[go: up one dir, main page]

0% found this document useful (0 votes)
93 views353 pages

Whitenight - BCDS Service Contract DocumentPP

road design and build suppervission document

Uploaded by

dagneatmerljob
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
93 views353 pages

Whitenight - BCDS Service Contract DocumentPP

road design and build suppervission document

Uploaded by

dagneatmerljob
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 353

CONTRACT DOCUMENT

Consultancy Services for Continuation of


Construction Supervision of Bishoftll - Chefe
Donsa - Sendafa Design and Build Road Project
Procurement Ref. No. S/72INCBIRFP/GOE/2014 EFY

I Between
iEtbiopi;n Roads Administration _J._ - and WHlTEKNIGJIT Construction
lVlanagernent Consultants Plc. in
Ras Abebe Aregay Street
Tel.: +251 11 515 6603,
Sub-Consultancy with STrIDE
Fax: +251 11 551 4866 Consulc.ig Engineers PLC.
Post Office Box: 1770 Tel: +251-114-163-165
Addis Ababa Fax: +251-114-163-155
Ernail:whiteknightcmcplC@gmail.com
Ethiopia
Addis Ababa
Ethiopia

-r_j ~__~ ~~----_J----~~~~-----------------


-I
I J

-I

l
December, 2022
Addis Ababa, Ethiopia

•• 'tJ- .' f'" t,'


.-,-,.,... "'... ...-..........
~'.'l4

_, '
CI

r .';"11,,..' .
• •

... . .. ~ _...-

Consultancy Servlres for Continuation of Construction Superviston of


Bishoftu - Chrje Donsa - Sendafa Design and Build Rood Projea Ethiopian RQ(ld.f Admi/lurrDt;on

Contents of the Contract Document


Section I: The Contract Agreement, Notificntion of Finnl Evaluation Result and Request for
Confirmation -and Supporting Documents; and Consultant's Corresponding Response and
Appendices:-

1.1. Contract Agreement

I I 1.2. Notification of Final Evaluation Result and Request for Confirmation and Supporting
Documents and Consultant's Corresponding Response
1.2.1 Notification of Final Evaluation Result and Request for Confirmation and
Supporting Documents
1.2.2 Consultant's Corresponding Response

1.3. Appendices

Appendix A: Description of Services and Consultant's Methodology


Appendix A-I: 17,e Terms of Reference (I'OR)
Appendix A-2: Consultant's Compliance of TOR
Appendix A-3: Consultant's Methodology
Appendix A-4: Activity Schedule of the consultant
Appendix B: Reporting Rcquirements/Deliverables

Appendix C: Key Personnel

Appendix CI: Team Composition and Task Assignments


Appendix C;::Manning Schedule of the consultant
Appendix C3: Curriculum Vitae (CV) of Key Personnel together with
signed Declaration of Interest (DOl) and Educational Testimonies
~I Appendix D: Breakdown of Contract Price

Appendix E: Services and Facilities to be provided by Procuring Entity

J Section Jl: Special Conditions of Contracts;

Section]l1 : General Condition of Contracts;


I
";"J Sectlon Iv: The Following Additionnl Documents:

a) Eligible Countries.
b) Professional Indemnity insurance,
c) Power of Allomey.

"

December 2022


({.n' !Iltllnc,} Services for Continuation oj Consu uct.on Supervision of
8"~Qjlll • (".r. Donsa Sendafa Design and Build R(J(',IProjtcl.

e-...--

Section I:

ThC'Cout, act Agreement, Notiflcation i)fFi:;:r;~ _E'),;,!'liltlon !.: .. ,~~;t


and Request for Confirmation and Supporting Documents; and
Consultant's Corresponding Response and Appendices.-

~.--
-2


Consultancy Services for Continuation O/COIJS"'UCtton SUPI!I"UIOn of
Bishofu«» Clltft Donsa • Sendafo Design and BUIld Rood Project Ethiopian R()llds Administration

1.1. Contract Agreement


(,on"UILltlt.:) St.T\ I~~ Vi C"IT"UU';CICIl Supesvi ..ioa «t
.. tor ((lnllnuatii-'lO
Oi~lll)tlU- Cnctc o.)f\~a· Sendata Design and l:hJlld R\l,IU ProjOCt

Contract Agreement
Consultancy Services for Continuation of Construction Supervision of Bishoftu - Chefe
Donsa - Sendnfn Design nnd Build Road Project

Procurement Reference No: S/72fNCBlRFP/CO£/2014 EFY

This Contract Agreement is made on rbc .:s 0to- clay of'thc month of December, 2022,
BETWEEN

Fthiopian Roads Administration of the Federal Democratic Republic of Ethiopia. and


having its principal place of business at Ras Abebe Aregay Street. P.O, Box 1770, Tel.: ~251
11 5 J 5 6603, Fax: +251 II 551 4866, Addis Ababa, Ethiopia (hereinafter called the "Public
Body"),
:Inc!
WHITEKl'lICHT Construction :'Illnogement Consultants Pic, in Sub-Consultnucy "ith
S l'l IDE Consulting Engineers PlC., a corporation incorporated under the laws of The
Federal Democratic Republic of Ethiopia and having it'>principal addrc- of business,
P.O.Box: 80~03; Tel:+251-114-163-165; Fnx.+ 251-114-163-155: Email:
whiteknightcmcplc@gmnil.colll, Addis Ababa, Ethiopia (hereinafter called (he
"Consultant"), of ibc other pan

\\H£REAS

a} The Public Body invited bids for Consultancy Services for Continuation of
Coustructlou Supervision of Bishoftu - Chcfc Donsa - Send-ifa Design mal
Build Rood Project (hereinafter called the "Consultancy Sen ices"), and has
accepted 3 Proposal by the Consultant for the provision of those Consultancy
Services ." the sum of ETR 14,452,676,7:; {Ethiopian Birr: Fourteen J/iIIi()//
Four Hundred Fifty Two Thousand Six Hundred Seventy Six (I/I([ Cents Seventy
Fil'rjillc[//(lillg 15% Contingency other tocat (tI.W!.\ and 15~. I.IT (hereinafter
called "the Contract Price") in the manner and on the terms described herein
b) The Consultant ,. -ving represented to rhe Public Body that it has the required skills,
personnel 3Dd technical resources. has agreed to provide the Consultancy Services
on the terms and conditions set forth in this Contract:
NO\Y TUEREFOHE the parties hereto hereby agree a, follows:

I. The Agrccmcnt

1.1 In this Ag r cement as are

j
Consultlul~>' Serv ICI5 for Couumuuon ofConstrucrion Supcrvi-aon (If
Bishoftu- Chcfc Donsa - Send,II.1 D,-,..Ij!o and Build R"Jd PrOjt'lCl

Consultant, and each shall be read and construed a, nn integral pan of the Contract:

1. This Contract Agreement including all appendices.Notification of Final


Evaluation Result and Request for Confirmation and Supporting Documents
and Consultant's Corresponding Response and all appendices'-
» Appendix A· Description of Services
• Appendix A-I: TIle Terms of Reference (TOR)
• Appendix A-2: TOR Compliance confirmation form
• Appendix A-3: Consuham's Methodology beyond the
minimum requirement of the TOR
• Appendix A-4: 1earn composition. Work schedule &
manning Schedule
> Appendix B· Reponing Requirements
;... Appendix C - Key personnel
'" Appendix D- Contract price
'" Appendix E- Duties of the Public Body
2. The Special Conditions of Contract:
3. The General Conditions of'Coruract:
4. Other Documents listed in the SCC 3; forming pan of the Contract. which
include:

'" Professional Indemnity Insurance,


.> Power of Attorney,
,. Code of Professional (' onduct and Ethics signed by the consultant
and the proposed Key staffs. and
., form of Advance Payment Guarantee

1.3 This Contract shall prevail over all other Contract documents. In the event 01 any
discrepancy or inconsistency within the Contract documents. then the documents ,hall
prevail in the order listed abov e.

1.4 In consideration ot' the payments to he made by the Public Body to the Consultant AS
hereinafter mentioned. the Consultant hereby covenants with the Public Body to
I'm, ide the Consultancy Sen ices and to remedy defects therein in conformity in all
respects with the pmv IS ions of the Contract.

1.5 'I he Public Body hereby covenants to pay the Consultant in consideration of tho
provision of the Consultancy Services and the remedying of defects therein, the
Contract Price or such other sum as may become payable under the provisions of the
Contfllct at the times and in the manner prescribed b} the Contract.

Contract Agreement

come into force and effect on the


!'JI301#y"!iilJtiec to the Consultant instructing th,tC''i'tSY~~~~~'rMIr\''inl! OUI


Con ..ult 1111.)'<;'t:r\ icn Ihr t'onunuanoe "r
('('IfI~trucU(\nSUI"'-"f\i...
iull or
BhhoAu· Cbefe 000"3' Scndafa D~! ...n and Build R~\JJ rnlJnl

the Service>. This notice shall confirm that the effectiveness conditions. if any. listed in
the SCC have been mel.

2.2 Under no circumstances may implemcnration commence before the date on which the
Contract Agreement enters into force.

IN WITNESS WHEREOF, the Parties hereto have cau .. ,,1 this Contract to be signed in their
respective names as of tbe day and year first above written.

On behalf of the Client On behalf of the Consultant


i__
(Etbiopinn Itoads Admlnlstrution) (\VII J'fEKJlilGHT Construction
~bnallem."t Consultants Pic. in Sub-
Consultaucy "ilh ~TrIJ)E Censulnng
Engineers PLC)
~,11egegne
E;;;icc.~ds AdmlnlstraI
Director Oenetal

Au horlzed representative

\\1 f.'lESSES ro "snJIUfe on b.:half of the \\ ~J:SSf.S 10 si!-'11JIUI'\; on behalf of'tbe


Public Body (Ethlopl.m Roads .vdmlnlstmtlon) Consultant (\\ nITEI,:'\tGII r
Constructlon ~lan:lgenlcnt Convultunts
1'1<'. in Sub-Col1sul",nr) \, ith STrl DE
Consuhlng Iongincer> Pl.C)

In the Presence of':

In the C ~pacll} of:

2fy- ~-=----

roO the Presence of: ~'-&l &_L_.


:]~..bseJ.,-_J
Signature:

"'.3~

Consultanq· Servicesfor COlllmuanon of Consnuction Supervision OJ
Buhoftu. Che/e Donsa • SeMafa Design and Budd Road Project EthiOpIa" Roods Admimstrauvn

-1.2-; Notification of Final Evaluation Result-and Request


for Confirmation and Supporting Documents and
Consultant's Corresponding Response

__ ... __ ..... ,_,~. 4'_" U. ~'"


Consultancy Services for Continuatlon of Construction Supervision Q/
Bishofiu - Chefe Donsa - Sendafa Design and Build Road Project Ethlopian Roads Administration

, .
..
1.2.1 Notification of Final Evaluation Result and Request for
Confirmation and Supporting Documents
- -
\'~t~A'g (JD,)1Jl~ )\n1~~iC:
ETHIOPIAN .ROADS ADMINISTRATION

91f1C fRef.No •.fiih II.JHI fl$--.p'7:2.


.') fOate Olf J 12 1102 Z.

To: WIDTEKNIGRT Construction M!lnagement Consultants PIc. in Sub-


, . Consultancywith STrIDE Consulting Engineers PLC
Tel: +251-114-163-165/155
Addis Ababa, Ethiopia
Re: Consultancy Services for Continuation of Cc.: STrIDE
Construction Supervision ofBishoftu - Chefe Donsa- Consulting
SendafaRoad Project Engineers
PLC
Proc. Ref.·No.: Sl721NCBIRFP/G0E/2014EFY
Notlfication of Final Evaluation ResulJ and Request Encl.:
Subject
for COII[onmI!i0n & sIpportifl8 Documents

It is to be recalled that you have submitted your Technical and Financial Proposals for the
referred project and the Technical Proposals opening was held on August 11, 2022; and the
outcorne of the technical evaluation result was notified to you through our previous lette, Ref.
No. ACH1/4~519-643 dated October 05, 2022. Subsequently, the opening of financial proposals
of technically responsive bidder took place on November 04, 2022.
o __ .. _':__~ • - _

After having examined.the technical and financial proposals submitted by ;Our firm, we are
pleased to inform you that you have been found successful for the referred contract 'and we wish
to reach an agreement through negotiation (Client's Request for Confirmation & Supporting
Documents and Your Corresponding Response) in accordance with Clause 41: Negotiation, of •
Section 1- Instruction to Consultants of the RFP.

Hence, you are hereby requested to confirm andlor submit additional documents, as appropriate,
for the remarks noted during evaluation of your proposals;


. .

3. You are also requested to confirm you will propose a qualified key staffs, in line with the
requirement of the ToR, that have not been considered for evaluation during tendering
and to deploy them when and as required during implementation of the service. In
addition, the consultant is requested to confirm and submit the CVs of all support and
Junior Staffs/Technicians, and to deploy them when and as required during
implementation of the service ..
..
===-.====~~~~~~r-----
<,

We1lliVe-ilotedtlillt, dunng the Multlplct:onlIJlct Assessment evaluation, your proposed


Resident Engineer (Mesfin Besintu) was proposed for the project that your fum has been
recommended on Consultancy Services for the Continuation of Construction Supervision
of Assosa - Daleti - Baruda Road Project, Contract 2: ~ 36+000- Km 105+000 and the
same bas been confirmed by your fum to deploy the staff for the project, since the work
load lim.itation on subject project RFP is "1 supervision project" for the Resident
Engineer.According to Section 3 of the RFP document, Evaluation Methodology and
Crit?:ia, "If 'he.IJ1:.oposedprofessional of the successful firm becomes engaged 011 other
projects during the tendering period and reaches the maximum limit of the ERA project
workload, he should be replaced by other equivalent or highly qualified s((1jf during
contract negotiation with sufficient justification. n

Herce, you are nereby requested to replace the proposed Resident Engineer (Mesfin
Besintu} with other equivalent or highly qualified staff.

5. Finally, you are requested to submit Professional Indemnity Insurance, with a minimum
coverage equal to the contract ceiling and valid for the duration of the service contract
period as indicated in Clause 48.1(iv) of the Special Conditions of Contract.

- ·---'l1Im~re, you are requested to SUbJ£ir


the afQrementioned conf;;;ati;n -;;;;d/or supportin;- _--
_, documents witbin Two (2) working days of receipt of this letter,


Consultancy Services for Conunuanon O/COIfS/ruction $upe,.\'isiOn 0/
Bishofiu - Chefe Donsa - Sendafa D.:slf,n and BUild Road Project Ethioptun Roads Administration

1.2.2 Consultant's Corresponding Response

Occember ,u _


WHITEKNIGHT Construction
To: Eng. Zekarlas G/Giorgis Managemei1t Consultants Pic.
Engineering Procurement Oirector.,te, Director ~~-;£-l-i'')(ltt.hm .'I).~">'l'
Ras Abebe Arc;:av Street t>'}(\t\;I-'}'M ~.'1+iM""v(1£
P.O.Box: Ino
AdasAbaba
Addis Ababa, Ethiopia Ethiopia
Ref: Consultancy Services for the Continuation of
Construction Supervision of Bishoftu·Chefe Tel. +251-114-163-165
Donsa·Sendafa Designand Build Hoad Projects Fa. +251-114-163-155
E·mail \<'i11ti'knight(_mcpk~m~il.<.om
Proc. R~f. No. S/72/NCB/RFP/GOE/2014 EFY

Sub: Confirmation on the Proposed Bid Ref No. lllk\1Z6A\YO\U_


End. - Anides of incorporation and association
. cv of Proposed Resident Engineer Date Lf/ll )102'2

Dear Eng. Zekarias,

It is to be recalled that through your letter Ref No. ACHI/441/19·692 dated 9 December 2022 to give
confinnation and supporting document. Hence, we wou'd like to give the following confirmation:

• We confirm the availability 01 proposed personnel except the Resident Engint?r the CV of the
same fs attached with this tetter.
.. 'IV'! confirm we v..::t ._;:oposc qUfllified key Citaffs, lunior \!~ff Jl"rl all fiUOPl)rt $tarf~/t~::hf);cj!')ns
when and as required during the implementation of the service in fine with the requirement or
the TOR.
• We would toketo submit Power of Attomey of Ato Mesfin Teshome 10 Sign the bid on behalf o~
Whiteknight Construction M.r..gell1ent Pic. as indicated In the articles of Incorporation a. J
association.
• We hereby confirm we will submit Indemnity Insurance as per Sub-Clause 48.1 {IV}.

Assuring you of our best responses. we remain.

Yours Smcerely,


j
D~CLARATION OF INTEREST

PROPOSED POSITIO:-l: Resident Engineer

NA!\IE OF Fn~M: Whitcknight Construction Management Consult:ll1f$ PLC

NAME OF STAFF: Nahom Wold:1\'


J I. the under signed staff. confirm that I am interested and will be available for the proposed
position mentioned here above for the Consultnney Services for the Continuation of
Construction Supervision of Bishofru-Chefe Donsa-Sendafa Design nnd Build Road
Projects to work with Whitcknight Construction Munngcment Consultants Pic in the above
mentioned position, r also declare that:
• I have submitted my CV and signed a declaration of interest not for more than two
consultants including this consultant in this panicular project [ understand that, I will take
full individual responsibility if I run found signing a declaration of interest for more than two
consultarus in this particular project,
• The information on my CV especially the experience record and the current work
commitment with ERA and its percentage progress is correct at the time of signing this
declaration and [ wili take full individual responsibility if there is any misrepresentation of
facts on the CV and ERA is at liberty to take any appropriate action,
j • I have agreed not to be proposed or engaged on eRA projects for Six months time starting
from the notification of the successful firm if I decline to work with the finn if il is found
successful unless and otherwise I encounter circumstances outside my reasonable control and
not foreseeable including but ,,~. limited to death or medical incapacity or if the numb- . of
projects that I 3111 already being engaged w surpassed the maximum allowable workload
limit; and
• l have agreed on my salary to be paid if the firm is found successful on the subject project.

11
Nab-.\- w.tIJoy ~ <= ../':';c~ ,J).9-C- i~,JO~
Full name and signature olstaff member . U'''''"...~,~-;.
~",r "" ., \ Oay/MonthlYear

"' \I
f III 11. e and signature of at hor Day/Month/Year
1 Representative of the tirm

r
i

,
»:
1"1,.-
w J
,_/


Curr-iculum Vune

Curriculum Vitae
,J

, ,
I I. Proposed

2. Name of Firm
Position : Resident Engineer

:Whiteknight Construction ~Ianagemcnt Consultants Pic

3. Name of Staff : Nahom Wclday Teklay

~. Dafe ofBirtb : Aprill9~ G.C N:l tiona lit)' : Ethiopian

5. Education B.Sc. degree in Hydraulic Engineering. Arb. Minch University, July


2005.
Masters of Engineering in Construction Engineering and Management,
Jimrna University (M.Sq, June 2016
G. Relation wIth the firm: Permanent Employee of the finn starting from June 2020
1 7. Membership of Professional Associations:

S. Other trniniog • Efficient in using all Microsof packages (Ms·Word, Ms·Exc.e1 etc)
,, 9. Countries of Work Experience: Ethiopia

, . 10. Langungc
Amharic
Speaking
Excellent
Rending
Excellent
Wriling
F::ccllent
rngli>lt Excellent Excellent Excellent
I I. Current Employment Record "itb [It,\:

,. None

12. Employment Record:

Year : June 22, 2020 - Nov 30, 2022


Employer : Whiteknight Construction Management Consultants Pic
Position Held : Deputy Resident EngineerlResidenl Engineer

Year : February 2,2018 -October 26.2018


Employer : Kibrom Tekle General Contractor
Peslrion Held : Project Manger

Year : April 12,1016- June 06. 20i7


Emploj er : Cross- Land Construction Pic
Povirion Held : i>rojc<:t.\ bn~<r

.- I
-,
'.
I

i
J'


-::urriculurn \ i1:ll'

I'(,ilion Hell

\ .or : Jun. ~1.~014 -July 12.2)15


Employer : D~IC Construction Pic
Posi tion B eld : Project ~Ianger

Year :AprOI,2013-June 2014


Employer : D) namic Planners PH. LId. Co
Position Held : Resident Engineer/Project Coordinator

Year : June 19.2012 _May 24,2013


Employer : Cross-Land Construction PI:
Position Held : Project ~Ianager

Year : Nov 01. 2010· June. 12.2012


Employer : D;\IC Censtruction P.LC
Position ncld : Project Manager

Year : Mar. 26. 2009 _ Oct 14.2009


Employer : Keangnam Enterprises LId
Position Utili : Design and Quanlll) Surveyor

Yr~, : ApI. 03•• 101i- .\lJr. I~. 2009


l:.mployer : Salin! Costrurtori SPA
Position Held : Qual,ty Control Engincer/Tecbnical Office Engineer

Yenr : OCI. OS. 20iiJ'- Apr. 02. J006


Employer : Bahir Dar Construction Technology
Posilion Held : lnstructor

13. Detailed Tasks Assigned 14. Undertaken thut Best Itlustrutcs Capability 10
Handle the Tusks Assigned:

, Lead ;llanage the 0,«:;111 :"ume or Assigollleni or Project: Construcuon Works ill'
construction supervi ..ion task at 7\lere\\J-SOnlodo·$eka and Somodo-Limu Junction Spur I
the site level Road I'roje<:t
, Act ,s the Engineer's Yc.rr: ~3 September 2022- 30 November 102:!
reprcscutarive on S.tC' Ln; lion: Et:'i~pi3
r C~:-t: on OlJl J.!I..... ...::j En;pl(J~cr: \\ Ili:-=l.n ;ht Construction ~J .: .. mec:
respons bhlt! ...j Vi lh.! ({-: ~:I,.:_1it C ns d:.lnt~ Pic
EngincC'f,l-.:ngineer's
:o!~li:l Project l"~.IClfI·':': Co.tstructiun SUi)t! '.. i.....
1.
• '. : :I:!"~: l~ "I l!_:)l~,-!1t Lr r._.:r

e I , t •

,
,

,._.. -
r
j,
r: •
\\ ,
,
• -
-
\

'.

-,-,:il : 'r ..h._ ..) ,::s.;\o ..~•..> 1. {do':" ;11 the sire lever
chec ing. ~Irrr(\\ 31. r~p~\rting I '" Act n, the Ellsin.:~:'srcprcsentauv con :=!ii.\!

,
and r",,,,,,.J keepi 1£ procedures
Overee the work s of rhe ..ite
supcrv i50r) personnel
I , Carr, on all du:;<s and r~>p<JIlsjt-ilitI6 of the
Resident Engrncer Engineer'S
shall be defined under the works contract
representative thai
I
:, Prepare proposals in relation
\\ ith technical and contractual
matters for the Employer's
:.. Define tasks and respcnsibiluies for the senior anJ
junior S!~nS,\\ hich includes inspection. cht\:ling
approval, reporting and record keeping procedures
.!
consent " Oversee the works of the site supervisory personnel I
,. ~tonil\)r and evaluate progress
of'the Works, comractor's \\'0;1<
program, Contractor's
I :.. P'"P~'" propos. Is in relation w ith technical and
ccmrcctual maucrs for the Employer's consent
:,.. :..tonitor find evaluate progress of the Works, I
equ ipmenr l.~ manpower contractors Work program, Contractor's equipment
schedules & manpower schedules I
;... Monitor safety and env ironment ;... l\lonitor safety and environment issues
issues
:;. Prepare monthly and quarterly
:;.. Prepare mo"thl~ and quarterly progress reports as I
defined in the sen ice contract
progress reports as defined in ,. Review and approve contracrors advance, interim I
the SCI" ice contract end finnl payment certi flcates
;.. Review and
ccntracror's
approve
advance.
and final payment certificates
interim
,. Approve or reject contractor's
per the requirements of the Works Contract
35
:;:. Arrange weekly meetings within the Consultants
\\-ork measurements
I
;;.. Approve or reject contractors team as well as monthly meetings between the I
work measurements as per the Contractor. the Consultant and ER.....·'
requirements or
(he Works I
Contrnct r ~:~:,~~,~n~~~~\cl~
_.~li,l'~:;
:~in::~~.,5
.:.,,' r ''::>~I. !" I
~ .l.rr.~n ~l':'''l!~k1!'Ir.~.:tin... I. tin mci.tnly si;: rnecrin ; (\.!pvrt
the Consulrants ream a; ,,~II as r: Liaison with the Err.ploycr
monthly meetings between the f r Liaison with the local adm inisrrative authonties and I
Contractor, the Consultant ~1:'1.j stakeholders by "presenting the Employer
ER.-\ '5 rcpresentati ves ;... Preparing and issuing \ ariarion orders in a:~u:,n,:e I
I
,. Record site meetings
and ?repare the monrhly site
meenng report
minutes
I :;.
;.
with the procedures of the works contract
I tundling time and cost claim issues
Handling correspondences
I
,. Liaison \\ ith the Employer 'I ;.. Prepare monthly and final consulrancy fees ,
,. Liaison with (he local ;.. Prepare QC/QA plan in line with tile consultants I
administrative authorities and company standards and requirements of the project
stakeholders by reprcscnt.ng 111~ serv icc contract
Employer ,. Facilitate/deal with ROW issues
,. Preparing and issuing vuriation / Perform periodic inspection during defects liability
orders in accordance ,..ith tho! period and joint inspection afl~ certification at
proccdurcs ofthe works c ira..·l completion
,. ~nndl;ng tinh~ Jul c'vs: ~Llir.1I » Prepare final "t:coun: and rccomncnd to 1h~ I
15')ul!~ Elnrl"l)Cr
, H..~JI .. ,: .: r: . J~;;'l,,:\;~ ". p ~p rc .~; co. s;n.....:·; • So f ..i\ ...,....
...,~.t- ._
". Pf'::t• r~ in·;1t 1\ .::.:.J ._~ ~:-\ tl! ~=:rph:.lIJ!1r~r.)n
,;~"'n~h·tnc~flOC"! ". P.e'lc\\ "Ind ~'''lllClen· ~ 'Il!!" ..., ·r) ::~t~;·.!.. I"~
:, ,. "


(
,

I
..~. '.1
II / -.I ':. \ :i
OJ

"
\ .
\ .

.... ~".
,,',
'I
/
- I


... ':::_'
"

-
--, -
F•.:,;,"- ... .:1..;"01 \ -II ttO\\ ''''!''-_." ~·;.'l"t' uf (\' ..~!,;.lril"f:t or Project
----
\.·n"lrll~ti"i· \':;);;'1.5 vi-
,. Perform p:"j""Ji" 1r.~"',:,:!:""'1 '\!.:-r::·. ;!.C; n.:J'\-S_":: ::'1J S .....l J i iCl'j JU.l';li,)H ~p.t·
.1urin~ rh. :~.;l!'> li.l:':Iit~ p.:ri ...j Ro;;J p((:.Jc.;t
and j(!!'\t in-pectioa .Inu Year: June 2~, 2o:!O -23~~
September :022
certification Jt ccmpleticn I Locntiun: Ethiopia
:,. Prepare .. tin;t!
recommend
~'lc,;ollnt ',"and
to th. Employ or,
I Employer:
Consultants I'le
Whitcknight Construction t\i3IU'£l!ln"ot!
I
;.. Prepare
• . the 1 construcuon-~
SUP(,~Js.lonconsu tln~)service
'1' Proi
.. am reject r eatures: C onstrucuon
I Pusltion
L' 'S
IItld: Depury Resident Engineer
epco
' ,
l5.tO!1 I
coRm? euon I~"".rt .\cth,itiu Pcrrorm.d~
:> evrew 3Jlu
_,',
comment I
con:ra.ctc-r!!o 'i13,h." '... "o,'J
_ '",j
,.4,
, Assists the R£ for 11:.: tasks \!ssi;!ll!rJ to him and
supplementary pn,gnmS:l.<\'.elll delegated tor RE during his absence from the project 1
Site.
as construction methods J." Acting \\ ithin the delegated authoruy given by the
resident engi nc ....r,


Managemcm of the site staff in his control,
Liaison \\ ith service providers to ensure that the I
I
I constructio« \\1)<"" does nOI affect supplies.
• Provision of assistant to ERA during construction to
I ensure the assessment of compensauon for property
I
I-
owners is dt:1I1 with ccrrectlv,
vlaintenance up 10 date records of labor and plant used
b) the contractor.
I
I • Maintain records, worki ng drawings. 3S bui It dra« ings.1
1.!C)1 data, d!m=!<;of'vai.uio» etc. ~s.)j ,....! ~ 1~:' t!~'" .:i":'
f. "i'·"...:ti·,'~ :~:rs,
I· Ensuring that th~ contractor uses safe \', ur"in!l praetices. I
It;~ iew ing the design of the scheme and communicate
~lr(\~;h th: f{[ h) ER. \ on the necc f\" is)::..: in;~ru..:tiQ~' i
I'.)a;'~rld 'he design,
I-, . Takir.g th~ regular ciigit!1pho:ogrJP~s.
Arr.lnsing traffic counts.
I• Will direct nil acrivities of staffs engaged on the!
I checking. inspection and testing of all eonstruction I
materials 311d laboratory technicians, he "ill also Cool
operate with (he inspection as necessary for the USl! of
SIJr~cyors to locate borrow pits and quarries,
ir. respect of th ; laboratories he "ill oversee the
co;;Jr.:~tin~ of sample preparation and t~>!iug. His formal
!"~sponsibi1:ty \' ill be the evolution ofth.: test res:JIii anj
'.).'1 t.tc bouj"ot:1!r:oi ;:'r'p.r.:., e the applic ...::\)l1 ...f material
o- tl .: ; :J": -t :'''11 of tj~~ 5:.;;!~.

: :-I:;'j~,,:, 1\.."i~,lnll::11 (,,. r~!i'jt'('f:(j' , t- \ I .'1.::;_ :.:. ,:..!


Prr- ..':':l
..... '1·· r~t·. r .. ",'!;) O ..t:bl.!, Z\\ "\,~
~•.•
!. l' ~
,I t, ••

."
-~
,
,,

:
, ,
" ,


--- ------: positi~;\-l-lfi~Orvj.:tt
:\!.~n.i~t:r
: ';'cti-,ities Performed: -
• Identify ing of critical activiucs and prioririzing
accompl ishrnent
e Preparing of alternative design lor different road way
and structure works
11 Preparation of work methodology for pre-cast girder
Bridge. Box
to culvert, Concrete Gutter and other structures


Planning, tracking and monitoring project progress
Ensuring thai necessary working drawings. details and
construction data are prepared and approved in time for
I
setting out of works
• Ensuring test arc carried out in accordance with the
specification
• Ensuring that accomplished activities are measured and
quantified and
I
t • monthly interim application for payment is prepared and
i submitted [0 the Engiuccr/consultant
• Ensuring the preparation of weekly and monthly report
• Contact administration and preparation of contractual
correspondences
• Submission of different claim notices and writing of
claims for time and associated COSt
Ensliring of operational meeting end c-,2.1uarion of dai I~
5j~.;~"':'·-0!np:;shlnl.!llr

, Name of Assignment or Project: Dembi Dolo Town


I Internal Asphalt Road Project
Year: April 12, 2016--J,:ne06, 2017
Locnriou: Ethiopia (Orornia)
Employer: Cross- land Construction Pic
i\l:1io Project Features: Construction
Position Held: Project ;'.1anager
Actlvities Performed:
• ldentii)'ing of critical activities and prioritizing
accomplishment
• Preparing of alternative design for different road way
and structure works i
Preparation of work method.' J 'fty for pre-cast girder II

Sri Jgc. Box


• I
-, 1,1..;,I,n.llr.,:..
~. (" .,.1,'",
lra\..,!n~ all., I,~
.,{ ~'i"\t .. '
....uonng
'n
proje ,. (f
t r.()~l :>..
...
••• ,:; "

, r:.1~~t!in:J th ..tl ;:.:...,:;SCl!; \'.-orking JrJ'.'. i::.:;:>. detaiis ...nd


":;':'5t(l.~ti'~i)J:lt:\ :tr~prepared and ap:iru'..:..1.n :i:'l"': fvi
.:?:.t:.i_:; 0." .. 1(\f :r':5
~.h';.:i! ~ tt'S: ..c ...,~:-.;I..(jet ,,, .:: _ .r-]..•1:':>! ~.,;::! :1'~.

n.

",
I


I
----- .__;=.::....:._;_:'--_
'. ' I. -_ '

qua~".i.:J .!.'1,j
, l;.nr.~I~!;.:r,:o.:ri"!l.•.pp!:..:-.::Vii l~;p~.: ,,!.:.,t i'l p •. j1.1r:J •.. I
submutcd to th~ Engineer co.tsultaut
LnsurlllS th~ preparation of v, ...:.:J...t) un!.!monthly rcpcr:
Contact administration end preparution of contractual I
.. correspondences
Submission of different claim notices and writing of
claim> for time and associated cost .
I
• Ensuring of operational meeting and ev aluation of daily
s.te
accomplishment

Name of ,\ssignment ur Project: Humbo-Arbaminch


Asphalt Road Project
Year: July 13.2015 - Jail. 01,2016
Location: Ethiopia (SNNP)
Client: Ethiopian Roads Authority
I Main Project Features: Construction
Position Held: Projccr Manager
Activities Performed:

i. Identifying of critical activities and prioritjz;ng


accomplishment
I
I • Preparing of alternative design for different read \\3) I
and structure works
I • Preparation of work methodology for pre-cast girder I
I
Bridge. 00'
culvert, Concrete Gutter and other structures
I: Planning. tracking and monitoring pr~h:~tpro~rc:,
• Ensurir.g lh:u necessary \\'orkiil~ draw ins~.
c.;l:!~ls3.n~
construction data are prepared and approved In u.ne (0;
setting out of works
• En!.lJrlng "':~l are carried O:H in accordance with the
specification
• Ensuring that accomplished acrivities are measured and
quantified and
• monthly interim application lor payment is prepared and
submitted to the Engineer/consultant
• Ensuring the preparation of weekly and mcnthly report
• Contact administration and preparation of contracruat
correspondences
• Submisston ()f dit)'::-::nt C;:!i"11 noiiccs end v.:itlng of
::131 TIj fur f":ie ~r.Jassocia: ..j -:,:.,:

• :n! ,:oi r: cfc;:,.:r ...t:';nJl r.~e,:~;ng-id eo. I'· I"~'i'd.~;;~


..: ~ o."I,"'li.,~r·1~r:

~'~HH.· ,,1 ',i!!l1nl.;:ni er Pr~).;c.:I: \; ~".::;, ..~


~l._.,,' .... J .. '11.:",-\
)~~Ii ~ .." ~
~,I) J....

i, <,

~
~ \,
\ , \\ '-
.h
I
,t
-
\
,, ,.I
_,...., ~


.\)lin }>rojCl"l F~~lUrC5: C;:r~!~'_:I,)~
Pt·..Itir-u U ...IJ: Project ~i_r...l:;~:
\\Ii\ili\:~ Pc rfurmcd:
• P'.~l1nUI~.lr.....:k;ng and rncnitcrin ; project pr",sr.!sl
• Ensuring' test are carried out in accordance ,\ ith th..:
speciticaticn
• Preparation of payment target and follow lip of project
progress to ensure the target
• ensuring of accomplished activities are measured and
qU3ntifi~d and
• monthly interim application for payment is prepared and
submitted to the Engineer/consultant
• ('h~kins and ensuring of working drawings and
construction data are prepared and approv ed In rime for
s:tting out of works
• Submission of different claim notices and \\oriling of
claims fur time and associated C051
• Ccntaet administration and preparation of contractual
correspondences
• I;nsuring the preparation ofweekly and monthl) report
• Org.JIIil.inS and leading of construe lion team, office
engineering team and other supporting department
• Ensuring 0 f Final Payment of the project as per the
executed quantity and checking of Fin31 t\[eaSl.lrCI11Cnl
'ihc~1.
(hc~~il1~ ana Submissivn of ..\s-I3\!iit UI',,\\ Inb \11" th\!
I'rojce:t as per the contract
• Completion and Hanover of the project ,H r.1 the
requirement of the contract,
1
Nal1lc or Assigoil1c-nt or Project: Dcbre 8irhM Lni\ ~ri:t:~
Proj_.,:t
\ ear: "pr. O~. 2013 "June. 23,2014
Locatlon: Ethiopia (Ambara Regional S:3tC)
Client:
;\1.~inProject Features: supervision
Position Hold: Resident Engineer/Project Coordinat ,r
J'\ctl\ itic~ I'erfurrned:
• Coordinate and follow-up of assignment l:,;i\l!n ro the
SUP"'\ ision staff
~ Supcrv ision and Glillity assuring as p:r the spl..,t.:ilh:\IIl(ln
n,1 th.: ':1.!1tn,t(,1
•. 11 pt ~JJ!'ter '\\ ork Prcgr.cn
r- ...,:...~"":- .;;re'E~ _--:J 2:" , n
I. -,
{ t , j IJ'f'io\.!1 (lfp3Yr1_,1~ ......l.f .. '"
•.. J 1.... t-_'j ,.1 r- z: f-

-
.--._"

,
\.
\(
\ ,
r
i\
\
.
,
.

-
\


______________________ -=-..:"..:._:;:_'.._:
..-," 11~

:S~'mc of .\)SignIDcnt or Project: Jimma Town


Project
\ car: June 19.2012· May, 24,2013
Location: Ethiopia (Oromia National RegiOMI State)
~:m ploycr: C ross-Land Construction Pic
i\lnin Project Feature>! Construction
Position Held: Project :-'Ianag~r

I Activitlcs Performed:
• Planmng. Tracking and monitoring of'projecr Progress
• Idcnriflcation of Cril!t:31 activiues and prioritiling
accomplishment
• Ensuring working drawings and construction data arc I
pre pared and approved timely for proper S~lTingout of
lie: \\orks
• Preparation of'alternative d~siyns for dittcrenr road \\ ,,>
and structures
• Ensuring that executed activuies are measured and
quantified and monthly statement is prepared und
submitted I
• Ensuring tests are carried out as per the specification and
10 the
requirement of the contract I
Checklnq and ells!Jrif'g or \,·!:k!;· And -:t~!llrl:,
r.,):~rc.,~i;,~
rcp-_rt
• Ccntraet ufmini.st:.!:ion a."ld preparation of corxr ...ctual
correspondences I
I. Submission of diff:rcnl claim notices ~tnd writing of I
claims for time and essociatcd I;O~[

I Xnnl{, of Assignment or l'rojccl: Jimma Town Road


Project
I \'''-IT!
Location:
Nov 01. 2010· JUlie. 12.2012
Ethiopia (Oromia l\mion31 Regional Sratc)
Employer: DMC Construction PIc
~rninProject Features: Construction
Postrioa J (~ltI:Project r-..l::nag~r
.\t.tiyitics Performed:
• Planning, Tracl '"Y und monitoring of project Pro)!(\!»
I- ldcnriflcntion of critical ~'..:d\'ities and p;-iontjljn~
a.co-npli hmen:
Er.5.:inS \.."rki:ld \Ir:l',.. ind.i I J coastrutu: .•! d.rt.r ..rc
rr_'p:tn.:d rill..! ,,,-pp;,\.\.:J lin;;I;:!: to; fr"jJ .. 1 .,t.:ttL1e- 0 t t,.·r

O • .! ... 'I . \. is: l..... t

. I

, /
-
I Ii .....
'"'
,

,-0
·c
\
\
-- I


,_/ \.

- - " ./
,.
, "/
Ensuring tests ore tarried out as per the spcciticaiion and i
tOt~ .
I
requirement of [he contract
Checking and ensuring of weekly and monthly.
progress! VI! report
• Contract administration and preparation of contractual
correspondences
• Submission of different claim notices and writing of
claims for time and associated cost

N3nlC of Assignmcnr Or Project: Jimma Town Road I


Project
Year: Nov 01,2010. June. 12,2012
Location: Ethiopia (Orornia National Regional Slate)
Employer: DMC Construction Pic
i\lain Project Features: Construction
, Position Held: Project Manager

I Activities Performed:
• Planning, Tracking and monitoring of project Progress
• Identification of critical activities and prioritizing
I
I
I
accomplishment
• Ensuring working drawings and construction data are
prepared and approved timely for proper setting out of

I. the works
Preparation of alternative designs for differen: road way i


and structures
Ensuring that executed activities are measured and
quantified and momhly statement is prepared and
I
submitted J
Ensuring tests are carried out as per the specificauon and I
~~ ,
• requirement of the contract
• Checking and ensuring of weekly and monthly
progressive report
.. Contract administration and preparation of contractual
correspondences
• Submission of different claim notices and writing of
claims for time and associated COSt

Name of Assignment or Project: Aposto-Wondo-Negelc


. Asphalt Road Project (Conrract-I Aposto - Irbamoda)
I
I
Year: f.lar. 26,2009· Oct. 1(;,2009
Location: Ethiopia
Employer: Keangnam C.1!t·~·rrri!ii.:~( td
.\lain ,Jrojcc.l·caturt·.s: Construction

, . -
Pl,tjiiillJJ Held: 11.:,ir;:n '!prj (il,~n!it\ Survevor
"

., .
-:,L;,L .-
Pr.:p:nl'l,for "u! l'l~Lt!!,:liicn .Jr.a.\\ln::) ':i:! 04~;f
:'~.;'lJ;:litil::':ld
office building ticJ\\ ings
".I Preparing structural draw ings ,
Preparing of measurement sheer and 1110!1lhl>payment ,
I
I certificates

Kame of /usigl1ll1cnt Or Project: Bel-:s ,\Iuhi-Purpose I


I Project (Hydropo» or & Irrigation Project)
Year: Apr. 03. 2006 - Mar. 1';,2009
Location: Ethiopia
I F.mplo~ or: Salini Costruttori 5.P.A
t ..\lain Projcer Features: Ccnsrruction
Position Held: Quality Control Enginccrrrcchnical Office
Engine.:r I
Acth'itics 'Performed:
• Quality Control Engineer/Technical Office Engineer
• Huge Tunnel concrete works includ..ing;
powerhouse complex
• PNC:1S1 segment for TB!l-1 umnel lining (20km
length)
e "funnel excavation & support works including;
powerhouse, penstock shaft. surge shan. hood race &.
tai I race tunnel I'

• Erection of steel lining for high pressure tunnels


• Building construction for permanent camp
Road embankmcn; ~nJ road ."rlll.turl!slHIH.lgc, box

"J
culver &. pipe culvert)
\\·ot.:( suppl). drainage system and S~\\;lg.! system
I
of r.!tr:1'\n.:tlt camps.
\:o:lit(.\fjng rnd recona.rg of J;liI} ~r..J .....!,:J.J~
rrvduclion :lcth i~'
• inspection and recording of non-ccnformanee works and
recommend issuance of remedial measure report
I
I

I· (R!\I R/:-JCR)
Preparing of design drawing and detailed reb ••r drawing
for permanent and temporary works


~IQdificQlion of design drawing as per site condition
Preparing of site: installation and working dra\\ ings for
dlff:rcnt structures
I

l
O~": nf
read .ro)l,k
~c:~~
road, p~e~,arin~ of ro;od~,I~gn~',n:.~
en su .. -: points
0_5.:1 1"'.. In <;1"._ 1. -,j
II
.~u·ut·-\[)
P:';J ,ttins of C(''II1t0t!f ,,\: surface nl~d~1 f"r~'Ill.!:. ... :\ ~~ J~.~.1
;;: "'utv.!:~l.l~ll~d
d~,;·.topor Eagl! rOj!~t
P;c;p::rjn~ of as-hull: cf u.nnc l Ior t~\)',\;:r House
~":Lpl::\. 1.)~·I!
..t",:l.: ;1;<1,)
. er .; ... ~ut".. t. Iter s·r~!.:' 'I~" ,'...I I I , ,r
.r ;!' •• ll" ..f n
J1,:-l ~ l:;. _

,,,
,,
..•
, ..
..."~
~
-I
\
\
.. - ,1
'-, 'I
-.,

----- .,/
(.urrh:uhlnl \. iJnr

----- -- ----
ditfcrent
----

,. •
structures inclu.lmg pcwerhouse ccmol,»,
Preparing of phase of couc«..te lift for powerhouse
concrete \\OrJ..5
Preparing 3D draw ing for different complex structures
I

. Preparing ofdaily. \\'~kly&monlhl) progressive report I


I Name of Assignment
, Technology
or Project: Bahir Dar Ccnstruction

Year: Oct. OS, 200S - Apr. 02,2006


I Loeatien: Ethiopia
Emptoj er: Bahir dar Consrruction Technology
[\13in Project Features: Teaching
Position Held: Instructor
ACli, ities Performed:
• Teaching of Engineering courses such as
• Road Construct ion
Building construction material
• Technical draw in~


15. Certification:

I. the undersigned, ccmf) that to th.: best of my knowledge and belief: this CV correctly
describes myself my qualifications, and my experience. I understand thm any willful
misstatement described herein rna) lead to my disqualification or dismissal. if engaged.

JK ~.
=-~~q_~7----=-_:-- Date: DJ..C. i.3, 2i)12.
Signatufc of staff member or
Authorised representative of the staff Day/Month/Y ear

Full name of authorised representative:


t~ .--r :-11 A ,('_ •
--ILI-I--~'f-'=----!I....::~"H'-'/\..Q"'~"-"y"-"-':;..::o....._---

,
~.
'V... \
'_' \

! ,
I;


.~

1 JIMMA UNIVERSITY
.~
~t
/.~
1 P.O.Box 378 .Jimma , Ethiopia , fl/
...
:..
Tel:(251)4711.t5860 or047-11 17822 Fax251.·H-1112206~ t Rr;:-"'· .... '
_____________ -\. \ (F!'" ,I

\~'tr." .....__.-' """;


........ ~,.,.-'
TEMPOnARY CERTIFICATF: OF GRADUATION ""..~~.:'.>~

\ . ,l
.,


I.!) J)
., ._
;'- .~
(J , :;

>-
<:.t:
..J ~...;,
=
4'lJ
0.0=1
~
~
'i:
v
._:.c
.!:! ~
-e
u

'"
'h
,..!
...
0
.c
C
C
~
::c
ill
:-
0
C!J
~ <V
Q
.. -s..
'::>

;:;
.,
e

·1 ~
r;i:l
c
'" '0
>- r.J
~-:! ~ ~
._
0
-l
II'
'-"
?-
o
~
.....
,_
0
~
-...
u
;::
<"=
·c
~
l"l C} "0 v.
l V.

::t: '",,;= 'i.s"


;>,
~ ::t: ~
'-
0
:r.:
<::
Z
t--
~
~

~
-
....
0
c: .E;
0
::z: '0
c:
es
~ d 3
..,
u
~ 'i .c

--- ..... ~---


'-
~~
r--
e r.-
c
.'-e, .. I
!< =
~
'" E J,
'"
:~ c: <::
'" ..~ .. __
J
.:.
0-
_,
""..: r.-
C' ~, " :;,
-€ ~
...e ;. t
0

.e r-, ...
:- '"
~ U
e- ,',
-c ~
I

'-,
,\


J~T'!-ll{"'\Pl
L _.J. .. \. ......,j..,
• ... pOl.)

I..,.. ~.. D - 'I..n'll\'lr;-rt?
_ _ lo.'_" .. \ • ....... 1. ~
",1'1(\"\'
•1. ,,~ ....

Code Of f';'ofe~~jontl! concuct and f:thic$

Consultant Name: Whlt.knight Constructlon Management Consultants Pic

Consultancy Services lor; Construction Supervision

Project Name' Bishoftu·Chelo Donsa-Sendafa Dosign and Build Road


Projects

Project No: Sl72JNCBJRFP/GOE/2014 EFY

II\'/e confirm that 11,',ehave rea:! and unders'ood the ERA Code of Professional Conduct and
EthiCs, and that If"e w;;! SIfOctty 10::0.., the articles 01 Ihis Code ,n Ihe periormance 01 the
Services lor this project.

Positio., on project Name SiQnit Ire

I Resident En9inee! 1~J'~,U!:f)~-...s=-=;;:.::;.....-___.J


._ _jIL!N;!!a~h!20~m~\!Y.N~ol!!1d~aVL
__ _L
-7

,\,r\~.
-\

~
\.
• )._I)
~c


-r
r """~"'Il'h"~!"")-,,(:~ ,.
t )1\,".} »'[')', .'),'. l-' ',U, .
':"005 Ab':'!;3
tth OP'J

·2Sl·11J·l6J·l~;
fdl( .. 2S1·!!-l
16J 1!>'..
1• c'rn;)il \l.Nt~k.,\O,"'!I!\{J'k ., "I. I'

Ref No. t.J,).k ( ?, 6j -:!,C; Z<..


TO WIIO)\I IT 1\1,\Y CO~CER!'\' ;)... o.iLzL.2C4(
Thl) i:t [1,) certify the: :h:n .\Iu ~ahonl \\ 6hlol) \\,!S an employee of our company on the
COlI>ultJr.~) Service for !he Construet.cn Sur'" ision of ;\iercwa·Sorn:)(jo-Sekn and Sornodo _
Limu Junction Spur Road ProjCCt on th< 1;'lIo\l'ir.~ po.i:ions:

• From 21~":June :!020 to 23,J S~r,cmb-..·r 2021 as Deputy Resident Engineer


• From 24" September 2011 to 30" '\'o""tber. 2022 3S Resident Engineer.

Durin,tj his !:ttt!: \\'illl us .\(0 ~:1hOnl \\"old~l) has delivered her tasks \vith due diligence 31lJ in u
tirlll.'ly ~Ianncr. We also confirm tluu all government levied taxes UtC" being dul) dr:ducu:d lroru

,
, )

./
j

.....
·?r.:~U~(1fJ!, fl. T'L '1£:;'1 tl·.~n,\ ;)-'i·1·(; ·~tIJ. '1"1: \'.J-(I)t'l'l
~~;j.l:: \"'I£'\ ,.., \ .•

- --
,"ift
........... "IG'·""
~11. \.'"
!! ..... j f'1.1f'Ir-l1'·'j"~
..'"", .'.._t
-- ---
! ... 1:....... ;
-- - -----
1..
i ',T"
_',".!"~"
.. --
I" ''''VI_.'"~..-~'t.
_l)!.,"J.::~
----
~"""r"/T_l
---_ .. -._-- 'C-' 'po
\,'1 'J.t'l -, ,_.,

I
f.AL",Gtnc.·r31 Cuntructur
¢1 ·\\t,fi~..-\h:II>:1

I'
/ ...
){('rr7-;;;;t: COnS[l'H~fit)1I '\'orl,~ or P!lck:ll!c J~ ltt,u(.) I'r ojccts,
l.ur J: BvJ(' (.1U:III) [ulrane,: - \\-ercd:J 12 Intersccnon -IJulbul;I':O!60
CondurnjJ1~ulu l~d:ltIProj~cr

~thjt'~:. .~\[1 rr_II\':JJ of l'~Ojl'E!_:1\1:l11:lg~r


En£!.u~u~~_S~\.~e('n
P~\')

Iktr Sir,

This rerers your I:':H~i wuh Re.' '-:0. I·.\()tl) ~4'!1-/19 dared IS~I September 2019 whereby )~'U
n..'qutsli:d us replacement of project manager, n3111eJ.'\[0 &"hOll1 Weldny, in place :\to Ascfa or
ii..:yc:n..:, iolnJ ~"f\J us tus cumcclcin vit ...: and tesrimonials ler our review and approval,

...\:~QrJ:in1:ly. \\~ h3\C rev icwed rh...documents oC th~ proposed project manager and the- tahl::
prC"~JlH:J il"l the .!lt~I'.:hrn;;-f1~'S:HI\\) the evaluation curried our It;..!.:insr the- (c'iuircnl~r!.:i ·f
., ,~...
~"<o.'

\'........:r~ h.:n:h~. th"'~".!·~'II:. I):.:..~~~t


t~) inltl 1H you lhill \\t' arc sausticd with tilt' documcnt-, or
8
nrc
p:dj1":;CJ pC\''):.:...:t a'.,\,1 ,~.:r ~!hd 'tPi'~'\ c ..1 i~'
s ; .:p:.I1.l:tn -:ut lur 1ft.: ilrV!l"'~t:J p'>sltiQn
.1
I
1/

I
Tbe Pruj,,·\·t ()tlil'\.·
I
-~..
Fit ..

- . ------------~~;;;;;;;;;~~.
'I • I • "!.;l
----
1.' / i~..
;:;: .. _,_ ,
, . '1,1 (
----
Ii..

r ~. ~. • _51 ~
I ~ 1(. ~,
.\ . .\ ....
\

I
/ . .~ "
I


.
.. ,

... _-/
.. • ....... _- .,-
------- - .__ ._----::-:-::====-=-
-~14'\"J:.u.Lo;Jc~'~h')
Dote 091 0'"1 LI~_

Ato Nahom Wclday T'eklay


Addis Ababa

We are pleased to Il(Hif:: vou thnt as of September 9, 2019 you are employed by PAL
General Contractor, as :l Project :',!anager at Bole Bulbula Lot I Road Project. with
a monthly basic salary ,,~ Birr 56,000,00 (Fifty Sb< thousand Birr), Position
Allowance of Birr 26,000,00 (l'wenty stx Thousand Birr) and Overttme
Compensation 21,800,00 (Twenty one thousand eight hundred birr) for a
probation ~.: 11.:";. .. .) ~:.

Upon successful pcrforrnuncc. your employment contract will be extended to cover the
whole life, Th~ Firmr-« Depart» "nt of the Company is instructed to pay the stated
amount and 'h" ~;en.",.1 '\l'\I "" to forward your performance appraisal to the
Administration ~" Fin",.cc [),' ..It t""'1H :'crore the expiry of the 45 days probation
period
Considering
you that )"~
t::c I'< , ..

_' .. ::cJ'
;[_:' ..'...npauy is putting on you, we would like to remind
-,charge your responsibilities with due diligence, I
i-'inally, wclc .u.I io w irl. with =/01,1 and your effic:e::: and
effective pcnc., .,

Sincerely yours,
" ")._"_

,;;;;Cifuj-

Q...Q,
~ Gel,,;.:
I
'l cch ' ~
i
,

~ "
;_ ..

.\

{\
\ .
'\ ,) I
.J


r>:
, "

i!3\,
I,:-,r,m7. "
, '%i?i~
. .
~
Ref.No: KTGC/02112018
Date: 26/10/2018

~

r
TO ""RONI IT iVIAY CONCERN

Mr. Nahom Welday. requested us to write him a letter of testimony explaining his service in
our company.

Therefore. we certify that Mr. Nahom Welday is an employee of our company in the capacity
of Project Manager from 02i02/201S up to now in Chuko • Yirgachefe Road Project earning a
monthly gross salerv of 94,112.17(Ninety four Thousand One Hundered Twelve and 17/100).
perdiern 130birr/day (One Hundred Thirty birr) and lncentive of 0.5% from gross payment.

All governmental taxes and pension contribution have been deducted from his gross salary and
duly forwarded to the Concerned Governmental Authority,
~ ..
_~ ,,-llil. -,
---.... .: ,. "l'''~ .
L -c- f' ~L ""Io~..
- ~t.--.....

'<
With regards{ .
':::

''''"'r
!:,:(j \
\

0 \\
\ "~'4>".r.-v~;'?
". •
.
c
'if.' '\
c., ~
..,t· -J
/~q\ ".\-~ .. . I
I
:

t$ .1.~'\~'," .~ ..~

/ri&R()t'\ -0';/
"' (!r;J.~5f:7

j. fiie
AA
..

.(\\ "-
\


, ., -,. _r _
":'\. ,. r _. ./
,.... -~
- .
" j
" . ,

................ .._ ..... ----- - -...... _----_ ...._. :..:.. ...,-~-:;,..::..:...:.. :_:--- -.:...:..~.;.;,.- . - :: ............... - ....;;... , .....

....
"Date ('11
"';..
~I ~
'
_. (,
\ \_
\. J
.•1'"
\

·I:·r·c ,'--I --
ner, t~O.(T j. (
-~------
lI"'i crut'lh·j·m· U'II.
--~ To Whom It May Concern
1 L:{ ~ \ ~ ,c.;,' ~

l'r(-·
i·~tI~,:I')t,y, 1,'lf9v tlit\·~.er)~.02 h\r .Nahom Weldcy reqt:e5tec us Oil

·/"1 '2039 'I.Y" (1'/1..)· "1"uAII'I:


I',M· tn'J!'l' 1'9"(111(: ,"(.,1")',
I experience
rendered TO OLr compa,"1 on
letter cbout hIS Service
the
.,. )\ 'jJto"Fi:(J)· rl1.'·,·I'~·A: I cppliccnon date on Jun 09,2017 .
I
0".11 (111(1/.,1, '1·,n.'J'jj·, "/fl.O'(f I There fore. we would like to C~( tity that

h"'I,.f'·Hf' 04 .;.', 200$ 'L'U !,\r, Nahom V/eldoy wcs !"v;)rklng "1 cur
)';9U(~ ,)1.·:1'",·'; i.r)I!~'H:II~'COlnpony from Ap~il 12, 2016 up to Junt
~: 29/2009 06, 2017 at Dembi 00110 To,'m ~nternQ:
, ..
t'; ,
m:·C:x';J·:r··> ""(I'!' 11... ·111. ,v.n" Aspnalt;Cancrete Road Project cs Project ,
..,-:"
,,:.'
)t!);r/:,\,). (IU'} 'I.": t~t.. '~·(~'g:h:t· Manager.His monthly Gross Salary wcs •
nTl!'~il'l' ,I-"t-- >.!1h.fK- r '''/.. Birr 59.719.83 IF'Tty N,ne Thousond
tI(I J!. 'n ),1.1/00)'" 'Ue:. d
Seven Hun red Nineteen (licr & BYt00
Sq,?lq.p~ JO'}",'I "a~;t; ri. (!!i'I- I
!t ·j"r\lr.~pCf"t ~;::o...'otjt.e t.1T o,rr
II/no, ,11:: 83'100' }'of,' '
, O/ll'"i
tlU'i· 111'1,;.·
ou:'1'I: S..,;·".'1t"l;.'·C:'· )ttiA -nr: 2,200,00 jTYJo Thcusand 1\',0 )-h!rtd("ed
? 2GO.O,) 10'1'.,1- ir, (J·.~·l· oo·r· b.rr only! end perdim of birr 250/':01'
.·:.' "
(

·tlt:1 11'7 "'i"1 ~"l'(:';P)"'!' }.IiA I {per do)' cf T~'J~Hur.dred Fir r> b!r..- -:.~i;').

250,00 'ue: 'I;J: ( f}'(\ 'I' 'In,Y'
·nc Flnol!y, love\'/oJld like to lwrther ttQtlry
fl:j"Ji';f'I'I'~7 O::·'j'!·), (\.II~. that all the necessary due rcxes V.'aS
\ ·f.,l".'l'!JI' (11..:':,,,'" n'lIJ (1::J·,~i:t:{". deducted from his salary end pcid r c The
~"

'. fll\(l"i~ (/:·t!'~:} }d·'j(\X."}: HY..l;·U·)· concern-ad Ir,'ar.d Revenue Authcr ity.
0'(1, (·'"Aft:!''' I';I~'t.. 'I.I!..

),I'·I·""·f), "Ar Nohom left the company due to


""'I.&,l\'71l:':(J)··j '''Otl'}''/o'} t' /Ht,.
his OV/n termination request,
· ',: "/'11 C:'; l' 111·I.:J· uu'}',/,I

'JJ'!""dltl:t:(II' ,tt J, )~t'·j··}j.(.ln


(\"'/.,,:tfl':-f' •., ;--,:11:'\ 'lil. i.f',r·t.t.·l
flu';"1J'i:'j (, 'fr'/t.. 'in'~: !

\_.-
,({
--

'_


....
'"
~
C5!)
,I, .~
~,
Ioi ..
" ,~
,
l. "1 ""
ft' I ,.J 't (r-~'
..
• '" I
......,,"
ji _,,..lJ
.
1'..),., .....
~:. , •.
""
I.
,(1.)
,.
-,
r - )
_, .....
,, /' '1 r: l't: h't.1t "n'!! >',,1'(");,"
, . t,' _",\'1. ___ "Il,l" \1 '~_',fi.'l),·'l'-I

Ref NO~U\_QU(\,__'!.lIt .,1.\ le·H,


I ~~
Pall' . ,"l r..._L -, :!..if.:,

TO H(HO/v! [T !T1l·l J/ C'O!i/CERIV

til ihe C:lp'lc[l) "r Project Manager rrom June 21, 2014 ' July 12, 2015 ;-,
.. r•... ,. ')
", • I ••
I :~ • - .~.: "

S;'{ty ~(""fnJ. })erc:ir.,., [lirr ..j.,S()id~\~· (I~jrrFour ilullcir( <i l~iglHy). 1(t'$PC)l1'jjt hl:~/

:\,;n,':a:1.'(" of ().f)lJ(LC()/:.~orli., til!,': :-:t\.; ·rho:Js.1!~dJ. f:i~(·r:t!\·(' 0 ]::1 .... of (:jf)~S

p:\;.·!r.t:n~ & i·C'lcpr.'):tt 4


\;(O',\'"lrr;C rH 1,t)O().OOl;":OI1l11 ff!:rr One !hous,utc)1

!\l1 go\·t:I·nf'l1~11t t rtx and P('r:~!.)n ronl 'jbtllion 1 h:l\'C ber-n deducted fron; his
~;oss 'i :.If':) and (July :'::>r,','li''C!!:G 'f_) :hl">Ccn<':"r:l:"'CI (~~'·I·:j"nt1":(,:11.1~,\t.:·hor:~~

'ir I~~itlCU' r "1~).~:~\· i~ll( '(I htx 11.. ·.:n nl t' ".ill

• j I . i ".. ~~

.... \
\~ \ "
\
\ '
\


,
,, ..,~.
...... _. ',!,!I,·',,",,.·,,
_ 1 b\

-- ------- ------
Rf{\~' A~..::\ :..::..!r",::
....
II',:

CJ~ .<\,(\Q
'I')

TO WHO;.i IT l.lAY CONCERN

.!:;. ':. :.:.1: ,";N ,'r ';::l-c!"'t·:o:..~a,I~~~:)"":r!.·


. .;·jI. 'f"'! .3~r~;~fl'J'J".\O(i·1)? 2·J'3:OJ.Jrie23 ?;;·~J;,,?rc~·::c:
'::':;:;"'I::,:o:jR':.tl~",1t [;ng:n<!~r;3\ ! 'I.I t;:<>' ~ .:~=""~f.a.
....n (!~:'I'tl'I 9'~~S~;';'j}'::It a u ~:',:0 co (ri,'! Th:u,ar,~ :; .e
t~- '::j2' :,4 _),./1 ,,::·.)·;c~!~..,.:::~~ vh:I~ll(r·C~

f'; -: ' .. ; . •. I ...:


.,
~.' ,.

h
(,.

,"
/ -, \
t

L :1
.., , r: / /
,;
J
/
Y

; .-
.,
,..

T~;' . t 1$-15 97 61

Fax:011$·15 3~ 53

fi1i~ is :;0 cr.:rt}!y that l~";R.'f/·.tiOVo 'rVfLDf-\'Y was workinq in our


company Irorn June IS. 2ili,2 '~!:i to t'I:\tJ~;}l i.1, 201~ 111 the posiuon cf
Peoj ac r I'J!a,1age:: lr.l1.1':':-:'i~
'1'0':.'1' (j(3Vf':! (toads: Prcjcct.

-;-.'!.. -",-··.d-"

: "- : ': - -I;

.' .
"J' 'i

')/


J . , . ~.;,

i,,,\ .. ,.,; 7'''1 .·~~l. :,,·;_t; ~ .I '. ,


u.; ;~~ _____ ..:.1'_' .'!'_' .. __ ...:..:...:.::;;.....::_.:__.:__...;..

Ref f'\o \)\,,,,,\ I' \, t .. '\'It ..\(,.(,\~.; \'-;j ...\ t

Date ~~ . \<\ ·I"'J.,\,

wso« IT j~lftYC01VCERIV
Ih~s is tv c\~rli:")th~l JII_'ro l'IAHOl\'1 \1/0LUAY was \'\'of~:ng in our company (1'0:11

OCTOBER 14, 2009 to JUN8 12: 2012 ::1 Different prf)jc~l~ ~ak~ngC;.(!'C: O!

FrOi':1October 14, 2009 - October 31, 2010 Cffic e .El1gir1~cr in

Fro:11 November 1, 2010 - J\lne 12, 2012 project mariaqer in.

lhOl,.ts~·.d).rt~5p·.;:1!-:Ji:it:; 1.11
......
, ~ln·-'.. 0: ":,;;'.:;t.j/n~::·;.~~l (:':.l..' t r;....
,;.i::;r~:1\.~ri.·: ...·
!::.n1clr::d~~o!, p<.:r(,:O::i1 ')( 25(),v0 ca- . ...::~~y.

deadlines and to be (l~d!,_';!:~d, i1:'t!·t!r;oi·king a:.d rt"!ia!)l".;, In ~,c1(!11:0n h;~ l:10$e


:.~tt(·ni.:h!:~u) clt-j •• i:,;(:~,!;,.:;:;{):,;:l
~':l(i ~ll',;;1g ~~~iHh~~ ,,\;:rr,\'::ci him to rtt·\'.:.loj)
h:-,(~d \\')rJ,:J)1:~ .c:h~l.:iJ,::-;;:tp \',-,~h UIJ,h ~:l" ~'I~1 l:I.'J:-: ..~~c.:-:ent
c~;!l_;:~lr~-.;:.;

AppE.::'"\otl;;." 'ra.'~.·di .n h(~'j :).:.;::~ rt".~:dnr.:d trO:T1 hi'i ..I.i.}· und


bo;,U other b.,:·h~',\'

_!'" ~ '::') '"

• ""l .1.,.: ,_ '., .... , ,

\
'r-\\ •J
" \
" .... ~,
.. '_

'!"t 111·'11'
__ ___ ,:....~J_.
...70
1.1'
_
.. _'
• i', ..
,.'. 4 ~;l fCO.''VCl. ?:'.

"1 .... J.:

.r .. " "
.,

... ,i, . ,.
-~-..~- ....

.-;.
..
,i R _- .-

-----~-~-

Date 25 March 2009


Rei No: 328dlBMPP/ADW09

To Whom It May Concern

Rei: Beres Multipurpose Project

Subject: \'Vork Certificate

This is to cerHy Ihat A:o :-Oa,,"Onl 'Nola:;/ b3Jge No, 1057 '.'las employed by ocr Ce'l'floll~
irom 03 Apr 2006 te 25 Mar 2009

HIS position at the time of terminauon ..as Techmcal OfflCe Er.g;.12er.

,
A I p3yrci! taxes frorn n.s Sald-! !-a,,;; bee~ du.y paio 10 the Federal Inland Revenue Authonty.

This Certificate is issued to him in Accordance with labour Law Proclamation No. 377/2003.

j
We wish him all the best fer Ine 'Ui"re

.," .
.,I .-

..
.. ~

\
,
.J

!
--It?
,tr


.'~ •.1",'""'1',"'";'~' .
fl "11 ,.' (" ,"j',
'I", L).:., ., rr·...,d, .
.J·;
.In ....u
..
J.

1. ~"'.. v (1.',: 11.·':'1. 'II(:'~ 34


2 ;,'1'. 11.'/'(1 II I....H· 11.11.')'9" 17

;,>" ,··) ..f.·}·",:.·l 1.·Hllt.·It',h "?',.i:"u·)·i· h·),itl;Jo'i·i·" ;\'\&'~'I' \",.,1',)', \'"/(.\ ~'/IJilC
h'l'I'}' '!{.. -n(l'}' 21 ·n 2009 'l~" I)f.I.·I'1I1~ 1)·nO'1
n·~{..Il;:;;a~;~·)'.,.'5.'. llM··}·"
/ ~.'.';., I' .t.
• ~ ... It ,f ~ •

11'1·.~·I"I· 1"·IIf.IYi 11')..) \'<'I.h 11",,,,! ., ...)', ;J, F,.?:\~.'iA··_ ';. '
,
,-,-


L \'",/,);){ .:, 'i'~'il/.· hilll,Y.O>: 111'1'''''1';'(:

'~t9" (l.A I""/'jn<· ""; I~I.·i,,)h ..I'~ l,·r· 1..0'.1") .\:''lI\'~ "" -t). \"'0< .• \'V') <,c'I'I't:
i!!lt.'\'I, ,f';' 1I11'(';',rIl' n~"·)·II:l'm·11'1'· ",,/1,;:') 'I·j~uo 11'1'1'1. I,.~·/':Ii:I'~.{I ),1111

11·1·..·/ ),Jtl~ h·I·",/ II 11·""'/; IIlU: 9! l'H•.). ,1:. 6951 1I."rd· i,. ·)·\··f\·.I"e \'"~')O~.
'1"; 1M· Mlh.)'~~' Inm· "'.<!.I'I(. \·..·/·)II{. 1,'111';' '/'i1"7Y"'I") OI,'}.':- .'l:yu1. mfl)t;A::

2, n,ll>/\ '1'((;" -/:'I'r. '/"<101158814/)(06 11-10') 27/12/2006 ''19' 1'11.9.'/'(11' :PM,cllt.


il t'I"'Ii'i1itl

·1·,V.9" (l.t!\ ,1:.1't'1 'J Ill. ·I:·rr. 'Nuu.1588'~(l'06 0</") 26112.'2006 'W" I'tl,~'hO'

;1'M·cll. 10'1>;1, (t?"')-)' 11.101"I'III.U<"i' 1''''110(, ,/,,; "(.. l,fll1 ..0:' IIAIfI')(;

)'1&.',1':./. ),').,;/\. (/",(11' IH'(.r.l."7t. 1111.1)1'"'I.h·I't'I+ 1.-1..;.1,·1"1: \""/UII(. 1,111\')'

8.P h·J",'C m'II' ,71: '/'J'g,!' 0'/'1),11111' "'1": ,'t.. h/'JIU"~' 1';.1.· ·11r:: tu: n"t',,5 <or,a

A3s~cnsf!::i1i!!es of Genera. LIdO:;':?: \ ".f. \'·l··,'.,n,fl··)··i ·f,·I,qt..·i- I!Gr:i'{'t

,ehlii)l.C; i.\;:

n· , I."

,
n \ \ I
:f

<

•~ I·
,1",- ...

.....I .. "
• v-
. ., .. .... ~,'
..
,
"
, '

=: ...",-""/!'l
,., "

~,
.
, I
( .
'1

't' d; , . _- _, "J I"

, .
j
!I !
.;,

...,~'
... ~'\'"' ~
...... '
.; ..,

. ,
.. ' , ..:t
"

,,~ c ,.

,-:
/' ,

• I)) ,)
~\ '\' -~ ~."/
./""-:,,.1
,,"'J.
'" ,
,
v '~'I"
, -". "'" " '


·),.e·I·(iJ~·j~_(}{l·)'t-~L{j·, '!?lJl:"-"J'j,"t t.·}i!!l.~ ';,:}-;I
:)flc{~"I": SJ";'lJ)i)~ 1""'lA 1"7,;,f1L'

":;' (l'''H'')! II.·"I:J·~···)~·


~.....
·{..in:·i 1.II.ll n.+:" 1'.,.r:N,1!·'·O)· 01951 q.9~
1110"1('" l'I,.·h' ?,' J' ')"IX: ;I,'1! 11""""/UI. "',,,. ",·,I,·tj:<; Idle n·,· f ,U(ll'
\'(,·"·I·_\~\I./,J' g:} II uoulL..J- h-i\': ;:"·'J.'J·I; i;·I·wl", ("1J!\ o?vflr. t,U.I' :l:r:;-' ~'JuH(:
11\"'-'11\ \'11'1.(11'/'" 'l~t:·l:tJ...(j~.·'

IL'7'r}' ~S:t·?i
~d·I'·P..,{,,~ "·fl/). )1/11 "'1111. 09/15 1'(1,.)...1: 021804

n<.
H')' ~ ·j..t-, ·J· ,,' ,(J •• ). t,'} ,'J.J, c~·hn'} (/1";'/'
Ul}~J~):' t.·' (I t.\:)' .,..: 'il :)1\ /...','1: {' "'(U" 'J r·'/1.\
"'/';11,': l ·.'!h!~("'Kn'g}'!t
Construction .\~unagel•. 1 I1[ Consul.am s pte} f)"u1)A

i,'HY' 3
,''''/·)u<· \", cloI.lU~.t· il·j·

\'I!.·;· ';'I~: tl'{ •

<,
, .: + ~I.\

",\
; \
\ -"
,

r
/;-


.. ('·I·:l:~':ulJ'Ff{u· \"}",Y: 1~"()I/9-/:f· 1'("I..h"·I"1·')·
.I''''~fI(: (;:J:(1).:

l. III'l.ri.(.\ Y"lri.\!:(l(; 01)',(' OO'U·}1.'C! n.'?:A.t':,E',: 11 (J}·t:""r:,\'j- OTlt.I.,.{J :- ':h'}ll


1'LNJll'j' (li~':fr "0)·'1 ·}·.~·:L't.· ·J!tJ·{:·l~ 'f"'~'J)?:' f)(..!-IJ':r', \'Clljn'/hC: },./C\.'Jr. ...).
dl)fl;ll·i'l.~,If.e·} ~)l,.ttl'i~t.·tl·(i'} ,J:"P'P(: \'b·i"'I')·(.,irn'} ;;().,.,It't..(: : !<:),
-~)l'I.~('\ '1";')' ~''''i'')i l'llt.C; fi.~·:i·U'/·I:{..('(l··:-'·· ?'r,Y"C (It.· "91,'l.!!:
Z. \"\lll.~·I\,e IltlV:J(.l:}:I:'''''- Y'(U·/.I." o'le ·}<I}.V: L.v,·)·'l'i· ,k11t\j:fi', '\.~":'1·1··f:rl
/.lJt,. lfO(II.··/·

.1. l'I'?"TI~·r·L: r'lfl(.··I'-{' 9"(;uul..c; ri.(l·':)"- hh·1ri.('m· 1'1(..9>'/- :JC 'I"I"'/J':'r'/'


_('<\:hlV) ,)(~rn~'QUI)tn·)·

~.ttl (l-J;.). "7Ao'/-l., "?i'i'l" '''/11/,.1':)''; ·I·'l.~.'\ /M(..JlI:)'.·} '/UI)/"')'

5. "'l.<~(: yU(:uo(., "'111.·'1"(. '·(I'/.,f'tlf..(!·/· uU"'t.C'fJ':)'· ""}')"/...}.! tlCV·'·'." ~l'l(:


O?;'lIFllllj'''' ~,'j\'~If,.(: ~t>(:PIJ(;,?l·I(':\.~f'I":I· l/u(lnl'/'
6. l'hr;,) 9".f:C m·', ''''':'}.\7 (i<n/A"'I')' r·M·C· 1,'//.'1'1(1'+ ,,'I·~.II·I''' rv-nn
(I)'" 9"(: {/"C.. 1\ 'IA"/(1":1' o'IIl(Il:'"
t. (";I:it.:r.,",lJ,7i'i 'l:h·~·Ii·<~· ?,l'j r/lJ~'\;o, fi..1Ctj't\ P't..9'~f·i ~':nJ(I'?}}r.:

X. \'·"J.l1'[.II(.\ 1'·(jt~J· ·1It.·r l,'; I'/'.(I.II-)·t)l ,)('·9':;-·'j 1""l"VIrt:' \'''1!lu{.·N


\,~I:/ht"I..A i,'; \'Qtt?\,S' 11.)(.·
.. ,. 1'1,-;,).). t·ll·n'}
" I

iti'1(~.'il.p':r··i I hflt.:<f ."t l(.\ O:.Jl'it..('jlJ:r·j ~HO·r.I.." h'IC: (1'JilQ~'/ll·i· v'JlIl.,\""


?\ t,' IJlli~'l'
'0. t }',·:f(J}·9\'
H
O>i'/(.: (I)'j)f}\ "(I'},1luL'/': 9l. c·r·:'·'·i
1
lJ)"'~ (U·C£", w«: I''''lt,'i
!H1I"''$:'' ~l'!(:YU(:.)'.':'f'j (!J.t:. (f)'il~r U'h)'JI11' u
r
/h1·&.A n~,u" V'~ n:l',c,:c'
tJlJj~lp
'i. h"I'}_('tr" H'-'I'JC (n,t',?') rlr'l." (l'I):~ ,t1"]i;::r,,)··} ·}·oc:,}'·:r- (I'}I:\Q:-/."1";
..

_/._""
-{ --,
.~. • 1


i,'H';!" 5
\'J'/')n{, 'I"i .,.)1111

I. {""I')IK 'I": 'niHI '11(:5fJ.(lOO.nu !'I Y~(\ itu 'lir: / (til"} !').l'i.'l';_':,

~,llftl"'1 'I':) -lie: WOO ~.-H': itt) 'IICI U"~ nm'P'I'IID' Sill '/'1',(\,
1,"0.1,,1;')', ,l'.', (..(\.;;
2. I""nn~, 'I"i '/'III-n (1","/1, WI'tv '/')11'11r-I'Ilt.,1I 1'L,r'P r'''I-lIH:'f''-':t:
I'MIII_Y"} ,":C/; ,n'I~-'; 1'/•.1"1.1;'1.<;'1'(11'uuq'",~ IlIl.u 11:)':)'- 1I'''I.T~ro'
''''llIll'rr 'I,e '1'"ullll;l:f.I::

'J-•• t~I r(l'i'i~,(';rm: fl?U -


j
i rM'II,\'-'} \'ll'~·~.
)'hl'L{"'} l'm'I'~" ti)l'
'11'1 ), ?'.:...·nc nne
I. I ~,.J. '):J U
,"} 'J.(:~j:' I,e:m', 4S 100U,OU 4S,O(10.00
12- i tille' (l'fll'l l:)' WI,e 2 1000,00 2,0(10.00

1-- ,i:-Y"C 5(1 ,


L -, "__ __ _ __ ; __ L _ 5IJ,OVU.UU

h·Ht.' 6
I")'C:~~h',;',:f.I /NC'I-)'

1. ')'H/')Hl'I'~~:"·)'· ,0;;'1\1'1 'J.q.}, (l.(Ut~i 1''''l'}Il<. ~~CllJ:J·(r. ~'·I·tlJ/.. .j·r:tj:


"
/I"Y'lnl'I'l":ri J',111-/.o\'-\:, lJq:r,:/I'?" I.J"I_I'.'}.I:, u·,.,ne",';' n"Y'III~. ,O'II'!'
1I(I(u, \'tl)J,~.,"'} .'(·(:'i l/uIP(.·"· .e,,·(I't.\::

t'p·t· 'IHU/..·r:
1. (''l')n<. 111,",l': ·Pt.i /o/.. )\t·lh.J·~·: ,.t,· n~l'iJ': ?u)1·f·t.\ 1101/;. i,r.1'.J/.t~.
.(1.,.,0/'.(\:: Otf.U u':IJI~:'i' ) ·r· ')9"i"" ,/.(:)';' 'I"; IV!.. i,i·lil.J';C~: r'L(t'~.

v "/')11<· ~"..:I'If.I 'I't; /"/.- "r';I.t'\' I t, ,H',fI- ""J' <;;('li'"


... /~.
1. ,'f'J·{IIt.· 'I';j /"/,. 111"111.•• 1,: ;,': )"t! 1',\ -r: ."tt,!.. 1I;','},\:trf,
i,~iJ.~""·'·:·
I • • I .1


v t.. '>ll'lh.),',"(i:r-
?.... , p t\,rr~4'i '1"~/flr:
i. ',i';(I)' /JJ/.. },illl..('l!' ~'tJ"7'jn<.·i ~f)tJ'J!-IJ:r (la{t·i·.t~.l~/"
..' )~'ill' \""ilt\I'!!V.

(ll('!"} ~·~.~·r't11fl·l~
If(," (J'1'~n<,'i tt°'1tl'I"~'\"(:£; rJJ/.·Ol":.· (In',I,'IJ!: av-fl.

/A.I/,\IJ)'} ·i·(1I}~·r·:)·t\:: (l·,·ja..l,tl'lt ~1(J'(l), tu: r.flh ..{1:~· I)(I*/·~il~. (l~" ~Jlr/h

'1/1"11 ,e,iI'i:;J' A; .1"1-1"':/'<)(.1::

2, nll,ll },';"I'~,'InO'n J,')'h\ I ~,c; 1 1"j'mr)'!O), m.Jo'l'l (,',;J'lC' 1"1.('.,1'),)


'/h;i1)' /"'1.. )'l,'lh.,('j!: flll.t) ~'I;H!I'"/..ut.;'r ~'(".cr:(j flfl")'I',i'.}·.tJ· .~·}fl'
1"/'(lflltI)o'; /M6\lIl"i~' '1"'lr1C n'''I')n~, P' /., ~·tI'f'lj':l; f1u'U';It.,A'1 c/ul1n

/111.'11'''9'lno:- /"IA 1)(I)-hA'; '''/I'I'/'I\/l1j': ,e.':'i-I\(~::


~. \,ut/')il'-;, 'Y'G}l';'t\ 'P(; /,v/.. }H)il.f:~:

11. <"(;(U- pit.. '>'1)1I.f:t)~· l)ul/,t?/:'Cfl')' (U.('.9" :)'l/..'1,t:'j f1C!ul1)(Jl''r

1I'''lg.:r'Ar0' 'w, II'I"!{!')' ""'t, J,Mt.f>j~ 1I'/'l1lr)'/lo, p'Ar.n'i "'~/"C


.f!.tJ,/..t:\::
",
1'1, l1'I";(!" /-Y/', ill'lll.J':~' ·i'n.e.',' 1""I,(,(JlOVi 1'1/, /Mt, lUg.!!" 'i'''/'Il:

r·'lJ·~i;<. ):.V;·f·C
('"'I'lll'.,
11""/'iflt.·I"';·:'"
i'"v"'/'C

i,·'·].'x· 10
Ilj;"f)oi ',·q,"l .e.j'j,·lJt.\::
I
I

U"')II(. '1A-J'(:;u''I 'J.iL


1''''I')fi~,l""i"f..en')'
J'..l~J't.\!:
111,

")'Jll'}'
I
• ( .. ; , I /


\

.. ,_ ~
.'
,: , _
.. '
,I
'.~.'. - '.."_ ,.
_',
,_
.,.
.- .'. ..
'. \ ..-,
-_
J
I }t.'do '\:;".
_', ... - , ,_
,. ." I·.~ .... t v.;
!
,I
•·.1 ': •• ,'" •
... - .. _ -.~-
."1- "'j •• '"
,"
«:, ()
~'.~
,',:" ....,.:
~

,
~

<,
II
"\

\ \, i_
,-1\ :?f-
-,f ~


·»)!..·'t·(j.e·/· "'}{l·h~
..){{i·} "7'L:t?;·tlu·}·r I,'}n&\ ;)"}-j.(1
:>"f,.,~·I' 1)'/'(IJI'l~ r''}t\ °7rhnC'

I'L"'·I·JI.P.~J' J:'Hl
!.',:A /"1Y:
~,·i·I·?,· ;~.,)!..
(":;.",,,

.'''')(It,'. 1II1I1/I1'P't.:j:(!J· i"l'(!),t,:! '"I.U "(II)·'·.~.~


. .t...e g:}.jI 'At,' l,('ltl'f)
1l~:f(1)· 1';"../ .\·:·I.~·J.f"':f· (lO'1'{.')' J'.·/'.':V,/.·A::

11'1=11 u·(l}
(It'l'''l·)n.;. 'l'r; '1"11111
I,'; ,)t\Ml(Lf"~'l:
h'H,,' 2

I! (""'I·~11(>J·;r··:" in '""" ,/.'1>,. '~·j;.tl }1 \'I"lJ'·';-:i'·'~ ""'1(:' ('1 ,j- !n I) .,.. (Jr"J '}
;.;,(~.(/.,;,:)", '.":1 llu'}(lII'" .:> 'TIt;
~/.J1/·~n~ '/'}U'll hI;: (/'/.\':1:1 (n,e,;Ju

":J s. 1.1.(/DI: .l',:r ',[~.: tJ'·r~I'·1 ll'),': ":I')nf:'I'~: ,h!\":,'I'.{'. n·/'c: H,HJ'jn<· fu,i)'"
if/liD' \'i,i;('.tJ,.'i ,\:'(:"i 'l.P. ·'·l:s.t/·','(. 111I·n 11'j."; ••\"j:f ~l.e:I.\·.l:·;I":

2) n'i.e:rr ",,,,1'(." u·/.'!:(."I l1 V',v,<,''lIl'i'


u
·/.IL ·"I"lOr.·F.-':I; In7'·j:
i,uJ"'YI I\,~ M":r''l'/' .~l,C.~/':'::
J.i r-l/·rnl.·'·;~'··:': ~'H'I·>n<··~ 'pc," ·fill·n n(Jo.i"If! Qlll1f.l'J"'j:;· ,tl.:}"·I'jIl':· [Jt':'~/U

l'uY·)~· 'I"; '/'111'11 ;)I\r.,i·/: t'I'l"Illfl't 1'''71.1 '''I 'toe 11,/0 1l'l·,~,~""(1)·
'/(·1""';; utllll'} rlU(fJ'(.,\': ),.e.:Y·A')u::
.;, Ltll'I';'~(J)·?\I \'(/'(; ')',11-(1 Qt'n1.(III(~/,· u","',fl 1l"7')n<· ~·'I.ft·1l Illd l",·(1·)·
f,·,J;.J'·U(i 1)';'1\,; ,) ..0.1/ 'l:'"f'l: 11.' IIlIu/l·t· clOli1;J·(I}·1:.{" },·'""-;'(Uf'l
_f!·Y.r.:JA::

I
'\
.,
I.
V!" , ~,
,j
~ ~
J ~ :-.,_
1', _ _/ - , /

J
'~"
......_...-, .....
",- i,;.A ','".,," ''':/' ,
...
.I'~ {
\ .

i
l
I
(''I. 1,.\"i,'r},t~.'""')f]t.·j·l ,("'.1'JlIw·'} n~JfPi:"')' ../')";,':

rlt, ,'}', .,(1'\'" ;-:r, 'II cU'(J)'(:; 'h"I'


1I
,

I
QU. 1J11(,';I~(l)"i':lol ,'1n'/ILl) (/,'I';J ..}IJ:r· i·'l',~t.:/(o· !.Iu;'j"i(.\: \'(.I'I .• f"'~,e
,ell";A"
2, 'PCJ(I)· /~,t.. ~tilh..eJ': \))'~lf),r"} fJV'tJ'J'1I il'},'t.("tt \,g?J~'l."}r; fl'i"l.(!· ;11("
:
'/:/l'(: 521 t"",t!:I'I'/U)' ~'a'l
..et!(D··i f(I:J/.,y.~u ,)1\/..',0)' ,e.t;·cn.1·t.\::

I. i.)')('1.f"';"j" /11,'1,." mY. t'l,~ nm' n"'Z.'I'~~'i:O·)· '1.11. 117.,/,·,,: I!"J(D'


o/,lu'I.I"'} Qu?"Hl m·f1'l' /,'},":10, g"v.{.;JtI"
1, V}'h!l,~''} i:7u"'<\t'lC;:.flO?'lnt-/"":,, uul,IlA YM,i;n: 1.1:'" ,e.f.,7."'ItI,,·

J, h 7')0<· U
(ll'''!.'' nW', ,'leO, ~,Il!l.r"} llu'lfI"'~I\'j: l'O'I,.,'c;.O 'l'.e,~ O,\~I"'<·

m£-9" 0-"';'1'(1 /175% wIg. l'/,I1!l,I",} P:Ci'i ""'I'm, 'lM,)l!l,Y'''':),-


ovtv ,t!,:9"i't n"'J.fltnW' m·t'!',_ (/t)~t,~:,-i'lr'ln:'·::
4, ~,')('I.I"'1 l\u7!l,"ilM: 1""/.' 1>(:11, 'p.("l:fD:r' NI"i(I), /ut.. 1,IlIU'j~

il1',Q.?- <\,e~ (D"l't. ,e,i'l'r'n,j, Ing: t'I"'ltl(ft:"'1"-t'- m:/'1I1\ "''1''1. ~'Ht,O


lIt'lO'I'"
5. r(1'l')i)L,,"1':r, (1l''J-I\t'\ '/,lr'1. I1U.t: n'j,J'1),' J j\~j .J .-.!vu't'''' (u·f\~.
t'l..r("",~t.\c,: (I)'l)'/,m' ilT?,~: (Ju'II'I n 'i,e "i,<f.c:"n',.,! J'il(.,A.:>A::

/,'H?; 5 •
Om'ell (!r'l"'L'r5· 1.),IlX'::)"

1. OIl,lI I'rm-p;g,tJ' ,~:i'rl 1111')0/'1.'.j eis.rno» ~'I,y.'I'rnIH' (j";" "'nn,:,,";'m,


t.)Jj'l.I"';"'; j''''I:I'ilt'l1''''}''i m!., j'j (lU"~" /.' r .e.:)"<\(I"
2, ntl.V r(}uo'/''<',,\'.t.,e .~-:",nh'j'l'~t 4 (l','.\'.'r},}(D' {.flIIJJ/."r' 6 . .')'X: \J'!"r~ },"}V"}

IltJlj')flL "':;:0" l'''J'(/ltL,tfl tn:~:{j0,"',1'1'I,ll,

tI,'h,:J't! (!),~,:'t;f: .l',';'·'j'jt,:il·:: .'


1'''J,{..:':'iJIlC'IY
--_
,,' ~'.~- -:- .....
~,."
II ,

II

.-:4(,_
, I vI '
j
I

I I,G~,:I (,tl·i·
~,,,ut·C

I
\''''!·)II(· /-"/'.

t")'~lI'6
r r "_UI.. hittl..('.~~J:;~.(,,,,.).

1"'7'jnl';",~:I: ,n')'1\1\ ..' ?<; 1I")l.j.t\ 'I""


·1·Wi ral'ln~·'~ 'p ... /»/.. ;11)11..1' ""t·
/,MU'."': 1111.u\'''··I·}:(t.l' X')11 "g. n·I·· ..'IlA /"t.. /,,)jI.,C')1;' n;,·;.~·~'l· .o{.'1-1"
POt· ?(lh.,!';<>::)' ),1"1'1)(1' r"'U11'I'o,/ ,e;)'"'lll'''

h')4'7, 7
I' /»1.. hMu'Ji:r· .....t\"I·i<; 'I'-"'C

1'/"(.· hiHU':'~;/:'1 I"(.\"l'l'; 1·0>1'1(. 0'1·,,01\11'1' J1v-I·IIl~. rououl»l,J' 1;,h.',:


0/,')-")',' ~ INC n·/·.( ~rIO" ,,·t.'1"'1. ,I!.tr';(\::

l1;h'? :LJJ'~~ HI#")1)(. t'(}':Jou/'»L


Cl 's /" ,'\',,:'; IIII.U i'G,....I·;·.;~\~.t,J'~ '}'u
r'I"fjl\ll'}"; -H'..;)' IJl\aucD"N: '")fi.r')' 0"7'101" (iI.ell' 01\.1'1')"
MH:;
OJ'}';':/- 1I.t'.. / ..•:.). ll..l:Cll ;>I\/, •• eu'·; t\::

ia'}·J·X· ~
"/" /., 111111,)'.;'::),\'/" /.. 'I'.?

,: j ,I

f • \

,
l
II. . , 1,
.' '/
'/
'/
" -_/


I

I
I
i 1,<,:1\ ht.·'i'

I
r..·;~'ll(:·t'·~
..·:f· m·)'·\" ·I·'I'~.
1,'H'7, 10
1'7'f!'l. 'r t.

1l'0')'19'1' lI'I";fI), /"1., ~;c'ilU':1! '1,r:Il' n"'lg,';'C":" 'I.il, !W")l'f'f.\ .q«; /"t.'
Mlh.s'~':' m.,q,'I't,. ''I11l1 (JJ,e~" h"'l'tn.;. '1'<; '/'I1I,n h'1°Y'Ii IVI,~, 1I,1'IH'
"7"0':'1',":/' (I,ClI<, ,e.'l:III'I'::
2, 1'1,'1'1, '1'/,1":)"' IIX',I.,'i: U')CI)' I'Cluc)-fllln,J'OJ") 'I,IIS /ur,:&, ,,'H,U'Y'
\',',0(1'1,0' I,":'/.'l 1""I:ICI?, ,eV't'-(l':: 'r/.p;f; 111'1'11,)11(')'.,..) 0,,1"),1 hllr"t,
/'?"(I'}' ~'!;'f' 1110,.';,(lml'tn~'I""":),' tJ",V:~(l MI~:"'(1J'::
3, 'I'll'!, h';,~,lln,),,, ;1.'1' (I),ell· l'IIU''''~.I',t..r .f.'HI n"'I,'I,~..~:n')' 1.11, ~"'-cv, P'/r
),(lh"I'1':' 1"'J,tn. l·N"r'i h,(;>,c,1l)J'.':f' ,~C: (lh,!"})!.',,'l, D1Inl".>;' OuulJh
f1~",'G: fl:'1"" ),'),'Lf'l'rl1+ tJ"lI1n,}' MltI'f-::

I, flll,V I'H?' Inn,,) Id'I')\, J II"'cull',ro' 1",').'1 ,v:,"y, "),,,,(I'r 1""II1V'!'(fl'


"/')I1C'11

f::;fll'Cj: It.\:,:·i ou/.\,"t .e~t.\t}A:: u ';'~U r:ll.tJ n'I'(l"\~JJ' \"I,tI •. ).\~"f' ,0' ('t '1'"
"l'lJI,:-V;",' ...:~,) IlX',h,'': '11:\')/' fI::1·)\· i,'J.';t\(l1I1 ,1'.,r',Il(.·c.::
5. (lll", ',i'l'~~'
1l"}l1./......il·i·f>~· I \J·t·\!~·}'I(IJ· ·n.':·(:~r~r,,,/·)tl{. f;~C; 'I')U'rt i,·}.t':
i,:'" '(1"':;: (I/5) urn". '/.It tl'(i(v, lUG" ]l(')h•.!/~· ~'o'I·)n(:-J·1'/"'i· /11,',',,1\ '1·():}.

11l"U'ru'~' 01>'\'/.,')' 1.1111')'::

h'H'y,' II
I'm/')Ol1' ,;>:r III.}"" 'J'I)'}, P't\ fT}"

nu.u '·uo'I·,~,(',t"I' .e.') II (I fl·:j: 1;"1'/"'-')" ""')/.1,/"](0, ),'.<:'/'11111-1,' [I", r'''/')lIl'l''~':)',

1111", 'ill'}, tl,e:~"~tug,?" 11-1".-')'(.\ h75~= 1),,-(', \'t,llfl,l"} .\:'(;;'1 1)~:I'(n·


.... .J •
• , 1\

"" ,,

\
"~-'
-'" . J

r- ~ I ' ;
r '"

,
i
I
1,
I
;11'1;i.,\ :\~:"I "i!!U)'(j~ /';1'(:';0') \ ,..'<;"J·r: /.;;·C:·j· 11"" U?~;.\'.::'

I
I
,
., /~./.

~. ,.;,,:J'/:
,.,t'lh ..Y.\!:Y·'}
J. ""'}')11( '} i~.ti.·'·r. tI1lryl(,'
UU;\'Y"fj

\'UJm'lrJ.l:,('
".,i'lr.

'1'>1111 to·,,],·
l,,·}!tf/·9

U".>1ic f,'j.Q.(}·9'·

l'lI'~'
u
t'~,·,(.\·'l(\...·}·
\'/"/..
t'f'.,,:flii·'j

T.:J(li";

"(1"111'10'.:.1' 'nrlfl":j-')
UtJ(rt,)';
c."D,L~\·i;_

U'I'~,~9"
11.1"/.' 'I.l', I'°Vn·(\'fi')"W· 1/.',,:" 0"(1)(1');

.;, M,t:'I~ ~,h1,/..t.I .. >':(.\,f:t.I 'Ig, "um(J'ji

6, I'''y')n",'} Mu).I"') (\I\.'I (I{!l' (lm/il"''I(\IJ: 1l"'/,'I'Cn, 'I'J"t'!Jl:)' IIi!,


UUIU.\'i!

7, f"7')n",') ruuou/,'t.:J' )1',1,·'1:'; ,eUT) l'UD1',~\:ty.~·Hl ~/i'j~i(,\!


8. ,"III,,)Ut;'· 'j cpr, 'rill·n (juull.I,tJu(: (D.~9°(luO."lu"l fJ'lJ{ul)';:-
Y. '''I')II~, (1'1',):1"'; tIl,l',," ,~II'I·,)'i'c; 1""/J',V,C:)'I'I}J0 1''1')11'£1 11.~'l:·:)~'ji
rvu,l'lf (11·11":)'-') ~,'i,':'i1'?" r'~I')n",'l 1'001,1':)010/1'1'1'1· '}·nt.·r,:l"'i 1'')'7.<::
!I.'r:,(';",', uoO'}") "'III/.,I"}"; cu,!!,?· "'11).1"11'1 \""IJ,pMI'I: ,,.,~I":i'·') t7Uillr";;
W, "'pr'm r'/i, 111)h..I'~ t\1l""~, n~7:1'Cn, :I"~f':)" 'I,e UO(1lrY,'
II. o'I')Il~'1 "Y<f:t.,),:
\

i
I1
,

.i.
,

,
_; t/
.
"


I
I

I
, ;",,~?\ JJ
r'l.<iil Jlo.'}

t'''', tn<· '/.f)·11 !lao'; ht"9~1l, 1 'I"~ ~I·;il·r· (I"'/ ..I,(I'(\(})· t~tJfJ:" f)'I. JU :/";
1'<7,'"'=/'.1',,,. I"UHI ~"u'I' u'I')II<. l1'l'U:-
.1'11:)'(.\:: II";'~" OU'U1{1 ,)'''I,odU'MIOt
·n ffl.t:· "'L 30 ,,.'} J'O.'I'(.\:·

'.IO/>X' J~
1',hA'11 i'.,1',f·1I

II. ('V.')oI1 "1.'1'1'; N'C',:" II,"I/.' """Ilia), /U:J>:&\


II, <tM·m· i"UHI '}ue./, {,'{Ol(1F} {'''1')O<,') 1.III.:1'II_e. I' /.u/.. 11')(,,..,
<""/ .. tJI" I..(} c.;UI) :~'(I!t.i" t; ,j, J'II.:JY;t\::
... ,.~ l'I":r~ n'1\··,·l 1l :;. ~ 1 ·;·.'~·r,j'1J·.11/"'/" Ij"~ifrt\ /_'J.c.' ~;·i"'I.\': ;1~".)
'!:'!'(: .1":6 '1~"'C 4~~>\ '; ':~'I'(:449 ,1!:'j ~"J·I.SU~r·-/-t. ~u:l.\"'trt;'".::

i. : :.;~. 13
1'(1-"'0<:· {'·;·J'lt· ')'(7f{:

,''''/UI1t,· i',I·tIl/.· 'J.(: q: YO'I.lIru· 1'''7')0<, rn:I'"'' (J)'of" pi:)'." lI.ti.:;,·


h'H.ln· 1.'1': trl.If~' ~'/C':)" o,'·"h.J' 1'111'11'; 1''I'l1l'0 tn.f·:}' INI' 11'/,<WI
110'''') "1m,>"tIJ' 1.1l 11'/"'1+ 111')'"'' ·111.,....:;- '1.1? 11'1"1')(1· II:)." I' "1.1'5,11-
·}-t:ll. ·f,U-::

" .


ii'I1')\' 16
f ''''111'11''':.1' THl·n
1
.1
O"'I.ml'l'Im·
.e·,·""nltl::
2. rll;J'1! l'o.I11'IO'tJ' l'uV·'III.·,·l,~i· IIIT'I" ',.1)<;' O"'i.CIl{l~(IJ- o».....d·!
11. D7'lfl~, l'I\UlIl'rl 11."lt· 1I,]1)ot:)! ~,r,
II. IMj'IO(") ?,)TI).:I'(l.S"'l: lIu'Iilt,./,.')· .f,nHltI::
.1. I'O'J') 0.. +'(,·1:): ,":,.~~ ·'·Wl. II/I I'vul1lfJn":J' 'nll'lI ?,·'}.q);1:Y"r, rT/ .....(.· 'I.e
l''''l.m·tlnt·} 1/·',,;1' cAlro(\'} .e;fll"'·:

1,·Hr. 17
I"}'C'': loM·6.t\

I. ,,('''7.M.f..llm· '}Ctj:" (,°'//111(11' n~.'HI 11"0', "?m:NI, '1.11> h""I';m'


("f'lT)t, +c« ",!? 11(',')' no(.·)· h, "//,.p':)'. /J·H')(l·<; ], ·)··"1}·9· O~+
:J-ililm· J't.\·'·M·t.lI· tr.r;::r·<; :'ilUI1.?" furl fD'I·lnr.·F.''l·· m:"',11
'/,'1°,. ON' IlH"~ 1\ '~1fI·1' 110'/.')','l1) \''''-'·IIl''II·!:,l' lillil 'I.e "",,H'm·
n'l. ...·o lIou',. '''Im;l'(\,f' 1.11. O·/··Iim· (,.,.al{'· ')'C~ I\,e h·'·(,J:\.rl.'~' 11:;).1\
l·o'I.'(~(Il. ·)·c~:'UD'::

2. \''''/.111·/..1111)· '}-r.r,: '''1')OC·:.'·l''''· nO·J',n.;· (f)·fl'P J'1\:ffj;. r!.l'lf'LI"'1

.~:C"i "",,'I.')' .1'.Mt.'lt.\::

I. Y"'I·)O{· i.··~·rr. n"'l111('·"'-;''1·· m:"I\" 7·1]'}, ,el~"'I{:\' 1'/";" 1.11.(1)'"


,,'/ {:\ oJ II" 'j' 'I' ;J(f)'9" n'I·I)'~IU· g.axv; (:\::
2. I'IT, .•. ". i.·'l:!·C pu{:\nl'F "''1I1C<; ;)'11")')' 0·' Q1>lIh'" IlT7.e· n·'·I\.e?"
~~,
fIo!"j'" 373 ?.llh ":'PC 118 ("'·''911:-:i::·t-~ r 9,'~Y.~('.t(r,t\::
,

t\:-"
I,.

'\,
~
~j'.::,\ Or.".,)

. ill< ....\~
I h'ltl" 1:1
• \'_'/')IIr,'I'l";"':f o..,rH'·:r·

J. 0"1")11(:-':';':1'- in~'''''~'/''1 l! f 0,,,1\ ~'t.1J·in<. fl'fJl,q:·o:),. \Jc/o!tlo,t\<; Y:'1u(j


1'(lo,~rn'l' ,,.,.n,)·;

, 1..(\. {IJ,Y," Il"'/.m)mco, ')0" lo'''III'~'/,'I' l'"?')n~· 'Hl<'.'}· I"'··)'rnt.rl·)·'}


"'l(lL:~~ '''/''\'1) u'I.II',J,' r'..i:.. "I,,'} t~/'(:'I' I Ju,\} 1~{/1jqvr.vuC("I· h'pj;(U·
on/,1J(..f n.·}· j.'t'G),'j fOIJ(u'(lJ!: I/u·n-" ',I\eu,::

h""''' 20
1''"1'10<. uu~:I.{,

I. "Y)IK l'T1;:' i,,"' n,l'.~·/,:,""CII·;")1';.1")":)" InjOyV 1i"'!')lll'/';;:':;" ,n:jo,n


/"11. (1)''''''' t'l&.Cil g;:; 1It1"
2. I, ),~,r!'1" !lU'~7,11. flo 'U) II /,nl{,p':-': i,;1i'iy" ,)(l P'A"l<;'1'IIJ'r,

"'''''1(.·:,'10' 0,), '1 ~'/'I+·'·t.""'I. .r,v',; II':


r,,'.~.
i,1~X ?I
;'£:u(,>J/A}t.)~ 11.',1..',.',' '~u·'·I·},\',.t.t'~'):) uv~)~t'i

\'·I·'.~']'/(,. 'l·t."''''!. £If';I:\::


I·U~"nC·!·i1':r. M.e nliCllC \":·o./III"I,·i·': 1:'i;J·J.!":r·r, il·~,;J·s.u':)'·1 ,1.1'.111'"

.,

\ e
.Y
!


1

. -_
: •I

... ; " ,.j


I ~ , "

!, .' "

-
a ,
......" )
.
LS)
- ~." .!;~ .r:",,/t
.../', ,.'
, ... -_ ·JJ(.tf(
_ .;,
... ,(,.
- L- •• J_

-"'-1-"" ,,' t

.
_

-,. ;.:
\.._"

- '-..(_(ri-
-_,_ - !;.-r

~-
\ \
\


COIJ.S"IUIIIC> Services lor Continuation of COIIJlruCIIon Super"iston of
Bislro!tll - Chff. Donsa - Sendofa Design and Build Road p,.oj~':1 Etluopum ROddJ Ad,nilltSlrtlliun

,-

,.

,-

,.

1.3 Appendices


j,
\\
~.\
/1
----_/
. ,/,
.-, ./

.... 4. ._ ••...... ~ ....... _.......>:1

r, 'loll ~1}1~


Consultancy Services/or Continuation a/Cons/ruction Supervision of
Bishofiu - Chefe Donsa - Sendafa Design and Build Road Project Ethiopian Roads Administration

Appendix A:
Description of Services and Consultant's Methodology


Consultancy Services for Continuation of Construction Supervision 0/
Bishoftu - Chefe Donsa - Sendafa Design and Build Road Project Ethiopian Roads Administration

r .

r:

r .

,'

,,

Anpendix A-I:
The Terms of Reference (TOR)

"

_~_'~"'_f--'


Part 1: Section 6. Terms of Reference

Part 2 Employer's Requirement

Section 6. Terms of Reference

r
Procurement Reference Number: snZINCBlRFP/G0E/2014 EFY
Method of Procurement: Request for Proposals (RFP)

Procedure ofBiddlng: National Competitive Bidding (NCB)

Type! Item of Procurement: Consultancy Service

Financial Year: 2014 EFY

-,

-.

RFP Consllil:.n Stt'11ee.e(Ncn) Pre


Ol.)::lll~enl Sccliol 6

I
r


ParI 2: Section 6. Terms of Refereace

DESCRIPTION OF THE SERVICES

1. BACKGROUND INFORMAT£ON

,- . The Govemment of the Fedeml Democratic Republic of Ethiopia (FORB) has allocated
budget towards the cost of Consultancy Services for Continuation of Construction
Supervision of Blshoftu - Chefe Donsa - Sendafa Design and Boild Road Project and
intends to apply part of tho proceeds to eligible payments for the Contract.
The road project is fully located in Eastern part of Ethiopia, Oromia Region; East Showa
Zone. The project starting point can be accessed 7.14 KIn North of the center Bishoftu City
1 located at about 42 Km from Addis Ababa. Whereas the project end point, SekaKebcle; CIlD
be accessed by the junction at the outskirts Sendafa Towo along the Addis - Debreberehan
Trunk Road. The road proje<:tis fully _sible through the existing standard gravel road
from Both Eods of tho Project Road. Tho project road starts at Babogayalcebelo in Adea'
Woreda (E=500,147 N=972,364) at the Outskirts of Bishoflu City 340m from tho Ethio -
Djibouti Railway Tracie. The road ends at Harokebele <B"'504,986 N=I,012,463) in Berek
Woreda at 52.81 KIn from the project starting point The end point of the project is 81 the
Junction along the existing Addis - Debrebcreban Trunk Road

.,
;
The road bas a total length of 55.14 Km and shall be constructed to an Asphalt Concrete
(AC) DS-6 Standard Geometry with an average road width of 7m and pass through a
predominantly flat and rolling terrain
·.rh~ \"or.<S Contract Ag t'i'Hcnt is Signed JK;!(\V¢..I.-n Ethiop:an '.nl.ds ,\cLniniitra:i"o and
Rania Construction PIc. on May 29, 2019 and tho construction is uuderway.

Currently, Ifte progress of project is 30% hence, it is expected that tbe project will take extra
1 2 years 10 complete the remaining works (If project In this connection, me time period given
lOr the original Consultancy Service for file Construction Supervision of the subject project
is to be expired soon and procuring a new Consultant for Continuation of Construction
Supervision is required,

The Project demands 24 (Twenty Four) months and 12 months of Defects Liability Period 10
complete the remaining works.
T
This Tenus of Reference is, therefore, for Consultancy Services for Continuation of
Construction Supervision of DI'hoftn - Chefe Donsa - Sendafa Design and Build Road
T Project.

2. OBJECTIVES OF THE SERVICES

,
\
.~
The Consultant is require , .\

nn· (:I).jUUU~!I(.lStMkts ('inl) f'r


00 !;I~l.! S .. 'f) 6

G j- _' . U,
ei'I'
I


r
Port 2: Secti en 6. Ter-ms of Referenee

i. Review the completeness and adequacy of oU survey and engineering deslgn works
petfonncd by the Design and Construct Contractor and give approval andlor
suggestions for improvement as per the terms of the Contract between the parties
r
ii. To ensure mal the rood is coostructed in accordance with the Employer's
..., Requirement and associated Technical Specifications referredl recommended or any
r~ amendments thereto and meet the standard quality of tho end product;

iii. To optimize the use of available material resources to minimize costs to the Client,
to maximize the quality of Ute Works, to expedite construction and to optimize the
use of natural resources and ensure environmentally as well as socially sustainable
construction; and
"J. iv. To ensure that tho road is constructed within Ute Contract Price and Time for
Completion allowed under Ute Contract or any agreed amendments thereto,

) 3. SCOPE OF THE SERVICES

.' . The service shall be carried out in accordance wiUt generally accepted standards of
professional practice, follow recognized engineering procedures. The Consultant's scope of
work is understood to cover all activities necessary to accomplish the stated objectives of
these services, while adhering 10 best practices of the professional, whether or not 8 specific
l activity is cited in this Term of Reference.

The Coasultant shall render ~~ service with ~ut diligence an!! d;'c;~r.ey in B.d!y supervising
the construction of the works which are In be executed in accordance with sound technical
administration, financial and ecoeomic practices. The Consultant shall perform aU duties
associated with such tasks to ensure that only tho best practice is followed and that tho fmal
product is in all
aspects equal to that specified, at tho most economic costs and is executed in
full compliance wiUt tbe specirlcetlcn.

The services consists of carrying out reviewing of the design documents prepared by the
1 Civil WorK's Contractor, approval of same and supervising,Ute construction of aU works to
be undertaken under the worlcs Cootroot.

A Coordination and Consultation

The Consultant shall perform tho following duties with respect to coordination
and consultation with regional and local authorities, utility companies and other
key stakeholders and legal entities that may affect the prog.ess and cost of lbe
Worb:
l. Consult with tho Local Authorities during implementation of
environmental mitigation measures.
li. Ensure that there is a recorded process of consuhation between the
Contractor and local repeesentatives regarding the following issues where
appropriate:
a.
b.
c.


r

l"rl2: Section6. Terms of Rererence

d. opening of temporary traffic diversions and access roads


e. dnst nuisance
f. site of local importance SU<:b as burial siles of sites of religious
r importance or antiquity that may be affected by the works
g. cutting of trees and vegetation
h. removal of crops
r i. public safety in construction areas
j. site accommodation and security
k, any olber local issues affected by the constraction works
iii. Make a survey of existing utility services and liaise closely with
authorities concerned on the proposed relocation of such services. The
-, Consultant shall put up detailed plans and proposals for the relocation of
I • these services if affected by the proposed work. All official dealings wJth
any service agencies shall be done through Ibe Employer.
iv. Liaise with ERA and the Regional Administration to ensure that
assessment of Compensation in respect of crops and buildings within the
Right ofwny Js earned out before the Contractor is given possession of
site
v. Ensure that there is a recorded process of consultation between tbc
ConlraWlr and authorities concerned on any proposed relocation or
installation of services. All official dealings with any service agencies
sball be done through the Employer.

B Technical

B.l Adotlolstralion

The Consultant sholl perform the following duties with respect to tho administrative tasks
requited:
i. Issue tho Conuactor with all the necessary copies of the Works Contract Documents,
including Contract Agreement, Conditicas of Contract, Employer's requirements and
associated Technical Specifications, and provide timely supplemeotary Inforroation
necessary for Ibe execution of the Works.
ii. Supervise the activities of the Contractor in accordance with the contract between the
Contractor nod the Employer.
iii. Organize a formal joint Monthly Progress Meetiog to be attended by the Contractor,
T Consultant and Emplo}er, Based on design undertaken by the Contractor, the
Consultant shall:
In accordance with Employers Requirements and all relevant specifications and
wlthin sound engineering principles. review and approve all kinds of engineering
tleslgll including pavement, geometric (lollgiludinal and vertical alignment},
l/nIC/TJI"O£ drainagl!, etc.

Revte» lhe design colculotions, design reports, materials reports, eligiluerl/lg


dcs/gll (Ircr-lings and any other design document to v?rify the SlIiji::/enC} and
accuracyof the desig»:


Port 2: Seetton 6. Terms of Rtfereo;e

r
- Review and approve Contractor's pFOpOJcdwork programs and ossoetaud work
method statements, resource analysts and requirements in relation 10 lhe
required rate 0/ progress and approve or reject the proposal» accordingly.
Idelllify any changes 07 additiona! ,e30IlJ'CeJ required. The program submitted
for the execution o/Ihe works shan ill addition 10 the program fa' pure
construction oaivities, arc in due consideratton 0/ the social aspects,
r appropriate safety management pkm/measures, implementation 0/ elfYiTollm,nlol

-r
protection and social impact component (HlVIAlDS, gender and rood safety
awareness. etc). The program must be 1't.sO'..I1'a based, tiemollStraiing lhe
deployment of tire necessary resources. The Consultant shall follow up en
performance of the Controctor by undertaking an objective analysts af work
progrtM, resource mobilization cordunltuulon:

The Engineer shall give his comment within 14 days oj receipt oj the
Contractor's work program. Following preparolion 0/ revised programme by the
Contractor, the Engineer and the Contractor shall make a presentation of th«
assumption and the derails analysis of the corrected work program 10 the
Empw)l'!r, The same shalT be consenud by Employerl Engineer within 1months
0/ Commencement of the Workf.
" .
If, the Consultant delays 10give lis consent on Ihe draft angina/as well as the
revised program submitlell by II,. Contractor within 14 days-thne th« Employer
1'1111
deduct and withhold SO'""a/lite Consultant's monthly paymau certlflcat«
amount. Th« amount tAU.!withheld will be eligiblefor nimJIII7SlJIuntjor tlte
mm:th following the month. 0/ eomptiance of the provlslo» wlllcil Is to be
apl"OI'cJ ;y Lit: L'llJp/Qyer.

iv. Check and verify the validity of all insurance/guarantees/performance bonds and
-; proof of payment of premiums which the Contracror is obliged to have in place,
v, Delegate appropriate duties to members of the supervision team by preparing a
Construction supervision manual, Organizc the supervision of the project
-, implementation with proper Allocation of responsibilities to individual members of
'. the Consultant supervision team and supervise their work in order to ensure IMt it is
effectively and efficiently executed.
-I' vi. Continuously monitor the Contractor's progress against programme and bis method
of working in respect of each construction activity and prepare a resource analysis
against production needs. Advise the Contrnctor when additi<?$ll resources or
revised methods of working or revised programme of the worksare deemed to be
required.
vii. Review the Contractor's proposed working drawing./plnns and associated
calculations. Approve or reject the proposals accordingly and identify MY changes
required.

fVCl"sionI.J'llw:".lOll)
I ercd by' r.RA


Port 2: Section 6. Terms or Rererenc.e

days' time after .ubmwion detailed particular on the claim by the Conooao« If,
the Consultant dtllft$ 10give uqllired response ",iJhjn 42 doys' lime th« Employer
will deduct and withhold 50% oj the Consulllml'J montlIly payment artificale
amount: The amount thus withheld will be eligihle jor reimbursement jor th«
month following Ihe monll, oj compliance oj the provWon whlch' /J'IO be Dppro~ed
by the Employer.
ix. Advice the Contractor on any design changes that may be necessary or advisable
during construction. Review, veriry and approve design changes IlIId amendments
"< carried out by the Contractor and issue Variation Orders subject to the authority
given to the Engineer, or npprovals from the Employer.
X. Any Engineer's Instructions (El) and variation orders (yO) proposal shall be
~ assessed with the required time extension, if there is any, whilst advising tbe
Employer of sucb Er's and VO's and of the associated implications.
xi, In the event of adjudication Of arbitmtioD, provide the necessary personnel and
expertise to advise and assist tho Bmployer in any such process and p~ any
further analysis of the Contractors claims submissions as may be necessary to assist
the Employer in me presentation of his case. (Note: The cost of any additional inputs
required sball be approved by tho Client)
xii, Maintain a Daily Site Diary (Format proposed in ER.... Quality Manual, Volume 6A)
and detailed records (making them available for inspection by tho employer or bis
..,. representatives 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 lime
and :1'1!details of tho rescu-ees employed per activity.
xiii. Maintain records of all correspondence, minutes of meetings. rest results,
submissions of product and material specifications, copies of original construction
r contract documents including all addenda, administrative orders, confirmation of
;
verbal instmctions, additional <Im·.1 :ngs Issued subsequent 10 tho execution of the
construction contract, as well as the Consultant's contrao! documents, progress
reports, and other related documents.
xiv. Maintain records of the ContrnclOr's equipment on Site including date of arrival 01
removal from Sire, date of manufacture, previous boors worked and condition, the
date commissioned to commence work, its availability, and utillzation.
xv. Take digital color photographs throughout the duration of the eoatrect; keep and
maintain a photographic record (available for inspection) of monthly progress at set
locations and also of any construction activity of technical or contraetual interest.
Each photograph to be captioned with: reference number, time, date, precise location,
subject, and points of particular note. All photographs shall be digital being 5 - 8
megapixels and shall be stored on diskette, together with copies of the captions.
xvi. The Consultant shall eSlilblish a databnsc for the important project records. The
database should include but 1I0t limited to; records of challenges and sclutlons,
records of right of way, reports, claim related dare, correspondences, payrnent
certificate, inspection, testing, surveying works, design and working drawings nod
other communications and other related data.


PartZ: Seetlon 6. Terms or Rere-rente

r xviii. Provide on-the-job training to not min than 2 graduate civil engineers 11 8 time
(furnished by tho Employer) in the various aspects of construction suporvuion and
application of tho Works Contract
xix. Immediately prior to commencement of road walks and at 6 monthly intervals
thereafter, and immediately prior to finn! hand-cveoaeceptance of the whole of Ihe
works as complete, conduct 2 days 24 hour and 5 days 12 hours traffic counts at 2
count stations agreed with ERA. The standard formats for traffic counts are givon in
ERA Quality Manual Volumo 2A, Planning. The ccunts shall differentiate between
the various vehicle typo categories shown on the form. The results and analyals shall
be presented in the in tho inception Report, the Bi-annual and Annual Reports, and
the Final Report.
xx, Prepare and Submit for tho Employer reports indicated under Clause/llem No. 10 of
this Terms of Reference and other special report (In 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
die stalus of the Works Contract and the consulting services contract in accondance
with SeclionlO berein. In addition 10 the reports stated above, 80 ~vironmcntnl and
Social Management Plan (ESl\IlP) shall be submitted, which indicates in detail all
, Environmental and Social impact mitigation measures proposed during tho design
! and supervision periods and implementation of the same by the Contractor.
D.l Qwility Control

Tho Consultant sball perform the foUowing duties with regard to the quality of the Works:
t. ilasure lilat the Cournu:to: complote< ~1~Works i.: uccordaace with th" Ulnpl\lyur';
requirements and associated Specifications. To this end, the Engineer shall,
routinely or as requested by the Contractor, inspect the Works both under
construction and completed, for compliance with the Employer's requiremonts and
associated Specifleetions and the agreed method of working, as a basis for payment.
ii, Review and VerifY the accuracy ofthc main and tempor3Ij' Topographical Sur.·ey
Control Points
,
I
iii. Based on surveying work done by Contractor, the Consultant shall:
- Rzl1ew and verify the accvracy oj topographical .JUTYey and the e.srablIsMd
triangulation beacoM. In addition, verify the accuracy oft/;. $IITVey stations.
- Review and verify oj materiols SUTYey, the eligibility identified source oj
materials, and qlJ(J/ilyoj malerials for incorporation into works.
Review and l'erify Ihe accuracy and adequacy ojhydrological SUl'Yey.
Review and I'erifysurvey work for purposes of ;(J1Idacquisition requirements.
r - Review and verify the accuracy and adequacy of geotechnical inl-esllgations.
Review and verify all materials (soils, stones, reinforcement bars, sand. cement,
concrete, gravel, eta) sampling and testing and its efficat:y for tncorporatton
into permanent works.
iv. Examine the results of the soils and materials investigations to .dvise/iOllruct the
Contractor where to minimize overhaul and optimize the use of available resources.
Instruct further soils invcstiglltions where necessary,
v, Inspect aod approve mo Contractor's setting out of the Works.
vi. Inspect/test and approve lhe Contractor's preparation for the Work>
~,::::''''I.=:''''.:;"<I
~ lrupectfiesl and approve nil materials used in the Works.
_ 11(;( ~., _)
*,...
'1"",.

.."..,.,-
, ~1f 7..
• <
~


_,
Part 2: Section 6. Terms or Reference

viii, Where necessary, order removal and replacement of Works with materials or
workmanship that fails to comply with the Employer's Requirements, associated
r: technical Specifications. approved design/design drawings or agreed method of
working.
ix. With due diligeoce and efficiency. supervise tilUy the construction of tho works
which has to be executed in accordance with sound technical and administrative
r- practices, Tho Consultant shall perform all duties associated with suoh tasks 10
ensure that only the best construction practice is followed and that the final product
is in all respects equal 10 that specified in the design and in accordance 10
Employer's requirements.
x, At the request by the Contractor, inspect for approval all the permanent works both
under design, ccustructiee and completed, for compliance with the Employer's
requirements and the agreed method of working.
xi. .Formally arrange joint inspections with the Contractor, in the presence of the
Bmploye,-, of completed sections of the Woeks for acceptance and/or identification
of defects, both at substantial completion and upon the expiry of the defects liability
period and issue Taking-over Certificates and Defect Liability Certificate.
xii. Prepare a Site Quality Assurance Manual that standardises site administration and
quality control procedures with the aim of ensuring the specifications are met by the
Ceatractor, all necessary records ore maintained and accessible, and that
measurement nnd payment are carried out in a correct and accountable manner. The
manual should include:

a, standard administrative forms (ERA Quality MMual Volume 6, Construction


~:Jnagern~r,:'Tt1-ly '.~ us.:.rt f;)r this purp ..,z)
b. standard forms for quaUty control (sampling and testing)
c. list of all required tests, sampling methods. test frequencies, lest methods and
procedures (e.g. AASHTO test number), limits, and name/number of standard
form for test analysis and results
do standard forms for measurement and paymect proce:IurI:s
e. site staffing organisational charts for Contractor and Consultant
f. limits of authority for Engineer, Dispute Resolution 'Engineer, Engineer's
Representative with respect to:
- orders which hove financial bnplicaJioru
- approving sublcUlng 0/ a"y part of the Works
- app/Y7ViilgextellSloIII oftbne
g. duties and delegation of duties for key supers won staff

The Quality Assurance Manual shall be a working docwnent issued for use
by the ConlnlCtor's and the Consultant's steff,

U.3 H .",Ilb ::Inel Safety

The Consultant shall perform the following duties with regard to the safety of the
public and the health and safety of workers:
i. Ensure thal the Contraetor follows international and specified safe
working practices in aU operations end immediately draw nrtention to any
instances where the ollowed, directing the Contractor to carry
~~tU~

.
---1':-::'
~
It ,,~~f'..., _ ,..,
>, ...
~\
--::(V-:-,-r.:lon J. J1nll-;"~
11 l:RA


Pnrt 2: Seeucn 6. Terms of Reterence

out all such actions or works necessary for the safety of personnel, works
and adjacent property.
,. il, Report and keep records ofall accidents on site.
iii. Ensure that the minimum impediment is caused to lb. 110w of traffic and
Ibat safe and acceptable diversions arc provided and maintained at nil
times.
iv. Monitor and ensure that Ibe Contractor follows Environmental
Man'IgCmenl Plan (EMP) wilb regard to Healtb and Safety issues.
r-
Y. Ensure !bat both the Consultant and the Contractor have site personnel
qualified in First Aid, and that suitable First Aid facilities are available.
vi. Review and familiarize themselves with the ERA's }{lv/AIDSs policy
and slnllegy, and follow up and report in the monthly reports on how the
Contractor is implementing the alleviafioa program for Site staff and
labor in respect of Sexually Transmitted Diseases (STD) including
HlVlAlDS. In consultation with BRA's responsible eavironmental office,
advise the Contractors of new developments end addiliooal needs in
respect of the STDs aad HIV-AIDS as and when they occur,

B.4 ED,1ronment.1 and Social

The Consultant shall perform the following duties with respect to environmental
and social issues:

i. R~view and bcCO~~ fwiliar ,.,.jib :J.e Lnvi;i)ult'entlli Impacr Assessmcut,


the Resettlement Action Plan, and Bnvirorunental Procedures Manual of
ERA as well as Government of Ethiopia's policies and regulation! 00
environmental aspects, Consult with ERA's Environmental office and the
Ethiopian Bnvironmcr.t Protection Authority (EPA) at an early stage.
li. Prepare and agree with the Contractor on Environmental Management
PhlD (EMP) in tho fimnst given in ERA Quality Manual Volume 5
Eovironmental and Social Management. The purpose of BMP is 10set out
the mitigation, monitoring and institutional measures to be taken during
implementation and operation to eliminate adverse environmentol and
social impacts. The EMP should set out all the ConlnlCtor's and
Consultant's obligntions with regard to environmental and social issues.
It should also ensure that the recommendations of the RIA have been
taken into account.
iii. Monitor the implementolion of the EMP and any resettlement, and report
on the Contractor's implementation us per tbe agreed plan, Moniloring
may be carried out in collaboration with BRA environmental officers.
B.5: EnforCing the RIght of Way RomoYol Precess:
1

(VrrsIon I. J~.sr. try:.Jl I)


l"",d by: BIU.

.if
\'
,


Part 2: Section 6. Terms of Reference

i. Ensure that the compensation rates, amounts & quantities that are
determine by the rate establishing Committee are fair, correct and as per
! tho relevant applicable laws and regulations,
r-»

Ii. Translate data from ROW documents into the land management software
database which will be developed by the Employer in the future;
iii. By liaising with the relevant Utility providers, Woreda and Zonal
administration offices, resolve the complaints that are raised by the
community, .
, . iv. Provide training and awareness creation sessions to all the relevant
stakeholders, Woreda Officials, utility providers, Compensation
Estimation Committee members, to the Community and other relevant
organs,
v. Ensure the establishment and the well-functioning of the relevant
Complaint Redress Mechanisms for the relocated persons in cases where
they have Reservation on the Compensation due and! or the overall
compensation process.
vi. Prepare Right of Way removal master, yearly, quarter and monthly plans
; . and accomplishment reports. Besides, the Consultant is required to
revise and update the Plans so as to cater the encountered slippages in the
Program of the Work. Furthermore, Ifte Right of Way report is supposed
to highlight the encountered Problems, the way forward and other issues
that require the Employers immediate attention & response.
vu. l'rej)o'll'~moutl4j, quarterly and yearly Right of Way budget forecasts for
budgetary purposes. The forecasted Right of Way budget shall as SOOl! as
Possible be detailed and proxy to the disbursement in order to avoid a
budget deficit
viti. Request the Utility organs and the Woreda Administration to remove. the
Properties and utilities that are found within the Right of Way limit.
Ix, Closely follow-up and Coordinate the removal of properties and Utility
Lines that are found within the Right of Way prism.

-
.
x. Measure, count and wittiness the properties that are found within the
Right way limit.
xi. Verify tbe right of way compensation which is estimated by the
Compensation Estimation Committee and forward the same to ERA so as
j- to Process and effect the Payment.
xii. Hand over tho project site which is free of obstructions to the Contractor
for the subsequent Construction Operations.
xiii.

xiv.

RFP Consultancy SfnletJ (lieD) Pl~p;trl:.1by tilt ..orr,\


Dowment. Sccnoo 6.


Pori 2: S.dloll 6. Terms 01 Relerenee

xv. Bnsare that the property n:movaJ and the relocation processes have the
lowest possible impact and devise livelihood restoration meehanisms in
ccnsultation with Woled. &. Zone Administrntion.
r xvi. Prepare the necessary formsl$, guidelines and manuals that are relevant
for the Right of Way Removal.
xvii. Devise a mechanism to improve or at a minimum restoring, the
livelihoods and standards of living of displaced (physically or
economically) persons to pre-project levels subject to tho methods 10 be
approved by tho Employor.
r
xviii. Livelihood resroration activities must be implemented with disclosure of
infonnation, consultation, and the informed participation of the Affected
,. Peopl e,
xix. Devise a mechanism whicb will improve the standards of living of the
displaced poor and other vulnerable groups
r . xx. Monitor end assess livelihood restoration outcomes, their impacts on the
stan<brds of living of displaced persons, and whether the objectives of
the livelihood restoration plan bave been achieved by taking into OCeoUDt
Ibe baseline conditions and ~ results of livelihood restoration
monitoring. and disclose monitoring reports
xxi. Meaningfully consult Project Affected People including vulnemble
groups, and give opportunities 10 participate in planning and
implementing resettlement activities
xxii, Assist Project Affected People in their efforts to improve ch.u·
livelihoods and standards of living or at least to restore them 10 pre-
project levels or to levels prevailing prior to the beginning of project
implementation. This includes assistance to the affected people with an
independent Iivelihooc restoration activity including economic activities
that tho affected people initiated without project support to restore their
livelihood and feasible aitcrmtives that could provide sWlainab!c
livelihood options fO( tho affected people.
xxiiL Devise a focus group consultation discussion 10 reach on the mechanism
on how 10treat the livelihood restoration. In this regard, tho ConsullllOt is
supposed Co treat severely affected peoples and significantly affected
people separately for separate treatment.
xxiv, Promote tho role of tho project to the community speelfically and the
country at largo thereby creates and devises a mechanism to create a
sense of ownership by tbe community.
xxv. Engage the Affected people and local government in order to discuss the
details of re-allocation,

"tor· C'}I~',ll'.nC:J S.:-.n:ic:(.l (,""~U'''', e~.·_,,,J, ,11'. "1 !ClI)


Ouc nucn; SI.It;U):'1 6 ., I \I ,h rnA
\

f .Y-
~'

\
,\.


Pori 2: S<ctioo 6. Term. of R.f" en ee

C Measurement and Payment


C.1 Works Payments
The Consultant shall perform Ibe following duties wilh respect to payments made
to the Contractor.
I. Measure and make payments to the works as per the provision; i.e. Lump
;
Sum Basis upon completion of each of the work items as per the
percentage proportion provided.
-,
ii, Verify the accuracy of tho Contractor's measurement and the sufficiency
of supporting docwnentation.
iii. VerilY the Contractor', payment applications and issue interim payment
certificates for processing by the Employer within 7 days of receiving
!
such statement from the Contractor. Issue lite interim paymeut certificate
on the basis of the interim amount being the difference between the total
amount to date and the amount certified at the previous measurement.
iv, Monitor the payment process and alert the Employer when payment
delays accrue to a point when; (8) interest charges will become due 3Dd
(b) the Employer will be in Default for late payment.
v. Prepare and issue final payment certificate.

Advise the Employer on whether liquidated damages may be due from the
Contractor. "

C.2 Consultant Invoices

The Consultant shall submit his invoices in the format prescribed by ERA.

D Ftnalisetlon of Contrar+
The Consultant shall perfonn tho following duties with respect to the finaliS3tion
of the Works ConlrUct:
i. Undertake completion inspections with the Employer and issue • list of
remaining works to the Contractor
ii. Certify substantie! completion of the Works in accordance with the
Contract
iii. Assist the Employer with any unresolved claims or issues
iv. Undertake inspections during and at the end of the defects liability period
v, Certify final completion of tho Works in accordance with the Contract
vi. Prepare and issue the final payment certificate
vii. Review, occcpt and submit as-built drawings within two months of
completion of the Works detailing all alignment and level information.
position and sizes of drainage structures, services informal ion, and
strucwral drawing> (including type and posltions of reinforcement)
"iii. Ensure th3t all In!lcrials, tools. plant, equipment, facilities, etc, \I hich
have (0 be handed over to the Client after com pitt ion of tbe "orks nrc
properly Dismantted, packed, stored and maintained until the official

!'!~11 (,~j2

--

Part 2: S... iou 6. Terms of Referenee

handing over to tbe Client. Furthermore, the Consultant sball arrange for
the handing over of these items to take place as provided in the works
contract,

E, Quality Assurance by the Consultant's Head Offiee


Management & !echnieal Staff
In order to ensure that value for money, fitness for purpose, and completion of
the project on budget & on time with required quality, the Employer requires that
"regular site visits and overall project quality assurance inspection shall be
conducted by the Consultant's head office manegement staff together with
relevant head-office technical staff, in the presence of the relevant supervisory
staff that have been working on the project, and a report shall be submltted to the
Employer to fully acquaint the Employer with thcoqualities of the VI'Orkand all
aspects Ukoly to affect the implementation of the project". By "relevant head-
office technical staff", it is preferable that the Consultant deploys a Quality
Assurance E1tpeJ1(s)andfor Professional relevant to the works to bo inspectod.
The Coo.sultmt sball notify the Employer the actual date of mobilization of lite
team and period of stay on the project site.
Accordingly, thco Consultant shall, undertake intermediate and final quality
assurance inspection, at semi-annual (six-months) intervals and at completion of
the project, respectively, on tho progress of the projec], both the consultency
service assignment and the construction work contracts, with emphasis on
checking the quality and compliance of the works; and it shall prepare and submit
qt:"Ility 11SS"J!Z,.nC('i report with regard to tl'lr' co,Cop1i;'.'lceof' tho work exec-ned with
the Empioyer's Reqeiremcnt andfor the specificatioos provided I.illder the
respective contract; or identify gaps and non-conformance of the quality of the
works to the requirements.
The Team should vi.~the site and iovestigatelidenillY the Jevel of compliance of
the project works with the respective contract requirem e.nts, identify gaps and
non-coufonnance issues, identify causes of quality failures on the finished works,
ete, and propose oppropriale remedial measures; which should be presented to the
Employer as Intermediate Project Quality Assurance Report or Final Project
Quality Assurance Report, as appropriate.
The Project Quality Assurance reports shall address the foUowiog issues but not
limited to;
• Cbecking Ibe design consistency, the typical cross sections considered
for different situations and other documents and verify Ihe sufficiency
and accuracy of the horizontal and vertical alignment proposed is
pursuant to Employer's Requirement and ERA manuals,
• Checking tbe sufficiency of the cut ond side slope ratios, slope stnbilil)
and land slide mitigation measures, undercuts in expansive soil stretches
and the fill heights on embankment sections,
Checking the quality of the surfacing with respect to durability, slability,
skid resistance, deformation, serviceability and riding quality (supported
with !e,1 results.)

\
,


Part 2: SttUon 6. Terms ofRerere-nce

• Checking the adequacy of drainage provisions with respect to adequacy


of major and minor struc_ and roadside drainages to entertain ruooff
expected during intensive rainy season, proper ebennelizaricn at outlets,
and constructioo of relief culverts at flat terrains or otherwise requested
by the Employer, as per the appropriate project Employer's requirement
• for the specific project,
J.
• Checking tho quality of concreto and masonry works of major and minor
structures including preens! elements,
• Checking tho borrow pits, quarries and materials of pavement
construction (sub base, base course, chips) comply with the speclflcmion
(supported with test results),
• OJecking the test results are recorded after confirmed/signed by the
respective professionals such as lab technicians, Material Engineer,
Assistant Resident Engineer and Resident Engineer,
• Checking whether the sic.. conclition and thickness of each of Ibe
pavement layel'$comply with the approved pavement design and quality
of materials (supported with test results),
• Checkiog slope instability and ground water susceptible areas and the
adequacy of remedial measures taken.
As to the inspection of the performance of the environment protection, safe
working practices and social safeguard in the construction of rood project, the
Consultant's team shaU <heck the compliance of the pr~lect's Consuttant nod
Contractor perf 01 WQIlCC with the Employer's Requirement under the respective
contracts and any related Environment, social and safety regulations of th&
country andlor project financing institution (if applicable); investigatelidentify the
cause of the gaps and noe-eonfcrmaace (if any) and propose appropriate remedial
measures. In relation to)these, the Project Qualify Assurance reports shall address
the findings in relation 10 the Ibllowing, but not limited 10:
./ OJecking that aU the deliverobles required by the works and service
contracts have been delivered in tho respectively prescribed timo frame,
reviewed and approved (i.e. Site Environmental Management and
Monitoring plan, Health and Safety Plan, Traffic Management Plan,
HIV/AIDS progmm lmplementatlon plan, Plan for Explosive storage and
Blasting Operation methodology, Quarterly Environmental Ccmpliaace
monitoring reports, Temporary Erosion and Sediment Cootrol plan,
Archaeological Survey and Monitoring Plan etc.) and implemented
fotlowing these documents .
./ Whether the Contmotor has avoided excessive damages to the
environment and the nearby settlement for production sites, borrow sites,
quarry sites and disposal areas and checking all quarry sites, borrow pits,
and areas used for the disposal or storage of surplus rnaterials ond aspbalt
plants are reinstated by landscaping including the replacement and
spreading of top soil 8S directed by and 10 the sntisfnction of the
E"Sine;:,'Employer's Repre.-.entative or not,

I'IJI: 13 r 52

.;. (J~
,I
,I
- -1biJ
-e=:
/

Part 2: Section 6, TermJ or Rerereece

and contamination of adjacent water SO<Il"C<>S are taken care of to ensure


economical, effective and continuous erosion control throughout the
construction period of tbe works,
.; Check avoidance of dust nuisance during the performance of the work
required by standard operation practice and/or the project specification or
any operations appurtenant thereto, whether within the right of way
provided by the Employer or elsewhere by developing the necessary
labour, materials, equipment and means required to carry out proper and
efficient measure, wherever and as often as necessary to reduce the dust
_', nuisance, and to prevent dusi which has originated from his operations
causing a nuisance to person,
.; Check. the Contractor's corrective measures which has been taken on the
execution of blasting. rock crushing or any other on-slte operations to
reduce the high intensity noise,
.; Implementation of occupational safety programs for all workers and for
any person entitled to be 011 the sites, so as to prevent 3JlyaccidenW risks
and injuries due to the project work sites,
./ Check traffic management of the project; especially provision of good
quality access to the public through or around the works at least equal to
the access that had been provided by the existing road,
./ Check the establishment of health clinic at the camp and flrsr aid stations
at all of the work sites and medicines are provided lIS per the prescribed
standards,
01 Checking services related to HIV/STD prevention which are given by the
Contractor are according to the Contract,
hl addition to the above stated issues, during implementation of the contract, the
Employer may specify other additions! aspects particular to the project, to be
considered in the quality assumnedinspection activity,
Therefore, tho Consultant shall prepare comprehensive quality assurance reports
on the overall performance of the project by incorporatiog tho above listed issues
(but not limited to) and propose necessary amendments, rectificaticns, measures
and recommendations to be issued to tho Contractor, for the Bmployer's consent;
and, after the Employer's consent on such points is obtained, the Consultant shall
issue the same to the Contractor with a copy to the Employer within tWO (2)
week-time after receipt of the Employer's comments/approval 00 the draft
version oflbe report,
All the necessary laboratory tests required for the task shall be carried out 01 an
external laboratory or central laboratory of the Consultant or the laboratory
facilities available at the project site provided to the Consultant through the works
contract (whichever is appropriate), in tbe presence of material engineer and
technicians assigned for the quality assurance work and corresponding
supervlsory staff of the project.

,,14 '52

- ).:.} -

Pari 2: Section 6. Terms of Reference

The Consultant shall estimate and include in irs financial proposal tbe necessary
costs of the auditing task as a Head Office Support Cost.

4. DELIVERABLES

TIle details of the various reports and documents (0 be submitted and (he numbers of copies
required for the project are given in number 10: Reporting Requirements of the TOR.

5. MINIMUM EXPERIENCE REQUIRED


"
The Consultant shall provide competent personnel for the services, who shall be managed by
the Resident Engineer and who will represent the Consultant in performing the serv ices.
All the Consultant's personnel shall be good in the full use (i.e. the writing, reading and
speaking) of the contract language, which is English. In addition, all the key staff described
herein, shall be fully computer literate regarding word processing and spread sheets, with
not less than One member of steff fully computer literate in the use of: data bases; total
station surveying: -
, . 5.1. Workload Limitation of Professlonals

T The workload and/or the maximum number of projects that a particular professional
can involve/work at a time on ERA projects are limited es follows.

I. Resideru Engineer f

2. D~puty Resident Engineer J


J Design & J Supervision
3. Pavement/Matertal Engineer Or
3
2 Intermittent Supervision
Pavement/ Material Engineer Or
4. (Working as Intermittent on 2 DeJlgn & 1 Intermittent Supervision
Supervision Projects) Or
J Design
4
Or
5. SfrUCIlU'O! Engineer 4 Design
Or
a
I
6. Q"'7J!lity Surveyor 0,

7. flig!nvcr; Engineer
Or

thtFPPA
Pflfl'; IS of 52
PorI Z: Section 6. Terms or R.r.rence

Or
I and 2
/ Supervision
'. 8. Sen;", SIITVOJ'O' Or
J
5SupervuJon
0,
Contract Eng/n • er/
9. j Destgn
Claims Expert
0,
a comblnadon 0/ D"'gn and Supervision
S Supervulofl
Or
10. Geotecbnica! engineer 5 Design
Or
a combination 0/ Design and Supervuicn
5Supenulon
Or
/fydrologLrtlHydraulic
11. jDes/gn
Engineer
Cr
a comb/llQ//on o/Derlgn and Superv/sJon
5 Supervulon
Or
12. En.vonm.lltaILrt 5 D£'.Ilgn
Or
a combination
/ Sup.,.islon
5 Supervision
Road Stif.ty and Safety Audit Or
14. Speciatts: / T'affic Engineer / 5 Design
Transport Economist 0,
a combination a/ Design and Supervu;on
/ SupervJ.rlon
Junior Engll"''' and Enginee»
IS. Or
Pos/liolls
3 Designs
Technicians


Part 2: Secllon 6. Terms or Refe.rcnce

Table 5.2: l'rlan ·llontb Input Requlrements orlbe CoD5Ultanu


EstIn,tl/Ld Ptlsol1-Molr1hs Bstlmated Puson.MonlM
Professlonal Ioput for th« Construction for ,"e Deftcl3 Liability
Period Period
1.0 Seolor Key Personnel
1.1 Resident Engineer 24 ' 2
1.2 Deputy Resident Engineer 23 ·
1.3 PavementIMaterials Engineer 22 I
1.4 Structural Engineer 8 ·
LS Geotechnical Engineer 8 ·
1.6 Highway Engineer 8 ·
1.7 Quantity Surveyor 24 I
1.8 Settior Surveyor 24 I
1.9 Claims Expert 8 I
1.10 Environmentalist S I
1.11 HYErologi"t/Hydraulic Engineer 8 I
" Ll2
Road Safety and Safety Audits I
Specialist 8
1.13 ROW Management Specialist 24 1
Total Person i'rfonl)zsfor Key Staffs 197 12
Z.OTechnicians, Draftsperson nod
S.c, ~lary(Supporr Staffs)
2.1 Two Soil laboratory Technicians 12"23]=46
2.2 Material Inspector
2.3 Structural Inspector 23
2.4 Draftsperson
2.S Two Inspector of Works [2"23)=46
2.6 Secrelllry 24
2.7 Two Surveyors [2"24)=48
Total Person Months for Technldans, 233
Dra[/;Jperson and Sec1muy
3.0 Junior Stafl3
3.1 Junior Pavement/Material 24
3.2 Junior Structural Engineer 24
3.3 Junior Highway Engineer 24
3.4 Junior Environmentalist 24
3.S Junior Claims Expert 24
Total Person ~fonthsfor Junior staffi 120
4. Head office Support
4.1 I Project Coordinator 24 z


P. rt 1: St<:lio. 6. Ttrm30fR.rereact

Es/inlatell Person-Monuu Est/make/ Puson·MolI/hs


Protesslonal Iupct for Ihe Construalon for tu« Defeas LIalJII/ly
Period Perwd
No. ofTlips for the
5. Head office Support .
Construcl/on Period
5.1 I Head-Office & Technical Staff
Team
4
-
AU billable staffs employed ror the provision of the service are required to reslde
permanently on site except Project Coordinstor and Head·Office & Technleal
staffs proposed by the firm. Therefore, bidders are not .Uowed to propose
~Home~ inpnt ror fhe staff posts requested by tbeTOR."

At the commencement of project, all team members shaU confirm thai they have read
and understood the BRA Code of Professional Conduct and Bthics, and thai they will
strictly follow the articles of this Code in tbe performance of the services for this
project The Code of Professional Conduct and Ethics, and the form by which the team
members confirm their reading and understanding of the code are attached as ANNEX·
A of the Terms of Reference.

5.3. Qualification Requirements of Key Professional Experts:

The following Tabular Matrix shows the qualification requirements which include the
"General Qua1inc~tioll" (i.e. Education and Overall experience) and "Adequacy for
Ibe Asslgnmeut" requirements of the staff, in line with Section III of the RFP
Documenlit also sbows the Scoring Seales of the qualification requirements.

Table 5.3: Key Experts' Qualifications and Competence for Ihe AMignment
Qlla/lfTea/lon and ConrpeleJ"t/or the Assignment (60 " Technlcal
Evatuatton)
Weight
30" 0/7"0101
PoInts AI/oiled
I. Gene",' QualilicatioDJ (G...... ,Edu.ation, Tl"lIining, and 'Experience) forthl
Rnp«U>y;
Criterio Bange Rating Wtigltl Remarks
70% o(Genera,
(1) Educ~rfon Quoun •• tlons I
Resident Engineer, Deputy
Resident Engineer and Claims
Expert: ~f.So. and above Excellent
a. Dlgrte in CMI B. Sc. Degree Good
Engineering Of Below the B. So. Disqualified
Construction Technology
and Management or
Related Fields

(\


-,
r

Port 2: Section 6. Terms of Retereuce

Pavement / Material Engineer


and Senior Geotechnical
Engineer. M.Sc. and above Excellent
b. Degree in Civil 11.Sc. Degree Good
Engineering, Geology, Below the B. Sc. Disqualified
, ' Geotechnical Engineering
or Related Fields

Highway Engineer, Structural


Engi"neer and Road Safety and
Safety Audit Speciulist; M. Sc. and above Excellent
.. c.
Degree in CMI
Engineertng or Related
B. Sc. Degree
Below the B. So.
Good
Disqualified
Fields to the Positions

Environmentalist:
, Degree in Civil M; Se. and above Excellent
" . d. Engineering, B. Sc. Degree Good
Bnvironmental Science or Below the B. Sc. Disqualified
T Related Fields

Education for Hvdranlle


Engineer,Hyo,'Ologlsl: M. So. and above Excellent
e. Degree in Civil B. Sc. Degree Good
Engineering, Hydraulics Or Below the B. Sc. Disqualified
Related Ftelds

Quantity Surveyor:
Degree In CM/ M.Sc. and Above Excellent
Engineering, Construction B.Se. Very Good
f. Diploma Good
Technology and
Management or Related Below Diploma Disqualified
Fields

Senior Surveyor:
B. Sc. and above Excellent
Degree in Civil
"
o· Diploma Good
Engineering, SU7VeyUlgor
Related Fields Below Diploma. Disqualified

Right of Way Management M. A. fM. Sc. and


Specialist: above Excellent
h. Degree ill Sociology. Land B. Sc.! B. A. Degree Good
Administration or Related Below the B. Sc.! Disqualified
B.A .
Part 2: S ee noD 6. Terou of Rerereaee

30% 01 Gon.ral
(2) Overall Experience R~nge Rating Remarks
.. ... ...... .... - . .........
- .. .. .... _ ........ Q~.lln~~t1o"' .. . ..
Resident Engineer.
Number of Years of :::10 Excellent
Experience in :;:8-< 10 Very Good
,~ a. :;:5-<8 Good
RoadlRailway
Construction and/or Design <S Poor
Projects
-,
Deputy Resident Engineer,
-, IDgbway Enl:illcer, ClaiOl5
Expert and Rond Snfety and
Safety Audit Specialist
:;:8 Excellent
:;:6-<8 Very Good
b. Number of Years of :;:4-<6 Good
-,
Experience in <4 Poor
RoadlRailway
Coastruetion and/Dr Design
Projects

P:l¥ementlMaterial Engineer, ,
Senior Structural Eogineer,
Senior Geotechnical Engineer
and Hydraulle Engineer: :::8 Excellent
:;:6-<8 Very Good
c. Number of'Years of :::4-<6 Good
::::\~;~e~cct:' I
"4 PI"'t
RoadlRailwaylDrunlBridge
Construction and/DrDesign
Projects
En..irDnmrntalist: :!6 Excellent
NumberofVcarsDf :::5-<6 Very Good
d. Good
PrO&!ssiOMI Experience in :;:3
- <5
Bnvironmental Works <3 Poor

Senior Surveyor:
Number DfVears of :;:6 ExceUent
Relevant Experience in :::5-<6 Very Good
RoadlRailway :::3-<5 Good
Constructicn and IDr <3 Poor
Design Projects
e
Senior Surveyor ror Diploma:
Number of Years of :::8 Excellent
:::6-<8 Very Good
Relevant a'periencc in
:;:4-<6 Good
Road/Railway Poor
<~
Construction and lor
Design Projects

\
,.i,/
\


P.,1 2: Sedlon 6. Terms or Rc(ertnl.'e

Quantity Surveyor:
::6 Excellent
Number of Years of ::5-<6 Very Good
Relevant Experience in ::3-<5 Good
Road Construction and lor <3 Poor
Design Projects
f.
Quantity Snrveyor ror
Diploma: ::8 Excellent
Number of Years of ~6-<8 Very Good
Relevant fupcrienco in ~4-<6 Good
Road Construction and lor <4 Poor
Design Projects

Right or Way Management


Speciallst ror B. A in
Sociology or Related Fields: ~S Excellent
~4-<5 Very Good
Number Years of :;:2-<4 Good
Experience in Sociological <2 Poor
Work.s or Related
Activities
g.
Rigbl ot Wily Management
Specialist ror B. AlB. Sc. in
LUld Adllllni.>trdtiou. :;:3 Excellent
~2-<3 VeJYGood
Number Years ofExperiC1lCe in ~1-<2 Good
Sociological Works or Related <1 Poor
Activities for B. Sc.1 B. A. in
Land Admlnistration
70" ofTolal
Po/n/$ Allolled
D. Adequacy for the Assignment forth.
Respectlve
Position.
a) Resident Engineer
Years ofl!:<perience as Projecl :;4 a,<C<!lIent 7~cfthe
Manager or Resident Engineer in Very Good AdeqUM]!for
~3-<4
Managing Road Construction Good the
:;:2-<3 Poor AssIgJlIlIenJ
Projects <2
OR OR
Yean 0/ E:tperience os Dtputy
Resident Engineer or ;:6 Excellent
Construction Engir .. er 111 VcryOood
~5-<6
Mar.agillg or Administerlsg. 0/ Good
:::3-<5
Road Consln1Cfion Projects Poor
<3

#-..," ---
OR OR
A~·~I~'.i;: 11(",

"
.~~
~* ~.
~ (.cr'~···
"', I?~
~." ~"'"
"y_'
.. ,. "to'.
l~,£tl, P",oM!hy,~ fPP\ 'ti
(\ rnio. I. ",... I)

R- ~.
~ Coos'
.
._
::a.'
• ".~
.
.___ _..;.)ro
I ,..
-
\
_
,.1'0151

.

1:, ~"
t'I•
~ lOll .. 10J 16S
-~
\-.,eot';\ IV \ 40
S
,. t..i'( Jf-- 'rf
~/'..;.
J. • "to ,\
'"'
\

f
• ~
.;:
~q
4rp \ '1;;·(!).tl':n ..L, ...
~-Jl)(I , ~\
~G,r.4- "'..... / \
. ~ ....~""I'..t ot \' 0- I- •


Pnrt 2: Seetton 6. Terms ot Rererenee

Years of experience as Pavement


IMateriai Bnglneer or Project Excellent
:;:8 Very Good
EnginNr or Projea Coo"fiJlaJor
:;:6-<8 Good
in Managing or Administering
:;:4-<6 Poor
Road Projects <4
Years ofB:<perience as Projeet :;:3 Excellenl 30" DftJr,
Manager or Resident Engineer in Very Good Adequacy/or
:;:2-<3 Good 111.
Construction of Double I Triple
Bituminous SUiface Treatment :;:1-<2 Poor AsJigllJtrtlll
or Asphall Cont:refe Road <1
ProjeelS
OR
Years of 'Experierce OJ DepUly OR
Residem .&!gtneer or :;:4 Excellent
ConsrructIon Engineer lit ::3-<4 Very Good
Managing or Administering of Good
:;:2-<3
Road Construction of DOllbleI <2 Poor
Tripi. Bituminous Surfoce
Trellll1lZllI or Asphall Concrde
Road Projeas
OR on
Years of'Experience as Pa.-emenl
I Material Engineer or Projec:l :;:S e..",cellent
Engineer or Project Coordinator :;:4-<5 Very Good
in ~1"'-1£iug or Admin;"!:rL" cf :;:2-<4
G~
Double / Triple .Bi/llm/nolls <2 Poor
Surface TnlltmeJrl or Asphall
Concrete Road Projects
b) Deputy Resldent Engineer

_. Year.Y of Ezpuimce QJ Project ::3 Excellent


Very Good
7fl'-' 0/111.
AdequDcy fo,
Manager or Resident Engineer in ::2-<3
Road Constructton .Projcw Good the
::1-<2 Poor AsJlglunl!J11
<1
OR OR
Bxcelleat
Year~ of Expertence as Depl/ly ::4 Very Good
Resident Engineer or :;:3-<4 Good
Construction Engineer in :;:2-<3 Poor
Managing or Administering of <2
Rood Construction Project:
OR OR
rean of Experience as Pavemen: ::::5 b'xcellent
/ Material Engineer Or Project :;:4-<5 Very Good
Engineer or Project Coordinator :;:2-<4 Good
in Mar.aging or Administtring <2 Poor
Road Projects
OR OR
Years of Experience as (1 :;:6 excellent
> 5- <,-,6,-_., \'eryOood
Part 1: Section 6. Ter ... of R.ror.nc.

QuonJiJy Surveyor/Highway ;::3-<5 Good


Engineer{ Office Engineer 01' <3 Poor
Wore Inspector in ,11ar.nging or
Administering of Rood
Construction Projeas
Years of'Experience as Project ;::2 Bxcellent 3!rho/lhe
Manager or Resident Engineer in Very Good Adequacy lor
;::1.5-<2 lile
Construction of Double/Triple Good
Bituminous Surface Treatment i:: 0.5 - < 1.5 Poor AssIgmfllJIII

01' Asp/loll Concrete Road


<O.S
Projects
O~ OR
Yean 0/ ErperitmCIt '" Jleputy ;::3 Excellent
Rrside1II Fngih.ee or
ComlTUCtion Engineer in -
>2-<3
.
Very Good
Good
Poor
Manoging or Admilli$tering of
Rood construaion; Upgrading or
RehabiliIation ol.DoubkITrip/e
Bituminous Surface Treatment
01' Asphalt Conaete Road
RrojtCIS
OR OR
Excellent
y'=~~('~E.'(peri~nC(l3SPavement ::4 V,,:), O'""d
I Material Engineer or Project ~J-<4 Good
Engineer or Project Coordinator ::2-<3 Poor
in Managing or Administering 0/ <2
DoublelTriple Bituminous
SIIr/au Treatment or Asphalt
Concrele /lbad Projects'
OR OR
fears of.Experlmce <Ii a
Quantity Surveyor{ HIghway ;::5 Excellent
Engineer/ Ojfice Ellgineer 01' ;::4-<5 Very Good
Wore Inspector in Managing 01' ::2-<4 Good
Adminirlering a/Double/Triple <2 Poor
Bitumtnous SIuj'ace Trl!l111llntl
or Asphalt Concrete Road
Projects
c) Senior Pavement! Mnlerlab
'Eo-Incer
YCarll of Experience on Road :::;6 Excellent 6()%011".
DesignlConsm,crion Projects as 8 ::5-<6 Very Good AJtl/llacy lor
Pavement Materials EngjDeer ::3-<5
<3
Good
Poor
I".
iWtgnmOiL

OR OR


Port 2: Seello. 6. Term. ofRefereDce

,-
r.07.1 of Experience on Road ;::8 Excellent
Design! Construction Projects (U ;::7-<8 Very Good
a Junior MOJeriai Engineer/ ~-<7 Good
MOIUIaIln.rpeclor Ila})ortJ/ory <5 Poor
T«hniI:Ian
Years ofR'<perieoce as a ;::3 Excellent 4~olPre
PavCID«ltIMateriaIs Engineer VeryOood Adtqllacy 10'
:::Z-<3
related to the scope of the Good the
assignment (AsphalJ Concrete) ;::1-<2 Poor AJsfglllllt11~

., <1
OR
OR
Years of Experience as a Junior :::5 Excellent
Pavemenr/Materials Engineer{ Very Good
:::4-<5
Material InspectorJ Laboratay Good
Technician related to the scope ;::2-<4 Poor
or the assignment (Asphalt <2
COllerttc)
d) Senior Higbway Engineer
Years ofE:xpeTierIa (U a :::6 Excellent
HiglMay Engin«r in Rood :::5-<6 VeryOood
DesIgn ICcIUlnJaitm Prqeas ;::3-<5 Good of the
/ ()()U

OR
. <3 Poor Marie
Allocaed for
Y';(lF$:ff),,,,,rie'IC.a:; aJwzio; OR Ad:<jllocyof
Highway Engineer or CMJD ;::8 Excellent lhe
Engineer IN' 0fIice Engineer In ;::7-<8 VeryOood A.s.signment
Rood Design IC01ISlnJction ;::5-<7 Good

e)
Proitcb
Senior Structural Engineer
<5 Poor
.-
Years af Experience a.r 0 ;::6 Excellent
Sfrllctllral Engineer in Road! ;::5-<6 Very Good
Bridge! Railway! Dam Designl ;::3-<5 Good
Construation Projeas <3 Poor
of tlze
/ ()()H
OR OR Mark
rears oj Experience as a Junia Al/QcOJ~dfor
Slructuro/ Engineer or StrucIuTOJ ;::8 Adeqllacy of
[nspectorlOfjlce Engineer in ;::7-<8 Excellent the
- -- Road! Bridge( Railway! Dam ;::5-<7 Very Good As.slgnment
Des/gn IConstrucnon Projects <5 Good
(provided lhat !he 51& OE Poor
Dcmonslnlles in Full Design of2
BtKlges)
l) Senior Geotechntcal Engineer
Years of Experience a! ;::6 Excellent JOO%qfllie O.lyr.r
R.qtJ(rtmtnl
Geotechnlcal Engineer in ;::5-<6 Very Good M(I}'k
RlxKV!J,ldgel Railway/Bridge! ;::3-<5 Good :T<:~:;
AII(lCOJ~dfor S. "",Subocr

I-'II;C 2" f ~l
Part 2: Sectlon 6. Terms 01 Reference

Dam Design Or Construction <3 Poor Adequacy oj 10 EYa/IUlllon


Profects the
OR Assignment
OR
Years oj experience as a Junior ::;8 Excellent
Geotechnical Engineer ill ::;7-<8 Very Good
RoadiRailwaylBrldgelDam Design ::;5-<7 Good
I or Construction Protects <S Poor
g) Senior Hydrologl.stl Hydraulic
Erurlneer
Years oj experience as }fydimtTic :;:6 Excellent
Engineer/Hydrologist in ::;5-<6 Very Good
," RoadfBridgelDami Railway ::;3-<5 Good
Construction or Design Projects <3 Poor IOO%oJlhe Only/or
Mark Requirement
Allocated Jar Purpose; Key
OR OR Sta/fnol
ExcelJent Adequacy oJ
Years oj Experience as a Junior ::;8 the Subject 10
::;7-<8 Very Good
Hydraulic Engineer/ Hydrologist Evaluatton
Good Asstgnment
in Road! Bridge/Daml Railway
:;:5-<7
<S
Poor
Construction or Design Projects
b) Senior Quantity Surveyor
Years of Bxperieaceas a
Quantity Surveyor or CAD
:::4 Excellent
Very Good
~3 .....
<4
Engh1i:« or Office Engineer iu C-OOO
Road Construction I Design ::;2-<3 Poor
Projects (the OE and CAD <2
Engineer Shall Demonstrate in
the Testimonial its Involvement in
Quantification of Road Projects) IOOOAo/the
Mark
OR OR Allocaiedfor
Adequacy of
Years of Experience as a Drafts ::;6 Excellent the
Person! Junior Quantity Surveyor :::5-<6 Very Good
T :::3-<5 Assignment
. in Road Conslruction I Design Good
Projects <3 Poor

1 For Diploma:
Years of Experience as a
:;:6
::5-<6
Excellent
Very Good
:::3-<5 Good
Quantity Surveyor on Road Poor
Proiects <3
i) Senior Surveyor
Years of Experience as 8 Senior :::4 Excellent 100%oJlhe
Surveyor in Road! Railway ::3 - < 4 VecyGood iWark
Construction/ Design Projects :::;2-<3 Good Allocated for
<2 Poor Adequacy oj
the
Assignment
rort 2: Section 6. TermJ ofRtrertl1ce

,.
Years of Bxperienee as a Junior ~6 Excellent
S~")'W in Road! Railway ~S-<6 Vel}'Good
Constructi<nl Design Projects 2:3-<5 Good
<3 Poor
For Diploma: ~6 Excellent
~5-<6 Very Good
r Years of Bxperieoceas a Senior
Surveyor in Road! Railway 2:3-<5 Good
<3 Poor
Projects
J) Senior Claims Elpe.·,
Year.s 0/ Experience as a Claims
Expert on Rood Constncao» or
::6 Excellent
Very Good
60%oJlh4
::5-<6 Adequacy for
., RehabiliJotion Projects Good the
RepresmJing Any 0/ the Parties ::3-<5 Poor Assignmml,
<3
OR OR

-. Yean of Experien« as aJunior


Claims Expert on Rood
Constructio« or Rehabilitation
2:8
~7-<8
~-<7
Excellent
Very Good
Good
Projtcb Representing Any 0/11", Poor
<5
Parties
OR OR
Years of Experience as a Project Excellent
EogineerlOffice Engineer (Client's
::8 Very Good
2:7-<S Good ,,
or Contractor's S:de) ~rll::ontr:'.cl
Administration ~-<7 Poor
<5
AND
£rperiena in Direa invdvemen: :::5 Proje<:t" Excellent 40%0ItJ ••
in Handiing of Claims and/or 4 Project.'! Very Good Adel[uIlCY lor
Dispuli!S on Roqd ConslTuClion Good ilIe
2 - 3 Projects
0, Rehabilitation Projects ::: 1 Project Poor AntgnmtJ'4
ReprT.Senling Any o/the Partiu
k) Senior Environmentalist
Year:s oj experience M an ~4 Excellent
Environmentalist in Planning Very Good
~3-<4
and/or Monitoring and Evaluation
~2-<J Good
0/ Social Impact Assessment Poor lOO% oftlu: Only/or
(lJfcVorAllaI)'$is 0/ Environmental <2
Mork Requtremen:
and Social Impacl Assessments. Purpose; Key
OIl Allocatedfor
OR AdeqlJ(lCyof SlqjJnot
YearJ 0/ Experience as a Junior Subjecl to
Excellent the
EnvirolVllentali.st in PINI1l/ng 2:6 EMI.allon
AssignJndll
IJJllilor Monftorir.g and EmliJtlI.on 2;5-<6 Very Good
o/Social Impact Assessment ~3-<S Good
(111,l/orAn!li)~is of Environmental <3 Poor
and Socia! ITr.;:«t A~
I) Road Safel), and Stifety Audit

6~1t~"~ Enoiliu!zr/ Specialist

*
~
S}l.~f"'.t"._ ~l
••~~",.
~
(xes) Prep... " "Y r.., ~~r.\
~C"

'''H~'JUlI~'11''
.:f ".111'1
~
t'lJrtlr.

,~. ['>41,.:260;52 I J;:: 'i(' '\

~
>-X - ~~ .$
WI".1'\ ;

~r \';0,
'!;
~3 "-
.ti
."
7\~~; Jo ~
x
\. i
2. ," Or '''' It.) JC"S
~.

..~
I
.\ .!> ,,\
~
"
»,
. " -, , ~
Part 2: Seclion 6. Terms of Reference

Ye3lS of Expeeieece as Rood 2:6 Excellent


Safety Audit Specialist on Reed 2:5-<6 Very Good
Design and/or Construction :;:3-<5 Good 1000oj'the Only/or
Projects <3 Poor Mark Requlremen:
OR OR Allocatedfor Purpose; Key
Excellent StojJncl
Very Good
Adeqllacy of
Years of Bxperience as a 2:8 the Subject to
Highway Engineer on Road 2:6-<8 Good Evaluation
Assignment
Design and/or Construction Poor
2:4-<6
~ects. <4
J) Right onVoy Manngtment
Snedalist
For B. A. ill Sociology I11Id
Related Fields
rean of Experience In Extensive
Invoivement ill Right of Way
Related TarM or Social Impact
:;:4 Excellent
ilssessmenls. Maniwing 01Id
Evaluaricn or Prtparatioo oj 2;.3-<4 Very Good
::;2-<3 Good
Socia! Impact AlirigortOilPlans or <2
Experience In livelihood Poor /0iM of Ills
Restorcaton Activities. Mark
OR Allocctledjol'
OR Adequacyoj'
For B. Sc. / B. A. ill Land
the
Administration
-r:ears
,I I',_xpert....:ct·.11 {£;r;fC/...;;o,.e
(J -. -~
>~
:;:
1.5-<2
Excellent
Very Good
.-!~rltr·,,(7':
Involvement in right oj' Way Good
:;:0.5-<1.S
related tasla or Soclallmpocl Poor
<0.5
Assessments, MoniloriJlg and
EvalUtllion or Prtparotfbn of
Social 1mpocI Miligatlon Plans or
Experience in lJ,'I1/ihocd
Re.itoration Actlvltlu.
AND
Commendable Experience ill lise
of Basic Computer Applications
including bllt not limiled 10, PassIFnii
Afic1'osojiExcel, 11.= and-
Word.

5.4. Qualification Requirements of Tecbuicians/Support Stnffs:

The Consultan! shell provide Support Staffs and Technicians the services, who shall be
responsible to the tasks assigned to their respective positions nnd shall work in
collaboration with the Resident Engineer, the Junior & Assistant StMTs and the Senior
Key Profcssionnls oftbcir respective positions.

(Vc-
r: c21 (S~

, '"'- , _:_
I
ParI 2: Section 6. Terms of Reference

Table 5.4: Support SmtrJlJ"etbuJclaoJ QunJificatioUJ and Competence (or Ihe


AMJgnm8n1

ro. QllaliflCation and Competence of Support Staffs (Nol Subject Cor EvaluaHolI During Tendering)
,. A. Education Requirements for Support SIlIff.t: Remark.'!
Acceptable with Min.
B. Sc. and above
,. Soli Laboratory Techniclans:
Rcqu ired experience
Acceptable wilh Min.
B Diploma Required experience
Degree/Diploma/Certificate In Civil
Engineering or Related Fields Acceptable with Min.
Certificate Required experience
Sun'eyor: Acceptlble with Min.
B. Se. and above Required experience
B. Sc. Degree in Surveytng, Civil
Engineering or Related Fields Acceptable with Min.
b Diploma Requited experience
Acceptable with Min.
Certificate Required experience
Acceptable with Min.
B. Sc. and above Required experience
Mn!trl:tl Inspector: -- --
Acceptable wnh Min.
Degree/Diploma/Certificate in Civil Diploma Required experience
0
Engineering or Reksed Fields Acceptable with Min.
Certificate Requ ired experience
-
Acceptable with Min.
B. Sc. and above Requited experience
Structure Inspector:
Acceptable with Min.
d Diploma Required experience
DegreelDip/oma/Cenljicate in Civil
Engineering or Related Fields Acceptable with Min.
Certificate Required experience
Acceptable with Min.
B. So. and above Required experience
Draftsperscn:
Acceptable with Min.
0 Diploma Required experience
DegreeIDiploma/Certljica/e in Civl!
Engineering or Related Fields Acceptable with Min.
Certificate Required experience
Inspector oC Works: Acceptable witb Min.
B. Se. and above Required experience
f DegreeiDiploma/CeF1!flCale in Civt! Acceptab!e with Min.
Engineering or Related fields Diploma Required experience

~~ ~
£.:."."00' .... I..
•1'" .. p(C"~.., \
\
1t~('~'~ta.c~up.cD)

'fr'n~·l!
'\ \
PreptfeJb)' (be: 'Pl,\
r.a;e 2' of 52
- I

:#>
(V" f'f.Jyro,,,

..
...
:I "wWl I"-
l
4...
0114161107
20J~

P
'"

.",\
.
.~

t~ ~
"'f.
'....
./
-
",.
".
*
~ ~-\
\\ \
,
J

~ 7 ~
.

'1"
. .
; ~'J:'"
11, , , .,
,
'\'1~'\'j~'(
:..~.,
~~\~

-,


PArtl: Sec lion 6. Term" or Reference

ID. Qual!f1cntlon and lAImpdtnce 01Support StaJft (Not Subject ror EvAluaUon naring Tendering)
Acceptable with Min.
Certificate Required experience
Acceptable with Min.
B. ScJB.A. and above
Secretary: Required experience
Acceptable with Min.
g B. Sc. / B. A. / Diploma III Secretarial Diploma
.. Science and Office Management or
Related Fields
Required experience
Acceptable with Min.
Ccr11ficale Required experience

B. Overall Experience for Technicians and Support StruTs:


Zero (0) Year Experience for Required
Soit taboratory TecbnlclJllIJ: B. So. and above
a. Min. Three (3) Years' Required
Years oj E:<perien~ on Highway Experience for Diploma
Projects ill Fields oj Assignment
Min. Five (5) Years' Required
Experience for Certificate
Surveycre - Zero CO) Year Experience for Required
B. So. and above
Years oj Experience in Road Constnesion
b. f)p.slgn Projects Min. Three (3) Years'
(lJ1d/()I' Required
Bxporicncc for DiDI.)",~ .-
Min. Five (5) YW'S' Required
Experience for Cerdfieate
Material Inspector:
Zero (0) Year Experience for Requi-ed
Years ofExperience on llighway B. So. and above
1 Projects Particular Inspeaion ojQuality
e. ojComD'llCtion oj Materlah such as, MiD. Three (3) Years' Required
Soils (Sub-grade Borrow). Sand, Cement; Experionce for Diploma
Aggregate. Re-bar, Waterjar
Construct/all etc. and a Relevant Min. Five (5) Years' Required
Experiellce hi Road Protect: Experience for Certificate
StrnrtnralJDJpcetor: Zero (0) Year Experience for Required
B. Sc. and above
Years oj Experience on Highway
Min. Three (3) Years' Required
d. Projects ill Particular Inspection oj
Construction oj Bridge and Related Bxoerience for Diploma
Facilities and all other Major Draillage Min. Five (5) Years' Required
StnJcJIU'U. Experience for Certificate
Zero (0) Year Experience for Required
Draftspersou: B. Sc. and above
Years oj Experience on Highway Min. Three (3) Year,' Required
c.
Projects and Familiar in tM use oj Exoerienee for Diploma
I CAD"
'-
-7~~~·'.~:
L_~~ r.-...."J~\
Min. Five (5) Years'
Experience for Certificate I Required

6-'"
(
~ -.. ,

~~t~~ic
":::'",""
-,

(V.rr.t.!f!"i«l~lr ,\ \

c __ le- ttt......... ~ _ ,<Jb" .. ~PP.\


r ''V,jt, -.\
\\. ~~ :1 \
;q: l~c-! ~l
:

, ~ ('~ . ..~ it
f
'3

.. '".....«;
~
,,,,,
0114 10J 1~ ~

I
-I

"'. ...~c.'<... '" ::/


Q.._ ~t' .~" I \- '\ .(:~
~ .......,,'
"
4:.....
.,.."..,
~t ~,,"
. <-"-1 - " .i '


Part 2: Seenou 6. Terms or Refer'toce

ID, QUIllijiCillion and Competence o/Support Staffs (Not Subjed rOT EvnJuatioD Doring Tenderiug)

Iuspector of Works:
Zero (0) Year Experience for
YelVs of Experience on Highway B, So, and above Required
Projects in Particular Inspection 0/ Road
, '
Works/or Compliance with Ihe
Standards and Specifications of the Min. Three (3) Years'
f. Contract. 17Ie Inspection among others Required
Bxperieoce for Diploma
,' includes Construction a/Sub-grades,
Capping Layers and Filler Drains;
Min. Five (5) Years'
Minor Drainage Works; Ancillary Required
Experience for Certificate
Works; Temporary Works; and other
Pavement Layers and WelVing Course: Min. Five (5) Years'
Required
Experience for Certificate
• Good Experience in use of
Computer in Word
Processing and Spread Required
g, Secretary
Sheet
.', . • Good Knowledge of
English Language

5.5 Qualification Requirements for Junior Assistant Staffs:


The Consultant suall provide competent Junior Assistant Staffs for the services, who shall be
managed by the Resident Engineer and assisted by respective key personnel for the proposed
position so as to ensure transfer of knowledge and succession. The total man month input
required by tho junior staff will be equivalent to the intermediate staff input of tbeir
respective pc;lSition.

The proposed junior assistant stMf sball have minimum experience as shown in the I4ble
below.
Table 5.5: Junior Assist.nl Staffs Qualifications and Competence ror the
r-
Ass'altnment
-,
Min. Qualification
L No. Junior Position
Req ulremeut
JunJor Highway Engineer
!
I. Degree in Civil Engineering or Related Fields B. So.
f
EXperience in Road Construction andlor Design Projects o Years
f
Junior Pavement/Material Enginee,'
2. Degree in Civil Engineering or Related Fields 13.So.
Experience L~Road Consnuction a.~dlor Desigo Projects o Years
3. ~11~ Engineer . - ~

I :>*;:~
~~~\ M'· ,
",0/; -
, ?

j t~~~'"~~~~I-Dtl"jlPJred

l("S';v\
'"0"'00:"',"...
~
-:i. _ }
.r , "M\
hi,h.r"M
P 'CO JJ (If)1.

,~
.e J'~'W~
IVtn! ~31 ,. ",I'

l..
• 11-

0\ \. \(>1 I";
~
'I4.?\ tl.o"toti: c::' t,'f''' "t~
'

,,- 1 y' "l:.J. ("~


I
t"
~'f'''' ,f\'\' '(
'),' ., • c
~'~'tfr.tt'~'"

\ - .'/
, 10 -


P. rf 2: Section 6. Terms or Reference

LNo. Junior Position Min. Qualification


Req uirement

Degree in Civil Eugineering Or Related Fields B.Sc.


Experience in Road Construction and/or Design Projects o Years
Junior Envirournentalist
4. Degree in Civil Engineering or Environmental Science or Related Fields 'B. Sc.

--. Experience in Road Construction andlor Design Projects o Years


Junior Claims Expert
Degree in Civil Engineering, Construction Technology and Management
5. B.Sc.
or Related Fields
Experience in Road Construction and/or Design Projects o Years
Notes to tbe Qualification Requirements of AU Inputs of the Consultancy Services:

0/ The Consultant shnll pre-schedule and deploy Us lntermittetu key staff to the Project Site
10carry out the necessary tasks oj reviewing the relevant documents, check' and assure tile
quality oj thesite works, assist tlte site management and coordinate & give Ihe necessary
tasks to the respective/concerned staffs related to tile works of Iris duties & responsibilities.
The intermittent SlIJjft should present a Quarterly Report to tlte Client addresstng all, but
{If'! limited to till! (11.'''$ iJlllical<i above (/114in Ihe Terms v.rRefer:tll.-e, {torith»: pllymelJl
for the intermittent staffs should be on Qllflrterly Basis following tire deiiverables.
0/ Furthermore, the Constdiant slrlll~ if deemed necessary, deploy these intermittent key
smff to the Project site without the schedule communicated /Q the Client based on the
project requirement The Client already indlcated an estimated Mall-.Moll/h Tnpu: pH
Illes. task» 10 be carried out by Key Intermittent S/Qffs, including Design Review, Project
Visits and Others whenever the situatlon calls for it, i.e. the project . requires tire
mobitizauon of the key staff necessary.
a Percentage (%) Weights of the Roling Scales for Key Experts' qualifications and
competence for the Assignment:
Excellent 100% Very Good 90%
Good 70",1 Poor 40%
b. Experiences of Rond Construction slrall also include New Road Construction,
Rehabilitation, Upgrading, Overlay and Maintenance Projects.
c. Experience on URRAP projects lVill be considered by 60% for tbe adequacy
requirement of the related POSitiOIL
d. Project Experlence record with (1 period less (h(lll Two (2) Months for a Design
and Six (6) MOllths for a Construction Project wil! 1101 be considered for
evaluation for Ihe Adequacy for the Assignment Requirement.
e. As indicated in the Section 3 of Ihe RFP Document. experience oj key staff
positions of local experts ill conducting research ;/1 road design and/or
construction projects will be merited 1 point. The poin; will only be meritedjOt
, w".o do 1101score tbe full points oj their respective marks and s' ( IIOt
'tk,P ...
1,. "( ',:Co'
-:-..(lj (},
. u.
••,~- ~-....
~~ ~


Pnrt 2: See lion 6. Terln! of Refereaee

exceed the ollotted poln: of lhe respecttv« positions. Th« research shall be
published and/or demonstrated with documentary evidences and thh dou 1101
include students' paper as part of the Sludyprogram.
f £ducallonal Testimonies lor C'rlljicale, Diploma, B. Sc; M. Sc. or PhD will be
merited in accordance wltl: Ihe specljic award indicted / mentioned in the
Diplomas.
g. In the spirit of encouraging successive key siaff development and capacity
building, the Client have arranged the following alternatives for key position
recruitment:
• In ail Adequocy for Ihe Asslgnmenl (Specljic Experience) requirements 0/ Key
Slqffi, previous all experiences ohloinea l1S an Asslslant!.Tlm/,u ElIlllJleu
related 10 lhe respective kI!)I staff position will be partially considered as
indteated In lite tables above, lor I/~ assignment in Ihe respective proposed
position.
• In addition: previous experlencu obtained as support / kI!)I SIajJ.rrelaud 10
onJy the respective /cey Slaff positions indicated above, lor example, Quanlity
r •
SIIT\'eyOr, Highway EngiMe" Wor.b Inspeaor and Office EngineD', as
appropriate, will be partially considered lor Deputy Resident Engineer. l

Likewise, experiences obtained as a support! kI!)I S1aff~related to tbe required


Key Staff Position would be parliailylfully. as appropriaJe, would have been
obtained working as key personnel in the respective position; for adeqllocy for
the assignment In the respective proposed position, prOvided that the
proposed personal attained the mlnimum educational quaificatton for the
position
• In additionat; ths Cnen: bas dm'lsc'; a mechastsm in which the t,~p"rIMc. qf
professionals who have been working on Client's Or Contractor's side to be
considered for the required Consliitancy Service Position shown In th« table
above.
• Furthermore; Key Staff Positions or Support/Assistant Positions are 10 be
considered lor Key Staff Positions relaud to DuigniQuantifyingIClalm
Aiiministration, provided tha: firms can demonstrate that the proposed Slaff
has adequate experience In trules related to the proposed posillon, dttails of
"hieh is 1,..dicaJedobove on Ihe Adequacy requirement/or the posltion:
• Junior Staff who have participated in a single projec/ can be employed IJl a
Junior Staff or Support Stoff till Ire/she meets the minimum requirement lor
Key Staff Position.
• Finally. lor Key 310.11 posltlaTls requiring B.Sc. / B.A. IJl a minimum
educational qualificatton; the Cltent would consider previous experiences
relevant for the AdeqllQCYO/Ilre Assignmen: as follows: -

• Bxperience gained after mtuinlng Diploma would be cansldered as


60% and
• Experience gnilled a/ler atminlng Certificate would be cOllsldered as
40%.
h. Only Key Personnel having the mlnimum educational qualtftcaiion set shott be
considered/or evaluation; key perto/lllel with educational qualljicotion bolo,.th.
minimum required will be rejected and merited zero (II) points. Iflhe firm Is found
sUtXe$sfulllPon th~ overatl < vat»allan, ths rejected professional position shall be
rtplaced by fulfilling personnel ...ith minimum total score of 60'~, prior to
......,:::::==, =~..
cl"ding the coruroct signing.

~ ~f.
((W'
~.'
...~f"~'",
'" )_ ~

\

t'''''~J.'
I' .-
PArt 2: Secllou 6. Terms of Reference

L Personnel who scored below 60%, oj the allotted points Jar Ihelr respective
criteria, will he replaced by a better-qualified one, prior 10 concluding the
Contract signing. However, during replacement, personnel who scores len than
1011"/6 but greater than 9{J"/o oj what the orlgina!ly proposed personnel Jar the
PIOPOSedposition has achieved shall be subjected to deduction oj 10% oj the
respective lees (Fee lind Retmbursabte) quoted by the firm; and those who score
below 90" oj the ot/glnnlly proposed personnel .sholl not be accepted lor
repiac:emenl.
j. The induction 01 any staff including the intermtttent ones shall be subject to the
Client prior approval.
Ie. CYs of th« support staff, junior Slqff and the renlDhling 1<"),$ staff 1I0tslIbject to
evaluation during tendering shall be submitted when and as required during th«
implementation period of the project.
L Bidden an strongly advised not to propose professionals that have bun
suspenrkd from ERA's on-going and upcoming project$. lf bidders propose a
suspended proJessiollal, the CV w/JI be rejected and wfIJ b. merited zero point
alit oj the allocated pO/illSJar that professional. Please refer ERA's website
(.wfllw.era.gpv.etlPer{omranceRatJnr:/DesignAccOUlIlobllltv Staff.aflpt) for the
T list of profuslonals.

5.7. Task Assignments and Responsibilities ofStafTs


The Project Team leader shall bave the following. task assignment and responsibility
during rendering of the service but not limited to the following:

Liaise with
required.
• Assisting ERA in reviewing Coatractor's Performances Bound,
retention bond & Bank Guarantee for advance payment and other
guarantees if any.
• Ensure the fulfillment of the obligations and duties of the Engineers
Representative as described under the works contract agreement
• Panieipate in me design review process and prepare proposals for the
Resident Client's Approval
Engineer
• Prepare modifications/amendments or design changes assisted by
other sbIf.
• Issue the Conrractor with all copies of contract documents and design
reports.
• Planning ond scheduling project activities
• Prepare or review Quality Assurance \la:lllAl
• Organize documentation and filing system on tbe project site
• Supervise site supervisory staff
• Review. check, comment and approve Contractor's work schedule. _
..... ,

j

Part 2: Stction 6. Terau of R.terenc.


Monitoring the progress of nil activities of the projcct including
budget and time
• Review and certify paymenl certificates
,. • Assess variation IlIId prepares variation orders
• Technical assistanee in every activity
• Report on b'le Contractor's financial and time extension claims,
j • • Team coordination. organizing, assigning duties and eheeking the
performances of the team
• Cheek if reports, drawings and photographs are recorded
• Inspect facilities of Ibe supplier's and Contractor's personnel as
required by the contract
• Responsible in arranging regular meetings between d.o Contractor's,
Client, Consultant, Suppliers and other stakeholders;
• E!nf=~ works 10 comply with works contract
• Prepare all the reports
• MonitxJc environmental mitigation measures and follow up the
implementation of alleviation programmer for STD including
HN/AIDS
• In c-oordination with the site supervisory staff; provide on Job-
Training to Employers personnel


Inspect the road and prepare defect lists nod arrange joint inspection
tJ!'T1on(;"t:a:rci~ i.« pruvi::hJ!llti eCl:~~t-6
issue substantial and final completion certificate to the Contractor
I
• Inspect the road during defect liability period IlIId arrange fine joint I
inspection among parties and prepare defect lists. _j
• Assi.ts the RE for the tasks assigned to him and be delegated for K.c .
dwing his absence from the project site,
• Acting within the delegated authority given by the resident engineer,
• Management of the site slaB' in his control,
• Liaison with service providers to ensure that the construction works
does not affect supplies.
• Provision of assistance to ERA during construction to ensure the
assessment of compensation for property owners is dealt with
Deputy Resident correctly.
Engineer • )'falotell3Dcc up-to-date records of labor and plant used by the
Contractor,
• Maintain records, working, drawings, as -built drawing. test data,
derails of variations etc., assisted with the other respective staffs
• Ensuring that the Contractor uses safe working practices.
• Reviewing the design of U1escheme and communicnte through the
RE to ERA on the need to issue instruction to amend tho design
• Taking ofregular digital photographs.
• Arrruiging traffic counts
• Will direct ell activities of staff engaged on th~ checking, inspection
'--:;~,.,:;;::::~~ 3",n::.:d:...=te::csti::·n='
.::0.:..1'.::0",,11 construction materials and laboratory technicians,

r4iSl! J • of 52

\r r~
'V'\
\
\
\
• -
"" I "'-I
. j ..A'
P.,12: Section 6. Term! or Reference

,.
He will also eo-operate as necessary
surveyors to locate borrow pits and quarries,
• In respect of the laboratories he will oversee the conducting of sample
preparation and testing. His formal responsibility will be the
evolution of the test results and on the basis thereof approve the

" . • Resident Engineer in approving or rejecting


material to be used by the Contractor
• Review pavement design and prepare design change
,' • Control setting up Contractor's field laboratory establishment, test
procedures, crushing activities, concrete mix designs etc
• Undertake construction material investigation.
• Assist. the Resident Engineer in the preparation of the standard
supervision forms, quality assurance plan
Pavement!
Materials • Material investigation and testing
.:, Engineer • Assist the Resident Engineer in the preparation of reports
• Traffic Analysis
• Review tbe pavement design in the pre-construction stage
• Perform pavement design and material type changes if necessary
• Periodically review rest results and recommend types of test to be
conducted on the construction materials
• Assist U,""Resident Ellginur dLring detect liability penod
• Inspect the quality of works accomplished periodically
• OChers as required

• Review the detailed engineering design regarding the land slide


Structures foundation
• Undertakes Ground Investigations including drilling for structural
Geotechnical
foundations
Engineer
• Undertakes test, analysis the test results and recommends the
foundation type to be used in consultation with the structural
Engineer,

\...1'
':",,~
\
, , - <-rr--
,


Port 2: Section 6. or Reference
-. ;
Terms
! -

• Review, comment and approve all structural design and calculation


for drainage structures
• Undertake structural design if required to be revised additionally
recommended
• Assist the RElDeRE in reviewing structural or bridges construction
program submitted by the Contractor.
I"
• Review and coroment on the working drawings & As - Built drawing
Structural
of the structures submitted by the Contractor.
Engineer
• Training ERA staff regarding supervision of structures.
f • • Regularly and as required inspect structural layout and structural
construction activities
• Inspectors to set inspection procedures for the structures
; , • Outline checklists of all-important items to be checked by the
inspectors to set inspection procedures for the structures
• Check and prepare quantities of structures
i, • Ifrequired, make design changes of structures
• Others as
• the design review regarding the design standard and
geometric design of the road
Highway
Engineer • Plan, coordinate and supervise activities of design changes
• Undertake design changes as required.
• Checks the control statious and their accuracies
• Checks that tho control stations and other references indicated on the
the
• Checking and Confirmlng Whether Contractor's
according to drawing including templates
• Calculate quantities of earth work, structures, pavement etc.
Quantity • Review and confino himself and RE the contract quantities and
Surveyor measurements.
• Monitor measurement process and BOQ's of works
• Record the measurement and quantities
• Check the Contractor's payment certificate
• Reporting to the Resident Engineer'

by i:tt: FI'PA

./)
jJ ' /~f!
- r«:
;--


Part Z: Section 6. Terms of Reference

,-

-!

Leads all Surveying activities of the staff

Identify all survey ground control stations (be-acons and benchmarks)
,. which have been established by the Design Consultant
• VerifY the accuracy of survey stations
• Establish the damaged, altered or missing survey control station;
Senior • Perform all surveying activities
Surveyor • Check Contractors survey results of setting ours, lines, levels and
cross sections and conduct joint construction surveying as required
• Check other survey results and accept or reject and recommend
improvements
• Record daily survey progress & data
• Check setting outs
• Others as
• the contract specification
during the Contractor's mobilization period.
• VerifY inconsistencies among the contract documents or deficiencies
and recommend any amendments necessary, if any
• Advise the Resident Engineer to take actions timely to cases for
potentials claims to protect the Clients from financial or time
Claim Expert extension claims.
--- ,_--,~Assi'l tbo-GlieAt-irrnogotiatioDSw;!h CoDtractO:On tJ>erates for any
unscbedoled items of work that may arise
• Analysis the financial and time extension claims of the Contractor
and report his recommendations to the RE:
• Assist the Client in any process of adjudication oi'arbitration and
farther of Contractor's claim
• Verify Contractor's environmental protection plan recommend
additional mitigation measures as required
Environmentalist
• Monitor the implementation of Environmental and social impacts
mitigation measures.
• Liaise with the local Authorities for consultation to minimize the

Hydrologist
• Review of prepared by the Designer
• Verify sufficiency.of hydraulic structures
• Assists tbe supervisory staffs for any activities (except activities that
go beyond the scope of the RFP, Servi-ce)related to hydrology:

Prepare a plan schedule for the road safety assessments
and inspections
• Prepare checklists for road safety assessment, inspections and
Road Safety and recording of deficiencies identified
Safety Audit Review or Pre-coustruction phase Road Sorely Audit Carried out as part
Specialist of the project design:
• Assess the project from the completed design .plaus and Review tile
Geometric design of the road for Road Safety Aspects;
Review

1'I~e'7of:i2

t} ,....
,0
• \...r: I
;.
-_~- 0'
_:_,. i'>!\
\

,
, r-: r-~/7- iff .-
Part 2: Seelio. 6. Terms of Reference

,. • Review the Road Safety Measures incorporated and proposed in tho


design of the road, This shall be carried out upon review and further
investigation of the latest road safety stetisties, with particular
attention at the national and regional level (as appropriate), and by
sbowing in cetegory fatalities and serious injuries due 10 road traffic
incidents.
• Identify and review the locations of all the sebcels along the length of
the designed road, and sections of higher pedestrian concentration
along the road, both for crossing points, and where pedestrians walk
along the road. Review the safety measures incorporated for such
points and other accident black spot areas.
• Prepare. special report for "review of roed safety audit" of the design
of the road with necessary improvements of the safety measures, for
consideration in further optimization and changes in geometric
design. Record reed safety deficiencies and recommend remedial
measures in harmony with other- revisions/changes made on the
design.
Carryon! EvallJation of no"d Safety During Construction Pbase:
• Both DUling the Road Works& At completion of Construction
(Pre-opening rorTraffic):
- Assess the project from the construction Plans (latest design pions),
:ilir lh'"",!iJj :-oad oaf"ty ri:lts; 1.0. ::ho .usessG:cut must go beyend
assessing the conformance to standards.

ASSe3S the project by inspecting the site. both during day and i1ight
cond itions

Observe tho site during peak and off-peak operating conditions;

Conduct safety inspections under adverse weather conditions such as


fog, rain, snow, etc. (as appropriale), if the opportunity arises

The assessment must be eonducted a10ag all approacbes from the


perspective of all the relevant different road users

- Record all road safety deficiencies taat arc identified, completing the
agreed checklist.

- .Make review/analy.is of crash/accident history based on available


information.
Prep= Q special road safety audit report; which will also form part of
tile relevant progress report of the Consultant,
Carryout Evnluation of Road SMety for the Po,t· Constrnctlon Phase:
Gather and review all information/material for the road safety audit
Assess me road aml road related areas for otentinl load

."
~-
.
~
\, ,


Part 2: Section 6. Terms of Reference

r
to standards.
Assess the project by inspecting the site, both during daylight and
r night lighting conditions
Observe the site during peak and off-peak operating conditions;
Conduct safety inspections under adverse weather conditions such as
fog, rain, snow, etc. (as appropriate). if the opportunity arises
The assessment must be conducted along all approaches from tbe
perspective of all the relevant different road users
Record all road safety deficiencies that are identified, completing the
r agreed checkl ist.
Make review/analysis of crash/accident history based on available
, information.
Prepare a special road safety audit report; which will also form part of
the relevant of the
Right of Way • Right of Way Management Specialist: Please refer the under
.- Jl.fanagemenr Section 6: Terms of Reference, Item No.3: Scope of the Services,
Specialist B.5: Enforcing the Right of Way Removal Process:
• Lead and coordinate all head office backup support and provide
technical and logistic support to the site as required.
• Along.lYlthJh.~cJlIim expert.willasslst the field team in setting
disputes
• Assist the RE in all contractual matters including resolution of
claims and diputes
Project • Liaise with the Employer in all matters relating to the
Coordinator implementation of the project
• Attend high level project progress and other meetings
• Organize and Monitor the performance of Consultant's project
staffs throughout the project implementation
• Monitor the quality control procedures are maintained by all
professional staff.

• Involve in the preparation of Consultant's Quality Assurance
Manual and Construction Supervision Manual.
Head-Office & • Perform technical auditing of the project semi-annual as well as
Technical Staff on completion of the project and prepare the corresponding
Team project Quality Assurance Report.
• Prepare Consultancy Completion Report.
Others as ~lliJ'e:d.

Inspect all Laboratory tests such as tests for course, filJ


material, Sand, aggregate tests, structural Foundations, Asphalt Take
recedes of all activities including daily progress of works, delays,

(NCB) rfCr.~re!lby the rpp.\

-.
~ .. Cf7t,,. ~: •••
.- ~;,~·I.f:,
'.


Part 2: Section 6. Terms of'Reference

romuv as required perform tests such as acceptance tests, performed


• Inspect all field tests
• Check and follow-up Contractor's laboratory results
• RE
• and Verify the accuracy of survey stations
• Review and verify the Establishment by the contractor of the
,- damaged, altered or missing survey control station,
• Review and verify all surveying activities
• Check contractors survey results of setting outs, lines, levels and
Surveyor cross sections and conduct joint constructioo surveying as required
• Check other survey results and accept or reject and recommend
improvements
• Record daily survey progress & data
• Check setting outs

• Material survey
• Follow up all activities on tbe site and keeping daily dairy of tho daily
activates including daiJy progress of works, delays, weather, personnel,
equipment -
• Jointly as required perform tesls !i.'e tests, material quality

• Carrymg out in -sits rests and monitoring tests conducted by lb.


Contractor
• Keep record of all tab or in-situ tests
• Perform assignments as per the direction of the other experts and submits
reports

• of drainage structure works including the quality
procedure of fonn works and false work erection, quality and dimension
of masonry works, superstructures, construction of anti-erosion works,
guideposts etc., placement of reinforcement steel, some tests sucb as
:-,
Structural slump test, mix ration etc.
Inspector • Reject on site the structural work if it does not comply witb the
speciation, drawing or the agree method of construction.
f • Follow up all activities on the site and keeping daily dairy of the daily
i activities inoluding daily progress of works, delays, weather, personnel,

• Inspection
Works • Inspection of'Pavement works including proper compaction and moisture
Inspector contents are being achieved
• Contractors faci
• Responsible of ex
• Inspect the Contractors working drawings
• Make Change to the drawings
Review and check as buill drawings

J.,
-Iolb - j )f
Port 2: Section 6. Terms or Reference

r
construction in to Road
Junior Highway
Geometry.
Engineer
r •
Junior Pavement • Assist exciting construction works in
IMaterial & • Assist in land slide, foundation, ground investigation and related
I'
Geotechn ical activities

• Assist in executing construction ,....orks in relation to
Junior Structural
drainage worts
Engineer

• management works

• Assist in Monitor the implementation of and Social
Junior
impacts mitigation measures
Environmentalist

5. .....ASSlGNMJI.-NTPERIOD
The duration ofllle Services is as stated In Part 3 Section 8 Speelal Condition of Contract
under CI311Se28.1.
During tbe defects liability period, when construction of the whole of the Works has been
substantially completed, the Consultant shall reduce the construction supervision staff
accordingly, subject to prior agreement with ERA. Staff mobilization and demobilization
plans are to form part of tho Consultant's Technical Proposal and related Financial Proposal.

7. FACll.ITIES, SERVICES AND RESOURCES TO BE PROVIDED BY PROCURING


E."'TITY
1. The Procuring Entity will avail to the Consultant free of charge all available documents
relevant to the project, including, drawings and specifications prepared by tho Design
Consultant

2. The Procuring Entity will provide liaison with other MinistriesIDeJ"lllments of the
Government in order to introduce the Consultant. Tho Consullnot shall be fully
responsible for collection of data and information from these agencies.

3. The Procuring Entity may assign staff (maximum of 2 at any ODe time) to the
Consultant for 011 the job training in the various aspects of the Consultant's duties,

8. LlAlSON WITn ERA

I :410(52

\ t
-LuI
\


------r-- _.., Y'--==_' .- .... "'_'l¥5~.._'..
"!.~"...

Port 2: Sectlon 6. Terms of Reference

facilitale monitoring of the services; the Consultant is nlso responsible fer the fonnal
minutes of such meetings.

9. ADDITIONAL RESPONSlBILlTIES OF nil: SUPPLIER


The permanent facilities sncb as housing, offices, laboratory, transportation, surveying
equipment and other facilities for the provision of tho services shall be transfer to the
Engineer which is being bandied by the existing consultant.

The Consultant shall cover its reimbursable expenses fOT the minimal inputS expected during
the defects liability period.

All billable staffs employed for the proVISIOIl of the service are required to reside
permanently on site and, during working bours, sball only leave site on official business.
Non. of'the Consultant's billable staff should reside in Addis Ababa Of elsewhere ofTsite.

The Consultant is advised to inspect the works bidding documents and the existing facilities
...mcb is found in work place while preparing his financial proposal regarding the site
facilitates, transport and other equipment to be provided to him by llIe works contract.
Anything 'hat is not covered b'y fhe works eontraa Is deemed 10 be included ill Ih.
financial proposal of the Consultant. (please rofer the works bidding document at ERA '8
Engineering Procurement Office).

ERA requires Ihal alI Dmsultantr (or each. member of Joint Venture) providing services
for ERA abide b'y BRA Code of Professional Conduct and Ethics, and tne Consultam «:

&JudiconfootHJw.tJt :fnsrdrmilIiiiQJ'~1hi!'EX'f Cod.:oj'-Pr,;f"fsltJl,/I} Condurt and


tL~j ....j ali(I tha: iJ .:111strictly follow Ihe articles of this Cede in the performance of the
SlaV/CO for this proJecL Th« Cede of Professional Conduct and Elhics, and ,he form ".1
which lire Consultant confirms lIS reading and understandillg of the cod« are attached as
ANiVEX-A of the Terms of Reference."

10. REPORTING

A brief description of the contents of these reports is presented as follows:

(i) Inception Report


The Consultant shall submit and present an inception report in copies as indicated
In the summary of reporting table below. The report shall outline tho Consultant's
initial findings and confirm the methodology and detailed work program proposed
for adoption in tbe light of the initial findings, while also identifYing constraints
and pmposed solutions, together with any action requited by ERA to facilitate tbe
successful implementation of the service.

(il) Design Review Report


l'he report shall outline the recommendation and appropriate changes if necessary
or modification on the design standards, design documents, topographic surveying
data with the ground condition, the alignment given by the Design and Build
Contractor.
110niMy Progress Reports:

,
\ r-
v
':t-l
'.

\

__ . ~::-~v._ ~--=

Par. Z: S... lon 6. Terms of Relereuee

Progress reports shall be prepared using BRA '5 standard report format to detail
progress against program in respect of ali project elements and hard out puts. All
monthly project correspondences shall be submitted in soft copy together with
,. monthly progteSSreports.

The report will cover the activities performed during the reporting period.
A suitable number of colour photographs with date imprint should be included
whicb. will illustrate progress and any difficulties encountered on the Site. These
-i will allow a permanent record of progress.
Note: Noh>ith,tanding the .ubmisslon of the monthly progress report II!
above, the Consultant u required to send to the Client, CWoday before tbe end
of each month, a progress summ • ..,. of tbe works supported by the s-curve,

(ivJ Quarterly Progress Reports:


These will be similar to the monthly reports but will be morc detailed and include
r , record photographs. They will be prepared by the Resident Engineer and give an
overview of the progress on within tho Projeot
A suitable number of colour photographs with date imprint should be included
which will illustrate progress and any difficulties eneounlfted on the Site. These
wiu allow a permanent record of progress, The quarterly progress report shall also
Include important information of the last month of the quartet so that submission of
8 separate monthly report will not be required for that specific month.

~Alj.lQt1- among othee-informatton nhall include an update or p.-oject cos!


estimate, keeping in view of variations, price escalations and Contractor's claim
entitlement for additional money.
(v) Annual Progtess Reports:
These reports will summarize the activities performed within a YCllT.Tee format of
this report is similar to that of the monthly report. The annual report sball also
include important information of the month June; thus, no monthly and quarterly
reports will be required during the month June and the 4~ quarter of any fiscal year.

(vi) 'Contrael Completion Report:


The Contract completion report shall include but not be limited to:
Executive sumnwy
Mobilization! Demobilization details
Description of Project
Project Implementation
Financial cost details together with a breakdown of lb. 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 lype,
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 tecbnicnl problems which may hove arisen
during the construction

- .\
I

~ )0) -


---=- - _---:-
_.

Partl: Section 6. Terms or Reference

Comments on Technical Specification and Conditions of Contract


Construction Records.
As-built drawings (AI size reproducible)
Assessment of counterpart training, if any
Conclusions
Details of Final Account, where possible

(viij Consultancy Completion Report


This report will be a comprehensive report-on Ibe consultancy services throughout
the Contract. It will describe the aims of the project and the achievements of Ibe
construction works. It will also give progress on the Final Account, whiob will be
appended. Finally, it will give details of the Consultant's visits 'and activities during
the maintenance period. The consultaucy completion report should contain
"lesson learnt" are part of the contract completion report, for such an
important item helps to improve current technical specifications as well as
other parts of the tender documents.
(viii) Consultant's Quality Assurance Malfual
., 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 wid, 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 ERA and will be .finalized following taking into
account l~.Je(!~!Scomment.
(ix) Construaion supervision Monua!
This manual shall at a minimum describe Ibe duties and responsibilities of each of
tile Consultant staff's, Ibe decision matrix and organizational structure of the firm
that the Consultant will follow for administration of tbe project tD all aspects of the
construction supervision service. As part of the supervision manual, the Consultant
shall prepare checklists for each activity of the supervision tearn. TIle content of the
manual shan be suggested by the Consultant for review by ERA and will be
finalized following' ERA's comment.

(x) Environmental Management Report


This report 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 proj;ress report any development with respect to
Bnvironmental and Social aspect of the project.

(xi) Special Reports


Part 2: Sttlion 6. Terms or Reference

• Engineer's detenninatioo on Contractors Claim;


• Engineer's proposal (0 expedite an unduly delayed project progress;
• Technical reports on the remedial measures and its effectiveness on slide,
.- Ilood-prone areas;
• Reperts on major design and specification change and tho consequence
thereto;
r • Analysis of Contractors' Value-Engineering proposal;
• Traffic and Axle load survey Updates and impact of future forecasts on
the d~sign; etc.

(.'Cii) Intermediat« Projea QualiJy Assurance Repon

The report shall outline tho findings, as a result of Project Quality Assurance
, ,. Inspection to be carried out at semi-annual (6 months) intervals; and hence, it is a
comprehensive quality assurancc report on the overall performance of the work
executed within the semi-annual period, by incorporating the listed issues (but not
limited to) those indicated in item No.3 (Scope of services). 3 (D): Intermediate
and Final Project Qua1iIy Assurance Inspection; and it shall state the necessary
proposals of amendments. rectifications, measures and recommendations intended
to be issued to the Contractor.

The report shaU also outline summary of previous intermediate quality assurance
inspection (if any) carried out for the project together with the findings.
recommendations and measures taken on the part of the project; as such, the report
_==="",_"",;;o;_~§j.lil!!a~I~!:i-~!S.,QQ,eyahll:te.-~~utcolllO· of actions taken in 1I'e prcc(.dill3 Intermediate
z: 3Ei2 QurJlI.l' A~surl!!c,>repcrts.

(xiii) Filial Project Qllality Assurance Report

The report shall outline the findings. as a result of Project Quality Assurance
Inspection to be carried out at completion of the project; and hence, it is a
comprehensive quality assurance report on the overall perfonnance of the project
witb contents/omlines at least similar to the Intermediate Qualily Assurance
Inspection Reports; and it shall state the necessary proposals of amendments.
rectifications, measures and recommendations intended to be issued to the
Contractor.
The report shall also outline summruy of all intermediate qualily assurance
inspection carried out for the project together with the findings, recommendations
and measures taken on the part of the project; 83 such, the report also evaluates the
outcome of ections taken in the Intermediate Qualily Assurance reports.

[xiv] Qllarfuly Repor: by Intermittent Key Slfiff

Tho repert shall outline the findings, as a result of the site ~isi~ the tasks
accomplished during the quarter, particularly in its area of expertise and assignment
defined/indicated in the Terms of Reference. addressing the issues whicb were
identified during the previous quarterly report. if any, and it ~hal1 state tile

*
~~#..
_.--::=:n::::cce,sary
proposals of amendments, rectifications, measures and recommendations
to be issued to the Contrnctor.
~}..~f"""'"
"t "-"
...
~\.
I),
:f!
, ,;
.....~.. - )O~'


- -... ",,,,__._ ....... ~

I'.rl Z: 8 ec 11006. Term'! of Referenee

The report shall also outline summary of previous quarterly report (if any) carried
out for tho project together with the findings, recommendations and measures taken
on the part of the project; as such, the report shall also evaluate the outcome of
,-
I
actions taken as an outcome of the preceding recommendation of tho quarter site
visit.

(xv) Project Status Record & Project Handing-Over Report


r-'

t~

Within one week of receipt


Inception Report 5 of the Client's comment!
one
Design Review months of Within one weeks of receipt
2 3 5
Report commencement of the of tho Client's comments

Monthly Progress
3

- -- year ofEthlupia (June),


Annual Progress after the beginning of
Reports 5 construction supervision
Md to 10th July of me

two
6 Completion 3 the completion of
construction

7 3

Consultant's With in two weeks of


8 Quality 3 5 receipt of the Client's
Assurance Manual comments

Consbuction Within two weeks of


9 Supervision 3 5 receipt of the Client's
Manual comments
Within two weeks
10 !'.Ianagement 3 5 receipt of the Client's

II Special Reports 5 whenever tho evert has


arisen

(Ycr,\ .1

{Co ~ -


-
1'nr 12: Secttou 6. Terms of Reference

I~':f
..~;" ';,.';:;i?:r~L~&:-i
. .~;:!±",:;" tr'iitft . :~,-'- ,:';-:;_
r-••• ::~,·,J;'jilI\U~"'~·""
ilN'" -~.:."lt'epot!r&i~x_ ~~ ~~~ ..;;:-~~nlmiOn~.'"'~~~.
,,-,~ ~
• -=-:-: -l>pcil l1I'lJ~ .:.. ...f: ~r
• ~SiITiml$SfollZ"~,"~r-
~::-~J)"tu~ii~~ .~~-...n· ~~*~:
.. -_.;.;~:;.:= I«ir -~~~"
r '
At every six (6) months Within two weeks of
Intermediate period (semi-annually); receipt of the Client's
12 Project Quality 3 not later than I week 5 comments
r " Assurance Report after each semi-annual
eeriod,
Final Project Within two months of Within two weeks of
f • 13 Quality Assurance 3 the completion of 5 receipt of'tbe Client's
Report construction comments
At every three (3) Within two weeks of
Quarterly Report months period receipt of the Client's
14 byEacb Key 3 (quarterly); not later 5 comments
Intermittent Staff than I weck I1ftereach
I quarter.
Project Swus Widlin Three (3) Within I Week of tho
Record & Project Weeks of tho Receipt of the Client's
15 1 1
Handing-Over Commencemcut of the Comment
R.ePOft Services

Note:

.- Tho-Ernployerneed two 'Wed'~ tilli<.l fJ( review of :Ile',Iraft l-epo"t ~ublr.irtcd by the
ColI.>uJtaut:.exrept for the design review report for which the Client needs three weeks of
review time

f\'.


Pa r t 2: Se.lloo 6. Terms 01 n.ttr ence

Annex-A
, . Ethiopian Roads Administration
Code of Professional Conduct and Etbics

Introduction

The Ethiopian Roads Administration (BRA) seeks to ensure that all professional firms and
r '
individuals, who provide services and works on i15 behalf, abide by a Code of Professional
Conduct and Ethics thal supports iIle aim of providing a high quality, safe and efficient road
network io tho interest of the public. ERA now expects all ERA staff and Profession8J Finns and
Individuals who carry out work On bebalf of ERA to uphold the Code with professional integrity
by adhering to this set of rules.

In straightforward language the rules can be stated as: ..


Do the ,ight thing. do tt th« right way and do it tu the right time.
Understand thejob 10 be done, and do a good job.
Be commttted, be creattve, and be proud ofwhat you do.
Too respo,.:,ibilily and c.ve at ail liI'lef tn .hing your job.

Article t: nespnnsibiHty '" Public, Society aod Profession

L) Act with iotegrity and have full regard to the public interest.
ii.) Act within the laws of the country.
iii.) Uphold the dignity, s1andiogand reputation of the professions involved.
iv.) Reject corruption in all fonn.s.
v.) Neither offer nor accept remuneration of any kind which, in perception, or in effect,
either seeks to influence the process of selection or compensation or seeks to affect
impartial judgmeots,
vi.) Recognize thaI tho lives and safety of the public and workers may be dependent on
T
professional judgments, actions, or lack of actions during the study, design or
implementation of a project, and take the necessary actions.

Article 2: R..,poosibility to ClientiEmployer

- ,'0" , -


'l'0,t2: Section 6. Terms ornerertnce

iii) Provide only those professionals with appropriate qualifications, skills and
competence and required to undertake the project
iv.) Provide services of. high quality that nrc technicalty correct, innovative, giving
value for money, and support the aims of the Client.
v.) Approve only those design documents thaI have been professionally reviewed and
are accepted 10be within prescribed engineering and professlonal standards,
vi.) Tnform the Client of any potential conflict of interest that might arise in the
performance of the project.
vii.) Identify, evalunte and where possible quantify risks.
viii.) Be impartial in the provision of professional advice, judgment or decision, and be
truthful in the evaluation of a project
ix.) Do not disclose confidential infonnation and commercial matters without the
specific consent of the Client/employer.
x.) Do Dot accept compensation from third parties in connection with work being
undertaken for the Client/employer, unless circumstances are disclosed and fully
agreed by all interested parties.
xi.) Be honest and transparent ot all times in the management, control end expenditure of
funds aJlocoted by the Client for a project.
xii.) Cooperate fully with any legitimate investigation or audit which makes inquiry into
the technical or financial administration of any services or worh contract,

ArIie1e 3: Responsibility (or Enrironmcnl

i.) Seck solutions that arc compatible with the principles of sustainable and safe
development.
ii.) l1nderstand tlte effects of Ibe work on society and the natural environment
iii) Be committed to impro,ing the environment and enhancing quality of life wherever
possible.
iv.) Promote the IISC of renewable and recycled materials with the least use of natural
•resources, wherever possible.

Article 4: Responsibility to Professionals

L) Promote the concept of selection by ability.


ii.) Ensure credit and validation for work is giveo to those to whom it is due.
iii.) Afford assistance and time for professional development with continued education
and training.
iv.) Neither carelessly nor intentionally do anything to injure the reputation of other
firms or individuals.
v.) N'either directly nor indirectly attempt to take the place of •.nether organization or
_"""=~",,,'iduaJ "no is ~Iready appointed for a specific work,
~'ttH~
* tho"'''''''' .. ",. "(
)> ,,.
~~$,\

j

Port 2: Section 6. Term$ of Refereace

vi.) Behave in accordance with appropriate professioml conduct, standards, ethics and
courtesy in the event of being asked to rcviewthe VIOrk of another.
vii.) Maintain knowledge and skills at levels consisent with developments in technology,
legislation and management

Article 5: Adherence aDd Dlsclcsure

-,
i.) All individuals and org.niZ1ltions that carry an serriees and works fOT ERA shall
undertake to abide by the ERA Code of Professional Conduct and Ethics.
ii.) All individuals within ERA shall undertake 10 abide by the ERA Code of
Professional Conduct and Ethics,
iii.) Disclose any violations of the ERA Code of Prefcssnnal Conduct and Ethics by any
other individual or organization. Disclosure of sny violations may be 10 any Director
within BRA, who shall bring it to the attention or Senior Management.
iv.) 10 the case of any disclosure or report about any individual or organiulion Dot
following this Code of Ethics, ERA will appoint an Ethics Board to investigate, and
where appropriate rccotrunend action or penalties,

f

Part 2: S..,Uon 6. Term.s or Reference

CODswtnnIXnmc: _

Consultancy Service for: _

Pr~..,tNome: _

PrnjecINo: _

We confirm that we have read and undcntood the BRA Code of Professional Conduct and
Ethics, and that we will strictly follow the articles of this Code in the performance of the
services for this project

Signed: .."....:'--_
Name: _

In the Capacity of: _

Duly authorized to sign the contract for and 00 behalf of: _

Dated on __ of 20_

'(t\: ":I t J... U111} !)! I,


J$i1k~ by: SV.

\
«-:
I
\

\ -'/1/-
I


Part Z: Seelloll 6. Termr or Reference

Consultaet Name: ....:. _

Consultancy Service ror: Con$trllclion Supervlslol!


..
Project Name: _

Pr~eetNo: _

VWe confirm that IIwc have read and understood tho ERA Codo ofProfessioual Conducr and
Ethjcs, nnd that Jlwc will strictly follow the articles of this Code in the performance of the
-I
services for this project.

Key stnffPo!ltlOD 00 Project Name Signature

.
.

Date:_, __ -' 20_

y\ \
\.---
\
, . ,
~ I 10- j

COIISll/{utICY Services for Continuation of Construction Supervision 0/
Bishoftu - Che/e Donsa • Sendafa Design and .Build Road Project Ethioplon Roads Admuustration

Appendix :\-2:
Consultant's Compliance of TOR

-_

WlE'!r"t ......_.. ~--


,(~
~4M~wer?~p=-~~
( ntrac rlOl 1;1' ,

rt!1-' 1

f WHITEKNIGHT Construction
Management Consultants Ptc.
:v,.K.e+ ~,)II+~hi'i1"n.~<TD'H-
t>')(ttl,:l-r)'11 :>!fT/MI"WOC
Addis Ababa
Ethiopia

Tel. +251-114-163-165
Fax +251-114-163-155
E-mail whltelmightcmcplc~maiL(ol

r 8. ToR Compliance Confirmation Form


Date 1.1._&""{"-l.<i- -'Lou.

Wo, tho undersigned, declare that: we have understood and fully accepted all the provisions of
tho Torms of Reference (ToR) of the project; i.e. Consultancy Services for the Continuation
01 ccnstrucuon Supervision of Bishoftu-Chefe Donsa-Sendafa Design and Build Road
ProJoet and the obhgatlons of the consultant in the performance of the contract; and hence, we
h,vo .grood to comply the ToR as a minimum requirement for execution of the service.

Signod

In the Capacity of: Ge r Mana er Whitekni ht Construction Mana ement Consultants

e!£.
Name: Maslin Teshome
,I
Duly authorized to sign the proposal for and on behalf of: Whiteknight Construction
Management Consultants Pic in Sub Consultancy with STriDE Consulting Engineers Pic

_, Dated on: 11" day 01August 2022


. /14-
\
J
Consultancy Services lor Conunuanon 0/ Construction Supervision 0/
Bi,hofiu. Chef. Donsa Sendafa Design and Build Road Projea Ethiopian Roads Administrauon

Appendix A-3:
Consultant's Methodology beyond minimum requirement of the TOR


Ic;1(.'(UIIC(,J1 r-fOPOS4J/' c.;OIlSUftiJIlCY S(.uv,ces lor tile Continuation 01 EthlOlNan Roads AdmlnJSlrotJOlf
ConstruettOO Supel1lisiorr of Bisho/lu-Chcfo Donsa-Sandala Destgll
and Build Road Project

Place and Dale: Addis Ababa, 11'" August 2022


Procurement Ref. No: S172JNCBJRFP/GOEJ2014EFY

i To: Ethiopian Roads Administration


Attn: Habtamu Tegegne, Director General of Ethiopian Roads Administration
Ras Abebe Aregay Stroot, Ethiopian Roads Administration Head Office
P.O.Box 1770,
Addis Ababa, Ethiopia
Form T3: Technical Approach and Methodology; Work Plan; Organization and Staffing

1. INTRODUCTION

We have carefully reviewed and understood the scopes and objectives of the services stated in
the ToR. In addition, as required by the Request for Proposals, we have signed and included in
this Technical Proposal, the compliance letter in which we agreed to comply with the minimum
requirement of the ToR as per Form 8 given under Section 4 of the RFP
r
I
2. TECHNICAL APPROACH AND METHODOLOGY
This section of the technical proposal briefly presents the Consultant's general approaches to
render the COnsultancy Services and achieve the requirements of the ToR. It shall be bear in
mind that the Consultant fully agrees with the requirements of the ToR and the
methodology proposed herein will mainly focus on the administrative and management
tools to be employed in the realization of the project objectives and scope of services
II given in the ToR.
2,1 Close and Effective Liaison, Communication and Collaboration between Respective
Parties
The Consultant will at all times aim to achieve an effective communication, collaboration and
..... bo!ft!!!'!!!!I1ii" rOPRrtlr,gJystem..i!l,\:~WJl..¥learJines of conrnueicatioa, whld:l is esscrtlal for effective rende,ira
" ,,"u --c:rt e 1I~",g:im'O:I(and foi' tile achievement of smooth project implementation and yet, It shall be
hnplomenled In full agreement with the Employee This shall be made by involving the Project
Countorpart Engineer, to be designated by the Employer, in the process of implementation of the
unlgnment from the beginning up 10 the completion of the project.
Tho Consultant will nominate a project coordinator at head office level in o~der to facilitate
coordination and to create regular interaction between the Employer. the Consultant's project
.Iulls and tho Contractor and hence, before the commencement of the assignment. the
Consultant shall establish a line of communication with the Employer. This shall be initiated
during kick-off meeting and shall be discussed to make sure that a proper understanding is
_. rooched between all stakeholders.
Moreover, a formal joinVprogress meeting shall be arranged by the Consultant at least once a
month to faca,tate monitoring of the services with the Employer and will take and prepare minutes
of such meeunqs and submit the same to the Employer, The Consultant's Resident Engineer will
be responsrble for the formal minutes of such meetings.

"=-

foehn""" PfOPO$3). ConsullMCY ServICeS (01 Ihe ContmuDIJOn of
ConstllJC/Ion Supetvision of BIsIIofIu-Che(e Oonsa·Senda(a Design
and Budd Road Project

r 2.2 Consultant's Organization for Design Review and Construction Supervision


r
The Consullant will pay due attention to ensure that there is strong organizational structure and
command of chain between the head office and Ihe project team members.
r- tnitially, the Consultant's team is selected based on their professional expertise and experience
I -
combined with a solid knowledge about road design and construction supervision and measures
VliII be taken to create dear and common understanding of the project objectives and scope of
service as weI as the Consullant's technical and administrative procedures both at project and
head office level in order to provide the required level of service and efficiently manage
resources. The target is to avoid any procedural drifts and bring about an absolute minimum of
error to the Services to be delivered.
The Resident Engineer will be in charge of the project and will represent the Consultant in
performing the services by working in dose cooperation with the stakeholders and will have
,- verified management abitity to carry out similar projects. Besides, he will provide management
t and technical assistance to the Employer as required. Furthermore, he wiD ensure that the
Consultant's services are implemented as per the requirements of the ToR and the methodology
agreed with the Employer.
2.3 Organlzod Administration and Management Methods
hnpltl/TIontatlon of an organized administration and management methods is vital for proper
oxocutlon of the consullancy services and for the success of the project. The Consultant's main
.110 I. thorefore to implement administration and management systems which will:
f • En.ure the quality of our services;
-;-J • E.tabllsh tho basis for management and supervision of the works;
I , • Organize and keep track of technical and financial project information.
r
,.___;Iioo;;........... ....; ....... tr:::h:!•. IL'\.Om.
com!l:!l.se~Ol!.oi:'iDg;_~
• Qu.lIly Auuranco Manual
• Con.tructlon Supervision Manual
• Project Management Information System (MIS)
TIlII con.ultoncy services will be managed according to the framework established in the Project
Mlnauomont System. This wlI result in a Quality Plan in which the general requirements of the
f ProJoct Munogement System are translated to match the needs of the project.
2.3.1 QUALITY ASSURANCE SYSTEMS AND PROCEDURES

Tho Consullant will institute a detailed quality control system to ensure adequate supervision and
follow·up of the construction activities at all limes. For this purpose, the ConsuHant will prepare a
Quality Assurance Systems and Procedures (Consultant's Quality Assurance Manual) for
controlling and mon~oring the project construction works detailing all quality control procedures,
design review procedures, lesting frequencies and acceptance criteria. These will assure the
review and acceptance of materials, equipment, contractor's work methodology and quality or
works.
The Quality Assurance Procedure Will include the following:





Techntcal Propos.' Consu/wlley Services for tho ContinuatIOn of EthlOptan ROadS Admlnlsttatioo
Construction SupelVlslon of Bishohu-Chefe Donsa-Sendafa Design
,-
r-
and Build Road Project

• Procedures lor dealing with substandard wor1<s. and their rejection. redifICation. etc;
• Procedures for dealing with non-compliance and for updating quality control system

r 2.3.2 CONSTRUCTION SUPERVISION MANUAL

The Construction Supervision Manual will establish a clear basis for the supervision team in
managing and supervising the Works. The manual will describe the supervision organization.
tasks and procedures both technically and financially. Furthermore. the manual will establish the
basis for the approach principle for effective communication. which also will include the
cooperation with the Employer.
F The wor1<lsubjeds to be supervised and checked will be summarized in a Supervision Plan.
which in general terms will comprise the following issues in order to check the quality of the
works:

• What and where to onsped


• How to inspecVmonitor
• Frequency of the inspection and when to inspect during the work process
• Acceptance criteria
• Documentation requirements.
In case of non-compliance of the works. the Consultant will consider and recommend to the
Employer remedial actions or rejection of the wor1<s. The Consultant will as well recommend
solutions to the Employer regarding disputes with the Contractor. and if necessary in seeking
Indopendent arbitratIOn.
Financial oontrol procedures to ensure effective financial management and control of the wor1<s
will bolncludod In the manual. The reporting. documentation and filing system to be set up will be
dncrlbod In the manual as weR.
2.3.3 PROJeCT MANAOEMENT INFORMATION SYSTEMS (MIS)

w-r-PtO:l'Q~to ~IisIr8'MmlagemefjrlfjfOrmatlon Syste-mfor a(!m;nI5t"'~!ion. rnenaqemerit and


monilorlng or ine Contract. The system will organize effectively the essential information related
10 tho lito supervision as well as the contract administration. All results of the quality control as
t Ipoclnod In the Suporvision Manual will thus be organized in the MIS.
Tho Conlracts administration. management and mon~oring will indude the folloy';ng components:
• Contract Summary. presenting detailed data of the contract
• Wall< Program and milestones
• Quality control o( wor1<sand materials
• Physical and Financial Progress
• Costs and Varialions
• Financial Management including payments
• Reports
The advantage of the MtS is to have one master database with all relevant project data in one
place in a logic structure. which is easy to overview and update and which is used a . ill!
reporting. The system will facilitate the mon~oring of the \'Ior1<s. I iii~*~"~
commencement of the services. the Consultant will launch the setting up of t in'-tIS 6M'e",~•.
make the systems available from the beginning of the services. I'
. ~
t::h ~';'
..
"',
2.4 Project Management ~i! ~ ~i
Ii' - i'
The Consultant will put its best efforts to apply knowledge and skills of its e t' J\'l u ~ ..
the desired quality of road; and hence, ensure that the (allowing mal ~~a 0 p oj "
management are adequately applied in our contract for the successful camp let ~he j ct. *
~'1) ~"b ."
2.4.1 PROJECT SCOPE MANAOEMENT ""'- -1/'oIE""·
>-:''"'' ••

...." t~kn;ght
Consultant. PLC In
Consulting Englnee


TechnICalP,opooal Consultancy ServICes 10f the Contlnuallon o(
Construction Supervision 01 8I$hoftu·Ch.f. Donsa-Sendafa DeSIgn
and Bw7dRoad Project

also the change in project scope would be controlled. In this regard, the Contractor's work
program will be evaluated for inclusion of all the works required and the definition of each activity
In the method statement complies with the scope of the project.

tn addition, based on the specific circumstances of the case, the Consultant shall review.
evaluate and make proper recommendations to re-define the project scope based on proposals
made either by the Employer or the Contractor in the form of variations to the work. quantity
increment or change orders with the intention to keep the project fit for purpose while minimizing
their contractual impact.
2.4.2 PROJECT TIME MANAGeMENT

This part of the project management ensures the timely completion of the project through
analyzing definition of all activities laid out In the project scope management. identifying activity
sequencing. estimating the number of work periods that will be needed to complete individual
activities. analyzing activity durations and resource requirements and finally ensuring the
Contractor's work schedule meets all the above requirements. This part also helps the
,. Consultant to control changes to the project schedule. The Consultant will ensure that proper
oxtensions of time for completion are granted to the Contractor, in close consultation and liaison
wilh Ihe Employer. based on an objective evaluation of specific evenls that may lead to EoT to
.
,r. mitigate avoidable cost daims by the Contractor such as acceleration costs.
2••. 3 PROJECT COST MANAGEMENT

Project cost management is one of the main core elements of the supervision services wherein
we ensure that the project cost is well managed to overcome any problem of project cash ftow
I •
during the life of the contract period. In this regard. the Consultant will look into the Contractor's
work program and activities III terms of resource planning, cost estimating for the resources
-I omployod on the work. and ensure if there IS a cost budgeting for individual activities thereby
, control changes to the project budget. The Consultant will timely and on quarterly basis update

t
,
tho P!.QJoctomounUo the Employee.
2.4.4 PROJfCT QUALITY MANAGEMENT

Ttli. part of tho project management helps the ConsuHant to ensure that the Contractor's project
m.tI.gomont satisfies the needs for which it would be undertaken. The Consultant will ascertain
thlt tho projoct quality management includes quality planning wherein identification of
appropriate quality standards is undertaken. quality assurance by which the Consultant evaluates
ovorall projoct performance and quality control by which monitoring specific project results to
dotormlne If they comply with relevant quality standards. The Consuftant Villi monilor the
Contractor to ensure that the Contractor's Ouality Control Plan (QCP) is implemented in the
project as per the intentions of the works contract using the Consultant's Quality Assurance
Munual (QAM) which will be specifically prepared for the particular project.
2.4.5 PROJECT COMMUNICATION MANAGEMENT

A.,q 2022

./
'( .,
,


Construcuon SuperVISIOn 01 Bis/Joflu-Chele Donsa-Sendala DeSign
and Build Road Project

r
i consultation with the Contractor and Employer with the ultimate goal of minimizing/avoiding
impact on project.
The Identification of Project risks shall focus on the following main issues:
r
• Design related risks: include defective design, deficiencies in drawings and specifications,
drawings and documents are not issued on time, poor definiticn of scope of work, change of
design required by the Employer, employer's unreasonably imposed tight schedule, lack or
r departure of qualified design personnel and poor cost estimate
r-
• Construction related risks: include poor quality of work, accident in oonstruction, failure to
identify defects, inadequate management and planning, feasibility of construction method,
poor ooordination, incompetence of contractor, delays in approvals, delays in obtaining site
access and right of way, lack or departure of qualified construction personnel, unpredicted
technical problems in construction, unforeseen site oonditions, material quality, low
productivity of labor, low productivity of equipment. employer's intervention and in appropriate
organizational interface
• Legal and contract related risks: include claims and disputes, conflicts in documents,
employer's breach of contracts and disputes, contractor's breach of contracts and disputes,
,. delays in resolving contractual issues and disputes, stakeholders disputes, labour strikes and
disputes and customs and duty problems
• Financial related risks: include availability of funds, cash flow problem, employer's delayed
, payment to contractors, inflation, exchange rate fluctuation, shortage in foreign currency
,I
• Phy.'cal, Natural, Operation and Environment related risks: include unexpected inclement
weather: earthquake, landslide and flood; loss or damage by fire; ecological damage and
pollution
,I
I Once the risks of the project have been identified and analyzed appropriate risk response
Itrutcgy must be adopted in order to take the necessary steps to minimize the negative effects of
rllk on project objectives. Risk response is an action or a series of actions designed to deal with
,\ tho presence of risk, There are four strategies typically used for addressing risks including;
• Risk Rotontlon: it involves activities used to absorb the effect of risk. Risks that have no
• 312hi:~;a:H ~ftecFclf'!-a-a"(b" re~~titive .::ar. be er.ecJvcty II !ana~ed lh;ough retaining the
responsibility by the owner of the project.
• Risk Avoidance: it involves activities to avoid the impact of risk on the project objectives. This
can be achieved through activities including using suitable procurement option, change the
, r method of execution and etc.
• Risk Transfer: rt involves shifting the responsibility to respond for risk to another party who is
in the better position to deal with it. Risk transfer is not aimed to eliminate or reduce risk. If
more risk is allocated to the Contractor, the greater the project cost as inflated amount of
contingency budgeted for risk response. Thus, transferring all the project risk to other party is
not eoonomical.
• Risk Mitigation: it involves the activities used to reduce the probability or impact of the risk.
Risk reduction can be achieved through taking proactive action to reduce the negative effects
of risk. The process of risk reduction should be oontinuous from early stage of the project to
completion.
2.4.7 ESTABLISHING RECORDING AND SITE MEETING PROCEDURES

The coosuiiafitwm-establish an
al~inclusive record keeping system in accordance with the Site
Recording System to contain all inspection reports, correspondence, site instructions, quantity
calculations, payment records, progress reports and other documents. The RE will establish a
regular reporting procedure so that continuous record is kept of project events and actions.
Details regarding quantities, as - built plan changes, modification in construction procedures and
staff assignments will be made promptly. The supervisory staff will keep d I . .. s of daily
events on site and these will be availablf!~i[1 the case of claims fr ttre~cAAtOiC
~ 1."1, ~~t ¥,
t'1t! ce r- '1')"1 ~ ,_\: ,
~~ , \ ~ ~
* -~

~}\..:t-"k.P~~t,
}:>_'!,.
~ ~
~~
~.,)
~~
"ft"

.~ g.2022 of 5

t,,\-
\. 'I


ConsultanC)' Services for C(}lIltnut.lllOIl of C011SlTUCtion Supervision 0/
B'sJ:o/tu - Che[e Donsa- ~ndafa [Nsign and Build Road Project Ethiopian RO(kis Administranon

.-

Appendix A-4:
Activity Schedule of the consultant


Technical Proposal: Consultancy ServICes for the Continuation of Ethiopian Roeos Admmistration
Construction Supervision of Bishoftu-Chefe Donsa-Sendafa Design
and Build Road Project

"
i.

("
r'

e-,
I '

r: ,
Ii

o
_-...
:..
! ••
WORKPLAN
I -

VVhitekmght,
Consultants'
STrtDE Cons

\\


r:
I
Technical ProposaL' Consultancy Services for the Continuation of Ethiopian Roads AdministratIOn
construcuoo Supervision of Bishoftu-Chefe Donsa-Sendafa Design and
Build Road Projecr

1. WORK PLAN

1.1 GENERAL

A tentative work plan is prepared for the project based on the total envisaged time and
interdependence of the major tasks as well as the subtasks. It should, however, be understood
that the actual schedule of the construction supervision service is highly dependent on the
Contractor's actual progress and circumstances that may have arisen during the actual
implementation of the contract on the project site.

Hence, the work plan presented for this service is more of tentative due to numerous external
linked tasks which are beyond the capacity of the Consultant to control. However, some of the
activities to be carried out by the Consultants including review of the contract documents, progress
and cost control reporting, design reviews and other routine supervision activities will be conducted
as per the schedule enclosed in this proposal.

Assuming that the baseline plan is as to the envisaged mobilization and construction period, the
Consultant has developed a detailed tentative plan for the project based on the "Approach and
Methodology" presented in previous sections and the terms of reference of this technical proposal.
, 1
The baseline plan prepared in such a way will form a tentative basis for the consultancy services
"
and will be updated/refined or modified as appropriate in the Inception Report. During
implementation stage too, the Consultant will continuously update the baseline work program.
,I
I,
1.2 MAJOR ACTIVITY CATEGORIES OF THE PROJECT

L,'\S r.~aicare:fin 1M terms of reference, Ine maio activity categories of tho project are considered to
, i . be:
}> General and project management activities: which start from the commencement date
and extend up to the end of the project
}> Project initiation and Consultant's mobilization activities
);> Review of previous consultant Design review and construction supervision
activities
);> Taking over of documents from the previous consultant and review of previous
IPC's and progress reports activities
» Design review/approval activities
» Main Construction stage activities: which comprise the supervisory tasks of the
consultancy services
);> Defects Liability Period Activities

1.3 PROPOSED ACTIVITY SCHEDULE AND SCHEDULE OF REPORTS

The proposed activity schedule and associated schedule of reports is given in the following page.

Page 1 of 1


.

.._- - .. - - - . ..
~ --
. I
, t 'T
- r
i
!
' I I I I I I I 00

I' I I I I I 11 I o 0- -- I
II • I I I I 111 o 0 j,
I I!
,
,I
I I I I I I I I 00 !

, I •I I I I r o. --- ,I
I
- ,- -

i

II o. ,
!
,,
I I I I
II II
, ;! I'
I
I
o.
I" I I I I I
I I I I I I I I t .- • - -- "'1~* .

II ""
l I I I 00 , l! I
1111 I I I I

· ...
• 0
I
.~
'I ",rrrn I
!I !
I I 111
t~
I I t I o.

I! ',,,
I l , I I I I I

I 1"
'"' I I
, , I I
00

·.
• 0
-- - -- .
I I I I I I I I 00
Ii!;

,
;
I II I II I I r o. - r l-
I
!.
;
I ,I f I I I o •
I
I I I I I I I I I

I I II 1'1 I
••
· .- - --
I,

I
I'
I I I 1 I I I I
-
I I I I I I J I
-
.0

"-
I- I- I~ I
- - -- - .~ I f

, I
:~II
•. I·-----,--r ....----.-!.-~I'
, , I~

..._------ --~ I

I
I I
I i.' I
--.-----, I -~
~

oj-~'"'-"-~--=-=--~-- _ 1_------'
I I

.1
--41- a~
• -
I!
.
I
- - . - .- - - -- _" '-
, JIll tI tl nJ:::>l£lllmlH .. ; 0 ti H1llll:n'.o' "UIID f.J ~ ,;
;i~~;:~::~;~~~:§t;!§;~:&~_c,_;;~~~~~:·~::_
.4s_- ..... ~ .. - ......... _ ...... _e.~I0. __ .... - .. ~~a."' ....... __ .. c ••....~:.:~ ::;;~~~!.
.....e __ .. .: •• c._ •• :........ __ ..... _: :c:.: ;S~~

itI'iri~tirfirlirflrllirIlltf'!llrJJl~!lrltfJfli!51¥t{(r~llfflr'~lf~11 If I
I { iiI I It fJ ~ 11111 I IiiHfJtnHlllllii!Hi~iPdlh I
:' { f J J If I If
i UhlhP'I!!II~dl'Hliifi UIU ".!{
1 JI[i f (t ~' f Iiii HII
fll I
I ~1I1 (i[lff
hU'.
d II
f• 1J! ' J!I'I i
• •
f ,~ l" I
t '.

I


I
• ..
II 11111
a , ••• !!;fHff!f .• d i H iHh if if '1,
i jlili.W1JiiililiiiiH"·i'''n II,
·~~~~~~-·= ..-r-I·~j-.-~ - _.... -~, _ ...... .i II
_1 j). 1 , . ·1 III I I;

II I. , ,
-'~I·r.
1
!I I I ,
f '-
1 ... , .. " .•" I .JJ I I I I,

-, I I I~~

,,
I I I I ,I

I I I I;
I ..
:

., ,. ., , , ;1
,,
I II ~!

.J I f _ ...... --,-- I. I': '"


·1 , ,
I "'-_---_ ... - ......- 1------_ · .... ~. ! ,'"
I ,

-~l -·~rl· _ , •r- rr,,_..- '. I'l-I' f r I I;

lJ!-11
, I I I

, I I I

..1............. '---

,,
·,
·· , ,

-,--"'-1"'1:--

,,


COTlsultUTlC)' Services lor Continuation O/COI1$ITHCtlOII Supervtsion of
Bishofiu Ch«e Donsa- S.ndafa Design and Build Road P,ojcc/ Ethiopian RO(1ds Admimstration

Appendix B:
Reporting Requirements/Deliverables
[Please Refer Item No. 10 of the TOR]

'"UW=-;-;S>!C''' - .c' \

,.)v
\
\

Consultancy Services for Continuauon of Construction Supervision of
Bishofiu - Chefe Donsa - Sendafa Design all((Build Road Project Ethiopian Roads Administration

Appendix C;
Key Personnel

"':
« '~ \

l'l "i
J)_
I v-cr:


Consultancy Services for Continuation of Construction Supervision 0/
Bishoftu - Chefe Donsa - Sendafa Design and Build Road Project Ethiopian Roads Administration

r:

Appendix Cl:
Team-Coraposition and='"Gask Assignments
Technical Proposal Consultancy ServICeS for the Continuation of EthIOpIan Roads Admmlstral.on
Construction Supervision of Blshoftu·Chefe Donsa·Sendafa DeSign
and Build Road Project

r:

J •

,.

".
" _ ...,-: ORGANIZATION
~ AND STAFFING
" .'. _. . ~ '! ..;, . - ~, . I

Whltekni ugust2022
Consul
STriDE

...,\
\
I "'- '
\
\ '

Technical Proposal. Consultancy Servces for the Continuation of Ethiopian Roads
r Construction Supervision of Bishoftu-C/lefe Donsa-Sendafa Design Administration
and Build Road Project

1. PROJECT ORGANIZATION AND STAFFING

1.1 GENERAL
r; The Consultant has given appropriate attention for the proper organization and starting of the
project as this has perhaps the most important impact on the successful accomplishment of any
project. This consists of devising a suitable project organization scheme as well as assigning the
r: field team required to do the necessary tasks in the most efficient manner. This section of the
proposal presents the project organization and staffing.

1.2 PROJECT MANAGEMENT ORGANIZATION

In order to effectively address the requirements of this specific project, a Project Management
Organization is proposed to include major components consisting of:
,: o The field based Main project team consisting of the engineers, technicians and field support
staff directed by and reporting to the RE.
r I
o The project management that is responsible for the overall contract management and
administration. The head office project Coordinator and the Resident Engineer will be in
charge of this task.
• Quality Assurance/Quality Control Team that is responsible for preparing QA plan and QC
guidelines to be issued to the supervisory personnel of the Consultant. The QA Panel will be
organized and lead by the QA Officer.
I I • The Head Office Support Unit which is responsible for providing the technical as well as
logistics supports shall support the field team. The HO Support will be organized and led by
the oroject Director/coordinator.

After a careful review of the scopes of the Works in the Terms of Reference and actual field
review of the project components; all the above elements are defined to include the project staff
which we feel are appropriate for the successful completion of the project in a cost effective
manner.

We therefore strongly believe that the proposed organization represents an optimum staffing.
However, the numbers and specialties of the proposed individuals can be quickly modified to
respond 10 the project requirement if requested by the Employer during negotiations or at latter
stages.

The proposed project organization is presented in the following charts.

October2021

'; \,,
i

t "
I
" \
f =-,~ \ ,,..],...__..
-~ '-' \

\\

TedrlJaJl Proposal Consultancy Services for the ContinuatIOn of EthIOpian Roads AdministratIOn
Construction Supervision of Bisholtu·Chele ooose-senaete Dosign
and Build Road Project

1 .2.1 THE MAIN SUPERVISORY TEAM

The main project personnel are composed of professionals and sub professionals from the
Consultant to make best use of the available resources of the firm. In selection of the staff, the
i. Consultant has given due attention to the availability of staffs/current engagements.

1.2.2 PROJECT MANAGEMENT

I~ The basis for forming an appropriate project management system will be to clearly define lines of
communication and appropriate checking and reporting of each project elemenl Hence, the project
management organization shall be set up in such a way that the project team can access the
combi ned resources of the member firms of the association formed for the execution of the services.

The management of the project team shall be the responsibility of the Resident Engineer and all the
r individual team members are required to report to him. He shall offer a single point of contact to the
1 •
Employer and is accountable for the technical, quality, budget and schedule performance of the
project. The RE shall be provided with overall supervision and assistance from the Head Offices.
,' The H0 coordinator ensures that all logistics and head office backstopping support is provided to the
filed leam in an efficient manner during all the phases of the Contract.

1.2.3 QUAUTYCONTROL TEAM

The aim of QAfQC for the project is to make sure that a consistent and standardized system is
adopted by the project team so as to cover all project elements with appropriate personnel and
suitable procedures. The team will issue QA system and OC guidelines to the field staff.

A'Til'ng the ISSlie'" ;0 In covered U,IIJC' [j.e QA plan \I.ill incluot! devising suitable procedures for
IlspectlOn by the field personnel, checking by supervisors, reporting, approval or rejection by the
Resident Engineer and record keeping.

Th e team will be formally established just after the award of the consultancy contract. The team will
consist of project personnel and head offioe support staff.

1.2.4 HEADOFFICE SUPPORT

The Head Office (HO) support consists of the technical as well as the logistics backstopping support
to the field team as presented hereunder.

1.2A.t Technical Support

The basis of the technical support from the head office will be based on the request from the
Resident Engineer and the normal supervisory activities of the firms. The head office technical
support unit will at least consist of Project coordinator, OAfOC team leader and Contract Engineer.

These staffs will always be available to assist the field personnel and will visit the site as requested
by the Resident Engineer Wherever additional expertise is required to solve outstanding problems,
the HO will provide such experts.


Technteal Proposal' Consultancy Se/'llJCeS for the Contmuetlon of EthIOpian Roads AdmmJScratJon
r-
Construcbon SUpeMSJO(I of Bishoflu-Chefe Donsa-Sendafa DeSJgn
and Budd Road Project

I • 1.2.4.2 Logistics Support


r~
Logistics support will also be provided to the field team timely and efficiently so that issue of logistics
.. will never be a drawback to any activity of the team .

1.3 TEAM COMPOSITION AND RESPECTIVE TASKS ASSIGNED

The Consultant accepts the detailed task assignments of the supervisory team given in section 5.7
of the ToR; hence, we will only present the project team composition as per the format given in the
RFP.

r Name Firm Area of Expertise Position


Key Personnel
r: Mesfin Besintu WKCMCPLC Civil Engineering I Resident Engineer
Construction Project
Management
Tsegaye GlMichael STriDE Civil Engineering I Deputy Resident
Construction Project Engineer

..
, I

Asfaw Dessie STriDE


- -
Management
Soils I Pavement
- Geote<:hnical
-
I Senior PavemenU
Materials Engineer
-• Engineering
TIrusewTaye WKCMCPLC Structural Engineering Senior Structural
Engir~ael'
:---.
To be named WKCMC PLC Soils I Pavement I Geotechnical
Geotechnical Engineer
r» Engineering
Thomas Melese STriDE Highway Engineering Highway Engineer
Aklilebirhan Mamo WKCMCPLC Quantity Surveying and Quantity Surveyor
Cost Estimation
Daniel Mihret STriDE Surveying Senior Surveyor
Rekik Belete WKCMCPLC Claims Handling I Claims Expert
Contracts Preparation
and Management
To be named WKCMCPLC Environmental impact Environmentalist
assessment and
management
To be named STriDE Hydrology, Hydraulic Hydrologist I
Engineering Hydraulic Engineer
To be named WKCMCPLC Civil Engineering I Road Safety and
Hrghway Engineenng Safety Audits

;; '* ~~ ::-;-,~
t""'~".t,
..,' 't ;f;.....
:-.~ _ ,'<..
Sp._ecialist

mtnl.~

,:_~/ '-t\\ ..
J•

>I- ~)

:.~ ;;'i
-s ~ ~~ ~ ,.'~
f{

7\1s, i -c£
-;....• .\I ::r::~~" tj'age 5 S
"lhltek~'(i"~structJo~
Consult '¢~ In S~b (9I\SU
l.lana3er ~
lancy ,

~
~~2
.. ~ .. ~~_.
-< '
0'

STriD ~n It'w~;;').er9;.}C ~ '~~''''~ - .• (0 "t" \,.l'" ~ 't r


• ~ 0 I t i'"\ ~ 'I 'ftT'h~.ollb'f ~ .. t .
/'
' lJov.:.
,~:"

.
,,..
\
•.; I".
~05).
"'rr",,"
. \- \
\
Tech",,,,,, Propos.': Consultancy services for the Contmuation of Ethiopinn Roads AdministratIOn
,.. Construction SupefVJslon of Bishonu-Chofe Donsa-Sendafa Desrgn
and BUIld Road Project

I Name Firm Area of Expertise Position


r To be named WKCMC PLC Sociology Right of Way
Management
I" Specialist
r Technicians, Draftsperson and Secretary (support staff)
To be named WKCMCPLC Material sampling, Soil Laboratory
inspection and testing Technicians (2)
To be named STriDE Material sampling, Material Inspector
inspection and testing
r'
r To be named STriDE Structural inspection Structural Inspector
To be named WKCMC PLC Computer aided design, Draftsperson
T drafting and estimation of
I' quantities
To be named WKCMC PLC Inspection of works Inspector of Works
,...
(2)
[ '
To be named WKCMC PLC Surveying Surveyors (2)
To be named WKCMCPLC Office Management and Secretary
Clerical Assistance

- Junior Assistant
To be named
Staffs
STriDE

-
..
Civil Engineering

----_ .. _-._---
Junior
Enginper
--_. --,-
Highway

r,J" ~e nn'lBG --,;:~~ s-rrIQ::: e.'


-'. Ci:;:i LnJ;:1t.",rjlg Junior Pavement I
Material Engineer
To be named WKCMCPLC Civil Engineering Junior Structural
Engi:1eer ••
- ..~
To be named W'<.CMC PLC Civil Engineering Junlol Claim Expert
~~
To be named WKCMC PLC Civil Engineering Junior
Environmentalist
Head Offlce Support
To be named WKCMC PLCf Civil Engineering Project Coordinator
STriDE
To be named WKCMC PLCI Civil Engineering Head-Office &
STriDE Technical Staff

1.4 STAFFING SCHEDULE

The proposed staffing schedule, prepared in conformity with the ToR and the activity schedule, is
given in the following page

Page 6 016


Consuluincy Services [or Comtmuuion of Construction Supervision of
BishoJlu - Chef. Donsa - Sendafo Design lind Build Road Project Ethiopian Roads Admlnistration

,.

,'

Append.x C 2:
Manning Schedule of the consultant

...~.
-;."'.
...
!
*


~
)
G
••
~
· ·
",,~.
I~ ~
I I
. ~ .. ~
.-r
r-
~
~
?'
" §
! :<
"~
I

I · ..
I

l~
.,~
~\

.~
I

· .
• . . .. .
..... .

I
.~ I

~

s_ I
· • · .
i
J. aII
i · .. . . . . .. .
11 i
•• f
il j
'.-i~
r:
) .
!I
i1
,- il
"

3i
· · . ... .. . I. .. .
[
!I .. · · : . ·. .. .. ..
.i t
~I
i · . . . - !J~
....
• !

10, _ -!I
. .. ,
-:
or
i
$-
f-~I - ; ... · "'" ·
"".. '
.
,
. .. .
i
"._, ..
"

I
~
~ &!I : J
I _." ~ i
:1
il .. · , .. · . .. .. . , ..
~II
~
)i
& •
" ..
! ;
, •
5 S

f J t• J f It
I

L f J I •
Q
;; ~ J •t f f ~
~ ~

I I
f I

...... _ N

,.
- --
~ !:! ~ ~
'""_ .,


.r I
- , ,. I
I
I
I
L .. I _ • _. . , . .' }I
I I I

I I I

I I I

I I I
.. _. .- . .. ' ..
I I I I I
ii
_i _ .., .... - .I I. I - I I_ .1' .L
i
ai I I I I I
_i
I I I ... -
. - .
[ , i S I I
'"7. .
= I~J~'.
t
" .
asi
. _!_ -+-"'!-'''-f''"'1r- I-
11J.~J...Ola"':"~+-'~IH-
- I 1..1.
I I I
..
f-. - f

I
I

I
L

I '}, I I I I I

8:l_ ....
e- 11_ -
~~~_.~ __=.=..~~j.~I~.J~~=._~.~.~_~~L~.~.~.~I.==.~L
- - .
..
~
,
I ,
1 ,

j,
I I
;
~ . I f
. ..
.-. . .. • m _


.. Consultancy Services for Continuation of Construction Supervision oj
Btsbofu: Ch~/e DoIISG - Senda/<, Design and Build Road Project Ethiopian Roads .fdminl.$tr(I"on

r •

r •

Appendix C 3:
CU;VirllJI).IJl, 'Li!~.e.{G¥)~}' D.~' ~geth(.'r "'''''ith,;gn~d De-darati'On
- of Interest (DOl)
[CV's together with the DOls ofthe key personnel considered for bid proposal evaluation
attached herewith; CV's and DOIs of remaining personnel named in the TOR are to be
submitted later during Implementation of the contract]


Consulumcy Services for Continuation 0/ Construction Supervtslon 0/
Bishofiu - C"cft Donsa - Sendofa Design and Build Road Project Ethiopian Roads Admintstrtuion

,,

Resident Engineer

~ .. "


Curriculum "it~e

Curriculum Vitae

1. Proposed Position : Resident Engineer

2. Name ofFi~m :Wbitoknighl Construction Menagtment Consultarus Pic

3. Nilllle ofSmfT : Nahom \Veld~y Tekley

4. Date of Birth : April 1984 G.C N.lionnliry : Ethiopian

5. Education B.Sc. degree in Hydraulic Engineering. Arba Minch University, Jul)


200S.
M3s!ers ofEllgineeting in Cooslruction Engineering and Manallement,
Jimma Universiry (M.SC), June 20 I 6
6. Relanon 'Rilb tbe firm: Permanent Employee of the finn starting from June 2020
7. Membership of Professional A~ociQ!ion$:

1 8. Other !minloe • Efficient in using all Microsoft packages (Ms.Wom. i'<1s·E:.:cel


eic)
9. Countries of Work El:peritncl': Ethiopia

10. Language Speaking Rc"diol:' Writ!~~


Amharic f'(cell~; Ex~JI~llt fu.cellent
Eng,Usb UceIlUtt ___ ..~~I!.!~ilt. -c.a"cdl..,t-----

n. Current Employriieo1'Record' with iitk-


>- None

12. Employment Record:

Year : June 22, 2020 - Nov 30, 2022


.Emplorer : 9,'biteJ,nigh! Coos!rudion p.~ement Consultants Pic
Position Held : Deputy Resident I3ngineetlResident Engineer

Year (february 2, 2018 - October'26., 201&


Employer : Kibrom Telc,leGeneral Contractor
Position Held : Project M3I1get

Year : April 12 2016 - June (>6. 2017


J

Employer . Cross- Land Constr'~ ",n 1'1"


Pu.ition Held : Projeci Manger

Year ')uiyI3,2()lj-Jm022016
Employer . D~ IC Construction Pic
~~

~,--~
. \}.
..... \
\\ \

l'osition Hclt! : Project :'>Ianger

y ear : June z l, 2014-luly 12,2015


r- Employer : DMC Construction Pic
Position acid : Project Manger

Year : Apr 01,2013 -June, 2014


Employer : Dynamic Planners Pvt. Ltd, Co
Position Held : Resident Engineer/Project Ccordinator

Year : June 19, 2012 - M2Y. 24,2013


Employer : Cross-Land Construction Pic
Pcsition Held : Project Manager

Year : Nov 01,2010 - June. 12,2012


Employer : DMC Construction P.L,C
Position Held : Project Manager

Year : Mar, 26,2009 - Oct 14,2009


Employer : Keangnarn Enterprises Ltd
Position ncld : Design and Quantity Surveyor

: \pr. C3, IOJ6 - .\Iar. 14,"lOO9


Employer : Salini Costruttori S.P,A
Position Held : Quality Control Engincer/Tecbnical Office Engineer

leo< : Oct, O~,2005 - Apr. 02, 2006


Employer : Bahir Dar Coasuucrioa Technology
Position Held : Instructor

13. Detailed Tasks Assigned 14, Undertnkea that Best Illustrates Capability to
Handle lite Tasks Assigned:

» Lead/Manage the overall Name of Assignmenl or Project: Construction Works of


construction supervision task at Merewa-Somodo-Seke and Somodo-Limu Junction Spur
the slte level Road Project
>- Act as the Engineer's 1'Mr: 23 September 2022- 30 November 2022
reprcscntauve on site Lccation: Eth;opi:
» Carry on ell duties und J.. mploycr: \\'j,ite!.Jlight Constructio-i fi.la·1~6eltlcllt
responsibilities of [h~ Resident
Er.gineer; Engineer's
reurcsentetive t!'.t sf ell b-.:
d~fin~d under tl ,. \\OIl\S contract
"
r ;'-:1
L' ••. .'~.). '

\, ""'0..

.....

Cur rieul.rm "itnt
--.------
,...hh:;h includes inspection, task nt the site level
checking, approval. rcp:lnin:: > ACt as th.: Engineer's representative on site
and record keeping procedures » Carr> on all duties and responsibilities of the
y Oversee the works of the site Resident E"gineer/E:ngineer's representative that
superv isory personnel shall be defined under the works controet
> Prepare proposals in relation » Deline tasks and respons ibilities for the senior lind
with technical and ccnrrectual junior staffs, which includes inspection, checking,
matters for the Employer's approval, reporting and record keeping procedures
consent }> 0, ersee the works of'rhe site supervisory personnel
:> Monitor and evaluate progress j> Prepare proposals in relation with technical and
of'the Works, contractor'S Work contractual matters for the Employer's couscnt
program, Contractor's » Monitor and evaluate progress of the Works,
equipment & manpower coniractcrs Work program, Contractor's equipment
schedules & manpower schedules
)> Monitor safely and environment » Monitor safety and environment issues
issues ,. Prepare monthly and quarterly progress reports as
~ Prepare monthly and quarterly defined in the service contract
progress reports as defined in » Review and approve contractor's advance, interim
the service contract and final paymem certificates
> Review and approve ;.. Approve or reject contractor's work measurements
contractor's advance, interim as per Ihe requirements of the Works Contract
and final payment certificates » Arrange weekly meetings within the Consultants
}> Approve or reject contractor's team as well as month Iy meetings between the
work measurements as per the Contractor, the Consultant and ERA's j
requirements of the Work. representative»
/' R..;,,'r.i sue mee.rngs .ninutes and prepare the
> Arrange weekly meetings \\ ithin monthly bile meeting report fl
lhe Consultants team a; well as ;. Liaison \\ ith the Employer
monthly meetings between the
Contractor, the Consultant Md
).> Liaison with tb~ local adm lnistrative authcrines and
stakeholders L I representing the Employer
Ii
.I
I
eRA's representatives ).> Preparing and issuing variation orders in accordance
;. Record site meetings minutes with the procedures of the works contract
and prepare the monthly site }> Handling time nod cost claim issues
meeting report » Handling correspondences
»
:> Liaison with the Employer
:> Liaison
administrative
with the local
authorities and
stakehclders by representing the
»
Prepare monthly anti final consuluncy fees
Prepare QC!QA plan in line with the consultants
com!,,,"y standards nod requirements of the project
service contract
I 1
>

1
Employer Facilitate/deal with ROW issues
j> Preparing nnd issuing variation ';:. Perform periodic inspection during defects liabiliry :
orders in accordance with the period and joint inspection and certification at
procedures ofthe works contract completion I
, Handling time and cost claim :> Prepare [i1l::1 8CCOUt.l and recommend tlJ the:
Employer
:;. I) I ' • • •
repcre '.I-! .,:",.l..s:rLCt'O:1 ~l.;y~. ~JSJ -n CO:-;'s:l&I~(;y
service completion report
"" Review "1n--J comment contr "t~r:l nia.,t~;-J 'w'.-i!.. d
nnd ~llppieln~nt;try p 'O;r;Hr.'S:.13well C3 ~~:15t,,'"t!'::t~n I
n·~th .:$ !
-"l_:- --
.-,I


. . _N.:~~J~ ..y

r- ;. Fccilitatc/dcal with R.OW jS5U~S I /II:un. or


Asslgumcn! Or Project: Constraction Works of
» Per!orm periodic. inspection I Merewa-Scmodo-Seka and Somodo-Limu Junction Spur I
during defects liability period Road Project
and joint inspection and Year: June 22, 2020 _23rJ September 2022
certification at completion Location: Ethiopia
» Prepare final account and .Employer: Whiteknight Construction l\brulgement
recommend to the Employer Consultants Pic
1 •
» Prepare the construction
supervision consultaney service Main Project Features: Construction Supervision
Position Held: Deputy Resident engineer
completion report
A<l;yWe. Performed:
1 • }> Review and comment
contractors master, revised and • Assists the RE for the tasks assigned to him and
supplementary programs as well delegated for RE during his absence from the project
as construction methods
site,
• Acting within the delegated authority given by the
resident engineer.
I. Management of the site staff in his control,
• Liaison with service providers to ensure that the
construction works does not affect supplies,
• Provision of assistant to ERA during construction to
ensure the assessment of compensation for property
owners is dealt with correctly,
I
I
• Maintenance up to date records of labor and plant used
by the contractor,
l; Maintain tec0'3!s, W.llI'-ing1Wl',ings, as b.ilt drawings.
i tc ..L1:"; ':~r.ills of va, iarioa etc, 2SSi)t~ \",ith tne other
respective staffs,

I •

Ensuring that til. contractor uses safe working practices.
Re, iewing the design of the scheme and communicate
through the itE ".. ERA 0:1 the need to issue instruction

I."
to amend the design,
Taking the regular digital photographs,
Arranging traffic counts,
• Will direct all activities of staffs engaged on the
checking, inspection and resting of all consnuction
materials and laboratory [echn icians, he will also co-
operate with the inspection as necessary for the use of

.I surveyors to locate b-;;)JTOW pits and quarries.


In respect of the laboratories he "ill oversee the
conducting of sample preparation and testing His formal
I responsibility will be the evolutioa of the test results and
On the basis thereof approve the application of material
Or the rejection of the same.

Name of t\s,;igunlcdt or .t>roject: Chuko-Yirguchefc RO~d f


Proj<:!
1Year: r~~"U"".'
2, 20 IS - O.ICOer 25, 21) S I I
I Lccaticn: Elhiop a
J:n J,lo)tJ: h.jb: 'nl Tc J..: Gi!H.:-r:\l c )r;~rC.l.lf
L_ l-_~I.dn
_- p,():,cf-- Fe
-- --
~t:!I, : C'("n..tn:
--- _- - -

J~ ,
t

i _' !-I
~-
\
..._ -_._---
Cttr:-i-:'Ill~nl
---- l J!:.1t

l"osilion l~eJtl: Project ).i.i:1u,S.!{


I ft...:ii, ities I'Cl'rl.!'"11led:
• Iden:ifying of critical activities and PI io;iti!i::¥,
aeco.nplishment
• Preparing of alternative design for different road way
and structure works
• Preparation of work methodology for pre-cast girder
Bridge, Box
• culvert, Concrete Gutter and other structures
• Planning, tracking and monitoring project progress
• Ensuring that necessary working drawings, dereils and
construction data are prepared and approved in tillle for
setting out of works
• Ensuring test are carried out in accordance with the
$p::'(ification
• Ensuring Ihlt accomplished activities nrc measured (mJ
q:Jantified and
• monthly interim application for payment [e prep,red and
submitted (0 (he Engineervccnsuuant
• Ensuring the preparation ofweekly and monthly report
• Contact administration and preparation of contractual
correspondences
• Submission of different claim notices and "riting of
clnims for time and associated cost
It L:11):lJrin~01' opei.!f!DI.:'i: meeting tr.~ i.!vtdt;.aion ....f 0:;1iI) I

site accomplishment i
I
Nnme of Assignment Or Project: Dembi Dolo Town i
Interne! A.'ph,1t Roa" rr~~!
Ycnr:ApriI12,2016-iL:ne06,2017
Location: Ethiopia (Orornie)
Employc~: Cross- Land Construction Pic
)13in Project Features: Construction
Position Held: Projcct Man.ge,
A.til·We. Performed:
• Identif)'il1g of critical activities and prioritizing
accomplishment
• Prep(lrlng of alternative design fOr different road Why
and structure works
• Prepnl'1ltion of work methodr-logy for pre-cast gjrder
Dridgc, Ro.<
iii culvert, Concrete Gutter end other structures
•., I>Il\"lni!'lg. II acking end monitoring project p:"'j.!j·~JS
Ensurirg Iii: n ...cessary ..·.urkin;;; dii.i\\illg" d,::'::'il" .:lJ II
co .s!(c..tjo~ .i.!t::. are prepared ~;-.; a?:"1l oed in ti c f. .
•ai::g out Cr\.c:~,~
• I 8.. .. ctn."· "r~ .:._.r.1 ...", I I,
f c "'n

--}1-:7 .- ,

:1):71 \','cl\"
----
I •

I. quantified 3J11
n-:ortnl) interim upp!i~-a:~l~ ~b:p~.. ..,e:\ti3p.;p. ~j.;,:.J F
submitted to :h~ tn;ir.eei.'~oi)sultan, ! ~
• Ensuring the preparation of weekly ant! month I)' report I

• Contact administration and preparation of cont!'l!cruall


correspondences
• Submission of different claim notices and writing of
claims for time and associated COS!
• Ensuring of operational meeting and ., aluation of daily
, . site
accompl ishment

Name of Assignment or Project: Humbo-Arbaminch I


Asphalt Road Project
YC>3r: July 13,2015 - Jan.02,2016
Lecation: Ethiopia (Sl\'NP)
Client: Ethiopian Roads Authority
Maill Project Features: Construction
POSition Held: Project Manager
Acti,'i!ies Performed:
I. ldcntifying of critical activities and prioritizing
accomplishment
I

I

1'
P",paring of alternative design fur different road way
and structure works

Bridge, !:lox
"i- !:'
I
i
i. vJi\ ert, Concrete O~U~r and other suucuees
!• Planning. trucking nnd monitoring projc"t progress
j• E!iSUrins [h~! nece-sary ~\"\)rk~ngdrawings. c:t.t:ls ar•.!

I coasrruction data a:.: prepared and ~!,P:O\'ed ill till.~fur .


setting out of works
I
I• Ensuring test are carried out in accordance ,vhh the
speci fication
I. Ensuring (hat acccmplished acrlvitles are measured and
quanti fled and
I· monthly interim application lor payment is prepared and
submirted to the Engineer/consultant
• Ensuring the preparation of weekly and monthly report
• Contact administration and preparation of contractual
correspondences
• Submission of different clalm notices and writing of
claims tor 1 ime and associar-d cost
• cnst.rir.gcfcp<:: t':)r.sl;,·e ..' ;~,:.ie\ehl::.:! ncr ~s.i:)'
:;"~...~~O'i'p::~h;n"''':

"'''·;-i,ElinICO: cor .:11


. Gc-t!:.. ;;.:.;. P
10 i:, , . 0'" ., "
t: ..," t ; ;,. (S'oJ' ')
_'t

• <.

,.. ,.,) ...._.


\
\
\

r

r
,-------
Curt h':lllulli Vitae

Main Project features:


Positiou li~ld: Project Manager
Activiries Performed:

Consnuction

Planning, tracking and monitoring project progress



Ensuring lest are carried out in accordance with the
specification
r • Preparation of payment target and follow up of project
progress to ensure the target
• ensuring of accomplished activities are measured and ,
quantified and
• monthly interim .pplicatio~ fer payment is prepared and
submitted to the Engineer/consultant
• Checking and ensuring of working drawings and
construction dot. are prepared and approved in time for
settL~g out of works
• Submission of different claim notices and writing of
claims for time and associated COSt
e Contact administration and preparation of comractual
Il correspoodcnces
•• ensuring the preparation of weekly and monthly report
I. Orga."i'-ing and leading of construction learn, office
I ~nginecring team end other supporting department
., I' Ens~rins of Final Payment oi the project es per ,lie
e:;..;cllt~1 ('I "lnti£), 'Ind i'heci~i".c' oft-'il'lZ1! 1"1·;J-~Hr:.alETit
i ";.."', . I
I
,-
• Chetldllg and Submission of As-Bulit drawing of the:
:,roj~~t :'5 per the contract
Completion and Il.movcr of the project as r··'· the
reGui!(m~tofth: :~=,tra::(.

Name of A~igllmeDI or Project: Debre Birhan Univcrslty


Project
Year: Apr. 02, 2013 - June. 23,2014
Locatien: elhiopia (Amharn Regional SU!c)
Client:
?L'lia Project Feature ..': supervision
Position Held: Resident Engineer/Project Coordinator
Act;' itll:S P erforrned:
• Cocrdinetc and follow-up of assignment given to ll,··
su~"\'is!~nsteff
• Supervision tlnd quality assuring as p..!rtbe specific uion
,nJ me ..cnt ct
Appro"~1 of Mnstei Work Pros, urn
> Fcllo:... "'f) project progress a.1:Jgiving notice 01 delay

I: ('Iv'eking and approval of payment ccrriflcatc


Co'" el
tt,;.tce.:,;
j~ill.:C~· j ?..!'I .: :1.:; of "!O:-r"sf lin ..

I~ __ I_? I' .Ji

..

I •
__ 1'~"'" ~ .-<>

Curriculnrn \-ihle

r contector

Name of Assignment 01' Project: Jimma Town Road


Proj~ct
r Year: June 19,2012- May, 24,2013
LoeatiQn: Ethiopia (Oromia National Regional State)
Em ployer: Cross-Land Construction Pic
r Main Project Features: Construction
Position Held: Project Manager
Acthitiu Performed:
I • Planning, Tracking and monitoring of project Progress
I • ldentlficarlo« of critical ectivitles and prioritizing
accomplishment
I
• Ensuring WOrking drawi ngs and construction data arc
prepared and approved timely to..
proper setting out of
the works
,, • Preparation of'elrernativc designs for different road way
and structures
• Ensuring thst executed activities are measured and
quantified aed monthly statement is prepared and
submitted
• Ensuring tests are carl ied out 2$ t~r rhe speeiflcatic, ~~d
• to the
requirement ortne contract I
I•

f· ('lle-.;'~? 'i."~ e,.. 'n"~ . f :.ed:'J


progressive report
.~..! Il,(lawl),
I
I
I ~ Contract ndminiS1ra~!On and preparation of conrractual ,
I ccrrespondences i
,. Submission of difr':n.~'l: cl~~nl notices :.ad writing of II!

i
cl3:ms fer time and essociated cost
,
i :-;nJTIt: of ..usigClnent or Project: Jimma Town Road '
Project
I Yenr: Nov (.'I, 20l0· J=", 12, aeiz
Locntion: E.hiopi" (Oromia National Regional State)
Lnlpioyer: DMC Construction PIc
Main Project Features: Construction
Posttlnn Held: Project Manager
I
>

AClnilies Performed:
f 0 nl,lnning, TrackirF .-r.d monitoring of project Progress
I. [d~nlii;callon of critical aceiviries and prioritizing
t accomplishment
- Ensuri g v ork-ng rlr!" ir'!ss -::n.Jc~r's1i'U::ti:Jnd, ta are
~r\!p!i!'t,;dand approve.! timely for pro;: ..r $'~h_$ out 0: !
1
i.
I
J
me works
Preparation of alremati e ue):g:1s for di fi..rent (0. d ;', .1)'
f:!l,J st-ucru-es
!
I" tt...J ~...i"jti-s ere ! ea.tl r : 4!! ~
f.nslfrittg (,at !,,:':'o~C":
~, ntified "J m n~nl I. ,1;11, .nt IS p.~C· . t- 1;j,..J !"-
L 'ulb .. ' lu j ',,L r ..~ ....
- ,_ -
-~ 1 ------ - --- - -- _. ~ ,~,~
V!' - - - - -
>
- -- ~.
- .flo ,-0"-
~ ~
~>

~- i
!~ ~
~~ ~ \
~Jt '0"01. *' \__...,....
.~~/r
~:::/ <, \


t , LI h \
, \
s_:.

Curriculum Vitae Nahorn Wolday

• El:sl.ring testsare earried out as p~ the speciflC;uion"an(j


r to the
• requirement of the contract
• Checking and ensuring of weekly and monthly
r progressive report
• Contract administration and preparotiori of contractual
correspondences
I ~ • Submission of different claim notices and writing of
I
claims for time and associated cost

Name of ,\ssigomcnl OT Project: Jlmrea Town Road


Proj;!Ct
Year. Nov 01, 2010 - June. 12,2012
Loc:itiou: Ethiopia (Oromia National Regional Srate)
Employer. I.lMC Conslruction PIc

II l\!Ain t>rujec1Fe~ture:l: Construction


Position Held: Pro;¢ Manager
Adi ...itiES Perfermed:
,. . ?I.nnir.g, Tracking lll1dmonitoring of project i'rogJ ess
• ,der.itr ....tic<i of critical .ctivitie3 and ?;ioritrzing
eecomplishment
• Er.sC.;~gworki~"dmYings "nd construction dofa are
prepared and aeproved timely for proper sctt,ng out of.
-,.. ... :h~"-:l~~ !
'. !,.~
~:l·:i ,tj cf ~t:;etr..1 .~ J..!)lgn:;
•• 1'0. d:ffe;tn! rcJd 9tay' I
I •
a~dsjnr-tu.'"t';
Ensuring that executed ectivities are measured lind
'1Ul;.I\tif.o:d &••J Ol~"'iy srsrement is p~ o~d I
Ii
1 submined ••. f
• U3U:1r.g tO$ISare carried out as ret the spedficdion nruI !

-I:
~~
re'f~i..~cr.t of the comracr I
I
Gr.eckin? and ensuring
llrogres;I\'e report
of weekiy nnd monthly
I
., .
I· Contract a.d:minisuatio-~ ~"ldprepa.-etiOD of coarrecrual
correspcadences I

·r
Subm1ss!on of JifTcrt'lt claim nolices and writing of
claims fe, time and associated COS!

II Name of Assignment or l'rOjcet.: Apv.;.v-WonJo·"!'>:~gel~


Asp"'!! RNd Project (Contrsct-I A posto - Irbamoda)
I YCM; Mar, 26, 2009" Oct. 14,2009
. Location; I;;.iliiol'-'
Employ.": Keanguam Enterprises Ltd
I Main Projeet F""tur,.j: Constrecuon
I _\<thities
Posltion.Held: Design amI Quantity SUf\¢~c:
Perforraed:


_C_u_I_·I_·ic.;.·I;;.II"II=!l::.,_;~",'jc.H::.I~:.· . ..:N~3~~lm _ \;.'uh.1~1j'

~----- Preparing of site installation drawings and oth~r!


residential and office building drawings
Preparing structural drawings
I

I
,- Preparing of measurement sheet and monrhly payment.
certificates I
Name of ASsignment or Project: Beles Multi-Purpose
r Project (Hydropower &. Irrigation Project)
Year: Apr. 03, 2006- Mar. 14,2009
LoC:!fion: Ethiopia
Employer: Salini CoStrtlttori'S.P.A
Mnin Project Fentures: Construction
Position Held: Quality Control Engincerrrcchnical Office
Engineer
I Acth'itics Perform ed:
'> Quality Control Engineer/Technical Office Engineer I
, . ~ r!·.1geTurmel concrete °GOrks including 'I


powerhouse ccmplex
PrOOolS!:;eg;nenr for TBM !Un~1 lini~g \201<'11
length). - -
I •
1
• I e. Tunnel excavarion &. support works including; I
powerhouse, penstock shaft, surge shafi_ head race &. I
.,
t~ilrace tunnel I
_ ~~.:w
,,""'''''
.....
'''''
....
_-=,,'--li=
=r= .. I"
Q Erection ofste~llin;n£ for high p;C:"scr~l1Jf't:1el;
~.a.i~1j.'~ ~·.cti.;;." tnt ;,....~:1:;! •
C(i:~~t r
j
"'J~

i{~J.ae-nbanxmeat sncJ ro~d s!rl:cture:,tUrld;o~ box


I
I~
f:{,,
I . I
culver & pipe culvert) _. I
W"ter supply. dr.i"3;:~ s>.;~~m .nJ sewng8 system
of petm1nefH. c.lr:')~!'. .
~!oni~orjJlgand Je~"IJlrlg of daily and '~'e~:"'I)

L
I: prcduction activity
inspection and recording ornon-coeformence \'.(,);1;$ ""II •
recommend -issuance of- remedial measure rep0:11

s
(RMRlNCR)
Preparing of design drawing and detalled rebar drawing
for permanent and temporary works
I
1

• Modi fication of design drawing as per site condition


• Preparing of site installario» and working (i!ll"in8~ for
different structures
• Deslp of access road, preparing 0: road alignment &
road profile based on survey points in eagle point ar.d
AuloCAD
e Pre, aring of contour & surface nlodel f'r{om surv ~~ d:~:a
III Auto.Icsk land ,ksktop or c.gk poi. 1t I
o P"'pJring of 85-1>:1i1[ of tunnc! for Power House I
co.nolex, Pen-rock ,~,,!\. I
" ~ur~e sh:lfl & other strtlf~!t!rc.i rnd ch::'eI'IIli'1i"ti'" I of
".~- e'".L.t~ "'1; rO\("t"":.e~:ry~,n:1
·i' ·,·-to .., " \.
,"'"_j~;'~'1'" .. t!!!i L'!:£II~lng~_LS
t. • I' I" "U.llt··_·. _ .! _~_,;.- __
Tl)l/ \ r 1 ~\)(.'iOOI.1..,,:, "-
_._ _. - -- _. -- -- -_ -- _- ~e ~;",~
,.lC ,...".. '"
,. • V~\ .... "\
i'~" ~

"
f
3
cJ ~~'b~
(),,~
,b
.'iY·
,:;::
~~ -
. \~,.,,'"
t,:)".,,'l''':'\. ,\ ~
,., ~

\


Currlctltam '":l::e

diEcrenl
structures in::jud;n~ powerhouse complex
• Preparing of phase of concrete lift for powerhouse I
concrete works
• Prepa.';"g 30 drawing for di ffereet complex structures
• Preparing of daily, weekly & montiJly ~\'e report
Nome or
As"ignmenl or Project: Bahir Oar Construction
Technology .,
Year: OeL 08,2005 -Apr. 02.2006
Leeatlon: Ethiopia
'Employer: Bahir dar Construction Tecbno!ogy
1I1ain Project Features: Teaching
I
Position Held: Instructor ,
Acthilies Performed: I
II
l
• Te3ching of Engineering CO"~ such as
• Road Construction
• Building construction material
__________ • .__L_~.~~T~ec~n~n~i~~~d~~~\='~in.~. ~

'(\
j ,A--t-=, -
\
\
\


__ .._ ... .1.-

15. Certiflcntion:

I. the undersigned, certify that to the best of m} knowledge and belief, this CV correctly

r describes myself, my qualifications, and my experience. I understand thai any willful


misstatement described herein may lead to my disqualification or dismissal, if engaged.

J:
J[1J2 ?
~S-i~~~~o~f~~~-~m-e-m-b~e-r-o-r--------------'
Date: D.9-C.L3. W1'2.
,
Authorised representative of the staff Day/MonthlYear

Full nzme of authorised representative:


~
{

1 .
I -.-
~
\


I
_1 .-

DECLARATION OF INTEREST

PROPOSED POS1T10]';: RCliucnt Engineer '

r NAME OF FUtM: Whiteknight Construction Management ConsDltant~ PLC

NAME OF STAFF: Nahom \Voldny


r
I
I, the under signed staff, confirm that 1 am 'interested and will be available for the proposed
position mentioned here above fur the Consultancy Services for the Continuation or
r Construction Supervision of Bishofru-Chefc Donsa-Sendafa Design and Build Read
, Projects to work with Whitelmight Construction Management Consultants PIc in the above
mentioned position. I also declare that:
• 1 have submitted my CV and signed a declaration of interest not for more than 1:\"0
consultants including this consultant in this particular project, r understand that, 1 will take
full individual responsibility if I am found signing a declaration of interest for more than two
consultants in this particular project.
• The information on my CV' especially the experience record and the current work
commitment with ER..... and its 'percentage progress is correct at the time of signing this
declaration and I will take full individual responsibility if there is any misrepresentation of
facts llA l~e CV a clpW~iJ.l!llWlll.4'\k=):'1InP'OPC "lit> ~dl)t~
~,!<;;;;r;;;;=.... ",,:o§~.~ve agreed not 10 be proposed or engaged on ERA projects for Six months time starting
from the notifica!iolLQf Jhe successful.firm if I-deeline-ro' work-\~ith-tl!e-tirnra' ifls'f\roffil _-
,.- - ------;-;~~I unless and otherwise I encounter ci rcumsranccs outside my reasonnble control and
not foreseeable including but not limited to death or medical incapacity or if the number of
projects that I am already being engaged in surpassed the maximum allowable workload
limit; and
• J have agreed on lJIYsalary to be paid if the firm is found successful on the subject project.

.l2.9-C. i~
..2o.?),
DaylMonth/Year

I r (,ti.t-/ 'LL
. e and signature of at hor Day/Month/Year
Representative of the finn

j

-~
..........

JIMMA-UNNERSITY
P.O.Box 378 .Jimma , Ethiopia
Tel: (251)471 145860 or 047-1 U7822 Fax 251-47-1112206:1

TEMPORARY CERTIFICATE OF GR..<illUATION

1 ~i''o/
I!·
\
-~~
I
\


". , . '4C=lIC"t-. " .

,. I

r'

f '

~,)c;:
~~
Z ;: '\.~ "e r.-
<:
C.(
<! <: "
e Fa;I;j ".
C ".
"
~
'"
u -.0-<:

..._.,..."" .c""
~ '\J Ie <: ,
\:
~
r it
f'
" ~ (,,-
.c ~
Q.( -. -c!t
~
<
i":"
~
...;.. -
0:-
<i
;_
p_I"
i{
r-
);!
~
.;..
.;:-
.!;:
e: ~. ::>

....e E-
-€~
,... .~
,,;..
j;>

= *
c: ':) J. of-
"t-
.. , or-s
_,
C>{ >
U oN

!i"
::: ~
~ ~
r-
(r
o: e
<
;-
e-
... -"
'I!;:l
,-

.~'" -e sz ...,.g ~
~ -H
o:! ~ r:-,
1-.,
c:: u
e?
~
-
C"
co ~ <- .
'" - __.-=
~ ~ <; -<: oC
""
!- C"
~ .....1
,e,
.v. ~'"
tJ oJ.
'.::
• '"
'"<
e- "
>: <0 E ' -=-

u~
0

<!
U
,_ e- ?"
'"~ :.... <:
\~ ~ ...:. ;;-~ '+
se 1- ......
~-'"
';;J
...e
:~::-~
,"
. -.
:!"'":
.,.; f"'~ ~
-~ r• ~ <...
"..

....;~
S c..

.. ...
or.:
~ ~
~~
(;\.t '"' II
,<:: ~ o~
,
.::;
.~
ro"
.,.
.-co

~
{~
,,!-,,,,
"" ,
!,.. ~
., "'- t .<.:
• "

* .= '.
"-
<
[0, 1 j
I
." •• I' \, ~
i
\ ~

1 -/\- ~~
\\'-,\

\ \

Consultancy Services for Conunuouo« of Construcuon Supfn-ision 0/
Btshoftu - Clref_ Donsa - Sendafa Design and BUIld RO<ldProject Et},iQPJan Roads Admuustratton

r'

••

, .

Deputy Resident Engineer


,,

r,
7. Form of Declaration of Interest

PROPOSED POSITION: Assistant Reside", Engineer

NAME OF FIRM: STriDE Consulting Engineers Pic.

NAME OF STAFF: Tsegaye G/Michael


I,'"

r, • I, the under signed staff, confirm that I am interested and will be available for the proposed position
mentioned here above for the Consultancy Services for the Continuation of Construction
Supervision of Bishofru - Chefe Donsa - Sendafa Design and Build Road Project to work
I" , Whiteknighi Construction Management Consultants Pic. in sub consultancy with STriDE
I Consulting Engineers Pic. in the above mentioned position. I also declare that:

• I have submitted my CV and signed a declaration of interest not for more than two consultants
including this consultant in this particular project. I understand that, I will take fuJI individual
responsibility, if I am found signing a declaration of interest for more than two consultants in
this particular project.
r_,~=~=;..,_.=i..,1:"""i",i..~. . P'*!IF.lnJi!<6i;~iMbI,t!JIl-~'fjp!lCP.-,eco'i ana the current-work com ,11 :!!l'ent
,', With ERA and its percentage progress is correc. at the time of Signing thrs declaration and I will
take full individual responsibility if there is any misrepresentation of facts on the CV and ERA is
at liberty to take any appropriate action.

• I have "greed not to be proposed or engaged on ERA projects ~'r six months' time starting from
the notification of the successful firm if I decline to work with the firm if it is found successful
unless and otherwise I encounter circumstances outside my reasonable control and not foreseeable
including but not limited to death or medical incapacity or if the number of projects that I am
being engaged in surpassed the maximum allowable workload limit; and
• I have agreed on my salary to be paid if the finn is found successful on the subject project.
L

Date:
'.
Full name and signature of StafT member Day/Month/Year

Date:
Mlo~ll.'l
Day/Month/Year

V\J
'I \\
\ \.
\ '\
L

CURRICYI.UM VITAE
I. PROPOSED POSI nON : Deputy Resident Engineer

,- 2. NAME OF FIRM : STrIDE Consulting Engineers PLe.


3. NAME OF STAFF : Tsegay Gllvlichael
4. DATE OF BIRTH : Nov. 09. 1982 Nationality: Ethiopian
r:
S. EDUCATION:

> Master of Science in Road and Transport Engineering in from Addis Ababa University,
July 2018.
}> B.Sc. Degree in Civil Engineering from Addis Ababa University. in August 2006.
r:
6. RELATION WITH THE FIRM: Freelancer

7. MEMBERSHIP OF PROFESSIONAL ASSOCIA TrONS:


r'
". Professional Engineer (PE IV)

8. OTHER TRAINI 'GS:


• Microsoft Project
• Primavera
• AutoCAD
"'~iii~:::::e.:a,;:;_ .;....r.:£:~lp POIOI "uto(: 4..0
• MX Road
• Terramodel

9. CC,l.;:-''TRIES OF WORK EXPERIENCE: Ethiopia

10. LANGUAGES:
Speaking B~gding Writing
Amharic Excellent Excellent Excellent
Tigrigna Excellent Excellent Excellent
English Excellent Excellent Excellent

II. Current Employment Record with Ethiopian Roods Authority:

r. No. Project Name Employer Type of Position The%age The%agc


Project on the Completion Completion
Projects of'rhe of Specific
Project Assignment
of the Staff


CV - Deputy Resident Engineer - Tsegaye H/Michael

12. EMPLOYMENT RECORD:


From : October 2020 to Date
Employer : Engineer Zewdie Eskendir & Co. PLC
Position Held : Resident Engineer

From : November 2019 - August 2020


F" Employer : Engineer Zewdie Eskendir & Co. PLC
Position Held : Resident Engineer

f' From : October 2012 to September 2019


Employer : SYM Construction PLC.
Position Held : Project Manager
F'
From : December 20 I I to Oetber 2012
Employer : HaFCON Construction PLC.
I' Position Held : Project Manager

From : November 2006 to July 20 I I


I' Employer : ERAlERCC
Position Held : Project Engineer VII/Ill
,, ,
13. Detailed Tasks Assigned: 14. Work Undertaken that Best Illustrates Capability to Handle
the Tasks Assjgned:
" ' ).> Assists the RE for the tasks
'. assigned to him and be Name of Assignment: Construction supervrsion of design
delegated for RE during his and build replacement projects of
Ouber - Guda, Legegur and Arnaroo
absence from the project site,
River Bridges under, Alerngena
'. ).> Acting within the delegated RNMD Package IV
, . authority gi ven by the resident Year: October 2020 to date
engineer, Location: Oromia Region
).> Management of the site staff in Client: Ethiopian Roads Administration
his control, Main project feature: Design/Construction &
).> Liaison with service providers MaintenanceIU pgrade
Position held: Resident Engineer
10 ensure that the construction
Activities performed:
works does not affect supplies.
• Liaise with and assist the Client (ERA) and regional officials
» Provision of assistance to ERA as required.
during construction 10 ensure • Assisting ERA in reviewing Contractor's Performances
the assessment of compensation Bound, retention bond & Bank Guarantee for advance
for property owners is dealt payment and other guarantees if any.
with correctly. • Ensure the fulfillment of the obligations and duties of the
Engineers Representative as described under the works
contract agreement
• Participate in the design review process and prepare proposals
for the client's approval
Prepare modi fications/amendments or design changes assisted


._

CV Dcpu1)' RC)ld~1 Enginccr-Tseg#)t 1-tJ"'tlch"d

drawings, as -buill drawing. test by other staff.


data, derails of variations etc., • Issue the contractor with all copies of contract documents and
assisted with the other design reports.
respective staffs • Planning and scheduling project activates
):> Ensuring that the Contractor
• Prepare Or review Qualit) Assurance Manual
• Organize documentation and filing system on the project site
r: uses safe working practices.
):> Reviewing
• Supervise site supervisory staff
the design of the • Review, check, comment and approve contractor's work
scheme and commun icate schedule. Method statement. equipment and man power
r through the RE to ERA on the • Monitoring the progress of all activities of the project
need to issue instruction to including budget and time
amend the design
• Review and certify payment certificates
• Assess variation and prepares variation orders
):> Taking of regular digital
• Technical assistance in every activity
photographs.
• Report on the Contractor's financial and time extension
l> Arranging traffic counts claims,
fI
l> Will direct all activities of staff • Team coordination, organizing, assigning duties and checking
engaged on the checking, the performances of the team
inspection and testing of all • Check if reports, drawings and photographs are recorded
and •
Inspect facilities of the supplier's and contractor's personnel
construction materials
as required by the contract
laboratol) technicians, He \\ ill • Responsible in arranging regular meetings between the
also the Contractor'S client and supplier
~f~~~t \0 comply ""'th '''''011'1-'...,. I~nntra.:(
use of surveyors to locate • Prepare all the reports
borrow pits and quarries. • Monitor environmental mitigation measures and follow up the
):> implementation of alleviation Program for STD including
In respect of the laboratories he HrV/AIDS
will oversee the conducting of •
In coordination with the site supervisory staff. provide on
sample preparation and testing. Job-Training to Employers personnel
His formal responsibility will be • Inspect the road and prepare defect lists and arrange joint
the evolution of the test results inspection among parties for provisional acceptance
and on the basis thereof approve • Issue substantial and final completion certificate to the
contractor
the application of material or
• Inspect the road during defect liability period and arrange fine
the rejection of the same.
joint inspection among parties and prepare defect lists.
• Assists the RE for the tasks assigned to him and be delegated
for RE during his absence from the project site,
• Acting within the delegated authority given by the resident
engineer,
• Management of the site staff in his COntrol.
• l.iarson w ith service providers to ensure that the con,truction
works does not affect supplies.
• Provision of assistance to ERA during construction to ensure
the assessment of compensation for property owncrs.i salt
\\ uh correctly. .<r"
• Maintenance up-to-date records oflabor and <tPf u~u.-Hlrv-ojj
contractor. e
J: ,
• It dr \\ I
--i~"",","-- !_.~ -\'1'~\-an4 163 I§S

., ) i"-..
! I
\
\
data, derails of, ariaiions erc., assisted with the other
respect ive Sla ffs
• Ensuring that the contractor uses safe working practices.

Name of Assignment: Design/Construction &


Maintenancel Upgrade of Dire Dawa
Asphalt Road Project
F Year: November 2019 to August 2020
Location: Dire Dawa
Client: Dire Dawa Administration Roads
I. Authority
Main project feature: Design! Construction &
Maintenancel Upgrade
" Position held:
Activities performed:
Resident Engi neer

1:
• Manage the Design Review
• Follow up and implement the mobilization schedule
• Checking the Quality Control procedures and quality
assurance methods
• Following up of the overall works activity
• Checking and following up of the works program
• Checking and effecting advance payment disbursements and
interim payment certificates
__==c-:::!:;':::::~~-;;;;:::::z::::;;~=======1!SI:
-;;. ~k t"i":- ::tf .. ==:-,~,-,"
.... M.n,nina L\l;: 'iu""n:isitlll
!..~ '4''1' "'am
• Assignrng inspectors based on the RFI
• Communications and Coordination between the Client, the
Contractor and the Consultant,

Name of Assignment:
o Behima - Goni . Yebello Road Project
o Gubissa- Harkisso Road Project
o Doyabu- Korba Road Project
o Behima - Hero Road Project
o Angoye- Wadessa Road Project
Year: October 2012 to September
2019
Location: Orornia Region
Client: Orornia Roads Authonty
I'.lain project feature: Construction
Position held: Project Manager
Activities Performed:
• Work program preparation
• Camp site selection
• Machinery utilization schedule preparation
Man-power requirement identification
vlobilizarion of the required equipment JnJ

project f
anel to the
,/ .~.I k
I
,«",O",rt~',trt"lionmaterials identification ~~i"I' "I


,. CV - Deputy !tcsidenl Engineer - f"ga}e HfPo1u.:htu:1

• Following up of the Right-of-way identification and removal


of obstruction activities
• Oversee the template preparation by the office engineering
section
• Manage Laboratory establ ishments
• Financial Management
• Personnel Management
• Ensuring the quality of the work with efficient work
methodologies.
I ' • Device a workable work program and following up the
execution of it.
• Performance evaluation of the equipment fleet
•• • Preparing equipment maintenance manual and following up
of the activities
• Following up on the laboratory procedures
t• • Checking the work volumes and the interim payments to be
requested.
• Ensuring proper provision of Engineer's Facility for the
•• Employer's representative .
• Communication and coordination between the Employer and
the Consultant

Name of Assignment: Addis Abeba - Adarna Toll

- \iOto~1!ay Asp.t.t!: r \)fj;;;1t~~


Design and Build Road Project
Year: December 20 II to October
2012
Location: Addis Ababa and Otomia
Region
Client: Ethiopian Roads Authority
Main project feature: Construction
Position held: Project Manager
Activities Performed:
• Work program preparation
• Camp site selection
• Machinery utilization schedule preparation
• Man-power requirement identification
• Mobilization of the required equipment and personnel to the
project
• Construction materials identification
• Following up of the Right-of-way identification and removal
of obstruction acti vities
• Oversee the template preparation by the office engineering

J~
I C ,I

,
\
\

(


methodologies. -- :j
Device a workable work program and following up the
execuuon of it.
• Performance evaluation of the equipment fleet
• Preparing equipment maintenance manual and following up
of the activities
• Following up on the laboratory procedures
• Checking the work volumes and the interim payments to be
requested.
• Ensuring proper provision of Engineers Facility for the
Employer's representative.
• Communication and coordination between the Employer and
the Consultant

Name of Assignment: Zarima Shire Asphalt


Concrete Rood Project;
Contract-2: May Tsebri
Shire Asphalt Concrete Road
Project
Year: August 20 I 0 to July 20 I I
Location: Tigray Region
Client: Ethiopian Roads Authority
'/'1,,;,1 J"·.....jiN" i~ ure: ~:oJlstnl~tion
Position held: Senior Project Engineer
Activities Performed:
• Work program preparation
" Machinery utilization schedule preparation
• Man-power requirement identification
• Mobilization of the required equipment and personnel to the
project
• Construction materials identification
• Following up of the Right-of-way identification and removal
of obstruction activities
• Manage Laboratory establishments
• Personnel Management
• Ensuring the quality of the work with efficient work
methodologies.
• Device a workable work program and following up the
execution of it.
• Performance evaluation of the equipment fleet
• Checking the work volumes and the interim payments to be
requested.
I
• Communication and coordination between the Project
Management and the Operation Team


C" Deputy ~esidcnl Engll'lCcr - I :tCp>c II \lIch!ld

Coruract-I: Kebridehar - I
Denen
Year: November 2006 to July 2010
Location: Somali Region
Client: Ethiopian Roads Authority
Main project feature: Construction
" Position held: Project Engineer 1/111111
Activities performed:
• Detailed geometric design (horizontal and vertical
alignments) incorporating widening, super - elevation, sign
posts, guard posts, and any other design features the client
,~. might query the consultant;
• Design of minor drainage structures by interpreting
hydrologic studies, working in collaboration w ith the
r" , Structural, Material and Geotechnical Engineers by providing
them all the necessary geometric data;
• Preparation of quantities;
I' • • Preparation of detailed working drawings;
• Inroads road design software is used for design;
• CA D was employed extensively for prcparat ion of output
drawings;
r • Coordination and communication tasks for the progress of the
-.",.~ -~ Vf·,~\!.-t:
• Checking and correction of the quantities for earthworks,
pavements, major and minor drainages, other concrete works
and protection works;
• Checking and verifying contractor's monthly statement! !PC:
• Preparation of Variation Orders;

L_

I ._

IG',) -
\

,, .
15. CERTI f'1c.\ TION:
, .
f
I. the undersigned. certify thai 10 the best of my knowledge and belief. this CV correct I} describes
m~ self. m~ qualifications, and m~ experience. I understand that any \\ ilful misstatement described
herein may lead to my disqualification or dismissal, if engaged.

( ,

f1

Full name and signature of Staff member Day!Month! Year


f'

i\

Date:
DU) 1.\lomhl Year

"

)J !'


h ~ II h n fI ~ ~ 'ii' c n, t
ADDIS ABABA UNIVERSITY

FORM/035/77
July 13,2018
,r

U)JIVERSITY REGISTRAR
r

',''1
..-~--------
-~~
fI ..

. ...( -..... ~ ,.~


..
is ..t 0 ,c e r t i ry:.1 h a. t~' .~

T~,egay Ge br e m i c h e a I G~:~J:€g-;;i}b ih e r
Gr o d u o t e d from,,~d¢i; Ab-cLb'~:~[ri$tit~te of
"

.'\·t· f..
, 're
c " II 0 log :/'; ", '.1'; .:'
~:-~·.-f.;.:
t
i
"'~:;;;O!lllll~=;o;;Sc:i!===:m::Itl~~
.. ~ ..~ "!oIO. '.:.
e~gre';./..e
,4 _

" W'i t h-
o • .....
r.'L S \I:c..'"D
... ~~.. ~:1*''':~"e-
. /.
1 n C I V 1 lEn g t.n e.e-r-i n g
(Road and Transport E~gy;re-.~ring)

On' J u 1y 05.20
.
1:8 -;.~.....,.
:~
This certificate of g r a d u aj io n h as been
G i v e n pen din g the p r in tin g a.n ~ "i ,5;$ U a nee 0 f
The actual diploma, ...... '

UNIVER

I-

- ~
s: '" '" °
-'".. --'"..
.!: cnu..c 3:
-0 0 .0 r=CC:O,_
._ to .a
0 c:
'ra
.:J
en
<" "-
'"
> a
~ tit :
N 1:: .!!! :0 >.
f-
.,l;.D0. (Jl CJ G.l ""0
l!?
- -
Q1 C1)
~ o...c <{ s:
'"
,I..
~ C 0)

( . .eM
-.,.
-.,.
&.~
.,.c;
~
l-
.0
~
u..
0
.-
4)
U
.-c
l-
Ql
'"
C"O
OQl"'O-
:';:;NQ)t/)
ee ~
cnO<ncn
c: .-c:
._

:;) ~
,
. .tt;?
... ~
>.

,.. ._e
.,-
O~
"M o tJ) Ql
=.cU)::J
..0--« I~ .
:;
.fi
t::: W o:J"t;i-
Ir • "

.D-
.
>..Ii! -0 W
0:::
o O e
0)
'" '" °
"C&Ata~
C:C'OQJ-
_
ra:..c
°
c: (J)
I~~
« '"

f1
~
l:'~
.-
~
0

'" ....
'~
~
.c
.~
w
0
"'0" ._
w ",o"'E . ~=
."
<:
• >.

-.c ._
r • ~~~Q) u
~ .-c>-" =-(1)-
)<00-1

.. ., :::> ~ '" E l.U


>
Q)~"O=
sc
. ..
!::c1:

<! o: 2r:
J: '" en c: 0
~ 4) a. II)'_ en >-..
'C
~6
.Q-
I- l- o ·5
Q) U')

>.
CU
.0 "CJ
~ :! :~ ~ e ~.- 3 U;
U 0 :l ~ ~.~
tV'
o E ">. ><.
-"<:
'0 - '-' 0
~ co._C
P'
'0 -
<~ CU _g-gE~Cii
o'u
.. c
-"
>- al a....c
to ._ t-- "0
c:

...... 0 0 "'",
._"'.-

-
cU CJ) ..r:::
"'= ~
til
..r:::-

.--::
c r:-
.

r-
:~~ ~<z!f..
U<Z
.~,
..;.. ~
c:.:.. .. e~
.-
="'" .;.

~."
=...
;r--
,._
r- W '=
s, s ·· . =~=
;

..
-.
:::
=~


--- -.-:--':--

,.
Consultancy Services /01 Continuation of Construcuon Superviston of
BiJlto!tll- Clrrft Dons" - Sendafa Desigr: and BUIld Rood Project Ethiopian Roads Admmistrauo«

I-

r•

I•

I•

Senior PavementfMaterial Engineer

r 'u·


r

7. Form of Declaration of Interest


r

,. PRO PO ED POSITIO~: Senior Pavement/Material Engineer

NAME OF FIRM: STriDE Consulting Engineers Pic.

NA~lE OF TAfF: Asfaw Dessie

!•
I. the under signed staff. confirm that I am interested and will be available for the proposed position
mentioned here above for the Consultancy ervices for the Continuation of Construction
Supervision of Bishoftu - Chefe Donsa - Sendafa Design and Build Road Project to work
r •
Whireknight Construction Management Consultants Pic. in sub consultancj \\ ith STrl DE
Consulting Engineers Pic. in the above mentioned position. I also declare that:

• I have submitted my CV and signed a declaration of interest not for more than two consultants
including this consultant in this particular project. I understand that. I will take full individual
responsibility. if I am found signing a declaration of interest for more than ("0 consultants in
this particular project.

..,...... .
I ~;:tt~i'.h~~"'6t': ~r.....
('V' I,....,"P~..• rr') . ..Ap:rl:;~e r.:,-0.4 J iii': d' h,: ~1J1'fCj')~
,. 'nc \.\).h. com.n.nnem
with ERA and its percentage progress is correct at the time of signing this declaration and i \\ ill
take full individual responsibility if there is any misrepresentation of facts on the CV and ERA is
at liberty to take any appropriate action.
• I have agreed not to be proposed or engaged on ERA projects for six months' time starting from
the notification of the successful firm if I decline to "ork with the firm if it is found successful
unless and otherwise Iencounter circumstances outside my reasonable control and not foreseeable
including but not limited to death or medical incapacity or if the number of projects that I am
being engaged in surpassed the maximum allowable workload limit; and
• I have agreed on my salary to be paid if the firm is found successful on the subject project

Date:

Full name and signature of Staff mCI Day/Month/Year

I Date:
i'-.-

~
\ \
\


CV - Senior Pa ..anenll~tateriaJ Engineer - Asfaw Dessie

CURRICULUM VITAE

I. PROPOSED POSITION : Senior Pavement/Materials Engineer


2. NAME OF FIRMS : STriDE Consulting Engineers PLC
3. NAME OF STAFF : Asfaw Dessie
~. DATE OF BIRTH : 1984 G.C Nationality: Ethiopian
5. EDUCATION:
> M.Sc. Degree in Civil Engineering {Road & Transport from Addis Ababa University,
December 2017
> B.Sc. Degree in Civil Engineering from Addis Ababa University. July 2009
~.
6. RELATION WITH THE FiRM: Freelancer
7. MEMBERSHIP OF PROFESSIONAL ASSOCIA TlONS:
I' :;> Ethiopian Association of Civil Engineers
I
8. OTHER TRAININGS:
o Eagle Point
o Inroads
o AutoCAD
o MS Office.
9. COUNTRIES OF WORK EXPERIENCE: Ethiopia
10. LANGUAGES:

Speaking Reading Writing


Amharic Excellent Excellent Excehent
Enghsh Excellent excellent Excellent

It. Current Employment Record with Ethiopian Roads Authority


The%age
The o/.age
completion
Type of Position on Completion
I.no. Name of project Employer of specific
Project the Projects of the
assignment
project of the staff
Dana &
Associates Civil
Mekaneyesus/ Pavement!
Engineering Construction 55.11%
Estie Semada Material 901.5%
Consu !tants Superv ision Consultancy
Road Project Engineer
PLC 84.99%


,. CV - Seeler PavcnH:nL':-..t3teri::tlEnjun«r - Asf3\\' Dessie

r • 12. EMPLOYMENT RECORD:

From: March 2022 to date


r Employer: Dana Associates Engineering Consultants PLC
Position Held: Pavement and Material Engineer

From: January 2019 10 November 2020


r'
Employer: Classic Consulting Engineers PLC
Position Held: Pavement and Material Engineer
r•
From: June 2018 to December 2018
Employer: YENCOMAD Construction PLC
Position Held: Material Engineer

From: December 20 13 July2018


Employer: AMK Consulting Engineers Enterprise
( ,
Position Held: Material Engineer,

From: December 2009 to June 2013


I• Employer: SATCON Construction PLC
Position Held: Material Engineer

...

3\
...
-.1
"


.r 14. Work Undertaken that Best Illustrates Capability to
13. Detailed Tasks Assigned:
Handle the Tasks Assigned:

• Assist the Resident Engineer in Name of Assignment: Mekaneyesusl ESlie - Sernada


approving or rejecting Road Project
construction material to be used Year: March 2022 to date
rr' by the Comracror Location: Amhara Region
• Review pavement design and Client: Ethiopian Roads Authority
prepare design change Main Project Features: Construction Supervision
,r . Position Held: Pavement and Material Engineer
• Control selling up Contractor's
field laboratory establishment, Activities to be Performed:
test procedures, crushing • Pavement design review of the avowed above asphalt road
" . activities, concrete mix designs • Perform quarterly traffic survey report
etc • Preparation of supervision quality assurance manual
• Undertake construction material • Ensuring compliance of all materials to be used by the
investigation. contractor arc within the project specifications
• Assist the Resident Engineer in • Analyze the test results in a timely manner and
the preparation of the standard recommend action to the Resident Engineer
supervtsron forms, quality • Reviewing 311 the materials approval submittals by the
assurance plan contractor, making recommendations for approval for the
• Material investigation and Resident Engineer
testing • Review and approve concrete trial mix design and asphalt
• Assist the Resident Engineer in mix design
-ioc· 'n.-~I~l,-",.~·(~~~ "--~J3;;-1!'t:~ JH .1i2tca'ia!s Jr"C t.!srzc; to tne te'IUlrc:.~1
• Traffic Analysis specified frequencies
• Review the pavement design in • Liaising with the QNQC Engineer to flag and rectify any
the pre-construction stage issues which may affect the quality of the work
• Perform pavement design and • ensuring supervision of :;,~ contractor's sampling and
material type Changes if testing
necessary • Ensuring all laboratory equipment are calibrated and
• Periodically review test results certified
and recommend types of test to • Ensuring non-compliant works are re-tested, remedied or
be conducted on the removed and Non-compliance reports (NCR) are closed
construction materials out by the Contractor
• Assist the Resident Engineer • Ensure inspection, checking and resting of all delivered
during defect liability period materials to the site for conformance to the project
• Inspect the quality of works requirements specifications
accomplished periodically • Check, approve and suggest alternative solutions for
• Others as required materials to be produced, considering the project
specifications
• Track and review the site testing and certificates of
compliance
• Monironng material performance and evaluating all stored
materials deterioration I
• Reporting and failing or marginal rest results immediately I
to the Resident ineer for escalation
• Pre rin t!ii '. . .at. ro:

I
\
i.~-
__, /


CV • Senior Pa\C!rru::nt./~13ter'iaJEngineer - Astaw ~~i~

Name of Assignment: Beles - Mekane Birhan Design


and Build Road Project
Year: January 2019 to November 2020
Location: Amhara Region
c: Client: Ethiopian Roads Authority
Main Project Features: Construction Supervision
Position Held: Pavement and Material Engineer
r Activities to be Performed:
• Pavement design review of the avowed above asphalt road
• Perform quarterly traffic survey report
< ' • Preparation of supervision quality assurance manual
• Ensuring compliance of all materials to be used by the
contractor are within the project specifications
• Analyze the test results in a timely manner and
recommend action to the Resident Engineer
• Review ing all the materials approval submittals by the
.• contractor, making recommendations for approval for the
Resident Engineer
• Review and approve concrete trial mix design and asphalt
mix design
• Ensuring that all materials are tested to the required
rifle({ fre'-lu ~rci"!~
• Liaising with the QAlQC Engineer to flag and rectify any
issues which may affect the quality of the work
• Ensuring supervision of the contractor's sampling and
testing ,
• Ensuring all laboratory equipment are calibrated and'
cenified
• Ensuring non-compliant works are re-tested, remedied or
removed and Non<ompiiance reports (NCR) are closed
out by the COntractor
• Ensure inspection, checking and testing of all delivered
materials to the site for conformance to the project
requirements specifications
• Check, approve and suggest alternative solutions for
materials to be produced, considering the project
speci fications
• 'Track and review the site testing and certificates of
compliance
• Monitoring material performance and evaluating all stored
materials deterioration
• Reponing and failing or marginal test result, immediately
to the Resident Engineer for escalation
• Preparing month I> rn n
~~~'~f'
* ,,..=t"'" _, "
'-t


f ,
cv ~ Sen.or POlvcmtnl~t:llerial Engineer '\5f3\' Dessre

Name of Assignment;

Year:
,,=" (A.,.)
Asphalt Rood Project- M'h""""'1
June 2018 to December 2018
Location; Arnhara Region
Client; Ethiopian Roads Authority I
Main Project Features: Construction Supervision
r Position Held; Pavement and Material Engineer
Activities to be Performed:
• Conducting detailed soils and materials investigations
such as sub grade, borrow pits for fill and surface course
material, quarries for crushed stone aggregates, masonry.
sand, water and other consrruction materials.
• Due follow up (supervising) on laboratory tests
• Conducting different quality tests for soil, aggregates,

. '
concrete. asphalt and other construction
various design/ supervision projects .
materials on

• Coordinating and supervising the laboratory test for


sample collected in the field.
,. , • Analysing and interpreting laboratory and field test results.
• Preparing concrete and asphalt mix design.
• Supervising of workmanship. quality of works. and
efficient usage of material, labour & equipment as per
specifications and standards.
i''''~__
~"*",, :i!l!rmanthly pr.-.gre:;5 repon.

Name of Assignment: o 77-LiIO-Alife Road Project


o K(,"~ - Cbora - Kanebo Road
Project
o Locko - Kerkiha Road Project
o Wuchale - Tulema - Kobo
Road Project
o Kussaye Hamuma Road
Project
o Gobicha - Sato - Alifc Road
Project
o Chamen - Bereda Road Project
o Chokorsa - Biha Biftu . Burka
Bereka Road Project
Year: Deeember2013 July2018
Location: Oromia Regron
Client: Oromia Roads Authority
Main Project Features: Construction Supervision
Position Ileld: Material Engineer
Activities to be Performed:
• Conducti and materials investieauons
CV • Senior rav~mentlMa,erial Engmeer _ Ash,,\' OCS51C
,..

such as sub grade. borrow pits for fill and surface course I
material. quarries for crushed stone aggregates. masonry ,



sand, water and other construction materials
Due follow up (supervising) on laboratory tests
Conducting different quality tests for soil, aggregates,
I
concrete. asphalt and other construction materials on
various design! supervision projects.
r: • Coordinating and supervising the laboratory test for
sample collected in the field.
• Analysing and interpreting laboratory and field lest results.
• Preparing concrete and asphalt mix design.
• Supervising of workmanship, quality of works. and
efficient usage of material, labour & equipment as per
If"' specifications and standards.
• Preparing monthly progress reports.

Name of Assignment: Kebridehar - Shilabo Road Project


Year: December 2009 to June 2013
Location: Somalia Region
Client: Ethiopian Roads Authority
lIIain Project Features: Construction
Position Held: Material Engineer
Activities to be Performed:
"
• Conducting detailed soils and materials investigations
,>;II(;h CIS sub il"'dp.,_b.ll't:9.\'· O!!, f.:>r fill ard su.face ,;,)", ,c
material. quarries for crushed stone aggregates, masonry,
sand, water and other construction materials.
• Due follow up (supervising) on laboratory tests
• Conducting di fferent qual ity tests for soil, aggregates,
concrete. asphalt and other construction materials on'
various design! supervision projects.
• Coordinating and supervising the laboratory test for
sample collected in the field.
• Analysing and interpreting laboratory and field test results.
• Preparing concrete and asphalt mix design.
• Supervising of workmanship, quality of works, and
efficient usage of material, labour & equipment as per
specifications and standards.
• PreDaril!grnonthJ}'_j)I'ooress reports.

.' .\
I
,

'.


.r

J5 CERTIFICATION:

I. the undersigned. certify that to the best of my knowledge and belief. this CV correctly describes
myself my qualifications, and my experience. I understand that any wilful misstatement described
herein may lead to my disqualification or dismissal, if engaged.

f •

Fuilllllme and signature ofStaffmem

Date:
Ful name a d signature of Authorized I eor lsent3tivc DaylMonrltlYc(tr

'-

.:;~

1'1 r
<-I" .,


ee
..,.
...
r-
r--
0:>

- .... "

......
:..~...~
,'. ..... :

.
,...
_
,.
.. _

I
;
Hi f ~ I

J 10)


r---- ---_._-_ _._-_._._--
.. --,
1 =

,..'
,
i
!
i
~l
.<';\
I

f
l, l
, .1 •

r
-
.!
1
! .'

.--. I
, ,
I
j
! --.:

. '.'i .'
. .:.•.. '!
u.'1f· ."
r.~,~
.-- - ......... j
'

" ·."1

- - -.-
r:

;. ~ f
••
.:'·f ~
'-. "1 ,

l
-I,
.,
. !
.

\ ~
\


._,.. ... -~.... ~--

Consultancy Services for COntinuation of Construction Supervision of


Bishofiu - Clr./~ Donsa - Sendafa DfSlgn and Build Road Project Ettuopian Roads Admintstranon
,.

,,

Structural Engineer

...... It-,:c..

f ( !r.t..;! 1 "M ....'


I .

7. Form of Declnration of Interest

PROPOSED POSITIO~: Senior Srructural Engineer


t'
NAME OF FIRM: Whitcknight Construction Management Consultants Pic.

NAME OF TAFF: Tirusew Taye

t. I. the under signed staff confirm that I am interested and will be available for the proposed position
mentioned here above for the Consultancy ervices for the Continuation of Construction
Supervision of Bishofru - Chefe Donsa - Scndafa Design and Build Road Project to work
rf', Whiteknight Construction Management Consultants Pic. in sub consultancy with STriDE
Consulting Engineers Pic. in the above mentioned position. I also declare that:

" . • I have submitted my CV and signed a declaration of interest not for more than two consultants
including this consultant in this particular project. r understand that, r will take full individual
responsibility. if I am found signing a declaration of interest for more than two consultants in
this particular project.

TlJ~jl1(Qrlnati,on"Olll)\' CVcf.$i)Cl'ial~!Ilc ~XIM'.c~~,,*~~ ."A;,,* work ;1';"''''' '1rIl,'I'!


wn.. ~ ~,;d';tspl:iccmagt"1lrl)grc,:>-s rS-C:-orrect1lnlr" time of Signing this declaration and r will
lake full individual responsibility if there is any misrepresentation of facts on the CV and ERA is
at liben) to take any appropriate act ion.

• I have agreed not to be proposed or engaged on ERA projects for six months' time starting from
the notification of the successful firm if I decline to work with the firm if it is found successful
unless and otherwise Iencounter circumstances outside my reasonable control and not foreseeable
including bUI not limited (0 death or medical incapacity or if the number of projects that I am
being engaged in surpassed the maximum allowable workload limit; and

• I have agreed on my sal a') to be paid if the firm is found successful on the subject project.

Dale:

Full name and Signatu: ofStaLbCI Day/Month/Year

Date:
(J~ /C:"/1.L
Day \Ionth Year
r Curriculum Vitae

I. Proposed Position: Senior Structural Engineer


r
2. Name of Firm: Whitd.night Construction Management Consultants Pic
3. Name of Staff: Tirusew Taye
r
4. Date of Birth: March 1983. Nationality: Ethiopian
5. Education:
r
Names of Education Institutions Dates attended Degree(s)/ Diploma(s) obtained

Addis Ababa University September 2013 to M.Sc. Degree in Structural Engineering


:r November 2016
Addis Ababa University September 2000 to July B.Sc. Degree in Civil Engineering
2006

6. Relation with the Finn:

7. :'Y1embershipofProfessiooal Associations:
o Ethiopian Association of Civil Engineers (EACE)
o Registered Professional Structural Engineer (PBE-OS2) from Ethiopian Ministry of Worl-s
and Urban Development

...
~ti"~·l.llnjh~:
o
~-
Microsoft office, Auto CAD
o Certified with Quality Management System Development & Implementation Based on ISO
9001:2008, organized by the Ethiopian Standards Agency,
o Structural an,lyses program SAP. and STADD Pro
o Project Management using Primavera Project Planner 3.0; & Microsoft Project Planner
o Bridge Inspection and Maintenance using new technologies conducted by Japan International
Cooperation Agency and Ethiopian Roads Authority, that included Bridge Damage
Inspection. Introduction to New Bridge Repair Technologies and Materials and Field practice

9. Countries of Work Experience: Ethiopia, Sierra Leone and Belize


10. Languages:
Language Speaking Reading Writing

English Excellent Excellent Excellent

Amharic Excellent Excellent Excellent

II. Current Employment Record with Ethiopian Roads Aumont):


I. Name of Project Employer Position The o/o-1£e me %age
No. on the Completion or Completion
Projects the Project of Specific
Assignment

"\1">' Robe Agarfa - --°J;£i:i¥~1f


....fA.T".,
~
.zrF...t~o <",-
.,.
Alt. Lot~. \rsi Robe-
\\,IN River flridoe


_____________________ ...:C:_;\c_;S<=n:::"":..;S:::':..:ru"'c':.::u.r31 Engn'K:'ef - 11~ T .I)t

Design and Build Road Consultancy


Project 17.6%
2 Goge - Jore - Akobo Civil Works 30%
I Road Project Contract 4.8%
I: Goge -Jore-
Consultancy
Anglla; Lot I: Km
0+-000 to J6tOOO 16.7%
3 Feseha Genet -o.le- Works 6.43% 48.1%
Soyama - Segenet - Ethiopian Construction Senior
Consultancy
Gebel beno Road Roads Supervision Structural
66.85%
Project; Lot 2: Chuluse Administra Engineer
-Soyamn-Km lion
79+500
4 Muketuri - Works 28.81% 24%
Alemkctema Road Consultancy
Upgrading Project; 87.55%
"
Lot-2 Kokebmesk -
Alemketema
'r -,
12. Employment Record

From: November 2019 to date


Employer: Permanent@STRJDECONSULTING ENGINEERS PLC
Position Held: B~idge En~i"ecr

From: October 20 16 to November 20 19


Employer: Freelance@ Inros Lackner Consulting Engineers & Architects
Position Held: Bridge Engineer

From: December 20 15 to October 2016


Employer: Permanent@ Net Consult Consulting Engineers & Architects Pic.
Position Held: Structural Engineer IBridge Engineer

'. From: December 2009 to September 2016


Employer: Permanent@COREConsulting Engineers Pic.
Position Held: Structural EngineerlBridge Engineer

From: May 2009 to November 2009


Employer: Permanent@ Afe"ork Giday Contractor
Position Held: Construction Engineer

From: Oct 2006 to April 2009


Employer: Freelance ~ Oriental Consulunts Co., Ltd
Position Held: Structural Inspector I Assistant Resident Engineer

I~. \\orl. Undertaken that Best Illustrates C


13. Detailed Ta>ks Assigned:
Tasks Assigned:
:::.... _
and
Name of the assignment
o Arsi Robe - Agarra - Ali: Lot 2 Arsi Robe - wabe River
I
IJridge Design anJ Build Road I'roj<'Ct (ICB)


C\ - SenIOr Slr\tCIuDi (n:u~ - TU"loCW 11)(:

revised, following review of Anglla; Lot I: Km 0+000 to 36~000 (ICB)


(. previously submitted or
Year: June 2021 - To Date
review of previously
approved design Location: Ethiopia
:;. Client: Ethiopia Roads Autbcnty
Assist the RElOeRE in
(- Main project features: Construction Supervision
reviewing structural Or
bridges construction program Position held Senior Structura I Engineer

f~ ,. submitted by the COntractor.


Review and comment on the
Activities performed:
• Review of the structural design and detailing of all structures on
working drawings & As _ the road. including the steel works. all bridges. culverts, inlet and
Built drawing of !he outlet structures, drainage works. and erosion protection works,
structures submitted by the • Review and approve working drawings of structures.
Contractor. • Following.up all site superviSions of structures which includes
,. Training ERA srolf regarding preparing inspection checklists. organizing the structural
inspectors and attend and inspect critical works on site.
( . ,.
supervision of structures.
Regularly and as required
inspect structural layout and Name of Assignment Or Project: Zalambesa - Alitena - Mama
structural construction Design and Build Road Project; Contract I: Zalambesa - Atitena (32
r • activities Km)
:;. Inspectors to set inspection Year: June 2020 - November 2020
procedures for the structures Location: Tigray Region
,. Outline checklists of all. Client: Ethiopian Roads Authority
important items to be checked Main Project Features: Detail Engineering Design for Design and
by the inspectors to SCt Build Road Project
inspection procedures for the Position Held: Senior Structural Engineer
structures Activities Performed:
»
}>
()fl'·"~g..JFC:a,,_,__
If required,
==~:W:*~'~'r
Check and prepare quantities

recommend
: • The main

project
feature
~J. ~ ...
of these projects is Design
H:lO~kld 'ib..1o..·~'1t;trar"'E"g:n
Review and
..·;;t. t.,t.·~:.e;

design changes of structures • Review of the structural design and detailing of new culverts,
to be performed by the • Review of the structural design and detailing of new culvens,
Contractor, new bridges, inlet and ocilet structures. drainage "orks and
,. Others as required erosion protection works.
• Assessment of the original design and to ensure the suitabi Iity of
the design provisions with respect to current design standards
and actual site conditions, in preparation of Structure Design
Review Report.
• Designing and preparation of complete drawings for new
provisions
• Reviewing and approving work drawings of all structures.
I.
• Bridges, inlet and outlet structures, drainage works and erosion
protection works.
• Assessment of the original design and to ensure the suitability of I
the design provisions with respect to current design standards
and actual site conditions, in preparation of Structure Design
Review Report,
• Dcsigning and preparation of complete drawings for new
provisions
• Reviewed and approved working dm"ings of all structures

I •
CV - Senior Structural £nplne~r - Tnusc...v T:I)e

Position Held: Senior Structural Engineer


Activities Performed:
• Review of (he structural design and detai I ing of all structures on
F the road, including the steel works, all bridges, culverts, inlet and
outlet structures, drainage works, and erosion protection \ ..-orks.
• Review and approve working drawings of structures.
• Following-up all site supervisions of structures which includes
preparing inspection checklists, organizing the structural
inspectors and attend and inspect critical works on site.

Name of Assignment or Project:


o Korern - Sekota - Abi Adi Design and Build Road Project
Contract I: Korem - Lalibela Junction (With SUR
Construction) (72 Km)
o Korem - Sekota - Abi Adi Design and Build Road Project
Contract 3: Abergele - Agbe (with SUR Construction) (76
Km)
Year: August 2019 - November 2020
Location: Tigray and Amhara Regions
Client: Ethiopian Roads Authority
" " Main Project Features: Detail Engineering Design for Design and
Build Road Project
Position Held: Senior Structural Engineer
I. ,
Activities Performed:
• The main feature of these projects is Design Review and
Supervision. I have worked as a Structural Engineer in these.
"'__"'_"~'ii<!?"".,f;I:Z...._~~:r._:;j'4GD>;i?""RF5i!ilO!._""'._.;;:'",,!~ - ±i7J' >.. ti--~!- ~
"
• Review of the structural design and detailing of new culverts,
• Review of the structural design and detailing of new culverts,
new bridges, inlet and outlet structures, drainage works and
erosion protection works.
• Assessment of the original design and to ensure the suitability of
the design provisions with respect to current design standards
and actual site conditions, in preparation of Structure Design
Review Report.
" • Designing and preparation of complete drawings for new
provisions
• Reviewing and approving work drawings of all structures.
• Bridges, inlet and outlet structures, drainage works and erosion
protection works.
• Assessment of the original design and to ensure the suitability of
the design provisions with respect to current design standards
and actual site conditions. in preparation of Structure Design
Review Report.
Designing and preparation of complete drawings for new
provisions
Reviewed and approved working drawings of all structures.

ame of Assignment Or Project: l3andajuma - Liberian Border Road


and Bridges Supervision Project (98.7km)
Year: October 2016 to November 2019

Rcvic\\' or the Siruclural d~n an~


~'-.I-.
r
CV - Senior Structural Engineer - Ttrusew Tayc

and
outlet structures, works. and protection works.
• Review and approve working drawings of structures.
I, • Following-up all site supervisions of structures which includes
preparing inspection checklists, organizing the structural
inspectors and attend and inspect critical works On site.

Name of Assignment or Project: Adola - Haranfema Road Design


Project (72km)
Year: December 20 15 to October 2016
Location: Ethiopia, South Region
Client: Ethiopian Roads Authority
Main Project Features: Detailed Engineering Design
Position Held: Senior Structural Engineer
Activities Performed:
Preliminary Design of Bridges
• Crossing site selection
'f '
• Selection of type of structure
• Preliminary condition survey of the existing drainage structures
• Review Topographic survey, Geometric design, Geo- technical
investigation and Hydrologyl Hydraulic designs for each bridge
". • Prepare Preliminary Layout
• Prepare Engineering Investigation Report
" . • Final Detailed Design of Drainage Structures and Bridges
• Review of preliminary layout at site (site visit)
• Prepare Structure design criteria

• Plan-in-hand field review


• Final design
• Prepare Design calculations
• Prepare drawings
• Prepare Final Structures Design Report

Name of Assignment or Project:


o Morocho - Sodo (Contract - II) Design and Build Road
Upgrading Project Supervision (92km)
o Dejen - Felegebirhan Design and Bui Id Road Upgradi ng
Project Supervision (74km)
o Koka - Adulala Design and Build Road Upgrading Project
.'
Supervision (54km)
Year: December 2015 to October 2016
Location: Northern Region
Client: Ethiopian Roads Authority
Main Project Features: Construction Supervision
Position Held: Senior Structural Engineer
Activities Performed:
The main feature of these projects is Design Review and
Supervision, I have worked as a Structural Engineer in these
project
• Review of the structural design and detailing of new culverts.
• Review of the structural design and dctai ling of new culverts,
new bridges. inlet and outlet structures, drainage works and
",
erosion protection works.
Assessment of the original designand to
the dcslgn provisions with respect to
and actual site in
Review Report.
f '
• Designing and preparation of complete drawings for new
provisions
• Reviewing and approving work drawings of all Structures.
I ' • Bridges. inlet and outlet Structures. drainage works and erosion
protection works.
• Assessment of tile original design and to ensure the suitability of
the design provisions with respect to current design standards
and actual site conditions. in preparation of Structure Design
Review Report.
• Designing and preparation of complete dl'1lwings for new
" •
provisions
Reviewed and approved working drawings of all structures.
,.
I Name of Assignment or Project:
o Keterna Nigus - Adi Selam - Maigaba Road Design Project
(87km)
,I' o Amba Gyiorgis - Arba Tseguar - Abi Adi Junction Road
Design Project (31 Okm)
o Afdera » Irebeti Junction, Ena Ale > Ahmed Ela Road
.1 •
Design Project (133km)
o Ayikcl. Zufan-Angereb Road Design Project (140km)
o Jijiga - Gelelsh - Degehamedo ' Segeg Rood Design Project
(200km)
o Dansha - Abderaf - Maikadra Road Design Project (120km)j
o Fclegebirhan - BahirdarRoad Design Project {I 72km)

- ~.o.rer·le.~".rJtc. 1{();l;l D-.!Slgr. Prcje ....; "O~nl}


o Meg.nagna - Thorhiloch Rood Design Project (Urban Rood)
(7km)
I
Year: December 2009 to December 2015
Location: Nonhern Region
Client: Elhiopian Roads Authority
Main Project Features: Detailed Engineering Design
Position Held: Senior Structural Engineer
Activities Performed:
• Carried out Assessment and Design for upgrading major and
minor drainage structures;
• Design of new bridges and foundations;
• Developing different design systems using the available
structural design son wares.
• Control and monitor the execution of the design works of
different projects in tile design studio.
• Preparation of Engineering Reports and Technical,
Specifications.

Name of Assignment Of' Project: Omo River Oridge Strengthening


Design and Build Project (128m span bridge)
Year: July 2015 to September 2015
Location: South Region
Client: Ethiopian Roods Authority
\lain Project Features: Design Rev ic\\ and Supervision of Bridge
Strengthening Work
Position Held: Senior Bridge Engineer
Activities Performed:
CV - Senior SVuclural engineer - Tbusew Teye

changes in the final work, which included change of the diagonal


members On the truss. The Strengthening work, which included
rearranging members of the truss and external prestressing, was
successfully completed in September. 2015.

Name of Assignment or Project:


o Gambella - liang - Jikawo Asphalt Concrete Road Project
rr-. (102km)
o Adura - Akobo and Adura - Burbe Road Project (125km)
o Megenagna - Meskel Square - Torhailcoh Road Project
Contract 2: Wuha Limat- Tor Hailoch (Urban Road) (7km)
I' o Jirnrna - Mizan - Bonga Junction Road Project Contract I:
Jimma - Bonga (90km)
I
o Sawla - Maji Road Project Lot III: Salayish -Omo (7Skm)
-·, . o May Tsebry - Dima - Fiyel Weha - Abi Adi - Hawzen Road
Project, Contract 2: Dima - Fiyel Weha (75km)
1 Year: October 20 I I to January 2016
Location: Different parts of Ethiopia
r,' . Client: Ethiopian Roads Authority, and Addis Ababa City Roads
Authority
Main Project Features: Construction Supervision
. ,'. Position Held: Structural Engineer
Activities Performed:
• Prepared a lot of working drawings for drainage structure works
, . • Supervised the construction of Bridges and culverts
• Checked the quantity computation of drainage structure works

-- ~:___~:: ?ULdetaLl~~t~'-'fa!-desi~2~t;ichl~cl'~esfOI:ndatioll

Name of Assignment or Project: Bridge Management Support Service


under Adigrat, Gonder, and Kombolcha District Lot-2.
Year: December 2009 to October 2012
Location: Gonder
Client: Ethiopian Roads Authority
Main Project Features: Bridge Inspection and Maintenance
Position Held: Senior Bridge Engineer
Activities Performed:
• Involved in collection and study of Documents.
• Collected and set up of the necessary inspection equipment and
tools
• Involved in the inspection and inventory stage
• Improved and Produced Inventory and Inspection Forms
• Prepared data Entry into BMS/eMS Software
• Prepared Pictures and Sketched Bridges and Culverts
• Made composinon with Previous Inspection Data
• Involved in Database Update
• Prepared As-Built Drawings and Bridge Map
• Conducted Bridge Signs and Marks survey
• Carried Out Most Prevalent Damages and Right of Way
Problems identi fication

Na!ne of Assiunment or P(?ject Sernera Uni v

f•
!.
Project
Year. January 2009 to November 2009
Location: Afar Region
[r • Client: Mistry of Education
Main Project Features: Construction of Buildings and Access Road
Position Held: Construction Engineer I Office Engineer
Activities Performed:
o Check and prepare working drawing and bar schedule as per the
design;
o Supervision of all the drainage Structure "orks;
o Planning and scheduling project activities;
o Monitor the progress of tbe projects.

'r : Name of Assignment or Project Gohatsion - Dejen Trunk Road


Rehabilitation Phase III (J9km)
Year: October 2006 to January 2009
,'. Location: Oromia and Amhara Region
Client: ERA
Main Project Features: Rehabilitation of Existing road to Asphalt
Pavement, Construction on New Abay Bridge. 303m Span, cable
stayed Extra Dosed Type
Position Held: lnspector as well as Assistant to the Resident Engineer
Activities Performed;
o Quality control and progress follow up of the road and bridge
~Yorks
I· 9·s.~l>iIl1ll.1'c(";pntWjrnF1I'QJw, !:.liCtU~tnC6 Q; l"'~~l~Qij'
tests, checking shop drawings and other submissions, make
variation design for the road follow-up schedule and progress.
keep records, and make monthly summaries of all activities and
tests.
o lnspecticn ufthe original drawing and r... .Je>ting modification if
need
o Follow up all temporary construction especially around bridge
office like Yard (carpenter, bar bender, welder and Mechanic),
access roads and drainage
o Inspect the preparation works like form work, rebar and steel
structures
o Follow up the construction mass concrete of the two abutment
and one pier as remedies for change in bearing layer to the
design footing bottom elevation
o Inspection of reinforcement, forrnwork. prestressing cable duct.
'. concrete placement and ~routing work,

, ,.
'j
\ •I \0 ..... , ,... \rn,. c

~ ,

r. 15, CERTIfICATION:

I. the undersigned, certify that to the best of my knowledge and belief. this CV correctly describes
, : myself. my qualifications, and my experience. I understand that any wilful misstatement described
herein may lead to my disqualification or dismissal, if engaged.

,:

-
/ 1'·11.' ...._ Date: e 1. I Q A
Day/Month/Year
/1 "-

I"

, .•
\

~.

\ \
'r
h .It il h n () f.tilcfl.t
ADDIS ABABA UNIVERSITY
r

FO RM
.1 January
1035/77
17, 2017

rr
UNlVE RS lTY REG I STRA R

------_---------

TEMPORARYCERTIFTCATE
~ .. .
OF' GRADUATION
, ,

••,

..\
.. With M.Sc. Deg1'ee

- " ·in C i v i l E II g i 11 e e r i u g
\ (S"t r 11'c t II r a lEn gin e e r i it g )
On No v e m b e r 17,2016

" .\
I
-" _ "'.._.
;-y~
" ......
, c,
~
- ) •

. ~~~~,
.'

,~
Ir

rr
-ec:n
u.. .- ~
o 0 Q)

w
w en ._c:
Q)

et:: en
o c
rr ' w w
o
['
w
:r: ._>
~ U
c
, ,
-
z .. -.. L

o
.c:
,_~»,
&.

"

:..;.
L:~
'-0-

-='
_..:
~

,.
~. --
. .. ',.-
.~
;_. r , -
_- :::::
[_ <0 =....::
--= -, .

- :-:. ::. ~ :.....


-_ -.'"

,~
, ,
;:':"_

'-
~-. - .'"I"'fV•...----

Consultancy ~n'IC<S for Continuation of Constructlon Supervision of


Bisholtu - Chefe Donsa - Scndofa Design and BUIld Road Projea Ethiopian Roads Administration

Highway Engineer

,_

\
il


'_

7, Form of Declaration of Interest

PROPOSED POSITION: Senior Highway Engineer

NAME OF fIRM: STrl DE Consulting Engineers Pic,

NAME OF STAFF: Thomas Melese

L the under signed staff, confirm that I am interested and will be available for the proposed position
mentioned here above for the Consultancy Services for the Continuation of Construction
Supervision of Bishoftu - Chefe Donsa - Sendafa Design and Build Road Project to work
Whiteknight Construction Management Consultants Pic, in sub consuhancy with STriDE
Consulting Engineers Pic, in the above mentioned position. I also declare that:

• I have submitted my CV and signed a declaration of interest not for more than two consultants
including this consultant in this particular project. I understand that, I will take full individual

,.. responsibility, if I am found signing a declaration of interest for more than two consultants in
this particular project,
,
--~~=
........
-l:h4-.jp£."WUlti')ll On !W; (i,v ils~r,.i,alJ,w~!he,exf"}rience record and-the current ,"01')( commitment
,. wmr~mtit>j}C7Eentage progress is correct at the timeor' signing this declaration and I wiil
take full individual responsibility if there is any misrepresentation of facts on the CV and ERA is
at liberty to take any appropriate action.
• I have agreed not :n be proposed or engaged on ERA projects for six monih-' lime starting from
the notification of the successful firm if I decline 10 work with the firm if it is found successful
unless and otherwise I encounter circumstances outside my reasonable control and not foreseeable
including but not limited to death or medical incapacity or if the number of projects that I am
t. being engaged in surpassed the maximum allowable workload limit; and
• I have agreed on my salary to be paid if the firm is found successful on the subject project.

Date:
"_ e. {91./2.'L
Full name and signature ofSGff member Day/Month/Year

Dale:

/~
(
I
CV - Serucr Highway Engineer - ThonUlS I"fele:.~

r
r
Curriculum Vitae

I. Proposed Position: Senior Highway Engineer


fr' 2, Name of Firm: STriDE Consulting Engineers Pic.
I 3. Name of Staff: Thomas Mclese Gebremedhin
4. Date of Birth: February, 1987 Nationality: Ethiopian
5. Education:


MSc. International Masters of Infrastructure Planning - University of Stuttgart,
Germany, 2016
• MSc. Road and Transport Engineering - Addis Ababa University, Ethiopia, 2014
'f'
(Pending with Thesis)
• B.Sc. Degree in Civil Engineering - Hawassa University, Ethiopia, 2010
• Certificate in "Transforming Urban Mobility: Introduction to Transport Planning for
Sustainable Cities"; UCL (UNIVERSITY COLLEGE LONDON), GIZ &
TRANSFORMING URBAN MOBILITY INITIATIVE (December, 2020)
• Certificate in "Think Road Safety - Road Safety Training for External PARTNERS
if'[ (facilitated)" - Open Learning Campus, World Bank Group (Online), 2020
• Honoured Code Certificate in Introduction 10 Computer Science and Programming (a
course of study offered by MITx, an online learning initiative of the
, ' MASSACHUSETTS INSTITUTE OF TECHNOLOGY through EDX) privilege, 2013

" ,
7. Membership of Professional Associations:
• Registered Professional Highway Engineer,
• Member of Ethiopian Civil Engineers Association (ECEA),
• The Alumni Network of the University of Sturrgart (AlumniUS),
• Member of the Association of Friends of the University of Stuttgart,
• The Alumni Network of German Academic Exchange Program (DAAD),
8, Other Trainings:

• ArcGIS **********
• AutoCAD, Micro-Station **********
• Civil-3D, MX-Road, Inroads and Eagle-Point **********
• VISUM and VISSIM **********
• MS-Projcct **********
• Microsoft Office ™ tools **********
• Revit,ArthiCAD,3D-Max **********
Sketch-UP, Photoshop **********
• Basic Programming Skills with Python & en **********

.-
J .. ~

-_ A
. \'
Ff/
~'"'" .;::
'1.'"",-

---. -
• 1'}lI\,
......··).,·v
\.. <~


cv - Senior III,h\\1'I)' Enguu:cr- TI1Ullhb Melese

10. Languages:

Speaking Listening Reading Writing


I
II Amharic Mother tongue Excellent Excellent Excellent
English Proficient Proficient Proficient Proficient
German Intermediate Intermediate Intermediate Intermediate
"~
II. Current Employment Record with Ethiopian Roads Authority:

"~ I. Name of Employer Type of Position The%age The 'Yoage


No. Project Project on the Completion Completion
,. Projects ofrhe of Specific
Project Assignment
of the Staff
,.. I Muketuri - Ethiopian Construction Road & Works 0.00%
Alemketema Roads Supervision Safety 26.3%
Road Authority Audit Consultancy
,. Upgrading Specialist 87.55%
Project; Lot-Z
Kokebmesk -
A Lemketema

From: Nov 2019 to Date


Employer: STrIDE Consulting Engineers Pic.
Position Held: Senior Highway Engineer & Urban Transport Specialist (Permanent)

From: Apr 2021 to Date (Freelance)


Employer: Value Engineering PLC
Position Held: Road & Safety Audit Specialist

From: August 2019 to Present


Employer. RAMBOLL Denmark
Position Held: Transport Planner & Traffic Engineer

From: Sep 2019 to Present (Freelance)


Employer: DANA Consulting & Associates Engineering Consultants Pic
Position Held: Transport Planner

From: Oct 2019 to ~Iar 2020


Employer: Transforming Urban Mobility initiative (TUMI) - GIZ
Position Held: Urban Mobility Specialist (Technical Support Expert)

From:

-I\....-.
I..
- --~

I •
- jC} ~ ~ \
\
From: Septem ber 20 I 7 to August 2019 (Freelance)
Employer: Yohannes Abbay Consulting Architects & Engineers- VACAE
Position Held: Transport Planner & Highway Engineer

From: Aug 2017 to May 2018 (Freelance)


Employer: China Gezhouba Group Company Limited- CGGC
Position Held: Highway Engineer and Technical Manager
fr'.
From: December 2013 to August 2014 (Freelance)
Employer: ALERT Engineering Pic
Position Held: Team Leader, Highway Engineer & Transport Planner

From: November 20 13 to May, 2014 (Freelance)


, " Employer: GOGOT Consulting Engineers Pic
Position Held: Highway Engineer

._ . From: July 2011 to Aug 2014


Employer: CORE Consulting Engineers Pic
Position Held: Highway Engineer

From: January 20 II to April 20 II


Employer: YENCOMAD Construction p\ t.ltd.co
Position Held: Office Engineer

Position Held' Site Engineer

Employment in Acad~mi.
From: February 20 II to August 2014
Employer: ADAMA Science and Technology University-A$TU
Position Held: Lecturer

13. Detailed Tasks Assigned: 14. Work Undertaken that Best Illustrates Capability to
Handle the Tasks Assigned:
• Responsible for the design
review regarding the design Name of Assignment: Dubti - Arrisa - Adigala -
standard and geometric design of Biyokebob Design and Build
the road Road Project; Lot-II: Km
• Plan, coordinate and superv ise 72+000 - 15(}+o()O(78 km)
activities of design changes Year: June 2021 to date
• Recommend design changes as Location: A far and Somali Regions
required. Client: ERA
, Cheeks the control stations and vlain Project Features: Design & Build
Position Held: Senior J.ligh\,·a} En~ineer
Activities Performed:

( •
\t \ I
/1 _-
t
- 1'14 _\ '"
\.
'1 ...
II _./
.
/
\
cv - Seroor J.hgJ1\vay Engineer 111011111$Mc!l::,e

Design of road networks with all geometric elements;


Extraction of earthwork and drainage x-sections:
• Design and location of drainage structure;
Quantifying earthwork. pavement & drainage structure
Quantities;
Preparation of inputs for contract documents
" .
Name of Assignment: Tolla Gelila Laska
Concept Design Project
Year: 2021· now
Location: SNNPR
Client: ERA
Main Project Features: Concept Engineering Design
Position Held: Senior Highway Engineer
r: Activities Performed:
• Checking survey data;
• Developing DTM;
• Horizontal and Vertical alignment design;
• Design of road networks with all geometric elements;
• Extraction of earthwork and drainage x-sections;
, . • Design and location of drainage structure;
• Quantifying earthwork, pavement and drainage Structure
Quantities;
Preparation of inputs for COntract documents

Name ot:;.s~jgnmenl:. Muketuri • Alernkctema Road


- Upgradlng Project; Lot·2
Kokebrnesk • Alemketema
Year: April, 2021 to date
Location: Orornia Regional State
Client: ERA
"lain Project Features: Construction Supervision
Positions Held: Road & Safety Audit
Specialist
Activities Performed:
• Preparing traffic management Plans;
• Preparing Construction Safety Plans;
• Preparing Detour alignments;
• Ensuring proper installation of road safety elements
such as traffic signs, pavement markings, safety barriers
and street lights.
• Ensuring road safety during construction;
• Ensuring fulfilment of safety standards in the project
site;

Name of Assignment: Zalambessa • Aluena DB


Project
Year. 2020· now
~~~~~~ ,"",,~~~.,.!:~!!!2'!L _!T:!&igr::!'"
Ethio

.; "'''''\
"j...;ii~,

_-
.... j
"'.
-c ',
~ I
"II'~
/


Client: ERA
Main Project Features: Design & Build Road Project
Position Held: Senior Ilighway Engineer
Activities Performed:
• Checking survey data;
• Developing DTM;
• Horizontal and Venical alignment design;
• Design of road networks with all geometric elements;
Extraction of earthwork and drainage x-seciions:
Design and location of drainage structure;
• Quantifying earthwork. pavement & drainage structure
Quantities;
• Preparation of inputs for contract documents

Strategic Comprehensive
Name of Assignment: Transpon Development Plan
I,
(SCTOP) for Addis Ababa
City
Year: Sep 2019 - August 2020
Location: Addis Ababa
Client: AACRA
Main Project Features: Transport Master-plan
Position Held: Transport Planner
Traffoe Engineer

, . • Data collection
validation;
and report on data verification and I
• Transport Model Development;


Assessment of the existing condulons and performance;
Definition oftranspon vision. goals and strategies;
I
• 2030 Transport Plan development;
• Development of sub-sector plans;
• Financial assessments;
• Implementation plan and strategies;
• SCTDP final documents;
• Launch event of SCTDP;
• Post-SCTOP support

Name of Assignment: Road Design Projects in AA:


Package 41 ; Lot 2
Year: Sep 2019· now
Location: Addis Ababa
Client: AA Cit) Road Authority •
AACRA
,\Iain Project Features: Complete Street Design
Position Held: Transport Planner
Activities to be Performed:
• Corridor Determination,
Prov idin!: Inputs for Feasibiluy IUd}.
P,O\idlng In IS forEI.-\&SI.\ ·tud\.

...'
I
../._ '. "..
v \J"~'
\)........___.,
.I
-,
1 I
"I~
I :"'. \
\
~

I
CV - Senior Highwuy Engmeer - Thomes Mctese

Detailed Engineering Design and


Preparation

Name of Assignment: • AA Transport Strategy


Safe Cycling & Bike-
sharing System of AA
rr (Pilot project);
Year: June, 2018 -AuguSt, 2019
Location: Addis Ababa
Client: AA city gov't Transport
Program Management Office
-TPMO
Main Project Features: Urban Transportation
Position Held: Urban Mobility &
Infrastructure
Development Advisor
Activities Performed:
• Conducting a survey on cycling culture of AA
• Studying and Analysing the potential of road network of AA
for cycling;
• Preparing cycling network plan & possible stations
• Preparing Action Plans
• Reviewing Non-Motorized Transport Strategy of Addis
Ababa

Name of Assignment:

y
Location: Diredawa and
Tigray Regional State
Client: Ethiopian Shipping &
Logistics Serv.ce Enterprise,
ESLSE
Main Project Features: Master Plan & Business Plan
Position Held: Transport Planner &
Highway Engineer

Name of Assignment: Abobo Meti Road


Upgrading Project Contract
[I: Kubito Mazoria-Meti -
Km76 (82 Km)
Year: Aug, 2017- May, 2018
Location: Gambela Regional State
Client: ERA
Main Project Features: Design Review & Working
drawing preparation
Position Held: Highway Engineer &
CV - Senior Uig!1\\'ay Ene;lnccr - 1 hOIIl;lj i\lclc:sc
'r

Name of Assignment: Gambeltu-Mejo-Gubo Harne


Road Project
Year 2014
r Location: SNNP Regional State
Client: ERA
I\lain Project Features: Geometrical Design
Position Held: Highway Engineer
Activities Performed:
Checking survey data;
Developing DTM;
Horizontal and Vertical alignment design;
• Design of road networks with all geometric clements;
Extraction of earthwork and drainage x-secrions;
rr • Design and location of drainage structure;
• QuantifYing earthwork, pavement and drainage structure
Quantities;
,. , Preparation of inputs for contract documents

Name of Assignment: • Detail Geometric design of


Lot II: Tahtay Adyabo,
Kaftahumera and Tsegede
Weredas AGP Rural Road
., ' Projects
• Concept Design of Efeson
., . - - --~ - l>iehal">WJ Design and
Build Road Project
• F2 - F3 Design and Build
Road Project
Year: Dec 2013 - Aug 2014
Location: Tigray Regional State, SNNP
Client: ERRC, ERA
Main Project Features: Geometrical Design
Position Held: Highway Engineer
Activities Performed:
Checking survey data;
• Developing DTM;
Horizontal and Vertical alignment design;
• Design of road networks with all geometric clements;
• Extraction of earthwork and drainage x-scctions:
Design and location of drainage structure;
Quanti fying earthwork, pavement and drainage structure
Quantities;
_,
Preparation of inputs for contract document,

Name of Assignment: Gambitu - l\ kjo - Gubo


Harne Road Upgrad ing
Project
1'0\ 2013 to \Ia,' -l

, I,
\1\/ \ -

\ \
\\ ~I, "
\ '


,-

Client: ERA
r Main Project Features: Detailed Engineering Design
Position Held: Iligh\\'ay Engineer
Activity Performed:
• Checking survey data;
• Developing DTM;
• Horizontal and Vertical alignment design;
• Extraction of earthwork and drainage x-sections;
• Design and location of drainage structure;
• Quantifying earthwork, pavement and drainage structure
Quantities;
• Preparation of inputs for contract documents

II Name of Assignment: Jijiga-Gelelesh·Deghamido-


Segeg Road Project
Year; 2012 ·2014
Location: Somali Regional state
r Client: EAR
Main Project Features: Detailed Engineering Design
Position Held: Highway Engineer
II' Activity Performed:
• Checking survey data:
• Developing DTM;
• Horizontal and Vertical alignment design:
.~====:3~=:==;::====;=2:==~::~
:-: - -
. ...
Extraction
t;c;:rfgfF.Jnu
and drainage x-sect ions:
0 f earthwork
~ttl;OTI of
drainage structure,
Quantifying earthwork, pavement and drainage structure
Quantities;
Preparation of inputs for contract documents

Name of Assignment: • Dobi-Elidar·Oelho Road


Project
Asaita - Tendaho Sugar
l Factory Road Project
• Effeson-Mehal mcda DB
Project
Year: 2012·2014
Location: A far Regional State
Client: ERA
j
Main Project Features: Concept Design
Position Held: Ifighway Engineer
Activities Performed;
Selecting Feasible Route
• Proposing Horizontal and Vertical alignment design;
Extraction of earthwork and drainage x-sections;
Design and location of drainage structure:
• Quantifying earthwork. pavement and drainage structure
Quantities.
Generating reports which are helpful for...fllrther bidding
.--...,_ recess.

-,

\ --I I
.\
\J\r-"
\ \
\
- ):1.'1-
Name of Assignment: Fclegebirhan-Bahirdar Road
Project;
Year: 20011 - 2012
Location: Amhara Regional State
rr Client: Ethiopian Roads Authority
Main Project Features: Detailed Engineering Design
Position Held: IIigh'vay Engineer
Activity Performed:
• Checking survey data;
• Developing DTM;
• Horizontal and Vertical alignment design;
rr
• Extraction of earthwork and drainage x-sections;
• Design and location of drainage structure;
• Quantifying earthwork, pavement and drainage structure
'I
Quantities;

Name of Assignment: Gondar District Bridge


If '
Management Inspection
(BMI) Project
Year: 201112012
., , Location: Amhara regional state
Client: ERA
Main Project Features: Inspection of Drainage
Structures
Position Held: StructurallBridge Engineer

Activities Performed:
• Inspection of minor and major drainage structures along the
I
district road network
• Identifying cause of structural failures
• Forwarding comments and solutions to the failures.

Name of Assignment: • SI. Joseph RR Roundabout-


Debrezeit Health Center
Road Project
• Kality Ring Road
Roundabout
• Meske I Flower-Rwanda
Road Project
Year: 2011-2013
Location: Addis Ababa
Client: AACRA
Main Project Features: Detailed Engineering Design
and Design Revision
Position Held: Highway Engineer
Activities Performed:
Checking survey data:
Developing DTM;
Horizontal and Vertical alignment design;
Desi n of road networks with all zcometric elements'

' '~I\._
\ II
,,-
o Preparation of inputs for contract documents.

rr
Name of Assignment: 0
Assosa - Daleti - Baruda
Road Project
0
Salayish - Omo Road
rr Project
Year: 2012-2013
Location: Southern Regional State
rr Client: ERA
Main Project Features: Design Reviewl Upgrading
Position Held: Highway Engineer
rr Activity Performed:
• Horizontal and Vertical alignment design;
• Extraction of earthwork and drainage x-sections;
Ir . • Design and location of drainage structure;
• Quantifying earthwork, pavement and drainage structure
Quantities.
" . Name of Assignment: Awash - Arrnenya Railway
Project
-t : Year: 2012
Location: Afar Regional State
Client: ERC
Main Project Features: Geometrical Design
"
Position Held: CAD Engineer
Activities Performed:
,' Checking survey data;
• Developing DTM;
• Horizontal and Vertical alignment design;
Name of Assignment: Modjo - r:djere Arerti
Asphalt Road Construction
Project
Year: Jan 2011 to April 201 I
, . Location: Orornia Regional State
Client: ERA
Main Project Features: Construction
Position Held: Junior Office Engineer
Activities Performed:

Name of Assignment: Bahir Dar University Site


Work Project
Year: Sep 2010 to Jan 2011
Location: Arnhara Regional State
Client:
Main Project Features: Construction
Position Held: Site £nginC'cr
Activities Performed:

.+ l~

_. \ t
" j.-
\
-20 (-
' \_,'\
\ '
r
15. CERTIFICATIOX:

I. (he undersigned, certify thai to the best of my knowledge and belief. this CV coucctly describes
myself, my quali ticarions, and Ill)' experience. I understand that any wilful missiaremem described

r herein rna) lead to my disqualification or dismissal. if engaged.

Date: (IS) 1J~ J 21


Full name and signature of StaffJ11ell1bef DoylMonlh/Yeol'

Date: a ~ ) ll!{ 1:2. 2-


Ful name nd signature of Autho Day/Month/Year

t
\.,
,


lr
f-

Die Universitat Stungart verleihl


Tf durch diese Ur1<unde

Herm

Thomas Melese Gebremedhin


geboren am 16. Februar 1987

den akademisdlen Grad

nachdem er die Maslerpriifung im Sludiengang

Infrastructure Planning
entsprechend der gOltigen Prufungsordnung abgele_gt hal.

Ober die Einzelergebnisse der Maslerpriifung und uber


die Gesamtnole wurde ein Zeugnis ausgesleili.

Oieser Maslerabschluss verleiht diesel ben Berechllgungen


W19 der bisherige Abschluss eines Oiplom-Ingenieurs an

Universitaten.

Stuttgart, den 19. Oktober 2016


J

Transtauon

•••••
.................
.
••••••••
.
.:: :::!:=::::::::
.:.:.:.:.:.: .. University of Stuttgart
..........
....... ..
-, :

•• • • •

The Unlverslly of SluUgart confers on

Mr.

Thomas Melese Gebremedhin


born February 16. 1987

J : the academic degree

., Master of Science (M.Sc.)

I after lie passed the exarrunanons for a Masler's Degree in !he subiect

1'- Infrastructure Planning


in accordance with the current examination regulations.

I- A final grade report has been issued.

1,- Master's degrees provide the same rights as the former


university Oiplom-Ingenieur degrees.

1·-
(.- Sluttgart. October 19. 2016

1-
1--
I-
! \
t-
.."
( , \
l' ,..-'1'-
t \ \, ~~~"
.. ,
I \
\ \.
\

L-
P- r'-zC1 e--:

I
•••
.....
••• ••
1-
......•..........
•••••••
• ••••••••••••••••
.:. :.:.:..:.:.:.: ..
" .. :.:.:.;.:.:.: .." University of Stuttgart
,r: ............... "
...........
•••••••
•••••
-
,-r:

Record of the Master Examination

Mr.

Thomas Melese Gebremedhin


Ii " born February 16. 1987
passed the Master Examinallon in the major

Infrastructure Planning
, ,

"""=~''_='=ic'''''''' at'tle Uai'S~~y...oLSto.:Ugaa,-in -'If:~.orda'1cewith tl1e


current examination regulations. with 120 Credit Points
and the overall average "very good" (2.1)

The 91 ades of the examinations are hsted overleaf.

Stuttgart. October 19. 2016


The Chairman of the Examining Board

,\

\ -~<:u--
Master's Thesis 30 satisfactory (2.7)
Topic:
fdentifying Potenbaf Aleas fO( Future Urban Growth of Addis Ababa uSing
GfS based multicnteria Evaluation Technique

or'

Stuttgart, October 19, 2016

,
\
Hf\ \VASSt-\ Ui\I\IERSITY

.r -l-20-01-SS la: '(J-Ito- 2-21 ~ 7 ~ 1


-~-~O-O_;-~1 Web-site: \\ \\ \\ hu cdu.et
05, 1b""~'J. Flhwp"l
f '

Dal~,December 23. 2011

....,..... ...... ,
: ",
~,

.r
PORARY CERTIFICATE OF GRADUATION

_. .- This -
is ro ccrti fy that

THONIAS wIELE E G£BREt\1EDlflN

, ,

With

Bachelor of Science Degree


,
In

Civil Engineering
(Distinction)

On July 15. 2010

,~ :

(
\
" , ,
,I"
,-, '. \.",'.' \
.,1- -,",'J',
. "
,,--/
,/

j I•
..
•• I ",.,'

,
.
---- ~-
CQl:~ulla"C}St.-n ices lor Continuation of Construction Supervision of
Blfhofill • Chef. Donsa - Sendafa Design and Build Road ProjIXI Ettuopian Roads Administrauo«

I'

Senior Quantity Surveyor

-.
7. form of Declaration of Interest
r•

T PROPOSED POSITION: Quantity Surveyor


r •
NAME Of FIRM: White knight Construction Management Consultants Pic.
T Aklilebirhan Mamo
,. NAME OF STAFF:

T
,. I, the under signed staff, confirm that I am interested and will be available for the proposed position
mentioned here above for the Consultancy Services for the Continuation of Construction
Supervision of Bishofru - Chefe Donsa - Seodafa Design and Build Road Project to work
,,
Whiteknight Construction Management Consultants Pic. in sub consultancy with STriDE
Consulting Engineers Pic. in the above mentioned position. I also declare that:

• I have submitted my CV and signed a declaration of interest not for more than two consultants
including this consultant in this particu lar project. I understand that, I will take full individual
responsibility, if I am found signing a declaration of interest for more than two consultants in
this particular project.
• The infarmtion on.my..CV especially.J.he...exp.ecience..record-Jiod_the current work commitment
,, -;';-~mh Ek:7\ ancRts-percentage-p(ogrcss is correct at the time ut signing this Jc:",L:ifaiiO:1 and I \VIU
take full individual responsibility if there is any misrepresentation of facts on the CV and ERA is
at liberty to take any appropriate action.
• I have agreed not to be proposed or engaged on ERA projects for six months' time starting from
the notification of the successful firm if I decline to work with the firm if it is' found successful
.1 unless and otherwise I encounter circumstances outside my reasonable control and not foreseeable
including but not limited to death or medical incapacity or if the number of projects that I am
being engaged in surpassed the maximum allowable workload limit; and
tl
• I have agreed on my salary to be paid if the firm is found successful on the subject project.

i.. ••

Date:

Full name and signature of Staff member Day/Month/Year

Date:

Day/Month/Year

-_
,.
j 'l-t • t ': ,
~::;'<i\..,~."
,.-
CV - Senior Quantity Surveyor - Aklilebirhan Mamo

tr-
CURRICULUM VITAE
I. PROPOSED POSITION : Senior Quantity Surveyor
tr- 2. NAME OF FIRM : STriDE Consulting Engineers Pic.
3. NAME OF STAFF : Aklilebirhan Mamo
4. DATE OF BIRTH : August 1985 Nationality: Ethiopian
5. EDUCATION:
),> Master of Engineering In Construction Technology and Management from Arbaminch
University, June 2016.
» BED in Architectural Design Technology from Adama University, July 2007
"....
I 6. RELATION· WITH THE FIRM: Freelancer
7. MEMBERSHIP OF PROFESSIONAL ASSOCIATIONS:
8. OTHER TRAINfNG:
ro' 9. COUNTRIES OF WORK EXPERIENCE: Ethiopia
10. LANGUAGES
Speaking Reading Writing
Amharic Excellent Excellent Excellent
.,-, English excellent Excellent . Excellent

II. CORRENT EMPLOYMENT RECORD WITH ETHl(l!>iA.N ROADS AUTHO?JTY:

The%age
The%age
Position on the completion of
L I.no. Name of project Employer Type of Project Completion of the
Projects specific assignmen
project
ofthe staff
L I

CORE Construction
Morka - Gircha - Works 39.31%
Consulting Supervision Quantity
I Chencha Road 13.22%
Engineers Surveyor Consultancy 80.9%
Project·
PLC

12. EMPLOYMENT RECORD:


CV - Senior Quantity Surveyor - Aklilebirhan Mamo

From : July 2013to July 2018


Employer : Yididya Engineering Consultants PLC
Position Held : Quantity Surveyor

From : October 2012 to June 2013


Employer : Adera Engineering PLC
• Position Held : Quantity Surveyor

From : March 2012 to October 20 12


Employer : Adera Engineering PLC
Position Held : Drafts Person

From : April 2011 to March 2012


Employer : Civil Works Consulting Engineers PLC
Position Held : Drafts Person

From : September 2008 to March 20 I I


Employer : Ethiopian Roads Authority
Position Held : Quantity Surveyor

13. Detailed Tasks Assigned: 14, Work Undertaken that Best Illustrates Capability to
Hanc.e the 'I m.:...s Assigned:

• Checking and Confirming Name of Assignment: • Morka - Gircha - Chencha


Whether Contractor's Road Project
working drawings if • Hayk - Bitsima - Chefera
according to drawing Design and Build Road
including templates Project
• Review I Undertake and Year: May 2021 to date
confirm the calculation of
Location: SNNP & Ahrnara Regions
quantities of earthwork,
structures, pavement, etc. Client: Ethiopian Roads Authority
• Review and confirm himself Main Project Features: Construction Supervision
and RE the contract Position Held: Quantity Surveyor
quantities and measurements.
• Monitor measurement •
process, •
• Record the measurement and
quantities
• Check the Contractor'S ....,,~'7i:=~~
pay ment ceni ficate
• Reporting findings

I
,
\
\ '
j 3
, \"'
'-
"
....1

"~
.._
I..
"".
,_:\
\,

./
i


CV - Senior Quantity Su rv eyor - Aklilebirhan Mamo

f?- • Assist the contractor's personnel in the necessary


technical skill and experience
• Keep appropriate records of all drainage structures
rro drawings, roadway drawing and data in soft and hard
copies

Name of Assignment: Arbarckeii - Gelemso -


Mechara - Micheta Road
Project Contract 2:
Gelemso - Mechara
Micheta
fro Year: August 2018 to August
2020
Location: Oromia
Client: Ethiopian Road Authority
Main Project Feature: Construction Supervision
Position Held: Quantity Surveyor

Activities Performed:
• Preparing [PCs submitted by the contractor
roo.
• Review and checking of all structural working
drawings submitted by the contractor
,=-_:=-~£3=~~~~~~~:'::::~~~¥~~-~-:!.;c-
{:f~J:.reyi~g the submitte-t S\lr\·eyml; ,'at,)
verses the design
• Checking and reviewing quantities for all activities
submitted by the contractor
• Checking and reviewing as-built drawings
• Assist the contractor's personnel in the necessary
technical skill and experience
., • Keep appropriate records of all drainage structures
drawings, roadway drawing and data in soft and hard
copies

Name of Assignment: Kibremengist - Shakiso


DBST Road Project
Year: July 2013 to July 2018
Location: Oromia Region
Client: Ethiopian Roads Authority
Main project feature: Construction Supervision
Position Held: Quantity Surveyor
Activities Performed:
• Preparing IPes submiued b) the contracror
• Review and checkine of III structural workine

Page 3


CV - Senior Quantity Surveyor - Aklilebirhan Mnmo

drawings submitted by the contractor


'r-
• Checking and reviewing the submitted surveying data
verses the design
r
• Checking and reviewing quantities for all activities
submitted by the contractor
• Checking and reviewing as-built drawings
• Assist the contractor's personnel in the necessary
technical skill and experience
• Keep appropriate records of all drainage structures
drawings, roadway drawing and data in soft and hard
copies

tr- Name of Assignment: Sawla - Kako Road Project


Lot II: Km 93+000 to Km
122+768
Year: October 2012 to June 2013
Location: South Regional state
, '
Client: Ethiopian Roads Authority
Main project feature: Construction Supervision
Position Ilcld : Quantity Surveyor
,,
Activities Performed:
• Prep:lring-IPCs .uo:1fi!tcd D) thl.. cont.actot
'. '
• Review and checking of all structural working
drawings submitted by the contractor
• Checking and reviewing the submitted surveving data
verses the design
• Checking and reviewing quantities for all activities
submitted by the contractor
• Checking and reviewing as-built drawings
• Assist the contractor's personnel in the necessary
technical ski II and experience
• Keep appropriate records of all drainage structures
drawings, roadway drawing and data in soft and hard
copies

Name of Assignment: Sawla - Kako Road Project


Lot II: Km 93+000 to Km
122+768
Year: March 2012 to October
2012
South Regional state
Roads


CV - SenIOr Quantity Sur,eyor - Akhlebirhan r<.lamo

,- Main project feature: Construction Supervision


Position Held: Drafts Person

r-» Activities Performed:


o Checking. Preparing and supervising all shop
drawings.
,..... o Quanti fying all construction works and Preparing re-
alignment and regarding road design

Name of Assignment: Gedo - Nekernpte Road


Rehabilitation Project
Contract I: Gedo - Bako
Year: December 2011 to March
.. Location:
2012
Oromia Region
Main project feature: Construction Supervision
Client: Ethiopian Roads Authority
Position Held: Drafts Person

.. . Activities Performed:
o Checking. Preparing and supervising all shop
\..rJ'''' :'tJ.).
o Quanti fying all construction works and Preparing re-
alignment and regarding road design

Name of Assignment. Keyafer - Turmi Road


Project
Year: April 2011 to December
2011
Location: SNNP Region
Client: Ethiopian Road Authority
•L
Construction Supervision
Position Held: Drafts Person
Activities Performed:
o Checking. Preparing and supervising all shop
drawings.
o Quantifying all construction works and Preparing re-
alignment and regarding road design

Deneo - Code Asphalt Road


~ ~~~ __ ~ __, ~ __ ~~~~~ __ ,~~~~~~L~·~g:'r.~a~d~in~~P~ro~1~c~C~t _J


CV - Senior Quantity Surveyor - Aklilebirhan Mamo

,- Year: September 2008 to vlarch 20 II


Location: Somalia Region
,. Client: Ethiopian Road Authority
Main project feature: Construction
Position Ileid : Quantity Surveyor
r-
Activities Performed:
• Preparation of structural working drawings, quantity
,. determinations for minor and major drainage structures of
the project, using design software's Nbc Road and Auto
CAD
! '
• Preparation of cross section drawings of the project using
Mx Road software
• Preparation of different excels design data and quantity
for the site engineers and surveyors
• Discussing with the supervision consultant on the design
related issues and solving the problem that arises on the
project

..
STrIDE C Page 6
\
~"-. ,'
\ \
f' -'II


Cv- Senior Quanti!) Sut\e,,()r-A~hkblm.l11 ~t.uno

15. CERTIFICATION:

I, the undersigned, certify that to the best of my knowledge and belief. this CV correctly describes
myself. my qualifications, and my experience. Iunderstand that any wilful misstatement described
(.
herein may lead to my disqualification or dismissal, if engaged.

r-

Aklilebirhan Mamo .J Date: 1) I 0 q,\ "L'"L


FuJI name and signature of Staff member Day/ Monthl Year

Date: 8 IO'll '1...1


epresentative Day/}./omhlYear

,
,-

f

r(

..•
r' I ~ -_....._=
0
.. -
c:
0
c.
I
,,:
., 4:-'
,,''.

-.c.. -
-
+-t -e i
,-" t::I ~
..
"
• "U:\
:.....
~
,t=>
c:::
.....
_,
:z
:::::
~
'"
..'" ..
e

&>
J
:>
V i
lJ s» ® u

..__. '- '" 0


_- - ..... ._ ~ C
1-
<:)
~
I •

.....
CU
>-
< .=
c;.
._-......_ ..
c:::
~ ::;f: -e
~
~

-.... '"
u :z
<:
,o
~
;:;

'- "::.

-
0
r- .::
~ ..... u
,:T "!:
i:_'
\,;
-::-~
.~
=

-- e-,
C"
lJ
~
ttl
f.
z;
C
J

.,.
-
.s
.... ....
u
c.
~-C ...=:i
:..... ..
v
C
J
I
I
I
~
- ..'"
s::
e

.. "1-:'
I":'" ..

.. u
c:
; .
,
I
I
I

Ir~1
.---_._,,---------
--.------. -- - -- .--. - -- - -I;G ... ... "
"r~(,
I

-=-- __ -_~1]
--:.-- ... ----_ ,

j

,,

,.
r-

,.

i1~UIJ ~~nC{lt
ADAlVIAUNIVERSITY
TEl.V.IPORA.RVDEGREE

THIS IS TO CERTIFY THAT

HAS GRADUATED FROM AOANIA UNIVERSln'


EDUCATIO;-.JDSGREE IN

ARCHITECTURAL DESIGN TECHNOLOGY


ON 07 JULY 2007. THIS TEMPOR.,-\RY DEGREE HAS BEEN GIVSN
PENDING THE PRlNTING AJ'liDfSSUA.!\lCE OF THE ACTUAL DEGREE .
Consuitancy Services/or Continua/ion of Construction Supervision oj
Bishoftu - Chefi: 0011$(,- Sendofa Design and Build Road Project Ethiopian Roads Administration

,..

r -

, ,
Senior Surveyor
7. Form of Declaration of Interest

PROPOSED POSITION: Senior Surveyor

t,
NAME OF FIRM: STrIDE Consulting Engineers Pic.

'Al'\>lE OF STAFF: Daniel Miluet

I, the under signed staff, confirm that I am interested and will be available for the proposed position
mentioned here above for the Consultancy Services for the Continuation of Construction
Supervision of Bishoftu - Chefe Donsa - Sendafa Design and Build Road Project to work
Whiteknight Construction Management Consultants PIc. in sub consultancy with STrIDE
Consulting Engineers PIc. in the above mentioned position. I also declare that:

• I have submitted my CV and signed a declaration of interest not for more than two consultants
including this consultant in this particular project. I understand that, I will take full individual
responsibility, if I am found signing a declaration of interest for more than two consultants in
this particular project.

• The info~at~~n on mx..CV e~neciall~ the experience record and the current work ccmmitmeru
~_:::ss: - ~"'. .. . . m-~".dglewis Ve'lCCPbttrt!IC lifl!ero-~ng1.his -recr-tidi7"On--and r \vHI
take full individual responsibility if there is any misrepresentation of facts on the CV and ERA is
at liberty to take any appropriate action.

• I have agreed not to be proposed or engaged on ERA projects for six months' time slar';r;g from
the notification of the successful firm if I decline to work with the firm if it is found successful
unless and otherwise Iencounter circumstances outside my reasonable control and not foreseeable
including but not limited to death or medical incapacity or if the number of projects that I am
being engaged in surpassed the maximum allowable workload limit; and

• Ihave agreed on my salary to be paid if the firm is found successful on the subject project.

Date:

Full name and signature of Staff member Day/M onthIY ear

,
Full name and signature or authorized r<;>res

,.
{ t\--
, , ,
rQO


CV Senior Surveyor Daniel Mihrct

CURRICULUM VITAE

: Sen ior Surveyor


: STriDE Consulting Engineers Pic.
: Daniel Mihret
: August 198 I Nationality: Ethiopian

» B.Sc. Degree in Surveying Technology from Zion College of Technology, October 2017
» Diploma in Surveying Technology from Alpha Engineering Centre, December 2002
6. RELATION WITH THE FIRM: Freelancer
7. MEMBERSI-nP OF PROFESSIONAL ASSOCIATIONS:
I .

8. OTHER TRAJNING:
» Basic Computer application software and Auto CAD 2004
» Drafting
:> Total Station, GPS
9. COUNTRIES OF WORK EXPERIENCE: Ethiopia
10. LANGUAGES:

"Speaklng Reading Writing


Amharic Excellent Excellent Excellent
English Excellent Excellent Excellent

II. CURRENT EMPLOYMENT RECORD WITH ETHJOPIAN ROADS AUTHORITY:

The%age
Thc%age
Position on the completion of
I.no. Name of project Employer rrype of Project Completion of the specific assignmen
Projects
project of the staff

CORE Construction
Morka - Gircha- Works 39.31 %
Consulting Supervision Quantity
I Chencha Road
Engineers Surveyor Consultancy 80.9%
Project
PLC

12. EMPLOY~IENT RECORD:

From : February 2020 to date .


Employer : CORE Consulting Engineers rId
Position Held ~Senior Surveyor
e .. 1"'f1""t,.,'
.....
CV - Senior Surve)or - Daniel Mihret

From : January 2013 to January 2020


Employer : AIC Progeui SPA
Position Held : Senior Surveyor

From : May 2012 to November 2013


Employer : CORE Consulting Engineers PIc.
" Position Held : Senior Surveyor

From : October 2011 to April 2012


Employer : CORE Consulting Engineers Pic.
Position Held : Surveyor

From : September 20 I 0 to October 20 II


Employer : LEA Associates Pvt. Ltd.
Position Held : Surveyor

I' • From : August 2009 to July 20 I 0


Employer : Aster Mengistu General Contractor & Water Work Construction
Position Held : Chief Surveyor

From : December 2007 to July 2009


Employer : DMC Construction
Position Held : Chief Surveyor

~_-' __ iF[;)ln- .., offiilll<.'i"'l~cr9..:;;~mbci·20iJI


Employer : Kcangnarn Enterprise Ltd
Position Held : Surveyor

From : October 2004 to September 2006


Employer : Sino hydro Corporation
Position Held : Surveyor

From : September 2003 to October 2004


Employer : KEANGNAME Enterprise Ltd.
Position Held : Surveyor

From : Dec 2002 to Aug 2003


Employer : A Ipha Engineering Centre
Position Held : Assistant Lecturer

Page ~

I
I

,-\
\. , .)r--
\ \ \
I


CV Senior Surveyor - Daniel Mihret

13. Detailed Tasks Assigned: 14. Work Undertaken that Best Illustrates Capability to I
Handle the Tasks Assigned:
Leads all Surveying Name of Assignment: Morka - Gircha - Chencha Road
activ ities of the staff Project
Identify all survey Year: February 2020 10 date
ground control stations
Location: SNNPRcgion
(beacons and benchmarks)
which have been established Client: Ethiopian Roads Authority
'. by the Design-Build Main Project Features: Construction Supervision
Contractor Position Held: Senior Surveyor
• Review and Verify Activity Performed:
the accuracy of survey o Selling out of coordinates
stations o Checking of level of different layers and structures;
Review and Verify
, .' o Actual measurement and reporting of works;
the Establishment by the
o Identification and location of all beacons and bench
Contractor of the damaged,
marks; Checking and verification of the selling out of the
altered or missing survey
works by contractor;
control stations;
Review and verify all o Selection of Bridge and culvert site.
surveying activities: o Establishes widening and related alignments
• Check Contractors o Calculation of the quantities of the completed works;
survev results of sening ours, Checking of levels of pavement layers (mel structures:
"-., .~ I non <>1 inception report,
sections and conduct joint progress reports, draft and final contractor completion
construction surveying as reports; Checking right of way limit and obstruction;
required Taking original ground levels and preparing cross -
Check other survey section drawings;
results and accept or reject o Taking slope stake and establishment of toe line.
and recommend
improvements
Record daily survey Name of Assignment: Hawassa - Chucko Road Project
progress & data Year: January 2013 to January 2020
Check setting outs Location: SNNPRegion
Others as required
Client: Ethiopian Roads Authority
Main Project Features: Construction Supervision
Position Held: Senior Surveyor

SrrlDE Cons Page J

\"-~-
\ '

j

CV - Senior Surveyor - Daniel :-lihret

o Selection of Bridge and culvert site.


o Establishes widening and related alignments
o Calculation of the quantities of the completed works;
Checking of levels of pavement layers and structures;
rr o Assist ARE in the preparation of inception report,
progress reports, draft and final contractor completion
reports; Checking right of way limit and obstruction;
,r Taking original ground levels and preparing cross -
section drawings;
o Taking slope stake and establishment of toe line.
I.
Name of Assignment: May Tsebry - Dima-Fiyel Weha
- Abi Adi - Hawzcn Road
t: Project, Contract
2: Dima - Fiyel Weha
Year: May 2012 to November 20 13
Location: Northern part of Ethiopia

., Client:
Main Project Features:
Ethiopian Roads Authority
Construction Supervision
Position Held: Senior Surveyor
Activity Performed:
o Setting out of coordinates

____ +-_~ =_....__ o Checking of level of different layers and strvcturcs:


.,.-"m:tit:rtTn=rem~ritllnd reportUlg ofworks;
o Identification and location of all beacons and bench
marks; Checking and veri fication of the setting out of the
works by contractor;
o Selection of Bridge and culvert site.
o Establishes widening and related alignments
o Calculation of the quantities of the completed works;
Checking oflevels of pavement layers and structures;
o Assist ARE in the preparation of inception report,
progress reports, draft and final contractor completion
reports; Checking right of way limit and obstruction;
Taking original ground levels and preparing cross -
section drawings;
o Taking slope stake and establishment of toe line.

Name of Assignment: May Tsebry - Dirna-Fiyel Wehu


- Abi Adi - Hawzen Road
Project, Contract
2: Dima - Fiyel Weha
Year: October 20 II to April 2012

STrlDE Consultin Page 4

j \

cv Senior Surveyor - Daniel Mihret

Location: Northern part of Ethiopia


Client: Ethiopian Roads Authority
Main Project Features: Construction Supervision
Position Held: Surveyor
Activity Performed:
• Verify the existing survey references (bench marks) and
restore missing ones,
• Check the Contractor's setting out of the Works,
• Survey the part of the site as required for design
.L; modification, issuance of detailed drawings etc. as
requested by the Resident Engineer,
• Make or attend surveys as required for measurement of
,-.
r '
the Works,
• Verify that the Works are constructed true to line and
grade,
1-1
• Carry out surveys to verify the "as built" drawings
prepared by the Contractor as requested by the Resident
Engineer.
• Row Identification and marking

Name of Assignment: Adigrat Adwa Shire Road


Upgrading project, Contract: I
Shire - ·'.l1i Abu!'
:5'e'ptem ber '20 I\) to October

r
2011
-::~t;on: --
Tigray Regional State
Client: Ethiopian Road Authority
Main Project Feature: Construction Supervision
Position Held: Surveyor
Activities Performed:
• Planning coordinating and Leading all the surveying
activities in the project.
• Executing all the necessary surveying site works in earth
work and structural construction activities.
• Compiling and Reporting Surveying Data and
information.
• Leveling using level instrument (SOKIA) in Concrete
Asphalt, Base course and Capping Layer Construction.
• Checking Level and Layout in Structural Construction
• Layout Centreline and Offset Positions Survey Using
Ictal Station, SOKIA set C-130. and C-510

Name of Assignment: Debre Markos Town


As halt Road Proicct

STriDE Consulting P1';C 5

t\~
\ \.
~:':/
'~;
~,
.
\'\'-_
\. ..
'\ ..... >
,.~.
"
'.-
rI
I

r- J
r //
0';' ~ •

\ ,

j .) )..1'-
--. - J'
-.
I
I~
I


CV - Senior Surveyor - Danoell\lohrel

Year: August 2009 to July 2010


Location: Oebere Markos
Client: Ethiopian Roads Authority
Main project feature: Construction
.1. Position Held: Chief Surveyor
Activities Performed:
• Planning coordinating and Leading all the surveying
(
activities in the project.
• Executing all the necessary surveying site works in earth
work and structural construction activities.
• Completing and Reponing Surveying Data and
information.
1 • Leveling using level instrument (SO KIA) in Concrete
Asphalt, Base course and Capping Layer Construction.
• Checking Level and Layout in Structural Construction
I' • Layout Centreline and Offset Positions Survey Using
Total Station. SOKIA set C-130, and C-510

Name of Assignment: Shasharnine - Wondogenet


Asphalt Road Project
Year: December 2007 to July
2009

.- -~- - - Location:
ttient:- -
Main project feature:
South Regiom' state
Ethiopian Road Authority
Construction
Position Held: Chief Surveyor
Activities Performed:
• Planning, coordinating and leading All the Surveying
Activities in the project.
• Executing All the necessary surveying site works in Eanh
work and structural Construction
• Compiling and reponing surveying Data and information.

Name of Assignment: Gent Metema Road


Upgrading Project
Year: Nov 2006 to Dec 2007
Location: Amhara Region
Client: Ethiopian Roads Authority
Main project feature: Construction
Position Held: Surveyor
Activities Performed:
• Planning.

STriDE Consulting Ena puye 6

r/~ I


f J I,
cv .- Senior Surveyor - Daniel Mihrct

Activities in the project.


• Executing All the necessary sun eying site works in Earth
work and structural Construction
• Compiling and reponing sur, eying Dam and information.

r • Layout Centreline and Offset Positions Survey using


Total Station; SOKlA set C-130,C-3030, and C·51 0

Name of Assignment: Nazareth - Assela Road


Upgrading Project
Year: Oct. 2004 to Sep. 2006
f •
Location: Oromiya Regional State
Client: Ethiopian Road Authority
Main project feature: Construction
Position Held: Surveyor
Activities Performed:
• Planning, coordinating and Leading All the Surveying
Activities in the project.
" 1 • Executing All the necessary surveying site works in Earth
work and structural Construction
• Compiling and reporting surveying Data and information.
','.
• Layout Centreline and Offset positions survey using
Total slat ion, Nekon.and Topekon.

Name of Assignment: Modjo • Awash Arba -


Gewane Road
Rehabilitation project
Year: Sep 2003 to Oct 2004
I •
Client: Ethiopian Road Authority
Main project feature: Construction
Position Held: Surveyor
Activities Performed:
• Planning, coordinating and Leading All the Surveying
Activities in the project.
• Executing All the necessary surveying site works in Earth
work and structural Construction
• Compiling and reporting surveying Data and information.
• Layout Centreline and Offset Positions Survey using
Total Station; SOKIA set C·130.C·3030, and C-510

Name of Assignment: ALPHA Engineering


Centre
c 2002 to Aug 2003

STrIDE Consulting En Page -

I
". .\ r / •

,j ,!


CV - Senior Surveyor - Daniel Mihret

Location; Nazareth
Position Held; Assistant surveYin~
Instructor
Activities Performed: I

• Lecturing in practical and Drawing section

tr •

".
" .

' ..

STriDE Consulting Engin Page 8

I~I\. _..
,r I


cv- Seniot SUf'()OI' - Daniel ~tibrc:l
'r
IS. CERTIFICATION:

l, the undersigned. certify that to the best of my knowledge and belief. this CV correctly describes
myself, my qualifications, and my experience. Iunderstand that any wilful misstatement described
fr herein may lead to my disqualification or dismissal, if engaged.

'r

Date: __,lJu.....
li L'-Io-h"'"-'J._1.:;_\...=--_
Day/Month/Year
".

.,
Date: ~~ 10'$ 'Cl J
Day/Month/Year

, ,


f
r

Zion College Of Technology and


Business
C()I.I.~ <'1 I{EC,IST!{ \I{

_.- - _-_ - -.--~- .


..~.-.-
....
.....•...................... -.... ...-
_._ _ ......••.._ _ .
-
••• ••• ••••• u ••••••• _._ •••••• __ •••••••

. '

Ihi, I, (II CI·ffi,. II••


J!
, f),\NIEI. !\I"IRET MENGISTII
II...~ (,r.lal"" ..d I rum ;rl"" ('"U,'I!,' "I 1,·.ll!Iolo;!\ dull "","" ....,
Willi B.:<:hrlllr ul :-, il'''I'' IJl'l!rt'p.
in S:ur\c'\in~ ;1'c:'u1ftfuJ!~
On ilt I" 21117 (.,e
! Iii, ':t.'I'trlll,lf. II (.rddualitHI ha" bl't'll Ci\(,11 fU'uchfl:! rhl' priutill~
.tlltl i~,".t"ll "1
HII' .le hl.tt d"tl4un,l.

; \
-, ,
\ .I
• I

.:f'
f. ~I,-
\
\ \

_- ? ?C.1 -

./

"'\:""".o--~--' ~,t:"'-~-~ ...

!- .....
&~ .. ~ :_: .. ~~~=-..-"",,-:,,!.\
~':.~~~~!
If
l.f""" 'I ft., U.. % r.fU_lIl U,,, """ II .,,, It tllllIl UI CIII j I'll I" II "l lIt H'" UU I • II."" t"'~ In ~t.:. I:':!


:
r.
f.c
If '
•:
f,A1· {\:fli.·'/(.·;'? "16nA
ALPHA ENGINEEI{ING CENTER ·
:

IT '1I'OIl·\lt v III I' 1.0,\1.\
•c

'_.-
r'

SURVEr/NG TEClltVOLOGY "


('\ 11,1)1:«' ZUUJ,IIII~ 11:\11'01(\1(\ UII'I.()\I, 11.'" BLL' c.I\I' ·
1'1-_\1)1\1.1111',I'IU~ I .\c. ,\ \It I~~l .\:'\( I: (U 1111'A( It ,\1. 1111'1.('" \•

::
t:
t

\ -,

_L'"'>I r " I
~,
I,
-:-'~~"'~~"::""::~~:
'?!"~ .?';~ ~;fi~.I:·
r'
)

r
..
•• ~J '
,I ' •
'
,
D.
\ .
r

I' .. > ..
{

:
, I
.' .1_,

'.'1
," ,.~ ,', .1' ...

; 14

co.
»: /J(o.

:1' , •,
.. , ,:
( , "
,•, .. !l I

" :" "
'" It.
.' .. "
......
... '. .. .
(
I ." I~:
(. n'.\ t)"l
!;. 1 I' '"
. _
't:.·J

,
;,',
r •
.'
-, .. 1''-,1'.'1
j'";
"
, ..
1 • '" "


Consultancy Services for Continuotion of Construction Supervision 0/
Bubofiu - Chtf~ Donsa - Sendafa De,ign and Build Ro<"/Project Ethiopian Roads AdmllHscrallon

r•

----- .,...

-;

=-

j

DECLARATION OF INTEREST
,
r
PROPOSED POSITION: S.niur Claims Expert

NAME OF F1RJ,\-I: Whiteknight Construction Management Consultants PLC

NA:\fE OF STAFF: Rekik Belete

I, the under signed staff, confirm that I am interested and will be available for the proposed
!r' position mentioned here above for the Consultancy Services for the Continuation of
Construction Supervision of Bishoftu-Cbcfc Donsa-Sendafa Design and Build Road
Projects to work with Whiteknight Construction Management Consultants Pic in the above
mentioned position. Ialso declare that:
• I have submitted my CY and signed a declaration of interest not for more than two
consultants including this consultant in this particular project. I understand that, I will take
full individual responsibility if I am found signing a declaration of interest for more than two
consultants in this particular project,
• The information on my CY especially the experience record and the current work
"
commitment with ERA and its percentage progress is correct at the time of signing this
',::=:.::"",,:::~~AA;C;l;;;a(a~W~e_fulL.indi¥idu~nsibility ..if.there is any misrcQI'<!Ser.l3tionof
- facts orrthe C\I 311d ERA is atitt1crty"wrn:tre-a:nYllPpropria:leaction,
• I have agreed not to be proposed or engaged on ERA projects for Six months time starting
from the notification of the successful finn if I decline to work with the firm if it is found
successful unless and otherwise I encounter circumstances outside my reasonable control and
not foreseeable including but not limited to deatb. or medical incapacity or if the number of
projects that I am already being engaged in surpassed the maximum allowable workload
limit; and
• Ihave agreed on my salary to be paid if the firm is found successful on the subject project.

/LJc_,: l told... ct~


Full name and signature of Staff member
'II? f OS! '2. '-
DaylMonthIY ear

Day/Month/Year


Curriculum Vitae Rekik Belete

1. Proposed Position: Senior Claims Expert

2. Name of Firm: Whiteknight Construction Management Consultants Pic

3. Name of Staff Rekik Belete Gizaw


4. Nationality:
,~ Ethiopian
Date of Birth: 15'· April 1985

5. Education:

• BSc degree in Civil Engineering from Addis Ababa University, Faculty of Technology,
July 2008

6. Relation with the firm: employee of the firm for 3.5 years
7. Membership of Professional Associations:

• Registered Practicing Processional Construction Management, Registration No.


PPCMl1272

• Ethiopian Association of Civil Engineers

• Certificate in AUTO CAD, Make Tech Training Center


• On Job Training on Geometric Design of Roads, Design of Bridges and other
Drainage Structures, Malerial Testing and Geotechnical Investigation and Design of
Pavement Structures, CORE Consulting Engineers PLC
• Road Designing and Planning Practioes in Finland and Estonia, OESTIA FINf':IROAD
(Conducted in Helsinki, Finland and Tallinn, Estonia)
• Training on Contract Management and Dispute Resolution, NITHE (Conducted in
New Delhi, India under the India Africa Forum)

• Certificate in Microsoft Project 2007 planning software, Kimsol Engineering


Solutions PLC
• Certificate m Inroads Road Design software, Virtual Computer Engineering PLC

9. Countries of Work Experience: Ethiopia


10. Languages:
Reading Writing
Excellent Excellent
~;;;:-...


Curnculum Vitae Rekik Be/ete

11. Current Employment Record with Ethiopian Roads Administration: None


12. Employment Record
I .
From 1" March 2021 To Date
Employer: Elhio·lnfra Engineering PLC (freelance basis)
,. Position Held: Claims Expert
From I" January 2020 To Date
,. Employer: Shandong Greal Supervision Consultalion CO, LTD (freelance basis)
Position Held: Claims Expert
From 9"' February 2020 To Date
Employer: NKH Construction PLC (freelance basis)

, . Position Held: Claims Expert


From 12'" November 2019 To Date
Employer: Whiteknight Construction Management Consultants PLC (freelance basis)
Position Held: Contract Engineer
From IS"' May 2019 To 30'" November 2019
Employer: Ethio·lnfra Engineering PLC (freelance basis)
Positioll-l:Ield:·
+- _ .• ,._ Claims Exp~rt
.. -_"'LiIXi::" t:""'.....,.,...--
----- --
--------.-,..-_.- -------.--.-
., From 191" February 2019 To 23ni November 2019
Employer: Prominent Engineering Solutions PLC (freelance basis)
Position Held: Claims Expert
From 1" November 2015 To 30'" April 2019
Employer: Whlteknight Construction Management Consultants PLC
Position Held: Claims Expert/Conlract Engineer/Project Coordinator
From 4'" August 2014 To 31" October 2015
Employer: RAEY Consultants
Position Held: Claims Engineer/Contract Engineer/Project Coordinator
From 1"June2011 To 31" July 2014
Employer: Civil WOrXs Consulting Engineers PLC (CWCE)
Position Held: Contract Engineer/Procurement Expert/Project Coordinator
From lSi August 2010 To 30'· June 2011
Employer: Elhiopian Roads Authority. (Easlern Region Directorate Design and
Implementation Team)

"r- ,,. . '"


t=:
.
.'./


CUrriculum Vitae Rekik Belete

f·- Position Held: Project Engineer/Contract Engineer


From 12" November 2007 To 8"' January 2009
Employer: Getenet Amare General Contractor
rr
Position Held: Site Engineer (at various bUilding construction projects)
13. Detailed • Review the contract documents including the Employer's
Tasks requirements and associated technical specifications during the
Assigned Contractor's mobilization period;
• Verify inconsistencies among the contract documents or
fr" deficiencies and recommend any amendments necessary, if any
• Advise the Resident Engineer to take actions timely to cases for
potentials claims to protect the Clients from financial or time
extension claims.
• Assist the Client in negotiations with Contractor on the rates for any
unscheduled ilems of work that may arise
• Analysis the financial and time extension claims of the Contractor
and report his recommendations to the RE:
• Assist the Client in any process of adjudication or arbitration and
farther analysis of Contractor's claim
14. Work Undertaken that Best Illustrates Capability to Handle the Tasks Assigned:

........l!oje!.!. ( "T*-..r-~- -------- .


Name of AsslgnmentorProject: Consultancy
Services for Monitoring and Construction
Supervision of Design. Improvement Works

Year: March 2021 - Date


Location: Oromia and Amhara Regional States
Client: ERA
Length: 84.56 Km
Design Standard: DC 5 (AC surfaced)
Position Held: Claims Expert
Employer: Whiteknight Construction Management Consultants PLC
Employment ~~.:....:.20:..1:..:9_-_D:..a:..:t.::.e _


Cumculum Vitae Reklk Be/ete

Activity Performed: Name of Assignment or Project: Consultancy


• Preparation of tonoer documents for the Services for the Feasibility and EIA Studies,
works contract Detailed Engineering Design, Preearation of
• Assuring consistency between different RAP and Tender Documents for Filtu - 0010
documents forming the tender documents Odo - Dolobay Road Project. (renamed by
• PreparationlcompJ7ation of project ERA for tendering, as Negele Borena - Dolo
specifications Ado - Melkasuftul
• Preparation of engineering cost estimates
Lot 3: Filtu - Km 93(93 Kml
and associated reports
Lot 4: Km 93 - Km 165(72 Kml
Lot 5: Km 165 - Km 215 (including seur to
Dooloba'lHS8.9 Kml
Year: November 2019 - Date
Location: Somali Regional State
Client: ERA
Length: 215 Km (all lots combined)
Design Standard: DC 5 (AC surfaced)
Position Held: Contract En2ineer
Employer: NKH Construction PLC
2019 - Date
Activity Performed:

• Assisting andlor advising the Project Year: February 2019 - Date


Manager and other concemed project
personnel in definition andlor interpretation Location: SNNP Regional State
of contractual issues Client: ERA
• Preparation of Contractors Claims for Length: 74 Km
additional time and cost Design Standard: OS 4 (OSST surfaced)
Position Held: Claims
Employer: Shandong Great Supervision Consultation CO, LTD
Employment period: January 2019 - Date
Activity Performed: Name of Assignment or Project: Consultancy
• Conduct periodic site visits as part of the Services for Construction Sueervision of
project monitoring and fo/low up Abobo - Meti Road Uegrading Project,
• Assisting and/or Advising the Resident Contract 2: Kubito Mazoria - Meti
Engineer in definition andlor interpretation !-=Y=e=a=r:=J=a=n=U=a=ry=2=0=1=9=-=O=a=te====-------
of cootrectuenssues
• Assessment of Contractors Claims for Location: SNNP and Gambella Regional States
addllional time and cost in accordance WIth Client: ERA
tho works contract and Length: 82 Km
preparation/submission of the Engineers Design Standard: DC 5 (TSST/DBST surfaced)
dete
-
. ion to the Employer

Page f of I~


Curnculum Vitae Rekik Belete

Employment period: May 2019 - November 2019


Activity Performed: Name of Assignments or Projects:
• Assisting and/or Advismg the Resident • Consultancy Services for Construction
Engineer in definition and/or interpretation Supervision of Modjo _ Hawassa Design
of contractual issues
and Build Highway Prolect; Lot 3: Batu
• Assessment of Contractor's Claims for (Ziwayl _ Arsinegele
additional time and cost in accordance with
the works contract and. Consultancy Services for Construction
preparation/submission of the Engineer's Supervision of Genchi -Kachesi - Chulutie
determination to the Employer Road Project Contract 1: Genchi _ Shikute
• Preparing and for.varding to the Employer _ Km 59
the Engineer's opinion on the Contractor's I----=~~~--------------
disputes and assisting the Employer in Year: May 2019 - November 2019
preparation of his response Location: Oromia and SNNP Regional States
Client: ERA

t' Length: Various


Design Standard: Various (AC surfaced)
Position Held: Claims Expert
Employer: Prominent Engineering Solutions PLC
Employment period: February 2019 - November 2019
Activity Performed: Name of Assignment or Project: Consultancy
• Conduct periodic site visits as part of the Services for Construction Supervision of
~S;::..'V'. -=...
'~:':' ·"f;)}"_.¥,;p .... ;;r~ .~ ~ .... C"t~~~ioi"uha)~a\;i"s!:3'
• Assisting-;';;d/or AdviSing the Resident Design and Build Asphalt Road Project
Engineer in definition and/or interpretation Year: February 2019 - November 2019
of contractual issues
Location: Oromia and SNNP Regional States
• Assessment of Contractor's Claims for
additional lime and cost in accordance with Client: ERA
the works contract and Length: 12.2 Km
preparation/submission of the Engineer's Design Standard: DC 3 (AC surfaced)
determination 10 the Employer
Position Held: Claims Expert
Employer: Whiteknight Construction .
Management Consultants
, PLC
Employment period: November 2015 - April 2019
Design Projects
Activity Performed: Name of Assignment or Project: Consultancy
• Preparation of Tender Documents for the Services for Concept Engineering Design and
Works Contract (NCB /ICB, as appropriate) Tender Document Preparation for Metema -
Abrajira Road Project
Yoar: November 2016 - May 2017

(AC surfaced with

r..l1P-'l." -; of I:S


CUrriculum Vitae Rekik Belete

Position Held: Senior Contract En ineer


Name of Assignment or Project: Consultancy
Services for the Feasibility and EIA Studies,

r Detailed Engineering Design, Preparation of


RAP and Tender Documents for Korem -
Sekota - Abi Adi Road Project,
Lot 1: Korem - Lalibela Junction 171.9 Kml
Lot 2: Lalibela Junction - Abergele 185 Kml
Lot 3: Aber ele -A be 75.7 Km
Year: November 2015 - March 2018
Location: Amhara and Tigrai Regional States
Client: ERA
Length: 202.6 Km (all three lots combined)
Design Standard: DC 5 (AC surfaced with
variable road widths)
Position Held: Senior Contract Engineer

'.
Name of Assignment or Project: Detailed
Engineering Design Preparation for Gambela
- Abobo - Gog - Dima; Contract 1: Gambela -
Abobo - Pugnido Design and Build Road
Proiect
"M:"Tun~2t~if'2I1'1:g- ..

1
Location: Gambella Regional State
Client: China Railway 21" Bureau Group Co., Ltd
(main design and build contractor) , ERA
Length: 103 Km
Design Standard: DC5 , DC6 (AC surfacing with
variable road widths)
Position Held: Project Coordinator' Senior
Contract Engineer
Name of Assignment or Project: Detailed
Engineering Design Preparation for Fiyelwuha
- Abi Adi; Contract 1: Fiyelwuha - Tekeze
River Design and Build Road Project
Year: June 2017 -April 2019
Location: Tigray Regional State
Client: Jiangxi Water and Hydropower
Construction Co. Ltd (main design and build
contractor) I ERA
, Length: 39.5 Km
Design Standard: DC5 (DBST surfacing With
variable road widths)- •
.- "--~"""c..-
Position • Held~. Pro'ER: Coordinatorl Semor
e"

Page {j of I;J

}

Cumculum Vitae Rekik Belete

I Contract Engineer
'_- Construction Supervision Projects
Activity Performed: Name of Assignment or Project: Consultancy
-
Ir'- • Coordinating / planning and managing the Services for Construction SUl2ervision of
project for timely completion Zag ora IKechinmedal- Gassay Road Project
• Routine follow up of /he progress of the Year: November 2015 - May 2018
r 1V0rns
I' Location: Amhara Regional State
• Conduct periodic site visits as part of the
project monitoring and follow up Client: ERA
fr- . • Preparation of ContractslSupplementary Length: 44.5 Km
Agreements (or extending the service Design Standard: DC 5 (DBST surfaced with
- contract variable road widths)
• Assisting andlor Advising the Resident Position Held: Claims Expert I Project
Engineer in definition andlor interpretation Coordinator
of contractual issues
Name of Assignment or Project: Consultancy
'.'. • Review and Comment, as appropriate, the
Services for Construction SUl2ervision of Atat
Contractor's design deliverables (tor DB)
Mazoria - Gunchire Kose - Geja - Lera
project
Design and Build Road Project
• Assessment of Contractor's Claims for
additional time and cost in accordance with Year: September 2017 - April 2019
the worns contract and Location: SNNP Regional State
preparation/submission of the Engineer's
Client: ERA
determination to the Employer
-. ,-~.,...' .:.=
I ... on a v,
.,.3'. - -~ "'... ~-. _ .
. ,v" of the s IPCs L ~w" nuaru: u,-, 0 for the main road and
DC 5 for spurs (AC surfaced with variable road
• Follow up on the status of Contractor's
widths)
guarantees and insurances
Position Held: Project Coordinator
• Handling offICial correspondences(other
than those handled at site level) in relation
to contraclual matters
, • Facilitating all required technical and
, logistics support for the site office
• Preparation and or Review of contractual
technical de/tverables, in line with the
Client's Requirements
Procurement Services
Activity Performed: Name of Assignment or Project: Prel2aration
• Preparation of Technical and Financial of Pro osals for and
Proposals ((or bidding purposes) SUl2ervision Projects
• Preparation of project SChedules usmg MS-
Project
Location: Various
• Conduct site visits for preparation of
Technical Proposals (for bidding purposos) Client: Various
Length: Various

Page '7 ol 1

I,,,..(,_
't' Curriculum Vitae Rekik Belete

Engineer
Employer: RAEY Consultants
Employment period: August 2014 - October 2015
;;- Design Projects
Activity Performed: Name of Assignment or Project: Consultancy
• Preparation of Tender Documents for the Services for Route Selection, Feasibility and
Works Contract (NCB) EIA Studies, Detailed Engineering Design,
Preparation of RAP and Tender Documents
• Assuring consistency between different
for Shishinda - Tepi Road Project
documents forming the tender documents
• Preparation/compilation of project Year: August 2014 - October 2015
specifications Location: SNNP Regional State
I •
• Preparation of engineering cost estimates Client: ERA
and associated reports
• Formatting / Preparation / Review of Length: 75 Km
contractual technical de/iverables, in line Design Standard: DC 5 (Asphalt concrete with
,.. with the Client's Requirements, such as; variable road widths)
• Monthly Progress Reports Position Held: Project Coordinator I Contract
.. • Inception Report
• Route Selection Report
Engineer

• Feasibility Study Report


• Design Standards Report
• Materials and Site Investigation Report
• Engineering Design Report

" ,
_ "&<Qi4@!?iAMl RQige gM'Y.1;!r~~
- prOjeCtsTOi1lmely campJe'fion
• Handling official correspondences in
relation to contractual mailers
Construction Supervision Projects
Activity Performed: Name of Assignment or Project: Consultancy
Services for Construction Supervision of
• Coordinating / planning and managing the Buchi River Bridge
project for timely completion Year: August 2014 - October 2015
• Preparation of Contracts/Supplementary
Location: Oromia Regional State
Agreements for extending the service
contract Client: ERA
• Assisting and/or Advising the Resident Span: 10 m
Engineer in definition andlor interpretation
of contractual issues
• Assessment of Contractor's Claims for Position Held: Claims
additional time and cost in accordance with (Contract) Engin
the works contract and
preparation/submission of the Engineer's
determination to the Employer
• Checking / reviewing the Contractor's IPCs
• Follow up on the status of Contractor's
guarantees and insurances
• Handling official correspondences in
relation to contractual mailers

j.
Cumculum Vitae Rekik Belete

.. • Formatting / Preparation / Review of


contractual technical deliver abies. in line
Vldththe Client's Recuuemems. such as;
• Monthly Progress Reports
• Consultancy Completion Report
Procurement Services
Activity Performed: Name of ASSignment or Project: Preparation
• Preparation of Technical and Financial of Proposals for Various Design and
Proposals (for bidding purposes) Supervision Projects
• Preparation of project schedules using MS- Year: August 2014 - October 2015
Project Location: Various
• Conduct site visits for preparation of Client: Various
Technical Proposals (for bidding purposes)
Length: Various
Design Standard: Various
I '
I Position Held: Procurement Engineer / Contract
Engineer
Employer: Civil Works Consulting Engineers PLC
Employment period: June 2011-July 2014
Design Projects
Activity Performed: Name of Assignment or Project: Detailed
i~ • P'jRaFatiorl.fl/; ~[')o(-~"Ee'1f~_ n.,ifl."l!tin%,.D!l!<m~_~~1!tSFi6'- -- PlD-"
~,"¥~~=,e~ff#ttfi!¥i<)l,.:gT::o-n(j"8ct$-(!iitr7J)'- ".n~t£!ore~t
• Preparation of Employer's requirements Year: June 2011 - August 2012
and Bidding/Tender Documents for Design Location: Amhara Regional State
and Construct type Works Contracts Client: Ethiopian Railways Corporation (ERC)
• Preparation/Review of engineering cost
estimates for works contracts Length: 100 Km
• PartiCipate in site visits undertaken by the DeSign Standard: -
Design Teams Position Held: Contract Engineer/Project
• FormattingiPreparation/Review of I-C=oo~r~d:::in.::a:.:to~r~ _
contractual technical deliverables, in line Name of Assignment or Project: Concept
with the Client's Requirements, such as; Engineering Design and Tender Document
• Topographic Survey Report Preparation for F2 - F3 Design and Construct
Road Project
• Design Standard Report
Year: September 2011 - November 2012
• Soils and Materials Report
Location: SNNP Regional State
• HydrologicallHydraulic and Structural
Report Client: ERA
Length: 55 Km
Design Standard: DS6 (Gravel surfacing)
Position Held: Contract EngineerlProject
Coordinator

}

Cumculum Vitae Reklk Belete

• Preparation of Contracts/Supplementary Construct Road Project


Agreements for various types of services Year: September 2011 - November 2012
• Assisting and/or Advising in definition
Location: SNNP Regional State
and/or tnterpretation of contractual issues
for worlcs contracts whose supervision is Client: ERA
being undertaken by CWC£ Length: 37 Km
• Coordinating and managing projects for Design Standard: DS4 (DBST surfacing)
timely completion Position Held: Contract Engineer/Project
• Handling official correspondences in Coordinator
relaUon to contractual matters
Name of Assignment or Project: Concept

r Engineering Design and Tender Document


Preparation for F5 - F3 Design and Construct
Road Project
I' Year: September 2011 - November 2012
Location: SNNP Regional State

• Client: ERA
Length: 83 Km
Design Standard: DS4 (DBST surfacing)
Position Held: Contract Engineer/Project
Coordinator
Name of Assignment or Project: Concept
Engineering Design and Tender Document
eM ...... .. ; "'rJ'5 -.
ons rue Road Projec-t~-
CmQ-.:$£ltic!nfS-=i!
.
Year: September 2011 - November 2012
Location: SNNP Regional State
Client: ERA
Length: 57 Km
Design Standard: DS4 (AC surfacing)
Position Held: Contract Engineer/Project
Coordinator
Name of Assignment or Project Concept
Engineering Design and Tender Document
Preparation for Turmi - Omo Design and
Construct Road Project
Year: September 2011 - November 2012
Location: SNNP Regional State
Client: ERA
Length: 63 Km
Design Standard: DS4 (AC surfacing)
Position Held: Contract Engineer/Project
Coordinator
)

p,~ 100f I~

~v~
, ,
, \'

I •
Curriculum Vitae Reklk Belele

Kesem Sugar Factory Design and Construct


1-- Road Project
I Year: December 2012 - July 2014

r
Location: Afar Regional State
Client: CGCOC Group (main design and build
contractor) I ERA

r Length: 25 Km
Design Standard: DS4 (AC surfacing)
Position Held: Project Coordinatorl Contract

r- Engineer
Name of Assignment or Project: Detailed
Engineering Design Preparation for Chole -
Magna Design and Construct Road Project
Year: December 2012 - July 2014
,.
r '
Location: Oromia Regional State
Client: CGCOC Group (main design and build
contractor) I ERA
Length: 20 Km
Design Standard: DS5 (DBST surfacing)
Position Held: Project Coordinatorl Contract

__ - -4: - Engineer

Activity Performed: Name of Assignment or Project: Preparation


• Preparation of Technical and Financial of Proposals for Various Design and
Proposals (for bidding purposes) Supervision Projects
• Preparation of ptoject schedules using MS- Year: June 2011 - July 2014
Project
Location: Various
• Conduct sile visits for preparation of
Technical Proposals (for bidding purposes) Client: Various
Length: Various
Design Standard: Various
Position Held: Procurement Engineer I Contract
Engineer
Activity Performed: Name of Assignment or Project: Consultancy
• Evaluation of Technical Proposals in Services for Procuring Engineering Services
accordance with the Client's RFP (Procuring Agent) for Package II Road
• Evaluation of Financial Proposals in Projects (6 Projects)
accordance with the Client's RFP Year: April 2013 _ July 2014
• Preparation of Evalualion reports and Location: Various
presentation of findings for ERA ~~~~~.
Award Committee ~
• Coordinating the Tend
Committee (TAC) for timely

reabccus t '!:!' gm ail.c' srn 1,,'llofI5

\


,. Curriculum Vitae Rekik Belete

project completion Position Held: Tender Analysis Committee

r (TAC) Team Leader / Procurement Expert /


Contract Engineer

r Employer:
Employment
Ethiopian Roads Authority
period: January
(ERA)
2009 - June 2011
Construction Projects

r Activity Performed: Name of Assignment or Project: Harar - Jiiiga


• Conduct Regular (monthly) Project Site Road Upgrading Project
Visits and meetings on behalf ot ERA in Year: August 2010 - June 2011
f relation with Contractual, Technical. Traffic
Management, Safety. Environmental and Location: Harari and Somali Regional States
r-
Social Issues Client: ERA
r •
• Follow-up and monitoring Progress of Length: 103.6 Km
Projects and Quality of Construction and
Supervision Service for successful project Design Standard: DS3
,' completion Engineer(s): Roughton International UK / Pan
• Handling o( project correspondence with African Consultants JV Arts-Tech Consuftants
the Engineer. Governmental Organizations, Contractor: Hunan Huanda Road and Bridge
Regional Governments etc ... for successful Corporation
project implementation
• Administering the service contract Position Held: Project Engineer/Contract
• Reviewing, Commenting and processing !-=E::..:n~g::..:in;,:e;,:e.:...r _
Supplementary Agreements Name of Assignment or
_.
- - ,...
.N~j''' ..tlf1h'u~~R
- _:..,. .
lllriJ/or-1irmr
....
Year: August 2010 - December 2010
Claim Submissions
• Review and comment Supetvision Location: Somali Regional State
Consultanl's Assessment of Client: ERA
Contractors ClaIms Length: 64.3 Km
• Prepare proposal to the claim
submission and discuss with the Design Standard: OS3
Engineer Engineer: Intercontinental Consultants and
• Prepare and Process Contractor's Technocrats Pv1. Ltd. (lCT)
Entitlements Contractor: Akir Construction PLC
• Represent the Employer on Dispute Review
Expert Site Meetings Position Held: Project Engineer/Contract
• Review and Comment ORE's Site Visit Engineer
Reports Name of Assignment or Project: Degehabur-
• Review and Comment Progress Site Shekosh Road Upgrading Project
Meeting Minutes Year: August 2010 - December 2010
• Review and Comment
Location: Somali Regional State
• Contractor's Work Programs
• Contractors Construction Client: ERA
Methodologies Length: 106 Km
• Insurance Policies
Design Standard: DS4
• Contractor's Qualtty Control Plan
....."~,~,"'f?~-,sion Consuttstn S Quar'I~"'<9:ti
",",<0 ssaronce Manual
" ,
\

~e 1101 I""


Curriculum Vitae Rekik Belete

I
• Technical Document, Drawings and Position Held: Project Englneer/Contract
Design Review Report Engineer
• Variation Orders proposed by the
Engineer
• Inceplton Report
• SupervisIOn consultants Design

I Review Proposals
• Design and Technical Documents and
Proposals
• Check and Process Contractors IPCs and
r •
Engineers Invoices
Follow up of Right of Way and Land
Acquisition Issues
• Process Forwarding Orders and Imponstion
Permits
• Process Resident and Work Permits for
\ '
Contractors and Engineers personnel
• Preparation of monthly project status
re otts to ERA's Mana ement
Design Projects
Activity Performed: Name of ASSignment or Project: Detailed
Engineering Design of Harar - By - Pass
Road Project

~~~§,~~~~~'~l~o~c~a~tion: Harari Regional State rr


• Review and Comment Consultant's Client: ERA
technical deliverables such as;
length: 25 Km
• Inception Report
Design Standard: DS3
• Route Selection Report
Consultant: Pan African Consultants JV Arts-
• Feasibility Study Report
Tech Consultants
• Topographic Survey Repott
Position Held: Project EngineerlContrad
• Design Standard Report
• Soil and Material Report Name of Assignment or Project: Detailed
• HydrologicallHydraulic and Structural Engineering Design of Sawla - Maji Road
Repon Project
• Engineering Design Departures
• Engineering Report
• Engineering Drawing
• Tender Documents
• Book of Computation
• Handling of project correspondence with
the Consultan/' Govemmental
Orgamzations Regional Govemments
etc cessful project implementation ~~~:::... -=:::==::::=- _
Commentillg and processing Name of Project: Detailed
- Akobo Road

I
\


Curriculum Vitae
Reklk Belele

Supplemenlary Agreements Project


• Conduct site visits representing ERA to Year: March 2009 - July 2010
become familiar with the project area and
identify problematic locations, selection of Location: Gambela Regional State
drainage structures locations and review of Client: ERA
proposed road alignment
Length: 219 Km
• Ensuring that the consultancy services are
DeSign Standard: OS6
in accordance with the contract agreement
Consultant: FINNROAO LTO
• Check and process Consultant's Invoices
Position Held: Project Engineer/Contract
Engineer
Name of ASSignment or Project: Detailed
Engineering Design of Maji - Washawuha
fr' Road Project
Year: July 2009 - March 2010
location: SNNP Regional State
Client: ERA
length: 70 Km
"
Design Standard: DS6
Consultant: Yerer Engineering PLC
:f Position Held: Project Engineer/Contract
Engineer
~ it -if: 'j~
.."'-I:)41t:.!r.}~
Engineering Design of Awash and Adaitu
River Bridges
Year: May 2009 - July 2010
location: Afar Regional Siat"
Client: ERA
Design Standard: OS2
Consultant: Grontmij I Carl Bro NS
Position Held: Project EngineerlContract
Engineer
Name of Assignment or Project: Detailed
Engineering Design for Periodic Maintenance
of Modio - Awassa Road Project
Year: May 2009 - July 2010
Location: Oromia and South Regional States
Client: ERA
Length: 205 Km
I DeSign Standard: OS3
Consultant: Metaferia Consulting Engineers JV
SPIce Consulting Eng~in~......__
W.{ ~~~~~~~~~=
Po ilion Held'
...
ll,. '

\

'r
Curriculum Vitae Rekik 8elele

r I Engineer
Procurement Services
Activity Performed: Name of Assignment or Project: Various
• Evaluation of Consultant's and Contractor's Design, Supervision and Works Contracts
Technical Proposals for Service and Works Year: January 2009 - June 2011
Contracts respectively
Location: Various
• Evaluation of Consultant's and Contractor's
Client: ERA
Financial Proposals for Service and Works

r Contracts respectively Length: Various


• Preparation of Evaluation reports and Design Standard: Various
presentation of findings for ERA Contract Position Held: Project Engineer/Contract
Award Committee
rr' Engineer

f' '
., '
" ,

,.- ,
,

lcabcollst@gmallcom

..
~j-ia
15. Certificariou:

I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly
r describes myself, my qualifications, and my experience. I understand that any willful
misstatement described herein may lead to my disqualification or dismissal, if engaged.

_,f)=.6c.:....1 _u S.:._!
_;~_~,-_·Ic.___,B:::...::cJ=~",""b:,~_c$...,f..."""',--,,0J-6~~Date: L_"L _
,,
Signature of staff member or
Authorised representative of the staff Day/Month/Year

Full name of authorised representative: ~'\..,~ 1Ll~


,=== a ::..- 2 -=--

....-{_;_ -
\ I


=~ ..
~S!
",." '" ~
co..c
.- c:
,Ens.c
ta:J«.,
'" (0
..
>.

;ZI
., c Q) t:""Vt~
qJ .~ .- -

u
> ..
~ 0. "0

._ -
","0 C
1!'"
"3:'",., 3 C
(I) ~

5-C:~
c( -_

&.= o Q)
C) ''=
'"'0'- ~ ...go
.,.c
N u..
c:
'':: .2'!.~
(QQJ"C-'
~ - .
.c '"'
=8:
0_ .- 0 u Q)
-0.,,0
0 __
..c.£::", •
,..(5
~c.c;
C>1'l
"-
1:_
>0
19 W
W
(I) Q)
._c: "0
::J

"'a!
c.,,-

C
0
E
.....
¥~
'-_
a:: =1-°
$'! "'"0... C) '" '" ...
'" .£:::l:
+r > .." -
~ >i~
•• i!:-c
.-f-=° +-'
C)
W
c: "'-""O.£:.
cuoc- ~ o "
W
0 ._
.,>- c ~~
~ ~~cv_

- ".
'.
-o .'<I, ~i
~ :-::~""OO
.-
....... cOt
=>e W .~
.- .,_"0
> ~ ~
~ r:J'J ..
.at!.,
~
CD
:I:
t- Q)
.r:, c:
en'" Q.~

.. '"
",,_c::::>._.,J
__ enS::
':..:~
&
J

-.-
.<>-
q:.!!
r ' ~ .. .£ :J~.,,;::-
CD ._ .- :J -

U ,<;::1: .x: U o .w
~
'" - .x: CQ cc:"'i:'
o .- E "0

>
«0

..-",-
o~ ..&;~o:c:i
, 0
tc: ....... .. c
_ ::0 ~ ED c:
",.._
Ci.'_ WI)
::::J
.. 0
CI,) .-~~_r-0
""O.~

s: ~.s::;
c::
°i-So 0

......
••
-e
~
~~
<;C:
..<::
';. .c
...,
..
C ~ 90,7

-.
"..
c: , " ..<::

-
~
..< ~
~.~ \.:
'\
~ <:: •• Q
:"'<i"
.o;! ~ ....
••
k ;- .. ~
-""
- c;: ••
r.,:,: 6"" [
"'-:-<a-
~
..
.\.:\.~
.c:: r:J'J :. ;....

-.. e...'... _
~
~G:'
.c +.. ..
.c;
"'{.
". ...
~~
.,... " ~ .. 0

or: ~ 0-
U&.:
<::'
S'"
E ~o

~
. ---
~ \,.

..<
~
~

~~
:""'2
l:";':
-, :ir.;
.~
• ' .-E
C'
:
e-,

~
(.,-

~
h-
~
-e
e
-e
_..<::
~
~",
.
..-:-

("
.. .;.:
"
....
~~ ..:::lC .. g-'~
:~ ~=i
.~ z-, r. :t
c...: :::
-.. ~
... =-
.~: ~
:::.~-
C:: ....
..-::t
.c~
~~
..::'"
:,.. !Ioo~

0\ X
} .2,.:_' I . '\. \'

ConsulumcyServicesfor Continuation of Construction Supervision 0.(
Bishoflu Chefe DOlIs(I - Sendofa Design and Build Road Project Elhiopian Roads Administrauon

Breakdown of Contract Price/Cost Estimates

"(
~~rCT~
r~:--
~~-

!

WHITEKNIGHTConstruction
Management Consultants Pic.

r ~f,T !,')(Itt-hil1 "7l.l-'H'


".,ftA:l·1·h'1 :>,f'I'/f"II'1V(V;
1 Place and Date: Addis Ababa, 11'h August 2022
Procurement Ref. No: S/721NCB/RFP/GOEJ2014 EFY Addis Ababa
Ethiopia
To: Ethiopian Roads Administration
Att: Ato HabtamuTegegne, Tel. +251-114-163-165
Director General of Ethiopian Roads Administration Fax +251-114-163-155
Ras Abebe Aregay Street, E·mail whittkniQhtcmcpl(>fgm.an,(Oft'I
Ethiopian Roads Administration
Head Office
P.O.Box 1770,
Addis Ababa, Ethiopia
,.
Subject: Financial Proposal Submission Sheet-Form F1

SUBMITTED BY:

Complete Name and Address of the Seat of Consultant Nationality


Whiteknight Construction Management Consultants PLC.
Kirkos Sub-City, Near Bulgaria Mazoria, I
~l"-05.Holjse No New j

Fax: +251 114163155


~-+.d I IPI'i63t65"
Email address:whiteknightcmcplc@gmail.com
-'- __ .. •• " I
Addis Ababa. Ethiopta

In response to your Request for Proposals for the above Procurement Number
Sn2/NCB/RFP/GOEl2014 EFY, we, the undersigned, hereby declare that:

a} We have examined and accept in full the content of the Request for Proposals for the,
Procurement Number: S/72/NCB/RFP/GOE/2014 EFY. We hereby accept its provisions in
their enlirety, WIthout reservation or restriction.
b) We offer to provide the Consultancy Services for Ihe Continuation of Construction
Supervision of Bishoftu-Chefe Donsa-Sendafa DeSIgn and Build Road Project in conformity
wfth your Request for Proposals and our Technical and Financial proposals;
c) The total price of our Financial Proposal inclusive of local taxes and excluding any
discounts offered in Item (d) below IS ETB 14,452,676.75 [Fourteen Million Four Hundred
Fifty Two Thousand Six Hundred Seventy Six Birr and Seventy Five Cents Only];
dl The discounts offered and the methodology for theIr application are: (Not Applicable]
e) The prices In this FInancial Proposal have been arrived at independently, without, for the
~ose of restncting compehncn anI consultation, communication, or agreement With any
.0 ,n ~he1'C~nsultant or competitor relating to: ~
1:;-' (i. 'Those prices ' »" ·"+··~f~
Ii ., I Th~lntentlon to subrmt a proposal, or it ~/ \.~:
~ J ~ ,'\. i') n'1,methods or factors used to catcu'ate the r~e ~;:E:- I~
~
~;'(.,.__ .:....'...'.'1 _ \ ~'\~~...-: /i""&,
I,).
~
"l,.· :,'/ ~
\
~
f
-~;etl ~~. ~
'}.'~
""~"
~..."
..~ .......
' 1'\ ~ ~,j ,~;
"J
,~ (..i..
"<'"",:.o"'.ljcof(\TI'
.
~
~\., ,;,;.~
~, ~,,'\J
'"
~~
~ ..".. \
'-~.
,il
..,........ <,;'
.:,
\~ ~." • ,<rr.>r
{r:
, -'

r-
f) The prices In this Financial Proposal have not been and will not be knowingly disclosed by
the Whiteknight Construction Management Consultants PLC in Sub consultancy with
r' STriDE Consulting Engineers PLC, directly or Indirectly. to any other Consultant or
r competitor before bid opening.

r
g) Our Financial Proposal shall be valid for a period of Ninety (90) days from the date fixed for
the proposal submlssion deadline in accordance with the Request for Proposals, and it shall
remain binding upon us, subject to any modifications resulting from negotiations, and may

r be accepted at any time before the expiration of that period;


h) We are not insolvent, in receivership, bankrupt or being wound up, not have had our
business activities suspended and not be the subject of legal proceedings for any of Ihe
foregoing;
i) We have fulfilled our obligations to pay taxes according to Ethiopian Tax laws
j) We understand that you are not bound to accept any Financial Proposal that you receive,

Name: Mes'in Teshome


General Manager. Whiteknight Construction Management Consultants
In the Capacity ot.
pte

Signed:

Duly authorized the proposal for and on behalf of: Whiteknight Construction
Management Consultants PLC in Sub consultancy with STrIDE Consulting Engineers
PLC

Dated on: 11"' day of August 2021


!
Consultancy Services (or the Continuation of Construction Supervision of Bishottu-
Chefe Donsa-Sendafa Design and Build Road Project

Financial Proposal - Form F2

I' Place and Date: Addis Ababa, 11'" August 2022


Procurement Reference Number: SI72/NCB/RFP/GOE/2014 EFY
Alternative No: [N/A]
I'
To:
I • Ethiopian Roads Administration
Att: Habtamu Tegegne, Director General of Ethiopian Roads Admnistartion

.,
Ras Abebe Aregay Street, ERA Head Office
P.O.Box 1770
Addis Ababa
Ethiopia

(a) Financial Proposal Total Price

\-,
t, -:'ud Ali?,";! LOn Page 1 of "


·-~

Consultanc), SC('(ieC$ lor tne Contulu.l1l0n 01 Construction Supervi5io.n of Bishonu..chcfe Oonsa~S(!ndafa Design and Build
Road PrOject

Place and uare: AddIs Ababa, 11th August 2022

PNXvrf:ment Refere",8 Numbor. Sf72INCa/RFPIG0Ef2014 EFY

(b) BrcskdQwn 0' FinsneiaJ Proposal by ACliYity

GrouP ¢l Activlbe'$
'NK's Share STriDE's Share
rr Pric.e lIem Pdce Jn ETa

Feo$(A) 8,644,000 00 5,222.000.00 3.422,000 00

Reimbursable expenses (B) 2,284,300.00 1,495,900.00 788,400.00


[I'
Con~{C)-=- 15% Of (A+S) 1,639,245.00 1,007,685.00 631,56000

15% VAT(O)-=-O.1S·(A+-B+-C) 1.eSS,131.15 1,158,837.75 726.294.00

Total (El-=--A+-8+C+O 14,452,676.75 e,884,422.75 5,568.254.00

j
.' ~"QI •• MMASb;a,.IWS ........ Mll
Pt .................. ...a:ft:.aoIOr ~.£F1

.. . let Slt~1I 011Feet

fMlmllfll Stat! • Mont"


~: HMIIt 01 Suit PJopottd Position
"'~ Ra.(lTSJ Wit's Sh.n
(1) (21 (JI (.J ($)

(.

( ,
....
._
10 I"""

. ",,"'.,
.
" Ii,;";"';

"''''''''
"'.GOO '" s.:o.GOO 00 SIlO.GOO 00

,, ~~OO

2 n
1

f-- --:::-
"~..,;:-
c~~-::;- t- ".:."".-.
1i ....
24 ~

" ""DIIII
"'''''''' "'.COO.OO

. , lr........

] lr.......

5
~


Consultancy Sorvlces for tho Continuation of Construction SupervIsion of Bishoftu·Chefe Donlo~SendafiJ Design and Build Road
r" Project
Pb«,l"Ido,w Addi:sAb3ba.lltt.Augvst2022
PtoeurementlWmnu Number sn2r'~Ca'RFPJC(){J2014 EN
Altemabte No: (NIA)

(d) Breakdown of ReimbursableEspensH for the Conlliuclion Period

Rat_a..
Finn
1'11<', SII." ST~'
Shart

It.iOOiii Tooo.OO IWhito knioht 156.00000


f' I M",,1Il 6.00000 IST~oe 1
:l.b;h 6.00000 ISTI1CE
1 ~ ~ 36.00000
r' l. Irobe_ ,.","iii 4.500:00
s Melese , Etoo,n ... IMOOIh '.500' ISTttOE 36.00000
I. ".tome> I Mon" 4.500' 112.500.00 112.soo00
I~"'''' 1'.-
~ 9 ~
4.5001 112.500.00 ISTttOE 112.50000

1.10'r~ I...",. 9 '.50060


a ". •• mod 9 4.soo00 40.5()000 IST~oe
I ' lilT 40.50000
_Ill 9 4.soo00 .w.soo.OO 1__

IiJOiiiil 4:500» 1(IMe~


SOlI ,I 1..,,,,,111 3500 82.BOO IN"'" kn<lhl
5001 ,T
.: .'
,."
~~: - .-
[I.iO;ii 3.60000 IST~oe
rt.bi n 3.60000
IMinilI -23 160000
I MoI'CII 23 36000
I Monlll 24 3.6000 66.41 100 •
~ 24 3.500.0
I......, 24 3.6ili1ilO
I••m:; 2. icm!D
! Mociill 2' 3.cmJlO 12.00000
1.21ITobe",mod 'MOIlIh .000.00
12,ITooon_ IJonor I Mon~ .00000
1:21 ITobe""""" 1.1,,,,,,, ILlort .00000
l2!~ I~ -ji ItWiii 1.80000
13( ITobe'- Tnos • 5.00000 6.00000
To"

Namt: kf~s(inTfshorne
In the CIP~Cltyof: Gtl"ltrtl Ua!U9ef, Y,1t;lgl1!lght ConsffUCf'On 40fvmmMl COn1ul'lnn ptC
'\
S;gned ~,_.......


I ~.
r--, ,
'.j.~

I
.,. , . .,f.

I
Con,u/tanC)' Services for Conunuauon O[COIJS/I ucuon Supervisum of
Blsilo/lll - Chefe Donsa - Sendafa Design mid 81111dRoad Project Ethiopian R()(u/J Admimstration

I •

..

~~~~~~-~=~~-~~~
Services & Facilities Provided by the Client
(Please Refer Item "10.7 of the TOR)

.\
,

) .,.,
Ii


.~
Consultancy S,,", icesfor Contmuation0/ Construction Supervision of
Bishoflu - Chefe Donsa - Sendafa Design fwd Build Road Project Ethiopian Roods Admimstration

r
r

I•

r •

SECTION II:
81'ECiAL C(ffl:t)'rtltJNS"OTLONTltACT

.\

... '~"'.:ad
-.., "

j
r Part 3: Contract Section 8: Special Conditions of Contract

Section 8. Special Conditions of Contract (SCC)


The following Special Conditions of Contract (SCC) shall supplement the General
Conditions of Contract (GCC). Whenever there is a conflict, the provisions herein
r
shall prevail over those in the GCC.

GCCCI.use
r: Reference
Section 8. Special Conditions of Contract

General Provisions
r : Procurement Reference Number is: Sl72INCBlRfP/GOE/2014 EFY

.. GCC 1.2 (y) The Public Body is: Ethiopian Roads Administration

The Contract
-
, . CCC 7.1 (a) The documents forming GCC 7.1 (3) "Agreement, including 311 Appendices" of the
contract shall be interpreted io the following order of priority.
I. The Contract Agreement
-• s
11. Minutes oj Negotiation (if any) or (ERA Request for Clarification and/or
Confirmation and Consultant 's Corresponding Response)
lIT. Addendum (if any)
'-.-= - .- -'V. .~:t
ap~ ..~.3 ~:..-.:...;- - ........._-.-:.=_
••
GCC 7.1 (d) In addition to documents listed in GCC Clause 7.1 the following documents shall .
- form the Contract:
~ Elrgible Countries
~ Professional Indemnity Insurance
- ./ Power of Attorney {fncllld",g Article/Memorandum oj Associution and/or
Eligibility Documents, as appropriate}
./ Code of Professional Conduct and Ethics signed by the Consultant and the
proposed Key Staffs
./ Form of Advance Payment Guarantee; and
./ Minutes of Pre-proposal Meeting

GCCS.I The gOleming law shall be the laws oj the Federal Democratic Republic oj Ethiopia.

:;CC 9.1 Language of the Contract shall be English

GCC 10.2 For notices. tbe Public Body's address shall be:
. and 10.3 Public Body:
-- Ethiopian Roads Administr:uion
Attention:
--- Habtnrnu "I'cgegoe, Director General of
Ethiopian Roads Administration or his delegated
_~ _ _iepresenlolhe _
Floor R""JO number: ,I'm, . ERA Head Office New Buildinz, Office

I' () Po,
Strec \ddlc"
~:.,)'1~-',-,* -,
'" ~n
~j:f~

\~".g3\
ctor General

Street .~(
.
r " L:I! i' ~~r',..1>: )~ ~ ~o, ..

~ I~ R ." l'/ \

.:
....:.:.._ .• ; i
\~:p,7'j"
J'.
!H 1'·(
,. ,ull.I1Ie)

'II )l:i1t Sp,.~ial L


;~!'j

,.• 1
'''l
!I',
UI I,
1
r"'"
l·l •
."'..
., -I::;
./
..
,11

"
,-
~\'u'l~•
;...~ 0,,,
I, '1.IJ:~
1,1
-
_>

j

r- Part 3: Contract Section 8: Special Conditions of Contract

r Gec Clause
Reference Section 8. Special Conditions of Contract

r-
For notices, the Consultant'S address shall be:
Construction
(. Consultants Pic. in Sub-Consultancy with
PLC.

,.

, I

GCC 11.1 The Member io Charge is (insert Dame of memberjj.-

ccc 12.1 The Public Body's authorized officer shall be:


I Authorized Officer: 'rl H;;-a:-b'O'ta-n-l-ll-'T"'e-g-e-g-n-e,---:::07h-'e-c-to-,-'
-'G:-e-n~raJ ()~
I Ethiopian Roads Administration or hiS .
---l
delesated representative j
~
Ip.O.Box: i 1770"
i Ras Abebe Aregar Street
IStreet Address:
I Town/City
Post Code:
Addis Ababa I
I Country: Ethiopia
I Teleebone: +251-115-18-57-42 Ext 5742 or 5743
I Facsimile: +251-11-5514866
E-maIl address.era2@telccom.net.ct
The Consultant's authorized officer shall be: -
0uthorizeE Officer. _ ~_ Meson Teshome
P.O. Box:
Street Address:
Town/CitE_
Post Code:

Facsimile:

r. i I'.f '.,,,,uILml,\ """" ....r c',rn, . 1'. ql.lr ... l II}' tju-
D't:_my.:'ll~ SpC':i.J1 ('':In'.t::cns ~f{.()n!r.I.;1
r• Part 3: Contract Section 8: Special Conditions of Contract

r GCC Clause
Reference Section 8. Special Conditions of Contract

GCC 16.1 Any change in laws or regulations sha II result in any change to the period for
r completion of the services Or the Contract Price.

GCC 11.1

r•

,,

RI·r


Part 3: Contract Section 8: Special Conditions of Contract

CCC Clause
Reference Section 8. Special Conditions of Contract
reimburse them to the Public Body if they were paid by the Public Body at
the time the properly in question was brought into the Federal Democratic
Republic of Ethiooia
GCC25.3 Delete the phrase 'IrC Sub-Clause 25.4' and replace by 'CCC SUb-Clause 25.4.'
r GCC27.2 The time period within which the Services shall commence is: the date of
notiflcation in writing by the client to the Consultant to commence the services
r or such other time as the parties agree in writing. This date shall not be earlier
than two weeks from contract agreement.

GCC 28.1 The Intended Completion Date is: Twenty four (24) months of Construction Period
from the date 0/ commencement of the Services and (111 additional one (1) Year
Defects Liabiiity Period: or such other time as the parties may agree in Writing.

Obligations of the Public Body

-, GCC J1.1(g) The Public Body shall provide the following further assistance to the Consultant: the
data, services and facilities to be provided by the procuring entity shown under
item 7 of Terms of Reference, which will later form Appendix E of the Contract I
,~'!-;.:;J.'it'~~~~-~-~~~:=~-~:_~:-9~-U!:!\t,'-r
~",,'" -"". .:....,.
'" ""~ ~- -~,.
-;c - ~ = - -_~ ;
Payments to the Consultant
GCC36.2 All payment to the Consultant under this Contract shall be made in Erhiopian Birr
(ETB)

GCC37.2 The Contract is: Time - Based Contract.

GCC38.2 Delete the phrase 'GCC clause 14' and replace by 'GCC Clause 15.'

GCC38.3 Delete the pbrase 'GCC clause 14' and replace by 'GCC Clause 15.'

GCC39.S Personnel time spent in the performance of the Services sball include time for
necessary travel.
i. Working Hours
The Consultant shall work whatever hours are required to carry out the
services, but not less than the working hours of the Contractor.
ii. LC3\'C

The cost estimates in Appendix D in particular the monthly billing rates are
deemed to cover all costs for leave.
~"h .ertime Work
, .. '}'....~~ he Consultant's staff rates shall include all costs at minimum to work the
r" ~~uber of nonna! working hours as stipulated in the labour law, :2: any
* I. ~1/ ~h'zrt'm~ worked if nny by the Consultant in his own initin~'\t:> rd~. 10
~ V~ di~h rze its construction supervision duties associal~i(~iil~,I;ie. week
r'

r Part 3: Contract Section S: Special Conditions of Contract

-
GCC Clause
r'
Reference Section 8. Special Conditions of Contract
load brought by tile activities of the Contractor with respect to the normal
r-
working hours.

0
When deemed necessary to expedite rhe works in accordance with the
- relevant provisions of the works contract, overtime, night time or holiday
r'
working may be allowed by the Engineer and the Engineer could deploy
the required staff for overtime work.

, . 0
Only those staffs of the supervision Consultant which are mandatory and
directly deployed to the supervision of the works carried out by the
Contractor on overtime hours are entitled for overtime payment.
-
,. • The Consultant has to justify the purpose, relevance and the need of
deploying each of the concerned staffs to the overtime work.
0
The overtime payment including VAT (as mutually agreed and signed
,. between the Consultant and the Contractor) shall be included in tile
Supervision Consultant's Invoices to be paid by the Employer and tbe
- same shall be deducted from the corresponding Contractor's Interim
payment certificates.
o Tbe amount of overtime shall be calculated on the respective basic
-- ,"ow",,!J;rn]5l1Mwm :~'li'&;;Vr.j,;~;'e;i'Il~:l::aO~lall present .! .
document indicating the basic salaries of each staff con finned by the
Consultant's representative and the staff himself.
o Income taxes on the overtime payment shall be paid to the Federal Inland
Revenue Authority, and the evidence of the same shall be forwarded to
ERA in the invoice following the claim of overtime payment.

GCC 40.1 The payment schedule shall be:


• As indicated in GCC 40.2 below, if the Consultant Itas an intention to
take Advance Payment, ten (10) percent of the contract amount shall be
paid upon submission of Unconditional Advance Payment Guarantee as
per the attached format in section 9 of the RFP.
• The Advance Payment will be set off by the Procuring Entity ill equal
instalments against invoices for subsequent Six (6) Months. .
• Monthly payment shall be made for the actual inputs provided and
reimbursable costs incurred by the Consultant against invoices supported
by initialized statements and supporting documentation.
• The final payment shall be made after submission and approval of the
Iinal report and final statement of expenditure.
Notes:
• The Af/!'OnCe {1I1101lnt referred abo l'e in lite total sum of Fees, Reimbursable
and Y...J T but excluding Specified Provisional S,IIUS find Contingencies.
• Jhe Client shall deduct 15% VAT from each payment and transfer the I
r. l<::~ed01110UIII
-z~A~~I.I~~iJI~~~t~,,~~ to Ethiopiall Revenue, and custom. Authority.

.,/'~..
GCC .R:;~~<~~v1d...~"'.>Pa)ment
/' ~~~; shall be made, if the Consultant has an intention to take the
.

* \/\/ " *
Part 3: Contract Section 8: Special Conditions of Contract

GCC Cluuse
Reference Section 8. Special Conditions of Contract
same.
The following provisions shall apply to the advance payment and the advance
payment guarantee:
1. An Advance Payment Guarantee shall be required.
2. An advance payment of ten (10) percent of the Contract Value shall be made
within 30 days after the Effective Date.
The Advance Payment Guarantee shall be in the amount and in tbe currency of the
advance payment and it shall be unconditional Advance Payment Guarantee as per
the attached fermat in section 9 of the RFP. The advance payment guarantee s/IOIIbe
valid until the total advance mOlleyis recovered by lire Client,

GCC 41.2 The Client shall initiare the Consultant's payment upon receipt by the client of such
statements prepared In under Sub-Clause 40.1 of the Special Condition of Contract.

GCC41.S lb. Public Body shall pay me Contract Price to the Consultant, within the period of
. . the ~5 days of receipt of the invoice and within 60 days in the case of the Final
Payment .

n'iI:!8;!¥~:t'~-:;P~'*e'~
HOH'I!>-er,
'"Jiif=
filii; tic' :!a 'ti&i !!totbt."Y_"*;~I)f·;j..·~·
for ,11! extended Consultancycontract period beyond IIr' original contract
duration, S% annual increment ",ill be applicable onfilial remuneration rate.

Obligations of the Consultant


GCC 43.4(b) The Procuring Entity's prior approval is also required for: IIIMlIg any action under
Ihe contractfor whlch action the written approval/ prior consent of the Client as
"Employer / Client' is required.

GCC ~7.2 (b) The amount of aggregate liability sball be equal to the cootract ceiling, which is
ETB 14,452,676.75 (Ethiopian Birr: Fourteen JI/il/ion Four Hundred Fifty
Two Thousand Six Hundred Seventy Six and Cents Seventy Fivejincluding
15% Contingency, other local taxes (1/1(( 15% VAT

GCC 48.1 The rist", .uid coverage shall be as follows:


{l.) Third Parry motor vehicle liability insurance ill respect of motor "chicles
operated in Ethiopia by the Consultant or his personnel or an} sub-Consultant
or his pervonne! ~,ilh minimum coverage, of Ihe' II,OIOr vehicles I' bIll!)'
insurance policies of certified "'SlIraIlCt' in the Procuring EII/;!)''s country:
(ii.) Third Partyliability insurance, with a minimum COl (,""1:" of 100,000 Birr Or
equivalent per occurrence with number ()J occurrence nnlimited;
_..(I mployer '.5 tiabituy and workers rompensauon IltlUre",!,." ill respect of the
~ ....'It!'.,....1.,A.·.l I ol Consultant aUI/oj eln>' sub-consuluo», 111accordance with
JI'r.~ Ihe' In
• (..J. ~:,u·t I' of the "fppllcnble La..v, as welt
Q\;510" re:ipeci (. ~ ./z (It, , .1

=~=J·.;i>a/-;
. ,I ;\,.~'i;t -I. rn)',ueh Mi. ireJ/lh. accident. trawl or 011,,,.. :,." "". ....A;'o _..
~hri:r-.1 ?r"f.-- ::~ o~,,,'~"::":::·':::·:'."(
--j/f:~4[~·
...
RFJl~" I "'>iT;.(~".P,,£i.,,,II.,II,,Hh
""\ '!.;~~~.
r.',~.
.... '4-.f
(':I';
,.'1'
j t'acc ~u17 / • I
V"/,
(I/?'.:(,' "'}l~',"
: ".,!IV'})" ,,)
'. vI':' h
•"'t "f;f. •• wOfk

......""'...
do t:
_ ~..L(:--~ - I ~ ..__
,>
~ \

,

r Part 3: Contract Section 8: Special Conditions of Contract

r GCC Clause
Section 8. Special Conditions of Contract
Reference
appropriate;
(iv.) Professional Liability Insurance, with a minimum coverage equal to the
Contract Ceiling, and Professional Indemnity Insurance, which shall be
submitted before tbe Contract Signature

r The professional Indemnity Insurance shall be provided in an acceptable


format to be priory agreed witb the client in line with the following major
terms but not limited to and notwithstanding the provision of professional
I •
liability under the applicable law of Ethiopia:
(i)· VIe period oj liability under the insurance policy is rhe Duration of the
Services.
(ii) The maximum amount oj liability under the policy is the Service Contract
Amount.
(v.) Insurance against loss of or damage to
(i) Equipment purchased ill whole or in part with the budget provided under
this Contra,",
-. "/ _ .. -.~ --- '" . ~foJr""!;,,;:V;C/!r,'.r.i1~:
(iii) Ally documents prepared by 'he Consultants in the performance of the
Services.
Gce 50.2
,-

GCCS5 Delete Sub-Clauses GCe 55.1 to GCe 55.6, and replace by "Performance Security
is Not Required."

f' 'C 11)!7


r Part 3: Contract Section 8: Special Conditions of Contract

r GCC Clause
Section 8. Special Conditions of Contract
Reference
appropriate;
(iv.) Professional Liability Insurance, with a minimum coverage equal to the
Contract Ceiling, and Professional Indemnity Insurance, which shall be
sub mined before the Contract Signature

r The professional Indemnity Insurance shall be provided in an acceptable


format to be priory agreed with tbe client in line with the following major
terms but not limited to and notwithstanding the provision of professional
liability under the applicable law of Ethiopia:
I '
(iJ' VIe period oj liability under the insurance policy is the Duration of the
Services.
(ii) The maximum amount of liability under the policy is the Service Contract
Amount.

- (v.) Insurance against loss of or damage to

, .
.
I
,,,,,,,",,,
(i) Equipment purchased ill whole or ill pari with the budge: provided under

••v
this Contract,
.~.,
t-
~ -
'" •
- ~-~~ .;..

.
;P'-.FI"""",,;cc{;;cl!r,,,7.i.<
(iii) Any documents prepared by 'he Consultants in the performance of the
~f:
I,
I GCe S{I,2
Services.

[ GCCS5 Delete Sub-Clauses GCe 55.1 to GCe 55.6,.and replace by "Performance


is Not Required."
Security
Consultancy St'n'ZC4!3/0r Continuation a/Construction Supervtsion 0/
Bah"}i,, • Chefe Donsa . Sendafa Design and BUIld Road Project Ethiopian Roads Admlni.slrtrtion

r'

..

SECTION III:
r •


!-_. ~==!::;q"",,m"""EE!!!"""'=-"-;r

Pori 3: Contract Section 7: General Conditions of Contract


r

Part 3 Contract
Section 7. General Conditions of Contract
r
Table of Clauses
A. General Provisions 1
I. Definitions 1
2. Appointment 4
3. Relationship Between the Parties 4
4. Due Diligence 4
5. Fraud and Corruption 5
r'
6. Interpretation 6
B. The Contract 7
,. 7. ConlrlCt Documents 1
8. OovemiogLaw 7
9. Language 7
10. Notices and written communications 1
'_"~z.=~iZ~~:=~1 ~1.ic.....:...... ~A"thority of Member in Charge ''ii!p.iiil!;:e.,~~~...
",_""",-=.:~8
~ < UfrIbiizea:6mcers -~ - ~- ~~ - 8
13. Assigrunent 8
14. Subcontracting 8
15. Modifications and Contract Amendments 9
16. Change in Laws and Regulations 10
17. Taxes and Duties 10
18. Force Majeure JO
19. Breach of Contract 11
20. Suspension of Assignment 12
21. Termination J2
22. Arrangements on Termination 14
23. Cessation of Rights and Obligations 14
24. Cessation of Coosulfa:Jcy Services 14
25. Settlement of Disputes 15
26. Liquidated Damages 15
27. Commencement of Consultancy Services 15
28. Intended Completion Date 16
29. Confidentiality 16
30. Miscellaneous 17
C. 18
31. 18
32.

')C'1


-_- -',-=~-

Pal'! 3: Contract Section 7: General Conditions of Contract


r
33. Services and Facilities 19
t
34. Payment 19
r 35. Counterpart Personnel 19
D. Payments to the Consultant 19
r 36. Contract Price and Currency 19
37. Type of Contract 20
38. Option 1 - Payments in respect of Lump Sum Contracts 20
r 39. Option 2 - Payments in respect of Time-Based Contracts 20
40. Payment Schedule and Advance Payment 21
41. Mode of Billing and Terms of Payment 21
r 42. Price Adjustments 23
E. Obligations of the Consnltant . 23
,, 4:3. Consultant's Responsibilities 23
44. Eligibility 24
45. Code of Conduct 24
,. '46. Conflict of Interests 25
47. Indemnification and Limitation ofLiabilily 26
48. Insurance to be Taken Out by the Consultant 27
, . 49. Health and Safety 28
Intellectual and industrial property rights 29
, , !ll!i~ia-i2~~'
;5~~-" ,gij... ~.~..,..r
.....
_•.o>;'=_""'"w.....,,"""2""Y...:..-=_ - _,
52. Accounting, Inspectionand Auditing 29
53. Data Protection 30
54. Review 30
-<
)J. Performance Security 30
F. Performance of the Contract 31
,I 56. Scope of Consultancy Services 31
57. Dcliverables . 31
58. Performance of the Consultancy Services 31
59. Performance Measurement 33
60. Location 34
61. Use of Public Body's Sites 34
62. Equipment and Materials 35
63. Key Personnel 36
64. Approval of Personnel 37
65. Control and Supervision of Personnel 37
66. Working Hours of [he Personnel 38
67. Removal and'or Replacement of Personnel 38
68. Extensions of'fime 39

G. Fairness and Good Faith 40


40
, ~,. ~"-' -L".:•..::::, ~':::!::.A .~~

r-

- Part 3: Contract eel ion 7: General Conditions of Contract

Section 7 General Conditions of Contract


r' A. Geueral Provisions
1. Definitions
1.1 .The headings and titles of these General Conditions of Contract shaU Dot limit, alter or
affect the meaningoftbe Contract.

r!
1.2 The following words and expressions shall bave the meanings beneby assigned to them:
(a). "Aulbori7.od means a person designated as such by the Public Body from time to
Officer" time as notified in writing to the Consultant to act as the'
representative ofmo Public Body for aU purposes connected with me
r'
Contract, inoluding any authorized representative of such person;
(b). "Bankrupt" means with respect to any entity, such entity (I) flies a petition or
l. ciherwise commences, authorizes or acquiesces in the
commencement of a proceedidg or cause of action onder any
bankruptcy, insolvency, reorganization or similar law, or has any
such petition filed or commenced against it, (ii) makes an assignment
or 'my general arrangement fur the benefit of creditors, (iii) otherwise
becomes bankrupt or insolvent (bowever evidenced), (iv) has a
liquidator, administrator, receiver, trustee, conservator or similar
r ' official appointed with respect to it or any substantial portion of its
property Or assets, or (v) is generally unable to pay irs debts as they

r , -~
(c). "Completion"
r:'dl.(h.~.~
means the fulfilment of the Contract by Ibe Consultant in accordance
with the teDDSand conditions set fortb in the Contract;
(d). "Consultant" means the natural or juridicoJ person under contract with a Public
Body to provide co""ullanc), services;
(e). "Contract means the documents listed ill the Gce, including all attachments,
Documents" appendices, and all documents incorporated by reference therein, and
shall include any amendments thereto;
(f). "Contract means a person designated as such by the Consultant from time to
Manager" time as notified in writing to the Public Body to act as the duly
authorized representative of !be Consultant for all purposes
connected with the Contraot, including any authcrized representative
of such person;
(g). 'Contract Price" means the money payable by the Public Body to the Consultant
based 00 the G.lotract Aveement and shall include all royalties,
license fees or similar expenses in respect of me making, use or
exercise by the Consultant of any Intellectual Property or Intellectual
Property Rigbl' for the purpose of performing tho Contract;
(h). "Contract" means the binding Contract Agreement entered into between the
Public Body and the Consultant, comprising Contract Documents
referrcd 10 therein. including all attachments, appendices, and all
documents incorporated by reference therein,
mean> calendar day;

I 14U

,,
0<" ,
"


r.

Part 3: Contract Section 7: Gcncral Conditions of Contract

0). "Delivery" means the transfer of the Services from the Consultant to the Public
Body in accordance with Ibe terms and cooditions set forth in the
Contract;
(k). "Bffective Date" means tho date on which this Contrncl comes into force and effect
pursuant 10 GeC Sub-Clause 27.1;
(I). "Eligible means the countries and territories eligible as listed ill Section 5 of
Countries' the Request for Proposals;

t'
• (m). 'General hereinafter referred to as "Gce'. means the conditions in this section
Conditions of of the Contract, which shall govern the Contract, except where
Contract' amended by the SCC or Contract Agreement;
(n). "Good Industry means the exercise of that degree of skill, diligence and foresight
Practice' which would reasonably and ordinarily be expected from a skilled
and experienced Consultant engaged in the provision of services
similar to the Services uodcr the same or similar circumstances as
those applicable to the Contract and whioh are ill accordance with
any codes of practice publisbed by relevant trade associations;
(0). "Government" means the Government of the Federal Democratic Republic of
Ethiopia;
(p). "[0 writing" shall be interpreted to include any document which is recorded in
manuscript or iypescript;
(q). "Insurances" all or any of tbe policies of insurance required to be maintained by
....~T:-ISo' '''5i!Q;'i;(~~~arfu Cs-CC Ci ...u!lo~o;
(r). "Liquidated means the compensation slated in the contract as being payable by
damages" Consultant to the Public Body for failure to perform the contract or
part thereof within the period, under the contract, or as payable by
Consultant to the Public Body for any specific breach iM"tified in
the contract;
(s). means the location for the performance of the Consultancy Services
as set out in the Appendix A hereto or as otherwise agreed in writing
between tho Public Body and tho Consultant;
(t). "Lump Sum means a contract under which the Services are performed for an all-
contract" inclusive fixed total amount;
, (u). "Member" means any of the entities that make up the joint venture I consortium
I I association; and "Members" means all these entities;
(v). 'Party" means the Public Body Or the Consultant lIIIdincludes their permitted
successors and "Parties" means botb of them;
(IV). "Personal Onta" means data tbat relates to a living individual who can be identified
from such data, andlor from such data and other informarion which is
in the possession of. or is likely to como into the possession of the
Consultant and includes any expression of opinion about all
individual and any indication of the intention; of th~ Ccnsultant in
respect of an individual;
means persons engaged by the Consuhnnt or by any Sub-Consultant
• employee and asslgned to the peefcemence of th. Services - )' \.~\.I(.
(..
~\, '" '.

.,
II"- II
'C.


e -.. ---.- ~

Pari 3: Contract Section 7: General Conditions of Contract

part thereof; "Foreign Personnel" means such professionals and


support staff who at the time of being so provided had their domicile
outside the Federal Democratic Republic of Elh iopia: "Local
Personnel" means such professionals and support staff who at the
time of being so provided had their domicile insido tho Federal
Democratic Republic of Ethiopia; and ''Key Personnel" means the
Personnel referred 10 in Clause GC 52;
(y). 'Public Body" means public body, which is partly or whoUy financed by the Federal
Government Budge~ h.igher education institution.!, and public
institutions of like nature which has the powers and duties to
conclude a Contract for the supply of Consultancy Services, as
specified in the sec;
(z), "Reimbursable means all assignment-related costs other than Consultant's
Expenses" remuneration;
(as). "Services Purchase or acronym "SPO· means an individual order for Consultanoy
Order" Services issued by Public Body pursuant to the terms. conditions,
and pricing established in a Contract. Each individual Service
Purchase Order is 8 binding contractual instrument and will reference
and incorporate lite terms and condilioos of this Controct and specifY
the Consultancy Services to be provided, delivery schedule, and
price;
(bb). "Services" means the services to be performed by the Consultant US described in
the Appendix A hereto;
Iiiii:ilDi:i:~ifi~~~~~~~~t.'"'!"2~"~!K~_\.;t:~";'fi:It!Il~J.:(.nJitiO""' ntfBcll~1=to
the Contract Agreement, which shall govern the Contract and shall
prevail over these General Conditions ofContmct;
(dd). 'Sub-cOlUullllnt" means any natural person, private or government entity, or a
combination of the above, ir.duding its legs! successors or permitted
assigns, to whom any part of the Consultancy Services to be
provided is subeontrncted by tbe Consultant;
(ee). "Sub-coneact" moans any contract or agreement or proposed contraet or agreement
between the Consultant (or any agent, servant or Sub-Consultant of
the Consultant) and any third party whereby thot third porty agrees to
provide to the Consultant (or the relevant agent, servant or Sub-
Consultant of tho Consultant) the Services or any part thereof or
facilities or services necessary for the provision of the Services or
any part thereof or necessary for the management, direction or
control of the Services or any part thereof but 'exeluding contracts or
agreements between the Consultant (or any agent, servant or Sub-
Consultant of the Consultant) and any third party which relate to the
provision of facilities or services in the normal course of operating
the Consultanrs (or the relevant agents, servant's or Sub-
consultant'S) business;
(ft). 'Third Party" means any person or entity other than the Public Dody, the
Consultant or a Sub-Consultant;
(gg), means a contract under which the Services
UfO provided OD lite basis
of flxcd fee rates and payments ore made on the basis of time
actually spent;

* tJ 1-,
i 1/-- .r
'I .:/ '
~ '. -:.__J'I
<.
,


. _._-_- ..~....--....~~ ----~----- .

Part 3: Contract Section 7: General Conditions of Contract

2. Appointment

r 2.1 Tho Public Body appoints the Consultant to provide the Consultancy Services:
(a). Promptly (and in any event within any time targets as may be set out in tho Section 6,
Schedule of Requirements) and in a profcssionlll and courteous manner so a.s to reflect
r and promote tho image of the Public Body;
(b). Strictly in accordance with the Schedule of Requirements and all provisions of the
; Contract; and
I -. (c). In accordance with all applicable laws and regulations of the Federal Democratic
Republic of Ethiopia and Good Industry Practice; and
(d). In accordance with the policies, rules, and procedures of Ibe appropriate Authority as
I' amended from time to time.
(e). In accordance wUh ttie quality standards set by the Quality and Standards Authority of
Ethiopia (QSAE) and applicable international standards;
(I). In accordance with the leans and conditions of appointment as provided in this Clause
in consideration of tile Contract Price-

I f
3. Relationship Between the Parrtes

3.1 Nothing contained herein shall be oonstrued as establishing a relationship of master and
servant or of and agent as between the Public Body and the Consultant The
Consultant, this Contract, has charge of Personnel and Sub-Consultants,
t~EEi13:~::E:::£:~if ~i=~Jl'lrfurmeoLh,)'.., ~.

4, Due Diligence
4.1 The Consultant acknowledges that it:
(a). Has made and shall make its Own enquiries [0 satisfy itself as to the accuracy and
adequacy of any information supplied to it by or On behalf oCthe Public Body;
(b). Has raised all relevant due diligence questions with the Public Body before the
Effective Date; and -
(c). lias entered into this Contract in reliance on its own due diligenco alone
4.2 The Consultant acknowledges that it has inspected the Operating Environment and has
advised the Public B<xIy of any aspect of the Operating Environment that is not suitable for
the provision of Ibo Consultancy Services and thai the specified actions to remedy the
unsuhable aspects of the Operating Environment, together with • timetable for and the costs
of those actions, have been specified in the relevant parts of the Contract for the Pre-
Operational Phase.
4.3 If Ibe Consultant htlS either failed [0 inspect the Operettng Environment Or failed to notify
the Customer of any requlred remedial actions in accordance with Clause <I 2 then the
Consultant shall not be entitled to recover any additional costs or charges from the Public
Body relating to MY unsuitable aspects of tho Operating Environment nor sball the
Consultant be entitled to seek relief in respect ornny Default arising from such failure, The
responsibility shall be on the Consultant to prove to the Public Body thai any work to Public
Body's Premises is required in respect of a latent structural defect and the additional COSIS or
chnrge or enable and necessary, The Consultant shall not incur such additional.:;co;;;;s
......-..~
t obtaining the Public Body's prior written consent.
<i1"
*._'"
,,~k'_,1~*,
t...
~

-:R"'r-H.-~"';:;'
..- )~t:;JfC - ".t,'t.lr~db, th: fr)' \
I • - f" ~~. ~~' P. <,,,U9

~\
\-~ # e -
/.
-.::_
•• ~
"_~,
,_ .....""
,p
...... ~ d'~'"
................. I II

h


. -- _-- ..

Part 3: Contract Section 7: General Conditions of Contract


r

4.4 Any disputes relating to duo diligence shall be resolved in accordance with the Ethiopian
Law.
r' 5. Fraud and Corruption
5.1 It is the Government oftbe Federal Democratic Republic of Etbiopia's policy to require that
f ': Publio Body, tIS well as Consuhants/suppliers, to observe the highest standards of ethics
during the procurement and the execution of contracts, In pursuance of this policy, the
Government of the Federal Democratic Republic of Ethiopia represented by the Public
r Procuroment and Property Administration Agency (herein referred to as the Agency)
requires that Contracting Authorities shall include in bidding documents, provisions agllinst
corrupt practices.
. 5.2 If the Public Body determines that the Consultant andlor its Personnel, sub-contractors, sub-
consultants, services providers and suppliers bas engaged in corrupt, fraudulent, collusive,
coercive, or obstractive practices, in competing for or in executing the Contraet, then the
Publio Body may, after giving 14 days' notice to me Consultant, terminate the Consultant's
employment under the Contract, and the provisions of GeC Clause 21 shall apply as if such
expulsion bad been made under Gce Sub-Clause 21.2(i).
• t 5.3 Should any Personnel of the Consultant be determined to have engaged in corrupt,
fraudulent, collusive, coercive, or obstructive practice during the execution of the Contra~
then that Personnel shall be removed in accordance with GCC Clause 67.
5.4 The Agency defines, for the purposes of these provisions, the terms set forth below as
follows;
;L1;wi;;:';;:J."allIloii.>JjQo.,';;'-",~"", (_~:reldng, duecUy orindireetly, ~ _,.,
of a.nything of value to in.fiuence the action of a public official in the procurement
process or In contract execution, and
(b). "Fraudulent practice" is any act Or omission, including misrepresentation UJ:lt
knowingly or recklessly misleads, Or attempts '0 mislead, a party to obtain f nancial or
other benefit Or to avoid an obligation.
(0). "Collusive practices" is a scheme Or arrangement between two or more Consultants,
with or without the knowledge of the Public Body, designed to establish prices at
artificial, non-competitive levels, and
(d). "Coercive practices" is banning or threatening to barm, directly or indirectly, persons
or thoir property to influence their perticlpaticn in a procurement process, or affect the
execution of a contract.
(0). "Obstructive practice" is
(i) deliberately destroying. falsifying, altering or concealing of evidence material t~
the lnvestigatico or making false statement; to investigators in order to materially
impede the Federal Ethics Md Anticorruption Commission, the Federal Auditor
General and the Public Procurement and Property Administration Agency Or their
auditots' investigation into allegations of a corrupt, fraudulent, coercive or
collusive practice; anifor threatening, harassing Or intimidating any party to
prevent their Irom disclosing theil' knowledge of matters relevant to the
investigation or from pursuing the lnvestlgation, or
(f). acu intended to materially impede the exorcist) of inspection and audit rights provided
for under GCC Sub-Clause '2.2.

J~
II . ~f
I ' J
/


Part 3: Contract Section 7: General Condlrions of Contract
r-:

5.S The Agency will debar a Consultant from participation in public procurement for a
specified period of time if it at any time determines that the Consultant has engaged in
corrupt, fraudulent, collusive, coercive or obstructive practices in-competing for, or in
executing, a contract.
5.6 The Agency reserves the right, where a Consultant has been found by a national or
international entity to have engaged in corrupt or fraudulent practice, 10declare thai such a
Consultant is ineligible, for a slated period of time, to be awarded a Government funded
,. contract.
5.7 The Agency will have tbe right to require that, in contracts funded by the Government of
Ethiopia, a provision be included requiring Consultants to permit the Agency to inspect
, Ibeir accounts and records relating to the performance of the contract and to have them
r'
audited by auditors appointed by the Agency, if the Consultant engages in any corrupt
practice.
,~ S.S Any communications between the Consultant and the Public Body or the Agency related to
matters of alleged fraud or corruption must be made in writing.
6. Interpretation
..
6.1 If the context SO requires it, singular means plural and vice versa

6.2 In these terms and conditions, words referring any particular gender include all other
genders. .

- .~---- -
This Contract contains all covenants, stipulations and provisions agreed by the Parties. No
agent or representative of either Party has authority to make, and the Parties shall not be
bound by or be liable for, any statement, representation, promise or agreement not set
forth herein.
6.4 Amendment
. No amendment or other variation of the Contract shall be valid unless it is 'in writing, is
dated, expressly refers to the Contract, and is signed by a duly authorized representative
of each party thereto.
6.S Noo-waiver
(a). Subject to OCC Sub-Clause 6.5(b) below, no rel..xation, forbearance, delay, or
indulgence by either party in enforcing any of tbe terms and conditions of the Contract
or the granting of time by either party to the other shall prejudice, affect, Or restrict the
riphls of that party under the Contract, neither shall any waiver by eitber party of any
breach of Contract operate Ilo'l waiver of any subsequent or continuing breach of
Contract.
(b). Any waiver of a party's rights, powers, or remedies under the Contract must be in
writing. dated, and signed by an authorized representative of the party granting such
waiver, and must specify the right and the extent to which it is being waived.
6.6 Severability
If nny provision or condition of the Contract is prohibited or rendered invalid or
, _ orceable, such prohibition, invalidity 01' unenforceablliiy shall not affect the validity or
<l"....:~"'" y bility of any other provisious and conditions of the Contract.
* ,,,, '''',{,
4~-"

Part 3: Contract Section 7: General Conditions of Contract

B. The Contract
7. Contract Documents

7.1 Tho documents forming the Contract shall be interpreted in the following order of
precedence in the event of any conflict between the documents comprising this Contmtt
(a). Agreement, including all appendices;
(b). The Special Conditions of Contract
(0). The General Conditions ofContrnct;
(d). Any other document listed in tbe SCC as fonning pan of the Cool1act.
7.2 All documents forming the Contract are intended to be correlative, complementary, and
mutuaJlyexplanatory.
7.3 Any action required or permitted to be taken, and any document required or permitted to be
provided, onder tho Contract by tho Public Body or the Consultant may be token or
provided by the authorized representatives specified in the sec Clause 12. J.
7.4 The Contract constitutes the eotire agreement between the Public Body.and the Consultant
,. and supersedes all communications, negotiations and agreements (whellier written or oral)
of parties wilb respect thereto made prior to the date of Contract. No agent or representative
of either party has authority to make, and the Parties shall oot be bound by or be liable for,
any statement, representatioe, promise or agreement not set forth herein,

8. Governing"Law
. =-
8.1 The Contract, its meaning and interpretation, and relation between the Parties shall be
governed by and inltrpn:ted in accordance with the laws of tho Federal Democratic
Republic of Ethiopia, unless otherwise stated in SCC.

9. Language

9.1 The Contract as weU as all written and oral communication and docume:us relating to the
Contract exchanged by the Consultant and the Public Body, shall be in language specified
in the SCC. Supporting documents nod printed literature that arc part of the Contrect may
be in another language, but any documents provided in Mother language must be
accompanied by an accurate translation into language specified in the SCC. For purposes of
interpretation of the Contrnct, this translation shall govern,

9.2 Tho Consultant shall boar all costs of translation to the governing language and all risks of
the accuracy of such translation.

10. Notices and written communientions

10.1 Any notice, request or consent required or permitted to be given or made pursuant to rhis
Contract shall be in writing. The term "in writing" means communicated in written form
with proofofreceipt.
10.2

.) - ,,,,,.lrld to) th,: 1:':'.\


i:-~('" Paec1 :~)


Part 3: Contract Section 7: General Conditions of Contract

10.3 A Party may change its address for notice hereunder by giving the ocher Party notice in
writing of such change to the address specified in the SCC.
r'
11. Authority oCMembcr In Charge

1J.1 In case tho Consultant consists of a joint venture/consortium! association of more than one
entity. the Members bereby authorize the entity specified in the SCC to oct on their behalf
in exercising all the Consultant's rights and obligations towards the Public Body under this
Contract, including without limitation the recei~-;ng of ins1ructions and payments from the
Public Body.

12. Authorized Officers


,- ....! 12.1 Any notice, information or communication given to or made by an Authorized Officer shall
be deemed to bave been given or made by the Publio Body.

., 12.2 The Consultant shall decline from providing the Consultancy Services to any of the Public
Body's staff who are not Authorized Officers.

13. Assignment

13.1 All assignment is a written agreement by wbich the Consultaot transfers its contract or part
thereof 10 a third party.
. '. 13.2 The Consultant shall not, without the prior written consent of the Public Body, assign the
Contract or any part thereof. or any benefit or interest thereunder, except in the following
cases:
"""""
\8). A charge, in favor of the Consultanfs bankers, of any monies due or to become due
under the Contract; or
(b). Assignment to the Consuhanrs insurers of the Consultant's rigbt to obtain relief
against any other person liable in cases where the insurers have rlis<;h.c-g;;:;Jthe
Consultant's Iv"SS or liability.
13.3 For the purpose ofOCC Clause 13.2 tho approval of an assignment by tbe Public Body shall
not relieve the Consultant of its obligations for the part of the Contract a!reedy performed or
the part not assigned.
13.4 If the Consultant lias assigned his Contract without authorization, the Public Body may,
witbout giving formal notice thereof, opply as of right the sanctions for breach of Contract
provided for in GCC Clauses 19 and 21.
13.S Assignees must satisfy the eligibility criteria applicable for the award of the Contract and
they cannot be in any of the situations excluding them from participating in Contract.
13.6 Every assignment shall be subject to the provision» of this Contract nnd shall incorporate the
terms and conditions oflhis Contract,

14. Subcontrncting

j

. -~- ..... ~-~~." .. ..~--..

Part 3: Contract Section 7: General Conditions of Contract


, .
Centreeted and lite identity of the subcontractors shall b. notified to the Public Body. The
Public Body shall ,,;th due re8'J"ll to the provisions of GeC Clause 10 within 15 days of
receipt of the notification, notify the Consultant of its decision, stating reasons should he
withhold such authorization.
14.3 The terms of any sub-contract shall be subject to and conform to the provisions of this
r Contract
14.4 Tho Public Body shall have 00 contractual relations with the Sub-Contractors
r' 14.5 Sub-consultants must satisry the eligibility criteria applicable to the award of the contract
and they cannot be in any of the situations excluding them from participating in contract

.. 14.6 The Consultant shall be responsible for the acts, defaults and negligence of his Sub-
Consultants and their agents or employees, as if tbey were the acts, defaults or negligence
of the Consultant, his agents or employees. The approval by tbe Public Body of the sub-
contracting of any part of the contract or of the Sub- Consultant to perform any part of the
consultaney services shall not relieve the Consultant of any of his obligations under the
contract,

14.7 lfthe Consultant entors iato a subcontract without approval, the Public Body may apply, as
of right without giving formal notice thereof, the sanctions for breach of controot provided
for in GeC Clauses 19 and 21.
14.8 If a Sub- Consultant is found by the Public Body to be incompetent in discharging its
duties, the Public Body may request the Consultant forthwith, either to provide a Sub-
Consultant with qualifications and experience acceptable to the Public Body as a
. ...",."... .~ to rOWlle the,i",pJen\~tat~n of t~.·tlSla; i~Jf

15~ Modilications lind Contract Amendments

IS.1 The Public Body may 51ony time request the Consultant through notice in accordance Gec
Clause 10, to make changes within the general scope of the Contract.
15.2 If any such change causes increase or decrease in the time required for, tho Consultant's
performance of any provisions onder the Contract, an equitable adjustm.nt shall be made in
the Delivel)'iCompletion Schedule, or both, and the Contract shall accordingly be amended.
Any claims by the Consultant for adjustmeut under this Clause must be asserted within
twenty-eight (28) days from the date ofthe Consultant's receipt of'the Public Body's change
order.
15.3 Prices to be charged by the Consultant for any Consult!lJlcy Services that might be needed
but which were not included in the Contract shall be agreed upon in advance by the parties.
15.4 Any change to the terms of the Contract must be recorded in writing and executed by
authorized signatory of the Consultant and the Authorized Officer. Such record of the
change in question must address all consequential amendments required to be made to the
Contract as a result of such change
15.5 Changes will take effect as from the date specified in the signed record of change and shalt
not have retrospective effect unless expressly provided for in such record.
15.6 each record of change must be dated nod sequentially numbered. Each of the Public Body
and the COnsultant will be entitled to an original executed counterpart of tho record of
variation.

I

...-~.,...-~--.,. _ 44 _"u-' j

Purt 3: Contract Section 7: General Conditions of Contract

16. Change in Laws and Regulatlens


r 16.1 Unless otherwise specified in the SCC, fr, efter the date of the Request for Proposals, any
law, regulation, ordinance, order or bylaw having the force of law is enacted, promulgated,
abrogated, or changed in the Federal Democratic Republic of Ethiopia wbere the Site is
located (which shall be deemed 10 include any change in interpretatlon or application by the
competent authorities) that subsequently affects the Delivery Dale andlor increases Or
decreases the cost incurred by the Consultant in performing the Services, then the
remuneration and reimbursable expenses otherwise payable to the Consultant under this
ContlaCt shall not be increased or decreased accordingly andlor the Delivery Date shall DOt
be adjusted to tho extent that Consultant bas thereby been affected in the performance of
any of its obligations under the Contract,

J 7. Taxes and Duties


. ;
17.1 Unless otherwise specified in the sec, the Consultant shall bear and pay all taxes, duties,
and levies imposed on the Consultant, by all municipal, stale or national government
authorities, both within and outside the Federal Democratic Republic of Ethiopia, in
connection with the provision of the Consuliancy Se-rvices to be supplied under the
Contraet,.

18. Force Majeure

~~::~~~~. ~-=
18.1 ~e~j~ofP"t!i!Gt ''ReFSeliMiC!tr~" alllJU,meM AO-elIcn! Or events which nrc -
-fiO"'""..;rn:t=-iflii teas,_,li£jl¢:' 'CO:t<r.l1 ora Consultant, and which makes a Consultant's
performance of its obligatiollS hereunder impossible or so impractical as reasonably 10 be
considered impossible in the circumstances, and includes:
(a). An official prohibition prevennng the performance of a contract,
(0). A natural cetastrophe such as an earthquake, fire, explosion, storm, floods, or other
adverse weather conditions, or
(c). Interuatioaal of civil WlII, or
(d). Strikes; lockouts or other industrial action (except where such strikes, lockouts or other
industrial action are within the power of the Party invoking Force Majeure 10 prevent),
or
'(e), The death or a serious accident or unexpected serious illness of the Consultant, or
(I). Other instances of Force Majeure identified as such by tho civil code.
18.1 The following occurrences shall not be deemed to be cases of Force Majeure:
(a): A strike or lock-out Inking of a party or affecting the branch of business in whicb he
carries out bis activities, or
(b). An increase or reduction in the price of raw materials necessary for the performance of
the contract, or
(c). The enactment of now legislation where by the obligations of the debtor becomes more
onerous, or
(d). Any event which is caused by th~ negligence or intentional action of a Consultant or
such Consuhanr's Sub-consultants or agents or employees; or
(e I which. diligent Party could reasonably have been expected to both:
~~~1~
.. ,~:t,"A"'", .,
'-

*
'j
, Part 3: Contract Section 7: General Conditions of Contract
r
(i) Take into account from the effective date of the Contract; and
r
(ii) Avoid or overcome in the carrying out of its obligations; Or
(E). Insuffioiency of funds Or failure to make any payment required hereunder.
,
- 18.3 The failure of a Consultant to fulfill any of its obligations hereunder shall not be considered
r' to be 0 breach of, or default under, the Contract insofar as such inabillty arises from an
event of'Force Majeure, provided that the Consultant affected by such an event has taken all
reasonable precautions, due care and reasonable alternative measures, all with the objective
r: of carrying out the terms and conditions of the Contract.
18.4 A Consultant affected by an event of Force Majeure shall take all reasonable measures to
Remove such Consultant's inability to fulfill its obligations hereunder with a minimum
(0).
,-. of delay; and
(b). Minimize the consequences of any event of Force Majeure.
18.S A Consultant affected by an event of Force Majeure shall notify the Public Body of such
event as soon as possible, and in any eveot not later than fourteen (14) days following the

. ,
occurrence of such event, providing evidence of the nature and cause of such event, and
shall similarly give notice of'the restoration of normal conditions as soon as possible .
18.6 Any period within which a Party shall, pursuant to this Contract, complete any action or
task, shall be extended for a period equal to the time during whicb such Party was unable to
perform such action as a result of Force Majeure.
18.'7 During the period of their inability to perform the Services as n result of an event of Force
Majeure, the Consultant, upon instructions by the Public Body, shall either:
---
,
, I
:;;:r~
~; R1i-';i.';;_~ a.,."'l,'i);i;wiWtiiiifllWl ,_rr~~'-"_~
reasonably and necessarily incurred, and, if required by the Public Body, in resctivating
-r-. _-
the Services; or
(b). Continue with the Services to the extent possible, in which case the Consultant shall
continue to be paid' under the terms of this Contract and be reimbursed for additional
costs reasonably and necessarily incurred.
18.8 Not later tban thirty (30) days after the Consultant, as the result of an event of Force
Majeure, has become unable to provide the Consultancy Services, the Parties shall consult
with each other in good faith and use all reasonable endeavors to agree appropriate terms to
mitigate the effects of tbe Force Majeure Event and facilitate the continued performance of
the Contract
18.9 In the cas. of disagreement between the Parties as to the existence Or extent of Force
Majeure, the matter shall be Settled according to GCC Clause 25.
19. Breach of Contract
19.1 Either party commits a breach of contract where it fails to discharge any of its obligations
under the specific contract.
19.2 Where II breach of contract occurs, the party injured by the breach shall be entitled to the
following remedies:
(a). Compensation! Claim for liquidated damages as specified in GCC Clause 26; andlor
(b). Termination of the contract

19,3 In any case whore the Public Body is entitled to damages, it may deduct such Suspension
damages from any sums due to the Consultant or call on the appropriate guarantee,
~~=--.:

j.,
i,J~ \:"~(,.'\. '":
1,_. _
/
,.1 ,,~,) I, -,.

} ,
·~
Part 3: Contract Section 7: General Conditions of Contract

10. Suspenslon of Assignment


,. 20.1 The Public Body may, by written notice of suspension of the assignment to tile Consultant,
suspend nil payments to Ute Consultant hereunder if Ute Consultant fails to perform any of
its obligations under the Contract provided that such notice of suspension shall:
l. (a). Specify the naltueoftho failure; and
(b). Request the Consultant to remedy such failure within a period not exceeding thirty days
(30) after receipt by UteConsultant of such notice of suspension.
f'
21. Termination

'Termination by the 'Public Body


r:
21.1 Tonnination shall be without prejudice to any other rights or powers under the contract of
the Public Body and the Consultant.
21.2 In addition to the grounds for termination defined in these General Conditions, the Public
Body may, by not less than thirty days written notice of termination to the Consultant
stating the reason for termination of lite contract and the dale on which such termination
becomes effective. (except in the event listed in paragraph (0) below, for which then: shall
I •
be a written notice of not less than sixty days), such notice to be given after the occurrence
of any of the events specified in this acc Sub-Clause 21.2 (a) to (p), terminate the Contract
if:
(8). The Consultant fails to provide any or all of the Consultancy Services within the period
specified in the Contmct, or within any extension thereof granted by the Public Body
~?f~~:""""""'1~~~~~~-~~~~:~~lO<l;j
Oil Tl,(juirements>lilted trrtIJeeonlnlCl; - - - - -
S
do not meet rl·. hedule of

(h). The Consultant fails to remedy a failure in the performance of their obligations as
specified in a notice of suspension pursuant to GCC Clause 20 widlin thirty days of
receipt of such notice of suspension of assignment or within such further period as the
Public Body may has subsequently approved in ,{(itiltS;
(c). The Consultant becomes (or, if the Consultant consists of more than one entity, if Wly
of its Members becomes) insolvent or bankrupt or enters into any agreements with its
creditors for relief of debt Or take advantage of any law for the benefit of debtors or go
into liquidation or receivership whether compulsory or voluntary, other than for 0
reconstruction or amalgamation;
(d). The Consultant falls to comply "ilb any final decision reached as a result of di~1
informal negotiation pursuant to GCC Sub-Clause 252 hereof;
(e). The Consultant is unable, as the result of Force Majeure, to perform the Consultancy
Services for a period of not less than sixty (60) days;
(I). The Coosuilanl essigns the coolraet 01 rob-contracts without the amborization of the
Public Body;
(g). The Consultant has been guilty of grave professional misconduct proven by any means
which the Public Body canjustify;
(h). Toe Consultant has been declared to be in serious breach of contract financed by tho
Federal Democratic Republic of Ethiopia's budget for failure to comply with its
contractual obligations.
(i). The Consultant has been engaged in corrupt or fraudulcnr practices in competing for or
in execu'iag the Contract.
~~::;,,=;/:::: iauizational modification occurs involving a change in the legal petson!llicy,
* t-...::tf"~'... t 1
)1. ~. _ "o"Ulu,~.
(\ ~'~1~1)
(.0 i '"
'.:
~"hs-",;,·!;. 'I ~
§ ,;,
J
v
• "l:, ) ~
II." .il
I) , !., .,..)
...
. J
" .'I uS ::: f
\.'\,,#' / Sf

~--
' __ ~ .t.

"'" '~"u)''\_'f""
""" ., .;. /
Part 3: Contract Section 7: General Conditions of Contract

nature Or control of the Consultant, unless such modification is recorded in an


addendum to the Contract;
(k). Any other legal disability hindering performance oftbe Contract occurs;
(1). The Consultant falls to provide the required guarantees or insurance, or rhe person
providing the underlying guarantee Or insurance is not able to abide by its
commitmeuts. .
(m). Vr'here the procurement requirement of the Public Body changes for any apparent or
obvious reason; .. ~
(D). Wltere it emerges that the gal' between the value of the Contract and the prevailing
market price is 50 wide that allowing the implementation of the contract to proceed
places the Public Body concerned at a disadvantage;
,. (0). The Public Body, in its sole discretion and for any reason whatsoever, decides to
terminate the Contract.
(P). The accumulated liquidated damage reached its maximum as stared in GCC Clause
" 26.1(b).

Termination by the Consultant


21.3 The Consultant may, by not less than thirty (30) days' written notice to rhe Public Body, of
such notice to be given after the occurrence of any of the events specified in GCC Sub-
Clause 21.3 (a) to (d) terminate the Contract if:

.. (b). The Public Body is in material breach of its obligations pursuant to the Contract and bas
not remedied the same within forty-five (45) days (or such longer period as the
Consultant may have subsequently approved in writing) following the receipt by the
Public Body of the Consultant's notice specifying such breach;
(c). The Consultant is unable as the result of Force Majeur., to perform a material portion of
the Consultancy Services for a period of not less than sixty (60) days; or
(d). The Public Body fails to comply with any final decision reached as a result of
settlement of disputes pursuant to GCC Clause 25 hereof.
Disputes About Events of Termination
21.4 If either Party disputes whether an event specified GCC Sub-Clauses 21.2 (8) to (II) or GCC
Sub-Clause 21.3 hereof has occurred, such Party may, within forty-five (45) days after
receipt of notice of termination from the other Party, refer the matter to settlement of
disputes pursuant to GCe Clause 25 and this Cootractshall not be terminated on account of
such event except in accordance with the terms of any resolution award.
21.5 In the event the Public Body terminates the Contract pursuant to the GCC Sub-Clause 2).2
(a) to (0) the Public Body may procure, upon such terms and in such manner as it deems
appropriate, Consultancy Services similar to those undelivered or not performed, and the
Consultant shall be liable to the Public Body for any additional costs for such similar
Consultancy Services. However, the Consultant shall continue performance of the Contract
to rhe extent not terminated.

r-)d--.
r •

f- r j
;, ;p~

.,
Pnrt 3: Contract Section 7: General Condlrions of Contrnct

terminated, and the date upon which such termination becomes effective.
,. Payment upon Termination
21.7 If the Public Body terminates the Contract in the event specified in GCC Sub-Clause 21.2
(0) Public Body shall reimburse the Consultant for aU reasonable costs incurred by Ibe
Consultant prior to receipt of the notice oftcrmlnation.
21.8 In the event the Public Body terminates the Contmct pursuant to the GeC Sub-Clause 21.2
,. (0) termination will be without compensation to the Consultant, provided that such
termination will not prejudice or affect any right of action or remedy that has accrued or
wiJI accrue thereafter to the Public Body.
21.9 In the event of any termination by the Public Body under this Clause, for the avoidance of
doubt, the Consultant will not be restricted from ma.lciDg any claim in respect of the
Contract Price to tho extent the Contract Price is cotstanding and due and payable.

I • 22. Arrangements 00 Tcrmlnntion

22.1 The Public Body and the Consultant agree that termination or expiry of the Contract shall
not affect either Party's obligetions whicb the Contract provides sh311survive the expiration
or termination of the Contract
22.2 After termination or expiry all data, documents IUld records (whether stored electronically
or otherwise) relating in whole or in part to the provided Consultancy Services sball be
delivered by the Consultant to the Public Body provided that tbe Consultant shall be entitled
10 keep ""Ilies 'beronf ~~CII~~.t:io>fomlilio~;mWncd therein does not relate
, . =- . ....w-.;.Nii,1IW<J) 'tie" iw~j':~~lIi!f1lWeilasnltilllt is ruqwrOO 6ylaw to
mainttlin copies thereof or to the extent that the Consultant was possessed of such data
documents and records prior to the date of the Contract. In addition, the Consultant shall eo-
operate fully with the Public Body during the handover leading to the termination of the
Contract This co-operation shall extend to full eeeess 10 all documents. reports, summsries
and lUly other information required to achieve an effective transition without disruption to
routine operational requirements.
23. Cessation of RIghts and Obligations

23.1 Upon termination of tbe Contract pursuant to GeC Clauses 21, or upon expiration of this
Contract pursuant to GeC Clause 28 hereof, all rigllts and obligations oi the Parties
hereunder shall cease, except
(a). Such rights and obligations as may have accrued on the date of termination or
expiration; .
(b). The obligation of confidentiality set forth In GCC Clause 29 hereof
(c). The Consultant's obligation to permit inspection, copying and auditing of their
accounts aod records set forth in GeC Clause 52 hereof; and
(d). Any right which a Party may have under the Governing Law.
24. Cessntton of Coasultaney Services
24.1

UK'

j

.. _S! =_.:t.r.o-

Part 3: Contract Section 7: General Conditlons or Conrract

furnished by me Public Body, the Consultant shall proceed as provided, respectively, by


GCC Clauses 50 Or 62 hereof .
.,-
-~.Settlement of Disputes
ZS.l ~uring any dispute, including a dispute as to the validity of the Contract, it is mutually
(.
agreed that th. Consultant sball continue its performance of the provisions of the Contract
(unless me Public Body requests in writing that the Consultant does not do 90).

,- 2S.2 The Public Body and !be Consultant shall make every effort to resolve amicably by direcl
informal negotintioo any disagreement, controversy or dispute arising between them under
or in connection with the Contract or interpretation thereof.
,. 25.3 If a dispute arises between the Public Body and the Consultant in relation 10 any molter
which cannot be resolved by the Authorized Officer and the Consullant's Ccnuaet Ml1lIa~r
either of Ihem may refer sucb dispute to the procedure described in lTC Sub-Clause 25.4.
r 25.4 I~ the second instaace each of tho Public Body and the Consultant shall appoint more senior
representatives than those referred 10 in Sub-Clause 253 to meet solely io order 10 resolve
.» the matter in dispute. Such meeting(s) shall be minuted and shall be chaired by lb. Public
Body (but the chainnan shall not have a casting vote). Soch meeting{s) shall be conducted
in such manner and 01 such venue (including a meeting conducted over the telephone) as to
promote a consensual resolution of the dispute in question at the discretion of the chairman.
25.S If the Parties fail to resolve such a dispute or difference by conciliation within twenty-eight
(28) days from the commencement of such conciliation, either party may require that the
_dis)lulo~ re!ero:<lfOLll:Slllutlol1through the courts in.accordancewil~ Ethiopian law.
aJn(1UCUhg!'I.utMt~foWS(j'-'b}l'rawlifPi""llCe~lF!o
ll;;;.Ooii~,J:;~:;::;;;"'_~~~.()~e3ijl!lll.."'1ItJmio~s,,.e arbilraTt6n'can do
so.
26. Liquidated Damages
26.1 Except as provided under GCe Clause 18, if the ConSUlt.L1!fails 10 perform any or all of the
Consultancy Services within the period specified in the Contract, the Public Body may
without prejudice to all its other remedies under the Contract, deduct from tile Contract
Price, as liquidated damages the following;
(a). A penalty of 0.1% or 111000 of the value of undelivered Service for each day of delay
until actual delivery or performance,
(b). The cumulative penalty to be paid by the Consultant shall not exceed 100h of the
contract price.
1 26.2 If the delay in penomUn8 the contract affects its activities, the Public Body may terminate
the contract by giving sdvaoce notice to the Consultant pursuant to GeC Clause 21 withool
any oblig3tion 10wait until me penalty reeches 10% of the value of the Contract,
27. Commencement of Consultancy Services

T
21.1 I his Contrn.:t shall come into force and effect on the date (the "Effective OJt.") of me
I Public Body's notice 10 the Consultant instructing the Consultant 10 begin carrying out the
ConsIIIL\DCYSen ices. This notice shall confirm thai lb. effectiveness conditions, if any,
listed in the SCC have been met.

j --

_ _ _ _.....-
__;:- =-_=~
__.....
''''••_.......""c _,_.:..

Part 3: Contract Section 7: G~neJ1lI Conditions of Contract

Z7:J lfthe Contract has not become effective on the date stated in Gce Sub-Clause 27.1, either
Party may, by not less than twenty 0110 (21) days written notice to tho other Party, declare
the Contraet to be null and void, and in the event of such a declnmtion by either Party,
neither Party shall have any claim against tho other Party with respect hereto.
28. Intended Completion Date
28.1 Unless terminated earlier pursuant to GCC Clause 21 hereof, the Supplier shall complete
the activities by the Intended Completion Date, as specified in thi) SCC.
r' 29. Confidentiality
29.1 The Public Body and the Consultant sball keep confidential aod shall not disclose to any
third party any documents, data, or other information furnished directly or indirectly by the
,' otber parly hereto in connection with UtC Contract, whether such infonnntion has been
furnished prior to, during or following completion or termination of the Contrnot If their
disclosure would be contrary to law, would impede law enforcement, would not be in public
,' interes], would prejudice legitimate commercial interest of the parties or would inhibit fair
competition .. Notwithsteading the above, tho Consultant may furnish to its Sub-Consultant
sueb documents, data, and other infoonaIiOD it receives from tho Public Body to the extent
required for the Sub-Consultant 10 perform its work under the Contract, in wbich event Ibe
Consultanl sball obtain from such Sub-Consultant an undertaking of confidentiality similar
to that imposed on the Consultant under this Clause.
29.2 The Public Body shall not use such documents, data, and other infonnation received from
UtO Consultaot for any purposes unrelated 10 the Contract Similarly, the Ccnsultant shall
.... ~._,..,. __ .............~ .._,...(n;Qt \!-'l9.§!1cb..!ls>CUJDeQ~~!lJlta.\Uld..oth~r
ioforG1ntiOlUCC<l",ed.froTt~thcPublic Body for allY
, ...... .' .... ...-~.. - _,..,<i:e~tcquffii2_(f)pr.tbtr-p«lo.11l:1Dtc Of me
Contrnct.
29.3 The obligation of a party under this Clause, however, shall Dol apply to any Confidential
Information tIl81:
(a). The Public Body or Consultant need to share witt. :::i ~ther institotions particip::::-.g in
the financing of the Contract;
(b). Now or hereafter enters the public domain other than by breach of the Contract or other
act or omissions of that Party;
(0). Is obtained by a third party who is lawfully authorized to disclose such information;
(d). Can be proven to have been possessed by that party al the time of disclosure and which
was not previously obtained, directly or indirectly, from the other party; or
(c). Is authorized for reJease by the prior written consent of the other party

r'f \ or r
. .~,
M'
I, •
5 I
.I

I
I , _,

.
/
.../\\-"
/ ,/


Part 3: Contract Section 7: General Conditions of Courract

29.6 The Consultant agrees that:


(a). Subject to Sub-Clause 29.6 (b), the decision on whether any exemption applies to •
request for disclosure of recorded information is a decision solely for tho Public Body;
(b). Where the Public Body is managing a request as referred to in Sub-Clause 29.6 (a), the
Consuhant shall co-operate with the Public Body making the request and shall respond
within five (5) working days of any request by it for assistance in determining how to
respond to a request for disclosure.
29.7 The Consultant shall and shall procure that its Sub-consultants shall provide the Public
Body with a copy of all information in its possession Or power In the form that the Public
Body requires within fIVG (5) working days (or such other period as the Publio Body [llAY
specify) of'the Public Body requesting that Information,
29.8 The Public Body may consult the Consultant in relation to any request for disclosure of the
Consultanfs Confidential Information in accordance with all applicable guidance.
29.9 The above provisions of this Clause shaJJ not in any way modify any undertsking of
confidentiality given by either of the parties hereto prior 10 the date of the Contract.

, . 29.10 This Clause 29 shall remain in force without limit in time in respect of Confidential
Information which comprises Personal Data. Except as aforesaid and unless otherwise
expressly set out in the Contract, this Clause 29 shall remain in force for a period of 3 years
after the termination or expiry of this Contract.
29.l1ln the event thot the Consultant fails to comply with this Clause 29, the Public Body
reserves the right to terminate the Contract by notice in writing with i'!!mediato effect.
~. -
:roo i!cdmnOOtJj _.-
30.1 Any decision, act or thing that the Public Body is required or authoriw:l to take or do under
the Contract DUly be taken or done by aoy person authorized, either generally or
specifically, bythe Public Body to toke Or do Ut.1Idecision, nct or thing, provided that upon
receipt of a wriUeo request the Public Body shall iuform the Consultant of the name of any
person so authorized.
30.2 The Consultant may from time to time upon the request of the Public Body, execure any
additional documents and do any other acts or things which may reasonably be required to
implement the provisions of the Contract.
303· Any provision of the Contract which is held to b. invalid Of unenforceable in any
jurisdiction shall be ineffective to the extent of such invalidity or uneoforceabilily witbou:
invalidating or rendering unenforceable the remaining provisions hereof and any such
invalidity or unenforceability in any jurisdiction shall not invalidate or render uncnfolusble
such provisions in any other jurisdiction.
30.4 The failure by tbe Public Body and Consultant to insist upon thc strict performance of any
provision, term or condition of the Contract or to exercise any right or remedy consequent
upon the breach thereof shall not constitute a waiver of any such breach or any >ubsequent
breach of such provision, term or condition.
30.5 Each Party shall bear its own expenses in relation to tho preparation, execution and
implementation of the Contract including aU costs legal fees and other expenses :;0 incurred.
30.4 The Consultant warrants repte;C!ll$ nnd undertakes to the Public Body lhat there ere no
....."~=:::,,,""'endirg or threatened actions or proceedings before My court or adrninistmtive agency
.. \\I-'I'f'kJ' h would materinlly adversely affect the financial condition, business or operations of
... ",,+'...... f,on<ultnnt nnd that there are no material contracts existing to which the COO'o.'r'~
is a

j
I .. ..,
.Jt "\L \'~

;.~f~ .>-\~.
X~toj ~ ~=.:;t OJ "i ""'("'C8)·r .. ".rrJb)I~.FPF\
,. ('1:{t~
tr
"" J \ \'
1......, I"_:~ / " (JOd f".A

'\~<r \
~~.::.",
....
~.....
~,.! j i:

_--
< /

I (/
~:-..: • - .)'6'.... --
......::--. 1,,", \ \ /"


Part 3: Contract Section 7: General Conditions of Contract
,'
party which prevent it from entering into the Contract; and that the Consultant has satisfied
itself lIS to the nature and extent of the risks assumed by it under the Contract and gathered
all information necessary to perform its obligations under the Contract and all other
obligations assumed by it.
, 30.7 The rights and remedies provided in the, Contract are cumulative and not exclusive of any
r', rights or remedies provided by any other contract or document. In this provision "right"
includes any power, privilege, remedy, or proprietary or security interest.
c. Obligations of the Public Body
31, Provision of Assistance and Exemptions
3J.1 Unless otherwise specified in tbe SCC, the Public Body shall use its best efforts to ensure
that the Government shall:
(a). Provide the Consultant, Sub-Consultants and Personnel with work permits and sucb
other documents as shall be necessary to enable the Consultant, Sub-Consultants or
Personnel to perform the Consultancy Services.
-, (b). Arrange for the Personnel and, if appropriate, their eligible dependents to be provided
,.
, promptly with all necessary entry and exit visas, residence permits, exchange permits
. and any other documents required for their stay in the Federal 'Democratic Republic of
-. Ethiopia.
(c). Facilitate prompt clearance through customs of any property required for the Services
and of the personal effects of the Personnel and their eligible dependents.
-~te; QJlec']-wtarsrnlq,ti ..~§tber~'lt allsuch instructions at;
- P 'r::! w « 2i1d)t7C hoses., o. approp. iJlC Ytfi ~-pi6ii'ljJt"!tl:1\tet1Ecljve-impleOlentatil)n of rue
Services. .
(e). Exempt the Consultant and the Personnel and any Sub-Consultants employed by the
Consultant for the Services from any requirement to register or obtain any permit to
practice their profession or to establish themselves ~jtber individually or as 3 corporate
entity in the Federal Democratic Republic of Ethiopia.
(I), Grant to the Consultant, any Sub-Consultants and the Personnel of either of them the
privilege, pursuant to the laws of the Federal Democratic Republic of Ethiopia, of
bringing into. the Federal Democratic Republic of Ethiopia reasonable amounts of
foreign currency for the purposes of the Services or for the personal use of the
Personnel and their dependents and of withdrawing any such amounts as may be earned
therein by the Personnel in the execution of tbe Services.
(g). Provide to the Consultant, Sub-Consultants and Personnel any such otber assistance as
may be specified in Ibe sec.
31.2 The Public Body shall supply tbe Consultant with any information or documentation at its
disposal which may be relevant to the performance of the contract. Such documents shall be
returned to the Public Body at the end of the period oftbe Contract.
31.3 The Public Body shall issue to its employees, agents and representatives all such
instructions as may be necessary or appropriale to facilitate the prompt and effective
performance of the Consultancy Services.
31.4, The Public Body shall give the Consultant access to il~ premises, where required for the
. performance of the Consultancy Services, and essist the Consultant with any security
~"""'=::~!!ooo..documentatioo necessary at tho premises where the Consultancy Services are to be
1'l'M'~'~~ erfonned in accordance with the Contract.
_. ,,,,,,..,...., ~ ;.$

'*~'"
,:i> ") ,
" ~~ "
f <, \' ~/'c ~~cySetvltt(NCO}. JlI'tJ'l'Ir:t! by the FPPA
I, (,,\ C1;'t"'lcondi!''''''.Ic..llmtl r,S"'o:<O F'-'i
II\..
dAt'
~'_:'''' + .
~.,~
:~'>J;-!,::~ . it"
t,,,,O -~)
~_--
~.~ y
Pnrt S: Contract Section 7: General Conditions of Contract

32, Access 10 La nd

·. 32.1 The Public Body warrants that the Consultant shall have, free of charge, unimpeded access
to all land in the Pedeml Democratic Republic of Ethiopia in respect of which acee$' is
required for the performance of tho Services. The Public Body will be responsible for any
·. damage 10such land or any property thereon resulting from such access and will indemnify
Ute Consultant and each of the Personnel in respect of liability for any such damage, unless
such damage is caused by the default or negligence of the Consultant or any Sub-
Consultants or tbe Personnel of either of them.
!
33. Services and Facllltles

·, 33.1 The Public Body shall make availablo to the Consultant and mo Personnel, for the purposes
of the Services and &eo of any charge, the services, facilities and property described in
Appendix E at the times and in tbe manner specified in the said Appendix E.
·, 33.2 In case that such services, facilities and property shall not be made available to the
Consultant as and when specified in Appendix E, the Parties sball agree on (i) any time
..<tenSion that it may be appropriate to grant to the Consultant for the performance of the
Services, (ii) the manner ill which the Consultant sball procure any such services, facilities
and property frem other sources, and (iii) the additional payments, if any, to be made to the
Consultant as a result thereof pursuant to GCC Clause 38.3 hereinafter.
34. Payment
34.1 In consideration of the Services perfonned by the Consultant under this Contract, the Public
i:rl:%:~~~'i!lS"";=:''';l.I~j.lfi~
fCt; r~:.:z-ctil, , e ~2M.J ~
(J!:;C l'arugraptflro"t'ib"1S~ontract
'---:'"+\~.~
~-'-
_.. ~-
.,.,'.;;;:',
- -
1':clL~
~
1:1 i~"l\)vj,tt'l
,.. -
--
h'l

35. Counterpart Personnel


3~.1 The Public Body sbnll make available to the Consultant free of charge such professional
and support counterpart personnel, 10 be nomlnatec by the Public Body with the
Consultant's advice, if specified in the Appendix B.
35.2 Ifcounterpart personnel are cot provided by the Public Body to the Ccnsultant as and when
specified in Appendix E, the Public Body nod the Consultant shall agree on (i) bow the
affected pnrt of the Services shall be carried out, and (ii) the additional payments, if any, to
be mod. by the Public Body to the ConsuJtant lIS a result thereof pursuant to GCC Clause
38.3 hereof.
35.3 Professional and support counterpart personnel, excluding Public Body's liaison personnel
shall work under the exclusive direction of the Consultant. Ifany member of the counterpart
personnel fails to perform adequately any work assigned to such member by the Consultant
tb.t is conslsteat with the position occupied by sucb member, the Consu Itaut may request
the replacement of such member, and the Public Body sbaU not unreasonably refuse to act
UPOll such request,

D. Payments to the Consultant


36. Contract "Price and Currency
36.1 The Contract Price shall be expressed us a specific amount in ule Agreement represenrlng:

I,~~
.
j 1 I
Part 3: Contract Section 7: Geueral Conditions of Contract

All payment to the Consultant under this Contract shall be made in currency specified in the
SCC.
Type of Contract
In consideration of the Services performed by the Consultant under the Contract, the Public
Body shall make to the Consultant such payments in such manner as is provided by the
Contract.
The type of contract shall be as specified in the SCC and payment shall be in accordance
witb the provisions of:
(a). GCC Clause 38, Option 1 in the case of Lump Sum contracts; or
(b). GCC Clause 39, Option 2 in the case of Time-Based contracts
I .!
38. Option I-Payments in respect of Lump SUD!Contracts
38.1 The total payment due to the Consultant shall not exceed toe Contract Price wbich is an all-
t r
inclusive fixed lump-sum including all Personnel costs, Sub-Consultants' costs, printing,
communications, travel, accommodation, and all other costs required to carry out the
-, Services described in Appendix D.
38.2 Except as provided in GCC Clause 15, Ibe Contract Price may only be increased if the
Parties have agreed to additional payments in accordance with GCC Clause 14.
38.3 For the purpose of determining the remuneration due for additional services as may be
agreed under GCC Clause 14, a breakdown of the lump-sum price is provided in the
Contract
.:~~.~,:;;-
"::;;;;;;=:;;=;=:;;3 =of~·'~l'".'lim!'!!e!.-B;;:a::sed Contracts
-~!i=.*=-~{~)P~I~fO~n~Z~-~p:;'-a~y~m~c'!:n~ts~-~in-r"es·p~e~c"::t

39.1 The Contract Price shall be an estimated amount, based on the Breakdown of Cost
Estimates in Appendix D.
j9.2 Except as may be otherwise agreed under GeC Clause 14 and subject to GCC Clause 39.3,
payments under this Contract sball not exceed the ceilings in foreign currency and in local
currency specified in the Contract.
39.3 Notwithstanding GCC Clause 39.2 hereof, if pursuant to any of the Clauses 15, 33 or 35
hereof, the Parties sball agree that additional payments in local and/or foreign currency. as
the case may be, shall be made to the Consultant in order to cover any necessary additional
expenditures not envisaged in the cost estimates referred to in Gce Clause 39.1 above, the
ceiling or ceilings, as the case may be, set forth in acc Clause 39.2 above shall be
increased by the amount or amounts, as the case may be, of any such additional payments.
39.4 Subject to tbe ceilings specified in GCC Clause 39.2 hereof, the Public Body shall pay to
the Consultant (i) remuneration as set forth in GCC Clause 39.5 bereuoder, and (ii)
reimbursable expenses as set forth ill GCC Clause 39.6 hereunder. Said remuneration shall
be fixed for the durntion of the Contract. .
39.S Payment fer Ihe Personnel shalt be determined on the basis of time actually spent by the
Personnel in the performance of tbe Services after the date determined in accordance with
the Commencement Date of the Services, or such other date as the Parties may agree in
writing, sud at the rates specified in the Contract. Personnel rime spent in the performance
of the Services shall include time for necessary travel via the most direct route, at the rates
.. ~+,.....~ etailed in the Con!I1lC~un less otherwise specified in the SCC. .
o; ..\TU(r/()"'~1

~"."..>J.} -_"
>., ~\. \'\"'>3~hl'!~.;.{"'J
'("''t
;1 .'M~'0
C';'(I _

~nrySC'",!.:c(NCll)."repAred!.Jytl;.cFP.rA 07' '''f. n ::Jyltll1) .~~ \.


3" i -d ~n ellg:~e"'l Cor.dlt~lI.s
OrCcnh~.d ?:lg-: 2vof 10 ~ r I:::,j 'tf\~:r_ -'T. ,

'\\'.'. /fif- *ii


0.'1. E" III'),} _,'-. fP .,\',. \.\. 1"/'-05; ,<:;
,:.'_ ,-, ,'~ /.:',,;
0',,>:.
''''tz""6II. 01 (lfOl\CV-
'>N..
,
...\..
f Ii
. - :l~" -
'-v
/J'
. ?"_
.~
.
-. .:'\',<l. /
-i« ~_

It'"
_A
~,.{'./

"/
----_ --._ .... ..
,
"

Pari 3: Contract Section 7: General Conditions of Contract


r
39.6 Reimbursable expenses shall include costs actually and reasonably incurred by the
COII,-uitantin the performance oithe Services, as specified in the Contract
,-
39.7 The remuneration rates referred IX) under GCC Sub-Clause 39.S here above shall cover: (i)
such salaries and sllcwaeees as the Consultant shall have agreed 10 pay IX) the Personnel as
well as factors for social charges and overhead (bonuses or other means of profit-sbarlng
shall not be allowed as an element of overhead), (iJ) the cost of backstopping by home
office staff not included in the Personnel listed in Appendix C, and (ill) the Consullant's
fee.
,'. 39.8 Any ratcs specified for Personnel eo! yet appointed sball be provisional and shall be subject
to revision, with the written approval of the Public Body, once the applicable salaries and
allowanees are kno...n,
f •
39.9 Payments for periods of 1.55 than one month shall be calculated on an hourly basis for
actual time spent in the Consullant's home office and directly attributable 10 the Services
(one hour being equivalent to 1I176th of a month) and on a calendar-day basis for time
spent away from home office (one day being equivalent to 1130th of a month).

40. Payment Schedule nnd Advance Payment


, I' 40.1 All payments under the Contmct shall be made in accordance with the p3}ltlent schedule
specified in the SCC.
40.2 When the SCC indicates advance payment, this will be due after provision by the
Consultant to the Public Body of an advance payment security in an amount equal to the
advance payment Consultants receives in the form of a certified cheque OJ unconditional
JIrIk guarantee at its option from a reputable bank, together with its request for advance
.. ~ - . ~.fR @£ifr rl8t't~"e~'6.~!lLthc....adv~
payment bas been fully set off end (ii) to be in tile form set fortb in the Contract, or in such
other form as the Public Body shall have approved in writing. Tho advance payments will
be set off by the Public Body in equal installments against the statements for the number of
months of the Services specifiod in the SC until said advance payments have been fully set
off.
40.3 If tho Consultant requests an advance payment the advance payment may be paid by the
Public Body in an amount not exceeding 30% of the total contract price.
40.4 Should the advance payment security cease to be valid and the Consultant fails to re-
validate it, a deduction equal to the IlIIlOUOI of the advance payment may be made by the
Public Body from future payments due to the Consultant under the Contract.
40.5 If a Contract is terminated for any reason, the guarantee securing the advance payment may
be Invoked in order. to recover the balance of the advance payment still owed by the
Consultant.
41. Mode of Billing 811dTerms of Payment
-11.1 In consideration oithe Consultaurs due and proper performance of its obligations under the
Contract, tile Public Body shall pay Consultant in eccordance with this Clause.
4t.2 As soon as practicable and nol later afler the end of each time intervals during the period of
tho Services as indicated in the SCC, the Ccnsultant shall submit to the Public BOO)" in
duplicate, itemized invoices, accompanied by copies of vouchers and other appropriate
supporting materials, ofthe amounts payabk pursuant 10 Ihis Clause for period indicated io
the SCC.

\. .,: J •/

) I .............

I
__./

, 'I ..


--~

Pnrt 3: Contract Sectlon 7: General Cenditions of Contract

in local currency. Bach invoice shall distinguish that portion of the total eligible, costs which
pertains 10 remuneration from that portion which pertains to reimbursable expenses.
r 41.4 The Coosultanfs invoice shall be correctly rendered if:
(8). The invoice is addressed to tho Public Body's officer specified in the Contract to
receive invoices and identifies tho number of relevant Contract;
(b). The invoice includes date of issuance and its serial number; ."
(c). Tho amount claimed in the invoice is due for payment;
(d). The amount specified in the invoice is correctly ealcutated in accordance with the
Contract;
(0). The invoice is set out in a manner that enables the Public Body's to ascertain which
Consultancy Service the invoice covers (description, quantity, and unit of measure) and
tho respective Price, or Cbarge payable in respect of that Service;
(f). The invoice inoludes the name and address of Consultant to whom payment is 10 be
, , sent;
(g). The invoice includes the name, title, and phone number of person to notify in the event
of defective invoice;
(h). The invoice includes Ccnsultanrs bank account information, and
(i). The invoice is, where appropriate, certified as sales tax exempt,
Failure to provide such information will entitle rho Public Body's 10 delay payment of !be
Contract Price un111 such information is provided.
_ 41.S The Public Bod)' shall pay ~;y invoice submitted by the ConrutlaJl.tin accordance. WJOl
~ 'J(J. 41'_ ;"1, ,.._ ~-, -' ~:"'_bylh~blfe--
o s invoices cad supporting documents. Only such portion of an invoice that is
not satisfactorily supported may be withheld from paymenL
41.6 The Public Body shall notify Ibe Consultant of the inadmissibility ofa request for peym"nI
due to M error, discrepancy. omission or any other re~l'-"l so that the Parties may resolve
such error, discrepaoey, omission or other fault and agree a solution 10 enable payment of
the corrected request for payment The Public Body shall nol unreasonably withhold
payment of any undisputed portion of 8 request for payment. Should nny discrepancy be
fouDd to oxist between actual payment and costs authorized to be incurred by tho
Consultant, Ibe Public Body may add or subtract the difference from any subsequent
payments.
41.7 Where Ibe Consullnnt is required to provide Deliverables, the Public Body shall be entitled
to withhold payment of the Contract Price pending receipl and acceptance of the
Deliverables in accordance with the Terms of Reference.
H.8 The final payment under this Clause shall be made only after the IiDaI report and a final
invoice, identified as such, shall have been submitted by the Consultant and approved as
satisfactory by the Public Body. The Services shall be deemed completed and finally
accepted by tho Public Body and the final report and final invoice shall be deemed approved
by the Public Body as sntisfnclory ninety (90) calender days after receipt of Ihe final report
and final invoice by the Public Body unless the Public Body, \vithin such ninety (90) day
period. gives written notice to tho Consultant specifying in detail deficiencies in the
Services, the deliverables or final invoice. Tho Consultant shall thereupon promptly make
nny necessary corrections, and thereafter the foregoing process .,h"'l be repeated.
41.9 ,\Dy amount, which the Public Body has paid or CAUSed to be r:1iJ in accordance with Ibis
....,,::::==="""'~ Clause in excess of the .",OUI115 acmully payable in nccordancc with the provisions Ofl~lis

,
\


)
\
'\


Pari 3: Contract Section 7: General Conditions of Contract

Contract, shall be reimbursed by the Consultant to the Public Body within thirty (30) days
after receipt by the Consultant of notice thereof. Any such claim by the Public Body for
reimbursement must be made within twelve (12) calendar months after receipt by tho Public
Body of a final report and a final invoice approved by the Public Body in accordance with
the above
41.10 All payments under this Contract shall be made to the accounts of tho Consultant and in
currency specified in the SCC Sub-Clause 36.2.
41.11 Payments in respect of remuneration or reimbursable expenses, which exceed the cost
estimates for these items as set forth in the Contract, may be charged to the respective
contingencies provided for foreign and local currencies only if such expeoditures were
approved by the Public Body prior to being incurred.
41.12 With the exception of the final payment under GeC Sub-Clause 41.8 above, paymeots do
not constitute acceptance of the Services nor relieve the Consultant of any obligations
hereunder.

42. Price Adjustments


42.1 Contracts Prices shall be fixed throughout the Consultanfs performance of the Contract and
not subject to adjustment on any account.
42.2 This provision remains in effect for the duration of lbe contract once it becomes effective.
42.3 Where the time for completion of. consultancy service under n eontract is extended for a
reason not attributable to the limit of Ihe consultant, the Public Body may make price
adjustment, if it considers that such adjustment is appropriate.
;'->. iW G...~ f;$-kf,-_i,. \ ott}! 'P;k fJA.t:.··~~;aa:ai~fi\!'!"sr\oi:~;f5it*<nffiZ~"'::"_~l~
for Consultant shall nol exceed 15% (fifteen percent) of the total contract price.
·,t!i'~
...;-
42.S The conditions for price adjustment, the means by which requests for price ndjusllDent are
commuuieated nnd types of evidence ODdnwnber of copies of supportiag documents to be
submitted together ";:h "rice edjustment requests 81P. defined in sec.
42.6 A discount offered by lbe Consultant WIder this Contract may be increased at any time
during lbe Term of this Contract, which increased discount takes effccl 00 the date on
wbich the Public Body receives norificetion of that increased discount from the Consultant,
unless another date is agreed in writing between the Parties.
42.7 Any discount offered by the Consultant under this Contract COMot be reduced during the
Term of this Contract without the agreement in writing of the Publio Body.
E. Obligations of the Consultant
43. Con3ul!anl'! Responsibilities
43.1 The Consultant shal; "errorm the Consultancy Services and carry out their obligl'fions
hereunder with all due diligence, efficiency end economy, in accordance with generally
accepted professional standards and practices, and shall observe sound management
practices, and employ appropriate technology and safe and effective equipment, machinery,
materials and methods, The Consultant shall always act, in respect of nny matter relating to
this Contract or to Ihe Services, as faithful advisor to the Public Body. and shull at all times
support and safeguard the Public Body's legitimate interests in any dealings with Sub-
Consultants or Third Parties.

~.~
·13.2 The Consultant shall respect and abide by all ~pplie3"le law; and regUlations in force, The
Consultaot shall Indemnify the Public Dody apiMI any claims and proceedings ari "
",'
:!oo.~ of''''

A_)"_";'_ ),
~ 1)1 i ,"I .) ,'.
--
. ~f

1/ 1
//
\~.~~, 'f :~,
.. / "

/
I

J
0'
v- \'11- /
I
Y
J I

./


_____ ._ _"_~ __ ~_'!f"

Part 3: Contract Section 7: General Conditions of Contract

from any infringement by the Consultant, its sub-consultants or their employees of such
laws and regulations.
43.3 The Consultant shall ensure that Consultancy Services conform to applicable environmental
and quality standards, that no chemical or other product/equipment is used in such a way as
to cause negative impact on the environment in general and occupational health hazards for
the personnel of the Public Body in particular, and shall employ the most recent technology,
safe and effective equipment, machinery, materials and methods, as necessary, The
Consultant shall always act, in respect of any matter relating to this Contract, to safeguard
.' . the Public Body's legitimate interests, pursuant to Conditions of tbis Contract
43.4 The Consultant shall obtain the Public Body's prior approval in writing before taking any of
the following actions:
(a). Entering into a subcontract for tbe performance of any part of the Consultancy
Services, it being understood that the Consultant shall remain fully liable for the
performance of the Consultancy Services by the Sub-Consultant and its Personnel
pursuant to the Appendix C; .
(b). Any other action that may be specified in the SCC.
43.5 The Consultant shall furnish the Public Body with any personnel data or information
required by the Public Body to arrange the provision of documentation required in
accordance with GCC Clause 3 1.3.
43.6 The Consultant shall comply with administrative orders given by the specific contract
manager. Where the Consultant considers that the requirements of an administrative order
beyond the authority of the specific contract or of the scope of the contract, it
jts

be suspended because of'this notice.


43.7 The Consultant shall lreat all documents and information received to connection with the
contract as private and confidential, and shall not, save in so far as may be necessary for \he
purposes of the performance thereof, publish or disclose any particulars of the contract
without the prior consent in writing of the Public Body or the specific contract manager
after consultation with the Public Body. If any disagreement arises as to the necessity for
any publication or disclosure for the purpose of the contract, rile decision of the Public
Body shall be final. I
.
J

44. Eligibility

_. 44.1 The Consultant and its Sub-consultants shall have the nationality of an eligible country. A
Consultant or Sub-Consultant shall be deemed to have the nationality of a country if it is a
citizen or constituted, incorporated, or registered, and operates in conformity with the
provisions of the laws of that country.
44.2 The Consultant and its Sub-consultants shall provide Personnel who shall be citizens of
eligible countries and use goods with their origin from an eligible country,

45. Code of Conduct


Part 3: Contruct Section 7: Generul Coudttious of Contract

obligations towards the Public Body under the contract. It shall not commit the Public Body
without its prior written consent, Md shall, where appropriate, make this obligation clear to
third parties.
45.2 [f th~ Consultant or any of its Sub-consultants, personnel, agents or servants offers to give
or egrees to offer or to give or gives to any person, any bribe, gift, gratuity or commission
as an inducement or reward Cor doing or forbearing to do any act in relation to the contract
or any other contract with the Public Body, or for sbowing favor or disfavor to any person
in relation to the conlmct or any other contract with the Public Body, then the Public Body
may terminate tho contract, without prejudice to any accrued rigbts of the Consultant under
the contract.
45.3 The payments to the Consultant under the contract shall eoestimte the only income or
benefit it may derive in connection with the contract and neithcr it nor its personnel shall
accept any commission, discount, allowance, indirect payment or other consideration in
connection with, or In relation to, or in discharge of, its obligations under the contract
45.4 The CoIl3UJta.1tshall not have the benefit, whether directly or indirectly, of nny royalty.
gratuity or coounissioo in respect of any patented or protected article or process used in or
for the PU1]lOSCS of the contract or the project, without the prior written approval of the
Public Body.
45.5 The Consultant and its staff shall maintain professional secrecy, for the duration of the
contract and after completion thereof. In this connection, except with the prior written
consent of the Public Body, neither the Consultant nor the personnel employed or engaged
by it shall at any time communicate 10 any person or en6ty any confidential inIonnntion
disclosed to them or discovered by or make a9 to the

.. --1~~:: """.:<f; ~~&II


not make any US<l prejudicial to the Publio Body, of information
supplied 10 them and of the results of studies, tests and research carried out in the course
and for tbe purpose of performing the contract,
45.6 The execution of tltu contract shal! not give rise to unusml commercial expenses. IJ' jucn
unusual commercial expenses emerge, the contract will be terminated. Unusual commercial
expenses are commissions not mentioned in the contract or nol stemming from It properly
concluded coot:ra.:t referring 10 the contract, commissions not paid in retum Cor any actual
·I•
·

!
and legitimate service, commissions remitted to a tax haven, commissions paid to •
recipient Who is not clearly identified or conunission paid to o· company which hns every
appearance of being 11 ITontcompany.
45.7 "lb. Consultant shall supply to the Public Body on request supporting evidence regarding
the conditions in which the contract is being executed. The Public Body may carry out
whatever documeolaty or on-the spot checks it deems necessary to find evidence in case of
suspected uousual commercial expenses.
,i
46. Conflict of Interests

46. J The Consuliant shall hold the Public Body's interests paramount, without any consideration
for future work, and strictly avoid conflict with other assignments or their own corporate
interests
.; Prohibition of Conflicting Acln.ities

.. :: (NC8/- rrtplrelJ b). tGc. fI1r:\


- ~of~f , ::~efi!)

/l,'~
-/ •
l.
v
/
.'

J

Part 3: Contract Section 7: General Conditions of CODtract

not engage, and shall cause their personnel as "ell as their Sub-Consultants and their
personnel Dot to engage, either directly or indirectly, in any business or professional
uctivities that would conflict with the activities assigned [0 them under this Contract Such
conflict of interests could arise in particular as a result of economic interest, family or
emotional tics, or any other relevant connection or shared interest. Any conflict of interests,
wh.ich could arise during performance of the Contract, must be notified in writing to the
Public Body without delay.
46.3 The Public Body reserves the right to verify that such measures an adequate and may
require additional measures to be taken if necessary. The Consultant shall ensure that its
staff, including its management, is not placed in a situation, which could give rise to
conflict of interests, Without prejudice to Clause 24, the Consultant shall replace,
immediately and without compel138lion from the PubJio Body, any member 0: its staff
exposed to such a situation.
46.4 The Consultant shaU refrain from any contect, which would compromise its independence
or thai of its personnel. If the Consultant fails [0 maintain such independence, tho Public
Body may, without prejudice to compensation for aoy damage, which it may have suffered
on this account, terminate the contract forthwith, without giving formal notice thereof.
Consultant Not 10 Benefit from Commissions Discounts, etc.
46.5 The payment of the Consultant pursuant to Paragraph D hereof shall constitute the
Consultant's oaly payment in connection with this Contract and, subject to GeC Sub-
Clause 46.7 hereof, the Consultant shall not accept for its own beoefit any trade
commission, discount or similar payment in connection with activities pursuant to this
Contract Or in the discharge of its obligations hereunder, and the Consultant ..ball use i13
~~5Ofb-,.1o?;~i1I:~ t! ~~~ - •- • _- ~1)te~
n receive any sue additional payment.
46.6 Furthermore, if'the Consultant, as part of the Consultancy Services, has the responsibility of
advising the Public Body on the procurement of goods, works or services, [bo Consultmt
sbaU comply with the Federal Den-ocratic Republic of £!hiopia's applicable proclll":r.eot
regulations, and shall ..t all times exercise such responsibility in the best interest of the
Public Body. Any discounts or commissions obtained by the Consultant in the exercise of
sucb procurement responsibility shall be fOTthe account of the Public Body.
Consultant and Affiliates Not to Engage in Certain Activities

46.1 The Consultant agrees thai, during the term of this Contract and nfler its termination, the
Consultant 1I1ldMy entity affiliated with the ConsullaDt, as well as any Sub-Consultants and
any entity affiliated with such Sub-Consultants, shall be disqualifled from providing goods,
works or services (other than Consultancy services) for the preparation or implementation
ofany project resulting from or directly related to the Consultant's Services.

47. Indemnification nnd Limitation of Liability

47.1 At its o...n expense, the Consultant shall iodemnify, prot ee..t and defend, the Public Body, its
agents and employees, from and sgniest all actions, claims, losses or damage arising from
1liiY act or omission by the Consultant in the performance of tho Consultancy Serv ices,
including any violation of any legal provisions, or rights of titird parties, in respect of
patents, trademarks and other forms of intellectuel property such as copyrights.
47.2 A[ its own expense, tho Consultant shall ind.mnify, protect and defend the Public Body. it.
~"'., ~ s and C'1lpIO}"~l, from nd f1n.lin.~all actions, claims, losses or damages arising out of
* ~)\."".t, ~ ~
"',.;; . ~ I.~ k.C"it'D).PrcFc;i!J1f "PP,\
i' z~r·::r.""t-" dJ()OA lOfContr3U f':I~c:6 vrAo

l ~ L-\~~ J.,___
~~ · J
\\ /V\-
~ ::..,~~"tJl1t
~"::
~!
"i
.1 t\~O'~,,'
-d'lb
_II'~'
I
J~
't
I'
I
.. --- -- - --- .._ ---"'"'-

Part J: Contract Section 1: General Conditions of Contract

the Consultant's failure to perform its obligations provided thm;


(a). The Consultant is notified of such actions, claims, losses or damages not later than 30
days after the Public Dody becomes aware of them;
(b). The ceiling on the Consultant's liability shall be limited to an amount equal to total
Contract Price as stated in the sec, but such ceiling shall not apply to actions, claims,
10000s 01' damages caused by the Consultanfs willful misconduct;
(0). The Consultant's liability shall be limited to actions, claims, losses or damages directly
caused by such failure to perform its obligation.s under the contract and shall not
+ include liability arising from unforeseeable occurrences incidental Or indirectly
consequential ro such failure.
47.3 The aggregate liability of the Consultant to the Public Body shall not exceed the total
, .', contract value.
47.4 The Consultant shall bave no liability whatsoever for actions, claims, losses or damages
., , occasioned by:
(a). The Public Body omitting to act on any recommendation, or overriding any ool,',!c' ",1":Jj
."'f,.

decision or recommendation, of the Consultant, or requiring the Consultant to J; ,'•.


implement a decision or recommendstion with which the Consultant disagrees or 00 •
which it expresses a serious reservation; or
(b). The improper execution of the Consultant's instructions by a~D!S, employees or
independent Consultants ofrhe Public Body

48. Insurance 10 be Taken Out by the Consultant


48.1 Upon execution of this Contract and prior to beginning work under a Service Pinchase
Order the Consultant shall take out, maintain and sb!1ilcause any Sub-eonsultaats to take
out, maintain, and keep in force at their own cost insurance coverage against the risks and
I
terms and conditions as speci lied in SCC. I
i
(a). Medical insurance for itself and adler persons employed or contracted by it under the
Contract. Tho Public Body shall be under no liability in respect of the medical expenses
ofthe Consultant
(b). The Consultanfs liability in respect of sickness or industrial accident affecting its
employees;
(0). Loss of, or damage to. the Public Dody equipment used to perform the Contract;
(d). Civil liability in the event of accidents caused to third parties or to tho Public Body and
any employee ofthatllntity arising out of the performance of the Conlnlct;
(e). Accidental death Or permanent disability resulting [rom bodily injury incurred in
connection with tho Contract.
48.2 By requiring such insurance, Public Body shall not be deemed or construed to have
assessed the risk that may be applicable to the Consultant under this Contract. The
Consultant shall assess its own risks and if deemed 10 be appropriate and/or prudent, should
malntain adequate limits andlor broader insurance coverage tban that stipulated above. The
....,,"""=~-·ululnt is Dot relieved of any liability or other obligations assumed or pUl'S\l:lllt)O the
* ~~~ b) reason of it> failure to obnin or maintain insurance in suflicie~1!mounts,
/.,.»
~ "'+)(.+~..
,r / .~
" ~ (
'I':!rl_q ~ ~
~t1~\-= j;'
$Idl :,..~ te(NCn)·I"rtFandb":-I·fl'P.\ f ~c4j.J"hz,otJ) '\

I JC"",_"",: .... l1cr~ t~'-- (.. \. ;I,R~ /1 _;'!


....
~..,-:..
7>'~
.." j - t
"::)9 +-
I , J._.'
7-~
.(.\.._,_/ /
',~.,......... /.
I

,:.'~/

----- -::-~---"'"-

Part 3: Contract Section 7: General Conditions of Contract


,-.
duration, Or types.
48.3 Insurance shall be provided at the Consultant's expense and shall not be charged directly to
, . the Public Body.
48.4 Insurance policies required by this clause shall be written by an Insurance Carrier licensed
to do business in 'the Federal Democratic Republic of Ethiopia.
,. 48.5 The insurance coverage shall be maintained for the entire duration of the Contract. The
Public Body shall be notified by tbe Consultant or its Insurance Carrier at least 30 days
prior to any material Change to or cancellation of any of insurance coverage.
, . 48.6 Upon execution of this Contract and prior to beginning work under a Service Purchase
Order, the Consultant Or its Insurance Carrier shall provide a Certificate{s) of Insurance

,i (COl) evidencing compliance with all requirements for insurance coverage. The COl shall
be submitted to the Public Body for review and approval. for the duration of the Contract,
the Consultant or its Insurance Carrier shall provide updated COl's to evidence renewals or
other changes to insurance policies or coverage.
, I 48.7 The Consultant, at the Public Body's request, shall provide evidence to the Public Body
showing that such insurance has beeo taken out and maintained and that the 'current
-I premiums therefore have been paid.
, . 49. Health and Safety
49.1 While providing Consultancy Services, the Consultant shall comply, and shall ensure that
its comply with, the requirements of relevant Health and Safety and other
relevant including regulations and codes of practice issued thereunder. and with
the Public
,, a 'Safety at Work policy
relating to the employment of his own staff whilst carrying out their duties in relation to the
.
'
Contract on the Public Body's premises .
49.3 The Consultant will be required to nominate a Health and Safety Representative to-liaise
with the Authorized Officer on all Health and Safety matters.
49.4 The Consultant's staff shall follow a system of acoident recQrding.jnJJ.cej)rd~e
Public Body's accident recording procedure and the Consultant's own accident reporting
procedures.
49.S All notifiable accidents shall immediately be brought to tbe attention of the Authorized
Officer.
49.6 The Consultant snail ensure the co-operation of its personnel in all prevention measures
designed against fire, or any other hazards, and shall notify the Public Body of any change
in the Consultant's working practices or other occurrences likely to increase such risks or to
cause new hazards.
49.7 The Consultant's staff shall be trained to recognize situations which involve an actual or
potential hazard including:
(a). danger of'personal injury to any person on the Public Body's premises and
(i) where possible, without personal risk, make safe any such situation; Or
(ii) report any such situation to the Authorized Officer;
(b). 'fire risks and fire precautions and procedures including attendance at fire lectures/drills
in accordance with the Public Body's policies;
c). security;

l<c (~'CR)• PI'!;PIl~tJby the FPPA


• lti~.¢!,S~ .... (Versioll I) July 2011)

"' ..
ctt:-t,':!1 Couditioos OrCQIltNKt P.lge 28 fJr ·10 t Issued b)'. H'l,A

"> " i]\L(;


..t
I I'
I I

-_... - - -.- --_ .-~
- ...

Pari 3: Contract Section 7: General Conclitions of Contract

(0). major incident;


49.8 The Consultant shall provide such first aid facilities lind ensure thnt his staffs abide by such
first aid procedures as shall be required by the Public Body,
49.9 The Consultant shall al any time ensure that the equipment used and procedures operated
conform to the Publie Body's Fire Policy.
49.10 The Consultanl shall co-operate with the Public Body's Fire, Security and Safety Advisors
and shall comply with their reasonable instructions.

50. Intellectual and industrial property rights


50. t All reports and OOIAsuch ,as maps, diagrams, drawings, specifications, plans, statistics,
calculations, databases, software and supporting records or materials acquired, compiled or
J prepared by the Consultant in the perfonnance of the cootract shall become and remain the
absolute property of the Public Body. Tho Consultant shall, not later than upon termination
or expiration of this contract, deliver all such documents, software, nnd data to Ibe Public
Body. The Consultant may not retain copies of such documents, software, and data and
shall not use them for purposes unrelated to the Contract without the prior written consent
of tho Public Body.
50.2 If license agreements are necessary or appropriate between the Consultant and third partiC$
for purposes of development of any such computer programs. the Consultant sball obtain
the Public Body's prior written approval to such agreements, and the Public Body sball be
entitled at its discretion to require recovering the expenses related to the development of the
progrrun(s) concerned. Other restrictions about tho future use of these documents and
software, if any, shall be specified in the SCC.
,t -
: fZ' 1 f'E 1t5M' iF, 65 "llflJ).>.t}f·tottBibS .tJudtlg l~j.,Ult,Gtcy"'Semves-or refer to
them wben carrying out any Consultancy Services for others, or divulge information
obtained from the Publio Body. without the prior written consent of the Public Body.
50.4 Any results or rights thereon, including copyright and other intellecnrel or industrial
property rights, obtained in performance of the Coetracr, shall be the absolute property of
tho Public Body, whioh may use, publish. assign or transfer them es it sees tit, without
geographical or olher limitation, except where intellectual or industrial property rights
already exist.
50.S The Consultant agrees to indemnify and keep indemnified the Public Body against any
costs, claims, proceedings. expenses and demands arising from the use, Application. supply
or delivery of any Deliverable, process, article, matter or thing supplied UDder the Contract
Ibnt would constitute or is alleged to constitute any infringement of any person's Intellectual
Property Rights.

51. Reporting Obligations


51.1 The Consultant shall submit to the Public Body the reports and documents specified in
Appendix B hereto in the form, in the numbers, and within the periods set forth in the said
Tenus of Reference. Final reports shall be delivered in CD ROM in oddition [0 the bard
copies specified in the said Appendix.
52. Accounting, Inspeetinn aud Auditing
52.1 The Consultant shall keep, and shall cause its Sub-consultants to keep, accurate and
OI-~f' iic accounts nnd records in respect of the Contract, in accordance w ith internalionally
* ,,,-+~..}
.. '
~~
accounting principles end in such lorn. and detail as \I ill clearly ide . e .,'l
...\
~~
r'~'
...

•j
I
1.-1
j f,\_ <"~/
J ¥ ~
J "
-" ./



-_ ----....----

Part S: Contract Section 7: Geneml Conditions of Contract

relevant time charges and costs.


52.2 For the purpose of the examination and certification of the Public Bodys accounts; or any
, . examination of the economy, efficiency and effectiveness with whioh tho Public Body bas
used its resources. the Federal Auditor General and the Public Procurement and Property
Administration Agency or its auditors may inspect all accounts and records relating 10
tho performance of the Contract and tho submission of the Proposal to provide the
Consultancy Services which oro owned, held or otherwise within me contrcl of the
Consultant nnd may require the Consultant to produco such oral or written explanation as be
considers necessary. The Consultant acknowledges that it will fuUy cooperate with any
counter fmud policy or investigation carried out by authorized body al any time.
53. Data Protection
53.1 The Consultant shall comply with all applicable data protection legisJation.ln particular the
Consultant agrees:
(a). To maintain appropriate technical and organizational security measures;
(b). To only process Personal Data for and on behalf of the Public Body, in accordance
with the instructions of the Public Body and for tho purpose of performing its
obligations under the Contract;
(c). To allow the Public Body to audit the Consultant's compliance with the requirements of
this Clause on reasonable notice andlor to provide the Public Body with evidence of its
compliance with the obligations set out in this Clause.
53.2 The Consultant .ngrees to and keep indemnified me Public Body 8Q,;nst

as a any made or brought by any individual 01


other legal person io respect of any loss, damage or distress caused to that individual or
other legal person 03 a result of the Consultants unauthorized processing, unlawful
processing, destruction of andlor damage to any Personal DaQ processed by 1l:!" Consultant,
its employees or agcots in the eon,.-ultant's performanc: of the Contract or as otherwise
agreed between me Parties.
54. Review
54.1 The Consultant shall attend formal review meetings (each such meeting being a "Review'),
as required by the Authorizod Officer, to discuss the Public Body's levels of satisfaction in
respect of the Consultancy Services provided under tho Contract and to agree any necessary
action to address areas of dissatisfaction, The Consultant will not obstruct or withhold its
agreement to any such necessary action. Such Reviews shall be attended by duly authorized
and snfficienlly senior employees of both the Public Body and tho Consultant together with
any other relevant aUendees. The Parties shall agree a standing agerda for such Reviews.
55. Performance Security
55.1 The Consultant shell, within fiOoon (IS) days from signing the contract, provide a
Performance Security for the due performance of tho Contract in the amount specified in me
SCC.
55.2

.J

j If'
"I
-- .....=;;_ ..... -.
-
Part 3: Contract Section 7: General Conditions of Contrnct

be in the form of cash, cheque certified by a reputable bank, I~ of credit, or Bank


Guarantee in the format specified in the SCC.
55.4 The Performance Security shall be discharged by the Public Body and returned 10 tbe
Consultant not later than twenty-elght (28) days following lbe date of completion of tbe
Consultant's performance obligations under Ihe Contract, including any warranty
., obligations, unless specified otherwise in the SCC .
55.5 Notwithstanding the provision of GeC Sub-Clause 55.2 above, the Performance Security
may be returned to tbc Consultanl where the Procurement Endorsing Committee ascertains
that the noncompliance of the Consultant does net affect the interest of, or enlailadditionaJ
cost on the Public Body and is not due 10 the fault of the Consultant
55.6 The Public Body shall be required 10 submit any document In its possession in relation to 8
procurement in which it authorizes me return of tho Performance Socuri!)' to me Consultant
and account for its action under the preceding GCC Sub-Clause 55.5 of this GCC to the
Public Procurement and Property Administration Agency or other competent body if and
when required to do so.
'i F. Performance of the Contract
!
56. Scope of Consultancy Services
56.1 The COMultancy Services 10beprovided shall b. as specified in the Section 9, Appendix,4.
56.2 The Coosulmncy Services shaU be performed at Public Body's locations in aceordanee with
instructions in the Appendix A Or as agreed by the Parties in wtiting.

57.1 Wbere,ocr the Consultancy Services require the Consultant to provide a Deliverable:
(a). Such Deliverable will be delivered in the form prescribed and in accordance with the
Terms of Reference. If no suoh form is prescribed in the Terms of Refererv> the
C()n5ullJint will prcvide Deliverables in a professional form to the requirements
(including as to time of delivery) notified to the Consultant by the Authorized Officer;
(b). The Public Body may accept such Deliverable or reject it in ilS reasonable discretion on
the grounds that suoh Deliverable is (in whole or in purl) not of satisfactory qual ity
andlor does not meet tile brief set out in the Terms of Reference or the requirements
otherwise made known to the Consultant by !ho Public Body;
(c). The Public Body will not reject nny Deliverable (wholly or in part) without providing
written reasons to tho Consultant as to why such Deliverable has been rejected;
(d). Any dispute as to whether tho Public Body has exercised its right to reject any
Deli''Crable reasonably shall be resolved by tile Settlement of Disputes Procedure; and
57.2 Any Deliverables which are rejected shall be replaced by the Consultant (at no extra charge
to the Public Body) by Dcliverables which arc reasonably satisfactory to Ul0 Authorized
Officer,

58. Performance of the Consultancy Services


58.1 Subject to GCC Clause 62. I, {he Consultant shall provide at its 0"11 expense all stafT.
equipment, tools, appliances, materials or items required for the provision of the
Consultaney Services t., tnc Contract Standard.

j i.O\


Part 3: Contract Section 7: Generul Conditions of Contract

of the Consultancy Services and Deliverables andlor the applicable performance measures,
performance due-by dates, minimum performance levels and methods of performance
measurement in respeot of the Consultancy Services, the Consultant will abide by the same.
58.3 Time shall be of the essenee with regard to the obligations of the Consultant under the
Contract,
58.4 If the Terms of Reference provides for performance of the Consultancy Services in stages,
rbe Consultant undertakes to perform the Consultancy Services in strict compliance with tho
timetable for stages as provided io the Terms of Reference.
r' S8.S The Public Body and ilia Consultant will co-operate with each other in good faith and will
take all reasonable action as is necessary for the efficient transmission of information and
I instructions and to enLlblcthe Public Body to derive the full benefit of the Contract. At aU
. .I times in the performance of the Consultancy Services. the Consultant will eo-operate fully
with any other Consultants appointed by the Public Body in connection with other
Consultmcy Services at the Locations.
58.6 In addition to any mOI'C specific obligations imposed by the terms of the Contract, it shall be
. 'j the duty of the Consultant to notify the Public Body of all significant changes to staffing,
I rates of payor conditions of employment, or hours of work or other technological changes
I
at least one month prior to the implementation of any such revised arrangements.
58.7 The Consultant shall provide information in a format. mtdium and at times specified by the
Public Body, related to Ibe performance of tho Consultancy Services as DllIybe reasonably
required.
58.8 If at time the Consultant becomes aware of any net or omission or proposed act or
.. .. ~J1i*:!~~~~~~~~f:~~:~:;c~ihe-l!u;;Ji""''3vJ
'0 or may prevent or hinder tbe providing from the
Consultancy Services in accordance with the Contract then the Consultant shall
immediately infonn the Authorized Offlcer of that fact, For the avoidan<:e of dou}!!, the
Consultant's compliance with this Clause sball not in any way relieve the Consultant of MY
of its obligations under the Contract,

58.9 The Public Body shall provide the Consultant with copies of its policies, rules, procedures
ond quality standards (and shall promptly inform the Consultant of any arnendments to such
documents) to enable the Consultant to comply with its obligations under the Contract
1 58.10 The Public Body nuy, where necessary, require the Consultaat to set up and maintain
appropriale policies, rules, procedures and qU!lity standards in relation to the employment
of his OWJi staff whilst can;'ing out their duties in relation to the Contract at tho Location.
This shall include, but not be limited to, disciplinary and grievance procedures. The
Consultant shall provide the Public Body with copies of such policies, niles, procedures and
quality standards (and shall promptly inform the Public Body of any amendments to such
documents).
58.11 The Consultant will immediately notify the Public Body of any actual or potential problems
relatiog to the Consultam's 0\\0 Consultants th~t affects or might affect his ability to
provide the y>nsultnncy Services.

I
11/'1'- (I'
1

j I
'jt
=

Part 3: Contract Section 7: Genernl Conditions of ConlTact

or might affect his ability 81 any time to provide the Consultancy Services.
58.14 The Consultant will be responsible for providing and maintaining the Consultancy Services
to tho Contract Standard during industrial action, at no additional cost to the Public Body.
The ConsultaJlt must bave in place contingency plans IUIdarrangements whlch are approved
by the Public Body.
, . 59. Performance Measurement
59.1 10 addition to any more specific obligations imposed by the terms of'the Contract, it shall be
the duty of the Censuleant to provide tho Consultancy Services to the Contract Standard
which in all respects shall be to the satisfaction of the Authorized Officer.
59.2 The Consultant shall institute and maintain a properly documented system pf quality control
,. as set out in the Terms of Reference and which is 10 the s3tisfaction of the Authoriud
Officer to ensure thai the Contract Standard is met
59.3 10 addition to any other rights of the Public Body under the Contract, the Authorized
Officer shall be entitled to inspect the Consultant'S quality control system referred to in
,"
GCC Clause 59.2 above.
59.4 During the Contract Period, the Authorized Officer may inspect and examine the provision
of the Consultancy Services being carried out without notice at any time. Tho Consultant
sbaU peovide to the Public Body all such facilities as the Public Bod)' may require for such
inspection and examination.
59.5 Ifany part of any Service is found to be different in any way from the Terms of Reference
or otherwise bas not been provided to the Contract Standard other than as a result of a
default or n~JigellCltOIi ~ o~e ~~Yl!i:!1J 'lhaIW llll G·VlWAo.m~
-,. _. W' ~ remurJeration} within
sueh time as tho Public Body may reasonably specify failing which the Public Body shall be
entitled to procure performance of the defective Consultancy Services from a third party or
to execute the tasks in question itself: If the cost to tile Public Body of executing or
procuring such Consultancy Services exceeds the 8mo"~t Mat would have been Pll"/,,!>loto
the Consultant for such Consultancy Services, the excess shall be paid by the Consultant to
the Public Body on demand in addition to any other sums payable by the Consultant to the
Public Body in respect of the breach of Contract
59.6 If the performance of the Contract by the Consultant is delayed by reason of any act or
default on the part of the Public Body or, by any other cause that the Consultant could not
ban reasonably foreseen or prevented and for which it was 001 responsible, the Consultant
shall be aUowcd a reasonable extension of time for completion of tho Consultancy Services
so affected.
59.7 For eacb Service, the Public Body shall ascertain whether tbo Consultant's provision of the
Service in question meets any performance criteria as specified in the Terms of Reference
or, if the criteria are not so specified, meets the standards of a professicn.J provider of the
Consultancy Services, On Or before the fifteenth working day of eech calendar montb
during tho Contract Period and within 14 dRYS after termination of tho Contract, the Public
Bodymny:

,. ...... 1. t'
,I
I- l.'\.- -:11
j 7

- - 4
-~--=---- -.- ......~..,= -==-- -- _-

Port 3: Contract Section 7: General Conditions of Cuntract

recorded in tbe Performance Notice;


(0). if the Consultant disputes any matter referred to in any Performance Notice eud/cr the
proposed rebate of the Contract Price, the Consultant may mise this objection \\ith the
Public Body and if this matter is not resolved within 7 days the matter shall be referred
to the Settlement of Disputes Procedure; and
,)
. (d). if the Coasuhant has not raised any objection to the Performance Notice within 7 days
of receipt (or such other period as agreed between the Parties) then that Performance
Notice shall be deemed to have been accepted by the Consultant and the rebate on the
,. Contract Price referred to therein shall become immediately effective.
59.8 The Public Body's rights under Clause S9 are withont prejudice to nny other rights or
remedies the Public Body may be entitled 10.
59.9 On request, the Consultant shall submit to the Public Body progress reports detailing il$
adherence to the timetable (if any) as sot out in the Terms of Reference in a format
approved by the Public Body. The submission and acceptance of sueh reports shall not
prejudice any other rights or remedies of the Public Body under the Contract.
1
59.10 If required by the Public Body, the Parties shall co-operate in sharing information and
developing performance measurement criteria with the object of improving tho Parties'
efficiency. Aoy such agreements sball be fully recorded in writing by the Public Body.
60. Lccntien
60.1 The Consultancy Services shall be performed at such locations as arc specified in the
Section 9, Appendix A.

the Contract Period.

-, 60.3 Without prejudice to any oilier right or remedy the Public Body will endeavor to give
much notice as possible of increases or reductions 10 the number of Locations undu the
Contract, although a minimum period of time is not spe"wed in these conditions.
3!

61. Use of Publlc Body's Sites

61.1 The Public Body shall during the Contract Period permit the Consultant to use in
connection with the provision of the Consultancy Services certain Sites at the Location as
set out in the Terms of Reference.
61.2 The Consultant shall use tho Sites only in connection with the provision of the Consultancy
Services and s!tall ensure that the Consultant's staff uses the Sites only for that purpose.
61.3 The Consultant shall ensure that the Sites have a clean, tidy nod professional appearance at
all times.

.~, _;J
j d!
- A -
,/
I '


Part 3: Contract Section 7: General Condillons of Contract

6.1.6 The Public Body reserve the right at all limes to permit third parties to use the Sites, subject
to the rights granted to the Consultant PUl'$uant to the Ccntract,
61.7 Tho Consultant shall keep tho said Sites olean, tidy and properly secure.
61.8 The Public Body will provide a sufficient supply of water, gas and electricity to operate
equipment used to provide the Consullancy Services.
61.9 The Public Body will arrange for the disposal of refuse from authorized collection points as
set out in the Tenns of Reference,
'. 61.10 The Consultant will nOI alter or modify any part of the Sites without the written permission
of the Public Body, unless alteration or modification is part of the Consultancy Services to
be provided by the Consultant.

62. Equipment and Materials

62.1 Bquipmeot, vehicles and materials made available to the Consultant by the Public Body, or
purchased by the Consultant whoUy or partly with funds provided by the Public Body, shall
be the property of tilO Public Body and shall be marked accordingly.
61.2 Where equipment and materinls are supplied by the Public Body these wiD be serviced and
maiotained by the Public Body.
62.3 Tho Contract Manager shall forthwith inform the Authorized Officer of any defects
appearing in or losses of, or damage, occurring to me Public Body's equipment, The

m~~;;:~~==~~
..ell necessary equipment for~it~·~~~ .... ns ~~~.~~~ItJj
..
Consultant shall be liable to pay to the Public Body the cost of any replacement necessary
as a result of loss or damage caused deliberate~QT Il.cglillClJtly.by~Con.'\llfiint'$ staff..

Ibe provision of the Consultancy Services.


62.5 TIle Consultant shall ensure that all equipment used in connection with the Contract is
"WJ, at o~nso, ~H

maintained in good working order in compliance with manufacturer'S instructions and


current legislanon.
62.6 All equipment and materials used by the Consultant shall comply wIth latest relevant
Ethiopian Standards or International equivalent specifications where such exist and the
Consultant shall upon request furnish the Authorized Officer with evidence to prove Ibat
such equipment and materials comply with this condition.
62.7 The Consultant shall:
(a). establish effective planned maintenance programs; and
(b). make adequate arrangements for emergency remedial maintenance, to ensure
continuity of the Consultancy Services; and
(c). agree all equipment purcbases with tb~ Public Body; and
(d). ensure compliance with all regulations covering the inspection and testing of all
equipment used 8t the Locarlon ill the provision of the Consultancy Services; and
(0). maintain records, open for inspection by tho Public Body of maintenance testing and
certification,
62.8 Any communication or electrical equipment used b) the Consultant in connection with the
Contract 'h311 not cause any interference with or damage to nny equipment used by the
Public Body.
~~:~~t
*'~
.... -'.tt '\
Any communication or electrical equipment proposed to r~used b) the Consuheet in
»"
i __ ~ rp· oll~.,nt!s("ll"
"' *1;
I~('n}•.PrtpJrcd try rh( ,,1'1'\
~ -
f/ft!lrH'Iff..J:I_r20(1) \
,

; ':2:::!.J;:!- _1:'E",nsl(, . .ore...,.... Po .J!"'" If > ~I, Jf!1.!fi,'> J _


10 7"\1\., .. \.
\ \~
...,
...~
'''t'li
1...,,-f'oc,C-1tco\
.0 1,
t.~",,,
;"
/ j ~..:;,.
I ,..j, \ "j...
at
II
:,'<':"
~..j~r.-'.J
~ ; .... f"r-/
':"';~~a\\"\/
....__../ {,I '~9'
11
-- -- ~--
r

Part 3: Contrnet Section 7: Genera) Conditions or Con Inlet


r:

connection with the Contract shall, at the discretion of the Public Body be tested and
approved by tbe Public Body before uso on the Public Body's premises.
62.10 Notwithstanding Clause 62.9 tho Consultant sball be liable for any damage caused by any
communication or electrical equipment used in connection with the Contract
62.11 The Public Body reserves the right to inspect equipment used by the Consultant in or about
the provision of the Consultancy Services at any time and the Coosultant shall comply with
any directions of the Authorized Officer as to the manner in which such equipment sball be
,.
used.
62.12 The Public Body shall not be responsible, charged or chargeable for any equipment or
materials brought on site by the Consultant
62.13 At the entering into force of the Contract all equipment transferred to the Consultant shall
be valued by an independent expert appointed jointly by tbe Public Body and the
Consultant. Ownership of this equipment shall be transferred to the Consultant without
charge. Whilo in possession of such equipment, vehicles and materials, the Consultant,
unless otherwise instructed by the Public Body in "Tiling. shall insure them at the expense
., of tbe Public Body in an amount equal to their full replacement value .
, ,
I
62.14 Upon termination or expirlltion of this Contract, the Consultant shall mue available to the
Public Body on inventory of such equipment, vehicles and materials. AU equipment
transferred into the ownership of the Consultant by the Public Body will be re-valued and
transferred into the ownership of tho Public Body as set out in the Terms of Reference.
Where there is any increase or decrease in value of the equipment, this shall be added to or
deducted from ~he Consultant's liMI payment. T~er of the equipment to the Pub!!c

62.15 Equipment or materials brought iota tho Federal Democratic Republic of Ethiopia by the
Consultant and the Personnel and used either for the Project or personal use shall remain the
property of the Consultant or the Personnel concemed, as applicable.
63. Key Personnel
63.1 The title, agreed job description, muumum qualification and estimated period of
engagement in the carrying out ofthc Consultancy Services of eacb of the Consultant's Key
Personnel nrc described j" tile Appendix C. The Key Personnel and Sub-consultants listed
by title as well as by name in Contract are hereby approved by the Public Body.
63.2 The Parties have agreed to the appointment of the Key Personnel 8S at the EITCCiiveDate.
The Consultant shall and shall procure that any Sub-Consultant shall obtain the prior
written consent of the Public Body before removing or replacing any member of the Key
1 Personnel from their corresponding role during the Term, and, who", possible, at leas! three
months written notice mnst be provided by the Consultant of its intention to replace any
member of Key Personnel from their corresponding role.
T 63.3 The Public Body shall not unreasonably delay or withhold its consent to the appointment of
a replacement to any relevant member of Key Personnel by the Consultant or Sub-
consultant. ., he Public Body may interview Ute candidates for Key Personnel roles before
such cnndidatc is appointed to such role,
63.4

: lG r40
.
.I

,.
~U"'"
- -
" : "
.,


__ __ _....-:=1lC _ ~--:- .,."""""' __ =~W......
""._ _.__-

Part 3: Contract Section 7: Genera! Conditions of Contract

such role and is fully competent to carry out the tasks assigned to tho role of the member of
Key Personnel whom he Orshe has replaced.
63.5 The Consultant shall ensure that each of the Key Personnel shall work for such a period of
time in tho performanee of the Consultancy Services that is commensurate with and
sufficient to perform tho obligation of that person's role unless the Public Body otherwise
r gives its prior written consent. To the extent that it can do so without disregarding i15
statutory obligations, the Consultant shall take all reasonable steps to ensure that it retains
the Consultancy Services of all the Key Personnel.
63.6 If additional work is required beyond the scope of the Services specified in Appendix A, the
estimated periods of engagement of Key Personnel set forth in Appendix C may b.
, increased by agreement in writing between the Public Body and the Consultant. In case
, .' where payments under this Contract exceed the ceilings set forth in GeC Clause 39.2 of this
Contract, this will be explicitly mentioned in the agreement
63,7 The Public Body may nominate additional roles performed by Consul tanh Personnel in
respect of ...hich individusls should be identified as additional Key Personnel. The
Consultant shall nOI unreasonably withhold or delay approval of any such additional Key
Personnel nominated by the Public Body who will, following approval, be included on the
list of Key Personnel by the Consultant The Public Body may also require the Consultant " .
to remove any member of tile Key Personnel that the Public Body (acting reasonably)
considers in any respect unsatisfactory.
63.8 The Public Body shall not be liable for the cost of replacing any member appointed to a
Key Personnel role and the Consuliant shall indemnify the Public Body agains! nil
~ll!?Y~aiA,l)jJitis;\hatn!IQ£ orjill-"lthj;. rae
64. Approval of Personnel

64.1 The Key Personnel and Sub-Consultants listed by title as well as by name in Appendix C
are hereby approved by the Public Body. In respect of other Personoel which Ibe Ccesultant
proposes to use in the carrying out of the Services, the Consultant shall submit to the Public
Body for review and approval a copy of their Curricula Vitlle (CVs). If the Public Body
does not object in '....
riting (stating the reasons for the objectiOD)within twenty-ono(21) days
from the date of receipt of such CVs, such Personnel shall be deemed to have been
approved by the Public Body.

65, Cootrol and Supervision ofPcrsonneJ


_ __-- w~ - ~__,;== ~ - ....

P~rt3: Contract Section 7: General Conditions of Contrnct

Personnel of the Cow;ultant is on duty for the provision of the specified Consultancy
Services.
65.5 The Coasultant sbaU infonn the Authorized Officer ofibe identity of any person authorized
to ael for any period as deputy for the Contract Manager before the start of that period.
65.6 The Contract Manager or his deputy sOOU consult with the Authorized Officer and such
other of the Public Body's own supervisory staff as may from limo to time be specified by
the Authorlzcd Officer as often as may reasonably be necessary for the efficient provision
of the Consultancy Services in accordance with the Contract.
65.7 The Consultant shaJJ provide a sufficient complement of supervisory staff in addition to the
Contract Manager, to ensure thnt the Consultant's staff engaged in and about the provision
of tho Consultancy Services at the Location are adequately supervised and properly perform
their duties at all times.
65.8 All persons appointed to managerial and supervisory positions in accordance with the
Terms of Reference must be 10 the acceptance of the Authorized Officer who will have the
right to veto the appointment of any candidate who is deemed to be unsuitable.
i,
65.9 The Consultant's Personnel engaged in and about the provision of !be Consultancy Services
shall primarily be under the control and direction of the Consultant's own supervisory staff
but nevertheless while on the Public Body's premises will obey all reasonable Instructions
given to them by the Public Dody's supervisory staff ill ony matter occasioned by the
operational needs of the relevant Service.
65.l0 The Consultant shall ensure that his Personnel carry out thei.r duties and behave while on
_I or ~.JIlro'"" .. ~.
ail ;;;::;;";~~:;tt:1bemg performedby
them. The Consultant's Personnel shall not cause any unreasoaable or unnecessary
disruption to the routines, practices, and procedures of the Public Body's staff, or visitors, or
any orlbe Personnel ofany other Consultants
66. Working Hours oHbe Personnel
66.1 Working bours and holidays for Key Personnel arc set forth in Appendix C bereto. To
account fur travel time, Foreign Personnel carrying out Services inside the Federal
Democratic Republic of Ethiopia shall be deemed to have commenced, or [wished work in
respect of the Services such number of days before their arrival in, or after their departure
from the Federal Democratic Republic of Ethiopie as is specified in Appendix C hereto.
66.:2 The Key Personnel shall not be entitled to be paid for overtime nor to take paid sick leave
or vacatlcn leave except as specified in Appendix C bereto, and except as specified in such
Appendix. the Consultant's remunoration shall be deemed to cover these items. All leave to
be allowed io the Personnel is included in the staff-months of servico set forth in Appendix
C. Any taking of leave by Perscaae! shall be subject to the prior approval by tho Consultant
who shall ensure Ih~t absence fur leave purposes will not delay the progress and adequate
supervision ofthc Services.
61. Removal andlor Replacement of Personnel
67. J The Consultant shall not muke changes to the agreed personnel without the
.nr)r,,,·~1 of the Public Body, If. for any reason beyond tho reasonable
A~~~~~~!~lltllm the Consultant
must on its own initiativeprop= a replacement

(NCB). Prcp~l'tJ 11)',111:FJ'P,\

/

- -.

Part 3: Contract Section 7: General Conditions of Contract

(a). 10 the event of dealh, in the event of retirement, in the event of illness or in the event of
accident of a member of staff
(b). If it becomes necessary to replace a member of staff for noy other reasons beyond the
Consultant's control (e.g, resignation, etc.).
67.2 The Consultant shall forthwith provide as a replacement a person of equivalent or better
qualificalions.
67.3 [f the Public Body fmds that any of the Personnel (I) has committed serious misconduct or
has been charged with baving committed a criminal action, or (ii) bas reasonable cause to
•• be dissatisfied with the performance of any of the Personnel, then the Consultant shall, at
Ibe Public Body's written request specifying tho grounds therefore, forthwith provide as a
replacement a person with qualifications and experience acceptable to the Public Body.
, . 67.4 If the Public Body requests the Consultant to remove a person who is 8 member of the
Consultanl's staff or work force, stating tbe reasons, the Consultant shall ensure that the
person leaves the Site within seven days and has no further connection with the work in the
I' Contract.
67.S Any of the Personnel provided as a replacement UDderSub-Clauses above, as well as any
reimbursable expenditures (including expenditures due to the number of eligible
dependents) tho Consultants may wish to claim 8S a result of such replacement, shall be
subject to the prior written approval by the Public Body. The rate of remuneration
applicable 10 a replacement person will be obtained by multiplying the rate of remuneration
applicable to the replaced person by tho ratio between the monthly salary to be effectively
paid to tho replacement person and the average salary effectively paid to the repl~=ed
M ~rsoe ill ~~ nr ail( ~tM ~",,,,,~,,,IJlW,..r ..c0iJ4.a&-~p"bll:>
:: f x$- ? ys' J a 1••IS eq ~fUte SbhSblt%ll s1iAaHmmaltfodii travel ondOiile"i costs
arising out of or incidental to any removal andlor replacement, and (ii) the remuneration to
be paid for any of the Personnel provided lIS a replacement shall not exceed the
remuneration which would have been payable to the Personnel replaced. .
67.6 The COIlSWUtntshall have no claim for additional costs nri3ing out of or incidentalc to any
removal aodlor replacemeot of Personnel

68. Extensions of Time

68.1 If at any time during performance of the Contract, the Cousultam or its sub-cocscltanu
should encounter conditions impeding timely completion of Consuhancy Services puTS1lM1
to GCC Clause 59, the Consultant shall promptly notify the Public Body in writing of the
delay. its likely duration, and its cause. As soon as practicable after receipt of the
Consultant'S notice, the Public Body shall evaluate the situation and may at its discretioo
extend tile Consul1ant's time for performance, in whieh case the extension shall b~ ratified
:;y lite parties by amendment of the Connect,

68.2 Except in case of Force Majeure, as provided under GeC Clouse IS, a delay by tbe
Consultant in the performance of its Delivery and Completion obligations .It:tll render the
Coasultanr linble to (be imposition of liquidated damages pursuant to GCC Clause 26.
unless an extension of time is agreed upon, pursuant to GCC SUb·CIa!J,566S.1. .
~\\'TU(UOI) A ..
(.,0 '''';, '
~.... ,u\t31lU iJ(c J.,
.,.0; <.:0(' J.

..
..t: "'.
~ ...
s
~
W" .....
.\
- j

~ Q\1>\16J1US s:
It .l~:yS_'n!r ("(CD) - PrtfJ2ttlll.l) till rr?,\ (\'C"-I!o~. 1.Julr l'll
'pC j .:wuofCcna:c Pa;.)9,fj~ 1u.;:,J ",...

*
rJ.
j r

--_-_. "...-=--

Pari 3: Contrnct Section 7: General Conditions or Contract

G. Fairness and Good Faith


69. Good Faith

69.1 The Parties undertllko to ect in good faith with respect to each other's rights under this
, "
Con1ract and to adopt all reasonable measures to ensure tho realization of the objectives of
this Contract.

70. Operation of the Contract


1 •

70.1 The Parties recognize that it is impractical in this Contract to provide for every contingency
which may arise during the life of the Contract, and the Parties hereby agree that it is Iheir
.. intention that this Contract shall operate fairly as between them, and without detriment to
tho interest of either of them, and that, if during the term of this Contract either Party
believes thnt this Contract is operating unfairly, Ibe Parties will US6 their best efforts to
,, agree 011 such action as may be necessary 10 remove the cause or causes of such unfairness,
but no failure to ogree OD any action pursuant to this Clause shall give rise to a dispute
subject to tho Dispute Resolution Procedure in accordance with GCC Clause 25 hereof.

.'
,.
'?Jf

I,

...
I

,(/:
{

j _ 311'> -


----.,

I '
Consnttancy Services lor Cominuauon oj Construction Sup, tvision 0/
Bishoftu - Olife Donsa . Sendofa Design and Budd Road Project Ethsoptan Roods Admuustrouon

r-

I .

, ,
SECTION IV
The following Additional Documents:
• Eligible Co 1111 tries,
• Professional In demnity Insurance.
•. -·-Power 07Attorney,
• Code of Professional Conduct and Ethics signed by tire Consultant and
the proposed Key Staffs
• Form of Advance Payment Guarantee

_ JII


Consultancy Servicesfor Coruinuationof Construcuon Superviston cf
Bishoft" • Ch./~ Donsa - Sf!fIda/a Design and Build Road Project Ethiopian Roads Administration
r .

r •

,.
I•

,.

.."_.

a. Eligible Countries


Part 1: Bidding Procedures Section 5: Eligible Countries
r

Section S. Eligible Countries


r
A. Eligible Countries
r

Prccurement Refereuce Number: SnllNCB/RFP/G0El20J4 EFY

Goods supplied aud Consoltancy Services provided under the Contract may orlginnte from
any country except if:
f • (3). As 3 matter of law or official regulation, the Government of the Federal Democratic
Republic of Ethiopia prohibits commercial relations with that country; .provided lItal

, . tho Government of tho Pederal Democratic Republic of Ethiopia is s.,tisfied that such
exelusioe does Dotpreclude effective competition for the provision of goods or related
services required; or

,, (b). By an act oi compliance with a decision of the United Nations Security Council taken
under Chapter vn of the Chartorofthe United Nations, the Government oflbe Foderal
Democratic Republic of Ethiopio prohibits any import of Goods from thal country or
-I
any payments to persons or entities in that country.

~I

-I ,

I
,
!

(\'t"J'~"I,J u I,) 21)1 I)


r""'J by; tRA

j (U -

1'1
r-
ConSU/c{U1CY Services for Continuation 0/ Construction Supervision 0/
Bishoftu . Chefe Donsa • Sendafi: Design and Build Road Project Ethiopian Roads Admintstration
r

I •

r:

r '

,
THE SCHEDULE

I. Branch: WOLLO SEF.ER I Policy Number: TWSIPRVOO1311222


2. The Assured: :\[/S \Vhiteknight Construction Management Consultants PLC.Jn Sub
Consultancv with STrIDE Consulting Enlill!eers PLC.
Addis Ababa ,Fax:-OII-4l6-31-55 Tel.-+25IlI4l63165
The Proposal dated: 16/1212022
I
3. The period of Insurance: -From 19/12/2022 to 18/1212024 PLUS 365 DAVS Defective
liabilitv Period.
4. Employer:- Ethiopian Roads Administration of the Federal Democratic Republic of
Ethiopia
5. Project Name:- Bishcftu-Chefe Donsa-Saudafa Desigu and Build Road Project.

6. Nature of works covered! Title of Practice


_>:-> __ +----'€on!UhSDCy Suvtc~fo'r Continuation of Construetion Supervision of :- Bishoftu-
Chefe Donsa-Sandafa Design and Build Road Project
7. Limit of Indemnity
Limit of Indemnity (Sum Insured) Br.14,452,676.75
8. Deductible 10 be borne by Insured
Birr 100,000.00 or 20% each and every claim
9. The Premium: Birr 144,526.76 + 5.00 = Birr 144,631.76
10. Geographical Limit: Within Ethiopia.
Jurisdiction: In accordance with Ethiopian Law.

Signed atAddis Ababa this 161b day of December, 2022.

Examined _::V:E::=\'trli--
I> ~~'~~D
, ~ >
~
•@ 0
1
.j
I'i
_
- ..........
her;: _'-1:~~
...
~


r..» 7f. &- '} o ;n .O'WJ
tJ £1-. .e
Tsehay rI1surance S.C
r ~C1"'.f'I_ 111111 ~'T'C &0114 702699 P ""."I.~B. P .. 1I11 #.
Branch WOLLOS£F£R Te/.Not:!10114701699 P.O.BOXe. Fax No. 0114 70166./
Addis Ababa
r:

PROFESSIONAL INDEMINITY POLICY


r FOR ARCHITECTS AND CONSULTING
, ENGINEERS,
PROJECT COVER
Policy No. TWSIPRIl00131l222

WHEREAS the person or persons or partnership or enterprise or


company narned in the Schedule herein (hereinafter called "the
Insured" which expression shall include any other person or persons
who may at any time during the subsistence of this Policy become a
partner in - the Firm named in the Schedule) have made to the
TSEHAY JNSURANCE S.C. (hereinafter called the "Company") a
written proposal and Declaration bearing the date stated in the
Schedule and containing particulars and statements which it is
hereby agreed are the basis of this contract and are to be considered
as incorporated herein, and have paid or agreed to pay the premium
-7-st!'L cd. ;» the s~l.tedu1e
.
• •
NOW THIS POLICY OF INSURANCE witness that the Company hereby
agree, to the extent and in the manner hereinafter provided.

(1) To indemnify the Insured, up to but not exceeding in the


aggregate for all claims under this Policy the sum stated in item
(7) of the Schedule, against any claim or claims which may be
made against them during the period specified in the Schedule.

(i) for breach of professional duty as Consulting engineers,


by reason of any negligent act, error or orrussron,
whenever or wherever committed or alleged to have
been committed, of
(a) the Insured, or
(b) any partner, or
(c) any person at any timc employed by the Insured
in the conduct, by or on behalf of the said Firm or-
such partner, of any business conducted in their
professional capacity as consulting engineers, and

I'~

I

projects. Provided the fees from·such appointment form
part of the income of the said Firm and provided also
that such claim or claims would have been covered
under (1) above but for the fact that such person was so
,. acting, and

(2) In addition, to pay the cost and expenses incurred with the
written consent of the Company in the defense or settlement 'of
any such claim, provided that, if a payment in excess of the .
amount of indemnity available under, this Policy has to be made
to dispose of a claim, the Cornpany'sIiability for such costs and
expenses shaJl be such proportion thereof as the amount of
indemnity available under this Policy in respect of that claim
bears to the amount paid to dispose of that claim.

EXCLUSIONS

This insurance does not cover any liability whatsoever arising out ~f:

1. The manufacture, construction, alteration, repair, servicing,


- '.

treating of any goods or products sold, supplied or distributed


by the Insured or from any business or occupation other than'
as stated in the Schedule, even though same may be carried ~
be ~~!=;emID:$:ljw~::>j:tf':Z¥kbHfji~~!..~U; -~
m-m'eS'cheau~ ... _ ..
2. Any contract where the Insured acts as a contractor whether .
in conjunction with his/their profession as stated in the
Schedule or not.
3. Bodily injury, sickness, disease or death sustained by any
person arising out of and in the course of his employment by
the Insured under a contract of service or apprenticeship with
the Insured.
4. Any claim made against the Insured as a result of any
dishonest, malicious or illegal acts of the Insured or their
employees.
5. The ownership, use, occupation or leasing of property mobile
and/or immobile by, to or on behalf of the Insured.
6. Work in connection with contracts outside Ethiopia.
7. (a) Loss or destruction of or damage to any property
whatsoever or
any loss or expense whatsoever resulting or arising there
from or any consequentiaJ loss.
(b) Any legal liability of whatsoever nature directly or indirectly
causes by or contributed to by or arising from
--
11.The radioactive, toxic, explosive or other hazardous
properties of any explosive nuclear assembly or
nuclear component thereof.
8. Any consequence of war, invasion, act of foreign enemy,
• hostilities (whether war be declared or not) civil war, rebellion,
revolution, insurrection or military or usurped power,
9. Libel or slander,
, . 10. Loss of documents,
11. An event for which the Insured are entitled to any indemnity
under any other ,Policy
12. Tum key projects.

CONDITIONS

1. INSURED'S DUTIES IN THE EVENT OF CLAIM: it is a


condition precedent to the Company's liability under this
insurance that:

(a) . i. Upon receipt by or on behalf of the Insured of notice


whether written or oral of intention by any person or
body to make a claim against the Insured, or of any
allegation of neglect, effor Of omission which might give
rise to such a claim or on the discovery of any such act
of neglect, error or omission the Insured shall notify the
, ; 3::';-';: fi :; 1j SU':~"._ ~vccy a" soon as
practicable an(fsh POrt1"@ i[jll fttlUdt&t10l1 re~.;eErUng..~~·
it so far as such Information in his/their possession.

u. If dunng the subsistence hereof the Insured shall


become aware of any OC<,;W'I ence which may
subsequently give rise to a claim against them by
reason of any negligent act, error or omission and shall
during the subsistence hereof give written notice to the
Company of such occurrence, any claim which may
subsequently be made against the Insured arising out of
that negligent act, error or omission shall be deemed for
the purposes of this insurance to have been made
during the subsistence hereof .


""'!!:::XZ9ll.~.i'l_~~!!!!";:4"': !. _.:,.._
.,~ "'JiIlLJ . 41_ »:- ., _,._.._! .~~-Q"~
insurance Wll1 nor \"ltul~ 'l,au~
ttJ)j.JJ.y I..U Ul ..... a~'".:.\:i. '-'J
C1!$Cl.i-1l.::tt. ... c-;,

reason of any negligent act, error or omission committed or


alleged to have been committed prior to the said retroactive date.

3. TIMBER DISEASE:
r-
It is hereby understood and agreed that this Policyshall apply to
any claim arising or resulting from or in connection with timber
disease of any description, wood-worm, beetle infestation or any
other vermin or insect or 'any consequential loss or damage
arising there from provided that:
( .
(i) All reports shall be in writing and shall have been
prepared by (a) a qualified Architect or (b) a person with
I • not less than fiveyears experience of structural surveying
and,

[ii]The Insured or a qualified representative of the Insured


shall have made a detailed inspection of the building and
have fully reported on the condition of the timber and
I •
drawn attention to the existence of any defect observed
and also of the possibility of such defect becoming more
, . extensive. Further the report must include the following
- clause in respect of all timber or woodwork not surveyed
"We have not inspected woodwork or other parts of the
structure which are covered, unexposed or inaccessible
and we are therefore unable to report that any such part
~';;;'-' -
_of the.property is free from defect."
- ~- -_-....
4. STRUCTURAL SURVEY WARRANTY:

All survey reports by the Insured must include the following


clause in respect of parts of the structure not surveyed or
inaccessible:
·We have not inspected woodwork or other parts of the
structure which are covered, unexposed or inaccessible and we
are therefore unable to report that any such part of the
property is free from defect:

5. SPECIALIST DESIGNERS OR CONSULTANTS EXTENSION:


This Policy is extended to indemnify the Insured, subject to
Policy terms and conditions, against their legal liability for
claims arising out of any negligent act, error or omission in the
conduct of their activities or duties committed by specialist
designers or consultants acting on the Insured s beh..al~fq,~~;;
whom the Insured arc responsible. "
., "

"
Provided always that.jhe: insurers 'sl1a:ll become 'subl"ogat~cl to"
all rights of recourse and remedies of the Insured and the
Insured shall take all reasonable steps to preserve such fights
ana remedies and shall Co-operate with the insurers and give
". all reasonable assistance 'in effecting any recovery followirig .the
payment by the insurers of any claim under this Extension.

It Is w~ariied that all fees paid to such specialist designers or


consultants are declared in the fee declaration made by the
Insured contained in the proposal form completed by them"

6. OTHER INSURANCE:

If at the time any claim arises under this insurance the Insured"
is or would "but for the existence of this insurance be entitled to
indemnity under any other Policy or Policies, the Company
shall not be liable except in respect of any excess beyond the
amount which would have been; payable under such other
Policy"or Policies had this insurance nofbeen effected..

7. WAIVER OF SUBROGATION AGAINST EMPLOYEES:

It is hereby agreed that if any payment is made under this


insurance in respect of a claim and the Company is thereupo~_ "~
sql:irQ®ted _~ a]~" j.l:t~" ~~.{~ ..::."< .~?'.~
. "~ ."-' .-' ~ _..,..
a::;t:!l=~C~~~-'ai.~;i·~~.~ij
. no. exercise any such rights against
. any employee of the Insured unless the Claim has been brought
about or contributed to by the dishonest fraudulent criminal of
malicious act or omission of the employee.

8. FRAUDULENT CLAIMS:

If the Insured shall make any claim knowing the same to be


false or fraudulent, as regards amount or otherwise," this
insurance shall become void. and all claims there under shall be
forfeited.

.'
,

j
Consultancy Services for Continuation a/Construction Supervision 0/
Btshofiu » Cnefe Donsa • Sendafa Design and Build Road Project Ethiopian Roads Admimstration

r-

r-

..

, I

j
r

r,1·nfllJa>- 'I"J '1·}{1·/. 21 ..•.} 2009 'I.?".

1't)·nM(J)· (l'}'/' ...... ......... I1m'l"': 4:00 (1'1')'

·.
34
17
• J

·.

·,

L
,. 1. f"'/")O<:} '~... lit- hllh.J'r. 1It1"""I'C
·I'.~.Y··(ttl \''''l'In{· 'PC; (It. Mlh.n~ ~,·f· 1./1.1',) .".flll'~fll)"\ \'~n<. {tlf'} an.,.fC
Mlt/\,I, 1]";' ft'l·J";'/(Il· 09"·)·'I'l'm· h·f· uoM:', ·I'i~u. n·,.,\. M~:t-'ii: 1,"1.(1~,n'l
h·/·"" t,P,.fl h'I'''' h/h'/''''/ f rot..'! 9; ~11..). ,~. 695 r II."I',.). Id·I··? s"e y"'Nn<.·
'/'" flt.· Mlh.J';l!; Inro' ;>'·M.Il<. 1""l"O~· 1:'1~')' 'Hl°'l$l"""/ M,')~' .~$''')\' (l11l~'i'A::
,.
!I
2. n""ti '}''1h. '/!'l'r. 'P/vo/1588!4NOS n·!'·) 27/1212006 '19" I'Of.1'Ol- :i'1I·/·'1h. I
,-
fl (I "'11111t\

I
.py.~m (I.A n:>(1 7'1l~ 'I:'rr: 'P/oo/1588!4to!OS o'/"/ 2Q/1212006 'W" fO.I'.'M)·
:/'11'1''11" ~,')'I'i\' 117"/')' iii- 1',,·tlllI~1· f''"i1n.;. 'PC; lit- Mlh..I':f. ,)AIf)'/C;
;;1>'16,'/')":1" ,,/."(1' I]'~(I). n·I-/.t\."7t 1111.11 1""1.11'1-1'1--)' },',-'!.'/.J-." 1''''10(1<· )1'1"")'
..
mM';/.I:: f'
t.
~
I
,
!

8.1:? It·j·'rc (Il.(I. .7C "'$'f.11 n '1'/), II(U' 1"1"; ll/.· MIIl.n>;· Wit· 1/CIIC (Duties and
R=SponSlllj~ties 'Ji Geneffil 1,lanagsr) 'I.e 1'·!·"·(TI.m--)··/ "'''1'1/. .»). fl''''''(I'

.l"h 'i(0'(,'1:\::

Ot1l>rIlhtl ll·nnfJ_sn:r··/
.e'H·~·A!
f?,&.(J"'1A::

\ ...
l
./-)

.....'A',),
_-
I•
\.',


, .

,.-,

, .
, .
.,- ----.-~ !
,

i
.,' t ,•.. ,

.
"I.;' ~.-.
~ .\ t
..
r•
......... ,. ':" ' , +

" -, ,,''''-
:.';'1,'" .
'lo 1..:' •••• .,., .....

. : 1'".,,"

. _"', I, r)-_
• ','"
,:.-
""r..;.·-"-· • PI.A"r:
r,', '"
r
__ r;'(.'''t ... r ,
I

~~~==~~~~~~-~'~~
,-' ..J I
1>" '''~

'.
J.--

,"..)
-
~r~
I ,(",L-
_, ;. J'
i
'J.. /.. ;.,-!r.:..~
~,~.'
._", '., ,
~.r::..:--
r
~-

I
t
t
t!


")~&:J"tg_:" l.'."ill,I:c'r;I'fi', Uj /,k",,'}')' t"it'lC.:J·'+1)
r :>....~'J:i' \")'@r'l'/ 1'"JA "'lr"flC

;.';: O"y:r'}! 1I.-J~;r1·"}., ~"f.'t,i'i1:·) hlLII n;r:'f r'I'oDl'lh'hll' 01952 'I,?"


!ltD"l!!}, r",,}·r'A'S' ')"I,e. ;o'?l Itm'''''/''t.:':/ll' ;\'t!"C;:<;, ~l-n(!' 0,,-,'"111-
rO""·,(l.I~t.J' .I':HI "o,)'t.-)· t..}_~:
;:,~&_~", f""II){I'/ 1"71:1 "'June hll,l) 11:)-:)" "'Iune.:
~,r·t·~l(1
{'("l"n':}'/l 'l:t"l:(~ut;I:\::

~d'I"~·,('·p' '),II(\, hIlt 1'O(\' 09/15 1'11.')',": 02180'; r


I

"Y'irK ) ..e.,-,.'..,{',-;, /"HI'hHl'/j') q'IH~-u.')'i' t>:)(It.\:V)'?-.~ ;:",I_~'I> I"'-(II{I'/ r"'A


, \ "'/"Inc (Whit('knj~ht Construction MUJlogelncnt Consultants PLC ) nuuflt.l
,C,(f1(.'f,\::

i,HiI' 3
? j'in". #i"tr; (J~/N6 i- n.').

1. ra'j"!I(. flIrt IIIJP-'t..t II-}, h.\~·/.·;;i .'t.~i.{l 1,0'1 ,tc:·l!n h·'l;·l·a'! ·;-tll 04
,'--
-,
-. ':"';;"It'-: n;\')(. (1Ii,'P9' PH, i!r)·IV': II. ·j·J:'i ..r;: .1."'::'"
ill):".~~j· ''1','::Y'
,p,:j'-.)t.I:: f;',- / \ 'I

.1- -~-


, tt';l/; ·1
\
I h rl't."(IJ ~}·r·:.l..!.!:ulJlI·)· ";!o;.J1'PJ:}'·

V'r)n(· I'D'Lh'h'l"")' <;"'(1)"


r·"'~;:q.'I'I'(l)· 1"}'7.<:· '1~"~fD:-j·
1. nlUi.t.I ?"I)';.<::{I<; an ..!' (laD·)1.~'l n.~·t.I.I!',er 1.(I),C'TiI') '''1(./'',(' 1;".,.1
l'uol1'~ (ll"~.l 1'01"/ '1'.1'.''1,1:'·1'~·C'tj '!"!?'I.l'" (I&,P>:'i'') 1'070'/hC },1(;\uJIl")'

r " ..{lfl1~·/,'t'IK.'; fl,'j{l·}'(..)1It'} ""I"I'C 1'1"IIl'}'/.·lr'li'} i.-fl"·IIRe: ! ;.0,


'1;11'1.'1(.\ '1",')' 1"i'I'1'I1 1'r.~,C<; o,t'i·:1" U7'L'&J't'i':j" ?"C9"C (I/.' "'l'I'I..<!.'
Z. 1'1.I1l.'pil,e ,,11uutXl. H,r; I'tD"I," me: ,}'1!l.: t.,Cl·}·)'} 1/,"'1:(',) tl,Jf:H"/,N
,
/"'t.. qur)(.,·}'

"
-" I'I,vu'CIH'C I'~(I(. .. I"{. 9"CtJU(..C; 1\,(1"':j. 1JII"I'lJ'm' (I(..p':)'. :1(: ""!"y~,,.),
PiI'r'm·'j (jtlnl~'vo{ltn')·

4. t.A rHd' "'/Ao'/'r! "'lit'r! "'lht·r'}·r, ·"'l.(','} /"/..JP"1'.'} U1Jflt.~·


5, (I/,~,C 9\'Cout· ,'1-(1/.·'1"('I''''I.Y(./..(I")- u,,vlt!-J'fPl "'l?"/.'}'!
"71'1"""1;/' 18 l'l\t,r. IT''CUDt..h?tI"/fI'+
l!lll''-I~ I.'/C
lIU{lm')'
I
6, l'hCo ?"!{·c eIl"f ?'Yo"l!t' tI"'ltl"'l"" I"M·e 1,'JA'1tt·+ 1.,.'i.u,," 1'f'1l(l r
(1)"/ ?"Cm-(.· )\·It.'I'?(I··)· o~IIC/J')'!
(I h,'~c:.r.blJ:r;'l 4.C S'}. ~1!.:.... 2'ftl''!\' ~!.!l"_f,l):r'·i 1~tt'tj~7l
- 7
I'- ~?"t.1·! \'''7M·/ull
-1m':' 4" :~.
n~"\,(IUO'}' ""'t·
;(: '
i
. 8. I""/)n.'lll 1"lIl;'" -fl/.·)· 1.'; !'h.(l.Ir'h~h fll.·fP"l··'; 1''''l'''lhC' I'''W"/.'}·!
\'(I'lh1./..t.\ ),(,' {'O'Jr,'" .I 1..
101

9. "'/r;:(-(U'9" il.f. ~+ y..h ·l:~rl."l'l! ?I'.' t l'·}{l·r&·h7i',


J
CID/ttfp':'-,';
1""'I7i)t.fP:'··; I hfl.f:t; 4'ilt.I U'Jr,tJ'P'':)'''} hw··V' 1,'Ie: <n/(lt/O'lJ'}' "7h/,·N·
~
hr, tIl1n'r •,
• :,t

I,
.! ~,

,', 10, "'IC,·'fw·lI';' Oh1C (J)·(l'I' r07pu{.,P 9"C·y.:[-·} (l),f!,. CD'''!;'' i.1C anilh';

Il(ll''l.'- 1.le .,·c·y·:r-·; (Ill! 01'(1'1'"?Mf)>" n7ht,.6,t\ O~""~ IT) O'l'C;I:c'
(Jul'j'f'
,
J 1. h''I')J'OJ' n"llr. CIl,e.,· ntlll Nl:).') J'7:;"F(IV} ·Hll·I',:r· ",//,\u7')'<;
.,T/Il.,,·tS_;/·
12. hit\) nll,e l"I'lIlll~")'1 I'n~\)n.;..; 'I 't"'lP':j'· lI"'f,\I")'tj N"1'1'1I "'1')?"m"W' r

..
.. ,
~....
!

., .

: '


1, 1''''/'10<· 'P"; nll·!l 'UC 50.0(J0.Oi)"/'I"1't i'i.l) 'IIC I (I,fr'} 1'>,J"},'rt.P'
1Iill'l.l'·'} '1';> nc fOliO no» 1I.u ·ncl 1)'<;' ("11~1I'I!D' 50! ','rl't!
Ml(1,I"'i'} .e.':' &.(1';;
2. I'n7'UVr '1''1 'nll·n 0".'(1· 0'1'l. ·1'}1I·nI','·h(../'I (llf1i r"'/')ne·f'4";(:
I'MIII.f·'1 .I':C'j '11"')-" l'h,l"I.V,'I.'lrUl· oP'Pc- III1,U 001:l'5£O·
ur}tnllf iI.e· "'ovt\II:J:A::
n,oJ':)'
k
I

I
~
I
I

I
),' •• '1, I';' ·1·.. · hh(ll"') , l'tn'I'~1I till
. n·ne
I I
~rl~~~~~-----~-~--~--~~--+-~~~
'1' ;>/·01.

ri1. I, 11,", 1\9"(>" ·H:l',. ~,C;JlU' 48 '000.00 <IS,aoo.oo I •


2. j enlC' (Hl(1 l:J' 011,('. 2 Joao,OO
I! 2,000.00 I ,Ii

,_
[
--~L---------------·~~"Y~"~r.~--·S~O~~I~------~--~!r-~~·~
_~ 1 so_,~ou,o~ I
L
__
~~~~r~~r~~.~:===~:~-~'~'~~==~=~_~~rii~
__~.~=-~~·--
I,'}'~Y" 6
I'·)·C<J.: h'i:'1:t\ ,-"ell>}-

I. I'~Y')nl"'1':1'· m:"/lil 7·'!'}. (I.ol/n 1''',]'ln{· ",,":J"p' 1','-tTJt.· :"Cli:


'.
t,u'/·)nt.·I'~";(; .e,h1·':,II/.I:; lIfj:,,:l\,?" >.j''}J:')P" u'J')nc·"~' il"?')O(· £0·(1'1' i
(' ,~'C.,
'ltICD' I'hllli,I"'} (Jf>U't.-), ,ell''1t1::
f~

I, "']')0<, O/O·J.e:
,f!,{T~/.·tI:: Of!"
'I'~' P'/,·

u"lI1l')'
1',P't,
',11h,f:0
>.<I"t.·c
>.~' (I/o'I,e: ?"h:I'tI
,,'r, <'19"(>') '/'1.:1, 'I". "....t·
,,"t., r.rltu'~
i'l,)It,,I'~ (I,U')'
H
• I
1

I~
!

, 1

,
J
'r.....A. ..._


l

I r. '1";(1)' I"t..
('""t· Idlh.J·.IO:
·Mlh.f,~ 1''''110{··}
wtl"nC;
<:'In'/JI''f'
·t·"/'lr.
lIuo·I'.q.f./..I' .":')0. \""hM\LD'

(11(1') ~·}.(:·"'nO'~ V":· U?'in<,'} (,07rl·'·~.~r.r, I"".(lj·')· (lUTJIJ'/S: OD.(I.

",'tv')'} '1'r'l'T'.I';1't\:: O·j·€!,'I."'lt 'P~'("" ,.,t· h!lh.f;'~ n U 7'iO<, M· I''l'lh


'/JI(I .e,h~:J·tI! .l"H·''l~l)tI::
Z. nu,u }\·HY.' rna·,., ~,'H() I 1,<; ~ \"I'mA'/LD' (11';'1'\,) 1,'/;nC! flf.1'~tl
'pr;m· INt.. 1\"'h.J'~ ntll) \'0"9" INtii' ~;(".r,:<; O".·'·.U.t.l' .1t'}0,
"'/'o'lI11,il") IJ6\flJ'j'i "'"/QC (1°7')0<;' IVc,' ;~tI'f''i:~'U'I.J'IIt..tI'1 n "unn
II(\.II l""l'In<· l,clt\. 11m·hA r; ",]1)-1'<\11<1:!!::'j.<\.\::
., J. \''''/,iO<, 'Y")J;h:l 'P(j IN/.. Mlh.fY: r
II. 'I'(jco· I"/.· MIIU'.,r 0'''1,i?,':-r.1l·)· w.e.Y" ;J~/'.'rl;'i IICfIIDl"j·'/-

nU'I.t'.:Y.t.\O·)' ·J.lL (I'I"iw' P'/.. h,.,h.fj?_' n"'QlMDl P'tlnnc; "'''lCJC


J?IJ'I..t\::
'.
(I. 1l'l'r;0). P'tr Mlh •.r~··,·tl/tA· 1''''J.(lI11(ll-'} tlA INt.. (l1f.?" .,.N/olC
.I'~<;(I). ,; t.\: :

1\'lv7; 9
~"7·ifl{·1.1:·,/,C
('.'/':Il{. J,I';-!'C iI"'/·i:lt·)·,"1'· 1'1:'''''' 7·'Ih. ,ei·,"?tI::
n·}~i~·
10
f"'l')Il<;' (''''l.·V.en-)- '1.11.
~1')ll<, 1\t\·NIJ:....'r ·W .. e.<f.ftl::

'''/')0:'1-;;'')'. (lan.(I. ,eU'1 ,'uocul'lt;.r:. 7.·U·~:"o·I·M:{w·' '1(.. '7')(1')'

-- .1")
.
2/102 'l.Y" 0;,....(1 Mt) h"'''' Ot..c"Y'(-m, !d.;>"'rn'I't.\::

--.
7 '. t

_7

I
t ..-../'.


_ ... _--- ---
---
1
k
R
••. '~".l.':
•t!\ ..{.....A ~",~y.
\··,~.··.:i ..1;.·· .......1·: ·~'$).I I'i:t.~,.
II,
r•
i

"t
a
,
<;

I'
:.
I
~..

,
.'

...i. " 1 ' .: v

If
r •

'j,!G')'C; J!,.j-. ~'i(I+t-t"fi'lu7'J.'f!.'(7~i;l·ll'j(lC\;V~'Hl
':>1t.~·1; 1"/-(J)(1~ '?'?t\ "'7lhOC'

1''''''('-'11.6.1' .1( '}.(l

h..tI h'lf:
l,')o/')\' 1,'}.1('
(ni,"1\1) [
"'7')11<·11m",., tI(. :r(!J' 1.',h·(,: 1 I1II.V I'a •. j' ~.~.{.>'.~'HI ~.'; 1,,,/'1'(1
"Wfm· r;h~J.r:·j;nf"':f· QOW{."'· '~""":1.t..t\:: [1

MI"'1iflo(.
hr,:t\ V·(,·,/-
'1'r; nlll1 ),r; IIt1Mlitl'·1':r·
1,'11>?>-a
,Jtl"l'ifl? tpt,~ '1,1I·C!
I
t
!' '/ tIIC'! i~··.:·; II!il'PI l~irh.".l{fl ntH\.~·f;:t··;flaYcn·r".',. IfI.{'.9' .f,~·1·'}
t.nJ'.\I··j<i ,'.J O..l"1[iil·)· r,Hj,)ft.;.-,. 41", 'J'ill'II hfj: l-~S;/'"1 (UJ'!-?\'
m..CI~,,·,oL .'1.:;-'.,(,,:\;: lPt;"?"O it'}~' 1'\/1nl~"I·ij: tll\t.·I~.f. n·},(: O"'I/·)~<. (:.J·ll"~'
flnnJ' fi,)j!'IJ"" .~·t:ii/'j.e. ·'·Cil.c"7t 11Un . ':."t.4";rj ~:e/}r..('_·~··
..

2) 0'1.1.'.)')- ""'PC'" "7.e:l'7 W"I.,M.t.'I'1fl·)· ·I,tI. G7·1i!{.·Ff:(: U'71"':


ilO)(\')'1 ".e M"?"~')' ,I'XC;.>tI·::
3) mi·)I1I.·J-I.'·:j: 1'''7')0<,') <PC; '011'(1 (lOD,,",{l ot>fl'rt"1-)' f.!,:)'-~('I.:: II";'?"

~'''i')('' '{'" nll·1I :l~f,.H' (loj'(I)(I', {"1/.\ "'I-jOe n;h"J IH·.~.~'I'/(l)· 1


11~'-I'~;:""'/0'1 (1.ro·I.!!: h.e,:r-A9"::
- , 4) b7';:J'cn'?" 1''/'" 1'}Il·n ,,"m.o"cr; "."'){l Iln7'ln<, '''L(\·n ",,'1'7,11')'
1,'}·i.J''':C; 0 rrs- ;0'1 -;,'PC 224 """'(,1' "~():;·(o·~.1' ~,'I-'t(n"l
.eJ.l.;J(:\: ,

\(onSI1

,
;~~(.O'''''''.,
Ji '§".

..
: W<~ l _
~ 0111'-

"1~;;",
\ r, ,(.-
/~ I


- I,, 4J, ~/u'!'~!I~·I·i':·>:r
.. tl~"(i {I.'·t.·~'i;
T (1~).)n<~·J • .-;: .e"'1'11 leu-'~ ',..!
I
(). ('t.{I·I.'~·I.~.· alJ(/)(.J:'). "''lu ..

,h, ('t,jli).0'n', ·tf!ll'(lJ'c; n~'


i " '~

1 I a•. "7r,"hl)·'j?" MI~ILv ,ly/:";rP'} r'/',1'.1.1(Jl' o.lii'ii\\ 1 l''''I,Yi}R- •

1
,
~
g.lfe, t.\::
2. q'<;(II' p,t, t,{lhJ'Y':' 1'l.!"1I'l.!"'j lIo'tl'l'n l,'}.<tP'H 1''''J~{.'?Ci O'j"l~ ;h"l
'/:'I'e 521 P·I',e.'I7'/(Jl' [;'o'I,'<'JI(IVj l'(lut.M" :.J'Vu'i-}· ,e';cn:J't.\::
!
!
/,'}4'?' 4 I[,
1'llhll,I",) 17,,·/'''tI~
rk
1. It!l!U'·':':r' hlt,}'<l· tIlX tI.Il nUl' n"'u''1<\c;:n,}-' zu, 07,,n,r,: lI"/(ll'
;"
OMlr\("'} 001/',,(l (i)'f1'l' i,",~.1fl' .e.....
l.;;I:I::
";
2. r Mill, !"} Uo'/'?\I'lc,:. n 7')O;:
D '/'1,',:;. Cl'ljllC\ .I'M,'} . .,:r' '/J~,tI .et,lI"'1t\::·

3. hn?')I1<' (j)'''l}- 1'l1f'J nrn- Ilhll.r·'} (l"?{l'/''1t'l'i: I'D'/. '1'00 'l'.!"ft !1.1:'9U~.
(!Jj?9" n·/·','pt.\ h75% O',.e i'illlr),r", .1'.·Ci'i '1'I'rlll' l]I\Ml(l.I'·~···r·
a.·Il· !l:Y"Y,. O"7.(lffi(U' (j)'t'!'" ""7",I'.~' /,(1n'/'"
~: Mlll.r,·j (1"71'1'1""','1: ('utA'ell· ··j'.E',~}IJ·,r· M"'{D· I'.vl,. /,llh,J'.l"-
m 5=;';;;! ~4:A}~·f~_.t'~~....t~qW~~~i'fI-l~t:'~1f":~· if; (!~r; -l_ii, !i1 :"J'
'.
fl-I·f.~{ ",f!.. (D·n't.. ,en·l'fl-t· !I'i.e· ~·"7UnL:·J·r;,.:",.In~l$"'!; ?q~. t;'}:rt.1i
illin·'j·::
5. ~'n'7·>ilL-I·~":r· (fi;!·It~ ·l·()~. nit.u i'i.·i·"~; 3 i1ri .l !'.Iou~4·'· (V':~'1.

, ,

1. OI1.V !,(JO'/"'l;!.{-j' ,\:'1-11 n,y}'~7.' ,j l"I',~"71o)' ~,'}.e.'l-tilfl<l· 11";"1 "'nOL,!·:;'m·


,,
lillf1.f·'i"/: '''''l:I.t,fit,./)'/:"'} {i)t.:ri llovl'''t.'P .e:)'·1\6\::

·t -..
: .. ,
\

., ,
I
I II'i!t\ (lfl'}'
1''''1 In<, /"t· t.aut·C
tt'}~·7
.. 6
r......
l.· Mlh ..I'J1.'f. ~·n.:"

mq''''1 "''1'\. I'''Y·)Il<·'} 'PC; P'I.. M1ILJ'~~ i,C; YUh·)·tI '('t; P'I.,
('''7'lnl';';;:''''
/,IllLY):' I nuv y",,·,·,v,~~.yY.Jil '\J!, n,~r;mt\ P't· Mlh.J~ OhJ.\':)'}· 1."I'l"
/"t· hilh.r.>t~'· 7t!'_'·CJII· \''''1.1111'(1-/ ,e1C,aM';:

, h'H-7i 7
I'/Nt· ')'MLS')!:f p't\ITj'}r; -ru/~C

I'/U/'. hilILJ'j.H:·} p't\ITj')r; 1·"/tIC n·,·t11'lIh·'· n"'l')n~. i'oooDP'lil' ·l\"th·<':


nl,')<I')\' Il »«: 0,/'1.'/7101' ·;·&,~··I. .e,If~·t\;;_

_j)')4'l'.' '~
,'/"/,. /\i\It.J'P-T. :>'It,',,).

\,
<
/la,,,} OI,€.9" 0"1')0<- ('O'J(r.)/"ti" l'.·th·<;:r, OILI)(,,,,,·t,qf.tJ' f:HI
I
\"/'''lflM'J '1$',,:J' CJ(luq{J)(~./: VU)"O,!'1' O"'1')O{. (I).e.? On.II":)'· (IIH'i'
OJ'l(r~'· «e. 7"~;" 1L~.Cil?II.<, .e.irr;t\::

/i'H)\" 9
I'/u&, ,),(Ih,r~~: rP'/r 'I';J

- I

j """_"
"

I,
. I


I
I
I

lI'"tI 1\1.,:/' I
i
V'''I1nl·~7,:·:r· m;"/I/I ·I·I)'~.
tt'HlI' 10
1'7·J')'I. 'l'~

t. 'P<;(I)' /"/.. Mlh.f~ I"LlIO· II",,'} '1(11' 011/.·'/' rec


r '11nl7i':'f
·1.tI. ro·Il'l' U
~
';q..;J''P. m~'<\<\ '1·1)';. f(JO'I'/'·'}' '7i!..:r MIn·).:: II./I-'i· p"'nnl·fl;'l'·
ll·nllfJp>:l: Ilq",rIl' P't.. 1II'lh..I':e' ! ),(:(1' O"7.e.'tcn~· 7.11. Oyuh'h'" .'Pi; /"'1.. 1
~,llh.J'f.· M,·~:'·t;. {11M OJ.e9~ 1l0Yin<, 'I"; ·ntl·n h'1"Yn nil.!'. f1.('IH·
"1'1nl'I'~":f'lI.rnt,•• e:,·<\,),::
2. 1'1"I't. 'l't!"'f Ol\·,h·tj:
1'lllltVlro, 1Il!:""I I''''L7t17c
',rh'}' ~.r,.}. 011-')' 1I"'1'Wl'F!''f'
tf.~{D' puoll·O(lIl.J'{I)·';
.et!'i'II·:; 'l't.?"/: hll'nll'I(I)'
q.1:lll ',,'I'Ffm·::
'/.I!.'7 /,utj:(..

<t.; n,Y'11l Mv",:·


?,V'l.U·9'°
I
1

3. 7,qo6 NI'<;.llnMI m1· foo·t-·~Y.(,l ~'Hl n°'l.1.e.~n1- 7.tL <P<jro- /-I't·


m~9" 1
IIllltf:~' 1'{l)·lI~. l;N':)'-'} h.e.;:>6. (l)p.:f· -,C lI"f'}.I':}·q, "Y',nl"'>;' Ouuil)!
Ol\J.·q: .~'?'()?,·;.'UI'l'n·r • "nrnn~' Minh: !1I
====,"",=> __ =;l.-",n~'~~
i..

b?·,OC·j·...
:~~~~t'&li1·

. 'l'.("~ OS!.ltl(lJ· n;.·;y: III


~"I:),'}

nlc 7.11.
,~·~~h·;-4.f·t!)\ f·t'(',t1·!·o,·
oj·fI'I' r(l(J1i:J)"; ~.'9·b ·
j

'
•I
·I
II
IlX'J.·tj: h~:(:') uol:ll' .etlltA:: I}"j'l'" 1,11.0 O·I·(lJ(\~()I· i'7.1b '/~AI aHvr
·I
~:?',)11:~·,h·<;:11~<\11j!'V"l\' J,v:,!\,)m .e·plll(.·t\::
,
bY1nl·j'>,'m·
s, Oil\} -~..)i'i' 1l'}O·
.......l,·Hl'.'-" f·'·.!:)17~I· 'n..rei> r"'iin~. 'P..r. '/'l1l1l II·).~ tI
1.9",'1'1'>;' (liS) nm1. ·I.IL <P<;i:J). /",,,. Mlh..f'~ I'D'/·jnc·,·'1':r· m:/'iI<\ ?,f')~.

(I)"d'_(I)'~' ut>'I'/,··)' MllIi'::


~,'H1;II t
rn']'jn,:,!'ll'O)' m:P~" 'J'~'l•.....'l:ItlJ1

011.0 f",,·r.~.i'.t.)' .e:HI (\.II-:r· t;;'l';;':j: I'.!,.I/.)'j'/{Il' },:).tt.·/'mfl';" 1)'<;' I''''nnl·j·>,":r:


II
m'p,«, 7·Qn,. n.e:9n-:. (D.l'.?" 1I'!"i'j'i\ h75~. nil.e, I'Mlfl.f··) .!:·c~ 1J~:I:(Il·


J,flil.J':':··f ~f/u:)"P. (-;J'e}'} Yi..~ .. 1-f: (.;J,(;.). jilt.! c'7?,'X;P
, /"/.. MIIU',V::l"'} "ui\'9"C,' '''''fie 1,'IJ.l,I)·?" l'f,·Jt.\'711·')· '1'."(:01") <1OIU(l')T
3. ru,/·)tlt.·'} I,Jl.+C: oui'i~n<; (A>1jc {,').Q,U·9· !'I'u/.. If ;JOJ·'} ""ru,)'~!
,. 11:/);1'1: \'u"mllll1:$' 1'}lIll (0''1' ,',n· I'wtn'ln'l!j' 71ilfl':j"'} u?~"~Y"
O/ut· 'I,e. 1''''l,m'II'O}')9" U·'I.:J· u".vll·) r
5. ntcr,; I,M·/..tI<;' y:{;tf:tI <'ig, c/OjlJ(J')!
6. 1''''l')O<,'} M1IU"} (1(1.'1 11(1)' tl°7(J·I'IIt1'i: 11"'l.'!'Cn, 'f'.t'·tsv:,: <'i.e,
("ru(nl~"i!

7, rOY')(It.,·)
8, !,u'/"tl",'1
9. "'lin.;.
1'00,1''11'
I'm,oD/»l!J:

q'" '/'}II'n

UI·tI·:r,·}
l\·,h·C;:'; .eUTI r''''''I·,q,~(.f.1'.'Hl "'17Fitl!
II<1Va~.o.r: (/),e,Y' IIfJu,I"dl ""lUI)')'
'!I'I'I~;/·f; cO,I.',9" fM'I~t"
>,'j,q,U'9" I'oy')n'.,')
.I!:ClC·,,·} ooO''''} "'111&·1'·}-1 CD,e.?""'I(lJ"ln
I'''V'f!.C;1:fro·:}
I'D'If,'g'f!'M'
I''''l,aufl/I'I:
r'J'}II'n
'Hl(.'f·~··<;
,n~C'~···)!
1''1'7.<::
1·-'11'-:-;") ",,;u(J'}!
II
., .,'\

t..,
r
10,11'1''101' 1'»&' hflh.f~
11. D'lin.;.·) n'1<i:t.fl::
tlCD·II'l.n"'l3'Cn· .7·AI'·~·· 'I/!.

)t'}'I'?, 12
""(Ill"}! .

I
~
---
, I
~---.,...--------:~\<rr-J.f]'l;'j' t',(-11":,' rl.' ''1
.........


I
I
lJ·/:.:\ M"{I')'
1''''I'ln~'l.llO'f

I, )I'l',Yo' ·13
~ I"Lll-(l liao';

r"'nn.;. 'I.MI tldU'; 11,"9"/1. 1, ,I"; ' ..ill·}'· W"l,ol''l'l\tII· '"lap')' M, 30 :P'j
,1'U.>'l\:: lY';'?U rtTf>'J!.trr>tl(J)· r'I!I·n ~CI.,), D'NO';' O'}O',I:' ",'1/111 O"?,aoil'l·nnl
·n Ji:o.r? (1'1. 30 4"1 11I)Pt.\::

)I'H'~' 14
l'd,/ll1 )If.f?1

I. Oh,n.<lV:. I"Lll'O tln.') dO·U7.i' ~.e.'l''i'llJ' I",/.· )I(lh!~

• II. r',,ilfi ""1.'1')<; r,)·cli:.'; II.",/.· w'1I\""I, fll;>:ijl\ .


An 1\. l"I,il·(J '"I""} Y',OaIF; ,''''1')0';'') hm)P"t. j' PIt.· 11')(1),1

___
r
_:::::::;:':::;:;;;;:::;:.:-ni')
(j1\'~OJ'

r""i ,(',)/..0, "I",,:I-'!' t;rc')' .1'11,:.1":(.\" -


i,.}/.l\71l1 [;~~-,,-'J-'k )\" t I'.,.s.~?7(I) '. 0I"/'· (J"'J If' t\ t.7.1:' f .J oJ ,V,' ;,,'1
4:'I'C 4~6 '!>'I'C .gs 1.'; 1:'T'C 449 ,~');J'LP'':t: '/'1..9,0'1. I'lf'i'il'"

h'''''~.. 15
('''']'10<· 1'1'''16' +c«

(''''1UO';' "'/"'16· -j·C([: f"'i.llw·


m'l'<\" (I)"!!'PJT·<j' (1.1\.-:;'
1'"'1')0(·
}, ·M.V·?" )\<\,/: /I"'I.IF',· ~1C':r ""·I·h,.I' 77IHI(j' l"·rllI·n 11'1,)::"" U·/I· II'LfI'(J
11"",'; 0710)1'1\1
, 1.11. IH'1'7-"1- m~'IIII ?n.p>:r· II.e 11'/,'1",(1· 0:>.11 t''''L?'1cn'
'ret;: ~()lo::

./
,

,
.\ .'J
") ,

...
v

~
~

• I
s:
......
\

,'

, J
,.
r-~{'-
,
',)
, -"

I
....,
~,')4'7.·16
I'OlImqO'~J' '1'11111

1. "'l')n~· hO'l.f·/"'iw· '}uo:r'e 1'·'·"l6· ·~·Cc,: 1I.e l''''1I)OC'~lf~: 'I.Q'l.

-, O"'1.(I)I\'/W· ou!Pt.·). 1.1'·foo~M ih;>'P. r(1)m'ln4:,I' nll·n 11"'11;1;'1°


.f,'I'ool1)t\::
.I
2. ,),;>rr. l'Ul>m'10'cf !'o'110t.+;;·lj·· tn~lIft 7.111. O"'l.OlM(1l· onV'l-l·j
U. "'11M· rlllfln·).·} h.vl&. 110'011",'1' h<;
II. r"'1in~ '} ~,,)q.I'IP't\pJ-;<j· 1I"'11'1<!-t,.'·}· .f,oJol'lA::
J. r°'l'}nc.j·~:':r m+"" 1·t}'l, /1.11 roOm/m,e.l' 1111,0 h'}~.**?"<; np'(.· II/?,
1''''l.())·AO~·,) 1).'1,)' oTJwl'I,} .e;:)··lti:I::

I.·H'lt' 11
("}'cq: hhl,·~.tI

I. '«('°'l.M·~.lIro- 'rCIi':» r'''VlfllD' 0'1.0')'0 1100') "'1m:NI.I' 1.11,h+'r1(J)'


r·~I1)t- '}'C'i': «s. OI~'rI'~n~-r h."I&·p>:r- h'I'<f>~I'I'<J )'}.lI.U·9" n&.-)·
;h'n(ll' ,l'A·t-h4·t.lI· , tcc::r·" >'11&.117,9"n.If'} 1''''11nC'I·7,'l): - m~"~·'1
~ _;J £.Sa.. ~ L2t'r. a rut: l1'T'P ... ti'tl} pvD.I('!tl·i!'.f '}';,1'n /'t.e ..j'·,Il·l·(D·
,.J
fl'I/I'O lidO}. "'lm;J>lIf LI. 0'1"71(11' 1'''1'11)(.. 'rC~ ".e h"·f.I,'!,OU(" 01."
(""L'r1o)' '}'Cr,: ~lD'::
2. 1'°'Lh 1·&.lIro· +c« u'11nC-t~·l)· pU71n<· (II·n'T' J',,;fm' I'MII\.!'·')
Y:C7i 0lI1Pt.:t- .e.ht,.&.IIA::

h')1'lI' 18
~,A.'''C

I. 1''''1')0';' MI:/'C nO 'l10t.1·7,"i'· m~'ilft 'T.1luG .en"'l?;>' f ('/,-,1.. 'l.IL(I)·<;


h?tI"JII·'" rp ;>(1),9° 01''1%01' .eroM·t\::

IIi
1,
t

~-
1
1


)J'}:t\ (lY;Il-l-
Clr. tw

;>,r},'l'}J~ try')nC"';;<:

I, Il"'noc·'·;:"':):· m'}'~11 .}.",+, r Oll/, 1'''7')0<. 11·0(1'11":)' 1'~!IG,tI<; $?:?'iJ


Va.llm·}· ov,n-}·!
I
2. 1.,(1, 0).1',9" OO'"roIlNll· "0>- t,"71j'1~')" 1''''1')0... '}·n.:,)- I'",·;jmln-}·')
"Ull>! 1''1,'',0 "'1.'I'"t; I'MI,-"<,'} (OTe':;' 1'1(1/ \,ooaoCuuC(; h'l'<;w,
o./"t,f 0,:/' !,'r:CV) {,OV(U,(lJ?: ((O,rt,~, Ml())'::

;>'1+7.' 20
!"''''-)O-:' =C;:l(l
I. "9'I(I{, \',}'1~' ,),'1 11.I:i1,:.o'fW· 9"))'},E'-!':'1: (T1.eyo n"'1')ol-"'i''i: m:"/i"
'/,flQ. (J)'/i), 1'I.6.CIl .e.:rllt.::
2, i,'},~,!H" flll", 1,tI, Ilf' 'L,,'n h"ltP'''f l,!:Fi9u (Ill PJlV'lC;;f(IJ·~'
'/'·7'1(.,:':(v, nih'? V-i..o,/",t- "'&,'1'''1..eIfCj(l'::

fC)'mc·/,rf'l: m.pl'lll 1"I'}, 1,1l6A'J, nll'~ °ltl, ,eo')'} (,,,.,,..o,,e,tJ' ,1'."'09" If)
\'q"uJ/·"l;r i:.1> 1: "'11i1i~ 'c'1:111.\:: $',1);1" !'Ill') 1,11,In'?,~ ;h'1 ,;: rr. 536
N'.~.'J'/7tU, of'A, Yo,,?, ,elf'" 1.\::
1''''1l)OC,/,~'':r,IV1,e n'HI71/C r"·oo(lh·"""} g:'};n.P"l'·c; iJ"A;J'P>:1"1 (U.l1.m·<;'
6':",I1.(IJ· (/O'NIII~f(U"} n"?t,;J1'r lit.. anflo}, 'I"} 2002 't,9" O?>-'l,1l M'l
h-""7 nuu (1',,<:, 'I.e. t.,Ctr.J'I't\::

;I
1',6.(;0'1
, f-
1. I"r, 1'19"(1') '/·C>1, l,C ;J(ll' ....
I"/~..•-
~!v« - , '7,'("",!l 7
,
-z.__:. "

2, r I,e "'Oft l;J· 011.'-'.

t --
,
,-'
»>,
,';_
.
~~)$_h-:
?--
,,'\
,! -.~/.j_.. ,.

~l.·
.. ,'
Ir,
'I"',,~
I

\........-~-.:
.r,,,, .. t' .~
..\.
0:.::
..1i'
-_"s .....
>-
':"0...
L..:)'

,•


T

.. ~.; ..
--- i\ ~.


Consultancy Serv ices for Continua/ion of Construction Supervssion of
Bishofiu - Chefe Donsa - Sendofa Design and Bwld Road Projea Ethiopian Roads AdI1JltJtS/l'iI"On

;:r;~:I~2m~_~~.:.G&(l~
(,~- t)f,·'ts.iQpa ['..ii&iDc..bz;1! Ethies:_signe~b): t~e
P....
consuJtant and the proposed Key staffs

. ,
ETHlOPIAN ROADS AU'fHORLIT
Code of Professional Conduct and Ethics

Consultant Name: Whiteknight Construction Managemont Consultants PLC

Consultancy Services tor' Consultancy Services for the Continuation ot Construction


Supervision

Project Name Bishoftu-Chete Donsa-Sondafa Design and Build Road


Project
" Project No: Si721NCB/RFP/GOEl2014 EFY

We confirm that we have read and understood the ERA Code ot Professional Conduct and
Ethics, and that we will strictly tollow the articles of this Code in the performance of the services
tor this project.

. \ Signed:

Name:
In the Capacity of: General Manager, Whiteknight Construction Management Consultants

...-_..- ..::.
El£
~ r: - -
l3u1~alt!t,(,rlZed-to- Slgn-tne-proposa!
- .•
tor and on behalf of: Wlliteknight Construction
Management Consultants PIc in Sub ConsultancY with STriDE Consulting Engineers PIc

Dated on: 11" day of August 2022

j
I

-.
- llTH10Plil; t': HGAD:; i\:D~,lli\l':;TRi''!..TIO~:
Code 0'[ Professtonat Conduct and Ethics

Consultant Name: Whiteknlght Construction Management Consuttants Pic

Consultancy Services for. Construction Supervision

Project Name Blshof\u·Chefo Donsa-5endafa Design and Build Road


Projects

Project NJ: Sl721NCBlRFP/GOEi2014 EFY

.. :lWe co~r.fln thai l/we have read and understood the ERA. ecce of Pro!essional Conduct ami
EtfJica, a!!d lilat !f:;e \'1mslrietly ioj:ow the artiCles of this Code in the performance of the
Services for Ih,s project.

r-
Position on project
- Namo -+~
I Resident Enginasr NahOm Wolda"
:.L-_
I ~
;f/)-;;:;; •
,
I~

.~ \ ., .....
.l...·:>,!'J1,_
.,
O~te;_~::~ Z (

.
ri1
I;
d I
i
'1
C. I

I, Ij

-.
.'
.
,

j
;
I
~,' " ...1..

I r

, .

Ann('~ - A
, . Ethiopian Roads Administration
Code of Professional Conduct and Ethics

Consultant i\ame: Whucknight Construcuon ~Ianagcment Consultants Plc.in


sub consultancy with Sl riDE Consulting Engineers PLC

ConsuJta ncy Service for: Continuation of COnstruction Super' ision

Project Name Bishoftu - Chefe Donsa - Sendafa Design and Bui!d Road
Project

Project :\0. Sn2INCB'RFP/GOE/2014EFY

!'ll~t F~JbM d£~: !s"d ~a9'hfmEh;l;i;tQ'¥\n~QA C,yl. j)i..Fft)f~·~~llalCllnuu"l Juri


Ethics, and that I/\\e stricrly rouo« the articles of this code in the performance of the serv ice lor
this project,

I.----~~-=~~~--~~-----.------~--------,-~~-
I
Key Staff Position on Project Same Signatu;

I Assistant Resident Engineer


lrl
-==..... 1-'
- , -/

_,

! (\/~

\ \
\
rt~
I '
j


Anne,~ - A
Ethiopian Ro~ds Administration
Code of Professional Conduct and Etbics

Consultant Name: Whiteknight Construction Management Consultants Plc.in


sub consultancy with STriDE Consulting Engineers PLC

Consultancy Sen ice for: Continuation of Construction Supervision

Project Name Bishoftu - Chefe Donsa - Sendafa Design and Build Road
Project

Project :>10. Sf72/NCB'RFP/G0El20 14 EFY

-e;"dtii7!iIj'i t .\7"1:' t • ecf 'Httiftre,t q- '"7';).


,. t t: ....
c·l~t ..m1\.~_~.'1r f()r;r~~J~
r::"tw
Ethics, and that lI\\e strictly folio" the articles of this code in the performance of the service for
thrs project.

Signatu"re
Key Staff Position on Project
I Name

Senior Pavement/Material Enzineer Asfaw Dessie q'ttl


I I (

j , .......
I
I


'.-

"

Annex - A
Ethionian Roads Administration
Code of Professional Conduct and Ethics

Consultant Name: Whiteknight Construction Management Consultants PIc.in


sub consultancy with STrl DE Consulting Engi neers PLC
If •
Consultancy Service for: Continuation of Construction Supervision

., , Project Name Bishoftu - Chefe Donsa - Sendafa Design and Build Road
Project

Project No. S1721NCB/RFP/GOEl20 14EFY

If\!H&at)rrifl§T=rt ..~~lfjxiiK~ur..II1?fF5tijijfF-1~~;pf;futlfussidnaJ....cnr...du.:LantJ
, '
Ethics, and that l/we strictly follow the articles of this code in the performance of the service for
this project.

.-
Key Staff Position on Project Name Signaturel

Senior Structural Enzineer Tirusew Taye


, II

j
Annex-A
Ethiopian Roads Administr"lion
Code of Professional Conduct and Ethics

Consultant Name: Whiteknight Construction Management Consultants Plc.in


sub consultancy with STrl DE Consulting Engineers PLC

Consultancy Service for: Continuation of Construction Supervision

Project Name Bishoftu - Chefe Donsa - Sendafa Design and Build Road
Project

Project ['\0. S172INCBIRFP/GOEl2014EFY

e:::.:.::::_.......j~~.0ii'tii'il'riMr" .. rel'd a1Td"!l~ ",lr(!o,tf!'.Jtf' :::rnr .... <~


Ethics. and that I/"e strictly follow the anicles of this code in the performance of the service for
this project.

Key Staff Position on Project Name Signature

Senior Hishwav Engineer Thomas Melese


<]:4_
(

. ,

,.,I
-.
)~
\, " -
nJ A
-;.1-
..
~
s t+: I •I
Annex - A
Ethiopian Roads Administration
Code of Professional Conduct and Ethics

Consultant Name: Whiteknight Construction Management Consultants Plc.in


sub consultancy with STrIDE Consulting Engineers PLC

Consultancy Service for: Continuation of Construction Supervision

Project Name Bishoftu - Chefe Donsa - Sendafa Design and Build Road
Project

Project No. SnwCBIRFP/G0El20 14EFY

J/\Ve confirm that IIwe have read and understood the ERA Code of Professional Conduct and
Ethics, and that I/we strictly follow the articles of this code in the performance of the service for
this project.

Key Staff Position On Project Name Signature


I
-_I
......... I
Senior Quantity Surveyor I Aklilebirhan Mamo I

.'

,,
I
~v ./.__..

I I
I,

Annex· A
Ethiopian Roads Administration
,. Code of Professional Conduct and Ethics

Consultant Name: Whiteknight Construction Management Consultants Plc.in


sub consultancy with STriDE Consulting Engineers PLC

Consultancy Service for: Continuation of Construction Supervision

Project Name Bishoftu - Chefe Donsa - Sendafa Design and Build Road
Project

Project No. Sl721NCB/RfP/G0El2014EFY

!/We confirm that IIwe have read and understood the ERA Code of Professional Conduct ann
;w.Lltli.Oi'i~~*~
'=:'~,.... ~...:::;iti~"", .. .....ftR;,.
...fAt~~~ uJIU'I! tJf!Cl'ctRh i••aIiCe of Jle.Si,;rVtc~ for

Key Staff Position 'on Project Name Signature •


/} (\.

Senior Surveyor Daniel Mihret


- - /~

w..

I
',-,JI....-

r/ •

ETHIOPIAN ROADS ADMINLSTRAT10N
f Code of Professional Conduct and Ethics

r

Consultant Name: Whiteknight Construction Management Consultants Pic

Consultancy Services for Construction Supervision

Project Name: Bishoftu-Chefe Donsa-Sendafa Design and Build Road


Projects

Project No: S/721NCB/RFP/GOEl2014 EFY

Itwe confirm that I/we have read and understood the ERA Code of Professional Conduct and
Ethics, and that I/we will strictly follow the articles of this Code in the perionmance of the
Services for this project.

Position on project Name Signat~e

Senior Claims Expert Rekik Belete ~ 0"1-1.


Coesuhancv ~n Icesfor Contuumnon of Construcnon Supervision of
BlShoftu· Clt_fe Donsa • Sendlifa Desigr: and Build Road Project Ethiopian Roads .tdmsmstrauon

"- "_
.:. -_---

Part 3: Contract Section 9: Contract Fornl3

D. Advance Payment Security


(Bank Guaran tee)

Date:
, Proeuremeut Reference No:

To:
.. In aceordanee with the payment provrsicn included in the Contract, in relation to advance
payments, (hereinafter called "the Cousultant") shall deposit with the Public Body a security
consisting of, to guarantee its proper and faithfu] pMorm3llco of the obligations imposed by said
CI1USOof the Contract, in the amount of.

We, the undersigned, legally domiciled in (hereinafter "the Guarantor"), IIJ instructed by the
Consultant, agree unconditionally WId irrevocably to guarantee as primary obligor and not tIS
surety merely, tbe payment to the Public Body on its first demand without whatsoever right of
objection 00 Out part and without its first claim to the Consultant, in tho amount not exceeding.

This security shall remain valid and in full effect from the dale of the advance payment received
by !he Consultant under the Centraet until, [insert year).

Name:
In the capacity of

Duly authorized to sign t~e Security for and on behalf of:

Daled on [insert day] day 01), 20

-r.fP-C.cnJU'callC}'Stn'
--:--~~~"'!m:"1II:
.....( c CB) - ~~-~~;:::-'?
itrJ ~;"tn!Oc! I.J=-I! Z1ll)

&Jc_ l: :rorn", .. • OJ 1"y: 'to


Consultuncy Sl"'lces for COnllnU(ltlon of Construction Supen";$ion 0..(
Bishofiu - Chefe Donsa - Sendafa DeJ'II" and Bwld RO<ld Project £tIUOpUUI Roads Admuustrauon

_J

-'

''\
Wr{ \ I,
.-~I
......,_
•• _O#"~

I' I lhl.:f 2112_


;~j -

You might also like