t

NATIONAL HIGHWAY AUTHORITY Procurement & Contract Admini.stration Sedion 28-Mauve Area, G-9/L, Tel 9032727, Fax: 9260419

Ref:6(441)/GM (P&cA)/NH /L7 I In 3 y'k nugort,2oLT Director General, Public Procurement Regulatory Authority, lst Floor FBC building near State Bank, G-5/2, Islamabad

Subject: AUUOUMBMENT OF EVALUATION REPORT |PPRA RULE-351: Consultancy Senrlces for Detailed Design and Constnrction Supervision of Lahore - Motorway (LSlMl Link Highway (4 Lanel connectlng LSM to NaranE Mandi and (73 I(m Approx.l

Reference: PPRARule-S5 Kindly find attached the duly filled and signed evaluation report along with Annex-I pertaining to tJre procurement of subject services in view of the above referred PPRA Rule-35 for uploading on your website at earliest, please. //d (MUHAMMAD AZANTI Director (P&CA)

Enclosure : Evaluation Report alongrith Annex-I.

Copy for kind information to: - Member (Engineering-Coordination), NHA, - General Manager (P&CA). 5

EVAL N REP

1. Nameof ProcuringAgency: NationalHighway Authority 2. Methodof Procurement: SingleStage Two Envelop Procedure 3. Titleof Procurement: ConsultancyServices for DetailedDesign and ConstructionSupervision of Lahore- Sialkot Motoruvay(LSM) Link Highway (4 Lane)connecting LSMto NarangMandi and Narowal (73 Km Approx.) 4. Tenderlnquiry No.: 6(441yGM(P&CAyNHNlTt 5. PPRARef. No. (TSE): TS315425E 6. Date& Time of Bid Closing: 6s June,2017 at 1130hours local time 7. Date& Timeof BidOpening: 6h June,2Q17 at 1200hours localtime 8. No of BidsReceived: Six (06)proposals were received 9. Criteriafor BidEvaluation: Criteriaof BidEvaluation is attachedat Annex-l 10. Detailsof Bid(s)Evaluation: As below

Marks Evaluated Rule/Regu lation/SBD"/Pol icy/ Nameof Bidder Cost Basis for Rejection/ Technical Financial (Pak.Rs.) Acceptance as per Rule 35 (if applicable) (if applicable) of PP Rules,2OO4. ({) M/sPrime Engineering& Testing Consultants(Pvt.) Topscoring JV in combined Ltd.in JVwith M/s 646 171 107,917,2s8 evaluation(PPRA Rule 36(b) (ix)) AssociatedConsulting Engineers-AOE(Pvt.) Ltd.& M/s PAVRON (2) M/s Asif Ali& Associates (Pvt.) Ltd. in JV with M/s Associated 606 198 93,074,030 2nd ConsultancyCentre (Prrt.)Ltd. & M/s TurkPaklnternational (Pvt.)Ltd. (3) M/sABM 200 92,198,200 3'd Engineers- 574 (4) M/s Zeeruk International(Pvt.) Ltd. in JV withM/s Techno-Consult 591 170 108,362,807 4th International(Pvt.) Ltd. andM/s CPM Enoineerino

Page 1 of 2 I

Consultants (5) M/s NESPAK(Pvt.) Ltd. in JV with M/s 602 155 118,743,434 5th EngineeringGeneral Consultants(P\,rt.) Ltd. (6).M/s Indus Associated Gonsultants (Pvt.) Ltd in JVwith M/s Umar 579 144 127,822,682 6tn MunshiAssociates& M/s NewVision Engineering Consultants

Highest Ranked Bidder: M/sPrime Engineering & TestingConsultants (Pvt.) Ltd. (LeadFirm) in JVwithM/s Associated Consulting Engineers- ACE(Pvt.) Ltd. & M/sPAVRON

11. Any otheradditional / supportinginformation, the procuringagency may like to share: The projectis beingfinanced by Govt.of ;therefore the procurementwas carriedout in linewith PPRA Rules 2004 and its Regulations.The biddingwas done on QCBSmethod with 80:20 Technicalto Financial Proposals ratio.

Signature: ..

ofncialstamp: f:;:,:! i!:lif:; ffri!!, lslamabad

"StandardBidding Documenfs (SBD).

Page 2 of 2 o

National Highway AuthoritY (Procurement and Contract Administration Sectionl 28 Mauve Area, Sectot G-911, Islamabad (Pakistanl Phone: +92-5 1-90'32727, Fax +92-5L'926O4L9

Fni[rro"vui$r.rArs

Criteria for Bid Evaluation

(Annexure-I) FOR

ConsultancyServices for DetailedDesign and ConstructionSupervision of Lahore- SialkotMotorway (LSM) Link Highway (4 Lane)connecting LSM to NarangMandi and Narowal(73 Km APProx.)

August,2OL7 NATIONAL HIGHWAY AUTHORITY Procurement& ContractAdministration Se ction 28-MauveArea, G-9/I, IslamabadTel: 9032727, Fax:926O419

Ref:6(441)/GM (P&CA)/NHA|IT l860 2'd June. 2OL7

All Prospective Consultants

Subject: Minutes of Pre-Proposal Meeting and Addendum No.1 for: Consultancy Services for Detalled Design and Construction Superuislon of Lahore - Slalkot Motoruay (LSMI Llnk Highway 4 Lan LSM to and N f73 Km Approx.l Reference: Request for Proposal Notice for subject Seruices appeared in dailg newspapers on 6th Mag, 2017

The Minutes of Pre-Proposal Meeting and Addendum No.1 for subject Services being integral part of the Request for Proposal are enclosed herewith for necessary action, please. /d (Muhammad Azamf Director (P&CA) Enclosure:

- Minutes of Pre-Proposal Meettng (O5 Pages)' - Addendum No.1 (O4 pagesf.

Copy for kind information to:

- Member (Planning), NHA, Islamabad; - Member (Engineering Coordination), NHA, Islamabad; - General Manager (P&CA), NHA, Islamabad; - General Manager (Planning), NHA, Islamabad; 'o MEETING HELD ON 17- MAY 2017

Consultancv Servicesfor Detailed Desisn and Construction Supervision of Lahore - Sialkot Motorwav (LSM) Link Hiehway (4 Lane) connectine LSM to Narans Mandi and Narowal (73 Km Approx.)

A Pre-ProposalMeeting was held in NHA Auditorium at 1100 hours on 17thMay, 2017to discussthe Request for Proposal (RFP) for subject Services.Following NHA officers and representativesof prospective consultantsattended the meeting:

National Highway Authority

General Manager (Planning) General Manager (Design) , Director (P&CA) - III DeputyDirector (P&CA) - lI . Consultants

Mr. Aamir Ghori M/s PrimeEngineer,ing and Testing (Pvt.) Ltd. Mr. Naeem Mahmood Khan IWs EGC (PwJ l-td. Mr. Hamayun Gondal iWs ACC (Pvt.)Ltd. Mr. Tanveer Ahmad lW"Wf Pakistan(Pvt.) Ltd. Mr. Niaz Ahmed Sheikh IWs ABM Karachi Mr.Irfan Shaukat M/S ZeerukInt'l (Pvt.)Ltd. Mr. Zubair Emran Khawaja N4/SAZ EngineeringAssociates Mr. Azizullah IWs Osmani& Company(Pvt.) Ltd. Engr.Ahmad Ghias M/s Osmani& Company(Pvt.) Ltd. ' Mr. Haris Aqil . IWs EA Consulting(Pvt.) Ltd.

2. The queriessubmitted during the abovementioned pre-proposal meeting and their clarifications/ repliesare summarized below for informationof all prospectivebidders:

Due to the unavailabilityof any staff during Not accededto; proceedas per RFP please. construstionsupervision, one month salary will be deduc.tedand later further penaltywill be , irtrposedby invoking clauses in the Contact Agreement.The consultantsalready not claiming for the subject position then thereis no justificationto deductone month chargerate of the personnel.Due to increased infrastructure works in the countrY availability of the experiencedstaff have become difficult. It is proposedthat this clausemav be reviewedand deleted. Furthermore due to scarcitY of the Thresholdgiven under Data SheetClause 6.5 ineerins staff in the country, the criteria would be relaxe#EiFffiF6Q%for acceptanceof

(LSM)Link Highway Minutesofpre.proposal Meetingfor ConsultancyServices for DetailedDesign and Construction (4 Lane)connecting LSM to NarangMandi and Narowal [73 Km Approx.) n Queries Reply for each supervisorystaff should also be Personnel on probation of three months; reviewedso that new staffcan be promoted. subject to their satisfactory performance the Personnelwould be accepted for full duration of assignments. 3. Refer Clause 1.7-vii, the Consultanthas to Not accededto; proceedas per RFP please. engagea new firm havingminimum share of 20%. h is requestedthat the minimum share shouldbe fixed at llYo.It is alsopossible that new firm cannotprovide personnel for its due shareand the responsibilitywould be shared by the establishedfirm. 4. Refer Clausel.7-viii, the Consultantis to be The Consultant's Head ,Off q.rppott is responsiblefor the defectsliability period. mandatoryas per Note +$Form FIN-7. Only two months of the ResidentEngineer are provided during the defects liability period.This clauseneeds to be reviewedas the Head Office of the Consultantmay be responsible for the Final Certification. PertinentRE may not be availableproviding two months during 12 monthsperiod. Staff from Head Office can carry out the Final Certification. 5. Financial Forms does not include the cost The cost for carrying out Axle Load Survey requires for carrying out the Axle Load may be includedin the consultant'sfinancial Surveysas per TOR proposal. 6. FinancialForms also doesnot include,the The cost for stake out of the alignment may be costsfor stakingout of the Alignmentas per included in the consultant's financial proposal. TOR.

7 In Para 3.2 of the TOR it,is etated"Traffic Consultantshall carryout Axle Load Survey surveyand Axle Load Surveyor collectionof using portableweigh stationas statedin Para datafrom nearbyweigh stations",whereas in 3.1.4of theTOR. para3.7.4 requires Axle LoadSurvey. Please clarifu. 8. As per TOR a cost to be quoted for the The cost may be included in the consultant's Highway Safety Audit facilitation and other financial proposal. expenseshowever the sameis not included in the financial forms.

9. As per the TOR, it is statedthat drawings Typically,drawings are acceptedin A3 size. would be required in A1/A3 size. Please Howevet, the Client may request the clarify thatwhich sizeof drawingsis required Consultantto provide drawings in A1 size becauseit affectsthe cost estimates. whichshall not be more than one (01) copy. 10. Financial forms does not contain item for The costfor carryingout EnvironmentalImpact environmental surveys. This activity may be AssessmentStudy in accordancewith the TOR included in the financial forms to avoid any maybe includedas I S confusion. ,A - (LSM) Highway Minutesof Pre-proposalMeeting for ConsultancyServices for DetailedDesign and Construction ,W'f"r" sialkotMotp Link Page2 (4 LaneJconnecting LSM to NarangMandi and Narowal (73 Km Approx.) ,*- \ {lrffieaZr[]rti Amountkept for the third party validationis Changeto Lump Sum. Consultantwill now Rs.2.0million only asProvisional Sum which quotethe amountfor it. is quiteless. This amountshould be enhanced upto Rs.5.0 million for a complete and detaileddesign review. Total time period for the detaileddesign is Not acceded to, The time period for providedas 03 monthswhich is quite less.It completionremains as per TOR. is proposedthat 05 monthsperiod may be givenfor completionof the detaileddesign. DataSheet Clause 1.7 sub-clause (v) at page Not accededto; proceedas per RFP please. 11 statesthat "Quote" The Consultantmay pleasenote not to suggestnames of Key Staff alreadyproposed in otherProposals with the Client or awardedrecently. This will affect adverselymarking of theseprofessionals in evaluation of Technical Proposal. Their securedpoints are liable to be reducedby 50% it their namesappear in more than I previousProposal in which they are ranked No. 1. Also the existingload of work with a firm shall be consideredas one of the factor for the considerationin the awardof the work "Unquote". This is not realistic in view of series of Proposals being invited by NHA and proposingseparate staff for everyProposal,is not possiblefor almostany consultingfirm in the country. Moreover, assignmentunder discussionis limited to FeasibilityStudy and DetailedDesign i.e. entire work, excluding surveyand investigations, is desktopbased, to be carried out at.Design Office where an expertcan simultaneouslywork on morethan one assignment/ project. As such this conditionmaf plssssbe waived. ChapterNo.5 [section5.7 (Oualification and Not accededto; proceedas per RFP please. Experienceof Kev Personnel) Appeari'to be rigid and is requestedto be diluted'reasonably. ChapterNo. 5 lsection5.7 (Key PersonnelM.Sc. Geology had also been included therein for ConstructionSupervision Phase -'Sr. No. againstMinimum Qualifi cation requirement. 4)atPage 104

In addition to stated qualification M.Sc. Geologyqualification is alsorequested to be addedfor ARE (Material)

(LSM) Link HighwaY Mlnutesof pre-proposalMeeting for ConsultancyServices for DetailedDesign and Construction Su (4 Lane)connecting LSM to NarangMandi and Narowal (73 Km Approx.) n Queries Reply t6. Section1.3 of ChapterNo. 1 atpage 50. Yes.

It is statedthat National HighwayAuthority has carried out the outline design of the project based on satellite images and computeraided alignment design, augmented by field visits andlimited testing. This is basically a ConceptDesign. Please confirm. 17. ProposedMan-Months at Pase93 & 94 Pleaserefer to DataSheet Clause 3.i.a (iv) as well as Note I under Form TECH-4 in this regard. Are the provided ProposedStaff Positions andtheir respectivenumber/ duration &Total man-monthsare fixed? Please clarifv. 18, Refer to Data sheet,Clause 1.7 (ix). We feel Not accededto; proceedas per RFP please. that compensationof one month fee for the , , . .,.::, .a,,, vacantposition is quite drastic.The samemay be reviewed by the P&CA. 19. Referto Chapter3, Clause2.3 of ToR. No The consultantshall get design and relevant time duration for Third Party Validation is reports ieviewed simultaneouslyso that the mentioned.The time framemay be addedin desig:,rwiew assignmentgets finished with a theToR. lag ,of 15 days from the completion of the ,detailed design. 20. Refer your advertisementat NHA website Not accededto; proceedas per RFP please. inviting for submissionof the technicaland financial proposalsup to June 06n20't7 in respectof abovecited project. We invite your attentiontowards submission date allowed for 'teclnical':and preparationof the financial proposalsappears,to be too short.As the RFP hasbeen uploaded at the NHA websiteafter the pre-proposalconference, in order to prepare good , quality and comprehensive proposal, we request you to extend the deadlinefor submissionof the proposalsby at least2 weeks. 21, Consultantis required to stakeout the Final The cost for stake out of the alignment may be Alignmentwith 1.50 m long, 4" dia. PVC included in the consultant's financial proposal. lean concrete,PVC pipe filled paintedwith orangecolor anda 5%opayment is allocatedin the mode of payment.But there is no item availablein FIN-6 to quotethe cost for this activity.It is suggestedthat a lump sum(L.S) item may be includedin FIN-6 to quoteits cost. .61'sfr"- r .-x

(LSM) Link Highway Minutes ot tsre-proposat Meeung Ior Lonsultancy )eI vlces lur -s_r*-""-- I Narang Mandi and Narowal (73 Km Approx.) o Page4 (4 LaneJconnecting LSM to I,.: \(. F/) $\,-+a-\.orP"trd2z n Queries Reply 22. A Contract Specialist, Two Senior Lab Not accededto; proceedas per RFP please. Technicians,Four additional Lab Technicians and two Surveyor shall be added (assuming that minimum two Labs are required for construction in two packages) in the supervisionteam provided in the TOR.

... ooo0 ooo ...

::i=:?: 1fl n Lv,:

MinutesofPre-proposal Meeting for ConsultancyServices for DetailedDesign and ConstructionSu Motorway (LSM) Link Highway Page 5 [4 Lane)connecting LSM to NarangMandi and Narowal (73 KmApprox.J ADDENDUMNo.l

ConsultancvServices for DetailedDesign and ConstructionSupervision of Lahore- Sialkot Motorwav (LSM) Link Highwav (4 Lane) connectinsLSM to Narang Mandi and Narowal (73Km Approx.)

Following amendmentshave been made in the Requestfor Proposal(RFP) for subjectServices under this AddendumNo.l, which shall be read and construedas an integral part of the RFP documentand shall take precedencein caseof any conflict(s)/ambiguity(s)amongst this Addendum No.l andother provisions of theRFP document.

I. INSTRUCTIONSTO CONSULTANTS. DATA SHEET

1.1.Sub Clause 6.5 :, ReferPage 16 of RFP;the Sub-Clause6.5 is deletedentirely and replaced as under:

The Consultantis boundto replaceall the Key Personnelproposed who scoredless than 600/omarks in the PersonnelEvaluation, if the Client so requests.If the Consultantrefuses to replacesuch Key Personnel,the Client,,r€servesthe right to rejectits proposaland invite the Consultantthatrecqved.the second highest score in rankingto Contractnegotiations. :' ' 2. FINANCIAL PROPOSALFORMS .

2.1.Direct/ Non-Salary Costs for Designand,'supervision Services "',.' Refer Pages 43, 44 and 45 of RFP; the table under the heading"DirecV Non-Salary Costs for Design and Supervision Services" is deleted entirely and replaced with revised table for "Direct/ Non-salary Costsfor'Design and SupervisionServices" at Attachment No. I to the AddendumNo.l.

3. All otherterms and conditions shall remain same.

---ooOoo---

(4 Addendum No,1 for ConsultancyServices for DetailedDesign and ConstructionSupervision of (LSM)Link Highway LaneJ Page1 connecting LSM to Narang Mandi and Narowal (73 Km Approx.) /]tr -L "*L'*o*bFIU DIRECT/ NON-SALARYCOSTS FOR DESIGN AND SUPERVISIONSERVICES also to Notesunder Form TECH-4 Unit Price Total Amount (Pak Rs.) (Pak Rs.)

For Detailed Design

Rent for Off,rceAccommodation

Office Utilities Costs Cost/ rentalof Fumiture/ Furnishings Cost (rentals) of Office/Other Equipment Computersand accessories Photo copy machines Communication equipment Drafting / Engineering equipment Surveying instruments(rentals) TransportVehicles (Rentals) ': Site visits and Meetings in Islamabad ;'

Communication expenses Drafting/Reproduction of Reports Office/ DraftingSupplies Verification of Soil Investigation Traffic Count& OD Survey Unit Price Total Amount o, Sr. Nomenclature Unit Qty. Remarks No. (Pak Rs.) (Pak Rs.)

13. Axle Load Surveys LS 14. Costof ROW Markers LS 15. Highway Safety Audit facilitation cost LS 16. Environmental Impact AssessmentStudy LS t7. Third Party Design Validation / Review LS 18. ProvisionalSum Items i GeotechnicalInvestigation for Structures PS 2.000million HydraulicStudy, including purchase of DEM, Ground ii PS 5.000million usesurvey, Flood routing, Satellite Imagery etc. Purchaseof HighwayDesign software and Backup Data iii PS 2.500million server not coveredabove to comply with TOR t9. Others requirement*

B. For Construction Supervision

l. Communication Expensesallocable to the Assignment P.M 18 Fixed Rate 2. P.M 18 -do- Reimbursementof actualexpenditures Travel expensesof required Key Personnelbetween Head upto a maximumlimit a P.S 500,000/- J. Office and Site (as per acfi$) subjectto approvalof ProjectDirector for -dffi* travel(s). t/n>)' -\A 4. Cost of preparing Construction/ SupplementaryDrawings L.S As per J/ r{*u#l l€ J Sr. Unit Price Total Amount o Nomenclature Unit Qty. Remarks No. (Pak Rs.) (Pak Rs.) TOR

5. Others not coveredabove to comply with TOR / RFP requirements* Sub-Total for Direct Cost

*Comments Any additional item/ cost quoted againstthis line itern must have provi

I 7 Instructions to Consultants (Annex A) 03 t J. Data Sheet(Annex B) 10 4. TechnicalProposal Forms 19

I ). Financial ProposalForms 35 I 6. Appendix A (Terms of Reference) 48 1 Appendix B (Person-Months and Activity Schedule) 118

t 8. Appendix C (Client's Requirements from the 119 Consultants)

I 9. Appendix D (Personnel,Equipment, Facilities and 120 other servicesto be provided by the Client)

I 10. Appendix E (Copy of Model Agreement) t t T I I I t I I I I I NATIONAL HIGHWAY AUTHORITY I 28-MauveArea, G-9ll,Post Box No. 1205, ISLAMABAD Dated the I Ref No. I LETTER OF INVITATION To, All consultants I '+ Gentlemen! .i;:t:|rt:.l'i1

T We extendwarm welcome to you unOi*itr rou to participatein this project. We hope that you will live up to your reputation and pro,videus accurateinformation so that the 'Just evaluation is carried out and transparent". PleaseundSstand that the contents of this RFP, I where applicable, shall be deemedpart of the contract agieb'rnent.An example to this affect can be the contents of your work plan and methodg*d'Fu,,tifuhichyou shall be submitting in your Technical Proposal. Since that is the basis of th$s'5'tegtion,therefore, it shall become part of the I contract agreementsubject to approval/revisions.of the same by NHA during the negotiations. Similarly, all other servicesand the conte-ntcgntlibuting to servicesshall be deemed part of the contract agreementunless it is specifiqalli ;."aioned for any particular item up-front in your I Technical Proposalwhich obviously will make your Proposala conditional proposai whereby, authorizing NHA to may or may not c,orrsideito evaluateyour Proposal.Please understand that if no such mention appearsup-front,u('lF';--ptr front page of Technical Proposal) then it shall be I deemedthat the consultantis ini:1007oagreement to the above.You are also advisedto kindly read the RFP thoroughly as it can diastically affect the price structurefor various serviceswhich t may not be appearing direq@=in the terms of reference. In the end, we appreciate your participation and hope thatr4rob,,.=Wfeed a good proposal to merit considerationby NHA. ..: I Your attentionis particrilarly-drawn towards paragraph3.1 .1. subparagraph3. I .2 (d). paragraphs 3.1.3.3.1.5"5.2.1 and,;5_.5 of'Instructions to Consultants(Annex A) as well as subparagraphs1.7 (v). 1.7 (vii). 1.7 (viiil*8 (a) and 1.8 (b) in Data Sheet(Annex B) and Note under the Table for I Disoualification/

t'i l However. the Client at its own discretion reservesthe risht to EITHER seek clarification on non- compliance of the Instructions and rectify or not the shortcomines only in Technical Proposals (under similar treatment to each consultant)" OR not. prior to opening of Financial Progosals I (which shall be kept unopenedtill complete evaluation of Technical Proposals).No alteration in Financial Proposals shall be made except during the negotiations subject to Procurement of I Consultanc]'Services Regulations 2010 as notified by Public ProcurementRegulatory Authority.

': ;"11t";: GeneralManager (P&CA) I '''" -94327 ''i '':;;: .'' Telephone:+92-5 l 27, Fax +92-51-9260419 T iir, l,'^ E-mail:gmpca.nha@ gmail.com, Website:www.nha. gov.pk /{ t' I ",j.:.,,t.';;;.,,,'. T I T I ATTACHMENTS I I Instructions to Consultants(Annex A) Data Sheet(Annex B)

I TechnicalProposal Forms

FinancialProposal Forms . . '& I j Appendix A (Terms of Reference) i. lt* I AppendixB (Person-Monthsand Activity S.fr.qn,teli _::::.. !1 i!i: =4', I Appendix C (Cli ent's Requiremen*frorn/he,! onsultants) AppendixD (Personnel,Equipment, Lent,faii{itiFaCi{ities and otherservices to be providedby the Client). .:.tf;": '$ f I li', AppendixE (Copyof Model Agreerneht)

.,l""tttt,..:.; I :ti', t ';, .\

. +r;_:.- : 53.i:::,.=':.,, I " iil r.tt,

t= .::::.r..'\ .'ti i ' friI:i- il .= # .'rl =.. # I !i.,t:,: *# :f

4:Ntl}' = ,;ti T ':':?':jtrr I I t T I I I I AnnexA I INSTRUCITONSTO CONSULTANTS L GENERAL

I 1.1 Desiring consultantsare invited to submit a technical and a financial proposal for consultingservices required for the assignmentnamed in the attachedData Sheet(Annex B). The proposalscould form the basisfor future negotiationsand ultimately a Contract t betweenthe selectedConsultant and the Client namedin the DataSheet.

t.2 A brief descriptionof the assignmentand its objectivesare,ng,ien in the Data Sheetwhich I areelaborated in AppendixA (Termsof Reference)to thiq{F'.P

'S:t=-t:; 1.3 The assignment shall be implemented in accordance-y_ith the phasing indicated in the I Data Sheet.(When the assignmentincludes several.fhaies,continuation of servicesfor the next phase shall be subject to satisfactory,+e.4ffi.r.inanceof the previous phase, as I determinedby the Client). 1,4 The Client (NHA) has beenentrusted the=Atfty,+&o implement the Project as Executing Agencyby GOPand funds for the projec.Sfugbeen approved and provided in the budget I for fiilization towardsthe costof the,+-s'Sri ent, andthe Client intendsto apply part of the fundsto eligiblepayments un$ep the C,,,frntractfor which this LOI is issued. .,i,i 'iltr I 1.5 To obtain first-hand informatiori on th6 assignmentand on the local conditions, you are encouragedto pay a visit to the elient before submitting a proposal and attend a pre- proposal conference if speci'fiftin the Data Sheet. Your representativeshall meet the T official named in the Data:;$,_ip;tj.r Please ensure that the official is advised of the visit in advance to allow adequate="tiwtefor him to make appropfiate aruangements.You must fully inform yourself,,.gf,,lnul conditions and take them into account in preparing your T proposal. ==a.,j,|

d.. I t.6 The Client shall')b,wide the inputs specified in the Data Sheet,assist the Consultants in obtaining licenpss aiid permits needed to carry out the services, and make available relevant proje"q$,=a and reports. I ,: '' 1.7 It is notifieidjithat: .s....,=:i:tt1l I "'''tne.,l'costof preparingthe proposaland of negotiatingthe Contract,including visit to the Client, are not reimbursable as a direct cost of the Assignment, and

I 11. The Client is not bound to accept afty or all of the proposalssubmitted. 1.8 An invitation to submit proposals has been sent to the firms as listed/stated in the Data t Sheet. I 1.9 In order to avoid conflictsofinterest: Any firm providing goods, works, or services with which the consultant ts affiliated or associatedis not eligible to participate in bidding for any goods, T works, or services(other than the Servicesand any continuation thereof) resulting with,|hgFoject of which this assignmentforms apart; and t from or associated T I I ii. Any previous or ongoing participation in relation with the project by the consultant (including partners in case of JV), its Key Personnel (professional I staff), its affiliates or associatesunder a contract may result in rejection of the proposal. Any situation in that respect must be clarified with the Client before I prepafing the proposal. l J DOCUMENTS 2,1 To prepare a proposal, please use the attached Forms/Documents listed in the t Data Sheet 2.2 Consultants requiring a clarification of the Documqnts must notifr the Client, in writing, not later than Fourteen(i4) days befoie the proposal submissiondate. I Any request for clarification in writing, or by;._cabld,telex or tele-fax shall be sent to the Client's addressindicated in the Daia Sheet. The Client shall respond by cable,telex or telefaxto suchrequests and bopiesofthe responseshall be sent to all invited consultants. '-.14 I allll,t 2.3 At any time beforethe submission=gf"FT'oposals,the Client may, for any reason, I whether at its own initiative orul]fu'?esponseto a clarificationrequested by an invited consultingfirm, modiff"ftCDocumentsby amendment.The amendment shallbe sentin writing o63y elble, telex or telefaxto all invited consultingfirms I andwill be bindingon thfm. The Client mayat its discretionextend the deadlines for the submissionof proposals.

;gF=::::1u a I J. PREPARATION OF PROPIOShL 1fi., t"1' Desiring consultants wjll sub=ftita Technical and a Financial Proposal. The proposals t shall be written in English'language.

3.L Technical ProP''o': ffilF t '.1,i 3.1.1 The Technical?lgoposal should be submittedusing the format specifiedand shall include duly signed--'-fl6-3t-ampedforms appendedwith the RFP. This is a mandatory requirement t for evalua,ti" of p?oposalsand needsto be filled up carefully. '. }: The FroiibShlsshould be bound in the hard book binding form to deny the possibility of t removal'daddition of page(s).All the pagesof proposalsmust be signedand stampedin original by authorized representativeof the firm/JV. All the pages must be numbered starting from first page to last. Any proposal found not adhering to these requirements I may be rejected at the time opening.

3.I.2 Inthe Technical Proposal,the generalapproach andmethodology shall be proposedfor I carrying out the services covered in the Term of Reference, including such detailed information as deemed relevant together with consultant's appreciation of the Project I from provided details and a. A detailed overall work programme to be provided with timing of the assignment I of each Key Personnelor other staff member assignedto the Project. t b. An estimateof the total ngnfrberof person-monthsand Project duration required. I t I c. Clear descriptionof the responsibilitiesof eachKey Personnelwithin the overall t work programme. d. The Curriculum Vitaes of all Key Personneland an Affidavit on stamp paper duly attestedby Oath Commissioner to the effect that the proposed personnel shall be I available for the assignmentin the project duration and their presentplace of duty may also be mentioned. Failure to provide the Affidavit may result in to no further evaluation of the proposal. The consultants are advised to suggest such I namesthat shall be available for the Assignment.

The TechnicalProposal shall include duly filled in forms provided in this RFP: T the name,background and professionalexperience of each Key Personnelto be assignedto the Project, with particular referenceto his experience of work of a t nature similar to that of the proposedassignmeril. f. Current commitments and past perfor-uniur" the basic criteria in evaluation of Technical Proposal. Consultants are requjtd$ to provide the details of present I commitments/ongoingjobs as referibd in"' the Form TECH-9 of Technical Proposal. Further, the basis for cAgrsideringthe past performance is the report I from Design Sectionand ConstructibhWing of NHA. ..,::;:\l.. "rril-- 3.1.3 While preparingthe Technical Proposal,foonsultantsare expectedto examine all terms and instructions included in the.,$FP. .Fdilure to provide all requestedinformation shall I be at consultant'srisk and md$ res;rJtadversely in the scoring of the proposal. The proposalshould be preparedas pei RFP and any suggestionor review ofstaffetc. should be clearly spelt out in Form,TE.-QH-4.This will be discussedat the time of negotiation I meetingas and when calle{*, ,i

__::Jr Penalty against non-cp{&pliance with the maximum page requirement based in the I 'CHECKLIST (),,I'' UIRED FORMS' provided in the Section of Technical ProposalForms will b_e_one (01) scorepoint per excesspage to be deductedfrom thetotal technical score.The consultantsare instructedto submit the CVs of Key Personnelby I truly following.the'flbrmatattached at Form TECH-5. The CV's submittedon format in deviationto that ppecifiedare susceptibleof scoringlow. l 3.1.4 During pq14?ftiofi of the Technical Proposal,consultants must give particular attention to tho"following: -n I &hsultant may utilize the servicesof expatriateexperts but only to the extent for which the requisite expertise is not available with any Pakistani firm. In case of JV, the proposal should state clearly partners will be "Jointly and Severally" I responsiblefor performance under the Contract and One (Representative)partner will be solely responsible for all dealings with the Client on behalf of the JV. Its Power of Attorney on this account is to be enclosed.The Representativepartner I shall retain the responsibility for the performance of obligations and satisfactory completion of the consultancyservices. PEC registersa foreign consulting firm for issuinglicense to provide consultancyservices in Pakistan,which is basedon I formation of JV with the condition that the foreign consulting firm shall provide only that share of consultancy services by the JV for which expertise is not t available with Pakistani consulting firms. A copy of JV agreementto be provided t I I I at the time of finalizing the contract documents with specific responsibilities and I assignmentsto be looked after by eachpartner. ii. Subcontractingpart of the assignmentto the other consultantsis discouragedand only individual SpecialistSub-Consultants (having unique expertisewhich is not l available with others) may be included.

111. The Key Personnelproposed shall preferably be permanentemployees of the firm I unlessotherwise indicated in the Data Sheet

rv. The estimated number of Key Personnel pers-o:t-monthsrequired for the I Assignment is stated in the Data Sheet. The pioposal should be based on a number of Key Personnel person-months substa$ially in accordancewith the above number. However consultants may p{oposei changes in the light of their t experiencethrough particular commentson the TOR

=rllilit{ "':r.::::: Proposedpersonnel should have experiencgliieferably under conditions similar to I thoseprevailing in the areaof the as"p.ignaiEnt.The minimumrequired experience of proposedKey Personnelshall be.1flS':Iig,t6d in the Data Sheet. + tt{'? I \/1 No alternative to Key Personne,lmtry, be proposed, and only one curriculum vitae (CV) may be submittedfor eachposition.

I vii. If the Data Sheet specifiqrs-tra"ihine as a major component of the Assignment, a detailed description of thd proposed methodology, stafftng, budget and I monitoring is to be pncivi4pd. 3,1.5 The Technical Proposal shal'I.;notinclude any financial information. The Consultant's comments, if any, on-uthe;,rdata,services and facilities to be provided by the Client and I indicatedin the Te.g s$g$.beincluded in the Technical Proposal.A TechnicalProposal in to containing any $f-laq$j information will be treated as non-responsive resulting t reiectionof the p?'oposal. l 3.2 Financial fffi;uf 3.2.1 The.g.in #-fioposal should be submitted using the format specified and enclosed wit41-thl"SftFP.This is a mandatoryrequirement for evaluation of proposalsand needsto T be fi11ed=:4 carefully. The total cost is to be mentioned in the Form FN-7 and accordinglyin Form FIN-I too. I 3.2.2 The Financial Proposal should list the costs associatedwith the Assignment. These normally cover remunerationfor staff in the field and at headquarters,per diem, housing, transportation for mobilization and demobilization, services and equipment (vehicles, T office, equipment, furniture and supplies), printing of documents, surveys and investigations.These costs shouldbe broken into foreign (if applicable)and local costs. The Financial Proposal should be preparedusing the formats attachedas Forms FIN- 1 to I FIN- 7. 3.2.3 The Financial Proposalshall also take into accountthe professionalliability as provided I underthe relevantPEC Bye-Lawsand costof insurancesspecified in the Data Sheet. I I I I 3.2.4 Costsmay be expressedin currency(s) listed in the Data Sheet.

I 4, SUBMISSION OF PROPOSALS

4.t Consultants shall submit one original Technical Proposal and one original Financial I Proposal and the number of copies of each indicated in the Data Sheet.Each proposal shall be in a separateenvelope indicating original or copy, as appropriate.All Technical Proposalsshall be placed in an envelope ciearly marked "Technical Proposal" and the I Financial Proposalsin the one marked "Financial Proposal". These two envelopes,in turn, shall be sealedin an outer envelope bearing the addressand information indicated in the Data Sheet.The envelopeshall be clearly marked, "DP_NOT OPEN, EXCEPT IN T PRESENCE OF THE EVALUATION COMMITTEE." ^{;4r;'= t:/tMg2..;:= 4.2 In the event of any discrepancybetween the copies'bf ;n. proposal,the original shall T govern. The original and each copy of the Teclih.iCalaiid Financial Proposalsshall be prepared in indelible ink and shall be signed ubyuu-iEe=authorized representative of the consultant. The representative's authorization,sftalf-be confirmed by a written power of I attorney accompanyingthe proposals.All pagrJS'o,,ffieTechnical and Financial Proposals shall be signedby the personor personss,S,$.1fe$e proposal. rri.: "' , I 4.3 The proposal shall contain no interline-atio'ns,,oroverwriting except as necessaryto correct errors made by the consultantsthemsOlvesi Any such correctionsshall be initialed by the t personor personssigning the propobal. 4.4 The completedTechnical and Finaniial Proposalsshall be deliveredon or before the time and date stated in the Dat6ri'Sheet.The location for the submission of proposals is I indicatedin the Data Sheet

4.5 The proposalsshall be valid for the number of days statedin the Data Sheetfrom the date I of its submission.Duiing this period, consultantsshall keep availablethe Key Personnel proposed for t.-h,,g,",A nment. The Client shall make its best effort to complete I negotiationr aldj'$rl.p,qationstated in the Data Sheetwithin this period. = 5. PROPOSAL.EV;.ALUATION i'{'"ql; I 5.1 Evalua.tirinPibcedure and Criteria , .1 -., :; l 5.1.1 A qudlity_cum cost basedprocedure shall be adoptedin ranking of the proposals.The technical evaluation shall be carried out first, followed by the financial evaluation. Firms T shall be rankedusing a combinedtechnical/financial score. 5,L2 The evaluationcommittee will correct any computationalerrors in Financial Proposals. When conecting computationalerrors, in caseof discrepancy(i) betweena partial (sub- I total) amount and the total amount, or (ii) between the amounts derived by multiplying unit price with quantity and the total price or (iii) betweenwords and figures, the formers will prevail. However, items describedin the TechnicalProposals but not priced, in the I Financial Proposalsshall be assumedto be included in the prices of other activities or items and no correctionsare made to the Financial Proposal.In casean activtty or item is quantified in the Financial Proposal differently from the Technical Proposal, the I evaluation committee shall corect the quantification indicated in the Financial Proposal so as to make it consistent with that indicated in the Technical Proposal for further T I I T correction by applying the unit price included in the Financial Proposal to the consistent/ corrected quantity. However, the proposals that quote higher than the required input of t person-monthsas per this RFP will not be adjusted.Whereas the proposalsquoting lesser than the required input of person-monthsas per this RFP shall be adjusted as follows. If unit price for the subject person-monthis available, the same shall be applied; and if the T unit price for the subject person-monthsis not available, highest unit price for an activity or item of the same category finternational or national (Key Personnel or other Personnel)las provided in the Financial Proposalsshall be applied. The Reimbursable I direct cost shall not be adjusted and the sameshall be cappedfor the Assignment.

5,2 TechnicalProposal I i:='?t ,V*, 5.2.1The evaluation committee appointedby the Client shall glrry out its evaluation for the project(s)as listed in Para 1.1, applyingthe evaluation-c-litdria and point systemspecified t in the Data Sheet.Each responsiveproposal shail be a'ttributeda technical score (St). Firms scoring less than seventy (70) percent pqj.nts.',Sfihllbe rejecte I proposalsreturned un-opened. 5.3 Financial Proposal

I 5.3.1 The FinancialProposals of the threeta =:iAqki'ngqualifying consultingfirms on the basis of evaluation of Technical Proposals' shall be opened in the presence of the representativesof these firms, who slall be invited for the occasion and who care to I attend. The Client shall inform the.jlate, time and address for opening of Financial Proposalsas indicatedin the Dati Sheet.The total price and major componentsof each proposal shall be publicly annb'u4.cedto the attendingrepresentatives of the firms. I *-, t, 'H 5.3.2 The evaluation committee'dhal,ldetermine whether the Financial Proposalsare complete and without computational.errors;all errors/discrepanciesand deviations from respective I Technical Proposals.as well as RFP shall be dealt with for subsequentscoring in accordancewith proEgdureand criteria given in Para 5.1.2 herein above. The lowest FinancialPropoial (Fm) among all shall be given a financial score (Sf) of 1000 points. I The financial scoresof the proposalsshall be computedas follows: ;*f\, ,il ;li S/: (t000x Fm)/F I rii '4 ;n !. (F: amount of specificFinancial Proposal) t .,:,:':]:: 5.3.3 Proposals,in the quality cum cost basedselection shall finally be ranked accordingto their combinedtechnical (St) and financial (S1)scores using the weights (T: the weight I given to the Technical Proposal,P : the weight given to the Financial Proposal;and T+P:l) indicatedin the Data Sheet:

I S : StxT %+Sf xPVo I 6. NEGOTIATION 6.1 Prior to the expiration of proposal validity, the Client shall notify the successful consultant that submitted the highest ranking proposal in writing, by registered letter, T cable telex or facsimile and invite it to negotiate the Contract. The proposed Chief ResidentEngineer/ Resident Engineer shall also be invited to attend the negotiations. I I I I 6.2 Negotiations normally take from two to five days. The aim is to reach agreementon all I points and initial a draft contract by the conclusion of negotiations, 6.3 Negotiations shall commence with a discussion of consultant's Technical Proposal including proposed methodology, work plan, staffing and any suggestions which may I have been made to improve the TOR. Agreement shall then be reached on the final TOR, the staffing, and the bar charts, which shall indicate activities, staff, periods in the field T and in the home office, staff months, logistics and reporting, 6.4 Changes agreed upon shall then be reflected in the Financial Proposal,using proposed unit prices(no negotiationof the person-monthrates). 'ta: I ':= "41i;n 6.5 Having selected Consultant on the basis ol amo4g,r,s. things, an evaluation of proposedKey Personnel,the Client expectsto negotia{e.acontract on the basis of the I staff named in the proposal. Prior to contract"nefotiations, the Client shall require assurancesthat the personnel will be actually avqil e. The Client shall not consider I substitutions of Key Personnel except in cases.of. iexpected delays in the starting date or incapacity of Key Personnel for reasonsof-h'eaith,, 'exceptionFailure to assurethe availability of (equal only ma)'result in rejection Key Personnelor substitution or be$tdf)--:-;.r I of Consultant'sproposal. .:;lrltrrr;: -.::::=l\r. "= 6.6 The negotiationsshall be conclude..-dA.itti'p'ifulth":fl review of the draft form of the contract. The Client and the Consultant rnaff.'n;dt1%fittilIEe thetn. contract to conclude negotiations.nesotiations. If I negotiations fail, the Client strai6$v the consultant that received the second highest score in ranking to Contract negoti'dtions.The procedure will continue with the third in casethe negotiationprocess ib nqt successfulwith the secondranked consultant(and so I on). t, f

:r:.:::"' l 1 AWARD OF CONTFC# i ::r,, t' 7.r The Contract sl--rg],l,f.i:;A,. arded after successfulnegotiations with the selectedConsultant I and approved by@ competent authority. Upon successful completion of negotiations/ initialing of the,,draft-iontract,the Client shall promptly inform the other consultantsthat their proposalp*S,,,p.,,,e not been selected. 'I' :;.r t i: ::: 7.2 The selectbdi'Gdnsultantis expected to commencethe Assignment on the date and at the locati'brl, l;j specified in the Data Sheet. T -:::11. ' a' t

,trr.;,',i1; I ,'r r/ 3. li:i,'..:,-' .r . I .,,t .,;,. , '.r r., . I I I

t Annex B DATA SHEET t LOI Clause# t 1.1 The nameof the Assignmentis: Detailed Design and Construction Supervision of Lahore - Sialkot Motorway (LSM) Link Highw^y (4 Lane) connecting LSM to Narang Mandi and I Narowal (73 Km Approx.) t The nameof the Client is: National Highway Authority (NHA) I 1,2

ta t tl Phasingof the Assignment (if any): -Nil-

t 1.5 Pre-ProposalConferences :

Y*, -{- ir= No I Pre-proposalconference will behpld o;1: '+'i L7thMay, 2017at 1100Houis in NHA Auditorium, NadonalHighway Authority, 28 MauveArea, G-91I, I . lslamabad. s-'-t.!n Nameof the official is: .... I ,:i''=q:':r, Imtiaz AhmedhKhirkhar

I '= r.6 The Ciient s!,4$provide the following inputs: I As per tOn and Appendix D

1- T,/ Followingzub-clauses are added: " :... t iii. The supervision ofn the project shall commence upon undertaking of the construction works by the contractor and shall be notified through issuanceof commencementnotice to the selected consultant by NHA. Any inordinate delay or cancellation of the I construction work fot any reasonincluding non-availability of funds shall not entitle the consultantsto any financial or legal claims. However when the project shall commence the supervisory consultants shall maintain the right subject to availability of proposed t Key Personnel (professional staff) based on which the consultant was selected or if the delay is beyond six months then equally competent Key Personnelwith equal or higher qualification and experience shall be pre-requisite for considerationof issuance of I commencementnotice by NHA. In casethe work is delayed or abandonedfor any reason whatsoever,the consultant shall not have any legal recourse. I The consultant shali be responsible to have the whole construction work completed through the contractor in a profeSsi,Qnn!,ggnerso that all items of construction work are I l0 I

T completedfrom one end to the other including paying attention to site clearanceof debris or any other leftover material. The trees/shrubsprone to landscapeand earth work slopes grassedin ROW. All signs of construction work dispensed with. To achieve this I objective consultant may include the price for such incidental or ancillary service which will lead to the final completion of the assignmentin the price quoted by the consultant who shall remain liable for making final measurementsof the Works and to issue Final t Payment Certificate of the Contractor. No separatecosts are payable as extra costs for this service.All such costsshall be includedin theserates submittedby the consultantin its financial proposal. The consultant has to basically ensure that contractor has I completed entire construction work as per Works Contract with particular reference to site clearancebefore taking over the project on completion. The consultantsmay better not to propose names of Key..F',ne,'1sonnelalready proposed in T other proposaiswhich are being evaluatedby NHA or co*,ff{et(s) awardedrecently. This will affect adversely marking of these Personnelin evaluq,fbn of the technical proposal. Their securedpoints are liable to be reducedby 59,%-oifithefr namesappear in more than 1 I previous proposal in which they are rankedNo.1 . Fu4her the existing load of work with a firm shall be considered as one of the factors f-oi:ztfrE-onsiderationin the award of the contract.No CV of any alternatePersonnel sha$lb9,..pccepted during evaluation. t *. '' vi. Form TECH-4 is meant for commentson"provisions contained in RFP and TOR and unless the observationsare noted in this phrticuiar Form, anything written elsewhereon T this account including financial implications, if any, shall be considered of no consequencein the evaluationprocess'hnd aWard of the contract.

vll. Consultantsmay form a Joint V-gitur. ffi) to qualify for the Assignment in which case I the contractwill be signed betweenthe Client and all members of the JV on the prescribedForm included in Appendii E (copy of Model Agreement)subject to the rankingand successfulnegotiations. A JV may include at the most four members.To I promotethe consultancyindustry'in the country,50 marks (out of 1000for Evaluation) are allocatedfor Transfer offfiowledge in the form of JV with a new / less experienced I firm by sharing atleastt2}Yo of Assignment with them. '::::':?ili/ *.r ., .rl' v111. The term associate"$r',"ifrusedin the proposalor otherwiseshall not be consideredas an I alternative of JV.fuernber. Any personnelproposed for the Assignment but belonsing to the so called aflsociatesshall not be marked in evaluation of technical proposai like in case of Sub-consultants (except individual Specialist Sub-consultants having unique I expertisewtiictr isqrarely available OR an expatriatePersorurel) who are not supposedto contributei4 qualificationof their main consultants. ,;t,,,-',tttlili, I ix. Cdii+lirliant'sHead Office Support will be mandatory during Supervision; the firm shall be bound to provide design input required on the Site or advice on contractual matters; the cost for the same must be built in the financial proposal. Responsibility for I the team in field will be backedby the Consultant'sHead Office; the Head Office will assumefull responsibility for the team in freld. Any key position that remains vacant for more than one month that was required to be filled for that period, a compensation I equivalent to the charge rate of that individual will be imposed. For clarification, the invoice will not include the charge rate of the missing individual and additionaTly,the chargerate of one month for that individual will be deducted from the invoice. This will l be replicated for all missing key personnel. For the 2nd month, the compensation paymentwill be doubled.For the 3'd month, an additional warning will be issued.If the issue persists in the fourth month, the firm can be penalized by invoking conditions of .".11"tr3f for blacklisting. I contractand even to the ?g,l,lideration

I i t1 I

I 1.8 The invited firms are: Any firm meeting the following requirements: I (a) Valid Registration Certificate of Pakistan Engineering Council with relevant Project Profile Codes.Foreign consultingfirms shall make JV in accordance with Bye-Law 6(2) and Bye-Law 9 of the Pakistan I EngineeringCouncil (Conductand Practiceof ConsultingEngineers) Bye- Laws 1986. Failure to provide valid Registration Certificate (license) of the firm (each member in case of JV) by the PEC will entitle the Client to I reject the proposal. (b) Affrdavit in original bearing the subject with project name on stamp paper duly attested by the Oath Commissioner !-o-.,.the effect that the firm has I neither been blacklisted nor any contractfus8haea in the past for non- fulfillment of contractual obligations (B:y\ta[]?artnerfirms in case of JV). Non submission of the affidavit. may be treated as disqualification T resuiting in to no further evaluatiorfnif,theproposal. (c) Facilities available with the c6nbultantto perform their functions I effectively (proper office premisesisoflware, hardware, record keeping etc.) t (d) Client's satisfactioncerti$batep (Performance Reports) for the last three relevantassignmentr 4pna= 9 respectiveClients. Moreover any adverse report regardingpe-r,f{1na$ce of consultanton NHA projects received from NHI', utri i!,g-ililT artermay becomebasis for its disqualification I from theAssignrnW namedin clausei.1. LV.,,p"" (e) Person-months,ofstaff and Project Duration as per TOR. 2.1 The Documentsare: I +i ?= (i) Letter of Invitation, /-::::, I (ii) Instructfonsto Consultants, (iii) DataSffiet, T (iv) Tec {.calProposal Fotms, (t) *,"F.i,S,,*cialProposal Forms, rj: .-ir I (u,:.D..appendix-A Terms of Reference(including Background information), ; ". r'Appendix-B: ^ ,, ."(.yii) Person-Monthsand Activity Schedule, i:: t (v,., Appendix-C: Client's Requirementsfrom the Consultants, (ix) Appendix-D: Personnel,Equipment, Facilities and Other Servicesto be I provided by the Client, and (x) Appendix-E Copy of Model Agreement(Draft Form of Contract& Appendicesetc.) t 2.2 The addressfor seekingclarification is: General Manager (P&CA) l National Highway Authority 28 Mawe Area, G-9I 1, Islamabad. Phone:+92-51-9032727 t Fax: +92-51-93260419 E-mail: [email protected] I t I

t 3,r.4 iii. ProposedKey Personnelfor Design shall preferably be permanent employees who employed with the consultantsat leastsix monthsprior to submissionof Proposal. I Yes { No iv. The minimum number of person-monthsof Key Personnelis:

I Total Expatriates: _ Person-Months (Not used) Total Local Experts: L35 Person-Months

I V. The minimum required qualification and experience of proposedKey Personnelis given in Appendix - A "Terms of Reference" t vll. Training is a major componentof this Assignmenti ..:r ,,,,, Yes t 3.2.3 Professionalliability, insurances (description o, ,"iifiUn.. i appropriatedocumentation): .'i.' i. The consultants shall be responsible fof,F-#ofessional Indemnity Bond of the required amount at their own cost. fhis ,.6onashall be in the joint name of I "*+ Consultant and the Client. u ni t:;;a-,.',,....:i: ii. The consultantsare required to jhsuie their Employees and Professionalsfor I HospitalizatiorV Medical, Travel'"andr Accident Cover for the duration of the contract' : "rill"'""

111. Other details provided in pata{3.j of Special Conditions of Contract in Model t Agreement(Appendix E). ,+,1 3.2.4 Consultants shall quote the1,ffte$of remuneration for local personnel in Pak. Rupees, I whereas only the rates o$==re\.1;,y-i:brationfor expatriate personnel shall be quoted in US dollar currency. The paynieiht,l,lowever,to the Consultant for both the local as well as the I expatriatepersonnel w"i,l{',:.bs made in Pak Rupeesby converting US$ into Pak. Rupees by applying USD TT/ QD Selling Rate of National Bank of Pakistanon the prevailing date (i.e. the Date of, Payment) as per TT/OD Selling Rate from website: T http ://www. fore*:0qp.pk/ for Inter B ank Rates. For comparisonof the Financial Proposalsof consultantsthe US dollar's componentof FinancialProoosfuls will be convertedto Pak Rupeesas per following exchangerates: I The o.ffipialfifucC of the Selling (exchange)Rate is: National Bank of Pakistan as per TT/Ob SelHfi; nate from the website: http://www.forex.com.pk/ for Inter Bank Rates. ; I The date.dfthe exchangerate is: The dateof submissionof proposals. 4.r The number of copiesof the Proposalrequired I TechnicalProposal: One Original and Three copies with CD (soft form of complete I TechnicalProposal in PDF Form) in sealedenvelope. FinancialProposal: I One Original with CD (soft form of complete Financial Proposal in PDF as well as MS Word/ Excel Forms) in sealedenvelope. I t t I The addressfor writing on the proposalis: General Manager (P&CA) National Highway Authority t 28,Mauve Area G-9I I Islamabad Telephone: +92-51-9032727 Facsimile: +92-5I-9260419 I Email: [email protected] I 4.4 The dateand time of proposalsubmission is: 1130hours on 6th June,20I7 The location for submissionof proposalis: I s National Highway Authority Auditorium 2ndFloor, 27 Mauve Area, G-gll,Islamabad.,'int'

,,= 1 I =.= \i lir, 4.5 Validity period of the proposalis: i:r:::::' ! 't'"''-::;P"''t, 180 days rnt ;u i:..1g.L1,' I --r 1]:::::::. The bid shall remainvalid upto: a::.:- ,!: t'il,r,,: .-,' 3'd December,2017 '.il+,. tit - I Location for Neeotiationis: National Highway Auth_orityAuditorium I 2ndFloor,27 Mauve Ar8a, G:gll,Islamabad 'i- 5.2.I The evaluationof TechnicalProposal shall be basedon followins criteria: I ',*V"''t Description/Items Points

1. Experienceof.the Firm 100 ,? 1-a. GeneralExoerience .: in road uuuu::::+ e'r a5) T TransportSectoi 1-b. Specifiefxperiencerelated to d2 particulai Assignment ) ...1 2. ,',,4Fn h'& MethodologY 250 Z-af-4p=reciation of the Project g_9) I (i). Evidenceof SiteVisitwith (30) Photographs (ii). Clarity of appreciation Q0) I (iir, Comprehensivenessof appreciation (20) 2-b Problem Statement/Understandins 60) of Objectives I (, Identification of Problems/ (30) Objectives I (ii) Componentsof ProposedServices (20) 1^ L-W Methodology Gq) i,,,, (i) ProposedSolutions for this Project .,, (30) I (i, Quality of Methodology i;' ,. "'t''' (20) (iii). Conciseness,clarity and ,1 ,' (30) il. I 'f.,, 14 I completeness of proposal 2-d Suggestedchanges for improvement in TOR 0q) t 2-e Work Program Q9) 2-f Staffing Schedule pa I 3. Key Personnel 450 4. Performance Certification from 100 I clients 5. Present Commitments (current 50 engagementand available strength il - justification) -"t'tt'+' * 6. Transfer of Knowledge + 50 (Methodology/ Plans) I E'=|: .j:,. .::,, Total Points: :f,'*+-':,,-''' 1000 t .' Minimum qualifying technicalscorel ,; 70oh * Transferof knowledge would be':'in'the form of joint venture with ned less t experienced firm(s) by sharing{tr4.East 20Yo of Assignment with them for promoting the consultancy ind,u-ftT?r the country.

=ttl|lt,-.-:,1::,:,tlF t The percentagedistributiiln of iaeightage earmarkedfor evaluation sub-criteria for suitabilityof Key Personn.dlrare: I a. DesignTeam: Des criptiorr/ It.-ti'l;"t' Percentage i. Academicand,General 30%

Professiodd"E*piriencerelated to the 60% I Project,r. "ll,i,, firm (Permanent& Statuswith the r0% I dur#f,:ogwlthFirm) b. ,ffS,',+qfuisionPhase Team: I Dfficription/ Items Percentage Academic and General 30% I Qualifications Professionalexperience related to the 6s% Project Statuswith firm (Permanent& the 5% I duration with Firm)

Form of Summary Evaluation and PersonnelEvaluation Sheets for Technical Proposal I (QCBS) is attachedat the end of Data Sheet.

5.3.1 The words "three top-ranking qualifying consultingfirms" is deletedin its entirety and T replacedwith the words "qualifying consultants". The date,time and addressof the Financial Proposal opening are: After evaluation and approval of Technical Proposals (to be informed later).

5.3.3 The weights given to the Technicaland Financial Proposals are: Technical: 80" Financial: 20'

6.3 Add following at the end of this Para: The final person-monthsof each personnel are subject to adjustment at the stage of contract negotiation in line with demonstratedapproach & methodology and need basis' ="t'=\n 6.5 Add following at the end of this Para: :-,,,?a

j:,., The Consultantis bound to replaceall the $ey Personnelproposed who scored lessthan T}Yomarks inthe PersonnelEvaluati*on, if the Ciient so requests.If the Consultant refusesto replace such Key P,prso,'{'oel, the Client reservesthe right to reject its proposal and invite the Consu,,l,t6ntat received the secondhighest score in ranking to Contract negotiatiofls. o, " .*fi*hj 7.2 The Assignmentis expectedto commencein: September,2017 _,,...€lu'*=""

_.:a i '.ri rii *' , , u i ."': ul 4:,-4i:'

s, .:'.:r'itlliik.'-I,?*.

;,:t;.F;.,'.. ,,:: ,it .;' Jii'ttri +

lo I I I I I I I I I I I I I I I I I I I I I

SUMMARY EVALUATION SHEET FOR TECHNICAL PROPOSAL(QCBS)

EVALUATION CRITERIA

I. Exoerience of the Firm GeneralExperience in road TransportSector ence related to particular Ass IL ch and Meth III. Personnel Detailed Desisn Team

EIA Specialist SoiVGeo-Technical

Construction Sunervision Team ..:;

h) Asstt. ResidentEnsineer (Hiehways) " i) Asstt.Resident Ensineer Asstt.Resident Ensineer

lV. Performance Certification from clients V. PresentCommitments (current VI. Transferof Know Methodolosv/ The JointVenture (JV) shallbe evaluate{rinrfihesarne manner as a singleentity, since they functionas

AL

Excellent - 100"h Very Good -90'.ds.$9"h Above Average - 80 to 89% Average - 70 to 79o/o Below Average - | to 69oh Non-complying - 07o Score: Maximum Weight X rating / 100. Minimum qualifying scoreis 70ohor 700 marks.

l7 I I r I I I I TIIIITI r I I I I I I I PERSONNELEVALUATION SHEET Project related OVERALL Academicand General Experience status with the Firm* RATING POSITION/ AREA OF Name Qualification Weight 600/ofor design but l0%ofor design but 5% for (Sumof EXPERTISE Weighr30% 65%ofor supervision supervision Weighted Ratings) (Show all experts Percentage Weighted Percentage Weighted Percentage Weighted (A+B+C) (C) to be evaluated) Rating Rating(A) Rating Rating(B) Rating Rating Detailed Design Team a) Hiehway DesignEngineer/ Team Leader b) Hvdraulic/ Drainage Engineer c) Structure/Bridge Engineer d) EIA Specialist e) SoiV Geo-TechlicalEneineer fl Traffrc/ PavementEnsineer t': Construction Supervision Team r.tW .:, s) Resident Engineer/ Team Leader h) Asstt.Resident Ensineer (Hiehways) l D Asstt. Resident Engineer (Structures/Bridges) i) Asstt.Resident Ensineer (Materials) k) ChiefSurvevor ii:!-r li l) OuantitvSurveyor .);tii ti 'rrll i;ir,, 'l*Above -70-79% - Rating: - Excellent - 100% Vervsood -90-99% Average - 80-89% Average Below Averase l-69% i,,ii:. i::j, Non-complying - 0o/o j::'::: '21 '''' ' Score: Maximum WeightX rating/100 -, ',;:ll r\t * Thesemarks for statuswith the firm_;,,lrallapply for evaluationof proposedKey Personnelas per followingproportion:

,'r qr*. a., - il Regular employee 100% ., ,,,u"..,.,,.l" First time for this assignmdht- 0lo

\\ \\ I I I I I I T T T I I TECHNICAI PROPOSALFORMS I I I I I I I I t I I

l Technical Proposal- Forms

I {Notes to Consultanl shown in bracketsthroughout this Sectionprovide guidance to the Consultantto preparethe TechnicalProposal; they shouldnot appearon the Proposalsto be submitted.) I Checklistof Required Forms (subparagraph3.L.3 of ITC) I Required, (!) FORM DESCRIPTION Page Limit TECH-1 TechnicalProposal Submission Form TECH-1 Proof of legalstatus and eligib,,,LJjg 'lii t Attachment ' ':: If the Prop o s al i s subm itte d -b-y,,,.,,,,q,Jbint TECH-1 If applicable venture,altacha letter of irif.gnt,gra "r/" Attachment t copy of an existine,,asiioftfi?. TECH-1 No pre-set format/form,=[n't\g'caseof a Attachment Joint Venture,several are required: a Power of power of attorneyfo5 the'authorized I "r/" If applicable Attorney representativeof ea$ JV memberand a Specialpowernof'attorney for the I representativ,$pftlre lead member to reoresoni''8llJV members. Consultant'sOrgan ization and As given below TECH-2 . Experience. t i.l, rili a TE,CH-2A A,,=eofisu ltant' s Organization J B,.Qonsultant's Experience/Client' s TECH-2B 20 I ,,. .ii Reference TECH-3 .'1,$liproachPaper on Methodology 50 proijosedfor Performingthe Assignment I TECH-4ir , Comments/Suggestions of Consultant [Seefootnote ]' rg$,H;1trA,,,A. On the Terms of Reference nla I TECH+48 B. On the Counterpaft Staff and 2 1!ii Facilities ,TECH-5 Format of Curiculum Vitae (CV) for 8 pageseach CV .i:Ll ''i,)t;,,., I ar:' ; proposedKev Personnel Compositionof the TeamPersonnel and n/a "TECH-6 the Tasksto be Assignedto eachTeam I Member TECH-7 Work Plan / Activity Schedule nla

TECH-8 Work Plan and Time Schedulefor Key n/a I Personnel t TECH-9 Current Commitments of the Firm nla Note: Failureto provide requiredattachments with porm TECH-1 entitle the Client to reject I theproposal. . . ,i " "',,.

I t Th" totulnumber of pagesfor combineOto.-i\n0r{-r qnilinCH-4 shouldnot exceed50. A pageis I definedas one printed side of 44 or letter-sizepaper.:vtith font sizeof 10or more. T CHECKLIST OF OTHER DOCUMENTS

1. Valid RegistrationCertificate(s) of PEC fsubparagraph1.8(a) of Data Sheet].

2. Affidavit in accordancewith subparagraph1.8(b) of Data Sheet.

3. Pagenumbered, signed, stamped and duly boundproposal (paragraph 3.1.1 of ITC).

4. Affidavit in accordancewith subparagraph3.1.2(d) of ITC.

5. Technicalproposal notto includeany financial informa$ori lpurugruph3.1.5 of ITC). gl?+; 6. Letter of Intent/ JV Agreement (Form TECH - 1):"-,,,.,,,.1s*rr$

::.=,.. -ltt" , 7. Integrity Pact [subparagraph(h) of Form TECf{=,l,JT]i' $';

ii!.,

t!:

tei+!

+ Bt* ii.\Biir,Ir:. 'Y,, i :ff t

t TECH-1 t TncnNlcu- PRopos.q.LSunMISsroN Fonvt I {Location, Date}

I To: [Name and addressof Client]

-t! :: I DearSirs: li.?!".

We, the undersigned,offer to provide the consult#'l&;t"es for flnsert the Project I Name] in accordancewith your Requestfor Proposdl$jdated flnsert Date]. We are hereby submittingour Proposal,which includesthis TechnicalZP,r,oal and aFinancialProposal sealed t in a separateenvelope. [{If the Consultantis ajoint venture,insertiihe following: I ..:i1i,,,....; We are submitting our Proposalin a joint ventute.'lomprising: {Insert a list with full name and the legal addressof each member, and indi.c;gleihsJ€ad member). We have attached a copy {insert: I "of our letter of intent to form a joiit vehtute" or, if a JV is already formed, "of the JV agreement") signed by every participatitg*pq-€mber,which details the likely legal structure of and the confirmation ofioint and severabfe..,|iabilityof the membersof the saidjoint venture.)l T ti IAND

I {If the Consultant'sfl=f'6posal includes individual SpecialistSub-consultant, insert the following: 1t,1**$ ..::: lLta.i;li :]:,r::: I Our Proposaliniitides: {Insert full name and country of the individual SpecialistSub- consultant)] . T We hereb,ydeclare that: i', t',,,',,ATiithe 1a; information and statementsmade in this Proposalarc true and we accept t that any misinterpretationor misrepresentationcontained in this Proposal may lead to our disqualificationand/or may be sanctionedby the Client in complianceof I Rule 19 of the Public ProcurementRules, 2004' (b) Our Proposalshall be valid and remain binding upon us for the period of time I specifiedin the Data Sheet,Clause 4.5. (c) We haveno conflict of interestin accordancewith ITC Clause1.9'

l (d) We meetthe eligibility requirementsas statedin Data SheetClause 1.8.

(e) Neither we, nor our JV member or any of the proposedindividual SpecialistSub- T consultantprepared the TOK for this.consulting as s i gnment' I I t

I (D Within the time limit stated in the Data Sheet, Clause 4.5, we undertake to negotiatea contract on the basis of the proposedKey Personnel.We acceptthat the substitution of Key Personnelfor reasonsother than those statedin ITC, Clause 6.5 I may lead to the termination of Contract negotiations.

(e) Our Proposal is binding upon us and subject to any modifications resulting from I the Contract negotiations. I (h) In compliance (and, if the award is made to us, in execution) of Contract, we undertake to obey the Integrity Pact (attachedherewith duly signed by authorized representativeand stamped). I dJ'ft (i) Our Head Office Supportwill be mandatorydurt?ig Sfipervision; our firm shall be bound to provide design input required on the Site or advice on contractual I matters; the cost for the same has been built in our financial proposal. Responsibilityfor the team in field will be baCkedby our Head Office; our Head I Otfice will assumefull responsibilityforffie tgam in neta. We undertake, if our Proposal is acceptgd.and tli'6 Contract is signed, to initiate the Servicesrelated to the Assignmentnot later than the datementioned in Data Sheet4.5 (or the date t extendedwith the written consentof Consultant.,{u;,C e of delay in procurement process). iti = We understandthat the Client is*not tiuf+ to acceptany or all Proposal(s)that the Client I recelves. We remain, :-!i'o"t I i+::! Yourssincerely, Ni:

I Authorized Signature{In fuli,,, d=initials}: Name and Title of Signatog: Name of Consultant(fi1mryri646ie or JV's name): I In the capacity of: ''i.. .:-r...-'rl- Address: ' ,:.:..1::. t Contactinformatibri (phone and e-mail):

{For a joint.i'e.g1 e, either all members shall sign or only the lead member, in which case the I power of attorney to sign on behalf of all membersshall be attachedj I T I T

I ZJ T I

I TECH.2A l CONSULTANT'S ORGANIZATION - [1. Provide here a brief description of the background and organization of your Firm, and in t caseof a j oint venture - of eachmember for this Assignment. I 2. Include organizationalchart, a list of Board of Directors,and beneficialownershipl,] t I

tii," :, I .1 r: a\'-)r ; =1..'rl ::. 1::: I i\\,.

= I ti ditqtru*t'ff t t I t T I t I t I Beneficial ownership shows all owners and major shareholdersof the company, including any person or entity T who enjoys the benefit of ownership including, but not limited to power of control and influence of the business transactions,receiving dividends or profit share.This includes direct or indirect ownership of the company (e.g. ownershipby closerelatives).] I 24 T TECH-28

CONSULTANT'S EXPERIENCE/ CLIENT'S REFERENCE

Relevant ServicesCarried Out in the Last Ten Years (by each member in caseof JV) and by Specialist Sub-consultant,if any, Which Best Illustrate Qualifications u Using the format below, provide information on each successfullycompleted reference assignment for which your firm, either independently or as one of the member of Joint Venture (JV), was largely contractedby indicating the share firm itself in the JV. i,fif. =''ii:- ,,"1' 2. Assignmentscompleted by the Consultant's individual Ex-p,,..f, .*orking privately or through other consulting firms or that of the Consultant's-.SFBcifliSt Sub-consultant, cannot be claimed as the reievant experienceof the Consultantnb;rt_lan be claimed by the Experts or the SpecialistSub-consultants themselves in their CVs. Jhe Consultantshould be preparedto substantiate the claimed experience by presentingi copies of relevant documents and referencesif so requestedby the Client.] , {:

AssignmentName: Country of Assignment:

Locationwithin Country: t Key PersonnelProvided by Your m,.rtti' Firm: Name of Client: No of otherpersonnel provided bv vour Firm: Address: Total No of Person-Monthsof staff of your Firm: tl Start Date (Month/Yeu.)n,,", C'OmpletionDate Approx. Value of Services(in .1, (Month/Year): Equivalent/ Rs.) provided by :;::- staff of your Firm Name(s)of Member No. of Person-Monthsof Key PersonnelProvided by member Firm(s),in caseof fV: , .,_.11.ii217,, ii Firm(s), in caseof JV Leader) involved and functions

NarrativeDescription of Project Descrintionof Actual ServicesProvided bv Staff of vour Firm

Consultants'Name: I I TECH.3 t APPROACH PAPER ON METHODOLOGY PROPOSED FOR PERFORMING TTIE ASSIGNMENT

t lln this part of the Technical Proposal, explain understanding of the objectives of the Assignment, approach to the services,methodology for carrying out the activities and obtaining the expected output, and the degree of the detail of such output. You should expiain your t methodologyto complete the project within time and budget.

The approachmust be indigenous project specific approachof Cgnpultant and not a generic one I or copyof the TOR. .$ :4i.,,|uti1."-_ Basedon the specificapproach, describe Work Planwhich ist-q..g.#istentwith inputsprovided in I FormsTECH -7 andTECH - 8.

In caseof JV, the role of eachmember must be clearlf4ghlighted. Likewise role of Specialist l Sub-consultant,if any, along with necessitymust be high}ighted.]

'.:1:;;:t::.:. ,.):i

i:jr I = nii:r I

t*n I '\r I .1.ri\dlir .al;: i.a;?.r

I sil

! tir*l I i$-,.ii't., tlr.';:'r' t .J$..,,. t I t I I I I I TECH.4 T AandB I COMMENTS / SUGGESTIONSOF CONSULTANT

fProvide here commentsand suggestionson the Terms of Referencethat could improve the quality/ t effectivenessof the Assignment;and on requirementsfor countelpartstaff and facilities, which are provided by the Client, including: administrative support, office space, local transportation, equipment, data, etc., separatelyunder Forms TECH-4A and TECH-.43-.,respectively.] T ,r,,u..r.ra=,,,,,,._'.1 *# ,r '{:Jfir ':::: A. On the Terms of Reference(TOR) :+, I "

,,!iiu''l'; 1. lr' :i

I :":.r. "? 2. =,.'filit,. .=

i\,,, J. - I _..- r.tlr,,. ''\i :i .i Etc. ...*i -fi,'. ni$ ;,::a I E":'{ : B. On the Counterpart Staff Facilities (data & services to be provided by the "4,,4,{ I Client as indicated in thg_|!p,,, '\tif," Design Services '] '| {_ I , ii:: t tl'iiL 't'., 1. r,'= .t':t''i't';; . 'lilit:|:?'";r;.li: "= iw.r,,,,, t 2. ; i-tr.,.,,, q:. tjt"i .:r I 3. , , Etc. n iji# S

T I Note: l. The Consultant may propose a team of expefts to best achieve the scope of service and activities and to deliver outputs as required in TOR. Proposed T changes in position/individual inputs should be indicated and reasoned in the Technical Proposalbut incorporatedonly in the Financial Proposals(showing excess/saving,in datum Price as worked out with the person months indicated in I the RFP, which must be clearly bifurcated and marked red at each place for acceptanceor otherwise by the Client at its prerogative during negotiations). (i) The Proposal may assign person-month inputs differently from TOR. I However, Key Personnelinput totals in the Proposalshould not be lessthan the minimum totals of person-monthsinputs mentioned in Data Sheet Sub- Clause-3,1.4 respectively. T (ii) The Proposalmay include additionalexpert position/s.However, additional t 27 I I expeft will be consideredNon Key Personnelfor the purposeof proposal evaluation. I (iii) If the Proposal drops or replaces a Key Personnel position with a different one, the original position will receive zero score in the technicalevaluation I and the new position addedin the Proposalwill be consideredNon Key and will not be evaluated. (iv) DO NOT INCLUDE EXCESS/SAVING INFORMATION IN I TECHNICAL PRPOSAL. If Technical Proposal includes financial information,the Proposalwill be rejectedunder Clause-3.1.5of ITC.

T When the Consultantsuggests a changein scqpe'of service"activities or output. TECH-4A the eachsuggestion in Form I TECH-4A with incremental cost as a'bB-p- attachmentto Financial Proposal indicating breakdown into individ,grtilrr.itfdunerationand expenses for each I suggestion. Forms FIN-1 to 7 s\o'€{d. prepared without incorporating the changes. .q.,,=.?"1 (i) If Financial Proposalprov*id'ei no ieparate attachmentabout incremental cost I to a suggestion,the suggqstionwill be consideredat no additionalcost to the Client andno negotiatiofisfor an incrementalcost shallbe done; (ii) Do NoT IN-GI.UDE ,INCREMENTAL COST INFORMATION IN I TECHNICAT+ipnf6]Sar. If Technical Proposal includes financial information, the' I I :is T I T I t I T I I T T TECH.5 T FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSEDKEY PERSONNELAND T SPECIALIST SUB-CONSULTANT(IF ANY)

1 I r. ProposedPosition: 2. Name of Firm proposingthe Key Personnel:

I J. Name of Person: I 4. Profession: 5. Date of Birth:

T 6, Yearswith Firm:

7. Nationality & CNIC Number: T i] ,,,4,,,'-'''!:. 8. Membershipin ProfessionalSocieties: ii,' (Membershipof PEC is Mandatory-fu .,.'.-'= I ;.,-- I 9. DetailedTasks to be Assignedon th6'?ioject:

10. Key Qualifications: l '"=,,,,.,.4'iii= '.'t! {Give an outline of the person'i experienceand training most pertinentto tasks on assignment. Describedegree of responsibilityheld by the personon relevantprevious assignmentsand give I datesand locations. U6eupTo one page).

]i:!:.]a=: .:a:-',1,1, 11. Educati;n I l'.,,, {SummarizeLc.o.! funiversity and other specializededucation of the person, giving namesof T institutions, d'ate.;,,t.nded and degreesobtained). T 12. EmploymentRecord {Starting with presentposition, list in reverseorder every employmentheld. List all positions held by the person since graduation, giving dates, names of employing organizations,title of T positionsheld and location of assignments.For experiencein last ten years, also give types of activitiesperformed and client references,where appropriate). I 13. Languages {Indicateproficiency in speaking,reading and writing of eachlanguage: excellent, good, fair, or T poor). I I 14. Certification

I, the undersigned,certify to the bestof my knowledgeand belief that:

(i) This CV correctly describesmy qualificationsand experience; I (ii) I am not a currentemployee of the Executingor the ImplementingAgency; (iii) In the absenceof medical incapacity, I will undertake this Assignment for the duration and in terms of the inputs specifiedfor me in Form TECH-5 provided team mobilization takes I placewithin the validity of this Proposal; (iv) I was not part of the team who wrote the Terms of Reference for this consuiting services Assignment; (v) I am not currently debaned by any department I oreaoi'zution/(semi-autonomous / autonomous)bodies or suchlike institutionsin Pakistan;and ' (vi) Ihave been informed by the Firm that it is including=mt'qV:in the Proposalfor the {name of project and contract). I confirm that I will be available to carry out the Assignment for which my CV has been submitted in accordancewj,thghe:implementation arrangements and scheduleset out in the Proposal. ".= i Uf CV is signedby the Firm's authorizedRep5...e;entative: - ",,titi l,i:, I I, as the authorized representativeof the==f.ifu submitting this Proposal for the {name of project and contract), certify thatlhaus <:..bJaiaedthe consentof the named Key Personnel to submit hislher CV, and that s/he wilJt'.6.eav...dil"able to carry out the Assignment in accordance I with the implementation arangemdbls schedule set out in the Proposal, and confirm his/hercompliance with paras(i)to (v)'$ove.l

I I understand that any willful mis,s described herein may lead to disqualification or " '''ui.::?sment dismissal,if engaged. l 'lii" "l'i" .' ',*=:*,:..

Signatureof Key Personneldi authorized Repres entative o f the,fj;,1n DaylMonth/Year ,i,t - :lii'"'f,,,,,"+:i .#=.t= ,.="

'. ..i 'tuttttt' Full name of authorized Representative:

I {Note: copy or scannedsignatures are not allowed} I I T I lr rr al tr I Il rr Il Ir I Il r .- tl - r I -l lI I tr

TECH-6 COMPOSITIONOF THE TEAM PERSONNELAND THE TASKS TO BE ASSIGNEDTO EACH TEAM MEMBER

l. Key Personnel(and SpecialistSub-consultant, if any)

,.:r:------.-.', _. .::-_-'i..:. - ;-

i..' \ '\ ':al" .\ , -\ -..:.....

'"3 ,:f',t 2. Other Personnel 4l ',,,1,t,. ..,1) Name Position Task Assignment 'st

i.. rlitit. !,'l:

14- ttilf:i,$tt. ;:,:: L.rgll . -a !r I I L I :r .tt I r !l I .r,I rtr ll r, - -a I lr

TECH-7 WORK PLAN/ ACTIVITY SCHEDULE

Itemsof Work/Activities Monthly Program from date of commencingAssignment (in the form of a Bar Chart)

a t ) J 4 5 6 7 8 9 Loi 11 12 13 T4 L5 :. ''t - .,1

tlf *u" ".71 j

,'!Lf:

.i' rr r"q f:

'q;ui"i:;t:::;ll:i': .+;::1.1i/:.!: :I

,;1.,), ="Iru'i't ::;, di' ':).:-:

.ja::.a;:::l.L M tt r rt I tr tl !l I .I fr Ir,I I .ll r I ll I -

TECII-8

WORK PLAN AND TIME SCHEDULE FOR KEY PERSONNEL (AND SPECIALIST SIJB-CONSULTANT, IF AN9

Months (in the form of a Bar CharQ Number of ..rA Months Name Position '':il':::'i':! "+

I 2 J 4 f 6 7 8 9 l0 tl L2 t3 t4 t5

#.

..4 % ?

Continuous: 4 Intermittent: enfqrjlj$.s.Auiation

Yoursfaithfully,

Signature (Authorized Representative)

Full Name Designation Address ,IIT.ITIIIT I !r,tr-IrtIrI'rrilI T.

TECH-9

CURRENT COMMITMENTS OF THE FIRM [OF EACH MEMBER IN CASE OF JV AND THE SPECIALIST SUB-CONSULTANT,IF ANYI

List must be comprehensiveincluding project from clientsothgr ihan NHA aswell 't o- *t" Expecteddate of project or JV Task assignment Name of Single startaat6 Jfffiroj".t completion

lt" -

,,lll",|l ,:,t:ff'o :tt.ttlr9t;r1,x,,,.'iritt i.l,)t''n:l^ sfllrn," *s.iatll:,,,,,..? i,s- ij: :,,i't',:ttitttt ."q.,,+l FTNANCTALPROPOfip FORMS '*'"'u"? :rii'b" ,:li+ e":: i ,r,1

s

'=.

.. nii.. : ' '::"*', ' '':

'':

.,r, .,iij

.;:,,1,r-rit-llf,i - ,' ,.i' ,-' t,l, ,:,,: .,./v// tt/ I I FIN.l I FnqA,Ncrar.Pnoposar, SugMrssroN Fonvr t {Location, Date} I To: fNameand address of Clientl DearSirs: rj, : I We, the undersigned, offer to provide the consulting*fqgrvicesfor llnsert the Project Namel in accordancewith your Requestfor Proposaldaldb flnsert Date] and our t TechnicalProposal. '' Our attachedFinancial Proposal is for the amoq;iitd{insert amount in words and t figures), including all Federal, Provincial and Local'iaxes applicable as per law of the land. note that all amountsshall be the sameaiilin FinancialProposal Form FIN- 1\. {Please ,lr.= ir,- I As indicated and reasoned in Forp:tryeH-4 of our Technical Proposal, in accordance with Note 2 under Form TECF{-4 of the RFP, a separate attacfunent for incrementatcost(s) is included/not included in our FinancialProposal [if attached,strike t -'-:. ot)t "not included" and vice versal ,,,,i'r' I Our Financial Proposal shq(,fft binding upon us subject to the modifications resulting from Contract negotiatiorfs, up to expiration of the validity period of the Proposal, i.e. before the date indiCiriedin Clause 4.5 of the Data Sheet (or the date t exti:ndedwith the written conseil+ofconsultant in caseof delay in procurement process). =u,rn;iiliy,,jt We confirm that,We,iiffi.v;eno condition to statethat may have financial implications T over and above the amouilt,,,cuotedabove. We understar-rdFu are not bound to acceptany Proposalyou receive. I ,,ffir] liri -..lll :::: t Yourffiincerely, AuthorizedSignature {In full and initials}: Name and Title of Signatory: In the capacity of: Address: I E-mail:

{For a joint venture, either all members shall sign or only the lead member, in I which case the power of attorney to sign on behalf of all members shall be attached') I .;:i..,1rr,.;i,;,,,., J I 36 I I FIN-2

I BREAKDOWN OF RATES FOR CONSULTANCYCONTRACT

I Project: Firm:

Name Position Basic Social Overhead Sub- Fee Rateper Field Rate per I Salary Charges (Yoageof Total (Yoage Month Allow. Month per Cal. (Yoageof 1+2) (l+2+3) of4) for (Yoageof for Field Month 1) project 1) Work Qffice t "'(6) (1) (2) (J) (4\ (s) (7) (8) t ;;r,."'ni':;:.'itt't' t Notes: ,,I,Sii: ,...'iilt,...i ItemNo. 1 Basic salary shall include actual gross salary before deduction of income tax. I Payroll sheet for each proposed personn6l should be submitted at the time of

negotiations.IIVBU LliXtrUIIJ. lXi ::.: ItemNo. 2 Social chargesshall include Ciientts contributionto social security,paid I vacation,vacation.averugeaveraae sick leaverandother standard benefits paidoaid bvby the firm to the employee. Breikdown or p?BFo'SLdpercentage charges shouid be submitted and supported{see Forrg=F,[{{-3 I. I Item No. 3 Overhead shall inclr+.9egeSbral administration cost, rent, clerical staff and businessgetting expdnses,corporate tax including sales tax on services and insurances, etc. FrgAkdown of proposed percentage charges for overhead I shouldbe submitfedand supported{see Form FIN-4}. ItemNo.5 Fee shall includ'eflr*'s profit and shareof salaryof partnersand directors {if not billed ;naiviOuitty for the project) or indicatedin overheadcosts of the I firm. Item No. 7 Normally- tp..pryableonly in case of field work under hard and arduous ', I conditions. Note 1 lie a1$imum percentageof item (1) shouldbe preferably 50%of (8). Note 2 ThguCo'nsultantis to provide appointmentletter and affidavit/undertaking duly signedrby each of the individual Personnelshowing salary rates as above. I Further during execution each invoice will also be provided showing that the Personnelhave been paid their salariesas per basic rates mentionedtherein; failing to which, NHA will take punitive action against the Consultant and I shall deduct the deficient amount from its monthly invoice. Moreover it will be consideredas a negative mark on the Consultant's performance that will be consideredfor futureprojects. I Note 3 The Consultant shall provide its audited financial statementsof latest three fiscal years,during negotiations,w.r.t. secondparagraph under SC 6.2 (b) of I the Model Agreement(APPENDIX-E).

Full Name: I Signature: t Title: I BREAKDOWN OF SOCIAL CHARGES

Sr. DetailedDescription As a o%ageof Basic Salary No.

t.a.

"Fw . !.' E 6t:

:iii{i

'ta:a,..ia:

; iii.{i.i .....

1t11,

..a, .tt?,t!t:Lz.

#li,rir+ t$s' : ,..-,-' I I FIN.4

I BREAKDOWN OF OVERHEAD COSTS

I Sr. DetailedDescription As a Toageof Basic Salary and I No. Social Charses

t .*fi+. ,:+ql:\ I ) "v I ,*tfq

I i$

ti:t:i:.:= '\uirr; rl; I :li I :::+,, .-,"-i=+, alt:1,.:,

.:.Xli?ift:!|.. ;! "'+? I = 'ni',-

:.,::lirrdil$:i;:: I \\,". '\\ !.i) I ru

-+f_ I ItF', I I I I I I I I FIN-5 I PageI of3 A. ESTIMATED LOCAL CURRENCYSALARY/ REMUNERATION COSTS I EQUIVALENT IN US DOLLARS br also to Notes under Form TECH-4 Total Person- Monthly Billing t Position Estimated Months Rate (US $) Amount fUS t A. All Foreign Expatriates including Foreign Specialist Sub-consiittant (if any) t t I I Sub-Total:

::,il'"'r.: I ,::a::r..kw I I I I I I I I I 40 I I I FIN-5 I Page2of 3 B-I ESTIMATED LOCAL CURRENCYSALARY COSTSIREMUNERATION t 'Refer also to Notes under Form TECH-4 Monthly Billing Rate (Rs.) I Amount I B-I. All Local Key Personnel and SpecialistSub-consultant (if any) I I t Sub-Total: I I I I I I

I ' ' -l -1 ! .:- '.: r.... I ,:,i,Z={f ;iL i I I I FIN-5 Page3 of3

B-II ESTIMATED LOCAL CURRENCYSALARY COSTS/REMUNERATION 'Refer also to Notes under Form TECH-4

"li

fitttttt,,.i=...:::= ." i. , :: 1. =,l ''*.i'.4i , rIII TTTTTIIIII IITITIIII

FIN-6 DIRECT/ NON-SALARYCOSTS FOR DESIGNAND SUPERVISIONSERVICES

IRef,br also to Notes under Form TECH-4 Sr. Unit Price Total$piiilrnt Nomenclature Unit Qty. Remarks No. (Pak. Rs.). r i(Pak.Rs.) : = 'ii?, A. For DetailedDesign " i "!,'n .:t,ll- - ,;:,' il ' . I ,j'-r',' I Rent for Office Accommodation LS fi 2. OfficeUtilities Costs LS 't..:-;-.;, J. / Furnishines LS ...:;i,ir1..1" ,- Cost / rental of Furniture 4. Cost (rentals)of Office/OtherEquipment LS

1. Computersand accessories ii. Photocopy machines ,il,ii ,i::'{"''n,,,' iii. Communication equipment ..]: iv. Drafting / Engineeringequipment : V. Surveyinginstruments (rentals) ': vi. TransportVehicles (R entals) vii. Site visits and Meetines in Islamabad

I 5. Communication expenses P.M J 6. Draftingl Reproductionof Reports LS 7. Office/ DraftingSupplies LS I I I I II I I II I I II I I I' I I IT - II -

Sr. Unit Price Total Amount Nomenclature Unit Qty. Remarks No. (Pak. Rs.) (Pak. Rs.) 1l Verification of Soil Investisation LS

t2. Traffic Count & OD Survey LS

Provisional Sum Items " ',iiir,,'iu,r,,,="ii) GeotechnicalInvestigation for Structures PS '2.000million Hydraulic Study, including purchaseof DEM, 11 Grounduse survey,Flood routing, Satellite PS 5.000million Imageryetc. Purchaseof Highway Design software and Backup 'iii;r"'- r. lt iii PS 2.500million Data server ,*'"''*'*t't t)i: iv Third Party Design Validation / Review . ,[l' Q+,PS 2.000million Othersnot coveredabove to comply with TOR tJ. requirement* ,))tt,;':'j: B. For Construction Supervision Communication Expensesalloca-ble td the ]. -tr'i'i..,li P.M 18 FixedRate Assignment , - Printingof Reportsi;bndDrawings for the 2. :: P.M 18 -do- Assisnrnent Reimbursementof actual expendituresupto Travel expensesof requiredKey Personnelbetween 3. P.S 500,000/- a maximum limit subject Head Office and Site (as per actual) to approvalofProject Director for travel(s). Costof preparingConstruction/ Supplementary As 4. L.S Drawinss per rI ITIIIITI ITTIIIIII IT IITIT

Sr. Unit Price Total Amount Nomenclature Unit Remarks No. 4ry. (Pak. Rs.) (Pak. Rs.) TOR

5. Others not coveredabove to comply with TOR / RFP requirements* lila,. 11 Sub-Total for Direct Cost ri:,li

Auy addirional item/ cosr quored against this line item must have providey'qolrypnable justification(s) detailed in Foro TECH-4 "Commentson TOR" without indicaring financial value therein. fne Ctieq6\$di.ioi commitreewill deliberateon the requirernentof additional itern/ cosl in casesuch Firm standstop ranked.It is also to bgroqp\bf the Consultants*lat the Client is not boundto agrceto tle reasonsgiven in FormTECH4. f*.V \l

'' : '"-, " '' :'t ':b . 1' 'ryrN,riiil I I FIN.7 SUMMARY OF COST OF CONSULTANTFOR DESIGN AND SUPERVISION l SERVICES Refbr also to Notes under Form TECH-4 Sr. I Description Amount (Pak. Rs.) Amount (US $) No.

I DetailedDesign - Not Applicable - 1 SalaryCost Construction - Not Applicable - I Supervision SalesTax @ 16% on item 1 above which shall be I 1(a). kept as ProvisionalSum - Not Applicable - in the Contract I Agreement DetailedDesisn ,d' - Not Applicable - 2. Direct Cost Construction''S I - Not Applicable - Supervisiorg=:'::".

il:: - - I J. Contingencies $ Not Applicable I Grand Total: - Not Applicable - Note: 1- The dues and salarie, ot rtuft are payableby the Consultantin time and not later than 10tl' of the following month positively. In case of failure to do so I Client shall ir,$.eiv and pay these dues and salaries of the concerned Personnel..a.nd=,.,.r'd,,g er from the invoice of the Consultant at actual charges paid plus lYa,of the amount. This will also be accountedfor adverselyin l making assessmentof the Consultant in the next evaluation process for selectionag..,pnsultantswith report of such defaults.

il. I 2- The grqgqiotal is inclusiveof all the applicableFederal, Provincial and Local (exceptthe SalesTax) are requiredto be built in the fues:'4t these_taxes I quoJedrates and not be mentionedseparately.

a J- Any Omission or arithmetical error made by the Consultants in entering the I amount against item 1(a) shall also be rectified during evaluation of the FinancialProposal. I Consultant'sHead Office Supportwill be mandatoryduring Supervision;the firm shall be bound to provide designinput required on the Site or advice on contractual matters; the cost for the same is built in the financial proposal. I Responsibilityfor the team in field will be backed by the Consultant'sHead Office; the Head Office will assumefull responsibilityfor the team in field. I Any key position that rcmains vacant for more than one month that was required to be filled for that period, a compensationequivalent to the charge t 46 I

rate of that individual will be imposed. For clarification, the invoice will not I include the charge rate of the missing individual and additionally, the charge rate of one month for that individual will be deductedfrom the invoice. This will be replicated for all missing key personnel. For the 2"d month, the I compensationpayment will be doubled. For the 3'o month, an additional warning will be issued. If the issue persists in the fourth month, the firm can be penalized by invoking conditions of contract and even to the extent of I considerationfor blacklistins. I

g:::::t":-' t .ttl--&" 1l ..'/.q,.. H-! :FI *"t"i, ' : I .t

::::':::.: '' ;:i ,.,. i.:l:i,' I '"iiill 'i:'j rlg.,1.. n' I 9l' I

: ,.iit I ':'it;:.:,;,tj,' I il t .,r: I =,"Ha I t'di:,,+ I I T I I

I 47 I APPENDIX - A

scs .41"

,, "ll,''r: 'i' it r

.l .${i.t '""4.t'. ': ri:. 'tr:l.. tti:.<:::,.

=';ftt:'t'-':,' -:": '

TERMS OF..RIilFERENCE (Including D..esgriptionof Services) =*l'$

=\.:::::::::.i:::i ' :l .. $"..-q'!i'I:' 4.--$*;

'4?.

lrl {rlLii

' iw.;';i.q','rlii iii \ i'iljlr',-, , I I I Major Contents I Background ProjectObjectives

I Scopeof Serrricesand ExpectedDeliverables

Team Compositionand QualificationRequirement of Key Pe;sopneland Specialist I Sub-consultant. I T I ?# I I

I t.,..'g; .,S&J".

::::.!:!tt::!l+4tii I rl&;_,"

I ':)"'+ ..,- _ ,.:,t:::l

iit: l ::::..'.,::::j:' ..;. t I I I I t I I Chapter No.L I Introduction I 1.1 Background Under the Directives of Honorable Prime Minister of Pakistan and subsequent I instructions of the Minister of Planning, Development & Reforms to National Highway Authority, NHA intends to undertake the feasibility study of the construction of a 4-lane highway, a semi green field project connecting Lahore- T Sialkot Motorway (LSM) with Narang Mandi to and finally to Narowal, on Narowal - JassarRoad. Total length of the project is 73,35$ approximately.

.'**33 '',,,jF t Pros and cons of the available routes were delib"raldHength with the Honorable Minister PD & R at his office on 19th October;-%161 Finatty, the project route I emerged as the most economical option and wq.s a$proved as partial green-field Project and remaining from Narang to Narowal with the addition up-gradation ryIanai of ACW. The announcementfor the projeq,trwas made by Honorable Prirne Minister I in two different occasions.Upon the gro=1.111.Qreaking of Lahore-EasternBypass the announcementwas made of Projec!-upto Naiang Mandi. On 12'n January, 2017, the I extension of project up to Narowal{frs also announcedat Narowal. 'i The project falls in the Districts.,,of,Sheikhupuraand Narowal. At present,Narowal is I connected with G.T Road (Murid]<-e)through a two lane road. Presently, being upgraded to 4-4-Iane highway by Go,r"r.rrnent of . The length of Narowal- I roadis 73.35km. *:1'li._.,,*+r' T L.2 NeedAssessment ., Narowal is an important and strategic location, as it is only about 5 Km from Indian Border. With the,+ew facility, the access of this strategic town will improve I considerabty:*,it6reduction in travel time. The total distancefrom Lahorc via LSM and Project-r,urais 80 Km with an averagespeed over 90 kph. :l 11 '::::: ii :il ': I 1.3 Proiect Definition

National Highway Authority has carried out the outline design of the project based on I satellite images and computer aided aiignment design, augmentedby field visits and limited testing. Based on the available outline design, it is required to deveiop the I detaileddesign. Detailed Design will be carried out as per NHA Standardsmentioned in detail in Chapter3. t cross sectionof the project is a 4-lane Dual Carriageway(3.65m eachlane) with / :,-Jne o(-n proposed600 mm New-Jerseymedian. Paved outer shoulderof 2.0 m with 500 mm I rounding and inner shoulderof 750 mm is suggested.The facility shall be classified 1':,i.as rural arterialas per AASHTO standardclassification.

r.. i' )U I r r.lr I I L.4 Proiect Obiectives I the travellers of Sheikhupuraand Narowal Districts of Punjab province. This will uplift the economicand commercialactivities in the Projectarea. I and goods transport in the Project Area to Lahore and beyond through CPEC, by I providing better accessto enhancethe efficiency of the existing road network. I r..::'...1';:11 v :t1,, ,{j' .= ' i::: '? '=t,.. iil \ . ''tt::l "i$5 T ".=a: , ".i,a,,i.d.r. -l'il -r :il1 ,,.,1: l:.i:. T ,,.tt!:- ' ii I T I I I tu t, - T 'i- t I T I I

I 51 ChapterNo.2 Descriptionof Project

2.7 Location of Proiect

The alignment worked out by NHA is defined below. However, Consultant is at the liberty to modify/improve the alignment after field survey and ground validation.

The start point of proposedalignment is Km 13.5 on LSM",(Under final award for Construction). At this location a trumpet type interchange i$nf@osed as part of this project. From this location up to Narang Mandi, the projejB't:: gnment runs through green field with a length of 23.4 Km from here onwaids.'thealignment runs along the existing carriageway. The alignment along the existing carriageway up to Narwal is 49.95 Km. From this point, the alignment merges inlo under construction Narowal Project. The Ring road Project is partially undertaken by Provincial Department, starting from Narowal - irzturid-k5FtReadto Narowal Kala Khatai road. Balance portion of Ring road up to Narow$Jassar Road (7 Km) shall be included aspart of this project. The whole setupist.tie d to approx. 73.35 Km. Location map is given below: t=,,'ll' a-,',r, I I I I I T I I 2.2 Proiect Works

,,,r:,,,:i.,.;,The crosssection of the projectis a 4-laneDual Cariageway (3.65m eachlane) with i'.r,p1sposed600 mm New-Jerseymedian.Paved outer shoulderof 2.0 m with 500 mm 'i:.'i, 52 ;,' ;j rounding and inner shoulderof 750 mm is suggested.The facility shall be classified as rural arterial as per AASHTO standardclassification (Other details are provided in remainingchapters of TOR for designconstruction supervision of Project).

Recommendations of the Environmental Impact Assessment (EIA) study shall be incorporated in the design. Terms of Referencefor carrying out EIA study is given under Chapter4.

2.3 Third Party Design Validation

The design will be reviewed and validated by a third party as design review consultant.Three well reputed firms will be proposedby the&sjgn Consultantswho have already worked on various NHA projects. Final*ile ibn for selection of consultant shall be made by NHA. After compl.elion bf the task, all design reports/drawingswill be stampedby the reviedvettilg\a. Enltant and a certificate of liability will also be provided. The design Consultcnts.''an*ddesign review consultant ''and will equally share the responsibility for correctness soundnessof design. A ProvisionalSum of Pak. Rs.2,000,000/-is kept by NHA for third party designreview charges.

!:, 2.4 Commencementof Services '''L=; t'7'riE:: The Consultants shall commence'tifte S,erviceswithin twenty-one (21) days after receipt of Letter of Commencemenf:oi such other time period as the Parties may agreein writing. E '"b' I ilq,1:::''r;p= ''' tt=\,',t' 2.5 Time Period

/"i.-,= t The period of comp,Le.,tidgd Services shall be thirty three (33) months from the CommencementD.a.te,.ofl1he Services or such other period as the Parties may agree in --r, T writing, , T Desciiption Duration (months) a. De$ig of Project 03 b: Bicldingfor Works Contractsand Mobilization of 04 T ResidentEnsineer ConstructionSupervision i8 I d. Defect Liability tz Finalization of the accountsand other outstanding 02 issuesof Works Contract(s) I Total Project EffectivenessPeriod: 39

The servicesspecified for detailed design in the TOR shall be completed and ail t re,levantreports submitted in the form and format acceptable to the Client, within ,,--"'- "-; three (03) months from Date of Commencement. Completion of detailed design will I be followed by slack period of four months during which bidding of Works will be completed.Construction will be completedwithin 18 months from completion of bidding process.The Consultancy Contract will remain effective for a further twelve t 53 (12) months period of Defect Liability and further two (02) months to finalize the accountsand other outstanding issuesof Works contract(s).Person-Months details of Personnelfor detaileddesign and constructionsupervision are given in Chapter5 of theTOR.

r,li:'i* j,r,,,aa,: '', 'i'. .1.:.,

Jr.t: =-t l!, ,,i1"'= 'i',ii; ,,a, .= "l,f* 'Lir:' *{uo illi, i.,,r,;: il:: : .:,1 ril !i:. l:i .:t:; ..{

= lilii ":!.lxi.i,i ,a=,.at,

54 I I ChapterNo.3 I Terms of Reference/ Scopeof Servicesfor Detailed Design I 3.1 General National Highway Authority has carried out the outline design of the Project basedon satellite image and computer aided alignment design, augmented by filed visits and I limited testing. Based on the availableoutline design, it is required to develop the detailed design and subsequentlyissue the construction drawings to the contractor for I construction' .--,,,.,",.,- The scope of work defined herein is expectedto be carried out by the consultant to I complete the detailed design and formulation of donitruction drawings and consequentlyassume complete onus and responsibn$ityAny deficiency in the outline design is to be highlighted and correctedin the frnd d,93ign.Any data associatedwith I outline design is required to be validated by th-E*c6hsu1tant.Consultant is at the liberty to modify/ improve the alignment after filed s$fey ind ground validation. I = "'+ Consultantis requiredto go throughth,,g'ffied scopeof work given herein. Any shortcoming/ deficiencyis require.d,t'1o"'ifui!'spelledout in the pre-bid meeting and I recorded in the comments to TOR'' AftEr the signing of the contract, any further requirement is assumed to be incldiled in the quotedbid orice and will not be entertainedlater. .=tV I ln =,:,:i; 'rl:r' 3.2 Scopeof Work 'ul. I : Consultant is required','to iz4rry out following activities within the stipulated time for t theCOntracti,:,ir;l;lr:,:r::::::=: O Comment oq Tgms of Referenceand query about them at pre-proposalmeeting , =t:i:+ a Data Collectipn/ Co-ordinationwith concernedlocal Departments T ; l, a Review,afoutline design, Alignment validation with modifications, if any . .!, 'll::,...-:a: 6 T a presdfitati,dnof alignment for approval from NHA a Detailed topographic survey with establishmentof sruvey control points T a Validation of soil investigation and augmentation,if required a Evaluation of existing pavementafter Narang Mandi up to Narowal I a Identification of quarry sites and constructionmaterial survey a GeotechnicalInvestigation survey for bridges and structures I a Validation of GeometricDesign and improvements,if any a Road furniture design including traffic signs and gantries T a Hydrology & Hydraulic designof alignment& structuresincluding flood routing a StructuresDesisn I 55 I t . Horticulture and Landscapingof intersections Traffic survey and Axle load survey or collection of data from nearby weigh stations t PavementDesign with surfacerunoff Highway Safety Audit by a team nominated by Employer I TenderDocuments, BOQ, Engineer'sEstimate Stakeoutof design alignment after approval for ground validation I Utility folders and Land acquisitionplans Fixation of ROW markers when required by the Client I Preparation/ revisionsof PC-1

Consultant is entrustedwith the Scope of Work outlirled*o=Ve. It is required that the I consultant should undertakethe job in a professionalil*lit# to the best of his ability and resources.NHA as Client may offer comments'irfiougtr in-house review. Any T comments offered by the Client do not absolve.,:ur'''€Q,ghsultantfrom its obligation to developcorrect and cost effectiveengineering golutigns for the Project.NHA reserves the right to take punitive actions as requ,iiid at appropriate forum even during constructionstage. .,rtii I ::uilti .. ..i ",;:;i;::'::' 3.3 DesisnStandards ,i,llllirii" I f... .'!: Theproject will be four laneOlviOea 8liriageway. Following design standards and Codesshall be followed: l'= I "'::l:11 :t;:' ..;,: ..,iii,,.,= CarriagewayWidth 7.i'm (Two laneseach of 3.65 m) in eachdirection lh I Bridge . 1r4-lane(Each lane as per CarriagewayWidth ,,=titt..,.. .,{ specifications) I Shoulder Width 1i,,, Inner 0.75m for dual carc:^a;geway Outer2.0 mpaved and 0.5 m rounding Crossfatl CarrragewayZYo T ""H4;; Shoulder4% ruediu 1tt,+".-i New Jerseybarrier 0.6 m t Full Super6lEvation 6% GeometricDesign Standards"A Policy on GeometricDesign of Highway & Streets I 2011" Classification of Highway Rural Arterial I DesignSpeed 90 Kph DesignVehicle 6- Axle Trailer(1.22 + 222) I Maximum Grade 3% Minimum Grade 05% in cut and 0.3 % in fill I Drainage Curb, Gutter and Chutes for controlled drainage I I t 3.3.1 Other DesignParameters S. Designelement Unit Standard t No. I Designspeed KPH 9A 2. Min. stoppinesight distance m 202-285 t 3. Max rate of supperelevation. % 6 4. Horizontal curvature i) Absoluteminimum radius. m 755 I ii)Radius abovewhich no Superelevation is required m 2200 5. Road formation width 20.7 m ;:)lt,*41 minimum I 6. Max. srade Yii:,, .) Min. grade. ]i*$n o.:% I r;iln,ut 0.5% 8. Rate of vertical curvature: "111ii,,,,,,.'w%A i) 'K' value for crest curves: ,:j'i'xl,r.:,' 102-202 'K' I n value for Sas curves: :;i1i+:l K]%A 50-73 9. nr Slopes: H:V z:l 10. M n. vertical clearanceover road .,+ m 5.2 11 M n. vertical clearanceover railwav line. i m 7.0 t -"- t2. Rieht of way. m 40 Above standards are derived from ,,,:',,:AP;.,,g,,liey on Geometric Design of Highway & I Streets". Any Design element not fii.entipud above should conform to the same design guide for Rural Arterial stand;;d:"'' I ,'1ii€rl;',= 3.3.2 Standardsfor Stru.to..i',i,b,f"==

loads will be adopted for analysis and design of I Following codes,' standards-'l-, an(l structures: ::tiid!:) I i.:..:-.|,;jlt ",,0a.,,1, I . - AASHTO-(LRFD): " For analysisand design for all loadsand load combinations.

.,aa t , , o Pakistan,: igh'w;yCode of Practicefor Bridges1967: - For veh.t-i-ulfuads,their spacing& impactfactors. I ,i::;:,1jllj' . UBC / IBC 2003:- T For seismic zoningin additionto the revisedseismic risk map of Pakistan. o ASTM: - I For material specifications& testing. . ACI: - For analysis,design and detailing,only in casesuch specified in I AASHTO. T t t I

VehiclesLive Load t West PakistanCode of Practicefor Highway Bridges 1967 (WPCHB) specifiesmore severeloads to be consideredin combinationwith other loads such as dead load etc. I as follows:

ClassAA Loading: I The 70-Ton trackedmilitary vehicle to be placedin accordancewith WPCHB to give maximum stresses. Modifying factors to be applied in consultation with Client to I caterfor overloading. ClassA Loading: J The 54.5 Ton train of trailers (with different axle loads)to,,::berplacedaccordance with WPCHB to give maximum stresses.Modifying -f rS to applied in '1ll: I consultation with Client to cater for overloading. .. i,. Check Deck Slab for Punching Shear: .: Additionally the bridge deck slab shall be checkd"d.inPunching Shear for a Wheel t x 0.5m2 area. Load,of 27,000Pounds [95 KN].o n 0.25 tireiontact t o Other Loads Side-walk Live Load ,.:' A load of 5 KN/m' ltOO psf) of w^4$ovdy=befweenside barrier I railing and shoulder, I applied continuously or discontinriirusly'gver both lenglhs and width of structure in order to produce maximum stressesifi*th6.member under consideration. -:,. I Horizontal Live Load on Rgiling /Posts of Side Barrier These depend upon the corifi$ration of the railing / posts I barrier system. The position and the magnitrl$ed the horizontal loads are taken according to Artrcle 2.7 I ,:=,... ,; of AASHTO. -. '::a::.::;4'"if' ' ' .:.. ''- 'Flii',':::.:' *{',- I . ImpactLoad ,;1jf;i Impact loading bridge superstructure is taken in accordance with WPCHB. -orr,':,,the j t Wind Loads' .. -1 r Wind lqddsarg taken in accordancewith the provision of WPCHB. i:..= ir I SeismicDesign International Building Code (IBC-2003) and Earthquake forces are calculated T according to article 3.2I of AASHTO, keeping in view the recent earthquakeof October8, 2005,the earthquake zones will be consideredaccordingly.

I 3.3.3 ExistingStructures

Consultants shall carry out detailed inspection of existing structures and based on I condition of the structure shall recommend retention of existing structures or replacement. Where existing structures can be retained, design for widening I I extension of existing structures shall be carried out to commensurate with NHA .standardsfor cross-sectionof the road and structures.Condition Survey Report, along .Withtwo photographsof each existing structurewill be submitted. t 58 I I

I Structural Analysis

Structural Analysis shall preferably be performed using standard international I software.All input files shall be provided in the designreport.

t Task 1: Data Collection& Coordinationwith Local Departments Approximate Duration: L0 days Outcome: Consultant get hold of relevant information, SOP Maps, t Satelliteimageries and liaisonwith local department/police t 3.4 Immediately after signing of the Contract, the consult*iEwifi attend the kickoff meeting at NHA headquarters and present his wo,rkingischedule and confirm I availability of resourcesas specified in the Techi*,proposal. NHA will issue necessary authorization letter "To Whom it May,, Concern". Consultant will I immediately get mobilized and get possessionrof tne relevant maps, reports and imageriesfor the detailed design of the Projegu,,,7\ r the Completion of the design, SOP maps and imageries shall be returned $r.{]-rcClient in Original and un-damaged I form.

The Consultant should inform the.,"l6t'alpofil. and administration before conducting .tt*p.q"ing I all types of filed surveys. Before the field reconnaissance,the consultant should coordinate meeting with O,,,9local city development/ Highway Department to I know any future plans for ci1V,;3-rRansionetc. Tips for design of Bypassesshall be obtainedas per local requirement$if required.

I Outcome of above activity shall be reported in the form of presentationto the client.

I Task 2: ,,,,R""orruissanceVisit and Alignment Report Approximate Duration: 10 days Outcome: Consultant shall submit an Alignment Report based on iroutline design and ground validation. Recommend any t = '.. tiu oi changes,if required. I uf*oii+ A I of alisnment in nresentation to the Client 3.5 ReconnaissanceVisit with Identification of Alignment Alternatives

I After the completion of the Task 1, the consultant shall carry out the desk study of proposed alignment as per outline design, using maps, imageries and ground I validation.The site visits shall be carried out by a senior highway engineer of not lessthan 15 years of experience.Coordinated meetings with local departmentsshall t be doneand minutesrecorded (same shall be madepart of the Alignment reporl.). During the reconnaissancevisit, particular requirementsof the project shall be identifiedthat will be addressedin the detaileddesign. Other requirementof Task-2 is I the submission of Inception Report. Inception Report should elaborate the I I I

methodologies for detail design and for requirements spelled out in the TOR and I observationsmade in the site visit. t After submission of Alignment report and Inception report, the Consultant will give his presentationto the CompetentAuthority in NHA for approval of alignment.

I At the reconnaissancestage, social, economic and environmentalaspects shall be considered.The resulting informationwill form part of the recommendationsfor I adoptionofa particular corridor. t Data from various sourcesshall be collectedat this stage: a TopographicMaps ..i a Available Geologicalreports, if any (from local depalimefus,adjacent projects) u,,,*tl;:..= I O Satellite imagery i"-'' a Agriculturesoil reports ,d.i;, a Soil surveymaps (Soil surveyof Pakistan).&, t ,..ii+, "i.;i':] Task 3: Detailed TopographiqSu ''i' I Approximate Duration: 45 days =. Outcome: Consultant will..-fe$,.'+approval of Topographic surrey rrogram :-*l I Submit surv,,ryRelort SubmitDraft'andTinal To hic Plans t 3.6 Detailed Topographic Survef$ne-Requisites)

Topographic survey forms t[e basis for the detailed design. Poor quality of survey I '' work produces not l,inborrect designs but also results in post construction problems with vari#ons',in cost and claims. It will be ensuredby NHA that the I Surveywork is o[jop''most order.

should use the latest technology for the It is thereforg, llCoqprended that consultant I topograp*$ic+swveyr, which include as many DFGPS for establishment of highly accuratti:*ggntrol.points.In casethe consultantdoes not have the requisitenumber of I DFGPS, he$ advised to hire servicesof professionalsurvey companieshaving the required expertise. The DFGPS shall be simultaneously used for enough duration to I develop accuratecontrol points. The Survey Company mobilizing to the site must comply with the requirement of the 3 recent "surveying & Mapping Act 2014". Before mobilizing to site for Survey,the Consultantshall submit to the Client detailed topographic suruey program with actual resourcesplanned to be deployed.The consultant shall specify the time line of I surveyprogram. TotaI number of equipmentwith models and calibration certificates not more than 6 months old shall be produced. The name and qualifications of surveyors shall also be submitted.NHA reservesthe right to interview the surveyor if I If consultant i:, .. required. Upon request, the consultant should change the surveyor. ' I ;i.rqgttrtt to outsource the Survey work, it will be mandatory to takeprior approval of the ill I ffi - Client. NHA will ensure that the survey firm is not black listed and has sufficient resourcesand complieswith the Surveyingand Mapping Act20I4. I 3.6.1 SurveyMonuments The type and dimensionsof Survey PermanentGround Monument made of Concrete t 1:4:8 with 75 mm steel nail embeddedat centre. monuments to be Using spray paint and a stencil, the monument painted. installed at site is numbershall be I shown here. Besides The size of monumentshall be 150 mm squareat top and 300 mm square at bottom.The heightof start and at the end, it monumentshall be 900 mm. Out of which 750mm is required that these shall be buriedin the"Shggnd. I n%,,, \:::: markers shall be fixed ':'i-rLrilil Jilir 4' in the traverse line at i,''.:::::::,...... ,$" I an interval of about 300 to 400 meters. 1 T'heseshall be fixed at such iocationsthat these are least Susceptibleto disturbanceand damage.The consultantshall fill out a Performa fgp-,9@trdverse station showing picture, sketch and reference with permanent ground$ryei. If sub-standard monuments are t used,then NHA will deductthe necessaryamo"i-?t$om consultant's due payments. t 3.6.2 Control for Traverse Projection:UTM

1 Datum: WGS84 - .;= lr.,i*t,:

Vertical Datum: MSL :..:::.;i4 I ,,.. =.u,,__,aa 3.6.3 Horizontal Conq-f=ol7le'-' t PrecisePrimary co"ii6t* (ITRF CONTROLS) z Minimum (ZIOFCpS Primary Controls at start and end of the Project or as many as ) may beL=eguiredsuch that the distance between these points shall not be more than 100 km' observationtime shall be at leastten (10) hours for each of these T points. Theseloints shall be validated / verified with International Fixed Stations in WGS84 / ITRF referenceframes for an averageambiguity resolution of 50Yoor better I for a reliablenetwork solution. 3,6.4 Primary Controls

I DFGPS Primary Controlsshall be establishedat a maximum distanceof 10 Km with one base and one rover using leapfrog method, by applying adjustmentsto create I network. Minimum observationtime shall be at least two (2) hours for each of these points,which may be usedfor Total stationif neededfor topographicsurvey. t '.:,.i:ll ..);' I I I I 3.6.5 SecondaryControls DFGPS SecondaryControls shall be establishedat a maximum distanceof 333 meters with one base and two rovers at alternate sides of Alignment (to form triangular I network) using leap frog method, by applying adjustments to create network. I Minimum observationtime shall be at least45 minutesfor eachof thesepoints. 3.6.6 Vertical Control

I Vertical Control shall 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 I 3m staff or invar staff with change plate on bg.{tgryshall be used. The I maximum distancebetween the two successivereading po1li,tqr;libllnot be more than 50m. All horizontal control points shall be relatedto monumentsmade for Horizontai primary and secondary controls with double run- leVs.l to control the height as I -'',,.="1. mentionedabove. .",:" .,|.; I 3.6.7 Monuments for Horizontal and Vertical Contro'ls= '. The monuments for controls shall be as perifiH,-A.specifications. The ITRF Controls, l Primary Controlsshall be tied with two penr{anentpoints as per NHA Specifications.

lli,!=.,.t' ,:i:iii'ii I 3.6.q_tgpogr4plic Su Scale 1:1,CIOO);fucluding on ground features, Buildings, Utilities and Crossing Roads I a) TopographicSurvey wifl bjE*F formed within the ROW Limits. At important control section,if the larg;-riut" structuresare proposedto be built on the canbe extendedreasonably, if necessary.Enough Spot sections,the survey1pg.9 t Levels(points) shall 6e taken to createa topographicmap in the scaleof 1:1,000. '. b) The Consultanq,jq+eduiredto observe 10 cross-sectionsacross the flow channels T to Bank. Three clbss-sectionsat the Bridge Site (one center-line and other two adjacentto centprline up and down stream of the bridge. The BM upon which the Model study iurvey was doneshould be incorporatedin the traverse/ level circuit. I j .l 3,6.9 Cross s,€ctitin=,Poinh t ''::::'':l:]l:" . The crosssection should be measuredone by one. I . The crosssection of the embankmentshould be measuredat25m interval . The crosssection shall be measuredto the ROW limit. . For the alignmentsections with proposedretaining wall, the crosssection shall be I measuredat 5m interval. . For the bridge pier, the measuringrange of the crosssection is 10m at both left I and right sides of the center; whereas for the bridge abutment, the measuring t ranse is till the ROW limits.

I 62 I I I 3.6.10Interchanges (1:1,000) Map Extraction of featuresshall be done & points shall be takenbeyond the ROW of 100m I and inside the minimum region defined for Interchangesto create 1:1,000map. The minimum length of existing road to be included in topographic survey (for I interchangeramps merging) should not be less than 250 m. 3.6.11 Riverine Survey for CrossingCanals - Short Bridge

I Measure the center longitudinal section of the from l00m upstreamto 50m downstream. and measure the cross section of the canal at 10m interval which is J perpendicular to the axis of river. The canal edgesmust be.riecordedalong with all break points to clearly define the canalshape. t 3.6.L2 Survey for CrossingWater Channels/ Nullas

Measure the center longitudinal section of the Walei,phannel / Nullas from 100m I upstream to 50m downstream and measure theo ss.-sectionof the water channel /nullas at 10 m interval, which is perpendicula,rlotheir axis. Minimum 5 points shall .i t be taken at eachcross sectionto correctly Sepict the top and bottom of the sloping bank, width of bank and center of charutel. e distance between the cross section points shall not be more than 5m fop,.,,wid€4*g-,fiterchannels / Nullas.

I ,4.u'w++::-,,,::,;:liF 3.6.13 Survey Corridor

I The detailed topographic suruO.,fin .ror^ul circumstancesshall be caried out in a corridor of 40 m. At locationSiiofcrossing rivers & nullas,the detail of survey extent is given in reSpectivesections,,.n,,, I =,,r.,,,,, . .,, 3.6.L4 Mapping (Unit of Measu,iement) _..,,:it;, I Metric units shall b" ,rS€athroughout.

, .== t 3.6.15 Scale _,1,rr.,

I Besideqoft'Ctnpy,mapping of drawingsshall be plotted to a scaleof I 3.6.16 Details to be shown

I All natural or manmade erections above ground need to be depicted in the topographic survey. Enough points should be recorded, so that its clear picture including identification, size and elevation is available for the designer. The I consultant should also depict underground utilities with markers available at site. Intelligent nomenclatureneed to be adopted to describethe feature. The information I should be available in CAD software in layer format with fully defined attributes. I 3.6.17 Bridge Details The bridge details shall be shown on a separatedrawing for each The bridge |l ;'' a ,;' observationsshall includethe following: - l::, i,,, . 63 ii.. l I'l'''. I

I a. The coordinatesand levels of the four cornersof the bridge (points shall be on the adjacentroadsurface), the two edgesof the piers, abutmentand wing walls. I b. The coordinatesand levels of the bridge deck to the intermediate piers (if any) of the bridge. I c. Length, width and type of construction of bridge. d. The type and locationof servicesadjacent to the bridge. I e, The coordinatesand levels of the centerline and the road on the bridge at approximateintervals of 5 m. I t. The cross-sectionalclearance envelope at the two sidesof an overpassridge (with respectto the road centerline passing underneath)shorw,,i ll the relevant levels, offsets and skew angle, .'=.' I ;li 3.6.18 Culvert Details ifr,r,,,'",= t- :: I Details of each culvert are to be shown on th6=t#.i&gyplans and a separate sheet tabulation of the following information is to b.,,Lq'sb.rllitted with the plans:- T ' a. Typeof culvertand diameter. ,ft+ I i iilt b. Chainageof culvert at the road certterline. I ?, lJ c. Skew angle of the culvert frotnlhe centerline.

d. Length of culvert from ea'dhr:pideof the centerline.

;' 1::,,...- "}j.- e. Invert levels of the inl4aff'outlet.

f. A sketch of the iqlet:and outlet structuresincluding all visible dimensions to a scaleof I:20A'.;'' =':'-.'lii:' .,ll:l:ira+. tait:,il I For major culverts (dia.>2.Om)the outlet structuresare to be properly measured throughrecording ugh points so that the culvert canbe modeledin CAD.

I 3.6.19 Existing.$ptd.7 Embankment -.,"" ]:iil 11;,,.;:.:-',ri l In casealignment runs alongthe existing road, sufficientpoints shouldbe taken across the 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 I caniageway,inner and outer shouldersshould be clearly identified and coded. t I 3.6.20 Details of Junctionsand Existing Roads

The Surveyorshall survey all junctions to enablethe designerto design the junction properly. A corridor width of 70 m shall be taken for a distanceof not lessthan 150 I rnetersup and down the proposedintersection of the road or asrequired by the Client. I I

I All paved roads, main roads and footpaths or tracks having width greater than 2m shall have a minimum of two (2) points defining both edges of the carriageways. I Consecutivepoints along the road feature shall not exceed20m in rural areasand 10m in urban or built-up areas.More points are generally needed to define curved feature I suchas slip roads,islands, etc. Levels of the road centerline shall be recorded for paved roads having widths greater than 6.0m, The main destinationof the road from the junction shall be recordedby the T Surveyor.

I Where necessary to survey along an existing road, the $lrueyor shall follow the marked changesalong the centerline.In addition to the ro-a{ ges, consecutivepoints along the edges of the carriageway (i.e. along the e{ge-.linftarking on both sides) I shall be picked up and shall not exceed 10 m. Motgpoi-4..Jsare generally needed to define super-elevationchanges at curve sections. e,Li,t+.t"11't .:,f,', I . =- Jt 3.6.21 Digital Ground Models (DGM) ='l1l',,..-='-'1 t The product of the field survey dataafter p,f eSsingshall be DGM. The accuracy of DGM shall depend upon the accuracyoftthe&ital dxa collected in the field. Before processingthe data, it is important to lt6r.the data. All data points with incorrectx, y I or z values shall be removed. It is,.a-lsoiifiportant to properly identify the break lines like road, nullah edge with naturai'''fiiilts. Void areas like buildings shall also be marked.The topographysha1l beffily taUetedfor every object recorded. I = 1't"'':' "0 'strings'. All survey feature lines will heiein"" be referred to as The data shall be I presentedby the Surveyof"i@=aform suitable for input to the software to be used for generationof DGM. Using ihe recorded data in x,y,z format on data logger, the ground surface ovEti;lthi5-quired area shall be simulated by strings of coordinated t information along, chai:hcteristiclines on the terrain. The models shall consist of three-dimensiongl'(ED)contour strings. I filti,irt- =, fhe exis,.=ffiUi. fu"e over the required areashall be simulated by 3D strings of coordihjatgf ilformation along characteristiclines on the existing caffrageway. Any I other strin$s':thatdo not affectthe accuracyof the ground surface may be assigneda null level.

I TIN (Triangular Irregular Network) shall be developedby using software. Using TIN, Contoursshall be generated.Since NHA usesAutoCAD Civil 3D for vetting, same I shall be usedbv the consultant. I 3.6.22 Grid The coordinatesof the DGM shall be referredto the grid systemas describedalready in section 3.6.2 of this document. The coordinatesof the DGM shall be Easting, t Northing and elevations.

I Li",' I li.... I I 3.6.23 String Labelling The ground features including break lines shall be labeled with the exact description I shown under AUTOCAD LAYER NAME. Any additionallabels may be considered and the Surveyor shall submit the list for approval prior to their usagein the DGM.

I 3.6.24 Property Model

This model shall be stimulated by a seriesof 3D null level strings and text strings and I includesthe followins:-

a) of landlots (null level strings) Strings ,,1N*oh. I b) Landuse and type (Text Strings) .5.,,""',',, t Attributes to land type and use shall be appended'[email protected] format. Such informationshall be usedby the Surveyorwhen prepar!:q.g Land Utility folders at the end.

t ln ,'?l, , 3.6.25Contours .ii==.i"'"',.,.,,,, ,rli I After digital datacollection of surveypor!=q@ site, the contourgeneration shall be doneby usingcomputer software. flg c$nfop intervalshall be 1 m. The smoothness I factorto be definedin thesoftware,should be suchthat it shouldnot distortthe ground contourrepresentation. The contour'S.sho,ti1dbe well labeled.

During datacollection, ' brea.k.filtp" the groundshould be collectedvery carefully I : ,.,_:: that affects the contour geneiAApriJ'

.,1r:::1 I If in the project, whele steQpslopes are likely to be encountered, the surveyor is requiredto use the lasei eguippedtotal stationsthat doesnot require prism to record '"'= I the coordinates. !,. Contours shall,be,sh.orvnby continuous lines with a thicker line for every fifth contour t (Prominent Contour)t Contour and spot heights shall be differentiated from other detail. Tfie=-vilueof each contour shall be indicated along the contours at intervals not I exceedi 2{0 mm and / or the edgesof the Mapping area. Where the ground surface is obscured becauseof undergrowth, on-going earthworks, t swampyareas, or other obstructions,or the accessis restricted,contours can be shown by broken lines to indicate that their accuracy cannot be guaranteedbut with prior I approvalof the Client. 3.6.26 Longitudinal Profile and Cross-Section

T The longitudinalprofile shall be plotted in A1 I A3 size(as requestedby Client) to a scaleof 1:1,000Horizontal and 1:100 Vertical with chainageinterval of 25 m unless I otherwise specified or instructed by the Client. The cross sectional plan of the r, , , i : existing road shall be plotted in A1 size to a scale of 1:200 both horizontal and I .,;: .: t I

vertical with 25 m interval. The plan shall show the chainageinterval as specified and I the existing ground profile and all the existing features.

I 3.6.27 Original Drawings & Preliminary Copies Preliminary copies shall be submitted in the form of staple based paper. Every sheet I of the drawings shall be marked as preliminary copy, until the final approved copy which shall be marked as "Final Tender Drawings". Each drawing shall be stamped I and signedby the Designer. 3'6'28 soft submissionof Data and Drawings I 'ir"'i1,',, The Surveyor shall supply the digital ground model d*-ajd;ipil'Drawings,Reports suitable for input to the computer and according tq,,thQ sddcif,rcationacceptable to I Client. The surveydata shall be suppliedin CSV A OWC,gormat. '''it* tt' : ' The CD / DVD-R and hard copy shall be sup,p1i9d.*ithan index schedulingthe I contentsand referencing and shall remainthe prgffi o'fthe Client. '= I 3.6.29Field Books and Record ...

All field books and computer dataruust 6e properly kept and shall record truthfully all I the survey work carried out. The SrlrveyG shall do all workings in proper books, adequatelyin good style and accordirig% bestpractice. All field books shall be done I in ink. Unsatisfactoryworks.an$ .rt ^ shall be struck off and there shall be no superimposedwriting or erasifd

I Client's Representatin?,terq eck the field booksnow and then to ensurethat a high standardof work is. aintained.He may requestthe Surveyor to carry out some spot I checksifhe hasreasonable doubt on the accuracyofthe surveywork. The Surveyor shall comply with'+uchrequests unless he can prove to the client's representativefor his satisfactio+ checks are unnecessary. I it-sgch I All field=b-goksand computer data shall be certified by the qualified surveyor. The Surveyorshall submit the requirednumber of copiesof Final Survey Report and Drawings on completion of all survey works in a format as approvedby the client. I All photographsfor all the copies shall be original copiesand any diagramsor plans presentedtogether with the report shall be in a clean and neat form and in scanned I soft format. I I

I 67 I T

Task 4: Traffic & Axle Load Survey I Approximate Duration: 14 Days Outcome: Classified Traffic Surveys after approval of Client. I Submit Traffic & Axle load survey report I 3.7 Traffic and Axle Load Survey 3.7.1 Field Books and Record

I Traffic count forms the basis for capacity analysis, pavement design and economic analysis etc. Consultant is required to carry out classified traffic counts at required locations along the project and on the connectednetwork to d-eyelopan understanding I of traffic pattern. The study will also entail the estimation O{,,diVbrsionand generated traffic. nsultantsshall submit detailed

I ni=- the approvalof the Client. ,,,,,, ..ir,.__..r,

I Theclassified traffic count shall include followins:slaaiifications: ' L ;i; I Non-motortzedtraffic Animal drawn cle Motorized traffic M/cycle, C,ar "WhWIJ eep,Minibus/wagon,Bus, 2- I Axle,r{=afe"4 -a"te, 5-Axle, 6-Axl e, Tractortro lley The traffic count shall be done witfi{'hOurlyclassification. In peak hour, 15 minute intervalcount shall be doneto ai-fun PHF. I l,l,= ='';iirir:fl 3,7.2 Journey Time iii' I .:, =,$ For with and withoutLiPrr.dj,edscenario,the journey time survey of various classesof vehicles in peak horgts,an&offpeak hours shall be done.It shall be used in economic I analysis tt,, .-- 3.7.3 Origin & Des,t!.4,,.tiun Survey I '" If requi$d'1ig Surveyshall be carriedout to identify the traffic likely to be .: I diverled."- " t 3.7.4 Axle Load Survey Consultants shall undertake axle load survev using portable weighing machine. Consultant shall confirm in his technical proposal the availability of such equipment I (ownership/ rental basis).Sufficient samplesof all axle groups shall be weighed. In addition to axle load, tyre pressureshall also be measured.Data shall be annexedin I the final report and usedin the pavement design. t I t I I 3.7.5 UnderpassI Cattle Creep Survey Using satelliteimageries, field survey and site consultation,consultant shall identify I exact number & iocations of the underpass I catlle creep to be provided for convenienceof local residents.

t 3.7.6 Traffic Diversion Plans t Traffic Diversion Plansshall be providedfor the followine a. At toll plazas(If required) I b. At Intersectionsand interchanges c. In urban areasincluding methodologyfor separatingthel.od'zil and through traffic. I d. On at-graderailway crossings. e. At placeswhere underground constructionslike,'constiuction of box culverts and underpasses. u,lft€ I -'- .:.. t'ii f. At placeswhere overheadbridge construc-ti'ddkisFlikelyto take place. '\ ":' t Consultant shall fully define the methodolo'gyfor construction sequence, I traffic and maintaining the diversion,roads. Task 5: Soil & Matefial,'Ifivestigation Report Approximate Duration: 30 Days .,,,, ,., I Outcome: Soil and Material InvestigationReport I 3.8 Soil & Material Investiglti,p,.It Soil & Material investigation shall be done to ascertainthe index and engineering t properties of encoUaferedsoil. The consultant is required to seek, interpret and evaluatesubsurfacr an

I Investigation along the length of the proposedalignment and to determinethe pavementsupport potential offered by the subgradesoils.

I Investigation to determinethe sourceand quantity of naturally occuring constructionmaterials, t o Examine specific sites such as deep cuts, retaining walls and culverts etc.

Enough samples with appropriate spacing is required to be investigated to fully t analyzethe ground conditions that shall be addressedwith appropriate treatment for construction. It is highlighted lhat area is dominantly paddy fields exhibiting low t CBR's. Consultant is required to propose appropriatemethodology to addressthe problems of embankment construction. s*" , . \' I For testingof materials,following codesand standardsHhall be followed:

::;::::'=,,,''t;,:!ii' o ASTM - American Societyfor Testing& Matg :

';:::':i- I . . AASHTO - American Association of Statq,t{igtr.wayand TransportationOfficials.

I 3.8.1 Material Investigation i** ,,- , Every effort should be made to ldcate,sufficient quantities of naturally occurring I construction materials at regular ifite;.1z. along the alignment and as close to the alignmentas possible.In caseof prtential quarry sites,test borings are necessaryto I confirm the quantity and quality of availablematerial. Test results from any nearby operationalquarries should also'6eicluded.

I The material to U" in-d',,. ed includes but not limited to ear-thwork, sub-base, aggregatebase, asp-hua_1fip.=iiderial,cement, steel, pre-stressing strands, sand, crush t aggregatesand geo":te4.1.jle,etc. = Considerable anaoff of water is likely to be required for proper compaction of t earthworks. W p&nts will be necessaryat frequent intervals along the alignment. An asse,S$ent should be made of the likely sourcesof water from any existing wells and from.rt'fiegeological formations underlying the route. Tests to assessthe suitability I of water #borrcrete are necessaryand shall be undertaken. I 3.8.2 SoilClassification Soil descriptionis necessaryfor all test pits and bore logs. The descriptionsshould be I standardizedso that the main characteristicsare given in the same order t.e. Mass Characteristics shall include field strength, moisture content, bedding state if applicable discontinuities and state of weathering. Material Characterisllcs shall I cover Colour, Composition,Grading, Particle shape,soil name and soil group. Both I Unified andAASHTO classificationshall be used.

! ,7^ T Task 6: Environmental Impact Assessment I Approximate Duration: 120 days Outcome: EIA Report submission and obtainins NOC from PEPA

I 3.9 Environmental Impact Assessment I As per EIA Rules, Consultantis required to cary out the EIA Study for the Project. It involves collectionof requiredbase line data from site, analysisand recommendation for mitigations. Findings shall be recorded in the form of Report which shall be I reviewed by NHA EALS Section.The scopealso includessubmission of EIA Report to EPA Punjab, addressingtheir requirements, to their entire satisfaction (Including I submissionfee), conductingthe Field hearing and obtainingNOC for NHA. All costs whatsoever shall be quoted. The detailed TOR for Enviro:rmental Impact Assessment is attachedas Annex-A of this document. ':' i\ :.,..::t l rjl I ;il]'-er',r Itanc fee a inst the E shall of GM I (EALS).

Task 7: GeotechnicalInves tions for structures I '+!rlirrr: Approximate Duration: 30 DaYs Outcome: Geotechnical.truvdsdtion Report ,,.1,f" .i_.

ill.- I := 3.10 Geotechnical Investigation for STf;u,etures

I Consultant shall appoint, aft*w.ffiproval of the Employer, a "Nominated Specialist Contractor" to perform geotechnical investigations including field and laboratory testing, for w4rich a provisio-nalsum of Rs.2.0 million/- maximum has been kept. l After the formulation of exadt scope of work for subsurfaceinvestigations based on reconnaissancesuf,v b$r-he consultants and subsequentapproval of NHA, at least I three sealed quotitions from reputed Geo-tech firms shall be called by the consultants and sil-blqittedto NHA for nomination of selectedcontractor, where after work shall comnience on site basedupon a formal agreementbetween the consultant I and contractor"(includingquantities, rates and work schedule).Detailed program for 'tt::'::''' +'azl: mobiliz.Stio 'bdd doing tests at site shall be submitted to the Client and after approval I work shallreoftmence.The Employer would pay the fee for this work agreedbetween both parties directly to the nominated specialist contractor after certification of work by the concerned Deputy Director (Maintenance) NHA and invoiced by the I consultant.Consultant will supervisethe sub soil investigationwork to be carried out by GeotechnicalFirm. An undertaking shall be given in this regard.

I Sub-surfaceinvestigations consisting of boreholes/ drill holes / test pits of required depth, supplemented by field and laboratory testing to accurately assess the I engineering properties of the underiying soil strata for detailed design of foundations, substructuresand roads shall be undertaken.A separatereport will be preparedto this effect and will be submitted to NHA bearing approval of the Consultant. Original lab I reports shall be attachedin the soil report along with colored photographs,, I I t

Bore logs shall be included in the Soil Investigation Report along with the laboratory I results. Testing of samples collected from site shall be carried out in a reputed laboratory, under strict quality control and adherenceto relevant ASTM procedures/ I standards.Depth of boring shall be decidedby the geologicalformation at site and the type of foundations proposed for the structures. Standard penetration tests shall be startedfrom the ground surfaceand carried out in accordancewith ASTM D1586 I Penetration Test and Split Barrel sampling of soils. Where clayey soils are encountered,undisturbed samplesshall be obtained in accordancewith ASTM thin- I walled sampling of soils. Movie clip of 15 minutes at each location is requiredto be submitted.

T The site investigation to be undertakenshall consist of the fo-ltolkiirg: - ",.* . Deep Machine boring to a maximum depth of,iS,,,pEu,Felow ground level and 'fol I associatedfield-tests for River Bridge Piles and 40' other structures, ::'iill 'ri?::: : !::" I . Trial Pits to amaximum depth of 3 meters. '' ,,,,,..:i o Hand augerholes to a maximum depthof 7.5 meters.

o SeparateBOQ shall be preparedby the=.Co"ilsultantwith all required tests for deep t boring. It is required to carry out grain''@,hnalysis at required scour depth.

. Submission of proper site inve;liEuilfui"pott comprising all relevant notes and T pertinent information required EX*,,FFTOR together with laboratory test results. The above scope of work may be varied or deleteddepending on the findings as I the investigation proceeds.Ai! Sections in this Specification and the Bill of Quantities,which relateto *ork or materialsnot required shall be deemednot to I apply. :: ::i,i.. Task 8: ,,,,,=P.6f..rement D esign Repo rt I Approximate Duration: ,,J Days Outcome: PavementDesign Report

I 3.11 PavementDesign'Repo4 - ttt"tt" =tt"" -"tt-t'= . 'tiiffc at.. 1 count and projectionsfor designedlife of 10 years are done and the I soil investigations data is available; the pavement design shall be done. The consultantshall get the basic designfrom AASHTO Pavementdesign guide-93,but I final pavement design shall be done using mechanistic-empiricalmethod. Asphalt Institute & Shell Model shall be used. Axle Load data and tyre pressuredata to be collected and Kenlayer analysis software shall be used. Non-linear elastic approach I shall be employed. All calculations shall be attachedwith the report.

Flexible,Rigid and CompositePavement shall be evaluatedand cost comparisonshall I also be carried out and submitted to the Client along with PavementDesign Report. I t I I

Task 9: Hydrologic Study I Approximate Duration: 25 Days Outcome: droloeic Report

I 3.12 Hydroloev & Hvdraulic Study t It is reported that in the 2014 flood, more than 260 villages in the District were affected by the floodwater. The Project road almost runs across the District. It is highly likely that the Roadway shall have to be designedto withstand the flood impact I as well as enough openings need to be provided to mitigate the ponding of water and further damagingthe human settlements.Parl of the Project road is highly affected by the River Ravi Soill. T ;o,,ti-.i '::,a.= .... Conventional hydraulic impact using empirical con{rot#fbti$=arenot warranted, as I they do not depict the real impact of flood and flood roufing in extremeflat land of Punjab. Our consultants generally follow such praffie+fud are devoid of modern techniques employed using DEM and aerial photpgraphic techniques. It is strongly I suggestedto undertakethe state of the art methodbiogy with ground validation of land use and drainagepatterns. The main scopeoflhe==+, reduired study is as follows: l Field GIS dataProcessing:.,::,..f,r' a. Work and = =,nt *,,ri$ I i). Reconnaissancesurvey, literature review and marking of waterways ii). Calibrationof field datawith remote-sensingdata I iii). SatelliteI-ug.ry.,,.,.qnJ*bE* processing iv). Land use and Soil Mapping with ground verification -':::'1:'1 'iirr I v). Floodroq,..!jn& stigation

,-.t=.,',' :*'li' .,' I b. Hydrology and FI $raulic study: D. WatgrSheddelineation 4: ttt t ;i):. S61laao ia"d useanalysis. iiii= ',9'" ,,. iiU'""iRbinfall analysis '!lt:t I i,r). Storm-frequencyanalysis v). Design Storm calculation T vi). Surfacerunoff model vii). 2D Hydraulic River & flood modelling for embankment height and t structuresdesign and value engineering I c. Hydraulic designof crossdrainage structure Above methodology is robust and predict accuratewater shed pattern. The DEM used I is refined to the extent to give acceptableresults. It is hiehliehted that the whole design nhilosonhy in such conditions are dictated bv the Hydrology / Hvdraulic studv' I -t7 I

I A provisional sum of PKR 5.0 million is kept covering the field data collection, procurementof Satellite imageswith refined DEM. It also includesman months of t designteam working at head-office,complete in all respect. Task10: HighwaySafety Audit T ApproximateDuration: 30 Days t Outcome: HighwaySafety Audit Report 3.13 Highway Safety Audit (HSA) I Pakistan is among those countries, where the road accidenf*'''aadfatalities are high. One of the major componentsabout 28%orelatingto road-.ac,p!nts is attributedto the road environment factors. It is therefore, essentialthaf thQ=.,fri.ftwaysafety audit (third ! party) should be carried out by a certified HSA, at [email protected]*tages, as per requirements of international standards.

t Sincethe projectin handis selectedfor Aetaite4l3:@ the HSA shall be carriedout with the submissionof alignmentreport and shall concludewith the submissionof I final designrepoft. In this regard,consultantshall quotea facllitationcharges as LS. it' L Detailed Audit shall be carried q:ut'urijJ the supervision of NHA HSA. Other I members of Highway Audit team tnay iticlude third party experts (at least two). An Engineer from NHA Design seclign sfiTit Ue made part of the Audit team. Consultant I is requiredto arrangethe Auditj'vilii1,collection of requireddata, field visit expenses, coordinate meetings anO cO pffin of final Audit report including proceedings. I Appropriate remunerationto,be paid to Audit team from quoted amount. Task 11: Stalieoutof Design Alignment ,==S,.,,1.$k*dbut I Approximate Duration: -'1120Days Outcome: + Centerline staked out at site with permanent markers

i\brii:.js I 3.14 Stakeof Alignfiient on Ground

after ,D' n drawings are approved,the Consultant shall be askedto stake out the ''6h I alignment ground. The Centerline markers shall be fixed on ground at 25 m interval. A 1.5m long PVC pipe 4" dia filled with lean concreteand orange colour I spray paint shall be erected.All verification and payrnent shall be processedby the Nominatedproject directorof NHA.

I Task12: Land Acquisition& Utility Folders ApproximateDuration: 20 Days I Outcome: Land Acquisition& Utility Folders 3.15 Land Acquisition and Utility Infrastructure Report

I The consultant shall identify land and property falling within the right of way (ROW) to be acquired. The consultants shall submit 5 copies of ROW plans showing the I 1A t

alignment and defining the Right of Way to facilitate timely action for acquisition of I land. ROW permanentmarkers shall be set up by the consultant, upon request. The Consultant shall also prepare estimate for acquiring any additional land and removal l of structuresand utilities, particularly in the built up areas,Folders shall be submitted in soft format in CAD with referenceto grid coordinates' t The markers as per NHA specifications shall be erected and payment shall be verified I and processedby the ProjectDirector directly. Task 13: ConstructionMachinery Report ApproximateDuration: 10 Days I Outcome: ConstructionMachinery Report t, i\R\-'"ik, \:1, 3.16 ConstructionMachinery Report i;lf I li';t::t':''...;tl;i A detailedreport on constructionresource shall be pfbpared.It will include, basedon the construction duration, the amount and type of construction machinery required. T Based on the Construction plan developed in'Frffiera / Microsoft Project, the resorrce allocation / the Cash flow requirg.flnslra{lbe stated. Computations and assumptionsfor productions shall be attachS$ihte report' I i r+,1 Task 14: Mass Haul D,iagrfiqr T Approximate Duration: Simultaneotii Activity Outcome: Mass Haul Diagram

' I 3.17 Mass Haul Diagram : ::, i ""'=rr, ii.sfti'. ,. Consultantshall submit the mass Haul Diagram which shall be representeddirectly t below the longitudi4,,gl pn of the alignment plan. It shall clearly depict the T following: . the distancesull.r*hi.h the cut and fill will balance t itiesof maierialsto be movedand direction of movement T T 3.18 Formulation of PC-I ",',,.;t,,.,

I The consultant shall update and improve the PC-I for the project road sections I including economic analysis on prescribed Performa of PC-I by Planning SeparatePC-I for land acquisition shall be prepared and submitted. Subsequent t revision shall also be done by the Consultant,if required. T Task 16: Tender Documents I Approximate Duration: L0 Days I Outcome: Submissionof Tender Documents 3.19.1 Tender Documents I Tender Documents shall compriseof the following:- I L. Volume-I o Instructionsto Bidders. Contract(Part-I) (General Conditions) o Conditionsof ,-ii.,,,,,,.,. I = "!t:r' o Conditionsof Contract(Part-II), (Conditions of Pa.r,,,t-ie Application).

'., :. ':i. o Conditionsof Contract(Part-IIi), (Supplementb,ry€o,r ditions) I 'i,1 +,J,, o Forms and Appendices, ..""'',=' T *i. b. Volume-Il -,ri:i,. '"1 o General Specifications. =.i.' ''t-.- '1, l ,,ruu,,r,,i.. c. Volume-III .=.i.i,i,,,. . t ''' - o ParticuiarSpecifications, Spibqlat rovisions and Bills of Quantities.

ti::::1 d. Volume-IV t : :. o Drawings as pel tlefollo ng detail: *:= I ,/ Title Sheet ./ Sheet{6 rL;;'r- t ,/ Key &.Locdfion Plan with Coordinatesand alignment with stationing. Pits of ssil investisationsshall alsobe marked. r ijl I '/ Slt?gtio,ftegends & Symbols 'Tlq / se,Bench Mark and Design alignmentdata including curve data I /' +^,,Y0i"ulCross-Sections with locationsof applications '/ Super-elevationdetails and Linear Plan I ./ Road Furniture Details (Guard rails, PavementMarkings & Traffic signs etc.) with locationsof applications ,/ Retaining walls with location tables t ,/ Soil investigationlinear plan ./ IntersectionDetails I ,/ Drainage plan for surfacerunoff and urban areas ,/ Mass Haul Diagram I ,/ Plan and Profile Drawings ,/ GeneralNotes for StructuralDrawings

I to I I Drawings for Small drainage structures Drawings for Large structures Drawings for Earth retaining structures l Landscapingdetails MiscellaneousDetails / Ancillary Works including training works. I Detail drawing folders of Utilities / Infrastructurefor Land Acquisition and removal of all utilities / infrastructure etc., having all the requisite informatron. I ./ Drawings related to Environmental Mitigation Measures. t NHA has standardizedVolume-I (Part-I) and Volume-Il. Cqn$ants shall study and adopt thesedocuments after scrutiny and modification whp+ifurequired.

I e. Contract Conditions (Leeal Part) '' : :!; .:::aa=:::. NHA has prepared Standard Tender Docupents sections on instructions to I Bidders.Conditions of Contract,Bid Ewils*o+and has usedthem for similar project in the past. Consultant sfr,,l!Jl'-::-sttidythese standardized contract I conditions and amend them in ae, ance with the requirements of this project. The Special Conditionspf€oltract can be added pertaining to the I project as supplementto the-.G€ndila1{onditionsof Contract. f. Technical Specifications .dt"tt".,, I The consultantsshall=.S$y the NHA Specifications and prepare particular specificationfor the p?ojlectfor specified items not covered in the General I Specifications. g.IllIIdQ@''"','i ! i.,:t.l Consultantshallprepare comprehensive Bill of Quantitiesto be calculatedto accurac.f'=f-+ 5% encompassingall the items of work, properly cross I referenced to the Technical Specifications. Standard format of Bill of Quantitiesshall be adopted. 1iJlr,, ,. .=rl I h. Engineer'sEstimate T Consultant shall prepare the Engineer's Estimate of the project based on the detailed design, drawings and final Bill of Quantities,using NHA Scheduleof Rates (2014). For items not specified in NHA CSR, rate analysis shall be T provided based upon market price. The Consultant shall provide backup, , calculationsof the Ensineer'sEstimate.

T 3.L9.2 Final Presentation Consultant at the end of design shall make a final presentationwith following details. I At the end of Presentation,a box containing all documents and drawinss shall be I handedover for record section. I

I Important Featuresof Presentation:

. Consultant will describe the selected road alignment, merits, demerits, land I acquisition and other impediments (if any). Consultantswill highlight important componentsof project like major bridges, I flyovers, interchanges,service areas and landslidesetc. Important parametersof sub-soil investigation like CBR, Pile Capacity and I GeneralSoil Classificationetc. . Consultant will also highlight the environmental impact of the road construction

"''t'i,,,a t on the road influence areas. rt.,' !.,:.=. o Important hydraulic parametersused in the design of .bli' over riversI . '.. I . Results of traffic study and axle load sulvey. t,,.it;ijj

. Location of quarry sites ,; :*' "u't=f I . Consultantshall clearly explain the traffic managernentplans. :::tI'ttl;= Completedescription of designcriteria an4,$nCtional requirements. t Descriptionof specializedequipm"*'lP:^chinery requiredfor the construction. Descriptionof methodologyI codesfo$avement and structuraldesign including I detailsof computermodels. i;r . For Structural Design, Su#teryraryof results of computer output (especially I maximum and minimum, forces for all elements) in tabulated form shall be '":i'.,,:= Presented' t r { plan showing major quarry sites / borrow area sites including mass diagram showing cut and full along the finally selectedalignment shall be presented. "'1,.. I Any other points,,whiih-the consultant may like to highlight, should be included. .t\,, 3.19.3Submission or ldt:irments I $ All the Rgpott ssociatedwith each Task shall be submitted as stated in respective I sections.In the technical proposal, consultant shall develop a Work programme Task wise with submissiondates. Failing to provide the same.the proposal shall t not be evaluated. All documents/drawings shall be subject to review and checking by NHA's Experts. Consultant will incorporate any comments / modifications made by the Experts (if I agreed,The Responsibilityfor correctnessof designlies with the Consultant). t Consultants will provide two additional sets of the tender documents and reports to the Client at alater stage at no extra cost to the Client. Additional number of sets (if t required)shall be providedat a costof Rs.5,000/-per set. .. ,..qr,,; .,; :

I ,18 I I 3.19,4 Provision of Data on CompactDiscs The Consultantsshall submit complete set of documentsand drawings listed above on I three (03) digital CD-ROMs. Files (Word, Excel, AutoCad, Graphical Images, Photographsetc.) shall be properly indexed/ cataloguedfor record purposesand use / I reproductionat a later stageby NHA. 3.20 Performance of The Consultants

I The Consultantsshall attendthe pre-bid meeting with bid preparing team (coordinator only is not acceptable). The performance of the Consultant with reference to his response to the queries of the contractors shall be evaluated, d recorded by GM I = (P&CA) & GM (Design). .,"'i!,,'+,- I a. During the construction phase, the design review.stratt finally reveal the performancestatus recorded by the Design Section. ,i..i I b. Finally the performance of the consultantu;$hq,,i,,ibe evaluated based on the performance statusrecorded by the DesigrseCtion:'The performance rating shall be made in the following manner:- ,sr I di- A+ Excellent ,tl"""J:'tr, A GOOd ,1rri"i';:: ,..;ir. I B *".u;l,i.1n:ifuprovement Poor

I c. "B" performancerating wj,thout subsequentimprovement shall drop the consultant performanceto the stage q,!gr".If "Poor" persistsin two consecutivestages, the Design section sh4,.!L,:+roposepenalty and P&CA shall implement the t . recommendationrn the [ight of legality of the matter. i t 3.21 ".'"'':"' rif . gxcluding the all the Provisional Sum amounts "A" is the Contract arn

J. Topographicsurvey Report r0%

I 4. Traffic and Axle load survey Report ii.lr. r i 5% 5. PavementDesign Report 5% ' :i::'' I i.l 79 .it i I

S. Description oh age of A I No.

6, Soil and Material InvestigationReport 5% I 7. Highway Safety Audit Report 5% 8. Stakeout of alisnmenton sround. 5% I 9. Land Acquisition & relocation of Utility Infrastructure Folders and ROW 5Yo Plansshowing the alignmentand total areato be acquired,if required I 10. EIA and SIA Report 5Yo Sub Total (b) 45"/"

STAGE-III ;. t 11 Final TenderDocuments (Volume I - IV including C-factor& Bgckup r0% Calculations;pdf + CAD file) Mass Haul Diagram, Traffic Diversion/ManagementPlan and=Drainage I 12. ==-" 5% plan for surface runoff and urban areas 13. Final DesignReport (including detailed Structural ag,fl'Pavament Design 5% T Backup calculations) itr,,,,"",',,,. 14. EngineersEstimate as per latest CSR along withbbeleap of quantities 5% I 15. DraftPC-l 5% i6. Final PC-I r0% I Sub Total (c) 40' TOTAL(a+b+c) r00% Notes:- t 'iit= "t" released.Remaining shall be reiebsedupon acceptablequality is ensured.Upon initial I submission, a checklist correlating to TOR requirement shall be attachedand checked for requirementspelled out; I ''1:" ::i:jlnt;{il' i rr:::: and until consultant submits soft copies of all documents / reports / drawings. Furthermore, qo:'trOT shall be required for the balancepayments against each report. -= '" l '':' =rtttr,t 3,22 Deliverables(Breakdown)

T All the n$brtr associatedwith eachTask shall be submittedas statedin respective sections.in the technicalproposal, Consultants shall develop a Work Program Task I wise with submissiondates. Failing to provide the same,the proposal shall not be evaluated. However list of documents to be submitted by the Consultants is t hereunder: STAGE-I (FEASIBILITY STAGE): S. I Description Numbers No. STAGE-I '| I I Inception Report 03 HardCopies + 01 SoftCopy 2. 03Hard Copies + 01 SoftCopy I 80 i,,'i , ': ; i: I

S. Description Numbers I No. Alignment study Report 03 HardCopies + 01 Soft Copy I 4. Satelliteimage of entirecorridor with 03Hard Copies + 01 SoftCopy recommendedOption duly marked on it I 5. Presentationof recommendedalignment with 03Hard Copies + 01 SoftCopy merits and demerits for approval by NHA STAGE-II I 6. Topographicsurvey Report 03Hard Copies + 01 SoftCopy Traffic and Axle load survev Report 03Hard Copies + 01 SoftCopy I 8. PavementDesign Report 03 HardiiCoiiies+ 01 Soft Copy 9. Hydrology and Hydraulic study Report 0! HArd,popies + 01 Soft Copy I 10. Soil and Material InvestigationReport 03Hard Copies + 01 SoftCopy l1 Geo-TechnicalInvestigation Report 03Hard Copies + 01 SoftCopy I t2. Highway Safety Audit Report 03 HardCopies + 01 SoftCopy 13. Stakeout of alignmenton ground. 03 Hard Copies + 01 Soft Copy t t4. LandAcquisition & Utility Folders ,, 03 Hard Copies + 01 Soft Copy 1< LJ. ROW Plans showing the alignment,mfdtoWk,,mea 03Hard Copies + 01 SoftCopy u:llj I to be acquired 11 t6. EIA and SIA Report 03 Hard Cooies + 01 Soft Copv I t7. StructureDesign Report ,-. t;, - 03 Hard Copies + 01 Soft Copy STAGE-III t 18. FinalDesign Report(including drawings & 05 Hard Copies+ 01 Soft copy detailedStructural/P avement calculations) 19. MassHaul Piag.#i,fiafic 05Hard Copies + 01 Softcopy I Diversi onlManagement?lan and Drainageplan for surface runo.ff$d urban areas l 20. TenderDocuments (Volume I-IV) in PDF,DOC l5 Hard Copies+ 01 Soft copy andCA.D forgrats) I 2r. EngineeitsEsiimate 05 Hard Copies+ 01 Soft copy 22, BOQ Quantity Breakdown Calculation Report 12Hard Copies+ 01 Soft copy I zJ.aa PC-I Performa 80Hard Copies + 01 Softcopy 24. C-factor along with back up calculations 05Hard Copies + 01 soficopy

I Note: StageII and StageIII wili be undertakenafter the approvalof StageI. The soft copy will also be submittedin the format compatiblewith documenti.e. Word, Excel, CAD, etc. t One copy in PDF must be providedalong with. In addition, the Consultants should perform following actions and incorporate in their T submissions:- . ",,:.:,r,. ri' I Alignments (all possible options) marked on SOP sheetsshould be submittedat the outset of the project along with Inception Report.

11. Consultantswill get approval of location / concept of Bridges from NHA Design Section before embarkins on detailed structural desisns.

It is reiterated that all documents/ drawings shall be subject to review and checking by NHA's In-house consultants. Consultants will incorporate any comments / modificationsmade by the NHA's In-HouseConsultants (if agreed,the responsibility for correctnessof design lies with the Consultants).Consultants will provide two additional sets of the tender documentsand reports to the Client at a later stage at no extra cost to the Client. Additional number of sets (if requirgd).,,,,haII be provided at a '"i costof Rs.5,000/-per set. 'i',:,... ;,;.,r-,;,:,

t:,i,N- ,r=,,,,-'qh '11, t:i. .":llllLl =:li:dri I I I I I I I I t t 82 I I ChapterNo.4 I ConstructionSupervision

I 4.1 Obiectives I The overall obiectivesof theseTerms of Referenceare to: i) Ensure that high quality construction is achieved in time within budget and that all work is carried out in full compliance with tlr,,q..approvedengineering T designs, technical specifications,agreed work schedu{g,'a"a within the terms and conditions of all other contract documedt'S and sound engineering tii =1i:. : l' ' t I pracuces; ., -./*, ; r'lll'' _ ii) Demonstrate the effrcacy of contract administiation and supervision as I independentexternal agencies; .rsq,r..-1$L iii) Promote technology transfer and th&#oduction of modern Canftact Administration practiceswithin NHA; tiud I . '{. iv) Undertake the assignmentof dgiailed design and preparation of required deliverablesincluding tenderdocuments. t::ir, I r''ll 4.2 The Consultant

1,"'',ll I A well-reputed consulting f,{,r- .r,e,[isteredwith Pakistan Engineering Council, will provide the Services. The condulting firm may form a JV as per instructions of the I RFP. The Consultantsw,fli provide the staffing as indicatedin section 5.1.2 of TOR under the heading 'Sta,ff+quirements'; though in preparing their proposals the Consultantsmay pid$F&ost-neutral) alternative arrangementsthat, in their opinion, t will provide Services df an equivalent quality. The final staffing will be adjusted to suit the actual prp,Cqlementand implementation schedules. I =''F.==i; 4.3 GeneralDuiiei and Responsibilitiesof the Consultants '- ' 'ri.i:i: :::::j ;= t The ConSu-l1afitswill be designatedas the "Engineer's Representative"for the Works under the project. The Consultantswill be responsiblefor quality assurance,provide general/specificguidance and furnish timely responseto the Contractorsin all matters T relating to the Works, and ensurethat all Clausesof the Contracts betweenthe Works Contractors' and the National Highway Authority (NHA) are complied with.

t As a faithful adviser to the Client (NHA), the Consultants will advise NHA on all matters relating to the efficient and successfulexecution of the Works Contracts, and I will act at all time so as to protect the interests of the Client and will take all reasonable steps to keep all expensesto a minimum and consistent with sound economic and engineeringpractices; and will prepare a "Contract Administration and I Construction Supervision Manual", based on sound intyn;atiorwllY,r".ottttr.O I practices. I l 4.4 Contract Administration and Responsibilities Review/updateand ftnalize construction schedulesas submitted by Contractor T showing the anticipated progress of Works and expenditures of the Contract. The scheduleswill reflect seasonalclimatic effects at the Works sites and will J take into accountall factorspertaining to delay ofthe project. The Design and Supervisory Consultants shall be fully responsible for soundnessand safetyof the designprepared by it and shall be responsiblefor l the "material changes"in design by the Consultants[A mitigation to adjust the earthwork after joint survey and adjustment of invert levels / foundation base level of structures besides their fitness as per topography etc. shall not be I .,ar::= treatedas "material changes"]. ..:.i. .T -s"- -r it*)h, "e:tir::a:. T 4.5 Construction Supervision Services i+,,:'qe* 'l-", As The Engineer's Representative,the Consultants and its staff will implement the I Works Contract and ensure that the Works are conitructed in accordance with its provisions / specifications. The Consultantr,,;Lft-,i*lT*fi4,r.all the powers deiegated to it through FIDIC Conditionsof Contractur Uuilgefte Engineer'sRepresentative, except 1 'as the Conditions that will rest with the Eng per authorization letter to be issued by the Engineer.Following, will be retain nd exercisedby the Employer, generally I on the advice of The Engineer: ,'.F

D Issuingthe orderto corq$dfuethe Works; I .:.'. iD Approving variation o?dersthat have financial implications; iii) Approving signifi.dfifit-variationsin quantities; I '.: r ;+ iv) Any contractrralmpffi involving financialimpact; J ..::::=,..-i I v) Approving suUh-_q,fiingany part of the Works; and vi) AnnrovinsExtension of Time. t F 4.6 Specific,,J[as ,...... i:::::::]::. iF I The Consffiletion Supervision Services shall but not limited to the following tasks:

T (U Give Notice to commencethe Works.

(ii) Assure submissionand advice on the adequacyof the Contractors' I policies, performanceguarantee, and advancepayment guarantees. I (iiD Review and approvethe Contractor'swork programsand progressschedules ensuring that the Contractor have incorporated / followed the most effective and expeditious methodology of carrying out the Works; and advise the I Contractor in setting up a computerized project control system for reporting physical and financial progress as well as the forecasts,if included in the Bids

I 84 I

andlor if demanded later on by NHA. Subsequently,closely monitor the I constructionprogress on regularbasis to determinewhether it is proceedingin I accordancewith the approvedwork program. (iv) Provide advance advice to NHA concerning the Schedule of handing over of sites,and possibledelays due to lack of possessionwith a view to assurethat I the Contractor is given Possessionof Site in accordancewith the agreedwork programs.

I (v) Assess minimum construction equipment, plant and machinery requirements, by type and specification, and monitor, keep and regularly update a list of the Contractors' equipment, plant and machinery in order to keep a check on the I _.,,{,i , mobilization. .:,tl Contractors' liilil

. ,..i ! (vi) Inspectand evaluatethe Contractor'sestablis'lifteiti including in particular the laboratoryfacilities to ensurecompliancp'wjth'fte terms and conditionsof i J the Contract. ,, fi:' *:jlt,= ;ij; (vii) Assure the receipt of and maintain,;{,sjefmanent records of all warranties t required under terms and conditionsu,pfthe Contract for materials including their source and equipment *d incorporated in the project.

_].,i,iWteat' I (viii) Without relieving the Contr--i-p1grof its obligationsunder the Contract,check and approvethe Contractor's''WorkingDrawings, Method Statementsand I TemporaryWorks proposals;and reviedapprove any subsequentdesign changes,and expeditibpstyissue supplementarydrawings, site instructions, to the Works and to variation orders .",4 O"V work ordersto avoid delay I ensurethat the,.,W!$dJBreexecuted in accordancewith Contract.

",.,,=a - (ix) Without t"di"g the Contractor of its obligations under the Contract, review I and approve thrj=traffrc managementand safety plan, and ensure compliance such that=gilgWorks are carried out at all times in a safe and securemanner I and {5d4g-e or injury to persons or property is avoided. Consultants shall enSurethdt suitable road user safety/ warning signs are properly installed and iemain, at appropriate locations to avoid any mishap during construction ;l':;li!!:' I actrvltles. t (x) Assure that the Contractors have all necessary data for setting out and check the Contractor's setting out including staking the right-of-way limits, centerline, and grade and confirm permanent monuments in the construction 1 area. During establishmentof survey control points and joint cross-sections \'z -=- the Consultants shall mobilize extra survey manpower; three teams for limited " t time, till the data for development of Construction drawings is recorde*::i.tiiloir':1,i..., jointly. lli,',t ii;.i t (xi) Inspect quarries and borrow pits, and crushing plants, and order lestsiift$.. materialsand ensureadherence to specifications,and approvethe sourcesb\i';;-., ,...":.. -'::i i materials.Consultants shall make a vieilant check to confirm that the material : i, t 85 I

is brought to Site from approvedquarry/ borow sites. Any changemust be l approvedafresh.

il (xii) Without relieving the Contractor of its obligations under the Contract, monitor the Contractor's laboratory testing, evaluate the Portland cement concrete and bituminous mixture designs prepared by the Contractor, md recommend I improvements (if any) to ensurethe desired performance,and accord approval thereof.

I (xiii) Assure quality of the Works during construction, continuously inspect the soils and materials; construction operations and the Works with regard to I workmanship and compliance with the specifications; and carry out independenttesting in the field andlor in the Projps oratory, and approve or disapprove and certifl/ the Works that confo.1rr'l,y1-ththe specifications and I maintain permanentrecords of results of all th ests.made. -=-4.* (xiv) Consultants shall ensure presence of alified technical staff during t '= Contractor'sexecution of Works. ',::1 .::., 't (xv) Give notice to the Contractor of'qytefects and deficiencies, and issue instructions for the removal an{, substitution of the improper works, where provided under the Contracl, If refuired, order suspensionof the Works atdlor t recommendto NHA other r6.'-a,ou-rs.i6avau.lable under the Contract. I (xvi) Attend and make measu.g-fi'o,,.ptand computation of quantities of the completed Works, or any worh\iVdiffis about to be covered or put out of view before permanentWork is placeil thereon, and maintain permanentrecords of all such measurementg, kdpp the measurementbooks and records in safe custody. I Eili:,: ..,:: ,;r1|, : ;r; (xvii) Monitor arid appraise progress of the Works, and maintain a day by day I project diary wlTich shall record all events pertaining to the Administration of the ContraCt,requests form and orders given to the Contractor, and any other I inforry#i'-eaWttirh may be at alater date be of assistancein resolving queries / *hich may arise concerning execution of the Works. 9'l I (xviii) Issiio'monthly-consolidatedprogress reports on a format to be agreed with NHA including payment estimates and comments on the Contractor's Work t programme,and advice NHA of any problems or potential problems which might arise and cause delay in implementation and recommend corrective action(s) to be taken. Any claim raised by the Contractor shall be dealt timely I to safeguardthe Client's interest.

(xix) Check the Contractor'speriodic statementof the estimatedvalue of Works t completed and certify that these statementsclearly and accurately describe the value ofoI Worksworl(s executedexecutecl eitherelther based on thetne value ofoI tolnpletedgqnpleted activitiesactlvltles inrn the "Activity Schedule"or on the value of the q"VTi{t of the items in the t ri'i'" "Bill of euantities" -i , I /U^-+--I.. I

(xx) Issue the interim certificates to NHA for payment to the Contractor on the I basis of the "Activity Schedule" or "Measured Work Items", as the casemay be, having regard to any contractualprovisions for advancepayment, retention t money, variation of price, and exchange rate fluctuation etc. Certify the completionof the Activities/Works or partsthereof and processfinal payments I to the Contractor. (xxi) Assist with interpretationof the ContractDocuments, explain and or reconcile T any ambiguities and or discrepanciesin the Contract Documents, and comply with provisions of the Contract; and provide NHA al1 relevant documentation needed for settling disputes (if any) with the Crcntractors, and make t recommendations to NHA for resolving the ContrdCtorS Price Adjustment claims, time extensions,variation orders, sublett!1lg,Edditional cost, rate and price fixing etc. ! I +i:, (xxii) Advise NHA on need for effective liais,ptlll til to.rt authorities,police, 1 landowners,utility owners,the public an*,@g-{-organrzationsaffected by the Worksin orderto minimizeor avoid t delaysor disputes. t "ty "':.+,,. - all necessary requirements T (xxiii) Assure that (i) the Contractor _cornply with contained in the Environmenj,neJ& Social Management Framework; (ii) ensure that the day-to-day con3iiucti'O activities are carried out in an I environmentally sound and$;t6inable manner; (iii) develop good practices construction guidelines, to assist the Contractor and NHA staff in I implementing the Framework; and (iv) prepare and submit monthly 'Resettlement 'Environmental fr4itigation Plan' (EMP) and Action Plan' (RAP) compliance.roports. I ''.''. (xxiv) Jointly insp.eclwith NHe the completed Works, and assist in formal taking I over and review and approveor prepare"As Built Drawings and plans" (as the casemay b.9),and provide report(s)testifying to the satisfactorycompletion of the Contraci.jr I l1?_, (xxv) Inspect the completed Works periodically during the defect liability period *ithin" ttte term covering the Consultant's Agreement, prepare lists of T defiCiencies(if any), and cany out supervision of the remedial works, and issue the Defects Liability certificates after the rectification of notified defects I by the Contractor.

(xxvi) Assist NHA in settling any Audit Para's and Objections raised, and prepare t replies related to the project, and provide the entire relevant documents/papers/lettersetc, to support the replies - until one year after,' I completionof Works. (xxvii) Establisha comprehensivesystemof maintaining site records including sit€i:i' '' I correspondence,inspection records,test data,site diaries,records of meetings, financial records, progressrecords etc. Upon completion of the Project all record/ data scannedon a CD with multiple copies shall be submitted to t 87 t

Client. Provide any other specialist(additional) servicesrequested by NHA I under conditions to be mutually agreed. I 4.7 SpecialInstructions I The Consultantswill seekthe prior written approval of NHA D lssue variation orders carrying financial and I or technical implications, including addition or deletion of activities in the Activity Schedule, BOQ I items, fixing ratesand prices, variations in item rates,sums or costs. ii) Approve the subletting of any part(s) of the Works. .!irr,,,. t iii) Approve any extensionsof the period for completioni.6f e Works. iv) Approve any additional cost and / o, Ort.l.,,udusimentclaims by the I Contractor. v) Any other activity as indicated in the ContrtictULi*..n the Employerand the ,J Contractor. -1{ t t; .il'i\rr,,,t; 4.8 Proi ect Performance Monitoring 1]:;:::.== .,il I _Lir-i\, D Carry out a baseline survey oi aiign*ent for monitoring the Project's performance in accordancewith the'project performancemanagement system J developedduring project p*W..1..15g. t ii) Establish systemsfor recor{"ing dataand statisticsfor such monitoring. iii) Collect required data,and:: ertakeother relevant surveys before construction and immediately a.{9r completion of Works; I i,r) Incorporate findfngs,and supporting data in the project completion report, in NHA. accordance.=:4t.=.with a scheduleand terms of referenceto be agreedby I v) A web ba;ed p=?ojectmonitoring and reporting with databaseat the backend shall be-ffieloped. It shall have dashboard at various level of management regardingPioj_ect activities and progress. I f;, I 4.9 The Consultantswill prepareand submit each of the under mentionedreportsto NHA. I The format of these reports shallbe mutually agreedwith NHA.

a Report 5hard+1 ,oft .opi"i\,'^. Inception - - 1.,),-..,i.!, -. t '" i,,,,i. a Monthly ProgressReports 5hard+1 soft copies Contract Administration Report and 5hard+1 soft copies I Constructionprogram Annual ManagementInformation Report at 5hard+1 soft copies t the end of eachFinancial Year copies I Technical Reports 5hard+1 soft I

Project Interim Completion and Final t 10 hard + i soft copies CompletionReport (PC-IV)

a ProjectDocumentary (Cassette + CD) 5 coples t a Updated constructionprogram as required 5 hard+ I softcopies RoughnessSurvey reports at substantial I completion and expiry of defect liability 5 hard + 1 soft copies period t RevisedPC-1 80 hard + 1 soft copies D InceptionReport: I .,.;,1,8.;,,._ The Consultants will submit an Inception Report at1hp ond of the l't month from the Date of Commencement, This willi,coftain full detail of the I Consultant's supervisory methodology and staffi'a!-'plan with supporting CVs of Personneland projected monthly billing. ji"t , u,,' .,.,,lt] I ii) Monthly Progres s (Contract Administration)-l- Rbpgrt:

The Consultantswill not later than the10lh of each month, prepare ananalive I progressreportsummarizing: .:=,qf'. I r Construction progress during the month and cumulative to date for the Contract drawing spe6ificrii'attention to any major causes of delay (administrative, finenoi-al or technical) with details of remedial action I taken or recommendpl the Client. ,,:::::= I o A compariso.n=6'{uactualand forecast expendituresboth during the month and cumfi{ative to date of the Contract, and a record of the status of the payme$irof*e Contractor's monthly invoices, of all claims for cost or t time extefrS,ions,and of actions required by NHA to permit unconstrained :, Wo1\.1,implementation.The Consultant will also advise on the final t estim*"ed::: cost for the Contract and draw attention to any major changes 3 iecommendedto the Client. Technicalappreciation of any designor quality control problemsfor the Contract including details of remedial action taken or recommended to il the Client. t . Status of compliance with the Environmental Manasement Plan and ResettlementAction PIan.

I iii) ContractAdministration and SupervisionManual:

It shall be prepared and submitted within I month of Date of Commencementt\k ori:ri,r, I in hard and soft (MS Word format).

I 89 I I t iv) Annual (ManagementInformation) Report: The Consultants will prepare a comprehensive report summarizing all t activities under the Services at the end of each Financial Year, and also at other times when considered wananted by either the Consultants or NHA because of delay in construction of Works or becauseof the arising of I technical or contractual issues. Such reports shall summarize not only the activities of the Consultantsbut also the progress of the Contract including all contract variations and change orders, the status of the Contractor's claims, I and brief descriptions of the technical and contractual issues being encounteredandresolved besides other relevantinformationfor the project.

I *{.,,r.1 '-= v) TechnicalReports: .;;r;'.rllii;;t" t The Consultantswill producenecessary t"rfaiead;16rts and positionpapers dealingwith technicalmatters arising during*t-!, ect execution.

ii', ,,,.,..,a' I vD (a) Interim ContractCompletion Report: I The Consultantswill prepare the I+Ibi -Completion Report for the Contract within 30 days of issuanceof ,Taki Over Certificate. This report shall summarize the implementatjg.pq"rud' financial history of the Contract, the I defects list provided to th! Conltactor and all outstanding claims pending resolution. ++ t vii)(b)

The Consultantsy,ill repare a comprehensivefinal Completion Report within I 90 days after i [,p. i of the Defect Liability Certificate of the Contract. The Final Comp19$._q;.,+eportfor the Contract shall summarize the method of I construction;''d$ built record showing the location and details of all works carried ou[. all the defects and certification of the satisfactory correction of such defecls for the construction Contract, the construction supervision I peqfo#,m-'l'and recommendationsfor future contracts of similar nature to be $_;d,qot e" by NHA. I 'i llj'iri' viii) ProjectDocumentary Report: I The Consultantswill prepare a comprehensiveproject documentary/movie of international standardcovering all activities occurred during construction. t ix) Ro etion and ex Liabilit)'Period: 6--'^v/ a I The Consultantswill prepare Roughness Survey report one at the substantial Defect Liability Period. I completion and atthe expiry of I I I T x) RevisedPC-I: The Consultantsif requiredwill preparerevised PC-I of Project at the end of I project completion, taking into account all variations in quantities during the Projectconstruction. I I I t tii" I .:i; =-;t= I =ffi=== I *'.=-..i.,Y',"=

':L1,i:,ilg"'' I t::;': '::lta:a|:+. I "=,., I I T jtt I I I t t 91 I I I ChapterNo.5 T Staffing for DetailedDesign and Construction Supervision

I 5.1 Staffing Bv Consultants

It is estimatedthat Twelve (12) Key Personnelhaving 135 person-monthswill I be required by the local resourcesof the Consultantsfor Detailed Design and Construction Supervisionand Forty Two (42) Non-Key Personnelhaving 758 man-monthswill be required with other responsibilitlgsto be undertakenby the I .project's Consultants,to managethe project.Detail of the staff $tp requirement -= is givenbelow in section5.I.2 of TOR. -r,, , t The staff as eiven in section 5.1.2 of TOR+,haS""en fixed by NHA for the evaluation purpose and the Consultants a,$"'#itted to propose alternate t arrangementsonly as per Notes under F.g, ' CH-4 i.e. Comments on the TOR in their technicalproposals. Suchi,,S,u ,[ p."gggestionswill be discussedduring '':va

the contract negotiations. t-a::," :j: -,iti I ,/ The qualification and experiencer,eqipd of Key Personnelare detailedat the

endof TOR t'1jl,.....j : I The implementationperiod $,1 Cqfilt*t, programmedto be executedduring the project is plannedto consist6?a'design assignment over a period of three (03) I months, a slack period fui%.yr monthsduring which bidding of Works will be completed, followedl,bjreofistruction period of 18 months, a further twelve (12) months period of Defect Liability and further two (02) months to finalize I the accounts .,pdib*ther outstanding issues of Works contract(s). The Team Leader (Residisnt'iEngineer) of the Consultants is expected to mobilize approxima#ffiffi'6ntn in advanceof the commencementof Works in order to I assist NHA wiffi activities leading up to mobilization of the Contractor. Site supervision''1,,,gamis expected to mobilize on the date of actual commencement I of WctiksUv ttte Contractor. Du?ing,the Defect Liability Period, The Resident Engineer will continue on a I i@tg$r basis while the supervisionteam memberswould be mobilized on an as-requiredintermittent basis. After the end of the Defect Liability Period, the ResidentEngineer is expectedto needtwo months to closethe Contract. I The mobilizmion and de-mobilization of Key Personnel shall be with prior written consentof the Client. I The facilities of Consultantsregarding office and residential accommodationat site,site transport,project laboratory with requisite equipment & furniture etg;1,', I " I will be providedas admissible under Works Contract'sBill No.7. ,ii'i;", I ii;:- : 5.1.1 SpecialExtension for SelectedPersonnel iiri'.,\1.i !

':{,1: ', I Following staff of the Consultantsshall be allowed to continueperforming Services'r ; I for a period of two (02) months after completion of Works to ftnalize the accountp t I

and other outstandingissues of Contract. This period of two (02) person-monthsfor I eachof the Personnelshall be spreadover the calendarmonths required to finalize the I said activities. S.No. Description of Personnel Nos. Months Man-months I (1) ResidentEngineer 01 01+02 03 (2) Quantity Surveyor 01 02 02 I (3) Accountant 01 02 02 t 5.1.2 StaffRequirements The Servicesshall be providedby the local Key andNon;,$eJ;Personnel, which shall includebut not be limitedto the following: = I ,,,,,,.ji,,r.,_...!) Nor,,.o.r' Person- S.No. Description of Personnel Months I Per*bnsixi Months Key Personnel u: I A. DetailedDesign Team Highway Design Engineer/ Tepnr* I 01 03 J Leader

a I 2. HydraulicI DrainageEn'fineer 01 03 J

a Structure/ Bridge Eng-ineer 01 03 J

A ' I T. EIA Specialist rr,= .,r,,, 0l 02 2 5. Soil / Geo-TechnicalHgineer 01 02 2

I a 6. 01 03 J ^| T Chief Surveyoi** 01 03 J 8. Ouantitv Survevor** 01 03 3 r::11!!4 Sub-Total (A): t) I ,;iJ, B.

::: il a1 I 9. B.eSidentEngineer/ Team Leader 01 01+18+02 LI 10. ARE (Highways) 01 18 18 I 11 ARE (Structures/ Bridges) 01 18 18 t2. ARE (Materials) 0l i8 18

la I IJ. Chief Survevor*+ 01 18 18

t4. QuantitySurveyor** 0l 18+02 20 I Sub-Total (B): 113 I Sub-Total (A+B): 13s; I No. of Person- S.No. Description of Personnel Months Persons Months C. Non Key Personnel

15. Site Inspectors(Highways) 4 l8 t2 16. Site Inspectors(Structures) 4 18 72 t7. Lab. Technicians 2 I8 36

/l i8. Surveyors T 18 72 t9. Trainee Engineers 5 I8 90 I 18 18 20. CAD Operator :,i!r,, zr. ComputerOperators 4 .," .l8 72

1 22. Accountant I ,,,F''18+02 20

zJ. OfficeAssistants 4-t":i* t8 72

24. Helpers 8t,, l8 t44 25. OfficeBoys 5 18 90 Sub-Total (C): 7s8 Total (A+B+C): 893

:il * Traffic / PavementEngineer shali-Ediesponsibleto validate the traffic survey.

-.ti:iijlt,jir,.- ** TheseKey Personnefy'$ft*bei1erform for both Detailed Desien and -"'l'" ConstructionSupervision.

Notes: {-' :t"

TotalKey , Peisonfiei...:jt::.,. Person-Months for DetailedDesign:22; TotalKey.Persotuel Person-Months for Const.Supervision: 113; TotalNoryKey Personnel Person-Months: 758; The Qdi*ifiC$tionand Experiencerequirements for the Key Personneland l Non-Key Personneltabulated above are given in detail at the end of Chapter 5 of fOR.

t=:):::

Client's Staff

The Client (NHA) may designate its own staff and,lorfresh Graduates from thett " EngineeringUniversities to work with the Consultantsfor the purposesof on job training for transfer of skills. The Consultants shall employ five Graduate Trainee Engineers/ManagementTrainees on the project throughout the duration of the consultancy agreement.The carry home salary per month payable to each Trainee Engineer/Management Trainee by the Consultantsshall not be less than Rs.40,000/- after deducting all applicable taxes and Consultant's overheads.

In addition to above,the Client may also designateits own staff to work with the Consultantsfor the purposeof on the job training (at no cost to the Consultants). I

I Servicesand Facilities to Be Provided By the Client

Offices and utilities for the Consultants will be financed under the Works Contract. t Accommodation of the Consultant's full time and short-term supervising Personnel shall be provided in the Works Contract. Furnished field offices, material testing I laboratories,and field transportation will be provided under the Works Contracts. t 5.4 Indemnity of Client The Consultantswill indemnify the Client against any inaccuracies / deficiencies in the Services of the team of Consultants.The Consultants will be required to obtain I and maintain professional indemnity insurance at its own iost as per the latest Pakistan Engineering Council Bylaws, as reflected in,&e consultancy agreement,

form the date of the appointment of the Consultffi,,iht'a':::' ihe end of Project also I '':'= keeping in view Public ProcurementRegulations, 2q.,..1 ;uii.- T *"'. '.,-,=.ri Time of Construction ,,,,,,,-t:'.l,,,. I ,,,,,,, .i. "=,'' I Total constructiontime of the project is eieh,td'b'a-(18) months. Revision of PC-l

I It shall be the responsibilityof the constructionsupervision Consultants to preparethe revised PC-l of the respective picij6ct, before completion of the project, by I incorporating all changes in thd'TCepeof work and, prepare completion report (PC- IV) at completion of the project, To ensure compliance an amount of two per cent (02o/n\ of construction suoer"iiib" cost will be withheld from interim (monthlv) I invoices and released.alone with the final pa]/ment of the Consultants.on completion of this job. ..,_,=n"ur,ui*t' I iiii:;: I I I t I t t 95 I I I J./ Oualification and Experience Requirement of Personnel The engineeringservices shall be providedby the local Key Personnel,who will be I assistedby Non-Key Personnel.The Qualification and Experience requirementsof thesePersonnel shall include but not be limited to the followine:

I S.No Title, Experience, Qualification & Responsibilities The Ensineer I General 30 Years Experience: Qualification: Minimum: B.Sc. (Civil Engineering) t Desirable: M.Sc. (Civil Engineefiiig)",withspecialization in the field of Highway Ertgitepring. Specific Minimum: He/sheshouldhalie a!1least25 yearsof experience I Experience: of national/internatibnal civil works projects including at least 15 years in a senior role of national/inid-tg4ionat highway projects. He/she I must be iegistered as Professional Engineer of Pakistan:En$ineering Council (PEC) and Member of recognizedProfessional Society. He/she should I be* fully familiar with FIDIC Conditions of Contiact, Pakistan Engineering Council Standard .:i I erlttOi?rgDocuments and Public ProcurementRules . etdl.He/she must be able to communicate fluently in Enelish languase. Note: The cost of remuneration and TA/DA of the if""=i; I ii :,,,,,,'1i1...,:::=.,,ri' Engineer is presumed to be covered within '"i€:t''-""' Overheadcost of the Consultantsbut the Client ,:iiti reservesthe right to replace the Engineer as per I its contract with the Contractor for Works. I

I Kev Personnelfor Detailed Desisn Phase I llishwav Deslcn Ensineer/ Team Leader General,lj; 20 Years I Experience: Qualification: Minimum: B.Sc. (Civil Engineering). Desirabie: M.Sc. (Civil Engineering)with specializationin the I field of Highway Engineering. Marking: M.Sc. with additional relevant trainings from recognized organrzatrons- 100%; M.Sc. - 90o/o; I B.Sc. with additional courses/trainings in relevant freld- 80%;B.Sc. -70%. I Specific Fifteen (15) years of relevant experiencein design Experience: of highway projects including five (05) years of experienceas Highway GeometricDesigner. I Has worked as Team Leader of Design Team during last sevenyears on at least one (01) similar ti project. il I 96

\.' j. I lti-'nt I

I S.No Title, Experience, Qualification & Responsibilities Desirable: Eighteen (18) years of relevant experience in design of highway projects including seven (07) I years of experience as Highway Geometric Designer. Has worked as Team leader during last sevenyears I preferablyon at leasttwo (02) similar projects. Responsibility: His/herresponsibilities shall include but not limited I to the following tasks: He/she will be responsible for detailed design review involving geometric design, designs for I road features and'g.'foa$ safety/traffic control features,drainage.d-e.S'i s, rehabilitation and repair plan, traffic pta$l,..4nd,,amenities including detailed I drawingsandspecifi'dbtions. He/she will proposeif required, dutiftg coristruction any modification and changes in design, construction method and I alternatetechnology of construction. 2. Hvdraulic/ Drainage Engineer ,i' General 15 Years I Experience: *!€, gi:Sc. Qualification: Minimum: (Civil Engg.) I Desirable: MSc. (Civil E gg.) with specialization in ffidrology I Hydradics Engineering Marking: M.Sc. with additional relevant trainings from I recognized organrzations- 100%; M.Sc. - 90Yo; B.Sc. with additional courses/trainings in relevant t field- 80%;B.Sc. -70%. Specific Ten (10) yearsof relevantexperience as Hydraulic/ Experience: .,:': DrainageEngineer on highway designprojects. I Dg"sirable: Thirteen (13) years of relevant experience as Hydraulic/ Drainage Engineer on highway design projects. I f Responsibility: His/herresponsibilities shall include but not limited .L1u to the following tasks: =" I . '.iiit He/she is responsible for carrying out the hydrological study of the Project area and submit the Hydraulic Report. He/she will perform I Hydrologic Analysis, Hydrology and Hydraulic design of the structures.He/she will make sure and to take measuresfor the proper disposalof water. I His/her responsibilitiesinclude preparationL/review ,Of detailed design Drawing, Technical Specifications,BOQ for Hydraulic Structurework I elements based on the Design Drawings, -Spedificationsand site investigations, I

I 97 t

I S.No Title, Experience, Qualification & Responsibilities a J. Structure/ Bridge Engineer General 20 Years I Exnerience: Qualification: Minimum: M. Sc. (Structure/Bridge Engineering). t Desirable: Ph.D. (Structure/Bridge Engineering). Marking: Ph.D. 100%; M.Sc. with additional relevant I trainings from recognrzed organizations - 9AYo; M.Sc. 80%; B.Sc. with additional relevant trainings from recognrzed organizations - 70Yo; B.Sc.-60%. I ; l. Specific Minimum: Fifteen (15) yeptS:=,.Ofrelevant experience in Experience: designing of Bridges on Highways/ Expressways/ I Motorways. "'r He/she sho,,!ll .have experienceof independently I designing;$'{9 t one river bridge. Desirable: Tweffi'=@$ years of relevant experiencein desiffng, of Bridgeson Highways/Expressways/ I aYs \fel He/sh"bshould have experienceof independently l designing at least one river bridge. Resnonsibilitv:Flis/herresponsibilities shall include but not limited to the following tasks: I :::.t .; ili:..'=.. ":'::1..1,,;.1.:" He/sheis responsiblefor carrying out design of all bridsesand structuresincluded in the road section. I j 4. EIA Specialist =:ru General .-',1l liri: 15Years I Experience: }. Qualification: Minimum: M.Sc. (Environmental Sciences)/ B.Sc. (Environmental Engineering) I Desirable: M.Sc. (EnvironmentalEngineering) Marking: M. Sc. (EnvironmentalEngineering) - I00%; M. Sc. t (Environmental Engineering) with additional relevant trainings from recognized organizations - 90%; M.Sc. (Environmental Sciences)/ B.Sc. t (Environmental Engineering) with additional relevant trainings from recognized organizations - 80%; M.Sc. (Environmental Sciences)/ B.Sc. I lpnvironmental Engineering) - 70%. Specific Ten (10) years of experience or more in the Experience: de-velopment,implementation and monitoring of I 6ffo'n minagement and monitoring plans in accordance"ntal with multilateral development I organization requirements. i -):,' I I I I

I S.No Title, Experience, Qualification & Responsibilities Desirable: Twelve (12) years of experience in the development, implementation and monitoring of I environmental management and monitoring plans in accordance with multilateral development organization requirements. Previous international l experienceas an Environmental Specialist on major highways will be preferred. I Resoonsibilitv: His/her responsibilities shall include but not limited to the following tasks: (i) Prepare the Initialinvironmental Examination t (IEE) and Enviro-il€ltal Management Plan (EMP). Refer am--e,g,rdrorentsto NHA for approval. t (ii) Assist tlge Ccinsultants in preparation of EIA renort as DerTOR for EIA. .t' ,lt =.. (iii) Providd- aining to NHA, the Contractor and I Consultants'itaff on: the requirementsof the EMP including . ipecific environmental mitigation measti?es, and monitoring activities to be I imp.r@ented;and, the roles and responsibilitiesof all paities. i- ii: (iVJ Ensure that the construction methods proposed I la $r, bJ'the Contractor are satisfactory, with particuiar reference to the technical requirements of EPA's I ff Environmental Guidelines for Infrastructure iv*t'- DevelopmentProjects (Highway and Roads). (v) Undertake periodic review and reporting on the I i:i t: implementation of the EMP. (vi) Inspect the Contractor's construction I equipment; safety of the works, property, personnel, and general public; and the recommendations of the environmental t managementplan (EMP). (vii) Superviseand monitor the implementation of any environmental mitigation measures required t and in the event of occurrence of any unexpected environmental impacts, coordinate with the I Contactorto provide mitigation measures. 5. Soil/ Geo-TechnicalEngineer General 20 Years I Experience: Qualification: Minimum: B,Sc. (Civil Engineering/Geo-Technical I Engineering) Desirable: M.Sc. (Geo-TechnicalEngineering)/(Soil Mechanics) I ,1 .' \l I \{ir,,r'.',, t I

I S.No Title, Experience, Qualification & Responsibilities Marking: M.Sc. (Geo-Technical Engineering)/ (Soil Mechanics) with additional reievant trainings from t recognized organizations- 100%; M.Sc. (Geo- Technical Engineering)/ (Soil Mechanics) - 90%; B.Sc. (Civil Engineering/Geo-Technical I Engineering) with additional relevant trainings from recognizedorganizations - 80%; B.Sc. (Civil I Engineering/Geo-TechnicalEngineering) - 70%. Specific Minimum: Fifteen (15) years of relevant experienceas Geo- Experience: Technical Engineer on major highways/bridges t designprojects. ,i .i, Desirable: Eighteen(18) yearp,rf,ielevantexperience as Geo- Technical Eng!,gie,1,onmajor highways/bridges I designproj edtpl,='''''1 Responsibility:His/her resFdnSibilitiesshall include but not limited I to the following tasks: He/sheririll designfoundations of bridges and sub- soil.6rtitrgtures in connection with soil support/ l sta-b,i1-1q'Jbearingcapacity. He/she will also be iA'voi',Va in designof slopes of embankmentsetc. I 6. Traffic/ Pavement Engineer General allltz:..ZAYears Experience: I Qualification: Minimum: ,;, B.Sc. (Civil/TransportationEngineering). Desirabl$ M. Sc. (Traffi c/ Transportation/Highway I Engineering). Marking: M.Sc. with additional relevant trainings from recognizedorganizations - 100%; M.Sc. - 90%; I B.Sc. with additional relevant trainings from recognizedorganrzations - 80%; B.Sc. - 70%. (13) years in Specific .,,;, Minimum: Thirteen of relevant experience t Experience:,11f ;-11, Design of major Highway projects. Desirable: Eighteen (18) years of relevant experience in ! .J Design of major Highway projects. I t I t I T I

t S.No Title, Experience, Qualification & Responsibilities Responsibility:His/her responsibilitiesshall include but not limited to the following tasks: I He/she is responsible for carying out Traffic Analysis and PavementDesign of the road. He/she will also validate the traffrc survey. He/she should I have experience in carrying out cost effective pavement structure design, traffic ioading T characterization, can assess the pavement performance under different loading conditions. Have practical experience of traffic monitoring; I preparation of Tr4ffio.= Plans, Traffic Impact Analysis, l1ter9991jOnand interchange operation analysis; shog,ldii'havpexperience in economic I analysisof variouspavement options. ...' ,/ Involved ir.l supervision of asphalt pavement I constlu-6ti:oof different projects. '/ Cpp4,giire*' and advice the Engineer for any r,*tl4fifiCation needed to the detailed road l -l6,g,ydihentdesign. '/ Gdh propose cost effective and innovative ,solutions to the problems in pavement t tjt constructionand maintenance. ,',1'' Can carry out visual pavementinspections. ,/ Can ensure compliance with standards and I specifications for pavement design and construction. Key Personnel for Construction Su.pervisionPhase 'l I Local Exnerts itjl I ResidentEnsineer/ T6am Leader General 20 Years T Experience: Qualification: Minimum: B.Sc. (Civil Engineering). I Desirable: M.Sc. (Civil Engineering) with specialization in Construction Management/Equivalent. Marking: M.Sc. with additional relevant trainings from I recognized orgarizations- 100%; M.Sc. - 90%; B.Sc. with additional relevant trainings from recognizedorganizations - 80%; B.Sc. - 70%. I Specific Minimum: Fifteen (15) yearsof relevant experienceincluding Experience: eight (08) years' experienceas Resident Engineer on construction supervision of major highway I projects. The Personnelis encouragedto attach at least three ,(03) referencesof high quality workmanship duly I verified by the respectiveclient(s). Age of expert should preferably be not more than t :165years on the dateof submissionof proposal. :;" ii t 101 I

I S.No Title, Experience, Qualification & Responsibilities Desirable: Eighteen (18) years of relevant experience including Ten (10) years' experienceas Resident I Engineer on construction supervision of major highwayprojects. The Personnelis encouragedto attach at least three I (03) references of high quality workmanship duly verified by the respectiveclient(s). T Age of expert should preferably be not more than 65 yearson the date of submissionof proposal. Responsibility:His/herresponsibilities shall includebut not limited I to the following tasks: He/she will be re.Sp'oa.6'lblefor quality, cost, scope, time, safety, ==a41,$+...4ironmental control of the I project. HeAhe..,"1vi1lbe responsiblefor approving Contractor's wo"ift program, method statements, material sputge$, preparing and producing reports I as requird'i1;'dpproving andlor issuing working drawi4gsl'qproving the setting out of the works, I and{Thstructing the Contractor, certifying work vo-hrsie,' and recommending interim payment c''€,{iflftates for progress payments, maintaining I cetnsolidatedproject accounts, and preparing of financial statements,ensuring minimum disruption/ damage to the environment by approval of I Contractor's work statement/ methodology, including monitoring the impact of construction works on the environment and local settlements I and providing information to NHA. 2. ARE (Hiehways) General Ill 15Years :t,l.l:t: I Exoerience: Qualification: + Minimum: B.Sc. (Civil Engineering). rDesirable: M.Sc. (Civil Engineering) with specializationin I ,$, ConstructionManagement/ Equivalent.

.itl, ;:' Marking: M.Sc. with additional relevant trainings from t recognized organizations- 100%; M.Sc. - 90%; B.Sc. with additional relevant trainings from recognizedorganizations - 80%;B.Sc. - 70%. I Specific Minimum: Ten (10) years'relevant experienceincluding seven Experience: (07) years' experienceas Highway Engineer on construction supervision of major highway I projects. The Personnelis encouragedto attachat least three (03) referencesof high quality workmanship duly T ve-rifiedby the respectiveclient(s). Age of expert should preferably be not more than I 65 yearson the date of submissionof proposal.

I t02 I I

I S.No Title, Experience, Qualification & Responsibilities Desirable: Fifteen (15) years' relevant experienceincluding Nine (09) years' experienceas Highway Engineer I on construction supervision of major highway projects. The Personnelis encouragedto attachat least three I (03) references of high quality workmanship duly verified by the respectiveclient(s). I Age of expert should preferably be not more than 65 yearson the dateof submissionof proposal. Responsibility:Hislher responsibilitiesshall include but not limited I to the following tasks: He/she will bfie.. nsible for supervision/ I execution of iterysro.f,,.'worksrelated to highway. ARE (Structures/Bridges) ,al,.L General 15Years I Experience: Qualification: Minimum: B.S c.,..(eiv'il,,€ngineering). l Desirable: M.S-d,,, tiuctural/BridgeEngineering). Marking: IV[.Sc:-=twith additional relevant trainings from r#6"fnized organizations- 100%; M.Sc. - 9O%; I B c. with additional relevant trainings from tecognized organizations- 80%; B.Sc. - 70%. I Specific Minimumi Ten (10) years'relevantexperience including seven

':..:l Experience: ..i::.:::= (07) years' experienceas Structure Engineer on construction supervision of structures/ bridges on .r::.. l ,, I :t: l.t:; maj or highway proj ects. 'al::ii, l!rl= r,-\ $,!.. The Personnelis encouragedto attachat least three i,.tl-li;t:.;t...::= (03) of high quality workmanship duly li= references I verified by the respectiveclient(s). Age of expert should preferably be not more than 65 yearson the dateof submissionof proposal. I \,i.1* Desirable: Fifteen (15) years' relevant experienceincluding nine (09) years' experienceas Structure Engineer I on construction supervision of structures/ bridges on major highway projects. )The Personnelis encouragedto attach at least three I (03) references of high quality workmanship duly by the respectiveclient(s). $fred t Age of expert should preferably be not more than 65 yearson the dateof submissionof proposal.

,'i'':' I ,i.l' l . ri i !i!{ . .. !,..-- '' \it\':1''l ,.'l: " ....-.. t'i'i',,' ', I -"..t:i.iti:..:,_ j-

I 103 I

I S.No Title, Experience, Qualification & Responsibilities Responsibility:His/her responsibilitiesshall includebut not limited to the following tasks: t He/she will be responsible for satisfactory construction of bridge activities from piling to the t completion of bridge, culverts and all other structures on the project. He/she shall be responsible for supervision /execution of piling, I girder (casting,stressing and launching),deck slab (casting & stressing), including fabrication and installationof expansionjoints etc. I 4. ARE (Materials) General 20 Years ,;,':i...u Experience: e;.,,, t "',' Qualification: Minimum: B.Sc. (Civil tr#giiteering/Geo-Technical Engineeringy'S{i. (Geology). Desirable: M.S c' (Civ.i1'4ineering/Geo-Technical "'= I Enginepring)t, M.Scl Engineering/ Geo-Technical Marking: "(eivil I Engineerihg) with additional relevant trainings frdrir i:ecognized organizations 100%; M.Sc. (Civil - if' Engineering/Geo-Technical Engineering) I 9ffi1"; B.Sc. (Civil Engineering/ Geo-Technical "L::a ,Ehgineering)/ M.Sc. (Geology) with additional relevant trainings from recognized organizations - :.1:, I a::: 80%; B.Sc. (Civil Engineering/ Geo-Technical Engineering)/M.Sc. (Geology)- 70%.

Specific Minirlum:'::: Ten (10) yeats' relevant experienceas Material iti j. a: ::, I :;. )11 :4.. Experience: '1,,. tlit11:;l,- Engineer on construction supervision of major

,,,,,-.,,lil highway projects including five (05) years' experience of asphalt concrete mix design in t countries with hot climate andlor truck overloading problems. I The Personnelis encouragedto attachat least three (03) referencesof high quality workmanship duly il,!t l verified by the respectiveclient(s). I Age of expert should preferablybe not more than 65 yearson the dateof submissionof proposal. Desirable: Fifteen (15) years' relevant experienceas Material I Engineer on construction supervision of major highway projects including five (05) years' experience of asphalt concrete mix design in I countries with hot climate and/or truck overloading problems. I The Personnelis encouragedto attach at least three (03) referencesof high quality workman ship duly verified by the respectiveclient(s). I Age of expert should preferably be not more than i65 yearson the dateof submissionof proposal. l I I

I S.No Title, Experience, Qualification & Responsibilities Responsibility:His/her responsibilities shall include but not limited t to the following tasks: He/shewill assistthe ResidentEngineer and will be responsible for quality of material used in I construction by performing field and laboratory tests and certiffing their acceptance based on recommendedspecifications for the materials;and I will identify sourcesof materials,and quarry site. 5. Chief Survevor General 20 Years T Experience: Qualification: Minimum: 3 Years Diplomas'oif{ivil from the Board of I Technical Edueatirqlr'S:reco gnized institute. Desirable: B.Sc.(Civil Engirieering). ':':::i i: "rsi. Marking: M.Sc. - +$%3 B.Sc. with additionalrelevant I trainings froiil recognized organizations- 90Yo; B.Sc.= 80%o;DAE, (Civil) -70%. I Specific Minimum: Fiftdii+ ft5) years' relevant experienceas Chief Experience: Sufveyor on major highway constructionprojects.

irF Age of expert should preferably be not more than al I ',:.i 65.:yearson the date of submissionof proposal. Desirable: Eighteen (18) years' relevant experienceas Chief F highway constructionprojects. l\{ Surveyoron major I 11 a:::..- Age of expert should preferably be not more than 65 yearson the dateof submissionof proposal. I Resnon$ibilitv: His/herresponsibilities shall includebut not limited '::a:. i to the following tasks: ara ,,,]I . I .;rlii::. He/she will be responsible for supervising all survey works during design and supervisionphases ofthe project. I 6. Ouantitv Survevor General::i ,.ti::w 20 Years I trxpenence Qualification: Minimum: 3 Years Diploma in Civil from the Board of TechnicalEducation's recosnized institute. I Desirable: B.Sc. (Civil Engineering), Marking: M.Sc. 100%; B.Sc. with additional relevant trainings from reco gnized organrzatrons- 90Yo; I B.Sc.- 80%:DAE (Civil)-70%. Specific Fifteen (15) years' relevantexperience as Quantity Experience: .9trrveyor on Civil Works projects including ten t (10) years' on Highway constructionprojects. Age of expert should preferably be not more than I 65 yearson the date of submissionof proposal. i{)t'i l{ -- ! i\i,i'\i.7-,"'. i t .tr .,:., t ii,i;"'r:" I t S.No Title, Experience, Qualification & Responsibilities Desirable: Eighteen (18) years' relevant experience as Quantity Surveyor on Civil Works projects t including thirteen (13) yeats' on Highway constructionproj ects. Age of expert should preferably be not more than t 65 yearson the date of submissionof proposal. Responsibility:His/herresponsibilities shall includebut not limited I to the following tasks: He/she will assistResident Engineer in verification of payment certificat,e,..!,.,,,.He/she will be responsible t for verification of extjlut$d quantities.

Non-Kev Personnel tl$i";= * I Site Inspectors (Hiehways) :'] t General 12Years ",,ii::, Experience: t?* Qualification: Minimum/ 3 Years..Dip!9fna in Civil from the Board of I Desirable: Techniqal Eduddtion's recognized institute. Specific Minimum: Eightd(pg)byears of experiencein supervisionof I Experience: constiublionof Highwayprojects as Site Inspector. A$e'ofpersonnelshould not be morethan 65 years oh:,t-h€date of proposalsubmission. t Desirable TA (10) years of experience in supervision of ednstruction of Highway projects as Site Inspector. Age of personnelshould not be more than 65 years I on the dateof proposalsubmission, nesponiibility: His responsibilitiesshall include but not limited to t the following tasks: His job description and duties will be defined by the ResidentEnsineer and approvedby the Client. I 2. Site Insnectors(Strubtures) General "l 12Years Experience: 4js I Qualification; lilvlinimum/ 3 Years Diploma in Civil from the Board of '::::::::!l'l Desirable: Technical Education' s recosnized institute. Specific=..u.11,)"', Minimum: Eight (08) years of experiencein supervision of I Experiencer:"'='' construction of Structures on Highway projects as Site Inspector. Age of personnelshould not be more than 65 years I on the dateof proposalsubmission. Desirable: Ten (10) years of experience in supervision of construction of Structures on Highway projects as I Site Inspector. -Age of personnelshould not be more than 65 years T on the dateof proposalsubmission. Responsibility:His responsibilitiesshall include but not limited to the following tasks: .i,. ii.,,ij,;.,r t '; '. ' '-]ti job description and duties will be defined by ri ..His the ResidentEngineer and approvedby the Client. ,:,'i;:,:.' {i:ii I 106 I

I S.No Title, Experience, Qualification & Responsibilities 3. Lab Technicians General 12Years I Experience: Qualification: Minimum/ 3 Years Diploma in Civil from the Board of Desirabie: TechnicalEducation's recognized institute. I Specific Minimum: Eight (08) years of relevant experience ln Experience: construction of Highway projects as Lab I Technician. Age of personnelshould not be more than 65 years on the dateof proposalsubmission. t Desirable: Ten (10) years lelevant experience in construction of Suy projects as Lab I on the dateof pioposalsubmission Responsibility: His responslbiftiesshall includebut not limited to t thefollovi4ng'' ks: ffls j9,.,!&'b*iptiotr and duties will be definedby I thel{esi6ent Engineer and approved by the Client. 4. Surveyors :?Lr'i: General 12.Yeibrs I Experience: Qualification: Minimum: DAE Civil from the Board of Technical Education's recosnizedinstitute. I Desirable B.Sc.(Civil Eneineering). Specific Minimtifu Eight (08) years' experienceof surveying/leveling Experience: andrelated activities on Highway Proiects. I Ten (10) years' experience of surveying/leveling and related activities on Motorway/ Expressway Proiects. t Responsibility:His responsibilitiesshall include but not limited to the following tasks: I His job description and duties will be defined by the ResidentEnsineer and approvedby the Client. 5. CAD Oi!,e,pa'ti I General 10Years Exoerience: Qualification: Minimum: DAE Civil from the Board of Technical I Education'srecognized institute. Certificate Auto- CAD SoftwareOperator. I Specific Minimum: Eight (08) years' experience of drafting Experience: engineering drawings/ designs on Auto-CAD /) software. I Ten (10) years' experienceof drafting engineering ,/k drawings/ designs on Auto-CAD software. Commandon latest version of softwareis shall be I recommended. I t I

I S.No Title, Experience, Qualification & Responsibilities Responsibility:His responsibilitiesshall include but not limited to the following tasks: I His job description and duties will be defined by t the ResidentEngineer and approvedby the Client. 6. Computer Operators I General 5 Years Experience: Qualification: Minimum/ B.Sc. (ComputerSciences) I Desirable: ,iiitttttitit^.. Specific Minimum: Three (03) ye,,a r1,,+experience of office Experience: management,*,typfuglth 30 words per minute t typingspeed, i Desirable: Three (O3psry@s' experience of office managemenl/training of computer software related t to office andrtyping with 40 words per minute typing.sil-e".Adi' Responsibility:His reSp"ppsibilitiesshall include but not limited to I the follo*ins tasks: a:l: 1 ='= H,{s,.1i1bdescription and duties will be defined by theResident Engineer and approved by the Client. I Gdnerally he will assist the Consultants and Client's representative in all drafting, reports I preparationand like activities as per demand. 7. Accountant 2i!, '. General :*r' 12Years I Experience: rlit Qualification: Minineuin: B.Com from recosntzedinstitute. ";: Desirable: Master'sDesree in Accounts I Specific Minimum: Eight (08) years of relevant experiencein case of Experience B.Com or three(03) yearsof relevantexperience in caseof Master's Degreein Accounts. I ,iDesirable: Ten (10) years of relevant experiencein caseof B.Com or five (05) years of relevantexperience in caseof Master'sDegree in Accounts. I Responsibility:His responsibilitiesshall include but not limited to the following tasks: t His job description and duties will be defined by the Resident Engineer and approved by the Client. Generallyhe will be responsiblefor monitoring of I the proiect accounts. 8. Office Assistants General 5 Years I Exoerience: Qualification: Minimum/ Desirable: / Y": I Specific TFef (03) years' experience of office Experience: management, typing with 30 words per minute I typing speed.

- l: | --', T il,t'\t\r:,-l\.' '..,,, I

I S.No Title, Experience, Qualification & Responsibilities Desirable: Three (03) years' experience of office management/ training of computer software (M.S. I Office) and typing with 40 words per minute typing speed. Responsibility:His responsibilitiesshall include but not limited to I the following tasks: His job descriptionand duties will be defined by I the Resident Engineer and approvedby the Client.

SpecialNote:

,1+:'' 'il T rri i:li if (1) For Specific Experience the ratio of weightage for markins::: between Minimum & rEi :." Desirableshall be 80:100respectively; =,,,,ti=..,. r':r: I l;;;,';:' (2) The numberof yearsof SpecificExperience fminidiim,or desirable)for evaluation i ::::l' pu{pose,will be countedfrom the minimum spec.ifitbd ademic qualification; the Key I Personnel bearing a higher qualification in the"r d?ant field will have Specific I Exp eri encere qui rement reduce d as p er fo f f o'w{$"!'E{bmpI e formul ae: SpecificExperience after Bachelor: X t-i ry SpecificExperience after Masters: F9 y-Eff I SpecificExperience after Ph.D.: X{.yeffi I (3) Finalselection of thePersonneffi*l,lbe made on successfulinterview by the Client. :!,r.;1.,

ii:::;': I lr.l.ir.,r,= ,';:;,' \!.,t,., ri;i,. t ;

I itli i t I ..,i;,' I I I I I T I I ChapterNo.6 l Environmental Impact Assessmentof Roads/Highways Projects

I 1. Need for Environmental Impact Assessment(EIA)

Highway projects are generally undertaken to improve the economic and social I welfare of the people. At the same time, they may also create an adverse impact on the surrounding environment. People and property in the direct path of the road works are affected. The environmental and social impact of h.!Sh.3vayprojects include I damageto sensitive eco-systems,soil erosion, changesto dritinqge pattern and thereby groundwater, interference with animal and plant life, lod ffiroductive agricultural I lands, resettlementof people, disruption of local econom_icactivities, demographic changes,accelerated urbanrzation and increasein air,jiolluJion. Highway development and operation should, therefore, be planned -With careful consideration of the t environmental impact. To minimize these advei$ effects that may be created by highway development projects, the teffiqtre's of EIA become necessary. I Identification and assessmentof potential e$,viibrmental impact should be an integral part of the project cycle it should commeti'ti'€,:,,Iy in the planning processto enable a full considerationof alternativesand';;m a$oi,f later delays and complications. I ' 1.,,-,, .,ul 2. In view of the above, an EIA will be''oaried out for the Environmental aspectsof all I stagesof the projects i.e. preconsffiction,construction and post constructionwith the following objectives: "E I . Establishing the ronmental in the study area and any significant enVirprirnentalissue; Assessingthese impacts and providing for the requisite mitigation I ' ,.. andcompensatlon measures; Intesratins" thg identified environmental in the project planning and I a"ri!n,i D.p$61o,pingappropriate managementplans for implementing, monitoring and t reporting of the environmental mitigation and enhancement measures suggested;

I The EIA studies and reporting requirementsto be undertakenthis TOR must conform to the guidelines and regulations issued by the Pakistan Environmental Protection t Agency (Pak EPA), Ministry of Environment, Govt. of Pakistan (GOP) which comprise mainly of the Pakistan Environmental Protection Act 1997, its implementing regulations, the EIA Guidelines and Review of IEE and EIA I Regulations,2000. Theseguidelines include the amendmentsand subsequentrules for the iEE andEIA of projects : .;,,

I -lt I i;l I I

i) Regulations and Standards. Describe the pertinent legislation, regulations I and standards,and environmental policies that are relevant and applicable to the proposed project, and identify the appropriate authority jurisdictions that I will specificallyapply to the project.

iD Project Introduction. The Consultants should categortze the project I (category A or B and IEE or EIA) but may not be limited to the general information,rationale of the project,description of the project, and any revised I alisnment. iii) Project Description. The Consultantsshould provide a brief history of the I project,a detailedlocation and mapswith scales(km)'bf the projectswith any alignment (starting point to end point). In description the "f-he$oject Consultants should also highlight but not limrtl-9.,.{Jobridges information, =.of.'tiperation T project components, scope and schedule and construction, constructioncamps, and constructionmateria' *""""'' ':' t l:, |1;iir iv) Description of Environment. Assemb"ls$aluate and presentbaseline data on the relevant environmental charaq@stiOsof the project area.In addition to 'should I general information, the Consultants provide methodology for preparing the essential environniental data. The data should emphasize but may not be limited to the information about Physical Environment which I could include,meteorology{hnd=climate, geology andsoil, seismology,air and water quality, noise, top.,.q€raphyand drainage patterns, hydrology and/or I hydraulic regime, qurface and ground water and land use. Ecological Resourcesshould Aiic"it about forests/flora/vegetationprofile, crop and horticulture activi$.les.and fauna/wild life and local livestock species (should I specify -u*tqgR,. birdr, fish, reptiles and insects), protected andlor endangered,pr,i.ldlif,Sspecies. Social and Cultural Resourcesmay discussabout I the methodo@ of surveys, settlement pattern, political and administrative setup,poptflation and communities,socioeconomic conditions, protective and sensitive- aregs, archaeological and cultural sites, health and facilities, I ep,,y1at1gnat, ...r'i.i..,facilities,;,..,,.. industrial/commercial activities, physical and cultural heritage, utilities, railway links or alignment, tourism facilities and potentials I and others. Availability of Resourcesfor Constructionshould also highlight about borrow soils, construction material, water and power availability and any other resources. Hazard vulnerability- identify vulnerability of area to I flooding, hurricanes, storm surge, and earthquakes. Charactenze the extent and quality of the available data, indicating significant information, I deficienciesand any uncertaintiesassociated with the prediction of impacts. v) Environmental Impacts and Mitigation Measures. Identify any negative I positive, direct, indirect, short term and long term impacts of the project, during pre-construction/design,construction and operation phases.Identify any information gaps and evaluatetheir importance for decision-making. The t Consultants must recommend appropriate mitigation and rehabilitation I measures for the environmental damage and other impacts identified for I t specific road corridors,and how they would be implementedwith regardsto: coordination between highway design and environmental issues, ambient air, water and noise quality, water resources,drainage, mineral resources,flora t and fauna, social and cultural environment, historical sites. The Consultants should attempt to identify creative measuresthat would also have positive social implications,such as participatorytree planting that would also serveas I job creationfor affectedcommunities. Consultantsshould identify biological environment, and must discuss about national parks, game reserves and I endangered species. Consultants should also identify the impacts and mitigation measuresfor topography, social / cultural issues, land acquisition and resettlement,community development, borrow open pits, waste disposal, I geology and soil, surface and ground water, trydroffE+egime, traffic flow, wastageof fertile humus layeyutilities issue and pou"r$ alleviation etc.

_+ ;l'.,=,"ro.t!ttl' I However, report should not be limited to theab mentionedconstituents of the environmental impacts and their mitig6fu"'heasur"s. The consultants I should be more creative according to the cified project alignment. It should also include maps, figures and,ghilto-$fbphswhen necessary.

I In order to assessenvironmental$acts and recommendvarious mitigation measuresto minimize the enyiloq1ne$tatimpacts, identify and develop data.

;.i I vi) Developmentof EnvironmentalData. Identify EPA NEQS and guidehnes and analyzefollowing pa-rametersto develop base line environmental data of the project: tlli.lS I '-17|!-'' ':tF - Ambient air . .::=ll,\orru :: t T - Noise leyels. r:i;ljr.J, -lit.. rl,]:; _ wat€F:=,,iiL t -:::;aa.:: - Bio]ogical environment. t-,;1, ,',,.,.. - ii'd:.economicprofiles. - ''lillt I lli = i) AMBIENT ATRQUALITY: I ,€ijnsultantsshould monitor the ambientair qualityalong the selectedroad slte.

I The parameters need to be monitored include Ozone (O:) Carbon monoxide (CO) Sulphur dioxide (SO2), Nitrogen dioxide (I'trOz),and I particulate matter (PMro). Acceptable standard analysis methodology shouldbe selectedto measurethe NEQS parameters.

T Air quality data will be collected over a 24-hour period at all the sampling points (a reasonablenumber qf samplingand their anahtsisshould depend upon the road length and other environmental factors which should I provide qreasonableimaqe of air quality).

I rt2 T

High pollutant concentrationsspots should be selectedfor sampling to I assess'worst-case' scenarios,and measurementswill be made in areas with extensiveribbon development and schools/hospitalswhere traffic will I be expectedto be a little heavier. ii) NorsE LEVELS: T Roadside noise level measurementsshould be taken at a distance of - 6 m from the edge of the highway (correspondingroughly to 7.5 m from source I vehicles).The noiseparameter should be measuredfor 24 hours at various locations of the specified site. The permissiblelimit of noise is 85 dBA prescribedby the NEQS for motor vehicles. The NEQS do not prescribea I noise level limit for receptors.(a reasonable nuw:6-[F'Wsampling and their analvsis should ntal {"ctors which shouldprovide a reasonablg.,imageq'noise pollution'

t ,r:::::, : :;'-" .. iiD WATER QUALITY: ,,=' I During field investigations,water szira$oS,,fromvarious sourcesin the vicinity of the proposed section:d'r.shouldbe analyzed for important I parameterswith respectto human dblpumption. Although, NEQS include 32 water criteria pollutants., ilutbffluents and 16 NEQS for gaseous emissions,NHA prefer 4,,,44re0.g. end basic water quality analysis which t may include but not lidted tti pH, turbidity, alkalinity, TDS, TSS, 5 day BOD at 20oC, COD, OD;'i,'6{11hardness, chloride, sodium nitrates,lead, mercury, arsenic, cadr-nlum,total toxic metals, phenolic compounds as I phenols, pesticides fungicides (in areas.)and E- ',i I heibicides / farmland coli. (a reasonable"ttt*nberof sampling and their anabtsis should depend I upon the roadj"l'bngth,other environmentalfactors which shouldprovide a r eas onab[e+,:;bPes entation qt water oualitv\ :- I Consultant31,. rrust identify standard and recognized laboratories. Consuitantsshould also provide Analytical Laboratory Reports along with methodologiesand analytical techniquesused for each parameter. The t . ,l: ' analysisrepofts must include information, addressand contactpersons of ._ I analyticallaboratories. vii) Analysis of Alternatives. Describethe alternativesexamined for the proposed project that would achieve the same objective including the "no change in I alignment". Distinguish the most environmentally friendly alternatives.In case of minor impacts, which can be successfully mitigated within the ROW and I without change in 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 systematiccomparison will be undertakenof the proposeddesign, I site technologyand operationalalternatives in terms of: ,,,,:r,.,j , ,., I Theirpotentialenvironmentalandsocialimpacts; Capital and recurrentcosts; ',i't , Suitability underlocal conditions;and '.,. 114 I I IJ t I I Institutional, training and monitoring requirements. For each alternative, the environmental cost and benefits should be quantified I to the possible extent, and economic values should be attachedwhere feasible. The basis for the selectionof alternativeproposal for the project designmust I be stated. viii) (A) Public Consultation, Involvement and Disclosure. During the field suryeys the Consultants will organize workshops and formal public I consultationsessions at province level to identify main stakeholder, their categories,their views on the existing condition of the project, I volume of traffic concern'sstemming from thgrti-4pactof improvement works, as well as safety related issues.I,f n'6ssible,Consultants will I assistin inter-agencycoordination, and.putlicA{GO participation. ' (B) Grievance RedressMechanism -,-,,, . I ix) Environmental Management Plan @MD. Identify and prepare EMP including an implementation sche-duleuAnd supervision program with I associatedcosts and contractingprocBd ies for the execution of environmentai mitigation and social issues foryg$?,t-Construction,design, construction and implementation phases. Th ohsuFants should describe the objectives of I EMP and key environmental.,andsocial components,role of functionaries, and road safety. The key compon.ni. of EMP should emphasizebut not limited to: t ,i, I .... alignment and shouldei width options, road side safety, structural recommendations,.gpography,geology and soil, seismic activities, flood t hazards, camp sites-,$orrow pits, archaeologicalsites, land acquisition and resettlemeng 16- communities their social and cultural heritage, I archaeologicil'dtes, waste disposal, air and water quality including ground and sur water, noise, flora including roadside vegetation cutting and plantaLf!)h,''",'unu including wildlife, endangeredspecies and their protection, t traffiC management,utilities, use of fertile humus soil recommendationof environmental.i. protection sign boards,and health risk of workers.EMP should I identifu the training and workshopsprograms. x) Environmental Monitoring Plan. Identify the uitical 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 I the actual impact of the works on the project corridor's physical, biological and socio-economicreceptors within the corridor. This will indicate the I adequacyof the EIA. The monitoring plan should recommendmitigation measuresfor any unexpectedimpact or where the impact level exceeds the limits. The plan should ensure compliance with legal and community I obligationsincluding safetyon constructionsites. Consultantsshould monitor the rehabilitation of borrow areas and the restoration construction campsites I rt4 t I

accordingto EMP report. The monitoring plan should ensurethe safe disposal I of excess construction materials. Consultants should also evaluate the effectivenessof the mitigation measuresproposed in the EMP and recommend I improvements if necessary. Apart from regular compliance checks the Consultantsshould generatea tabular matrix for air, water and noise analysis, asphaltplant emissions,soil erosionand contamination,plantation, safety and T traffic rules compliance for constructionand operation phases. Environmental Monitoring Plan will list the procedure through which I mitigation measuresproposed in EIA will be implemented.It will also include environmental parameter need monitoring, frequency and responsibilities of T key players.In caseof disagreementwith local comnrqpitiesor stakeholders, grievancesaddressable mechanism shall be part of pl,"lnnThemanagement plan will develop the institutional requirement and type of training to enhancethe I capabilities of staff. The total environmental" mitigation, Monitoring, equipmentand training cost shall also be inc-lud'd&; ri= n l xi) Economic Assessment.This section.t1ollfffifude the overall cost estimate in relation to the project benefits, .6ilt#Lntal costs and total cost of the I proposedproject. The Consultantssffidaddress the cost analysisof training, monitoring activities, environme.4tdt'aalysis and activities, resettlement,land and property acquisition, anffiit$n measures. ,iii;, I iil xii) Role of Functionaries ariti"4overnment Agencies Involvement. This section should include ro'{€isf all the functionaries and variable involvement of I governmentagencies "'buthoritiesfor the project accomplishment.

l xiii) Recommendation= 4,4d Conclusions. An adequate summary should emphasizeon"lfu$-r,o.i-ct description and environment, environmental impacts and mitigffin'um€asures, alternatives,socio-cultural and socio economics, T public consullation and the resulting issues and recommendations, enviroruoqhtal management and monitoring plans, economic assessment, recomrnendati,onand conclusions. ; li, ...i xiv) SubmiCsionof Reports. The report shouldbe preparedand presentedin strict dOfi&itnity to IEE/EIA regulations,2000 and Guidelinesfor preparationand I submission of IEE/EIA 1997 issued under the Pakistan Environmental ProtectionAct,1997. I The title page of the report should specify the report name, project name, highway length, scaledmaps and / or coloredphotographs, date of the report, I consultantcompany name, address, phone numbers, e-mail and logos. The reports should include aclonyms list and a copy right certificate in the I name of NHA. The reports should include all the key articles but not limited to the executive summary, introduction, description of the project, policy, all ' ' , legal and administrative framework, description of the project environment, I .,: alternativeanalysis, environmental impacts and mitigation measures,public t ,ti consultation and resettlementaction plan, inter-agency and public/ NGO :':,;tt I ..; l 15 I

consultationprocess, environmental monitoring plans, economic assessment, I conclusionsand recommendations. t All figures, maps, appendices,tables, photographs, matrices and list of referencesshould be chronologically organized and each page should be T numbered. (i) Initially Consultants should submit two draft of the report to NHA I (ii) After incorporating the comments from NHA, bureau of Environmental Protection/Provincial EPAs and donor asencies I Consultantsshould ftnahzethe reoort. 4;" (iii) Consultantsrequired submitting two .onr1,:rand onesoft copyof final EIA reportto NHA. T :ard (iv) Must filI and attach the app\icatio".,Si*idr Environmental approval under Sec (12) of PakistanEnvirorifoental Protection Agency (PEPA) I Act 1997 (PEPA- Review of I.p-E-=1uld€IA-ScheduleIV regulations, 2000). The form requires inffiafibn of the description, Location, I objective, alternative alie1l4'g,,.1topography and land use of the project. In addition it $i1S6.,fequired information about the land acquisition in acres,€ irijnniental quality standard G\fEQS) analyzed I and measured, sour.ccgfr powers for the project construction and number of labour foice (employees) required for the project I constructionand operation phases. =Envionmental (v) The prepared Impact Assessment(EIA) repofi be l submitted.,,,sore concerned EPA for formal concurrence and be disclosed.ibft public, stakeholders etc.

i:.:.=.i)relr=:i:::; T *Ten hard copies and two eleogonic copies (format on CD) of the report are to be submitted shouldbe labeledproperly.

,r I Public Hearing: "

It will be the responsibltity of the Consultantsto obtain NOC from the respectiveEPA, and to t prepare documenti'and presentationsfor EPA as and when required by EPA with due I intimation1o NHA. Consultants'Fee for Services: t The paymentsto the Consultantsfor EIA shall be made in the following manner: Sr. oh of Description I No. A' (i) Inception Report for services(within first 7 days of commencement), r0% I (ii) Submissionof draft EIA/IEE report. 30% Submissionof final EIA/IEE, report (ten hard and two soft copies) to (iii) 20% I concernedEPA. I I

Sr. Yo of Description I No. A' EIA/IEE report afler attendingall observationand 20% (iv) Submission of final I commentsof EPA. (v) ObtainNOC from concernedEPA including public hearingaspects. 20% I Total: 100'h I Where A' is the total payable amount in respectof EIA Study. Consultins ServicePeriod:

I Consultants shall submit the final rcport within Three (03) month, A,i- the date of Date of Commencementof Services. = ,,,i,,i,'- I ,tit: I I t I I t t I t! I t I I t rtl