t

NATIONAL HIGHWAY AUTHORITY Proqtrement & Contract Administration Section 28-Mauve Area, G-91 I, Islamabad Tel: 9032727 , Fax: 926Q4I9

No.6(5 1e)/ GM(P&CA) / NH Al 2021/pA Islamabad, .frY^.uary, 2o2b

Director General Public Procurement Regulatory Authority l"t Floor FBC Building near State Bank, SectorG-5 12, Islamabad

Subject: ANNOUN,CEMENT OF EVALUATION REPORT (PPRA=FIJI+E-Q5I: Consultancy Senrlces for Feasibllity Study and Detailed Desien for Construction of Ring Road from Interchange [M-11 to Gadoon Amazai Industrial Estatg (DePosit Work)

Reference: PPRARule-S5

Find enclosed herewith the combined Bid Evaluation Report along with Evaluation Criteria (Annex-I) for the subject Services in line with PFRA Rule-35 for uploading on PPRA website at the earliest, please. fu,.r (MUHAMMAD ![,NWEER ISHAQI GendaI Manager (P&CA)

Encl: Evaluation Report along with Annex- I

Copy for klnd information to:

- Member (Planning), NHA, Islamabad; - Director (Tech.to Chairman), NHA, Islamabad; - Director (P&CA)-III,NHA, Islamabad. (As PerRule 35 of PP Rules.2004)

1. Nameof ProcuringAgency: NationalHighway Authority 2. Methodof Procurement: -SingleStage Two EnvelopeProcedure 3. Titleof Procurement: ConsultancyServices for FeasibilityStudy and DetailedDesign for Constructionof Ring Road from Swabi lnterchange(M-1) to Gadoon Amazailndustrial Estate (Deposit Work) 4. TenderInquiry No.: 6(51e) 5. PPRARef. No. (TSE): TS433167E .6. Date& Timeof BidClosing: 2ndNovember,2O2O at 1130 hours local time 7. Date& Timeof BidOpening: 2ndNovember, 2020 at 1200hours local time 8. No of BidsReceived: Five(05) Proposals were received L Criteriafor BidEvaluation: Criteriaof BidEvaluation is attachedat Annex-l 10. Detailsof Bid(s)Evaluation: As below

Marks Rule/Regulation/ Evaluated SBD**/Policy/ Cost Basis for Nameof Bidder Technical Financial Total Rejection/ (.f (.f (out of (Ecr Acceptanceas per ,(PKR) applicable)applicable) 1000) Rule35 of PP Rules,2004. 1) M/s Associated Consulting Topscoring firm in EngineersLtd, in JV with M/s combined 8,216,388 LatitudeEngineering Consultant' 621 200 821 evaluation(PPRA Rule36(b) (ix)) 2) M/s NESPAK(Pvt.) Ltd in JV with M/s ZAK Consulting 634 184 8{8 8,945,840 2nd Engineers 3) M/s Associated Consultancy Centre(Pvt.) Ltd. in JV with M/s 590 197 787 8,342,580 3to Pavron 4) M/s Asif Ali Associates(Pvt.) Ltd. in JV with M/s A.A. Associates and M/s BAK 598 118 717 13,886,736 4tn ConsultingEngineers 5) M/s Prime Engineeringand TestingConsultants (Pvt.) Ltd. PPRARule 36(b) withM/s Finite Engineering (Pvt.) 505 FinancialProposal not opened (v) Ltd. and M/s Concept EngineeringServices

ConsultancySeruices for Feasibility Study and Detailed Design for Constructionof Ring Road from Swabi Interchange(M-1) to GadoonAmazai lndustrial Estate (Deposit Work) Page 1 of 2 a EVALUATIONREPORT (As PerRule 35 of PP Rules.2004)

EC ls the EvatuatedCost usedfor evaluationpurpose and includesonly the cost of competitivecomponent (i.e. Remunerationand Direct Non-SalaryCosf) and is exclusive of ProvisionalSum, Contingency and lndirectTaxes.

Top RankedBidder: M/s AssociatedConsulting Engineers Ltd. in JV with M/s LatitudeEngineering Consultant

11. Any other additional/supportinginformation, the procuringagency may like to share: The Procurementwas carried out in line with PPRA Rules & Regulations.The biddingwas doneon QCBSmethod with 80:20Technical to FinancialProposals ratio. The Contractis being awardedto M/s Associated . ConsultingEngineers Ltd. in JV with M/s LatitrrdeEngineering Consultant at

Signature:

Official Stam p: ...... Natittnal .H i ghw uy Au&ority **sta n d ard B i ddin g o oc u mldtlt!'BgBl W

ConsultancyServrces for FeasibilityStudy and Detailed Design for Constructionof Ring Road from Swabi Interchange(M-1)to Gadoon Amazai lndustrial Estate (Deposit Work) Page2 of 2

? a NationalHighway Authority

Feilrro'vri$r.a'Avs

Annex-I Criteria tro& Bid Evaluation ,, ConsultancyServices for FeasibilityStudy andDetailed Design for Constructionof Ring Roadfrom SwabiInterchange (M-1) to GadoonAm azaiIndustrial Estate(Deposit Work)

January,2021 NATIONAL HIG AUTHORITY Proanrement & Contract Administration Section 28 Mauue Area, G-9/1, Islamabad I 051-903272 H 051- $Rifrro'vri$r.a.Ars 926041.9

ber, 2O2O Ref: 6(519)/DIR-III (P&CA/NHA12o2ol)33 Dated: 26ft

To All Prospective Consultants

Subject:

Reference: Pre-Proposal meeting on th.esubiect teld on 75th October, 2020'

Minutes of Pre-Proposal Meeting & Addendum No.1 beipgintegral part of RFP for the subject services are enclosed herewith for nece3sary action, please.

'*:<__lxlxx il ' t SHAHI Director P&CA

Enclosure: t

Copy for infgrmation to: - Member (Planning), NHA, Islamabad - General Manager (Planning), NHA, Islamabad' - General Manager (P&CA), NHA, Islamabad' - Director (Tech.) to Chairman (N{A) Islamabad' (, Minutesof Pre-ProposalMeeting

MINUTES OF PRE-PROPOSAL MEETING HELD ON 15thOctober.2020

ConsultancyServices for FeasibilityStudy and f)etailedDesign for Constructionof Ring Road from Swabi Interchange(M-1) to Gadoon AmazaiIndustrial Estate(Deposit Work)

A Pre-ProposalMeeting was held in NHA Auditoriumat I 100hours on l5'hOctober ,2020 to discuss the Requestfor Proposal(RFP) for subjectServices in the presenceof NHA officialsand prospective consultant.During the saidmeeting the prospectiveconsultant submitted queries. The clarifications/replies aresummarized below for informationof all prospectivebidders:

On page 7, Date Sheet Point 1.'1,lt is stated"The Consultantmay pleasenote not to suggestnames of key staff alreadyproposed in anotherproposal with the Client or awardedrecently. This will affect adversely marking of these professionalsin evaluationof the Not accededto. Pleaseproceed as per RFP. technicalproposal. Their securedpoints a reliableto be reducedby 50% if their name appearin more than I previous proposalin which they are ranked No.l." Pleaserelax the saidcriteria. Time durationof project is 04 Months.However, for Not accededto, Pleaseproceed as per RFP. mostkey staffman Months are 02 or 01. The required experiencefor Teal Leader, Senior StructuralEngineer and PavementEngineer is 20 years with preferablyM.Sc. TransportationExpert Structural Engineer which is also required M.Sc. Structural Pleasesee Addendum No.l Engineering. For Junior Structural and Highway Engineerexperience required is 15 years with MSc

Hugescope of work is involvedwith 15deliverables in just 04 monthtime period, Not accededto. Pleaseproceed as per RFP

Detailed topographic survey, Geotechnical investigationsand traffic surveysrequired time of at Not accededto. Pleaseproceed as per RFP least0l months.All the otherdesisn activities will start after that. ProposedStaffing in RFP is not as per scopeof work. Lump SumCosts, inclusive of all expenses Positionof Environmentalist/ Environmental Engineer, inter alia remunerations of concemed Geotechnical Engineer, Hydraulic Engineer/ personnel, ate required to be quoted Hydrologist, Surveyor, Traffic Engineer, Contract against tasks of: Topographic Survey Engineerand Electrical Engineer are misse-{- Report, Traffic & Axle Load Survey Report, Soil & Material Investigations Reports, Hydrology & Hydraulic Study Report, and EIA Study Report along with NOC. Costs related to Geotechnical Investigations,inclusive of all expenses inter alia remunerations of concemed

FeasibilityStudy and Detailed Design for Constructionof Ring Roadfrom SwabiInterchange (M-l) to GadoonAmazai Industrial Estate (Deposit Work) Page1 of 2 Minutesof Pre-ProPosalMeeting

Reply Sr. Queries No. personnel, will be covered under Provisional Sum amounting to Rs.l.50 Million. Requirementof postsof ContractEngineer and Electrical Engineer not accededto' Costs,if deemedessential, may be quoted 'others against the head of not covered above to comply with ToR requiremenf' with properjustifi cation. ftrm having experienceas per RFP is 7. JV wittt a Query is not clear. requiredto fulfill the requirementsql riqpe e!l{erkr-- proposalsbe extendedfor 8. The datefo. submissionof Pleasesee Corrigendum-I' furthertwo weeks.

ooo0 ooo...

f"uiiUitity Studyand Detailed Design fur Constructionof Ring Roadfrom Page2of 2 SwabiInterchange (M-l) to GadoonAmazai Industrial Estate (Deposit Work) _\

SummaryEvaluation Sheet ay No to CorruPtion PROPOSALS (QCBS) SUMMARY EVALUATION SHEET FOR FULL TECHNICAL

EVALUATION CRITERIA

in roadTranspoft Sector

Evidenceof SiteVisit with

Identification of Problems/

Solutionsfor this

ii) SeniorStructural

-.,... 4. P"tfo.-uoce Certification from clients*** 5. PresentCommitmg4!!9-lPgry1

[ =t;6il--8ffi;T;-ras;- - Non-complying-07o - 80{9olo Ave.rt$e-70-79o/" Below Average l-e9% Excellent - 1007o very coffi%-Tro* evera-ge Score:MaximumWeightagexrating/t00.MinimumqualifyingscoreisT0ohorT00marks. iatnseMbzti"s.sisnic@ldst@P'E'Je@h Y;#,-;"-fffi';;;,;;;;;;--"k,ttp.Dn,e*soJdEp,opst',hictiturwtesbuttuttinitz.tbh-dbindins'K4!' Ptc'p6otFot6I in ataredas po spzcine'wdat Atwc pt@'! in rechq'rt ffit^K*#r- r*-hgt@i^ 25tuks o'toJ45o n4tb koa'Ple@ r** h-t;sioe|blEefcldbrlefnh6Nilwh.enb|@H'st.!N,a'y@|dt&|6ci|d.da|k ...25o|l'ott00Wkhinba'[email protected]|edb''&'odhco Fot^)' p'i;ii )"'p"a iu pi 'p""i"' *'a a tnn&B pte"t i't rectskatPrcpoet '*+.CtidtidJqpasg)rtu*J'liuwnr of @nft@@t t"" "otW^ tuttiM i bt 6l@s' NN fid i!: the N ilhictt l,a! @de'! od Wi"ls Indusrial Estate(DePosit worD l?- ConsultancyServices for Feas;bilityStudy and L'€11 Afbcl^rq*-{

Data Sheet SayNo to CorruPtion

4.5 Validity periodof the proposalis: 180days

The bid shall remainvalid up to 27th April,20?l

The locationfor negotiationof proposalis:

GeneralManager (P&CA) NationalHighwaY AuthoritY 28-MauveArea G-9 I I Islamabad Telephone: +92-5 l -90327 27 Facsimile:+92-5 l-9260419

TotalPoints: 1000

li Minimum qualifyingtechnical score: 700

dDetailedDesignforConstructionofRingRoadfromSwabiInterchange '14- (M-l) to Gadoon AmazaiIndustriali ,r -r--:^l Estaten^r^+^ (Deposit/n^-^^;+ Work)U/^-1.\ AddendumNo' 0l ADDENDUM No'l

for construction of Ring consultancy servicesfor Feasibilitystudy and Detailed_Design Estate(Deposit work) Road from swabi Interchange(M-1) to GadoonAmazai rndustrial

Proposal(RFP) for subject Following amendmentshave been made in the Requestfor asan integralpartof RFP Servicesunder this AddendumNo.1, which shallbe readand construed amongstthis AddendumNo'l and shall take precedencein caseof any conflict(s)/ambiguity(s) andother provisions of the RFP. f - Data Sheet: positionsof "Junior (i) Refer page-l2 &, 13; the requiredexperience against the and replacedwith StructuraTEngineer"and "Junior Highway Engineer"are deleted the followins: andminimum Junior Education: PreferablyM.Sc. (Structural Engineering) Structural nS". lCiuil Engineering) Engineer Experience:Preferably ten (10) years-relevantexperidnce .[proven as Junior StructuralEngineer on Gn-t tOS-ly"ars' designexperience NationalHighwaYs Projectsl. and Education: PreferablyM.Sc.. (TransportationEngineering) tninimurnB.Sc. (Civil Engineering)' ,, Experience:Preferablyten(10)yearsrelevantexperience.[proven as JuniorHighway Engineer on Efit (08) ).ars' designexperience NationalHighwaYs Projectsl.

with the revisedpage-l4 (ii) Refer page-14; the entire Page-I4is deletedand replaced attachedas Attachment-I.

7 SummarvEvaluation Sheet: TechnicalProposals (QCBS)" is Refer page-17;"summary EvaluationSheet for full Evaluation Sheet for full deleted and replacedwith the revised page-l7 "summary TechnicalProposals (QCBS)" attached as Attachment-Il' , , ,, ,,',.,,,,,,,,,,. : 3. All otherterms and conditions shall remain same' ---ooOoo--- s*-

ign for Constructionof Ring Roadfrom (DepositWork) PageI of I Swabi Inierchange(M-l) to Gadoop AmazailndustrialEstate NationalHighway Authority

REQUESTFORPROPOSAL

For

CONSULTANCYSERVICES FOR FEASIBILITY STUDYAND DETAILEI) DESIGNFOR CONSTRUCTIONOF RING ROAD FROM SWABI INTERCHANGE (M-1) TO GADOONAMAZAT INDUSTRIAL ESTATE (DEPOSITWORK)

Tender No. 6(519)

Pages-I to 129

Octoberr2020 SavNo to Corruption Tableof Contents Table of Contents

DESCRIPTION PAGE NO.

LETTER OF TNVTTATION (LOI) I

ATTACHMENTS )

TNSTRUCTTONSTO CONSULTAI\TS (ITC) 3

DATA SHEET (DS) 9

SUMMARY EVALUATION SHEET l7

PERSONNEL EVALUATION SHEET 18

TECHNICAL PROPOSAL FORMS 19

FINANCIAL PROPOSAL FORMS 38

APPENDIX A 47 TERMS OF REFERENCE

APPENDIX B

LIST OF SUPPORTINGDOCUMENTS

APPENDIX C MAN-MONTH AND ACTIVITY SCHEDULE

APPENDIX D CLIENT'S REQUIREMENTSFROM THE CONSULTANTS

APPENDIX E 9l PERSONNEL,EQUIPME,NT, FACILITIES AND OTHERSSERVICES TO BE PROVIDEDBY THE CLIENT

APPENDIX F 92 COPY OF MODEL AGREEMENT

ConsultancyServices for FeasibilityStudy and Detailed Design for Constructionof Ring Road from Swabi Interchange(M-l) to GadoonAmazai Industrial Estate (Deposit Work) T

I SayNo to Corruption Letter of Invitation GOVERNMENT OF NATIONAL HIGHWAY AUTHORITY I 27-MauveArea, G-9/1, PostBox No. 1205, t ISLAMABAD

I LETTER OF TNVTTATTON(LOI)

I To, All prospectiveconsultants

I Gentlemen!

We extendwarm welcometo you andinvite you for participatingin this project.We I hope that you will live up to your reputationand provide us accurateinformation so that the evaluationis carriedout 'Just and transparent".Please understand that the contentsof this RFP, whereapplicable, shall be deemedpart of the contractagreement. An exampleto this affectcan be t the contentsof your work plan and methodologywhich you shall be submittingin your technical proposal.Since that is the basisof the selection,therefore, it shall becomepart of the contract agreementsubject to approval/revisionsof the sameby NHA duringthe negotiations.Similarly, all I other services and the content contributing to services shall be deemed part of the contract agreementunless it is specifiedfor any particularitem up-front in your technicalproposal which obviouslywill make your proposala conditionalproposal whereby, authorizing NHA to may or I may not considerto evaluateyour proposal.Please understand that if no suchmention appears up- front (i.e.on front pageof technicalproposal) then it shallbe deemedthat the consultantis in 100% agreementto the above.You arealso advised to kindly readthe RFPthoroughly as it candrastically t affect the price structurefor various serviceswhich may not be appearingdirectly in the terms of reference.tn the end, we appreciateyour participationand hope that you will feed a good proposal I to meritconsideration bv NHA. l GeneralManager (P&CA) Telephone: +92-5 | -90327 27 Fax: +92-51-9260419 I E-mail : [email protected], t Website:www.nha.gov.pk I I t ConsultancyServices for FeasibilityStudy and DetailedDesign for Constructionof Ring Roadfrom Swabi Interchange I (M-1) to GadoonAmazai Industrial Estate (Deposit Work) T SayNo to Corruption Attachments

ATTACIIMENTS

Instructionsto Consultants Data Sheet SummaryEvaluation Sheet PersonnelEvaluation Sheet TechnicalProposal Forms FinancialProposal Forms Appendix A (Termsof Reference) AppendixB (List of SupportingDocuments) AppendixC (Person-Monthsand Activity Schedule) Appendix D (Client's Requirementsfrom the Consultants) AppendixE (Personnel,Equipment, Facilities and other services to be providedby the Client). AppendixF (Copyof ModelAgreement)

ConsultancyServices for FeasibilityStudy and DetailedDesign for Constructionof Ring Roadfrom Swabi Interchange (M-1) to Gadoon AmazaiIndustrial Estate (Deposit Work) -2- t

I SavNo to Corruption Instructionsto Consultants I INSTRUCTIONSTO CONSULTANTS t. INTRODUCTION I 1.1 You arehereby invited to submita technicaland a financialproposal for consultingservices requiredfor the assignmentnamed in the affachedData Sheet(referred to as "Data Sheet" hereafter) annexed with this letter. Your proposal could form the basis for future negotiationsand ultimately a Contractbetween your firm and the Client namedin the Data I Sheet.

t.2 A brief descriptionof the assignmentand its objectivesare given in the DataSheet. Details I are providedin the attachedRFP for designservices provided in the Documentsand will becomepart of agreementsubsequently.

I 1.3 The assignmentshall be implementedin accordancewith the phasingspecified in the Data Sheet. l 1.4 The Client has been entrustedthe duty to implementthe Project as ExecutingAgency by Governmentof Pakistan(GoP) and fundsfor the project shall be arrangedby the Client.

I 1.5 To obtain first-handinformation on the assignmentand on the local conditions,you are encouragedto pay a visit to the Client before submittinga proposaland attenda pre- proposalconference if specifiedin the DataSheet. Your representativeshall meet the named t officials on the date and time specifiedin the Data Sheet.Please ensure that theseofficials are advisedof the visit in advanceto allow adequatetime for them to make appropriate arrangements.You must fuIly inform yourself of local conditions and take them into accountin preparingyour proposal. I + 1.6 The Client shall providethe inputsspecified in the Data Sheet,assist the Consultantsin I obtaininglicenses and permits needed to carryout the services,and make available relevant projectdata and reports. t 1.7 Pleasenote that: i. The costof preparingthe proposaland of negotiatingthe Contract,including a visit I to the Client,are not reimbursableas a directcost of the Assignment,and ii. The Clientis not boundto acceptany of the proposalssubmitted. t 1.8 The namesof the invited consultantsare given in the Data Sheet. I 1.9 We wish to remindyou that in orderto avoidconflicts of interest: a) Any firm providing goods, works, or services with which you are affiliated or associatedis not eligibleto participatein bidding for any goods,works, or services I (otherthan the servicesand any continuationthereof) resulting from or associates' with the projectof whichthis assignmentforms a part;and I b) Any previousor ongoingparticipation in relation with the project by firm, professionalstaff; its affiliatesor associatesundera Contractm lon f^GY,,.. I d>-= ConsultancyServices for FeasibilityStudy and Detailed Design for Construction Interchange I (M-1) to GadoonAmazai Industrial Estate (Deposit Work) I I

I SayNo to Corruption Instructionsto Consultants your proposal.You shouldclarify your situationin that respectwith the Client before I preparingthe proposal. l.l0 A firm may submitits proposalfor the Assignmenteither as an independentConsultant or as a Member of a JV Consultantsbut participationof a firm occurring in more than one I proposalfor the Assignmentis not allowed. In case a firm participatesin more than one proposal,all such proposalsshall be disqualified and rejected. Howeverthis condition I doesnot applyfor individualSpecialist Sub-consultant(s). 2. DOCUMENTS I 2.1 To preparea proposal,please use the Documentsspecified intheData Sheet. 2.2 Consultantsrequiring a clarificationof the Documentsmust noti$ the Client, in writing, not later than twenty-one (21) days before the proposal submission date. Any request for I clarificationin writing, or by cable,telex or tele-faxshall be sentto the Client's address specifiedin the Data Sheet.The Client shall respondby cable,telex or tele-faxto such t requestsand copies of the responseshall be sentto all invitedConsultants. 2,3 At any time beforethe submissionof proposals,the Client may, for any reason,whether at its own initiativeor in responseto a clarificationrequested by an invited consultingfirm, l modify the Documentsby amendment.The amendmentshall be sentin writing or by cable, telex or tele-faxto all invited consultingfirms and will be binding on them. The Client may I at its discretionextend the deadlinesfor the submissionof proposals. 3. PREPARATION OF PROPOSAL t It will consistof two parts- Technicaland Financial I 3.1 TechnicalProposal 3.1.1 The TechnicalProposal should be submittedusing the format specifiedand shall include duly signedand stampedforms appendedwith the RFP.This is a mandatoryrequirement for t evaluationof proposalsand needs to be filled up carefully. 3.1.2 For TechnicalProposal, the generalapproach and methodologywhich you proposefor carrying out the servicescovered in the TOR, including such detailedinformation as you I deemrelevant, together with your appreciationof the Projectfrom provideddetails and

(a) A detailedoverall work programto be providedwith timing of the assignmentof each I expertor otherstaff memberassigned to the project.This will alsoprovide the Client an opportunityto effectivelymonitor work progress.

I (b) Total numberof man-monthsand project duration as per TOR.

(c) Cleardescription of the responsibilitiesof eachexpert staff member within the overall I work program.

(d) The Curriculum Vitae (CV) of all Key Staff membersand an affidavit that proposed I staffshall be availablefor the assignmentduring the projectduration and their present place of duty must also be specified.The Consultantsare advisedto such I namesthat shallbe availablefor theAssisnment. ryD ConsultancyServices for FeasibilityStudy and DetailedDesign for Construction (M-l) to GadoonAmazai Industrial Estate (Deposit Work) 5{ t'*t':;f:,1; } *\ ./* I r4\.*l''oz, I Ki;r-19 I

I SayNo to Corruption lnstructionsto Consultants

(e) The technicalproposal shall includeduly filled in formsprovided with this RFP.The I name, background,and professionalexperience of each expert staff member to be assignedto the project,with particularreference to his experienceof work of a nature I similarto thatof the proposedassignment. (f) Current commitments and past performance are the basic criteria of technical proposal.You are requiredto providethe detailsof presentcommitments/on- going I jobs as referredin the Form A-10 of technicalproposal. Further, the basisfor the past performanceis the reportfrom DesignSection and Construction Wing of the Client.

I 3.1.3 In preparingthe technicalproposal, you are expectedto examineall termsand instructions includedin the Documents.Failure to provide all requestedinformation shall be at your own risk and may resultadversely in the scoringof your proposal.The proposalshould be t preparedas per RFPand any suggestionor reviewof staffetc. should be clearlyspelt out in form A-4. This will be discussedat the time of negotiationmeeting as and when called. I 3.L4 During preparationof the technicalproposal, you must give particularattention to the following: I a. The Firm needsto be registeredwith PakistanEngineering Council (PEC). b. If you considerthat your firm doesnot haveall the expertisefor the assignmentyou may obtaina full rangeof experienceby associatingwith otherfirms or entities.You may t also utilize the servicesof expatriateexperts but only to the extent for which the requisiteexpertise is not availablein any Pakistanifirm. In caseof Joint Venture,the proposalshould state clearly partnerswill be "Jointly and Severally"responsible for I performanceunder the Contractand one (Representative) partner will be responsiblefor all dealingswith the Client on behalfof the Joint Venture.Its o'Powerof Attorney" on this accountis to be enclosed.The representativepartner shall retain the responsibility I for the performanceof obligations and satisfactory completion of the consultancy services.PEC registersa foreign consulting firm for issuing license to provide consultancyservices in Pakistan,which is basedon formationof JV with the condition I that the foreign consultingfirm shall provide only that shareof consultancyservices by the JV for whichexpertise is not availablervith Pakistaniconsulting firms. A copy of JV agreementto be providedat the time of finalizing the contractdocuments with specific I responsibilitiesand assignments to be lookedafter by eachpartner. c. Subcontractingpart of the assignmentto the otherConsultants is not discouragedand I SpecialistSub-Consultants may be included. d. The key professionalstaff proposedshall be permanentemployees of the firm unless otherwisespecified in the Data Sheet.The minimum staywith the firm for suchpersons I is Six months.No alternativeto key professionalstaff may be proposedand only one CV may be submittedfor eachposition. The minimumrequired experience of proposed I Key Staffis specifiedin the DataSheet. e. The trainingshall be impartedduring the currencyof the contractif specifi in the Data I Sheet. K)$rt t (\ ConsultancyServices for FeasibilityStudy and Detailed Design for Construction (M-l) to Gadoon AmazaiIndustrial Estate (Deposit Work) ./ , ll t.,"r:{ I / I t SavNo to Corruption Instructionsto Consultants 3.1.5 The technical proposal shall not include any financial information.The Consultant's comments,if any, on the data,services and facilities to be providedby the Client and I specifiedin the TOR shallbe includedin thetechnical proposal. t 3.2 FinancialProposal 3.2.1 The financialproposal should be submittedusing the format specifiedand enclosedwith this RFP.This is a mandatoryrequirement for evaluationof proposalsand needs to be filled I up carefully.The total costis to be specifiedin the Form A-17 andaccordingly also in Form A-l l I 3.2.2 The financialproposal should list the costsassociated with the Assignment.These normally cover remunerationfor staff in the field and at headquarters,per diem, housing, transportationfor mobilizationand demobilization, services and equipment (vehicles, office t equipmentfurniture and supplies),printing of documents,surveys and investigations. These costsshould be brokeninto foreign(if applicable)and local costs.Your financialproposal t shouldbe preparedusing the formatsattached as formsA-l I to A-17. 3.2.3 The financial proposalshall also take into accountthe professionalliability as provided underthe relevantPEC Byelaws and cost of insurancesspecified in the DataSheet.

I 3.2.4 Costsmay be expressedin cunency(s) listedin the DataSheet.

3.2.5The evaluation committee will correct any computationalerrors. When correcting l computationalerrors, in caseof discrepancybetween a partial amountand the total amount, or betweenword and figures the formersrvill prevail. In addition to the abovecorrections, activitiesand items describedin the TechnicalProposals but not priced,in the Financial l Proposalsshall be assumedto be includedin the pricesof otheractivities or items.In case an activity or item is quantified in the Financial Proposaldifferently from the Technical Proposal,the evaluationcommittee shall correct the quantificationspecified in the Financial t Proposalso asto makeit consistentwith that specifiedin the TechnicalProposal. I 4. SUBMISSION OF PROPOSALS 4.1 You shallsubmit one original technical proposal and one original financial proposal and the numberof copiesof eachspecified in the Data Sheet.Each proposal shall be in a separate I envelopeindicating original or copy,as appropriate.All technicalproposals shall be placed in an envelopeclearly marked'oTechnical Proposal" and the financialproposals in the one marked "Financial Proposal".These two envelops,in turn, shall be sealedin an outer envelopebearing the addressand information specified in the Data Sheet.The envelope I shall be clearly marked, "DO NOT OPEN, EXCEPT IN PRESENCE OF THE EVALUATION COMMITTEE.''

I 4.2 In the event of any discrepancybetween the copies of the proposal"the original shall govern. The original and each copy of the technicaland financial proposalsshall be preparedin indelibleink and shallbe signedby the authorizedConsultant's representative. t The representative'sauthorization shall be confirmed by a written power of afforney accompanyingthe proposals.All pagesof the technicaland financial ls shall be initialedby the personor personssigning the proposal. t\ I ,') I ConsultancyServices for FeasibilityStudy and Detailed Design for Construction Swpbi Interchange (M-l) to GadoonAmazai Industrial Estate (Deposit Work) ; I I t SayNo to Corruption Instructionsto Consultants 4.3 The proposalshall containno interlineationsor overwritingexcept as necessaryto correct errorsmade by the Consultantsthemselves. Any suchcorrections shall be initialedby the I personor personssigning the proposal.

4.4 The completedtechnical and financialproposals be deliveredon or beforethe time. I date,and the locationspecified in the DataSheet.

4.5 The proposalsshall be valid for the numberof daysstated intheData Sheetfrom the dateof I its submission.During this period,you shallkeep available the professionalstaff proposed for the assignment.The Client shall make its best effort to completenegotiations at the I locationstated in the DataSheet within this period. f,. PROPOSAL EVALUATION t 5.1 A Single-Stage-Two-Envelopeprocedures shall be adoptedin rankingof the proposals.The technicalevaluation shall be carriedout first, followed by the financial evaluation.The Consultantsshall be rankedusins a combinedtechnical/financial score.

I 5.2 TechnicalProposal

5.2.1 The evaluationcommittee appointed by the Client shall carry out its evaluationfor all the I projectsas listedin Para 1.1,applying the evaluationcriteria and point systemspecified in the Data Sheet.Each responsiveproposal shall be given a technical score: St. The Consultantsscoring less than seventy (70) percent points shall be rejectedand their financial I proposalsreturned un-opened. T 5.3 FinancialProposal 5.3.1 The financialproposals of the three top-rankingqualiffing Consultantson the basisof evaluationof technicalproposals shall be openedin the presenceof the representativesof I theseConsultants, who shallbe invitedfor the occasionand who careto attend.The Client shallinform the date,time andaddress for openingof financialproposals as specifiedin the Data Sheet.The total cost and major componentsof each proposalshall be publicly t announcedto the attendingrepresentatives of the firms. 5.3.2 The evaluationcommittee shall determine whether the financialproposals are complete and I withoutcomputational errors. The lowestfinancial proposal (Fm) amongall shallbe givena financialscore: Sf of 1000points. The financialscores of the proposalsshall be computed asfollows:

I S/: (1000x Fm)/F t (F : amountof specificfinancial proposal) 5.3.3 Proposals,in the Quality Cum Cost Based Selection(QCBS) shall finally be ranked accordingto theircombined technical (St) and financial (S) scoresusing the weights(T- the weightgiven to the technicalproposal, P : the weight given to the financialproposal, and t T+P:l) statedin the DataSheet: I S : StxT Yo+SfxPYo t ConsultancyServices for FeasibilityStudy and Detailed Design for Construction Interchange I (M-l) to GadoonAmazai Industrial Estate (Deposit Work) T I

I SayNo to Corruption Instructionsto Consultants 6. NEGOTIATION

I 6.1 Prior to the expirationof proposalvalidity, theClient shallnotifu the successfulConsultant who submittedthe highest-rankingproposal in writing, by registeredletter, cable telex or I facsimileand invite it to nesotiatethe Contract. 6.2 Negotiationsnormally take from two to five days.The aim is to reachagreement on all I pointsand initial a draftcontract by the conclusionof negotiations. 6.3 Negotiationsshall commencewith a discussionof your technicalproposal. The proposed methodology,work plan, staffingand any suggestionsyou may havemade to improvethe I TOR. Agreementshall then be reachedon the final TOR, the staffing, and the bar charts, which shall indicateactivities, staff and periodsin the field and in the home office, staff t months,logistics and reporting. 6.4 Changesagreed upon shallthen be reflectedin the financialproposal, using proposed unit rates(no negotiationof the staff month rates).

I 6.5 Havingselected Consultants on the basisof, amongother things, an evaluationof proposed key professionalstaff, the Client expectsto negotiatea contracton the basis of the staff namedin the proposal.Prior to contractnegotiations, the Clientshall require assurances that I the staff memberswill be actuallyavailable. The Client shall not considersubstitutions of key staff except in casesof un-expecteddelays in the starting date or incapacity of key T professionalstaff for reasonsof health. 6.6 The negotiationsshall be concludedwith a review of the draft form of the contract.The Client and the Consultants shall finalize the contract to conclude negotiations. If T negotiationsfail, the Client shall invite the Consultantsthat receivedthe secondhighest scorein rankingto Contractnegotiations. The procedurewill continuewith the third in case I the negotiationprocess is not successfulwith the secondranked consultants. 7. AWARD OF CONTRACT I 7.1 The contractshall be awardedafter successfulnegotiations with the selectedConsultants and approved by the competent authority. Upon successful completion of negotiations/initialingof the draft contract, the Client shall promptly inform the other I Consultantsthat their proposalshave not beenselected. 7.2 The selectedConsultant is expectedto commencethe assignmenton the date and at the I locationspecified in the DataSheet. 8. CONFIRMATION OF'RECEIPT t Pleaseinform the Clientbv telex/facsimilecourier or any othermeans:

(i) That you receivedthe letter of invitation; t (iD Whetheryou will submita proposal;and I (iiD If you planto submita proposal,when and how you will transmitit. I ConsultancyServices for FeasibilityStudy and Detailed Design for Construction I (M-1) to GadoonAmazai Industrial Estate (Deposit Work) t I

T SayNo to Corruption Data Sheet I DATA SHEET LOI Clause DESCRIPTION OF CLAUSE I No. 1.1 The name of Assignmentis: "Consultancy Services for Feasibility Study and Detailed Designfor Constructionof Ring Road from Swabi Interchange(M-1) to I Gadoon AmazaiIndustrial Estate(Deposit Work)" The Client'sName is: NationalHighway Authority

I 1.2 The descriptionand the objectivesof the assignmentare: As per TOR t 1.3 Phasingof the Assignment(if any): Nil The Consultantshall commencethe assignmentupon signingof ContractAgreement I betweenNHA andthe successfulConsultant. 1.5 Pre-ProposalConference: Yes No- t The name(s)and address(es) of the Official(s)is (are):

GeneralManager (P&CA) I National Highway Authority 28, Mauve Area,G-9/l T Islamabad Date,Time and Venuefor Pre-ProposalConference: t Date: lSthOctober 2020 Time: 1100hours Venue: NHA Auditorium (HQ) National Highway Authority I 28, MauveArea, G-9/l Islamabad.

I 1.6 The Clientshall provide the followinginputs: I As per TOR and Appendix D. 1.7 Followingsub-clauses are added: I iii. The Consultantmay pleasenote not to suggestnames of key staff alreadyproposed in other proposalswith the Client or awardedrecently. This will affect adversely marking of these professionalsin evaluationof the technicalproposal. Their securedpoints are liable to be reducedby5A% if their nameappears in morethan I I previousproposal in which they are rankedNo. L Also, the existingload of work with a firm shall be consideredas one of the factorsfor the consi T awardof the work. iv. Form A-4 is meantfor commentson provisioncontained in RFP I d:^iii;: ConsultancyServices for FeasibilityStudy and DetailedDesign for Constructionof rterchange I (M-l) to GadoonAmazai Industrial Estate (Deposit Work) -9- I I

T SayNo to Coruption DataSheet Reference(TOR) and unless the observationsare noted in this particular form, anythingwritten elsewhereon this accountincluding financial implications, if any, I shallbe consideredofno consequencein the evaluationprocess.

V. Consultantsmay form a Joint Venture(JV) to qualiff for the Assignmentin which I casethe contractwill be signedbetween the Clientand all membersof the JV on the prescribedForm includedin AppendixE (copyof Model Agreement)subject to the rankingand successfulnegotiations. A JV may includeat the most four members. t To promote the consultancyindustry in the country, 50 marks (out of 1000 for Evaluation)are allocatedfor Transferof Knowledgein the form of JV with a new / I lessexperienced firm by sharingat least20% of Assignmentwith them. 1.8 The Invited Consultants/ Elieible Consultantsare: Any firm meetingthe following I requirements: (a) Valid Registration Certificate of Pakistan Engineering Council with relevant ProjectProfile Codes.Foreign consulting firms shallmake JV in accordancewith I Byelaw 6(2) and Byelaw 9 of the PakistanEngineering Council (Conduct and Practiceof Consulting Engineers)Bye-Laws 1986. Failure to provide valid RegistrationCertificate (license)of the firm (eachmember in caseof JV) by the t PECwill entitlethe Clientto rejectthe proposal (b) In caseof JV members,Letter of Intentto form JV on firm's letterhead (original is required,scanned copy is not occeptable).The specimen is attachedat Annexure- I 4 (c) TECHNICAL PROPOSAL FORMS A-l to A-10 duly complcted as per I Instructionsto Consultants/Data Sheetand requirementsof TOR (To be aftached with TechnicalProposal except Form A-4, which can be submittedwith or without t comments) (d) At the time of proposal submission/opening, page numbering,signing and stampingof proposalswill be checkedby CommitteeMembers. If any minor T discrepancyis found then sameshall be askedby the Committeemembers to the AuthorizedRepresentative of firms to correctit in front of all committeemembers. In the absenceof authorizedrepresentative, the concernedfirm will be announced I dis-qualified. (e) Lists of facilities available with the Consultantto perform their functions effectively (software,hardrvare, etc.). In caseof fV, the samewill be providedby I the leadfirm only.

(0 FINANCIAL PROPOSAL FORMS A-11 to A-17 duly completed as per I Instructionsto Consultants/Data Sheetand requirementsof TOR (To be attached with FinancialProposal). I (g) Audit Reports of the firm (s) for last three years duly certified by Chartered Accountant(To be attachedwith FinancialProposal). I '/t t^r I {f'frffi ConsultancyServices for FeasibilityStudy and Detailed Design for Construction i Interchange I (M-l) to Gadoon Amaza\Industrial Estate (Deposit Work) $ffi _10_ t I

I SayNo to Corruption Data Sheet I 2.1 The Documentsare: (a) Letterof Invitation(LOD. (b) Instructionsto ConsultantsflTC). T (c) DataSheet. (d) TechnicalProposal Forms. l (e) FinancialProposal Forms (0 Appendix- A: TOR andBackground Information. I (g) Appendix- B: List of SupportingDocuments (h) Appendix- C: Man-Monthsand Activity Schedule t (i) Appendix- D: Client'sRequirements from the Consultant. (j) Appendix- E: PersonnelEquipment, Facilities and OtherServices to be provided by the Client. I (k) Appendix- F: Copy of Model AgreemenVDraft Form of Contract& Appendices etc. I (l) Form of Contract(For Consultantsto perform servicesas a Joint Venture)

)) The words"Twenty-one (21)" is deletedin its entiretyand replaced rvith "Five (05)". T The informationwill be sharedthrough email or courier. The addressfor seekingclarification is: t GeneralManager (P&CA) National Highway Authority 28, MauveArea, G-9l1, I Islamabad E-mail: [email protected]

I 2.3 Add followingclause: I "The informationwill be sharedthrough email or courier" 3.1.1 Add following:

I The proposalsshould be boundin the hardbook bindingform to denythe possibilityof removalor additionof page(s).All the pagesof proposalmust be signedand stamped in original by authorizedrepresentative of the firmiJV. All the pagesmust be numbered T starting from first page to last. At the time of proposal submission/opening, page numbering, signing and stamping of proposalswill be checked by Committee Members, if any minor discrepancywill be found then same shall be asked by the I Committeemembers to the AuthorizedRepresentative of firms to conect it in front of all committeemembers. In the absenceof authorizedrepresentative,[email protected],9ncerned firm(s)will be announceddis-qualified. ( / (- I \/*t€ 3.1.4 c. The term associates,if usedin the proposalor otherwiseshall €&tttderedas ""rtG I f:{,sii;t ConsultancyServices for FeasibilityStudy and Detailed Design for Construct lnterchange T (M-l) to Gadoon AmazaiIndustrial Estate (Deposit Work) I i- { ,"- ^',,,-.. '';?1 -ll- I $# I

I SavNo to Corruption DataSheet an alternativeof JV member.Any personnelproposed for the Assignmentbut belongingto the so calledassociates shall not be markedin evaluationof technical I proposal like in case of Sub-consultants(except individual Specialist Sub- consultantshaving unique expertisewhich is rarely available OR an expatriate Personnel)who are not supposedto contribute in qualification of their main I consultants.

d. Proposedkey staff shallpreferably be permanentemployees who areemployed with I the consultantsat leastsix monthsprior to submissionof Proposal. Yes ! No_

I The minimumrequired experience of proposedKey Personnelis givenbelow: I FOR KEY PERSONNEL Team Education: PreferablyM.Sc. (TransportationEngineering) and minimum Leader/ B.Sc.(Civil Engineering). Senior t Experience: Preferablytwenty (20) years relevantexperience [proven Highway fifteen (15) years' designexperience as Team LeaderlSenior Structural Engineer Engineeron NationalHighways Projectsl; I He/ shemust alsohave performed as Team Leaderfor at leastthree (03) majorHighway Design Projects. I Senior Education: PreferablyM.Sc. (Structural Engineering)and minimum Structural B.Sc.(Civil Engineering). Engineer Experience: Preferablytwenty (20) years relevantexperience [proven I fifteen (15) years' designexperience as Team Leader/Senior Structural Engineeron NationalHighways Projectsl. t Pavement Education: PreferablyM.Sc. (TransportationEngg.) and minimumB.Sc. Engineer (Civil Engineering). Experience: Preferablytwenty (20) years' relevantexperience [proven I fifteen (15) years' designexperience as PavementEngineer on major HighwayProjectsl. t Transport Education: Preferably M.Sc. (Economics with specialization in Economist Transportation)and minimum B. Sc. (Civil/ TransportationEngineering) Experience: Preferablytwenty (20) years' relevantexperience fproven I fifteen(15) years'experience as Transport Economist in highwaysector]'

Junior Education: PreferablyM.Sc. (Structural Engineering)and minimum t Structural B.Sc.(Civil Engineering) Engineer Experience: Preferablyfifteen (15) years relevantexperience fproven tr,velve(12) years' designexperience as Junior StructuralEngineer on I NationalHighways Projectsl.

Junior Education: PreferablyM. Sc. (TransportationEngineering) and minimum I Highway B.Sc.(Civil Engineering). /1., Engineer ExDerience:Preferably fifteen (15) years relevantexpefiqdce fiproven I lTu,i'it.# ConsultancyServices for FeasibilityStudy and Detailed Design for Construction Interchange T (M-l) to GadoonAmazai Industrial Estate (Deposit Work) -12- I I

I SayNo to Corruption Data Sheet twelve (12) years' design experienceas Junior Highway Engineeron t NationalHighways Proj ectsl. and minimum Quantify Education: PreferablyBachelor's in Civil Engineering Surveyor D.A.E.(Civil). T Experience:Preferably fifteen (15) yearspost-qualifrcation experience in Highway Sectorwhich includesproven twelve (12) years'experience as I QuantitySurveyor on HighwayProjects. Note: The Consultantsare advisedto submit updatedCV's qtrictly !4 csrnplia4ca wilh the format d C I without regard to thp said format mav scorelow. I e.Training is animportant feature of thisAssignment: Yes-l-- No - I If Yes,details of trainingare given in TOR 3.2.3 Professional liability, insurances (description or reference to appropriate documentation): I The Consultantsshall be responsiblefor ProfessionalIndemnity Bond of the requiredamount at their own cost. This bond shall be in the joint name of Consultantand the Client. t ii. The Consultantsare requiredto insure their Employeesand Professionalsfor Hospitalization/Medical, Travel and Accident Cover for the duration of the Contract.The detailsprovided in Para 3.5 of SpecialConditions of Contractin I Model Contract.

4.1 The numberof copiesof the Proposalrequired is: I rechnicarProposar:,t#rff-T;t#ll' tfl.,liio',"Js'Jj T,il"it:'"HX I envelope. FinancialProposal: One Original with CD (soft form of completeFinancial Proposal in PDF as well as MS Word/Excel I Forms)in sealedenvelope. The addressfor writing on the proposalis: GeneralManager (P&CA) t NationalHighway Authority 28, MauveArea G-9/l Islamabad Telephone:+92-51-9032727 I Facsimile: +92-51-9260419 I 4.4 The dateand time of proposalsubmission is: Date: 29thOctober,2020 Time: 1130hours I Locationof Submission: NHA Main Auditorium NationalHighway Authority I 27 -Mauve AreaG-9 / | Islamabad. ConsultancyServices for FeasibilityStudy and Detailed Design for Constructi ffi Swabi Interchange (M-l) to Gadoon AmazaiIndustrial Estate (Deposit Work) i;\\ -13- I .--;I ! ::'l I !'(*1r,-..;l\..r I -t !) I k-f--/.^l I

I SayNo to Corruption Data Sheet I 4.5 Validity periodof the proposalis: 180days The bid shallremain valid up to 27thApril,2D2l I The locationfor negotiationof proposalis: GeneralManager (P&CA) NationalHighway Authority I 28-MauveArea G-9/1Islamabad Telephone:+92-5 | -9032727 t Facsimile:+92-5 | -9260419 5.2 The evaluationof technicalproposal shall be basedon followingcriteria: I Sr. Description/ Items Points No. l. Experienceof the Firm 100 I 1-a) GeneralExperience in roadTransport Sector a5) 1-b) Specific Experience related to particular Assignment* QA I 2. Approach & Methodology 250 2-a Appreciationof the Project ga) I (i). Understandingof theAssignment (30) (ii). Clarity of appreciation (20) (iir. Comprehensivenessofappreciation (20) I 2-b ProblemStatemenV Understanding of Objectives 6q) (r. IdentfficationofProblems/Objectives (30) I (i) Componentsof ProposedServices (20) 2-c Methodology Gq) (r. ProposedSolutionsfor this Project (30) I (i, Quality of Methodologt (20) (iir. Conciseness,clarity and completenessof proposal** (30) T 2-d Suggestedchanges for improvementin TOR 0-0) 2-e Work Program Q9) 2-f StaffinsSchedule Q9) I 3. Key Staff*** 450 4. PerformanceCertification from clients**** 100 I 5. PresentCommitments (current engagementand available 50 strength- justification) I 6. Transfer of Knowledge (Methodology/ Plans) >t?trk?t?k 50 Total Points: 1000

I Minimum qualifying technicalscore: (/7\ 7oo t 6)W,' ConsultancyServices for FeasibilityStudy and Detailed Design for Construction Interchange t (M-1) to GadoonAmazai Industrial Estate (Deposit Work) -14- t I I SayNo to Corruption DataSheet * PerformanceCertificate/ Assignment Completion Certificate (All completed t projects mentioned under TECHNICAL PROPOSAL FORM-A2 CONSULTANT' S EXPERIENCE/CLIENT' S REFERENCE). Note: Any project mentionedcompleted under Form A-2 (Part-B) will not be I considered for evaluation unless Performance Certificate/ Assignment CompletionCertificate with satisfactoryremarks by the client's representative is not attached.The Client NHA reservesthe right to verifu the Performance/ I AssignmentCompletion Certificates. *'t( Concisenessand clarity contains 10 marks and 20 marks will be for the completenessof the proposalswhich includesbut not limited to hard binding, I sequentialpage numbering, signing and stampingof eachpage of proposal.

(At the time of proposal submission/opening, page numbering,signing and I stamping of proposals will be checkedby CommitteeMembers, tf any minor discrepancywill befound then sameshall be askedby the Committeemembers to the AuthorizedRepresentative of firms to correct it in front of all committee I members.In the absenceof authorized representative,the concerned/irm(s) will be announceddis-qualified.) *'&'t Firm affidavit for presenceof personnelcaries 25 rnarks out of 450 marks I (completein all respectas per specimenannexed at Annex-C placed in TechnicalProposal Forms). *{'t* 25 out of 100marks will be allocatedfor provisionof affidaviton stamppaper I duly attestedby the Oath Commissionerto the effect that the firm has neither been blacklistednor any contractrescinded in the past for non-fulfillment of contractualobligations (complete in all respectas per specimenannexed at I Annex-B placedin TechnicalProposal Forms). **'t'** Transferof knowledgewould be in the form of joint venturewith new/ less I experiencedfirm(s) by sharing at least 20oh of Assignmentwith them for promotingthe consultancyindustry in the country.Criteriafor Newfirm are the I onewhich hascawied out maximum3 proiectsin 6 years. The pointsearmarked for evaluationsub-criteria (3) for suitability of Key Staff are: Sr. Points(%) Description/ Items I No. l. Acadernicand General Qualifications 30 ii. Professionalexperience related to the Project 60 I iii. Statuswith the firm (Permanent& durationwith Firm as per 10 LoI clause3'l'4 (d)) I TotarPoints: 100 5.3.1 Followingis added: The words "three top-rankingqualifing consultingfirms" is deletedin its entirety and I replacedwith thewords "qualifying consultants"

The date, time, and addressof the financial proposalopening shall be informed after I evaluationand approval of technicalproposals, accordingly. /(n (/)

4-i :t' I ,iltiti 'r'r;..w ConsultancyServices for FeasibilityStudy and Detailed Design for wabiInterchange I (M-l) to GadoonAmazai Industrial Estate (Deposit Work) \ r'l -15- I I t SayNo to Corruption DataSheet 5.3.3 The weightsgiven to the Technicaland FinancialProposals are: I Technical(T%): 80oA Financial(P%)z 20o I 6.3 Add followingat the endof this Para: The final person-monthsof each expert, if required,are subjectto adjustmentat the stageof contractnegotiation in line with demonstratedapproaches methodology and I needbasis. I 7.2 The assignmentis expectedto commencein: November2020 8 The Clauseis deletedin its entirety I T t I I I I I I I I t I ConsultancyServices for FeasibilityStudy and Detailed Design for Constructionof Ring Roadfrom SwabiInterchange t (M-l) to GadoonAmazai Industrial Estate (Deposit Work) -16- I I I I I I I I I I I I I I I I I I I I I I

SayNo to Corruption SummaryEvaluation Sheet

SUMMARY EVALUATION SHEET FOR FULL TECHNICAL PROPOSALS (QCBS)

Max., Firm I Firm 2 EVALUATION CRITERIA Weishtase Ratine Score Rating Score 1. Firms Experience 100 GeneralExoerience in roadTransport Sector 25 SpecificExperience related to particularAssignment t) 2. Aonroach and Methodolow 250 2-a. Appreciationoflhe]rcisq 70 (i) Understandingof theAssignment (30) (ii) Claritv of appreciation (20) (iii) Comorehensivenessof aopreciation (20) 2-b. ProblemStatement/ understanding of obiectives 50 i) Identificationof problems/Obiectives (30) (ii) Componentsof ProposedServices (20) 2-c. Methodoloev 80 (i) ProposedSolutions for this Proiect (30') (ii) Qualitvof Methodology (20) (iii) Conciseness.claritv and completenessof proposal* (30) 2-d. SuesestedChanges for Improvementin TOR l0 2-e. Work Prosram 20 2-f. Staffins Schedule 20 3. Kev Personnel** 450 (i) Team Leader/Senior Highway Engineer 140 (ii) SeniorStructural Engineer 115 (iii PavementEngineer 90 (iv) TransoortEconomist 80 4. Performance Certification from clients*** 100 5. PresentCommitments (current ensasementand available strength - iustification) 50 6. Transfer of Knowledge (Methodoloev/ Plans)**"* 50 TOTAL: 1000 Excellent - 1007o Vcry Good - 90-997o Above Avcrage - 80-897o Average- 70-79Vo Below Average - l-69Vo Non-complying- 07o S.orc: MrtiduD Wcigbtsg. t r|ailg / 100.Mininlr qulifyitrg sit b 70y. or 700nirk' .Cort'ets o4.l ckDirj ca'@w t0 nark an t 20 natb vil! betd lhe@''pLt28s of nt goposlt v,)hi4hta.h'1hs blt bt limibd to hud bitdirc, s.q@nttalWB Mbe ne,

*.Frn $itutitfd Fesn e olp.rhfuI @ks 25 Mtu outoft50,v,}t (codplzb itat Bp@t@ per tpaiwuqwk ld A^r&C pld.ed tu T..hniel Prop$dl FMs) *.r25 otaof 100tia,ks vit! bz akt at dfd pwision ddi.kDi! on stahppape. tt dteskn bf Ue Oalhconntriow to titcdect thd kefh h4 wiow beenbh.klistzd pastfor non-fulfillment of contractual obligations (completein all respectas per specimenannexed at Annex-B placed in Technical Proposal Forms). +***Criteriafor Newfirm is the one whbh has carried out mmimum 3 projects in 6 years.

ConsultancyServices for FeasibilityStudy and DetailedDesign for Constructionof Ring Roadfrom Swabi Interchange(M-l) to GadoonA Work) -17- I I III I I I I I I I I I I IIII I I

SayNo to Comrption Personnel Evaluation Sheet

PERSONNEL EVALUATION SHEET

and General Project related OVERALL Academic with the Firm** POSITION/AREAOF Status (Sum Name Qualification* Experience r0% RATING of E)PERTISE Weishtase30%o Weiehtaee60% WeiehtedRatines) Percentage Weighted Percentage Weighted Percentage Weighted (Show expertsto be evaluated) (A+B+C) all Ratine Ratine(A) Ratins Ratine(B) Ratins Ratins(C) (D TeamLeader/ Senior Highway Ensineer (iD SeniorStructural Engineer (iii) PavementEngineer (iv) TransportEconomist

Rating: - Excellent- l00o/o Very good -90-99"/" Above Average- 80-897. Average - 70-79"/o Below Average-l-69oh Non-complying-0o/o

Score:Maximum WeightageX rating / 100.

For TeamLeaderl Senior Highway Engineer,Senior Structural Engineer, Pavement Engineer, Transport Economist: M.Sc. - 100%;B.Sc. -70o/o.

6 montholder employee - l00o/o; Lessthan 6 monthsor associates-0olo

consultancys€rvicesfofFea9ibilityStudyandDetailedDesignforConsfuctionofRingRodfIonswabiI€fchange(M-l)toGrdoonAmazaiIddustrialEs|ate(Dsitwo&i8. SayNo to Corruption TechnicalProposal Forms

TECHNICAL PROPOSALFORMS

ConsultancyServices for FeasibilityStudy and Detailed Design for Constructionof Ring Roadfrom SwabiInterchange (M-1) to GadoonAmazai Industrial Estate (Deposit Work) -19- I

I SayNo to Corruption TechnicalProoosal Forms TechnicalProposal - Forms I {Notes to Consultarl shown in bracketsthroughout this Section provide guidanceto the Consultantto preparethe TechnicalProposal; they shouldnot appearon the Proposalsto be submitted.) I Checklistof RequiredForms (subparagraph 3.1.3 of ITC) I Required, ({) FOR]VI DESCRIPTION Page Limit A-l TechnicalProposal Submission Form A-1 Proofof legalstatus and eligibility I Attachment A-l If the Proposalis submittedby a joint "r/" If applicable Attachment venture.attach a letter of intent. A-1 Power of attorneyfor the authorized t "{" If applicable Attachment representativeofthe leadfirm as per Powerof instructionsgiven in specimenof letterof Attorney intent(Annexure-D). T Consultant'sOrganization and As sivenbelow Experience.

a A. Consultant'sOrganization J I A-2 B. Consultant'sExperiencel Client's 20 Reference C. Client'sSatisfaction Certificate t0 I alonswith details A-3 ApproachPaper on Methodology 50 proposedfor Performingthe Assignment t Comments/Suggestions of Consultant [SeefootnoteJ' A-4 A. On the Termsof Reference nla I B. On the CounterpartStaff and Facilities 2 A-5 Formatof CurriculumVitae (CV) for 8 pageseach CV proposedKey Personnel A-6 Completionand Submission of nla Reportsas per TOR A-7 Compositionof the TeamPersonnel nla and the Tasksto be Assignedto each TeamMember A-8 Work Plan/Activity Schedule nla A-9 Work Plan and Time Schedule nla for Key Personnel(Man-months EI staff and Proiect Duration as per TOR.) A-10 CurrentCommitments of theFirm n/a Note:Failure to provide required attachmentswith Form A-1 will entitle the Client to reiect the proposal

' The total numberof pagesfor combinedforms A-3 and A-4 shouldnot exceed50. A page is defined sideof 44 or :::l:, letter-sizepaper with font size of 10 or more. - '*t'-.:lj

ConsultancyServices for FeasibilityStudy and Detailed Design for (M-l) to GadoonAmazai Industrial Estate (Deposit Work) t

I SayNo to Corruption TechnicalProposal Forms Form A-1 I Tncnxrcl.L PRoposAL SUBMISSIoNFonm I (Tobe required from lead firm only) tLocation,Date)

I To: fNameand address of Client] I DearSirs: We, the undersigned,offer to providethe ... [mtun oF THEPRIJECTJ....in accordance with your Requestfor Proposals.We are herebysubmitting our Proposal,which includesthis I TechnicalProposal and a FinancialProposal sealed in a separateenvelope.

(If the Consultantis ajoint venture,insert the following): I We are submitting our Proposalin a joint venturewith: (Insert a list with full name and the legal addressof eachmember and indicatethe leadmember). We haveattached a copy of our letterof intent to form a joint venture,which detailsthe likely legal structureof and the confirmation of I joint andseverable liability of the membersof the saidjoint venture. I OR (If the Consultant'sProposal includes Sub-consultants, insert the following): We aresubmitting our Proposalwith the followingfirm(s) as Sub-consultants:(Insert a list with full I nameand country of eachSub-consultant.) We herebydeclare that:

I (a) All the information and statementsmade in this Proposalare true and we acceptthat any misinterpretationor misrepresentationcontained in this Proposal may lead to our I disqualificationand/or imposition of any sanctionby the client. (b) Our Proposalshall be valid and remainbinding upon us for the periodof time specifiedin I the DataSheet, Clause 4.5. (c) We haveno conflictof interestin accordancewith ITC Clause1.9.

I (d) We meetthe eligibility requirementsas stated in DataSheet Clause 1.8.

(e) Neither we, nor our JV Partner(s)/sub-consultant(s)or any of the proposedexperts prepared I the TOR for this consultingassignment.

(0 Within the time limit statedin the Data Sheet,Clause 4.5, we undertaketo negotiatea t Contracton the basisof the proposedKey Personnel.We acceptthat the substitutionof Key Personnelfor reasonsother than those stated in ITC, Clause6.5 may leadto the termination I of Contractnesotiations. (g) Our Proposaland any modificationsresulting from ons is binding I uponus. ConsultancyServices for FeasibilityStudy and Detailed Design for Swabi Interchange I (M-l) to Gadoon AmazaiIndustrial Estate (Deposit Work) t I

I SayNo to Corruption TechnicalProposal Forms l (h). Our firm/ eachmember of our JV is not participatingin any otherproposal for this Project.

We undertake,if our Proposalis acceptedand the Contractis signed,to initiatethe Services I relatedto the Projectnot laterthan the datementioned in Data Sheet4.5 (or the date extendedwith the written consentof Consultantin caseof delay in procurementprocess)

I We understandthat the Clientreserves the right to rejectall proposalsas per PPRA Rules. I We remain, Yourssincerely, I Signatureof AuthorizedRepresentat ive+of theLead Firm: {In full} {andinitial} I Nameand Title of Signatory: Nameof Consultant(Firm's name or JV's name): t In the capacityof: Address: I Contactinformation (phone and e-mail): I * The abovesignatory or his authorizedrepresentative should attend the proposal submissionand openingwith authority to sign and stamp any missingpages of proposal in line with instructions I given in clause 1.8 of the Data Sheet.The specimenof authorizationfor submissionis given at Annexure-D. I I I I t I I ConsultancyServices for FeasibilityStudy and Detailed Design for Constructionof Ring Roadfrom SwabiInterchange I (M-1) to GadoonAmazai Industrial Estate (Deposit Work) -22- I t

I SayNo to Corruption TechnicalProposal Forms Form A-2 I Clmxr's RnruReNce l o Hierarchy/organizational chart, Office address,Employees details, etc.,

IllustrateQualifications I o Generalexperience in roadTransport Sector o Specificexperience related to particularassignment should be givenon I following format: Using in the format below,provide information on eachreference assignment for which your firm, eitherindividually as a corporateentity or asone of the majorcompanies within a consortium, t waslargely contracted. I AssignmentName: Country. t Locationwithin Countrv: ProfessionalStaff Provided bv Your Firm:

I Nameof Client: No. of Staff:

I Address: No. of StaffMonths:

I StartDate (Month/Year): Completion Date Approx. Value of Services (in (Month/Year): CurrentUS$/Rs.)

I Nameof Associated No. of Months of Professional Firm (s), if any: Staff Provided by Associated I Firm(s) Name of Senior Staff (Project Director/Coordinator,Team Leader) involved and functions I performed: NarrativeDescription of Project I Descriptionof ActualServices Provided by Your Staff I t Consultants'Name: I ConsultancyServices for FeasibilityStudy and Detailed Design for Constructionof Ring Roadfrom SwabiInterchange I (M-l) to GadoonAmazai Industrial Estate (Deposit Work) I SayNo to Corruption TechnicalProposal Forms

Form A-3

AppnoacH PApERON MnrnoDor,ocy Pnoposnn Fon PnnnoRNIINGTHE ASSIGNMENT

ConsultancyServices for FeasibilityStudy and Detailed Design for Constructionof Ring Roadfrom SwabiInterchange (M-l) to Gadoon AmazaiIndustrial Estate (Deposit Work) -24- I

I SayNo to Corruption TechnicalProposal Forms Form A-4 (A and B)

I CoururNTs/SuccEsrroNsOr CoxSULTANT

[Providehere comments and suggestions on the Termsof Referencethat could improvethe quality/effectiveness I of the Assignment;and on requirementsfor counterpartstaff and facilities,which are providedby the Client, including:administrative support, office space,local transporbation, equipment, dala, etc., separately under Forms I Form-4Aand Form-4B respectively.l A. On the Termsof Reference(TOR) I L 8 "., I B. On the data,services and facilities to be providedby the Clientspecified in the TOR. l. I 2, Etc.

I l. The Consultantmay proposea team of expertsto best achievethe scopeof serviceand activities and to deliver outputs as required in TOR. Proposedchanges in position/individual inputs should be indicated and reasonedin the TechnicalProposal but incorporatedonly in the Financial Proposals (showing excess/saving,in datumPrice as worked out with the personmonths indicated in the RFP, I which must be clearly bifurcatedand marked red at each place for acceptanceor otherwise by the Client at its prerogativeduring negotiations) I (D The Proposalmay assignperson-month inputs differently from TOR. However, Key Personnel input totals in the Proposalshould not be less than the minimum totals of person-monthsinputs mentionedin DataSheet Sub-Clause-3.1.4 respectively. T (ii) The Proposal may include additional expert position/s. However, additional expert will be consideredNon Key Personnelfor the purposeof proposalevaluation.

(iii) If the Proposal drops or replacesa Key Personnelposition with a different one, the original I position will receive zero score in the technical evaluation and the new position added in the Proposalwill be consideredNon Key andwill not be evaluated.

(iv) DO NOT INCLUDE EXCESS/SAVINGINFORMATION IN TECHNICAL PROPOSAL. If I TechnicalProposal includes financial information, the Proposalwill be rejectedunder Clause- 3.1.5of ITC. When the Consultantsuggests a changein scopeof service.activities or output.the Consultantmust I describethe detailsin Form-4A and the changeshould not be incorporatedin the Proposal.Enumerate each suggestionin Form-4A with incrementalcost as a separateattachment to Financial Proposal indicating breakdowninto individual remunerationand expensesfor eachsuggestion. Forms A-11 to t 17 shouldbe preparedwithout incorporatingthe changes. (i) If Financial Proposalprovides no separateattachment about incrementalcost to a suggestion,the suggestionwill be consideredat no additional cost to the Client and no negotiationsfor an I incrementalcost shall be done; (ii) Do NoT INCLUDE INCREMENTAL COST INFORMATION rN TECHNTCALPROPOSAL. If Technical Proposalincludes financial information,the Proposalw I 3.1.5of ITC. I ConsultancyServices for Feasibility Studyand DetailedDesign for Construct wabi Interchanee I (M-1) to Gadoon AmazaiIndustrial Estate (Deposit Work) -25- T I

I SayNo to Corruption TechnicalProposal Forms I Form A-5 I FonMl.r Or CunnrculuM Vrrlr (C\0 Fon PnoposEDKnv Sr,q,rr

I 1. ProposedPosition: t 2. Nameof Firm: J. Name of Staff: I 4. Profession: I 5. Date of Birth: 6. Yearswith Firm: I 1 Nationality: 8. N.LC Number:

I 9. CellNumber:

10. Membershipin ProfessionalSocieties: I (MembershipCertificate of PEC/relevant council is Mandatoryfor Engineers.Copy of online updatedPEC/relevant council details, as per MembershipNumber will be attached)

T I 1. DetailedTasks Assigned on the Project: I r Key Qualifications:

I [Give an outlineof staff member'sexperience and training most pertinent to taskson assignment. Describedegree of responsibilityheld by staff memberon relevantprevious assignments and give I datesand locations. Use up to onepage]. r Education

I [Summarizecollege/university and other specializededucation of staff member,giving namesof institutions,dates attended and degrees obtained]. I o EmploymentRecord [Startingwith presentposition, list in reverseorder every employment held. List all positionsheld by staffmember since graduation, giving dates,names of employingorganizations, title of positions I heldand location of assignments.For experience,also give (vitiesperformed and Client I references,where appropriate]. ConsultancyServices for FeasibilityStudy and Detailed I (M-l) to GadoonAmazai Industrial Estate (Deposit W t I

T SayNo to Corruption TechnicalProposal Forms

I o Languages

[Indicateproficiency in speaking,reading and writing of eachlanguage: excellent, good, fair, or t poorl. I o Certification I, the undersigned,certi$/ to the bestof my knowledgeand belief that

I (i) This CV correctlydescribes my qualificationsand experience. (ii) I am not a currentemployee of the Executingor the ImplementingAgency. (iiD In the absenceof medicalincapacity, I will undertakethis assignmentfor the durationand in t termsof the inputsspecified for me in Form A-9 providedteam mobilizationtakes place within the validity of this proposal. T (iv) I was not part of the team who wrote the terms of referencefor this consultingservices assignment (v) I am not currently debarred by any department/organizationl(semi-autonomous/ I autonomous)bodies or suchlike institutionsin Pakistan. (vi) I certify that I havebeen informed by the firm that it is including my CV in the Proposalfor the {name of project and contract}.Iconfirm that I will be availableto carry out the t assignmentfor which my CV has been submittedin accordancewith the implementation anangementsand schedule set out in theProposal.

I If CV is signedby the firm's authorizedrepresentative:

(vii) I, as the authorizedrepresentative of the firm submittingthis Proposalfor the {name of I projectand contract),certi$ that I haveobtained the consentof the namedexpert to submit his/herCV, and that s/hewill be availableto carry out the assignmentin accordancewith the implementationarrangements and scheduleset out in the Proposal,and confirm his/her I compliancewith paras(i) to (v) above. I (viii) Latestcolored attested photograph stapled attached with the CV. I understandthat any willful misstatementdescribed herein may lead to my disqualificationor t dismissal,if engaged. t Signatureof authorizedrepresentative of the Date: Leadfirm Dav/MonthNear I

I Note: I ConsultancyServices for FeasibilityStudy and Detailed t (M-l) to GadoonAmazai Industrial Estate (Deposit Work I IT III II IITI

SayNo to Corruption TechnicalProposal Forms

Form 4,-6 CorrrplnrroNAND SunurssroN OF Rnponrs As PnnTon

Reports Date I 2.

a

4. 5. 6. 7. 8. 9. II IIII-IIITI TITTII

SavNo to Corruption TechnicalProposal Forms

Form A-7

CorrposrrroNOr THn Tnrvl PnnsoNNnLAND Tun Tmrs To Bn AssIcNnnTo Elcn TnarrlMBmnnR

1. Technicali\{anaserialStaff

Tasks Nameof assignment Naun Posrnon Presentlocation Assisnment involvedand clientsname

ConsultancyServices for Feasibility Study and ign for Construction of Ring Road from Swabi Interchange(M-l) to Gadoon Amazai Industrial Estate(Deposit Work) II IIII IIII IIII .IIII

SayNo to Corruption Technical Proposal Forms

Form A-8

Wom PlaN/Acrrvrrv Scnrnuln

Items of Work/Activities Monthly Program from dateof assignment(in the form of a Bar Chart)

I 2 3 4 5 6 7 8 9 10 ll t2 l3 t4 t5

ConsultancyServices for FeasibilityStudy and Detailed Design for Constructionof Ring Roadfrom SwabiInterchange (M-l) to GadoonAmazai Industrial Estate (Deposit Work) I I III I I I I I I I I I r I IIII I

SayNo to Corruption Technical Proposal Forms

Form A-9

Wom PlaN Ano TrnnnScnnnulB Fon Krv PnRsoxNnl

Months (in the form of a Bar Chart) Number of Months Name Position

1 2 3 4 5 6 a E 9 l0 ll 12 l3 t4 l5

Full Time: PartTime: Activities Duration

Yoursfaithfullv.

Signature (AuthorizedRepresentative)

Full Name Designation Address

[qt"4ts-Tigr for Constructionof RingRoad frorn Swabi Interchange (M-l) to GadoonAmazai Industrial Estate (Deposit Work) .r.t7'-*-1::":-\$rr.? IIIIII III IIIT IIII

SayNo to Corruption TechnicalProposal Forms

Form A-10 Cunnnnr CorvImmvrnNTsOp Tsn Flnu

(List MUST be comprehensiveincluding projectsfrom clientsother than NHA aswell)

Expected date of Nameof project Single or JV Task Assignment Start date ofthe project comnletion

ility Studyand Detailed Design for Constructionof RingRoad from SwabiInterchange (M-l) to GadoonAmazai Industrial Estate (Deposit Work) I

I SayNo to Corruption TechnicalProposal Forms

I Annex-A Specimen I (On Lead Firm's letterhead\

I LETTER OF INTENTION t Subject: Technical and Financial ProposalsFor Consultancy Servicesfor (Nameof Proiect) I This JointVenture (JV) is madeamong following parties; l) M/s as LeadFirm having_% share. I 2) M/s asJV Partnerhaving _% share. 3) IWs as JV Partnerhaving o/osharc. I 4) IWs as JV Partnerhaving Yoshare.

The abovefirms arejointly andseverally liable to the Clientfor preparationof Technicaland I FinancialProposals for ConsultancyServices for o'ft't,qunop rnn pnotncrf' (hereinaftercalled I "The Project"). The Firm heretoconfirm the understandinsas follows: I 1. Objective It is herebyagreed to form a Joint Venture for preparationof Technicaland Financial I Proposalsfor ConsultancyServices for "The Project" to be submittedto National HighwayAuthority, Islamabad (hereinafter called "The Client").

I The Partiesintend to do the following: a. Prepareand submita mutuallyagreed Technical and FinancialProposals for I the Project; b. Agree to proposesuitable staffing with high level of competenceto form a I competitiveteam for theProject. Enter into the mutually agreed ConsultancyContract Agreement with the I Client,if the projectis awarded. d. Performall the servicesto be undertakenfor the Projectunder the Consultancy I ContractAgreement if signed. I ConsultancyServices for FeasibilityStudy and of Ring Road from Swabi I Interchange(M-l) to Gadoon AmazaiIndustrial -33- I I

I SayNo to Corruption TechnicalProposal Forms

I 2. The authorizedrepresentative of JV shall be IWs.... for the future official correspondencewith the clienton behalfof JV,

I The original letter of intention(s)of the JV member(s)on letterheadis/are t affachedat...

I Forand on behalfof I I Sign & Seal of the Lead Firm t (AuthorizedRepresentative* of the Firm) t * Authorized Representative to sign the Letter of Intention cqn be; o For Sole Proprietor firm; Owner of the Firm, otherwiseOwner may authorize any person. I (provided Authorization Letter be submitted) o For Pqrtnership firm; Director of the Firm; otherwise, authorized personnel (provided I Authorization Letter be submitted. o For Private Limited firm; Director of the Firm, otherwise, quthorized personnel (provided I Authorization Letter be submitteil. o For Public Private Limited firm; Director of the Firm, otherwise, authorized personnel I (provided Authorization Letter be submitted). I I t I I ConsultancyServices for FeasibilityStudy and Detai of Ring Roadlrom Swabi I Interchange(M-l) to GadoonAmazai Industrial Estate -34- I I

I SayNo to Corruption TechnicalProposal Forms I

T AFFIDAVIT (ReeardineBlacklistine)

I Subject:[utua orraa pnorccn

I I, the undersigned,do solemnly declarethat IWs TNAMEoF rHE FIRW has neither been blacklistednor any contract rescindedin the past for non-fulfillment of contractual I oblisations. l Signatureof Authorized I Representativeof the firm(s) DaylMonthNear I I (Seal) I I I I I

Note: I The Affidavit is to be submittedon StampPaper of minimumRs. 30i- duly attestedby the OathCommissioner. In caseof SingleEntity, to be providedby the firm. I In caseof JV, to be providedby all the JV members

I ConsultancyServices for FeasibilityStudy and Detai ion of Ring Road from Swabi Interchange(M-l) to GadoonAmazai Industrial Estate ( lTr,. -35-

; \\ I SayNo to Corruption TechnicalProposal Forms

Annex-C

UI\DERTAKING (Regardins Personnel Availabilitv)

Subject:[wlun op ran pnoLncr|

I, the undersigned,do solemnlydeclare that theproposed personnel shall be availablefor the subject assignmentin the project duration as per the terms and condition specified in the Requestfor Proposal(RFP).

Signatureof Authorized Date: Representativeof the Lead firm DaylNlonthNear

(Seal)

Note: The Affidavit, on StampPaper of minimum Rs. 3 lv attestedbv the Oath Commissioner,is to be submittedby the Leadfirm only.

ConsultancvServices for Feasibilitv Studv and Detail lnterchange(M-l) to GadoonAmazai Industrial Estate I t SayNo to Corruption TechnicalProposal Forms

I Annex-D GeneralManager (P&CA) t NationalHighway Authority, t Islamabad,Pakistan

Power of AttorneJt I (Reeardins s ubmission of proposall

I Subject:[u,qua or raa pnoncr]

I DearSir, I, the undersigned,authorize Mr. Sio Mr. havingCNIC No. T to attendthe submissionand Openingof Proposalson behalfof all JV members. (Insert name of sole consultant in case of single entity else name of all JV members).He is I authorizedto attendosubmit, sign and stampany missingpages of the proposal(Technical t andFinancial) for above-mentionedproject on... (lnsert date). I

I Signatureof Authorized I Representativeof the Leadfirm Day/Month/Year I I Signatureand initial of AuthorizedRepresentative I I

ConsultancyServices for FeasibilityStudy and DetailedDesign for Constructionof Ring Road from Swabi t '37- Interchange(M-l) to Gadoon AmazaiIndustrial Estate (Deposit Work) I I SayNo to Corruption FinancialProposal Forms

FINANCIAL PROPOSALFORMS

ConsultancyServices for FeasibilityStudy and Detailed Design for Constructionof Ring Roadfrom SwabiInterchange (M-l) to GadoonAmazai Industrial Estate (Deposit Work) -38- I

I SayNo to Corluption FinancialProposal Forms Form A-11 I FrNaNcr.a.LPRoposAL SuBMIssroN Fonrvr I {Location,Date} t To: [Nameand address of Client] I DearSirs: We, the undersigned,offer to providethe consultingservices for [Insert the Project Name] I in accordancewith your Requestfor Proposaldated [Insert Date] and our TechnicalProposal. Our attachedFinancial Proposal is for the amountof {Insertamount in wordsand figures}, includingall Federal, Provincial & local taxesapplicable as per lcnvof the land. {Pleasenote that t all amountsshall be the sameas in FinancialProposal Form A-17).

Our FinancialProposal shall be bindingupon us subjectto the modificationsresulting from t Contractnegotiations, up to expirationof the validity period of the Proposal,i.e. beforethe date indicatedin Clause4.5 of the DataSheet. t We confirmthat we haveno conditionto statethat mayhave financial implications over and abovethe amountquoted above. I We understandyou arenot boundto acceptany Proposalyou receive. We remain,

I Yourssincerely, t AuthorizedSignature* {In full {andinitial} Nameand Title of Signatory: Nameof Consultant(Firm's nameor JV's name): I In the capacityof: Address: T Contactinformation (phone and e-mail): I

* The abovesignatory or his authorizedrepresentative should attend theproposal submissionand I openingwith authority to sign and stamp any missingpages of proposal in line with instructions givenin clauseL8 of theData Sheet. I I ConsultancyServices for FeasibilityStudy and Detailed Design for Constructionof Ring Roadfrom SwabiInterchange I (M-l) to GadoonAmazai Industrial Estate (Deposit Work) -39- I I t Sa,'No to Corruption FinancialProposal Forms I Form A-12 BnnaxnowN OFRlrns Fon CoxsuLTANcyCoxrnq.cr I Project: Consultant:

I Name Position Basic Social Overhead Sub- Fee Rateper Field Rateper Salary Charges (o/oageof Total (%age Month Allow. Month perCal. (o/oageof 1+2) (11-2+3) of 4) for (%oageof for Field Month l) project l) Work I Office fl) (2) (3) G\ (s) (6) (7) (8) I

I Notes: Item No. I Basic salaryshall includeactual gross salary before deduction of taxes.Payroll sheet I for eachproposed personnel should be submittedat thetime of negotiations. ItemNo.2 Social chargesshall include Client's contributionto social security,paid vacation, averagesick leaveand other standardbenefits paid by the companyto the employee. I Breakdownof proposedpercentage charges should be submittedand supported(see FormA-13). ItemNo. 3 Overhead shall include general administrationcost, rent, clerical and junior I professionalstaff and business getting expenses,etc. Breakdown of proposed percentagecharges for overheadshould be submittedand supported (see Form A-14). I ltem No. 5 Fee shall includecompany profit and shareof salaryof partnersand directors(if not billed individuallyfor the project)or specifiedin overheadcosts of the Company. t ItemNo. 7 Normallypayable only in caseof field work underhard and arduous conditions. Note I The minimumpercentage of item (l) shouldpreferably be 50%of (S). Note 2 The consultantis to provide appointmentletter and affidavit/undertakingduly signed t by eachof the individualstaff membersshowing salary rates as above.Further during executioneach invoice will alsobe providedshowing that the professionalshave been paid their salariesas per basicrates specified therein. Failing to which, the Client will I take punitiveaction against the consultantand shalldeduct the deficientamount from his monthly invoice. Moreover, it will be consideredas a negativemark on his I performancethat will be consideredfor future projects. Full Name: t Signature: Title: I I ConsultancyServices for FeasibilityStudy and Detailed Design for Constluctionof Ring Roadfrom SwabiInterchange I (M-l) to Gadoon AmazaiIndustrial Estate (Deposit Work) -40- I I SayNo to Corruption FinancialProposal Forms Form A-13

BRr,rxnowNOF Socnr, Cuancns

Sr.No. DetailedDescription As a %oageof BasicSalary

ConsultancyServices for FeasibilityStudy and Detailed Design for Constructionof Ring Roadfrom SwabiInterchange (M-l) to GadoonAmazai Industrial Estate (Deposit Work) -41' I

I SayNo to Conuption FinancialProposal Forms I Form A-L4 Bnn.q,KDowNOF Ovrnnr,lD Cosrs I

As a Toageof BasicSalary and Description I Sr. No. Detailed SocialCharges I I I I I I I I I I I I I I ConsultancyServices for FeasibilityStudy and Detailed Design for Constructionof Ring Roadfrom SwabiInterchange '42- I (M-1) to Gadoon AmazaiIndustrial Estate (Deposit Work) I I

I SayNo to Corruption FinancialProposal Forms Form A-15 I Page1 of2 I EsrlnnarnD LocAL CunRnxCY SALARYCOSIS/RTMUNERATION

Individual Monthly Total I Sr. No. of Position man Billing Estimated No. persons months Rate Amount (Rs.) l I Professional/ Key Staff I I I Sub-Total: I I I I T T I I t I ConsultancyServices for FeasibilityStudy and Detailed Design for Constructionof Ring Roadfrom SwabiInterchange I (M-l) to Gadoon AmazaiIndustrial Estate (Deposit Work) -43- I SayNo to Corruption FinancialProposal Forms

I Form A-15 Page2of2

I EsrmarrD LocAL CunnpxcY SALARYCoS:rs/RTMUNERATION I Individual No. of Monthly Billing Total Estimated Sr. No. Position man persons Rate Amount (Rs.) months IL Non-Key/ Support Staff I I I

Sub-Total:

The biddersare requiredto quotethe ratesof Non Key/SupportStaff given in the TOR in abovetable. The bidder(s)may proposeNon Key/ SupportStaff Person-Monthsin addition to those given in TOR; however,in such a casetenable reasons must be given in the TechnicalProposal Submission Form A-4 ooCommentson TOR". The Client's negotiation t committeewill deliberateon the requirementof additionalstaff duringnegotiation meeting. It is alsoto be notedthat the Clientis not boundto asreeto the reasonssiven in FormA-4. I

I I I I ConsultancyServices for FeasibilityStudy and Detailed Design for Constructionof Ring Roadfrom SwabiInterchange I (M-l) to GadoonAmazai Industrial Estate (Deposit Work) -44- I

I SayNo to Corruption FinancialProposal Forms Form .4.-L6 I Drnrcr (NoN-Sa,lARY)Cosrs

I Sr. Nomenclature Unit Qty. Unit Price Total Amount No. (Rs.) (Rs.) I Rentfor Office Accommodation L.S I 2. Office UtilitiesCosts L.S 3. Costof Furniture/ Furnishinss L.S 4. Costof Office/Other Equipment (on L.S I rentalbasis) i. Computersand Accessories ii. PhotocopyMachines I iii. CommunicationEquipment iv. Drafting/ Engineering Equipment I v. TransportVehicles vi. Sitevisits and Meetinss 5. Communication expenses L.S I 6. Draftine/ Reproductionof Reports L.S 7. Office/ Dr aftins,S upp I i es L.S 8. TopographicSurvey Report alongwith L.S I Plans 9. Traffic & Axle LoadSurvey L.S I 10. Soil andMaterial Investigation Report L.S ll Geotechnical Investigation Report P.S 1,5oo,ooo I t2. Hydrology& HydraulicStudy Report L.S 13. EIA Reportand NOC L.S I t4. Others not coveredabove to comply with TOR requirement* I Total NOTE:

I * Any additional item\ cost quoted againstthis line item must have provided solid\ tenable justification(s)detailed in technicalproposal submission Form A-4 "Commentson TOR" without indicating financial value therein. The client's negotiationcommittee will deliberateon the I requirementof additionalitem\ cost in casesuch firm standstop ranked.It is alsoto be notedby the Consultantsthat the Clientis not boundto asreeto the reasonseiven in FormA-4. t Costquoted against lump sumitems (mentioned in abovetable) inclusiveand remu staffshallnot be chargedseparately. I I ConsultancyServices for FeasibilityStudy and Detailed Design for Constructionof Ring ' nl I (M-1) to Gadoon AmazaiIndustrial Estate (Deposit Work) "*\.. I I

I SayNo to Corruption FinancialProposal Forms l Form A-17 I SunnunnvOr Cosr

I Sr. No. Description Amount (Rs.) I SalarvCost/ Remuneration t 2. Direct(Non-Salary) Cost I 3, SubTotal (l+2): SalesTax 16% on item S.No.3above which @ Not Applicabletill final 4. shall be kept as ProvisionalSum in the Contract decisionof the Courtof Law (a) I Aereement 5. Total: I Grand Note: 1- This cost is supposedto be built up in bid price and if anythingis left blankit shallbe deemedto be includedin the cost. I 2- The duesand salariesof staff are payableby the consultantin time and not later than l0th of the following month positively. In case of failure to do so Client shall interveneand pay these dues and salariesof the concernedPersonnel and recover I from the invoice of the consultantat actvalcharges paid plus l% of the amount.This will also be accountedfor adverselyin making assessmentof the Consultantsin the nextevaluation process for selectionof consultantswith reportof suchdefaults. I 3- Any Omissionor arithmeticalerror madeby the Consultantsin enteringthe amount against item 4 above shall also be rectified during evaluationof the Financial Proposal. I 4- Relevantdocuments are attached at the end of RFP. 5- The grandtotal is inclusiveof all the applicableFederal, Provincial and Local taxes. I All thesetaxes (except the SalesTax) arc requiredto be built in the quotedrates and not be mentionedseparately, I I I I ConsultancyServices for FeasibilityStudy and Detailed Design for Constructionof Ring Roadfrom SwabiInterchange I (M-l) to GadoonAmazai Industrial Estate (Deposit Work) -46- I I

I SayNo to Corruption Terms of Reference

I APPENDIX-A I I I I I I

I TERMS OF REFERENCE I t (roR) I I I I I I I ConsultancyServices for FeasibilityStudy and Detailed Design for Constructionof Ring Roadfrom SwabiInterchange -47' I (M-l) to GadoonAmazai Industrial Estate (Deposit Work) I I I CHAPTER NO. I. t INTRODUCTION I 1.1 BACKGROUND: The road from Swabi Interchange on M-1 to Gadoon Amazai Industrial I Area via S'uvabiis an important provincial road connecting traffic coming from Punjab and to Industrial Estate of Gadoon t Arnazai. The road carries Industrial heavy loaded traffic carrying goods which are manufactured or used to manufacture goods in Industri.al I estate. Due to narrow provincial road traffic remains congested and a direct ring road u.ill felicitate road user to easily reach Gadoon Atnazai I Industrial Estate. This facilitate should have been developed much I earlier for easl'movement to and from M-1 to Gadoon. The Feasibility and detail design for construction cf Ring road frorn I Swabi Interchange (M-1) to Gadoon Arnazai Industriai Estate is a new initiative requested by Government of Khyber Pakhtunkhwa to National Highway Authority on deposit work basis. The project will be considered I under PSDP 2O2O-21 for carrying or.rtfeasibility and detail dcsign of the t project.

As the road is provincial road. therefore NFl&-wfil-clA.lhg--pfeleg--an. I Deposit Work ba.sis. l T.2 }TEEDASSESSMENT: I The project will facilitate Industrial Products prepared in Gadoorr Amazai industrial estate ancl agricultural product of adjoining I area of Swabi, Zaida, Shahmansoor, Panjpir, , Kalabat, Baja etc. to move freely tov,'ards M-1 and fiom there to Pesha.war t and also up country to Karilchi. e The rirrg road r,viIl increase the traffic carryirrg capacity and wiil I provide better accessibility. . The existing structures wiii be accessed and improved to cater for fl the local catchment hydrology I \'4-''/^d t F'easibility study and detail design of Ring Road from Swabi Interchange M-1. to Gacloon Amazai Jndusi-rial llsta.te t v., s; 48 t I

Geometry of sharp curves and turns also require improvement. I The existing structures require evaluation & will be constructed I accordingly. Massive impact of the project on land use will surely help in the progress of area and local people, as employment and business t will be generated in vicinity by the implementation of the project. NHA is undertaking this provincial road on deposit work basis. I The Construction of this provincial road will provicle a better road I facility between two cities. I 1.3 PROJECT DEFINITION: NHA intends to appoint a Consultant to conduct "Feasibility Study t and detail design for construction of Ring road from Swabi I Interchange (M-1) to Gadoon Amazai Industrial Estate. I L.4 TECHNICAL PARAMETERS: Following Technical parameters will be considered for conducting I Feasibility Study for "Feasibility Study and detail design for construction of Ring road from Swabi Interchange (M- 1) to Gadoon I ArnazanIndustrial Estate. "

I C arriasewav Width b ach direction New Jersev Barrier t Total No. ofLanes No. of Lanes (each direction t Inner Shoulder both sides Outer Shoulders (both sides) 2.5m+ 0.5m

Cross Slope I o Pavement o Shoulder t Design Speed (Plain / Rolling / r2o/80/60 Mountainou Min. Stonpins sieht distance m > 185 I Max rate of super elevation oh !(ii';iiri;6 I wtr6#study and detail clesign of Ring Road from Swabi Interchange M- 1 to Gadoon Amazai Industrial Estatd t 4g rl I

L2 Horizontal Curvature (Plain I m 760 - r25 t? Rollins / Mountainous) 13 Max. Grade % 3 t4 Min. Grade o/o In fill 0.3 I In cut 0.5 15 Rate of vertical curvature: i) 'K'value for crest curves (based K/%A > 119 t on Passine Sieht Distance) iil 'K'value of Sae curves K/%A >45 L6 Fill Slopes H:V 2:7 I L7 Desien Life Years 10 18 Structure (Loading) o Culvert Class-A/AA I o Structure Class-AA/70 Ton Tank as per West Pakistan Code I t967

I 1.5 PROJECT OBJECTIVES: . This section is intended to provide safer, quicker and more I efficient passage to various cities of Khyber Pakhtunkhwa and Punjab Province. t . After construction of ring road as per feasibility report, smooth traffic flow will be possible & traffic accident ratio will be reduced I to a great extent. r Project reflected Government of Pakistan policy for development I of Industrial estates. . Vehicle operating cost will be reduced & traveling time will be I saved. . Job opportunities will be created for local people of Swabi and t Surrounding Cities. I I I t

I Feasibility study and detail design of Ring Road from Swabi Interchange M-1 to Gadoon Amazai Industrial Estate I 5[J I I O l. CHAPTER.NO. 2 DESCRIPTION OF PROJECT I 2.L LOCATION OF PROJECT:

I The project under consideration starts from Swabi Interchange (M-1) and terminates at Gadoon Amazai Industrial Estate having a length of I 35.4 Km (approx.).

DagtiU6rBn (h3l I OGadoon

Bad?

8€at : ,:.4 J;s ; i. st4rc !s4a 3- I ':': Seqtllihel.

I 6afidd{ I I I r:i':ox; LrO. al€ I 2.2 PROJECT SCOPE OF IVORK: I The project envisages Feasibility Study and Detail Design for construction of Ring road from Swabi Interchange (M-1) to Gadoon I Amazai Industrial Estate. The consultant after conducting Feasibility study of area will propose proper solutions by utilizing I best possible professional practices for the subject project. The Scope of work comprises of following but not limited to: I . Coordination with Locals & Concerned Departments including NHA field formations. I o Inception Report o Alignment Study Report I . Topographic survey Report along with Plans

I Feasibility study and detail design of Ring Road from Swabi Interchange M-1 to Gadoon Amazai hrdustrial Estate I I l. I$ Traffic & Axle Load Survey Report Feasibility Study Report I:' Soil & Material Invesfigation Report Geotechnical Investigation Report I Hydrolory & Hydraulic Study Report EIA Report and NoC I Tender Documents & Drawings along with Engineer's Estimate and BoQ t Land Acquisition & Utility Folders Formulation of PC-I I 2.3 TIME OF START: I The services shall be commenced after immediately after the signing of the contract agreement. I 2.4 TIME PERIOD: The services specified in the TOR shall be completed and all relevant I reports submitted in the form and format acceptable to the Employer, within (04) months from the date of signing of Contract I Agreement. I I I t I I I

I Feasibility study and detail design of Ring Road from Swabi Interchange Ir{- 1 to Gadoon Amazai Industriai Estate

,'r,.l I rl't 52 I l.'' lt r{ ?' Say No to Coruption Terms of Reference(Chapter-3) I CHAPTER- 3: SCOPEOF WORK & DELIVERABLES I 1. SEQUENCEOF ACTIVITIES Overallscope of work andthe sequenceof activitiesis asfollowing: I STAGE-I I Task No. Description 4.1 DataCollection & CoordinationReport I +.2AA Inception Report 4.3 Alignment Study along u,'ith KMZA(ML file I ''f.AA ''? Traffic & Axle Load Survey rt 4.5 FeasibilitvStudv Re I If project is feasible,the Consultantwill proceedto Stage-II with the approval of NHA. I STAGE.II -l T Description -l ic Survey Report along with Plans ---l I Soil & Material Investigation Report Geotechnical I & HydraulicStudy Report EIA Study Report and NoC I Design Reports: (i) Overall Design Report, (ii) Geometric Design Report, (iii) PavementDesign Report (iv) Structural Design Reporl

I TenderDocuments along with Engineer'sEstimate and Take-off Sheetsetc. Formulationof PC-l I Land Acquisition & Utility Folders I Grourd Validation & Alignmelt Stakeout I I 53 \ T FeasibilityStudy & DetailedDesign of Ring Road from SrvabiInterchange (M-1) to Gadoont\mazai IndustrialEsrare i Page I I ,( ,r ? J Say No to Corruption Terms of Reference (Chapter-3) 2. DESIGN PARAMETERS, CODES, & STANDARDS ETC.

I NHA understandsthat the parameters,codes, and standardsetc., given in following table shouldbe followed for carrying out the servicesrequired under this contract.However, thesemay be reviewedby the consultantand improvementmay be proposedon the basis of specialtzedknowledge and expertise in the context of project. Proposed improvements, if any, should be realistic, practicable, and cost effective in project context. If consultant requires any clarification regarding parametersthen same must be solicited in written and a timely manner instead of making a presumption.Bare minimum standards or inappropriate combination of the recommended I standards must be avoided in all design aspects.

A Policy on GeometricDesign of Highways and Streetsby I GeometricDesign AASHTO(preferably latest published version). Roller Coaster I profile will not be acceptableat all. PavementDesien AASHTOGuidefor Designof PavementStructures - 1993

AASHTORoadside Design Guide latest published I RoadsideDesign ftireferably version)

I Lighting Roadway lighting design guide by AASHTO (preferably latest publishedversion) I AASHTO Guide Specfficationsfor LRFD SeismicBridge Design (preferably latest published version) along with West Pakistan StructuralDesign Code of Practice for Highway Bridges and Seismic Zone Mapping of Pakistan

Highway Drainage Guidelines by AASHTO (preferably latest DrainageDesign t publishedversion) Designof Traffic Conhol Devices, Manual of Untform Trffic Control Devices WorkZone Safety, and preparation @UTCQ by 'Maintenance FHWA USA (preferablylatest published version) with of & Protection of due I considerationto the requirementsof NHA Traffic (MPT) Plans'

I For testingand specificationsof materials,following codesand ASTM, AASHTO, NHA GeneralSpecifications etc. t standardswill be followed: CapacityAnalysis and Level of Highway Capacity Manual (preferably latest published I Serviceanalysis version) Ensineer'sEstimate As per prevailingCSR of NHA

1-; >{

FeasibilityStudy & DetailedDesign of Ring Road from Swabi Interchange( (r Say No to Comrption Terms of Reference(Chapter-3)

3. KICK-OFF MEETING I Kick-off meeting will be held wherein Consultantwill give detailed presentationto NHA on the approach& methodology for canying out servicesand the correspondingtimelines etc. I 4. DETAILED SCOPE OF SERVICES 4.1 Data Collection& Coordination Renort

I The consultantwill coordinate with all concerneddepartments as well as field formations of NHA and accordingly collect any datapertaining to this project. The data shall be sharedwith NHA in Data Collection & Coordination Report and duly referredin the submissionsmade later on to NHA I in order to avoid any disparity.

The consultantwill also be required to determinethe requirement of all the ClearancesA{oCs I from concerned organizationswhich may be required in connection with desigry construction, operation, and maintenanceetc. of project and accordingly appriseNHA. Subsequently,consultant will be responsibleto obtain them from the concernedand then submit to NHA. This is an essential I requirement.The consultantwill describethis aspectin Data Collection & Coordination Report.

The consultantwill also collect requirementsand developmentplans etc. (if any) of all the I concernedagencies/organizationsldepartments/stakeholders through extensive& close coordination. Theseplans will be required to be consideredin canying out studiesunder this contract. This is an essential requirement and must be given due importance by the consultant. The consultant will I describethis aspectin Data Collection & CoordinationReport. t 4.2 Incention Report The consultant will carry out desk studies and then proceed for reconnaissancevisit. An Inception Report will be submitted which should elaborate the observations made in the I reconnaissancevisit along with photographsand describethe project in appropriatedetail. The report should also explain the methodology for adheringto the requirementsspelled out under this ToR. I 4.3 Alisnment Studv Renort Depending upon project requirements,the consultant will study the alignment in detail and submit Alignment Study Report along with KMZ file. Detailed presentation(s)on the alignment will I be given to NHA for perusaland consideration. t The Report should contain but not necessarilylimited to detailed description of alignment options along with self-explanatory maps, photographs, and comparative analysis etc. Detailed/elaborateddescription of the recommended alignment will be provided along with key I features, area-wisedivision, significance, maps & photographs,tentative list of required/proposed structuresespecially flyovers/bridges/interchanges etc., obstructionsin the form of urban centersetc., and requirementof link roads etc.

I 4.4' Traffic & Axle Load Survey Reoort

The consultantwill submit Traffic & Axle Load Survey Program to NHA, r,vhereinenough I points for traffic studywill be proposedin order to havebest possible estimation of volume as well as classification of anticipatedtraffic and carry out reliable analysis. I t""Krto, o&D

I FeasibilityStudy & DetailedDesign of Ring Road from SrvabiInterchange (M-1) I Estate I Pa-ee3 t I t' Say No to Comrption Terms of Reference(Chapter-3) Survey, journey time travel survey, tyre pressure survey, and axle load survey etc. Generated/ diverted traffrc volumes will be worked out. Origin-Destination Surveys will be canied out as and I where required. Weekly and monthly correction factors will be worked out to arrive at Arrnual AverageDaily Truffie (AADT). Growth factors will be worked out based on which the traffic will I be forecasted. Consultant shall undertakeAxle Load Survey using portable weighing machine for at least seven(7) days. Sufficient samplesof all axle groups shall be weighed for each day.Data shall be I annexedin the final report and used in the pavement design. Deliverable: Traffic & Axle Load Survey Report will be submittedwhich will not only form basis for economic & financial analysis but also for pavement design. Analyses for Capacity and t Level of Service using Highway Capacity Manual will also be made part of the report. I 4.5 FeasibilitvStudv Report The Consultantwill carefullyprepare and submit a Feasibility Study Report which should clearlydetermine whether or not the projectseemsfeasible from technical.financial. economical. I andenvironmental etc. standpoint. I If the project seemsfeasible, the consultantwill proceedto Stage-II with the approval ofNHA. 4.6 Topographic Survey Report alons with Plans

Topographic survey forms the basisfor Design. Poor quality of survey work producesnot only t incorrect designsbut also results in post construction problems with variations in cost and claims. It is desiredthat the Survey work is of top most order.

I As per "surveying & Mapping Act 2074", the Survey company must comply with the requirementof the Act. It is thereforerecommended that consultantshould use the latest technology for the topographic surveys, which include at least 04 (four) GPSDF for establishment of high t accuracycontrol points (as per requiredplan, specified herein). In casethe consultantdoes not have the requisitenumber of GPSDF, it is advisedto hire servicesofprofessional survey companieshaving the required expertise.A network of control points along the corridor will be developedinvolving at I least4 instruments. Before mobilizing to site for I Survey, the Consultant will submit Permanent Ground Monument made of detailedTopographic Survey Program Concrete l:4:8 with 75 mm steel nail with actual human resourcesplanned to embedded at center. Using spray paint and a I be deployed. The consultant will specify stencil, the monument number shall be the time line of survey program. Total painted.The size of monument shall be 150 mm square at top and 300 mm square at number of equipment with models and bottom. The height of monument shall be 900 calibration certificates not I more than 6 mm. Out of which 750mm shall be buried in months old will be produced. The name the ground. and qualifications of surveyors will also I be submitted. NHA reserves the right to interview the srrveyor if required. Upon request, the consultantshould changethe surveyor. If consultant wants to outsourcethe Survey work, it will be mandatoryto take prior approval of the Client. The Consultant must ensurethat the survey firm is I not black listed and has sufficientresources and complianceof Surveyingand Mapping Act 2014. I s- I FeasibilityStudy & DetailedDesign of Ring Roadfrom Swabi Inrerchange(M-1.,t I Estate I Page 4 I I t' Say No to Corruption Termsof Reference(Chapter-3) 4.5,1. Survey Monuments Besidesstart and at the end, it is required that Monuments will be fixed in the traverseline at I an interval of about 300 to 400 meters.These will be fixed at such locationsthat theseare least susceptibleto disturbanceand damage and do not pose a threat to traffic on existing I roads/tracksetc. 4.5.2. Controlfor Trsverse Projection:UTM I Datum: WGS84 Vertical Datum: MSL

I 4.5.3. Horizontal Control Minimum four (4) DGPS Primary Controls at start and End of the Project or as many as may I be required such that the distancebetween these points will not be more than 10 kms. Minimum observationtime will be at leastten (10) hours or as requiredfor eachof thesepoints. Thesepoints will be validated/verified with International Fixed Stationsin WGS84/ITRF referenceframes for an I averageambiguity resolution of 50Yoor better for a reliable network solution. Primary Controls I DGPS Primary Controlswill be establishedat a maximum distanceof 2.5 kms with one base and one rover using leapfrog method, by applying adjustmentsto createnetwork. Minimum observation time will be at least two (2) hours for each of thesepoints. At every 5 kms one I additional DGPS point with two (2) hours observation (to form an inter-visible pair) will be established,which may be used for Total station if neededfor topographic survey. I Secondary Controls DGPS SecondaryControls will be establishedat amaximum distanceof 333 meters with one base and two rover at alternatesides of Alignment (to form triangular network) using leap I frog method, by applying adjustmentsto createnetwork. Minimum observationtime will be at least 45 minutes for eachof thesepoints. I 4.5.4. Verticul Control Vertical Control will be establishedusing MSL from first order SOP Bench Marks with double run leveling. Digital level with an accuracyof 0.3 mm or less and single section 2m/3m staff I or invar staff with change plate on bottom will be used. The maximum distancebetween the two successivereading points will not be more than 50m. All horizontal control points are connectedwith monumentsmade for Horizontal primary and secondarycontrols with double run level to control the t height as mentioned above. 4.5.5. Monumentsfor Horizontal and Vertical Controls I The monumentsfor controls will be as per NHA specifications.The ITRF Controls, Primary Controls will be tied with two permanentpoints as per NHA Specifications. 4.5,6. Topographic survey (scule I:1,000); including on groundfeatures, buildings, Utilities and I Crossing Roads a. At important control section, if the large-scale structures are proposed to be built on the I sections,the survey range can be extendedreasonably if necessary.Enough Spot Levels (points)will be takento createa topographicmap in the scaleof 1:1,000 and 1:100 H:V scale b. The Consultantis requiredto observe10 cross-sectionacross ver Khadir. Bank to Bank. I Three cross-sections (one at the Bridge Site center-line f, liacentto centerline t,) e-, (; I FeasibilityStudy & DetailedDesign of Ring Road from Swabi Interchange(M-1) I Peo'- i t I ? SayNo to Comrption Terms of Reference(Chapter-3) up and down streamof the bridge. The BM for upon which the Model study suryey was done I should be incorporatedin the traverse/level circuit. 4.5.7. Centerline Points (stake) and Measurement of elevation of route stake a. The distancebetween the centerlinepoints will not be more than 50m in general,in caseof I the pond the stakeis fixed on the bank of the inclination and waterline. b. The distancebetween the stakesis 5m-8m on the sectionof roads which have retaining walls. I c. The distancebetween the stakesis 10m on the interchangeslip road whose radius is lessthan 60m. d. The distance between the stakes is 5m for the 10m before and after the chainase of the I abutmentfor a total distanceof 20m. e. Minimum three longitudinal sections(parallel to Alignment) including the centeraxis, the left I and right edge lines of the bridge will be measured.For the places where the topography is changedand bridge pier and abutment,more stakeswill be established. I f. For the culverts, the chainage and elevation of the crossing point will be measured;the longitudinal sectionof the water channel50m upstreamand downstreamof the crossingpoint will alsobe measured. I g. The stakesare placed on the edgesofthe crossedroads. The stakesshould be fixed on the crossingpoints. There is also a need to collect the coordinates,elevation, angle, width and road level of the crossingpoints (50m aroundthe crossingpoint). The coordinates,elevation, I and angleof left, middle and right lines of the important crossedroads shouldbe collected (100m aroundthe crossingpoint). I h. The position of 10KV high-pressurepole(tower) aroundthe route within 100m, andthe power line's lowestelevation on the crossingpoint t i. The stake'selevation will be measuredone by one. j. It is necessaryto establish more stakesin casethere is any pipeline or building crossingthe alignment; the height difference between the bottom elevation of such pipeline or building t and the ground will be measured 4.5.8. Crosssection Points I a. The crosssection should be measuredone by one. b. The cross section of the embankment should be measuredat 50m or less interval for the straight line sections and curve sectionswith radius larger than 5,000m. At curves having I radiusless than R:5000 m, the crosssections will be measuredat preferably25m interval. c. The crosssection will be measuredto the ROW limit. t d. For the alignmentsections with proposedretaining wall, the crosssection will be measured at 5m interval e. For the bridgepier, the measuringrange of the crosssection is 10m at both left andright sides I of the center;for the bridge abutment,the measuringrange is till the ROW limit 4.5.9. Interchanges (l:1,000) Map I Extraction of featureswill be done & points will be taken beyond the ROW of 100m and I insidethe minimum Regiondetined for Interchangesto create1:i000 map. The minimum length of

FeasibilityStudy & DetailedDesign of Ring Road tiorn SrvabiInrerchange (M-1) to I Page 6 I t,-, -.-, 58 \l Q4' I ?' Say No to Comrption Terms of Reference(Chapter-3) 4.5.10.Riverine Surveyfor Crossing Canuls - Short Bridge t Measurethe centerlongitudinal sectionofthe canalfrom 100mupstream to 50m downstream, and measurethe crosssection of the canal at 10m interval which is perpendicularto the axis of river. The canal edgesmust be taken recorded along with all break points to clearly define the canalshape. I 4.5.11.Riverine Surveyfor Crossing Rivers - Long Bridge In casethe crossingof Major River is encountered,sufficient cross-sectionswill be required to run the physical or numerical model for computation of water surfaceprofiling. Location of cross- t sectionswill be as per requirementof the Software.

4.5.12.Survey for Crossing ll/ater Chunnels/ Nullahs I Measurethe centerlongitudinal section of the water ChannelA{ullahsfrom 100m upstreamto 50m downstrearn,and measurethe cross section of the water channel/nullahsat 10m interval, which is perpendicularto their axis. Minimum 5 points will be takenat eachtaken at eachcross section to I correctly depict the top and bottom of the sloping bank, width of bank and center of channel.The distancebetween the crosssection points will not be more than 5m for wider water channelsA.{ullahs. I 4.5.13.Survey coruidor The detailedtopographic survey in normal circumstanceswill be carried out in a corridor of 100m. At locations of crossing rivers, nullahs the detail of survey extent is given in respective I sections. I 4.5.14.Mapping (Unit of Measurement) Metric units will be used throushout. t 4.5.15.Scale Besidessoft copy,mapping of drawingswill be plottedto a scaleof 1:1000.

I 4.5.16.Details to be Shown Buildings/Structures I 1. The plinth line of all permanentbuildings. 2. Constructiontype of building (whether brick (B), semi-concrete(SC), concrete(C). I doublestorey (D) etc.). 3. Ruins or partially demolishedbuildings or foundations- by the wall and masonry visible at the time of the survey. I 4. Namesand type of usageof all buildings,schools etc. 5. Buildings underconstruction. t Roads, Tracks and Footpaths 1. Kerb line or edgeof surfacingto carriageways,and alongthe edgeline markings. I 2. Tracks. 3. Pedestrianbridges and footpaths. I 4. Trafficislands (similar to kerbline). 5. Destinationof road for junctions I 6. Bridges(over railway, river, etc.)

T FeasibilityStudy & DetailedDesign of Ring Road from Swabi Interchange1tU-t; to Amazai Industrial Estate I Pape 7 I I rt r I t' Say No to Corruption Terms of Reference(Chapter-3) I . Levels over railway line in caseof at gradeor gradeseparated crossings. 8. In caseof power transmissionlines crossingalignment, level of electricwire with respect I to survey control will be recorded. Industrial I 1. Name and type of industry, Boundary wall and building structure inside. 2. Tanks (indicatetype of materialstored e.g. fuel, gas,water, etc.) I 3. Sewagedisposal works details. 4. Chimneys (substantial). I Road Furniture (In case of existing road) 1. KM post (valueto be noted). I 2. Bus stopfacilities. 3. Traffic signal posts and controllers. I 4. Guardrails. 5. Road signs. I Boundary Features 1. Fences. t 2. Gates. 3. Boundary stoneslocated/used for fieldwork. I 4. Walls. 5. Burial grounds. t 6. Historicalareas. Railways I 1. Gaugefaces of railway running rails with elevationsof rail top. 2. Level crossings. I 3. Platforms. 4. Bridges(over road, river, etc.) t 5. Stationbuilding. 6. Telegraphpoles (indicate the referencenumbers)" t Survey 1. Survey DepartmentTrigonometric Stations. I 2. PermanentGround Markers. 3. Suwey DepartmentBenchmarks used (Indicate referencenumber andlevel). I I 60 \L- t FeasibilityStudy & DetailedDesign of Ring Road from Swabi Interchange(N1-l) to Gadoon AmazaiIndustrial E,state I Page8 \ ll I ?' Say No to Corruption Terms of Reference(Chapter-3) ll'oods, Trees & Recreation Areas I 1. Playing field. 2. Land-useand vegetation,etc. 3. In caseof trees in the survey corridor, the surveyor has to assigna code defining the girth t of the tree. Trees with varying girth as specified in the CSR for payment will be in respectivelayers. I Slopes and Esrthworks 1. Cutting and embankmentswith any protection work done. t 2. Terracedslopes. 3. Borrow pits / Quarries. I 4. Retaining wall. 5. Rock outcrops(if any). I 6. Mining tips (if any). 7. Indicate date of survey if on-going earthworks is presentand mark the affected area. I Services und Utilities 1. Transformers(boundary fences only). I 2. Electricity sub-stationsand switch boxes (boundaryfences only). 3. Pylon lines (indicate levels at lowest point at sag and at pylon towers). I 4. Pylon bases. 5. Pylon referencenumbers and voltage of transmission. I 6. Radio, TV station mastsor towers. 7. Telecompoles. I 8. Electricity poles. 9. Water mains pipes and stop valves (Indicate diameterof pipe). I 10. Manholes(circular and square). lYnter & Drainage t 1. Lakes. 2. Pondsor mining pools. I 3. Reservoirs. 4. Rivers (nameto be indicated). 5. Streams. I 6. Ditches (width to be indicated). 7. Canals. I 8. Wells (diameteror width to be indicated). I 9. Swamps.

I FeasibilityStudy & DetailedDesign of Ring Road from Sr,vabiInterchange (M-1) to Gadoon AmazaiIndustrial Estate I T t o Say No to Comrption Terms of Reference(Chapter-3) 10.Lined drains (width, depthand type to be indicate). I 11.Water towers. 12.Culverts. I 13. Waterfalls. 14. Jetties(if any). 15.The top of banksof all water featuresover 1.0m wide will be detailedand the bottom of t banks as indicated by the water level at the time of the survey. The direction of flow of all river, streamsand watercourseswill be indicated. I 16. Slopeswith height greaterthan 1.0 meterof too sharpgradient to be shown by contours, including river and streambanks are to be shown on conventional markings and the top and bottom of slopesare to be shown as dotted lines. I 17. Slope conventions will be drawn as near as possible to indicate the actual shape of the slopeface, i.e., all bermsand terraces will be detailed. I Any other featuresnot listed, which are requestedby the Client will also be shown. 4.5.17.Bridge detuils I The bridge details will be shown on a separate drawing for each bridge. The bridge observationsin form of coordinateswill include the following: - a) The coordinatesand levels of the four cornersof the bridge (points will be on the adjacent t road surface),the two edgesof the piers, abutment and wing walls. b) The coordinates and levels of the bridge deck to the intermediate piers (if any) of the I bridge. c) Length, width and type of constructionof bridge. t d) The type and location of servicesadjacent to the bridge. e) The coordinatesand levels of the centerline and the road on the bridge at approximate I intervals of 5 m. D The cross-sectionalclearance envelope at the two sidesof an overpassridge (with respect to the road centerlinepassing undemeath) showing all the relevantlevels, offsets and skew I angle. 4.5. I 8. Culvert details t Details of eachculvert are to be shown on the survey plans and a separatesheet with tabulation of the following information is to be submittedwith the plans: - t a) Type of culvert and diameter. b) Chainageof culvert at the road centerline. 6s'y% c) Skew angle of the culvert from the centerline. ; 'i:ii::i;:,J I {; {f l:';': :; ;;11 d) Length of culvert from eachside of the centerline. r\t,\- / t, e) Invert levels of the inlet and outlet. I D A sketch of the inlet and outlet structuresincluding all visible dimensionsto a scale of 1:200. I tn 6Z \J - - t FeasibilityStudy & DetailedDesign of Ring Road from Swabi Interchange(M-1) to Gadoon Anazai IndustrialEstate | Pagel0 I I ? SayNo to Comrption Terms of Reference(Chapter-3) For major culverts (diameter> 2.0m) the outlet structuresare to be properly measuredenough points will be recordedso that the culvert can be modeledin CAD. I 4.5. 1 9. Existing Ro sd/embunkment In case alignment runs along the existing road, sufficient points should be taken acrossthe I existing road to fully define the cross-section.Below are minimum points shown for the existing roadway cross-section.For the existing carriageway, the width of carriageway, inner and outer I shouldersshould be clearly identified and coded. I t 4.5,20.Details of junctions and existing roads The Surveyorwill suryey all junctions to enablethe designerto design the junction properly. I A corridor width of 70m and will be taken for a distanceof not less than 150 metersup and down the proposedintersection ofthe road or as requiredby the client. t All paved roads, main roads and footpaths or tracks having the width greater than 2m will have a minimum oftwo (2) points defining both edgesof the carriageways.Consecutive points along the road feature will not exceed20m in rural areasand lOm in urban or built-up areas.More points I are generally neededto define curved feature such as slip roads,islands, etc. Levels of the road centerline will be recorded for paved roads having widths greater than t 6.0m. The main destinationof the road from the junction will be recorded by the Surveyor. Where necessaryto survey along an existing road, the Surveyor will follolv the marked changesalong the centerline.In addition to the road edgesconsecutive points along the edgesof the I carriageway (i.e. along the edge line marking on both sides) will be picked up and wili not exceed 10m. More points are generally to define super-elevationchanges at curve sections I 4.5.21.Digital Ground Models @GM) The product of the field survey data, after processingwill be DGM. The accuracyof DGM will dependupon the accvracyof the digital data collected in the field. Before processingthe data, it I is important to run the data filtration. All data points with incorrect x, y or z values will be removed. It is also important as well to properly identify the break lines like road, nullah edge with natural faults. Void areaslike buildings will also be marked. The topography will be fully labeled for every t objectrecorded. All survey feature lines will herein be referred as strings. The data will be presentedby the Surveyor in a form suitable for input to the software to be used for generation of DGM. Using the I recorded data in x,y,z format on data logger, the ground surface over the required area will be simulatedby strings of coordinatedinformation along characteristiclines on the terrain. The models I will consistof three-dimensional(3D) contourstrings. The existing road surfaceover the required areawill be simulatedby 3D strings of coordinated information along characteristiclines on the existing carriageway.Any other strings that do not affect I the accuracyof the groundsurface may be assigneda null level. The Surveyor will obtain prior approval from the Client for any to be digitized but I that do not absolve the Surveyor from the subsequentaccuracy W of the model. TIN ,f.1: I Feasibility Study & Detailed Design of Ring Road from Sr,vabiInterchange (M-1) :' I O\trtA l ? Say No to Corruption Terms of Reference (Chapter-3) (Triangular irregular network) will be developed by using software.Using TIN, Contour generation will be done. I 4.5.22. Grid The coordinatesof the DGM will be in Easting, Northing and elevations. I 4.5.23. String Labeling The ground featuresincluding break lines will be labeled with the exact description shown t under AUTOCAD LAYER NAME. Any additional labels may be consideredand the Surveyor will submit the list for approval prior to their usage in the DGM. t 4.5.24.Property Model This model will be stimulatedby a seriesof 3D null level strings and text strings and includes the following: - t a) Strings of land lots (null level strings) b) Land use and type (Text Strings) T Attributes to land type and use will be appendedto in the AutoCAD format. Such information will be used by the Surveyor when preparing Land Utility folders at the end. t 4.5.25. Contours After digital data collection of survey points at site, the contour generationwill be done by using computer software. The interval will be 1 m. The smoothnessfactor to be defined in the I software should be such that it should not distort the ground contour representation.The contours shouldbe well labeled. I During data collection, break lines on the ground should be very well picked that affects the contour generation. Contours will be shown by continuous lines with a thicker line for every fifth contour (Prominent Contour). Contour and spot heights will be differentiated from other detail. The I value of each contour will be indicated along the contours at intervals not exceeding200 mm and / or the edgesof the Mapping area. Where becauseof undergrowth, on-going earthworks, swampy areas,or other obstructions, I the ground surface is obscured,or accessis restricted, and provided the Client prior agreementis obtained,contour can be shown by broken lines to indicate that their accuracycannot be guaranteed. T 4.5. 2 6. L ong itudinal Pr oJile und Cros s-Se ctio n The longitudinal profile plan will be plotted in A1/A3 size (as instructedby Client) to a scale of 1:1000Horizontal and l:100 Vertical with chainageinterval of 25 m unlessotherwise specified or t instructed by the Client. The cross-sectionalplan of the existing road will be plotted in A1 size to a scale of 1:100 both horizontal and vertical with 25 m interval. The plan will show the chainage I interval as specified and the existing ground profile and all the existing features. 4.5.27.Field Books and Record All field books and computer data must be properly kept and will record truthfully all the I swvey work carriedout. The Surveyorwill do all workings in properbooks, adequately in good style and according to best practice.All field books will be done in ink. Unsatisfactory works and errors will be struck off and there will be no superimposedwriting or erasure.Client's Representativemay I check the field books now and then to ensure that a high standardof work is maintained. He rnay requestthe Surveyor to carry out some spot checksif he has reasonabledoubt on the accuracy of the I sulvey work. The Surveyor will comply with such requests unless he can prove to the client's .rtffi I FeasibilityStudy & DetailedDesign of Ring Road from Swabi Interchange(M- 6 I I t SayNo tor Comrotion Terms of Reference(Chapter-3) representatrvettative torfor hrshis satrstactronsatisfaction that such ctchecks are unnecessary.All field books and comouter t datawill I be certified by the qualified surveyor. Deliverable:Deliverable: TopographicSurvey RepcReport along with Planswill be submittedon 1:1,000scale for mainr carriagewayand 1:5,000for interchaninterchanges.Each control/traversestation will be shownin the T report alongrlong with coordinates thereof, locatiolocation mapldiagram, sketch with reference to permanent features,r, and at least one photograph. Total number of equipment with models and calibration certificatesttesnot more than 6 months old will als,also be made part of Report. The namesof surveyorswill I also be submitted. 4.7 Soil & Material InvestisationInvestieation Renort I SoiSoil & Material Investigation will be done to ascertainthe index and engineeringproperties of soil &L rrrock encountered.The consultantis required to seek,interpret and evaluatesubsurface and surface dadata in order to predict the behavior of the soils and materials along, and adjacent to, the I alignment.:nt. The resulting information should be presentedin a logical and intelligible manner so that it can bee uused correctly and efficiently by the non-specialist. As per fixed horizontal and vertical alignment,:nt, identify the areas of deep cuts and high fills. Study precise geometry of the roadway I structureses and develop design requirements.Field investigations will be carried out in three main areas:-

I support potential offered by the subgradesoils; Investigation to determine the source and quantity of naturally-occurring construction materials; I Examine specific sites such as deep cuts, retaining walls and culverts etc.

Fiollowing table presents the guidelines for the quantity of roadway pits or borings and I requiredI testing. The values given are tentative investigation requirementsand the actual scope will t dependuupon whether preliminary or detailed investigations are required. Road.waytype Siisht(d)i Spacing {m), Plptht'nl Uniform 1000 <2 Rolling 500 I i.0 Hilly 250 Uniform 500 I Embankment 2-10 Rolling 400 1/3 of embankmentof refusal Hilly 200 Uniform 600 T >10 Rolling 300 2/3 of embankmentof refusal Hilly 150 I Uniform 1000 <2 Rolling 500 1.0below subsrade Cut Hilly 2s0 I Uniform 800 2-10 Rolling 400 1.0below subgrade Hilly 200 ,ffii I 'ii,il.i: Uniform 600 5{ /i >10 Rolling 300 1.0below subsrade I Hilly 150 s-*;

Study & DetailedDesign of Ring Road fiom Swabi Interchange(M-1) to Gadoon AmazaiIndustrial I Page13 I 65 I I ? Say No to Corruption Terms of Reference(Chapter-3) Tentativeguidelines for testingrequirements are given below: Frequeniy I ,::Te--t iis.tb.g14 Borrow area I Gradation o o I perkm I per boring/pit Moisture Content o o I perkm I perboring/ pit I Classification o o I perkm 1 per boringl pit MoistureDensity o o 2per5km I per borrow area I CBR a lperlkm I per borrow area

I 4.7,1. Material Investisation

Every effort should be made to locate sufficient quantities of naturally occurring construction I materials at regular intervals along the alignment and as close to the alignment as possible. In caseof potential quarry sites, test borings are likely to be necessaryto confirm the quantity and quality of material available.Bulk samplesfor qualitytesting may be obtainedfrom adjoining bedrock outcrops I provided that the samplesobtained from such sourcesare truly representative.Test results from any nearby operationalquarries should also be included. Guidelines for testing requirementsof materials t areas following:-

FineAggregate .n CoarseAge{QA-at$ t. Water, P.C. -r s==u.b==b-4F.9/= I :- ll: ::::::.$.6!e,:;.jja:.4 ii(i eonC.lgJeI ffi Gradation o a o o o I AtterbergLimits a o o Sulphate o o o o a Soundness I Lossby Abrasion o o a OrganicImpurities o t SandEquivalent a o o Soluble Sulphates a O SolubleChlorides o a I FriableParticles o a o o 4. Thin & Elongated ffi6x a o .,fi "**{3ii Particles I o o

Water is required for proper compaction of earthworks, and water points will be necessary I at frequent intervals along the alignment. An assessmentshould be made of the likely sources of water from any existing wells and from the geological formations underlying the route. Samplesfor I teststo assessthe suitability of water for concretewill be necessary.

T FeasibilityStudy & DetailedDesign of Ring Road from Swabi Interchange(M-1) to Gadoon AmazaiIndustrial Estate I Page 14 I I ? SayNo to Comrption Terms of Reference(Chapter-3) 4.7,2. Soil Classification

I Soil descriptionis necessaryfor all test pits and boring logs. The descriptionsshould be standardizedso that the main characteristicsare given in the same order i.e. Mass Characteristics will include field strength,moisture content, bedding state if applicablediscontinuities and state of I weathering.Material Charclcterislicswill coverColor, Compositiorr,and grading.Particle shape, soil nameand soil group.Both Unified and AASHTO classificationwill be used. Deliverable: Soil & Material Investigation Report will be submitted as per requirements I spelledout in the precedingparas.

I 4.8 GeotechnicalInvestigation Report The consultantshall submit tentative geotechnicalinvestigation plan (including scopeas well as timelines) to NHA based on reconnaissancesurvey suggestingthe total number of bore holes, I depth of each bore hole (basedon geological formation at site & the type of foundations proposed for the structures) and a list of proposedtests basedon available dataand prevailing site conditions to get approval from NHA before carrying out detailed geotechnical investigation. After the I formulation of tentative scope of work for investigations and subsequent approval of NHA, geotechnical investigations will be carried out by the consultant himself or nominated specialist I contractor.Representative(s) of NHA may visit the investigation site. If the consultanthimself carries out investigations,payment thereof will be made by NHA to the consultant. However, if the consultant is deficient in the expertise to perform geotechnical I investigations on its own, then a registered Geotechnicalfirm(s)/ company(s) shall be called by the consultant for nomination of specialist contractor subjected to approval of NHA. Work shall commenceon site basedupon a formal agreementbetween the consultant and nominated specialist I contractor (including quantities,rates, work scheduleand ToR). The consultant will submit invoice of nominated specialistcontractor to NHA upon which direct payment will be made by NHA to the specialist contractor. Consultantwill supervisethe subsurfaceinvestigation work carried out at site I by the nominated specialist contractor and certi$ the supervision of work. Consultant will be responsiblefor the quality and accuracyat site. Standard PenetrationTest (SPT), Cone PenetrationTest (CPT) or any other test deemed I necessarybased on underlying soil strata as per approved plan shall be carried out. Sub-surface investigationsconsisting of boreholes/ drill holes / test pits of required depth, supplementedby field and laboratory testing to accuratelyassess the engineeringproperties of the underlying soil stratafor I detailed design of foundations, substructures and roads shall be undertaken satisfying design requirements.Testing of samples collected from site shall be carried out in a reputed laboratory, I under strict quality control and adherenceto relevant ASTM procedures/ standards. Deliverable: Comprehensive Geotechnical Investigation Report will be submittedto NHA. Bore logs along with original lab reports shall be attachedin the soil report along with colored I photographs.

4.9 Hvdroloey & Hydraulic Studv I 4.9.1. Obiective The objective ofthe hydrological and hydraulic study is to mathematically/numericallymodel I the project area to design cross drainage structuresand road embankmentheight to protect it from future floods. The major objectivesare: I ?.:67 K}\'-sQ) \5 I FeasibilityStudy & DetailedDesign of Ring Road from Swabi Interchange(M- strial Estate T I (^ ? SayNo to Comrption Terms of Reference(Chapter-3) I

I dissipatersfor erosioncontrol etc.)

I 4.9.2. Activities The consultant will adopt state-of-the-art mathematicalmodeling approach using industry- standardsoftwares for the hydrological and hydraulic assessmentthat will incorporates following I activities: a. ReconnsissanceSarvey I The field survey will include geo-tagged photographs of the existing cross drainage structures, measurementof structure sizes; evaluation of structural condition, general soil evaluation and land use in the area. In casethere is track alignment, all possible locations of I water crossingswill be identified with water marks and width of waterway. b. Riverine Survey I The consultant will determine, in a timely manner, the requirement of Hydraulic Model Study of Bridge(s) from Inigation Research Institute (IRI), Government of Punjab. Accordingly, the consultantwill cany out riverine survey as per requirement and complete I satisfaction of IRI and extend complete support & assistanceto IRI during model study. The findings/recommendationsetc. of the Model Study Report will be duly consideredin detailed I designofproject. c. MeteorologicalAnalysis The meteorologicalanalysis will be basedon maximum availablerecord (preferably more I than 30 years) from all the surrounding observatories.The analysismust include:- I determining best data best fitting on either of Gumbel Max, Weibull or Log Pearson I 3 distributions. will use spatialanalysis (for meteorologicalmodels) for finding out design storm I value in the study area/ watershedderived from the surrounding observatories. t d. lV'atershedDelineation The activity includes delineation of watershed affecting road and evaluating physiography and topography of the catchment/ watershed-area. The watersheddelineation t will be carried out using industry standardtools e.g. ArcHydro, Topaz, WMS and DHI MIKE suite etc. The digital elevationmodel (DEM) for watersheddelineation will be of at least30 meter resolution or better. Satellite imagery and any availabletopographic survey will be used I for stream/ river correction in the DEM.

I 68

I FeasibilityStudy & DetailedDesign of Ring Road from Swabi Interchange(M-l) to' Aln Iti t T SayNo to Comrption Termsof Reference(Chapter-3) ]4, e. Soil and Lond ase The hydrological soil type and land use will be assessedin the catchmentto evaluate I Loss,routing and roughness.The hydrological soil type and land use may be marked using satelliteimagery and classificationmethods available in GIS with spotsite verification. I f. Surfuce Runoff Model The surface runoff for all ungauged basins will be calculated using tools like "Hydrological Modeling System"(HEC-HMS) and WatershedModeling System(WMS) for I large basins and for small TR-20 can be used. The model will be preparedusing GIS techniques/ software like HEC-GeoHMS and WMS etc. The preparationwill include 'fhe complete sub-basin characterrzationlike basin area, slope, roughnessand lag-time etc. I preferred method is as follows: I I I The hydrologicalmodel will be integratedinto hydraulicmodel based on field surveyancl judgment, stream and cross drainagestmctures identification through imagery and marking I streamsthrough GIS methods. The consultant may also take into consideration future catchment changes likely to I influence flooding risk. g, Hydraalic Analysis The calculated storm flows will be modeled through or around road structuresusing 1D I models like HEC-RAS, HY-8, MIKE 11 and SWMM. The culverts in general will be designed using HY-8 based on data prepared through "Watershed Modeling $1stem" and field survey. The bridges andmapping of flood plains will be carried out through tb hydraulic I models like HEC-RAS or MIKE 11. The hydraulic model will be prepared using GIS techniqueslike HEC-GeoRAS,WMS or MIKE 11. The hydraulic model resuitswill be used for assessmentof flood impact and analysis of alternatives for its mitigation. The hydraulic I structureswill be designedtaking into account standarddesign criteria for highways. irobabiliity(AtPi I 50% 4% 2=ir -=:(?p I main lanes): I arterials: Iverts -...... I all bridges* a Minor arterials and collectors (includi I :Culverts 69 t Feruibility Study & DetailedDesign of Ring Roaclfrom Swabi Interchange( i IndustrialEstate i Page 17 I t tr Say No to Corruption Terms of Reference(Chapter-3) bridges*

I rm drain systemson controlledaccess hi main lanes): nlets,drain pipe, and

I nlets for depressed

torm drain systemson other h I nlets,drain pipe, and

nlets for depressed I s{' + The0.5% (200-yr) and 0.2%(500-yr) AEP eventsshould be calculatedforscour I lons. All structuresmust be evaluatedto the IYo Anrtual ExceedanceProbability (AEP) flood event or 100yr return period. Selectinga design flood is a matter of judgment; it requires I balancing the flood risk with budgetary constraints,therefore the consultant is required to submit its proposal and take approval from national highway authority. The designershould design a facility that will operate: t Efficiently for floods smaller than the design flood. Adequatelyfor the designflood. I Acceptably for greaterfloods. Deliverable: Hydrology & Hydraulic Study Report will be submitted. The report must be self-explanatory I in nature and organizedin an intelligible manner.Each & every page of the report must be signedby the concerned specialisVexpertand stamped by consulting firm. The report must include but not t necessarilylimited to the following: - a. Executive Summary. b. Reconnaissancesurvey report. t Detailed flowchart of whole analysis process along with description of tools used at different stages.The flowchart must be supportedby comprehensiveexplanation. Geo-taggedpictures marked on satellite imagery with respectto catchments. t Detail watersheddelineation and analysis. Meteorologicalanalysis. Soil and land use classification. ru[ I Surfacerunoff model results. I .irij-rirt i j{ 1D hydraulicmodel resultsfor design. Hydraulic design of structures. I Embankmentheight according to HFL. Design of all river training works including but not limited to Guide Banks (if required)

I 4.10 EIA Studv Report and NoC

The consultantwill be required to cany out EIA Study and obtain NoC thereof from the EPA I concerned.For detailed scopeof services,refer to the chapteron EIA Study. I I I T ?( Say No to Comrption Terms of Reference (Chapter-3) 4.ll DesignReports

I 4.11.1.Overall Design Report The consultantwill prepareand submit a comprehensiveOverall Design Report which should include key details about alignment study, topographic survey, traffic survey, soil & material I investigation,pavement design, geometric design, structural design etc.

4.11.2. Geometric Design Report I The geometric designwill be carried out by the consultantfollowed by preparation of plan & profile drawings. The drawingswill become apart of TenderDrawings. A comprehensiveGeometric Design Report will be prepared and submitted. Geometric improvement of the existing I road/alignment(if applicable)will alsobe considered.

4.11.3.Pavement Design Report I Consultant will prepare and submit PavementDesign Report complete in all respect basedon Soil investigation /material characterization on the finalized alignment and finalized traffic study e tc. The Pavement Design Report will include / contain all necessary soil I material investigation tests and complete process of ESALs determination starting from AADT. All typical pavementcross-sections clearly elaboratingall details will also be made part of pavement design report. In addition, the consultant will provide the details of I EmbankmentDesign as well as drainagedesign. Pavementwill be designedfor a period of 10 years design life. In addition, overlay design for other 10 years or for remaining numbers of year to cover complete concession I period will also be provided. In this rcgard, Consultantwill also submit suitable assumptions used for the overlay design.Each input to design should be duly calculated/justifiedthrough I proper referencingin the Report. The pavement designshall be carried out by the consultant on the basis of AASHTO Guide for Design of Pavement Structure-I993. In this regard, pavement type selection process of AASHTO PavementDesign Guide-1993 shall also be t followed. In addition,pavement design shall also be validatedthrough Mechanistic-Empirical approachusing KENPAVE software. Shell Model shall be used under KENLAYER analysis. All calculations shall be attachedin the report in hard and provided in soft (editable) form as I well. Relevant drawings in this regard will become apart of Tender Drawings. 4.11.4.Structural Design Report I Design of structureswill be carried out by following the design codes & standardsspecified in earliersection of the TOR, followed by preparationand submissionof Structural Design Report I and StructuralDrawings. These drawings will become a paft of Tender Drawings. 4.12 Tender Documentsalong with Engineer's Estimate and Take-off Sheetsetc. T Tender Documentsshall comprise of the following: - Volume-I I

I sheetsin editableformat for "C" factor along with biddins document.

I FeasibilityStudy & DetailedDesign of Ring Road from SrvabiInterchange (M-1) to Gadoon AmazaiIndustrial Estate lPage 19 I I t( Say No to Corruption Terms of Reference (Chapter-3) Volume-II I Volume-III

Particular Specifications,Special Provisions and Bills of Quantities(BoQ). Consultant I shall prepare comprehensive BoQ to be calculated to reasonable accuracy encompassing all the items of work, properly cross referenced to the Technical I Specifications.Standard format of Bill of Quantities shall be adopted.BOQ must be submitted along with soft copy (Microsoft Excel) of take-off sheets. I Yolume-IV (Tender Drawingsl The consultant will prepare and submit Tender Drawings. The Drawings will include the following details (Any of the following elementsnot applicable for this project will I be excluded from drawings): - I draftsman etc. will be shown.

I provide at a single place all the salient featuresof project. t managementmeasures. I t of way along the project length. I the project length. I showing cut and full along the alignment. alignment data including curve data. I carriageway, interchanges,and toll plaza (if any) approachroads, and road network (if any) within service areas. t of toll lanes/tollbooth facilities areto be designedbased on queuelength analysis. I

plans & detailsthereof as per MUTCD & NTRC etc).Proposed Location of traffic signs I and gantriesetc., along the alignmentmust be shown on the drawings.

I onproper capacity analysis, preferably for minimum20 years. \\\i ti ry,rrdrf---rrt$:sed r. , r r rr 4 i1 I [f | Pebqfi,ihtySiStp DetailedDesign of RingRoad from Swabi Interchange (M-1) to GadoonAmazai Inclustrial Estate I Page20 \{.'\to";oil \ ,/?lJ I 7z SayNo to Comtption Terms of Reference(Chapter-3)

Drainage plan for surface runoff and urban areas. Plan and Profile Drawings. I Structural Drawings for: new structures and, if applicable, old/existing structures requiring rehabilitation/reconstructionetc. ProposedLandscaping & Horticulture as per best international practicesand experiences t on similar projects,wherever required. RoadsideDesign. Proposed Design for Lighting as per best international with tailorins I considerationsto suit local conditions. Highway Drainage design. Requirementof Traffic Control Devices, Work Zone Safety, and "Maintenance & I Protection of Traffic (MPT) Plans". MPT shall be for the following situations: - a) Where any existing road intersectionwill be affected during project execution. I b) In urban areas including methodology for separating the local and through traffic. c) At placeswhere undergroundconstruction like constructionof box culverts and I underpassesis involved. d) At places where overheadbridge constructionis proposed. Designof pedestrianoverhead bridges (if any) I Design for provision of ducts/crossingof future utilities like OFC, pipelines etc. Design along with location tables of U-turns, side drains, serviceroad, median barrier, as per international standardsand best safetypractices. t Occupational safety and health measuresas per international standardsand best safety practices. Proposeddesign and linear plan ofanti-glare screens(ifany) I Landslide and Slope stabilization measures.(if applicable)

Consultantwill prepareEngineer's Estimate of project to reasonableaccuracy by using t latest CompositeSchedule of Rates.For items not specified in NHA CSR, rate analysiswill be provided based upon market price. Estimate must be submitted along with soft copy I (Microsoft Excel) of take-off sheets. The consultantwill also be required to submit a Certificate for Technical Sanction, as per specimenattached herewith, wherein soundnessof design, amount of estimate,basis of l estimateetc. will be certified. This is a mandatory requirement.NHA reservesthe right to modify the specimenformat. I 4.13 Formulation of PC-I The Consultant will formulate and/or update PC-I for construction and then submit requisite copies. Similarly, the Consultant will formulate and/or update PC-I for land I acquisitionand affected propertiescompensation. l 4.14 Land Acquisition & Utilitv Folders The consultantwill identify, take photographs,and then digitize land, properties,trees, utilities, existing roads etc. falling in right of way (ROW). The consultantwill prepare Land t Acquisition & Utility Folders wherein following items must be indicated: t , 73 \\ I & DetailedDesign of Ring Road from SwabiInterchange (M-1) to GadoonAmazai IndustrialEsrate I Page2l t l) t' SayNo to Corruption Terms of Reference(Chapter-3) Detail of Structures with type, exact measurement along with exact chainage indicating its location with respectto centreline of new proposedroad. I Detail of trees with kind must be explicitly indicated in the folder along with girth and number of each type. Exact chainage and location with respect to centerline of new proposedroad. I Permanentpoint like Railway Line etc. or pennanent schools and others Government buildings must be shoum, as per detail above,giving type of structuresand its condition. Settledpopulations, Graveyards, Mosques, Khanqah, Shrinesor any other religious site I may preferably be avoided. Graveyards, Mosques, Khanqah etc. and any other religious site must be explicitly indicated in the folder. I Chainage/Kilometer wise name of villages /Towns /cities, where alignment passesmust be indicated in the folder. Bridges, Culverts, Rain water channelsexisting on presenVexisting/ proposedroad must I be shownin the Folder. Complete detail of Private and Governmentland falling in the proposed alignment must be shown in the folder by giving its Mouza name & number in which the land is acquired. I Coordination/Consultation with NHA regional land Staff (if any) during survey for alignment of Road/Row & Bypasses for preparation of land acquisition folder and certificate in this regard should be furnishedthat land acquisition folder has beenprepared I in coordinationwith concemedresional staff lfield formations. I 4.15 Ground Validation & Alisnment Stakeout The Consultant may be required to carry out ground validation and stakeout the alignment on ground followed by submission of a detailed report with photographs. I Appropriate cost of this service should therefore be covered by the consultant in financial proposal. The centreline markers shall be fixed on ground at 100m interval. A 1.5m long 'Ihe bamboo stick with orangecloth 1m x 0.5m shall be fixed at eachpoint. stakeout may be I checkedby representative(s)of NHA. I 5. FINAL PRESENTATION The Consultant may be required to give presentation on the project as, when, and where I required/directedby NHA. The presentation should include but not limited to following I details. Description of road alignment. Description of design criteria and functional requirements. t Important componentsof project like major bridges,flyovers etc. Important parametersof sub-soil investigation like CBR, Pile Capacity and General I Soil Classificationetc.

I machineryrequired for the construction. lbr design including details of computer I models. cut and full along the alignment will be presented. I Any otherpoints, which hrch the consultantmay like to highlight, should be included .\ \ I & DetailedDesign of RingRoad tiom SwabiIntercha":.,nt t?ffdcon ArnazaihJristrial Estare r Pagc-22 I I ? SayNo to Corruption Terms of Reference(Chapter-3) The consultantmay also be required to give a separatepresentation to Design Section on methodology,tools, software,and techniques etc. usedin, includingbut not limited to, Topographic I Surveying,Traffic studies,Pavement Design, GeometricDesign etc. I 6. SUBMISSION OF DELIVERABLES The following requirementsshould be fulfilled by the consultant:- I header/fo oter/sidebar.

I (03) hard copies of final version of each deliverablewill be submitted to NHA along with soft copy (PortableDocument Format as well as editabledocument format e.g. MS Word, MS Excel, Civil 3D format etc) except PC-I and EIA Report for which requisite t number of hard copieswill be submitted as per requirementof concernedsections of NHA. Provision of soft copies in editable format will be a mandatory requirement failing which contract close-out will remain in abeyance.The soft copies must be I properly indexed. provide two additional sets of I documents/reportsaI a later stage at no extra cost. 7, REVIEW OF' DOCUMENTS

I Consultant will give considerationto review comments/observationsof NHA (if any); however any review or no review at all will not be construed to absolve the consultant from contractual responsibility for correctness,safety, soundness,and economy etc. of design I including Engineer's Estimate,and all other servicescarried out under this contract. I 8. PERFORMANCE RATING Performance of the consultant may be evaluated by NHA on basis of multiple factors including but not necessarily limited to quality of submissions, compliance with TOR I requirements & instructions of NHA, responsiveness,timeliness, diligence, efficiency, considerationof economy, managementof scope, schedule,cost, resources,and risks, and above all the level of faithfulnessas an adviser. Performanceratins will broadlv be made in I the following manner: I Ratins i A+ Excellent I A Good B Requirins improvement I Poor Poor

NHA reservesthe right to developa breakdown/matrixfor implementing abovementioned I ratings. In addition to this, it is highlighted that NHA Code (Revised2005) authorizesNHA t to exerciseappropriate actions against consultant in caseof errors in design. 75 \t\ t FeasibiliryStudy & DetailedDesign of Ring Road from Swabi Interchange(ivl-1) to Gadoon AmazaiIndustrial Estate lPage23 l' t" SayNo to Comrption Terms of Reference(Chapter-3) 9. FUTURE ASSISTANCE

I The consultantwill be requiredto provide professionalassistance in future, including but not limited to, design review phase, execution phase, and in addressing any audit observations,inquiries, investigations,litigation, or any other reasonablerequirement related I to the servicescarried out and solutions proposedunder this ToR. I I t I I I I I I l I l t I I ?6 T FeasibilityStudy & DetailedDesign of Ring Road from SrvabiInterchange (M-l) to Gadoon AmazaiIndustrial Estate i Page24 I t' SayNo to Comrption Terms of Reference(Chapter-3) MODE OF PAYMENT I STAGE-I I Task No. Description Percentageof 6'A" * 4.1 Data Collection & CoordinationReoort 5% I 4.2 Inception Report 5% 4.3 Alignment Study Report along withKMZlKML file r0% t 4.4 Traffic & Axle Load Survey Report LS 4.5 FeasibilityStudy Report t0% I Sub-Total (a 30"h l STAGE.II Task No. Description Percentageof 6(,4."*

I 4.6 Topographic Survey Report along with Plans LS t 4.7 Soil & Material Investigation Report LS 4.8 GeotechnicalInvesti gation Report PS T 4.9 Hydrology& HydraulicStudy Report LS 4.10 EIA Study Report and NoC ** LS I Design Reports: (i) Overall Design Report, (ii) Geometric 4.tl Design Report, (iii) PavementDesign Report (iv) Structural 20% T Design Report Tender Documents along with Engineer'sEstimate and Take- 4.t2 20% l off Sheetsetc. 4.t3 Formulationof PC-I r0% I 4.r4 Land Acquisition & Utility Folders l0% 4.15 Ground Validation & Alignment Stakeoutand Report r0% I Sub-Total (b 70" Total (a + b, 100' ((A" I * is to be calculatedby excluding above PS/LS amountsfrom contract amount. ** I Refer to EIA Chapterfor mode of paymentof EIA Study Report& NoC. I

I FeasibilityStudy & DetailedDesign of Ring Road from Swabi Interchange(M- 1) to C I I ?r SayNo to Comrption Terms of Reference(Chapter-3) NotesRegarding Pavment:

I 1. Any servicereflected in ToR but not mentionedin the mode of payment or vice versawill be duly carried out without failure. Moreover, if any serviceis mentioned in TOR but not reflected in mode of paymentthen its cost will be deemedto be built-in the servicesmentioned in the I mode of payment. 11. A checklist will be attachedby the consultant with each submission/deliverablewhich should l correlatethe deliverableto requirementsspelled out in ToR. This is a mandatory requirement. 1ll. Depending upon quality of deliverable and responsivenessto ToR, partial payment up to 50%o may be initially approved against the deliverable. Remaining/Final payment against any I deliverable shall only be releasedwhen (a) the final deliverable is of acceptablequality and completely responsive to ToR; (b) comments (if any) of NHA have been appropriately I respondedby consultant; and (c) hard copies of final deliverable are submitted in requisite quantrty along with soft copies(Portable Document Format as well as editable documentformat e.g. MS Word, MS Excel, Civil 3D format etc). The soft copies must be complete in all I respectsand be properly indexed by the consultant. lv. If final deliverableireportis not completely responsiveto ToR andlor has quality issues,then t partial or full payment against the report/deliverable will be deducted besides adverse performancerating of consultant.This deduction will not absolvethe consultant of any penalty on account of delayedsubmissions. t V, Payment againstProvisional Sum (if any) will be as per actual expenditure.Detail/Proof of the expenditurewill be submitted along with the correspondingInvoice(s). vl. All submissionsshould be signed & stamped,and all pages/sheetsmust be properly numbered I with completeproject name indicated in header/footer/sidebar.

I {< ** I t I I I t I I II I ?' SayNo to Comrption Termsof Reference(Chapter-3) (SPECTMEN)

Contract: Feasibilitv Studv & Detailed Desien of Bin&RqaI!:[rom Swabi Interchanee (M-1) to Gadoon Amazai Industrial Estate

Subject: Certificate for Technical Sanction I It is certified that the detailed design for subject project has beenprepared in compiiance with the requirementsof applicable design codesand cognizant of the recommendationsput forth in supporting studies, surveys, and investigations etc. We have performed the Services as a faithful I advisorwith diligence,efficiency, economy,and in accordancewith generallyaccepted professional techniques& practices.It is assuredthat the detailed design, by virtue of cornpliancewith the designcodes, is safe.

The bidding documents,drawings, and engineer'sestimate(s) etc. have been prepared on besteffort basis,based on detaileddesign. It is assuredthat the estimatesare reasonablyaccurate. Summaryof the estimate(s)is as under: I I

Signature (!'ull Namc & Destggalian) Date: Firm Starni;

F'easibiliryStudy & DetailedDesign of Ring Roadfrom SrvabiIntcrchange (M-1.1 to Gadoon Anaz,aiIndustrial Estate i paec 27 I 1 I h, 'igvNg:gtgruP_p! (Chapter-4) I a Terms of Ref'erence CHAPTER - 4

I ExvrnoniunNTAlIlmacr AssnssuENT(ErA) sruDy I 1. Need for Environmental Impact Assessment(EIA) Highway projects are generally undertaken to improve the economic and social welfare of the people. At the same time, they may also create adverse impacts on the I surrounding environment. People and property in the direct path of the road works are affected. The environmentaland social impact of highway projects include damageto sensitive eco- systems, soil erosion, changes to drainage pattern and thereby I groundwater, interference with animal and plant life, loss of productive agricultural lands, resettlement of people, disruption of local economic activities, demographic changes, accelerated vrbanization and increase in air pollution. Highway development I and operation should, therefore, be planned with careful consideration of the environmental impact. To minimize these adverse effects that may be created by highway development projects, the techniques of EIA become necessary. Identification t and assessmentof potential environmental impact should be an integral part of the project cycle it should commence early in the planning process to enable a full I considerationof alternativesand to avoid later delays and complications. In view of the above, an EIA will be carried out for the Environmental aspects of all stages of the projects i.e. preconstruction,construction and post constructionwith the I following objectives:

. Establishing the environmental baseline in the study area and identifying I any significant environmental issue; . Assessing these impacts and providing for the requisite avoidance,mitigation I and compensationmeasures; . Integrating the identified envirotrmentalissues in the project planning and design; . Developing appropriate management plans for implementing, monitoring t and reporting of the environmental mitigation and enhancementmeasures suggested; 'Ihe I EIA studies and reporting requirementsto be undertakenthis TOR must contbrnl to the guidelines and regulations issued by the Pakistan Environmental Protection Agency (Pak EPA), Ministry of Climate Change, Govt. of Pakistan (GOP) which comprise T mainly of the Pakistan Environmental Protection Act 1997, its impiementing regulations, the EIA Guidelines and Review of IEE and EIA Regulations, 2000. I fhese guidelines include the amendmentsand subsequentrules for the EiA of projects. i) Regulations and Standards. Describe the perlinent legislation. regulations and standards, and environmental policies that are relevant and applicable t to the proposed project, and identify the appropriate authority jurisdictions that will specifically apply to the project.

I Project Categorization. The Consultants should categorize t\ project (category A or B and IEE or EIA) as per Environmental Protection Act and guidelines & proceduresderived therein and as per donor agencies Environmental Safeguards and Policieswhich ever are applicable. I I n 1 80 \s, -__ t ilit), Study & DetailedDesign of Ring Road frorn Swabj Interchange(M-l) to Gadoon Amazai InduslrialEstate I Page I I (Ch No to Comr Terms of Reference t-a ) to iii) Project Description. The Consultantsshould provide a brief history of the project, a detailed location and maps with scales (km) of the projects with any alignment (starting point to end point). In the project description the Consultants should also I highlight but not limited to bridges information, project components, scope and schedule of operation and construction, construction camps, and construction I materials. iv) Description of Environment. Assemble,e valuate and present baseline data on the relevant environmental characteristicsof the project area. In addition to general I information, the Consultants should provide methodology for preparing the essential environmental data. The data should emphasizebut may not be limited to the information about Physical Environment which could include, meteorology I and climate, geology and soil, seismology, air and water quality, noise, topography and drainage patterns, hydrology and/or hydraulic regime, surface and ground water and land use. Ecological Resources should discuss about t forests/flora/vegetationprofile, crop and horticulture activities, and fauna/wild life and loca I livestock spe cies (should specifr mammals, birds, fish, reptiles and insects), protected and/or endangered wildlife species. Social and Cultural I Resources may discuss about the methodology of surveys, settlement patte.m, political and administrative setup, population and communities, socioeconomic t conditions, protective and sensitive areas, archaeological and cultural sites, health and facilities, educational facilities, industrial/commercial activities, physical and cultural heritage, utilities, railway links or alignment, tourism I facilities and potentials and others. Availability of Resources for Construction should also highlight about borrow soils, construction material, water and power availability and any other resources.Hazard wlnerability- identify vulnerability of I area to flooding, hurricanes, storm surge, and earthquakes. Characteriz,ethe extent and qualrty of the available data, indicating significant information, t deficienciesand any uncertaintiesassociated with the prediction of impacts. v) Environmental Impacts and Mitigation Measures. Identi$ any negative positive, direct, indirect, short term and long-term impacts of the project, during I pre- construction/design, construction and operation phases. Identify any information gaps and evaluate their importance for decision-making. The Consultants must recommend appropriate mitigation and rehab ilitation measures I for the environmental damage and other impacts identified for specific road corridors, and how they would be implemented with regards to: coordination between highway design and environmental issues,ambient air, water and noise I quality, water resources, drainage, mineral resources,flora and fauna, social and cultural environment, historical sites. The Consultants should attempt to identify creative measures that would also have positive social implications, such as I participatory tree planting that would also serve as job creation for aff'ected communities. Consultants should identify biological environment, and must discuss about national parks, game reserves and endangeredspecies. Consultants I should also identifuthe impacts and mitigation measuresfor topography, social / cultural issues,land acquisition and resettlement, community development,borrow open pits, waste disposal, geology and soil, surface and ground water, hydrologic I regime, traffic flow, wastage of fertile humus layer, utilities issue and poverty alleviationetc.

I However, report should not be limited to the above-mentioned constituents of I I lr o Say No to Corruption Terms of Reference(Chapter-4) t the environmental impacts and their mitigation measures.The Consultant should be more creative according to the specified project alignment. It should also I include ma ps, figures and photographswhen necessary. In order to assess environmental impacts and recommend various mitigation I measuresto minimize the environmental impacts, identify and develop data. vi) Development of Environmental Data. Identify EPA NEQS and guidelines and analyze following parametersto develop base line environmental data of the I project:

a) Ambient air quality. t b) Noise levels. c) Water. d) Biological environment. I e) Socio economic profiles.

I a) Ambient Air Quality: Consultantsshould monitor the ambient air quality along the selectedroad site.

I The parametersneed to be monitored include Ozone (O3) Carbon monoxide (CO) Sulphur dioxide (SO2), Nitrogen dioxide (NO2), and particulate matter (PM10). Acceptable standard analysis methodology should be selected to I measurethe NEQS parameters.

Air quality data will be collected over a 24-how period at all the sampling I points Gt reasonable number of sampling and their ana ly[is should depen d upon the road length and other environmental-factors which should provide a I reasonable image of air qualitv,l. High pollutant concentrations spots should be selected for sampling to 'worst-case' I assess scenarios,and measurementswill be made in areas with extensive ribbon development and schoolslhospitals where traffic will be t expectedto be a little heavier. b) Noise Levels: Roadside noise level measurementsshould be taken at a distance of - 6 m I from the edge of the highway (corresponding roughly to 7.5 m from source vehicles). The noise parametershould be measuredfor24 hours at various locations of the specified site. The permissible limit of noise is 85 dBA I prescribed by the NEQS for motor vehicles. The NEQS do not prescribe a noise level limit for receptors. (a reasonable number of satnpling and their analvsis should depend upon the road length and oth.erenvironmental -factors I which should provide a reasonable image ofutoisepollutiod.

I c) Water Quality: During field investigations, water samples from various sourcesin the vicinity of the proposed sections should be analyzed for important parameters with I respect to human consumption. Aithough, NEQS include 32 water criteria

I F.*@;CR".dtrs;,ffi Amazai Industrial E states/l Pase 3 I SayNo to Comrption Termsof Reference(Chapter-4) a I pollutants for effluents and 16 NEQS for gaseousemissions, NHA prefer and recommend basic water quality analysis which may include but not limited to pH, t urbidity, alkalinity, TDS, TSS, 5 day BOD at 20oC, COD, OD, total I hardness, chloride, sodium nitrates, lead, mercury, arsenic, cadmium, total toxic metals, phenolic compounds as phenols, pesticides / herbicides I fungicides (in .farmlsnd areas.) and E-coli. (a reasonable number qf sampling I and their analttsis should depend t "factorswhich should provide a reasonable representationof water qualit:4). Consultants must identiff standard and recognized laboratories. Consultants should also provide Analytical Laboratory Reports along with methodologies t and analytical techniques used for each parameter.The analysis reports must include information, addressand contact personsof analytical laboratories.

I vii) Analysis ofAlternatives. Describe the alternativesexaminedfor the proposed project that would achieve the same objective including the "no change in alignment". Distinguish the most environmentally friendly alternatives. In case t of minor impacts, which can be successfully mitigated within the ROW and without changein alignment, there will be no need for the analysis of alternative. In all other cases, and especially in the case of major or critical issues, a I systematic comparison will be undertaken of the proposed design, site technology and operational altematives in terms of:

T . Their potential environmental and social impacts . Capital and recurrent costs; . Suitability under local conditions; and I . Institutional, training and monitoring requirements.

For each alternative, the environmental cost and benefits should be quantified to I the possible extent, and economic values should be attached where feasible. The basis for the selection of alternativeproposal for the project design must be stated.

I viii) (a) Public Consultation, Involvement and Disclosure.During the field surveys the Consultants will organize workshops and formal public consultation sessionsat province level to identify main stakeholder,their categories,their I views o n the e xisting condition of the project, volume of traffic concern's stemming from the impact of improvement works, as well as safety related issues. If possible, Consultants will assist in inter-agencycoordi nation, and I publicA{GO participation.

(b) Grievance Redress Mechanism (GRM). An effective, feasible and project I Specific GRM will be proposed with all required details.

ix) Environmental Management Plan (EMP). Identify and prepare EMP including I an implementation schedule and supervision program with associatedcosts and contracting proceduresfor the execution of environmental mitigation and social issues for pre-construction,design, construction and implementation phases. The I EMP cost plus monitoring cost together will be minimum IYo of total project cost so that these can be implemented in true letter & spirit at later stages.Same cost I wiil be given in PC-l for EMP. This cost will be part of Bill of Quantitiesas separateitem. The Consultants should describe the objectives of EMP and key

I Feasibility & Detailed (M,1) Study Design of Ring Road from Swabi Interchange ro i Industrial I t Say No to Corruption Terms of Reference(Chapter-4) I environmental and social components,role of functionaries, and road safety. The key componentsof EM P should emphasizebut not limited to: alignment and shoulder width options, road side safety, structural I recommendations,topography, geology and soil, seismic activities, flood hazards, environmentally sound camp sites & borrow pits identification, mapping and I characterrzation, archaeological sites, land acquisition and resettlement, local communities their social and cultural heritage, archaeologicalsites, waste disposal, air and water quality including ground and surface water, noise, flora including t roadside vegetationcut ting and plantation, fauna including wildlife, endangered species and their protection, traffic management,utilities, use of fertile humus soil recommendation of environmental protection sign boards, and health risk of I workers. EMP should identiff the training and workshops programs.

x) Environmental Monitoring Plan. Identiff the critical issues requiring I monitoring to ensure compliance to mitigation and environmental management plans and to measure and monitor the environmental impacts during construction and operation. The objectives of the plan are to monitor the actual impact of I the works on the project corridor's physical, biological and socio-economic receptors within the corridor.

I This will indicate the adequacy of the EIA. The monitoring plan should recommendmitigation measuresfor any unexpected impact or where the impact level exceeds the limits. The plan should ensure compliance with legal and I community obligations including safety on construction sites. Consultants should monitor the rehabilitation of borrow areas and the restoration construction I campsites according to EMP report. The monitoring plan should ensure the safe disposal of excess construction materials. Consultants should also evaluate the effectiveness of the mitigation measuresproposed in the EMP and recornmend I improvementsif necessary.Apart from regular compliance checks the Consultants should generate a tabular matrix for air, water and noise analysis, asphalt plant emissions, soil erosion and contamination, plantation, safety and traffic rules I compliance for construction and operationphases. Environmental Morritoring Plan will list the procedrue through which mitigation measures proposed in EIA will be implemented. It will also include I environmental parameter needmo nitoring, frequency and responsibilities of key players. In case of disagreement with local communities or stakeholders, grievances addressable mechanism shall be part of plan. The managementplan I will develop the institutional requirement and type of training to enhance the capabilitiesof staff. The total environmental mitigation, Monitoring, equipment I and training cost shall also be included. xi) Economic Assessment.This sectionshould include the overall cost estimate in relation to the project benefits, environmental costs and total cost of the t proposed project. The Consultantsshould addressthe cost analysis of training, monitoring activ ities, environmental analysis and activities, resettlement,land and I properbyacquisition, and mitigation measures. xii) Role of Functionaries and Government Agencies Involyement. This section should include role of all the functionaries and variable involvement of I government agenciesor authorities for the project accomplishment.

I Feasibility Detailecl Stucly& Designof Ring Road from SrvabiInterchange lir4-I; fo I Say No to Corruption Terms of Reference(Chapter-4) l:o xiii) Recommendation and Conclusions. An adequatesummary should emphasize on the project description and environment, environmental impacts and mitigation measures, alternatives, socio-cultural and socio economics, public I consultation and the resulting issues and recommendations, environmental management and monitoring plans, economic assessment,recommendation and I conclusions. xiv) Submission of Reports. The report should be prepared and presented in strict conformity to IEE/EIA regulations, 2000 and Guidelines for preparation and I submission of IEE/EIA 1997 issued under the Pakistan Environmental Protection Act, 1997. I The title page of the report should specify the report name, project name, highway length, scaled maps and / or colored photographs, date of the report, I Consultants company name, address,phone numbers,e-mail and logos. The reports should include acronyms list and a copy right certificate in the name of NHA. The reports should include all the key articles but not limited to the t executive summary, introduction, description of the project, policy, all legal and administrative framework, description of the project environment, alternative analysis, environmental impacts and mitigation measures, public consultation I and resettlement action plan, inter-agency and public/ NGO consultation process, environmental Management & m onitoring plans, economic assessment, I conclusions and recommendations. All figures, maps, appendices, tables, photographs, matrices and list of references should be chronologically organized and each page should be I numbered. I (Consultant and Environment NHA HQ team) to the field before finalization of EIA Report. I After incorporating the comments from NHA, bureau of Environmental Protection/Provincial EPAs and donor agencies Consultants should finalize the report. I Consultantsrequired submitting two hard copies and one soft copy of final EIA report to NHA. Must fill and attach the application form for Environmental approval under t Sec (1 2) of Pakistan Environmental Pr otection Agency (PEPA) Act 1997 (PEPA- Review of IEE and ElA-Schedule IV regulations, 2000). The form requires information of the description, Location, objective, alternative I alignment, topography and land use of the project. In addition it also required information about the land acquisition in acres, environmental quality standardGtfEQ S) a nalyzed and measured,e stimates & so urces of water & I powerc usage, estimates of liquid & solid wa ste generation for the project construction and number of labor force (employees) required for the project I construction and operation phases. The prepared Environmental Impact Assessment (EIA) report will be submiued to the concemed EPA for fonnal concurrenceand will be disclosed I to the public, stakeholders etc.

I FeasibilityStudy & DetailedDesign of Ring Road from Swabi Interchange(M-1) to GadoonAmazai IndustrialEstate t" a -o Say No to Corruption Terms of Reference(Chapter-4)

I +Ten hard copies and two electronic copies (format on CD) of the report are to be submitted should be labeledproperly.

I 1 Public Hearing & NoC It w i I I be the responsibility of the Consultantto obtain NOC from the respective EPA I fulfilling all codal requirements. Further to this publishing of advertisements regarding public hear ing and preparationof presentations,banners, sitting arrangementsand all I other will be responsibility of the consultant. J. Consultants' Fee for Services I The paymentsto the Consultantsfor EIA shall be made in the following manner:

Sr.No.Descripion Percartageof I c,A?)* ' I Submissionof draft EIA report 50% Submission of final EIA report after attending all observation t il 30% and comments(ten hard and two soft copies) I 111 Obtain NOC from concernedEPA including public hearing aspects. 20% Total t00% ccA?' I * is the total payable amount in respectof EIA Study. I Notes Regarding Payment: i. Any service reflected in ToR but not mentioned in the mode of payment or vice versa will be duly carried out without failure. Moreover, if any service is mentioned in TOR but not I reflected in mode of payment then its cost will be deemed to be built-in the services mentionedin the mode of payment. I 11. A checklist will be attached by the consultant with each deliverable which should correlate the deliverableto requirementsspelled out in ToR. This is a mandatory requirement. llt. If the draft EIA Report is of acceptablequality and completely responsiveto the ToR, 50% I payment may initially be releasedby NHA. Payment against final EIA Report (30%) shall only be releasedwhen: (a) the final report is of acceptablequality and completely responsive I to ToR; (b) comments (if any) of NHA/EPA etc. have been appropriately responded by consultant; and (c) hard copies of final report are submitted in requisite quantity along with soft copies (PortableDocument Format as well as editable document format). The soft copies I must be completein all respectsand be properly indexed by the consultant. lv. If final report is not completely responsiveto ToR and/or has quality issues,then partial or I full payment admissible against final report will be deducted besides adverseperformance rating of consultant.This deduction will not absolvethe consultant of any penalty on account of delayedsubmissions. I v. All submissionsshould be signed & stamped,and all pages/sheetsmust be properly numbered project I with complete name indicated in header/footer/ 86 \u I FeasibilityStudy & DetailedDesign of Ring Road from Gadoon Amazai I Te$l) Industrial Estate Page7 I t

I SayNo to Corruption Termsof R.eference

I MANPOWER REQUIREMENTS Sr. No. of Individual Total Man Key/ ProposedStaff Position I No. Persons Man Months Months A. Professional/Key Staff

I I TeamLeader/ Senior Highway Engineer 0l 04 04 I 2 SeniorStructural Engineer 01 02 02 J PavementEngineer 01 0t 0l

I 4 TransportEconomist 0l 01 0l I SubTotal (A) 08 B. Non Key/ Support Staff

I JuniorStructural Engineer 02 02 04 I 2 JuniorHighway Engineer 02 03 06

a J QuantitySurveyor 0l 2.54 2.50

I 4 CAD Operator 02 02 04 I 5 ComputerOperator 02 04 08 6 Office Boy/ Helper 02 04 08

I Sub Total (B) 32.50 t Total (A+B) 40.50 I I I I t ConsultancyServices for FeasibilityStudy and ion of Ring Road from Swabilnterchange I (M-l) to GadoonAmazai Industrial Estate ( -87- I