<<

t t National Highway Authority I (Procurement and Contract Administration Section) 28 Mauve Area, Sector G'911, Islamabad (| I Phone: +92-5L-9O32727, Fax: +92-5 L'926O4L9 I I

I FRi[no"v*i$r.,.,Avs I DOCUMENTS FOR SUBMISSION t TO I PUBLIC PROCUREMENT REGULATORY I AUTHORITY I FOR

I CoTvSULTANCYSPNVTCES FOR FPESTBILITY Stupv AND Dpterupn Dpstclv F'oR I COnUSTRUCTIONOF ItrOSHAts-AWARAN- I KnuzpAR SEcrIoN oF M-S (4OO KMI {2- Lnups Roen! I I Augqst,,2O2O I t I I I t ATTACHMENT- I (See regulation 2) PUBLICPROGUREMENT REGULATORY AUTHORITY (PPRA) I GONTRACTAWARD PROFORMA . I To Be FilledAnd Uploadedon PPRAWebsite in Respectof All PublicContracts of Works, I Services& GoodsWorth FiftvMillion or more

NAMEOF THE ORGANIZATION/DEPTT. National Highway Authority I FEOEMUPROVINCIALGOVT. FederalGovt (Autonomous Body) TITLEOF CONTRACT Consultancy Services for Feasibility Study and Detailed Design for Construction of Hoshab-Awaran- Sectionof M-8 (400 Km) (2-Lanes I Road) TENDERNUMBER 6(4s1)

BRIEFDESCRIPTION OF THE CONTMCT Ratoder Road project (M-8) located in Baluchistan & provinces. I The sections of M-8 from Gwadar to Hoshab and Ratoder to Khuzdar have been constructed. However, the section from Hoshab-Awaran-Khuzdar (400 km) is still required to be constructed.The existing track from Hoshab to Awaran (100km),is being maintainedby provincialB&R department.The width of track is about 4 to 6m. The existing alignment runs through flat terrain having I ground. natural undulation in the The existing route from Awaran to Khuzdar (300 km) comprises shingle and kacha track. The road alignment passes through valleys and along parallel to Mashkai river after crossing the river, road moves toward Khuzdar. Onward the existing kacha track passes through flat I areas however in stretches it crosses ferv hills and rolling tenain.

In this regard, NHA intends to appoint a reputable and qualified consultant for carring out the FeasibilityStudy & Detailed Design and subsequentlyissue the I Construction Drawings.

I > TENDERVALUE Pak.Rs.73.171,9001 I ENGINEER'sESTIMATE (for civil Works only) Not Applicable ESTIMATEDCOMPLETION PERIOD (04months)

WHETHERTHE PROCUREMENTWAS INCLUDEDIN ANNUAL I PROCUREMENTPLAN? Yes x No ADVERTISEMENT I (i) PPM Website(Federal Agencies) Yes No x th (lf yesgive date and PPM's tendernumber) Uploadedon PPRA Websiteon 5 September,2019. PPRA tender No. is TS399172E.

t (ii)News Papers Yes No X

Two Dailies "ROZNAMA ( (lf yes,give names of newspapersand date) JANG" Newspaper) Dated SrhSeptember, I "DAWN'(EnglishNewspaper) on 6 rhSeptember, 2019. > TENDEROPENED ON (Dateand Time) no TechnicalBid Openedon 2 October,2019 at 1200 hours. ro I ial Bids Openedon 23 December.2019 at 1445 hours I I Page1 of 3 I I I

ATTACHMENT- | I (See requlation 2) PUBLICPROCUREMENT REGULATORY AUTHORITY (PPRA) I CONTRACTAWARD PROFORMA. I To Be FilledAnd Uploadedon PPRAWebsite in Respectof All PublicContracts of Works. I Services& GoodsWorth FiftvMillion or more Procurementof (Engineering)Consultancy Services

I x Yes No

> NUMBEROF TENDER DOCUMENTS SOLD The Request for Proposal was uploaded on NHA websites for all prospective I (Attachlisi of Buyers) idders to download.

> WHETHEROUALIFICATION CRITERIAWAS INCLUDED IN Yes No X I BIDDING/TENDERDOCUMENTS (lf yesenclose a copy) (COPY OF QUALIFICATIONCRITERIA ATTACHED) > WHETHERBID EVALUATION CRITERIA WAS INCLUDED IN Yes No x BIDDING/TENDERDOCUMENTS (ifyes enclose a copy) (COPYOF EVALUATIONCRITERIA ATTACHED) I > WHICHMETHOD OF PROCUREMENTWAS USED:- (Tick one)

a) SINGLESTAGE - ONEENVELOPE PROCEDURE x

I b) SINGLESTAGE - TWOENVELOPE PROCEDURE T I c) TWOSTAGE BIDDING PROCEDURE v d) TWOSTAGE - TWOENVELOPE BIDDING PROCEDURE x

I ' Pleasespecify if any other methodof procurementwas adopted with brief reasons(i.e. Emergency,Direct Contracting, Negotiated N/A Tenderingetc.

I . NHA'sEXECUTIVE BOARD WHOIS THE APPROVING AUTHORITY

> WHETHERAPPROVAL OF COMPETENTAUTHORITY WAS I OBTAINEDFOR USING A METHOD OTHER THAN OPEN N/A COMPETITIVEBIDDING I > WHETHERTHE SUCCESSFUL BIDDER WAS Yes No x LOWESTBIDDER (HighestRanked Bidder)

T > WHETHERINTEGRI'ry PACT WAS SIGNED Yes No X t I I I Page2 of 3 I I I I A PUBLICPROCUREMENT REGULATORY AUTHORIry (PPRA) t CONTRACTAWARD PROFORMA - II To Be FilledAnd Uploadedgn PPRAWebsite in Respectof All PublicContracts of Works, I Services& GoodsWorth Fiftv Million or more I NO.OF BIDDERSPRESENT AT THETIME OF OPENING OF BIDS NAME& ADDRESSOF SUCCESSFUL BIDDER NESPAK(Pvt.) Ltd. in JV with M/s I Consulting Engineers-ACE Ltd. and M/s Address: HighwaySection, 2no Floor, Attaturk Avenue, SectorG-5/2, lslamabad - Pakistan Phone:+92-51-2274016 I Email:[email protected] MNKINGOF SUCCESSFUL BIDDER IN EVALUATIONREPORT HighestRanked Bidder (1"t) I (i.e.1"t,2n0,3'd EVALUATED BID) NEEDANALYSIS (Why the procurement was necessary? 1. Gwadaris futureHub of Businessactivities Gwadarport will play an importantrole to of Pakistan. l 3. Proper connectivityof road networkwill play an importantrole in easy movementof tradevehicle and luggage. 4. Aftercompletion of Hoshab-Awaran-Gawadar section t of M-8 will be a shortestroute to Gwadarport and it is anticipatedthat mostlytraffic not onlyof CPECbut also localtraffic will adoptthis routedue to shorterdistance I for Gwadarand surroundings Area's.

IN CASEEXTENSION WAS MADE IN RESPONSETIME. WHAT Requestof prospectiveconsultants I WEREREASONS (Briefly describe)

WHETHERNAMES OF THE BIDDERS AND THEIR PRICES WERE Yes No x I READOUTAT THE TIME OF OPENING OF BIDS DATEOF CONTRACTSIGNING (Attach a copyof agreement) t (Copyattached) Pak.Rs.73,171,9001

I WHETHERCOPY OF EVALUATIONREPORTGIVEN TOALL Yes x No BIDDERS(Attach a copyof bidevaluation report) (Gopyof bid evaluationreport attached) I ANYCOMPLAINTS RECEIVED (lf Yes.result thereofl Yes X No ANYDEVIATION FROM SPECIFICATIONS GIVEN IN THE Yes x No I TENDERNOTICE/ DOCUMENTS (lf yesgive details) DEVIATIONFROM QUALIFICATION CRITERIA (lf yesgive details) Yes J< No

I SPECIALCONDITIONS, lF ANY(Give Brief Description) Nil I Page3 of 3 I I Copyof Qualification& Evaluation Criteria t I ffi' flW NATIONAL HIGHWAY AUTHORITY Wflf homtrem,ent & Contract Administration Seetion I *ffi,28MauueArea,Crg/I,Islamabqd8a5L9o32727,H051-9260419

I Ref:6(49l)/Dir-III (P&CA/NHAl2OL9/Lt3 Dated:26e septembet, 2ol9 I To T Subject: hPPRqX. 4OO KMI I ..UINUTES OF PNF,-PROPOSALMEETING' I Reference: Pre-Proynsalmeeting onthe s"tbjectheld on 19nSeptember, 2079' Minutes of Pre-ProposalMeeting alongwith Addendum No.1 being I integral part of RFP for the subject services are enclosed herewith for necessary action, please. i '/.^,*^-ztllln | ' { SIIAIII Director P&CA I Enclosure: i I Copy for information to: - Member (Planning), NHA, Islamabad t - Member (Engineering-Coordination), NHA, Islamabad. - General Manager (Planning), NHA, Islamabad' - General Manager (P&CA) NHA, Islamabad I - General Manager (Design) NHA, Islamabad. - Dy.Director (P&CA-il) NHA, Islamabad. I - AD (P&CA-DNHA, Islamabad. I I t I Minutesof Pre-ProposalMeeting I I t (M-8)(APPROX.400 KI\O

A Pre-ProposalMeeting was held in NFIA Auditorium at 1100 hours on l9e September2019 to discussthe Requestfor Proposal(RFP) for subjectServices. Following NFIA ofiicers and representativesof l prospectiveconsultants attended the meeting: r National Highway Authorify I for GeneralManager (Planning) for GeneralManager (Design) Director (P&CA) - III I r Consultants Mr. HarisAqil GM, Nd/sEA Consulting(Pvt.) Ltd. t Mr. M. Abid Furqan Mr. Aamir Ghori Director,iWs Prime Engineering Mr. NaeemMahmood Khan GM,IWs EGC + Zeerak I Mr. M. Zesshan SeniorEngineer, Nt/s ACC

2. The queries submitted during the above-mentionedpre-proposal meeting and their clarifications/ I repliesare summarized below for informationof all prospectivebidders: Sr. Reply I No. Queries As the Alignmentwill crossthe numerousnullas carrying flash floods, a 2.5m Tri-Stereoimage with 5m DEM for a 10,000Sq.km is requiredfor Any t5,peof data requiredand its relevantexpenses are I conductingthe Hydrology and Hydraulic design to be madeby the consultantin the relevantBOQ item. of Bridges and Culverts.Freely available30m DEM is not suitablein suchTerrain. I The consultantis required to design the project for a speedof 80Kph. However, in areasrvhere 80Kph is not A rangeof speedfrom 60-80 KPH is mentioned. attainable; the design speed may be reduced up to I It is suggestedthat a single speedeither 60 KPH 60Kph. The consultantis required to identiff the road or 80 KPH may be kept in mountainousregion for sectionswhere design speed of 80Kph is not achievable the M-8 Motorway. It is suggestedthat the during reconnaissancestage and presentbefore NHA 2. minimum length of Curve criteria 6V, 5V and 4V for getting prior go-ahead for Detailed Design. I for Plain, Rolling and Mountainous Terrain as Regardingminimum length of curve, the consultantis requiredby AASHTO GeometricDesign may also required to fulfill all the design criteria as per be mentionedin the TOR AASHTO policy on GeometricDesign of Highrvays I and Streetsas alreadymentioned at the bottomof Table underSr.3.3.1 :On a motorway,a minimum Turning radius of I m:z30mcoresponds to a speedof 30 KPH is not TurningRadius is only for U-Turns.Design of The 'r'&;ri' waranted. Pleaseclarifu that the turning radius is ExiV Entry Rampshas 1o conformto the speedsof A* 17' for the exiVentry Ramps or U-Turns off the principaland secondary roads. Motorwav. I I FeasibilityStudy and DetailedDesign for Constructionof Hoshab-Awaran-KhuzdarSection of Motorway (M8) Page1 of3 I I I

I Minutes of Pre-ProPosalMeeting

Sr. Reply t Queries No. Since ttre project is currently Z'lane, hence interchanges Please specify whether interchangesare required provision 4. are not required at the moment- However, T for exiVenty control. shouldbe madein design. Itisrequestedthatt e requirementof the Shajra Parcha to be used as a layer in the Land These Shajra I Acquisition maps may be deleted. Land Acquisition Plans including complete detail of presenU available in the GIS/ maps may not landowneras per ShajraParcha of revenuerecord will 5. in WGS-84 system. Digitized and Geo-referenced be required. may be extremely /.- I Additionally, their Acquisition ^/' / difficult dueto the involvementof Patwarisin this h"l.D,/ remotearea. The percentagepayments allocated for the Tender I 6. Docs and PC-l may be changedto 10% and SYo Not accededto proceedas per RFP. htE 7 resoectivelv. The time to complete the assignmentmay be Time to completethe assigrmentis 04 months. 7. 4 I increasedto 8 months insteadof 6 months Refer page-48of RFP. l/' a The cost for arrangementof securityfor the consultant personnel in field is deemed included in the oth# A LS item may be includedfor the arrangementof ty" L payable items. However, NHA will assist i/ I security ConsultantPersonnel in field. for the co-ordination with the relevant security personnel as ner demand.if reouested. I The time for the submissionof proposalmay be extendedby at least two weeks becausethe pre- The datefor submissionofproposal hasbeen extended. 9. proposalfield visit cannotbe completedin next 10 Pleasesee Corrigendum-l. to 12davs. iT Same experience for Sr. Highway / Bridge 10. Engineer is required as well as for Junior Pleasesee Addendun No. I. Hiehwav/BridseEnsineer. Kindlv review it. /,+ 'tt I Total time period for the assignment is not Total Time period of Consultancyis 4 monfhs. 1t provided, Refer paee-48of RFP lt bz Paymentltem in Form ,{-16 for different activities T is provided as LS whereas in payment terms percentage is given insteadof LS. It is requested Agreedrevised Mode of Paymentis attached. 12. to changethe payment terms to LS for such items SeeAttachment-l to Addendum No. l. and the balance items mav be divided into I Dercentase. technicalproposal may be The datefor submissionofproposal hasbeen extended. 13. Submissiontime forthe increasedbv 2 weeks. Pleasesee Corrigendum-I. I The consultantis requiredto quote for establishmentof Thescope of work for suweyis to be carriedout control points, Monumentation,cross - sectionsat river using while on ground survey is also LIDAR / Nullah, Existing structures details, overhead and 14. required perTOR. Kindly clarif the scopeof as undergroundutilities & topographic survey of areas work the field surveysteams have to that when which may be requiredin casea realignment.is dono for ground. !\ rvorkon which LIDAR Data is not available. I As per Form 4.-16, minimum 70 boreholesare required to be done for Geotechnical The consultant is required to complete the boreholes 15. Investigations.For this the time period may be within the stipulatedconsultancy period. nrovidedto completethe work in all respects. I Whowill be responsiblefor providingsecurity to 16. Pleasereferto our reply at Sr.No.08. /4 I thepersonnel of theConsultants? E; t ctionoiHoshah.Awaran-Khuzdar Section of Motorway(M8) Page2 of 3 t I Minutesof Pre-ProposalMeeting I Sr. Queries Reply No. The time to completethe assigrrmentmay be Thetime to completethe assignmentwill be considered t7. increasedto 8 monthsinstead of 6months. asper request for proposal(FJP) i.e.04 months. lt A LS item may be included for the arrangementof 18. Pleaserefer to our reply at Sr.No.08. il.$ 7l securityfor the consultantpersonnel in field. .J Total time period for the assignment is not Time to complete the assignmentwill be consideredas.i 19. ,l provided per Requestfor Proposal(RFP) i.e. 04 months. Vl {), Struoture As per TOR 4 each Jr. Highway and Requirednumbers for Junior Highway and Structure Engineers are required. However, in the 20. Engineersare clearly mentionedin TOR of the subject numbering portion there is no mention of project. A,5 reouirementof numbersrequired. n There are security issuesfor site design staff on the project area and to oliminate these security threats, the consultant will have to assumesome I cost for the security. The cost to be incurred on )1 security may vary from consultant to consultant, Pleaserefer to our reply at Sr.No.08. therefore EGC suggests NIIA either to irclude 7l provisional sum (PS) for security or NHA to /",lj provide security for site staff for the competitive bid. I I I i,' i lr'.".: lrll' I t I I I I I I F.^tbi1q, Studyand Detailed Design for Consauctionof Hoshab-Awaran-KhuzdarSection of Motorway(M8) Page3 of3 I I I I AddcndumNo. l I ADDtrNDUNINO. I T (yr-8) (APPROX..400KM) Following]amendments have been made in the Requestfor Proposal(RFP) for subjectServices I underthis AddendumNo.l, whichshall be readand construed as an integra!part of RFPand shall I 12kepreoerien]:e in caseof ony conflict(s)/ambiguity(s) anrongst this AddendumNo.l and other provisionsoifte RFP. I 1. DATASHenr I 1.1. Subbl.quse 3.1,4: (cl) t{efer Page 13 of RFP; the experiencccriteria for follou'ing f,vo oositionsunder Sub- Cluuse3.i.4 (d) are deletedin its entiretyand revisedas under: i rvith m;nitnur,t fifteen (15) years' Junior l,{;uimum B.Sc. (Civil Engineerlng) Structirre/ relevantexpariencc [proven trvelve (12) years' designexperience as Junior Bridge Structure/Bridge Engineeron National HighrvaysPmjccfsl; Engineer -oR- M.Sc.(Structural Engineering) with minimumtlvelve (12).years' relevant experience[proven ten (10) years'design experieuce as JuniorStructure/ BridgeEngineer on NationalHighways Projectsl.

(15) years' Junior I Minirnum B.Sc. (Ci'ril Engineering)rvith mi:ilntum fifteen Highwny I relevantexperlence [prbven f,velve (12) years' design experience as.Tunior Englneer I nighwayEngineer cn Nai;:cnall{ighways Projectsl; -cR-

L4.Sc.ffransportation. Eng!:rcering) with rninimum fwelve (12) years' relevantexperience [proven ten (10) )/ears'design experience as Junior I I-IighwayEngineer on NationalHighways Projectsl. 1.2. SubClausa 4.4: I ReferPage l5 cf theRFP; the Sut"'-Clause 4.4 is deletedand replaceC as under: Tlredate and tirne of proposalsubmission is: Date: 2"dOctober, 2019 'fime: t 1130hours Locationof Submission: IIII{A Main Auditorium NalionalFlighvray Authority I 2?-N{auveArea C-9ll Islamabad. I of lr'[otorwny(1v18) PageI of2 I FeasibilityStudy'and Detailecl Design for Constructionof Hosllrb-Awaran-I(huzdarSection t I I ArldendumNo. I

1.3. SubClause 4.5: I

P.eferPage 15 of RFP; thE hid validiry date rnentionedin Sub-Clause4.5 is revisedas ur:der: T Tl'rebici shail rcmainvaliC up to 30thMarchr 2020. I TERI!{S OF REFERENCEC[OR) Vfoae/of Pnyment: T ReferPages 78 & 79 of the RFP;lvlode of Paymentat serialNo. 3.22is deletedin its entiretyand roplacedwith revisedpages attached at Attachment:l to AddendumNo.!. I All otherterms and conclitions shall remain same. --ooOoc- I I I I I I I I I I I

Feasibifity Study and Dctailcd Dcsigr for Cmstuction of Hoshab-Arvaran-KhuzdarScction of lr{otonvay (M8) Page2 of 2 I t I I I

I r.rJMooE oF PAYMENT: excludingthe ProvisionalSums "A'is the Contract amount,

T o/o age DescriPtion s. of Total No. Amount I - STA(;E-I s% r_l inceptionRePort t including atl the s% 2 RePort lOR along*ithrecommendation ,"qrrir"-.nts spelledo"t {t the JUD lOtar (fr,t 100h ,/2 STAGE-II LS n g J. Topographicsurv ey Dt"*!1gl .Repon LS 4_ Traffrc SurveyReport 5% 5. Axle Load SurveyReport 5% 6. ParrementDesi gn Report 5% 7. GeometricDesign RePort r0% 8 StructureDesign RePort t0% 9. SlopeStabilization Report LS t0 Soil aridMaterial investigation Report LS ll /-1o^ ronhninol Tnveqtioation RenOft LS 12. @udyReport )"/o 13. Highway SafetYAudit RePort ground' sYr 14. Stat" o"t of alignmenton l0o/o 15. t"ouit"d plunu,hor.,ino th, uli***nt und totul u.tu to b. u"o,tit"d' if LS 16. EIA andSIA RePort suD rotal (D, I ss% STA ]E-III - pvY: Final TenderDocuments & Drawlngs(VOlUme I rY,l rlruruul*6 f Ls% 15. with Backup / Engineer,sEstirnate, c-factor, special Provisionsalong I n^^:-- /a.l^,,larinnc in hqrd and soft (ndf + CAD file) rtaII illru uLa'tro6w )"/o 16. Mass Haul Diagram, TraffiC DlverclonlManagemenl .^l^* f^- o,,-fona *rrnnff and rrrhan argas Geometric,Hydraullc 5% t 17. Final DesignReport (including detailed Structural, Dlsign alongwith Backupt"ltulutiottt I andPavemlnt I T I -A+t'qawa*-Lt I Description Vo age of Total Amount I

SubTotal (C) I TOTAL (A+B+C) I paymentshall be released'Remaining upon checkingthe report that it is in line with theToR, 50% upon initial submission' a checklist shall be releasedupon acceptablequality is ensured' I for requirementspelled out' correlatingto ToR requirementshall be attachedand checked

gives a satisfactoryfinal report and until I Final payment shall not be cleareduntil Consultant Furthermore'no EOT shall consultantsubmits soft copiesof all documents/ reports/ drawings' t be requiredfor the balancepayments against each report' I I I I I I I I I

t,:la. , r.,,\ .'-!:,, I i;' I , ri";l '". i I I National Highway Authority t t t fnifrro-Yri8rr.-AYs I tl REQUESTFORPROPOSAL tf For It FeasibilityStudy and DetailedDesign for til Construction of Hoshab-Awaran-Khuzdaf lg Sectionof M-8 (400km) (2-laneRoad) I Pages(1 to l40) I f I @ I August,2019 I Table of Contents I I Table of Contents I I I I DESCRIPTTON PAGE NO. T I I LETTER OF TNVITATION (tOD , I ATTACHMENTS t 3 TNSTRUCTIONSTO CONSULTANTS (ITC) l0 I I DATA SruET (DS) 18 I CTTECKLISTFOR COMPLETENESS OF PROPOS/;(CL) I 20 SUMMARY EVALUATION SIIEET 2l I PERSONNEL EVALUATION SHEET I 22 TECfIMCAL PROPOSALFORMS I 35 I FINANCIAL PROPOSAL T'ORMS 45 t APPEI$DTXA 45 I ]ERMS OF REFERENCE 9s I APPENDIX B I 95 MAN-MONTH AND ACTIVITY SCT{EDTJLE 96 t APPENDIX C I 96 cLI ENT?S REQUIREMENTS FROM THE CONSULTpJ'{'f s I 98 APPENDIX D I PERSONIIEL,EQUIPMENT, FACILITIES AND OTIIERS'SERVICES TO BE I CLIENT' 98 PROVIDEDBY THE I APPENDD( E 99 I 99 COPY OF MODEL AGREEMENT I I I T I I T I I I !-etter of lnvitation

GOVENNMENT OX' PAKISTAN NATIONAL HIGITWAY AUTHORITY 27-MauveArea, G-9/1, Post Box No. 1205, ISLAMABAI) Dated the Ref No. Itr LETTER OF INVITATION (LOD To, llr All prospectiveconsultants Gentlemen! llr We extendwann welcometo you andinvite you for participatingin this project. We hopethat you will live up to your reputationand provideus accumteinformation so that the evaluationis carriedout "just and transparent".Please understand that the contentsof this RFP, where applioable,shall be deemedpart of the contractagreement. An exampleto this affect can be llr the contentsof your work plan and methodologywhich shall be submitting in your teohnical 1,ou proposal.Since that is the basisof the selection,therefote, it shall becomepart of the contract agreementsubject to approvaUrevisionsof the sameby NIIA duringthe negotiations.Similarly, all ilr other services and the content contributing to services shall be deemedpart of the contract agreementunless it is specifiedfor any particularitem up-front in your technicalproposal which I obviouslywill makeyour proposala sonditionalproposi'.l whereby, authorizing NHA to may or may not considerto evaluateyour proposal.Please understmd that if no suchmention appears up- fi'ont(i.e. on fiont pageof teohnicalproposal) then it ishallbe deemedthat the consultantis in 100% I agreementto the above.You arealso advised to kindly readthe RFPthoroughly as it canCrastically affect the price structi.rrefor various servicesrvhich may not be appearingdirectly in the terms of refercnce.In the end,rve appreciate your participaticnand hcpe that you will feeda goodproposal r to merit considerationbv NHA. t General\4anager (P&CA) Telephone:+92-5 1 -9032727, t Fa>r:+92-51-9260419 E-mail: gmpca. nba@ grpai l.com. t V/cbsite:'rvrvrv.nha.gor'.fik il il t f FeasibilityStudy & DetailedDesign for Constructionof Hcshab-Arvaran-Khuzlar Road(400 Km) t I I ATTACHMENTS

I Instructionsto Consultants(Annex A) DataSheet (Annex B) I Checklistfor Completenessof Proposal SummaryEvaluation Sheet I PersonnelEvaluation Sheet TechnicalPrbposal Forms I FinancialProposal Forms AppendixA (Termsof Reference) I AppendixB (Person-Monthsand Activity Schedule) I AppendixC (Client'sRequirements from the Consultants) AppendixD (Personnel,Equipmen! Facilities and other servioes to be providedby the Client). I AppendixE (Copyof ModelAgreement) I I t I I t I I I I FeasibilityStudy & DetailedDesign fbr Constiuctionof Hoshab-Awarntr-KhuzdarRoad (400 Km) I I Instructionsto Consultants

AnnexA INSTRUCTIONS TO CONSULTANTS

1. INTRODUCTION

l.l You arehereby invited to submita technicaland a financialproposal for consultingservices oData requiredfor the assignmentnamed in the attachedData Sheet(referred to as Sheet" hereafter)annexed with this letter. Your proposal could form the basis for future h negotiationsand ultimately a Contractbetween your firm and the Client namedin the Data Sheet.

1.2 A brief desoriptionof the assignmentand its objectivesare given in the Data Sheet.Details I arc provided in the attachedRFP for designservices provided in the Documents,and will h becomepart of agreementsubsequently. 1.3 The assignmentshall be implementedin accordancewith the phasingspecified in the Deta I Sheet. 1.4 The Client hasbeen entrusted the duty to implementthe Projectas ExecutingAgency by I Governmentof Pakistan(GoP) and funds for the pro.iectshall be anangedby the Client.

1.5 To obtain first-handinformation on the assignmentand on the local couditions,you are I encouragedto pay si visit to the Client before submitting a proposal and attend a pie- proposalconference if specifiedin the DataSheet. Your representativeshall meet the named t officials on the dateand time speoifiedin the Data Sheet.Please ensure that theseofficials are advisedof the visit in advanceto allow adequatetime for them to rnakeappropriate arrangements.You must fully inform yourself of local conditionsand take tlrem into I accountin preparingyour proposal. 1.6 The Client shall providethe inputs specifiedin the Data Sheet,assist the Consultantsin I obtaininglicenses and permits needed to carryout the services,and rnake available relevant projectdatn and repoits.

; 1.7 Pleasenote that:

The costof preparingthe proposaland of negotiatingthe Contract,including a vislt t to the Client,are not reimbursableas a direcicost of theAssignmcni, a;rd I ll. The Client is not boundto acceptany of the proposalssubrnitted. 1.8 The namesof the invitedconsultants are given in the DataSheet. t 1.9 We rvishto remindyou that in orderto avoidconflicts of interest: f I FeasibilityStudy & DctailedDcsign for Constructionof Hoshab'A.rve,nn-KhrzdarRcld (40C!(m) Poge3 I I Inslructionsto Consultants a) Any firm providing goods, works, or serviceswith which you are afiiliated or t T associatedis not eligible to participatein bidding for.any goods,works, or services (otherthan the servicesand any continuationthereof) resulting from or associatedwitlt the projectof which thisassignment fotms a part;and T I -j b) Any fireviouscr ongoing:participationin iOlationrvith the projectby your firm, its pofessionalstaff, its aftili4tesor associatesunder a Contractmay result in rejectionof I I your proposal.You shouldlclarifryour situationin that respectwith the Client before I preparingthe proposal. ,l 1.10 A firm may submitits proposal:forthe Assignmenteither as an indepenclentConsultant or as a Memberof a JV Consultahtsbut participationof a firm occurringin morethan one proposalfor the Assignmcntis not allowed.ln cnsea firm participatesin more than one I proposal,all such proposalsshbll be disqualified and rejected. Howeverthis condition T doesnot applyfor individualSpbcialist Sub-consultant(s).

I 2. DOCUMENTS I t 2.1 Toprepareaproposa|,pleaseusbtheDocumentsspecifiedintheDataSheet. I 2.2 Consultantsrequiring a clarificafionofthe Documentsmust notifr the Client,in lwiting not leter than twenty one (21) days.before the proposalsubmission date. Any requestfor t clarificationin writing, or by cable,telex or tele'-faxshall b'esent to the.Client'saddress t specifiedin the Data Sheet.The Client shall resfiondby cable,telex or tele-faxto such I requestsand copies ofthe respoRseshall be sentto all invitedConsuliants- I 2.3 At any time beforethe submissionof proposals,the Client may, for any reason,whether at I its own initiative or in responseto a clarificationpquested by an invited consultingfinn, modift the Documentsby amendment.The arnendmerrtshall be sentin rvritingor by cable, I t telex or tele-faxto all invitedconsulting firms andwill be bindingon them.The Clientmay at its discretionextend the deadlinesfor the submissionof proposals. I I 3. PREPARATION OF PROPOSAL It rvill consistof two parts- Technicaland Financicl t T 3.1 TechnicalProposal I 3.1.1 The I'cchnicalPi'oposal should be submittedusirg the format specifiedahd:shall include I duly signetland stamped forms appended with the p.FP.This is a nrandatoryrequirement for evaluationof proposalsand nestls to be filled'up carefirlly. I I 3.1.2 For J'echnicalProposal, the generalapproach aind methodology wlricb you proposefor carryingout the servicescovered in the TOR, includingsuch detailed information as you I I deemrelevant, together with your appreciationof the Projectfrom providedCetails and I I FeasibilityStudy & DctailedDesign for Constructionof Hoshab'Avrlua'.-Khuzdar Road (400 Kn) I T t I I I lnstructir;.rsto Consulter.ls

(eD A detailedo',,crall \lork progmmto be providedrvith timing of the assignmentof each expertor otherstaff memberassigned.to the projcpt. This rvill alsoprovide the Client an opportunityto effectively monitor work progress.

(b) Total numberof man-monthsand project duration a-s per TOR.

(c) Cleardescription of the responsibititiesof eachexpert staff memberwithin the overall l\,ork program.

(d) The Guriculum Vitae (CV) of all Key Staff nnembersand an affida'ritthat proposed staf shall be availablefor the assignmentduring the project durationand their present place of duty may also be specified.The Consultantsare advisedto suggestsuch namesthat shalibe avoilablefor the Assignm:nt.

(e) The technicalproposal shall includeduly filled in formsprovided with ihis I{FP.'lllli: . namg,background,, and pro{essiona.lexperience of eachcxpert staff memberto be assignedto the projicg with particularrefererce to his experiencecf u'ork of a naturo similarto that of theproposed assignment.

(D Cunent commitmentsand past performanceare the basic criteria of technical proposal.You are requiredto providethe detailsof prescntcommitments/on- going jobs as referredin the FormA-10 of technicalproposal. Further, the brrsisfor the past pefformanceis thercport from DesignSection and Construction Wing of'theClient. p 3.1.3 In preparingthe technicalproposal, you are expectedto examineall termsand instructions inoludedin the Documents.Failure. to provideall requestedinlbrmation shall be at your own risk and may resultadversely in the scoringof your proposal..Theproposal shottld.be f prepardas p€r RFP and 4ny suggestion or reYiew,ofstaffetc. should be clearl.,spelt out in form A-4. This rvill be discussedat thetime oFnegotiationmeetirrg as and when called.

T 'particular 3.1.4 Durhrg pleparaticnof fhe technicalproposal, you must give atienrionto ihe t follcwing: I . a. The Firm needsto be registcredwith PakistanEnginecrirrg Counril (PEC), t b. If you considerthat yorr finn doesnot haveall the expertisefor thc assigninentyou may obtaina full rangeof experienceby associatingwith other firnts or entities.You may also utilize the servicesof expatriateexperts but only to the ex{ent ftr which the requisiteexpertise is not availablein any Pakistanifinr. [n caseof Joint Venture,the il 'responsible proposalshould state clearly.partners rvill be "Jointly.aRdSeverally" for performanceundrlr thg Conffactand one (Representative) parfirer rvilt bt tesponsiblefor il a.llCealings rvith the Client o:r bchalf of the Jclni Ventr;re.Its "Pow€i of Attorney" on this acoountis tl.be enclosed.The representati':epartndr shall retainthe lcsponsibility fol the perficrrri"nceof obligationsand satislbctor,v'completioncf the consultancy il services.PEC registersa foreign consulting firm fcr issuing license to provide consultancyservlces in Pakistan,which is baserion fonnation of JV vrith the condition il that the foreignconsulting firm shall provideonly that dhareof consultancyservices by il FessibilityStudy & Deailed Designfor Constructionof UoslrabArviuun-(huzdarRoad (400 Krn) Pagc5 t IrlTIIIIITIIIIITII!I il

\a() E =E E MHSE € o0 R' *€E ; Eg;R ? 6. :s u=Fg $= eletEsEs .=i €i ;E€EE5tE E-' EE€E;E oo 4.7 I s: eIF,? E €n=E F.E. ut' €U, =€EX-tr ! - 6 = qr€ ;Eei€g$: +r e:l:*t M g fiEEE-EiE ei o F.€- : [€a* ;; ?:+Efg{ ;;E 2 EEgI rl, 9HiT F E d =? FEr,i E o ,3E€ Eb:E eF, *IEEErE gEl 8 ; $EiigtrEl EE '5e.c)ktriE-'lFO HIEE f EHE # s=rEE.EE:= P gg'g g:aal;,qgggg:aE F EtE c" Eo A s€ E'EEI $6E 6 xEi ?o.. =* #tr[** €g gEE qE rf; RiEsga* €;= o gfi€A o E€EA'g € EE€EE.taAffiEE 7 ::E eE u?83€ E c .EEFo €F ice-hs E rl ts€.a -O=r*S ur=b!.E E (t'< ut + EE€q :gEa- gii cf, *(J €fre€ o s aE,sE;€€ n= A x E------o: ;€l*EEiq, E:.p sE {qe€F # *E€;Eci$ C;| t:= Ed KFEg,e-!)Q-L E' xEE EE 'E gF:gE q TE?a d 6 ET3'ri o (.X E"-' FE dd Hne€uas I E'ltggggggttgegEg€g?tii.o>r ebr s ;EBE lgE= EEgE€E E€g iFr€sE (A

v?.ratt'"lav? 4 6l -;ol.!e!.cle\ o cq cn co co cn c.) ll.

rT I I II I II IT TI I I I I I I I I II T II II -' lnskuctions to Consultants

proposal,the evaluationcommittee shall conect the quantifibationspecified in the Financial Proposalso asto makeit consistentwith that sppcitiediir theTechnical Proposal-

4. SUBMIS$ON OF PROPOSALS

4.1 You shall submit one original technicalproposal and one original financial plopoqaland the number of oopiesof eachspecified in the Data Sheet.Each proposalshall be in a separate envelopeindicating ririginal or copy,as appropriate.All technicalproposals'shall be placed 'oTechnical in an envelopeclearly marked Proposal'rand the financialproposals in the one t marked "Financial.Proposalo'. These two envelops,in tum, -shallbe sealedin an outer envelopebearing the addressand informationspeeified in the Data Sheet.The envelope shall bo clearly marked, "DO NOT OPEN, EXCEPI IN PRESENCE OF THE t EVALUATION COMMITTEE.'' 4.2 In the event of any discrepancybetween the copiesof the proposal,the original shall t govern. The original and each copy of the technicalaird financial proposalsshall be preparedin indelible ink and shall be signedby the authorizedConsultant's representative. I The representative'sauthorization shall be cohfinned by a written power of attorney accompanyingthe proposals.All pagesof the technicaland financialproposals shall be t initialedby the personor personssigning the proposal. 4.3 Thc proposalshall containno interlineationsor overwrifingexcept as necessaryto correct enors madeby the Consultantsthemselves. Any suchcorrections shall be initiaied by the il personor p€rsonssigning the proposal. 4.4 The completedtechnical and financialproposals shall be deliveredon or betbrcthe time, il date,and the locationspecified in the DataSheet.

4.5 The proposalsshall be valid for the numberof dayr:stated in the Data Sheetfrom the dateof 'TI its submission.During this period"you shall keepavailable ttre professional staff propos:d for the assignment.The Client shall make its best effort to completenegotiations at the t locationstated in the DataSheet within this period. I 5. PROPOSAL EVALUATION 5.1 A Single-Stage-Two-Envelopeprocedures shall bo adoptedin rankingof the proposals.The technicalevalu,ation shall be oarriedout first, follorvedby the financial evaluation.The I Consultantsshall be ranked using a combinedtechr.ical/finencial sccre. t 52 TechnicalProposal 5.2.1 The evaluationconrmittee appointed by the Clier,l,shal! carry orit its evaluationfbr all thp projectsas listedin Paral.l, applyingtheevaluatlon criteria anC poini systentspecified i'r I the Data Sheet.Each rcsponsiveproposal shall bc given a lechnical.score:St.'The Consultantsscoring less than seventy (70) percentpoints shall be rejectedand thcir firrancial I proposalsreturned un-opened. I FeasibilityStudy & DetailedDesign for ConstructionofHoshab'Au'alan-Khuzdar RoaC (400 Km) I I Instruotionsto Consultants I t 5.3 F'inanciafProposal 5.3.1 The financial proposalsof the three top-rankingqualifying Consultantson the basis of I l evaluationoftechnical proposalsshall be openedin the presenceofthe representativesof theseConsultants, who shallbe invitedfor the occasionand who careto attend.The Client shallinform the datg time andaddress for openingof financialproposals as specified in the .T I 'fhe Data Sheet. total cost and major componentsof each proposalshall be publicl! I announcedto the attendingrepresentatives of the firms. I 5.3.2 The evaluationcommittee shall determine whether the financialproposals are cornplete and withoutcomputational enors. The lowestfinancial proposal (Fm) amongall shallbe givena I financialscore: Sf of 1000points. The financialscores of thc proposalsshall be compu:ed I asfcllolvs: il t sl= (1000x Fm)F = I (F amountof specificfinanciai proposal) rl 5.3.3 Proposals,in the Quality Cum Cost Based Selection(QCBS) shail finclly be ranked accordingto theircombined technical (St) and financial (S) scoresusing the weights(t- the I weight givento the technicalproposal, P = the weight given to the financialproposel, and I T+P=l) statedin the DataSheet:

I S = StxT o/o*SfxP/o T I 6. NEGOTIAIION I I 6.1 Prior to the ckpiratio.rof proposalvatidity, the Clie:.tshall noti& thc sucocssfi:lConsultint I who submittcdthe highestranking proposal in ru'ifing by registeredleitc,r, cable tele.x o: facsimile:rnd invite it to negotiatethe Contract , I I 6.2 Negotiationsnormally take from two to five dal:. The aim is to reachngreement on al! pointsand initial a draftcontract by the conclusioncf negotiations. I jshall T 6.3 Nogotiations commencewith a discussionof your technicalproposal. The proposed methodology,work plan, staffingand any suggestionsyou may havemade"to improve the t I TOR. Agreementshnll then be reachedon the finnl TOR, tho staffing, and the bar charts, rvhichshall indicate.activities,stafi and periodsin the field and in the hcme office, staff T I mor*hs,logistics and reporting. 6.4 Chugeir agrecdupo:r shall therrbe refleotedin 1'r-.' financial .proposal, using prcposed r:nit (rronegoJiation the.sAffmonthrates).. I I ragcs f .r. , . 6.5 Havingselect-d Consultants on th! l5asiso{ amcrgother thingp, an bvatui{ionof prcp

ffunei in the.proposal.Prior to cpntractnegotiatit$ns,'the Client shallrequire asnrances tirat the stlffmembers rvilt be actua{y available.The Client shcll not considersr:hstitutions of key staff exceptin casesof un{expecteddelays in the startingdate or incapacityof key prof e-ssionalstaff fot.reasonsof {ealth. I Tlre negotiationsshall be concl{rdedwith a review of the draft form of the contract.The Client and the Consultdntsshall finalize thei,contract to conclude negotiations,If negotiatiopsfail, the Client shall invite the Consultantsthat receivedthe secondhighest scorein rankingto Contractnegotiations. The procedurewill continuervith thethird in case t the negotiationprocess is not successfulwith the secondranked consultants. j t 7. AWARD OT CONTRACT 7.1 Thi) contractshall be awafdeclafter successfulnegotiations with the seleciedConsultants it and approved by the' competent authority. Upon s'lccessfrtl connpletion of 'lliint negotiations/initialin!of.the draft contract,the shall pronrptly iirfcrm the'other Consu|tantstir.attlreirproposa|shavenotbeensclectec|. itl 7.2 The'select6dConsultant is expecteclto comrnenc+the assignrnentoll the tlate and at the t locationspecified in':he Data Sheet. 8. CONT'IRMATION OF RE CEIPT ilt 8.1 Pleaseinform the Clientby telex/facsimilecourier or any oJ:ermeans:

(i) Thatyou receivedthe letterof invitation; I (ii) .. Whetheryou rvill submita proposal;and you transmitit. T (iii) If you planto submita proposal,rvhcn and horv will :il T t il il il il FeasibilityStrrdy & DetailedDesi;n for Coirshucticnof HoshabAwe' ln-Khuzdlr Rca.cl(400 Kn ) il t

I DATA SHBET

I LOI t Clause DESCRIPTION OF CLAUSE No. The nameof Assignmentis:-Consultancy Services for Study and I 1.1 "Feasibility I Detailed Design for Construction of lloshab-Awaran-Khuzdar.Sectionof IvI-8 (400km) (2-laneRoad)' I The Client'sName is:- National llighway Authority I I 1.2 The descriptionand the objectivesof the assignmentare: As per TOR I 1.3 Phasingof theAssignment (if any): Nil

The Consultantshall commencethe assigrunentupon signing of Contract I Agrcementbetween NHA andthe successfulConsultant. I I 1.5 Pre-ProposalConference: Yes { No - I The narne(s)and address(es) of the Official(s) is (are): t GeneralMapager (P&CA) l NationalHighway Authority :. 28, MauveArea,G:-9/l I lslamabad I I Date,Time andVenue for Pre-proposalConference: Date: llthSeptember,2019 I Time: 1100hours ,l' , , ,'': I Venue: NHA Auditorium (IIQ) Nationall{ighwa.yAuthoriry''i :'" T 28, MauveArea G-9/l ' : t Islamabad. 1.6 The Client shallprovide the following inputs: I I As pcpTOR and AppendixD. 1.7 Followingsub-clauses are added: I

I iii. The Consultantmay pleasenote not to suggestnames of key staff already proposedin other proposalswith the Client or awardedrecently. This will t affectadversely marking of theseprofessionals in evaluationof tha technical ' I proposal:Their securedpoints are liable to ljc ieducedby Sff/oif their name appearsin morethan I previousproposal in whichthey areranked No.l. Also l the existinsload cif wortr:.'witha finn shallbe consideredas one of the factors

I for the'con-iideiation.1.t.,.in tbe awardof thework. , r :.1 ..:. i iv. Fonn A-4 is mdantfof commentson provisioncontained in RFPand Terms of I I Referencefl'OR)'and unless the observationsare noted in this partioularform, FeasibilityStudy & DetailedDesigrr for Constructionof l{oshab-Awaran-KhuzdarRoad (400 Km) T I I I #ffq *,t.-t-J; I T Dala SJreet

s apcount:including fi nancialimplicatio4s, any,shall be oonsideredofno consequencein the evnluationprocess.

v. Consultantsm-ay form a Jo[ntVentue (JV) to qualiff foi ths Assigr:mentin which casethe conhactWill be signedbefween the Clientand all membersof the JV on the prescribedForm included in Appendix E ("opy of Model Agreement)subject to the ranking and spccessfulnegotiations. A JV may inilude at the most four members.To promotethe consultancyindustry in the country,50 rnarks(out of 1000fof Evaluation)ard allocatedfor TranSferof Knowledgein the form of W with a new / lessexperienced firm by sharingat t least}CYoof Assignmentwith them. 1.8 The InvitedConsultants / Eligible Consultants are: t Any firm meetingthetbllowing requirements: (a) \'alicl RegistrationCertificate of PakistanEngineetring Council with relevant t Projqctkofile Ccdes.Foreign conbulting firms shallrnake JV in accordanoe rvitlr .Bye'Law 6(2) and By'e-Law9 of the PakistanEngineering Council (Conductand Practiceof ConsultingEngineers) Bye-Laws 1986. Failue to t providevalid RegistrationCertificate (license) of lhe firm (eachmetnber in caseof JV) by the PECwill entitlethe Clientto rejecttho proposal.' ' I (b) A'ffidavit in origilralbearing the subjectu'ith projactname on stamppaper duly attestedby the OathCommissioner to the effectthat the firm hasneither beenblacklisted nor any contractrescindeC in the pastfor non-fulfillmentof ;l conffacfitalcbligetions (By all memberfirms. in case of JV and/or s:rb- consultant). i I (c) Facilitiesavailable with the Consultantto performthelr frrnctio^rseffectivcly ;l (piopersfficc prcrnises,scftwarq hardwain, record keopfu:g etc.)

(rl) Client's satisfactioncertificates (Perform-e.r:ce R,;I'orts) fi;r the ir,;i th:'ec . retgvant.assigumentsfrom the rospectivq'Client:. I\{creover tlrry i.",d'verse reportregarding performancc of Consulta:1ton IrIH"f.prqjccts recgiv€C from NfIA's any relevantquartgr rnay become,basisfci its disqnalificatio'.'from the servicesabove uamed in clausal . l.

(e) Signingand certificationof the Checklist.for Conrpleterressof the Proposal asper attachrnontat the end of Data Sheet. ; 'l (D Man-monthsof staffandProject Duration as pe1 OR.

I The Docu.mentsnre:. . (a) Letterof Inviation (LOD. I (b) .Iristnrctic?eio Co:rsultants(iTC). (c) Dalafjl,:et. I (il) Teol:;rical I:Fon:ts. I (e) Firiarrcial ! Fonns I FeasibilityStudy & DetailcdDesig;r for Constnrcticnof Hoshob-Awaian-KlruzCarltoad (400 Knr) l,age1 t I I Data Sheet I (D y'.ppendix-A: TOR andBackground Information. (g) Apperidix- B: Man-Monthsand Activity Schedule (h) Apdendix-'Ci Cllent'sRequirements fiom the Consultant. I (i) * D: PersotrnelEquipment, Facilities and Other Serviccsto be 'prbvidedAppetndix by the Client. -Ivlodel'Agreement/.Draft t 0) Appendix- E: Copy of Form of Contract'& I Appendicesetc. I (k) Form of Contract(For Consultantsto perform servicesas a Joint Yenture) I 2.2 The words'oTrventy one (21)" is deletedin its entiretyand replacedwith "Five T (05)" I The aCCressfor seekingclarification is:

GcneralManagcr (P&CA) I Nationhl l{ighw'a:tAuthority I 2$, N{auveArea, .C-9/1, IslsmabaC I E-maii : [email protected] I I 3.1.1 Add following: The proposalsshould be bound in the hard book binding fomr to deny the l possibilityof removalor additionof page(s).All the pagesof proposalmust be I signecland stampedin original by authorizedrepresentative of tlrc.firm/JV.All the pagesmust bs numberedstarting from first pageto last. Any proposalfound I I not adheringto theserequirements rvill be reiectedat the time opening. 3.1.4 d. Proposedkey staffshallpreferably be permanentemployees who aree:nployed I I with the consriltantsat leastsk monthsprior to submissionofProposa!. Yes j-=- - .{r-)o I 'Ihe I rnih!ftrm recuiredcxpericnce of proposedKcy Perslnne!aro given !:elow: FOR KEY PARS'NNI]I" I 'feam T Lcadcr / LlinlrnumB.Sc. (Civil Hngi.reering)witlt milimum twenty (20i relevantc>:periehce fiiteen Sr. Highway Eniineer 1,ears' [pi'over (15) ycars' designexperience.as Highway/ Oeometric I I DesignEngineer on Nationall{ighways Projectsl; -oR- I M.Sc. (TransportationEngineering) with minimum t eiglrteen (18) years rblevant experience [proven thirteen (13) years' design experienceas Highway/ I GeometricDesign Engineeron National Highways I Projectsl; He/shcmust also have perftrmed a,s Team Lei*Cer for I I at leastthree (03) majorHighway Design Prqrcts FeasibilityStrCy 8: DelailedDcsi3n fcr ConsiquctionoflHosirrb-Arvalar:-$.hua!:rlload (40CKr.r) Page12 I I i'fr-'r; I I i

Data Shect

Senior Structure / Mininrum B.Sc. (Civil Engineering)with minimum Bridge Engineer rv*/enty(20) years'relevant experience (proven fifteen (15) years' design experienceas StructuralDesign Engineerof which five (05) years' experienceof designingmajol bridges); -oR- M.Sc. (Structural Engineering) v/ith minimum eiglrteen (1$) years. ielevant oxp6rienoe"(iroven thirteen (13) years' design experienceas Struotural t DesignEngineer of rvhichthree (03) years'experience ot' designingmajor bridges) t Seniorllighway Minimum B.Sc. (Civil Engineering)rvith minimum Engineer twenty (20) years' relevantexperience [proven fifteen (15) years' designexperience as Highway/Geometric t DesignEngineer on ].lationalHighrvays Projectsl; -oR- M.Sc. (TrcnsportationEngineering) with mininunr t cighteen (18) years relevant er4lerience[proven thirteen (13) years' d.esrgnexperience as llighway/ GeometricDesign 3n'gineer,cn l{ational Fligllvavs t Projectsl. JuniorStructure / Minimum B.Sc. (C.vil Engineering)with tn:nimum t BridgeEngineer twehty(20) years'rr.".levant experience (provsrr fifleen (15).years' clesign experience ali StructuralEngincer on NationalHighlays Projec;ts); I -oR- M.Sc. (Stnrctural Enginecring) with minimum I eighteen (18) years relevant experience (proven thirteen (13) years' design experienceas Strucfiiral Engineeron NationalHighways Projects)

I JuniorHighway Minimum B.Sc. (Civil Engineering)with minimum Engineer hventy(20) years'rclevant ex-pcrience :[provcn fifteen (15) yearsldesign cxperienceias Highway/ Gegmetric I DesignEngineer.on Natiorta! lligh'rays Projectsl;. -CR. T M.Sc. (Transpcif-atirnEngir, eering)'.vifh t::i:;nrunt elghteen (18) yec,s relevrlt experience'{provcn tlirteen (13) i'oars'.design:.ix.psriense as ,{ighway/ Gedrnetric.Design .Enginee:orr National irlighrvays I Prgjcctsl.

Pavement& Drainage Itlinimum B.Sc. (Clvil Engino:ring)'with minimum I Engineer hventy(20) yearsrelevant experience [proven eighteen t (18) vears' designev,perience as PavementSpecialist il FeasibilityStudy & DstallcdDeSigrr for Constructionof HoshabAwaran-KhuzdarRoad (400 Knr) f _t I

I -o-R: ': :- M.Sc. (Traffic Engg.l liansportation t Engineering/i{ighwayEngineering) with minimum rl eiglteen (lS) yeats .relevant experience [proven thirteen (13) years' design experienceas Pavement I Specialiston mqiorHighway Projectsl; rl minimum Safety Engineer Minimum B.Sc. (Civil Engineering)'with twenty (20) years' relevant experience (proven rl I eighteen(18) years'e1perience as SafetyEngineer on majorHighwaY Proje+s); t -oR- i I IvI.Sc. (Civil En-:.iAeering/l'raffic Engineering/ TransportationErrgi:reering) with minimum eightoen j I (18) .yearsrelevant experience (prwen sixteon(16) jl"att; experience as Safety Engineer on major HighrvayProjects); I Hb/shemust also have experienceof indepepdiiirtly I SafetyAudit Team for at leastone T leadingHighway I SlopeStabilization Minimum B.Sc. (Civil Engg./Geo-Tech Engg') with Expert minimum twenty (20) years' relevant experience as [proven fifteen (15) years'' design experience I Slope/SoilStabilizatipn Expert on m4iorHighwa-v and I BridgeI'rojectsl; I -oR- I M.Sc, (Soil Me'hanics/Cco-Tcch Engg.) rvith minimum eiglrteen''(18).vears' relevant cxp':rience I [prov-v-nthirteen (l3i years'design experience ss Soil/ S-oil Stabilization'lxpert on major Highrtr'ry ancl I I Mininrum M.Sb. Econonrics/MBA (Finar"ce)with I minimum fifteen (15) years' relevant expet'ience [proventhirteen (13) years: experienceas Financial I Expert on mega i:rfrastructurc projects preferably HighwayProjectsl; I T M.Sc. (transport Economics)lvith minimum twelve (12)years' relevant experience [proven ten'(10) yearso T experience as Transport Economist] on major I rl T :il'EegUsn.a,!.lr:;!LE:ttJ:!,, I I I t t T I I Data Sheet :i e.Training is an importantfeature of this Assignmelt: tr Yes__jl- No ll If Yes,details of trainingare given in TOR 3.2.3 hofessional liability, insurances(description o.r reference to appropriate documentation): ll i. The Consultantsshall be responsiblefor Professionallndemnity Bond of the requiredamount at their own cost. This bond shall be in the joint nameof t; Consultantand the Client. ii. The Consultantsare required to insuretheir Employeesand hofessionals for Hospitalization/Mcdical, Travel and Accident Cover for the duration of the Contract.The detailsprovided in Para3.5 of SpecialConditions of Contract ll in ModelContract. tl 4.1 The numberof copiesof theProposal required is: TechnicalProposal: One Original and Three copieswith CD (soft form of completeTeohnical Proposal in PDF Form) in ill ealedenveloPe. FinancialProposal: One Original with CD (soft form of con:plete FinancialProposal i:r PDF aswell asMS Word/Excel 'll Fonns)in sealbdenvelope. ill The addressfor writing on the proposalis: GeneralManager (P&CA) National Highway Authority 28, MauveArea G-9/l Islamabad |l, Telephone: +92-51-9432727 Facsimile: +92-51-926A4P 4.4 The dateand time of proposalsubmission is: illt Date: 25t, September2019 llme: 1130hours pr Locationof Submission: IIIIA Main Auditorium NationalHi ghwayeuihority 27,|,/IauveArqa G-9/I lslamabad. ril 4.5 Validity periodof the is: 180days i lrropoca! gl The bid shallrennr.in valid up to: 22"dMarchriOZO rherocat io' ror nc goti ati" " $l'!*i ftn*;"r*:g 28, MauveArea G-9/l Islamabad tt Telephone: +92-5 I -9032727 il Facsimile:+92-S | -92604| 9 t FeasibilityStudy & DetailedDesign for Constructionof HoshabAwaran-KhuzdarRoad (400 Km) il _l I Data Sheet I mtevatlratiori oTtechrricalproposel shall be basedon following criteria: T DescriptionI ft"rn, ;, Points 1. Experienceof the Firm 100 I I l-a) General Experiencein road Transport Sector G5) 1-b) SpeoificExperience related to particular T I Assignment a5) 2. Approach& Methodology 250 I 2-a Appreciatibnof the Project 99) T (r. Evidenceof SiteVisitwith Photograplx (30) (ir. Clarity of appreciation (20) I (iit). Co m p reI1e ins iv e ne s s pf appre c i ati o n (20) I 2-b PloblemI Staternent{Understanding of €0f Objectivbs I I (r. Identif;qat !t;t of Pr.oblsms/Abi ectives 6a) I (ir. Cinponuits of PrbposedSemices (20) 2-c Methodclrrg;y G0) I (r. Proposed.Sol4tions for this Proiect (3Q) l (ii). Quality of Metlodologt (20) (iii). Conciseness,clarity and compleienessof (30) proposal I 2-d Suggestedchanges for improvernentin l TOR 0_01 2-e Work hogram (29) I 2-f Staffing Schedule (20) il 3. Key Staff 4s0 I 4. PerformanceCertitication from clients 100 I 5. Present Commitments (currrint engagement 50 I and availablestrength - justification) 6. Transferofl(noivledge*(Methodolory/Plans) 50 I To*rl Points: 1000 I Minimum quali$'ingtechnical seore: 7AA I * Transferof knowledgewould be in the form of joint venturewith new/ T lessexperienced firm(s) by sharingat least20% of Assignmentwith thern for promotingthe consultancyindustry in the country. I I The pointsearmarked for evaluationsub-criteria (3) for suitabilityof Key Staff are:- f; Description/ Iterns Points(%) I i. Academicand General Qualifications 30 ii. Professionalexperience related to the Project 60 iii. Statuswith the fim (Permanentf; durationrvith l0 I Firm asper LCI Cir'.'se3.1.4 (d)) "- Jot'alPoints: r00 t . t.,-.1z I FeasibilityStudy & DetailedDesign for Con'.stiuctionof Hoshab-Arvaran-Khrrz.dalRoad (400 Km) \ /.' t.{ I /-l ,i-S/,.s>:/ I Data Sheet

Followingis added: .three deletedin its The words top-rankingqualiiliqg consultingfirms" is entiretyand replaced with th. u'ords':qualifringconsultantso'

The date,timg andaddresspf the financialproposal opening are:

After evaluationand apploval of tcchnical proposalsOO BE INF'ORMDI) LATER).

The weights given to the Technical andFinancial ProPosals are:

Technical: 80o Financial: 20o/o

Add followingat the end of thisPara:

The final person-monthsofeach expertare subjectto adjustmentat the stageof contractnegotiation in line rvith demonstratedapproaches methodology and need basis.

f.ocommenoe in: December2019

The Clauseis deletedin

ffi#

FeasibilityStudy & DetaitcdDesign for Constructionof l-loshab.Alvarnn-KhualarRoad (400 Krn) t Cheoklist I Checklist for Completenessof Proposal Mustattach Documcnts s. Description I I No In cascofSingle Entity In caseof JV/ Sub.Consullants I Power of Attorney to submit the Proposal a. By the owner/ownersof Firm to a. By the owner/owners of each (Original, scannedcopy is not acceptrble) authorizedrepresentative. Firm to authorized b. In caseofmore than one owner, representative. I t legal authority of issuing Power b. In caseof more than one olner, of Attornevof Executantitsolf. legal authorityof issuingPower of Attorney of Executanti tself. c. Power of Attorney by the duly I I authorized representative(s) of member firm(s/sub- consultant(s) to the authorized reoresencativeof LeadFirm to sign the Proposal a" Dy the owner/ownersof Firm to a. By the orvner/owners or each I t 2. Power of Attorney (Origintl, scsnncdcopy is rct acccptNSlo) authorizcdrenresentative. Firm to authorizcd b, In casgofmore than one owner, representative. legal authorityof issuingPower b, [n caseof more than one owner, I ofAttorney of Executantitself. legal authorityof issuingPowor I of Attorneyof Executanlsitselfl c. Power of Attorncy by the duly authorized represcntativc(s)of I member firm(s)/ sub- authorized t consultant(s)to the representativeof LeadFirm Letter of Intent to form JV on firm's Each Firm (dl JV members), I letterhead/ JV agreement on stamp paper including the Lead Firm, to sign (Original, scanncdcopy is not scccptNble) N.A ttuough its authorized I representative (along with authoriz-atinn'l I 4. TECHMCAL PROPOSAL FORMS TECI{. rl I to TECH-9 duly completed as Phr Instructions to Consultanty Data Sheet attd Must provide Must provide requirementsof TOR (To be attached with I Technical Prooosal) 5. Valid Regisnation Certificatc of Pakiittur I EngineeringCouncil rvith relevant Projecl Mus: provide Must provide Profi!eCodes 6. Foreign consultingfirms shall m:rkc'JV in PEC License(s)must be provided I with B),c-Law6(2) and l3ye-Leu.' at thetime of proposalsubmission acoordance 9 of the Pakistan Engineering Council Ineligible I (Conduct and Practice of Consulting Enqineers)Bve-Laus 1986 I 7. Affidavit on stiamppaper duly attestedby the Must'be provided by all nrember Oath Commissionerto the effect that thc firr.r tirm(s) including the Lead tirm I has neither been blacklisted nor any conFact Must provide (and sub-consultant(s) if rescinded in the past for non-fulfillment of applicable) I conlrachlal oblieations 8. Must be provided for each JV Lists of facilities available with the t member including the Lead firm perform their fttnctions Consultant to Must orovide separately.In caseof involventcnt (proper premises,softwarg I elfectively office of sub-consultant(s),will also be hardware,record keeping etc.) nrnvided paper attestedby the Must be provided for each JV il 9. Affidavit on stamp duly Oath Commissionerto the eftbct that {he member including the Lead firm I proposedPersonnel shall be available'asper separately who has proposed their proposed inputs in the Perscnnel Must pror.ide Penorurel.In caseof involvement Scheduleand TOR of Specialistsub-consultant(s), the I offidavit will bo signed by the individualhimself t be providerl for comPleted 10. Performanoe Certificate/ . Assignrneirt Must (All complJieJ projectsof eachmembcr including Comptetion Certificate Must provide I projects mentioned under'IECI{NICAL Lead firm I PROPOSAL FORM A.2 CLIENT'S IreasibilityStudy & DetailedDesign for Constrr-ictionof Hoshab-Awaran-Khuz.darRoad (400 Km) I I t I l, rl Checklist Mu3t attach Documents s. llr Dcscription 'r No. In caseof SingleEntitY In cascof JVl SuFConsultrnts '.'REFERENCE Note: Any project mentioned completed tmder Form TEC-2B will not be considered for evaluation unless Pqformance ll Assigrrment Completion Certificatei Certificate with satisfactory remarks by the client's representativeis not aAached.The Client NHA resewes the rig[t to verify the ll Performance./Assignment Completion Ce,ttificares. ll Integrity Pact Documcnt duly fillcd in the blank spaceswith requisite informatioir and Mut provide Must provide l1 sipnedlstamoed 12. FTNANCIALPROPOSAL FORMS FIN-I to FIN-7 duly completed as per Instructions to Consultants/Data Sheetand requirementsof Must providc Must provide TOR (To be attached with Financirl l; Pronosnl) 13. Audit Reports ofthe firm for pastthree ycars Must be provided for each firm duly certified by CharteredAccountant (To Must provide rvho proposes Personnel for the be gttechedwlth Flmnchl Pronossl) Assipnment l; 14. Sequcntial pagc nwnbering of Proposal. Signing and stampingofproposal (Technical and Financial) rvhereverindicated as well as Must fnlfill therequirement Must fulfill therequirement initial/ signature and seal on all other pages Il of proposals.The Proposalis bound ss hard book to deny addition/ removal ofpages ll Certification:- I, the undersigned,certify to the best of rny knowledgeand belief that all above mentioneddocuments (as applicabte), Sr. No.l to 1I havebeen attached to our proposaland signed lt and stampedas per requirementmentioned at Sr. No.l2. In the eventof any sort of falsification ofthis certificationnthe ClientNHA may at its solediscretion disqualifu our firm from biddingfor ll the Assignmentnamed tmder Data Sheet Sub-Clause 1.1 .

il Signature& initialsof authorizedrepresentative of Date: il the firm(s) Dav/Month/Year Full nameof authorizedrepresentative: t For andon behalfof: {Nameof th.: bidder} il (Seal) Note: eopy or scanned sie{rgtu.fgs,,arb,notalldwed. ofhenvise the clieTt mal h,ave a right to il reiect the nronos'al. f f FeasibilityStudy & DetailedDesign for Constructionof HoshabAwarin-KhuzdarRoad (400 Km) Page19 il r-r-rr---r-rrrrrrrrrr

Evatudo! shca{s

SUMMARY EVALUATION SIIEET FOR FULL TECHMCAL PROPOSALS(QCBS)

' .;1.lii'-t:i;:.: r:{:;:' ; r. .,.i.. i,,.i Firm2 ; a. ! :'Me&' ;,1.... .,,. , ..:;:,':-.;:i;;11-: ' :IY€ichl 'Riitingtt: : i.:.:::..1::.i:t::1:,: , Sc.cin:. , :Raiiftsl: So6re l. Fims Erperience r00 GenemlExperience in road TransponSector 25 Specific Experiencerelated to DarticularAssisrmenl 75 2. Appmacb rnd Methodology 2s0 2-a. Apmeciationofthe Proiecl ?0 (i) EvidenceofSite Visit with Photographs (30) (ii) Clarityofappreciation (20) (iii) Comprehensivenessof apprcciation (20) 2.b. Qualir!*of Methodology 50 (t) IdentiticationofProblemyObjectivcrs (30) (r) uomponentsoI rroposeo Ierulccs (20) 2+. Methodology 80 (i) ProposedSolutions for this Project (30) (ll) quaury or A4einodology (20) (iii) Conciseness,clariqy and completencssofproposal (30) 24, SuggestedChanges for Improvementin TOR l0 24. \tbrk Pfosram 2A 2-f. StaflingSchedule 23 3. KeyPerconnel 450 I Team kader/ Sr. Hishwav Eneineel 80 SeniorStrucLlre / Bridse Engineer 70 Scnior His,hu'avEnsineer 60 trnior Stnrcrhrrc/ Ilridqe Eni,i 60 rnior Hishwav EnEineer 40 Pavement& DrainageEnginee.r Safety Enain€er slopc stabrlrzatronbxpert 30 Ecouomisl 30

4. Performance Certificetion fiom cllenb 100 S. Present Commiti'nents (current engegernentand aveileble strtngth -justificorion) 50 6. Tnrnsfer of Knovledge {MetDodoloqv/Plans) IU TOTAI r000

Exccllcnt-1007o VeryCood-90-99o/o AboveAverage-80-S9Yo Average-7L79o/o BelowAvenge-l{97o Non-complyirg-0% Scorc: Maxlmum Welght x rsting / 100. Minimlm queli$itrg scorc b 70qoor 700 marks.

Feasibility Study & DetailedDesign for Constructionof Hoshab-Awaran-KhuzdarRoad (400 Knt Page20 trlrt t rL t E E tf F !l 5 5.j15rF.F-rLrt-

EvaluationSheets

PERSONNEL EVALUATION ST{E',ET

;;,AcademicandG0n{il,.:,:t::':: ' -.,@ifi.o56t 1lii,-,i;jiril.::.i Weicht:30g/",';':'i:i: i Percentage Weighted Perceniage weighted Percentage Weighted (Show all expertsto be evaluated) (A+B+C) RatinE Refins IA'l Ratinq Ratine (B) Ratins Rntino fCl a) Team l,eaderl Sr- Highway Engineer b) SeniorStructure/BridgeEngineer c) Senior Highrmy Engineer d) JuniorStructure / Bridge Engineer e) JuniorHighuayEngineer f) Pavement& Drainage Engineer g) Saioty Engineer h) Slope S;abilization Expert i) ;conolnist

- -07c Rrtlng: . Erccllent - 100% Very gccd - 9O997o Above Average - 80-897o Average- 70-79o/e Delow Average 1-690lr Non-complying Scorc:.ll{aximum Weight X nting / 100.

ForTeamLa6er|Sr'HighrliayEngineeq,SeniorStrcture/Bridge.Engineer,S6niorHighwayEngineer,Juniorstructure/BridgeEngineer,JuniorHighwayEnginr' Engineer,SafetyEngineer,_stcpesarllizationExpe4Economist:M.Sc,rr,ithadditiona|traininglcou assignr,rent- 800/o; B.Sc. - 70%

RegularEmployee - 1007o; First time for this assignment-0/o

FeasibiliryStudy & DetailedDesign for Constructionof Hoshab-Awamn-KhuzdarRoad (400 Km) Page21 TECHNICAL PROPOSAL FORMS

Page22 @DesignforConstructionofHoshab.Arvaran-KhuzdarRoad(400Km) Technical Proposal Forms

Form A-1 Tncgxrcrrr,Pnorosnr, SunnnrsstoNFoRM

{Location,Date} lr To: fNameand addressof Client] DearSirs: t We, the unclersigned,offer.tc providethe consuitingservices for Feasibility Study and Detailed Design for Constructionof lloshab-Awaran-Khuzdar Sectionof M-8 (a00 Km) (2- lane Road) in accordancervith your Requestfor Proposalsdated [Insert Date]. We are hereby t submittingour Proposal,which includesthis TechnicalProposal and a FinancialProposal sealed in t; a separateenvelope. [{lf the Consultantis a joint venture,insert the following:We aresubmitting our Proposal in a joint venturewith: {lnserta list with full nameand the legaladdress of eachmomber, and indicatethe leadmember).We have attached a copy {insert:"of our letterof intentto form a joint venture" or, if a JV is alreadyformed, "of the JV agreement")signed by every participating ,lt member,which detailsthe likely legal structureof and the confirmationof joint and severable rll liability of the membersof the saidjoir t venture. OR itt If the Consultant'sProposal includes Sub-consultants, insert the following: We are submittingour Proposalwith the followingfirm(s) as Sub-consultants: {Insert a list with full nameand country of itr eachSub-consultant,)l We herebydeclare that:

(a) All the informationand statementsmade in this Proposalare true and we acceptthat any iI misinterpretationor misrepresentationccntained in this Proposal may lead to our disqualificationand/or may be sanctionedby the Client.

I (b) Our Proposalshall be valid andremain binding upon us for the periodof time specifiedin the DataSheet, Clause 4.5. . r (c) We haveno conflictof interestIn accordancewith LOI Clause1.9. il (d) We meetthe cligibility requirements as stated in DataSheet Clause 1.8. (e) Neitherwe, nor our JV Partne(s)/sub-consultant(s)or any of the proposedexperts prepared the TOR for this consultingassignment. il (0 Within the time limit statedin the Data Sheet,Clause 4.5, we undertaketo negotiatea Contracton the basisof the proposedKey Experts.We acceptthat the substitutionof Key t Expertsfor reasonsother than those stated in Letterof Invitation,Clause 6.5 may leadto the FeasibilityStudy & DetailcdDesign tbr Consiructionof Floshnb-Arvrran-KhuzdarRoad (400 Km)44nPage {.(

We understandthat the Client is not boundto acceptany or all Proposal(s)that the Client t receives. I T We remain, I Yourssincerely, I AuthorizedSignature {In full andinitials}: t Namsand Title of Signatory: I Nameof Consriltant(company's name or JV's name): I In the capactty of: t Address: I I Contactinformation (phone and e'mail): {For a joint venture,either all membersshall sign or only the representativemember, in which case t thepower of attorneyto signon behalfof all membersshall be attached) t I I I t t I I I I I I I I I eeasiUitityStuOy A petaiteCDesign for Constructionof Hoshrb-Awamn-KhuzdarRoad (400 Km) Page24 I l l I Technical Proposal Forms Form A-2 ClmNt's Rurnnrncr

Relevant Seruices(as per RFP noticc) Carried Out in the Last Ten Years It Which Best lllustrate Qualifications Using in the format'below, provide information on edch reference assignmentfor which your firm, either individually as a corporateentity or as one of the major companieswit'hin a consortium, lIf was largety contracted. llt AssignmentName: Ir Country: Locationwithin Country: ProfessionalStaff Provided bv lr Your Firm: F Nameof Client: No of Staff: F Address: No of StaffMonths:

I StartDate (MonthA/ear): Completion Date Approx. Value of Services(in (Monthf/ear): I CurrentUS$/Rs.) Nameof Associated No. of Months of Professional Firm (s), if any: Staff Provided by Associated t Firm(s) Name of Senior Staff @rojectDireclor/Coordinator, Team Leader) involved and functions t performed: NanativeDescription of Project f Descriptionof ActualServices Provided by Your Staff J Consultants'Name: tr'-k l!? I it> , I t FeasibilityStudy & DetailedDesign for Constructionof l{oshab-Arvaran-KhuzdarRoad (400 Km) Page25 I TcchnicalProposal Forms

Form A-3

AppnolcH PaprR ONMnrsoDoLocY PnOnospoFon PnnToRMINGTHE ASSIGNMENT

FeasibilityStudy & DctailedDesign for Constnrctionof Floshab'Awarau-KhuzlarRoad (400 Km) Page26 Technical Proposal Foms t Form A-4

ColrlrnNrs/SuccnsrloNs Or Consur,reNr

On the Termsof Reference(TOR) t l. 2. t J. t 4. ). t 6. t Etc. On the data,services and facilities to be providedby the Clientspecified in the TOR. t l. I ) 3.

I 4. n 5. t Etc. r T il il f FeasibilityStudy & DetailcdDesign for Constnrctionof l-loshab-Awaran-KhuzdarRoad (400 Km) Page27 t I TechnicalProposal Forms I X'orm A-5 I Fonvr^lrOr CunrucuLUMVrun (

I Proposed'Position: I I Nameof Firm: T Nameof Staff, ': I Profession: t I DateofBirth: Yearswith Firm: I I Nationality: I I N.l.C Number: 'r Cellliumber: l Membershipin ProfessionalSocieties: (Membershipof PEC/relevantcouncil is Mandatory.Copy of online updatedPEC/relevant il council details,as per MembershipNumber shall be a'ltached) I 1l. Detailed Tasks Assignedon the Project: il ;f i Key Qualifications: il

I [Give an outlineof staffmember'sexperience and training most pertinent to taskson assignment. Describedegree of responsibilityheld by staffmemberon relevantprevious assignments and give I datesand locations. Use up to onepageJ. t Education I I [Summarizecollege/university and other spocializededucation of staff member,giving namesof institutions,dates attended a4d degrees obtained]. I o EmploymentRecord I I fStartingwith presentpositicn, list in l.:venfeorcier every ernployment held. List all positionsheld I by staffmembersince graduetion, givir:g dates, ntmes of employingorganizations, title of positions I held and locationof assignments.For experiencein last ten yearsnalso give types of activities performedand Client references,where appropriate]. I I I I FeasibilityStudy & DetailedDesign for Constructionof Hoshab-Awaran-KhuzdarRoad (400 Km) I I I I il Tecltnical ProPosal Forms o Languages writing of.eachlanguage: excellent, good, fair, or [lndicateproficiency in speaking,reading ancl poorl. : ,r. r Certification

I, the undersigned,ceitiry to the bestof my knowledgeand belief that t (l) This CV corectly describesmy qualificationsand experience. (ii) I am not a currentemployee of the Executingor the ImplementingAgency. (iiD In the absenceof medicalincapacity, I will undertakethis assignmentfor the durationand in t termsof the inputsspecifiecl for me in Form A-9 providedteam mobilizationtakes place withinihe validityof thisproposal. h (iv) I was not part of the team who wrote the terms of referencefor this consultingservices assignment (v) I am not currently debamedby any departnrent/organizationl(semi-autonomouV t autonomous)bodies or suchlike institutionsin Pakistan. (vi) I certiff that I havebeen infonned by the firm that it is includingmy CV in the Proposalfor the {name of project and contract}.I confirm that t will be availableto carry out the :I assignmentfor which my CV has beensubmitted in acoordancewith the implementation 'I arangementsand schedule set out in the Proposal-

If CV is signedby the firnr'pauthorized representative: (vii) t, as the authorizedrepresentative of the firm submittingthis Proposalfor the {nameof if projectand contract), certify fhat I haveobtained the consentof the namedexpert to submit his/herCV, andthat s/hewill be availableto cary out the assignmentin accordancewith if the implementationanangementS and schedulsset out in the Proposal,and confirmhis/her compliancewith paras(i) to (v) abcve. il (viii) Latestcolored attcsted photograph stapled attached with the CV. I understandthat any willfirl rnisstatcmentdescribed herein may lead to my disqualificationor T dismissal,if engaged.

Signatureof expertor authorized Date: I representativeof the firm DalMonth/Year il Full nameof authorizedrepresentative: t Note: conv or scannedsisnntures arc not allowed il f FeasibiliryStudy & DetailedDesijn for Constiuctionol'Hoshab-Arvaran-Khuzdar Road (400 Kn) f il II I I I I I II I I I I I I - IIt I I I' I

TechnicalProposal Forms

Form A-6 Coupr.prroNAND Sunvrrssrox Or Rnponrs As PnnTon

Reports Date

2.

J. 4. 5. 6. 7. 8. 9.

Feasibility Study& DetailedDesign for Constructionof Hoshab-Awaran-KhuzdarRoad (400 Km) Page30

- t I tt r! |l r I t I r t I tf - ll tt r rf.r;'r;':A ;j q' tGIIf!!!{FrFrFr|rffi

TechnicalProposal Forms

Form A-7

CourosrrroN Or Tnr TpltvrPEnsour.rnl AND Tun Tasxs To Bn AssrcxenTo Elcn Ttsq,MMnMBER

1. Technical/TvlanagerialStaff

Tasks Nameof assignment Nerur Posrnor,l Presentlocation Assisnment involvedand clienh name

FeasibilityStudy & DetaitedDesign for Constructionof Hoshab-Arvaran-KhuzdarRoad (400 Km) Page3I IIIII'ITIIII-II-IIII'

TechnicalProposal Forms

Form A-8

Wonx Pt,llx /AcrrvnY Scnnoule

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

I 2 3 4 J 6 7 I 9 10 11 12 13 L4 15

Page32 feasititity Study& DetailedDesign for Constuction of Hoshab-Awaran-KhuzdarRoad (400 Km)

- - - rr t t - ra - I F I Ir I I r tr I| tr I ILlrl TLE13 E =

TechnicalProposal Forms

Form A-9

Wonx Pnn Aup TrpruScnrpur,P Fon Knv PBnsoxl'wt

Months (in the form of a Bar Chart) Numberof Months Name Position l1 l5 7 3 4 I 6 t 9 10 11 t2 13

FullTime: PartTime: ActivitiesDuration Yoursfaithfully,

Signature (AuthorizedRepresentative)

FullName Designation Address

33 Road(400 Km) Page @; Constuctionof Hoshab-Awaran'Khuzdar ..-IIIIIITII-I--I'III

TechnicalProposal Forms

Form A-10 CunnpxrCouurrnnENTs OF Tnu Fm*r

(List MUST be comprehensiveincluding projects from clientsother than NHA aswell)

Expected date of project Singleor JV Task Assignment date of the project Nameof Start completion

FeasibilityStudy & DetailedDesign frrr Constructionof Hoshab-Arvaran-KhuzdarRoad (400 Km) r !t t tr lr ||r rl rl I tr l: a t! r rr - - t r -t DIrrIr E ft Ir- G 5 - A lf ; lr €f,rrr

a1 lr{z z o F( F tr- t+t vA 'YH A \J a F +1 o F a I FinansialProposal Forms I Form A-11 Ftnexcrru,Pnopos^u, Sunvrrssron Fonu I T {Location,Date} : I I andaddress of Client] To: fName I I DearSirs:

We, the undersigned,offer to providethe consultingservices for Feasibility Study and t Detailed iesign for Construction of Hoshab-Awaran-KhuzdarSection of M-8 (400 Km) I (2-laneRoad)'in accordancewith your Requestfor hoposal datedflnsert Date] andour Technical I Proposal. I Our attachedFinancial Proposal is for the amountof {Insertamount in wordsand figures}, including all Federal,Provincial & Locialtaxes applicable as per law of the land. {Pleasenote that I alt amountsshall be the same as in FinancialProposal Fornr A-17)' I Our FinancialProposal shall be bindingupon us subjectto the modificationsresulting from I Contractnegotiations, upto expirationof the validity periodof the Proposal,i.e. beforethe dale indicatedin Clause4.5 of the DataSheet- I We confirmthat we haveno conditionto statethatmay have financial implications over and I abovethe amountquoted above. I I we understandyou arenot boundto aoceptany Proposal you receive. l ,f We remain, Yourssincerely, il AuthorizedSignature'{In full andinitials}: I Nameand Title of Signatory:- In the capacityof: t Address: I E-mail: t {For a joint venture, either atl members shall sign or only the representative member/consultant,in which casethe powerof attorneyto sign on behalfof all membErs I : shallbe attached.) I I I I l I I T F""rtbitity & D"t"it"d$[G; f* C.*hdion oiHostrab-Awaran-KhuzdarSeotion of M-8 (400 Krn) Page36 I T I t I Financial ProPosalForms I Form A-12 It BREAKDowNOF Rarss Fon CoNsuLirANcYCoxrn^q'cr Project: Consultant: lt Name Position Basic Social 0verhead Sub-' . Fee Rateper Field Rateper Salary Charges (Voageof Total (o/oage Month Allow. Month psr Cal. (o/oageaf l+2) (1+2+3) of4) for (%ageof for Field It Month r) project r) Work Office it fl) (2\ (3) (4) (5) (6) (7) (8)

Ir Notes: ItemNo.I Basic salaryshall includeactual gross salary before deduction oftaxes. Payrollsheet Ir for eachproposed personnel should be submittedat thetime of negotiations. ItemNo.2Social chargesshall include Client's contributionto social security,paid vacation, averagesick leaveand otherstandmd benefits paid by the companyto the employee. ll Breakdownof proposedpercentage charges should be submittedand supported(see FormA-13) ln ItemNo.3 Overhead shall include general administrationcost, rent, clerical and junior : professionalstaff and businessgetting expenses,etc. Breakdown of proposed I percentagecharges for overheadshould be submittedand supported (see Form A-14). I ItemNo. 5 Feeshall includecompany profit and shareof salaryof partnersand dircctors(if not billed individuallyfor the projec$or specifiedin overheadcosts of the Company. il ItemNo.7 Normallypayable only in caseof field lvork underhard and arduous conditions. Note I The minimumpercentage of item (1) shouldpreferably be 50%of (8). 3 Note 2 The consultantis to provideappointment letter and affidavit/undertakingduly signed by eachof the individualstaffmembers showing salary rates as above.Further during executioneach invoice will alsobe providedshowing that the profbssionalshave been paidtheir salariesas pet basicrates specified fherein. Failing to which,the Clientwill J take punitiveaction against the consultantand shall deductthe deficientamount from his monthly inyoice..Moreever, it rvill be consideredas a negativemark on his t performancethat will be oonsideredfor futureprojects. Frlll Name: I Signature: I Title: I I Feasibility& DetailedDesign for Constructiono1'Lloshsb-Awaran-Khuzdar Section of M- I Financial Proposal Forms Form A-13

BnplxnowN OFSoctll Cnlncns

Sr.No. DetailedDescription As a Toageof BasicSalary

F"*ibllty & Det"if"a pesign fo, Constructionof Hoshatr-Arvaan-Khuz.dar'Sectionof M-8 (400Km) Page38 Financiat Prcposal Forms Form A-I4

BnnarnowNOF OvnnrmaD Cosrs

AsaYoage of Basic Salary and t Sr.No. DetailedDescription Social Charges t t I I I I t nI tI il il t f t f Feasibility& DetailedDesign for Constructionof HoshabAwaian-KhuzdarSection of M-8 (400Krn) Page39 t Finanoial Pr'oposalForms t Form A-15 PageI of2

I ESTITr,I ITUD LOCAL C UNNPNCYSALARY COSTS/RN M UNERATION l Total Estimated T Amount I I I I I I I t t I I T I t Feasibility& DctailedDesign for Consfructionof Hoshab-Awaran-KhuzdarSestion of M-8 (400Km) Page40 I I Financial Proposa.lForms Form A-15 Page?of2

EsrnvI.IrnD LOCAL CUNNPNCYSALARY COSTS/RNMUNERATION

h Total Estimated Monthly Billing Staff-Months Sr. No. Position Rate Amount (Rs.) h n. Non-Keyl Support Staff Fr I I

F Sub-Total: Note: The biddersare requiredto qqotg.the ratqs of Non.Key/Support Staff given in the TOR in F abovetable. The bidder(s)may proposeNon Key/ SupportStaffPerson-Months in addition to those given in TOft however,in such a ffNe tenablereasons must be given in the T TechnicalProposal Submission Form A-4 "Commentson TOR'. The Client's negotiation committeewill deliberateon the requirementof additionalstaffduring negotiation meeting. l lt is alsoto be notedthat the Clientis not boundto agreeto the reasonsgiven in FormA-4. t il il I f f f Feasibility& DetailedDesign for Constructionof lJoshab-Awaran"KhuzdarSection of M-8 (400Km) Pagc4l t I Financial ProposalForms I Form 4-16 I DTRECT(NOn-SnlARY) COSTS

Sr. I Nomenclature Unit Qty. Unit Pricc Total Amount No. (Rs.) (Rs.) t 1. Rentfor Office Accommodation L.S 2. OfficeUtilities Costs I,,S

a I J. Cost/ rentalof Furniture/ Furnishings L.S 4. Cost(rentals) of Office/Other L.S Equipment I i. Computersand accessories ii. Photocopy machines (Rentals) iii. Communicationequipment t iv. Drafting/ Engineering equipment v. TransportVehicles (Rentals) vi. Sitevisits and Meetings in I Islarnabadduring cunency of I Projectand construOtion works t 5. Communicationexpenses Per I Month I 6. Drafting/Reproduction of Reports L.S 7. Oflice/ Drafting Supplies L,S 8. TopographicSurvey fbr I Monumentation,CCPs, Inventory of Structuresand others reference points, stakeoutof Alignmentincluding report L.S I anddrawing production, instrument rentalcharges, surveyor(s) & survey helpersalary etc. (Complete in all . T respects) 9. Soiland Material Investigation : Includinglab testing, report rvriting, . L.S J salaryof MaterialEngineer, Ilclpers, etc.(Complete in all resoccts) 10. Geotechnical Investigation for Bridge t (approx.7Onos.) (atleast 70 borcholes of 30 M Depth)Including Instrument L.S Rental,Salary of Ceo-Technical I Engineer,Helpers, Rgport Writing, etc. (Completein all Resnects) I l. EnvironmentalImpact Assessment T IncludingReport writine. NOC Fer r.s

T Feasibility& DetailcdDcsign for Constluctionof Hoshab.A Sectionof M-8 (400 Km) Page42

/.rt- -,1,\ . \,-- 1 I -J i+l I F'inancialProposal Forms

Environmental Engineer Salary Coordinationrvith Pak EPA & Public HearingCharges (ComPlete in all Respects. 12. Traffrc SurveyIncluding Report oftraffic Engineer writing & Salary L.S andEnumerators (complete in all respects) 13. Hydrology& HydraulicStudy Includinghrrchase of RequisiteDat4 ReportWriting, Salary of Hydrologist/ L.S HydraulicEngineer, etc. (complete in all respects) 14. Purchase& Processingof LiDAR Data, from 477 SurveyGroup (Direct P.S 10,000,000 Pavrnentto Suoolier) For Handlingof LiDr\R Data, I Purchaseof I 2 x.Workstation(Intel HexaCore i7 9 Gen/ Xeonor latest,64 GB RAM, 1 TB SSD,8GB GPU With bpenGl 3.2 Compatibility,window l0 Pro(64- 15. L.S Bits);24-inch Monitor, Keyboard and Mouse) 1x L,aptop(lntelHexa Core i7 9u'Gen/ ir Xeonor Latest,64 Gb RAM, I TB SSD,8GB GPUwith openGl 3.2 :il Compatibility,window 10 Pro 64-bit) 16. Othersnot coveredabole to comply L.S with TOR requiremenf T Total NOTE: r project. The l. These items shall becomethe property of client upon successfuluse on the consultantshall get formalapproval from NHA DesignSection prior to purchaseof tbeseitems. t The iternsshall be returnedto client in perfectcondition. a Any additionalitem/ cost quotedagainst this line item must be supportedby solid/ tenable 'Comments justification(s)detailed in TechnicalProposal Submission Form A-4 on TOR" il without indicatingfinancidl vhlue thereih. The client's negotiationcommittee will deliberateon the iequirementof additiorialitern/ cost in casesuch firm standstop ranked.It is also to be notedby the consultantsthat the client is not boundto to the reasonsgiven in formA4 il -'4 f f f Feasibility& DetailedDesign for Constructiono1'l'loshab.Awaran-Khr.rzdar Section o[ M-8 (400 Kni) Prtgc43 il I Finanoial Proposal Forrns I Form A-L7 I Suuulnv Or Cosr

I Sr. No. Description Amount (Rs,) t T I SalaryCosVRemuneration

I 2. Direct(Non-Salary) Cost t

Total (l+Z): t J. Sub I abovewhich SalesTax @ 160/oon item S.No.3 NotApplicablc till final in the Contract (a) 4. shallbe kept as ProvisionalSum decisionofthe Courtof Law I Aereement I I 5. Grand Total: I l- This costis supposedto be built up in bid priceand if anlhing is Ieft blankit shallbe I deemedto be includedin the cost. 2- The duesand salariesof staff arepayable by the consultantin time andnot laterthan I lgs of the following month positively. In case of failure to do so Client shall I interveneand pay thesedues and salariesof the concernedPersonnel and recover from the invoiceof the consultantat actualcharges paid plus l% of the amount.This T will also be accountedfor adverselyin makingassessment of the Consultantsin the t nextevaluation process for selectionof consultantswith reportof suchdefaults. 3- Any Omissionor arithmeticalcnor madeby the Consultantsin enteringthe amount I against item 4 above shall also be rectified.during evaluationof the Financial I Proposal. 4- Relevantdocuments are attachedat the end of RFP. I 5- The grandtotal is inclusiveof all the applicableFederal, Provincial and Local taxes. I All thesetaxes. (except the SalesTax) arerequired to be built in the quotedrates and not be mentionedseparately. I I I T I t I I I I Feasibility& DetailedDesign for Ifoshab.Arvaran-KhuzdarSection of M-8 (400Km) Pagc44 I t t t 'lerms of Refcrcnce

APPENDIX-A Ir ll l; t ilt lll OF'REFETTENCE u TERMS ,I ; ir l il il il il il il Feasibility& DetailedDesigr for Constructionof Floshab-Arvalan-KhuzdarSection of M-8 (400 Km) Pagc45 il I lbrms ol'Reference I CHAPTEBNO. I INTRODUCTION t 1.1 BACKFROUND: Hoshab-Awaran-Khgzdur (Km 40il: I Globalrevised PC-I of Gawadar-RatoderoRoad Project (M-8) was recommended by CDWP I t on 15-01-2018at a costof Rs.46.952 billion. Section wise detail of M-8 is givenas under:- I S.No ProjeotName LengthKm Status

T I Gawadar-l\rbat t64.25 Completed I tl Turbat-Hoshab 85.00 Completed

I lll Hoshab-Awaran- 100.00 PC-II &, TOR is being I presented Awaran -Khuzdar 300.00 I lv KhuzdarShahdadkot 206.30 Completed t I v Shahdadkot- 36.00 Completed T tn lieu of the matter,NHA intendsto appointConsultant for Updationof FeasibilityStudy and DetaitDesign for "Constructionof Hoshab- Awaran- KhuzdarSection of M-8.The feasibility t studyand detail design was caried out in 1998.'fhereforeNHA intendsupdation of feasibility I study and detail designof subjectsection of M-8 . The total length of project is 400 km I (Approx). The scopeof rvorkfor boththe Sectionsbroadly covers the fbllowing but not limitedto: I I r Updationof Feasibilitl,Study and Detail Design. o Commenton ToR andquery about them at pre-proposalmeeting . t o DafaCollection / Co-ordinationrryith concemed Departments. I o Reviewof existingalignment and recommend improvements / modifications & Studyof New alignmentsin accordancewith the GeomefiibStandards set forth in the TOR, if I any. I r Presentationof alignmentalternatives for approvalfrom NHA. o Acquisitionof proceedLIDAR data. I t o FeasibilityStudy . Topographicsurveywith establishment of surveycontrol points I o Soil investigation o Evaluationof existingpavement I 'o Identificationof quarrysites and construction nroterial survey I o GeotechnicalInvestigation'survey for biidgesand structures T e Roadfurniture design including traffic signs and gantries. o Hydrology& Hydraulicdesign of alignment& Structuresincluding flash flood routing I r structuresDesign ffi-

I Feasibility& DetailedDesign for Constructionof of Ir{-8 (400 Knr) I'age46 I I I

Terms of Reference

o Horticultureand Landscaping, ifany :l o Traffic surveyand Axle loadsurvey -l o PavementDesigr with surfacerunoffcalculations o FeasibilityStudy Report -l o Highway SafetyAudit o Stakeoutof designalignment for grormdvalidation . Utilrty foldersand Land aoquisition plans. o Detailworking in collaborationofNH & MP & NFIA departmentsfor provisionof NHA :ll & MP facilities includingsonstruction of building for beatsalong with all allied facilitiesincluding provision of vehiclesas perrequirement of Ntl & MP as agreedby NHA. 'lender ill o drawings,documents and cost estimates (BOQ)' r EnvironmentalImpact Assessment (EIA). l1 . LandAcquisition and utilities shifting details and estimates (rvith complete detail of land ownersas per ShajraParcha as per Provincial Department record). o EconomioAnalysis/Benefits with Traffic Studyto ascertainrequirement for provisionof ,ll ?-lanehighway. I o Preparationof PC-I. 1.2 NEED ASStrSSMENT: ill o Gwadaris futureHub of Businessactivities. o Gwadarport will play an importantrole to boosteconomy of Pakistan. ill . hoper connectivityof road networkwilt play an importantrole in easymovement of tradevehicle and luggage. o After completionof l{oshab-Awaran-Gawadar section of lvl-8 will be a shortestroute to llr Gwadarport and it is anticipatedthat mostly haffic not only of CPECbut also local I traffic will adoptthis routedue to shorterdistance for Gwadarand surroundings Area's. 1.3 PROJECT DEFINITIODI: ill The project envisagesConsfirction of 2lane highrvayhaving carriagervidth 7.3m for Hoshabto Khuzdarvia Awaranwhich is part/sectionof Ratodero-Gwagar(M-S) project. Total lengthof proposedprojgct road is about400 km. The roadwill be constructedas a 2- tanefaciliry. Accordingly, the consultant'willconduct'feasibility study and detail design of :ill the projectby adoptinginternational standard code ofpractices for roadand bridgesdesign ,ll andas per TOR for saidassignment. 1.4 PRO.IECT OBJECTIVf,S: . Deprivenessof Baluohistranrvill be addressedthrough this project.With provisionof il this rrradshortest rout rvill be availablefor GwadarPort. o After constructionof missingsection of M-8 economicActivities will be startedin Baluchistan especially proj ect surrounding areas. t o Time savingof traffic will improve. o Vehicleoperating cost will be reduced. il o Ernploymentopportunity will developfor thepeople of sunoundingareas. il f Feasibility& DetailedDesign for Construction Sectionof M-8 (400Km) il I Terms of Refbrence T CHAPTERNO.Z DESCRIPTIONOF THE PROJECT I z.l LOCATIOjN OF PROJECT G*adar RatoderRoad project (M-8) locatedin Baluchistan& Sindhprovinces. The sections I of M-8 from Gwadarto Hoshaband Ratoder to Khuzdarhave been constructed. However, the sectionfrom Hoshab-Awaran-Khuzdar(a00 km) is still requirrcdto beconstructed. The existingmotor able track from Hoshabto Awaran(l00km), is being maintainedby I provincial B&R deparhnent.The width of track i3 about4 to 6m. The existingaligament I runs through flat terrain having natural undulalion in the gound. The existing route from Awaranto Khuzdar(300 km) comprisesshingle and kachatrack. The road alignmentpasses t ttnough valleys and along parallel to Mashkai river after crossingthe river, road moves t toward Khqzdar. Onward the existing kaohatrack passesthrough flat arcas however in I stretchesit crossesferv hills androlling terrain. I 2'2 PROJECT WORKS t Upclationof feasibilitystudy and detail design will be conductedconsidering the fbllowing I parameter's: l CaniagewayWidth 73.M(3.65min eachdirection) I Bridge 2-lane (each lane as pef CarriagewayWidth specifications) I ShoulderWid.th 2.5mpaved and 0.5m rounding I Crossfallnorntal CarriagewayZYo Shoulder4% t 'A GeometricDesign Standards Policyon GeometricDesign of Highway& I streetl201l" I Classificationof Highway RuralArterial/ MotovaY DesignSpeed 120kph (PlainTerrain) t 100kph (RollingTerrain) t 60-S0kph (MountainousTenain) I\{inimumTuming Radius 30m I T Drainage Curb Gutter and Chutes for controlled drainage. I I ProtectionWorks Retaining Walls/BreastWalls rvhere required. 2.3 TIME OF START I I The servicesshall be cornmencedimmediateiy after the of the contract agreement. I I 2.4. TIME OFCOMPLETION The projectis scheduledto be completedin t I I 48 t Feasibility& Detailedl)esign for Constructionof of M-8 (400Km) Page 'aa* T I I I I rltra t 1l t f = f - E F-5SS.FIrJLIL

FD a (t

F

(D !t t! A t t! h oa t ,o o o 3g

a o 5 o

o o F D CF I

\/- lq) l-< /.x ;: /l

s ryaF I 7{

E qtD I \a I Reference Terms of I CHAPIER:NO,3 TOR / SCOPEOF'SERVICES F'OR FEASIBILITY STUDY & I DETAILED DESIGN

I 3.1. GENERAL rl - Awaran - Khuzdar National Highway Authority intendsto undertakeConstruotion of Hoshab proposedroad is shownin Chapter2 of rl I Sectionof Motorway(M-8).The locationmap of the Km' In this this document.The total lengthof the existingtrack / road is approximately400 out the I regard,NHA intendsto appointa reputableand qualifiedconsultant for carTing rl Feasibilitystudy & DetailedDesign and subsequently issue the construction Dralings.

I to complete ll The scopeof work clefinedherein is expectedto be oarriedout by the consultant and the feasibility study, detailed design and formulation of construction drarvings t Consultantis at the tibertyto rnodiff/ consequentlyassume complote onus and responsibility. i t improvethe alignmentafter filed surveyanc groundvalidation. t Consuttantis require4to go throughthe defined scope of rvorkgiven herein. Any shortconring ttreOomments I / deficiencyis requiredto be spelledout in thepre'bid meeting and recorded in in I I to TOR.AftEr the signing of thecontra ct, anyfurther requirement is assumedto be included It the quotedbid priceand will not be entertainedlater' I 3.2. SCOPE OT'WORK

out following activities within the stipulatedtime for the t It Consultantis requiredto carrY I contract: I o Commenton Termsof Referenceand query about them at pre-proposalmeeting I o Data Colteofion/ Co-ordirrationwith concernedDepartments particularly strategic organizations I o Reviewof existingalignment and recommend improvements / modifications & Studyof I in accordancewith the GeomehicStandards set forth in the TOlt, ifany New Alignments I I o Presentationof alignmentalternatiVcs tbr approvalfrom NI'IA o Acquisitionof ProcesseclLiDAR Datafrom PakArmy 477 SurveyGt'oup I of I o Topogfaphic survey (where required in addition to the LiDAR Data) with establishment surveycontrol Points I I o Soil investigation r Evaluationof existingpavernenf if any I F.*iUifiry A O"Uit"On"sign tbr Conshuctionof lloshab'Awaran-Khuz.darSection I I I I l_ Terms of Rcference

o ldentificationof quarrysites and construction materialsurvey r GeotechnicalInvestigation survey for bridgesand structures . Roadfurniture design including haffic signsand gantries o Hydrology& Hydraulicclesign of alignment& structuresincluding flash flood routing o StructuresDesign o Horticultureand Landscaping of intersections,if any t r Traffic surveyand Axle load survey r PavementDesign with surfacerunoffcalculations h . Preparationof FeasibilityStudy Report to ascertainthe requirementfor provisionof 2-lane highwaykeeping in view the Trafiic Requirements& EconomicAnalysis / Cost-Benefit t Analysis. o Highway SafetyAudit o TenderDocuments including Drawings, C-Factor, BOQ, Engineer'sEstimatq Particular t Specifications and Special hovisions o Stakeoutof designalignment after approval for groundvalidation t o Utility foldersand Land Acquisition Plans including complete details of landolvners as per ShajniParcha as per ProvincialDepartrnent Record. ! . PreparutionofPC-l t Consultantis enhustedwith the Scopeof Work outli:ed above. lt is requireil that the consultantshould undertake the job in a professionalnranner to the best of his lrbility and I resources.llHA as Client may offer commentstirrough in-houscreview I 3'd party re'riew I consultant.Any commentsoffered by the Client do not absolvethe consultantfrom its I obligationto developcorrect and costeffective engineering solutions for the Pro.iect.NI{A reservesthe right to take punitive actions as requiredat appropriatefonrm even during t constructionstage. 3.3. DESIGN STANDARDS

; The project will be two lane carriagervay.Following dr:signstandards ancl Codes shall be followed: I CarriagewayWidth 7.3m (3.65m in eachdirectipn) Bridge 2-lane(Each lane as per Car.riageway Width specifications) il ShoulderWidth 2"5m pavedand 0.5 m roundirrg Crossfallnormal Carriagervay2olo il Shouldg4% il Feasibility& DetailedDesign for Constnrctionof lloshab.Arvacan-Khuz-darSection of lvl-$t il t Ternrsof Reference

& Streets,2017" I GeometricDesign Standards "A Policyon GeometricDesign of Highway Classificationof HighwaY Rural Arterial / MotorwaY I DesignSpeed 120Kph (PlainTerrain) 100Kph (RollingTenain) I 60 - 80 Kph (MountainousTerrain) MinimumTuming Radius 30 m Drainage Curb, Gutterand Chutesfor controlleddrainage I I ProtectionWorks RetainingWalls / BreastWalls where required 3.3.1. Other DesignParameters I I Mountainous s. Design element Unit Plain Rolling No. 100 60-80 Design speed KPH 120 t I 92 - 144 2. Min. Stoppingsight distance m 2s0 207 - 230 Min. Decisionsight distance m 360 315 170 320 t80 - 245 I 4. Min. Passingsight distance m 395 I Max rate of superelevation. % 6 6. Llnriznnf n I crlrvature - 252 i) Absoluteminimum radius. m 7s6 437 123 I 3.3minimum I J. Roadformation width m 6 6. Max. grade % o/o 7. Min. grade. In fill 0.3 I ln cut 0.5 l 8. Min. Rateof verticalcurvature: t i) 'K' valuefor crestcurves Klo/oA t8r t19 38-69 (basedon PassingSight Distance): I ii) 'K' valuefor Sagcurves: KlYoA 63 45 18-30 I 9. Fill Slones: H:V 2:l 10. Min. verticalclearance over road m 5.2 I u Min. vertical clearance over m 7.0 I railwavline. 12. Rieht of wav. m 100 100 60-80 t 13. DesienLife Years 20 I & Streets"' Any Above standards are derivedfrom "A Policy on Geomet'ic Design of Highway I Rural Design.element not mentionedabove slnitd conform rc the same desigrt guide for I Arterial standard. t 3.3.2. Standards for Structures t Following.codes,standards and loads will be adoptedfor analysisand design of structures: I AASHTO-(LRFD): - I For analysisand design for all loadsand load combinations' t PakistanIlighwny Codeof Practicefor Bridges 19672' vehicularloads, their spacing& impactfactors' I For l-: l I shab-Awaran-KhuzdarSeotion of M-8 ( l.*tuge52 I I I 'fenns of Reference

UBC / IBC 2003:- For seismiczoningin addition to the revisedseismic risk mapof Pakistan'

ASTM: - For materialspecifications & testing.

ACI: - For analysis,design and detailing, only in case such details are not specified in AASI{IO. It VehiclesLive Load West P.akistanCode of Practioefor HighwayBridges 1967 (WPCHB) specifiesmore severeloads to be consideredin combinationwith otherloads such as dead load etc. as It follows: ClassAA Loading: The 70-Tontracked military vehicleto be placedin accordancewith WPCHBto give Ir maximumstresses. Modiffing factorsto be appliedin consultationwith Clientto cater t for overloading. ClassA Loading: it The 54.5Ton train of hailers(with difterentaxle loads)to be placedin accordancewith WPCHB to give ma:

I o Ilorizontal Live Load on Railing / Postsof SideBarrier Thesedepend upon the configurationof the railing / posts/ banier system.The positionand the magnitudeof the horizontalloads are taken according to Article2.T t of AASHTO.

Impact Load I Impactloirding on the bridgesuperstructure is lakenin accordancewith f,\. i t:rl l-.i. i" Wind Loads .it ii I Wind loadsare taken in accordancervith the provisionof WPCHB. -; r,lr'

ffT#li,3#ttu'ding code(rBC-2003) and Eanhquake forces ur. t "ut"uurliof accordingto article 3.21 of AASHTO, keepingin view the recentearthquake t October8, 2005,the earthquake zones will be consideredacoordingly. 3.3.3, ExistingStructures Feasibility& DetaileclDesign for Constructionof Hoshab'Arvaran-KlruzdarSection of M-8 (400Km) I'age53 , I I Terms of Reference

on condition Consultantsshall carry out detailedinspection of existingstructures and based I Where of the structllreshall recommendretention of existingstructures or replacement. existingstructures can be retained,design for widening/ extensionof existingstructures I and shallbe carriedout to comm€nsuratewith NHA siandardsfor cross-seotionof the road I sffuctures.Condition Survey along rvith two photographsof each eristing structure I will be submittedin Evaluationof Existing Structures& PavementReport' I StructuralAnalYsis I All StructuralAnalysis shall preferabty be performedusing standard international software. I input files shall be provided in the designreport' t Data Collection& Coordinationwith Local Departments Consultantget hotd of relevant information, SOP Maps, I l and liaison with local departmentl

I 3.4. DATA COLLECTION & COORDINATION WITH LOCAL / IRRIGATION DBPARTMENTS t Immediatelyafter signingof the Contrast,the consultan:will attendthe kickoff meetingat NHA headquartersand present his working scheduleand confirm availability of resources I asspecilied in the Technicalproposal subsequent to which"Letter of Commencement"shall I be issuedby NHA. NHA shall also issuenecessary authorization letter "Tb Whom lt May t Concer.n,'.Consultant will immecliatelymobilize and get possessionof the relevantmaps, reportsand imageriesfor the feasibility study & cletaileddesign of the Project-After the I T Completionof the design,SOP maps and imageriesshall be retumedto the Client in Original andundamaged form. I I The Consultantshould inform the local polioeand administrationbefore conducting all types of filed surveys.Before planning the field reconnaissartce,the consultantshould coordinate T meetingwith the localcity development/ Highway Department to know any futureplans for city expansion.etc. Tips for designof Bypasiesshall be cibtainedas per local requirements T requiredwith'due considerbtion to NHA's Policyon Bypasses' Outcomeof a$oveactivity sl.,all be reportedin the form of presentationto the client. t ReconnaissanceVisit and Alignment Study Report Consultant shalt submit an Atignment Report based outline dbsign and ground validation. Recommend any t changes,if required. itr presentationto the Client t of alignmellt - I Feasibility&DetailedDe'@-Awaren-KhuzdarSectionofM-8(a00Km)Page54 T I Terms of Refercnce

ALIGNMENT 3.5. RECONNAISSANCE VISIT WITII IDENTIFICATION OF ALTERNATIVES After completionof the Task 1, the consultantshall carry out the deskstudy of existing/ proposedalignment using maps, imageries, freely available DEM datafollowed by a sitevisit andground validation. The sitevisits shall be carriedout by a seniorhighway engineer of not lessthan 15years of experience.Coordinated meetings with localdgpartments shall be t report).The Consultantshall highlight the meritsand demerits of atleast3xalignment options, consideringthe Technicalviability, economyof ConstructionCost and extentof physical t difficuttiesto be encounteredduring construction and operaticnalphase. The Consultantshall developand submit a Map showingalignment alternatives and recommendedOption duly t markedon Satelliteimagery & SOPSheet. During the reconnaissancevisit, particularrequirements of the projectshall be identifiedthat t requirementof Task-2 is the submissionof will be addressedin the detaileddesign. Other InceptionReport. Inception Report should elaborate the methodologiesfor detail designand t for requirementsspelled out in theTOR and observations made in thesite visit. t After submissionof Alignment report and Inceptionrepor! the Consultantwill give presentationof recommendedalignmeht with meritsand demerits to the CompetentAttthority t in NHA for approvalof alignment.The Consultantshall then carryoutdetailed design of the approvedalignment. t At the reconnaissancestage, social, economicand envlronmentalaspects shall also be considered.The resultinginformation will form part of the recommendationsfor adoptionof a t pafticularcorridor. Datafrom varioussources shall be collectedat this stage: t . TopographicMaps o AvailableGeological reports, if any (from localdepartntents, adjaoent projects) t o SatelliteImagery & Digital ElevationModel (DEM) Data a Agriculturesoil reports I a Soil surveymaps (Soil surveyof Pakistan) a FloodMaps / DischargeData I LiDAR Aequisition & Topographic Survey Consultant will purclmse processedLiDAR Data and perform TopographicSurvey where required il Submit SurveyReport SubmitDraft and Final T Feasibility& DetailedDesign for ConstructionofFloshabArvaran-Khuzdar Section of M-8 (400 Km) Page55 I . Terms of Refelence I I 3.6. pRocBssED LIDAR ACQUTSITION & TOPOGRAPIilC SUR\rEY l Basedon our previousexperiences on Bela - Awaran road Project,Detailed Topographic t Surveymight not be possibleon Hoshab- Awaran- KhuzdarSection due to adverselaw & t ordersituation. Hencen it is proposedto useprocessed LiDAR dataof submeteraccuracy to be I acquiredby Pak Army 477 SurveyGroup'for the completeproject. The objectiveis to havea I digitatrepresentation of the GroundTopography by extractingTerrain parameters, performing I SurfaceAnalysiq modeling water flow or massmovements, creation of relief maps and t EngineeringDesign that depict the existing ground featureswhich include all naturaland I manmadefeatures that exist on the ground.A ProvisionalSum Amount of Rs. 10.0Million has beenincluded in the Direct Cost Page(Form A-7) that will be paid directlyto the Pak Army I 477 SurveyGroup. I I However,even with the availabilityof LIDAR dat4 the'requirementof topographicsurvey I cannotbe overruled as it will be requh'edfor takingCross.sections, centerlines, road edges, I undergroundutilitie's, overhead transmission lines, Ground Control Points(GCPs), lnventory of Structures,Bench Marks and Monumentationand other referencspoirrts which cannotbe l t obtained from Satellite Imagery / LIDAR. The ConFultant is required to--qplg-&I "Tonosranhic Survev" i!1. Direct Co..st Pasp wtich must ,include the cost of t t aforementionedsurvev activities.andcost of $takegut of aJisnmentincludine Renort & Drawing Production. Inqtrument Rental Charges.Survcyor(s) & Survev llelners Salanq I I etc. (comnletein all respects)" Thedetailed TOR for topographicsun ey is givenas under (applicable as per requirement): I I The consultantshould use the latesttechnology for the topographicsurveys, which includeas manyDFGPS for establishmgntof highly accuratecontrol points. In casethe consultantdoes I T not havethe requisitenumbgr of DFGPS,he is advisedto hire seryicesof protbssionalsurvey companieshaving the requiredexpertise. The DF'GPSsha[ be simultaneousl.vused fbr enough I T durationto developaccurate control points. The Survey.companLmobilizingto the site mustcomply with the requiremgntol'the reg.ent I t "surveying& MappingAct 2014".Before mobilizing to sitefor Survey,the Consuhantshall submitto the Clientdetailed topographic survey program with actualhuman resources;r/anned l I to be deployed.The consultantshall speci$ the time line of surveyprograilt. Total mtmberof equipmentwith models and calibration certificatesnot more than 6 monthsold shall be I I produced.Thrc name and qualiJicqtionsof sumeyorsshall also be submitted.NHA reservesthe right to interviewthe surveyorif required.Upon requost,the consultantshould change the I l I I I I ' Terms'of Refcrence

prior surveyor. lf consultwtt wants to outsource the Survey work, it will be mandatory to take has approval of the Client. NHA will ensure that the survey firm is not black listed and suffrcient resourcesand complies with the Surveying and Mapping Act 2014.

3.6.1. SurveyMonuments !.5"O "e'loNg Permanent Ground ,/61EAIALIIEED // FigO[CRm Monument made of t Concretel:4:8 with 75 mm steel nail embedded at t centre. The type and dirnensions of Survey t monumentsto be installedat site is shown here. Using spraypaint and a stencil,the n . monumentnumber shall be t painted. Besidesstart and at the end, r, t!| -- ,' t it is required that these sEcJroN markersshall be fixed in the t traverseline at an interval of about 300 to 400 meters.These shall be fixed at such 'Ihe locationsthat theseare teastsusceptible to disturbanceand damage. consultantshall I fill out a Performafor eachtraverse station showing picture, sketch and referencewith permanentground features. If sub-standardmonuments are used, then NHA will deductthe I necessaryamount from consultant'sdue payments. 3.6.2. Control for Traverse I Projection:UTM I Datum:WCS84 VerticalDatum:MSL

I 3.6.3. Horizontal Control PrecisePrimary Controls (ITRF CONTROLS)

I Minimum (2) DFGPSPrimary Controls at startand end of the hoject or as manyas. may be requiredsuch that the distancebetween thesc points shall not be more than 100 km. I Minimumobservation time slrallbe at leastten(10) hoursforeach of thesepoittts. These I I T Termsof Refarence I points shall be validated / verified with Intemational Fixed Stations in WGS84 / ITRF reference frames for an average ambiguity resolution of 50o/oor better for a reliable t 'network solution. I t 3.6.4. PrimaryControls I DFGpSPrimary Controls shall be establishedat a maximumdistance of 10 kms with one T base and one rover using leapfrog method, by applying adjustnents to createnetwork. Minimgm observationtime shall be at leasttwo (2) hoursfor eachof thesepoints, which il may be usedfor Total stationif neededfor topographicsurvey' T I il 3.6.5. SecondaryControls I I I DFGPSSecondary Controls shalt be establishedat a maximumdistance of 333 meterswith il onebase and two roversat alternatesides of Alignment(to form triangularnetwork) using I leap frog method,by applying adjustmentsto createnetwork. Minimum observationtime il shallbe at least45 minutesfor eachof thesepoints. I 3.6.6. VerticalControl iT Vertical Control shall be establishedusing MSL from first order SOPBench Marks with I doublerun leveling.Digital level with anaccuracy of 0.3mm or lessand single section 2m ;T / 3m staff or invarstaffwith changeplate on bottomshall be used.The maximumdistance I betweentho two successivereading points shall not be more than 50m. All horizontal ll controtpoints shall be retatedto monumentsmade for Horizontalprimary and secondary t :l controlswith doublerun levelto controlthe heightas mentioned above. 3.6.7. Monuments for Ilorizontal and Vertical Controls ! I The monumentsfor controls shall be as per NHA specifications.The ITRF Controls, PrimaryControls shall be tied with two permanentpoints as per NHA Specifications. I

I 3.6.8. Topographic Survey (Scale 1:1,000); including on ground features, Buildings' Utifities and Crossing Roads I I a. TopographicSurvey will be performedwithin the ROW Limits. At importantcontrol section,ifthe large-scalesffuctures are proposed to be built on the sections,the survey t I rangecan be extendedreasonably, if necessary.Enough Spot trrylg{Pints) shall be ffi I t I I f"utiUitity & betailedDcsign tbr Constructionof l{oshab-Awaran-Khuzdar I T I I Terms of Reflerence

The Consultantis requiredto observe10 cross-sectionsacross the flow channelsto Bank.Three cross-sections at the BridgeSite (onecenter-line and other two adjacentto centerlineup and down streamof the bridge.The BM upon which the Model study surveywas done should be incorporatedin the traverse/ levelcircuit.

3.6.9. Crosssection Points o Thecross section should be measuredone by one. o The crosssection of the embankmentshould be measurcdat25m interval

a The crosssection shall be measuredto the ROW limit.

o For the alignmentsections with proposedretaining wall, the cross section be measuredat 5m interval. o For the bridgepier, the measuringrange of the crosssection is 10m at both left and right sidesofthe oenter;whereas for the bridgeabufment, the measuringrangeis till the ROW limits. 3.6.f0. Riverine Suwey for Crossing Canals - Short Bridge Measurethe center longitudinal section of the canal from l00m upstreamto 50m dolvnsfieam,and measurethe cross section of the canal at lOm interval rvhich is perpendicularto the axis of river. The canaledges must be recordedalong rvith all break pointsto clearlydefine the canal sbape.

3.6.11. Survey for Crossing Water Channels/ Nullas Measurethe centerlongifudinal sectionof the water Channel/ Nullas from 100rnupstream to 50m downsheamand measurethe crosssection of the water ohannel/nullas at l0 m interval,which is perpendicularto their axis.Minimum 5 pointsshall be takenat eachcross sectionto conectlydepict the top andbottom of the slopingbank, width of bankand center of ohannel.The distancebetween the crosssection points shall not be more than 5m for widerwater channels / Nullas.

3.6.12. Suney corridor The detailedtopogmphic survcy in normaloircumstances shall be caniedout in a conidor of 50 m (25 m from CL on eitherside). At looationsof crossingrivers & nullas,the detail of surveyextent is givenin respec(ivesections.

3.6.13.Mapping (Unit of Measuremcnt) Metricunits shall be used throughout.

3.6.14.Scale

Feasibility& DetailedDesign for Constructionof lloshab-Arvaran-KhuzdarSection of M-8 (400Km) Page59 I ' Termsof Reference I Besidessoft copy, mapping of drawingsshall be plottedto a scaleof l: I ,000. 3.6.15. Details to be shown I I All natural or manmadeerections above ground need to be depicted in the topographic survey.Enough points should be recorded,so that its clearpicture including identification, I I size and elevation is available for the designer.The consultantshould also depict undergroundutilities with markersavailable at site.Intelligent nomenclature need to be T adoptedto describethe feature.The informationshould be availablein CAD softwarein I I layerformat with fully definedattributes. I 3.6.16. Bridge details I The bridge details shall be shown on a separatedrawing for each bridge. The bridge I observationsshall include the following:- I a. The coordinatesand levelsof the four comersof the bridge (points shall be on the adjacentroad surface), the two edgesof the piers,abutment and rving walls. l b. The coordinatesand levelsof the bridgedeck to the intennediatepiers (if any) of the I bridge. I c. Length,width andtype of consu:uctionof bridge. I d. The typeand location of servicesadjacentto the bridge. I e. The coordinatesand levelsof the centerlineand the road on the bridgeat approximate I intervalsof 5 m. I f, The cross-sectionalclearance envelope at the two sidesof an overpassridge (with I respectto the road centerlinepassing underneath) showing all the relevantlevels, I offsetsand skew angle. I Culvert details 3.6.17. t Detailsof eachculvert are to be shorvnon the surveyplans and a separatesheot tabulation I of the following infonnationis to be submittsdwith the plans:- a. Type of culvertand dianteter. I t b. Chainageof culvertat the roadcenterline. c. Skewangle ofthe culvertfrom the centerline. I I d. Lengthof culvertfrom eachsideof the centetline. e. Invert levelsof the inlet andoutlet. I I f. A sketchof the inlet andoutlet structures including all vis to a scaleof l:200. I T I I Feasibility& Detailed Design for Constructionof l{oshab-Awaran'Khuzdar ) Page60 t I I I Terms of Reference

For major culverts(dia.>2.onr) the outlet structuresare to be properlymeasured through recordingenough points so that the culvertcan be modeledin CAD'

3.6.18.Existing Road /Embankment

In casealignment runs along the existingroad, sufficient points should be takenacross the existingroad to fully definethe iross-section.Below areminirnum pointsshown for the e*lsting roadwaycross-section. For the existing carriageway,the width of t caniageway,inner and outer shoulders should be clearlyiderrtified and coded. t t 3.6.19. Details of Junctions and ExistingRoads The Surveyorshall survey all junctions to enablethe designerto designthe junction t properly.A coriidorwidth of 70 m shallbe takenfor a distanceof not lessthan | 50 meters up anddown the proposedintersection of the roador asrequired by the client.

I All paved roads,main roads and footpathsor tracks'having ]vidth greaterthan 2m shall ;I havea minimum of two (2) pointsdefining both edgesof the carriageways.Consecutive pointsalong the roadfeature shall not exceed20m in rural areasand IOmin urbanor built- up areas.More points are generallyneeded to Cefinecurved feature such as slip roads, islands,etc. ifi ! Levelsof the roadcenterline shall be recordedfor pavedroads having widths greaterthan ,r 6.0m.The maindestination of the roadfrom thejunction shatlbe recordedby the Surveyor. 't Wherenecessary to surveyalong an existingroad, the Surveyorshall follow the marked changesalong the centerline.In additionto the road edges,conseoutive points along the t edgesof the carriageway(i.e. alongthe edgeline markingon both sides)shall be pickedup and shall not exceed10 m. More pcints are generallyrieeded to define super-elcvation changesat cune sections. il l. 3.6.20. Digital Ground Models(DGM) ,il Theproduct of thefiled survey data after processing shall be DGM. The accuracy of DGM shalldepend upon the accuracyof the digital datacollected in the field. Beforeprocessing il the data,it is importantto filtcr the data.All datapoints with incorrectx, y or z valuesshall f be removed.It is also importantto properlyidentiff the breaklines like road,nullah edge t Feasibility& DetailedDcsign lor Constructionof l{oshabA f I Termsof Reference i with nahrralfaults. Void areaslike buildingsshall also $e marked.The topographyshall be I I 'l fully labeledfor everyobject recorded. i i 'sirings'. I I vv rrr .rvr vrrr *" data be presented Alll.lll surveyDul YvJ featurelvglslw linesrlllvt will hereinbe refenedto"" as "f""b The shall by the Surveyorin a form suitablefor input to the soitwareso to be usedfor generationof I I DGM..Usingthe recordeddata in x,y,z formaton datallogger,the groundsurface over the I i requiredarea shall be simulatedby stringsof coordinaicoordinafd informationalong characteristic I lineson the tenain. The modelsshall consist of ttreedimensional(3D) contourstrings. I I t The existing road surfaceover the requiredarea str[t be simulatedby 3D stringsof I coordinatedinformation along characteristic lines on qh" existingcarriageway. Any other stringsthat do not affectthe accuracyof the grounOsurface may be assigneda null level. I I t 'l TIN (Triangularlrregular Network) shall be develo{edby using software,Using TIN, I Contoursshall be generated.Since NHA usesAutoCAp Civil 3D for vetting,same shall be I I usedby the consultant. 3,6.21. Grid t t.. as describedalready in The coordinates9f the DGM shall be refenedto theigrid system I I section3.6.2 of this document.The coordinatesof theDGM shallbeEasting Northing and I t elevations. I I I I I I This modelshall be stimulatedby a seriesof 3D null level stringsand texl stringsand I includesthe following: - t ' a) Stringsof landlots (null levelstrings) I I b) Landuse and type (text Strings) Attributes to land type and use shatl be appendedin the AutoCAD fonnat. Such I I informationshall be usedby the Surveyorwhen tility foldersat the end. ij'j,t): I I 3.6.24. Contours I I Feasibitity& DetailedDesign tbr Constructionof Hoshab'A 8 (a00Km) Page62 I T I I Terms of Reference

After digital datacollection of surveypoints at site,the contourgeneration shall be doneby usingcomputer software. The contour interval shall be I m. The smoothnessfactor to be definert in the softwareshould be such that it should not distort the ground contour ll representation.The contoursshotrld be well labeled. During datacollection, break lines on the groundshould be collectedvery carefullythat ll affectsthe contourgeneration.

If in the project, where steep slopesare likely fo be encountered,the surveyor is ll required to usethe laser equippedtotal stationsthat doesnot require prism fo record the coordinates. rll Contoursshall be shownby continuouslines with a thicker line for every fifth contour (hominent Contour).Contour and spot heightsshall be differentiatedfrom other detail. ,ll The valueof eachcontorr shcll be indioatedalong the contoursat intervalsnot exceeding lll 200mrn and/ or thc edgesof the Mappingarea. Where the ground surfaceis obscuredbeoause of undergrowth,on-going earthworks, tl swampyareas, or otherobstructions, or the accessis restricted,contours can be shownby brokenfines to indicatethat their accuracycannot be guaranteedbut with prior approvalof ill theClient. I 3.6.25.Longltudinal Profile and Cross-Section It The longitudinal profile shall be ploted in A1 / A3 size (as requestedby Client) to a scale ; of 1:1,000Horizontal and l:100 Vertical with chainageinterval of 25 m unlessothenvise ill specifiedor inshuctedby the Client. The crosssectional plan of the existingroad shallbe plottedin A1 sizeto a scalecif 1:200both horizontal and vertical with 25 m interval.The II planshall show the'chainage interval as specified and the existing ground profile and all the existingfeatures. il 3.6.26.Original Drawings & Preliminary Copies heliminary copiesshall be submittedin the form of staplebased paper. Every sheet of the il drawingsshall be markedas preliminary copy, until the final approvedcopy which shallbe markedas o'FinalTender Drawing$'. Each drawing shall be stampedand signedby the tI Designer. il 3.6.27. Soft Submissionof Data and Drawings tt Feasibility& DetaitedDesign for Constructionof Hoshab-Awaran-KhuzdarSccti

I 3.6.2f.Field Books and Record I All field booksand computer data must be properlykept andshall recordtruthfully all the I surveywork carriedout. The Surveyorshall do all workingsin properbooks, adequately in T good style and accordingto best practice. All field books shall be done in ink- l Unsatisfactoryworks and erors shall be struck off and there shall be no superimposed I writing or erasure.

t Client's Representativemay check the field books now and then to ensurethat a high I standardof work is maintained.He mayrequest the Surveyorto carryout somespot checks I if he hasreasonable doubt on the accuracyof the surveywork. The Surveyorshall comply I with suchrequests unless he canprove to the client's representativefor his satisfactionthat I suchchecks ate unnecessary- I I All field booksand computerdata shall be certifiedby the qualifted surveyor. I The Srrrveyorshall submit the requirednumber of copiesof Final Survey Reportand il Drawingson completionof all surveyworks in a format as approvedby the client. All photographsfor alt thecopies shall be originalcopies and any diagnamsor planspresented I il togetherwith the reportshall be in a cleanand neat form andin scannedsoft forntat. I Task 4: Traflic & Axle Load SurveY ! Outcome: ClassifiedTraffic Surveysaftcr approval of Submit Traffic & Axle load I I I I I I etc. Consuttantis requiredto carryout atteast3-Days, 24 Hoursclassified traffic countsat required locations along the projeot and on the connectednetwork to develop an I t understandingof traffic pattein.The studywill alsoentail the estimationof diversionand generatedtraffrc. I Sectionof M-8 (400 Km) Page64 T habArvaran-Khrzdar t I I I approvalof the Client.

The classifiedhaffrc countshall include following classifications: tl - Non-motorizedtraffic Animal drawn,bicycle - Motorized trafftc M/cycle,CarlPickup/Jeep, Minibus/wagon, Bus, 2-Axle, 3- Axle' tr 4-Axle, S-Axle,6-Axle, Tractor holley The traffic countshall be donewith hourly classification.In peakhour, l5-minute interval ll count shall be doneto asoertainPIIF. t; 3.7.2. Journey Time For with and without Project scenario,the journey time survey of various classesof vehiclesin peakhours and off peakhours shall be done.It shall be usedin economic lr analysis. l; 3.7.3, Origin & Destination Survey If required,the O & D Surveyshall be carriedout to identify the traffic likely to be ll diverted.

3.7.4. Axle Load Survey Consul0antshall unCertalteilcle load surveyusine portable weighing-machine. Consultant It proposal equiprnpnt(ownership / shall.confirmin his technic?l the availabilitvof such ll rental basis).Suf'ficient samples of all axle groupsshall be weighed.ln additionto axle load,tyre pressureshall also be measured. Data shalt be annexedin the final reportand lr usedin the pavementdesign. tl 3.7.5. Underpass lCattle Creep Survey Usingsalellite imageries, field surveyand site consultation,consultant shall identifyexact number& locationsof the underpass/ cattlecreepto be providedfor convenienceof local il residents. fl 3.7.6. Traffic DivercionPlans TrafficDiversion Plans shall be provided for thefollowing situations: a. At toll plazas(Ifrequired) 1l ''1.2..'., b. At Intersectionsand interchanges -'------" ' \' - i 1l c. In urbanareas including methodology for separatingthe local andthrough ,ts*"..,t' d. On at-graderailway crossings. fl Feasibility& DetailedDesign for Constructionof Hoshab'Awaran-KhuzdarSection of M-8 (400Km) Pagc65 il ,t I Terms of Reference I e. At placesrvhere undergroundconstructions like constructionof box culverts and underpasses I f. At placeswhere overhead bridge construction is likely to takeplace. Consultantshalt fully definethe methodologyfor construotionsequence, diverting traffic I andmaintaining the diversionroads. The Consultantis feouired to quote for "Trafilic Survev'i4 Direct Cost Pasewhich,pust T include the cost of aforementionedactiyities and cgpt of renort writins. ,Instrument Rental Clrarees(if anv). Salarv of,Traqic Ensiqeg& Epumerators.etc. (cp!!!plgtein all t respects)t'.

Task 5: Soil& Material Investigation+ SlopeStabilization I Outcome: Soil and Material lnvestigationReport t Stabili 3'8'SOIL & MATERIAL INVESTIGATION + SLOPE STABILIZATION t Soil & Material investigationshall be doneto ascertainthe index and engineeringproperties of encounteredsoil. The consultantis required to seek, interpret and evaluatesubsurface and I surfacedata, inorder to predictthe behaviorof the soilsand matdrials along and adjacent to the alignment.The resultinginformation should be presented'ina logicaland intelligiblemanner t sothat it cgnbe usedcorrectly and efTiciently by the non-speciatist. The consultantis requiredto carryout followingsteps: t r Determineneeds of the design o Carryout completeground investigations I r Carrl out completelaboratory testing o Evaluateresults for final design I o As per fixed horizontaland vertical alignment identify the arcasof deepcuts and high fills. Studyprecise geometry of the roadwaystructures and develop design requirements.

I Field investigationsshall be carriedout in threemain areas: o Investigationalong the lengthof the proposedalignment and tq determinethe pavement t supportpotential offered by the subgradesoils. o Investigationto determinethe sourceand quantity of naturally ocourringconstruction I materials. I o Examincspecific sites such as deep cuts, retaining walls and cutverts etc. I I I ti Terms of Referenoe li Terms of Reference Enough samplesrvith appropriatespacing is required to be investigatedto fully analyzethe ground conditions that shall be addressedwith appropriate treatment for construction. l; Consultant is required to propose appropriate methodology to address the problems of Embankmentconstruction, if any.

lI For testingof materials,following codesand standardsshall be followed: o ASTM -American Societyfor Testing& Materials. tr o AASHTO - AmericanAssociation of StateHighway and TransportationOfficials. 3.8.1. Materialfnvestigation lr Every effort should be made to locate sufficient quantities of naturally occurring constructionmaterials at regularintervals along the alignmentand as closeto the alignment lf as possible. In case of potential quarry sites, test borings are necessaryfo confirm the quantity and quality of availablematerial. Test resultsfrom any nearbyoperational quaruies I shouldalso be included. I The material to be investigatedincludes but not limited to earthwork,subbase, ag$egate r1 base, asphalticmaterial, cement, steel, pre-stressingstrands, sand, crush aggrcgatesand geo-textile,etc. rl Considerableamount of water is likely to be requiredflor propercompaction of earthworks. I Water points will be necessaryat frequent intervalsalong the alignment.An assessment should be made of the likely sources of water from any existing wells and from the I I geological formations underllng the route. Tests to assesstlre suitability of water for concreteare necessaryand shall be undertaken. rlI 3.8.2. SoilClassification ll I Soil description is necessaryfor all test pits and bore logs. The descriptionsshould be standardizedso that the mdin characteristicsare given in the same order i.e. fuIas,t ll Characteristicsshall include field strength,moisture content,bedding state if applicable discontinuities and state of weathering. Material Clnracteristr'cs shall cover Colour, Composition, Grading Particle shape, soil name and soil group. Both Unified and ll AASHTO classificationshall be used. ll 3.8.3. Slope Stability Report The Consultantshall identify all areasprone to failure with respectto slope either in slip ll circle or shearfailure and proposothe methodologyfor stabilization.The report shall be in ll Feasibility& DetailcdDesign for Constructionof Hoshab-Awaran-KhuzdarSection t! t

Terms of Reference I line with the Soil lnvestigationReport and GeologicInvestigation Report supported with I I LaboratoryTests. I The Consultantis reiruired to spote for "Soil & Materifl Inveqtiea,tionp"in Direct Cost Pape which must iEclqde the cost of aforementioneda,btivities. cogt of reoort writing. T I I-nstrumentReptal Chareesfif anv). Salan of MateriFliEnsineer. Lab Techniciansand etc. (combletein all respects)". Helners. , t .t I Task6: EnvironmentalImpact AssesFment I 0utcome: EIA Report submissionand obtaining NOC from PEPA I I 3.9. EI\IVIROI{MBNTAL IMPACT ASSESSMENT I As per EIA Rules,Consultant is requiredto carryout the ELAStudy for the Project.It involves I collectlonof requiredbase line datafrom site,aralysis anel recommendation fbr nritigations. Findingsshall be reoordedin the form of Reportwhich shall.be reviewedby NHA EALS I I Section.The scopealso inciudessubmission of Ue Reportto EPA ,addressing their requirements,to their entire satisfaction(Including submissionfee), conductingtlte Field I hearingand obtaining NOC for NHA. All costswhatsoever shall be quoted.The detailedTOR t for EnvironmentalImpact Assessment is attachedas Annex-B of this document. I I The Consultantis fequired to ouote for "Environmentbl,I+o?ct Assessment"in Direct CostPaee which must include the costof aforempntioneflactivities, cost of report writine. I I NOC Fee. EnJironment4l Epeinepr Salarv. Coordination with Pak EPA & Public Hearins Charses.etc. (comnletein all respects)'. I t For EIA. Qpns,ultantshall.d,i,fe.cltt-coordinate with GM (FALSI office, Thg gonsulfancyfep I I Ge

Sub-surfaceinvestigations consisting of boreholes/ drill holes/ test pits of requireddepttt, supplementedby field and laboratorytesting to accuratelyassess the engineeringproperties of the underlyingsoil shatafor detaileddesign of foundations,substructures and roadsshall be undertaken.A separatereport rvill be preparedto this effect and will be submittedto NHA bearingapproval of the Consultant.Original lab.reports.shall be anachedin the soil report alongwith coloredphotographs. h Bore logs shall also be includedin the report along with the laboratoryresults. Testing of samplescollected from site shall be carriedout in a reputedlaboratory, under strict quality control and adherenceto relevantASTM procedures/ standards.Depth of boring shall be h decidedby the geologicalformation at site and the type of foundationsproposed for the structures.Standard penetration tests shall be startedfrom the gfoundsurface and carriedottt in t accordancewith ASTM D1586Penetration Test and Sptit Barrelsampling of scils. Where clayeysoils are encountered, undisturbed samples shall be obtainedin accordanceu'ith ASTM ,l thin-walledsampling of soils.Movie clip of 15 minuteset eachlocation is requiredto be submitted. T The siteinvestigation to be undertakenshall consist ofthe following: - a o Diep Machineboring to a maximumdepth of 30 m below groundlevel and associated t field-testsfor River BridgePiles and for othershttctures. I e Trial Pitsto a maximumdepth of 3 meters. o Handauger holes to a maximumdepth of 7.5meters. I o SeparateBOQ shallbe preparedby the Consultantwith all requiredtests for deepboring. It is requiredto carryout grain size analysis at requiredscour depth. I o Submissionof propersite investigationreport comprising all relevantnotes and pertinent informationrequired by this TOR togetherwith laboratorytest results.The abovescope of t work may be variedor deleteddepending on the findingSas the investigationproceeds. All Sectionsin this Specificationand the Bill of Quantities,which relateto work or materials not requiredshall be deemednot to apply

; The Conqultantis also required to acc.utatelvclassify the Cut Ar,easas Soft, Mcdium and il Har-dRock and foqthis purposewill caruy out lateral boTineun to Sqdepth. 5'Geo-tephnical Tbe Conqqltant is required to quote for fnvestisations for atleast 70 il boreholes of 30m Depth' iq_Direct Qost Pase-which must , include the cost of afo{ementionedgctivities. cost of report writinq. Instrument Rental Charges (if anv). il resDects)tt. tl Feasibility& DetoiledDesign ibr Constructionof Hoshab.A ot'M-8 (400Km) Page69 il I Termsof Reference t I TaskS: PavementDesign RePort t Outcome: PavementDesign RePort I 3.11. PAVEMENT DESIGN REPORT t I After the traffrc count,andprojections for designedlife of l0 yearsare done and the soil investigationsdata is available;the pavementdesign shall be done.The consultantshall get the pavementdesign shall be I t basic designfrom AASHTO Pavemen-tdesign guide-93,,but final doneusing mechanistic-empirical method. Asphalt Instituie & ShellModel shallbe used.Axle I Load data and tyre pressuredata to be collectedand Kenlayeranalysis softWare shall be used. I T All calculationsshall be attachedwith the report. t

Task9: Hydrolory & Hydraulic StudY t Outcome: I 3.12. ITYDROLOGY & HYDRAULIC STTJDY I Conventionalhydraulic impact.usins empiricfll connotations are noJlvarranted. as they do not l depictthe real impactof food andflood routingin extremeflat land.Our.consultants generally practicesand are devoidof modemtechniques employed using DEI\{ and aerial I follorv such I ;tI I photographictechniques. It is stronglysuggested to undertakethe stateof the art methodology ,l with groundvalidation of lancluse and drainage patterns. The main scopeof the requiredstudy is asfollorvs: t a. Field Work andGIS dataProcessing. i). Reconnaissancesurvey, literature review and marking of rvattnruays t iD. Calibrationof field datawith remote-sensingdata iii). SatelliteImagery and DEIVI processing t iv). Landuse and Soil Mappingrvith groundverification v). Floodrouting investigation I b. Hydrologyand Hydraulic studY D. Watersheddelineation I iD. Soil andland useanalYsis. iiD. Rainfall4qalYsis I iv). Storm-frequencyanalysis v). DesignStorm calculation I vi). Surfacerunoffmodel T Feasibility& DetailedDesign for Constructionof lloshab-A I I t Terms of Reference design vii). 2D HydraulicRiver & flood modellingfor embankmentheight and structures andvalue engineering c. Hydraulicdesign of crossdrainage structure

Above methodologyis robust and predict accuratewater shed pattern.The DEM used is refined to the extent to give acceptableresults. [t is highlightedthat the whole design philosophyin suchoonditions are dictated by the Hydrology/ Hydraulicstudy.

t Instrument Rental Charsesfif anv). Sal4r.rof HvdrauFc Ensineer/ Ilvdrplosist' HelDers. h gtc..(cgmplete in all respects)".

Task10: Highway SafetyAudit h Outcome: Ilighway Safe[vAudit RePort

3.13.HIGIIWAY SAFETYAUDIT GrSA) hI Pakistanis amongthose countries, where the roadaocidents and fatalitiesare high. Oneof the t major componentsabaut}So/o relating to roadaccidents is attributedto the road environment factors.lt is therefore,essential that the Highway SafetyAudit shouldbe canied out by a I certified tlighway Safety Auditor, at various stages,as.per requirementsof international ; standards. tl for feasibitityshrdy and deailed design,the HSA shaltbe i Sincethe projectin handis selected carriedout with the submissionof alignmentreport and shallconclude with the submissionof I final designreport. u DetailedAudit shall be carriedout underthe supervisionof NHA's HighwaySaFery Audit Expert:Other membersof HighwaySafety Audit teammay includea third party expert.An I Engineerfrom NHA Design& Planningsection shall be madepart of the Highway Safety Audit team. Consultantis requiredto arrangethe t{ighway SafetyAudit visit, collectionof requireddata, field visit expenses,coordinate meetings and compilationof final Audit report il includingproceedings and appropriateremuneration to the Audit team.The cost of carrvinq out Hiehway SafetvAudit includins all aforementioneditems is deemedto be grcludedin ll the Consultant'sBid. tl il il il I Tennsof Reference I Centerlinestaked out at sitewith permaneutmarkers t t 3.14.ST OF ALIGI\MENT ON GROI]ND I After Design drawings are approved,the Consultant shall be asked to stake out the T on ground.The Centrelinemarkers shall be fixed on groundat 25 m interval.A I l.5m PVC pipe 4" diameterfilled with leanconcrete and orangecolour spray paint shall T be All verificationand paymentshall be processedby the Nominatedproject director t ofNHA.llhe Consu T I Task 12: Land Acquisition & Utitity Folders I Outcome: Land Acquisition & Utility Folders T I 3.15. LAND ACQUTSITION AND UTILITY I^TFRASTRUCTURE REPORT The consultantshall identifr land and properlyfalling within the right of way (ROW) to be t acquired.The consultantsshall submit 5 copiesof ROW plans showingthe alignmentand definingthe Right of Way to.facilitatetimely actionfor acquisitionof land.The Consultant I shall also prepare estimatefgr acauirins qnv additio4al,land and removal of structrres end utilities. particularlv in the built.up areasalo+e with comqletedetails of land owners t as ner Shaira Parcha as ner Provlncial Denartment'Record.The Consultantshall also includethe following informirtionin theLand Folders: t r DetailsofTrees r PermanentPoints . GovernmentSchools I o Namesof Villagesand Towns r Governmentand PrtvafcLand falling in the proposedcorridor I Foldersshall be submittedin soft formatin CAD with referenceto grid coordinates. I by+he-Prejeet I DiFe€tef{ire€tly;

Task13: ConstructionMachinery Report I 0utcome: Construction I 3.16.

T Feasibility& DetailedDesign for Constructionof Hoshab'A I Terms of Reference

A detailedreport on constructiouresource shall be prepared.It will include,based on the constnrctionduration, the amountand type of constructionmachinery required. Based on the Constructionplan developeclin ltimavera / Microsoft Project"the resourceallobation / the Cashflow requiredshall be stated. Computationsand assumptionsfor productionsshall be h attachedin the report. h Task14: Preparationof FeasibilityStudy Outcome: FeasibilitvSt ft 3.I7. T'EASIBILITY STT]DY REPORT The Consultantshall submit a detailedfeasibility report encompassing the technioal / economic I viability of the projectafter carryingout preliminarydesign and necessary investigations. The basic data, result of investigationsand studiesas well as preliminarydesign estimates and I evaluationshall be collectedin a condensedand comprehensive form, in the feasibilityreport. Benefitcost methodology, cost appraisals of alternatives,benefit cost ratio, net presentvalue, F economicintemal rate of retum,sensitivity analysis, shall also be madepart of the report. Task15: MassHaul Diagram I Outcome: MassHaul I 3.18. MASS IIAUL DIAGRAM Consultant shall submit the mass Haul Diagram whioh shall be representeddirectly below the I longitudinalsection of the alignmentplan. It shallclearly depictthe following: o thedistances over which the cut and fill will balance I a quantitiesof materialsto be movedand direction of movement t a areaswhere earth have to be borrowed/wastedand amountsinvolved Task 16: Formulation of PC-I il 0utcome: Submissionof PC-I 3.19. FORMT]LATION OF PC-I t The consultantshall prepare the PC-l for the projectroad including economic analysis on prescribedPerforma of PCJby PlanningCommission. il SeparatePC-l for land acquisitionshall be preparedand subrnitted. revisionshcll alsobe doneby the Consultanfif required. il G.:\'\'1i-''r'

Feasibility& DelailedDesign for Constiuctionol'lloshabArvaran-Khuzdar *$Ln of M-8 ( ) Pagc73 I -. t-: \ I l Termsof Reference I I Outcome: Submissionof TenderDocuments l 3.20.1.TENDER DOCTJMENTS t TenderDocuments shall comprise of thefollowing: - *-tletme-+- t t M T . eenditions€ t r Genditiensef €en*aet (Part [tr);(eenditiens.ef Partieular Applieatie+] o--€

Drawingsfor Earthretaining structures

o Landscapingdetails

o MiscellaneousDetails / Ancillaryworks includingtraining works. o Detail drawingfolders of Utilities / Infrastructurefor Land Acquisitionand removal of all utilities I infrastructureetc., having all the requisite information. t Drawingsrelated to EnvironmentalMitigation Measures NHA hasstandardized Volume-I (Pilt-I) andVolume-Il. Consultants shall study and adopt h thesedocuments after scrutiny and modification whereas required. e. Contract Conditiqns(Leeal Part) h NFIA has preparedStandard Tender Documents sections on instructionsto BiCders. Conditionsof Contract,Bid Formsetc. and has usedthem for similar project in the It past.Consultant shall studythese standardized contract conditions and amendthem in accordancewith the requirementsof this project.The SpecialConditions of Contract ll be addedpertaining to the project as supple.mentto the GeneralConditions of h Contract. f. Technical & Partic-Llgr Specificatiops ll The consultantsshall study the NHA Specificationsand prepare particular specification for he projectfor specifieditems not coveredin the GeneralSpecifications.

I BiIl of Ooantities Consultantshall prepare comprehensive Bill of Quantitiesto be calculatedto accuracy tr of * 5% encompassingall the itemsof work, properlycross referenced to the Technical IT Specifications.Standard format of Bill of Quantitiesshall be adopted. Ensiqee,rlsEstimate IT Consultantshall preparethe Engineer'sEstimate of the projectbased on the detailed design,drawings and final Bill of Quantities,using NHA Scheduleof Rates(2014) or latest,if any. For items not specifiedin NHA CSR, rate analysisshalf be provided il basedupon marketprice. tI Forreview of Engineer'sEstimate, the Consultant shall provide the follorving: e Backbpcalculations / MeasurementSheets of the Engineer'sEstimate in soft ;T editable format. ;l Feasibility& DetailedDesign for Constructionof (400Km) Page75 f I 'lbrms of Reference I EarthworkCross-Sections generated at every 25m interval' Same shall be submittedin a separatefolder titled "Cross-Sections"for verificationof the earthworkquantities. t 'oProject o The Consultantshall also submit a Data Sheef' showingthe location I and dimensions of bridges, culverts, subways, tmderpasses,cattle creeps' retaining& breastwalls, traffic & road signs,slope stability works etc.

I i. Certificateof TeghnicalSanction As per Para 55-65, Chapter-Two,NHA Code, Vol-l & NHA's Circular No' I I 1(19/Secy(Coord)NH All5t56g dated November 04, 2015, the Consultant is required to submita certificatewhich is to be usedfor obtainingtechnical sanction of the project I from the competentauthority. A standardcertificate is attachedat Annex-B.

3.20.2. X'inal Presentation I Consultantat the end of designshall make a final presentationwith following details.At the endof Presentation,a box containingall documentsand drawings shall be handedover T for recordsection.

I lmportantFeatu.rgs of ltesentqtion: o Consultantwill describethe selectedroad alignment, merits, demerits, land acquisition I andother imPediments (if anY). o Consultantswill highlight important componentsof project like major bridges' I flyovers,interchanges, service areas and landslides erc. o Importantparameters of sub-soilinvestigation like CB& Pile Capacityand General T SoilClassification etc. i Consultantrvill alsohighlight the environmentalimpact of the roadconstruction on the T roadinfluence areas. O Importanthydraulic parameters used inthe designof bridgesover rivers/ canals. I o Resultsoftraffic srudyand a:de load survey. o Locationof quarrysites T a Consultantshall cleaily explainthe traffic managementplanS. a Completedesiription of dcsigncriteria and functional requirernents. I : Descriptionof specialisedequipment and machinery required for the construciion- a Description'ofmethodology /'oodes for pavementand structuraldesigrr including I detailsof computer.models. ji:t

(400 76 I Feasibility& DetaitedDesign for Constructionof Km) Page I Tcrmsof Reference

For StructuralDesign, Summary of resultsof computeroutput (especiallymaximum andminimum forces for all elements)in tabulatedform shallbe presented. A plan showingmajor quarry sites / borrowarea sites including mass diagrarn showing cut andfull alongthe finally selectedalignment shall be presented.

Any otherpoints, which the consultantmay like to highlight,should be included.

3.20.3. Submissionof Documents All the Reportsassociated with each Task shall be submittedas stated in respective sections.In the technicalproposal, consultant shall dcvelopa Work programmeTask wise with submissiondates. FailinF to qrovide the same.the nroposal shall not be evaluated.

All documentVdrawings shall be subjectto review and checkingby NHA's Experts. Consultantwill incorporateany comments/ modificationsmade by the Experts(if agreed, The Responsibilityfor correctnessof designlies with the Consultant).

Consultantswill providetwo additionalsets of the tenderdocuments and reporlsto the Clientat a laterstage at no exffacost to the Client.Additional number of sets(if required) shallbe providedat a costofRs. 5,000/-per set.

ll 3.20.4. Provision of Data on Compact Discs The Consultantsshall submit complete set of documentsand drawings listed above on three ll (03)digital CD-ROMs. Files (Word, Excel, AutoCad, Graphical Images, Photographs etc.) shall be properlyindexed / cataloguedfor recordpurposes and use/ reproductionat a later I stagebyNHA. I 3.21. PERFORMANCE OF TIIE CONSTJLTAI\IT The Consultantshall attendthepre-bid meeting rvith bid preparingteam (coordinatoronly is l not acceptable).The performanceof the Consnltantwith referencefo his responieto the queriesof the contractorsshall be evaluatedand recorded by GM (P&CA) & GM (Design).

il a. Drtringthe constructionphase, the designreview shall finally revealthe performancestatus recordedby the DesignSection. t Finally, the performanceof the consultantshall be evaluatedbased on the performance statusrecorded by the Design Section.The performancerating shall be made in the il following manner:- A+ Excellent

Feasibility& DetailedDesign for construstionof HoshabAwaran-fdizaur of'M:$ (a00Km) Page71 il i- il I Terms of Reference I A Good B Requiringimprovement I Poor Poor .,8,0 performancerating without subsequentimprovement shall drop the consultant t performanceto the stago"Poot''. If "Poor" persistsin two consecutivespges, the Design sectionshall propose penalty and P&CA shall implementthe recommendationin the light I of legalityof the matter.

1 3.22.MODE OF PAYMENT: sA" is theContract amount excluding the Provisional Sums

I Y" age Sr. Description of Total T No. Amount STAGE.I I I InceptionReport 3o/o 2 ffi and Alignment Study Report including all the sYa reouirementsspelled out in the TOR alongwith recommendations. I Sub Total (A) $Vo STAGE-U T 3. Topographicsurvey Drawings & Report 8% 4. Traffic SurveyReport 3% T ). Axle LoadSurvey Report 3% 6. PavementDesign Report 4% l 7. GeometricDesign Report 4o/o 8. StructureDesign Report 4Yo I 9. Slope Stabil ization Report 4% t0. Soi[and Material lnvestigation Report 4% I 11. Geo-technicalInvestigations Rcport 5% 12. Hydrology& HydraulicStudy Report 4% I 13. HighwaySafety Audit Report 4% 14. Stakeout of alignment on ground. 4Yo Land acqufiition* relocationof Utility Infrastructurel"olders and ROW I t5. 5% Plansshowins the alignmentand total areato be acquired,if required t 16. EIA andSIA Report 4Yo SubTotal (B) 60Vo I Feasibility& DetailedDosign for waan-KhuzdaiSection of M'8 (400 Km) Page78 t t I Terms of Reference o age ;1 Description of Total No' Amount I STAGE-III FffiiTender Documents& Drawings(Volume I - IV) inoludlngItUQ, 17. Engineer'sEstimate, C-factor, Special Provisions along with Backup / t5% nesignCalculations in hardand soft (pdf + CAD file) n/lr'fanagementPlan and Drainage 18. 3o/o plan for surfacerunoffand urbanargas , Geometric,HYdraulic, 19. 4o/o SlooeStabilization and Pavement Design along with EgqLu!4glatlglil 20. PC-I t0% t Sub Total (C) 32'| t TOTAL (A+B+C) 100% Upon cheokingttre report that it is in line with the TOR, 50% paymentshall be released. t Remainingshall be releasedupon acgeptablequality is ensured.Upon initial submission,a checklistconelating to TOR requirementshall be attachedand checkEdfor requirementspelled t out. t Final paymentshall not be cteareduntil Consultantgives a satisfactoryfinal reportand until consultantsgbmits soft copiesof all documents/ reports/ drawings.Furthermore, no EOT I shallbe requiredfor the balancepayments against each report- 3.23. DELTVERABLES: t All the Reportsassociated with eachTask shall be submittedas statedin respectivesections. In the technicalproposal" Consultants shall developa Work ProgramTask wise with submission I dates. Failing to provide the same,be nJoposalshall not be evaluated,However. list of documentsto be submittedby the Consultbnjsis hereuqder:

I Sr. Description Numbers No. STAGE.I I InceptionReport tJ3Hard Copies+ 0l SoftCopy ) Reconnaissar'ceReport 03 HardCopies + 01 SoftCoPY Alignment Study Report along with Map showing 3. recommendedOption duly marked on Satellite 03 HardCopies + 0l SoftCoPY imagery, Presentationof recommendedalignment with merits 4. 03 HardCopies + 0l SoftCopy anddemerits for approvalby NHA STAGE.II ,4;:a--.-

Feasibility& DetailedDesign for Sectionof M-8 (400 Km) Page79

i;'i1'.

' ::; i. i;:i:1.,,._.-,;,:1;; '.\,.i.*€r.*;-.r'ffiT.-!- t Ternrs of Reference

+ 0l SoftCoPY I ). TopographicSurvey Drawings & Report 03 FlardCopies + 0l SoftCoPY 6. Traffic SurveYRePort 03 HardCopies + 0l SoftCoPY T 7. Axle Load SurveY RePort 03 HardCopies + 8. PavementDesign RePort 03 HardCopies 0l SoftCoPY + CoPY t 9. GeometricDesign RePort 03 HardCopies 01 Soft + 10. Sfructure. Design RePort 03 HardCopies 0l SoftCoPY I 11. SlopeStabilization RePort 03 HardCopies + 0l Soft CoPY 12. Hydrologyand Hydraulic Study Report 03 HardCopies + 0l SoftCoPY I 13. Soil andMaterial Investigation Report 03 HardCopies + 0l Soft CoPY t t4. Geo-technicalInvestigation Report 15Hard Copies + 0l SoftCoPY + I 15. Flighway Safety Audit RePot 03 HardCopies 01 SoItCoPY I 16. Report on Stakeout of alignment on ground- 03 HardCopies + 01 Soft CoPY T IandA;dFiilon & utility Foldersalong with Row t 17. Plansshowing the alignmentand total areato be 03Hard Copies + 0l SoftCoPY acquired + T 18. EtA and SIA RePort 03 HardCopies 0l SoftCoPY I STAGE-Itr I Final DesignReport (includingdetailed Structural, I 19. Geometric, Hydraulic, Slope Stabilization and 03 HardCopies + 0l SoftcoPY PavementDesign along with Backupcalculations) t Mass Haul Diagram, Traffic Diversion/ I 20. ManagementPlan and Drainageplan for surface 03 HaidCopies + 01 SotlcoPY runoffandurban areas T Final Tenderf)ocuments & Drawings(Volume I - I includingBOQ, Engineer'sEstimate, C-faotor, 2t. IV) t5 HardCopies + 0l SoftcoPY I Special Provisionsalong with Backup i Design Calculationsin hard andsoft (pdf+ CAD file) l + 01 Sofl coPY I 22. PC-I Pertbrma 85 [Iard Copies t Note: The soft copy will also be submitted in the format compatible with document i.e. Word, I Excet, CAf), etc. One copy in PDF must be provided along with. in their I In addition,. the Consultants should perform foltowing actions and incorporate T submissions: outset l i. Alignments (all possibleoptions) marked on SOP sheotsshould be submitted lt,the I of the project along with Inception Report. l ii. Consultantswill get approval of location / concept of Bridges from NHA Design Section I before embarking on detailed structural designs.

(400Knrl Pagc80 I Feasibility& DetailedDesign for Constructionof ltoshab-A 8 . I t I I Termsof Reference

It is reiteratedthat all documents/ drawings shall be subjectto reviewand checking by NHA's In-houseconsultants. Consultants will incorporateany comments/ modificationsntade by the NHA,s In-HouseConsultants (if agreed,the responsibilityfor correctnessof designlies with the Consultants).Consultants will providetwo additionalsets of the tenderdocuments and reportsto the Client at a laterstage at no extracost to the Client.Additional number of sets(if t required)shall be providedat a costof Rs.5,004L t t h I t I l I l T il il il il Feasibility& DetailedDcsign for Consrructionof Hoshab'Auaran-KhuzdsrScction of M-8 (400 Knr) Page8l il l TermS of Reference I ANNEXURE-A I STANDARDCERTIT'ICATE. FOR TECIINICAL SANCTION t I I iI I t T I rl T I I ,-,fEiii:*, ::;. ...1.f1i --"--.-- ;1|'i;, I l-,:-)t' "'' .'.". ii-- i !i--

Ir... :.:, \li;.:, . '.,-: I \, "----..-';.' ,a^ i._.;-.i. \n_ -*-==/ I

I Feasibility& DetailedDcsign for Constructionof Floshab-Awaran-KhuzdarSection of M-8 1400Krn) Page82 T I Terms of Reference

o'(!94g!$" This is to certi$ for the projecttitled "$gg[$ig!" that: t (i) The Cost of Final Engineer'sEstimate is Rs. basedon NHA's CSR t (iD The provideddesign has been carriedout in a professionalmanner and to the best ,tI abilitiesof the Consultant; (iii) The designcarried out is in compliancewith the requirementsof Termsof Reference h providedby NHA and cognizantwith the reconrmendationsput forth in the rcportsand Ir appticablecodes; (iv) The proposalis structurallysound and that the estimatesare accuratelycalculated and Ir basedon adequatedata. lt For andon behalfof Consultant il Sign& Stamp: ll Nameof AuthorizedRepresentative: il Name ofConsultant: il Dated: s il il il Feasibility& DetailedDesign tbr Constructionof Hoshab-Awaran-I(hrudarScction of M-8 (400 Ktn) Page83 il INFORMATION FOR rIXED TRAVDRSE STATIONS

Nameof TraverseStations:

Northing:

Easting: Affix Photographof Traversestation Elevation:

I i, I Sketch of the fixcd traversejllltiou.-:,:,!:.1-1 ,':'i9s-!9*g.';rtrilnentfeatJres I t t I f*JiUitr;ty A O-taircanesigrr for Constructionof Floshab,Awaran-Kh'izdarScction of M-8 (400Ktn) Page84 I I Terms of Reference

MINIMUM PBRSONNEL PROPOSEDBY TIIE CLIENT

r-: 1\1--', ir-i: '':.. ; ..' :.r.i : , irl . r:;i-.;i:;;:: :l:;''::i ' .'.:j'.+; :' r:::'.:;l li,i:iill;:.;:: i1 ilji;;rfl.,,ii : i .1::.:rI:rtr:: l,i,r. :;,,'.:'.;rl, :: i:',; r"r' .i. i.:: A. KAY PERSOI{NEL I TeamLeader/ Sr. HighwaYEngineer 0l 04 04 t 2. Senior StructureBridge Engineer 02 03 06 SeniorHighway Engineer 0l 04 04 4. Junior StructurelBridgeEngineer 04 03 t2 t 04 t6 5. JuniorHighway Engineer a4 6. Pavement and Drainage En gineer 0l 03 03 t 7. SafetyEngineer 0t 04 04 8. SlopeStabil ization Expet 01 02 02 t 9. Economist 0l 04 04 Sah-Total (A): I6 3I 55 f B. NON KEY / SUPPORT STAF'F I Structure Draughtsman 03 04 t2 2. Highway Draughtsman 06 04 24 t 04 04 l6 5. ComputerOperators 4. Oflice Boys/Securi6, Guards 08 03 24 I suh-Total(B): 21 15 76 T I I t il t il Feasibility& DetailedDesign for ConsfucXionof Hoshab-Awaran-KhuzdarSection of M-8 (a00Km) Page85 Termsof Reference

ANNEXURE- B TORFOR ENV'rRONVrBXrll $lmAcr AsssssMENT

r,..1,. ' \.'

iff""fr"U-e**""-ntuzdo Sectionof M-8 (400Km) PaSeS6 'l'ermsof Reibrence

CnlPrBnNo.4

ElryrnOtvprnrwlf,InfpaCf ASSpSSUnf,mOtr, ROanS/ HfCffWAvS PRO.IBCTS

1. Needfor EnvironmentalImpact Assessment(EIA)

Highwayprojects are generallyundertaken to improvethe economicand socialwelfare of the people.At the sametimo, they may also createadverse impacts on the surrounding environment.People and property in the direct path of the road works are affected.The ll environmentaland social impact of highway projectsinclude damageto sensitiveeco- systems,soil erosion, ohangesto drainagepattem and thereby groundwater,interference with animal and plant life, loss of productiveagricultural lands, resettlcment of people, ll disruptionof local economicactivities, demographic changes, accelerated urbanization and increasein air pollution.Flighway development and operation should, therefore, be planned with carefulconsideration of the environmentalimpact. To minimizethese adverse effects tl that may be oreatedby highway developmentprojects, the techniquescf EIA become necessary.Identification ancl assessment of potentialenvironmental impact shouldbe an lr intggralpart of the projectcycle it shouldoommence early in the planningprocess to enable a ftlll considerationof alternativesand to avoidlater delays and complications.

2. In view of the above,an EIA will be carriedout for the Environmentalaspects of all stages tl of the projectsi.e. preconstruction,construction and post constructionwith the followittg objectives: tl . Establishingthe environmentalbaseline in the study area and identifuingany significant env i ronmentalissue; t Assessingthese impacts and providingfor the requisiteavoidance, mitigation and compensationmeasures; . Integratingthe identifiedenvironmental issues in the projectplanning and design; . Developing appropriatemanagement plans for implementing,monitoring and reportingof the environmentalmitigation and enhancemont mea$tres suggested;

Thc EIA studiesand reporting requirements to be undertakenthis TOR mrtstconform to the guidelinesand regulationsissued by the PakistanEnvironmetrtal Protection Agency (Pak EPA),Ministry of CiimateChange, Govt. of Pakistan(GOP) which cornprise mainly of the .Protection PakistanEnvironmental Act 1997, its implementingtegulations, the EIA 'fhese Guidelinesand Review.ofIEE and EIA Regulations,2000. guidelinesinclude the amendmentsand subsequent rules for the EIA of projeots.

i) Regulations and Standards. Describethe pertinentlegislation, regulations and standards,and environmentalpolicies that are relevant and applicableto the

Feasibility& DetailedDesign fbr Sectiono1'M-8 (400 Knr) Termsof Ret'erence

jurisdictions will Foposed project, and identify the appropriateauthori$ that specificallyapply to the Project. T ii) Projcct Categorization.The Consultantsshould categorize the project(category A or B and IEE or EIA) as per EnvironmentalProteotion Act and guidelines& proceduresderived therein and as per donoragencies Environmental Safeguards and I Policieswhich ever are applicable.

iii) project Description.The Consulantsshould provide a brief historyof the project a t detailedlocation and mapswith scales(km) of the projectswith any alignment (startingpoint to end point). In the projectdescription the Consultantsshould also highlight but not limited to bridges information, project components,seope and I soheduleof operation and construction,construction camps, and construction materials. I iv) Descriptionof Environment.Assemble, evaluate and present baseline data on the retevantenvironmental characteristics of the project erea. In addition to general I information,the Consultantsshould provide methodology for preparingttre essential environmentaldata. The data should ernphasizebut may not be limited to the informationabout PhysicalEnvironment which could include, meteorologyand I climate,geology and soil, seismology,air and waterquality, noise, topography and drainagepatterns, hydrology and/or hydraulic regime, surface and ground water and land use.Ecological Resources should discuss about forestVflora/vegetation profile, l crop and horticultureactivities, and fauna/wild life and local livestock species I (should specify mammals,birds, fish, reptiles and insects), protectedand/or endangeredwildlife species.Social and CulturalResources may discussabout the I rnethodologyof surveys,settlem'ent pattsm, political and administrativesetup, I populationand communities,socioeconomic conditions, protective and sensitive areas,archaeological and cultural sites,health and fbcilities,educational facilities, l industrial/commercialactivities, physical and cultural heritage,utilities, railway I links or alignmen! tourism facilities and potentialsand others. Availability of Resourcesfor Constructionshould also highlight about bonow soils, construction I material,water and power availability and any otherresources. Hazard vulnerability' I identiff vulnerabilityof areato flooding,.hurricanes, storm stlrge, and ealthquakes. Characterizethe extent and quality of tlre availabledata, indicatingsigrrificant I t infonnation,deficiencies and any uncertaintiesassociated with the predictionof impacts. I I v) EnvironmentalImpacts and Mitigatioh Measures.Identiffany negativepositive, direct, indirect, short term and long term impacts of the project, during pre- I construction/design,construction and operationphases. Identifu any information I gaps and evaluatetheir importancefor dbcision-making.The Corrsultantsmust recommendappropriate mitigation and rehabilitation measures for the environmental l t damageand bther impacts identified for specificroad coridors, andtrow they would l t Feasibility& DetailedDesign for Conslructionof AwararuKiruzdarSection of M-8 (a00 Km) Page88 I I I T Terms of Rcfbrence

be implementedwith regards to: coordination betr.veenhighway design and environmentalissues, ambient air, water and noise quality, water resources, drainage,mineral resources,flora and fauna, social and cultural enrrironment, historicalsites. The Consultantsshould attempt to identif creativemeasures that wouldafso have positive sooial implications, such as participatorytree planting that would also serveas job creationfor affectedcommunities. Consultants should identi$ biological environment,and musl' discussabout national parks, game reservesand endangeredspecies. Consultants should also identify the impactsand mitigationmeasures for topograph%social / cultural issueg land acquisitionand resettlemenqcommunity development, bororv open pits, wastedisposal, geology and soil" surface and ground \ryater,hydrologic regime, traffic flow, wastageof fertilehumus layer, utilities issue and poverty alleviation etc.

However,report should not be limited to tlre abovementioned constituents of the 'l'he environmentalimpacts and their mitigationmeasures. Consultantsshoutd be morecreative according to the specifiedproject alignment. It shouldalso include maps,figures and photographs when necessary.

In order to assessenvironmental impacts and recommendvarious mitigation measunesto minimizethe environmentalimpacts, identi& anddevelop data.

vi) Developmentof Environmental Data. Identify EpA NEes antt guidelinesand analyzefollowing parameters to developbase line environmentaldata of the project: iT Ambientair quality. Noiselevels. t Water. Biologicalenvironment. r Socioeconomic profi les. AMBIENT AIR QUALITY: t Consultantsshould monitor the ambientair qualityalong the selectedroad site. The parametersneed to be monitoredinclude ozone (o:) carbon monoxide t (co) sulphur dioxido (soz), Nitrogen dioxide (No:), and particulatemaner (PMro). Acceptable standardanalysis methodorogyshould be selectedto I measurethe NEQS pararnetefti. Air qualitydata will be collectedover a 24-hourperiod at all the samplingpoints t mul thei; t irnageof air qualitil. Feasibility t & DetailedDusign fbr Constnrctionof UostaOE of M-8 (400Km) Page89 T Tenns of Relerence

I High pollutantconcentrations spots should be'selected for samplingto assess 'worst-case'scenilios, and measurem6ntbWill be madein areaswith ext€nsive a I ribbondevelopment and school$hospitalswhere traffic will be expectedto be little heavier.

I ii) NOISE LEVELS: - Roadsidenoise level measurementsshould be takcnat a distanceof 6 m from the edgeof the highway(corresponding roughly to 7.5 m from sourcevehicles)' I The noiseparameter should be measuredfor24 hoursat variouslocations of the specifiedsite. The permissiblelimit of noiseis 85 dBA prescribedby theNEQS I for motorvehicles. The NEQS do not |rescribea noiselevel limit for receptors'

I imageof ngisePo\Htion\.

iii) WATER QUALITY: I Duringfield investigations,water samples from varioussources in the vicinity of the proposedsections should be analyzedfor importantparameters with respect to humanconsumption. Although, NEQS include32 watercriteria pollutants for I effluentsand 16 NEQS for gaseousemissions, NHA preferand recornmend basicwater quality analysiswhich may includebut not limited to pH, turbidity' I alkalinity,TDS, TSS, 5 day BOD at 20cC, COD, OD, total hardness,chloride, sodiumnimtes, lead"meroury, arsenic, cadmium, total toxic metals,phenolic t compounclsas phenols,pesticides / herbicides/ fungicides(in -farnland areas.t- I Colsultantsmust identify standardand recognizedlaboratt:ries. Consultants shou,ldalso provid,eAnalytical LaboratoryReports aiong rvith methodologies I and analyticalteihniques rsed for eachparameter- The analysisrcpons must includeinformation, address and contact persons of analyticallaboratories.

t vii) Annlysis of Alternatives. Describethe ahemativesexamineC for the proposed 'ho projeot that woulC achieve tho same objective including the change in I alignmenf,.Distinguish the most environmentallyfriendly altemativcs,ln caseof minor impacts,which can be successfullymitigated within the ROW and without changein alignmenqthere will be no needbr the analysisof alternative.In all other T cases,and especiatly in the caseof majoror critical issues,a systematiccomparison will be .undertaken,of the proposeddoSign, site technology.and operational I alternativesin tcrmsof, : . ' t

,ttogc90 I Frrstbttity &, D"triled Dcsignfor constructionof ltoshab-Alvarqn-Khrr.dar ) t I 'lerms of Reference

Suitabilityunder local conditions; and Institutional,training and monitoring requirements.

For eachaltemative, the environmentalcost and benefitsshould be quantifiedto the possibleextent, and economicvalues should be attachedwhere feasible. The basis t for the selectionof alternativeproposal for the projectdesign must be stated.

Yiii) (A) Public Consultationrlnvolvement and Disclosure.During the field surveys t the Consultantswill organizeworkshops and formal public consultation sessionsat provincelevel to identi$,main stakeholder,their categories,their t views on the existingcondition of the project,volume of traffic concern's stemmingfrom the impactof improvementworks, as rvell as safetyrelated issues.If possible,Consultants will assistin inter-agencycoordination, and t public/NGO participation. (B) GrlevanceRedress Mechanism (GRIW). An effective,feasible and project t SpecificGRM will be proposedrvith all requir$ddetails. ix) EnvironmentalManagement Plan @MP), Idenfifyanclprepare EMP inclutling an t implenrentationschedule and supervisionpro$am with associatedcosts and contractingprocedures for the executionof environmentalmitigation and social issuesfor pre-construction,design, construction and implementationphases. Thc I EMP costplus monitoring cost together will be minimum l% of total projectcost so thatthese can be implementedin true letter& spirit at latel stages.Sanre cost will be I given in PC-l for EMP. This costwill be part of Bill of Quantitiesas separateitem. The Consultantsshould describe the objectivesof EMP and key environmentaland sooialcomponents, role of functionaries,and road saf€ty. The key componentsof I EMPshould emphasize but not limitedto: alignmentand shoulder width options,road side safety, structural recommendations, topography,geology and soil, seismic activities,flood hazards,environmentally I souncicamp sites & borrow pits identification,mapping and oharacterization, archaeologicalsites, land acquisition and resettiement, local communities their social t and cultural.heritage, archaeological sites, r.vastedisposal, air anci water quality includinggrou.nd and.surface watel noise,flora includingroadside vegetation cutting and plantation,fauna includingr';ildlife, endangeredspgcies and their I protection,traffic management, utilities, use of fertilehumus soil recornmendationof environmentalprotection sign boards,and healthrisk of workers.BN{P should I identifythe training and workshcps prqgrams x) Environmental Monitoring Plan. tdenti$rthe critical issuesrequiring monitoring to onsurecompliance to mitigation and environmentalmanagement plans and to t m'easueand monitorthe environmentalimpacts during constructionand operation. The objectivesof the plan are to monitor lhe actual impact of the works on the I project corridor's physical, biological and soci ic receptorswithin the I Feasibility& DetailcclDesign f'or.Construction ol'l.loshab-Arvararr-Klr 00 Km) Pagc9l I Terms of ReGrence

I cogidor. This will indicatethe adequacyof the ElA. The monitoringplan should recommendmitigation measures for any uneipectedimpact or where the impaot I level exceedsthe limits. The plan should ehsure compliancervith legal and rl communityobligations including safefy on constructionsites. Consultantsshould monitorthe rehabilitationof borrowareas and the restorationconstruction campsites the safedisposal of rl t accordingto EMP report. The monitoringplan shouldensure of excessconstruction materials. Consultants should flso evaluatethe effectiveness the mitigation measuresproposed in the EMP a{rd recommendimprovements if rl generatea I necessary.Apart from re$tlar compliancechecks {oe Consultantsshould tabularmatrix for air, waterand noise analysis, asphah plant emissions, soil erosion I and contamination,plantation, safety and traffic rules compliancetbr construction andoperation Phases. 1 EnvironmentalMonitoring Plan will list the procedurethrough which rnitigation t I measuresproposed in EIA will be implemented.It will also includeenvironmental parameterneed monitoring, frequency and responsibilities of key players.[n caseof disagreementvrith local communitiesof stakeholders,grievances addressable T ll mechanismshall be partof plan.The managementplan will developthe institutional :l requirementand rype of training to enhancethe capabilitiesof staff' The total environmentalmitigation, Mgnitoring, equipmentand training cost shall also be I included. i I xi) Economic Assessment.Thiq sectionshould includetlte overall cost estimatein t relationto the projectbenefits, environmental costs and total cost clf the proposed project.The Consuttantsshould address the cost.analysisof trainirrg,monitoring t activities,environmental analysis and activities,resettlement, lllnd and propety I acquisition,and mitigation measures.

I xii) Role of Functionaries and Government AgeneiesInvolvement. This section I shouldinclude role of all the functionaries'andvariable involvement of government I agenciesor authoritiesfor the projectacoomplishment- t xiii) Recommendationand Conclusions.An adequatesummary should emphasize on 'and T the project description environmentoenvironmental impacts and mitigation measures,alternatives, socio-oultural and socioeconomics, public consultationand I the resulting issues and recommendations,environmental management and I monitoringplans, economic assessment, reeommendation and conclusions. l xiv) Submissionof Reports. The report should be preparedancl presentedin strict I con.formityto IEE/EIA regulations,2000 and Guicielinesfor preparationand submissionof IEEiEIA 1997issued under the Pakisair Environmetttalhotection I Act,1997. I The title pagcof ttre reportshould specify the reportname, project narne, highlay length,scaled n:aps and / or coloreclphotographs, date of the report.Consultants I I companyname, address, phone numbcrs, e-firail ancl I I Feasibility& DetailedDesign for Constructionof l{oshab-Awaran-Khuzdar I Page92 I I I I L ''Ierms of Reference ' The reportsshould include acronyms list anda copy right certificatein the nameof NH4.The reportsshould includb all thekey articlesbut not limitedto theexecutive summary,inhoduction, description of the project,policy, all legaland administrative framework, descriptioni of the project environment, alternative analysis, environmental impacts and mitigation measures, public consultation and t resettlementaction plan, inter-agencyand public/ NGO consul'tationprocess, environmentalManagement & monitoringplans, economic assessment, conclusions t andrecommendations. All figures,maps, appendices, tables, photographs, matrices and list of references t shouldbe chronologically organized and each page should be numbered. (D Initially Consultantsshould submit two draft copiesof the reportto NHA. t (ii) It will be the responsibilityof EIA Consultantto arrangejoint visit (Consultantand Environment NHA HQ team)to the field beforefinalization t ofEIA Report. (iii) After incorporatingthe commentsfrom NHA, bureau of Environmental Proteotion/ProvincialEPAs and donor agenciesConsultants should frnalize t the report. (iv) ConsultantsrequireC submitting fwr> hard copies and one sott copy of final t EIA reponto NHA. (v) Must fill and attachthe applicationform for Environmentalapproval under Sec (12) of PakistanEnvironmental Protection Agency (PEPA) Act 1997 t (PEPA-Review of IEE and ElA-Schedule[V regulations,2000). The form requires information of the description,Looation, objective, alternative r alignmenttopography and land use of the project.In additionit alsorequired information about the land acquisition in acres, ent ironmental qualit-v standard(NEQS) analyzedand measurdd,estimates & sourcesof water & I powersusage, cstimates of liquid & solid wastegeneration lbr the project consmlctionand numberof laborforce (employees)requireC fbr the project t constructionand opsration phases. (vi) The preparedEnvironmental Impact Assessment(ElA) report will be submittedto tlre concernedEPA for formalconcurrenoe and rvill bedisclospd t to the public,stake holders etc. *Ten hardcopies and two electroniccopies (format on CD) of the reportare to be submittedshould T be labeledproperly. I Publicllearine: It will be theresponsibility of theConsultants to obtainNOC from the respectiveEPA fulfilling all I codal requirements.Further to this publishingof advertisementsregardipg'public hearing and I Feasibility& DetailctlDesign tbr Constrr.rctionof lloshah-Arvaran-Kliuz.der f 'ferms of Refbrcnce

I the preparationof presentations,banners, sitting arrangements and all otherwill be responsibilityof I consultant. I Consultants'X'pe for Services: I The paymcntsto the consultantsfor EIA shallbe madein the followingmanner: t I I I t I t I I

T WhereA' is the total payableamount in respectof EIA Study' l T (0'1') from ConsultinsService periodi:-Consultants shall submit the final reportwithin ibrrr months I theDate of Commencementof Services. T Irion Compliance:If consultantfails to complyN{n's i-11t1uc1ipnand is not abteto obtainNOC so t llo," EpA in minimumdefined period in law; 50%of total costwill be deductedwhat everthe "onc"-ed reasons are. t I I I t t I I I I I I 'il.r:1|.lri ,'- I I I (400 Km) Page94 I Feasibility& DetailedDesign for Construction Sectionof M-8 I I I t Terms of Reference

result of an Social Impactsarc the changesthat occur in communitiesor to individualsas a externally-inducedchange like developmentprojects. The term also includescultural impacts involvingchanges to the norms,values, and their beliefsthat guideand rationalizetheir cognition of themselvesand their sooiety.Social Impacts are both positiveand negative' Changesmay effect employmen!income, Production, way of life, culture,community, political systeis, environment,health and well-being, personal and property rights, and fears and t aspirations.These irnpacts can be positiveor negative. In short,as socialimpact is a significant improvementor deteriorationin people'swell-being. Projectswith significant social impacts t incjude:roads and linear projects(dislocation of activity networks),and landfill and hazardous wastedisposal sites (seen as health risks). Social impact assessmentincludes the processesof analyzing monitoring and managingthe t intendedand unintendedsocial consequences, bottt positiveand negative,ofplanned interventions (policies, programs, plans, projects) and any social change processesinvoked by those interventions.Its primarypurpose is to bring abouta more sustainableand equitablebiophysical t andhuman environment. Tvpesof Impacts t The consultantpreparing the SIA is requiredto oonsiderthe following aspectswhile analyzingthe possibleimpacts: t SociaUCultural o Break-upofcommunity cohesion t o Disintegrationof socialsupport systems . Disruptionof women'seconomic activities o Lossof time-honoredsacred places of worship .f, o Lossof archeologicalsites and other cultural property Economic o Lossof agriculturallands, tress, wells T r Lossof assetsimmovable and as well movable o Lossof dwellingsand other farm buildings o Lossof accessto commonproperty resources t r Lossof shops,commercial buildings . Lossof householdincome,livelihoods, businesses/jobs . Overallreduction in incomedue to a abovelosses I Public InfrastrucJureanilso,rviges . Governmentoffice buildings t o Schoolbuildings . Hospitals r Roads t . Identifyingimpoverishment risks which projectsoften create is partof the exerciseto adverseproject impacts. identify ,'tiJ.j..ilN '/s.-;/ \*\\ il ,.]il' -., ,rr'\rb\\ 0,r9,?: irll

'---" -.,,!# :.,.:,ri+:-EX . .\../l t Terms of Reference

I The socialimpact assessment (SIA) reportwill include(i) identifiedpast, present and future potentialsocial impacts, (ii) an inventoryof displacedpersons and their assets(iii) an assessmentof I ih.it in"ore and livelihoods,and (iv) gender- disaggregatedinformation pertainingto the I economicand socio cultural conditionsof displacedpersons (v) identify individualsand groups who may be differentially or disproportionately affected by the project because of their t disadvantagedor vulnerablestatus where such individuals and groupsare identified,will propose t targetedmeasures so that adverseimpacts do not fall disproportionatelyon them and they af,enot disadvantagedin relationto sharingthe benefitsand opportunities resulting from development.The I project'spotential social impactsand risks will be assessedagainS the requirementsapplicable I under laws and regulationsof the jurisdictions in which the project operatesthat pertain to involuntaryresettlement matters, including obligations under international law. t i. InitiallyConsultant should submit two draftcopies of thereport to NHA, I ii. lt will bethe responsibility of Consultantto arrangejoint visit (Consultantand Land Section NHA HQ team)to the field beforefinalization of SIA report. I iii. After incorporatingthe commentsfrom NHA, Land SectionHQ anddonor agencies I Consultantshould finalize the report. I iv. Consultantsrequired to submittwo hard copiesand one soft copy of final SIA reportto NHA. I ShaJingSIA Reoort with S,gkeholdels I . The SIA sponsorsshould ensure that the repoflis publiclyrnade available once it has T beenformally submitted to them. I I I I I t I I I I I I t I I I I I I F."rtbility & D"t"it.O O".ign tu Conrt*"tion of l{oshab-Awaran-Khuz'iarSection of M-8 (400Km) Page96 I I I I Terms of Reference

tr.ORMA"T SOCIAL IMPACT ASSESSMTNTREPORT A formal Report with a brief BxecutiveSummary should be preparedfor submissionto the Authority: Contentsofa SIA Report: lntroduction:This sectionincludes the purposeof the report.It desctibesits scopeand how it is organized(provide brief outlineof the contentsof the report), t Descriptionof the Project:Frovide in this sectionbrief detailsof the project,the objectivesof the project, need for the project, the project location, the proposedschedule for implementation. t Furnisha drawingshowing the projectlayaut" and its location. Methodsin ldentif,ing ProjectImpacts: Describe the methodsused in conduotingthe assessment, bothquantitative and qualitative. t AnticipatedProject Impacts:Describe project impacts on different groups, both positive and negative,as identifiedby the SlA. t AffectedPopulation: This sectioncontains details about the total affectedpopulation, such as male ,t andfemale ratio, age profile, marital status, occupational structure, etc. Affected VulnerableGroups: Provide details regardingall vulnerableaffected households, including scheduledcastes/scheduled tribeVother backward classes, Women-hcaded households, squattersand encroachers,disabled and those unable to work, elderly and childrenwithow suppot! it andthe very poor Inventoryof displacedpersons and Lossesto their assets:'['hissection contains full informationon lossesto both assetsimmovable as well immovable.These include land, houses,other sffucturcs, incomeand livelihood,and social netrvorks It Lossesto the Community:Provide a completelist of cor,rhunifypropefi affectedby the prcjec:t. This will includeall public buildings,common properq rcsource(such as pasturesand rivers), ,n culturalprcperty (includes archeologioal sites), and infrastructrrre (rcads, bridges, and canals) PublioConsultation and Disclosure: This seition will describethe processfollorved to involvethc affectedpeople and other stakeholders.It summarizestheir commentsand describeshow these lr wereaddressed. Describe activities undertaken to shareinfprmation Findingsand Recommendations:This sectionwill providean overall assessmentof impactsand iJ make recommendations.for further action on the basis of the impact assessment,including abandonmenipf the projectif in relatiorrto thebenefits the impacts are too severeto manage. Mitigation Plan: If the recommendationis to mitigatethe project impacts,provide details of an l actionplan for mitigation,including relocation and income and livelihood restoration plans. Recommendations:On the basisof its findingsthe Reportshould finally rnakeits recommendatiorr I to the sponsoringauthority. It shouldclearly statewhethcr the project.couldproceed as it is; or proceedwith somechanges, or drcppedcompletely. I SharingSIA Reportrvith St4keholders |I i : The.SfA sponsorq.should ensurethai the Reportis pucJiclyma4e avaiiable formallysubmitted to them. ,t'z-!,tto1n--, *,**:* il ;17.^.'1,r/----r. f Feasibility& DetailedDesign for ConstructionoFFloshab'Awaran-Kh'rzdar Sectic.rn of'Na-8 (400'l(r3) l,age9? f Man-MonthAnd Activity Schedule I APPENDIX B I MAN.MOIYTII AI\D To estimate Consultant's inputS and costs for the ACTIVITY assignmenqman-month and activity schedulesare to be il SCIIEDULE providedas per enclosedformat (Forms A7 andA8). These tu'o schedulesshould correlate. I I rl I lr I I I I I I I I I I T I

I n""siUitity e Detailed Designfor Constructionof Hoshab-Arvaran-KhuzCarSection of tvl'8 (400 K.nr) Page98 I IITIIIIIIIIIIIIIIIIII

n o E sq K FJ c o F-h o )-( H a) )-) o Fr( o )-) H r+ t-) F1 d 9J (+r) I 1*Jo*oB NATIO NAL HIGHWAY AUJHORITY ll hocufem.erfi &ContractAdministrationSection 28 Mailue Area, G-9/1, Islamabad j 051-9032727, @051-9260419 I Ref:6(4e1)/cM(P&cA) INHA/ 2o2o / / q3 Dated: 6ttt May, 2O2Q

I M/s NESPAK lPr7t.) Ltd. llead Fhm| in JV with M/s Associated Consulting Engineers-ACE Ltd.; & M/s APEX Consulting Engineerirrg I Address: Higfuway Section, 2nd Floor, Attaturk Avenue, Sector G-5/2,Islamabad - Pakistan Phone:+92-Et-2274O16 t Fax: +92-51-922L914 Email : nespak.hte@mai1. com I [email protected],pk Subjecil CONSIILTAITCYAGFTEMEITTFOR: coilsnLTAncx sDRvrqps I1oR rEAsiBrLrrY sruDY AIYD I DEfAILrp DE$TGN rlOR COLSTRUSHON OF HOSHAB- aWARAN.KTTUZITAR SEq"rIOil OX' M-8 J4OO I{Ml t (2-r,alvpBoADI I The Consultanc5rAgreement for the subject Services duly signed on 29tlAApril, 2O2Obetween National Highway Authority and the Consultants: t M/s NESPAK(Rrt.) Ltd. in JV with M/s AssociatedConsulting Engineers-ACE Ltd.; & M/s APEX Consulting Engureering,Islamabad. is enclosed for your I, further necessaryaction, please. 1-' ) tr/3ry")/'' I (HAFIZ IUUIIAMMAD TAIIIR NADEEMI General Manager (P&CA) I Encl: As mentioned above Dlstrlbutlon: - General Manager (Design), NHA, Islamabad; I - General Manager (B&Al NI{A, Islanabad; - P&CA Record (Copy & Original Consultancy Agreement). I Co,py for klnd lnformatlou - Member (Planning), NHA Islamabad; - Member W-Zl, NHA, Quetta; - Member (Engg.Coord), NHA Islamabad; - GM (Ptanning), NHA, Islamabad; I - GM (Finance), NHA, Islamabad; - Director (P&CA), NHA, Islamabad; - GM (Engg. Coordf-Il, NHA,Islamabad; - Director (Planning), NHA, Islartrabad; I - Director (Tech.) to Chairman NHA. t ii! i i iiiii iEili ili ii i Iii ii i t i iilltiiiiitiliiliiiElf iifill lli I 103130 I t I I t I I I I I ConsultancyContract Agrecment

I I for I Feasibility Study and Detailed Designfor Construction of Hoshab-Awaran- I Khuzdar Sectionof M-8 (400 km) (2-laneRoad) I This CONTRACT(hereinafter called the "Contract")is madeon the L-?:t'!Aayof I .hQA",!rr. 2020,between, on the onehand, National Highway Authority, Govcrnmentof Pakistan,28-Mauve Area, G-911, P. O. Box 1205,Islamabad, Pakistan (hereinafter called "the I Client" which expressionshall includethe successors,legal representalivesand permilted I assigns)and on theother hand a joint ventureconsisting of thefollowing entities, each of which T will bejointly andseverally liable to the Clientfor all the Consultants'obligations under this I Contract,namely: I M/s National Engineering Services Pakistan (Pvt.) LttI., 2nd floor, Attaturk Avenue, Seclor G-5/2, Islamabad- Pakistan, (Lead Member); 'fown I\Us AssociatedConsulting Engineers - ACE, p@ted., 45-I-, Model I -' Extension,Lahore - Pakistan,(JV Member); i.',1 f .'l I ff nt i J and 'irtl-. I /\ il&s APEX Consulting Bngineering,House# 19, Armour Colony,Nowshera I Cantt,KPK Pakistan,(JV Member) (hereinafter collectively called the "Consultants" rvhich expression shall include its successort,-o*.#ft._*, I legalrepresentatives and permitted assigns). I ffi: I wHEREAs ajHF.- (a) the Client has requestedthe Consultantsto provide certain consulting serviccs as defined I to this Contract (hcreinafter callcd the in the General Conditions of Conhact attached I I I li t I Date: 2C-A2-2O2O t Feasibility Study and Detailed Design for Construction of I I Hoshab-Awaran-Khuzdar Section of M-B (4OOkn) (2-iane R.oad) I Agreement Between I M/s National Engirreering Sen'ices Pakista:r (FVtj Ltd. Ii: JV ivitl-r I l\tt/s Associated Consulting Engineers Ltd. And I I \,{/ s APEX Consulting Engineeri:rg And I I Na rj r-rnal F{ig}l'*,ai,- I I I I I t I I I I I I I I I I I I I I I I I I i I I It I I l I I 'i 'ii=i 'i :.iil ',i ' : I L0 3151 :ilii I :i IrlEi i iEii i iiift iil Ii Ii llli ni iiii I ii iiiiiEiiiltiliii rittilllii ili l t T I I I I I I I (b) the Consultants,having represented to the Clientthat they havethe requiredprofessional I I skills, andpersonnel and technical resources, have agreed to providethe Serviceson the termsand conditions set forth in this Contract: I I NOW THEREFOREthe Partieshereby agree as follows: 1. The following documentsattached hereto shall be deemedto form an integralpart of this I t Contract: (a) the GeneralConditions of Contract; I (b) the SpecialConditions of Contract; t (c) the following Appendices: t AppendixA: Descriptionof the Services/Termsof Reference ?#* AppendixB: ReportingRequirements I AppendixC: Key Personneland Sub-consultants I AppendixD: Breakdownof ContractPrice in ForeignCurrency (Not used) I AppendixE: Breakdownof ContractPrice in Local Curency T AppendixF: Services& Faciliticsto be ProvidcdtheBy consurtants the Client andbvthe'"*' Counterpart t Appendix G: I ir Annexure-l: -l'Annexure-Il: ilft$;ffi::-" #mF t t Annexure-Ill: GeneralManager (Finance) ietter No. l(1)NHAlFINl20l8-559 I datedDecember 19, 2018 Annexure-IV: Member (Engg-Coord) letter No. Dir(ISO)AIHA/QA Cell/19/180 I dated22no October, 20 I 9 I Annexure-V: Affidavits forNon-Blacklisting

I The mutual rights and obligations of the Client and the Consultants shall be as set forth in I the Contract, in particular: t (a) the Consultants shall carry out the Services in accordancewith the provisions of the I Contract; and

(b) the Client shall makc paymentsto thc Consultantsin accordattccv.'ith the provisions I of thc Conrract. I I I I r Registere-^fr ff. Date: 2A.-02-2C2O rl Feasibility Study and Detailed Design for construction of I rl Hoshab-Awa-ran-Khuzdar Section of M-8 (400 km) (2-lane Road) I Agreement. Bettrieen rl M/s National Engineering sert,ir-:esPakistan (Pr'-t)Ltd. In JV with I N{/ s Associated Consuiring E;:gineers l,t-d-And' I rl VI/ s APEX Consr,rltingEngineering And I rl i jrnti clna L ii i g;l,i'.'i's1; alr. Lh.r-r l:i i"v I rl I r1 I rl I I rl I I I I t ! I I t I I I I I I I I

r I I I 1 I I I I 10314I iii i itti i i"rl i lli ii i iil ii i iii iiii ilili !!ii ili iEititiiti iii I I I I I I I I I I t I I ' IN WITNESSWHEREOF, the Partieshereto have causedthis Contractto be signedin ttreir' I I respectivenames in two identicalparts, each of which shall be deemedas the original,as of the I day,month and year first abovewritten. t For and on behalfof NATIONAL HIGHWAY AUTIIORITY I I Witness ,L Signature ,,r,u,","/Z,Wa/v/u:- T g^"1- I Sr Pa: Name gtuhmmadftrve+dlgbalWrlrhlrl N"*" U,-4 rc) I lletionrl Hirh{ay ruthontv t3tarnaba{, I Title I Forand on behalfof

I M/s NationalEngineering Scrvices Pakistan (Pvt.) Ltd. in JV with M/s Associatcd I ConsultingEngineers Ltd. and M/s APEX ConsultingEngineering l I M/s National Engi Services ,/N Pakistan(Pvt.) Ltd Membcr) Witness/ I r \ ,/ t hr I slgnature-r \ \ t Name:ilt,.,tnv nfXN I I cNrc# v7q6-fl%2.1q{'1 I I I I ATTqglFD

I -3- I I Kll'6 RegisteiedNo...: ...... Date: 2!J-A2-2A'2A I t Feasibiiity study and Detailed Design tbr construction of I I Hoshab-,A.waran-Khuzdar section of M-8 (400 k-rn) (2-lane Road) I Agreem.ent Between I &{/gxational Engineering ser"'ices Pakisttrn {pvt) Ltd. In JV r,r.ith I M/s Associated. Consulting Ei:.girleers Lr.d. .\nd I It{/ s AFEX Cnnsr.iiting Engineering I And I I National Hrghv;e.-v.{uthorit3r I T I t I I I I t I I I I I I T I I I I I I I l I I I ::,::l:::::?.!E:|' I 103147 ii! I i liEli ill i iii l i i uii i iii ii titnEiitlililii iilfiiiili iii t t I I T I t M/s AssociatedConsulting Engineers - I ACE Limited(JV Membcr) Witness f ,,\ I n"? 'l?b \7 Sisnature--J, / | Signature

I Name:f"AU-' Eb| Name:Khalid Rasul I CNIC#Sft*>-yt4t1fh^L

M/s AFEX ConsultingEngineering I (JV Member) I Witness I Signature Name: Name: Asad Ullah Khan ffi* I CNIC # Title: ManagerProjects I I I I t I I T Registereo *.. T.l,{..2.... Dei'r*:2L1-O2-2O2A Feasibiiity ;'ltud)' and Detaii':C Design :o;.' Cjonstruction of I t Hoshab-Awaran-Khuzdx Sectir:n cl'M-{3 i;iiii} k.r.n)i2-Iane Road) I iigre ertlcrrr t E etr.l'eel:r. I \4/s Nat,.,rneillingirree:ing Serviccs Patr

I In order to achieve the objectives, the NHA intends to hire the services of a competent and highly experienced engineering consultancy firml 1 consortium of engineering firms who demonstrates tJ:e availability of requisite technical and non-technical human resource and who bear the valid license of Pakistan Engineering Council with relevant Code. 1 This report covers the selection process of such a firm/JV under the provisions of prevailing procurement Rules/ Regulations and NHA I Code. l_ 2. Nppo Asspsuptrt: . Gwadar is future Hub of Business activities. t . Gwadar port will play an important role to boost economy of Pakistan. t Feasibilitg Shtdg & Detailed Design of Hoshab-Awaran-Klutzdar Section of M-8 ft00 Km) Page-l t I t Technical Evaluatio n I ZO19 t t_ Proper connectivity of road network will play an important role in easy movement of trade vehicle and luggage. I After completion of Hoshab-Awaran-Gawadar.section of M-8 will be a shortest route to Gwadar port and it is anticipated t that mostly traffic not only of CPEC but also local traffic will adopt this route due to shorter distance for Gwadar and i surroundings Area's. i PRqrpct Dprnrrtror: The project envisages Construction of 2-lane highway having carriage width 7.3m for Hoshab to Khuzdar via Awaran which is part/ section I of Ratodero-Gwadar (M-8) project. Total length of proposed project road is about 400 km. The road will be constructed as a 2-Iane i facility. Accordingly, the consultant will conduct feasibility study and detail design of tJ'.e project by adopting international standard code of i practices for road and bridges design and as per TOR for said assignment. i 4. PRo.rpct Oanpctrrms:

i) Depriveness of Baluchistan will be addressed through this i project. With provision of this road shortest route will be available for Gwadar Port. I ii) After construction of missing section of M-8 economic activities will be started in Baluchistan especially project surrounding I areas. iii) Time saving of traffic will improve. iv) Vehicle operating cost will be reduced. i v) Employment opportunity will develop for the people of l surrounding areas. 5. Scopp Or Wonx: I Consultant is required to carrJr out following activities within the stipulated time for the contract: i o Data Collection / Co-ordination with concerned Departments particularly strategic organizations t.t' t Feasibilitg Shtdy & Detailed Design of Hoshab-Autaran-Khuzdar Section of M-8 ftOo Km) Page-2 I I I l . Review of existing alignment and recommend improvements / modifications & study of New Alignments in accordance with I the Geometric Standards set forth in the TOR, if any . Presentation of alignment alternatives for approval from NHA t o Acquisition of Processed LiDAR Data from Pak Army 477 Survey Group . Topographic suryey (where required in addition to the LiDAR 1 Data) with establishment of survey control points o Soil investigation 1 . Evaluation of existing pavement, if any o Identification of quarry sites and construction material survey I o Geotechnical lnvestigation sunrey for bridges and structures , . Road furniture design including traffic signs and gantries l . Hydrolory & Hydraulic design of alignment & structures including flash flood routing I o Structures Design . Horticulture and Landscaping of intersections, if any . Traffic survey and Axle load survey I o Pavement Design with surface runoff calculations . Preparation of Feasibility Study Report to ascertain the I requirement for provision of 2-lane highway keeping in view tl:e Tralfic Requirements & Economic Analysis / Cost-Benefit 1 Analysis. . Highway Safety Audit o Tender Documents including Drawings, C-Factor, BOQ, i Engineer's Estimate, Particular Specifications and Special Provisions t o Stakeout of design alignment after approval for ground validation . Utility folders and Land Acquisition Plans including complete I details of land owners as per Shajra Parcha as per Provincial Department Record. t o Preparation of PC-1

consultant is entrusted with the Scope of work outlined above. It is i required that the consultant should undertake the job in a professional manner to the best of his ability and resources. NHA as 1 client may offer comments through in-house review / 3ra party review i Feasibilitg Studg & Detailed Design of Hoshab-Autaran-Khuzdqr Section of M-8 (40O Km) Page-3 l l t consultant. Any comments offered by the Client do not absolve the t consultant from its obligation to develop correct and cost effective engineering solutions for tJre Project. NHA reserves the right to take t punitive actions as required at appropriate forum even during construction stage. I 6, Pc-II Sterus: The PC-[ of the Project was approved in 50ut Meeting of TWP-II held t on 9m May 2019, which was revised through Corrigendum dated 28ti'August 2019, at the estimated cost Pak. Rs.7Or948r8OO (Ref: t Annernrre-Af. t 7. Apwnttspuprvt: The RFP Notice was advertised in two daily newspapers namely: Roznama JUNG (Urdu Newspaper) on Sfr September, 2019 and DAWN I (Eng1ish Newspaper) on 6ut September, 2OL9 and also uploaded on NHA and PPRAwebsites. The initial deadline for proposals submission t was 25fr September, 2OL9, which was extended to 2"d October,2Ol9 tlrrough Corrigendum No.l. The PPRA tender No. is T5399L72E. The t newspaper clippings are enclosed for record (Ref: Annexure-B). I Pnp-Pnoposer, Mpprrrc: The Pre-Proposalmeeting was held on lLth September, 2OL9at 1100 hours in NHA Auditorium, HQs Islamabad. The Minutes of Pre- I Proposal Meeting and Addendum No. O1 was issued vide letter No. 6(49rl / DLr-III(P&CA)/ NHA/20 L9/ 2L3 dated 26ft September 20 19. The I proceedings of the Pre-Proposal Meeting along with Addendum No.01 and record of attendance of participants are enclosed 1 (Ref: Annernrre-C). t 9. SUBMISSIoN/OPEIvING OF PRorcsArs: 9.L Following two (02) consultancy firms/ JVs submitted their technical T and financial proposals on 2nd October,2QLg: i. M/s National Fngineering Services Pakistan (Rrt.) Ltd. in JV with M/s Associated Consulting Engineers (Rrt.) Ltd. and M/s t APEX Consulting Engirieering; t Feasibilitg Stttdg & Detailed Design of Hoslwb-Auaran-Iltttzdar Se'r:tianof M-8 Km) Page-4 t ftOO I I Technical Evaluation I zofe ii" M/s Prime Engineering and Testing Consultants (Rrt.) Ltd. in Association with M/s Associated Consultancy Centre (Rrt.) Ltd., t M/s Finite Engineering and M/s Babar's Associates. I g.2 The Opening and Evaluation Committee constituted in respect of NHA Code-2OOS and further revised vide Circular No. 6( )/GM(P&CA)/ I NHA/L5/LL6, dated 23rd January, 2OLS was invited vide office letter No.6(a91)/DIR(P&CA)-III/NHA/L9l2L8 dated lst October, 2OL9 for I opening of the proposals. The Technical Proposals were opened on 2nd October, 2OL9 in the presence of Opening and Evaluation I Committee and the representadves of consultants. The proceedings of proposals opening are enclosed (Ref: Annexure-D|.

I 10. Evelu.mror: I 10.1 Evelueron CRrrBrue 'The evaluation of technical proposals is based on the following I criteria:

I -iriL::-irlw Experlence of the Firm 100 t General Experience in Road Transport Sector tzl) Specific Experience Related to Particular LL5) i Assignment 2. Approach & Methodology 250 T 2-a Appreciation of the Project E9) (i). Euid.ence of Site Visit utittt Ptntographs pa) I (ii). Claritg of Appre ciation (20) (iii). Compr ehen siue ne s s of Appre ciatio n (20) i 2-b Problem Statement/ Understanding of Objectives I@I (i). Identification of Prgbl,ems/ Objectiues (s0) i @. Components of Proposed. Seruices (20) 2-c Methodologr GA) (t). Proposed project I Solutions for this (30) i Feasibilitg StudA & Detailed Design of Hoshab:.Arlaran-Xfurza T l t (ii). Qualitg of Methodologg (20) i (iit). Conciseness, Claritg and Completeness of Proposal (so) 2-d Suggested Changes for Improvement in TOR ru) i 2-e Work Program twI 2-t Staffing Schedule w 1 3. Key Staff 45O 4. Performance Certiflcation From Cllents 1OO 1 5. Present Commitments lCurrent Engagement and 50 Avallable Strength - Justiflcationl l 6. Transfer of Knowledge * (Methodologyl Plans| 50 Total Polnts: 1000 i Minimum quahfying technical score 70% * Transfer of knowledge would be in the form of joint venture l with new/ less experienced firm(s) by sharing at least 2Oohof Assignment with them for promoting tlle consultancy i- industry in the countr5r. The percentage distribution of weightage earmarked for evaluation l sub-criteria for suitability of Key Staff are: I I i. Academic and General Qualifications 30% ii. Professional experience related to the Project 60% iii. Status with the firm (Permanent & duration with LO% i Firm as per LOI Clause 3.L.4 (d))of the RFP t I LO.2 RpsponsrvnNpss op TpcuxrcRr, PRoposer, - proposals {-' Al1 the were evaluated in the light of eligibility criteria and other stipulations mentioned in the RFP. The required documents for I completeness of the proposals have been spelled out in the table for checklist attached to the RFP. The evaluation sheet showing the level I of RFP compliance is enclosed {Ref: Annexure-Ef . r t Feasibilitg Shtdg & Detailed Design of Hoshab-Autaran-Khuzdar Section of M-8 ft00 Km) Page-6 I I i Technical Evaluation 10.3 DprRrLBpEvelueloN t of technical proposals, only one (01) JV 10.3.1 As a result of responsiveness l firm was found responsive to the requirements of RFP checklist: 1. M/-" Nd"td,Engineering Services Pakistan (Pvt.) Ltd. in JV with M/s Associated Consulting Engineers (hrt.) Ltd. and M/s i APEX Consulting Engineering 1 The technical proposal of only responsive JV firm was evaluated in detailed by the Evaluation Committee members. The score assigned to 1 each technical proposal as a result of evaluation are tabulated below: i M/s (Pvt.) Ltd. in JV with |ESPAK i M/s Associated Consulting Engineers (Pvt.) Ltd. and M/s i APEX Consulting Engineering M/s Prime Engineering and Testing Consultants (Rrt.) Ltd. in I Association with M/s Associated Non Responsive Consultancy Centre (Pvt.)Ltd., M/s I Finite Engineering and M/s Babar's Associates t IO.s.2The Summary Evaluation Sheets (SES) and Personnel Evaluation Sheets (PES) as per technical evaluation carried out on the basis of i which the entries are made in table under Para 10.3.1" are enclosed i (Ref: Annexure-F|. z.11^ RpcoumpuDATroNs: i 11.1 As mentioned in table under Para 10.3 above, only_pq9__(8._1l r consultancy JV firm achieved 8O7o i.e. more than minimum passing I score of.7Oo/oin the technical evaluation as per the evaluation criteria r- _ I stipulated in the RFP: i Feasibilitg Studg & Detailed Design of Hoshab-Autaran-Khlzdar Section of M-8 ft)O Km) Page-7 i t t I Technical Evaluation | 2OL9 I I i. M/s National Engineering Services Pakistan (Frt.) Ltd. in JV I with M/s Associated Consulting Engineers (hrt.) Ltd. and M/s APEX Consulting Engineering;

LL.2 Foregoing in view, the Opening and Evaluation Committee I recommends that the evaluation of technicat proposals may b1 approved and permission may be accorded to open the financial I ]roposals of the consultdncy JV Firm mentioned under Para 11.1 above. i 12. SusMrssrou: The Opening and Evaluation Committee submits Para lVN for kind i perusal and approval of Member (Planning|, please. =- i i Director (Planning General Manager (Engg.Coord.)-U .r"t Ir- ho*wfur,- General Manager I (Design) r I MpnnspRlPlerYurrc

T rl/ns r YF"'-l I CrAo(f"s% ) -/ lww i o|rl,s II I f- t Feasibilitg Shtdg & Detailed Design of Hoshab-Awaran-Khuzdar Section of M-8 (4O0 Km) Page-8 I FinanciaU Combined Evaluation Report

Feasibilitg Studg & Detailed Design of Hoshab-Awaran-Khuzdqr Sectton of M-8 ft00 Km) Page-9 I I

I L4. Oppluuc Or F.rnencrar, PRoposer"s Subsequent upon the approval of Member (Planning) vide Para L3 T above, the financial proposal of following one (01) technically qualified JV firm was opened. on 23'd December 2OL9 in the presence of NHA's Proposals Opening/ Evaluation Committee members and authorized l representatives of the consultants. Attendance sheets of Committee members and consultants' representatives along with the summary i sheet of financial opening a-re attached (Ref: Annexure-G). The financial proposal of the consultant as announced during the financial I opening is as under: Sr. No. Descriptlon Mls NESPAIS + ACE + APEK

I l_. Salary Cost/ Remuneration 24,67L,9OO I 2. Direct Cost (Non-Salary) 48,5OO,OOO 3. Sub Total (I + 2l 73,r7r,900 i Sales Tax @ 16%oon item S. No. 3 above which shall be Not Applicable till finat 4. kept as Provisional Sum in decision of the Court of Law i the Contract Agreement i Grand Total: 73,t7t,9oo 15. Anrrrrnnsrrc ERRons & Irconsrsrorvcrps i 15.1. No arithmetic error and other additionf omission was found in the financial proposal of M/s NESPAK (Rit.) Ltd. in JV with M/s ACE i (Rrt.).Ltd. and M/s APEX Consulting Engineering. t5.2. The comparative statement of financial proposal of M/s NESPAK (hrt.) Ltd. in JV with M/s ACE (Rrt.) Ltd. and M/s APEX Consulting i Engineering is attached (Ref: Annenrre-H|. I 16. Frnencrer, Sconp Car,cur,ertor The lowest financial proposal (F*) is given a financial score (Sd of 1OOO i points. The financial score of the JV lirm is computed as follows: gr =(10OOxF*)/F Where, F- = Lowest Financial Proposal i F = amount of specific financial proposal I I Feasibilitg Studg & Detailed Design of -Khuzdar Sectionof M-8 ft00 Km) Page-l) I I Combined Evaluation I zofs L7. CoMgIuppEvAr,uetroil i 17.1. Using above formula, the financial score is calculated, given in tabular form as under: i Description M/s NESPAK + ACE + APEX Quoted Amount 73,I71",900 i Evaluated Amount 73,L7L,9OO i Financial Score l,OOO 17 .2. The result of the combined evaluation is therefore shown as under: i Sr. M/s NESPAK + ACE Description No. + APE:K i A. Remuneration 24,67L,9OO (i) t . Key Staff 19,907,100 (ii). Non-Key Sta-ff 4,764,8OO 1 B. Direct Non-Salarv Costs 48,500,000 Total {A + Bl 73'171,9o,0 I C. Sales Ta><@L6o/o on Remuneration r Total(A+B+Cl 73,171,9OO I (a). Provisional Sum Items (-) 10,000,000 (b). Indirect Local Taxes (-) I Competitive Financial Proposal 63,171,9OO COMBINED EVALUATION I l Technical Scores (D) 798 I, I Weighted Technical Score (E= 80% x D) 638 I Competitive Financial Proposal 63,L7L,900 t Financial Score (F) 1,000 Weighted Financial Score (G=20% x F) 2o,0 I Combined Score (H= E+G) 838 '! Ranking Irt

1 18. Rpsur.r Or CoMsrupo EvAluarrou i As a result of Combined Evaluation, M/s National Engineering I Services Pakistan (hrt.) Ltd. in w with M/s Associated consulting r Engineers (Rrt.) Ltd. and M/s APEX Consulting Engineering, is the highest ranked consultants with evaluated consultancy cost: Pak. I Rs.73,L7t,9OO l-

I Feasibititg Studg & Detailed Design of Hoslnb-A Sectionof M-8 ftOO Km) Page-lL t I I 19. Powpns Fon Amnp on Colswraucv Spnvrcps

I Reference is made to Chapter No.4, "Engaging Consultants & Administration of Consultancy Services" of NHA Code-2o05 Volume-I, Page 83 under section-Il *Powers", sub-section (2) - Local Consultants, I in Table lV-2, row No. A (i); NHA Executive Board has Full Powers for approval of cost of local consultancy services and acceptance of bid for I engagement of consultants. 20. Rpcouupnoetrors I <-l The Opening & Evaluation Committee recommends tJ:at the proposal for award of "Consultancy Services for Feasibility Study and Detailed I Design for Construction of Hoshab-Awaran-Khuzdar Section of M-8 (4OO km) (2-lane Road)" to the highest ranked Consultants: M/s National Engineering Services Pakistan (Pvt.) Ltd. in JV with M/s I Associated Consulting Engineers (hrt.) Ltd. and M/s APEX Consulting Engineering at evaluated cost of Pak. Rs.73,I7I,9OO|- (Pakistani i Rupees Seventy Three Million, One Hundred Seventy One Thousand, and Nine Hundred Only) may be presented for approval before NHA i .Executive Board in its upcoming meeting. 21. Susnilrssror t The Proposals Opening & Evaluation Committee submits Para 20/N --' I for approval of Member (Planningf , please.

\ t ^ .-- i wlout&. "fr\/a/a) --__- General Manager General Manager I (Design) (P&cA) I General Manager (Engg.Coord.-II GoP) I Convener I Ap^A,'{ /W4,/:ozo l Qnct l Feasibilitg Shtdg & Detailed Design of Hoshab-Auaran-Khuzdar Section of M-S ftOo Km) Page-l2 t