<<

NATIONAL HIGHWAY AUTHORITY Procurement & Contract Administration Section 28-Mauve Area, G-9/ l, TeI: 9032727 , Fax: 9260419

No.6(5 1 5) / cM(P&cA)/ NHAl 2o2oSq> Islamabad, ..... Decernber,2A2O

Director General Public Procurement Regulatory Authority l"t Floor FBC Building near State Bank, Sector G-5I 2, Islamabad

Subject: ANNOUNCEMENT OF EVALUATTON REpORT (ppRA RULE-3S!: Consultancy Services for Feasibility (Technical + CommerciaU Study and Detailed Design for Dualization and Rehabilitation of -- Road (79O Km) on Build-Operate- Transfer (BoTl basis under Public Private Partnership (PPPI Modality

Reference: PPRARuIe-3S

Find enclosed. herewith the combined Bid Evaluation Report along with Evaluation Criteria (Annex-I) for the subject Services in line with PPRA Rule-35 for upioading on PPRA website at the earliest, please.

Encl: Evaluation Report along with Annex- I

Copy for kind information to:

- Member (Planning), NHA, Islamabad; - Director (Tech. to Chairman), NHA, Islamabad; - Director {P&CA)-III, NHA, Islamabad. a LUATIONREP (As PerRule 35 of PP Rules.2004)

1. Nameof ProcuringAgency: NationalHighway Authority 2. Methodof Procurement: "SingleStage Two Envelope Procedure 3. Titleof Procurement: ConsultancyServices for Feagibility(Technical + Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- Quetta-ChamanRoad (790 Km) on Build- Operate-Transfer(BoT) basis under Public PrivatePartnership (PPP) Modality 4. TenderInquiry No.: 6(515) 5. PPRARef. No. (TSE): TS431674E 6. Date& TimeofBid Closing: 13thOctober,2020 at 1130hours local time 7. Date& Timeof BidOpening: 13thOctober,2020 at 12OOhours local time 8. No of BidsReceived: Four(04) Proposals were received 9. Criteriafor Bid Evaluation: Criteriaof BidEvaluation is attachedat Annex-l 10. Detailsof Bid(s)Evaluation: As below

Marks Rule/Regulation/ SBD**/Policy/ Evaluated Basisfor Rejection Nameof Bidder Technical Financial Total Cost (EG)* (if (if (out of (PKR) / Acceptanceas applicable)applicable) 1000) per Rule35 of PP Rules,2004. 1) M/sAssociated Consultancy Centre(Pvt.) Ltd. in JV with Topscoring firm in M/sFinite Engineering (Pvt.) combinedevaluation Ltd.,M/s PrimeEngineering 625 200 825 38,254,467 (PPRARule 36(b) & Testing (Pvt.) Consultants (ix)) Ltd. and M/S ECOS (SMC- Pvt.)Ltd. 2) M/s ZEERUK International (Pvt.) Ltd in JV with M/s 2no Loya Associates and M/s 594 125 720 73,103,600 KasibAssociates. 3) M/s NESPAK(Pvt.) Ltd. in JV with M/s Associated ConsultingEngineers Ltd., Not PPRARule 36(b) (v) M/s HARZA Consultants Evaluated FinancialProposal not opened (lneligible) (SMC-Pvt.)Ltd. and M/s KPMGTaseer Hadi & Co.

ConsultancyServlces for Feasibility(Technical + Commercial)Study and Detailed Design for Dualizationand Rehabilitationof Karach't-Quetta-ChamanRoad (790 Km) on Build-Operate-Transfer(BoT) basis under Public Partnersh ip (PP P) Modality Page 1 of2 ( (As Per Rule35 of PP Rules.2004)

Marks Rule/Regulation/ SBD**/Policy/ Evaluated Technical Basisfor Rejection Nameof Bidder Financial Total Gost (EG)* (if (if (out of (PKR) / Acceptanceas applicable)applicable) 1000) per Rule35 of PP Rules.2004. 4) M/s Asif Ali & Associates (Pvt.) Ltd. in JV with M/s Not A.A.Associates and M/s lQ Evaluated FinancialProposal not opened PPRARule 36(b) (v) CapitalPlus. (lneligible)

.EC is the EvaluatedCosf used for evaluation'purposeand includesonly the cost of competitive Component(i.e. Remunerationand Direct Non-SalaryCost) and is exclusiveof ProvisionalSum, Contingencyand lndirect Taxes.

Top RankedBidder: M/s AssociatedConsuttancy Centre (Pvt.) Ltd. in JV with M/s Finite Engineering (Pvt.) Ltd., M/s Prime Engineering & Testing Consultants(Pvt.) Ltd. and M/SECOS (SMC-Pvt.) Ltd.

11. Any other additional/supportinginformation, the procuring agency.may like to share: The Procurementwas carriedout in line with PPRA Rules& Regulations.The biddingwas doneon QCBSmethod with 80:20 Technicalto Financial Proposals ratio. The Contractis beingawarded to M/sAssociated Consultancy Centre (Pvt.) Ltd. in JV withM/s FiniteEngineering (Pvt.) Ltd., M/s Prime Engineering & TestingConsultants (Pvt.) Ltd. and M/SECOS (SMC-Pvt.) Ltd. at evaluatedfinancial proposalof Pak. Rs. 38,254,4671-.

Signature:

Official Stamp:...... ,W*e0.l7.7 {i .o_4flol!.(f ** Au*nriUt"r:! stand a rd Bi d d i n g Wdiwna:'5fig61 // lslanzaoau / f\--, I / r, \ / -r- \ A4l- /tl d.

ConsultancyServices for Feasibility(Technical + Commercial)Study and Detailed Design for Dualizationand Rehabilitationof Karachi-Quetta-ChamanRoad (790 Km) on Build-Operate-Transfer(BoT) basis under Public PrivatePartnershi p (PPP)Modality Page2 of 2 t National Highway Authority

Feifno'rrri8rn-AYs

Annex-I Criteria FOK Bid Evaluation

ConsultancyServices for Feasibility (Technicalt Commercial)Study and DetailedDesign for Dualization and Rehabilitationof Karachi-Quetta-Chaman Road (790Km) on Build-Operate-Transfer (BoT) basisunder Public Private Partnership (PPP) Modality

f)ecember,2020 NATIONAL HIGHWAY AUTHORITY Procurement & Contract Administration Section l, 28 Mquue Area, G-g/ I, Islamabad I 051-9032727, tr 051-9260419 $Ri$xl"rffini$**.Ar er,2o2o I Ref: 6(515) /DIR-III (P&cA/NHA/ 202o 18 I Dated:f6o"roo All Prospective Consultants

I Subject:

I Transfer (BOT) Basis under PPP Modalitv I .,Minutes of Pre-Proposal Meeting and Addendum No.1" Reference: Pre-Proposal meeting scheduled on 29th September, 2020'

I Minutes of Pre-Proposal Meeting and Addendum No, 1 being iltegral part of RFP for the subject Consultancy services are enclosed herewith I for necessary action, Please. I ( rclu>o I Director (Consul Enclosure: I I Copy for information to: - Member (Planning), NHA, Islamabad; I - General Manager (Planning), NHA, Islamabad; - General Manager (Design), NHA, Islamabad; - General Manager (P&CA) NHA, Islamabad; I - Director (PFP) NHA, Islamabad; - I DD (MIS) NHA, Islamabad. I I I I I I 'I, I I I I I abilita A pre-proposalMeeting was held in NHA Auditorium at 1100 hours on 28'hSeptember,2020 to prospective discussthe Requestfor proposal(RFp) for subjectSeruices in the presenceof NHA officials and replies t consultant.During the said meetingthe prospectiveconsultant submitted queries. The clarifications/ t are summarizedbelow for informationof all prospectivebidders:

Geotechnical Investigations are provided with I payment as LS while we suggestthat PS may be -pertod Totat ttme of 5 months is proposed for 790 The Consultantis requiredto studythe TOR t Kms in TOR. We request that time period for the in detail for assessingits scopeof detailed design may be increasedconsidering the area,length design.As per the TO& the consultaiifsnall andtenain of the Project. design Hub-Kararo and - I Sections. These approximateIo 270 Km. The Commercialfeasibility shall be carried out for the complete stretch of Karachi- I Chamanas detailedin the TOR. IIIIA attows a JV for maximum of 4 No of Firms Requestnot accededto. includinga small firm. Howeverthis is a big project I of 790 km thereforewe requestthat more than 4 firms be allowedto form a JV. 2020 through Since rmmUerof proposalsis to be submiuedwith a ExGnded to 13u' October, difference of one day therefore it is requestedthat Corrigendum No. 1. T extension of time for One Month may kindly be provided for carrying out a detailed Site Visit and on of comprehensiveTechnical pfqpq!4l rePlY' I Witt-t*fe*nc. io above mentionedRFP wherein the Pleaserefer Sr. No. 3 consultancyservices for Feasibility (Technical + Commercial) Study and Detailed Design for Dualization'and Rehabilitationof Karachi-Quefb- I Chamanwith length of 790 km has been invited from consultancyfirms. Keepingin view the scopeof work,. location and length of this megaproject road, it need's t many Key and Non-Key Personnelto carry out the projict. To fulfill TOR requirementsand to complete ihe- assignment professionally in light of best I engineering practices a JV of various firms is essentiallyrequired' Therefore,you are requestedto pleasealiow to forhr lV with more than 4 firms' in iieu of this it is requestedto changethe ClauseNo'l' 7 t (v) of Data Sheet i.e'; JV may include at most 4 membersfor a consultancyservices. I

RehabilitationofKarachi-Quetta-ChamanRoad(790Km)on Page I of 2 I Build - Operate-Transfer-- T-^-^-r^- (BOT)/Dnr\ BasisD^.i. under,,^i-r PPPDDD Modalityhrtndalinr I I I t

I iiE erline.ttto mentionedhere that sufficient time is Pleaserefer Sr. No. 4 rePlY. reouired for site visit and preparation of comprehensiveTechnical and FinancialProposals, so you ire requestedto pleaseextend the submissiondate t for this proposalfor at least2 weeks' I I I I I I t I I I I l I I

Road (790 Km) on F.""bil,h/ (T..f*bal + Cornr"rciug Study and DetailedDesign - for Dualization and Rehabilitationof Karachi-Quetta-Chaman Page2 of 2 I UuiiO- Opr*t"-fransfer (BOT) Basis undlr PPPModality t I I rb I ADDENDUM No.l nical J- Commerc I fKa fer

(RFP)for subjectServices I Followingamendments have been made in the Requestfor Proposal of RFP and shall underthis AddendumNo.l, which shallbe readand construedas an integralpart No'l and other I take precedencein caseof any conflict(s)/ambiguity(s)amongst this Addendum provisionsof the RFP.

T 1. TERMS OF REFERENCE (TOR) page 89 is 1.1.Refer page 89 of RFP; the Mode of Payment is corected; therefore, I replaced/revisedand enclosed as Attachment-1' to AddendumNo'L' I 2. All othertems andconditions shall remain same' I ---ooOoo--- I fl*q I w I t I I I I I

Karachi-Quetta-ChamanRoad (790 Km) on Feasibility (Technical+ Co,o-.Effiidffi o"ail.d Design forDualization and Rehabilitationof Page I of I I Build - Operate-Transfer(BOT) Basisunder PPPModality I t National Highway Authority

fRi[rru..vrri$rr.n Av5

REQUESI FORPROPOSAL

For

ConsulLtancyServices for Feasibility(Technical + Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi - Quett^ - Chaman Road (790Km) on Build - Operate- Transfer (BoT) basisunder Public Private Partnership(PPP) Modality

TenderNo. 6(515)

Pages-lto 132

September,2020 I

I SayNo to Corruption Table of Contents

I Table of Contents t

I DESCRIPTION PAGE NO. t LETTER OF INVITATION (LOD I ATTACHMENTS )

I TNSTRUCTIONSTO CONSULTANTS (rrc) 3 t DATA SHEBT (DS) 9 SUMMARY EVALUATION SHEET t7 t PERSONNEL EVALUATION SHEET 18 I TECHNICAL PROPOSAL FORMS 19 FINANCIAL PROPOSAL FORMS 38

I APPENDIX A 48 TERMSOF REFERENCE

I APPENDIX B 91 I LIST OF SUPPORTINGDOCUMENTS APPENDIX C I MAN-MONTH AND ACTIVITY SCHEDULE APPENDIX D 93 t CLIENT'S REQUIREMENTSFROM THE CONSULTANTS

APPENDIX E t PERSONNEL,EQUIPMENT, FACILITIES AND OTHERSSERVICES TO BE PROVIDEDBY THE CLIENT

I APPENDIX F' I COPYOF MODEL AGREEMENT I Feasibility(Technical + Commercial)Study and DetailedDesign for Dualization T Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality t I

I SayNo to Corruption Letter of Invitation GOVERNMENT OF NATIONAL HIGHWAY AUTHORITY I 27-MauveArea, G-911, PostBox No. 1205, ISLAMABAD t Dated the Ref No.

I LETTER OF INVITATION (LOD I To, All prospectiveconsultants

I Gentlemen!

We extendwarm welcometo you and inviteyou for participatingin this project.We t hope that you will live up to your reputationand provide us 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 I the contentsof your work plan and methodologywhich you shallbe 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 I other servicesand the content contributingto servicesshall be deemedpart of the contract agreementunless it is specifiedfor any particularitem up-front in your technicalproposal which obviouslywill makeyour proposala conditionalproposal whereby, authorizing NHA to may or I 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 I affectthe price structurefor variousservices which may not be appearingdirectly in the termsof reference.In the end,we appreciateyour participationand hope that you will feeda goodproposal I to meritconsideration by NHA.

t GeneralManager (P&CA) Telephone: +92-5 | -9032727 Fax: +92-51-9260419 I E-mail: [email protected], I Website:www.nha.gov.pk I I I Feasibility(Technical + Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- I Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality -l- I SayNo to Corruption Attachments

ATTACHMENTS

Instructionsto Consultants DataSheet SummaryEvaluation Sheet PersonnelEvaluation Sheet TechnicalProposal Forms FinancialProposal Forms AppendixA (Termsof Reference) AppendixB (List of SupportingDocuments) AppendixC (Person-Monthsand Activity Schedule) AppendixD (Client'sRequirements from the Consultants) AppendixE (Personnel,Equipment, Facilities and other services to be providedby the Client). AppendixF (Copyof Model Agreement)

Feasibility(Technical + Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality -2- I

I SayNo to Corruption Instructionsto Consultants I INSTRUCTIONSTO CONSULTANTS l. INTRODUCTION I l.l You arehereby invited to submita technicaland a financialproposal for consultingservices requiredfor the assignmentnamed in the attachedData Sheet(refened to as "Data Sheet" hereafter)annexed with this letter. Your proposal could form the basis for future negotiationsand ultimately a Contractbetween your firm andthe Client namedin the Data I Sheet.

1.2 A brief descriptionof the assignmentand its objectivesare given in the Data Sheet.Details I are providedin the attachedRFP for designservices provided in the Documentsand will becomepart of agreementsubsequently.

I 1.3 The assignmentshall be implementedin accordancewith the phasingspecified in the Data Sheet.

I 1.4 The Client hasbeen entrusted the duty to implementthe Projectas ExecutingAgency by Governmentof Pakistan(GoP) and funds for the projectshall be arrangedby the Client. I 1.5 To obtain first-handinformation on the assignmentand on the local conditions,you are encouragedto pay a visit to the Client before submittinga proposaland attenda pre- proposalconference if specifiedin the DataSheet. Your representativeshall meet the named I officialson the dateand time specifiedin the Data Sheet.Please ensure that theseofficials are advisedof the visit in advanceto allow adequatetime for them to make appropriate arrangements.You must fully inform yourself of local conditionsand take them into I accountin preparingyour proposal. 1.6 The Client shall providethe inputsspecified in the Data Sheet,assist the Consultantsin obtaininglicenses and permits needed to carryout the services,and make available relevant I projectdata and reports. I t.7 Pleasenote that: i. The costof preparingthe proposaland of negotiatingthe Contract,including a visit I to the Client,are not reimbursableas a directcost of theAssignment, and ii. The Clientis not boundto acceptany of the proposalssubmitted. t t.8 The namesof the invitedconsultants are given in the DataSheet. I 1.9 We wish to remindyou that in orderto avoidconflicts of interest: a) Any firm providing goods, works, or serviceswith which you are affiliated or associatedis not eligible to participatein bidding for any goods,works, or services t (other than the servicesand any continuationthereof) resulting from or associates' with the projectof whichthis assignmentforms a part;and I b) Any previousor ongoingparticipation in relationwith the projectby your firm, its professionalstaff, its affiliatesor associatesunder a Contractmay resultin rejectionof I Feasibility(Technical * Commercial)Study and DetailedDesign I Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality I t I SayNo to Corruption Instructionsto Consultants your proposal.You shouldclari$r your situationin that respectwith the Clientbefore I preparingthe proposal. l.l0 A firm may submitits proposalforthe Assignmenteither as an independentConsultant or as a Memberof a JV Consultantsbut participationof a firm occurringin more than one t proposalfor the Assignmentis not allowed.In casea firm participatesin more than one proposal,all such proposalsshall be disqualified and rejected. Howeverthis condition I doesnot applyfor individualSpecialist Sub-consultant(s). 2. DOCUMBNTS I 2.1 To preparea proposal,please use the Documentsspecified in the DataSheet. 2.2 Consultantsrequiring a clarificationof the Documentsmust notifo the Client,in writing,not later than twenty-one(21) days before the proposalsubmission date. Any requestfor I 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 I requestsand copies of the responseshall be sentto all invitedConsultants. 2.3 At any time beforethe submissionof proposals,the Client may, for any reason,whether at its own initiativeor in responseto a clarificationrequested by an invited consultingfirm, I modiff the Documentsby amendment.The amendmentshall be sentin writing or by cable, telexor tele-faxto all invitedconsulting firms andwill be bindingon them.The Clientmay I at its discretionextend the deadlinesfor the submissionof proposals. 3. PREPARATION OF PROPOSAL I It will consistof two parts- Technicaland Financial t 3.1 TechnicalProposal 3.1.1 The TechnicalProposal should be submittedusing the format specifiedand shall include duly signedand stamped forms appended with the RFP.This is a mandatoryrequirement for I evaluationof proposalsand needs to be filled up carefully. 3.1.2 For TechnicalProposal, the generalapproach and methodologywhich you proposefor carryingout the servicescovered in the TOR, includingsuch detailed information as you I deemrelevant, together with your appreciationof the Projectfrom provideddetails and

(a) A detailedoverall work programto be providedwith timing of the assignmentof each I expertor otherstaff memberassigned to the project.This will alsoprovide the Client an opportunityto effectivelymonitor work progress.

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

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

(d) The CurriculumVitae (CV) of all Key Staff membersand an affidavit that proposed t staff shallbe availablefor the assignmentduring the projectduration and their present place of duty must also be specified.The Consultantsare advisedto I namesthat shallbe availablefor the Assisnment. Feasibility(Technical + Commercial)Study and DetailedDesign for Dualizationand I Quetta* ChamanRoad (790 KM) on BoT basisunder PPP Modality w*4 I t

I SavNo to Corruption Instructionsto Consultants

(e) The technicalproposal shall include duly filled in formsprovided with this RFP.The I name,background, and professionalexperience of each expert staff memberto be assignedto the project,with particularreference to his experienceof work of a nature I similarto thatof the proposedassignment. (0 Current commitmentsand past performanceare the basic criteria of technical proposal.You are requiredto providethe detailsof presentcommitments/on- going I jobs as referredin the Form A-10 of technicalproposal. Further, the basisfor the past performanceis the reportfrom DesignSection and Construction Wing of the Client.

I 3.1.3 In preparingthe technicalproposal, you are expectedto examineall termsand instructions includedin the Documents.Failure to provideall requestedinformation shall be at your own risk andmay result adversely in the scoringof your proposal.The proposalshould be I preparedas per RFPand any suggestionor reviewof staffetc. should be clearlyspelt out in form A-4. This will be discussedat the time of negotiationmeeting as and when called. I 3.1.4 During preparationof the technicalproposal, you must give particularattention to the followine: I a. The Firm needsto be registeredwith PakistanEngineering Council (PEC). b. If you considerthat your firm doesnot haveall the expertisefor the assignmentyou may obtaina full rangeof experienceby associatingwith otherfirms or entities.You may I also utilize the servicesof expatriateexperts but only to the extent for which the requisiteexpertise is not availablein any Pakistanifirm. In caseof Joint Venture,the proposalshould state clearly partnerswill be "Jointly and Severally"responsible for I performanceunder the Contractand one (Representative)partner will be responsiblefor o'Power all dealingswith the Client on behalfof the Joint Venture.Its of Attorney" on this accountis to be enclosed.The representativepartner shall retain the responsibility I for the performanceof obligationsand satisfactorycompletion of the consultancy services.PEC registersa foreign consulting firm for issuing license to provide consultancyservices in Pakistan,which is basedon formationof JV with the condition I that the foreignconsulting firm shallprovide only that shareof consultancyservices by the JV for which expertiseis not availablewith Pakistaniconsulting firms. A copy of JV agreementto be providedat the time of finalizingthe contractdocuments with specific I responsibilitiesand assignments to be lookedafter by eachpartner. Subcontractingpart of the assignmentto the otherConsultants is not discouragedand I SpecialistSub-Consultants may be included. d. The key professionalstaff proposedshall be permanentemployees of the firm unless otherwisespecified in the DataSheet. The minimumstay with the firm for suchpersons I is Six months.No alternativeto key professionalstaff may be proposedand only one CV may be submittedfor eachposition. The minimumrequired experience of proposed t Key Staffis specifiedin the DataSheet. The trainingshall be impartedduring the currencyof the contractif specifiedin the Data I Sheet. I Feasibility(Technical * Commercial)Study and DetailedDesign for Dualizationand Rehabili I Quetta* ChamanRoad (790 KM) on BoT basisunder PPP Modality I I

I Sav No to Corruption Instructionsto Consultants 3.1.5 The technical proposalshall not include any financial information.The Consultant's comments,if any, on the data, servicesand facilities to be providedby the Client and t specifiedin the TOR shallbe includedin the technicalproposal. I 3.2 FinancialProposal 3.2.1 The financialproposal should be submittedusing the format specifiedand enclosedwith this RFP.This is a mandatoryrequirement for evaluationof proposalsand needs to be filled t up carefully.The total costis to be specifiedin the FormA-17 andaccordingly also in Form A-l L

I 3.2.2 The financialproposal should list the costsassociated with the Assignment.These normally cover remunerationfor staff in the field and at headquarters,per diem, housing, transportationfor mobilizationand demobilization, services and equipment (vehicles, office I equipmentfurniture and supplies), printing of documents,surveys and investigations. These costsshould be brokeninto foreign(if applicable)and local costs.Your financialproposal I shouldbe preparedusing the formatsattached as forms A-11 to A-17. 3.2.3 The financialproposal shall also take into accountthe professionalliability as provided I underthe relevantPEC Byelaws and cost of insurancesspecified in the DataSheet. 3.2.4 Costsmay be expressedin currency(s) listedin the DataSheet.

3.2.sThe evaluation committee will correct any computationalerrors. When correcting I computationalerrors, in caseof discrepancybetween apartial amountand the total amount, or betweenword and figuresthe formerswill prevail.In additionto the abovecorrections, activitiesand items describedin the TechnicalProposals but not priced,in the Financial t Proposalsshall be assumedto be includedin the pricesof otheractivities or items.In case an activity or item is quantifiedin the FinancialProposal differently from the Technical Proposal,the evaluationcommittee shall correct the quantificationspecified in the Financial I Proposalso asto makeit consistentwith thatspecified in the TechnicalProposal. I 4. SUBMISSION OF PROPOSALS 4.1 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 I 'oTechnical in an envelopeclearly marked Proposal"and the financialproposals in the one marked "Financial Proposal".These two envelops,in turn, shall be sealedin an outer I envelopebearing the addressand informationspecified in the Data Sheet.The envelope shall be clearly marked, "DO NOT OPEN, EXCEPT IN PRESENCE OF THE EVALUATION COMMITTEE."

I 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. t The representative'sauthorization shall be confirmed by a written power of attorney accompanyingthe proposals.All pagesof the technicaland financialproposals shall be t initialedby the personor personssigning the proposal. I Feasibility(Technical + Commercial)Study and DetailedDesign for Dualizati I Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality I T

I SayNo to Corruption Instructionsto Consultants 4.3 The proposalshall contain no interlineationsor overwritingexcept as necessaryto correct errorsmade by the Consultantsthemselves. Any suchconections shall be initialedby the I personor pefsonssigning the proposal.

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

4.5 The proposalsshall be valid for the numberof daysstated in the DataSheet from the dateof I its submission.During this period,you shallkeep available the professionalstaff proposed for the assignment.The Client shall make its best effort to completenegotiations at the T locationstated in the DataSheet within this period. 5. PROPOSAL EVALUATION

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

I 5.2 TechnicalProposal

5.2.1 The evaluationcommittee appointed by the Client shallcarry out its evaluationfor all the I projectsas listedin Paral.l, applyingthe evaluationcriteria and point systemspecified in the Data Sheet.Each responsiveproposal shall be given a technical score: St. The Consultantsscoring less than seventy (70) percentpoints shall be rejectedand their financial I proposalsreturned un-opened. I 5.3 FinancialProposal 5.3.1 The financial proposalsof the three top-rankingqualiffing Consultantson the basis of evaluationof technicalproposals shall be openedin the presenceof the representativesof T theseConsultants, who shallbe invitedfor the occasionand who careto attend.The Client shallinform the date,time andaddress for openingof financialproposalsas specifiedin the Data Sheet.The total cost and major componentsof each proposalshall be publicly I announcedto the attendingrepresentatives of the firms. 5.3.2 The evaluationcommittee shall determine whether the financialproposals are complete and t withoutcomputational errors. The lowestfinancial proposal (Fm) amongall shallbe givena financialscore': Sf of 1000points. The financialscores of the proposalsshall be computed asfollows:

I S/: (1000x Fm)ff I (F : amountof specificfinancial proposal) 5.3.3 Proposals,in the Quality Cum Cost Based Selection(QCBS) shall finally be ranked accordingto theircombined technical (St) and financial (Sr) scores using the weights(T- the weight givento the technicalproposal, P : the weight givento the financialproposal, and I T+P:l) statedin the DataSheet: I S: StxT %o+SfxPYo I Feasibility(Technical + Commercial)Study and DetailedDesign for Dualization t Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality I I

I SayNo to Corruption Instructionsto Consultants 6. NEGOTIATION

I 6.1 Priorto the expirationof proposalvalidity, the Clientshall notifythe successfulConsultant who submittedthe highest-rankingproposal in writing, by registeredletter, cable telex or I facsimileand invite it to negotiatethe Contract. 6.2 Negotiationsnormally take from two to five days.The aim is to reachagreement on all I pointsand initial a draftcontract by the conclusionof negotiations. 6.3 Negotiationsshall commencewith a discussionof your technicalproposal. The proposed methodology,work plan, staffingand anysuggestions you may havemade to improvethe I TOR. Agreementshall then be reachedon the final TOR, the staffrng,and the bar chafts, which shall indicateactivities, staff, and periodsin the field and in the home office, staff I months,logistics and reporting. 6.4 Changesagreed upon shallthen be reflectedin the financialproposal, using proposed unit rates(no negotiationof the staffmonth rates).

I 6.5 Havingselected Consultants on the basisof, amongother things, an evaluationof proposed key professionalstaff, the Client expectsto negotiatea contracton the basisof the staff namedin the proposal.Prior to contractnegotiations, the Clientshall require assurances that I the staff memberslvill be actuallyavailable. The Client shall not considersubstitutions of key staff exceptin casesof un-expecteddelays in the startingdate or incapacityof key I professionalstaff for reasonsof health. 6.6 The negotiationsshall be concludedwith a review of the draft form of the contract.The Client and the Consultantsshall finalize the contract to conclude negotiations.If I negotiationsfail, the Client shall invite the Consultantsthat receivedthe secondhighest scorein rankingto Contractnegotiations. The procedurewill continuewith the third in case I the negotiationprocess is not successfulwith the secondranked consultants. 7. AWARD OF CONTRACT I 7.1 The contractshall be awardedafter successfulnegotiations with the selectedConsultants and approved by the competent authority. Upon successful completion of negotiations/initialingof the draft contract,the Client shall promptly inform the other T Consultantsthat their proposals have not beenselected. 7.2 The selectedConsultant is expectedto commencethe assignmenton the date and at the I locationspecified in the DataSheet. 8. CONFIRMATION OF RECEIPT

I 8.1 Pleaseinform the Client by telex/facsimilecourier or any othermeans:

(i) Thatyou receivedthe letterof invitation; I (ii) Whetheryou will submita proposal;and I (iii) If you planto submita proposal,when and how you will transmitit. t Feasibility(Technical * Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- T Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality -8- I I

I SayNo to Corruption Data Sheet I DATA SHEET LOI Clause DESCRIPTION OF CLAUSE I No. for Feasibility (Technical+ 1.1 The name of Assignmentis: "Consultancy Services Commercial) Study and Detailed Design for Dualization and Rehabilitation of t Karachi - Quetta- ChamanRoad (790KM) on BoT basisunder PPP Modalify" The Client'sName is: NationalHighway Authorify

I t.2 The descriptionand the objectivesof the assignmentare: As per TOR

I 1.3 Phasingof the Assignment(if any): Nil The Consultantshall commencethe assignmentupon signingof ContractAgreement t betweenNHA andthe successfulConsultant. 1.5 Pre-ProposalConference: Yes ^t No

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

GeneralManager (P&CA) I NationalHighway Authority 28, Mauve Area,G-9/l I Islamabad Date,Time andVenue for Pre-ProposalConference:

Date: 28thSeptember 2020 I Time: 1100hours Venue: NHA Auditorium (HQ) NationalHighway Authority I 28, MauveArea, G-9/1 Islamabad.

I 1.6 The Clientshall provide the followinginputs: I As per TOR and AppendixD. 1.7 Followingsub-clauses are added: t iii. The Consultantmay pleasenote not to suggestnames of key staff alreadyproposed in otherproposals with the Client or awardedrecently. This will affect adversely marking of these professionalsin evaluationof the technical proposal.Their securedpoints are liable to be reducedby50% if their nameappears in morethan I I previousproposal in which they are rankedNo. L Also, the existingload of work with a firm shall be consideredas one of the factorsfor the considerationin the I awardof thework. iv. Form A-4 meantfor comments provisioncontained iniEP and Terms of I @q Feasibility(Technical + Commercial)Study and DetailedDesign for Dualization Karachi - I Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality -v- I I

t SayNo to Corruption Data Sheet Reference(TOR) and unlessthe observationsare noted in this particularform, anythingwritten elsewhere on this accountincluding financial implications, if any, I shallbe consideredofno consequencein the evaluationprocess.

Consultantsmay form a Joint Venture(JV) to qualify for the Assignmentin which I casethe contractwill be signedbetween the Clientand all membersof the JV on the prescribedForm includedin AppendixE (copyof Model Agreement)subject to the rankingand successfulnegotiations. A JV may includeat the most four members. I To promotethe consultancyindustry in the country,50 marks (out of 1000 for Evaluation)are allocated for Transferof Knowledgein the form of JV with a new / I lessexperienced firm by sharingat least20% of Assignmentwith them. The Invited Consultants/ Eligible Consultantsare: Any firm meetingthe following I requirements: (a) Valid RegistrationCertificate of PakistanEngineering Council with relevant ProjectProfile Codes.Foreign consulting firms shallmake JV in accordancewith I Byelaw 6(2) and Byelaw 9 of the PakistanEngineering Council (Conductand Practice of Consulting Engineers)Bye-Laws 1986. Failure to provide valid RegistrationCertificate (license) of the firm (eachmember in caseof JV) by the I PECwill entitlethe Clientto rejectthe propgsal. (b) In caseof JV members,Letter of Intent to form on firm's letter head (original is I required,scanned copy is not acceptable).The specimen is attachedat Annexure- 4 (c) TECHNICAL PROPOSAL FORMS A-l to A-10 duly completed as per t Instructionsto Consultants/Data Sheetand requirementsof TOR (To be attached with TechnicalProposal except Form A-4, whichcan be submittedwith or without t comments) (d) At the time of proposalsubmission/ opening, page numbering,signing and stampingof proposalswill be checkedby CommitteeMembers. If any minor I discrepancyis foundthen sameshall be askedby the Committeemembers to the AuthorizedRepresentative of firms to correctit in front of all committeemembers. In the absenceof authorizedrepresentative, the concernedfirm will be announced I dis-qualified. (e) Lists of facilities available with the Consultantto perform their functions effectively(software, hardware, etc.). In caseof JV, the samewill be providedby I the leadfirm only.

(f) FINANCIAL PROPOSAL FORMS A-11 to A-17 duly completed as per I Instructionsto ConsultantslData Sheetand requirementsof TOR (To be attached with FinancialProposal). I (g) Audit Reports of the firm (s) for last three years duly certi Chartered Accountant(To be attachedwith FinancialProposal). I I Feasibility(Technical * Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi I Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality O- t I

I SayNo to Corruption Data Sheet I 2.1 The Documentsare: (a) Letterof Invitation(LOD. (b) Instructionsto Consultants[TC). I (c) DataSheet. (d) TechnicalProposal Forms. I (e) FinancialProposal Forms (0 Appendix- A: TOR andBackground Information. I (g) Appendix- B: List of SupportingDocuments (h) Appendix- C: Man-Monthsand Activity Schedule I (i) Appendix- D: Client'sRequirements from the Consultant. 0) Appendix- E: PersonnelEquipment, Facilities and OtherServices to be provided by theClient. I (k) Appendix- F: Copy of Model Agreement/Draft Form of Contract& Appendices etc. I (l) Form of Contract(For Consultantsto perform servicesas a Joint Venture)

)) The words"Twenty-one (21)" is deletedin its entiretyand replacedwith "Five (05)". I The informationwill be sharedthrough email or courier. The addressfor seekingclarification is:

I GeneralManager (P&CA) NationalHighway Authority 28,Mauve Area, G-911, I Islamabad I E-maiI : [email protected] 2.3 Add followingclause: I "The informationwill be sharedthroushemail or courier". 3.1.1 Add following:

I The proposalsshould be boundin the hardbook binding form to denythe possibilityof removalor additionof page(s).Allthe pagesof proposalmust be signedand stamped in original by authorizedrepresentative of the firm/JV. All the pagesmust be numbered I starting from first page to last. At the time of proposal submission/opening, page numbering, signing and stamping of proposalswill be checked by Committee Members,if any minor discrepancywill be found then sameshall be askedby the I Committeemembers to the AuthorizedRepresentative of firms to correctit in front of all committeemembers. In the absenceof authorizedrepresentative, the concerned I firm(s)will be announceddis-qualified. I 3.1.4 c. The term associates,if usedin the proposalor otherwiseshall not be consideredas Feasibility(Technical * Commercial)Study and DetailedDesign I Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality I I

I SayNo to Corruption Data Sheet an aiternativeof JV member.Any personnelproposed for the A$signmentb\rt bqlongingto the so calledassociates shall not be markedin evaluationof tgchnical I proposal like in case of Sub-consultants(except individual Specialist Sub- consultantshaving unique expertisewhich is rarely availableOR an expatriate Personnel)who are not supposedto contributein qualificationof their main I consultants.

d. Proposedkey staff shallpreferably be permanentemployees who areemployed with I the consultantsat leastsix monthsprior to submissionof Proposal. Yes { No-

I The minimumrequired experience of proposedKey Personnelis givenbelow: t FOR KEY PERSONNEL Team Education: PreferablyM.Sc. (StructuralEngineering) and minimum Leader/ B.Sc.(Civil Engineering). Senior I Experience: Preferablytwenfy (20) years relevantexperience [proven Structural fifteen (15) years' designexperience as Team LeaderlSenior Structural I Engineer Engineeron NationalHighways Projects]; He/ she must also have performedas Team Leaderfor at leastthree (03) majorHighway Design Projects. I Senior Education: PreferablyM.Sc. (TransportationEngineering) and minimum Highway B.Sc.(Civil Engineering). Engineer Experience:Preferably twenty (20) years' relevantexperience [proven I f,rfteen(15) years' designexperience as Senior Highway Engineeron NationalHighways Projectsl.

T Junior Education: PreferablyM.Sc. (StructuralEngineering) and minimum Structure/ B.Sc.(Civil Engineering) Bridge Experience: Preferablyfifteen (15) years relevantexperience [proven I Engineer twelve(12) years'design experience as JuniorStructure/ Bridge Engineer on NationalHighways Projectsl.

I Junior Education: PreferablyM.Sc. (TransportationEngineering) and minimum Highway B.Sc.(Civil Engineering). Engineer Experience: Preferablyfifteen (15) years relevantexperience [proven t twelve (12) years' designexperience as Junior Highway Engineeron NationalHighways Projectsl.

I Pavement Education: PreferablyM.Sc. (TransportationEngg.) and minimumB.Sc. Design (Civil Engineering). Engineer Experience:Preferably twenty (20) years' relevantexperience fproven I fifteen (15) years' designexperience as PavementDesign Engineeron majorHighway Projectsl.

I Transport Education: Preferably M.Sc. (Economics with specialization in t Economist Transportation)and minimum B. Sc. (Transportation Engineering) Feasibility(Technical + Commercial)Study and DetailedDesign t Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality T I

I SayNo to Corruption Data Sheet E@Preferablytwenty(20)years,relevantexperience[proven I fifteen(15) years' experience as Transport Economist in highwaysector]. PPP Education: PreferablyCertificate of CharteredAccountancy/ Certified Expert/ Financial Analyst/ ACCA and minimum M.Sc. Economics/ MBA I Financial (Finance)/ICMA/ B.Sc.(Civil) or equivalent Expert Experience:Preferably twenty (20) years' relevantexperience [proven fifteen (15) years' experienceas PPPExpert/ Financial Expert on mega I i nfrastructure proj ects preferab ly Hi ghwayProj e ctsl .

Corporate Education: Preferably Masters of Law (LLMy Masters of Law I Law (CorporateLaw) andminimum Bachelors of Law (LLB). Expert Experience: Preferablytwenty (20) years' relevantexperience fproven fifteen (15) years'experienceas CorporateLaw Expert on mega I infrastructureproj ects preferably Highway Projects]. PreferablyBachelor's in Civil Engineeringand minimum Quantity Educationi T Sun'eyor D.A.E.(Civil). Experience:Preferably fifteen (15) yearspost-qualification experience in Highway Sectorwhich includesproven twelve (12) years'experience as I QuantitySurveyor on HighwayProjects.

Note: The Consultantsare advisedto submit updatedCV's strictlv in compliance I with the format of CVs siven in Technical Proposal Form A-5. CVs su without regard td the said format mav scorelow. t e.Training is an importantfeature of this Assignment: Yes r/ No _ I If Yes,details of trainingare given in TOR

3.2.3 Professional liability, insurances (description or reference to appropriate I documentation): i. The Consultantsshall be responsiblefor ProfessionalIndemnity Bond of the required amount at their own cost. This bond shall be in the joint name of I Consultantand the Client. ii. The Consultantsare requiredto insure their Employeesand Professionalsfor t Hospitalization/Medical, Travel and Accident Cover for the duration of the Contract.The detailsprovided in Para 3.5 of SpecialConditions of Contractin ModelContract.

I 4.1 The numberof copiesof the Proposalrequired is: TechnicalProposal: One Original and Four copieswith CD (soft form of I complete Technical Proposal in PDF Form) in sealed envelope. tr'inancialProposal: One Original with CD (soft form of completeFinancial t Proposal in PDF as well as MS WordlExcel Forms)in sealedenvelope. ,^ I 6P

I GeneralManager (P&CA) NationalHighway Authority 28,Mauve AreaG-9ll Islamabad I Telephone:+92-51-9032727 Facsimile: +92-51-9260419 t 4.4 The dateand time of proposalsubmission is: Date: 8thOctober,2020 Time: 1130hours I Locationof Submission: NHA Main Auditorium NationalHighway Authority t 27-Mauv e AreaG-9 I I Islamabad. 4.5 Validity periodof the proposalis: 180days t The bid shallremain valid up to 6thApril,20?l I The locationfor negotiationof proposalis: GeneralManager (P&CA) NationalHighway Authority 28-MauveArea G-9 I I Islamabad I Telephone: +92-5 | -90327 27 Facsimile:+92-5 1 -9260419 t <) The evaluationof technicalproposal shall be basedon followingcriteria: Sr. Description/ Items Points No. I 1. Experienceof the Firm 100 l-a) GeneralExperience in roadTransport Sector as) I l-b) Specific Experience related to particular Assignment* gt I 2. Approach & Methodology 250 2-a Appreciationof the Project g0) (i) Understandingof theAssignment (s0) I (ii) Clarity of appreciation (20) (iii). Comprehensivenessofappreciation (20) I 2-b ProblemStatement/ Understanding of Objectives €0) (i) Identificationof Problems/Objectives Q0) (i, Componentsof ProposedServices (20) I 2-c Methodology GA) (r. ProposedSolutions for this Project (s0) I (ii) Qualiryof Methodolog,, (20) (iii), Conciseness,clarity and completenessof proposal** Q0) I 2-d Suggestedchanges for improvementin TOR rl 0) Feasibility(Technical * Commercial)Study and DetailedDesign for Dualizationand t Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality I

I SayNo to Corruption Data Sheet 2-e Work Program Q9) I 2-f StaffingSchedule Q9) 3. Key Staff*** 450 I 4. PerformanceCertification from clients**** 100 f,. PresentCommitments (current engagementand available 50 strength- justification) ?k!krk'

I * PerformanceCertificate/ Assignment Completion Certificate (All completed projects mentioned under TECHNICAL PROPOSAL FORM-A2 I CONSULTANT'S EXPERIENCE/CLIENT' S REFERENCE). Note: Any project mentionedcompleted under Form A-2 (Part-B) will not be considered for evaluation unless Performance Certifrcatel Assignment I CompletionCertificate with satisfactoryremarks by the client's representative is not attached'The client NHA reservesthe right to veri$' the Performance/ AssignmentCompletion Certificates.

I ** Concisenessand clarity contains l0 marks and 20 marks will be for the completenessof the proposalswhich includesbut not limited to hard binding, I sequentialpage numbering, signing and stamping of eachpage of proposal. (At the time of proposal submission/opening, page numbering,signing and stamping of proposals will be checkedby CommitteeMembers, f arry minor I discrepancywill befound thensame shall be askedby the Committeemembers to the AuthorizedRepresentative of firms to correct it infront of all committee members.In the absenceof authorizedrepresentative, the concernedfirm(s) I will be announceddis-qualified.)

**{' Firm affidavit for presenceof personnelcaries 25 marks out of 450 marks I (completein all respectas per specimenannexed at Annex-C placed in TechnicalProposal Forms).

{<'t<{<*'25 out of 100marks will be allocatedfor provisionof affidaviton stamppaper I duly attestedby the Oath Commissionerto the effect that the firm has neither beenblacklisted nor any contractrescinded in the past for non-fulfillmentof contractualobligations (complete in all respectas per specimenannexed at I Annex-Bplaced in TechnicalProposal Forms).

***'i* Transfer of knowledge would be in the form ofjoint venture with new/ I experienced firm(s) by sharing at least 20% of Assignment with them promotingthe consultancyindustry in the country.Criteriafor Newfirm are the I onewhich hascarried out maximum3 projectsin 6 years. I Feasibility(Technical * Commercial)Study and DetailedDesign for Duali of Karachi - I Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality I I

I SavNo to Corruntion Data Sheet

The pointsearmarked for evaluationsub-criteria (3) for suitabilityof Key Staffare: t Sr. Points(%) Description/ Items No. i. Academicand General Qualifications 30 l ii. Professionalexperience related to the Project 60 iii. Statuswifh the firm (Permanent& durationwith Firm as per 10 LOI Clause3.1.4 (d)) I Total Points: 100 I 5.3.1 Followingis added: The words"three top-ranking qualifuing consulting firms" is deletedin its entiretyand replacedwith the words"quali8ring consultants"

I The date,time, and addressof the financialproposal opening shall be informedafter I evaluationand approval of technicalproposals, accordingly. 5.3.3 The weightsgiven to theTechnical and Financial Proposals are: Technical(T%): 80Y' I Financial(P%\z 20o

6.3 Add followingat the endof this Para: I The final person-monthsof eachexpert, if required,are subjectto adjustmentat the stageof contractnegotiation in line with demonstratedapproaches methodology and I needbasis. l 1',' The assignmentis expectedto commencein: November2020 8 The Clauseis deletedin its entireW I I I I I I I Feasibility(Technical + Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- I Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality -16- I I I I r I I I I I I I I I r I I I r I I I

SayNo to Corruption SummaryEvaluation Sheet

SUMMARY EVALUATION SHEET FOR FULL TECHNICAL PROPOSALS (QCBS)

Max. Firm I Firm2 EVALUATION CRITERIA Weichtese Ratins Score Ratinc Score l. Firms ExDerience 100 GeneralExoerience in road TransoortSector 25 SpecificExperience related to particularAssignment 75 2. Approach and Methodolosv 250 2-a. Anoreciationofthe Proiect 70 Understandingof the Assignment (30) ii) Claritv of appreciation (20) ( ii) Comorehensivenessof appreciation (20) 2-b. ProblemStatement/ understanding of objectives 50 fi) Identificationof Problems/Obiectives (30) ii) Componentsof ProposedServices (20) a^ vlethodology 80 PronosedSolutions for this Proiect (30) ) Ouality of Methodology (20) i) Conciseness"claritv and comoletenessoforooosal* 30) 2-d. SueeestedChanges for Imorovementin TOR l0 2-e. Work Program 20 2-f. Staffine Schedule tn 3. Kev Personnel** 450 (r) TeamLeader/ Senior Structural Ensineer 100 (ii) SeniorHighway Engineer (iii) Junior Structure/Bridee Ensineer-I& II 2x35 (iv) JuniorHishway Engineer-I & II 2 x35 (v) PavementDesign Engineer 35 (vi) TransoortEconomist 35 (vii) PPPExpert/ Financial Expert 35 (viii) CorporateLaw Expert 35 4. PerformanceCertification from clients*** 100 5. PresentCommitments (current enqaqementand availablestrength -.iustification) 50 6. Transfcrof Knowledge(Methodologv/ Plans)**** 50 TOTAL: 1000 Etel.rt - 100% v.ry Good- 90-99% Abort Av.rtg. - E0-E9% Aae'''g. -70-190/. E.low Avcng. - l-69% No.-conplyitrg - 0% S.o.s MrirtruD W€ightrge x rttbg / l0O.Miliarm qudwbg $orc is ?0% or 700 m..lc. .Ctube8s anil cbritj @ntaa8I0 Mkt aa.l 20 ndt! eill b€fo, {E @"abteaN of dE ptoposalsvhi.h inchd.s btt Nt limite,lLt lstd bittin8" seq@iti4lpage ambet & sigikg Md stMPkg oJ

r*Fin qfrd@i!Jq vMe oJpewl cdt4 25 nat*s ort of 450wrt (@npleo ih dUMpect 6 W specind dwx.l ot AnMr-C pl@d in Te.h4i@lPropdal ForBI .4+25 ott of t 00 na*s \itt be o\o@tedfq p@rtio" of $idavit M ttzntp papq dab atresad b! de Oath CoMisiowt to tlv efe.t that tla lim hat ritlw beenblacuit|d tr di! @neet rscMed p6thr N+fulftllEitoj@h1r@tu41obli4dio8 (@npbte i4 d rcspect 6 per speciMwd at Anaet-B placed ifr Teclflical P$p8al Fdfts) ""Oitsialbt N.wlitn is 1l@on thich lbs Mied o14n*lhM 3 Wiects tu 6!@t. - - -17- Fdibiliq Gc.nnical + Conmercial) Snldy andDltailed Desigtrfor Dua.lizationmd Rehlbilitatiotr of Karachi Quette ChmED Road0$ KM) on BoT basisunde. PPP Modaliry I I I r I r I IIIT I I

PersonnelEvaluation Sheet

PERSONNEL EVALUATION SHEET

Project related OVERALL Academic and General Statuswith the Firm** POSITION/AREAOF RATING (Surn of Name Qualification* Experienoe t0% E)GERTISE Weiehtaee30% WeiEhtaee60% Weishted RatinES) Percentage Weighted Percentage Weighted Percentage weighted (Show all expertsto be evaluated) (A+B+C) Ratins Ratins(A) Ratins Ratins(B) Ratins Ratine(C) (i) TeamLeader/ Senior Structwal Engineer (ii) SeniorHighway Engineer (iit Junior Structure/BridgeEngineerJ & II (iv) Junior llighway EngineerJ & II (v) PavementDesigr Engineer (vi) TransportEconomist (vii) PPPExpertlFinancial Expert (viii) CorporateLaw Expert

- Rating: - Excellent - 100oh Very good -90-99oh Above Average - 80-89Yo Average -70-79o/o Below Average 1-69oh Non-complying-0o/o Score:Maximum WeightageX rating / 100.

For Team Leader/Senior StructuralEngineer, Senior Highway Engineer,Junior Structure/Bridge Engineer,Junior Highway Engineer,Pavement Design Engineer, TransportEconomist: M.Sc. - 100%;B.Sc. -70%

ppp Expert/ FinancialExpert: Certificateof CharteredAccountancy/ Certified FinancialAnalysV ACCA - 100%;M.Sc. Economics/MBA (Finance)/ICMA/ B.Sc. (Civil) or equivalent- 70olo -70% CorporateLaw Expert: Mastersof Law (LLMy Mastersof Law (CorporateLaw) - 100%;Bachelors of Law (LLB)

6 monlholder employee - 100%; Lessthan 6 monthsor associates-0olo

w#

-18- r"*itirFrr*mi.a*c"-"*i"tlsn'ay*amabdD6ignfdDualizationandR€habilitatiorofKarachi_QEt!a_chmmRoad(790KM)onBoTbasisunddPPPModality SavNo to Conuption

TECHNICAL PROPOSALFORMS

Feasibility(Technical * Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality -19- I

Forms I SayNo to Corruption TechnicalProposal TechnicalProPosal - Forms provide guidanceto the I {Noles to Consultantshown in bracketsthroughout this Section Consultantto preparethe TechnicalProposal; they shouldnot appearon the Proposalsto be submitted.) I Checklistof RequiredForms (subparagraph3.1.3 of ITC)

Required,({) FORM DESCRIPTION Page Lim;it I TechnicalProposal Submission Form A-l A-l Proofof legalstatus and eligibility I Attachment A-l If the Proposalis submittedby a joint If applicable "r/" Attachment venture.atlach a letter of intent. A-l Power of attomey for the authorized I "r/" If applicable Attachment representativeofthe leadfirm as per Powerof instructionsgiven in specimenof letterof Attorney intent(Annexure-D). I Consultant'sOrganization and As givenbelow Experience. A. Consultant's Organization J A-2 I B. Consultant'sExperience/ Client's 20 Reference C. Client'sSatisfaction Certificate 10 I alonswithdetails ./ A-3 ApproachPaper on MethodologY 50 orooosedfor Performingthe Assignment I Comments/Suggestions of Consultant [SeefootnoteJ' of Reference nla A-4 A. On the Terms I B. On the CounterpartStaff and Facilities 2 A-5 Formatof CurriculumVitae (CV) for 8 pageseach CV proposedKey Personnel I A-6 Completionand Submission of nla Reportsas per TOR A-7 Compositionof the TeamPersonnel nla andthe Tasksto be Assignedto each I TeamMember \i A-8 Work Plan/Activity Schedule nla I A-9 Work Plan and Time Schedule nla for Key Personnel(Man-months qf staff and Proiect Duration as Per I TOR,) A-10 CurrentCommitments of the Firm nla I @iredattachmentswithFormA.1wi||entit|etheClienttoreiect the proposal I I The total number of pagesfor combinedforms A-3 and A-4 shouldnot exceed50. A pageis I letter-sizepaper with font size of 10 or mote. Feasibility(Technical + Commercial)Study and DetailedDesign for I Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality I I

t SayNo to Corruption TechnicalProposal Forms Form A-1 I TncuNrcaLPRoposAL SuBMIsstoN Fonvt I (To be requiredfrom leadfirm only) I {Location,Date} To: [Nameand address of Client] I DearSirs: We, the undersigned,offer to providethe ... [u.lun oF THEPR)JECTJ....in accordance with your Requestfor Proposals.We are herebysubmitting our Proposal,which includesthis I TechnicalProposal and a FinancialProposal sealed in a separateenvelope.

(If the Consultantis ajoint venture,insert the following): I We are submittingour Proposalin a joint venturewith: (Inserta list with full nameand the legal addressof eachmember and indicatethe lead member).We have attacheda copy of our letter of intentto form a joint venture,which detailsthe likely legal structureof and the confirmationof I joint andseverable liability of the membersof the saidjoint venture. I OR (If the Consultant'sProposal includes Sub-consultants, inseft the following): We aresubmitting our Proposalwith the followingfirm(s) as Sub-consultants:(Insert a list with full I nameand country of eachSub-consultant.) We herebydeclare that:

I (a) All the informationand statementsmade in this Proposalare true and we acceptthat any misinterpretationor misrepresentationcontained in this Proposal may lead to our I disqualificationand/or imposition of any sanctionby the client. (b) Our Proposalshall be valid and remainbinding upon us for the periodof time specifiedin I the DataSheet, Clause 4.5. (c) We haveno conflictof interestin accordancewith ITC Clause1.9.

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

(e) Neitherwe, nor our JV Partner(s)/sub-consultant(s)or any of the proposedexperts prepared I the TOR for this consultingassignment.

(D Within the time limit statedin the Data Sheet,Clause 4.5, we undertaketo negotiatea t Contracton the basisof the proposedKey Personnel.We acceptthat the substitutionof Key Personnelfor reasonsother than those stated in ITC. Clause6.5 may leadto the termination t of Contractneeotiations. (g) Our Proposaland any modificationsresulting from the Contract binding I uponus. Feasibility(Technical + Commercial)Study and DetailedDesign for Dualization I Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality I I

I SayNo to Corruption TechnicalProposal Forms I (h). Our firm/ eachmember of our JV is not participatingin any otherproposal for this Project'

We undertake,if our Proposalis acceptedand the Contractis signed,to initiatethe Services I relatedto the Projectnot laterthan the datementioned in DataSheet 4.5 (or the dateextended with the written consentof Consultantin caseof delay in procurementprocess)

I We understandthat the Clientreserves the right to rejectall proposalsas per PPRA Rules. I We remain, Yourssincerely, I Sisnatureof AuthorizedRepresentative*of the LeadFirm: {In full} {andinitial} I Nameand Title of Signatory: Nameof Consultant(Firm's name or JV's name): I In the capacityof: Address: I Contactinformation (phone and e-mail): I * The abovesignatory or his authorizedrepresentative should ottend the proposal submissionand openingwith authority to sign and stamp any missingpages of proposal in line with instructions I given in clause 1.8 of the Data Sheet.The specimenof authorizationfor submissionis given at Annexure-D. I I I I I I I Feasibility(Technical + Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- I Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality aa I I t SayNo to Corruption TechnicalProposal Forms Form A-2 I ClmNt's Rrrnnnncn

I o Hierarchy/organizational chart, Office address,Employees details, etc.,

IllustrateQualifications I o Generalexperience in roadTransport Sector o Specificexperience related to particularassignment should be givenon t followingformat: Using in the formatbelow, provide information on eachreference assignment for which your firm, eitherindividually as a corporateentity or asone of the majorcompanies within a consortium, I was largelycontracted. t AssisnmentName: Country.

I Locationwithin Country: ProfessionalStaff Provided by Your Firm:

I Nameof Client: No. of Staff:

I Address: No. of StaffMonths:

I StartDate (Month/Year): Completion Date Approx. Value of Services (in t (MonthA/ear): CurrentUS$/Rs.) Nameof Associated No. of Months of Professional Firm (s), if any: Staff Provided by Associated I Firm(s) Name of Senior Staff (Project Director/Coordinator,Team Leader) involved and functions T performed: NarrativeDescription of Project I Descriptionof Actual ServicesProvided by Your Staff

I relevantassignments should also be givenon aboveformat.

I Consultants'Name: zF.--- It I Gre Feasibility(Technical + Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- I Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality -23- I SayNo to Corruption TechnicalProposal Forms

Form A-3

Appno.c,CHPApER ON MnTnoDOLOGYPRopOsso Fon PnnnORMINGTHE AsstcNmnnr

fl ffi,

Feasibility(Technical * Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- -24- Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality I

Forms I SavNo to Corruption TechnicalProposal Form A-4 (A and B)

I CourunNTS/SuccESTIoNSOr CoNSULTANT

improvethe quality/effectiveness [providehere comments and suggestions on the Termsof Reference*rat could I of tfre essignment;and on r"quir"-"nts for counterpartstaff and facilities,which are providedby the Client, including:ud1nini.nutiue support, office space,local transportation, equipmenq data, etc., separately under Forms I Form-4Aand Form-4B respectively.] A. On the Termsof Reference(TOR) I l.

I 2. Etc., I B. On the data,services and facilities to be providedby the Clientspecifred in the TOR. l.

2. I Etc. N l. The Consultantmay proposea teamof expertsto bestachieve the scopeof serviceand activitiesand I be to deliver outputsai requiredin TOR. Proposedchanges in position/individualinputs should indicatedand reasonedin the TechnicalProposal but incorporatedonly in the FinancialProposals (showingexcess/saving, in datumPrice as workedout with the personmonths indicated in the RFP, I which must be clearly bifurcated and marked red at each place for acceptanceor otherwiseby the Clientat its prerogativeduring negotiations).

(i) The Proposalmay assignperson-month inputs differently from TOR. However, Key Personnel I of person-monthsinputs input totals in the Proposalshould not be lessthan the minimum totals mentionedin DataSheet Sub-Clause-3. 1.4 respectively' I (ii) The Proposal may include additionalexpert position/s.However, additionalexpert will be consideredNon Key Personnelfor the purposeofproposal evaluation.

(iii) If the Proposaldrops or replacesa Key Personnelposition with a different one, the original I position will receive zero score in the technical evaluationand the new position added in the Proposalwill be consideredNon Key andwill not be evaluated.

(iv) Do NoT TNCLUDE EXCESS/SAVTNGTNFORMATION IN TECHNICAL PROPOSAL.If l TechnicalProposal includes financial information, the Proposalwill be rejectedunder Clause- 3.1.5of ITC. When the Consultantsugeests a changein scopeof service.activities or output"the Consultantmust I describethe detailsin Fofm-4A and the chaneeshould not be incorporatedin the Proposal.Enumerate each suggestionin Form-4A with incrementalcost as a separateattachment to Financial Proposal indicating breakdowninto individual remunerationand expensesfor eachsuggestion. Forms A-l 1 to I 17should be preparedwithout incorporating the changes. (i) If FinancialProposal provides no separateattachment about incremental cost to a suggestion,the suggestionwill be consideredat no additional cost to the Client and no negotiationsfor an I incrementalcost shall be done: (iD DO NOT INCLUDE INCREMENTAL COST INFORMATION IN TEC OPOSAL. lf Tschnical Proposalincludes financial information,the P I 3.1.5of ITC. I Feasibility(Technical * Commercial)Study and DetailedDesign for Dualizationand I Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality t I

I SavNo to Corruption TechnicalProposal Forms t Form A-5 t FoRrvrarOn CUnnICULUMVmnn (CV) Fon PnoposEDKnv Surr

I l ProposedPosition: T 2. Nameof Firm: J. Name of Staff: I 4. Profession: t 5. Dateof Birth: 6. Yearswith Firm: I 7. Nationality: t 8. N.LC Number: 9. CellNumber:

10. Membershipin ProfessionalSocieties: t (MembershipCertificate of PEC/relevant council is Mandatoryfor Engineers.Copy of online updatedPEC/relevant council details, as per Membership Number will be attached)

I I l. DetailedTasks Assigned on theProject: I r Key Qualifications:

I [Give an outlineof staff member'sexperience and trainingmost pertinent to taskson assignment. Describedegree of responsibilityheld by staff memberon relevantprevious assignments and give I datesand locations. Use up to onepage]. r Education

I [Summarizecollege/university and other specializededucation of staff member,giving namesof institutions,dates attended and degrees obtained]. I t EmploymentRecord

[Startingwith presentposition, list in reverseorder every employment held. List ons held I by staffmember since graduation, giving dates, names of employingorganizati lons heldand location of assignments.For experience,also give types of activities ient t references,where appropriate]. Feasibility(Technical * Commercial)Study and DetailedDesign for I Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality I I

I SayNo to Corruption TechnicalProposal Forms

I t Languages

[Indicateproficiency in speaking,reading and writing of eachlanguage: excellent, good, t poorl. I r Certification I, the undersigned,certifli to the bestof my knowledgeand belief that

I (D This CV correctlydescribes my qualificationsand experience. (ii) I am not acurrentemployee of the Execufingor the ImplementingAgency. (iii) In the absenceof medicalincapacity, I will undertakethis assignmentfor the durationand in I termsof the inputsspecified for me in Form A-9 providedteam mobilizationtakes place within the validityof this proposal. I (iv) I was not part of the team who wrote the terms of referencefor this consultingservices assignment (v) I am not currently debarred by any departmenVorganization/(semi-autonomous/ t autonomous)bodies or suchlike institutionsin Pakistan. (vi) I certifythat I havebeen informed by the firm that it is includingmy CV in the Proposalfor the {name of project and contract}.Iconfirm that I will be availableto carry out the I assignmentfor which my CV has beensubmitted in accordancewith the implementation arrangementsand schedule set out in the Proposal.

I If CV is signedby the firm's authorizedrepresentative:

(vii) I, as the authorizedrepresentative of the firm submittingthis Proposalfor the {name of I project and contract),certify that I haveobtained the consentof the namedexpert to submit hislherCV, and that s/hewill be availableto carry out the assignmentin accordancewith the implementationarrangements and scheduleset out in the Proposal,and confirmhis/her I compliancewith paras(i) to (v) above. I (viii) Latestcolored attested photograph stapled attached with the CV. I understandthat any willful misstatementdescribed may lead to my disqualification or I dismissal,if engaged.

I Signatureof authorizedrepresentative of the Date: Leadfirm DaylMonthNear I e*q I Note: copy or scannedsignature I w# Feasibility(Technical * Commercial)Study and DetailedDesign for Dualizationand Rehabilitation I Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality I I III I I I I I IIII I

SayNo to Corruption TechnicalProposal Forms

Form A-6 Coupr,nrroN ANDSusn{IssIoN OF RnpoRrs As Pnn Ton

Reports Date I 2. 3. 4. 5. 6. 7. 8. 9.

w#ffi& Fesibitiry (Tecbnicj.l+ Comscial) StudyDd D€tailed D€signfor Dualizationand Rehabilitationof r,arehi - Qwtta - Ctaman Ro.d (790 Xl'o on BoT basismder PPPModarity IIII IIIIIII IIII

SayNo to Corruption TechnicalProposal Forms Form A-7

ConnposrrroNOF Tnn TnanaPnnsoNNnL AND Tnn Tnsrs To Bs AsslcNrnTo Eacs TnnvrMnrvrsrn

L Technical/ManaserialStaff

Tasks Name of assignment Na.ur Posrrron Presentlocation Assignment involvedand clientsname

'{P, w

geuitmrGe"t'ni"ut+conmo"iuttstuaya''ao"tal-teaxsi$foIDuali,anonandRehabilit,tionofKfachiQeda-chananRoad(790Xtv0onBoTba!isUnd€rPPPMo&lity rt ITI I r I IIII r

SayNo to Corruption TechnicalProposal Forms

Form A-8

Wonx PlaN /Acrrvnv ScunnulB

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

I 2 3 4 f, 6 7 8 9 10 il t2 l3 t4 15

ffi F€sibility(te'hnica|+commercial)SfdyandDetailedDesignforDua1izationandR€habilitationofI&rachi-Queta-ch0DanRoad(790KM)onBoTbasisunderPPPModir-30- I I rrrrlr I IrIIIIIIIIIT

SayNo to Coruption TechnicalProposal Forms

Form A-9

Wom Pu.N ANn Tuun ScnroulE FoR Knv PnnsoNNEL

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

I 2 3 4 5 6 1 8 9 l0 ll 12 l3 t4 l5

FullTime: PartTime: ActivitiesDuration

Yours faithfully,

Signature (AuthorizedRepresentative)

Full Name Designation Address

F€asibility(Te4nnical+cotnnerial)studyaidDetailedDesi8nforDualizationandRehabilitationofKn,achi'Qu€tra-chaDmRoad(790XM)onBoTbasisunderPPPMr.3l. I I I r I I r I I I I I I I I I I I I I I

SayNo to Corruption TechnicalProposal Forms Form A-10 CunnnNrCovrrrlrrruENTs Or Tun Fmnn

(List MUST be comprehensiveincluding projectsfrom clientsother than NHA as well)

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

d;d

- b4is PPPModaritv -52- r"*ihtit'r G*t'ni.A * co-.aciatl Soay anaoeral"a oesignror oudi'atlon a"a RehabilitarionofKnachi Quetta-ChaD'n Road (?90 KM) onBoT under I

T SayNo to Corruption TechnicalProposal Forms

I Annex-A Specimen t (On Lead Firm's letterhead\

I LETTER OF INTENTION

Subject: Technical and Financial ProposalsFor ConsultancyServices for (Nameof I Proiecil- I This JointVenture (JV) is madeamong following parties; l) M/s asLead Firm having_% share. I 2) M/s as JV Partnerhaving _% share. 3) M/s as JV Partnerhaving Yoshare. I 4) M/s as JV Partner having_7o share.

The abovefirms arejointly andseverally liable to the Clientfor preparationof Technicaland I FinancialProposals for ConsultancyServices for "fv,qunop rnBpnoJncrf' (hereinafter called t "The Project"). The Firm heretoconfirm the understandinsas follows: I l. Objective It is herebyagreed to form a JointVenture for preparationof Technicaland Financial I Proposalsfor ConsultancyServices for "The Project"to be submittedto National HighwayAuthority, Islamabad (hereinafter called "The Client").

I The Partiesintend to do the following: a. Prepareand submita mutuallyagreed Technical and FinancialProposals for I the Project; b. Agree to proposesuitable staffing with high level of competenceto form a I competitiveteam for the Project. Enter into the mutually agreedConsultancy Contract Agreement with the I Client,if the projectis awarded. Performall the servicesto be undertakenfor the Proiectunder the Consu I ContractAgreement if signed. I Feasibility(Technical * Commercial)Study and Detailed Design for Dualizationand Rehabilitationof K t - Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality I l

I SayNo to Corruption TechnicalProposal Forms

I 2. The authorizedrepresentative of JV shall be M/s... .. for the future official correspondencewith the clienton behalfof JV.

I 3. The original letter of intention(s)of the JV member(s)on their letterheadis/are I attachedat...

t For and on behalfof I I Sign & Seal of the Lead Firm I (AuthorizedRepresentative* of the Firm) I * AuthorizedRepresentative to sign the Letter of Intentioncan be; o For SoleProprietor firm; Ownerof the Firm, otherwiseOwner may authorizeany person. I (providedAuthorization Letter be submitted) o For Partnershipfirm; Director of the Firm; otherwise,authorized personnel (provided I AuthorizationLetter be submitted). o For Private Limited firm; Director of the Firm, otherwise,authorized personnel (provided I AuthorizationLetter be submitteil. o For Public Private Limited fi,rm; Director of the Firm, otherwise, authorizedpersonnel I (providedAuthorization Letter be submitted). I I I I I Feasibility(Technical + Commercial)Study and Detailed Design for Dualizationand Rehabilitationof Karachi I - Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality -34- I I

Forms t SavNo to Corruption TechnicalProposal t

AFFIDAVIT t (ReeardineBlacklistine)

I Subject:[u,qun or rns PnoLncrl

I I, the undersigned,do solemnly declarethat lWs TNAAE-QEJHE-ELRM.Ihas neither been blacklisted nor any contract rescinded in the past for non-fulfillment of contractual t obligations. I Signatureof Authorized t Representativeof the firm(s) DaylMonthNear I I (Seal) I t t I I

Note: I The Affidavit is to be submittedon StampPaper of minimumRs. 30/- duly attestedby the OathCommissioner. In caseof SingleEntity, to be providedby the firm. I In caseof JV, to be providedby all the JV members

I Feasibility(Technical + Commercial)Study and Detailed Design for Dualizationand Rehabilitationof - Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality I T I

I SavNo to Corruption TechnicalProposal Forms

I Annex-C UI\DERTAKING I (Resardine Personnel Availability)

I Subject:[Nlun or run pnoncrt I I, the undersigned,do solemnlydeclare that the proposedpersonnel shall be availablefor the I subjectassignment in the projectduration as per the terms and conditionspecified in the Requestfor Proposal(RFP). I

Signatureof Authorized Date: t Representativeof the Leadfirm DaylMonthNear t

I (Seal) I I t I I I Note: The Affidavit, on Stamp Paper of minimum Rs. 30/- duly attestedby the Oath I Commissioner,is to be submittedby the Leadfirm only.

I Feasibility(Technical * Commercial)Study and DetailedDesign for Dualizationand Rehabilitation of - Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality I t

I SayNo to Corruption TechnicalProposal Forms

I Annex-D I GeneralManager (P&CA) NationalHighway Authority, I Islamabad.Pakistan

Power of Attornev t (Regarding submission of proposall

I Subiect:fu.aut or rue PnoLncr]

I DearSir, I, the undersigned,authorize Mr. S/o Mr._ having CNIC No. t to attendthe submissionand Openingof Proposalson behalfof all JV

members. (lnsert name of sole consultant in case of single entity else name of all JV members). He is I authorizedto attend,submit, sign and stampany missingpages of the proposal(Technical I andFinancial) for above-mentionedproject on,. (lnsertdate). I I Signatureof Authorized I Representativeof the Leadfirm DaylMonthNear I I Signatureand initial of AuthorizedRepresentative t I

I Feasibility(Technical + Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi - Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality I I SavNo to Corruption FinancialProposal Forms Form A-11

SayNo to Corruption FinancialProposal Forms

FINANCIAL PROPOSALFORMS

Feasibility(Technical + Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- Quetta* ChamanRoad (790 KM) on BoT basisunder PPP Modality -38- I

I SavNo to Corruption FinancialProposal Forms I Form A-12 BRn.q.roowNOF R q.rnsFon CoNSULTANcYCoxrn.Lcr I Project: Consultant:

I Name Position Basic Social Overhead Sub- Fee Rate per Field Rateper Salary Charges (%oageof Total (%oage Month Allow. Month perCal. (o/oageof t+2) (l+2+3) of 4) for (%oageof for Field Month l) project l) Work t Office (l) (2) (3) G\ (s) (6) (7) (8) I

I Notes: ItemNo. I Basic salaryshall includeactual gross salary before deduction of taxes.Payroll sheet I for eachproposed personnel should be submittedat the time of negotiations. ItemNo. 2 Social chargesshall include Client's contributionto social security,paid vacation, averagesick leaveand otherstandard benefits paid by the companyto the employee. t Breakdownof proposedpercentage charges should be submittedand supported(see FormA-13). ItemNo. 3 Overhead shall include general administrationcost, rent, clerical and junior I professionalstaff and businessgetting expenses,etc. Breakdown of proposed percentagecharges for overheadshould be submittedand supported (see Form A-14). I ItemNo. 5 Fee shall includecompany profit and shareof salaryof partnersand directors(if not billed individuallyfor the project)or specifiedin overheadcosts of the Company, I ItemNo. 7 Normallypayable only in caseof field work underhard and arduous conditions. Note I The minimumpercentage of item (1) shouldpreferably be 50Yoof (8). Note 2 The consultantis to provideappointment letter and affidavit/undertakingduly signed I by eachof the individualstaff membersshowing salary rates as above.Further during executioneach invoice will alsobe providedshowing that the professionalshave been paid their salariesas per basicrates specified therein. Failing to which, the Clientwill I take punitiveaction against the consultantand shalldeduct the deficientamount from his monthly invoice. Moreover, it will be consideredas a negativemark on his I performancethat will be consideredfor futureprojects. FullName: I Signature: Title: t I Feasibility(Technical * Commercial)Study and DetailedDesign for Dualization and Rehabilitationof Karachi - t Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality _40_ I SayNo to Corruption FinancialProposal Forms Form A-13

Bnn.q,rnowNOF Socw Cn^l,Rcns

Sr.No. DetailedDescription As a Voageof Basic Salary

gi < J frI9ovtw

Feasibility(Technical * Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality -41- I t SayNo to Corruption FinancialProposal Forms I Form A-14 Bnn.q.roowNOF OvnnnBnDCosrs I

As a Toageof BasicSalary and No. DetailedDescription I Sr. SocialCharees I I I I I I I I I I I I I I Feasibility(Technical + Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- I Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality -42- I T

I Sav No to Corruption FinancialProposal Forms Form A-15 I PageI of2 I Esrrtr,t.lrBDLocAL CunRrncy SALARYCosrs/RnMUNERATIoN

Individual Monthly Total t Sr. No. of Position man Billing Estimated No. persons months Rate Amount (Rs.) I I. Professional/ Key Staff Team Leader/ Senior I 0l 5+l StructuralEnsineer I SeniorHighway 2 0l 3+l Ensineer JuniorStructure/ J 02 J I BrideeEnsineer JuniorHighway 4 02 4 Ensineer PavementDesign I 5 01 3+l Ensineer 6 TransportEconomist 01 I I PPPExperV Financial 01 J Expert

a I 8 CorporateLaw Expert 0l J 9 QuantitySurveyor 0t 3+l I t0 CAD Operator 02 3 I Sub-Total: I I I I I I Feasibility(Technical + Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- I Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality -43- I I t SayNo to Corruption Financial Prooosal Forms

I Form A-15 Page2of2

I EsrrMlrnD LocAL CunnrNcy SALARyCosIs/RBMUNERATIoN I Individual No. of Monthly Billing Total Estimated Sr. No. Position man persons Rate Amount (Rs.) I months It Non-Key/ Support Staff I I ComputerOperator 4 5+l a 2 Office Boy J 5 I Sub-Total:

Note: The biddersare requiredto quotethe ratesof Non Key/SupportStaff given in the TOR in I abovetable. The bidder(s)may proposeNon Key/ SupportStaff Person-Months in addition to those given in TOR; however,in such a casetenable reasons must be given in the TechnicalProposal Submission Form A-4 o'Commentson TOR". The Client's negotiation I committeewill deliberateon the requirementof additionalstaff duringnegotiation meeting. It is alsoto be notedthat the Clientis not boundto agreeto the reasonsgiven in FormA-4. I I I I I l I I I Feasibility(Technical * Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- I Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality -44- T I

T SayNo to Corruption FinancialProposal Forms Form A-16

I DrRBcr ON.SALARY Cosrs

I Sr. Nomenclature Unit Qty. Unit Price Total Amount No. fRs.) (Rs.) I Rentfor Office Accommodation L.S I 2. Office UtilitiesCosts L.S 3. Costof Furniture/ Furnishinss L.S 4. Costof Office/Other Equipment (on L.S t rentalbasis) Computersand Accessories PhotocopyMachines I CommunicationEquipment Drafting/ Engineering Equipment I TransportVehicles Site visits and Meetings in Islamabadduring currency of I Proiectand Construction Works 5. Communicationexpenses L.S 6. Draftine/Reproduction of Reports L.S t 7. Office/ DraftineSupplies L.S 8. Security Charees L.S 9. Detailed Topographic Survey L.S I including Monumentation, GCPs, Inventory of Structures and other referencepoints, Stakeout of alignment I including Report & Drawing Production, lnstrument Rental Charges, Surveyor(s) 8. Survey Helpers Salary etc. (completein all Ir respects) 10. Soil and Material Investigation L.S includingLab Testing,Report Writing, lr Salaryof Material Engineer,Helpers, etc.(complete in all respects) I ll GeotechnicalInvestigation for Bridges (Boreholesof 30m Depth) including instrument rental, Salary of Geo- L.S I Technical Engineer,Helpers, Report Writine.etc. (comnlete in all resoects) t2. Environmental Impact Assessment L.S I including Report Writing, NOC Fee, Environmental Engr. Salary, Coordinationwith Pak EPA & Public Hearing Charges (complete in all I respects) I sdt-gz Feasibility(Technical .l- Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- I Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality -45- I SayNo to Corruption FinancialProposal Forms

Sr. Nomenclature Unit aty. Unit Price Total Amount No. (Rs.) (Rs.) 13. Traffic Survey including rental L.S equipments,report writing & Salaryof I Traffic Engineer 8. Enumerators (comoetein all resoects) 14. Axle Load Survey including rental L.S t equipments,report writing & Salaryof Traffic Engineer & Enumerators (competein all respect) I 15. Hydrology & Hydraulic Study L.S includingPurchase of RequisiteData, ReportWriting, Salaryof Hydrologist/ I Hydraulic Engineer,etc. (completein all respect) 16. Highway SafetyAudit includingCost L.S of Site Visits, ReportWriting, Salary I of Highway Safety Engineerand its team.etc. (complete in all respect) 17*. Others not covered above to comply I with TOR requirernent* I Total NOTE:

I * Any additionalitem\ cost quoted againstthis line item must have provided solid\ tenable justification(s)detailed in technicalproposal submission Form A-4 "Commentson TOR" without indicating financial value therein. The client's negotiationcommittee will deliberateon the I requirementof additionalitem\ cost in casesuch firm standstop ranked.It is alsoto be notedby the Consultantsthat the Clientis not boundto agreeto the reasonsgiven in FormA-4.

I Costquoted against lump sumitems (mentioned in abovetable) is all inclusiveand remuneration of not be charged t staffshall separately. I I t I I to# Feasibility(Technical * Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- I Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality -46- I t SayNo to Corruption FinancialProposal Forms I Form L-17 SuunnaRvOr Cosr

Sr. No. Description Amount (Rs.)

SalaryCost/ Remuneration

2. Direct(Non-Salary) Cost

3. SubTotal (l+2):

SalesTax 16%on item S.No.3above which @ Not Applicabletill final 4. shallbe kept as ProvisionalSum in the Contract decisionof the Courtof Law (a) Asreement

5. Grand Total:

Note: l- This costis supposedto be built up in bid priceand if anythingis left blankit shallbe deemedto be includedin the cost. 1 The duesand salariesof staff arepayable by the consultantin time andnot laterthan l0th of the following month positively. In case of failure to do so Client shall interveneand pay thesedues and salariesof the concernedPersonnel and recover from the invoiceof the consultantat actualcharges paid plus 1% of the amount.This will also be accountedfor adverselyin makingassessment of the Consultanfsin the nextevaluation process for selectionof consultantswith reportof suchdefaults. 3- Any Omissionor arithmeticalerror madeby the Consultantsin enteringthe amount against item 4 above shall also be rectified during evaluationof the Financial Proposal. T 4- Relevantdocuments are attached at the endof RFP. 5- The grandtotal is inclusiveof all the applicableFederal, Provincial and Local taxes. I All thesetaxes (except the SalesTax) arerequired to be built in the quotedrates and not be mentionedseparately. I I

Feasibility(Technical + Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality -47- t t

I SayNo to Corruption Termsof Reference

I APPENDIX.A I I I I I I

I TERMS OF REFERENCE I I (roR) I t I t I t I Feasibility(Technical * Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- T Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality -48- T I I CHAFTER NO. 1 IN'fRODUCTION I 1."1 BACKGROUND: . National Highway N-25 Karachi-Quetta-Chaman connects I Karac;hi (sea port) with Quetta the capital of Baluchistan and provides access to via Chaman. 'I'he I . 1.otal length of the route is 813 Km, thoughT9A Km length is r:eflccted in the PSDP 2OI9-2020. which tant.amount tri l"h-rb- Chaman secticln. I " N-25 also links Karachi with Taftan on the Iranian border via N- 40 branching off near Lakpass and therefore, serves as a vitai I link for trade u'ith and beyond on the one hand and Atghanistan and Central Asian States on the other.

I L.2 rusEsassEssMENT: I o Dueillzation of road wili largely contribute to the cconornic social d-evelopmentof the area. I " The existing condition of the section is poor and road section iaid on naturai grouncl lerrel. I The existing structures require evaiuation & rn'ilibc coi::r:ir-i.ir:t.cci a.ccordingly. 'Iirne I ancl acciden.tsaving will be possible. Vehicle Operating cr-rstwill be at its minimum.

I " Massive impact of the project on land use will surcly trt:ii; progress of area and local people, as empl<-lymerrt

I . Problem of tralTic blockage and congesliorr in lirc cit.:i:s f){: I soivecl. 1-S FTRO"THCTDHS"INITION: 'lhe t n projr,:ct includes technicerl and cornmeri:iai stuciicl.; fi.,;^ Construction of aiclditional carrriagervayand rcha:biiita1"i.unol' existing road (w-here required) to make it E" 4"lsrnc cliviiircl I carrlageway. As Fli-lb Fiypass is being taken ull as a scparrate prctjc:i:t,thr: I point of this prcijec[ for detailecl design s]rali be rtr.rr{.}ro[' bypass. Hoviever, t.he cor:sultan.i.shall considcr'l.lrr: ilr-il:rfi, I in i[s commefcial ieeisibilitv str-idy. ,.,\zret" n49

T on }rl.lblic i\'iva|c [''altr;er.siriir (f)l)i)) Mork I I 2.T LOCATION OF PROJECT: I The project starts from Kar:achivia passing through Chaman I Quetta (N-25) I I I I I I t 2.2 PIEOJBCT WORKS I I

. The Khuzdar - Chaman section is already being designed by another Consultant. As a part of this Consultancy, Karachi - Kl::uzdar section is to be designed in detail. The technicai study shall comprise of this section only. . The Consultant shall be responsible to carry out the commercial study for the whole Karachi-Quetta-Chaman stretch of N-25. NHA would provide the requisite technical details of Khszdar - t Chaman section to facilitate the consultant in carrying out the commercial feasibility.

I L.4 PROJECT OBJECTIVES: . Dualization of road will largely contribute to the economic and I social development of the area. . The d:ualization of proposed road will provide a better roacl I facility for inhabitants of area. . Dualization of this road will provide uninterrupted traffic llow ! and ultimate reduction of cost of all suppliers and cost of living. . Problem of traffic blockage and congestion will be sclvcd.

I " Dualization of this road will save time that is wasted in rn

I I lLocation & Baloctristan iLength (Approx.! 79O Iftn I 4-lane 3.65 rn (eachf I I2O }{;nl trr Plain aO-1OO Krn/trr I As per requirernent

I lls per F{ighway Safety Audit Manual rGe oract"ric lrr.p rove rnerrts NI{A I i , j,-,- , 0b0 1 lfecitnical & Commercial Feasibility Study of Duaiizattor: & Rehabilitation of Karachi - Quetta -- Charnar T ': on PubIr: itivat.e Partnership (PPP)l\lode I I

. The Kl'ruzd,ar- Chaman section is already being designed by I - another Consultant. A'S.a part of this Consultancy, Karachi Khuzdar section is to be designed in detail. The technicai study t shall comprise of this section only. o The Consultant shall be responsible to carry out the commercial t study for the whole Karachi-Quetta-Chaman stretch of N-25. NHA would provide the requisite technical details of Khszdar - Chaman section to facilitate the consultant in carrying out thc I commercial feasibility.

I 1,.4 PROJECT OBJECTIVES: . Dualization of road will largely contribute to the economic and I social development of the area. . The dualization of proposed road will provide a better road I facility for inhabitants of area. . Dualization of this road will provide uninterrupted traffic flow I and ultimate reduction of cost of all suppliers and cost of living. . Probiem of traffic blockage and congestion will bc sc.lvcd. I . Dualization of this road will save time that is rn'astcdin rnoving through city roads during restricted hours, thereby gencrart.ing I travei time savings and improving port efficiency. . Provision of employment opportunity during and after thc I construction of the project thr-rs allevia.ting the poverty of Lhc: area. I . Vehicle operating cost will be reduced.

I 1.5 TECHNICAL PARAMETERS: r I I lLocation lSindh & T t =_-- t 79O l{rn 3.65 rn (eactrf I 12O ltrn/hr Flain AO-1OO l{m/hr l{illy I As per requirernent ll,s per E{ighway Safety Audit Manual t NI{A

'fcchnicd T & CrommercialFeasibility study of l)u;r"lizatron& Rehabilitatr"" ;-il:J 3,9"a -. cha-rna on Pubiir: i,rir,'ar.ePartnership (PPP)I\{ode I I .r"q{!.,.i. I .,l.r,. I DESCRIP:trION OF PROJECT: 2.1 LCCATIOU OT'.FNOJECT: I '\ The project starts from Kar:achi via passing through Chaman it encls al I Quetta (N-25). r ' I

I ;rr' ,"' i . .-,r; I a',:.;i{''i;r, I I I I 2.2 PROJECT WORKS I T?re pro.ject cnvisages Dr-raltzatlon & Rehabilitaiorr of Kzrriiclii - i)r..li:l-ii,r Chaman Prcject (790 Km) on Public Private Partnc:rship (PFP) rrrode. 'I'he t Scope of Work oi Assignrient has been clefined in thc TOR. The scope of work for Technical $tudy is given as under: - I c Existirrg lRoacicondition sLlrvey report with recommendaLticins for rehabilitation I Highu,ay S.rfety Audit Report Road furnitr.ire design including traffic signs ancl gantries. I Lanci Acquisition & utility frrldcrs I o De1.ailedwr:rking in collaboration o1 NI{&NIP {k I{}1.4cit:partr^nl;nt.s for-provision oi'NFI&h{P ihcilities inch-rclingconsLrucl.it;n t I builclings for beats aiong witir all ailied facilitics incir-rili

'l'ct.hiriciil (l{inmrerciai t & Fcasjbiiil'r Stircly oI i)ua]izertion& l

'I'echnica-l t & Cormnercial f,'easibilily Stuciy of Dualization & ]{ehabilitation of Karachi - Quetta * Charrra.rr(';90 Krrr) or:rl)ubijc lliverte Parl.ncrship (l'PI))Modc I I

Page I

I CHAPTERNO. 3 I SCOPEOF SERVICES Overallscope of servicesand the proposed sequence of activitiesis asfollowing:

I i; i sr.No. : tnscnpuon i".,--,.. -.,.".. -.,.*. -....,.....:..,.,. -- - -.: -- -.r -.:'--': -, - - -- i " ..::: t:::: : : :-., ::: +:: ::r r :,:i ::, : ::: :i I siacn-r , InceptionReport for TechnicalFeasibility

b) Inception/ OutlineReport for CommercialFeasibility T i c) : AlignmentStudy Report along with KMZIKML file (Section-wise)

I 0:r*]i".i"l"u'yT9P-9g"|"?"P]11.'.ly.Iy..9y*. I i e) i Traffic SurveyReport (Section-wise) i ii: , s) i Preliminarv Hvdrolow & Hvdraulic Strrdv Renort (Seciion-wise\ iI 1

I I

:jt.tI9'liT.I"lu'yT::.|*:"*|...*l":i-t-ili1.y- I i ., | ^ i k) r CommercialFeasibility - Draft Report(Section-wise)

;l t i D i D.t"ik9"rgpgg-lr-li:9v-9v-R-.""p-o"*g"lgmxi*tl*:$:":lig"*yi:g i-)io-*lg9u'y4Plgcy-..aH"r$P:"[:.|-t'dy...R-e""q9''(l.9:l T i0i.D...t"ipas"9i|au'{9IP]]*"::lie"tli'.'.'''''''::/"'.'',i..Y""::..:.::-::":"Yl...*.'.]-'-l"*:ll*"1.l:"].::::^E""i i9iG.9.9199h}irl-I*."'': I li i q) i Environmental Impact Assessment(EIA) Report (Section-wise)

i 0 i DesignReport (Section-wise) j t i s) Final Design (Section-wise) : Drawings ..: i t i I i-!u-94:"qyrilg,.l,aufllili:rfgl{:n$""::lp-1"*i::) iPi+..*$S3...... fe.ty',agd" v) i ConstructionMachinery Report (Section-wise.1 I i U i-E$i**-P:li-"llp-(s::ligl:y"r"*) i *l i FinalTechnical Feasibility Report (Section-wise)

i y) i CommercialFeasibility - Final Report(Section-rvise) I ii i z) , GroundValidation & Alignment Stakeout(if required)(Section-wise) ;i iI aa\aa) ;i PC-lD/- I (Project/D-^:^^+ Cost-^^a including:-^1,,J:-^ Viabilityt/:^L:I:a-. Gap^^- Funding)n---- l:- -\ (Section-wise)/c - -r: - I i: i bb) i PC-I(Land) (Section-wise)

cc) I RFP Documentincluding Model ConcessionAgreement (Section-wise) i \i : \\----! ; lt\ ,-\\ i I : uul 2,\\ i !o ll ! T ,..n53 I t P""e"g:.? I t I T I T TORfor: I TECHNICAL FEASIBILITY & DETAILED DESIGN I Dualizution & Rehubilitution of I Ksrachi - Khuzdur - Quettu- ChumanHighwuy (N-25) t I I I t t I T t \ I Page3 T I. INTRODUCTION TechnicalFeasibility & DetailedDesign shall be conductedfor the following sections(the I Consultantcan propose other viable sectionswith justification). a. Karachi - Uthal b. Uthal - Bela T c. Bela - Wadh d. Wadh - Khuzdar e. Khuzdar - Quetta I f. Quetta- Chaman

t The consultantis required to give due considerationto the following: a. The contract for Detailed Design for dualization of Khuzdar - Quetta- Chaman Section of N-25 along with the Technical Study & Detail Design of Alternative Route at Lakpass & I Tunnel at Khojak Bypass was signed betweenNHA and M/s NESPAK on 02-Jan-77. Similarly, Design for Widening, Improvement & Rehabilitation of Kararo - Wadh Section of N-25 (I

Roadway lighting design guide by AASHTO (preferably latest Lighting I publishedversion)

AASffiO Guide Specificationsfor LRFD SeismicBridge Design I (preferabfy latest published version) along with StructuralDesisn Code of Practice for Highway Bridges and Seismic Zone I Mapping of Pakistan

Highway Drainage Guidelines by AASHTO (preferably latest DrainageDesign I publishedversion)

Design of Trafflrc Control Devices, t Manual of Unform Trffic Control Devices (MUTCD) by Work Zone Safety, and preparation FHWA USA (preferablylatest published version) with due of 'Maintenance & Protection of considerationto the requirementsof NHA t Traffic (MPT) Plans' For testing and specificationsof materials,following codesand ASTM, AASHTO, NHA GeneralSpecifications etc. I standardswill be followed:

CapacityAnalysis and Level of Highway Capacity Manual (preferablylatest published I Serviceanalysis version)

Ensineer'sEstimate Asper prevailing CSR of NFIA t ffi I .siil'r'922 ,r..r. t , nS6 l

I 3. KICK-OFF MEETING Kick-off meeting will be held wherein Consultantwill presentto NHA the approach& I methodologyfor carryingout servicesand the correspondingtimelines etc. 4. DETAILED SCOPE OF SERVICES I 4.1. Data Collection& Coordinationwith ConcernedOrganizations The consultant will collect available data &. information required for preparing the documents,reports and designetc. of the Project.The consultantwill also collect requirementsand I development plans etc. (if any) of all concernedagencieslorganizations/departments/stakeholders through extensiveand close coordination; this is an essentialrequirement and should be given due I importanceby the consultant. 4.2. Inception Report for Technical Feasibility I The consultant will carry out desk studies and then proceed for reconnaissancevisit. An Inception Report will be submitted which should elaborate the observations made in the reconnaissancevisit along with photographsand describethe project in appropriatedetail. The report l should also explain the methodology for adheringto the requirementsspelled out under this ToR. I 4.3. Alienment Studv Report (Section-wise) Depending upon project requirements,the consultantwill study the alignment in detail and submit Alignment Study Report (section-wise)along with KMZ file. A detailedpresentation on the I alignment will be given to NHA for perugl and consideration.

If improvement/upgradation/duafizationetc. is required then the existing alignment will be I analyzedin appropriate detail and then presentedin Alignment Study Report. The Report should contain self-explanatorymaps & photographs,detailed description of the alignment along with key features,district-wise division, significance, description of structuresespecially bridges on major t rivers, obstructions in the form of urban centers etc., requirement of link roads, and recommendationsregarding geometric improvement etc. The same will be applicable in case of I bypasses.Requirement of Bypasseswill be duly taken into account in consultationwith NHA. If a new alignment is required to be identified, then all possible alignment options r,vill be explored, analyzed,compared, and then presentedin Alignment Study Report. The Report should l contain detaileddescription of all alignment options along with self-explanatorymaps, photographs, and comparative analysis etc. Detailed/elaborateddescription of the recommendedalignment will be provided along with key features,district-wise division, significance,maps & photographs, I tentativelist of required/proposedstructures especially bridges on major rivers, obstructionsin the form of urban centersetc., requirementof link roads etc. The samewill be applicablein caseof t bypasses.Requirement of Bypasseswill be duly takeninto accountin consultationwith NHA. 4.4. Topographic Survev

I Topographicsurvey forms the basisfor Design. Poor quality of surveywork producesnot only incorrectdesigns but also resultsin post constructionproblems. Thus, Surveywork shouldbe of top-most order.An effort h as been made to elaboratethe activities generally required in I topographic survey in the following paragraphs.The consultantis requiredto_ the requisiteactivities in the light of project requirements.

I As per "Surveying & Mapping Act 2014, the Survey I requirementof the Act. It is thereforerecommended that consultant * -i. n57 q T Page 6 I for the topographic suryeys, which include at least 04 (four) GPSDF for establishmentof high accuracycontrol points (asper requiredplan, specifiedherein). In casethe consultantdoes not have the requisitenumber of GPSDF, it is advisedto hire servicesof professionalsurvey companies I having the required expertise.A network of control points along the corridor will be developed involvine at least4 instruments. Before mobilizing to site for t Survey, the Consultantwill submit to the Permanent Ground Monument made of Client detailed Topographic Survey Concrete l:4:8 with 75 mm steel nail Program with actual human resources embedded at center. Using spray paint and a I planned to be deployed. The consultant stencil, the monument number shall be painted. will specify the time line of survey The size of monumentshall be 150 mm square at top and 300 mm square at program.Total number of equipmentwith I bottom.The height of monumentshall be 900 models and calibration certificates not mm. Out of which 750mm shall be buried in more than 6 monthsold will be produced. the ground. The name and qualifications of surveyors I will also be submitted.NHA reservesthe right to interview the surveyor if required. Upon request, the consultantshould changethe surveyor. If consultantwants to outsourcethe Survey work, it will t be mandatoryto take prior approval of the Client. The Consultantmust ensurethat the survey firm is not black listed and has sufficient resourcesand complianceof Surveying and Mapping Act 2014. I 4.4.1. Survey Monuments Besidesstart and at the end, it is required that Monuments will be fixed in the traverseline at an interval of about 300 to 400 meters. These will be fixed at such locations that theseare least I susceptibleto disturbanceand damageand do not pose a threat to traffic on existing roads/tracks etc. I 4.4.2. Control for Traverse Projection:UTM I Datum: WGS84 Vertical Datum: MSL t 4.4.3. Horizontal Control Minimum four (4) DGPS Primary C.ontrolsat start and End of the Project or as many as may be required such that the distancebetween these points will not be more than l0 kms. Minimum t observationtime will be at leastten (10) hours or as requiredfor eachof thesepoints. These points will be validated/verified with InternationalFixed Stationsin WGS84/ITRF referenceframes for an averageambiguity resolution of 50ohor better for a reliable network solution. T Primary Controls DGPS PrimaryControls will be establishedat a maximum distanceof 2.5 kms with onebase t and one rover using leapfrog method, by applying adjustmentsto createnetwork. Minimum observationtime will be at least two (2) hours for each of thesepoints. At every 5 kms one additional DGPS point with two (2) hours observation(to form an inter-visible pair) will be I established,which may be usedfor Total stationif neededfor topographicsurvey. SecondaryControls I DGPS SecondaryControls will be establishedat a maximum distanceof 333 meterswith one base and two rover at altemate sides of Alignment (to forryfii network) using leap frog method, by applying adjustmentsto create network ion time I will be at least45 minutesfor eachof theseooints.

I rrg;i-'.n58 I t Page7 I 4.4.4. Vertical Control Vertical Control will be establishedusing MSL from first order SOP Bench Marks with doublerun leveling.Digital level with an accuracyof 0.3 mm or lessand singlesection 2ml3mstaff I or invar staff with changeplate on bottom will be used. The maximum distancebetween the two successivereading points will not be more than 50m. A11horizontal control points are connected with monuments made for Horizontal primary and secondary controls with double run level to I control the height as mentionedabove. 4.4.5. Monuments for Horizontal and Vertical Controls I The monumentsfor controls will be as perNHA specifications.The ITRF Controls, Primary Controls will be tied with two permanentpoints as per NHA Specifications. T 4.4.6. Topographic survey (scale1:1,000); including on ground features,buildings, Utilities and CrossingRoads a. TopographicSurvey will be performed within the ROW Limits. At important control section, I if the large-scalestructures are proposedto be built on the sections,the survey range can be extended reasonably if necessary.Enough Spot Levels (points) will be taken to create a I topographicmap in the scaleof 1:1,000and 1:100H:V scale b. The Consultant is required to observe 10 cross-sectionacross the River Khadir, Bank to Bank. Three cross-sectionsat the Bridge Site (one center-line and other two adjacent to I centerlineup and down streamof the bridge. The BM for upon which the Model study survey was done should be incorporatedin the traversei level circuit. I 4.4.7. Centerline Points (stake) and Measurement of elevation of route stake a. The distancebetween the centerlinepoints will be 50m in general,in caseof the pond the stakeis fixed on the bank of the inclination and waterline. T b. The distance between the stakes is 5m-8m on the section of roads which have retainins walls. t c. The distancebetween the stakesis 10m on the interchangeslip road whose radius is less than 60m. d. The distance between the stakesis 5m for the 10m before and after the chainase of the I abutmentfor a total distanceof 20m. e. Minimum three longitudinal sections(parallel to Alignment) including the center axis, the t left andright edgelines of the bridgewill be measured.Forthe placeswhere the topography is changedand bridge pier and abutment,more stakeswill be established. f. For the culverts, the chainage and elevation of the crossing point will be measured;the t longitudinal section of the water channel 50m upstream and downstream of the crossing point will alsobe measured. I g. The stakesare placed on the edgesofthe crossedroads. The stakesshould be fixed on the crossingpoints. There is also a needto collect the coordinates,elevation, angle, width and road level of the crossing points (50m around the crossing point). The coordinates, I elevation,and angleof left, middle andright lines of the importantcrossed roads should be collected(100m aroundthe crossingpoint). h. The position of 10KV high-pressurepole(tower) around the route within 100m, and the l power line's lowest elevationon the crossingpoint t i. The stake'selevation will be measuredone by one. '-' t . ' 059 I I Page 8 I j. It is necessaryto establishmore stakesin casethere is any pipeline or building crossingthe alignment;the height differencebetween the bottom elevationof suchpipeline or building and the ground will be measured I 4.4.8. Crosssection Points a. The crosssection should be measuredone by one. I b. The cross section of the embankmentshould be measuredat 50m or less interval for the straight line sectionsand curve sectionswith radius larger than 5,000m. At curveshaving I radius lessthan R:5000 m, the cross sectionswill be measuredat preferably 25m interval. c. The crosssection will be measuredto the ROW limit. d. For the alignmentsections with proposedretaining wall, the crosssection will be measured t at 5m interval e. For the bridge pier, the measuringrange of the crosssection is 10m at both left and right I sidesof the center;for the bridge abutment,the measuringrange is till the ROW limit 4.4.9. Interchanges(L:1,000) Map I Extraction of featureswill be done & points will be taken beyond the ROW of 100m and insidethe minimum Regiondefined for Interchangesto create1:1000 map. The minimum lengthof existing road to be included in topographic survey (for interchangeramps merging) should not be I lessthan 250 m. 4.4.l0.Riverine Survey for Crossing Canals - Short Bridge T Measure the center longitudinal section of the canal from 100m upstream to 50m downstream,and measurethe cross section of the canal at 10m interval which is perpendicularto the axis of river. The canal edgesmust be taken recordedalong with all break points to clearly define t the canal shape. 4.4.ll.Riverine Survey for Crossing Rivers - Long Bridge t In casethe crossingof Major River is encountered,sufficient cross-sections will be required to run the physical or numerical model for computationof water surfaceprofiling. Location of cross- sectionswill be as per requirementof the Software. t 4.4.12.Survey for Crossing Water Channels/Nullas Measurethe center longitudinal sectionof the water ChennelAtrullasfrom 100m upstreamto t 50m downstream,and measurethe cross section of the water channel/nullasat 10m interval, which is perpendicularto their axis. Minimum 5 points will be taken at eachtaken at eachcross sectionto correctly depict the top and bottom of the sloping bank, width of bank and center of channel. The I distancebetween the cross sectionpoints will not be more than 5m for wider water channelsA'{ullas. 4.4.13.Survey corridor I The detailedtopographic survey in normal circumstanceswill be carried out in a corridor of 100m. At locations of crossingrivers, nullas the detail of survey extent is given in respective I sections. 4.4.14.Mapping (Unit of Measurement) Metric unitswill be usedthroughout. I \[r 4.4.15.Scale \v t Besidessoft copy, mappingof drawingswill be plotted to a scaleof 1:1000.

I f)60 I I

I 4.4.l6.Detailsto be Shown Buildings/Structures I 1. The plinth line of all permanentbuildings. 2. Constructiontype of building (whetherbrick (B), semi-concrete(SC), concrete(C). doublestoreY (D) etc.). I 3. Ruins or partially demolishedbuildings or foundations- by the wall and masonry visible at the time of the survey. I 4. Namesand type of usageof all buildings,schools etc. 5. Buildings underconstruction. I Roads, Tracks and Footpaths 1. Kerb line or edge of surfacingto carriageways,and along the edge line markings. t 2. Tracks. 3. Pedestrianbridges and footpaths. t 4. Traffic islands (similar to kerb line). 5. Destinationof road for junctions level. I 6. Bridges(over railway, river, etc.) 7. Levels over railway line in caseof at gradeor gradeseparated crossings. I 8. In case of power transmission lines crossing alignment, level of electric wire with respectto survey control will be recorded. I Industrial 1. Nameand type of industry,Boundary wall andbuilding structureinside. 2. Tanks(indicate type of materialstored e.g. fuel, gas, water, etc.) T 3. Sewagedisposal works details. 4. Chimneys(substantial). I RoadFurniture (In caseof existingroad) 1. KM post (value to be noted). I 2. Bus stop facilities.

J. Traffic signalposts and controllers. I 5. Guardrails. 6. Road signs. I BoundaryFeatures 1. Fences. I 2. Gates.

a J. Boundarystones located/used for fieldwork. I 4. Walls. Fr, 5. Burial grounds. \) ffi I 6. Historicalareas. A*\#B t e, . n61 I Page10 Railways 1. Gaugefaces of railway running rails with elevationsof rail top. 2. Level crossings.

a J. Platforms. 4. Bridges(over road,river, etc.) 5. Stationbuilding. 6. Telegraphpoles (indicatethe referencenumbers). Survey L Survey DepartmentTrigonometric Stations. 2. PermanentGround Markers.

a t J. Survey DepartmentBenchmarks used (Indicate referencenumber and level). T Woods, Trees & Recreation Areas 1. Playing field. I 2. Land-useand vegetation,etc. 3. In caseof trees in the survey corridor, the surveyor has to assigna code defining the girth of the tree. Treeswith varying girth as specified in the CSR for payment will be I in respectivelayers. Slopesand Earthworks I 1. Cutting and embankmentswith any protection work done. 2. Terracedslopes. t 3. Borrow pits / Quarries. 4. Retainingwall. I 5. Rock outcrops(if any). 6. Mining tips (if any). T 7. Indicate date of survey if on-going earthworks is presentand mark the affected area. Servicesand Utilities I 1. Transformers(boundary fences only). 2. Electricity sub-stationsand switch boxes(boundary fences only). t 3. Pylon lines (indicatelevels at lowestpoint at sagand at pylon towers). 4. Pylonbases. I 5. Pylon referencenumbers and voltageof transmission. 6. Radio,TV stationmasts or towers. t l. Telecompoles. 8. Electricitypoles. I 9. Watermains pipes and stop valves (Indicate diameter of pipe). 10. Manholes(circular and square) \ \ I \l- - , .062 I Page I I I Water & Drainage 1. Lakes. I 2. Pondsor mining pools. 3. Reservoirs. I 4. Rivers (nameto be indicated). 5. Streams. I 6. Ditches(width to be indicated). 7. Canals. T 8. Wells (diameteror width to be indicated). 9. Swamps. I 10. Lined drains(width, depthand type to be indicate). 1l. Watertowers. I 12. Culverts. 13. Waterfalls. I 14. Jetties(if any). 15. The top of banksof all water featuresover 1.0mwide will be detailedand the bottom of banks as indicated by the water level at the time of the survey. The direction of t flow of all river, streamsand watercourseswill be indicated. 16. Slopes with height greater than 1.0 meter of too sharp gradient to be shown by contours,including river and streambanks are to be shown on conventionalmarkings I and the top and bottom of slopesare to be shown as dotted lines. 17. Slope conventionswill be drawn as near as possible to indicate the actual shapeof I the slopeface, i.e., all bermsand terraces will be detailed. Any other featuresnot listed, which are requestedby the Client will also be shown. I 4.4.17.Bridge details The bridge details will be shown on a separate drawing for each bridge. The bridge I observationsin form of coordinateswill include the followins: - a) The coordinatesand levels of the four corners of the bridge (points will be on the adjacentroad surface),the two edgesof the piers, abutmentand wing walls. I b) The coordinatesand levels of the bridge deck to the intermediatepiers (if any) of the bridge. l c) Length,width and type of constructionof bridge. d) The type and location of servicesadjacent to the bridge. e) The coordinatesand levels of the centerline and the road on the bridse at I approximateintervals of 5 m. The cross-sectionalclearance envelope at the two sidesof an overpassridge (with I respectto the road centprlinepassing undemeath) showing all the relevantlevels, offsetsand skew angle.\ \1 \l I -l T \r' r' r 063 I *e:" 1? I 4.4.18.Culvert details Details of eachculvert are to be shown on the surveyplans and a separatesheet with - I tabulationof the following informationis to be submittedwith the plans: a) Type of culvert and diameter. b) Chainageof culvert at the road centerline. I c) Skew angle of the culvert from the centerline. d) Length of culvert from each side of the centerline' I e) Invert levels of the inlet and outlet. all visible dimensionsto a scale D A sketchof the inlet and outlet structuresincluding t of 1:200. For major culverts (dia > 2.0m) the outlet structuresare to be properly measuredenough I points will be recordedso that the culvert can be modeled in CAD. 4.4.19.Existing Road/embankment In casealignment runs along the existing road, sufficient points should be taken acrossthe I existing road to frny A"nne the cross-section.Below are minimum points shown for the existing roadwa:ycross-sectiln. For the existing carriageway, the width of carriageway, inner and outer I shouldersshould be clearly identified and coded. I I 4.4.20.Detailsof junctions and existing roads I The Surveyorwill survey all junctions to enablethe designerto designthe junction properly. A conidor width of 70m and will be taken for a distanceof not less than 150 meters up and down the proposedintersection ofthe road or as required by the client. I All paved roads, main roads and footpaths or tracks having the width greaterthan 2m will have a minimum of two (2) points defining both edgesof the carriageways.Consecutive points along the road feature will not exceed20m in rural areasand 10m in urban or built-up areas.More points I are generally neededto define curved feature such as slip roads, islands,etc. Levels of the road centerline will be recorded for paved roads having widths greater than I 6.0m. The main destinationof the road from the junction will be recordedby the Surveyor. Where necessaryto survey along an existing road, the Surveyor will follow the marked changesalong the centerline.In additionto the road edgesconsecutive points along the edgesof the I carriageway(i.e. along the edgeline marking on both sides)will be picked up and will not exceed 10m. More points are generally to define super-elevationchanges at curve sections t 4.4.2l.Digital Ground Models ( DGM ) The product of the field survey data,after processingwill be DGM. The accuracyof DGM will dependupon the accuracyof the digital datacollected in the field. Beforeprocessing the data, I it is importantto run the datafiltration. A11data points with incorrect x, y or z valueswill be removed. It is alsoimportant as well to properlyidentify the breaklines like road,nullah edgeg$latural I ery

t e, n64 I I Pagel3 'strings'. I All surveyfeature lines will hereinbe referredas The datawill be presentedby the Surveyor in a form suitable for input to the software to be used for generationof DGM. Using the recorded data in x,y,z format on data logger, the ground surface over the required area will be I simulatedby strings of coordinatedinformation along characteristiclines on the terrain. The modeis will consistof threedimensional (3D) contourstrings. The existing road surface over the required area will be simulated by 3D strings of I coordinated information along characteristiclines on the existing carriageway. Any other strings that do not affect the accuracyof the ground surfacemay be assigneda null level. I The Surveyor will obtain prior approval from the Client for any strings that are to be digitized but that do not absolve the Surveyor from the subsequentaccuracy and definition of the model. TIN (Triangular irregular network) will be developedby using software.Using TIN, Contour generation t will be done. 4.4.22.Grid I The coordinatesof the DGM will be in Easting,Northing and elevations. 4.4.23.String Labelin g t The ground featuresincluding break lines will be labeled with the exact description shown underAUTOCAD LAYERNAME. Any additionallabels may be consideredand the Surveyorwill submit the list for approval prior to their usagein the DGM. I 4.4.24.PropertyModel This model will be stimulatedby a seriesof 3D null level strings and text stringsand includes I the following: - a) Strings of land lots (null level strings) I b) Land use and type (Text Strings) Attributes to land type and usewill be appendedto in the AutoCAD format. Suchinformation I will be used by the Surveyor when preparing Land Utility folders at the end. 4.4.25.Contours After digital data collection of survey points at site, the contour generationwill be done by I using computer software. The interval will be 1 m. The smoothnessfactor to be defined in the software should be such that it should not distort the ground contour representation.The contours I shouldbe well labeled. During data collection, break lines on the ground should be very well picked that affects the contour generation.Contours will be shown by continuous lines with a thicker line for every fifth I contour (Prominent Contour). Contour and spot heights will be differentiated from other detail. The value of eachcontour will be indicatedalons the contoursat intervalsnot exceedins200 mm and / or the edgesof the Mapping area. I Where becauseof undergrowth, on-going earthworks, swampy areas,or other obstructions, the ground surfaceis obscured,or accessis restricted,and provided the Client prior agreementis I obtained,contour can be shown by broken lines to indicatethat their accuracycannot be guaranteed. 4.4.26.LongitudinalProfile and Cross-Section The longitudinalprofile plan will be plottedin A1/A3 size(as instructed by Client) to a scale I of 1:1000Horizontal and 1:100Vertical with chainaseinterval of 25 m unlessotherwise or instructedby the Client. The crosssectional plan of the existingroad will be plott to a scaleof 1:100 both horizontaland verticalwith 25 m interval. The plan will,sltrow I interval as specifiedand the existingground profile and all the existingfeatures. \ I r; . '.065 I t Page 14 I 4.4.27.Field Books and Record All field books and computer datamust be properly kept and will record truthfully all the I survey work carried out. The Surveyor will do all workings in proper books, adequatelyin good style and accordingto best practice.All field books will be done in ink. Unsatisfactoryworks and errors will be struck off and there will be no superimposed writing or erasure. Client's I Representativemay check the field books now and then to ensule that a high standardof work is maintained. He may requestthe Surveyor to carry out some spot checksif he has reasonabledoubt on the accuracy of the survey work. The Surveyor will comply with such requestsunless he can I prove to the client's representativefor his satisfactionthat such checks are unnecessary.All field books and computer data will be certified by the qualified surveyor. Deliverable: As required under "Sequence of Activities", Preliminary Topographic t Survey Report along with Plans (Section-wise)will be submittedunder Stage-II. Detailed Topographic Survey Report along with Plans (Section-wise)will be submitted I under Stage-III on 1:1,000 scale for main carriageway and 1:5,000 for interchanges.Each control/traverse station will be shown in the report along with coordinates thereof, location map/diagram, sketch with reference to permanent features, and at least one photograph. Total I number of equipment with models and callbration certificatesnot more than 6 months old will also be made part of Report. The namesof surveyorswill also be submitted. t 4.5. Traffic & Axle Load Survey The consultantwill submit Traffic & Axle Load Survey Program to NHA, wherein enough points for traffic study will be proposedin order to have best possible estimation of volume as well I as classification of anticipated traffic and carry out reliable network modelling. The consultant should keep in mind that NHA intends to adopt Public Private Partnership mode of delivery. Therefore,traffic studies,related analyses,and modelling must take into accountexpected traffic of I adjoining road network (existing and under-constructionetc.) The consultant will carry out minimum seven (7) days classified traffic volumes counts, t O&D Survey, journey time travel survey, tyre pressure and axle load survey etc. Generated/ diverted traffic volumes will be worked out. Origin-Destination Surveyswill be carried out as and where required. Weekly and monthly correction factors will be worked out to arrive at Annual I Average Daily Traffic (AADT). Growth factors will be worked out basedon which the traffic will be forecasted. I Consultant shall undertakeAxle Load Survey using portable weighing machine for at least seven(7) days.Consultant shall confirm in his Technical Proposalthe availability of suchequipment (ownership/ rentalbasis). Sufficient samples of all axle groupsshall be weighedfor eachd,ay. Data I shall be annexedin the final report and used in the pavementdesign. Network modelling will also be carried out as it is important study to avoid future congestion I and bottlenecksin a system. Deliverable: Traffic Survey Report and Axle Load Survey Report (Section-wise)will be submitted which will not only form basis for economic & financial analysis but also for pavement I design. Traffic growth factors, damaging factors etc. will be worked out and presented1n report. Axle load survey is mandatory and required to be submitted along with traffic study failing which deliverablewill be consideredincomplete and non-compliantwith contractualrequirement and will I not qualify for any payment.Analyses for Capacityand Level of Serviceusing Highway Capacity Manual will also be made part of the report.

Since the Project is being taken up for PPP mode of financing, thereforereliable traffic I estimationis highly required.Network modelling will be presentedin to provide an understanding I of expectedtraffic pattern after developmentof project. PTV . ,066 I Page15 I Vissumsoftware is a good option; however, if consultanthas any other good proposalit may be highlightedin technicalproposal and discussedin detail at later stage. I 4.6. Hydrolosy & Hydraulic Study I 4.6.1. Obiective The objective of the hydrological and hydraulic study is to mathematically/numerically model the project areato design crossdrainage structures and road embankmentheight to protect it I from future floods. The major objectivesare: I I t dissipatersfor erosioncontrol etc.) 4.6.2. Activities The consultant will adopt state-of-the-artmathematical modeling approachusing industry- I standardsoftwares for the hydrological and hydraulic assessmentthat will incorporatesfollowing activities: I a. ReconnaissanceSurvey The field survey will include geo-taggedphotographs of the existing cross drainage structures,measurement of structure sizes; evaluation of structural condition, general soil I evaluation and land use in the area.In casethere is track alignment, all possiblelocations of water crossingswill be identified with water marks and width of waterway. I ^. Riverine Survey The consultantwill determine,in a timely manner,the requirementof Hydraulic Model Study of Bridge(s) from Irrigation Research Institute (IRI), Government of Punjab. I Accordingly, the consultantwill cany out riverine survey as per requirement and complete satisfactionof IRI and extend complete support & assistanceto IRI during model study. The findings/recommendationsetc. of the Model Study Report will be duly consideredin detailed I designofproject. b. MeteorologicalAnalysis I The meteorologicalanalysis will be basedon maximum availablerecord (preferably I more than 30 years)from all the surroundingobservatories. The analysismust include:-

determining best data best fitting on either of Gumbel Max, Weibull or Log Pearson3 I distributions.

I use spatialanalysis (for meteorologicalmodels) for finding out designstorm value in the study arcalwatershed derived from the surroundingobsenptEies.

I V I * . .067 I Page16 I c. WatershedDelineation The activity includes delineation of watershed affecting road and evaluating physiography and topography of the catchment/ watershed-area.The watersheddelineation I will be carriedout usingindustry standard tools e.g.ArcHydro, Topaz,WMS andDHI MIKE suiteetc. The digital elevationmodel (DEM) for watersheddelineation will be of at least30 meter resolution or better. Satellite imagery and any available topographic survey will be I used for streamI river correction in the DEM. d. Soil and Land Use I The hydrological soil type and land use will be assessedin the catchmentto evaluate Loss, routing and roughness.The hydrologicalsoil type and land use may be markedusing T satelliteimagery and classificationmethods available in GIS with spot siteverification. e. Surface Runoff Model The surface runoff for all ungauged basins will be calculated using tools like I "HydrologicalModeling System"(HEC-HMS) andWatershed Modeling System(WMS) for large basins and for small TR-20 can be used. The model will be preparedusing GIS techniques / software like HEC-GeoHMS and WMS etc. The preparation will inciude I complete sub-basincharacterization like basin area, slope, roughnessand lag-time etc. The I preferredmethod is as follows: I I The hydrological model will be integrated into hydraulic model basedon field survey and judgment, stream and cross drainage structures identification through imagery and T marking streamsthrough GIS methods. The consultant may also take into consideration future catchment changes likely to I influence flooding risk. f. Hydraulic Analysis T The calculatedstorm flows will be modeled through or around road structuresusing 1D models like HEC-RAS, HY-8, MIKE 11 and SWMM. The culverts in general will be designedusing HY-8 based on data preparedthrough "Watershed Modeling System" and I field survey. The bridges and mapping of flood plains will be carried out through 1I) hydraulic modelslike HEC-RAS or MIKE 11. The hydraulic model will be preparedusing GIS techniqueslike HEC-GeoRAS,WMS or MIKE 11. The hydraulicmodel resultswill be I used for assessmentof flood impact and analysisof alternativesfor its mitigation. The hydraulic ,structures will be designed taking into account standard design criteria for highways.\ f, I \\\U \ I I b " .068 I I I lg"e:17. I P"tii. ABP ;CheckFlood

I :i

Bridges"liiioi. I t Principal arterials: i :

I Smallbridges* ' o i o i o : . , t S-*er..*-.t9l"itA*l$guecl9"-r"-q$lq9i*grlgrltg-:-Io

river crossings' rroiolalli;!, I Major l Storm drain systemson --t- controlledaccess highways (main lanes): 1 Inlets,drain pipe, and I roadsideditches ffii.i'T*a.ilil4"* t ,roadwaysx I Storm drain systemson other highways and frontage roads: lnlets, drain pipe, and - I roadsideditches i i I li::alo : rgadway;l*"^-_ *_i * : + The0.5% (200-yr) and 02% (500-yr)AEP eventsshould be calculatedforscour I computations.

I All structuresmust be evaluatedto the l% Annual ExceedanceProbability (AEP) flood event or l00yr return period. Selectinga designflood is amatter of judgment; it requires balancing the flood risk with budgetary constraints,therefore the consultant is required to T submit its proposal and take approval from national highway authority. The designershould design a facility that will operate: I

t Deliverable: As requiredunder "Sequenceof Activities", Preliminary Hydrology & Hydraulic Study T Report (Section-wise) will be submitted under Stage-II. Detailed Hydrology & Hydraulic Study Report (Section-wise)will be submittedunder Stage-III. The report must be self-explanatory in nature and organized rn an intelligible manner. I Each & every page of the report must be signedby the concernedspecialist/expert and stampedby consulting finn. The report must include but not necessarilylimited to the following:- a. ExecutiveSummary. I b. Reconnaissancesurvey report. Detailedflowchart of wholeanalysis process along with descriptionof toolsused at differentstages. The flowchartmust be supportedby comprehensiveex I d. I KE I Page l8 I f. Meteorologicalanalysis. g. Soil and land use classification. h. Surfacerunoff model results. I i. lD hydraulicmodel resultsfor design. j. Hydraulic designof structures. k. Embankmentheight according to HFL. I l. Design of river training works (if required) I 4.7. Soil & Material Investigation Soil & Material Investigation will be done to ascertainthe index and engineeringproperties of soil & rock encountered.The consultantis requiredto seek,interpret and evaluatesubsurface and I surface data in order to predict the behavior of the soils and materials along, and adjacentto, the alignment. The resulting information should be presentedin a logical and intelligible manner so that it can be used correctly and efficiently by the non-specialist"As per fixed horizontal and vertical I alignment, identify the areas of deep cuts and high fills. Study precise geometry of the roadway structuresand develop design requirements.Field investigationswill be carried out in three main areas:- l - Investigation along the length of the proposedalignment and to determinethe pavement supportpotential offered by the subgradesoils; - Investigation to determine the source and quantity of naturally-occurring construction I materials; - Examine specific sites such as deep cuts, retaining walls and culverts etc.

I Following table presents the guidelines for the quantity of roadway pits or borings and required testing. The values given are tentative investigation requirementsand the actual scopewill t dependupon whether preliminary or detailed investigationsare required. Rondwaytype Heieht(m), Terrainfype SpaCing(rir);, Depth (m) I Uniform 1000 <2 Rolling s00 1.0 Hilly 250 I Uniform 500 1/3 of embankmentof refusal Embankment 2-10 Rolling 400 Hilly 200 l Uniform 600 213of embankmentof refusal >10 Rolling 300 I Hilly 150 Uniform 1000 L0 belorvsubsrade <2 Rolling 500 I Cut Hilly 250 Uniform 800 L0 below subsrade 2-10 Rolling 400 I Hilly 2AA Uniform 600 1.0below subgrade >10 Rolling 300 I IIilly 150

'a*, \{ Tentativeguidelines for testingrequirements are given below: rl IO ll I q t) 7 t *l,.n70 I I t TestRequirement Frequency Test :': l:t : ',:.1 ,,:, P*tunt**i Subgrade Alignment Botto* *"u . I l:.,;ilrli:,:: Gradation a o I perkm I perboring/ pit I Moisture Content o o I perkm I perboringi pit I Classification o O I perkm I perboring/ pit MoistureDensity O o 2per5km I per borrow area

I CBR O lperlkm I per borrow area

I 4.7.1. Material Investisation

Every effort shouldbe madeto locate sufficient quantitiesofnaturally occurring construction I materials at regular intervals along the alignment and as close to the alignment as possible. In case of potential quany sites, test borings are likely to be necessaryto confirm the quantity and quality of material available. Bulk samples for quality testing may be obtained from adjoining bedrock T outcropsprovided that the samplesobtained from such sourcesare truly representative.Test results from any nearby operational quarries should also be included. Guidelines for testing requirements t of materialsare as followine:- TestRequirement Fine Ag1 CoarseAggregate Water Test ;regate t Asphalt P.C. Subbasei Asphalt P.C.Concrete Concrete Concrete Base Concrete Gradation o o o a o I Atterberg Limits o O o Sulphate a o O o O I Soundness Lossby Abrasion o o O OrganicImpurities o I SandEquivalent o O o SolubleSulphates O a SolubleChlorides a o I FriableParticles o o a O Thin & Elongated o O a T Particles FinenessModulus a o Water Quality o I Marwill Test a StrippingTest O

Water is required for proper compaction of earthworks,and water points will be necessary I at frequentintervals along the alignment.An assessmentshould be made of the likely sourcesof waterfrom any existingwells and from the geologicalformations u4{erlying the route teststo assessthe suitability of water for concretewill be necessary\\ \ I \\,, \l. )4t 6I I i . . f)?1 E I I Page 20 I 4.7.2. Soil Classification Soil descriptionis necessaryfor all test pits and boring logs. The descriptionsshould be l standardizedso that the main characteristicsare given in the sameorder i.e. Mass Characteristics will include field strength,moisture content,bedding stateif applicable discontinuities and stateof weathering. Material Characteristics wlll cover Color, Composition, and grading. Particle shape, I soil nameand soil group.Both Unified and AASHTO classificationwill be used. Deliverable: As required under "Sequenceof Activities", Preliminary Soil & Material t Investigation Report (Section-wise)will be submittedunder Stage-II. Detailed Soil & Material Investigation Report (Section-wise)will be submittedunder Stage-III. I 4.8. Preliminary Design Drawings & Engineer's Estimate (section-wise)

Preliminary design drawings & engineer'sestimate will be developedsection-wise with I reasonable accuracy in order to be used as a basis for development of preliminary technical feasibility report.

t 4.9. Preliminary Technical Feasibilitv Report (Section-wise)

A preliminary technical feasibility report based on preliminary design drawings & l engineer's estimateetc. will be preparedsection-wise and submitted in order to establishthe feasibility of the project from technical standpoint.

t 4.10. GeotechnicalInvestisation Report (Section-wise)

The design consultant shall submit a tentative sub-surfaceinvestigation plan to NHA based I on reconnaissancesurvey suggestinga total number of bore holes, depth of each bore hole (based on geological formation at site & the type of foundations proposedfor the structures) and a list of proposed tests based on available data and prevailing site conditions to get approval from NHA T before carrying out detailed geotechnicalinvestigation. After the formulation of tentative scope of work for sub-surface investigations and I subsequentapproval of NHA, if the consultantis deficient in the expertiseto perform Geotechnical Investigationson its own then a registeredGeotechnical firm(s)/ company(s)shall be called by the consultant for nomination of specialist contractor subjected to approval of General Manager t (Design). Work shall commenceon site basedupon a formal agreementbetween the consultant and nominated specialistcontractor (including quantities,rates, work scheduleand ToR). NHA will pay I a lump sum amount to the consultant as the fee for this work on submission of invoice by the consultant. Consultantwill supervisethe subsurfaceinvestigation work to be carried out at site by the nominated specialist contractor and certify the supervision of workby aqualified geotechnical I engineer.Consultant will be responsiblefor the quality and accuracyat site. The nominated specialist contractor shall carry out the Standard Penetration Test (SPT), I Cone PenetrationTest (CPT) or any othertest deemednecessary based on underlyingsoil strataas per approvedplan.

Sub-surfaceinvestigations consisting of boreholes/ drill holes / test pits of requireddepth, I supplementedby field and laboratorytesting to accuratelyassess the engineeringproperties of the underlying soil stratafor detaileddesign of foundations,substructures and roads shall be undertaken satisfying design requirements.Testing of samplescollected from site shall be carri I reputedlaboratory, under strict quality control and adherenceto relevantASTM standards.

I \ v , -a72 I Page2l I Deliverable: A comprehensiveGeotechnical Investigation Report (Section-wise)will be submittedto NHA. Bore logs alongwith original lab reportsshall be attachedin the soil reportalong with coloredphotographs.

I 4.11. Condition Survev Report (Section-wise) I The consultant will evaluate the condition of existing structures. Relevant intemational standardsshould be used in conducting survey and subsequentlyformulating the Report. The consultantshall also include the functional & structuralevaluation of existing pavement I in Condition Survey Report. For functional evaluation, the present IRI (If required), Condition Survey along-with photographsshall also be reported.For structuralevaluation, destructive and non- destructivetesting will be carried out. For structurecapacity evaluation,based on FWD/FIWD data, I project level analysis shall be carried out by Consultant. The FWD/I{WD equipment shall be arranged by the Consultant. Consultant will analyse the data based on unit delineation and proceduresas per AASHTO 1993 guidelines,accordingly homogenous sections shall be developed. t Consultant shall also develop a destructivetesting program to obtain in-situ pavementparameters like, compaction, moisture density, gradation, insitu-CBR and layer thicknesses of underlying layers. With all the collected data, back calculation exercise shall be done to work out residual I strength, to be used in the pavement rehabilitation design. Based on functional and structwal evaluation of existing pavementconsultant will develop pavementrehabilitation design. I Deliverable: A comprehensiveCondition Survey Report (section-wise)will be submitted along with clear-cut recommendationsregarding retentiorvimprovement/newconstruction etc. of pavementand structures. T 4.12. Environmental Impact Assessment(EIA) Studv Report (Section-wise) t Detailed ToR for EIA study is provided in a separateChapter. 4.13. Desiqn Report (Section:wise)

I The consultant will prepare and submit a comprehensiveDesign Report (Section-wise) including, but not limited to, geometric design,pavement design, structural design etc.

I 4.1 3.1. GeometricDesisn

The geometricdesign will be carried out by the consultantfollowed by preparationof t plan & profile drawings. The drawings will become a part of Design Drawings. A comprehensiveGeometric Design Report will be submitted. Geometricirnprovement of the I existing roadlalignment(if applicable)will also be considered. 4.I 3.2. Pavement Desisn

t Consultantwill submit PavementDesign Report completein all respectbased on Soil investigation /material characterizationon the finalized alignment and finalized traffic & Axle Load study. The Pavement Design Report will include / contain all necessarysoil t material investigation tests and complete process of ESALs determination starting from AADT. All typical pavementcross-sections clearly elaboratingall details will also be made part of pavement design report. In addition, the consultant will provide the details of I EmbankmentDesign as well as drainagedesign.

Pavementwill be designedfor a period of 10 yearsdesign life. In addition t designfor other10 years or for remaining numbers of year to cover cornplete period w\tplso be provided. In this regard,Design Consultantwill also \\\ I \ '> 073 I Page22

assumptions used for the overlay design. Each input to design should be duly I calculated/justifiedthrough proper referencing in the Report. The pavementdesign shall be carried out by the consultant on the basis of AASHTO Guide for Design of Pavement I Structure-l993. In this regard, pavement type selection process of AASHTO Pavement Design Guide-1993 shall also be followed. In addition, pavement design shall also be validated through Mechanistic-Empiricalapproach using KENPAVE software. Shell Model I shall be used under KENLAYER analysis.A11 calculations shall be attachedin the report in hard and provided in soft (editable) form as well. Relevantdrawings in this regardwill become t apart of DesignDrawings. 4.1 3.3. Structural Design I Designof structureswill be carriedout by following the designcodes & standardsspecified in earliersection of the TOR, followed by preparationof StructuralDrawings. These drawings will become apart of Design Drawings.

I The structural analysis shall preferably be performed using standard international software. Input & output files will be made part of the report and also submitted in soft I format. The StructuralDesign Report shall include but not limited to the following:-

I designstandards regarding design loads and materialsetc.

I definitions,load combinationsand force envelopesetc.

t etc. T substructure,foundation, their forces and their sizes, and their limit statesfor ultimate, I fatigue and service etc. t 4.14. Final Desisn Drawines (Section-wise) The consultant will prepare and submit final Design Drawings (Section-wise).The t Drawingswill include at least,but not necessarilylimited to, the following details: -

I provide at a singleplace all the salientfeatures of project. Generalnotes. QC sheetwherein full names,designations, and full signaturesof designer,reviewet, I draftsmanetc. will be shown. Legends& SymbolsSheet. Key & LocationPlans with Coordinatesand alignmentwith stationing. I Locationplan showing/demonstrating existing number of lanes(if applicable)and right of way along the project length. I Locationplan sholvipg/demonstratingproposed number of lanesand righ the project length.\ \. . t Y- ,-,'.g71 I l Page23 Soil investigationlinear plan. Pits of soil investigationswill alsobe marked. I A plan showing major quarry sites/ borrow area sites including mass haul diagram showing cut and full along the alignment. t Designcriteria, codes, and standards. Traverse data, Bench Mark data, Setting out data, Superelevation data, and Design alignment data including curve data. I Typical Cross-Sectionswith locations of applicationsshowing PavementDesign for main carriageway,interchanges, and toll plaza (if any) approachroads, and road network (if any) within service areas. I Designalong with proposedlocations oftoll plazas,bus bays, weigh stationsetc. Number of toll lanesitollbooth facilities areto be designedbased on queuelength analysis. Cross-sectionsgenerated at an interval not exceeding50m. t Super-elevationdetails and Linear Plan. Road Furniture (Guard rails, PavementMarking plans & details thereof, Traffic signage plans & details thereof as per MUTCD & NTRC etc). ProposedLocation of traffic signs I and gantriesetc., along the alignment must be shown on the drawings. Retaining walls (if any) with location tables. Intersection & InterchangesDetails. Number of lanes on exit/entranceramps should be I basedon proper capacity analysis,preferably for minimum 20 years. Drainage plan for surfacerunoff and urban areas. PIan and Profile Drawings. I Structural Drawings for: new structures and, if applicable, old/existing structures requiring rehabilitation/reconstructionetc. ProposedLandscaping & Honiculture asper best internationalpractices and experiences I on similar projects, wherever required. RoadsideDesign. Proposed Design for Lighting as per best international practices with tailoring I considerationsto suit local conditions. Highway Drainage design. Requirementof Traffic Control Devices, Work Zone Safety, and "Maintenance & T Protection of Traffic (MPT) Plans". MPT shall be for the following situations:- a) Where any existing road intersectionwill be affectedduring project execution. I b) In urban areas including methodology for separatingthe local and through traffic. c) At places where underground construction like construction of box culverts I and underpassesis involved. d) At placeswhere overheadbridge constructionis proposed. Design of all facilities for NH&MP e.g. constructionof buildings etc. as per their I requirements.The consultantwill seekinput ofNH&MP andNHA on this aspectthrough closecoordination and accordinglypropose facilities. Detaileddesign of tunnel(s)(if any) l Designof pedestrianoverhead bridges (if any) Designfor provision of ducts/crossingof future utilities like OFC, pipelinesetc. Design along with location tablesof U-tums, side drains,service road, median barrier, I as per international standardsand best safety practices. T managementmeasures. practlces. I w I e / .0?5 I Page24 t 4.15. Land Acquisition & Utilitv Folders (Section-wise) The consultant will identify, take photographs,and then digitize land, properties, I trees, utilities, existing roads etc. falling in right of way. The consultantwill prepareLand Acquisition & Utility Folders (section-wise)wherein following items must be indicated: I indicating its location with respectto centreline of new proposedroad.

I number of each type. Exact chainage and location with respect to centre line of new proposedroad.

t buildings must be shown, as per detail above,giving type of structuresand its condition. I may preferably be avoided. indicated in the folder.

I be indicatedin the folder. I be shown in the Folder. be shown in the folder by giving its Mouza name & number in which the land is acquired.

T alignment of Road/Row & Bypasses for preparation of land acquisition folder and certificate in this regard should be furnished that land acquisition folder has been I preparedin coordination with concernedregional staff / field formations. t 4.16. Road Safetv Audit Report (Section-wise) Road safety is recognized as a majar socioeconomic concern facing the Asia and Pacific region. NHA is committed to perpetually and continuously improve safety on National Highways I and Motorways networkthrough consciousendeavors. As apart of this endeavor,Road SafetyAudit (RSA) of final design will be carried out by a subject matter expert/specialisthaving Certification t as Road Safety Auditor from an international organization. The expert will carry out detailed review of safety aspectsof design by conducting RSA as per international standardsand/or requirementsof NHA. Formal RSA Report (section-wise) shall I be submitted upon completion of the audit, duly signed by the Expert. Use of statistical analysis techniquesshould also be given consideration.Formal/Informal feedbackfrom relevantstakeholders t should also be made part of the Report. 4.17. Construction Machinerv Report (Section-wise) I A report on construction resourceswill be prepared section-wise. It will include, basedon the constructionduration, the amount and type of constructionmachinery required. Based on the constructionplan (to be duly provided in the Report) developedin a Project T SchedulingTool like Primavera/MicrosoftProject etc., the resourceallocation and cashflow requirementswill be stated.Computations and assumptionsfor productions will be made.ardea\ I part of the report. The requirementof any equipmentto be imported will al rcted\\ l: T 076 $M t I 4.18. Eneineer's Estimate (Section-wise) Consultant will preparc Engineer's Estimate of project to reasonableaccuracy by t using latest CompositeSchedule of Rates.For items not specifiedin NHA CSR, rate analysis will be provided basedupon market price. The consultantwill be requiredto submit the take- off sheetsin soft format (Microsoft Excel) along with Engineer's Estimate.The consultant I will also be required to submit a certificate, as per format desiredby NHA, wherein amount of estimate,basis of estimate,and accuracylevel thereof etc. will be clearly indicated. I 4.19. Final Technical Feasibility Report (Section-wise) Consultant will prepare and submit comprehensive and self-explanatory final I technical feasibility report (section-wise) on the basis of surveys, studies, investigations, final design,and estimatesetc. describedin earlier sectionsof the ToR. I 4.20. Ground Validation & Alienment Stakeout (Section-wise) If required/instructedby NHA, the Consultant will carry out ground validation and t stakeoutthe alignment on ground. The centrelinemarkers shall be fixed on ground at 100m interval. A l.5m long bamboo stick with orangecloth 1m x 0.5m shall be fixed at eachpoint. The stakeout may be checkedby representative(s)of NHA. A detailedreport (section-wise) l with photographsshall be submittedby consultant. I 4.21. Formulation of PC-I (Section-wise) The consultant will be required to formulate the PC-Is for Construction and Land Acquisition (section-wise)as per requirementsof NHA.

t 5. F'INAL PRESENTATION

The Consultant will give presentation on the project ds, when, and where I required/directedby NHA. The presentationshould include but not limited to following details. I Description of road alignment. Description of design criteria and functional requirements. Important componentsof project like major bridges, flyovers etc. I lmportant parametersof sub-soil investigation like CBR, Pile Capacity and General Soil Classificationetc. I I

models. I A plan showing major quarry sites/borrow areasites including massdiagram showing cut and full along the alignment will be presented. I Any otherpoints, which the consultantmay like to highlight, shouldbe included. The consultantwill also be requiredto give a separatepresentation to Design Sectionon methodology,tools, software,and techniques etc. used in, includingbqt not limited to, T I Surveying,Traffic studies,Pavement Design, Geometric besign "\ K T t''- ''" n77 I I Page26 I 6. SUBMISSION OF DELIVERABLES I The following requirementsshould be fulfilled by the consultant:- t header/footer/sidebar. (03) hard copies of final version of each deliverablewill be submittedto NHA along with soft copy (PortableDocument Format as well as editabledocument format e.g. MS I Word, MS Excel, Civil 3D format etc) except PC-I and EIA Study for which requisite number of copieswill be submittedas per requirementof concernedsections of NHA. Provision of soft copies in editable format will be a mandatoryrequirement failing t which contract close-outwill remain in abeyance. I documents/reportsat alater stageat no extra cost. 7. REVIEW OF DOCUMENTS

I Consultant will give considerationto review comments/observationsof NHA (if any); however any review or no review at all will not be construedto absolvethe consultantfrom contractual responsibility for correctness,safety, soundness,and economy etc. of design I including Engineer's Estimate, and all other servicescarried out under this contract. t 8. PERFORMANCE RATING Performanceof the consultant may be evaluatedby NHA on basis of multiple factors including but not necessarily limited to quality of submissions, compliance with TOR t requirements & instructions of NHA, responsiveness,timeliness, diligence, efficiency, considerationof economy, managementof scope,schedule, cost, resources,and risks, and above all the level of faithfulnessas an adviser.Performance ratins will broadlv be made in I the following manner: t Description A+ Excellent I A Good B Requiring improvement I Poor Poor NHA reserves the right to develop a breakdown/matrix for implementing above mentioned ratings. In addition to this, it is highlighted that NHA Code (Revised 2005) T authorizesNHA to exerciseappropriate actions against consultant in caseof errorsin design. t 9. FUTURE ASSISTANCE f'he consultantwill be requiredto provide pro tancein future during design review phase, construction supervisions phase. nga ny audit observations, t inquiries, investigations, litigation, or any oth requirement related to the servicescarried out and solutions proposedunder I d<*t<

::' ! I c ,' iri l. /, 078 T Termsof Referencefor EIA Study I ENvTnoNMENTALlivtp.Lcr AssnssvtnNT(ErA) sruDY I 1" Need for Environmental Impact Assessment(EIA)

I Highway projects are generally undertaken to improve the economic and social welfare of the people. At the same time, they may also create adverse impacts on the ruoounding environment. People and properly in the direct path of the road works I are affected. The environmental and social impact of highway projects include damageto sensitive eco- systems, soil erosion, changes to drainage pattern and thereby groundwater, interference with animal and plant life, loss of productive agricultural lands, resettlement of people, disruption of local economic activities, demographic T changes,accelerated urbanization and increasein air pollution. Highway development and operation should, therefore, be planned with careful consideration of the environmental impact. To minimize these adverse effects thatmay be createdby highway I development projects, the techniques of EIA become necessary. Identification and assessmentof potential environmental impact should be an integral part of the project cycle it should commenceearly in the planning processto enable a full considerationof I alternativesand to avoid later delays and complications.

2. In view of the above, an EIA will be carried out for the Environmental aspects of all I stages of the projects i.e. preconstruction, construction and post construction with the following objectives: I Establishing the environmental baseline in the study area and identiffing any significant environmental issue; Assessingthese impacts and providing for the requisite avoidance,mitigation and compensationmeasures; I Integrating the identified environmentalissues in the project planning and design; Developing appropriate management plans for implementing, monitoring and reporting of the environmental mitigation and enhancementmeasures t suggested;

The EIA studies and reporting requirementsto be undertakenthis TOR must conform to I the gui delines and regulations issued by the Pakistan Environmental Protection Agency (Pak EPA), Ministry of Climate Change,Govt. of Pakistan(GOP) which comprisernairriy of the Pakistan Environmental Protection Act 1997, its implementing regulations,the I EIA Guidelines and Review of IEE and EIA Regulations, 2000. These guidelines include the amendmentsand subsequentrules for the EIA of projects- I i) Regulations and Standards. Describe the pertinent legislation,regulations and sta{rdards,a nd environmentalp olicies that a re r elevanta nd applicable to the/dfosed project, and identify the appropriate authority jurisdir:tions I that will specifically apply to the project. ii) Project Categorization. The Consultants should categorizethe project (category A or B and IEE or EIA) as per EnvironmentalProtection Act and guidelines& I proceduresderived therein and as per donor agenciesEnvironmental Safeguards and Policieswhich ever are applicable. t ProjectDescription. The Consultantsshould provide a brief historyof the project, a detailedlocation and mapswith scales(km) of the projectswith any alignment (startingpoint to end point).[n the projectdescription the Consultantsshould also T highlightbut not limited to bridgesinformation, project components, scope schedule of operation and construction, construction camps, and constr I Feasibility for Dualization & Rehabilitation oFKarachi - Khuzdar - Quetta - Chaman Road (N-25) E I v,-n79 I SayNo to Comrption Termsof Referelgg!or!4 ttuqy I materials. iv) Description of Envi ronment. Assemble,eva luate and presentb aselined ata on the relevant environmental characteristicsof the project area. In addition to general t information, the Consultants should provide methodology for preparing the essentialenv ironmentaldata. The data should emphasizebr"rt may not be limited to the information about Physical Environment which could include, meteorology I and climate, geology and soil, seismology, air and water quality, noise, topography and d rainage patterns,hydrology and/or hydraulic regime, surface and ground water and land use. Ecological Resources should discuss about I forests/flora/vegetationprofile, crop and horticulture activities, and fauna/wild life and local livestock species (should specifu mammals, birds, fish, reptiles and insects), protected and/or endangered wildlife species. Social and Cultural Resourcesmay discuss about the methodology of surveys, settlement pattern, t political and administrative setup, population and communities, socioeconomic conditions, protective and sensitive areas, archaeological and cultural sites, health and facilities, educational facilities, industrial/commercial activities, I physical and cultural heritage, utilities, railway links or alignment, tourism facilities and potentials and others. Availability of Resources for Construction should a lso highlight a bout borrow s oils, construction material, water and power t availability and any other resources.Hazard vulnerability- identify vulnerability of area to flooding, hurricanes, storm surge, and earthquakes. Characterize the extent and quality of the available data, indicating significant information, I deficienciesand any uncertaintiesassociated with the predictionof imp acts.

v) Environmental Impacts and Mitigation Measures. Identiff any negative I positive, direct, indirect, short term and long term impacts of the project, during pre- constructior/design, construction and operation phases. Identifu any information gaps and evaluate their importance for decision-making. The Consultantsmus t recommend appropriatemi tigation and rehabilitation measures I for the environmental damage and other impacts identified for specific road corridors, and how they would be implemented with regards to: coordination between highway design and environmental issues,ambient air, water and noise I quality, water resources, drainage, mineral resources,flora and fauna, social and cultural environment, historical sites. The Consultants should attempt to identiff creative measures that would also have positive social implications, such as I participatory tree planting that would also serve as job creation for affected communities. Consultants should identify biological environment, and must discussabout national parks, gamere servesand endangeredspecies. Consultants t should a lso identiff the impacts and mitigation measuresfor topography, social / cultural issues,land acquisitionand resettlement,community development,borrow open pits, waste disposal, geology and soil, surfaceand ground water, hydrologic I regime, traffic flow, wastage of fertile humus layer, utilities issue and poverty alleviationetc. t However, report should not be limited to the above mentioned constituentsof the environmentalimpacts and their mitigation measures.The Consultants should be more creative according to the specified project alignment. It should also I include maps,figures and photographswhen necessary. In order to assessenvironmental impacts and recommend various mitigation I measuresto minimize the environmentalimpacts, identiSr and developdata. Development of Bnvironmental Data. Identify EPA NEQS and guidelines and analyzefollowing parametersto developbase line environmentaldata of the I project:

I Feasibilityfor Dualization& Rehabilitationof Karachi- Khuzdar- Quetta-- ChamanRoad (N-25) e t .080 I Termsof Referencefor EIA Studv

a. Ambient air quality. I b. Noise levels. c. Water. d. Biological environment. I Socio economic profiles.

a) AMBIENT AIR QUALITY: I Consultantsshould monitor the ambientair quality along the selectedroad site.

The parametersneed to be monitoredinclude Ozone (O:) Carbon monoxide I (CO) Sulphur dioxide (SOz), Nitrogen d ioxide ( NOz), and p articulatem after (PMro). Acceptablestandard analysis methodology should be selected to T measurethe NEQS parameters. Air quality data will be collected over a 24-hour period at all the sampling points (a re asonable number oJ:sam pling and t heir anab)sis should de pend I upon the road length and other environmentalfactors which should provide a r eas o n a bI e iu-sge--qf -sxgu aliry) I High pollutant concentrations spots should be selected for sampling to assess'worst-case' scenarios,and measurementswill be made in areaswith extensive ribbon development and schools/hospitals where traffic will be I expectedto be a little heavier. b) NorsE LEYELS: I Roadsidenoise level measurementsshould be taken at a distanceof - 6 m from the edge of the highway (corresponding roughly to 7.5 m from source vehicles). The noisep arameters hould be measuredfo r 24 hoursa t various I locations of the specified site. The permissible limit of noise is 85 dBA prescribed by the NEQS for motor vehicles. The NEQS do not prescribe a noise level limit for receptors. (a reasonable number qf sampling and their analvsis should depend upon the road length mtd other environmentalfactors I which should provide a reasonabletm age of noisepoUutid I c) WATER QUALITY: During field investigations,water samplesfrom various sourcesin the vicinity of the prop osed sectionssh ould be analyzed for i mportant parameters with respect to human consumption. Although, NEQS include 32 water criteria T pollutants for effluents and 16 NEQS for gaseousemissions, NFLA. prefer and recommendba sic water quality analysiswhich may include but not limited to pH, turbidity, alkalinity, TDS, TSS, 5 day BOD at 20oC, COD, OD, total I hardness,chloride, sodium nitrates, lead, mercury, arsenic, cadmium, total toxic metals, phenolic compounds as phenols, pesticides i herbicides i fungicides (in larmland areal and E-coli. (a reasonable number qf sampling I and their anabtsis should depend@other environmental which provide d reasonablerepresentation of water quali\tl. "frzslgt shauld I Consultantsmust identify standardand recognizedlaboratories. Consultants I l\P shouldalso provideAnalyical Laboratory Reports along with methodologies and analytical techniques used for each parameter. The analysis reports r must include information, address and contact persons of analytical I laboratories.

vii) Analysis o f Alternatives. Describeth e a lternatives examinedf or the I project that would achieve the same objective including the "no

T Feasibilityfor Dualization& Rehabilitationof Karachi- Khuzdar- Quetta- ChamanRoad (N-25) I v 2 .081 I Say No to Comrption Terms of Referencefor EIA Study

alignment". Distinguish the most environmentally friendly alternatives.In case I of minor impacts, which can be successfully mitigated within the ROW and without changein alignment,there will be no need for the analysisof alternative. In all other cases, and especially in the case of major or critical issues, a I systematic comparison will be undertaken of the proposed design, site technology and operational alternativesin terms of: I . Their potential environmental and social impacts . Capital and recurrent costs; . Suitability under local conditions;and I . Institutional,training and monitoring requirements. For each alternative,the environmentalcost and benefits should be quantified to the possibleextent, and economic values should be attachedwhere feasible.The I basis for the selectionof alternativeproposal for the projectdesign must be stated.

viii) (A) Public Consultation, Involvement and Disclosure.During the field surveys I the Consultants will organize workshops and formal public consultation sessionsat province level to identifu main stakeholder,their categories,their views on the existing conditiono f the project,vo lume of traffic concern's I stemming from the impact of improvement works, as well as safety related issues.If possible,Consultants will assist in inter-agencycoordination, and I publicAtGO participation. (B) Grievance Redress Mechanism (GRM). An effective, feasible and project I SpecificGRM will be proposedwith all required details. ix) Environmental Management Plan (EMP). Identify and prepareEMP including an implementation schedule and supervision program with associatedcosts and I contracting proceduresfor the execution of environmental mitigation and social issues for pre-construction,design, construction and implementation phases. The EMP cost plus monitoring cost togetherwill be minimum 1o/oof total project cost so that these can be implemented in true letter & spirit at later stages.Same cost I will be given in PC-l for EMP. This cost will be part of Bill of Quantitiesas separateitem. The Consultantss hould de scribet he ob jectives of E MP and k ey environmental and social components, role of functionaries, and road safety. The I key componentsof EMP shouldemphasize but not limited to: alignment and shoulder width options, road side safety, structural recommendations,topography, geology and soil, seismic activities,flood hazards, I environmentally sound camp sites & borrow pits identification, mapping and characterization, archaeological sites, land acquisition and resettlement, local communitiestheir social and cultural heritage,archaeological sites, waste disposal, I air and water quality including ground and s urface water, noise, flora including roadside vegetation cutting and p lantation, fauna includingw ildlife, endangered speciesand their protection,traffic management,utilities, use of fertile humus soil I recommendationof environmental protection sign boards, and health risk of workers.EMP should identifo the training and workshopsprograms. I Environmental Monitoring Plan. Identifo the critical issues requiring monitoring to ensure compliance to mitigation and environmentalmanagement plans and to measureand monitor the environmentalimpacts during construction I and operation. The objectives of the plan are to monitor the actual impact of the works on the project conidor's pliysical, biological and socio-economic receptors within the conidor.

I This the adequacy of the EIA. The monitoring plan I Feasibilityfor Dualization& Rehabilitationof Karachi- Khuzdar*, Quetta-- ChamanRoad (N-25) a.*# I Sav No to Comrotion Terms of Referencefor EIA Study

recommendmitigation measuresfor any unexpectedimpact or where the impact I level exceeds the limits. The plan should ensure compliance with legal and community obligations including safety on constructionsites. Consultantsshould monitor the rehabilitation of borrow areas and the restoration construction I campsites accordingto EMP report. The monitoring plan should ensurethe safe disposal of excess construction materials. Consultantsshould also evaluate the effectivenessof the mitigation measuresproposed in the EMP and recommend I improvementsif necessary.Apart from regular compliancechecks the Consultants should generatea tabular matrix for air, water and noise analysis,asphalt plant emissions, soil erosion and contamination, plantation, safety and traffic rules I compliancefor constructionand operationphases. EnvironmentalMonitoring Plan will list the procedurethrough which mitigation measures proposed in EIA will be implemented. It will also include I environmental parameterneed monitoring, frequency and responsibilitiesof key players. In case of disagreementwith local communities or stakeholders, grievances addressable mechanism shall be part of plan. The man agement plan I will develop the institutional requirement and type of training to enhancethe capabilities of staff. The total environmental mitigation, Monitoring, eq uipment I and training cost shall also be included. xi) Economic Assessment.This section should include the overall cost estimate in relation to the project benefits, environmental costs and total cost of the proposed project. The Consultantsshould addressthe cost analysis of training, I monitoring activities, environmental analysis and activities, resettlement,land and property acquisition,and mitigation measures.

I xii) Role of Functionaries and Government Agencies Involvement. This section should include role of all the functionaries and variable involvement of I govemment agenciesor authoritiesfor the project accomplishment. xiii) Recommendation and Conclusions. An adequatesummary should emphasize on the project description and environment, environmental impacts and I mitigation measures,alternatives, socio-cultural and socio economics, public consultation and the resulting issues and recommendations,environmental managementand monitoring plans, economic assessment,recommendation and conclusions. xiv) Submissiono f Reports. The report shouldbe p repared and presentedin strict conformity to IEEIEIA regulations, 2000 and Guidelines for preparation and submission of IEE/EIA 1991 issued under the Pakistan Environmental Protection Act. 1997. The title page of the report should specifo the report name, project name, highway length, scaled maps and / or colored photographs,date of the repoft, Consultantscompany name, address, phone numbers, e-mail and logos.

The reports should include acronyms list and a copy right certificatein the name of NHA. The reports should include all the key a rticles but not limited to the executive summary, introduction,description of the project, policy, all legal and administrative framework. description of the project environment, alternative analysis, environmentalimpacts and mitigation measures, public c onsultation and resettlement action plan, inter-agency and public/ NGO consultation process, environmentalManagement & monitoring plans, economica ssessment, conclusionsa nd recommendations.

All figures, maps, appendices, tables, photographs, matrices and list references should be chronologically organized and each page

- Feasibiiityfor Dualization& Rehabilitationof Karachi Khuzdar- Quetta- ChamanRoad (N-25) F*t 083 t Say No to Comiption Terms of Referencefor EIA Study l: numbered.

(Consultantand EnvironmentNHA HQ team) to the field before finalization I of EIA Report. After incorporating the comments from NHA, bureau of Environmental Protection/Provincial EPAs and donor agencies Consultants should frnalize I the report. Consultantsrequired submitting two hard copies and one soft copy of final EIA report to NIIA. I Must fill and attach the application form for Environmental approval under Sec (12) ofPakistan EnvironmentalProtectiotr Agency (PEPA)Act 1997 (PEPA- Review of IEE and ElA-Schedule IV regulations,2000). The form requires information of the description, Location, objective, alternative t alignment,topography and land use of the project. In addition it also required information about the land acquisition in acres, environmental quality standard (NEQS) analyzed and measured, estimates& sourceso f water & I powers usage,estimates of liquid & solid waste generationfor the project construction and number of labor force (employees) required for the project construction and operation phases. I The prepared Environmental Impact Assessment (EIA) report will be submittedto the concemedEPA for formal concurence and will be disclosed to the public, stakeholders etc. I Ten hard copies and two electronic copies (format on CD) of the report are to be submittedshould be labeledproperly. I 3. Public Hearing & NoC (If required by NHA) It will be the responsibilityof the Consultantto obtain NOC from the respectiveEPA fulfilling all codal requirements. Further to this publishing of advertisementsregarding public hearing I and preparation of presentations,banners, sitting arrangementsand all other will be responsibility of the consultant. I 4. Consultants' Fee for Services: The paymentsto the Consultantsfor EIA shall be made in the following manner:

I Sr. Description of A' No. "h I (i) lnception Report for services l0% (iD Submissionof draft EIA report. 20% Submissionof final EIA report(ten hard and two soft copies). I (iiD 20% Submission of final EIA/IEE report after attending all observation and (iv) I comments. 30% (v) Obtain NOC from concernedEPA including public hearingaspects. (if required) 20% I Total: 70001o I WhereA' is the total payableamount in respectof EIA Study. rw 'v/-084 I Feasibilityfor Dualization& Rehabilitationof Karachi- Khuzdar- Quetta- ChamanRoad (N-25) I tl o

TORfor: COMMERCIAL FEASIBILITY Ihtalization & Rehabilitation of Karachi Kltuzdar Quetta Chqman National Highwag (N-25)

v ) - 085 I, lr 1. INTRODUCTION NHA intends to construct a 2 lane Additional Carriageway ACW I adjacent to the existing 2 lane facility of N-25 linking Karachi to Khuzdar, Quetta and finally to Chaman, thus making the whole facility as 4 lane expressway. It includes new bridges and cross drainage structures on ACW. I The scope of work also includes rehabilitation of existing 2 Iane facility with structures. Open tolling system shatl be used without road fencing as it is I an existing highway. The commercial feasibility shall be conducted separately for the following sections (the consultant can propose other viable sections with justification beyond Khuzdar towards Chaman in the kickoff t meeting): a. Karachi - Uthal I b. Uthal - Bela c. Bela - Wadh I d. Wadh - Khuzdar e. Khuzdar - Quetta I f. Quetta - Chaman

I 2, ERTNCIPAL ACTTVITIES The following principal activities are identified that need to be carried out, but it should not be construed as the total set of activities required for I the successful completion of tasks specified in the present TOR: o Kick-off Meetings I o Stakeholder Analysis o Stakeholder Meeting I o Collection and Review of available Data o Defining project Need, Objectives and Scope I o Need Analysis . Analysis of project framework conditions o Outlining possible financing options I o PPP options identification/analysis o Project outline: business case I . Review of Legal Framework o For the Project Structuring NHA will provide land free of cost and encumbrances. However, title of the land shall remain with NHA. I o CAPEX ( Capital Expenditure) Analysis o Defining To11Rate Structure and System in harmony with existing I road network. o OPEX (Operation Expenditures) Analysis I o Routine and Periodic Maintenance Forecasting . To11Level Projections . -. .* .., a I {:':' s t .086 I I lo a Other Sources of Revenues identification o Possible Government Support mechanism, options l o Country Economic and Inflation Analysis a Revenue Analysis & Forecasting o Debt Servicing and Amortization Scheduling for different possible Debt I Financing Options o Project Risk Identification and Allocation I a Inflation and Lending Market Analysis o PPP Modeling Base Case I a Viability Gap Analysis a Financial Analysis & Bankability a Evaluation of the variations (different project structuring options such I as: private sector participation on BOT, BT and Hybrid mode Prepare Commercial Feasibility Report including Financial Model I demonstrating the Project viability, bankability and affordability a Sensitivity Analysis o Conclusion & Recommendation I a Define procurement strategr a Advising and Outlining Way Forward I o Project Information Memorandum a Develop project implementation and timeline plan. a The Consultant will provide necessary coordination and help NHA for I conducting road shows for the subject project. o Draft Commercial Feasibility Report I a Final Commercial Feasibility Report o Other Reports shall include: I o RFP including Model Concession Agreement with Project Scope Design Standards, Specifications, Performance and Operation Standards. I o The consultant shall also help NHA on Technical Design matters of the project during Pre-Bid meeting and technical Bid Evaluation t stage. I DELIVERABLES The consultant shall submit following reports/submissions: I a Inception/Outline Report a Commercial Feasibility - Draft Report I o Traffic Study Report o Financial Model t . Presentation (on appointment/availability) I tr3 ")v t' k"\e>1jE I 087 I

lo Commercial Feasibility - Final Report RFP Document including Model Concession Agreement I Technical Bid Comparative Evaluation Report I

I MINIMUM KEY PERSONNEL PROPOSED BY THE CLIENT

I Sr. Position Nos. Months Person- No. Months I 1. PPP Expert/ Financial Expert 1 3 3 t 2. Corporate Law Expert 1 3 3 t I I I I I t I I I I u'"'-088 t :' B t I

I MODE OF PAYMENT

'oA" Sr. Percentageof I DESCRIPTION ("A" to becalculated by excludingPS No. andLS itemshereunder) I STAGE-tr ai InceptionReport for TechnicalFeasibilitv 5o/o

b) Inception/Outline Reportfor CommercialFeasibilitv 5o/o I c) Alignment Study Report along with KMZII(ML file (Section-wise) 5% Sub-Total (l ts% I srACn-ii ,l'.t .i.l.i d) PreliminaryTopographic Survey Report along with Plans (Section-wise) e) Traffic SurveyReport (Section-wise) LS I Axle Load SurvevReport (Section-wise) o LS e) PreliminaryHydrology & Hydraulic StudyReport (Section-wise) t,S I h) PreliminarySoil & MaterialInvestisation Report (Section-wise) t-s i) PreliminaryDesign Drawings and Engineer'sEstimate (Section-wise) 5o/o

PreliminaryTechnical FeasibiliW Repon (Section-wise) 5Yo I - k) CommercialFeasibility Draft Report(Section-wise) s%o Sub-Total 0 I5% I S-TA

l) DetailedTopographic Survey Report along with Plans(Section-wise) LS I m) DetailedHydrology & HvdraulicStudv Report (Section-wise) LS n) DetailedSoil & MaterialInvestigation Report (Section-wise) LS I o) GeotechnicalIn vestigationReport (Section-wise ) PS D) Condition Survey Report (Section-wise) 2o/o q) Environmental Impact Assessment(EIA) Reoort (Section-wise)* LS I t Design Report (Section-wise) 8% s) Fin4l Design Drawings (Section-wise) 8% I t) L4ndAcquisition & UtilitiesFolders (Section-wise) 4Yo u, Road SafetyAudit Reports(Section-wise) LS v) ConstructionMachinery Report (Section-wise) 2% I w) Engineer's Estimate (Section-wise) 4o/o x) Final TechnicalFeasibility Report (Section-wise) lAo/" I v) CommercialIeasibility - Final Report(Section-wise) z\ QroundValidation & Alignment Stakeout(if required)(Section-wise) o/o

aa) !C-ll&oject Cost includingViability Gap Fundine)(Section-wise)

I bb) PC-I (Land) (Section-wise) 4Yo cc) RFP Document including Model ConcessionAgreement (Section-wise) J% I dd) TechnicalBid ComparativeEvaluation Report (Section-wise) sYo Sub-Total 70% - TOTAL (l+2+t I *Referto Chapteron "EIA Study"for detailedMode of payment. I \ T 089 I NotesRegarding Pavment: Any deliverable reflected in ToR but not mentioned in the mode of payment or vice versawill I be duly submitted without failure. Moreover, if any task/deliverableis mentioned in TOR but not reflectedin mode of paymentthen its cost will be deemedto be built-in the deliverables mentioned in the mode of payment. I ll. A checklist will be attachedby the consultantwith eachdeliverable which should correlatethe deliverableto requirementsspelled out in ToR. This is a mandatoryrequirement. I lll. If the deliverableis of acceptablequality and completely responsivenessto the ToR, up to 50Yo payment may initially be releasedby NHA. RemaininglFinal payment againstany deliverable shall only be releasedwhen the final deliverableis of acceptablequality and completely I responsive to ToR; comments (if any) of NHA have been appropriately responded by consultant;and hard copies of final deliverable are submitted in requisite quantity along with soft copies(Portable Document Format as well as editabledocument format e.g. MS Word, I MS Excel,Civil 3D formatetc). The soft copiesmust be properly indexed. lV. If final deliverableheport is not completely responsiveto ToR andlor has quality issues,then I penalty will be imposed by deducting partial or full payment against the report/deliverable besidesadverse performance rating of consultant. Payment against Provisional Sum will be as per actual expenditure. Detail/Proof of the I expenditurewill be submitted along with the correspondingInvoice(s). vt. The consultant will be required to appropriately address and respond to the I comments/feedbackof NHA. All submissionsshould be signed& stamped.All pages/sheets must be properly numberedwith completeproject name indicated in header/footer/sidebar. \c I lXl\ I I I t T t t I t n-. ry$o t I

t SavNo to Corruotion List of SupportingDocuments I APPENDIX B (List of Supporting Documents)

T S. No Description Page No Valid RegistrationCertificate of PakistanEngineering Council with I relevantProject Profile Codes. Foreign consulting firms shallmake l. JV in accordancewith Byelaw 6(2) andByelaw 9 of the Pakistan Engineering Council (Conduct and Practice of Consulting I Engineers)Bye-Laws 1986. Lists of facilities availablewith the Consultantto perform their ) functionseffectively (software, hardware, etc.). In caseof JV, the I samewill be providedby the leadfirm only. Client's satisfactioncertificates (Performance Reports) for the last 3. threerelevant assignments from the respectiveClients. I Affidavit on stamppaper duly attestedby the OathCommissioner to 4. the effect that the firm hasneither been blacklisted nor any contract I rescindedin the pastfor non-fulfillmentof contractualobligations Firm affidavitfor availabilityof personnel. 5. I Letterof Intentionon leadfirm's letterhead along with originalletter 6. of intentionof allJV members. Powerof attorneyor authorizationletter of authorizedperson of the I 1 leadfirm. Declarationof inclusionof new/ lessexperienced firm(s) in joint 8. venture by sharingat least 20o/oof Assignmentwith them for t promotingthe consultancy industry in the country. Audit Reportsof the firm (s) for last threeyears duly certifiedby T 9. CharteredAccountant (To be attachedwith FinancialProposal). I 10. Any otherdocument. I I I I I Feasibility(Technical * Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- I Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality -& , ir ri.i, 91 t I

I SayNo to Corruption Man-Month andActivity Schedule I APPENDIX C MAN-MONTH AND To estimate Consultant's inputs and costs for the ACTIVITY assignment,man-month and activity schedulesare to be I SCHEDULB providedas per enclosedformat (Forms A7 andA8). These I two schedulesshould correlate. I I I

ttri-ist4

Feasibility(Technical * Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- Quetta- Chaman Road (7e0 KM) on Bor basisunder PPP -& y$ltt. gZ I

I SayNo to Corruption Client'sRequirernents from the Consultants I APPENDIX D CLIENT'S REQUIREMENTS FROM THE CONSULTANTS

I CLIENT'S Someimportant requirements are: REQUIREMENTS F'ROM THE l. Selectinga ConsultingEngineer is one of the most important I CONSULTANTS decisionsan owner or Client makes. The most important standardsfor this aretechnical competence, managerial ability, professionalintegrity and fairnessof fee structure.The Client I will seekinformation on all theseaspects by: a. Obtaining comprehensivewritten information from the Consultantin form of RFPs and shouldbe completedin I full providingall detailsas correctlyknor,vn as possible.It has been experiencedthat some Consultantstry to hide their deficienciesviz-a-viz the requirementsof TOR by I making unclearand vaguestatement. It will be policy of evaluatorsthat vague statementand lack of clarity in proposalson specificissues may be reasonto downgrade I the rating. T b. Talkingto the seniorpersonnel of the Consultants' c. Consultingtheir Clients.

I d. Viewing the projectsthat they haveaccomplished and visit the users. I Visiting the premisesof the Consultantand examining systemsand method of works as well as hardwareand software abilities available. Senior Management I (minimum Director level) shall regularly visit the siteat least once a month and hold meetingwith the Client's t representative. T. The approachand methodologyproposed including work plan, activity and man-month schedule should be meaningful and fully coordinated to judge the t understandingof the proposed assignment by the Consultant.

t 2. For Items(b) to (e),the inspectioncan be heldany time prior to or after award of work to the Consultants. During the inspectionif the scenariofound is not compatiblewith what is I presented during presentationsor as per Contract, the Consultantis liable for actiondebaning for two (2) years future projectswhich may or may not include black li I action(in accordancewith Rule 19 of the Public Rules.2004\. I F'easibility(Technical + Commercial)Study and DetailedDesign for Dualizationand of Karachi- - (790 BoT basisunder PPP Modality -sts- I Quetta ChamanRoad KM) on 93 t I

I SayNo to Corruption Personnel,Equipment, Facilities and Others Services to be Providedby the Client I APPENDIX E

PERSONNEL, EQUIPMENT, FACILITIES AND OTHERS SERVICES TO BE I PROVIDED BY THE CLIENT. I AS PER TOR I I I I I I I I I I I I I I ltPatist4 Feasibility(Technical r Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- T Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality -g- "- -'. 91 I I t SayNo to Conuption Copy of Model Agreement I APPENDIX.F I I I I I I COPY OF MODEL AGREEMENT I (To be finalizedduring Negotiations) I t I t I t I I t Feasibility(Technical + Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality

I . 'ru u -:l 95 I I

I SavNo to Corruption Copyof ModelAgreement I Contract for Engineering Consultancy Services t (Lump Sum) t T Between I

I (NAME OF CLIENT) I And I I (NAME OF THE CONSULTANTS) t I Fon I (BRTEFSCOPE OF SERVICES) I OF (NANTEOF PROJECT) I I Month and Year I I ffi Feasibility(Technical r Commercial)Study and DetailedDesign for Dualizationand REhabilitation of Karachi- Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality, -& I , i'r,,'- 96 I I

I SavNo to Corruotion Copyof Model Agreement I TABLE OIi CONTENTS t I. FORM OF CONTRACT IL GENERAL CONDITIONS OF CONTRACT T 1. GENBRAL PROVISIONS l.l Definitions t.2 Law Governingthe Contract I 1.3 Language t.4 Notices 1.5 Location I 1.6 AuthorizedRepresentatives 1.7 Taxesand Duties T 1.8 Leaderof JointVenture ) COMMENCEMENT, COMPLETION, MODIFICATION, I AND TERMINATION OF CONTRACT 2.1 Effectivenessof Contract 2.2 Terminationof Contractfor Failureto BecomeEffective I z.J Commencementof Services 2.4 Expirationof Contract 2.5 Modification I 2.6 Extensionof Time for Completion 2.7 ForceMajeure 2.7.1 Definition 2.7.2 No Breachof Contract I 2.7.3 Extensionof Time 2.7.4 Payments 2.8 Suspensionof Paymentsby the Client I 2.9 Termination 2.9.1 By theClient 2.9.2 By the Consultants I 2.9.3 Cessationof Services 2.9.4 Paymentupon Termination t 2.9.5 Disputesabout Events of Termination 3. OBLIGATIONS OF THE CONSULTANTS

I 3.1 General 3.2 ConsultantsNot to Benefitfrom Commissions.Discounts. etc. aa J.J Confidentiality T 3.4 ProfessionalLiability 3.5 OtherInsurance to be takenout by the Consultants ffi, 3.6 Consultants'Actions Requiring Client's Prior Approval a- I J.t ReportingObligations 3.8 DocumentsPrepared by the Consultantsto bethe Propertyof the Client StPaiist4 t 3.9 Equipmentand Materials Furnished by the Client Feasibility(Technical * Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi - .b Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality -*b t t,,- . . 97 I I

I SayNo to Corruption Copyof Model Agreement I 3.10 Accounting,Inspection and Auditing 4. CONSULTANTS' PERSONNEL AI{D SUBCONSULTANTS I 4.1 Descriptionof Personnel 4.2 Removalandlor Replacement of Personnel I t. OBLIGATIONS OF THE CLIENT 5.1 Assistance,Cooldination and Approvals 5.1.1 Assistance I s.1.2 Co-ordination 5.1.3 Approvals 5.2 Accessto Land I 5.3 Changesin theApplicable Law 5.4 Servicesand Facilities T 5.5 Payments 6. PAYMENTS TO THE CONSULTANTS

I 6.1 Lump SumRemuneration 6.2 ContractPrice 6.3 Termsand Conditions of Payment I 6.4 Periodof Payment 6.5 DelayedPayments 6.6 AdditionalServices I 6.7 Consultants'Entitlement to SuspendServices I 1 SETTLEMENT OF DISPUTES 7.1 AmicableSettlement 7.2 DisputeSettlement

I 8. INTEGRITY PACT

9. THE RIGHTS AND DUTIES OF THE CONSULTANTS I 9.1 Obligations 9.2 IndirectPayments 9.3 Royalties I 9.4 Provisionof ExpertTechnical Advice 9.5 Penalty III. SPECIAL CONDITIONS OF CONTRACT I [Detailsto be finalizedby the users] t IV APPENDICES AppendixA-Description of the Services AppendixB-Reporting Requirements I AppendixC-I(ey Personneland Sub consultants AppendixD-Breakdown of ContractPrice in ForeignCurrency I AppendixE-Breakdown of ContractPrice in LocalCurrency F'easibility(Technical + Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modaiity -E- I 2'- gg I Say No to Corruption Copy of Model Agreement

AppendixF-services and Facilities to be Providedby theClient AppendixG-Integrity Pact AppendixH-Minutes of Pre-ProposalMeeting along with addendum

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

I I I I I I @ii-ist4 Feasibility(Technical -l. Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality -% I 99 I I

I SayNo to Conuption Copyof ModelAgreement I FORM OF CONTRACT [Notes: L Use this Form of Contract when the Consultantsperform Services as Sole I Consultants. 2. In case the Consultantsperform Servicesas a Member of thejoint venture,use the I Form includedat the end. 3. All notesshould be deletedin thefinal text.J

I This CONTRACT (hereinaftercalled the "Contract")is madeon the _ day of - month)of - (year),between, on the onehand (Hereinaftercalled the "Client" which expressionshall include the successors,legal representatives I and permitted assigns) and, on the other hand" (hereinafter calledthe "Consultants"which expressionshall includethe successors,legal representativesand I permittedassigns). I WHEREAS (a) the Client hasrequested the Consultantsto providecertain consulting services as definedin the General Conditions of Contract attachedto this Contract (hereinaftercalled the I "Services");and (b) the Consultants,having represented to the Client that they havethe requiredprofessional I skills, and personneland technicalresources, have agreedto providethe Serviceson the termsand conditions set forth in this Contract; I NOW THEREFOREthe Partieshereby agree as follows: t. The following documentsattached hereto shall be deemedto form an integralpart of this t Contract: (a) the GeneralConditions of Contract; (b) the SpecialConditions of Contract; t (c) the followingAppendices:

[Note: If arry of theseAppe.ndices are not used, the words "Not Used" should be I inserted below/nextto the title of the Appendix and on the sheet attachedhereto carrying the title of that Appendix.l

I AppendixA: Descriptionof the Services AppendixB: ReportingRequirements AppendixC: Key Personneland Sub consultants I AppendixD: Breakdownof ContractPrice in ForeignCurrency AppendixE: Breakdownof ContractPrice in LocalCurrency ffi AppendixF: Services& Facilitiesto beProvided by theClient I AppendixG: IntegrityPact (for Servicesabove Rs.10 million) dre t Feasibility(Technical + Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- I Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality .E r'-100 I I

I SayNo to Corruption Copyof ModelAgreement 2. The mutualrights and obligationsof the Client and the Consultantsshall be as set forth in I the Contract,in particular: (a) the Consultantsshall carry out the Servicesin accordancewith the provisionsof the I Contract;and (b) the Client shallmake payments to the Consultantsin accordancewith the provisions I of the Contract. IN WITNESS WHEREOF,the Partieshereto have causedthis Contractto be signedin their respectivenames in two identicalcounterparts, each of which shallbe deemedas the original,as of I the day,month and year first abovewritten. t For andon behalfof

I Witness (cLrENT) I Signatures Signatures Name Name I Title Title I (Seal) I For and on behalf of

I Witness (coNSULTANTS) I Signatures Signatures Name Name

I Title Title I (Seal) I I I Feasibility(Technical + Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- Quetta- ChamanRoad (790 KM) on BoT basisunder PPP VoOa]i]V -9G. I ,,,-,'rl'"101 I I

I SayNo to Corruption Copyof ModelAgreement I II. GENERAL CONDITIONS OF CONTRACT I. GENERAL PROVISIONS I l.l Definitions

Unlessthe contextotherwise requires, the following termswhenever used in this Contract I havethe following meanings:

(a) "ApplicableLaw" meansthe lawsand any otherinstruments having the forceof law I in the IslamicRepublic of Pakistan,as those may be issuedand in forcefrom time to time;

I (b) "Contract" meansthe Contract signed by the Parties,to which these General Conditionsof Contract(GC) are attached,together with all the documentslisted in I ClauseI of suchsigned Contract; (c) "ContractPrice" meansthe price to be paid for the performanceof the Services,in I accordancewith Clause6; (d) "EffectiveDate" means the dateon which this Contractcomes into force andeffect I pursuantto Sub-Clause2.1; (e) "GC" meansthese General Conditions of Contract; I (0 "Government"means the Governmentof the Islamic Republicof Pakistanand/or Provincial Government(s);

(g) "ForeignCurrency" means currency other than the currencyof IslamicRepublic of I Pakistan.; I (h) "LocalCurrency" means the currencyof the IslamicRepublic of Pakistan; (i) "Member"in casethe Consultantsconsist of a joint ventureof morethan one entity, I meansany of the entities,and "Members" means all of theseentities; 0) "Party"means the Clientor the Consultants,as the casemay be,and "Parties" means I bothof them; (k) "Personnel"means persons hired by the Consultantsor by any Sub consultantas I employeesand assigned to the performanceof the Servicesor any partthereof;

(l) "SC" meansthe SpecialConditions of Contract by which the GC are amended or I supplemented;

(m) "Services"means the work to be performedby the Consultants I Contract,as described in AppendixA; I 6il"'t Feasibility(Technical + Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality E+_ l 'i: ), IAz t I

I SayNo to Corruption Copyof ModelAgreement

(n) "Sub consultant"means any entityto which the Consultantssubcontract any part of I the Servicesin accordancewith the provisionsof Sub-Clause3.6; (o) "Third Party"means any personor entity otherthan the Client,the Consultantsor a I Subconsultant; and (p) "Project" meansthe work specified in SC for which engineeringconsultancy I servicesare desired. r.2 Law Governingthe Contract

I This Contract,its meaningand interpretation,and the relationbetween the Partiesshall be governedby the ApplicableLaw.

I 1.3 Language

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

t t.4 Notices

Any notice,request, or consentmade pursuant to this Contractshall be in writing and shall I be deemedto havebeen made rvhen delivered in personto an AuthorizedRepresentative of the Partyto whom the communicationis addressed,or when sentby registeredmail, telex, or facsimileto suchPafi atthe addressof the AuthorizedRepresentatives specified under I Sub-ClauseSC 1.6. A Party may changeits addressfor noticehereunder by giving the otherParty notice ofsuch change. I 1.5 Location The Servicesshall be performedat suchlocationsas are specifiedin Appendix A and, where the locationof a particulartask is not so specified,at such locationsas mutually I agreedby the Parties. I 1.6 Authorized Representatives Any actionrequired or permittedto be taken,and any documentrequired or permittedto be executed,under this Contractby the Clientor the Consultantsshall be takenor executedby t the AuthorizedRepresentatives specified in the SC. I 1.7 Taxesand Duties Unlessspecified in the SC,the Consultants,Sub consultants, and their Personnelshall pay suchtaxes, duties, fees, and otherimpositions as may be leviedunder the ApplicableLaw, t the amountof which is deemedto havebeen included in the ContractPrice. I 1.8 Leaderof Joint Venture In casethe Consultantsconsist of a joint ventureof more than one entity,the I shallbe jointly and severallybound to the Client for fulfillment of the termdpf Feasibility(Technical + Commercial)Study and DetailedDesign fbr and Rehabili Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality I 103 t I

I SavNo to Corruption Copyof ModelAgreement and designatethe Membernamed in the SC to act as leaderof the Joint Venture,for the I purposeof receivinginstructions from the Client. zc o mMffi ArroN' I HRffil1?H't5ilt3il#fl1#c 2.t Effectivenessof Contract

I This Contract shall come into force and effect on the date (the "Effective Date") of the Client's notice to the Consultantsinstructing the Consultantsto begin carrying out the Services.This noticeshallconfirm that the effectivenessconditions, if any, listedin the SC I havebeen met. I )) Termination of Contract for Failure to BecomeEffective If this Contract has not become effective within such time period after the date of the Contractsigned by the Partiesas shallbe specifiedin the SC,either Partymay, by not less T thantwenty eight (28) dayswritten notice to the otherParty, declare this Contractto be null and void, and in the eventof sucha declarationby eitherParty, neither Parfy shall have any claim againstthe other Party exceptfor the work (if any) alreadydone or costsalready I incurredby aParty at the requestof the other Party. I 2.3 Commencementof Services The Consultantsshall begin carrying out the Servicesat the endof suchtime periodafter the I EffectiveDate as shallbe specified in the SC. 2.4 Expirationof Contract

Unlessterminated earlier pursuantto Sub-Clause2.9, this Contractshall expire when, l pursuantto the provisionshereof the Serviceshave beencompleted and the paymentsof remunerationsincluding the direct costsif any, have beenmade. The Servicesshall be completedwithin a period as is specifiedin the SC, or such extendedtime as may be I allowedunder Sub-Clause 2.6. I The term "Completionof Services"is asspecified in the SC. )< Modification

I Modificationof the termsand conditions of this Contract,including any modificationof the scopeof the Servicesor of the ContractPrice, may only be madein writing,which shallbe I signedby boththe Parties. 2.6 Extensionof Time for Completion t If the scopeor durationof the Servicesis increased: I (a) the Consultantsshall inform the Clientof the circumstancesand probable effects; (b) the increaseshall be regardedas Additional Services; and I Feasibility(Technical + Commercial)Study and DetaiiedDesign for I Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality <.' - 104 I t

I SayNo to Corruption Copy of Model Agreement I (c) the Clientshall extend the tirne for Compldtionof the Servicesaccordingly. 2.7 Force Majeure I 2.7.1 Definition (a) Forthe purposesof this Contract,"Force Majeure" means an eventwhich is beyond the reasonablecontrol of a Party and which makesa Party'sperformance of its I obligationsunder the Contractimpossible or so impracticalas to be considered impossibleunder the circumstances,and includes,but is not limited to, war, riots, civil disorder,earthquake, fire, explosion,storm, flood or other adverseweather t conditions,strikes, lockouts or other industrialactions (except where suchstrikes, lockoutsor otherindustrial actions are within the powerof the Partyinvoking Force I Majeureto prevent),confiscation or any otheraction by governmentagencies. (b) ForceMajeure shall not include(i) any eventwhich is causedby the negligenceor intentionalaction of a Partyor suchParty's Sub consultants or agentsor employees, I nor (ii) any eventwhich a diligent Party could reasonablyhave beenexpected to both (A) take into accountat the time of the conclusionof this Contractand (B) T avoidorovercomeinthecarryingoutofitsobligationshereunder. (c) Force Majeure shall not include insufficiency of funds or failure to make any I paymentrequired hereunder. 2.7.2 No Breachof Contract I The failure of a Party to fulfill any of its obligationsunder the Contractshall not be consideredto be a breachof, or defaultunder this Contractinsofar as suchinability arises from an eventof ForceMajeure, provided that the Partyaffected by suchan event;(a) has takenall reasonableprecautions, due careand reasonablealternative measures in orderto I carry out the termsand conditions of this Contract;and (b) hasinformed the otherParty in writing not laterthan fifteen (15) daysfollowing the occurence of suchan event.

I 2.7.3 Extensionof Time

Any periodwithin which a Pafi shall. pursuantto this Contract,complete any actionor I task,shall be extendedfor a periodequal to the time duringwhich suchParty was unableto performsuch action as a resultof ForceMajeure.

I 2.7.4 Payments

During the periodof their inabilityto performthe Servicesas a resultof an eventof Force t Majeure,the Consultantsshall be entitledto continueto be paid underthe terms of this Contract,as well as to be reimbursedfor additionalcosts reasonablyand necessarily incurredby them duringsuch period for the purposeofthe Servicesand in reactivatingthe t Servicesafter the end ofsuch period, I 2.8 Suspensionof Paymentsby the Client The Clientmay, by writtennotice of suspensionto the Consul all paymentsto I the Consultantshereunder if the Consultantsfail to perform ieationsunder Feasibility(Technical + Cornmercial)Study and DetailedDesign for Duali of Karachi - Quetta- ChamanRoad (790 KIvl) on BoT basisunder PPP Modality -W I 105 I I

I SayNo to Corruption Copyof ModelAgreement this Contract,including the carrying out of the Services,provided that such notice of I suspension(i) shallspeci8, the natureof the failure,and (ii) shallrequest the Consultantsto remedysuch failure within a period not exceedingthirty (30) days after receiptby the t Consultantsof suchnotice of suspension. 2.9 Termination t 2.9.1 By the Client The Client may terminatethis Contract,by not lessthan thirty (30) dayswritten noticeof terminationto the Consultants,to be given after the occurrenceof any of the events I specifiedin paragraphs(a) through(e) of this Sub-Clause2.9.1 and sixty (60) days'in the caseofthe eventreferred to in paragraph(f;:

I (a) if the Consultantsdo not remedya failure in the performanceof their obligations underthe Contract,within thirfy (30) daysafter beingnotified or within any further I periodas the Clientmay havesubsequently approved in writing; (b) if the Consultantsbecome (or, if the Consultantsconsist of morethan one entity,if any of their Membersbecomes) insolvent or bankruptor enterinto any agreements I with their creditorsfor relief of debtor take advantageof any law for the benefitof debtorsor go into liquidationor receivershipwhether compulsory or voluntary; I (c) if the Consultantsfail to comply with any final decisionreached as a result of arbitrationproceedings pursuant to Clause7 hereof;

(d) if the Consultantssubmit to the Clienta statementwhich hasa materialeffect on the I rights,obligations or interestsof the Client and which the Consultantsknow to be false;

I (e) it as the result of Force Majeure,the Consultantsare unableto perform a material portionof the Servicesfor a periodof not lessthan sixty (60) days;

I (0 if the Client,in its solediscretion, decides to terminatethis Contract. I 2.9.2 By the Consultants The Consultantsmay terminatethis Contract,by not lessthan thirty (30) dayswritten notice to the Client,such notice to be givenafter the occurrenceof any of the eventsspecified in I paragraphs(a) through (d) of this Sub-Clause2.9.2:

(a) if the Client fails to pay any moniesdue to the Consultantspursuant to this Contract I and not subjectto disputepursuant to Clause7 within forty-five (45) days after receivingwritten notice from the Consultantsthat such payment is overdue; t (b) if the Client is in materialbreach of its obligationspursuant to this Contractand has not remediedthe samewithin forty-five (45) days (or such longer period as the Consultantsmay havesubsequently approved in writing) followingthe receiptby the I Clientof theConsultants'notice specifying such breach; I Feasibilitv (Technical + Commercial) Studv and Detailed Desisn for Dualizati Quetta- ChamanRoad (790 KM) onBoT basis under PPP vgfJity I . t 0 6 I SavNo to Corruption Copy of Model Agreement

(c) if, as a resultof ForceMajeure, the Consultantsare unableto performa material portionof the Servicesfor a periodof not lessthan sixty (60) days;

(d) if the Client fails to complywith any final decisionreached as a resultof arbitration I proceedingspursuant to Clause7 hereof. 2.9.3 Cessationof Services

I Upon receipt of notice of terminationunder Sub-Clause2.9.1, or giving of notice of terminationunder Sub-Clause 2.9.2, the Consultantsshall take all necessarysteps to bring the Servicesto a close in a promptand orderlymanner and shall makeevery reasonable I effort to keep expendituresfor this purposeto a minimum. With respectto documents preparedby the Consultants,and equipmentand materialsfurnished by the Client, the I Consultantsshall proceed as provided, respectively, by Sub-Clauses3.8 or 3.9. 2.9.4 Paymentupon Termination

I Upon terminationof this Contractpursuant to Sub-Clauses2.9.1 or 2,9.2,the Client shall makethe followingpayments to the Consultants:

I (a) Remunerationand reimbursabledirect costsexpenditure pursuant to Clause6 for Servicessatisfactorily performed prior to the effectivedate of termination.Effective date of terminationfor purposesof this Sub-Clausemeans the date when the t prescribednotice period would expire; (b) exceptin the caseof terminationpursuant to paragraphs(a) through (d) of Sub- t Clause2.9.7, reimbursementof any reasonablecost incidentalto the prompt and orderly terminationof the Contract,including the cost of the return travel of the Personnel,according to ConsultantsTraveling Allowance Rules.

I In orderto computethe remunerationfor the part of the Servicessatisfactorily performed prior to the effectivedate of termination,the respectiveremunerations shall be proportioned.

I 2.9.5 Disputesabout Events of Termination

If either Party disputeswhether an eventspecified in paragraphs(a) through(e) of Sub- I Clause2.9.1 or in paragraph(a) through(d) of Sub-Clause2.9.2hereof has occurred, such Party may, within forty-five (45) days after receipt of notice of terminationfrom the other ParO, refer the matterto arbitrationpursuant to Clause7 hereof,and this Contractshall not I be terminatedon accountof suchevent except in accordancewith the termsof any resulting arbitralaward.

I 3. OBLIGATIONS OF THE CONSULTANTS I 3.f General The Consultantsshall perform the Servicesand carry out their obligationswith all due diligence,efficiency, and economy,in accordancewith generallyaccepted professional I techniquesand practices,and shall observesound managementpractices, and employ appropriateadvanced technology and safemethods. The Consultantsshall alwaysact, in I respectof any matterrelating to this Contractor to the Services, I advisersto the Feasibility(Technical * Commercial)Study and DetailedDesign for Duali of Karachi- - # I Quetta ChamanRoad (790 KM) on BoT basisunder PPP Modality -ff <., . t x.o7 I

I SayNo to Corruption Copyof ModelAgreement

Client, and shall at all times supportand safeguardthe Client'slegitimate interests in any I dealingswith Subconsultants or third parties. I 3.2 ConsultantsNot to Benefitfrom Commissions,Discounts, etc. The remunerationof the Consultantspursuant to Clause6 shallconstitute the Consultants' soleremuneration in connectionwith this Contractor the Services.and the Consultantsshall not acceptfor their own benefit any trade commission,discount, or similar paymentin I connectionwith activitiespursuant to this Contractor to the Servicesor in the dischargeof their obligationsunder the Contract,and the Consultantsshall use their bestefforts to ensure that the Personnel,any Sub consultants,and agentsof either of them similarly shall not I receiveany suchadditional remuneration. I 3.3 Confidentiality The Consultants,their Subconsultants, and the Personnelof eitherof them shallnot, either during the term or after the expiration of this Contract, disclose any proprietary or T confidentialinformation relating to the Project,the Services,this Contract,or the Client's businessor operationswithout the prior writtenconsent of the Client.

I 3.4 ProfessionalLiability

The Consultantsare liable for the consequenceof effors and omissionson their part or on I the part of their employeesin so far as the designof the Projectis concemedto the extent andwith the limitationsas specified herein below. I If the Clientsuffers any lossesor damagesas a resultof provenfaults, errors or omissionsin the designof a project,the Consultantsshall make good such losses or damages,subject to the conditionsthat the maximum liability as aforesaidshall not exceedtwice the total I remunerationof the Consultantsfor designphase in accordancewith the terms of the Contract.

The liabilify of the Consultantsexpires after one (l) year from the stipulateddate of I completionof constructionor afterthree (3) yearsfrom the dateof final completionof the designwhichever is earlier.

I The Consultantsmay, to protectthemselves, insure themselves against their liabilitiesbut this is not obligatory.The extentof the insuranceshall be up to the limit specifiedin second para above.The Consultantsshall procurethe necessarycover before commencingthe t Servicesand the costof procuringsuch cover shall be borneby the Consultantsup to a limit of one percentof the total remunerationof the Consultantsfor the designphase for every I yearofkeeping such cover effective. The Consultantsshall, at the requestof the Client, indemnifythe Client againstany or all risks arisingout of the furnishingof professionalservices by the Consultantsto the Client, I not coveredby the provisionscontained in the first paraabove and exceedingthe limits set forth in secondpara above provided the actualcost of procuringsuch indemnity as well as I costsexceeding the limits setforth in fourthpara above shall be bo I Feasibility(Technical + Commelcial)Study and DetailedDesign for Dualization I Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality * ,.108 I I t SayNo to Corruption Copyof ModelAgreement l 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 Subconsultants', as the casemay be) own costbut on terms and conditionsapproved by the Client, insuranceagainst the risks,and for the coverage,as T are specifiedin the SC; and (b) at the Client'srequest, shall provide evidence to the Client showing that such insurancehas been taken out and maintainedand that the current t premiumshave been paid. 3.6 Consultants'Actions Requiring Client's Prior Approval

I The Consultantsshall obtain the Client'sprior approvalin writing beforetaking any of the followingactions:

I (a) Appointingsuch Personnelas are listed in Appendix-Cmerely by title but not by name;

I (b) enteringinto a subcontractfor the performanceof any part of the Services,it being understood(i) that the selectionof Subconsultants and the termsand conditionsof the subcontractshall have been approvedin writing by the Client prior to the T executionof the subcontraot,and (ii) that the Consultantsshall remainfully liable for the performanceof the Services by the Sub consultantsand its Personnel I pursuantto this Contract; (c) any otheraction that may be specifiedin the SC. I 3.7 Reporting Obligation The Consultantsshall submit to the Clientthe reportsand documents specified in Appendix I B in the form, in the numbers,and within the periodsset forth in the saidAppendix. 3.8 DocumentsPrepared by the Consultantsto be the Property of the Client

I All plans,drawings, specifications, reports, and otherdocuments and soffwareprepared by the Consultantsin accordancewith Sub-Clause3.7 shallbecome and remain the properfyof the Client, and the Consultantsshall, not laterthan upon terminationor expirationof this I Contract,deliver (if not alreadydelivered) all suchdocuments and softwareto the Client, togetherwith a detailedinventory thereof. The Consultantsmay retain a copy of such T documentsand software. Restriction(s)about the futureuse of thesedocuments is specifiedin the SC.

I 3.9 Equipmentand MaterialsFurnished by the Client

Equipmentand materialsmade available to the Consultantsby the Client or purchasedby t the Consultantswith fundsprovided exclusively for this purposeby the Client,shall be the propertyof the Client and shallbe markedaccordingly. Upon terminationor expirationof this Contract,the Consultantsshall make availableto the Client an inventoryof such I equipmentand materialsand shall disposeof suchequipment and materialsin accordance with the Client'sinstructions or afford salvagevalue of the same. While in possessionof I suchequipment and materials,the Consultants,unless otherwisf by the Client in Feasibility(Technical + Commercial)Study and DetailedDesign for Dualizat of Karachi - Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality -Effi t 109 I I

T SayNo to Corruption Copy of Model Agreement writing, shall insurethem at the expenseof the Client in an amountequal to their full I replacementValue. 3.10 Accounting,Inspection and Auditing

I The Consultants(i) shallkeep accurate and systematicaccounts and recordsin respectof the Serviceshereunder, in accordancewith internationallyaccepted accounting principles and in suchform and detailas will clearlyidentifr all relevanttime charges,and cost,and t the basis thereof. 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 copiesthereof as well as to have them auditedby auditors I appointedby theClient. t 4. CONSULTANTS' PERSONNEL AND SUBCONSULTANTS 4.1 Descriptionof Personnel

I The titles, agreedjob descriptions,minimum qualifications,and estimatedperiods of engagementin the carrying out of the Servicesof the Consultants'Key Personnelare describedin AppendixC. The Key Personneland Subconsultants listed by title and/orby I name,as the casemay be,in AppendixC aredeemed to be approvedby the Client. t 4.2 Removaland/or Replacementof Personnel (a) Exceptas the Client may otherwiseagree, no changesshall be made in the Key Personnel.If, for any reasonbeyond the reasonablecontrol of the Consultants,it becomesnecessary to replaceany of the Key Personnel,the Consultantsshall I provideas a replacementa personof equivalentor betterqualifications;

(b) If the Client,(i) finds that any of the Personnelhave committed serious misconduct I or havebeen charged with havingcommitted a criminalaction; or (ii) hasreasonable causeto be dissatisfiedwith the performanceof any of the Personnel,then the Consultantsshall, at the Client'swritten requestspecifring the groundstherefore, I provideas a replacementa personwith qualificationsand experienceacceptable to the Client.

T (c) Except as the Client may otherwiseagree, the Consultantsshall; (i) bear all the additionaltravel and othercosts arising out of or incidentalto any removalandlor replacement;and (ii) bear any additionalremuneration, to be paid for any of the I Personnelprovided as a replacementto thatof the Personnelbeing replaced. I 5. OBLIGATIONS OF THE CLIENT 5.1 Assistance,Coordination and Approvals I 5.1.1 Assistance I The Clientshall use its bestefforts to ensurethat the Clientshall: (a) provideat no costto the Consultants,Sub consultants and Personnel such documents I preparedby the Client or otherconsulting engineers appointed by the Client as shall Feasibility(Technical * Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi - - ChamanRoad (790 KM) on BoT basisunder PPP Modality I Quetta ,-110 t I

I SayNo to Corruption Copy of Model Agreement be necessaryto enablethe Consultants,Subconsultants or Personnelto performthe I Services.The documentsand the time within which suchdocuments shall be made available,are as specified in the SC;

(b) Assist to obtain the existingdata pertaining or relevantto the carryingout of the I Services,with variousGovernment and otherorganizations. Such items unless paid for by the Consultantswithout reimbursement by the Client,shall be returnedby the I Consultantsupon completion of the Servicesunder this Contact; (c) issueto officials,agents and representatives ofthe concernedorganizations, all such instructions as may be necessaryor appropriatefor prompt and effective I implementationof theServices;

(d) Assist to obtain permitswhich may be requiredfor right-of-way,entry upon the I landsand properties for the purposesof this Contract;

(e) Provideto the Consultants,Sub consultants, and Personnel any suchother assistance I andexemptions as may be specifiedin the SC. I 5.1.2 Co-ordination TheClient shall: I (a) co-ordinateand get or expediteany necessaryapproval and clearances relating to the work from any Governmentor Semi-GovernmentAgency, Department or Authority, I andother concerned organization named in the SC. (b) Co-ordinatewith any otherconsultants employed by him. I 5.1.3 Approvals The Client shallaccord approval of the documentswithin suchtime as specifiedin the SC, t wheneverthese are applied for by the Consultants. 5.2 Accessto Land

I The Client warrantsthat the Consultantsshall have, free of charge,unimpeded access to all landof which accessis requiredfor the performanceof the Services.

I 5.3 Changesin the ApplicableLaw

If, afterthe dateof this Contract,there is any changein the ApplicableLaw which I or decreasesthe cost of the Servicesrendered by the Consultants,then the remu anddirect costs otherwise payable to the Consultantsunder this Contractshall be i or decreasedaccordingly, and corresponding adjustment shall be made to t referredto in Sub-Clause6.2 (a) or (b), asthe casemay be. I 5.4 Servicesand Facilities The Client shall makeavailable to the Consultants,Sub consultants and the Personnel,for I the purposeof the Servicesand free of any charge,the services,facilities and property Feasibility(Technical + Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality T u , ?111 I t

I SayNo to Corruption Copyof ModelAgreement describedin AppendixF at the times and in the mannerspecified in said AppendixF, I providedthat if such services,facilities and propertyshall not be made availableto the Consultantsas andwhen so specified,the Partiesshall agree on; (i) any time extensionthat it may be appropriateto grantto the Consultantsfor the performanceof the Services;(ii) the mannerin which the Consultantsshall procure any suchservices, facilities and property I from othersources; and (iii) the additionalpayments, if any,to be madeto the Consultants as a resultthereof pursuant to Clause6 hereinafter.

I 5.5 Payments

In considerationof the Servicesperformed by the Consultantsunder this Contract,the I Client shall maketo the Consultantssuch payments and in suchmanner as is providedby Clause6 ofthis Contract.

I 6. PAYMBNTS TO THE CONSULTANTS I 6.t Lump SumRemuneration The Consultants'totalremuneration shall not exceedthe ContractPrice and shallbe a fixed lump sum includingall staff costs,incurred by the Consultantsin carryingout the Services I desCribedin AppendixA. Otherreimbursable direct costs expenditure, if any,is specifiedin the SC. Exceptas providedin Sub-Clause5.3, the ContractPrice may only be increased above the amountsstated in Sub-Clause6.2 if the Partieshave agreedto additional I paymentsin accordancewith Sub-Clauses2,5,2.6,5.4or 6.6' 6.2 Contract Price

I (a) Foreigncurrency payment shall be madein the currencyor currenciesspecified as foreigncurrency or currenciesin the SC,and local currencypayment shall be made I in PakistaniRupees. (b) The SC shall specif the breakupof remunerationto be paid, respectively,in foreign I and in localcurrencies. 6.3 Termsand Conditionsof Payment

I Paymentwill be madeto the accountof the Consultantsand accordingto the payment schedulestated in the SC. Paymentsshall be madeafter the conditionslisted in the SC for such paymentshave been met, and the Consultantshave submittedan invoice to the Client I specifyingthe amountdue. I 6.4 Periodof Payment (a) Advancepayment to the Consultantsshall be affectedwithin the periodspecified in I the SC,after signing of the ContractAgreement between the Parties. (b) Any other amount due to the Consultantsshall be paid by the Client to the Consultantswithin twenty-eight(28) daysin caseof localcurrencyand fiffy-six (56) I davsin caseof foreigncurrencv after the Consultants'invoice theClient. I Feasibility(Technical + Commercial)Study and DetailedDesign for Dualization I Quetta- ChamanRoad (790 KM) onBoT basis under PPP Modality I SayNo to Corruption Copyof ModelAgreement

6.5 DelayedPayments

If the Client hasdelayed payments beyond the periodstated in paragraph(b) of Sub-Clause 6.4, financingcharges shall be paid to the Consultantsfor each dav of delav at the rate I specifiedin the SC. 6.6 Additional Services

I AdditionalServices means:

(a) Servicesas approvedby the Client outsidethe Scopeof Services I AppendixA;

(b) Servicesto be performedduring the period extendedpursuant to Sub-Clause2.6, t beyondthe originalschedule time for completionof the Services;and t (c) any re-doingof any partof the Servicesas a resultof Client'sinstructions. If, in the opinion of the Client, it is necessaryto performAdditional Servicesduring the currencyof the Contractfor the purposeof the Project,such Additional Services shall be I performedwith the prior concurrenceof boththe Parties.The Consultantsshall inform the Client of the additionaltime (if any), and the additionalremuneration and reimbursable direct costsexpenditure for suchAdditional Services. If there is no disagreementby the I Client within two weeks of this intimation, such additional time, remunerationand reimbursabledirect costs expenditure shall be deemedto becomepart of the Contract.Such remunerationand reimbursabledirect costs expenditure shall be determinedon the basisof ratesprovided in AppendicesD andE, in casethe AdditionalServices are performed during I the scheduledperiod of the Services,otherwise remuneration for AdditionalServices shall be determinedon the basisof Consultants'billingrates prevailing at thetime of performing I theAdditional Services. 6.7 Consultants'Entitlement to SuspendServices

I If the Client fails to makethe paymentof any of the Consultants'invoice (excluding the advancepayment), within twenty-eight(28) days after the expiry of the time statedin paragraph(b) of Sub-Clause6.4, within which paymentis to be made,the Consultantsmay I after giving not lessthan fourteen (la) days'prior noticeto the Client,suspend the Services or reducethe rate of carrying out the Services,unless and until the Consultantshave t receivedthe payment. This actionwill not prejudicethe Consultantsentitlement to financingcharges under Sub- I Clause6.5. 7. SETTLEMENT OF DISPUTES I 7.1 AmicableSettlement

The Partiesshall use their bestefforts to settleamicably out of or I connectionwith this Contractor its interpretation. I Feasibility(Technical $ Commercial)Study and DetailedDesign for Dualization Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality I - u " 113 t I t SayNo to Corruption Copyof ModelAgreement I 7.2 DisputeSettlement Any disputebetween the Partiesas to mattersarising pursuant to this Contrac!which cannot be settledamicably within thirty (30) days after receiptby one Party of thQother Party's requestfor such amicablesettlement may be submittedby either Party for settlementin I accordancewith the provisionsof the ArbitrationAct, 1940(Act No x of 19fr0)and of the Rulesmade there under and any statutorymodifications thereto. t Servicesunder the Contractshall, if reasonablypossible, continue during the arbitration proceedingsand no paymentdue to or by the Client shallbe withheldon accountof such I proceedings. 8. INTEGRITY PACT

I 8.1 If the Consultantor any of his Subconsultants, agents or servantsis foundto haveviolated or involvedin violationof the IntegrityPact signed by the Consultantas Appendix-G to this I Formof Contract,then the Clientshallbe entitled to: (a) recoverfrom the Consultantan amountequivalent to ten times the sum of any commission,gratification, bribe, finder's fee or kickbackgiven by the Consultantor I any ofhis Subconsultant, agents or servants; I (b) terminatethe Contract;and (c) Recoverfrom the Consultantany loss or damageto the Client as a resultof such terminationor of any othercorrupt business practices of the Consultantor any of his I Subconsultant, agents or servants. On terminationof the Contractunder Sub-Para (b) of this Sub-Clause,the Consultantshall I proceedin accordancewith Sub-Clause2.9.3.Payment upon such termination shall be made underSub-Clause 2.9.a @) afterhaving deducted the amountsdue to the Client underSub- I Para(a) and(c) of this Sub-Clause. I I I I I I Feasibility(Technical + Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- t Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality -FR tt1 I I

I SayNo to Corruption Copy of Model Agreement I III. SPECIAL CONDITIONS OF CONTRACT

No. Amendmentsof, and Supplementsto, Clausesin the GeneralConditions of contractof GC I Clause. I 1.1 Definitions (p) "Projectmeans

I I.2 Law Governingthe Contract

The Consultantspersonnel shall at all timesendeavor to observeand respect all laws,rules, I regulationsand customs prevailing within the IslamicRepublic of Pakistan. I 1.6 AuthorizedRepresentatives The AuthorizedRepresentatives are the following: t Forthe Client: I Telephone Facsimile I E-Mail For the Consultants:

I (Nameof ProjectManager) (Project) t (Address)

Telephone I Facsimile E-Mails

I 1.7 Taxesand Duties

Paymentof Taxeswill be the responsibilityof the Consultantsin accordancewith Pakistan I Tax Laws.

I [All notesshould be deletedinfinal text. All blanksshould be filled in.J t 1.8 Leaderof the Joint Venture I Venture). Feasibility(Technical + Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality -EE,-. I .;.: ,:!.15 I I

I SayNo to Corruption Copy of Model Agreement

I [Note; If the Consultantsdo notconsist of more thanone entity, the Sub-Clausel.Sshould be deleted.l I 2.1 Effectivenessof Contract The date on which this Contract shall come into effect is the date when the Contract is I signedby boththe Parties. 2.2 Termination of Contract for Failure to BecomeEffective

I The time periodshall be thirty (30) days,or suchother period as the Partiesmay agreein writing.

I 2.3 Commencementof Services

The Consultantshall commencethe servicesimmediately after signing of the Contract I Agreementor suchother time asthe Partiesmay agreein writing. I 2.4 Expirationof Contract The periodof completionof Servicesshallbe ------daysfrom the CommencementDate I of the Servicesor suchother period as the Partiesmay agreein writing. 2.7.4 Payments I Followingtext is addedat the endof the Para: "excludingoverheads and profits."

I 3.4 ProfessionalLiability

Professionalindemnity bond for twice the remunerationin the joint nameof Client and I Consultantsshall be providedas per last paragraphof GC 3.4. The Consultantsis to cover this costin its overheads.

I 3.5 fnsuranceto be taken out by the Consultants I The risksand the coveragesshall be asfollows: (a) Third Partymotor vehicle liability insurancein respectof motorvehicles operated in Pakistanby the Consultantsor their Personnelor any Sub-consultantsor their T Personnel,with a minimumcoverage of Rs. 100,000/-. (b) Insuranceagainst loss of or damageto equipmentpurchased in wholeor in partwith I fundsprovided under the Contract. I 3.8 DocumentsPrepared by the Consultantsto be the Property of the Client The Client andthe Consultantsshall not usethese documents for purposes I Contractwithout the prior written approvalof the otherParty. Feasibility(Technical * Commercial)Study and DetailedDesign for Dualization Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality I 116 I I

I SayNo to Corruption Copyof ModelAgreement I 5.1.1 Assistance (a) The Client shallmake available within ...... days from the CommencementDate, the documentsnamely...... :......

I This list if warrantedshall be supplementedsubsequently.

(e) Other assistance and exemptions to be provided by the Client I 4re......

I 5.1.2 Coordination I (a) The departments and agencies include

I 5.1.3 Approvals

The Client shallaccord approval of the documentsimmediately but not laterthan fourteen I (14) daysfrom the dateof their submissionby the Consultants. I 6.1 Lump SumRemuneration [Note; In casethere are other expendituresin respectof which reimbursementis allowed in addition to the lump sum remuneration,details of such reimbursabledirect costs I expenditurewhich may include Sub consultants'costs, printing, communications, travel, accommodationetc., may be indicatedherein. Each item shall be specified whether it is payable on the basis of (a) lump sum monthly rate; or (b) reimb ur s e me nt of actual expe nditure s. J I The paymentof Mobilizationadvances up to l0% of feasibility and designcost remuneration,if approved,shall be madeagainst a valid Bank Guaranteefrom an I approvedschedule bank on an approvedformat. 6.2 ContractPrice

I (a) Theamount in foreigncuffency is...... Theamount in localcurrency is PakistaniRupees...... (b) The breakupofforeign andlocal currencies shall be asunder: I - For Planning and Designing,total foreign currency comprising....(Name the currency/currencies)is ...... and total Pak Rs. is

I 6.3 Terms and Conditionsof Payment

A lump sumamount in localcurrencies against services referred under SC 6.2shall be paid I to the Consultantsfor the Servicesto be completedwithin the periodspecified inSC 2.4. Paymentsshall be madeaccording to the followingschedule:

I AS PER TOR I Feasibility(Technical + Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality -EEL t IT7 I I

I SayNo to Corruption Copyof ModelAgreement I 6.4 Period of Payment (a) The time periodfor advancepayment shall be .....0 daysafter signing of ContractAgreement by both the Parties.(Fill in the time period e.g. thirty (30) I days). 6.5 DelayedPayments I Financingcharges are as under:

(i) for foreigncunency : ------percent(_%) perannum. T (ii) for localcurrency : ------percent(_%) perannum. I 6.6 Additional Services The Consultantsshall be preparedat anytime duringthe projectto provideexpert technical adviceand skillto the Clientwho may askand need such assistance on any phaseor specific featureof the Project.The Consultantswill be separatelycompensated for all suchservices I not coveredin theorisinal Services. I 9. Priority of Documents Following is to indicatepriority of documentsforming part of this Contractto resolvean I ambiguityor non-clarityin the provision: ,/ ContractAgreement; ,/ Minutesof ContractNegotiation Meeting; I ./ The SpecialConditions of Contract; ,/ The GeneralConditions of Contract; { Minutesof Pre-ProposalMeeting and Addenda; I '/ Scopeof Services/Terms of Reference; ,/ Otherdocuments including Integrity Pact and JV agreement(if any). I 10. Royalties The Consultantsshall saveharmless and indemnifythe Client from and againstall claims T and proceedingson accountof or for infringementof any patentright, design,trademark or nameor otherprotected rights in respectto any patenteddesigns, features or equipmentthey I may usefor canyingout the Services,and shall pay all royaltiesetc. thereto. ll. Penalty

If the Consultantsfails to complywith the time to completionas given in the Contract,the I Client will imposea penaltyat the rateof 0.05%of the fee for incompleteportion of vrork I asper Appendix-E for eachday of delayup to a maximumof 10%of the sameamount. I I @,rrC Feasibility(Technical + Commercial)Study and DetailedDesign for Dr,aliz,.,, r . d Rehabilitationof Karachi- Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality JR I :-,'"118 I I

I SavNo to Corruption Copyof ModelAgreement I I I T I I I I I IV APPENDICES I I I T t I I I Feasibility(Technical + Commercial)Study and DetailedDesign f

AppendixA

Descriptionof the Services

[Give detaileddescriptions of the Servicesto be provided,dates for completionof varioustasks, placeof performancefor differenttasks, specific tasks to be approvedby Client,etc.]

Feasibility(Technical * Commercial)Study and DetailedDesign for Dualizationan{ Rehabilitationof Karachi- Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality -FF r2a t

I SavNo to Corruption Copyof ModelAgreement AppendixB

I ReportingRequirements

I Pursuantto Sub-ClauseGC-3.7, the Consultantsshall submit the followingreports:

[List format,frequency, and contentsof reports;persons to receivethem; datesof submissionand I the numberof copiesof each submittal;etc. If no reportsare to be submitted,state here "Not I applicable".] I I I I I I I I I I t 6t I I Feasibility(Technical + Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- t Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality -tF I I

I SayNo to Corruption Copyof ModelAgreement I AppendixC Key Personneland Subconsultants I [Listunder: C-l Title [andnames, if alreadyavailable], activities ofjob descriptionsof key Personnelto be assignedto work andstaff-months for each.

I c-2 List of approvedSub consultants (if alreadyavailable); same information I with respectto theirPersonnel as in C-l.] I I I I I t t I I I I I dffi't I Feasibility(Technical * Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- I Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality -ETF- .-;d - I I22 I

I SayNo to Corruption Copyof ModelAgreement I AppendixD Breakdownof Contract Price in Foreign Currency

I Price-foreign [List here the elementsof cost used to arrive at the breakdownof the Contract cunencyportion:

I 1. Remunerationfor variousitems on the basisof ratesas mutually agreed. I 2. Otherreimbursable direct costs expenditure. 3. Total,remuneration and reimbursable direct costs expenditure : (l + 2)

I Note:

This appendixwitt exclusivelybe usedfor determiningremuneration for Additional Servicesin I o""oriin"" with Sub-CtauseGC 6.6.1 I I I I I I t I I I I EPliIist4 Feasibility(Technical + Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi - t Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality €f- " "123 t I

I SavNo to Corruntion Copyof ModelAgreement I Appendix E Breakdown of Contract Price in Local Currency

I [List herethe elementsof costused to arriveat the breakdownof the ContractPrice-local cunency portion: t l. Remunerationfor variousitems on the basisof ratesas mutually agreed. 2. Otherreimbursable direct costs expenditure related to:

I (a) Supportstaff, and work chargedstaff; I (b) Office expendituresrelated to: (D rentals; I (ii) furnishingand equipment; (iii) operationand maintenanceof office, office equipmentand furniture,office I supplies. (c) Transportincluding running and maintenance, and other associated costs; I (d) Travelingetc. (e) Othercosts I 3. Total,remuneration and reimbursable direct costs expenditure : (l + 2). Note:

I l. Each item of reimbursabledirect costsexpenditure shall be specifiedwhether it is payable on the basis of (a) lump sum monthlyrate; or (b) reimbursementof actual I expenditures. 2. This appendixwill exclusivelybe usedfor determiningremunerationfor Additional I Servicesin accordancewith Sub-ClauseGC 6.6.1 I I I /59 #l I *[ EP;ii;ED I Feasibility(Technical * Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality -E- I ie , -r21 I SayNo to Corruption Copyof ModelAgreement

A.ppendixF

Servicesand Facilitiesto be provided by the Client

As Per TOR

Feasibility(Technical + Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality -@ ,\. 125 I

I SayNo to Corruption Copyof ModelAgreement AppendixG I (INTEGRITY PACT) Declarationof Fees,Commission and Brokerageetc. Payableby the Suppliersof Goods,Services & Works in I ContractsWorth Rs.10.00Million or More ContractNo. Dated: ContractValue:

t ContractTitle: ...... [nameof Supplier]hereby declares that it hasnot obtainedor inducedthe procurementof any contract,right, interest,privilege or other obligationor benefitfrom Governmentof Pakistan(GOP) or any administrativesubdivision I or agencythereof or any other entity owned or controlledby GOP throughany corrupt businesspractice. Without limiting the generalityof the foregoing,[name of Supplier] representsand warrants that it hasfully declaredthe brokerage,commission, fees etc. paid or I payableto anyoneand not given or agreedto give and shall not give or agreeto give to anyonewithin or outsidePakistan either directly or indirectlythrough any naturalor juridical person, including its affrliate, agent,associate, broker, consultant,director, promoter, I shareholder,sponsor or subsidiary,any commission,gratification, bribe, finder's fee or kickback,whether described as consultation fee or otherwise,with the objectof obtainingor inducingthe procurementof a contract,right, interest,privilege or otherobligation or benefit I in whatsoeverform from GOP, exceptthat which has been expresslydeclared pursuant hereto.

I [nameof Supplier]certifies that it hasmade and will makefull disclosureof all agreements and arrangementswith all personsin respectof or relatedto the transactionwith GOP and has not takenany actionor will not take any actionto circumventthe abovedeclaration, I representationor warranty. [name of Supplier] acceptsfull responsibilityand strict liability for making any false I declaration,not makingfull disclosure,misrepresenting facts or takingany actionlikely to defeat the purposeof this declaration,representation and warranty.It agreesthat any contract,right, interest,privilege or other obligationor benefit obtainedor procuredas aforesaidshall, without prejudiceto any otherrights and remediesavailable to GOP under t any law, contractor otherinstrument, be voidableat the optionof GOP.

Notwithstandingany rights and remediesexercised by GOP in this regard, [name of I Supplier]agrees to indemnifliGOP for any lossor damageincurred by it on accountof its corruptbusiness practices and further pay compensationto GOP in an amountequivalent to ten time the sum of any commission,gratification, bribe, finder's fee or kickbackgiven by I [nameof Supplier]as aforesaid for the purposeof obtainingor inducingthe procurementof any contract,right, interest,privilege or otherobligation or benefitin whatsoeverform from I GOP. Nameof Buyer:National Highway Authority Nameof Seller/Supplier: t Signature: Signature: ISeal] ISeal] I I w Feasibility(Technical * Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- I Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality -EE}- r26 I I

I SavNo to Corruotion Copy of ModelAgreement I CONTRACT FOR ENGINEERING CONSULTANCY SERVICES I I Between I t (NAME OF THB CLIENT)

I And I t (NAME OF THE JOINT VENTURE OF THE CONSULTANTS)

I For I (BRTEFSCOPE OF SERVICES) I OF (NAME OF PROJECT)

I Month and Year I

(NAME OF THE JOINT VBNTURE OF THE CONSULTANTS) I (Nameof Individual Consultants) (Nameof IndividualConsultants) I I I Feasibility(Technical + Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachr- Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality &- I t?7 I I

I SayNo to Corruption Copy of Model Agreement l FORM OF CONTRACT I [Note; Usethis Form of Contractwhen the Consultantsperform Servicesas a Joint Venture. This CONTRACT(hereinafter called the "Contract")is madeon the day of _ (month) I of (year), between, on the one hand, (hereinaftercalled the "Client" which expressionshall include the successors,legal representatives and permittedassigns) and, on the otherhand, a joint ventureconsisting of the following entities, I eachof which will bejointly and severallyliable to the Client for all the Consultants'obligations I underthis Contract,namely: t

(hereinafter collectivelycalled the "Consultants"which expressionshall includeits successors, I legalrepresentatives and permitted assigns). I WHEREAS (a) the Client hasrequested the Consultantsto providecertain consulting services as definedin the General Conditions of Contract attachedto this Contract (hereinaftercalled the I "Services");and (b) the Consultants,having represented to the Client that they havethe requiredprofessional skills, and personneland technicalresources, have agreedto providethe Serviceson the t termsand conditions set forth in this Contract; NOW THEREFOREthe Partieshereby agree as follows:

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

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

AppendixA: Descriptionof Services t AppendixB: ReportingRequirements AppendixC: Key Personneland Sub-consultants AppendixD: Breakdownof ContractPrice in ForeignCurrency I AppendixE: Breakdownof ContractPrice in Local Currency Appendix F: Services& Facilitiesto be Providedby the Client and Co I Personnelto be MadeAvailable to the Consultantsby the Client. Feasibility(Technical + Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality I , .r28 I I t SayNo to Corruption Copyof ModelAgreement I AppendixG:Integrity Pact (for Servicesabove Rs. l0 Million) 2. The mutualrights and obligationsof the Client and the Consultantsshall be as setforth in the Contract,in particular:

I (a) The Consultantsshall carry out the Servicesin accordancewith the provisionsof the Contract;and (b) The Clientshall make payments to the Consultantsin accordancewith the provisions I of the Contract.

IN WITNESS WHEREOF,the Partieshereto have causedthis Contractto be signedin their I respectivenames in two identicalparts each of which shallbe deemedas the original,as of the day, monthand year first abovewritten.

I For and on behalfof

I CLIENT'SNAME Witness t Signature Signature Name Name Title Title I (Seal) For andon behalfof

I NAME OF THE JOINTVENTURE OF THE CONSULTANTS I I Nameof MemberNo. 1 Witness

I Signature Signature Name Name Title Title I (Seal) t Nameof MemberNo. 2 Witness T Signature Signature Name Name Title Title I (Seal) I Feasibility(Technical + Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachr- Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality _@ I , .129 I T

I SavNo to Corruption Copyof ModelAgreement I t Nameof MemberNo. 3 Witness

Signature Signature I Name Name Title Title t (Seal) t T I I t I I I I I I 6# I ffi I Feasibility(Technical * Commercial)Study and DetailedDesign for Dualizationand Rehabilitationof Karachi- I Quetta- ChamanRoad (790 KM) on BoT basisunder PPP Modality 8- 130 I IIII | - I r I r r r r-r,-i---r---Lal I

II IIII'Il-I'J -t 7'

,:.i -.

g!" axi tF BE.E ilE aaaaa ila J.tras sE t EE 3 tg g'

a FF P ffi o) I $ F t[ 3 ! rl *l * Et I * ilil FF $ g es:I I g $'[E.' ETffi $;$ II

.: :. l+Ctc,' EiP A. Eg F t9.

iItr T ....E F F&gF F rt 'at F a FEg a gF Eto FFi ,- g5a gi $ -3 g8 I EEF 'sl $ EO 'ta -$g'I IE sEB EN st; ffiEllli$ ttt : -< gi E; E iS * i47 eE * s EEEF-E E ;$ HFi EI'B ieggq il 't LF FI tEC' ,E Frl EET st F, :3 soi E$EF l$ t t\t t $ : l &t iFt B t : E gl Eit B AFE7p ffi grl E$ EiiE 6f I Blls "9. q 'g tl;l! .8 g I \Effi .E rttiti Ig !t [[i$1i E.