Project Administration Manual: Project Number: 43200 Loan Number: LXXXX September 2011
Project Administration Manual: Project Number: 43200 Loan Number: LXXXX September 2011
Project Administration Manual: Project Number: 43200 Loan Number: LXXXX September 2011
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
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.
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
(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
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:
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.
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.
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:
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.
Executing Agency
Department of Works Officer's Name: Joel Luma
Position: Secretary
Telephone: (675) 324-1114/1110/1107
Email address: jluma@daltron.com.pg
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
13. Bridges are selected for inclusion in the bridge replacement program based on the
following 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.
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.
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
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:
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.
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
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.
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
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.
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
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:
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.
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.
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.
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.
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
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:
(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
(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.
(i) The Tiaru, Ivule and Yamule crossings were deferred to a future
stage as they require significant road deviations to suitable
bridge sites.
2
Include costs of replacing existing Bailey bridges with two-lane permanent bridges and re-assembling useable
Bailey bridges on rural roads.
23
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.
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
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.
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.
41. Table 4.2 shows allocation and withdrawal of funds under all the categories of the
Project.
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
120
100
57.9
80
Fact
60 Finding
40 40.0
20
2.1
0
2012 2013 2014 2015 2016
30
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
ADB
Direct payment
DOW Imprest
account
(financed by
ADF Loan)
Flow of documents
Flow of funds (withdrawal applications and claims)
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
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
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.
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.
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.
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
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.
70. Except as ADB may otherwise agree, the following process thresholds in Tables 2 and 3
shall apply to procurement of goods and works.
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
72. The following table lists consulting services contracts for which procurement activity is
either ongoing or expected to commence within the next 18 months.
73. The following table lists works contracts for which procurement activity is either ongoing
or expected to commence within the next 18 months.
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.
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.
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.
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
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
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.
(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.
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
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
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.
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.
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.
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.
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.
(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.
(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.
(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.
(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)
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
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 ESS/EO prepares additional Environmental studies (EEs) prepared for IEEs prepared according to EARF.
environmental studies. additional sites.
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.
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
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.
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
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
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
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.
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.
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.
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
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.
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.
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.
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.
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
34. The designed shall consider all available options for the bridge superstructures including
but not limited to:
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.
38. The Bailey bridges recovered from the sites of replacement bridges are to be used to
construct reuse bridges on feeder roads.
(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.
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
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
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
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.
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
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.
Material Strength
Concrete 32MPa
Reinforcement bar Grade 500
Structural steel Grade 350
Steel piles Grade 350
74 Appendix 1
(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.
59. The design flood flows for bridges shall be calculated using the Papua New Guinea
Flood Estimation Manual (1990).
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:
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:
65. All permanent bridge superstructures shall be designed for a 10 tonne impact load at
any point.
Appendix 1 75
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.
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.
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.
4. Design Deliverables
72. The designers shall supply the design deliverables listed in the following sections.
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.
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:
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.