REQUEST FOR PROPOSAL / BIDDING DOCUMENT FOR FRONT END COLLECTION AND DISPOSAL OF MUNICIPAL SOLID WASTE FOR ZONE (DMC KORANGI AREA) ,

Executive Director (Operation-I) Sindh Solid Waste Management Board (SSWMB)

(Modified Version 2 in the light of Questions / Queries raised by the Bidders during pre-bid meeting)

SSWMB-NIT-03/2018-19

Table of Content

Section-I

Preamble 7-10

Clause Description Page No. No. 1.1 Purpose of Request for Proposal 11 1.2 Scope of Work/Assignment 11 1.3 Brief Description of DMC Korangi 12 1.3 MAP of DMC Korangi 15 1.4 Definition & Interpretation 16 1.5 Abbreviation 17 1.6 Section of RFP/Bidding Documents 17 1.7 Procuring Agency Right to cancel any or all proposals/tenders 17 1.8 Technical Financial Evaluation of the Bids 18 1.9 Financial Evaluation of Bids 18

Section-II

Instructions to Contractors / Bidders

Clause Description Page No. No. 2.1 Information related to Procuring Agency 20 2.2 Language of proposal and correspondence 20 2.3 Method of Procurement 20 2.4 Period of Contract 20 2.5 Pre-proposal Meeting / Pre-Bid Meeting 20 2.6 Clarification and modifications of Bidding Document 21 2.7 Visit of the area of Service/ Site Visit 21 2.8 Utilization of Existing Work Force on SWM of DMC Korangi 21 2.9 Utilization of Existing Solid Waste Collection & Transportation 24 Vehicle of DMC Korangi. 2.10 Utilization of Existing Facilities i.e. Workshop, Offices of DMC 24 Korangi 2.11 Amendments through Addendums 25 2.12 Cancelation of Tender before submission date & time 25 2.13 Proposal Preparation Cost/Cost of bidding 26 2.14 Bid submitted by a Joint Venture/Consortium 26 2.15 Place, date, time and manner of submission of Tender/Bid 27 Document/RFP 2.16 Currency Unit of Offers and Payments 32 2.17 Conditional and Partial Offers 32 2.18 Alternative Proposal not acceptable – One Bid per Bidder 33 2.19 Eligible Bidder 33 2.20 Disqualification for Participating in the Tender 34 2.21 Exclusion Prohibition and Acts forbidden 36

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [2 ]

2.22 Sub contracting and Responsibilities 37 2.23 Bid Validity 37 2.24 Bid Security 37 2.25 Responsiveness of Bid to RFP / Bidding Document 38 2.26 Examination of bid and determination of responsiveness 38 2.27 Return of bid security 40 2.28 Forfeiture of Bid Security 41 2.29 Proposal / Offers to be declared Non-Responsive without Bid 41 Security 2.30 Evaluation Criteria 42 2.31 Manner, Place, Date and Time of Opening of Bid 43 2.32 Preliminary Examination & Determination of Responsiveness of 46 Bid prior to detailed evaluation of bid. 2.33 Clarification of Bid 48 2.34 Correction of errors before Financial Evaluation 48 2.35 Financial Evaluation and comparison of bids 48 2.36 Performance Security 49 2.37 Signing of Contract Agreement 50 2.38 Stamp Duty 50 2.39 General performance of the bidders 50 2.40 Integrity Pact 51 2.41 Defect Liability Period 51 2.42 Return of Performance Security 51 2.43 Retention Money 51 2.44 Format of Contract Agreement 52 2.45 Form of Bank Guarantee for Performance Security 52 2.46 Inspection of works and services performed by the contractor 52 2.47 Letter of Acceptance 52 2.48 Arbitration 53 2.49 Information Related to Contactor/Bidder 54 2.50 Bidding Data 55

Section-III

Description of DMC Korangi

Clause Description Page No. No. 3.1 Korangi Zone Brief Description 60 3.2 Shah Faisal Zone Brief Description 61 3.3 Zone Brief Description 62 3.4 Model Zone 62 3.5 Existing Solid Waste Management System in DMC Korangi 64 3.6 Existing System of Offal Collection & Disposal in DMC Korangi 65 3.7 Problems and Short Coming in Existing System 66

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [3 ]

Section-IV

Proposed Plan for DMC Korangi

Clause Description Page No. No. 4.1 Front End Collection Plan (Proposed Plan) 69 4.2 Door to Door Collection Mechanism 70 4.3 Street Sweeping and sweeping of Main Roads 71 4.4 Schedule of works 84 4.5 GTS of Zones and Locations 84

Section-V

Terms of Reference & Technical Specification

Clause Description Page No. No. 5.1 MSW by Definition 86 5.2 Transition Period 87 5.3 Terms of Reference 87 5.4(A) Responsibilities of Procuring Agency 93 5.4(B) Responsibilities of Contractor 93 5.5(A) Technical Specification 94 5.5 (B) Basis of current date prices 101 5.6 Rate analysis 103 5.7 Chargeable works 103 5.8 Procuring agency representatives, duties and authorities 104 5.9 Uniform 104 5.10 Weighment of MSW 104 5.11 Tentative weight assessment 104 5.12 Rating system and payment criteria of sweeping works (Manual and 105 Mechanical) 5.13 Submission of monthly bill 107 5.14 Demolition construction/building material and debris management 108 service. 5.15 Notices. 108 Appendix-A 110 Appendix-B 111 Appendix-C 112 Appendix-D 113 Appendix-E 114 Appendix-F 115 Appendix-G 116

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [4 ]

Section-VI

Performance Evaluation & Monitoring System

Clause Description Page No. No. 6.1 Scientific monitoring and tracking system of Entire 118 Management and operation plan.

Section-VII

Condition of Contract & Price Sheet

Clause Description Page No. No. 7.1 Compliance of Laws & Rules Regulation 121 7.2 RFP Document 121 7.3 Correspondence communication and notices 122 7.4 Language of Agreement 122 7.5 Type of the agreement and contract price 122 7.6 Duties and taxes 122 7.7 Expenses include in the contract price 122 7.8 Intermediate payments / running bills 122 7.9 Insurance of work & work place 123 7.10 Indemnification by bidder/contractor 123 7.11 Contractor liability for indemnification 124 7.12 Penalties & Cancellation of Contract 124 7.13 Resolution of dispute 126 7.14 Code of Conduct 127 7.15 Time extension in conditions, situations, of force majeure 127 7.16 Access to the service area 129 7.17 Termination upon notice by Procuring Agency 129 7.18 Termination by contractor 130 7.19 Work in emergency 131 7.20 Payment of income tax 131 7.21 Local Taxation 131 7.22 Liability of the contractor 131 7.23 Price List and B.O.Q 132 7.24 Form of Bid 135

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [5 ]

Section-VIII

Annexures

Annexure No DESCRIPTION Page No. Annexure-I DMC Korangi Vehicles 138 Annexure-II Existing Budget (2018-19) on Solid Waste 142 Management of DMC (Korangi) Forms Annexure-III Performance Guarantee format 143 Annexure-IV Integrity Pact 144 Annexure-V Format for Contract Agreement 145 Annexure-VI Details of Union Committees and its Wards 146

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [6 ]

Section-I

Preamble

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [7 ]

Preamble

A. Disclaimer

1. Though adequate care has been taken while preparing this document and information provided therein, but it is advised that the bidder must satisfy himself for the corrections and sufficiency of the Data. Information on any discrepancy should be intimated to this office immediately. If no information is received from any of the bidders within the time prescribed under Sindh Public Procurement Rules, 2010 (amended up to date), it shall be presumed that this document is correct and complete in all respects. If considered necessary in the interest of work, Solid Waste Management Board Sindh (SSWMB) reserves the rights to modify, amend or supplement this document.

2. All data regarding Korangi including demographic information, human resources, length of various lanes, streets and roads given in this document is based on the material available with SSWMB. The response time has been purposely kept relatively longer to facilitate the Interested bidders, and they are advised to carry out their own field survey and also seek information / data from DMC Korangi or contact SSWMB for clarification of any ambiguity or updated data.

B. Important Notes / General Instructions

1. All interested Bidders are informed that Pre-bid Meeting was already held as per schedule on 9th April 2019 and all Questions / Queries of the intending bidders were noted and responded and communicated to all on the available email addresses. These have also been uploaded on SSWMB website.

2. Based on the Questions / Queries of the intending bidders the RFP / Bidding Document has been modified and a modified ‘Version-2’ Document has been prepared. Current document is modified ‘Version-2’ of RFP / Bidding Document and all interested Bidders must use this document for submission of their bids. Earlier document stands discarded and replaced with modified ‘Version- 2’ RFP / Bidding Document.

3. All Appendices and Annexures, included, are integral part of the ‘Version-2’ of RFP / Bidding Document and binding on the Bidder / Contractor.

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [8 ]

4. All interested Bidders are explicitly informed that relaxation of NOT even a single minute shall be given in submission time i.e. 16th July 2019 latest by 1500 Hours PST. The Bids shall be publicly opened on same day at 1530 Hours PST.

5. Please note that main idea of this contract is to encourage the investors to bring investments in the shape of modern Solid Waste Management (SWM) Vehicles and allied machineries / tools as well as technological expertise to provide sanitation services according to world class service standards. The bidder is expected to have sufficient financial resources to procure and bring on ground necessary modern SWM Vehicles (Compactors, Arm Roll / hook vehicles, mechanical sweepers, road washing machines, mini tippers, open trucks, shovels etc.) and allied machineries / tools for performance of this contract. In addition, the contractors must have financial resources for at least 03 (three) months un-interrupted operation including payment of salary, fuel day-to-day expenses etc. in case payment of his invoice is delayed for any reason.

6. This is an Item Rate Contract but contract evaluation and award shall be based on the basis of cumulative quoted rates for the whole contract (all items included) for one year, offered by a single Contractor / Firm / Company or a Joint Venture Firm and NOT ITEM WISE. Partial bids / bids with exclusion of one or more items / components, shall be considered non-responsive and invalid.

7. Financial Evaluation of the Bidders shall be carried out on the basis of total quoted rates inclusive of all taxes, duties, fees, levies etc. for all supplies, works and services (of all items) for one year minus the Discount offered for the salaries etc of the staff of Korangi, which would be provided to the Contractor. To elaborate, a bidder may be lowest in quoted rate of one or more items but his overall total quoted rate of all items for one year might not necessarily be lowest hence he would not be ‘lowest evaluated bidder’. The sum of the amounts will be calculated by means of multiplying quoted rates with the quantity of each item / work / service quoted by the bidder for that item for one year.

8. Payment to the Contractor shall be made as per the item wise work done / supply made or the service provided on the unit rate quoted by the Contractor and approved by the Procuring Agency, after deduction of applicable taxes, fees etc. but non- performance of one item / service, without a justified reason, shall be treated as ‘Non-performance of the contract as a whole’ and liable to ‘Penalty’.

9. The Successful Contractor is allowed to outsource hiring of manpower and supply of fuel or machinery (up to the extent allowed under the contract), however, he will provide all details of such sub-contracts to SSWMB. In case of failure of the successful contractor to make regular payment to his sub-contractors or employees hired by the contractor for execution of the contract, resulting in poor or non- performance of the contract, the SSWMB reserves the right, having served the

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [9 ]

notice and hearing point of view of the successful contractor, to make direct payment to the sub-contractor or the employees at the risk and cost of the main contractor. This payment shall be deducted from the security or running bill of the main contractor of SSWMB.

10. Methodology / Strategy for execution of the Contract given in this document is suggestive one and is open for modification for improvement. The successful Bidder and SSWMB shall discuss and formulate a final strategy for execution of the contact, but remaining within the SPP Rules, 2010 (amended up to date) and parameters already given in this document. However, no change in the rates or reduction in the resources required shall be allowed.

11. The spirit and binding of the waste collection mechanism is to eliminate the open Katchra Kundi’s and replace them with proper Bin System; and introduce a 100% door to door collection system (in an agreed phase-wise manner) using mini-tippers, hand trolley waste collectors and later compactors / Arm roll vehicles. (details in Clause 2.15 (n) and Clause 5.3, as well as relevant sections).

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [10 ]

Section-I 1.1. Purpose of Request for Proposal (RFP) / Bid

The purpose of this RFP / Bidding is to invite all eligible, reputed and experienced waste management firms, companies or individuals whether National, International or in consortiums / joint ventures in accordance with relevant provisions of SPPRA Rules and other Regulations to submit their technical (operational) and financial proposals for “Front-end Collection and Transportation of Municipal Solid Waste (MSW) from Korangi Zone (District Municipal Corporation Korangi Area), Karachi” under Single Stage Two Envelope procedure, open International Competitive Bidding method of Sindh Public Procurement Rules 2010 (amended up to date).

Note: All interested Bidders are required to submit their bids on this modified ‘Version-2 of the RFP / Bidding Document’ (instead of using previous / initial document which stands cancelled / discarded and replaced with this modified V-2 document).

1.2. Scope of Work / Contract Assignments (Details under relevant Sections)

1. Supply of all types of Brand-new Vehicles and equipment, including but not limited to Compactors, Arm Rolls / Arm Hook vehicles, Garbage lifting vans, Mini-tippers (Rikshaws or Pick up vans), Road Sweeping vehicles, Road Washing vehicles etc. required to carry out contractual obligations. In addition, the contractor may be required to arrange conventional solid waste management machinery like tractors with front-blades, shovels and trollies, mini shovels (commonly known as Bob cat), shovels / loaders with set of dump trucks to supplement the management of solid waste from designated areas.

2. Revamping of entire bin system i.e. provision of different sizes and types of Containers / Dust bins, to replace the current system of masonry dustbins / open dumping. The size, shape, design, material, gauge of sheets, wheel system shall be as per specifications mentioned in the bidding document. If anything is not explicitly mentioned, then supply is subject to prior approval of the specification and sample by the SSWMB. The successful Bidder shall be responsible for, not only supply, but its regular upkeep, repair, maintenance and replacement in case of theft or irreparable damage during entire contract period.

3. Door to door collection of MSW (details in the appropriate section). This is vital component of the ‘Integrated Solid Waste Management System’, which Government of Sindh intends to establish. The system of ‘Door to door collection of MSW’ is to be introduced in a phased manner through a plan, to be prepared keeping in view the ground realities, in consultation between SSWMB and the successful contractor.

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [11 ]

4. Manual and / or Mechanical Sweeping of roads, streets, lanes, footpaths, medians, green belts and open spaces. . 5. Washing of specified important major roads and special areas as and when required or on special occasions.

6. Lifting and transportation MSW from community dustbins sites & collection points to nearby designated Garbage Transfer Station (GTS). If required under special circumstances (e.g. nature of waste or feasibility requirement), the Contractor may be required to transport and dispose of the MSW directly to Landfill Sites.

7. Establishment of Command and Control Centre having modules like: i. Attendance System, ii. Bin Management System, iii. Vehicle Tracking System, and iv. Complaint Management System v. Any other module (subject to mutual agreement)

8. Preparation of GPS based UC wise digital maps of DMC Korangi area showing landmarks and length of lanes, streets and roads. The successful Contractor, in consultation with the SSWMB, shall demarcate and assign beats on these maps, for manual / mechanical sweeping, on all lanes, streets and roads of the UC. This digital based assignment of beats shall be based, not only on the length, but also on the basis of the population in that particular area. The whole exercise needs to be capable to integrate with the Command and Control Centre.

9. Community Awareness Programme.

10. Any other work / services mentioned in appropriate section of this RFP / Bidding Document.

1.3. Brief Description of DMC Korangi

The purpose of this RFP / Invitation of Bid is to invite all eligible, reputed and experienced waste management firms, companies or individuals whether National, International or in consortiums/ joint ventures in accordance with relevant provisions of Laws of Pakistan and SPPRA Rules and Regulations to submit their technical/operational and financial proposals for sweeping, collection/Transportation and disposal of MSW of Korangi (District Municipal Corporation Korangi Karachi Area under Single Stage Two Envelope procedure, open International competitive bidding method of Sindh Public Procurement Rules 2010 (amended up to date).

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [12 ]

a) DMC Korangi statistics at a glance:

Available Existing Human Korangi Approx. Solid Waste Resources Total District No. of Area in MSW Collection and Population Households (Staff) Noof Sq KM Generation Transportation As per Per Day Details in UC Vehicles Office Field Census 2017 (Ton) appropriate (on road) Sections

1800** 37 2,457,019* 421,618 95.31 31 348 1,025 ± 25%

* The Population and number of Households shown above is for whole Korangi Revenue District and not just DMC Korangi area. But many stakeholders consider it much below the actual Population. With high growth rate coupled with migration, the estimated population of Korangi is approximately 3.0 Million.

**The Waste Generation is variable from season to season, on different occasions and socio-economic status of the area. The interested Bidders are advised to carry out their own survey to assess the situation before submission of Bids.

Note: Above data is based on available information. However, bidders are advised to carry out their own survey to assess the information. Further details can also be obtained from DMC Korangi or SSWMB.

b) Zones

District Municipal Corporation (Korangi) is one of the Six DMCs of Karachi City. DMC Korangi has been further divided into the following zones:

i. Korangi Zone ii. Shah Faisal Zone iii. Landhi Zone iv. Model Zone

c) Union Committees

District Municipal Corporation (Korangi) comprises of 37 Union Committees (UCs). Zone wise details of UCs is as under:

i. Korangi Zone ------13 Union Committees (UC-25 to UC-37) ii. Shah Faisal Zone ------08 Union Committees (UC-7 to UC-14) iii. Landhi Zone ------10 Union Committees (UC-15 to UC-24) iv. Model Zone ------06 Union Committees (UC-1 to UC-6)

Details of areas included in different Union Committees are annexed at the end of ‘Version-2 of the RFP / Bidding Document’

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [13 ]

d) DMC Korangi Road Network at a glance:

▪ District Korangi Total Area 95.31 Sq. KM ▪ Length of Major Roads 367.12 KM ▪ Length of Secondary Roads / Streets 345.30 KM ▪ Length of Tertiary Streets / Lanes 1,200.27 KM

DMC Korangi - Karachi

Length in Kilometers (KMs) Zone Secondary Tertiary Streets Major Roads Total Roads / Streets / Lanes Korangi Zone 167.67 124.89 579.33 871.89 Landhi Zone 112.83 126.29 364.75 603.86 Shah Faisal Zone 45.06 88.42 178.80 312.28 Model Zone 41.55 5.69 77.40 124.65 TOTAL 367.12 345.30 1,200.28 1,912.68

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [14 ]

Map of DMC Korangi

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [15 ]

1.4. Definition & Interpretation

a. “Agreement” means agreement signed between the parties (SSWMB and Successful Bidder).

b. “Client” means Sindh Solid Waste Management Board / The Procuring Agency.

c. “Contractor” means the bidder, any entity or person, firm, company, joint venture / consortium that may provide or provides the work and services and fulfil contractual obligations under the agreement.

d. “Days” mean calendar days.

e. “Years” mean calendar year.

f. “RFP” means Request for Proposal prepared by the Procuring Agency and is used synonymously as “Bidding Document”.

g. “Proposal” means the technical / operational proposal and financial proposal.

h. “W&S” the mean the work and services to be performed by the contractor pursuant to the agreement.

i. “Terms of Reference (TOR)” means the document in RFP which explains the objective, scope of work, activities, task to be performed, respective responsibilities of client and contractor and expected results and deliverables of assignments.

j. “Bidder & Tenderer” has the same meaning assigned to it under SPPRA Rules, 2010 (Amended up to date) and includes any person or persons, contractor, firms, consortium of firms, joint venture submitting the bid or tender.

k. The word “Tender” is synonymous with “bid” and the work tender document with bidding document and proposal document.

l. “contract price” means the sum stated in the letter of Acceptance/Award as payable to contractor for execution, performance and completion of works and services according to the scope of work.

m. “Client representative” means any dully authorised representative of client appointed from time to time.

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [16 ]

n. “works” means all services to be provided and work to be done by the contractor under the contract.

1.5 Abbreviations

a) DMC = District Municipal Corporation

b) EOBI = Employees Old Age Benefits Institution

c) EPA = Environmental Protection Agency

d) MSW = Municipal Solid Waste

e) PA = Procuring Agency i.e. Sindh Solid Waste Management Board

f) SPPRA = Sindh Public Procurement Regulatory Authority

g) SSWMB = Sindh Solid Waste Management Board

h) SWM = Solid Waste Management

i) UCs = Union Committees constituted under Sindh Local Government Act, 2013

j) $ or USD = US-Dollars – Currency of United State of America.

1.6 Sections of RFP/Bidding Documents

All Section of RFP / Bidding Document, Forms and Annexure are integral part of RFP / Bidding Document and shall be considered as tender / bidding documents.

1.7 Procuring Agency Rights to cancel any or all proposal / tender

The SSWMB is not bound to accept any proposal and reserves the rights to annual the selection process at any time prior to agreement or award of the contract without thereby incurring any liability to the bidder. The applicant will not be entitled to make any claim from Procuring Agency due to cancellation of the tender.

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [17 ]

1.8 Technical Evaluation of the Bids (Also see relevant Section)

Technical Evaluation of the Bids received, shall be carried out on the basis of Criteria and sub-criteria mentioned in the relevant section of Version-2 of RFP / Bidding Document.

1.9 Financial Evaluation of the Bids (Also see relevant Section)

Financial Evaluation of the Technically Qualified Bidders shall be carried out on the basis of quoted rates for all supplies, works and services (of all items) inclusive of all taxes, duties etc. for one year minus the Discount offered for the salaries etc. of the staff of Korangi, which would be provided to the Contractor on detailment basis i.e. NET PRICE offered for one year for all supplies, works and services inclusive of all taxes, fees, levies etc.

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [18 ]

Section II

Instructions to Contractor/Bidder

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [19 ]

Section II Instructions to Contractor / Bidder

2.1. Information Related to Procuring Agency

Name : Sindh Solid Waste Management Board.

Address : Bungalow No. 13, Al Hamra Housing Society, Tipu Sultan Chowrangi, Shaheed-e-Millat Road, Karachi - Pakistan

Phone No. : +92 21 9933 3704-06

Fax No. : +92 21 9933 3707

E-mail : [email protected]

Website : www.sswmb.gos.pk

2.2. Language of Proposal and Correspondence

All documents/ proposal and respective correspondence shall be made / prepared in English Language.

2.3. Method of Procurement

Single Stage Two Envelope method - International competitive bidding under Sindh Public Procurement Rules 2010 (Amended up to date).

2.4. Period of Contract

Seven (07) Years after issuance of Work Order, extendable for further Three (03) Year, subject to mutual written consent of contractor and client which, shall be on the basis of satisfactory performance of the contractor and on same terms and conditions.

2.5. Pre-Proposal Meeting/Pre-Bid Meeting

Pre-bid meeting was held on 9th April 2019 at 1500 hours at the office of the SSWMB. (Note: Pre-bid Meeting already held as per schedule and all Questions / Queries of the intending bidders were noted and responded and communicated to all on the available email addresses. These have also been uploaded on SSWMB website).

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [20 ]

2.6. Clarification, Modification of Bidding Document

Contractor/bidder may request a clarification of RFP / Bidding Documents not later than 07 days before the proposal submission date. Any request for clarification must be sent in writing to the Procuring Agency’s address. The procuring agency will respond in writing including explanation to the queries, to all bidders/contractors. Should the procuring agency deem it necessary to amend the RFP / Bidding Documents as a result of a clarification, it shall be done according to the concerned clause mentioned in this section / SPPRA Rules.

2.7. Visit of the Area of Service/site visit

a. All interested bidders are advised to visit the area of service/site of the contract and its surroundings and obtain all information that may be necessary for preparing their proposal/bid. This is also necessary to acquaint themselves with the area, the existing system of SWM, status of the vehicles, offices, workshops and workforce of the existing system of Solid Waste Management of District (Korangi). However, the contractors /bidders can do so at their own risk and cost;

b. The bidders and any of their personnel or agents will be granted permission by the procuring agency to enter upon his premises and land for the purpose of such inspection, but only upon the express condition that the bidders, their personnel and agents, will release and indemnify the procuring agency, his personnel and agents from and against any / all liability in respect thereof; and will be responsible for death or personal injury, loss of or damage to property and any other loss, damage, costs and expenses incurred as a result of such inspection;

c. All interested firms/bidders are advised to carry out a comprehensive survey of the Zone of the project area and come up with a very practicable strategy and project proposal in order to minimize complications during implementation.

2.8. Utilization/Transfer of Existing Workforce of SWM DMC Korangi (mandatory)

a) It is mandatory upon the contractor/bidder to utilize the transferred staff out of the existing SWM workforce of DMC Korangi under this contract. The proposal must include the utilization plan for existing workforce.

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [21 ]

b) Zone wise details of staff, their grade wise salaries and cadre of service are given in Annexures (Section VIII of the Version-2 of RFP / Bidding Document). In case any bidder needs further details of the staff, he should either contact DMC Korangi or Procurement Section of SSWMB. However, it should be clear that around 1000 employees (plus minus 10%) of DMC Korangi would be transferred on detailment basis to the contractor exclusively for execution of the contractual obligation. The approximate Gross Salary paid to them by the DMC (Korangi) would be around Pak Rs. 500 Million per year. Since the Salary, retirement benefits and pension of these employees shall be borne by the government, hence the bidder must keep this in mind and give a proportionate discount in the rates offered by him in the bid.

c) The Contractor/bidder however may be allowed to select the workforce (Field & Office Staff) on the basis of fitness for the job and his / her willingness.

d) The workforce will be provided to the contractor/bidder on detailment basis by the procuring agency for the period of contract.

e) The contractor/bidder will pay 25% (Twenty Five Percent) performance-based incentive allowance on their running basic pay directly to the workforce provided to the contractor, on the basis of their performance.

f) The detailment incentive allowance must be paid to each individual through his or her bank account or through cross cheque only, and in No CASE through open cheque or in the form of cash amount. The details of such allowance so paid must be provided to the procuring agency mentioning the Name, Father’s/Husband’s Name, Employee Number, Amount of allowance and his/her performance at the work.

g) The detailment incentive allowance shall be calculated on the basis of Running Basic Salary of the individual worker provided to contractor.

h) The contractor will provide 48 Nos. of soaps and 24 Nos. of dusters per year to the individual workforce of grade 01 to 07, performing the job of filed sanitation i.e. sweeping or loading / un-loading of garbage, against an acknowledgement receipt, copy of which is to be provided to the procuring agency.

i) Casual Leave as admissible under the Sindh Local Council Leave Rules will be granted to the individuals on the request in writing to the

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [22 ]

SSWMB by any individual workforce, if admissible. Details of the same shall be provided to the contractor by the procuring agency.

j) The contractor/bidder shall pay one honorarium of Rs.1,500/- to the individual of workforce of grade 01 & 02 of service cadre of Sanitary Workers, Muquddam and Motor Coolies and one honorarium of Rs.2,000/- to the individual workforce of grade 05 to 011 of service cadre i.e. Drivers and Heavy Drivers. The honorarium is to be paid to the employees of DMC Korangi who will perform duty on the occasion of Eid-ul-Azha.

k) If required, a committee will be constituted by SSWMB comprising of the officers of SSWMB and nominated persons of successful bidder for the purpose of redressal of any dispute that arises between contractor/bidder and the workforce.

l) The cases of Earned Leave or Medical Leave requested by any individual of workforce to the contractor, must be sent immediately to the committee or authorized officer for necessary action. The committee or authorized officer will decide that either detailment of such individual is cancelled or the leave is granted as per the Sindh Local Council Leave Rules. The decision of the committee shall be final and conclusive.

m) The Contractor may reject or request for repatriation of any or some individual workforce, if contractor considers that they are unwilling to work with the contractor or if not satisfied with their performance. In case, the workforce made available to contractor carries out strikes contrary to law, the contractor shall immediately inform the procuring agency of this act of misconduct by the workforce. The management of SSWMB or the committee constituted by the SSWMB for the purpose to resolve issues of workforce will take appropriate action in this regard and the decision of the committee shall be conclusive and binding on the workforce and the contractor.

n) The lien of workforce so provided to the contractor on detailment shall however, remain with the Parent Department or Procuring agency.

o) The contractor must account for the costs incurred on the benefits and allowances of the workforce provided to the contractor in their financial proposal/bid cost in the manner described under the contract document or as decided by the Procuring agency before the final agreement.

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [23 ]

p) The contractor shall recruit and provide staff and workers in addition to the workforce of DMC Korangi, to fulfil the requirements to take up the scope of work satisfactorily and fulfil contractual obligations, especially door to door collection of garbage and manual sweeping, as mentioned in the Version- 2 of RFP / Bidding Document.

2.9. Utilization of Existing Solid Waste Collection and Transportation Vehicles of DMC Korangi (Optional)

a) The Contractor may inspect the existing fleet that DMC Korangi could spare and decide to take over vehicles out of it up to the extent of 20% of total requirement.

b) A Joint Committee, comprising of engineers of DMC Korangi, SSWMB and representative of the contractor) will assess the value of the vehicles and that amount will then be recovered in equal instalments during first three years of the contract and adjusted from the monthly bill of the contractor, or as mutually agreed by the parties.

c) In addition to these 20% vehicles from DMC (Korangi), the contractor may acquire 10% of the total vehicles on lease but all vehicles must be revamped and improved in an environment friendly manner by the contractor at his own expense. However, it will be discretion of the Contractor to arrange vehicles up to the extent of 30% either from DMC (maximum 20%) and remaining on lease.

d) The contractor / bidder shall however, ensure balance 70% of the fleet of vehicles for new standard solid waste machinery purchased and owned by the contractor, keeping in view of the requirement as suggested in this document.

2.10 Utilization of Existing Facilities i.e. Workshop, Offices of DMC Korangi

a) The contractor may utilize existing offices in the area of different UCs of the Zone and the workshop of DMC Korangi, however this facility shall be provided to the contractor on the basis of rent, unless waived by DMC Korangi authorities, and on such terms and conditions as defined and set out in the initial or subsequent contract agreement.

b) The contractor shall be responsible to keep these offices, workshop

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [24 ]

handed over to them in neat, clean and well-maintained conditions throughout the contract period. The contractor shall handover peaceful physical possession of these premises, in the original condition, back to DMC Korangi / Procuring Agency at the end of the contract.

c) No major addition, alteration in existing structure shall be allowed. The contractor shall be responsible for the payments of all utility bills in respect of these offices and workshop on due dates and a copy of the same shall be submitted to procuring agency.

d) Details of the Area, Location of workshop and offices is mentioned in the annexures / can be obtained from the DMC Korangi or Procuring Agency.

2.11 Amendments through Addendums or modification in the RFP / Bidding Document

At any time before submission of proposal the procuring agency (SSWMB) may amend the RFP / Bidding Document by issuing addendum(s) or modified RFP / Bidding Document by hoisting it on SSWMB as well as SPPRA website. Every effort will be made that the addendum(s) or modified RFP / Bidding Document, as the case may be, are also sent (or its information sent), to all contractors / bidders who purchased the RFP / Bidding Document from the office of SSWMB or attended the pre-bid meeting on the subject tender. The contractors shall acknowledge receipt of all addendums or modified RFP / Bidding Document issued by the procuring agency. This addendum(s) or modified RFP / Bidding Document shall be binding on all bidders. To give reasonable time to contractor to consider these amendments in their proposal, the SSWMB may, if the amendment is substantial, extend the deadline for submission of proposal. Amendment(s) so made shall be binding on the bidders and will be part of this document. In case of issuance of modified RFP / Bidding Document, these shall replace the older version which shall be considered discarded and replaced with the modified version. Non-receipt of information regarding addendums or modified Version of RFP / Bidding Document, in no case, be an excuse for extension of the date of submission of bids.

2.12 Cancellation of Tender before submission date & Time

If any infirmity is found in the tender / RFP / Bidding document, which is not possible to be corrected or in case where procuring agency finds if necessary, the tender may be cancelled before last hours of submission of tender. If tender is cancelled, all submitted tender documents shall be

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [25 ]

deemed to be rejected and returned to the contractors without being opened. The bidder/contractor will not be entitled to make any claim from procuring agency due to cancellation of tender.

2.13 Proposal Preparation / Cost of Bidding

The bidders shall bear all costs associated with the preparation and submission of their respective proposals/bids, and the procuring agency shall, in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

2.14 Bid submitted by a Joint Venture/Consortium

Bids submitted by a joint venture/consortium of two (2) or more firms shall comply with the following requirements:

a) One of the joint venture / consortium partners, lead firm shall be nominated as being in charge; and this authorization shall be evidenced by submitting a power of attorney signed by legally authorized signatories of all the joint venture / consortium partners / firms;

b) The bid and in case of a successful bidder, the Form of Contract Agreement shall be signed by the authorized partner so as to be legally binding on all partners/firms;

c) The authorised firm / partner-in-charge shall remain duly authorized to deal with the procuring agency regarding all matters related with and/or incidental to the execution of works and services as per the terms and Conditions of Contract and in this regard to incur any and all liabilities, receive instructions, give binding undertakings and receive payments on behalf of the joint venture/consortium;

d) All partners of the joint venture/consortium shall at all times and under all circumstances be liable jointly and severally for the execution of the contract in accordance with the contract terms and a statement to this effect shall be included in the authorization mentioned under Sub-Para (a) above as well as in the Form of Bid and in the Form of Contract Agreement (in case of a successful bid);

e) a copy of the agreement entered into by the joint venture / consortium partners shall be submitted with the bid stating the conditions under which it will perform / function / operate,

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [26 ]

duration of agreement, the persons authorized to represent and obligate it and which persons will be directly responsible for due performance of the contract and can give valid receipts on behalf of the joint venture/consortium, the proportionate participation of the several firms forming the joint venture / consortium, and any other information necessary to permit a full appraisal of its working / functioning. No amendments / modifications whatsoever in the joint venture/consortium agreement shall be agreed to between the joint venture/consortium partners without prior written consent of the procuring agency;

f) Bidders shall also submit proposals of work methodology and schedule, in sufficient detail to demonstrate the adequacy of the bidder’s proposals to meet the operational and financial requirement and technical specifications and the timely completion as per schedule each day, each month and every year of the contract till completion of the contract successfully.

2.15. Place, Date, Time and Manner of Submission of

Tender/Bid Document/RFP

Interested bidders/contractors are required to submit their proposal / bid at the office of Sindh Solid Waste Management Board not later than 16th July 2019 at 1500 PST sharp. The Bids shall be opened publicly on the same day at 1530 PST.

a) The Contractors / bidders must submit their proposal / bids under Single Stage Two Envelope Procedure of SPP Rules 2010 (amended up to date). Proposal / Bid shall comprise a single package containing two separate sealed Envelopes.

b) Each Envelope shall contain SEPARATELY the Technical proposal and the Financial proposal. The inner envelopes shall be marked as Technical proposal and Financial Proposal (as the case may be) in bold and legible letters.

c) The package (Outer Envelope) containing both the envelopes shall be marked as proposal for Front End Collection and Disposal of Municipal Solid Waste for DMC Korangi, Karachi in Bold and legible letters.

d) The package (outer Envelope) shall also be marked the Name, contact numbers and Address of Contractor/Bidder.

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [27 ]

e) The Package (Outer Envelope) shall be sealed, signed and stamped by the contractor or his authorized representative.

f) Once submitted, the tender / bid shall not be allowed to be retrieved or changed for any reason, whatsoever.

g) Proposal / Bid shall be submitted by hand or may be sent by registered airmail post / courier service. Proposals / bids that are not submitted / received until due date and time of submission of proposals / bid will not be considered.

h) In no case the Procurement Agency shall be responsible for non-receipt or late receipt of the bid submitted through registered mail or courier or any other means.

i) Where delivery of the bid is made by registered mail or courier, and the contractor / bidder desires to receive an acknowledgement of receipt of such bid, he shall make a request for such acknowledgement in a separate letter attached to the package (outer Envelope) but this will not be a part of sealed Envelope.

j) Upon request, acknowledgment of receipt of bids will be provided to those making delivery in person or by representative.

k) Bid submitted through telegraph, telex, fax or e-mail will not be considered.

l) Each page of the proposal/bid document must be signed by the contractor/bidder. In case the proposal/bid document is signed by the authorized representative of the contractor then the authorization shall be in the form of written power of attorney accompanying the proposal or in any other form demonstrating that the representative has been duly authorized to sign.

m) The procuring agency at its discretion, may extend the deadline for submission of bids/proposals by issuing an addendum notified in newspaper or website of SSWMB and SPPRA. All rights and obligations of procuring agency and the contractor will thereafter be subject to the deadline as extended.

n) The Technical / operational proposal shall not include any financial information. A Technical proposal containing financial information (quoted rates or amount of Bid Security etc.) shall be declared non-responsive.

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [28 ]

Note: The spirit and binding of the waste collection mechanism is to eliminate the open Katchra Kundis and introduce, in a phase wise strategy, a 100% door-to-door collection system using mini- tippers, hand trolley waste collectors and later compactors / Arm roll vehicles.

The technical proposal shall provide the information as indicated in the following Paras:

i. A brief introduction of contractor’s organization and an outline of experience of contractor (each partner in case of joint venture), especially on assignments of similar nature.

ii. A description of the approach and methodology for performing the assignment covering the technical approach, methodology, organization and staffing, as well as monitoring and evaluation system.

iii. The list of the proposed professional / staff team by area of expertise, the position that would be assigned to each staff members and their tasks.

iv. If the contractor considers that it may enhance its expertise for technical operational management and monitoring parts for the assignment to accomplish in a best-suited way and in accordance to the requirement of RFP / Bidding Document, he may associate with other contractors/firms. Any such association must be clearly indicated in the technical proposal. In case of joint venture, all partners shall be jointly and severally liable, and shall indicate the lead firm of joint venture.

v. Alternative professional staff shall not be proposed and only one Curriculum Vitae (CV) may be submitted for each position. Any subsequent change of the top management or technical team is subject to approval by the Procuring Agency.

vi. Comments and suggestions may be given on the terms of reference including workable suggestions that could improve the quality, effectiveness of assignments and on requirement of the DMC (Korangi) workforce, machinery and facilities including administrative support, office, workshop and rehabilitation scavengers and any other. However, client is not bound to consider the suggestions as a whole or partially or otherwise as indicated in RFP / Bidding Document.

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [29 ]

vii. The Technical Proposal of the bidder must demonstrate that all contractual obligations including regular collection, lifting and transport of 1800 (+/- 25%) of MSW, without compromise on the basic concept of Front-end collection and Disposal of MSW by ensuring +90% compliance of door-to-door collection (in a phase wise approach to be agreed between SSWMB and the contractor), placement of required number / size of dustbins and deployment of required number of compactors / Arm Rolls / Hook vehicles.

viii. In addition, the Technical Proposal of the bidder must provide a detailed work plan of manual and mechanical sweeping of all roads, streets and lanes; footpaths, medians and open spaces as per schedule; as well as all other contractual obligations.

ix. The Technical Proposal should indicate the details of machinery proposed and the methodology for mechanical washing of the roads on as and when required basis.

x. The Technical Proposal should also describe methodology for carrying out operation during emergency or on special occasions.

xi. The bidder shall also provide details of use of traditional methods for lifting of garbage but this shall be permitted only up to the extent of 10% of garbage volume and that too only in exceptional cases where collection of MSW through compactors is not possible.

m) The Bidder must keep in mind, the following, while submission of financial proposal:

i. Include all costs, including but not limited to, associated with scope and performance of the contractual obligations, cost of vehicles, machinery, equipments, containers, management and operational cost, remuneration for staff, establishment of command and control system, community awareness programme and other incidental charges, inclusive of business taxes, income tax, local & provincial taxes, professional taxes, duties, fees, that may be levied according to the laws and regulation in being prior to the closing date of submission of proposal (or levied afterwards) and taxes and fees on the equipment, and machinery required and on supply, works

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [30 ]

and services performed under this contract.

ii. Nothing in the contract shall relieve the contractor/bidder from his responsibilities to pay duty / taxes that may be levied on import of machinery / equipment or the profit made to him in respect to contract, as per law.

iii. The financial proposal shall contain NO OVERWRITING, CORRECTION and CUTTINGS. In case of any overwriting, correction and cuttings, the contractor or his authorized representative who signed the proposal must initial such corrections, overwriting and cuttings.

iv. The contractor/bidder is required to quote the rate of every item of BoQ and total bid price of all supplies, works and services correctly in figure and words. The item quoted rate and total bid price of all supplies, works and services under this contract must be expressed in US Dollars ($) – both in figure and words.

v. Bid Security equal to 1% (one percent) of total bid amount, calculated on the basis of offered bid price for all items of BoQ, for one year, in the shape described as below must be attached with financial proposal. No Cheque or Insurance Guarantee shall be accepted as bid security.

▪ Bid Security is to be calculated on the basis of total quoted bid rate for one year either in the currency in which the bid is priced/quoted (US Dollars ($) or equivalent amount in PKR by conversion at buying rate of exchange declared/notified by State Bank of Pakistan prevailing 28 (Twenty-eight) days before the date of opening of the bid specified in bidding document.

▪ The Bid Security shall be submitted in the shape described in the bidding data in any of the following forms in favour of the Procuring Agency: ➢ Deposit at Call; ➢ Pay Order or: ➢ Demand Draft or; ➢ Bank Guarantee from any scheduled bank of Islamic Republic of Pakistan or from a foreign bank dully counter guaranteed by a scheduled bank in Pakistan, as prescribed under Rule 37 and 39 of SPPRA Rules, 2010 (amended up to date).

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [31 ]

➢ Bid Security has to be in favour of the procuring agency (Sindh Solid Waste Management Board) and valid for a period of 28 days beyond the Bid Validity Date.

▪ The bidders are further advised to refer to specific provisions of ‘Bid Security’ / ‘Performance Security’ (Rule 37 and 39) of the Sindh Public Procurement Rules, 2010 (Amended up to date).

vi. The bidder should incorporate all the cost towards performance-based incentive allowances of the workforce transferred by procuring agency to the contractor as well as additional cost that would be incurred on hiring of additional staff, in the financial proposal.

vii. The Financial Proposal / Quote must include ‘Rate Analysis’ or ‘Cost Breakdown’ of each and every component and sub-component of the items / scope quoted. Also see 5.6.

2.16 Currency Unit of Offers and Payments

➢ The bidder shall quote the bid price for each item (supply, work or service, as the case may be), and by multiplying that item quoted rate with the quantity, obtain total quoted bids for that particular item and thus the total bid amount for one year in US Dollar ($).

➢ The bidder must note that in case of the item of supply of dustbins / containers, the quoted rate will be one-time and will not be repeated in subsequent years, unless specified.

➢ The interim/running monthly bill payment will be made to contractor in Pakistani Currency at the conversion / buying exchange rate declared by the State Bank of Pakistan on the date of submission of interim/running monthly bills.

2.17 Conditional and Partial Offers

➢ Contractor / bidder are hereby cautioned that proposal with conditional offers or deviation from the conditions and instructions contained in RFP / Bidding Document or other requirement stipulated therein, shall not be considered, and result in rejection of the proposal / bid, being declared as non-responsive.

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [32 ]

➢ Partial offers / bids offering rates for some items of BoQ and missing one or more items, are not acceptable under this contract, and shall be summarily rejected by declaring these non-responsive. Only the bids, containing quoted rates for all items, shall be considered for further evaluation.

2.18 Alternative Proposal not Acceptable - One Bid per Bidder

Alternative proposal is not acceptable. Only one proposal fulfilling all conditions, instructions and requirement contained in Version-2 of RFP / Bid should be submitted by each bidder. Alternative proposal shall not be entertained. Each bidder shall submit only one bid either by himself, or as a partner in a joint venture/consortium. A bidder who submits or participates in more than one bid will be disqualified and the bid declared non-responsive.

2.19 Eligible Bidder

➢ This Invitation for Bids is open to all interested bidders, national or international, who are eligible under provisions of Sindh Public Procurement Rules 2010 (amended upto date) as mentioned below (but not limited to) and the criteria given in the Notice Inviting Tender (NIT) / RFP / Bidding Document.

➢ Firms, national or international, are allowed to bid for the contract. Any conditions for participation shall be limited to those that are essential to ensure the bidder’s capability to fulfil the contractual obligations of the contract.

➢ Eligible Bidders shall include all those contractors who are registered or incorporated in Pakistan, or eligible to be registered or incorporated in Pakistan, irrespective of the nationality of their owners and professional staff.

a) Bidders may be excluded if;

i. as a matter of law or official regulations, commercial relations are prohibited with the bidder’s country by the federal government, or ii. a firm is blacklisted/ debarred by the procuring agency and the matter has been reported to the Authority, subject to Rule 30 of Sindh Public Procurement Rules 2010 (amended upto date).

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [33 ]

b) Government-owned enterprises or institutions may participate only if they can establish that they are;

i. legally and financially autonomous, and

ii. operate under commercial law.

Provided that, where government-owned universities or research centres in the country are of a unique and exceptional nature, and their participation is critical to project implementation, they may be allowed to participate.

c) Bidders are required to be:-

i. registered with relevant tax authorities (income tax / sales tax, wherever applicable);

ii. Registered with professional bodies or entities required under laws of Islamic Republic of Pakistan;

iii. Provided further that in case of international bidders, they shall be given reasonable time (but not beyond 90 days of issuance of letter of acceptance) to obtain necessary registration with the tax authorities, professional bodies or other entities (e.g. FBR, SRB, SECP) in Pakistan.

2.20 Disqualification for Participating in Tender

Contractor or sub-contractor cannot participate in the tender in any manner directly or indirectly, in their name or in the name of any other person or firm, in following cases:

a) Those who are prohibited to participate in tender by any government institution, authority and those who are prohibited by law due to having any criminal record or convection.

b) Those who have been declared bankrupt by the authorities or have filed bankruptcy.

c) Those who have been declared or announced as an insolvent by court of law or tribunal or any other authorities or institution.

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [34 ]

d) Those who are under liquidation.

e) Those whose affairs are run by any tribunals.

f) Those who are under settlement with any financial institution or creditors.

g) Those who have suspended their affairs or those who are in similar position as per the law of their country.

h) Those who have been declared defaulter of social security contribution or premium payments under the law of Pakistan or as per law of their country.

i) Those who have been declared defaulter of taxation or revenue department for nonpayment of income tax, sales tax, customs duties, or any other tax levied from time to time in Pakistan or as per law of their country.

j) Those who have been condemned by decision of any court or law or tribunal because of their non-professional or unethical activities or professional malpractices.

k) Those who have been determined by any institution or organization or authority or agency for adopting or performing non-professional attitude or unethical or immoral activities or professional malpractices and such determination resulted from administering them during their jobs.

l) Those who do not provide the required information or provided misleading of false representation or deliberately suppressed the information to be provided as required in RFP / Bidding Document.

m) Those who have been prohibited from professional activity by the Chamber of Commerce in Pakistan or any other equivalent body established for same purpose in the country where they are registered before the date of submission of the bid.

n) The contractors/bidders who are the blacklisted by Federal Government, Provincial Government, Autonomous Bodies, State Bank of Pakistan or any government entity.

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [35 ]

2.21 Exclusion Prohibition and Acts forbidden

The contractor/bidder shall be excluded from participating in the tender under following circumstances:

a) Those who are authorized by procuring agency in any way for preparation of RFP and / or the members of the committees set out by the procuring agency in this regard.

b) Those who are authorized by the procuring agency to recommend, finalize and to approve the tender process.

c) The institutions established, with whatsoever reason, in relation with the procuring agency or existing structure of the procuring agency and institution such as foundation, association, union and the companies associated with the procuring agency.

d) Those firms and companies who are rendering the advisory or consultancy services in preparation of RFP / Bidding Document.

e) The following acts and attitude are forbidden in the tender:

i. To render the activities of other participants doubtful, to obscure them from participation in the tender or to offer an agreement to the participant or to influence them to act in a manner, which will affect the other participant or tender process.

ii. The act and attitude towards fraud, threat, influence, bribery or by any other way to win the tender.

iii. To issue and use false documents regarding Bid Security or Performance Security etc.

iv. More than one offers in the tender, directly or indirectly, in the name of themselves or in the name of others, as in person on in mandate.

The Contractor who participates in the tender, in spite of these disqualifications, prohibitions and exclusions shall stand excluded and their bid security shall be forfeited, at any stage, whenever such disqualifications, prohibitions and exclusions is revealed.

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [36 ]

2.22 Subcontracting and Responsibilities

Bidders/contractors may execute subcontracts for services up to maximum 30% (Thirty Percent) of the total services of solid waste management collection / transportation, door to door collection, manual and mechanical sweeping and mechanical washing and other services which are covered under this tender, subject to approval of SSWMB. The contractor/bidder shall remain responsible for performance of sub-contractors, to the procuring agency.

2.23 Bid Validity

Validity period of proposal / bid is 120 (One Hundred and twenty) calendar days following the last date of submission of the Bids. The Bidder/Contractor may be requested to extend the validity period in writing for maximum of additional 120 days, and consent of the bidders shall be obtained. If any bidder does not agree to such extension, the bid security of the bidder shall be returned.

2.24 Bid Security

a) The bidders are required to furnish a bid security equal to 1% (One percent) of total quoted bid amount, which must remain valid for a period of 28 (twenty-eight) days beyond the validity period of the bid.

b) Bid Security is to be calculated on the basis of total quoted bid rate for one year either in the currency in which the bid is priced/quoted or equivalent amount in PKR by conversion at buying rate of exchange declared/notified by State Bank of Pakistan prevailing 28 (Twenty-eight) days before the date of opening of the bid specified in bidding document.

c) The Bid Security shall be submitted in the shape described in the bidding data in any of the following forms in favour of the Sindh Solid Waste Management Board: i. Deposit at Call or; ii. Pay Order or; iii. Demand Draft or; iv. Bank Guarantee from any scheduled bank of Islamic Republic of Pakistan or from a foreign bank dully counter guaranteed by a scheduled bank in Pakistan, as

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [37 ]

prescribed under Rule 37 and 39 of SPPRA Rules, 2010 (amended up to date); v. Bid Security has to be in favour of the procuring agency (Sindh Solid Waste Management Board) and valid for a period of 28 days beyond the Bid Validity Date.

The bidders are further advised to refer to specific provisions of ‘Bid Security’ (Rule 37) of the Sindh Public Procurement Rules, 2010 (Amended 2019).

2.25 Responsiveness of Bid to Bidding Document/RFP

a) In preparing their proposals, the contractors are expected to examine in detail all sections of the Version-2 of RFP / Bidding document. Material deficiencies in providing the information requested in the Version-2 of RFP / Bidding document may result in rejection of a proposal as non-responsive.

b) Prior to detailed evaluation of Bid, the procuring agency will determine the substantial responsiveness of the bid to bidding document. A substantially responsive bid is one which conforms to all the conditions of bidding document without material deviation.

2.26 Examination of Bids and Determination of Responsiveness a) Prior to the detailed evaluation of bids, the procuring agency shall determine whether the bidder fulfils all Codal requirements of eligibility criteria given in the tender notice such as registration with tax authorities, registration with Professional bodies (if required), turnover statement, experience statement, and any other condition mentioned in the NIT and bidding document. If the bidder does not fulfil any of these conditions, his bid shall not be evaluated further. HOWEVER, IN CASE OF INTERNATIONAL BIDDERS, THE BIDS SHALL NOT BE DECLARED INVALID SIMPLY ON THE BASIS OF REGISTRATION WITH TAX OR OTHER AUTHORITIES. IN CASE OF SUCCESFUL BIDDER, THE INTERNATIONAL FIRM SHALL BE GIVEN APPROPRIATE TIME (BUT NOT LATER THAN 90 DAYS) FROM THE DATE OF ACCEPTANCE OF BID, TO GET ALL REQUIRED REGISTRATION UNDER THE LAWS OF ISLAMIC REPUBLIC OF PAKISTAN. FAILURE TO DO SO WITHIN STIPULATED TIME SHALL RESULT IN WITHDRAWAL OF ‘LETTER OF ACCEPTANCE’ AND ‘FOREFEITURE’ OF BID SECURITY.

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [38 ]

b) Once found to be fulfilling the eligibility criteria, as mentioned in sub- clause a. and in clause 2.19, the bids of eligible bidders will be evaluated for technical responsiveness as per specification and criteria given in the bidding documents. Technical and subsequent financial evaluations shall be carried out in accordance with, Single Stage-Two Envelope bidding procedure of SPP Rules 2010 (amended upto date).

c) A bid will be considered technically responsive if:

i. Tender Document Fee is paid; ii. Each and every page, plus wherever mentioned, of Version-2 of RFP / Bidding has been properly signed; iii. is accompanied by the required bid security in the manner described in the bid document; iv. Rates of all items of BoQ have been quoted; and v. conforms to all the terms, conditions and specifications of the bidding documents, without material deviation or reservation.

d) A material / major deviation or reservation is one:

i. which affects in any substantial way the scope, quality or performance of the works; ii. which is partial i.e. rates of one or more items of BoQ have NOT been quoted by the bidder; iii. which limits in any substantial way, inconsistent with the bidding documents, the procuring agency’s rights or the bidder’s obligations under the contract; or iv. adoption/rectification whereof would affect unfairly the competitive position of other bidders presenting substantially responsive bids.

e) If a bid, has major deviations to the financial requirements and technical specifications, will be considered technically non- responsive. As a general rule, major deviations are those that if accepted, would not fulfil the purpose for which the bid is requested, or would prevent a fair comparison or affect the ranking of the bids that are compliant with the bidding documents.

Following shall constitute, but not limited to, Major deviation:

i. Each and every page of the RFP / bidding document,

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [39 ]

either obtained from SSWMB or downloaded by the Bidder has to be properly signed at the bottom of page, in addition to columns specifically mentioned, otherwise it will be considered major deviation; ii. Financial Bid has not been properly signed or seal of the bidder is not affixed; iii. The CNIC or Passport number of the bidder is not mentioned on the Financial or Technical Bid form; iv. In case the Bidder is already operating in Pakistan then he must include proof of registration with tax authorities and professional bodies, otherwise it will be considered major deviation; v. The Bid is not accompanied by the bid security of required amount and manner; vi. Failing to respond to specifications; vii. Failing to comply with the Timelines, Mile-stones/Critical dates provided in Bidding Documents; viii. Sub-contracting contrary to the ‘Conditions of the Contract’ specified in the Bidding Document; ix. Refusing to bear important responsibilities and liabilities allocated in the Bidding Documents, such as performance guarantees and insurance coverage; x. Taking exception to critical provisions such as applicable law, taxes and duties and dispute resolution procedures.

f) Minor Deviations

i. Bids that offer deviations acceptable to the Procuring Agency and which can be assigned a monetary value may be considered substantially responsive at least as to the issue of fairness. This value would however be added as an adjustment for evaluation purposes only during the detailed evaluation process; ii. If a bid is not substantially responsive, it will be rejected by the procuring agency, and may not subsequently be made responsive by correction or withdrawal of the non-conforming deviation or reservation.

2.27 Return of Bid Security

a) The bid security of the contractor / bidder who is awarded the work shall be retained and the bid security of other un-successful bidders shall be returned (in the shape it is deposited) after finalization / declaration

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [40 ]

of the Bid Evaluation Report and declaration of the successful bidder, as per SPPRA Rules.

b) Bid security of the successful bidder (to whom the contract is awarded) will be returned upon submission of performance security (in the shape it is deposited).

2.28 Forfeiture of Bid Security

The bid security may be forfeited:

a) If the contractor/bidder withdraws his bid during the period of bid validity.

b) If the contractor/bidder does not accept the correction of his bid price.

c) If the successful bidder fails to:

i. Furnish required performance security within stipulated time. ii. Refusal to sign the agreement. iii. Procure and provide / bring on ground required vehicles, machinery or equipment within stipulated time mentioned in initial letter of acceptance. iv. Failure to get the firm registered with Tax Authorities and / or Professional bodies (e.g. SECP) as required under the laws of Sindh / Pakistan within 90 days of issuance of letter of acceptance. v. However, in exceptional cases of force majeure, circumstances beyond control of the contractor, the period may be extended for a maximum of additional 60 days.

2.29 Proposal/Offers to be declared non-responsive without bid security

Proposal/offers, which are not accompanied with, required amount of bid security in the shape mentioned at clause 2.24 above / bidding data shall be rejected as declared non-responsive.

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [41 ]

2.30 Evaluation Criteria

Criteria Sub Criteria & Point System for evaluation of Technical Proposal is as under:

Maximum S. CRITERIA Sub Marks Total No. Marks 1. Company Profile Number of Similar Assignment / Contracts (SWM) satisfactorily carried out / completed or in hand by the contractor during last Five Years

02 mark The Bidders who have experience of carrying out or for 01 completed assignments for similar nature in last 5 assignment years i.e. Solid Waste Management (SWM)

Contractors shall be awarded 1 Mark per assignment 1.1 (having 10 / contract subject to the condition that they provide contract proof of ‘Satisfactory Completion’ or ‘Satisfactory period for at performance’ of the Contract and value of the least 3 Contract is more than PKR 750 Million each. years)

The contractor must have at least 5 works for a contract period of 3 years in last 5 years to get Maximum Marks=10 > 500 M to 1 Billion Value of SWM Assignments / Contracts PKR having

contract The value of the Solid Waste Management (SWM) period not Assignments / Contracts (But excluding assets of the less than company, tool, machinery and other accessories 3 year related to work), mentioned at 1.1 above: (1 Mark)

1.2 10 Yearly or Lump sum value of the Contracts: > 1.00

Billion PKR i. < 500 Million PKR No Marks having ii. > 500 Million to 1 Billion PKR 1 Mark contract iii. > 1.00 Billion PKR 2 Mark period not Maximum Marks = 10 less than

3 year (2 Mark) Value and number of appropriate solid waste machinery owned by the company / Bidder 20 The sub marks in this context shall be awarded as under: a) Compatible, appropriate Municipal Solid Waste Machinery:

1.3 i. Compacting and transporting composite unit (Compactor) having auto tipping system as described under the contract, owned by the company, well maintained and in running 05 condition. - 51 to 100 Compactors ---- 1 Marks - 100 to 150 Compactors -- 3 Marks

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [42 ]

- 150 to 300 compactors --- 5 Marks

ii. Mechanical Sweeping Machines suction type composite units, having appropriate system for wet sweeping as described under the contract.

03 - 4 to 8 Mechanical Sweeper – 1 Mark - 9 to 15 Mechanical Sweeper – 2 Marks - Over 15 Mechanical Sweeper – 3 Marks

iii. Mechanical Washers Composite unit for holding sufficient water, equipped with appropriate washing nozzles, suitable for washing of roads, footpaths, road side plantation while moving along the road. 02

- 5 to 10 Mechanical washer – 1 Marks - Over 10 Mechanical washer – 2 Marks

b) Appropriate Municipal Solid Waste Machinery conventional type having detachable units:

i. Arm Roll Type with tipping mechanism for handling big size of solid waste container as describe under the contract. 02 - 10 to 15 Arm Roller – 1 Mark - Over 15 Arm Roller – 2 Marks

ii. Open Trucks / Dumpers with manual and mechanical system to cover MSW while transportation. 02 - 10 to 15 Dump Truck – 1 Mark - Over 15 Dump Truck – 2 Marks

iii. MSW loading machinery (Loader / Shovel / Mini shovels / Skid Loaders) suitable to collect and load MSW to open trucks and also suitable to collect waste from streets and back narrow lanes. 02 - 10 to 15 Loaders / Mini-loaders / Skid loaders – 1 Mark - Over 15 Loaders / Mini-loaders / Skid loaders – 2 Marks

iv. Auto tipping types composite MSW Transporting machinery of small size suitable for manual loading of MSW 02 - 50 to 100 small size of machinery – 1 Mark - Over 100 small size of machinery – 2 Marks

c) Other Sweeping Tools for sweeping collection 02 transportation and loading manual type.

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [43 ]

1.4 Organizational structure / relevant experience of Firm: 05

a) Organization Structure / relevant experience of 1.4 a the firm in his own country / or abroad. 02

b) Organization structure / relevant experience of the 1.4 b firm in Pakistan. 02

c) Organization structure that the company expect to setup in Pakistan relevant to this contract and 1.5 c experience to execute infrastructure work in 01 Pakistan.

Net worth (Financial) of the contractor including bank financing:

i. Net worth of the contractor / bidding including bank financing for last five year to date and 03 1.5 d 10 maintained not less than One Billion. ii. Net worth financial of the contractor / bidder including bank financing for last five years up 07 to date maintained more than One Billion.

Technical / operational approach and 2 methodology

Approach methodology for works and services:

The approach of the bidder must be to handle the activities described in the contract side by side in view of demography and local infrastructure, with the approach to adopt modern techniques to handle the MSW collection and transportation and sweeping with 2.1 proper scheduled timing and be quick and efficient in 20 operation process. In order to achieve this, comprehensive survey of the area is required for which latest Information Technology tools should be used for having detail survey and organize operational plans for execution of the scheme.

a) For best suitable approach to handle the activity 2.1 a under the contract in view of local demography 07 and infrastructure. b) Methods to be adopted by the bidder for best utilization of its machinery, workforce for 2.1 b fulfilling the activities under the contract 05 successfully using best informative techniques and operational plans c) Goal oriented work plan The Goal is to plan execute the activities given 2.1 c under the contract successfully using adequate 08 machinery and tools

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [44 ]

Responsiveness to RFP and bidding requirements*

2.2 10 10 * Responsiveness to RFP and bidding requirements are well explained under the contract 3. Technical / Operational Team. 15 Education and Qualification The education and qualification of the team must be

3.1 in accordance with the requirement for execution and 05 operation for the activities under the contract.

Relevant Background The relevant background must be in accordance with 3.2 05 the work under the contract.

Time spent with the contractor

3.3 The time spent by the team with the bidder / 05 contractor must be five years on regular basis Grand Total 100 Minimum Technical Score to qualify is = 75 points / Marks

2.31. Manner Place, Date and Time of Receipt / Opening of Bids

a) Interested bidders/contractors are required to submit their proposal / bid at the office of Sindh Solid Waste Management Board not later than 16th July 2019 at 1500 PST sharp repeat 16th July 2019 at 1500 PST sharp;

b) The proposal/bid will be opened publicly on 16th July 2019 at 1530 hours PST by the Procurement Committee at the office of Sindh Solid Waste Management Board;

c) Initially, only the Envelope marked “Technical / Operational Proposal” shall be opened;

d) The Enveloped marked “Financial Proposal” shall be retained in the Custody of Procuring Agency without being opened;

e) The ‘Procurement Committee’ constituted by the procuring agency under SPP Rules, 2010 (amended upto date) shall evaluate the technical proposals on the basis of their responsiveness to Version-2 of RFP / Bidding requirement, applying the evaluation criteria, sub- criteria and point system specified in Version-2 of RFP / Bidding Document without reference to the quoted rates.

f) Any proposal which is found non-responsive shall be rejected at this stage and particularly if the proposal fails to achieve the minimum technical score indicated in RFP / Bidding document. No amendment

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [45 ]

in technical proposal shall be permitted during technical evaluation, except as permitted in the SPP Rules;

g) The ‘Procurement Committee’ may constitute technical sub-committee for expert input / advice, subject to final evaluation by the ‘Procurement Committee’;

h) After the technical evaluation is completed, the procuring agency shall inform the contractor/bidders, the technical scores obtained by their technical proposals. The procuring agency shall also notify those contractors/bidders whose proposals did not meet the minimum qualifying marks or whose bid were considered non-responsive to the RFP / Bidding and their Financial Proposal shall be returned un- opened, but only after completing the selection process. The results of Evaluation Process shall also be hoisted on the websites of SSWMB and SPPRA;

i) The procuring agency shall simultaneously notify in writing to the contractor(s) that have secured the minimum qualifying marks, the date, time and location for opening of financial proposals;

j) The financial proposals shall be opened publicly in the presence of contractors or their representatives who chose to attend;

k) Rectification of arithmetical errors will be made on the basis, if any discrepancy is found between the unit price and total price that is obtained by multiplying the unit price and the quantity. The unit price shall prevail and the total price shall be corrected accordingly;

l) If any discrepancy is found between words and figures, the amount in words shall prevail.

2.32. Preliminary Examinations and Determination of Responsiveness of Bid prior to detailed evaluation of Bid (Read with 2.26 above)

1. Preliminary examination of Bids

The procuring agency will examine the bid whether:

a) The bidder has paid ‘Tender Document Fee’.

b) The bid is complete and does not deviate from the scope of work for any computational error.

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [46 ]

c) That required securities are furnished.

d) The documents have been properly signed i.e. each and every page of Tender Form plus wherever indicated.

e) The bidder has quoted rates of all items in the BoQ and has also submitted its component / sub-component wise breakdown / rate analysis.

f) That the bid is valid till the required period.

g) That the bid does not deviate from basic technical requirement.

h) That the bid is generally in order.

2. The Tender Proposal / Bid shall be rejected and not considered:

a) If proof of payment of Tender / Bidding Document Fee is not provided (irrespective of the fact that the Tender / Bidding Document have been downloaded from the websites or obtained from the office of SSWMB).

b) If the Bid is not accompanied with Bid Security of the required amount (in the shape of Deposit at Call, Pay Order, Demand Draft or Bank Guarantee only).

c) If each page of the proposal/bid is not signed by bidder.

d) If Validity of the Bid submitted is less than the specified period.

e) If it is submitted for incomplete scope of work.

f) If it is conditional and contains alternative proposals.

g) If it indicates that the bid price not inclusive of the amount of all taxes, fees and incidental charges.

h) If the bidder participated in more than one bid i.e. submitted alternate bid / more than one bid.

i) If received after the deadline for submission of bid (Relaxation of even a single minute shall not be given).

j) If submitted through Fax, Telex, Telegram or e-mail.

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [47 ]

2.33. Clarification of Bid.

In examination, evaluation and comparison of bids, the procuring agency may at its discretion ask the contractor/bidder for clarification of his bid, subject to provision of SPP Rules, 2010 (amended up to date). The request for clarification and response shall be in writing and no change in price or substance of bid shall be sought, offered or permitted. No bidder shall be allowed to alter or modify his bid after the expiry of deadline for the receipt of the bid.

2.34. Correction of Errors before Financial Evaluation.

a) Bids determined to be substantially responsive will be checked by the procuring agency for any arithmetic errors. Errors will be corrected by the procuring agency as follows:

ii. where there is a discrepancy between the amounts in figures and in words, the amount in words will govern; and

iii. where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by the quantity, the unit rate as quoted will govern, unless in the opinion of the procuring agency there is an obviously gross misplacement of the decimal point in the unit rate, in which case the line item total as quoted will govern and the unit rate will be corrected, accordingly.

b) The amount stated in the Form of Bid will be adjusted by the procuring agency in accordance with the above procedure for the correction of errors and with the concurrence of the bidders. The amount thus corrected shall be considered as binding upon the bidder. If the bidder does not accept the corrected bid price, his bid will be rejected, and the bid security shall be forfeited in accordance with clause 2.28 hereof.

2.35. Financial Evaluation and comparison of Bids (Read with 2.26 above)

a) The Financial Bids of only those Bidders, whose Bids have been declared Technically Qualified (have obtained minimum required marks in the Technical Evaluation) shall be opened publicly in the second stage.

b) The procuring agency will evaluate and compare only the Bids determined to be substantially responsive in accordance with

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [48 ]

clause 2.26 and fulfil all criteria mentioned in the Bidding Document, including but not limited to 2.32.

c) In evaluating the Bids, the procuring agency will determine the evaluated bid price by adjusting the bid price as follows:

i. Making any correction for errors pursuant to clause 2.34;

ii. Making appropriate adjustment for any other acceptable variation or deviation.

d) The estimated impact of the price adjustment on provisions of the conditions of contract, applied over the period of execution of the contract, shall not be considered in bid evaluation.

e) If the bid of the successful bidder is seriously unbalanced in relation to the procuring agency’s estimate of the cost of work to be performed under the contract, the procuring agency may require the bidder to produce additional detailed price analysis for any or all items of the Bill of Quantities (BOQ) to demonstrate the internal consistency of those prices with the methods of performing the work and schedule proposed.

f) After evaluation of the price analysis, the procuring agency may require that the amount of the Performance Security set forth in clause 2.36 be increased at the expense of the successful bidder to a level sufficient to protect the procuring agency against financial loss in the event of default of the successful bidder under the contract.

2.36. Performance Security

a) The successful bidder shall furnish to the procuring agency a Performance Security equivalent to 1% of quoted / approved rate (inclusive of taxes) for seven years i.e. whole contract period, in favour of the Sindh Solid Waste Management Board, in the form of:

i. Deposit at Call or; ii. Pay Order or; iii. Demand Draft or; iv. Bank Guarantee from any scheduled bank of Islamic Republic of Pakistan or from a foreign bank dully counter guaranteed by a scheduled bank in Pakistan, as prescribed under Rule 39 of SPPRA Rules, 2010 (amended up to date);

b) The Performance Security of the amount stipulated in the bidding

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [49 ]

data and the Conditions of Contract is to be submitted within a period of 28 days after the receipt of Letter of Acceptance, but 07 days prior to expiry date of bid security. (please refer to Rule 39 of the Sindh Public Procurement Rules, 2010 (Amended 2019).

c) Validity of performance security shall extend at least six months beyond the date of completion / expiry of the contract as mentioned in the bidding data to cover defects liability period or maintenance period subject to final acceptance by the procuring agency.

d) Failure of the successful bidder to comply with the requirements of Sub-clause a) or clauses 2.37 or 2.40 shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security.

2.37. Signing of Contract Agreement.

a) Within 14 days from the date of furnishing of acceptable Performance Security under the Conditions of Contract, the procuring agency will send the draft of Contract Agreement to the successful bidder.

b) The formal Agreement between the procuring agency and the successful bidder shall be executed within 14 days of the receipt of the Contract Agreement by the successful bidder from the procuring agency.

c) A procurement contract shall come into force when the Procuring Agency requires signing the contract, the date on which the signatures of both the procuring agency and the successful bidder (contractor) are affixed to the written contract.

2.38. Stamp Duty

The formal Agreement between the client (Procuring Agency) and the successful bidder shall be duly stamped at rate of 0.35% of sanctioned price (or at the rate prevailing / notified by the government) and as stated in Letter of Acceptance. The successful bidder will pay stamp duty.

2.39. General Performance of the bidders

Procuring agency may in case of consistent poor performance of the contractor and his failure to remedy the underperforming contract may take such action as may be deemed appropriate under the circumstances of the

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [50 ]

case including the rescinding the contract and/or black listing of such contractor and debarring him from participation in future bidding process.

2.40. Integrity Pact

The bidder shall sign and stamp the Integrity Pact provided at Annexure-4 to the bidding documents. Failure to provide such Integrity Pact shall make the bidder non-responsive.

2.41. Defect Liability Period

Defect liability period shall be 06 (six) months after the date of completion and expiry of the contract agreement.

2.42. Return of Performance Security

The performance security of the contractor shall be returned after 06 (six) months (defect liability period) of completion and expiry of the contract period, upon determination that the obligation under the contract have been duly fulfilled in accordance with the provisions of contract document and agreement and the contractor has no liability to the procuring agency due to this contract. In case of any liabilities of the contractor to the procuring agency, or any amount paid extra due to arithmetical or calculation error and other tax amount due to the contractor, then such amount shall be recovered from the amount of performance security and balance amount of the performance security shall be return to the contractor.

2.43. Retention Money.

Retention money shall be deducted from contractor’s running performance bill at the rate of 5% (Five Percent) of monthly bill amount. The retention money shall be released in the currency in which it is deducted (Pak Rupees) after every fifteenth running bill payments of the contractor for the works successfully executed for last twelve month. The amount due to the Contractor in respect of retention money shall be released after deduction of such amount as are required to be recovered on account of default of contractor in performing his contractual obligations under this contract or any amount paid extra due to arithmetical or calculation error or erroneous assessment.

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [51 ]

2.44. Format of Contract Agreement

Format of Contract Agreement shall be provided to the successful contractor, with alteration if any with mutual consent, but not inconsistent with the SPP Rules.

2.45. Form of Bank Guarantee for Performance Security

Format of bank guarantee for performance security is attached at annexure Section of the Bidding Document. Alternatively, the same can be obtained from the Finance Section of SSWMB.

2.46. Inspection of Supplies made, and Work & Services performed by the contractor

a) Representative / committee of the procuring agency shall inspect the supplies made (e.g. dust bins / containers supplied), work and services performed by the contractor under the contract and any deviations from the specifications in the supplied items or deficiencies in the performance of the work and services will be notified in writing, giving warning letter to the contractor.

b) In case the contractor does not rectify / remove the deficiencies indicated, then deductions shall be made for non-performance of that particular component or sub-component as per approved rate or rate analysis, as the case may be.

c) In addition to deductions for non-performance of that particular component or sub-component, penalties as per penalty clauses may also be imposed, in case of non-seriousness of the on the contractor towards rectification of the deficiencies.

d) The Procuring Agency may hire the services of 3rd Party Independent Consultant for regular and day to day evaluation of the obligations under the contract, and in such case payment of claimed Bill to the Contractor shall be subject to verification of 3rd Party Independent Consultant, once hired.

2.47. Letter of Acceptance.

a) After announcement of tender decision i.e. declaration of the ‘Lowest Evaluated Bidder’, Letter of Acceptance will be sent to successful bidder/contractor, inviting for signing of agreement. The contract agreement shall be signed within 14 (fourteen) days, following the date of letter of acceptance. This period may be extended for a

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [52 ]

maximum of additional 14 (fourteen) days, in case of special circumstances.

b) Once the contract agreement is signed, the contractor shall ensure to bring on ground the required vehicles, machinery, dustbins, equipment and manpower etc. as per contract, at the earliest but not later than 90 days of signing the contract agreement, and invite the Procuring Agency for inspection.

c) Subject to satisfactory physical inspection of the vehicles, machinery, dustbins, equipment etc., by the Procuring Agency, as per the specifications / requirement of the contract, and availability of minimum required manpower, the CONTRACTOR shall be issued formal ‘Work Order’ to commence the contract.

Note: The letter of formal award of the contract and its execution shall be on the date when the contractor brings on ground the required vehicles, machinery, dustbins, equipment and manpower, but not later than 90 days of issuance of letter of acceptance, else the contract is liable to be cancelled and security forfeited.

2.48. Arbitration

a) In case of any dispute, both parties shall attempt to resolve it through negotiation.

b) Any dispute, that is not amicably resolved through negotiation, shall be finally settled, unless otherwise specified in the Contract or agreed by both sides, under the Arbitration Act 1940 updated from time to time and would be held anywhere in the Province of Sindh at the discretion of procuring agency.

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [53 ]

2.49. Information Related to Contractor / Bidder

a. Contractor / Bidder Company / JV Full Name______

b. Name and Designation of Authorized Signatory ______

c. CNIC or Passport Number ______

d. Address______

e. Telephone No. ______

f. Fax No. ______

g. e-mail Address ______

h. website of the Company ______

Executive Director (Operation-I) Karachi Contractor V-2 Korangi [54 ]

Bidding Data

2.50. Bidding Data

S. No. DATA Front End Collection and Disposal of Municipal Solid Waste for Zone Korangi 1. Name of Work (DMC Korangi Area) Karachi, Sindh, Pakistan

The Name of Executive Director (Operations – I) 2. Procuring Agency’s Sindh Solid Waste Management Board Official (SSWMB)

Address Bungalow No. 13, Al-Hamra Housing Society, Shaheed-e-Millat Road, Karachi - Pakistan.

3. Telephone# +92 21 9933 3703-05 Facsimile +92 21 9933 3707 E-mail [email protected] Website www.sswmb.gos.pk

Single Stage – Two Envelope Procedure

a. Proposal shall comprise a single package containing within it two separate sealed Envelopes. Each Envelope shall contain, separately the Technical Proposal & Financial Proposal, as is the case. b. The package (Outer Envelope) shall be clearly marked the name of the Proposal, Procedure of open date and time of submission and the competitive bidding address and place of the submission and 4. (International Competitive name and address of the contractor / Bidding – ICB) bidder. c. The package (Outer Envelope) containing the two Envelopes must be sealed signed and stamped by the bidder or its authorized representative. d. The inner envelopes (one containing ‘Technical Proposal’ and the other containing ‘Financial Proposal’ must also be separately sealed signed and stamped by the bidder or his authorized representative.

Executive Director (Operation-I) Karachi Contractor V-2 Korangi

[55 ]

Proposal shall be submitted by hand or may be sent be registered post / airmail / Courier, but well before submission date and time. Any delay due to traffic jams, late delivery by the postal or courier service shall not be 5. condoned.

Note: Proposal submitted through telegraph, telex, fax or e-mail shall not be entertained.

6. Financial Proposal to be submitted with Technical Proposals (But in a separate sealed Envelope).

Pre-proposal / Pre-bid meeting was held at the office of SSWMB: 7. Bungalow No. 13, Al-Hamra Housing Society, Shaheed-e-Millat Road, Karachi – Pakistan on 9th April 2019 at 1500 hours PST

The proposal / bid submission address is at the: 8. Office of SSWMB, Bungalow No. 13, Al-Hamra Housing Society, Shaheed-e-Millat Road, Karachi – Pakistan.

Proposal must be submitted no later than the following date & time: 9. 16th July 2019 at 1500 hours PST (No relaxation for late comers) The Bids shall be opened same day at 1530 hours PST

10. Proposal must remain valid for 120 (One Hundred and Twenty) days after the Proposal / bid submission deadline.

Bid Security (also see 2.24):

➢ Bid security equal to 1% of total Bid amount will be attached with financial proposal in any of the following forms described below: ▪ Deposit at Call or; ▪ Pay Order or; ▪ Demand Draft or; ▪ Bank Guarantee from any scheduled bank of Islamic Republic of Pakistan or from a foreign bank dully counter guaranteed by a scheduled bank in Pakistan, as prescribed under Rule 37 and 39 of SPPRA Rules, 2010 (amended up to date);

11. ➢ Bid Security has to be in favour of the procuring agency (Sindh Solid Waste Management Board). ➢ The bid security must remain valid for a period of 28 days beyond validity period of the bid. ➢ Bid security shall be submitted in the same currency as that in which the bid is priced/quoted or equivalent PKR by conversion at buying rate of exchange declared/notified by State Bank of Pakistan prevailing 28 (Twenty-eight) days before the date of opening of the bid specified in bidding document. ➢ The Bid Security is to be calculated for total Bid Price for one year, offered by the Bidder for all items inclusive of taxes and duties. ➢ The bidders are further advised to refer to specific provisions

Executive Director (Operation-I) Karachi Contractor V-2 Korangi

[56 ]

of ‘Bid Security’ (Rule 37) of the Sindh Public Procurement Rules, 2010 (Amended 2019).

1. All provisions of Sindh Public Procurement Rules, 2010 (amended up to date), whether mentioned in the Bidding Document or Not, shall be applicable. 12. 2. In case of any inconsistency in the RFP / Bidding Document and the Sindh Public Procurement Rules, 2010 (amended up to date), the provisions of Sindh Public Procurement Rules, 2010 (amended up to date) shall have overriding effect.

13. Clarification may be requested not later than 7 (Seven) days before the submission date.

The address for requesting clarification is:

Executive Director (Operation – I), 14. Sindh Solid Waste Management Board, Bungalow No. 13, Al-Hamra Housing Society, Shaheed-e-Millat Road, Karachi – Pakistan Facsimile +92 21 9933 3707

The proposal as well as all related correspondence exchange by the 15. Contractor/Bidder and procuring agency shall be written in English. However, it is desirable that the firm’s personnel have a working knowledge of the national and regional languages of Islamic Republic of Pakistan.

Alternative proposals are not acceptable; each bidder must submit only one 16. proposal fulfilling all conditions, instructions and requirement contained in Version-2 of RFP / Bidding Document. Alternative Proposal shall not be entertained.

➢ Valid Registration Certificate of the Tax Authorities and relevant Professional Bodies must be attached with the proposal / bid. 17. ➢ In case of International Bidders (not already doing any business in Pakistan at the time of bidding), appropriate time will be given to them for registration, but not more than 90 days.

The Contractor/Bidder should quote the rate for each item of supply, works / services under this contract and total bid price in US Dollars. The interim 18. payment/running bill payments shall be made in Pak Rupees (conversion / buying exchange rate declared by the State Bank of Pakistan shall be applicable of the date of submission of interim bill/monthly running bill for payment).

The Contractor/Bidder should quote the rate for each item of supply, works 19. / services inclusive of all National, Provincial, Local taxes, duties, expenses, contingencies and incidental charges.

20. Contractor/ Bidder must submit 2 copies of Technical Proposal (one

Executive Director (Operation-I) Karachi Contractor V-2 Korangi

[57 ]

original and other copy), and the one copy of the Financial Proposal. The details for submission are mentioned at S. No. 4 of Bidding Data, above.

Successful Contractor/Bidder shall be required to furnish Performance Security equivalent to 1% of quoted / approved rate (inclusive of taxes) for seven years i.e. whole contract period, in favour of the Sindh Solid Waste Management Board, in the form of:

i. Deposit at Call or; ii. Pay Order or; iii. Demand Draft or; iv. Bank Guarantee from any scheduled bank of Islamic Republic of Pakistan or from a foreign bank dully counter guaranteed by a scheduled bank in Pakistan, as prescribed under Rule 39 of SPPRA Rules, 2010 (amended up to date);

➢ The Performance Security is to be furnished within a period of 28 days after the receipt of Letter of Acceptance, but 07 days prior to expiry date of bid security; 21. ➢ The Performance Security shall be deposited in the currency in which the bid is priced / quoted and valid up to six months after conclusion of the contract;

➢ The Performance Security is to be furnished within a period of 28 days after the receipt of Letter of Acceptance, but 07 days prior to expiry date of bid security;

➢ Validity of performance security shall extend at least six months beyond the date of completion / expiry of the contract as mentioned in the bidding data to cover defects liability period or maintenance period subject to final acceptance by the procuring agency;

➢ The bidders are further advised to refer to specific provisions of ‘Performance Security’ (Rule 39) of the Sindh Public Procurement Rules, 2010 (Amended 2019).

22. Contractor/bidder shall undertake to sign Integrity Pact as per Format provided by SSWMB under this contract.

Executive Director (Operation-I) Karachi Contractor V-2 Korangi

[58 ]

Section III

Description of Zone Korangi (DMC Korangi Area)

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [59 ]

Section III

Description of Zone Korangi (DMC Korangi Area)

District Municipal Corporation, Korangi is situated on the Southern side of Karachi City. It is further subdivided into 4 Zones and comprises of 37 Union Committees.

3.1 Korangi Zone- Brief Description

Korangi Zone is adjacent to the South-west part of Landhi Zone. The Zone comprises of 13 (Thirteen) Union Committees (UC 25 to 37). Details about the areas included in UCs of Korangi Zone of DMC Korangi are annexed in the Annexure section of Version-2 of RFP / Bidding Document.

Korangi Zone is a well-demarcated area commonly known by its industrial activities. This zone is flanked by Landhi Zone on East of Korangi, District Council, Karachi and Board Korangi Creek on the South and Malir River on the West and North. Korangi Zone is situated far away from the existing two landfill sites of Karachi i.e. Gond pass and Jam Chakro.

One of the 6 industrial estates of Karachi - is situated in district Korangi adjacent to Korangi Zone. Approximately 450 various industries are registered with Korangi Association of Trade and Industries (KATI) but in fact number of industries located within Korangi Industrial Area is much more than those registered with KATI.

The nature of these industries is mixed one including plastics, leather and leather products, textile and fabrics, chemicals, food packaging, pharmaceutical, dyeing, cigarettes manufacturing, wood and wood products, lubricants, light engineering, electronics, poultry feeds, cooking oil and Banaspati Ghee manufacturing.

Sector 7 & 7A of Korangi Industrial Area mostly belongs to leather and tannery business, and these industries are registered with Pakistan Tannery Association (PTA). Due to these industrial areas, katchi abadies (slums) and residential areas of low-income people have been established around the industrial area. As a result, besides industrial waste (which is not a subject of this document), a considerable amount of MSW is also generated in the industrial area and its katchi abadies (slums).

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [60 ]

Further details regarding Municipal Solid Waste Generation in each UC of the Zone, demography of different Union Committees of the Zone, including its population, housing pattern, economic status and Municipal Solid Waste generation, its collection, transport and disposal system, may be obtained from the website of District Municipal Corporation, Korangi (DMC – Korangi), office of DMC Korangi or Sindh Solid Waste Management Board (SSWMB).

3.2 Shah Faisal Zone Brief Description

The Shah Faisal Zone is on the North of Korangi Zone and North-west of Landhi Zone. The Zone has 8 Union Committees (UC 7 to 14). The area of the zone is about 11.69 KM2. The MSW generation is about 31.40 Tons/KM2 per day, which is relatively even. Details about the areas included in UCs of Shah Faisal Zone of DMC Korangi are annexed in the Annexure section of Version-2 of RFP / Bidding Document.

Shah Faisal Zone is a well-demarcated residential area with small quantum of commercial, shops and commercial activities. This zone is defined by physical features, on the West and North, it is flanked by and further by Shahrah-e-Faisal road on the North, while on the South it is bordered by the Malir River. All Union Committees have been demarked keeping in view the existing colonies / goths (villages). The relatively smaller size of the Zone is necessitated by physical contours defining its shape.

Shah Faisal Zone is situated far away from the existing two landfill sites of Karachi i.e. Gond pass and Jam Chakro. The nearest MSW Disposal point is GTS Site Sharafi Goth but it is not within the zone. In view of linear distances from the Geometrical centers of the UC’s of the Zone, it is suggested that the MSW of Shah Faisal Zone should be transported to landfill site through GTS, which is located at Azeem Pura Graveyard and at present this practice is being adopted. Alternatively, GTS Sharfi Goth could be used.

Further details about Municipal Solid Waste Generation in each UC of the Zone, demography of different Union Committees of the Zone, including its population, housing pattern, economic status and Municipal Solid Waste generation, its collection, transport and disposal system, may be obtained from the website of District Municipal Corporation,

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [61 ]

Korangi (DMC – Korangi), office of DMC Korangi or Sindh Solid Waste Management Board (SSWMB).

3.3 Landhi Zone Brief Description

Landhi Zone of DMC Korangi is partially known by its industrial activities. Zone comprises of 10 Union Committees (UC 15 to 24). The area of Landhi Zone is about 37.61 KM2. Details about the areas included in UCs of Landhi Zone of DMC Korangi are annexed in the Annexure section of Version-2 of RFP / Bidding Document.

The MSW generation of Landhi Zone is 650 Tons/day and the MSW density Distribution is between 19.77 to 23.78 T/KM2 Per Day. The informal dumping site (GTS Sharafi Goth) is adjacent to the Landhi Zone, which is now being planned, as a scientific GTS. The MSW of Landhi Zone will be collected and transported to GTS at Sharafi Goth.

The Landhi Zone is a well-demarcated area, partially known by its industrial activities. The industries that are registered under Landhi Association of Trade and Industries (LATI) are about 150. However unregistered factories may be approximately double the number than those which are registered. This zone is flanked by Korangi Zone on its West, District Council area on the South, Korangi Creek Cantonment on the South-west and Malir River on the West and North.

Further details about Municipal Solid Waste Generation in each UC of the Zone, demography of different Union Committees of the Zone, including its population, housing pattern, economic status and Municipal Solid Waste generation, its collection, transport and disposal system, may be obtained from the website of District Municipal Corporation, Korangi (DMC – Korangi), office of DMC Korangi or Sindh Solid Waste Management Board (SSWMB).

3.4 Model Zone Brief Description

The Model Zone is new addition to former (Town Municipal Administration). The Zone is relatively small in area and comprises of only 6 Union Committees (UC 1 to 6). Major area of the Model Zone is situated on the Northern side of Shahrah-e- Faisal.

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [62 ]

Further details about Municipal Solid Waste Generation in each UC of the Zone, demography of different Union Committees of the Zone, including its population, housing pattern, economic status and Municipal Solid Waste generation, its collection, transport and disposal system, may be obtained from the website of District Municipal Corporation, Korangi (DMC – Korangi), office of DMC Korangi or Sindh Solid Waste Management Board (SSWMB).

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [63 ]

3.5 Existing Solid Waste Management System in DMC Korangi

a) Door-to-Door Collection

Presently, proper system for collection of municipal solid waste from door-steps does not exist in DMC Korangi area.

Residents of DMC Korangi, mostly throw their household waste to nearby katchra-kundis (dustbins) during any time of the day, without any schedule. Majority of the shopkeepers of commercial areas and attendants of shopping malls as well as the residents of DMC Korangi, usually throw their garbage indiscriminately, either in front of their shops, houses or at the corner of streets, lanes or nearby open spaces etc. No strategy or collection plan for doorstep collection exists in DMC Korangi in general. No any MSW collection system in the industrial is in place, though a considerable quantum of MSW is generated in the industrial area and surrounding slums, as well.

b) Street Sweeping

Main roads and lanes in DMC Korangi are cleaned manually using brooms and brushes. The sweeping stuff is kept in the form of numbers of small heaps usually on the sides of kerbs and on road sides, which is then lifted with help of Belcha and transported to nearest dustbin sites / collection points using wheelbarrows / handcarts. Sweeping stuff is normally thrown into the dustbins (mostly masonry) from where it is loaded on garbage vans for disposal. Sweeping is done normally in two shifts i.e. 6:00 AM to 10:00 AM and then 2:00 PM to 5:00 PM. Mechanical sweeping is not done in DMC Korangi except on some special occasions on the main roads for which machines are provided by KMC or SSWMB.

c) Washing of Main and Important Roads.

Currently no such practice is being carried out in Korangi.

d) Transportation of MSW from Dustbins / Collection points to GTS or directly to Landfil Sites

Garbage vehicles i.e. Refuse Vans, Arm Rolls, Compactors, Dump Trucks, Tractor Trollies, usually designated to each UC of the Zone, collect and transport waste from collection

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [64 ]

points / dustbins to informal GTS of the Zone. In some cases, MSW is transported directly to landfill sites, especially when large dump trucks are used. Each vehicle is supposed to make 3 to 4 trips per day to clear garbage from dustbins/collection points. However, complete lifting of garbage from different zones of Korangi could not be made due to variety of reasons including non-availability of required numbers of vehicles. Usually containers of 3 to 6 Ton capacity are placed at collection points / dustbins. However, in some areas of DMC Korangi, garbage is dumped at open places, such garbage is either lifted using loaders and bobcats (type of mini-loaders) or through manual labour using baskets to pick up the garbage and to load into refuse vans or trucks, which is then transported to GTS of respective Zone. Most of the machinery for lifting and transportation of MSW available with DMC Korangi is very old and not compatible with the machines usually required for MSW lifting and transportation. However, few new vehicles have been added to the fleet in recent past.

e) Location of GTS of the Zones of DMC Korangi

Informal GTS for the Korangi Zone is located at the boundary of on the seashore, whereas in Shah Faisal Zone, informal GTS exists near Azeem Pura Graveyard. The Landhi Zone uses GTS located at Sharafi Goth. The MSW from Model Zone is also mostly transported to GTS Sharafi Goth. The catchment area of the GTS is the whole area of particular or even adjacent zone. Approximate MSW handling capacity of each zone is mentioned in respective annexures and further details can be obtained from the office of DMC Korangi or Sindh Solid Waste Management Board (SSWMB).

3.6 Existing System of Offal Collection & Disposal in DMC (Korangi) during Holy festival of Eid Ul Azha (For reference only)

Note: This item / assignment is no more part of this tender. It stands excluded from the BOQ. All bidders to note it.

➢ On the eve of Holy festival of Eid-ul-Azha every year, thousands of animals, i.e. goats, lambs, sheep, cows, bulls and camels are slaughtered as a sacrifice. This sacrificial

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [65 ]

ritual is done (as a custom) on the door step of each household or within the premises jointly or individually on the road sides or open grounds. After slaughtering the animals, as a general practice, the offals and other residuals like bones, skin parts and other intestinal organs etc. are left at the door step or thrown at the road side in bushes, open grounds, collection points and dustbins sites etc. creating an unclean environment with a pungent odor of blood almost everywhere on the event.

➢ This situation is dealt with MSW Management of each zone efficiently and effectively, initiating a specific campaign under an offal collection plan. A day before the event, clearing the garbage from dustbins sites is done. The special offal collection campaign usually started just after Eid-ul-Azha prayer. The offals and other residual animal waste are then collected using machinery available within the zones, including hired rental vehicles and disposed of in the pits already excavated at designated places where the offals are buried in a manner that create minimum hazard to the surrounding. Sprinkling the lime powder and other insecticidal / deodorant spray is also done to create pleasant atmosphere.

➢ The campaign is managed in such a manner that area is made clean and clear by the evening of each day event which continues for three days. An estimated number of offals collected and buried in DMC Korangi are about 170,000 - 200,000 numbers.

3.7 Problems & Short Comings in Existing System

➢ Waste has never been assigned priority by the Government.

➢ Non-existence of Door-to-Door Collection System.

➢ Poor attendance of Sanitary Workers /Officials engaged street sweeping and waste disposal.

➢ Ineffective system of monitoring / reporting causing indiscriminate dumping of waste on open spaces and road sides, also causing delay in complaint redressal system.

➢ Deficient number of concrete dustbins (katchra-kundi) / containers in the most of the areas, resulting in open and scattered dumping of garbage.

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [66 ]

➢ Main reasons for irregular collection of garbage from community bins / collection points are as under:

o Poor Supervision.

o Too many waste bin / dustbin sites.

o Defective, inappropriate and old garbage vehicles.

o POL (Petrol, Oil and Lubricant) issues.

o Political / labour Union intervention.

o No fixed timings for garbage vehicles to collect garbage from dustbin sites and further transportation to landfill site.

o Open transportation of garbage causing environmental pollution.

o Encroachments especially in market / commercial area causing difficulties in sweeping, collection and transportation to GTS /Landfill Site. Hence, the required number of trips is not achieved.

o No proper GTS facility is available.

o Scavengers, especially on open spaces and roadside dustbins, cause scattering of garbage.

o Existing rules with regards to SWM have become outdated and need to be reviewed, strengthened and enforced.

o Lack of public awareness/ civic sense regarding SWM collection and disposal.

o Lack of scientific approach towards integrated SWM.

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [67 ]

Section IV

Proposed Plan for DMC (Korangi)

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [68 ]

Section IV

Proposed Plan for Zone Korangi (DMC Korangi Area)

4.1 Front End Collection Plan (Proposed Plan) – Read with Section 5.3 (Terms of Reference / Scope of work)

Front End Action Plan for Korangi Zone (DMC Korangi Area) includes, but not limited to, following scope of Supply, work and services (Details in Section 5.3 and other relevant sections):

1. Door to door collection: This is vital component to revolutionize current outdated system of solid waste management. But SSWMB realizes that it cannot be established overnight, hence it is proposed to be implemented in a phase-wise manner with mutual agreement between the Contractor and the SSWMB, keeping in view ground realities.

2. Revamping of bin system: Current system of masonry dustbins or open dumps is to be substituted with new containers of different sizes, to be supplied by the contractor, as per sizes and specifications given in the RFP / Bidding document / Technical Proposal. Minor changes in the sizes and the specifications can be made with the approval of SSWMB, in case it is necessary due to field requirement / feasibility.

3. Manual and mechanical sweeping of roads, streets, lanes, footpaths, medians and open spaces and sweeping waste collection and disposal.

4. Washing of important roads: as and when required or ordered, including on special occasions.

5. Collection of sweeping waste / Municipal Solid Waste (MSW), its lifting and transportation from dustbins and collection points to designated GTS.

6. Establishment of Command and Control System including all required hardware, video wall / TV screens, connectivity as well as development and deployment of a SOFTWARE for Scientific monitoring / tracking system for entire management and operation plan. The system shall be established in Korangi as well as a video wall at SSWMB headquarter.

The Command and Control System shall have at least following manuals: a. Attendance System b. Vehicle Tracking System c. Bin Management System d. Complaint Management System

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [69 ]

Note: The Contractor shall provide ‘Source Code of the software and also deploy it on the Servers of SSWMB. The software shall become property of SSWMB.

7. Community awareness program and its implementation (preparation of promotional material and methodology for implementation to be mutually agreed and implemented jointly with SSWMB).

4.2 Door to door collection strategy [read with 4.1 (1)]

Door to door collection for Front End Collection Plan / mechanism / methodology is categorized as:

a) Block Collection

Whereby waste collecting vehicles (usually mini-tippers or pick-ups) with one or two waste collecting workers move around the residential blocks on a specified time each day, or as per schedule agreed between the contractor and SSWMB, and sound horn or ring bell to indicate their arrival and wait at intermediate location for residents to bring waste in polythene bags (or containers) to the collection vehicles. Alternatively, the workers with the collecting vehicles collect garbage in basket or bags from the door steps of the residents and throw the same in the collecting vehicles, which is then disposed of to the nearest dustbin sites or in the garbage van / compactors.

b) Door Step Collection

Whereby waste is left outside the property by the residents / shopkeepers in plastic / polythene bags and picked up by waste collecting vehicles moving in and around the residential area at specific time each day or collected from the door steps by the sanitary workers every day, or as per schedule agreed between the contractor and SSWMB, equipped with wheel barrows, handcarts or wheel bins and disposed of to the nearest dustbin sites or in the garbage van.

c) Shared containers type collection.

Whereby a container of suitable capacity is positioned at an appropriate place within a residential block, apartment building, market and shopping area, and residents, shopkeepers, apartment or shopping centre union staff and other waste generators put their waste stuff inside the container. These containers may be of Hook and lifting style or may be bucket type with proper tipping arrangements, which are then emptied into compactor vehicles or

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [70 ]

large containers and thereafter empty bins are again placed back at the original location. However, this operation is to be done as many times as required, to keep the container free of garbage. The locations where the containers are placed are kept clean and spilled out garbage is swept from the surrounding of the containers.

Note: ➢ Any or a combination of more than one methodology will be adopted on the basis of demography, population density, feasibility and requirement of the area after discussion between the stakeholders and approved by SSWMB, under the Front-end Collection Plan for Door-to-Door Collection.

➢ Plastic bags will be provided free of cost by the contractor / operator to all residential units for at least first two weeks. The size and grade of polythene bag are provided in the technical specification / as approved by the SSWMB.

➢ Where block collection and door step collection are adopted, and wherever possible, in case of shared container type collection, Organic and Inorganic Municipal Solid Waste, and wherever feasible, paper, plastic, kitchen waste, is to be collected separately and transported to GTS in a manner that these two or more types of MSW (sorted out at source) be disposed of at GTS separately as directed by SSWMB officials. This practice is to be adopted in each zone, wherever feasible. Organic and inorganic MSW is to be collected in different colored bags and litterbins and containers, as the case may be.

4.3 Street Sweeping and Sweeping of Main Roads

a) Classification / Type of Roads.

i. Primary Main Roads: These are the main roads connecting different zones of the district or inter-district roads (mostly dual carriageway), planned and constructed on established engineering practices with proper road geometry and mostly 3 or 4 lane carriageways. Majority of these roads have outside walkways / footpaths, median or edge stones.

ii. Secondary Main Roads: May be classified as main roads but secondary type, connecting various UCs in any Zone. Mainly single carriageways, however, in some parts, double carriageway facility. These roads are

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [71 ]

planned and constructed on normal engineering practices with or mostly without outside walkways / footpaths, median or edge stones and without proper road geometry, 2-3 lanes single but sometimes dual carriageways.

iii. Streets: These are internal roads, connecting various residential blocks, around markets and commercial areas; mostly 2 lane dual carriageways type with or without sidewalks. Constructed on conventional practice.

iv. Narrow lanes and streets: Paved or unpaved narrow internal streets in old residential areas, katchi abadies (slums), markets and around old commercial areas, single lane to double lane i.e. 10 to 20ft wide (but sometimes even narrower) with or without sidewalks or edge stone.

b) Sweeping Methodology:

i. Conventional Type (i.e. manual): With the help of Sanitary Workers, using broom / brushes, the sweeping waste is collected through wheelbarrows, transported and disposed of to the nearby bucket containers with tipping arrangements.

ii. Mechanical Type (i.e. using machine sweepers): Appropriate, vacuum type mechanical sweeping vehicles including built-in sweeping waste containing and water sprinkling / wet brushing features shall be used. The sweeping waste shall be disposed of to the nearest bucket or container having tipping arrangements.

c) Proposed Sweeping System under Front End Collection Plan:

i. Secondary Main Roads, Streets and Narrow Lanes (Manual Sweeping):

It is suggested that on secondary main roads, streets and on narrow lanes and streets, manual sweeping be adopted and sweeping waste from the beats (area) to be collected using buckets or containers and wheelbarrows and then emptied in nearby community dustbins or transferred directly into Mini- tippers / Suzuki Pickup type vehicles, or if feasible into compactors for transport to Secondary Dustbins or nearby GTS.

Sweeping on internal streets of residential area may be done as

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [72 ]

per schedule, guidelines given in technical specification and / or guidelines prepared in consultation and approval of SSWMB. Whereas in markets/commercial areas and in bazaar type of market areas or congested localities, sweeping may be required two times in a day as mentioned schedule of sweeping at technical specification and / or guidelines prepared in consultation and approval of SSWMB. Contractor is encouraged to prepare his own plan / schedule for achieving the purpose but must get it approved from SSWMB before implementation. The target is to keep the area litter free and cleaned, and clear from scattered garbage.

ii. Primary Main Roads and Secondary Roads (Mechanical Sweeping supplemented by Manual Sweeping)

These are the roads as enlisted or to be enlisted between the parties. Sweeping of these roads is to carried out using mechanical sweepers of appropriate size and capacity and supplemented by manual sweeping as and when required.

Sweeping stuff may be disposed of to the nearest dustbin sites or to GTS. Mechanical sweepers of self-contained and vacuum type, with water sprinkling / wet brushing system, are recommended for the purpose.

iii. Footpaths, Medians, Roundabouts and Open Spaces (Manual Sweeping)

It is suggested that manual sweeping be adopted for cleaning of foot paths, medians, roundabouts and open spaces. The sweeping waste collected, through manual sweeping from the beats (areas), be transferred using wheelbarrows and mini- tippers / rikshaws / Suzuki Pickup type vehicles, for disposal into the containers placed in the nearby area or directly to the compactors. Sweeping be carried out as per schedule of sweeping provided in technical specification or as agreed between the parties keeping in view the density of population in the area or field requirement. The purpose / target is to keep the area litter free and, cleaned and cleared from garbage.

d) Proposed ‘Lifting and Disposal of MSW Plan’ from points of collection / Dustbins to GTS

i. Under the proposed plan efficient and effective collection & transportation system for MSW is to be adopted using appropriate MSW collection, transportation and collection system. The suggested number of the machinery of different MSW contained capacity to handle approximately 1800 Tons (+/_ 25%) Per day MSW generation of DMC Korangi

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [73 ]

satisfactorily is proposed in appropriate section. But the type of machinery used for the area has to be a mix and match selection, depending upon the demography, field requirement including road / street status. A system must be devised that ensures keeping the area free of garbage.

ii. To minimize and ultimately eliminate traditional collection points / masonry dustbins, it is proposed that Containers, Buckets and Bins of appropriate size, having tipping arrangements are to be provided at appropriate locations that can be emptied into a compaction type container mounted on vehicles.

iii. Using compaction type container mounted vehicles saves labour cost, additionally frequent emptying of the bins, buckets and containers helps to discourage scavengers, reduces insects / rodents’ problem, prevents windblown trash, controls odour, saves inside storage space and outside parking spaces and reduces the hazards of open dumping. For variety of such reasons, emphasis is to use appropriate machinery for solid waste management collection, transportation and disposal.

iv. The bins, buckets and containers, MSW collection strategy, the vehicle types that are recommended for collection, transportation and disposal along with pictorial view of desired vehicles and their tipping mechanism, proposed herein above, are basically mentioned as a reference. Operation schedule of machines, numbers required and proposed plan for operation is given in technical specifications. If required, these will be further discussed by SSWMB with the successful contractor and modified as per local requirement and feasibility.

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [74 ]

Proposed Machinery for Mechanical Sweeping and container sweeping waste capacities under Front-end collection plan

Following section only describes outline and broader specification. Detail Technical Specifications are given in the annexure section of RFP / Bidding Document.

Mechanical Sweeper - B1

a. Type: Vacuum type wet brushing mechanism

b. Maximum sweeping width 3.5 Meters

c. Operating speed 5 to 10 KM per Hour

d. Container sweeping waste capacity 8 to 10 cubic meters

e. Water tank capacity 250 to 400 Litres

e) Total number of machines Required= 06 Number

▪ Type: Vacuum type wet brushing mechanism

▪ Maximum sweeping width 2 Meter

▪ Operating speed 5 to 8 KM per Hour

▪ Contained sweeping waste capacity 2 to 3.5 cubic meters

▪ Water tank capacity 80 to 100 litres

[75 ]

Executive Director (Operation-I) Korangi Contractor Karachi

Proposed Machinery for Washing of Main Roads under Front end collection plan.

Mechanical Washers -C1

• Type- Automatic sprinkling washing mechanism

• Maximum Washing width 3.5 Meter

• Operating speed 5 to 10 KM per Hour

• Contained water tank capacity 1000 to 1500

Gallons

• Total number of machines Required= 04 Number

[76 ]

Executive Director (Operation-I) Korangi Contractor Karachi

Proposed Machinery for Lifting and Transportation including Bin Tipping Mechanism under Front-end Collection Plan:

Bin tipping Mechanism-A1

• Appliance - standard metal or plastic rubbish bin.

• Bin cubage 0.24 to 0.3 cubic meters

[77 ]

Executive Director (Operation-I) Korangi Contractor Karachi

Bin tipping Mechanism A2 Appliances- metal bucket Bucket cubage= 0.66 - 0.8 Meter3

[78 ]

Executive Director (Operation-I) Korangi Contractor Karachi

Bucket raising Mechanism A3 Appliance- big metal rubbish bucket Bucket cubage =3.35 meter cube

[79 ]

Executive Director (Operation-I) Korangi Contractor Karachi

Bucket tipping mechanism-A4 Appliances- special metal covering bucket. Bucket cubage =1.4 to 2 Cubic meter

[80 ]

Executive Director (Operation-I) Korangi Contractor Karachi

Type of Vehicle –Tipping Mechanism – Bin category and type of vehicles

Vehicle Type - compactor Semi- automatic or fully Automatic compaction type Container in-built vehicle with

• Container volume and Number o As mentioned in relevant section / as per filed requirement

[81 ]

Executive Director (Operation-I) Korangi Contractor Karachi

Small vehicles with partial tipping mechanism

Appliances - auto tipping bucket Suggested Small vehicle bucket cubage= 1.4 meter cube or as per field requirement Suggested Capacity of in-built container= 1.5 to 2.5 meter cube or as per field requirement

Number Required

01 Mini-tipper / Pick- up per ward i.e. 04 per UC.

[82 ]

Executive Director (Operation-I) Korangi Contractor Karachi

Container Hook lifting type Mechanism

Hoo k Lifting type Mechanism-B Appliances- metal container

Container volume and Number o As mentioned in relevant section / as per filed requirement

[83 ]

Executive Director (Operation-I) Korangi Contractor Karachi

4.4 Schedule of Works

Proposed schedule of work and services is given at term of reference and technical specification.

4.5 GTS / Informal GTSs of Zones and Locations.

i. Korangi Zone, near boundary of UC-9 OR as designated by Procuring Agency.

ii. Shah Faisal Zone, near Azeem Pura Graveyard OR as designated by Procuring Agency.

iii. Landhi Zone at Sharafi Goth OR as designated by Procuring Agency.

iv. Model Zone at Sharafi Goth OR as designated by Procuring Agency.

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [84]

Section V

Terms of Reference & Technical Specification

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [85]

Section V Terms of Reference & Technical Specification

5.1 Municipal Solid Waste (MSW) by Definition

Municipal Solid Waste (MSW), commonly known as trash or garbage is a type of waste that consists of everyday items that are discarded by pubic, and includes kitchen waste, food waste, market waste, yard waste, landscape waste (tree cutting, bushes, grass cuttings etc), domestic waste, Slaughter and Sacrificial animal waste (like offals, bones, skin etc.) and other miscellaneous solid waste from residential commercial, institutional areas but does not include construction and demolition waste (inert waste / debris), Industrial Waste, Agriculture / Garden Waste, Medical Waste or Sewage Sludge. However, sometimes MSW is mixed and inseparable from construction and demolition waste (debris).

The total estimated MSW generation in DMC Korangi is approximately 1800 (+/- 25%) Tons Per Day. The composition of MSW and its quantum varies depending type of dwelling population, density, commercial activity and density of different type of housing, bazaars and markets in the area. The quantum of MSW also reflects its variation on various occasion, like Eid Festival, in the month of Ramdan and Eid ul Azha. The quantum also depends on seasonal variation.

Note: Collection, transport and disposal of Offals during Eid-ul-Azha is excluded from the scope / BOQ of the contract.

Municipal Solid Waste can be classified in several ways, but the following list represents a generalized classification:

• Biodegradable Waste i.e. Food and kitchen waste, green waste, waste from houses, gardens, papers etc.

• Recyclable Material i.e. Like paper, glass, bottles, cans, metals, plastic, fabrics, clothes, batteries, old types etc.

• Electrical and Electronics Waste Like discarded, electrical appliances etc.

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [86]

• Composite Waste. Waste clothing, Tetra Pack, Plastic like toys etc.

• Hazardous Household Waste Like nappies, paints, chemical in daily residential usage, light bulbs, tube, spray cans, garden fertilizer, different type of plastic bottles and cans, garden pesticide, herbicides etc.

Municipal Solid Waste as defined herein above includes all type of waste that is collected at dustbins/collection points except, construction and demolition waste (inert waste / debris), industrial and medical waste, agriculture / garden waste, sewage sludge as well as offals during Eid-ul-Azha but includes sweeping waste with a minor component of dirt or inadvertently mixed up C & D or garden waste.

5.2 Transition Period

The transition period for the purpose of implementation of this contract is 03 (three) months starting from the date of issuance of ‘Letter of Acceptance’ and signing of agreement. The contractor can start working as per contract and start activities of the work and services even in the transaction period, provided the Contractor brings on ground all resources including machinery, equipment, human resources and also establishes Command and Control Centre.

5.3 Terms of Reference

a) Scope of work

1. Door to door collection.

2. Revamping of bin system.

3. Sweeping of roads, streets, lane, footpath, medians and open spaces and sweeping waste collection and disposal.

4. Washing of important roads as and when required including on special occasions.

5. Lifting and transportation MSW from dustbins and Collection points to designated GTS.

6. Establishment of Command and Control System including development and deployment of a SOFTWARE for Scientific monitoring / tracking system for entire management and operation plan. The system shall be

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [87]

established in Korangi as well as a video wall at SSWMB headquarter. The Command and Control System shall have at least following manuals:

i. Attendance System (Android based with face recognition and location) ii. Vehicle Tracking System iii. Bin Management System (preferably GPS based) iv. Complaint Management System

Note: The Contractor shall provide Software, its license and ‘Source Code of the software’, and also deploy it on the Servers of SSWMB. The Software shall become property of SSWMB.

7. Provision of Garbage Collection bags for Door to Door collection, free of cost for initial 02 (Two weeks) – details in appropriate section.

8. Preparation and provision of digital maps of all UCs of Korangi showing length of all lanes, streets, roads and open spaces. The successful bidder with the assistance of SSWMB shall make placement of sanitary workers and supervisors on the clearly demarcated beats of these maps. These maps must be capable of being integrated with the Command and Control Centre.

9. Community awareness program and its implementation (to be mutually agreed and implemented with SSWMB).

10. Provision of sanitary workers, drivers and coolies as per requirement to overcome the shortage of manpower, actually required.

11. Any other work or services mentioned in the RFP / Bidding Document.

12. If necessary or in case of any emergency, the contractor may be required to perform one, more than one or all contractual obligations, on same terms and conditions, in adjacent district or zone. In this case, the BoQ may be revised and the contractor shall be entitled to receive payment on the same approved rate.

b) Objective of supply, work and services

The objective of the supply, work and services is to provide efficient, cost effective, environment friendly solid waste collection, transportation and disposal system for efficient, effective management and operation systems for the public to live in litter free and healthy environment. Proper planning, hiring of qualified and experienced professional staff, selection

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [88]

of appropriate vehicles and equipment as well as use of right strategy and robust management coupled with vigorous monitoring shall help in obtaining desired results, as per timelines and targets.

c) Tasks to be performed by the contractor

1. Door to door collection for Front End Collection. The prosed Plan / strategy / methodology is as under:

i. Block Collection

Whereby waste collecting vehicles (usually mini-tippers or pick ups) with one or two waste collecting workers move around the residential blocks on a specified time each day, or as per schedule agreed between the contractor and SSWMB, and sound horn or ring bell to indicate their arrival and wait at intermediate location for residents to bring waste in polythene bags (or containers) to the collection vehicles. Alternatively, the workers with the collecting vehicles collect garbage in basket or bags from the door steps of the residents and throw the same in the collecting vehicles, which is then disposed of to the nearest dustbin sites or in the garbage van / compactors.

ii. Door Step Collection

Whereby waste is left outside the property by the residents / shopkeepers in plastic / polythene bags and picked up by waste collecting vehicles moving in and around the residential area at specific time each day or collected from the door steps by the sanitary workers every day, or as per schedule agreed between the contractor and SSWMB, equipped with wheel barrows, handcarts or wheel bins and disposed of to the nearest dustbin sites or in the garbage van.

iii. Shared containers type collection.

Whereby a container of suitable capacity is positioned at an appropriate place within a residential block, apartment building, market and shopping area, and residents, shopkeepers, apartment or shopping centre union staff and other waste generators put their waste stuff inside the container. These containers may be of Hook and lifting style or may be bucket type with proper tipping arrangements, which are then emptied into compactor vehicles or large containers and thereafter empty bins are again placed back at the original location. However, this operation is to be done as many times as required, to keep the container free of garbage. The locations where the containers are placed are kept clean and spilled out garbage is swept from the surrounding of the containers.

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [89]

Note: ➢ Any or a combination of more than one methodology will be adopted on the basis of demography, population density, feasibility and requirement of the area after discussion between the stakeholders and approved by SSWMB, under the Front-end Collection Plan for Door-to-Door Collection.

➢ Plastic bags will be provided free of cost by the contractor / operator to all residential units for at least first two weeks. The size and grade of polythene bag are provided in the technical specification / as approved by the SSWMB.

➢ Where block collection and door step collection are adopted, and wherever possible, in case of shared container type collection, Organic and Inorganic Municipal Solid Waste, and wherever feasible, paper, plastic, kitchen waste, is to be collected separately and transported to GTS in a manner that these two or more types of MSW (sorted out at source) be disposed of at GTS separately as directed by SSWMB officials. This practice is to be adopted in each zone, wherever feasible. Organic and inorganic MSW is to be collected in different colored bags and litterbins and containers, as the case may be.

2. Sweeping System under Front End Collection Plan:

i. Primary Main Roads (Mechanical Sweeping complemented by Manual Sweeping) – Read with 4.3

These are the roads as enlisted or to be enlisted between the parties. Sweeping of these roads is to be done using mechanical sweepers of appropriate size and capacity and supplemented by manual sweeping as and when required, sweeping of these roads is to carried out.

Sweeping stuff may be disposed of to the nearest dustbin sites or to GTS. Mechanical sweepers of self-contained and vacuum type, preferably with water sprinkling / wet brushing system, is recommended for the purpose.

Sweeping Methodology:

i.a Conventional Type (i.e. manual): With the help of sanitary workers, using broom / brushes, the sweeping waste is collected through wheelbarrows,

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [90]

transported and disposed of to the nearby bucket containers with tipping arrangements.

i.b Mechanical Type (i.e. using machine sweepers): Appropriate, vacuum type mechanical sweeping vehicles including built-in sweeping waste containing and water sprinkling / wet brushing features shall be used. The sweeping waste shall be disposed of to the nearest bucket or container having tipping arrangements.

ii. Secondary Main Roads, Streets and Narrow Lanes (Manual Sweeping):

It is suggested that on secondary main roads, streets and on narrow lanes and streets, manual sweeping be adopted and sweeping waste from the beats (area) to be collected using buckets or containers and wheelbarrows and then emptied in nearby community dustbins or transferred directly into Mini-tippers / Suzuki Pickup type vehicles, or if feasible into compactors for transport to Secondary Dustbins or nearby GTS.

Sweeping on internal streets of residential area may be done as per schedule, guidelines given in technical specification and / or guidelines prepared in consultation and approval of SSWMB. Whereas in markets/commercial areas and in bazaar type of market areas or congested localities, sweeping may be required two times in a day as mentioned schedule of sweeping at technical specification and / or guidelines prepared in consultation and approval of SSWMB. Contractor is encouraged to prepare his own plan / schedule for achieving the purpose but must get it approved from SSWMB before implementation. The target is to keep the area litter free and cleaned, and clear from scattered garbage.

iii. Footpaths, Medians, Roundabouts and Open Spaces (Manual Sweeping)

It is suggested that manual sweeping be adopted for cleaning of foot paths, medians, roundabouts and open spaces. The sweeping waste collected, through manual sweeping from the beats (areas), be transferred using wheelbarrows and mini-tippers / rikshaws / Suzuki Pickup type vehicles, for disposal into the containers placed in the nearby area or directly to the compactors. Sweeping be carried out as per schedule of sweeping provided in technical specification or as agreed between the parties keeping in view the density of population in the area or field requirement. The purpose

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [91]

/ target is to keep the area litter free and, cleaned and cleared from garbage.

3. Proposed ‘Lifting and Disposal of MSW Plan’ from points of collection / Dustbins to GTS

i. Under the proposed plan efficient and effective collection & transportation system for MSW is to be adopted using appropriate MSW collection, transportation and collection system. The suggested number of the machinery of different MSW contained capacity to handle approximately 1800 Tons (+/_ 25%) Per day MSW generation of DMC Korangi satisfactorily is proposed in appropriate section. But the type of machinery used for the area has to be a mix and match selection, depending upon the demography, field requirement including road / street status. A system must be devised that ensures keeping the area free of garbage.

ii. To minimize and ultimately eliminate traditional collection points / masonry dustbins, it is proposed that Containers, Buckets and Bins of appropriate size, having tipping arrangements are to be provided at appropriate locations that can be emptied into a compaction type container mounted on vehicles.

iii. Using compaction type container mounted vehicles saves labour cost, additionally frequent emptying of the bins, buckets and containers helps to discourage scavengers, reduces insects / rodents’ problem, prevents windblown trash, controls odour, saves inside storage space and outside parking spaces and reduces the hazards of open dumping. For variety of such reasons, emphasis is to use appropriate machinery for solid waste management collection, transportation and disposal.

iv. The bins, buckets and containers, MSW collection strategy, the vehicle types that are recommended for collection, transportation and disposal along with pictorial view of desired vehicles and their tipping mechanism, proposed herein above, are basically mentioned as a reference. Operation schedule of machines, numbers required and proposed plan for operation is given in technical specifications. If required, these will be further discussed by SSWMB with the successful contractor and modified as per local requirement and feasibility.

4. Collection and transportation of MSW

i. Under the proposed plan efficient and effective collection & transportation system for MSW is to be adopted - A system that helps keeping the area free of garbage. To achieve the target of elimination of traditional masonry collection points / dustbins sites, the following strategy needs to be adopted / proposed:

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [92]

➢ Containers, bucket, bins having tipping arrangements are to be provided at appropriate locations that can be emptied into a compaction type container mounted on vehicles.

➢ Using compaction type containers mounted vehicles saves labour cost and frequent cleaning of bin, buckets and containers helps discourage scavengers, reduce insects/rodents’ problems, prevent windblown trash, control odor, saves inside storage space and outside parking spaces, reduce the hazards of open dumping. For various such reasons emphasis is laid to use appropriate machinery for solid waste management and transportation.

5.4 (A) Responsibilities of procuring agency

i. In case the procuring agency does not fulfil its obligation regarding signing of agreement, the contractor may relinquish its commitments 45 (forty-five) days after receiving the acceptance letter by procuring agency.

ii. The procuring agency shall assist and facilitate the contractor in performing the work and services as per the contract in respectful and dignified manner throughout the period of contract. But this is subject to satisfactory performance of the contractor of his contractual obligations.

iii. The procuring agency shall make all efforts to ensure payment of all dues to the contractor against verified monthly bills on time, provided the contractor submits his invoices with supporting documents well in time. The Procuring Agency will try to be careful and justify the imposing of penalties or making deductions, if any; but at the same time the contractor is also required to fulfil his contractual obligations as per the contract.

5.4(B) Responsibilities of contractor

i. The contractor shall supply the required machinery, equipments and tools (e.g. compactors, mechanical sweepers, washing machines, mini-tippers / pick-ups, different sizes of the dustbins / containers) perform the work and services under this contract in respectful, honourable manner with an objective and resolve to serve the people of the area and provide them a clean and healthy environment.

ii. The contractor shall submit his monthly performance bill in time

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [93]

and in accordance work performed correctly and in justifiable manner.

iii. Contractor shall follow the instructions and guidelines issued by client or by representative of client and shall comply with all such instructions timely.

iv. Contractor is responsible for ensuring good behavior to public and shall follow the code of conduct mentioned in contract document.

5.5(A) Technical specification

a) Revamping of Bin System

The contractor shall provide bins, buckets, and containers having tipping mechanism, compatible with the compactor vehicles in the colour scheme noted below (Change possible with mutual consent):

Korangi Zone – Olive Green Shah Faisal Zone – Golden Yellow Landhi Zone – Grey Model Zone - Orange

• Marking of Logo and Letters:

Sindh Solid Waste Management Board, the Zone Name and UC number shall be written in Capital Bold letters and its logo shall be placed on the bins and containers along with name of the Zone, UC and Bin number, with the approval of the Procuring Agency.

• Bin Type and Sizes;

1. Plastic Litterbins of bin cubage 0.24 to 0.3 M3 (Preferably 240 Litres).

2. Standard metal Bins / Buckets with the following cubage: Bucket Cubage of 0.65 to 0.8 M3 (Preferably 0.8 M3)

3. Standard Metal Container for lifting through Arm Roll Vehicles with container cubage 6 to 10.5 m3.

Note: 1. All bins, buckets and containers shall be of tipping type.

Note: 2. Contractor shall provide bins, buckets, and container on prior approval (for numbers to be provided at first stage second stage and third stage) or as desired by procuring agency.

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [94]

Bin Requirements (Proposed but subject to change with mutual consultation, based on the ground requirement):

Standard Large Size Plastic Litterbins of metal S. approx. 240 L size containers of 8 – Zone bucket of 660- No. and different 10.5 M3 size and 800 L size and colours colours different colours 1. Korangi Zone 1800 Nos. 900 Nos. 2. Shah Faisal Zone 1400 Nos. 700 Nos. 300 Nos. 3. Landhi Zone 1300 Nos. 500 Nos. 4. Model Zone 1000 Nos. 400 Nos. Total 5500 Nos. 2500 Nos. 300 Nos. At In In appropriate bungalows, markets places in food streets, shopping residential Area of markets & malls & areas, placement shops commercial apartment centres & blocks, residential residential Units blocks and public places

Note: Above data is approximate. Bidders are advised to carry out their own field survey and assessment and come up with a proper proposal.

b) Plan for Placement of bins, buckets and containers

i. The contractor will prepare a comprehensive plan for placement of bins, buckets and containers in various Union Committees of each zone as per the guidelines for revamping of bins system.

ii. The Client (SSWMB) shall review the plan submitted by successful bidder after issuance of Letter of Acceptance. A revised plan shall be prepared with mutual consent of SSWMB and the Contractor dully approved by the client. The approved plan shall be implemented for execution of work and services under this contract.

c) Polythene bag

Polythene bags of size 0.5X1 sq. meter (or as mutually agreed) in black colour of +30 micron thickness with letter and logo of SSWMB printed on it shall be provided by the contractor for door to door collection in the areas where door step strategy is adopted. Contractor will provide such bags free of cost for the first two weeks of the contract and thereafter bag will be provided to residents on payment. Prior approval of the client shall be required for the cost of the bag provided to residents. Samples of polythene bag shall be sent for approval of client

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [95]

with required printing. Approved bags only shall be supplied to the residents. Polythene bags shall be provided for everyday collection of solid waste from the residents. However, the residents may opt to purchase Polythene Garbage Bags from any open source.

d) Cost of Polythene bags provided free of cost

All costs towards providing/supplying of polythene bags free of cost (for the first two weeks of the contract) shall be included in unit cost of work and services mentioned in price list.

e) Door to door collection plan

Domestic waste shall be collected by adopting the strategy for door to door collection defined under Front-end Collection Plan. The Contractor shall submit plans for implementation of this system for door to door collection along with the tender. Such plan shall be reviewed and re- worked out, if needed, between both parties and implemented with the final approval of the SSWMB. The strategy for door-to-door collection defined herein the documents using UC wise parameter are basic ones and the bidder is supposed to carry out detailed study of the area and give his own appropriate plan and strategy. Innovation and out of box ideas shall be encouraged.

f) Handcarts and other tools for door to door collection

i. Contractor shall collect waste from narrow streets, that can’t be accessed by garbage vehicles, rather through manual workers using wheeled handcart and empty them to nearby container or to the compactor vehicle standing nearby locality.

Wheel handcart bin cubage = 120 Litters

ii. Contractor may also collect waste from congested residential colonies through workers using wheelbarrow and basket

g) Manual sweeping

Manual sweeping of roads shall be done by man/woman sanitary workers using broom/brushes and sweeping waste is collected through wheel-barrows and sweeping waste disposed of at nearby container or bucket or compactor vehicles standing nearby the locality.

Tools for manual sweeping i. Broom and brushes ii. Shovel and spades iii. Racks iv. Basket v. Hoe.

Note: Above data is approximate. Bidders are advised to carry out their own field survey and assessment.

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [96]

h) Length and area for manual sweeping

DMC Korangi – Karachi

Length in Kilometers (KMs) Secondary Tertiary Zone Major Roads Roads / Streets / Total Streets Lanes Korangi Zone 167.67 124.89 579.33 871.89 Landhi Zone 112.83 126.29 364.75 603.86 Shah Faisal Zone 45.06 88.42 178.80 312.28 Model Zone 41.55 5.69 77.40 124.65 TOTAL 367.12 345.30 1,200.28 1,912.68

i) Length and area for manual sweeping under following subhead is given below.

i. Medians 92000 Sq Meter ii. Footpath 70000 Sq Meter iii. Roundabouts 23250 Sq Meter iv. Open spaces 33000 Sq Meter Total ------218250 Sq Meter

Note: Above data is approximate. Bidders are advised to carry out their own field survey and assessment.

j) Workforce required for manual sweeping:

Minimum suggested workforce required for sweeping of roads, streets, lanes, medians, footpaths, roundabouts and open spaces under manual sweeping Sanitary Workers. In addition, the contractor is required to employ / hire services of following drivers, coolies and helpers to carry out contractual obligations.

GRAND TYPE OF NO OF SANITARY* TOTAL DRIVERS COOLIES* VEHICLES* MACHINERY WORKER FIELD WORKERS Arm Roll 16 16 32 Compactors 13 M3 22 22 44 Compactors 7 M3 29 29 58 3187 3698 Open Trucks 14 14 0 Mini Tippers 148 148 148 229 229 282 3187 3698

* The number of Coolies and Sanitary Workers are inclusive of the employees (1000 +/- 10%) whose services would be detailed to work with the Contractor i.e. the Contractor shall be responsible to recruit the additional Coolies and Sanitary Workers to fulfil the gap.

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [97]

k) Schedule for manual sweeping

Manual Type of roads sweeping Mon Tue Wed Thu Fri Sat Sun length Kilometre Main Roads* Schedule to be decided with 1,912 mutual consultation as per requirement Secondary Main Roads* KM Yes No Yes No Yes No Yes Streets* No Yes No Yes No Yes No Narrow lanes* Yes Yes Yes Yes Yes Yes Yes * Schedule is subject to change as per field requirement

Manual Type of Area sweeping Mon Tue Wed Thu Fri Sat Sun Square meter** Medians 92000 Yes No No Yes No No Yes Footpath 70000 No No Yes No No Yes No Open spaces 23250 No No No No No Yes No Roundabouts 33000 Yes No No No No Yes No

** Approximate length

➢ Manual sweeping shall be done in 02 (two) shifts according to the schedule of sweeping (Depending on the area and subject to mutual consultation and approval of the scheme / schedule by SSWMB): 06:00AM –to- 11:00 AM Shift-1 02:00PM –to- 05:00 PM Shift-2 ➢ All cost towards workers, bins, bucket, container, tools must be included in the unit cost of works and services items mentioned in the price list.

l) Schedule for mechanical sweeping on primary and secondary main roads

Mechanical Number sweeping of DMC length Sweeping Mon Tue Wed Thu Fri Sat Sun meter *** Machines Korangi 367120 6 Yes No Yes No Yes No No

*** Approximate length

➢ Standard mechanical sweeping machine of vacuum type with self- contained in-built waste collection container and water sprinkling mechanism shall be applied for the work. ➢ The schedule is subject to change on the basis of area requirement

Executive Director (Operation-I) V-2 Korangi Contractor Karachi

[98]

with mutual consultation and approval of the scheme / schedule by SSWMB).

m) Plan for mechanical sweeping.

The contractor shall prepare, a comprehensive plan for mechanical sweeping work, for each zone as per the guidelines given herein above and shall attach the same with the contract document. The client shall review the plan submitted by the successful bidder after award of the contract and prepare a final plan. The approved plan shall be implemented for operation of work and services under this contract.

n) Plan for collection and transportation of MSW and schedule of operation.

Number of

MSW collection and Name of Generation transportation Mon Tue Wed Thu Fri Sat Sun DMC Ton Per vehicles of day different Capacity DMC 1800 81* Yes Yes Yes Yes Yes Yes Yes Korangi + - 25% Door to Inclusive Tool as per Yes Yes Yes Yes Yes Yes Yes door as above requirement collection

* i. The Contractor shall arrange and bring 81 new vehicles as per categories mentioned below for carrying out the MSW collection, transportation and disposal operation in the area of DMC Korangi.

ii. In addition to these 81vehicles, the contractor shall bring 148 Mini-tippers / Pick- ups (04 per UC) for door-to-door collection as well as collection of MSW from streets / lanes.

iii. These vehicles are in addition to the vehicles which would be obtained by the contractor from DMC Korangi fleet and / or local market – Please refer to clause 2.9 (c).

TYPE OF NO OF DRIVERS COOLIES VEHICLES* MACHINERY Arm Roll 16 16 32 Compactors 13 M3 22 22 44 Compactors 7 M3 29 29 58 Open Trucks 14 14 0 Mini Tippers 148 148 148 229 229 282

* These vehicles are in addition to the vehicles which would be obtained by the contractor from DMC Korangi fleet and / or local market.

Executive Director (Operation-I) V-2 Korangi Contractor Karachi

[99]

o) Plan for mechanical washing of the road

Number *Length of Name of Washing of Mon. Tue. Wed. Thurs. Fri. Sat. Sun. Washing of DMC roads per year vehicles DMC 1200 KM 4-5 On as and when required or ordered basis. Korangi

*Note:- The schedule and work plan given herein above are based on basic parameters and of tentative basis. The bidders are supposed to provide their own appropriate plan, strategies and schedules, which will be reviewed, discussed and approved by SSWMB. Innovation and out of box ideas shall be encouraged. The lengths of Main Roads, Secondary Roads, Streets and Lanes given above are on the basis of available information. Small changes in the BOQ are possible.

p. Proposed Managerial and operational staff requirement

S. Designation Number Qualification Remarks * No. Manager Well experienced highly qualified professional Engineer / Public * Please attach Operation 01 the C.V. of the 1. Health Specialist / Environment Specialist personal Manager Monitoring & B.S. in Computer Science or * Please attach Tracking System equivalent qualification in I.T. 2. 01 the C.V. of the with specialization in networking personal and system management sciences Zonal Field In charge Graduate having sufficient * Please attach 3. 04 Experience in SWM. the C.V. of the personal Supervisor 37+4 Graduate having sufficient 4. experience in SWM. Intermediate, preferably having 5. Deputy. Supervisor 74+8 experience in SWM. Muquddam / Matric, preferably with Assistant Supervisor 148+16 experience in SWM. 6. Drivers 229 7. Coolies 282 8. Sanitary workers 3187

* The bidder may or may not submit the CVs, but successful contractor will have to submit CVs of core managerial and operational staff.

Executive Director (Operation-I) V-2 Korangi Contractor Karachi

[100]

5.5(B) Basis of current date prices

1. Sources price - (Diesel/Petrol)

The source of prices of diesel/petrol shall be either obtained from Government of Pakistan (GOP), Federal Bureau of Statistics (FBS), monthly statistical bulletin or Pakistan State Oil (PSO). However, for a particular adjustable element the same source shall be used throughout the currency of the contract.

2. Sources price – Labour (Unskilled)

The source price for labour shall be either Govt. of Pakistan (GOP) Federal Bureau of Statistics (FBS) statistical bulletin or statutory notifications. However, for a particular adjustable element the same source shall be used throughout the currency of the contract.

3. Element for price adjustment

Following specified elements are subjected to price adjustment: i. Fuel (Diesel/Petrol) for vehicles collecting/Transporting MSW only ii. Labour (unskilled)

4. Standard Procedure and Formula for Price Adjustment Calculations:

a) Applicability.

i. The provision for price adjustment shall be applicable to this contract and price adjustment shall be applicable and as payable in full for original scheduled completion period.

ii. In the event the completion of contract exceeds the original scheduled period then:

➢ In case of default on the part of contractor causing delay in original scheduled completion, the rate of price adjustment will be frozen at the original scheduled date of completion, however price adjustment will be applicable till actual completion. While computing price adjustment beyond the scheduled completion period, in the event the rate is reduced then that reduced rate will be applicable.

➢ The price adjustment will be payable in full for the extended period, if the contractor has been granted an extension of time for no fault on part of the contractor duly approved by Sindh Solid Waste Management Board (the procuring agency).

b) The Basis for compensation (Price Adjustment) will be only those

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [101]

elements as specifically listed in clause No.5.5 (iii) of this document.

c) There shall be no price adjustment for the elements, which the employer has either supplied free, of cost or at fixed prices as well as for those elements for which an umbrella ex-gratia or escalation cover is provided by the Government through an executive order or Statutory Regulatory Order (SRO).

d) The price adjustment provided herein is only for price adjustment in Local Currency (Pak Rupees).

e) No method other than given in this document is applicable to compute the price adjustment.

iii) Base Date Price and Current Date Price

a) Base Date Price

The base date price (or Base date index) of the element specified in clause 5.5 (iii) shall be the price of the element which was prevalent twenty-eight (28) days prior to the date of submission of tender and such price is to be indicated in writing in the document, as required to be provided by the bidder under appendix-A along with the documentary evidence of specified source. The base date price of the specified element shall be obtained from the sources specified under clause No.5.5.

b) Current Date Price

The current date price (or current date index) of the element specified under clause 5.5(iii) shall be price of the element, which was prevalent twenty-eight (28) days prior to the start of the execution month (calendar month) to which a particular monthly statement (monthly running bill) is related. The current date price of the specified element shall be obtained from the source specified in the contract and its documentary evidence is to be provided by the contractor along with monthly bill statement.

c) Procedure .

➢ The monthly bill statement (monthly running bill) as submitted by the contractor, will be subject to verification by procuring agency or its authorized representatives, in case the billed amount is for more than one month, the amount of bill shall be segregated for actual work done for each month.

➢ Considering the base date price and current date price, the price adjustment in the billed amount then be calculated for the month under consideration in accordance with the formula for price adjustment

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [102]

d) Formula for Price Adjustment (generalized form)

Pn=A + b Ln + c Mn + d En +…………. Lo Mo Eo

Pn = is Price Adjustment factor for the work carried out in the period n.

A = is a constant or non adjustable portion of the price adjustment factor as specified here under representing the non-adjustable portion of contract price.

b, c, d …. =are the coefficient or weightage order 0.xx (i.e. fraction having two significant digits) for each specified element of adjustment in the contract. The sum of A, b, c, d, etc shall be one.

Lo, Mo, Eo,…..= are the base date indices for the specified (adjustable) element.

Ln, Mn, En, ….= are the current date indices of the specified (adjustable) element.

If P is the amount payable (prior to adjustment) at the rate entered in the price schedule of work carried out in period n then adjusted payable bill amount to the contractor for the work carried out in period n shall be equal to PnXP.

5.6 Rate analysis (Bidders are advised to pay extra attention to this)

The contractor shall provide rate analysis for quoted rates of each item of BOQ mentioned in the bid sheet. The rate analysis should indicate breakup of Unit Cost by activities involved in an item. The consumption of fuel at current rates, factored cost of machines, cost of Litterbins, buckets, containers, polythene bags (that are provided free of cost for two weeks only), tools, labour cost, managing and monitoring (Command and Control System) and other incidental costs breakup including taxes, duties, fees etc. While evaluating unit price for the items of supply, works and services, the contractor shall also provide breakup of cost of other items that are inbuilt in items of works, and the way of evaluation the unit prices. The details are required to assist the reasonability of rates quoted by the contractor as well as deductions for non-compliance / non-performance of any component (item) or sub- component of the contract.

5.7 Chargeable works

The contractor shall provide polythene bags to the residents free of cost for the first two weeks of the contract period, afterwards the Contractor may charge the cost of polythene bag from the area

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [103]

residents to whom the bags are provided, however the cost of bag shall be approved by the client. In any case no cost towards supplying polythene bags to the residents shall be included or inbuilt in the unit price of the item mentioned in the price list except that provided free of cost for first two month of the contract.

5.8 Procuring agency representative, duties and authorities

➢ The procuring agency may appoint a 3rd Party monitoring, evaluation and supervising consulting firm or supervising personnel to examine whether supplies, works or services are being performed in accordance with the approved standards, quality and specification. The supervising consulting firm, if hired, shall verify the monthly performance bill checked monthly performance and shall report to the client. The contractor shall confirm to the instructions of the supervising authority.

➢ Till a time, services of a 3rd Party consulting firm are hired, the Procuring Agency shall constitute a Committee for carrying out monitoring, evaluation and supervising job.

5.9 Uniform

➢ All field staff of the contractor shall wear a proper uniform as approved by the client. A logo of SSWMB shall be placed on the front pocket and on the back of the uniform, the cost of uniform shall be included in the unit price of the items mentioned in the BoQ / quoted price.

5.10 Weighment of MSW.

➢ Payment of MSW collection and Transportation (Item No. 1) shall be based on weight (Metric Ton=1000Kg), subject to weight quantified / measured through a designated weighbridge (weighbridge designated and approved by SSWMB). The weighing charges shall be borne by the contractor and deemed to be included in the Unit Cost of the item. In case weighbridge service is available / provided by SSWMB at GTS or LFS where successful contractor will be disposing of MSW, then a reasonable fee shall be chargeable from the contractor to recover the operation cost of weighbridge.

5.11 Tentative Weight Assessment.

➢ The weight of Municipal Solid Waste shall be assessed on the basis of its density as (Weight / Volume) Tons per Cubic feet. (SSWMB and the contractor, prior to the execution of work may subject this density to verification). The jointly verified density shall be used for assessment of weight of MSW throughout the contract. The Assessment of weight by density shall not be the basis of Payment. This tentative assessment of weight is a check to ensure that any construction debris or inert waste is not mixed with MSW.

➢ The contractor, for the purpose of assessment, shall provide cubage of each and every vehicle container transporting MSW to GTS or Landfill.

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [104]

Debris and inert waste shall not be mixed with MSW. Any weight of debris or inert waste shall not be subject to payments, if it appears that the neglect is intentional to enhance the weight. If mixed with MSW, with mala fide intention just to increase the weight, strict action shall be taken including imposition of penalties and all such weight shall not be allowed / calculated for payment.

➢ However, it is understandable that many a times MSW is mixed up with construction waste and segregation of construction waste from pure MSW is not possible. In that case the evaluation committee of SSWMB shall jointly discuss the problem with the Contractor and decided on merit.

5.12 Rating System and Payment Criteria for sweeping work (Manual and Mechanical)

a) Street Cleaning Rating System in Term of Litter and Dust.

Payment in terms of Numeric percentage Service Standard sweeping works Value of cost of work done a) A clean street no litter 1. 100% b) A clean street no dust and particles a) A clean street, except for a few one piece of litter 2. 90% b) A clean street, except for a few dust particles micron>40 a) No concentration of litter. There are no piles of litter, and there are large gap between piece of litter. 3. b) No concentration of dust. There are no piles of 80%

dust, and there is a large gap between minor heaps of dust particle or small gaps between dust particles. a) Litter is concentrated in spots. There may either be large gaps between piles of liter, or small gaps between pieces of litter. 4. b) Dust and particle micron <600 is concentrated 70% in spots, there may either gaps between minor heap of dust particle or small gaps between dust particle a) Litter is concentrated and there are only small gaps between pieces of litter. b) Dust and particle micron <1000 is 5. 50% concentrated in spots, there may either gaps between minor heap of dust particle or small gaps between dust particle a) Litter is highly concentrated w ith no Gaps in the piles of liter, the litter are straight line 6. 30% along the kerb. b) Dust is highly concentrated with no gaps in

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [105]

the heaps of dust and particles. The dust is straight line along the kern. a) Litter is very highly concentrated and there are no gaps between the piles of litter. The litter is a straight line along and over the kern. 7. 0% b) Dust is very highly concentrated and there are no gaps between the dusts. The dust is a straight line along and over the kerb.

Note:

1. The rating standard are based on best practices of international cleanliness definitions / standards. And the same standards are expected to be achieved by companies. However, while applying these standards, site situation / road conditions, shall be kept in consideration and no un-justified deduction be made or penalty imposed.

2. In case of any grievances, the contractor may approach ‘Departmental Dispute Resolution Committee’ or even opt for ‘Arbitration’ as provided in the modified version-2 of RFP / Bidding Document

B) Basis for Payment for Sweeping Work.

i. Manual sweeping of Road/Streets with Kerbs at both edge with or without footpath but not including sweeping of footpath.

W1= 2 Meters Minimum from the edge stone of road W2= 2 Meters Minimum from the edge stone of road L = Length of sweeping

Sweeping work measured in KM in one direction of road= W1 and W2 both for the length of sweeping (L).

Note: Single length L of sweeping in one direction (inclusive of both W1 and W2) shall be considered for payment.

ii. Manual sweeping of Road/Streets with earthen embankments or sides without kerbs.

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [106]

Note: Single length L of sweeping in one direction inclusive of both W1 and W2 shall be considered for payment.

iii. M e c h a n i c a l sweeping of roads single or double carriageways. a) Mechanical sweeping of roads (single or double carriageways) with kerb at both edge with or without footpath, but not including sweeping of footpath

W1= 2 Meters Minimum from the edge stone of road W2= 2 Meters Minimum from the edge stone of road

Sweeping work measured in KM in one direction of road= W1 and W2 both for the length of sweeping (L).

Note: Single length ‘L’ of sweeping in one direction (inclusive of both W1 and W2) shall be considered for payment.

b) Mechanical sweeping of roads single or double carriageways with earthen embankment sides without kerbs having central median or without central median.

Sweeping work measured in KM in one direction of road= W1 and W2 both for length of sweeping (L).

Note: Single length L of sweeping in one direction (inclusive of both W1 and W2) shall be considered for payment.

5.13 Submission of Monthly Bill

th a) The contractor shall submit the bill for the work and service performed by 7 day of every month. Monthly bill shall be supported by zone wise MSW weight slips along with detail of lifting of MSW along with date, time and location. An inventory of roads on which sweeping work is done w i t h length and reference date, time and location shall be provided by the contractor in support of his bill. The Contractor may use GIS System and other latest technology to provide information in support of his monthly bill submission.

b) Minimum amount of monthly bill (interim / running payment certificate), the amount of interim running payment shall be equal to the amount of certified monthly works executed. The monthly bill will be paid within 30 days of its submission, subject to verification by the committee or 3rd party consultant appointed by SSWMB. In case of any delay in the payment, the contractor shall be obligated to continue the un-interrupted performance at least for next 90 days.

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [107]

5.14 Demolition, Construction/Building Material and Debris Management Service (Discretionary).

Subject to mutual agreement, the contractor may be required to provide demolition construction/building material and debris management service on phone call or on complaint for removal/lifting and disposal of debris of demolition, construction/ building material from the area of service (the area of service of DMC Korangi) at his own risk and cost. For purpose of this, management of the contractor shall be required to:

a) Provide sufficient number of vehicles as required to lift and transport of demolition material and debris.

b) Provide sufficient staff as required to manage this service.

c) Construct, manage and operate a construction demolition / building material and debris yard at appropriate place within the same area where demolition material and debris shall be dumped.

d) All above activities will be planned jointly by SSWMB and the Contractor, keeping in view ground realities.

e) The contractor shall however, be allowed to charge a fee from the public requesting for lifting/removal of such demolition material and debris. The fee/charges for this service shall be fixed at the rates approved be the SSWMB.

f) The contractor shall also be allowed to sale out demolition construction/building material dumped at the yard at the rates approved by the SSWMB.

g) The contractor is hereby warned that:

➢ Dumping of demolition, construction / building material in the community dustbins, on road, streets, lanes, footpath, central median, roundabout & open places is strictly prohibited. Any violation in this regard will be dealt strictly and penalized as per law / rules.

5.15 Notices / Penalty / Deduction

➢ Prior to impose penalty, the contractor shall be informed by procuring agency officials of his deficiencies through two consecutive notices at a week’s or more interval, and if no or unsatisfactory reply is received, after that, penalty will be imposed.

➢ For the sake of avoiding any confusion, it is clarified that the Deduction on account of non-performance or below standard performance of any component or sub-component of the BoQ / item is separate from penalty. The penalty is basically for non-compliance of contractual obligation despite being pointed out / notified by the procuring agency.

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [108]

➢ That means the contractor may face deductions for non-performance or below standard performance and at the same time penalty for failure to rectify despite being asked to do so.

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [109]

Appendix-A

Price Adjustment Under Clause 5.5 of Section-V of Contract Document

The source of indices and the weightages or coefficient for adjustment formula under Clause 5.5 shall be as follows:

Cost Weight Eleme Description Applicable index ages nt 1 2 3 4 Non-Adjustable Portion Official price from public sector organization or statistical bulletin published by Federal (i) Fixed Portion 0.49 Bureau of Statistic (FBS), Statistical Division Govt. of Pakistan Statutory Notification. Adjustable portion Govt. of Pakistan by Federal Fuel Diesel and Bureau of Statistic (FBS), (i) 0.08 Petroleum Monthly statistical bulletin or Pakistan State Oil Govt. of Pakistan (GoP) Federal Bureau of Statistic (FBS), (ii) Labour (unskilled) 0.43 Statistical Bulletin and Statutory Notification. Total 1.00

1. For Base Date and Current date indices, please refer to clause No. 5.5. The base cost indices or prices shall be those applying 28 days prior to the latest day for submission of bids. Current indices or prices shall be those applying 28 days prior to the last day of the billing period.

2. Any fluctuation in the indices or prices of elements other than those given above shall not be subjected to adjustment of the Contract Price.

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [110]

Appendix-B

Price Adjustment under Clause 5.5 of Section-V of Contract Document

(To be filled in by bidder/contractor)

Base Date Sr. No. Description Source Price 1 2 3 4 As given under (i) Fuel (Diesel and Petrol) Clause No.5.5-i As given under (ii) Labour (unskilled Clause No.5.5-ii

Current Date Sr. No. Description Source Price 1 2 3 4 As given under (i) Fuel (Diesel and Petrol) Clause No.5.5-i As given under (ii) Labour (unskilled Clause No.5.5-ii

Note: The bidder/contractor is hereby cautioned to read clause 5.5 and price adjustment procedure given therein carefully while filling the above appendix.

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [111]

Appendix-C

List of Sub-Contractors

I/we intend to subcontract the following parts of the work to subcontractors. In my/our opinion, the subcontractors named hereunder are reliable and competent to perform that part of the work for which each is listed.

Enclosed are documentation outlining experience of sub-contractors, the curriculum vitae and experience of their key personnel and type of contracts carried out in the past.

Part of Works Subcontractor (Give Details) (With Complete Address) 1 2

Note: While filling the above reference may kindly be drawn to Clause No.2.22 and other relevant clauses of this document.

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [112]

Appendix-D

List of Solid Waste Machinery / Vehicles & Equipment

Owned Description Capacity Condition Present Dated of Fuel Purchased or of Unit HP Location Delivery consumption Leased (Make, Rating or at Site Per Kilometre Model, Year Source 1 2 3 4 5 6 7 a. Compactor along with tipping arrangeme nt its b. Suzuki Pickup Type Vehicles / Mini-tippers with tipping car. rAarnmge Romellns t Ts ype Vehicles with tipping d.ar rManegcehmaneincalts Sweepers vacuum type with wet sweeping mechanism and contained dirt provisions e. Mechanical Sweepers vacuum type with dry sweeping mechanism and contained dirt provisions f. Mechanical Washer

Note: While filling the above reference may kindly be drawn to Clause No.4.3 carefully of this document.

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [113]

Appendix-E

List of Solid Waste Machinery / Vehicles that the contractor intends to purchase from the DMC (Korangi)

Make Model of the Type of Machinery Registration No. Machinery 1 2 3

Note: While filling the above contractor /bidder is requested to survey the existing machinery of the DMC Korangi with due care and diligence

Executive Director (Operation-I) V-2 Korangi Contractor Karachi

[114]

Appendix-F

Breakdown of Unit Cost of the item in BOQ by the Activities and Works in that item.

Group of Activities in an item of BOQ:

No. Description of the Activities in Unit Unit Quantity Cost in Pak Cost in the Item Cost Rupees US$ 1 2 3 4 5

Cost = Unit Cost x Quantity

Note: While filling the above contractor /bidder is requested to study the document and description of Items in BOQ carefully

Executive Director (Operation-I) V-2 Korangi Contractor Karachi

[115]

Sindh Solid Waste Management Board

Appendix-G

Estimated Progress Payments .

Bidder’s estimate of the value of work, which would be executed by him during each of the periods stated below, based on his Programmed of the Works and the Rates in the Bill of Quantities, expressed in thousands of Pakistani Rupees.

Quarter/Year/Period Amounts (Million of Rupees.) 1 2 1st Quarter 2nd Quarter 3rd Quarter 4th Quarter 5th Quarter 6th Quarter 7th Quarter 8th Quarter 9th Quarter Bid Price

Executive Director (Operation-I) V-2 Korangi Contractor Karachi

[116]

Sindh Solid Waste Management Board

Section VI

Performance Evaluation & Monitoring System

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [117 ] Sindh Solid Waste Management Board

Section VI Performance Evaluation & Monitoring System

6.1 Scientific Monitoring and tracking system for entire management and operation Plan

The monitoring of processes included in front-end services should be aimed to ensure that the objectives of solid waste management plan are realized and achieved. The proposed mechanism for different processes includes:

• Command and Control Centre / Monitoring system to be established by the contractor.

➢ COMMAND AND CONTROL CENTRE

Establishment of Command and Control System including development and deployment of a SOFTWARE for Scientific monitoring / tracking system for entire management and operation plan. The system shall be established in Korangi as well as a video wall at SSWMB headquarter. The Command and Control System shall have at least following manuals:

i. Attendance System (Android based with face recognition and location) ii. Vehicle Tracking System iii. Bin Management System (preferably GPS based) iv. Complaint Management System

Note: The Contractor shall provide Software, its license and ‘Source Code of the software’, and also deploy it on the Servers of SSWMB. The Software shall become property of SSWMB.

• Command and Control Centre / Monitoring system to be established by the contractor. • Members from District Municipal Corporation and Sindh Solid Waste Management Board to also be part of central control room. • Radio monitoring system be established at control room. • Android-based monitoring system be established at control room. • The Contractor shall provide licensed software, source code of the software of the Command and Control / Monitoring system, and also deploy it on the servers of SSWMB. • Real time Bin management system (preferably Smart Bin Mgt. System). • Real time GPS tracking system for garbage transportation vehicles.

➢ COMPLAINT CELL

• Complaint cell to be established by the service provider.

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [118 ] Sindh Solid Waste Management Board

• All complaints to be reported to command and control centre on real time basis, for resolution. • Command and Control Centre to notify the complaint cell, as the complaint is resolved. • Complaint cell to duly confirm receipt of complaint and follow up with the complainant. • Linkage between Complaint Cell, Union Committees, District Municipal Corporation (wherever possible) and Sindh Solid Waste Management Board to be established. • Concerned Union Committees to verify 75% of complaints. • District Municipal Corporation and Sindh Solid Waste Management Board to verify at least 33% of the Korangi complaints. • Response time to attend complaints should preferably be less than 8 hours, but in no case beyond 24 hours.

➢ FOR STREET SWEEPING

• Monitoring and evaluation committees to be established at level of Union Committees, District Municipal Corporation, Sindh Solid Waste Management Board and Service Provider. • All committees to act independently. • SSWMB may hire the services of an ‘Third Party Consultant’ to carry out independent monitoring / validation of the performance. • Bio-metric and / or android based face recognition attendance system for sweeping staff.

➢ FOR GARBAGE COLLECTION

• Monitoring and evaluation committees to be established at the level of Union Committees, District Municipal Corporation, Sindh Solid Waste Management Board and the Service Provider. • All committees to act independently. • Monthly Third-party validation, once services of an independent ‘Third Party Consultant for Monitoring and Evaluation of this contract is hired. • Electronic chips should be installed in garbage bins or some alternate technology be used for real time monitoring of bins. • Daily collection report of GTS to be analysed.

➢ PUBLIC PERCEPTION STUDIES

• Quarterly public perception studies will be conducted by a Third- party firm, once hired. • The quantum of complaints will be analysed to assess the performance of service provider.

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [119 ] Sindh Solid Waste Management Board

Section VII

Conditions of Contract and Price List / Quoted Rates

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [120 ] Sindh Solid Waste Management Board

Section VII Conditions of Contract and Price Sheet / Quoted Rates

7.1 Compliance of Laws & Rules Regulation

a) The contractor shall be bound under this contract to comply with all substantive and procedural local, provincial and federal laws of Islamic Republic of Pakistan, which may include but are not limited to the followings:

i) Labour Laws ii) Land Laws iii) Environmental Laws iv) Sindh Local Government Act. v) All Local, Provincial and National Rules and Regulations applicable to the nature of services and works under this contract.

b) Inability of successful bidder to comply with all laws, rules, regulation and procedures will result in penalization, as per penalty clauses provided in this contract.

c) This document is governed by all substantive and procedural laws of Islamic Republic of Pakistan including Sindh Public Procurement Rules 2010 (amended up to date).

7.2 RFP / Bidding Document

All section of RFP / Bidding documents i.e.

i) Section-I Preambles

ii) Section-II Instruction to Contractor

iii) Section-III Description of the Zones of DMC Korangi

iv) Section IV Proposed plan for DMC Korangi

v) Section-V Terms and reference and Technical Specifications.

vi) Section-VI Performance Evaluation and Monitoring System

vii) Section-VII Conditions of Contract & Price Sheet

viii) Section-VIII Annexure

All Sections noted above and the clauses contain therein are part and parcel of RFP / Bidding Document and are integral parts of the agreement and shall be binding upon client and contractor.

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [121 ] Sindh Solid Waste Management Board

7.3 Correspondences – Communications - Notices

All correspondence, communication and notices required or permitted under this contract shall be in writing and in English language and shall be given (to and from Contractor & Procuring Agency) at official address provided in this contract document. The relevant parties shall duly notify change of address, in the shortest possible time.

7.4 Language of Agreement

Agreement will be prepared in English language.

7.5 Type of Agreement and Contract Price

This contract and subsequent agreement are a unit price-based contract agreement. The sum of amounts is calculated by multiplying quantity of each supply, work or service item as indicated in the rate quoted by the contractor for that particular work / services items. The payments of each supply made or, the work or services performed by the contractor shall be based on the unit rate quoted by the contractor.

7.6 Duties and Taxes

All of the taxes, duties, fees, and other contractual costs regarding the preparation signing or execution of the contract shall be borne by the contractor.

7.7 Expenses included in the Contract Price

➢ All costs associated with the operational management, monitoring, supply of the items for execution as well as performance of works and services according to the contract, expanses related with fuel, spare parts, maintenance and repair, depreciation of vehicles (solid waste collection and transportation vehicles / sweeping and washing machines) etc.; ➢ The cost of other incidental items, cost of transportation, cost of trollies, polythene bags, containers, dustbins, litterbins and others mentioned in various sections of the contract; ➢ Cost of hiring the managerial as well as operational and field staff for execution of the contract; ➢ Cost of any or all insurances related to and for the purpose of works and cost of all taxes, duties and levies required to be paid by the contractor pursuant to laws of Pakistan as well as provincial government; ➢ All the above-mentioned costs and those mentioned in the sections of the contract document, must be considered and included in the quoted bid rate / price.

7.8 Intermediate payment / Running Bill

a) The contractor shall submit running bill in the first week of every month for the work and services performed by him.

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [122 ] Sindh Solid Waste Management Board

b) The monthly Performance shall be checked and determined by the client / procuring agency subject to verification through client representatives and on the basis of such verified determinations by the client payment shall be made within 15 days after submission of monthly performance bill/running bill by the contractor.

c) The claim will be evaluated by the committee constituted by SSWMB for the purpose, and / or third-party consultant (if hired) as well as data obtained from Command and Control Centre and weigh bridges.

d) The contractor has to provide supportive documentary evidence in support of his claim. SSWMB shall not be responsible for delay in payment due to non-supply of the supportive documentary evidence in support of his claim.

e) The verified bill will be processed for payment, and SSWMB will make all out efforts to make payment of verified bill in the shortest possible time, within the time as described in the RFP / Bidding Document.

f) However, the bidder must have a plan for continuation of un-interrupted operation at least for next 90 days, in case the payment is delayed due to reasons beyond control of SSWMB.

7.9 Insurance of work & work places

The contractor shall be responsible for safeguarding of work and work places the contractor shall take all insurances required by pertinent legislations and submit the policies thereof to the client. The contractor shall be responsible for any damages cost by its personals and his subcontractor in respect of work performed under this contract.

7.10 Indemnification by Bidder/Contractor

Contractor shall indemnify, defend and hold harmless the client (SSWMB), its members, officers, directors, employee and representatives from and against any and all claims arising out of or in anyway connected with gross negligence, fraud, or willful misconduct of the contractor or any one acting on contractor’s behalf or under his instructions in connection with this contract and contractor’s obligations there under. Any cost or expenses incurred by the contractor pursuant to its indemnity obligation under this clause shall be the sole responsibility of the contractor. AND The contractor/bidder shall indemnify the SSWMB, its employees against all losses and claims in respect of:

a) Death or injury to any person, due to accident.

b) Loss or damage to any vehicle, plant, property which may arrived out of accident or public riot or in consequences of execution of work and against all claims, proceedings, damages, cost, charges and expenses, whatsoever in respect of or in relation thereto the contractor shall indemnify the client, its

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [123 ] Sindh Solid Waste Management Board

officers, employee for any loss claims, demands or lawsuits resulting from defects in contractor’s performance during execution of work and services.

7.11 Contractor Liability for Indemnification

The contractor shall be directly responsible for the choice or use of defective or noncompliant tools or machineries deficiencies of performance in works and services, mistakes in sufficient supervision or any failure to fulfill his obligation in accordance with the provisions of this contract and specification and any other losses and damages that may occur due to similar reasons. The contractor shall indemnify such losses and damages in accordance with pertinent legislation.

7.12 Penalties & Cancellation of Contract.

a) Penalties as noted below shall be imposed if negligence, discrepancies and deficiencies on the part of the contractor to fulfill their obligations on the performance of supply, works and services and the requirements to perform such supply, works and services are found during the period of this contract.

b) If the procuring agency finds any non-conformity / activity contrary to the job description defined in this document, the contractor shall be bound, given a chance to bring his work standards to the satisfaction level of the procuring agency and if the non-conformity is not corrected within the time limit granted by the procuring agency, the penalties will be imposed on the contractor.

c) If non-conformity continues despite penalties, the procuring agency may terminate the agreement and damages to the procuring agency due to these non-conformities of the contractor shall be recovered from his performance securities.

If door to door services is not rendered up to the mark or door to door services is rendered partially and non- Rs.15000/- Per i. compliance to the requirement for door to door Day Per Zone services mentioned in the technical specifications. If number of manpower provided is found insufficient to perform works and services satisfactorily and less than Rs.400/- Per Day ii. the minimum requirement of manpower mentioned in Per Person the RFP / Bidding Document / contract agreement. If the vehicle used for collection, transportation of solid waste is found inappropriate to the standards of solid Rs.50,000/- Per iii. waste management system. (SWM vehicles of DMC Day Per Vehicle Koarngi utilized by the Contractor excluded.) Rs. 20,000/- per day per of road Minimum required Solid Waste collection and vehicle. transportation vehicles are not brought on road to Note: Spare collect the dustbins / containers as per schedule i.e. vehicles shall not iv. contractor deliberately bringing only some vehicles be counted as (<90%) on road (without justified reasons) and keeping long as minimum others parked in the workshop / parking lot, to save the required vehicles fuel and salary of drivers and coolies. are on road and performing solid

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [124 ] Sindh Solid Waste Management Board

waste collection service as per schedule. If the SWM vehicles are not cleaned and washed Rs.2,000/-Per v. regularly and found on road in dirty, ugly, out of order Vehicle Per Day and unsafe conditions. If leachate or loose garbage is found dropping from the Rs.5,000/- Per vi. vehicle on roads and working routes. Vehicle Per Day Failure to operate machinery and manpower and Rs.500,000/- Per vii. vehicles during emergency conditions. Day Improper collection of Solid Waste from dustbins and Rs.1,000/- Per collection points including roadside collection (garbage viii. Day Per collection left scattered around the dustbins, collection points or point roadsides). If debris are found mixed with MSW while taking weights of MSW at designated weighbridge. ix. Rs.5,000 Per Trip Note: Inadvertent mixing of debris with the MSW is excluded. Number of Garbage Containers, litterbins, tipper bins Rs.50,000/- Per x. are found less than the requirement as proposed by Day per 100 bidder in their proposal. number shortage. Failure to clean public areas and removal of waste Rs.10,000/- Per xi. there from. Day Sanitary workers and collies not wearing approved Rs.500/- Per xii. uniform while performing their duties (Identifiable to Person Per Day procuring agency) Failure to collect domestic waste on road sides, Rs.1,000/- xiii. footpath and streets in 24hours i.e. accumulation and Per Day backlog of MSW over 24 hours. If garbage containers are not cleared properly and Rs.10,000/- per xiv. timely as required under the contract. Zone Per Day Repeated failure of regular cleaning and sweeping of Rs.20,000/- Per xv. roads, streets and lanes, despite pointing by the field Day supervising staff of SSWMB. On open transportation of garbage (MSW has to be Rs.5,000/- Per xvi. transported sufficiently and securely covered to avoid Vehicle Per Day spilling on the routes. If polythene bags for door-to-door collection to the residents of the area are not provided as per the Rs.100,000/- contract. xvii. Per Day Note: The penalty shall be imposed only after Per Zone conveying the date / schedule of this service by SSWMB If the works and services to be delivered are not started within the stipulated time i.e. 15 days after signing of Rs.50,000/- xviii. agreement or the date as agreed between the parties Per Day in the contract. If dumping of garbage and other solid waste to any Rs.10,000/- xix. other place other than the approved disposal site. Per Day, Per Zone Segregation of MSW at dustbins / collection points is Rs.25,000/- Per xx. prohibited under front-end collection plan. If Dustbin / segregation takes place by scavenger or other persons

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [125 ] Sindh Solid Waste Management Board

at collection point, dustbins sites, at containers and Collection point stage of door to door collection. Per Month Note: The fine shall be imposed only, if it is established that the activity is being carried out in connivance of the contractor. If number of manpower provided is found insufficient to perform works and services satisfactorily and not in Rs.400/- Per Day xxi. accordance with the minimum requirement of Per Person manpower mentioned in the contract If the vehicle used for collection, transportation of solid waste is found inappropriate to the standards of solid Rs.50,000/- Per xxii. waste management system. (Except where SWM Day Per Vehicle vehicles of the procuring agency is utilized.)

Note: 1. If the procuring agency finds any non-conformity/contrary to the job description (failure of the contractor to fulfil contractual obligations) defined in this document, the contractor shall be bound, given a chance to bring his work and services standards to the satisfaction level of the procuring agency and if the non-conformity is not corrected within the time limit granted by the procuring agency, the penalties will be imposed on the contractor, in addition to deduction for the non-performance of that component or sub-component.

2. If non-conformity continues i.e. continuous failure of the contractor to fulfil contractual obligations, despite the penalties, the procuring agency may terminate the contract agreement, after giving him a final notice of 30 days, and the damages to the procuring agency due to this non-conformities / non-performance of the contractor shall be recovered from his performance securities / retention money.

3. In case of continuous failure of the contractor to fulfil contractual obligations, despite 2 or more notices or repeated penalties, the Procuring Agency reserves the right to get one or more work / services assigned by engaging another party at the risk and cost of the contractor.

7.13 Resolution of Disputes

a) Before formal award / agreement: If any dispute(s) and difference(s) arise between procuring agency and contractor in connection with the award of the contract, before execution of the agreement, it shall be settled through the procedure prescribed under Sindh Public Procurement Rules, 2010 (amended up to date).

b) Amicable Settlement: If any dispute(s) and difference(s) arise between procuring agency and contractor, after award / signing of the agreement, the procuring agency and contractor shall attempt to settle such disputes (within the provisions of the contract) through discussion in the first instance. The designated representatives of

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [126 ] Sindh Solid Waste Management Board

procuring agency and contractor shall promptly use their best efforts in good faith to reach at a reasonable, justifiable and equitable resolution of such dispute.

c) Settlement through Arbitration: After coming into force of the procurement contract, disputes between the parties to the contract, if not settled through negotiations, shall be settled through arbitration in accordance with arbitration Act. 1940 and Laws for the time being in forced in Islamic Republic of Pakistan.

7.14 Code of Conduct

a) The contractor that attempts to get secrete information to conclude illegal agreements with the competitors or to effect the procuring agency during the phase of tender inspection, evaluation and comparison shall result in their offers cancellation and this situation shall be penalized administratively.

b) The contractor shall act objectively and trust worthy in accordance with rule of business ethic. It should avoid making public announcement regarding the works and services without prior permission and authorization of the procuring agency.

c) The contractor and its staff shall not act inconsistent way their obligation against the procuring agency and they shall not accept any type of the contributions that may affect their decisions at execution, performance, reporting at the works and services.

d) Assets of the procuring agency shall not be utilized without appropriate documentations and valid permissions in accordance with the contract. Procuring agency’s assets shall not be used for personal interest.

e) Contractor is responsible to ensure that its employees keep good behaviour with public during execution of services in the area. Contractor shall be constructive with the public and shall not behave in a disgusting manner to the public. The services that are to be performed are to serve the public. Briberies, tip or commission offered as incentive or reward to any person shall be considered as fraud, which is strictly forbidden under this contract. If the contractor found guilty under forbidden clauses of the contract, action shall be taken accordingly.

7.15 Time extension in conditions, situations of force majeure

a) Time extension shall be granted to the contractor in condition and situation of force majeure, but Procuring Agency and competent authorities shall certify such condition and situation.

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [127 ] Sindh Solid Waste Management Board

b) Situations in which that time extensions may be granted because of force majeure are given below: Force Majeure: i. Natural disasters, ii. Legal strikes and lockout, iii. General epidemics, iv. War, chaos, terror attacks.

c) The contractor shall not be liable for any failure or delay in performance of his obligation under the contract which is caused by circumstances beyond his control under force majeure.

d) Time extension shall be granted to the contractor in case where the Procuring Agency fails to fulfil its obligation regarding performance of the contract due to any reason not related with the contractor.

e) For acceptance of above stated situations as force majeure and to provide time extension to the Contractor, such situations should: i. Not occur due to the failure of the contractor, ii. Prevent execution of undertaking, iii. Be impossible to be eliminated by the efforts of the Contractor, iv. Be notified to the Procuring Agency by the Contractor in written form within twenty days as of the occurrence date of the force majeure condition, v. Be certified by the competent authorities.

f) Situations for which time extension shall be provided by the Procuring Agency are as follows: i. In cases where the Procuring Agency fails to fulfil its obligations regarding performance of the contract and Technical Specification due to any reason including site delivery, approval of projects and work programs, insufficient allowance, etc., causing delays whose responsibility does not belong to the Contractor and it causes delays which prevent fulfilment of the undertakings, further it is impossible to be avoided by the efforts of the Contractor, time shall be extended for delayed time period with respect to the reasons preventing realization of the business and nature of the business. ii. In case quantum of work is increased due to any additional work, time period of the business shall be extended in proportion to the increased work for part or all of the business.

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [128 ] Sindh Solid Waste Management Board

7.16 Access to the service area

Procuring agency and their authorized representative shall have access at all time to service area, offices of the contractor and any document, materials and record and accounts relating to the works and services performed under the contract for the purpose of inspections and reviews.

7.17 Termination by Procuring Agency

a) Immediate Termination by Procuring Agency

The Procuring Agency may terminate this Agreement immediately:

➢ Upon the Bankruptcy of Contractor

b) Termination Upon Notice by Procuring Agency

The Procuring Agency may terminate this Agreement upon ten (30) days prior written notice to Contractor in the event:

i. that Contractor violates, or consents to a violation of, any Laws applicable to the Services or the Project, where the violation has or may have a material adverse effect on the maintenance or operation of the Project or Procuring Agency's interest, and Contractor does not cure such violation within thirty (30) days (or, if not curable within thirty (30) days, within such period of time as is reasonably necessary, but in no event more than ninety (90) days, provided Contractor diligently commences and pursues such cure and indemnifies Procuring Agency for all related costs, whatsoever, or

ii. of a material breach by Contractor in the performance of the Work and Services, if Contractor does not cure such breach within thirty (30) days from the date of Contractor’s receipt of notice from the Procuring Agency demanding cure (or, if not curable within thirty (30) days, within such period of time as is reasonably necessary, but in no event more than 90 days, provided Contractor diligently commences and pursues such cure and indemnifies the Procuring Agency for all related costs, whatsoever.

c) Termination by Procuring Agency Without Cause

In addition to its rights set forth in this Termination clause, subject to the terms of any Agreements, the Procuring Agency reserves the right to terminate this Contract Agreement without cause upon ninety (90) days written notice to Contractor. If the Contract Agreement is terminated by the Procuring Agency

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [129 ] Sindh Solid Waste Management Board

pursuant to this Sub-Clause 7.17(c), Contractor shall be compensated for all pending payments and including the date of such termination under this Sub- Clause 7.17(c). Such payments, shall be Contractor's sole remedy in respect of such termination and shall be made by the Procuring Agency within 30 days of receipt of a final invoice from Contractor.

d) TERMINATION DUE TO FORCE MAJEURE EVENTS

Either the Procuring Agency or the Contractor may unilaterally terminate the Agreement due to force majeure events. However, if the Contractor requests for a time extension due to force majeure events, the Procuring Agency may not terminate the Agreement unless the work fails to be completed in accordance with this Contract Agreement and the annexes hereto by the end of the extended period. In case of such termination, the account of the Contractor shall be settled, and the Performance security shall be returned.

e) TERMINATION PAYMENT

If the Contract Agreement is terminated by the Procuring Agency pursuant to this Sub-Clause 7.17(d), Contractor shall be compensated for all pending payments and including the date of such termination under this Sub-Clause 7.17(d). Such payments, shall be Contractor's sole remedy in respect of such termination and shall be made by the Procuring Agency within 30 days of receipt of a final invoice from Contractor.

f) AUDIT / REVIEW OF PAYMENT

Notwithstanding payment of any amount pursuant to this Clause 7.17, the Procuring Agency shall remain entitled to conduct a subsequent audit and review of all costs incurred and paid by the Procuring Agency pursuant to this Sub-Clause 7.17(e), together with any supporting documentation requested by the Procuring Agency, for a period of 2 years from and after the date of such payment. If, pursuant to such audit and review, it is determined that any amount previously paid to Contractor did not constitute, in whole or in part, a reimbursable item / payable pursuant to this Sub-Clause 7.17(f), the Procuring Agency may recover such amount from Contractor, or the Procuring Agency may deduct or cause to be deducted such amount from any payment that may be due to Contractor.

7.18 Termination by contractor

The contractor may also terminate this contract upon 30 (thirty) days prior written notice to procuring agency in the event

a) That procuring agency’s failure to perform its material obligations under

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [130 ] Sindh Solid Waste Management Board

this contract in timely manner. If the failure is not addressed properly by the contractor for redressal in 30 (thirty) days, but in no case such redressal is made beyond 90 (ninety) days except if procuring agency continues to pursue for redressal of such failure.

7.19 Work in emergency

b) The contractor in case of emergency may be called upon to provide works and services as per scope of work under this contract and the contractor shall comply with such emergency orders of procuring agency without excuses. Non-compliance of the contractor shall lead to disqualification and will be dealt accordingly.

c) If necessary or in case of any emergency, the contractor may be required to perform one, more than one or all contractual obligations, on same terms and conditions, in adjacent district or zone. In this case, the BoQ may be revised and the contractor shall be entitled to receive payment on the same approved rate.

7.20 Payment of Income Tax

The contractor, sub-contractor and their employees shall be responsible for payment of income tax, any allied taxes on the income arising out of the contract, and the rates and prices quoted by the contractor shall be deemed to cover all such taxes.

7.21 Local Taxation

The price quoted by the contractor shall include all customs duties, import duties, business taxes, income and other taxes, that may levied in accordance with law and regulation in force in Pakistan / Sindh, on vehicles, machinery, equipment and tools etc. acquired / procured for the purpose of execution of the contract and on services performed under the contract. Nothing in the contract shall relieve the contractor from his responsibilities to pay taxes that may be levied in respect of the contract.

7.22 Liability of the contractor

The contractor and their sub-contractor or assignee shall strictly follow all relevant labour laws including workman’s compensation act, and shall keep the procuring agency fully indemnified for all claims arising out of any damage by the contractor, his sub-contractors or assignee and the staff employed by him / them.

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [131 ] Sindh Solid Waste Management Board

7.23 Bid Price List / Offered Rate and B.O.Q.

Offered Offered Item Unit Rate Total Rate Unit Quantity (in US$) (in US$) No. Description of Item in Figure in Figure and Words and Words

Providing for and collection of MSW waste, sweeping waste including cost of door

to door collection, including 657000 Tons cost of management Per Year operation, monitoring, Cost of 1. human resources (managers, supervisors, labour, drivers, coolies, sanitary workers) and cost of tools and other incidental costs, and including taxes, fees etc. as per the contract.

Providing for and manual Sweepings of roads, 359658 streets and lanes including Kilo Kilo Meter cost of management, Meter operation, monitoring, Cost of Per Year human resources (managers, 2. supervisors, labour, drivers, coolies, sanitary workers) and cost of tools and other incidental costs including taxes, fees etc. as per the contract.

Providing for and manual sweeping of footpaths, 26 Greenbelts, medians, Sq. Kilo Square Roundabouts, open spaces Meter Kilo Meter including cost of Per Year management, operation, monitoring, Cost of human 3. resources (managers, supervisors, labour, drivers, coolies, sanitary workers) and cost of tools and other incidental costs, and including taxes, fees etc. as per the contract.

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [132 ] Sindh Solid Waste Management Board

Providing for and

mechanical Sweeping of roads including cost of management, operation, Per Kilo 114540 monitoring, Cost of human Meter KM Per resources (managers, 4. Year supervisors, labour, drivers, coolies, sanitary workers) and cost of tools and other incidental costs, and including taxes, fees etc. as per the contract. Providing for and

mechanical Washing of main roads including cost of management, operation, Per Kilo 1200 monitoring, Cost of human Meter KM Per resources (managers, 5. Year supervisors, labour, drivers, coolies, sanitary workers) and cost of tools and other incidental costs, and including taxes, fees etc. as per the contract.

Plastic Litter bin as per required standard having 5500 6.a required standard having Each Nos cubage of 0.24 to 0.3 Meter3

Standard Metal Bucket of bin 6.b cubage 2500 0.66 to 0.80 Meter3 Each Nos

Containers of container

6.c cubage Each 300 8.0 to 10.5 Meter3 Nos

Per Year bid / cost of work and services for item listed in price list / B.O.Q. in

Figures_ US $

Words ______US Dollars per year

i. I / We understand that above quoted rates are inclusive of all taxes, fees, duties, levies etc. ii. We understand that, while quoting the rates / bid, I / we have included discount on account of utilization of services of the employees of DMC Korangi i.e. discount is in- built in above quoted rates / bid. iii. We are also, enclosing ‘Rate Analysis’ of above quoted rates / bid, separately as annexure, for assessment by the Procuring Agency. All bidders must note that ANY BID RECEIVED WITHOUT RATE ANALYSIS SHALL BE DECLARED ‘INVALID /

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [133 ] Sindh Solid Waste Management Board

NON-RESPONSIVE’ AND SUMMARILY REJECTED.

Seal and Signature

Name of Contractor / Bidder

Address:

Landline & Cell#:

Fax# :

E-mail address:

Executive Director (Operation-I) V-2 Korangi Contractor Karachi [134 ] Sindh Solid Waste Management Board

7.24 Form of BID

FORM OF BID

Bid Reference No. ______(Name of Contract / Work) To: The Executive Director (Operations-I), Sindh Solid Waste Management Board, Karachi

1. Having examined the bidding documents including Instructions to Bidders, Bidding Data, and Conditions of Contract, Specifications and Bill of Quantities and Addenda Nos. ______for the execution of the above-named work, I/We, the undersigned, offer to execute and complete the supply, work / services and remedy any defects therein in accordance and conformity with the Conditions of Contract, Specifications, Bill of Quantities and Addenda for the sum of US Dollar ______($______) per year or such other sum as may be ascertained in accordance with the said conditions.

2. We/I understand that all the Annexure attached hereto form part of this bid.

3. As security for due performance of the undertakings and obligations of this bid, we/I submit herewith a ‘bid security’ in the amount of US Dollar______($______) drawn in your favour or made payable to procuring agency and valid for a period of ______days beginning from the date, bid is opened.

4. We/I undertake that, if our bid is accepted, to bring in all resources (Financial, Machinery, Equipment, Manpower etc.) within 90 days of issuance of Letter of Acceptance, and commence the works and services to complete the whole of the works comprised in the contract within the time stated in the contract document.

5. We / I understand that in case We / I fail to bring on ground all resources (Financial, Machinery, Equipment, Manpower etc.) within 90 days of issuance of Letter of Acceptance, and exhibit all resources mentioned above for inspection of the Procuring Agency, and demonstrate ability to commence the works and services / contractual obligations, the Procuring Agency shall have full right to declare my / our company / firm as ‘Defaulter’, cancel the ‘Letter of Acceptance’ issued in our / my company’s / firm’s favour and also forfeit my / our Bid Security without any further notice.

6. We/I agree to abide by this bid for the period of 120 days from the date fixed for opening the same and it shall remain binding upon us and may be accepted at any time before the expiration of that period.

Executive Director (Operation-I) Contractor Karachi Korangi [135 ] Sindh Solid Waste Management Board

7. Unless and until a formal Agreement is prepared and executed, this bid, together with our written acceptance thereof, shall constitute a binding contract between us.

8. We do hereby declare that the bid is made without any collusion, comparison of figures or arrangement with any other bidder for the works.

9. We understand that you are not bound to accept the lowest or any bid you may receive.

10. We undertake, if our/my bid is accepted, to execute the ‘Performance Security’ referred to in Conditions of Contract for the due performance of the Contract.

11. We confirm, if our bid is accepted, that all partners of the joint venture/consortium shall be liable jointly and severally for the execution of the Contract and the composition or the constitution of the joint venture/consortium shall not be altered without the prior consent of the procuring agency. (Please delete this in case of Bid form a single bidder)

In the capacity of ______duly authorized to sign Bids for and on behalf of

Dated this ______day of______20______

Signature: ______

______(Name of Bidder in Block Capitals) (Seal)

Address: ______

Witness:

Signature: ______

Name: ______

Address: ______

______

Occupation: ______

Executive Director (Operation-I) Contractor Karachi Korangi [136 ] Sindh Solid Waste Management Board

Section VIII

Annexures

Executive Director (Operation-I) Contractor Karachi Korangi [137 ] Sindh Solid Waste Management Board

Annexure- I

DISTRICT MUNICIPAL CORPORATION KORNAGI

Vehicles for Health / Solid Waste Management Department

Executive Director (Operation-I) Contractor Karachi Korangi [138 ] Sindh Solid Waste Management Board

LANDHI ZONE Vehicle for Health / SWM Services Department ON ROAD VEHICLES

S.No Vehicle No. Make Type 1 CH-16059 Hino Dumper 2 CH-3581275 Isuzu Dumper 3 CH-7102742 NPR Dumper 4 GS-3005 Bed Ford Dumper 5 CH-159839 Volvo Dumper 6 GL-6324 Tractor Tractor Shawl 7 CH-1693545 Tractor Tractor Shawl 8 CH-1693546 Tractor Tractor Shawl 9 CH-510810 Tractor Tractor Shawl 10 CH-21295 Hino Multi Loader 11 CH-10047 Hino Multi Loader 12 CH-510822 Tractor Tractor Trolley 13 CH-02412 Skid Loader 14 GL-0594 Tractor Tractor Trolley

Executive Director (Operation-I) Contractor Karachi Korangi [139 ] Sindh Solid Waste Management Board

KORANGI ZONE Vehicle for Health / SWM Services Department ON ROAD VEHICLES

S.No Vehicle No. Make Type 1 CH-158499 Volvo FL-6 Compactor 2 CH-3583957 Isuzu FTR Dumper 3 CH-3601395 Isuzu Dumper 4 CH-15426 Massey Tractor Shawl 5 CH-8062 Massey T-Bled 6 CH-3600529 Isuzu FTR Dumper 7 RS-1 Isuzu ELF Road Sweeper 8 CH-11393 Hino Dumper 9 GL-1038 Furukawa Loader 10 RS-3 Isuzu ELF Road Sweeper 11 CH-00579 Kumatsu Bob Cat 12 TT-07 Belarus-510 Tractor 13 CH-16100 Hino Refuse Van

Executive Director (Operation-I) Contractor Karachi Korangi [140 ] Sindh Solid Waste Management Board

SHAH FAISAL ZONE Vehicle for Health / SWM Services Department ON ROAD VEHICLES

S.No Vehicle No. Make Type 1 CH-0048-07 MF-385 Tractor 2 CH-1576 CAT Bob Cat 3 CH-10048 Hino FD Multi Loader 4 CH-8061 MF-375 Tractor Trolley

Executive Director (Operation-I) Contractor Karachi Korangi [141 ] Sindh Solid Waste Management Board

Annexure- II

Existing Budget (2018-19) on Solid Waste Management of DMC (Korangi)

SANITRY OTHER GROSS NAME OF ZONE STRENGTH NET SALARY WORKER STAFF SALARY

Korangi Zone 323 88 411 13,818,950.88 11,008,668.16

Landhi Zone 204 106 310 11,598,195.84 9,150,596.00

Shah Faisal Zone 311 66 377 12,255,568.64 9,967,842.08

Model Colony Zone 187 88 275 13,180,854.00 11,675,872.00

TOTAL 1025 348 1373 50,853,569.36 41,802,978.24

Executive Director (Operation-I) Contractor Karachi Korangi [142 ] Sindh Solid Waste Management Board

Annexure-III Annexure- 5

Format for Performance Guarantee To be provided to the successful bidder/contractor after acceptance of the bid.

Executive Director (Operation-I) Contractor Karachi Korangi [143 ] Sindh Solid Waste Management Board

Annexure- IV

Integrity Pact

DECLARATION OF FEES, COMMISSION AND BROKERAGE ETC; PAYABLE BYCONTRACTORS. (FOR CONTRACTS WORTH RS. 10.00 MILLION OR MORE)

Contract No.______Dated ______

Contract Value: ______Contract Title: ______

………………………………… [name of Contractor] hereby declares that it has not obtained or induced the procurement of any contract, right, interest, privilege or other obligation or benefit from Government of Sindh (GoS) or any administrative subdivision or agency thereof or any other entity owned or controlled by it (GoS) through any corrupt business practice.

Without limiting the generality of the foregoing, [name of Contractor] represents and warrants that it has fully declared the brokerage, commission, fees etc. paid or payable to anyone and not given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee or otherwise, with the object of obtaining or inducing the procurement of a contract, right, interest, privilege or other obligation or benefit in whatsoever form from, from Procuring Agency (PA) except that which has been expressly declared pursuant hereto.

[Name of Contractor] accepts full responsibility and strict liability that it has made and will make full disclosure of all agreements and arrangements with all persons in respect of or related to the transaction with PA and has not taken any action or will not take any action to circumvent the above declaration, representation or warranty.

[Name of Contractor] accepts full responsibility and strict liability for making any false declaration, not making full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation and warranty. It agrees that any contract, right, interest, privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other rights and remedies available to PA under any law, contract or other instrument, be voidable at the option of PA.

Notwithstanding any rights and remedies exercised by PA in this regard, [name of Supplier/Contractor/Consultant] agrees to indemnify PA for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to PA in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s fee or kickback given by [name of Contractor] as aforesaid for the purpose of obtaining or inducing the procurement of any contract, right, interest, privilege or other obligation or benefit in whatsoever form from PA.

[Procuring Agency] [Contractor]

Executive Director (Operation-I) Contractor Karachi Korangi [144 ] Sindh Solid Waste Management Board

Annexure- 5 Annexure- V

Format for Contract Agreement To be provided at the time of Agreement

Executive Director (Operation-I) Contractor Karachi Korangi [145 ] Sindh Solid Waste Management Board

Annexure- VI

Sub Division – Model Colony Zone

UC NAME OF AREA

1. Rahim khan jokhio 2. Model colony 3. Indus mehran 4. Khokhrapar 5. Malir Colony 6. Kalaboard

Executive Director (Operation-I) Contractor Karachi Korangi [146 ] Sindh Solid Waste Management Board

Sub Division – Shah Faisal Zone

UC NAME OF AREA

7. Shah Faisal 8. Natha Khan 9. 10. Shah Faisal 11. Rita Plot 12. Green Town 13. Rafa-e-Aam 14. Jamia Milia

Executive Director (Operation-I) Contractor Karachi Korangi [147 ] Sindh Solid Waste Management Board

Sub Division – Landhi Zone

UC NAME OF AREA

15. Bhutto Nagar 16. Farooq villas 17. Bilalabad 18. Khawja Ajmer Colony 19. Zamanabad 20. Sherabad 21. 22. Civic Centre 23. Awami Colony 24.

Executive Director (Operation-I) Contractor Karachi Korangi [148 ] Sindh Solid Waste Management Board

Sub Division – Korangi Zone

UC NAME OF AREA

25. Hasrat Mohani Colony 26. Nizam –e- Mustafa 27. 100 Quarters 28. Madina Colony 29. Rahimabad 30. Korangi 31. Korangi Quarters 32. 33. Zia Colony 34. 35. 36. Dar-ul-Salam 37.

Executive Director (Operation-I) Contractor Karachi Korangi [149 ] Sindh Solid Waste Management Board

UNION COMMITTEE-1, RAHIM KHAN JOKHIO 0F SUB- DIVISION MODEL COLONY, KORANGI, KARACHI

General S No. Name of Area Member 1. Security Printing Press

2. Security Printing Press

3. Huma Town- Moinabad -Model Colony

4. Moinabad -Model Colony

5. Railway Colony Model Colony

6. Moinabad -Model Colony

7. Moinabad -Model Colony

8. Bostan Raza- Model Colony

9. Bostan Raza- Model Colony UC-1 Rahim Khan 10. Bostan Raza- Model Colony Jokhio Ward-1 11. Moinabad -Model Colony

12. Moinabad- Model Colony

13. Moinabad -Model Colony

14. Moinabad -Model Colony

15. Moinabad Model Colony

16. Moeenabad Sadigabad- Model Colony

17. Darakhshan Society

18. Darakhshan Society Malir Town

19. Darakhshan Society Malir Town UNION COMMITTEE-1, RAHIM KHAN JOKHIO 0F SUB- DIVISION MODEL COLONY, KORANGI, KARACHI

Executive Director (Operation-I) Contractor Karachi Korangi [150 ] Sindh Solid Waste Management Board

S No. General Member Name of Area

20. Sheet No. 3 Model Colony

21. Rahim Khan Jokhio Village Model Colony

22. Rahim Khan Jokhio Village Lasi Para, Model Colony Kathiyar Mohallah Rahim Khan Jokhio Goth, Model 23. Colony UC-1 24. Rahim Khan Rahim Khan Jokhio Goth-Sheet No.6- Model Colony Jokhio 25. Rahim Khan Jokhio Goth-Sheet No.6- Model Colony Ward-2 26. Lasi Para Model Colony

27. Lasi Para Model Colony

28. Rahim Khan Jokhio Village Lasi Para- Model Colony

29. Sheet No.7 Model Colony

30. D 1 Malir Tanki

31. D 1 Malir Tanki Saudabad

32. Lasi Para Model Colony UC-1 33. Rahim Khan C Area Malir Colony 34. Jokhio C Area Malir Colony Ward-3 35. C Area Malir Colony

36. C Area Malir Colony

37. C Area Malir Colony

Executive Director (Operation-I) Contractor Karachi Korangi [151 ] Sindh Solid Waste Management Board

UNION COMMITTEE-1, RAHIM KHAN JOKHIO 0F SUB- DIVISION MODEL COLONY, KORANGI, KARACHI

S No. General Member Name of Area

38. B Area Malir Colony

39. B Area Malir Colony

40. B Area Malir Colony

41. B Area Malir Colony

42. C Area Malir Colony

43. C Area Malir Colony

44. Police Station Saudabad Malir

45. UC-1 Alameen Society Kalaboard Rahim Khan 46. B Area KalaBoard Malir Jokhio 47. Ward-4 B Area Kalaboard Mali

48. B Area KalaBoard Malir

49. B Area Kataboard Malit

50. B Area KalaBoard Malir

51. B Area Kalaboard Mali

52. B Area Kalaboard Mali

53. B Area Malir

54. B Area Kala Board Malir

Executive Director (Operation-I) Contractor Karachi Korangi [152 ] Sindh Solid Waste Management Board

UNION COMMITTEE-2, MODEL COLONY 0F SUB-DIVISION MODEL COLONY, KORANGI, KARACHI

S No. General Name of Area Member 1. Sheet No.4-Model Colony

2. Sheet No. 4-Model Colony

3. Liaquat Avenue Model Colony

4. Liaquat Avenue Model Colony

5. Model Colony Sheet 27

6. Model Colony Sheet 27

7. Model Colony Sheet 27 UC-2 8. Model Colony Model Colony Sheet 27 Ward-1 9. Model Colony Sheet 27

10. Model Colony Sheet 27

11. Sheet 19 Jafara Bagh Colony Malir

12. Sheet 23,24 Model Jafarabad Colony Malir

13. Model Colony Karachi Sheet No. 23

14. Model Colony Karachi Sheet No. 23

15. Model Colony Karachi Sheet No. 24

16. Model Colony Karachi Sheet No. 27

17. Model Colony Karachi Sheet No. 27

18. Model Colony, Kazimabad Malir 19. UC-2 Model Gulshan-e-Jami Colony Kazimabad, Malir Model Colony 20. Model Jafar Bagh Colony Kazimabad Malir Ward-2 21. Model Jafar Bagh Colony Kazimabad Malir 22. Model Jinnah Garden Sheet 17/18

23. Sheet 16 Model Jafar Bagh Colony Malir

24. Sheet 18 Model 17 Jafar Bagh Colony Malir

25. UC-2 Nashtarabad Sheet 11-21 Model Colony

Executive Director (Operation-I) Contractor Karachi Korangi [153 ] Sindh Solid Waste Management Board

26. Model Colony Sheet 21/23 Faizabad Model Colony Ward-3 27. Ashabi Town Model Colony Sheet 11

29. Model Colony Karachi Gulshan-e-Jami, Malir

30. Model Colony, Ali Town

31. Model Colony Surti Society, Gulshan-e-Jami, Malir

32. Sheet 20, Model Jafar Bagh Colony, Malir

33. Sheet 23, 24 Model Jafarabad Colony,Malir

34. Sheet 19, Model Jafar Bagh Colony, Malir

35. Model Colony Sweet Home Sheet 26

36. Model Colony Sweet Home Sheet 26

37. Model Colony Sweet Home Sheet 26

38. Model Colony Sweet Home Sheet 13

39. Model Colony Sweet Home Sheet 26

40. UC-2 Model Colony Sweet Home Sheet 15 41. Model Colony Model Colony Sweet Home Sheet 13 42. Ward-4 Model Colony Sweet Home Sheet 21

43. Model Colony Sweet Home Sheet 22 44. Model Colony Sweet Home Sheet 22 45. Model Colony Jannat-Al Barkat Sheet 12

46. Model Colony Jannat-Al Barkat Sheet 12/21 47. Model Colony Sheet No. 11 or 22 48. Jannat-ul-Barkat Model Colony Sheet 21 49. Model Colony Sheet 11/21/23 Malir

Executive Director (Operation-I) Contractor Karachi Korangi [154 ] Sindh Solid Waste Management Board

UNION COMMITTEE-3, INDUS MEHRAN 0F SUB-DIVISION MODEL COLONY, KORANGI, KARACHI

S General Member Name of Area No. 1. Nazir Town Malir Extension Colony 2. Nazir Town Malir Extension Colony 3. Nazir Town Malir Extension Colony 4. Nazir Town Malir Extension Colony 5. Nazir Town Malir Extension Colony 6. - Muslim Town Malir Extension Colony 7. Asghar Town Muslim Town Malir Extension Colony 8. Pak Mehran Town Malir Khokhrapar 9. Geelanabad Malir Extension Colony 10. Geelanabad Malir Extension Colony 11. Geelanabad Malir Extension Colony 12. Geelanabad Malir Extension Colony 13. Pak kausar Town Malir Extension Colony 14. Pak kausar Town Malir Extension Colony 15. UC-3 Pak kausar Town Malir Extension Colony Indus Mehran 16. Ward-1 Pak kausar Town Malir Extension Colony 17. Pak kausar Town Malir Extension Colony 18. Pak kausar Town Malir Extension Colony 19. Pak kausar Town Malir Colony 20. Pak kausar Town Malir Colony 21. Pak kausar Town Malir Colony 22. Pak kausar Town Malir Colony 24. Pak kausar Town Malir Colony 25. Pak kausar Town Malir Colony 26. Kausar Town Malir Extension Colony 27. Kausar Town Malir Extension Colony 28. Kausar Town Malir Extension Colony 30. Kausar Town Malir Extension Colony 31. Kausar Town Malir Extension Colony 32. Kausar Town Malir Extension Colony 33. UC-3 Indus Mehran Malir Colony Saudabad 34. Indus Mehran Indus Mehran Malir Colony Saudabad 35. Ward-2 Indus Mehran Malir Colony Saudabad

Executive Director (Operation-I) Contractor Karachi Korangi [155 ] Sindh Solid Waste Management Board

36. Indus Mehran Malir Colony Saudabad 37. Indus Mehran Malir Colony Saudabad 38. Indus Mehran Malir Colony Saudabad 39. Indus Mehran Malir Colony Saudabad 40. Indus Mehran Malir Colony Saudabad 41. Indus Mehran Malir Colony Saudabad 42. S 1 Sudabad 43. S 1 Area Sudabad 44. S 1 Area Sudabad 45. S 1 Area Sudabad 46. S 1 Sudabad 47. S 1 Sudabad 48. S 1 Sudabad 49. UC-3 S 1 Sudabad 50. Indus Mehran S 1 Sudabad 51. Ward-3 S 1 Sudabad 52. S 2 Area Saudabad 53. S2 Area Saudabad 54. S2 Area Saudabad 55. S 2 Area Saudabad 56. S 2 Area Saudabad 57. S 2 Area Saudabad 58. S 2 Area Saudabad 59. S 2 Area Saudabad 60. S 2 Area Saudabad 61. S 2 Area Saudabad 62. S 2 Area Saudabad 63. S 2 Area Saudabad 64. C Area Malir Colony 65. UC-3 C Area Malir Colony Indus Mehran 66. Ward-4 C Area Malir Colony 67. C Area Malir Colony 68. C Area Malir Colony 69. D 3 Area Malir Colony 70. D 3 Area Malir Colony 71. D3 Area Malir Colony 72. H Area Malir Colony

Executive Director (Operation-I) Contractor Karachi Korangi [156 ] Sindh Solid Waste Management Board

73. H Area Malir Colony 74. H Area Malir Colony 75. D 2 Area Malir Colony

Executive Director (Operation-I) Contractor Karachi Korangi [157 ] Sindh Solid Waste Management Board

UNION COMMITTEE-4 KHOKHRA-PAR OF SUB DIVISION MODEL COLONY DISTRICT KORANGI, KARACHI.

S General Name of Area No. Member 1. H Area D 4 Saudabad 2. H Area D 4 Saudabad 3. UC-4 H Area D 4 Saudabad 4. Khokhrapar H Area D 4 Saudabad 5. Ward-1 H Area D 4 Saudabad 6. S 3 Area Saudabad 7. S 3 Area Saudabad 8. Lal Quarter H Area Khokhrapar Malir 9. Lal Quarter H Area Khokhrapar Malir 10. Lal Quarter H Area Khokhrapar Malir 11. Lal Quarter H Area Khokhrapar Malir 12. Sabir Colony Khokhrapar Malir 13. Sabir Colony Khokhrapar Malir 14. Sabir Colony Khokhrapar Malir 15. UC-4 Sabir Colony Khokhrapar Malir 16. Khokhrapar Sabir Colony Khokhrapar Malir 17. Ward-2 Muzaffarabad Malir Khokhrapar Malir 18. Muzaffarabad Malir Khokhrapar Malir 19. Muzaffarabad Malir Khokhrapar Malir 20. H Area Khokhrapar Malir 21. H Area Khokhrapar Malir 22. H Area Khokhrapar Malir 23. H Area Khokhrapar Malir 24. H Area Khokhrapar Malir 25. F1 or F2 Area Khokhrapar Malir 26. F 1 Area Khokhrapar Malir

27. F 1 Area Khokhrapar Malir 28. UC-4 F 1 Area Khokhrapar Malir 29. Khokhrapar F 1 Area Khokhrapar Malir Ward-3 30. F 1 Area Khokharapar Malir

31. F 1 Area Khokharapar Malir 32. F 1 Area Khokharapar Malir 33. F 1 Area Khokhrapar Malir

Executive Director (Operation-I) Contractor Karachi Korangi [158 ] Sindh Solid Waste Management Board

34. F 1 Area Khokharapar Malir 35. F 1 Area Khokhrapar Malir

36. D Area Khokhrapar, Malir 37. G Area, Khokhrapar, Malir 38. G Area, Khokhrapar, Malir

39. G Area, Khokhrapar, Malir

40. UC-4 G Area, Khokhrapar, Malir 41. Khokhrapar . E-2, Arera, Khokhrapar Malir 42. Ward-3 G Area Mandra Goth, Khokhrapar, Malir 43. G Area Khokhrapar, Malir 44. E Area Bilawal Colony, Khokhrapar, Malir 45. G Area Khokhrapar, Malir 46. G Area Khokhrapar, Malir 47. G Area Khokhrapar, Malir 48. G Area Khokhrapar, Malir 49. G Area Khokhrapar, Malir 50. D 1 Area Khokhrapar Malir 51. D 1 Area Khokhrapar Malir 52. D 1 Area Khokhrapar Malir 53. D 1 Area Khokhrapar Malir 54. D 1 Area Khokhrapar Malir 55. Muslimabad D 1 area Khokhrapar Malir 56. Muslimabad D 1 area Khokhrapar Malir 57. D Area Khokhrapar Malir UC-4 58. D Area Khokhrapar Malir Ward-4 59. D Area Khokhrapar Malir 60. D Area Khokhrapar Malir 61. D Area Khokhrapar Malir 62. D Area Khokhrapar Malir 63. D Area Khokhrapar Malir 64. D Area Khokhrapar Malir 65. D Area, Muslimabad Khokhrapar Malir 66. D Area, Muslimabad Khokhrapar Malir

Executive Director (Operation-I) Contractor Karachi Korangi [159 ] Sindh Solid Waste Management Board

UNION COMMITTEE-5, MALIR COLONY 0F SUB-DIVISION MODEL COLONY, KORANGI, KARACHI

S No. General Name of Area Member 1. C Area Malir Colony 2. C Area Malir Colony 3. C Area Malir Colony 4. C Area Malir Colony 5. C Area Malir Colony 6. C Area Malir Colony 7. UC-5 G Area Malir Colony 8. Malir Colony G Area Malir Colony 9. Ward-1 G Area Malir Colony 10. G Area Malir Colony 11. G Area Malir Colony 12. G Area Malir Colony 13. G Area Malir Colony 14. G Area Malir Colony 15. G Area Malir Colony 16. H Area Malir Colony 17. H Area Malir Colony 18. H Area Malir Colony 19. H Area Malir Colony 20. H Area Malir Colony 21. H Area Malir Colony 22. H Area Malir Colony UC-5 23. H Area Malir Colony Ward-2 24. H Area Malir Colony 25. H Area Malir Colony 26. H Area Malir Colony 27. H Area Malir Colony 28. H Area Malir Colony 29. H Area Malir Colony 30. H Area Malir Colony 31. UC-5 H Area Khokhrapar Malir Ward-3 32. H Area Khokhrapar Malir

33. 8-B Area, Soudia Colony, Malir Tousi

Executive Director (Operation-I) Contractor Karachi Korangi [160 ] Sindh Solid Waste Management Board

34. 8-B Area, Soudia Colony, Malir Tousi

35. 8-B Area, Soudia Colony. Malir Tousi

36. MC Madina Colony, Malir Tousi. 37. MC Madina Colony, Malir Tousi.

38. MC Madina Colony, Malir Tousi. 39. Sec. 9 A, Soudia Colony. Malir Tousi

40. Sec. 9 A, Soudia Colony. Malir Tousi.

41. Sec. 9 A, Soudia Colony.. Malir Tousi. 42. Sec. 9 A, Soudia Colony. Malir Tousi.

43. Sec. 8 A, Soudia Colony. Malir Tousi. 44. Sec. 8 A, Soudia Colony.. Malir Tousi. 45. Sec. 8 B. Soudia Colony. Malir Tousi.

46. UC-5 M E Madina Colony, Malir Tousi 47. Ward-3 M E Madina Colony. Malir Tousi. 48. M E Madina Colony, Malir Tousi. 49. M E Madina Colony, Malir Tousi. 50. M E Madina Colony, Malir Tousi 51. M E Madina Colony, Malir Tousi. 52. M E Madina Colony. Malir Tousi 53. M Muhammadi Colony. Malir Tousi. 54. M Muhammadi Colony, Malir Tousi 55. M Muhammadi Colony, Mali Tousi. 56. M Muhammadi Colony, Malir Tousi 57. M Muhammadi Colony, Malir Tousi 58. M Muhammadi Colony, Bismillah Colony, 59. Muhammadi Colony, Malir Tousi 60. Muhammadi Colony, Malir Tousi. 61. Muhammadi Colony. Malir Tousi. 62. Muhammadi Colony, Malir Tousi 63. F South Malir Colony

64. F South Malir Colony 65. UC-5 F South Malir Colony Ward-4 66. F South Malir Colony 67. F South Malir Colony

68. F South Muhammadi Colony Malir 69. F South Malir Colony

70. F South Muhammadi Colony Malir

Executive Director (Operation-I) Contractor Karachi Korangi [161 ] Sindh Solid Waste Management Board

71. F South Muhammadi Colony Malir

72. F South Malir Colony 73. F South No. 2 Malir Colony

74. F South Malir Colony 75. Jinnah Colony F South Malir Colony

76. Sajan Goth Malir Colony 77. Allemabad B, Malir Apartment

78. Aleemabad B Malir Colony 79. Aleemabad B Malir Colony

80. Aleemabad B Malir Colony UC-5 81. Aleemabad C Malir Colony Ward-4 82. Aleemabad C Malir Colony

83. Aleemabad C Malir Colony 84. F South Jinnah Square Malir 85. F South Jinnah Square Malir 86. F South Jinnah Square Malir 87. F South Jinnah Square Malir 88. F South Jinnah Square Malir 89. F South Jinnah Square Malir 90. Jinnah Colony Jinnah Square Malir 91. Jinnah Colony Jinnah Square Malir 92. Jinnah Colony Jinnah Square Malir 93. Jinnah Colony Jinnah Square Malir 94. Jinnah Colony Jinnah Square Malir 95. F South Jinnah Square Malir

Executive Director (Operation-I) Contractor Karachi Korangi [162 ] Sindh Solid Waste Management Board

UNION COMMITTEE-6, KALA BOARD 0F SUB-DIVISION MODEL COLONY, KORANGI, KARACHI

S General Name of Area No. Member 1. C Area Malir Colony 2. C Area Malir Colony 3. C Area Malir Colony 4. C Area Malir Colony 5. C Area Malir Colony 6. UC-6 C Area Malir Colony Kala Board 7. Ward-1 C Area Malir Colony 8. C Area Malir Colony 9. C Area Malir Colony 10 C Area Malir Colony 11. C Area Malir Colony 12. C Area Malir Colony 13. C Area Khawaja Chowk Malir Colony 14. C Area Khawaja Chowk Malir Colony 15. C Area Khawaja Chowk Malir Colony 16. C Area Khawaja Chowk Malir Colony 17. C Area Khawaja Chowk Malir Colony 18. Shed No 2 Malir Colony 19. UC-6 Shed No 2 Malir Colony 20 Ward-2 Shed No 2 Malir Colon 21. Shed No 2 Malir Colony 22. Shed No 2 Malir Colony 23. Shed No 2 Malir Colony 24. Shed No 2 Malir Colony 25. Shadman Town, Malir Colony. 26. Shadman Town, Malir Colony.

Executive Director (Operation-I) Contractor Karachi Korangi [163 ] Sindh Solid Waste Management Board

UNION COMMITTEE-6, KALA BOARD 0F SUB-DIVISION MODEL COLONY, KORANGI, KARACHI

S General Name of Area No. Member 27. Shadman Town, Malir Colony. 28. Shadman Town, Malir Colony. UC-6 29. Shadman Town, Malir Colony. Ward-2 30. Shadman Town, Malir Colony. 31. Shadman Town, Malir Colony. 32. A-1 Area Malir City Malir Town 33. A-1 Area Malir City Malir Town 34. A-1 Area Malir City Malir Town 35. A-1 Area Malir City Malir Town 36. A-1 Area Malir City Malir Town 37. A-1 Area Malir City Malir Town UC-6 38. Christian Colony Malir Town Ward-3 39. Christian Colony Malir Town 40. Christian Colony Malir Town 41. Millat Garden Malir Town 42. Millat Garden Malir Town 43. Abdia centre Millat Garden Malir Town 44. Millat Garden Malir Town 45. A area Malir Kalaboard Malir Town 46. A area Malir Kalaboard Malir Town 47. A area Malir Kalaboard Malir Town 48. A area Malir Kalaboard Malir Town 49. A area Malir Kalaboard Malir Town 50. UC-6 A area Malir Kalaboard Malir Town 51 Ward-4 A Area Al Quraish Malir Kalaboard 52. A Area Al Quraish Malir KalaboardMalir Town 53. A Area Al Quraish Malir Kalaboard 54. A Area Al Quraish Malir KalaboardMalir Town 55. A Area Muhammadi Dera Malir City 56. A 2 Area Malir City Malir Town

Executive Director (Operation-I) Contractor Karachi Korangi [164 ] Sindh Solid Waste Management Board

UNION COMMITTEE-7, SHAH FAISAL NO.05 0F SUB-DIVISION SHAH FAISAL, KORANGI, KARACHI

S General Name of Area No. Member 1. Roshnabad A Area, Shah 2. Roshnabad A Area, 3. Shah Faisal Colony No. 5 4. Shah Faisal Colony No. 5 5. Shah Faisal Colony No. 5 6. Shah Faisal Colony No. 5 7. Shah Faisal Colony No. 5, Ward-1 8. Shah Faisal Colony No. 5 9. D Commercial Area, Shah Faisal Colony No. 5 10. Shah Faisal Colony No 5 11. Quereshi Mouhala, Shah Faisal Colony No.5 12. Ghousia Colony, Shah Faisal Colony No.5 13. Ghousia Colony. E Area, Shah Faisal Colony No 5 14. Shah Faisal Colony No.5 15. Roshanabad B Area, Shah Faisal Colony No.5 16. Shah Faisal Colony No.5 17. Shah Faisal Colony No.5 18. Shah Faisal Colony No.5 19. Shah Faisal Colony No.5 20. Shah Faisal Colony No.5 Ward-2 21. Roshanabad C Area, Shah Faisal Colony No.5 22. Roshanabad C Area, Shah Faisal Colony No.5 23. Roshanabad C Area, Shah Faisal Colony No.5 24. Roshanabad C Area, Shah Faisal Colony No.5 25. Roshanabad C Area, Shah Faisal Colony. No.5 26. Burnee Colony, Shah Faisal Colony No. 27. Burnee Colony, Shah Faisal Colony No. 28. Burnee Colony, Shah Faisal Colony No. 29. Gulnar Basti, Shah Faisal Colony 30. Ward-3 Gulnar Basti, Shah Faisal Colony 30. Mala Shor Colony 31. Naheed Colony, Shah Faisal Colony 32. Rita Plot No.1, Shah Faisal Colony

Executive Director (Operation-I) Contractor Karachi Korangi [165 ] Sindh Solid Waste Management Board

33. Rita Plot No.1, Shah Faisal Colony 34. Shah Faisal Colony No. 5 35. Shah Faisal Colony No. 5 36. Ward-4 Shah Faisal Colony No. 5 37. Shah Faisal Colony No. 5 38. Shah Faisal Colony No. 5

Executive Director (Operation-I) Contractor Karachi Korangi [166 ] Sindh Solid Waste Management Board

UNION COMMITTEE-8, 0F SUB-DIVISION SHAH FAISAL, KORANGI, KARACHI

S General Name of Area No. Member 1. Al-Haider Sciety, Massan Ghaat, Shah Faisal Colony 2. Masan Ghat, Rehmanabad, "H" Area, 3. Shah Faisal Colony 4. New Rehmanabad, Al-HaiderSociety, Shah Faisal Colony 5. DEF Area, Natha Khan, Shah FaisalColony 6. Azeemabad No.2, New Iqbalabad. ShahFaisal Colony 7. Hindo Para, Azeemabad No.2, Yano 8. Iqbalabad, Shah Faisal Colony 9. Ward-1 Azeemabad No 2. New Iqbalabad, ShahFaisal Colony 10. Azeemabad No.1 New Iqbalabad, ShahFaisal Colony 11. New Iqbalabad, Shah Faisal Colony 12. New Iqbalabad, Shah Faisal Colony 13. New Iqbalabad, Shah Faisal Colony 14. New Iqbalabad, Shah Faisal Colony 15. New Iqbalabad, Shah Faisal Colony 16. New Iqbalabad, Shah Faisal Colony 17. Railway Colony, New Iqbalabad, ShahFaisal Colony 18. Kohati Mohala, Natha Khan Goth 19. Kohati Mohala, Natha Khan Goth

20. Mardan Chowk, Natha Khan Goth

21. Al-Haider Chowk, Natha Khan Goth 22. CD Area, Natha Khan, Shah Faisal Colony 23. Tarbela Bazar Area, Natha Khan, Shah Faisal Colony

24. Ward-2 Area, Natha Khan, Shah Faisal Colony 25. Tarbela Bazar Area, Natha Khan, Shah Faisal Colony 26. Tarbela Bazar Area, Natha Khan, Shah Faisal Colony

27. ABC Area, Natha Khan, Shah Faisal Colony

28. ABC Area, Natha Khan, Shah Faisal Colony 29. BE Area, Natha Khan, Shah Faisal Colony 30. D Area, Natha Khan, Shah Faisal Colony

31. AC Area, Natha Khan, Shah Faisal Colony

32. AC Area, Natha Khan, Shah Faisal Colony 33. ABF Area, Natha Khan, Shah Faisal Colony

Executive Director (Operation-I) Contractor Karachi Korangi [167 ] Sindh Solid Waste Management Board

34. ABF Area, Natha Khan, Shah Faisal Colony 35. Hazara Chowk Pak Sadaat Colony, Shah Faisal Colony 36. H- Area, Pak Sadaat Colony, Shah Faisal Colony 37. H- Area, Pak Sadaat Colony, Shah Faisal Colony 38 Pak Sadaat Colony, Shah Faisal Colony 39. Pak Sadaat Colony, Shah Faisal Colony 40. Natha Khan Goth, DEF Area Ward-3 41. Natha khan Goth, B&E Area 42. Natha Khan Goth, B&E Area 43. Natha Khan Goth, B&E Area 44. Hazara Chowk, Natha Khan Goth, F&E Area 45. Area Rehmania Masjid, Natha Khan Goth 46. Mardan Chowk, Natha Khan Goth 47. Pak Sadat Colony, Shah Faisal Colony 48. Pak Sadat Colony, Shah Faisal Colony 49. Millat Colony, Pak Sadat Colony, Shah Faisal Colony 50. Millat Colony, Pak Sadat Colony, Shah Faisal Colony Ward-4 51. Millat Colony. Pak Sadat Colony, Shah Faisal Colony 52. Millat Colony, Pak Sadat Colony, Shah Faisal Colony 53. Tandoor Colony, Pak Sadat Colony, Shah Faisal Colony

Executive Director (Operation-I) Contractor Karachi Korangi [168 ] Sindh Solid Waste Management Board

UNION COMMITTEE-9, DRIGH COLONY 0F SUB-DIVISION SHAH FAISAL, KORANGI, KARACHI

S General Name of Area No. Member KMC Office Road Naz, Alfalah Shah Faisal Colony No. 1. 1 2. Alfalah Shah Faisal Colony No. 1 3. Alfalah Shah Faisal Colony No. 1 4. Alfalah Shah Faisal Colony No. 1 5. Shama Shopping Center, Alfalah Shah 6. Ward-1 Faisal Colony No. 1 7. Taj Center, Shah Faisal Colony No. 1 8. Big Plot, Shah Faisal Colony 9. Apwa Quarter, Shah Faisal Colony 10. Shah Faisal Colony No. 1 11. Shah Faisal Colony No. 1 12. Shah Faisal Colony No. 1 Haider Society, Railway Colony, Natha Khan Goth, Shah 13. Faisal Colony 14. D.G Area, Natha Khan Goth, Shah Faisal Colony 15. Gulshan Khayam, Natha Khan Goth, Shah Faisal Colony 16. AG Area, Natha Khan Goth, Shah Faisal Colony 17. Ward-2 H Area, Natha Khan Goth, Shah Faisal Colony 18. HF Area, Natha Khan Goth, Shah Faisal Colony 19. Malona Bazar, Natha Khan Goth, Shah Faisal Colony 20. H Area, Natha Khan Goth, Shah Faisal Colony 21. Tarbela Bazar Area, Natha Khan, Shah Faisal Colony 22. Shah Faisal Colony No.4 23. Shah Faisal Colony No 1 24. Furniture Market, Shah Faisal Colony No. 1 25. Shah Faisal Colony No 1 26. Shah Faisal Colony No. 1 27. Resham Gali, Shah Faisal Colony No. 1 28. Ward-3 Madina Masjid, Shah Faisal Colony No. 1 29. Madina Masjid, Shah Faisal Colony No. 1 30 Shah Faisal Colony No. 1 31. Shah Faisal Colony No.4 32. Shah Faisal Colony No.4 33. Shah Faisal Colony No.4

Executive Director (Operation-I) Contractor Karachi Korangi [169 ] Sindh Solid Waste Management Board

34. Shah Faisal Colony No.4 35. Shah Faisal Colony No.4 36. Shah Faisal Colony No.4 37. Comercial Area Shah Faisal Colony No. 4 38. Shah Faisal Colony No. 4 Ward-4 39. Shah Faisal Colony No.4 40. Shah Faisal Colony No.4 41. KDA Road, Shah Faisal Colony No.4 42. KDA Road, Shah Faisal Colony No: 4 43. KESC Road, Shah Faisal Colony No. 4

Executive Director (Operation-I) Contractor Karachi Korangi [170 ] Sindh Solid Waste Management Board

UNION COMMITTEE-10, SHAH FAISAL0F SUB-DIVISION SHAH FAISAL, KORANGI, KARACHI

S General Name of Area No. Member 1. Qadri Mohalla, Shah Faisal Colony No. 2 2. Qadri Mohalla, Shah Faisal Colony No. 2 3. Shah Faisal Colony No.2 4. Noor Center, Big Plot, Shah Faisal Colony No. 2 5. Al-Falah, Shah Faisal Colony No. 2 6. Jamia Masjid Al-Falah, Shah Faisal Colony No.2 Ward 01 7. Saleem Square, Shah Faisal Colony No.2 8. Saleem Square, Shah Faisal Colony No.2 9. Shah Faisal Colony No.2 10. Shah Faisal Colony No.2 11. Shah Faisal Colony No. 2 12. Shah Faisal Colony No. 2 13. Qadri Mohalla, Shah Faisal Colony No.2 14. Qadri Mohalla, Shah Faisal Colony No.2 15. Qadri Mohalla, Shah Faisal Colony No.2 16. Qadri Mohalla, Shah Faisal Colony No 2 17. Imam Bargah, Shah Faisal Colony No.2 18. Ward-02 Shah Faisal Colony No.2 19. Shah Faisal Colony No.2 20. Shah Faisal Colony No.2 21. Shah Faisal Colony No.2 22. Shah Faisal Colony No.2 23. Shah Faisal Colony No 2 24. Rita Plot No.2, Shah Faisal Colony 25. Rita Plot No 2, Shah Faisal Colony 26. Rita Plot No.2, Shah Faisal Colony Ward-03 27. Rita Plot No.2. Shah Faisal Colony 28. Rita Plot No 2, Shah Faisal Colony 29. Rita Plot No 2. Shah Faisal Colony 30. Ward-03 Rita Plot No.2, Shah Faisal Colony

Executive Director (Operation-I) Contractor Karachi Korangi [171 ] Sindh Solid Waste Management Board

31. Rita Plot No.2 Shah Faisal Colony 32. Rita Plot No 2. Shah Faisal Colony 33. Rita Plot No 2, Shah Faisal Colony 34. Rita Plot No 2, Shah Faisal Colony 35. Rita Plot No. 1, MC 1, Shah Faisal Colony 36. Rita Plot No. 1. Shah Faisal Colony 37. Rita Plot No.1, Shah Faisal Colony 38. Rita Plot No.1, Shah Faisal Colony 39. Datta Road, Shah Faisal Colony No. 1 40. Reesham Gall, Al-Khidmat Road, Shah 41. Faisal Colony No. 1 42. Resham Gali, Al-Khidmat Road, Shah 43. Faisal Colony No. 1 44. Shah Faisal Colony No. 1 45. Ghousia Masjid, Shah Faisal Colony No.2 46. Ward-04 Police Thana Road, Shah Faisal Colony No.2 47. Police Thana Road, Shah Faisal Colony No.2 48. Police Thana Road, Shah Faisal Colony No.2 49. Rita Plot No.1, Big Plot, Shah Faisal Colony 50. Rita Plot No. 1, Shah Faisal Colony 51. Rita Plot No.1, Shah Faisal Colony 52. Rita Plot No. 1, Shah Faisal Colony 53. Rita Plot No.1, Shah Faisal Colony

Executive Director (Operation-I) Contractor Karachi Korangi [172 ] Sindh Solid Waste Management Board

UNION COMMITTEE-11, HAJIRABAD 0F SUB-DIVISION SHAH FAISAL, KORANGI, KARACHI

S General Name of Area No. Member 1. Rita Plot No.3, Shah Faisal Colony 2. Rita Plot No.3, Shah Faisal Colony 3. Rita Plot No.3, Shah Faisal Colony 4. UC-11 Rita Plot No.3, Shah Faisal Colony Hajirabad 5. Ward-1 Rita Plot No.3, Shah Faisal Colony 6. Rita Plot No.3, Shah Faisal Colony 7. Rita Plot No.3, Shah Faisal Colony 8. Rita Plot No.3, Shah Faisal Colony 9. Shah Faisal Colony No.3 10. Shah Faisal Colony No 3 UC-11 11. Shah Faisal Colony No.3 Ward-2 12. Rita Plot No.3, Shah Faisal Colony 13. Rita Plot No.3, Shah Faisal Colony 14. Commercial Area, Shah Faisal Colony No.3 15. Commercial Area, Shah Faisal Colony No.3 16. Hajra Abad, Shah Faisal Colony No.3 17. Hajra Abad, Shah Faisal Colony No. 18. Shah Faisal Colony No.3 19. UC-11 Shah Faisal Colony No.3 20. Ward-3 Shah Faisal Colony No.3 21. Shah Faisal Colony No.3 22. Shah Faisal Colony No.3 23. Shah Faisal Colony No.3 24. Shah Faisal Colony No.3 25. Shah Faisal Colony No.3 26. KD Commercial, Shah Faisal Colony No.3 27. Commercial Area No.3, Shah Faisal Colony UC-11 Big Plot, Shah Faisal Colony No.3 28. Ward-4 29. Big Plot, Shah Faisal Colony No.3 30. Commercial Area, Shah Faisal Colony No.3

Executive Director (Operation-I) Contractor Karachi Korangi [173 ] Sindh Solid Waste Management Board

31. Alfalah, Shah Faisal Colony No.3 32. Commercial Area, Shah Faisal Colony No.3

Executive Director (Operation-I) Contractor Karachi Korangi [174 ] Sindh Solid Waste Management Board

UNION COMMITTEE-12, GREEN TOWN 0F SUB-DIVISION SHAH FAISAL, KORANGI, KARACHI

S General Name of Area No. Member 1. Azeem Pura, Shah Faisal Colony 2. Azeem Pura, Shah Faisal Colony 3. Azeem Pura, Shah Faisal Colony 4. Azeem Pura, Shah Faisal Colony 5. UC-12 Azeem Pura, Shah Faisal Colony Green Town 6. Azeem Pura, Shah Faisal Colony Ward-1 7. Azeem Pura, Shah Faisal Colony 8. Green Town, Shah Faisal Colony 9. Green Town, Shah Faisal Colony 10. Green Town, Shah Faisal Colony 11. Golden Town, Shah Faisal Colony 12. Golden Town, Shah Faisal Colony 13. Golden Town, Shah Faisal Colony 14. Golden Town, Shah Faisal Colony 15. Golden Town, Shah Faisal Colony 16. UC-12 Golden Town, Shah Faisal Colony Ward-2 17. Golden Town, Shah Faisal Colony 18. Golden Town, Shah Faisal Colony 19. Golden Town, Shah Faisal Colony 20. Golden Town, Shah Faisal Colony 21. Golden Town, Shah Faisal Colony 22. Asifabad, Green Town, Shah Faisal Colony 23. Green Town, Shah Faisal Colony

24. UC-12 Green Town, Shah Faisal Colony 25. Ward-3 Green Town, Shah Faisal Colony 26. Green Town, Shah Faisal Colony 27. Green Town, Shah Faisal Colony 28. Green Town, Shah Faisal Colony 29. UC-12 Green Town, Shah Faisal Colony Ward-4 30. Green Town, Shah Faisal Colony

Executive Director (Operation-I) Contractor Karachi Korangi [175 ] Sindh Solid Waste Management Board

31. Green Town, Shah Faisal Colony 32. Green Town, Shah Faisal Colony 33. Green Town, Shah Faisal Colony 34. Green Town, Shah Faisal Colony

Executive Director (Operation-I) Contractor Karachi Korangi [176 ] Sindh Solid Waste Management Board

UNION COMMITTEE-13, RAFA-E-AAM 0F SUB-DIVISION SHAH FAISAL, KORANGI, KARACHI

S General Name of Area No. Member AL-Badar Society, Shah Faisal Colony 1. UC-13 2. Rafa-e-Aam Society, Shah Faisal Colony 3. Ward-1 Salman Farsi, Shah Faisal Colony 4. AL-Hamad Society, Shah Faisal Colony 5. Shamsi Society, Shah Faisal Colony 6. Shamsi Society, Shah Faisal Colony 7. Shamsi Society, Shah Faisal Colony 8. AL-Badar Society, Shah Faisal Colony 9. Bilal Town Block 1 Shah Faisal Colony 10. Bilal Town Block 2, Shah Faisal Colony 11. UC-13 Al-Falah (E), Shah Faisal Colony 12. Ward-2 Al-Falah C, E, Shah Faisal Colony 13. Hasan Mujtaba Town, Shah Faisal Colony 14. Hasan Mujtaba Town, Shah Faisal Colony 15. Al-Falah Block F, Shah Faisal Colony 16. Salman Farsi, Shah Faisal Colony 17. Saleem Housing. Salman Farsi, Shah Faisal Colony 18. AL-Badar Society, Shah Faisal Colony 19. Kehkashan Society, Shah Faisal Colony 20. Al-Faisal Town, Rafah e Aam Society, Shah Faisal Colony 21. Block A,B,C,D,E, Rafah e Aam Society, Shah Faisal Colony 22. Block C, Rafah e Aam Society, Shah Faisal Colony 23. UC-13 Block A, Rafah e Aam Society, Shah Faisal Colony Ward-3 24. Block E, Rafah e Aam Society, Shah Faisal Colony 25. Block A, Rafah e Aam C, Shah Faisal Colony 26. Block A,F.H.K, Rafah e Aam Society, Shah Faisal Colony 27. Haider Town, Shah Faisal Colony UC-13 28. Ward-4 Jinnah View Flat, Shah Faisal Colony 29. Jinnah View Banglows, Shah Faisal Colony

Executive Director (Operation-I) Contractor Karachi Korangi [177 ] Sindh Solid Waste Management Board

30. Riaz Al-Zahra Society, Shah Faisal Colony

31. Riaz Al-Zahra Society, Shah Faisal Colony 32. UC-13 Block H, K, Rafah e Aam Society, Shah Faisal Colony Ward-4 33. , Shah Faisal Colony 34. Punjab Town, Shah Faisal Colony 35. Punjab Town, Shah Faisal Colony

Executive Director (Operation-I) Contractor Karachi Korangi [178 ] Sindh Solid Waste Management Board

UNION COMMITTEE-14, JAMIA MILIA 0F SUB-DIVISION LANDHI, KORANGI, KARACHI

S General Name of Area No. Member 1. Nagman Goth, Shah Faisal Colony 2. Gulshan Ahmed, Shah Faisal Colony 3. Al-Mansoor Garden/ , Shah Faisal Colony 4. Rafi Banglows, Shah Faisal Colony 5. Rafi Banglows, Shah Faisal Colony 6. Rafi Banglows, Shah Faisal Colony 7. Rafi Banglows, Shah Faisal Colony 8. Rafi Banglows, Shah Faisal Colony 9. Jumma Goth/GMD Society, Shah Faisal Colony 10. Mashallah Appartments/ Rafi Garden, Shah Faisal Colony 11. Gulshan e Munir-Gulshan e Akbar, Shah Faisal Colony 12. Muhammad Ali Shaheed Society. Shah Faisal Colony 13. UC-14 Muhammad Ali Shaheed Society, Shah Faisal Colony Jamia Milia Muhammad Ali Shaheed Society. Shah Faisal Colony 14. Ward-1 15. Bagh Ibrahim Shah Faisal Colony 16. Mustafahabad, Shah Faisal Colony 17. Aswan Town Shah Faisal Colony 18. Bagh Ibrahim, Shah Faisal Colony 19. Bagh Ibrahim Block B. Shah Faisal Colony 20. Gulshan e Rafi, Shah Faisal Colony 21. Al-Falah Block H, Maaz Town, Shah Faisal Colony 22. Anwar Ibrahim Shah Faisal Colony 23. Anwar-E ibrahim Shah Faisal Colony 24. Anwar-E Ibrahim Shah Faisal Colony 25. Anwar E Ibrahim Shah Faisal Colony 26 Anwar Ibrahim Shah Faisal Colony 27. Bostan Rafeeh Shah Faisal Colony 28. Bostan Rafeeh Shah Faisal Colony

Bostan Rafeeh Shah Faisal Colony 29. UC-14 30. Ward-2 Salman Terras Shah Faisal Colony 31. Salman Garden Shah Faisal Colony

32. Jumma Goth, Shah Faisal Colony

33. Gulzar Ibrahim, Shah Faisal Colony

Executive Director (Operation-I) Contractor Karachi Korangi [179 ] Sindh Solid Waste Management Board

34. Gulzar Ibrahim, Shah Faisal Colony 35. Gulshan e Qadri, Shah Faisal Colony

Rafi Pride, Shah Faisal Colony 36. 37. UC-14 Gulshan e Rafi, Shah Faisal Colony 38. Ward-2 Gulshan e Rafi, Shah Faisal Colony 39. Pathan Goth, Shah Faisal Colony 40. Jama Millia, Shah Faisal Colony 41. Jama Milia Campus, Shah Faisai Colony 42. Gul Afshan Society, Block G, Shah Faisal Colony 43. Gul Afshan Society, Block F,G,H, Shah Faisal Colony 44. Gul Afshan Society, Block E, Shah Faisal Colony 45. Gul Afshan Society, Block G,H, Shah Faisal Colony 46. Dehli Sodagiran Shah Faisal Colony 47. Millat Town, Shah Faisal Colony 48. UC-14 Millat Town, Shah Faisal Colony 49. Ward-3 Gulshan e Ghazali Shah Faisal Colony 50. Gulshan e Ghazali, Bagh e Rafi, Shah Faisal Colony 51. Shad Bagh, Shah Faisal Colony 52. Shad Bagh, Shah Faisal Colony 53. Dehli Sodagiran. Shah Faisal Colony 54. Gulistan e Malir, Gulshan Naz, Shah Faisal Colony 55. Gulistan e Malir, Jumma Goth, Shah Faisal Colony 56. Bagh Malir C. Shah Faisal Colony 57. Bagh Mali C, Shah Faisal Colony 58. Siddique Goth. Shah Faisal Colony 59. Siddique Goth, Shah Faisal Colony 60. Bagh Malir Block 2. Shah Faisal Colony 61. Ibrahim Walar 2. Shah Faisal Colony UC-14 Gule Rana Town Shaheed e Milial Town, Shah Faisal 62. Ward-4 Colony 63. Block L, Bagh Malin Shah Faisal Colony 64. Gulshan e Malir, Shah Faisal Colony 65. Hansabad, Shah Faisal Colony 66. Nooruddin Goth, Shah Faisal Colony 67. Noor Housing Society, Shah Faisal Colony 68. Noor Housing Society, Shah Faisal Colony UC-14 69. Ibrahim Phase 1, Shah Faisal Colony Ward-4 70. Anam Homes, Shan Faisal Colony

Executive Director (Operation-I) Contractor Karachi Korangi [180 ] Sindh Solid Waste Management Board

71. Alfalah Housing Society, Block A, Shah Faisal Colony 72. Alfalah Housing Society, Block A, Shah Faisal Colony 73. Alfalah Housing Society, Block B, Shah Faisal Colony 74. Alfalah Housing Society, Block B, Shah Faisal Colony 75. Alfalah Housing Society, Block C, Shah Faisal Colony 76. Alfalah Housing Society, Block D. Shah Faisal Colony 77. Alfalah Housing Society, Block D, Shah Faisal Colony

Executive Director (Operation-I) Contractor Karachi Korangi [181 ] Sindh Solid Waste Management Board

UNION COMMITTEE-15, BHUTTO NAGAR 0F SUB-DIVISION LANDHI, KORANGI, KARACHI

S General Name of Area No. Member 1. Sarfaraz Colony, Area 37/B, Landhi 2. Khizarabad, Area 37/B, Landhi 3. Christian Colony, D-1 Area, Landhi 4. Khizarabad Area 37/B, Landhi 5. Khizarabad Area 37/B, Landhi 6. UC-15 Bhutto Nagar, Landhi 7. Bhutto Nagar Bhutto Nagar, Landhi 8. Ward-1 Sharif Colony, 36G, Landhi 9. Bhutto Nagar, Landhi 10. Khizarabad Area 37/B, Landhi 11. Khizarabad Area 37/B, Landhi 12. Sarfaraz Colony, Area 37/B, Landhi 13. Sarfaraz Colony, Area 37/B, Landhi 14. Area C/1, Landhi No. 1 15. Area C/1, Landhi No. 1 16. Mrea C/1, Landhi No. 1 17. UC-15 Area C/1, Landhi No. 1 18. Bhutto Nagar Arca C/1, Landhi No. 1 19. Ward-2 Area C/1, Landhi No. 1 20. Area C/1, Landhi 1 21. Area C/1, Landhi 22. Area C/1, Landhi 22. Khizarabad Area 37/B, Landhi 23. Khizarabad Area 37/B, Landhi 24. UC-15 Christan Colony, D-1 Area, Landhi 25. Bhutto Nagar Christian Colony, D-1 Area, Landhi 26. Ward-3 Christian Colony, D-1 Area, Landhi 27. Christian Colony, D-1 Area, Landhi 28. Sarfaraz Colony, Area 37/B, Landhi 29. Christian Colony D-1 Area, Landhi 30. UC-15 Christian Colony D-1 Area, Landhi Bhutto Nagar 31. Ward-3 Christian Colony D-1 Area, Landhi 32. Christian Colony D-1 Area, Landhi

Executive Director (Operation-I) Contractor Karachi Korangi [182 ] Sindh Solid Waste Management Board

33. Area 37/B, Landhi 34. Area 37/B, Landhi 35. Area D-1 Landhi 36. Jamnagar/Kachi Abadi, Landhi 37. Area C/1. Landhi 38. Area C/1. Landhi 39. Bahadur Yar Jung Colony, Landhi 40. Bahadur Yar Jung Colony, Landhi 41. Area D-1 Landhi 42. Area D1 Landhi

Executive Director (Operation-I) Contractor Karachi Korangi [183 ] Sindh Solid Waste Management Board

UNION COMMITTEE-16, FAROOQ VILLAS 0F SUB-DIVISION LANDHI, KORANGI, KARACHI

S General Name of Area No. Member 1. Area 37/C, Khwaja Ajmer, Landhi 2. Area 37/C Area N2. Babar Market. Landhi 3. Area 37/C Area, Khwaja Ajmer, B/3, Landhi 4. UC-16 Area B3, Khwaja Ajmer, Landhi 5. Farooq Villas Area 37/C, Khwaja Ajmer, Landhi 6. Ward-1 Area 37/C, Khwaja Ajmer, Landhi 7. Area A/3, Khawaja Ajmer, Landhi 8. Area A/3, Khawaja Ajmer, Landhi 9. Area A/3, Khawaja Ajmer, Landhi 10. Area C/1, Landhi 11. Area C1, Landhi 12. Area C1, Landhi 13. Area C/1, Landhi No. 1 14. Area D/37, Landhi No. 2 15. UC-16 Area C/1, Landhi No. 1 16. Farooq Villas Area D/37, Landhi No. 2 17. Ward-2 Area C/1, Landhi No. 1 18. Area C/1, Landhi No. 1 19. Khurram Abad, Landhi No. 2. 20. Khurramabad, Landhi No. 2. 21. Khurramabad, Landhi No. 2. 22. Khurramabad, Landhi No. 2. 23. Area K/37 Khuwaja Ajmer, Landhi 24. Area 37/C Faroowalar Khuwaja Ajmer, Landhi 25. Area 37/C Farowalar Khuwaja Ajmer, Landhi 26. UC-16 Area 37/C, , Khuwaja Ajmer, Landhi Farooq Villas Area N3, Usmania Colony, Khuwaja Ajmer, Landhi 27. Ward-3 28. Area A/3, Khuwaja Ajmer, Landhi 29. Area 37/C, Khuwaja Ajmer, Landhi 30. Area A/3, Khuwaja Ajmer, Landhi 31. Area B3, Khwaja Ajmer, Landhi 32. Area 37/C/Area Khwaja Ajmer B/3, Landhi 33. Area 37/C/Area Khwaja Ajmer B/3, Landhi

Executive Director (Operation-I) Contractor Karachi Korangi [184 ] Sindh Solid Waste Management Board

34. Area 37/C Khwaja Ajmer, Landhi 35. Area B3, Khwaja Ajmer, Landhi 36. UC-16 Area B3, Khwaja Ajmer, Landhi Farooq Villas Area A/3, Khawaja Ajmer, Landhi 37. Ward-3 38. Area N3, Usmania Colony, Khwaja Ajmer, Landhi 39. Area A/3, Khawaja Ajmer, Landhi 40. Area A/3 B/3 E/3, Khawaja Ajmer, Landhi

Executive Director (Operation-I) Contractor Karachi Korangi [185 ] Sindh Solid Waste Management Board

UNION COMMITTEE-17, BILALABAD 0F SUB-DIVISION LANDHI, KORANGI, KARACHI

S General Name of Area No. Member 1. Area A/5 & B/3, Landhi No. 5 2. Area A/5 & B/3, Landhi No. 5 3. Area AV5 & B/3, Landhi No. 5 4. UC-17 Area A/5 & B/3, Landhi No. 5 5. Bilalabad Area A/5, Landhi No. 5 6. Ward-1 Area A/5, Landhi No. 5 7. Area A/5, Landhi No. 5 8. Area C/5 & E/36, Landhi No. 6 9. Area C/5 & E/36, Landhi No. 6 10. Area B/4, Landhi 11. Area B/4, B/36, Landhi 12. Area D/36 Landhi 13. Area A/5, Landhi No. 5 14. UC-17 Area B/4 B 36, Landhi Bilalabad Area C/5 & E/36, Landhi No. 6 15. Ward-2 16. Area C/5 & E/36, Landhi No. 6 17. Area C/5 & E/36, Landhi No. 6 18. Area C/5, Landhi No. 6 19. Area C/5 Landhi No. 6 20. Area D/5 Landhi No. 6 21. Area D/5 Landhi No. 6 22. Area D/5 Landhi No. 6 23. Area D/5 Landhi No. 6 24. Area D/5 Landhi No. 6 25. UC-17 Area D/5 Landhi No. 6 26. Bilalabad Area D/5 Landhi No. 6 27. Ward-3 Area D/5 Landhi No. 6 28. Area A/5 & B/3, Landhi No. 5 29. Area B/5, Landhi No. 5-1/2 30. Area C/4 & E/36, Landhi 31. Area B/5, Landhi 32. Area B/5, Landhi 33. UC-17 Area D/5, Korangi No. 6

Executive Director (Operation-I) Contractor Karachi Korangi [186 ] Sindh Solid Waste Management Board

34. Bilalabad Area D/5, Korangi No. 6 35. Ward-4 Area E/36, Korangi No. 6 36. Area D/5, Korangi No. 6 37. Area C/5, Korangi No. 6 38. Area C/5, Bilalabad Korangi No. 6 39. Area C/5, Landhi 40. Area C/5, Landhi 41. Area H/5-C, Bilalabad Korangi No. 6 42. Area H/5-C, Bilalabad Korangi No. 6 43. Area H/5-C, Bilalabad Korangi No. 6 44. Area H/5-C, Bilalabad Korangi No. 6 45. Area H5-C, Bilalabad Korangi No. 6

Executive Director (Operation-I) Contractor Karachi Korangi [187 ] Sindh Solid Waste Management Board

UNION COMMITTEE-18, KHAWAJA AJMER COLONY 0F SUB- DIVISION LANDHI, KORANGI, KARACHI

S General Name of Area No. Member 1. Area 37/A Shah Khalid Colony, Landhi 2. Area 37/A Shah Khalid Colony, Landhi 3. Area 37/A Shah Khalid Colony, Landhi 4. UC-18 Area 37/A Shah Khalid Colony, Landhi Khawaja Ajmer 5. Area 2/B, 6. Ward-1 Area 2/B, Landhi 7. Area 2/B, Landhi 8. Area 37/A, Landhi 9. Area 37/A, Landhi 10. Area 2/B, Babar Market, Landhi 11. Area 37/A, Landhi 12. Area 37/A, Landhi 13. UC-18 Area 37/A, Landhi Khawaja Ajmer 14. Area 2/B, Landhi Colony 15. Ward-2 Area 2/B, Landhi 16. Area 2/B, Landhi 17. Area 2/B, Landhi 18. Area 2/B, Landhi 19. Area 2/E, Khwaja Ajmer, Landhi 20. Area 2/E, Khwaja Ajmer, Landhi 21. Area 2/E, Khwaja Ajmer, Landhi 22. Area 2/E, Khwaja Ajmer, Landhi 23. Area 2/E, Khwaja Ajmer, Landhi Area 2/C & 37/A, Landhi 24. UC-18 25. Khawaja Ajmer Area 2/C & 37/A, Landhi 26. Colony Area 2/C & 37/A, Landhi 27. Ward-3 Area 2/C & 37/A, Landhi 28. Area 2/C, Landhi 29. Area 2/C, Landhi 30. Area 2/C, Landhi 31. Area 2/C, Landhi 32. Area 2/C, Landhi

Executive Director (Operation-I) Contractor Karachi Korangi [188 ] Sindh Solid Waste Management Board

33. Area 2C, Landhi 34. Area 2C, Landhi 35. Area 2/C, Landhi 36. Khawaja Ajmer Colony, Landhi 37. Khawaja Ajmer Colony, Landhi 38. Khawaja Ajmer Colony, Landhi 39. UC-18 Khawaja Ajmer Colony, Landhi Khawaja Ajmer 40. Peer Bukhari Colony, Area 37/A, Landhi Colony 41. Ward-4 Peer Bukhari Colony, Area 37/A, Landhi 42. Peer Bukhari Colony, Area 37/A, Landhi 43. Peer Bukhari Colony, Area 37/A, Landhi 44. Peer Bukhari Colony, Area 37/A, Landhi

Executive Director (Operation-I) Contractor Karachi Korangi [189 ] Sindh Solid Waste Management Board

UNION COMMITTEE-19, ZAMANABAD 0F SUB-DIVISION LANDHI, KORANGI, KARACHI

S General Name of Area No. Member 1. Area 36/B, Zamanabad Landhi 2. Area 36/B, Zamanabad Landhi 3. Area 36/8, Zamanabad Landhi 4. UC-19 Area 36/B, Zamanabad Landhi 5. Zamanabad Area 36/B, Zamanabad Landhi 6. Ward-1 Area 36/8, Zamanabad Landhi 7. Area 36/B, Zamanabad Landhi 8. Area 36/B, Zamanabad Landhi 9. Area 36/B, Zamanabad Landhi 10. Area D/36, Zamanabad Landhi 11. Area A/36 D14 Landhi 12. Area 36/D, Zamanabad A/4 Landhi 13. Area 36/D, Zamanabad A/4 Landhi 14. Area 36/B, Zamanabad Landhi 15. Area 36/B. Zamanabad Landhi UC-19 16. Area 36/B, Zamanabad Landhi Ward-2 17. Area 36/B, Zamanabad Landhi 18. Area 36/B Zamanabad A/4 Landhi 19. Area 36/D Zamanabad A/4 Landhi 20. Area 36/D Zamanabad A/4 Landhi 21. Area 36/D Zamanabad A/4 Landhi 22. Area 36/D Zamanabad A/4 Landhi 23. Area 36/B Landhi 24. Area 36/B Landhi 25. Area 36/B Landhi 26. Area 36/B Landhi UC-19 27. Area 36/B Landhi Ward-3 28. Zamanabad Landhi 29. Zamanabad Landhi 30. Area 36/B Landhi 31. Area 36/D Zamanabad Landhi 32. UC-19 Area 36/B. Zamanabad 4/A Landhi 33. Ward-3 Area 36/8, Zamanabad 4/A Landhi

Executive Director (Operation-I) Contractor Karachi Korangi [190 ] Sindh Solid Waste Management Board

34. Area 36B. Zamanabad 4/A Landhi 35. Area 36B. Zamanabad 4/A Landhi 36. Area 36B. Zamanabad 4/A Landhi 37. Area 36B. Zamanabad 4/A Landhi 38. Area 36B. Zamanabad 41A Landhi 39. Area 36B. Zamanabad 4/A Landhi 40. Area 36B. Zamanabad 4/A Landhi

Executive Director (Operation-I) Contractor Karachi Korangi [191 ] Sindh Solid Waste Management Board

UNION COMMITTEE-20, SHERABAD 0F SUB-DIVISION LANDHI, KORANGI, KARACHI

S General Name of Area No. Member 1. Area 4/B, Landhi No. 5 2. Area 4/B, Zamanabad Landhi No. 5 3. Area 4/B, Zamanabad Landhi No. 5 4. UC-20 Area 4/B, Zamanabad Landhi No. 5 Sherabad Area 4/B, Zamanabad Landhi No. 5 5. Ward-1 6. Area 36/C, Landhi 7. Area 4/C, Landhi 8. Area 4/C, Landhi 9. Area 36/C, Landhi 10. Area 4/C, Landhi 11. UC-20 Area 4/C, Landhi 12. Ward-2 Area 4/C, Landhi 13. Area 4/C, Landhi 14. Area 4/C, Landhi 15. Area 4D, Landhi 16. Area 4D, Landhi 17. Area 4D, Landhi 18. Area 4D, Landhi UC-20 19. Area 4D, Landhi Ward-3 20 Area 4D, Landhi 21. Area 4D, Landhi 22. Area 4D, Landhi 23. Area 4D, Landhi 24. Area 4/C, Landhi 25. Area 4/C, Landhi 26. Area 36/C, Sheraabad Landhi 27. Area 36/C, Sheraabad Landhi 28. UC-20 Area 4/C, Landhi 29. Ward-4 Area 4/C, Landhi 30 Area 4/C, Landhi 31. Area 36/C, /Sheraabad Landhi 32. Area 36/C, /Sheraabad Landhi 33. Area 36/C, /Sheraabad Landhi

Executive Director (Operation-I) Contractor Karachi Korangi [192 ] Sindh Solid Waste Management Board

34. Area 36/C, /Sheraabad Landhi 35. Area 36/C, /Sheraabad Landhi 36. Area 36/C, /Sheraabad Landhi 37. Area 36/C, /Sheraabad Landhi 38. Area 36/C, /Sheraabad Landhi

Executive Director (Operation-I) Contractor Karachi Korangi [193 ] Sindh Solid Waste Management Board

UNION COMMITTEE-21, SHARIF COLONY 0F SUB-DIVISION LANDHI, KORANGI, KARACHI

S General Name of Area No. Member 1. Area 36/G Muhammadabad Landhi 2. Area 36/G Muhammadabad Landhi 3. Area 36/G Muhammadabad Landhi 4. Area 36G Muhammadabad Landhi 5. UC-21 Area 36/G Burmi Colony Landhi Sharif Colony Area 36/G Burmi Colony Landhi 6. Ward-1 7. Area 36/G Burmi Colony Landhi 8. Area 36/G Burmi Colony Landhi 9. Area 36/G Sharif Colony Landhi 10 Area 36G Burmi Colony Landhi 11. Area 36/G Sharif Colony Landhi 12. Area 36/6 Sharif Colony Landhi 13. Area 36/G Sharif Colony Landhi 14. Area 36/G Sharif Colony Landhi 15. UC-21 Area 36/G Sharif Colony Landhi 16. Ward-2 Area 36/G Sharif Colony Landhi 17. Area 36/6 Sharif Colony Landhi 18. Area 36/G Sharif Colony Landhi 19. Area 36/G Sharif Colony Landhi 20. Area 36/G Sharif Colony Landhi 21. Area 36/G Sharif Colony Landhi 22. Area 36/G Sharif Colony Landhi 23. Area 36/G Sharif Colony Landhi 24. Area 36/G Sharif Colony Landhi 25. Area 36/G Sharif Colony Landhi 26. UC-21 Area 36/G Sharif Colony Landhi 27. Ward-3 Area 36/G Sharif Colony Landhi 28. Area 36/G Sharif Colony Landhi 29. Area 36/G Sharif Colony Landhi 30. Area 36/G Sharif Colony Landhi 31. Area 36/G Sharif Colony Landhi 32. Area 36/6 Sharif Colony Landhi 33. UC-21 Area 36/G Sharif Colony Landhi

Executive Director (Operation-I) Contractor Karachi Korangi [194 ] Sindh Solid Waste Management Board

34. Ward-4 Area 36/G Sharif Colony Landhi 35. Area 36/G Sharif Colony Landhi 36. Area 36/G Sharif Colony Landhi 37. Area 36/G Sharif Colony Landhi 38 Area 36/G Sharif Colony Landhi 39. Area 36/G Sharif Colony Landhi 40. Area 36/G Sharif Colony Landhi 41. Area 36/G Sharif Colony Landhi 42. Area 36/6 Sharif Colony Landhi 43. Area 36/G Sharif Colony Landhi 44. Area 36/G Sharif Colony Landhi 45. Area 36/G Sharif Colony Landhi 46. Area 36/G Sharif Colony Landhi 47. Area 36/G Sharif Colony Landhi

Executive Director (Operation-I) Contractor Karachi Korangi [195 ] Sindh Solid Waste Management Board

UNION COMMITTEE-22, CIVIC CENTRE 0F SUB-DIVISION LANDHI, KORANGI, KARACHI

S General Name of Area No. Member 1. Area K, Korangi 2. Area K, Korangi 3. Area K, Korangi 4. Area K, Korangi 5. Ilassanabad, Korangi 6. Hassanabad, Korangi 7. Hassanabad, Korangi 8. UC-22 Hassanabad, Korangi 9. Civic Center Hassanabad, Korangi 10 Ward-1 J-1 Area, Korangi 11. J-1 Area, Korangi 12. J-1 Area, Korangi 13. J-1 Area, Korangi 14. J-1 Area, Korangi 15. J-1 Area, Korangi 16. J-1 Area, Korangi 17. J-1 Area, Korangi 18. Area 36/C, Korangi 19. Area 36/C, Korangi 20 Area 36/C, Korangi UC-22 21. Area 36/C, Korangi Ward-2 22. 1-Area, Korangi 23. 1-Area, Korangi 24. Area 36/C, Korangi 25. Sector 35/B, Korangi 26. Sector 35/B, Korangi

27. Sector 35/B, Korangi 28. UC-22 Sector 35/B, Korangi 29. Ward-3 Sector 35/B, Korangi

30. Sector 35/B, Korangi

31. Sector 35/B, Korangi 32. Sector 35/B, Korangi 33. Sector 35/B, Korangi

Executive Director (Operation-I) Contractor Karachi Korangi [196 ] Sindh Solid Waste Management Board

34. Sector 35/B, Korangi 35. I- Area 35/B, Korangi

36. UC-22 I- Area 35/B, Korangi 37. Ward-3 I- Area 35/B, Korangi 38. I- Area 35/B, Korangi 39. 1- Area 35/B, Korangi 40. 1- Area 35/B, Korangi 41. 1- Area 35/B, Korangi 42. Sector 35/B Area "J" Korangi 43. Sector 35/B Area "J" Korangi 44. Sector 35/B Area "J" Korangi UC-22 45. Sector 35/B Area "J" Korangi Ward-4 46. Sector 35/B Area "J" Korangi 47. Sector 35/B Area "J" Korangi 48. Sector 35/B Area "J" Korangi

Executive Director (Operation-I) Contractor Karachi Korangi [197 ] Sindh Solid Waste Management Board

UNION COMMITTEE-23, AWAMY COLONY 0F SUB-DIVISION LANDHI, KORANGI, KARACHI

S General Name of Area No. Member 1. Gulshan e Latif, Landhi 2. Gulshan e Latif, Landhi 3. Bilal Society, Landhi 4. Awami Colony No. 2, Landhi 5. Gulshan e Millat, Landhi 6. Gulshan e Millat, Landhi 7. Gulshan e Millat, Landhi 8. Gulshan e Millat, Landhi 9. Gulshane Millat, Landhi 10. Gulshan e Millat, Landhi 11. Lal Muhammad Goth, Gulshan e Millat, Landhi 12. Sector 10 Block E, Landhi 13. Sector 10 Block E, Landhi 14. UC-23 Sector 10 Block E, Landhi Awami Colony Sector 10 Block F, Landhi 15. Ward-1 16. Sector 10 Block F, Landhi 17. Sector 10 Block C, Landhi 18. Sector 10 Block C, Landhi 19. Sector 10 Block C, Landhi 20. Sector 10 Block C, Landhi 21. Sector 10 Block C, Landhi 22. Sector 10 Block C, Landhi 23. Sector 10 Block C, Landhi 24. Sector 10 Block C, Landhi 25. Sector 10 Block C, Landhi 26. Sector 10 Block C, Landhi 27. Sector 10 Block C, Landhi 28. Sector 10 Block C, Landhi 29. Awami Colony, Landhi

30. UC-23 Awami Colony, Landhi 31. Ward-2 Awami Colony, Landhi

32. Awami Colony, Landhi

33. Awami Colony, Landhi

Executive Director (Operation-I) Contractor Karachi Korangi [198 ] Sindh Solid Waste Management Board

34. Allah Bux Goth/Awami Colony, Landhi 35. Awami Colony No. 2, Landhi

Awami Colony No. 1, Landhi 36. UC-23 37. Ward-2 Awami Colony No. 1, Landhi 38. Awami Colony No. 1, Landhi 39. Awami Colony No. 1, Landhi 40. Awami Colony No. 1, Landhi 41. Sector B/35 Area "K" Korangi 42. Sector B/35 Area "K" Korangi 43. Sector B/35 Area "K" Korangi 44. Sector B/35 Area "K" Korangi 45. UC-23 Sector B/35 Area "K" Korangi 46. Ward-3 Sector B/35 Area "K" Korangi 47. Sector B/35 Area "K" Korangi 48. Sector B/35 Area "K" Korangi 49. Sector B/35 Area "K" Korangi 50 Sector B/35 Area "K" Korangi 51. Sector 34/3, Labour Square, Duble Road Colony, Korangi 52. Sector 34/3, Labour Square, Duble Road Colony, Korangi 53. Sector 34/3, Labour Square, Duble Road Colony, Korangi 54. Sector 34/3, Labour Square, Duble Road Colony, Korangi 55. Sector 34/3, Labour Square, Duble Road Colony, Karangi 56. Sector 34/3, Labour Square, Duble Road Colony, Korangi 57. Sector 35/A Labour Square Korangi UC-23 58. Sector 35/A Labour Square Korangi Ward-4 59. Sector 35/A Labour Square Korangi 60. Sector 35/A Labour Square Korangi 61. Sector 35/A Labour Square Korangi 62. Sector 35/A Labour Square Korangi 63. Awami Colony No. 2, Landhi 64. Awami Colony No. 2, Landhi 65. Awami Colony No. 2, Landhi

Executive Director (Operation-I) Contractor Karachi Korangi [199 ] Sindh Solid Waste Management Board

UNION COMMITTEE-24, ZAMAN TOWN 0F SUB-DIVISION LANDHI, KORANGI, KARACHI

S General Name of Area No. Member 1. Sector 34/2, Women Industrial Home, Korangi 2. Sector 34/2, Women Industrial Prime, Korangi 3. Sector 34/2, Women Industrial Home, Korangi 4. Sector 34/2, Women Industrial Home, Korangi 5. Sector 34/2, Women Industrial Home, Korangi 6. Sector 34/2, Women Industrial Home, Korangi 7. UC-24 Sector 34/2, Women Industrial Home, Korangi 8. Zaman Town Sector 34/2, Women Industrial Horne, Korangi 9. Ward-1 Sector 34/2, Women Industrial Home, Korangi 10. Sector 34/2, Women Industrial Home, Korangi 11. Sector 34/1 Marvari Colony Korangi 12. Sector 34/1 Marvari Colony Korangi 13. Sector 34/1 Marvari Colony Korangi 14. Sector 34/1 Marwari Colony Korangi 15. Sector 34/1 Marwari Colony Korangi 16. Sector 35/A Labour Square Korangi 17. Sector 35/A Farhat Banglos Korangi 18. Sector 35/A Farhat Banglos Korangi 19. Sector 35/A Zaman Town Korangi UC-24 20. Sector 35/A Zaman Town Korangi Ward-2 21. Sector 35/A Zaman Town Korangi 22. Sector 35/A Zaman Town Korangi 23. Sector 35/A Zaman Town Korangi 24. Sector 35/A Gulshan Muhammadi Korangi 25. Sector C/35 Zaman Town Korangi 26. Sector C/35 Zaman Town Korangi 27. Sector C/35 Zaman Town Korangi 28. Sector C/35 Zaman Town Korangi UC-24 29. Sector C/35 Zaman Town Korangi Ward-3 30. Sector C/35 Area"M" Korangi 31. Sector C/35 Área "M" Korangi 32. Sector C/35 Area"M" Korangi 33. Sector C/35 Area"M" Korangi

Executive Director (Operation-I) Contractor Karachi Korangi [200 ] Sindh Solid Waste Management Board

34. Sector C/35 Area"M" Korangi 35. Sector C/35 Area "N" Korangi 36. Sector C/35 Area "N" Korangi 37. Sector C/35 Area "N" Korangi 38. Sector C/35 Area "N" Korangi 39. Sector C/35 Area "N" Korangi 40. Sector C/35 Area "N" Korangi 41. Sector C/35 Area "N" Korangi UC-24 42. Sector C/35 Aren "N" Korangi Ward-4 43. Sector C/35 Area "N" Korangi 44. Sector C/35 Area "N" Korangi 45. Sector C/35 Area "N" Korangi 46. Sector 1/34 "O" Area Marvi Colony Korangi 47. Sector 1/34 "O" Area Marvi Colony Korangi 48. Sector 1/34 "O" Area Marvi Colony Korangi 49. Sector 1/34 "O" Area Marvi Colony Korangi

Executive Director (Operation-I) Contractor Karachi Korangi [201 ] Sindh Solid Waste Management Board

UNION COMMITTEE-25, HASRAT MOHANI COLONY 0F SUB- DIVISIONKORANGI, DISTRICT KORANGI, KARACHI

S General Name of Area No. Member 1. Sector 44/C, C Area Korangi No.6 2. Sector 44/C, C Area Korangi No.6 3. Sector 44/C, C Area Korangi No.6 4. Sector 44/C, C Area Korangi No.6 5. Sector 44/C, C Area Korangi No.6 6. Sector 44/A, C Area Korangi No.6 7. Sector 44/A, C Area Korangi No.6 Sector 44/A, C Area Korangi No.6 8. UC-25 9. Hasrat Mohani Sector 44/A, C Area Korangi No.6 10. Colony Sector 44/A, C Area Korangi No.6 11. Ward-1 Sector 44/A, C Area Korangi No.6 12. Sector 44/A, C Area Korangi No.6 13. Sector 44/A, C Area Korangi No.6 14. Sector 44/C, Korangi No.6 15. Sector 44/C Area Korangi No.6 16. Sector 44/C Area Korangi No.6 17. Sector 44/ C Area Korangi No.6 18. Sector 44/ C Area Korangi No.6 19. Sector 51-B Muhammad Ali Colony Korang 20. Sector 51-B Muhammad Ali Colony Korang 21. Sector 51-B Muhammad Ali Colony Korandi UC-25 22. Sector 51-B Muhammad Ali Colony Korangi Ward-2 23. Sector 51-B Muhammad Ali Colony Korangi 24. Sector 51-B Muhammad Ali Colony Korangi 25. Sector 51-B Muhammad Al Colony Korangi 26. Sector 51-B Muhammad Ali Colony Korangi 27. Sector 51-B Muhammad Ali Colon Korangi 28. Sector 51-B Muhammad Ali Colony Korangi UC-25 29. Sector 51-B Muhammad Ali Colony Korangi Ward-3 30. Sector 51-B Muhammad Ali Colony Korangi 31. Sector 51-B Muhammad Ali Colony Korangi 32. Sector 51-B Muhammad Ali Colony Korangi 33. UC-25 Sector 51-B Muhammad Ali Colony Korangi

Executive Director (Operation-I) Contractor Karachi Korangi [202 ] Sindh Solid Waste Management Board

34. Ward-3 Sector 51-B Muhammad Ali Colony Korangi 35. Sector 51-B Muhammad Ali Colony Korangi 36. Sector 51-B Muhammad Ali Colony Korangi 37. Sector 51-B Hasrat Mohani Colony Korangi 38. Sector 51-B Hasrat Mohani Colony Korangi 39. Sector 51-B Hasrat Mohani Colony Korangi 40. Sector 51-B Hasrat Mohani Colony Korangi 41. Sector 51-C Korangi 42. Sector 51-C Korangi 43. Sector 51-C Korangi 44. Sector 51-C Korangi 45. UC-25 Sector 51-C Korangi 46. Ward-4 Sector 51-C Korangi 47. Sector 51-C Korangi 48. Sector 51-C Korangi 49. Sector 51-C Korangi 50. Sector 51-C Korangi

Executive Director (Operation-I) Contractor Karachi Korangi [203 ] Sindh Solid Waste Management Board

UNION COMMITTEE-26, NIZAM-E-MUSTAFA 0F SUB-DIVISION KORANGI, DISTRICT KORANGI, KARACHI

S General Name of Area No. Member 1. Sector 50-A Madeena Colony Korangi 2. Sector 50-A Madeena Colony Korangi 3. Sector 50-A Madeena Colony Korangi 4. Sector 50-A Madeena Colony Korangi 5. Sector 50/C Korangi 6. UC-26 Sector 50/C Korangi Nizam-e-Mustafa 7. Sector 50/C Korangi Colony 8. Ward-1 Sector 50/C Korangi 9. Sector 50/C Korangi 10 Sector 50/C Korangi 11. Sector 51-M Korangi 12. Sector 51-D Korangi 13. Sector 51-D Korangi 14. Sector 51-N Korangi 15. Sector 51-M Korangi 16. Sector 51-D Korangi 17. Sector 50-B Korangi 18. UC-26 Sector 50-B Korangi 19. Ward-2 Sector 50-B Korangi 20. Sector 50-B Korangi 21. Sector 50-B Korangi 22. Sector 50-B Korangi 23. Sector 50-B Korangi 24. Sector 51-E Korangi 25. Sector 51-E Korangi 26. Sector 51-E Korangi 27. Sector 51-E Korangi 28. UC-26 Sector 51-E Korangi 29. Ward-3 Sector 51-E Korangi 30. Sector 51-E Korangi 31. Sector 51-A Nizam-e Mustufa Colony Korangi 32. Sector 51-A Nizam-e Mustufa Colony Korangi 33. Sector 51-A Nizam-e Mustufa Colony Korangi

Executive Director (Operation-I) Contractor Karachi Korangi [204 ] Sindh Solid Waste Management Board

34. Sector 51-A Nizam-e Mustufa Colony Korangi 35. Sector 51-A Nizam-e Mustufa Colony Korangi 36. Sector 51-L Area "D" Korangi 37. Sector 51-L Area "D" Korangi 38. Sector 51-L Area "D" Korangi 39. Sector 51-L Area "D" Korangi 40. Sector 51-L Area "D" Korangi 41. Sector 51-L Area "D" Korangi UC-26 42. Sector 51-L Area "D" Korangi Ward-4 43. Sector 51-A Korangi 44. Sector 51-A Korangi 45. Sector 51-B Korangi 46. Sector 51-B Korangi 47. Sector 51-B Korangi 48. Sector 51-B Korangi

Executive Director (Operation-I) Contractor Karachi Korangi [205 ] Sindh Solid Waste Management Board

UNION COMMITTEE-27, 100 QUARTERS 0F SUB-DIVISION KORANGI, DISTRICT KORANGI, KARACHI

S General Name of Area No. Member 1. 1- Area 35/B, Korangi 2. Sector 43/B, C Area Central Landhi 3. Sector 43/B, C Area Central Landhi 4. UC-27 Sector 43/B, C Area Central Landhi 100 Quarters Sector 43/B, C Area Central Landhi 5. Ward-1 6. Sector 43/B, C Area Central Landhi 7. Sector 43/B, B Area Central Landhi 8. Sector 43/B, B Area Central Landhi 9. Sector 43/B, B Area Central Landhi 10. Sector 43/B, B Area Central Landhi 11. Sector 43/B, B Area Central Landhi 12. Sector 43/B, B Area Central Landhi 13. Sector 50-B Area "G-II" Korangi 14. UC-27 Sector 50-B Area "G-II" Korangi 15. Ward-2 Sector 50-B Area "G-II" Korangi 16. Sector 50-B Area "G-II" Korangi 17. Sector 50-B Area "G-II" Korangi 18. Sector 50-B Area "G" Korangi 19. Sector 50-B Area "G" Korangi 20. Sector 50-B Area "G" Korangi 21. Sector 50-B Area "D" Korangi 22. Sector 50-B Area "D" Korangi 23. Sector 50-B Area "D" Korangi 24. Sector 50-B Area "D" Korangi UC-27 25. Sector 50-B Area "D" Kõrangi Ward-3 26. Sector 50-B Area "E" Korangi 27. Sector 50-B Area "E" Korangi 28. Sector 50-B Area "E" Korangi 29. Sector 50-B Area "E" Korangi 30. Sector 50-B Area "G-I" Korangi 31. UC-27 Sector 50-B Area "G-I" Korangi 32. Ward-4 Sector 50-B Area "G-I" Korangi 33. Sector 50-B 100 Quarter Korangi

Executive Director (Operation-I) Contractor Karachi Korangi [206 ] Sindh Solid Waste Management Board

34. Sector 50-B 100 Quarter Korangi 35. Sector 50-B 100 Quarter Korangi 36. Sector 50-B 100 Quarter Korangi

Executive Director (Operation-I) Contractor Karachi Korangi [207 ] Sindh Solid Waste Management Board

UNION COMMITTEE-28, MADINA COLONY 0F SUB-DIVISION KORANGI, DISTRICT KORANGI, KARACHI

S General Name of Area No. Member 1. Sector 50-B Pak Town Korangi 2. Sector 50-A Pak Town Korangi 3. Sector 50-A Pak Town Korangi 4. Sector 50-A Pak Town Korangi 5. Sector 50-A Pak Town Korangi 6. UC-28 Sector 50-A Madina Colony Korangi 7. Madina Colony Sector 50-A Madina Colony Korangi 8. Ward-1 Sector 50-A Madina Colony Korangi 9. Sector 50-A Madina Colony Korangi 10. Sector 50-A Madina Colony Korangi 11. Sector 50-A Madina Colony Korangi 12. Sector 50-A Madina Colony Korangi 13. Sector 50-A Madina Colony Korangi 14. Sector 50-A Madina Colony Korangi 15. Sector 50-A Madina Colony Korangi 16. Sector 50-A Madina Colony Korangi 17. Sector 50-A Madina Colony Korangi 18. Sector 50-A Pak Town Korangi 19. Sector 50-A Pak Town Korangi 20. Sector 50-A Pak Town Korangi 21. Sector 50-A Pak Town Korangi 22. Sector 50/C Korangi 23. UC-28 Sector 50/C Korangi Madina Colony Sector 50/C Korangi 24. Ward-2 25. Sector 50/C Korangi 26. Sector 50/C Korangi 27. Sector 50/C Korangi 28. Sector 50/C Korangi 29. Sector 50/C Korangi 30. Sector 50/C Korangi 31. Sector 50/C Korangi 32. Sector 50/C Korangi 33. Sector 50/C Korangi

Executive Director (Operation-I) Contractor Karachi Korangi [208 ] Sindh Solid Waste Management Board

34. Sector 48-E Korangi 35. Sector 48-E Korangi 36. Sector 48-E Korangi 37. Sector 48-E Korangi 38. UC-28 Sector 48-E korangi Madina Colony Sector 48-E Korangi 39. Ward-3 40. Sector 48-E Korangi 41. Sector 48-E Korangi 42. Sector 48-E Korangi 43. Sector 48-F Korangi 44. Sector 48-F Korangi 45. Sector 48-F Korangi 46. Sector 48-F Korangi 47. UC-28 Sector 48-F Korangi 48. Madina Colony Sector 48-F Korangi 49. Ward-4 Sector 48-F Korangi 50 Sector 48-F Farance Town Korangi 51. Sector 48-F Arganabad Town Korangi 52. Sector 48-F Arganabad Town Korangi 53. Sector 48-F Arqanabad Town Korangi 54. Sector F-1-48 Korangi 55. Sector F-1-48 Korangi 56. Sector F-1-48 Korangi 57. UC-28 Sector F-1-48 Korangi Madina Colony Sector 48-F Korangi 58. Ward-4 59. Sector 48-F Korangi 60. Sector 48-F Korangi 61. Sector 48-F Korangi 62. Sector 48-F Korangi

Executive Director (Operation-I) Contractor Karachi Korangi [209 ] Sindh Solid Waste Management Board

UNION COMMITTEE-29, RAHIMABAD 0F SUB-DIVISION KORANGI, DISTRICT KORANGI, KARACHI

S General Name of Area No. Member 1. Sector 34/3 Korangi 2. Sector 34/3 Korangi 3. Sector 34/3 Korangi 4. Sector 34/3 Korangi 5. UC-29 Sector 34/3 Korangi Rahimabad Secctor 37/9 Block N Korangi 6. Ward-1 7. Secctor 37/9 Block N Korangi 8. Secctor 37/9 Block N Korangi 9. I-Area 35/B, Korangi 10. I-Area 35/B. Korangi 11. Sector 43/B, F Area Landhi 12. Sector 43/B, F Area Landhi 13. UC-29 Sector 43/B. F Area West Landhi 14. Ward-2 Sector 43/B, F Area West Landhi 15. Sector 43/B, F Area West Landhi 16. Sector 43/B, F Area West Landhi 17. Sector 43/A Mustufa Taj Colony Korangi 18. Sector 43/A Mustufa Taj Colony Korangi 19. UC-29 Sector 43/A Mustufa Taj Colony Korangi 20. Ward-3 Sector 43/A Mustufa Taj Colony Korangi 21. Sector 43/A Mustufa Taj Colony Korangi 22. Sector 43/A Mustufa Taj Colony Korangi 23. Sector 37/9 Block N Korangi 24. Sector 37/9 Block N Korangi 25. Sector 37/9 Block N Korangi UC-29 26. Sarfaraz Town Korangi Ward-4 27. Sarfaraz Town Korangi 28. Sarfaraz Town Korangi 29. Sarfaraz Town Korangi 30. UC-29 Sarfaraz Town Korangi

Executive Director (Operation-I) Contractor Karachi Korangi [210 ] Sindh Solid Waste Management Board

31. Ward-4 Raheemabad Korangi 32. Raheemabad Korangi 33. Raheemabad Korangi 34. Raheemabad Korangi 35. Raheemabad Korangi

Executive Director (Operation-I) Contractor Karachi Korangi [211 ] Sindh Solid Waste Management Board

UNION COMMITTEE-30, KORANGI 0F SUB-DIVISION KORANGI, KARACHI

S General Name of Area No. Member 1. Sector 33/A area "Q" Quarter Korangi 2. Sector 33/A area "Q" Quarter Korangi 3. Sector 33/A area "Q" Quarter Korangi 4. UC-30 Sector 33/A area "Q" Quarter Korangi 5. Korangi Sector 33/A area "Q" Quarter Korangi 6. Ward-1 Sector 41/B Area "T" Korangi 7. Sector 41/B Area "T" Korangi 8. Sector 41/B Area "T" Korangi 9. Sector 41/B Area "T" Korangi 10. Sector 41/B Area "L" Korangi 11. Sector 41/B Area "L" Korangi 12. Sector 41/B Area "L" Korangi 13. Sector 41/B Area "L" Korangi 14. UC-30 Sector 41/B Area "L" Korangi 15. Ward-2 Sector 41/B Area "L" Korangi 16. Sector 41/B Area "L" Korangi 17. Sector 41/B Area "L" Korangi 18. Sector 41/B Area "L" Korangi 19. Sector 41/B Area "L" Korangi 20. Sector 48-B Area "N" Korangi 21. Sector 48-B Area "N" Korangi 22. Sector 48-B Area "N" Korangi 23. Sector 48-B Area "N" Korangi 24. Sector 48-B Area "C" Korangi UC-30 25. Sector 48-B Area "C" Korangi Ward-3 26. Sector 48-B Area "C" Korangi 27. Sector 48-B Area "C" Korangi 28. Sector 48-B Area "C" Korangi 29. Sector 48-B Area "C" Korangi 30. Sector 48-B Area "C" Korangi 31. Sector 41B Area "T" Korangi 32. Sector 41B Area "T" Korangi 33. Sector 41/B Area "T" Korangi

Executive Director (Operation-I) Contractor Karachi Korangi [212 ] Sindh Solid Waste Management Board

34. Sector 41/B Area "T" Korangi

35. Sector 41/B Area "T" Korangi

36. Sector 41/B Area "T" korangi 37. Sector 48-B Area "L" Korangi 38. Sector 48-B Area "L" Korangi UC-30 Sector 48-B Area "L" Korangi 39. Ward-4 40. Sector 48-B Area "L" Korangi 41. Sector 48-B Area "L" Korangi 42. Sector 48-B Area "L" Korangi 43. Sector 48-B Area "L" Korangi 44. Sector 48-B Area "L" Korangi 45. Sector 48-B Area "L" Korangi 46. Sector 48-B Area "L" Korangi

Executive Director (Operation-I) Contractor Karachi Korangi [213 ] Sindh Solid Waste Management Board

UNION COMMITTEE-31, KORANGI (KORANGI QUARTER) 0F SUB-DIVISION KORANGI DISTRICT KORANGI, KARACHI

S General Name of Area No. Member 1. Sector 33-E, Double Road Colony, Korangi 2. Sector 33-E, Double Road Colony, Korangi 3. Sector 33-E, Double Road Colony, Korangi 4. UC-31 Sector 33-E, Double Road Colony, Korangi Korangi Quarter Sector 33-E, Double Road Colony, Korangi 5. Ward-1 6. Sector 33-E, Double Road Colony, Korangi 7. Sector 33-E, Double Road Colony, Korangi 8. Sector 33-E, Double Road Colony, Korangi 9. Sector 33-D, Double Road Colony, Korangi 10. Sector 33-D, Double Road Colony, Korangi 11. Sector 33-D, Double Road Colony, Korangi 12. Sector 33-D, Double Road Colony, Korangi 13. Sector 33-D, Double Colony, Korangi 14. Sector 33-D, Double Colony, Korangi 15. Sector 33-D, Double Colony, Korangi 16. Sector 33-D, Double Colony, Korangi 17. Sector 33-D, Double Colony, Korangi 18. Sector 33-D, Double Colony, Korangi 19. Sector 33-D, Double Colony, Korangi 20. Sector 33/C, Double Road, Korangi UC-31 21. Sector 33/C, Double Road, Korangi Ward-2 22. Sector 33/C ,Double Road, Korangi 23. Sector 33/C, Double Road, Korangi 24. Sector 33/C, Double Road, Korangi 25. Sector 33/C, Double Road, Korangi 26. Sector 33/C, Double Road, Korangi 27. Sector 33/C, Double Road, Korangi 28. Sector 33/C, Double Road, Korangi 29. Sector 33/C, Double Road, Korangi 30. Sector 33/C, Double Road, Korangi 31. Sector 33/C, Double Road, Korangi 32. Sector 33/C, Double Road, Korangi 33. Sector 33/C, Double Road, Korangi

Executive Director (Operation-I) Contractor Karachi Korangi [214 ] Sindh Solid Waste Management Board

34. Sector 33/C, Double Road, Korangi 35. Sector 33/C, , Korangi 36. Sector 33/C, Nai Abadi, Korangi 37. Sector 33/C, Nai Abadi, Korangi UC-31 38. Sector 33/C, Nai Abadi, Korangi Ward-2 39. Sector 33/C, Nai Abadi, Korangi 40 Sector 33/C, Nai Abadi, Korangi 41. Sector 33/C, Nai Abadi, Korangi 42. Sector 33/C, Double Road, Korangi 43. Sector 33/C, Double Road, Korangi 44. Sector 33/C, Double Road, Korangi 45. Sector 33/C, Double Road, Korangi 46. Sector 33/C, Double Road, Korangi UC-31 47. Sector 33/A, Korangi Ward-3 48. Sector 33/A,Korangi 49. Sector 33/A, Korangi 50. Sector 33/A,Korangi 51. Sector 33/A, Korangi 52. Sector 33/A, Korangi 53. Sector 33/B,Korangi 54. UC-31 Sector 33/B, Korangi 55. Ward-4 Sector 33/B, Korangi 56. Sector 33/B, Korangi

Executive Director (Operation-I) Contractor Karachi Korangi [215 ] Sindh Solid Waste Management Board

UNION COMMITTEE-32, KORANGI 0F SUB-DIVISION KORANGI DISTRICT KORANGI, KARACHI

S General Name of Area No. Member 1. Sector 8-C, Bilal Colony, Korangi 2. Sector E-C, Bilal Colony, Korangi 3. Sector E-C, Bilal Colony, Korangi 4. Sector 8-C, Bilal Colony, Korangi 5. UC-32 Sector E-C, Bilal Colony, Korangi Bilal Colony Sector 8-F, , Korangi 6. Ward-1 7. Sector 8-2, Gulzar Colony, Korangi 8. Sector 8-9, Gulzar Colony, Korangi 9. Sector 8-D, Bila: Colony/ Gulzar Colony, Korangi 10 Sector 8-D, Gulzar Colony Mil Area, Korangi 11. Sector 8-C, Gulzar Colony, Korangi 12. Sector 8-D, Bila Colony/Gulzar Colony, Korangi 13. Sector 8-D, Bilal Colony/Gulzar Colony, Korangi 14. Sector 8-D, Bilal Colony/Gulzar Colony, Korangi 15. Sector 8-D, Bilal Colony/Gulzar Colony, Korangi 16. Muhammad Ali Goth, Bilal Colony, Korangi UC-32 17. Muhammad Ali Goth, Bilal Colony, Korangi Ward-2 18. Sector 8-B, Bilal Colony, Korangi 19. Sector 8-B, Bilal Colony, Korangi 20. Muhammad Ali Goth, Bilal Colony, Korangi 21. Sector 8-A, Bilal Colony, Korangi 22. Sector 8-B, Bilal Colony, Korangi 23. Sector 8-B, Bilal Colony, Korangi 24. Sector 17, Mehran Town, Korangi 25. Sector 17, Mehran Town, Korangi 26. Sector 17, Mehran Town, Korangi 27. Sector 17, Mehran Town, Korangi 28. UC-32 Sector 17, Mehran Town, Korangi 29. Ward-3 Sector 8-C, Bilal Colony, Korangi 30. Sector 8-C, Bilal Colony, Korangi 31. Sector 8-C, Bilal Colony, Korangi 32. Sector 8-C, Bilal Colony, Korangi 33. Sector 8-C, Bilal Colony, Korangi

Executive Director (Operation-I) Contractor Karachi Korangi [216 ] Sindh Solid Waste Management Board

34. Sector 8-C, Bilal Colony, Korangi 35. Sector 8-C, Bilal Colony, Korangi 36. Sector 8-A, Bilal Colony, Korangi 37. Sector 8-B, Allahabad, Bilal Colony, Korangi 38. Sector 8-B, Allahabad, Bilal Colony, Korangi 39. Sector 8-B, Bancali Para, Bilal Colony, Korangi 40. UC-32 No Area 41. Ward-4 No Area 42. Sector 8-B, Bangali Para, Bilal Colony, Korangi 43. Sector 8-B, Bangali Para, Bilal Colony, Korangi 44. Sector 8-B, Bangali Para, Bilal Colony, Korangi 45. Sector 8-B, Bangali Para, Bilal Colony, Korangi

Executive Director (Operation-I) Contractor Karachi Korangi [217 ] Sindh Solid Waste Management Board

UNION COMMITTEE-33, ZIA COLONY 0F SUB-DIVISION KORANGI DISTRICT KORANGI, KARACHI

S General Name of Area No. Member 1. Sector 16, Mehran Town, Korangi 2. Sector B-7, Mehran Town, Korangi 3. Sector A-7, Mehran Town, Korangi 4. Sector A-7, Mehran Town, Korangi Sector 8-F, Gulzar Colony, Korangi 5. UC-33 6. Zia Colony Sector 8-F, Gulzar Colony, Korangi 7. Ward-1 Sector 8-F. Gulzar Colony, Korangi 8. Sector 8-F, Gulzar Colony, Korangi 9. Sector 8-F, Gulzar Colony, Korangi 10. Sector 8-F, Gulzar Colony, Korangi 11. Sector 8-F, Gulzar Colony, Korangi 12. Sector 32-C Korangi No. 1½ 13. Sector 32-A Zia Colony Korangi 14. Sector 32-A Zia Colony Korangi 15. Sector 32-A Zia Colony Korangi 16. Sector 32-A Korangi No. 1 ½ 17. Sector 32-A Korangi No. 1 ½ 18. Sector 32-A Korangi No. 1 ½ 19. Sector 32-A Korangi No. 1 ½ UC-33 Sector 33-F, Double Road Colony, Korangi 20. Ward-2 21. Sector 33-F, Double Road Colony, Korangi 22. Sector 33-F, Double Road Colony, Korangi 23. Sector 33-F, Double Road Colony, Korangi 24. Sector 33-F, Duble Road Colony, Korangi 25. Sector 33-F, Duble Road Colony, Korangi 26. Sector 33-F, Duble Road Colony, Korangi Sector 33-F, Duble Road Colony, Korangi 27.

28. UC-33 Sector 32-A Zia Colony Abbasi Nagar Korangi

Executive Director (Operation-I) Contractor Karachi Korangi [218 ] Sindh Solid Waste Management Board

29. Ward-3 Sector 32-A Zia Colony Abbasi Nagar Korangi 30. Sector 32-A Zia Colony Abbasi Nagar Korangi 31. Sector 32-A Zia Colony Abbasi Nagar Korangi 32. Sector 32-A Zia Colony Abbasi Nagar Korangi 33. Sector 32-A Zia Colony Abbasi Nagar Korangi 34. Sector 32-A Zia Colony Abbasi Nagar Korangi 35. Sector 32-A Zia Colony Abbasi Nagar Korangi 36. Sector 32-A Zia Colony Abbasi Nagar Korangi 37. Sector 32-A Zia Colony Abbasi Nagar Korangi 38. Sector 32-A Zia Colony Korangi 39. Sector 32-A Zia Colony Korangi 40. Sector 32-A Zia Colony Korangi 41. Sector 32-A Zia Colony Korangi 42. Sector 32-A Zia Colony Korangi 43. Sector 32-A Zia Colony Korangi 44. Sector 32-A Zia Colony Korangi 45. Sector 32-A Zia Colony Korangi 46. Sector 32-A Zia Colony Korangi 47. Sector 32-A Zia Colony Korangi 48. Sector 32-A Zia Colony Korangi 49. Sector 32-A Zia Colony Korangi 50. Sector 32-A Zia Colony Korangi 51. Sector 32-A Zia Colony Korangi 52. Sector 32-A Zia Colony Korangi 53. Sector 32-A Zia Colony Korangi UC-33 54. Sector 32-A Zia Colony Korangi Ward-4 55. Sector 32-A Zia Colony Korangi 56. Sector 32-A Zia Colony Korangi 57. Sector 16, Mehran Town, Korangi 58. Sector 32-A Zia Colony Korangi 59. Sector 32-A Zia Colony Korangi 60. Sector 32-A Zia Colony Korangi 61. Sector 32-A Zia Colony Korangi 62. Sector 32-A Zia Colony Korangi UNION COMMITTEE-34, NASIR COL. 0F SUB-DIVISION KORANGI DISTRICT KORANGI, KARACHI

Executive Director (Operation-I) Contractor Karachi Korangi [219 ] Sindh Solid Waste Management Board

S General Name of Area No. Member 1. Sector 32-B Korangi No. 1 ½ 2. Sector 32-B Korangi No. 1 ½ 3. Sector 32-B Korangi No. 1 ½ 4. Sector 32-B Korangi No. 1 ½ 5. Sector 32-B Korangi No. 1 ½ 6. Sector 32-B Korangi No. 1 ½ 7. UC-34 Sector 32-C Korangi No. 1 ½ 8. Ward-1 Sector 32-C Korangi No. 1 ½ 9. Sector 32-C Korangi No. 1 ½ 10 Sector 32-C Korangi No. 1 ½ 11. Sector 32-C Korangi No. 1 ½ 12. Sector 32-C Korangi No. 1 ½ 13. Sector 32-C Korangi No. 1 ½ 14. Sector 32-C Korangi No. 1 ½ 15. Sector 32/B, Area "R" Korangi No. 1 ½ 16. Sector 32/B, Area "R" Korangi No. 1 ½ 17. Sector 32/B. Area "R" Korangi No. 1 ½ 18. UC-34 Sector 32/B, Area "R" Korangi No. 1 ½ 19. Ward-2 Sector 32/B, Area "S" Korangi No. 1 ½ 20. Sector 32/B, Area "S" Korangi No. 1 ½ 21. Sector 32/B, Area "S" Korangi No. 1 ½ 22. Sector 32/B, Area "S" Korangi No. 1 ½ 23. Sector 32/B, Area "R" Korangi No. 1 ½ 24. Sector 32/B, Area "R" Korangi No. 1 ½ 25. UC-34 Sector 32/B, Area "R" Korangi No. 1 ½ 26. Ward-3 Sector 32/B, Area "R" Korangi No. 1 ½ 27. Sector 32/B, Area "R" Korangi No. 1 ½ 28. Sector 32/B, Area "R" Korangi No. 1 ½ 29. Sector 32/B, Area "S" Korangi No. 1 ½ 30. UC-34 Sector 32/B, Area "S" Korangi No. 1 ½ 31. Ward-3 Sector 32/B, Area "S" Korangi No. 1 ½ 32. Sector 32/B, Area "S" Korangi No. 1 ½

Executive Director (Operation-I) Contractor Karachi Korangi [220 ] Sindh Solid Waste Management Board

33. Sector 32/B, Area "S" Korangi No. 1 ½ 34. Sector 32/B, Area "S" Korangi No. 1 ½

Executive Director (Operation-I) Contractor Karachi Korangi [221 ] Sindh Solid Waste Management Board

UNION COMMITTEE-35, CHAKRA GOTH 0F SUB-DIVISION KORANGI DISTRICT KORANGI, KARACHI

S General Name of Area No. Member 1. Chakra Goth Korangi 2. Chakra Goth Korangi 3. Chakra Goth Korangi 4. Chakra Goth Korangi 5. UC-35 Chakra Goth Korangi Chakra Goth Chakra Goth Korangi 6. Ward-1 7. Chakra Goth Korangi 8. Chakra Goth Korangi 9. Chakra Goth Korangi 10. Chakra Goth Korangi 11. Sector 48-D Korangi 12. Sector 48-D Korangi 13. Sector 48-D Korangi 14. Sector 48-D Korangi 15. Sector 48-D Korangi UC-35 16. Sector 48/H Silver Town Korangi Ward-2 17. Sector 48/H Silver Town Korangi 18. Sector 48/H Silver Town Korangi 19. Sector 48/H Silver Town Korangi 20. Sector 48/H Silver Town Korangi 21. Sector 48/H Silver Town Korangi 22. Sector 48/A Gilgit Colony Korangi 23. Sector 48/A Gilgit Colony Korangi 24. Abdullah Shah Noorani Town Korangi 25. Abdullah Shah Noorani Town Korangi UC-35 26. Abdullah Shah Noorani Town Korangi Ward-3 27. Abdullah Shah Noorani Town Korangi 28. Sector 48/A Ghousia Colony Korangii 29. Sector 48/A Ghousia Colony Korangii 30. Sector 48/A Ghousia Colony Korangii

Executive Director (Operation-I) Contractor Karachi Korangi [222 ] Sindh Solid Waste Management Board

31. Sector 48/A Ghousia Colony Korangi 32. Sector 48/A Gilgit Colony Korang 33. Sector 48/A Gilgit Colony Korangi 34. Sector 48/A Gilgit Colony Korangi 35. Sector "D-48" Korangi 36. Sector "D-48" Korangi 37. Sector "D-48" Korangi 38. Sector "D-48" Korangi 39. Sector "D-48" Korangi 40 Sector "D-48" Korangi UC-35 41. Sector "D-48" Korangi Ward-4 42. Sector "D-48" Korangi 43. Sector "D-48" Korangi 44. Sector "D-48" Korangi 45. Sector "D-48" Korangi 46. Sector "D-48" Korangi 47. Sector "D-48" Korangi 48. Sector "D-48" Korangi 49. Sector "D-48" Korangi 50. Sector "D-48" Korangi

Executive Director (Operation-I) Contractor Karachi Korangi [223 ] Sindh Solid Waste Management Board

UNION COMMITTEE-36, DAR-UL-SALAM 0F SUB-DIVISION KORANGI DISTRICT KORANGI, KARACHI

S General Name of Area No. Member 1. Sector 32-D Nasir Colony Korangi 2. Sector 32-D Nasir Colony Korangi 3. Sector 32-D Nasir Colony Korangi 4. UC-36 Sector 32-D Nasir Colony Korangi Dar-ul-Salam Sector 32-D Nasir Colony Korangi 5. Ward-1 6. Sector 32-D Nasir Colony Korangi 7. Sector 32-D Nasir Colony Korangi 8. Sector 32-D Nasir Colony Korangi 9. Sector 32-E Nasir Colony Korangi 10 Sector 32-E Nasir Colony Korangi 11. Sector 32-E Nasir Colony Korangi 12. Sector 32-E Nasir Colony Korangi 13. Sector 32-E Nasir Colony Korangi 14. Sector 32-E Nasir Colony Korangi 15. Sector 32-E Nasir Colony Korangi 16. UC-36 Sector 32-E Nasir Colony Korangi 17. Ward-2 Sector 32-E Nasir Colony Korangi 18. Sector 32-E Nasir Colony Korangi 19. Sector 32-E Nasir Colony Korangi 20. Sector 32-E Nasir Colony Korangi 21. Sector 32-E Nasir Colony Korangi 22. Sector 32-E Nasir Colony Korangi 23. Sector 32-E Nasir Colony Korangi 24. Sector 32-E Nasir Colony Korangi 25. Chakra Goth korangi 26. Chakra Goth Korangi 27. Chakra Goth Korangi 28. Chakra Goth Korangi UC-36 29. Chakra Goth Korangi Ward-3 30. Chakra Goth Korangi 31. Chakra Goth Korangi 32. Chakra Goth Korangi 33. Chakra Goth Korangi

Executive Director (Operation-I) Contractor Karachi Korangi [224 ] Sindh Solid Waste Management Board

34. Sector 31/A Allah Wala Town Korangi 35. Sector 31/A Allah Wala Town Korangi 36. Sector 31/A Allah Wala Town Korangi 37. Sector 31/A Allah Wala Town Korangi 38. Sector 31/A Allah Wala Town Korangi 39. Sector 31/A Allah Wala Town Korangi 40. Sector 31/B Darul-Salam/Allah Wala Town Korangi 41. Sector 31/B Darul-Salam/Allah Wala Town Korangi 42. Sector 31/B Darul-Salam/Allah Wala Town Korangi 43. Sector 31/B Darul-Salam/Allah Wala Town Korangi 44. Sector 31/B Darul-Salam/Allah Wala Town Korangi 45. Sector 31/B Darul-Salam/Allah Wala Town Korangi 46. Sector 31/B Darul-Salam/Allah Wala Town Korangi 47. Sector 31/B Darul-Salam/Allah Wala Town Korangi 48. Sector 31/B Darul-Salam/Allah Wala Town Korangi 49. Sector 31/B Darul-Salam/Allah Wala Town Korangi 50 Sector 31/B Darul-Salam/Allah Wala Town Korangi UC-36 51. Sector 31/B Darul-Salam/Allah Wala Town Korang Ward-4 52. Sector 31/B Darul-Salam/Allah Wala Town Korang 53. Sector 31/B Darul-Salam/Allah Wala Town Korang 54. Sector 31/B Darul-Salam/Allah Wala Town Korangi 55. Sector 31/B Darul-Salam/Allah Wala Town Korangi 56. Sector 31/B Darul-Salam/Allah Wala Town Korangi 57. Sector 31/B Darul-Salam/Allah Wala Town Korangi 58. Sector 31/B Darul-Salam/Allah Wala Town Korangi 59. Sector 31/B Darul-Salam/Allah Wala Town Korangi 60. Sector 31/B Darul-Salam/Allah Wala Town Korangi 61. Sector 31/B Darul-Salam/Allah Wala Town Korangi 62. Sector 31 Lukhnow Society Korangi 63. Sector 31 Lukhnow Society Korangi 64. Sector 31 Lukhnow Society Korangi 65. Sector 31-G Darul-Salam Society Korangi 66. Sector 31-G Darul-Salam Society Korangi 67. Sector 31-D P&T Society Korangi 68. Sector 31-D P&T Society Korangi 69. UC-36 Sector 31-D P&T Society korangi 70. Ward-4 Sector 31-D P&T Society Korangi

Executive Director (Operation-I) Contractor Karachi Korangi [225 ] Sindh Solid Waste Management Board

71. Sector 31-D P&T Society Korangi 72. Sector 31-D P&T Society Korangi 73. Sector 31-D P&T Society Korangi 74. Sector 31-D P&T Society Korangi 75. Sector 30-A Altaf Town Korangi 76. Sector 30-A Altaf Town Korangi 77. Sector 30-A Altaf Town Korangi 78. Sector 30-A Altaf Town Korang 79. Sector 30-A Altaf Town Korani 80. Sector 30-A Altaf Town Korangi 81. Sector 30-A Gray View Flat Korangi 82. Sector 30-A Gray View Flat Korangi

Executive Director (Operation-I) Contractor Karachi Korangi [226 ] Sindh Solid Waste Management Board

UNION COMMITTEE-37, QAYYUMABAD 0F SUB-DIVISION KORANGI DISTRICT KORANGI, KARACHI

S General Name of Area No. Member 1. Qayyumabad A Area Korangi 2. Qayyumabad A Area Korangi 3. Qayyumabad A Area Korangi 4. Qayyumabad A Area Korangi 5. Qayyumabad A Area Korangi 6. Sector 6F Mehran Town, Korangi 7. Sector 6-G Mehran Town, Korangi 8. Sector 6-1 Mehran Town, Korangi 9. Sector 6-H, Mehran Town, korangi 10. UC-37 Sector 6-H, Mehran Town, Korangi Qayyumabad Sector 6-H, Mehran Town, Korangi 11. Ward-1 12. Sector 6-A, Mehran Town, Korangi 13. Sector B-6, Mehran Town, Korangi 14. Sector C-6, Mehran Town, Korangi 15. Sector 6-D, Mehran Town, Korangi 16 Sector 6-D, Mehran Town, Korangi 17. Sector 6-D, Mehran Town, Korangi 18. Sector 6-D, Mehran Town, Korangi 19. Sector 6-D, Mehran Town, Korangi 20. Sector 6-D, Mehran Town, Korangi 21. Qayyumabad A Area Korangi 22. Qayyumabad A Area Korangi 23. Qayyumabad A Area Korangi 24. Qayyumabad A Area Korangi 25. UC-37 Qayyumabad A Area Korangi Qayyumabad Qayyumabad B Area Korangi 26. Ward-2 27. Qayyumabad B Area Korangi 28. Qayyumabad B Area Korangi 29. Qayyumabad B Area Korangi 30. Qayyumabad B Area Korangi 31. UC-37 Qayyumabad B Area Korangi

Executive Director (Operation-I) Contractor Karachi Korangi [227 ] Sindh Solid Waste Management Board

32. Qayyumabad Qayyumabad B Area Korangi 33. Ward-3 Qayyumabad B Area Korangi 34. Qayyumabad B Area Korangi 35. Qayyumabad B Area Korangi 36. Qayyumabad B Area Korangi 37. Qayyumabad C Area Korangi 38. Qayyumabad C Area Korang 39. Qayyumabad C Area Korangi 40 Qayyumabad C Area Korangi 41. Qayyumabad C Area Korangi 42. Qayyumabad C Area Korangi 43. Qayyumabad C Area Korangi 44. Qayyumabad C Area Korangi 45. UC-37 Qayyumabad D Area Korangi 46. Qayyumabad Qayyumabad D Area Korangi 47. Ward-4 Qayyumabad D Area Korangi 48. Qayyumabad D Area Korangi 49. Qayyumabad D Area Korangi 50. Qayyumabad D Area Korangi 51. Qayyumabad D Area Korangi

Executive Director (Operation-I) Contractor Karachi Korangi [228 ]