Sie sind auf Seite 1von 39

Government of Sri Lanka

Ministry of Provincial Councils, Local Government and Sports

Secondary Towns Sustainable Urban Development Project


(STSDP)
(Proposed to be funded by Asian Development Bank)

Request for Proposal (RFP)


(RFP No: STSDP 01)

Consultancy for Detailed Design and Procurement Services of Urban Infrastructure of


25 Local Authorities across Sri Lanka

Package No. STSDP - DPC -01

October 2018
Sri Lanka

Secondary Towns Sustainable Urban Development Project (STSDP)


Ministry of Provincial Councils, Local Government and Sports (MPCLGS);
330, Union Place; Colombo 02
Phone: +94 11 2335067 Fax: 94 11-2329725; Email: eastsdp@gmail.com
Section 7. Terms of Reference
Ministry of Provincial Councils, Local Government, and Sports

Urban Project Preparatory Facility - Secondary Towns Sustainable Development Project, Sri Lanka

Consultancy for Detailed Design and Procurement Services of Urban Infrastructure of 25 Local
Authorities across Sri Lanka - Package No. STSDP - DPC -01

1. Background:
1) The Ministry of Provincial Councils, Local Government, and Sports (MPCLGS), Government of Sri
Lanka (GoSL) is planning to take up sustainable development initiatives in key strategic towns / cities of the
country with growth potential. 25 Local Authorities are selected for this purpose (One potential town / city
for each district) in order to develop them as model towns, the development of which could be later
replicated in other towns of the district. The list of the 25 towns is provided vide Annexure 1 to this ToR.
The map showing the locations of the town is provided in Annexure 2.
2) In this endeavour, Government of Sri Lanka and Asian Development Bank (ADB) have agreed to work
together, with ADB agreeing in principle to provide financial assistance for the Project.
3) In order to ensure project readiness before approval of the main loan, ADB has agreed to provide an
Urban Project Preparatory Facility (UPPF) through a Technical Assistance (TA) Loan for Sri Lanka which
is envisaged to strengthen project readiness by completing advanced feasibility studies, detailed designs,
and procurement actions meeting ADB financing requirements, and building capacities of implementing
agencies in the urban sector prior to main project approval.
4) The subject consultancy assignment is planned to be financed through said TA Loan

2. Objective(s) of the Assignment:

5) The main objectives of the assignment are to:


(i) Update the present status of the service sector(s) with regard to sub projects identified, in the local
authority area;
(ii) Work out the technical, financial, economic, environmental and social feasibility of each package
individually and the total package of the local authorities as a whole;
(iii) Conduct necessary surveys and investigations required to design and implement the subprojects
identified;
(iv) Prepare feasibility report, detailed design, drawings and cost estimates for implementation of
subprojects including reports on measures on environmental and social safeguards (resettlement
requirements / indigenous people issues if any) and designs take care of climate change factors.
(v) Identify capacity building requirements and implement the capacity building programs to the
stakeholders implementing the project;
(vi) Assist in the procurement of works and goods (mainly includes preparation of bid documents,
procurement plan, assisting in bid evaluation until award of works.).
(vii) Assist the implementing agencies in project readiness activities for commencement of construction
work.
(viii) Assist the Local Authorities in preparation of Reform Plans and its implementation and assist the EA
in review of the progress of the reform actions until completion of the assignment. Suggest
methodologies of implementation of the reform plans.

3. Scope of Services, Tasks (Components) and Expected Deliverables

3.1 General Scope of Services:


6) The scope of work mainly but not limited to includes services for the 25 local authorities as mentioned
in Annexure 3.
7) The Sector-wise Terms of Reference for the main possible sectors are provided in Annexure 3 to
this TOR. The list of subprojects would normally be Roads and bridges, traffic management, Urban area
drainage and flood control, Public Markets, Sanitation facilities, Health Infrastructure, Community facilities,
water supply, sewerage etc. as identified by the Local Authority and finalized through a consultative
process). The list of the subprojects would be provided to the consultant while concluding the agreement.
(Initial identification of sub-projects based on local authority communications is complete. These would be
analyzed in detail and finalized by the time this procurement process is completed). However, for the
purpose of providing an idea the indicative list of the projects as indicated by local authorities are given vide
Annexure 4.
8) DPC needs to collect and update information regarding service levels of the infrastructure sector taken
up for development in the study area including inventory of existing systems.
9) The Design and Procurement Consultant (DPC) is required to carry out feasibility studies for the
identified sub-projects. (Subproject feasibility should include technical, financial and economic analysis,
and preparation of safeguard ((social and environmental) documents in compliance with ADB’s Safeguard
Policy Statement as applicable to date)). The DPC also needs to prepare Detailed Project Reports including
engineering designs, environmental and social and financial /economic feasibility reports and also prepare
bidding documents for the project in compliance with ADB’s procurement guidelines. (If the Local
Authorities change the sub-projects due to the change in their preferences, it is the responsibility of the DPC
to even conduct a pre-feasibility studies of the new projects and prepare prefeasibility report and then
proceed with the other work as indicated in this ToR.)
10) The overall design would cater for a period of around 30 to 50 years/ horizon / as defined as per national
planning norms and a projected population as determined by the consultant based on appropriate projection
techniques. The designs shall conform to relevant/ latest applicable National Standards and CEA
requirements. Wherever such standards are not available, appropriate standards shall be followed in
discussion with the PMU. The designs should also accommodate the climate change factor.
11) The criteria of the subproject selection are given in Annexure 5. The consultants need to evaluate that
the projects identified are in line with the subproject selection criteria and if not advise the project
authorities accordingly.
12) In addition, the DPC shall prepare the following:
a) Resettlement Framework, Indigenous Peoples Planning Framework and Environmental
Assessment and Review Framework for the project (Need to assist the PMU in sending the
same to the ADB and obtain the approval); and

b) Standard Bidding Documents for Procurement of goods and Works for the Project in line
with the Standard Bid Documents of ADB

c) Consultation Plan to be prepared for the project at the stages of (i) Project Design; and (ii)
Project Implementation; and (iii) Operation and Maintenance period.
13) DPC needs to collect necessary data for design and implementation. DPC shall be wholly responsible for
all the details provided in their reports on site conditions, the execution methodology, and various other
design parameters etc. All data utilized in preparation of the reports shall be presented indicating the
sources of the data and also the basis of assumptions, if any. i.e the design consultant shall be responsible
for all the data or designs and drawings given by them.
14) DPC shall carry out topographical survey with reference to specified datum as required for the service
up gradation and necessary geotechnical investigations. The local body will provide the information on sub-
project sites, their measurements and ownership details. The consultant shall be responsible for its
verification and mapping. Soil tests as per relevant National Standards have to be conducted and necessary
reports prepared by consultants to arrive at design parameters.
15) The detailed cost estimates need to be prepared using the latest schedule of rates of the Province.
Estimate associated costs such as road restoration charges/ shifting of utilities, resettlement etc. There
should not be any lumpsum items in the bill of quantities. For items not covered under schedule of rates,
market rates to be assessed. (Necessary documents on quotations received should be made for assessment of
market rates) and also prepare contract packaging plan.
16) For the given purpose and functional use of the respective sub-projects, proper design has to be
developed. The consultants have freedom to choose the type of sub structure and superstructure, provided
the National code specifications and standards are met. The drawings and designs shall include a general
arrangement drawing and a detailed longitudinal section drawing of all components in size A1 or A2. The
level of detailing shall be such so as to enable check of conformance with code provisions, including
detailed construction drawings and bar bending schedules. The responsibility of the preparation and issue of
detailed construction drawings is that of the Design Consultants which needs to be submitted along with the
bid documents.
17) Assist completely in bidding, bid evaluation and award process in procurement of works, goods and
materials in accordance to guidelines of ADB as required by Project.
18) DPC needs to prepare project Implementation schedule and budget with cash flow forecasts, furnish
network analysis such as Critical Path Matrix/ Program Evaluation and Review Technique (CPM / PERT)
for purposes of effective project monitoring and regular reports.
19) DPC needs to carry out social impact assessments of proposed development interventions including land
acquisition and its financial implication, and if found necessary, prepare a Resettlement Plan and/or an
indigenous people plan in accordance with the resettlement framework (RF) and indigenous peoples
planning framework (IPPF) as prepared and approved for the Project. Prepare a Grievance Redressal
Mechanism for the Project. The DPC will also provide capacity building support to executing and
implementing agencies ensure: (i) grievance redress mechanisms can function effectively; and (ii) improved
project communication skills of the implementing and executing agencies so that affected persons are well
informed thus reducing the number of grievances arising due to the sub-projects.
20) The consultants will undertake rapid environmental assessments using a checklist of parameters in order
to categorize the future urban sub-projects as A, B and C. Depending on the category, DPC needs to prepare
necessary environmental assessment reports such as an Initial Environmental Examination or Environmental
Impact Assessment, in compliance with the environmental assessment and review framework (EARF) as
prepared and approved for the project and requirements of ADB procedures.11 If existing facilities are
involved an Environment Compliance Audit may also be needed. The design team will work closely with
environment team to ensure that environment requirements are incorporated into project design from start.
The environmental management plan will also be included in bidding documents and contracts and this will
include all the above provisions to be included in the contracts for contractors to carry out all environmental
and social mitigation and monitoring measures outlined in their respective contract.
21) Prepare community development and public awareness programs, and identify training requirements if
any as necessary for the subproject construction, operation and maintenance;
22) Prepare Gender Action Plan for the Project and implement the GAP of the TA loan.
23) Prepare action plan and report on implementing relevant part of the gender action plan of the project
during the design stage.
24) The design consultants shall assist the Local Authority in obtaining required statutory approvals for the
subproject implementation from competent authorities, basically in preparing the required documentation
for the approvals.
25) The Consultant shall perform with reasonable skill and care the services for Architectural and multi-
disciplinary designs as necessary to achieve the completion of the Project in accordance with the Project
requirements, including services that are necessary, but not expressly detailed in this scope of services.
26) Based on the costs estimates prepared and the project schedules approved by the client., the consultant
should perform the following tasks:
(a) Preparing full set of working Drawings comprising of Architectural, Structural, All building and
area services, Interior Décor, Landscaping etc. which are suitable for construction;
(b) Co-ordination with Employer’s representatives and Technical Evaluation Committee members
on finalizing extent and sufficiency of details presented in working drawings and contract
packaging;
(c) Preparation of Bill of Quantities, and specifications;
(d) Consultant shall submit to the Employer the following documents necessary for calling bids such
as:
(i) Pricing Preambles,
(ii) Specifications;
(iii)Bills of Quantities;
(iv)Instructions to bidders (based on ADB standard documents);

11
Even though category A sub-projects will be excluded from financing under ensuing loan projects, as a precautionary approach,
the consultants may need to prepare Environmental Impact Assessments if any subprojects are found to be borderline category A
based on the rapid environmental assessments.
(v) General Conditions and Particular Conditions of Contract (based on ADB standard
documents;
(vi)Warranties / Guarantees requirements;
(vii) Instructions of Supervision of works;
(viii) Program of Works;
(ix)Full set of Architectural, Structural and Services working drawings;
(x) Bidding documents for procurement of works / goods etc.
27) Bidding and Negotiating Stage: During this stage, DPC must obtain the approval of the Employer to all
Bidding Documents.
(i) Assist the Employer to invite bids for the project, based on the bid document approved by the Employer;
(ii) Assist to conduct pre-bid meetings, answer queries and advise Employer and bidders on all technical and
procedural matters during bidding;
(iii)Advise and attend to the closing of bid receipt and opening of bids;
(iv)Assist in evaluation of the bids;
(v) Assist the Employer to select a Contractor including negotiations with bidder on finalizing the Contract;
(vi)Advise the Employer on issue of Letter of Acceptance and Award of Contract by providing a suitable
draft letter;
(vii) Arrange contract documents for the signing of the Contract by the Employer and the Contractor;
(viii) Arrange to hand over the site and the relevant documents to the Contractor; and
(ix) Review and finalize the construction program and other instructions.
28) Prepare Quality Assurance Document / Quality Control Manual for quality implementation of works.
3.2 Downstream Work
29) The Design Consultants would be required to address the design issues during the Construction Stage as
and when required. All corrective actions attributable to the mistakes of the consultant to be addressed by
the consultants at no additional cost to the client and additional works (if any) would be considered for
payment which could be suitably discussed and arrived at.
30) It may also be required to supervise part or whole of construction work and this would be decided after
the works commence. The existing consultant may be continued or the supervision consultants could be
procured separately. The decision will be taken based on the status of the project at that time.
3.3 Training as a specific component of the assignment
31) There is a small training component in the assignment. The assignment would include specifically the
capacity building of the project staff and LA staff on project implementation which would be like on job
training, and awareness programs and awareness programs and workshops. It will include preparation of
simple training modules and training of the trainers.
4. Team Composition &Qualification Requirements for the Key Experts and Key Activities

32) 4.1 Key Experts - International and National: The list of Key Experts (International and National
are given in Table 1 below.

Table 1: Key Staff:

Key Experts - International


Team Leader Cum Engineer Planner / Civil Engineer
1
(International) 1 15
2 Urban Designer / Landscape Architect (international) 1 6
3 Solid Waste Management Expert (International) 1 6
4 Storm Water Drainage Expert (International) 1 6
5 Capacity Building / Project Mgmt. Expert (International) 1 3
Traffic, Transportation and Mobility improvement expert
6
(International) 1 6
Sub Total International Experts 6 42
Key Experts - National Experts
Common Team - All 25 Towns
1 Safeguard Expert - Environmental Safeguards 1 15
2 Safeguard Expert - Social Safeguards 1 15
3 Gender and Communication Expert 1 12
4 Financial Expert / Economist 1 12
5 Procurement Specialist 1 12
6 IT Expert - for smart governance initiatives 1 15
7 Reform - Capacity Building Expert 1 15
Structural Engg.- Non-destructive testing & building evaluation
8 1 3
expert
9 Structural Engineer - Marine Structures 1 6
10 Conservation Specialist /Architect cum Archeologist) 1 3
11 GIS / Survey Expert 1 9
12 Geotechnical Expert 1 6
13 Water Supply Engineer 1 15
14 Sewerage / Septage Management Expert 1 15
15 Traffic and Transport Management Expert 1 12
16 Senior Quantity Surveyor 1 12
17 Mechanical Engineer 1 13
18 Electrical Engineer 1 13
19 Urban Planner 1 6
Sub Team A - Northern Province ( 5 Local Authorities (LAS))
Deputy Team Leader cum Civil Engineer / Project Mgmt.
20 1 15
Expert
21 Structural Engineer 1 4
22 Architect 1 6
23 Drainage Engineer / Hydraulic Expert 1 9
24 Road Designs / Pavement Expert 1 4
25 Solid Waste Management Expert 1 6
Sub Team B - Eastern and North Central Province (5 LAs)
Deputy Team Leader cum Civil Engineer / Project Mgmt.
26 1 15
Expert
27 Structural Engineer 1 7
28 Architect 1 6
29 Drainage Engineer / Hydraulic Expert 1 12
30 Road Designs / Pavement Expert 1 9
31 Solid Waste Management Expert 1 10
Sub Team C - Central, Uva and Sabaragamuwa Province (7 LAS)
Deputy Team Leader cum Civil Engineer / Project Mgmt.
32 1 15
Expert
33 Structural Engineer 1 6
34 Architect 1 6
35 Drainage Engineer / Hydraulic Expert 1 14
36 Road Designs / Pavement Expert 1 7
37 Solid Waste Management Expert 1 10
Sub Team D - North Western, Western & Southern Province (8 LAs)
Deputy Team Leader cum Civil Engineer / Project Mgmt.
38 1 15
Expert
39 Structural Engineer 1 12
40 Architect 1 9
41 Drainage Engineer / Hydraulic Expert 1 12
42 Road Designs / Pavement Expert 1 12
43 Solid Waste Management Expert 1 12
Total Key Staff 43 442

Non-Key Staff (for 4 Teams)


1 Quantity Surveyor 4 12
2 Assistant Civil Engineers (Design) 4 12
3 Junior Civil Engineers / Project Coordinators 4 15
4 HVAC Engineer 4 2
5 IT Coordinators 4 12
Total Non-Key Staff 20 212

33) The list of support staff is given vide Annexure 6


Note1: For uniform comparison of financial proposals, the consultant needs to quote the
person months for each position of key, non-key and support staff and the quantities under out
of pocket expenses exactly as given in the tables above and Annexure 6. If the consultant feels
requirement of changes in the inputs, they can comment in ‘Comment of ToR and these will be
discussed with the successful consultant during contract negotiations.

Note 2: Nationals of the client country who possess the appropriate international experience
may be considered for positions of International Experts. For this purpose, national
consultants who possess 5 years of the relevant experience will be considered for International
Experts.

4.2 Key Staff - Qualifications and Key Responsibilities - International Experts


34) Expected Qualification Requirements and Tasks assigned to the Key experts: The Consultant is
expected to propose experts adequately qualified and experienced to undertake efficiently the task/
responsibility assigned to them. The tasks/ responsibility assigned and detailed educational qualification and
experience requirement for the respective expert are as mentioned below.
35) Team Leader Cum Engineer Planner / Sr. Civil Engineer (International): The preferred
qualification is a graduate civil engineer with post graduate degree in Urban Planning Civil Engineering
with around 15 years of experience in senior positions in urban infrastructure development projects
preferably funded by external funded agencies. The expert is responsible for overall management of the
assignment and all the outputs. The expert would guide the team on submission of the quality deliverables
on schedule. Team leader will be responsible for overall project management and administration, appraisal
of subproject as required, advice on procurement and bid process management.
36) Urban Designer / Landscape Architect: The expert’s preferred qualification and experience is post
graduate in urban design / landscape architecture or equivalent qualifications and around 10 years of
experience of working in assignments of urban renewal / beautification of urban areas etc. The expert
would work on urban renewal and city beautification and greening related packages and also train the
national experts on the approach to designing such areas. He should be undertaking some model works to
provide an example to national experts for designing / beautification of areas.
37) Solid Waste Management Expert (International): The expert’s preferred qualification is a post
graduate in Environment / Solid Waste Management and has around 15 years of experience in the Solid
Waste Management Projects preferably in externally funded projects. The expert will study the Solid Waste
Management Systems in the and would recommend suitable systems in the Project Local Authorities. The
expert will prepare an approach paper and design methodology of solid waste management system and
guide the national expert in design of the solid waste management systems. The expert would bring
international expertise in adopting simple solid waste management system which is technically feasible and
economically. The expert will prepare a model design and detailed project report for two sample project
towns for the national expert to follow the same. The expert would suggest the organisation structure and
improved procedure for collection, transportation, treatment and disposal of solid waste.
38) Storm Water Drainage Expert (International): The experts’ preferred qualification is post-
graduation in the subject discipline and around 15 years in preparation of drainage master plans and detailed
project reports for drainage projects in towns / cities preferably in externally funded projects. The expert
should study the Storm Water Drainage situation in the project local authorities and recommend appropriate
strategies. The expert should develop guidelines / templates on the surveys and investigations required for
preparing a Storm Water Drainage Master Plans and prepare templates of Storm Water Drainage Master
Plan and designs for the national expert to follow the same. The expert should get involved in preparation of
Master Plan for one of the town / city as a model for the local expert to follow. Should train the national
expert in preparation of the storm water in preparation of drainage master plans and designs.
39) Capacity Building / Project Management Expert: The experts’ preferred qualification is a post-
graduation in urban management or related degree with around 15 years of experience in the capacity
building / Institutional strengthening / project management assignments especially for projects of local
authorities. Need to study the requirements of strengthening of the institutional structure and procedures in
local authorities and submit a detailed report on the institutional strengthening requirements in all the
sectors of the local government management. Develop training modules for the recommendations made.
40) Traffic, Transportation and Mobility Expert: The expert would be a postgraduate in the traffic /
transport planning or equivalent with an experience of around 10 years in the relevant field. He / she will be
responsible for Traffic and Transportation planning in the areas required.

4.3 Key Staff - Qualifications and Key Responsibilities - National Experts


41) Safeguard Expert (Environmental Safeguards): The preferred qualification and experience of
safeguard expert (environmental safeguards) is a relevant post-graduation degree with around 10 years of
experience working on similar assignment on environmental safeguards preferably in externally funded
projects. The expert will prepare the Environmental Review Framework for the Project for approval of
ADB. The expert will prepare the Initial Environmental Examination, reports, Environmental Impact
Assessment Reports, Due Diligence Report in accordance to the project categorization and assist the team in
preparing the environmental safeguard reports in the Detailed Project Report. Also, will prepare a checklist
of environmental safeguards for compliance in the construction sites. The expert will prepare brief
awareness modules on environmental safeguards for project and contractors’ staff with list of compliance
requirements. The experts’ deliverables will be in accordance to the ADB - Safeguards Policy Statement as
applicable to date.
42) Safeguard Expert (Social Safeguards): The preferred qualification and experience of the safeguard
expert (social safeguards) is a relevant post-graduation degree with around 10 years of experience working
on similar assignments on social safeguards preferably in externally funded project. The expert will prepare
the Resettlement framework and Indigenous peoples framework for the project for approval of ADB. The
expert will prepare the Resettlement Plans and Indigenous Peoples Plan as applicable to the subprojects.
Also, will prepare the Diligence Reports for the Social Safeguards for category ‘C’ subprojects. The social
expert will prepare a Grievance Redressal Mechanism for in line with the requirements and ensure its
implementation as and when need arises. The expert will prepare brief awareness modules on social
safeguards for the project and contractor’s staff with list of compliance requirements. The expert will also
assist the team in preparation Social Safeguards section of the Detailed Project Report. The experts’
deliverables will be in accordance to the ADB - Safeguard Policy Statement as applicable to date.
43) Gender and Communication Expert: The preferred qualification and experience of the Gender
and Communication Expert will be a relevant degree with around 8 years of experience of working on
similar assignments on gender and communications preferably in external aided projects. The expert will
assist in preparation of Gender Action Plan and Consultation Plan for the Project. The expert will also
prepare the schedule for the awareness programs and training on gender sensitization programs. The expert
will prepare formats for reporting progress on gender action plans and sex-dis-aggregated data and also train
the project staff in filling the information.
44) Financial Expert / Economist: The preferred qualification and experience of the Finance Expert is
a post-graduation in finance /economic / chartered accountant or equivalent qualification with relevant
degree with around 8 years of experience of working on similar projects and local government financing.
The expert will be working on the financial and economic analysis on the subprojects and the package as a
whole and ensure that the packages which are financially and economically viable are taken up under the
Project. Assist in preparation of the financial / economic analysis sections of the detailed Project report. The
expert should assist the local authorities and advise on steps to be take to ensure the returns of 10 % on the
package of projects after implementation of all the projects.
45) Procurement Expert: The preferred qualification for this position is the graduation in civil
engineering and experience as procurement of works in government projects for the last 10 years preferably
in externally funded projects. The expert would be responsible for the preparation of the standard bidding
documents for the project, assist the project in the preparation of the bid documents for the specific
subprojects. The procurement specialist will be stationed in the central office, will collect all the details
from the sub-team offices and prepare the documents. Will assist the project in invitation of the documents,
pre-bid meetings, evaluation and award of bids and obtaining the PCSS numbers for the awarded contracts.
Will also prepare the procurement fact sheets for uploading in project website.
46) I T Expert: The preferred qualification for IT expert is graduation in computer engineering or
equivalent and experience in development of software for government / public institutions for around 8
years. I T expert would be required to study the software interventions in all the project offices and prepare
a data base. Later, in discussion with the staff of LAs and assessment of requirements of improved
performance, identify and prepare the software for smart city governance (at least two areas as agreed
during the negotiations) and implement the same with the help of IT staff of PMU and SPCU. The baseline
of the paraments to be recorded before intervention and final results at the end of the project would be
recorded by the Project. He will also develop the project website and train the PMU and PIU staff in
updating the same.
47) Reform / Capacity Building Expert: The preferred qualification for the Reform / Capacity Building
expert is the post-graduation in the relevant discipline or equivalent with around 10 years of experience in
institutional development / capacity building assignments and preferably in externally funded projects. The
Reform / Capacity Building Expert will study the systems in all sectors in the project local authorities and
prepare an assessment of the existing situation and provide proper recommendations of the institutional
strengthening in different sectors of local governance. Prepare training modules for capacity building in
different sectors and train the trainers on these issues for taking the training further down to the staff of local
governments, provincial councils and the ministry.
48) Structural Engineer / Non-destructive testing & building evaluation expert: The preferred
qualifications for expert is post-graduation in structural engineering or equivalent with around 5 years of
experience in relevant area. The expert should study the structural conditions of the public buildings /
heritage structures through non-destructive methods and suggest conservation and rehabilitation methods.
49) Structural Engineer - Marine Structures: The preferred qualifications for expert is post-graduation
in structural engineering or equivalent with around 5 years of experience in relevant area. The expert should
work on design of the marine structures that are taken up in the project.
50) Conservation Specialist /Architect Cum Archeologist: The preferred qualifications for the expert is
graduation and specialization in the conservation subject with around 8 years of experience in similar
assignment. The expert is supposed to work on conservation of heritage structures taken up under the
projects.
51) GIS / Survey Expert: The preferred qualifications for the expert in a graduation in the relevant field
with qualifications in GIS / Surveys. The expert will help the project team in surveys and mapping and also
the IT expert in mapping of the areas (if required).
52) Geotechnical Expert: The preferred qualifications for the expert is graduation in civil engineering with
post-graduation in Geotechnical Engineering. The expert will be responsible for conducting all the soil
investigations in accordance to the requirements of the project and also recommend foundation types based
on the soil conditions.
53) Water Supply Engineer: The preferred qualification for the expert is graduation in civil engineering
with post-graduation in Public Health / relevant engineering and around 10 years of experience in relevant
agencies. The expert should design all water supply systems in the project towns.
54) Sewerage / Septage Management Expert: The preferred qualification for the expert is graduation in
civil engineering with post-graduation in Public Health / Environmental or relevant Engineering with
around 10 years of experience in design of sewerage / septage management systems. preferably experience
in external funded projects. The expert should design all the Sewerage / Septage Management Expert.
55) Traffic Management Expert: The preferred qualification for the expert is graduation in civil
engineering with post-graduation in traffic / transportation engineering or relevant discipline with 8 years of
experience in traffic management and related assignments. Experience in externally funded project is
preferred. The expert will conduct the relevant traffic studies and suggest suitable traffic control and
management measures.
56) Senior Quantity Surveyor: The preferred qualification would be a graduation in quantity surveying
with around 15 years of experience in quantity surveying work in government projects. The expert will
prepare templates of quantity surveying of all the sectors. Review the estimates prepared by the sub-teams
and assist the Procurement Specialist in preparation of the bid documents.
57) Deputy Team Leader cum Civil Engineer / Project Mgmt. Expert: The preferred qualification of
the expert is graduation in civil engineering with post-graduation in Civil Engineering / Management with
around 10 years’ experience in implementing the infrastructure development works in senior position.
Experience in the externally funded projects will be an added advantage. The Deputy team leader will be
responsible for overall implementation of the work of the respective sub team area. The expert will
coordinate with relevant local authorities and the central team to produce the required outputs. He will assist
in design of the structures and preparation of the Detailed Project Reports. He will coordinate the work of
all the team members of the respective sub-team.
58) Structural Engineer: The preferred qualifications for expert is post-graduation in structural
engineering or equivalent with around 5 years of experience in relevant area. The expert should work on
design of the structures that are taken up in the project.
59) Architect: The preferred qualification for the expert is graduation in Architecture. Post-graduation
preferred. Experience of around 8 years in architectural design of buildings and assist in city beautification
schemes. The architect’s responsibility will be to prepare architectural design of the buildings of the
subproject.
60) Electrical Engineer: The preferred qualification for the expert is graduation in electrical engineering
with around 10 years or relevant experience. The expert will design all the electrical components of the
subprojects.
61) Mechanical Engineer: The preferred qualification for the expert is graduation in mechanical
engineering with around 10 years or relevant experience. The expert will design all the mechanical
components of the subprojects.
62) Drainage Engineer / Hydraulic Expert: The experts’ preferred qualification is post-graduation in the
subject discipline and around 5 years in preparation of drainage master plans and detailed project reports for
drainage projects in towns / cities preferably in externally funded projects. The expert should study the
Storm Water Drainage situation in the project local authorities and recommend appropriate strategies. The
expert would work in line with the guidelines provided by the international drainage expert. He will study
the areas of flooding and arrive at the priority areas. The expert will design the priority drains.
63) Road design / Pavement Expert: The preferred qualification of the expert is graduation in civil
engineering and post-graduation in relevant discipline with around 8 years of experience in the design of
roads. The expert will design all the roads and bridges taken up under the project.
64) Solid Waste Management Expert: The preferred qualification of the expert is graduation in civil
engineering with post-graduation in environmental engineering or related discipline and experience in solid
waste management assignments for a period of around 8 years. The expert will design all the subproject
identified under solid waste management component of the project.
65) Urban Planner: The preferred qualification is Graduation in Urban Planning with Master Degree. The
key responsibilities would be to assist in finalization of the subprojects after considering the
recommendations of the stakeholder consultations, existing master plans and the town requirements and
prepare an overall plan of development interventions.
5. Reporting Requirements and Time Schedule for Deliverables
66) *The General Deliverables with time lines of some common report are as follows:
Type of Report Time Line
Inception Report Within 15 days of Mobilization
Monthly Report Within 5th of every month
Quarterly Progress Reports Within the first quarter of every quarter.
Overall plan of Development interventions based With in 2 months of mobilization
on initial list, stakeholder consultations and existing
plans prepared by development agencies.
Detailed Project Report with drawings and As agreed during contract negotiations
annexures (Contains feasibility study, resettlement
report, estimates, all required drawings, social,
environmental and financial analysis report, and all
required sections) – Drawings to be sufficient for
construction
Safeguard Reports As agreed during contract negotiations
Other Reports as mentioned in the TOR As agreed during contract negotiations
Bid Documents As agreed during contract negotiations
Final Completion Report Within one month of completion of the assignment

Entire work to be completed by 15 months.


67) The consultant will need to submit any other reports as desired by the Project Management Unit and
Project Implementation Units. The submission needs to be in 5 copies of each report with 2 Softcopies in
CDs.
68) All reports need to be submitted to the particular Project Implementation Unit and Project Management
Unit.

5.1 Working Hours


69) The experts shall not be entitled to be paid for overtime nor to take paid sick leave or vacation leave.
70) The consultant should work all the days in the month excluding Sundays and Mercantile holidays for
the eligibility of billable one month otherwise the remuneration will be proportionally. A working of 22
days will be considered as one billable month and each billable day is for 8 hours.

6. Client’s Input and Counterpart Personnel

6.1 Services, facilities and property to be made available to the consultant by the client:

71) The maps and other data related to this work, to the extent available will be provided. All other logistics
to be the responsibility of the Consultant.

6.2 Professional and support counterpart personnel to be assigned by the client to the consultant’s team:
72) The client will provide support through the staff of PMU and PIU. But there will not be any specific
counterpart personnel assigned by the client to the consultant team.

7. Client will provide the following inputs, project data and reports to facilitate preparation of
proposals:

73) The maps and reports as available with the client will be provided to the Consultant.
Annexure 1
List of Local Authorities selected for development under the Proposed Secondary
Towns Sustainable Development Project (STSDP)

S/N Province District Selected Town

Dehiwela Mount Lavinia MC


1 Western Colombo
2 Gampaha Negambo MC
3 Kaluthara Beruwala UC
4 Sourthern Galle Ambalangoda UC
5 Mathara Weligama UC
6 Hambantota Tangalle UC
7 Central Kandy Gampola UC
8 Mathale Matale MC
9 Nuwaraeliya Hatton - Dikoya UC
10 Northern Jaffna Chavakachcheri UC
11 Killinochchi Karchchi PS
12 Mannar Mannar UC
13 Mullaitivu Maritimepattu PS
14 Vavuniya Vavuniya UC
15 Eastern Trincomalee Kinniya UC
16 Batticaloa Baticaloa MC
17 Ampara Kalmunai UC
18 Sabaragamuwa Rathnapura Embilipitya UC
19 Kegalle Kegalle UC
20 North Western Kurunegala Kuliyapitiya UC
21 Puttlam Puttalam UC
22 North Central Anuradhapura Kekirawa PS
23 Polonnaruwa Hingarakoda PS
24 Uva Monaragala Monragala PS
25 Badulla Bandarawela MC
Annexure 2
Ministry of Provincial Councils, Local Government and Sports
Proposed Local Authorities for Development - Secondary Towns Sustainable Development Project
Annexure 3
Terms of Reference for each sub-sector design and implementation

ToRs of all subsectors to be read in conjunction with the General Scope of work mentioned earlier in
this document

1.0 Scope of Work- Improvement to Drainage System Storm Water Drains – Specific Tasks

The main objective is to prepare a Master Plan for Storm Water Drainage System of the local
authorities.

Specific tasks of consultancy on works related to Storm Water Drainage improvement apart from the
general tasks described earlier are:

a) Using available maps, topographic sheets and by reconnaissance and detailed survey of the
catchment and sub-catchment areas, determine storm water flow and show on a plan in the form
of modules covering the catchment area.
b) Analyze rainfall data of the previous years (no. of years would be in accordance with the
standard practice followed in the country) and estimate storm run-off per unit area for various
storm frequencies;
c) Prepare an outline drainage plan for the area and identify missing links and prioritized program
of improvement works.
d) For priority drainage area, carryout detailed topographic survey and leveling to prepare
longitudinal sections of the system and cross sections of important and major channels and
drains covering a width of 15 m on either bank generally at intervals of 10 m along with L-
sections and detailing all the temporary and permanent structures met within that width. All the
structures and encroachments will also be marked with enough details.
e) Indicate the details of other underground services, mainly sewers and water mains (electrical
cables) which are in the vicinity of the storm water drainage system and show their distance
from storm water drains with a view to know about the possibility of providing by-pass storm
water drain and for deciding their location.
f) Indicate the inundation area clearly, showing probable depth of water accumulation in case of
intensity of rainfall as agreed with the Local Authority.
g) Locate all ponds and flood water holding ponds/zones in part portions of open gardens or
playgrounds – showing therein probable size duly dimensioned should be shown on plan along
with various arrangements / devices to dispose-off the accumulated water to nearest outfall or
conserve the water so as to reduce the shortage of water supply and to be shown in a tabular
proforma.
h) Carryout analysis of existing situation of storm water drains to identify deficiencies and develop
alternative strategies and options for expansion / augmentation of the existing system to address
system deficiencies.
i) Prepare a Strom Water Drainage Master Plan for the entire area and identify the priority areas to
be developed under the project.
j) Prepare detailed cost estimates for priority works to the extent of availability of funds. Estimate
necessary road restoration charges wherever needed.
k) Prepare a traffic diversion plan as necessary and incorporate in bidding documents.
l) Prepare necessary safeguard and economic analysis reports.

m) The storm water drainage component should also include restoration of the silted tanks (if any)
and planning for the catchment areas of these drains.

n) The designs should consider the climate change effects.

2.0 Scope of work- Water Supply – Specific Tasks

a) Prepare a feasibility report for the identified water supply project for the particular local
authority.

b) Based on feasibility, the DPC is required to carry out a detailed engineering design including
environmental, social, economic and financial assessments and prepare, Detailed Project
Reports and bidding documents for all the identified water supply sub-projects .
c) The overall design to be for a 24x7 water supply system and would cater for a period of over 30
years/ horizon as defined as per national planning norms and a population as determined by the
consultant based on appropriate projection techniques. The designs shall conform to relevant/
latest applicable National Standards, NWSDB guidelines and CEA requirements. Wherever
such standards are not available, appropriate standards shall be followed in discussion with
PIU/PMU.

d) The work involved and the study/output shall include, but not necessarily limited to the
following as necessary:

(i) Designs for development/ rehabilitation of works at source and transmission and
distribution for selected Local Authority(s);
(ii) Designs for development/ rehabilitation of constructing treatment plants / intake (as
necessary;
(iii)Designs for laying/ rehabilitation of Internal distribution lines with adequate regulations
to ensure equitable water supply;
(iv)O&M mechanism including a plan and staffing requirements and
(v) Workout a tariff system and a mechanism to establish a tarrif system to cover atleast the
operation and maintenance expenditure of the system and to update tariff periodically;
(vi)Suggest proper zoning and block regulations if any, in order to give equitable water
supply with optimal utilization of existing infrastructure facilities.
(vii) Identify potential options for the long-term system improvements with recommendations
for addressing environmental, institutional and regulatory issues if any.
(viii) Estimate the investments required including O & M for various identified options with
financial analysis taking into consideration the water tariff to be levied for capital and
operation and maintenance requirements
(ix)Support LA in preparing actions required for staffing of the water unit and in establishing
tariff mechanism
(x) Based on cost-benefit analysis and cost projections, prioritize the investment proposals
based on economy and efficiency.

e) Soil Investigation: Soil tests as per relevant National/ NWSDB standards need to be carried by
consultants to arrive at design parameters for the formation and safe bearing capacity. At
locations proposed for important installations such as pump house, OHT/sumps etc., required
number of boreholes, should be made to determine the SPT N values at depth specified in the
relevant codes. Soil samples taken from bore holes should be visually classified, index
properties determined and presented in along with the final report. Recommendations of a geo-
technical expert should be furnished in the soil report and should cover aspects like appropriate
soil stabilization measures if required, bearing capacity of the founding strata etc.

f) Instrumentation: All necessary instrumentation such as flow meters, energy meters etc shall be
arranged and operated by the consultants at their own cost.

g) For the given purpose and functional use of the respective projects, proper design has to be
developed. The consultants have freedom to choose the type of substructure and superstructure
provided code specification / National/ NSWDB stipulations are met. The drawings and designs
shall include a general arrangement drawing and detailed drawings of all components in
standard size. The level of detailing shall be such as to enable check of conformance with code
provisions, including detailed construction drawings and bar bending schedules.

h) Prepare a traffic diversion plan as necessary and incorporate in bidding documents

i) Proper Safeguard and financial and economic assessment reports to be prepared with DPR.

3.0 Scope of work - Roads and Bridges. – Specific tasks

Investigation of Project Road Alignments:

a) Review the requirement of improvement of the road improvements prioritized after the
consultation and requirement assessment.

b) The consultant needs to assess the following before undertaking the feasibility studies and
detailed design

(i) Type of terrain / topography of the existing alignment, improvement requirements based on
existing condition and requirement of any road re-alignment. (if any)

(ii) Land use including existing settlements / structures (location and structural condition) and
identify any bypass requirements (if any)

(iii) Hydrological and drainage characteristics to identify risk of flooding. The Consultant shall
undertake hydrological and hydraulic studies for all drainage catchments with careful
analysis of topographic maps and field investigations. The calculation of catchment run off
and channel discharge characteristics shall be based on rainfall intensity and duration for a
return periods identified in the Drainage Design Manual for the various drainage elements
and bridges. The capacity of existing waterways and drainage structures shall be checked
and their deck levels shall be compared with anticipated flood levels. Slopes and capacity of
side drains and turnouts shall be surveyed in areas where erosion or flooding presently
occurs, in order to ensure adequate design of side and catch drains, erosion control measures
and the protection of side slopes. Detailed site investigation and surveys shall be carried out
for areas susceptible to flooding or landslide, and at all proposed new or replacement
drainage structure locations, including a sufficient length upstream and downstream to the
structures. Structural design shall be undertaken with a view to fixing vertical and horizontal
alignments at those structures.

(iv) Assessment and projection of traffic volume and type based on traffic counts as necessary in
line with the standards on required section. The forecasts should include best estimate of
likely demand (based on economic activity, past growth trends, growth in vehicle
population, planned developments, etc). The forecasts should also include the impact on the
project area during and after the construction period.

(v) The Consultant shall assemble and evaluate available accident data and seek to identify
principal causes and assess the potential for the project to reduce accidents through, for
example, improved junction layouts or the provision of pedestrian and non-motorized
facilities. The consultant should compile a list of the problem areas and his proposed
approach to mitigate the problems.

(vi) Utilities: The Consultant shall obtain from concerned authorities the utilities maps showing
the locations, dimensions and capacities of their existing underground and overhead
apparatus within the road reserve, or potential road reserve extension. The consultant shall
show all utilities and data on a draft set of utility drawings to later be incorporated into the
design drawings. Where shown on the authorities’ maps, the data shall include the above
ground height or buried depth of all services, including cross road services to adjacent
properties. The accuracy of all such records shall be verified on site by the Consultant both
by observation and by use of non-intrusive detection equipment. In addition, the Consultant
shall obtain details of utility proposals for short and medium-term service enhancement
proposals, and consider the implications of these in the design. The consultant shall include
in the project specification a requirement for the contractor to locate these services early on
in the construction contract.

(vii) The Consultant shall prepare an Initial Assessment Report summarizing the findings from
their visual assessment and Investigation of Project Road Alignments, which shall include a
detailed project road inventory and photographic record. The Consultant shall liaise with the
Client to agree on the actions and priorities recommended in their report.

Topographical Survey:

(i) The Consultant shall carryout the topographical survey using Total Station as per national standards
and will be responsible for full accuracy of the survey.
Soils Materials and Pavement Investigations

(i) The Consultant shall undertake extensive soils and materials testing in relation to the adequacy of
the material as per national standards

Culvert and Bridge Inspection and Assessment

(i) The consultant shall design the culvert and bridges as per national standards
and requirements

Geometric design

a) The Consultant shall develop optimum vertical and horizontal alignments having regard to: (i)
design manual criteria or such other criteria agreed with the Client; (ii) the need to balance cut and
fill; (iii) the need to minimize land requirement beyond the existing road reserve; (iv) the need for
inbuilt safety measures while designing steep alignments and curves; (v) the need for adequate road
user facilities such as bus bays and laybys, including space for vendor services; (vi) the need to
protect vulnerable road users; (vii) a requirement for accommodation works to be affordable and
acceptable to frontages; (viii) minimize the need to relocate utility services; (ix) the need to avoid
geological, hydrological and environmental problems; and (x) the need to avoid extensive and
expensive bridge and structural works.

b) Where alternative horizontal alignments beyond the road reserve limits are to be evaluated, the
Consultant shall develop and cost options at an early stage and prepare a report for consideration by
interested parties and the Client. The Consultant shall propose target dates for the presentation of
such options and selection of the preferred option in their work plan in the Initial Assessment
Report, ensuring sufficient time to complete the detailed design of the preferred solution within the
assignment timescale.

c) Vertical and horizontal alignment data shall be computed for the centre line at a maximum of
20m intervals and at all vertical and horizontal transition points.

Engineering Design:

a) It is intended that the project road be upgraded to meet the agreed design criteria for the standard of
road. The consultant shall not assume it will follow the existing alignment full length, as sections
may have to be improved to meet the agreed standards and design criteria.

b) The consultant shall consider the surveys, investigation, studies and analysis as made above and
prepare feasibility report and Engineering Design.
c) The consultant shall present to the Client alternatives for improvement in alignment of the road and
for improvements e.g. service roads and/or walkways, lay buys for motorized and non-motorized
vehicles, where the road passes through Local Authorities and settlements.

d) Road drawings to include: Plan drawings of appropriate scale to show alignments, vegetation type,
main drainage elements, right of way and clearly show areas of land take

e) Profile drawings shall also be to appropriate scale to include the existing road surface or natural
ground level and proposed vertical alignment.

f) The consultant shall undertake the geometric design of the road using a modern and comprehensive
(Computer Aided Design and Drafting) CADD package. This CADD software must be capable of
allowing the designer to assess different alignments along the proposed route All topographical and
design data shall be supplied in a format suitable for input to a road design software or similar. The
design shall be referenced to a line or string which shall contain details of chainage (or station),
horizontal and vertical geometry information.

g) Design Report shall include: (i) details of preliminary investigation results, (ii) analyses and
interpretation of findings;(iii) analysis of design options and recommendation of most viable option;
(iv) preliminary findings with regard to environmental and social impact and road safety; (v)
location maps, layout plans and profiles; (vi) typical cross sections showing cut and fill slopes;(vii)
typical cross section drawings showing pavement details; (viii) drawings for cross drainage; (ix)
two alternative pavement designs for each homogenous road section bridge drawings; (ix) plans
through town centres, plans for bypasses and plans for grade separated junctions

h) As the design progresses the Consultant shall maintain close liaison with the Client and shall submit
for approval from time to time, according to the work program, draft design proposals for the
alignment, drainage, pavement, structures and other technical aspects of the design prior to
proceeding to the detailed design drawings. Where a number of options have been considered these
shall be described and analyzed in a Design Options Report. Similarly, the Consultant shall submit
draft technical specifications and bills of quantities prior to producing the draft final bidding
documents.

i) The preliminary optimum vertical and horizontal alignments shall be reviewed in relation to the
outcomes of the entire engineering investigation process, and in relation to progress with land
acquisition issues. Adjustments shall be made as necessary and care shall be taken to retain
coordinated vertical and horizontal alignments.

j) Alignment set out details such as tangent length, curve radius, deflection angle, apex distance,
transition length etc shall be prepared to ensure easy setout of the alignment. In order to ensure
setting out using Total Station, coordinates of all centre line intersection points, tangent points and
straights at 100m intervals shall be determined and scheduled. Likewise, horizontal and vertical
curve data at 20m intervals shall also be scheduled.

k) Cross sectional design shall take into account the need for:
(i) earth works side slopes and cuttings, including the need for benching or other slope stability
measures.
(ii) Extra Widening
(iii) climbing lanes;
(iv) bus bays, lay bye and mobile weighbridge lay-bys;
(v) additional lanes or service roads in high density areas;
(vi) footways and lanes for non-motorized traffic;
(vii) requirements for open or piped side and catch water drains, subsurface drains;
(viii) space to accommodate utility services and roadside furniture, e.g. road lighting
and ducting, guardrails, road widening, road signs and the like.

l) Full cross section data shall be computed at 25m intervals

m) Where cross sectional requirements cannot be accommodated within the existing road reserve, the
preliminary land acquisition proposals shall be revisited or retaining structures to limit the road
reserve requirement may be considered.

n) The Consultant shall develop a of standard pavement designs as per standards of the condition.

o) The Consultant shall engage with roadside communities and local authorities to raise awareness of
the need to offer easement rights for road drainage to run-off over adjoining land to ensure adequate
drainage. Where such easement rights are required, the Consultant shall submit details for inclusion
in the Resettlement Action Plan and shall design such run-off drainage in consultation with the
affected landowner.

p) Following preliminary identification of borrow gravel pit and quarry locations the Consultant shall
consult with authorities as to possible locations and legal requirements, prepare tentative proposals
and plans for their opening, operation and restoration. The project specification shall specify that
the final responsibility of establishing borrow pits, quarries and gravel pits are with the Contractor
and the plans prepared as part of the design is only indicative. Such plans shall cover, but not be
limited to:

(i) precise locations and boundaries of each pit/rock source;


(ii) land ownership, including haul roads;
(iii) material quantities to be extracted and their location in the road works;
(iv) the stockpiling of overburden;
(v) necessary planning consents; and
(vi) public roads to be used for haulage purposes and their protection
(vii) Environmental compliance.

q) The Consultant shall examine existing quarries and crushing plants and their capacity to supply
aggregates and granular mixes to the required specifications.

r) The consultant will design ancillary features like traffic signal controls, road furniture as required.
Designs of Bridge

a) The consultant shall workout the Hydrological and hydraulic calculations and confirms the floods
characteristics of the streams crossed, including the elevation of the water surface, the velocity of
flow, for a recurrence interval of 100 years

b) The detailed design shall take account of the bridge location and expected difficulties in
constructing the bridge, lead time in importing specialist materials if proposed, maintenance of the
bridge with a view to ensuring the bridge is "buildable" and "maintainable".

c) The foundations shall be designed based on the geotechnical- data obtained at each abutment and
pier location.

d) The consultant shall use recognized structural design software and shall produce output data in a
format that can be easily followed and understood. The detailed design calculations are to follow B
S/International Standards in layout and referencing.

e) The Consultant shall prepare structural report which shall include the assumed method of
construction and risk assessment of whether any elements of the structure may be overloaded
through the construction process, a full set of detailed design calculations, basic design assumptions
and criteria used are to be included in table and note form on the drawings. The report shall include
all necessary design drawings and schedules / tables. Drawings of each structure are to be prepared
in sufficient details for the bridge to be constructed.

f) The consultant shall prepare a provisional traffic management plan detailing how motorized and
non-motorized traffic and pedestrians shall be accommodated during the construction phase. The
plan shall:

(i) develop a phased approach to construction which minimizes road user disruption;
(ii) detail which public roads shall or shall not be used for construction or diverted traffic;
(iii) locate and detail temporary diversion roads;
(iv) lay down conditions for one-way traffic working;
(v) detail required provisions for temporary bus bays and lay by facilities;
(vi) ensure that frontages, particularly commercial frontages, shall have reasonable access at all
times;
(vii) detail the temporary signing that must be provided and maintained;
(viii) specify speed limits to be applied, and specify where and when speed humps may or shall be
provided;
(ix) specify the minimum standards of riding quality to be provided on the existing and diversion
roads; and specify special facilities to be provided for pedestrians and other vulnerable road
users, particularly in high density areas and near schools.

g) This plan shall be incorporated into bidding documents for works and bidders shall submit a lump
sum price for its implementation. The Consultant shall ensure the works contract documents make
it clear that the successful bidder may present modifications to the plan during the various stages of
implementation to suit precise construction requirements, but will not be permitted to over-ride the
main provisions of the plan.

h) The Consultant shall prepare and submit contract drawings and load them onto AutoCAD/
standard design software and on the Client’s systems and present, the drawings are complete. The
scale of presentations should be as per national standards/ international best practices.

Traffic, Transportation and Mobility Improvements:

(i) The consultant should also prepare a feasible and workable traffic, transportation, city road
development, city centre traffic management and mobility plans including multimodal transport
plans along with operation plans for the local authorities / cities with proposals for (i) Short Term;
(to be taken up under the project); (ii) Medium Term; and (iii) Long Term.

(ii) The studies should commence from (i) Study of Existing Situation through (a) primary and
secondary data; (b) visual observations; (c) stakeholder consultations; (d) required surveys and
investigations; and followed by (ii) Projections of requirements in line with the predicted
developments; and conclude with (iii) Suggested interventions along with their estimated costs.

(iii)The various important requirements of the traffic, transportation and mobility plan include:

a) Preparation of a Transportation System Improvement Plan which includes bus system, sub-
urban transit systems (all modes) as per requirements;

b) Connectivity Improvement of various economic nodes / Central Business District and important
places like railway stations, airports etc.;

c) Plan for improvement of mobility and parking in the Central Business District and other key
areas;

d) Plan for public transport system as required in the City;

e) Plan for pedestrian and non-motorized transport development in the City;

f) Plan for the roads and street systems in the city based on existing and projected traffic;

g) Plan for all important intersections (as agreed with the PMU) (both at grade and grade
separated;

h) Plan for traffic safety improvement proposals;

i) Prepare Traffic / Transport Demand Management Measures;

j) Plan for new / improvement of existing passenger terminals and depots (Bus / Rail etc. as
required);
k) Plan or new links, missing links and bypasses as required and assessed during studies;

l) Plan for traffic demand management measures;

m) Plan for Parking facilities (off street, on street, multilevel in case of busy / central areas);

n) Suggest movement pattern with required one ways, vehicular restrictions during busy areas etc.

o) Study the developments in the region and its impact on the city and plan required interventions
accordingly.

(iv)A proper service level benchmarking to be done before starting the planning of the interventions;

(v) The plans and development interventions to be prepared after a proper study of the existing traffic,
transportation systems, mobility and projecting the traffic, transport demand including the floating
population; and

(vi)The proposals should also be based on review of existing and proposed land use (if proposed
planned land use is not available, then the consultant need to assess the development pattern in
discussion with the local authority)

(vii) The consultant is required prepare the detailed designs, bid documents and safeguard reports for
short-term initiatives identified in the plan prepared by the consultant.

4 Scope of Work: Sector Solid Waste Management – Specific tasks

(i) The scope of work covers but not limited to the following:

 Prepare the Master Plan for Solid Waste Management for the four local authorities for a
horizon of 30 years. The overall aim of the Master Plan is to develop a tailormade and
sustainable solid waste management system that is accessible and affordable to all and
minimize adverse impacts. The Master Plan should be conducted though consultation of the
stakeholders.

(ii) The various studies required to be conducted prior to preparation of the Master Plan but not
limited to is as below:
a) To conduct a waste characterization study in the LAs;
b) To establish current status and baseline of solid waste management in the Local
Authority;
c) Based on the above, analyze the technical, economic, environmental, financial and
social feasibility for various components of solid waste management such as source
segregation, collection, transportation, treatment and disposal by composting and
landfill;
d) In regard to collection and transportation
 establish criteria and standards for waste collection services in various zones and
for various waste source characteristics (residential, commercial, industrial etc.)

 determine specific generation rates for the various waste generator characteristics
and make necessary projections.

 determine waste generation for each zone for design of collection and
transportation system.

 design appropriate collection and transportation systems which are appropriate for
various areas such as low and high density residential areas. Commercial areas,
markets etc. Special emphasis should be placed on designing a suitable collection
system for the urban poor and slum areas.

 assess the options contracting out collection services to the private sector including
the involvement of NGOs and communities in providing the primary collection
services assess alternative institutional and contractual arrangement.

 assess the institutional arrangement and options for contracting out transportation
and disposal services.

e) The consultant will analyze the costs involved with complete breakups for the above
methodologies of waste disposal for the Local Authority;
f) The consultant will carry out all the required investigations of the sites selected for of
the landfill and other facilities proposed and the designs must meet the technical
guidelines provided by the Central Environmental Authority (CEA);12
g) To identify clusters in addition to the Local Authorities mentioned for setting up
common landfill facility based on cost benefit financial analysis and assess the
feasibility of making such an arrangement;
h) To develop a financial model in order to have a cost-effective transportation solution;
i) Based on the above, work out cost-benefit analysis of individual Local Authorities
involved in the cluster (if clusters are taken);
j) The consultant should consider waste minimization and recovery options;

(Not limited to the above the it is the consultant’s responsibility to conduct all the required
studies and surveys.)

(iii)The design of the interventions in the master plan should be such that it should not be an
isolated solution to a single problem, but an integrated and logical part of a whole system
including the whole chain of events from the source to final treatment or disposal. Emphasis
should also be on operation and maintenance of such a system, both in provision of funds and
human resources, to ensure the sustainability of the project. The concept of appropriate
technology should be adopted. This can include promotion of new technology (Pyrolysis or

12Central Environmental Authority - Technical Guidelines on Solid Waste Management in Sri Lanka.
Gasification) and low-tech, labor- intensive solutions (eg. Composting) that meet the needs and
suit the conditions of the are in question. The choice of technology or system can also depend
on visions for renewable energy, green housing climate change etc.

(iv)The interventions to be inclusive all stakeholders to be encouraged to actively participate in the


planning process. Gender aspects are crucial as women and children are more vulnerable to
adverse effects of pollution and women are more often responsible for waste management in
households, so they are vital for any development therein.

(v) After the Master Plan is prepared, the consultant should prioritize the works to be taken up
under the project with in the extent of funds available in the project.

(vi)Prepare detailed designs, drawings, estimates and bid documents for the facilities that are
required for effective operation of the disposal facilities and maintaining the environmental
standards.

(vii) The consultant should assist the Local Authority in obtaining clearances from various
statutory authorities for developing the landfill and compost yard.

(viii) To suggest an institutional framework for the construction, operation and maintenance of the
regional landfill if found feasible;

(ix)The consultant should assist in obtaining the necessary approvals from the CEA required, would
be obtained by the local authorities with.

(x) The consultants are required to carry out the tasks in line with National Solid Waste
Management Policy and CEA guidelines, others rules and regulations.

5 Scope of Work – Public Buildings / Local Authority Facilities: Specific tasks

General

a) The designs shall conform to relevant/ latest applicable National Standards13, building codes,
building regulations and CEA requirements. Wherever such standards are not available,

13
The consultants shall specify the materials and workmanship based on ICTAD specifications for Construction and
Maintenance of buildings, and any other internationally accepted specifications in the event of above specifications being
inadequate.
The consultant is required to comply with British Standards / Codes of Practices for the designs or accepted international
standards.
The British Standard Codes of Practices will govern the structural designs. In case any other code of practice is used in the
design, the designer is required to furnish a comparison between the British Codes provision and the code being used in the
design. The British Standards will be treated as the basic minimum required and any other standard is required to be proved
higher than the British Code requirements.
The main applicable British Standards that the design has to conform to are listed below for easy reference. However, the
design has to conform to all other non-listed British Code of practice that is relevant to the design standards.

(a) Design loads:


appropriate standards shall be followed in discussion with the PMU. The overall design would
cater for a period as defined as per national planning norms.

Surveys and Investigations:

a) Data Collection: Collecting and updating information regarding existing levels of the proposed
subproject and ascertain the necessity of the same by carrying out an inventory of existing
systems / facilities. All required data shall be collected to design and construct basic utilities
such as water supply and sewer pipes, storm water pipes and drains, development of ground
water source including rain water harvesting, electrical network with back up supply, fire
detection / protection system, incorporating Green Building Concept etc.

b) Topographical Survey: Detailed topographical survey of the site, along with Contour survey at
the required contour intervals, as approved by the Client, in and around the subproject site. The
local body shall indicate the Project sites and their measurements. The survey shall include all
necessary data related to the existing public utility services, lines of streets and pavements,
building lines, adjoining properties, position of lights, restrictions, basements and boundaries to
design the Sewerage and Strom water drain system. The consultant shall be responsible for the
survey of the areas and preparation of necessary survey maps.

c) Soil Investigation and Tests: Soil tests as per relevant National Standards have to be conducted
and necessary reports prepared by consultants to arrive at design parameters including safe
bearing capacities. Also, conduct soil test, Hydro geological survey and such other tests
required to provide essential design data from sub-soil conditions. The Consultant shall interpret
the soil investigations report and design the appropriate type of foundation for the Building, in
consultation with the Client. The bore holes should normally be taken to a depth as acceptable
to national design norms. The subsurface water at each borehole should be sampled and a
chemical analysis carried out, to recommend appropriate cement mixture ratios for use in the
foundations. Recommendations of a geo technical expert should be furnished in the soil report.
It should cover aspects like appropriate soil stabilization measures if required.

Detailed Design (Architectural and Structural), estimates and Detailed Project Report

a) Prepare plans of the buildings with basic approach to effective circulation, activity
distribution and interaction and external linkages and impact of existing and / or proposed
development on its immediate environs.

Design loading for buildings B.S.6399 Part I


Basic data for wind loads C.P.3 Chapter V – Part 2
And manual “Design of Building to High Winds – Sri lanka”
(b) RCC Structure Design: Structural use of concrete BS 8110 Parts 1, 2, 3
(c) Structural Steel Design: Structural use of steel works in BuildingsBS 5950 Part 1 to 9
(d) Design of Foundations Code of practice for foundationsB.S. 8004
(e) Code of practice for protection of structuresAgainst water from the groundB.S. 8102
(f) Earth retaining structure designs: Code of practice for earth retaining structures B.S. 8002
(g) Aqueous liquid retaining structures- Design of concrete structures for retainingAqueous liquidsB.S. 8007
(h) Specification for Hot Rolled Steel B.S. 4443
(i) Specification for cement B.S. 12
b) For the given purpose and functional use of the respective sub-projects, proper design has to
be developed. The consultants have freedom to choose the type of sub structure and
superstructure, provided National code specifications and standards are met. The drawings
and designs shall include a general arrangement drawing and a detailed longitudinal section
drawing of all components in size A1 or A2. The level of detailing shall be such so as to
enable check of conformance with code provisions, including detailed construction
drawings. The responsibility of the preparation and issue of detailed construction drawings
is that of the Design Consultants and should be included along with the bid documents.

c) Prepare conceptual designs, drawings and model with reference to requirements. Required
drawings such as Architectural, structural, service drawings and design calculations for all
designs shall be furnished by the consultant to the client for execution of work

d) Prepare detailed structural designs and drawings along with construction drawings with
detailed design calculation.

e) Prepare Sanitary, Plumbing, drainage, water supply and sewerage system designs and
drawings including solid waste management, Electrical, electronic, communication systems
and internet system design and as required ventilation and air conditioning design (VAC)
and other mechanical systems, solar water heating system, solar power system.

f) Design for Elevators, Escalators, etc if required.

g) Design for Fire detection, fire protection and Security systems and any disaster management
systems as necessary etc.

h) Development works such as external sewer, water supply, drains, and culverts Roads, Street
lights, Rainwater harvesting etc. all complete.

i) Use of environmental friendly and energy conservation concepts with minimum or no


additional cost.

j) Vehicle parking layout for the entire site including site development and other infra
structural facilities.

k) Detailed Engineering drawings14 for all the designs.

14

Preparation of architectural drawings including plans, cross sections, elevation etc to a scale of 1:100 or 1:50.
Preparation of structural design based on appropriate engineering analysis of loads, stresses, deflection and
strength of materials, including detailed statistical scheme and calculations.
Preparation of drawings for sanitary installations to a scale of 1:100 or 1:50 and detailed drawings to a larger scale
as may be found necessary to enable the construction of the works.
Preparation of drawings of electrical installation as required for lighting and services to a scale 1:100 or 1:50 and
detailed drawings to a larger scale as may be found necessary to enable the construction of the works.

Preparation of water supply, sanitary and storm sewer line drawings to a scale 1:100 or 1:50 and detailed drawings
to a larger scale as may be found necessary to enable the construction of the works, as well as septic tank details
(with calculations), and overhead tank, if required.
l) Prepare drawings, layout etc., and necessary for submission to statutory bodies for sanction
for obtaining approval / Licenses. The client will make necessary applications. The
Consultant shall carry out all the works together with the necessary drawings and other
particulars for obtaining all statutory approvals from UDA/CEA etc or other agencies. in
addition, shall assist the client to get necessary approvals.

m) The services will include structural, architectural designs of the buildings taking into
consideration of Earth Quake Resistance and other Disaster effects, designs of all external
and internal services, including air conditioning (HVAC), lifts, escalators, electrical,
mechanical, fire-fighting and safety systems, public address system, access control,
telephone exchange, communication tower, water supply, furnishing fit out, sewerage
disposal, internal roads, arrangements for special security systems, Integrated Building
Management System and monitoring of all works during the construction as required.

n) Based on the surveys and designs evolved by the consultants, within the framework and the
requirements of the project, the consultants have to prepare detailed specifications, detailed
item and quantity schedules. Prepare detailed cost estimates using the latest provincial
schedule of rates. Estimate associated costs such as road restoration charges/ shifting of
utilities, quality tests, resettlement etc.(as applicable)

o) Prepare and submit complete set of working drawings for all works and details sufficient for
proper execution of works during construction. All the drawings and reports, Manuals, to be
furnished in both soft and hard copies, duly attested. The Consultant shall be fully
responsible for accuracy of all the data, rate analyses for items of work used in the Project
preparation, Cost Estimates and design irrespective of the fact whether the same has been
examined and approved by the Client or not.

p) For concepts, plans of the project and preliminary project report covering various aspects of
projects such as buildings and fire-fighting, electrical works, air-conditioning works, roads,
drainage, water supply, sewerage and pavements etc. shall be prepared by the consultant to
suit requirements and meeting statutory/mandatory provisions for the project as a whole and
whereas the Architectural consultant shall have meetings with LA / Project to finalize the
general as well as specific requirements.

q) All works shall be done in conformity with relevant National Standards specification,
National Building Code, Standard Specification for Roads and Bridges and to the
requirements of statutory bodies, local byelaws and accepted Government procedures.

r) The consultant shall conduct his own studies and prepare estimates based on Provincial
schedule of rates. The PMU, PIU as well as the LA concerned shall not be responsible
(except as to risks specifically accepted under the conditions of contract) for the validity of
the project details and designs and estimates.

s) Prepare a Detailed Project Report incorporating all details of the Project as above.
t) The consultants shall assist the Local Authority in obtaining approval of plans and estimates
(approval of Plan and estimates and bid documents) from competent authorities like LA,
TEC (Technical Evaluation Committee) etc.

General

a) The Terms of Reference given are General and it is expected that the DPC would take up all the work required for
design for successful implementation of the project notwithstanding the text of the Terms of Reference.

b) If agreed by the EA, the feasibility report and the detailed design reports could be submitted together for projects
which appear to be more surely feasible in the first instance.
Annexure 4

The indicative list of the subprojects of the Project towns are as follows:

SI No Name of LA Proposals recommended by LA Overall


Allocation
LKR. Mn
1 Gampola UC 1. Development of City Center
2. Traffic Management
3. Development of Tourism Infrastructure
700
4. Waste Water Purification project
5. Improvement of Sewerage system
2. Matale MC 1. Development of Solid Waste Management System
2. Improvement to the drainage system in Municipal 650
area
3. Ambalangoda 1. Construction of 5 storied public building and Market
UC Complex.
2. Construction of Multi-purpose Building 500
3. Modernization of Roads and Bridges in
Ambalangoda UC Area.
4. Dehiwala-Mt. 1. Renovate Attidiya Statium
Lavinia 2. Construct the swimming pool and the stadium of
Municipal S,De S, Jayasinghe ground
Council 3. Provide new stalls for street sellers in from of the
Zoo.
4. Renovate Samudrasanna road main canal with
gabion technology
5. Establishing a green belt while repairing Badowita
canal using gabion.
6. Construct a new market complex while replacing the
existing municipal council public market in station
road, Dehiwala.
2000
7. Develop the main canal which runs towards
Kalubowila main canal from Ranajayagama lake
with green belt
8. Reconstruct the canal from Kalubowila Hospital to
Nalandarama Road.
9. Develop the roads with side drains from Wasala
Road to Mt. Lavinia cross road.
10. Auburn side canal
11. Repairing Huludagoda to Dammananda Road
12. Installing of 34 fire hydrants in DMMC area.
13. Establish new Disaster Risk Management Unit in
DMMC
5. Bandarawela 1. Construction of treatment plant
MC 2. Construction of Office complex with vehicle park
3. Construction of Tourism village at Poonagala Road
4. Construction of Multi-story building with vehicle park
5. Construction of Compost yard building and
500
boundary walls.
6. Construction of Seevali Road
7. Maintenance of drainage system in Municipal area
8. Polythene recycling unit
9. Construction of underground tunnel Road system
with shops
6 Tangalla UC 1. Development of Municipal Centre – construction of
6 story building
2. Development of public places – construction of 2
story bus stand
500
3. Tourism related infrastructure development –
Paraiwella sea strip with natural pool.
4. Development of public places – Children’s park
With minimum facilities.
7 Hatton – 1. Demolishing of existing office building and
Dickoya UC construction of 3 story office building with shopping
complex 500
2. Demolishing of old market building and construction
of 3 story shopping complex with a vehicle park
8 Kuliyapitiya UC 1. Construction of new market building
2. Renovation of water treatment plant at Udubaddawa
500
3. Construction of new multipurpose building (vehicle
yard, dispensary, office, stores, workshop chamber)
9. Maritimepattu 1. Roads and bridges of local authorities
PS - Mullaitivu 2. Construction of Urban area drainage
3. Development of residential / industrial layouts -
Construction of Conference Hall at Head office
Building, construction of staff quarters, Purchasing
of a small van for office use
4. Public Building and markets – Construction of Public
Library Building, Improve of facilities of public
playground, construction of a clock tower 550
5. Improvement of city centers – Construction of
shopping complex
6. Solid Waste Management – Purchasing of garbage
compactor -01 No
7. Construction of garbage segregation building with
storage room
8. Traffic Management – fitting street lights for main
roads
10 Chavakachcheri 1. Improvement of City Centers – Build a city center
UC 2. Proper Urban area drainage system
3. Tourist infrastructure – Build a new guest house
4. Establishing a children’s park
5. Roads and bridges of local authorities – relaying
carpets in the town area
6. Public building and markets – landfilling the area
7. Fitting CCTV cameras in town area
8. Purchasing of a truck gully bowser
500
9. Establishing boundary wall to the playground
10. Development of residential/industrial layouts –
establish an ice factory
11. Traffic Management – Fitting signal lights for main
town junction
12. Solid Waste Management system – Purchasing of a
compactor
13. Traffic Management – Fitting powerful street lights
near the town area
11 Batticaloa MC 1. Disaster prevention and management
2. Improvement of City centers and development of 1650
industrial layout
3.
Public Buildings and Markets
4.
Tourism infrastructure development
5.
Traffic Management
6.
Transport terminals and truck infrastructure
management
7. Drainage Management
12 Kalmuani MC 1. Construction of shopping complex with parking
2. Construction of Multipurpose Building at Unity
Square
3. Construction of Modern Public Bus terminal
complex
4. Construction of internal drainage
1900
5. Solid Waste management – Construction of Solid
Waste Management Center, Construction of
Sewerage treatment plant
6. Public Building and markets
7. Roads and bridges
8. Development of residential / industrial layouts
13 Kekirawa PS 1. Commercial activities - Construction of Public
Market at Maradankadawala, Construction of public
market at Madatugama, Public vehicle park at
Kekirawa,
1150
2. Tourism activites - Guest house at Ritigala, Develop
Kumbuk Sisila Public Park, Kekirawa
3. Other economic activities – Preschool and day care
center and Sewerage treatment plant at Kekirawa
14 Hingurakgoda 1. Commercial activity - Construction of shopping
PS complex at Jayanthipura, construction shops at
Minneriya, Shops at bus stand - Hingurakgoda
2. Tourism activities – Contruction of new tourist room 1200
facility center at Minneriya
3. Other economic activities – Construction of storm
water drainage system at Hingurakgoda city
15 Kinniya UC 1. Improvement of City Centre
2. Public Building and Market
3. Tourist Infrastructure (Walking path, rest place, park
etc.)
4. Public Building and Market (cultural hall)
700
5. Construction of Supermarket complex
6. Urban Drainage Improvement
7. Traffic Management (Surveillance Cameras)
8. Roads and Bridges
9. Solid Waste Management Improvement
16 Karachchi PS 1. Roads and Bridges
2. Solid Waste Management System
3. Improve public buildings and markets
4. Urban Drainage Improvement
1200
5. Improvement of city centres
6. Traffic Management
7. Tourist infrastructure

17 Vavuniya UC 1. Construction of Modern Shopping Complex


2. Recreation facilities in public park
3. Vehicle Park 650
4. Traffic Systems
5. Town Beautification
6. Road Improvement
7. Cultural Hall
8. Playground Improvement
9. Fire Brigade (Building and Vehicles)
10. Wholesale Market
11. Daycare centre
12. Improvement of Storm Water Drainage System.
18 Mannar UC 1. Construction of Super Market Complex
2. Construction of Sub drainage system in Urban areas 500
3. Vehicle Park
19 Embilipitiya UC 1. Development of Embilipitiya Busstand
2. Development of Pallegama Public Market
3. Development of Green Belt
700
4. Mini Bus-stand at new town
5. Solid Waste Management
6. City Beautification proposals
20 Keagalle UC 1. Improvement of city center
2. Public Building – with Main Hall & Auditorium
3. Solid Waste Management 500
4. Traffic Management
21 Puttalam 1. Construction of Urban Council Office & Assembly Hall
2. Construction of Vehicle Park with shops
3. Tourist infrastructure – Construction of 20 Nos. of Rest
Rooms with Vehicle Park & other facilities
4. Road Improvement
5. Improvement of Colombo Face Development 850
Programm
6. Construction of Ceremonial Hall
7. Construction of Garage & Service Centre
8. Construction of 05 Quarters

22 Weligama UC 1. Public Buildings and Markets (shopping complex)


2. Senanayake ground pavilion
3. Urban Drainage Improvement 500
4. Solid Waste Management

23 Monaragala PS 1. Construction of Transportation System


2. Construction of Public Buildings and Markets
3. Solid Waste Management System 950
4. Town Hall and Shopping Complex

24 Beruwela UC 1. Construction of Solid Waste Management Centre


2. Construction of UC office and Auditorium 700

25 Negambo MC 1. Shopping complex


2. Market Complex
2000
3. Municipal council shopping complex
4. Tourist Infrastructure
Note:
(i) The sub-projects mentioned above are highly indicative and would be finalized after a detailed analysis and in
discussion with the stakeholders and urban development authority (along with their development plans prepared by
them) and also in line with the subproject selection criteria.
(ii) The actual sub-projects would be indicated while entering into the agreement with the successful consultant.
7-1

Annexure 5

Sub Project Selection Criteria - Secondary Towns Sustainable Development Project

• To identify very useful projects which will improve citizen services.

• Investments for economic development including markets, bus/truck terminals,


wayside rest
and service areas, projects to improve tourist facilities etc.

• Projects which improve urban living and Mobility in LAs (Solid Waste
Management, Green linkages, Drainage, urban roads etc.)

• Priority to larger contract packages

• To be selected with due consultation process and need assessment.

• Innovative high-level technology features and address climate change and disaster
risk reduction

• Avoid to extent possible major environmental safeguard impacts

• Mix of (a) Remunerative; (b) Cost Recovery; and (c) non-remunerative projects -
Package economically viable.

• Portfolio meets minimum acceptable rate of return and deemed commercially


viable. (atleast 10 % returns). Individual subprojects to have EIRR (30 Years) at 12
%

• Cost effectiveness in comparison to alternative schemes.

• Initiatives to improve the capacity for improved service delivery, governance and
management.

• Sub-Projects with public-private partnership will also be encouraged.

• Water Supply and Sewerage subprojects will be taken only on very essential
requirement.
Annexure 6

Support Staff Requirements

Support Staff
1. Office Manager / Secretary / Computer Operator 5 15 75
2. Autocad Draftsman 5 12 60
Total 10 135

Das könnte Ihnen auch gefallen