National Highway Authority

[Ri[nu.v ui$t.a'Ars

REQUESTFOR PROPOSAL

for

Feasibility Study & DetailedDesign for Construction/ Rehabititationof Road from Chirah -SimliDam-Karor-Bann- Patriata

Tender No. 6(459)

Pages(1 to 131)

DecemberrzAfi I Table of Contents T I Table of Contents t I DESCRIPTION PAGE NO. T LETTER OF INVITATION (LOD I ATTACHMENTS )

T INSTRUCTIONSTO CONSULTANTS(ITC) J I DATA SHEET(DS) 10 CHECKLIST FOR COMPLETENESSOF PROPOSAL(CL) T9

t SUMMARY EVALUATION SHEET 2l I PERSONNELEVALUATION SHEET i) TECHNICAL PROPOSALFORMS 23

I FINANCIAL PROPOSALFORMS 36 I APPENDIXA 46 TERMSOF REFERENCE 46 I APPENDIX B 9l MAN-MONTH AND ACTIVITY SCHEDULE 9l

I APPENDIX C 92 t CLIENT'SREQUIREMENTS FROM THE CONSULTANTS 92 APPENDIXD 94 PERSONNEL,EQUIPMENT, FACILITIES AND OTHERSSERVICE,S TO BE T PROVIDEDBY THE CLIENT 94 I APPENDIX E 95 t COPYOF MODEL AGREEMENT 95 I t I Ir Letterof Invitation T GOVERNMENT OF NATIONAL HIGHWAY AUTHORITY 27-MauveArea, G-911, t PostBox No. 1205, ISLAMABAD Datedthe I Ref No. I LETTER OF INVITATION (LOD

I To' All prospectiveconsultants I Gentlemen! We extend wafin welcome to you and invite you for participating in this project. I We hope that you will live up to your reputation and provide us accurate information so that the evaluation is carried out "just and transparent". Please understandthat the contents of this RFP, where applicable, shall be deemedpart of the contract agreement.An example to this affect can be T the contents of your work plan and methodology which you shall be submitting in your technical proposal. Since that is the basis of the selection, therefore, it shall become part of the contract agreementsubject to approval/revisionsof the sameby NHA during the negotiations. Similarly, all I other services and the content contributing to services shall be deemed part of the contract agreementunless it is specified for any particular item up-front in your technical proposal which obviously will make your proposal a conditional proposal whereby, authorizing NHA to may or I may not consider to evaluateyour proposal. Pleaseunderstand that if no such mention appearsup- front (i.e. on front page of technical proposal) then it shall be deemedthat the consultant is in 100% agreementto the above. You are also advised to kindly read the RFP thoroughly as it can drastically I affect the price structure for various serviceswhich may not be appearing directly in the terms of reference.In the end, we appreciateyour participation and hope that you will feed a good proposal T to merit considerationby NHA. I GeneralManager (P&CA) Telephone:+92-5 t -9Q32727, I Fax: +92-51-9260419 E-mail: gmpca.nha@ gmail. com, I Website:www.nha. gov.pk I t t

FeasibilityStudy & DetailedDesign for Construction/ Rehabilitationof Road from Islamabad-SimliDam-Karor- t Bann-Patriata PageI of13l t 'l

Attachments

t ATTACHMENTS I Instructionsto Consultants(Annex A) I DataSheet (Annex B) t Checklistfor Completenessof Proposal SummaryEvaluation Sheet

I PersonnelEvaluation Sheet I TechnicalProposal Forms FinancialProposal Forms

I AppendixA (Termsof Reference) I AppendixB (Person-Monthsand Activity Schedule) AppendixC (Client'sRequirements from the Consultants)

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

I AppendixE (Copyof Model Agreement) I T I I I t t I

FeasibilityStudy & DetailedDesign for Construction/ Rehabilitationof Road from Islamabad-SimliDam-Karor- I Bann-Patriata Page2 of l3l T I Instructionsto Consultants I AnnexA I INSTRUCTIONSTO CONSULTANTS l l. INTRODUCTION 1.1 You arehereby invited to submita technicaland a financialproposal for consultingservices ooData I requiredfor the assignmentnamed in the attachedData Sheet(referred to as Sheet" hereafter) annexed with this letter. Your proposal could form the basis for future negotiationsand ultimately a Contractbetween your firm and the Client namedin the Data t Sheet. I t.2 A brief descriptionof the assignmentand its objectivesare given in the Data Sheet.Details are providedin the attachedRFP for designservices provided in the Documents,and will t becomepart of agreementsubsequently. 1.3 The assignmentshall be implementedin accordancewith the phasingspecified in the Data I Sheet. 1.4 The Client has beenentrusted the duty to implementthe Projectas ExecutingAgency by I Governmentof Pakistan(GoP) and funds for the projectshall be arrangedby the Client.

1.5 To obtain first-handinformation on the assignmentand on the local conditions,you are I encouragedto pay a visit to the Client before submitting a proposaland attend a pre- proposalconference if specifiedin the DataSheet. Your representativeshall meet the named I officials on the dateand time specifiedin the Data Sheet.Please ensure that theseofficials are advisedof the visit in advanceto allow adequatetime for them to make appropriate arrangements.You must fully inform yourself of local conditionsand take them into T accountin preparingyour proposal.

I 1.6 The Client shall provide the inputs specifiedin the Data Sheet,assist the Consultantsin obtaininglicenses and permits needed to carryout the services,and make available relevant I projectdata and reports. t.7 Pleasenote that:

I i. The costof preparingthe proposaland of negotiatingthe Contract,including a visit t to the Client,are not reimbursableas a directcost of the Assignment,and The Client is not boundto acceptany of the proposalssubmitted.-

I 1.8 Thenames of the invited consultantsare given in the DataSheet. il * rl^ ii,.i [, I 1.9 Wewish to remindyou that in orderto avoidconflicts of interest:liii] \-r:}-.,

FeasibilityStudy & Detailed I Bann-Patriata Page3 of 13I I I Instructionsto Consultants I a) Any firm providing goods, works, or serviceswith which you are affiliated or associatedis not eligible to participatein bidding for any goods,works, or services t (otherthan the servicesand any continuationthereof) resulting from or associatedwith the projectof which this assignmentforms apart; and

T b) Any previousor ongoingparticipation in relation with the project by your firm, its professionalstaff, its affiliatesor associatesunder a Contractmay resultin rejectionof your proposal.You shouldclarify your situationin that respectwith the Client before I preparingthe proposal.

I 2. DOCUMENTS T 2.1 To preparea proposal,please use the Documentsspecified in the DataSheet. 2.2 Consultantsrequiring a clarificationof the Documentsmust notiff the Client, in writing, not later than twenty one(21) days before the proposal submissiondate. Any requestfor I clarificationin writing, or by cable,telex or tele-fax shall be sentto the Client's address specifiedin the Data Sheet.The Client shall respondby cable,telex or tele-fax to such I requestsand copies of the responseshall be sentto all invitedConsultants.

2.3 At any time beforethe submissionof proposals,the Client may, for any reason,whether at I its own initiative or in responseto a clarificationrequested by an invited consultingfirm, modify the Documentsby amendment.The amendmentshall be sentin writing or by cable, t telex or tele-faxto all invited consultingfirms andwill be bindingon them.The Client may at its discretionextend the deadlinesfor the submissionof proposals.

I 3. PREPARATION OF PROPOSAL I It will consistof two parts- Technicaland Financial 3.1 TechnicalProposal I 3.1.1 The TechnicalProposal should be submittedusing the format specifiedand shall include duly signedand stamped forms appendedwith the RFP.This is a mandatoryrequirement for T evaluationof proposalsand needs to be filled up carefully. 3.1.2 For TechnicalProposal, the generalapproach and methodologywhich you proposefor carrying out the servicescovered in the TOR, including such detailed information as you I deemrelevant, together with your appreciationof the Projectfrom provideddetails and I (a) A detailedoverall work programto be providedwith timing of the assignmentof each I an opportunityto effectivelymonitor work progress. (b) Total numberof man-monthsand project duration as per TOR. I

Feasibility Study & Detailed Design for Construction/ Rehabilitation of Road from Simli Dam-Karor- I Bann-Patriata Page4 of l3 I I I Instructionsto Consultants

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

I (d) The CurriculumVitae (CV) of all Key Staff membersand an affidavit that proposed staff shall be availablefor the assignmentduring the projectduration and their present place of duty may also be specified.The Consultantsare advisedto suggestsuch I namesthat shallbe availablefor the Assignment. I (e) The technicalproposal shall includeduly filled in forms providedwith this RFP. The name,background, and professionalexperience of each expert staff memberto be assignedto the project,with particularreference to his experienceof work of a nature I similarto that of the proposedassignment.

(D Current commitmentsand past perfofinanceare the basic criteria of technical I proposal.You are requiredto provide the detailsof presentcommitments/on- going jobs as referredin the Form A-10 of technicalproposal. Further, the basisfor the past I performanceis the reportfrom DesignSection and Construction Wing of the Client. 3.1.3 In preparingthe technicalproposal, you are expectedto examineall termsand instructions t includedin the Documents.Failure to provide all requestedinformation shall be at your own risk and may resultadversely in the scoringof your proposal.The proposalshould be preparedas per RFP andany suggestionor review of staff etc. shouldbe clearlyspelt out in I form A-4. This will be discussedat the time of negotiationmeeting as and when called.

I 3.1.4 During preparationof the technicalproposal, you must give particular attentionto the following:

I The Firm needsto be registeredwith PakistanEngineering Council (PEC).

b. If you considerthat your firm doesnot haveall the expertisefor the assignmentyou may I obtain a full rangeof experienceby associatingwith other firms or entities.You may also utilize the servicesof expatriateexperts but only to the extent for which the I requisiteexpertise is not availablein any Pakistanifirm. In caseof Joint Venture,the proposalshould stateclearly partnerswill be "Jointly and Severally"responsible for performanceunder the Contractand one (Representative) partner will be responsiblefor ooPower t all dealingswith the Client on behalfof the Joint Venture.Its of Attorney" on this accountis to be enclosed.The representativepartner shall retainthe responsibility for the performance of obligations and satisfactory completion of the consultancy t services.PEC registers a foreign consulting firm for issuing license to provide consultancyservices in Pakistan,which is basedon formationof JV with the condition I ,, that the foreign consultingfirm shallprovide only that shareof consultancyservices by . the JV for which expertiseis not availablewith Pakistaniconsulting firms. A copy of JV ;jagreementto be providedat the time of finalizing the contractdocuments with specific I responsibilitiesand assignments to be lookedafter by eachpartner.

Subcontractingpart of the assignmentto the otherConsultants is not discouragedand T SpecialistSub-Consultants may be included.

FeasibilityStudy & DetailedDesign for Construction/ Rehabilitationof Road from Islamabad-SimliDam-Karor- I Bann-Patriata Page5 of 131 I I Instructionsto Consultants I d. The key professionalstaff proposedshall be permanentemployees of the firm unless otherwisespecified in the Data Sheet.The minimum staywith the firm for suchpersons t is Six months.No alternativeto key professionalstaff may be proposedand only one CV may be submittedfor eachposition. The minimum requiredexperience of proposed I Key Staff is specifiedin the DataSheet. e. Thetraining shall be impartedduring the currencyof the contractif specifiedin the Data I Sheet.

3.1.5 The technical proposal shall not include any financial information. The Consultant's t comments, if any, on the data, services and facilities to be provided by the Client and I specified in the TOR shall be included in the technical proposal. 3.2 FinancialProposal

I 3.2.1 The financialproposal should be submittedusing the format specifiedand enclosedwith this RFP.This is a mandatoryrequirement for evaluationof proposalsand needs to be filled up carefully.The total costis to be specifiedin the Form A-17 andaccordingly also in Form T A-11.

I 3.2.2 The financialproposal should list the costsassociated with the Assignment.These normally cover remunerationfor staff in the field and at headquarters,per diem, housing, transportationfor mobilizationand demobilization, services and equipment (vehicles, offtce I equipmentfurniture and supplies),printing of documents,surveys and investigations. These costsshould be brokeninto foreign (if applicable)and local costs.Your financialproposal T shouldbe preparedusing the formatsattached as forms A-11 to A'17.

3.2.3 The financial proposalshall also take into accountthe professionalliability as provided t underthe relevantPEC Bye-Laws and cost of insurancesspecified in the DataSheet. t 3.2.4 Costsmay be expressedin currency(s) listedin the DataSheet. 3.2.5 The evaluation committee will correct any computationalerrors. When correcting T computationalerrors, in caseof discrepancybetween apartial amountand the total amount, or between word and figures the formers will prevail. In addition to the above corrections, and items described in the Technical Proposals but not priced, in the Financial 'Froposalsactivities i shall be assumedto be includedin the pricesof other activitiesor items.In case

' ,.;....,) Proposal so as to make it consistentwi ith that specified in the Technical Proposal.

I 4. SUBMISSION OF PROPOSALS

4.1 You shall submit one original technical proposal and one original financial proposal and the I number of copies of each specified in the Data Sheet.Each proposal shall be in a separate

FeasibilityStudy & DetailedDesign for Construction/ Rehabilitationof Road from Islamabad-SimliDam-Karor- I Bann-Patriata Page6 of 131 t I Instructionsto Consultants

I envelope indicating original or copy, as appropriate.All technical proposals shall be placed in an envelope clearly marked "Technical Proposal" and the financial proposals in the one marked "Financial Proposal". These two envelops, in turn, shall be sealed in an outer I envelope bearing the address and information specified in the Data Sheet. The envelope oDO shall be clearly marked, NOT OPEN, EXCEPT IN PRESENCE OF THE l EVALUATION COMMITTEE."

4.2 In the event of any disuepancy between the copies of the proposal, the original shall I govern. The original and each copy of the technical and financial proposals shall be prepared in indelible ink and shall be signed by the authorized Consultant's representative. l The representative's authorization shall be confirmed by a written power of attorney accompanying the proposals. All pages of the technical and financial proposals shall be I initialed by the person or personssigning the proposal. 4.3 The proposal shall contain no interlineations or overwriting except as necessaryto correct I errors made by the Consultants themselves.Any such corrections shall be initialed by the personor personssigning the proposal. t 4.4 The completed technical and financial proposals shall be delivered on or before the time, date, and the location specified in the Data Sheet.

I 4.5 The proposalsshall be valid for the number of days statedin the Data Sheetfrom the date of its submission. During this period, you shall keep available the professional staff proposed t for the assignment.The Client shall make its best effort to complete negotiations at the this period. I location stated in the Data Sheet within 3. PROPOSAL EVALUATION

5.1 A Single-Stage-Two-Envelopeprocedures shall be adoptedin ranking of the proposals.The I technical evaluation shall be carried out first, followed by the financial evaluation. The I Consultantsshall be ranked using a combined technical/frnancial score. 5.2 Technical Proposal

T 5.2.I The evaluation committee appointed by the Client shall carry out its evaluation for all the projects as listed in Para l.l, applying the evaluation criteria and point system specified in I the Data Sheet. Each responsive proposal shall be given a technical score:St. The Consultantsscoring less than seventy (70) percentpoints shall be rejected and their financial I proposalsreturned un-opened. 5.3 Financial Proposal

I 5.3.1 The financial proposals of the three top-rankingqualifying Consultantson the basis of evaluation of technical proposals shall be openedin the presenceof the representativesof I these Consultants"who shall be invited for the occasion and who care to attend. The Client

easibiligl Study & DetailedDesign for Construction/ Rehabilitationof Road from Islamabad-SimliDam-Karor- I Bann-Patriata Page7 of 13I t t Instructionsto Consultants

I shall inform the date, time and addressfor opening of financial proposals as specified in the Data Sheet. The total cost and major components of each proposal shall be publicly I announcedto the attending representativesof the firms. 5.3.2 The evaluation committee shall determinewhether the financial proposals are complete and I without computational errors. The lowest financial proposal (Fm) among all shall be given a financial score: Sf of 1000 points. The financial scoresof the proposals shall be computed I as follows: Sfi (1000x Fm)/F l (F : amountof specificfinancial proposal)

5.3.3 Proposals,in the Quality Cum Cost BasedSelection (QCBS) shall finally be ranked I accordingto their combinedtechnical (St) andfinancial (S1) scores using the weights(T- the weight given to the technicalproposal, P : the weight given to the financialproposal, and I T+P:l) statedin the Data Sheet: I S : St xT Yo+SfxPo/o 6. NEGOTIATION

I 6.1 Prior to the expiration of proposal validity, the Client shall notify the successfulConsultant who submitted the highest ranking proposal in writing, by registered letter, cable telex or t facsimile and invite it to negotiatethe Contract.

6.2 Negotiations normally take from two to five days. The aim is to reach agreementon all T points and initial a draft contractby the conclusion of negotiations. T 6.3 Negotiations shall commence with a discussion of your technical proposal. The proposed methodology, work plan, staffing and any suggestionsyou may have made to improve the TOR. Agreement shall then be reached on the final TOR, the staffing, and the bar charts, I which shall indicate activities, staff, and periods in the field and in the home office, staff months, logistics and reporting.

I 6.4 Changesagreed upon shall then be reflected in the financial proposal, using proposed unit I rates (no negotiation of the staff month rates). 6.5 Having selectedConsultants on the basis of, among other things, an evaluation of proposed key professional staff, the Client expects to negotiate a contract on the basis of the staff I named in the proposal. Prior to contract negotiations,the Client shall require assurancesthat the staff members will be actually available. The Client shall not consider substitutions of I key staff except in cases of un-expected delays in the starting date or incapacity of key professional staff for reasonsof health. I

Dam-Karor- FeasibilityStudy & DetailedDesign for Construction/ Rehabilitation Islanabbd-Simli', I -. , Bann-Pahiata \|S , Page8 of l3l I V t Instructionsto Consultants I 6.6 The negotiationsshall be concludedwith a review of the draft form of the contract.The Client and the Consultants shall finalize the contract to conclude negotiations. If negotiationsfail, the Client shall invite the Consultantsthat receivedthe secondhighest I scorein rankingto Contractnegotiations. The procedurewill continuewith the third in case l the negotiationprocess is not successfulwith the secondranked consultants. AWARD OF CONTRACT

I 7.1 The contractshall be awardedafter successfulnegotiations with the selectedConsultants and approved by the competent authority. Upon successful completion of negotiations/initialingof the draft contract, the Client shall promptly inform the other t Consultantsthat their proposalshave not beenselected.

I 7.2 The selectedConsultant is expectedto commencethe assignmenton the date and at the locationspecified in the DataSheet. t 8. CONF'IRMATION OF RECEIPT I 8.1 Pleaseinform the Client by telex/facsimilecourier or any othermeans: O Thatyou receivedthe letterof invitation; (iD Whetheryou will submita proposal;and T (iii) If you planto submita proposal,when and how you will transmitit. I T T I t I t I I

FeasibilityStudy & DetailedDesign for Construction/ Rehabilitationof Road from Islamabad-SimliDam-Karor- I Bann-Pahiata Pase9 of l3 I I 'l

Instructions to Consultants

I 6.6 The negotiations shall be concluded with a review of the draft form of the contract. The Client and the Consultants shall finalize the contract to conclude negotiations. If negotiations fail, the Client shall invite the Consultants that received the second highest T score in ranking to Contract negotiations.The procedurewill continue with the third in case I the negotiation processis not successfulwith the secondranked consultants. 7. AWARD OF CONTRACT

I 7.1 The contract shall be awarded after successful negotiations with the selected Consultants and approved by the competent authority. Upon successful completion of I negotiations/initialing of the draft contract, frte Client shall promptly inform the other Consultantsthat their proposalshave not been selected.

I 7.2 The selected Consultant is expected to commence the assignmenton the date and at the location specified in the Data Sheet.

I 8. CONFIRMATION OF RECEIPT I 8.1 Pleaseinform the Client by telex/facsimile courier or any other means: (i) That you receivedthe letter of invitation; I (ii) Whether you will submit a proposal; and (iiD If you plan to submit a proposal,when and how you will transmit it. I I t t t I T I I

t Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Paee 9 of 131 I I Data Sheet I Annex-B DATA SHEET

I LOI Clause DESCRIPTION OF CLAUSE I No. The name of Assignment is:-ConsultancyServices for Study & 1.1 "Feasibility Detailed Design for Construction / Rehabilitation of Road from Islamabad- I Simli Dam-Karor-Bann- P atriata" The Client's Name is:- National Highway Authority

I L.2 The description and the objectives of the assignmentare: As per TOR t 1.3 Phasingof the Assignment(if any): Nil The Consultant shall commence the assignment upon signing of Contract I Agreement betweenNHA and the successfulConsultant. 1.5 Pre-ProposalConference: Yes -{- No -

I The name(s)and address(es)of the Official(s) is (are):

General Manager (P&CA) I National Highway Authority 28, MauveArea, G-9ll I Islamabad Date,Time and Venue for Pre-proposalConference:

) Date: 3'd January r20l8 Time: 1100hours Venue: NHA Auditorium (HQ) I National Highway Authority 28, MauveArea, G-gll I Islamabad. 1.6 The Client shall provide the following inputs: t As per TOR and Appendix D. t.7 Following sub-clausesare added: t iii. The Consultant may please note not to suggest names of key staff already proposedin other proposalswith the Client or awardedrecently. This will J ;ir-jr 1l.,-. "' ":' affect adversely marking of these professionalsin evaluation of the technical li,J I / _l\r j.' if their name ------"v proposal.Their securedpoints are liable to be reducedby 50% ;i\ appearsin more than 1 previousproposal in which they are rankedNo.1. Also the existing load of work with a firm shall be consideredas one of the factors I for the considerationin the award of the work'

iv. Form A-4 is meant for comments on provision contained in RFP and Terms I of Reference (TOR) and unless the observations are noted in this p

Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- I Pase10 of 131 Bann-Patriata I rr Data Sheet

t form, anything written elsewhere on this account including financial implications, if any, shall be consideredof no consequencein the evaluation I process. Consultantsmay form a Joint Venture (JV) to qualify for the Assignment in which casethe contract will be signedbetween the Client and all members of I the JV on the prescribed Form included in Appendix E (copy of Model Agreement) subject to the ranking and successful negotiations. A JV may include at the most four members.To promote the consultancyindustry in the I country, 50 marks (out of 1000 for Evaluation) are allocated for Transfer of Knowledge in the form of JV with a new / less experiencedfirm by sharing at I Ieast2}o/oof Assignment with them. 1.8 The Invited Consultants/ Eligible Consultantsare:

I Any firm meeting the following requirements:

(a) Valid Registration Certificate of Pakistan Engineering Council with relevant I Project Profile Codes.Foreign consulting firms shall make JV in accordance with Bye-Law 6(2) and Bye-Law 9 of the Pakistan Engineering Council (Conduct and Practice of Consulting Engineers) Bye-Laws 1986. Failure to I provide valid Registration Certificate (license) of the firm (each member in caseof JV) by the PEC will entitle the Client to reject the proposal. I (b) Affidavit in original bearing the subject with project name on stamp paper duly attestedby the Oath Commissionerto the effect that the firm has neither been blacklisted nor any contract rescindedin the past for non-fulfillment of I contractual obligations (By all member firms in case of JV andlor sub- consultant).

; (c) Facilities available with the Consultantto perform their functions effectively (proper office premises,software, hardware, record keeping etc.) I (d) Client's satisfaction certificates (Performance Reports) for the last three relevant assignments from the respective Clients. Moreover any adverse report regarding performance of Consultant on NHA projects received from I NHA's any relevant quarter may become basis for its disqualification from the servicesabove named in clause1.1. I (e) Signing and certification of the Checklist for Completenessof the Proposal as per attachmentat the end of Data Sheet. I (0 Man-months of staff and Project Duration as per TOR. 2.1 The Documentsare:

I (a) Letter of Invitation (LOf. (b) Instructionsto Consultants(ITC). I (c) Data Sheet. (d) Technical ProposalForms. I (e) Financial ProposalForms

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata PaeeLL of 131 I I Data Sheet

I (D Appendix- A: TOR andBackground Information. (g) Appendix- B: Man-Monthsand Activity Schedule t (h) Appendix- C: Client'sRequirements from the Consultant. (i) Appendix - D: PersonnelEquipment, Facilities and Other Servicesto be I Providedby the Client. CI) Appendix - E: Copy of Model Agreement/Draft Form of Contract & Appendicesetc. I (k) Formof Contract(For Consultantsto performservices as a Joint Venture)

7t The words "Twenty one (21)" is deleted in its entirety and replaced with "Five I (0s)" I The addressfor seeking clarification is: General Manager (P&CA) National Highway Authority I 28, Mauve Area, G-911, Islamabad I E-mail : [email protected] 3.1.1 Add following:

I The proposals should be bound in the hard book binding form to deny the possibility of removal or addition of page(s).A11 the pagesof proposalmust be signed and stamped in original by authoized representativeof the firm/Jv. All t the pagesmust be numbered starting from first page to last. Any proposal found not adheringto theserequirements will be reiected at the time opening.

t 3.1.4 d. Proposedkey staff shall preferably be permanentemployees who are employed with the consultantsat least six months prior to submissionof Proposal.

I Yes { No I The minimum required experienceof proposedKey Personnelare given below: FOR KEY PERSONNEL T Team Leader / Minimum B.Sc. (Civil Engineering) with minimum twenty (20) years' relevant experience fifteen Sr. Highway Engineer fproven (15) years' designexperience as Highway/ Geometric I Design Engineer on National Highways Projectsl; -oR- I M.Sc. (Transportation Engineering) with minimum eighteen (18) years relevant experience { lproven thirteen (13) years' design experienceas Highway/ t Geometric Design Engineer on National Highways 1 Projectsl; He/she must also have performed as Team Leader for I at least three (03) major Highway Design Projects

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Barur-Patriata Page12 of 131 T I Data Sheet

I PavementSpecialist* Minimum B.Sc. (Civil Engineering) with minimum twenty (20) years' relevant experience [proven fifteen (15) years' design experienceas PavementSpecialist I on major Highway Projectsl; -oR- I M.Sc. (Traffic Engg.l Transportation Engg./ Highway Ergg.) with minimum eighteen (18) years' relevant experience fproven thirteen (13) yeats' design t experienceas PavementSpecialist on major Highway Projectsl

I Structural Engineer Minimum B.Sc. (Civil Engineering) with minimum twenty (20) years' relevant experience(proven fifteen (15) years' designexperience as StructureEngineer on I National Highways Projects); -oR- l M.Sc. (Structural Engineering) with minimum eighteen (18) years relevant experience (proven thirteen (13) years' design experience as Structure I Engineer on National Highways Projects)

llydrology& Drainage Minimum B.Sc. (Civil Engineering) with minimum I Engineer twenty (20) yearsrelevant experience(proven eighteen (18) years' design experience as Hydrology & Drainage Engineer on major Highway and Bridge I Projects); -oR- I M. Sc. (Hydrology/ Dr ainagel Hydraulic Engineering) with minimum eighteen(18) years relevant experience (proven sixteen (16) years' design experience as I Hydrology & Drainage Engineer on major Highway and Bridge Projects);

I Environmental Minimum B.Sc. (Civil Engineering/Environmental Engineer Engineering) or M.Sc. (Environmental Sciences)with t minimum fifteen (15) years' relevant experience @roven ten (10) years' experience as Environmental Engineer on mega Civil Engineering preferably I Highway Projects); -oR-

(; M. Sc. (Civil Engineering/Environmental Engineering) I ,'j. o /_-f): with minimum thirteen (13) years' relevant experience

ii (proven eight (08) years' experienceas Environmental -i11.: t Engineer on mega Civil Engineering preferably I 11 ,l Highway Projects; I

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Barn-Patriata Pase 13 of 131 I I Data Sheet

I Geo Technical Minimum B.Sc. (Civil Engg./Geo-TechEngg.) with Engineer minimum twenty (20) years' relevant experience fproven fifteen (15) years' design experience as Geo t Technical Engineer on major Highways and Bridges Projectsl; t -oR- M.Sc. (Geo-TechEngg.) with minimum eighteen(18) years' relevantexperience fproven thirteen (13) years' T design experience as Geo-Technical Engineer on major Highways and Bridges Projectsl

I Traffic Engineer/ Minimum B.Sc. (Civil Engg.lTransportation Engg./ Economist Traffic Engg.) with minimum twenty (20) years' relevant experience fproven fifteen (15) years' design I experience as Traffic Engineer/ Economist on major Highways/ TransportationProj ectsl ; I -oR- M.Sc. (Transportation Engg.l Traffic Engg.)/ I Transport Economics with minimum eighteen (18) years' relevant experience[proven thirteen (13) years' design experience as Traffic Engineer/ Economist on I major Highways Projectsl Slope Stabilization Minimum B.Sc. (Civil Engg.) with minimum twenty Expert (20) years' relevant experience [proven fifteen (15) t years' experience as Slope Stabilization Expert on major highway and bridge projectsl; I -oR- M.Sc. (Civil Engg./Soil Mechanics) with minimum eighteen (18) years' relevant experience [proven I thirteen (13) years' experience as Slope Stabilization Expert on major highway and bridge projectsl

I Quantity Surveyor DAE (Civil); preferably having Bachelor's in Civil Engineering; In case of DAE having minimum eighteen (18) years I post-qualification experience in Highway Sector which includes proven ten (10) years' experienceas I Quantity Surveyor on Highway Projects; -oR- In caseof Bachelor'sDegree having minimum fifteen t (15) years post-qualificationexperience in Highway I Sector including seven (7) years' experience as ,6 Quantity Surveyor on Highway Projects. I ii,i |i, I [* i;l' .r'

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Barur-Patriata Paee14 of 131 I I Data Sheet

I Chief Surveyor DAE (Civil); preferably having Bachelor's in Civil Engineering. I In case of DAE having minimum eighteen (18) years post-qualification experience in Highway Sector which includes proven ten (10) years' experience as I Chief Surveyor on Highway Projects. -oR- l In case of Bachelor's Degree having minimum fifteen (15) years post-qualificationexperience in Highway Sector including seven (7) years' experience as Chief I Surveyor on Highway Projects. Surveyor DAE (Civil); preferably having Bachelor's in Civil I Engineering. In case of DAE having minimum eighteen (18) years post-qualification experience in Highway Sector I which includes proven ten (10) yearc' experience as Surueyor on Highway Projects. I -oR- In case of Bachelor's Degree having minimum ten (10) years post-qualification experience in Highway t Sector including seven (7) years' experience as Surveyor on Higlrway Projects. I xPavementSpecialist will also carry out Traffic Studiesand Surveys Note: The Consultants are advised to submit updajgd CV's strisilv jn compliance with the format of CVs given in Technical Proposal Form A-5 I CVs submitted without regard to the said format mav score low. I e. Training is an important feature of this Assignment: Yes { No I If Yes, details of training are given in TOR

3.2.3 Professional liability, insurances (description or reference to appropriate I documentation):

i. The Consultantsshall be responsiblefor ProfessionalIndemnity Bond of the t required amount at their own cost. This bond shall be in the joint name of Consultantand the Client.

I ii, The Consultants are reorrire.d to insrrre their F.mnlovees and Pr"ofessionals for Hospitalization/ Medical, Travel and Accident Cover for the duration of the I Contract. The details provided in Para 3.5 of Special Conditions of Contract I in Model Contract. :i.

l1 t\ li*;\ I tr f..-o i',.-x:':: t Feasibilitv Studv & Detailed Desisn for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Page15 of 131 I I Data Sheet

I 4.1 The number of copies of the Proposalrequired is:

Technical Proposal: One Original and Three copieswith CD (soft form I of complete Technical Proposal in PDF Form) in sealedenvelope.

I Financial Proposal: One Original with CD (soft form of complete Financial Proposal in PDF as well as MS Word/Excel I Forms)in sealedenvelope. The addressfor writing on the proposalrs: I General Manager (P&CA) National Highway Authority 28, Mauve Area G-911 Islamabad I Telephone: +92-51-9032727 Facsimile: +92-51-9260419 I 4.4 The dateand time of proposalsubmission is: Date: 19thJanuary, 2018 Time: 11,30hours I Location of Submission: NHA Main Auditorium National Highway Authority I 27" Mauve Area G-9I I Islamabad. 4.5 Validityperiod of theproposal is: 180days I Thebid shallremain valid up to: 17thJuly, 2018 Thelocation for negotiationof proposalis: I GeneralManager (P&CA) National Highway Authority 28, Mauve Area G-9/1 Islamabad I Telephone:+92-5 l -9032727 Facsimile:+92-5 I -9260419

I <) The evaluationof technicalproposal shall be basedon following criteria: Description / Items Points I 1. Experienceof the Firm 100 1-a) GeneralExperience in road Transport Sector a5) I 1-b) SpecificExperience related to particular Assignment g5) I 2. Approach & Methodology 250 2-a Appreciationof the Project 70 ,:"jiaJ., (i) Evidence of Site Visit with Photographs t' I (ii) CI ar ity of appre c iat i on / (iii) . Compr ehens iv enes s of appre ci ation 2-b Problem Statement/Understanding of ir I Obiectives .ti:

FeasibilityStudy & DetailedDesign for Construction/ Rehabilitation of Road from Islamabad-Simli Dam-Karor- I Bann-Patriata Pase16 of 131 I I Data Sheet

t (i). Identification of Problems/ Objectives (30) (ii). Componentsof ProposedServices (20) 2-c Methodology GO I (i). Proposed Solutionsfor this Project (s0) (ii). Quality of Methodology (20) (iii). Conciseness,clarity and completenessof (s0) I proposal 2-d Suggestedchanges for improvement in TOR 0_0) I 2-e Work Program @) 2-f Staffing Schedule GA) I 3. Key Staff 450 4. Performance Certification from clients 100 I f,. Present Commitments (current engagement 50 and available strength - justification) 6. Transfer of Knowledge * (Methodology/ 50 I Plans) Total Points: 1000 I Minimum qualifying technical score: 700 * Transfer of knowledge would be in the form of joint venture with new/ less experiencedfirm(s) by sharing at least 20Yoof Assignmentwith them T for promoting the consultancyindustry in the country.

I The points earmarked for evaluation sub-criteria (3) for suitability of Key Staff afe:- I Description/ Items Points(%) i. Academicand General Qualifications 30 ii. Professionalexperience related to the Project 60 t iii. Statuswith the firm (Permanent& durationwith 10 Firmas per LOI Clause3.1.4 (d) I TotalPoints: 100 5.3.1 Following is added: I The words "three top-ranking qualifying consulting flrms" is deleted in its entirety and replaced with the words "qualifying consultants" I The date,time, and addressof the financial proposal opening are: After evaluation and approval of technical proposals (TO BE INFORMED I LATER). t s.3.3 The weights given to the Technical and Financial Proposalsare: Technical: 800h t Financial: 20o/o i: i/;,;,,,.,

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Page17 of 131 I I

I 6.3 Add following at the end of this Para:

The final person-monthsof each expert are subject to adjustment at the stage of I contract negotiation in line with demonstratedapproaches methodology and need I basis. 1t The assignmentis expectedto commencein: April,201.8

I 8 The Clauseis deletedin its entirety I I t I I I I I I l T I T t

Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- I Bann-Patriata Page18 of 131 I I Checklist

I Checklist for Completenessof Proposal

Must attachDocuments S. T Description No. In case of Single Entity In case of JVl Sub-Consultants

Power of Attorney to submit the Proposal a. By the owner/owners of Firm to a. By the owner/owners of each T (Original, scannedcopy is not acceptable) authorized representative. Firm to authorized b. In case of more than one owner, representative. legal authority of issuing Power b. In case of rnore than one owner, of Attomey of Executant itself. legal authority of issuing Power I of Attomey of Executant itself. c. Power of Attomey by the duly authorized representative(s) of member finn(s)/sub- T consultant(s) to the authorized reoresentativeof LeadFirm 2. Power of Attomey to sign the Proposal a. By the owner/owners of Firm to a. By the owner/owners of each (Original, scanned copy is not acceptable) authorized representative. Firm to authorized T .1;:. b. In more representative. , case of than one owner, legal authority of issuing Power b. In case of more than one owner, I of Attomey of Executant itself. legal authority of issuing Power I -l.. I --T of Attorney of Executants itself. c. Power of Attorney by the duly t:: authorized representative(s) of l':. member fim(s)/ sub- ..'4 ! r consultant(s) to the authorized I t, ii:l.rl.ir ;': *,,;'' reoresentativeof Lead Firm -t- Letter of Intent to form JV on firm's Each Firm (all JV members), letterhead/ JV agreement on stamp paper including the Lead Firm, to sign I (Original, scannedcopy is not acceptable) N.A through its authorized representative (along with authorization) 4. TECHNICAL PROPOSALFORMS TECH- I 1 to TECH-9 duly completed as per Instructionsto Consultants/Data Sheetand Mustprovide Mustprovide requirementsof TOR (To be attachedwith TechnicalProoosal) I 5. Valid Registration Certificate of Pakistan Engineering Council with relevant Project Must provide Must provide Profile Codes 6. Foreign consulting firms shall rnake JV in PEC License(s) must be provided t accordancewith Bye-Law 6(2) and Bye-Law at the time of proposalsubmission 9 of the Pakistan Engineering Council Ineligible (Conduct and Practice of Consulting Ensineers) Bye-Laws 1986 I 7. Affidavit on stamp paper duly attestedby the Must be provided by all member Oath Commissioner to the effect that the firm firm(s) including the Lead firm has neither been blacklisted nor any contract Mustprovide (and sub-consultant(s) if rescinded in the past for non-fulfillment of applicable) I contractual oblieations 8. Must be provided for each JV Lists of facilities available with the member including the Lead firm Consultant to perform their functions Must provide separately.In case ofinvolvement effectively (proper office premises, software, t of sub-consultant(s), will also be hardware,record keeping etc.) orovided 9. Affidavit on stamp paper duly attestedby the Must be provided for each JV I Oath Commissioner to the effect that the member including the Lead firm proposed Personnel shall be available as per separately who has proposed their proposed inputs in the Personnel Must provide Personnel. In case of involvement Schedule and TOR of Specialist sub-consultant(s),the t affidavit will be signed by the individual himself t0. Performance Certificate/ Assignment Must be provided for completed Completion Certificate (An completed projects of each member including Must provide t projects mentioned under TECHNICAL Lead firm PROPOSAL FORM A-2 CLIENT'S t Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Pase 19 of l3l T T Checklist

I Must attachDocuments S. Description No. In caseof SingleEntity In caseof JV/ Sub-Consultants I REFERENCE Note: Any project mentioned completed under Form TEC-28 will not be considered for evaluation unless Performance I Certificatel Assignment Completion Certificate with satisfactory remarks by the client's representative is not attached. The Client NHA reserves the right to verify the I Performance/Assignment Completion Certificates. 11 Integnty Pact Document duly filled in the blank spaces with requisite information and Mustprovide Must provide t sipned/ stamned 12. FINANCIAL PROPOSALFORMS FIN-I to FIN-7 duly completedas per Instructionsto I Consultants/Data Sheetand requirements of Must provide Mustprovide TOR (To be attached with Financial Pronosal) l -1. Audit Reports of the firm for past three years Must be provided for each finn I duly certified by Chartered Accountant (To Must provide who proposes Personnel for the be attached with Financial Proposal) Assisnment T4, Sequential page numbering of Proposal. Signing and stamping ofproposal (Technical and Financial) wherever indicated as well as t Must fulfill the requirernent Mustfulfill therequirement initial/ signature and seal on all other pages of proposals. The Proposal is bound as hard I book to denv addition/ removal ofoases Certification:-

I I, the undersigned, certify to the best of my knowledge and belief that all above mentioned documents(as applicable), Sr. No.l to 11 have been attachedto our proposal and signed and stamped as per requirement mentioned at Sr. No.12. In the event of any sort of falsification I ofthis certification, the Client NHA may at its sole discretion disqualify our firm from bidding for I the Assignmentnamed under Data SheetSub-Clause 1.1.

I Signatureof authonzedrepresentative of the firm(s) Date: T DavlMonth,/Year T Full name of authoized representative: For and on behalfof: {Name of the bidder}

I (Seal) I Note: copy or scannedsignatures are not allowed t t Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Pase20 of 131 I IIIITT IIIITTITTIII Ilrrrtrtr rTIIT lr

Evaluation Sheets

SUMMARY EVALUATION SHEET FOR FULL TECHNICAL PROPOSALS (QCBS)

Firm I Firm 2 EVALUATION CRITERIA Max. Weight Rating Score Rating Score 1. Firms Experience 100 General Experience in road Transport Sector 25 Specific Experience related to particular Assigmnent 75 2. Approach and Methodology 250 2-a. Aooreciation o.fthe Proiect 10 (i) Evidence of Site Visit with Photographs (30) (ii) Clarity of appreciation (20) (iii) Compreharsivenessof appreciation (20) 2-b. Quality of Methodology 50 (0 IdentificationofProblerns/Objectives (30) (iD Componants of Proposed Services (20) 2-c. Methodology 80 (i) ProposedSolutions forthis Project (30) (ii) Quality of Methodology (20) (iii) Conciseness,clarity and completenessofproposal (30) 2-d. SuggestedChanges for Improvement in TOR 10 2-e. Work Prosram 20 2-f. Staffine Schedule 20 3. Kev Personnel 450 Team Leader / Sr. Hishwav Ensineer 130 Pavement Soecialist 70 StructureEneineer 65 Hvdrologv & Drainage Engineer 25 Environmental Ensineer 40 Geo Technical Ensineer )U Traffic Eneineer/ Economist 35 Slope Stabilization Expert 35 4. Performance Certification from clients 100 5. Present Commitments (current engagement and available strength - justification) 50 6. Transfer of Knowledge (Methodology/ Plans) 50 TOTAL: 1000 Excellent - 100% Very Good - 90-99Yo Above Average - 80-89% Average - 70-797o Below Average - l-697o Non-comptying - 07o Score: Maximum Weight x rating / 100. Minimum qualifying score islto/o or 700 marks.

Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor-Bann-Patriata Pase2l of 131 I II I I I I IT r lr II II I I ll I IT tr Ir lr rr II Evaluation Sheets

PERSONNELEVALUATION SHEET

Acadernicand General Projectrelated OVERALLRATING POSITION/ AREAOF Statuswith theFirm** Name Experience (Surnof Weighted EXPERTISE Qualification* l0o/o Weieht30% Weisht60% Ratinss) Percentage Weighted Percentage Weighted Percentage Weighted (Show all experts to be evaluated) (A+B+C) Ratine Ratine (A) Ratine Ratine(B) Ratine Ratine(C) a) Teaml-ader /Sr. Highway Engineer

b) Pavement Specialist

c) Structure Engineer d) Hydrology&DrainageEngineer

e) EnviromnentalEngineer

f) Geo Technical Engineer

g) Traffic Engineer/ Economist h) SlopeStabilization Expert

Rating: - Excellent - 1007o Very good - 90-997o AboveAverage-80-89% Average-70-79o/o Below Average - l-690 Non-complying - 07o S@F: MrlmD w.lglt X Fltng / 100.

* !d T@ Iada / S. tlienwy EigilB, ravMt Spsialisl Stuctunl Engin6,Ittdsloe/ & DaiMge Brgind, EnviMmdt l Ergira, G@ [email protected] Elgiod,ltrf6c Enghca/ Eddist a!rdslop.stabiliatidEtpdtM,sc,vilhadditi@alt6jnindcdt!srEld3ntto,sigdrEt-100%;M-sc.-90%;B's€.withaddniddtaiIirgvoo@rEl@ttoa!sigmd-&%B.sc.-70%

R€ule &rplqe - r00%; FiBt tim€ ftr this Nignmo|.- 096

Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor-Banr.Paftiata Page 22 of 131 I I Technical Proposal Forms I T I I t I I I T TBCHNICAL PROPOSALFORMS I I I T t t t I

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Page23 of 131 I I Technical Proposal Forms t Form A-1 I TncmucAr, PRoposALSrJBMrssroN Fonvt I {Location,Date}

I To: fName and addressof Client]

I Dear Sirs:

We, the undersigned, offer to provide the consulting services for flnsert theProject t Name]in accordance with your Request for Proposals dated flnsert Date]. We are hereby submitting our Proposal,which includes this Technical Proposal and a Financial Proposal sealedin I a separateenvelope. [{If the Consultant is a joint venture, insert the following: We are submitting our Proposal in a joint venture with: {Insert a list with full name and the legal addressof each member, and I indicate the lead member).We have attacheda copy {insert: "of our letter of intent to form a joint venture" or, if a JV is already formed, "of the JV agreement") signed by every participating member, which details the likely legal structure of and the confirmation of joint and severable I liability of the members of the saidjoint venture. I OR If the Consultant's Proposal includes Sub-consultants,insert the following: We are submitting our Proposalwith the following firm(s) as Sub-consultants:{Insert a list with fullname and country of I each Sub-consultant.) l I We hereby declarethat: (a) A11the information and statementsmade in this Proposal are true and we accept that any misinterpretation or misrepresentation contained in this Proposal may lead to our T disqualification andlor may be sanctionedby the Client.

(b) Our Proposal shall be valid and remain binding upon us for the period of time specified in T the Data Sheet,Clause 4.5. T (c) We have no conflict of interestin accordancewith LOI Clause 1.9. I (d) We meet the eligibility requirementsas statedin Data SheetClause 1.8. (e) Neither we, nor our JV Partner(s)/sub-consultant(s)or any of the proposedexperts prepared l the TOR for this consulting assignment. Within the time limit stated in the Data Sheet, Clause 4.5, we undefiake to negotiate a Contract on the basis of the proposedKey Experts. We acceptthat the substitution of Key I ;l;,.,Experts for reasonsother than those statedin Letter of Invitation, Clause6.5 may lead to the rl'.iiterminationof Contract negotiations.

I Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- fia Pase24 ofl3l I T I Technical Proposal Forms (g) Our Proposal is binding upon us and subject to any modifications resulting from the I Contract negotiations. We undertake,if our Proposalis acceptedand the Contract is signed, to initiate the Services related to the Assignment not later than the date mentioned in Data Sheet4.5 (or the date extended I with the written consentof Consultant in case of delay in procurementprocess)

We understandthat the Client is not bound to accept any or all Proposal(s)that the Client t receives. T We remain, T Yours sincerelv. AuthorizedSignature {In fulland initials}: Name and Title of Signatory: I Name of Consultant (company'sname or JV's name): I In the capacity of: Address: l Contact information (phone and e-mail):

{For a joint venture, either all members shall sign or only the representativemember, in which case t the power of attorneyto sign on behalf of all membersshall be attached) T I T l I t I I

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Pase 25 of 13I I T Technical Proposal Forms I Form A-2 I CltrNros RrrnnnNcp

I Relevant Services(as per RFP notice) Carried Out in the Last Ten Years Which Best Illustrate Qualifications I Using in the format below, provide information on each reference assignmentfor which your firm, either individually as a corporateentity or as one of the major companieswithin a consortium, I was largely contracted. T AssignmentName: Country:

I Location within Country: Professional Staff Provided bv T Your Firm: Name of Client: No of Staff: I T Address: No of Staff Months:

Start Date (Month/Year): Completion Date Approx. Value of Services(in t (Month/Year): Current US$lRs.)

I Name of Associated No. of Months of Professional Firm (s), if any: Staff Provided by Associated I Firm(s) Name of Senior Staff (Project DirectorlCoordinator, Team Leader) involved and functions t performed: Narrative Description of Project t Description of Actual ServicesProvided by Your Staff t Consultants'Name: I t t Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Pase 26 of 13I t I Technical Proposal Forms

I Form A-3

AppnolcH PApERON MnrnoDor,ocy PnoposnDFoR PnnronvuNc THE t AssrcxvrnNt I I I T I t I I I I I l I I I I

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Pase27 of l3l t I Technical Proposal Forms

I Form A-4 I CoprilrBNrslSuccnsrroNs Or CoNSULTANT I On the Termsof Reference(TOR)

I 1. T 2. a J.

I 4. I 5. I 6. Etc. I On the data,services and facilities to be providedby the Client specifiedin the TOR. I 1. t 2. J.

I 4. T 5. Etc. T I I I I

T Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Page28 of 131 t T Technical Proposal Forms

I Form A-5 I Fonvr.q.rOr CunnrculuM Vrr.q.n(CV) Fon PnoposEDKny Sr.trr I 1. ProposedPosition:

I Name of Firm: I J. Name of Staff: 4. Profession:

I 5. Dateof Birth: I 6. Years with Firm: .7 Nationalitv:

I 8. N.I.C Number: I 9. Cell Number: 10. Membership in ProfessionalSocieties : I (Membership of PEC is Mandatory) I 11, DetailedTasks Assigned on the Project:

I Key Qualifications:

[Give an outline of staff member's experienceand training most pertinent to tasks on assignment. t Describe degreeof responsibility held by staff member on relevant previous assignmentsand give datesand locations. Use up to onepage].

I t Education

[Summarize college/university and other specialized education of staff member, giving names of I institutions, datesattended and degreesobtainedl. I 0 Employment Record [Starting with presentposition, list in reverseorder every employment held. List all positions held by staff member since graduation,giving dates,names of employingorganizations,title of positions I held and location of assignments. For experience in last ten years, also give types of activities I performed and Client references,where appropriate]. t Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Barur-Patriata Pase29 of 131 I I t Technical Proposal Forms a Languages

I flndicate proficiency in speaking,reading and writing of eachlanguage: excellent, good, fair, or poorl.

I Certification I I, the undersigned,certify to the best of my knowledge and belief that (i) This CV correctly describesmy qualifications and experience. t (ii) I am not a current employeeof the Executing or the Implementing Agency. (iii) In the absenceof medical incapacity,I will undertakethis assignmentfor the duration and in terms of the inputs specified for me in Form A-9 provided team mobilization takes place I within the validity of this proposal. (iv) I was not part of the team who wrote the terms of reference for this consulting services T assignment (v) I am not currently debarred by any departmentlorganization/ (semi-autonomous/ autonomous)bodies or such like institutions in Pakistan. I (vi) I certify that I have been informed by the firm that it is including my CV in the Proposal for the {name of project and contract}.I confirm that I will be available to carry out the assignmentfor which my CV has been submitted in accordancewith the implementation I arrangementsand scheduleset out in the Proposal.

I If CV is signedby the firm's authorizedrepresentative: (vii) I, as the aulhorized representativeof the firm submitting this Proposal for the {name of I project and contract), certify that I have obtained the consentof the named expert to submit his/her CV, and that s/he will be available Io cany out the assignmentin accordancewith the implementation arrangementsand scheduleset out in the Proposal,and confirm his/her I compliancewith paras(i) to (v) above. I (viii) Latest colored attestedphotograph stapledattached with the CV. I understand that any willful misstatement described herein may lead to my disqualification or I dismissal,if engaged.

Signatureof expert or authorized Date: representativeof the firm DavlMonth./Year

T Full name of authorizedrepresentative: I Note: copy or scannedsignatures are not allowed t Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Pase 30 of 13I I -IrrrtItr III IITITI IIIT-/ Technical Proposal Forms

Form A-6 Cotvrpr,srroNANn Susvrrssron Or RnponrsAs PnnTon

Reports Date 1. 2.

3.

4. 5.

6. 7. 8. 9.

Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor-Bam-Patriata Paee31 of 131 Ilrr,fl {I IrrrIIr-rr'-rnI

Technical Proposal Forms

Form A-7

CovrposrrroNOr Tnn Tnavr PnnsoNNELAND Tnn T,q.sKsTo Bn AssrcNEDTo E,q.cnTn.tu Mnivrenn

1. Technical/ManaeerialStaff

Tasks Name of assignment N,q.N{n PosrrroN Present location Assisnment involved and clients name

Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor-Bann-Patrnta Page32 of 131 .Itl rr rIII -fflf)I IIllIIT;

Technical Proposal Forms

Form A-8

Wonx Pr,aN/Acrrvrry Scnnour,n

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

I ) 3 4 f, 6 7 8 9 10 11 12 13 t4 l5

Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor-Bann-Patriata Page33 of 131 I l!I I |lI n IIT!|:IT-T7}I --It!-- - Technical Proposal Forms

Form A-9

Wom PrarqANn Tnng Scnnnur,BFon Knv PnnsoNNnr,

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

I ) 3 4 3 6 8 9 l0 l1 l2 13 t4 l5

Full Time: PartTime: Activities Duration

Yours faithfullv.

Signature (Authorized Representative)

Full Name Designation Address

Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor-Bann-Patriata Paee34 of 131 ITIIE- -T J' r-II Technical Proposal Forms

Form A-10 Cunnnnr CovrnnrrvrENTsOr Tnn Frrur

(List MUST be comprehensive including projects from clients other than NHA as well)

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

Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor-Bann-Patriata Page35of13l I t Financial Proposal Forms I t I I I I I t I F'INANCIAL PROPOSALFORMS I t I I I I I I

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Page36ofl3l I I Financial Proposal Forms I Form A-11 t FruaNcrar,Pnoposar, SurvrrssroN FoRM

I {Location,Date} I To: [Name and addressof Client] I Dear Sirs: We, the undersigned, offer to provide the consulting services for flnsert theProject Name]in accordance with your Request for Proposal dated flnsert Date] and our Technical I Proposal.

Our attachedFinancial Proposalis for the amount of {Insert amount in words and figures}, I including all Federal, Provincial &Local taxes applicable as per law of the land. {Pleasenote that all amountsshall be the sameas in Financial ProposalForm A-I7 j.

I Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract negotiations, up to expiration of the validity period of the Proposal, i.e. before the date I indicatedin Clause4.5 of the Data Sheet. We confirm that we have no condition to state that may have financial implications over and I above the amount quoted above. We understandyou are not bound to acceptany Proposal you receive. I We remain, I Yourssincerely, AuthorizedSignature {In full andinitials): Nameand Title of Signatory: I In the capacity of: Address: I E-mail: {For a joint venture, either all members shall sign or only the representative member/consultant,in which case the power of attomey to sign on behalf of all members t shallbe attached.) I I I

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Barur-Patriata Page37 of 13I I I Financial Proposal Forms I Form A-12 I BnnarnowN OFRarns Fon CoNSULTAT{CyCoNTRAcT

t Project: Consultant:

Name Position Basic Social Overhead Sub- Fee Rate per Field Rate per t Salary Charges (Yoageof Total (o/oage Month Allow. Month per Cal. (Voageof l+2) (r+2+3) of4) for (o/oageof for Field Month 1) project 1) Work Office I (1) (2) (3) (4) (s) (6) (7\ (8) I I Notes: Item No. 1 Basic salary shall include actual gross salary before deduction of taxes.Payroll sheet t for eachproposed personnel should be submitted at the time of negotiations. Item No. 2 Social charges shall include Client's contribution to social security, paid vacation, averagesick leave and other standardbenefits paid by the company to the employee. I Breakdown of proposed percentagecharges should be submitted and supported (see FormA-13). I Item No. 3 Overhead shall include general administration cost, rent, clerical and junior professional staff and business getting expenses, etc. Breakdown of proposed percentagecharges for overheadshould be submitted and supported(see Form A-14). I Item No. 5 Fee shall include company profit and share of salary of partners and directors (if not billed individually for the project) or specified in overheadcosts of the Company. t ltem No. 7 Normally payable only in caseof field work under hard and arduousconditions. Note 1 The minimum percentageof item (1) shouldpreferablybe 50% of (8). I Note 2 The consultant is to provide appointment letter and affidavit/undertaking duly signed by each of the individual staff members showing salary rates as above. Further during execution each invoice will also be provided showing that the professionalshave been I paid their salariesas per basic rates specified therein. Failing to which, the Client will take punitive action against the consultant and shall deduct the deficient amount from his monthly invoice. Moreover, it will be considered as a negative mark on his I performancethat will be consideredfor future projects.

I Full Name: Signature: t Title: I

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Page38 of 13I t Financial Proposal Forms Form A-13

BnnarnowNOF Socrar, Cnmcns

Sr.No. Detailed Description Ls a o/oageof Basic Salary

Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- I Financial Proposal Forms t Form A-14 I BnnarnowNOF Ovrcnnnan Cosrs I Ls a o/oageof Basic Salary and Sr.No. Detailed Description t Social Charges I T I I I t I I T I I I I I

t Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata I I Financial Proposal Forms t Form A-15 I PageI of 2 E srrryrarEDLocAL C unnnNcy SALARyC osIs/RBMUNERATToN I

Total Staff- Monthly Billing Sr. No. Position Name Estimated T Months Rate Amount (Rs.) T I. Professional / Kev Staff T t I t Sub-Total: I t I I T t I T I t Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata I I Financial Proposal Forms

I Form A-15 l Page2of 2 E srrurlrED LocAL C unnnNcy SALARyC osts/RnMrrf{ERATToN I

Monthly Billing Total Estimated Sr. No. Position Staff-Months I Rate Amount (Rs.) I u. Non-Key / Support Staff I I I

I Sub-Total:

I Note: The bidders are required to quote the rates of Non Key/Support Staff given in the TOR in above table. The bidder(s) may proposeNon Keyl Support Staff Person-Monthsin addition to those given in TOR; however, in such a case tenable reasons must be given in the I Technical Proposal Submission Form A-4 "Comments on TOR". The Client's negotiation committee will deliberate on the requirement of additional staff during negotiation meeting. I It is also to be noted that the Client is not bound to agreeto the reasonsgiven in Form A-4. t I I I I I

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Page42 of l3I t I Financial Proposal Forms T Form A-16 T Drnncr (NoN-S,q,LARY)Cosrs I Sr. Nomenclature Unit Qty. Unit Price Total Amount t No. (Rs.) (Rs.) I Rent for Office Accommodation L.S I 2. Ottce Utilities Costs L.S J. Cost/ rentalof Furniture/ Furnishings L.S

4, Cost (rentals)of Office/Other L.S I Equipment T i. Computersand accessories ii. Photo copy machines iii. Communication equipment I iv. Drafting / Engineering equipment v. Surveying instruments(rentals) I vi. TransportVehicles (Rentals) vii. Site visits and Meetings in Islamabadduring currency of t Project and coordination during supervision 5. Communication expenses Per 4.0 I Month 6. Draftin{ Reproductionof Reports L.S T Offi cel DraftingSupplies L.S 8. Hydrology/ Hydraulic Study L.S

T 10. Costof Survey L.S 11 Cost of installation of Temporary L.S l Bench marks T2, Provisional Sum Items t Geo tech Investieation P.S 2.0million

Satellite Images P.S 0.2million t Costof ROW markersproviding & 9.75million P.S fixine@ Rs.1.950 at 200 m. +.,:.i-: Others not covered above to comply t/'tt't'f I * : with TOR requirement ii ,'':'< I TotaI ti:;1Y

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Barn-Patriata Page 43 of l3l I I Financial Proposal Forms

I x Any additional item/ cost quoted against this line item must be supported by solid/ tenable justification(s) detailed in Technical Proposal Submission Form A-4 "Comments on TOR" without indicating financial value therein. The negotiation committee of the Client may negotiate this cost on I the basis of justification provided in the form A-4 with the prospective successfulbidder in the light of Clause ITC 6.6 of RFP. Moreover, if no justification is given or Client does not agree to the justifications, the Client in both the casesshall not include this cost in the total cost offered by the I Consultantsfor this assignment,particularly in case any amount against this line item is deemedto I have been coveredin other pay items. t T I I t I I T I T I I I I t Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Page44 of 131 I T Financial Proposal Forms

I Form A-17 I SumpranvOr Cosr I I Sr. No. Description Amount (Rs.) I I Salary Cost/Remuneration I 2. Direct(Non-Salary) Cost

a J. Sub Total (I+2):

I SalesTax @ 16% on item S.No.3 above which 4. shall be kept as Provisional Sum in the Contract I Asreement t 5. Grand Total: Note: 1- This cost is supposedto be built up in bid price and if anything is left blank it shall be deemedto be included in the cost. I 2- The dues and salariesof staff are payable by the consultant in time and not later than 10th of the following month positively. In case of failure to do so Client shall intervene and pay these dues and salaries of the concerned Personnel and recover I from the invoice of the consultant at actval chargespaid plus 1%oof the amount. This will also be accountedfor adversely in making assessmentof the Consultantsin the T next evaluationprocess for selection of consultantswith report of such defaults. 3- The grand total is inclusive of all the applicable Federal, Provincial and Local taxes. All thesetaxes (except the SalesTax) are required to be built in the quoted rates and 1 not be mentioned separately.

4- Any Omission or arithmetical error made by the Consultantsin entering the amount T against item 4 above shall also be rectified during evaluation of the Financial Proposal. I I I I t Feasibility Study & Detailed Design for Construction I Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Page45 of 131 t Terms of Reference APPENDIX.A

TERMS OF REFERENCE

(roR)

Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Page46 of l3l I I Terms of Reference CnaprrcnNo. 1 I INrnooucrroN I 1.1 BACKGROUND: Prime Minister Office Islamabadvide letter No.576/X#SPVV2017dated 14n'February,2017 I (Annex-I) was pleased to announce that the following development scheme/project o'Construction/Rehabilitation of Road from Islamabad- Simli Dam- Karor- Bann- Patriata" I should be processedexpeditiously and work should start at the earliest. The said schemeis not included in the PSDP 2017-18. "NHA intends to uppoint consultant for Feasibility I Study & Detailed Designfor "Construction/ Rehabilitution of Roud.from Islamabad Simli Dam-Kuror- Bunn- Putriatu (46 Km)" T The scopeof work broadly covsrs the following but not limited to: i. Feasibility Study and Detail Design I ii. Tender drawings, documentsand cost estimates(BOQ) iii. Environmental Impact Assessment(EIA) I iv. Land acquisition and utilities shifting detail and estimates v. Economic Analysis/Benefits with Traffic Study to ascertain requirement for I provision of 2-lanehighway or 4-lane highway I vi. Preparationof PC-I. t L.2 NEED ASSESSMENT: (i). The considerable increase in traffic volume has developed by construction of I existing Islamabad Dual Carriageway (N-75) and Widening/ Improvement of Murree Nathia Gali road. This has causedcongestion atBahara Kahu city. t (ii). The construction of Chirah Islamabad to Patiata road will facilitate the traffic coming from central Punjab and other parts of the country. It will also decreasethe I traffic volume in Bhara Kahu city. I The project benefits include increasein revenue;reduce traffic congestion,saving in travel time and fuel especially in case of heavy vehicles. Increase in number of I tourists will be shared by the Govemment of Punjab (Munee) and (Nathia Gali) as well. I After constructionthe said road will becomethe assetof the countrv. t Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Page47 of I3l t I T Terms of Reference 1.3 PROJECTDEFINITION:

I The schemeenvisages the "Construction/Rehabilitation of Road from Islamabad-Simli Dam- Karor- Bann- Patriata(46 km)". For this pu{poseNHA intendsto appointconsultant I for Feasibility Study and Detail Design for the subject project alongwith all other t requirementsdescribed in the "TOR". I L.4 PROJECTOBJECTIVES: 1) Traffic of the vicinity will be able to use a better and new road facility of I internationalstandard from Chirah.Islamabad to Patriata.

T 2) Time saving of traffic will improve. 3) Vehicle operatingcost will be reduced. I 4) Employment opportunity will develop for the people of surroundingareas. t .l i i :' I t I I I I I I t

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Page48 of 131 I I t Terms of Reference

I DESCRIPTIONOF THE PROJECT

I 1.1 LOCATION OF PROJECT t The road startsfrom Chirah Islamabadand connectsPatriata via major villages i.e. Simly Dam Chowk, Karore, Ariari, Mouri, BunBazar.

I Stretch wise detail (I(m 0+00- Km 46+00): o Chirah Chowk to Simly Dam Stretch (Km 0+00- 8+00): I The Chirah Chowk to Simly Dam stretch exists on rolling terrain where surface runoff water has damagedthe cariageway at different locations in terms of potholes. l Formation width of carriagewayvaries from 5m-6m. I o Simlv Dam Chowk to Karore Stretch ( Km 8+00- 21.+00): This area is rolling to mountainous terrain where slope stability beside drainage I runoff water problems exist at various locations. Formation width of carriageway t varies from 5m-6m. Karore to Ariari Stretch (Km 21+00- 25+500): I This areais in mountainousterrain where rehabilitation & geometric improvement is required. Slope protection works in shape of retaining walls and gabions are also I required, as landslides occur in different locations. Formation width of carriageway varies from 5m-6m.

I Ariari to Bun Bazar Stretch (Km 25+500- 36+00): This areais in mountainousterrain where rehabilitation & geometric improvement is I required. The geometric improvement of the said stretch may require land acquisition. Widening of the road is required in Bun Bazar that requires dismantling I of structuresand land acquisition. Formation width of carriagewayvaries from 5m- I 6m. Bun Bazar to Patriata Stretch (Km 36+00- 46+00): I This areais in mountainousterrain where rehabilitation & geometric improvement is required. The geometric improvement of the said stretch may require land t acquisition. The soft as well as medium to hard rock cutting is involved for the road widening/ geometric improvement. Formation width of carriageway varies from t Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Pase49 of 131 I I Terms of Reference

I 3.2m. This stretch requires additional cutting and construction of retaining structure I with the provision of drainage. I )) PROJECT WORKS The scheme envisages that the project shall be constructed/ rehabilitated (as per site I requirement).NHA standards,specifications shall be followed as given in the TOR/PC-[ The consultant will submit an existing traffic diversion plan and provide a methodology & t solution as to how the traffic will be facllitatedl controlled. The consultantwill intimate to NHA of any activity observedfrom local departmentor any other departmenton the exiting t road. The consultant will also survey the existing structure (of poor condition) and will consider for design in this assignment with proper drainage facility along the road (if I required).

t 2,3 TIME OF START I The services shall be commenced immediately after the signing of the contract agreement.

I -.i_ I ..'- -r: ; 'j ia, t ,\\.; ?:a . 2,4, TIME OF COMPLETION

I The project is scheduledto be completedin 04 months time. I I I I I I t t Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Paee50 of 131 t I t Terms of Reference I Crr,q.prnnNo. 3 Scopn0r Wonr

t 3.1. GENERAL I National Highway Authority intends to undertake Construction / Rehabilitation of Road from Chirah (near Nilore) to Patriatavia Simli Dam, Karor & Bann. The location map of the I proposedroad is shown in Chapter 2 of this document. The total length of the existing road is 46 Km. In this regard, NHA intends to appoint a reputable and qualified consultant for I carrying out the Feasibility Study & Detailed Design and subsequently issue the Construction Drawings. T The scopeof work defined herein is expectedto be carried out by the consultantto complete the feasibility study, detailed design and formulation of construction drawings and I consequently assume complete onus and responsibility. Consultant is at the liberty to modifu/ improve the alignment after filed survey and ground validation.

I Consultant is required to go through the defined scope of work given herein. Any shortcoming / deficiency is required to be spelled out in the pre-bid meeting and recordedin T the commentsto TOR. After the signing of the contract, any further requirementis assumed I to be included in the quotedbid price and will not be entertainedlater. I 3.2. SCOPEOF WORK Consultant is required to carry out following activities within the slipulated time for the I contract: o Comment on Terms of Referenceand query about them at pre-proposalmeeting I a Data CollectiorVCo-ordinationwith concernedlo cal Departments o Review of existing alignment and recommend improvements / modifications in t accordancewith the Geometric Standardsset forth in the TOR. if anv o Presentationof alignment for approval from NHA I o Detailed topographic survey with establishmentof survey control points a Soil investigation

I o Evaluation of existing pavement

o Identification of quarry sites and constructionmaterial survey I Geotechnical Investigation survey for bridges and structures

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Pase51 of 131 I I t Terms of Reference o Road furniture design including traffic signs and gantries I o Hydrology & Hydraulic design of alignment & structuresincluding flash flood routing o StructuresDesign t o Horticulture and Landscapingof intersections,if any o Traffic survey and Axle load survey I o PavementDesign with surfacerunoff calculations I o Feasibility Study Report o Highway Safety Audit by a team nominatedby Employer I o Tender Documents,BOQ, Engineer's Estimate o Stakeoutof design alignment after approval for ground validation I o Utility folders and Land acquisition plans o Fixation of ROW markers when required by the Client I o Preparation/revisionsof PC-l Consultant is entrusted with the Scope of Work outlined above. It is required that the I consultant should undertake the job in a professional manner to the best of his ability and resources.NHA as Client may offer comments through in-house review I 3'd party review I consultant. Any comments offered by the Client do not absolve the consultant from its obligation to develop correct and cost effective engineering solutions for the Project. NHA I reserves the right to take punitive actions as required at appropriate forum even during I constructionstase. 3.3. DESIGN STANDARDS

I The project will be two lane carriageway. Following design standardsand Codes shall be I followed: CarriagewayWidth 7.3 m (3.65m in eachdirection) I Bridge 2-lane (Each lane as per Cariageway Width specifications) I ShoulderWidth 2.0 m pavedand 0.5 m rounding Cross fall normal Carnageway 2o/o ll,. li': iir^ I Shoulder4% iir'' Full Superelevation 6%

I GeometricDesign Standards "A Policyon GeometricDesign of Highway& Streets2011"

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Page 52 of 13I I I I Terms of Reference Classification of Highway Rural Arterial

I Design Speed 80 Kph (Rolling Terrain) I 60 Kph (Mountainous Terrain) Minimum Turning Radius 30m

I Maximum Grade 60/owith critical length of grade I Minimum Grade 0.5o/oincut and 0.3 % in fill Drainage Curb, Gutter and Chutes for controlled drainage

I Protection Works Retaining Walls / Breast Walls where required I 3.3.1.Other Design Parameters S. Design element Unit Rolling Mountainous No. I I Desisnsoeed KPH 80 60 2. M n. Stopping sight distance m r30-t44 85-92

J. M n. Passingsight distance m 540 410 I a J. Max rate of super elevation. % 6 4. Horizontal curvature I i) Absoluteminimum radius. m 2s2 t23 ii)Radius above which no Super elevation m 360 166 is required I 5. Road formation width m 12.3minimum 6. Max. erade % 6 7. Min. grade. In fill 0.3% I ln cut 0.5% 8. Rate of vertical curvature: i) 'K' value for crest curves: KI%A 338 195 'K' I 11 value for Sas curves: KI%A 30 18 9. Fi 1 Slopes: H:V 2:t 10. M n. vertical clearanceover road m 5.2 t 11 M n. vertical clearanceover railway line. m 7.0 12. Risht of way. m 40 I Above standards are derived from "A Policy on Geometric Design of Highway & Streets". Any Design elementnot mentionedabove should conform to the same designguide for Rural Arterial standard. t 3.3.2, Standardsfor Structures Following codes,standards and loads will be adoptedfor analysis and design of structures:

I o AASHTO-(LRFD): - I For analvsis and desien for all loads and t Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Paee53 of 131 I I I Terms of Reference Pakistan Highway Code of Practice for Bridges 1967: - I For vehicular loads, their spacing& impact factors. UBC/IBC 2003: - I For seismic zoningin addition to the revised seismic risk map of Pakistan. ASTM:. I For material specifications& testing.

ACI: - I For analysis, design and detailing, only in case such details are not specified in AASHTO.

I Vehicles Live Load West PakistanCode of Practicefor Highway Bridges 1967 (WPCHB) specifiesmore severeloads to be consideredin combination with other loads such as dead load etc. as I follows:

Class AA Loading: t The 70-Ton tracked military vehicle to be placed in accordancewith WPCHB to give maximum stresses. Modifying factors to be applied in consultation with Client to cater t for overloading. ClassA Loading: The 54.5 Ton train of trailers (with different axle loads) to be placed in accordancewith I WPCHB to give maximum stresses.Modifying factors to be applied in consultationwith Client to cater for overloadine.

I Check Deck Slab for Punching Shear: Additionally the bridge deck slab shal1be checkedin Punching Shearfor a Wheel Load I of 21,000Pounds i95 KN] on 0.25 x 0.5m2tirecontacl area. I o Other Loads Side-walk Live Load A load of 5 KN/m2(100 psf) of walkway between side barrier/railing and shoulder, I applied continuously or discontinuously over both lengths and width of structure in order to produce maximum stressesin the member under consideration.

t Ilorizontal Live Load on Railing / Posts of Side Barrier These depend upon the configuration of the railinglposts/ barrier system. The position and the magnitude of the horizontal loads are taken according to Article2.T I of AASHTO.

Impact Load I Impact loading on the bridge superstructureis taken in accordancewith WPCHB.

Wind Loads I Wind loads are taken in accordancewith the provision of WPCHB.

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Page54 of 131 T I I Terms of Reference

o SeismicDesign I International Building Code (IBC-2003) and Earthquake forces are calculated according to article 3.21 of AASHTO, keeping in view the recent earthquake of t October 8, 2005, the earth quake zoneswill be consideredaccordingly. 3.3.3. ExistingStructures t Consultantsshall carry out detailed inspection of existing structuresand based on condition of the structure shall recommend retention of existing structures or replacement. Where I existing strucfures can be retained, design for widening/ extension of existing structures shall be carried out to commensuratewith NHA standardsfor cross-sectionof the road and I structures. Condition Survey Report, along with two photographs of each existing I structure will be submitted. StructuralAnalysis I StructuralAnalysis shall preferably be performedusing standard international software. I All input files shall be provided in the designreport. Task 1: Data Collection & Coordination with Local Departments Approximate Duration: 10 days I Outcome: Consultant get hold of relevant information, SOP Mapso Satellite ries and liaison with local denartment/police

I 3.4. DATA COLLECTION & COORDINATION WITH LOCALI IRRIGATION DEPARTMENTS I Immediately after signing of the Contract, the consultant will attend the kickoff meeting at NHA headquarters and present his working schedule and confirm availability of I resources as specified in the Technical proposal. NHA will issue necessaryauthorizatiort letter ooTo Whom it May Concern". Consultant will immediately mobilize and get I possessionof the relevant ffiBps,reports and imageries for the detailed design of the Project. After the Completion of the design, SOP maps and imageries shall be returned to the Client I in Original and un-damagedform. I The Consultant should inform the local police and administration before conducting all types of filed surveys. Before planning the field reconnaissance,the consultant should I tii coordinate meeting with the local city development/ Highway Department to know any per .Sture plans for city expansionetc. Tips for design of Bypassesshall be obtained as local lffi ,,,requirements if required.

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Pase 55 of 131 t I I Terms of Reference Outcome of above activity shall be reported in the form of presentationto the client.

t Task 2: ReconnaissanceYisit and Alignment Study Report Approximate Duration: 10 days Outcome: Consultant shall submit an Alignment Report based on outline I design and ground validatian. Recommend any changeso if required. I Approval of alignment in presentation to the Client 3.5. RECONNAISSANCE VISIT WITH IDENTIFICATION OF ALIGNMENT I ALTERNATIVES After the completion of the Task 1, the consultantshall carry out the desk study of proposed I alignment using maps, imageries, and ground validation. The site visits shall be carried out by a senior highway engineer of not less than 15 years of experience. Coordinated I meetines with local departmentsshall be done and minutes recorded (same shall be made I part of the Reconnaissanceand Alignment report). During the reconnaissancevisit, particular requirements of the project shall be identified I that will be addressedin the detailed design. Other requirement of Task-2 is the submission of Inception Report. Inception Report should elaboratethe methodologiesfor detail design I and for requirementsspelled out in the TOR and observationsmade in the site visit. After submission of Alignment report and Inception report, the Consultant will give his I presentationto the CompetentAuthority in NHA for approval of alignment. At the reconnaissancestage, social, economic and environmental aspects shall also be t considered.The resulting information will form part of the recommendationsfor adoption of I aparticular corridor. Data from various sourcesshall be collected at this stase:

I o Topographic Maps o Available Geological reports,if any (from local departments,adjacent projects) I o Satelliteimagery . Agnculturesoil reports ::, I . Soil surveymaps (Soil surveyof Pakistan) i,i

Task 3: Detailed Topographic Survey i : t Approximate Duration: 45 days Outcome: Consultant will get approval of Topographic SurveyProgram Submit survey Report I Submit Draft and Final Tonosraphic Plans

T Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Pase56 of 131 I I I Terms of Reference 3.6. DETATLEDTOPOGRAPHTC SURVEY (PRE-REQUISITES) I Topographicsurvey forms the basisfor the detaileddesign. Poor quality of surveywork producesnot only incorrectdesigns but alsoresults in post constructionproblems with t variations in cost and claims. It will be ensuredby NHA that the Survey work is of top most I order. It is therefore, recommended that consultant should use the latest technology for the t topographic surveys, which include as many DFGPS for establishmentof highly accurate control points. In case the consultant does not have the requisite number of DFGPS, he is I advised to hire servicesof professionalsurvey companieshaving the required expertise.The DFGPS shall be simultaneouslyused for enough duration to develop acsxate control points. I The Survey company mobilizinq to the site must compl]zwith the requirement of the recent "surveyins & Mapping Act 2014".Before mobilizing to site for Survey, the Consultant shall I submit to the Client detailed topographic survey program with actual human resources planned to be deployed. The consultant shall specifu the time line of surveyprogram. Total I number of equipmentwith models and calibration certificatesnot more than 6 months old shall be produced.The name and qualificationsof surveyorsshall also be submitted.NHA I reservesthe right to interview the surveyor if required. Upon request,the consultant should changethe surveyor.If consultant wants to outsource the Survey work, it will be mandatory I to takeprior approval of the Client. NHA will ensurethat the survey firm is not black listed I and has sufficient resourcesand complies with the Surveying and Mapping Act2014. 3.6.1. SurveyMonuments T Permanent Ground I Monument made of Concrete1:4:8 T with 75 mm steel nail embedded at I centre. The type and dimensions of I Survey monuments to be I installed at site is t-12r -r SECTION I Feasibility Study & Detailed Design -afof- Bann-Patriata Page57 ofl3l t I I Terms of Reference shown here. Using spray paint and a stencil, the monument number shall be painted.

I Besides start and at the end, it is required that these markers shall be fixed in the traverse line at an interval of about 300 to 400 meters. These shall be fixed at such locations that I these are least susceptible to disturbance and damage. The consultant shall fill out a Performa for each traverse station showing picture, sketch and reference with permanent I ground features.If sub-standardmonuments are used, then NHA will deduct the necessary I amount from consultant's due payments. 3.6.2. Control for Traverse l Projection:UTM T Datum:WGS84 VerticalDatum: MSL

I 3.6.3. Horizontal Control I PrecisePrimary Controls (ITRF CONTROLS) Minimum (2) DFGPS Primary Controls at start and end of the Project or as many as may be I required such that the distance between these points shall not be more than 100 km. Minimum observation time shall be at least ten (10) hours for each of these points. These I points shall be validated/verified with Intemational Fixed Stations in WGS84/ITRF referenceframes for an averageambiguity resolution of 50o/oor better for a reliable network I solution. I 3.6.4. Primary Controls DFGPS Primary Controls shall be establishedat a maximum distance of l0 kms with one I base and one rover using leapfrog method, by applying adjustments to create network. Minimum observation time shall be at least two (2) hours for each of these points, which T may be used for Total station if neededfor topographic survey. I 3.6.5.Secondary Controls DFGPS SecondaryControls shall be establishedat a maximum distanceof 333 meters with I one base and two rovers at alternatesides of Alignment (to form triangular network) using leap frog method, by applying adjustmentsto createnetwork. Minimum observation time I shall be at least 45 minutes for eachof thesepoints.

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Pase58 of 131 I I I Terms of Reference 3.6.6. Vertical Control

I Vertical Control shall be establishedusing MSL from first order SOP Bench Marks with I double run leveling. Digital level with an acouracyof 0.3 mm or less and single section 2ml3m staff or invar staff with change plate on bottom shall be used. The maximum t distance between the two successivereading points shall not be more than 50m. All horizontal control points shall be related to monuments made for Horizontal primary and I secondarycontrols with double run level to control the height as mentioned above. I 3.6.7. Monuments for Horizontal and Vertical Controls The monumentsfor controls shall be as per NHA specifications.The ITRF Controls, I PrimaryControls shall be tied with two permanentpoints as per NHA Specifications. 3.6.8. Topographic Survey (Scale 1:1,000); including on ground features, Buildings, T Utifities and Crossing Roads I a. Topographic Survey will be performed within the ROW Limits. At important control section, if the large-scalestructures are proposed to be built on the sections,the survey I range can be extended reasonably,if necessary.Enough Spot Levels (points) shall be takento createa topographicmap in the scaleof I :1,000. I b. The Consultant is required to observe 10 cross-sectionsacross the flow channels to Bank. Three cross-sectionsat the Bridge Site (one center-line and other two adjacentto t centerline up and down stream of the bridge. The BM upon which the Model study surveywas done should be incorporatedin the traverse/level circuit. i tlil;i;;. ,,.'.,\:i.,.t' ,. I i:i:i)' , i-- 3.6.9.Cross section Points ' t The cross section should be measuredone by one. :l o The cross section of the embankmentshould be measuredat25m interval

I a The crosssection shall be measuredto the ROW limit. For the alignmentsections with proposedretaining wall, the cross section shall be I measuredat 5m interval. o For the bridge pier, the measuringrange of the cross section is 10m at both left and right T sides of the center; whereas for the bridge abutment, the measuring range is till the I ROW limits.

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Page59 of 131 I I I Terms of Reference t 3.6.10.Interchanges(1: L,000) Map Extraction of featuresshall be done & points shall be taken beyond the ROW and inside the I minimum region defined for Interchangesto create 1:1,000 map. The minimum length of existing road to be included in topographic survey (for interchangeramps merging) should I not be lessthan 250 m. t 3.6.11.Riverine Survey for Crossing Canals - Short Bridge Measure the center longitudinal section of the canal from 100m upstream to 50m T downstream. and measure the cross section of the canal at 10m interval which is perpendicular to the axis of river. The canal edges must be recorded along with all break t points to clearly define the canal shape. T 3.6.12.Surveyfor CrossingWater Channels/Nullas Measurethe center longitudinal sectionof the water ChannelA{ullasfrom 100m upstreamto I 50m downstreamand measurethe cross section of the water channel/nullasat 10 m interval, which is perpendicular to their axis. Minimum 5 points shall be taken at each cross section I to correctly depict the top and bottom of the sloping bank, width of bank and center of channel.The distancebetween the cross section points shall not be more than 5m for wider t water channelsA{ullas. t 3.6.13. Survey corridor The detailed topographic survey in normal circumstancesshall be carried out in a corridor I of 40 m. At locations of crossing rivers & nullas, the detail of survey extent is given in I respectivesections. 3.6.l4.Mapping(Unit of Measurement) I Metricunits shall be used throughout. I 3.6.15.Scale Besidessoft copy, mapping of drawingsshall be plottedto a scaleof 1:1,000.

I 3.6.16.Detailsto be shown All natural or manmadeerections above ground need to be depictedin the topographic I survey.Enough points shouldbe recorded,so that its clearpicture including identification,

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Page 60 of 13I I T I Terms of Reference size and elevation is available for the designer. The consultant should also depict t underground utilities with markers available at site. Intelligent nomenclature need to be adopted to describe the feature. The information should be available in CAD software in I layer format with fully defined attributes. T 3.6.17.Bridgedetails The bridge details shall be shown on a separate drawing for each bridge. The bridge I observationsshall include the following: - a. The coordinates and levels of the four corners of the bridge (points shall be on the I adjacentroad surface),the two edgesof the piers, abutmentand wing walls. b. The coordinates and levels of the bridge deck to the intermediate piers (if any) of the I bridge. c. Length, width and type of constructionof bridge. I d. The type and location of servicesadjacent to the bridge. e. The coordinatesand levels of the centerline and the road on the bridge at approximate t intervals of 5 m. f. The cross-sectional clearance envelope at the two sides of an overpass ridge (with I respect to the road centerline passing underneath) showing all the relevant levels, offsets T and skew angle. 3.6.lS.Culvert details

I Details of each culvert are to be shown on the survey plans and a separatesheet tabulation of the following information is to be submitted with the plans:- I a. Type of culvert and diameter. b. Chainageof culvert attheroad centerline. '.1! I c. Skew angle of the culvert from the centerline. i : d. Length of culvert from each side of the centerline. : t e. Invert levels of the inlet and outlet. f. A sketchof the inlet and outlet structuresincludine all visible dimensionsto a scaleof I T:200. I For major culverts(dia.>2.0m) the outlet structuresare to be properly measuredthrough recordingenough points so thatthe culvertcan be modeledin CAD. I

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Page61 of 13I I t T Terms of Reference I 3.6.l9.Existing Road/ Embankment In casealignment runs along the existing road, sufficient points should be taken across I the existing road to ful1y define the cross-section.Below are minimum points shown for the existing roadway cross-section.For the existing carriageway, the width of T cariageway, inner and outer shouldersshould be clearly identified and coded. I t T 3.6.20,Details of Junctions and Existing Roads I The Surveyor shall survey all junctions to enable the designer to design the junction properly. A corridor width of 70m shall be taken for a distanceof not less than 150 meters I up and down the proposedintersection of the road or as required by the client. T All paved roads,main roads and footpaths or tracks having width greater than2m shall have a minimum of two (2) points defining both edges of the carnageways.Consecutive points T along the road feature shall not exceed 20m in rural areas and 10m in urban or built-up areas.More points are generally neededto define curved feature such as slip roads, islands, T etc.

Levels of the road centerline shall be recorded for paved roads having widths greater than I 6.0m. The main destinationof the road from the junction shall be recordedby the Surveyor.

I Where necessaryto survey along an existing road, the Surveyor shall follow the marked changes along the centedine. In addition to the road edges, consecutive points along the I edgesof the cariageway (i.e. along the edge line marking on both sides) shall be picked up and shall not exceed 10 m. More points are generally needed to define super-elevation I changesat curye sections. I 3.6.21.DigitalGround Models(DGM) The product of the filed survey dataafter processingshall be DGM. The accuracyof DGM I shall depend upon the accuracyof the digital data collected in the field. Before processing

T Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Page 62 of 131 I I I Terms of Reference the data,it is important to filter the data. All data points with incorrect x, y or z values shall T be removed. It is also important to properly identify the break lines like road, nullah edge with natural faults. Void areaslike buildings shall also be marked. The topography shall be l fully labeled for every object recorded.

'strings'. I All survey feature lines will herein be referred to as The data shall be presentedby the Surveyor in a form suitable for input to the software to be used for generationof DGM. I Using the recorded dataifi x,y,z format on data logger, the ground surfaceover the required area shall be simulated by strings of coordinated information along characteristiclines on I the terrain. The models shall consistof three-dimensional(3D) contour strings.

The existing road surface over the required area shall be simulated by 3D strings of I coordinated information along characteristic lines on the existing carriageway. Any other I strings that do not affect the accuracyof the ground surfacemay be assigneda null level. TIN (Triangular Irregular Network) shall be developed by using software. Using TIN, I Contours shall be generated.Since NHA uses AutoCAD Civil 3D for vettingosame shall be T usedby the consultant. 3.6.22.Grid t The coordinates of the DGM shall be referred to the grid system as described already in section 3.6.2 of this docurnent. The coordinatesof the DGM shall be Easting,Northing and T elevations. I 3.6.23.String Labelling The ground featuresincluding break lines shall be labeled with the exact description shown I under AUTOCAD LAYER NAME. Any additional labels may be considered and the Surveyor shall submit the list for approvalprior to their usagein the DGM.

T 3.6.24.PropertyModel This modelshall be stimulatedbv a seriesof 3D null level strings and text strings and I includesthe following:- a) Strings of land lots (null level strings) I b) Land use and type (Text Strings) I

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Page 63 of 131 t I I Terms of Reference Attributes to land type and use shall be appended in the AutoCAD format. Such information I shall be used by the Surveyor when preparing Land Utility folders at the end. I 3.6.25.Contours After digital data collection of survey points at site, the contour generationshall be done by I using computer software. The contour interval shall be 1 m. The smoothnessfactor to be defined in the software should be such that it should not distort the ground contour I representation.The contours should be well labeled. I During data collection, break lines on the ground should be collected very carefully that affects the contour generation.

I If in the project, where steep slopes are likely to be encountere4 the surveyor is required to use the laser equipped total stations that doesnot require prism to record I the coordinates. l Contours shall be shown by continuous lines with a thicker line for every fifth contour (Prominent Contour). Contour and spot heights shall be differentiated from other detail. The I value of each contour shall be indicated along the contours at intervals not exceeding 200 I mm and / or the edgesof the Mapping area. Where the ground surface is obscured because of undergrowth, on-going earthworks, T swampy areas,or other obstructions, or the accessis restricted, contours can be shown by broken lines to indicate that their accuracycannot be guaranteedbut with prior approval of I the Client. I 3.6.26.Longitudinal Profile and Cross-Section The longitudinal profile shall be plotted in A1/A3 size (as requestedby Client) to a scale of I 1:1,000 Horizontal and 1:100 Vertical with chainageinterval of 25 m unless otherwise specified or instructed by the Client. The cross sectionalplan of the existing road shall be I plotted in A1 size to a scale of 1:200 both horizontal and vertical with 25 m interval. The plan shall show the chainageinterval as specified and the existing ground profile and all the I existingfeatures. t t Feasibility Study & Detailed Design for Construction / Road from Islamabad-Simli Dam-Karor- Bann-Patriata Page64 of 131 T T I Terms of Reference 3.6.27.Original Drawings & Preliminary Copies

I Preliminary copies shall be submitted in the form of staple basedpaper. Every sheet of the T drawings shall be marked as preliminary copy, until the final approvedcopy which shall be marked as "Final Tender Drawings". Each drawing shall be stamped and signed by the I Designer. I 3.6.28.Soft Submission of Data and Drawings The Surveyor shall supply the digital ground model data, all Drawings, Reports suitable for l input to the computer and according to the specification acceptableto Client. The survey data shall be supplied in CSV & DWG format.

T The CD / DVD-R and hard copy shall be supplied with an index schedulingthe contentsand I referencing and shall remain the property of the Client. 3.6.29.Field Books and Record

I A11field books and computer data must be properly kept and shall record truthfully all the survey work carried out. The Surveyor shall do all workings in proper books, adequatelyin I good style and according to best practice. All field books shall be done in ink. Unsatisfactory works and errors 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 ensure that a high standardof work is maintained. He may requestthe Surveyor to carry out some spot checks T if he has reasonabledoubt on the accl'rracyof the survey work. The Surveyor shall comply with such requestsunless he can prove to the client's representativefor his satisfactionthat I such checks are unnecessarv. t All field books and computer datashall be certified by the qualified surveyor. The Surveyor shall submit the required number of copies of Final Survey Report and I Drawings on completion of all survey works in a format as approved by the client. All I I Terms of Reference Task 4: Traf{ic & AxIe Load Survey Approximate Duration: 14 Days l Outcome: ClassifiedTraffic Surveys after approval of Client. T Submit Traffic & Axle load survey report 3.7. TRAFFIC AND AXLE LOAD SURVEY I 3.7.1.Field Books and Record Traffic count forms the basis for capacity analysis,pavement design and economic analysis T etc. Consultant is required to carry out classified traffic counts at required locations along the project and on the connectednetwork to develop an understandingof traffic pattem. The t study will also entail the estimation of diversion and generatedtraffic. The consultant shal1 submit detailed program of traffic count alone with locations. duration and repetitions in I Inception report. Sameshall be exercisedafter the approval of the Client.

I The classified traffic count shall include followins classifications: - Non-motoizedtraffi,c Animal drawn,bicycle I - Motorized traffic IWcycle, CarlPickuplJeep, Minibus/wagon, Bus, 2-Axle, I 3- Axle, 4-Axle,5-Ax1e, 6-Axle, Tractor trolley The traffic count shall be done with hourly classification. In peak hour, 15 minute interval I count shall be done to ascertainPHF. I 3.7.2. JourneyTime For with and without Project scenario,the journey time survey of various classesof vehicles I in peak hours and off peak hours shall be done. It shall be used in economic analysis. T 3.7.3. Origin & DestinationSurvey If required,the O&D Surveyshall be carriedout to identify the traffic likely to be diverted.

T 3.7.4. Axle Load Survev t Consultant shall undertake axle load survey using portable weighing machine. Consultant shall confirm in his technicalproposal the availability of such equipment (ownership / rental

!$. Sufficient samplesof all axle groups shall be weighed. In addition to axle load, tyre shall also be measured.Data shall be annexed in the final report and used in the vement design.

T Feasibility Study & Detailed Design for Construction I Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Page 66 of 13I I I I Terms of Reference 3,7.5. Underpass/CattleCreep Survey

T Using satelliteimageries, field surveyand site consultation,consultant shall identify exact number& locationsof the underpass/cattlecreep to be providedfor convenienceof local I residents.

I 3.7.6, Traffic Diversion Plans t Traffic Diversion Plans shall be provided for the following situations: a. At toll plazas(If required) I b. At Intersectionsand interchanges c. In urban areasincluding methodology for separatingthe local and through traffic. T d. On at-graderailway crossings. e. At places where underground constructions like construction of box culverts and I underpasses. f. At placeswhere overheadbridge constructionis likely to take place. l Consultant shall fully define the methodology for construction sequence,diverting traffic and maintainins the diversion roads.

I Task 5: Soit & Material Investigation Report Approximate Duration: 30 Days I Outcome: Soil and Material Investisation Re T 3.8. SOIL & MATERIAL INVESTIGATION Soil & Material investigation shall be done to ascertainthe index and engineeringproperties I ofencountered soil. The consultantis required to seek,interpret and evaluatesubsurface and surfacedata, in order to predict the behavior of the soils and materials along and adjacentto t the alignment. The resulting information should be presentedin a logical and intelligible mannerso that it can be used correctly and efficiently by the non-specialist.

I The consultantis required to carryout following steps: o Determine needsof the design I . Caffy out complete ground investigations . Carry out complete laboratory testing T o Evaluateresults for final desien o As per fixed horizontal and vertical alignment, identifiz the areasof deep cuts and high I fills. Study precise geometry of the roadway structuresand develop designrequirements.

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Paee67 of 131 T T t Terms of Reference Field investigationsshall be carried out in three main areas: t o Investigation along the length of the proposedalignment and to determine the pavement supportpotential offered by the subgradesoils. T o Investigation to determine the source and quantity of naturally occurring construction materials. l o Examine specific sites such as deep cuts, retaining walls and culverts etc. I Enough sampleswith appropriatespacing is required to be investigatedto fully analyzethe ground conditions that shall be addressed with appropriate treatment for construction. T Consultant is required to propose appropriate methodology to address the problems of embankmentconstruction, if any. I For testing of materials,following codesand standardsshall be followed: o ASTM - American Society for Testing & Materials. I o AASHTO - American Association of StateHighway andTransportation Officials. I 3.8.1. Material Investigation Every effort should be made to locate sufficient quantities of naturally occurring I constructionmaterials at regular intervals along the alignment and as close to the alignment as possible. In case of potential quaffy sites, test borings are necessaryto confirm the I quantity and quality of available material. Test results from any nearby operational quarries should also be included.

I The material to be investigated includes but not limited to earthwork, subbase, aggregate base,asphaltic material, cement,steel, pre-stressing strands, sand, crush aggregatesand geo- I textile, etc.

I Considerableamount of water is likely to be required for proper compaction of earthworks. Water points will be necessaryat frequent intervals along the alignment. An assessment T should be made of the likely sources of water from any existing wells and from the geological formations underlying the route. Tests to assessthe suitability of water for I concreteare necessaryand shall be undertaken. I 3.8.2. Soil Classification Soil description is necessaryfor all test pits and bore logs. The descriptions should be I ardized so that the main characteristics are qiven in the same order i.e. Mass

I ility Study & Detailed Design for Construction / Rehabilitation of Road from lslamabad-Simli Dam-Karor- -Patriata Pase68 of 131 I I I Terms of Reference Characterislics shall include field strength, moisture content, bedding state if applicable I discontinuities and state of weathering. Material Characteristics shall cover Colour, Composition, Grading, Particle shape, soil name and soil group. Both Unified and T AASHTO classificationshall be used.

I Task 6: Environmental Impact Assessment Approximate Duration: 120 days I Outcome: EIA Report submissionand obtaining NOC from PEPA 3.9, ENVIRONMENTAL IMPACT ASSESSMENT I As per EIA Rules, Consultantis requiredto carry out the EIA Study for the Project.It involves collectionof requiredbase line data from site, analysisand recommendationfor I mitigations.Findings shall be recordedin the form of Reportwhich shall be reviewedby NHA EALS Section.The scopealso includessubmission of EIA Reportto EPA Punjab, t addressingtheir requirements,to their entire satisfaction(Including submissionfee), conductingthe Field hearingand obtainingNOC for NHA. A11costs whatsoever shall be t quoted.The detailedTOR for EnvironmentalImpact Assessment is attachedas Annex-A of this document.

I For EIA. Consultant shall directlv coordinatewith GM (EALS) office. The Consultancyfee I aeainstthe EIA shall be verified and processedby the office of GM (EALS). Task 7: GeotechnicalInvestigations for structures Approximate Duration: 30 Days T Outcome: Geotechnical Investigation I 3.10. GEOTECHNICAL INVESTIGATION FOR STRUCTURES Consultant shall appoint, after the approval of the Employer, a'Nominated Specialist I Contractor" to perform geotechnicalinvestigations including field and laboratory testing, for which a provisional sum of Rs. 2.0 million/- maximum has been kept. After the formulation I of exact scopeof work for sub-surfaceinvestigations based on reconnaissancesurvey by the consultantsand subsequentapproval of NHA, at least three sealed quotations from reputed t Geo-tech firms shall be called by the consultantsand submitted to NHA for nomination of selected contractor, where after work shall commence on site based upon a formal t agreement between the consultant and contractor (including quantities, rates and work schedule).Detailed program for mobilization and doing tests at site shall be submitted to the I Client and after approval work shall commence.The Employer would pay the fee for this

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Paee 69 of 13I 3 I I Terms of Reference work agreed between both parties directly to the nominated specialist contractor after t certification of work by the concemed Deputy Director (Maint) NHA and invoiced by the consultant. Consultant will supervisethe sub soil investigation work to be carried out by t GeotechnicalFirm. An undertakine shall be siven in this regard. I Sub-surface investigations consisting of boreholesI dnl|rholes / test pits of required depth, supplementedby field and laboratory testing to accurately assessthe engineeringproperties I of the underlying soil strata for detailed design of foundations,substructures and roads shall be undertaken. A separatereport will be prepared to this effect and will be submitted to I NHA bearing approval of the Consultant. Original lab reports shall be attachedin the soil report along with colored photographs.

I Bore logs shall be included in the Soil Investigation Report along with the laboratory results. Testing of samplescollected from site shall be carried out in a reputed laboratory, l under strict quality control and adherenceto relevant ASTM procedures/ standards.Depth t of boring shall be decided by the geological formation at site and the type of foundations proposed for the structures. Standard penetration tests shall be started from the ground surface and carried out in accordancewith ASTM Dl586 PenetrationTest and Split Barrel I sampling of soils. Where clayey soils are encountered, undisturbed samples shall be I obtained in accordancewith ASTM thin-walled sampling of soils. Movie clip of 15 minutes at eachlocation is required to be submitted.

I The site investigation to be undertakenshall consist of the following: - . Deep Machine boring to a maximum depth of 50m below ground level and associated T field-tests for River Bridge Piles and 40 m for other structures. o Trial Pits to a maximum depth of 3 meters. t o Hand augerholes to a maximum depth of 7 .5 meters. o SeparateBOQ shall be prepared by the Consultant with all required tests for deep t boring. It is required to carry out grain size analysisat required scour depth. I o Submission of proper site investigation report comprising all relevant notes and pertinent information required by this TOR together with laboratory test results. The I I

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Barur-Patriata Pase 70 of 131 I I I Terms of Reference Task 8: PavementDesign Report I Approximate Duration: 7 Days Outcome: PavementDesign Report

t 3.11. PAVEMENTDESIGN REPORT After the traffic count and projections for designed life of 10 years are done and the soil I investigationsdata is available; the pavementdesign shall be done. The consultant shall get t the basic design from AASHTO Pavementdesign guide-93, but final pavement design shall be done using mechanistic-empiricalmethod. Asphalt Institute & Shell Model shall be used. I Axle Load data and tyre pressure datato be collected and Kenlayer analysis software shall be used. Non-linear elastic approachshall be employed. All calculations shall be attached I with the report. Flexible, Rigid and Composite Pavementshall be evaluatedand cost comparison shall also t be carried out and submittedto the Client alongwith PavementDesign Report. t Task 9: Hydrologic Study Approximate Duration: 25 Davs Outcome: Hvdrolosic R

T 3.I2. HYDROLOGY & HYDRAULIC STUDY I Conventional hvdraulic impact using empirical connotations are not warranted, as they do not depict the real impact of food and flood routing in extreme flat land. Our consultants I generally follow such practices and are devoid of modern techniquesemployed using DEM and aerial photographic techniques.It is strongly suggestedto undertakethe state ofthe art T methodology with ground validation of land use and drainage pattems. The main scope of the required study is as follows: I a. Field Work and GIS dataProcessing. D. Reconnaissancesurvey, literature review and marking of waterways I ii). Calibration of field data with remote-sensingdata iii). Satellite Imagery and DEM processing I iv). Land use and Soil Mapping with ground verification v). Flood routing investigation T b. Hydrology and Hydraulic study i). Watersheddelineation I ii). Soil and land use analysis.

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Pase71 of 131 I l I Terms of Reference iiD. Rainfall analysis I iv). Storm-frequencyanalysis v). Design Storm calculation I vi). Surfacerunoff model vii). 2D Hydraulic River & flood modeling for embankmentheight and structuresdesign I and value engineering I c. Hydraulic design of crossdrainage structure Above methodology is robust and predict accurate water shed pattern. The DEM used is I refined to the extent to give acceptableresults. It is hiehliehted that the whole desien philosophy in such conditions are dictated bv the Hvdroloev/ Hvdraulic study.

T Task10: Highway SafetyAudit ApproximateDuration: 30 Days T Outcome: Highway SafefyAudit Report I 3.13. HTGHWAY SAFETY AUDrT (HSA) Pakistan is among those countries, where the road accidentsand fatalities are high. One of T the major components about 28oh relatrng to road accidents is attributed to the road environment factors. It is therefore, essential that the highway safety audit (third party) I should be carried out by a certified HAS, at various stages, as per requirements of international standards.

I Since the project in hand is selectedfor detailed design, the HSA shall be carried out with the submission of alignment report and shall conclude with the submission of final design t report. In this regard,consultant shall quote a facilitation chargesas LS. t Detailed Audit shall be carried out under the supervision of NHA HAS. Other members of Highway Audit team may include third party experts (at least two). An Engineer from NHA I Design section shall be made part of the Audit team. Consultant is required to arrangethe Audit visit, collection of required data, field visit expenses, coordinate meetings and I compilation of final Audit report including proceedings.Appropriate remuneration to be paid to Audit team from quoted amount. tlli\ l \'.t I t Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Pase 72 of l3l I t I Terms of Reference Task 11: Stakeout of Design Alignment I Approximate Duration: 20 Days Outcome: Centerline staked out at site with permanent markers I 3.I4. STAKEOUT OF ALIGNMENT ON GROUNI) After the Design drawings are approved, the Consultant shall be asked to stake out the I alignment on ground. The Centerline markers shall be fixed on ground at 25 m interval. A 1.5m long PVC pipe 4" dia filled with lean concreteand orange colour spray paint shall be I erected.A11 verification and payment shall be processedby the Nominated project director t of NHA. Task 12: Land Acquisition & Utility Folders Approximate Duration: 20 Days l Outcome: Land Acquisition & Utility Folders

I 3.15. LAND ACQUISITION AND UTILITY INFRASTRUCTUREREPORT Theconsultant shall identifu land and property falling within the right of way (ROW)to be I acquired. The consultantsshall submit 5 copies of ROW plans showing the alignment and defining the Right of Way to facilitate timely action for acquisition of land. ROW l permanentmarkers shall be set up by the consultant,upon request.The Consultant shall also prepare estimate for acquiring any additional land and removal of structures and utilities, I particularly in the built up areas.Folders shall be submitted in soft format in CAD with I referenceto srid coordinates. The markers as per NHA specifications shall be erectedand payrnent shall be verified and I processedby the Project Director directly. -..j:::;+;.:_a:,.

Task 13: Construction Machinery Report t Approximate Duration: 10 Days Machinery Report I Construction 3.16. CONSTRUCTIONMACHINERY REPORT I A detailedreport on constructionresource shall be prepared.It will include,based on the construction duration, the amount and type of construction machinery required. Based on I the Constructionplan developedin Primavera/MicrosoftProject, the resourceallocatiorV the Cash flow required shall be stated. Computationsand assumptionsfor productions shall be I attachedin the report.

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Page73 of l3l I I T Terms of Reference Task 14: Feasibilify Study t Approximate Duration: 10Days Outcome: Feasibility Study Re rt

l 3.I7, FEASIBILITY STUDY REPORT The Consultant shall submit a detailed feasibility report encompassingthe technical / I economic viability of the project after carrying out preliminary design and necessary investigations. The basic data, result of investigations and studies as well as preliminary t design estimatesand evaluation shall be collected in a condensedand comprehensiveform, in the feasibility report. Benefit cost methodology, cost appraisals of alternatives,benefit I cost ratio, net presentvalue, economic internal rate of return, sensitivity analysis, shall also I be made part of the report. Task 15: Mass Haul Diagram Approximate Duration: Simultaneous Aetivitv t Outcome: Mass Haul D t 3.18. MASS HAUL DIAGRAM Consultant shall submit the mass Haul Diagram which shall be representeddirectly below I the longitudinal section of the alignment plan. It shall clearly depict the following: o the distancesover which the cut and fill will balance I o quantitiesof materials to be moved and direction of movement t o areaswhere earth have to be borrowed/wastedand amountsinvolved Task 16: Formulation of PC-I Approximate Duration: 10 Days I Outcome: Submission of PC-I

I 3.19. FORMULATION OF PC-I The consultant shall prepare the PC-I for the project road including economic analysis on I prescribedPerforma of PC-I by PlanningCommission. t SeparatePC-I for land acquisition shall be prepared and submitted.Subsequent revision shall alsobe done by the Consultant,if required. I I

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Barur-Patriata Page74 of l3l I I I Terms of Reference Task 17: Tender Documents Approximate Duration: 1,0Days I Outcome: Submission of Tender Documents

t 3.2O.1.TENDERDOCUMENTS Tender Documentsshall comprise of the following:- l L. Volume-I I o Instructionsto Bidders. . Conditions of Contract (Part-I) (GeneralConditions) . Conditions of Contract (Part-Il), (Conditions of Particular Application). ) o Conditions of Contract (Part-III), (SupplementaryConditions) I o . Forms and Appendices b. Volume-Il t o General Specifications. c. Volume-III T o Particular Specifications,Special Provisions and Bills of Quantities. d. Volume-IV l o Drawings as per the following detail: o Title Sheet I o SheetIndex o Key & Location Plan with Coordinatesand alignment with stationing. Pits of t soil investigationsshall also be marked. o Sheetof Legends& Symbols t o Traverse,Bench Mark and Design alignment data including curve data o Typical Cross-Sectionswith locations of applications l o Super-elevationdetails and Linear Plan o Road Furniture Details (Guard rails, PavementMarkings & Traffic signs etc) I with locations of applications ,-,(;#ti1't-?e\ o Retaining walls with location tables I o Soil investigation linear plan #sfffYil o IntersectionDetails \tarr#' I o Drainage plan for surface runoff and urban areas o Mass Haul Diagram I o Plan and Profile Drawings

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Paee 75 of 131 I I I Terms of Reference o General Notes for Structural Drawings I o Drawings for Small drainage structures o Drawings for Large structures I o Drawings for Earth retaining structures o Landscaping details I o MiscellaneousDetailsl Ancillary Works including training works. o Detail drawing folders of Utilities/Infrastructure for Land Acquisition and I removal of all utilities/ infrastructure etc., having all the requisite information. ) o Drawings related to Environmental Mitigation Measures

l NHA has standardizedVolume-I (Part-I) and Volume-Il. Consultantsshall study and adopt T thesedocuments after scrutiny and modification whereasrequired. e. Contract Conditions (Legal Part) I NHA has prepared Standard Tender Documents sections on instructions to Bidders. Conditions of Contract, Bid Forms etc. and has used them for similar project in the past. t Consultant shall study these standardized contract conditions and amend them in accordancewith the requirementsof this project. The SpecialConditions of Contract can I be addedpertaining to the project as supplementto the GeneralConditions of Contract. I f. Technical Specifications The consultantsshall study the NHA Specificationsand prepareparticular specification I for the project for specified items not coveredin the GeneralSpecifications. I g. Bill of Ouantities Consultant shall prepare comprehensiveBill of Quantities to be calculated to accuracy I of + 5o/ooncompassing all the items of work, properly cross referencedto the Technical t Specifications.Standard format of Bill of Quantities shall be adopted. I prepare the Engineer's Estimate of the project based on the detailed and final Bill of using NHA Scheduleof Rates(2014). For I Quantities,

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Paee 76 of 131 I I I Terms of Reference items not specified in NHA CSR, rate analysis shall be provided based upon market I price. The Consultantshall provide backup calculationsof the Engineer's Estimate. I 3.20.2.FinalPresentation Consultant at the end of design shall make afinal presentationwith following details. At the t end of Presentation,a box containing all documentsand drawings shall be handed over for record section.

I Important Featuresof Presentation: I o Consultant will describethe selectedroad alignment, merits, demerits, land acquisition and other impediments(if any). t o Consultantswill highlight important componentsof project like major bridges, flyovers, interchanges,service areas and landslides etc. I o Important parametersof sub-soil investigation like CBR, Pile Capacity and General Soil Classification etc. I o Consultant will also highlight the environmental impact of the road construction on the road influence areas. I o Important hydraulic parametersused in the design of bridges over rivers/ canals. o Results of traffic study and axle load survey. I o Location of quarry sites o Consultantshall clearly explain the traffic managementplans. I o Complete descriptionof design criteria and functional requirements. o Description of specialisedequipment and machinery required for the construction. I o Description of methodology/ codes for pavement and structural design including details of computermodels. t o For Structural Design, Summary of results of computer output (especiallymaximum and minimum forces for all elements)in tabulated form shall be presented. I o A plan showing major quaffy sites/ borrow area sites including mass diagram showing I cut and full along the finally selectedalignment shall be presented. I Any other points, which the consultantmay like to highlight, I

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Paee 77 of 131 I I I Terms of Reference 3.20.3.Submission of Documents I All the Reports associatedwith eachTask shall be submitted as statedin respective sections. In the technical proposal, consultant shall develop a Work programme Task wise with I submission dates. Failing to provide the same.the proposal shall not be evaluated.

I A11 documents/ drawings shall be subject to review and checking by NHA's Experts. Consultant will incorporate any comments/ modifications made by the Experts (if agreed, I The Responsibility for correctnessof design lies with the Consultant). t Consultants will provide two additional sets of the tender documents and reports to the Client at a later stage at no extra cost to the Client. Additional number of sets (if required) I shall be providedat a cost of Rs. 5,000/-per set. I 3.20.4.Provision of Data on Compact Discs The Consultantsshall submit complete set of documentsand drawings listed above on three t (03) digital CD-ROMs. Files (Word, Excel, AutoCad, Graphical Images, Photographsetc.) shall be properly indexed/ cataloguedfor record purposesand use/ reproduction at alater I stageby NHA. I 3.21.. PERFORMANCEOF THE CONSULTANT The Consultant shall attendthe pre-bid meeting with bid preparing team (coordinator only is I not acceptable).The performance of the Consultant with reference to his responseto the queriesof the contractorsshall be evaluatedand recordedby GM (P&CA) & GM (Design).

I a. During the construction phase, the design review shall finally reveal the performance statusrecorded by the Design Section. I t. b. Finally the performance of the consultant shall be evaluatedbased on the performance I status recorded by the Design Section. The performance rating shall be made in the following manner: t A+ Excellent A Good I B Requiring improvernent I Poor Poor

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Paee78 of l3l I I t Terms of Reference c. 'oB" performance rating without subsequentimprovement shall drop the consultant 'oPoor" I performanceto the stage"Poor". If persistsin two consecutivestages, the Design section shall propose penalty and P&CA shall implement the recommendation in the I light of legality of the matter. l 3.22.N{ODE OF PAYMENT: I ..A" is the Contract amount, excludingthe ProvisionalSums Sr. Description o/o age No. of Total I Amount STAGE-I I I Inception Report 5% 2 Reconnaissancevisit and Alignment study Report including all the 5% I options spelled out in the TOR along with recommendations. Consultant shall also submit the digital areamap of the whole corridor mentioning all the roads I Sub Total (A) l0o/o STAGE.II I J. Topographic survey Report I0% 4. Traffic and Axle load survey Report 5% I 5. PavementDesign Report 5% 6. Soil and Material Investigation Report 5% t 7. FeasibilityStudy Report t0% 8. Highway Safety Audit Report 5% I 9. Stakeout of alignment on ground. s% 10. Land Acquisition & relocation of Utility Infrastructure Folders and s% ROW Plansshowins the alignment and total area to be acquired, if t required 11 EIA and SIA Report s% I Sub Total (B) 55Vo STAGE.III 12. Final Tender Documents (Volume I - IV including C-factor & Backup r0% t Calculations;pdf + CAD file) iiii;rr 13. Mass Haul Diagram, Traffic DiversiorVManagement Plan and 5% ----1g, Drainage plan for surface runoff and urban areas t .\+. Final Design Report (including detailed Structural and Pavement s% \l Design Backup calculations) I As. EngineersEstimate as per latest CSR along with backup of quantities s% t Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Page79 of l3l ! I T Terms of Reference Sr. Description oh age No. of Total I Amount 16. DraftPC-l 5% t t7. Final PC-I 5% Sub Total (C) 350 I TOTAL(A+B+C) l00Vo

I Upon checking the report that it is in line with the TOR, 50% payment shall be released. Remaining shall be releasedupon acceptablequality is ensured.Upon initial submission, a I checklist correlating to TOR requirement shall be attached and checked for requirement I spelledout. Final payment shall not be cleareduntil Consultant gives a satisfactory final report and until I consultant submits soft copies of all documentslreporlsldrawings.Furthennore, no EOT shall be required for the balancepayments against eachreport.

I 3.23. DELMRABLES (Breakdown) I All the Reports associatedwith each Task shall be submitted as statedin respectivesections. In the technical proposal, Consultants shall develop a Work Program Task wise with I submissiondates. Failing to provide the same,the proposal shall not be evaluated.However ofdocumentsto be submittedittedbv the Consultantsis hereunder: I Sr. Description Numbers iii} No. \\:eW \ t STAGE-I 1. InceptionReport 03 HardCopies + 01 Soft Copy I 2. ReconnaissanceReport 03 HardCopies + 01 SoftCopy

J. Alignment study Report 03 HardCopies + 01 SoftCopy I 4. Satellite image of entire corridor with 03 HardCopies+ 01 SoftCopy recommendedOption duly marked on it 5. Presentationof recommended alignment with 03 HardCopies + 01 SoftCopy I merits and demerits for approval by NHA STAGE-II t 6. Topographicsuvey Report 03 HardCopies + 01 SoftCopy 7. Traffic and Axle load survey Report 03 HardCopies + 01 SoftCopy I 8. PavementDesign Report 03 HardCopies + 01 SoftCopy

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Paee80 of 131 I I t Terms of Reference 9. Hydrology and Hydraulic Study Report 03 HardCopies + 01 SoftCopy I 10. Soil and Material Investigation Report 03 HardCopies + 01 SoftCopy 11 FeasibilityStudy Report 03 HardCopies + 01 SoftCopy I t2. Geo-TechnicalInvestigation Report 03 HardCopies + 01 SoftCopy 13. HighwaySafety Audit Report 03 HardCopies + 01 SoftCopy t 14, Stake out of alignment on ground. 03 HardCopies + 01 SoftCopy 15. LandAcquisition &Utility Folders 03 HardCopies + 01 SoftCopy t6. ROW Plans showing the alignment and total 03 HardCopies + 01 SoftCopy I areatobe acquired t7. EIA and SIA Report 03 HardCopies + 01 SoftCopy I 18. StructureDesign Report 03 HardCopies + 01 SoftCopy STAGE.III I 19. Final Design Report(including drawings & 05 HardCopies + 01 Softcopy detailed Structural/Pavementcalculations) 20. Mass Haul Diagram, Traffic Diversion/ 05 HardCopies + 01 Softcopy I Management Planand Drainage plan for surface runoff and urban areas 2r. Tender Documents(Volume I-IV) in PDF, l5 HardCopies + 01 Softcopy I DOC and CAD formats) 22. Engineer'sEstimate 05 HardCopies + 01 Softcopy I 23. BOQ Quantity Breakdown Calculation Report }2Hard Copies+ 01 Softcopy 24. PC-I Performa 85 HardCopies + 01 Soft copy I 25. C-factor along with back up calculations 05 HardCopies + 01 softcopy

I Note: The soft copy will also be submitted in the format compatible with document i.e. Word, Excel, CAD, etc. One copy in PDF must be provided along with.

I In addition, the Consultants should perform following actions and incorporate in their I submissions: i. Alignments (all possible options) marked on SOP sheets should be submitted at the I outset of the project along with Inception Report. ii. Consultantswill get approval of location/conceptof Bridges from NHA Design Section t before embarkins on detailed structural desisns. I I Terms of Reference documentsand reports to the Client at alater stageat no extra cost to the Client. Additional I number of sets(if required) shall be provided at a cost of Rs. 5,000/- per set. I I I I I I I t t I I I I T I t

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Page82 of 131 I I l Terms of Reference I CunprnnNo.4 I ENvTnoNMENTALIvrpacr AssrssvrENToF Rolns/ Hrcnwa.ys PRoJECTS t 1. Need for Environmental Impact Assessment(EIA) Highway projects are generally undertaken to improve the economic and social welfare of the people. At the same time, they may also create an adverseimpact on the surrounding I environment. People and property in the direct path of the road works are affected. The environmental and social impact of highway projects include damage to sensitive eco- systems, soil erosion, changes to drainage pattern and thereby groundwater, interference I with animal and plant life, loss of productive agricultural lands, resettlement of people, disruption of local economic activities, demographic changes,accelerated urbanization and I increasein air pollution. Highway development and operation should, therefore,be planned with careful considerationof the environmental impact. To minimize these adverseeffects that may be created by highway development projects, the techniques of EIA become I necessary.Identification and assessmentof potential environmental impact should be an integral part of the project cycle it should commenceearly in the planning processto enable I a fuIl considerationof alternativesand to avoid later delays and complications.

2. In view of the above, an EIA will be carried out for the Environmental aspectsof all stages t of the projects i.e. preconstruction, construction and post construction with the following objectives:

I Establishing the environmental baseline in the study area and identifying any signifi cant environmentalissue; t Assessingthese impacts and providing for the requisite avoidance,mitigation and compensationmeasures; T Integrating the identified environmental issuesin the project planning and design; Developing appropriate management plans for implementing, monitoring and t reporting of the environmentalmitigation and enhancementmeasures suggested; The EIA studiesand reporting requirementsto be undertakenthis TOR must conform to the I guidelines and regulations issued by the Pakistan Environmental Protection Agency (Pak EPA), Ministry of Environment, Govt. of Pakistan (GOP) which comprise mainly of the Pakistan Environmental Protection Act 1997, rts implementing regulations, the EIA I Guidelines and Review of IEE and EIA Regulations, 2000. These guidelines include the andsubsequent rules for theIEE and EIA of projects' ,li(+'iqu{k7,r.;.rt:endments I ;i'- - y' '. :,. \1 il,!V.i \ry|\ Regulations and Standards. Describethe pertinentlegislation, regulations and il'gi i'',:'; standards,and environmentalpolicies that are relevant and applicableto the I \\iei /,t.i \,L+,\..,__-:ls,y' I ".';li,vi..i/i";:" Bann-Patriata Paee83 of 131 I I I Terms of Reference proposedproject, and identify the appropriateauthority jurisdictions that will T specificallyapply to the project. iD Project Introduction. The Consultantsshould categoize the project (category A or I B and IEE or EIA) but may not be limited to the generalinformation, rationale of the project, description of the project, and any revised alignment.

I iir) Project Description. The Consultantsshould provide a brief history of the project, a detailed location and maps with scales (km) of the projects with any alignment I (starting point to end point). In the project description the Consultants should also highlight but not limited to bridges information, project components, scope and schedule of operation and construction, construction camps, and construction I materials.

iv) Description of Environment. Assemble, evaluate and presentbaseline data on the I relevant environmental characteristicsof the project area. In addition to general information, the Consultantsshould provide methodology for preparing the essential I environmental data. The data should emphasize but may not be limited to the information about Physical Environment which could include, meteorology and climate, geology and soil, seismology, air and water quality, noise, topography and I drainagepattems, hydrology andlor hydraulic regime, surfaceand ground water and land use. Ecological Resourcesshould discuss about forests/flora/vegetationprofile, T crop and horticulture activities, and fauna/wild life and local livestock species (should specify mammals, birds, fish, reptiles and insects), protected andlor endangeredwildlife species. Social and Cultural Resourcesmay discuss about the t methodology of surveys, settlement pattern, political and administrative setup, population and communities, socioeconomic conditions, protective and sensitive I areas, archaeological and cultural sites, health and facilities, educational facilities, industrial/commercial activities, physical and cultural heritage, utilities, railway links or alignment, tourism facilities and potentials and others. Availability of I Resourcesfor Construction should also highlight about borrow soils, construction material, water and power availability and any other resources.Hazardwlnerability- I identify vulnerability of area to flooding, hurricanes, stom surge, and earthquakes. Characteize the extent and quality of the available daIa, indicating significant information, deficiencies and any uncertainties associatedwith the prediction of I impacts.

v) Environmental Impacts and Mitigation Measures. Identify any negative positive, I direct, indirect, short term and long term impacts of the project, during pre- I t

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Barn-Patrrata Page84 of 131 I t I Terms of Reference environmental issues, ambient air, water and noise quality, water resources, I drainage, mineral resources, flora and fauna, social and cultural environment, historical sites. The Consultants should atternpt to identify creative measures that would also have positive social implications, such as participatory tree planting that I would also serve as job creation for affected communities. Consultants should identify biological environment, and must discuss about national parks, game I reservesand endangeredspecies. Consultants should also identify the impacts and mitigation measures for topography, social / cultural issues, land acquisition and resettlement, community development, borrow open pits, waste disposal, geology T and soil, surface and ground water, hydrologic regime, traffic flow, wastage of fertile humus layer, utilities issue and poverty alleviation etc.

I However, report should not be limited to the above mentioned constituents of the environmental impacts and their mitigation measures.The Consultants should be I more creative according to the specified project alignment. It should also include maps, figures and photographswhen necessary.

I In order to assess environmental impacts and recommend various mitigation measuresto minimize the environmentalimpacts, identify and develop data.

I vi) Development of Environmental Data. Identifu EPA NEQS and guidelines and analyzefollowing parametersto develop baseline environmental dataof the project:

I - Ambient air quality. I - Noise levels. - Water. I - Biological environment. - Socioeconomic profiles.

I i) AMBIENT AIR QUALITY: T Consultantsshould monitor the ambient air quality along the selectedroad site. The parameters need to be monitored include Ozone (O:) Carbon monoxide (CO) Sulphur dioxide (SO2), Nitrogen dioxide (NOz), and particulate matter T (PMro). Acceptable standard analysis methodology should be selected to measurethe NEQS parameters.

I Air quality data will be collected over a 24-hour period at all the sampling points (a reasonable number of sampling and their anab)sisshould depend upon the I road length and other environmental.factorswhich should provide a reasonable imageqf air qualiq)\. I

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Pase85 of 131 I I I Terms of Reference High pollutant concentrations spots should be selected for sampling to assess I 'worst-case' scenarios,and measurementswill be made in areas with extensive ribbon developmentand schools/hospitalswhere traffic will be expectedto be a I little heavier. ii) NorsE LEVELS: I Roadsidenoise level measurementsshould be taken at a distance of - 6 m from the edge of the highway (correspondingroughly to 7.5 m from source vehicles). The noise parametershould be measured for 24 hours at various locations of the t specifiedsite. The permissiblelimit of noise is 85 dBA prescribedby the NEQS for motor vehicles. The NEQS do not prescribea noise level limit for receptors. l (a reasonqble number of sampline and their analysis should depend upon the road length and other environmentalfactors which should provide a reasonable I image qf noise pollution). iii) WATER QUALTTY: During field investigations,water samplesfrom various sourcesin the vicinity of I the proposed sections should be atalyzed for important parameters with respect to human consumption. Although, NEQS include 32 water criteria pollutants for I effluents and 16 NEQS for gaseous emissions, NHA prefer and recommend basic water quality analysis which may include but not limited to pH, turbidity, alkalinity, TDS, TSS, 5 day BOD at 20oC, COD, OD, total hardness,chloride, I sodium nitrates, lead, mercury, arsenic, cadmium, total toxic metals, phenolic compounds as phenols, pesticides / herbicides / fungicides (in farmland areas) I and E-coli. (a reasonable number qf sqmpling and their analysis should depend upon the road length. other environmental factors which should provide a I reasonable representation qf water quality.\. Consultants must identify standard and recognized laboratories. Consultants should also provide Analytical Laboratory Reports along with methodologies I and analytical techniques used for each parameter. The analysis reports must T include information, addressand contact personsof analyical laboratories. vii) Analysis of Alternatives. Describe the altematives examined for the proposed project that would achieve the same objective including the "no change in I alignment". Distinguish the most environmentally friendly alternatives. In case of minor impacts, which can be successfully mitigated within the ROW and without changein alignment, there will be no need for the analysisof alternative.In all other I cases,and especially in the caseof major or critical issues,a systematiccomparison will be undertaken of the proposed design, site technology and operational ,;,:{=[i.,,;i:l- qi;sr;::- *i1)i-,,. u11"*ativesin terms of: I i/:.,/ \,+.\\ li".! ) -\i tl':li j i,i Theirpotential environmental and social impacts; I \Y^ ./..i|',',:l li\,.-,,'\'.i{j+ ,"/...J\.! Capital and recurrent costs; -.:.;:;\i'-3-::.-;;,,f il'''' I FeasibilityStudy & DetailedDesign for Construction/ Rehabilitationof Road from Islamabad-SimliDam-Karor- Bann-Patriata Page86 of 131 I I I Terms of Reference Suitability under local conditions; and I Institutional, training and monitoring requirements.

For each alternative,the environmental cost and benefits should be quantified to the I possible extent, and economic values should be attachedwhere feasible. The basis I for the selectionof alternativeproposal for the project designmust be stated. viii) (A) Public Consultation, Involvement and Disclosure. During the field surveys the Consultants will organize workshops and formal public consultation I sessionsat province level to identiff main stakeholder,their categories,their views on the existing condition of the project, volume of traffic concern's stemming from the impact of improvement works, as well as safety related I issues.If possible, Consultants will assist in inter-agency coordination, and I publicA{GO participation. (B) Grievance Redress Mechanism

I ix) Environmental Management PIan (EMP). Identiff and prepare EMP including an implementation schedule and supervision program with associated costs and contracting procedures for the execution of environmental mitigation and social I issues for pre-construction, design, construction and implementation phases. The Consultantsshould describethe objectives of EMP and key environmental and social I components,role of functionaries, and road safety. The key components of EMP should emphasizebut not limited to: t alignment and shoulder width options, road side safety, structural recommendations, topography, geology and soil, seismic activities, flood hazards,camp sites, borrow -itt archaeologicalsites, land acquisition and resettlement,local communities their t social and cultural heritage, archaeological sites, waste disposal, air and water quality including ground and surface water, noise, flora including roadside vegetation cutting and plantation, fauna including wildlife, endangeredspecies and T their protection, traffic management, utilities, use of fertile humus soil recommendation of environmental protection sign' boards, and health risk of T workers. EMP should identify the training and workshopsprograms.

x) Environmental Monitoring Plan. Identify the critical issuesrequiring monitoring t to ensure compliance to mitigation and environmental managementplans and to measureand monitor the environmental impacts during construction and operation. I The objectives of the plan are to monitor the actual impact of the works on the project corridor's physical, biological and socio-economic receptors within the corridor. This will indicate the adequacyof the EIA. The monitoring plan should I recommend mitigation measuresfor any unexpected impact or where the impact level exceeds the limits. The plan should ensure compliance with legal and I community obligations including safety on construction sites. Consultants should monitor the rehabilitation of borrow areasand the restorationconstruction campsites

T Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Pase87 of l3l I I l Terms of Reference according to EMP report. The monitoring plan should ensurethe safe disposal of I excessconstruction materials. Consultantsshould also evaluatethe effectivenessof the mitigation measuresproposed in the EMP and recommend improvements if necessary. Apart from regular compliance checksthe Consultantsshould generatea l tabular matrix for air, water and noise analysis,asphalt plant emissions,soil erosion and contamination, plantation, safety and traffic rules compliance for construction I and operationphases. Environmental Monitoring Plan will list the procedure through which mitigation T measuresproposed in EIA will be implemented. It will also include environmental parameterneed monitoring, frequency and responsibilities of key players. In caseof disagreement with local communities or stakeholders, grievances addressable I mechanismshall be part of plan. The managementplan will develop the institutional requirement and type of training to enhance the capabilities of staff. The total I environmental mitigation, Monitoring, equipment and training cost shall also be included.

I xi) Economic Assessment. This section should include the overall cost estimate in relation to the project benefits, environmental costs and total cost of the proposed project. The Consultants should addressthe cost analysis of training, monitoring I activities, environmental analysis and activities, resettlement, land and propefty t acquisition, and mitigation measures. xii) Role of Functionaries and Government Agencies fnvolvement. This section should include role of all the functionaries and variable involvement of government I agenciesor authoritiesfor the project accomplishment.

xiii) Recommendation and Conclusions. An adequatesummary should emphasizeon I the project description and environment, environmental impacts and mitigation measures,alternatives, socio-cultural and socio economics,public consultation and I the resulting issues and recommendations, environmental management and monitoring plans, economic assessment,recommendation and conclusions. I xiv) Submission of Reports. The report should be prepared and presented in strict conformity to IEE/EIA regulations, 2000 and Guidelines for preparation and submission of IEE/EIA 1997 issued under the Pakistan Environmental Protection I Act,1997. The title page of the report should specify the report name, project name, highway I length, scaled maps and / or colored photographs, date of the report, Consultants company name, address,phone numbers,e-mail and logos. :;ir,ii,;illi:i.-t'{i)\, ,jW'- tr'",,;,.1The reports should include acronynrslist and a copy right certificate in the name of I /.Sjt il;:':.! j ,: ti NHA. The reports should include all the key articles but not limited to the executive \iq\. /.:t.r'summary,introduction, description of the project, policy, all legal and administrative I \A\'rti1,f,lriT"iii:jrt ..,- \\+:i .;:: framework, description of the project environment, altemative analysis, :, .l-. I i,/..- T Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Paee 88 of 131 I I T Terms of Reference environmental impacts and mitigation measures, public consultation and t resettlement action plan, inter-agency and public/ NGO consultation process, environmental monitoring plans, economic assessment, conclusions and I recommendations. All figures, ffiBpS,appendices, tables, photographs,matrices and list of references t should be chronologically organizedand eachpage should be numbered. (i) Initially Consultantsshould submit two draft copies of the report to NHA t (ii) After incorporating the comments from NHA, bureau of Environmental Protection/Provincial EPAs and donor asencies Consultants should ftnahze I the report. (iii) Consultantsrequired submitting two hard copies and one soft copy of final I EIA report to NHA. (iv) Must fill and attach the application form for Environmental approval under Sec (12) of Pakistan Environmental Protection Agency (PEPA) Act 1997 t (PEPA- Review of IEE and ElA-Schedule IV regulations, 2000). The form requires information of the description, Location, objective, alternative I alignment, topography and land use of the project. In addition it also required information about the land acquisition in acres, environmental quality standard (NEQS) analyzedand measured,source of powers for the project I construction and number of labour force (employees)required for the project constructionand operationphases.

I (v) The prepared Environmental Impact Assessment (EIA) report will be submitted to the concernedEPA for formal conculrenceand will be disclosed I to the public, stakeholders etc.

*Ten hard copies and two electronic copies (format on CD) of the report areto be submitted I should be labeled properly. I Public Hearins: It will be the responsibility of the Consultantsto obtain NOC from the respectiveEPA, and T to prepare documents and presentationsfor EPA as and when required by EPA with due intimation to NHA.

I Consultantst Fee for Services: -*::.::.::-.r\., liiil:?rl..ft The paymentsto the Consultantsfor EIA shall be made in the following *u*".;,+ii::'i I lrli "'?\ iixi iiijl ti{,i \ l.:'ij I \i1,'.,r.-.'iiiliilri]:> ..r'..1'Y'

T Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Paee89 of 131 I T- I Terms of Reference Sr. Description o/" of A' I No. (i) Inception Report for services(within first 7 days of commencement). r0% I (ii) Submissionof draft EIA/IEE report. 30% final EIA/IEE report (ten hard and two soft copies)to concerned (iii) Submissionof 20% EPA. I final EIA/IEE report after attending all observationand 20% (iv) Submissionof commentsof EPA. I (v) Obtain NOC from concernedEPA including public hearing aspects. 20% I Total: 1000h Where A' is the total payable amount in respectof EIA Study.

I Consulting Service Period: Consultants shall submit the final report within four (4.0) months from the date of Date of I Commencementof Services. I I T t t T t t I I

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Barm-Patriata Pase90 of 131 t Man-Month And Activitv Schedule APPENDIX B

MAN.MONTH AND To estimate Consultant's inputs and costs for the ACTIVITY assignment, man-month and activity schedules are to be SCHEDULE provided as per enclosedformat (Forms A7 and A8). These two schedulesshould correlate.

Feasibilitv Studv & Detailed Desisn for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Page91 of 131 I Client's Requirementsfrom the Consultants I APPENDIX C I l CLIENTOS REQUIREMENTS FROM THE CONSULTANTS CLIENT'S Some important requirementsare: REQUIREMENTS I FROM THE 1. Selecting a Consulting Engineer is one of the most important CONSULTANTS decisions an owner or Client makes. The most important standardsfor this are technical competenco,managerial ability, I professional integrity and fairness of fee structure. The Client will seekinformation on all theseaspects by:

I a. Obtaining comprehensive written information from the Consultant in form of RFPs and should be completed in full providing all details as correctly known as possible. It I has been experienced that some Consultants try to hide their deficiencies viz-a-viz the requirements of TOR by making unclear and vague statement.It will be policy of I evaluators that vague statement and lack of clarity in proposals on specific issues may be reason to downgrade t the rating. b. Talking to the senior personnelof the Consultants.

T c. Consulting their Clients. I d. Viewing the projects that they have accomplishedand visit the users. t e. Visiting the premises of the Consultant and examining systems and method of works as well as hardware and software abilities available. Senior Management T (minimum Director level) shall regularly visit the site at least once a month and hold meeting with the Client's I representative. The approach and methodology proposed including work plan, activity and man-month schedule should be t meaningful and fully coordinated to judge the understanding of the proposed assignment by the I Consultant. t I

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- I Bann-Patriata Paee92 of 131 I Client's Requirementsfrom the Consultants

t 2. For Items (b) to (e)o the inspection can be held any time prior to or after award of work to the Consultants. During the inspection if the scenario found is not compatible with I what is presented during presentations or as per Contract, the Consultant is liable for action debarring for two (2) years for future projects which may or may not include I black listing action (in accordance with Rule 19 of the t Public Procurement Rules, 2004\. I t I I t T t I t t I t I I

I Feasibilitv Studv & Detailed Desisn for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- 131 I Bann-Patriata Page93 of I Personnel,Equipment, Facilities and Others Servicesto be Provided by the Client t APPENDIX D I

PERSONNEL, EQUIPMENT, FACILITIES AND OTHERS SERVICES TO BE I PROVIDED BY TIIE CLIENT.

I AS PER TOR I I l I t T I T I I I t I I

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Page94 of 131 t t Copy of Model Agreement T APPENDIX.E I I I t I I I COPY OF MODEL AGREEMENT t (To be finalizedduring Negotiations) t T I I T I I

) I

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Pase95 of 131 I l I Copy of Model Agreement I I Contract for EngineeringConsultancy Services I (Lump Sum) I I t l (NAME OF CLTENT) t t t (NAME OF THE CONSULTANTS) t I t

I (BRTEFSCOPE OF SERVICES) T (NAME OF PROJECT) I I Month and Year

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Pase96 of 131 I Copy of Model Agreement

I TABLE OF CONTENTS

I I. FORM OF CONTRACT I II. GENERAL CONDITIONS OF CONTRACT 1. GENERAL PROVISIONS

I 1.1 Definitions 1.2 Law Governing the Contract 1.3 Langaage I r.4 Notices 1.5 Location I 1.6 Authorized Representatives T,7 Taxes and Duties T 1.8 Leader of Joint Venture , COMMENCEMENT, COMPLETION, MODIFICATIONO t AND TERMINATION OF CONTRACT 2.1 Effectivenessof Contract 2.2 Termination of Contract for Failure to BecomeEffective t 2.3 Commencementof Services 2.4 Expiration of Contract 2.5 Modification t 2.6 Extension of Time for Completion 2.7 Force Majeure 2.7.1 Definition T 2.7.2 No Breach of Contract 2.7.3 Extension of Time 2.7.4 Payments I 2.8 Suspensionof Paymentsby the Client 2.9 Termination 2.9.1 By the Client I 2.9.2 By the Consultants 2.9.3 Cessationof Services 2.9.4 Paymentupon Termination I 2.9.5 Disputes about Events of Termination I 3. OBLIGATIONS OF THE CONSULTANTS ,--r:i. 3.1 General Ir)*, 3.2 ConsultantsNot to Benefit from Commissions"Discounts. etc. )'(,.',rX t J.J Confidentiality 3.4 ProfessionalLiabilitv ),'i\ 3.5 OtherInsurance to be takenout by the Consultants i',"ii ..r/;i-r,/ I 3.6 Consultants'Actions Requiring Client's Prior Approval 3|it:/' J. t ReportingObligations 3.8 DocumentsPrepared by the Consultantsto be the Propertyof the Client I 3.9 Equipmentand Materials Furnished by the Client

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Pase 97 of 131 I Copy of Model Agreement

I 3.10 Accounting, Inspection and Auditing t 4. CONSULTANTST PERSONNEL AND SUBCONSULTANTS 4.1 Description of Personnel I 4.2 Removal andlorReplacement of Personnel f,. OBLIGATIONS OF THE CLIENT

I 5.1 Assistance,Coordination and Approvals 5.1.1 Assistance t 5.T.2 Co-ordination 5.1.3 Approvals 5.2 Accessto Land I 5.3 Changesin the Applicable Law 5.4 Servicesand Facilities 5.5 Payments ) 6. PAYMENTS TO THE CONSULTANTS I 6.1 Lump Sum Remuneration 6.2 Contract Price 6.3 Terms and Conditions of Payment t 6.4 Period of Payment 6.5 Delayed Payments 6.6 Additional Services t 6.7 Consultants'Entitlement to SuspendServices t 7. SETTLEMENT OF DISPUTES 7,1 Amicable Settlement I 1.2 Dispute Settlement 8. INTEGRITY PACT

I 9. THE RIGHTS AND DUTIES OF THE CONSULTANTS 9.r Obligations 9.2 Indirect Payments I 9.3 Royalties 9.4 Provision of Expert Technical Advice 9.s Penalty I III. SPECIAL CONDITIONS OF CONTRACT [Details to be finalized by the users]

I IV APPENDICES

AppendixA-Description of the Services I AppendixB-Reporting Requirements AppendixC-Key Personneland Sub consultants AppendixD-Breakdown of Contract Price in Foreign Currency I AppendixE-Breakdown of Contract Price in Local Currency

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Paee98 of 131 t Copy of Model Agreement

Appendix F-Servicesand Facilities to be Providedby the Client Appendix G-IntegrityPact Appendix H-Minutesof Pre-ProposalMeeting along with addendum

ALTERNATE TITLE PAGE IN CASE OF JV ALTERNATE FORM OF CONTRACT IN CASE OF JV

Feasibilitv Studv & Detailed Desisn for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Page99 of 131 I Copy of Model Agreement

I FORM OF CONTRACT

I [Notes: l. Use this Form of Contract when the Consultants perform Services as Sole Consultants.

l In case the Consultantsperform Servicesas a Member of the joint venture, use the Form included at the end.

I 3. All notesshould be deletedin thefi.nal text.J

I This CONTRACT (hereinafter called the "Contract") is made on the _ day of _ month)of _ (year), between, on the one hand (Hereinafter called the "Client" which expressionshall include the successors,legal representatives and permitted assigns) and, on the other hand, I (hereinafter called the "Consultants"which expressionshall includethe successors,legal representativesand I permittedassigns). I WHEREAS (a) the Client has requested the Consultants to provide certain consulting services as defined in the General Conditions of Contract attached to this Contract (hereinafter called the t "Services");and (b) the Consultants,having representedto the Client that they have the required professional J skills, and personnel and technical resources,have agteed to provide the Services on the terms and conditions set forth in this Contract:

I NOW THEREFOREthe Partieshereby agree as follows:

t. The following documents attachedhereto shall be deemedto form an integral part of this I Contract:

(a) the GeneralConditions of Contract; T (b) the SpecialConditions of Contract; (c) the following Appendices:

T [Note: If any of these Appendices are not used, the words "Not Used" should be inserted below/next to the title of the Appendix and on the sheet attached hereto I carrying the title of that Appendix.l AppendixA Descriptionof the Services AppendixB ReportingRequirements I AppendixC Kev Personneland Sub consultants Appendix D : Breakdown of Contract Price in Foreign Currency Appendix E : Breakdown of Contract Price in Local Currency I AppendixF : Services& Facilitiesto be Providedby the Client I AppendixG: IntegrityPact (for Servicesabove Rs.l0 million)

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Paee100 of 131 I Copy of Model Agreement

I 2. The mutual rights and obligations of the Client and the Consultantsshall be as sel forth in the Contract, in particular:

t (a) the Consultantsshall carry out the Servicesin accordancewith the provisions of the Contract; and

I (b) the Client shall make paymentsto the Consultantsin accordancewith the provisions I of the Contract. IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their respectivenames in two identical counterparts,each of which shall be deemedas the original, as of I the day,month and year first abovewritten. I For andon behalfof

I Witness (cLrENr) I Signatures Sisnatures Name Name t Title Title I (Seal)

I For and on behalf of t Witness (coNsuLTANTS)

I Signatures Signatures t Name Name Title Title

I (Seal) I I I

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Page101 of 131 I I Copy of Model Agreement

t II. GENERAL CONDITIONS OF CONTRACT I 1. GENERAL PROVISIONS T l..l Definitions Unless the context otherwise requires, the following terms whenever used in this Contract t have the following meanings: (a) "Applicable Law" meansthe laws and any other instrumentshaving the force of law I in the Islamic Republic of Pakistan,as those may be issued and in force from time to ume; I (b) "Contract" means the Contract signed by the Parties, to which these General Conditions of Contract (GC) are attached, together with all the documents listed in I Clause 1 of such signed Contract; (c) "Contract Price" means the price to be paid for the performanceof the Services,in t accordancewith Clause6: (d) "Effective Date" means the date on which this Contract comes into force and effect I pursuantto Sub-Clause2.1; (e) "GC" meansthese General Conditions of Contract;

I (0 "Government" means the Government of the Islamic Republic of Pakistan andlor Provincial Government(s);

I (e) "Foreign Currency" means culrency other than the currency of Islamic Republic of Pakistan.;

I (h) "Local Currency" meansthe currency of the Islamic Republic of Pakistan;

(i) "Member" in casethe Consultantsconsist of a joint venture of more than one entity, I meansany of the entities, and "Members" meansall of theseentities;

0) "Party" meansthe Client or the Consultants,as the casemay be, and "Parties" means I both of them;

(k) "Personnel" means persons hired by the Consultants or by any Sub consultant as I employeesand assignedto the performanceof the Servicesor any part thereof;

I "SC" means the Special Conditions of Contract by which the GC are amended or supplemented;

t ) "Services" means the work to be performed by the Consultants pursuant to this I Contract, as describedin Appendix A;

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Paee102 of 131 I I Copy of Model Agreement

I (n) "Sub consultant" means any entity to which the Consultants subcontractany part of the Servicesin accordancewith the provisionsof Sub-Clause3.6;

I (o) "Third Party" means any person or entity other than the Client, the Consultantsor a Sub consultant;and

I (p) "Project" means the work specified in SC for which engineering consultancy servicesare desired.

I 1.2 Law Governing the Contract I This Contract, its meaning and interpretation, and the relation between the Parties shall be governedby the Applicable Law. I 1.3 Language This Contract has been executed in the English language which shall be the binding and I controlling language for all matters relating to the meaning or interpretation of this Contract. All the reports and communicationsshall be in the English language. I 1.4 Notices Any notice, request, or consentmade pursuant to this Contract shall be in writing and shall I be deemedto have been made when delivered in person to an Authorized Representativeof the Party to whom the communication is addressed,or when sent by registeredmail, telex, or facsimile to such Party at the addressof the Authorized Representativesspecified under I Sub-Clause SC 1.6. A Party may change its addressfor notice hereunder by giving the other Party notice of such change.

I 1.5 Location

The Services shall be performed at such locations as are specified in Appendix A and, I where the location of a particular task is not so specified, at such locations as mutually agreedby the Parties.

I 1.6 Authorized Representatives

Any action required or permitted to be taken, and any documentrequired or permitted to be I executed,under this Contractby the Client or the Consultantsshall be taken or executedby the Authorized Representativesspecified in the SC.

T L.1 Taxes and Duties

Unless specified in the SC, the Consultants,Sub consultants,and their Personnelshall pay I such taxes, duties, fees, and other impositions as may be levied under the Applicable Law, the amount of which is deemedto have been included in the Contract Price.

I Leader of Joint Venture

n case the Consultantsconsist of a joint venture of more than one entity, the Consultants I ll be jointly andseverally bound to the Client for fulfillment of the termsof the Contract

I y & DetailedDesign for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- lr Paee103 of 131 t Copy of Model Agreement and designatethe Member named in the SC to act as leader of the Joint Venture, for the I pulpose of receiving instructions from the Client. 2. COMMENCEMENT' COMPLETION, MODIFTCATION, I AND TERIVIINATION OF CONTRACT 2.1 Effectiveness of Contract I This Contract shall come into force and effect on the date (the "Effective Date") of the Client's notice to the Consultants instructing the Consultants to begin canying out the Services. This notice shall confirm that the effectivenessconditions, if any, listed in the SC t have been met. I 7) Termination of Contract for Failure to Become Effective If this Contract has not become effective within such time period after the date of the Contract signedby the Parties as shall be specified in the SC, either Party may, by not less I than twenty eight (28) days written notice to the other Party, declarethis Contract to be null and void, and in the event of such a declarationby either Party, neither Party shall have any claim against the other Party except for the work (if any) already done or costs already I incurred by a Party at the requestof the other Party. I 2.3 Commencementof Services The Consultantsshall begin carrying out the Servicesat the end of such time period after the t Effective Date as shall be specified in the SC. 2.4 Expiration of Contract

t Unless terminated earlier pursuant to Sub-Clause 2.9, this Contract shall expire when, pursuant to the provisions hereof, the Services have been completed and the payments of remunerationsincluding the direct costs if any, have been made. The Services shall be I completed within a period as is specified in the SC, or such extended time as may be allowedunder Sub-Clause 2.6.

T The term "Completion of Services"is as specified in the SC. I 2.5 Modification Modification of the terms and conditions of this Contract, including any modification of the t scopeof the Servicesor of the Contract Price, may only be made in writing, which shall be signedby both the Parties. I 2.6 Extension of Time for Completion t If the scopeor duration of the Servicesis increased: the Consultantsshall inform the Client of the circumstancesand probable effects; I the increaseshall be regardedas Additional Services;and

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Page104 of 131 I I Copy of Model Agreement

I (c) the Client shall extendthe time for Completion of the Servicesaccordingly. I 2.7 Force Majeure 2.7.1 Definition

I (a) For the purposesof this Contract, "Force Majeure" means an event which is beyond the reasonable control of a Party and which makes a Party's performance of its obligations under the Contract impossible or so impractical as to be considered I impossible under the circumstances,and includes, but is not limited to, war, riots, civil disorder, earthquake, fire, explosion, storm, flood or other adverse weather I conditions, strikes, lockouts or other industrial actions (except where such strikes, lockouts or other industrial actions are within the power of the Party invoking Force I Majeure to prevent), confiscation or any other action by govemment agencies. (b) Force Majeure shall not include (i) any event which is causedby the negligence or intentional action of a Party or such Party's Sub consultantsor agentsor employees, I nor (ii) any event which a diligent Party could reasonably have been expected to both (A) take into account at the time of the conclusion of this Contract and (B) t avoid or overcomein the carrying out of its obligations hereunder. (c) Force Majeure shall not include insufficiency of funds or failure to make any I payment required hereunder. 2,7.2 No Breach of Contract

I The failure of a Party to fulfill any of its obligations under the Contract shall not be consideredto be a breach of, or default under this Contract insofar as such inability arises from an event of Force Majeure, provided that the Party affected by such an event; (a) has t taken all reasonableprecautions, due care and reasonablealternative measuresin order to carry out the terms and conditions of this Contract; and (b) has informed the other Party in I writing not later than fifteen (15) days following the occurrenceof such an event. 2,7.3 Extension of Time

I Any period within which a Party shall, pursuant to this Contract, complete any action or task, shall be extendedfor a period equal to the time during which such Party was unable to I perform such action as a result of Force Majeure. 2,7.4 Payments

I During the period of their inability to perform the Servicesas a result of an event of Force Majeure, the Consultants shall be entitled to continue to be paid under the terms of this Contract, as well as to be reimbursed for additional costs reasonably and necessarily I incurred by them during such period for the purpose of the Servicesand in reactivating the Servicesafter the end of suchperiod.

I 2,8 Suspensionof Paymentsby the Client

1lqN Client may,by written notice of suspensionto the Consultants,suspend all paymentsto t ,,ts Consultantshereunder if the Consultants fail to perform any of their obligations under

I ty Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- triata Page105 of 131 t I Copy of Model Agreement

I this Contract, including the carrying out of the Services, provided that such notice of suspension(i) shall specify the nature of the failure, and (ii) shall requestthe Consultantsto remedy such failure within a period not exceeding thirty (30) days after receipt by the I Consultantsof such notice of suspension. I 2.9 Termination I 2.9.1 By the Client The Client may terminate this Contract, by not less than thirty (30) days written notice of termination to the Consultants, to be given after the occurrence of any of the events t specifiedin paragraphs(a) through (e) of this Sub-Clause2.9.1 and sixty (60) days'in the caseof the event referred to in paragraph(0: T (a) if the Consultants do not remedy a failure in the performance of their obligations under the Contract, within thirty (30) days after being notified or within any further I period as the Client may have subsequentlyapproved in writing; (b) if the Consultantsbecome (or, if the Consultantsconsist of more than one entity, if any of their Members becomes)insolvent or bankrupt or enter into any agreements I with their creditors for relief of debt or take advantageof any law for the benefit of debtorsor go into liquidation or receivershipwhether compulsory or voluntary;

I (c) if the Consultants fail to comply with any final decision reached as a result of arbitration proceedingspursuant to Clause 7 hereof;

I (d) if the Consultantssubmit to the Client a statementwhich has a material effect on the riglrts, obligations or interests of the Client and which the Consultants know to be I false; (e) if, as the result of Force Majeure, the Consultants are unable to perform a material I portion of the Servicesfor a period of not less than sixty (60) days; (0 if the Client, in its sole discretion, decidesto terminate this Contract.

I 2.9.2 By the Consultants

The Consultantsmay terminate this Contract,by not less than thirty (30) days written notice I to the Client, such notice to be given after the occuffence of any of the events specified in paragraphs(a) through(d) of this Sub-Clause2.9.2:

I (a) if the Client fails to pay any monies due to the Consultantspursuant to this Contract and not subject to dispute pursuant to Clause 7 within forty-five (45) days after T receiving written notice from the Consultantsthat such payrnentis overdue; if the Client is in material breach of its obligations pursuant to this Contract and has not remedied the same within forty-five (a5) days (or such longer period as the I Consultantsmay have subsequentlyapproved in writing) following the receipt by the I Client of the Consultants'noticespecifying such breach; t Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Paee106 of 131 I t Copy of Model Agreement

I (c) if, as a result of Force Majeure, the Consultants are unable to perform a material portion of the Servicesfor a period of not less than sixty (60) days;

I (d) if the Client fails to comply with any final decision reachedas a result of arbitration t proceedingspursuant to Clause 7 hereof. 2.9,3 Cessationof Services

Upon receipt of notice of termination under Sub-Clause2.9.I, or giving of notice of I termination under Sub-Clause2.9.2, the Consultantsshall take all necessarysteps to bring the Services to a close in a prompt and orderly manner and shall make every reasonable I effort to keep expenditures for this purpose to a minimum. With respect to documents prepared by the Consultants, and equipment and materials furnished by the Client, the I Consultantsshall proceed as provided, respectively, by Sub-Clauses3.8 or 3.9. 2.9,4 Payment upon Termination I Upon terminationof this Contractpursuant to Sub-Clauses2.9.1 or 2.9.2, the Client shall make the following paymentsto the Consultants: I (a) Remuneration and reimbursable direct costs expenditure pursuant to Clause 6 for Servicessatisfactorily performed prior to the effective date of termination. Effective date of termination for purposes of this Sub-Clause means the date when the I prescribednotice period would expire; (b) except in the case of termination pursuant to paragraphs(a) through (d) of Sub- I Clause 2.9.I, reimbursementof any reasonablecost incidental to the prompt and orderly termination of the Contract, including the cost of the return travel of the I Personnel,according to ConsultantsTraveling Allowance Rules. In order to compute the remuneration for the part of the Services satisfactorily performed I prior to the effective date of termination, the respectiveremunerations shall be proportioned. 2.9.5 Disputes about Events of Termination

I If either Party disputes whether an event specified in pnagraphs (a) through (e) of Sub- Clause2.9.I or in paragraph(a) through (d) of Sub-Clause2.9.2 hereof has occurred,such Party may, within forty-five (45) days after receipt of notice of termination from the other I Party, refer the matter to arbitration pursuant to Clause 7 hereof, and this Contract shall not be terminatedon account of such event except in accordancewith the terms of any resulting I arbitral award. 3. OBLIGATIONS OF THE CONSULTANTS t 3.1 General

The Consultants shall perform the Services and carry out their obligations with all due iligence, efficiency, and economy, in accordance with generally acceptedprofessional techniques and practices, and shall observe sound management practices, and employ appropriate advancedtechnology and safe methods. The Consultants shall always act, in i'r, , respect of any matter relating to this Contract or to the Services,as faithful advisersto the

Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Page107 of 131 I Copy of Model Agreement

I Client, and shall at all times support and safeguardthe Client's legitimate interests in any dealingswith Sub consultantsor third parties.

I 3.2 Consultants Not to Benefit from Commissions,Discounts, etc.

The remuneration of the Consultantspursuant to Clause 6 shall constitute the Consultants' I sole remunerationin connectionwith this Contract or the Services,and the Consultantsshall not accept for their own benefit any trade commission, discount, or similar payment in connection with activities pursuant to this Contract or to the Services or in the discharge of I their obligations under the Contract, andthe Consultantsshall use their best efforts to ensure that the Personnel, any Sub consultants, and agents of either of them similarly shall not I receive any such additional remuneration. T 3.3 Confidentiality The Consultants, their Sub consultants, and the Personnel of either of them shall not, either during the term or after the expiration of this Contract, disclose any proprietary or I confidential information relating to the Project, the Services,this Contract, or the Client's businessor operationswithout the prior written consentof the Client. I 3.4 Professional Liability The Consultantsare liable for the consequenceof errors and omissionson theirpart or on the t part of their employeesin so far as the design of the Project is concemedto the extent and with the limitations as specifiedherein below.

I If the Client suffers any lossesor damagesas a result of proven faults, effors or omissions in the design of a project, the Consultantsshall make good such lossesor damages,subject to the conditions that the maximum liability as aforesaid shall not exceed twice the total I remuneration of the Consultants for design phase in accordancewith the terms of the Contract.

T The liability of the Consultants expires after one (1) year from the stipulated date of completion of construction or after three (3) years from the date of final completion of the T design whichever is earlier. The Consultants may, to protect themselves,insure themselvesagainst their liabilities but this is not obligatory. The extent of the insuranceshall be up to the limit specified in second T para above. The Consultants shall procure the necessarycover before commencing the Servicesand the cost of procuring such cover shall be borne by the Consultantsup to a limit of one percent of the total remuneration of the Consultants for the design phase for every I year of keeping such cover effective.

The Consultants shall, at the request of the Client, indemnify the Client against any or all I risks arising out of the furnishing of professional servicesby the Consultantsto the Client, not coveredby the provisions contained in the first para above and exceedingthe limits set forth in secondpara above provided the actual cost of procuring such indemnity as well as t costs exceedingthe limits set forth in fourth para above shall be borne by the Client.

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Pase 108 of 131 I I Copy of Model Agreement

I 3.5 Other Insurance to be taken out by the Consultants

The Consultants(a) shall take out and maintain, and shall causeany Sub consultantsto take I out and maintain, at their (or the Sub consultants', as the case may be) own cost but on terms and conditions approvedby the Client, insurance againstthe risks, and for the coverage,as are specified in the SC; and (b) at the Client's request, shall provide evidenceto the Client I showing that such insurance has been taken out and maintained and that the current premiums have been paid.

I 3.6 ConsultantsrActions Requiring Client's Prior Approval

The Consultantsshall obtain the Client's prior approval in writing before taking any of the I following actions: t (a) Appointing such Personnel as are listed in Appendix-C merely by title but not by name; I (b) entering into a subcontractfor the performance of any part of the Services,it being understood(il that the selection of Sub consultantsand the terms and conditions of the subcontract shall have been approved in writing by the Client prior to the I execution of the subcontract,and (ii) that the Consultants shall remain fully liable for the performance of the Services by the Sub consultants and its Personnel t pursuantto this Contract; (c) any other action that may be specified in the SC. t 3.7 Reporting Obligations The Consultants shall submit to the Client the reports and documents specified in Appendix I B in the form, in the numbers,and within the periods set forth in the said Appendix. I 3.8 Documents Prepared by the Consultants to be the Properfy of the Client All plans, drawings, specifications,reports, and other documents and software preparedby the Consultantsin accordancewith Sub-Clause3.7 shall become and remain the property of I the Client, and the Consultants shall, not later than upon termination or expiration of this Contract, deliver (if not akeady delivered) all such documents and software to the Client, together with a detailed inventory thereof. The Consultants may retain a copy of such T documentsand software. T Restriction(s) about the future use of thesedocuments is specified in the SC. 3.9 Equipment and Materials Furnished by the Client

I Equipment and materials made available to the Consultantsby the Client, or purchasedby the Consultantswith funds provided exclusively for this pu{pose by the Client, shall be the property of the Client and shall be marked accordingly. Upon termination or expiration of I this Contract, the Consultants shall make available to the Client an inventory of such ipment and materials and shall dispose of such equipment and materials in accordance jwith the Client's instructions or afford salvage value of the same. While in possessionof I suchequipment and materials, the Consultants,unless otherwise instructed by the Client in

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Paee109 of 131 I T Copy of Model Agreement

I writing, shall insure them at the expense of the Client in an amount equal to their fuIl replacementvalue.

I 3.10 AccountingoInspection and Auditing

The Consultants(i) shall keep accurateand systematicaccounts and records in respectof I the Services hereunder, in accordancewith internationally acceptedaccounting principles and in such form and detail as will clearly identifu all relevant time charges,and cost, and the basis thereof and (ii) shall permit the Client or its designated representatives I periodically, and up to one year from the expiration or termination of this Contract, to inspect the same and make copies thereof as well as to have them audited by auditors I appointedby the Client. I 4. CONSULTANTS' PERSONNEL AND SUBCONSULTANTS 4.1 Description of Personnel I The titles, agreed job descriptions, minimum qualifications, and estimated periods of engagementin the carrying out of the Services of the Consultants' Key Personnel are describedin Appendix C. The Key Personneland Sub consultantslisted by title andlor by t name, as the casemay be, in Appendix C are deemedto be approvedby the Client. t 4.2 Removal and/or Replacement of Personnel (a) Except as the Client may otherwise agree, no changes shall be made in the Key Personnel. If, for any reason beyond the reasonablecontrol of the Consultants,it I becomes necessary to replace any of the Key Personnel, the Consultants shall provide as a replacementa person of equivalentor better qualifications;

I (b) If the Client, (i) finds that any of the Personnelhave committed seriousmisconduct or have been chargedwith having committed a criminal action; or (ii) has reasonable cause to be dissatisfied with the performance of any of the Personnel, then the I Consultants shall, at the Client's written request specifying the grounds therefore, provide as a replacement a person with qualifications and experienceacceptable to I the Client. (c) Except as the Client may otherwise agree, the Consultants shall; (i) bear all the additional travel and other costs arising out of or incidental to any removal andlor I replacgrnent;and (ii) bear any additional remuneration, to be paid for any of the Personnelprovided as a replacementto that of the Personnelbeing replaced.

I 5. OBLIGATIONS OF THE CLIENT I 5.1 Assistance,Coordination and Approvals 5.1.1 Assistance

I The Client shall use its best efforts to ensurethat the Client shall:

(a) provide at no cost to the Consultants,Sub consultantsand Personnelsuch documents I preparedby the Client or other consulting engineersappointed by the Client as shall

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Pase110 of 131 I I Copy of Model Agreement

I be necessaryto enable the Consultants,Sub consultantsor Personnelto perform the Services.The documentsand the time within which such documents shall be made I available,are as specified in the SC; (b) assist to obtain the existing data pertaining or relevant to the carcying out of the t Services,with various Government and other organizations.Such items unless paid for by the Consultantswithout reimbursementby the Client, shall be returnedby the Consultantsupon completion of the Servicesunder this Contact;

T (c) issue to officials, agentsand representativesofthe concernedorganizations, all such instructions as may be necessary or appropriate for prompt and effective I implementationof the Services; (d) assistto obtain permits which may be required for right-of-way, entry upon the lands I and propertiesfor the purposesof this Contractl (e) provide to the Consultants,Sub consultants,and Personnelany such other assistance I and exemptionsas may be specified in the SC. I 5.1.2 Co-ordination The Client shall: I (a) co-ordinate and get or expedite any necessaryapproval and clearancesrelating to the work from any Government or Semi-GovernmentAgency, Department or Authority, I and other concernedorganization named in the SC. (b) co-ordinate with any other consultants employed by him.

I 5.1.3 Approvals

The Client shall accord approval of the documentswithin such time as specified in the SC, t wheneverthese are applied for by the Consultants. I 5.2 Accessto Land The Client warrants that the Consultantsshall have, free of charge,unimpeded accessto all I land of which accessis required for the performanceof the Services. 5.3 Changes in the Applicable Law t If, after the date of this Contract, there is any changein the Applicable Law which increases or decreasesthe cost of the Services rendered by the Consultants,then the remunerations and direct costs otherwise payable to the Consultantsunder this Contract shall be increased t or decreasedaccordingly, and corresponding adjustment shall be made to the amounts referred to in Sub-Clause6.2 (a) or (b), as the casemay be.

I 5.4 Services and Facilities

The Client shall make available to the Consultants.Sub consultantsand the Personnel, for I the purpose of the Services and free of any charge,the services, facilities and property

I Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- ata Paee111 of 131 I I Copy of Model Agreement

I described in Appendix F at the times and in the manner specified in said Appendix F, provided that if such services, facilities and property shall not be made available to the Consultantsas and when so specified, the Parties shall agreeon; (i) any time extensionthat I it may be appropriateto grant to the Consultants for the performance of the Services; (ii) the manner in which the Consultantsshall procure any such services, facilities and property from other sources;and (iii) the additional payments,if any, to be made to the Consultants I as a result thereof pursuantto Clause6 hereinafter.

I J.) Payments In consideration of the Services performed by the Consultants under this Contract, the I Client shall make to the Consultantssuch payments and in such manner as is provided by Clause 6 of this Contract. I 6. PAYMENTS TO THE CONSULTANTS I 6.1 Lump Sum Remuneration The Consultants'total remunerationshall not exceedthe Contract Price and shall be a fixed lump sum including all staff costs, incurred by the Consultantsin carrying out the Services I describedin Appendix A. Other reimbursabledirect costs expenditure,if any, is specified in the SC. Except as provided in Sub-Clause5.3, the ContractPrice may only be increased above the amounts stated in Sub-Clause 6.2 if the Parties have agreed to additional I paymentsin accordancewith Sub-Clauses2.5,2.6,5.4or 6.6. I 6.2 Contract Price (a) Foreign currency payrnent shall be made in the cuffency or currencies specified as foreign currency or currenciesin the SC, and local currency payment shall be made I in PakistaniRupees.

(b) The SC shall specify the break up of remuneration to be paid, respectively, in I foreign and in local currencies. I 6.3 Terms and Conditions of Payment Payment will be made to the account of the Consultants and according to the payment schedulestated in the SC. Paymentsshall be made after the conditions listed in the SC for I such paymentshave been met, and the Consultantshave submitted an invoice to the Client specifying the amount due. t 6.4 Period of Payment

(a) Advance payment to the Consultantsshall be affected within the period specified in t the SC, after signing of the Contract Agreement betweenthe Parties. t (b) Any other amount due to the Consultants shall be paid by the Client to the i.;. Consultantswithin twenty-eight (28) days in caseof local culrency and fifty six (56) -:N)\ days in caseof foreign currency after the Consultants'invoice has been delivered to I jit,n"client.

ii I y & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- :)Ffiirata Pase112 of 131 I I Copy of Model Agreement

I 6.s Delayed Payments

If the Client has delayed paymentsbeyond the period statedin paragraph(b) of Sub-Clause I 6.4, finanang charges shall be paid to the Consultants for each day of delay at the rate specifiedin the SC.

I 6.6 Additional Services T Additional Servicesmeans: (a) Services as approved by the Client outside the Scope of Services described in I Appendix A; (b) Services to be performed during the period extended pursuant to Sub-Clause2.6, T beyond the original scheduletime for completion of the Services;and I (c) any re-doing of any part of the Servicesas a result of Client's instructions. If, in the opinion of the Client, it is necessaryto perform Additional Services during the cuffency of the Contract for the purpose of the Project, such Additional Services shall be I performed with the prior concurrenceof both the Parties. The Consultantsshall inform the Client of the additional time (if any), and the additional remuneration and reimbursable direct costs expenditure for such Additional Services. If there is no disagreementby the I Client within two weeks of this intimation, such additional time, remuneration and reimbursabledirect costs expenditureshall be deemedto becomepart of the Contract. Such remuneration and reimbursable direct costs expenditure shall be determined on the basis of I rates provided in AppendicesD and E, in casethe Additional Servicesare performed during the scheduledperiod of the Services,otherwise remuneration for Additional Services shall be determinedon the basis of Consultants'billing rates prevailing at the time of performing I the Additional Services. I 6.7 Consultants' Entitlement to SuspendServices If the Client fails to make the payment of any of the Consultants'invoice (excluding the advance payment), within twenty-eight (28) days after the expiry of the time stated in I paragraph(b) of Sub-Clause6.4, within which payment is to be made, the Consultantsmay after giving not less than fourteen (14) days'prior notice to the Client, suspendthe Services or reduce the rate of carrying out the Services, unless and until the Consultants have I received the payment.

This action will not prejudice the Consultantsentitlement to financing chargesunder Sub- t Clause6.5. I 7. SETTLEMENT OF DISPUTES 7.1 Amicable Settlement

I The Parties shall use their best efforts to settle amicably all disputes arising out of or in ._'-r, '< I "-- connectionwith this Contract or its interpretation. t Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Pase113 of 131 I I Copy of Model Agreement

I 7,2 Dispute Settlement

Any disputebetween the Partiesas to matters arising pursuantto this Contract which cannot I be settled amicably within thirty (30) days after receipt by one Party of the other Party's request for such amicable settlement may be submitted by either Party for settlement in accordancewith the provisions of the Arbitration Act, 1940 (Act No x of 1940) and of the I Rules made there under and any statutorymodifications thereto.

Services under the Contract shall, if reasonably possible, continue during the arbitration T proceedingsand no payment due to or by the Client shall be withheld on account of such I proceedings. 8. INTEGRITY PACT I 8.1 If the Consultant or any of his Sub consultants,agents or servantsis found to have violated or involved in violation of the Integrity Pact signedby the Consultant as Appendix-G to this t Form of Contract, then the Client shall be entitled to: (a) recover from the Consultant an amount equivalent to ten times the sum of any commission, gratifrcation,bribe, finder's fee or kickback given by the Consultant or I any ofhis Sub consultant,agents or servants; I (b) terminatethe Contract; and (c) recover from the Consultant any loss or damage to the Client as a result of such termination or of any other comrpt businesspractices of the Consultantor any of his T Sub consultant,agents or servants.

On termination of the Contract under Sub-Para(b) of this Sub-Clause,the Consultant shall t proceedin accordancewith Sub-Clause2,9.3. Paymentupon such termination shall be made under Sub-Clause2.9.4 (a) after having deductedthe amounts due to the Client under Sub- I Para(a) and (c) of this Sub-Clause. I I t I t t t Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Page114 of l3l I rl

Copy of Model Agreement

I III. SPECIAL CONDITIONS OF CONTRACT I No. Amendments of, and Supplementsto, Clauses in the General Conditions of GC of Contract I Clause t l.l Definitions I (p) "Projectmeans "...... 1,2 Law Governing the Contract t The Consultantspersonnel shall at all times endeavorto observeand respectall laws, rules, regulationsand customsprevailing within the Islamic Republic of Pakistan. I 1,6 Authorized Representatives t The Authorized Representativesare the following: For the Client: I Telephone I Facsimile E-Mail t For the Consultants: (Name of Project Manager) I (Project) (Address) I Telephone Facsimile T E-Mails I 1.7 Taxes and Duties Payment of Taxes will be the responsibility of the Consultantsin accordancewith Pakistan I Tax Laws. T [All notesshould be deleted infinal text.All blanl

I Feasibility Study & Detailed Design for Construction i Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Page115 of 131 I I Copy of Model Agreement

I 1.8 Leader of the Joint Venture

The leaderof the Joint Venture is ...... (name of the Member of the Joint I Venture).

[Note: If the Consultants do not consist of more than one entity, the Sub-Clause].8 should I be deleted.J T 2.1 Effectiveness of Contract The date on which this Contract shall come into effect is the date when the Contract is I signedby both the Parties. I )) Termination of Contract for Failure to Become Effective The time period shall be thirty (30) days, or such other period as the Parties may agree in I writing. 2.3 Commencementof Services I The Consultant shall commence the services immediately after signing of the Contract Agreement or such other time as the Partiesmay agreein writing.

I 2.4 Expiration of Contract

The period of completion of servicesshall be four (04) months from the commencementof I Servicesor such other period as the Partiesmay agreein writing. I 2,7.4 Payments Following text is addedat the end of the Para:

I "excluding overheadsand profits." I 3,4 ProfessionatLiability Professional indemnity bond for twice the remuneration in the joint name of Client and Consultantsshall be provided as per last paragraphof GC 3.4. The Consultantsis to cover I this cost in its overheads. I 3.5 Insurance to be taken out by the Consultants The risks and the coverage'sshall be as follows:

I (a) Third Party motor vehicle liability insurancein respectof motor vehicles operatedin Pakistan by the Consultants or their Personnel or any Sub-consultants or their I Personnel,with aminimum coverageof Rs.100,000/-. (b) Insuranceagainst loss of or damageto equipment purchasedin whole or in part with I funds provided under the Contract.

I FeasibilityStudy & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Page116 of 131 I I Copy of Model Agreement

I 3.8 Documents Prepared by the Consultants to be the Property of the Client

The Client and the Consultantsshall not use thesedocuments for purposesunrelated to this I Contract without the prior written approval of the other Party. I 5.1.1 Assistance (a) The Client shall make available within ...... days from the CommencementDate, the I documents namely I This list if warrantedshall be supplementedsubsequently. I (e) Other assistance and exemptions to be provided by the Client 4re...... I 5.1.2 Coordination t (a) The departments and agencles include t 5.1.3 Approvals

I The Client shall accord approval of the documentsimmediately but not later than fourteen (14) days from the date of their submissionby the Consultants.

I 6.1 Lump Sum Rernuneration

[Note: In case there are other expendituresin respectof which reimbursementis allowed in I addition to the lump sum remuneration, details of such reimbursable direct costs expenditure which may include Sub consultants' costs, printing, communications, travel, accommodationetc., may be indicated herein. Each item shall be specified t whether it is payable on the basis of (q) lump sum monthly rate; or (b) reimbursement of actual expenditures.J The payment of Mobilization advance up to I0To of feasibility and design cost I remuneration, if approved, shall be made against a valid Bank Guaranteefrom an approvedschedule bank on an approvedformat. t 6.2 Contract Price

(a) The amountin foreign curency is...... I The amount in local cuffency is Pakistani Rupees.... (b) The break up offoreign and local currenciesshall be as under: For Planning and Designing, total foreign cuffency comprising..... I currency/currencies)is ...... and total Pak Rs. is I t Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Pase 117 of 131 t I Copy of Model Agreement

I 6.3 Terms and Conditions of Payment

A lump sum amount in local currenciesagainst servicesreferred under SC 6.2 shall be paid I to the Consultantsfor the Servicesto be completed within the period specified in SC 2.4. I Paymentsshall be made accordingto the following schedule: AS PER TOR

I 6.4 Period of Payment

(a) The time period for advancepayment shall be ...... ( ) days after signing of I Contract Agreement by both the Parties. (Fill in the time period e.g. thirty (30) days). I 6.5 Delayed Payments Financing chargesare as under:

I : (i) for foreign currency ------percentL_W per annum. (ii) for local cuffency : ------percent (_%) per annum.

t 6.6 Additional Services

The Consultantsshall be preparedat any time during the project to provide expert technical I advice and skill to the Client who may ask and need such assistanceon any phaseor specific feature of the Project. The Consultantswill be separatelycompensated for all such services I not coveredin the original Services. t 9. Priority of Documents Following is to indicate priority of documents forming part of this Contract to resolve an I ambiguity or non-clarity in the provision: ContractAgreement; Minutes of ContractNegotiation Meeting; t The SpecialConditions of Contract; The GeneralConditions of Contract; Minutes of Pre-ProposalMeetin g andAddenda; I Scopeof Services/Terms of Reference; Other documentsincluding Integrity Pact and JV agreement(if any). t 10. Royalties

The Consultants shall save harmless and indemni$r the Client from and against all claims t and proceedingson account of or for infringement of any patent right, design, trademark or name or other protectedrights in respectto any patenteddesigns, features or equipment they I may use for carrying out the Services,and shall pay all royalties etc. thereto. t

I Feasibility Study & Detailed Design for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Pase118 of 131 I Copy of Model Agreement

11. Penalty

If the Consultantsfails to comply with the time to completion as given in the Contract, the Client will impose a penalty at the rate of 0.05% of the fee for incomplete portion of work as per Appendix-E for each day of delay up to a maximum of I0%oof the sameamount.

I I I I t I I

I Feasibilitv Studv & Detailed Desisn for Construction / Rehabilitation of Road from Islamabad-Simli Dam-Karor- Bann-Patriata Page119 of 131 I Copy of Model Agreement

IV APPENDICES

Bann-Patiiata Page120 of 131 I Copy of Model Agreement I AppendixA I Descriptionof the Services [Give detaileddescriptions of the Servicesto be provided,dates for oompletionof varioustasks, I placeof performancefor differenttasks, specific tasks to be approvedby Client, etc.] I {1,;'i'*'. \;'j: 1'.:: ' i r'i: t irj .r" -li I I I I I T I I I I t t

FeasibilityStudy & DetailedDesign for Construction/ Rehabilitationof Road from Islamabad-SimliDam-Karor-Bann- I Patriata Pase121 of 131 I t Copy of Model Agreement

Appendix B

ReportingRequirements

Pursuantto Sub-ClauseGC-3.7, the Consultantsshall submitthe following reports:

[List format, frequency,and contentsof reports;persons to receivethem; datesof submissionand the number of copies of each submittal; etc. If no reports are to be submitted,state here "Not applicable".]

FeasibilityStudy & DetailedDesign for Construction/ Rehabilitation of Roadfrom Islamabad-SimliDam-Karor-Bann- Paftiata Page122 of 131 T Copy of Model Agreement I AppendixC I Key Personneland Sub consultants [List under: c-l Title fandnames, if alreadyavailable], activities ofjob descriptionsof key I Personnelto be assignedto work and staff-monthsfor each. c-2 List of approvedSub consultants (if alreadyavailable); same information I with respectto theirPersonnel as in C-1.] I I I I I I I I I I t I I

FeasibilityStudy & DetailedDesign for Construction/ Rehabilitationof Roadfrom Islamabad-SimliDam-Karor-Bann- I Patriata Paee123 of 131 t I rt Copy of Model Agreement I AppendixD t Breakdownof Contract Price in Foreign Currency fl-ist here the elementsof cost used to arrive at the breakdownof the Contract Price-foreign I currencyportion: 1. Remunerationfor variousitems on the basisof ratesas mutually agreed.

t 2. Other reimbursabledirect costsexpenditure. I 3. Total, remunerationand reimbursabledirect costsexpenditure : (l + 2) Note:

t This appendix will exclusivelybe usedfor determiningremuneration for Additional Servicesin accordancewith Sub-ClauseGC 6.6.)

I 1.,/ i'). r,'1-

'i I ,! ii t I I I I I I I I

FeasibilityStudy & DetailedDesign for Construction/ Rehabilitation of Roadfrom Islamabad-SimliDam-Karor-Bann- I Patriata Pase124 of l3l I I I Copy of Model Agreement t Appendix E I Breakdown of Contract Price in Local Currency fl-ist herethe elementsof costused to arrive at the breakdownof the ContractPrice-local I curency portion: 1. Remunerationfor variousitems on the basisof ratesas mutually agreed.

I 2. Otherreimbursable direct costsexpenditure related to: t (a) Supportstaff, andwork chargedstaff; (b) Office expendituresrelated to:

I (i) rentals; (iD furnishingand equipment; I (iii) operationand maintenanceof office, office equipmentand furniture, office supplies.

I (c) Transportincluding running and maintenance, and other associatedcosts; (d) Travelingetc. I (e) Othercosts t 3. Total, remunerationand reimbursabledirect costs expenditure : (I + 2), Note: I 1. Each item of reimbursabledirect costsexpenditure shall be specffiedwhether it is payable on the bosisof (a) lump sum monthlyrote; or (b) reimbursement I of actual expenditures. 2. This appendix will exclusivelybe usedfor determining remunerationfor I Additional Servicesin accordancewith Sub-ClauseGC 6.6.1 I I t I

FeasibilityStudy & DetailedDesign for Construction/ Rehabilitationof Road from Islamabad-SimliDam-Karor-Bann- I PaIriaIa Page125 of 131 I I Copy of Model Agreement

AppendixF

Servicesand Facilitiesto be Provided bv the Client

As Per TOR

FeasibilityStudy & DetailedDesign for Construction/ Rehabilitationof Road from Islamabad-SimliDam-Karor-Bann- Patriata Paee126 of 131 I Copy of Model Agreement T Appendix G (INTEGRITY PACT) Declarationof Fees,Commission and Brokerageetc. I Payableby the Suppliersof Goods,Services & Works in ContractsWorth Rs.10.00Million or More ContractNo. Dated: ContractValue: I ContractTitle: I il;;;;;;;;;;;;;;;;lTil';,*:i".'Gni"iliJ.i.":r.fi,:?:'::TlJ"f,tLilf:: benefit from Governmentof Pakistan(GOP) or any administrativesubdivision or agency thereof or any other entity owned or controlled by GOP through any corrupt business I practice.Without limiting the generalityof the foregoing,[name of Supplier]represents and warrantsthat it has fully declaredthe brokerage,commission, fees etc. paid or payableto anyoneand not given or agreedto give and shall not give or agreeto give to anyonewithin I or outside Pakistan either directly or indirectly through any natural or juridical person, including its affiliate, agent,associate, broker, consultant,director, promoter,shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder's fee or kickback, I whetherdescribed as consultationfee or otherwise,with the object of obtainingor inducing the procurementof a contract, right, interest,privilege or other obligation or benefit in t whatsoeverform from GOP, exceptthat which hasbeen expressly declared pursuant hereto. [nameof Supplier]certifies that it has madeand will make full disclosureof all agreements and arrangementswith all personsin respectof or relatedto the transactionwith GOP and I has not taken any action or will not take any action to circumventthe abovedeclaration, representationor warranty.

T [name of Supplier] acceptsfull responsibility and strict liability for making any false declaration,not making full disclosure,misrepresenting facts or taking any aotionlikely to defeat the purpose of this declaration,representation and warrarrfi. It agreesthat any contract, right, interest,privilege or other obligation or benefit obtained or procured as I aforesaidshall, without prejudiceto any other rights and remediesavailable to GOP under any law, contractor other instrument,be voidableat the option of GOP.

I Notwithstanding any rights and remediesexercised by GOP in this regard, [name of Supplier] agreesto indemni$' GOP for any loss or damageincurred by it on accountof its corupt businesspractices and further pay compensationto GOP in an amountequivalent to I ten time the sum of any commission,gratification, bribe, finder's fee or kickback given by [nameof Supplier]as aforesaidfor the purposeof obtainingor inducingthe procurementof any contract,right, interest,privilege or otherobligation or benefitin whatsoeverform from I GOP. t Nameof Buyer: National Highway Authorify Nameof Seller/Supplier: Signature: Signature: t ISeal] ISeal] t

FeasibilityStudy & DetailedDesign for Construction/ Rehabilitationof Road from Islamabad-SimliDam-Karor-Bann- I Patriata Paee127 of l3l T t I Copyof ModelAgreement I I CONTRACT F'OR ENGINEERING CONSULTANCY SERVICES

I between I I (NAME OF THE CLIENT) I and I I (NAME OF THE JOrNT VENTURE OF THE CONSULTANTS) I for

I (BRTEF SCOPE OF SERVTCES) I OF (NAME OF PROJECT) I I Month and Year

I (NAME OF THE JOrNT VENTURE OF THE CONSULTANTS) (Name of Individual Consultants) I (Name of Individual Consultants) I I

FeasibilityStudy & DetailedDesign for Construction/ Rehabilitationof Road from Islamabad-SimliDam-Karor-Bann- I Patriata Pase128 of l3l I I I Copy of Model Agreement I FORM OF CONTRACT I [Note: Usethis Form of Contractwhen the Consultantsperform Servicesos a Joint Venture. This CONTRACT (hereinaftercalled the "Contract")is madeon the _ day of _ (month) t of (year), between, on the one hand, (hereinaftercalled the "Client" which expressionshall includethe successors,legal representatives and permittedassigns) and, on the other hand, a joint ventureconsisting of the following entities, I eachof which will be jointly and severallyliable to the Client for all the Consultants'obligations I underthis Conttact,namely: I

(hereinaftercollectively called the "Consultants"which expressionshall includeits successors, I legalrepresentatives and permitted assigns). I WHEREAS (a) the Client has requestedthe Consultantsto provide certainconsulting services as definedin the General Conditions of ContracL atlachedto this Contract (hereinafter called the "Services");and I (b) the Consultants,having representedto the Client that they have the requiredprofessional skills, and personneland technicalresources, have agreedto providethe Serviceson the I termsand conditionsset forth in this Contract; NOW THEREFOREthe Partieshereby agree as follows:

I 1. The following documentsattached hereto shall be deemedto form an integralpart of this Contract:

t (a) the GeneralConditions of Contract; (b) the SpecialConditions of Contract: I (c) the following Appendices: [Note: If any of theseAppendices are not used,the words "Not Used"should be inserted below next to the title of the Appendixand on the sheetattached hereto carrying the I title of that Appendix.J

AppendixA: Descriptionof Services I AppendixB : ReportingRequirements Appendix C: Key Personneland Sub-consultants Appendix D: Breakdownof ContractPrice in ForeignCurrency t AppendixE: Breakdownof ContractPrice in Local Currency Appendix F: Services& Facilitiesto be ProvidedBy the Client and Counterpart Personnelto be MadeAvailable to the Consultantsby the Client. t AppendixG:Integrity Pact (for Servicesabove Rs. 10 Million)

FeasibilityStudy & DetailedDesign for Construction/ Rehabilitation of Road Dam-Karor-Bann- I Patriala Paqe129 of 13I I t I Copy of Model Agreement I 2. The mutual rights and obligationsof the Client and the Consultantsshall be as set forth in the Contract,in particular:

I (a) the Consultantsshall cany out the Servicesin accordancewith the provisionsof the Contract;and (b) the Client shall makepaymentsto the Consultantsin accordancewith the provisions I ofthe Contract.

IN WITNESS WHEREOF, the Parties hereto have causedthis Contract to be signed in their I respectivenames in two identicalparts each of which shall be deemedas the original, as of the day, month andyear first abovewritten.

I For and on behalfof

I CLIENT'S NAME Witness I Signature Signature Name Name Title Title I (Seal) For andon behalfof

I NAME OF THE JOINT VENTURE OF THE CONSULTANTS I I Name of Member No. 1 Witness

I Signature Signature Name Name Title Title I (Seal) t Nameof MemberNo. 2 Witness t Signature Signature Name Name I Title Title I

FeasibilityStudy & DetailedDesign for Construction/ Rehabilitationof Road from Islamabad-SimliDam-Karor-Bann- I Patriala Pase130 of 131 I I I Copy of Model Agreement I

Nameof MemberNo. 3 I Witness

Signature Signature I Name Name Title Title T (Seal) I I t I t t I T I I t I I

FeasibilitvStudv & Detailed Desisn for Construction/ Rehabilitationof Road from Islamabad-SimliDam-Karor-Bann- I Patriala Paee131 of l3l I I