Download as docx, pdf, or txt
Download as docx, pdf, or txt
You are on page 1of 8

DESIGN OF FOSU LAGOON BRIDGE – CAPE COAST

DRAFT TERMS OF REFERENCE


1.0 INTRODUCTION
The proposed Fosu–Lagoon Bridge is to be sited across the Elimina road and at a location where
the lagoon flows into the sea. The location spans over 100m.

The Fosu Lagoon covered an area of 1 km2 but has gradually reduced to 0.6 Km2 over the last 50
years due to siltation. It is silted so much that communities along its bank experience flooding
during heavy down-pours. There are however plans to dredge the lagoon.

The Lagoon is a tourism site and a source of livelihood for communities along its bank. There
are also future plans to make is a landing basin for fishermen.

The 3.8km long Elmina Road which runs along the beach is the shortest route that links the old
Elmina Road and the West Gate of the University of Cape Coast. The road serves the Cape Coast
District Hospital, Nurses Training College, OLA Training College and Community, St.
Augustine School, the University of Cape Coast and Elmina. An alternative route to the
communities mentioned would be to travel along the 3.2km South Jukwa Road to meet the Accra
– Takoradi Road, and then another 3.0 km along the By Pass to the West Gate entrance of the
University of Cape Coast.

In order to reduce travel time and cost of journeys by avoiding the long alternative routes, the
Department has decided that the proposed bridge be designed for construction in the near future.

2.0 PROJECT AIMS AND OBJECTIVES


The Department of Urban Roads appreciates that the efficient and economic design of any
structure requires careful planning, and involves collection of relevant data for design,
construction and maintenance. It is therefore the Department’s desire that the following aims and
objectives are met for the design of the bridge:

Project Aims

 For a long span bridge it should be able to pass a 100-year storm, and for a medium span,
it must pass a 50-year storm,
 To endure good slope stability and durability so as to prevent any embankment failures,
 To ensure adequate clearance that would permit ferrying under the bridge so that the
lagoon can be used as a landing basin for fishermen,
 To ensure that the bridge demonstrates adequate structural integrity so that dead loading,
all moving loads or expected axle loads, seismic loading, wind force or a combination of
these can be carried by the bridge.

Project Objectives

 To carry out a hydraulic and structural design of the Fosu Lagoon Bridge,
 To determine the initial capital cost of construction,
 To produce an annual maintenance programme for the bridge,
 To determine economic returns to be derived from the construction of the bridge,
 To determine the environmental and social impacts of the construction on the
community,
 To produce a Tender Document for procurement.

3.0 SCOPE OF SERVICES


The consultant shall carry out the following activities among others for the design of the bridge:

3.1 HYDROLOGICAL STUDIES


Hydrological studies are an important component of any drainage/flood studies. The Consultant
shall carry out these in order to establish a reliable design flow for the bridge.

Rainfall Analysis
Rainfall data for the Cape Coast Municipality shall be obtained from the Meteorological Services
Department and processed using any computer-based frequency distribution programme. This
shall be done so as to relate the magnitude of extreme events to their frequency of occurrence
using probability distribution. The Consultant shall predict the rainfall values, which will be
applied to the hydrological analysis to predict flows and to size the bridge.
Design Floods in Large Basins
Design hyetographs are required to describe the rainfall variation in a given storm event for the
prediction of design hydrographs. The Consultant shall obtain these from the Meteorological
Services Department. If they are unavailable, the Consultant shall derive appropriate design
hyetographs to apply to the hydrological model for the generation of discharge hydrographs
using any worldwide acceptable method.

Design Floods in Small Basins


For basins smaller than 2km2, the runoff estimation shall be calculated using the Rational
Formula which relate run–off to the catchment characteristics.

3.2 HYDRAULIC ANALYSIS


Having carried out hydrological analysis to compute basin flows, the Consultant shall then
determine the size of the bridge by applying appropriate hydraulic models. The analysis must
clearly take into account scouring, possibility of overtopping among others. Data for the
hydraulic modeling shall be compiled by studying from field inspections, topographic maps and
actual topographic field survey data, the physical characteristics of the system in order to obtain
a good understanding of likely flood behavior.

3.3 GEOTECHNICAL INVESTIGATION


The Consultant shall carry out all necessary geotechnical investigations at the proposed bridge
location to permit a good design. The investigations shall include, but not limited to the
following:

 Soil Bearing Capacity,


 Resilient Modulus,
 Consolidation,
 Settlement,
 CBR.

3.4 STRUCTURAL DESIGN


The Consultant shall consider the following for the structural design of the bridge:

Design Standard
The bridge shall be designed to BS 5400 (All Parts). Loading shall conform to BD 37/01
(Department of Transport of the UK). The bridge shall be designed for full HA Loading and
checked for 37.5 units of type HB loading.

Design Data
Carriageway Width - 8.50m

Walkway Width - 2.0m both sides

Clearance Height - (variable)

Effective Temperature range - + 8o c and 51o c

Seismic Loading
This shall be taken as 8% of total dead load.

Wind Force
Mean Hourly Wind Speed (m/s)

Condition of Exposure In Open Country In Built – Up


Coast – 160km Inland 21 19
160 – 480km Inland 27 20
More than 480Km Inland 36 24

3.5 ECONOMIC ANALYSIS


Economic appraisal shall be carried out by the Consultant to determine what economic returns
are expected from the investment. The size of the investment shall be made up of the cost of
design, construction and annual maintenance. The economic returns shall mainly be in the form
of savings in road-user-cost, road-use-cost and total agency cost. Other benefits like NPV and
IRR are also expected from the analysis.

4.0 OUTPUTS
Based on the foregoing scope of services, the Consultant shall come up with the following
outputs:

 A detailed technical report on hydrologic and hydraulic analysis, geotechnical


investigations and structural design,
 Detailed bridge design drawing,
 Setting-out Data,
 Detailed initial capital cost and maintenance cost estimates,
 Detailed annual maintenance programme,
 Economic Return values,
 Tender Document.

5.0 CONSULTANT’S STAFFING AND RESPONSIBILITY


The Consultant is expected to provide at least 4 personnel with background qualification and
experience as follows:

1. A Structural Engineer who will be the team leader for the project. As team leader
he/she shall be responsible for the assignment and shall supervise the work and compile
all reports. He/she must show evidence of experience in the design of structures of
similar nature. He/she must possess a Masters Degree in Structures and a minimum of 10
years general post qualification experience. He must be a member of a recognized
professional body.

2. A Hydrologist who will be responsible for hydrologic and hydraulic studies and analysis.
He/She must demonstrate adequate knowledge in Urban Drainage, Flood Control and
Mitigation. He/She must possess a Masters Degree in Hydrology/Water Resources
Management or related field with a minimum of 5 years general post qualification
experience.

3. A Geodetic Engineer who will be responsible for topographic surveys and related data
analysis. He/she must possess a minimum of a University Degree in Geodetic
Engineering with a minimum of 5 years general post qualification experience.

4. A Transport Economist who will be responsible for the collection of data and analysis
of such for the derivation of economic return values expected from the project. He/She
must possess a Masters Degree in Transport Economics or related field with a minimum
of 5 years post qualification experience.

5. Supporting staff: It shall be the responsibility of the consultant to make provision for all
other supporting staff required for the assignment.

Man-Month Inputs

It is estimated that a total of ten (10) man-months (Structural Engineer –


3 man-months, Hydrologist – 2 man- months, Geodetic Engineer – 3 man-months and Transport
Economist – 2 man-months) shall be required for this assignment.

7.0 Reporting Schedule


The assignment shall be accomplished in three months and reports shall be presented according
to the following schedule.

Report Period after effectiveness of


contract (Weeks)
Inception Report 3
Draft Final Report 10
Final Report 12

Inception Report
Ten (10) copies of an inception report will be presented not later than three (3) weeks after
effectiveness of contract. The report will highlight all preliminary observations made by the
Consultant, and the tools/methods used to conduct the exercise.

Draft Final Report


Ten (10) copies of this report will be presented not later than ten (10) weeks after effectiveness
of contract. The report will include a draft of the results of the baseline situation as well as
recommendations made.

Final Report
Ten (10) copies of the final report will be presented twelve (12) weeks after project inception.
This report should include a report on the entire scope of services and take into consideration all
comments from the Draft stage and action taken on such comments.
The following shall be annexed to the report:
1. Disc Copy of all reports and
2. All basic data collected as part of the services, presented in an appropriate format.
The consultant shall make a presentation of findings and proposals at a one day workshop prior
to submitting the final report.

Proposal Evaluation
The Consultant is required to submit 5 copies each of Technical and Financial proposals. The
Technical and Financial proposals must be enclosed in separate envelopes and marked
accordingly.

Contract Period
The assignment is expected to commence upon effectiveness of contract and be completed
within a period of 12 weeks.

Contacts
The Consultant will enter into a contract with the Department of Urban Roads Head Office but
shall be expected to collaborate with the Cape Coast Municipal Roads Unit of the Department of
Urban Roads for other issues relating to the day-to-day collection of data.

Client’s Responsibility
The Client shall provide a counterpart who shall facilitate the process of obtaining all relevant
information with regards to previous reports and other information from other stakeholders
which may be necessary to accomplish this study.

You might also like