Anda di halaman 1dari 118

Project Administration Manual

Project Number: 42513


October 2010

India: Karnataka State Highway Improvement


Project
2

Contents
ABBREVIATIONS 4
I. PROJECT DESCRIPTION 6
A. Project Rationale 6
B. Impact, Outcome, and Outputs 6
II. IMPLEMENTATION PLANS 8
A. Project Readiness Activities 8
B. Overall Project Implementation Plan 10
III. PROJECT MANAGEMENT ARRANGEMENTS 11
A. Project Stakeholders – Roles and Responsibilities 11
B. Key Persons Involved in Implementation 12
C. Project Organizational Structure 13
IV. COSTS AND FINANCING 20
A. Cost Estimates by Expenditure Category 20
B. Allocation and Withdrawal of Loan Proceeds 21
C. Detailed Cost Estimates by Year 23
D. Contract and Disbursement S-curve 24
E. Fund Flow Diagram 24
V. FINANCIAL MANAGEMENT 26
A. Financial Management Assessment 26
B. Disbursement 28
C. Financial Accounting and Auditing 29
VI. PROCUREMENT AND CONSULTING SERVICES 30
A. Procurement Capacity Assessment of PIU KSHIP 30
(i) Summary of the Procurement Assessment 30
B. Advance Contracting and Retroactive Financing 31
C. Procurement of Goods, Works and Consulting Services 33
D. Procurement Plan 34
E. Consultant's Terms of Reference 34
VII. SAFEGUARDS 35
VIII. PERFORMANCE MONITORING, EVALUATION, REPORTING AND
COMMUNICATION 39
A. Project Design and Monitoring Framework 39
B. Project Performance Management System (PPMS) 42
C. Evaluation 45
D. Reporting 45
E. Stakeholder Communication Strategy 45
IX. ANTICORRUPTION POLICY 46
X. ACCOUNTABILITY MECHANISM 46
XI. RECORD OF PAM CHANGES 46
XII. ATTACHMENTS 47
3

Project Administration Manual Purpose and Process

The project administration manual (PAM) describes the essential administrative and management
requirements to implement the project on time, within budget, and in accordance with Government and
Asian Development Bank (ADB) policies and procedures.

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

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

After ADB Board approval of the project's report and recommendations of the President (RRP) changes
in implementation arrangements are subject to agreement and approval pursuant to relevant
Government and ADB administrative procedures (including the Project Administration Instructions) and
upon such approval they will be subsequently incorporated in the PAM.
4

Abbreviations

ADB = Asian Development Bank


AEP = ADB EPC Packages
CDTA = Capacity Development Technical Assistance
CSC = Construction Supervision Consultant
DBMS = Database Management System
DEA = Department of Economic Affairs
DPR = Detailed Project Report
EA = Executing Agency
EMP = Environmental Management Plan
EMPIU = Environmental Management Plan Implementation Unit
EOI = Expression of Interest
EPC = Engineering, Procurement, and Construction
FIDIC = International Federation of Consulting Engineers
FMA = Financial Management Assessment
FMM = Financial Management and Monitoring
GDI = Gender Development Index
GDP = Gross Domestic Product
GPN = General Procurement Notice
IA = Implementing Agency
IDSAP = Institutional Development and Strengthening Program
IPP = Indigenous People Plan
IT = Information Technology
KHA = Karnataka Highway Act
KPI = Key Performance Indicator
KSHIP = Karnataka State Highway Improvement Project
KSPCB = Karnataka State Pollution Control Board
LIBOR = London Interbank Offered Rate
M&E = Monitoring and Evaluation
MDB = Multilateral Development Bank
MDR = Major District Roads
NACO = National AIDS Control Organization
NGOs = Non-Governmental Organizations
NH = National Highways
NRRP = National Rehabilitation and Resettlement Policy
PAM = Project Administration Manual
PIU = Project Implementation Unit
PMU = Project Monitoring Unit
PRAMC = Planning and Road Asset Management Centre
PRAMS = Planning and Road Asset Management System
PWD = Public Works Department
QCBS = Quality and Cost Based Selection
R&R = Resettlement and Rehabilitation
RAAS = Road Accident Analysis System
RFP = Request for Proposals
RIS = Road Information System
ROB = Rail Over Bridges
ROW = Right of Way
RRP = Report and Recommendation of the President
RP = Resettlement Plan
5

RSA = Road Safety Audit


SDRC = Social Development and Resettlement Cell
SH = State Highways
SOE = Statement of Expenditure
SPS = Safeguard Policy Statement
TA = Technical Assistance
TIMS = Traffic and Incident Management System
TOR = Terms of Reference
UN = United Nations
VR = Village Roads
WAP = World bank Annuity Packages
WB = World Bank
WEP = World Bank EPC Packages
6

I. PROJECT DESCRIPTION

A. Project Rationale

1. The Karnataka State Highway Improvement Project (the Project) will upgrade about 615
km of state highways in the State of Karnataka, India and strengthen the capacity of the Public
Works Department (PWD) of the Government of Karnataka (the Government) to develop,
operate, and maintain state road network. Consulting services will be provided to supervise the
implementation of civil works and support establishment and operation of the Planning and
Road Asset Management Centre of PWD (PRAMC). Piggy-back TA will be provided to support
and strengthen PWD capacities in asset management, road safety and private sector
participation. Road improvement works will include upgrading of existing roads to full two lanes,
green field construction of bypasses, strengthening culverts and bridges, constructing new
bridges and cross-draining structures, and constructing structures for resettlement and
rehabilitation.

2. The road network in Karnataka comprises 3,987 km of national highways (NH), 22,078
km of state highways (SH), 50,037 km of major district roads (MDR), and 147,212 km of village
roads (VR). There is an increasing demand for road transport leading to capacity constraints on
the existing road network. Specifically, only 27% of SH and 21% of MDR are considered to be in
good condition, while 14% of SH and 20% of MDR are in poor condition. More than 13,000 km
of SH are already experiencing congestion of various degree, with more than 7,800 km already
operating at the capacity limit.

3. Apart from the need to improve road infrastructure, PWD, in charge of overall road
sector development and management, needs sustainable road planning, development, and
asset management system and capacities. Specifically, PWD needs to: (i) establish an
objective, data driven processes for planning of the road network and road maintenance; (ii)
systematically incorporate safety into lifecycle of state roads; (iii) strengthen capacities to
procure and implement road projects under Private Sector Participation schemes; (iv)
strengthen capacity at zonal and district levels for effective operation, maintenance and
protection of existing roads assets; and (v) provide additional capacities to integrate
environmental and social safeguards into road design, project implementation and operation of
the road network.

B. Impact, Outcome, and Outputs

4. The long term impact of the Project will be accelerated economic growth in the state of
Karnataka. The immediate project outcome will be more efficient and sustainable transport
operations on the state highway network. Specific outputs working towards achieving the project
outcome will include: (i) Selected immediate priority bottlenecks of the state highway network
are eliminated; (ii) Road sector planning, programming, and policy formulation are transformed
into an objective, data-driven, and sustainable process; (iii) Road safety is improved; and (iv)
PWD capacities for operation, maintenance, and protection of road assets are strengthened.
7

.
5. Contract packages and their locations are described below. Specific design standards
used and improvements proposed are summarized in Attachment E.

Package Link District Road Section Name Length, Total


ID Km Length,
Km
64C Ramanagar Magadi – NH 48 13.90
a
64D Tumkur NH48 – Dobbespet (Nh-4) 20.40
AEP1 68.20
&Bangalore
Rural
64E Tumkur (NH-4) Dobbespet - Koratagere 33.90
AEP2 64H Tumkur Pavagada – A P Border 23.21 23.21
57A Tumkur Gubbi - Pura – Beeragonahalli near 49.03
Yediyur (NH-48)
AEP3 57B Tumkur Beeragonahalli near Yediyur (NH-48) - 26.43 108.62
Kowdley
57C Mandya Kowdley - Mandya 33.16
T13 Davanagere Jagalur - NH – 13 - Molkalmur - SH 19 9.25
AEP4 14.38
T17 Chitradurga 5.13
AEP5 48A Udupi Padubidri - Belmane - Karkala 27.80 27.80
42A Davanagere Davanagere - Santhebennur - Channagiri 53.65
AEP6 42B Chikkamaga Channagiri - Ajjampura - Birur 51.98 105.63
luru
27A Dharwad Shelavadi - Gadag 30.54
AEP7 63.44
27B Gadag Gadag - Mundaragi 32.90
31A Raichur Mudgal - Tavaragere 31.30
AEP8 74.2
31B Koppala Tavaragere - Kanakagiri - Gangawathi 42.90
21C Belgaum Soundatti - Hulikatti - Ramdurg 38.40
21D Bagalkot Ramdurg - NH218 - Badami 45.73
AEP9 130.13
21E Bagalkot Badami - Pattadakal 23.72
21F Bagalkot Pattadakal - Kamatagi 22.28
Total: 615.61
Package Link Proposed Location Existing Railway
Road Railway Level
Chainage chainage Crossing
No.
AEP-6 Tholahonse Village.(on Davangere-
42A 7.691 193/B
ROB 1 Channagiri route) 316+200
AEP-6 Near Birur
42B 44.830 219+900 133/B
ROB 2 (on Channagiri-Birur route
AEP-7 On Gadag Bypass Not
27A 25.922 1+050
ROB 3 (on Shelavadi-Gadag Route) available
AEP-9 Near Badami
21D 42.214 60+11 29E
ROB 4 (on Ramdurga-Badami route)
8

II. IMPLEMENTATION PLANS

A. Project Readiness Activities

6. The project readiness activities, responsibilities, and estimated timeframe as follows:

Project Processing Milestones Advanced Procurement Activities


Civil Works Construction PRAMC Consultants
Mon
Supervision
Year
Consultants
ADB/Government PIU KSHIP PIU KSHIP PIU KSHIP
Apr Concept Paper Review Meeting
2010

May ►Loan Reconnaissance Mission


2010

June ►Interdepartmental and peer Review of ►Publish GPN


2010 Concept Paper
‰ Concept Paper approved
‰ Advance contracting approved
July ►Preparation for the fact-finding mission:
2010 PAM, RRP and all appendices prepared
Aug ►Fact-Finding Mission ►Advertise EOIs
2010 ‰ preliminary PAM agreed and signed
‰ draft RRP with all appendices ready

Sep ►Peer review of RRP and PAM


2010 ►Management Review Meeting
‰ approval to proceed with Loan
Negotiations

►Invite for Loan negotiations


‰ Send RRP & Loan Agreement to DEA

Oct ►Loan Negotiations


2010

Nov ►Board Consideration/Approval ►Invite Bids ►Shortlisting ►Advertise EOIs


2010 ►Issue RFP

►Submission of
proposals

Dec ►Loan Signing ►Bid Submission ►Technical evaluation ►Shortlisting


2010

Jan ►Government legal opinion provided ►Issue RFP


2011 ►Government budget inclusion

Feb ►Loan Effectiveness ►Technical evaluation ►Financial evaluation


2011
Mar ►Financial evaluation ►Contract signing ►Submission of
2011 proposals
►Commencing of ►Technical evaluation
services
April ►Financial evaluation
2011
May ►Contract signing
2011
June ►Contract signing ►Commencing of
2011 services
July ►Commencing of works
2011
9

ADB = Asian Development Bank, DEA = Department of Economic Affairs, EOI = Expression of Interest, GPN= General
Procurement Notice, KSHIP= Karnataka State Highway Improvement Project, PAM = Project Administration Manual,
PRAMC= Planning and Road Asset Management Centre, PIU = Project Implementation Unit, PRAM= Planning and Road Asset
Management, RFP= Request for Financing Plan, RPP= Report and Recommendation to the President.
10

B. Overall Project Implementation Plan

7. Project implementation chart recording key implementation activities on a quarterly basis is provided below. It will be updated
annually and submitted to ADB with contract and disbursement projections for the following year.
2010 2011 2012 2013 2014 2015
Item Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4
Year 1 Year 2 Year 3 Year 4 Year 5 Year 6
A. Project Preparation
Loan processing and approval by ADB
Loan signing and effectiveness
B. Project Management
Recruit CSC
Execution of consulting services (CSC)
Execution of consulting services (PCC)
C. Civil Works
Pre-construction activities
Procurement (roads and ROBs)
Construction (roads and ROBs)
Maintenance (KSHIP roads)
Procurement (blackspot program)
Construction (blackspot program)
D. Goods
Procurement of Equipment
E. Consulting Services (PRAM)
Recruit Consultants
Execution of Consulting services
F. TA for Capacity Development
Recruit Consultants
Execution of Consulting services

ADB = Asian Development Bank, CSC = Consultant Supervision Consultant, PCC = Project Coordination Consultant, PRAM= Planning and Road Asset Management, ROB=Rail
Overbridge.
- Defect Liability Period
- Maintenance Period
11

III. PROJECT MANAGEMENT ARRANGEMENTS

A. Project Stakeholders – Roles and Responsibilities

Project Stakeholders Management Roles and Responsibilities

• Public Works Department,


Government of Karnataka
¾ complying with all loan covenants (road sector
reforms, social and environmental safeguards,
financial, economic, and others);
¾ providing funds and staffing as per the
commitments/assurances on the institutional
development component;
¾ timely provision of agreed counterpart funds for
project activities;
¾ establishing strong financial management
system and conducting timely financial audits as
per agreed timeframe and taking recommended
actions;
¾ overseeing the performance of the PIU KSHIP;
¾ ensuring projects' sustainability during post
implementation stage and reporting to ADB on
the assessed development impacts;
¾ Interagency coordination.
• PIU KSHIP
¾ recruiting consultants;
¾ finalizing surveys, detailed design, and bidding
documents;
¾ conducting preconstruction activities;
¾ recruiting contractors;
¾ monitoring and evaluation of project activities
and outputs, including periodic review,
preparation of review reports reflecting issues
and time-bound actions taken (or to be taken);
¾ involving beneficiaries / representatives in all
stages of project development and
implementation;
¾ public disclosure of project outputs;
¾ quality assurance of works, and services of
consultants and counterpart staff;
¾ submitting timely withdrawal applications to
ADB;
¾ complying with all loan covenants (road sector
reforms, social and environmental safeguards,
financial, economic, and others);
Preparing regular periodic progress reports, and
project completion reports and their timely
submission to ADB.
12

• ADB
¾ providing timely guidance at each stage of the
project for smooth implementation in accordance
with the agreed implementation arrangements;
¾ review all documents that require ADB approval;
¾ conduct periodic loan review missions, a mid-
term review, and a completion mission;
¾ ensure compliance of all loan covenants
(institutional strengthening, social and
environmental safeguards, financial, economic,
and others);
¾ timely process withdrawal applications and
release eligible funds;
¾ ensure the compliance of financial audit
recommendations;
¾ regularly update the project performance review
reports with the assistance of PIU KSHIP;
¾ regularly post on ADB web the updated project
information documents for public disclosure, and
also the safeguards documents as per
disclosure provision of the ADB safeguards
policy statement.

B. Key Persons Involved in Implementation

Executing Agency
Public Works Department Officer's Name V.Umesh, I.A.S.
Government of Karnataka Position Principal Secretary to Government of Karnataka
Telephone 080-22251449
Email address prs-pwd@karnataka.gov.in
Web www.kpwd.gov.in
Office Address Public Works, Ports & Inland Water Transport Department
#335, 3rd Floor, Vikasa Soudha,,
Bangalore –560 001

Public Works Department Officer's Name N. Lakshmana Rao Peshve


Government of Karnataka Position Secretary to Government of Karnataka
Telephone 080-22251548
Email address secytech-pwd@karnataka.gov.in
Web www.kpwd.gov.in
Office Address Public Works, Ports & Inland Water Transport Department
#334, 3rd Floor, Vikasa Soudha,
Bangalore –560 001
Implementing Agency
Project Implementation Unit Officer's Name B.H. Anil Kumar, I.A.S.
Karnataka State Highway Position Chief Project Officer
Improvement Project Telephone 080-2223 0510
Public Works Department Email address cpokship@kpwd.gov.in
Web www.kship.org
Office Address 1st Floor, PWD Annex, K.R. Circle,
Bangalore – 560 001
13

Officer's Name K.S. Krishna Reddy


Position Chief Engineer / Project Director
Telephone 080-22226262
Email address piukship@gmail.com
Web www.kship.org
Office Address 1st Floor, PWD Annexe, K.R. Circle,
Bangalore – 560 001

ADB
Staff Name Sri Widowati
Position Director
Telephone No. +632 6326794
Email address swidowati@adb.org

Staff Name Oleg Tonkonojenkov


Position Senior Transport Specialist
Telephone No. +632 6326307
Email address otonkonojenkov@adb.org

C. Project Organizational Structure

8. PWD will be the Executing Agency (EA) for the Project. PIU KSHIP as a part of PWD will be
the Implementing Agency (IA) for the Project. The Chief Project Officer, PIU KSHIP assisted by the
Project Director (Chief Engineer Level) will be responsible for the day-to-day supervision of the
Project. PIU KSHIP will report on high-level matters to the Secretary and Principal Secretary, PWD.
The Project Director has been appointed as the Highway Authority by the State Government under the
Karnataka State Highway Act and as such has adequate decision-making power required for
implementation of all pre-construction activities.

9. PIU KSHIP has a Technical Section, Administration and Social Development and Resettlement
Cell, Accounts Section, Land Acquisition Section, Environmental Management Plan Implementation
Unit and 4 field offices in locations of the project roads, to manage the contracts for civil work and
construction supervision.

10. Flowcharts below show project organizational structure for the Executing Agency and
Implementing Agency.
14
Project Organizational Structure (Executing Agency)
Public Works
Department (PWD)
Executing Agency
Principal Secretary

Public Works
Department (PWD)
Executing Agency
Secretary

Communications Project Implementation Institutional Planning and


& Building (South) Unit (PIU KSHIP) Development and Road Asset Planning and Road
Strengthening Cell Management Asset Management
Chief Engineer _______________________
Consultant Centre
Implementing Agency _________________ _______________________
Superintending Chief Engineer
Communications Engineer (DS/IDS)
Team Leader
& Building (North)
Chief Engineer
Chief Project Policy & Planning,
Officer Capacity Programming and Road Safety,
National Highways Development Information Training
________________________
Asian Technical Technology
Chief Engineer Development Assistance
Project Director __________ Superintending
Bank Engineer
_______________________ Superintending
Office of Chief Team Leader Engineer
Architect Chief Engineer
____________________________________

Chief Architect

Karnataka Road
Development
Corporation Ltd.__
Managing Director Policy & Programming Information Road Safety Training
Planning ____________________ Technology ____________________ ____________________
____________________ ____________________
Port and Inland Executive Executive Executive Executive Executive
Engineer Engineer Engineer Engineer Engineer
Water Transport
Director
Legend: Will be established under the project
15
Project Organizational Structure (Implementing Agency)
Project Implementation
Unit (PIU KSHIP)
Implementing Agency
_______________________________
Chief Project Officer

Project Construction
Coordination Project Director & Supervision
Consultants Chief Engineer Consultants

Team Leader Team Leader

Administrative Land Acquisition Section Finance & Accounts


Section & Social Technical Section 1
Section
Development and
Procurement Cell Special Deputy
Resettlement Cell
Commissioner Deputy
Superintending Superintending Secretary
Chief Superintending Engineer-SE2 Engineer-SE3
Administrative Engineer-SE1 (Finance)
(vacant)
Officer Assistant Assistant
Commissioner- Commissioner-
Executive
(South) (North) Joint
Assistant Engineer-1 Controller of
Director
Accounts

Field Office Field Office Field Office Field Office Finance


Belgaum Raichur Shimoga Tumkur Manager
Executive Engineer Executive Engineer Executive Engineer Executive Engineer

Environmental Management Plan


Implementation Unit

Executive Engineer
(Environmental)

Assistant Conservator
of Forests
16

11. Responsibilities of the PIU KSHIP field offices for the implementation of civil works under
ADB financed KSHIP and World Bank financed project (currently under preparation) are
detailed below:

KSHIP Sub-division World Bank Packages ADB Total Road Length in Kms
Division EPC Annuity Packages WB ADB Total
Belgaum WAP-2 103.9 - 103.90
Dharwad WEP -3 AEP-7 38.5 63.44 101.94
/ROB4
Belgaum
Gokak AEP-9 - 130.13 130.13
/ROB3
Basavanabagewadi WAP-3 109.97 - 109.97
Raichur AEP-8 - 74.2 74.20
Raichur Devdurga (Manvi) WEP-4 73.85 - 73.85
Gulbarga WEP-5 28.67 - 28.67
Yellapura -
Shikaripura WAP-4 AEP-6 126.54 105.63 232.17
Shimoga ROB1/
ROB2

Hanagal WEP-2 WAP-4 102.3 - 102.30


Tumkur WAP-1 AEP-1,4,2 106.0 71.49 177.49
Hoskote WEP-1 52.50 - 52.50
Tumkur Mysore AEP-3,5 - 136.42 136.42
Maddur WAP-1 AEP-1 84.35 34.30 118.65
826.58 615.61 1442.19
AEP = ADB EPC packages, WEP = World Bank EPC packages.WAP = World Bank Annuity Packages.

12. Establishment of the Planning and Road Asset Management Centre (PRAMC) will be
supported by the services of the PRAMC Consultant financed under the Project. The services of
the PRAMC consultant will be in three phases: (i) preparatory, including developing business
processes, operations manuals, and supply and installation of systems and tools required for
PRAMC operations; (ii) carry out day-to-day operations of the PRAMC conducted in
apprenticeship mode together with PRAMC staff; and (iii) support PRAMC operations on as
needed basis once PRAMC operations are fully taken over by PRAMC staff.

13. PWD will fill 50% of all PRAMC positions with permanent staff by June 2011 and 100% -
by January 2012. PWD will identify suitably qualified staff for these positions and, if felt
necessary, will provide them with dedicated training in their particular fields from June 2011 till
December 2011. PWD will endeavor to retain the staff in PRAMC for 5 years. PWD will provide
adequate office space for PRAMC by June 2011.

14. The functions, staffing and implementation schedule for the establishment of PRAMC
are shown below.
17

Staffing and Functions of the Planning and Road Asset Management Centre

PLANNING AND ROAD ASSET MANAGEMENT CENTRE (MANAGEMENT)


‰ Reporting to Secretary / Principal
Secretary
‰ External Stakeholder Interface
Head of Centre - Chief Engineer ‰ Public Relations Support
Superintending Engineer (Policy & Planning, ‰ Business Plan
Programming, IT) ‰ Annual Report
Superintending Engineer B (Road Safety, Training) ‰ Road Legislation
‰ Internal Communications
‰ Budgeting
‰ Institutional Development
POLICY & PLANNING UNIT
Head of Unit (Executive Engineer)

‰ Road Maintenance Policy


Strategic & Long Term Planning Office ‰ Key Performance Indicators (KPIs)
Head of Section (Transport Planner, Assistant ‰ Road Network Classification
Executive Engineer) ‰ Road User & Stakeholder Participation
Transport Planner (Assistant Engineer) ‰ Transport Demand Projections
Transport Economist (Assistant Engineer) ‰ Cost Analysis
PMS Specialist (Assistant Engineer)
BMS Specialist (Assistant Engineer) ‰ Road Network Development Plans
‰ Road & Bridge Maintenance Plans

‰ Network Referencing
Road Information Systems ‰ Road Data Collection
Head of Section (Assistant Executive Engineer)
Data Analyst * 4 (Assistant Engineer) ‰ Data Quality Assurance
‰ Liaison with QCDs / Districts
Bridge Inspections ‰ Bridge Inspection Management
Head of Section (Assistant Executive Engineer) ‰ Data Quality Assurance
Data Analyst * 3 (Assistant Engineer) ‰ Liaison with QCDs / Districts
‰ Managing Traffic Surveys (including
Transport & Traffic Data Manual Counts, Automatic Traffic
Head of Section (Assistant Executive Engineer) Classifier counts, Axle Load Surveys,
Traffic Data Analyst * 3 (Junior Engineer) Origin-Destination Surveys)
‰ Liaison with QCDs / Districts

‰ Liaison with other Government Agencies


‰ Environmental Policies & Goals
Environmental & Social Office ‰ Environmental Impact Assessments
Head of Section (Assistant Executive Engineer) ‰ Environmental Clearances
Environmentalist * 3 (Assistant Engineer)
‰ Social Policies & Goals
R & R Specialist * 3 (Assistant Engineer)
‰ Social Impact Assessments
‰ Project Supervision
‰ Project Auditing
18

PROGRAMMING UNIT
Head of Unit (Executive Engineer)

‰ Feasibility Studies
‰ Prioritization of Projects for Annual Works
Programming Office Program
Head of Section (Assistant Executive Engineer) ‰ Preparation of Annual Works Program
Transport Economist * 1 (Assistant Engineer)
Engineer * 6 (3 Assistant Engineer, 3 Junior ‰ Preparation of Infrastructure Budget
Engineer) ‰ Publication of Annual Works Program
‰ Coordination with Project Implementation
Units
Procurement & Project Monitoring ‰ Procurement Plan
Head of Section (Assistant Executive Engineer) ‰ Procurement Monitoring
Engineer * 6 (3 Assistant Engineer, 3 Junior
Engineer) ‰ Project Implementation Monitoring

Right of Way
Head of Section (Assistant Executive Engineer) ‰ ROW Management
Engineer * 1 (Assistant Engineer)
Surveyor * 2 (Assistant Engineer) ‰ ROW Monitoring
Revenue Officer
Project Assessment Office
Head of Section (Assistant Executive Engineer)
‰ Post-Evaluation Studies
Environmentalist * 1 (Assistant Engineer)
Social Specialist * 1 (Assistant Engineer)
ROAD SAFETY UNIT
Head of Unit (Executive Engineer)

Road Safety Programs ‰ Stakeholder Liaison


Head of Section (Assistant Executive Engineer)
‰ Identification of Improvement Projects
Engineer * 1 (Assistant Engineer)
Human Behaviour Specialist * 1 ‰ Creation of Road Safety Programs
Ministry of Transport Representative * 1 ‰ Network Screening (IRAP)
Ministry of Education Representative * 1 ‰ Monitoring of Road Safety Programs

Road Accident Analysis ‰ Accident Data Entry


Head of Section (Assistant Executive Engineer) ‰ Accident Data Analysis
Data Analyst / Statistician* 1 (Assistant Engineer) ‰ Blackspot Program
Data Entry Operators * 2 ‰ Accident Statistics
Road Safety Audit ‰ Road Safety Audits
Head of Section (Assistant Executive Engineer) ‰ Design Review
Engineer * 2 (Assistant Engineer)
‰ TIMS Standards & Guidelines
Traffic Incidence Management ‰ Identification of TIMS Sites
Head of Section (Assistant Executive Engineer)
Engineer * 1 (Assistant Engineer) ‰ TIMS Implementation
‰ TIMS Monitoring
19

INFORMATION TECHNOLOGY OFFICE


Head of Office (Executive Engineer)

‰ IT Planning
IT Planning ‰ IT Architecture
Head of Section (Assistant Executive Engineer) ‰ IT Procurement
IT Planner ‰ IT Standards & Policies
‰ IT Integration

IT Support ‰ Network & Systems Administration


Head of Section (Assistant Executive Engineer) ‰ End User Support
Systems Analyst ‰ End User Training
Hardware Support ‰ Intranet Services
Software Support
TRAINING OFFICE
Head of Office (Executive Engineer)

‰ Training Needs Assessment


Learning and Development Specialist (Assistant ‰ Identification of Training Courses
Executive Engineer)
Administrative Staff * 3 ‰ Training Calendar
‰ Training Record
‰ Monitoring Effectiveness

Implementation Schedule for the Establishment of PRAMC


2010 2011 2012 2013 2014
Activities
Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2
Formal Establishment of PRAMC (PWD)
Preparation Activities (PWD)
Office
Equipment
Identification and Assignment of Key Staff
Preparatory Phase (PRAMC Consultant)
Development of Processes and Procedures
Dedicated Training of PRAMC staff
Operational Phase (Consulting Services to Support Operations of PRAMC)
On-the-Job Training
Implementation of Processes & Procedures
Consulting Services to Support PRAMC Operations on As Needed Basis
Stand By Support and Recommendations
20

IV. COSTS AND FINANCING

A. Cost Estimates by Expenditure Category

15. Project cost. The overall project cost is estimated to be about $462.75 million. The total
cost includes physical and price contingencies, and interest and other charges during
implementation. The component-wise cost estimate of the Project is summarized in Table 1:

Table 1: Component-wise Cost Estimate of the Project


($ millions)

Sl. Total
Project Component ADB Government
No. Cost
A. Road Infrastructure Development
1 Land Acquisition and Resettlement 30.00 0.00 30.0
2 Utility Shifting and Miscellaneous works 17.00 0.00 17.0
3 Civil works 315.00 252.00 63.00
4 Construction supervision consultants 12.00 12.00 0.00
5 Blackspot programa 5.00 0.00 5.00
B. Institutional Developmentb
6 Equipmentc 15.00 15.00 0.00
7 Road Planning and Asset Management Supportd 5.00 5.00 0.00
C. Recurrent costs
8 Project Managemente 2.50 0.00 2.50
D. Total Base Cost (A+B+C) 401.50 284.00 117.50
E. Contingencies
9 Physical Contingencies 19.00 15.00 4.00
10 Price Contingencies 20.40 16.00 4.40
f
Financial Charges During Implementation
11 Interest during Construction 20.85 0.00 20.85
12 Commitment Charges 1.00 0.00 1.00
Total 462.75 315.00 147.75
a
This will include improvement of selected high accident locations prioritized from the list of 100 blackspots currently available in
PWD. The improvement of blackspots will be guided by a piggy-back TA; will have a high demonstration/replication potential; be
representative of different road entities; and will provide PWD with standardized procedures for blackspot identification, analysis
and treatment.
b
Apart from the Loan financing, ADB support to institutional development will also include a piggy-back CDTA in the amount of $1.5
million.
c
May include GIS hand-held devices for RAAS and PRAMS; mobile traffic and road conditions laboratories with GIS-based video
recording equipment; bridge inspection equipment, weigh stations (permanent and portable);, laboratories, permanent and
portable traffic count stations; off-the-shelf software products and licenses, equipment for TIMS on two pilot corridors; office
equipment, software and hardware for PRAMC, equipment for PWD zones to improve maintenance and safety, such as small cold
milling machines with rumbler attachments, equipment for the implementation of the blackspot program; truck mounted
attenuators, movable barriers etc.
d
Consulting support for outsourced areas of operation of the PRAMC in the initial years before it is fully taken over by PWD. Will
also include services to transform RIS into PRAMS and to support its operationalization, and developing asset management policy
and specific contractual arrangements for the outsourced maintenance, including performance based maintenance contracts.
e
PIU KSHIP expenses related to the Project: PMU staff salary, operational expenses, travel, training, and other eligible
expenditures.
f
Includes interest and commitment charges. Interest during construction for ADB loan has been computed at the 5-year forward
London interbank offered rate plus a spread of 0.3%. Commitment charges for an ADB loan are 0.15% per year to be charged on
the undisbursed loan amount.
Source: Government of Karnataka, Asian Development Bank estimates.
21

16. Financing Plan. Financing plan is provided below:

Table 2: Financing Plan


Amount Share of
Source ($ million) Total (%)
Asian Development Bank 315.00 68.07
Government 147.75 31.93
Total 462.75 100.00
Source: Government of Karnataka, Asian Development Bank estimates

B. Allocation and Withdrawal of Loan Proceeds

17. Unless specifically stated otherwise, the following is applicable:

a. Percentages of ADB Financing: Except as ADB may otherwise agree, each item
of expenditure shall be financed out of the proceeds of the Loan on the basis of
the percentages set forth in the table attached to Schedule 3 of the Loan
Agreement (reproduced in para 18 below);

b. Reallocation: Notwithstanding the allocation of Loan proceeds and the withdrawal


percentages set forth in the tables attached to Schedule 3 of the Loan
Agreement (reproduced in para 18 below);

i. if the amount of the Loan allocated to any category appears to be


insufficient to finance all agreed expenditures in that category, ADB may,
in consultation with the Government, (i) reallocate to such category, to the
extent required to meet the estimated shortfall, amounts of the loan which
have been allocated to another category but, in the opinion of ADB, are
not needed to meet other expenditures; and (ii) if such reallocation cannot
fully meet the estimated shortfall, reduce the withdrawal percentage
applicable to such expenditures in order that further withdrawals under
such category may continue until all expenditures there under will have
been made, and

ii. if the amount of the loan allocated to any category appears to exceed all
agreed expenditures in that category, ADB may, in consultation with the
Borrower, reallocate such excess amount to any other Category.

18. The table provided below sets forth the Categories of items of expenditure to be
financed out of the proceeds of the Loan and the allocation of amounts of the Loan to each such
Category:
22

Table 3: ALLOCATION AND WITHDRAWAL OF LOAN PROCEEDS


(Karnataka State Highway Improvement Project)

CATEGORY ADB FINANCING

Total Amount
Percentage and Basis for Withdrawal from
Number Item Allocated for ADB
the Loan Account
Financing ($)
1 Works 252,000,000.00 80% of total expenditure claimed
2 Equipment 15,000,000.00 100% of total expenditure claimed*
Consulting
3 17,000,000.00 100% of total expenditure claimed*
Services
4 Unallocated 31,000,000.00
Total 315,000,000.00
* Exclusive of taxes and duties imposed within the territory of the Borrower
23

C. Detailed Cost Estimates by Year

19. The table below provides year wise projections of expenditure accounts in ADB financing:

Table 4: Estimated Expenditure Accounts by Year for the Project


($ million)

Total
Sl. ADB 2010 2011 2012 2013 2014 2015
No. Project Component Financing
A. Road Infrastructure Development
1 Land Acquisition and Resettlement 0.00 0.00 0.00 0.00 0.00 0.00 0.00
2 Utility Shifting 0.00 0.00 0.00 0.00 0.00 0.00 0.00
3 Civil works 252.00 0.00 50.40 88.20 88.20 25.20 0.00
4 Construction supervision consultants 12.00 0.00 2.40 4.20 4.20 1.20 0.00
5 Blackspot program 0.00 0.00 0.00 0.00 0.00 0.00 0.00
B. Institutional Development
6 Equipmentb/ 15.00 0.00 0.00 3.00 9.00 3.00 0.00
7 Road Planning and Asset Management Support c/ 5.00 0.00 1.50 1.50 1.50 0.50 0.00
C. Recurrent costs
8 Project Management d/ 0.00 0.00 0.00 0.00 0.00 0.00 0.00
D Total Base Cost (A+B+C) 284.00 0.00 54.30 96.90 102.90 29.90 0.00
E Contingencies
9 Physical Contingencies 15.00 0.00 0.00 0.00 4.50 7.50 3.00
10 Price Contingencies 16.00 0.00 0.00 0.00 4.80 6.40 4.80
F. Financial Charges During Implementation
11 Interest during Construction 0.00 0.00 0.00 0.00 0.00 0.00 0.00
12 Commitment Charges 0.00 0.00 0.00 0.00 0.00 0.00 0.00
Total Cost in ADB financing (D+E+F) 315.00 0.00 54.30 96.90 112.20 43.80 7.80
%Total Project Cost in ADB financing 100.00 0.00 17.24 30.76 35.62 13.90 2.48
24

D. Contract and Disbursement S-curve

20. The estimated disbursement progress over the implementation period is provided below.
This will be used to assess disbursement performance at any time during the project
implementation will serve as an early warning system for taking timely remedial measures in
case of delays and poor disbursements.

120

100
98
100

84
Percentage of Utlization of Loan Proceeds

80

60
48

40

17
20

0
1
2010 2
2011 3
2012 4
2013 5
2014 6
2015
Years of Project Im plem entation

E. Fund Flow Diagram

21. The following fund flow diagram shows how the funds will flow from ADB and the
Government to implement project activities.
25

PROJECT FUND FLOW DIAGRAM

ADB Government of Government of Karnataka


India

KSHIP-PIU Civil Works


Payment Contractors
ADB Projects

IPC
Treasury system Certify
by the KSHIP - Construction
Billing
PIU Supervision
Consultant
Payment

Vouchers Equipment
Suppliers
Payment

Vouchers
Land Acquisition,
R&R, Shifting
Payment Utilities

Withdrawal
Application Replenishment
(monthly) Request for
Replenishment
ADB Ministry of
Withdrawal Finance
Application
India CAAA
Resident
Mission Finance
Department, GoK

GOI
Bank
Controller Account

Funds Flow

Documents Flow

Note: The project may utilize any of the disbursement procedures provided for in the ADB Loan Disbursement Handbook (2007) as amended from time to t
that includes direct payment, commitment, and reimbursement procedure (including SOE).
26

V. FINANCIAL MANAGEMENT

A. Financial Management Assessment

22. Key findings of the financial management assessment undertaken for the KSHIP during
the investment program preparation are as follows:
A. Funds Funds flow arrangements are reliable, predictable and secure. PIU KSHIP
Flow has enough capability to smoothly work under the Project.
Arrangements
B. Staffing PIU KSHIP is staffed with experienced financial specialists. However, under
the present organization set up of finance and accounts section, the finance
and accounts functions are not properly segregated. For better internal check
control, the finance and accounts functions are to be segregated following the
organization chart for Finance & Accounts proposed in the course of Financial
Management Assessment (FMA). Two Assistant positions need to be filled at
the earliest and PIU KSHIP has committed to fill in the positions by end
September 2010. Two positions of data entry operators need to be filled at the
time of installation of the financial management software (Tally) currently
under customization. The financial staff members have to undergo trainings
and workshops on ADB financial management procedures. Financial
Management and Monitoring (FMM) Consultant engaged by PIU KSHIP will
provide such training.
C. 1. Accounting System: At present, the Government Accounting System
Accounting (single entry system - cash based) is followed. Under this traditional system
Policies and the Public Works Department Code, Public Works Account Code, Finance
Procedures Rule and Treasury Code are followed for the preparation of its Accounts
manually. The day to day accounting is primarily limited to Cash Book,
Cheque Records and supporting bills like contractor/supplier/consultants bills.
All original vouchers are submitted to the Accountant General through the
treasury since transactions are done through treasury. Copies of the record
are kept in bound volume with label. The details of the records are collected
from the treasury once a month and reconciled with the treasury. Since the
Project has to produce accounting information under internationally
acceptable accounting principles, it should have an adequate financial
management system and accounting system in place in addition to the
treasury system.
2. Accounts Manual and Procedure Manual: There are no accounts manual
and procedure manual in place for the Project. Currently, Government PWD
code rules are followed for all financial transactions. The FMM Consultant
engaged by PIU KSHIP has prepared the first draft of the Accounts Manual
and also the Manual describing the procedures to be followed. Final draft will
be submitted to ADB by November 2010

D. Internal Annual Project Account: The KSHIP Annual Project Accounts are getting
and External audited by the Comptroller and Auditor General of India on an annual basis.
Audits Consent of the DEA for conducting the Audit of the ADB project account by
Accountant General is sought for by the PIU KSHIP and reply is pending from
MOF.

Internal Audit: Internal audit is currently conducted by the finance division of


27

PIU KSHIP. PIU KSHIP will establish a separate internal audit unit by
November 2010 and will start a three-tier audit system by April 2011. Three-
tier audit system will include (i) pre-audit within the PIU KSHIP, (ii) internal
audit conducted Quarterly by Chartered Accountant, and (iii) Statutory audit
by Comptroller and Auditor General of India.

G. Reporting Timely reporting and quality information is essential for the smooth monitoring
and of the project. PIU KSHIP’s financial reporting must provide information about
Monitoring the sources, allocation, end uses of financial resources and how PIU KSHIP
finance these activities and meets its cash requirements, as well as its ability to
finance its activities, meet its liabilities and its commitments. PIU KSHIP will
submit to ADB its financial reports within 45 days after completion of each
quarter, in both electronic and hard copy format.

23. PIU KSHIP will take all action identified as necessary by the financial management
assessment , including:
(i) PIU KSHIP will fill all vacant positions of the Finance and Accounts staff;
(ii) PIU KSHIP financial staff will undergo trainings on ADB financial management
procedures to further strengthen its capacity;
(iii) Final draft of a separate accounting policy and financial management manual for the
PIU KSHIP will be prepared by November 2010;
(iv) PIU KSHIP will maintain separate accounts for each of the projects under the
Investment Program and have such accounts audited annually, in accordance with
appropriate auditing standards consistently applied by independent auditors whose
qualifications, experience, and terms of reference are acceptable to ADB.

24. Risk Analysis: During the implementation phase, the PIU KSHIP might face some risks
that can generally be divided in two main categories: (i) country level; and (ii)
organization/project level. Timely release of funds to the project is important since the project is
funded on reimbursement basis. Financial management risks shall need to be considered and
updated throughout the life of the Project. Risk mitigation measures shall also be updated
accordingly. The Risk Assessment and Mitigation Measures are listed below:

Risk
Risk Risk-Mitigation Measures
Assessment*
Inherent Risk
1. Country-specific Risks N PIU KSHIP shall ensure the timely release of funds
including counterpart funds to the projects as per loan
covenants since the project is on reimbursement basis

2. Entity-specific Risks N PIU KSHIP is implementing ADB financed project for


the first time. Extensive training on ADB procedures
shall be carried out. The PIU are having experience in
implementing World Bank Aided Projects.
3. Project-specific Risks N
Overall Inherent Risk N

Control Risk
28

Risk
Risk Risk-Mitigation Measures
Assessment*
1. Implementing Entity M Organizational capacity augmentation with the induction
of experienced staff will support the existing
organizational structure.
2. Funds Flow M Timely availability of counterpart funds will be ensured
by implementing the proposed funds flow
arrangements.
3. Staffing M Dedicated and qualified accounting and financial
management staff at PIU KSHIP level shall be recruited
for the vacant positions. The FMM consultant already
engaged shall assist the PIU KSHIP to determine
training needs of the staff. It shall assist them to design
and implement the training program especially for ADB
financial reporting requirements and their integration
into overall national financial reporting requirements
and other statutes.
4. Accounting Policies and M Accounting Policy shall be drafted taking into account
Procedures the international accounting standards and the
requirements of ADB. FMM Consultant is currently
developing such policy.
5. Internal Audit N Internal auditor shall be appointed by the PIU KSHIP for
the Project.
6. External Audit N Audit of the project accounts shall be done in
accordance with the International Standards on
Auditing, by an independent auditor whose
qualifications, experience, and terms of reference are
acceptable to ADB.
7. Reporting and Monitoring M PIU KSHIP shall regularly report in accordance with
ADB requirements on inherent adequate control
mechanisms.
8. Information Systems M Computerized Double Entry system is being installed in
the PIU KSHIP for the ADB funded project. FMM
Consultant is working on customizing the of-the-shelf
Tally software.
Overall Control Risk M
* H – High, S – Substantial, M – Moderate, N – Negligible or Low.

B. Disbursement

25. The Loan proceeds will be disbursed in accordance with ADB’s Loan Disbursement
Handbook (2007, as amended from time to time) 1. The project is funded by ADB on
reimbursement basis. The statement of expenditure (SOE) procedure will be used to reimburse
eligible expenditure and to replenish. SOE records will be maintained and made readily
available for review by ADB's disbursement and review mission or upon ADB's request for
submission of supporting documents on a sampling basis, and for independent audit. 2. Any

1
Available at: http://www.adb.org/Documents/Handbooks/Loan_Disbursement/loan-disbursement-final.pdf
2
Checklist for SOE procedures and formats are available at:
http://www.adb.org/documents/handbooks/loan_disbursement/chap-09.pdf
http://www.adb.org/documents/handbooks/loan_disbursement/SOE-Contracts-100-Below.xls
http://www.adb.org/documents/handbooks/loan_disbursement/SOE-Contracts-Over-100.xls
http://www.adb.org/documents/handbooks/loan_disbursement/SOE-Operating-Costs.xls
http://www.adb.org/documents/handbooks/loan_disbursement/SOE-Free-Format.xls
29

individual payment to be reimbursed or liquidated under the SOE procedure shall not exceed
the equivalent of $100,000.

26. Pursuant to ADB's Safeguard Policy Statement (2009) (SPS), 3 ADB funds may not be
applied to the activities described on the ADB Prohibited Investment Activities List set forth at
Appendix 5 of SPS. All financial institutions will ensure that their investments are in compliance
with applicable national laws and regulations and will apply the prohibited investment activities
list to all contract packages which involve financing by ADB.

27. PIU KSHIP will be responsible for (i) preparing disbursement projections, (ii) requesting
budgetary allocations for counterpart funds, (iii) collecting supporting documents, and (iv)
preparing and sending withdrawal applications to ADB. Before the submission of the first
withdrawal application, the Government shall submit to ADB sufficient evidence of the authority
of the person(s) who will sign the withdrawal applications on behalf of the borrower, together
with the authenticated specimen signatures of each authorized person. The minimum value per
withdrawal application is US$100,000, unless otherwise approved by ADB. The PIU KSHIP is
to consolidate claims to meet this limit for reimbursement claims. Withdrawal applications and
supporting documents will demonstrate, among other things that the goods, and/or services
were produced in or from ADB members, and are eligible for ADB financing.

28. All disbursements under government financing will be carried out in accordance with
regulations of the Government of Karnataka.

C. Financial Accounting and Auditing

29. The PIU KSHIP will (i) maintain separate account for the Project; (ii) have such account
audited annually, in accordance with appropriate auditing standards consistently applied by
independent auditors whose qualifications, experience, and terms of reference are acceptable
to ADB; (iii) furnish to ADB as soon as available but in any event not later than 6 months after
the end of each related fiscal year, certified copies of such audited project accounts and the
report of the auditors relating thereto (including the auditors’ separate opinions on the use of the
loan proceeds, the use of the Statement of Expenditure procedure, and compliance with the
financial covenants of the loan agreement); and (iv) furnish to ADB such other information
concerning such accounts and the audit thereof as ADB shall from time to time reasonably
request.

3
Available at: http://www.adb.org/Documents/Policies/Safeguards/Safeguard-Policy-Statement-June2009.pdf
30

VI. PROCUREMENT AND CONSULTING SERVICES

A. Procurement Capacity Assessment of PIU KSHIP

(i) Summary of the Procurement Assessment

30. PIU KSHIP has a Technical Section responsible for all procurement under PIU KSHIP
composed of 24 engineers working as full time permanent employees. Technical Section
consists of 3 Superintending Engineers, 3 Executive Engineers, 6 Assistant Executive
Engineers, and 12 Assistant Engineers. One position of a Superintending Engineer is currently
vacant and will be filled by 15 September 2010. The staff has sufficient experience in
procurement under the World Bank financed Karnataka State Highway Improvement Project
implemented over 2001-2007 and successfully awarded 50 contracts in the total amount of
$404.80 m. For evaluation of each contract bid, a Technical Evaluation Committee consisting of
3 Engineers is formed, chaired by the Project Director. The recommendations of the Technical
Evaluation Committee are transmitted by the Project Director through the Chief Project Officer
to the Steering Committee. The Steering Committee is chaired by Principal Secretary, PWD
and its members are: Secretary, Finance (Expenditure); Secretary, Finance (Project Monitoring
Unit); Secretary, PWD; Secretary Planning, Managing Director, Karnataka Road Development
Corporation Limited; and Chief Project Officer PIU KSHIP. The Project Director is the Member
Convener of the Steering Committee. Once the Steering Committee decides to accept a bid, the
Project Director forwards the proposal to ADB for concurrence. After ADB concurrence is
secured, the Project Director is empowered to issue the Letter of Acceptance.

31. PIU KSHIP is adopting ADB procurement guidelines and using ADB standard bidding
documents, Multilateral Development Banks (MDB) Harmonized FIDIC general conditions of
contract and bidding procedures under the advance contracting under the Project. No difficulty
is envisaged as the procurement and proposal evaluation team has acquired enough
experience from the World Bank financed project and remains fully in place.

32. PIU KSHIP will follow ADB Guidelines on Use of Consultants in recruiting of one team of
Construction Supervision Consultants under the Project and one team of PRAMC Consultant.
No difficulty is expected as the PIU KSHIP has already acquired enough experience.

33. All PIU KSHIP activities, projects, contracts, employees, records, facilities, procurement
power, financial powers, functions and responsibilities of each official, policies and procedures
are clearly stipulated in the Government order establishing PIU KSHIP, By-Laws and Karnataka
Highways Act 1964. The Project Director has been appointed as the Highway Authority by the
State Government under the Karnataka Highways Act 1964 and as such has adequate
decision-making powers required for implementation of all pre-construction activities. PIU
KSHIP has the authority to approve and disburse all contract claims as well as approve any
contract variations.

34. PIU KSHIP has instituted a referencing system in records keeping. All procurement files
including IFBs, winning bids, evaluation reports, pre-contract documents, contract documents
and invoices are kept in single contract files. Government of India requires keeping all records
for eight years which sufficiently covers ADB requirement to keep the project records for two
years after project completion, considering that all civil works under the Project are envisioned
to be completed within 3 years following procurement activities.
31

(ii) Summary, Risks and Recommendations for Mitigation of Risks

35. Technical Section responsible for all procurement under PIU KSHIP has sufficient
experience gained from procurement exercises under the World Bank financed project and is
adopting ADB procurement guidelines and using ADB standard bidding documents, MDB
Harmonized FIDIC general conditions of contract and bidding procedures under the advance
contracting under the Project.

36. The Government, PWD and PIU KSHIP will take steps to ensure that procurement
capacity built in the PIU KSHIP is maintained.

B. Advance Contracting and Retroactive Financing

37. All advance contracting and retroactive financing will be undertaken in conformity with
ADB’s Procurement Guidelines (2010, as amended from time to time) (ADB’s Procurement
Guidelines) 4 and ADB’s Guidelines on the Use of Consultants (2010, as amended from time to
time) (ADB’s Guidelines on the Use of Consultants). 5 The issuance of invitations to bid under
advance contracting and retroactive financing will be subject to ADB approval. The borrower,
PWD and PIU KSHIP have been advised that approval of advance contracting and retroactive
financing does not commit ADB to finance the Project.

38. Withdrawals from the loan account may be made for reimbursement of eligible
expenditures incurred under the Project before the Effective Date, but not earlier than 12
months before the date of signing of the Loan Agreement in connection with Works, consulting
services, and equipment, subject to a maximum amount equivalent to 20% of the loan amount.

39. Advance contracting includes tendering and bid evaluation for civil works packages, and
recruitment of consultants. The detailed advance action schedules, which will be updated on
regular basis, are presented below in Tables 5, 6, and 7.

Table 5: Procurement - Civil Works


Indicative
No. Activity Days Action By
Timeframe
1 Finalize Bidding Documents (All Packages) 25-Oct-10 EA
2 ADB Review and Approval 12 7-Nov-10 ADB
3 Final Revisions As Necessary (All Contracts) 3 10-Nov-10 EA
4 Advertise Invitation For Bids in 4 15-Nov-10 EA/ADB
Newspaper/ADB Business Opportunities
5 Preparation of Bids 42 27-Dec-10 Bidders
6 Submission of Bids/Public Opening 1 28-Dec-10 EA/Bidders
7 Evaluate Technical Envelope and submit 40 7-Feb-11 EA
Technical Bid Evaluation Report to ADB
8 ADB Review and Approval 14 21-Feb-11 ADB
9 Public Opening of Financial Envelope 10 3-Mar-11 EA
10 Evaluate Financial Bid 14 14-Mar-11 EA

4
Available at: http://www.adb.org/Documents/Guidelines/Procurement/Guidelines-Procurement.pdf
5
Available at: http://www.adb.org/Documents/Guidelines/Consulting/Guidelines-Consultants.pdf
32

11 Bid Evaluation Report and Submission to ADB 30 16-Apr-11 EA


12 ADB Review and approval 14 30-Apr-11 ADB
13 Issue Letter of Acceptance 5 5-May-11 EA
14 Contract Signing 30 4-Jun-11 EA
15 Send Signed Contract to ADB for Record 14 18-Jun-11 EA
16 Issue Notice to Proceed 7 25-Jun-11 EA
17 Contractor Mobilization 20 15-Jul-11 Contractors
Total 260

Table 6: Recruitment of Construction Supervision Consultant


Days Timeframe
No. Activity Indicative Indicative Action By

1 Prepare Request for Expression of Interest (REOI) 07-Aug-10


2 Advertise in the newspapers & ADBBO 1 08-Aug-10 EA
3 EOI Submission 38 15-Sep-10 EA
4 Evaluation of EOI and approval for shortlist by ADB 50 5-Nov-10 EA/ADB
6 Issue Request For Proposal (RFP) 5 10-Nov-10 EA
7 Proposal Submission 45 25-Dec-10 Consultants
Completion of Evaluation of Technical proposal &
8 23 18-Jan-11 EA/ADB
clearance from ADB
Completion of Evaluation of Financial proposal &
9 25 12-Feb-11 EA/ADB
clearance from ADB
Completion of negotiation with consultant and
11 15 27-Feb-11 EA
submission of draft agreement to ADB
Clearance of draft agreement by ADB & award of
12 10 09-Mar-11 ADB
contract
13 Agreement with the successful consultancy firm 10 19-Mar-11 EA
18 Consultant Mobilization 10 29-Mar-11 Consultants
Total 232

Table 7: Recruitment of PRAMC Consultant


Days Timeframe
No. Activity Indicative Indicative Action By

1 Prepare Request for Expression of Interest (REOI) 01-Nov-10


2 Advertise in the newspapers & ADBBO 1 02-Nov-10 EA
3 EOI Submission 30 01-Dec-10 EA
4 Submission (1) to ADB: Shortlisting/Draft RFP 30 01-Jan-10 EA
5 ADB's Review & No-Objection 15 16-Jan-10 ADB
6 Issue Request For Proposal (RFP) 2 18-Jan-10 EA
7 Proposal Submission 45 01-Mar-11 Consultants
8 Submission (2) to ADB: Technical Evaluation 21 22-Mar-11 EA
9 ADB's Review & No-Objection 10 04-Apr-11 ADB
10 Public Opening of the Financial Proposals 3 07-Apr-11 EA
Submission (3) to ADB: Financial
11 12 19-Apr-11 EA
Evaluation/Ranking
33

12 ADB's Review & No-Objection 7 26-Apr-11 ADB


13 Invite 1st Ranked Firm - Negotiate/Draft Contract 4 30-Apr-11 EA
14 Submission (4) to ADB: Draft Negotiated Contract 7 06-May-11 EA
15 ADB's Review & No-Objection 7 13-May-11 ADB
16 Contract Signing & Issue Notice to Proceed 7 20-May-11 EA
17 Submission (5) to ADB: Signed Contract 1 21-May-11 EA
18 Consultant Mobilization 21 12-Jun-11 Consultants
Total 255

C. Procurement of Goods, Works and Consulting Services

40. All procurement of goods and works financed wholly or in part by ADB will be
undertaken in accordance with ADB’s Procurement Guidelines (2010, as amended from time to
time). Paper-based mode of procurement will be used for all contracts. The civil works contracts
will be undertaken in 9 contract packages for roads (excluding 4 ROBs) and 4 ROB contract
packages (Attachment A). All these contracts will be procured through international competitive
bidding procedures without domestic margin of preference. Bidders will be post qualified by
applying single-stage; two-envelope bidding procedure. Prior reviews by ADB will be conducted
at key steps in the procurement process.

41. Contract packaging for goods will be determined during the implementation of the project
and will be procured through international competitive bidding if the estimated amount is more
than $1,000,000; using national competitive bidding if the estimated amount is between
$100,000 and $1,000,000; and shopping if the estimated amount is less than $100,000. Award
of contracts will require prior review and approval by ADB. No domestic margin of preference
will be given to domestic bidders.

42. Six contract packages for consulting services will be required for: (i) construction
supervision of civil works and contract administration (the Construction Supervision Consultant);
(ii) NGO Services for implementation of Resettlement Plans (RPs) (One contract for Northern
Karnataka and another one - for Southern Karnataka); (iii) institutional support for PRAMC
(PRAMC consultant); (iv) Results Monitoring and Evaluation consultant (M&E consultant) for
external monitoring and reporting of implementation of RPs; (v) Database Management System
(DBMS) Services; and (vi) Environment Monitoring during construction. All consultants will be
recruited according to ADB’s Guidelines on the Use of Consultants (2010, as amended from
time to time). The terms of reference for all consulting services are referred in Section D.
Consulting firms will be engaged using the quality- and cost-based selection (QCBS) method.
Quality-cost ratio of 80:20 is used for QCBS of PRAMC consultant. Quality-cost ratio of 75:25 is
used for QCBS of construction supervision consultant (CSC), which is justified by the following:
(i) 75:25 ratio has successfully been used under the World Bank financed project for the
procurement of CSC services; and (ii) a pool of qualified construction CSCs has been formed in
the state over the last decade, which has resulted in the increased competition and decline in
the fees for CSC services.

43. For construction supervision consultant, international firm in association with national
firms will be recruited. An estimated 78 person-month international input and 486 person-month
national input will be provided by the consultant to supervise the 9 contract packages for roads
and 4 contract packages for ROBs and assist the PIU KSHIP in managing the project.
34

D. Procurement Plan

44. The procurement plan is in Attachment A and describes the threshold and review
procedures all procurement of goods, works and consulting services to be undertaken for the
Project. The procurement plan will be updated at least once every 18 months or whenever
change in the procurement arrangements is required and agreed.

E. Consultant's Terms of Reference

45. The consultant's terms of reference are provided in the following Attachments:
(i) Construction Supervision Consultant: Attachment B
(ii) PRAMC Consultant: Attachment C
(iii) Institutional Development Consultant (piggy-back CDTA): Attachment D
35

VII. SAFEGUARDS

(a) Environment

46. The Project has been classified as Category B and Initial Environmental Examinations
together with Environmental Monitoring Plans (EMPs) were prepared for all project roads as per
ADB's Safeguard Policy Statement, 2009. The requirements of the EMPs including the
environmental clearances from the state, and cutting permits to be provided by the Forest
Department are being secured. The consent for establishment of the Project has been given by
the Karnataka State Pollution Control Board (KSPCB). If there are any changes in specific
locations or alignments of any infrastructure or Project facilities after completion of the process
of IEE (including EMP), or any new information is made available during detailed design and or
implementation, that has an impact on the environmental assessment process thus far, then
additional environmental assessment shall be carried out in accordance with ADB’s Safeguard
Policy Statement (2009), and prior approval of ADB shall be obtained before further physical
implementation of the relevant section of the project road as applicable.

47. The PIU KSHIP will be responsible for ensuring compliance by the contractors to the
EMPs. PIU KSHIP has established the Environmental Management Plan Implementation Unit
(EMPIU). The EMPIU will monitor and report the environmental compliance of contractors with
the EMP and ensure implementation of the grievance and redress mechanism. The EMPIU has
a demonstrated capability in implementing environmental safeguards. Key implementation
activities for each stage of implementation are as follow:

a. Pre-construction: i) EMPIU will provide input to the Bid Evaluation Panel; ii)
Contractors appoint Environmental Manager, and have 30 days to site-adapt environmental
management and monitoring plans as a requirement prior to Contractor taking possession of
the construction site; iii) at least 30 days before the start of construction, the Contractor shall
translate grievance redress mechanism in Kannada language and post in affected
communities and Panchayats to include contact names, positions, contact numbers, and
addresses of key offices to receive grievances; iv) Contractor will submit at least 20 days
prior to start of construction for review and approval a transportation management plan that
establishes work zones to separate workers on foot from traffic and equipment, by rerouting
traffic to alternative roads or shoulders, and closure of lanes and diversion to remaining
lane; and v) Contractor shall ensure that all workers have been regularly instructed on safety
practices of working in hazardous condition.

b. Construction: i) EMPIU will monitor Contractor’s compliance to EMP, audit construction


activities, and evaluates monitoring program; ii) EMPIU will be responsible to certify on
completion of EMP works and satisfactory rehabilitation and restoration of all sites including
actions if any for noncompliance, all in accordance with the EMP.

48. The main environmental concerns with respect to this Project are occupational and
community health and safety, traversed village forests, and the substantial number of old trees
to be cleared along the Right of Way. Occupational and community health and safety will be
addressed through temporary traffic management plans for work zones, mandatory safety
training of workers, personal protective gears, emergency health care, and information
dissemination. The number of old trees (e.g. acacia and ficus) to be cleared were minimized,
even if the species are not in the endangered list or nationally-protected status, through minor
road geometric improvements. All tree cutting and compensatory plantation will be implemented
36

by the Forest Department on behalf of KSHIP. KSHIP will coordinate with the Forest
Department to ensure that all roadside plantations will not interfere with vehicle travel, road
maintenance, cover signals and signs, restrict motor visibility, or fall on to the road.

(b) Social

49. The Project is categorized as category A in accordance with ADB's Safeguard Policy
Statement (2009). Separate resettlement plans (RPs) have been prepared for each project road
in accordance with ADB’s Safeguard Policy Statement (2009), and relevant national and state
laws and regulations.

50. Complete details of compensation rates for the loss of land and structures, shifting
assistance, and other income restoration assistance are provided in the entitlement matrix of the
RPs. Additional support provisions for affected people belonging to vulnerable groups are
included in RPs. In total, 9 RPs were prepared. Proper consultation during the preparation of
RPs with the project displaced persons including land acquisition and compensation process
was undertaken. RPs are disclosed to the general public through the ADB website. If during
detailed design and implementation any modification or additional land requirement or
involuntary resettlement impacts are identified, a related RP will be prepared/ modified in
accordance with the applicable laws referred to in the RP, and prior approval of the ADB will be
obtained before any further implementation of the relevant section of the project road.

51. PIU KSHIP will (i) implement the Project in accordance with the RPs prepared, ADB’s
Safeguard Policy Statement (2009), and applicable national and state laws and regulations; (ii)
in case of any design changes in project roads, ensure that the resettlement plans are updated
on the basis of the final alignment and submitted to ADB for review and approval prior to
awarding of civil works contracts; and (iii) provide semi-annual progress reports on the
implementation of the resettlement plans.

52. All displaced people should be paid compensation and assistance in accordance with
the RP. The land should be made free of encumbrances and obstructions from the related
section required to be handed over to the contractor for and prior to commencement of
construction thereof in accordance with the work schedule under the related civil works contract.
Efficient grievance redress mechanism is already in place in accordance with the related RP to
assist affected persons to resolve grievances and complaints, if any, in a timely manner.

53. The implementation of the resettlement plans will be monitored internally by the PIU
KSHIP through its Social Development and Resettlement Cell (SDRC) and the implementation
NGO; and externally by qualified and experienced experts to verify the EA’s monitoring
information. The external experts engaged by the EA will advise on safeguard compliance
issues. The external experts will submit semiannual monitoring reports.

(c) Social – Gender

54. The Gender Development Index (GDI) in Karnataka (0.637) is much higher than the all-
India figure (0.609) according to 2001 data. Karnataka is sixth among the 15 major states in
India in gender development. In-depth social and poverty analysis was carried out in the project
influence area to assess the local demand for the proposed road investments, employment
opportunities, child labor, gender specific capacity to take advantage of the likely socioeconomic
opportunities that would result from the project, HIV transmission, and or other health and safety
risks. Focus group discussions were undertaken with women belonging to different
37

socioeconomic groups in project influence areas. The majority of women work in the home and
outside. The majority is consulted by their spouse and other family members prior to any family
decision. Improved road conditions will encourage better transport services thereby improving
access for women and children to social services, markets, workplaces, higher education, better
health facilities and better employment opportunities for men and women.

55. Gender participation was ensured during the course of the social study by undertaking a
process of gender analysis to assess the impact of the project. Meaningful consultations that
are gender inclusive and responsive will continue throughout further project preparation stage
and will be carried out on the ongoing basis throughout the project cycle.

56. The EA shall ensure that civil works contractors comply with all applicable labor laws
and do not differentiate wages between men and women for work of equal value. The
construction supervision consultants will supervise the provisions.

57. Overall, the Project does not have substantive gender issues as the impact and benefit
will apply equally among men and women. The project will provide equally positive benefits for
both genders in terms improved access to schools, healthcare institutions and other services.
The project falls into ADB Gender Mainstreaming Category 3 (i.e., some gender benefits).The
contract for civil works will include measures to ensure safe and healthy working environment
for both the mean and women laborers. The civil works contractors will be advised to take
appropriate measures with respect to compliance of equal pay for men and women, health and
safety at construction sites and labor camps and awareness program for the workers on
prevention of HIV/AIDS.

(d) Social – Indigenous People

58. The project has no adverse or significant impact on indigenous people. However, in case
of any adverse impacts identified during design or implementation on indigenous people, the EA
will ensure that the Indigenous Peoples Plan (IPP) is prepared in accordance with the ADBs
Safeguard Policy Statement (2009) and the same is further approved by ADB before award of
related civil works contract and implemented before commencement of the relevant section of
the civil works contract, as applicable. Any updating of the IPP due to detailed design and
implementation shall follow requirements similar to the RPs as described for involuntary
resettlement.

(e) HIV / AIDS

59. To combat HIV/AIDS is one of the UN Millennium Development Goals, which promises
to halt spread of HIV/AIDS by 2015. The state government along with NACO and State AIDS
Control Society has been successfully carrying out awareness campaigns and free health care
to minimize the spread of HIV/AIDS in various parts of the country. The social assessments
undertaken have not revealed any significant risks of HIV/AIDS and human trafficking due to the
project. However, the R&R implementation NGO will carry out HIV/AIDS awareness
programmes within the communities with technical expertise from NACO and the Karnataka
State AIDS Control Society.

60. The EA will ensure that all civil works contractors 1) carry out awareness programs for
labor on the risks of sexually transmitted diseases/ AIDS and human trafficking, and 2)
disseminate information at worksites on the risks of sexually transmitted diseases and HIV/AIDS
as part of health and safety measures for those employed during construction. Contracts for all
38

civil works will include specific clauses on these undertakings, and compliance will be strictly
monitored by the EA, with the support of supervision consultants during project implementation.

(f) Health

61. The EA shall ensure that contractors provide adequately for the health and safety of
construction workers and further ensure that bidding documents include measures on how
contractors will address this, including an information and awareness raising campaign for
construction workers on sexually transmitted diseases, HIV/AIDS, and human trafficking.

(g) Labor

62. The EA shall ensure that (i) civil works contractors comply with all applicable labor laws
and regulations, do not employ child labor for construction and maintenance activities, and
provide appropriate facilities for women and children in construction campsites, (ii) contractors
do not differentiate wages between men and women for work of equal value, and (iii) specific
clauses ensuring these will be included in bidding documents. The construction supervision
consultants will monitor the provisions.
39

VIII. PERFORMANCE MONITORING, EVALUATION, REPORTING AND


COMMUNICATION

A. Project Design and Monitoring Framework

DESIGN AND MONITORING FRAMEWORK

Performance Targets and Data Sources and Assumptions and


Design Summary Indicators with Baselines Reporting Mechanisms Risks
Assumption
Impact By 2018 (3 years after the end of ‰ Annual district ‰ The government
Accelerated the project): statistical reports will follow through
economic growth in on its commitment
the state of ‰ 10% increase in project to make public
Karnataka district gross domestic investments and to
product growth rate support the private
(baseline year 2009) sector development
‰ 10% decline in poverty level
(number of people below Risk
poverty line) in project ‰ Overall state and
districts (baseline year 2009) regional economic
performance
Assumption
Outcome By 2015 (the end of the project): ‰ Project performance ‰ The government
More efficient and monitoring surveys will follow through
sustainable transport ‰ Average travel time on the and evaluations by on its commitment
operations on the project roads reduced by the PIU to incorporate
state highway 25% (baseline year 2009) ‰ Post evaluations by safety in the
network ‰ Frequency of fatal and the PIU lifecycle of project
severe injury accidents on ‰ PRAMS roads, to reorganize
project roads reduced by ‰ RAAS and strengthen the
20% (baseline year 2009) road planning and
‰ International roughness asset management
index on project roads capacity of PWD,
reduced to at least 3.5 and to provide
meters per kilometer adequate funding
(baseline year 2009) for road
maintenance

Outputs Assumptions
By 2015 (the end of the project): ‰ Measurements by ‰ Procurement and
1. About 615 km of the construction compliance with
immediate priority ‰ All civil works on 615 km of supervision safeguard policies
state highways project roads completed and consultant follow ADB’s
upgraded. roads operational ‰ Certified contractors’ procedures and
bills requirements
2. Road sector ‰ PRAMC fully staffed and ‰ Data collection ‰ Qualified civil works
planning, operational reports contractors and
consultants
programming, and ‰ 100% of required annual ‰ Monthly and
participate in the
policy formulation road maintenance cost for quarterly progress
project
transformed into an core road network is reports by the PIU
objective, data-driven allocated based on PRAMS ‰ Government budget Risks
and sustainable allocations ‰ Construction is
process. ‰ Regular review delayed and costs
40

Performance Targets and Data Sources and Assumptions and


Design Summary Indicators with Baselines Reporting Mechanisms Risks
missions by ADB increase because
3. Road safety of natural
improved . ‰ Road safety unit created in calamities,
PWD and fully operational. ‰ Construction is
‰ Pilot accident blackspot delayed because of
program implemented. delays in land
‰ RAAS enhanced and fully acquisition and
operational. resettlement, and
‰ TIMS fully implemented in shifting of utilities.
two pilot corridors.

4. PWD capacity for


operation, ‰ PWD field offices
maintenance, and systematically collect data
protection of road under RAAS and PRAMS
assets are and conduct joint inspections
strengthened. with the police and Transport
Department, using weigh
stations (permanent and
portable)

Activities with Milestones Inputs

Loan
1. Upgrading of roads ADB: $315,000,000
1.1 Recruitment of CSC firm completed (by June 2011)
1.2 Procurement of civil works completed (by July 2011)
1.3 Construction of all civil works completed (by March Item Amount ($ million)
2014) Road infrastructure 264.0
development
2. Transforming road sector planning, programming,
and policy formulation Institutional 20.0
2.1 PRAMS is in place (by March 2012: 50%; and by development
2013: 100% of functionalities) component
2.2. Consultant is in place to fill in outsourced positions in
PRAMC, develop PRAMS and assist with its Contingencies 31.0
operationalization (by June 2011)
2.3 Government issues an order to roll out an allocation
of the maintenance budget based on PRAMS (by 2012) Government: $147.75
2.4 PRAMC is established (50% of permanent staffing by
June 2011; 100% by January 2012; office space by June Item Amount ($ million)
2011)
Road infrastructure 115.0
3. Improvement of road safety
development
3.1 Road safety unit is in place (full permanent staffing by
January 2012)
Recurrent costs 2.5
3.2 Countermeasures for the pilot blackspot program are
developed by the attached capacity development TA and
Contingencies 8.4
DPR are prepared where required (by October 2011)
3.3. Policies and tools for incorporating road safety into
Financial charges 21.85
the planning, feasibility, design, construction, pre-
during implementation
41

Activities with Milestones Inputs

opening, post construction, and operation and ‰ ADB staff time for project administration
maintenance of roads are developed by the attached
capacity development TA and agreed with the ‰ Input of international consultants:
government (by end of 2011) o 78 person-months (construction supervision)
3.4 RAAS is enhanced and integrated with PRAMS (by o 224 person-months (PRAMC support)
December 2011) and piloted collaboratively with PWD
and Transport Department (by 2012) ‰ Input of national consultants:
3.5 Procurement process for design, supply, and o 486 person-months (construction
installation of TIMS on two pilot corridors started (2012) supervision)
o 156 person-months (PRAMC support)
4. Improvement of PWD capacities for operation,
maintenance, and protection of road assets
4.1 Ongoing capacity development TA consultants
continue to provide advisory support, on-the-job training
and designated training (until December 2010)
4.2 PRAMC consultant is in place (by May 2011)
4.3 PWD field offices are trained and equipped to support
PRAMS and RAAS and to improve maintenance works
(by mid-2012)
5. Effective project management is in place
5.1 Road safety audit of DPRs completed by CSC and
road safety issues addressed in the DPRs (by April
2011)
5.2 Land acquisition, resettlement and rehabilitation,
environmental clearances, and utility shifting completed
prior to the start of civil works (by May 2011)
5.3 The PIU and its field offices are in place with full
staffing and equipment (throughout project preparation
and implementation)
5.4 Project coordination consultant continue services
until at least till December 2014

ADB = Asian Development Bank, CSC = construction supervision consultant, DPR = detailed project report, PIU =
project implementation unit, PRAMC = Planning and Road Asset Management Centre, PRAMS = planning and road
asset management system, PWD = Public Works Department, RAAS = road accident analysis system, TIMS = traffic
and incident management system, TA = technical assistance.
Source: Asian Development Bank
42

B. Project Performance Management System (PPMS)

63. The achievement of the project performance targets will be assessed following the
design and monitoring framework. PIU KSHIP, assisted by PCC, and later on – by the
consultants engaged under the piggy-back TA, will establish a PPMS. Indicators to be
monitored may include, but not be limited to the following: (i) travel time; (ii) frequency of fatal
and severe injury accidents; (iii) international roughness index; (iv) traffic volume; (v) bus and
freight transport fares; and (vi) vehicle operating costs. In addition, socioeconomic secondary
data will be obtained for each project district, including: (i) number of businesses; (ii) household
income; (iii) vehicle ownership; (iv) unemployment rate; (v) land value; (vi) average travel time to
schools; and (vii) average travel time to hospitals. These indicators will be monitored before and
after construction, both on the project roads and on some control roads to enable a with/without
project comparisons.

64. In addition, every year during the project period, PWD will monitor the (i) road
maintenance budget, (ii) percentage of road maintenance budget allocated based on PRAMS,
(iii) gap between the demand for maintenance funds as per PRAMS and allocation, (iv) ratio of
km of state road network per one staff dedicated to maintenance, and (v) road maintenance
cost per km. Achievement of the institutional development and strengthening program (IDSAP)
as accepted by the government will also be monitored. For civil works, progress will be
monitored and reported monthly by the construction supervision consultants. The project
beneficiaries' satisfaction will be surveyed during and after project implementation.
Disaggregated baseline data for output indicators gathered during project processing will be
updated and reported quarterly through the quarterly progress reports from PIU KSHIP
submitted within 30 days after the end of each quarter. These quarterly reports will provide
information necessary to update ADB's project performance reporting system 6. The template of
summary monitoring sheet as agreed with the Government is provided below.

6
ADB's project performance reporting system is available at:
http://www.adb.org/Documents/Slideshows/PPMS/default.asp?p=evaltool
43

SUMMARY PROJECT MONITORING SHEET

Government of Karnataka
ADB Assisted Karnataka State Highways Improvement Project

Status of Achieving Project Outcomes


Achievement on Corridors/links
Outcome Targets 21 27 42 48 31 T T 57 64
C D E F A B A B A A B 13 17 A B C C D E H
More (i) Average Travel time Baseline (2009)
efficient and on the project roads is
sustainable reduced by 25% Achievement
transport
operations
(ii) Frequency of fatal Baseline (2009)
on the state
and severe injury
highway
network. collisions (col/km) on Achievement
project roads is reduced
by 20%
(iii) International Baseline (2009)
roughness index on
project roads is reduced Achievement
to at least 3.5 m/km

Status of Achieving Project Outputs


Achievement
Output 1 Targets 21 27 42 48 31 T T 57 64
C D E F A B A B A A B 13 17 A B C C D E H
Physical Progress (in %)
1. About
615 km of Financial Progress (in %)
(i) Around 615 km of immediate
immediate
priority roads are upgraded .
priority
state Length of Roads Where Civil Works are Fully Completed (km)
highways
upgraded
44

Output 2 Targets Achievement/Progress Issues Measures


(i) Planning and Road Asset
2. Road sector
Management Centre (PRAMC)
planning,
in PWD is fully staffed and
programming,
operational.
and policy
formulation is
transformed into
an objective (ii) 100% of required annual
data-driven and road maintenance budget for
sustainable core road network is allocated
process based on PRAMS

Output 3 Targets Achievement/Progress Issues Measures


(i) Specialized Road Safety
3. Road safety is
Unit is created in PWD and fully
improved
operational

(ii) Pilot black spot program is


implemented

(iii) RAAS is enhanced,


integrated with PRAMS and
fully operational

(iv) TIMS is fully implemented


on two pilot corridors

Output 4 Targets Achievement/Progress Issues Measures

4. PWD
capacities for (i) PWD field offices
operation, systematically collect data
maintenance and under RAAS and PRAMS
protection of
road assets are
strengthened
(ii) PWD field offices
systematically conduct joint
inspections with the police and
Transport Department, using
weigh stations (permanent and
portable)
45

65. Compliance monitoring: Compliance with covenants will be monitored through ADB's
Project Administration Missions – including project inception mission to discuss and confirm the
timetable for compliance with the loan covenants; project review missions to review the
borrower's compliance with particular loan covenants and, where there is any noncompliance or
delay, discuss proposed remedial measures with the Government; and mid-term review mission
if necessary to review covenants to assess whether they are still relevant or need to be
changed, or waived due to changing circumstances.

66. Safeguards monitoring: Environmental compliance monitoring of the Contractor will be


accomplished by the PIU KSHIP on behalf of the PWD. Monthly monitoring reports on the
implementation of the EMP will be prepared, including all grievances received and redress
actions taken. These monitoring reports shall be made available to the contractors and general
public, upon request. Semi-annual compliance reports on both social and environmental
safeguards will be prepared and submitted to ADB. Progress of compensatory plantation on the
implementation of the EMP will be submitted to ADB semiannually. D

67. Final environmental monitoring reports and social safeguard compliance reports will be
prepared 30 days after completion of construction and certify that all sites are satisfactorily
rehabilitated and restored and all social safeguard requirements are complied with.

C. Evaluation

68. A project inception mission will be fielded soon after the legal agreements for the Project
are declared effective; thereafter, regular reviews will follow at least annually. As necessary,
special loan administration missions and a mid-term review mission will be fielded, under which
any changes in scope or implementation arrangement may be required to ensure achievement
of project objectives. PWD and PIU KSHIP will monitor project implementation in accordance
with the schedule and time-bound milestones, and keep ADB informed of any significant
deviations that may result in the milestones not being met. Within 6 months of physical
completion of the Project, PWD and PIU KSHIP will submit a project completion report to ADB. 7

D. Reporting

69. PWD and PIU KSHIP will provide ADB with: (i) quarterly progress reports in a format
consistent with ADB's project performance reporting system; (ii) consolidated annual
reports including (a) progress achieved by output as measured through the indicator's
performance targets, (b) key implementation issues and solutions, (c) updated
procurement plan, and (d) updated implementation plan for next 12 months; and (iii) a
project completion report within 6 months of physical completion of the Project. To
ensure projects continue to be both viable and sustainable, project accounts and the
executing agency audited financial statements, together with the associated auditor's
report, should be adequately reviewed.

E. Stakeholder Communication Strategy

70. Once a year, PIU KSHIP, will hold one-day stakeholder workshop to share information
on project progress, issues, lessons learned, and performance improvement measures if
appropriate.

7
Project completion report format available at: http://www.adb.org/Consulting/consultants-toolkits/PCR-Public-
Sector-Landscape.rar
46

71. Various information regarding the Project, including scope, general progress status,
beneficiaries, invitation to bid, and consultant recruitment notices, will be provided to the
general public. The information will be made available and updated through the official
websites of ADB, PWD, and PIU KSHIP.

IX. ANTICORRUPTION POLICY

72. The Government, PWD, and PIU KSHIP are advised of ADB’s Anticorruption Policy
(1998, as amended to date). Consistent with its commitment to good governance,
accountability and transparency, implementation of the Project shall adhere to ADB’s
Anticorruption Policy. ADB reserves the right to review and examine, directly or through
its agents, any alleged corrupt, fraudulent, collusive, or coercive practices relating to the
Project. In this regard, investigation of Government officials, if any, would be requested
by ADB to be undertaken by the Government. To support these efforts, relevant
provisions of ADB’s Anticorruption Policy are included in the Loan Regulations and the
bidding documents. In particular, all contracts financed by ADB shall include provisions
specifying the right of ADB to audit and examine the records and accounts of the Project
Executing Agency and all contractors, suppliers, consultants, and other service providers
as they relate to the Project.

X. ACCOUNTABILITY MECHANISM

73. People who are, or may in the future be, adversely affected by the project may address
complaints to ADB, or request the review of ADB's compliance under the Accountability
Mechanism. 8

74. The Project will establish a grievance redress mechanism to ensure greater
accountability. With the assistance of the PCC consultants, the PWD will set up the
grievance redress mechanism within 6 months of the loan effectiveness, to receive and
resolve complaints, as well as to act upon stakeholders’ reports of irregularities on
project related matters, including grievances concerning resettlement. PWD and PIU
KSHIP will widely publicize the existence of this mechanism to ensure that stakeholders
are aware that a venue is available to address concerns or grievances relating to fraud,
corruption, abuse, and any other aspects of project implementation.

XI. RECORD OF PAM CHANGES

75. All revisions/updates during course of implementation should be recorded and retained
under this Section to provide a chronological history of changes to implemented
arrangements recorded in this PAM.

8
For further information see: http://compliance.adb.org/.
47

XII. ATTACHMENTS

Attachment A: Procurement Plan


Attachment B: Construction Supervision Consultant TOR
Attachment C: PRAMC Consultant TOR
Attachment D: Institutional Development Consultant TOR (piggy-back CDTA)
Attachment E: Specific Design Standards Used and Improvements Proposed
Attachment A

PROCUREMENT PLAN

Basic Data
Project Name Karnataka State Highways Improvement Project-II
Stage-II
Country India
Executing Agencies Project Implementation Unit, KSHIP
Loan/Grant Amount $ 315.00 million
Loan/Grant Number
Date of First Procurement Plan
Date of This Procurement Plan 29 September 2010

A. Process Thresholds, Review, and 18-Month Procurement Plan

I. Project Procurement Thresholds

1. Except as the Asian Development Bank (ADB) may otherwise agree, the following
process thresholds shall apply to procurement of goods and works.

Procurement of Goods and Works


Method Threshold
International Competitive Bidding (ICB) for Above US$ 10 million
Works
ICB for goods Above US$ 1.0 million
NCB for works 1 Beneath that stated for ICB works
NCB for goods1 Beneath that stated for ICB Goods
Shopping for works Below US$ 100,000
Shopping for Goods Below US$ 100,000

II. ADB Prior or Post Review

2. Except as ADB may otherwise agree, the following prior or post review requirements
apply to the various procurement and consultant recruitment methods used for the Project.

Procurement Method Prior Comments


or Post
Procurement of Goods and
Works
ICB Works Prior Single-Stage; Two-Envelope
ICB Goods Prior Single-Stage; Two-Envelope
NCB Works Prior 2 Single-Stage; Two-Envelope
NCB Goods Prior2 Single-Stage; Two-Envelope
Shopping for Works Post
Shopping for Goods Post
Recruitment of Consulting Firms
Quality- and Cost-Based Selection Prior
(QCBS)

1
Eligibility of the NCB will be subject to compliance with ADB’s requirements as reflected in paragraph 4 of Schedule
4 to the Loan Agreement
2
First draft English language version of the bidding documents for each project should be submitted for ADB's review
and approval regardless of the estimated contract amount. Subsequently, post review will be used.
Attachment A

III. Goods and Works Contracts Estimated to Cost More Than $ 1 Million

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

General Description Contract Procurement Prequalification Advertisement Comments


Value Method of Bidders Date
(Total) (Yes/No) (quarter/year)
Civil Works for ICB Domestic
Roads (9 contract $302 ICB No Q4/2010 Preference
packages): million shall not
Individual Bids apply
Civil Works for ROBs Domestic
(4 Contract packages): $13 million NCB No TBD Preference
Individual Bids shall not
apply

Goods (detailed $15 million ICB/NCB/ No TBD For ICB,


specification and contract Shopping Domestic
packaging will be (depends on Preference
finalized during project estimated cost) shall not
implementation by the apply
piggy-back CDTA and
PRAMC consultants)

IV. Consulting Services Contracts Estimated to Cost More Than $100,000

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

General Description Contract Recruitment Advertisement International Comments


Value Method Date or National
(quarter/year) Assignment
EA has
QCBS International specifically
CSC (one package) $12,000,000 (75:25) Q3/2010 firm in requested
Time based association the Q:C
contract with national ratio.
firm(s)
Support to Planning and QCBS (80:20)
Road Asset Management $5,000,000 Time based To be International
Centre (PRAMC) contract determined

2
Attachment A

B. Indicative List of Packages Required Under the Project

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

Works and Goods


General Estimated Value Estimated Procurement Domestic Comments
Description (cumulative) Number of Method Preference
Contracts Applicable
In accordance
Works $315 Million 9 (roads) and ICB/NCB No with para 1
4 (ROBs) above
In accordance
Goods $15 Million TBD ICB/NCB/Shopping No with para 1
above

Detail Description of Civil Works Packages

Package Link District Road Section Name Length, Total


ID Km Length,
Km
64C Ramanagar Magadi – NH 48 13.90
a
64D Tumkur NH48 – Dobbespet (Nh-4) 20.40
AEP1 68.20
&Bangalore
Rural
64E Tumkur (NH-4) Dobbespet - Koratagere 33.90
AEP2 64H Tumkur Pavagada – Andhra Pradesh Border 23.21 23.21
57A Tumkur Gubbi - Pura – Beeragonahalli near 49.03
Yediyur (NH-48)
AEP3 57B Tumkur Beeragonahalli near Yediyur (NH-48) - 26.43 108.62
Kowdley
57C Mandya Kowdley - Mandya 33.16
T13 Davanagere Jagalur - NH – 13 - Molkalmur - SH 19 9.25
AEP4 14.38
T17 Chitradurga 5.13
AEP5 48A Udupi Padubidri - Belmane - Karkala 27.80 27.80
42A Davanagere Davanagere - Santhebennur - Channagiri 53.65
AEP6 42B Chikkamaga Channagiri - Ajjampura - Birur 51.98 105.63
luru
27A Dharwad Shelavadi - Gadag 30.54
AEP7 63.44
27B Gadag Gadag - Mundaragi 32.90
31A Raichur Mudgal - Tavaragere 31.30
AEP8 74.2
31B Koppala Tavaragere - Kanakagiri - Gangawathi 42.90
21C Belgaum Soundatti - Hulikatti - Ramdurg 38.40
21D Bagalkot Ramdurg - NH218 - Badami 45.73
AEP9 130.13
21E Bagalkot Badami - Pattadakal 23.72
21F Bagalkot Pattadakal - Kamatagi 22.28
Total: 615.61

3
Attachment A

Package Link Proposed Location Existing Railway


Road Railway Level
Chainage chainage Crossing
No.
AEP-6 Tholahonse Village.(on Davangere-
42A 7.691 193/B
ROB 1 Channagiri route) 316+200
AEP-6 Near Birur
42B 44.830 219+900 133/B
ROB 2 (on Channagiri-Birur route
AEP-7 On Gadag Bypass Not
27A 25.922 1+050
ROB 3 (on Shelavadi-Gadag Route) available
AEP-9 Near Badami
21D 42.214 60+11 29E
ROB 4 (on Ramdurga-Badami route)

4
Attachment B

KARNATAKA STATE HIGHWAYS IMPROVEMENT PROJECT


TERMS OF REFERENCE FOR FIRM OF CONSULTANTS (DRAFT)
CONSTRUCTION SUPERVISION AND CONTRACT ADMINISTRATION

1. Introduction The Government of Karnataka has completed improvements of 2385 Km of


State Highways and MDRs under Karnataka State Highways Improvement
Project - I (KSHIP-I) financed by World Bank. Considering the success and
impact of KSHIP-I, Government of Karnataka has proposed Karnataka
State Highways Improvement Project II (KSHIP-II) to improve another 3411
Km of State Highways and MDRs.

Government of Karnataka through Government of India is in the process of


obtaining a loan of US$ 315 Million from the Asian Development Bank as
financial assistance for the construction cost of the KSHIP II - Stage II,
which aims at Upgradation of 615 Km length of State Highways (the
Project).

It is proposed to apply a part of the loan for eligible payments under the
Consultancy Services for Construction Supervision and Contract
Administration of KSHIP II Stage II roads in Karnataka.

The Project consists of nine civil work contract packages being procured
under ICB Procurement Procedure and Construction Supervision and
Contract management of these contracts is the subject of this Terms of
Reference. The supervision consultancy services will broadly include
project management and administration of civil works as ‘Engineer'.

2. Works: The EPC Contract works will be procured in packages , as shown below:

Terms of Reference Page 1 of 21 August 2010


2010
Attachment B

Package Link District Road Section Name Length,


ID Km L

64C Ramanagar Magadi – NH 48 13.90


a
64D Tumkur NH48 – Dobbespet 20.40
AEP1 &Bangalore (Nh-4)
Rural
64E Tumkur (NH-4) Dobbespet - 33.90
Koratagere
AEP2 64H Tumkur Pavagada – A P Border 23.21
57A Tumkur Gubbi - Pura – 49.03
Beeragonahalli near
Yediyur (NH-48)
AEP3 57B Tumkur Beeragonahalli near 26.43
Yediyur (NH-48) -
Kowdley
57C Mandya Kowdley - Mandya 33.16
T13 Davanagere Jagalur - NH – 13 - 9.25
AEP4 T17 Chitradurga Molkalmur - SH 19 5.13

48A Udupi Padubidri - Belmane - 27.80


AEP5
Karkala
42A Davanagere Davanagere - 53.65
Santhebennur -
AEP6 Channagiri
42B Chikkamaga Channagiri - Ajjampura 51.98
luru - Birur
27A Dharwad Shelavadi - Gadag 30.54
AEP7
27B Gadag Gadag - Mundaragi 32.90
31A Raichur Mudgal - Tavaragere 31.30
31B Koppala Tavaragere - 42.90
AEP8
Kanakagiri -
Gangawathi
21C Belgaum Soundatti - Hulikatti - 38.40
Ramdurg
21D Bagalkot Ramdurg - NH218 - 45.73
AEP9
Badami
21E Bagalkot Badami - Pattadakal 23.72
21F Bagalkot Pattadakal - Kamatagi 22.28
Total:
Package Link Proposed Location Existing R
Road Railway chainage
Chainage C

Tholahonse Village.(on
AEP-6
42A 7.691 Davangere-Channagiri 316+200
ROB 1
route)
Near Birur
AEP-6
42B 44.830 (on Channagiri-Birur 219+900
ROB 2
route
On Gadag Bypass
AEP-7
27A 25.922 (on Shelavadi-Gadag 1+050
ROB 3 a
Route)
AEP-9 21D 42.214 Near Badami 60+11
Terms of Reference Page 2 of 21 August 2010
2010
Attachment B

ROB 4 (on Ramdurga-Badami


route)

The works involve improving existing State Highways including geometric


improvements and realignments to standard 2-lane of 7m carriageway plus 2.5m
paved/soft shoulders and generally wider construction in built-up areas including
median separated dual carriageways and construction of rail overbridges (ROBs)
The Construction Works include, but are not limited to:
- Scarification, clearance, earthworks,
- new culverts, new bridges and rehabilitation of existing bridges/culverts and
protective works,
- granular sub-base, wet mix macadam base course, bituminous courses,
- side drains, sidewalks,
- road markings, road furniture,
- routine maintenance during construction & maintenance during Defects
Notification Period.
- Traffic management and environmental protection measures
- Construction and maintenance of diversion roads

The DPRs for the above packages have been prepared by the DPR consultants of
KSHIP-II, M/s Scott Wilson Kirkpatrick Ltd., UK in J/V with M/s Scott Wilson
Kirkpatrick Ltd., India. The above civil works packages will be procured under
International Competitive Bidding open to Post-Qualified bidders who may bid one
or more packages.
The selection of Construction Supervision Consultant will be made following the
procedures specified in the “Guidelines on The Use of Consultants by Asian
Development Bank and its Borrowers, 2010”. The supervision of civil works will be
carried out by the qualified consultants with satisfactory experience in implementing
projects of similar nature and size.

3 Objectives The main objectives of the consultancy services are, but not limited to:
a) To ensure high standards of quality assurance in the execution of work
and completion of work within stipulated time limit;
b) Comprehensive supervision of project implementation activities carried
out by the Contractor(s) to ensure complete compliance with the
drawings, technical specifications and various stipulations contained in
the Contract Documents;
c) Efficient construction supervision by personnel who are experienced in
modern methods of construction supervision and contract management;
d) To monitor the Pre-construction activities;
e) To assist in taking remedial actions to avoid slippages, cost overruns,
delays by the contractor;
f) To ensure safety during construction and adherence to all Environment
Management Regulations prescribed under the Contract.

4 Contract a) To administer the contracts under the project, the Karnataka State
Management Public Works, Ports and Inland Water Transport Department (PWD) has
Framework established a Project Implementation Unit (PIU) to be exclusively in-
charge of the Project in the State.
b) The Project Director will award contracts, administer the Contracts, take
management decisions and arrange payments, as per the contract
agreements and obtain requisite approvals from the Bank and the Govt.
of Karnataka.

Terms of Reference Page 3 of 21 August 2010


2010
Attachment B

c) The Project Director, will act as client or Client’s representative for this
Consultancy. The Project Director will be assisted by the Professional
and Administrative staff of PIU. The PIU has established field units to
support administration of Contracts.
d) The Finance/Accounts Section of PIU will keep the Project accounts
and process all payments. The Finance/Accounts and Technical
Departments in the Project Director’s offices will process all Contractors’
payments and Consultants’ Invoices for payments.
e) The consultant will establish a main office in Bangalore, headed by the
Team Leader and nine project site offices in convenient locations to
administer the civil works in accordance with the contracts.

5 Scope of
The scope of the consulting services for each of the major areas includes
services
but is not limited to the following activities:
The consultant will be responsible for the supervision of all construction
work. As the ‘Engineer’, the consultant will administer the Construction
Contracts Packages and ensure that the contractual clauses, with
respect to both quality and quantity of work, are respected and the works
are constructed in accordance with the provisions of the Construction
Contracts. The Team Leader of the consultant's team resident at the
project site shall be nominated as Engineer’s Representative and shall
act on behalf of the Engineer. The Engineer will delegate such authority
to the Engineer’s representative as may be necessary for day to day
working. However, the consultants firm/the Engineer shall be
responsible for all action taken by Engineer’s representative and his
team.

The consultant will mobilize the Team Leader about one month prior to
commencement of works in order to monitor mobilization activities of the
Contractor and set up contract administration systems as well as prepare
plans for deployment of other key professional staff at the appropriate
time to ensure optimized outputs. Road Safety Expert will be mobilized
concurrently with the Team Leader to conduct Road Safety Audit of
DPRs.

The consultant will make all necessary measurements and control the
quality of works. The supervision consultant will make all engineering
decisions required for the successful and timely implementation of the
Construction Contracts. However, the Engineer will be required to obtain
the specific approval of the client before taking any of the following
actions specified in the General conditions and Particular Conditions of
Construction Contract Documents:

(i) Approving sub-letting any parts of the works (clause 4.4);


(ii) Certifying additional cost (sub-clause 4.12);
(iii) Determining time extensions (sub-clause 4.12);
(iv) Issuing variation order (sub-clause 13.1) which have financial
implications except;
- In an emergency situation as reasonably determined by the
Engineer, or
- When such variation orders increase the contract price by less
Terms of Reference Page 4 of 21 August 2010
2010
Attachment B

than 1% per individual variation and/or add up to less than 5%


in aggregate in which case it shall be notified to the client
immediately following such approval.
(v) Ordering suspension of work;
(vi) Issuing variations in work quantities, fixing rates or prices
(clause 12.3);
(vii) Specifying the amounts payable in each of the applicable
currencies (sub-clause 13.4);
(viii) Approving new rates either for existing items of work which
arises from the variation quantities beyond the limit, defined in
the contract or fixing rates of non-priced works involving any
extra item and certifying any additional cost determined under
the provisions of contract;
(ix) Issuing order for special tests not provided for in the contract
and determining the costs of such tests which shall be added to
the contract price;
(x) Issuing/approving Technical Specifications if not provided for an
item of works in the construction contract document and
similarly, for any change in Technical Specification of any item
of work;
(xi) Instructing acceleration measures to reduce delays.

In addition to or as an expansion of the activities and responsibilities


required of the Engineer as detailed in Construction Contracts, the
supervision consultant will, interalia undertake, but not limited to, the
following activities:

5.1 General:
a) give the order to commence the works;
b) administer the Construction Contracts, approve materials and ensure
that the quality of the works is in accordance with the contractual
specifications; particularly in relation to contractor’s construction
equipment and other resource deployment;
c) approve/suggest modifications in the contractor’s work program,
method statements, material sources, etc;
d) ensure that the construction methods proposed by the contractor are in
compliance with the specifications and other contract stipulations,
particularly in relation to contractor’s construction equipment and other
resource deployment;
e) monitor progress of the Works, identify causes, or potential causes, of
any delay and advise the client of suitable corrective actions in a timely
manner;
f) review and approve Contractor(s) proposed personnel for positions
nominated in the Contract;
g) provide assistance to the client in respect of contract implementation,
claims and other matters;
h) advise and assist the client with respect to the arbitration, the appeal of
arbitration or litigation relating to the works, whenever required;
i) Monitoring of status of the contractor’s compliance with HIV/AIDS
provisions in the Civil Works Contracts;

Terms of Reference Page 5 of 21 August 2010


2010
Attachment B

j) design PPMS and undertake project performance monitoring and


evaluation of the Project in accordance with the Bank’s Project
Performance Management System (PPMS) Handbook. Baseline data
will be collected by the supervision consultants assisting the Client,
before Project commencement, throughout implementation and at
Project completion;
k) ensure that the construction methods as proposed by the contractor for
carrying out the works are satisfactory, with particular reference to the
technical requirements of sound environmental standards on the basis
of Bank’s Environmental Guidelines for Selected Infrastructure
Development Project (Highways & Roads), inspection of contractor’s
construction equipment, safety of the works, property, personnel, and
general public.

5.2 Quality Control:


a) Review all mix designs proposed by the contractors and
approve/suggest modifications in the mix design, laying methods,
sampling and testing procedure, and quality control measures, to
ensure required standard and consistency in quality at the
commencement of items. The approval of mix designs with or without
modifications shall be issued as early as possible, but in any case not
later than the time limit prescribed in the relevant specifications. In
cases, where no time limit is prescribed in the specifications, not later
than 14 days from the date of submission of Job Mix Formula (JMF) by
the Contractor It is advised that the Supervision Consultant's
representative on the project road should associate himself with the Job
Mix Design done by the Contractor so as to save on time to be taken by
this activity;
b) evolve a system of Quality Assurance of works, including, but not
limited to, establishing testing frequencies and acceptance criteria for all
construction activities based on best international practices;
c) inspect the performance of the work with regard to workmanship,
compliance with the specifications and all necessary testing required for
acceptance of any item of work;
d) inspect and approve all materials sources nominated by the Contractor;
e) assess and check the laboratory and field tests carried out by the
contractors, and carry out independent tests;
f) issue orders to the Contractor(s) to remove or make good any work
which is found to be;
(i) not in accordance with the drawings,
(ii) not in accordance with the specifications in terms of either work
method or materials specification,
(iii) covering work which has not been inspected for acceptance or
rejected as unacceptable.
g) maintain records of all testing work, including cross referencing to items
of work to which each test refers and location from which any samples
were obtained for testing.

5.3 Construction Supervision:


a) assist/advise client for advance actions required to be taken for handing
Terms of Reference Page 6 of 21 August 2010
2010
Attachment B

over of site and in achieving different milestones for completion of


projects as per schedule;
b) assist client in proper monitoring/progress of works and implementation
of the project through computer aided project management techniques;
c) Assess the minimum construction equipment, plant and machinery
requirements by type and specification. Monitor regularly to ensure the
adequacy of deployment of the Contractors equipment, plant and
machinery. Approve and monitor the contractor’s mobilization program;
d) Approve Contractor’s Work Program including activity scheduling and
resource programming. Review and approve the updated program of
the contractor whenever there is shortfall of progress;
e) verify and approve working drawings of the contractors and approve the
setting out of the works by the contractor. Check Contractor(s) setting
out for conformance with the working drawings;
f) approve Contractor(s) proposed designs/drawings for temporary works;
g) inspect at regular intervals the Contractor(s) plant and facilities, for both
construction work and workers accommodation, to ensure that they
conform with both the conditions of contract and all government
regulations;
h) inspect all the Contractor(s) safety measures, including labour welfare
and notify immediately both the Client and the Contractor of any
infringement or violation;
i) maintain records such as test data, details of variations,
correspondences and diaries in the formats approved/specified by the
Client;
j) inspect the Works, or any part of the Works, on Substantial Completion
and advise the Client of any outstanding work, including defects to be
remedied, to be completed during the Defects Notification Period. This
inspection is to be performed before any part of the Works is accepted
as Substantially Complete;
k) inspect the works at appropriate intervals during the Defect Notification
Period;
l) at the completion of the contract verify the “as-built drawings” as true
record of the works as constructed;
m) assist Client in coordination work with different agencies and hold
meetings for proper and timely implementation of the Project;
n) liaise and coordinate with relevant authorities to remove all obstacles
and encumbrances from the project site, including utility relocation and
tree cutting, as required;
o) When required or as advised by the client, liaise with the Consultant
retained by the Client for Implementation Support;
p) Prepare the Variation Orders for the approval of employer;
q) Examine and recommend the proposals for Extension of Time for the
approval of employer;
r) Scrutinize Contractor’s claims and advise the Client on the admissibility
of the claims;
s) Without relieving the Contractors of their obligations under the Contract,
review and approve the traffic management and safety plan and ensure
compliance with IRC SP 55- 2001 and all other applicable safety
regulations, before Commencement of Construction Works at Site;
t) Without relieving the contractors of their obligations under the contract,
Terms of Reference Page 7 of 21 August 2010
2010
Attachment B

review and approve the work zone (including work site, plant site and
contractor operated quarry locations) safety plan and ensure
compliance;
u) Conduct Road Safety Audits of DPRs, conduct post-construction Road
Safety Audits, analyze causes of accidents occurred over the project
implementation period and develop road safety countermeasures
reducing risk of reoccurring;
v) Closely coordinate with the Safety Officers of the contractors and
Formulate site safety guidelines & prepare checklist for safety auditing
by field supervision team on day-to-day basis. Carryout routine safety
audit during the construction period;
w) Ensure adequacy of measures in contractor’s safety plan for the safety
of pedestrians, 2-wheelers and slow moving traffic and ensure safety
due to delineation of roadway at night. Verify design of temporary
diversions, adequacy of warning signs at construction zones, ensure
adequacy of safety devices for workers at construction zone/plant sites
and proper maintenance of the devices. Recommend damages for non–
conformity of traffic safety measures as per contract provisions;
x) Mobilize the Team Leader about one month prior to commencement of
works in order to monitor mobilization activities of the Contractor and
set up contract administration systems as well as prepare plans for
deployment of other key professional staff at the appropriate time to
ensure optimized outputs. Mobilize Road Safety Expert concurrently
with the Team Leader to conduct Road Safety Audit of DPRs.

5.4 Other Services:


a) Carry-out the requirement analysis and recommend to the client for
issue of the Project Authority Certificates to the Contractors for availing
customs/excise duty exemptions;
b) Review the monthly progress reports to be submitted by the contractor
in accordance with the contract document and bring out the
shortcomings to the notice of the client;
c) If the Contractor fails to submit the As-Built drawings prior to issuing a
Taking over Certificate, prepare the same, as per the provisions in
Construction Contract Document;
d) Certify for the release of outstanding balance of retention money to the
contractor after the DNP, as per the relevant clauses of construction
contract document. Issue taking over certificate and performance
certificate to the contractor duly observing the stipulations in the
construction contract document;
e) Hand over to the client complete set of As-Built drawings (both hard
copies and in electronic form), a complete set of records, reports,
photographs of construction, reports and correspondences after the
closure of consultancy services;
f) Assist the client in providing replies to observations made in respect of
works, from time to time, by the Auditor General, Government of India;
g) Assist the client during Dispute Board Meetings, Arbitration
Proceedings and any other hearings held by statutory and legal body;
h) Ensure effective coordination with the railway supervising staff during
construction of ROBs/RUBs, if any and advise the client regarding
status of ROB/RUB construction;
i) Impart training including field visits to the on-going works under
Terms of Reference Page 8 of 21 August 2010
2010
Attachment B

consultant’s supervision to the Client’s Technical Personnel (about 20


persons) for at least two-weeks duration covering all relevant topics
pertaining to road works. The training module shall be finalized in
consultation with the client.

6 Measurement Measurements:
and payments a) make measurements and keep measurement records
b) issue interim certificates for payments;
c) certify completion of part or all of the works;
d) review and ensure continuity of Contractors’ sureties in approved
formats;
e) prepare quarterly cash flow projections for the Client in a format
acceptable to the Client. Cash flows should identify budget estimates for
all outstanding work.
Payments:
(a) The Engineer will process interim and final payments to the
Contractors;
(b) In processing of contractual payments, 100% of the measurements
will be checked and certified by the Deputy Resident Engineers and
the Resident Engineers will check and certify at least 25% of the
measurements. In packages where Deputy Resident Engineer is not
positioned, Resident Engineer will check and certify 100%
measurements;
(c) Whenever measurements are to be made, the Consultant’s Resident
Engineers will inform the Contractor and the client’s field Engineer
(Executive Engineers of KSHIP Division offices) in advance. The
Executive Engineer’s participation in such measurements will not be
mandatory; however should he wish to participate, he will be
empowered to do so and to check any measurement.
7 Additional When requested by the Client, the Consultant shall provide any additional
services services to those specified above through a mutually agreed upon
variation order to the Consultant’s contract.

8 Data, (a) Data and Services


services, and The copies of all Contract Package Agreements will be made available
facilities to be to the Consultant.
provided by
the client (b) Office Accommodation, communication and Vehicles
The costs for consultant’s office, office furniture, equipment,
stationeries, photocopiers, communication facilities, etc. including
maintenance thereof and vehicles for transportation of office/field staff
etc. (including operation, maintenance, insurances and repairs thereof)
will be provided under the consultant’s contract and will be reimbursed
on monthly basis, as per FIN-5.

(c) Laboratory facilities


Access will be provided to the construction Contractors’ established lab
facilities. The construction Contractor(s) will establish and maintain a
laboratory for each construction package including testing equipment,
water supply, electricity and cooling/heating equipment, which shall be
made available for use by the Consultant. Maintenance of the
Terms of Reference Page 9 of 21 August 2010
2010
Attachment B

laboratory by the Construction contractor shall include the cost of


electricity, water and all consumable for testing. The construction
contractor will be responsible for carrying out tests for quality of
soils/materials, etc. The Material Engineers/Lab Technicians of the
Consultants shall be required to monitor lab testing and to carry out
test checks as necessary to verify compliance with the construction
contract.

Terms of Reference Page 10 of 21 August


2010
2010
Attachment B

9 Reports The Consultant will prepare and submit to the Client in required no. of
copies of each of the following reports:
Inception The consultant will submit an Inception Report before
Report the end of first month of the commencement of services,
(5 copies) containing the Master Work Program and Resource
Mobilization for the Project.

Road The consultant will submit 9 Road Safety Audit Reports


Safety of DPRs by the end of the second month of
Audit commencement of services. Each Report will identify
Reports road safety issues and recommend countermeasures for
(DPRs) each of the project corridors.

Constructi The Consultant will submit the Construction Supervision


on Manual within three months of the commencement of
Supervisio services.
n Manual
(15 The primary objective of the Supervision Manual will be
copies) to evolve guidelines for administration, QA/QC
procedures, supervision and management of the project.

Such a manual is not intended to be a contractual


document nor is it to take precedence over the
specifications. The Manual will merely act as a guide
and reference to the various staff in the management
and supervision of the project in discharging their duties
in a smooth and systematic manner.

Maintenan The Maintenance Manual shall be submitted detailing


ce Manual routine and periodic maintenance tasks that will be
(15 required to maintain the completed road works and CD
copies) works. Draft copies of this manual should be submitted
for comments to the Client within 12 months of
commencing services.

Monthly The consultant will, no later than the 10th of each month,
Report submit progress report summarizing the component wise
(5 copies) progress vis-à-vis targets.
- problems encountered (administrative, technical or
financial) and recommendations to overcome,
- expenditure statement,
- variation orders proposed and approved, status of
claims or time extensions requested by Contractors,
- status of EMP, removal of encumbrances, safety
precautions and traffic diversion during construction,
- Status of mobilization/deployment of men,
machineries and plants, functioning of Crusher,
HMP, WMM plant, Pavers and Rollers,
- the probable requirement of key materials like
bitumen, cement, steel, aggregates for next month
and their availability at the end of the month,
- attendance sheet of the key and technical personnel
Terms of Reference Page 11 of 21 August 2010
2010
Attachment B

deployed by the consultant in the field etc.


Quarterly Consultant will prepare a comprehensive report
Progress summarizing all activities as cited above at the end of
Report each quarter.
(5 copies)
Road The consultant will submit Road Safety Audit Reports for
Safety each link open to the traffic within 2 months of the
Audit opening.
Reports
(Post-
Constructi
on)
Contract Consultant will prepare a comprehensive completion
Completio report for each contract within 30 days of issuance of
n Reports Completion Certificate for each construction contract.
(5 copies, The report shall summarize all relevant issues pertaining
each) to the contract in the format acceptable to the Client.
Final The Consultant will prepare a comprehensive final
Completio completion report within 90 days after issuance of
n Report Completion Certificate of the last Construction contract
(5 copies) or before the end of Consultancy assignment.

A review committee comprising of the following officers of the PIU will be


reviewing all the reports submitted by the consultant:
1. The Chief Project Officer, PIU, KSHIP
2. The Project Director, PIU, KSHIP
3. The Superintending Engineer, PIU, KSHIP

Terms of Reference Page 12 of 21 August


2010
2010
Attachment B

10 Staffing a) The implementation period for each of the contracts is expected to have
Schedule construction periods as set out in Para 2 of the ToR with a Defects
Notification period of 12 months. Each of the site supervision team
would be mobilized on the date of actual commencement of works by
the contractor.
b) The client expects that all the proposed key personnel should be
available during implementation of the contract, as per their approved
schedule of deployment.
c) The Client will not consider substitutions during Contract
implementation except under compelling circumstances. In case of such
replacements, the incidental costs towards replacements shall be borne
by the consultant.

11 Key Personnel International Experts whose C.V. will be evaluated in the Technical
evaluation:

(a) Team Leader (1 no.)


(b) Road Safety Expert (1 no.)

National Experts whose C.V. will be evaluated in the Technical evaluation:

(c) Senior Resident Engineer (1 no.)


(d) Senior Quality/Materials Engineer (1 no.)
(e) Senior Quantity Surveyors (1 No.)
(f) Senior Structural/Bridge Engineer (1 No.)
(g) Environmental Engineer (1 No.)
(h) Social Development Specialist (1 No.)
(i) Resident Engineers (8 Nos.)
(j) Construction Safety Expert (1 No)

Sub-Professional staff whose C.V. will not be evaluated but CV should be


submitted for approval of the client before mobilization:

(k) Deputy Resident Engineers, as required


(l) Highway Engineers, as required
(m) Bridge Engineers, as required
(n) Planning Engineer (1 No.)

Sub-Professional Staff whose CV need not be submitted:


(o) Quantity Surveyors
(p) Quality/Material Engineers
(q) Surveyors
(r) Lab Technicians
Alternative candidates can be proposed only in sub-professional
categories.

Terms of Reference Page 13 of 21 August 2010


2010
Attachment B

12 Staff International Experts whose C.V. will be evaluated in the Technical


qualifications evaluation:

a. The Team Leader:

Duties: The consulting firm employed by the Client will appoint an


individual to exercise the authority of the Engineer. The Team Leader/The
Engineer will reside at Bangalore and carryout field visits on monthly basis,
throughout the period of the Services. He will be overall in-charge of the
Project Supervision Team. He shall be responsible for the overall
implementation activities. He shall be assisted by Key Professionals and
other support Staff. He shall coordinate with the Subordinate Team to
ensure that the construction process is well controlled as per established
Procedures. He will interact with the client. The Duties and Responsibilities
are also described in the Contract Document for Construction Works.

Qualifications and Experience: A Civil Engineering graduate, preferably


with post graduation in highway/Transportation engineering or equivalent,
an expatriate from a developed country with working experience in India is
preferred; adequate working experience as Team Leader/Senior Resident
Engineer on ADB or other multilateral financing institution assisted projects
of similar or large size and complexity, for construction supervision
consultancy contracts of major highway projects using FIDIC Conditions of
contract, in projects located in India/South Asia is required.

(b) Road Safety Expert: (Team Leader’s Office)

Duties: One Road Safety Expert shall be mobilized common to all the nine
packages. He will be responsible for conducting road safety audits of
DPRs; ensuring road safety during construction; conducting post-
construction road safety audits; and identifying causes of accidents
occurred over the project implementation period and develop road safety
countermeasures reducing risk of reoccurring.

Road Safety Audits of DPRs will be conducted prior to the mobilization of


contractors and may include, but not be limited to the following steps:
- conducting Pre-audit meetings with PIU KSHIP and DPR consultant to
review project information and drawings;
- conducting office safety review of DPRs combined with mandatory field
visits to project roads conducted both during daytime and nighttime,
together with representatives of local field offices of PIU KSHIP and
other representatives (e.g., police) as appropriate;
- conducting office road safety audit analysis and preparing concise
Road Safety Audit Reports for each of 9 corridors with the list of road
safety issues identified, highway risk for each issue assessed, and
specific countermeasures proposed to be incorporated into DPRs;
- presenting RSA findings and recommendations to PIU KSHIP and DPR
consultant;
- checking revised DPRs to ensure that measures to address road safety
issues as endorsed by PIU KSHIP are incorporated in DPRs; and
Terms of Reference Page 14 of 21 August
2010
2010
Attachment B

- ensuring the implementation on the ground.

Ensuring Road Safety During Construction will involve reviewing and


approving road safety plan and traffic management plans prepared by the
contractors and ensuring their strict compliance. The Road Safety Expert
will review and approve the traffic management and safety plan and ensure
compliance with IRC SP 55- 2001 and all other applicable road safety
standards, guidelines and regulations, before Commencement of road
Works. He will ensure adequacy of measures in contractor’s safety plan for
the safety of pedestrians, 2-wheelers and slow moving traffic and ensure
safety due to delineation of roadway at night. He will verify design of
temporary diversions, adequacy of warning signs at construction zones,
ensure adequacy of safety devices for workers at construction zone/plant
sites and proper maintenance of the devices. Road Safety Expert will
regularly inspect work zones under traffic, will be coordinating and
controlling, through the Team Leader’s office, timely addressing of all road
safety issues, and will be responsible for reporting and following up on
construction/road safety issues/lapses as appropriate. Post-Construction
Road Safety Audits will be conducted on links once they are fully open to
traffic.

Post-Construction road safety audits will observe firsthand roads under


traffic and identify road safety issues, including those that might have not
been obvious during previous road safety audits. Road Safety Expert will
identify the list of road safety issues and recommendations to address
them, submit them to PIU KSHIP for review and action, and ensure that
recommendations as endorsed by PIU KSHIP are implemented on the
ground. Accident Analysis and Mitigation: Road Safety Expert will also
conduct analysis of road accidents occurred on project roads during project
implementation, if any, identify causes, and recommend specific road
safety countermeasures for review and endorsement by PIU KSHIP

Qualification & Experience: A senior level engineer with graduation in


civil Engineering, preferably with master’s degree in traffic management
and road safety: an expatriate from a developed country is preferred,
adequate experience as Road Safety Expert or similar capacity for
construction supervision consultancy contracts of major highway projects
using FIDIC Conditions of contract, including experience in road safety
improvement, monitoring and evaluation in mixed-traffic/mixed speed road
environments in projects located in India/South Asia is required.

National Experts whose C.V. will be evaluated in the Technical


evaluation:

(c) Senior resident Engineer:

Duties: The Senior Resident Engineer will assist the Team Leader in
overall project supervision team. He will be positioned in Team leader’s
office for some duration in a month and deployed to RE’s offices for the
rest of the month at geographically convenient location to assist the Team
Leader in monitoring overall field activities of all packages. In the absence
of Team Leader, the SRE will discharge the duties of Team Leader. He
Terms of Reference Page 15 of 21 August 2010
2010
Attachment B

shall coordinate with the Team leader to ensure that the construction
process is well controlled as per established Procedures.

Qualifications and Experience: A graduate in Civil Engineering,


preferably with Post Graduate qualification in Highway/Transportation
Engineering or equivalent, with adequate experience as Senior Resident
Engineer/Deputy Team Leader or equivalent in projects with similar nature
& complexity, for construction supervision consultancy contracts of major
highway projects using FIDIC Conditions of contract, experience also
required in execution of major road projects as SRE/DTL/RE with
international organization including one project in any developed country

(d) Senior Quality/Materials Engineer (Team Leader’s Office)

Duties: He will be responsible for preparing the quality assurance and


testing program for the consultant. He will guide the field supervision teams
in supervising all the tests to be done in different stages of construction,
besides ensuring that specified tests are done as per codal stipulations
and as per the specifications laid down in the contract for the different
stages of construction. He will be coordinating and monitoring the activities
support personnel placed with him and will report to the Team Leader.

Qualifications and Experience: A Post Graduate in Highway/soil


mechanics/Geo-technical Engineering or equivalent, with adequate
experience as Senior Quality Material Engineer/Quality Material Engineer
or equivalent in projects of similar nature & complexity for construction
supervision consultancy contracts of major highway projects using FIDIC
Conditions of contract including working knowledge in road projects
running on expansive soils, flexible pavement and bituminous mix designs,
monitoring setting up of contractors’ field laboratories, rock crushers and
bituminous plants, experience also required in execution of major road
projects as QME with international organization

(e) Senior Quantity Surveyor (Team Leader’s office)

Duties: He will be reporting to the Team Leader in day to day working. His
responsibilities will be in the areas of quantity surveying / processing of the
invoices etc. He will be responsible for reporting all measures required to
control the project cost and time over-runs. He will examine the claims of
the contractor, variation orders, if any, and will prepare the progress
reports as per the project requirements. For the purpose, he will be
required to get the levels and quantity measurements checked in all items
of works executed in different stages for calculations required for payment
purpose.

Qualifications and Experience: A graduate in Civil Engineering with


adequate working experience as Senior Quantity Surveyor/Quantity
Surveyor on ADB or other multilateral financing institution assisted projects
for construction supervision consultancy contracts of major highway
projects using FIDIC Conditions of contract, experience also required in
execution of major road projects as SQS/QS with international organization
Terms of Reference Page 16 of 21 August
2010
2010
Attachment B

(f) Senior Structural/Bridge Engineer (Team Leader’s Office)

Duties: His duties will involve understanding the design provisions of both
bridges and culverts, guiding the field supervision teams in checking of
reinforcement/cable laying operations, rectifying any apparent mistakes in
respect of them, checking and controlling the proper mix designs, checking
the adequacy of proper form-work, laying/compacting of concrete including
curing operations. For this purpose, he will work in close coordination with
the Senior Material Engineer and the Contract Management Expert to
effectively control the quality of execution. He will be responsible for minor
modifications in design of bridges/culverts, wherever required during
execution. He should have working knowledge of latest software used in
design of bridges like STADD Pro.

Qualifications and Experience: A post graduate in Structural Engineering


or equivalent with adequate working experience as Senior
Structural/Bridge Engineer in ADB or other multilateral financing institution
assisted projects of similar nature and complexity for construction
supervision consultancy contracts of major highway projects using FIDIC
Conditions of contract, working knowledge in modern methods of design &
construction, rehabilitation/repair/maintenance of bridges preferable,
experience also required in major road projects as Senior Structural/Bridge
Engineer or Bridge Engineer with international organization.

(g) Environmental Engineer (Team Leader’s office)

Duties: Develop, organize and deliver environmental training programs


and workshops for the staff of the EMPIU, PWD, Contractors, Site
Supervision Engineers and the PIU. Review the Contractors’
Environmental Implementation Plans to ensure compliance with the
Environmental Management Plan (EMP). Supervise the implementation of
the EMP by the Contractors. Hold regular meetings with the EMPIU and
Social Development and Resettlement Cell (SDRC) to exchange
information on the issues emerging while implementing the EMP. Develop
good practice construction guidelines to assist the contractors in
implementing the EMP. Assist EMPIU to mobilise consultants for periodic
Environmental Monitoring (air, noise, water, etc.) Programs to ensure
compliance with the Karnataka State Pollution Control Board requirements
and the EMP. Assist EMPIU to prepare and submit regular environmental
monitoring and implementation progress reports. Assist EMPIU to prepare
good practice dissemination notes based on the experience gained from
site supervision.

Qualifications and Experience: A post graduate in Environmental


Engineering/Environmental Sciences or equivalent with adequate working
experience as Environmental Engineer/Environmental Expert in ADB or
other multilateral financing institution assisted projects of similar nature and
complexity, for construction supervision consultancy contracts of major
highway projects using FIDIC Conditions of contract, including experience
in developing EMP guidelines/organizing training/workshop on
Terms of Reference Page 17 of 21 August 2010
2010
Attachment B

Environmental issues, experience also required in execution of major road


projects as Environmental Engineer/ Environmental Expert with
international organization

(h) Social Development specialist (Team Leader’s Office):

Duties: Coordinate with the client and contractor on Social Development


Aspects during implementation. Monitor that prior to handing over the
stretches to contractors, all Land Acquisition and Rehabilitation &
Resettlement Procedures is completed. Coordinate with the Contractor to
facilitate unskilled jobs to the local villagers and any related Social
Development issues that the contractors require to handle.

Qualification and experience: A minimum of bachelor’s degree in


relevant discipline, preferably with post graduate qualification in Social
Sciences (sociology / social work / economics / planning / public
administration/ management or relevant discipline) with adequate working
experience as Social Development Specialist in ADB or other multilateral
financing institution assisted projects of similar nature for construction
supervision consultancy contracts of major highway projects using FIDIC
Conditions of contract, experience also required in major road projects as
social development specialist with international organization

(i) Resident Engineers (Field Offices)

Duties: The Resident Engineer will be in-charge of the respective


contracts supervision and coordinate with the concerned site supervision
team members regularly. He shall be directly responsible for regulating the
construction process i.e. various activities like earthwork, sub-base/base
courses, bituminous/concrete pavement, bridge/culvert works proposed for
being carried out. He will assess the need for any minor design
modifications and interact with the Team Leader’s offices for necessary
approvals. He will report to the Team Leader on a day to day basis
regarding the progress of works. He will also be the Consultant’s nodal
officer on field and liaise with client’s field Executive Engineers and other
staff, in terms of encumbrances clearances and getting any other required
approvals.

Qualifications and Experience: A Civil Engineering graduate, preferably


with post graduation in highway/Transportation engineering or equivalent
with adequate experience as Resident Engineer on ADB or other
multilateral financing institution assisted projects of comparable size and
complexity, for construction supervision consultancy contracts of major
highway projects using FIDIC Conditions of contract, experience also
required in execution of major road projects as RE/DRE with international
organization including one project in any developed country

(j) Construction Safety Expert: (Team Leader’s Office)

Duties: The CSE (National Expert) will formulate work site safety
Terms of Reference Page 18 of 21 August
2010
2010
Attachment B

guidelines, prepare checklists for construction safety auditing by field


supervision team on day-to-day basis, and adequately train the field
personnel of the consultant/contractor involved in safety monitoring. He will
be responsible for reviewing and approving the construction zone safety
plans prepared by the contractors and ensure their strict compliance. He
will be also responsible for reviewing all temporary works / staging along
with the structural / bridge engineer from the safety point of view and will
carry out routine safety audits during the construction period. The safety
specialist will guide the field supervision teams and the contractor’s site
officers in complying with adequate construction safety standards in
worksites, plant sites and quarry locations (if quarries are independently
operated by the contractors) and will undertake hands-on-training
programs and conduct mock safety drills as required from time to time. He
will be coordinating and controlling, through the Team Leader’s office, all
construction safety issues with the construction audit team deployed by the
Client and will be responsible for reporting and following up on construction
lapses as appropriate.

Qualification & Experience: A Graduate in civil Engineering, preferably


with post graduate qualification in Industrial and Construction safety, with
adequate experience in the capacity of a safety engineer/safety expert in
ADB or other multilateral financing institution assisted projects of similar
size and complexity, for construction supervision consultancy contracts of
major highway projects using FIDIC Conditions of contract including
experience of working on height/deep foundations and live traffic situation,
imparting safety training to construction managers and workers, OSHAS
certification is desirable, experience also required in execution of major
road projects as CSE with international organization

Sub-Professional staff whose C.V. will not be evaluated but CV


should be submitted for approval of the client before mobilization:

(k) Deputy Resident Engineers (Field Offices)

Duties: Organize survey team & verify setting out, measure and certify
quantities, inspect works, maintain plant / equipment / machinery /
stockpiles / delivery records, review contractor’ schedules, programs, test
materials, workmanship, maintain and update progress/payment records,
check as-built drawings, Checking and measuring the quantities executed
and processing of Contractor’s payment certificates, etc.

Qualification & Experience: A Civil Engineering graduate, preferably with


post graduation in highway/Transportation engineering or equivalent with
adequate working experience as DRE/ARE in projects of similar nature
and complexity, including experience in ADB or other multilateral financing
institution assisted projects.

(l) Highway Engineer (for field offices)

Duties: Verify setting out, inspect works on day to day basis, maintain
plant / equipment / machinery / stockpiles / delivery records, test materials,
Terms of Reference Page 19 of 21 August 2010
2010
Attachment B

workmanship, maintain and update progress/payment records, check as-


built drawings.

Qualification & Experience: A Civil Engineering graduate, preferably with


post graduation in highway/Transportation engineering or equivalent with
adequate working experience as Highway Engineer in projects of similar
nature and complexity, including experience in ADB or other multilateral
financing institution assisted projects.

(m) Bridge Engineers (for field offices)

Duties: The duties will involve understanding the design provisions of


bridges and culverts, checking of reinforcement, rectifying any apparent
mistakes in respect of them, checking and controlling the proper mix
designs, checking the adequacy of proper form-work, laying/compacting of
concrete including curing operations. He will work in close coordination
with the Quality/Material Engineer to ensure the quality of execution. He
will be guided by the Senior Structural/ Bridge Engineer.

Qualification and Experience: A Civil Engineering graduate, preferably


with post graduation in Structural Engineering or equivalent with adequate
working experience as Bridge Engineer in projects of similar nature and
complexity, including experience in ADB or other multilateral financing
institution assisted projects.

(n) Planning Engineer (Team Leader’s office, full time staff)

Duties: He will assist the Team Leader in reviewing Contractor’s work


program and his resource scheduling. He will assist the Team Leader in
review of the updated/catch up program of the Contractors. He will review
Contractor’s claims for Time Extensions and assess the same using
project management tools such as MS-Project/Primavera and facilitate
Team Leader’s recommendation of the EOTs to the client.

Qualifications and Experience: A Civil Engineering graduate with


adequate experience as planning Engineer in projects of similar nature and
complexity, with working knowledge in using project management tools
such as MS-Project or Primavera in preparing catch up work program,
resources scheduling and critical path assessment and also in evaluation
of EoT claims, Knowledge of FIDIC conditions of contract is desirable.

Terms of Reference Page 20 of 21 August


2010
2010
Attachment B

Annexure to ToR

List of countries considered as Developed countries for the purpose of evaluation of Technical
proposals
(Information Based on International Monetary Fund's World Economic Outlook Report, Oct’09)

Andorra Greenland Norway


Aruba Guam Oman
Australia Hong Kong Portugal
Austria Hungary Puerto Rico
Barbados Iceland Qatar
Belgium Ireland San Marino
Bermuda Isle of Man Saudi Arabia
Brunei Israel Singapore
Canada Italy Slovakia
Cayman Islands Japan Slovenia
Channel Islands Kuwait South Korea
Cyprus Liechtenstein Spain
Czech Republic Luxembourg Sweden
Denmark Macau Switzerland
Estonia Malta Taiwan
Faroe Islands Monaco Trinidad and Tobago
Finland Netherlands United Arab Emirates
France Netherlands Antilles United Kingdom
French Polynesia New Caledonia United States
Germany New Zealand U.S. Virgin Islands
Greece Northern Mariana Islands

Terms of Reference Page 21 of 21 August 2010


2010
Attachment C

KARNATAKA STATE HIGHWAY IMPROVEMENT PROJECT


TERMS OF REFERENCE FOR FIRM OF CONSULTANTS (DRAFT)
SUPPORT THE ESTABLISHMENT AND OPERATION OF THE
PLANNING AND ROAD ASSET MANAGEMENT CENTRE (PRAMC) OF PWD

I BACKGROUND

1. The consulting services are to support the establishment and operation of the
Planning and Road Asset Management Centre (PRAMC) of the Public Works, Ports and
Inland Water Transport Department (PWD). The consulting services will be financed under
the Institutional Development Component of the Karnataka State Highway Improvement
Project (KSHIP) proposed for financing in part by an ADB loan in the amount of $315 m
(currently under processing). This present Terms of Reference (TOR) is for the firm of
consultants (hereinafter referred to as the Consultant).

2. The Karnataka State Highway Improvement Project (the Project) will rehabilitate and
upgrade about 615 km of state highways in the state of Karnataka, India and strengthen the
capacity of the Public Works Department (PWD) of the Government of Karnataka (the
Government) to develop, operate and maintain the state road network. An institutional
development component under KSHIP will include procurement of equipment 1 and
consulting services to support establishment and operation of the Planning and Road Asset
Management Centre (PRAMC) of PWD. A separate TA piggy-backed to the ADB loan will be
provided to support and strengthen PWD capacities in asset management and road safety.
Road safety efforts falling into the areas beyond the PWD responsibility (such as under
Transport and Home Departments) will be supported by a separate small scale TA financed
by ADB grant currently under processing.

3. The road network in Karnataka comprises 3,987 km of national highways (NH),


22,078 km of state highways (SH), 50,037 km of major district roads (MDR), and 147,212 km
of village roads (VR). There is an increasing demand for road transport leading to capacity
constraints on the existing road network. Specifically, 27% of SH and 21% of MDR are
considered to be in good condition, while 14% of SH and 20% of MDR are in poor condition.
More than 13,000 km of SH are already experiencing congestion of various degree, with
more than 7,800 km already operating at the capacity limit.

4. Within the overall road network, the Government of Karnataka has identified an initial
Core Road Network (CRN) of approximately 25,000 km. This CRN encompasses the road
links considered most important for the economic and social development of the State. The
CRN comprises a mix of National Highways (NH), State Highways (SH), Major District
Roads (MDRs) and others. The CRN will be extended over time to include more roads as
existing roads are brought up to standard.

5. Apart from the need to improve road infrastructure, PWD, in charge of overall road
sector development and management, needs sustainable road planning, development, and
asset management system and capacities. Specifically, PWD (i) needs to develop capacities
and establish an objective, data driven processes and tools for planning, programming and
budgeting of the road network, and road maintenance; (ii) does not have adequate capacity
at zonal and district levels for effective operation, maintenance and protection of existing

1
May include hand-held GPS devices to support data collection and monitoring, weigh stations (permanent and
portable), laboratories, permanent and portable traffic counting equipment, computer hardware and software,
equipment for pilot Traffic Incident Management System (TIMS), equipment for the specialized Road Safety Cell
in PWD etc.
Terms of Reference Page 1 of 29 August 2010
2010
Attachment C

roads assets; (iii) does not systematically incorporate safety into lifecycle of state roads; (iv)
lacks an up-to-date, state-specific road design manual; (v) needs to strengthen capacity to
procure and implement road projects under Private Sector Participation schemes; and (vi)
needs to strengthen capacity to integrate environmental and social safeguards into road
design, project implementation and operation of the road network.

6. It is anticipated that institutional development component under KSHIP will mainly


concentrate on addressing issue (i) above, while piggy-back CDTA will focus on assistance
with addressing issues (iv) - (vi). Addressing issues (ii) and (iii) will be supported both by the
institutional development component of KSHIP and the piggy-back CDTA. Road safety
efforts falling into the areas beyond the PWD responsibility (such as under Transport and
Home Departments) will be supported by a separate small scale TA currently under
processing.

7. The PRAMC Consultant is required to take account of the results and


recommendations of several other on-going (and/or completed at the time of the PRAMC
study) studies under ADB-CDTA 1 and ADB-CDTA 2 and SPATA (road safety), and not
duplicate any efforts but integrate the findings into the Consultant’s work.

8. PWD has established a Planning and Road Asset Management Centre (PRAMC),
whose functions include Policy Development and Planning, Programming, Road Safety,
Information Technology support across the whole of PWD, and Training support across the
whole of PWD. An overview of the new organizational structure and responsibilities is given
in Annex 1 and Annex 2. Further details of PRAMC organization and functions are given in
Annex 1.

Figure 1 - PRAMC in the PWD Organization

Terms of Reference Page 2 of 29 August 2010


2010
Attachment C

Figure 2 – PRAMC Organization and Major Functions

9. Figure 3 below gives a high-level Implementation Plan for PRAMC, in terms of its
initial establishment, and the type and duration of the tasks that are expected under these
consultancy services. PRAMC was formally established in year 2010, and since that time,
PWD has been preparing for operationalization of the centre through setting up of office
space, provision of communications facilities, computer hardware etc; it has also identified
and assigned some staff for the implementation of key functions.

10. The services described here will fully operationalize PRAMC, through development
and implementation of new procedures, detailed definition of responsibilities, implementation
of new computer applications, comprehensive documentation of all PRAMC functions,
comprehensive training of PRAMC staff, collection of road and bridge data, and
implementation of a staff training and development program to address staff turnover and re-
training where necessary.

11. It is anticipated that the first six (6) months of these services shall fully develop the
processes and procedures for operation of PRAMC (although these may be subject to
modification throughout the course of these services subject to detailed feedback in training
and use of the procedures). In the subsequent two (2) years, the Consultant shall carry out
functions of the PRAMC together with the PRAMC staff in the apprenticeship mode (as
described in detail in the tasks below) and provide formal and on-the-job training in the
activities required to operate PRAMC. It is anticipated that by the end of these two years,
PRAMC will be fully operational and driven by PWD. The final six (6) months of the services
shall include support from the Consultant, who shall also provide overall recommendations
for future PRAMC operation.

Terms of Reference Page 3 of 29 August 2010


2010
Attachment C

Figure 3 - PRAMC Implementation Plan

2010 2011 2012 2013 2014


Activities
Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2
Formal Establishment of PRAMC (PWD)
Preparation Activities (PWD)
Office
Equipment
Identification and Assignment of Key Staff
Preparatory Phase (PRAMC Consultant)
Development of Processes and Procedures
Dedicated Training of PRAMC staff
Operational Phase (Consulting Services to Support Operations of PRAMC)
On-the-Job Training
Implementation of Processes & Procedures
Consulting Services to Support PRAMC Operations on As Needed Basis
Stand By Support and Recommendations

12. PWD’s experience under the KSHIP program, including planning, programming and
execution of upgrade and improvement works, and the recent introduction of performance-
based maintenance contracts, should be considered in the design of processes and
procedures for PRAMC. Similarly, those of KRDCL (Karnataka Road Development
Corporation Ltd), as a wholly owned Government of Karnataka enterprise for development of
road infrastructure in the State, should also be considered.

II OUTCOME AND OBJECTIVES

13. The outcome of the services will be strengthened institutional capacity of the PWD,
and improved business processes for effective, sustainable, safety conscious and cost
efficient road network planning and asset management.

14. The overall objectives of the services are to:

• Firmly establish PRAMC as a cohesive central office for the planning,


budgeting and programming of public roads in Karnataka;
• Improve planning and decision-making taking into account economic, social
and environmental factors within a rational framework, and with greater
involvement and acceptance of all stakeholders;
• Implement state-of-the-art technology in road asset management along with
efficient and effective business practices and procedures to support a
sustained road assets development and maintenance program;
• Improve coordination of long and medium-term planning with other transport
and development agencies;
• Improve public and external stakeholder support and awareness;
• Improve and coordinate road safety activities in PWD;
• Make efficient and effective use of Information Technology, and ensure
integration of IT systems;
Terms of Reference Page 4 of 29 August 2010
2010
Attachment C

• Improve staff development and training in PWD to help sustain the new
processes being implemented.

III SCOPE OF SERVICES

15. The scope of services under will include, but not necessarily be limited to, the
following tasks:
Task 1: Overall Operationalization of PRAMC
Task 2: Operationalization of Policy & Planning Unit
Task 3: Operationalization of Programming Unit
Task 4: Operationalization of Road Safety Unit
Task 5: Operationalization of Information Technology Unit
Task 6: Operationalization of Training Unit
Task 7: Provision of Transitional Staff

TASK 1: OVERALL OPERATIONALIZATION OF PRAMC

16. Objectives of this Task. The specific objectives of this task are to firmly establish
the Planning and Road Asset Management Centre (PRAMC) as a cohesive central office for
the planning, budgeting and programming of public roads in Karnataka.

17. Review of PRAMC Organization and Staffing. The Consultant shall review the
organizational setup and staffing of PRAMC in relation to its functions, and make
recommendations as appropriate.

18. PRAMC Processes and Procedures:

• The Consultant shall design overall processes and procedures for all functions of
PRAMC. These shall include process models, and detailed workflow charts,
identifying all functions and activities, their inputs and outputs, the offices
responsible, and any constraints on these activities including laws or regulations of
other government agencies. Relationships between PRAMC and external agencies
should be included; as well as relationships between PRAMC and other PWD
offices including KSHIP and KRDCL.
• The Consultant shall review and develop Key Performance Indicators (KPIs) to
monitor the condition and value of road and bridge assets, and provide a set of
comparators/benchmarks from international best practices against which the
performance of road and bridge assets can be measured. These indicators shall
contribute directly to the PWD Business Plan (see below).
• The Consultant shall identify Process Performance Indicators (PPIs) to monitor the
effectiveness and efficiency of the new processes. The Consultant shall establish
procedures for measuring these indicators, and shall measure them to establish the
initial benchmark and verify the appropriateness of the procedures. The Consultant
shall also advise on the setting of performance targets against which the success
of the process changes will be measured.

19. Development of Operations Manual

• The Consultant shall develop an Operations Manual for PRAMC. This manual will
document in detail the policies, procedures and work steps from the PRAMC
processes, including the functions of all offices, and the use of all computer
applications, as developed under this and other tasks. This Operations Manual will
represent a definitive document and working guide for all staff involved in PRAMC,
and will tie together all documentation developed in this project, including the
Terms of Reference Page 5 of 29 August 2010
2010
Attachment C

Pavement Management System, Bridge Management System, Road Accident


Analysis System, etc. as well as other related documentation existing in PRAMC.
• The Operations Manual for PRAMC shall be provided as a hard copy manual, and
also in electronic form to be published and made available to employees on a
PRAMC intranet. The electronic implementation should be easily navigable and
searchable, with cross-references to other documents and supporting policies or
procedures. The Consultant also shall develop standards and procedures for
publication of documents, format of documents, uploading documents to the
intranet, and managing the intranet. Development of intranet services is also
discussed under Task 5.

20. Business Plan and Annual Report. The Consultant shall prepare a Business Plan
and an Annual Report for PWD in the first two full years of these services. The Business
Plan will include economic, social and environmental goals and policies; targets/indicators
for road user satisfaction; clear statement of performance measures; comparison with
established benchmarks; and a clearly presented budget. The Annual Report shall include
goals and targets from the last Business Plan, and shall include assessments of how and
whether these targets have been achieved.

21. Road User Satisfaction Surveys

• The Consultant shall develop procedures and guidelines for the conduct of Road
User Satisfaction Surveys, and conduct a sample survey to familiarize PRAMC
officials with these surveys. The Consultant shall also incorporate the conduct and
use of these surveys into the PRAMC Operations Manual.
• The Consultant shall also advise on how road user concerns should be addressed
in the planning and programming process, and in particular in road safety
programs. As indicated above, Road User Satisfaction should also be addressed
through the Business Plan and Annual Report

22. Awareness Campaign. The Consultant shall prepare and implement an Awareness
Campaign for all internal and external stakeholders involved in the new process. The
Awareness Campaign will ensure awareness of stakeholders of the PRAMC operations and
their implications both for the stakeholders operations/business processes and for the
development and asset management in the state in general. The Consultant shall assist
PWD in giving presentations and seminars as part of this Awareness Campaign.

23. Continual Quality Improvement

• The Consultant shall implement a Continual Quality Improvement program for all
processes in PRAMC. These shall include an annual review of the processes, their
indicators, analysis and recommendations of how quality can be improved in each
area; prioritization of areas for improvement; and specific action plans to improve
quality. The resultant action plans shall be monitored regularly, and used as the
basis for the next year’s quality review.
• The Consultant shall, with PWD, conduct a Quality Review in each of the first two
(2) years of these services, and prepare an action as necessary for the next year’s
operation.

Terms of Reference Page 6 of 29 August 2010


2010
Attachment C

TASK 2: OPERATIONALIZATION OF POLICY & PLANNING UNIT

24. Objectives of this Task

The specific objectives of this task are:

• To establish well-defined responsibilities for all aspects of highway planning and


programming;
• To make decisions more systematic, objective and data-driven regarding project
selection for highway development and maintenance actions;
• To provide justification for budget, and to help direct limited funds towards those
areas where the return on investment will be greatest;
• To consolidate the management and analysis of traffic data, and to improve accuracy
and currency of traffic data available to the planning process;
• To improve management and inspection of bridges in the State; and to better plan for
bridge rehabilitation and maintenance;
• To include explicit social and environmental goals in the planning process.

This task is described as six main sub-tasks:

• Task 2.1: Pavement Management System (PMS)


• Task 2.2: Traffic Data Management
• Task 2.3: Transportation Modeling Tool (TMT)
• Task 2.4: Bridge Management System (BMS)
• Task 2.5: Social and Environmental Policies and Procedures
• Task 2.6: Road Data Collection

TASK 2.1: PAVEMENT MANAGEMENT SYSTEM (PMS)

25. Background to PMS.


• The term “Pavement Management System” is used here to describe the overall
collection of computer applications, processes, and people that together make up the
“system”. Figure 4 shows an overall framework for the computer applications to be
implemented in PWD at this stage. The RIS and GIS exist and are operational. The
RIS shall act as the central repository for all road-related data in PWD. This project
shall implement and institutionalise HDM-4 and a Traffic Data Management System
into the institutional planning and budgeting process of PWD; and ensure that all
systems work together to achieve the objectives outlined above. Other applications
may be added later.

Terms of Reference Page 7 of 29 August 2010


2010
Attachment C

Figure 4 - Pavement Management System for PWD

• The Road Information System (RIS) was initiated in PWD in year 2000 and was
developed as a database of the primary road network in Karnataka (NH/SH/MDR).
The RIS has been operated by the PWD Information Technology (IT) Cell since year
2000.
• A review of the RIS conducted in year 2010 recommended a number of technical
improvements that could be made to the RIS, including network referencing,
strengthening of data quality control, and extensions of data and functionality to
support the planned Pavement Management System (PMS) under this project. These
recommendations have now been implemented, and the RIS will form the central
repository of highway information with which the Pavement Management System
(PMS) will integrate. The RIS is designed to hold most if not all of the data required
for typical PMS analysis.
• The Geographic Information System (GIS) is tightly integrated with the RIS. It holds a
geographical representation of the road network, which relates to the roads and links
identified in the RIS, allowing visualization of data held in the RIS and other related
systems. It also holds other spatial data including towns and villages, administrative
boundaries, population etc. Annex 2 of this TOR gives a technical description of the
RIS and GIS.
• The RIS holds historical road inventory and condition data, and traffic data, from circa
year 2000. The GIS currently holds data that was digitised manually around year
2000, using 1:50,000 topographic maps. PWD has, however, recently collected
updated GPS (Global Positioning Data) that will be used to update the GIS.

26. Review of RIS / GIS

• The Consultant shall review the existing Road Information System (RIS) and
Geographic Information System (GIS), with respect to the data elements for PMS
analysis; the functionality for extracting data from the RIS for PMS analysis; the
functionality for displaying results from the PMS in the GIS; and the functionality for

Terms of Reference Page 8 of 29 August 2010


2010
Attachment C

• The Consultant shall also review the management of GIS and GIS data in PWD. The
Consultant shall make recommendations including the classification of GIS data,
maintenance of metadata (data about data), data quality assurance, integration of
GIS with applications, making other potential users in PRAMC aware of GIS and the
capabilities of GIS, data sharing with other agencies, etc. These are with the
objective of increasing awareness and effective use of GIS throughout PRAMC.

27. Data Collection and Identification of Related Equipment

• PWD is currently collecting road data (including inventory; visual condition; and
roughness data and GPS using ROMDAS equipment), and will continue to collect
these data throughout the course of these services. The Consultant shall review
these activities and make appropriate recommendations for all data collection and
data quality assurance.
• However there are some additional items of data that have been identified as
necessary or important for PMS implementation, and which PWD is not currently
collecting. These include pavement strength data, rut data (profilometer), and axle
load data. In these cases, PWD is procuring data collection equipment separately
under the loan. The Consultant shall identify the necessary equipment, and assist
PWD in procuring such equipment including assisting in preparing bid documents
and evaluation of bids received. The Consultant shall use such equipment to conduct
surveys for the first two (2) years of these services; and shall also train PWD so that
PWD will continue collection of such data beyond the end of these services. See
Task 2.6 for a full description of the road data items to be collected by the Consultant
under these services.

28. Institutionalize the Overall Road Asset Management System in PWD

• The Consultant shall review existing road management policies, and assist PRAMC
in the refinement or development of any additional policies necessary for
implementation of the PMS. The Consultant shall prepare position papers on
necessary policy areas, and present them to executives for approval. Likely policy
areas to be addressed include Asset Management, Asset Valuation, and Vehicle
Overloading.
• The Consultant shall review existing staffing in the Policy & Planning Unit of PRAMC,
and make any recommendations as appropriate.
• The PMS should contribute directly to PWD’s Business Plan and Annual Report, by
allowing measurement of Key Performance Indicators, establishment of multi year
programs and annual plans, and help prepare a financial plan for current and future
road maintenance. The Consultant shall ensure that the PMS contributes directly to
the production of PWD’s Annual Business Plan through support for policies and
production of Key Performance Indicators (KPIs) and targets.
• The Consultant shall develop an approach and procedure for estimating the Asset
Value and depreciation of the Road Network, and for incorporating Asset Value into
the PMS and the Annual Business Plan as described above. This approach should
draw upon international best practice, but should also be based on the agreed data
collection policies and procedures established for the PMS under these services, and
upon any existing rules or guidelines for asset valuation adopted by the Ministry of
Finance.

Terms of Reference Page 9 of 29 August 2010


2010
Attachment C

29. Supply and Implementation of HDM-4

• PWD owns two (2) licenses for HDM-4 version 2.0. In the event that a later version of
HDM-4 is available during the course of these services, the Consultant shall upgrade
PWD’s licenses to the latest version available at that time.
• The Consultant shall work with PWD to ensure that data can be extracted from RIS in
a format suitable for incorporation into HDM-4. This shall be based on a process of
automatic sectioning of the network based on user-defined parameters such as
surface type, roughness, traffic etc. This process shall be interactive, with the user
being able to adjust the resulting sections.
• This data shall include all necessary road inventory, road condition data (including
roughness and visual condition data), pavement strength data, traffic data (including
AADT and axle load data). This data should be aggregated or summarized by the
RIS as appropriate for strategic and program-level analysis; or, exported as-is for
project-level analysis.
• The Consultant shall also ensure that data from HDM-4 can be viewed in PWD’s
GIS-enabled RIS. This includes forward works programs generated under different
budget scenarios.
• The Consultant shall provide training and practical exercises to a maximum of six (6)
PWD staff in all aspects of HDM-4 and its use, including calibration, theory and
practice of deterioration relationships, intervention modeling, economic analysis, road
user costs, and benefit-cost analysis.
• The Consultant shall estimate the average unit cost of road works from historical data
and/or engineering estimates. These could come out of recently completed road
projects or project being prepared for bidding. Cost estimates will be in financial and
economic terms. The Consultant shall adopt the road work costs classification of the
World Bank’s Road Works Knowledge System (ROCKS) and proposed
improvements if needed. The Consultant shall develop procedures for the future
annual update of these unit costs by PRAMC.
• The Consultant shall develop appropriate set of maintenance and improvement
strategies for various categories of roads that are classified based on parameters
such as roughness, traffic, road width, appropriate service-levels etc.
• The Consultant shall estimate the average vehicle fleet characteristics and the
vehicle fleet unit operating costs, in financial and economic terms. The Consultant
shall perform a Level 2 data collection and calibration of the vehicle fleet data
following the recommendations of the Volume 5 of the HDM-4 documentation. The
consultant shall develop procedures for the future annual update of the vehicle fleet
data by PRAMC. The Consultant shall also analyze the actual VOC and IRI data on
typical selected roads of the CRN and establish useful empirical relationships
between the two for use as rules of thumb in feasibility rough and quick
assessments.
• The Consultant shall prepare a strategic network analysis of the Core Road Network
(CRN) using HDM-4, in the first year of these services. This should be based on a life
cycle cost approach, to establish necessary funding levels in general budget
categories to achieve defined levels of performance. The analyses should establish
medium-term budget frameworks including budget forecasts bot for the plan and non-
plan budgets. Analyses should show the consequence of budget constraints to the
users, the road agency and the road network; and should define priorities under
budget constraints.
• The Consultant shall also prepare program analyses of the Core Road Network
(CRN) using HDM-4, in the first year of these services. The outputs of this program
analysis shall include optimized work programs and scenarios under budget
constraints to achieve defined levels of service. The works under these programs
should include road widening, reconstruction, rehabilitation, strengthening,
Terms of Reference Page 10 of 29 August 2010
2010
Attachment C

resurfacing etc. The works under these plans should be prioritized using rational
criteria for investment decisions to maximize the benefits of investment. The outputs
shall include year-wise optimized works programs for different budget levels and
work classes.
• The Consultant shall present the results of the strategic analyses and program
analyses of the CRN to executives in PWD, at the end of the first year of these
services.
• The Consultant shall demonstrate use of the PMS for project level analysis on an
actual project. This should include identification and evaluation of different technically
feasible options such as periodic maintenance, resurfacing, rehabilitation,
reconstruction, capacity improvement, and other improvement and betterment works.

30. Calibration of HDM-4

• The Consultant shall calibrate HDM-4 to local conditions in Karnataka, including


review of previous studies and related projects as appropriate. Calibration of the
technical relationships for predicting road deterioration, works effects and user costs
to local conditions should be performed based on a statistically reliable process. The
calibration should satisfy Level 2 requirements as specified in the document “Local
Calibration and Adaptation of HDM-4”.
• The Consultant shall establish up to six (6) calibration test sections (number and
location to be agreed with PWD), and develop data collection procedures, to enable
PWD to collect detailed data for purposes of refinement of HDM-4 calibration
parameters in future.
• The Consultant shall train up to six (6) PWD engineers in the collection of data for
these calibration test sections.

31. Hit-Rate Analysis

• The Consultant shall develop procedures for conduct of hit-rate analysis, to


determine how realistic the procedures for the predicted maintenance programs
reflect the actual maintenance requirements. Correctness of predictions may be
defined in terms of the types of treatment recommended; the extent and location of
that treatment; and the recommended year for implementation.
• The Consultant shall develop procedures for review of the hit-rate, and investigation
of reasons for inaccurate model predictions, with a view to improving the hit-rate for
future years.

32. Simplified Systems for the non-Core Network. As indicated above, PRAMC
intends to operationalize HDM-4 for the Core Road Network (CRN). For the remaining, non-
core network of SH and MDR (approximately 45,000 km under PWD control), PWD currently
uses simplified processes and procedures for data collection, planning and programming of
road works. The Consultant shall review these processes and procedures in relation to the
non-Core network, and make recommendations for improvement. The Consultant shall
incorporate any revised procedures into the PRAMC Operational Manual.

TASK 2.2: TRAFFIC DATA MANAGEMENT

33. Background to Traffic Data Management

• PWD conducts a road traffic census covering the SH and MDR roads for a period of
7 days once every 5 years. PWD also carries out 2-day sample surveys once a year
on selected and representative roads. The summary results and analysis are
Terms of Reference Page 11 of 29 August 2010
2010
Attachment C

• The RIS stores the average PCU (Passenger Car Units) for each road section. The
paper-based data from the traffic count stations is summarized into spreadsheets
before being converted to PCUs for storage in the RIS.
• PWD does not currently collect axle load data. Some consultant studies in the past
have collected axle load data on selected roads for design purposes.

34. Review of Existing Traffic Counting Program. The Consultant shall review and
make recommendations on the existing Traffic Counting program of PWD, including manual
traffic counts, automatic traffic counts, origin-destination surveys, and axle load surveys.
This review shall take account of the recommendations of other consultants in this area. The
aim of any recommendations should be to improve the quality and timeliness of road traffic
data available; and to provide a flexible and sustainable data collection solution that
addresses the needs of all units of PRAMC. In particular, the proposed operation of
Automatic Traffic Classifiers should be reviewed, and their results used to improve traffic
counts, estimation of annual traffic flows, and traffic projections; also, design and
implementation of a program of axle load surveys should be included.

35. Supply or Develop Traffic Data Management System

a. The Consultant shall supply or develop a Traffic Data Management System (TDMS).
The TDMS will be used by PWD to store data on traffic surveys (including manual
counts, automated surveys, origin-destination surveys, axle load surveys etc.).

b. The TDMS should be compatible with PWD’s existing RIS and GIS described in
Annex 2.

c. TDMS functionality shall include:

• Integrate with the Road Information System (RIS) for network referencing of
traffic count stations, axle load stations and traffic data;
• Define daily, weekly, monthly and seasonal factors as appropriate for
calculation of Annual Average Daily Traffic (AADT) figures, Passenger Car
Unit (PCU) figures, and axle loading;
• Import traffic count data in a generic format from Automatic Traffic Classifiers;
• Load and/or import data from manual traffic counts and weigh stations;
• Apply the above factors to calculate AADT and PCU for specific links;
• Allow estimation of traffic levels for any links that are not covered by explicitly
traffic counts;
• Flexible reporting on all data held within the system, including ability to view
historic growth rates on the network, traffic patterns on individual links etc.

• Highlight any traffic counts that deviate significantly from norm, in order to
identify anomalous data for investigation;
• Highlight any traffic data that is potentially anomalous based on previous
traffic data stored for a road section or area;
• Enable export or sharing of AADT, PCU and Axle Load data with the RIS and
PMS;
• Enable viewing of Traffic Data in PWD’s RIS / GIS.

Terms of Reference Page 12 of 29 August 2010


2010
Attachment C

d. If the software is to be developed by the Consultant, then the Consultant shall


prepare a detailed Design Report. This Design Report will require approval of PWD,
and should form the basis for Acceptance Testing of the system. Any software
developed under this project will become the property of the PWD.

e. The Consultant should address in his proposal how future support and maintenance
of the TDMS would be handled beyond the end of the project.

f. The Consultant shall look to load any historical traffic data available in PWD into the
new TDMS. The Consultant shall prepare a Data Loading and Migration Report
describing all data loaded into the system. If there are any data which the Consultant
believes should not be loaded into the new system, then these should also be
highlighted.

36. Traffic Counting Program Policies and Procedures. The Consultant shall develop
detailed Traffic Counting Program Policies and Procedures, as part of the overall PRAMC
Operations Manual.

37. Acceptance Testing

• The Consultant shall prepare an Acceptance Test Plan for the Traffic Data
Management System. Upon approval by PWD, this Acceptance Test Plan will form
the basis for Acceptance Testing of the system.
• The system will only be considered complete upon formal acceptance by PWD of the
implemented system. The Consultant shall address any issues iteratively, until all
Acceptance Tests are completed satisfactorily.

38. Training. The Consultant shall train up to four (4) PRAMC staff in the operation of
the new TDMS application.

TASK 2.3: TRANSPORTATION MODELING TOOL (TMT)

39. The Consultant shall supply and implement Transportation Modeling Tool (TMT)
software to store, manage, and analyse transportation data; for purposes of modeling travel
demand, trip generation on the road network as a result of proposed road network
development projects, and to incorporate inter-modal demand as a result of other transport
infrastructure initiatives including rail, air and port developments.

40. The Transportation Modeling Tool (TMT) shall be supplied as a single, stand-alone
license.

41. TMT functionality shall include:

• An embedded GIS (Geographical Information System) for mapping of transportation


data, and for spatial analysis including thematic mapping, overlay analysis, buffering,
and shortest-path analysis (time and distance). The embedded GIS shall be
compatible with the GIS implemented by PWD as part of the Road Information
System (RIS) – see Annex 2;
• Storage of road capacity data, including import from the RIS – see Annex 2;
• Creation of matrices for calculation of travel demand;
• Storage of Origin-Destination Survey data;
• Storage of Distance and Travel Times;

Terms of Reference Page 13 of 29 August 2010


2010
Attachment C

• Storage of Traffic Flow data, including import from the Traffic Data Management
System (TDMS) described above;
• Creation and assignment of routes, including assignment of travel demand to
different routes for different categories of traffic;
• Emissions calculation;
• Identification and analysis of impact of transport infrastructure developments and
socio-economic activity on existing and future road traffic demand.

42. The Consultant shall identify in the PRAMC Operations Manual how the TMT will be
used in the overall network planning process; and shall develop procedures for use of the
TMT by the Policy and Planning Unit of PRAMC.

43. Acceptance Testing

• The Consultant shall prepare an Acceptance Test Plan for the Transportation
Modeling Tool. Upon approval by PWD, this Acceptance Test Plan will form the basis
for Acceptance Testing of the software.
• The software will only be considered complete upon formal acceptance by PWD of
the implemented system. The Consultant shall address any issues iteratively, until all
Acceptance Tests are completed satisfactorily.

44. Training. The Consultant shall train two (2) PWD staff in the operation of the new
Transportation Modeling Tool.

TASK 2.4: BRIDGE MANAGEMENT SYSTEM (BMS)

45. Background to BMS. The Road Information System (RIS) was initiated in PWD in
year 2000 and was developed as a database of the primary road network in Karnataka
(NH/SH/MDR). The RIS and associated GIS have been operated by the PWD Information
Technology (IT) Cell since year 2000. Operation and responsibility for the RIS and GIS have
now been transferred to PRAMC. PWD does conduct bridge inspections, however the RIS
does not currently store all data collected, and the RIS does not fulfill the functions of a
comprehensive Bridge Management System. It is intended that this project shall supply BMS
software to help support the new bridge management process. Annex 2 of this TOR gives a
technical description of the RIS and GIS.

46. Review of Available Systems and Data. The Consultant shall review existing
Bridge Data held in the Road Information System (RIS) and Geographic Information System
(GIS), with respect to the data elements needed for BMS analysis, and with a view to
integrating these systems with the new Bridge Management System (BMS) software to be
provided under this project.

47. Design and Implementation of a Bridge Management System for PWD

a. The Consultant shall design new Bridge Inspection Procedures to cover all types of
bridge inspection for bridges in the network (including routine, special and
emergency inspections). Best practice methods and procedures shall be considered
when designing the new procedures. However, the new procedures must be
sustainable in PWD in the long term. The procedures shall include purpose, type,
frequencies, and formats of data to be collected. The new procedures shall address
the needs of all functions which use bridge data in PWD, including long- and
medium-term network planning, feasibility studies, bridge design, and maintenance
planning.

Terms of Reference Page 14 of 29 August 2010


2010
Attachment C

b. Bridge inspections shall include, as a minimum:

• Detailed bridge inventory – including individual piers, spans, abutments,


bearings and expansion joints, approaches, bridge protection works, training
works, bridge construction and maintenance history, design capacity, load
capacity etc.
• Detailed inspections – including individual defects on each of the above
elements, with severity and extent
• Bridge inspection photographs.

c. The Consultant shall make recommendations on existing organizational and staffing


requirements for the new Bridge Management Process, including planning and
scheduling of data collection activities, maintenance and management of bridge
inspection equipment, and collection and analysis of data, for PRAMC and District
Offices as appropriate.

d. The Consultant shall review and recommend potential hand-held devices for
electronic transfer of data to the Bridge Management System that is being
implemented under these services.

e. The Consultant shall identify Key Performance Indicators (KPIs) which are to be used
to monitor bridge conditions. These indicators should include Asset Value, which
should incorporate any rules or guidelines from the Ministry of Finance. The
Consultant shall also establish procedures for measuring Process Performance
Indicators (PPIs), and shall measure them to establish the initial benchmark and
verify the appropriateness of the procedures. The Consultant shall also advise on the
setting of performance targets against which the success of the procedures will be
measured.

f. Upon approval of the new processes and procedures, the Consultant shall produce a
plan for full implementation of the new Bridge Management Process. This shall
include implementation at Central and District levels as appropriate.

g. The Consultant shall review required bridge inspection equipment, and shall prepare
an itemized list of equipment required by PWD to enable it to carry out those
inspections. This may include specialist bridge inspection vehicles for some types of
bridge. The Consultant shall also assist PWD in procuring equipment identified as
necessary to operationalize the BMS including assisting in preparing bid documents
and evaluation of bids received.

48. Inventory and Inspection of Bridges in Karnataka

• Using the new Bridge Inspection Procedures and forms described above, the
Consultant shall conduct an Inventory and Routine Inspection of all Bridges on the
Core Road Network (CRN) in year 1 of these services.
• In year 2 of these services, the Consultant shall conduct a Routine Inspection on all
Bridges. This will include a check on the inventory data recorded in the previous
year.

49. Training

• The Consultant shall providing training on all activities necessary to maintain a self-
sustaining Bridge Inspection Management program in PWD. These shall include, but

Terms of Reference Page 15 of 29 August 2010


2010
Attachment C

not be limited to, bridge inspections, bridge data management, quality assurance,
and operational procedures. This shall include up to sixty (70) staff from Central and
District offices.
• The Consultant must ensure that the new processes and procedures are sustainable
in PWD. Any training for future bridge inspectors must be incorporated into the PWD
Training Calendar.
• Program Monitoring. The Consultant shall develop procedures for monitoring the
implementation of bridge works, and for feeding back relevant information to the BMS
to enable future planning to be more accurate and effective. The feedback must
include location, type, and cost of actual works in the field. The Consultant shall also
provide training in these procedures.

50. Supply and Implementation of Bridge Management System (BMS) Software

a. The Consultant shall supply and install new Bridge Management System (BMS)
software in the Policy & Planning Unit of PRAMC. A commercial off-the-shelf (COTS)
package is preferred. This should be compatible with PWD’s existing RIS and GIS
described in Annex 2.

b. It is anticipated that up to three (3) concurrent users will need access to the BMS at
any one time. The Consultant should give full details of any licensing options,
including per user, per seat, or site licenses, in both his Technical and Financial
Proposals. Note that if the BMS is supplied with optional modules that are licensed
with separate costs, then the costs of each module should be listed separately in the
financial proposal.

c. The Consultant shall work with PWD to ensure that the BMS is integrated with the
existing RIS. The Consultant shall also ensure that data from the BMS can be viewed
in PWD’s GIS.

d. BMS software functionality shall include:

• Detailed bridge inventory – including data on individual piers, spans,


abutments, bearings and expansion joints, approaches, bridge protection
works, training works, bridge construction and maintenance history, design
capacity, load capacity etc.
• Detailed inspection data – including individual defects on each of the above
elements, with severity and extent
• Storage of bridge inspection photographs, design drawings etc.
• Scheduling and monitoring of bridge inspections
• Estimation of repair, maintenance, or rehabilitation costs
• Planning and prioritization of bridge works
• Tracking of completed bridge works
• Calculation and Storage of Asset Value
• Plus any other functionality necessary to support the new Bridge
Management Process being implemented under this project.

e. The Consultant shall look to load any historical bridge data available in PWD into the
new BMS. The Consultant shall prepare a Data Loading and Migration Report
describing all data loaded into the system. If there are any data which the Consultant
believes should not be loaded into the new system, then these should also be
highlighted.

Terms of Reference Page 16 of 29 August 2010


2010
Attachment C

f. The Consultant shall provide training and practical exercises to up to six (6) PWD
staff in all aspects of the BMS software and its operation.

g. The Consultant should address in his proposal how future support and maintenance
of the BMS would be handled beyond the end of the project.

51. Acceptance Testing

• The Consultant shall prepare an Acceptance Test Plan for the Bridge Management
System. Upon approval by PWD, this Acceptance Test Plan will form the basis for
Acceptance Testing of the system.
• The system will only be considered complete upon formal acceptance by PWD of the
implemented system. The Consultant shall address any issues iteratively, until all
Acceptance Tests are completed satisfactorily.

TASK 2.5: SOCIAL AND ENVIRONMENTAL POLICIES AND PROCEDURES

52. Review of Existing Goals, Policies and Procedures. The Consultant shall review
existing social and environmental policies, including state guidelines, PWD internal rules and
policies, and policies of lending agencies.

53. Social and Environmental Procedures

• The Consultant shall prepare comprehensive procedures manuals for PWD project
compliance with existing rules and guidelines. These shall include procedures for
Environmental Surveys, preparation of Environmental Impact Statements; application
for Environmental Clearance; development of Environmental Monitoring Plans; and
monitoring of projects in various stages includes pre-construction, construction and
post-construction.
• The Consultant shall implement a monitoring scheme to track implementation of
social and environmental mitigation measures under projects.
• The Consultant shall train PWD staff in the use of these procedures, at Central and
District levels as appropriate. This shall involve up to sixty (60) staff total.
• The Consultant shall prepare training materials and training courses to enable PWD
to provide internal training in future, to deal with staff turnover and re-training where
necessary.

54. Project Evaluation and Prioritization. The Consultant shall recommend methods
for inclusion of social and environmental goals in project evaluation and prioritization criteria.
Upon approval by PWD, these criteria shall be integrated into the programming process.

TASK 2.6: ROAD DATA COLLECTION

55. This task covers additional items of data that have been identified as necessary or
important for PMS implementation, and which PWD is not currently collecting. PWD is
procuring certain items of data collection equipment under a separate component of the
loan. The Consultant shall use these equipment to conduct surveys for the first two (2) years
of these services; and shall also train PWD so that PWD will continue collection of such data
beyond the end of these services.
56.
57.
58. Figure 5 gives a summary of road data to be collected by the Consultant under this
project.

Terms of Reference Page 17 of 29 August 2010


2010
Attachment C

Figure 5 - Summary of Data to be Collected

Data Length (km) Time Period Likely


Equipment
Video 25,000 One-off in 1st year ROMDAS
Rutting Data 25,000 Annually for 2 years ROMDAS
Pavement Representative Annually for 2 years Falling Weight
Strength samples for 2,500 Deflectometer
km (FWD) &
Ground
Penetrating
Radar (GPR)

59. Video Data. The Consultant shall collect Video Data for the entire Core Road
Network of 25,000 km in the first year of the services only (video data in general should be
updated on average once every five (5) years). This is forward-facing video to be able to
view general layout of road and identify major inventory items. This video data should be
referenced to the road network through video lookup tables.

60. Rutting Data. The Consultant shall collect Rutting Data for the entire Core Road
Network (CRN) of 25,000 km in each of the first two (2) years of the services. The system
should be configured to store both the raw transverse profile data and the rut depth as
calculated in relation to a 2 meter straight-edge. The maximum profile sampling and
recording intervals should be 5 meters.

61. Pavement Strength Data. The Consultant shall collect pavement strength data
using Falling Weight Deflectometer (FWD) and Ground Penetrating Radar (GPR) equipment.
These tests shall be conducted on a subset of 2,500 km of the network, representing various
construction types and ages of pavement These data shall be used in combination to
calculate pavement strength, thickness of pavement layers, and strength parameters used
by HDM-4. The Consultant shall also devise a methodology for extrapolating these data to
the rest of the road network for PMS purposes.

TASK 3: OPERATIONALIZATION OF PROGRAMMING AND MONITORING UNIT

62. Objectives of this Task. The Programming and Monitoring Unit is intended to
evaluate and prioritize projects for inclusion in Annual Works Programs; to prepare Annual
Works Programs and Infrastructure Budgets; to prepare Procurement Plans; to coordinate
with Project Implementation Units for the programming and execution of works; and to
monitor the progress of the Annual Program. The objectives of this task are to fully
operationalise the Programming Unit.

63. Review of Operation and Staffing. The Consultant shall review the operation and
staffing of the Programming and Monitoring Unit, and make recommendations on any
additional staffing needs as appropriate.

64. Programming Process


• The Consultant shall incorporate social and environmental factors, along with
economic factors, into a project evaluation and prioritization mechanism. This is

Terms of Reference Page 18 of 29 August 2010


2010
Attachment C

related to the development of social and environmental goals, and the Pavement
Management System, described under Task 2.
• The Consultant shall develop procedures for preparation of Annual Works Programs
and Infrastructure Budgets, including obtaining of all approvals necessary; and for
the preparation and publication of a Procurement Plan. This may involve coordination
and integration with external stakeholders, Project Implementation Units, District
Offices etc. as necessary. The publication of the Procurement Plan should be
integrated with the e-Procurement services being implemented in the Government of
Karnataka.
• The Consultant shall develop policies and procedures for conduct of preliminary
Feasibility Studies for assessing projects to be included in the work program.
• The Consultant shall prepare a Calendar of Events that describes the activities that
need to take place throughout the year, and the deadlines for each of those activities.
There are climatic and other factors that constrain construction and maintenance
activities differently in different regions of the State. These seasonal variations shall
be incorporated into the Calendar of Events.

65. Right of Way Procurement and Monitoring Process

• The Consultant shall develop procedures for procurement of Right of Way, in line
with social goals, policies and procedures as described in Task 2 above.
• The Consultant shall develop procedures for the Programming Unit to monitor the
procurement of Right of Way by Project Implementation Units and Districts.

66. Program and Project Monitoring

• Program Monitoring. The Consultant shall develop procedures for monitoring the
implementation of the forward works programs, and for feeding back relevant
information to the Planning and Programming processes to enable future planning to
be more accurate and effective. The feedback must include location, type, and cost
of actual works in the field; and delays experienced in project completions and in
obtaining necessary clearances and permits and causes thereof.
• The Consultant shall review existing computer systems in PWD for management and
monitoring of projects and contracts. The Consultant shall make recommendations
for implementation of Project Management Systems in PWD to track progress of
programs, project and contracts in an integrated manner.

67. Project Assessment Procedures. The Consultant shall develop procedures for the
Programming Unit to monitor the conduct of project assessments as carried out by Project
Implementation Units and District Offices.

68. Training. The Consultant shall provide training in all procedures required for the
operationalization of the Programming Unit. This training will include staff from the
Programming Unit, and staff from District Offices and other implementation offices in PWD
as required. This shall involve up to sixty (60) staff total.

TASK 4: OPERATIONALIZATION OF ROAD SAFETY UNIT

69. Background to this Task. In Karnataka, road safety efforts are largely sporadic and
hampered by poor interagency coordination, insufficient road management safety capacity,
and a lack of an effective multi-sectoral Road Safety Action Plan. The Karnataka State
Highway Improvement Project (KSHIP) is undertaking a number of initiatives, including
conduct of road safety audits at various stages of project implementation, strengthening the

Terms of Reference Page 19 of 29 August 2010


2010
Attachment C

road safety capacity in PWD, and developing road safety programs in selected areas. PWD
is also conducting on-going projects (including Capacity Development Technical Assistance
(CDTA) piggy-backed to the KSHIP) for development of standards and guidelines for the
conduct of blackspot programs, Road Safety Audits and the preparation of Road Safety
Action Plans; and the development of guidelines for incorporating Road Safety into the
project life cycle, at design, construction and post construction stages. PWD has developed
a Road Accident Analysis System (RAAS) for recording and analysis of road traffic accident
data, although that system is not fully operationalized yet across all the stakeholders.

70. Objectives of this Task

• The primary objectives of this task are to coordinate all Road Safety functions of
PWD under a single office, the Road Safety Unit, in PRAMC; and to improve
coordination among the various stakeholders involved in Road Safety including
PWD, traffic police, healthcare agencies, and education agencies through the Road
Safety Unit.
• The Consultant should note that this Task 4, for implementation of the Road Safety
Unit, shall be closely coordinated with the ongoing initiatives, especially the ones
establishing road safety policies, standards, guidelines, and tools so that those could
be fully incorporated in the operations of the Road Safety Unit. The Consultant
together with the concerned PRAMC staff will participate in the ongoing initiatives,
such as development of the blackspot program under KSHIP and road safety audits
conducted by the construction supervision consultant under KSHIP to ensure full
understanding of the procedures and gaining hands-on experience.

71. Review of Operation and Staffing. The Consultant shall review the operation and
staffing of the Road Safety Unit, and make recommendations on any additional staffing
needs as appropriate.

72. Road Safety Programs


• The Consultant shall develop a mechanism for prioritization of road safety
improvement programs across the different sectoral agencies; and shall develop
procedures for monitoring the implementation of Road Safety Programs and Projects
in PWD by other agencies, and for measuring their benefits.
• The Consultant shall review the existing system of accident data recording, including
implementation of the Road Accident Analysis System (RAAS) software, training
material and operational guideline. The Consultant shall recommend changes to data
collection procedures, data quality assurance procedures, interagency coordination
etc. to improve quality and timeliness of data for analysis purposes.
• The Consultant shall develop clear guidelines for identification and prioritization of
blackspot improvement projects from existing data. This will be based on the step-by-
step process to identify blackspots developed by the piggy-back SDTA and
experiences in the implementation of the blackspot program under KSHIP. This shall
include recommendation of effective countermeasures depending upon the types of
accident occurring and survey or inspection of the characteristics of the specific
blackspot sites. Alternative road network screening techniques such as international
risk assessment program (iRAP), road safety audits of the road network should also
be assessed and implemented as appropriate.
• The Consultant shall ensure that road safety benefits are incorporated into the new
planning process, and into the prioritization and evaluation criteria of the Annual
Works Program.
• The Consultant together with the concerned PRAMC staff shall prepare annual
blackspot programs, including the prioritized list of blackspots, countermeasures for
each blackspot, sketches/layouts as needed and preliminary costing, including

Terms of Reference Page 20 of 29 August 2010


2010
Attachment C

costing of the preparation of DPRs as necessary. The proposals will be submitted to


the programming and monitoring unit for budgeting. On the completion of the
Consultant services PRAMC staff should be able to prepare blackspot programs on
their own.
• Similar to the blackspot programs, the Consultant together with concerned PRAMC
staff will develop other road safety programs, such as implementation of selected
engineering countermeasures on a mass scale on road network; and multi-sectoral
programs prepared in the interaction with the road safety unit staff deputed from
other departments, such as Home Department, Education and Health. The proposals
for road safety programs will be submitted to the programming and monitoring unit for
budgeting of the PWD share, and to the concerned departments for the budgeting of
their shares as appropriate. On the completion of the Consultant services PRAMC
staff should be able to prepare similar road safety programs on their own.
• The Consultant shall monitor and evaluate the implementation of the road safety
programs, including conducting statistical before/after analysis, overrepresentations
analyses, random field visits/road safety audits etc, and compile annual summary
evaluation reports advising on the effectiveness of the programs and providing
recommendations.

73. Road Safety Audits

• As indicated above, a piggy-back CDTA is producing policy and guidelines for the
conduct of Road Safety Audits, and shall have trained PWD staff in these guidelines.
The Consultant together with the concerned PRAMC staff will participate in selected
road safety audits under KSHIP to ensure full understanding of the procedures and
gaining hands-on experience.
• The Consultant shall consolidate the above-mentioned policies and guidelines, and
shall ensure that these are integrated into the PRAMC Operations Manual. Based on
the developed road safety audit policy, the Consultant shall prepare a provision
requiring conducting road safety audits at various stages in the project development
for incorporation in the PRAMC Operations Manual. The provision will require a sign
off by the road safety unit of all project related documentation, which may include, but
not be limited to: RFPs for DPR consultant, DPRs, and RFPs for the services of the
construction supervision consultant. Following the acceptance of the provision by
PWD, the Consultant together with the staff of the road safety unit will be conducting
a systematic review of the above documentation. PRAMC Operations Manual should
also outline the role of the road safety unit in conducting road safety audits.

74. Road Traffic Accident Statistics. The Consultant shall develop procedures for
submission of Road Traffic Accident Statistics to State statistical agencies and/or to national
government; and for publication of statistics.

75. Publicity Material. The Consultant shall liaise with other stakeholders in road safety,
including police, health and education agencies, and prepare publicity material for dealing
with all aspects of road safety, including those aspects such as public education, drink-drive
campaigns, wearing of helmets, restraining equipment etc.

76. Integration with PRAMC Operations Manual

• The Consultant shall ensure that all policies, procedures, documentation etc. relating
to Road Safety are placed on the PRAMC intranet.
• The Consultant shall ensure that appropriate policies and procedures relating to
Road Safety are referred to from other documentation produced under this project,
and are linked into the PRAMC Operations Manual.

Terms of Reference Page 21 of 29 August 2010


2010
Attachment C

77. KSHTTA. The Karnataka State Highway Traffic and Transport Authority (KSHTTA)
includes in its mandate the oversight and regulation of all road safety activities in the State.
The Consultant shall conduct a seminar with PRAMC and KSHTTA to inform KSHTTA of the
Road Safety initiatives being carried out by PWD, including the establishment of the Road
Safety Unit, and to agree mechanisms for regular review and communication between
PRAMC and KSHTTA.

TASK 5: OPERATIONALIZATION OF INFORMATION TECHNOLOGY UNIT

78. Objectives of this Task. The Information Technology Unit is intended to provide
support for the planning, procurement, implementation, integration and support of IT systems
across PRAMC. This task is intended to fully operationalize the Information Technology Unit.

79. Background to this Task. Some PWD computer systems and applications are
hosted by the National Informatics Centre (NIC) in Bangalore, which also provides network
and systems administration services. However, some IT administration services are also
carried out in-house by the Information Technology Unit.

80. Development of Standards and Procedures

a. The Consultant shall develop standards and procedures for planning, procurement,
implementation, integration and support of technology in PRAMC. These shall
include, but not be limited to, the following:

i. IT Budgeting: including for of all new hardware and software, replacement


strategies for hardware, operation of the communications network (including
costs of leased lines etc.), outsourcing of support, warranty and maintenance
agreements, support etc.
ii. IT Procurement: procedures and guidelines for procurement of IT, especially in
relation to potential cost savings through economies of scale, technical review
and approval of any systems to be purchased or implemented, etc.
iii. IT Architecture: this document should act as a framework within which IT is
planned and established in PRAMC, and should support the applications and
data which are required by PRAMC to support its business needs.
iv. IT Evaluation: Guidelines for evaluation of systems for procurement
v. Acceptance Testing: procedures and guidelines for acceptance testing of any
systems in PWD.
vi. Network Administration
vii. Systems Administration
viii. IT Security
ix. IT Support to End Users in PRAMC, including technical support for systems and
applications.

b. The Consultant shall hold awareness seminars and presentations throughout PWD to
ensure that all PWD units and offices are aware of policies and procedures relating to
IT.

c. The Consultant shall also advise on outsourcing of IT activities by PWD to external IT


firms, and management of outsourced contracts.

81. IT Support

• The Consultant shall establish an IT Support Desk in the Information Technology


Unit, which will be responsible for providing front-line technical support to end users.
Terms of Reference Page 22 of 29 August 2010
2010
Attachment C

• The IT Support Desk shall be contactable by telephone and/or email.


• The IT Support Desk shall also maintain information on the PWD intranet regarding
IT policies and procedures, mechanisms for obtaining support, and resolutions to
commonly occurring problems.
• The Consultant shall review the demand for IT Support within PWD, and give
recommendations on any additional staffing needs in PRAMC, and/or outsourcing of
certain IT support functions to local IT consulting firms.
• Whether IT support services are outsourced or not, the PWD IT Support Desk should
monitor the types of calls, their priority, and the responses to those calls; and
proactively deal with IT-related issues. Results of monitoring should feed into
devising additional training and support strategies for end users.
• Any IT training services provided or arranged by the Information Technology Unit
should also be coordinated with the PRAMC Training Unit.

82. Implementation of Intranet for Policies and Procedures

• The Consultant shall design and implement an intranet site to manage and publish all
PRAMC procedures. The tools used should enable storage and publication of all
documentation produced under these services, in an integrated fashion. Appropriate
security must also be established for document control.
• The Consultant shall store all documents produced under this project (policies,
procedures, polices, training manuals etc) on the intranet site established for this
purpose.
• The Consultant shall also provide training to PRAMC staff in future management and
development of this intranet site.

TASK 6: OPERATIONALIZATION OF TRAINING UNIT

83. Objectives of this Task. The Training Unit will identify training needs across
PRAMC; identify training courses (internal and external) to match those needs; advertise
courses; schedule training courses for staff; record staff completion of courses; and the
effectiveness of training. These functions are designed to improve staff access to training,
improve the quality of training, and so improve implementation of functions throughout
PRAMC and PWD. This task is intended to fully operationalize the Training Unit.

84. Review of Operation and Staffing. The Consultant shall review the operation and
staffing of the Training Unit, and make recommendations on any additional staffing needs as
appropriate.

85. Review of Training Systems


• The Consultant shall review existing computer systems used for management and
monitoring of Training, and shall recommend additional computer systems as
appropriate.
• The Consultant shall make recommendations on integration of the existing Training
Systems with the e-Human Resource system currently employed by Government of
Karnataka.

86. Implementation of the Training Unit. The Consultant shall develop policies and
procedures relating to the Training Unit, and train staff in these new policies and procedures.

87. Awareness Training. The Consultant shall hold awareness seminars and
presentations throughout PWD to ensure that all PWD units and offices are aware of policies
and procedures relating to the Training Unit.

Terms of Reference Page 23 of 29 August 2010


2010
Attachment C

TASK 7: PROVISION OF TRANSITIONAL STAFF

88. Objectives of this Task. This task will provide transitional staff to perform key
functions of PRAMC in the critical first two (2) full years of PRAMC operation, as described
in the PRAMC Implementation Plan in Error! Reference source not found..

89. Provision of Support Staff

1. The Consultant shall provide staff for full-time support to PRAMC for a period of up to
two (2) years after the initial development of policies and procedures. A suggested
breakdown for all such staff is given in Figure 6. These staff will be responsible for the
fulfillment of the functions of PRAMC during the period of the services, as well as training
to PWD counterpart staff. The schedule of these staff is as indicated in the
Implementation Arrangements, Staffing and Schedule.

Figure 6 – Transitional Staff for PRAMC

No Consultant Assigned Position(s) Supported

Chief Engineer
1 Team Leader
Superintending Engineers of PRAMC
Head of Policy & Planning Unit
Head of Programming Office
2 Highway / Transport Planner Head of Right of Way Office
Head of Procurement and Project Monitoring
Office
Road Management System Head of Road Information Systems Office
3
Specialist Head of Transport & Traffic Data Office
Bridge Management System
4 Head of Bridge Inspections Office
Specialist
Head of Environmental & Social Office
5 Environmental or Social Specialist
Head of Project Assessment Office
6 Road Safety Specialist Head of Road Safety Unit
7 IT Analyst Head of Information Technology Unit
8 Training Specialist Head of Training Unit

IV IMPLEMENTATION ARRANGEMENTS, STAFFING AND SCHEDULE

90. PWD will be the executing agency for the consultancy and will provide general
oversight and guidance. The Chief Engineer in charge of PRAMC will be the major point of
contact for the Consultant and will appoint his representatives and counterpart support staff
to interact with the Consultant. In the interim period pending the appointment of the Chief
Engineer, a senior engineer tasked by the Secretary, PWD to fulfil the duties of the Head of
PRAMC will be the major point of contact.

Terms of Reference Page 24 of 29 August 2010


2010
Attachment C

91. The services will be carried out by a firm of international consultants in association
with national consultants. Staffing input of the firm will be 224 person-months of international
consultants and 156 person-months of national consultants with the indicative breakdown of
person-months shown in Table 1. The services will be provided over the period of three (3)
years.
Figure 7 - Indicative Breakdown of Consultant’s Input

International Staff
Tasks Person
No Position
assigned months

1 Team Leader Tasks 1 – 7 32

2 Highway / Transport Planner Tasks 1 – 3 26


Pavement Management / Asset Management
3 Tasks 1 – 3 16
Specialist
4 Transport Economist Tasks 1 – 3 12
5 Environmental Specialist Tasks 1 – 3 6
6 Social Specialist Tasks 1 – 3 6
Tasks 2, 3, 4,
7 Road Management System Specialist 12
5
8 Road Data Collection Specialist Task 2 8
9 Bridge Management System Specialist Tasks 1 – 3 16
10 Road Safety Specialist Task 4 20
11 IT Analyst Task 5 8
12 Training Specialist Task 6 6
National Staff
1 Pavement Managemeent Specialist Task 2 14
2 Road Engineer / Data Collection Specialist Task 2 14
3 Bridge Engineer / Data Collection Specialist Task 2 14
5 Transport Economist Tasks 2, 3 14
6 Training Specialist Task 6 14
7 Environmental Specialist Tasks 1 – 3 14
8 Social Specialist Tasks 1 – 3 18
9 IT Analyst Task 5 18
10 Computer Programmer (1) Task 2, 5 14
11 Computer Programmer (2) Task 2, 5 14

V DELIVERABLES

92. The Consultant shall adhere to the following schedule for deliverables. All dates are
given in terms of months after commencement of services, unless otherwise specified.

93. Progress Reports


• Inception Report, including detailed project plan. Within one (1) month after
commencement of services.
Terms of Reference Page 25 of 29 August 2010
2010
Attachment C

• Monthly Progress Reports


• Final Report

94. Documents / Reports

a. Task 1: Operationalization of PRAMC


• Business Plan & Annual Report (for Year 1)
• Business Plan & Annual Report (for Year 2)
• Operations Manual for PRAMC. Draft. (6 months)
• Operations Manual for PRAMC. Final. (29 months)
• Quality Review of PRAMC Processes for Year 1. (17 months)
• Quality Review of PRAMC Processes for Year 2. (29 months)

b. Task 2.1: Pavement Management System (PMS)


• Identification of Equipment needed (3 months)
• HDM-4 Calibration Report (6 months).
• PMS User Guide (9 months)
• Strategic Analysis of Road Network (15 months)
• Program Analyses of Road Network (17 months)

c. Task 2.2: Traffic Data Management System (TDMS)


• Identification of Equipment needed (3 months)
• TDMS Design Report, including design of TDMS computer application, and
recommendations for improvements to traffic data collection process. (4 months).
• TDMS Application. (9 months)
• TDMS Data Loading and Migration Report. (10 months).
• TDMS User Guide. (10 months).
• TDMS Acceptance Test Report. (12 months).

d. Task 2.3: Transport Modeling Tool (TMT)


• Supply of Transport Modeling Tool (TMT). (9 months).
• TMT Acceptance Test Report. (12 months).

e. Task 2.4: Bridge Management System (BMS)


• Identification of equipment needed (3 months)
• Bridge Management and Inspection Procedures. (4 months).
• Bridge Management System (BMS) application. (9 months).
• Bridge Inventory and Routine Inspection Data - Year 1. (10 months)
• Bridge Routine Inspection Data - Year 2. (22 months)
• BMS Data Loading and Migration Report. (11 months).
• BMS User Guide. (11 months).
• BMS Acceptance Test Report. (12 months).

Terms of Reference Page 26 of 29 August 2010


2010
Attachment C

f. Task 2.5: Social and Environmental Policies and Procedures


• Social and Environmental Procedures Manual. (See PRAMC Operations Manual)

g. Task 2.6: Road Data Collection


• Identification of Equipment needed (3 months)
• Social and Environmental Procedures Manual. (See PRAMC Operations Manual)

h. Task 3: Operationalization of Programming Unit


• Highway Programming Procedures Manual. (See PRAMC Operations Manual)
• Right of Way Procurement Procedures Manual (See PRAMC Operations
Manual).

i. Task 4: Operationalization of Road Safety Unit


• Identification of Tools and Equipment needed (3 months)
• Road Safety Unit Operations Manual incorporating all functions of Road Safety
Unit. (12 months).

j. Task 5: Operationalization of Information Technology Unit


• IT Standards and Procedures. (6 months).
• IT Support Desk Procedures (6 months).
• PWD Intranet. (22 months)

k. Task 6: Operationalization of Training Unit


• Policies and Procedures for Training Unit. (6 months).

l. Task 7: Provision of Transitional Staff


• Transitional Staff schedule is indicated in Task 7.

95. Computer Applications


• For all software applications purchased under this project, the Consultant shall
provide the following documentation:
a) License agreements
b) Installation media in a quantity appropriate to the number of installation sites
c) Administrative manuals in a quantity appropriate to the number of installation
sites
d) User manuals in a quantity appropriate to the number of application users
e) Training material to every student and instructor’s training materials for all
PWD instructors
f) Any other associated manuals

• For all software applications developed under this project, the Consultant shall
provide the following documentation:
a) Program Specifications
b) Design Documents
c) Source Code
d) Installation Procedures
Terms of Reference Page 27 of 29 August 2010
2010
Attachment C

e) Administrative Manuals in a quantity appropriate to the number of installation


sites
f) User Manuals in a quantity appropriate to the number of application users
g) Training material to every student and instructor’s training materials for all
PWD instructors

96. Training

• This section summarises the formal training to be provided under these services. The
Consultant may choose to further sub-divide the training courses as described here.
In addition to the training listed, it is expected that the Consultant shall provide on-
the-job training throughout the course of the services.
• Where training is to involve District Office staff, at least two (2) members of staff from
each District Office should be included in the program; also, the Consultant should
plan to conduct training in at least two (2) locations, north and south Karnataka, to
reduce travel and accommodation costs for trainees.
• All Training and Training Materials will remain the property of the PWD at the end of
the services. PWD will retain the right to conduct future training using the Materials,
such training to be conducted in-house or by any external Training Provider
appointed by PWD.
• All training courses must be incorporated into the PWD Training Calendar.
• Figure includes a list of all formal training to be provided under these services, as
described in the Tasks above.

Figure 8 - Summary of Training to be Provided

Item Training Course Name Location(s) Task Approx No of


Trainees
Strategic & Long Term
1. Planning Processes and PRAMC 1 20
Procedures
Pavement Management
2. System (PMS) Tools & PRAMC 2.1 6
Procedures
PRAMC
Road Data Quality Assurance
3. Quality Control 2.1 10
Procedures
Divisions
Traffic Data Management
4. PRAMC 2.2 6
System Training
PRAMC
Traffic Data Management
5. Districts (North) 2.2 70
Policies and Procedures
Districts (South)
Transport Modeling Tool
6. PRAMC 2.3 2
Training
7. BMS Software Training PRAMC 2.4 6
PRAMC
8. Bridge Inspection Procedures Districts (North) 2.4 70
Districts (South)
PRAMC
Social and Environmental
9. Districts (North) 2.5 70
Policies & Procedures
Districts (South)
Road Data Collection Quality Control
10. 2.6 12
Procedures Divisions
11. Road Data Quality Assurance PRAMC 2.1 10
Terms of Reference Page 28 of 29 August 2010
2010
Attachment C

Procedures Quality Control


Divisions
12. Programming Procedures PRAMC 3 10
PRAMC
Procurement and Project
13. Districts (North) 3 70
Monitoring Procedures
Districts (South)
PRAMC
Right of Way Management and
14. Districts (North) 3 70
Monitoring Procedures
Districts (South)
15. Post-Evaluation Procedures PRAMC 3 4
Procedures for Developing and
16. Monitoring Road Safety PRAMC 4 6
Programs
Procedures for Road Network
Screening (identification of
17. PRAMC 4 6
blackspots) and Conduct of
Road Safety Audits
Procedures for Analysis of
Road Traffic Accident Data;
18. PRAMC 4 6
Processing and Publication of
Accident Statistics
Procedures for Providing IT
19. PRAMC 5 6
Support
PRAMC
Procedures for Obtaining IT
20. Districts (North) 5 70
Support
Districts (South)
Procedures for Updating
21. PRAMC Intranet, including PRAMC 5 6
update of Operations Manual
Procedures for Operation of the
22. PRAMC 6 6
Training Unit
PRAMC
Awareness for End Users of
23. Districts (North) 6 70
the Training Unit
Districts (South)

VI FACILITIES TO BE PROVIDED BY THE CLIENT

97. PWD will make available suitable office space for the Consultant team, during
postings or on-site visits. The Consultants will be housed in the same offices as the Planning
and Road Asset Management Centre (PRAMC) staff.

98. The offices will be equipped with basic office furniture. Usage bills for telephone lines
and internet connections will be borne by the Consultant.

99. All computer hardware (servers, PCs, switches, routers etc.), systems software
(Operating Systems, including Client Access Licenses (CALs)), and connection to PRAMC’s
Local Area Network (LAN) will be provided by PWD. The Consultant shall include in his
proposal costs for any database software licenses or application licenses for applications to
be developed under this project.

Terms of Reference Page 29 of 29 August 2010


2010
Attachment D

TERMS OF REFERENCE FOR FIRM OF CONSULTANTS


CAPACITY DEVELOPMENT TECHNICAL ASSISTANCE (DRAFT)

INSTITUTIONAL DEVELOPMENT AND STRENGTHENING


FOR KARNATAKA STATE HIGHWAY IMPROVEMENT PROJECT

A. BACKGROUND

1. The consulting services are to support the implementation of the Institutional


Development and Strengthening Action Plan (IDSAP) adopted by the Government of Karnataka.
The consulting services will be financed under a capacity development technical assistance
(CDTA) piggy backed to an ADB loan in the amount of $315 m (currently under processing) to
finance the Karnataka State Highway Improvement Project (KSHIP). The present terms of
reference (TOR) are for the firm of consultants (hereinafter referred to as Consultant).

2. The Karnataka State Highway Improvement Project (the Project) will rehabilitate and
upgrade about 625 km of state highways in the state of Karnataka, India and strengthen the
capacity of the Public Works Department (PWD) of the Government of Karnataka (the
Government) to develop, operate and maintain state road network. Consulting services will be
provided to supervise the implementation of civil works and support establishment and
operation of the Planning and Road Asset Management Centre of PWD (PRAMC).

3. The road network in Karnataka comprises 3,987 km of national highways (NH), 22,078
km of state highways (SH), 50,037 km of major district roads (MDR), and 147,212 km of village
roads (VR). There is an increasing demand for road transport leading to capacity constraints on
the existing road network. Specifically, 27% of SH and 21% of MDR are considered to be in
good condition, while 14% of SH and 20% of MDR are in poor condition. More than 13,000 km
of SH are already experiencing congestion of various degree, with more than 7,800 km already
operating at the capacity limit..

4. Apart from the need to improve road infrastructure, PWD, in charge of overall road
sector development and management, needs sustainable road planning, development, and
asset management system and capacities. Specifically, PWD: (i) needs to develop capacities
and establish an objective, data driven processes and tools for planning, programming and
budgeting of the road network, and road maintenance; (ii) does not have adequate capacity at
zonal and district levels for effective operation, maintenance and protection of existing roads
assets; (iii) does not systematically incorporate safety into lifecycle of state roads; (iv) lacks an
up-to-date, state-specific road design manual; (v) needs to strengthen capacities to procure and
implement road projects under Private Sector Participation schemes; and (vi) needs additional
capacities to integrate environmental and social safeguards into road design, project
implementation and operation of the road network.

5. It is anticipated that institutional development component under KSHIP will mainly


concentrate on addressing issue (i) above, while piggy-back CDTA (this assignment) will focus
on assistance with addressing issues (iv) - (vi). Addressing issues (ii) and (iii) will be supported
both by the institutional development component of KSHIP and the piggy-back CDTA. Road
safety efforts falling into the areas beyond the PWD responsibility (such as under Transport and
Home Departments) will be supported by a separate small scale TA currently under processing.

Terms of Reference Page 1 of 12 August 2010


2010
Attachment D

B. OUTCOME AND OBJECTIVES

6. The outcome of the CDTA will be strengthened institutional capacity of the PWD and
improved business processes ensuring effective, sustainable, safety conscious and cost
efficient design, construction, operation and maintenance of state roads. Specific objectives of
the PPTA are to: (i) monitor the work of the Planning and Road Asset Management Division of
PWD (PRAMC), including services of the outsourced positions; (ii) provide advisory support in
strengthening and equipping PWD at the zonal and district levels for effective operation,
maintenance and protection of existing roads; (iii) strengthen road safety management capacity
of PWD and the state; (iv) reviewing road safety program being implemented on two pilot
corridors and providing recommendations; (v) assist with incorporating safety into lifecycle of
state roads; (vi) assist with the implementation of the road safety component under KSHIP; (vii)
develop state-specific Road Design Manual; (viii) provide advisory services for the private sector
participation projects (PSP) and assist PWD in developing capacities to procure and implement
road projects under PSP; (ix) assist PWD in building PWD capacities to integrate environmental
and social safeguards into road design, project implementation and operation of the road
network; and (x) assist with the setup of socio-economic impact monitoring of KSHIP.

C. SCOPE OF SERVICES

7. The scope of services under the CDTA will include, but not necessarily be limited to, the
following tasks:

(i) Monitor PRAMC operations. The Government of Karnataka is committed to establish


PRAMC in PWD which will be responsible for data-driven planning of road network
development and asset management. For consulting support in outsourced areas of
operation of the PRAMC in the initial years before it is fully taken over by PWD, the PWD
will engage an international firm with expertise in road network planning, asset
management, and development and implementation of e-support in this area, including: (i)
development and operationalizing of PRAM System (PRAMS) with pavement
management and bridge management functionalities; (ii) operationalizing of Road
Accident Analysis System (RAAS); and (iii) road data collection methods, techniques and
tools. The Consultant will monitor the work of PRAMC, including services of the
consultants in outsourced areas of operation, review lessons learned, identify issues and
propose countermeasures.
(ii) Strengthen road asset management capacity at zonal and district level. The
Consultant will review institutional arrangements, business processes, practices,
experiences, and capacities to conduct road asset management at zonal and district levels
and provide recommendations and implementation support on all these aspects. This will
also include:
• Identification of changes needed to be made in the institutional arrangements,
additional staffing and training needs;
• Identification of equipment to be procured under KSHIP, such as laboratories,
GIS-based hand held devices for data collection and entry to RAMS, stationary
and portable weigh stations, and pilot state-of-the art equipment for more cost
efficient and road safety conscious maintenance done in-house, such as small
cold milling machines with rumbler attachments etc.;
Terms of Reference Page 2 of 12 August 2010
2010
Attachment D

• Defining detailed business processes ensuring the effective use of the


equipment, such as procedures for joint PWD-Transport Department inspections
for control of overloading and/or (alternatively) legislative changes to allow PWD
alone to conduct such inspections on state highways (similar to the scheme used
by NHAI).
(iii) Strengthen road safety management capacity of PWD and the state. The Consultant
will:
• Review recommendations provided by the ongoing CDTA, identify gaps if any,
and propose amendments to the recommendations as needed. Following the
acceptance by the PWD, the Consultant will provide advisory support in the
implementation of the recommendations;
• Since a specialized Road Safety Cell (RSC) will be created in PRAMC under
KSHIP in the course of the assignment, the Consultant will concentrate on
advisory support and assisting RSC with the operationalization of road safety
policies, procedures, techniques and tools developed under task (v) below;
• Suggest ways of strengthening coordination between the stakeholders in the
state;
• Identify sources of finance that can be used for road safety activities which can
be used by different department involved such as Home, Health, PWD, Transport
and Education.

(iv) Review road safety program on two pilot corridors. PWD together with the Home,
Health, Education and Transport Department are implementing multisectoral safety
program on two pilot corridors. The Consultant will conduct a before-after review of the
program effectiveness and assess relative contribution of the program components to the
extent possible, including both quantitative techniques (such collision causation) and
appropriate qualitative techniques (such as analysis of the major risk factors).

(v) Assist with incorporating safety into lifecycle of state roads. The Consultant will
propose specific road safety tasks to be done at each stage of the road lifecycle including
planning, feasibility, design, construction, pre-opening, post construction, and
operation/maintenance of existing roads; will guide RSC on the implementation, including
through on-the job training for RSC staff; and conduct dedicated road safety training for
RSC and PWD staff. The Consultant will develop specific business processes; road safety
and traffic management tools, policies, practices; and amendments to TOR and bidding
documents to ensure that identified road safety tasks are fully incorporated. This might
include:
• At the design stage: the Consultant might propose/develop: (i) mandatory input
of a road safety engineer on the design team; (ii) road safety audit (RSA) done
by PWD or/and independent third party; (iii) step-by-step RSA process with roles,
responsibilities and reporting requirements, including RSA report templates etc;
(iv) model TORs on the RSA and on the input of the road safety engineer in the
design team; and (iv) policy on RSA of DPRs defining which category roads
should undergo RSA in which mode (mandatory, desired etc).

Terms of Reference Page 3 of 12 August 2010


2010
Attachment D

• At the construction stage: For RSAs of the work zones the Consultant will
develop step-by-step RSA process with roles, responsibilities and reporting
requirements, including RSA report templates etc. The Consultant will also
prepare a model road safety part of the TOR for the construction supervision
consultant, which might include the input of the road safety expert to: (i) conduct
RSA of design (if not done previously); (ii) review and approve temporary traffic
control schemes and inspect work zones to ensure road safety during
construction; (iii) inspect and ensure road safety measures are implemented as
designed; (iv) conduct analysis of road accidents occurred on project roads
during project implementation and propose countermeasures to mitigate road
safety risks; and (v) conduct pre-opening or post-construction road safety audits
immediately after opening to traffic.
• For existing roads: the Consultant will: (i) develop a policy on selection of roads
for RSA (which may be based on the quantitative road network
screening/blackspot identification techniques; (ii) step-by-step RSA process with
roles, responsibilities and reporting requirements, including RSA report templates
etc; (iii) model TORs on the RSA; (iv) step-by-step process on the network
screening/blackspot identification; which may include several options as
applicable, such as qualitative (RSA of the network, iRAP technique) and
quantitative (accident data analysis). For the implementation of the latter, the
Consultant will assess the capabilities of the RAAS and identify needs and
business processes ensuring its operationalization, including systematic data
• For monitoring and evaluation: The Consultant will develop monitoring and
evaluation techniques to identify the effectiveness of road safety work both in
general and for specific countermeasures and on specific road entities, including
before-after quantitative techniques, collision causation analysis techniques
including overrepresentation analyses etc.

(vi) Assist with the implementation of the road safety component under KSHIP. The
Consultant will assist with the implementation of the road safety component under KSHIP
which will include:
• Development of the road safety countermeasures for the selected blackspots
which will include RSA-like analyses of each blackspot site supplemented by
accident data analyses where possible. The services will include field visits to the
blackspot locations conducted together with the concerned PIU KSHIP staff;
development of countermeasures at the pre-feasibility level including sketches,
costing of countermeasures, and providing informed estimates of expected
reduction in accident frequencies and/or severities. This will be a basis for a
further review by concerned PWD staff who will further develop the
recommendations and engage DPR consultants to prepare designs. As the
implementation of the black spot program is already budgeted for 2011, the
Consultant will start the assignment with this task.
• Identification of the needs for equipment and software required to operationalize
RAAS (e.g., GIS hand held devices for RAAS, office requirements and
equipment for the specialized Road Safety Cell which can be procured under
KSHIP), etc and provide advisory support in the use of the equipment.

Terms of Reference Page 4 of 12 August 2010


2010
Attachment D

• Identification of specific needs for equipment for a pilot Traffic Incident


Management System which can be procured under KSHIP.
• Participate in selected RSAs conducted by the road safety expert on the team of
the Construction Supervision Consultant for KSHIP, contribute to the joint RSA
analyses and reports, and provide on-the-job RSA training as needed.
• Coordinate, provide advisory support and share knowledge, reports, results other
relevant information with the consultants to be engaged under a small-scale TA
on creating enabling environment for stepping up the wearing rate of the
motorcycle helmets in the state and other road safety programs.

(vii) Develop State Road Design Manual. The Consultant will develop State Road Design
Manual which will be based on best international manuals/guidelines tailored to local
conditions and will be promoting safe, cost-efficient and sustainable road design
approaches, principles and practices.

(viii) Provide advisory services for PSP and develop capacities to procure and implement
road projects under PPP. The Consultant will review the materials developed by the
World Bank funded Public Private Infrastructure Advisory Facility (PPIAF), experiences
with PSP schemes already implemented and currently under implementation in the state
(including PSP schemes under World Bank financed KSHIP-II), compile best experiences
from other states in India and elsewhere and provide recommendations on the further use
of PSP schemes, amendments to the PSP schemes and/or new PSP schemes for piloting.
The recommendations will include both specific bidding and contractual arrangements,
and measures to build adequate institutional arrangements and capacities in PWD to
procure and implement road projects under PPP, which may include, but not be limited to
the following:
• Advisory support to the creation of a PPP cell within the future PRAMC 1 with
expertise in financial modeling for road projects, risk assessment and risk
allocation, due diligence work, designing and implementing OPMR or just
performance based private sector contracts, performance guarantees and
insurances in private sector projects and mechanisms of dispute resolution.
• Defining specific training needs for the PWD staff, conducting basic training to
the concerned PWD staff on most important aspects of PSP, develop an
advanced training program for selected PWD staff (i.e., PPP Cell), and identify
domestic and overseas training institutions capable of implementing the
proposed advanced training program on PSP.
(ix) Strengthen capacities to integrate environmental and social considerations in road
design and implementation. The Consultant will review institutional arrangements,
business processes, practices, experiences, and capacities to integrate environmental and
social considerations in road design and project implementation and propose specific
recommendations on all of the above, including specific amendments to TORs and bidding
documents, monitoring procedures, additional staffing/training as needed etc.
(x) Assist with the setup of socio-economic impact monitoring of KSHIP. The Consultant
will develop study methodology, approach and implementation plan for socio-economic

1
This road-sector specific PPP Cell is essential and may be either part of the PRAMC or may be housed in
Karnataka Road Development Corporation Limited
Terms of Reference Page 5 of 12 August 2010
2010
Attachment D

impact monitoring of KSHIP, which will include, among others, survey instruments and
approaches to project and control sample selection for purposes of statistical validity of
results and availability of data on indicators selected; appropriate quantitative and
qualitative techniques, approach to the analysis of the results of the baseline and annual
surveys, approaches to identify the mechanisms and process through which impacts took
place, and the factors that enabled or inhibited impacts. The Consultant will develop a
work program for the impact monitoring and conduct training of the concerned PIU KSHIP
staff and the consultants.

C. IMPLEMENTATION ARRANGEMENTS, STAFFING AND SCHEDULE

8. PWD will be the executing agency for the CDTA and will provide general oversight and
guiding. PIU KSHIP as a part of PWD will be responsible for the day-to-day supervision of the
CDTA. The Chief Project Officer (CPO) in PIU KSHIP will be the major point of contact for
CDTA Consultant and will appoint his representatives and counterpart support staff to interact
with the CDTA consultant at the working level.

9. The CDTA will be carried out by a firm of international consultants in association with
national consultants. Staffing input of the firm will be 26 person-months of international
consultants and 32 person-months of national consultants with the indicative breakdown of
person-months shown in Table 1.

Table 1. Indicative Breakdown of Consultant’s Input


International Staff
No. Position Tasks Input
Road Asset Management i, ii (implementation);
1 12.0
Expert (Team Leader) iii—x (management)
2 Road Safety Expert iii-vi 8.0
Private Sector Participation
3 viii 2.0
Expert
4 Highway Design Engineer vii 4.0
National Staff
Highway Engineer (Deputy i, ii, vii (implementation)
5 12.0
Team Leader) iii-vi, ix-x (management)
Private Sector Participation
6 viii 6.0
Expert
7 Social Development Specialist ix-x 4.0
Environmental Safeguard
8 ix 2.0
Specialist
9 Road safety expert iii-vi 8.0

10. The firm and individual consultants will be engaged in accordance with ADB’s Guidelines
on the Use of Consultants and other arrangements satisfactory to ADB on the engagement of
national consultants. The consulting firm will be engaged using ADB’s quality and cost-based
selection procedures (QCBS) with a quality-cost ratio of 80:20. Simplified Technical Proposals
(STPs) will be requested.

Terms of Reference Page 6 of 12 August 2010


2010
Attachment D

11. CDTA will be conducted over a period of 12 months with the Road Asset Management
Expert (Team Leader) and Highway Engineer (Deputy Team Leader) working full time in
Karnataka and coordinating with other team members coming for the shorter periods of time.
International team members will be required to provide at least 90% of their input working in the
project office in Karnataka, while the rest of the input (such as finalizing the reports) can be
done in their home offices. National team members will be required to provide all their input
working in Karnataka (Bengaluru office), or in the field.

12. It is anticipated that the input of the consultant will be in two phases: the first phase is
review and recommendations, and the second – support in the implementation of
recommendations and actions agreed during the first phase, including monitoring, advisory
support, fine-tuning as needed, on-the-job training and dedicated training programs. However,
the Consultant may provide alternative concepts/approaches and related work programs in their
technical proposals.

D. DELIVERABLES

13. Main Reports. The Consultant will prepare an inception report, monthly progress reports,
a draft final report and a final report. All reports will be in English. One hard copy and one
electronic copy of each report will be submitted to PWD, PIU KSHIP and to ADB. One hard copy
of the final report will also be provided to DEA.

(i) Inception Report. To be submitted four weeks after commencing the services. The
report will be based on work and staffing schedules agreed upon during contract
negotiations, will contain refined study design (approach, methodology and work
plan), contain outline table of contents of the final report, highlight problems
encountered and anticipated, and will recommend solutions.

(ii) Progress Reports. Brief reports will be submitted monthly, based on the inception
report implementation and staffing schedules, and identify matters that require the
attention of the state governments and/or ADB.

(iii) Draft Final Report. This report, to be submitted during 11th month, will present all
CDTA outputs, including all results contained in the additional reports outlined below.
The report will summarize the support extended to the implementation of the
recommendations provided in the course of the assignment, specific results
achieved, lessons learned, and further actions and support required. Matrix outlining
issues identified, recommendations provided, implementation status and further
actions will be provided as one of the report appendices. The report will contain a
concise Executive Summary.

(iv) Final Report. This report will be submitted at the end of 12th month, and will
incorporate comments on the draft final report from the PWD, PIU KSHIP and ADB.

14. Additional Reports. The Consultant will prepare additional reports, as follows:

(i) Asset Management Report. This report, to be submitted during 6th month of the
assignment will present:

Terms of Reference Page 7 of 12 August 2010


2010
Attachment D

• Results of the review of existing institutional arrangements, business


processes, practices, experiences, and capacities to conduct road asset
management at zonal and district levels.
• Recommendations/specific actions needed to address issues and gaps identified
in all review areas. The report will contain as one of the appendices a concise
issues-recommendation matrix which will list areas of review, issues identified
and recommended actions to address each issue.

(ii) Road Safety Report. This report, to be submitted during 8th month of the
assignment will present:

• Results of the review and recommendations to strengthen road safety


management capacity;
• Results of the review of the road safety program on two pilot corridors;
• Draft Road Safety Policy and Toolkit to incorporate safety into lifecycle of state
roads;
• Proposed blackspot program (analysis and countermeasures) and other results
of the implementation of KSHIP roads safety component; and
• Specific TORs for RSAs, road safety parts of TORs for construction supervision
consultants, RSA guidelines etc.

(iii) Road Design Manual. This document, to be submitted during 6th month of the
assignment will be based on best international manuals/guidelines tailored to local
conditions and will be promoting safe, cost-efficient and sustainable road design
approaches, principles and practices.

(iv) Private Sector Participation Report. This report, to be submitted during 6th month
of the assignment will present:

• Results of Review of experiences with PSP schemes already implemented


under implementation in the state, best experiences; and
• Recommendations on the further use of PSP in the state, including
amendments to the PSP schemes and/or new PSP schemes for piloting; and
• Recommendations on institutional strengthening and capacity building on PSP.

(v) Report on Safeguards and Socio-economic Project Impact Monitoring. This


report, to be submitted during 6th month of the assignment will present:

• Review institutional arrangements, business processes, practices, experiences,


and capacities to integrate environmental and social considerations in road
design and project implementation;
• Recommendations on all of the above, including specific amendments to TORs
and bidding documents; and

Terms of Reference Page 8 of 12 August 2010


2010
Attachment D

• Recommended approach and setup of socio-economic impact monitoring of


KSHIP.

15. Workshops. The Consultant will deliver following workshops:

(i) Review and Recommendations Workshop. This workshop will be on conducted


review and developed recommendations on all key CDTA areas, including asset
management, road safety, PSP, and safeguards. The workshop will be conducted
by the 5th month of the assignment.

(ii) Dedicated Training Workshops. At least 5 training workshops will be conducted for
the concerned PWD staff, each in the following areas: asset management, road
safety, road design; PSP, and safeguards/project impact monitoring.

(iii) Dissemination Workshop. This workshop will be conducted to present/disseminate


the outcomes of the CDTA contained in the draft final report, and to get feedback on
the draft final report. The disseminating seminar will be delivered by the 21st month
of the assignment.

E. GOVERNMENT INPUT

16. PWD and PIU KSHIP and will provide counterpart staff and part-time support staff for the
CDTA, provide all relevant information and data, and ensure proper level of review of the
recommendations provided by CDTA Consultant. PWD and PIU KSHIP will ensure active
participation of the concerned staff in the field visits, workshops and all on-the-job training
activities.

17. PWD/PIU KSHIP will provide an office for the CDTA Consultant in their premises to ensure
effective cooperation between the CDTA Consultant and PWD/PIU KSHIP staff

18. For the road safety analysis of blackspots and developing road safety countermeasures
for each of them, PWD and PIU KSHIP will: (i) provide a list of blackspots for the road safety
analysis by the CDTA Consultant; (ii) provide DPRs, accident data and other relevant
information regarding each blackspot; (iii) ensure participation of relevant staff in the field visits
together with the CDTA consultant; (iv) review the countermeasures, decide on acceptance and
modifications/alternatives as needed; (v) engage DPR consultants to develop DPRs and traffic
management schemes to implement the countermeasures.

Terms of Reference Page 9 of 12 August 2010


2010
Attachment D

Appendix I

PREFERRED QUALIFICATION REQUIREMENTS FOR KEY PERSONNEL

The qualification requirements in this Appendix are “preferred” qualifications, and meeting them
will result in rating “average” in the technical evaluation. However, qualifications specifically
mentioned with language such as “minimum” or “at least” are minimum qualification
requirements, failing which will be considered as “non-complying” for those specific
requirements.

The qualifications described are to supplement the information already provided in the TOR that
directly or indirectly defines the level and range of expertise, qualifications and experience to be
possessed by the experts, and is, therefore, not an exhaustive list of requirements.

International Experts

1. Team Leader Cum Road Asset Management Expert


Should be a senior level Road Asset Management Expert with a minimum of Bachelors Degree
in Civil Engineering, having experience of at least 15 years, out of which he should have
conducted consulting services on key aspects of road asset management for at least 8 years,
including developing road asset management policies; institutional strengthening; developing
manuals, developing various types of road maintenance contracts, and conducting asset
management training. Must have a combination of experiences in both developed and
developing countries. Experience in Asia would be an advantage. He/she must have a
successful experience in project management at senior levels, including leading large multi-
disciplinary teams and experience in the delivery of TAs financed by one or more external
financiers (ADB, JBIC, World Bank or other bilateral/multilateral funding agencies).

2. Road Safety Expert


Should be a senior level Civil/Traffic Management Engineer or equivalent with a minimum of
bachelor’s degree and preferably with a master’s degree in Traffic/Road Safety Engineering,
with at least 10 years experience in various aspects of road safety management and
engineering. This should include experiences in strengthening road safety management
capacity; developing road safety action plans for agencies/jurisdictions, developing road safety
tools, policies, and guidelines; leading RSA teams and conducting RSAs at various stages in
project implementation; identification and treatment of black spots; road safety monitoring and
evaluation, including accident data analyses. Must have a combination of experiences in both
developed and developing countries.

3. Highway Design Engineer


Should be a senior level Highway Design Engineer with a minimum of Bachelors Degree in Civil
Engineering, having experience of at least 15 years, out of which he should have conducted
consulting services on key aspects of road design including development of road design
manuals and guidelines for at least 10 years. Must have a combination of experiences in both
developed and developing countries.

4. Private Sector Participation Expert.


Should have a minimum of Bachelors Degree in Engineering, Economics, Finance, Business
Administration or equivalent, having experience of at least 15 years, out of which he should
Terms of Reference Page 10 of 12 August 2010
2010
Attachment D

have worked on key aspects of private sector participation in road projects for at least 7 years,
including developing specific bidding and contractual arrangements for PSP (including
designing and implementing OPMR or just performance based private sector contracts);
building institutional arrangements and capacities to procure and implement road projects under
PPP; financial modeling for road projects; risk assessment and risk allocation; due diligence
work; performance guarantees and insurances in private sector projects; mechanisms of dispute
resolution; and training. Combination of experiences in both developed and developing
countries will be an advantage.

National Team

5. Deputy Team Leader cum Highway Engineer


Should be a senior level Highway Engineer with a minimum of Bachelors Degree in Civil
Engineering or equivalent, having experience of at least 15 years, out of which he should have
conducted consulting services both on key aspects of road design and key aspects of road
asset management for at least 10 years, including developing road asset management policies;
institutional strengthening; developing manuals, developing and administration of various types
of road maintenance contracts, and conducting asset management training. He/she must have
a successful experience in project management at senior levels, including leading construction
supervision teams. Experience in the delivery of TAs financed by one or more external
financiers (ADB, JBIC, World Bank or other bilateral/multilateral funding agencies) will be an
advantage.

6. Private Sector Participation Expert.


Should have a minimum of Bachelors Degree in Engineering, Economics, Finance, Business
Administration or equivalent, having experience of at least 15 years, out of which he should
have worked on key aspects of private sector participation in road projects for at least 7 years,
including developing specific bidding and contractual arrangements for PSP (including
designing and implementing OPMR or just performance based private sector contracts);
building institutional arrangements and capacities to procure and implement road projects under
PPP; financial modeling for road projects; risk assessment and risk allocation; due diligence
work; performance guarantees and insurances in private sector projects; mechanisms of dispute
resolution; and training. Experience in the delivery of CDTA projects financed by one or more
external financiers (ADB, JBIC, World Bank or other bilateral/multilateral funding agencies) will
be an advantage.

7. Social Development Specialist.


Should have a master’s degree in social science or equivalent, and have at least 8 years of
experience in preparing, implementing and monitoring social development safeguards in
infrastructure projects. He or she should have experience with the monitoring of socio-economic
impacts of road infrastructure projects and related knowledge of impact monitoring
methodology, techniques and statistical sampling. Must have experience in the preparation,
implementation and monitoring of social safeguards in infrastructure projects financed by one or
more external financiers (ADB, JBIC, World Bank or other bilateral/multilateral funding
agencies).

8. Environmental Specialist.
Should have a master’s degree in environmental science or equivalent, and have at least 8
years of post-graduate experience in preparing, implementing and monitoring the
implementation of the environmental safeguard in infrastructure projects. He or she should be
Terms of Reference Page 11 of 12 August 2010
2010
Attachment D

fully familiar with the legal provisions for environmental management in India. Must have
experience in the preparation, implementation and monitoring of environmental safeguards in
infrastructure projects financed by one or more external financiers (ADB, JBIC, World Bank or
other bilateral/multilateral funding agencies).

9. Road Safety Expert


Should be a Civil Engineer preferably completed dedicated road safety training, with at least 5
years experience in various aspects of road safety with emphasis on the accident data analysis
and developing engineering countermeasures. Experience in application of statistical methods
in data analysis and conducting Road Safety Audits will be preferred.

Terms of Reference Page 12 of 12 August 2010


2010
Attachment E
SUMMARY OF DESIGN STANDARDS AND TECHNICAL APPROACH
(Karnataka, India: Karnataka State Highway Improvement Project)

I: GENERAL DESIGN CRITERIA FOR PROJECT ROADS


A. Design Standards and Guidelines

The adopted standards and criteria for the detailed design of roads and bridges under the
Karnataka State Highways Improvement Project (KSHIP) are as follows:
(i) Standards and Guidelines - by the Indian Roads Congress (IRC);
(ii) Specifications for Roads and Bridges – by MOSRTH;
(iii) Indian Standards - by the Bureau of Indian Standards (BIS) 1 ;
(iv) Standards and Guidelines of the American Association of State Highway and
Transportation Officials (AASHTO); Overseas Road Note 6 (ORN-6) of Transport
Research Laboratory, UK.

B. Road Classification and Design Speed


As KSHIP roads are State Highways (SH), the IRC 73-1980: Geometric Design Standards for Rural
Highways is the primary standard used for the design of cross section, horizontal and vertical
alignment of project roads. As per IRC 73-1980, the ruling design speed of 100 km/h and minimum
design speed of 80 km/h for plain terrain are adopted for all project roads. Lower design speeds are
adopted for sections of road passing through various terrains, i.e., rolling (80/65 km/h), mountainous
(50/40 km/h) and hilly/steep terrain (40/30 km/h). Specific speed limitations were imposed in built-up
areas, primarily to ensure road safety.

C. Cross-Section

Both rural and urban cross-sections (RCS and UCS) were used in the design of project roads as per
IRC 73-1980. Rural cross-section with paved shoulder (RCSPS) consists of two 3.5 m wide lanes
with 1.5m wide paved shoulders, 1.0m wide earthen shoulders and necessary drainage facilities.
Rural cross-section with earthen shoulders of 2.5m (RCSES) are used on links where the paved
shoulders are not warranted Paved shoulders are used to provide additional space for movement of
slow moving and non-motorized traffic and for parking. A 2.5% cross fall for main carriageway and
paved shoulder and 3% cross fall for earthen shoulder was provided. The side slopes of
embankments are kept at a minimum 2 to 1 under ideal conditions as recommended by IRC: 36-
1970 from safety and economic considerations. Two types of the urban cross-section (UCS) are
used: (i) UCS1: two lane carriageway 7.0 m wide with 2.5m to 4.5m wide paved shoulders for slow
moving traffic and parking; and 2.0 m raised kerb footpath (ii) UCS2: divided 4 lane cross-section
(two 7.5m wide carriageways divided by 1.2 m wide median and 2.0 m raised kerb footpath) which
is used in selected urban/town locations experiencing high levels of congestion due to mixed traffic
flow and considerable pedestrian movements.

Maximum superelevation required for 100 km/h design speed is 7%. Since 100 km/h driving speed
could be achieved only by few vehicle categories and most of the heavy goods vehicles generally
travel at lower speeds, it was decided to use 5% superelevation in rural areas and 4% - in built-up
sections 2 .

D. Horizontal and Vertical Alignment

In general, the proposed improvements follow the existing horizontal and vertical alignment.
However, modifying the existing alignment of horizontal curves was often needed to provide the
adopted design speed of 100 km/h. The geometric designs of intermediate stretches (existing
horizontal curves which lacks necessary geometry for 80Kph design speed, series of short curves,
and broken-back curves are realigned) of roads where speeds of 80 km/h are not safely attainable

1
IRC standards and guidelines are specific only to road and bridge works and do not cover all other item of works
while,BIS standards include all work items. Thus BIS standards were used for any specific work item which is not
covered under IRC.
2
Values are recommended by “Geometric Design of Highways and Streets” – AASHTO guidelines.
Attachment E

have been modified to provide consistent speed environments along these stretches.. Summit
curves are designed to satisfy the criteria for Stop Sight Distance (SSD). Intermediate Sight
Distance (ISD) (ISD is twice the SSD) was also met in some vertical summit curves in straight
stretches. Minimum length criteria is fulfilled at all summit and valley curves for the adopted design
speed considering head light sight distance (HLSD, which is also a SSD) criteria as per the
recommendations of IRC: SP-23-1989. A minimum gradient of 0.3% was used to fix grade lines and
to limit the heights of embankments, generally in all rural areas. In villages and other built-up areas,
the minimum gradients are between 0.1% and 0.3%.

E. At-grade Junctions

IRC-SP: 41-1994: Guidelines for the Design of At-Grade Intersections in Rural Areas & Urban Areas
and MORT&H “Type design for highway junctions” are used for the design of at-grade junctions on
project roads which were classified as either major or minor junctions. Major junctions involve NHs,
SHs or MDRs intersecting with the project road, while minor junctions involve village or other roads
intersecting with the project road. Acceleration and deceleration lanes at the identified major
junctions are proposed where warranted based on the traffic data. All minor roads intersecting the
project road are realigned if intersecting angle is less than 60 degrees. At some of the intersections
where project roads are minor were also re-aligned. Due to the very low traffic volumes on minor
roads, geometric improvements at minor junctions typically do not include channelising islands.

F. Road Safety

Raised kerb footpath has been provided along with pedestrian safety barriers in all built-up sections.
Paved shoulders (minimum 2.5m width) are provided in order to delineate slow moving and two
wheeler traffic from heavy vehicles movement where justified. Paved shoulders are further widened
in identified built-up sections to accommodate on-street parking of vehicles. Raised reflective
pavement markers and solar road studs are proposed for clear demarcation of parking lane/ slow
moving vehicles lane and fast vehicles lane along with necessary pavement marking. In built-up
sections, raised pedestrian islands (zebra range) along with necessary lighting facilities are
proposed in built-up sections where justified.

The road marking and road signing were designed as per IRC: 35-1997 and IRC: 67-2001
respectively. Chevron sign boards are proposed in all sharp curves of radius less than 230 m as per
CRRI-TRL “Road safety Manual”. Delineators and object markers are provided as per IRC: 79-1981.
Delineators are used at all curves and in village locations along uncovered drains. Object/hazard
markers are provided in channelising and median islands of junctions and at culvert approaches on
both sides.

Metal beam crash barriers are proposed at locations where the embankment height is more than
3.0 m, at horizontal curves of radius less than 230 m and also at all bridge and culvert approaches.
Design of transitions between steel beam guiderail and concrete barrier is as per AASHTO
(Roadside Design Manual), and uses either a Thrie-Beam transition an acceptable direct transition.
Footpath and Median Pedestrian Barriers are as per Cl.808 of MoRTH.

Speed breakers are as per the IRC: 99–1988 guidelines. Rumble strips are as per ‘Road safety
Manual’ of CRRI/TRL and proposed before sharp curve with radius less than 170m, transition zones
(speed limit zones) and village/urban approaches.

Bus bays are proposed as per IRC: 80-1981. To facilitate parking of trucks, truck lay-byes are
proposed at the identified locations based on the truck parking study carried-out at existing parking
laybyes, hotels, dhabas (country-side restaurants) along the project corridors by collecting truck
driver’s opinion. Typical truck lay-bye design is as per MOSRTH manual and specification for 2-lane
highways.

2
Attachment E

G. Pavement

Pavement of the new construction and upgradation is based on IRC: 37-2001. Overlay design for
the retained portion of the rehabilitation roads is based on IRC: 81-1987 and delineation of
pavement section (based on Benkelman beam deflection data) is per AASHTO Guide for Design of
Pavement Structures, 1993.

H. Storm Water Drainage

The storm water drains have been designed as per IRC SP: 50 for a storm frequency of 2 years, as
appropriate. In open rural areas, trapezoidal earth drains are proposed where necessary. In cuttings
these will be lined where necessary. In urban/built-up areas covered concrete drains are proposed.

E. Bridge Design

The designs of bridges and culverts are based on the relevant IRC Standards, Specifications and
Design Codes as well as the Guidelines set out in the IRC Special Publications. Consideration is
also given to the various circulars and guidelines issued periodically by MOST. Where necessary,
BIS Codes are used. As per IRC 5: 1998, for bridges with a length not exceeding 60m, the entire
the total deck width is kept same as that of the formation width of the road at the approaches. For
bridges exceeding 60m in length, the width of bridge is kept 7.50 m carriageway plus a minimum of
1.50 m wide footpath on either side, wherever required. In general, a clear width (between parapets)
of 11.0m and an overall width of 12.0m are proposed for all project bridges. The types of bridge
structures are standardized and modular. The substructure for the proposed bridges will be RCC.
The abutments will be of wall type/ counterfort with straight or splayed returns and piers will be of
wall type of uniform thickness. Shallow isolated footing has been adopted for the proposed bridges
based on their span configuration and soil parameters. Where necessary, well/ pile foundations are
proposed depending on the soil parameters.

II - SPECIFIC IMPROVEMENT DESIGN

Package : AEP 1 (From Magadi to Koratagere via NH-48, Dobbespet)


• Link 64C (13.88 km - 3.00 km SL and 10.88 km ITL; 0.00 km TL and 0.00 km FL 3 , 2.00 km in
poor condition) is designed at 3 msa 4 & 5 msa for BT & G 5 respectively. RCSES is proposed for
11.50 km and UCS1 – for 2.38 km length. There are 3 major realignments (1.66 km in total), 1
major & 10 minor junction and 2 minor 6 bridges proposed for reconstruction.
• Link 64D (19.91 km - 5.00 km SL; 14.71 km ITL and 0.20 km TL, 2.50 km in poor condition) is
designed at 3 msa & 4 msa for BT & G respectively. RCSES is proposed for 16.25 km and
UCS1 – for 3.1 km length. There are 5 major realignments (2.25 km in total), 1 major & 20 minor
junctions and one minor bridge proposed for reconstruction.
• Link 64E (33.89 km - 11.20 km SL and 22.69 km ITL, 5.50 km in poor condition) is designed at 5
msa & 14 msa for BT & G respectively. RCSES is proposed for 29.58 km and UCS1 – for 4.31
km length. There are 7 major realignments (1.95 km in total), 7 major & 30 minor junctions, and
5 minor bridges proposed for reconstruction.

Package : AEP 2 (From Pavagada- AP Border)

• Link 64H (23.21 km - 20.70 km SL and 2.51 km ITL, 4.15 km in poor condition) is designed at 6
msa & 15 msa for BT & G respectively. RCSES is proposed for 22.31 km and UCS1 – for 0.90
km length. There are no major realignments. There are 5 major & 14 minor junctions and 4
minor bridges proposed for reconstruction.

3
SL = Single Lane; ITL= Intermediate two lanes; TL= two lanes; FL=four lanes
4
millions of standard axles
5
BT=bituminous; G- granular
6
Bridge is considered minor if the total length of bridge is less than 60.0m and major if the total length of bridge is Greater
than or equal to 60.0m.
3
Attachment E

Package : AEP 3 (From Gubbi to Mandya via Beeragonahalli near Yediyur (NH-48), Kowdley)
• Link 57A (49.03 km – entire length of 49.03 km is SL, 12.00 km in poor condition) is designed at
3 msa & 3 msa for BT & G respectively. RCSES is proposed for 44.26 km and UCS1 – for 4.77
km length. There are 6 major realignments (1.35 km in total), 4 major & 16 minor junctions and 8
minor bridges proposed for reconstruction.
• Link 57B (26.43 km – 23.35 km SL; 2.50 km ITL and 0.60 km TL, 8.20 km in poor condition) is
designed at 7 msa & 19 msa for BT & G respectively. RCSPS is proposed for 0.13 km, RCSES
– for 23.27 km and UCS1 – for 3.03 km length. There are 2 major realignments (0.35 km in
total), 2 major & 8 minor junctions, one major bridge (193 m length) and 7 minor bridges
proposed for reconstruction.
• Link 57C (33.16 km – 6.60 km SL; 24.06 km ITL and 2.50 km TL, 3.00 km in poor condition) is
designed at 4 msa & 10 msa for BT & G respectively. RCSPS is proposed for 25.64 km and
UCS1 – for 7.52 km length. There are 19 major realignments (4.21 km in total), 3 major & 53
minor junctions, one major bridge (63.0 m) and 6 minor bridges proposed for reconstruction.

Package : AEP 4 (From Jaglur-NH-13 and about 5 kms from SH-19 : KSHIP Road)
• Link T13 (9.25 km - 1.10 km SL and 8.15 km ITL, 0.95 km in poor condition) is designed at 4
msa & 11 msa for BT & G respectively. RCSPS is proposed for 0.13 km, RCSES – for 8.85 km
and UCS1 – for 0.27 km length. There are no major realignments proposed. There are 2 major
& 6 minor junctions under improvement. Project road runs in expansive soil for a length of 4.0
km for which adequate measures such as raise in road level are proposed. One minor bridge is
proposed for reconstruction in this link.
• Link T17 (5.13 km – 0.90 km SL; 3.63 km ITL and 0.60 km TL, 0.50 km in poor condition) is
designed at 3 msa & 9 msa for BT & G respectively. RCSPS is proposed for 4.55 km, RCSES –
for 0.25 km and UCS1 – for 0.33 km length. There are no major realignments proposed. There
are 3 major & 5 minor junctions under improvement.

Package : AEP 5 (From Padubidri-Karkala)


• Link 48A (27.82 km - entire 27.28 km is ITL, 3.00 km in poor condition) is designed at 7 msa &
20 msa for BT & G respectively. RCSPS is proposed for 22.38 km and UCS1 – for 5.44 km
length. There are no major realignments. There are 4 major & 24 minor junctions under
improvement.

Package : AEP 6 (From Davangere to Birur via Santhebennur and Channagiri)


• Link 42A (53.63 km - 24.00 km SL; 24.80 km ITL and 4.83 km TL, 7.00 km in poor condition) is
designed at 12 msa & 35 msa for BT & G respectively. RCSPS is proposed for 3.83 km, RCSES
– for 39.31 km and UCS1 – for 10.49 km length. There are no major realignments. There are 5
major & 25 minor junctions under improvement. Project links runs in expansive soil for a length
of 7.0 km for which adequate measures such as raise in road level are considered. Two major
bridges (96.0m and 78.0m length) and 5 minor bridges are proposed for reconstruction. One
ROB is proposed in lieu of existing railway crossing.
• Link 42B (51.98 km - 29.80 km SL and 22.18 km ITL, 8.50 km in poor condition) is designed at
10 msa & 30 msa for BT & G respectively. RCSPS is proposed for 3.46 km, RCSES – for 43.89
km and UCS1 – for4.63 km length. There are no major realignments. There are 3 major & 27
minor junctions under improvement. Project road runs in expansive soil for a length of 10.0 km
for which adequate measures such as raise in road level are considered. 3 minor bridges are
proposed for reconstruction. One ROB is proposed in lieu of existing railway crossing.

Package : AEP 7 (From Shelavadi to Mundargi via Gadag)


• Link 27A (30.54 km - 12.19 km SL; 18.06 km ITL and 0.29 km TL, 3.65 km in poor condition) is
designed at 3 msa & 9 msa for BT & G respectively. RCSPS is proposed for 6.51 km, RCSES –
for 20.73 km and UCS1 – for 2.2 km length. Bypass (for a length of 6.14kms) for Gadag Town is
proposed at the end of project link. There are 5 major & 13 minor junctions under improvement.
4
Attachment E

Project road runs in expansive soil for a length of 30.54 kms, for which adequate measures such
as raise in road level are considered. 1 major bridge and 9 minor bridges are proposed for
reconstruction in this link. One ROB is proposed in lieu existing railway crossing.
• Link 27B (32.90 km - 30.87 km SL and 2.03 km ITL, 5.00 km in poor condition) is designed at 11
msa & 33 msa for BT & G respectively. RCSPS is proposed for 1.08 km, RCSES – for 30.48 Km
and UCS1 – for 1.34 km length. There are no major realignments. There are 3 major & 16 minor
junctions under improvement. Project links runs in expansive soil for a length of 15.0 km for
which adequate measures such as raise in road level is considered. 3 minor bridges are
proposed for reconstruction in this link.

Package : AEP 8 (From Mudgal to Gangavathi via Tavaragere and Kanakagiri)


• Link 31A (31.21 km - 27.00 km SL and 4.21 km ITL, 5.80 km in poor condition) is designed at 23
msa & 66 msa for BT & G respectively. RCSES is proposed for 29.42 km and UCS1 – for 1.79
km length. There are no major realignments. There are 2 major & 8 minor junctions under
improvement. Project links runs in expansive soil for a length of 31.30 km for which adequate
measures such as raise in road level are considered. One major bridge (160.0 m length) and 5
minor bridges are proposed for reconstruction.
• Link 31B (42.89 km – 38.50 km SL; 3.79 km ITL and 0.60 km TL, 7.70 km in poor condition) is
designed at 3 msa & 6 msa for BT & G respectively. RCSPS is proposed for 38.69 km, UCS1 –
for 3.58 km, and UCS2 – for 0.64 km length. There are no major realignments. There are 3
major & 11 minor junctions under improvement. Project road runs in expansive soil for a length
of 42.90 kms for which adequate measures such as raise in road level are considered. One
major bridge (62.0m length) and 5 minor bridges are proposed for reconstruction.

Package : AEP 9 (From Soundatti to Kamatagi via Hulikatti, Ramdurg, NH218, Badami and
Pattadakal -Including Mulur Ghat)
• Link 21C (38.47 km - 18.00 km SL; 16.60 km ITL and 3.87 km TL, 6.30 km in poor condition) is
designed at 7 msa & 21 msa for BT & G respectively. RCSPS is proposed for 29.73 km and
UCS1 – for 8.73 km length. There are two major realignments (4.69 km in total) proposed for
Sirsangi town & Mullur Ghat (which are bypassed). There are 7 major & 9 minor junctions under
improvement. Project links runs in expansive soil for a length of 13 km for which adequate
measures such as raise in road level are considered. 6 minor bridges are proposed for
reconstruction in this link.
• Link 21D (45.73 km - 33.10 km SL and 12.63 km ITL, 9.50 km in poor condition) is designed at 4
msa & 13 msa for BT & G respectively. RCSPS is proposed for 3.64 km, RCSES – for 37.72 km
and UCS1 – for4.37 km length. There are no major realignments on project road. There are 4
major & 15 minor junctions under improvement. Project road runs in expansive soil for a length
of 26 km for which adequate measures such as raise in road level is considered. 10 minor
bridges are proposed for reconstruction in this link. One ROB is proposed in lieu existing railway
crossing.
• Link 21E (23.72 km - 18.62 km SL and 5.10 km ITL, 5.80 km in poor condition) is designed at 4
msa & 12 msa for BT & G respectively. RCSPS is proposed for 3.85 km, RCSES – for 17.42 km
and UCS1 – for 2.07 km length. There are no major realignments. There are 6 major & 9 minor
junctions under improvement. Project road runs in expansive soil for a length of 7 km for which
adequate measures such as raise in road level are considered. 7 minor bridges are proposed for
reconstruction.
• Link 21F (22.28 km - 17.80 km SL and 4.48 km ITL, 6.50 km in poor condition) is designed at 4
msa & 12 msa for BT & G respectively. RCSES is proposed – for 18.64 km and UCS1 for 2.11
km length. There are no major realignments. There are 6 major & 16 minor junctions and 9
minor bridges proposed for reconstruction.

Anda mungkin juga menyukai