tt,rjl \ ' ,--) ''" ,l National Highway Authority

FR{$r"un*,vwt$w*u"r'$Yg

REQUESTFOR PROPOSAL

FOK

DETAILED DESIGN trOR DIIALIZATION OF KIJTJZDAR_ SECTIOI\ OF N-25ALONG WITH THE TECHF{ICAI, STUDY & DETAIL DESIGI\ OF ALTERI{ATIVE ROUTE AT LAKPASS & TUI\NEL AT KHOJAK BYPASS

June, 2016

I 'l'cohnical l)ctailcdl)csign lbt Dualizal.ionol' - ChamanScction of' N-25 Along With the Study& DctailDcsign ol' r\lLclnatir,el{outc at l-akpess&'l'unncl at Khojah l}y'pass Tableof Contents

DESCRIPTION PAGE NO.

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the TechnicalStudy & Detail Designof AlternativeRoute at Lakpass& Tunnelat KhojakBypass APPENDIX (D

GOVERNMENT OF PAKISTAII NATIONAL HIGHWAY AUTHORITY 27-MareArea. G-9/1. PostBox No. 120i, Dated the Ref No.

LETTER OF INVITATION (LOD

To, All prospectiveconsultants

Gentlemen!

We extendwarm welcometo you and invite you for participatingin this project. We hopethat you will live up to your reputationand provideus accurateinformation so that the evaluationis carriedout 'Just and transparent".Please understand that the contentsof this RFP, whereapplicable, shall be deemedpart of the contractagreement. An exampleto this affectcan be the contentsof your work plan and methodologywhich you shall be submittingin your technical proposal.Since that is the basisof the selection,therefore, it shall becomepart of the contract agreementsubject to approval/revisionsof the sameby NHA duringthe negotiations.Similarly, all other servicesand the content contributingto servicesshall be deemedpart of the contract agreementunless it is specifiedfor any particularitem up-frontin your technicalproposal which obviouslywill makeyour proposala conditionalproposal whereby, authorizing NHA to may or may not considerto evaluateyour proposal.Please understand that if no suchmention appears up- front (i.e.on front pageof technicalproposal) then it shallbe deemedthat the consultantis in 100% agreementto the above.You arealso advised to kindly readthe RFPthoroughly as it candrastically affectthe pricestructure for variousservices which may not be appearingdirectly in the termsof reference.In the end,we appreciateyour participationand hope that you will feeda goodproposal to meritconsideration bv NHA. t. INTRODUCTION

1.1 You arehereby invited to submita technicaland afrnancial proposal for consultingservices requiredfor the assignmentnamed in the attachedLOI Data Sheet(referred to as "Data Sheet"hereafter) annexed with this letter. Your proposalcould form the basisfor future negotiationsand ultimately a Contractbetween your firm andthe Client namedin the Data Sheet. t.2 A brief descriptionof the assignmentand its objectivesare given in the Data Sheet. Detailsare providedin the attachedRFP for designservices provided in the Documents, andwill becomepart of agreementsubsequently.

1.3 The assignrnentshall be implernentedin accordancewith the phasingspecifiedin the DataSheet. r.4 The Client has beenentrusted the duty to implementthe Projectas ExecutingAgency by Governmentof (GoP) and funds for theproject shall be arrangedby the Client. 1.5 To obtain first-handinformation on the assignmentand on the locai conditions,you are

- DetaileclDesign for Dualization of Khuzclar Chaman Section qf \115 {tqng With the Technical Study & Detail Design of : " . Alterrrativel{oute al. Lakpass & Tunnelat KhojakBypass .. .': .: , encouragedto pay a visit to the Client before submittinga proposaland attenda pre- proposalconference if specifiedin the Data Sheet. Your representativeshall meet the namedofficials on the dateand time specifiedin the Data Sheet. Pleaseensure that these officials are advisedof the visit in advanceto allow adequatetime for them to make appropriatearrangements. You mustfully informyourself of localconditions and take them into accountin preparingyour proposal. t.6 The Client shall providethe inputsspecified in the Data Sheet,assist the Consultantsin obtaininglicenses and permits needed to carryout the services,and make available relevant projectdata and reports. t.7 Pleasenote that:

i. The costof preparingthe proposaland of negotiatingthe Contract,including a visit to the Client,are not reimbursableas a directcost of the Assignment,and

ii. The Clientis not boundto acceptany of the proposalssubmitted. i.8 The namesof the invitedconsultants are given in the DataSheet.

1.9 We wish to remindyou that in orderto avoid conflicts of interest:

a. Any firm providing goods, works, or serviceswith which you are affiliated or associatedis not eligibleto participatein bidding for any goods,works, or services (otherthan the servicesand any continuation thereof) resulting from or associatedwith the projectof whichthis assignmentforms a part;and

b. Any previousor ongoingparticipation in relationwith the projectby your firm, its professionalstaff, its affiliatesor associatesunder a Contractmay result in rejectionof your proposal.You shouldclarify your situationin that respectwith the Clientbefore preparingthe proposal.

) DOCUMENTS

)1 To preparea proposal,please use the Documentsspecified in the DataSheet.

2.2 Consultantsrequiring a clarificationof the Documentsmust notify the Client, in writing, not laterthan twenty one (21) daysbefore the proposalsubmission date. Any requestfor clarificationin writing, or by cable,telex or tele-faxshall be sentto the Client's address specifiedin the Data Sheet, The Client shall respondby cable,telex or tele-faxto such requestsand copies of theresponse shall be sentto all invitedConsultants.

At any time beforethe submissionof proposals,the Clientmay, for any reason,whether at its own initiativeor in responseto a clarificationrequested by an invitedconsulting firm, modify the Documentsby amendment.The amendmentshall be sentin writingor by cable, telexor tele-faxto all invitedconsulting firms andwill be bindingon them. The Clientrnay at its discretionextend the deadlinesfor the submissionof proposals.

3" PREPARATION OF PROPOSAL It will consistof two parts- Technicaland Financial

3.1 TechnicalProposal

lN,., " 1

Detailed Design for Dualization of Khuzdar - Chaman Seetion'of N-25 Along With the Technical Study & Detail Design of ,, ' AlternativeRoute at Lakpass& Tunnel at Khojak Bypass .:,:i,tl: ,. 3.1.1 The TechnicalProposal should be submittedusing the format specifiedand shall include duly signedand stampedforms appendedwith the RFP.This is a mandatoryrequirement for evaluationof proposalsand needs to be filled up carefully.

3.L2 For TechnicalProposal, the generalapproach and methodologywhich you proposefor carryingout the servicescovered in the TOR, includingsuch detailed information as you deemrelevant, together with your appreciationof the Projectfrom provideddetails and

a. A detailedoverall work programto be providedwith timing of the assignmentof eachexpert or otherstaff memberassigned to the project.This will alsoprovide the Clientan opportunityto effectivelymonitor work progress.

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

Clear descriptionof the responsibilitiesof each expert staff memberwithin the overallwork program.

d. The Curriculum Vitae (CV) of all Key Staff membersand an affidavit that proposed staff shall be availablefor the assignmentduring the project durationand their presentplace of duty may alsobe specified.The Consultantsare advised to suggest suchnames that shallbe availablefor the Assignment.

The technicalproposal shall include duly filled in formsprovided with this RFP. The name,background and professional experience of eachexpert staff memberto be assignedto the project,with particularreference to his experienceof work of a naturesimilar to thatof theproposed assignment.

Current commitments and past performanceare the basic criteria of technicaL proposal.You arerequired to providethe detailsof presentcommitments/on- going jobs as referredin the Form A-10 of technicalproposal. Further, the basisfor the pastperformance is the reportfrom DesignSection and ConstructionWing of the Client.

3.1.3 In preparingthe technicalproposal, you areexpected to examineall termsand instructions includedin the Documents.Failure to provideall requestedinformation shall be at your own risk andmay resultadversely in the scoringof your proposal.The proposalshould be preparedas per RFP and any suggestionor review of staff etc. shouldbe clearly speltout in form A-4. This will be discussedat thetime of nesotiationmeeting as and when called.

3.1.4 During preparationof the technicalproposal, you mustglve particular attention to the followine:

A The Firm needsto be registeredwith PakistanEngineering Cor.rncil (PEC).

b. If you considerthat your firm doesnot haveall the expertisefor the assignmentyou may obtaina full rangeof experienceby associatingwith otherfirms or entities.You may alsoutilize the servicesof expatriateexperts but only to the extentfor which the requisiteexpertise is not availablein any Pakistanifirm. You may not associatewith the otherfirms invitedfor this assignmentunless specified in the DataSheet. In caseof Joint Venture, the proposalshould state clearly partners will be "Jointly and Severally"responsible for performanceunder the Contractand one partnerwill be "solely" responsiblefor all dealingswith the Clienton behalfof the JointVenture. His "special Power of Attorney" on this accountis to be enclosed.JV will be got 5 Detailed Design for Dr.ralizationof Khuzdar'- Chaman $ecliorr..OfN-25 Along With the Technical Study & Detail Design ol AlternativeRoute at Lakpass& Tumrelat KhojakBypass " ',' ' registeredby PEC. Lead partnershall retainfull and undividedresponsibility for the performanceof obligationsand satisfactorycompletion of the consultancyservices works.A copy of joint ventureagreement to be providedat the time of finalizingthe contractdocuments with specificresponsibilities and assignmentsto be lookedafter by eachpartner.

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

d. The key professionalstaff proposedshall be permanentemployees of the firm unless otherwisespecified in the Data Sheet.The minimum stay with the firm for such personsis Six months.No alternativeto key professionalstaff may be proposedand only oneCV maybe submittedfor eachposition. The minimumrequired experience of proposedKey Staffis specifiedin theData Sheet.

e. The trainingshall be irnpartedduring the currencyof the contractif specifiedin the DataSheet.

3.1.5 The technicalproposal shall not include any financial information. The Consultant's comments,if any, on the data, servicesand facilitiesto be providedby the Client and specifiedin the TOR shallbe includedin thetechnical proposal.

3.2 Financial Proposal

3.2.1 The financialproposal should be submittedusing the format specifiedand enclosedwith this RFP. This is a mandatoryrequirement for evaluationof proposalsand needsto be filled up carefully.The total costis to be specifiedin the FormA-17.

3.2.2 The financialproposal should list the costsassociated with the Assignment.These normally cover remunerationfor staff in the field and at headquarters,per diem, housing, transportationfor mobilizationand demobilization, services and equipment (vehicles, office equipmentfurniture and supplies), printing of documents,surveys and investigations, These costsshould be brokeninto foreign(if applicable)and local costs.Your financialproposal shouldbe preparedusing the formatsattached as forms A-11 to A^I7.

3.2.3 The financialproposal shall also take into accountthe professionalliability as provided underthe relevantPEC Bye-Laws and cost of insurancesspecified in the DataSheet.

3.2.4 Costsmay be expressedin currency(s) listedin the DataSheet.

3.2,5 The evaluation committee will correct any cornputationalerrors. When correcting computationalerrors, in caseof discrepancybetween a partialamount and the total amount, or betweenword and figuresthe formerswill prevail.In additionto the abovecorrections, activitiesand itemsdescribed in the TechnicalProposals but not priced,in the Financial . Proposalsshall be assumedto be includedin the pricesof otheractivities or items.In case . an activity or item is quantifiedin the FinancialProposal differently from the Technical t' Proposal,the evaluationcommittee shall correct the quantificationspecified in the Financial ,yj , Proposalso asto makeit consistentwith thatspecified in theTechnical Proposal.

4. SUBMISSIONOF PROPOSALS

Detailed Design for Dualization of Khuzdar'- Chaman Section of N-25 Along With the Technical Study & Detail Design of AltemativeRoute at Lakpass& Tunnel at Klojak Bypass 4.r You shallsubmit one original technical proposal and one original financial proposal and the numberof copiesof eachspecified in the Data Sheet.Each proposal shall be in a separate envelopeindicating original or copy,as appropriate.All technicalproposals shall be placed in an envelopeclearly marked"Technical Proposal" and the financial proposalsin the one marked"Financial Proposal".These two envelops,in turn, shall be sealedin an outer envelopebearing the addressand informationspecified in the Data Sheet.The envelope shall be clearly marked, "DO NOT OPEN, EXCEPT IN PRESENCE OF THE EVALUATION COMMITTEE."

4.2 In the event of any discrepancybetween the copiesof the proposal,the original shall govern.The original and each copy of the technicaland financial proposalsshall be preparedin indelibleink and shallbe signedby the authorizedConsultant's representative. The representative'sauthorization shall be confirmedby a written power of attorney accompanyingthe proposals.All pagesof the technicaland financialproposals shall be initialedby the personor personssigning the proposal.

+.3 The proposalshall containno interlineationsor overwritingexcept as necessaryto correct errorsmade by the Consultantsthemselves. Any suchcorrections shall be initialedby the personor personssigning the proposal.

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

4.5 The proposalsshall be valid for the numberof daysstated in the DataSheet frorn the dateof its submission.During this period,you shallkeep available the professionalstaff proposed for the assignment.The Client shall make its besteffort to completenegotiations at the locationstated in the DataSheet within this period.

PROPOSAL EVALUATION

5.1 A Single-Stage-Two-Envelopeprocedures shall be adoptedin rankingof the proposals.The technicalevaluation shall be carriedout first, followed by the financialevaluation. The Consultantsshall be rankedusins a combinedtechnical/financial score.

5.2 TechnicalProposal

5.2.1 The evaluationcommittee appointed bythe Client shallcarry out its evaluationfor all the projectsas listedin Para1.1, applying the evaluationcriteria and point systemspecified in the Data Sheet.Each responsiveproposal shall be given a technicalscore: St. The Consultantsscoring less than seventy(70) percentpoints shall be rejectedand their financialproposals returned un-opened.

5.3 FinancialProposal 5.3.1 The financial proposalsof the three top-rankingqualifying Consultantson the basisof evaluationof technicalproposals shall be openedin the presenceof the representativesof theseConsultants, who shallbe invitedfor the occasionand who careto attend.The Client shallinform the date,time andaddress for openingof financialproposals as specified in the Data Sheet.The total cost and major componentsof each proposalshall be publicly announcedto the attendingrepresentatives of the firms.

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along.With the TechnicalStudy & Detail Designof AlternativeRouteatLakpass&TrrnnelatKhojakBypass ,:&' 5.3.2 The evaluationcommittee shall determine whether the financialproposals are complete and withoutcomputational errors. The lowestfinancial proposal (Fm) amongall shallbe givena financialscore: Sf of 1000points. The financialscores of the proposalsshall be computed asfollows: S/: (1000x Fm)/F (F : amountof specificfinancial proposal)

5.3.3 Proposals,in the Quality Cum Cost Based Selection(QCBS) shall finally be ranked accordingto their combinedtechnical (St) and financial (S) scoresusing the weights(T- the weightgiven to the technicalproposal, P : the weight givento the financialproposal, and T+P:1) statedin the DataSheet:

S:StxT%+SfxP%

6. NEGOTIATION

6.1 Priorto the expirationof proposalvalidity, the Clientshall notify the successfulConsultant who submittedthe highestranking proposal in writing, by registeredletter, cable telex or facsirnileand invite it to neeotiatethe Contract.

6.2 Negotiationsnormally take from two to five days.The aim is to reachagreement on all pointsand initial a draftcontract by theconclusion of negotiations.

6.3 Negotiationsshall commencewith a discussionof your technicalproposal. The proposed methodology,work plan, staffingand any suggestionsyou may havemade to improvethe TOR. Agreementshall then be reachedon the final TOR, the staffing, and the bar charts, which shall indicateactivities, staff, and periodsin the field and in the homeoffice, staff months,logistics and reporting.

6.4 Changesagreed upon shallthen be reflectedin the financialproposal, using proposed unit rates(no negotiationof the staffmonth rates).

6.5 Havingselected Consultants on the basisof amongother things, an evaluationof proposed key professionalstaff, the Client expectsto negotiatea contract on the basisof the staff namedin the proposal.Prior to contractnegotiations, the Client shall requireassurances that the staff memberswill be actuallyavailable. The Client shall not considersubstitutions of key staff exceptin casesof un-expecteddelays in the startingdate or incapacityof key professionalstaff for reasonsof health.

6.6 The negotiationsshall be concludedwith a reviewof the draft form of the contract.The Client and the Consultantsshall finalize the contract to conclude negotiations.If negotiationsfail, the Client shall invite the Consultantsthat receivedthe secondhighest scorein rankingto Contractnegotiations. The procedurewill continuewith the third in case thenegotiation process is not successfulwith thesecond ranked consultants.

1 AWARD OF CONTRACT

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 r Consultantsthat their proposalshave not beenselected. // /gA 1/ / /'7 8 ' Detailed Design for Dualization of Khuzdar - Chaman Section of N-25 Along With the Technical Study & Detail Design of AlternativeRoute at Lakpass& Tunnel at Khojak Bypass l

7.2 The selectedConsultant is expectedto commence the assisnment on the date and at the locationspecified in the DataSheet.

8. CONFIRMATION OF RECEIPT

8.1 Pleaseinform the Clientby telex/facsimilecourier or anyother means:

(i) Thatyou receivedthe letterof invitation; (ii) Whetheryou will submita proposal;and (iii) If youplan to submita proposal,when and how you willtransmitit.

GeneralManager (P&CA) NationalHighway Authority Ministry of Communications Governmentof Pakistan 28-MauveArea, G-911, Islamabad E-mail: [email protected] Website:www.nha. gov.pk Telephone : +92-5 | -90327 27 Fax:+92-51-9260419

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the TechnicalStudy & Detail Designof AlternativeRor.rte at Lakpass& Tunnel at Khojak Bypass DATA SHEET

LOI CIause DESCRIPTION OF CLAUSE No. 1.1 The name of Assignmentis:- ConsultancyServices for "Detailed Design for Dualizationof Khuzdar- ChamanSection of N-25Along With the Technical Study & Detail Designof Alternative Route at Lakpass& Tunnel at Khojak Bypass". TheClient's Name is:- National Highway Authority

r.2 The descriptionand the objectivesof the assignmentare: As per TOR

1.3 Phasingof theAssignment (if any): Nil

The consultant shall commencethe assignmentupon signing of contract Agreementbetween NFIA andthe successfulConsultant.

1.5 Pre-ProposalConference: Yes V- No

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

GeneralManager (P&CA) NationalHighway Authority 28,Mauve Area, G-9l1 Islamabad

Date,Time andVenue for Pre-proposalConference:

Date: 2l't June"2016 Time: ll00 hours Venue:NHA Auditorium (HQ) NationalHighway Authority I 28, Mauve Area,G-917 \." lslarnabad.

1.6 TheClient shall provide the following inputs: As per TOR and AppendixD.

r.7 Followingsub-clauses are added:

iii. The Consultantmay pleasenote not to suggestnames of key staff already proposedin other proposalswith the Client or awardedrecently. This will affectadversely marking of theseprofessionals in evaluationof the technical proposal.Their securedpoints are liableto be reducedby 50% if their name appearsin morethan I previousproposal in whichthey are ranked No.1. Also the existingload of work with a firm shallbe consideredas one of the factors for the considerationin the awardof the work.

10 Detailed Design for Dualization of Khuzdar - ChamanSection of N-25 Along With the Technical Study & Detail Design of AlternativeRoute at Lakpass& Tunnel at Khojak Bypass iv. Form A-4 is meantfor commentson provisioncontained in RFP andTerms of Reference(TOR) and unlessthe observationsare notedin this particular form, anything written elsewhere on this account including financial implications,if any,shall be consideredof no consequencein the evaluation process.

1.8 The InvitedConsultants / Eligible Consultants are:

Any firm meetingthe followingrequirements:

(a) Valid RegistrationCerlificate of PakistanEngineering Council.

(b) Affidavit in originalbearing the subjectwith projectname on stamppaper duly affestedby the OathCommissioner to the effect that the firm hasneither beenblacklisted nor any contractrescinded in the pastfor non-fulfillment of contractualobligations (By all paftnerfirms in caseof JV, associationand/or sub-consultant).

(c) Facilitiesavailable with the Consultantto performtheir functionseffectively (properoffice premises,software, hardware, record keeping etc.)

(d) Client's satisfactioncertificates (Performance Reports) for the last three relevantassignments from the respectiveClients. Moreover any adverse reportregarding performance of Consultanton NHA projectsreceived from NHA's any relevantquarter may becomebasis for its disqualificationfrom theservices above named in clause1.1. Man-monthsof staffand Project Duration as per TOR.

2.1 The Documents are: . :.', (a) Letter of Invitation (LOI). (b) LOI DataSheet" , ,,, ,{ntr. , (c) TechnicalProposalForms. '/ / (d) FinancialProposal Forms : : (e) Appendix- A: TOR andBackground Information .:' ' i :t: (0 Appendix- B: Man-Monthsand Activity Schedule (g) Appendix- C: Client'sRequirements from the Consultant. (h) Appendix - D: PersonnelEquipment, Facilities and Other Servicesto be Providedby theClient. (i) Appendix - E: Copy of Model Agreement/Draft Form of Contract& Appendicesetc. 0) Form of Contract(For Consultantsto perform servicesas a Joint Venture)

2.2 The words "Twenty one (21)" is deletedin its entiretyand replacedwith "Five (0s)"

The addressfor seekinsclarification is:

ll Detailed Design for Dualization of Khuzdar - Chaman Section of N-25 Along With the Technical Study & Detail Design of AlternativeRoute at Lakpass& Tunnel at Khojak Bypass V GeneralManager (P&CA) NationalHighway Authority 28, MauveArea, G-9/1, Islamabad E-rnail: gmpc a.nha@gmai l.com

3.1.1 Add following:

The proposalsshould be bound in the hard book binding form to deny the possibilityof removalor additionof page(s).All the pagesof proposalmust be signedand stampedin originalby authorizedrepresentative of the firm/JV. All the pagesmust be numberedstarting from first pageto last.Any proposalfound not adheringto theserequirements will be reiectedat the time opening.

3.r.4 b. Followingline in this Parais deletedin its entirety:

"You may not associatewith the otherfirms invitedfor this assignmentunless specifiedin the DataSheet."

d. Proposedkey staff shallprefbrably be permanentemployees who areemployed with the consultantsat leastsix monthsprior to submissionof Proposal.

Yes -r/- No - The minimumrequired experience of proposedKey staff is givenbelow: FOR KEY STAFF Team Leader Minimum B.Sc.(Civil Engineering)with minimum20 years relevantexperience (proven fifteen (15) years' experienceas Team Leader on major NationalHighways projects)preferably M.Sc. (Transportation Engineering) with minimurn 18 years relevant experience(proven thirteen (13) years' experienceas Team Leader on majorNational Highways projects). He shouldalso have performedas TeamLeader for at leastfive (05) major HighwayDesign projects in the lastten (10)years.

Sr. Structure Minimum B.Sc. (Civil Engineering)with minimum 20 Engineer years relevantexperience (proven fifteen (15) years' experienceas Sr. StructureEngineer in Designof major bridge and highways projects) preferably M.Sc. (StructureEngineering) with minimum 18years relevant experience(proven thirteen (13) years' experienceas Sr. StructureEngineer in Designof major bridgeand highwayprojects).

StructureEngineer Minimum B.Sc. (Civil Engineering)with minimum 18 yearsrelevant experience (proven thirteen (13) years' experienceas StructureEngineer in Design of major bridge and highways projects) preferably M.Sc.

:l : ! (StructureEnsineerins) with minimum 15years relevant ii '' i '\"-"'t: \' la IL t\ - Design of Detailed Design for Dualization of Khuzdar Chaman Section of N-25 Along With the Technical Study & Detail 't .,:: Alternative Route at Lakpass & Tunnel at Khojak Bypass experience(proven ten (10) years'experience as StructureEngineer in Design of major bridge and highwayprojects);

Highway & Tunnel Minimum B.Sc. Civil Engineering with major in SafetyEngineer Highway and Tunnel Safety OSHA guidelineswith minimum 18 yearsrelevant experience (proven thirteen (13) years experienceas Highway and Tunnel Safety Engineeron Design of major Highways and Tunnel projects;

Tunnel Engineer Minimum M.Sc. Structure Engineering/Tunnel Engineeringwith major in Tunnel SystemDesign with minimum 18 yearsrelevant experience (proven thirteen (13) yearsexperience as TunnelEngineer in Designof major Highway and Tunnel projects,preferably PhD in Structure Engineering/Tunnel Engineering) with minimum 13 yearsrelevant experience (proven ten (10) yearsexperience as Tunnel Engineer in Designof major Highwaysand Tunnel projects;

TrafficlPavement Minimum B.Sc. (Civil Engineering/Transportation Engineer Engineering) with minimum 20 years relevant experience(proven fifteen (15) years' experienceas Traffic/Pavement Engineer in Design of major Highways projects), preferably M.Sc. (Transportation Engineering) with minimum 18 years relevant experience(proven thirteen (13) years' experienceas Traffic/Pavement Engineer in Design of rrajor Highwaysprojects);

Material Engineer Minimum M.Sc. Geology with minimum 18 years relevant experience (proven thirteen (13) years experienceas Material Engineerin Design of major Highwayand Bridge projects);

EM Engineer Minimum (B.Sc. ElectricalEngineering / Mechanical Engineering) with minimum 20 years relevant experienceproven fifteen (15) years relevant experience (Electrical and Mechanical support to mega infrastructureprojects) as Electrical EngineeringI MechanicalEngineering on Designof major Highway and Tunnel projects) preferably M.Sc. Electrical Engineering/ MechanicalEngineering) with minimum 18 yearsrelevant experience proven fifteen (13) years experience(Electrical and Mechanicalsupport to mega infrastructureprojects) as Electrical EngineeringI MechanicalEngineering on Designof major Highway andTunnel projects);

Geo-Tech Engineer Minimum (B.Sc Civil Engineering/ B.Sc. Geo-Tech Engineering) with minimum 20 years relevant experience(proven fifteen (i5) years experienceas

Detailed Design for Dualization of Khuzdar - Chaman Section of N-25 Along With the Technical Study & Detail Design of AlternativeRoute at Lakpass& -unnel at Khojak Bypass GeotechnicalEngineer in Designof major Highwayand Bridge projects) preferably M.Sc. Geo-Tech Engineering with minimum l8 years relevant experience(proven thirteen (13) years experienceas GeotechnicalEngineer in Design of major Highway andBridge projects);

Minirnum (B.Sc. Geology)with minimum 20 years relevant experience (proven fifteen (15) years experienceas Geologistin Design of major Highway and Bridge projects)preferably M.Sc. Geology with minimum 18 yearsrelevant experience (proven thirteen (13) yearsexperience as Geologistin Designof major Highwayand Bridge projects);

ContractEngineer Minimum B.Sc. in (Civil Engineering, Contracts, Procurementor Management)with minimum 20 years relevant experience (proven fifteen (15) years experienceas ContractEngineer in design of major Highwaysand Bridgesprojects, preferablyM.Sc. in (Civil Engineering, Contracts, Procurement or Management) with minimum 18 yearsrelevant (proven thirteen(13) yearsexperience as ContractEngineer in designof majorHighways and Bridges projects.

Quantity Surveyor Minimum B.Sc.(Civil Engineering)with rninirnum15 years relevant experience(proven ten (10) years experienceas Quantity Surveyorin design of major Highwaysand Bridgesprojects) or DAE-Civil with 3 years diploma course from Board of Technical Educations' recognizedinstitute with 20 years of relevant experience (proven eighteen (18) years' experienceas Quantity Surveyorin design of major Highwaysand Bridges projects). Chief Surveyor MinimumB.Sc. (Civil Engineering)with minimuml5 years relevant experience(proven ten (10) years experienceas Chief Surveyor in design of major Highway and Bridge projects)or DAE Civil 3 years diploma coursefrom Board of TechnicalEducations' recognizedinstitute with 20 yearsof relevantexperience (proven eighteen (18) years experienceas Chief Surveyor in design of major Highway and Bridge

GIS Expert Minimum M.Sc. GIS with minimum 18 yearsrelevant experience(proven thirteen (13) years experienceas GIS Expert in Designof major Highway and Bridges projects).

EIA Expert Minimum B.Sc. (Civil Engineering /Environmental Engineering) with minimum 20 years relevant experience(proven fifteen (15) yearsexperience as EIA in Desisn of m Hishway and Bri

Detailed Design for Dualization of Khuzdar - Chaman Section of N-25 Along With the Technical Study & Designof AlternativeRoute at Lakpass& Tunnel at Khojak Bypass projects)preferably M.Sc. EnvironmentalEngineering with minimum 18 years relevantexperience (proven thirteen(13) yearsexperience as EIA Expertin Design of majorHighway and Bridges projects).

Note: The Consultants are advised to submit undated CV's strictlY in compliancewith the format of CVs sivenin TechnicalProposal Form A-5. CVs submittedwithout regard to the saidformat mav scorelow.

Trainingis an importantfeature of this Assignment:

Yes { No

If Yes,details of trainingare given in TOR

3.2.1 fhe last line of this Parais deletedin its entiretyand replacedwith following:

The total cost is to be specifiedin the Form A-17 and accordinglyalso in Form A-11

3.2.3 Professionalliability, insurances(description or reference to appropriate documentation):

i. The Consultantsshall be responsiblefor ProfessionalIndemnity Bond of the requiredamount at theirown cost.This bond shallbe in the joint nameof Consultantand the Client.

ii. The Consultantsare required to insuretheir Employees and Professionals for Hospitalization/Medical, Travel andAccident Cover for the durationof the Contract.The detailsprovided in Para3.5 of SpecialConditions of Contract in ModelContract.

4.1 Thenumber of copiesof theProposal required is:

TechnicalProposal: OneOriginal and Three copies with CD (softform of completeTechnical Proposal in PDF Form)in sealed envelope.

FinancialProposal: One Original with CD (soft form of complete FinancialProposal in PDF aswell asMS Word/Excel Forrns)in sealedenvelope. 'fhe addressfor writingon theproposal is

GeneralManager (P&CA) NationalHighway Authority 28, Mauve AreaG-9/l Islamabad Telephone:+92-51-9032727 Facsinrile:'192-51-9260419 .:

4.4 The dateand time of proposalsubmission is:

15 DetailedDesign for Dualizationof Kl.ruzdar'- ChamanSection of N-25 Along With the TechnicalStudy & Detail Designof AlternativeRoute at Lakpass& Tunnel at Khojak Bypass Date: ls'July,2016 Time: 1000hours Locationof Submission: NHA Main Auditorium NationalHighway Authority 27, Mauve AreaG-9 / | Islamabad.

4.5 Validityperiod of theproposal is: 180days The bid shallremain valid upto31" December, 2016.

The locationfor negotiationof proposalis:

GeneralManager (P&CA) NationalHighway Authority 28, MauveArea G-9/1 Islamabad Telephone: +92 - 5 | -90327 27 Facsimile:+92-51 -9260419 5.2 The evaluationof technicalproposal shall be basedon followingcriteria:

Description/ Items Points i. Qualificationof theFirrn 12s a) GeneralExperience(25) b) SpecificExperience of theFirm (100) ii. Approach& Methodology ..,120 Understandingof Objectives(20) \. Qualityof Methodology(50) Innovativeness/Commentson TOR (20) WorkProgram (50) , / U StarfingSchedule (40) /V, ' I v l Conciseness,clarity and completeness in M proposalpresentation (10) : d iii. Qualificationand Experience of theKey Staff # S"O iv. Presentcommitment of the Firm 020 v. Pastperformance of the firm 125 Total Points: 1000 Minimum qualifyingtechnical score: 700 The pointsearmarked for evaluationsub-criteria (iii) for suitabilityof Key Staff are:-

Description/ Items Points(%) i. Acadernicand General Qualifications 30 ii. Professionalexperience related to the Project 60 iii. Statuswith the firm (Permanent& durationwith 10 Firm asper LOI Clause3.1.4 (d) TotalPoints: 100 5.3.1 Followingis added:

The words"three top-ranking qualifuing consulting firms" is deletedin its entiretyand replaced with thewords "qualifying consultants"

DetailedDesign for Dualizationof Kl.ruzdar- ChamanSection of N-25 Along With the TechnicalStudy & Detail Designof AlternativeRoute at Lakpass& Tunnel at Khojak Bypass The date,time, and address of the financialproposal opening are:

After evaluationand approval of technicalproposals (TO BE INFORMED T,ATER).

s.3.3 The weights given to the Technical andFinancialProposals are: 'I'echnical: 80Vo Financial: 20%

6.3 Add followingat theend of thisPara:

The final person-monthsof eachexpert are subjectto adjustmentat the stageof contractnegotiation in line with demonstratedapproaches methodology and need bases.

'7 "l Theassignrnent is expectedto commencein: October,2016

8 The Clauseis deletedin its entirety.

II DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the TechnicalStudy & Detail Designof AlternativeRoute at Lakpass& funnel at Khojak Bypass SUMMARY EVALUATION SHEET FOR FULL TECHNICAL PROPOSALS(QCBS)

EVAI,T]ATION CRITERIA Max. liirm I r tftn z Wcight* Ratine Score Rati Score l. FirmsExperiencc 125 a) GeneralExperience ofthe firm 25 b) SpecificExperience ofrhe firm 100 II. 4pproach and Methodology 190 a) UnderstandingofObjectives 20 b) Qualityof Methodologl 50 c) Innovativeness/ Cornmentson TOR 20 d) Work Program 50 e) StaflingSchedule 40 f) Conciseness,clarity and completenessin proposal presentation l0 III. Personnel(Areas of Expertise- Qualificationand Competenceof Key Staf| 540 a. TeamLeader 50 b. Sr. StructureEngineer -I 40 c. Sr. StructureEngineer -Ii 40 d. StructureEngineer J 30 e. StructureEngineer -ll 30 f. Highway & Tunnel SafetyEngineer 30 g. TunnelEngineer 40 h. TrafTic/Pavement Ensineer 40 i. Material Engineer 30 j. EM Engineer JU k. Geo-TechEngineer 30 l. Geologist 25 m. ContractEngineer 25 n. Quantity Surveyor-l 5 "'.> o. QuantitySurveyor -ll 5 v p. ChiefSurveyor-l 5 q. ChiefSurveyor-Il 5 r. GIS Expert 20 s- ELA Expert 20 VI. Presentcommitment of the firm 20 VII. Pastperformance ofthe consultantin Iastthree assignments t25 ThebasisforPastPerformanceoftheconsultantistherepoftfromuario@ Design Section. The Client's satisfaction certificates are also required to be attached for last threl completedprojects of comparablemagnitude. The currentcommitments are lgqq assessedas per works in handby the consultant. TOTAL 1000 - - Excellent 1007o Very Good 90-997o Above Average-80-897o Average_ 70-79o/o Below Average- l-69yo Non-complying-Oo7o Score: Maximum Weight x rating / 100.

Detailed Design for Dualization of Khuzdar - Chaman Section of N-25 Along With the Technical Study & Detail Design of Alternative Route at Lakpass & Tunnel at Khojak Bypass Minimum qualiSing scoreis 707oor 700 marks. PERSONNELEVALUATION SHEET

Academicand General Projectrelated OVERALL RATTNG POSITION/ AREA OF Statuswith the Firm Name Experience (Sum of Weighted EXPERTISE Qualification 1IYo Weieht30% Weieht60% Ratines) Percentage Weighted Percentage Weighted Percentage Weighted (Showall expertsto be evaluated) (A+B+C) Ratine Ratine (A) Rating Ratine(B) Ratine Ratine(C) a. TeamLeader b. Sr. StructureEngineer -l c. Sr. StructureEngineer -II d. StructureEneineer -I e. StructureEneineer -II f. Highway & Tunnel Safety Eneineer g. TunnelEngineer h. Traffic /PavementEnsineer i. MaterialEngineer j. EMEngineer k. Geo-TechEngineer [. Geologist m. ContractEngineer

n- QuantitySurveyor -I o. QuantitySurveyor -ll o. ChiefSurvevor-I q. ChiefSurvevor-II r. GIS Expert s. EIA Expert

Rating: - Excellent - 1007o Very good - 90-997o AboveAverase-80-8970 Averate-70-79oh Below Average- 1-6970 Non-complying- 07o Score: Maximum Weight X ratins / 100.

Ph.D.100% M.Sc.- 90% B.Sc. with additionaltrainings/ courses relevant to assignment- 80% B.Sc. - 70% Diploma- 60% Full time - 100% Part time with previousassociation - 500/o Part time only for this assignment- 0%

Detailed Design for Dualization of Khuzdar - Chaman Section of N-25 Atong With the Technical Study & Detail Design of Alternative Route at Lakpass & Tunnel at Khojak Bypass TECHNICAL PROPOSAL FORMS

W

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the TechnicalStudy & Detail Designof AlternativeRoute at Lakpass& Tunnel at Khojak Bypass 10 Form A-1 TncHNrc.q.lPnoposAl SUBMISSIoNFonvr

{Location, Date}

To: [Name and addressof Client]

DearSirs:

We, the undersigned,offer to providethe consultingservices for DetailedDesign for Dualizationof Khuzdar - Chaman Sectionof N-25 Along With the TechnicalStudy & Detail Design of Atternative Route at Lakpass & Tunnel at Khojak Bypass in accordancewith your Requestfor Proposalsdated [Insert Date]. We are herebysubmitting our Proposal,which includesthis TechnicalProposal and a FinancialProposal sealed in a separateenvelope.

[{If the Consultantis a joint venture,insert the following: We are submittingour Proposalin a joint venturewith: {Inserta list with full nameand the legal addressof each member,and indicatethe leadmember). We haveattached a copy {insert:"of our letterof ') intentto form a joint venture"or, if a JV is alreadyformed, "of the JV agreemenf signedby everyparticipating member, which detailsthe likely legalstructure of andthe confirmationof joint andseverable liability of the membersof the saidjoint venture.

OR

If the Consultant'sProposal includes Sub-consultants,insert the following: We are submittingour Proposalwith the following firm(s)as Sub-consultants:{Insert a list with full nameand country of eachSub-consultant.)]

We herebydeclare that:

(a) All the informationand statementsmade in this Proposalare true andwe acceptthat any misinterpretationor misrepresentationcontained in this Proposalmay leadto our disqualificationand/or may be sanctionedby the Client.

(b) Our Proposalshall be valid and remain binding upon us for the period of time specifiedin the DataSheet, Clause 4.5.

(c) We haveno conflictof interestin accordancewith LOI Clause1.9.

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

(e) Neither we, nor our JV/associatepartners/ sub-consultants or any of the proposed expertsprepared the TOR for this consultingassignment.

(0 Within the time limit statedin the DataSheet, Clause 4.5, we undertaketo negotiatea Contracton the basisof the proposedKey Experts.We acceptthat the substitutionof

DetaileclDesign for Dualizationof Khuzdar- CharnanSection of N-25 Along With the Tecl'rnicalStudy & DetailDesign of at Lakpass& Tunnel at Khojak Bypass AlternativeRoute zl

'kJl ,/ t / 1' Key Expertsfor reasonsother than those stated in Letter of Invitation, Clause6.5 may leadto thetermination of Contractnegotiations.

(g) Our Proposalis bindingupon us and subjectto any modificationsresulting from the Contractnegotiations.

We undertake,if our Proposalis acceptedand the Contractis signed,to initiatethe Servicesrelated to the assignmentnot later than {insert the date 180days beyondthe latest deadlinefor proposalssubmission| (The date may be extendedwith the written consentof the Consultantincase of delay inprocurementprocess). We understandthat the Client is not boundto acceptany or all Proposal(s)that the Clientreceives.

We remain,

Yourssincerely,

AuthorizedSignature {In full andinitials}: Nameand Title of Signatory: Nameof Consultant(company's name or JV's name): In the capacity of:

Address: Contactinformation (phone and e-mail):

{For a joint venture,either all membersshall sign or only the leadmember, in which casethe powerof attorneyto signon behalfof all membersshall be attached)

IN JTI

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the TechnicalStudy & Detail Designof AlternativeRoute at Lakpass& Tunnel at Khojak Bypass Form A-2

CLIENT'S REFERENCE

RelevantServices (as per RFP notice)Carried Out in the Last Ten Years Which BestIllustrate Qualifications

Using in the formatbelow, provide information on eachreference assignment for which your firm, eitherindividually as a corporateentity or as one of the majorcompanies within a consortium,was largelycontracted.

AssignmentName: Country:

Locationwithin Country: ProfessionalStaff Provided by Your Firm:

Name of Client: No of Staff:

Address: No of Staff Months:

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

Name of Associated No. of Months of Professional Firm (s), if any: Staff Provided by Associated Firm(s)

Name of Senior Staff (Project Director/Coordinator,Team Leader) involved and functions performed:

NarrativeDescription of Project

Descriptionof Actual ServicesProvided by Your Staff

Consultants'Name:

-,,.,'.:..]

DetaileclDesign for Dualization of Khuzdar - ChamanSection of N-25 Along With the TechnicalStudy & Detail Design of Route at Lakpass& Tunnel at Khojak Bypass Alternative ZJ Form A-3 AppRoACHPAPER oN MErH"?3J13RLBl,?.tosEDFoR PERFORMING rHE

DetailedDesign for Dualization of Khuzdar - Chaman Sectionof N-25 Along With the Technical Study & Detail Designof Alternative Route at Lakpass & Tunnel at Khojak Bypass

f\.r r \ \/ Ar I'

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the TechnicalStudy & Detail Designof Altemative Routeat Lakpass& Tunnel at Khojak Bypass Form A-4

COMMENTS/SUGGESTIONSOF CONSULTANT

On the Termsof Reference(TOR) l

2.

a

+.

5.

6.

Etc.

On the data,services and facilities to be providedby the Clientspecified in the TOR.

1.

2.

J.

i

5.

Etc.

DetailedDesign for Dualizationof Khuzdar'- ChamanSection of N-25 Along With the TechnicalStudy & Detail Designof AlternativeRoute at Lakpass& Tunnel at Khojak Bypass 25 Form A-5

FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSEDKEY STAFF DetailedDesign for Dualizrtion of Khuzdar - Chaman Sectionof N-25 Along With the Technical Study & Detail Design of Alternative Route at Lakpass & Tunnel at Khojak Bypass

1. ProposedPosition:

2. Nameof Firm: a J. Name of Staff:

4. Profession:

5. Dateof Birth:

6. Yearswith Firm:

7. Nationality:

8. N.LCNumber:

9. Cell Number:

10. Membershipin ProfessionalSocieties: (Membershipof PECis Mandatory)

10. DetailedTasks Assigned on theProject:

11. Key Qualifications:

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

12. Education

[Summarizecollege/university and otherspecialized education of staff member, giving names of 'A institutions,dates attended and degrees obtained]. 13. EmploymentRecord lq' [Startingwith presentposition, list in reverseorder every employment held. List all positionsheld by staffmember since graduation, giving dates, names of ernployingorganizations, title of positions held and locationof assignments.For experiencein last ten years,also give typesof activities performedand Client references,where appropriate].

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the Technical Study& Detail Designof AlternativeRoute at Lakpass& Tunnel at Khojak Bypass 26 14. Languages

[Indicateproficiency in speaking,reading and writing of eachlanguage: excellent, good, fair, or poorl,

15. Certification

I, theundersigned, certiff to the bestof my knowledgeand belief that

(i) This CV correctlydescribes my qualificationsand experience (ii) I am not a currentemployee of the Executingor the ImplementingAgency (iii) In the absenceof medicalincapacity, I will undertakethis assignmentfor the durationand in terms of the inputs specifiedfor me in Form A-9 providedteam mobilizationtakes place within the validity of this proposal. (iv) I wasnot partof the teamwho wrotethe terms of referencefor this consultingservices assignment (v) I am not currentlydebarred by any department/organizationl(semi-autonomous / autonomous) bodiesor suchlike institutionsin Pakistan. (vi) I certifythat I havebeen informed by the firm that it is includingmy CV in the Proposalfor the {nameof projectand contract}. I confirmthat I will be availableto carry out the assignment for which my CV hasbeen submitted in accordancewith the implementationarrangements and scheduleset out in the Proposal.

If CV is signedby the firm's authorizedrepresentative:

(vii) I, asthe authorizedrepresentative of the firm submittingthis Proposalfor the {nameof project andcontract), certify that I haveobtained the consentof the namedexpert to submithis/her CV, and that s/he will be available to carry out the assignmentin accordancewith the implementationarrangements and scheduleset out in the Proposal,and confirm his/her compliancewith paras(i) to (v) above. (viii) Latestcolored attested photograph stapled attached with the CV.

I understandthat any willful misstatementdescribed herein may lead to my disqualificationor dismissal,if engaged.

Signatureofexpert or authorized Date: representativeof the firm DavlMonthNear

Full nameof authorizedrepresentative:

Note: copy or scannedsiqnatures are not allowed

DetailedDesign for Dualizationoi Khuzdar- ChamanSection of N-25 Along With theTeclinipal Stuily & DetailDesign of AlterrrativeRoute at Lakpass& Tunnel at Khojak Bypass 27 Form A-6 COMPLETION AND SUBMISSION OF REPORTS AS PER TOR

Reports Date

2. 3. A 5. 6. 7. 8. 9.

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the TechnicalStudy & Detail Designof AlternativeRoute at Lakpass& Tunnel at Khojak Bypass Form A-7

COMPOSITIONOF TI{E TEAM PERSONNELAND TIIE TASKSTO BE ASSIGNEDTO EACH TEAM MEMBER DetailedDesign for DualizationofKhuzdar - ChamanSection ofN-25 Along With the TechnicalStudy & Detail Design ofAlternative Rout€at Lakpass& Tunnel at Khojak Bypass

1. Teohnioal/Manaeerial Staff

Name of Name Tasks Present assignment Position Assignment location involved and clients name

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the TechnicalStudy & Detail Designof Altemative Routeat Lakpass& Tunnel at Khojak Bypass 27 WORK PLAN / ACTIVITY SCHEDULE

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

1 2 3 4 f, 6 7 8 9 l0 11 12 l3 t4 15

€{D

'fechnical DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the Study& DetailDesign of AlternativeRoute at Lakpass& Tunnelat KhojakBypass Form A-9

WORK PLAN AND TIME SCHEDULE FOR KEY PERSONNEL

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

I 2 3 4 f, 6 7 8 9 10 1t t2 13 l4 l5

Full Time: PartTime: ActivitiesDuration

Yours faithfully,

Signature \ (AuthorizedRepresentative) ar\ FullName Designation Address

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the TechnicalStudy & Detail Designof AlternativeRoute at Lakpass& Tunnel at Khojak Bypass 29 Form A-10 CURRENT COMMITMENTS OF THE FIRM

(List MUST be comprehensiveincluding projectsfrom clientsother than NHA aswell)

Expecteddate of Name of project Singleor JV Task Assignment Start date ofthe project completion

(c

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the TechnicalStudy & Detail Designof AlternativeRoute at Lakpass& Tunnel at Khojak Bypass 30 FINANCIAL PROPOSALFORMS

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25Along With theTechnical Study & DetailDesign of AlternativeRoute at Lakpass& Tunnel at Khojak Bypass Form A-11 FrNaNcraL PRoposALSUBMISSIoN Fonvt

fl-oci'ition"I];tte]

To: fNameand address of Client]

DearSirs:

We, the undersigned,offer to providethe consultingservices for DetailedDesign for Dualizationof Khuzdar - Chaman Sectionof N-25 Along With the TechnicalStudy & Detail Design of Alternative Route at Lakpass & Tunnel at Khojak Bypass in accordancewith your Requestfor Proposaldated flnsert Date] and our TechnicalProposal.

Our attachedFinancial Proposal is for the amountof {Insert amountin words and figures), including all Federal,Provincial & Local taxesapplicable as per law of the land. {Pleasenote that all amountsshall be the sameas in FinancialProposal Form A - 17}.

Our FinancialProposal shall be bindingupon us subjectto the modificationsresulting from Contractnegotiations, up to expirationof the validity periodof the Proposal,i.e. before the dateindicated in Clause4.5 of the DataSheet.

We confirm that we have no conditionto statethat may have financial implications over andabove the amountquoted above.

We understandyou arenot boundto acceptany Proposalyou receive.

We remain,

Yourssincerely,

AuthorizedSignature {In full andinitials): Nameand Title of Signatory: In the capacityof: Address: E-mail:

{For a joint venture, either all members shall sign or only the lead member/consultant,in which case the power of attorney to sign on behalf of all membersshall be attached.)

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the Technical Study& Detail Designof AlternativeRoute at Lakpass& Tunnel at Khojak Bypass T, Form A-12

BREAKDOWN OF RATES FOR CONSULTANCY CONTRACT

Project: Consultant:

Name Position Basic Social Overhead Sub- Fee Rateper Field Rateper Salary Charges (%oageof Total (o/oage Month Allow. Month perCal. (o/oageof l+2) r.1+?+?\ of4) for (%oageof for Field Month 1) project l) Work Office (l) (2) (3) (4) (5) (6) (7) (8)

Notes:

ItemNo. I Basicsalary shall include actual gross salary before deduction of taxes.Payroll sheetfor eachproposed personnel should be submittedat thetime of negotiations. ItemNo. 2 Social chargesshall include Client's contribution to social security, paid vacation,average sick leaveand otherstandard benefits paid by the companyto the employee.Breakdown of proposedpercentage charges should be submitted andsupported (see Form A-13) ItemNo. 3 Overheadshall include generaladministration cost, rent, clerical and junior professionalstaff and businessgetting expenses, etc. Breakdownof proposed percentagecharges for overheadshould be submittedand supported(see Form A-14). IternNo. 5 Feeshall include company profit andshare of salaryof partnersand directors (if not billed individuallyfor the project) or specifiedin overheadcosts of the Company. IternNo. 7 Normallypayable only in caseof field work underhard and arduous conditions. Note 1 The minimumpercentage of item (1) shouldpreferably be 50Yoof (8). Note 2 The consultantis to provide appointmentletter and affidavit/undertakingduly signedby eachof the individualstaff membersshowing salary rates as above. Furtherduring executioneach invoicewill also be providedshowing that the professionalshave been paid their salariesas per basic ratesspecified therein. Failing to which, the Client will take punitiveaction against the consultantand shalldeduct the deficientamount from his monthlyinvoice. Moreover, it will be consideredas a negativemark on his performancethat will be consideredfor futureprojects.

FullName: t ,':;i'ri. , Signature: i ,//L/ Title: ' ./ ,ry/(-/ ,.

DetailedDesign for Dualization of Khuzdar- ChamanSection of N-25 Along With the TechnicalStudy & Detail Designof AlternativeRoute at Lakpass&'[unnel at K]rojak Bypass j? Form A-13

BREAKDOWN OF SOCIAL CHARGES

DetailedDesign for Dualizationof Khuzdar - ChamanSection of N-25 Along With the TechnicalStudy & Detail Designof AlternativeRoute at Lakpass& Tunnel at Khojak Bypass

Sr. No. DetailedDescrintion As a Toase of Basic Salarv

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the Technical Study & Detail Designof Alternative Route at Lakpass & Tunnel at Khojak Bypass Form A-L4

BREAKDOWNOF OVERHEAD COSTS

Dualization of Khuzdar - Chaman Sectionof N-25 alongwith Feasibility Study & Detailed Designof Alternative Route at Lakpass Tunnel & Tunnel at Khojak Bypass

As a %oageof Basic Salary and Sr. No. DetailedDescription Social Charses

DetailedDesigrr for Dualizationof Khuzdal- CharnanSection of N-25 Along With theTechnical Study & DetailDesign of Altemative Routeat Lakpass& Tunnel at Khojak Bypass ?s Form A-15 PageI of 2

ESTIMATED LOCAL CURRENCY SALARY COSTS/REMUNERATION

Total Staff- Monthly Billing Sr. No. Position Name Estimated Months Rate Amount (Rs.) L Professional/ Key Staff

Sub-Total:

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the Technical Study& Detail Designof AlternativeRoute at Lakpass& Tunnel at Khojak Bypass Form A-15 Page2of 2

ESTIMATED LOCAL CURRENCY SALARY COSTS/REMUNERATION

Monthly Billing Total Estimated Sr. No. Position Staff-Months Rate Amount (Rs.)

II. Non-Key / Non-Technical/ Support Staff

Sub-Total:

Note: The bidderis requiredto quotethe ratesof Non Key Staff givenin the TOR in above table& providea lump sumcost in itemNo. 13 of Form4.-16 that should tally with the abovestated amount (cost effect should be takenonly oncein Form ,{-16). The biddermay proposeNon-Technical lsupport Staff person-months in additionto those givenin TOR; however,in sucha casetenable reasons must be givenin the FormA-4 "Commentson TOR", The Employer'snegotiation committee will deliberateon the requirementof additionalstaff in casesuch bidder stands top ranked.It is alsoto be notedthat the emoloveris not boundto asreeto the reasonsgiven in FormA-4.

,//L. . /,{"V /u

DetailedDesign for Dualization of Khuzdar- ChamanSection of N-25 Along With the TechnioalStudy & Detail Designof AlternativeRoute at Lakpass& Tunnel at Khojak Bypass ?-l Form 4'-16 DTRECT(NOI\-SALARY) COSTS

Sr. Nomenclature Unit Unit Total Amount No. Quantity Price I Rentfor OfficeAccommodation L.S 2. OfficeUtilities Costs L.S a Cost/ rentalof Furniture/ L.S Furnishinss 4. Cost(rentals) of Office/Other L.S Equipment i. Computersand accessories ii. Photocopy machines iii. Communicationequipment iv. Drafting/ Engineering equipment v. Surveyinginstruments (rentals) vi. TransportVehicles (Rentals) vii. Sitevisits and Meetings in Islamabadduring currency of Proiect 5. Communicationexpenses Per month 6. Satelliteimases PS RsI Mil on Costof ROW markers PS Rs2 Mil on 8. HydraulicModeling PS Rs18M lon 9. Dr afting/Reproduction of Reports L.S 10. OfficeI Draftins,Supplies L.S 11 Professionalliability cost/ Premium L.S This is to be paid by the firm from its overheadsand herethe amount payableis only to be mentioned. t2. Soil InvestigationReport L.S 13. SupportStaffas needed for Key L.S ProfessionalStaff alongwith number,charge rute andcategory for review 14. Othersnot coveredabove to comply L.S with TOR requirement Total 1,,,l ,V, t t,,". /\ ,'',i,,' -

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the Technical Study& Detail Designof Altemative Routeat Lakpass& Tunnel at Khojak Bypass Form A-L7

SUMMARY OF COST OF CONSULTANT FOR

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N- 25 Along With the TechnicalStudy & Detail Designof Alternative Route at Lakpass& Tunnelat Khojak Bypass

Sr. No. Description Amount (Rs.)

I SalaryCost / Remuneration

2. Direct(Non-Salary) Cost

a Grand Total:

Note: 1- This costis supposedto be built up in bid priceand if anythingis left blankit shallbe deemedto be includedin the cost. 2- The dues and salariesof staff are payableby the consultantin time and not laterthan 1Othof the precedingmonth positively. In caseof failureto do so the Client shall interveneand pay thesedues and salariesof the concernedstaff member(s)and recoverfrom the invoice of the consultantat actualcharges paid plus 1Yoof the amount.This will also be accountedfor adverselyin rnaking assessmentof the Consultantin the next evaluationprocess of forthcoming projects/assignments of the Client. 3- The grandtotal is inclusiveof all the applicableFederal, Provincial & Local taxes. All thesetaxes are requiredto be built in the quoted rates and not be mentionedseoaratelv.

,{'

'I'echnical DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the Study & Detail Designof AlternativeRoute at Lakpass& Tunnel at Khojak Bypass 3L) APPENDIX-A

TERMS OF REFERENCE

(roR)

N

DetailedDesign for Dualitation of Khuzdar- ChamanSection of N-25 Along With the Technical Study & Detail Designof Altemative Routeat Lakpass& Tunnel at Khojak Bypass BACKGROUND:

planned be constructed as 2-lane Additional The proposed. road is to 2-Iane facility, thus making carriageway ACW adjacent to the existing bridges and the whole facility as 4-lane expressway. It includes new cross-drainage structures on ACW. The scope of work also includes rehabilitation of existing 2-1ane facility with structtxes, but excluding - the existing section under up-gradation between Kalat and Chaman.

B. PROJECT DEFINITION AND OBJECTIVES:

NHA now intends to convert this 2-lane facility from Khuzdar to Quetta to Chaman into 4-lane highway. This feasibility is therefore being launched to make an assessment for the best route selection and other studies to optimize benefits of the project.

The proposed. additional carriageway will run parallel to the existing carriageway for majority part however, where found more feasible, new carriageway can take new route in small segments particularly in urban reaches with the objective to bypass the major cities but remaining in close vicinity at the take off and termination points.

This study is particularly important for Quetta city where the be expected to study more one option of consuitant sha1l ..than improvisation ovef the existing alignment. The consultaiit sha11submit evidence of the detailed studies conducted in this regard. A11 other urbanization and population clusters sha1l require similar study to ensure that this whole project yields optimum benefit to the nation. The I(hojak pass is extremely important as it is the only available road link between Chaman and Quetta. A11the transport whether cargo or public destined to and from Chaman Border has to pass through this . The pass often rernains close due to heavy snowfali during the winter season from mid of December to March. The tunnel sha11 provide a user friendly alternate to Commuter traffic currently passing through I(hojak Pass.

4t LocATIoNoFPRoJECT{PRoJECTLocATIoNMAF}: the project will become part of the Pak- The proposed alignment of It originates from Khuzdar China Trade Corridor after its completion. follow the existing N-25 ttre start point of N-30 connecting N-25. Jt shall upto Quetta and finallY to Chamman'

D. PROJECT WOITKS The proposed road is planned to be constructed as 2-Iane Additional carriageway Acw adjacent to the existing 2-Iane facility, thus maki.ng the whole facility as 4- lane highway. it includes new bridges and cross-drainage structures on ACW. The scope of work also includes rehabilitation of existing 2-lane facility with structures, but excluding - the existing section under up- gradation between Kalat Quetta and chaman. Khojak pass is located on National Highway (N-25) (-chaman) at approximately from Km 780 to KM BO5 {25 km), just 25 Km short of Chaman Border travel as to Khojak. Culverts shall be constructed over cross drainage works. Road furniture comprising of lane markings, traffic signs, guardrails and reflectors shall be provided' Proper intersections shall be designed where required'

TIME OF START: The services shall be commenced after immediately after the signing of the contract agreement.

F'" TIME PER.IOB

The services specified in the TOR shail be completed and all relevant form and format acceptable to the Employer, reports submitted in the ,/ within 180 clays from the date of signing of Contract Agreement' /

\v I

Termsof Reference Detailed Designfor Daalization of Khuular - Chaman Section of N-25 along with the Feqsibility Study & Detailed Design Alternative route at Lakpass & Tunnel at Khojak Bypass

MapNo4181 Fe r I,${TE0NATIoNS 0opannfr ot Pea@tsping Opsalims Jatuaryr04 Cailogaphic S€dim

Qs Terms of l{eference Detsiled Designfor Dualiautiotr of Iihuzdar - ChamunSectiort of N-25 along with tlrc Feusibility Study & Detailed DesignAlternutive route at Lakpass& Tunnel at l{hojak Bypass

Scopeof lYork Scopeof Worlr for Highway The Scopeof Work for the PresentTelms of Referencecomprises of foilowing but not limitedto: Stage I r) Commentson Terms of Referenceat pre-proposalmeeting. | 'Kickoff-meeting with Member (P) along with Key personnel. ,} Data Coilection/Co-ordination with all concernedlocal Departments a Acquisition of Stereosatellite image, and its processing.Desk study on maps & satellite imagery validated by Recomaissance visit. Satellite image of entire corridor with recommendedoptions duly marked on it a Alternate Alignment options with cons & pros, anclrecommended alignment with comparisons t Presentationof alignment and Cross-sectionfor approval from NHA I t Traffic count & O&D survey o Inventory for structures,Bridges after detailed field visit o Inception Report I Preliminary Soil investigation, Hydrology and Geometric Design with Highway Safety duly furnished in it e Feasibility Study with approximate cost estimateson best effort basis of alternative rcutcs at Lakpass& Tunnel at khojak pass.

I Note: Stage II and Stuge III will be undertuken ofter the upproval of,Stage I. Stage II

i) Detailed Topographic survey or use of Stereo DEM r,vith Ground Control Point (GCP) validation. t Detailed Soil investigation survey on the proposedalignment I Identification of quarry sites and constructionmaterial survey 9 GeotechnicalInvestigation survey for bridges and structures a Remedial measuresfor scouring etc. if any

t Hydraulic Model Study if required

c Design of Toll Plazas,associated buildings, and rest areas,including architectural drawings and detailing constructionspecifications. o Geometric Design of Highwaywith detailed Flighway Safety Report t Road furniture design including traffic signs and gantries i Hydrology & Hydraulic desigaof stluctures Terms clf Reference I)etuiled Design.furDualizuliort o-f Khuular - ClttrntunS"ciiru of N1-25along nith the FeasihilityStuth, & DetailedDesign Altemative route at Lukpass& Tunnelat Khajnk Bypass

? StnrctureDesign including electricaldesign of lighteningfor bridge T Horticultureand I-andscapingof intersections c A^xleload surveyor collectionof datafrom nearbyrveigh stations 3 PavementDesign with surfaceand subsurfrrcedrainage t Provisionof ducts/crossingof future utilities like OFC, pipelinesetc. r r) Flighwal' Safuty Audits by third parly to be decidedby NHA. Stage - trII o TenderDocuments, BOQ, Engineer'sEstirnate PC-1 + Stakeoutof designalignment after approvalfor grounclvalidation. $ Utilit.y foldersand Land acciuisitionplans using irnageries,cadastral rnaps on GIS e Fixzrtionof ROW markerswhen requiredby the Client. e Training of NFIA Engineersin fielcl and at consultanf'shead-office premises. r Preparation/revisionsof PC-l

Cq qf s et n e q s_ g"f D es i en & Cg: qrdi {!allj q.q E n e i neer

Consultant is entrusted with the Scope of Work outlined above. It is required that the consultant should undertake'the job in a professional manner to the best of his ability and resources.NI{A as Client nray offer commentsthr:ough in-house review.

Any comments offered by the Client do not absolve the consultant from its obligation to derreiopcor"rect and cost effectiveengineering solutions for the Projects.NI-IA reservesthe right to take.punitiveactions as reqtdred at appropriateforum evenduring constructionstage.

The consultant is required to deploy a qualifiecl co-ordination engineer for tlre first six monthsat'the Froject site.He will have an experiencebetween 5 to 10 years.In caseof any design anrtrJiguities,he r,vill liaison u'ith the Design Engineerfor correctingdeficiencies.Ilis boarding and lodging shall be flre responsibiiityof the Design Consultant.It is otrligationof the Consuitantto provide completesupporl to the Constructionteam evenif he doesnot havethe superrrision.

Task tr: Ilata Collection& Co-ordinationwith all concerned f,)epartments Approximate Duration: 35 days (including acquisition of satellite stereo imagery) Outcome: Consultantget hold of relevantinforrnation, SOP Maps, Satellite imagcriesand liaisonrvith local depnrtnnent/police

1.1 Oqta-QolLeqtiq+ *-(:q.qr"di$pliaq,ly!th..eens€r*-e.d lgsal.ll.epqrtryenfs. immediately after signingof the Contract,the consultantwill get processionof the relevant maps: reports and imageriesfor the detailed design of the Project. After the Completion of the design, SOP maps and imageries shall be retumed back to the Client in Original and un- Camagedcondition.In caseany -atrthorizationis reqr.riredby the concernedoffice for delivering the reqnired information, same shall bb provided by NLIA in the fornr of Authority Letter. 71rc Terms of Iteference DetuiledDesign for DualizatiouoJ'tr{huztlur - CltturtuttSection af N-25 along with lhe Feusibility Stutty & Detailed Desigit Alternative route at Lakpass& Tunnel at lftojak Bypuss

ConsulJantshould inform the local police and administration before conducting all types of filed surveyb.Before planning the field reconnaissance,the consultant should co-ordinatemeeting with the local city development/ Highway Departmentto know any'futule plans for city expansion and provincial roadsetc.

Task2: ReconnaissanceVisit and Alignment Report Approximate Duration: 20 days Outcome: Consultantshould submit Inception Report. SutrmitReconnaissance Visit and AlignmentReport (5 ttrard+ 1 Soft copy)

2.1 ReconnaissanceVisit with Identification of Alignment Alfernatives

After the cornpletion of the Task i, the consultant shall caffy out the desk study of possible alignments,using maps and imageries.Same shall then be investigatedin the field reconnaissance. The site visits shall be caruiedout by a senior Highway Engineer of not less than 15 yeals of experience. Coordinated meetings with local departments shall be done and minutes r'ecolded (sameshall be made part of the Alignment Report).

During the recoruraissancevisit, particular requirements of project shall be identilled that will be addressedin the Preliminary Design. Other requirementof Task-2 is the submissionof Inception Reporl. Inception Report should elaboratethe methodologiesfor preliminary design 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 presentationto the CompetentAuthority in NHA Auditorium for approval of alisryngnl.

in the reconnaissancevisit, consultantshould record some GeographicCo-ordinates of physical features on ground using GPS (Dual Frequency,high accuracy). It shall be used in geo- referencing/north-rectificationof the satellite imageries.Control points shall be fixed not less than 5 km apart.

At the reconnaissance stage Social, Economic and Environmental aspects sirall be considered.'Theresulting information will form part of the recommendationsfor adoption of a particularcorridor.

Data fi'om varioussourges shall be collectedat this stase: t TopographicMaps t Geological Reportsavailable if any (from local departments,adjacent projects) i Use of SatelliteImagery t Agriculture Soil Reports o Soil SurveyMaps (Soil surveyof Pakistan)

DesignSection Terms of Reference Delailerl DesigttJbr Dualizatiou of I(lurzdnr - Cltaman Sn"tio,, o.f N,25 along tuitlt the Feasibilit.y StadJ, & Detrfi[ed Design Alternotive ,'oule at Lokpass & Tunnel at Klnjnk Bypass fask 3: DetailedTopographic Sun'ey Approximate Dunation: 60 days Outconne: Consultant will get approval of Topographic sun'ey Program Submit Draft and Final Topographic Flans (1 Ftard copy) Final Survey Report (5 Harcl + 1 Soft copy)

3.1 B efA i l ed T qp oerir p hi g_b:gn:e. J_(P re -Iggu!gi{g!)

Topographicsurvey fbrms the basis for the Detailed Design. Poor quality of survey work producesnot only inconect designsbut also resuitsin post constructionproblems with variations irr cost and claims.It is desireclthat the Surveyr,r,'ork is of top most order. .dsper {ecent'o$urvet'ing& Mapping dct 201,1"The Survey coFpany musf comph'with fhe requiremenl of the Act.

It is therefore recomrnencledthat consultant shoulci use the latest technology fclr the topographib.snrveys, rvhich include at least 4 (fourr)GPSDF lbr establishmento1'high accuriicy control points (as per lequired plan, specified herein). In casethe consultantdoes not have the requisite number of GPSDF, he is advised to hire servicesof plofessional survey companies hailing the requiredexpertise. A networ:kof control points along the con:idor sliall be developed involving at least 4 instruments.

Before mobilizing to site for Stirvey, the Consultant shall submit to the Ciient detailed topographic srirvey program rvith actual human resourcesplanned to be deployec{.The consultant shall specify tlte time line af surve"vprogram. Total number of equiprnentu'ith models ancl calihratian certificatesnot more than 6 monthsold shall be produced.The nameand qualiJication,r of surveyotsshall also be submittecl.NFIA reservesthe riglit to inten iew the suweycr if requirecl. {Jpon request,the consultantshould changethe surveyor. If consultant wettts to autsourcethe Surueywork, itv,ill be mandatoryto luke priar approval of the Client. NI{A will ensnrethat tire survey firm is not black listed and has sufficient resourcesand compliance of Surveying arxl MappingACT 2014.

3.1.1 SrnveyMonuments The type and PermanentGround Monument made of Concrete dimensionsof Survey 1:4:8with 75 mm steelnail embedded at centre. L,fsing spray paint and a stencil,the rnonl.rment monumentsto be numbershall be painted. installedat site is shown The sizeof monumentshall be 150mm squareat here.Besides start and at top and 300 mm squareat bottom.The heightof the end, it is recluiredthat monumentshall be 900 nrm.Out of which750nrm shallbe buriedin the ground. thesemarkers shall be fixed in the tmverse line at an intenral of about 300 to 400 meters.These i

Tenns of R.elbrence Detailed Design for Dualization of l{ltuzdar - Cltumun Sectiott of N-25 along witlt tlte Feasibility Stutllt & Detailecl Design Alteruative route ut Lakpass & Tunnel at Khojak Bypass shallbe fixed at suchlocations that theseare least susceptible to disturbanceand damage. The consultantshall fill out a Performafor eachtraverse station as attached in AnnexureII.

3.1.2 Controlfor Traverse Projection:UTM Datum:WGS84 VerlicalDatum: MSL

3.1.3 HorizontalControl PrecisePrimary Controls (ITRF CONTROLS) Minimum four (4) DGPS Primary Controis at start and End of the Project or as many as may be required such that the distancebetween these points shall not be more than 10kms. Minimum observationtime shall be at least ten (10) hours or as required for each of these points. These points shall be validated/verified with Intemational Fixed Stations in WGSS4ATRF referencefi'ames for an averageambiguity resolution of 50'/o or better for a reliablenetwork solution.

3.1.4 PrimaryContlols

DGPS Prirnary Controls shall be establishedat a maximum distanceof 2.5 kms with one base and one rover using leapfrog method, by applying adjustments to create network. Minirnum observationtirne shall be at least two (2) hours for each of thesepoints. At every 5.kms one additionalDGPS point with ti,vo(2) hours observation(to form an inter-visible pair) sinll be established,which may be used for Total station if needed for topographic survey.

3.1.5 SecondaryControls

DGPS SecondaryControls shall be establishedat a ma,ximumdistance of 333 meterswith one base and two rover at altetnate sides of Alignment (to form triangular network) using leap frog method, by applying adjustmentsto create network. Minimum observation time shall be at least45 minutesfor eachof thesepoints.

3.1.5 VerticalControl

Vertical Control shall be establishedusing MSL fi'orn first order SOP Bench Marks with double run leveling. Digital level with an accuracyof 0.3 mrn or less and single section 2m/3m staff or invar staff with change plate on bottom shall be used. The maximum distance between the two successivereadirrg points shall not be more than 50rn. All horizontal control points are connectedwith monumentsmade for Horizontal primary and secondarycontrols with double run level to control the heiglit as mentioned above.

3.L7 Monumentsfor Horizontal and Vertical Controls r The monuments for controls shall be as per NFIA specifications. The ITR.F Contlols, Primary Controls shall be tied with two permanentpoints as per NIIA Specifications. 'Ierms of Reference Detniled DesignJbr Dualizatiott of Khuzdrtr * Chantnn Sectiort of N,25 tttottg trtillr tlte Feosihilig Stud.y& Detailed Desigu Alternative route at Ltkpass & Tunnel ut liltojttk Bypuss

3.1.8 Topographicsurvey (scale 1:1000); including on grould features,br,rildings, Utilities and CrossingRoads

a. Topographic Survey will be performed within the ROW Limits. At important control section,if the iarge-scalestructures are proposeclto be built on the sections, the survey range can be extendedrearsonably if necessary.Enough Spot Levels (points)shall be takento createa topographicmap in the scaleof I :1000.

b. The Consultant is required to observe 10 cross-sectionacross the River Khadir, Banlcto Bank. Three cross-sectionsat the Bridge Site (one center-lineand other two adjacentto centerline rip and down stream of the bridge. The BM for upon which the Model study sunrey was done should be incorporatedin the traverse/ level circuit.

3.1.9 CenterlinePoints (stake)and Measurementof elevationof route stake a. The distancebetween the centerlinepoints shall be 25m in general,in case of the pond the stakeis fixed on the bank of the inclination and rvateriine. b. f'he distance between the stakesis 5nr-8m on the section of roads which have reta.iningwalls. c. The distancebetrveen the stakesis 10m on the interchangeslip road whose radius is lessthan 60m. d. The distarrcebetween the stakesis 5m for the lOm before anclafter the chainaueof the abutmentfor a total distanceof 20m. e. Minimum Three longituclinalsections (parallel to Alignment) including the center

r aXis,the ieft and riglrt edge lines of the bridge shall be measured.For the places where the topographyis changedancl briclge pier anclabutment, more stakesshall be established. f. F-orthe culvetts,the chainageand elevationof the crossingpoint shail be measured; the longitudinal section of the water channel 50rn upstream and downstream of the crossingpoint shall also be measured. g. The stakesare placedon tlre edgesof the crossedroads. The slakesshould be fixed on the crossingpoints. There is also a need to collect the coordinates,elevation, angle,width and road level of the crossingpoints (50rn aroundthe crossingpoinl.). The coordinates,elevation, and angleof left, middle and right lines of the impoltarrt crossedroads shoulcl be collected(100nr around the crossingpoint). h. The position of 1OKVhi$:pressure pole(tor,ver)around the route rvithir-r100m, and the power line's lo11,Bstelevation on the crossingpoint

DesignSection 7."o**** Terms of lteference Detoiled Design for Dwalizatiort of l{ltuilhr - Chcnutt Sectiott of N-25 along witlt tlrc Feasibility Stutly & Detuiled Desigrt Alternative route at Lakpass & Tunnel at Klrojak Bypass

i. The stake'selevation sliall be measuredone by one. j. It is necessaryto establish more stakes in case there is any pipeline or building crossing the alignment; the height difference between the bottom elevation of such pipeline or building and the ground shall be measured

3.1.10Cross sectionPoints a. The crosssection should be measuredone by one. b. The cross section of the embankmentshould be measuredx25m interval for the straight line sections and curve sectionswith radius larger than 5000m. At curves having radius less than R:5000 m, the cross sections shall be measured at 20m interval. c. The cross section shall be measuredto the ROW lirnit. d. For the alignment sections.with proposedretaining r,vall,the cross section shal1be measuredat 5m interval e. For the bridge pier, the measuringrange of the crosssection is 10m at both le1}and right sides of the center; for the bridge abutment, the measuring range is till the ROW lirnit

3.1.11Interchanges (1:1000) Map a. Extraction of featuresshall be done & points shall be taken beyond the ROW of 100 m and inside the minimum Itegion definedfor Interchangesto create1:1000 map. The minimum length of existing road to be included in topographic survey (for interchange ramps merging)should not be lessthan 250 m.

3.LI2 RiverineSulvey for CrossingCanals - ShorlBridge a. Measure the center longitudinal section of the canal from 100m upstreamto 50m downstream, and measure the cross section of the canal at iOm interval which is perpendicular to the axis of river. The canal edgesmust be takenrecorded alons r,vithall break points to clearly define the canal shape.

3.1.13 RiverineSurvey for CrossingRivers - Long Bridge In case the crossing of Major River is encounteled,sufficient cross-sectionsSliall be required to run the HEC-RAS for computation of water surface profiling. Location of closs-sectionsshall be as per requirementof the Software.

.fo **'***e Terms of Reference Iletdled I esignfor Duulizatiott of Kltuu{nr -- chomrn section of N,2s alonil ruitht!rc Feosibilitystur{y ft DetailedDesign Alternative route ct Lukptrss& TtrnnelalIilrcjft Bypnss

3.1.14 Surveyfor CrossingWater ChannelsArlullas a' Measurethe centerlongitudinal sectionof the water Chennel/Irlullaslrom 100m upstream to 50m downstream,and measurethe cross section of the water channel/nullasat 10 m interval, u'hich is perpendicular to their: axis. Minirnum 5 points shall be taken at each takenat eachcross section to correctlydepict the top and bottornof the sloping bank, width of bank and centerof channel.The distancebetween the cross sectionpoints shall not be more than 5m foruvider r,vaterchannelsA{ullas.

3.1.15Survey conidor

Ihe detailedtopographic survey in normal circumstancesshall be carriedout in a corriclor of 100m. At locationsof crossingrivers, nullas the detail of surveyextent is given in r.espective sections.

3.1.16 Mapping(Unit of Measurement) Metric units shallbe usedthroushout. 3.1.17 Scale

Besidessoft copy,mapping of drawingsshall be plottedto a scaleof 1:1000.

3.1" i 8 Detaiisto be sho.ryn Buildinss/Structures i. The plinth line of all permanentbuildings. 2. Constructiontype of building (whetherbrich (B), semi-conmete{SC), concrete(C). doublestorey (D) etc.). 3. Ruins or partially clemolisheclbuildings or foundations- by the wall and masonry visible at the time of the survey. ^+.A Namesand type of usageof all buildings,schools etc. 5. I3uildings underconstruction.

Roads,Tracks and Footpaths

Kelb line or r-dgeof surfacing1.o c:rriageways, and alongthe etlgeiine markings Tracks Fedestrianbridges and footpatirs Traffic islands( sirnilarto kerb line ) Destinationof road for junctions level Bridges( over railway, river, etc ) Levels over railway line in caseof at gradeor gradeseparated crossings In ca'seof power transmissionlines crossingalignment, level of electlic r.vireu'itlr respectto srrvey control shall be recorded.

Industrial

1 I. Nameand type of industry,Boundary wall anclbuilcling structure inside 1 L. Tanks(indicate type of materialstore

Dcsip,nSec{ion Teltns of ltefelence Detuiled Design for Dualizatiort af Kltuzdar - Cltrunan Section of N-25 olortg tvitlt tlrc lteasibility Stutly & Detailed Design Alternative route ut Lakpass & Tunnel at Khojak Byptrss

Road Furniture (In caseof existing road)

1. km post ( valueto be noted) 2. Bus stop facilities 3. Traffic signalposts and controllers 5. Guardrails 6. Roadsigns

BoundaryFeatures 1. Fences 2. Gatesr 3. Boundarystones located/used for fieldwork 4. Walls 5. Burial grounds 6. Historical areas

Itailways 1. Gaugefaces of railway running rails r,vithelevations of rail top 2. Level crossings 3. Platforrns 4. Bridges (over road,river, etc.) 5. Stationbuilding 6. TelegraphpoleS (indicate the referencenurnbers)

Survey 1. Sr"nveyDepartment Trigonometric Stations 2. PermanentGround Markers (IP's, RM's, TBM's, etc) 3. Survey Depaftment Benchmarksused (Indicate r'eferencenumber and

Woods,Trees & RecreationAreas i. Playing field 2. Land-useand vegetation,etc 3. In caseof treesin the surveycorridor, the surveyorhas to assigna codedefining the girth of the tree. Trees with varying girth as specified in the CSI{ fbr payment shall be in respectivelayers.

Slopesand Earthworks

1. Cutting and embankmentswith any protection work done 2. Terracedslopes 3. Bonow pits / Quarries 4. Retaining wall 5. Rock outcrops 6. Mining tips 1 Indicate date of surveyif on-going earthworks is ptesentand mark the affected area

DesignSection f)- *"r"t=-r* Tenns of Referenge Dettriled Designfor Durilir.utiuttaf Khuular - Chnntun Scction of N,.25 nlonil tuitlt the Feasibilitl, Stttd.l,& Detailed Design Alteruutive rcute d Lakpass & .Tannel at Kho.iak Bypass

Servicesand Utilities

Transformers(boundary fencesonly) Electricity.sub-stationsand switch boxes(boundary fences only) Pylon lines (indicate levels at lowest point at sag and at pylon towers) Pylon bases Pylon referencenumbers and voltageof transmission Radio,TV stationmasts or towers Telecompoles Electricity poles Watermains pipesand stop vzrlves(Indicate diameter of pipe) Manholes (circular and square)

Water& Drainase Lakes Pondsor mining pools Reservoirs Rivers (name to be indicatecl) Streams Ditches(rvidtli 1obe indicated) Canals Wells (diameterol r.vicithto be indicated) Sr,vamps Lineil drains (width, depth and trvpeto be indicate) Water towers Culverts Waterfalls .lettles(rf any) The top of banhsof all water featriresover 1"0 meterwide shall be detailedancl the bottom of banksas inrlicatedby the water level at the time of the survey.'Ihe directiorTof flow of all river, streamsand u'atercoursesshall be inclicated. 16. Slopesvuith height greaterthan 1.0 metel of too sharpgradient to be shor,vnby contours,including river and streambanks are to be sirowll on conventional markingsancl the top anclbottom of slopesare to be shown as clottecllines.

14 I t. Slopeconventions shall be drau,nas nearas possible to inclic.atethe actualshape of the slopeface, i.e.. all bermsand terraces shall be detailed.

Any otherfbatures not listed,rvhich are requested by theClient shall also be shown

3.1"19 tsridgedetails Thebridge details shall be shownon a separatedrau'ing for eachbriCge. The bridge observationsin form of coordinatesshall incli.rde the follor,ving:-

33 .***.**.,,u Terns of l{efer"ence Detailed DesignJbr Dualizgtion af l{huzdor - Chsnmn Sectiott of N-25 along with the Feosibility Stutty & Detuiled Desigrt Altenrutive route at Lakptss & Tunnel at Khojak Bypass

a) The coordinatesand levels of the fbur comers of the bridge (points shall be on the adjacentroacl surface), the two edgesof the piers, abutmentand wing walis.

b) The coordinatesand levels of the blidge deck to the intermediatepiers (if any) of the bridge.

c) I,ength, width and type of constructionof bridge.

d) The type and location of servicesadjacent to the bridgre.

e) The coordinatesand levels of the centerlineand the road on the bridgeat aptriroximateintervals of 5 rn.

0 The cross-sectionalclearance envelope at the two sidesof an overpassridge (with respectto the road centerlinepassing undemeath) showing all the relevant levels, offsets and skew angle.

Culvert details Details of each culvefi are to be shown on the survey plans and a separatesheet (annexure' c) tabulation of the following infbrrration is to be submitted with the plans:- a) Type of culvert and diameter. b) Chainageof culvert at the road centerline. c) Skew angle of the culvert from the centerline. d) Length of culvert from each side of the centerline. e) Invert levels of the inlet and outiet. 0 A sketchof the inlet and outlet structures all visible dimensions to a scaleof I:20A.

For major culverts (dia.>2.0m)the outlet structuresare to be properly measuredenough points shallbe recordedso that the culvert can be modeledin CAD.

In casealignment runs along the existing road, sufficient points should be taken acrossthe existingroad to fully definethe cross-section. Beloware minimum pointsshown for the existingroad way cross- section.For the existingcarriageway, the widthof carriageway,inner andouter shoulders should be clearlv identified and coded.

Existins Road/embankment

)"

3.I.20 Details ofjunctions and existingroads Terms of Reference DetailedDesign for Dutrlizntiortof Khuulu - altsman Sectianof N,25 along rpitltthe IretsihilitltStu{lJ, & DetoiledDesigtr Alternutive route ct Lakpass& Tunnelat lftojak Bypass

The Surveyorshall surveyall junctions to enablethe designerto designthe junction properly.A corridor width of 70m and shali be takenfor a distanceof not lessthan i50 metersup and dorvnthe proposedintersection of the road or as requiredby the client. Al1paved roads,main roadsand footpathsor trackshaving the width greaterthan 2m shall have a minimum of two (2) points defining both edgesof the caniageways. Consecutivepoints along the road featuleshall not exceed20m in rural areasand 10m in urban or built-up areas.i\4ore points are generallyneedecl to define curveil featuresuch as slip roads,islands, etc.

Levels of the road centerlineshall be recordedfor pavedroads having widths greaterthan 6.0m. The main destinationof the road fiom the junction shall be recordedby the Sun'eyor.

V/herenecessaly to strvey along an existingroad, the Snrveyorshall follorv the markedchanges along the centerline.In additionto the road edgesconsecutive points along the edgesof the carriageway(i.e. alongthe edgeline marlcingon both sides)shall be picked up and shall not exceed10 m. More points are generallyto clefinesuper-elevation changesat culve sections

3.2 &isital Ground*Njlgcieh { DG.M )

The productof the filed sun ey data,after processing sirail be DGM. The accuracy of DGM shall dependupon the accuracyof the digital datacollected in tiie field. Be'lbreprocessing the data, it is important to run the clatafiltration. All data points with incorrect x, y or z values shall be removed.It is also impor:tanlas well to properly identi$' the breaklines like roacl,nullah edge with naturaifaults. Void areaslike buildings shall alsobe malked. The topographyshall be fillly labeledfor every ob.iectrecorded.

All survey fbatureiines will herein be rcferreclas 'strings'. The clatasliall be pr:esentedby the Surveyorin a fonn suitabiefor input to the softwareto be useclfor generationof DGM. Using the recorded data inx,y,z format on data logger, the ground surf'aceover the required alea shall be simr.rlatedl:y strings of coordinatedinformation along characteristiclines on the terrain. The modelsshall consistof threedinrensional (3D) contourstrings.

Tlre existing road surface over the requireclarea shall be simulated by 3D strings of coordinatedinformation along characteristiclines on the existing carriageway.Any other strings that do not affect the accuracyof the groundsurface may be assignecla null level.

The Snrveyor shall obtain prior approval from the Client for any strings that are to be digitizecl l'tt that do not absohzethe Surr.'eyorfrom the subsequentaccuracy and definition of the moclel.

TIN (Triangulariruegular netrryork) shall be developedby using software.Using TIN, Contour generationshall be done.Iiince !he,NI!A usesEagle Point for vetting,sarlre shall be usedby the Tenns of li.eference Detuiled Design for Dualization of Kltuzdar - Clrsmun Sectiort tg N-25 alang ntitlt llte Feasibility Study & Detsiled Design Alternative route at Lukpass & Tunnel at Khojcrk Bypass consultant.

3.3 Gri4 The coordinatesof the DGM shall be referuedto the grid system as describedin the Section 3.1.2. The coordinatesof the DGM shall be in Easting,Northing and elevations.

3.4 S.trins Labelipe The ground featuresincluding breaklines shall be labeled with the exact description shown under AUTOCAD LAYER NAME. Any additional labels may be consideredand the Surveyor shall submit the list for approval prior to their usagein the DGM.

3.s Property Model

Thismodel shall be stirnulatedby a seriesof 3D null levelstrinss and text strinss andincludes the follor.vine:-

a) Strings of land lots (null level strings) b) Land use and type (Text Strings)

Attributesto landtype anduse shall be appendedto in the AutoCAD format.Such information shallbe usedby the surveyorwhen preparing Land Utility foldersat the end.

3.6 Contours

After digital data collection of survey points at site, the contour generationshall be done by using computer software. The interval shall be 1 rn. The smoothnessfactor to be defined in the softwale should be such that it should not distorl the ground contour representation.The contoursshould be well labeled. During data collection, break lines on the ground should be very well picked that affects the contourgeneration.

If in the project, where steepslopes are likely to be encountered,the surveyor is required to use the laser equippedtotal stationsthat doesnot require and prism to record the co-ordinates.

Contours shall be shown by continuouslines with a thicker line for evely fifth contour (Prominent Contour). Contour and spot heights shall be differentiated from other detail. The value of eiich contour shall be indicated aiong the contoursat intervals not exceeding200 mm and / or the edges of the Mapping area.

Where becauseof undergror,vth,on-going earthworks, sr,vampyareas, or other obstructions,the groundsurface is obscured,or accessis restricted,and providedthe Client prior agreementis obtained,contour can be shown by broken lines to indicate that their accuracycannot be guaranteed.

DesignScction S6 un** Terrns of Refbrence DetailedDesign fttr Duolizntionof Kltuztlsr-- ChcmartSeetiorr of N,25 olowg tvithtlte FeasibilityStutly & Det{tiledDesign Alternalive route at Lnkpuss& Tunnelat Khojnk Bypnss

).a- /

Tlie longitudinalprofile plan shall be plotted in A1/A3 size (asrequesteci by Client) to a scaleof 1:1000Florizontal and 1:100Vertical rvith chainageinterval of 25 m unlessotherwise specifiedor instructedby the Client. The crosssectional plan of the existingroad shall be plotted in A.1 sizeto a scaleof 1:100both horizontaland vertical u,ith 25 m interval. The pian shall sliow the chairrageinterval as specifiecland the existing ground profile and all tlie existing features.

3.8 gseud rtjawing$A_L$lirui&rlIqCIieq

Freiiminarycopies shall be subrnittedin the form of stablebased paper. Every sheet of the dr:arvingsshall be marked as preliminary oopy along r,viththe date of submission,until the 'oFinal final approvedcopy which shall be marked as TenderDrawings". Each dlarving shall be stampedand signedby the Designer.

3.9 Sott_$,qbmissiono[,!]ata and EfgUalgg[

'fhe Surveyorsl-rall supply tlie digitai ground uroclelclata, All Drawings, Reports suitable for input to tlre cornputerspecification acceptableto Client. The data shall be supplied as specifiecl belcw in orderto preference: The CD-R and hard copy shall be supplied with an inclex sclieduling the contents anclreferencing and shali remainthe propertyof the Client.

3.10 fllsl$ Bqllliqen{ Reeqrd

All fieldbooks and computer data must be properly kept and shall record truthftrlly all the sun/eywork carriedout. The Surveyorshall do all r.vorkingsin proper books, adequatelyin good style and accordingto best practice. All field books shall be done in ink. Unsatisfactory works and errorsshall be struckoff and there shall be no superimposedrvritirrg or erasure.

Client's Represenlativemay checktlre field books now anclthen to ensuretirart a high standaldof work is maintained. I{e may request the Surveyor to carry out some spot cliecks if he has reasonabledoubt on the accuracyof the survey work. The Surveyor shall comply with such requestsuniess he can prove to the client's representatirrefor his satisfactionthat such checksare unnecessary.

All field books and computerdata striall be certified by tlre qualifieclsurveyor.

The Sun'eyor shall sr.rbmitthe requirednumber of copiesof Final StirveyReport on completionof all survey r,vorksin a format as approvedb;z the client. All photographsfor all the copies shall be original copiesand any diagramsor planspresented together rvith the reporl shall be in a cleanand neat form and in scannedsolt format.

DesignSection Terns of Reference Detailed Designfor Duulization of liltuztlur'- Chunmn Sectiort oJ'N-25 ulottg tuitlt the Feasibility Study & Deluiled Desigrt Alternative route M Lalryuss & Tttnnel at liltojak Bypass

3.11 Dp,SigpSt?grdards Following designstandards and CodesShall be fbliowed: The project will be two lane carriager,vaywith: Two Additional Lanesi.e. total Four Lanes Cauiageway Width 7.3 m(3.65*2) for main caruiageway Bridge 2-lane ShouiderWidth 2.5 mpaved and 0.5 m earthenrounding CrossFall normal Cariageway 2Yo Shoulder4% Climbing Lane 3m (where ever appropriate) Median Not applicable Full Superelevation 6% EscapeRamp Drainage Curb and Gutter and Chutesfor controlled drainage

GeornetricDesign Standards"A Policy on GeometricDesign of IJigliway & Streets20II"

3. 11 . 1 $-trudalris*for$Jruc-1rr:es

CodesAnd Standards: For analysisand designof structuresfollowing codes,standards and loadsr,vill be adopted.

o AASHTO-(LRFD): - For analysisand designfor all loadsand load combinations.

Pakistan Highrn'ayCode of practice for Bridges 1967: - For vehicularloads, their spacing& irnpactfactors.

UBC/IBC 2003:- For seismiczoning in additionto the revisedseismic risk rnapof Pakistan.

ASTM: - For materialspecifications & testing I ACI: - For analysis, design and detailing, only in case such details are not specifiedin AASHTO.

Vehicleslive load West PakistanCode of Practicefbr Highway Bridges 1967(WPCI.IB) specifies more severeloads to be consideredin combinationu,ith otherloads such as deadload etc. As follows: o ClassAA loading:

Design Section Terms clf Refelence Ilctuiled Desiiln J'or Daalization of Khuzdur - Cltuttutn S"rtio,, of N-25olong tt,ith the Feusibilitlt Stutly & Detuiled ilesign Alternative route ot Lokpass & Tunnel at Khojuk Bypnss

The 70-Ton trackedmilitary vehicle to be placed in accoldancewith WPCFIRto give maximum stresses. ( o ClassA loading: The 54.5 Ton train of trailers (with different axle loads) to be placed in accordance with WPCI{B to give maximum stresses. o Check Deck SIab for Punching Shear: Additionally the bridge deck slab shall be checkedin Punching Shear for a Wheel Loaclof 21,000Pounds [95dN].on0.25 x 0.5nr2tire contactarea. Other loads Side walk live loacl Al;;,is r"rvJ*} (100 psf) of rvalkway betr.r,eenside banier/railing and slroulder, applied continuottsl5'or discontinuottsl-v-over both lengths and width of structureiu orderto producemaximum stressesin the memberuncler consideration. Florizontnl live load on railing/posts of side barrier Thesedepend upon the configurationof the railing/posts/barrier system.The position and the magnitude of the horizontal loads are taken according to Article 2.7 of AASI{TO. Irnpactload Impact loading on the bridge superstructureis takenin accorclancewith WPCI-IB. Wind troacls Wind loadsale taken in accordancerryith the provision of WI'CilB. e Seismicdesign International Building Code (IBC-2.003) and Earthquake f

3.11.2 jlxirti!e_$_[uplursp__[r_f*app_1i_qab,ld

Consultantssliali caruy or-rtcletailed inspection of existing structuresand based on conditionof the structureshall reconrmendretention of existing structuresor leplacement. Where existing structures are retained, desigri for rvidening/ extensionof existing structuresshali be carried out to commensuratervith l-{FiA standardsfor X-section of 1.heroad and structures. Condition Survey Report, along 'with two photographsof eachexisting stmcture will be submittecl.

Slruqlurel-Aua.kiir Structural Analysis shall preferably be performed using standard internatiorral software.All input files shall be provideclin the design report" River--l.ryislqs-lllark.l Guide Banl':s,spurs and protection rvorks as specified in the Model study report r.villbe designedfor high flood dischargeand flou'pattern deterrninedby clesign

LlesignStrction 'Ienns of Reference Detailed Desigrtfor Dualiztrtiort cf Khuzcktr - Chumun Section af N-25 along with llte Feasibility Study & Detailed Desigrr Alternative route ut Lukpass & Tunnel at l(hojak Bypuss

calculations and hydraulic model study. Detail Drawings of the River training works will forrn part of Hydraulic Report and Tender Package. 3.11 .4 RoadsicleDesign Standards

Roadside design pertains to the design of area between the outside shoulder edge and ROW limits. It involves safe design of features like embankmentslopes, cut slopes,roadside clearances,roadside drainage slopes, design of road signs and luminaire with breakaway supports, roadside barriers and bridge railirigs etc. The AASHTO Road Side Design Guide Jan, 1996 shall be followed.

Task 4: Traffic & Axle Load Survey Approximate lluration: 20 Days Outcome: Classified Traffic.Surveys after approval of Client. Submit Traffic & Axle Load Sun'ey Report. (5 Hard + 1 Soft copy)

4.1 Traffic Count

Traffic count forms the basis for capacity analysis,pavement design and economic analysisetc. consultantis required to cany out classified traffic counts at required locations along the project and on the connected netrn'orkto develop an understanding of traffic pattern. The study will also entail the estimation of divelsion and generatedtraffic. The consultant shall submit in Inception reporl, detailed program of traffic count along with locations, duration and repetitions. Sameshall be exercisedafter the approval of the Client. The classifiedtlaffic count shall includefollowine classifications:

- Non motorized traffic Animal drawn,bicycle - Motorized traffic M/cycle, CarlPickupI I eep,Minibus/wagon, Bus,2-Axle, 3- Axle,4-Axle, 5-Axle, 6-Ax1e Tractor trolley

The traffic count shall be done with hourly classification.In peakhour, 15 minute

intervalcount shall be doneto ascertainPHF. I

a. Consultant shall obtain any relevant available traffic data directly from concerned agenciesprior to conducting the traffic counts. Traffic counts for three(03) daysof24 hours shali be carriedout. b. Calculatedelays of vehiclesto be usedin economicanalysis. c. Traffic volume at count station to be forecast for 10 years design period. Various altetnative growth rates (if available) from agencies or based on historical increasesin fuel consumptions,vehicle registration etc., slmll be utilized. After review of the various growth rates and resulting traffic volume, the consultant wili recommend the growth rate to be adopted as basis for designand coordinatethe samewith NHA. Terms of Refbrence Dettriled Design for Dualizotion of Kltuzdar - Cltantan Secrionof N.2S ulortg with the Feusibiliry Snly & Detsiled Design Altemslive route nt Lakpuss cQ Tunnel ut Khojak Bypuss

The traffic fbrecast will be made individually for each vehicle category including cars, buses, wagons, dual axle and rnulti axle trucks and tailors accordingto NTRC format. Generatedtraffic if any shall also be assessedand includeclin the traffic forecast. Accessthe existinglevel of serviceWith the proposedsolution.

A1 a.L Jqqruey.ilirye For with and without Projectscenario, the journey time surveyof variousclasses of vehiclesin peakhours and off peakhours shall be done.It shall be usedin economic analysis

LT.J Aril#a-*lD,sflsqtlsn*slrrryex If required,the O&D Stn'ey shall be carriedout to identify the traffirclike to be divertecito the Bypass.

4.4 Axlel-,oa-d-o-twyex Consultantshall underlakeaxle load surveyusing portableweighing machine. Consultantshall confirm in liis technicalproposal the availability of suchequiprnent (rrwnershiplrcrrtalbasis). Sufficient samples of all axle groupsshall be weighed.In additionto axle load,tyre pressrlreshall alsobe measured.Data shall be annexedin the final repofi and useclin the parzementdesign. a.J Und e rp" a qslt at tl eJne sp S u ryqy Using satelliteimageries, field surveyand site consultation,consultant shall identify exactnumber & locationsof the underpass/cattlecreep survev to be provided fbr convenienceof local residents.

4.5 Traffrc Diversion Plans

'Iraffic Diver:;ion Plans shall be provided for the follor,vingsituations:

cl. ,,\t toll plazas b. At Intersectionsand interchanges In urban areasinclnding methodoiogy for separatingtlre and tirrough traffic. d. On at-graclerailway crossings. At placesr,vhere.underground qonstruction lil

Consultant shall fully clefincthe rncthoelologyfor construction scquence, diverfing tr*ffic ancl maintaining thc diversion roacls.

Pa€:dn]1+ftr Terms of ltefbrence Detailed Desigrtfor llualizatiort of Klruztfur - cltntttnn section af N-25 utotrg tvitlt tlte Feasibility Stutly & Detuiled Design Alternative rcute at Lakpsss & Tunnel at Khojak Bypnss

Task5: Soil & Material Investigation Report ApproximateDuration: 45 Days 0utcome: Draft Soil and Material Investigation Report (l FtrarclCopy) Final Soil and Material lnvestigation Report (5 Hard + 1 Soft ) q(!,1 / Soil:k Matg-fiat I*rygstieatiqn

Soil & Material is shail be done to ascertainthe index and engineeringproperties of soil & rock encountered.The consultant is required to seek, interpret and evaluate subsurface and surface data in order to predict the behavior of the soils and materials along, and adjacent to, the alignment.The resulting infolmation should be.presentedin a logical and intelligible manner so that it can be used correctly and efficiently by the non-specialist.

The consultantis required to carry out following steps:

I Determineneeds of the design t Carry out complete ground investigations o Carry out complete laboratory testing t Evaluateresults 1br final desisn

As per fixed irorizontaland vertical alignment, identify the areasof deepcuts and high fills. Studyprecise geometry of theroadway structures and develop design requirernents. \ Field investigationsshall be carriedout in threemainareas.

-v Investigation along the length of the proposedalignment and to cleterminethe pavement , supporl potential offered by the subgradesoils Investigation to cleterminethe sourceand quantity of natulally-occurring construction materials - Examine specific sites such as deep cuts, retaining walls and culverts etc.

Following table showsthe guidelinesfor the quantityof roadwaypits or borings andtesting/ required for the Final Design Report. The values given are averageinvestigation requirernentsfor normal highway work and that actual scopewill dependupon the complexity of the problem.

Uniforrn Rolling Hilly Unilbun 1/3 of embankrnent Embankment Rolling of lefusal Hilly Uniform 2/3 of embani(ment Rolling of refusal Hitty Terms of R-eferencc Detailed Design far Duslizstian aJ'Iihuztlor -- Cltomsn Section af N-25 ttlortg wilh the Feasibilitlt StudJ,& Detsiled Desigrt Atrtemfti,-e route ot Lokposs & Trtnnel al Khojok Byposs

Uniflorm 1000 1.0below subgrade <,/" Rolling 500 Cut FIilly 250

Unilbrm 800 1.0below subgrade 2-10 Rolling 400 Hilly 200 Unifarm 600 1.0below subgrade >10 Rolling 300 Hilly 150

Guiclelinesfor testingrequirements are given belorv:

TESTI{EQUIREMENT FREQT]ENCY Test EMBANK]\{ENT SUBGRADE ALIGNMENT BORROWAREA

Gradation o o I per krn I perboring/ pit

Moisture Content o o 1 perkm 1 perboring/ pit

Classifieation o o 1 perkrn I per boring/ pit

I\4oistureDensity G o 2per5km i per boruor.varea

CBR o 1 per i krn I pef bolrow area

For testingof materials,following codesand standardsshall be followed: a) ASTM - AmericanSociety for Testing& Materials. b) AASHTO- AmericanAssociation of StateHighway andTransportation Official s.

/^^ Me{s#s!--Irrse,sllssqierr

V Every elfort shouldbe madeto locatesuffrcient eluantities of naturallyoccurring - constructionmaterials at regularintervals along the alignmentand as closeto the alignmentas possible.In caseof potentialquarry sites,test boringsare likely to be necessaryto confirm tl're quantityand qualitl' of materialavailable. Bglk samplesfor quality testingmay be obtainedfrom."- adjoiningbedrocl,; outcrops provided that the samplesobtained fi"om such sourcesare truly representative.Test resultsfrom any nearbyoperational quanies should also be includecl... Considerableatnount of water is like'ly to be reqtriredfor the propercompaction of earthworks, and water points q,illbe llecessaryat llequent intervals along the alignment. An . assessmentshould be madeof the likely sourcesof water from any existingwells and from the- geologicalfornrations underlying the route. Samplesfor teststo assessthe suitability of r,vaterfor concretewill be necessary.

DesignScction 'ferms o1'R.eference Dclailed Design for Dualizutiort oJ'Khuulur - Cltanzan Sectiort of N-25 along tpitlr lhe Feasibility Stucly & Detailed Design Afternative roule at Lukpuss & Tunnel at l(hojak Bypass

Following table shows guidelines for the testing requirementsfor aggregatesand water.

Test Requiremenl Test Fine Aggregate CoarseAggregate Water Asphalt P.C. Subbase/ Asphalt P.C. Concrete Concrete Base Concrete Concrete Gradation a a a c c

Atterberg L,imits a o c

Sulphate o c a a a Soundness

Lossby Abrasion a a o

OrganicImpurities a

SandEquivalent a o o

SolubleSulphates a o

SolubleClorides o e

FriableFarticles o o a a

Thin & Elongated a c o . Particles

FinenesslViodulus O a

Water Quality c

Marshall Test O

StrippingTest o s.3 $"e"ll*"c*l:rssifigdli_eq

Soil description is necessaryfur all test pits and boring logs. The descriptions slrould be standardized so that the main characteristics are given in the sarne order i.e. Mass Characteristics shall include field strength, moisture content, bedding state if appiicable discontinuities and state of weathering.Material Characterislics shall coverColour, Composition, and gi'acling.Particle shape,soil name and soil group. Both Unified and AASHTO classification shallbe used.

Task 6: Ilnvironmental Impact Assessment Approximatel)uration: l20daysDays Outcome: EIA lleport submission and obtaining NOC from FEFA (3 Hard + I Sof't copy) Terms of llcferenc,.: DetailedDesign for Duatiztrtiotto.f Khuzrlor' -- Chunturt Sect/onof N-25 ulauyT with lhe lrensibilittt ,Study& Detcilcd Design Ahernutive rcutc ut Lakptss & Tttnnel at Khojak Bypnss

5.1 EIA As per EIA Rules,Consultant is requiredto carry out the EiA Study for the Proiect. It involves collection of required data from site, formulation of Repoft, getting it revieu,edfrom NFIA EALS Section. Submission of EIA Report to EPA Baluchistan, addressing tlreir requirements,to their entire satisfaction(Including submissionfee). Conductingthe Field hearing anclobtaining NOC for NHA.

For EIA, Consultant shall directly coordinate r.vitli GM (EALS) office. The Consuitancyfee againrit!theEIA shall be verified anclBrgqeqsq{ hy.j]rs_q![cr_Ef_AM{EAl$.

i Tasli 7: GeotechnicalInvestigations for structures Appror,imate $uration : 45 Days Outcome: Draft GeotechnicalInvestigation Repnrt (1 I'Iarcl copy) Final GeoteclanicalInvestigation Report (5}Iard + 1 Sof{ cop}') Ileport on remedial measuresof l-nndsnides/scouningi.e Strope Stabilization (3 Hard +1 Soft copy) 7 \-/ i -&sfesl:x$:rl-luypq-sretrsllf{}L$.trmlsrer C)onsulta.ntshall appoint, after the approvtri of tlre Employer, a "Nominated SpecialistContractor" to perforrn geotechnicalinr,estigations inclucling field and laboratory 1.esting,for canal, roarJand river:bridges. After the formulation of _eJAg|scope of rvorl

Sub--surfaceinvestigations consisting of boreholes/ drill holes / test pits of required deptir, supplementeclby field ancllaboratory testing to accuratelyassess the engineering properties of the underlying soil strata for detailed design of fbundal.ions, substructuresancl roardsshall be unclertal

Bore logs shall be included in the Soil Investigation ILeport along with the 'festing lal,rcratoryresr"ilts. of samplescollected fronr site sirall be carried out in a reputed labora.1.ory,under strict quality conti'ol and adherence to rel*vant ASTM procechrres/ stancla.rds.Depth of bori-n-gshall be decidedby the geological formation at site and the type of founda.tionspropo$g{-for the'structures.Standard penetralion tests shall be started from

A-f * Terms of Iteference Detfiiled Designfor Duulizatiort of liltuzdor * Chsman Sectiott af N-25 along with the Feusibility Study & Detailed Design Alternative route at Lukpass& Tunnelat Khojak Bypass the ground surface and carried out in accordancewith ASTM D1586 PenetrationTest and Split Barrel sarnpling of soils. Where clayey soils are encountered,undisturbed samples shall be obtainedin accordancewith ASTM thin-walled sampling of soils.

The site investigationto be undertakenshall consistof the following:

Deep Machine boring to a maximum depth of 40-50 m (Average) below ground level and associatedfield-tests for River Bridge Piles and 30 ni for other structures. Trial Pits to a maximum depth of 3 meters.

Hand augerholes to a maximum depthof 7.5 meters.

SeparateBOQ shaltbe preparedby the Consultantwith all requiredtests for deepboring. It is required to carry out grain size analysisat required scour depth.

Submission of proper site investigation reporl comprising all relevant notes and pertinent information required by this Specification together with laboratory test results. The above scope of work may be varied or deleted depending on the findings as the investigation proceeds.All Sectionsin this Specificationand the Bill of Quantities,which relateto work or materialsnot requiredshall be deemednot to apply.

Landslide and Slope Instabilify: (If required) The consultantsshall carry out detailed mapping of the area, classify the mass inovement if any parlicularly consider the engineering geology, movement morphology, type of material, its properties and evaluate causes of movement and triggering mechanism (internal, external).Depending on economic and technical conditions, the consultantsshall proposeremedial lneasurerequired to stabilize the slope, its cost and feasibility of the stability measulesand its magnitude, consideringthe most appropriateland use along with stability conditions. The consultantsshall propose remedial measuresrequired to stabilize the slope. The slopesmust be stabilizeclthrough measuresusing local/indigenousniethods and materials like benching, breast/retainingwalls, gabions, wire meshesand vegetation. Heavy and expensivestructures must be avoidedas far as possible.However if necessary various alternativeswill be suggestedwith detailed evaluation.

Task 8: Pavement & Structure Design Approxirnate Duration: 25 Days Outcome: Pavement & Structure Design Report along with Condition Report and rehabilitation plan of existing two lane road with cost estimate Draft Report (l Hard Copy) Final Report (5l{ard + 1 Soft copy) I

Terms of Reference Detailed Design.for Durtlizrftion oJ'KIruzdur - Cltumun Secrion of N-25 olong tvilh the Feasihility Stndy & Iretdled Desigtt Alternctive rcute ut l.alrpcss & '{tutnel ut Khojtk Bypass

8.1 tgyetrresl &sgs Sppgt!

After the traffic collnt and projectionsfor designedlilb of l0 years are done, the soil investigationsdata is available;the pavementdesign shall be done. T'he consultantshall get the basic design fi'om AASHTO Favementdesign guide-93, but final pavementdesign shall be done using empirical-mechanisticmethod. Asphalt Institute & Shell Model shall be used. Axle Load data and tyre plessuredata collectedunder Para 7.1.3 shall be used.Kenlayer analysissoftware shall be used.Non-linear elasticapproach shall be employed.All calculationsshall be attaclredin the report.

Flexibie, Rigid and CompositePavenrent shall be evaluatedancl cost comparisonshall alsobe carriedont. EV;\LUATION oF EXI$TING PAVIIMENTS:.

For rehabilitationof existing pavement,the consultantshall preparea separatereport, stating the functional anci structural capacity of the existing pavement. In case of fr.rnctional capacity,the presentIRi, Capacity,drainage shall be reported.For Str:ucturalCapacity, FWD data may be provided by NI{A. Consultantrvill analyzethe data and basedon unit delineationwith coeffrcient of uniformity of not gt'eaterthan 15o/o,homogenous seotions shall be developecl. Consultant shall develop a clestructivetesting proglam to obtain in-situ parameters like, compaction,rnoisture density, gradation, in situ-CBR and layer thicknesses.With all the data,back calculationexercise shall tre doneto arrive at availablesllength, to be usedin the pavementdesign. Baseon the aboveclata the consultantwill give economicalfeasible rehabilitation plan along with cost estimateof tire existins trvc laneroad.

S.L lSlnuetsral llssisg$epstt

Detail structuraldesign of all structuresshould be prepared(Briclges,culverts, retainirig structures,any other structureused for slopestabilization, etc) Note: Separa.teoopies of pavementdesign and structuraldesign should be submitted.

Task9: Ilydrologic Stucly ApproximafeDurafion: 25 Days Ontcome: Draft l{ydrologic Reporf(l llarcl copv) Final H R.eport(SFlarcl + I fioft cc

9.1 Hydrqlgs}1&.J,Iy:{rfl q$s_$!rxt:

The hydrologic analysisperformed on Project shall be compiled in a hydrologic report. The Report shall consist of tu'o sections;a data section, where the hych'ologicalbackground information shall be recorded. Other part shall be an analysis section, r,l&ere the design computationsshail be recorded.

fhe following items shall be usedas a checklistof the datathat shall be included in the hydrological report. flie coraprehensivenessof the report shall depenclnpon the nature of the

DesignSection Tenns of Referenqe Detailed Desigrt for Dualizotion af l(hazdur - Clranuut Section of N-25 dong with the Feasihility Study & Detuiled Desigrt Alternutive route at Ltkposs & T'unnel at Khojak Bypass valley, or flood plain to be traversed,the cost of proposed drainage structures,and class of highway.

9.1.1 HydrologicalData Data shall comilriseof lbllowing items: 1. TopographicMaps Maps are required. to show the proposed highway alignmenl in relation to the drainage characteristicsof the area being traversed. The available maps in this regard are Survey of Pakistanrnaps of 1:50,000scale. Proper catchmentareas shail be marked for rivers &nullas. Same shali be made part of the reports. 2. SatelliteImagery The satellite imagery shall be used for upstream and down stleam to identify the land use and drainage characteristics.Photographs shafl be taken for all crossings whose design flow exceeds20 m3ls..Samcshall be made parl of the report. Thesephotographs shall be of sufficient quality to enable the engineer to estimate chamel roughness characteristics,nature & extent of vegetation cover, and land use. These pictures may be placed in the text or referencedin the text and conrpiled at the end of the Report. 3. Land Use Using the topographicmaps, satellite imagery and site visits, the engineer shall comtnent on the nature of the land use in the affected water sheds.Similarly engineel shail comment on the nature of vegetation and soil characteristicsof the basins. Individual types of land use, vegetation, and soil classifications shall be indicated as percentagesof basin area.The extent of anticipatedchanges within any of theseareas shall also be indicated. 4. Water Use Engineel shall comment on the use of the rvater within the affecied drainagebasins. If reservoirs are within the watersheds,the operational ploceduresof these reservoirs shall be described.Condition of bunds of reseruoirif made by locals shall also be commented upon. 5. Rainfall Data

Rainfall data for the Project area,obtained from Meteorological departmentshall be made part of the report. The data shall consist of a brief description, the length of record, tlre accuracy, and the source (if other than Met deparlment). Data collection shall be responsibility of the Consultantincluding paying any iequired fee fi'om any source. 6. River DischargeData In casea major river is encountered,its maximum dischargeshatrl be obtained fi'om the relevant department. In case of current Project, the Moclel stucly report is alreacly available. Consultantto confirms the maximum discharqe. 7. Iligh Water Marks Often high water marks can be used to estimate peak flows within a basin. Wrenever possiblethe Engineel shall preparea brief flood history. Tliis statementshall

68 *-"*rn _i I erms oI l(elefence Detsiled Design.for Du$lizatiort of l{huzdar.- Cltawan Scction of N-25 clorg with the Feasibilily Sttrdlt {" Detsiled Deilgn , lternstitte rou{e il Lokpass & 'l'unnel at l(hojak Bltposs

include the dates of occurrenoeof the flooding and the elevatior-rsof water marts. trf possiblephotographs of suchmarks shall be includedin the repofi.

9.1.2 I{ydrologicAnalysis i-Iydrologicanaiysis shail cornpriseof ibllowing steps: 1. DrainageArea This exercise is done usually on the topographic maps. A field inspection of clrainagebasins is liighly desired.If available,DEM model with satellite imagery can be used to simulate the drainage pattem. of the area. In the field inspection, in hydroiogist shall record manmade features,such as agriculture tenaces and dikes, which r,viil intercept all of the runoff from the drainage area. These may inclucie road-waylnilwayembankments. Once the boundariesof the contributing areas have beenestablished, they shall be delineatedon a basemap and the areasdetermined. This is commonlyrtsing a scannedmap in CAD softrn'are.

I 2.) WatershedPal'ameterq. Drainagebasin chalacteristics shall be determinedin the field or fi'om availablemaps. Theiist of paramelersbelow is basedon the informationneeded by the variousmodels used inln theme hydrologicalnyofologrcal analysis.analysls. Sorne;paramelerssomejpafa[ieters willwlll LreL']einsertedrnsefted clirectlydlr'ectiy into a particular formula and otherswill be tm96 in comparingone watershedto anolter fcrr use in transfertins clata.data. ij\' ;

a. Basin Length b. BasinSlope c. PercentImpervious d. Infiltration e. Detentionl)epression Storage f. DrainageBasin Roughnesscoefficient g. Cliarrnelor conduit slope h. Cha.nnelor ConcluitCross-section i. Channelor ConcluitRoushness

3. FlooclModels Listerl belolv ate ,severalmethods i-or use in estimating peak rr-rnof,ffi'om drair-rage area.s. a. RationalEquation: To be usedfbr areasless than 50 ha b. Gumbel Distribution: Areas greaterthan 100 ha with gauging station data at the site. c. Indirect Estin,ates:Areas greater than 100 ha with gauging station data fi'om neighboring u,atershecls. d. RegressionEquation: Areas greaterthan i00 ha with rainlali clata.

6? p"{5'a'riJi44 Terms of Reference Detailed Designfor Dualization of Khuzda.r- Chaman Section of N-25 along witlt the Feasibility Study & Detailed Design Alternative route at Lakpass & Tunnel at Khojak Bypass

Whether on of above methods or any other method is chosento estimatethe watershedrunoff, the Engineer shall include in the hydrology report a copy of samplecomputation and any referenceused. The recurrenceintervals for usewith hydrologiccomputation shall be asfollows: Expressway 100years (1 percent) Arterials 50 years(2 percent)

Collectors 50 years(2 percent)

4. RainfallIntensity

The rainfall intensityvalue usedin the RationalEquation is basedon the amountof rainfall that occurs,the time it takes for that rainfall to occur, and the recurrence interval associatedwith each designclass. Statistical approach shall be usedto developIDF curves.Detailed calculations and IDF curvesshall be madepart of the Report.

Task10: Highway SafetyAudit

10.1 Hiehwar-Safety Audit (HSA)

Pakistanis amongthose countries, where the roadaccidents and fatalities are high. One of the major components28%o rclating to road accidentsis attributedto the road environment factors. It is therefore essentialthat the highway safety audit should be carried out by NHA procuredHighway SafetyAuditor, at variousstages, as per requirementsof internationalstandards. Thesestages are outlined below:

. FeasibilityAudit o PreliminaryDesign Audit o DetailedDesign Audit o Pre-openingAudit

Sincethe subjectProjects are selec ted for detaileddesign, the HSA shallbe carried out for after PreliminaryDesign and DetailedDesign by Highway SafetyAuditor availablein house;

DetailedAudit is shall be carriedout after the detaileddesign is completed.The Auditor may opt for site visit if required.Consultant shall providenecessary support in form of alignmentidentification (Surveyor will accompany).Meetings shall be arrangedwith the design teamof the consultant.Consultant will replyto all Audit paras.

\

DesignSection Page3 I of40 Termsof Reference Detailed Designfor Dualization of Kltuzclar - Chaman Section of N-25 along with the Feasibility Stutly & Detailed Design Alternative route at Lakpass & Tunnel at Khojuk Bypass

Task11: Stakeoutof DesignAlignment Approximatel)uration: 20 Days Outcome: Appror.alfrom Central DesignCell

11.1Stakeof Alisnmenton Ground After the Design drawingsare approved,the Consultantshall be askedto stakethe alignmenton ground.The Centrelinemarkers shall be fixed on groundat 25 m interval.A 1.5mlong "Bamboostick" with orangecolour cloth lm x 0.5m shallbe fixed at eachpoint. The alignmentincluding river trainingworks shall be shownto the NHA CDC, HQ. HydraulicExpert shall approvethe Bridge placement,while Client Representativeshall verify Roadalignment on ground.

Task 12: Land Acquisition& Utilify Folders ApproximateDuration: 20 Days Oufcome: Draft Land Acquisition& Utility Folders {1 Harclcopy) Final Land Acquisifion& Utility Folders (5 Hard + 1 Softcopy)

12.1LandAcquisition And Utilitv InfrastructureReport

The consultantshall identify land and property falling in the right of way (ROW) to be acquired,if available.The consultantsshall submit ROW plansshowing the alignmentwith 5 copiesthereof to NHA to facilitatetimely actionfor acquisitionof landto definethe right of way. ROW permanentmarkers shall be set up by the consultant,upon request.The Consultant shall also prepare estimatefor acquiring any additional and removalof structuresand utilities, particularlyin the built up areas.Folders shall be submittedin soft format in CAD with referenceto srid coordinates.

Task 13: ConstructionMachinery Report ApproximafeDuration: 20 Davs Outcome: ConstructionMachinery Report (3 Hard + 1 Softcopy)

13.1Constmction Machinery Report A detailedreport on constructionresource shall be prepared.It will include, based on the constructionduration, the amount and type of constructionmachinery required.Based on the Constructionplan developedin Primavera/MicrosoftProject, the resourceallocation/ the Cashflow requiredshall be stated. Computationsand assumptions for productionsshall be attachedin the report.The cost of any equipmentrequired to be irnportedshall be reflectedin the foreigncurrency portions of the costestimates and PC-I.

DesignSection Page32 of 40 A" ' Terns of Reference Detuilecl Design.for Dualizalion of l{ltuzdur - Chanwn Secliott af N-25 along with the Feasibility Study & Detsiled Design Alternutive rcute at Lukpass & Tunnel at Khojak Bypass

Task 14: Fornulation of PC-I Approximate Duration: 10 Days Outcome: Sutrmissionof PC-I (5 Flard + 1 Soft copy) 14.1FormuhtionoLSC-I The consultant shall prepare the PC-I for the project road sectionsincluding economicanalysis on prescribedPerforma of PC-I by Planning.Commission. SeparatePC-i for land acquisition shall be preparedand submitted.

Problernatic Areas

Consultantsshall identify the problernatic areasin speeific to landslide areas and suggest proper mitigation measures. Particular attention is to be given to avoid sharp curves in the alignment, minimum demolition of private property /debris flow. Seismic and environmental influenceshall alsobe lookeclinto in the studv.

Climate

The Consultant shall submit a brief introduction to climatic conditions under which the structure (if any) has to be constructedand pavementwill have to operatethloughout the year. The Consultants taking into accorint, the climatic condition shall specify the period of the year when 'fhe various construction activities may be carried out. rnaximum intensity of rainfall shall be estimated in the climate report, which is required for the designing of drainage system. The Constiltant shali collect all the relevant dala rcgarding the climate from the meteorological department/otirersources of Pakistan.

Task 1"5: Tender Documents ApproximateDuration: 20 Days 0utcome: Submission of Draft Tender Docurnents(3 Fland + 1 Soft copy) l-inal Tender Docurnents(15 Hard + I Soft copy) Draft Engineer's Estimate (2 Hard + 1 Soft copy) Final EngineerosEstimate (5 Hard + 1 Soft copy)

15.1 Tqnd_qrDoqurnents

TENDER DOCUMENTS Tender Documentsshall comprise of the following:- Tl-n a. Volume-l L - Instructionsto Bidders. + - Conditions of Contract (Part-I) (GeneralConditions; I Conditions of Contract (Palt-II), (Conditions of Par.ticularApplication). Dcsign Section lL *"** Terms of Reference Detillett Designfor l)uulizntion qf l{huulur - CharusnSection oS X1ZS atoitg w,itltthe Feasibilitl,Sludy & DetuiledDesign Alteruative rcule at Lohpuss& Tunne!st Khoisk llypttss

of Contract(Part-III), (SupplementaryConditions) I Conditions Forms and Appendices

b. VolumtlI General Specifications.

Volume-III ParticularSpecifications, Special Provisions ancl Bills of Quantities.

d. Volurnc-IV Drarvings as per the follor,r'ingdetail: Title Slreet

SheetIndcx

I(ey & LocationPlan with Co-ordinatesand alignrnentwith stationing.Pits of soil investigationsshali also be marked. Sheetof Legends& Symbols Traverse,Bench X4arkand Design alignmentclata inclucling cnrve data

Typicai Cross-Sectionsrvith locationsof applications

Super-eler.ationdetails and Linear Plan Road Fr-irnituleDetails (Guarclrails, PavementMarliings & Traffic signs etc) For Road furnitnre,location tables

Retaiiring lva.llsrvith looation tables

Soil investigationlinear plan IntersectionDetails Drainage plan fbr surfacerunoff and urban areas

Mass Haul Diagrarn Flan and Profile Drarn'ings GeneralNotes for StructuralDrawings Drar,vingsfor Small drainagestructures

Drai.vingsfor Large structures c\

Drarvings earth letaining structnres \ Landscapingdetails \ Misr:ellaneousDetails/ Anciilary Works including training r,vorlcs.

Detail drarvigg,foJdelsof Utilities/Infrastructurefor Land Aequisition and . ^:: ...:':ilrl...^.,. renlgvnio-f:all ".'.:,iutilitiell-infrastructure etc., having all the requisiteinfor:4ration.

DesignSection l) *,e*+r,ua Terms of Refelence DetuiledDesignfor DuulizationoJ'Khaztlur - CltonutnSectiotr of N-25 along ruitltthe Feasibilitystndy & DetailedDesign Alteuntive rcute at Lukpass& Tnnnelat Iilrcjak Bypass

Drawings relatedto Environmental Mitigation Measures

NIIA has standardisedVolume-I (I'}art-I)and Volume-il. Consultantsshall study and adopt thesedocuments after careful scrutiny and modification r.vhereasrequired.

e. Contract Conditions (Legal Part)

NHA has prepared Standard Tender Documents sections on instructions to Bidders. Conditions of Contract, Bid Forrirs etc. and has used them for similar project in the past. Consultantshall study these standarclisedcontract conditions and amend them in accordance with the requirements of this project. The Special Conditions of Contract can be added pertaining to the project as stipplementto the Generalconditions of contract.

f. TechnicalSpecifications

The consultantsshall study the NHA Specificationsanci prepare particular specificationfor the project for specifiediterns not coveredin the General Specifications.

g. Bill of Quantities

Cousultant shall preparecomprehensive Bill of Quantitiesto be calculatedto accuracy of + 5% encompassing all the items of work, properly cross referenced to the Technical Specifications. Standard format of Bill of Quantitiesshall be adopted.

h. ConstructionDrawinqs

The Consultant shall prepare construction drawings (Contract Plans) in a clear, concise and unifoun matrler in Digital Forinat using AutoCad. The drawings shall be AIIA3 size. Scale for horizontal alignment shall be 1:i000 and for vertical shall be 1:100.All drawings shall be signedin original. For draft submissions,the consultant shall stamp on every page Drcft 1,2, until final submission is made. on final submission, the stamp ,.Final Tender Drawings" shall be printed on every page with signatures.At the end of drawings a jacket containing CD shall be placed, in whicir the soft copy of drawings with all drawings in AutoCAD format.For every drau,ing shall be made ready in layout mode. Not fulfilling these requirementswill result in returning of drawings as un-acceptable. Engineer'sEstimgfe

Consultant shall prepare the Engineer'sEstimate of the project based on the detailed design, drawings and final Bill of euantities, using NI-IA Schedule of Rates (latest). For items not specified in NHA CSR, rate analysis shall be provided basedupon market pS ' Vq .o,*roeiio T'ermsof Reference Detsilerl Designfor Duulizttlian oJ'Kltuulor - C'hsnuut Sectit,uof N,25 ulang with the Feusibility Stady & Detailed Design Altemutit,e route ct Lakpass ,k Tunnel ot Khojtrk Bstpass

Total project value based on fair local market prices, materials, rvork methoclology,machinery and eqllipment required and on the basis of 9Ao/o managementefficiency shail also be worked out. For items not specified in NI{A's latest CSR, rate analysisshall be provicledbasecl upon market price.

Note: The follor,vingshall also be submitted/ provided by the design consultantsas an integral part of the Bill of Quantities/Engineer'sEstimate: Complete BOQ take off sheets

Bar BendingSchedule(s) "C" Ijactor Backup Calculations ltr

SpecialProvisions (SP) item Specifications

The Consultantshall atrrsodesign the follolvingas pcr requirement: Toll Plazas (04)Hard-l- 01 Softcopy RusBa1's (04)I{ard + 01 Softcopy WeighBridges (04)Flard +'01 Softcopy Streetlighting (04) F{ard-t- 01 Sotl copy PedestlianOverhead (04)Harci + 01 Softcopy

Sconegf Wor__kfolTunne! Scopeof Worh for Tunnel Construction attacheqlat r\nnexu re-A 16.M

Consultantat the enclof design shall makea final trlresentationwith following cletaiis.z\t the end of Presentatior:l,on box containing all documentsand drar,vinssshall be handedorrer for lecorclsection.

impq$Al1l1]ga.trLes o f .Pr:esentat.igq:

1) Consuh.antlvill describe the selectedroad alignment, merits, demerits, lancl acquisition and other impediments (if any).

2) Consultantsrvill highlight important componentsof project lilie major hridges, flyor,ers,interchanges, service areas and landslides(ifany)etc.

3) Important palarneters of sub-soil investigation iike CtsR, Pile Capacity and il' Classification etc.

Design Scction Terms of Reierencc Detailed Design for Dualization af Klruzrktr - Clmnnn Sectiort of N-25 along witlt tlre Feasibility Study & Detuiled Design Altemative route at Lakpuss & 'l'unnel at Khojak llypass

4) Consultantwill also highlight the .environmentalimpact of the road construction on tlie road influenceareas. s) Important hydraulic parametersused in the designof bridges over rivers/ canals. o) Resultsof traffic study and axle load survey. 7) Location of quarry sites

8) Consultantshall clearly explain the traffic managementplans. e) Cornpletedescription of design criteria and functional recluirements. 10)Description of specialised equipment and rnachinery required for the construction.

11) Description of methodology/ codesfor pavementand structural design including details of computermodels.

12) For Structural Design, Summary of results of computer output (especialiy maximum and minimum forces for all elements) in tabulated form shall be presented.

13) A plan shorving rnajor qllarry sites/ borrolv area sites including mass diagram showittg cut and full along the finally selectedalignment shall be presented.

i Any other points, which the consuitant may like to higlilight, shouid be included.

17. Sublnissionof Documents All the Reports associatedwith each Task shail be submitted as stated in respective sections.In the technical proposal, consultant shall develop a Worh programrne Task wise with submission dates. Failing to provide the salne, the proposal shall not be evaluated.

All docunients/ drawings shall be subject to revier.vand checking by NFIA's Experts. Consultant will incorporate any comments/ rnodifications made by the Experts (if agreed, The Responsibility for correctnessof design lies with the consultant).

Consultants rvill provide two additional sets of the tendel documents and reports to the Client at a later stageat no extra cost to the Client. Additional number of sets (if required) shall be providedat a oostof Rs. 5,000/-per set.

18. Proyi,sion of ,,Da_taon Q.oq.prct_Dlsc$ The Consultantsshall submit complete set of documentsand drai,vingslisted above on three (03) digital CD-ROMs. Files (Word, Excel, AutoCad, Graphical lmages, Photograpirs etc.) shall be properly indexed/ catalogued for record purposes and use/ reproduction at a later stageby NFIA.

Design Seclion Termsc1 Reference DetailettDesign J'or l)uulizuliott aJ'I(huzdur-- ChamttttSecti'an o7 N,zS rttoitg tvith the FeosibililyStndy & DetfiiledDesign '4ltcrnctive roule d Lckpuss& Turtnelil lftojuk Bypnss

19" Performance of the Consultant

The Consultantshall attendthe pre-bid rneetinganci his perf,ormance'rvith referenceto the queriesof the contractorsshall be evaluatedand recordeelby GM (P&CA) & GM (Design).

a. During l.hecclnstruction phase, the design revierv shall finally reveal the pei'formancestatus recorcled by the Design Section.

b. Finall;ztlie perfornance of the consultantshall be evaluatedbased on the performancestatus recorcletl by the Design Section.

Tlre peribrmallce rating shall be niaciein the foliowing manner:-

i. o A-l' Excellent ii..A Good iii. r B Itequiring improvement iv. o Foor Pooi:

c. "8" performancerating rvitirout subsequentimprovement shali clropthe consui+,antperftrrmance to the stage"PooJ:". If "Poor" persistsin two consecrilivestages, tire Design sectiot shall ilropose per-raltyancl P&CA shall irnplementthe recommendationin lhe ligh1of legality of the rnatter.

28. I:"4:::ing*g).sgoj!s"H|y Tlre Corisrittantrvill rnanageto train five (05) fresh graduateCivil Engineers as TraineeEngineers r:egnrcling the designactivities in thesesetvices. Cousultants have to submit the training progrnm to Member (F) for a.pproval.All the frainee Engineer rvill be selectedwith the approvalol'GM(Design)

lr'Ioreovcr,thc Consr:ltantis also responsibleto i:raya minimum stipend of Rs.40,0001^permonttrr after dedr"retionof all applicabletaxes ancl Consultant's overhead to eachTi-ainee Enginecr.

D et; i -':n Sict: I i r-,r-. lI**:+r-rt-ttt Termsof Reference DetailedDesignfor Duulization of Khuzdar - Chaman Sectionof N-25 along witlt tlte FeasibilityStudy & DetailedDesign Alternative route at Lakposs& Tunnel at Khojak Bypass

Mode of Paymentfor Road Construction: *A' is the Contract amount.excludins the ProvisionalSums

(6.4.tt S.No Activity Percentage of I TaskT&2 t0% 2. Task 3 5%

J. Task 4 5% Task 5 5% 5. Task 6 5% 6. Task 7 5% 7. Task 8 5% 8. Task9 5%

9. Task 10 i- }rl PerformIn-House 10. Task1l 2.5%

ll Task 12 5% t2. Task13 2.s% 13. Task 14 5% 14. Task15 5%

Total 65 0h

DesignSection Page39 of 40 Termsof Reference Detailed Designfor Dualization of Khuzdar - Chaman Section of N-25 along witlt the Feasibility Study & DetailedDesign Alternative route ot Lakpuss& Tunnel at Khojak Byprtss

Mode of Paymentfor Tunnel Construction: 66A"is the Contract amount.excludins the ProvisionalSums

S.No Activity Percentageof "A" I TaskTl 20% 2 TaskT2 t0%

a J Task T3 5% 4 TaskT4 ProvisionalSum Total 35"4

"Provisional Sumfor GeotechnicalInvestigation of the project shall be 2.5 Million for Geologicalfield work by local Consultantand 3 Million for Geotechnicalwith I-2 man-monthsof internationalConsultant for geologyand l-2 man-monthsof International Consultantson geotechnicalinterpretation"

Upon submissionof Reports,50yo payment shall be released.Remaining shall be released upon acceptable quality is ensured. Upon initial submission, a checklist correlatingto TOR requirementshall be attachedand checked for requirementspelled out.

Finalpayment shall not be cleareduntil formalityof Clause15.3 is ensuredand consultant gives an undertakingthat all drawingsin editableformat and reportsin word and excel formatis submitted.

/\t /-dv L

DesignSection Page40 of 40 G. FCO..rE_OFJ /ORK riOR TUNlipL

The scopeof work for the FeasibilityStudy and DetailedDesign of Tunnel rnainly comprisesof, but not lirnitedto, the follorving:-

Task-T1

r Inception,Feasibility of theTunnel study r Surveyand Site Reconnaissance r PrelirninarySurveys r TopographicSurveys I Utility Surveys o ldentificationof UndergroundStructures and Other Obstacles r StructurePreconstructionSurvey r l-ocationof Tunnel I GeueralDescriptionof VariousTunnel Types, Planning of TunnelShape and internai Elements r RouteStudy with Trafflc Capacity r Typesof Road-Tunnels/ cross-section r Environmentaland Community issues r OperationalSOP r Sustainability 'funnel r DesignMethodology/ Process r Groundwater/tunnelwater burst Control r TunnelPortals r Fire-Life SafetySystems r E&MSystems r TunnelDrainage r Operationand FinancialPlanning r Risk Analysisand Management

Tasl<-T2 CEOMETRICCONFIGURATION

t DesignStandards o MaxirnumGrades a l{orizontaland Vertical Alignment I Horizontaland Vertical Curves t Sightand Braking DistanceRequirements o Travel Clearance t CrossSectional Elements . Typical CrossSection Elements 'fravel ' Laneand Shoulder . Sidewalks/EmergencyEgress Walkway

t TunneiDrainage Requirements o VentilationRequirements (Operational and Fire) a LightingRequirements c Ttaffi c ControlRequirements

8o o Portalsand Approach

Task-T3 STRUCTURALDESIGN

Task-T4 GEOTECHNICAL INVESTIGATIONS

r Phasingof GeotechnicalInvestigations r Collectionand Review of availableinformation o TopographicalData + GeologicalMapping + Subsurhcelnvestigation r GeologicFace Mapping r GeotechnicalInstrumentation r Probing \ o GeospatialData lWanagement System

Task-TS TUNNEL LINING

o ConstructabilityIssues o Durability + CorrosionProtection

Task-T6 sElsMrccgNsrpERATroNS

Determinationand Identificationof ProblernaticAreas with Nature ol' Froblems & their SuggestedSolution

All the reports shall be submitted Task rvise(tr{arcl + Sof{ Copy)

Bt Task-T1

Flanningfor a roadtunnel requires multi-disciplinary involvement and assessments,and shouldgenerally adopt the same standardsas for surf-aceroads and bridge options, with some exceptions.Cerlain considerations,such as lighting, ventilation, life safety, operationand maintenance,etc should be addressedspecifically for tunnels.In additionto the capitalconstruction cost, a life cycle cost analysis shouldbe performedtaking into accountthe life expectancyof a tunnel.it shouldbe notedthat the life expectanciesof tunnelsare significantly longer than those of otherfacilities such as bridgesor roads.

Typical stagesof a roadtunnel project from conceptionto completionare:

. planning . FeasibilityStudy " Corridorand Alignment Alternative Study' . EnvironmentalIipact Studies(ElS) andbonceptual Design . PreliminaryDesign . FinalDesign " Construction 1.1Inception Report

The Consultantshall prepareand submit an Inieption Repoft foi the approvalby the Employer.The InceptionReport shall address following items:

a Codes,Standards, Directives o DesignCriteria a BasicTraffic dataincluding forecast period to be cdnsidered o Designprogramme/time schedule

1.2Feasibility Report

Pre-Feasibilitystudy identify promisingsites required comprehensive feasibility repoft. Technically and economicallyfeasible sites will be carriedforward for detaildesign and construction 1.2.1Location of Tunnel

Consultantshall present the optionsfor the tunnellocations and give recommendationsfor thermost viable andappropriate location of the tunnelfor the project.

_\a- , 1".3Tunnel Shapeand Internal Elements

Thereare threemain sltapesof highwaytunnels - circular,rectangular, and horseshoeor curvilinear.The shapeof the tunnel is largely dependenton the method usedto constructthe tunnel and on the ground conditions.

Consultantshall specifyshape of tunnel alongwith the constructiontechniques to be usedi.e, either cut and cover metliod, immersedmethod or by jacked box tunneling,tunnel boring machine(TBI\4) or by

-, !"'',r .: - " drill andblast in rock or by followingthe SequentialExcavation Method (SEh4), also as known asNew AustrianTunneling Method (NATM).

The tunnelsare usually equipped rryith various systems such as ventilation, lighting, communication, fire- life safety,traffic operationand control including messaging,and operationand control of tlie various systemsin the tunnel.Consultant/Designer shoulcl be cognizantthat spacesand provisiorrsshouid be madeavailable for theserrarious systems r,vhen planning a roadtunnel.

1.4Tnaffic Capacify

Roadtunnels should have at leastthe sametraffic capacityas that of surfaceroads. Studies suggest that in tunnelswhere traffic is controlled"throughput is morethan that in uncontrolledsurface road suggesting that a reductir:nin the riumberof lanesinside the tunnel may be warrantecl.Flo'ivever, traffic rvill slow dorvn if'the lane width is less tharnstandards (too narrorv) anclr,vill shy au,ay from tunnel rvalls if insufficientlateral clearance is providedinside the tunnel.Also, very lor.vceilings give an impressionof speedand tend to slow traffic. Therefore,it is importantto provide adequratelane r.vidthand height comparableto thoseof the approachroad. It is recommendedthat traffic lanesfor new tunnelsshould meet the requiredroad geometricalrequirements. It is also recomnrendedto have a reasonableerl.^ distancebetr.r'een the laneand the tunnel'uvalls or barriers.

'fhese Roadtunnels, especially those in urbanareas, often have cargo restrictions. rnayinclude hazatdous materials,flan-lmable gases ancl liquids, and over-heightor wide vehicles.Provisions shouid be maclein theapproaches to thetunn<;'ls for detectionand removal of suchvehicles.

1.5 Route Sfuciies

A roadtunnel is an alternativevehicular transportation system to a surfaceroad, a bridgeor a viaduct. Roadtunnels are considerecl to slrortenthe traveltime and distanceor to add extla travelcapacity through barrierssuch as mountains or openr,vaters. They arealso considered to avoid sr.rrfacecongestion, improve air quality',reduce noise, or minimizesurface disturbance. Often, a tunnel is proposedas a sustainable alternativeto a bridgeor a surfaceroad. In a tunnelroute study, Consultant shall corrsider the following:

n Su bsurf'ace, geologic al, andgeo-liydraul ic conclitions . Constructability . Long-terrnenlrirrtnrnentalimpact . Seisrnicity . Land userestrictions . Potentialair right clevelopments i. I-ife expectancy n Econonricbenefits and lif,e cycle cost . Operationand maintenance , Security . Sustainability

The opportunitiesthat firnnelsprovide for environmentalimprovements and real estatedevelopments over them are hard to ignore and shouldbe reflectedin term of financial credits.It is importantrrylien comparingalternatiilll" such as a tunnelversus a bridgeor a bypass,that the comparativeevaluation

BS \ includesthe samepurpose and needsand the overall goalsof the project,but not necessarilyevery single criterion.

1.6Financial Studies

The financial viability of a tunnel dependson its life cycle cost anaiysis.Traditionally, tunnels are desigrredfor a iife of i00 to 125 years.It is desiredto designtunnels fbr 150 yearslife. To facilitate comparisonwith a surfacefacility or a bridge,all costsshould be expressedin termsof life-cyclecosts.In evaluatingthe life cycle cost of a tuunel,costs should include construction, operation and maintenance, and financing(if any) usingNet PresentValue. In addition,a cost-benefitanalysis should be pelformed with consideratiousgiven to intangiblessuch as environmentalbenefits, aesthetics, noise and vibration, air quality,right of way, real estate,potential air right developments,etc.

The financialevaluation should also take into accountconstruction and operationrisks. Tireserisks are often expressedas financialcontingencies or provisionalcost items. The level of contingencieswould be decreasedas the project design level advances.The risks are then better quantifiedand provisionsto reduceor managethem areidentified.

1.7Types of Road Tunnels

Selectionof the type of tunnel shall take into accountthb fbctors,including depth of tunnel,number of traffic lanes,type of groundtraversed, and available constructiori methodologies.

Consultantshall identify the type of the road tunnel to be constructedalong with pros and cons comparedto the others.

1.8 Enyironmental and Communify Issues

In planningfor a tunnel,the constructionimpact on the communityand the environmentis importantand rnust be addressed.Issues such as impact on tralfic, businesses,institutional facilities, sensitive installations,liospitals, utilities, and residencesshould be addressed.Construction noise, dust, vibration, r.vaterquality, aesthetic,and traffic congestionare impoftantissues to be addressedand any potentially adverseimpact should be mitigated.

Alternative accessand utilities to existing facilities may need to be provided during constructionor, alternatively,staged construction to allow accessand to maintainthe utilitieswould be required.

Conductenvironmental and institutionalstudies to assesshow they irnpactthe designand con'structionof the tunnel. Basedon the selectedalignment, the Consultantshall refine the conceptualdesign of the project arrd shall caruyout environmentalimpact study. The priority should be focusedon the legal aspectsof waterresources, forestry and natureprotection. The commontarget, however, is to receivethe approvalfor constructionofthe projectby the concernedauthorities. Aithough, tunnels are generallyconsidered environmentally-friendly structures, ceftain short-termenvironmental ilnpacts during constructionare unavoidable.Long-term impacts from the tunnel itself, and from portals,vent shaftsand approacheson local communities,historic sites,wetlands,

Bti 'other and aesthetically,environmentally, and ecologicallysensitive areas must be identified and investigatedthoroughly during the projectplanning and feasibilitystages, and appropriately adcjressed in environmentalstudies and design. Eariy investigationand resolutionof environmentalissues is an essentialobjective for undergroundproject since unanticipated conditions cliscoverecl later during clesign or constrllctioncould potentiallyjeopardize the project. The specificenvironmental data needed for a particularundergrouncl projectvery much dependon the geologicand geographicenvironment and the functionalrequirement of the undergroundfacility. Scmeconlfflon issues can be stated,holvever, and are identifiedbelow i1 the formof a checklist: - Existinginfiastructure, ancl obstacles unclerground and above - Surfacestructures within areaof influence - Landownership and uses (public and private) - Ecosystemhabitat inrpacts - Contaminatedground or grounclwatel - Long-termimpaets to groundwaterlevels, aquifers and water quality - Controlof runoffand erosion cluring construction - Accessconstraints for potentialwork sitesand transport routes - Sitesfor mucktransport and clisposal - Noise andvibrafions fi'om constructionoperal.ions, and from futuretra{fic at approachesto thecompleted tunnel - Accessto residentialand comnrercialproperties - Long-termcommunity impacts - Long-termtraffic impacts - l-unnel fir'elife safetyand security - Legel ancJenvironmental constraints, enumerated in environmentalstatements or report, or elser.lftere.

For EIA, Consultant strall directly coorrlinatewittr GM (EALS) cffice. The vetting of the E{A fteport, and verification/processingof invoices etc. shali be dealt by the office of GM (xl,4LS).

1.9Operationai fssues

In planninga tunnel, provisionsshould be made by the Consultantto addressthe operationalancl maintenanceaspects of the tunneland its facilities.lssnes such as traffic control,ventilation, ligliting, life safetysystems, equipment maintenance, tunnel cleaning, and the like, shouldbe iclentifiedand provisions made lbr them during the initial planning phases.For example, items requiring more frcquent maintenance,such as light fixtures,should be arrangedto be accessiblervith minimal interruptionto traffic.

L.L{}Sustainabitrifv

Bf Tunnelsby definition are sustainablefeatures. They typically have longerlife expectancythan a surface facility. Tunnels also provide opportunitiesfor land developmentfor residential,commercial, or recreationalfacilities. They enhancethe areaand potentially increase property values.

Consultar-rtshallprovide a sustainabletunnel design and construotionmethodologies.

1.11General Description of Various Tunnel Types

The principaltypes of tunnelconstluction that are in useare:

. Cut-and-covertunnels . Bored or minedtunnels . Rock tunnels . Soft groundtunnels . Immersedtunnels . Jackedbox tunnels

Prelirninaryroad tunnel type selectionfor conceptualstudy after the routestudies can be dictatedby the generalground condition

The selectionof a tunnel type considering,geometrical configurations, the groundconditions, the type of crossing,and environmentalrequirements etc. Therefore,Consultant is requiredto perform the tunnel type study as early as possiblein the planningprocess and selectthe most suitabletunnel type for the particularproj ect requirements.

1.12Design Process

Tlte basicprocess used in the designof a roadtunnel is:

. Definethe functionalrequirements, including design life anddurability requilements; . Carry out the necessaryinvestigations and analysesof the geologic, geotechnicaland geo- hydrologicaldata . Conductenvironmental, cultural, and institutionalstudies to assesshow they impact the design andconstruction of the tunnel: a Performtunnel type studiesto determinethe most appropriaternethod of tunneling. a Establishdesign criteria and perform the designof the varioustunnel elements. Appropriate initial and final ground supportand lining systemsare critical for the tunnel design,consiclering both ground conditionsand the proposedrnethod of construction.Perform the designin Preliminary and Final designphases.Interim reviews should be madeif indicatedby ongoingdesign issues. Establishtunnel alignment, profile andcross-section Determinepotential modes of failure, including constructionevents, unsatisfactory long-term performance,and failure to meet environmentalrequirements. Obtain any necessarydata and analyzethese modes of failure; Perform risk analysisand identify mitigation measuresand implementthose measuresin the design Prepareproject documentsincluding construction plans, specifications, schedules, estimates, and geotechnicalbaseline repoft (GBR). 1.13Tunnel Cross-Section

The tunnel crosssection geometrical configuration must satisfythe requiredtraffic lanes,shoulders or safetywalks, suitablespaces for ventilation,lights, traffic controlsystem, fire/life safetysystems, etc. The crosssection is alsodictated by the methodof tunnelconstruction.

It is essentialat early designqtages to pay attentionto detail in laying out the tunnel cross-sectionto permit easyinspection and maintenancenot only of mechanicaland electricalequipment, but also of the tunnelstructure itself.

The tunnel structuralsystems depend on the type of tunnel,the geometricalconfiguration of the cross section,and method of construction.

I .14Groundwater Control

The design of a r.vaterproofings),stem shall be basedon the unclerstandingof the ground and geo- hydrologicalconditions, geometry and layout of the structureand constructionmethods to be used.A waterproofing system should alr.vaysbe an integrateds)/stem that takes into acconnt intermediate constructionstages, final conditionsof structuresand their ultimaterlsage including maintenance and operations.

The r,vaterproofingsystem should be atjdressedas early as possible and design criteria for r,vater infiltrationshould be establishedduring the process.

1.15Tunnel Portals

Consultantshali keepthe follor.r'ingparameters in considerationwhile designinga tunnel portals.Portals and ventilationshafts should be locatedsuch that they satisfyenvironmental and air quality requirements as well as the geometricalconl.iguration of the tunnel. At portals, it may be necessaryto extend the dividing wall betweentraffic travelingin oppositedirections to reducerecirculation of pollutantsfi"om the exit tunnelinto the entrytunnel. If possible,Portals should be orientedto avoiddrivers being blinded by the rising or settingsun. Special lighting requirementsat the portal areneeded to addressthe "black hole" effect. The portal shouldbe locatedat a point where the depth of the tunnel is suitably covered.This dependson the type of construction,the crossingconfiguration, and the geometryof the tunnel. In mountaintunnels the portalcan treas closeto the faceof the mountainas practicallyconstrucl.ible.

I".16Fire-Life SafetySystems

Safetyin the eventof a fire is of paramountimportance irr a tunnel.The catastrophicconsequences of the tunnel fires not only resultedin lossof life, severeproperty damages, but also greatconcerns of the lack of fire-life safetyplotection in roadtunnels.

For planning/designingpurposes, it is inrportantto understandthe fire-life safetyissues of a road tunnel and consider their impacts on the alignments,tunnel cross section, emergencyexits, ventilation provisions, geometricalconfiguration, right-of-way, and conceptual cost estimates,National Fire ProtectionAssociation (NFPA) 502 - Standardfor Road Tunnels,Bridges, and Other Lirnited Access Highwaysprovides the following fire protectionand life safetyrequirements for roadtunnels:

a Protectionof StructuralElernents a Fire Detection a CommunicationSysterns a Traft-rcControl a Fire Protection(i.e., standpipe, fire hydrants,water supply,portable fire extinguisher,fixed water- basefire-fighting systems, etc.) a TunnelDrainage System a ErncrgencyEgress a E,lectric,and a Emergencyresponse plan.

Emergencyegress for personsusing the tunnel to a place of refuge should be provided at regular intervals.Throughout the tunnel, functional,clearly-marked escape routes should be providedfor use in an emergency.Emergency exits shouldbe providedto safe,secure locations.

The emergencyegress walkways should be a minimum of 3.6 ft rvide and should be protectedfrom oncomingtraffic. Signageindicating both direction and distanceto the nearestescape door should be mountedabove the emergencywalkways at reasonableintervals (i00 to 150 ft) and be visible in an emergency.The emergencyescape routes should be providedr,vith adequate lighting level and connected to the emergencypower system.

An emergencyventilation system should be providedto control smokeand to provide fresh air for the evacuationof passengersand for supportto the emergencyresponders. The emergencyventilation system is often the normal ventilationsystem operated at higherspeeds. -Emergency ventilation scenarios should be developedand the operationof the fanswould be basedon the locationof the fire and the directionof the tunnel evacuation.The fans shouldbe connectedto an emergencypower sourcein caseof failure of the primary po\.ver.

Emergencytunnel lighting, fire detection, fire lines, and hydrants should be provided.sIn certain installations,fire suppressionmeasures such as fbam or delugesystem have beenused. The risk of fire spreadingthrough power cableducts should be eliminatedby dividing cableducts into fireproofsections, placing cablesin cast-inducts, using fireproof cableswhere applicable, and otherpreventative measures. Vital installationsshould be suppliedwith fire-resistantcables. Materials used should not releasetoxic or aggressivegases such as chlorine.Water for fire-fighting shouldbe protectedagainst frost. Fire alarm buttons should be provided adjacentto every cross-passage.Emergency services should be able to approacha tunnelfire in safety.

Emergencytelephones should be providedin the tunnelsand eonnectedto the emergenoypower supply. When such a telephoneis used,the locationof the caller shouldbe identifiedboth at the control center and by a warning light visible to rescuingpersonnel. Telepliones should be provided at cross-passage doors and emergencyexits. Communicationsysterns should give the travelingpublic the possibility of

r,.i.rtt :i. BS ,,i\/ -l J:f i! (.' I il --.;". summoninghelp and receivinginstructions, and should ensure coordinated resclle. Systems should raise thealarm quickly and reliably rvhen unusual operating conditions or emergencysituations arise.

Radio coveragefor police,fire and other emergencyselices and stafl'shouldextend throughout the tunnel.It is necessar:yfor police,fire and emergencyservices to usetheir mobileradios within tunnels and cross-passages.Radio systemsshould not interferewith eachother and shouldbe connectedto the emergencypower supplyto communicatewith eachothe.r. It is alsorecommended that mobile telephone coveragebe provided

1.17Systern Description-Technical Features (E&M Sysfem)

The Consultant shall c'lescribethe technical features of the whole system, thereby aclclressing following items:

. PrlrverSLrpply . Medium voltagenetu,ork . Lolv voltage networli n Emergencypo\4/er supply . Earlhing . Tunnellighting . Air qualitymeasurement . CcTV-systenr . Emergencvtelephone systen'r . Ttrnnelradio lbr rescueservices and maintenancesen,ices . Public addresssystem . Trafhc managementsysten'l . Tall stations . Fire detectionsystem " SCADA . Firefightingsystem . Ventilationfiet fans,axial fans,etc.) . Tunnelpainting

L.18Tunnetr Drainage

Good designanticipates drainage needs. Usually slnllp-pumpsysterns are provideclat the portals anclat low points.Roadway drainage throughout the tunnel using drain inlets and drainagepipes shouldbe pr:ovided.The drainage system should be designedto deal witli surface drainage as well as any groundr,r'aterinfiltraticn into the tunnel.Other areas of the tunnels,such as ventilation ducts and potenl.ial locationsfor leakage,should have plovision for drainage.Accumulation of icedue to inadequatedrainage provisionsmust be avoidedfor safepassage.

1.19Operational amd Financiatr Pianning

1.19.1Fotential Funding Sourcesand CashFlow Requirements

8q In assessingthe cashflow analysis,escalation to the yearof expenditureshould be used.Various indices of escalationrates are available.It is recommendedthat escalationrates comparableto this type of constructionand for the area of the project should be used. Factorssuch as work load in the area, availabilityof materials,availability of skilled labor, specialtyequipment, and the like, shouldbe taken into consideration.Repayment of loans and the cost of the money sliould be considered.They may continuefor a substantialnumber of yearswhile the operationand maintenancecosts of the tunnel also haveto be covered.

1.19,2Conceptual Level Cost Analysis

At the conceptuallevel, substantialcontingencies may be requiredat the early stagesof a project.As the designadvances and the risks identifiedand dealtwith, contingencieswould be reducedgradually as the level of detail and design increases.Sbft costs such as engineering,program and construction management,insurance, owner cost, third party cost, right of way costs, and the like should be considered.The costestimate should progressively become more detailed as the designis advanced.

1.19.3Operation and MaintenanceCost Planning

Consultantshould cater all the costsconsisting of operationand maintenanceof the tunnel, Operations are divided into three main areas,traffic and systemscontrol; toll facility (if any), and emergency services,not all of which may be provided for any particulartunnel. The staff neededin theseareas would vary accordingto the sizeof the facility, the location,and the needs.

The day-to-daymaintenance of the tunnel generallyrequires a dedicatedoperating unit. Tunnel cleaning and roadwaymaintenance are importantand essentialfor safe operationof the tunnel. Specialtunnel cleaning equipment are usually employed. Mechanical, electrical, communication, ventilation, monitoring,and control equipmentfor the tunnel must be kept operationaland in good working order, sincefaulty equipmentcould comprornisepublic safety.Regular maintenance and24-hour monitoring is essential,since failure of equipmentsuch as ventilation,lights and purnpsis unacceptableand must be conected immediately. Furthermore,vehicle breakdownsand fires in the tunnel need immediate response.

Generallymost work can be carriedout duringnonnal working hoursincluding mechanical and electrical repair,traffic control,and the like. I-Iowever,when the maintenancervork involvestraffic lane closure, such as changinglighting fixtures, roadwayrepairs, and tunnel washing,partial or full cldsureof the tunnelmay be required.This is usuallydone at night or weekends.

1.20Risk Analysis and Management

Risk analysisand managementis essentialfor any undergroundproject. A risk register should be establishedas early as possiblein the project development.The risk registerwould identify potential risks, their probability of occurrenceand their consequences.A risk managementplan should be establishedto deal with the variousrisks either by eliminatingthem or reducingtheir consequencesby planning,design, or by operationalprovisions. For risks that cannotbe mitigated,provisions must be madeto reducetheir consequencesand to managethem. An integratedrisk managementplan shouldbe regularlyupdated to identify all risks associatedwith the design,execution and completionof the tunnel. The plan should include all reasonablerisks associatedwith design,procurement and construction.It shouldalso include risks related to healthand public safety,the llg,to ttreenvironment.

?o Major risk categoriesinclude constructionfailures, public impact, schedule delay, environmental commitments,failure of the intendedoperation and maintenance,technological challenges, unforeseen geotechnicalconditions, and cost escalation.

Task-T2 GeornetricalConfiguration

2.1 Design Standards

AASHTO's "GreenBook" - A Policy on GeometricDesign of Highrvaysand Streets,which is adoptedby Federalagencies, States, and rhost local highway agencies,provides the generaldesign considerations usedfor road tunnelsfrom the standpointof servicelevel, and suggeststhe requirementsfor road tunnels which should not differ materially from those used for grade separationstructures. The Green Book (AASHTO, 2A0q also providesgeneral informatiorr and recommendationsabout cross section elements and other recluirementsspecifically for road tunnels.To ensureroadway safety, the geometricaldesigrr may evaluatedesign speed, lane and shoulclerwidth, tunnelr.vidth, horizontal and verticalalignments, grade,stopping sight distarlce,cross slope, superelevation, and horizontaland vertical clearances,on a caseby casebasis.

2.2Maximum Grades

Maximum effectivegrades in main roadwaytunnels preferably should not exceed4Yo; although grades up to 6Yohave beenused where necessary.Long or steepuphill gradesmay result in a need for clirnbing lanesfor heavy vehicles.Flowever, for economicand ventilationreasons, climbing lanesshould be avoidedwithin tunnels;the aclditionof a climbinglane part-rvay through a tunnelmay also complicate constructionconsiderably, particularly in a boredtunnel.

2.3 Fforizontal ancl Vertical .A.lignments

Plannir-rgand design of road tunnel alignments must consider the geological, geotechnicaland groundwaterconditions at the site as well as environmentalconstraints. Maximum grade,horizontal and verticalcurves, and otherrequirement/constraints for road tunnelhorizontal and vertical alignrnents.

2.4 Elorizontal and Vertical Curves

Horizontal and vefiical curves shall satisfy Green Book's geometricalrequirements. The horizontal alignmentfor a road tunnel shouldbe as short as practicaland maintainas much of the tunnel lengthon tangentas possible,rvhich will limit the numbersof curves,minimize the length and improve operating efficiency.Flowever, slight curvesmay be requiredto accommodateventilation/access shafts location, portal locations,construction staging areas, and other ancillaryfacilities. A slight horizontalcurve at the exit of the tunnelmay be requiredto allow driversto adjustgradually to the brightnessoutside the tunnel.

When horizontal curves are needed,the minimum acceptablehorizontal radii should considertraffic spded,sight distances,and the snper-elevationprovided. In general,for planningpulpose, the curve raclii shouldbe aslarge as possible and no lessthan 850 to 1000-ftradius. A tightercurve may be consideredat the detaileddesign stage based'f;n the selectedtunnelirrg method.

1t Superelevation rate should preferably lie in the range1o/o to 6Yo.

When chordedconstruction is used for walls r,vherealignrnents are curved, chord lengthsshould not exceed25 feet(7.6 m) for radii below2,500 feet(762 m), and 50 feet (15 m) elsewhere.

2.5Sight and Braking DistanceRequirements

Sight and brakingdistance requirements cannot be relaxedin tunnels.On horizontaland vertical curves, it rnay be necessaryto widen the tunnel locally to meetthese requirements by providing a "sight shelf." When designinga tunnel with extremecurvature, sight distanceshould be carefullyexamined, otherwise it may resultin limited stoppingsight distance.

2.6Travel Clearance

Vertical clearanceshould be selectedas economicalas possibleconsistent with the vehicle size. The minimum clearheight should not be lessthan the maximumheight of loadthat is legal.

Tunnelventilation ducts, if required,can be providedabove or belor,vthe tratfic lanes,or to the sidesof them. Where clearancesto the outsideof the tunnel at a particularlocation are such thaLby moving ventilationfrom overheadto the sidescan reducethe tunnel gradientsor reduceits length,such an option shouldbe considered.

Over-heightwarning signalsand divergingroutes should be providedbefore traffic can reachthe tunnel entrances.The designatedtraffic clearanceshould be providedthroughout the approachesto the tunnel.

2.7 CrossSection Elements

2.7.1Typical CrossSection Elements

The shapeof a turutelsection is mainly decidedby the groundcondition and construction.A road tunnel crosssection must be able to accommodateihe horizontaland veftical traffic cleaLances,as well as the otherrequired elements. The typical crosssection elements include: ,

. Travellanes . Shoulders . Sidewalks/Curbs . Tunneldrainage . Tunnelventilation . Tunnelligliting 'lunnel . utilitiesand power . Watersupply pipes for firefighting . Cabinetsfor hosereels and fire extinguishers . Signalsand signsabove roadway lanes . CCTV surveillancecameras . Emergencytelephones . Communicationantennaelequipment . Monitoring equipmentof noxiousemissions and visibility

qL . Emergencyegress illuminated signs at low level(so that they are visible in caseof a fire or smoke condition)

Additional elementsmay be needed under certain design requirementsand should be taken into considerationwhen developing the tunnel geometrical configuration.

2.7.2Travel Lane and Shoulder

Each lane width within a road tunnel should be no lessthan 12 feet (3.6 m). ProperTravel Lane and Shouldershall be specifiedas per AASHTO Standards.

2,7.3 Sictrewalks/Ernergency Egress Walkway

Sidewalksshall be provided in road tunnels to have emergencyegress and accessby maintenance personnel.As required,raised sidewalks or curbsbeyond the shoulderarea are desirable to be usedas an emergencyegress, and that a raisedbauier to preventthe overhangof vehiclesfrom damagingthe rvall finishor thetunnel lighting fixtures be provided.

2.8Tunnel Drainage Requirements

Road tunnelsmust be equippedr,vith a drainagesystem consisting of pipes, channels,sump/pump, oil/water separatorsand control systemsfor the safe and reliable collection, storage,separation ancl disposalof liquicl/effluent fi'orn the tunnelstlrat might otherr,visecollect. T'he Consultant is requireclto provide drainagein tunnelsto deal with surfacewater as well as rvaterlealcage. I-lowever, drainage lines and sump*pumpsshould be sizedto accontmodatervater intrusion and/or firefighting requirements.They should be designedso that fire would not spreadthrough the drainagesystem into adacent tubes by isolatingthem. For the safetyreasorl, PVC, fiberglasspipe, or other combustiblematerials should not lre used.

Sumpsshould be providedwitli trapsto collectand removesolids. Sand traps should be provided,as well as oil andfuel separators.Sumps and purnps should be locatedat low pointsof a tunneland at portalsto handlewater that might otherwiseflow into the tunnel.

2.9 \rentilation Requirennents

The ventilatior"rsystem of a tunnel operatesto maintain acceptableair qr.ralitylevels f,or short-term exposurervithin the tunnel. The design may be driven either by fire/safetyconsiderations or by air quality; u,hich one governsdepends upon many fastorsincluding traffic, size and length of the tunnel, and any specialfeafi.rres such as undergroundinterchanges.

Air qualitymonitoring points in the tunnel shouldbe providedand the ventilationshould be adjusted basedon the traflic volumeto accommodatethe requiredair quality.

Environmentalimpacts and air quality may afftct the locationsof ventilationstructures/buildings, shafts and portals.Analyses should take into accolrntcurrent and futuredevelopment, ground levels, the heights and distancesof sensitivereceptors near such locationsand the locations of operablewindorn's and terracesof adjacentbuildings to minimize impacts.Ventilation buildings have also been locatedbelow gradeand exhauststacks hidden within otherstructures.

The consultantshall studytypes of ventilationsystem which may be usedin the tunnelsdepending upon the requirementof the specifictunnel under consideration and type of traffic. Selectionof the appropriate ventilation systemobviously has a profbund irnpacton the tunnel alignment,layout, and crosssection design.

2.10Lighting Requirements

Lighting in tunnelsassists the driver in identifyinghazards or disabledvehicles rvithin the tunnelwhile at a sufficientdistance to safelyreact or stop.High light levels(Portal light zone)are usually required at the beginningof the tunnelduring the daytimeto compensatpfor the "Black FloleEffect" that occursby tlie tunnel structureshadowing the roadway.These high light levelswill be usedonly during daytime.Tunnel light fixturesare usually located in the ceiling,or mountedon the walls nearthe ceiling.

The consultantshould take into considerationthe location,size, type, and numberof light fixturesas they impactthe geometricalrequirements of'the tunnel.

2.11T raffic ControlRequirements

Traffic Control meansshould be providedby the Consultantin the design.These should include lane control signals,overJreight warning signals,changeable message signs (CMS), etc. Traffic control may be required to close and open lanes for maintenanceand handling accidents,and for monitoring of vehicles carrying prohibited materials.Incident control systemslinked to CCTV camerasshould be installed.It is recommendedthat 100%coverage of the tunnelwith CCTV be provided.

2.12 Portals and Approach

Tunnelportals may requirespecial design considerations. Consultant is requiredto providePortal sites to be locatedin stableground with sufficientspace. Orientation of the portalsshould avoid if possibledirect East and West to avoid blinding sunlight.Ameliorating measures should be taken where driversmight otherwisebe blinded by the rising or settingsun. Intermittentcross members are sometimesprovided acrossthe approachstructure above the traffic lanesas an ameliorationmeasure. A centraldividing wall sometimeis extendedsome distanceout from the portal to prevent recirculationof polluted air, i.e. vented polluted air from one traffic duct is preventedfrom enteringan adjacentduct as "clean" ait. Adequateprovision sliould be madefor imrnediateand effectiveremoval of waterfrom rainfall,drainage, groundwaterseepage, or any othersource. Portal cross drain and surnp-pump should be provided.

Task T3 - Structural Design

Structuraldesign will be governedby the latestAASHTO LRFD BridgeDesign Specifications. q+ {

Task T4 - GeotechnicalInvestigations

A geotechnicalinvestigation program for a tunnel project must use appropriatemeans and methodsto obtainnecessary characteristics and properties as basis for planning,design and constructior, of the tunnel and relatedunderground facilities, to identifythe potentialconstruction risks, and to establishrealistic cost estimateand schedule.The extentof the investigationshould be consistentwith the project scope (i.e., location,size, and budget),the project objectives(i.e., risk tolerance,long-term performance), and the projectconstraints (i"e., geometry, constructability, third-party impacts, aesthetics, and environmental impact). Generally,an investigationprogram for planning and design of a road tunnel project may includethe following components:

. ExistingInfonnation Collection and Study n Surveysand Site Reconnaissance . GeologicMapping " Subsurl'acelnvestigations . EnvironmentalStudies . Seismicity . GeospatialData. Management

4.1 Fhasing of GeotechnicalInvestigations

It is more effieientto perfonn geotechnicalinvestigations in phasesto focus the effort in the areasand depthsthat matter.Especially for zi road tunnel through nrountainousterrain or belorv rvaterbody, tlre high cost,lengthy duration, limited access, and limitedcoverage of fielclinvestigations may dernandthat investigationsbe camiedout in severalphases to obtain the inforn'lationnecessary at each stageof tlre projectin a more cost-efficientmanner.

Throughoutthe project development,the final alignment and profile may often deviate fi'om those originally anticipated.Phasing of the geotechnicalinvestigations provides an economicaland rational approachfor adjustingto theseanticipated changes to the proiect.

The earlyinvestigations for planningand feasibilitystudies can be confinedto informationstudies and preiiminary recoruraissauce.Consultant shall specifiz each and every phase of investigations in collaborationwith thetunnel proiect phases.

4,.2Collection and Review of Available Information

In the first phase of an investigationprogram for a road tunnel pro.iectConsultant shall start r,r,ith collectionand revier,vof availableinformation to developan overall understandingof the site conditions and constraintsat little cost. Existing data ca.nhelp identily existing conditionsand featuresthat rlay impactthe designand constructionof the proposedtunnel, and can guide in planningthe scoireand detailsofthe subsurfaceinvestigation program to addressthese issues.

Publishedtopographical, lTydrological, geological, geotechnical, environmental, zoning, and other informationshould be collected,organized and evaluated.In areaswhere seismiccondition may govern or influencethe pro.ject,fistgri-eal,seismicrecords are used to assessearthquake hazar:ds. ?{ 4.3 TopographicalData

Consultantis requiredto collect topographicmaps and aerialphotographs, which are useful in showing temain and geologic features(i.e., faults, drainagechannels, sinkholes, etc.). When overlappedwith publishedgeological maps they can often,by interpretation,show geologicstructures. Aerial photographs taken on different datesmay reveal the site history in terms of earthwork,erosion and scouring,past construction,etc.

When the project corridor has been defined, new aerial photography should be obtained and photogrammetricmaps should be preparedto facilitateportal and shaftdesign, site access,right-of-way, drainage,depth of cover,geologic interpretation and other studies.

4.4 Surveysand SiteReconnaissance

4.4.LSite Reconnaissanceand Preliminary Survevs

Preliminarysurvey will be neededfor conceptdevelopinent and preliminarydesign to expandexisting topographicaldata and includedata from field surveysand an initial site reconnaissance.Initial on-siie studiesshould start with a carefulreconnaissance over the tunnelalignment, paying particular attention to the potentialportal and shaft locations.Features identified on maps and air photos shouldbe verified. Rock outcrops,often exposedin highway and railroadcuts, provide a sourcefor informationabout rock massfracturing and beddingand the locationof rock type boundaries,faults, dikes, and other geologic features.Features identified during the site reconnaissanceshould be photographed,documented and if feasiblelocated by handJieldGPS equiprnent.

The reconnaissanceshould cover the immediateproject vicinity, as well as a largerregional Lrea so that regionalgeologic, hydrologic and seisrnicinfluences can be accountedfor.

A preliminaryhorizorttal and verticalcontrol survey rnay be requiredto obtaingeneral site datafor route selectionand for design.This surveyshould be expandedfrom existingrecords and monumentsthat are basedon the samehorizontal and vertical datum that will be used for final design of the structures. Additional temporary monumentsand benchmarkscan be established,as needed,to support field investigations,mapping, and environmental studies.

4.4.2Topographic Surveys

Detailedtopographic maps, plans and profiles must be developedto establishprimary control for final designand constructionbased on a high order horizontaland veftical control field survey.On a road tunnel system,centerline of the roadwayand centerlineof tunnel are normally not identicalbecause of clearancerequirements for r,vall

. ConventionalSurvey . GlobalPositioning System (GpS)

q6 lr ElectronicDistance Measuring (EDM) r,vithTotal Stations. a R.emoteSensing a LaserScanning

4.4.3Utility Sunveys

Utility informationis required,especially irr tl'reurban areas,to cleterminethe type and extent of utility protection,relocation or reconstructionneeded. This informationis obtainedfrom surveyscommissioned for the project,and from existingutility r"napsnormally availablefrom the ownersof the utilities (utility companies,municipalities, utility districts,etc.). Utility surveysshall be perlbrn'ledto collectnew data, corroborateexisting data,and composite all data in mapsand reportsthat rvill be providedto the tunnel designer.The requirementfor utility informationvaries rvith tunnelingmethods and siteconditions.

4.4.4ldenfification ollUndergrounrl Structures and Other Obstacles

Consultantshall identify undergroundstructnres that may exist and impact the alignmentand profile of the proposedroad tunnel,and indicatethe st.ructureprotection measures used during construction.These existingundergronnd sl.ructures may includetransit and railroadtunnels, other road tunnels, underground pedestrianpassageways, building vaults, existing or abandonedmarine structures (bulkheads, piers, etc.), and existing or abandonedstructure foundations. In addition, historical maps and records should be reviewedto assessthe potential for buriedabandoned structures.

4,4.5Structure Preconstruction Survev

Structureslocated r,v-ithin the zoneof potentialinfluence may experiencea certainamount of vertical ancl lateral movementas a result of soil moven'lentcaused by tunnel excavationand constructionin close proximity (e.g. cut-and-coverexcavation, shallow soft grourndtunneling, etc.). If the anticipateel movementmay inducepotential damage to a structnre,Consultant rvill give the protectionmeasures, and a detailedpreconstruction survey of the structuresliould be performed.Preconstruction survey shoulcl ascertainall pertinent facts of pre-existingconditions, and identify featuresand locationsfior firrther monitoring.

4.5 Geologich{apping

After collectingand reviervingexisting geologic maps, aerial pfrotos, references, and the resultscf a preliminary site reconnaissance,surface geologic mapping of availablerock outcrops should be performedby an experiencedengineering geologist to obtain detailed,site-specific information on lock qualityand structnre. Geologic mapping collects local, detailed geoiogic data s-vstematically, and is used to characterizeand document the conditionof rock massor outcroofbr rock nrassclassi{'ication sucli as:

. Discontinuitytype . Discontinuityorientation . Discontinuityinfilling . l)iscontinuityspacing . Discontinuitypersistence . Weathering ?v By interpretingand extrapolatingall thesedata, the geologistshould have a betterunderstanding of the rock conditions likely to be presentalong the proposedtunnel and at the proposedportal and shaft excavations.The collectedmapping data can be usedin stereographicprojections for statisticalanalysis using appropriatecomputersoftware (e.g., DIPS), in additionto the data obtainedfrom the subsurface investisations.

ln addition,the following surfacefeatures Should also be observedand documentedduring the geologic mappingprogram:

a Slides,new or old, pafticularlyin proposedportal and shaft areas a Faults a Rock weathering a Sinkholesand karstictenain a Groundwatersprings a Volcanicactivity a Anhydrite,gypsum, pyrite, or swellingshales a Stressreliefcracks a Presenceof talusor boulders a Thermal water (heat)and gas

The mappingdata will also help in targetingsubsurface investigationborings and in situtesting in areas of observedvariability and anomalies.

4.6 SubsurfaceInvestigations 4.6.1General

Groundconditions including geological, geotechnical, and hydrologicalconditions, have a major inpact on the planning,design, construction and cost of a road tunnel, and often determineits fedsiOitityand final route. Consultantshall perform subsurfaceinvestigation to obtain ground conditions,as it is the principalmeans for:

. Definingthe subsurfaceprofile (i.e.stratigraphy, structure, and principal soil androck types) . Determiningsoil androck materialpropertiesand mass characteristics; . Jdentifygeological anomalies, fault zonesand other hazards (squeezing soils, methane gas, etc.) . Defining hydrogeologicalconditions (groundwater levels, aquifers,hydrostatic pressures, etc.); and . Identifyingpotential construction risks (boulclers, etc.).

Subsurface investigations typically consist of borings, sampling, in situ testing, geophysical investigations,and laboratorymaterial testing. The principal purposeJof theseinvestigaiion t*.ttniqu"t aresummarized below:

In additionto typical geotechnical,geological, and geo-hydrologicaldata, in subsurfaceinvestigation for a tunnelproject Consultantmust considertlte uniqueneeds for differenttunneling methods, i.e. cut-and- cover,drill-and-blast, bored, sequential excavation, and immersed.

qB Consultantshall perform the subsurfaceinvestigations in phasesto better economizethe program. Ncnetheless,they are primarily perfonnedduring the designstage of the proiect,with much of the u'ork typically concentratedin the preliminarydesign phase of a project.These investigations provide fuctual infonnationabout the distributionand engineeringcharacteristics of soil, rock and groundwaterat a site, allor,vingan understandingof the existing conditionssufficient for developingan economicaldesign, determininga reliable constructioncost estimate,and reducingthe risks of construction.The specific scopeand extentof the investigationmust be appropriatefor the size ol'the projectand the cornplexityof the existinggeologic conditions; must considerbudgetary constraints; and must be consistentrvith the level of risk consideredacceptable to the client. To ensurethe collecteddata can be analyzedcorrectly throughoutthe project,the project coordinatesystem and veftical datum shouldbe establishedearly on and the boringand testing locations must be surveyed,at leastby hand-heldGPS equipment. Photographs of the locationsshould be maintainedas well.

4.6.2Geologic Face iVlapping

With open-facetunneling methods, including the sequentialexcavation method (SEM), open-face tunnelingshield in soil, and the drill-and-blastmethod in rock, all or a large portion of the tunnel face will be exposecl,allowing a visual assessmentof the existingground and groundlvaterconditions. In such oases,the exposedface conditionsare documentedby the consultantin cross-sectionsketches (face mapping)drawn at frequentintervals as the tutrneladvances. Infotmation typically includedin theseface maps includethe stationlocation for the cross-section;the dateand time the ftice mapping\,vas prepared; the nameof the individualwho preparedthe facemap; classification of eachtype of materialobserved; the location of interfacebounclaries betrveen these materials;rock jointing inch-rdingorientation of principaljoints andjoint

The facemaps can be r"rsedto accuratelydocument conditions exposed durring tunneling, and to developa detailedprofile of subsurfaceconditions along the tunnel horizon. IJowever,there are lirnitationsand considerableuncertainty in any extrapolationof the observedconditions beyond the perimeterof the tunnel.

When used in corrjunctionr,r'ith nearby subsurfaceinvestigation data and geotechnicalinstrumentation records,the face maps may be used to develop generalcoruelations betrveen ground displacement, geologicalconditions and other factors (depth of tunnel,groundwater conditions, etc.).

4.6.3Geotech nical Instru mentation

Consultantshali perform Geoteclrnicalinstrumentation during constructionto monitor ground and structuredisplacements, surface settlement above ancl near the tunnel, deformationof the initial tunnel supportsand final lining, groundr,vaterlevels, loads in structuralelernents of the excavationslrpport systems,and groundand structurevibrations, among others. Surch instrumentation is a key elementof any program for maintenanceand protectionof existing structuresand facilities. In addition, it provides quantitativeinformation for assessingtunneling procedures during the courseof construction,and can be qq

i3 used to trigger modificationsto tunneling proceduresin a timely manner to reducethe irnpactsof construction.Instrumentation is alsoused to monitor the deformationand stabilityof the tunnelopening, to assessthe adequacyof the initial tunnelsupport systems and the methodsand sequencingof tunneling, particularly fbr tunnelsconstructed by the SequentialExcavation Method (SEM) and tunnels in shear zonesor squeezingground.

4.6.1Probing

If applicable,such as for SEM and hard rocktunnelingprojects,probing aheadof the tunnel face is used to determinegeneral ground conditionsin advanceof excavation,and to identify and relieve water pressuresin any localizedzones of water-bearingsoils or rock joints. For tunnelsconstructed by SEM, probing also providesan early indication of the type of ground supportsthat rnay be neededas the excavationprogresses.

Probingtypically consistsof drilling horizontallyfi'om the tunnelheading by percussiondrilling or rotary drilling methods.Coring can be usedfor probing in rock, but is uncommondue to the greatertime needed for coring. Cuttingsfrom the probeholes are visually examinedand classified,and assessedfor potential impactsto tunnel excavationand supportprocedures. In rock, boreholecafireras can be usedto better assessrock quality, orientationof discontinuities,and the presenceof shearzones and other impoftant features.

The length of the probeholes can vary considerably,ranging fiorn just 4 ar 4 times the length of each excavationstage (round), to hundredsof feet. Shorterholes can be drilled more quickly, allowingthem to be perfiormedas part of the nortnal excavationcycle. Flowever, longer holes,performed less fi'equently, may resultis fewer interruptionsto turnnelingoperations.

4.7 GeospatialData ManagementSystem

Consultantshall developthe GIS for the tunnel project.GIS can provide a lneansto enterand quickly retrieve a wide range of utility information, including their location, elevation,type, size, date of constructionand repair,ownership, right-of-way, etc. T'hisinformation is storedin dedicateddxa layers, andcan be readilyaccessed to displayor plot both technicaland demographic information.

Typical infolmationthat could be input to a GIS databasefot a tunnel project may includestreet grids; topographicdata; propertylines; right-of-way limits; existing building locations,type of construction, heights,basement elevations, building condition,etc.; proposed tunnel alignrnent and plofile information; buriedabandoned foundations and otherunderground obstructions; alignment and elevationsfor existing tunnels; proposedstructures, including portals, shafts,ramps, buildings, etc.; utility line layout and elevations,vault locations and depths; boring logs and other subsurf'aceinvestigation inforrnation; geophysicaldata; inferred surfaces for varioussoil androck layers;estimated groundwater surface; areas of identified soil and groundwatercontamination; and any other physical elementsof jurisdictional boundarieswithin the vicinity of the project.

Tunnel Lining

Consultantshall cover considerationsfor the structuraldesign, detailing and constructionof tunnel 'funnel linings for highway tunnelsfocursing on mined or boredtunnels. linings are structuralsystems

(oo ) \ ./ installedafter excavationto providegrouncl slrpport, to maintainthe tunnelopening, to linrit the inflorv of groundwater, to supportappurtenances and to providea basefor the final finishedexposed surface of the tunnel.Turrnel linings can be usedfor initial stabilizationof the excavation,permanent ground support or a oombinationof both. The consultantshall specify the type of tlre lining, along u'ith the rnaterialand techniqueused for the tunnelthat shouldbe economicallyfeasible for the prcrject.

This consultantshall perform tunnel lining by utilizingthe AmericanAssociation of StateHighways and TransportationOfficials (AASHTO) LRFD Bridge DesignSpecifications, current edition.

5.1"Constructabilitv Issues

Each tunnel is r-rnique.Ground conditions, tunneling mealls and methods,loading conditions, tunnel dimensiorrsand construction materials all vary from tunnelto tunnel.Each tunnel must be assessedon its or.vnmerits to icientifliissues that shculclbe consideredduring de-sign such that canstructionis feasible. Somecommon elements that should be consicleredbv theconsultant are as follows:

Matenials:Selection of tLrnnellining materials shor"rld be madeto facilitatetransportation and handling of tlie materialsin tlie limitedspace inside a tunnel.Pieces should be smalland easily handled. Piece lengths shouldbe checkedto ensurethat they can negotiatethe horizontaland vertical geometryof the tunnel. Materialsshould be nontoxicand nonflammable.

Details: Detailing shoulcJbe performedto facilitate ease of construction.For exanrple,sloping constructionjoints in cast-in-placeconcrete linings can eliminate the difficultyassociated with buildinga bulkheadagainst an irregularexcavated surface.

Procedures:Constructiorr procedures should be specifieclthat areappropriate for conditionsencountered in the tunnel;conditions that areoften moist or \.vet,sometimes even with flowing rvater.Allow means and methodsthat do not block ol'f por:tionsof the tunnel for sigriificantperiods of time. The entirelengtlr of tlretunnel should be availableas much as practical.

5.2Durabitify

Tunnels are expensiveanri are constructedfor long term use. Flaving a tunnel out of service for an extendedperiod oi'time can resultin greateconomic loss. As such,ConsLrltant shoulcl select details and materials that can lvithstand the conditions encounteredin unclergroundstructures. All structures. includingtunnels require inspection, periodic maintenance and repair.

5.3 Corrosion Protecfion

Corrosion is associatedwith steel productsembedded in 1.heconcrete and otherwiseused in tunnel applications.Ground \ryater,ground chemicals,leaks, vehicularexhaust, dissirnilar metals, deicing chemicals,wash lvater,detergents, iron eatingbacteria and stray curuentsare all sourcesof corrosionin metals.Each of theseand any other aspectthat is uniqueto the tunnel underconsideration must be evaluatedduring the design phase.Corrosion protection methodsdesignecl to combat the source of corrosionshould be incorporatedinto the designthat shall be economicalancl feasible for the project.

lol SeismicConsiderations

Consultantshall perform the seismicdesign and analysisof tunnels.The generalprocedure for seismic designand analysisof tunnel structuresshould be basedprimarily on the grounddeformation approach (as opposedto the inertial force approach);i.e., the structuresshould be designedto accommodatethe deformationsimposed by the ground.The analysisof the structureresponse can be conductedfirst by ignoringthe stiffnessof the structure,leading to a conservativeestimate of the grounddeformations. This simplified procedureis generallyapplicable for structuresembedded in rock or very stifVdensesoil. tn caseswhere the structureis stiff relativeto the surroundingsoil, the effect of soil-structureinteraction mustbe takeninto consideration.

Determinationand Identificationof ProblematicAreas with Nature of Problernsand Their SuggestedSolution

Consultantsshall identify the problematic areas in specific to landslide areas and suggestproper mitigationmeasures. Particular attention is to be givento avoid sharpcurves in the alignment,minimum demolitionof private property/debris flow. Seismicand environmentalinfluence shall also be looked into in the study.

**S**{.+***** **** ** * >1.**** *,|<

+ lo> I}ELIVERABLES

Al| the Reportsassociated with each Task shall be submittedas statedin respectivesections. In the technicalproposal, consultant shall developa Work Program Task rvise rvith submissiondates. Failing to provide the same,the proposal shall not be evalqals:d.However list of clocumentsto be submittedbylhe ConsultantiS hereunder:

I InceptionReport 03 l{ard + 0l solt copy ii Varicusoptions of alignment 03 I-{ardr- 01 soft copy

ltl Recommendedal i gnment. Presentationof recommend ed aI i gnrnent r,vitl"r meritsand demerits for approvalby NHA

iv Draft Feasibilitytteport 03 l{ard + 01 soft copy Final FeasibilityReport 15Hard + 0l softcopy vi T'opographicSurvey Report 04 Hard + 01 Soft copy vii Soil/MaterialsReport including Geotechnical 04 l-Iard+ 0l Soft copy Investigationsrepoft

vlll Tralfic axle loadsurvey 04 Flardr- 0l Soft copy

IX Detail Structural Design Report and 04 Fiard-r 01 Soft copy . / Drawings l,andAcquisition & Utility Folders 04 Flard'l- 0l Soft copy ConstrurctionMaclr inery I{eport 03 l{ad r- 0l sofltcopy Final DesignReport (including geometric & 10 l-Iard+ 0l Sofltcopy structuredrawings) Traffic ManagementPlans l0 l{ard + 01 Softcopy Tender Docunrents (Voh.rme I-IV) 15f{ard -t- 01 Softcopy ,(Volume1-3: PDF file & Volurne IV : PDF-r CAD file) XV Engineer'sEstimate 15l-Iarcl + 0l Softcopy xvi llOQ Quantity Breal

l03 INFORMATION FOR FIXED TRAVERSE STATIONS

Name of Traverse Stations: Affi* Photographof Traversestcttion

Northing:

Basting:

Elevation:

Sketchof the fixed traverse stationswith referenceto permanent features

DetailedDesign fot'Dualization of Khuzdar - ChamanSection of N-25 Along With the Technical Study & Detail Designof Altemative Routeat Lakpass&'lunnel at Khojak Bypass loq ProposedMan-Months

S. Position No. Individual'sman month Total Man Months No. TeamLeader I 6 6 2 Sr. StructureEngineer 2 6 t2 J StructureEnsineer 2 6 T2 4 Highway & Tunnel SafetyEngineer 4 4 5 TunnelEnsineer 6 6 a 6 Traffic /PavementEnsineer J J

a Material Engineer I J J 8 EM Engineer I 4 +A

9 Geo-TechEngineer I 4 a 10 Geologist I 6 6 li ContractEngineer I 2 t2 QuantitySurveyor 2 a 6 t3 Chief Surveyor 2 4 8 A t4 Surveyor 2 a 8 l5 GIS Expert 1 2 2 T6 EIA Expert 2 2 1',7 CAD Operator 4 6 .A 18 ComputerOperator 2 6 l2 I9 SurveyorHelpers t2 4 48 a 20 MaterialHelpers 1 4 t2 .\A 2l Office Boy 4 6 LA 22 TraineeEngineer 4 6 24

Provisionalsum:

1. Satelliteimages Rs.1,000,000/- ,, Costof ROW markers Rs.2,000,000/- 3. Hydraulic Modeling Rs.18,000,000/-

DetailedDesign for Dualization of Khuzdar- ChamanSection of N-25 Along With the Technical Study& Detail Designof Altemative Route at Lakpass& Tunnel at Khojak Bypass lor CHAPTER NO. 5

ENVIRONMENTAL IMPACT ASSESSMENTOF ROADS/HIGHWAY S PROJECT S l. NeedFor EnvironmentalImpact Assessment(EIA): Highway projects are generallyundertaken to improve the economicand social welfareof the people.At the sametime, they may also createan adverseimpact on the surroundingenvironment. People and property in the direct path of the roadworks are affected. The environmentaland social impact of highway projects include damageto sensitiveeco-systems, soil erosion,changes to drainagepattern and thereby groundwater,interference with animal and plant life, loss of productive agricultural lands, resettlementof people, disruption of local economic activities, demographic changes, accelerated urbanization and increase in air pollution. Highway developmentand operation should, therefore, be planned with careful considerationof the environmentalimpact. To minimize these adverseeffects that may be createdby highway developmentprojects, the techniquesof EIA become necessary.Identification and assessment of potentialenvironmental impact should be an integralpart of the projectcycle it shouldcommence early in the planningprocess to enable a full considerationof alternativesand to avoid later delays and complications. 2. In view of the above,an EIA will be carriedout for the Environmentalaspects of all stagesof the projectsi.e. preconstruction,construction and post constructionwith the followingobjectives:

. Establishingthe environmentalbaseline in the studyarea and identiSringany significantenvironmental issue; . Assessingthese impacts and providingfor the requisiteavoidance, mitigation andcompensation measures; . Integrating the identified environmentalissues in the project planning and design; . Developingappropriate management plans for implementing,monitoring and reporting of the environmentalmitigation and enhancementmeasures suggested;

The EIA studiesand reportingrequirements to be undertakenthis TOR must conform to the guidelinesand regulationsissued by the PakistanEnvironmental Protection Agency (Pak EPA), Ministry of Environment, Govt. of Pakistan (GOP) which comprise rnainly of the Pakistan Environmental Protection Act 1997, its implementingregulations, the EIA Guidelinesand Review of IEE and EIA Regulations,2000.These guidelines include the amendmentsand subsequent rules for the IEE andEIA of projects.

i) Regulationsand Standards.Describe the pertinentlegislation, regulations and standards,and environmentalpolicies that arerelevant and applicableto the proposedproject, and identifythe appropriateauthority jurisdictions that will specificallyapply to the project.

ii) Project Introduction. The consultantshould categofize the project(category A or B and IEE or EIA) but may not be limited to the generalinformati.on, rationaleof the project,description of the project,and any revised alignme.nt.

t. :: ': DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the TechnicalStudy & Alternative Route at Lakpass & Tumlel at Khojak Bypass uI, Project Description. The consultantshould provide a brief history of the project,a detailedlocation and maps with scales(km) of the projectswith any alignment (starting point to end point). In the project descriptionthe consultantshould also highlight but not limitedto bridgesinformation, project components,scope and scheduleof operationand construction,construction camps,and construction materials.

iv) Descriptionof Environment. Assemble,evaluate and presentbaseline data on the relevantenvironmental characteristics of the projectarea. In additionto generalinformation, the consultantshould provide methodology for preparing the essentialenvironmental data. The datashould emphasize but may not be limited to the informationabout Physical Environment which could include, meteorologyand climate, geology and soil, seismology,air andwater quality, noise,topography and drainagepatterns, hydrology and/or hydraulic regime, surfaceand groundwater and land use.Ecological Resources should discuss about forests/flora/vegetationprofile, crop and horticulture activities, and fauna/wildlife and local livestockspecies (should specify mammals, birds, fish, reptiles and insects),protected and/or endangeredwildlife species. Socialand Cultural Resources may discussabout the methodologyof surveys, settlement pattern, political and administrativesetup, population and communities,socioeconomic conditions, protective and sensitive areas, archaeologicaland culturalsites, health and facilities,educational facilities, industrial/commercialactivities, physical and cultural heritage, utilities, railway links or alignment,tourism facilities and potentialsand others. Availability of Resourcesfor Constructionshould also highlight about borrow soils, constructionmaterial, water and power availability and any other resources.Hazard vulnerability-identify vulnerability of area to flooding, hurricanes,storm surge,and earthquakes.Characterize the extentand quality of the availabledata, indicating significant information, deficiencies and any uncertaintiesassociated with the predictionof impacts.

v) Environmental Impacts and Mitigation Measures.Identify any negative positive,direct, indirect,short term and long term impactsof the project, during pre-construction/design,construction and operationphases. Identify any informationgaps and evaluatetheir importancefor decision-making.The consultantsmust recommendappropriate mitigation and rehabilitation measuresfor the environmentaldamage and other impacts identified for specificroad corridors, and how theywould be implementedwith regard'sto: coordinationbetween highway design and environmentalissues, ambient air, water and noise quality,water resources,drainage, mineral resources,flora and fauna,social and culturalenvironment, historical sites. The consultants shouldattempt to identify creativemeasures that would also have positive socialimplications, such as participatory tree planting that would alsoserve as job creationfor affectedcommunities. Consultant should identify biological environment,and must discussabout national parks, game reservesand endangeredspecies. Consultant should also identify the impacts and mitigationmeasures for topography,social / culturalissues, land acquisition and resefflement,community development, borrow open pits, wastedisposal, geologyand soil, surfaceand groundwater, hydrologic regime, traffic flow,,....1 wastageof fertile humuslayer, utilities issueand povertyalleviation etc.

However,report shouldnot be limited to the abovementioned the environmentalimpacts and their mitigation measures. The

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the Technical Study& Detail Design AltemativeRoute at Lakpass& Tunnel at Khojak Bypass loT should be more creativeaccording to the specifiedproject alignment. It shouldalso include maps, figures and photographs when necessary.

In order to assessenvironmental impacts and recommendvarious mitigation measuresto minimizethe environmentalimpacts, identiff and developdata.

vi) Developmentof Environmental Data. Identi$/ EPA NEQS and guidelines and analyzefollowing parametersto developbase line environmentaldata of the project:

- Ambientair quality. - Noiselevels. - Water. - Biologicalenvironment. - Socioeconomic profiles,

i) AMBIENT AIR QUALITY: Consultantshould monitor the ambientair qualityalong the selectedroad site.

The parametersneed to be monitored include Ozone (O:) Carbon monoxoide (CO) Sulphur dioxide (SOz), Nitrogen dioxide (NOz), and particulatematter (PMro). Acceptablestandard analysis methodology shouldbe selectedto measurethe NEQS parameters.

Air qualitydata will be collectedover a 24-hourperiod at all the sampling points (a reasonablenumber of samplingand their anabtsisshould depend upon the road length and other environmentalfoctors which should provide a reasonableimage qf air qualit.v.\.

High pollutantconcentrations spots should be selectedfor samplingto assess'worst-case' scenarios, and measurementswill be made in areas with extensiveribbon developmentand schools/hospitalswhere traffic will be expectedto be a little heavier.

ii) NorsE LEVELS: Roadsidenoise level measurements should be takenat a distanceof - 6 m from the edge of the highway (correspondingroughly to 7.5 m from sourcevehicles). The noiseparameter should be measuredfor 24 hoursat variouslocations of the specifiedsite, The permissiblelimit of noiseis 85 dBA prescribedby the NEQS for motor vehicles. The NEQS do not prescribea noise level limit for receptors.(a reasonablenumber of samplingand theiyanal:tsis should depend upon the road lengthand other environmental.factors which shouldprovide a reasonableimage of noise Pollutiont'

iii) WATER QUALTTY: During field investigations,water samplesfrom various sourcesin the vicinity of the proposedsections should be analyzedfor important parameterswith respectto humanconsumption. Although, NEQS include 32 water criteria pollutantsfor effluents and 16 NEQS for gaseousJ

ha,- AlteraativeRoute at Lakpass& Tunnel at Khojak Bypass ii t'; lo8 fi""f emissions,NHA preferand recommend basic water quality analysis which may includebut not limitedto pH, turbidity,alkalinity, TDS, TSS, 5 day BOD at 20oC,COD, OD, total hardness,chloride, sodium nitrates, lead, mercury,arsenic, cadmium, total toxic metals,phenolic compoundsas phenols,pesticides / herbicides/ fungicides(in -farmlandareas\ and E- coli. (a reasonablenumber o.f samnling and their anabtsisshould depend uoon the road lenqth,other environmental_factors which shouldprovide a r eas o nab I e r ep r es e nt at i on o-fw at e r au al i tv \.

Consultantmust identify standardand recognized laboratories. Consultant should also provide Analytical Laboratory Reports along with methodologiesand analyticaltechniques used for eachparameter. The analysisreports must includeinformation, address and contactpersons of analyticallaboratories

vii) Analysis of Alternatives. Describe the alternativesexamined for the proposedproject that would achievethe sameobjective including the "no change in alignment". Distinguish the most environmentallyfriendly alternatives.In caseof minor impacts,which can be successfullymitigated within the ROW and without changein alignment,there will be no needfor the analysisof alternative.In all other cases,and especiallyin the caseof major or critical issues,a systematiccomparison will be undertakenof the proposeddesign, site technology and operational alternatives in termsof:

Theirpotential environmental and social impacts; Capitaland recurrent costs; Suitabilityunder local conditions; and Institutional,training and monitoring requirements.

For eachalternative, the environmentalcost and benefits should be quantified to the possibleextent, and economic values should be attachedwhere feasible. The basisfor the selectionof alternativeproposal for the projectdesign must be stated.

viii) Public Consultation,Involvement and Disclosure.During the field surveys the consultant will organize workshops and formal public consultation sessionsat provincelevel to identifymain stakeholder,their categories,their views on the existingcondition of the project,volume of traffic concern's stemmingfrom the impactof improvementworks, as well as safetyrelated issues.If possible,consultant will assistin inter-agencycoordination, and publicA{GOparticipation.

ix) Environmental Management Plan (EMP). Identify and prepare EMP including an implementation schedule and supervision program with associated costs and contracting procedures for the execution of environmentalmitigation and social issues for pre-construction,design, constructionand implementationphases. The consultantshould describe the objectivesof EMP and key environmentaland social components,role of functionaries,and road safety. The key componentsof EMP should emphasizebut not limitedto:

-. .-: j alignment and shoulder width options, road side safety, structural.l..li recommendations,'oan-*andofinnc topography,fnnncrqnhrr geologyoenlnorr andqnrl soil,cnil seismicceicmic activities,o.ti.iti". fl^^rlN'l DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the Technical Study & Detail Designof Alterrative Routeat Lakpass& Tunnel at Khojak Bypass lol hazards,camp sites, borrow pits, archaeologicalsites, land acquisition and resettlement, local communities their social and cultural heritage, archaeologicalsites, waste disposal, air and water quality includingground and surfacewater, noise, flora including roadsidevegetation cutting and plantation,fauna including wildlife, endangeredspecies and their protection, traffic management,utilities, use of fertile humus soil recommendationof environmentalprotection sign boards,and healthrisk of workers.EMP should identify the training andworkshops programs.

x) Environmental Monitoring Plan. Identiff the critical issues requiring monitoring to ensure compliance to mitigation and environmental managementplans and to measureand monitor the environmentalimpacts duringconstruction and operation.The objectivesof the plan areto monitor the actualimpact of the works on the projectconidor's physical,biological and socio-economicreceptors within the corridor. This will indicatethe adequacyof the EIA. The monitoringplan shouldrecommend mitigation measuresfor any unexpectedimpact or where the impact level exceedsthe limits. The plan should ensure compliance with legal and community obligationsincluding safety on constructionsites. Consultantshould monitor the rehabilitationof borrow areasand the restorationconstruction campsites according to EMP report, The monitoring plan should ensure the safe disposalof excessconstruction materials. Consultant should also evaluate the effectivenessof the mitigationmeasures proposed in the EMP andrecommend improvementsif necessary. Apart from regular compliancechecks the consultantshould generatea tabularmatrix for air, water and noise analysis, asphaltplant emissions, soil erosionand contamination, plantation, safety and traffic rulescompliance for constructionand operation phases. EnvironmentalMonitoring Plan will list the procedurethrough which mitigationmeasures proposed in EIA will be implemented.It will alsoinclude environmentalparameter need monitoring, frequency and responsibilitiesof key players.In caseof disagreementwith local communitiesor stakeholders, grievancesaddressable mechanism shall be part of plan. The management planwill developthe institutionalrequirement and type of trainingto enhance the capabilitiesof staff. The total environmentalmitigation, Monitoring, equiprnentand training cost shall also be included.

xi) EconomicAssessment. This sectionshould include the overallcost estimate in relationto the projectbenefits, environmental costs and total cost of the proposedproject. The consultantshould address the costanalysis of training, monitoringactivities, environmental analysis and activities, resettlement, land andproperty acquisition, and mitigation measures.

xii) Role of Functionaries and Government Agencies Involvement. This sectionshould include role of all the functionariesand variableinvolvement of governmentagencies or authoritiesfor theproject accomplishment. xiii) Recommendation and Conclusions. An adequate summary should emphasizeon the projectdescription and environment, environmental impacts and mitigation measures,alternatives, socio-cultural and sooio economics, public consultation and the resulting issues and recommendations, environmentalmanagement and monitoring plans, economic assessment, recommendationand conclusions.

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the Technical Study & Detail Designof Altemative Routeat Lakpass& Tunnel at Khojak Bypass llo xiv) Submissionof Reports.The reportshould be preparedand presentedin strict conformityto IEEiEIA regulations,2000 and Guidelinesfor preparationand submissionof IEE/EIA 1997 issued under the Pakistan Environmental ProtectionAct,1997. The title page of the reportshould specify the report name,project name, highwaylength, scaled maps and / or colouredphotographs, date of the repoft, consultantcompany name, address, phone numbers, e-mail and logos.

The reportsshould include acronyms list and a copy right certificatein the nameof NHA. The reportsshould include all the key articlesbut not limited to the executivesummary, introduction, description of the project,policy, all legal and administrativeframework, description of the project environment, alternativeanalysis, environmental impacts and mitigation measures,public consultationand resettlementaction plan, inter-agencyand public/ NGO consultationprocess, environmental monitoring plans, economic assessment, conclusionsand recommendations.

All figures, maps, appendices,tables, photographs,matrices and list of referencesshould be chronologicallyorganized and each page shouldbe numbered. (D Initially consultantshould submit two draft copies of the report to NFIA (ii) After incorporating the comments from NHA, bureau of Environmental Protection/ProvincialEPAs and donor agencies consultantshould finalize the report. (iii) Consultantrequired submitting two hard copiesand one soft copy of final EIA reportto NHA. (iv) Must fill and attachthe applicationform for Environmentalapproval underSec (12) of PakistanEnvironmental Protection Agency (PEPA) Act 1997 (PEPA-Review of IEE and ElA-ScheduleIV regulations, 2000). The form requiresinformation of the description,Location, objective, alternative alignment, topography and land use of the project. In addition it also required information about the land acquisitionin acres,environmental quality standard(NEQS) analyzed and measured,source of powers for the project constructionand number of labour force (employees) required for the project constructionand operation phases. (v) The preparedEnvironmental Impact Assessment (EIA) reportwill be submittedto the concernedEPA for formal concurrenceand will be disclosedto the public,stake holders etc.

*Ten hardcopies and two electroniccopies (format on CD) of the reportare to be submitted shouldbe labeledproperly. Public Hearins: It will be the responsibilityof the consultantto obtain NOC frorn the respectiveEPA, and to preparedocuments and presentationsfor EPA as and when required by EPA with due intimationto NHA.

ConsultantFee for Services:

The paymentsto the Consultantfor EIA shall be the followinqmanner; t\;-\

DetailedDesign for Dualizationof Khuzdar - ChamanSection of N-25 Along With the Technical Study & Detail n,e"tr AltemativeRoute at Lakpass& Tunnel at Khojak Bypass ul Sr. o/o of Description No. A (i) lnceptionReport for services(within first 7 daysof commencement). l0% (ii) Submissionof draftEIA/IEE report. 30% Submissionof final EIAiIEE report (ten hard and two soft copies) to (iii) 20% concernedEPA. Submissionof final EIA/IEE report after attendingall observationand 20% (iv) commentsof EPA. (v) ObtainNOC from concernedEPA includingpublic hearing aspects. 20%

WhereA is the total payableamount in respectof EIA Study.

ConsultinqService Period:

Consultantshall submit the final report within five (05) month of Commencementof Services.

DetailedDesign for Dualization of Khuzdar- ChamanSection of N-25 Along With the Technical Study & Detail Design AltemativeRoute at Lakpass& Tunnel at Khojak Bypass lt> APPENDIXB

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

DetailedDesign for Dualization of Khuzdar- ChamanSection of N-25 Along With the Technical Study& Detail Designof AltemativeRoute at Lakpass& Tunnel at Khojak Bypass | | 3 APPENDIX C

CLIENT'S REQUIREMENTS FROM THE CONSULTANTS

CLIENT'S Someimportant requirements are: REQUTREMENTS FROM THE 1. Selectinga ConsultingEngineer is one of the most important CONSULTANTS decisionsan owner or Client makes. The most important standardsfor this are technicalcompetence, managerial ability, professionalintegrity and fairnessof fee structure. The Client will seekinformation on all theseaspects by:

a: ' Obtainingcomprehensive written information from the the Consultantin form of RFPs and shouldbe completedin full providingall detailsas corectly known aspossible. It has been experiencedthat some Consultantstry to hide their deficienciesviz-a-viz the requirementsof TOR by makingunclear and vaguestatement. It will be policy of evaluatorsthat vague statementand lack of clarity in proposalson specificissues may be reasonto downgrade theratins.

b. Talkingto the seniorpersonnel of the Consultants.

c. Consultingtheir Clients.

d. Viewingthe projectsthat they haveaccomplished and visit theusers.

Visiting the premisesof the Consultantand examining systemsand method of works as well as hardwareand software abilities available. Senior Management (minimum Director level) shall regularly visit the siteat least once a month and hold meetins with the Client's representative.

The approachand methodologyproposed including work plan, activity and man-month schedule should be meaningful and fully coordinated to judge the understandingof the proposed assignment by the Consultant.

2. For Items (b) to (e), the inspectioncan be held any time prior to or after award of work to the Consultants.During the inspectionif the scenariofound is not compatiblewith what is presentedduring presentationsor as per Contract, the Consultant is liable for action debarring for two (2) years for future projects which may or may not include blacklisting action.

DetailedDesign for Dualizatian of Khuzdx - CharnanSection of N-25 Along With the Technical Study& Detail Design of AlternativeRoute at Lakpass& Tunnel at Khojak Bypass lt+ APPENDIXD

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

AS PER TOR

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the Technical Study & Detail Designof Altemative Routeat Lakpass& Tunnel at Khojak Bypass nt APPENDIX-E

COPY OF MODEL AGREEMENT (To be finalized during Negotiations)

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the Technical Study & Detail Designof Altemative Routeat Lakpass& Tunnel at Khojak Bypass ltb (Lump Sum)

(NAME OF CLTENT)

And

(NAME OF THE CONSULTANTS)

For

(BRTEFSCOPE OF SERVICES)

OF (NAME OF PROJECT)

Month and Year

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the Technical Study & Detail Designof AltemativeRoute at Lakpass& Tunnel at Khojak Bypass il+ TABLE OF CONTENTS

L FORM OF CONTRACT

II. GENERAL CONDITIONS OF CONTRACT

1. GENERAL PROVISIONS

1.1 Definitions L.Z Law Governingthe Contract 1.3 Language t.4 Notices 1.5 Location r.6 AuthorizedRepresentatives r.7 Taxesand Duties l.B Leaderof Joint Venture

) COMMENCEMENT, COMPLETTON,MODTFTCATION, AND TERMINATION OF CONTRACT

2,1 Effectivenessof Contract 2.2 Terminationof Contractfor Failureto BecomeEffective )? Commencementof Services 1A Expirationof Contract /.) Modification 2.6 Extensionof Time for Completion 2.7 ForceMajeure 2.7.1 Definition 2.7.2 No Breachof Contract 2.7.3 Extensionof Time 2.7.4 Payments 2.8 Suspensionof Paymentsby the 2.9 Termination 2.9.1 By theClient 2.9.2 By the Consulta 2.9.3 Cessationof 2.9.4 Paymentup 10n 2.9.5 Disputesabou- 'sof Termination

3. OBLIGATIONS OF THE CONSULTANTS a1 General 1a ConsultantsNot to Benefitfrom Commissions.Discounts. etc. aa J.J Confidentiality -A J.+ ProfessionalLiability 3.5 OtherInsurance to be takenout by the Consultants 3.6 Consultants'Actions Requiring Client's Prior Approval 3.7 ReportingObligations 3.8 DocumentsPrepared by the Consultantsto be the Property of the Client 3.9 Equiprnentand Materials Furnished by the Client 3.10 Accounting,Inspection and Auditing

DetailedDesign for Dualization of Khuzdar - CharnanSection of N-25 Along With the Technical Study & Detail Designof AlternativeRoute at Lakpass& Tunnel at Khojak Bypass tl8 4. CONSULTANTS' PERSONNEL AND SUBCONSULTANTS

4.r Descriptionof Personnel 4.2 Removaland/or Replacement of Personnel

OBLIGATIONS OF THE CLIENT

5.1 Assistance,Coordination and Approvals s.1.1 Assistance 5.1.2 Co-ordination 5.1.3 Approvals 5.2 Accessto Land 5.3 Changesin theApplicable Law 5.4 Servicesand Facilities 5.5 Payments

6. PAYMENTS TO THE CONSULTANTS

6.1 Lump Sum Remuneration 6.2 ContractPrice 6.3 Termsand Conditionsof Payment 6.4 Periodof Payment 6.5 DelayedPayments 6.6 AdditionalServices 6.7 Consultants'Entitlement to

1 SETTLEMENT OF D

7.1 AmicableSettlem 7.2 DisputeSettlem

8. CT

9. AND DUTIES OF THE CONSULTAIITS 9.1 Obligations 9.2 Indirect Payments 9.3 Royalties 9.4 Provisionof ExpertTechnical Advice 9.5 Penalty III. SPECIAL CONDITIONS OF'CONTRACT [Detailsto be finalizedby the users]

IV APPENDICES

AppendixA-Descriptionof the Services AppendixB-ReportingRequirements AppendixC-KeyPersonnel and Sub consultants AppendixD-Breakdownof ContractPrice in ForeignCurrency AppendixE-Breakdownof ContractPrice in LocalCurrency AppendixF-Servicesand Facilities to be Providedby the Client AppendixG-IntegrityPact Appendix H-Minutes of Pre-ProposalMeeting along with addendum

DetailedDesign for Dualization of Khuzdar- ChamanSection of N-25 Along With the Technical Study & Detail Designof Altemative Route at Lakpass& Tunnel at Khojak Bypass tn ALTERNATE TITLE PAGE IN CASE OF JV ALTERNATE FORM OF CONTRACT IN CASE OF JV

rM,

ii;,:,I iiiii 1i;i'.i!\ .a: ;/ . ,.'\!, .. DetailedDesign for Dualization of Khuzdar- Chamrin of N-25 Along With the TechnicalStudy & Detail Designof AltemativeRoute at Lakpass& Tunnel at Khojak Bypass lLo FORM OF CONTRACT

[Notes: L Use this Form of Contract when the Consultantsperform Servicesas Sole Consultants.

2. In case the Consultants perform Sewices as a Member of the joint venture, use the Form included at the end.

3. All notesshould be deletedin the linal text.l

This CONTRACT (hereinaftercalled the "Contract")is madeon the of _ (year),between, on the one hand (Hereinaftercalled the "Client" which expressionshall include legal representatives and permitted assigns) and, on hand,

(hereinaftercalled the "Consultants"which expression ssors,legal representativesand permitted assigns).

WHEREAS

(a) the Clienthas requestedthe Consultantsto Iting SETVICES AS defined in the GeneralConditions of is Contract(hereinafter calledthe "Services");and

(b) the Consultants,having represented the required professionalskills, and personnel and rces, have agreedto providethe Serviceson the termsand cond$$n s Contract;

NOW THEREFOREthe Partieshereby

1. The followingdocument all be deernedto form an integralpart of thisContract:

(a) the (b) the Special bntract; (c) the

[Note: Appendices are not used, the words "Not Used"should to the title of the Appendixand on the sheetattached title of that Appendix,J

Descriptionof the Services ReportingRequirements C : Kev Personneland Sub consultants x D : Breakdownof ContractPrice in ForeignCurrency ix E : Breakdownof ContractPrice in LocalCurrency

AppendixG: IntegrityPact (for Servicesabove Rs.10 million)

2. The mutual rights and obligationsof the Client and the Consultantsshall be as set forth in the Contract,in particular:

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the Technical Study & Detail Designof Altemative Routeat Lakpass& Tunnel at Khojak Bypass tzl (a) the Consultantsshall carry out the Servicesin accordancewith the provisions of the Contract:and

(b) the Client shall make paymentsto the Consultantsin accordance the provisionsof the Contract.

IN WITNESS WHEREOF.the Partieshereto have caused this Contract respectivenames in two identicalcounterparts, each of which shallbe asof the day,month andyear first abovewritten.

For andon

Witness (cLrENT)

Signatures Signatures

Name Name

Title Title

or andon behalfof

Witness

Signatures

Name

Title

(Seal)

DetailedDesisn for Dualizationof Khuzdar= ChamanSection of N-25 Alone With theTechnical Studv & DetailDesien of Altemative Routeat Lakpass& Tunnel at Khojak Bypass ILL II. GENERAL CONDITIONS OF CONTRACT

1. GENERAL PROVISIONS

1.1 Definitions

Unlessthe context otherwiserequires, the following terms wheneverused in this Contracthave the followingmeanings:

(a) "Applicable Law" meansthe laws and any other instrumentshaving the force of law in the IslamicRepublic of Pakistan,as those may be issuedand in force from time to time;

(b) "Contract"means the Contractsigned by the Pafties,to which theseGeneral Conditionsof Contract(GC) are attached,together with all the documents listedin Clause1 of suchsigned Contract;

(c) "ContractPrice" meansthe price to be paid for the performanceof the Services,in accordancewith Clause6;

(d) "Effective Date" meansthe dateon which this Contractcomes into force and effectpursuant to Sub-Clause2.1;

(e) "GC" meansthese General Conditions of Contract:

(0 "Government"means the Governmentof the Islamic Republicof Pakistan and/orProvincial Government(s);

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

(h) "LocalCurrency" means the currencyof the IslamicRepublic of Pakistan;

(i) "Member"in casethe Consultantsconsist of a joint ventureof morethan one entity,means any of theentities, and "Members" means all of theseentities;

0) "Party"means the Clientor the Consultants,as the casemay be, and"Parties" meansboth of them;

(k) "Personnel"means persons hired by the Consultantsor by any Subconsultant as employeesand assignedto the performanceof the Servicesor any part thereof;

(D "SC" meansthe SpecialConditions of Contractby which the GC areamended or supplemented;

(m) "Services"means the work to be performedby the Consultantspursuant to this Contract,as described in AppendixA;

(n) "Sub consultant"means any entityto which the Consultantssubcontract any partof the Servicesin accordancewith the provisionsof Sub-Clause3.6;

DetailedDesign for Dualization of Khuzdar- ChamanSection of N-25 Along With the Technical Study & Detail Designof AltemativeRoute at Lakpass& Tunnel at Khojak Bypass t>3 (o) "Third Party" means any personor entity other than the Client, the Consultantsor a Subconsultant; and

(p) "Project"means the work specifiedin SC for which engineeringconsultancy servicesare desired. r.2 Law Governingthe Contract

This Contract, its meaning and interpretation,and the relation betweenthe Parties shallbe governedby the ApplicableLaw.

1.3 Language

This Contracthas beenexecuted in the Englishlanguage which shall be the binding and controlling languagefor all mattersrelating to the meaningor interpretationof this Contract.All the reportsand communications shall be in the Englishlanguage.

1.4 Notices

Any notice,request, or consentmade pursuant to this Contractshall be in writing and shall be deemedto have been made when deliveredin personto an Authorized Representativeof the Partyto whom the communicationis addressed,or when sent by registeredmail, telex, or facsimileto suchParty at the addressof the Authorized Representativesspecified under Sub-Clause SC 1.6. A Partymay changeits address for noticehereunder by giving the otherParty notice of suchchange.

1.5 Location

The Servicesshall be performedat suchlocations as are specified in AppendixA and, where the location of a particulartask is not so specified,at such locationsas mutuallyagreed by the Parties.

1.6 AuthorizedRepresentatives

Any actionrequired or permittedto be taken,and any documentrequired or permitted to be executed,under this Contractby the Clientor the Consultantsshall be takenor executedby the AuthorizedRepresentatives specified in the SC.

1.7 l'axesand Duties

Unlessspecified in the SC,the Consultants,Sub consultants, and their Personnelshall pay such taxes, duties, fees, and other impositionsas may be levied under the ApplicableLaw, the amount of which is deemedto have been includedin the ContractPrice.

DetailedDesign for Dualizatioir,of,Khu2dar- ChamanSection of N-25 Along With the Technical Study & Detail Designof AlternativeRoute at Lakpass& Tunnel at Khojak Bypass Dq 1.8 Leader of Joint Venture

In case the Consultantsconsist of a joint ventureof more than one entity, the Consultantsshall be jointly and severallybound to the Client for fulfillment of the termsof the Contractand designatethe Membernamed in the SC to act as leaderof the JointVenture, for the purposeof receivinginstructions from the Client.

2. COMMENCEMENT, COMPLETTON,MODIFTCATION, AND TERMINATION OF CONTRACT

2.1 Effectivenessof Contract

This Contractshall come into force and effect on the date (the "Effective Date") of the Client'snotice to the Consultantsinstructing the Consultantsto begin carryingout the Services.This noticeshall confirm that the effectivenessconditions, if any,listed in the SC havebeen met.

2.2 Termination of Contract for Failure to BecomeEffective

If this Contracthas not becomeeffective within suchtime periodafter the dateof the Contractsigned by the Partiesas shallbe specifiedin the SC, either Partymay, by not less than twenty eight (28) days written notice to the other Party, declarethis Contractto be null and void, and in the eventof such a declarationby either Party, neitherParty shall haveany claim againstthe otherParty exceptfor the work (if any) alreadydone or costsalready incumed by aPartyat the requestof the otherParty.

2.3 Commencementof Services

The Consultantsshall begin carrying out the Servicesat the end of suchtime period afterthe Effective Date asshall be specifiedin the SC.

2.4 Expiration of Contract

Unlessterminated earlier pursuant to Sub-Clause2.9, this Contractshall expire when, pursuantto the provisionshereof, the Serviceshave been completed and the payments of remunerationsincluding the direct costsif any, have beenmade. The Services shallbe completedwithin a periodas is specifiedin the SC,or suchextended time as may be allowedunder Sub-Clause 2.6.

The term "Completionof Services"is asspecified in the SC. t5 Modification

Modificationof the termsand conditions of this Contract,including any modification of the scopeof the Servicesor of the ContractPrice, may only be made,in writing, which shall be signedby both the Parties.

2.6 Extensionof Time for Completion I t' ri:,, : :ti. If the scopeor durationof the Servicesis increased: . .

(a) the Consultantsshall inform the Client of the circumstances''and'probable effects:

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the Technical Study& Detail Designof Altemative Route at Lakpass& Tunnel at Khojak Bypass /)-s (b) the increaseshall be regardedas Additional Services; and

(c) the Clientshall extend the time for Completionof the Servicesaccordingly.

71 ForceMajeure

2.7.1 Definition

(a) For the purposesof this Contract,"Force Majeure" means an eventwhich is beyond the reasonablecontrol of a Parfy and which makes a Party's performanceof its obligationsunder the Contractimpossible or so impractical as to be consideredimpossible under the circumstances,and includes,but is not lirnited to, war, riots, civil disorder,earthquake, fire, explosion,storm, flood or otheradverse weather conditions, strikes, lockouts or otherindustrial actions(except where such strikes,lockouts or other industrialactions are within the power of the Party invoking Force Majeure to prevent), confiscationor any otheraction by governmentagencies.

(b) Force Majeure shall not include (i) any event which is causedby the negligenceor intentionalaction of a Party or suchParty's Sub consultantsor agents or employees,nor (ii) any event which a diligent Party could reasonablyhave been expected to both(A) take into accountat the time of the conclusionof this Contractand (B) avoid or overcomein the carryingout of its obligationshereunder.

(c) ForceMajeure shall not includeinsufficiency of fundsor failureto makeany paymentrequired hereunder.

2,7,2 No Breachof Contract

The failure of a Partyto fulfill any of its obligationsunder the Contractshall not be consideredto be a breachof, or defaultunder this Contractinsofar as suchinability arisesfrom an eventof ForceMajeure, provided that the Party affectedby suchan event;(a) has takenall reasonableprecautions, due careand reasonablealternative measuresin orderto carry out the termsand conditions of this Contract;and (b) has informedthe other Party in writing not later than fifteen (15) days following the occurrenceofsuch an event. 'I'ime 2.7.3 Extensionof

Any periodwithin which aPartyshall, pursuant to this Contract,complete any action or task,shall be extendedfor a periodequal to the time duringwhich suchParty was unableto performsuch action as a resultof ForceMajeure.

2.1.4 Payments

During the periodof their inabilityto performthe Servicesas a resultof an eventof Force Majeure,the Consultantsshall be entitledto continueto be paid underthe termsof this Contract,as well asto be reimbursedfor additionalcosts reasonably and necessarilyincurred by themduring such period for the purposeofthe Servicesand in reactivatinsthe Servicesafter the endof suchperiod.

DetailedDesign for Dualizationof Khuzdar- CharnanSection of N-25 Along With theTechnical Study & DetailDesign of Altemative Routeat Lakpass& Tunnel at Khojak Bypass lLo 2.8 Suspensionof Paymentsby the Client

The Client may, by written notice of suspensionto the Consultants,suspend all paymentsto the Consultantshereunder if the Consultantsfail to perform any of their obligationsunder this Contract,including the carryingout of the Services,provided that suchnotice of suspension(i) shallspecify the natureof the failure,and (ii) shall requestthe Consultantsto remedysuch failure within a periodnot exceedingthirty (30)days after receipt by the Consultantsof suchnotice of suspension.

2.9 Termination

2.9.1 By the Client

The Client may terminate this Contract,by not less than thirty (30) days written noticeof terminationto the Consultants,to be givenafter the occurrenceof any of the eventsspecified in paragraphs(a) through(e) of this Sub-Clause2.9.1 andsixty (60) days'in the caseofthe eventreferred to in paragraph(f):

(a) if the Consultantsdo not remedy a failure in the performanceof their obligationsunder the Contract,within thirty (30) daysafter being notifiedor within any further 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 Membersbecomes) insolvent or bankruptor enterinto any agreementswith their creditorsfor relief of debt or take advantageof any law for the benefitof debtorsor go into liquidationor receivershipwhether compulsoryor voluntary;

(c) if the Consultantsfail to comply with any final decisionreached as a resultof arbitrationproceedings pursuant to Clause7 hereof;

(d) if the Consultantssubmit to the Clienta statementwhich hasa materialeffect on the rights,obligations or interestsof the Clientand which the Consultants know to be false:

(e) if, as the resultof ForceMajeure, the Consultantsare unable to performa materialportion of theServices for a periodof notless than sixty (60) days;

(0 if theClient, in its solediscretion, decides to terminatethis Contract I lilV / ' 2.g.2 By theConsultants I .:t. , The Consultantsmay terminatethis Contract,by not lessthan thirty (30) dayswritteri noticeto the Client,such notice to be givenafter the occurrenceof any of the events specifiedin paragraphs(a) through(d) of this Sub-Clause2.9.2:

(a) if the Client fails to pay any moniesdue to the Consultantspursuant to this Contractand not subjectto disputepursuant to Clause7 within forty-five(45) days after receivingwritten notice from the Consultantsthat such paymentis overdue;

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the Technical Study & Detail Designof Altemative Routeat Lakpass& Tunnel at Khojak Bypass I n (b) if the Client is in material breachof its obligationspursuant to this Contract and has not remediedthe samewithin forty-five (45) days (or such longer period as the Consultantsmay have subsequentlyapproved in writing) following the receiptby the Clientof the Consultants'notice speciffing such breach:

(c) if as a result of Force Majeure,the Consultantsare unableto perform a materialportion of the Servicesfor a periodof not lessthan sixty (60)days;

(d) if the Client fails to comply with any final decisionreached as a resultof arbitrationproceedings pursuant to Clause7 hereof.

2.9,3 Cessationof Services

Upon receiptof noticeof terminationunder Sub-Clause 2.9.I, or giving of noticeof terminationunder Sub-Clause 2.9.2, the Consultantsshall take all necessarysteps to bring the Servicesto a closein a promptand orderlymanner and shall makeevery reasonableeffort to keepexpenditures for this purposeto a minimum. With respect to documentsprepared by the Consultants,and equipment and materials furnished by the Client, the Consultantsshall proceedas provided,respectively, by Sub-Clauses 3.8or 3.9.

2,9,4 Paymentupon Termination

Upon terminationof this Contractpursuant to Sub-Clauses2.9.1 or 2.9.2,the Client shallmake the followingpayments to the Consultants:

(a) Remunerationand reimbursable direct costs expenditure pursuant to Clause6 for Servicessatisfactorily performed prior to the effectivedate of termination. Effectivedate of terminationfor purposesof this Sub-Clausemeans the date whenthe prescribednotice period would expire;

(b) except in the case of terminationpursuant to paragraphs(a) through (d) of Sub-Clause2.9.I, reimbursementof any reasonablecost incidentalto the prompt and orderly terminationof the Contract,including the cost of the returntravel of the Personnel,according to ConsultantsTraveling Allowance Rules.

In order to computethe remunerationfor the part of the Servicessatisfactorily performedprior to the effectivedate of termination,the respectiveremunerations shallbe proportioned.

2.9.5 Disputesabout Events of Termination

If eitherParty disputeswhether an eventspecified in paragraphs(a) through(e) of Sub-Clause2.9.1 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 terminationfrom the otherParty, refer the matterto arbitrationpursuant to Clause7 hereof,and this Contractshall not be terminatedon accountof suchevent except in accordancewith the termsof anyresulting arbitral award.

3. OBLIGATIONS OF THE CONSULTANTS

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With theTechnical Study & DetailDesign of AlternativeRoute at Lakpass& Tunnel at Khojak Bypass l>8 3.1 General

The Consultantsshall performthe Servicesand carry out their obligationswith all due diligence,efficiency, and economy,in accordancewith generallyaccepted professionaltechniques and practices, and shall observe sound management practices, and employ appropriateadvanced technology and safe methods. The Consultants shall always act, in respectof any matterrelating to this Contractor to the Services, as faithful advisersto the Client, and shall at all times support and safeguardthe Client'slegitimate interests in anydealings with Subconsultants or third parties.

3.2 ConsultantsNot to Benefitfrom Commissions,Discounts, etc.

The remunerationof the Consultantspursuant to Clause 6 shall constitutethe Consultants'sole remuneration in connectionwith this Contractor the Services,and the Consultantsshall not acceptfor theirown benefitany trade commission, discount, or similar paymentin connectionwith activitiespursuant to this Contractor to the Servicesor in the dischargeof their obligationsunder the Contract,and the Consultantsshall use their best efforts to ensurethat the Personnel,any Sub consultants,and agentsof either of them similarly shall not receive any such additionalremuneration.

3.3 Confidentiality

The Consultants,their Sub consultants,and the Personnelof either of them shall not, eitherduring the term or afterthe expirationof this Contract,disclose any proprietary or confidentialinformation relating to the Project,the Services,this Contract,or the Client'sbusiness or operationswithout the priorwritten consent of the Client.

3.4 Professional Liability

The Consultantsare liable for the consequenceof errorsand omissionson their paft or on the part of their employeesin so far asthe designof the Projectis concernedto the extentand with the limitationsas specified herein below.

If the Client suffersany lossesor damagesas a result of proven faults,errors or omissionsin the designof a project,the Consultantsshall make good such losses or damages,subject to the conditionsthat the maximumliability as aforesaidshall not exceedtwice the total remunerationof the Consultantsfor designphase in accordance with the termsof the Contract.

The liability of the Consultantsexpires after one (1) year from the stipulateddate of completionof constructionor after three (3) yearsfrom the date of final completion of the designwhichever is earlier"

The Consultantsmay, to protectthemselves, insure themselves against their liabilities butthis is not obligatory.The extentof the insuranceshall be up to the limit specified in secondpara above.The Consultantsshall procurethe necessarycover before commencingthe Servicesand the costof procuringsuch cover shall be borneby the Consultantsup to a limit of onepercent of the total remunerationof the Consultants for the designphase for everyyear ofkeeping such cover effective.

The Consultantsshall, at the requestof the Client, indemnifythe Client againstany or Nr{ all risksarising out of the furnishingof professionalservices by the Consultantsto the

DetailedDesign for Dualization of Khuzdar- ChamanSection of N-25 Along With the Technical Study & Detail Designof AltemativeRoute at Lakpass& Tunnel at Khojak Bypass tLl Client,not coveredby the provisionscontained in the first paraabove and exceeding the limits set forth in secondpara above provided the actualcost of procuringsuch indemnityas well as costsexceeding the limits setforth in fourthpara above shall be borneby theClient.

3.5 Other Insuranceto be taken out by the Consultants

The Consultants(a) shalltake out andmaintain, and shallcause any Subconsultants to take out and maintain,at their (or the Subconsulta nts',as the casemay be) own costbut on termsand conditionsapproved by the Client, insuranceagainst the risks, and for the coverage,as are specifiedin the SC; and (b) at the Client's request,shall provideevidence to the Client showingthat such insurancehas beentaken out and maintainedand that the currentpremiums have been paid.

3.6 Consultants'Actions Requiring Clientrs Prior Approval

The Consultantsshall obtainthe Client'sprior approvalin writing beforetaking any of the followins actions:

(a) Appointingsuch Personnel as arelisted in Appendix-Cmerely by title but not by name;

(b) enteringinto a subcontractfor the performanceof any part of the Services,it being understood(i) that the selectionof Sub consultantsand the terms and conditionsof the subcontractshall have been approvedin writing by the Client prior to the executionof the subcontract,and (ii) that the Consultants shall remain fully liable for the performanceof the Servicesby the Sub consultantsand its Personnelpursuant to this Contract;

(c) any otheraction thatmay be specifiedin the SC.

3.7 ReportingObligations

The Consultantsshall submit to the Client the reports and documentsspecified in AppendixB in the form, in the numbers,and within the periodsset forth in the said Appendix.

3.8 DocumentsPrepared by the Consultantsto be the Propertyof the Client

All plans, drawings, specifications,reports, and other documentsand software preparedby the Consultantsin accordancewith Sub-Clause3.7 shall becomeand remainthe propertyof the Client, and the Consultantsshall, not later than upon terminationor expirationof this Contract,deliver (if not alreadydelivered) all such documentsand software to the Client,together with a detailedinventory thereof. The Consultantsrnay retain a copyof suchdocuments and software.

Restriction(s)about the future useof thesedocuments is specifiedin the SC.

3.9 Equipmentand MaterialsFurnished by the Client ,,

Equipmentand materialsmade availableto the Consultantsby the Clienq.or purchasedby the Consultantswith fundsprovided exclusively for this purposeby thg, Client, shall be the propertyof the Client and shall be markedaccordingly. Upon

D.t"tl"d D"'ttgtt AlternativeIloute at Lakpass& Tunnel at Khojak Bypass tb terminationor expirationof this Contract,the Consultantsshall make available to the Client an inventoryof such equipmentand materialsand shall disposeof such equipmentand materials in accordancewith the Client'sinstructions or affordsalvage value of the same. While in possessionof such equipmentand materials,the Consultants,unless otherwise instructed by the Clientin writing, shallinsure them at the expenseof the Clientin an amountequal to theirfull replacementvalue.

3.10 Accounting,Inspectionand Auditing

The Consultants(i) shall keep accurateand systematicaccounts and recordsin respectof the Serviceshereunder, in accordancewith internationallyaccepted accountingprinciples and in suchform and detailas will clearlyidentify all relevant time charges,and cost,and the basisthereof, and (ii) shall permit the Client or its designatedrepresentatives periodically, and up to one year from the expirationor terminationof this Contract,to inspectthe sameand make copies thereof as well asto havethem auditedby auditorsappointed by the Client.

4. CONSULTANTS' PERSONNELAND SUBCONSULTANTS

4.L Descriptionof Personnel

The titles,agreed job descriptions,minimum qualifications, and estimatedperiods of engagementin the canyingout of the Servicesof the Consultants'KeyPersonnel are describedin AppendixC. The Key Personneland Sub consultantslisted by title and/orby name,as the casemay be, in AppendixC aredeemed to be approvedby the Client.

4.2 Removaland/or Replacementof Personnel

(a) Exceptas the Client may otherwiseagree, no changesshall be madein the Key Personnel. If, for any reasonbeyond the reasonablecontrol of the Consultants,it becomesnecessary to replaceany of the Key Personnel,the Consultantsshall provideas a replacementa personof equivalentor better qualifications;

(b) If the Client, (i) finds that any of the Personnelhave committedserious misconductor havebeen charged with havingcommitted a criminalaction; or (ii) hasreasonable cause to be dissatisfiedwith the performanceof any of the Personnel,then the Consultantsshall, at the Client'swritten request specifying the groundstherefore, provide as a replacementa personwith qualifications and experienceacceptable to the Client.

(c) Exceptas the Client may otherwiseagree, the Consultantsshall; (i) bearall the additionaltravel and othercosts arising out of or incidentalto any removal and/orreplacement; and (ii) bearany additionalremuneration, to be paid for any of the Personnelprovided as a replacementto that of the Personnelbeing replaced.

t 5. OBLIGATIONS OF THE CLIENT 5.1 Assistance,Coordination and Approvals \N", 5.1.1 Assistance

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the Technical Study & Detail Designof at Lakpass& Tunnel at Khojak Bypass Altemative Route l3l The Client shalluse its bestefforts to ensurethat the Client shall:

(a) provide at no cost to the Consultants,Sub consultantsand Personnelsuch documentsprepared by the Client or otherconsulting engineers appointed by the Client as shallbe necessaryto enablethe Consultants,Sub consultantsor Personnelto performthe Services.The documentsand the time within which suchdocuments shall be madeavailable, are as specified in the SC;

(b) assistto obtainthe existingdata pertaining or relevantto the carryingout of the Services,with various Governmentand other organizations.Such items unlesspaid for by the Consultantswithout reimbursement by the Client,shall be returnedby the Consultantsupon completionof the Servicesunder this Contact;

(c) issueto officials,agents and representativesof the concernedorganizations, all such instructionsas may be necessaryor appropriatefor prompt and effectiveimplementation of the Services;

(d) assistto obtainpermits which may be requiredfor right-of-way,entry upon the landsand propefties for the purposesof this Contract;

(e) provide to the Consultants,Sub consultants,and Personnelany such other assistanceand exemptions as may be specifiedin the SC.

5.1.2 Co-ordination

The Clientshall:

(a) co-ordinateand get or expediteany necessaryapproval and clearances relating to the work from any Governmentor Semi-GovernmentAgency, Department or Authority,and other concerned organization named in the SC.

(b) co-ordinatewith any otherconsultants employed by him.

5.1.3 Approvals

The Client shall accordapproval of the documentswithin suchtime as specifiedin the SC,whenever these are applied for by the Consultants.

5.2 Accessto Land

The Clientwarrants that the Consultantsshall have, free of charge,unimpedg{ ..4ccqss. to all landof which accessis requiredfor the performanceof the Services.u'.iy'" !;'ji" / L 5.3 Changesin the ApplicableLaw i,i'ii ,8 , 11:'.']..\ If, after the dateof this Contract,there is any changein the ApplicablertrTah.which. increasesor decreasesthe costof the Servicesrendered by the Consultants;'theh-'the-' remunerationsand direct costs otherwisepayable to the Consultantsunder this Contractshall be increasedor decreasedaccordingly, and correspondingadjustment shallbe madeto the amountsreferred to in Sub-Clause6.2 (a) or (b), asthe casemay be.

DetailedDesign for Dualization of Khuzdar- ChamanSection of N-25 Along With the Technical Study& Detail Designof Altemative Routeat Lakpass& Tunnel at Khojak Bypass l3L 5.4 Servicesand Facilities

The Client shall make available to the Consultants,Sub consultantsand the Personnel, for the purposeof the Servicesand free of any charge,the services, facilitiesand propertydescribed in AppendixF at the times and in the manner specifiedin saidAppendix F, providedthat if suchservices, facilities and property shallnot be madeavailable to the Consultantsas and when so specified,the Parties shall agree on; (i) any time extensionthat it may be appropriateto grant to the Consultantsfor the performanceof the Services; (ii) the manner in which the Consultantsshall procure any such services, facilities and property from other sources;and (iii) the additionalpayments , if any,to be madeto the Consultantsas a resultthereof pursuant to Clause6 hereinafter. f,.f, Payments

In considerationof the Servicesperformed by the Consultantsunder this Contract,the Clientshall make to the Consultantssuch payments and in suchmanner as is provided bv Clause6 of this Contract.

6. PAYMENTS TO THE CONSULTANTS

6.1 Lump SumRemuneration

The Consultants'totalremuneration shall not exceedthe ContractPrice and shall be a fixed lump sum includingall staff costs,incurred by the Consultantsin carryingout the Servicesdesuibed in AppendixA. Otherreimbursable direct costs expenditure, if any,is specifiedin the SC. Exceptas provided in Sub-Clause5.3, the ContractPrice may only be increasedabove the amountsstated in Sub-Clause6.2 if the Partieshave agreedto additionalpayments in accordancewith Sub-Clauses2.5,2.6,5.4or 6.6.

6.2 ContractPrice

(a) Foreign currency payment shall be made in the currency or currencies specifiedas foreign currencyor currenciesin the SC, and local currency paymentshall be madein PakistaniRupees.

(b) The SC shall specifythe breakup of remunerationto be paid,respectively, in foreignand in localcurrencies.

6.3 Terms and Conditionsof Payment

Paymentwill be madeto the accountof the Consultantsand accordingto the payment schedulestated in the SC. Paymentsshall be madeafter the conditionslisted in the SC for suchpayments have been met, and the Consultantshave submitted an invoice to the Clientspecifying the amountdue.

6.4 Period of Payment

(a) Advance payment to the Consultantsshall be affected within the period specified in the SC, after signing of the Contract Agreement betweenthe Parties.

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the Technical Study & Detail Designof Altemative Routeat Lakpass& Tunnel at Khojak Bypass t33 (b) Any other amount due to the Consultantsshall be paid by the Client to the Consultantswithin twenty-eight(28) daysin caseof local currencyand fifty six (56) days in caseof foreign currencyafter the Consultants'invoice has beendelivered to the Client.

6.5 DelayedPayments

If the Clienthas delayed payments beyond the periodstated in paragraph(b) of Sub- Clause6.4, financingcharges shall be paidto the Consultantsfor eachday of delayat the ratespecified in the SC.

6.6 Additional Services

AdditionalServices means:

(a) Servicesas approvedby the Clientoutside the Scopeof Servicesdescribed in AppendixA;

(b) Servicesto be performedduring the periodextended pursuant to Sub-Clause 2.6,beyond the originalschedule time for completionof the Services;and

(c) anyre-doing of anypart of the Servicesas a resultof Client'sinstructions.

If, in the opinionof the Client,it is necessaryto performAdditional Services during the currencyof the Contractfor the purposeof the Project,such Additional Services shall be performedwith the prior concurrenceof both the Parties.The Consultants shallinform the Client of the additionaltime (if any),and the additionalremuneration andreimbursable direct costs expenditure for suchAdditional Services. If thereis no disagreementby the Clientwithin two weeksof this intimation,such additional time, remunerationand reimbursabledirect costs expenditure shall be deemedto become part of the Contract. Suchremuneration and reimbursabledirect costsexpenditure shallbe determinedon the basisof ratesprovided in AppendicesD andE, in casethe Additional Servicesare performedduring the scheduledperiod of the Services, otherwiseremuneration for AdditionalServices shall be determinedon the basisof Consultants'billing ratesprevailing at thetime of performingthe AdditionalServices.

6.7 Consultants'Entitlement to SuspendServices

If the Clientfails to makethe paymentof any of the Consultants'invoice(excluding the advancepayment), within fwenty-eight(28) days after the expiry of the time statedin paragraph(b) of Sub-Clause6.4, within which paymentis to be made,the Consultantsmay after giving not lessthan fourteen(14) days' prior notice to the Client,suspend the Servicesor reducethe rateof carryingout the Services,unless and until the Consultantshave received the payment.

This actionwill not prejudicethe Consultantsentitlement to financingcharges under Sub-Clause6.5.

/. SETTLEMENT OF DISPUTES

7.1 AmicableSettlement

DetailedDesign for Dualizationof Khuzdar - ChamanSection of N-25 Along With the Technical Study & Detail Designof AlternativeRoute at Lakpass& Tnnnel at Khojak Bypass t3q The Partiesshall use their bestefforts to settleamicably all disputesarising out of or in connectionwith this Contractor its interpretation.

7.2 DisputeSettlement

Any disputebetween the Partiesas to mattersarising pursuant to this Contractwhich cannotbe settledamicably within thirty (30) days after receipt by one Party of the other Party'srequest for such amicablesettlement may be submittedby either Party for settlementin accordancewith the provisionsof the Arbitration Act, 1940(Act No x of 1940)and of the Rulesmade there under and any statutorymodifications thereto.

Servicesunder the Contract shall, if reasonablypossible, continue during the arbitrationproceedings and no paymentdue to or by the Client shall be withheldon accountof suchproceedings.

8. INTEGRITY PACT

8.1 If the Consultantor any of his Sub consultants,agents or servantsis found to have violatedor involved in violationof the IntegrityPact signedby the Consultantas Appendix-Gto this Form of Contract,then the Clientshall be entitledto:

(a) recoverfrom the Consultantan amountequivalent to ten timesthe sumof any commission,gratification, bribe, finder's fee or kickback given by the Consultantor any of his Subconsultant, agents or servants;

(b) terminatethe Contract;and

(c) recover from the Consultantany loss or damageto the Client as a result of suchtermination or of any othercorrupt business practices of the Consultant or any ofhis Subconsultant, agents or servants.

On terminationof the Contractunder Sub-Para (b) of this Sub-Clause,the Consultant shall proceedin accordancewith Sub-Clause2.9.3.Payment upon suchtermination shall be madeunder Sub-Clause 2.9.a @) after havingdeducted the amountsdue to theClient under Sub-Para (a) and(c) of this Sub-Clause.

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the Technical Study & Detail Designof AltemativeRoute at Lakpass& Tunnel at Khojak Bypass lgf III. SPECIAL CONDITIONS OF CONTRACT

No. I Amendrnentsof, and Supplementsto, Clausesin the GeneralConditions of GC I of Contract Clause

Telephone Facsimile E-Mail

Forthe Consultants:

Telephone : _ Facsimile : - . :.::::= E-Mails I riii',- :: ,

'1'::' :: :.:j 1,7 Taxesand Duties

.fL Payrnentof Taxeswitl bethe ,l responsibilityof the Consultantsin accordance with PakistanTax Laws.

,:.. = =.=t= ,.,

[Atl noiet'should,be'-dAliedinfinat text. All blanksshould be filled in.J ;....:

1.8 Leaderof the Joint Venture

The leaderof the JointVenture is ...... (name of theMember of the JointVenture).

DetailedDesign for Dr"ralizationof Khuzdar'- ChamanSection of N-25 Along With the Technical Study & Detail Designof AltemativeRoute at Lakpass& Tunnelat KhojakBypass t36 [Note: If the Consultantsdo not consistof more than one entity, the Sub-Clause-].8 shouldbe deleted.l

2.1 Effectivenessof Contract

This contractshall come into effectafter signing of the contract.

2.2 Termination of Contract for Failure to BecomeEffective

The time periodshall be thirty (30) days,or such other period as the Partiesmay agreein writing.

2.3 Commencementof Services

2.4 Expirationof Contract

(06) months from the

3.4 ProfessionalLiabilify

The Consultantsshall Non fulfillment of his Employeron accountof problemswith Design,(c) and care in the performancefor more than one occaslon, d)N contract administrationreports with Interim Payment Itantsare responsiblefor consequenceof elrors andomissions the partof theiremployees in so far asthe Designof the lfh_6,f--to=iheextent and with the limitations as specifiedherein below. oy=e1;Suffersany damagesas a resultof provenfaults, errors or andother professional duties performed by the consultantin services which have bearing on the safety, security and works,the consultantsshall make good such losses or damages, conditionsthat the maximumliabiliW as aforesaidshall not exceed I remunerationof the consultantsunder professional liability insurance. rance shall remain in force for a period of three calendar years after pletionof the Services.

3.5 Insuranceto be taken out by the Consultants

The risksand the coverage'sshall be asfollows:

(a) ProfessionalIndemnity Bond for twice the Feasibility and Design Remuneration,in thejoint nameof client andconsultant shall be providedas PECregulations. The consultantis to coverthis costin his overheads.

(b) Insuranceagainst loss of or damageto equipmentpurchased in whole or in part with fundsprovided under the Contract.

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the TechnicalStudy & Detail Designof AltemativeRoute at Lakpass& Tunnel at Khojak Bypass t37 (c) The Travel, Medical/ Hospitalizationand accidentcover andprofessional staffofConsultant andas approvedby the

3.8 DocumentsPrepared by the Consultantsto

5.1.1 Assistance

(a) The Clientshall make available Commencement Date, the namely

This list if warrantedshall

(e) to be provided by the Client

5.1.2 Coordination

The include

5.,1.3 , ,:a=._,-= Theil.ient shall accordapproval of the documentsimmediately but not later than fourtEen(14) daysfrom the dateof their submissionby the Consultants.

6.1 Lump SumRemuneration

[Note: In case there are other expendituresin respectof which reimbursementis allowed in addition to the lump sum remuneration, details of such reimbursabledirect costs expenditurewhich may include Sub consultants' costs,printing, communications,trcnel, accommodation etc., may be indicated herein. Each itemshall be specifiedwhether it is payableon the basisof (a) lump sum monthlyrate; or (b) reimbursementof actual expenditures.J The paymentof Mobilizatianadvance up to 10%of feasibilityand design cost remuneration,if approved,shall be madeagainst a valid Bank Guaranteefrom an approvedschedule bank on an approvedformat.

6.2 Contract Price

(a) Theamount in foreiencurrency is...... Theamount in localcurrencyis PakistaniRupees...... t,;',,:.*'.. : : The breakup of foreignand local currencies shall be asunder: i'';.'';'t, !or For Planningand Designing,total foreigncurrency comprising..... (Narne the currency/currencies)is ...... and total Pak Rs. is

6.3 ferms and Conditionsof Payment

DetailedDesign for Dualization of Khuzdar- ChamanSection of N-25 Along With the Technical Study & Detail Designof AlternativeRonte at Lakpass& Tunnel at Khojak Bypass 138 A lump sum amountin local be paid to the Consultants specifiedin SC2.4. Pavmentsshall be

AS PER TOR

6.4 Periodof Payment

(a) The time periodfor shallbe .....() daysafter signingof the Parties.(Fill in the time periode.g. thi

6.5

percent(_%) per annum. percentL_W per annum.

1','

Any DiSputebetween the parties as to the matterspursuant to this contractwhich cannotbe settledamicably with in thirty daysafter receiptby one party of the other party's requestfor such amicablesettlement may be submittedby eitherparty for settlementin accordancewith the provisionsof Arbitration Act 1940 as amended from time to time andthe rulesthereafter. Services under the contractshall continue during the Arbitration proceedings.The venueof arbitrationproceedings shall be in Islamabad(Pakistan) and the conclusionsof arbitrationcommittee shall be binding on bothparties.

9. THE RIGHTS AND DUTIES OF THE CONSULTANTS

9.1 The Consultantsshall fulfill their obligationsunder this Contractusing the best technicalknowledge and accordingto the acceptedprofessional standards. It shall exerciseall reasonableskill, careand diligencein the dischargeof the dutiesto be performedand shall alwaysact as the faithful advisorto and in the bestinterest of the employer. The Consultantspersonnel shall at all timesendeavor to observeand respectall laws, rules,regulations and customs prevailing within the IslamicRepublic of Pakistan.

9.2 IndirectPayments

not havenor permitits staffto have,any Ni The Consultantshall throughout the Services direct or indirect financial participationin procurementof constructioncontracts for the Work to be supervisedunder this Contractand shall ensurethat no paymentsare acceptedby it or its staff during currency of the Contract other than under this Contract. Any such act if proven through evidenceshall construeas act of default andthe Client may chooseto pursuelegal actionagainst the Consultantor their staff.

9.3 Royalties

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the Technical Study & Detail Designof Altemative Routeat Lakpass& Tunnel at Khojak Bypass l5? :S;i\,.-*#,{+lo.= nW$#}'" from and againstall any patent right, design to any patenteddesigns featuresor equipmenthe may w-ant,tp,t.tts;q,f6r::gg.r.{yiiigout the servicesand shall pay -'+'!:-;=ij=:=!-' ''.:+ ' ll allroyalties thereto',.r.,,. -t r. ,- ;,,', ; . .. '' 9.4 Provision of Expert Technical A4fig_.e ..:: -' ' j, ., " t, .,,:l:*:'l' The Consultantshali':berpi6p. |rgd=* any time during the project to provide expert technical.advice-,,4skill to JheClient who may askand need such assistance on any phase or 'spbc:if1=c..-€.'41i of the Project. The Consultant will be separately cornpensatbdforalts--trchservices not coveredin the original Services,

9.5 -=

. t:.:: : .. .If the eonsultantfails to complywith the time to completionas givenin the Contract, the Client.willimpose a penaltyatthe rateof 0.05%of the fee as givenin Appendix- C for eachday of delayup to a maximumof 10%of the sameamount.

10. In case of Dispute, the priority order of the documentsin contract is as follows: i. Contractagreement ii. Letter of Acceptance iii. Minutesof negotiationsmeeting SpecialCondition of Contract Generalcondition of Contract vi. Any otherdocument requiring being part of the contract.

11. DisclosureClause

Consultanthereby declares that it hasnot obtainedor inducedthe procurementof any contract,right, interest,privilege or otherobligation or benefitfrom Governmentof Pakistan(GoP) or any administrativesubdivision or agencythereof or any other entityowned or controlledby it (GoP)through any corruptbusiness practice.

Withoutlimiting the generalityof the foregoing,Consultant represents and warrants that it has fully declaredthe brokerage,commission, fees etc. paid or payableto anyoneand not givenor agreedto give andshall not give or agreeto give to any over within or outsidePakistan either directly or indirectlythrough any nalural or juridical person,including its affiliate, agent,associate, broker, consultant, director, promoter, shareholder,sponsor or subsidiar1,any commission, gratification, bribe, finder's fee or kickback,whether described as consultationfee or otherwise,with the objectof obtainingor includingthe procurementof a contract,right, interest,privilege or other obligationor benefit in whatsoeverform from GoP, exceptthat which has been expresslydeclared pursuant hereto. : Consultantcertificates that it has made and will make full disclosureof all. agreementsand arrangementswith all personsin respectof or related to the'., transactionwith GoP and has not taken any action or will not take any actionto circumventthe abovedeclaration, representation or warranty. @ Altemative Route at Lakpass& Tunnel at Khojak Bypass llo Consultantaccepts full responsibility declaration,not making full discl facts or taking any action likely to defeatthe purposeof ttije. tation and warranty.It agrees that any contract,right, interest,p oblisationor benefitobtained or procured as aforesaid sh[l!, v.i1 to any other right and remedies available to GoP undei'uanv:i:ldw other instrument,be voidableat the optionof GoP. :iij..l,:::

Notwithstandins agreesto corrupt further pay compensationto GoP in an amount eq of any commission,gratification, bride, finder's fee or ki Consultantas aforesaidfor the purposeof obtainingor tnjnd ofany contract,right, interest,privilege or otherobligation ..===== iiiirtU[:_:O_-9]S ii''.in$''= form from GoP. =a =

N,

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the Technical Study& Detail Designof AltemativeRoute at Lakpass& Tunnel at Khojak Bypass tul IV APPENDICES

./

DetailedDesigl lbr Dualizationof Khuzdar'- ChamanSection of N-25 Along With theTechnical Study & DetailDesign of AlternativeRoute at Lakpass& Tunnel at Khojak Bypass IttL AppendixA

Descriptionof the Services

[Give detaileddescriptions of the Servicesto be provided,dates for completionof various tasks,place of performancefor differenttasks, specific tasks to be approvedby Client, etc,]

N

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the TechnicalStudy & Detail Design of AlternativeRoute at Lakpass& Tunnel at Khojak Bypass lttg Appendix B

ReportingRequirements

Pursuantto Sub-ClauseGC-3.7, the Consultantsshall submit the followingreports: flist format, frequency,and contentsof reports;persons to receive them; datesof submissionand the number of copies of each submittal;etc. If no reportsare to be submitted,state here "Not applicable".]

DetailedDesign for Dualizationof Khuzdar'- ChamanSection of N-25 Along With the TechnicalStudy & DetailDesign of AlternativeRoute at Lakpass& Tunnel at Khojak Bypass t ,l Lt AppendixC

Key Personneland Sub consultants

[List under: C-1 Title [and names, if already available], activities of job descriptionsof key Personnelto be assignedto work and staff- monthsfor each.

C-2 List of approvedSub consultants(if already available); informationwith respectto theirPersonnel as in C-1.]

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the Technical Study & Detail Design of Altemative Route at Lakpass & Tunnel at Khojak Bypass tk_r AppendixD . ll"i,- Breakdown of Contract Price in Foreign Currd-n.=t,y=.. =====''..-

'-t ' a '' .t1,,. ."t- [List herethe elements of costused to arriveat thebreakOnSffiHiFi-g€atii*ct -*,#.-T Price-foreign currency portlon: == €j-'1* ""- 1. Remunerationfor variousitems on the ba-sTf6T*=jfftetffi,ually agreed. - '".q E. ?,:i rg+ijirtig 2. Otherreimbursable direct costs expenditurb.',-':''

" "t-ttt' it' 3. Total,remuneration and reimturs.a6ia=:.dir€Ci'costs expenditure : (1 + 2) '. :: :. ' Note: t=. '=' t.,= t This appendix will exclus'iii bE-=usedfor determining remunerationfor Additional Servicesin accordanaewith Sfi:gloutu GC 6.6.1 , : ::::,:

DetailedDesign for Dualization of Khuzdar- CharnanSection of N-25 Along With the Technical Study & Detail Design of Altemative Routeat Lakpass& Tunnel at Khojak Bypass tttb Appendix E

Breakdown of Contract Price in Local Currency fl-ist herethe elementsof costused to arrive at the breakdownof the ContractPrice- local currencyportion: 1. Remunerationfor variousitems on the basisof ratesas mutually agreed. 2. Otherreimbursable direct costsexpenditure related to:

(a) Supportstafl andwork chargedstaff;

(b) Offrce expendituresrelated to:

(i) rentals; (ii) furnishingand equipment; (iii) operation and maintenanceof office, office equipment and furniture,office supplies.

(c) Transport including running and maintenance,and other associated costs; (d) Travelingetc. (e) Othercosts

3. Total,remuneration and reimbursable direct costs expenditure : (l + 2).

Note:

1. Each item of reimbursabledirect costsexpenditure shall be specffied whetherit is payableon the basisof (a) lump sum monthlyrate; or (b) reimbursement of actual expenditures.

2. This appendixwill exclusivelybe usedfor determiningremuneration for AdditionalServices in accordancewith Sub-ClauseGC 6.6.1

DetailedDesign for Dualization of Khuzdar- ChamanSection of N-25 Along With the TechnicalStudy & Detail Design of AltemativeRoute at Lakpass& Tunnel at Khojak Bypass t17 A,ppendixF

Servicesand Facilitiesto be Providedbv the Client

As Per TOR

DetailedDesign fol Dualization of Khuzdar - ChamanSection of N-25 Atong With the Technical Study & Detail Design of AlternativeRoute at Lakpass& Tunnel at Khojak Bypass t+8 Appendix G (INTEGRITY PACT) DECLARATTON OF FEES, COMMTSSION AND BROKERAGE ETC. PAYABLE BY THE SUPPLIERSOF GOODS,SERVICES & WORKS IN CONTRACTS WORTH RS. 1O.OOMILLION OR MORE ContractNo. Dated ContractValue: ContractTitle: "DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the TechnicalStudy & Detail Designof AlternativeRoute at Lakpass& Tunnelat KhojakBypass" [name of Supplier]hereby declares that it has not obtainedor inducedthe procurementof any contract,right, interest,privilege or other obligation or benefit from Government of Pakistan (GOP) or any administrativesubdivision or agencythereof or anyother entity owned or controlled by GOP throughany corruptbusiness practice. Without limiting the generalityof the foregoing,fname of Supplier]represents and warrantsthat it has fully declared the brokerage,commission, fees etc. paid or payableto anyoneand not given or agreedto give and shall not give or agreeto give to anyone within 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,whether described as consultationfee or otherwise,with the object of obtainingor inducingthe procurementof a contract,right, interest,privilege or otherobligation or benefitin whatsoeverform from GOP, exceptthat which has beenexpressly declared pursuant hereto. [nameof Supplier]certifies that it has madeand will make full disclosureof all agreementsand arrangementswith all personsin respectof or relatedto the transactionwith GOP and has not taken any action or will not take any action to circumventthe abovedeclaration, representation or warranty. [nameof Supplier]accepts full responsibilityand strict liability for making any false declaration,not making full disclosure,misrepresenting facts or taking any actionlikely to defeatthe purposeof this declaration,representation and warranty. It agreesthat any contract,right, interest,privilege or other obligation or benefit obtainedor procuredas aforesaidshall, without prejudiceto any other rights and remediesavailable to GOP underany law, contractor other instrument,be voidable at the optionof GOP. Notwithstandingany rights and remediesexercised by GOP in this regard,[name of Supplier]agrees to indemnify GOP for any loss or damageincurred by it on accountof its corruptbusiness practices and furtherpay compensationto GOP in an amountequivalent to ten time the sum of any commission,gratification, bribe, finder'sfee or kickbackgiven by [nameof Supplier]as aforesaid for the purposeof obtainingor inducingthe procurementof any contract,right, interest,privilege or otherobligation or benefitin whatsoeverform from GOP.

Nameof Buyer:National Highway Authority Nameof Seller/Supplier:...... ,,i , Signature: Signature: [Seal] [Seal]

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the Techaical Study & Detail Design of Altemative Route at Lakpass& Tunnel at Khojak Bypass tqq CONTRACT F'OR ENGINEERING CONSULTANCY SERVICES

between

(NAME OF THE CLTENT)

and

(NAME OF THE JOrNT VENTURE OF THE CONSULTANTS)

for

(BRIEF SCOPEOF SERVICES)

oF (NAME OF PROJECT)

Month and Year

(NAME OF THE JOINT VENTURE OF THE CONSULTANTS) (Name of Individual Consultants) (Name of Individual Consultants)

DetailedDesign for Dualizationof Khuzdar- ChamanSection of N-25 Along With the TechnicalStudy & Detail Design ofAlternative Route at Lakpass& Tunnel at Khojak Bypass lSo F'ORM OF CONTRACT

[Note: Use this Form of Contract when the Consultantspedorm Services as a Joint Venture.

This CONTRACT(hereinaftercalled the "Contract")is madeon the day of (month) of _ (year), between, on the one hand,

(hereinaftercalled the "Client" which expressionshall include the successors,legal representativesand permitted assigns) and, on the otherhand, a joint ventureconsisting of the followingentities, each of which will bejointly andseverally liable to the Clientfor all the Consultants'obligations under this Contract,namely:

(hereinaftercollectively called the "Consultants"which expression include successors,legal representatives and permitted assigns).

WHEREAS

(a) the Client has requestedthe Consultantsto providecertain consulting services as definedin the GeneralConditions of Contractattached to this Contract(hereinafter calledthe "Services");and (b) the Consultants,having representedto the Client that they have the required professionalskills, and personneland technicalresources, have agreedto provide the Serviceson theterms and conditions set forth in this Contract;

NOW THEREFOREthe Partieshereby agree as follows:

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

(a) the GeneralConditions of Contract; (b) the SpecialConditions of Contract; (c) the followingAppendices:

[Note: If any of theseAppendices are not used,the words "Not Used" should be insertedbelow next to the title of the Appendixand on the sheetattached heretocarrying the title of thatAppendix.l

AppendixA: Descriptionof Services AppendixB : ReportingRequirements Appendix C: Key Personneland Sub-consultants AppendixD: Breakdownof ContractPrice in ForeignCurrency AppendixE: Breakdownof ContractPrice in Local Currency AppendixF: Services& Facilitiesto be ProvidedBy the Clientand

DetailedDesign for Dualizationof Khuzdar - ChamanSection of N-25 Along With the Technical Study & Detail Design ofAlternative Routeat Lakpass& Tunnel at Khojak Bypass 1.yl CounterpartPersonnel to be MadeAvailable to the Consultants by the Client. AppendixG:Integrity Pact (for Servicesabove Rs. 10Million)

2. The mutualrights and obligationsof the Clientand the Consultantsshall be as set forth in the Contract,in particular:

(a) the Consultantsshall carry out the Servicesin accordancewith the provisionsof the Contract;and (b) the Client shall makepayments to the Consultantsin accordancewith the provisionsof the Contract.

IN WITNESSWHEREOF, the Partieshereto have caused this Contractto be signedin their respectivenames in two identicalparts each of which shallbe deemedas the original, as of the day,month andyear first abovewritten.

For andon behalfof

CLIENT'SNAME Witness

Signature Signature Name Name Title Title (Seal)

For andon behalfof

NAME OF THE JOINT VENTURE OF THE CONSULTANTS

Name of Member No. 1

Witness

Signature Signature Name Name l'itle Title (Seal) 'i,i'j"' Nameof MemberNo. 2 -Jtz- . ---' Witness

Signature Signature Name Name Title Title (Seal)

DetaileclDesign for Dualizationof Khuzdar- CharnanSection of N-25 Along With theTechnical Study & DetailDesign of Alter.nariveRoure at Lakpass& Tunnel at Khojak Bypass I f.L Nameof MemberNo. 3 Witness

Signature Signature Name Name Title Title

N'

DetailedDesign for Dualization of Khuzdar- ChamanSection of N-25 Along With the TechnicalStucly& Detail Design ofAlternative Routeat Lakpass& Tunnel at Khojak Bypass ts3