Public Private Partnerships for Operation and Maintenance (O&M)

DEPARTMENT OF HIGHWAYS MINISTRY OF TRANSPORT

Pre-Bidding Meeting 3rd April 2019 M6 Bang Pa-In – Nakhon Ratchasima CONTENTS

Part 1: ▰ Project Information – Mr.Seksit ▰ Technical Information not included in RFP - Mr.Seksit ▰ Contract Principles and Highlights – Mr.Banphot ▰Concept of Payment and Deduction – Mr.Thanakorn Part 2: ▰Tender Instruction ▻ Procurement Process – Mr.Thanakorn ▻ Qualification of Bidder – Mr.Thanakorn ▻ Envelope 1 – Mr.Thanakorn ▻ Envelope 2 – Mr.Thanakorn ▻ Envelope 3 – Mr.Thunyaboon ▰Site Visit Schedule – Mr.Thanakorn ▰Q&A 2 Asia RFP Purchasers 1. Bangkok Expressway and Metro PCL 2. BTS Group Holdings PCL 3. CH.Karnchang PCL 4. Don Muang Tollway PCL 5. Gulf Energy Development PCL 6. Italian-thai Development PCL 7. Ratchaburi Electricity Generating Holding PCL 8. SEE SANG KARNYOTHA (1979) CO.,LTD. 9. Sino-Thai Engineering & Construction PCL 10. The Civil Engineering CO.,LTD. 11. Unique Engineering and Construction PCL

12. China Communications Construction CO.,LTD. 13. China Harbour Engineering CO.,LTD.

14. Japan Expressway International CO.,LTD. 15. Metropolitan Expressway CO.,LTD Europe 16. Far Eastern Electronic Toll Collection CO.,LTD. 17. VINCI CONCESSIONS

3 DISCLAIMER

The information contained in this document is intended solely to provide a summary and basis for understanding of the Project only. The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. The bidders shall carefully examine and review the contents as well as the terms and conditions of the RFP and other official tender documents of the Project.

4 PART 1

 Project Information . Technical Information not included in RFP . Contract Principles and Highlights . Concept of Payment and Deduction 5 Project Description

Project Description

Beginning North Outer-Ring, Bang Pa-In, Ayutthaya Ending Bypass, Nakhon Ratchasima

Distance 196 km.

Traffic Lanes 6 Lanes (Bang Pa-In – Pak Chong) 4 Lanes (Pak Chong – Nakhon Ratchasima)

Pavement Concrete Interchanges 10 Toll Plaza 9 Rest Area 8 Capital 84.6 Billion Baht/ 2.64 Billion USD

1 – 40 Civil

Contracts 41 System Installation + O&M

42 Rest Area

6 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Project Description

Typical Section

7 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Project Description

Typical Sections

8 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Current Site Condition

9 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Toll Plaza

1. BANG PA-IN at km.4+750 2. WANG NOI at km.10+800 Located between Bang Pa-In Interchange No.2 Linking the project route to Highway No.309 and Wang Noi Interchange, connecting the which bounds for Bang Pa-In District and Wang project to Bang Pa-In District and Wang Noi Noi District, Phra Nakhon Si Ayutthaya Province. District , Phra Nakhon Si Ayutthaya Province.

3. HIN KONG at km.33+100 Linking the project route to Highway No.33 which bounds for Phachi District, Phra Nakhon Si Ayutthaya Province and Nong Khae District, .

10 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Toll Plaza

4. SARABURI at km.38+700 5. KAENG KHOI at km.53+780 Linking the project route to Highway No.1 Linking the project route to Highway No.3222 which which bounds for MueangSaraburi District, bounds for , Saraburi Province and Nong Saeng District, Saraburi Province. and Ban Na District, Nakhon Nayok Province.

6. MUAK LEK at km.77+800 Linking the project route to Highway No.2 which bounds for Kaeng Khoi District, Saraburi Province and Pak Chong District, Nakhon Ratchasima Province.

11 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Toll Plaza

7. PAK CHONG at km.110+500 8. SI KHIU at km.154+960 Linking the project route to Highway No.2090 which Linking the project route to Highway No.201 bounds for , Saraburi Province and which bounds for Si Khiu District and Sung Pak Chong District, Nakhon Ratchasima Province. Noen District, Nakhon Ratchasima Province.

9. KHAM THALE SO at km.185+125 Located between Si Khiu Interchange and Nakhon Ratchasima Interchange No.2 connecting Muang Saraburi District, Nakhon Ratchasima Province.

12 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. PART 1

. Project Information  Technical Information not included in RFP . Contract Principles and Highlights . Concept of Payment and Deduction 13 Protection Wall and Enclosure for Elevated Road at Klong Pai Prison

14 Traffic Sign

Updated Traffic Sign to DOH New Standard

Layout, position and size of traffic signs at the interchanges will be improved in accordance with the DOH new standard year 2018 by DOH’s civil contractors.

15 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Roadway Lighting In Civil Contracts

• Type of roadway lighting 1. High mast lighting pole type for at grade main line 2. Tapered steel lighting pole with bracket type for bridge or elevated structure

• The private party shall be coordinated with PEA or MEA to extend the power line to the transformer of roadway lighting system which will be provided by the DOH’s other contracting party

• The private party shall install some part of roadway lighting along the roadways of the M6 within the construction limit of the DOH section works. Such roadway lighting drawing will be issued to bidder as an addendum drawing. Note that for PPP section, roadway lighting system shall be provided by the private party

16 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. PART 1

. Project Information . Technical Information not included in RFP  Contract Principles and Highlights . Concept of Payment and Deduction 17 Contract Principles and Highlights Index

1. Definition 18. Representations and Warranties 2. Interpretation, order of precedence, and enforcement of 19. Representations of the DOH all documents under this PPP Contract 20. Designated Contractor and Contractor 3. The Project, Investment by each Party and Source of 21. Amendment of the PPP contract, Transfer of Rights and Funds of Private Party. the Substitute Entity 4. Operating Period 22. Termination of the PPP Contract 5. The DOH’s Representative and the Steering Committee 23. Handover of DOH’s Section Works, PPP Section Works, 6. Performance security and guarantee and Operation and Maintenance Assets after the 7. Operation of the Phase 1 Works: Design and Construction Termination of the PPP Contract 8. Operation of the Phase 2 Works: Operation and 24. Right to terminate the PPP Contract and the effect Maintenance thereof 9. Terms for the Operation and Maintenance 25. Keeping of Project information and confidentiality 10. Inspection of the Operation and Maintenance 26. Rights of the DOH to engage in the operation of the 11. Availability Payment and payment method Motorway System 12. Variation of Works 27. Language and Applicable Laws 13. Assets and ownership of the civil infrastructure of the 28. Dispute resolution Project 29. The Private Party’s right to access the Construction Site 14. Project Insurance 30. Use of Thai Vessels 15. Intellectual Property Rights 31. Notice 16. Transfer of Knowledge 32. Miscellaneous 17. Force Majeure and consequences of the Force Majeure 33. Appendices to the PPP Contract

18

Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Contract Principles and Highlights Appendices

Appendices to the PPP Contract 1. Letter of Acceptance 2. Additional Enclosures/Memorandum of Agreement 3. DOH’s Requirements, Vol. 1 4. DOH’s Requirements, Vol. 2 5. DOH’s Requirements, Vol. 3 6. Pricing Documents 7. Outline Drawings 8. Private Party’s Proposal – Investment and Consideration 9. Financial Model 10. Private Party’s Proposal – General and Technical Qualifications 11. Conceptual Design and Drawings 12. Private Party’s Proposal – other proposals beneficial to the provision of services and operation of the DOH 13. Construction Site and DOH Section Works Handover Plan 14. Draft Ministerial Regulation Prescribing Toll for the Use of Auto Vehicles on the Bang Pa-In – Nakhon Ratchasima Intercity Motorway (M6) / Bang Yai – Kanchanaburi Intercity Motorway (M81) B.E. … 15. Development Plan of the Network Connection 16. Design and Construction Contracting Agreement with the Designated Contractor 17. Operation and Maintenance Contracting Agreement with the Designated Contract

19

Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Contract Principles and Highlights Summary

• Issue Commissioning Certificate or Substantial The NTP will be issued if the Commissioning Certificate following occurs: • Return the performance • Deliver Construction Site security for Phase 1 • Return the and DOH Section Works in • Appoint DOH’s Works performance total or a substantial part Representative to • Commence payment of security for Phase to Private Party inspect Phase 1 Works Available Payment (AP) 2 Works

DOH Pre – Opening By 30 months PPP Phase 1 Not exceed Phase 2 End of End of Contract No term NTP 15 days (Design & 30 Years 6 Months 3 Years (O&M) Contract Warranty Signing Construction)

• Sign contract with The NTP will be issued • Take possession of • Transfer Ownership of PPP • Return of DOH Section Works, designated if the following occur: Construction Site Section Works and any PPP Section Works and O&M contractors • Provide required and DOH Section assets and equipment Assets (immovable property • Have paid-up capital insurance policies Works. procured under Phase 1 or its components) of not less than • All conditions • Commence Phase Works to DOH • Remove other O&M Assets (if 1,000 MB for M6 & precedent under 1 Works (Design & • Take possession of DOH not requested to buy by 850 MB for M81 the loan agreement Construction) Section Works and PPP DOH) • Deliver: (except the NTP Section Works • Procure that DOH will be able  Performance rivate Party rivate itself) have been • Deliver a performance to use any IP provided by the P security for Phase met and ready for security for Phase 2 works Private Party after the expiry 1 works first drawdown (not • Provide required insurance of the contract.  Parent guarantee more than 30 days policies • Continue O&M until DOH can • Within 120 days: from the date of • Increase in paid-up • Commence Phase 2 Works capital of not less than find new operator but not  Sign funding the PPP Contract (O&M ) exceeding 6 months. agreement with Signing) 2,000 MB for M6 & • Entitled to receive 1,700 MB for M81. lenders Available Payment (AP) 20 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Contract Principles and Highlights

5 Keys Summary

Key Dates Key Risks for Private Party Key Undertakings by Private Party

Key Responsibilities of Key Payments for Private Party Private Party 21 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Contract Principles and Highlights Key Dates ▰Signing of PPP Contract ▰Commencement Date (as set out in the NTP) – Phase I Works ▰Detailed Design Drawing (9 months from Commencement Date) ▰Pre – Opening (30 months from Commencement Date) ▰Commercial Operation Date (as set out in the Commissioning Certificate or the Substantial Commissioning Certificate) – Phase 2 Works ▰Demerit Point Evaluation (failure to achieve the performance target during 5 years- period) ▰Handback Plan (3 years prior to the End of Contract) ▰End of Contract (30 years from Commercial Operation Date) ▰End of Supporting & Warranty Period (6 months from the End of Contract)

22 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Contract Principles and Highlights

Key Risks for Private Party

▰ Delay in delivery of construction area or construction of civil works arising out of a protest or intervention by a third party ▰ Right to order additional works or variation of works by the DOH ▰ Private Party shall be liable for any failure to collect toll fees ▰ Termination of contract for any reason other than the Private Party’s breach of contract (i.e. force majeure event, change in laws and termination by the DOH without cause) ▰ Change in laws, taxes and government policy

23 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Contract Principles and Highlights

Key Undertakings by Private Party

▰ Maintain: ▻ Shareholding Structure ▻ Required Paid-Up Capital ▻ D/E Ratio of not more than 3 times ▻ Contract with Designated Contractors ▰ Comply with any relevant laws and regulations ▰ Obtain all required permissions or licenses (if any) ▰ Obtain ISO 9001 / 14001 ▰ No bankruptcy, rehabilitation, mergers, amalgamations or cessation of businesses

24 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Contract Principles and Highlights

Key Responsibilities of Private Party

▰ Provide funding to the Project ▰ Provide performance security and parent guarantee ▰ Conduct Design & Construction under Phase 1 Works ▰ Conduct Operation & Maintenance under Phase 2 Works ▰ Be responsible for any defects in the works ▰ Be responsible and liable for any loss or damage to assets & equipment of the Project and damage to any third party ▰ Maintain contract with the Designated Contractor ▰ Maintain all required insurance policies

25 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Contract Principles and Highlights

Key Payments for Private Party

▰ Available Payment for Repayment of M&E - DOH will make Available Payment for Repayment of PPP Section Works to the Private Party. However, if the termination of the contract occurs prior to the full repayment: - Termination due to the fault of the Private Party, the remaining AP will be capped to the book value of the assets & equipment (calculated based on the cost less the depreciation), as at the date of termination. - Termination due to no fault of the Private Party, the outstanding AP will be paid in accordance with the original payment schedule but DOH reserves the right to make one lump sum payment. ▰ Compensation for Termination of Contract by no fault of the Private Party - DOH will compensate for actual costs of the Private Party paid in relation to the Project, but this does not include loss of opportunity, loss of profits, interest or damages. DOH has an option to acquire all or part of O&M Assets at the book value.

26 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. PART 1

. Project Information . Technical Information not included in RFP . Contract Principles and Highlights  Concept of Payment and Deduction 27 Payment Methods

1 2 Construction Repayment O&M Lump Sum • The Private Party shall propose total • The Private Party shall propose total O&M construction cost and interest expense in cost in bidding process bidding process • Payment period is equal to contract period • Repayment period is no less than 20 years • Quarterly payment* • Quarterly payment*

3 Re-Measurement • The Private Party shall propose discount percentage of the unit rate in bidding process • The re-measurement work shall be instructed by the DOH • Payment based on actual work and unit rate • Quarterly payment*

*Details of payment mechanism shall be provided in Part 4 of Volume 3 Pricing Documents. 28 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Deduction

O&M Lump Sum payment is based on O&M activities which described in specifications

A General Requirement B Operation & Maintenance Plans

C Maintenance Requirement

D Operation Requirement O&M Specifications E Asset Management System

F Corridor Management

G Environmental Management

H Service Level Agreement

I Handback

The Private Party shall be in accordance with the O&M specifications, otherwise there will be O&M violation. 29 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Deduction

 Explains responsibilities and O&M Specifications scope of work of the Private Party  The Private Party shall prepare work and the DOH quality plan and compare to  The Private Party shall operate operation plan, then record KPI required works in area of project  The Private Party shall identify right of way except for rest area warrantee system development  The Private Party is not Responsibilities & O&M Limit method in work quality plan responsible for lighting expense  Deliver work quality plan to the DOH on motorway and utilities every 3 months expense of Agency Buildings Work quality development  Prepare staff training  The Private Party shall arrange monthly meeting according to required topics and attend to the meeting and receive notices from DOH inspection  The Private Party shall prepare data the DOH access for the DOH inspection  The Private Party shall deliver performance report to the DOH according to the specified period Other requirements  The Private Party shall deliver ETC  The Private Party shall arrange to ORT approach plan to the DOH trainings for the DOH’s staffs, so when needed the DOH can operate the project  The Private Party shall cooperate after the end of contract Future Plan with the DOH when other motorway  The Private Party and the DOH network developments are can request for adding/removing required scope of work according to contractual procedure 30 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Deduction

Key Performance Indicator

KPI Unavailability of Traffic Lane Unavailability of Systems O&M Violations

Amount (THB) based on pre- Amount (THB) based on Demerit Amount (THB) based on Demerit Principles defined values with inflation Points. 1 DPS is equals to 0.002% of Points. 1 DPS is equals to 0.002% of adjustment OMLP OMLP

Monthly/Quarterly/Twice Annually/ Occurrence Monthly Frequency Annually/Occurrence

OMLP = Operation & Maintenance Lump Sum Payment

Grace Period: 1. For the first Operating Year, the percentage determined for system availability target shall be decreased 0.5% 2. First 1,000 Demerit Points for O&M Violations for each quarter of the first Operating Year shall be exempted. 31 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Deduction Principle

Unavailability of Traffic Lane

≤ 600 pcu/h 601 - 750 pcu/h 751 - 900 pcu/h ≥ 900 pcu/h

0 THB 0 THB 0 THB 0 THB 1-15 mins

11,700 THB 46,900 THB 105,300 THB 187,300 THB

16-30 mins

14,000 THB 55,800 THB 141,200 THB 251,000 THB

31-45 mins

14,000 THB 98,500 THB 221,800 THB 394,200 THB 46-60 mins

32 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Deduction Principle

Unavailability of Traffic Lane (Unpermitted closure) Downstream Upstream The calculation of traffic volume and lane closure duration shall comply with the following  The DOH’s PCU factors shall be utilized.  The traffic volume per hour shall be calculated based on the total traffic volume at the downstream of lane closure, starting from the event occurrence 10 minutes to the queue dissipation.  The lane closure duration shall be measured from the start to the end of traffic lane closure

After 1st hour

 The AP deductions for every fifteen (15) minute interval period 15 after the first hour of traffic lane closure shall be calculated as Minutes 25% of the first hour AP deductions.  Any additional duration of lane closure less than fifteen (15) minutes shall be rounded up to the nearest 15-minute interval.

33 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Deduction Principle

Unavailability of Traffic Lane • Closure due to the caused or ordered by, and continuing only for (Permitted closure) so long as required by the DOH or any governmental entity, or a utility owner performing work under a permit issued by the DOH • Closures for performance of properly scheduled and executed planned maintenance; • A closure due to an emergency/traffic accident that is not the result of the negligence, willful misconduct

The road is closed. Bridge maintenance work is in progress. See map for detour(s). Until April 19, 2019bout

34 Deduction Principle

Unavailability of Traffic Lane

Definition of unpermitted/permitted lane closure

Unpermitted closure Permitted closure Over-height truck hits overpass caused Unexpected incident where truck hits overhead traffic unavailability of lane sign caused unavailability of lane

The Private Party’s error – AP Deduction User’s error – No AP Deduction/Accident

35 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Deduction Principle

Unavailability of Systems

Item System Availability Target

a Toll Lanes System 99.9 %

b Traffic Management and Control System Vary as per Subsystem Range 99% - 99.9%

Power supply to all the systems at Toll Plazas, c Toll Control Buildings, Central Control Building, 99.99 % Agency Buildings, Weigh Control Buildings, including UPS and power generator

d Communication Network System 99.99 %

e Disaster Recovery (DR) Site 99 %

f Maintenance Online Managements System 99 %

g Toll Plaza Computer System (TPCS) 99 % h Headquarter Computer System (HQCS) 99.9 % etc. i Project website 99 %

j Call center telephone equipment 99 %

k Call Center Private Automatic Branch Exchange 99 % (PABX) at the CCB of M6 36 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. DeductionPrinciple Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. of the accuracyfor the liability no have shall and warranty no makes of HighwaysDepartmentNote: The CCT 144 hours 144 Downtime Downtime Unavailability of Traffic Management and Control System V 1 CCT V 2 Systems CCT V 3 CCT 144 hours 144 Downtime Downtime System -

System Downtime CCTV Availability V 4 300 hours CCT V 5

Total Operating Time in 1 Month C = Scheduled Downtime for CCTV Maintenance B = Total Operating Time ofCCTV A = Total TimeofUnavailability forCCTV Where;     = 100 = = 144 + 144 = 288 hours = Total of Downtime of CCTV 1 to CCTV 5 = 5 x 30 x 24 = 3,600 hours Availability Calculation Calculation of Total Unavailability Time in 1 Month System in 1 Month Calculation of Total Operating Time of 5 CCTV Availability Target = 90% 100 - 3 − 288 , 600 ( 퐵 퐴 − x 100 = 92% > 90% 퐶 ) × 100  37 Deduction Principle O&M Violations

O&M Key Performance Indicator Operation Maintenance

KPI 1 Quality & Environmental Management KPI 8 Ride Quality KPI 15 Road Lighting & Illuminance

KPI 2 Toll Plaza Operation KPI 9 Concrete Pavement Damages KPI 16 Road Drainage

KPI 10 Pavement Joint Sealant KPI 17 Vegetation Control KPI 3 Incident Management

KPI 11 AC Pavement Damages KPI 18 Underpass KPI 4 Toll Collection System

KPI 12 Pavement Marking KPI 19 Bridge KPI 5 Safety KPI 13 Road Furniture KPI 20 Other Indicators KPI 6 Disaster Recovery (DR) Site KPI 14a Traffic Sign (Sign Panel) KPI 14a KPI 7 Customer Satisfaction KPI 14b Traffic Sign (Structures) KPI 14b

KPI 14c Traffic Sign (Reflectivity)

KPI 14d Dynamic Message Sign 38 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Deduction Principle

 Concrete Pavement Damages (KPI 9)

Cure Period Demerit Cure Period Frequency of KPI Description Indicator Point Category Temporary Permanent assessment Remedy Remedy

Concrete Pavement 9 Damages

Difference in heights between Lane to shoulder edges of traveled way and 20 per Per 9.1 B 1 Day 1 Month drop-off shoulder shall not exceed 12 100 m Occurrence mm.

20 per 1 Day 1 Month Per 9.2 Spalling No presence of spalling B 100 m Occurrence

No presence of pavement with 20 per 1 Day 1 Month Per 9.3 Faulting B faulting more than 12 mm. 100 m Occurrence

Other types of No presence of other types of 20 per 1 Day 1 Month Per 9.4 B pavement damage pavement damage 100 m Occurrence

 Temporary Remedy is defined as an action taken to provide  A noncompliance event that is cured within the temporary remediation to eliminate a dangerous condition, applicable cure period shall not be assessed the or level of service reduction, or any non-compliance. corresponding O&M Violation  Permanent Remedy is defined as an action taken to provide  If not cured within the cure period, 20 demerit points permanent remediation or repair to eliminate a dangerous per 100 meters shall be applied condition, or level of service reduction, or any non- compliance. 39 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Deduction

DPS which Demerit Points (DPS) exceeded 5,000 DPS from Quarter 1 One (1) Demerit Point equals to 0.002% of the Operation and Maintenance Lump Sum Payment in that quarter. 7,000 6,000 5,000 DPS capped 5,000 in each quarter Month1 1,000 4,000 DPS shall be attributed Month2 2,000 3,000 to that quarter 2,000 Month3 3,500 1,000 0 Quarter1 Quarter2 Quarter3 Quarter4 Quarter1 6,500 DPS shall be attributed Quarter2 9,200 to that quarter of any Quarter3 1,500 operating year Quarter1 - Quarter4 3,750 Quarter2 - Operating Quarter1 - 200 Year Quarter3 - Half Year 1,500 Quarter2 1,500 Quarter4 200 Half Year 1,200 Quarter3 -

Quarter4 1,200 40 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Contract Termination

Either or both of these events occur Remedial plan is applied • Exceed 5,000 demerit points for 3 Comply consecutive quarters • Service Level < Target 3 consecutive The Private party shall prepare Remedial plan is applied assessment period and submit remedial plan Not Comply The Private party shall provide Fail to achieve target in some area of and submit revised remedial plan, KPI for 3 consecutive quarters extended cure period and evidences/reasons why the failed KPI could not to be cured within PPP Contract current Cure Period

Department of Highways Signature Exceed maximum allowance Private Party demerit point Signature

Maximum Allowance of Maximum Allowance of Total Period Total Demerit Points Accumulated Demerit Points

Failure of the Private Party to Years 1 to 5 100,000 100,000 comply with the maximum allowance of Demerit Points Years 6 to 10 80,000 180,000 as shown in the Table may Years 11 to 15 80,000 260,000 constitute a material breach of the PPP Contract. Years 16 to 20 60,000 320,000 Years 21 to 25 60,000 380,000

Years 26 to 30 60,000 440,000 41 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. PART 2  Tender Instruction . Site Visit Schedule . Q&A

42 Procurement Process

Pre-Procurement Documents Evaluation Close Out

Pre-Bidding Invitation to Bid Meeting 3 APR 2019 Electronic 8 FEB 2019 We are here Data Room Select Preferred Bidder Contract Award Negotiate Contract Review by SEPO, AGO, MOT

Contract Review RFP

SPV

Register Site Visit Q&A Env.3: Others SPV (if any) Issue RFP Evaluations Env.1: Qualification & Technical 27 FEB – 27 MAR 2019 Bid Submission Cabinet Approval 27 JUN 2019 Env.2: Investment & Availability Payment FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC

43 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Qualification of Bidder

• All Nationalities Eligibility • Juristic person registered ≥ 3 years • In case, single juristic bidder shall have paid-up capital ≥ 1,000 Million Baht • In case, group bidder shall have paid-up capital of all the members combined ≥ 1,000 Million Baht - Thai Lead firm ≥ 500 Million Baht with shareholding ≥ 35% Historical Contract - Member firm ≥ 100 Million Baht with shareholding ≥ 5% Non-Performance - Combined shareholding of Thai juristic persons ≥ 51% • Foreign juristic person shall associate with Thai juristic persons

No Conflict of Interest 1) Management Relationship (manager, managing partner, managing director, executive or person authorized to manage the business) Financial Situation 2) Capital Relationship (major shareholder≥ 25%) 3) Cross Relationship between 1) and 2) 4) Holding of position or being a shareholding as spouse or minor of the person in (1), (2), or (3)

Local bank or local branch of a foreign bank Experience Waiver of Immunity of refuse being taken to Thai court. 44 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Qualification of Bidder

Eligibility

Litigation history last 5 years - Pending Litigation Historical Contract - Litigation History Non-Performance

Shall not be named in the Official List of Work Abandoners

Financial Situation

Experience 45 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Qualification of Bidder

Eligibility

Historical Contract Non-Performance Single juristic bidder and each member of the group Bidder shall have net worth for the last 3 years with positive average.

Financial Situation Granting of line of credit ≥ 6,000 Million Baht

Experience 46 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Qualification of Bidder

Eligibility Civil Works Construction or System Supply Operation& Construction Management or Installation Maintenance

Historical Contract Non-Performance 1) The bidder shall have all the experiences. In case the bidder does not have all the experiences, the bidder shall be required to have at least one of its own experiences and combine with its contractor(s)’s (either one or many) experiences and work achievements 2) Consideration of the experiences and work achievements shall be based on the following criteria: Financial Situation • All the projects shall only be completed. • Government-owned project either in Thailand or abroad. • Experiences and work achievements as a sub-contractor of the private entity who entered into contract with the public sector. • Experiences and work achievements joint venture or consortium.

Experience 47 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Qualification of Bidder

Completed works up until the bid submission date: • roads, bridges or underpasses with 4 or more lanes of Eligibility Civil Works Construction or traffic; or Construction Management • interchanges; or • elevated roads or elevated railways (excluding trackwork); or • airport runways, taxiways or aprons Historical Contract Construction value: • Single contract ≥ 3,000 Million Baht Non-Performance • Several contracts combined ≥ 3,000 Million Baht with each contract ≥ 1,000 Million Baht

Completed works ≤ 20 years up until the bid submission date: • Toll Collection System, including all the elements related Financial Situation to power supply and data communication systems; and System Supply • Traffic Management and Control System, including all the or Installation elements related to power supply and communication systems. Construction value: • Single contract ≥ 600 Million Baht Experience • Several contracts combined ≥ 600 Million Baht with each contract ≥ 350 Million Baht 48 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Qualification of Bidder

Operation and maintenance of toll road project (Toll Road Operation& Eligibility Operator): Maintenance • In case the project is in progress, its commercial operation shall have been carried out ≥ 3 years up until the bid submission date. • In case the project had been completed as specified under the contract, its completion shall be ≤ 3 years up until the Historical Contract bid submission date, with ≥ 20 years continuous period of Non-Performance commercial operation.

Financial Situation

Experience 49 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Qualification of Bidder

In case combine with its contractor(s)’s (either one or many) experiences

• The bidder shall not combine its contractor’s experiences with 1) Civil Works Construction or Construction those of its own in order to fulfill Management (2 Contract with each the requirements. contract = 1,000 Million Baht) 2) System Supply or Installation 3) Operation & Maintenance

Civil Works Construction or Construction Contractor A Management (1 Contract with each contract = 1,200 Million Baht)

• All the proposed experiences shall 1) Civil Works Construction or Construction Management belong to one single contractor 2) Operation & Maintenance alone

Contractor A System Supply or Installation (Toll Collection System) System Supply or Installation (Traffic Contractor B Management and Control System) 50 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Qualification of Bidder

In case combine with its contractor(s)’s (either one or many) experiences • The contractor whose experience has been proposed by any bidder shall neither be 1 2 included on another bidder’s contractor list Contractor List in Contractor List in Technical Technical nor take part in Proposal Proposal another bidder’s bid Contractor A 1. Contractor X Contractor M 1. Contractor A preparation process. 2. Contractor Y 2. Contractor B 3. Contractor A 3. Contractor C

1 2 Contractor List in Contractor List in Technical Technical Proposal Proposal Contractor A 1. Contractor A Contractor M 1. Contractor M 2. Contractor X 2. Contractor X 3. Contractor Y 3. Contractor Y 51 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Qualification of Bidder

Special Purpose Vehicle (SPV) : Single Juristic Bidder  Not-Required to establish SPV Group Bidder  Required to establish SPV

• The Successful Bidder shall be registered as a new Thai juristic entity. • The Successful Bidder shall provide jointly and severally liability of the performance of the newly established firm. • The newly established Thai juristic entity should have and maintain a paid-up registered capital not more than 2.5 debt to equity ratio (D/E ratio) throughout the contract period. • Changing of the members and their percentage of shareholding; - Phase 1 No changing of the members and their percentage of shareholding - Phase 2 Change of the members and their percentage of shareholding shall be made upon approval of the DOH only. 52 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Bid Proposals

Sealed Sealed Sealed Unsealed Envelope Envelope Envelope Envelope 1 2 3

Qualification Investment and Other Proposals & Availability Payment Technical Proposal Proposal

Correct or Incorrect ≥ 75% each item & total ≥ 80% Availability Payment (AP) Judgment: Accept / Reject Judgment: Pass / Fail Judgment: Lowest AP 53 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Bid Proposals

Unsealed Envelope

1 Bid Form

2 Power of Attorney

If the documents contained in Bid Security an unsealed envelope are 3 incomplete or incorrect; the documents shall be rejected and returned to the bidder. 4 The RFP purchasing evidence

54 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Bid Proposals

Sealed Envelope 1 Qualification& Technical Proposal

Chapter 1 •Executive Summary

Chapter 2 •General Qualifications and Relevant Details of the Bidder

Chapter 3 •Financial Availability, Support and Capability

Chapter 4 •Past Experience, Work Achievements and Credibility

Chapter 5 •Organization Structure and Key Personnel Management Capability

Chapter 6 •Technical Approach and Methodology for the Works in Phase 1

Chapter 7 •Technical Approach and Methodology for the Works in Phase 2

Chapter 8 •Technology Transfer for the Works in Phase 1 and Phase 2

Chapter 9 •Statement of Compliance 55 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Bid Proposals

Sealed Envelope 1 Qualification& Technical Proposal

Chapter 1 Chapter 2 Chapter 3 Chapter 4 Chapter 5 Executive Summary General Qualifications Financial Availability, Past Experience, Organization Structure and Relevant Details of Support and Capability Work Achievements and Key Personnel the Bidder and Credibility Management Capability

Qualification and 1) Unsuitable characteristics 1) Financial position 1) Experience Records 1) Organization chart Technical Proposal stated in PPP Law (Net Worth) 2) Affidavit of contractor with 2) Key personnel CVs summarized so that 2) Not being repealed by NACC 2) Line of credit work reference (if any) its objectives and 3) General qualifications outline can be 4) Conflict of Interest rapidly pre- 5) No special privilege or evaluated. immunity 6) Litigation or arbitration records 7) Not employing a consultant stated in PPP Law 8) Document checklist

56 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Bid Proposals

Sealed Envelope 1 Qualification& Technical Proposal Chapter 6 Technical Approach and Methodology for the Design Approach Environmental Management Approach Works in Phase 1 ------• Design codes and standards • Submit an environmental management • Drawings plan in conformance with the EIA report. • Detailed technical descriptions of the propose Law, etc. system/subsystem • Names of vendor/supplier for system/subsystem • Systems integration plan • Address the following issues System Contractor List - Design the system for toll transaction reconciliation ------changes in technology Nominate not more than 3 - interoperability requirements system contractors for each of - common ticketing policies the following system: - Design to support the transition to the full ORT • Toll collection system - etc. • Traffic management and control systems

Quality Assurance ------• Demonstrate the implementation procedures for the design and construction quality Construction Approach control and assurance ------• Preparation of the Sites • Site Safety • Design, Submissions and Approvals • Construction Management • Inspecting, Testing and Commissioning 57 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Bid Proposals

Sealed Envelope 1 Qualification& Technical Proposal Chapter 7 Technical Approach and Maintenance Approach Methodology for the ------Works in Phase 2 • Demonstrate the understanding to the maintenance requirements (roadway, bridge, drainage, signs, lighting, all system, building, etc.) • Describe technical approaches to black spot for improvement • Describe reporting will assist the DOH in monitoring, audit, and verification Environmental Management Approach Operation Approach ------• Submit an environmental • Demonstrate the understanding to the operation requirements (TCS, management plan in TMC, work zone traffic, road freight, call center, etc.) conformance with the EIA • Describe reporting will assist the DOH in monitoring, audit, and report. Law, etc. verification of the key performance • Address the following issues − the DOH can achieve 100% of toll revenue collection − Describe technical solution for image-based transaction processing to ensure the accuracy of ETC system Asset Management Approach − etc. ------• Describe an asset management plan • Describe the inventory management • Describe the reporting capabilities of Asset Management System

Vision and Objectives Strategy Organization Chart and Staffing------• Demonstrate their vision & • Provide an organization chart that objectives strategy to fulfill their details how all operation and objectives and obligations under maintenance requirements will be the project staffed 58 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Bid Proposals

Sealed Envelope 1 Qualification& Technical Proposal

• Describe approaches to the technology transfer in respect of design, manufacture, construction, testing, handover, operations and maintenance of the project • Provide a detailed technology transfer and training plan Chapter 8 Technology Transfer for the Works in Phase 1 and Phase 2

State compliance in accordance with the DOH’s requirements • Mandatory requirements • Non-mandatory requirements Mandatory requirements Form Chapter 9 Statement of Compliance

Non-mandatory requirements Form

59 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Bid Proposals

Sealed Envelope 2 Investment and Availability Payment Proposal

PART 3 PART 1 PART 2 O&M RE- CONSTRUCTION COST O&M LUMPSUM COST MEASUREMENT COST

Carry forward all costs and summarize into Part 4 as per instruction provided

• Financial Cost PART 4 • Repayment Period AVAILABILITY PAYMENT, EVALUATION • % of Margin for O&M APPROACH, AND PAYMENT MECHANISM • Inflation Adjustment • VAT The evaluation of Availability Payment shall be based on present value (discount rate of 4%).

Lowest Evaluated Bidder 60

Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Bid Proposals

Sealed Envelope 2 Investment and Availability Payment Proposal PART 1 Construction Cost

Bill 1 Bill 2 Bill 3 Bill 4 Bill 5 Design and Civil Work at Toll Toll Collection Traffic Central Control Documentation Plaza Areas System Management and Building Control System

Bill 6 Bill 7 Bill 8 Bill 9 Bill 10 Communication Power Distribution Roadwork Agency Buildings Operation and Network System System Facilities and Maintenance Building Incidental Works and Patrol Units

Bill 11 Bill 12 Bill 13 Bill 14 Bill 15 System Provisional Sum Spare Parts System Integrated General Management and Test Requirements Application Software

61 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Bid Proposals

Sealed Envelope 2 Investment and Availability Payment Proposal PART 2 O&M Lump Sum Cost

Bill 1 Bill 4 Manpower Cost System Maintenance Cost

Bill 2 Bill 5 Utilities Cost Civil Work Maintenance Cost

Bill 3 Bill 6 Administration Cost Building Maintenance Cost

62 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Bid Proposals

Sealed Envelope 2 Investment and Availability Payment Proposal

The Bidder shall submit the bid breakdown with the Price Proposal (except Bill 8 and Bill 12). The bid breakdown shall substantiate each and every breakdown item, demonstrate how the BOQ has been built up, and explicitly indicate quantities and prices of breakdown items. 63 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Bid Proposals

Sealed Envelope 2 Investment and Availability Payment Proposal

Bill 8 Roadwork Facilities and Incidental Works The Bidder shall not modify and/or add any BOQ item in this Bill. To complete this Bill, the Bidder shall insert a unit price for each item.

Bill 12 Provisional Sum The Bidder shall not modify and/or add any BOQ item and price contained in this Bill

64 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Bid Proposals

Sealed Envelope 2 Investment and Availability Payment Proposal PART 3 Operation and Maintenance Re-Measurement Cost

The Bidder shall fill a discount in percentage (%) and add up the total amount of each item by multiplying the given quantity and unit rate with the Bidder’s proposed percentage discount

65 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Bid Proposals

Sealed Envelope 2 Investment and Availability Payment Proposal

For the submission of proposal in PART 4, the Bidder is required to prepare:

Table 1 Total Construction Cost PART 4 Table 2 Breakdown of Loan Repayment & Interest for Construction AVAILABILITY PAYMENT, Table 3 Total Operation and Maintenance Lump Sum and Re- EVALUATION Measurement Cost APPROACH, AND PAYMENT Table 4 Availability Payment (AP) MECHANISM Table 5 Financial Projection: Financial Statement, Free Cashflow, Investment Return, and Financial Ratio Analysis Annex 1 Total Availability Payment and Total PV of Availability Payment

66 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. PART 4: Availability Payment (AP)

Sealed Envelope 2 Investment and Availability Payment Proposal PART 4

TABLE 1: TABLE 2: TABLE 3: TOTAL CONSTRUCTION COST LOAN REPAYMENT & INTEREST TOTAL O&M COST • Carry forward total cost from • Breakdown loan repayment • Carry forward total costs from Part 1 and financial cost Part 2&3 • Estimate all financial Cost • Propose interest rate in form • Propose margin of O&M • Propose the repayment period of [MLR –x%] , MLR is Lumpsum and adjust with (during 20 – 30 years) assumed at 6.250% inflation as per instruction • Calculate the yearly Average • Calculate the Interest expense provided Total Construction Cost before for each year • Calculate yearly O&M Cost Interest Expense during 30 operating years

TABLE 4: AVAILABILITY PAYMENT

• Include VAT and find yearly amount of Availability Payment (AP)* • Calculate present value of AP each year base on discount rate of 4% • Sort for the lowest present value of AP to identify the Lowest Evaluated Bidder

Remark : Proposed AP by the Bidder shall be used for the evaluation purpose only, actual payment is subject to payment mechanism provided by DOH. 67 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Revised Table 1: Total Construction Cost

Sealed Envelope 2 Investment and Availability Payment Proposal PART 4 Table 1: Total Construction Cost (Unit: Million Baht) 1) Fill in the construction Cost for each item carried forward from Part 1 of Pricing Document

1 2) Propose Financial Fee for Construction which shall not exceed 2 % of Construction Cost 2 (Fee shall not include Interest Expense) 3) Fill in the total amount of Interest Expense for Construction carried forward from Table 2 3 4) The Bidder is required to propose Repayment Period between 20 and 30 years 4 5 5) Calculate Average Total construction Cost before Interest Expense Repayment in each year

Remarks: The number of years and the amount of Construction Cost before Interest Expense is an important part of the agreement 68 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Revised Table 2: Breakdown Loan & Interest

Sealed Envelope 2 Investment and Availability Payment Proposal PART 4 Table 2: Breakdown of Loan Repayment & Interest for Construction Cost (Unit: Million Baht) 1

*Interest Rate for Construction Cost per (+/-) [XX.XXX] % 1) Propose spread over floating interest Year = MLR (6.250%) rate term. The reference Minimum Beginning Loan Ending Loan Interest Loan Rate (“MLR”) is assumed to be 2 Year Loan Repayment Amount Expense* Amount 6.250% (for works in phase 1 only) 0 3 2) Fill in expected terms of loan facility 1 as shown in the table 2 3) Calculate Interest Expense on yearly 3 basis 4 5 ...... 30 Total Interest Expenses for Construction * MLR = 6.250% as for Reference Rate only

Remarks: Proposed Interest Rate and expected term of facilities is an important part of the agreement 69 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Table 3: Total O&M Cost

Sealed Envelope 2 Investment and Availability Payment Proposal PART 4 Table 3: Total Operation and Maintenance Lump Sum and Re-Measurement Cost (Unit: Million Baht)

Details 1 2 3 4 5 ... … 26 27 28 29 30 1 Operation Cost 1 A 1. Manpower Cost A 2. Utilities Cost A 3. Administration Cost 2 Maintenance Cost B 1. System Maintenance Cost B 2. Civil Work Maintenance Cost B 3. Building Maintenance Cost

3 Financial Cost from Operation and Maintenance Activities

Total Operation and Maintenance Cost before Margin 4 – (1+2+3) 5 Margin on Operation and Maintenance Activities (%) 2 6 Margin on Operation and Maintenance Lump Sum Activities (4 × 5)

Total Operation and Maintenance Cost per year before Inflation 7 Adjustment ( (4) + (6) ) 3

1) Fill in O&M Lum sum cost in each item for 30 years carried forward from PART 2

2) Propose Margin on Expense (%)

3) Calculating O&M Lump Sum Cost after including Margin on Expense 70 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Revised Table 3: O&M Cost

Sealed Envelope 2 Investment and Availability Payment Proposal PART 4

Table 3: Total Operation and Maintenance Lump Sum and Re-Measurement Cost (Unit: Million Baht)

No. of Period period 1 … period 6

Average Total Operation and Maintenance Lump Sum Cost before 4 8 … Inflation Adjustment of each 5 - year period

Average Total Operation and Maintenance Lump Sum Cost per Year 9 before Inflation Adjustment

5 10 Total Operation and Maintenance Lump Sum Cost

Total Operation and Maintenance Re-Measurement Cost 11 6 (From Part3 )

4) Calculate Average Total O&M Lump Sum Cost of each 5-year to avoid the fluctuation number during the period

5) Calculate Total O&M Cost per Year after Inflation under the assumption that DOH will adjust inflation by the weight of 25% of Total O&M as the following formula ( assumed inflation to be 2% per year for reference)

6) Fill in the total amount of O&M Remeasurement carried forward from PART 3 of Pricing Document

Remarks: Average Total O&M before inflation adjustment is an important part of the agreement 71 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Table 4: Availability Payment

Sealed Envelope 2 Investment and Availability Payment Proposal PART 4

Table 4: Availability Payment

Year Average Total Interest Construction Operation & Operation & Availability VAT Availability PV PV of Construction Expense for Repayment Maintenance Maintenance Payment 7% Payment Factors Availability Cost before Construction Lump Sum Re- before VAT Payment Interest Payment Measurement 7% Expense Payment (1) (2) (3) (4) (5) (6) (7) (8) (9) (10) = = = = (1+2) (3+4+5) (6+7) (8x9)

0 1.000 C1 0.962 C2 3 0.925 C3 1 2 4 0.889 1 0.855 2 0.822 3 0.790 4 0.760

1) Fill in Construction Cost 2) Fill in O&M for Lump Sum in 4) Calculate the amount of VAT and interest expense in each year by assuming VAT at 7% each year 3) Fill in O&M for Re- Measurement at year 0

72 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Table 4: Availability Payment

Sealed Envelope 2 Investment and Availability Payment Proposal PART 4

Table 4: Availability Payment

Year Average Total Interest Construction Operation & Operation & Availability VAT Availability PV PV of Construction Expense for Repayment Maintenance Maintenance Payment 7% Payment Factors Availability Cost before Construction Lump Sum Re- before VAT Payment Interest Payment Measurement 7% Expense Payment (1) (2) (3) (4) (5) (6) (7) (8) (9) (10) = = = = (1+2) (3+4+5) (6+7) 5 (8x9) 0 1.000 C1 0.962 C2 0.925 C3 0.889 1 0.855 2 0.822 3 0.790 4 0.760 .. .. 30 0.274 6 Total Present Value Availability Payment 5) PV Factor is based on discount rate of 4% in the calculation to find PV of AP in each year 6) By multiplying 8) and 9) is to find the amount of PV of AP for each year and the Bidder who proposes the lowest PV of Availability Payment (30 years) will be considered as the Lowest Evaluated Bidder

Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Business and Financial Plan

Sealed Envelope 2 Investment and Availability Payment Proposal PART 4

• The Bidder shall prepare estimation and analysis of the future traffic demand relating to the structure of toll rate and toll rate adjustment Traffic Demand Forecast provided by the DOH as the analysis assumptions up to the end of contract period.

• The Bidder is required to fill in the income Statement, Statement of Financial Statement Cashflow, and Statement of financial Position throughout Design and Construction Period, and Operation and Maintenance Period.

• The Bidder shall prepare Free Cash Flow to Firm (FCFF), Free Cash Flow Free Cashflow, to Equity (FCFE), Project IRR, Project NPV, Equity IRR, Equity NPV, Investment Return, and Project Payback Period, and Equity Payback Period, and Financial Ratio Financial Ratio Analysis.

74 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Revised Bid Proposals

Sealed Envelope 3 Other Proposals

The bidder may propose other proposals that it thinks will benefit the DOH’s service and operation, for example, a proposal that promotes an increase of the motorway users in Electronic Toll Collection System, including other proposals like an increase of toll payment channels for non-cash Manual Toll Collection System, an installation of the Single-Lane Free Flow or Multi-Lane Free Flow Toll Collection System at the exit toll lanes, etc.

The DOH reserves the right to determine whether Envelope 3 shall be considered. In case of consideration, only the Envelope 3 of the Preferred Bidder shall be considered.

75 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. PART 2 . Tender Instruction  Site Visit Schedule . Q&A

76 April 5th, 2019 07.30 Register at meeting point Schedule 08.00 Site visit overview presentation 08.30 Head to the 1st site 10.30 Arrive at the 1st site 11.30 Arrive at the 2nd site 12.30 Lunch 13.30 Arrive at the 3rd site 15.30 Arrive at the 4th site 19.00 Return to meeting point

Site visit map 77 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. PART 2 . Tender Instruction . Site Visit Schedule  Q&A

78 Query Form

Volume 1 Instructions to Bidders Appendix D - Query Form 1. If the bidder has any enquiries regarding to the RFP documents, please fill up to this form within 10 May, 2019 2. Submit an enquiry to DOH:  The Department of Highways (Bureau of Planning) 2/486 Si Ayutthaya Road, Thung Phaya Thai, Ratchathewi, Bangkok 10400 and;  “WORD and PDF file” via Email [email protected] 79 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Electronic Data Room

1. The DOH will upload the documents as following :  RFP Documents  Query (from bidder)  Clarification  Addendum  Other Information 2. The notification of upload document will be send to bidder automatically.

80 Note: The Department of Highways makes no warranty and shall have no liability for the accuracy of the information. Q&A

website : www.doh-motorway.com

81