Project Administration Manual: Project Number: 43200 Loan Number: LXXXX September 2011

Download as pdf or txt
Download as pdf or txt
You are on page 1of 81

Project Administration Manual

Project Number: 43200


Loan Number: LXXXX
September 2011

Papua New Guinea: Bridge Replacement for


Improved Rural Access Sector Project
Contents
ABBREVIATIONS
I. PROJECT DESCRIPTION 1
A. Impact and Outcome 1
B. Outputs 1
II. IMPLEMENTATION PLANS 3
A. Project Readiness Activities 3
B. Overall Project Implementation Plan 3
III. PROJECT MANAGEMENT ARRANGEMENTS 6
A. Project Implementation Organizations – Roles and Responsibilities 6
B. Key Persons Involved in Implementation 8
C. Project Organization Structure 9
D. Bridge Replacement Program – Prioritization and Selection Criteria 10
IV. COSTS AND FINANCING 25
A. Detailed Cost Estimates by Expenditure Category 25
B. Allocation and Withdrawal of Loan Proceeds 26
C. Detailed Cost Estimates by Financier 27
D. Detailed Cost Estimates by Outputs 28
E. Detailed Cost Estimates by Year 29
F. Contract and Disbursement S-curve 29
G. Fund Flow Diagram 30
V. FINANCIAL MANAGEMENT 31
A. Financial Management Assessment 31
B. Disbursement 31
C. Accounting 33
D. Auditing 33
VI. PROCUREMENT AND CONSULTING SERVICES 34
A. Advance Contracting 34
B. Procurement of Goods, Works and Consulting Services 34
C. Procurement Plan 35
D. Consultant’s Terms of Reference 39
VII. SAFEGUARDS 53
VIII. GENDER AND SOCIAL DIMENSIONS 57
IX. PERFORMANCE MONITORING, EVALUATION, REPORTING AND
COMMUNICATION 59
A. Project Design and Monitoring Framework 59
B. Monitoring 61
C. Evaluation 61
D. Reporting 61
E. Stakeholder Communication Strategy 62
X. ANTICORRUPTION POLICY 63
XI. ACCOUNTABILITY MECHANISM 65
XII. RECORD OF PAM CHANGES 66
Project Administration Manual Purpose and Process

The project administration manual (PAM) describes the essential administrative and
management requirements to implement the project on time, within budget, and in accordance
with Government and Asian Development Bank (ADB) policies and procedures. The PAM
should include references to all available templates and instructions either through linkages to
relevant URLs or directly incorporated in the PAM.

The Department of Works (DOW) is wholly responsible for the implementation of ADB financed
projects, as agreed jointly between the borrower and ADB, and in accordance with Government
and ADB’s policies and procedures. ADB staff is responsible to support implementation
including compliance by DOW of their obligations and responsibilities for project implementation
in accordance with ADB’s policies and procedures.

At Loan Negotiations, the borrower and ADB shall agree to the PAM and ensure consistency
with the Loan agreement. Such agreement shall be reflected in the minutes of the Loan
Negotiations. In the event of any discrepancy or contradiction between the PAM and the Loan
Agreement, the provisions of the Loan Agreement shall prevail.

After ADB Board approval of the project's report and recommendation of the president (RRP),
changes in implementation arrangements are subject to agreement and approval pursuant to
relevant Government and ADB administrative procedures (including the Project Administration
Instructions) and upon such approval, they will be subsequently incorporated in the PAM.
Abbreviations

ADB – Asian Development Bank


AP – affected persons
BAMS – Bridge Asset Management System
CPS – Country Partnership Strategy
CSP – Country Strategy and Program
DEC – Department of Environment and Conservation
DNPM – Department of National Planning and Monitoring
DOLPP – Department of Lands and Physical Planning
DOT – Department of Transport
DOW – Department of Works
DSP – Development Strategic Plan
DT – Department of Treasury
EA – executing agency
EARF – Environmental Assessment and Review Framework
EMP – Environmental Management Plan
EOI – expression of interest
ESS – Environmental Safeguards Specialist
IA – implementing agency
ICB – International Competitive Bidding
IEE – initial environmental examination
km – kilometer
m – meter
NCB – National Competitive Bidding
NRSC – National Road Safety Council
NTDP – National Transport Development Plan
O&M – operations and maintenance
PAM – project administration manual
PATE – Transport, Energy and Natural Resources Division
PCC – Project Coordinating Committee
PIU – project implementation unit
PMU – project management unit
PNG – Papua New Guinea
PPTA – project preparatory technical assistance
PSC – program steering committee
QBS – Quality-Based Selection
QCBS – Quality- and Cost-Based Selection
RAMS – Road Asset Management System
RF – Resettlement Framework
RFT – Request for Tender
RP – resettlement plans
RRP – report and recommendation of the president
SSS – single source selection
TOR – terms of reference
TSSP – Transport Sector Support Programme
I. PROJECT DESCRIPTION

1. The Bridge Replacement for Improved Rural Access Sector Project (the Project) offers a
comprehensive bridge replacement program. A sector approach is adopted to provide flexibility
in implementation. Detailed selection criteria have been developed to assign priority to bridges
that are to be replaced. Based on available financing and ease of contract packaging, bridges
will be selected from the prioritized list. The project is the first phase of implementation of the
program and will include five priority national roads identified by the Department of Works
(DOW). It is envisaged that the scope of the project will be up-scaled to include all 16 priority
roads by financing subsequent phases under ADB’s Additional Financing Policy.

2. The Bailey bridges removed from the national roads and are in useable condition will be
reassembled on selected rural roads that lack bridges for crossing streams and rivers. This will
enhance accessibility of the rural population to markets, livelihood opportunities, education and
health facilities. The improved connectivity of rural roads with the national roads will enhance
the effectiveness of the overall road network bringing higher economic returns from increased
traffic. The project will develop capacity of DOW bridge asset management system (BAMS) and
improve road safety awareness in rural areas of PNG where accident rate is high.

A. Impact and Outcome

3. The project will improve access to market and social services for the rural population in
selected provinces of PNG. The outcome will be better connected, more efficient, and safer
road network in rural areas of selected provinces.

B. Outputs

4. The project will have four key outputs:

(i) Bridge Replacement. The project will replace about 20-30 Bailey bridges on five
priority national roads with permanent two-lane bridges. The bridges are
prioritized for each road following a detailed selection criteria based on (a) traffic,
(b) condition, (c) residual life, (d) availability of alternate routes, (e) safety of road
users, and (f) population served. The bridges will be selected considering priority
ranking, availability of funds, safeguards and economic due diligence
requirements and contract packaging.

(ii) Improving Rural Access. For the Bailey bridges that have been removed from
the five priority national roads and are in usable condition, the project will finance
their installation on rural roads that lack bridges. The provincial governments will
identify priority rural roads, following selection guidelines, preferably in the vicinity
of the location from where the bridges were removed. The dismantling,
transportation and reassembly of Bailey bridges will be part of the main civil
works contract for construction of permanent bridges.

(iii) Capacity Development of DOW’s BAMS. The project will support BAMS to
engage staff, train them and undertake inventory and condition surveys on the 16
priority national roads and update the database on bridges. The work will be
carried out in close coordination with the provincial units of DOW.
2

(iv) Road Safety Awareness in Rural Areas. The project will finance road safety
campaigns in rural areas along the five priority national roads. The activities will
include training for school children and communities in rural areas complemented
by media campaigns. DOW will engage NRSC under a contract to carry out road
safety awareness in rural areas.
3

II. IMPLEMENTATION PLANS

A. Project Readiness Activities

5. The project will finance additional staff, equipment and office furnishing to supplement
the existing PIU resources for implementing the project. The additional staffing will consist of a
project engineer, an accountant, a community development officer to oversee implementation of
the gender action plan and resettlement plans. Expressions of interests have been received and
consultant selection process for the detailed design, implementation and supervision
commenced in July 2011. Overall program readiness activities are in Table 2.1:

Table 2.1 Project Readiness Activities


2011
Indicative Activities Jun July Aug Sept Oct Nov Dec Who is responsible
Advance action/Advance        DOW and ADB
contracting
Establish project   DOW
implementation
arrangements
Government counterpart     DNPM/DOT/DOW
funds allocation and
budget inclusion
ADB Board approval  ADB
Loan signing  DT and ADB
Issuance of legal opinion  DT/OSS
Loan effectiveness  DT and ADB
ADB = Asian Development Bank, DNPM = Department of National Planning and Monitoring, DOW = Department of
Works, DT = Department of Treasury, OSS = Office of the State Solicitor.

B. Overall Project Implementation Plan

6. The project is expected to be implemented over a period of 5 years for completion by 31


December 2016. Overall project implementation plan is shown in Figure 2.1. The overall project
implementation plan will be updated annually by DOW and ADB based on actual physical
progress.
4

Figure 2.1 Overall Project Implementation Plan


Specific  2011 2012  2013 2014 2015 2016
Task  Activity  Dates  Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4
1  Project Management 
1.1  Expansion of PIU 
1.2  Loan Effectiveness  
1.3  Formation of the Project Steering Committee
1.4  Project Review Missions 
1.5  Final Project Review Mission 
2  Project Design and Implementation
2.1  Expression of Interest (EOI) advertised 10‐Jun
2.2  Evaluation of EOI and approval of shortlist 19‐Jul
2.3  RFP issued to short‐listed Firms   01‐Aug
2.4  RFP Evaluation, Post‐Qualification and Approval
2.5  Contract Award  
2.6  Consultant Mobilization   1‐Jan
2.7  Preliminary Design  
2.8  Land Acquisition  
2.9  Final Design and Documentation  
2.10  Review Performance of the Consultant
2.11  Implementation Support including Contract Supervision
3  Construction ‐ Package 1 
3.1  Draft Request for Tender (RFT) 
3.2  Review RFT during Project Design 
3.3  Approve RFT 
3.4  Tender period 
3.5  Tender Evaluation, Post‐qualification, Approval
3.6  Contract award 
3.7  Mobilization of Contractor  1‐Jan
3.8  Construction  1‐Feb
3.9  Defect Liability period 
3.10  Finalization of Contract and Contract Report
4  Construction ‐ Package 2 
4.1  Review RFT following Project Design
4.2  Approve RFT 
4.3  Tender period 
5

Specific  2011 2012  2013 2014 2015 2016


Task  Activity  Dates  Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4
4.4  Tender evaluation, post‐qualification, approval
4.5  Contract award 
4.6  Mobilization of Contractor  1‐Apr
4.7  Construction  1‐Feb
4.8  Defect Liability period 
4.9  Finalization of Contract and Contract Report
5  Construction ‐ Package 3 
5.1  Review RFT following Project Design
5.2  Approve RFT 
5.3  Tender period 
5.4  Tender evaluation, post‐qualification, approval
5.5  Contract award 
5.6  Mobilization of Contractor  1‐Jul
5.7  Construction  1‐Aug
5.8  Defect Liability period 
5.9  Finalization of Contract and Contract Report
6  Construction – Package 4 
6.1   Review RFT following Project Design
6.2  Approve RFT 
6.3  Tender period 
6.4  Tender evaluation, post‐qualification, approval
6.5  Contract award 
6.6  Mobilization of Contractor  01‐Jul
6.7  Construction  01‐Aug
6.8  Defect Liability period 
6.9  Finalization of Contract and Contract Report
7  Support to BAMS to Improve Database    
8  Road Safety Awareness in Rural Areas
6

III. PROJECT MANAGEMENT ARRANGEMENTS

A. Project Implementation Organizations – Roles and Responsibilities

Project Implementation
Management Roles and Responsibilities
Organizations
Department of Works Project Executing Agency (EA)
 Provide strategic guidance, policy directions, and overall
oversight to the project;
 Coordinate with provincial governments the preparation
and implementation of the project including for
identification of reusable bridge sites and land
acquisition and land compensation.
 The Independent State of Papua New Guinea will be
‘The Employer.’
 The Secretary of DOW will be the ‘The Employer’s
Representative.’
 Establish and maintain imprest account for the project.

Department of Works, Project Implementing Agency (IA)


supported by Project  On behalf of the EA, manage the day-to-day
Implementation Unit (PIU) implementation of project outputs, at the national,
provincial and local level. The PIU will also be
responsible for the overall financial management and
administration of the project. This includes the timely
preparation of annual work plans and budgets;
submission of withdrawal applications; the retention of
supporting documents; the submission of quarterly and
annual reports and the preparation of annual audit
reports and financial statements.
 Provide overall guidance to the implementation of the
project at the provincial and local levels of government,
including for site identification for reusable bridges and
land acquisition and land compensation.

National Roads Authority  Maintain new bridges on priority national roads.

Provincial Government  Participate in partnership meetings and carry out agreed


outputs including for site identification for reusable
Bailey bridges and land acquisition and land
compensation.
 Provides financing for maintaining Bailey bridges on
rural roads.

The Consultants  Provide technical support to the implementation of


project outputs.
 The Consultant will be ‘The Engineer’.
7

7. DOW will be the executing agency and the implementing agency for the project. The
existing project implementation unit (PIU) within DOW that is responsible for all ADB financed
projects will implement this project. The PIU, headed by a Project Director for ADB loans, will
be strengthened with additional staff to manage day-to-day implementation activities. The PIU
will be responsible for engaging all consulting services and civil works contracts.

8. A Project Steering Committee (PSC) will oversee implementation, monitor progress,


provide guidance to the executing agency, and endorse bridges to be replaced on selected
priority national roads as well as sites on rural roads where reusable Bailey bridges will be
reassembled. The PSC will meet at least quarterly and will be chaired by the Secretary,
DOW. The members of PSC will comprise of representatives from the National Roads
Authority, Department of Transport, NRSC, Department of National Planning and Monitoring,
and Department of Treasury. Representatives of Department of Environment and
Conservation, Department of Lands and Physical Planning and Provincial Governments may
be invited to PSC meetings to discuss specific issues.

9. The project will finance additional staff, equipment and office furnishing to supplement
the existing PIU resources for implementing the project. The additional staffing will consist of
a project engineer, an accountant, a community development officer to oversee
implementation of the gender action plan and resettlement plans. ADB financing for PIU
support is justified because (i) of the limited capacity of PIU, and (ii) this is an integral part of
ADB’s support for capacity development. The Government has given assurance that upon
completion of the project, the additional PIU staff will be integrated into DOW for future
projects.

10. The PIU will use operational procedures and guidelines developed under previous
ADB infrastructure projects so that transfers of responsibility for specified tasks and functions
shall occur according to agreed periodic milestones. Such procedures and guidelines shall:

(i) assist DOW to coordinate with the DOLPP, Provincial Governments, affected
communities and other stakeholders to ensure that site identification for
reusable bridges is undertaken and all land acquisition, land compensation
and resettlement is carried out in accordance with the Government and ADB
policies; and
(ii) envision periodic meeting between consultant and PIU staff.

11. To ensure process efficiency in terms of the project output produced on time and
within budget, and effectiveness in achieving the project’s outcome, the PIU will be
responsible for:

(i) managing the planning and implementation of the project;


(ii) project management including coordination within DOW and with outside
stakeholders;
(iii) engaging and managing the Consultant (for Detailed Design and
Implementation Support);
(iv) managing project financing and accounting;
(v) managing project auditing;
(vi) monitoring and reporting of project progress;
(vii) monitoring key project approvals; and
(viii) establishing and maintaining a project performance management system with
support of the consultants.
8

12. DOW will establish and maintain an imprest account for the project. The imprest
account will be managed, replenished, and liquidated in accordance with ADB’s Loan
Disbursement Handbook (2007, as amended from time to time), and detailed arrangements
agreed on between the Government and ADB.

B. Key Persons Involved in Implementation

Executing Agency
Department of Works Officer's Name: Joel Luma
Position: Secretary
Telephone: (675) 324-1114/1110/1107
Email address: jluma@daltron.com.pg

Officer's Name: Gabriel Tomtai


Position: First Assistant Secretary, Contract Management
Telephone: +675 324 1252
Email address: gtomtai@works.gov.pg
Implementing Agency
Department of Works Officer's Name: Steven Pup
(Project Implementation Unit) Position: Project Implementation Unit Director
Telephone No. +675 324 1471
Email address: spup@online.net.pg
ADB
Division Director Staff Name: Robert Guild
Position: Director, PATE, PARD
Telephone No. +63 2 632 6109
Email address: rguild@adb.org
Mission Leader Staff Name: Mr. Hasan Masood
Position: Lead Project Administration Specialist, PATE
Telephone No. +63 2 632 6818
Email address: hmasood@adb.org
9

C. Project Organization Structure

Project Steering
DOW Committee
Secretary for Works (chaired by DOW’s
Secretary and include
representatives from
FAS (Contract NRA, DOT, NRSC,
FAS (Operations) Administration) DNPM and DT

DOW Asset Management


Branch (BAMS) PIU Project Director

ADB PIU Project PIU Project Provincial Works


Accountant Engineer Managers

The Consultant (Design & NRSC support for


Implementation Support ) (The Engineer) road safety

Contractor – Contractor – Contractor – Contractor –


Package 1 Package 2 Package 3 Package 4
10

D. Bridge Replacement Program – Prioritization and Selection Criteria

1. Bridge Replacement on National Roads

1.1. Bridge Inclusion Criteria

13. Bridges are selected for inclusion in the bridge replacement program based on the
following criteria:

(i) Bailey bridges.


(ii) Other bridges assessed as deteriorated (bad or poor condition) as assessed
by an experienced bridge engineer and the deterioration cannot be
economically addressed by periodic maintenance of the existing bridge.
(iii) Single-lane bridges that are assessed as bottle necks to traffic flow as
assessed by an experienced traffic engineer.
(iv) Bridges that are assessed to be of low load capacity; i.e., less that T33 load
capacity.
(v) Bridges that are assessed as black spots due to a high level of documented
fatal road accidents at the bridges due to poor alignment or other features.
(vi) Bridges on the sixteen priority national roads of PNG.1

1.2. Bridge Prioritization Criteria

14. A multi-criteria analysis approach is adopted to prioritize the bridges accepted for
inclusion in the bridge replacement program. The criteria are described in the following
section.

1.2.1. Road Traffic

15. The level of traffic across a bridge has been adopted as one of the selection criteria
as bridges carrying more traffic should attract higher priority than bridges carrying little traffic.
The traffic factors are listed in Table 1-1.

Table 1-1: Traffic Factors


Traffic Level Indicated Traffic (vehicles per day) Traffic Factor
Very high Over 1,400 5
High 800 – 1,399 4
Moderate 500 – 799 3
Low 250 – 499 2
Very low Under 250 1

16. Indicated traffic volumes shall be assessed using the latest traffic survey data
available from the DOW.

1
See PNG’s National Transport Development Plan (2006-2010).
11

1.2.2. Bridge Condition

17. The bridge condition has been adopted as one of the selection factors as bridges in a
deteriorated condition should be replaced before bridges that remain in a good condition.
Bridge condition shall be assessed under two headings:

(i) Localized deterioration that could or should be addressed by routine or


periodic maintenance and is generally non-critical to the integrity of the bridge,
and
(ii) Widespread deterioration that could not be economically rectified by routine or
periodic maintenance.

18. Bridge deterioration that should be addressed by maintenance shall not be considered
in the assessment of bridge condition. This includes such things as the painting of steel
bridges. For Bailey bridges, missing components are not accepted as grounds for bridge
replacement as these can be readily replaced. Bailey bridge deck deterioration was also not
considered as critical. The bridge condition factors are listed in Table 1-2.

Table 1-2: Bridge Condition Factors


Bridge Condition
Description
Condition Factor
Bad The bridge has severe structural damage and/or deterioration, or severe 4
corrosion, or is likely to fail due to stream washout. Bridges with a very
low load capacity (less than T33) would also be listed in this category.
Poor The bridge has moderate structural damage and/or deterioration, or 3
limited corrosion. The bridge has significant deterioration but the
structure remains sound.
Fair The bridge has minor structural damage and/or deterioration, or minor 2
corrosion. Bridges with a load capacity less than the current T44 would
also be listed in this category.
Good Structure in a sound condition with a low risk that the structure would 1
collapse or be washed out.

1.2.3. Bridge Residual Life Factor

19. While related to the bridge condition, a separate factor based on the residual life of
each bridge is included to differentiate those bridges that were more at risk of failure as
bridges that are likely to fail in service should attract more priority than bridges that retain
residual life.

20. This assessment considers such items as fatigue failure of old Bailey bridges, extent
of impact damage to bridges, failure of bridge foundations due to washout and loss of bridge
superstructures due to flooding or debris loads. The risk that a bridge would be rendered
useless by stream channel relocation due to unstable streams should also be included in this
assessment. Design deficiencies, for example a bridge that had not been designed with
seismic resistance, would also be assessed as appropriate. The bridge risk of failure factors
are listed in Table 1-3.
12

Table 1-3: Bridge Failure Factors


Bridge Residual Condition
Description
Life Factor
1-year Bridges with a very high risk of failure, for example an older model 5
Bailey bridge of a high traffic road where a fatigue failure could occur,
or a bridge with substantial structural damage that may not survive a
heavy vehicle impact.
5-years Bridges with a high risk of failure, for example a bridge where stream 4
channel relocation is likely to wash out the bridge abutment.
10-years Bridges where there is some risk of failure, for example impact 3
damage on narrow Bailey bridges or bridges with gabion abutments
that are likely to wash out in flood events.
20-years Bridges where there are minor risk factors that could result in bridge 2
failure such as the lack of seismic design features.
50 years There are no factors that would result in loss of the bridge. 1

1.2.4. Alternative Routes

21. A further factor was included to allow for the availability of alternative routes for traffic,
or the ease of construction of a temporary crossing, in the event of bridge failure as bridges
that are critical to the normal functioning of the region served by a road should be given
priority for replacement. The alternative route factors are listed in Table 1–4.

Table 1-4: Bridge Alternative Route Factors


Alternative Alternative
Description
Route Route Factor
Very high Bridges where there is no alternative crossing available and it would 5
impact be very difficult to construct a temporary stream crossing. A Bailey
bridge would be required to reopen the stream crossing.
High impact Bridges where there is no alternative crossing available and where 4
the stream is large enough that a timber bridge would be necessary
to reopen the stream crossing.
Moderate Bridges where there is no alternative crossing available and where 3
impact a wet crossing is available that can be readily upgraded to a dry
crossing by causeway or minor timber bridge construction.
Low impact An alternative stream crossing is available that require a significant 2
traffic deviation or has poor road conditions.
Very low An alternative stream crossing is available that does not require an 1
impact excessive traffic deviation.

1.2.5. User Safety Factor

22. A further factor is included to allow for the safety of vehicles and pedestrians using the
bridges, based on width of the bridge deck, the number of traffic lanes, the presence and
usability of pedestrian footways, the alignment of the approach roads and the type of bridge
superstructure. The bridge user safety factors are listed in Table 1-5.
13

Table 1-5: User Safety Factors


Safety Risk Description Safety Factor
Very high This would apply to standard width single-lane Bailey 5
bridges with no footways on a long straight road.
High This category would apply for a Bailey bridge where 4
separate suitable footways were provided. This would also
apply to an over-width Bailey bridge.
Moderate A narrow width of bridge deck may apply in this 3
classification.
Low A higher-speed road alignment would increase the safety 2
factor
Very low This category applies to two-lane bridges on high-traffic 1
roads or single-lane bridges on low-traffic roads for short
bridges.

1.2.6. Population Factors

23. A factor is included to consider the population served by the bridges as a way to
include the social benefits accruing from the proposed replacement bridges. The population
factors are listed in Table 1-6.

Table 1-6: Population Factors


Description Population Factor
Population served greater than 200,000 persons 5
Population served between 150,000 and 200,000 persons 4
Population served between 100,000 and 150,000 persons 3
Population served between 50,000 and 100,000 persons 2
Population served less than 50,000 persons 1

1.2.7. Sub-Project Additional Works

24. A factor was included to consider the extent of the additional works such as road
deviations or major river training required for the more difficult sub-projects in the selection
process to reduce the inclusion of contentious bridges in the project and to enable the spread
of the sub-projects across the nominated five roads. This factor considers the inclusion of
major river training works, significant road deviations, the population of area affected by the
project and the need for temporary bridges during construction. The bridge additional works
factors are listed in Table 1–7.
14

Table 1-7: Subproject Additional Works Factors


Additional
Extent of Additional
Description Works
Works
Factor
Very high This factor would apply to permanent crossing across major 5
unstable streams requiring a major road deviation to an
alternative stable bridge site and/or major river training works.

High This factor may apply where a significant road deviation is 4


required outside the road corridor to relocate the stream
crossing to a stable or improved bridge site.
Moderate This factor may apply when considerable river training is 3
required outside the road corridor.
Low This factor may apply where the replacement bridge would be 2
located on the same alignment as the existing bridge and a
temporary bypass road and stream crossing is required
impacting outside the road corridor.
Very low This factor would apply to a simple bridge replacement where 1
the new bridge is constructed alongside the existing bridge and
with minimal approach road works located within the existing
road corridor.

1.3. Assessment and Priority

25. The bridges along each road shall be analyzed based on the bridge selection factors
outlined above. The score for each bridge shall be assessed using the following formula:

Score = TF/5 + BF/4 + FF/5 + AF/5 + SF/5 + PF/5– CF/5

TF Road traffic factor


BF Bridge condition factor
FF Bridge risk of failure factor
AF Alternative route factor
SF User safety factor
PF Population factor
CF Additional works factor

26. The score shall be calculated for each bridge and the bridges ranked for priority based
on score with the bridges with the highest score attracting the highest priority.

1.4. Typical Bridge Assessment

27. The selection criteria were applied to a typical bridge as set out below to demonstrate
the application and for guidance to future bridge engineers.

Bridge Details: Koloi Bridge / New Britain Highway / Km49.0


Inclusion Criteria:
Bailey bridge Yes
Deteriorated bridge Yes
15

Single-lane bridge Yes


Low load capacity Yes
Black spot bridge with poor safety record No
Bridge on one of the 16 priority roads Yes
Bridge accepted on replacement program

Bridge Selection Criteria:


Road traffic Traffic assessed at 450vpd based on DOW traffic data
TF = 2
Bridge condition Bridge condition assessed as bad
BF = 4
Bridge residual life factor Bridge assessed that failure could occur at any time
FF = 5
Alternative route factor Bridge was assessed as having no alternative route and
requiring the construction of a temporary timber bridge to
restore traffic flow after failure
AF = 4
User safety factor The bridge was assessed as having a high risk to road users
due to single-lane bridge, lack of a footway, and high vehicle
speeds on a relatively straight sealed road.
SF = 5
Population factor The population served by the bridge was assessed to be
40,000 based on the population of the district.
PF = 1
Sub-project additional The bridge replacement was assessed as requiring no
works additional works as the stream was stable and the existing
road alignment suitable for replacement.
CF = 1
Bridge Score:
The calculated score is 4.20

1.5. Prioritization of Bridges on Five Selected Priority National Roads

28. The criteria were applied on all bridges on the five project roads to rank them
according to priority. Bridges that did not meet the inclusion criteria are marked with ‘no
replacement needed’. The following is the result of the analysis.

Table 1-8: Bridges on Hiritano Highway


Km Road Bridge Name TF BF FF AF SF PF CF Score Ranking
0.0 Hiritano Laloki Bridge 3 2 3 5 4 5 3 4.30 1
13.8 Hiritano Rubulogo No replacement needed
22.5 Hiritano Brown River 2 3 3 5 4 5 3 3.95 2
29.5 Hiritano Veikabu No replacement needed
37.5 Hiritano Vanapa No replacement needed
43.1 Hiritano Kuriva No replacement needed
47.8 Hiritano Veimauri No replacement needed
16

Km Road Bridge Name TF BF FF AF SF PF CF Score Ranking


63.3 Hiritano Mariboi No replacement needed
65.7 Hiritano Baubau No replacement needed
84.1 Hiritano Aroa No replacement needed
114.6 Hiritano Aropokina No replacement needed
125.1 Hiritano Ama Ama No replacement needed
141.2 Hiritano Angabanga 1 3 4 4 4 2 3 3.15 3
158.3 Hiritano Taiena No replacement needed
161.0 Hiritano Angobino No replacement needed
162.4 Hiritano Ungogo No replacement needed
180.5 Hiritano Apanaipi No replacement needed
191.3 Hiritano Kapore No replacement needed
198.5 Hiritano Lakekamu No replacement needed
200.0 Hiritano Tauri No replacement needed
207.3 Hiritano Makara No replacement needed
208.6 Hiritano Sapeharo No replacement needed
285.0 Hiritano Meporo 1 1 1 4 3 2 2 2.05 8
286.6 Hiritano Karama 1 2 3 4 4 2 2 2.90 5
294.6 Hiritano Lakikepi New bridge is under construction
298.0 Hiritano Umai New bridge is under construction
303.4 Hiritano Silo 1 2 3 4 2 2 2 2.50 7
308.0 Hiritano Wara Kerema New bridge is under construction
312.8 Hiritano Uriri Bridge 1 2 3 5 2 2 2 2.70 6

Table 1-9: Bridges on Magi Highway


Km Road Bridge Name TF BF FF AF SF PF CF Score Ranking
0.0 Magi Bautama No replacement needed
10.7 Magi Konereke No replacement needed
15.4 Magi Barakau No replacement needed
23.5 Magi Vailala No replacement needed
30.7 Magi Sabuia No replacement needed
51.5 Magi Gomore 1 3 1 5 3 2 5 2.15 15
62.7 Magi Dogona 1 2 2 4 4 2 1 2.90 2
68.4 Magi Kwikila No 1 1 1 2 4 3 2 3 2.05 16
70.7 Magi Kwikila No 2 New box culvert is under construction
71.8 Magi Kwikila No 3 New box culvert is under construction
74.5 Magi Kemp Welch No replacement needed
77.6 Magi Kokebagu 1 2 3 4 4 2 2 2.90 3
80.7 Magi Sivitatana 1 4 4 4 4 2 2 3.60 1
17

Km Road Bridge Name TF BF FF AF SF PF CF Score Ranking


105.0 Magi Ibunatou 1 1 2 4 4 1 3 2.05 17
108.1 Magi Wavira 1 1 2 4 4 1 2 2.25 12
119.8 Magi Ormond 1 3 3 4 4 1 3 2.75 4
134.4 Magi Lako 1 1 3 4 5 1 4 2.25 13
141.0 Magi Upulima 1 1 2 4 4 1 1 2.45 11
148.4 Magi Imila 1 1 3 5 4 1 2 2.65 9
158.6 Magi Hane 1 1 3 4 4 1 3 2.25 14
196.3 Magi Bomguina 1 3 2 4 4 1 2 2.75 5
204.7 Magi Mori 1 2 2 4 4 1 1 2.70 6
212.1 Magi Amau 1 2 3 4 4 1 2 2.70 7
218.0 Magi Unei 1 2 2 4 4 1 2 2.50 10
221.8 Magi Gadoguina 1 2 2 5 4 1 2 2.70 8

Table 1-10: Bridges on Ramu Highway


Km Road Bridge Name TF BF FF AF SF PF CF Score Ranking
7.1 Ramu Nippon No replacement needed
17.2 Ramu Gusap 3 1 3 4 4 2 1 3.25 6
20.6 Ramu Bora 3 2 4 4 4 2 1 3.70 4
25.9 Ramu Lanu No replacement needed
30.7 Ramu Warias No replacement needed
34.4 Ramu Pompaquato No replacement needed
36.9 Ramu Biwi No replacement needed
42.1 Ramu Surinam No replacement needed
57.2 Ramu Faria No replacement needed
58.2 Ramu Dry Wara 3 3 4 4 5 2 3 3.75 2
61.0 Ramu Menia 3 2 3 4 4 2 3 3.10 8
63.9 Ramu Yokia 3 2 3 4 4 2 3 3.10 9
69.0 Ramu Bokia 3 1 4 4 4 2 4 2.85 16
73.6 Ramu Kohu 3 2 3 4 4 2 1 3.50 5
79.4 Ramu Yakura 3 2 3 4 4 2 3 3.10 10
81.9 Ramu Omea 3 2 3 3 4 2 3 2.90 13
85.6 Ramu Yanama No replacement needed
90.4 Ramu Boku 3 1 3 4 3 2 4 2.45 17
94.3 Ramu Yakumbu 3 1 3 4 4 2 2 3.05 12
100.7 Ramu Erae No replacement needed
112.1 Ramu Mea 4 2 4 4 4 2 4 3.30 6
122.9 Ramu Yakina 3 2 3 3 4 1 2 2.90 14
134.2 Ramu Yabour No replacement needed
18

Km Road Bridge Name TF BF FF AF SF PF CF Score Ranking


142.9 Ramu Nuru 3 2 3 4 4 1 3 2.90 15
143.7 Ramu Mupu 3 2 3 4 4 1 2 3.10 11
154.2 Ramu Wasigo 3 3 4 4 4 1 1 3.75 3
159.5 Ramu Tapo 3 5 5 4 5 1 3 4.25 1
172.1 Ramu Gogol No replacement needed
185.3 Ramu Gum No replacement needed
173.6 Ramu Wagol No replacement needed

Table 1-11: Bridges on New Britain Highway


Km Road Bridge Name TF BF FF AF SF PF CF Score Ranking
0.0 New Britain Nuau 2 2 3 4 4 1 3 2.70 22
8.4 New Britain Ulamona 2 4 4 4 3 1 1 3.60 8
20.0 New Britain Ibana 2 3 3 4 4 1 1 3.35 12
20.4 New Britain Big Navo 2 1 2 3 3 1 1 2.25 24
25.7 New Britain Sabala 2 1 2 3 3 1 1 2.25 25
27.2 New Britain Kabaiya 2 1 2 3 3 1 1 2.25 26
30.7 New Britain Pika 2 4 5 5 5 2 1 4.60 1
35.3 New Britain Soi 2 4 4 4 3 1 1 3.60 9
38.7 New Britain Bamus 2 1 3 4 3 1 1 2.65 23
44.5 New Britain Balima No replacement needed
45.5 New Britain Peham 2 2 3 4 4 1 1 3.10 15
49.0 New Britain Koloi 2 4 5 4 5 1 1 4.20 3
52.5 New Britain Lobu 2 1 3 4 5 2 1 3.25 14
85.2 New Britain Siali/Tiaru 2 4 5 4 5 2 4 3.80 4
88.2 New Britain Kiava 2 2 3 4 5 2 1 3.50 10
93.3 New Britain Aliai 2 1 2 4 3 2 3 2.25 27
94.1 New Britain Aleeu 2 4 3 4 4 2 3 3.40 11
96.1 New Britain Ivule 2 4 5 4 5 2 4 3.80 5
101.1 New Britain Yamule 2 3 5 5 4 3 4 3.75 6
107.1 New Britain Obutabu 2 2 3 4 3 3 2 3.10 16
118.0 New Britain Ala 2 1 3 4 4 3 2 3.05 19
129.6 New Britain Kai 2 3 4 2 4 3 4 2.95 21
129.6 New Britain Gavuvu No replacement needed
135.1 New Britain Marapu 2 2 3 4 4 3 2 3.30 13
141.2 New Britain Kuremu 2 2 3 4 3 3 2 3.10 17
143.3 New Britain Bilomi No replacement needed
147.6 New Britain Giriti 2 2 3 4 3 3 2 3.10 18
150.7 New Britain Ubai 2 3 4 4 4 3 2 3.75 7
19

Km Road Bridge Name TF BF FF AF SF PF CF Score Ranking


157.1 New Britain Korori 2 4 5 5 3 3 1 4.40 2
158.6 New Britain Galuku 2 1 3 4 3 3 1 3.05 20
167.3 New Britain Pisi No replacement needed
177.4 New Britain Kapiura No replacement needed
179.6 New Britain Aum No replacement needed
207.8 New Britain Ganuka No replacement needed
211.9 New Britain Henderson No replacement needed

Table 1-12: Bridges on Sepik Highway


Km Road Bridge Name TF BF FF AF SF PF CF Score Ranking
2.4 Sepik Nagum No replacement needed
22.9 Sepik Pasik 2 2 1 3 5 5 2 3.30 4
27.6 Sepik Wara Sawa 2 1 1 3 4 5 2 2.85 8
40.2 Sepik Ogama 2 2 3 3 3 5 2 3.30 5
43.1 Sepik Potohu 2 2 1 3 4 5 2 3.10 6
46.7 Sepik Hagama 2 1 1 3 4 5 2 2.85 9
58.5 Sepik Wara Bung #1 2 1 1 3 3 5 2 2.65 11
61.5 Sepik Katik No replacement needed
75.5 Sepik Parchee 2 1 1 3 2 4 3 2.05 19
85.6 Sepik Binik No replacement needed
101.5 Sepik Nimbrim 2 1 1 5 3 4 2 2.85 10
107.4 Sepik Ninam 1 1 1 3 3 4 2 2.25 15
113.8 Sepik Amuk 1 2 3 3 4 4 2 3.10 7
120.2 Sepik Malas 1 3 3 3 4 4 2 3.35 3
125.1 Sepik Nanu 1 1 1 3 3 3 2 2.05 20
133.7 Sepik Maiabong 1 1 1 5 3 3 2 2.45 13
152.0 Sepik Yawatong 1 1 1 3 4 3 2 2.25 16
162.1 Sepik Warasikau 1 1 1 3 4 3 2 2.25 17
170.0 Sepik Kiagen 1 2 2 2 4 3 2 2.50 12
179.1 Sepik Palpal 1 1 1 2 4 2 2 1.85 23
191.0 Sepik Milak 1 1 1 3 3 2 2 1.85 24
194.7 Sepik Wagasu 1 1 1 3 3 2 2 1.85 25
195.0 Sepik Sunu 1 1 1 3 4 2 2 2.05 21
203.5 Sepik Asini 1 4 3 3 5 2 2 3.40 1
212.5 Sepik Nopan 1 1 3 2 4 1 2 2.05 22
214.7 Sepik Waikar 1 1 3 2 4 1 3 1.85 26
220.5 Sepik Mesi 1 1 3 4 4 1 2 2.45 14
226.7 Sepik Yelbu 1 2 3 2 4 1 3 2.10 18
20

Km Road Bridge Name TF BF FF AF SF PF CF Score Ranking


228.3 Sepik Kefange 1 4 5 3 5 1 3 3.40 2

1.6. Other Factors

1.6.1. Connectivity

29. Bridges may gain additional priority if their construction improves the connectivity
along a road, for example by reducing the frequency of road closures due to flooding.
Recommended bridges where additional connectivity benefits will accrue are list in Table 1-
13.

Table 1-13: Bridges that Provide Connectivity Benefits


Road Bridges Comment
Hiritano Highway All bridges No improvement in connectivity
Magi Highway All bridges No improvement in connectivity
New Britain Tiaru, Aliai These four bridges are frequently washed out and the road closed
Highway Ivule, Yamule for indefinite periods due to flooding, effectively cutting the
highway in two and disrupting road travel between Bialla and
Kimbe
Ramu Highway Tapo Ford This ford is frequently closed by flooding, disrupting travel
between Madang and the Ramu valley to Lae.
Mea This bridge is now affected by inundation due to rising of the
stream bed
Sepik Highway Numerous The causeways are frequently closed by flooding, disrupting travel
causeways between Wewak, Maprik and Lumi

30. Connectivity considerations provide benefits in economic analysis due to the


economic costs of temporary road closures, both in extended travel time and losses if
produce cannot be delivered to markets prior to spoilage. Connectivity was considered but
did not alter the selection of bridges.

1.6.2. Location

31. The location of the bridges should also be considered in a final selection of bridges to
be constructed to maximize the benefits accrued from the project. Bridges that are remote
from a major centre with port facilities will be more difficult to construct and therefore more
expensive that will provide reduced benefits until the bridges closer to the major center are
also upgraded. It is considered that provided the assessed priorities are similar, bridges
closer to the main centre or bridges located on the sections of road with higher traffic volumes
should be developed first. Bridge location issues for each of the five project roads are listed in
Table 1-14.
21

Table 1-14: Bridge Location Issues


Road Comment
Hiritano Highway Bridges between Loloki and Bereina should be constructed first to complete
this major artery. The road between Malalaua and Kerema will become a
Kerema access road when the Trans Island missing link and the Kikori Road
are constructed.
Magi Highway At present, the Magi Highway is a Port Moresby feeder road and bridges
closer to Port Moresby should be constructed initially. The more remote
bridges will gain priority when the Milne Bay missing link is constructed.
New Britain Highway Traffic is generally high along the full length of the road with focuses at Kimbe
and Bialla. Bridges could be constructed along the full length.
Ramu Highway The Ramu Highway along the Ramu Valley services a rapidly expanding
agricultural area and should receive priority. The link from the Ramu Valley to
Madang is also important and should experience traffic growth related to road
improvements.
Sepik Highway At present, the Sepik Highway is a Wewak feeder road servicing the high
population around Maprik and Lumi. Bridges between Passam and Maprik
should be constructed initially. The more remote bridges should be
constructed later when the road conditions have improved.

1.7. Proposed Selection of Bridges

32. The proposed selection of bridges is based on the assessed bridge priority with
selection modified to enable efficient civil works contracts packaging. The efficiency of bridge
construction contracts will be maximized if contracts include bridges located in a small
geographical area and the bridges in each contract are of a similar design enabling repetition
in construction and standardization of construction equipment. The following changes were
included to improve the likely outcomes of the project:

1.7.1. Sepik Highway

(i) The Asini and Kefange bridges in Sandaun Province were


omitted in favour of the Pasik, Ogama and Potohu bridges in
East Sepik Province closer to Wewak as these bridges would
have a greater economic return due to higher traffic and were
seen as easier to construct compared to the more remote area
with poor road access.

1.7.2. Hiritano Highway

(i) The Angabanga River Bridge was included at the express


request of the DOW because of the importance of this bridge to
economic activity west of Bereina in the light of the significant
risk of failure of the existing bridge.

1.7.3. Magi Highway

(i) The Sivitatana Bridge is the only included bridge on the Magi
Highway as the ranking of most bridges on this road were low
22

due to the low traffic density on this road. Two additional


bridges were included on this road; the priority of these bridges
is low but their construction together with the Sivitatana Bridge
may have construction benefits.
(ii) The Bomguina Bridge was replaced by the Ormond Bridge as
an additional bridge as the Ormond Bridge is closer to Port
Moresby and seen as more critical to the road network.

1.7.4. Ramu Highway

(i) The Gusap River Bridge was included in preference to the Mea
River Bridge on the Ramu Highway as it is adjacent to the high
priority Bora River Bridge and it is logical that these two very
similar bridges should be constructed together.
(ii) The Mea River was omitted as the existing site is not suitable
for a replacement bridge and as a long ill-defined deviation
across steep terrain and slip prone land would be required.
(iii) The Menia Bridge was included in lieu of the Mupu Bridge as
the Mupu River is adjacent to the Nuru River and the preferred
solution for the Nuru River crossing is at a more stable site
downstream of the existing bridge that eliminates a crossing of
the Mupu River.

1.7.5. New Britain Highway

(i) The Tiaru, Ivule and Yamule crossings were deferred to a future
stage as they require significant road deviations to suitable
bridge sites.

33. The proposed selection of bridges is in Table 1–15.

Table 1-15: Proposed Bridges for Replacement


Chainage Bridge Est. Cost2
Road Province Bridge
(km) Length (m) ($ million)
Hiritano Central Laloki 0.0 75.0 5.4
Brown 22.5 75.0 4.8
Angabanga 141.1 140.0 8.4
Magi Central Dogona 62.7 10.0 1.0
Sivitatana 80.7 22.0 1.8
Kokebagu 77.6 16.0 1.3
New Britain WNB Ulamona 8.4 6.0 0.7
Ibana 20.0 40.0 3.1
Pika 30.7 40.0 3.4
Soi 35.3 24.0 2.0

2
Include costs of replacing existing Bailey bridges with two-lane permanent bridges and re-assembling useable
Bailey bridges on rural roads.
23

Chainage Bridge Est. Cost2


Road Province Bridge
(km) Length (m) ($ million)
Koloi 49.0 40.0 3.7
Lobu 52.5 30.0 3.3
Kiava 88.2 24.0 2.9
Aleeu 94.1 9.0 1.1
Otutabu 107.1 36.0 3.2
Marapu 135.1 6.0 0.9
Ubai 150.6 16.0 1.5
Korori 157.1 30.0 2.9
Ramu Madang Gusap 17.2 40.0 4.8
Bora 20.6 45.0 5.3
Dry Wara 58.2 40.0 3.6
Kohu 73.6 9.0 1.1
Wasigo 154.2 40.0 4.2
Tapo Ford 159.5 40.0 3.1
Sepik East Sepik Pasik 22.9 30.0 2.7
Ogama 40.2 30.0 2.4
Potohu 43.1 20.0 1.8

34. Table 1-16 includes an additional list of bridges that can be used to provide flexibility
in the final selection of bridges for replacement. The additional bridges can be added to the
project if some of the proposed bridges cannot be constructed due to land acquisition and
safeguards issues or if there are loan savings.

Table 1-16: Additional Bridges for Replacement


Chainage Bridge Est. Cost
Road Province Bridge
(km) Length (M) (USD m)
Magi Central Ormond 119.8 96.0 7.2
New Britain WNB Peham 45.5 22.0 2.0
Kai 129.6 20.0 2.2
Kuremu 141.2 20.0 2.0
Giriti 147.6 16.0 1.5
Galuku 158.6 28 2.8
Ramu Madang Menia 61.0 40.0 3.4

Yokia 63.9 36.0 3.3


Yakura 79.4 30.0 2.7
Sepik East Sepik Malas 120.2 20.0 1.7

2. Guidelines for Selecting Bridge Sites on Rural Roads

35. An important aspect of the bridge replacement program involves reassembly of usable
Bailey bridges at bridge sites on rural roads. These sites will be identified in consultation with
24

the DOW and the provincial governments during implementation. The number of Bailey
bridges that can be used on rural roads will be based on the number and lengths of Bailey
bridges that are replaced.
36. The proposed bridge sites on rural roads will be selected for consideration under the
project based on the following criteria:
(i) The bridge sites will be located on existing rural roads where streams have not
been bridged or the prior bridges have failed.
(ii) The bridge sites shall be suitable for the construction of bridges and shall
provide stable sites without major road relocations or extensive river training.
(iii) The bridge sites shall be generally located in the same province as the
replacement bridges from where they will be released, and road access
suitable for transport of the Bailey bridging and construction of the reuse
bridge shall be available without major road construction or maintenance.
(iv) The bridges will improve year-round access for the rural population,
particularly women, to health centers, schools and markets.
(v) The bridge sites shall be suitable for bridges constructed using a single-span
Bailey bridge with a maximum length of 30 m.
(vi) The Provincial Governments will provide the land required for the construction
of the reuse bridges free of any compensation from the project.
(vii) The sites selection must reflect local priorities as reflected by documented
participation of all stakeholders.
37. The reuse bridges to be constructed will be selected, where the identified number of
bridge sites is greater than the number of Bailey bridges that will be released from the
permanent bridge sites, based on the following criteria in consultation with the Provincial
Government concerned:
(i) Availability of alternative methods of crossing the stream,
(ii) Distance between the reuse bridge site and the replacement bridge from
where the Bailey bridging will be released.
(iii) Frequency and duration of periods when stream crossing is not possible due to
flooding,
(iv) Assessed personal safety of crossing the stream without the bridge,
(v) Population served by the proposed bridge, and
(vi) Condition and maintenance level of the approach road to the bridge site.
38. The bridges will be ranked for priority based on the above criteria. The process for
selection of the reuse bridge sites will include:
(i) Assessment of quantity of Bailey bridging that will be released from the
replacement bridges in each province. This will include the assessment of the
condition of the Bailey bridging, the assessment of the requirement for
replacement or additional parts and the determination of the number and/or
length of Bailey bridging that can be reused. For long-span existing bridges,
the acquisition of additional members such as transoms may enable the length
of Bailey to be maximized and minimize wastage of unused parts.
(ii) Assessment of the requirement for reuse bridges in the province and
preparation of a list of possible prioritized reuse bridges, as described above.
(iii) Allocation of the reuse bridges to be constructed under each contract and in
the province.
25

IV. COSTS AND FINANCING

39. The Project is estimated to cost $100.00 million. The total cost includes physical and
price contingencies, and interest and other charges during implementation. The ADB loan will
fund ADB-financed civil works, related consulting services, equipment, and project
management totaling $90.00 million, including interest during construction. Counterpart funds
($10 million) will be allocated for civil works, resettlement and taxes and duties.

A. Detailed Cost Estimates by Expenditure Category

40. The total cost of the project is estimated at $100.00 million equivalent including taxes,
duties, physical and price contingencies, interest, and other charges. The summary of cost
estimates for the project is in Table 4.1.

Table 4.1. Detailed Cost Estimate by Expenditure Category


($000’s)
% of
Kina US$
Total
I. Investment Costs Local Foreign Total Local Foreign Total Cost
A. Civil Works 23,450 159,550 183,000 9,380 63,820 73,200 73%
B. Resettlement 1,550 0 1,550 620 0 620 1%
C. Consulting services
1. International Consultants 0 18,124 18,124 0 7,250 7,250 7%
2. National Consultants 0 1,850 1,850 0 740 740 1%
3. International Travel 0 370 370 0 148 148 0%
4. Domestic Travel 0 906 906 0 363 363 0%
Subtotal Consulting Services 0 21,250 21,250 0 8,500 8,500 8%
D. Road Safety Awareness in Rural Areas 0 1,375 1,375 0 550 550 1%
E. Capacity Development of DOW’s BAMS 0 1,625 1,625 0 650 650 1%
Total Investment Costs 25,000 183,800 208,800 10,000 73,520 83,520
II. Recurrent Costs
A. Project Administration 0 1,750 1,750 0 700 700 1%
Total recurrent costs 0 1,750 1,750 0 700 700 1%
Total Project Base Costs 25,000 185,550 210,550 10,000 74,220 84,220 84%
III. Contingencies 0 0 0 0
A. Physical Contingencies 0 18,227 18,227 0 7,291 7,291 7%
B. Price Contingencies 0 15,221 15,221 0 6,088 6,088 6%
Sub - total contingencies 0 33,449 33,449 0 13,379 13,379 13%
IV. Loan Financing Charges
A. Interest during implementation 0 5,376 5,376 0 2,151 2,151 2%
B. Commitment Charge 0 626 626 0 250 250 0%
Total project costs (II+III+IV) 25,000 225,001 250,001 10,000 90,000 100,000 100%
Source: Asian Development Bank estimates.
26

B. Allocation and Withdrawal of Loan Proceeds

41. Table 4.2 shows allocation and withdrawal of funds under all the categories of the
Project.

Table 4.2. Allocation and Withdrawal of Loan Proceeds


Category ADB Financing
ADB
N Financing Percentage and Basis for Withdrawal from
o Item $000’s the Loan Account
1 Civil Works 63,885 87 percent of total expenditure claimed
2 Consulting Services 8,500 100 percent of total expenditure claimeda
3 Road Safety Awareness in Rural Areas 495 100 percent of total expenditure claimeda
4 a
Capacity Development of DOW’s BAMS 640 100 percent of total expenditure claimed
5 a
Project Administration 700 100 percent of total expenditure claimed
6 Financing (ADF Loan Interest) 1,419 100 percent of amounts due
7 Financing (OCR Loan Interest) 732 100 percent of amounts due
8 OCR Loan Commitment Charge 250 100 percent of amounts due
9 Unallocated 13,379
Total 90,000
a
Excluding local taxes and duties.

Category ADB Financing ADF Loan


ADB Financing Percentage and Basis for Withdrawal
No Item $000's from the Loan Account
1 Civil Works 24,867 34 percent of total expenditure claimed
a
2 Consulting Services 8,500 100 percent of total expenditure claimed
a
3 Road Safety Awareness in Rural Areas 495 100 percent of total expenditure claimed
a
4 Capacity Development of DOW’s BAMS 640 100 percent of total expenditure claimed
a
5 Project Administration 700 100 percent of total expenditure claimed
6 Financing (ADF Loan Interest) 1,419 100 percent of amounts due
7 Unallocated 13,379
Total 50,000
a
Excluding local taxes and duties.

Category ADB Financing OCR Loan


ADB
Financing Percentage and Basis for Withdrawal from
No Item $000's the Loan Account
1 Civil Works 39,018 53 percent of total expenditure claimed
2 Financing (OCR Loan Interest) 732 100 percent of amounts due
3 OCR Loan Commitment Charge 250 100 percent of amounts due
Total 40,000
27

C. Detailed Cost Estimates by Financier

Amounts in $000 Government ADB ADF ADB OCR ADB Total


Total Amount % Amount % Amount % Amount %
I. Investment Costs
A. Civil Works 73,200 9,315a 13% 24,867 34% 39,018 53% 63,885 87%
B. Resettlement 620 620 100% 0 0% 0 0% 0 0%
C. Consulting services
1. International Consultants 7,250 0 0% 7,250 100% 0 0% 7,250 100%
2. National Consultants 740 0 0% 740 100% 0 0% 740 100%
3. International Travel 148 0 0% 148 100% 0 0% 148 100%
4. Domestic Travel 363 0 0% 363 100% 0 0% 363 100%
Subtotal Consulting Services 8,500 0 0% 8,500 100% 0 0% 8,500 100%
D. Road Safety Awareness in Rural
Areas 495 0 0% 495 100% 0 0% 495 100%
E. Capacity Development of DOW’s
BAMS 640 0 0% 640 100% 0 0% 640 100%
b 0 0%
II. Taxes and Duties 65 65 100% 0 0% 0 0%
Total Investment and Taxes and
Duties Costs 83,520 10,000 12% 34,502 41% 39,018 47% 73,520 88%
III. Recurrent Costs
A. Project Administration 700 0 0% 700 100% 0 0% 700 100%
Total recurrent costs 700 0 0% 700 100% 0 0% 700 100%
Total Project Base Costs 84,220 10,000 12% 35,202 42% 39,018 46% 74,220 88%
IV. Contingencies
A. Physical Contingencies 7,291 0 0% 7,291 100% 0 0% 7,291 100%
B. Price Contingencies 6,088 0 0% 6,088 100% 0 0% 6,088 100%
Sub - total contingencies 13,379 0 0% 13,379 100% 0 0% 13,379 100%
V. Loan Financing Charges
A. Interest during implementation 2,151 0 0% 1,419 66% 732 34% 2,151 100%
B. Committment Charge 250 0 0% 0 0% 250 100% 250 100%
Total project costs (I+II+III+IV+V) 100,000 10,000 10% 50,000 50% 40,000 40% 90,000 90%
a
Inclusive of taxes and duties of $7.28 million.
b
All other taxes and duties (excluding civil works) of $0.65 million.
Source: Asian Development Bank estimates.
28

D. Detailed Cost Estimates by Outputs

Project
Outputs 1 and 2 Output 3 Output 4 Administration
Amount in $000 % of % of % of % of
Cost Cost Cost Cost
I. Investment Costsa Total Amount Category Amount Category Amount Category Amount Category Total
A. Civil Works 73,200 73,200 100% 0 0% 0 0% 0 0% 73,200
B. Resettlement 620 620 100% 0 0% 0 0% 0 0% 620
C. Consulting services
1. International Consultants 7,250 7,250 100% 0 0% 0 0% 0 0% 7,250
2. National Consultants 740 740 100% 0 0% 0 0% 0 0% 740
3. International Travel 148 148 100% 0 0% 0 0% 0 0% 148
4. Domestic Travel 363 363 100% 0 0% 0 0% 0 0% 363
Subtotal Consulting Services 8,500 8,500 100% 0 0% 0 0% 0 0% 8,500
D. Road Safety Awareness in Rural Areas 550 0 0% 0 0% 550 100% 0 0% 550
E. Capacity Development of DOW’s BAMS 650 0 0% 650 100% 0 0% 0 0% 650
Total Investment Costs 83,520 82,320 99% 650 1% 550 1% 0 0% 83,520
II. Recurrent Costs
A. Project Administration 700 0 0% 0 0% 0 0% 700 0% 700
Total recurrent costs 700 0 0% 0 0% 0 0% 700 0% 700
Total Project Base Costs 84,220 82,320 98% 650 1% 550 1% 700 1% 84,220
III. Contingencies
A. Physical Contingenciesb 7,291 7,127 98% 56 1% 48 1% 61 1% 7,291
B. Price Contingenciesc 6,088 5,951 98% 47 1% 40 1% 51 1% 6,088
Sub - total contingencies 13,379 13,077 98% 103 1% 87 1% 111 1% 13,379
d
IV. Loan Financing Charges
A. Interest during implementation 2,151 2,102 98% 17 1% 14 1% 18 1% 2,151
B. Commitment Charge 250 250 100% 0 0% 0 0% 0 0% 250
Total project costs (I+II+III+IV+V) 100,000 97,749 98% 770 1% 651 1% 829 1% 100,000
% of Total Project Cost 97.75% 0.77% 0.65% 0.83%
a
In mid-2011 prices.
b
Computed at 10% for civil works and 5% for equipment and services.
c
based on cost escalation factors for PNG for local currency costs, there is a devaluation offset included in the price contingency based on the US$ inflation rate of 1%.
d
Includes interest during implementation computed at 1% on the ADF loan and five year LIBOR rate plus spread on the OCR loan.
Source: Asian Development Bank estimates.
29

E. Detailed Cost Estimates by Year

Amounts in $000's 2012 2013 2014 2015 2016 Total


I. Investment Costs
A. Civil Works 0 7,320 21,960 21,960 21,960 73,200
B. Resettlement 0 62 186 186 186 620
C. Consulting services 0
1. International Consultants 725 1,450 1,812 1,812 1,450 7,250
2. National Consultants 74 148 185 185 148 740
3. International Travel 15 30 37 37 30 148
4. Domestic Travel 36 73 91 91 73 363
Subtotal Consulting Services 850 1,700 2,125 2,125 1,700 8,500
D. Road Safety Awareness in Rural Areas 0 138 138 138 138 550
E. Capacity Development of DOW’s BAMS 0 163 163 163 163 650
Total Investment Costs 850 9,382 24,571 24,571 24,146 83,520
II. Recurrent Costs
A. Project Administration 70 140 175 175 140 700
Total recurrent costs 70 140 175 175 140 700
Total Project Base Costs 920 9,522 24,746 24,746 24,286 84,220
III. Contingencies
A. Physical Contingencies 80 824 2,142 2,142 2,102 7,291
B. Price Contingencies 24 463 1,561 1,881 2,160 6,088
Sub - total contingencies 104 1,287 3,703 4,023 4,262 13,379
IV. Loan Financing Charges
A. Interest during implementation 8 94 317 597 1,135 2,151
B. Commitment Charge 59 59 59 53 21 250
Total project costs (I+II+III+IV+V) 1,091 10,962 28,825 29,419 29,703 100,000
Expenditure per year (%) 1% 11% 29% 29% 30% 100%
Source: Asian Development Bank estimates.

F. Contract and Disbursement S-curve

a. Contract Awards Projection


Cumulative Contract Awards (in $ millions)

120

100
57.9
80
Fact
60 Finding

40 40.0

20
2.1
0
2012 2013 2014 2015 2016
30

Year 2012 2013 2014 2015 2016


$’000 2,104 40,000 100,000 100,000 100,000

b. Loan Disbursement Projections

120000
Cumulative Disbursements (in $ millions)

29.7
100000
29.4
80000
Fact
60000 Finding

28.8
40000
11.0
20000 1.1
0
0
2012 2013 2014 2015 2016

Year 2012 2013 2014 2015 2016


$000 1,091 12,053 40,878 70,581 100,000

G. Fund Flow Diagram

ADB

Direct payment
DOW Imprest
account
(financed by
ADF Loan)

Large Small miscellaneous


expenditure expenditure such as
such as civil PIU strengthening
works and and capacity
consultants’ development of
fees DOW’s BAMS

Flow of documents
Flow of funds (withdrawal applications and claims)

ADB = Asian Development Bank, DOW = Department of Works.


31

V. FINANCIAL MANAGEMENT

42. The Department of Works (DOW) has implemented several development partner funded
projects, including projects financed by ADB and accordingly this project will be managed
through the existing DOW Project Implementation Unit (PIU) structure.3

A. Financial Management Assessment

43. An assessment was undertaken of the current PIU with recommendations identified for
strengthening this for the current project. That assessment concluded that project management
arrangements are reasonably robust, though some reorganization and strengthening for this
project is recommended. At the project management level, it is recommended the project
Director report to the First Assistant Secretary – Contract Administration rather than directly to
the DOW Secretary. This change had been previously identified by DOW. A Project Engineer –
Bridges, reporting to the Project Director, will be recruited. Finally, some additional support for
the Project Accountant will be required.

44. There have been no significant financial management issues raised in external audit
reports, or in other reports used by DOW and key stakeholders for monitoring existing PIU
projects. It is envisaged that the financial management arrangements currently in place by the
PIU will continue to be followed for this project.

45. The PIU will ensure project outputs are produced on time and within budget, and ensure
effectiveness in achieving the project’s outcome by (i) managing the planning and
implementation of the project, (ii) undertaking project management including coordination within
DOW and with outside stakeholders, (iii) engaging and managing consultants (for detailed
design and implementation support), (iv) managing project financing, accounting and auditing,
(v) undertaking monitoring, evaluation and reporting of project progress, (vi) monitoring key
project approvals, and (vii) planning expanding the project in phases to cover PNG’s ongoing
bridge replacement needs.

46. Reflecting the need for coordination across all aspects of the project, DOW will establish
a Project Steering Committee (PSC), to be chaired by the DOW Secretary and include
representatives from NRA, DOT, NRSC, DNPM and DT. The PSC will meet quarterly, or more
frequently as required, for the duration of the project.

47. Major risks and mitigating measures were identified and described in detail in the risk
assessment and risk management plan. Financial management risks should be considered and
updated throughout the life of the project. Risk mitigation measures should also be updated
accordingly.

B. Disbursement

48. The Loan proceeds will be disbursed in accordance with ADB’s Loan Disbursement
Handbook (2007, as amended from time to time),4 and detailed arrangements agreed upon
between the Government and ADB.

3
The PIU is currently responsible for (i) MFF–Facility Concept–0029 PNG: Multitranche Financing Facility –
Highlands Region Road Improvement Investment Program, and (ii) Loan 2242/2243 PNG: Road Maintenance and
Upgrading (Sector) Project.
4
Available at: http://www.adb.org/Documents/Handbooks/Loan_Disbursement/loan-disbursement-final.pdf.
32

49. Pursuant to ADB's Safeguard Policy Statement (2009) (SPS),5 ADB funds may not be
applied to the activities described on the ADB Prohibited Investment Activities List set forth at
Appendix 5 of the SPS. All financial institutions will ensure that their investments are in
compliance with applicable national laws and regulations and will apply the prohibited
investment activities list (Appendix 5) to subprojects financed by ADB.

50. Procedures for withdrawal of loan proceeds will either follow (i) direct payment
procedure or (ii) imprest fund procedure.6 Commitment procedure, reimbursement procedure,
and statement of expenditures procedure will not be used. Under direct payment procedure
ADB, at the borrower’s request, pays a designated beneficiary directly. Under imprest fund
procedure ADB makes an advance disbursement from the loan account for deposit to an
imprest account to be used exclusively for ADB’s share of eligible expenditures. In the case of
this project, direct payment procedure will be used for large civil works, progress payments,
consultants’ fees, and procurement of goods. Imprest fund procedure will be used for small
miscellaneous expenditure including the expenditure associated with the capacity development
of the bridge asset management system and the road safety awareness campaigns in rural
areas. The PIU in DOW will be responsible for (i) preparing disbursement projections, (ii)
collecting supporting documents, and (iii) preparing and sending withdrawal applications to
ADB.

51. One imprest account will be established and administered by DOW financed by the ADF
loan. The imprest account will be held in US dollars at a commercial bank acceptable to ADB.
The maximum ceiling of the imprest account will not at any time exceed the estimated ADB
financed expenditures to be paid from the imprest account for the next 6 months or 10% of the
respective loan amount, whichever will be lower. The request for initial advance to the imprest
account should be accompanied by an Estimate of Expenditure Sheet7 setting out the estimated
expenditures for the first six (6) months of project implementation, and submission of evidence
satisfactory to ADB that the imprest account has been duly opened. For every liquidation and
replenishment request of the imprest account, the borrower will furnish to ADB (a) Statement of
Account (Bank Statement) where the imprest account is maintained, and (b) the Imprest
Account Reconciliation Statement (IARS) reconciling the above mentioned bank statement
against the EA’s records.8

52. Before the submission of the first withdrawal application, DT should submit to ADB
sufficient evidence of the authority of the person(s) who will sign the withdrawal applications on
behalf of the Borrower, together with the authenticated specimen signatures of each authorized
person. The minimum value per withdrawal application is US$100,000, unless otherwise
approved by ADB. DOW is to consolidate claims to meet this limit for imprest account claims.
Withdrawal applications and supporting documents will demonstrate, among other things that
the goods, and/or services were produced in or from ADB members, and are eligible for ADB
financing.

53. Procedures for the disbursement and liquidation of government funds will follow the
Public Finances (Management) Act 1995, the Financial Management Manual and Finance
Instructions. The government contribution to project costs will be budgeted for in each project
year.

5
Available at: http://www.adb.org/Documents/Policies/Safeguards/Safeguard-Policy-Statement-June2009.pdf.
6
Available at: http://www.adb.org/documents/handbooks/loan_disbursement/chap-06.pdf.
7
Available in Appendix 29 of the Loan Disbursement Handbook.
8
Follow the format provided in Appendix 30 of the Loan Disbursement Handbook.
33

C. Accounting

54. DOW and PIU will maintain separate project accounts and records by funding source for
all expenditures incurred on the project. Project accounts will follow international accounting
principles and practices.

D. Auditing

55. DOW will cause the detailed consolidated project accounts to be audited in accordance
with International Standards on Auditing by an auditor acceptable to ADB. The audited accounts
will be submitted in the English language to ADB within 6 months of the end of the fiscal year by
the executing agency. The annual audit report will include a separate audit opinion on the use of
the imprest account. The Government and DOW have been made aware of ADB’s policy on
delayed submission, and the requirements for satisfactory and acceptable quality of the audited
accounts. ADB reserves the right to verify the project's financial accounts to confirm that the
share of ADB’s financing is used in accordance with ADB’s policies and procedures.
34

VI. PROCUREMENT AND CONSULTING SERVICES

56. An EA procurement capacity assessment was completed by PPTA consultants and was
largely based on the recently completed AusAID Transport Sector Procurement Diagnostic Draft
Report (dated 4 March 2011) carried out for DOW, as well as Country Procurement Assessment
Review (CPAR) report for PNG which was concluded in October 2010 using the OECD – DAC
benchmark assessment methodology. The results of the EA procurement capacity assessment
have been linked with the Risk Assessment and Management Plan that is attached to the MOU.

57. Implementation of the project will be undertaken through an expanded PIU currently
located in DOW and supporting several other ADB projects.

A. Advance Contracting

58. Advanced Recruitment of Consultants. The Government in consultation with ADB has
initiated advance contract action for engagement of implementation support consultant (the
consultant) for detailed design, construction supervision and overall implementation support.
Depending on the performance of the Consultant during detailed design, Single Source
Selection can be used to engage the Consultant for implementation support including contract
supervision. All advance contracting will be undertaken in accordance with ADB’s Guidelines on
the Use of Consultants (April, 2010, as amended from time to time) (ADB’s Guidelines on the
Use of Consultants).9 The issuance of request for proposal under advance contracting will be
subject to ADB approval. The borrower, executing and implementing agencies have been
advised that approval of advance contracting does not commit ADB to finance the project.

B. Procurement of Goods, Works and Consulting Services

59. Procurement of Goods and Civil Works will be undertaken in accordance with ADB’s
Procurement Guidelines (April 2010, as amended from time to time).

60. The planned procurement will comprise four civil works packages as follows: (i)
replacement of bridges on Hiritano and Magi Highways; (ii) replacement of bridges on New
Britain Highway; (iii) replacement of bridges on Ramu Highway; and (iv) replacement of bridges
on Sepik Highway. The usable Bailey bridges will be reassembled on rural roads identified by
participating provinces. In addition, one goods supply package for IT equipment related to an
inventory update of DOW Bridge Asset Management System (BAMS).

61. The project supports the use of local contractors where capacity exists. Where capacity
does not exist, ADB strongly encourages local contractors to form joint venture (JV) with more
experienced international contractors. Where JV arrangements are proposed, a key element
should be gradual development of local capacity.

62. Procurement of Civil Works will follow a combination of National Competitive Bidding
(NCB) and International Competitive Bidding (ICB). NCB will be used for procurement
packages between US$100,000-US$3 million. International competitive bidding (ICB) will be
used for civil works contracts exceeding US$3 million. The procurement method will be
confirmed after detailed bridge designs and estimates are completed. All 4 civil works bridge
replacement contracts will allow for alternative bids offering alternative technical design
solutions.

9
Available at: http://www.adb.org/Documents/Guidelines/Consulting/Guidelines-Consultants.pdf.
35

63. A procurement plan indicating threshold and review procedures, goods, works, and
consulting service contract packages and national competitive bidding guidelines is in Section
C.

64. Consulting Services: All recruitment of consultants will be conducted in accordance


with ADB’s Guidelines on the Use of Consultants (April 2010, as amended from time to time).10
The planned procurement will comprise one package for design, supervision of civil works, and
overall implementation support. The quality- and cost-based selection (QCBS) method will be
used with a standard quality cost ratio of 80:20 and the use of Full Technical Proposals.
Depending on the performance of the Consultant during detailed design, Single Source
Selection can be used to engage the same Consultant for the downstream assignment of
implementation support including contract supervision subject to satisfactory performance of the
first phase of the assignment. An estimated 63 person-months (51 international and 12
National) are anticipated to undertake detailed design and 204 person-months (108 international
and 96 National) are anticipated to undertake implementation support including contract
supervision.

65. Consultant recruitment will also include one package of Road Safety awareness in rural
areas. The National Road Safety Council (NRSC) will be recruited for this assignment using
SSS in accordance with para 1.13 c of the ADB Guidelines on the Use of Consultants (2010, as
amended from time to time) which allows government owned entities to be recruited on a case
by case basis if their participation is critical to project implementation.

66. The terms of reference for all consultants are detailed in Section D.

67. Before the start of any procurement, ADB and the Government will review the public
procurement laws of the central and state governments to ensure consistency with ADB’s
Procurement Guidelines.

C. Procurement Plan

68. This procurement plan shows the thresholds and particular contracts required to carry
out the project. Project information for the procurement plan is in Table 1.

Table 1: Project Information


Country Papua New Guinea
Name of Borrower Independent State of Papua New Guinea
Bridge Replacement for Improved Rural Access Sector
Project Name
Project
Project No. 43200
Date of Effectiveness
Amount US$100 million
Executing Agency Department of Works
Approved Date of Original Procurement Plan 29 June 2011
Approval of Most Recent Procurement Plan 2 September 2011
Publication for Local and International Advertisements - nd
Target 2 Qtr 2011
Consultant
Publication for Local and International Advertisements - th
Target 4 Qtr 2012
Contractor
Period Covered by this Plan Until 31 December 2012

10
Checklists for actions required to contract consultants by method available in e-Handbook on Project
Implementation at: http://www.adb.org/documents/handbooks/project-implementation/.
36

1. Process Thresholds, Review and Procurement Plan

69. Equipment, materials and goods, and services financed under the loan will be procured
in accordance with the Asian Development Bank’s Procurement Guidelines (April 2010, as
amended from time to time) and follow ADB procedures.

1.1. Project Procurement Thresholds for Goods and Works

70. Except as ADB may otherwise agree, the following process thresholds in Tables 2 and 3
shall apply to procurement of goods and works.

Table 2: Procurement of Goods and Works


Procurement Method To Be Used Above (Value US$)
Goods
International Competitive Bidding (ICB) >1,000,000
National Competitive Bidding (NCB) >100,000 and </= 1,000,000
Usage subject to the provisions of NCB annex
Shopping </= 100,000
Works
ICB >3,000,000
NCB >100,000 and </= 3,000,000
Usage subject to the provisions of NCB annex
Shopping </=100,000
ICB = international competitive bidding, NCB = national competitive bidding.

1.2. Procurement Thresholds for Consulting Services

Table 3: Procurement of Consultancy Services


Procurement Method To be used above (Value US$)
Quality- and Cost-Based Selection (QCBS) will be International and national consultants recruited
used for the procurement of Consultancy Services through a firm will be engaged through QCBS and
Single-source Selection (SSS) may be used for the SSS depending on specific circumstances.
procurement of the Consultant to undertake
Implementation Support and for the recruitment of
Road Safety awareness campaign consultants
Individual Consultant recruitment

1.3. ADB Prior or Post Review

71. Except as ADB may otherwise agree, the following prior or post review requirements in
Table 4 apply to the various procurement and consultant recruitment methods used for the
project.
37

Table 4: ADB Prior or Post Review


Procurement Method Prior or Post Comments
Procurement of Goods and Works
ICB Works Prior
ICB Goods Prior
NCB Works Prior
NCB Goods Prior
Shopping for Works Prior
Shopping for Goods Post
Recruitment of Consulting Firms and NGO
Quality- and Cost-Based Selection (QCBS) Prior (80:20)
Other selection method: Single Source Selection(SSS) Prior
Recruitment of Individual Consultants
Individual Consultants Prior

1.4. Consulting Services Contracts Estimated to Cost More Than


US$100,000

72. The following table lists consulting services contracts for which procurement activity is
either ongoing or expected to commence within the next 18 months.

Table 5: Consulting Services Contracts Estimated to Cost More than US$100,000


General Description Contract Procurement Advertisement International
Value Method Date or National
(US$ millions) (Quarter/Year) Assignment
Project Implementation 2.5 QCBS Q2 11 Both
Support - Detailed Design 6.0 SSS or QCBS Q3 12 Both

Road Safety Awareness in 0.5 SSS xxxx National


Rural Areas

Project Administration/ Individual xxxx National


Additional PIU Staff

1.5. Works Contracts Estimated to Cost More Than US$1 Million

73. The following table lists works contracts for which procurement activity is either ongoing
or expected to commence within the next 18 months.

Table 6: Works Contracts Estimated to Cost More Than US$ 1 Million


General Description Contract Procurement Prequalification Advertisement
Value Method of Bidders Date
(US$ millions) (Yes/No) (Quarter/Year)
Reconstruction and 20.3 ICB No Q3 12
Replacement of Bridges on
Hiritano and Magi Highways
Reconstruction and 26.2 ICB No Q4 12
Replacement of Bridges on
New Britain Highway
38

General Description Contract Procurement Prequalification Advertisement


Value Method of Bidders Date
(US$ millions) (Yes/No) (Quarter/Year)
Reconstruction and 19.7 ICB No Q1 13
Replacement of Bridges on
Ramu Highway
Reconstruction and 7.0 ICB No Q1 13
Replacement of Bridges on
Sepik Highway

1.6. Goods Contracts Estimated to Cost Less than US$1 Million

74. The following table groups smaller-value goods contracts for which procurement activity
is either ongoing or expected to commence within the next 18 months.

Table 7: Goods Contracts Estimated to Cost Less than US$ 1 Million


General Value of Number of Procurement / Advertisement
Description Contracts Contracts Recruitment Date
(US$) Method
Equipment for BAMS Inventory 0.15 1 NCB Q4 11

2. Indicative List of Packages Required Under the Project

75. The following table provides an indicative list of all procurement (goods, works and
consulting services) over the life of the project. Contracts financed by the Borrower and others
should also be indicated, with an appropriate notation in the comments section.

Table 8: List of Indicative Procurement Packages


Ref No. Contract Package Type and Procurement Expected Date Prior Review
Description Method for Yes/No
Advertisement
1 Project Implementation Support QCBS Q4 11 Yes
Road Safety Awareness Campaigns SSS xxx Yes
2 Reconstruction and Replacement of ICB Q3 12 Yes
Bridges on Hiritano and Magi
Highways
3 Reconstruction and Replacement of ICB Q4 12 Yes
Bridges on New Britain Highway
4 Reconstruction and Replacement of ICB Q1 13 Yes
Bridges on Ramu Highway
5 Reconstruction and Replacement of ICB Q1 13 Yes
Bridges on Sepik Highway
5 Equipment for BAMS Inventory NCB Q4 11 Yes
39

D. Consultant's Terms of Reference

1. Introduction

76. The overall scope of work includes the reconstruction and relocation of about 25 bridges
on five major roads in PNG focus on five priority national road corridors. These are: (i) Hiritano
Highway; (ii) Magi Highway; (iii) New Britain Highway; (iv) Ramu Highway; and (v) Sepik
Highway.

77. The contract between PNG government and the consultant will consist of two parts, the
first for the investigation, detailed design, and procurement support to the point at which civil
works contracts have been finalized and are ready for signature, and the second for
implementation support, including supervision of the civil works contracts and other
implementation-related activities. The second part will be subjected to a second notice to
commence, which will be dependent on the consultant’s performance under the first part, and
also on each of the project’s financier’s confirming its financing for the project’s implementation.

78. The Consultant will be an international consulting firm, or a consortium of international


and national consulting firms, or an international consulting firm in association with national
consultants. The approximate consulting inputs for the detailed design including procurement
and overall implementation support, will be about 54 person-months of international consultants
and 19 person-months of national consultants. The inputs for construction supervision will be
approximately 119 person-months of international consultants and 129 person-months of
national consultants.

2. Scope of Work — Principal Activities

79. The detailed design and procurement support scope of work covers the following
principal activities.

(i) Reviewing all aspects of the PPTA study to determine the optimal solutions for
preliminary and detailed design;
(ii) Completing preliminary and detailed design of the bridges and other associated
works, based generally on the PPTA study and other studies, including site
surveys and investigations – traffic, topographic, hydraulic and hydrologic,
geotechnical, materials, morphological, and river studies;
(iii) Identifying sources of construction materials;
(iv) Preparing cost estimates;
(v) Preparing detailed procurement and construction schedules;
(vi) Preparing bidding documents;
(vii) Assisting Project Implementation Unit (PIU) with procuring contractors to
construct the works;
(viii) Assisting PIU and the Department of Lands and Physical Planning (DOLPP) and
provincial agencies in the updating, implementation, and monitoring of the
resettlement plans based on detailed design;
(ix) Ensuring that the project design complies with the environmental management
plan (EMP) and that procurement documents include relevant EMP provisions;
(x) Assisting PIU in the detailed planning and implementation of the Social Action
Plan in close collaboration with relevant agencies and organizations;
(xi) Undertaking a baseline study for the project’s benefit monitoring program;
40

(xii) Include bridge design recommendations in Gender Action Plan involving


concrete stairways and pedestrian walkway;
(xiii) Preparing a management and operations strategy for the project when complete,
including an appropriate asset management program for the project during its
service life; and
(xiv) Providing general project implementation support to PIU during the detailed
design phase, including for Project Coordinating Committee meetings for which
PIU will be the secretariat.

80. The implementation support scope of work will include the following activities:

(i) As the Engineer for the contracts, as defined in the International Federation of
Consulting Engineers (FIDIC) Conditions of Contract under which the contracts
will be administered11, supervise all construction activities to ensure that the
contracts are implemented, and the works completed, in accordance with the
contract provisions;
(ii) Ensuring that the civil works contractors comply with the contracts’ environmental
management plan;
(iii) Undertaking environmental monitoring and reporting based on the EMP;
(iv) Ensuring that contract payments are certified, and payments made, in
accordance with the contracts;
(v) Progressively updating the project’s monitoring and evaluation information,
based on the baseline study completed during the detailed design phase;
(vi) Assisting with implementing the project’s Social Action Plan;
(vii) Implementing the capacity development plan prepared under the detailed design
phase;
(viii) Assisting PIU with administering the project’s Anti-Corruption Action Plan12;
(ix) Providing PIU and ADB with progress and other reporting in the form and to the
frequency required; and
(x) Providing general project implementation support to PIU during the
implementation phase, also including for Project Coordinating meetings for which
PIU will be the secretariat.

81. The investigation and detailed design of all project components will take into account the
possible impacts of climate change on water levels, rain and flood frequency and intensity, and
on other characteristics of the area within which the project is located. Specific attention will be
given to bridge and waterway clearances, road profile elevations, and possible changes in the
behavior of river channels over which the bridges are to be constructed. This aspect of the
design process will reflect studies undertaken by ADB, the Government’s Department of
Environment and Conservation (DEC), and others, of the possible impacts of climate change on
PNG.

82. The detailed bridge design requirements are in Bridge Design Brief attached as
Appendix 1.

11
ADB’s Standard Procurement Documents, under which the civil works contract will be procured are based on the
FIDIC (MDB harmonized construction contracts) document.
12
The Anti-Corruption Action Plan will be developed by ADB during its preparation of the financing for the project.
41

3. Inspection and Maintenance Manual

83. The design task will also include making appropriate provision in the design for future
maintenance of the bridges. This should include facilities that provide adequate access to all
parts of the structures and the provision of utilities, such as electric power and water outlets,
and telephones. This aspect of the design task will also include preparation of an Inspection and
Maintenance Manual for the bridges. This will have provision for updating when construction is
complete to reflect as-constructed changes to the design.

4. Involuntary Resettlement

84. Based on the agreed resettlement plans (RPs) prepared under the PPTA and the
detailed designs for all components of the project, the consultant will work with the PIU and the
DOLPP for the provinces within which the project is located, which are responsible for land and
resettlement, to prepare updated resettlement plans, and assist the PIU and the DOLPP with
their implementation.13 The consultant will carry out resettlement workshops and training for PIU
and the DOLPP prior to or during RP updating. Specific tasks will include the following:

(i) Review and assess the consultation and disclosure programs undertaken during
the original RP preparation and prepare and implement a consultation and
disclosure program during RP updating and implementation to ensure continuous
and active involvement of project affected people (APs). Particular attention is to
be given to poor and vulnerable APs who may be at risk of impoverishment;
measures are to be proposed to ensure that the process of land acquisition and
resettlement does not disadvantage them;
(ii) Working with the DOLPP, and their district resettlement committees, and in
consultation with PIU, review the results of the census and inventory of losses
included in the original RPs prepared under the PPTA, and finalize the census of
APs, and carry out a detailed measurement survey (DMS) of assets to be
acquired or that will have restricted access, in full or in part, permanently or
temporarily, regardless of tenure status; review baseline socioeconomic and
perception surveys;
(iii) Engage the services of a qualified appraiser to carry out the replacement cost
survey for land and non-land assets, and submit the replacement cost survey
report to the DOLPP and PIU for review and approval. Assist the district
resettlement committees in applying the DOLPP-approved unit rates based on
the replacement cost survey for affected land and non-land assets.
(iv) Assist PIU with obtaining endorsement of the updated RPs from the PSC and in
disclosing the Updated RPs to the APs prior to submission to ADB for review and
concurrence. Assist PIU and the DOLPP with implementing the project’s
resettlement in accordance with the agreed updated RPs.
(v) Ensure that updated RPs are discussed with the provincial agencies to ensure
that resettlement implementation is undertaken properly and effectively:
(vi) Include the status of RP updating and implementation in the overall project
reports.

13
Responsibility for Land Acquisition lies with DOLPP.
42

5. Social

85. As part of the detailed design part, the consultant will review and update the Summary
Poverty Reduction and Social Strategy (SPRSS) and Gender Action Plan (GAP) prepared
during the PPTA.

86. As part of the implementation support, the consultant will assist the provincial/district
agencies or institutions with the implementation of the SPRSS and GAP, and include the status
in the project’s overall reporting.

6. Environment

87. Initial environmental examinations (IEEs) have been prepared for bridges to be replaced
under the PPTA. Sites for bridges to be re-erected will be determined at the time of detailed
design and IEEs will need to be prepared for these sites. The consultant will undertake the
following activities during detailed design:

(i) Ensure that the recommendations contained in the IEE EMP are incorporated
into the detailed design;
(ii) Update the EMP as necessary to revise or incorporate revised or additional
environmental mitigation and monitoring measures, budget, institutional
arrangements, etc., that may be required based on the detailed design;
(iii) If required, prepare a new or supplementary environment assessment report for
additional components or changes in the project during detailed design (for
example if there is a substantial change in alignment) that would result in
adverse environmental impacts not within the scope of the PPTA IEE;
(iv) Prepare IEEs as required for Bailey bridges to be re-erected at new locations that
will be advised by DOW. This assessment will be based on the EARF that was
prepared during the PPTA.
(v) Obtain timely approval for the IEEs and in keeping with the project timelines.
(vi) Ensure that the bidding documents and civil works contracts contain provisions
requiring contractors to comply with the mitigation measures in the EMP and that
relevant sections of the project EMP (or updated EMP, if prepared) are
incorporated in the bidding and contract documents;
(vii) Assist the Bid Evaluation Panel in the evaluation and ranking of the bids with
regard to complying with the environmental specifications.
(viii) Based on the environmental training and capability building component described
in the IEE, design the following: (i) a training program for the PIU environmental
staff and for relevant contractors’ staff, (ii) an information disclosure program for
affected persons regarding the project’s environmental impacts and
corresponding mitigation and monitoring measures; and (iii) a grievance redress
mechanism for environmental issues.
7. Procurement/Contract Management Support

88. The consultant will assist PIU and DOW with procurement of the project’s civil works.
This assistance will be provided under the detailed design and procurement support part of the
services, with the exception of the last tasks – assisting with signing of civil works contracts and
assisting with the management and administration of the civil works contracts – which will be
under the implementation support part of the services.

(i) Develop civil works contract packages;


43

(ii) Assist PIU with developing a procurement approach for each of the contract
packages, which may include (i) the one stage two envelope bidding process
detailed in ADB’s Procurement Guidelines; and (ii) a lump sum contract in
preference to a schedule of rates contract. The two-stage approach will allow PIU
and DOW to assess technical aspects of bidders’ proposals prior to receiving
final financial bids;
(iii) Prepare bidding documents for each of the packages, based on the adopted
procurement approach, in accordance with ADB’s Procurement Guidelines
(2010, as amended from time to time). Bidding documents will comprise
prequalification invitation documents, prequalification evaluation documents, and
bidding documents for the civil works, including the tolling and traffic control
systems. Bidding documents will also include all environmental mitigation
measures specified in the EMP, and HIV/AIDS awareness and prevention
programs;
(iv) Assist PIU with obtaining ADB’s approval of the procurement documents, and
with amending them as necessary in accordance with ADB’s requirements;
(v) Assist PIU and DOW with (a) evaluating bids, and preparing bid evaluation
reports; and (b) answering inquiries from bidders during the bidding processes;
(vi) Assist PIU and DOW with preparing formal contracts for each of the packages;
(vii) Assist PIU and DOW with arranging and completing the signing of the project’s
civil works contracts; and
(viii) Assist PIU and DOW in the management and administration of the civil works
contracts.

8. Construction Supervision

89. The civil works will be executed under ADB’s standard bidding documents (Procurement
of Civil Works, latest version available on www.adb.org), which are based on the Fédération
Internationale des Ingénieurs-Conseils (FIDIC, MDB harmonized construction contracts)
Conditions of Contract. Following the FIDIC Conditions of Contract, the Employer will be the
Independent State of Papua New Guinea, the Employer’s Representative will be the Secretary
of Works, the Engineer will be the consultant, and the Engineer's Representative will be the
consultant’s team leader for the supervision task. In accordance with the FIDIC based contract
between GOPNG and the civil works contractor, the Engineer will undertake the responsibilities
defined in the Conditions of Contract, which will include the following:

(i) represent the interest of PIU, DOW and the contractor in any matters related to
the construction contract and the proper execution thereof;
(ii) review and recommend for approval of PIU and DOW the contractor’s working
schedule or revisions thereto and any such plans or programs that the contractor
is obliged to furnish for the Engineer’s approval, and prepare and submit a
disbursement schedule to PIU and DOW;
(iii) assess the adequacy of all inputs such as materials, labor and equipment
provided by contractor and its methods of work in relation to the required rate of
progress of the work; when required, take appropriate action in order to expedite
the work progress; keep and regularly update a list of contractor’s equipment and
its condition to ensure compliance with the list of equipment which the contractor
provided in its bid;
(iv) examine and make recommendations to PIU and DOW on all claims from
contractors for time execution, additional payments, work or expenses or other
similar matters;
44

(v) compute quantities of approved and accepted work and materials; check, certify
and make recommendations to PIU and DOW on the contractor’s interim and
final payment certificates;
(vi) prepare and submit reports to PIU and DOW periodically as required on the
progress of the work, contractors’ performance, quality of the works, and the
financial status and forecasts;
(vii) propose and present to PIU and DOW for approval any changes deemed
necessary for the completion of the works including information on any effect of
changes on the contract amount and the time of completion, and prepare all
necessary variations including altering plans and specifications and other details;
inform PIU and DOW of any problems or potential problems which may arise in
connection with the contract and make recommendation to PIU and DOW for
possible solutions;
(viii) prepare contract reports including records of inspection, progress and
performance of the works;
(ix) review the contractor’s working drawings, shop drawings, erection drawings, and
drawings for temporary works;
(x) verify the contractor’s surveys for centerline alignment, structure location
surveys, and vertical control bench marks;
(xi) assess the adequacy of the materials testing arrangements provided by the
contractor, and oversee their operation;
(xii) prior to commencement of site works, ensure that the contractors prepare
construction EMPs based on the project EMP contained within the PPTA IEE;
(xiii) review and approve the construction EMPs prepared by the contractors before
site works commence;
(xiv) before the contractor commences work, arrange for the induction of the
contractor to the site to confirm compliance with the construction EMP;
(xv) conduct environmental effects/ambient baseline sampling and monitoring (air
quality, noise, vibration, water quality, etc.) specified in the EMP, undertake
monitoring of the contractor’s implementation of all environmental mitigation
measures set out in the approved IEE/EMP and construction EMPs, and produce
monthly environmental monitoring reports as part of the regular Progress Reports
for the PIU;
(xvi) consolidate monthly environmental monitoring reports to produce semi-annual
environmental monitoring reports which will include status of project
implementation, status of implementation of all mitigation measures; results and
interpretation or analysis of ambient environmental measurements on air quality,
noise, water quality, soil quality, etc., carried out by the contractors;
environmental complaints and actions taken; status of environmental capacity
training activities; environmental issues identified and corresponding actions
taken/to be taken, recommendations, photo-documentation, laboratory analysis
certificates and other documents to support findings. This report is to be attached
to the Project’s quarterly monitoring report;
(xvii) conduct the environmental training/capacity building and orientation/information
disclosure program formulated during the detailed design phase for PIU and
DOW staff, contractors and affected people;
(xviii) monitor resettlement impacts caused during construction and include these
impacts and mitigation measures in the quarterly progress reports;
(xix) finalize the PPTA social action plan for the entire project in close consultation
with relevant agencies that will be responsible for implementing the plan;
45

(xx) assist PIU and DOW and the provincial agencies with implementing the project’s
social action plan;
(xxi) inspect the safety aspects of the construction and construction methods and
procedures to ensure that all reasonable measures have been taken to protect
life and property; and
(xxii) perform any and all other items of the works not specifically mentioned above but
which are necessary and essential to successfully supervise and control the
construction activities in accordance with the plans, specifications and terms of
contract.

9. Social Development, Gender, HIV/AIDS Awareness and Prevention Program


and Human Trafficking Prevention Programs

90. The consultant will pay particular attention to the role of women in the project and the
impact of project activities on women, in particular arising from involuntary resettlement. The
consultant will:

(i) work with the DOLPP, with the involvement of community organizations and
affected persons, to develop the gender strategy for the project and support
implementation of the strategy;
(ii) address the links between gender and HIV/human trafficking, and ensure the
gender strategy for the project includes activities to reduce vulnerability and
establishes effective links with the project’s HIV/AIDS Awareness and Prevention
Program and the Human Trafficking Prevention Program;
(iii) develop capacity building training modules and conduct workshops and capacity
building training on resettlement activities as indicated in the project gender
strategy for District Resettlement Committees of the project provinces;
(iv) conduct Gender Sensitization training on resettlement activities for District
Resettlement Committees, selected staff of the Provincial, District and Commune
Resettlement Committees, and others;
(v) conduct workshops and training for men and women from households affected
by resettlement (with separate workshops and training for ethnic minority women,
if any) on: (a) the commune and village level consultation process for
resettlement, entitlement and compensation processes, (b) leadership skills, (c)
relocation related resettlement issues, and (d) planning of livelihood activities;
(vi) ensure that ethnic minority people, women headed households, and women from
the affected households have access to fair compensation and livelihood
activities as set out in the project’s resettlement plan;
(vii) assist with facilitating joint registration of land use rights in the names of husband
and wife in instances where land will be acquired;
(viii) establish appropriate mechanisms for consultation and grievance process with
regard to resettlement programs for women from the affected households;
(ix) with regard to construction activities, ensure that (a) men and women are paid
equally for construction work of equal value, (b) basic facilities (for example,
proper water and sanitation) are provided in labor camps and child care facilities
(on-site day care) are provided for women laborers by the project’s contractors,
and (c) camp facilities and work arrangements are safe for women and address
women’s potential vulnerability to HIV and sexual violence; and
(x) develop disaggregated monitoring indicators by gender and ethnic groups,
conduct periodic field visits and prepare reports on the implementation of gender
and social issues.
46

10. Project Performance Monitoring

91. The consultant will develop comprehensive project performance monitoring systems
based on the design and monitoring framework. Specifically, the consultant will:

(i) provide and maintain a computerized project management system that will assist
PIU and DOW to implement the project and provide information on project
progress for routine reports, review missions, and project coordination meetings;
(ii) prepare a quarterly project performance monitoring program that will enable the
effectiveness of implementation activities for all components of the project to be
assessed, giving particular consideration to (a) the precise description,
timeliness, cost and quality of physical infrastructure implemented in the project,
(b) the integrity of resettlement and related programs, (c) the effectiveness of
capacity building activities, (d) the extent to which the project’s social action plan,
gender action and resettlement plans are implemented; and (e) the
environmental monitoring program.
(iii) submit the proposed project performance monitoring program to PIU and,
through PIU, to DOW and ADB for review and approval; and
(iv) implement the approved monitoring and evaluation program using ‘before’ and
‘after’ studies and other forms of survey and analysis, giving regard to the
project’s anticipated effect on economic and social development as indicated in
the Design and Monitoring Framework for the Project including (a) per capita
income in the project provinces, (b) the volume and type of freight and number of
passengers using the road network in the project area, (c) passenger and freight
vehicle operating costs on the project road and on the project area road network
between key locations, (d) tariffs for freight and passenger movement between
selected locations that indicate the impact of the project on target groups in the
community, (e) the quantity and type of traffic on roads that form the network
within which the project road will be constructed; (f) the origin and destination of
vehicles and traffic at selected locations within the project area; and (g) the
effectiveness of capacity building programs for PIU and DOW staff associated
with the Project.

92. To commence the performance monitoring activity, which will be done under the detailed
design part of the services, the consultant will conduct socio-economic and baseline surveys.
The consultant will assemble appropriate data, including data obtained during PPTA
implementation and from other similar and relevant studies undertaken with the project area,
and carry out such additional socioeconomic and other baseline surveys that are required to
ensure that the project’s impacts can be effectively identified and monitored. Specifically, the
consultant will:

(i) ensure that monitoring and evaluation specialists liaise with all other technical
staff to develop and implement a comprehensive and effective monitoring and
evaluation program;
(ii) establish systems for recording data and statistics for such monitoring;
(iii) design surveys and identify the collection of other required data needed for the
monitoring and evaluation program, drawing on for example traffic and travel
surveys, household socioeconomic sample surveys, participatory rapid
appraisals, social and environmental impact assessments and indicators, and
secondary data from government sources. Where relevant, indicators shall be
disaggregated by gender and socioeconomic status;
47

(iv) produce baseline and subsequent reports; and


(v) evaluate the benefits of the project at completion in accordance with a schedule
and terms of reference to be mutually agreed by PIU, DOW and ADB prior to
project completion.

11. Reporting Requirements

93. Inception Report (at the inception of design and procurement support part). This
brief report will be submitted within four weeks of the commencement of the services. It will
update, based on initial findings and discussions with PIU, DOW, and ADB, the approach,
methodology, and work plan for the services originally submitted by the consultant in its
proposal for the services.

94. Progress Reports (quarterly throughout contract duration). These brief reports, to
be submitted each month, will inform PIU and DOW, and ADB of progress to the reporting date,
identify emerging difficulties in implementation, and outline proposed solutions. The reports will
provide, in clear presentations, the status of implementing the assignment, performance status,
and personnel schedule, and provide plans for the next month’s work. These reports will be to
the extent possible graphical in format, using a suitable project management application, with
the preference being for Microsoft Project.

95. PSC Report. This report, which will include PowerPoint and other presentations as
appropriate, will be prepared at least 2 weeks before the scheduled date for each PCC meeting.

96. Design Reports.


(i) Investigation Phase Report. The designers shall submit the Investigation
Phase Report for each bridge to the DOW for approval prior to proceeding with
the detailed design.
(ii) Final Design Report. The Final Design Report for each bridge shall be
submitted to the DOW for approval when the design for each is complete.
(iii) Drawings. The design drawings shall include drawings, as appropriate, to fully
document the works to be completed. All drawings shall be drawn at scales
suitable to show the required details. A full and complete set of drawings shall be
prepared for each bridge.

97. Draft Final Report – Detailed Design and Procurement part. This report will be
submitted in two parts, one at the conclusion of the design work and the second, as an
addendum to the first part, at the conclusion of the procurement activity. The report will
summarize all work done during the period of the detailed design services, and will include
detailed design information for all components of the project, status of safeguards activities,
outstanding and/or relevant tasks for the subsequent construction of the project, and other
information as appropriate.

98. Final Report – Detailed Design and procurement part. This report will be submitted
one month after receipt of the comments on the draft final report, including the procurement
addendum, from PIU, DOW, and ADB.

99. Baseline Environmental, Social and Performance Monitoring Reports and


Quarterly Updates. The baseline report will be prepared during the detailed design part and
updated on a quarterly basis during project implementation. Environmental and social
safeguards compliance reports will be included with the relevant progress report for the quarter.
48

100. Final Project Completion Report. This report will be submitted within 2 months of the
completion of the civil works, and will include a complete history of the implementation of the
civil works and the consulting contract.

101. The Consultant is to develop a schedule of required reports during the detailed design
and procurement activity. The schedule is to be included as an Annex to the Inception Report.

12. Individual Terms of Reference for Key Individuals

12.01. Qualification and Experience Requirements for Selected Personnel

102. The requirements described below are to broadly define the minimum qualifications and
experience to be possessed by a selection of nominated personnel of the Consultant.

103. The Project Manager/Chief Resident Engineer should have at least 15 years of
professional experience and have managed at least two projects of similar nature and
complexity. For international and national experts should have at least a bachelor degree in the
respective field, and having an overall experience of five years and at least two projects of
similar nature.

104. All engineers should be eligible to become a member of the Institution of Professional
Engineers PNG and have a minimum ten years experience in the supervision of road and bridge
construction, preferably in a developing country.

105. Where the same position is required for both Detailed Design and Implementation
Support including Construction Supervision, it is anticipated that the Consultant will ensure
continuity of consultants subject to satisfactory performance.

106. Project Manager/Chief Resident Engineer (International: part-time, 36 person-


months – 12 months Detailed Design, 24 months Implementation Support)

(i) Is an experienced senior engineer with sufficient experience as a team leader of


a large, multi-disciplinary consultant team to provide strategic direction, mentor
and advise team members, prepare detailed design and project implementation
plans for major construction projects of magnitude and nature similar to those of
the project and to ensure contractual obligations are delivered.
(ii) Experience in working as part of a team managing several construction
contracts, including progress and cost reporting.
(iii) Is an experienced senior engineer with sufficient experience in preparing detailed
designs for bridges and structures of magnitude and nature similar to those of the
project.
(iv) Is an experienced senior engineer with sufficient experience in supervising major
bridge and structures construction works in PNG.
(v) Experience in piling, earthworks, concrete works, structural steelwork, unbound
pavements and bitumen surfacing.
(vi) Is familiar with all bridge construction codes and standards in PNG.
(vii) Is familiar with FIDIC Conditions of Contract, and possesses experience in
managing preparation or execution phases of construction projects.
(viii) The Engineer’s Duties and Authority are as per FIDIC, Conditions of Contract for
Construction, Multilateral Development Bank Harmonised Edition, For
49

Participating Bank use only, General Conditions, Released 30 June 2010, Para
3.1 refers.
(ix) Is responsible for the overall quality assurance for the detailed design in
compliance with international quality assurance standards.
(x) Is experienced in providing critical inputs to the design teams timely and to the
satisfaction of the client.
(xi) Experience in quality control, environmental management, and social and gender
awareness would be well regarded.

107. Bridge Engineer (International: part-time, 24 person-months – 12 months Detailed


Design, 12 months Implementation Support)

(i) Is an experienced senior engineer with sufficient experience in bridge design for
bridges and structures of magnitude and nature similar to those of the project.
(ii) Is an experienced senior engineer with sufficient experience in designing bridges
and structures in PNG.
(iii) Experience in piling, earthworks, concrete works, structural steelwork, unbound
pavements and bitumen surfacing.
(iv) Is experienced in providing critical inputs to the design teams timely and to the
satisfaction of the client.
(v) Experience in quality control, environmental management, and social and gender
awareness would be well regarded.

108. Civil Engineer/Resident Engineer (International: full-time, 24 person-months – 24


months Implementation Support)

(i) Is an experienced engineer with sufficient experience in bridge design for bridges
and structures of magnitude and nature similar to those of the project.
(ii) Is an experienced senior engineer with sufficient experience in supervision of
infrastructure projects, including roads and bridges in PNG.
(iii) Experience in working as part of a team managing several construction
contracts, including progress and cost reporting.
(iv) Experience in piling, earthworks, concrete works, structural steelwork, unbound
pavements and bitumen surfacing.
(v) Is familiar with all bridge construction codes and standards in PNG.
(vi) Is familiar with FIDIC Conditions of Contract, and possesses experience in
managing preparation or execution phases of construction projects.
(vii) Is responsible to The Engineer for the overall quality assurance for the
construction supervision services in compliance with international quality
assurance standards.
(viii) Is experienced in providing critical inputs to the design teams timely and to the
satisfaction of the client.
(ix) Experience in quality control, environmental management, and social and gender
awareness would be well regarded.

109. Hydrologist (International: part-time, 15 person-months – 8 months Detailed


Design, 7 months Implementation Support)

(i) Is an experienced senior engineer with sufficient experience in hydraulic


engineering for bridges and structures of magnitude and nature similar to those
of the project.
50

(ii) Is an experienced senior engineer with sufficient experience in hydraulic


engineering for bridges and structures in PNG.
(iii) Is experienced in leading hydraulic investigations and providing critical inputs to
the design teams timely and to the satisfaction of the client.
(iv) Is experienced in leading supervising teams and familiar with hydrological
conditions in PNG, particularly in river morphology.
(v) Is experienced in providing critical inputs to the design teams timely and to the
satisfaction of the client.

110. Geotechnical Engineer (International: part-time, 18 person-months - 6 months


Detailed Design, 12 months Implementation Support)

(i) Is an experienced senior engineer with sufficient experience in geotechnical


engineering for bridges and structures of magnitude and nature similar to those
of the project.
(ii) Is an experienced senior engineer with sufficient experience in supervising
geotechnical engineering works for similar bridges and structures in PNG.
(iii) Is experienced in leading geotechnical investigations and providing critical inputs
to the design teams timely and to the satisfaction of the client.
(iv) Is experienced in leading supervising teams and familiar with geotechnical
conditions in PNG, particularly in riverine environments.
(v) Is experienced in providing critical inputs to the design teams timely and to the
satisfaction of the client.

111. Environmental Specialist (International: part-time, 9 person-months - 3 months


Detailed Design, 6 months Implementation Support; National: part-time, 20 person-
months - 4 months Detailed Design, 16 months Implementation Support)

(i) Is an experienced specialist with sufficient experience in conducting environment


studies and preparing EMPs to comply with the ADB Safeguard Policy
Statement, 2009 and relevant PNG requirements for construction projects with
environmental impacts similar to those of the project.
(ii) Is an experienced specialist with sufficient experience in monitoring contractors’
compliance with environmental provisions of the contract and preparing required
documentation for construction projects in PNG.
(iii) Capacity to train staff and contractors in environmental safeguards.
(iv) Is experienced in providing critical inputs to the design teams timely and to the
satisfaction of the client.
51

112. Resettlement Specialist (International: part-time, 8 person-months - 4 months


Detailed Design, 4 months Implementation Support; National: part-time, 20 person-
months - 3 months Detailed Design, 17 months Implementation Support)

(i) Is an experienced specialist with sufficient experience in conducting social and


resettlement studies and preparing required documentation for construction
projects with social and resettlement impacts similar to those of the project.
(ii) Is an experienced senior specialist with sufficient experience in managing and
implementing resettlement, social and gender specific and HIV/AIDS specific
action plans and preparing required documentation for construction projects in
PNG.
(iii) Capacity to train staff and contractors in social/resettlement safeguards.
(iv) Is experienced in providing critical inputs to the design teams timely and to the
satisfaction of the client.

113. Social and Gender Specialist (International: part-time, 9 person-months – 3


months Detailed Design, 6 months Implementation Support)

(i) Refine GAP of the project and prepare detailed implementation work plans in
collaboration with project design team and other implementation consultants.
(ii) Conduct gender awareness training for project staff at all levels.
(iii) Monitor the incorporation of GAP in bridge designs and in the site selection of
reusable bridge locations.
(iv) Help organize awareness training or education programs, including HIV/AIDS,
gender awareness, and road safety education programs, by overseeing the
design and content of training programs. Monitor the impact of training programs.
(v) Facilitate equal participation, consultation, and training of women participating in
project activities, including construction work, maintenance activities, road safety
programs. Pay particular attention to potential resistance to women’s
participation, and facilitate conflict resolution, as required.
(vi) Develop monitoring and evaluation indicators of GAP and ensure that community
engagement and gender issues are properly addressed in all project activities.
(vii) Collect sex-disaggregated data for baseline, mid-term, and final monitoring
surveys and analyze the progress of GAP and other gender issues in monitoring
reports.
(viii) Ensure regular project progress reports include the progress of GAP
implementation.

114. Procurement/Contract Management Specialist (International: part-time, 6 person-


months - 6 months Detailed Design)

(i) Is an experienced senior specialist with sufficient experience in procurement for


engineering structures of magnitude and nature similar to those of the project.
(ii) Is familiar with FIDIC Conditions of Contract, and possesses experience in
procurement for construction projects financed by multilateral development
banks.
(iii) Possesses experience in dispute resolution and claims management for
construction projects.
(iv) Is experienced in providing critical inputs to the design teams timely and to the
satisfaction of the client.
52

115. Bridge Engineer (National: full-time, 36 person-months – 12 months Detailed


Design, 24 months Implementation Support)

(i) Is an experienced engineer with sufficient experience in bridge design for bridges
and structures of magnitude and nature similar to those of the project.
(ii) Is an experienced engineer with sufficient experience in designing bridges and
structures in PNG.
(iii) Experience in piling, earthworks, concrete works, structural steelwork, unbound
pavements and bitumen surfacing.
(iv) Is experienced in providing critical inputs to the design teams timely and to the
satisfaction of the client.
(v) Experience in quality control, environmental management, and social and gender
awareness would be well regarded.

116. Site Engineers (on site x3) (National: full-time, 24 person-months - 24 months
Implementation Support)

(i) Has broad experience in design, scoping and supervision of infrastructure


projects, including roads and bridges in PNG.
(ii) Experience in working as part of a team managing several construction
contracts, including progress and cost reporting.
(iii) Experience in piling, earthworks, concrete works, structural steelwork, unbound
pavements and bitumen surfacing.
(iv) Is familiar with FIDIC Conditions of Contract, and possesses experience in
managing preparation or execution phases of construction projects.
(v) Is familiar with all bridge construction codes and standards in PNG.
(vi) Is responsible to The Engineer for the overall quality assurance for the
construction supervision services in compliance with international quality
assurance standards.
(vii) Is experienced in supervising road maintenance and civil engineering works in
PNG.
(viii) Is experienced in providing critical inputs to the design teams timely and to the
satisfaction of the client.
(ix) Experience in quality control, environmental management, and social and gender
awareness would be well regarded.
53

VII. SAFEGUARDS

117. Social Safeguards. The project has been classified as category B for involuntary
resettlement and indigenous peoples. Resettlement Plans (RPs) have been prepared for five
road corridors based on the assessment of impacts and consultations with affected landowners.
The RPs include adequate measures to compensate for affected land and assets and to assist
affected persons to restore or improve their livelihoods. A Resettlement Framework (RF) has
been prepared providing guidelines on screening, assessment and preparation of RPs, if
needed, for replacement of bridges on national highways and placement of bridges on provincial
roads that will be selected during implementation. Since indigenous peoples are sole majority of
the project beneficiaries, the overall project design, including the RF and RPs, integrates the
elements of indigenous peoples to ensure that they receive culturally appropriate benefits and
actively participate in the project activities.

118. The Department of Works (DOW) will update RPs prepared under PPTA for the
replacement of bridges in the five road corridors after the detailed design. If any additional
bridges are selected on the national highways, DOW will prepare additional RPs following the
RF. While the placement of Bailey bridges on provincial or district roads is not expected to
require acquisition of land, DOW will undertake due diligence to screen potential impacts and
prepare RPs, if needed, following the RF once their locations are finalized.

119. DOW will coordinate with the Department of Lands and Physical Planning (DLPP) and
the provincial governments for activities related to land acquisition and resettlement. DOW will
coordinate with other line agencies or non-government agencies, as needed. The RF and RPs
include detailed steps required for land acquisition and resettlement process and roles of
different agencies to be involved in the project implementation.

120. DOW and provincial governments will assign land officers, including a Land Officer
within the PIU, to manage land acquisition and resettlement activities. The project management
consultants will include an international resettlement specialist and a national resettlement
specialist to assist DOW and provincial governments to manage social safeguard aspects.

121. The project management consultants will support in building capacity within DOW,
DLPP, and provincial governments to prepare, implement, and monitor RPs. They will
conduct/organize necessary trainings on social safeguards and other necessary skills (e.g.,
surveys) to the relevant staff from DOW, DLPP, provincial/district land offices, and any other
organizations that might be involved in land acquisition and resettlement activities.

122. Environment. Initial environmental examinations have been completed for replacing
bridges along five road corridors. Where Bailey bridges will be dismantled for replacement
bridges these will be re-erected in new sites. Sites for re-erection of Bailey bridges and any
additional replacement bridges will be determined during Loan drawdown. An Environmental
Assessment and Review Framework (EARF) has been prepared to guide the assessment and
review process which includes the replacement of bridges and the re-erection of any dismantled
Bailey bridges in rural areas in PNG. These investments, will be dispersed along five national
highways. Apart from some minor concerns with water quality where work in the river channel
may be required, construction is not expected to cause any other significant impacts. All impacts
are expected to be small-scale and repetitive in nature. Once sites are selected, specific details
on how to mitigate and monitor effects are provided in the EMP contained in the project's IEE.
Approval of bridge replacement and re-erection is not a prescribed activity within PNG
54

environmental legislation and instead the IEEs will be approved by (i) the DOW PIU and (ii) the
ADB. IEEs will also be copied to the DEC for their information.

123. Figure 1 outlines the major actions associated with preparation, submission and
approval of environment documents to the ADB and the PIU. The responsibilities of the two
management structures are; (i) the Project Implementation Unit (PIU) will be located within the
DOW structure whose task is to review documents that emanate from (ii) the implementation
consultant (the consultant). The consultant will prepare the safeguard documents and supervise
the contractor. The PIU will have the overall responsibility for implementing safeguards and will
arrange approval of the document at this level. The PIU will also arrange for a copy of the IEE to
be sent to the ADB for their approval. The consultant will appoint (i) an international
Environmental Safeguards Specialist, and (ii) a national Environmental Officer. They will assist
the Project Engineer appointed by the consultant in supervising the implementation of the
safeguards by the contractor.
55

Figure 1: Environmental Actions and Conditions

Environmental Management Actions Conditions Required to Complete Actions

Pre-construction Stage Project becomes effective. Budget, facilities and staff for environmental
management in PIU and SC provided according to
Loan Agreement and EARF.

Supervising Consultant appoints Environmental


Supervising Consultant (SC) appointed.
Establish environmental management system Safeguards Specialist (ESS) and Environmental
PIU formed in DOW.
Officer (EO) according to Loan Agreement.

Supervising Consultant ESS/EO prepares additional Environmental studies (EEs) prepared for IEEs prepared according to EARF.
environmental studies. additional sites.

IEEs submitted to (i) ADB and (ii) PIU.


Reviewed by ADB and PIU and if satisfactory, IEEs approved by ADB and PIU as per EARF
approved. IEE copied to DEC.

 ESS/EO review EMP and extract construction


section of EMP. EMP reviewed by ES and construction Supervising Consultant has necessary technical
 Supervising Consultant includes construction mitigation measures extracted and integrated capacity and experience to satisfactorily integrate
section of EMP in tender document. into tender (Bid and Contract) documents EMP requirements into design.
 Tender document submitted to PIU for review.
 PIU reviews tender documents to confirm that
environmental management provisions are Environmental conditions have been prepared and
Tender documents prepared by SC. Submitted are integrated into tender documents
included and are sufficiently robust. to PIU.

ESS/EO assists Bid Evaluation Committee in


Tenders evaluated and Contractor appointed ESS/EO included in Bid Evaluation Panel
reviewing Bid environmental conditions. Rank
contractors on their environmental abilities
 Contractor appoints Environmental and Health
EDS/EO review and approve CEMP. Copies Contractor prepares CEMP and Safety Officer and Community Liaison
approval to PIU. Officer.
 Contractor has 14 days to prepare CEMP
ESS/EO verifies that Contractor is able to comply Contractor inducted to site
with CEMP at site meeting. ESS/EO induct contractor to site
56

Environmental Management Actions Conditions Required to Complete Actions


Contractor takes possession of construction site
ESS/EO monitor contractor’s mobilization. Contractor approved to start work only after (i) CEMP has been approved and (ii)
safeguards induction is completed satisfactorily
Construction Stage Contractor complies with CEMP requirements for
Contractor begins work.
 ESS/EO assist PE in monitoring contractor’s implementing and monitoring work on-site
work as required.  ESS/EO verify monitoring is completed to meet
 ESS/EO independently monitor construction EMP requirements.
activities. Environmental monitoring undertaken and
reports prepared. (i) By Contractor: monthly  ESS/EO review and sign-off on completed
 ESS/EO assist ADB on supervision missions environmental report sent to SC; (ii) Quarterly work.
according to the Loan Agreement environmental report sent to ADB via PIU  ESS/EO issue Defect Notices for non-compliant
according to the Loan Agreement.
 If noncompliance is identified, ESS/EO issue work.
Defect Notices.  ESS/EO submits quarterly monitoring report to
ADB for review according to the Loan
Construction completed and project Agreement.
ESS/EO certify that work is completed according to
EMP conditions. commissioned
Project works completed in accordance with the
EMP and all sites satisfactorily rehabilitated and
restored.
 Payments may be withheld if sites not cleared
and closed to meet EMP specifications.
Operation DOW submit monitoring reports to ADB according to
Submission of monitoring reports to ADB requirements of Loan Agreement.
according to Loan Agreement
57

VIII. GENDER AND SOCIAL DIMENSIONS

124. PNG ranks 149 out of 179 countries in the United Nations Development Programme’s
Human Development Index. With 87% of the population living in rural areas, the poverty
incidence is higher in rural than urban areas. Given the reliance on subsistence farming in most
rural areas, the nature of rural poverty relates more to a lack of access to quality essential social
services such as education and health facilities, and lack of income earning opportunities, rather
than extreme hunger or destitution. Access to basic social services is especially constrained in
rural areas due to poor infrastructure coverage, including road connectivity and transport
services.

125. The project will contribute to poverty reduction and socio-economic development in the
project areas by improving access of rural population to livelihood opportunities and basic social
services, reducing their travel time, and making these essential trips safer. The improved
accessibility will increase economic opportunities of poor rural households, promote school
attendance among children, and improve health outcomes among women and children by
facilitating access to health facilities.

Outputs Proposed Gender Mainstreaming Activities Primary


and Activities (Target) Responsibility
Output 1. Bridges replaced on national highways to reduce bottlenecks and improve safety
20-30 bridges replaced in  Ensure standardized designs for reconstructed bridges DOW and International
five national road include measures to remove physical barriers to, and SGDS
corridors constraints on, access by women and children.
 Ensure bridge design incorporates measures to DOW and International
enhance road safety, including pedestrian access with SGDS
guard-rails and footpaths on bridge approaches and
abutments and steps down to water bodies.
 Concrete stairways will be provided on each bridge DOW and International
extending from the roadway level to the normal water SGDS
level below. A single handrail will be provided on the
outside of the staircase. Two stairways will be provided
for each abutment.
 Ensure participation of women (at least 50%) in PIU and national SGDS
community consultations and meetings; if necessary,
organize separate meetings for men and women.
 Give preference to bidding documents which include PIU and national SGDS
provisions to hire local labor for construction work,
including at least 30% women.
 Ensure equal pay for equal work between male and PIU and national SGDS
female workers, and payment for women is to be paid
directly to them.
 Provide HIV/AIDS and gender awareness training for all PIU and national SGDS
construction workers and neighboring community
members.
58

Output 2. Reusable Bailey bridges installed on rural roads to reduce travel time
Reconstruction of up to  Ensure selection criteria for reusable bridge subprojects DOW and International
27 reusable Bailey include women’s access to social services such as SGDS
bridges on rural roads education, health facilities, and market access.
 Ensure Bailey bridges are fitted with pedestrian DOW and International
footpaths and guard-rails for safety of women and SGDS
children.
 If land needs to be acquired for the installation of PIU and national SGDS
reusable bridges, ensure that affected females are
compensated at the same rate of payment as affected
males, and provided adequate arrangements to
maintain livelihoods.
 Ensure that any agreement for maintenance activities of PIU and national SGDS
bridges provides equal opportunities for men and
women in communities.
 Ensure that all subprojects include guidelines DOW, PIU and national
addressing the risk of HIV/AIDS and STIs among SGDS
construction workers and communities.
 Ensure community consultations regarding bridge
maintenance plans include at least 50% of women
participants; if necessary, organize separate meetings
for women and men in communities.
 Ensure routine maintenance activities engage at least
50% of women to provide income-earning opportunities.
Output 3. Road safety awareness in rural areas improved
Development and  Ensure that road safety education programs include DOW, PIU, international
implementation of a Rural specific modules addressing (i) road safety issues of SGDS, national SGDS
Road Safety Education school children, and (ii) personal safety concerns of
Program women and young children.
 Ensure that both males and females equally participate PIU and national SGDS
in road safety awareness training which addresses
personal safety concerns of women and young girls (at
least 50% male participants).
 Ensure women are represented in the implementation PIU and national SGDS
of road safety programs at the community level (at least
50% are female).
Output 4. Project implementation unit administers implementation
Effective and efficient  Ensure the employment of SGDS in the PIU to manage DOW
project implementation the implementation of gender action plans, community
consultations, and awareness training.
 Provide gender awareness training to project staff at PIU and international
PIU and provincial offices. SGDS
 Develop a project performance system that includes PIU and international
indicators measuring the implementation and progress SGDS
of the gender action plan.
 Ensure the inclusion of sex-disaggregated data in the PIU and international
baseline, progress, monitoring and evaluation reports. SGDS
 Ensure regular progress reports include the progress of
GAP implementation. PIU and national SGDS
IMPLEMENTATION ARRANGEMENTS
The GAP will be implemented by the PIU that will include one full-time national SGDS for the duration of project
implementation under the supervision of international SGDS (intermittent). The specialists will be responsible for
incorporating the GAP into project planning and implementation programs, including awareness training and
establishment of sex-disaggregated indicators for project performance and monitoring. The progress of GAP activities
will be included in regular progress reports on overall project activities submitted to ADB and the Government of
PNG.
59

IX. PERFORMANCE MONITORING, EVALUATION, REPORTING AND


COMMUNICATION
A. Project Design and Monitoring Framework
Data Sources and
Performance Targets and Reporting Assumptions and
Design Summary Indicators with Baselines Mechanisms Risks
Impact By 2020: Assumption
The rural population Enrollment at primary Household income and The Government
in selected provinces schools increases from 53% expenditure surveys continue to support and
has improved access to 90%a implement its
MDG monitoring
to markets and social Development Strategic
Primary education surveys
services Plan (2010–2030) and
completion increases from
Project performance Strategic Vision 2050
45% to 78%a
monitoring reports
Proportion of pregnant Risk
Demographic and Political instability
women receiving antenatal
health surveys
care increases from 59% to
75%a National health
information system
Reduction in under-5 child
mortality from 75/1,000 to
44/1,000a
Outcome By 2016: Assumption
The road network in Traffic on rural roads Quarterly project Sustainable financing of
rural areas of increases annually by 8% reports Bailey bridge
selected provinces is maintenance on rural
Average time for access to Project performance
better connected, roads by the provinces
markets, schools and clinics monitoring reports
more efficient, and
reduced by 25%b Risk
safer Loan reviews
No. of accidents on national Provincial Governments
highways reduced by 15% may lose interest in the
project as they do not
directly implement or
benefit
Outputs By 2016: Assumptions
1. Single-lane Bailey 20-30 two-lane bridges Quarterly project Continued
bridges are replaced completed reports Government’s support
with permanent two- to the bridge
Improved bridge design Project performance
lane structures on replacement program
involving concrete stairways monitoring reports
five priority national
to provide women access to Sustainable counterpart
roads Loan reviews
water financing
2. Reusable Bailey 25-40 Bailey bridges Risks
bridges installed on completed
Communities do not
rural roads
Improved system for women show interest in
and children through maintaining bridges
specially constructed
pedestrian walkways in
Bailey bridges
Routine maintenance of
Bailey bridges by benefiting
communities include at least
60

Data Sources and


Performance Targets and Reporting Assumptions and
Design Summary Indicators with Baselines Mechanisms Risks
50% women
Bridge inventory and
condition reported annually
3. Capacity of DOW Road safety awareness of
to implement the rural population increased
BAMS improved by 50% in selected
provinces
4. Road safety Road safety awareness
awareness in rural programs have at least 50%
areas improved women participation
5. Project Projects outputs delivered
implementation unit on time and within budget
administers
implementation
Activities with Milestones Inputs
1.1 Consulting services engaged for design, ADB: $90 million
construction supervision, and overall
implementation support (2011) Item Amount ($ million)
1.2 Design and bid documents completed (2012) Civil Works 63.82
1.3 Civil works contracts awarded for replacing
existing Bailey bridges with wider new bridges Capacity Development of
0.65
(2013) DOW’s BAMS
1.4 New bridges completed (2016)
Road Safety Awareness in
0.55
2.1 Civil works contracts awarded for installation of Rural Areas
reusable Bailey bridges on rural roads (2013)
2.2 Bailey bridges completed on rural roads (2016) Project Administration 0.70
2.3 Capacity development of benefiting communities Contingencies 13.38
in maintaining Bailey bridges (2015)
Loan Financing Charges 2.40
3.1 DOW’s BAMS Unit engages and train staff to
undertake bridge inventory and condition surveys Consulting Services (about
(2012) 173 person-months of
8.50
3.2 Field work conducted (2013) international and 148
3.3 BAMS database updated (2014) person-months of national)
4.1 DOW engages NRSC to improve awareness of Government: $10 millionc
rural communities in road safety in Project area Item Amount ($ million)
(2012)
4.2 NRSC plan and develop campaigns (2013) Civil Works 9.38
4.3 NRSC undertake safety awareness campaigns
Resettlement 0.62
(2014)
Technical Assistance: $800,000
5.1 DOW administers the project through PIU and
implements the gender action plan (2016)
a
PNG Government’s Development Strategic Plan (2010–2030).
b
PNG Country Partnership Strategy (2011–2015).
c
Includes taxes and duties of $7.35 million.
Source: ADB estimates.
61

B. Monitoring

126. Project Performance Monitoring. DOW has agreed to a set of indicators for evaluating
project performance in relation to its impacts, outcomes, outputs, and conditions. At the
beginning of project implementation, DOW will establish baseline and target values for the
indicators. The indicators will be measured at project inception, project completion, and 3 years
after project completion and compared with the baseline. Data will be disaggregated by gender.
The consultants will provide support for monitoring and evaluation. The main sources of data
will include (i) secondary data from the Borrower’s sources, (ii) traffic counts, (iii) traffic accident
database, and (vi) producer and price surveys. DOW shall submit a report to ADB summarizing
the findings of monitoring at inception, project completion, and 3 years after project completion.

127. Compliance Monitoring. The ADB project team will field a minimum of 2 review
missions per year (1 full and 1 short) to review and monitor the compliance of covenants—
policy, legal, financial, economic, environmental, and others.

128. Safeguards Monitoring: DOW shall regularly monitor the contractor's environmental
performance based on the provisions of the EMP. DOW shall submit environmental monitoring
reports to ADB on a semi-annual basis. The new DOW Social and Environmental Unit will be
responsible for this. Resettlement issues, if any, will also be regularly monitored by the
Consultant under its regular reporting requirements.

129. Labor, Gender, and Social Dimensions Monitoring: DOW will monitor labor, gender
and other social development aspects described in Section VIII, similar to safeguards
monitoring. The national labor and gender consultant will set up these monitoring systems and
build capacity of the EA in this area. The PMU will incorporate labor and gender monitoring in
quarterly progress reports to ADB and the Government of PNG. Gender and social issues will
also be regularly monitored by the Consultant under its regular reporting requirements.

C. Evaluation

130. In addition to regular quarterly reviews by ADB staff, the Government and ADB will
jointly undertake a midterm review of the project in late 2013 to assess (i) the status of
implementation, (ii) the design and construction standards, (iii) the performance of consultants
and contractors, (iv) the impacts of the project, (v) the status of compliance with the covenants
stipulated in the Loan Agreement, and (vi) the need for any changes in the project scope or
schedule to achieve the project’s outputs and outcomes. Within 6 months of physical completion
of the project, DOW will submit a project completion report to ADB.14

D. Reporting

131. DOW will provide ADB with (i) quarterly progress reports in a format consistent with
ADB's project performance reporting system; (ii) semi-annual environmental monitoring reports
on progress of EMP implementation, compliance issues and corrective actions, if any; (iii)
consolidated annual reports including: (a) progress achieved by output as measured through the
indicator's performance targets, (b) key implementation issues and solutions; (c) updated
procurement plan and (d) updated implementation plan for next 12 months; and (iv) a project
completion report within 6 months of physical completion of the project.

14
Project completion report format available at: http://www.adb.org/Consulting/consultants-toolkits/PCR-Public-
Sector-Landscape.rar.
62

132. DOW will monitor project implementation in accordance with the implementation
schedule and will keep ADB informed of any significant deviations from the schedule. The
quarterly report will include basic data on utilization of funds, achievement of immediate
development objectives, compliance with covenants, implementation progress, land acquisition,
resettlement progress, and major issues and problems.

133. DOW will submit to ADB annual contract awards and disbursement projections. This
requirement is effective in monitoring project implementation and will help identify impediments
to implementation progress. The annual projections are submitted to ADB on 15 December of
each year.

134. The project completion will provide a detailed evaluation of the project design, costs,
contractors’ and consultants’ performance, social and economic impact, economic rate of return,
and other details as may be requested by ADB.

E. Stakeholder Communication Strategy

135. All relevant project documents will be uploaded in DOW and ADB websites. The
resettlement framework and semi-annual environmental monitoring reports submitted by DOW
shall be posted on ADB website upon receipt. The project will also implement a community-
based road safety campaign, an HIV/AIDS awareness and prevention program to mitigate the
potential HIV-related impacts of road construction in rural communities, and a human trafficking
awareness and prevention program.
63

X. ANTICORRUPTION POLICY

136. ADB reserves the right to investigate, directly or through its agents, any violations of the
Anticorruption Policy relating to the project.15 All contracts financed by ADB shall include
provisions specifying the right of ADB to audit and examine the records and accounts of the
executing agency and all project contractors, suppliers, consultants and other service providers.
Individuals and entities on ADB’s anticorruption debarment list are ineligible to participate in
ADB-financed activity and may not be awarded any contracts under the project.16

137. To support these efforts, relevant provisions are included in the loan and project
agreements, and will be included in the bidding documents for the project.

138. The government and the provincial governments shall ensure that (i) the project is
carried out in compliance with all applicable PNG anticorruption regulations and ADB’s
Anticorruption Policy, including cooperating fully with any investigation by ADB directly or
indirectly of any alleged corrupt, fraudulent, collusive or coercive practices relating to the
project, and (ii) when offered, all relevant staff will actively participate in training in PNG’s
anticorruption regulations and ADB’s Anticorruption Policy.

A. Anticorruption measures

139. In accordance with ADB requirements, a governance risk assessment in the areas of
public financial management, procurement and anticorruption was undertaken and significant
risks and associated mitigating measures identified in each. In addition, risks and associated
mitigating measures in human resource management and project implementation were
identified. Refer to linked document 24 of the Report and Recommendation of the President to
the Board of Directors for the risk assessment and risk management plan.

140. As identified in the risk assessment and risk management plan certain anticorruption
safeguards have, or will be, incorporated into the project to mitigate the risk of diversion of funds
and to enhance and strengthen governance, accountability and transparency.

141. Project website. A project website will be established within the existing DOW website
where the borrower will disclose key project related information including the audited project
financial accounts, project progress, and procurement activities including the publishing of short-
lists, invitation for bids and contract awards.

142. Supervision consultants. Supervision consultants will monitor civil works and
operational activities.

143. Audit requirements. As indicated above, contracts financed from ADB funds will
include provisions specifying the right of ADB to audit and examine the records and accounts of
all contractors, suppliers, consultants and other service providers. In addition, contracts, project
accounts and financial statements will be independently audited and forensic audits will be
conducted of suspected corruption cases. An internal audit of the project shall be included in the
work plan of the internal audit unit of DOW.

15
Available at: http://www.adb.org/Documents/Policies/Anticorruption-Integrity/Policies-Strategies.pdf.
16
ADB's Integrity Office web site is available at: http://www.adb.org/integrity/unit.asp.
64

144. Ombudsman. The existing PNG Ombudsman institution may be called upon to
investigate any irregularities or complaints.

145. Grievance redress mechanism. Within 3 months of the effective date, the project
implementation staff shall prepare a grievance redress mechanism, acceptable to ADB, and
appoint an officer to receive and resolve complaints or grievances or act upon reports from
stakeholders on misuse of funds and other irregularities, including relating to interactions with
communities. The project implementation staff shall inform stakeholders of their right to submit
complaints or grievances relating to the project.
65

XI. ACCOUNTABILITY MECHANISM

146. People who are, or may in the future be, adversely affected by the project may address
complaints to ADB, or request the review of ADB's compliance under the Accountability
Mechanism.17

17
For further information see: http://compliance.adb.org/.
66

XII. RECORD OF PAM CHANGES

147. All revisions/updates during course of implementation should be retained in this Section to
provide a chronological history of changes to implemented arrangements recorded in the PAM.
Appendix 1 67

BRIDGE DESIGN BRIEF

1. This bridge design brief sets out the design requirements for all bridges to be
constructed under the ADB Bridge Replacement Program. The use of this bridge design brief
will encourage the development of standardized bridge designs across the program and the
introduction of techniques new to PNG to provide cost-efficient bridge designs.

2. Box culverts as included in this bridge design brief shall be designed as bridge
structures unless separately specified.

1. Bridge General Requirements

1.1. Stream Channel Stability

3. The majority of bridge failures in PNG result from stream channel changes that result in
abutment washout or inundation of the bridges. Stream channels can be of several types and
these relate to the regime of the streams. Streams are of many types including meandering
streams, braided streams, and fan streams. The catchments of many streams in PNG are
subject to earthquake induced landslides that result in very high stream sediment loads and
rapid changes in stream bed level.

4. The designers shall undertake a morphology study of each stream to be crossed


including a history of the prior bridges at each site to assess the stream regime, the likely
changes in the stream channel with time, the overall stability of the stream channel at the bridge
site, the extent and type of any river training works to maintain the stream channel at the bridge
and the likely performance of a bridge constructed at the site.

5. Bridge performance in some regions may also be affected by morphology changes


resulting from volcanic eruptions. The designers shall review the past earthquake, landslip and
volcanic history of the bridge sites.

6. The designer shall advise the DOW if a proposed bridge site is not suitable for the
proposed bridge, and the DOW will advise if a bridge design is required for the site or if the site
can be removed from the design program.

1.2. Bridge Alignment

7. All replacement bridges shall be located generally on the same alignment as the existing
stream crossing or on the same alignment as the prior bridge where the bridge has been
removed or washed away. This shall require a temporary road crossing of the stream during
construction of the new bridge.

8. For bridge sites where the cost of a temporary stream crossing would be very high, the
new bridge shall be located immediately adjacent to the existing bridge subject to the approval
of the DOW and the availability of the required land.
68 Appendix 1

1.3. Bridge Length

9. The project costs are greatly influenced by the lengths of the bridges and therefore the
bridge lengths shall be minimized as much as possible to reduce the project cost. The bridge
lengths shall be determined to provide sufficient waterway area as calculated by hydrological
analysis, to not constrict the streams and to provide for adequate scour protection to the
abutments.

10. Reinforced concrete box culvert structures may be provided as an alternative to bridge
structures on small streams. Box culverts shall be single cell and the roof of the cell shall form
the roadway.

1.4. Bridge Configuration

11. The designers shall design the bridges to following configuration:

(i) Two-lane bridges for bridges of up to 60 m overall length,


(ii) Single-lane bridges with substructures designed for future widening to two-lanes
for bridges with an overall length between 60 m and 100 m where the existing
level of traffic is less than 500 vpd (vehicles per day, weekly average), otherwise
two-lane bridges are to be provided.
(iii) Single-lane bridges for bridges 100 m or longer where the existing level of traffic
is less than 500 vpd, single-lane bridges with substructures designed for future
widening to two-lanes where the existing level of traffic is less than 1,000 vpd,
otherwise two-lane bridges are to be provided.

12. These criteria shall be assessed using the latest vehicle traffic data available from the
DOW.

13. Bridge deck traffic lanes shall have a width of 3.25 m; there shall be a shoulder width of
0.5 m between the traffic lane and the kerb.

14. Concrete traffic barriers will not be used to permit pedestrians to move between the
vehicle deck and the footways; non-mountable kerbs will be provided. Concrete traffic barriers
will be provided at each end of the bridge to funnel the traffic onto the bridge.

15. A single walkway with a clear width of 1.2 m shall be provided on all permanent bridges
except for bridges located in built-up areas where two footways shall be provided. A walk path
with a clear width of 1.2 m shall be provided to connect the road formation to the walkway(s) on
each bridge located behind the bridge approach protection(s).

16. Box culvert stream crossings shall be designed to provide traffic way the same width as
the adjacent road formation width. A separate walkway is not required at box culvert structures.

17. All temporary (Bailey) bridges shall be designed as single-lane single-span bridges with
no separate walkways.

18. Concrete stairways shall be provided on each bridge or box culvert abutment extending
from the roadway level to the normal stream water level. Two stairways shall be provided to
each abutment to bridges with two footways. The stairways shall have a clear width of 1.2 m.
The stairways shall be designed in accordance with AS1657 except that a single rail handrail
Appendix 1 69

shall be provided on the outside of the walkway. The handrail and supports shall be constructed
from galvanized steel water pipe with a minimum diameter of 80 mm with fully welded joints;
supports shall be at a maximum spacing of 3 m. The supports shall be built-in to concrete
footings with a minimum volume of 0.15 m3.

19. Bridge decks will not have any additional surfacing. An additional thickness of 20 mm will
be added to the top cover of the bridge deck as a wearing surface.

1.5. Bridge Protection

20. Permanent bridges shall be provided with a combination of flexible guard rail and
concrete barriers immediately adjacent to the bridge abutments to protect the bridge and
pedestrians from vehicle impact. These barriers will be designed to slow impacting vehicles
down gradually rather than a sudden stop.

21. Box culvert structures shall be provided with flexible guard rail barriers adjacent to the
structures.

22. Temporary bridges shall be provided with flexible guard rail barriers and impact posts in
line with the bridge trusses immediately adjacent to the bridge abutments to protect the bridge
and pedestrians from vehicle impact. The impact posts shall be 250 UBP sections 1.8 m long
built 900 mm into concrete footings with a minimum volume of 0.3 m3.

23. All permanent bridges shall be provided with approach slabs at each abutment. The
approach slabs shall be supported at the abutments but shall be free to rotate. The approach
slabs shall be designed assuming that the soil support load is along the back edge of the
approach slab.

24. Galvanized steel impact angles shall be provided at all concrete corners exposed to
traffic loading or debris impact.

1.6. Bridge Substructures

25. All design of bridges for this project shall include substructures that will not fail if the
stream banks are scoured out to the lowest stream bed level. All bridges shall be founded on
piles unless a competent non-erodible material such as rock occurs at a high level. Gabion
structure abutments are not acceptable for bridges.

26. All permanent bridges shall be designed for complete abutment washout to the stream
bed level extending back to the piles. The superstructure may be considered to prop the
abutments in this case.

27. For multi-span bridges, the abutments shall be designed as piers to permit their simple
conversion to piers in the event that an abutment is washed out and a decision is made to
extend the bridge.

28. Scour protection shall not be considered as providing any capacity to limit or reduce
scour.

29. All piled foundations shall allow for the maximum calculated scour depth at each
abutment or pier and the piles shall be designed to develop full fixity in bending below the scour
70 Appendix 1

depth. This requirement requires that piles designed to be driven into ground containing boulder
beds or dense materials are suitable for passing obstructions and extending into solid ground.
Driven piles that are likely to reach refusal at less than the required depth shall not be
acceptable.

30. Box culvert structures may be considered as pad footings and shall include measures to
prevent piping through the approach backfill or foundation. Box culverts shall be designed for
the maximum calculated scour downstream of the structure.

1.7. Proposed Bridges

31. The various types of bridge are listed below:

Proposed Bridge Types


Bridge Comment
Description
Type
1 Multi-span bridge Continuous composite steel or prestressed concrete girder
superstructure with articulated ductile substructures. The piers
shall be ductile.
2 Single-span bridge Composite steel or prestressed concrete girder or steel through
truss superstructure with non-ductile substructures. Ductile
superstructure/substructures connections shall be provided.
3 Single-span bridge for Overhung continuous single-span composite steel girder
high seismic areas supported on two piers with cantilever ends connecting to the
approach road embankments. The piers shall be ductile.
4 Box culvert Cast reinforced concrete single-cell box culverts may be adopted
for small streams where appropriate. The box culvert shall be full
height with the roadway on the top slab to minimize the possibility
of debris blocking during floods.
5 Bailey bridge (reuse These are used for the reuse bridges on adjacent feeder roads.
bridge) Substructures shall be designed for scour and limited seismic
resistance.

32. The proposed bridge cross sections are listed below:

Proposed Bridge Cross Sections


Section
Description Comment
Type
1 Two-lane Adopted for most bridges
2 One-lane with Adopted for long bridges on medium traffic roads
provision for widening
3 One-lane Adopted for long bridges on low traffic roads
4 Full formation width Adopted for box culverts

33. Bridge configuration is designated by a code in which the first number designates the
structure type and the second number designates the cross section type.
Appendix 1 71

(i) A 4.4 bridge is a reinforced concrete box culvert.


(ii) A 3.1 bridge is a two-lane single span bridge in a seismic area.

34. The designed shall consider all available options for the bridge superstructures including
but not limited to:

(i) Composite steel girder


(ii) Prestressed concrete girder
(iii) Steel through trusses
(iv) Single-cell reinforced concrete box culverts.

35. The designer shall consider whole-of-life costs in the comparisons of the superstructure
options and the cost estimates should allow for all the construction requirements for each option
considered.

36. If steel through trusses are recommended, the proposal layout should include additional
end protection to protect the steel trusses from vehicle impacts.

37. Bridges less than 40 m overall length shall be designed without movement joints unless
ductile superstructure/substructures connections are provided. Movement joints shall be
designed to be low maintenance and shall be suitable for repair using materials available in and
fabricated in PNG.

1.8. Reuse Bridges

38. The Bailey bridges recovered from the sites of replacement bridges are to be used to
construct reuse bridges on feeder roads.

39. The designers shall:

(i) Undertake a survey of the Bailey bridging to be recovered from the replacement
bridge sites to determine the type, quantities, missing components, damaged
components, and condition. All original and ungalvanized Bailey components
shall be discarded.
(ii) Determine the Bailey bridging requirement for the identified reuse bridge sites.
(iii) Match the available Bailey to the reuse sites, allowing for any necessary down
rating of the Bailey capacity, determine the requirement for additional
components
(iv) Document to procedure including any repair or painting of Bailey components.

1.9. Civil Works Design

40. Civil works will be designed in accordance with the DOW Road Design Manual
appropriate for the class of road. DOW design standards for rural roads are below:
72 Appendix 1

DOW Rural Road Design Standards


Traffic Traffic Design Width of Width of
Terrain Type
Category (vpd) Speed (kph) Pavement (m) Formation (m)
Heavy >400 Flat and rolling 80 6.5 8.5
Hilly 50 6.5 8.0
Mountainous 30 6.0 7.5
Medium 100-400 Flat and rolling 70 6.5 7.5
Hilly 50 6.0 7.0
Mountainous 25 5.5 6.5
Light <100 Flat and rolling 60 N/A 6.5
Hilly 45 N/A 6.0
Mountainous 25 N/A 5.5
kph = kilometer per hour, m = meter, vpd = vehicle per day

41. All new approach roads to permanent bridges shall be designed for the heavy traffic
category. All approach roads to permanent bridges shall be sealed to DOW requirements to
either connect to the existing sealed roads or for a minimum length of 100 m behind each
abutment where the adjacent road is unsealed.

42. All approach roads to temporary bridges shall be designed to the same standard as the
existing road.

43. Drainage structures along reconstructed or new bridge approaches will be designed in
accordance with the DOW Manual for the Design of Drainage Structures for Rural Roads.
Drainage channels to the road verges adjacent to bridges shall be concrete lined to suitable
outlet points to protect against erosion.

2. Investigations

2.1. Engineering Surveys

44. The designer shall arrange for adequate engineering surveys of the bridge sites and
crossed streams.

45. All engineering surveys shall be undertaken to the requirements of the DOW Survey
Section and shall be acceptable to DOW. Particular requirements of the engineering surveys
shall include the following:

(i) The surveys shall provide a complete understanding of the topography of the
bridge sites, the streams and the flood plains of the streams.
(ii) The surveys shall provide sufficient coverage and detail for the design of the
bridges, scour protection, any river training and the approach road deviations.
(iii) The surveys shall include cross sections of the stream channels at a maximum
spacing of 50 m, extending at least 300 m upstream and 100 m downstream of
the bridge site, to enable the stream gradient to be accurately determined.
(iv) The surveys shall include permanent control marks (2 No. on each bank) suitable
for the construction setout of the bridge.

46. All engineering surveys shall be supplied in hard (survey drawings) and soft (electronic
data in approved formats) forms.
Appendix 1 73

47. Copies of all survey data shall be supplied to the DOW.

2.2. Geotechnical Investigations

48. The designers shall arrange for adequate geotechnical investigations of the bridge sites
to be undertaken by independent geotechnical consultants.

49. Geotechnical investigations shall include at least one bore hole at the site of each pier
and abutment. Bore holes shall be drilled to a depth 5 m below the proposed pile toe levels or
below any rock surface encountered. In particular, bore holes shall pass through any cobble or
boulder beds encountered. All bore holes shall be logged by a geotechnical engineer and
undisturbed/disturbed samples shall be taken as appropriate for laboratory testing.

50. Geotechnical investigation reports shall cover the following requirements:

(i) The geology of the bridge site.


(ii) The recent geological history of the bridge site.
(iii) Foundation conditions at the bridge site.
(iv) Foundation design parameters for piles and pad footings on encountered rock.
(v) Liquefaction potential of the bridge foundations.
(vi) Approach road earthworks and pavement design.

51. A separate geotechnical investigation report shall be prepared for each bridge. Copies of
the geotechnical investigation reports shall be supplied to the DOW.

3. Bridge Design

3.1. Design Standards

52. Bridge design will be based on Australian Standards except for those areas where
relevant PNG Standards have been published. Bridge design shall be based on AS5100 except
as set out in this bridge design brief.

53. All DOW design publications will be adopted for design purposes.

54. The following thermal parameters shall be adopted:

Shade air temperature Max 46oC Min 0oC


Average bridge temperature Max 50oC Min 6oC
Bridge temperature Max 60oC Min 1oC
Installation temperature 30oC
Temperature variation -29oC to +30oC

55. The strength of material used shall be as follows:

Material Strength
Concrete 32MPa
Reinforcement bar Grade 500
Structural steel Grade 350
Steel piles Grade 350
74 Appendix 1

3.2. Design Loading

56. Permanent bridges shall be designed to the following loadings:

(i) T44 truck loading (the L44 lane loading shall not apply).
(ii) W7 wheel load.
(iii) T66 truck overload (similar to T44 truck but axle loads increased by a factor of
1.5)
(iv) Non concurrent footway loading of 5kPa
(v) A single design truck shall be considered in each carriageway except for
continuous bridges where two design trucks shall be considered, located so as to
generate the highest loads.

57. Temporary (Bailey) bridges shall be designed to the following loadings:

(i) T33 truck loading.


(ii) T44 truck overload.
(iii) A single design truck shall be considered.

58. Load factors shall be in accordance with AS5100.

3.3. Hydrology and Hydraulics

59. The design flood flows for bridges shall be calculated using the Papua New Guinea
Flood Estimation Manual (1990).

60. The design flood flows shall be as follows:


(i) Q2 Serviceability loading
(ii) Q100 Clearance to soffit
(iii) Q2,000 Ultimate loading (Q2,000 calculated as the Q100 discharge multiplied by
1.65).

61. Designers shall allow for the defined variance in the flood estimation methods and
calculate the flood discharges at the 90% probability point at the end of the variance.

62. Bridges shall be designed for the following clearances to the bridge soffit:

(i) Most bridges 1.0 m


(ii) Bridges with stream catchment exceeding 10 km2 in defined cyclonic areas 2.0
m.

63. The design clearance shall be increased where it is assessed that the stream channel
may rise over the design life of the bridge.

64. The allowable Q100 afflux caused by a stream crossing shall not exceed the following:

(i) Bridge 100 mm


(ii) Box culvert 200 mm

65. All permanent bridge superstructures shall be designed for a 10 tonne impact load at
any point.
Appendix 1 75

3.4. Seismic Design

66. The manual Earthquake Engineering for Bridges in Papua New Guinea (1985) shall be
used for all bridge design. All bridges shall be designed to be Type B – fully ductile articulated
structures. All box culvert structures shall be designed as Type C – non ductile structures.

67. The importance factor shall be 1.2.

68. The designers shall demonstrate that any proposed alternative seismic control devices
such as the so-called ductile posts have insufficient ductility to resist the design earthquake.

3.5. Scour Protection and River Training Design

69. The use of the River Training Manual (1987) shall be used for the design of all scour
protection and river training works.

70. Gabions if used to protect bridge abutments from erosion shall be founded below the
average stream bed level if founded on erodible material. Gabions exposed to high velocity
water flow shall be protected by a 100 mm concrete facing extending up to the calculated 2-year
flood level.

71. Riprap will be used for scour protection where available.

4. Design Deliverables

72. The designers shall supply the design deliverables listed in the following sections.

4.1. Investigation Phase Report

73. The designers shall submit the Investigation Phase Report (IPR) for each bridge to the
DOW for approval prior to proceeding with the detail design. The IPR shall include the following
sections.

Introduction A context of the project


Location Province, road, chainage, map reference
Existing Structure Type, condition and load capacity
Appreciation An appreciation of the site
Stream channel stability
Investigations undertaken
Environment A description of the bridge environment
Road A description of the adjacent road
Geotechnical Evaluation An interpretative evaluation of the geotechnical investigation report
Hydrology Description of hydrological assessment undertaken including the
calculated flood flows
Hydraulics Description of the river hydraulics under the design flood flows based on
engineering survey
Location Proposed alignment of replacement bridge
Bridge geometry Proposed bridge configuration
Scour and River Training A discussion of necessary scour protection and/or river training
Substructures Details of substructures evaluated with cost comparison
Superstructures Details of superstructures evaluated with cost comparison
Options Discussion of options
Traffic Traffic management during constructions
76 Appendix 1

Recommendations Preferred form of construction


Executive summary One page summary in a form suitable for submission to the ADB
Appendices List of reports
Geotechnical investigation reports
Survey drawings
Hydrological analysis calculations
Hydraulic analysis calculations
Photographic record of site

4.2. Final Design Report

74. The Final Design Report (FDR) for each bridge shall be submitted to the DOW for
approval when the design for each bridge is complete. The FDR shall contain the following
sections:

Introduction A brief history of the project development, citing previous reports


Location Province, road, chainage, map reference
Existing structure Type, condition and load capacity
Appreciation A general appreciation of the site covering topography, access, flood and
scour, ground conditions, setting out, materials
Description A description of the proposed bridge, road approaches and other works
Traffic diversion Provision for maintaining traffic during construction
Amendments to IPR Reasons for any changes from the IPR recommendations
Amendments to DOW Any amendment and additions to the Standard Specification for Road &
Specifications Bridge Works
Supervision Recommendations for supervision of construction
Notes on any special aspects during construction
Engineer’s Estimate Priced bill of quantities
Executive Summary One page summary in a form suitable for submission to the ADB
Appendices Design calculations for record purposes
Schedule of documents, drawings, etc
Reinforcement bending schedule
Draft contract documents
Bill of quantities
Engineer’s estimate

4.3. Drawings

75. The design drawings shall include the following drawings, as appropriate, to fully
document the works to be constructed. A full and complete set of drawings shall be prepared for
each bridge. All drawings shall be drawn at scales suitable to show the required details.

General Arrangement Location


Plan and elevation of proposed bridge and approaches
Typical cross section
Approach Road Plan and Elevation
Cross sections
Substructure Layout Plan of bridge location showing substructure and setting out information
Bore hole locations and
Elevation showing foundations and borehole logs
Elevation and sections showing substructure geometry
Deck Layout Plan and cross section
Steelwork Details Plan, elevations, sections and details of all structural details
Piling Details of piles
Appendix 1 77

Scour Protection Details of scour protection


River Training Details of river training
Concrete Details Plans, elevations and sections to show arrangement of abutments, piers,
approach slab, etc.
Reinforcement Details Details of reinforcement to piers, abutments, deck, barriers, etc.
Bridge Furniture Parapets, guard rails, expansion joints, bearings, seismic restraints, signs,
etc.
Drainage Details Details of culverts, headwalls, lined drains, etc.
Roadworks Details Details of earthworks, pavement, sealing, line marking, etc.

You might also like