Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
Technical Assistance Consultant’s Report - Annexes
Project Number: 41123-014 March 2017
Cambodia: Second Road Asset Management Project
Annex P: Implementation Stages Prepared by SHELADIA Associates Inc. USA in association with TANCONS (Cambodia) Co., Ltd, Cambodia
For the Ministry of Public Works and Transport and the Asian Development Bank
This consultant’s report does not necessarily reflect the views of ADB or the Government concerned, and ADB and the Government cannot be held liable for its contents. (For project preparatory technical assistance: All the views expressed herein may not be incorporated into the proposed project’s design.
ADB TA 8784-CAM
SECOND ROAD ASSET MANAGEMENT
PROJECT (RAMP-2)
ADDITIONAL FEASIBILITY STUDY, FS-2
Funded by:
The Asian Development Bank
Executing Agency:
Ministry of Public Works and Transport
FINAL REPORT VOLUME 2 - ANNEXES
March 2017
Final Report - March 2017 ADB TA 8784-CAM: Second Road Asset Management Project – Additional Feasibility Study (41123-014)
SHELADIA (USA)/ TANCONS (Cambodia) ii
ADB TA 8784 – CAMBODIA
SECOND ROAD ASSET MANAGEMENT PROJECT (RAMP-2) ADDITIONAL FEASIBILITY STUDY, FS-2
FINAL REPORT VOLUME 2 - ANNEXES
March 2017
SHELADIA Associates Inc. USA in association with TANCONS (Cambodia) Co., Ltd, Cambodia
Final Report - March 2017 ADB TA 8784-CAM: Second Road Asset Management Project – Additional Feasibility Study (41123-014)
SHELADIA (USA)/ TANCONS (Cambodia) iv
LIST OF ABBREVIATIONS
AASHTO American Association of State Highway and Transportation Officials
AC Asphalt Concrete
ADB AH ASEAN
Asian Development Bank
Asian Highway
Association of South East Asian Nations
ASTM American Standard Testing Methods
BOQ Bill of Quantities
BS British Standard
CBR California Bearing Ratio
CDO Central Design Office
DBST Double Bituminous Surface Treatment
DED Detailed Engineering Design
EA Executing Agency
EIRR Economic Internal Rate of Return
FS-1 and FS-2 FHWA
Feasibility Studies 1 and 2
Federal Highway Administration [USA]
GB GSB
Granular Base
Granular Sub-base
IA Implementing Agency
IEE Initial Environmental Examination
LHS Left Hand Side
LTP Lead Technical Professional
MPWT Ministry of Public Works and Transport
NR National Road
NPV Net Present Value
PCU Passenger Car Unit
PPTA Project Preparatory Technical Assistance
QA Quality Assurance
RHS Right Hand Side
ROW Right of Way
RNIP Road Network Improvement Program
PBMC Performance-based Maintenance Contract
pcu Passenger car Unit
PRIP Provincial Road Improvement Program
SBST Single Bituminous Surface Treatment
SPS Safeguard Policy Statement (ADB, 2009)
SAI SHELADIA Associates Inc.
TOR Terms of Reference
VDF Vehicle Damage Factor
Annex P TERMS OF REFERENCES
1
Section 7. Terms of Reference
CONSULTING SERVICES FOR DETAILED DESIGN SERVICES FOR THE
ROAD NETWORK IMPROVEMENT PROJECT [RNIP], CAMBODIA
I. Background
1. The Royal Government of Cambodia (RGC) through the Ministry of Economy and
Finance (MEF) and the Ministry of Public Works and Transport (MPWT) is preparing
a National Road Improvement Project (RNIP). RNIP implementation will be over a six-
year period beginning in 2017 and running until 2022, with the support of the Asian
Development Bank (ADB).
2. In advance of RNIP, the MPWT carried out a First Road Asset Management Project
(RAMP) which successfully completed road maintenance on parts of the National road
network with related capacity building exercises. MPWT also commissioned a
Provincial Road Improvement Project I (PRIP) which produced similarly good results
for road rehabilitation and construction work on the Provincial road network.
Subsequently, MPWT began working on feasibility studies of other network roads
under the names of RAMP-II and PRIP-II - these both featured components for
maintenance and capacity building within the agency. From among a number of
candidate sections of studied, the MPWT and ADB have selected a group of four roads
[2 national and 2 provincial] for inclusion in a single project - the Road Network
Improvement Project [RNIP].
3. The RNIP project is expected to bring significant benefits to local and regional
residents in four Cambodian Provinces traversed by the subject roads - namely Siem
Reap, Prey Veng, Svay Rieng and Kandal. Improved road conditions will result in
reduced travel times and less arduous journeys on the main national routes and
greatly improved connectivity to/from them for the benefitting rural communities.
4. The RNIP will enable the Royal Government of Cambodia through its MPWT and
contractors [yet to be appointed], to carry out the required road rehabilitation and
improvement works as well as any subsequent maintenance interventions needed
using a ‘performance-based’ contract approach.
5. The RNIP Project is to be implemented through an RGC / ADB loan agreement
expected to be finalized in early 2017. The estimated funding provision is
approximately US$ 105 million comprised of a ’base cost’, physical and price
2
III. Project Components
II. Implementation Arrangements
contingency allowances and miscellaneous financing charges to be met during the
Project implementation stages. The co-financing arrangement is expected to be US$
95 million and US$ 10 million from ADB and RGC sources, respectively.
6. The MPWT, will be the Executing Agency (EA) for the proposed Project and the
Implementing Agency (IA) will be the Project Management Unit [PMU-3] already
established within the MPWT. PUU-3 will be responsible for the direct supervision and
management of the Services as well as for monitoring of progress.
7. The PMU-3 Project Director who is also a Secretary of State for MPWT, will be
responsible for guiding and coordinating project activities, providing strategic direction
and be accountable to the Minister of Public Works and Transport.
8. The Consultant will be recruited using a quality-cost based selection [QCBS] method
with a quality: cost: ratio of 90:10 using a full technical proposal process following
ADB’s Guidelines on the Use of Consultants - 2013 [as amended from time to time].
9. The consulting services require a total of 29 person-months of input by international
experts and 30 person-months by national experts respectively with 20 person-months for administrative and technical support staff. The design preparation work is
expected to take place over a period of 6 months.
10. Additional time will be required for the provision of inputs during the Works Contract
procurement period for attendance at a pre-bid conference / site visits, provision of
any clarifications needed during the bidding process and for attendance during the bid
evaluation stages - if requested. The procurement stage timeframe is expected to be
3 months within which, inputs by the Team Leader and Deputy Team Leader may be
required up to a maximum of 0.5 person-months each on an intermittent basis.
11. The purpose of the Consultant services which are the subject of this TOR is to assist
the MPWT in the detailed design phases for four sections of road. The civil works
contained in the RNIP project comprise the rehabilitation / improvement of two
sections of the national road and two sections of the provincial road networks
respectively.
3
National Road NR-1 for a total length of approximately 97 km [from km 62.1
at the junction with NR-11 inside Neak Loeang, to km 159.00 on the western
edge of Bavet city];
National Road NR-6 for a length of approximately 50 km [from km 317.1 at
the junction with airport road north of Siem Reap city to km 367.0 at the south
end of the existing Sreng River bridge];
Provincial Road PR-23 for a length of approximately 20 km [from the junction
with NR-1 in Kandal Province];
Provincial Road PR-312 for a length of approximately 28.5 km [from the
junction with NR-1 in Prey Veng Province].
12. The total length of road to be included in the Project is therefore 97+50+20+28.5 = 195.5 km approximately with components located in Prey Veng, Svay Rieng, Siem
Reap and Kandal Provinces respectively.
National Roads
13. Interventions on the two sections of national road will include the improvement of much
of the present pavement area using asphalt concrete overlays [after appropriate
surface repairs]. However rehabilitation* involving the replacement of surfacing and
under layers will be required in areas showing significant distress.
In rehabilitated sections, the surfacing will be asphalt concrete except that
where road embankments are noted to be subject to ongoing and significant
future consolidation, a DBST surfacing is to be applied as an interim measure.
14. Other work will include improvement of the existing roadside ditches and maintenance
of bridge structures. For the purpose of increasing the resilience of the roadways to
possible future climate change, a range of drainage system improvements are
required including the provision of new / replacement of existing cross culverts,
installation of anti-erosion measures and the construction of enclosed drainage in
some of the major commune areas. Miscellaneous road furniture [including road safety
provisions - see below] as well general signs and road markings through both
corridors, will also be installed.
15. Through assistance provided by ADB and World Bank under the First RAMP, MPWT
has established a Road Management Decision System (RMDS). The RMDS currently
covers the national (national and provincial) road network under the management of
MPWT. Detailed inventory and condition data collection for the national road network
4
has been compiled. A strategic network level analysis of the preservation needs of the
MPWT road network by the RMDS is expected to be made available to the Consultant
during the project Detail Design services.
Provincial Roads
16. Interventions in these two sections of road will include the localized raising of
embankments, the installation of paved road surfaces and the construction of cross
culverts and related roadside drainage features. Road furniture and miscellaneous
other facilities will also be installed and some short-span bridges replaced.
Other Contracts
17. As part of a broader initiative to improve conditions for road-users, the interventions in
each corridor include certain road safety components. These focus on the introduction
of appropriate horizontal and vertical warning signage at locations where the risk of
crashes is considered to be ‘high’ [including at known incident ‘blackspots’] as well as
in school zones. The former provisions are embedded in the road works contracts
while the school safety zone [SSZ] treatments are to be covered by a separate civil
works contract [CW-6] - see below.
18. In order to improve quality assurance capacity within the MWPT, it has been agreed
that a ‘goods’ supply contract be awarded under the RNIP Project. This includes the
procurement and installation of materials testing equipment in a number of new
regional laboratories to be established under another part of the RNIP program. This
is covered by Contact EQ-1 as indicated in the contract packaging summary below.
Contract Packaging
19. Due to the length of roadway included in the National Road NR-1 part of the Project,
the construction work therein is to be split into two, approximately equal parts [NR-1
East and NR-1 West]. The resulting contract packaging arrangement for the RNIP
Project is therefore as follows:
Package No. Description Comments
CW-1 NR-1 [East] Incl. Performance-based maintenance contract (PBC)
CW-2 NR-1 [West] As above
CW-3 NR-6 As above
5
IV. Timing
CW-4 PR-23 Works with domestic preference
CW-5 PR-312 Works with domestic preference
CW-6 Minor Works - SSZ
EQ-1 QA - Lab. Equipment Goods supply contract
20. The overall implementation period of the RNIP will be 72 calendar months within which
the detailed design work will require 6 months within the following overall Project
implementation schedule:
Ref. No. Phase Duration Comments
1 Detailed Design 2017 Q2 and Q3 Six CW packages and One Goods contract
2 Procurement of Civil Works 2017 Q4 to 2018 Q2 As above
3 Works - National Roads 2018 Q3 to 2020 Q2 Three CW packages
4 Works - Provincial Roads 2018 Q3 to 2021 Q2 Two CW packages
5 Performance-based maintenance work 2020 Q3 to 2022 Q4 National roads only
6 QA - Laboratory Equipment 2019 Q4 Supply and install
V. Scope of the Services
21. Following a review of the PPTA-stage outputs, the Consultant will conduct field
surveys and technical investigations before developing preliminary and final designs
suitable for the procurement of the civil Works Contracts. Related activities will include
reviews and updating if necessary, of environmental and social safeguard
documentation prepared by the PPTA Consultants, for formal incorporation into the
bid documents. Overall, the scope of the work will include:
Data collection including field surveys, investigations and tests including recovery
of materials and laboratory analyses;
Preparation of draft and detailed engineering and pavement designs;
Development of an Environmental Management Plan and related bid document
Clauses;
Updating of the poverty, social and indigenous peoples impact assessment reports
as well as the gender analysis / action plan if needed to reflect any detailed design
stage modifications;
6
Road safety design audits and development with implementation of community
road safety awareness programs;
Preparation of draft and final Bidding Documents for Works Contract[s] including
the subsequent maintenance works on a performance-based contract basis;
Preparation of draft and final Bidding Documents for the Goods supply [laboratory
equipment and field testing units] Contracts;
Assistance with the procurement of the Civil Works and Goods Contracts;
Assistance with the development of Ministry’s construction materials quality
assurance initiative [i.e. preparations for the establishment of a future network of
four materials testing laboratories].
22. The above scope will be comprised of the following general activities:
Data Collection - Field Surveys, Investigations and Testing
23. The Consultant shall carry out all surveys and investigations as well as in-situ and
laboratory tests required to define the scope of the rehabilitation work. These are
expected to include:
24. Topographic surveys - based upon national coordinate and datum systems, the
Consultant shall collect surficial data from which base drawings can be prepared to
indicate the required road rehabilitation work in both plan and profile. Coverage
shall include intersecting roads / junction areas where any modified geometric
layouts are proposed and in developed areas where urban drainage improvements
can be introduced within the existing RoW limits. Supplementary surveys shall be
carried out as necessary, to collect data on bridges, culverts and drainage ditches
for hydrological assessment purposes.
25. Where necessary RoW and property boundaries shall be identified and added to
the base drawings together with locations of all field tests conducted. The
Consultant shall prepare Computer Aided Design [CAD] drawings to show design
details, standard details and contract construction limits etc.
26. Traffic and Axle Load Surveys - to supplement PPTA findings, the Consultant shall
carry out additional surveys to confirm fleet composition, vehicle characteristics and
present traffic volumes and travel patterns. In developed areas, also conduct turning
movement surveys at major junctions from which to identify auxiliary lane and
channelization improvements that could be introduced to improve capacity and reduce
operational safety concerns.
7
27. Pavements and Sub-surface Surveys - to supplement field data collected during
the PPTA stages in 2015 and 2016, the following field tests are to be completed
as a minimum:
Core sampling of pavement surfaces [at 500 metre intervals] to confirm
existing surface materials and layer thicknesses;
Test pit excavations [at 2 km intervals] to identify under layer thicknesses to
conduct in-situ density tests and to extract representative samples of
materials for laboratory analysis;
DCP testing [also at 2 km intervals] to correlate with the above;
Falling Weight Deflectometer testing of pavements at standard 100 m intervals in
both lanes;
Recovery of samples of embankment fill and underlying materials from which to
assess future settlement parameters based on consolidation tests. Subject to field
confirmation 8 locations [four each for NR-1 and NR-6] are assumed;
Sample collection and testing of materials from potential sources of construction
materials identified [e.g. aggregates for asphalt overlays, surface treatments and
concrete production];
Sample collection and testing of water from potential sources for general
construction use and to assess the susceptibility of concrete structures to sulfate
attack.
28. Bridge Inspections - inspections to supplement MPWT reports and PPTA-stage
conclusions that the structures were deemed adequate in 2016 and not in need of
any major interventions other than general maintenance. Also to establish the nature
and extent of anti-erosion / anti-scour protection needed under present and future
climate change conditions.
29. Hydrological and Drainage Investigations - to update inventories, determine
catchment parameters and determine discharge rates under peak flow conditions for
bridges, box culverts and other drainage system elements. Also to review available
details of past flood events and to identify possible impacts of future events under
climate change scenarios with provision if necessary for additional capacity and/or
anti-erosion protection. In developed areas, to investigate existing road side drainage
systems and identify capacity improvements needed with system outfall details.
Detailed Engineering Design
30. Design shall conform to the appropriate MPWT design standards and to a ‘design
criteria statement’ to be prepared during the inception period and submitted for formal
8
approval for adoption in the Project. The Consultant will prepare draft and final
engineering design details and bidding documents for the rehabilitation of the subject
sections of road. The Consultant shall make maximum use of available reference data
including topographic, geological and seismic maps, road condition records, flood risk
prediction models etc. as well as the results of the PPTA studies conducted in the
project’s preparatory stages. Design activities shall include, but not be limited to, the
following:
31. Geometric Design - The detailed design alignments shall be based on the existing
road alignments developed with only minor adjustments made to improve geometric
characteristics, where practical. The road profile should follow the existing elevations
making due allowance for changes in pavement structure and for any localized
embankment raising deemed necessary for flood protection purposes. Road cross-
sections shall conform to the approved design standards and to existing width
dimensions except where presently narrow shoulder widths need expansion to meet
the minimum width contained in the approved ‘design criteria statement’. Land
acquisition and resettlement is to be avoided as much as is possible.
32. Pavement Design - the Consultant shall determine the composition and residual
strength of the existing pavement structures and sub-surface materials then derive
optimal rehabilitation interventions based on forecasts of traffic load applications and
the properties and availability of local sources of construction materials. The
planning horizon for pavement design purposes shall be a minimum of 10 years and
a recognized international design methodology [e.g. AASHTO or other] used to
determine surface type and under layer details. Concrete pavements may be
considered in areas prone to flooding.
33. Drainage Design - The Consultant shall determine the catchment areas of all drainage
crossings based on topographic maps, aerial photos, field inspections and
supplementary topographic surveys etc. Also, assemble data on historic rainfall
intensity levels, catchment characteristics and details of past major flood events. From
this, requirements for all drainage conduits must be defined for the appropriate return
periods with provision made for replacement, upgrading or additional capacity at each
location [with erosion control measures introduced as may be needed] to meet
predicted climate change adaptation needs. Longitudinal drainage ditches in rural
areas and enclosed drains in development areas, must also be investigated and
upgraded as required with any linings, energy dissipation structures or other
appropriate anti-erosion features, installed.
9
34. Climate Change Impacts - as part of the design process the Consultant shall
recommend the nature and extent of any provisions needed to allow for climate
change - for an agreed horizon. Before incorporation of any measures into the detailed
design, the Consultant shall prepare a ‘Working Paper’ that identifies possible
provisions, indicates the incremental cost associated with each item and presents a
risk analysis describing the possible consequences of non-adoption of any such items
identified. This to be submitted for Client approval early in the design process.
35. Geo-technical Design - due to observed deformation of pavement surfaces in some
sections, geo-technical investigations shall be undertaken to determine the properties
of embankment fills and underlying materials. This will require sample recovery and
laboratory testing to determine parameters from which estimates of the present degree
of consolidation and any future settlement rates, can be made. Depending upon the
findings, remedial work may be undertaken to moderate future settlement rates or a
decision taken to re-work the pavement layers but to place only a surface treatment
as an interim measure - with AC surfacing deferred until a later time.
36. Bridges - subject to the results of the Consultant’s review of records and additional
field inspections, it is anticipated that work on the existing bridges will be limited to
maintenance interventions and minor repairs only. Work is therefore likely to include
the replacement of bearings, expansion joints and any damaged sections of parapet
as well as the possible resurfacing of bridge decks [to improve surface crossfall] and
the cleaning of deck drainage systems. Provision for the connection of existing steel
beam guardrails on approach fills to concrete bridge end walls is to be considered
due to road used safety concerns.
37. Unexploded Ordnance - given the possible presence of UXO materials within the
road corridors and intersected drainage channels, a precautionary investigation will
be required. This is expected to feature further desk studies of records of earlier
clearance activities and assignment of risk. If found to be necessary, field
investigations and clearance operations using funding from a Provisional Sum must
be carried out by an authorized Specialist Service Provider.
38. Urban Improvements - PPTA-stage investigations concluded that certain
improvements in the road side environment in some of the developed areas should
be included for reasons of operational safety and to reduce the effects of ‘side
friction’.
39. Due allowance was made in the study-stage cost estimates for the following items
each of which will be need field investigation and discussion with local community
10
representatives before being approved for inclusion in the detailed design:
Increased capacity of roadside drainage conduits [i.e. concrete ‘U’ drains with
removable covers] leading to appropriate discharge points;
Improved horizontal and vertical signage - particularly at road junctions and
approaches to institutional areas such as commune centres, pagodas, school
zones etc.
40. Drawings and Technical Specifications - the Consultant shall prepare drawings and
technical specifications in compliance with MPWT’s standard requirements. Where
necessary, these shall be amended by means of Special Provisions of which draft
versions shall be submitted in advance for the Client’s approval.
41. Quantity and Cost Estimates - the Consultant shall prepare Bills of Quantities for the
work required in each Section of National Road using the standard MPWT ‘division’
format and containing Pay Items in compliance with the Technical Specifications.
Quantity calculations for each Pay Item must be recorded in an appropriate format for
review purposes and for eventual transmission as reference material, to the
Construction Supervision consultant. Unit prices including labour, materials and
equipment components, shall be derived from first principles and finalized with due
regard to bid prices received by MPWT for similar works contracts.
42. Allowances for other incurred costs such as on-site and general overheads,
contingencies, taxes etc. as well as escalation factors incorporated, shall be shown
separately where appropriate. All details are to be included in an Engineer’s Estimate
submission.
43. Economic Assessments - the Consultant shall update the economic return parameters
produced during the PPTA using financial and economic costs derived for the
proposed detailed design interventions. Typical EIRR and NPV values will be derived
and then subjected to sensitivity and risk analysis procedures. The Consultant shall
also update projected financial requirements and the management capacity of the
EA/IA to sustainably support ongoing operations during the project and afterwards
44. Design Report and Other Documents. The Consultant shall submit a draft Design
Report and after comments are received from ADB and MPWT, produce a
corresponding Final Report. These documents shall describe the investigative and
design procedures followed and the results obtained in the various disciplines.
Relevant technical background data must be annexed to the main document.
11
The Consultant shall submit details of all soils and materials investigations and
test results in the Design Report as well as in the form of a ‘Materials
Management Report’. The latter document shall contain only the findings of
the investigations with no interpretative statements included.
Environmental Management Plan
45. The Consultant shall prepare an Environmental Management Plan for each contract
package and review the relevant standard Technical Specifications. Where necessary
amendments in the form of Special Provisions shall also be prepared for incorporation
into the Bidding Documents - in Part B of the Technical Specifications section.
Poverty, Social & Indigenous Peoples Impact and Gender Analysis Action Plans.
46. These are to be updated versions of the documents prepared in the PPTA stages to
correlate with the detailed design stage proposals. The Consultant shall monitor the
creation and application of the grievance redress system and also create and institute
programs to raise awareness of HIV/AIDS and human trafficking issues for application
during and after the construction period.
Road Safety Audits and Community awareness Programs.
47. The Consultant shall conduct an assessment of present road safety conditions in the
subject corridors in accordance with current ADB guidelines. At the detailed design
stage, the Consultant shall carry out a design audit by which the safety implications of
the design can be reviewed and any modifications made to avoid costly design
changes. The audit work shall also include a review of the workability of the traffic
management issues contained in the EMP.
48. In addition, the Consultant shall finalize and implement the community-based road
safety “awareness” program described in the PPTA Report for application within the
Communes located along the NR-1, NR-6 and NR-67 corridors.
Bidding Documents.
49. The Consultant shall prepare a draft and a final set of Bidding Documents for each
agreed contract package in accordance with MPWT standards and ADB's Guidelines
for ICB contract procurement. As the project contains both capital works and
performance-based maintenance commitments, a modified contract document is
12
being considered. At the appropriate time, details in the form of a model document will
be released for application under this Project.
NOTE: The Consultant shall review the bidding document for NR-67 and CW-3
Maintenance Work prepared during the earlier RAMP PPTA stages and request early
concurrence by MPWT and ADB. When finalized the bidding document may be used
as a ’model’ for the other packages.
50. The documents will include invitations to bid and instructions to bidders, standard and
particular conditions of contract, technical specifications, drawings, bill of quantities
and other supporting documents in accordance with MPWT Design Standard and
applicable ADB Procurement Guidelines.
Procurement
51. The Consultant shall render assistance to the MPWT as may be required, during the
advertising, bidding, and bid evaluation and award stages. This input is expected to
be on an intermittent basis as and when required, over a 3-month period.
Construction Materials Quality Assurance
52. The Consultant shall further develop the program proposed at the PPTA stage for the
introduction of a tiered construction materials QA process and as directed by MPWT
and ADB, prepare for its implementation. The inputs required will include:
53. Planning for the establishment of a National Construction Materials Testing Centre
either under a future University of Transport to be located in Phnom Penh or
alternatively in a regional centre. This will include confirmation of the organizational
structure needed, costs and funding requirements as well overall target
implementation schedules. Work will also include definition of test types and
procedures as well as the preparation of operating manuals - in both technical and
administrative areas. Equipment needs and procurement methods to be followed,
must be defined and a modern IT-based reporting and archiving system identified.
54. Planning for the establishment of four Regional Labs to operate under the above test
centre in strategic locations for serving groups of Provinces. Again, organizational
structures, costs and funding requirements and implementation schedules must be
defined. Equipment needs, procurement methods and reporting procedures must be
established at the regional level with appropriate operating manuals.
13
55. Definition of programs for the training of laboratory staff at administrative and technical
levels with provision for subsequent monitoring of performance.
VI. Deliverables / Reporting Requirements
56. The numbers of hard and electronic copies of each report and documents and the
distribution list will be advised by MPWT. It is envisaged that only a limited number of
hard copies will be required and that distribution of electronic copies will be by email.
Reports and documents will be written in English.
57. The documents and reports to be delivered will be as follows:
Deliverables Description Schedule
Civil Works:
Inception Report 1 month after mobilization Draft Final Report and Bidding Documents of NR-1 & NR-6 Packages 4.0 months after mobilization
Final Report and Bidding Documents of NR-1 & NR-6 Packages 6.0 months after mobilization
Draft Final Report and Bidding Documents PR-23 & PR- 312 & PR-1534 4.0 months after mobilization
Final Report and Bidding Documents PR-23, PR-312 & PR-1534 6.0 months after mobilization
Inception Report [M+1]
58. The Inception Report will be submitted within 1 month from the start of the
assignment and shall contain a detailed work program, a description of the
methods proposed for carrying out the services in accordance with the Terms of
Reference. Any major issues and problems likely to be encountered must be
identified together with suggestions on how they may best be mitigated.
59. The report should also identify any professional services to be provided by
specialist service providers and their cost and make due allowance for
procurement using standard ADB / MPWT approval procedures.
Monthly Reports
60. A brief progress report [1-2 pages only] will be submitted within 7 days of the end
of each month summarizing the overall progress of the project, details of the tasks
completed and any problems that were encountered. Details of tasks to be
undertaken during the following month are also to be included along with a
14
schedule on past and anticipated future team member mobilization/demobilization
activities.
Draft Final Design Report and Bidding Documents [M+4]
61. The DFR document must be submitted within the fourth after Project
commencement and shall contain full details of design development with Annexes
containing assembled reference data and the results of field work etc. Draft
versions of the Bidding Documents must be included in the submission.
62. The Consultant must be prepared to make a formal presentation of the Report at
the MPWT offices, if requested. Comments on the report by ADB and MWPT may
be expected within 3 weeks of its submission.
Final Design Report and Bidding Documents [M+6]
63. This Report should be submitted within six months of the Project commencement
date and should incorporate responses to all comments made on the DFR
submission by ADB and MPWT staff. Final versions of the Bidding Documents
ready for Works contract procurement purposes must also be submitted at this
time.
Specialized Project Reports / Working Papers
64. In addition to the above regular reporting requirements, it is possible that some
specialized reports [Working Papers] may be required during the design
development stages. These could include the methodologies proposed for:
Traffic surveys;
Pavements strength, sub-soils and construction materials investigations;
Embankment consolidation and settlement predictions;
Draft concepts for MPWT’s Quality Assurance mechanism;
Other technical or non-technical issues requiring early approval by the ADB /
MPWT in order to avoid program delays.
65. All reports must be submitted in hard and soft copies in the indicated numbers to
the ADB and to the MPWT - in the English language:
ADB - one soft copy [by email to Manila];
MPWT - one soft copy by email and three hard copies [hand delivered].
15
VII. Team Composition & Qualifications of Key Experts
66. The Consultant’s team must be comprised of International specialists - most with
national Counterparts - with as a minimum, a bachelor's degree issued by an
accredited authority. Also with a history of successful projects completed in
Cambodia or other ASEAN countries and a minimum of 5-10 years of directly
relevant experience elsewhere. Resumes of each key member of staff are to be
included in the Consultant’s Proposal using the standard ADB format.
67. The work will be carried out under a lump sum based professional services contract
for which the Consultant must bid on the following preliminary staffing input basis.
The Consultant is free to make his own estimates of the required person-months
for each of the positions below but should not go below the indicated totals for
international and national staff members.
68. The Consultant shall also allow for necessary technical support staff (CAD
operators, IT technicians, etc) as well as general administrative support staff in the
Proposal.
69. The services shall be provided using a total of 29 person-months of international
experts’ inputs and 30 person-months of support from national experts. The
positions, lengths of inputs, minimum experience and academic qualifications are
indicated in the following tables.
Personnel Requirements [International]
70. International team - the estimated duration of inputs and general qualification
requirements are given below:
Ref. No Position Inputs
[person-months]
Overall Experience [min. years]
Regional Experience [min. years]
Area of Specialization
IK-1 Team Leader / Highway Engineer
6 20 10 Project management, Client liaison and reporting. Highway design background.
IK-2 Pavement / Materials Engineer
5 15 5
Asphalt pavement and surface treatment design. Materials prospecting, surface and sub-surface materials testing. Consolidation testing and settlement forecasting.
IK-3 Bridge Engineer 2 15 5 Bridge inspections, structural design assessment and definition of maintenance needs and erosion control measures.
IK-4 Hydrologist / Drainage Engineer
3 15 5 Flood risk and climate change impact assessment. Urban drainage system design.
16
IK-5 Road Safety Specialist 2 10 3 Road Safety assessment and design audits. Community awareness program development and delivery
IK-6 Bid Document / Procurement Specialist
2 10 3
ICB Bid Document assembly and procurement assistance per ADB methods. Use of FIDIC GCC’s. Performance-based maintenance contracts
IK-7 Quantity Surveyor / Cost Estimator
2 10 3 Quantity take-off for defined contract Pay Items, development of unit rates & Engineer’s estimates.
IK-8 Climate Change Specialist 1 10 5 Assembly of regional prediction models, assessment of impacts and development of potential mitigation measures.
IK-9 QA System Development Specialist
5 10 3 Assessment of QA capacity, development of laboratories and systems using modern IT infrastructure for reporting / data storage
IK-10 Transport Economist / Financial Specialist
1 10 3
HDM-IV model use on ADB projects [or those of other partners]. Assessment of institutional capacity and identification of training programs needed for MPWT personnel in ADB administrative procedures.
TOTAL [person-months] = 29
IK-1 Team Leader / Highway Engineer
Overall administrative, technical and financial management of the Project including
the direct supervision of international and national staff;
Be Consultant’s main point of contact with the PMU, ADB and other governmental
agencies;
Coordinate project activities provided by the Consultant to ensure the quality and
timely delivery of the services;
Assist and support team specialists in carrying of their duties - in particular the
highway design and pavement rehabilitation aspects;
Prepare and submit reports.
IK-2 Pavement / Materials Engineer
Review preliminary pavement design methods prepared by the PPTA consultant in
2016 and conduct detailed reconnaissance site visits;
Organize field test programs and review test results to confirm conditions and
strength of existing pavement structures;
Oversee field work and review laboratory test results relating to embankment
consolidation and future settlement conditions;
Oversee field work and review laboratory test results relating to construction materials
prospecting;
Review traffic loading forecasts and identify alternative rehabilitation methods
17
available. Assign types of intervention to each homogenous section of roadway;
Prepare pavement design details, review standard technical specifications and
draft any special specifications needed. Prepare quantity estimates;
Prepare draft and final detailed design reports for pavement and materials
components for each contract package.
IK-3 Bridge Engineer
Review latest MPWT bridge condition survey data, interventions proposed by PPTA
consultant in 2016 and conduct site inspections;
Identify rehabilitation interventions needed;
Review standard technical specifications and draft any special specifications
needed - then prepare quantity estimates;
IK-4 Hydrologist / Drainage Engineer
Review PPTA report details of bridge and culvert inventories and assessment of
climate change effects;
Collect background data on rainfall, stream flows, flood impacts etc;
Conduct inspections to confirm catchment areas & conditions, historical flood levels
etc;
Confirm interventions needed to improve system capacity, efficiency and anti-
erosion needs;
Identify details and incremental costs for possible climate change adaption
measures;
Prepare draft and final design details for all hydrological and drainage design
components - for each Contract package;
Review standard technical specifications and draft any special specifications
needed - then prepare quantity estimates;
Prepare draft and final inputs to hydrology section of design reports.
IK-5 Road Safety Specialist
Carry out road safety assessment of existing corridor conditions and audit as detailed
design proceeds;
Review the community road safety awareness assessments prepared at the PPTA
stage and coordinate with other agencies working in this area including NGO’s and
the National Road Safety Committee;
Conduct additional field surveys and design a community awareness improvement
18
program for application at the district or individual commune level with inputs from
local traffic police and members of the communities;
Conduct awareness training sessions in the rural communities and schools affected
by the Project roads prior to start of the construction phase.
IK-6 Bid Document / Procurement Specialist
Review hybrid ‘model’ document package prepared by MPWT and ADB and advise
on applicability;
Prepare bid documents suitable for the procurement of the required rehabilitation
works and subsequent maintenance using a performance-based approach.
IK-7 Quantity / Cost Estimator
Prepare quantity estimates for required work per the pay item structure contained in
the standard MPWT methodology;
Develop unit costs;
Prepare Engineer’s Estimate of cost for the project.
IK-8 Climate Change Specialist
Review PPTA report on climate change effects;
Based on detailed design-stage work, identify provisions available for protection
against possible change - and assist with estimation of incremental costs;
Conduct ‘consequence analysis’ if a decision is made to not incorporate the identified
features.
IK-9 QA System Development Specialist
Laboratories
Develop QA programs outlined in PPTA stage for National and Regional laboratories,
and additional FWD / IRI measurement equipment;
Define organization structures and technical services to be provided as well as
training and performance monitoring regimens;
Prepare list of equipment needed, operational manuals and proposed procurement
methods for adoption;
Propose a data storage and retrieval system using modern IT infrastructure for
management and monitoring services;
Prepare cost estimates and implementation schedules;
19
Assist with the procurement processes.
B. Test Equipment
Confirm equipment type and technical specifications;
Estimate procurement and maintenance cost implications;
Assist with the procurement process.
IK-10 Transport Economist/ Financial Specialist
Prepare an HDM-IV model to confirm the economic viability of the required investment
using detailed design-stage financial cost estimates;
Conduct sensitivity analyses to assess robustness of results;
Review of the financial requirements of the project and of the capacity of MPWT
financial staff to manage the process.
Personnel Requirements [National]
71. National team - the estimated duration of inputs and general qualification requirements
are given below:
Ref. No. Position Inputs
[per-mth]
Overall Experience [min. years]
Previous Projects
[No.] Area of Specialization [Cambodia]
NK-1 Deputy Team Leader / Highway Engineer
6 15 3 Project management, Client liaison and reporting. Highway, pavement or geotechnical design background.
NK-2 Pavement / Materials Engineer
5 15 3 Asphalt pavement and surface treatment design. Materials testing including consolidation / settlement forecasting.
NK-3 Bridge Engineer 2 10 3 Bridge inspections, structural design assessment and definition of maintenance needs and erosion control measures
NK-4 Hydrologist / Drainage Engineer
3 15 3 Flood risk and climate change impact assessment. Urban drainage system design.
NK-5 Road Safety Specialist 3 10 3 Road Safety assessment and design audits. Community awareness program development and delivery
NK-6 Social Development / Resettlement Specialist
2 10 3 Social impact and poverty assessments. Land acquisition, resettlement and grievance redress mechanisms.
NK-7 Environmental Specialist 2 10 3 Development of EMP & related Works Contract content.
NK-8 Climate Change Specialist 1 10 3 Assembly of regional prediction models, assessment of impacts and development of potential mitigation measures
NK-9 QA System Development Specialist
5 10 3 Assessment of QA capacity, development of laboratories and systems using modern IT for reporting, data storage
NK-10 Transport Economist / Financial Specialist
1 10 3 HDM-IV model use on ADB projects [or those of other partners]. Assessment of institutional capacity and identification of training programs needed for MPWT
TOTAL [person-months] = 30
20
NK-1 Deputy Team Leader / Highway Engineer
Assist with technical and financial management of the Project including the direct
supervision of international and national staff;
Generally help to coordinate project activities to ensure the quality and the timely
delivery of the services;
Assist and support team specialists in the carrying of their duties;
Arrange for translation of background data into English language.
NK-2 National Pavement / Materials Engineer
Review preliminary pavement design methods prepared by the PPTA consultant in
2016 and conduct detailed reconnaissance site visits;
Assist with organization of field data collection programs and review test results;
Arrange field work and review laboratory test results regarding embankment
consolidation and settlement rates;
Arrange field work and review laboratory test results relating to construction materials
prospecting;
Assist with preparation of pavement design details, review standard technical
specifications and contribute to drafting of any special specifications needed.
IK-3 Bridge Engineer
Obtain copies of latest MPWT bridge condition survey data and review PPTA
recommendations - conduct site inspections;
Confirm rehabilitation interventions needed and generate quantity estimates for
standard Pay Items.
NK-4 Hydrologist / Drainage Engineer
Review PPTA report details of bridge and culvert inventories and assessment of
climate change effects;
Assist with collection of background data on rainfall, stream flows, flood impacts etc;
Conduct field inspections to confirm catchment areas & conditions and collect
anecdotal information from local residents on historical flood levels etc;
Confirm interventions needed to improve system capacity, efficiency and anti-
erosion needs with due regard to possible climate change adaption needs;
Assist with the preparation of draft and final design details for all hydrological and
drainage design components - for each Contract package;
21
Review standard technical specifications and contribute to drafting of any special
specifications needed and quantity estimates.
NK-5 Road Safety Specialist
Assist with road safety assessment of existing corridor conditions and deign audits;
Conduct community road safety awareness assessments in coordination with other
agencies including the National Road Safety Committee;
Conduct additional field surveys and design a community awareness improvement
program for application at the district or individual commune level with inputs from
local traffic police and members of the communities;
Conduct awareness training sessions in the rural communities and schools affected
by the Project roads prior to start of the construction phase.
NK-6 Social Development / Resettlement Specialist
Conduct social impact and poverty assessments;
Identify and land acquisition and resettlement issues;
Confirm grievance redress mechanism.
NK-7 Environmental Specialist
Prepare Environmental Management Plan based on detailed design stage features;
Prepare related clauses for inclusion in Bidding Documents.
NK-8 Climate Change Specialist
Assemble background data including PPTA report on climate change effects;
Assist with identification of provisions for protection against possible change and
definition of incremental costs.
NK-9 QA System Development Specialist
Assist with definition of QA requirements relating to laboratories and field testing
equipment;
Confirm organization structures and technical services to be provided at each
location;
Assist with preparation of list of equipment needed, operational manuals and
proposed procurement methods for adoption;
22
Asist with preparation of cost estimates and implementation schedules;
Assist with the procurement processes.
NK-10 Transport Economist/ Financial Specialist
Collect background data for input to HDM-IV mode;
Review results of sensitivity analyses;
Assist with assessment of capacity of MPWT financial staff to manage the process.
VIII. Offices and Equipment
72. The Consultants will be expected to provide their own project office with
communication links and computer and printing equipment. Also to make provision for
the cost of office consumables including electricity and telephone/internet access.
Similarly the Consultant is to make due allowance for international and local travel
73. Staff costs are to be included in the Financial Proposal with items allocated for
remuneration, international and domestic travel, accommodation and subsistence and
miscellaneous other expenses required to deliver the services.
74. Upon completion of the project, any items of equipment purchased under project, shall
be handed over to the MPWT.
IX. Other Information
75. The ADB and MPWT will provide all relevant background information - including the
relevant PPTA reports prepared by different Consultants appointed in the period 2015-
16 - and other available documents as required to facilitate the Project delivery.
76. MPWT staff will facilitate access by the Consultant’s personnel to other government
agencies for the purpose of collecting other relevant information needed to complete
the assignment.
1
Section 7. Terms of Reference
CONSULTING SERVICES FOR CONSTRUCTION SUPERVSION SERVICES FOR THE
ROAD NETWORK IMPROVEMENT PROJECT [RNIP], CAMBODIA
I. Background
1. The Royal Government of Cambodia (RGC) through the Ministry of Economy and
Finance (MEF) and the Ministry of Public Works and Transport (MPWT) is preparing
a National Road Improvement Project (RNIP). RNIP implementation will be over a six-
year period beginning in 2017 and running until 2022, with the support of the Asian
Development Bank (ADB).
2. In advance of RNIP, the MPWT carried out a First Road Asset Management Project
(RAMP) which successfully completed road maintenance on parts of the National road
network with related capacity building exercises. MPWT also commissioned a
Provincial Road Improvement Project I (PRIP) which produced similarly good results
for road rehabilitation and construction work on the Provincial road network.
Subsequently, MPWT began working on feasibility studies of other network roads
under the names of RAMP-II and PRIP-II - these both featured components for
maintenance and capacity building within the agency. From among a number of
candidate sections of studied, the MPWT and ADB have selected a group of four roads
[2 national and 2 provincial] for inclusion in a single project - the Road Network
Improvement Project [RNIP].
3. The RNIP project is expected to bring significant benefits to local and regional
residents in four Cambodian Provinces traversed by the subject roads - namely Siem
Reap, Prey Veng, Svay Rieng and Kandal. Improved road conditions will result in
reduced travel times and less arduous journeys on the main national routes and
greatly improved connectivity to/from them for the benefitting rural communities.
4. The RNIP will enable the Royal Government of Cambodia through its MPWT and
contractors [yet to be appointed], to carry out the required road rehabilitation and
improvement works as well as any subsequent maintenance interventions needed
using a ‘performance-based’ contract approach.
5. The RNIP Project is to be implemented through an RGC / ADB loan agreement
expected to be finalized in early 2017. The estimated funding provision is
approximately US$ 105 million comprised of a ’base cost’, physical and price
2
III. Project Components
II. Implementation Arrangements
contingency allowances and miscellaneous financing charges to be met during the
Project implementation stages. The co-financing arrangement is expected to be US$
95 million and US$ 10 million from ADB and RGC sources, respectively.
6. The MPWT, will be the Executing Agency (EA) for the proposed Project and the
Implementing Agency (IA) will be the Project Management Unit [PMU-3] already
established within the MPWT. PUU-3 will be responsible for the direct supervision and
management of the Services as well as for monitoring of progress.
7. The PMU-3 Project Director who is also a Secretary of State for MPWT, will be
responsible for guiding and coordinating project activities, providing strategic direction
and be accountable to the Minister of Public Works and Transport.
8. The Consultant will be recruited using a quality-cost based selection [QCBS] method
with a quality: cost: ratio of 90:10 using a full technical proposal process following
ADB’s Guidelines on the Use of Consultants - 2013 [as amended from time to time].
9. The consulting services require a total of 161 person-months of input by international
experts and 970 person-months by national experts respectively with additional time
to be allocated for administrative and technical support staff. The implementation
services are expected to extend over an overall 36-month period of construction work
to be followed by a further 36 months of service [intermittently] during the
performance-based maintenance part of each contract.
10. The purpose of the Consultant services which are the subject of this TOR is to assist
the MPWT with construction supervision activities for the four sections of road
emerging from the detailed design stage. This Request for Proposals therefore covers
the services to be provided by a Consultant for the following sections of the national
and provincial road networks respectively:
National Road NR-1 for a total length of approximately 97 km [from km 62.1 at the
junction with NR-11 inside Neak Loeang, to km 159.00 on the western edge of Bavet
city];
3
National Road NR-6 for a length of approximately 50 km [from km 317.1 at the
junction with airport road north of Siem Reap city to km 367.0 at the south end of the
existing Sreng River bridge];
Provincial Road PR-23 for a length of approximately 20 km [from the junction with
NR-1 in Kandal Province];
Provincial Road PR-312 for a length of approximately 28.5 km [from the junction with
NR-1 in Prey Veng Province].
11. The total length of road to be included in the Project is therefore 97+50+20+28.5 = 195.5 km approximately with components located in Prey Veng, Svay Rieng, Siem
Reap and Kandal Provinces respectively.
National Roads [3 Contracts]
12. Interventions on the two sections of national road will include the improvement of much
of the present pavement area using asphalt concrete overlays [after appropriate
surface repairs]. However rehabilitation* involving the replacement of surfacing and
under layers will be required in areas showing significant distress.
NOTE: In rehabilitated sections, the surfacing will be asphalt concrete except that where road
embankments are noted to be subject to ongoing and significant future consolidation, a DBST
surfacing is to be applied as an interim measure.
13. Other work will include improvement of the existing roadside ditches and maintenance
of bridge structures. For the purpose of increasing the resilience of the roadways to
possible future climate change, a range of drainage system improvements are
required including the provision of new / replacement of existing cross culverts,
installation of anti-erosion measures and the construction of enclosed drainage in
some of the major commune areas. Miscellaneous road furniture [including road safety
provisions - see below] as well general signs and road markings through both
corridors, will also be installed.
Provincial Roads [2 Contracts]
14. Interventions on these two sections of road will include the localized raising of
embankments, the installation of paved road surfaces and the construction of cross
culverts and related roadside drainage features. Road furniture and miscellaneous
other facilities will also be installed and some short-span bridges replaced.
4
Other [2 Contracts]
15. As part of a broader initiative to improve conditions for road-users, the interventions in
each corridor include certain road safety components. These focus on the introduction
of appropriate horizontal and vertical warning signage at locations where the risk of
crashes is considered to be ‘high’ [including at known incident ‘blackspots’] as well as
in school zones. The former provisions are embedded in the road works contracts
while the school safety zone [SSZ] treatments are to be covered by a separate civil
works contract [CW-6] - see below.
16. In order to improve quality assurance capacity within the MWPT, it has been agreed
that a ‘goods’ supply contract be awarded under the RNIP Project. This includes the
procurement and installation of materials testing equipment in a number of new
regional laboratories to be established under another part of the RNIP program. This
is covered by Contact EQ-1 as indicated in the contract packaging summary below.
Contract Packaging
17. Due to the length of roadway included in the National Road NR-1 part of the Project,
the construction work therein is to be split into two, approximately equal parts [NR-1
East and NR-1 West]. The resulting contract packaging arrangement for the RNIP
Project is therefore as follows:
Package No. Description Estimated Value of
Works* [US$ x million]
Comments
CW-1 NR-1 [East] 14.6 Incl. Performance-based maintenance contract (PBC)
CW-2 NR-1 [West] 15.6 As above
CW-3 NR-6 19.4 As above
CW-4 PR-23 7.9 Works with domestic preference
CW-5 PR-312 8.8 Works with domestic preference
CW-6 Minor Works - SSZ 1.0
EQ-1 QA - Laboratories and Equipment 7.9 Goods supply contract
* Per November, 2016 PAM
5
IV. Timing
18. The overall implementation period for the Road Network Improvement Project is 72
months per the following outline schedule:
Ref. No. Phase Period / Duration Comments
1 Detailed Design 2017 Q2 and Q3 Six CW packages and One Goods contract
2 Procurement of Civil Works 2017 Q4 to 2018 Q2 As above
3 Works - National Roads 2018 Q3 to 2020 Q2 Three CW packages
4 Works - Provincial Roads 2018 Q3 to 2021 Q2 Two CW packages
5 Performance-based maintenance work 2020 Q3 to 2022 Q4 National roads only
6 QA - Laboratory Equipment 2019 Q4 Supply and install
V. Scope of Supervision Services
19. The Civil Works part of the Project covers the improvement of sections of national
road presently having AC or DBST all-weather surfaces and two lengths of provincial
road with presently of DBST or un-surfaced standards. The required works include the
placement of AC overlays with full depth rehabilitation requiring sub-base and base
course materials on some parts of the national routes with the existing road structure
[including the present gravel-wearing course] reused using stabilization techniques, in
the provincial road lengths.
20. The project also includes maintenance work on the national road bridges and repair
or replacement of provincial road structures [bridges to be replaced will be to a wider
deck width] as well as the replacement or provision of new cross drainage culverts.
Improvements in the areas of road safety at school zones and additional warning
signage at incident ‘blackspot’ sites, is also to be addressed.
21. As part of the MPWT’s quality assurance program, there are to be four regional
laboratories established in various Provinces in Cambodia. The supervision service
will extend to the construction of the laboratories and the procurement and installation
of test equipment in each new facility.
6
22. Prior to mobilization of the appointed Works Contractors, the Consultant shall deploy
the staff needed to conduct the required supervisory services - these are summarized
below:
Reviews of the roadworks Contractors’ method statements, work programmes,
Environmental Management Plan and traffic management proposals;
Confirmation of the nature and extent of repair work to be performed in the sections
of national road to receive AC overlays;
Confirmation of layouts and other requirements at school safety zones [SSZ];
Review and approval of Contractors’ proposed sources of construction materials;
Review of the Contractors’ shop drawings relating to maintenance interventions
and new construction [provincial roads only] for bridges;
Review of the Contractors’ shop drawings, materials samples and method
statement for the construction of the QA laboratory complexes;
Regular inspection and monitoring of construction activities;
Formal reporting of work progress and disbursements made in the roles of the
‘Engineer’ and the ‘Engineer’s Representative’ as defined in General Conditions
of Contract published by the Fédération Internationale des Ingénieurs-Conseil
(FIDIC) as adopted for Project purposes.
VI. Team Composition & Minimum Qualifications
23. The Consultant’s team shall be comprised of International specialists - most with
national Counterparts - with as a minimum, a bachelor's degree issued by an
accredited authority. Also with a history of successful projects completed in
Cambodia or other similar countries in the region and a minimum of 5-10 years of
directly relevant experience. Resumes of each key member of staff are to be
included in the Consultant’s Proposal using the standard ADB format.
24. The services shall be provided using a total of 161 person-months of international
experts’ inputs and 970 person-months of support from national experts. The
position numbers, titles and durations of inputs are given in the following tables.
25. The work will be carried out under a standard professional services contract for
which the Consultant must bid on the following preliminary staffing input basis. The
Consultant is free to make his own estimates of the required person-months for
each of the positions below but should not go below the indicated totals for
international and national staff members.
7
26. The Consultant shall allow for necessary technical and administrative support staff
(e.g. office managers, laboratory and survey assistants etc) in the financial part of
the Proposal.
Personnel Requirements [International staff]
Ref. No. Position Full-time Inputs [person-month]
Intermittent Inputs
[person-month]
CS-1 Team Leader / Highway Engineer 36 14
CS-2 Resident Engineer [2] 2 x 36 -
CS-3 Materials Engineer - 20
CS-4 Structural Engineer 4 -
CS-5 Financial Management Specialist 4 -
CS-6 Environmental Specialist 3 -
CS-7 Procurement Specialist 2 -
CS-8 Social Development/Safeguards Specialist 2 -
CS-9 Resettlement Specialist 2 -
CS-10 Monitoring and Evaluation Specialist 2 -
TOTAL [person-months] = 127 34
161
Personnel Requirements [National staff]
Ref. No. Position Full-time Inputs
[person-month] CS-11 Highway Engineer / Deputy Team Leader 72
CS-12 Assistant Resident Engineer [NR’s - 2 x 24 & PR’s 2 x 36] 120
CS-13 Materials Engineers [CW work - 2 & QA work-1] 60
CS-14 Structural Engineers [2] 40
CS-15 Resident Inspectors [CW stage - 10 x 36 & PBM stage 3 x 36] 468
CS-16 Quantity Surveyors [CW stage - 4 x 36] 144
CS-17 Monitoring and Evaluation Specialist 6
CS-18 Environmental Specialist 12
CS-19 Procurement Specialist 3
CS-20 Social Development Specialist 18
8
CS-21 De-mining / UXO Specialist 4
CS-22 Axle Load Control Specialist 4
CS-23 Architect for Design of Laboratories 6
CS-24 Resettlement Specialist 10
CS-25 Financial Management Specialist 3
TOTAL [person-months] = 970
INTERNATIONAL TEAM MEMBERS CS-1 Team Leader / Highway Engineer
27. As the Engineer's representative, the consultant's Team Leader will implement the
civil work contracts and ensure that the works are constructed in accordance with their
provisions. The Consultant will have all the powers defined in the FIDIC Conditions of
Contract for the Engineer’s Representative, with the exception the following, which will
be retained and exercised by the employer, generally on the advice of the engineer:
issuing the order to commence the works;
approving variation orders that have financial implications;
approving significant variations in quantities;
approving subletting of any part of the works;
approving extensions of time
28. As the Engineer’s Representative, the Team Leader will assist PMU-3 in to ensure
timely completion of the civil works and administration of the Civil Works contracts in
accordance with the contract provisions. These duties shall include:
overall administrative, technical and financial management of the Project
including the direct supervision of international and national staff;
be the Consultant's main point of contact with the PMU, ADB and other
governmental agencies;
reviewing and approving the contractor's work program, method statements,
material sources, etc.;
approving and/or issuing design modifications, work schedules, setting out of
the works and issuing general instructions to the Contractors;
taking measurements and keeping measurement records;
certifying completed work preparing interim certificates for progress payments;
preparing of funding withdrawal applications for submission to
ADB/Government ;
certifying completion of part or all of the works;
9
addressing any arising claims by the Contractors;
monitoring the impact of construction works on the environment and local
communities for compliance with the approved EMP;
providing information on the above to MPWT in the monthly progress reports
and to ADB in the quarterly progress reports;
providing advice to MPWT staff in contract administration issues through
regular contacts and on-the-job training where appropriate;
ensuring that RP’s, GAP’s and anti-HIV programs are implanted;
assessing the degree of risk of exposure of unexploded ordnance (UXO) in
project roads before any works starts,
filing of reports required at the inception, monthly, quarterly & mid-term stages;
preparation and submission of a Project completion report.
Qualifications
29. The Team Leader will be an internationally-qualified highway engineer with a minimum
of 20 year of experience as Team Leader on similar major road rehabilitation projects.
He/she will need to demonstrate extensive work experience in Cambodia or countries
in the Asia-Pacific region on at least 3 projects of similar size and complexity. The
Team Leader must be familiar with the particular requirements of ADB and/or other
international door agency. Familiarity with PBM contract administration will be a major
advantage.
CS-2 Resident Engineers 30. The Services will require the mobilization of two Resident Engineers each located in
one of the two field offices to be provided by the Civil Works Contractors. The
Engineers must be experienced in the responsibilities and legal aspects of the works
and will report directly to the Team Leader.
Qualifications
31. Each resident engineer will be qualified professional engineer with a minimum of 10
years of experience as resident engineer on major road rehabilitation and
maintenance projects involving the placement AC and DBST surface materials by
internationally-qualified contractors. Direct experience with PBM contract works will
be a major advantage.
CS-3 Materials Engineer [intermittent services]
32. The civil works comprise the rehabilitation of the DBST road to AC surface and
improvement of existing earth or gravel-surfaced roads to a bitumen-sealed standard
using DBST materials.
10
33. This will include the placement as necessary of sub-base and road base materials
[unbound or stabilized] as part of the road pavements. It is expected that stabilization
techniques will facilitate the re-use of the existing road structure including the
remaining gravel-wearing course. As part of the QA improvement program, there will
be a total of four regional laboratories constructed in selected provincial capitals
complete with modern testing equipment. The Materials Engineer at the appropriate
times, will be required to:
Construction Stage Activities
Develop and conduct a test program for materials to be used in the Project
construction work - especially stabilization processes;
Oversee field work and review laboratory test results relating to work required
to accelerate embankment consolidation needed to reduce future
settlements;
During the construction (intermittently) oversee the use of materials to ensure
they meet quality standards required;
Determine the materials requirements for a cement concrete pavement trial to
be located on one of the project roads, as may be agreed by MPWT.
Work closely with the national materials engineer to ensure that a suitably
competent and experienced materials engineer is on-hand to work with the
Resident Engineers.
Laboratory Network
Assist MPWT in establishing a laboratory network with a central/main
laboratory and three regional laboratories;
Confirm organizational structures and define the technical services to be
provided including conducting staff training establishing performance
monitoring regimes;
Finalize the list of equipment to be procured for each facility based on the
proposals developed during the PPTA stages and prepare a procurement and
commissioning program for the establishment of the QA system;
Assist the architects with the preparation of layout details for the laboratories
[including the preparation of CAD drawings];
Provide necessary guidance on the commissioning and installation of procured
laboratory equipment;
Assist MPWT in the procurement of laboratory equipment;
Assist MPWT in the recruitment of laboratory staff [engineers and technicians]
to be deployed in the proposed laboratories;
11
Prepare a Material Testing Laboratory Manual depicting test procedures to be
adopted for the testing of construction materials [based on relevant ASTM,
AASHTO, BS, EN and/or Cambodian standards;
Develop and implement a computerized Laboratory Information and
Management System (LIMS) customized to meet the requirements of the
proposed laboratory network and assist in the procurement of an IT system
consultant to implement the same;
Design a system for the integrated management of the laboratories and to
automate and link it with the proposed LIMS. Again provide inputs as required
to the IT Consultant in developing application modules for LIMS;
Prepare a Quality Management System Manual depicting laboratory
management practices [based on ISO 9001/ISO 17025/AASHTO R-18 and
other laboratory and quality management standards] and propose and
document a ‘Standard Operating Procedures’ manual for laboratory
management;
Prepare a training schedule and curriculum on construction material testing
and laboratory management and conduct training sessions on those topics to
laboratory technical staff.
Quality Assurance System
Assist MPWT in establishing a QA Wing with a central facility and three
regional counterparts - and define organization structures and technical
services to be provided;
Develop training and performance monitoring regimens based on the PPTA
stage concept;
Prepare a Quality Management System Manual depicting the quality
assurance practices to be adopted in the QA wing and propose and document
Standard Operating Procedures for all QA activities;
Prepare a training schedule and curriculum on construction quality control and
quality assurance and conduct training sessions on topics related to QA/QC in
civil construction projects to a target audience of MPWT staff.
34. The Materials Engineer will be experienced in materials testing procedures and QA
process requirements particularly with regard to use of unbound aggregates and
natural materials, stabilized pavement materials and the use of AC and bituminous
surface treatments. He/she shall have worked with recycled and hydraulically-
stabilized (and other) materials for the construction of road pavements and will be fully
aware of the needs for proving materials in the laboratory, including the durability of
stabilized materials and corresponding construction techniques in the field.
12
35. He/she will also be familiar with modern machine-based applications of stabilizers
(e.g. cement and lime) needed for rapid completion of pavement works. Also, be
familiar with the blending of stabilizers with existing roadbed materials and the
techniques required to successfully achieve blends of the correct proportions.
Qualifications
36. The Materials Engineer shall have a minimum of 15 years of experience with
hydraulically-stabilized materials typically used for roads and concrete structures.
He/she should have experience, as the materials engineer, in road rehabilitation
projects involving AC and DBST surfacing in Cambodia or countries within the
immediate region.
37. The engineer must have a Master’s degree in Civil, Highway or Geotechnical
Engineering or related discipline - or equivalent multi-year experience. A Diploma or
Certification in Quality Management Systems and ISO 9001/17025 standards, is also
desirable
CS-4 Structural Engineer
The tasks assigned will include, but not be limited to the following:
approve and/or issue working drawings and layout details for structural works
for use by the Contractors;
prepare working drawings of bridges, culverts and other structures and discuss
with Team Leader, Resident Engineers and/or Employer any bridge
design/construction issues;
inspect materials and workmanship and ensure compliance with drawings and
specifications for bridge maintenance and replacement work. Report on
findings and make recommendations to Resident Engineer as appropriate;
assist the Team Leader / Resident Engineers to modify design details /
construction approach due to the site requirements;
provide on-the-job training to MPWT staff if required.
Qualifications
38. The Structural Engineer will be an internationally-qualified professional engineer with
a minimum of 10 years of relevant experience. He/she should have extensive
background on similar road and bridge rehabilitation projects with experience in
Cambodia or countries in the same geographical region.
13
CS-5 Financial Management Specialist 39. One of the objectives of the consulting services is to improve the financial
management capacity of PMU-3 during Project implementation. The Financial
Management Specialist must work closely with the PMU-3 and MPWT to provide
support, advice and assistance with regard to the financial management for the
project. Also to provide training on ADB loan disbursement procedures and
corresponding general financial management practices for PMU-3 accounting staff.
The scope of the services will include but not limited to the following:
Providing support and organizing relevant training for accounting staff in PMU-3
and MPWT. The training will cover:
loan disbursement procedures and financial management practices for ADB-
financed projects;
maintaining internal control of and monitoring the integrity of the imprest account,
and project petty cash including preparation of monthly reconciliations of the IAs
in accordance with Financial Management Manual, Standard Operation
Procedures (SOP), and Procurement Manual (PM) for the Externally Funded
Projects;
procedures ensuring all fund receipts and expenditures are authorized in line with
established financial procedures and Financing Agreement with proper supporting
documents and are properly recorded in accounting software;
preparing withdrawal applications, process contract payment certificate, contract
register, together with the relevant supporting documents including Statement of
Expenditures (SOE) or Summary Sheet (SS) ; submitting them to MPWT and MEF
for approval; and updating payment tracking of WA registers;
management of and reporting the update of all the contracts of civil works, goods,
and consultants to the project management on a monthly basis;
monitoring project cash flow and taking appropriate actions to ensure both safe
and efficient management of funds;
preparing and consolidating the budget/disbursement plan based on the
procurement plan for the approval of the project management, MEF, and ADB for
the reliable implementation of the annual work plans;
preparing project financial statements for the audit by the external auditors and
monitoring audit results, management response and resolution of issues arising
from audits if any;
ensuring that the project complies at all times with the SOP, FMM, PM, Financing
Agreement, ADBs’ Disbursement Guidelines; and
conducting internal audits for the project
14
Identify any issues in the financial management system for project implementation
in the PMU-3 and recommend measures to address the issues identified;
Advise PMU-3 on organizational arrangements for effective financial management
for project implementation;
Review current budgeting, accounting, and financial reporting in the PMU-3 and
recommend changes to improve the efficiency and accuracy of budgeting,
accounting, and financial reporting systems;
Review and recommend improvements for internal control systems in the PMU 3.
Qualifications
40. The specialist shall be a Professional Accountant (i.e. CPA, CA or equivalent) with at
least 10 years of working experience in the area of financial management. Public
sector and/or international experience will be desirable. Working experience in ADB-
financed projects and/or other similar projects in Cambodia and in the field of financial
program development will be preferable. Knowledge of loan withdrawal procedures
and financial management practices for ADB financed projects as well as Cambodian
accounting regulations and practices would be another distinct advantage.
CS-6 Environmental Specialist 41. For the Project roads, the Environmental Specialist will:
Confirm that the EMP based on the ADB-approved initial environmental
examination (IEE) is included in the bid and contract documents for civil works;
Ensure that the EMP requirements are complied with by the Contractors;
Assist each Contractor in preparing a contractor’s environmental management
plan (CEMP) prior to commencement of civil works. This to be based on the EMP
but with specific details particular to each contract package [e.g. location of camps,
material sources, batching plants, spoil disposal areas, etc.) and other
construction details for each contract package in response to sensitive receptors
present;
ensure that all associated project facilities have the required permits prior to
commencement of civil works;
orient RE and Inspection staff to EMP provisions to ensure that they will be able
adequately supervise on a day-to-day basis, Contractors’ work and arrange
appropriate mitigation measures in accordance with the EMP;
monitor environmental mitigation measures and the performance of Contractors
and assist MPWT to prepare semi-annual monitoring reports for submission to
ADB. These to include progress, implementation of mitigation measures.
compliance issues and corrective actions, if any;
15
Support PMU-3 to establish a contract with Ministry of Environment for
environmental effects monitoring to establish baseline conditions and to undertake
field measurements for dust, noise, and water quality during construction. Include
interpretation of monitoring results in semi-annual environmental reports to be
submitted to ADB ;
Collaborate with the Social Development/Safeguards Specialists in preparing
materials and in training staff at the social and environment office (SEO) and PMU-
3 in their responsibilities so they can inform and train staff of other offices of
MPWT;
Ensure that affected stakeholders and sensitive receptors (e.g. hospitals, schools
and temples) are informed of the project by the PMU-3- and Contractors at the
start of construction. Ensure that the results of the consultations are documented
in the subsequent environmental monitoring reports.
Qualifications
42. The Environmental Specialist will have a suitable international environmental
qualification with a minimum of 10 years of experience on ADB-assisted projects and
be able to demonstrate significant background on projects in Cambodia or countries
within the same geographical region.
CS-7 Procurement Specialist
43. The Project involves the procurement of both civil works and goods contracts. To
undertake these activities in accordance with current ADB procurement guidelines, an
international Procurement Expert with suitable qualifications shall be assigned and
he/she must be provided with national counterpart support.
44. Responsibilities will include but are not limited to:
Assist PMU-3 staff with the first-year procurement for the civil works and goods
packages and for the recruitment of consulting services.
Prepare a training plan for MPWT / PMU-3 staff on ADB procurement procedures
and the use of published guidelines;
Prepare the workshop plan for PBCs as well as for local Contractors in cooperation
with local Contractors’ Association / Cambodia Road Association. Coordination
with activities carried out under the World Bank Second RAMP will be required;
The specialist will work closely with the Team Leader and with PMU-3 Director,
MPWT Procurement Officers and the relevant Procurement committee(s).
Qualifications
45. The Specialist will be experienced specifically with the ADB requirements for
16
successful procurement and should demonstrate significant experience on
procurement issues in Cambodia or countries within similar geographical areas in the
region. A national procurement specialist will support the specialist.
CS-8 Social Development /Safeguards Specialist
46. The Project also features social and safeguards issues/activities including
resettlement, labor and gender requirements (refer GAP documents), communications
and participation, road safety as well as HIV and human trafficking prevention. A
national social development specialist will support this international specialist.
Together with the international environmental specialist, this Specialist[s
responsibilities will include:
Establishment of links and cooperation with the SEO and MPWT’s Gender
Mainstreaming Action Group - as well as other line ministries such as the
Resettlement Department of the Ministry of Finance and Inter-Ministerial
Resettlement Committee (IRC);
Design and implementation of training programs including the preparation of
training materials for SEO - specific to consultation, communication and
participation, gender and development, social safeguards and core labor
standards as well as the management of social risks and vulnerabilities;
Preparation of SEO staff to enable them to train staff of other offices of MPWT;
Setting up of systems for effective implementation of the Project’s GAP,
HIV/Trafficking Prevention Program and a Communications Plan;
Preparation of options for discussion and documentation of any steps taken to
reduce gender related resettlement impacts;
Assisting the team in the resettlement screening and preparation of resettlement
plan as required under the agreed Resettlement Plan and Framework and SPS;
Monitoring and reporting of resettlement-related issues.
Qualifications
47. To undertake these activities and to comply with ADB safeguards policy requirements,
an international Social Development/Safeguards Specialist with suitable qualifications
and a minimum of 10 years of relevant experience is required. The Specialist will be
experienced specifically with ADB requirements and be able to demonstrate
significant experience on similar safeguards issues in Cambodia or countries within
the same geographical area.
CS-9 Resettlement Specialist 48. The Project involves resettlement activities including land acquisition, resettlement
17
and temporary disturbance of residents due to construction activity. A national
resettlement specialist will support this international Specialist whose responsibilities
will include:
Review the resettlement plans prepared during the PPTA stages as updated
during the detailed design;
Confirm the detailed measurement study (DMS) is complete and the entitlement
matrix based on the DMS, in place;
Confirm the extent of land acquisition and resettlement issues and the existence
of appropriate resettlement plans [in collaboration with PMU-3 and IRC;
Coordinate with the resettlement department of MEF and inter-ministerial
resettlement committee (IRC) regarding the status of the resettlement plans;
Ensure that all affected persons have received compensation before construction
starts;
Advise the Resident Engineer when the compensation is complete in order to start
civil works in such road sections;
Work with affected persons and other stakeholders in consultations and
communications as required;
Ensure all Government and ADB approvals of resettlement plans are in place.
Qualifications
49. To undertake these activities and to fully comply with ADB safeguards policy
requirements, a Resettlement Specialist with suitable academic qualifications and a
minimum of 10 years of experience is required. The Specialist will be experienced
specifically with ADB requirements and possess sufficient knowledge on the ADB's
SPS document. The Specialist should be able to demonstrate significant experience
on safeguards issues in Cambodia or countries within the same geographical area.
CS-10 Monitoring and Evaluation Specialist 50. The tasks to be completed by the Specialist will include but not be limited to, the
following:
Implementing systems and programs required to enable project implementation to
be monitored and to assess the effects of the project;
Providing and maintaining a project management system that will assist PMU-3 to
implement the project and provide information on project progress in routine
reports and review missions;
Establishing a PPMS to enable the effective recording data and statistics used in
the monitoring process and collecting the required data for the M&E process;
Undertaking baseline surveys and analysis needed to update or modify the
anticipated effect on economic and social development as indicated in the:
18
DMF and gender action plan;
The HIV/AIDS awareness and human trafficking prevention programs; The road safety awareness program to be used in communes along the project
road sections; Documenting the effects on: passenger and freight vehicle operating costs on roads improved under the Project
and between key locations; tariffs for freight and passenger movement between selected locations that
indicate the impact of the project on target groups in the community; the quantity and type of traffic on roads to be improved under the Project; undertaking surveys to evaluate the benefits of the project and to incorporate
findings and supporting data into a Project Completion Report.
Qualifications
51. The Monitoring and Evaluation (M&E) Consultant must possess an appropriate
university degree plus other training suitable for the activities to be addressed, at least
10 years of relevant professional experience and a minimum of 3 previous projects of
a similar nature carried out in Cambodia or similar geographic area.
NATIONAL TEAM MEMBERS
CS-11 Highway Engineer / Deputy Team Leader 52. Duties as the Highway Engineer will be undertaken. A nationally qualified professional
engineer with 15 years of experience will be required to be the Highway Engineer and
to undertake the role of Deputy Team Leader.
Qualifications
53. The expert should have extensive experience with road rehabilitation projects
involving AC and DBST paving over a minimum period of 10 years and with
demonstrated experience in working with international funding organizations on at
least 3 previous projects. Previous experience in PBM contract administration will be
a major advantage.
CS-12 Assistant Resident Engineers 54. Assistant Resident Engineers will be engaged to assist the International Resident
Engineers and will fully support all aspects of the civil works. This will include the
management and oversight of inspection staff conduction the supervision of roads,
drainage and structural works.
19
55. They will work from one of the two field office to be established in the southeast and
northwestern areas of Cambodia for the initial construction period and subsequently
during the performance-based maintenance efforts.
Qualifications
56. The Assistant Resident Engineers will be a professionally qualified with a minimum of
15 years of experience in the rehabilitation and improvement of paved roads. The
experts must have project experience in the application of AC and DBST surfaces,
bridge maintenance and direct experience of working with international funding
agencies. Previous experience on PBM contracts is desirable.
CS-13 Materials Engineers 57. The National Materials Engineers will be required to work on the civil works Contracts
and to participate in the QA improvement program under which four regional
laboratories are to be constructed in selected provincial capitals and modern testing
equipment installed. The Materials Engineers must contribute in the following areas:
Construction Stage Activities
Support the international counterpart in the testing of materials used in the
construction work - including for stabilization processes;
Carry out field and laboratory tests to ensure that materials meet the stipulated
standards.
Laboratory Network
Assist the national counterpart in establishing the laboratory network;
Participate in the commissioning and installation of procured laboratory
equipment;
Help to prepare a Material Testing Laboratory Manual depicting test procedures to
be adopted for the testing of construction materials;
Help produce a computerized Laboratory Information and Management System
(LIMS) and an IT system;
Contribute to a Quality Management System Manual defining lab management
practices;
Assist with the preparation of training curricula for construction material testing and
laboratory management.
Qualifications
58. Materials Engineers should have a Bachelor’s Degree in Civil Engineering and a
minimum of 10 years of relevant background in the sourcing, placement and testing
20
of materials typically used for the construction of roads and drainage structures. They
should have previous experience, as a Materials Engineer, in road projects featuring
AC and/or DBST in Cambodia or countries within similar conditions elsewhere in the
Asia-Pacific region.
CS-14 Structural Engineers 59. The National Structural Engineers will work under the direction of the International
Structural Engineer and will be expected to be qualified to undertake all aspects of the
work. This is expected to involve both maintenance activities and the construction of
new short-span bridges.
Qualifications
60. The Structural Engineers will be required to possess national qualification / registration
status and a minimum of 15 years of relevant experience. The Engineers should have
project experience on road rehabilitation and improvement projects up to National road
level as well as previous exposure to international donor organizations.
CS-15 Resident Inspectors 61. The Resident Inspectors will be assigned to each of the Civil Works packages to work
under the direction of the Resident Engineer.
Qualifications
62. The Inspectors must have a national technical qualification and at least 5 years of
related experience in the construction / maintenance of AC and DBST surfaced
pavements, drainage structures and/or bridge construction. Previous work on
international donor funded projects will be an added advantage.
CS-16 Quantity Surveyors 63. The Quantity Surveyors’ roles will be to support the Resident Engineers’ offices during
the civil works Contracts. Duties will include the measurement of work completed each
month for each of the Pay Items contained in the BoQs to the accuracy needed to
produce progress payment certificates.
Qualifications
64. Members of the QS team must be nationally qualified and registered as a professional
quantity surveyor. A minimum of 10 years of relevant experience of road construction
work is required preferably on projects funded by international funding agencies.
21
CS-17 Monitoring and Evaluation Specialist
65. The Specialist will work under the direction of the International Environment Specialist
and contribute to all activities required in this discipline.
Qualifications
66. The Specialist should have as a minimum, 5 years of relevant experience working on
the M&E aspects of major civil works projects. Previous involvement in road
construction projects funded by international funding agencies will be preferred.
CS-18 Environmental Specialist 67. The Specialist will work under the direction of the International Environment Specialist
and contribute to all activities required in this discipline.
Qualifications
68. The Specialist must have an appropriate qualification in environment, science,
engineering or management areas as wells at least 10 years of relevant background
- including experience on projects assisted by the ADB or other international
organization. The Specialist must be fully conversant with the locations of protected
and sensitive areas in Cambodia and particularly, the national environmental
legislation and its practical application. The Specialist will also have knowledge of the
monitoring of requirements given in EMPs applicable to roadworks contracts.
CS-19 Procurement Specialist 69. The Specialist will work under the direction of the International Procurement Specialist
and contribute to various activities required in this discipline. These will include but not
be limited to:
Assisting with the preparation and delivery of a training program to appraise
MPWT / PMU-3 staff of the ADB procurement procedures and guidelines;
Participate in the preparation and delivery of a Workshop for local Contractors in
cooperation with the local Contractors’ Association and the Cambodia Road
Association.
Qualifications
70. The national Procurement Specialist must have a minimum of 10 years of relevant
experience in Cambodia and on projects prepared with the assistance of the ADB or
similar international organizations. The Specialist will be fully conversant with the
national standard operating procurement process and the procurement guidelines
issued by the Royal Government of Cambodia (RGC).
22
CS-20 Social Development Specialist 71. The Provincial Roads Improvement Project is expected to bring significant benefits to
rural residents in two Cambodian provinces by reductions in travel times through
improved connectivity to the national road network. It is intended that the benefits to
accrue to the local populations are maximized and shared equally by men and women.
Objectives and methods are included in a Gender Action Plan [GAP].
72. Labor-based road maintenance is an area with significant potential for gender
mainstreaming and greater gender equality and can provide significant social benefits
to the households and communities. Measures to effectively mainstream gender in
rural road activities include:
capacity development activities to promote better understanding of the differential
gender impact of poor infrastructure and of the social benefits realized by its
improvement;
mandatory recruitment quotas in minor works contracts, preceded by sensitization
activities targeting men (to encourage them to allow female family members to
participate) and women (to inform them of opportunities);
requirements for Contractors recruit workforces at intervals (e.g. every 5 km) to
maximize employment opportunities and reduce work related travel distances;
provide equal pay for equal work for men and women and a requirement that
Contractors submit time sheets - disaggregated by gender
73. Implementation arrangements and costs of mainstreaming labor and gender have
been integrated into the overall arrangements and total project budget. MPWT as the
Executing Agency, will be responsible for implementing and monitoring the GAP
through its Gender Mainstreaming Action Group [GMAP]. As part of the DDIS team, a
national labor and Social Development Specialist will be appointed to:
work with the GMAP to conduct gender awareness training for staff of the PMU-3
and the SEO;
establish sex-disaggregated indicators for project performance monitoring and
evaluation;
coordinate as required, with other specialists during sub-project preparation and
implementation.
23
74. Where appropriate, the civil works will be based on the concept of labor-based
appropriate technology and Contractors will prioritize, monitor and report on the use
of skilled and unskilled labor in their Contracts - and any Sub-contracts in force.
75. The Project will also support the preparation of a community-based road safety
campaign that will involve community members as facilitators and ensure that at least
50% of community facilitators and participants will be women.
76. The Project will implement HHTPP to mitigate the potential HIV and human trafficking-
related impacts of road works in rural communities. The Specialist will assist with
ensuring that the Project implements an HHTPP and that baseline, socio-economic
survey data includes the collection of sex-disaggregated information.
77. The SD specialist will ensure that the social development plans are implemented and
monitored as per the overall Social Action Plan and the following:
The GAP and Gender Actions given in the DMF
The Communications, Consultation and Participation Plan
The HIV/Prevention Program
Qualifications
78. The National Social Development must have suitable qualifications for addressing the
social aspects of projects relating to labor and gender issues. He/ she will have a
minimum of 10 years of overall experience - including projects assisted by ADB and
other international organizations.
CS-21 De-mining / UXO Specialist 79. The risk of land mine and unexploded ordnance is widespread in Cambodia including
the provinces where the Project will be implemented. Although the proposed work will
feature improvements mostly within the existing road RW’s some risk remains - deep
seated mines may be exploded by heavy construction equipment and shallow
ordnance may also be uncovered during the works.
80. Although maps exist to give a first indication of the level of risk [and many areas will
have already been cleared by Cambodian and other organizations], evidence of site-
specific clearance must be gathered.
81. Construction activities attract the attention of the local communities and children
frequently watch the works from nearby. For these and other reasons, a public
24
information program will be undertaken within the local communities to prepare and
advise them of the risks. Staff of the Implementation Consultant and the civil works
Contractors, as well as others associated with the project, must be advised of the
risks. These will include:
Assessing the likelihood of the presence of UXO along the project roads before
any work begins. This to include a suitable sampling survey of the project roads to
help ensure the safety of the Project site teams.
Preparing necessary documentation for any clearance required to be undertaken
through the civil works Contracts following the engagement by the Contractor of a
qualified clearance agency;
Preparing a suitable information program for project staff and visitors to ensure
they become aware of any UXO risks at the work sites;
Preparing an information program for the public within the areas where there is a
perceived de-mining UXO risk, before the commencement of any works.
Qualifications
82. A national expert with a minimum of 15 years of in-country experience will be engaged
within the DDIS team to determine the level of risk for any particular project road or
area and to provide advice on the need for clearance to be carried out by an
appropriate clearance agency.
CS-22 Axle Load Control Specialist 83. The Specialist will be required to support the team and Team Leader in axle load
control aspects including the preparation of capacity building materials and inspection
of all weigh station-related activities.
84. This will include the collection of data on portable and permanent forms of weigh scale
on the market and the preparation technical specifications and procurement
documentation. Also, to provide-on-the-job training for MPWT staff on procedures for
checking axle loads, processing of data and reporting.
Qualifications
85. The Axle Load Specialist shall have a Bachelor’s degree in civil or mechanical
engineering and be a qualified professional engineer with at least 5 years of
experience in the relevant areas. A work history in the Cambodian road sector or in
neighboring countries, on axle load control, will be required.
25
CS-23 Architect for Design of Laboratories 86. The Project contains a major component aimed at the improvement of quality
assurance within MPWT. Part of this relates to the provision of a network of materials
testing laboratories in four locations, each with appropriate new materials testing
equipment and data storage systems installed.
87. A professional Architect will be required to carry out a number of duties including the
following:
Provision of overall architectural services required for the network of laboratory
buildings;
Coordination of topographical survey of the laboratory construction sites and
definition of spatial requirements especially during the initial planning stages;
Observance of applicable building codes in Cambodia (architectural, safety,
engineering, sanitary etc.) for implementing the project;
Preparation of architectural drawings;
Preparation of architectural design details and working drawings for the laboratory
buildings;
Preparation of technical specifications and cost estimates for the buildings and
provision of assistance to MPWT in the procurement of construction services;
Regular visits to the sites and provision of architectural inputs on site related
processes, as required;
Assistance to MPWT in the administration of contracts for the construction work;
Architectural co-ordination with engineers and other professionals regarding
design and construction issues.
Qualifications
88. A registered Architect with a minimum of 10 years of architectural experience in the
building industry with proven proficiency in the preparation of designs and drawings
and in the site supervision of building projects. Experience in the preparation of
architectural designs for laboratories and similar industrial buildings is essential.
He/she shall be proficient in AutoCAD applications [e.g. 3D Views, Sketch Up] and
design-related software.
CS-24 Resettlement Specialist 89. The Project involves some resettlement activities including land acquisition,
resettlement, and temporary disturbances to residents during the construction stages.
A national Resettlement Specialist will assist the international counterpart in
26
performing tasks related to land acquisition and resettlement activities. The
Specialist’s tasks will include participation in:
Reviews of the resettlement plans prepared during the PPTA stages as updated
during the detailed design;
Confirmation that the detailed measurement study (DMS) is complete and the
entitlement matrix based on the DMS, in place;
Confirmation that the extent of land acquisition and resettlement issues and the
existence of appropriate resettlement plans [in collaboration with PMU-3 and IRC;
Coordination with the resettlement department of MEF and inter-ministerial
resettlement committee (IRC) regarding the status of the resettlement plans;
Ensuring that all affected persons have received compensation before
construction starts;
Advising the Resident Engineers when the compensation is complete in order to
start civil works in such road sections;
Working with affected persons and other stakeholders in consultations and
communications as required;
Ensuring all Government and ADB approvals of resettlement plans are in place.
Qualifications
90. To undertake these activities to entirely meet the ADB safeguards policy requirements,
a National Resettlement Specialist with suitable academic qualifications and a
minimum of 10 years of experience is required. The specialist will be experienced
specifically with the ADB requirements and adequately sufficient knowledge on ADB's
SPS. The specialist should demonstrate significant experience on safeguards issues
in Cambodia or countries within similar geographical areas in the region.
CS-25 Financial Management Specialist 91. The Specialist will be required to support the international counterpart and the Team
Leader in all aspects of the financial management processes. These will include:
Training of accounting staff in PMU-3 and MPWT in management procedures
using international agency methods;
Reviews of present budgeting, accounting, and financial reporting in the PMU 3
and recommend changes to improve the efficiency and accuracy of budgeting,
accounting, and financial reporting systems; and
Reviews of internal control systems in the PMU-3 and recommending
improvements.
27
Qualifications
92. The specialist shall be a qualified Cambodian Accountant with at least 10 years of
experience in the area of financial management in the public sector. A history of
working on projects funded by international organizations on loan withdrawal
procedures and financial management practices is required. Particular applications for
ADB-financed projects under Cambodian accounting regulations is a distinct
advantage.
VII. Deliverables / Reporting Requirements
93. The Consultant will prepare and submit reports to MPWT and ADB on the subjects, in
the numbers and to the schedule indicated below:
Subject MPWT ADB
Inception Report
1 Soft, 3 Hard copy
1 Soft, 1 Hard copy
Monthly Progress Reports n/a
Quarterly Reports
1 Soft, 1 Hard copy Semi-annual progress Reports on QA Components Project Benefit and Monitoring Reports at Inception, Mid-term and Completion EA’s Project Completion Report
* ADB = Asian Development Bank; MPWT = Ministry of Public Works and Transport
94. All reports and other documents must be written in the English language.
Inception Report [M+1]
95. The Inception Report will be submitted within 3 months of the start of the
assignment and shall contain a detailed work program, a description of the
methods proposed for carrying out the services in accordance with the Terms of
Reference. Any major issues and problems likely to be encountered must be
identified together with suggestions on how they may be mitigated.
Monthly Reports
96. A brief progress report [1-2 pages only] will be submitted within 7 days of the end
of each month summarizing the overall progress of the project, details of the tasks
completed and any problems that were encountered. Details of tasks to be
undertaken during the following month are also to be included along with a
28
schedule of past and anticipated future mobilization/demobilization activities by the
Contractors.
Quarterly Reports
97. A quarterly report will be submitted within 10 days of the end of each quarter
summarizing the overall progress achieved on the project with details of the tasks
completed and any problems that were encountered in the engineering,
environmental and social and resettlement areas of the Project. Details of tasks to
be undertaken during the following quarter are also to be included along with the
anticipated progress of construction work in each corridor. Information on
payments released, funds retained and future cash flow requirements must also
be included.
Semi-annual Progress Reports.
98. In addition to the above, the Consultant will also submit semi-annual reports [within
15 days of the end of each period] covering progress achieved in the QA areas of
the Project.
Project Benefit and Monitoring Reports at Inception, Mid-term & Completion stages
99. This report shall be submitted at the end of the above milestone events and
describe achievements made in under each of the items given in the Project’s DMF
documentation.
Executing Agency’s Project Completion Report
100. This report is required to given details of the activities undertaken and the outputs
produced in the environmental and social/settlement aspects of the Project.
VIII. Facilities to be Provided
Central Level
101. A furnished main office in Phnom Penh with utilities for use by the Consultant, will
be provided by the MPWT.
102. Consumables, transport and accommodation for the Consultant's full-time and short-
term, international and domestic staff however, will be financed under this consulting
services contract. Accordingly, staff costs are to be included in the Financial Proposal
with items allocated for remuneration, international and domestic travel,
accommodation and subsistence and miscellaneous other expenses required to
29
deliver the services.
103. Upon completion of the project, any items of equipment purchased under project,
shall be returned to the MPWT.
Regional Level
104. Two furnished field offices with material testing laboratories and utilities as well as
field transport and maintenance services will be provided through the Civil Works
Contractors. One facility will be located in southeastern Cambodia and the other in
the mid-west - final locations to be confirmed.
105. Upon completion of the project, vehicles and equipment provided shall revert to the
ownership of the Contractors.
Background Information
106. MPWT will provide relevant details including the project reports prepared by the
Consultant assigned to the Detailed Engineering Design [DED] and bid document
preparation work in 2017. MPWT staff will also facilitate access by the Consultant’s
personnel to other government agencies for the purpose of collecting information
needed to complete the assignment.
107. Upon completion of the project, any items of equipment purchased under project,
shall be returned to the MPWT.
1
Section 7. Terms of Reference
CONSULTING SERVICES FOR A COMMUNITY-BASED ROAD SAFETY PROGRAM FOR THE
ROAD NETWORK IMPROVEMENT PROJECT [RNIP], CAMBODIA
I. DESCRIPTION
1. The Royal Government of Cambodia has applied for a loan from Asian Development Bank
(ADB) for a Second Road Asset Management Project (the Project), which will implement the periodic
maintenance of the national and provincial roads administered by the Ministry of Public Works and
Transport (MWPT) as the Executing Agency. The Project will (i) assist MPWT in the periodic
maintenance of about 566 km of the national and provincial roads; and (ii) help to create a sustainable
road maintenance regime by strengthening capacity at MPWT to (a) improve the maintenance and
management of its roads network; (b) strengthen axle load control operations; and (c) further
strengthen the process of privatizing MPWT’s force account units. The Project will also support a
Community-Based Road Safety (CBRS) program and HIV/AIDS and human trafficking awareness
and prevention program, with sufficient gender considerations. Part of the loan proceeds will be
applied for eligible payments under the consulting services contracts under the Project.
2. The CBRS program will be undertaken under the overall guidance of the MPWT’s Project
Management Unit 3 (PMU-3) as the Implementation Agency of the Project. PMU-3 will be responsible
for engaging consulting services and awarding civil works contracts. The CBRS program’s consulting
services (with national experts) will work directly with the PMU-3, headed by the Project Director and
Project Manager. The Project Director will have overall administrative oversight of the consulting
services and civil work contracts, and the Project Manager will have responsibility for day-to-day
operations.
3. Cambodia has suffered a poor road safety record. During the last 10 years (2005-2014), the
number of road fatalities increased double. At the same time, the population increased by 15% and
the number of registered vehicles increased by 387%. Significantly, almost 80% of road fatalities
involve vulnerable road users: pedestrians, cyclists and motorcyclists who are notably the Cambodian
poor. In 2014, 66% of road fatalities occurred on national roads while rural roads and provincial roads
accounted for 16% and 8% respectively.
4. Children aged below 15 years old accounted for 8% of the road fatalities, the number that
increased by 16% compared to 2013. 42% of the children who died on the roads were pedestrians,
followed by motorcycle riders (34%) and bicycle riders (11%). 58% of these children were caused by
2
driving over speed limit and not respecting the right of way. Road crashes are the problem facing and
often occur to children at the areas of the school zones. The situation is worst during the school
starting time and ending time due to the surge of school children in and out of the school.
5. In 2013, it was estimated that Cambodia lost around 337 million USD because of road
crashes. The annual cost of road crashes is equal to 2-3% of the Cambodia’s GDP. Unless additional
road safety actions are taken, the number of fatalities will increase up to 3,200 by 2020.
6. To address the road safety issues the Royal Government of Cambodia has made a great
effort to develop a New Law on Road Traffic, endorsed by the National Assembly in December 2014,
and National Road Safety Policy and Action Plan for 2011-2020, aimed at reducing the number of
road fatalities by 50% in 2020.
II. OBJECTIVE
7. The overall objective of the CBRS program is to ensure that the road improvements in the
project areas provide a long term safe environment for road users and local communities and to
contribute strongly to the overall reduction of road crashes, injuries, fatalities and disabilities
elsewhere in Cambodia.
8. To achieve this objective, the program will focus on the implementation of the following
activities: (i) data collection and road safety provisions in road design, (ii) community-based
awareness program, including education program for schools, drivers, road users, and the
community, and (iii) community-based enforcement. The approach is to aim for self-sustainability of
the local community to run road safety initiatives in the long term.
III. SCOPE OF THE SERVICES
9. This CBRS program is expected to be implemented by national experts. The rational for
having national experts’ inputs for the program is due to the fact that such experts are more effective
in delivering the required outputs of the program than the international experts due to the ability of
national experts for direct communication with the affected persons and beneficiaries in the
communities – mostly in rural areas, and being able to understand and handle more efficiently with
the local communities on the community-based awareness campaign, education and community-
based enforcement on road safety issues.
10. The national experts will be responsible for coordinating and mobilizing resources in a multi-
sectoral response to the CBRS Program in the project areas of all communes along the project roads.
The experts must involve community members as facilitators, and at least 50% of community
3
facilitators should be women, and mothers should have a 30% share in community participants in
road safety awareness activities.
11. The experts will work in concert with other national and local road safety initiatives and
programs in Cambodia and complement existing initiatives and programs especially those of the
National Road Safety Committee including the National Road Safety Action Plan.
12. The CBRS Program is scheduled to be implemented over a 60-month period for all schools
and communes along the project roads. The program is expected to mobilize the national expert team
within an 8-month period after the commencement of the physical works. The program will focus on
the following outputs.
Output 1: Development of IEC Materials and Communication Campaigns
13. The national experts will be responsible for the development of IEC materials and
communication campaigns for the CBRS program. However, based on previous experience in road
safety programs at MPWT and a pilot activity of CBRS program implemented during ADB’s TA 8784-
CAM in 2015, the following IEC materials are recommended for the proposed CBRS program.
National experts should review the following list of the materials and revise/propose the development
of new materials if necessary. All materials must be reviewed and approved by the PMU-3 prior to
the procurement. National experts shall support the PMU-3 to procure all necessary IEC materials
and communication campaigns in accordance with the ADB’s Procurement Guidelines.
List of IEC Materials and Communication Campaigns
ITEM DESCRIPTION USERS / RECEIVERS
(1) Training manuals on CBRS program Teachers, community facilitators, police and local authorities
(2) Handbook on Land Traffic Law Same above
(3) Summary Report of Annual RCVIS 2014 Same above
(4) Handbook on 10 Points for Road Safety Same above + students
(5) Posters on Traffic Signs Schools, pagodas and police, district and commune offices
(6) Posters on Traffic Patrol Instruction Schools
(7) Banners on Slow Down and School Area Same above
(8) Banners on Child Safety Same above
(9) T-Shirts on CBRS program Community facilitators and campaigns
(10) Reflective Jackets Community facilitators
(11) Reflective Bracelets Students and campaigns
(12) Traffic Light Batons Community facilitators
4
(13) Whistles Same above
(14) STOP Traffic Signs (hand holding) Schools
(15) STOP Traffic Signs (road standing barricade) Same above
(16) Loud Speakers Same above
(17) Motorcycle Helmets Community facilitators
(18) Bicycle Helmets Same above
Output 2: Data Collection and Road Safety Provisions in Road Design
14. The national experts will conduct baseline surveys in the target communes at the beginning
of the CBRS program. The experts will use the same format of the surveys in mid-term and final stage
of the CBRS program in order to monitor and evaluate the effectiveness of the program. These
surveys include observational studies, questionnaires, focus group discussion and in-depth interview
with general road users, local authorities, program participants including students, teachers and
community members as well as relevant stakeholders in the target communes. The aim of the surveys
is (i) to develop an understanding of the psychology of road users in order to formulate effective
measures to address the road safety problems, and (ii) to obtain indication and information on
knowledge, attitude and practice of the groups on road safety before, during and after the
implementation of the CBRS program.
15. The national experts will produce short movie clip library as educational tools about
inappropriate manners or behavior of road users, road crash victims’ voices and/or important
messages from well-known or respected persons such as ministers, monks, teachers or celebrities.
In addition, the experts will undertake road safety audits to identify hazardous road sections and
analyze road geometry issues and propose innovative and effective safety features to MPWT/PMU-
3 for improvement of engineering standards to reduce the incidence of road crashes along the project
roads.
Output 3: Community-Based Awareness and Education Program
16. The national experts will organize training of trainers (TOT) workshops on CBRS concepts
to selected MPWT/PDPWT officials, local authorities, school teachers, students and community
members at the target schools and communes located along project roads. The first TOT workshops
should be provided to MPWT/PDPWT officials and relevant authorities at provincial level (e.g.
PDPWT’s office). Then, the TOT workshops for teachers, students and community members should
be provided at schools and commune offices which should be organized in 3 days for the three
different target groups (teachers, students and community members). Tentatively, all school teachers
(on average of 10 teachers per school), members of children/student council (10 members per
5
school) and interested community members (20 persons per commune) should be invited for the TOT
workshops.
17. After the TOT workshop, participants will be invited on volunteer basis to be community
facilitators (approximately 20-40 facilitators per school/commune), which are called “road safety
volunteer team”. The national road safety experts will support and assist the road safety volunteer
team to provide training to all students, drivers and other community members on road safety
concepts. The experts will also train the volunteer team how to facilitate the traffic in front of the school
area during the school starting time and ending time.
18. In addition, the national experts will support and assist the road safety volunteer team to
organize one full-day public campaign on road safety at each pagoda (at least one pagoda per target
commune) along the project roads. The campaign aims to raise the awareness on main risk factors
of road crashes by involving monks, achar (elders), respected persons and local authorities.
Output 4: Community-Based Enforcement
19. Community-based enforcement does not just involve the police enforcement. Many different
community members such as parents, elders, respected persons and monks can take part in making
sure everyone follows the rules and travels safely on the roads. These people can be seen as “road
safety ambassadors” who have good knowledge on road traffic law and can support the community
for traffic patrol, awareness raising and training on road safety and also act as good examples,
wearing helmets for example.
20. In this regard, the national experts will organize workshops and meetings on road traffic law
and community-based enforcement by involving parents, elders, respected persons, monks and
relevant government agencies at provincial, district and commune levels. Tentatively, events planned
during the course of the program implementation comprise of one full-day workshop at every district
along the project roads with approximated 50 participants at each workshop.
21. The national experts will support and assist the target province, district and commune
authorities in preparing and implementing their work plans of the community-based awareness and
enforcement programs and ensure self-sustainability of the provinces, districts and communes to run
the programs in the long term.
IV. IMPLEMENTATION ARRANGEMENTS
22. MPWT/PMU-3 will select consulting services (with national experts) to implement CBRS
program, following quality and cost based selection, using simplified technical proposal in accordance
6
with the ADB’s Guidelines on Use of Consultant (2013, as amended from time to time). Procurement
by the consulting services such as office equipment and supplies required for the program
implementation will be in accordance with ADB’s Procurement Guidelines.
23. The consulting services/national experts should have demonstrated competence and
experience in implementing CBRS program with a minimum of 5 years working experience in
planning and implementing road safety activities in Cambodia, in rural settings. The consulting
services will consist of four (2) persons or positions as follows:
No. Position Quantity Person-Month
1 Team Leader/Road Safety Specialist 1 40
2 Road Safety Specialist 2 60
3 Admin/Support Staff 1 60
Total 4 (i) Team Leader/Road Safety Specialist (40 person-months, national) 24. The candidate must have a university degree in related field, and should be a recognized
professional with at least 4 years experiences in development and implementation of road safety
initiatives or programs. He/she must have hands on working experience in road safety interventions
in rural areas in Cambodia or other developing countries. He/she must have successful experience
in project management at senior levels, and have demonstrated success working with wide range of
safety-related projects of government agencies, and ability to work with senior government officials.
25. The Team Leader will undertake the following tasks but will not be limited to them:
(a) Review the road safety issues in Cambodia including the past and current programs
(including planned future programs) that are in place to address them, and coordinate with ongoing
road safety initiatives in MPWT and the Ministry of Rural Development (MRD), as well as other
national initiatives to avoid duplication and ensure the complementary of existing initiatives and
programs
(b) Provide manuals for capacity development of CBRS program to MPWT/PDPWT officials,
local authorities and community members, and review the IEC materials and communication
campaigns for the implementation of the CBRS program
(c) Support local authorities (from provincial to commune levels) and schools in developing
indicators and targets of road safety that are adequate for detailed planning, monitoring and
evaluation of the CBRS program using updated information on road crash data and road safety
activities in the target areas
(d) Provide and carry out the training and awareness program, including education program for
schools and the communes along the project roads, and support the community-based based
enforcement activities
7
(e) On the basis of the engineering review, the surveys and audits, provide advice to
MPWT/PMU-3 for improvement of engineering standards with regard to building safer roads
(f) Prepare memorandum of understanding/agreements required to implement the
implementation design and financial and reporting requirements, and ensure formal and documented
approval of the activities at provincial, district and commune levels
(g) Manage all implementation, administration and financial requirements
(h) With the assistance of the MPWT/PMU-3 on procurement and coordination, procure the
necessary equipment, training materials and capacity building resources as necessary to implement
the CBRS program
(i) Ensure complete and on-time submission of formal written reports, including the inception
report, monthly report, quarterly reports and completion report as well as issues encountered and
remedial actions
(ii) Road Safety Specialists (60 person-months, national) 26. The candidate must have a university degree in related field with more than 3 years
experiences in community-based awareness campaign, research, monitoring and evaluation, road
safety audits, development and implementation of traffic and road safety engineering schemes.
He/she must have good managerial and communication skills (oral and written) in both English and
Khmer, and must have experience in organizing and conducting training and surveys related to road
safety and be able to carry out theirs tasks effectively and efficiently.
27. The specialist will undertake the following tasks but will not be limited to them:
(a) Report to the team leader, and support the team leader in implementing the CBRS program
and administration of the services
(b) Support the establishment of close working relationships with MPWT/DPWT, relevant
provincial, district and commune officers in project areas, and other partners
(c) Work with the team leader to design, implement and monitor detailed implementation and
budget plans for the CBRS program through a participative approach
(d) Work with the team leader to design capacity development manual for the CBRS program,
and organize the capacity development training for the MPWT/DPWT officers in target provinces and
local community members on the CBRS program
(e) Assist the team leader to procure the necessary equipment, training materials and capacity
building resources including the services of local consultants and other entities as necessary to
implement the program
(f) Produce short movie clip library as educational tools about inappropriate manners or
behavior of road users, road crash victims’ voice and/or important messages from well-known or
respected persons
(g) Conduct data collection, surveys and road safety audits of all project roads, and propose
innovative and effective safety features in reducing the incidence of road crashes along the project
roads
8
(h) Conduct periodic monitoring on speed limit and other road safety measures
(i) Establish road safety volunteer team at all communes and schools along project roads, and
provide capacity development and training to them using the CBRS program manual
(j) Provide regular and timely technical assistance and support to the MPWT/DPWT officers
and local authorities in target areas regarding with the development and implementation of road
safety action plans
(k) Ensure that the provincial DPWT officers undertake appropriate consultations at commune
levels to develop and maintain their road crash databases and action plans
(l) Support and assist the provincial DPWT, district and commune officers in preparing and
implementing their work plans of the CBRS program
(m) Draft monthly and quarterly progress reports, including detailing achievements,
implementation issues, and recommendations for remedial measures
(n) Assist the team leader in preparing the analysis, including road crash data processing, road
safety evaluation and monitoring etc., and act as the team leader during absence of the team leader
and close coordination with MPWT/PMU-3
(o) Perform other tasks assigned by the Team Leader during the duration of the contract.
(iii) Admin/Support Staff (60 person-months, national) 28. The professional Admin/Support Staff must have a university degree with at least two years
experiences in conducting community-based road safety awareness campaign and education. The
duties and responsibilities are to assist the team to conduct the surveys, data collection and analysis,
and provide technical and administrative support to the team, as needed during the period of contract.
V. FACILITIES AND EQUIPMENT
29. MPWT/PMU-3 shall not provide vehicles, transportation, office space, office furniture,
computers, office and communication equipment, and accommodations for the consulting services.
The following cost in relation with the services shall be included in the contract of the services:
(i) All transportation of its staff to and from the field as well as transportation during the course
of the services
(ii) Residential and office accommodation
(iii) Office furniture, equipment (such as computers, printers, photocopy machine, etc., and
consumable for use in connection with the services
(iv) Communication cost for telephone, fax and e-mail etc.
(v) Purchase and reproduction of IEC materials such as leaflets, posters, videos etc.
VI. REPORTING
30. The consulting services will prepare and submit to MPWT/PMU-3 and ADB the following
reports in six copies:
9
- Inception report to be submitted within a month following the commencement of services.
The inception report will provide the program detailed activities, a time-bound activity schedule and
the program monitoring framework.
- Baseline, monthly, quarterly and mid-term progress reports (internal monitoring)
assessing achievement of objectives based on the indicators of the monitoring framework. These
reports will highlight the outcomes of consulting services with program stakeholders and if required
will propose program adjustments to improve the response to stakeholders’ concerns and comments.
- Completion report to be submitted upon the completion of the program on the program
implementation, outputs, preliminary impact assessment, issues encountered and remedial actions,
and recommendations for future programs and initiatives on community-based road safety which
might be carried out in other places in Cambodia
VII. MEASUREMENT
31. Measurement of this program shall be by the month for specific pay items and shall be
dependent on the fulfillment by the consulting services, to the satisfaction of the MPWT/PMU-3.
Provisions of the section of the Specifications and monthly plan of activities shall be prepared by the
consulting services and approved by the MPWT/PMU-3.
32. Measurement shall commence on the approval of the program by the MPWT/PMU-3 and
shall cease on the expiry of the time for completion of the whole of the works as defined in the
contract.
10
VIII. BUDGET
33. The proposed cost of events such as workshops, trainings and campaigns shall include all
expenses including event preparation, materials and handouts, venue and utilities, refreshments and
meal for participants and applicable transport and daily subsistence allowance for selected
participants shall be benefit from this financial assistant. The following table presents the summary
of the cost estimates for the implementation of the program.
No. Description Estimated Cost (USD)
1 Preparation/printing of IEC materials and communication campaigns 154,966.00
2 Data collection, surveys, monitoring and other reporting 18,000.00
3 Capacity development, training workshops, awareness campaigns and community-based enforcement activities 121,400.00
4 Remuneration for consulting services (1 Team Leader, 2 Road Safety Specialists, and 1 Admin/Support Staff) 380,000.00
5 Logistics, Per Diem and Office Expenses 126,000.00
Total cost 800,366.00
No. International Consultant Inputs (person months)
Person-months
Avge. Unit Rate Cost Notes No. National Consultant Inputs
(person months) Person-months
Avge. Unit Rate Cost Notes
I-1 Team Leader / Highway Engineer 6 5.5 plus say 0.5 month intermittent for advice during procurement stages N-1 Deputy Team Leader / Highway Engineer 6 5.5 plus say 0.5 month intermittent for advice during
procurement stages
I-2 Pavement / Materials Engineer 5 Pavement design, embankment settlement, slope stability. Input to crushing plant specifications N-2 Pavement / Materials Engineer 5 Pavement design, embankment settlement, slope
stability. Input to crushing plant specifications
I-3 Bridge Engineer 2 Inspection, definition of maintenance interventions N-3 Bridge Engineer 2 Inspection, definition of maintenance interventions
I-4 Hydrologist / Drainage Engineer 3 Flood assessment, climate change provisions, transfer culverts, urban drainage systems N-4 Hydrologist / Drainage Engineer 3 Flood assessment, climate change provisions,
transfer culverts, urban drainage systems
I-5 Road Safety Specialist 2 Existing conditions assessment, design audits. Community awareness programs N-5 Road Safety Specialist 3 Existing conditions assessment, design audits.
Community awareness programs
I-6 Bid Document / Procurement Specialist 2 Document assembly, performance-based maintenance contracts N-6 Social Development / Resettlement
Specialist 2 Update of earlier work, monitor grievance redress process
I-7 Quantity Surveyor / Cost Estimator 2 BoQ assembly, confidential estimates N-7 Environmental Specialist 2 Update of earlier work, define Specs & EMP content, establish monitoring process
I-8 Climate Change Specialist 1 Confirm provisions, risk analysis N-8 Climate Change Specialist 1 Confirm provisions, risk analysis
I-9 QA System Development Specialist 5MPWT QA system development, confirm budget & procurement schedule, produce manuals, provide training to build capacity, with subsequent evaluation
N-9 QA System Development Specialist 5MPWT QA system development, confirm budget & procurement schedule, produce manuals, provide training to build capacity with subsequent evaluation
I-10 Transport Economist / Financial Specialist 1 HDM-IV updates, update financial projections, capacity needs N-10 Transport Economist / Financial
Specialist 1 HDM-IV updates, update financial projections, capacity needs
29 24,000 696,000 30 3,000 90,000
- - - - - S-1 CAD Technicians [2] 8 2,000 16,000
- - - - - S-2 Support Staff [2] 12 2,000 24,000 Admin Support
0 20 - 40,000
- - - - - - SP-1 Topo Surveys 1 LS 30,000 Roadways / Junction areas and hydrological details
- - - - - - SP-2 Traffic and Axle Load Surveys 1 LS 5,000 5 locations - 3 x 24-hour duration
- - - - - - SP-3a Soils Investigations, Pavement Sub-surfaces 1 LS 10,000 Coring, test pits and related DCP tests at approx. 2
km intervals. MPWT
- - - - - - SP-3b Soils Investigations, Construction Materials 1 LS 10,000 Prospecting at potential aggregate sources. Water
samples
- - - - - - SP-3c Soils Investigations, Embankment Consolidation 1 LS 10,000 Sample collection in 5 locations along NR-6, 3
locations along NR-1
- - - - - - SP-4 Laboratory Testing & Reporting 1 LS 10,000 MPWT
- - - - - - SP-5 Pavement Conditions, FWD and IRI 1 LS 20,000 MPWT
SP-6 Updated Socio-Economic & Resettlement Surveys 1 PS 30,000 If detailed design incurs any acquisition
SP-7 Unexploded Ordnance Surveys 1 PS 5,000 Desk and/or field work to assess risks.
130,000
29 24,000 696,000 260,000
TOTAL [FEES & FIELD SURVEYS] 956,000
CONTINGENCIES [%] 10.0% 95,6001,051,600
GRAND TOTAL [USD x 106] = 1.10
TOTAL =
SUB-TOTAL =
24,000 3,000
TOTAL = -
Support Staff
Field Surveys by Specialist Service Providers, Provisional Investigations
--
-
SUB-TOTAL =
SUB-TOTAL = SUB-TOTAL =
SUB-TOTAL =
SUB-TOTAL =
161218 d Cost Estimate for DED Revised.xlsx
No. International Consultant Inputs (person months)
Person-months
Avge. Unit Rate Cost Notes No. National Consultant Inputs
(person months) Person-months
Avge. Unit Rate Cost Notes
CS-1 Team Leader / Highway Engineer 50 36 months plus 14 PBCM stage CS-11 Highway Engineer / Deputy Team Leader 72 36 months plus 36 PBCM stage
CS-2 Resident Engineer [2] 72 Located in SE and NW field offices CS-12 Assistant Resident Engineers 120 Two each for NR's and PR's
CS-3 Materials Engineer 20 CS-13 Materials Engineers 60 Two during CW and 1 onlt in PBMC stages
CS-4 Structural Engineer 4 CS-14 Structural Engineers 40
CS-5 Financial Mangement Specialist 4 CS-15 Resident Inspectors 468 Ten for CW and 3 foor PBMC stages
CS-6 Enviromental Specialist 3 CS-16 Quantity Surveyors 144 Four during CW stage
CS-7 Procurement Specialist 2 CS-17 Monitoring and Evaluation Specialist 6
CS-8 Social Development/Safeguards Specialist 2 CS-18 Environmental Specialist 12
CS-9 Resettlement Specialist 2 CS-19 Procurement Specialist 3
CS-10 Monitoring and Evaluation Specialist 2 CS-20 Social Development Specialist 18
CS-21 De-mining / UXO Specialist 4
CS-22 Axle Load Control Specialist 4
CS-23 Architect for Design of Laboratories 6
CS-24 Resettlement Specialist 10
CS-25 Financial Management Specialist 3
161 20,000 3,220,000 970 2,500 2,425,000
- - - - - S-1 CAD Technicians [2] 72 2,000 144,000
- - - - - S-2 Support Staff [6] 216 1,500 324,000 Admin Support in HQ and two, field offices
0 288 - 468,000
SP-1 Unexploded Ordnance Surveys 1 PS 10,000 Desk and/or field work to assess risks.
10,000
161 20,000 3,220,000 2,903,000
TOTAL [FEES & FIELD SURVEYS] 6,123,000
CONTINGENCIES [%] 10.0% 612,3006,735,300
GRAND TOTAL [USD x 106] = 6.70
TOTAL =
SUB-TOTAL =
20,000 2,500
TOTAL = -
Support Staff
Field Surveys by Specialist Service Providers, Provisional Investigations
--
-
SUB-TOTAL =
SUB-TOTAL = SUB-TOTAL =
SUB-TOTAL =
SUB-TOTAL =
161218 e Cost Estimate for Con Sup Revised.xlsx
No. International Consultant Inputs (person months)
Person-months
Avge. Unit Rate Cost Notes No. National Consultant Inputs
(person months) Person-months
Avge. Unit Rate Cost Notes
I-1 Team Leader / Road Safety Specialist 40 24,000 960,000 N-1 Road Safety Specialists [2] 60 5,000 300,000
40 - 960,000 60 - 300,000
- - - - - S-1 Administrative Assistant 60 2,500 150,000
0 60 - 150,000
- - - - - - SP-1 Venue Rentals & Transportation 1 LS 20,000
SP-2 Presentation Materials 1 LS 25,000
- - - - - - SP-3 Miscellaneous 1 LS 15,000
15,000
40 24,000 960,000 465,000
TOTAL [FEES & FIELD SURVEYS] 1,425,000
CONTINGENCIES [%] 10.0% 142,5001,567,500
GRAND TOTAL [USD x 106] = 1.60
TOTAL =
SUB-TOTAL =
TOTAL = -
Support Staff
Field Surveys by Specialist Service Providers, Provisional Investigations
--
-
SUB-TOTAL =
SUB-TOTAL = SUB-TOTAL =
SUB-TOTAL =
161218 f Cost Estimate for CBRS Consultant.xlsx