You are on page 1of 23

Section 7.

Terms of Reference 63

Section 7. Terms of Reference


Assignment/ Project Title: Engineering Consultancy Services for the Design and
Supervision of the Construction of Wastewater Collection
Network, Rehabilitation of the Sewage Pumping Stations,
and Improvement of Wastewater Treatment Plant in Siem
Reap City (MPWT-CS-1A)
Location: Siem Reap City
Assignment Duration: 36 Months (24 months for works supervision, and Detailed
Design Stage, and 12 months for defect liability period)
Assignment Type: Firm

1. PROJECT BACKGROUND

The Sustainable Development Goals (SDGs) on clean water and sanitation present a huge
challenge to Cambodia in terms of accelerating access, reducing disparity and increasing
quality of services. Access to improved water supply and sanitation in Cambodia were 75%
and 49% respectively in 20155. Cambodia has achieved its Millennium Development Goals
(MDGs) for water supply and made progress towards the sanitation target 6 . However,
disparities between the poorest and richest are evident. In urban areas, access rates for
improved water supply were 78% for the poorest and 99% for the richest, while figures for
improved sanitation were 36% and 100% respectively7. Compared to the MDGs, the SDGs
include the additional need to progressively addressing inequalities, achieving universal
access by 2030 and achieving higher level than basic services i.e., safely managed
sanitation and water supply8. The provision of safe piped water into household premises and
the effective management of wastewater (particularly in urban areas) will contribute
significantly towards achieving the SDGs. However, low piped water coverage and a lack of
wastewater infrastructure and adequate associated management systems present a huge
challenge to the timely achievement of the SDGs.

Only 21 percent of people have piped water supply9 which is concentrated in larger towns.
Phnom Penh is well covered with piped water supply, while Siem Reap City and a handful
of provincial and district towns have limited coverage ratios of 13–55 percent. These water
supply systems are operated by autonomous water authorities in Phnom Penh and Siem
Reap City and public waterworks departments in the rest of the country. A lack of public
funding has spurred a significant growth of a domestic private sector financed, constructed,
and operated small-scale piped water supply in many smaller settlements. As of 2018, there
are more than 300 such schemes, of which 247 are licensed by the Government. There are
gap areas that appear suitable for piped water supply services (either as expansion from
adjacent schemes or as new schemes), but currently there are no public funding nor private
interests providing these services. These gap areas are geographically spreading across the
country, and the Government is beginning to focus on these areas to close the gaps. The
sector also lacks a sector-wide investment and financing road map to facilitate investment
prioritization.
Sanitation Only 41 percent of people receive some forms of sanitation service, and 11
percent of households are connected to a sewerage network.10 Even where wastewater is

5
WHO/UNICEF JMP, 2017 (Updated July 2017). Note: Improved sanitation refers to improved sanitation which is
not shared. If shared latrine is included, the figure would be 57%.
6
Per the WHO/UNICEF Joint Monitoring Programme (JMP)
7
WHO/UNICEF JMP, 2015
8
Safely managed water service is defined as improved drinking water source which is located on premises,
available when needed, and free from fecal and chemical contamination. Safely managed sanitation service is
defined as improved sanitation facility which is not shared with other households and where excreta are safely
disposed in-situ or transported and treated off-site.
9
WHO/UNICEF JMP, updated July 2017.
10
Ibid. 16
Section 7. Terms of Reference 64

collected, only a small portion is treated. Currently, only Siem Reap City, Preah Sihanouk
Ville and Battambang provincial towns have wastewater treatment facilities. Because of the
lack of financial resources (including low revenue collection) and capacity constraints, the
facilities and networks have inadequate operation and maintenance (O&M) and have fallen
into disrepair in some areas. In Siem Reap City, a main trunk sewer damaged in 2014
remains unrepaired, severely limiting wastewater reaching the treatment plant. In non-
sewered areas (including rural areas), there is usually heavy reliance on on-site sanitation
facilities (for example, septic tanks, lined and non-lined pits, and overhanging latrines).
Improper fecal sludge management (FSM) leads to wastewater being discharged into the
subsoil or to surrounding water bodies, potentially creating a public health hazard. In Siem
Reap City, only 16 percent of the contained fecal sludge is safely emptied and transported
to the treatment plant.

To address these challenges, the Government of Cambodia has requested the World Bank’s
support for financing investment in water and sanitation with the amount of US$55 million
through the Water Supply and Sanitation Improvement Project (WaSSIP). The project
development objective is to increase access to piped water supply and improved sanitation
services and strengthen the operational performance of service providers in selected towns
and/or communes. The Project has become effective on August 1, 2019 and has two
components, (i) Component 1 will support provincial water supply in selected towns and
communes, and (ii) Component 2 will support provincial sanitation improvement in the Siem
Reap City. Each of the components is in turn subdivided into infrastructure investment
subcomponents, with an associated institutional strengthening, policy, and project
implementation subcomponent included.

Under Component 1, the project will develop water supply systems in various locations
including (a) Stoung district (Kampong Thom province) – in 6 Communes 11 , (b) Saen
Monourom town (Mondulkiri province) – in 4 Sangkats 12 , (c) Phnum Proek district
(Battambang province) – in 4 communes, 13 and (d) other batch 2 locations. Under
Component 2, the project will develop the secondary and tertiary wastewater network in
Siem Reap city to connect city dwellers to the existing wastewater infrastructure and
treatment plant in order to improve the environmental sanitation in the city. This component
will also support rehabilitation and augmentation of the existing sewerage system to improve
its operational efficiency, including rehabilitation and upgrading of sewage pumping stations
and fecal sludge receiving and management systems. Please see
http://projects.worldbank.org/P163876?lang=en for more information about the project.

Ministry of Industry, Science, Technology and Innovation (MISTI) is responsible for the
oversight and monitoring of public urban piped water services and private water operators.14
The Ministry of Rural Development (MRD) is responsible for rural water provision (other than
private water operators) and rural sanitation with predominant focus on on-site sanitation
and hygiene practices. The Ministry of Public Works and Transport (MPWT) is responsible
for urban sewerage and wastewater systems. The responsibility for urban non-sewered
wastewater, including the regulation and management of sludge from septic tanks, is not
clear, although it is de-facto to be managed under MPWT. The Ministry of Environment
monitors the quality of effluents discharged into natural water bodies, and the transport of
any pollutants.
Siem Reap Wastewater

Siem Reap has planned a separate system for sewage collection and urban drainage in the
city. The city is currently served by a sewerage network of 21.7km of sewer pipes covering
four communes (out of 13 communes) in Siem Reap City with a catchment area of 1,000ha

11Kampong Chen Cheung, Trea, Banteay Stoung, Samprouch, Kampong Chen Tboung and Msar Krang
12Monourom, Sokh Dom, Spean Mean Chey and Romonea
13 Phnum Proek, Barang Thleak, Ou Rumduol, and Bour
14
For private water operators, the MIH has taken the role of receiving applications and issuing licenses for private operators to develop and
operate water supply schemes in areas that are not covered by public water service providers.
Section 7. Terms of Reference 65

(24% of the total city surface area). The network is connected to a wastewater treatment
plant (WWTP), constructed in 2010, with treatment capacity of 8,000m3/day (later study done
under the support of Cities Development Initiative for Asia (CDIA) affirmed that the capacity
is 12,500m3/day). While a trunk sewerage network is in place along some main roads, the
secondary and tertiary sewerage networks are not available to allow for house connections
within the planned catchment areas. This has led to a very low sewer connection rate. In
addition, some sections of the interceptor sewer, which is the wastewater mains brining
wastewater from the city to the main pumping stations leading to treatment plant, are
damaged resulting in very little wastewater inflow into the treatment plant. The Asian
Development Bank (ADB) is financing the replacement of the interceptor sewer of 3.7km
(see Attachment 1) with 1,000mm diameter Ductile Iron pipe using pipe-jacking method of
construction.

To maximize the public health benefit of sanitation investment in the city, and to complement
the investment by other development partners, the World Bank-financed Water Supply and
Sanitation Improvement Project (WaSSIP) supports the Government in the development and
construction of secondary and tertiary sewer lines throughout the city. These secondary and
tertiary sewer lines will substantially help to address the sewerage conveyance gap between
households and the existing main trunk sewers. This, in turn, will greatly increase the number
of household connections and the conveyance of sewage to the WWTP. This will also help
separate the collection of municipal wastewater from the surface run-off drainage in the city,
leading to a reduction in fecal contamination in the event of flooding. There are concurrently
a number of projects that are contributing to this effort, and WaSSIP aims to complement
other projects to make the wastewater system complete and functional.

Among those projects, the Government is currently financing the development of


infrastructure in Siem Reap City with total investment of up to $150 million from the national
budget. The scope of the project, hereinafter referred to as “Government project”, also
includes the development of the wastewater collection network (including secondary and
tertiary sewerage) in the central zone and some parts of west and east zones of Siem Reap
city. See below the map for the demarcation of zones covering wastewater network
development in Siem Reap City.

WaSSIP (CW-6)
-6 )
W

Gov. Proj.
(C
IP
S
aS
W

WaSSIP (CW-1 +CW-7)


j.
pro

-7)
v.
Go

(CW

Gov. proj.
IP
SS
Wa

WaSSIP (CW-1 + CW-7)


Section 7. Terms of Reference 66

In complementing the Government project, the wastewater infrastructure investment by the


WaSSIP envisaged in Siem Reap City is divided into five packages (see Attachment 2 for
the description of scope). The detailed work of each package is described below:

i. MPWT-CW-1A: The development of secondary and tertiary sewerage network and


sewerage house connections in parts of East and West zones of the city. This work
covers the construction and installation of secondary and tertiary sewer network for
the catchment area which flows into the existing trunk sewer in East and West part
of Siem Reap City. The flow of sewage through the sewerage network developed
under WaSSIP is independent of the sewerage network being developed under the
Government Project.
ii. MPWT-CW-3: The rehabilitation of the existing three pumping stations, which will be
implemented under Design and Build Contract.
iii. MPWT-CW-4: The improvement to the existing wastewater treatment plant which
includes the reconfiguration of the wastewater inlet, rehabilitation of sludge drying
bed, construction of dried sludge storage zone, and rehabilitation of roads inside the
treatment plant, and other potential minor rehabilitation works.
iv. MPWT-CW-6: The development of wastewater collection network and sewerage
house connections in north west and north central zones of the city (see locations
above) and associated network and facilities that are necessary to bring wastewater
to the existing trunk sewers.
v. MPWT-CW-7: The development of complementary wastewater collection network
(tertiary and secondary network) and sewerage house connections to fill the gap of
the Government project, within World Bank’s ETS, WTS and ISC zones after
completion of Government’s Project in Siem Reap city, to optimize the wastewater
collection to the built sewerage system.

The bidding documents of three packages (i.e. MPWT-CW-1A, MPWT-CW-3, MPWT-CW-


4) have been finalized and the bidding process for selection of Contractors is ongoing. It is
expected that the Contractors for the above packages are onboard around the same time
with the mobilization of the Consultants selected under this consultancy. The study of the
scope and design of the MPWT-CW-6 and MPWT-CW-7 has not yet been conducted and
will be done under this consultancy. While the study for MPWT-CW-6 can start right away
once the Consultants are mobilized, the study for MPWT-CW-7 can only start once the
Government project is completed, which is expected to be in early 2022.

This consultancy assignment addresses targeted civil works construction contracts above
related to Component 2 – the Provincial Sanitation Improvement in Siem Reap City, and the
client of this consultancy is the Ministry of Public Works and Transport (MPWT).

2. OBJECTIVE OF THE ASSIGNMENT

The main objectives of the assignment are to obtain high quality professional engineering
support from a competent and qualified Consulting firm for:

• Undertaking the construction supervision services for the construction of


wastewater infrastructure under three works packages, namely MPWT-CW-1A,
MPWT-CW-3, and MPWT-CW-4, and complete them in all respect within the time
and allocated budget. The works contracts for MPWT-CW-1 and MPWT-CW-3 are
prepared using the World Bank’s Standard Bidding Document for Procurement of
Works, while MPW-CW-4 are prepared using the bidding document following the
Procurement Manual of the Standard Operating Procedures (SOP) for all Externally
Section 7. Terms of Reference 67

Funded Project/Program updated 2019 and its amendment accordingly.


• Undertaking the detailed engineering design and construction supervision
services for the development of wastewater network under two works packages,
namely MPWT-CW-6 and MPWT-CW-7. Under MPWT-CW-6, while the sewerage
system is not currently in place, the study and design shall envisage separate
system, i.e. sewerage network to separate sanitary sewage from storm water, and
various solutions need to be looked at to achieve optimal investment and operation
and maintenance and sewer connections. The scope under MPWT-CW-7 is largely
around complementing the Government project or filling the gap between the
Government project and households.

The subsidiary objective is to expose the counterpart staff of MPWT through hands-on
training in design, project management and construction supervision.

3. SCOPE OF WORK

Considering the above objectives, the tasks under this consultancy are divided into two parts:
(1) the supervision service part, and (2) the engineering design part. The latter is related to
two works packages: MPWT-CW-6 and MPWT-CW-7 described above. The description of
each part of the assignment is provided below.

3.1. Part 1 – Supervision Service

Right at the outset of the assignment for supervision of each of the works package, a meeting
would be convened between the Client and Consultants for a presentation by the Client as
to the current situation in relation to the status of each wastewater infrastructure contract in
Siem Reap to be executed under the project. Thereafter the Consultants would proceed to
meet with the civil works Contractors which would have already been awarded. The meeting
would be chaired by the Client to review the latest agreed work programs for the civil works
contracts. The Consultants, Client, and Contractors will also agree on regular monthly dates
for each contract to conduct monthly site-progress visits during the contracts’ executions.
These meetings should be structured to address challenges which would arise as the
contracts implementation progress and propose and agree upon solutions to those
challenges.

The tasks to be performed by the Consultants under supervision service include, but not
limited to, the following:

1) The Consultants shall: (i) assist the Client and undertake comprehensive day-to-day
contract administration and construction supervision in the implementation of the five
contract packages given in Section 1 above; (ii) represent the Client in any others that
may be required during the implementation of the Consultant’s contract and of the
construction contract, as the Engineer by provision of suitably qualified and
experienced local and international staff; and (iii) ensure the works to be implemented
in conformity with contracts including concerning standards, specifications,
workmanship, designs and drawings and other safety provisions and protection of the
social and environment in accordance with the terms and conditions of the
construction contracts.

2) For MPWT-CW-1A, MPWT-CW-3 and MPWT-CW-4 whose design are done and
bidding documents are prepared prior to the mobilization of this consultancy, the
Consultants shall conduct review of the technical specifications, the construction
drawings, the Bills of Quantities (BoQ), the contract of each works package and other
documents and comment on their consistency and adequacy, and assist the client in
updating the document, if needed. For all works packages under supervision, the
Consultants shall also review the construction methodology, submitted by the
Section 7. Terms of Reference 68

respective Contractor(s) and bring out and promptly report to the Client, if there is any
deficiency and/or inconsistency between them, and recommend for approval the
Contractor’s proposed implementation schedules and programs, including periodic
updates as the works proceed. The report shall bring to the attention of the Client a
list of potential issues that warrant early attention of the Client;

3) For MPWT-CW-3, rehabilitation of three existing pumping stations will be implemented


following Design-Build (DB) type of contract as mentioned above. 15 According to
contractual obligation of the Contractor under such contract, the Contractor shall be
responsible to furnish the design of the required rehabilitation measures. The
Consultants shall be responsible to assure the quality of design by Contractor to align
with the outline design criteria and/or conceptual design and meet the objective(s) of
the project. The Consultants shall review all of those sensibly and provide necessary
recommendations with modification, if required, which will assure the techno-
economic benefit to the Client within the allocated budget. The Consultants shall
furnish to the Client their comments and with recommendation, if any, within 10
working days from receipt of the deliverable from DB Contractor.

4) The Consultants shall expose the counterpart staff of MPWT through hands-on
training in project management and construction supervision and conduct periodic (at
least one per year) workshop for the Client staff on project management and
construction supervision technique for waste water infrastructure contracts.

Below are related to the Consultants’ tasks in contract administration, construction


supervision, safeguards monitoring for each relevant works package.

A. Contract Administration

The Consultants shall assist the Client and undertake in all aspects of administrating the
construction contracts under the conditions of contract, including the following tasks:

a) Review and comment on the proposed construction program, if any. Ensure that the
initial construction program is updated periodically – as per the conditions of the
contract – to reflect the actual timelines in relation to the planned timeline (note: the
original planned timelines are not to be changed unless there is a formal restructuring
of the contracts duration in which case there may be new “planned” timelines);
b) Ensure that monthly Contractor’s progress meetings are organized on fixed dates in
the months of the contract, with a published list of the dates for the entire contract
period circulated to all concerned. Depending on implementation issues, other
meetings may be needed, and Consultant shall also organize those ad-hoc meetings
as required in close coordination with Contractor and the Client;
c) Monitor construction and quality control methods adopted by the Contractors and
assess the adequacy of all Contractor inputs, such as materials, equipment and labor
provided by the Contractor and their methods of work statements in relation to the
required rate of progress and, when required, take appropriate action in order to
expedite progress;
d) Carry out all engineering aspects and necessary procedures to ensure orderly and
unimpeded progress of the construction works and supply of goods, and certify that
quality of works and, where relevant, goods conform to the specifications and
drawings;
e) Carry out any necessary, reasonable design changes and variations to the contract
that may be required as the various works contracts progress with cost-efficiency and
implementability being major factors in the proposed changes;

15
Single –Stage Request for Bids: Plant, Design, Supply, and Installation (Without Prequalification)
Pre-ESF December 2019 available at World Bank procurement website
Section 7. Terms of Reference 69

f) Furnish all revisions and detailed drawings as necessary during implementation;


g) Closely track the physical progress versus the financial payments progress to date
together with the Contractor to ensure that no large lags occur between the physical
progress and financial payments progress, professional GANTT charts are to initially
be developed and updated on a monthly basis. The initial planned dates are NOT to
be changed; it is the actual dates in the GANTT chart that are to be updated each
month;
h) Assist and witness the start-up activities for the construction contract and
commissioning of the works, and also assist in the closeout/hand over of completed
contracts;
i) Ensure the Contractor complies with all relevant ESMP and, if required, Resettlement
Plan. Special attention will be paid to ensure consultations with affected communities
and, where relevant, vendors are carried out, that there is functioning grievance
redress mechanism in place, and that provisions are implemented to minimize
negative impacts to vendors and the traffic in the project area during construction
works. Also, provisions will need to be in place on labor influx management, to
prevent Gender-Based Violence (GBV) and child labor;
j) Prepare monthly and quarterly progress reports of each contract and submit them to
the Client within a week following the month/quarter being reported. Template for the
reports should be agreed with the Client for each contract. The report generally
should include the physical and financial achievements made in the month for which
the report is prepared and highlight major achievement and the resolution to the
obstacles faced. Also, prepare specific reports including value engineering report(s)
to give justification of choice deemed necessary for implementation of the project, as
well as reports on monitoring of implementation of environment and social
safeguards;
k) Prior to completion of all the Works, the Consultant shall prepare and submit the
project completion report including for the overall implementation of Works Contract
and the Consultancy Services. The requirements and contents of each type of reports
shall be discussed and agreed with the Client.
l) Examine, check, comment, and approve Contractor’s proposed detailed design
changes for permanent work;
m) Review and approve the Contractor’s proposals for procurement of materials and
equipment for incorporation into the permanent works, according to approved
specifications and their appropriateness;
n) Carry out inspection and witness testing at source of materials and equipment to be
incorporated into the permanent work;
o) Review and approve a final standard Interim Payment Certificate template and review
and provide recommendation on Contractor’s Interim Payment Certificates (IPC).
Provide an analysis of the reasons for any delays in the submission and eventual
approval of the IPC;
p) Advise on the Contractor’s requests for variation orders and prepare memo and/or
evaluation report giving justification for any variation order, if there are so, and
bringing out the implications on time to complete and cost and furnish appropriate
recommendation for Client’s consideration, and issue such variation orders after
approval of the Client;16
q) Proactively advise on any difficulties and disputes that may arise during construction
of the works, propose solutions to them, and assist in the implementation of the
solutions;
r) Examine, evaluate and recommend to the Client on any “Compensation Events” and
ensuing claims for additional time or payment submitted by the Contractor and other

16
The Consultant should ensure that the Client and Contractor fully well understand the various types of
variations to the contract that can arise and how they are must be handled differently. The two primary scenarios
for variations to the contract are when the quantities of a existing BoQ item changes by more than 25%, the unit
rates should be reviewed and adjusted, upward or downward, depending on the change in quantities. For items
that were never catered for in the original BoQ, these must have the quantities estimated and the unit costs
negotiated. Care must be taken on these “negotiations” as this is no longer a competitive process. These issues
are a critical part of contracts management.
Section 7. Terms of Reference 70

matters that may arise from time to time during the implementation of contracts;
s) Review and approve, if acceptable, (a) as-built drawings and other documentation,
and (b) operation and maintenance manuals submitted by the Contractor;
t) Throughout the duration of the Project implementation stage, assist on liaison with
local authorities and utility agencies/companies; liaison with the World Bank; and
regularly report to all these agencies on progress and other matters relating to Project
implementation;
u) Assist the Client in receiving and apprising World Bank implementation support
missions; and
v) If the Contractor is deemed to be performing inadequately, and there are reasons
contained in the conditions of contract which call for the termination of the Contractor,
the Consultant shall provide advice and guidance to the Client in undertaking the
termination in strict accordance to the conditions of the contract, and assist in the
determination of the monies owed to the Contractor by the Client and owed by the
Contractor to the Client in making the final reconciliation of payments. The Consultant
shall assist the Client in procuring a replacement Contractor complying with the Bank
Procurement Guidelines to finish the uncompleted works.

B. Construction Supervision

The Consultants shall maintain at all time, sufficient site-based staff, with clear allocation of
duties, to supervise day-to-day construction of the works to complement the Contract
Administration tasks listed above. Generally, the Consultants have to ensure that works are
carried out as designed to an acceptable quality in accordance with the specifications and
drawings. Pertinent construction supervision tasks that the Consultants shall perform shall
include, but are not limited to, the following:

a) Interpret all drawings and specifications and other contract documentation as may
be required to ensure compliance of the Contractor with all provisions of the contract
documents;
b) Ensure that the Contractor carries out work in accordance with the approved Method
Statements and ensure the Contractor adopt international safety standards in
carrying out the works;
c) Check that all permanent works are constructed according to approved designs and
specifications and issue “approval to proceed” memoranda based on approval of the
Contractor’s proposals for the construction of each item of the works, failure by the
Contractor to comply should cause rejection of works;
d) Check and approve the construction Contractor’s proposals for temporary works and
construction methods;
e) Establish field survey control, as required, in accordance with the construction
contracts and check that the Contractor’s setting out to work complies with the
tolerances established by the contract documents to ensure proper control of
construction;
f) Check that the Contractor’s proposals accord with statutory or otherwise approved
requirements for maintaining workers and public health, safety and welfare;
g) Monitor and ensure Contractor compliance with Environmental and Social
Management Plans and other approved measures to mitigate adverse environmental
and social impacts of the works;
h) Maintain daily site diaries of each construction contract including progress and
performance, recording all unusual occurrences which may reflect on either the
progress or performance, such as weather, fire, civil commotion, strikes, epidemic,
lack of materials, uncontrollable interference from exterior sources and other similar
events;
i) Cooperate with the Client and the Contractor in matters relating to permits, licenses,
right-of-way, and similar matters, which are within the authority of the Client;
j) Ensure that the Contractor has valid permission to access construction sites before
work commences, and that their site occupation program complies with conditions
Section 7. Terms of Reference 71

applicable to that permission;


k) Maintain, as appropriate, at the site and/or at the office record copies of contracts,
engineering drawings, vendor catalogues and drawings, codes and standards,
survey records, work measurements, test logs, samples, revisions, variation order
information, and related documents and distribute them as required;
l) Assist the Contractor in developing alternative methods, where necessary, to
overcome unforeseen obstacles to the performance or progress;
m) Revise contract drawings and technical specifications as may be required to ensure
compliance with the contract documents. However, any changes in specifications in
the contract must be cleared by the Client and the documentation of the
specifications changes must be sent to the World Bank as well for information
purposes. Uncontrolled changes in specifications are areas for potential fraud and
need to be closely monitored;
n) Check that the Contractor maintains adequate numbers of professionally and
technically qualified staff, as may be specified in their contracts, to execute the works
in proper manner;
o) Keep daily records of the progress of works at construction site and use this
information to check and verify Contractor’s periodic measurements of completed
work and maintain and update such records;
p) Supervise, approve and keep records of, all site tests of the works according to the
specifications;
q) Check and verify that the materials testing laboratories established by the Contractor,
or outsourced to a third-party laboratory is well equipped and staffed by qualified
personnel. In fact, the Consultants shall review and approve the proposed
laboratories to ensure the quality of the outputs, periodically, and randomly,
undertake some parallel tests of the materials with an independent third-party
laboratory and compare the results with those of the usual materials testing lab. The
quality of concrete (crush strength), densities and CBRs of sub-base for foundations
and the hydrostatic pressure test of pipes are the more important tests to be verified,
but not limited to these.
r) Assist the Client in the coordination with other agencies to solve the problems on
traffic, public nuisance and others as may arise from construction;
s) Organize and attend regular site meetings with the Contractor and interested parties,
including relevant community groups (where relevant), to review progress of the
works, remaining program activities, difficulties encountered, and any other matters
affecting works implementation;
t) Attend to, and report on, public complaints concerning execution of the works;
u) Examine, approve and supervise all temporary and permanent traffic management
proposals of the Contractor and ensure that interruption to movement of all road
users is kept to a minimum;
v) Propose and present for the approval of the Client any changes to the contract
documents the Client may deem necessary, providing information on any effects the
changes may have on contract costs and time, and prepare all necessary
change/variation orders including alteration of plans, specifications and other details
for the approval of the Client;
w) Inform the Client on problems or potential problems that may arise in connection with
the construction contracts and make recommendations for possible solutions; and
x) Coordinate and supervise all service/utility diversions and relocations required to
facilitate the timely completion of the contracts, paying close attention to the
associated costs as these are, for the most part, not very well documented as to what
exactly is underground and its condition. Close supervision in the execution of the
works and negotiations of the associated costs is needed.

C. Environmental and Social Safeguards Monitoring and Reporting

This task consists of the performance of environmental and social monitoring prior to and
during the construction of the works to ensure that environmental and social safeguards
Section 7. Terms of Reference 72

requirements of the contract documents and, to the extent possible, the overall project, are
met. The Consultants shall coordinate work with the Client staff and other Ministries and city
agencies as may be necessary and others, as necessary to carry out the monitoring and
evaluation tasks as follows.

a) As part of overall construction supervision tasks, the Consultants shall ensure that
the Contractors carry out the construction works in accordance with the contract
documents and with the Environmental and Social Management Plan (ESMP),
Environmental and Social Impact Assessment (ESIA), Resettlement Plan (if needed)
and other relevant safeguards documentation produced for the Project (namely the
Environmental and Social Management Framework and Resettlement Policy
Framework);
b) Maintain clear records of the Safeguards which can be monitored by the Client and
World Bank;
c) Ensure compliance to project the workers’ health in relation to the COVID-19
pandemic, in line with national regulations and the WB’s Note on COVID-19
considerations in construction/civil works in WB-financed projects;
d) Consultants should ensure that the respective contractors requirements adhere to
the ESMPs with special reference to Occupation Health and Safety (OHS) aspects
for project workers in the construction sites and Resettlement Policy Framework,
including addressing any accidental damages to properties and assets during
implementation of works;
e) In line with the project’s ESMP (and other safeguards related documents), the
consultants shall ensure that the Contractors will carry out meaningful public
consultations (engaging both local communities and affected stakeholders) and
report prior and during construction phase. Public consultations carried out in relation
to this project will follow the guidance provided by the WB’s Technical Note on Public
Consultations and Stakeholder Engagement in WB-supported operations when there
are constraints on conducting public meeting;
f) In line with the project’s ESMP, the Consultant shall ensure that the Contractors will
have in place provisions (including, among others, a Code of Conduct and training
for both project workers and communities) to prevent Gender-Based Violence (GBV)
and Violence Against Children (VAC);
g) The Client has developed procedures for the handling of grievances (GRM), and the
Consultants should ensure that the Contractor is aware of these procedures, follow
the protocols (including proper documentation), and address any works-related
complaints; and
h) The Consultants shall liaise with, and give necessary support to, the individual
environmental and social safeguards consultants hired by the ministry in carrying out
their review, monitoring and evaluation tasks, and fully cooperate with periodic
monitoring visits and spot-checks undertaken by the Client or World Bank.

D. Defects Liability Period

During the standard 12-month Defects Liability Period, there are a number of obligations
(refer Section 11 (Defects Liability) of the General Conditions of Contract supplemented by
the Particular Conditions) of the Contractor, which requires attendance by the Consultants.
During this Period, the Consultants are obliged to carry out any outstanding work that is
specified in the (Partial) Completion Certificates, issued when (a part of) the works has been
substantially completed and handed over to the Client. During the 12-month Defects Liability
Periods, a full-time presence of the Consultant’s team is not required. Visits of key staff,
made flexibly on request by, and in consultation with, the Client, would be sufficient. At the
end of the regular construction period, before start of the Defects Liability Period, the
Consultant shall prepare indicative program for the visits for approval by the Client. It is
advisable that a senior Consultant team member (preferably national deputy team leader)
has at least monthly meetings with the Contractor (preferably local representative) and stays
in frequent contact with the Client. This task comprises, but is not limited to, the following
activities.
Section 7. Terms of Reference 73

a) Check periodically together with contractor all construction and installation and
identify if there are issues in the operation of the works completed by the contractor;
b) Check all construction and installation that has to be remedied and finalized, as
identified in the Completion Certificates or Partial Completion Certificates or Taking
Over Certificate;
c) Instruct the Contractor to rectify, and check the proper remediation of, any defects
that appear during the Defects Liability Period;
d) Scrutinize and verify all statements of completion including financial statements
submitted by the Contractor during the Defects Liability Period, and advise the Client
on their acceptability or on rectification required;
e) Upon completion of the Defects Liability Period and remediation and completion of
all works to the satisfaction of the Client, prepare a Defects Liability Certificate for
issuance to the Contractor, indicating that he has satisfactorily carried out the works,
and is entitled to final payments under the contract;
f) Depending on the details of the conditions of the construction contract, the Consultant
shall scrutinize the Contractor’s Final Statements indicating the final values of the
work constructed, and the final sums to which the Contractor is entitled, verify this
Final Statement and, upon acceptance by the Client, prepare Final Accounts and
Final Certificates to be issued to the Contractor;
g) Advise the Client on any outstanding claim, variation, or change order;
h) Assist and advise the Client on the handling of any case of arbitration and litigation
subsequent to the construction contract;
i) Review and recommend on any outstanding issue related to the Operation and
Maintenance manuals, as prepared by the Contractor;
j) Review and advise on any outstanding issue related to final “As-Built”
drawings/documentation, as prepared by the Contractor; and
k) Prepare and submit a Final Completion Report to the Client, summarizing the
important features of the works, including construction schedules, reasons for
deviations from the schedules, overviews of claims and variation orders, and
including inventory of documents and records prepared during the construction
period, that are handed over to Client.

E. Other tasks

This Task comprises the following activities.

a) Assist in coordination with the Contractor;


b) Assist or participate, as requested, in support programs implemented in parallel with
construction works, such as the Environmental Management Plan, the Resettlement
Action Plan, and any Public Information, Education and Communication (IEC)
Program;
c) If the construction contract is not completed within the specified timeframe, and there
are no amendments to the contract extending the completion date of the contract,
assist the Client in determining the liquidated damages owed by the Contractor to
the Client.
d) Preparation of various reports as outlined in the later section of the Terms of
Reference; and
e) Assist the Client, local communities, and utility agencies, as and when required, in
supervising the connections of any tertiary infrastructure to secondary infrastructure
to ensure that, for example, any tertiary sewers can be/are correctly connected to the
secondary sewerage system at proper positions and levels and are executed in
accordance with the construction schedules.
f) The consultants shall expose the counterpart staff of MPWT through hands-on
training in engineering design, project management and construction and safeguards
supervision and conduct periodic (at least two per year) workshops for the Client staff
on the basic engineering design, project management and construction supervision
Section 7. Terms of Reference 74

technique for wastewater infrastructure contracts as well as on safeguards


monitoring/supervision. The contents of the training workshop needs shall be
developed jointly with the Client.

3.2. Part 2 – Engineering Design

This part of the assignment is for two works packages described in Section 1 above, namely
MPWT-CW-6 and MPWT-CW-7. The works under MPWT-CW-6 will involve development of
a full-fledged wastewater network (secondary and tertiary) and other associated facilities
(potentially pumping stations, and transfer mains) and sewer connections. MPWT-CW-7
however will involve mostly tertiary network installation and house connections to fill the gap
of the Government project. Thus, the scope of design for both packages may vary greatly.
Overall, the Consultants are expected to accomplish the following tasks:

1) Carry out surveys and analysis of the existing situation of wastewater collection,
disposal, and house connections in the respective zones;
2) Develop a concept and a feasibility for connecting residential/domestic premises;
commercial and industrial establishments, and community and public buildings to the
sanitary wastewater collection and conveyance network, and, in case of MPWT-CW-
6, assess options for various technical solutions including decentralized vs.
centralized system, simplified sewerage etc. to achieve optimal investment and
operation and maintenance;
3) Prepare detailed engineering design documents, detailed engineering drawings, Bill
of Quantities, technical specifications, cost estimates and provide any other required
technical information to be embodied in the bidding document;
4) Ensure that the designs are in compliance with the national environmental and social
laws and regulations (including the Ministry of Environment’s Prakas on
Environmental Impact Assessment) and World Bank’s environmental and social
safeguard requirements, including the update of the preliminary site-specific
Environmental and Social Management Plan (ESMP) and update (as required) of the
Resettlement Plan (RP).17

Specifically, the Consultants are expected to undertake the following tasks:

A. Surveys and Analysis of Existing Situation

The Surveys and Analysis of Existing Situation to be performed by the Consultants include,
but not limited to, the following:

a) The Consultants shall study the topography of the project area and prepare
topographic map showing the physical features (lakes, rivers, stream or drainage
course, permanent structures including retaining walls, bridges and culverts, streets
or road carriage way and sidewalks) and the residential and institutional/commercial
properties and suggest a layout of the collection network of domestic wastewater
separating from the stormwater drainage. The Consultants shall generate ground
profile data using accurate electronic Total Station. The elevation shall be based on
a nationally accepted datum in conformity with the other works completed and
proposed for sewerage improvement in the city.
b) The Consultants shall prepare an accurate set of digital elevation data for the
proposed sewers, especially along the proposed secondary and tertiary sewers. The
survey data shall be presented in electronic format such as CADD drawing files and
digital elevation model (DEM) files and in hard copy drawings. CADD drawings shall

17
The preliminary site-specific ESMP and RP will be prepared by the MPWT prior to Consulting firm mobilization.
Section 7. Terms of Reference 75

include the profile of secondary and tertiary to the existing manholes.


c) The Consultants shall analyze the existing sanitation in the project areas and would
survey and map the existing sewer and drainage system. This would include
recording the existing invert levels (tied to the DEM dataset) to all outlets from each
house / commercial enterprise. The output from the Consultants would be a design
which provides for the rational separation of wastewater and stormwater at the
household levels and then conveying the wastewater into the proposed network. The
Consultants shall coordinate with the Consultants (MPWT-CS-3) who will undertake
the sewer connection program for garnering support for sewer connections among
households and businesses located within the catchment area.
d) The Consultants shall also conduct geo-technical investigations along the proposed
route of secondary and tertiary sewers, as deemed necessary for grounding the
sewers in MPWT-CW-6 project area. However, approval for the scope of
geotechnical surveys will have to be obtained from the MPWT before the survey is
undertaken.
e) Reassess/verify expected environmental and social impacts of the proposed
interventions, including and potential mitigation/avoidance measures, in line with
both the national environmental and social regulations and the project’s ESMF and
RPF, and site-specific ESMP and RP (prepared by MPWT).

B. Feasibility assessment

a) The consultancy assignment will (i) design (30 year design horizon) an optimum
arrangement to provide sewer connections to all the present and future households
and institutions in the catchment areas, (ii) convey wastewater to the proposed
sewerage network observing the fundamentals of sewer design, (iii) prepare
connection plans in collaboration with the consulting service (MPWT-CS-3) to be
provided for promoting sewer connections, etc., compatible with the future
development plan of the project areas.
b) Preliminary study conducted under the support of CDIA indicates that the wastewater
collected within the catchment areas under MPWT-CW-6 cannot flow to the existing
trunk sewers through gravity. Thus, if the wastewater collected is to be transferred to
the existing centralized treatment plant, pumping stations or lifting stations and force
mains are required. The Consultants shall carry out the assessment of different
technical options for the areas including decentralized system,
condominium/simplified sewerage that help the project achieve the optimal economic
benefit in terms of capital investment and operation and maintenance. Those options
need to be discussed and decided with Client before proceeding to technical
engineering design.
c) It is planned that the promotion and IEC for sewer connection will be undertaken by
the MPWT-CS-3 Consultants under a separate ToR aligning the timeline that will be
followed by the design and construction supervision Consultants. The Consultants
need to work closely with them in order to ensure a practical and cost-effective means
of collecting wastewater from household with the spirit of achieving separate system.
d) Update the preliminary site-specific ESMP (to be prepared by MPWT) and, in case it
is required, update a site-specific Resettlement Plan to be reviewed by MPWT.

C. Detailed Engineering Design Documents and other Technical Information for


Bidding Document

The following set of tasks would be required in order for the designs to be undertaken and
successfully completed.

a) Using the DEM developed under the survey task above, practical sub-catchment
areas will be identified and demarcated on the DEM. Wastewater volume need to be
estimated based on realistic projection using available national or provincial data,
which will serve as inputs for engineering design.
b) Based on the option selected under the feasibility study, the Consultants shall
Section 7. Terms of Reference 76

prepare preliminary engineering design of the wastewater network and necessary


associated facilities for respective service zones. Once agreed by the Client, the
detailed design shall be prepared following standard engineering practice.
c) The Consultant will develop the designs based on the MPWT national standards and
specifications for excavation, piping materials, locations of manholes, backfilling,
road cuts and re-establishment of the road surfaces, etc. It will, however, be
instructive for the Consultants to refer to the design standards and technical
specifications followed for other zones of the city for similar work. The Consultants
shall review those and discuss with MPWT if any adjustment is necessary and use
the agreed versions for the purposes of this assignment.
d) The MPWT has decided to issue this TOR as a combination of the design phase and
the supervision of construction phase because of the anticipated lack of full clarity of
the works to be constructed until the Contractors commence their civil works. It is
important that the interface between design and supervision of construction be
continuous. Some of the actual final design work will most probably take place as the
Contractors undertake their civil works. Understandably then, it would be expected
that there will be variations to the civil works contract(s), but the value of these
variations will not be expected to be high.
e) The Consultants shall translate the draft detailed engineering designs into detailed
design drawings for bidding documents, construction level drawings, bill of quantities,
technical specifications, cost estimates and other related documents which will be
required by the MPWT for compiling the bidding document in the Bank’s SPD, and
finalize these documents as the draft detailed engineering designs are reviewed by
MPWT and finalized by the Consultants.
f) Based on the detailed engineering designs, update the site-specific ESMP and, in
case it is required, update a site-specific Resettlement Plan. These safeguards
documents will need to be included in the bidding document.

4. DELIVERABLES/SPECIFIC OUTPUTS EXPECTED FROM CONSULTANTS

During the performance of these Services, the Consultants shall prepare reports for
submission to the Client. Table 1 indicates the subject, numbers, time frame for submission
of reports. All reports will be prepared in English. All major reports should contain an
executive summary. Where executive summary is required, it will be prepared in both English
and Khmer. Reports should be submitted to the Client and the World Bank electronically and
with hard copies as indicated below.

The Inception Report shall contain:

(a) mobilization of project team members;


(b) review of construction contracts documents and outline all initial pertinent activities
that need to be performed by the Contractor and the obligations of the Client. The
report shall also bring to the attention of the Client a list of potential issues that
warrant early attention of the Client,
(c) status on the establishment of the project office,
(d) overall and detailed work program featuring all pertinent activities and critical paths
for each works package,
(e) outline of project organization and lines of authority and communication and
coordination procedures, and
(f) document control and filing system for the project office, program management,
and tracking databases to monitoring all aspects of construction activities.

The Monthly Progress Report should contain pertinent information especially the
impediments encountered, and resolutions sought/received but not limited to status and
physical progress of the works, safeguard compliance and issues, and next activities.
Quarterly Progress Reports shall present:
(a) status and physical progress of the works,
(b) approved progress payment claims, disbursements, and financial status,
Section 7. Terms of Reference 77

(c) safeguards compliance and issues,


(d) Contractors’ organization and programming,
(e) logical details of the Consultants’ own staffing inputs,
(f) immediate past, present, and immediate future work plans, and
(g) updated work plan.

Table 1: Reporting Requirements


No. of
Report Months from Start
Reports
Draft Inception Report 5 1
Final Inception Report 5 1.5
For Detailed Engineering Design Part
3.5 (for MPWT-CW-6)
Draft Feasibility Study Report 5
12 (for MPWT-CW-7)
4.5 (for MPWT-CW-6)
Final Feasibility Study Report 5
13 (for MPWT-CW-7)
5.5 (for MPWT-CW-6)
Preliminary Engineering Design Report 5
14 (for MPWT-CW-7)
Final Detailed Engineering Design Reports. The
consulting firm has to provide the employer the 6.5 (for MPWT-CW-6)
5
raw data and other relevant data to the required 15 (for MPWT-CW-7)
Reports without any extra costs.
Design Documents for inputs into the preparation 7 (for MPWT-CW-6)
of bidding documents including BOQ, technical 5
specifications and drawings 15.5 (for MPWT-CW-7)

For Construction Supervision Part


Month 1 for Monthly Summary and
Brief Monthly Progress Summary and more
month 3 for Quarterly reports, etc.
comprehensive Quarterly Progress Reports 5
(After contractors for each civil
covering all Contracts
works package mobilized)
Within 1.5 months of issue of
substantial completion certificates
Civil Works
5 for each works package
Contract Closing Report
(commencement of Defect Liability
Periods)
One month after contracts
Final Report 5
completion date
Other reports 5 On need basis
One month after receiving
Review of Final As-Built Drawings * *
comments from the Client
* As-built Drawings shall be prepared by the Contractor and reviewed by the Consultants

Other Reports shall be prepared where and when necessary. Such reports may include:

(a) Reports on major difficulties and disputes with recommendations on solutions;


(b) Reports on, and evaluation of, all claims submitted by the Contractors;
(c) Reports with recommendations on all proposed major variation orders;
(d) Reports on source inspection and witness testing of materials, equipment and
plant to be incorporated into the permanent works;
(e) Services start-up and commissioning report;
(f) Reports on test on completion of plant; and
(g) Environmental and social monitoring reports, including grievances.

In addition, the Consultants will review and submit to the Client the As-built drawings and
other required documentation prepared by the Contractor in draft form, one month before
Section 7. Terms of Reference 78

the completion of the contract. These documents should be finalized two weeks after
receiving comments from the Client.

Final Reports shall be prepared one months after completion dates of all contracts
(consultancy services for the five packages) as follows:

(a) Report summarizing the Consultant’s overall achievements, inputs, milestones in


Project implementation, and any matters outstanding.

The above reports shall be produced first in draft form and shall be finalized upon review by
the Client. A period of one month shall be allocated in the schedule for such reviews. For all
reports, 1 soft copy on a pen drive and 5 hard copies are to be submitted by the Consultants.

5. SPECIFIC INPUTS TO BE PROVIDED BY THE CLIENT

The Project shall ensure that the Consultants can access to free of charge, the facilities,
materials, and the project related documents in order to facilitate the Consultants to carry
out their tasks. The following services and facilities will be provided by the Client without cost
to the Consultants.

(a) Data. The Client will provide the Consultants with unrestricted access to data,
information, maps, drawings and internal documents available and relevant to the
consulting services. All reference material will be loaned to the Consultants and
shall be returned at the completion of the assignment or earlier, as may be
requested.
(b) Access to sites. The Client will ensure that the Consultants have access to the
sites in the performance of their duties.
(c) Office space will be provided at the Siem Reap Sewerage and Wastewater
Treatment Unit (SR-SWWTPU).
(d) Counterpart staff at ministry and provincial levels to assist with project
coordination, technical aspects (as needed).
(e) Access to project related documents and reports.
(f) Access to two (02) new project vehicles for official project business.

The Consultants must include in their financial proposals the accommodation of their
domestic and international staff, the logistical requirements, such as drivers, fuel
consumption, insurance, annual vehicle usage tax/fee and maintenance of provided
vehicles, necessary transport and/or allowances for site staff, internet services, telephones
and communications, office stationery for use in Consultant’s office, and accommodation,
office equipment and furniture, utilities, clerical staff and translators, if it is required, and any
other means required in order to successfully fulfill the above-mentioned Objective of the
Assignment.

6. SPECIAL TERMS & CONDITIONS / SPECIFIC CRITERIA

Timing/Assignment Duration

The Contract duration is expected to be 36 months (24 months for designs and works
supervision, and 12 months for defect liability period). The implementation is expected to be
commenced in Q4-2021, covering three construction supervision packages, MPWT-CW-1A,
MPWT-CW-3 and MPWT-CW-4 will be completed within 30 months as 12-18 months for
construction supervision and 12 months for defect liability periods. MPWT-CW-6 will start
the feasibility study immediately after the service commencement following the completion
of detailed design and bidding document in Q2-2022. The supervision of construction of
MPWT-CW-6 shall start at Q4-2022 to Q4-2023 at least 6 months before the Project closing
date in June 2024. Detailed design for MPWT-CW-7 shall be started by Q4-2021 following
the completion of bidding document in Q2-2022. The supervision of construction of MPWT-
Section 7. Terms of Reference 79

CW-7 shall start at Q4-2022 to Q4-2023 at least 6 months before the Project closing date in
June 2024.
Reporting

The Consultants will work daily under the direction of the Component Manager and
Component Director in MPWT. The Consultants will be based in Siem Reap City with
frequent travel to Phnom Penh to work with the Component Management Unit of MPWT.
The Consultants is also expected to work collaboratively with the Project Support Team in
Siem Reap that is set up for the project.

Payment schedule

The contract is expected to be a standard time-based format for construction supervision


and standard lump sum for detailed engineering design.

Required Qualifications and Experience

The following table provides an indicative estimate of the human resources required; the
Consultants are not bound by these estimates and can propose alternative staffing support
levels.

- The Consulting firm, or firms in the case of a joint venture, must specialize in design
and construction supervision and contract management.
- The Consulting firm shall comprise qualified professional staff with good experience.
- The Consulting firm or firms should have a minimum of 15-year of international
experience in the water supply and sanitation sector and have completed at least 2
similar assignments within the last 7 years.
- Experience in Cambodia or in South East Asia and Pacific region in similar
assignment; and knowledge of World Bank procurement procedures and contract
management issues is desirable.

The composition and indicative minimum levels of effort required are listed below. However,
the Consultants should make their own estimates of resources required to complete the
assignment satisfactorily.

Table 2: Indicative List of Professional Staff


Supervision
Design Part (including Total
No. Position
Part Defect Liability Staff-months
Period)
A. Key Staff Staff-months Staff-months
Wastewater Engineer/Team
1. 8 12 20
Leader
Wastewater Engineer/Deputy
2. 8 22 30
Team Leader
3. Sewerage Design Engineer 6 2 8
4. Mechanical and Electrical 1 3 4
5. Engineer
QA/QC Engineer 6 12 18
6. Environmental and Social 2 4 6
Specialist
Sub-total 31 55 86
B. Other Support Staff
7. Geotechnical Engineer 3 2 5
8. Structural Engineer 6 2 8
Section 7. Terms of Reference 80

Capacity Development and


9. 4 4
Training Specialist
10. Draftsman 12 3 15
11. Land/Setting Out Surveyor 2 6 8
12. Site Inspector 28 28
13. Site Inspector 28 28
14. Administrative Support Staff 12 18 30
Sub-total 35 91 126
Total 66 146 212

7. TEAM COMPOSITION AND QUALIFICATION REQUIREMENTS FOR KEY EXPERTS

• International Team Leader and Wastewater Networks Engineer. 1) A university


graduate (preferably with a post-graduate degree) in civil/wastewater engineering or
closely related fields and professionally qualified. 2) About 15 years working
experience in design of sewerage system and construction management covering
civil, municipal, wastewater, drainage, structural, geotechnical engineering, projects.
3) At least experience in sewerage design in 5 projects and at 4) least 5 construction
projects in senior positions over extended periods is required. 5) International
(outside home country) relevant experience in wastewater project is essential. 6)
Knowledge of international Forms of Contract, in particular FIDIC conditions of
contract, is essential. 7) Familiarity with managing contracts in the region is
preferable. 8) Fluency in English language is required.
• Wastewater Engineer – Deputy Team Leader. 1) A university graduate in civil
engineering and professionally qualified. 2) At least 10 years of field working
experience in wastewater network and treatment plant construction, with at least 3
construction projects in similar positions over extended periods. 3) Experience with
multi-sector projects and construction management of projects in difficult terrains is
essential. 4) Excellent communication ability and advanced computer skills. 5)
Fluency in Khmer and English language essential.
• International Sewerage Design Engineer: 1) Master’s degree in civil/municipal
engineering or a related discipline, 2) At least 10 years’ experience in conducting
feasibility study and detailed engineering design of urban wastewater and sanitation
systems. 3) International (outside home country) experience working in urban
wastewater and sanitation is essential. 4) Fluency in English language is required.
• International Mechanical / Electrical Engineer. 1) A university graduate
(preferably with a post-graduate degree) in electrical or mechanical or closely related
fields and professionally qualified. 2) At least 10 years of field working experience in
water/wastewater pumping station, with at least 5 years’ experience in mechanical
and electrical works is required. 3) International (outside home country) relevant
experience is essential. 4) Fluency in English language is required.
• Environmental / Social Specialist(s). 1) A university graduate (preferably with a
post-graduate degree) in environmental engineering/science or social studies. 2) At
least 3 years of field working experience in externally financed urban infrastructure
projects with at least 1 project in similar positions over extended periods. 3)
Knowledge of World Bank environmental and social safeguards requirements is
essential and familiarity with the environmental/social conditions is an advantage. 4)
Fluency in Khmer and English language essential.
• QA/QC Engineer. 1) A university graduate in engineering or quantity surveying or
related fields. 2) At least 6 years of field working experience in quantity measurement
and contract closure for sewerage/drainage/water supply construction management,
with at least 3 construction projects in similar positions over extended periods. 4)
Excellent communication ability and advanced computer skills. 5) Knowledge of
Cambodia quantity surveying practices is essential. 6) Fluency in Khmer and English
language essential.
Section 7. Terms of Reference 81

Attachment No. 1
Asian Development Bank Financed Interceptor Sewer
Section 7. Terms of Reference 83

Attachment No.2
Description of each works package

MPWT-CW-1A: Wastewater Collection Network Development in East and West Zone of


Siem Reap City
A The project concerns the construction or a separated sewer network (secondary and
tertiary network) to collect and convey wastewater under gravity to the existing Main Trunk
Sewers that are output. The project includes the disconnection of customer’s septic tank
from the storm water network and reconnection to the sewer network.
B Three catchments, namely WTS (West Trunk Sewer), ETS (East Trunk Sewer) and the
ISD (Interceptor Sewer Downtown) catchments as shown in Figure 1a. The works will be
for the WTS and the ETS zone of the Siem Reap City.
C The project will be constructed under a Build Contract (FIDIC Pink, or FIDIC MDB
Harmonized Construction Contract) but the detailed design of the geotechnical and civil
works is delegated to the Contractor so as to offer a place for innovation and optimization
as well as in order to ensure the formworks and structural drawings are edited only once
the overall structure is agreed upon.
D For all zones or block, the network characteristics are presented below:
• Minimum inner diameter of secondary network is 200 mm
• Inner diameter of tertiary network is 150 mm
• Minimum slope for both secondary and tertiary network is 0.2%
• Minimum coverage is 1 m (between ground level and the top of the pipe)
• The pipes are to be installed “soffit to soffit”
• The pipe must withstand the maximum coverage of 5 m. It is reminded that the water
level in Siem Reap is high and can be present at 0.8 m below ground level.
• Sand bedding is 15 cm under pipe and 50 cm over pipe for both secondary and tertiary
network. The backfilling soil is silty sand.

FIGURE 1A: SUMMARY OF CATCHMENTS TO BE SEWERED

E The WTS Catchment (286 ha) covers the zone for which sewers have been designed to
be connected by gravity to the existing trunk sewers along the National Road 6
constructed under the EDCF project. The total network covers 11.6 km (4.485 km
secondary and 7.115 km tertiary sewage) ranging from 150 to 300 mm of inner diameter.
The zone will be sewered on a separate basis with connections boxes to link to each
customer. Figure 1b provides an overview of the location of the sewers to be installed in
Section 7. Terms of Reference 84

the catchment. The construction cost shall include the disconnection of customers’ septic
tanks, their direct reconnection to the future network and the reinstatement of the existing
surface.

FIGURE 1B: SECONDARY AND TERTIARY NETWORK PROPOSED FOR WTS CATCHMENT

F The ETS Catchment (333 ha) covers the zone for which sewers have been designed to
be connected by gravity to the existing trunk sewers along the National Road 6
constructed under the EDCF project. The total network covers 10.260 km (2.49 km
secondary and 7.77 km tertiary sewage) ranging from 150 to 400 mm of inner diameter.
The zone will be sewered on a separate basis with connections boxes to link to each
customer. Figure 1c provides an overview of the location of the sewers to be installed in
the catchment. The construction cost shall include the disconnection of customers’ septic
tanks, their direct reconnection to the future network and the reinstatement of the existing
surface.

FIGURE 1C: SECONDARY AND TERTIARY NETWORK PROPOSED FOR ETS CATCHMENT

G Service Manholes – manholes are to be provided at specified locations and spacing along
the alignment. Accessible manholes (ø600 of iron cover) are to be installed at each
direction change and/or sewer connection or at least every 50 m. Inspection holes are to
Section 7. Terms of Reference 85

be installed every 50 m on both secondary and tertiary network in between two manholes
(i.e. 25m from manhole to inspection hole).

MPWT-CW-3: Rehabilitation of Three Wastewater Pumping Stations

Currently there are three sewerage pumping stations: one terminal pumping station (Wat
Chork PS, financed under the ADB project) and two serving the WTS (Sala Kanseng PS) and
ETS (Chunlong PS) catchments under the EDCF project. The location of these pumping
station is illustrated in Figure 2. Diagnostic studies have indicated that there is major need of
rehabilitation of the older pumping station (Wat Chork PS) including replacement of two pumps
and electrical devices, repair of the upstream screening system, a number of valves and the
deodorisation system, installation of a SCADA system, improvement of security, building
rehabilitation, construction of a guard house and a workshop. For the 2 newer pumping
stations, rehabilitation is covering replacement of pumps, lighter repair of the upstream
screening system, a number of valves and the deodorisation system, installation of a SCADA
system, improvement of security, building rehabilitation, construction of a workshop.

FIGURE 2: LOCATION OF PROJECT COMPONENTS IN SIEM REAP CITY


Section 7. Terms of Reference 86

MPWT-CW-4: Improvement to Wastewater Treatment Plant

Siem Reap Wastewater Treatment Plant

A - The WWTP is based on stabilization pond treatment system, with ponds, septage
reception and sludge drying beds. It was constructed during the ADB project
(capacity of 2,776 m³/day) and composed of 2 anaerobic ponds (AP), 2 facultative
ponds (FP) and 2 maturation ponds (MP). During the EDCF project, the WWTP’s
capacity was extended to 8,000 m³/day (+4 AP, 4 FP and 1 MP). The WWTP’s
site is 40 ha including 20 ha available for extension.
B - The following drawing in figure 3 shows the actual WWTP and the future extension,
as defined in EDCF loan project

Figure 4: Existing and Future Layout of WWTP

C - The following short-term improvements are:


• Wastewater Inlet & Distribution modifications
• Sludge Drying Beds Improvement
• Dried Sludge Storage Zone
• Improvement of Internal/Inner Roads

You might also like