<<

NATIONAL HIGHWAY AUTHORITY Procurement & Contract Administration Section 28 MauueArea, G^9/1,Islamq.bqd A 051-9032727,E 051-9260419 z No.6(a33)/cM (P&cA)/NHA/ 17 19ll 12 May,2OI7

Director General Public Procurement Regulatory Authority 1.t Floor FBC Building near State Bank, SectorG-512, Islamabad.

Subject: ANNoUCNEMENT oF EVALUATIoN REPORT (PPRA Rule-351: CONSULTANCY SERVICES FOR FEASIBILITY STUDY AND DETAITED DESIGN FOR METALLED ROAD FROM MOTORWAY INTERCHANGE KATHA LILLA UPTO MIANWALI VIA NALI. . JABBI. . GOLEWALI. CHHIDRU AND MUSAKHEL.

Reference: PPRARule-3 5

Kindly find attached the duly filled and signed Evaluation Report along with Bid Evaluation Criteria (Annex-I) pertaining to the procurement of subject services in view of above referred PPRA Rule-35 for uploading on PPRA website at the earliest, please. , lru ,4 (Muhamiirad Azamf Director (P&CA) Encl: Evaluation Report along with Annex-I

Copy for kind information to: - Member (Planning), NHA - Member (Engineering-Coord),NHA - General Manager (P&CA),NHA - S.O (Tech.)to Chairman, NHA EVALUATIONREPORT (As Per Rule35 of PP Rules.2004)

1 Nameof ProcurinqAqency: NationalHiohwav Authoritv 2. Methodof Procurement: SinoleStaqe Two Envelop Procedure J. Titleof Procurement: ConsultancyServices for FeasibilityStudy and Detailed Designfor MetalledRoad from MotorwayInterchange KathaLilla upto Mianwali via Nali,Kund, Jabbi, Warcha, Golewali.Chhidru and Musakhel. 4. TenderInquiry No.: 6(433) PPRA Ref. No. (TSE): TS307057E o. Date& Timeof BidClosinq: 21"'March, 2017 at 1130 hours local time 7. Date & Time of Bid Openinq: 21"'March,2017 at 1200hours local time R Noof BidsReceived: Seven(7) Proposals were received Criteriafor BidEvaluation: Criteriaof BidEvaluation is attachedat Annex-l 10. Detailsof Bid(s)Evaluation: As below Marks Rule/Regulation/SBD*/Poli Nameof Bidder Evaluated cy/ Basis for Rejection/ Technical Financial Gost Acceptanceas per Rule35 (if (if (PKR) of PP Rules,2004. applicable) applicable)

1) M/sPrime Engineering andTesting Consultants Topscoring firm in combined (Pvt.)Ltd. in JV with M/s ozo 200 16,826,546 evaluation(PPRA Rule 36(b) FiniteEngineering (Pvt.) (ix)) Ltd.+M/s REC(Pvt.) Ltd.

2) M/sABM Engineers - 615 168 20,007,820 2no Karachi

3) M/sEgineering General ConsultantsEGC (Pvt.)Ltd in JV with M/sAssociated 598 too 20,276,080 3to ConsultingEngineers - ACE(Pvt.) Ltd. 4) M/sNational EngineeringServices 578 171 19,714,661 4tn PakistanNESPAK (Pvt.) Ltd.

M/sEA Consulting (Pvt.) 5) 629 80 42,098,956 Ltd. 6) M/sAsif Ali Associates (Pvt.)Ltd in JV M/sAA 567 lJo 24,688,462 Associatesand M/s ECSP (Pvt.)Ltd. Ltd.

7) M/sAssociated ConsultancyCenter ACC 569 113 29,908,110 7'n (Pvt.)Ltd. &,*n Top Ranked Bidderl M/sPrime Engineering and Testing Consultants (Pvt.) Ltd. in JV with M/sFinite Engineering (Pvt.) Ltd.+ M/s REC(Pvt.) Ltd.

11. Any other additional/ supportinginformation, the procuringagency may like to share: The Procurementwas carriedout in linewith PPRARules & Regulations.The sisnature: .....:/,ffi/s/:"tz OfficialStamp: .,'.,,:;,:::..:::it,til.. *Standard Bidding Drocumentsr#, " I i;j.j r,T- ,, '. ' ". ,:. : i.: .., .r: ..: ' ' t' "-.-----.-.. . .'.'' ::'... . !'.1 !-..., .-:.,";, ' -..'-\:f.:<.' .::::. :: NationalHighway Authority

tBi[Ho': rriSr.a'AYs

Annex-I Criteria EOK Bid Evaluation

ConsultancyServices for Feasibility Study and DetailedDesign for Metalled Road from Motorway InterchangeKatha Lilla upto Mianwali via Nali, Kund, Jabbi, Warcha, GolewalioChhidru and Musakhel.

Muy,2017 NATIONAL HIGHWAY AUTHORITY Procurement & Contract Administration Section 28-Mauve Area, G-9/ l,Islamabad Tel: 9032727 , Fax: 9260419

Ref:6(433)/ GM (P&cA)/NHA/ 17I 43o 1Sft March.2OlT

All Prospective Consultants

Subject: Minutes of Pre-Proposal Meeting and Addendum No.l for: Consultancy Seryices for Feasibility Study and Detailed Design for M from Motonvav In Katha Lilla u

Musakhel Reference: Request for Proposal Notice for subjee,,I.:'"!Se'r:tiicesappeared in daily newspaperson 23'a February, 2017 "+., '''l'ilrl.;:.il i,.. The Minutes of Pre-Proposal Meetjng,ffid'Addendum No.1 for subject Services being integral part of the Request foriiProposal, are enclosed herewith, for necessary action, please. />)r-ft \\ - %e(DAWOOD KHANI Deputy Director (P&CA) Enclosure:

- Minutes of Pre-ProposalMeeting (03 Pages), - Addendum No.1 (04 pageS).

Member (Planni@), NHA, Islamabad; Member (Engineeting Coordination), NHA, Islamabad; General Mana$er (P&CA), NHA, Islamabad; office 6-opp'"' MINUTES OF PRE-PROPOSAL o MEETING HELD ON 22"dFebruarv 2017

ConsultancvServices fol FeasibilitvStudv and DetailedDesisn for Metalled Road from Motorwgy InterchaneeKatha Lilla upto Mianwali via Nali. Kund. Jabbi. Warcha. Golewali.Chhidru and Musakhel

A Pre-ProposalMeeting was held in NHA Auditorium at 1100 hours on 27tt'February, 2017 to discussthe Requestfor Proposal(RFP) for subjectServices. Following NHA officers and representativesof prospectiveconsultants attended the meeting:

. NationalHighway Authority =ti]::,: ''tl;,.: ;:= Mr. ArbabAli GeneralManager (Planning) Mr. Asim Amin GeneralManager (Design) Mr. Muhammad Azam Directgr(P&CA) - III

J] Mr. DawoodKhan Deput31,'lpii'.'eOtor(P&CA) - II Consultants ,,,==t,,u* Mr. HarisAqil Consulting(Pvt,) Ltd, ;:'1,"i',\,{,1$A Ms. AyeshaNawaz l,,M/s EA Consulting(Pvr.) Ltd. Mr. Niaz Ahmad M/s ABM EngineeringKarachi Mr. NaeemMahmood Khan M/s EGC (Pvt.)Ltd.

2. The qureriessr.rbmified during the above m,enti.Onedpre-proposal meeting and their clarificationsl repliesare summarized below for informationof all proSpectivebidders:

Sr. No. Queries Reply I Reference clause 6.1 EIA of TOR: It is ReferFinancial Proposal Forms, Form A-16, in the mentionedthat Consultantsshall'',darry out EIA table at Sr. No.9 under "Direct (Non-Salary) study for the subject'project but input of Costs", Rs,500,000 are allocated for Environmental Exper.t is;,nof provided in the EnvironmentalImpact Assessment. RFP. ; 2. ReferenceClause +3.1 GIS for Corridor of Agreed,please refer Addendum No.1 TOR: lt is mentionedthat Consultantsshall developa detailedGIS databasefor 500 meter corridorfor wAol€:ralignrnent.But input of GIS Expertisnbrp-roVided in the RFP.

a l Reference,clause 18.1 Tender Documentsof Since Engineering Council's standard TORI It is mentionedthat Consultantsshall bidding documentswill be used; thereforewe prepare Tender Documents but the input of don't envisageexpenditure in this regard. ContractSpecialist is not provided in the TOR. 4 ReferenceChecklist provided in the RFP for Not agreed, the Consultants must provide the documents:It is mentionedthat Integrity Pact completed Integrity Pact document as per the Documentsduly filled in the blank spaceswith Checklistreferred. requisiteinformation and signed/stampedmust be provided.Consultants understand that this information will be provided later stage at the time of ContractAsreement.

Minutes ofPre-proposal Meeting for ConsultancyServices for FeasibilityStudy and DetailedDesign for Metalled Road from Motoruay InterchangeKatha Lilla upto Mianwalivia Nali,Kund, Jabbi, Warcha, Golewali, Chhidru and Musakhel ffiPage1 'sub-clause Data SheetClause 1.7 at page 9 Not accededto, proceedas per RFP, please. (iii) added' states that "The Consultantmay pleasenote not to suggestnames of Key Staff already proposedin other Proposalswith the Client or awarded recently. This will affect adversely marking of these professionals in evaluationof TechnicalProposal. Their secured points are liable to be reducedby 50o/oif their namesappear in more than 1 previous Proposal in whichthey areranked No. 1. Also the existing load of work with a firm shall be consideredas one of the factor for the considerationin the awardof the work.

This is not realisticin view of seriesof Proposals being invited by NHA and proposing scparate stafffor everyProposal is not possiblefor almost any consultingfirm in the country.Moreover, assignment under discussion is limited to FeasibilityStudy and DetailedDesign i.e. entire work, excluding survey and investigations,is desktopbased, to be carriedout at DesignOffice where an expert can simultaneouslywork on more than one assignment/ project, As such,,€his conditionmay please be waived. Data SheetClause 3.L.4 at Page11 to 13 (The. Since there are two options given separatedwith minimum required experienceof proposed "OR"; any personnel fulfilling the experience key staff): This statesas "Minimum B.Sc, OR criteriaof the eitherwill receivesame marks. The M.Sc. with varied experiencein respectivemarksagainst academic qualification however, will disciplines.If staff proposedwith B.Sc.(Civil be allocatedin accordancewith footnotesunder the Engineering) qualification and required tablefor PersonnelEvaluation Sheet on page-19of experience,will thesebe givenrfull.marks? RFP. Data SheetClause Sla i;itPage12& l3 (The Refer page-74 ''expbrience of RFP where in a table there is no minimum required of proposed Chief Surveyor mentioned,For QS there are two key staff): Similarly, if tllQjrQS,Chief Surveyor options given separatedwith "OR" (refer pagel2- and Surveyor afQ, proposed with DAE 13 of RFP); the proposed QS tulfilling the qualification*i1[ 1-e@ed experience,will these experiencecriteria of the either will receive same begiven lull marks? marks. The marks against academicqualification however, will be allocatedin accordancewith footnotesunder the table for Persomel Evaluation Sheeton page-l9 of RFP. Refer page-74 again Surveyors are mentioned under "Non-Key Personnel"and hence these will not be evaluated, S. No. 13 of ChecklistPage 17 requirescopy of The audit repofis for the last three years are Audit Reports for last 3 years certified by requiredto authenticatethe ratesof Social Charges CharteredAccount with FinancialProposal and Overheads applied by the consultants in preparing financial proposals. Therefore, the This is not necessaryin view of submittingthe requiredstands as mentioned in theRFP. copy the Breakdownof Overheadsand Social Charges,signed by the CharteredAccount, vide FormA-14 and A-13 respectively.As suchthis may pleasebe waived. However, this may be askedfrom the selectedConsultant at the time of

Minutes of Pre-proposal Meeting for Consultancy Services for Feasibility Study and Detailed Design for Metalled Road from Motoroay Interchange Katha Lilla upto Mianwalivia Nali,Kund, Jabbi, Warcha, Golewali, Chhidru and Musakhel . . . paee2 signingof ContractAgreement Section2.4 of TOR at page45: Timelineof Not accededto, proceedas per RFP, please, Servicesis fixed asthree (03) months.This is shortand requested to be increasedreasonably. ProposedMan-Months at Page 74: Are the We expectthat the consultantswill carefully read provided Proposed Staff Positions and their the footnote-l under table for proposedMan- respectivenumber / duration & Total Man- Months on page-74 before preparing their Monthsare fixed? Please clarifv. proposal.

'':i.t::1

Minutes ofPre-proposal Meeting for ConsultanryServices for FeasibilityStudy and DetailedDesign for Metalled Roadfrom Motorway InterchangeKarha Lilla upto Mianwalivia Nali,Kund, fabbi, Warcha, Golewali, Chhidru and Musakhel Page3 ADDENDUM No.l

Consultancy Services for Feasibility Studv and Detailed Desien for Metalled Road from Motorwav Interchanse Katha Lilla upto Mianwali via Nali. Kund. Jabbi. Warcha" Golewali" Chhidru and Musakhel

Followingamendments have been made in the Requestfor Proposal(RFP) for subjectServices underthisAddendum No.1, which shallbe readand construedas an integralpartof RFP andshall take precedencein caseof any conflict(s)/ambiguity(s)amongst this AddendumNo.l and other provisionsof the RFP.

1. DATA SHEET

1.1. SubClause 3.1.4

Refer Data Sheet,Page 11 of RFP; qualificationand experience,equirements for GIS Expertis addedto the tablein SubClause 3.1 .4, under thf'h€eding "FOR KEY STAFF"as perfollowing details:

GIS Specialist Minimum M.Sc. GtS with minimum l0 years relevant experience(provefi seven (07) years' designexperience as GIS Specialist.o.qfia.i'or Highways and Bridge projects)

1.2.Summary Evaluation Sheet for Full=TechrqicalProposal (QCBS):

Refer Page 18 of RFP; the "Su11mary Evaluation Sheet for Full Technical Proposal (QCBS)" is replaced with revised"SummaryEvaluation Sheet for Full Technical Proposal (QCBS) which is enclosedas.Atlat-t-.m'ent-I to Addendum No.L. r::::-::._:a:

1.3.Personnel Evaluation Sheet:

Refer Pagel9 of RFP;':th':!'?'ersonnel Evaluation Sheet" is replacedwith revisedPersonnel EvaluationSheet Whfi:'i$inclosed asAttachment-Il to Addendum No.l. :a.,,:::.,.. 2. TERMS OF REFERENCE(TOR)

2.1. Refer App.etldi;-4, Terms of Reference,Chapter 4, Tasks, page 74, the table under "Propo,;6ed. Months" is entirelyreplaced with revisedtable enclosedas Attachment- III to AddbndumNo.1.

3. All otherterms and conditions shall remain same.

---ooOoo---

Addendum No.1 for ConsultancySewices for FeasibilitySludy and DetailedDesign for MetalledRoad from Motoruay InterchangeKatha Lilla upto Mianwalivia Nali,Kund, labbi, Warcha, Golewali, Chhidru and Musakhel PageL Attachment-l SUMMARY EVALUATION SHEET FOR FULL TECHNICAL PROPOSALS(QCBS)

Max. Firm I Firm 2 EVALUATION CRITERIA Weiqhf Rating Score Ratins Score I. Firms Experience t25 a) GeneralExperience ofthe firm 25 b) SpecificExperience ofthe firm 100 II. Approach and Methodolog; 180 ) UnderstandingofObjectives )o ) Quality of Methodology 50 ) Innovativeness/ Commentson TOR :20 ) Work Program 40 ) Staffing Schedule .... 40 ) Conciseness,clarity and completenessin propo5al Dresentation i..,... t0 III. Personnel(Areas of Expertise - Qualification and Competenceof Key Staff) 550 a) Team LeaderlSr. Hieh\aavEneineer t2s b) Pavemenlspecialisl.ifiaffrc Engineer 85 Brid sel Structure Bn'diheer 85 d) HvdroloevandDrainaAeErigineer 75 e) Geo-Technicai"Engineer/MaterialEngineer 70 D GIS Exne( 70 ot o"ri.oiiJ s"i 40 IV. Present commitment of the firm 25 V. Pastnerformance ofthe consultantin last three assiqnments t20 The basis for PastPerformance of the consultantia th€ report from various quartersin NHA particularly Design Section. The Client's satisfaction certifibatesare also required to be attachedfor last three completedprojects of comparablemagnitudC. The current commitments are to be assessedas per works in hand by the consultant. TOTAL 1000

Excellent-100o/o VerlGood-90-99!' AboveAverage-80-89% Average-70-797o BelowAverage-l-69oh Non+omplying-07o Score: Maximum Weight x ratitrE / 100. Minimum qualiSin8isCiir#707o or 700 marks.

Pagez Attachment-f PERSONNELEVALUATION SHEET

OVERALL RATING POSTTION/AREA OF (Sum of Weighted EXPERTISE

(Show all expertsto be evaluated)

a) Team Leader/Sr, Highway Engineer b) PavementSpecialist/ Traffic Engineer

e) Geo-TechnicalEngineer/Material

Rating: - Excellent- 1007o Very good - 90-99% AboveAverage-80-897o':,Aveid9j?:70-79V" Below Averase - l{97o Non-complying- 07o Score: Maximum Weight X rating / 100.

*ForTeamLeader/Sr.HighwayEngineer,PavementSpecialist/TrafIicEnginee,rjllu*3g"lst" with additionaltrainings/ coursesrelevant to assignment- 100%;M.Sc. - 9.070:B.Sc. with additionaltrainings/ courses relevant to assignment- 80%; B.Sc. - 70%o

For GIS Expert:M.Sc. with additionaltrainings/ courses relevanl to assignment-100%: M.Sc. - 80%

(Civil) - 70% t-jll , ** Fulltime - fiA%; Parttime only for thisassignment -,f.rt 'r';,,:,,

tii:::

Page3 Attachment-Il

PronosedMan-Months

Duration Total S. No. Position No. (months) Man Monthsr Key Personnel

a I TeamLeader/ Sr. Hishwav Ensineer I J Pavement Specialist/ Traffi c 2. I 2 2 Ensineer

I ;;.i1. a 3. Bridse/Structure Ensineer 2 ,: L o',' 4. Hydroloey& DrainaseEnsineer I l l, 1.5 Geo-TechnicalEngineer/ Material 5. I t\ 1.5 Ensineer ',ltz 6. GIS Expert I I 7. Quantity Survevor I 2 z Sub-Total :1 13 Non Key Personnel

a I CAD Operators J 6 2. Surveyors 4 1.5 6 Sub-Tital 6 t2 Suppot Staff

I ComputerOperators 2 J 6 2. SurveyHelpers .+i 1.5 6

3. Office Boys 2 1.5 J Sub-Total 8 15 Total 2l 40

---ooOoo---

I The proposedman-months are as per Clients assessment;if the consultanthas reservation/opinion/suggestionregarding proposed man-months it may convey samein writing during Pre-ProposalMeeting or even after Pre-ProposalMeeting but before the last date for seekingctarification, for reviewand decision of NHA which will be communicatedto all theprospective bidders. Addendum No.1 for ConsultancySeruices for FeasibilityStudy and DetailedDesign for MetalledRoad from Motorway InterchangeKatha Lilla upto Mianwalivia Nali,Kund, Jabbi, Warcha,Golewali, Chhidru and Musakhel pase4 I Table of Contents l I Tableof Contents t I DESCRIPTION PAGE NO. LETTER OF INVITATION (LOD 1 I _,.,,,..,. ATTACHMENTS ) -1. , ,' t INSTRUCTIONSTO CONSULTANTS(ITC) 3 , ,,,,:..,....,t DATA SHEET (DS) ',''- 9 ,. ' I " ,,,,,1,."'t' CHECKLIST FOR COMPLETENESSOF PROP.O.SA}ICL) 16

I SUMMARY EVALUATION SHEEr .,1!' 18

PERSONNELEVALUATION SHEET ... . . t9 t',, -ll I ,,,, ,, TECHNICAL PROPOSAL FORMS :;. . ] 20 . I FINANCIAL PROPOSAL FORMS .. 31

APPENDIX A 40 l ,""-""'',r,. TERMS OF REFERENCE ] 40

:':: ' )il iil'-"]:1r I APPENDIXB 82 MAN-MONTH AND AC.TIVITYSCHEDULE 82

.il'.'=;il I APPENDIX C 't!.:"':" 83 -i: I CLIENT'S REQUI.R$MENTSFROM THE CONSULTANTS 83 APPENDIX D 85 PERSONNEL,EQUIPMENT, FACILITIES AND OTHERSSERVICES TO BE I PROVIDEDBY THE CLIENT 85 I APPENDIX E 86 COPYOF MODEL AGREEMENT 86 I I I I I Letter of lnvitation I I GOVERNMENT OF PAKISTAN NATIONAL HIGHWAY AUTHORITY

I 27-MauveArea, G-9/1, PostBox No. 1205, I ISLAMABAD Dated the I Ref No. :.4.,::. LETTER OF TNVTTATION(LOi) I ,t' ::::, To, : I All prospective consultants "'::' Gentlemen!

I We extendwarm welcometo yoll and invite you for participatingin this project. We hope that you will live up to your reputatief'and provide us accurate information so that the 'Just evaluation is carried out and transparent'!,Fil€aseunderstand that the contents of this RFP, t where applicable, shall be deemedpart of,the contract agreement.An example to this affect can be the contents of your work plan and methodo,logywhich you shall be submitting in your technical proposal. Since that is the basis of the,selection,therefore, it shall become part of the contract I agreementsubject to approval/revisiondof the sameby NHA during the negotiations.Similarly, all other services and the content contributing to services shall be deemed part of the contract agreementunless it is specified for any particular item up-front in your technical proposal which t obviously will make your propq.sal'laconditional proposal whereby, authorizingNHA to may or may not considerto evaluate''y,q,,ui'pioposal.Please understand that if no such mention appearsup- front (i.e. on front pageof,tE.t i- l proposal)then it shall be deemedthat the consultantis in 100% t agreementto the above.You also advisedto kindly readthe RFP thoroughly as it can drastically affect the price structure'for various serviceswhich may not be appearingdirectly in the terms of reference.In the end,@'@reciate your participationand hope that you will feed a good proposal I to merit consideratioh NI-{A. I

GeneralManager (P&CA) I Telephone:+92-5 I -9032727, Fax:+92-5 I-9260419 E-mail: gtnpca.nha@,gmail.com, t Website:www.nha. sov.pk I I

Consultancy Services for Feasibility Study and Detailed Design for Metalled Road from Motorway Interchange Katha I Lilla upto Mianwali via Nali, Kund, Jabbi,Warcha, Golewali, Chhidru, Musakheland Mianwali (135 Km) I I Attachments

I ATTACHMENTS I Instructionsto Consultants(Annex A) l Data Sheet(Annex B) I Checklistfor Completenessof Proposal Summary Evaluation Sheet

I PersonnelEvaluation Sheet

TechnicalProposal Forms I t,,.. tt' FinancialProposal Forms ,.,,"'-' '--.-'-':;:.:'' I Appendix A (Terms of Reference) ,,,,rr,,r,,rii. Appendix B (Person-Monthsand Activity Sgfi@le)

I :;:;1t 1':: Appendix C (Client' s Requirementsfrorn' tho;Consultants)

I Appendix D (Personnel,Equipmer,l! Facilities and other services to be provided by the Client).

,j,, I AppendixE (Copyof Model'A$te ent) l I I I i,," .*,:iii I I I I

ionsultancy Servicesfor Feasibility Study and DetailedDesign for Metalled Road from Motorway lnterchangeKatha I Lilla upto Mianwalivia Nali, Kund, Jabbi,Warcha, Golewali, Chhidru, Musakhel and Mianwali (135Km) 2 I I Instructionsto Consultants l Annex A INSTRUCTIONS TO CONSULTANTS I 1. INTRODUCTION

I 1.1 You are herebyinvited to submit a technicaland a financialproposal for consultingservices required for the assignmentnamed in the attached Data Sheet (referred to as "Data Sheet" hereafter) annexed with this letter. Your proposal could form the basis for future I negotiationsand ultimately a Contractbetween your firm and the Client named in the Data Sheet.

I T,2 A brief description of the assignmentand its objectivesafe given in the Data Sheet. Details are provided in the attachedRFP for design servicesprovided in the Documents, and will becomepart of agreementsubsequently. , I ,: ,,,,,_.'-, 1.3 The assignmentshall be implemented in accordancb,,,withthe phasing specified in the Data Sheet I ,r,,u.,= t.4 The Client has been entrustedthe duty to implement the Project as Executing Agency by I Governmentof Pakistan(GoP) and funds fo.rthe project shall be arrangedby the Client. 1.5 To obtain first-hand information on the-'as$ignment and on the local conditions, you are encouragedto pay a visit to the Client before submitting a proposal and attend a pre- I proposal conferenceif specified inthe Data Sheet. Your representativeshall meet the named officials on the date and time-p'bcified in the Data Sheet. Please ensure that these officials are advised of the vis,it in advance to allow adequate time for them to make I appropriatearrangements. You must fully inform yourselfof local conditionsand take them into accountin preparingyourproposal.

T 1.6 The Client shall provide the inputs specified in the Data Sheet,assist the Consultantsin obtaining licensesa.tt4 perr"its neededto carry out the services,and make availablerelevant I project dataand repots. 1.7 Pleasenote that "'::1'

T i. The c.ost-l,ofp-feparing the proposal and of negotiating the Contract, including a visit to the:id(en not reimbursableas a direct cost of the Assignment,and t ,q$b , .,,i..,,,,1,,.,.,,, ii. The Client is not boundto acceptany of the proposalssubmitted. t 1.8 The namesof the invited consultantsare siven in the Data Sheet. I 1.9 We wish to remind vou that in orderto avoid conflicts of interest: a. Any firm providing goods, works, or services with which you are affiliated or associatedis not eligible to participatein bidding for any goods, works, or services I (other than the services and any continuation thereof) resulting from or associatedwith the project of which this assignmentforms a part; and I b. Any previous or ongoing participation in relation with the project by your firm, its

ConsultancyServices for FeasibilityStudy and Detailed Design for Metalled Road flom Motorway InterchangeKatha t Lilla upto Mianwali via Nali, Kund,Jabbi, Warcha, Golewali, Chhidru, Musakhel and Mianwali (135 Km) 3 T I lnstructionsto Consultants

T professionalstaff, its affiliates or associatesunder a Contractmay result in rejection of your proposal. You should clarify your situation in that respectwith the Client before I preparingthe proposal. 2. DOCUMENTS t 2.1 To preparea proposal,please use the Documentsspecified in the Data Sheet. 2.2 Consultantsrequiring a clarification of the Documentsmust notify the Client, in writing, I not later than twenty one (21) days before the proposal submissiondate. Any requestfor clarification in writing, or by cable,telex or tele-fax shall be sent to the Client's address specifiedin the Data Sheet. The Client shall respond by cable, telex or tele-fax to such I requestsand copiesof the responseshall be sentto all invited.€,gnsultants. 'ir'. 2.3 At any time before the submissionof proposals,the Cliepf':rnay,for any reason,whether at its own initiative or in responseto a clarification reque$ted'byan invited consultingfirm, I modify the Documentsby amendment.The amendmentShall be sentin writing or by cable, telex or tele-faxto all invited consultingfirms and will be'binding on them. The Client may I at its discretionextend the deadlinesfor the submissionof proposals. 3. PREPARATION OF PROPOSAL :: I It will consist of two parts - Technical and Fi.nancia^ '. ':''':l I 3.1 TechnicalProposal 3.1.1 The Technical Proposal should be subr,nittedusing the format specified and shall include duly signed and stampedforms appendedwith the RFP. This is a mandatoryrequirement I for evaluationof proposalsand,peeds to be filled up carefully.

3.1.2 For Technical Proposal, the general approachand methodology which you propose for t carrying out the servicesCovered in the TOR, including such detailed information as you deemrelevant, together with your appreciationof the Projectfrom provideddetails and

-:: i i l;r:'ri::;!'::1l l I a. A detailed ofa*,attwork program to be provided with timing of the assignmentof eachexperct or oiher staff memberassigned to the project. This will also provide the Client an rtunity to effectivelymonitor work progress'

T ,=,j; b. To'tal'humiberof man-monthsand project duration as per TOR.

c. Cl6ar.,tiescriptionof the responsibilitiesof each expert staff member within the I overall work program.

d. The Curriculum Vitae (CV) of all Key Staff members and an affidavit that proposed I staff shall be available for the assignment during the project duration and their presentplace of duty may also be specified.The Consultantsare advisedto suggest I suchnames that shall be availablefor the Assignment. The technicalproposal shall includeduly filled in forms providedwith this RFP. The name, backgroundand professionalexperience of each expert staff member to be assignedto the project, with particular referenceto his experienceof work of a naturesimilar to that of the proposedassignment.

Current commitments and past performance are the basic criteria of technical

ConsultancyServices for Feasibility Study and DetailedDesign for Metalled Road from Motorway InterchangeKatha I Lilla upto Mianwali via Nali, Kund, Jabbi, Warcha,Golewali, Chhidru, Musakhel andMianwali (135 Km) 4 t I Instructionsto Consultants l proposal.You are required to provide the detailsof presentcommitments/on- going jobs as referred in the Form A-10 of technical proposal. Further, the basis for the past performanceis the report from Design Section and ConstructionWing of the I Client. 3.1.3 In preparingthe technicalproposal, you are expectedto examine all terms and instructions t included in the Documents. Failure to provide all requestedinformation shall be at your own risk and may result adverselyin the scoringof your proposal.The proposalshould be preparedas per RFP and any suggestionor review of staff etc. should be clearly spelt out in I form A-4. This will be discussedat the time of nesotiationmeetins as and when called.

3.I.4 During preparationof the technical proposal, you must give particular attention to the I following:

The Firm needsto be registeredwith PakistanEn$ineeiing Council (PEC).

I t:. b. If you considerthat your firm doesnot have all,thb expertisefor the assignmentyou may obtain a full range of experienceb,y.:associating with other firms or entities. I You may also utilize the servicesof e-xpatriateexperts but only to the extent for which the requisiteexpertise is not availible in any Pakistanifirm. In caseof Joint I Venture, the proposal should stateoleafly partners will be "Jointly and Severally" responsiblefor performance under the Contract and one (Representative)partner will be responsiblefor all de-alingswith the Client on behalf of the Joint Venture. Its t "Power of Attorney" on this account is to be enclosed.The representativepartner shall retain the responsibility,,fu the performanceof obligations and satisfactory completionof the consullancyservices. PEC registersa foreign consultingfirm for I issuing license to provide consultancy services in Pakistan, which is based on formation of JV withjthe condition that the foreign consulting firm shall provide only that shareof censultancy servicesby the JV for which expertise is not available t with Pakistaniror'rsultingfirms. A copy of JV agreementto be provided at the time of finalizing.ffieoatiact documentswith specificresponsibilities and assignmentsto I be looked after.=, each partner. c. Subconkacting part of the assignmentto the other Consultants is not discouraged I and Spoiplist,Sub-Consultantsmay be included. .::.:=' ::lr .il' d. {l!dk6.y professionalstaff proposedshall be permanentemployees of the firm unless I other'wisespecified in the Data Sheet. The minimum stay with the firm for such personsis Six months.No alternativeto key professionalstaff may be proposedand only one CV may be submittedfor eachposition. The minimum requiredexperience t of proposedKey Staff is specifiedin the Data Sheet.

The training shall be imparted during the currency of the contract if specified in the I Data Sheet.

3.1.5 The technical proposal shall not include any financial information. The Consultant's I comments,if any, on the data, servicesand facilities to be provided by the Client and I specifiedin the TOR shall be includedin the technicalproposal. ConsultancyServices for FeasibilityStudy and Detailed Design for Metalled Road from Motorway InterchangeKatha T Lilla upto Mianwali via Nali, Kund, Jabbi,Warcha, Golewali, Chhidru,Musakhel and Mianwali (135 Km) 5 I I Instructionsto Consultants

T 3,2 Financial Proposal

3.2.1 The financial proposal should be submitted using the format specified and enclosedwith T this RFP. This is a mandatoryrequirement for evaluation of proposalsand needs to be filled up carefully. The total cost is to be specifiedin the Form A-17.

I 3.2.2 The financial proposalshould list the costs associatedwith the Assignment.These normally cover remuneration for staff in the field and at headquarters,per diem, housing, transportationfor mobilization and demobilization,services and equipment(vehicles, office I equipment furniture and supplies),printing of documents,surveys and investigations. These costs should be broken into foreign (if applicable)and local costs.Your financial proposal t shouldbe preparedusing the formatsattached as forms A-1 1+o.A-17. 3.2.3 The financial proposal shall also take into account therprofeSsional liability as provided I under the relevantPEC Bye-Laws and cost of insurancesspecified in the Data Sheet. I 3,2.4 Costsmay be expressedin currency(s) listed in the:,Data'Sheet. 3.2.5 The evaluation committee will correct any computational errors. When correcting computational errors, in caseof discrepancyr,b:e,,1weena partial amount and the total amount, I or betweenword and figures the formers wilt prevail. In addition to the above conections, activities and items describedin the technicit Proposalsbut not priced, in the Financial Proposals shall be assumedto be inclbdtj-d-,,ithe prices of other activities or items. In case I an activity or item is quantified in the Financial Proposaldifferently from the Technical Proposal,the evaluationcommittee sh?ill'correct the quantificationspecified in the Financial Proposalso as to make it consistenily/iththat specifiedin the TechnicalProposal. I :=.:ri;' ' 4. SUBMISSIONOF PROPOSALS '1, t ;, 4.1 You shall submit 6ns,rq4-gina}'technicalproposal and one original financial proposal and the number of copies ..,,,fae ,.=specifiedin the Data Sheet. Each proposal shall be in a separate I envelopeindicating b'riginalor copy, as appropriate.All technicalproposals shall be placed in an envelopeclearly marked "Technical Proposal" and the financial proposalsin the one marked "Finan€i. Proposal". These two envelops, in turn, shall be sealed in an outer T envelope Ueql@ the addressand information specified in the Data Sheet. The envelope shall be cl@y marked, "DO NOT OPEN, EXCEPT IN PRESENCE OF THE, I EVALUAryI g.N COMMITTEE. " 4.2 In the event of any discrepancybetween the copies of the proposal, the original shall govern. The original and each copy of the technical and financial proposals shall be I preparedin indelible ink and shall be signedby the authorizedConsultant's representative. The representative's authorization shall be confirmed by a written power of attorney accompanyingthe proposals.All pages of the technical and financial proposals shall be I initialed by the personor personssigning the proposal. t +.3 The proposal shall contain no interlineationsor overwriting except as necessaryto correct errors made by the Consultantsthemselves. Any such correctionsshall be initialed by the t personor personssigning the proposal. ConsultancyServices for FeasibilityStudy and Detailed Design Motorway InterchangeKatha t Lilla uptoMianwali via Nali, Kund,Jabbi, Warcha, Golewali, Ch ianwali(135Km) 6 I t Instructionsto Consultants t 4.4 The completedtechnical and financial proposalsshall be delivered on or before the time, date,and the location specifiedin the Data Sheet. l 4.5 The proposalsshall be valid for the numberof days statedin the Data Sheetfrom the date of its submission.During this period, you shall keep availablethe professionalstaff proposed for the assignment. The Client shall make its best effort to complete negotiations at the I locationstated in the Data Sheetwithin this period. t 5. PROPOSAL EVALUATION 5.1 A Single-Stage-Two-Envelopeprocedures shall be adoptedin ranking of the proposals.The I technical evaluation shall be carried out first, followed by the financial evaluation. The Consultantsshall be rankedusins a combinedtechnical/financial score, ' T 5.2 TechnicalProposal ." '''

5.2.1 The evaluationcommittee appointedby the Clienf'shdll carry out its evaluationfor all the I projectsas listed in Para 1.1, applying the evalua,t-.io'ntiuiteriaand point systemspecified in the Data Sheet. Each responsive proposal:shall be given a technical score: St. The Consultants scoring less than seventy (70)'percent points shall be rejected and their ' I financialproposals returned un-opened. , , ..: 5.3 Financial Proposal ,.'' t ,:::: ,l,i 5.3.1 The financial proposals of the three'top-ranking qualifying Consultantson the basis of evaluationof technical proposals*all be openedin the presenceof the representativesof I theseConsultants, who shall be invited for the occasionand who careto attend.The Client shall inform the date,time and'addressfor openingof financial proposalsas specifiedin the Data Sheet. The total co,st and major components of each proposal shall be publicly l announcedto the attendir,rgrepresentatives of the firms. : 5.3.2 The evaluationcommittee shall determinewhether the financial proposalsare completeand I without computationalerrors. The lowest financial proposal(Fm) amongall shall be given a financial scorel.Sf,of 1000 points. The financial scoresof the proposalsshall be computed asfollows: t 'r,,,.. S/: (1000 x Fm)/F :'=., I -,.rriiir,ri(F: amount of specificfinancial proposal) 5.3,3 Proposals,in the Quality Cum Cost Based Selection (QCBS) shall finally be ranked accordingto their combinedtechnical (St) and financial (S1)scores using the weights (T- the I weight given to the technicalproposal, P : the weight given to the finan,gial,.proposal,and T+P:l) statedinthe Data Sheet i,,'-ll,lii;,,,, ;.-;,.;. : t, I S StxT %+sfxPYo it' +b-r'ili , ..,,-z ql:,l 6. NEGOTIATION '':;.,i1,;; .1,,r.ii.if;" I '.:t.,-. : 6.1 Prior to the expiration of proposalvalidity, the Client shall notify the successfulConsultant who submittedthe highest ranking proposal in writing, by registeredletter, cable telex or I facsimileand invite it to nesotiatethe Contract.

ConsultancyServices for Feasibility Study and DetailedDesign for Metalled Road from Motorway InterchangeKatha t Lilla uptoMianwali via Nali, Kund, Jabbi,Warcha, Golewali, Chhidru, Musakhel and Mianwali (135 Km) 7 I I Instructionsto Consultants I 6.2 Negotiations normally take from two to five days. The aim is to reach agreement on all I points and initial a draft contractby the conclusionof negotiations. 6.3 Negotiationsshall commencewith a discussionof your technical proposal.The proposed methodology,work plan, staffrng and any suggestionsyou may have made to improve the I TOR. Agreementshall then be reachedon the final TOR, the staffing, and the bar charts, which shall indicate activities, staff, and periods in the field and in the home office, staff I months,logistics and reporting. 6.4 Changesagreed upon shall then be reflectedin the financial proposal,using proposedunit rates(no negotiationof the staff month rates). .-: I ,,,;.., 6.5 Having selectedConsultants on the basis of, among othe{,.th1' s, an evaluation of proposed key professionalstaff, the Client expectsto negotiatea'contract on the basis of the staff I namedin the proposal.Prior to contractnegotiations, the Client shall requireassurances that the staff memberswill be actually available.The Client shall not considersubstitutions of key staff except in casesof un-expecteddelays ih thb starting date or incapacity of key I professionalstaff for reasonsof health.

6.6 The negotiations shall be concluded with a' ieview of the draft form of the contract. The I Client and the Consultants shall finahlglhe contract to conclude negotiations. If negotiationsfail, the Client shall invite:rthe-.Consultantsthat received the secondhighest scorein ranking to Contractnegotiations. The procedurewill continuewith the third in case I the negotiationprocess is not succebsfulwith the secondranked consultants.

,7 AWARD OF CONTRACT ..... I l: ::: 7.1 The contract shall be awarded after successfulnegotiations with the selectedConsultants and approved by tho competent authority. Upon successful completion of l negotiations/initialingof the.:draft contract, the Client shall promptly inform the other Consultantsthat their p_iopoSalshave not been selected.

I 7.2 The selected Colr..sultafrtis expected to commence the assignment on the date and at the location specifi.g.diA the Data Sheet.

I 8. CONFIRMETTONOT RNCBTPT

il::...',:: :::. t Pleaseinformlhe Client by telex/facsimilecourier or any other means: (D That you received the letter of invitation; t (ii) Whetheryou will submit a proposal;and (iii) If you plan to submit a proposal,when and how you will transmit t I t

ConsultancyServices for Feasibility Study and DetailedDesign for Metalled Road fiom Motorway InterchangeKatha I Lilla upto Mianwali via Nali, Kund, Jabbi,Warcha, Golewali, Chhidru, Musakhel and Mianwali (135 Km) 8 I I DataSheet

Annex-B I DATA SHEET

I LOI Clause DESCRIPTION OF CLAUSE No. I (6Feasibility 1.1 The nameof Assignmentis:- ConsultancyServices for Study and Detailed Design for Metalled Road from Motorway Interchange Katha Lilla upto Mianwali via Nali, Kund, Jabbi, Warcha, Golewali,Chlrjdru, Musakhel I and Mianwali (135Km)" I The Client'sName is:- National Highway Authority '# 1.2 -';:t I 1.3 Phasing of the Assignment (if any': Nil = {t*' The Consultant shall commence the assigl.rmebiupon signing of Contract t Agreementbetween NHA andthe success{g.,ffion3trltant. Jl!'1iw*l, 1.5 Pre-ProposalConference: Yes _^l*gg..& I -,,.* B---.tl The name(s)and address(es) ofYih6 OffiEialG) is (are): .,l}?i..".. .= GeneralManager (P&CA)'\I'r-:-:i':?''= I National Highway 4uthorlp;ilrtii:, 28, MauveArea, G-9/l ; fi lslamabad %#, i #' I ".,1€,J Date,Time andVgdAg.r;ufor Pre-proposal Conference: I t!,, 1* Jt Time: L1 I I -i,i i :.:l 1.6 The.Clientshall provide the following inputs: t As per TOR and AppendixD. 1.7 Followingsub-clauses are added:

I iii. The Consultantmay pleasenote not to suggestnames of key staff already proposedin other proposalswith the Client or awardedrecently. This will affect adverselymarking of theseprofessionals in evaluationof the technical T proposal.Their securedpoints are liable to be reducedby 50% if their name appearsin morethan I previousproposal in whichthey areranked No.1. Also t the existins load of work with a firm shall be consideredas one of the factors ConsultancyServices for Feasibility Study and DetailedDesign for Metalled Road from Motorway InterchangeKatha I Lilla uptoMianwali via Nali, Kund,Jabbi, Warcha, Golewali, Chhidru, Musakhel and Mianwali (13f Km) 9 I t I Data Sheet

I for the considerationin the awardof the work. Form A-4 is meant for commentson provision containedin RFP and Terms I of Reference(TOR) and unlessthe observationsare noted in this particular form, anything written elsewhere on this account including financial implications,if any, shall be consideredof no consequencein the evaluation I process. I 1.8 The Invited Consultants/ Eligible Consultantsare: Any firm meeting the following requirements: t (a) Valid RegistrationCertificate of PakistanEngineering Council. (b) Affidavit in original bearing the subject with projeCt name on stamp paper I duly attestedby the Oath Commissionerto the ef,:fectthat the firm has neither been blacklistednor any contractrescinded.in the past for non-fulfillment of contractual obligations (By all member firms, in case of JV and/or sub- I consultanl).

(c) Facilities availablewith the Consultantlo"perform their functionseffectively t (properoffice premises,software, t-l'at Ware, record keeping etc.) (d) Client's satisfaction certificates:..(PeiformanceReports) for the last three t relevant assignmentsfrom, the iespective Clients. Moreover any adverse report regardingperformanc€:qfriConsultant on NHA projectsreceived from NHA's any relevant quarler may become basis for its disqualificationfrom I the servicesabove named in,rclause 1.1. (e) Signing and certificatioh of the Checklist for Completenessof the Proposal t as per attachmentat the end of Data Sheet. : (fl Man-montbs,of.jlfaff and Proiect Duration as per TOR.

I 2.1 The Documents..: ar€1:, (a) Letterof Invitation(LOf . ,, ,t' t (b) Instructionsto Consultants(ITC). 'Data',: ..:: (c) Sheet. ,,,-' ,,: .' .:,i'.:::i . i-ij:'I_'_ &/ ' T (d) TechnicalProposal Forms. :.,,'., ".',' . | | \,;,i (e) FinancialProposal Forms ,'",i &J? l:jl rL \ -z iL,, t (0 Appendix- A: TOR andBackground Information. / .;,'. til,:i'1 (g) Appendix- B: Man-Monthsand Activity Schedule l: t ,i: ,' 1rr') ' :::..,' T (h) Appendix - C: Client's Requirementsfrom the Consultant. (i) Appendix - D: PersonnelEquipment, Facilities and Other Servicesto be I Providedby the Client. 0) Appendix - E: Copy of Model Agreementl Draft Form of Contract & T Appendicesetc. ConsultancyServices for Feasibility Study and DetailedDesign for Metalled Road from Motorway InterchangeKatha I Lilla upto Mianwali via Nali, Kund, Jabbi,Warcha, Golewali, Chhidru, Musakheland Mianwali (135 Km) l0 I I Data Sheet l (k) Form of Contract (For Consultantsto perform services as a Joint Venture) 2.2 The words "Twenty one (21)" is deletedin its entirety and replacedwith "Five t (0s)" The addressfor seekingclarification is:

I General Manager (P&CA) National Highway Authority 28, MauveArea, G-91I, I Islamabad E-mail: [email protected]

I 3.1.1 Add following:

The proposals should be bound in the hard book binding form to deny the I possibility of removal or addition of page(s).All the pages of proposal must be signed and stamped in original by authorized rep'fesehtativeof the firm/JV. All the pagesmust be numbered starting from fiagt'p to last. Any proposal found I not adheringto theserequirements will be rc.iected.atthe time opening.

3.1.4 I d. Proposedkey staff shall preferablybe permanentemployees who are employed with the consultantsat leastsix monthsr,piiorto submissionof Proposal. I Yes { No .:.....:,:: The minimum requiredexperience of proposedKey staff is given below: I :,t 'i FOR KEY STAFF T Team Leader/ .ri' Minimum B.Sc. (Civil Engineering) with minimum Sr. Highway Engineer twenty (20) years' relevantexperience (proven fifteen (15) years' designexperience as Highway/ Geometric t Design Engineeron National Highways Projects); -oR- M.Sc. (Transportation Engineering) with minimum I eighteen (18) years relevant experience (proven thirteen (13) years' design experience as Highway/ Geometric Design Engineer on National Highways I Projects) He/shemust also have performed as Team Leaderfor t at leastthree (03) major Highway Design Projects

PavementSpecialist/ Minimum B.Sc, (Civil Engineering) with minimum I Traffic Engineer twenty (20) years' relevantexperience [proven fifteen (15) years' designexperience as PavementSpecialist/ Traffic Engineeron major Highways Projectsl; t -oR- M,Sc. (Highway Engg./ Transportation Engg.) with t minimum eishteen (18) years' relevant experience ConsultancyServiids.for'FdasiUltity Study and DetailedDesign for Metalled Road from Motorway InterchangeKatha T Lilla upto MianwaliviaNali, Kund, Jabbi,Warcha, Golewali, Chhidru, Musakheland Mianwali(135 Km) I t DataSheet

I [proven thirteen (13) years'design experienceas Pavement Specialist/ Traffic Engineer on major l Highways Projectsl Bridge/ Structure Minimum B.Sc. (Civil Engineering) with minimum Engineer twenty (20) years' relevantexperience (proven fifteen t (15) years' design experience as Bridge/ Structure Design Engineeron National Highways Projects); l -oR- M.Sc. (StructureEngineering) with minimum eighteen (18) years relevant experience(proven thirteen (13) I years' design experienceas Bridge/ Structure Design Engineeron National Highways.Projects) He/she must also have experience of designing I independentlyat leasttryo'bridges on major rivers.

Hydrology & Drainage Minimum B.Sc. (Civil Engineering) with minimum t Engineer twenty (20) yearsrelevant experience (proven eighteen (18) years' deSign experience as Hydrology &. Drainage Engineer on major Highway and Bridge I Projects);-'.',,,,,,',, -OR-,.-'-t,,.' I M.So.,(Hydrology I DrainagelHydraulic Engineering) with minimum eighteen(18) yearsrelevant experience (p,rovensixteen (16) years'design experienceas I Hydrology & Drainage Engineer on major Highway and Bridge Projects);

T Geo Technical ,,: Minimum B.Sc. (Civil Engg./Geo-TechEngg.) with Engineer/Material minimum twenty (20) years' relevant experience Engineer fproven fifteen (15) years' design experienceas Geo t Technical Engineerl Material Engineer on major Highways and BridgesProjectsl; I -oR- M.Sc. (Geo-TechEngg.) with minimum eighteen(18) years' relevantexperience [proven thirteen (13) years' I design experience as Geo Technical Engineer/ Material Engineer on major Highways and Bridges t Projectsl DAE (Civil); preferably having Bachelor's in Civil Quantity Surveyor Engineering. I In case of DAE having minimum eighteen(18) years post-qualification experience in Highway Sector I which includesproven ten (10) years' experienceas Quantity Surveyoron Highway Projects. -oR- I In caseof Bachelor's Degreehaving minimum fifteen ConsultancyServices for Feasibility Study and Detailed Design for Metalled Road from Motorway InterchangeKatha I Lilla upto Mianwali via Nali, Kund, Jabbi,Warcha, Golewali, Chhidru,Musakhel and Mianwali (135 Km) 12 I I Data Sheet

I (15) years post-qualification experiencein Highway Sector including seven (7) years' experience as I Quantity Surveyoron Highway Projects. Surveyor DAE (Civil); preferablyhaving Bachelor's in Civil Engineering. I In caseof DAE having minimum eighteen(18) years post-qualification experience in Highway Sector which includes proven ten (10) years' experienceas 3 Surveyoron Highway Projects. -oR- I In case of Bachelor's Degree having minimum ten (10) years post-qualification experiencein Highway Sector including seven (7) ,years' experience as I Surveyoron Highway,P,1ojects.

Itants are adv undated CV' I compliance with the format of CVs sive! in,,5€qhnical Proposal Form A-5. CVs submitted without regard to the s4i$i'fgfFat mav score low. t Training is an important feature of 1!iis ASSignment: . f I Yes { No If Yes, detailsof training are given in TOR

"-'t' t't I 3.2.1 The last line of this Parais deletedin its entirety and replacedwith following:

The total cost is to be s.pecifiedin the Form A-17 and accordinglyalso in Form I A-11 j:j rl. .l'dtl I ?ii 3.2.3 Professional, lirabilitV, insurances (description or reference to appropriate I documentation): i. Th; ConSultantsshall be responsiblefor ProfessionalIndemnity Bond of the ifuf,,g,,A amount at their own cost. This bond shall be in the joint name of t Consultant and the Client.

ii. The Consultantsare requiredto insure their Employeesand Professionalsfor I Hospitalization/ Medical, Travel and Accident Cover for the duration of the Contract.The detailsprovided in Para 3,5 of SpecialConditions of Contract I in Model Contract. I 4.1 The numberof copiesof the Proposalrequired is: TechnicalProposal: One Original and Three copieswith CD (soft form of I completeTechnical Proposali@

C*sutt*iy Servicesfor Feasibility Study and DetailedDesign for Metalled Road fiom Motorway InterchangeKatha I Lilla upto Mianwali via Nali, Kund, Jabbi,Warcha, Golewali, Chhidru,Musakhel and Mianwali ( I 35 Km) I 3 I I Data Sheet I envelope. FinancialProposal: One Original with CD (soft form of complete FinancialProposal in PDF aswell asMS Word/Excel I Forms)in sealedenvelope. I The addressfor writing on the proposalis: GeneralManager (P&CA) NationalHighway Authority I 28, Mauve AreaG-9/I Islamabad ii::t;,11,,.. Telephone:+92-51-9032727 + I Facsimile: +92-51-9260419 .,.,:::-;,;,::,i:"t';,;,,. 4.4 The dateand time of proposalsubmission is: "- Date: 21't March r2017 ;r'*+!. t Time: 1130hours +l'r,:1,r1111 Locationof Submission NHA Main Auditorium I NationalHi ghway" Authority 27, MauveApd'G-9/l 'i;..+ Islamabad. ...1:.;::1

.1. : I 4.5 Validityperiod of theproposal is: 180days The$id.'siAil remain valid upto 17th September, 2o:19...'.

I The location for negotiation,o,f,proposalis: == -,'i General Manager (P&CA) ; " "', National Highway Authority i:i:. 28, Mauve AreaG-9/l Islamabad Telephone:+92-5T-9032727 '=;: t Facsimile:+92-5I-9260419 "i

I 5.2 The ev-.alti6tionof technicalproposal shall be basedon following criteria: :::-'"""';: :::: : ,.*. xi'rliliii"

,:. ii-. ! t # PesCription/ Items Points +,t\ffi Qualificationof theFirm l2S ifili;lt' a) GeneralExperience (25) I b) SpecificExperience of the Firm (100) ii. Approach& Methodology 180 Understandingof Objectives(20) Qualityof Methodology(50) t Innovativeness/Commentson TOR (20) Work Program(40) StaffingSchedule (40) I Conciseness,clarity and completeness in proposalpresentation (10) t iii. Qualificationand Experience of the Key Staff 550 ConsultancyServices for Feasibility Study and DetailedDesign for Metalled Road from Motorway InterchangeKatha t Lilla uptoMianwali via Nali, Kund,Jabbi, Warcha, Golewali, Chhidru, Musakhel and Mianwali (135 Km) 14 I I I DataSheet

I v. Pastperformance of the firm 120 Total 1000 Points: t Minimum qualifying technical score: 700 The points earmarkedfor evaluationsub-criteria (iii) for suitabilityof Key Staff I are:- Description/ Items Points(7o) I Academicand GeneralQualifications 30 Professionalexperience related to the Project 60 Statuswith the firm (Permanent& duration with 10 I Firm asper LOI Clause3.1.4 (d)) Total Points: 100 t 5.3.1 Followingis added: The words "three top-rankingqualifying consulting.firms"is deletedin its entiretyand replacedwith the words "qualifyingreonsultants" I ::- The date, time, and addressof the financial proposal opening are:

I After evaluationand approvalof technicfuoposals (TO BE INFORMED I LATER). l s.3.3 The weights given to the'':Feah'nicaland Financial Proposalsare:

Technical: 80o ,'. I ,' "l ,,, ,,,, Financial: 20o/"

I 6.3 Add following"at the end of this Para: The final perso-n.,.rnpfr:ttrsof each expert are subject to adjustment at the stage of contract negotiatllln in line with demonstratedapproaches methodology and need I bases. ': t 1',' The assignrn*Ontisexpected to commencein: .Iune,2{}17 a::.,. . ,, .'), t 8 The Clauseis deletedin its entirety I I .', l,i,r,i.i,a..r-.*. 'j t rt. \*. \ v4r,, I ''i' 1,,,;,;;;,i1r,.:.,,r)1j ConsultancyServices for Feasibility Study and DetailedDesign for Metalled Road from Motorway InterchangeKatha t Lilla upto Mianwalivia Nali, Kund, Jabbi,Warcha, Golewali, Chhidru, Musakhel and Mianwali (135Km) 15 I I Checklist t Checklist for Completenessof Proposal

Must attach Documents s. Description T No. In caseof SingleEntity In caseof Wi Sub-Consultants Power of Attorney to submitthe Proposal By the owner/owners of Firm to a. By the owner/ownersof each (Original, scannedcopy is not acceptable) authorizedrepresentative. Firm to authorized I b.In caseof more than one owner, representative. legal authorityof issuingPower b. In caseofmore than one owner. of Attomey of Executantsitself. legal authority of issuingPower of Attorney of Executantsitself. I c. Pg,,WsrofAttorney by the duly authofiZedrepresentative(s) of , lnemler firm(s)/sub- 'Consfrltant(s)to the authorized . rebresentativeofLead Firm I 'ff\By z- Power ofAttorney to sign the Proposal a. By the owner/owners of $gg{ti}.A the owner/owners of each (Original, scannedcopy is not acceptable) authorized representativeft$, = + Firm to authorized b. In caseofmore than one olvner, representative. I legalauthority of issuingPower b. In caseofmore than one owner, of Attorney o I Executantsltself. legal authorityof issuingPower of Attorney of Executantsitself. c. Power of Attomey by the duly r sPr vs\!,, 't4.!,+ I memberfirm(s)/sub- ..,.,. sf= consultant(s) to the authorized ::*.. representativeof Lead Firm 3. Each Firm (all JV members) I Letter of Intent to form JV on firm's Wj;:$"- including the Lead Firm, to sign letterhead/JV agreementon stamp paper {r* ^ throughits authorized (Original, scannedcopy is not acceptable) representative(alongwith "*ll*,,,'F,! authorization) I 4. TECHNICAL PROPOSALFORMS A-1 to A-10 duly completedas per lnstructions.to Consultants/Data Sheetand requiremen$of Must provide Must provide q TOR (To be attachedwith Technicaf/ i L#' I Pronosal\ {I j. .*. 5. Valid RegistrationCertificate of Pakistari"r EngineeringCouncil with releyanifroject Must provide Must provide Profile Codes rj'i 7 I 6. Foreignconsulting firmS:3ha["tr1ffi€ W in PEC License(s)must be provided accordancewith Bye-Law6(!) andBye-Law at the time of proposalsubmission 9 of thePakistan EngineeiiiifEouncil Ineligible (Conductand Practice ofl0onsulting Engineers)Bve-I46ws 1986 T 7. Affidavit on s-tamprpaperduly attestedby the Must provided be by all member Oath Commissionerfdthe effect that the firm firm(s) includingthe Lead firm hasneither boen blacklisteO nor any conracr Must provide (and sub-consultan(s)if rescindedin ttre,pastfor non-fulfillment of applicable) I coii{fabtua*;.oblf6ations 8. rl;Fffigdjfiri.s availablewith the Must be provided for eachJV Consultfiiifto performtheir functions member including the Lead firm Must provide separately.In caseofinvolvement effectively (properoffi ce premises,software, I ofsub-consultant(s),will alsobe hardware,record keeping etc.) orovided 9. Affrdavit on stamppaper duly attestedby the Must be provided for eachJV Oath Commissionerto the effect that the member including the Lead firm t proposedPersonnel shall be availableas per separatelywho haveproposed their proposedinputs in the Personnel Must provide Personnel.In caseofinvolvement Scheduleand TOR of Specialistsub-consultant(s), the affidavit will be signedby the t individual himself 10. PerformanceCenifi catelAssignment Must be provided for completed CompletionCerttficate (All completed projects ofeach memberincluding Must provide projectsmentioned under TECHNICAL Lead firm I PROPOSALFORM A-2 CLIENT'S I I I I Checklist

I Must attach Documents S. Description No. In caseof SingleEntity In caseofJV/ Sub-Consultants REFERENCE I Note: Any project mentioned completed underForm A-2 will not be consideredfor evaluationunless Performance Certificate/ AssignmentCompletion Certificate with I satisfactoryremarks by the client's representativeis not attached.The Client NIIA reservesthe right to verify the Performance/Assignment Completion t Certificates. ll Integrity PactDocument duly filled in the h blank spaceswith requisiteinformation and Must provide t Mustprovide siened/stamoed I 12. FINANCIAL PROPOSALFORMS A-11 to A-17 duly completedas per lnstructionsto Consultants/Data Sheetand requirementsof Must provide st Mustprovide TOR (To be attachedwith Financial I Pronosal) l3 Audit Reportsof the firm for past threeyears Must be provided for eachfirm duly certified by ChafteredAccountant (To who proposesPersonnel for the be attachedwith FinancialPronosal) Assisnment I 14. Sequentialpage numbering of Proposal. Signingand stampingofproposal (Technical and Financial)wherever indicated as well as Must fulhll the requirement initial/ signatureand sealon all other pages T ofproposals.The Proposalis bound as hard book to deny addition/removal ofpages

Certification:- $.i?^ .ffi I .:.,4 I, the undersigned,certify tothe bestof my knowledgeand belief that all abovementioned documents(as applicable),Sr. Ng.lfttg I I have been attachedto our proposaland signedand I stampedas per requirementmenti'

t (Seal) t Note: copy or scannedsignatures are not allowed I ConsultancyServices for Feasibility Study and DetailedDesign for Metalled Road from Motorway InterchangeKatha I Lilla uptoMianwali viaNali, Kund, Jabbi,Warcha, Golewali, Chhidru, Musakhel and Mianweli.{.1.35 Km) 17 I t I I I I r I I r I I I I r r I I I III EvaluationSheets

SUMMARY EVALUATION SHEET FOR FULL TECHNICAL PROPOSALS(QCBS)

Max. Firm I I tffn z EVALUATION CRITERIA Weisht Ratine Score Rating Score I. Firms Experience 125 a) General Experience ofthe firm 25 b) SpecificExperience ofthe firm 100 II. Approach and Methodology 180 F UnderstandingofObjectives 20 ) Oualiwof Methodoloev 50 ) Innovativeness/ Comments on TOR 20 ) Work Program 40 ) Staffine Schedule 40 F Conciseness,clarity and completeness in proposal Dresentation l0 III. Personnel(Areas of Expertise - Qualification and Competenceof Key Staff) 550 a) Team Leader/ Sr. Hishwav Enein€€i 145 b) PavementSoecialist/ Traffic Ensineer 100 c) Bridse/ Structure Ensineer 100 d) Hydroloev and DrainageEngineer 80 e) Geo-TechnicalEneineer/ Material Ensineer 80 fl Ouartiw Survevor A< IV. Present commitment of the firm 25 V. Past performance of the consultant in last three assignments 120 The basisfor PastPerformance of the consultantis the i6porl from variousquarters in NHA particularly Design Section. The Client's satisfactioncertificates are also required to be attached for last three .ornpl.t.d projectsof comparablemagnitude. The current commitments are to be assespedas pei'works in hand by the consultant. TOTAL 1000 Excellent - 1007o Very Good - 90-99% Above Average - 80-89% Aterage - 70-79'lo Below Average - l-69%o Non-complying - 07o Score: Maximum Weight x rating / 100. Minimum qualifying score is 707o or 700 marks.

ConsultancyServices for FeasibilityStudy and Detailed Design for Metalled Road from Motorway InterchangeKatha Lilla upto Mianwali via Nali, Kund, Jabbi, Warcha,Golewali, Chhidru,Musakhel and Mianwali (135 Km) l8 I I I I I I I I I I I I I I I I r III EvaluationSheets

PERSONNELEVALUATION SHEET

Academic and General Project related OVERALL RATING POSITION/ AREA OF Status with the Firm** Name Experience (Sumof Weighted EXPERTISE Qualification* lOYo Weisht 30% Weieht 60% Ratines) Percentage Weighted Percentage Weighted Percentage Weighted (Show (A+B+C) all expertsto be evaluated) Ratins Ratine(A) Ratine Ratins(B) Ratine Ratinp/C) a) TeamLeader/ Sr- Highway Engineer b) PavementSpecialisV Traffic Engineer c) Bridge/Structure Engineer d) Hydrology and Drainage Engineer e) Geo-TechnicalEngineer/Material Enpineet 0 QuantitySuweyor

- - Rating: - Excellent - 1007o Very good - 90-997o Above Average - 80-89% Average --70q9{fo Befow Average 149"/" Non-complying 07o ScoE.MrliDum W.irit X nlilg / 100. t ,.a"\ T4hnictl Engmer^'lat nal Cneincc M Sc with " ForTm L.ad.r/ Sr. HiehwayEnginer, Pavenflr spec,al'svTEflic Ensinq Bddge/strdE dlgir{ f{}dolosy & Drdn.ge Engin.d. G@ addnrcndFinines/ ou66 .eledr !o s,enmar - r00p,4M.s.. - 90p,o:B.sc. r irh ddn'tal raSrB! d66 rclddt !o asisn|mr - 80%:B.sc. - ?Qpl.

Fo'Qudtirysud€'or:B-sc'wiibadditionaltEinin8y6ut6El€v&ttos99mmr-looorh'lmy":D'A'E(civit)witfrdditj6.|tr.ining,@Rsrldmr!o6signn€nt-8;D'A'E(civil) '7e^ *o t. \ ' *. Fulltin - l00E; Phnd@ otrlyfor thisrssignhdr - oyo _ 1,-,

ConsultancyServices for FeasibilityStudy and Design for Metalled Road from Motorway Interchange Katha Lilla upto via Nali, Kund, Jabbi,Warcha, Golewali, Chhidru,Musakhel and Mianwali (135 Km) l9 I I TechnicalProposal Forms I t I I I I I

T TECHNICAL PROPOSAL FORMS T I I I I I I t I

ConsultancyServices for Feasibility Study and Detailed Design for Metalled Road from Motorway InterchangeKatha I Lilla uptoMianwalivia Nali, Kund,Jabbi, Warcha, Golewali, Chhidru, Musakheland Mianwali(135 Km) 20 t TechnicalProposal Forms

I Form A-1 I TncnNrcAL PRoposALSUBMISSIoN Fonvt

I {Location,Date} I To: [Name and addressof Clientl DearSirs:

We, the undersigned,offer to provide the consulting,gervicesfor [Insert the Project Name] in accordancewith your Request for Proposals dated finsert Date]. We are hereby I submitting our Proposal,which includesthis TechnicalProposal@'a Financial Proposalsealed in a separateenvelope...... , ,,,..,,,.

I [{If the Consultantis a joint venture, insert the following: We are submitting our Proposal in a joint venture with: {lnsert a list with full name and the legal addressof each member, and indicatethe lead member).We have attacheda copy ,{insert:"of our letter of intent to form a joint t venture" or, if a JV is already formed, "of the il agreement") signed by every participating member, which details the likely legal structuri of and the conf,trmation of joint and severable liability of the membersof the saidjoint venture. t '. 1'':. OR

I If the Consultant'sProposal includes S,ub-consultants, insert the following: We are submitting our Proposalwith the following firm(s) as Sub-consultants:{lnserl a list with full name and country of eachSub-consultant.)] T , We herebydeclare that: ".,1,,1,, ;:t:'t:'7iI i':::'::: I (a) All the information afid statementsmade in this Proposal are true and we accept that any ',or misinterpretation misrepresentationcontained in this Proposal may lead to our t disqualificatio,,qtifi or may be sanctionedby the Client. (b) Our Pro,F sal,,Stallbe valid and remain I the Data5heet,Clause 4.5. (c) We haveno conflict of interestin accordancewith LOI Clause1.9.

I (d) We meet the eligibility requirementsas statedin Data SheetClause 1.8.

(e) Neither we, nor our JV Partner(s)/sub-consultant(s)or any of the proposedexperts prepared I the TOR for this consultingassignment.

(0 Within the time limit stated in the Data Sheet, Clause 4.5, we undertaketo negotiatea I Contract on the basis of the proposedKey Experts.We acceptthat the substitutionof Key Expertsfor reasonsother than thosestated in Letter of Invitation, Clause6.5 may leadto the I terminationof Contractnegotiations.

ConsultancyServices for Feasibility Study and Detailed Design for Metalled Road from Motorway lnterchangeKatha I Lilla upto Mianwali via Nali, Kund, Jabbi,Warcha, Golewali, Chhidru,Musakhel and Mianwali (135 Km) 2l I I TechnicalProPosal Forms

I (g) Our Proposal is binding upon us and subject to any modifications resulting from the Contractnesotiations. f We undertake,if our Proposalis acceptedand the Contractis signed,to initiate the Services - relatedto the Assignmentnot later than the datementioned in Data Sheet4.5 (or the date extended I with the written rinrunt of Consultantin caseof detayin procurementprocess) t We understandthat the Client is not bound to acceptany or all Proposal(s)that the Client I recelves. I r We remain, t Yours sincerely.

Authorized Signature full and initials}: . I- {In Name and Title of Signatory: - Name of Consultant(company's name or JV's name): In the capacity of: I I t3l,T::;

I Lilla uptoMianwali via Nali, t

I t TechnicalProposal Forms

I Form A-2 t CLIENT'SREFERENCE Relevant Services(as per RFP notice) Carried Out in the Last Ten Years T Which Best Illustrate Qualifications Using in the format below, provide information on each referenceassignment for which your firm, either individually as a corporateentity or as one of the major companieswithin a consortium, I was largely contracted. I AssignmentName: Country: I : ., Location within Countrv : Professional Staff Provided by I Your Firm:

I Name of Client: No of Staff: t Address: No of Staff Months:

I :::: -:'::::.''.:::': Start Date (Month/Year) : CornplptibnDate Approx. Value of Services(in I (Month/Year): CurrentUS$ /Rs.)

Name of Associated No. of Months of Professional t Firm (s), if any: Staff Provided by Associated Firm(s) ,,-,?r =, Name of Senior Stdf,flP?oject Director/Coordinatot,Team Leader) involved and functions t j pertormed:

I NarrativeDescriptibn of Project I Descriptionof Actual ServicesProvided by Your Staff Consultants'Name:

I ' tt 'i-'.;;i.; : I $i- i;i' /' ,i,:,1, t ,' i .'.,,;,';::,ii,i)li''i' ConsultancyServices for Feasibility Study and Detailed Design for Metalled Road from Motorway InterchangeKatha I Lilla upto Mianwali via Nali, Kund, Jabbi,Warcha, Golewali, Chhidru, Musakheland Mianwali (135 Km) 23 T I TechnicalProposal Forms

I Form A-3 APPROACHPAPER ON METHODOLOGY PROPOSED FOR PERFORMING THE t ASSIGNMENT l I I I l I I I I I I I I

'I '':'.a, I ra; il,.';', 'i:.:iL "j I i J- i;jj "'.'/,,'1,,,,,,,,,,,,,,,,...... 1$' I " ; ; ' 'i'rri'

Coo*ttu*y Servicesfor Feasibility Study and DetailedDesign for Metalled Road llom Motorway InterchangeKatha T Lilla upto Mianwali via Nali, fund, Jabbi,Warcha, Golewali, Chhidru, Musakhel and Mianwali ( I 35 Km) 24 I I TechnicalProposal Forms

I Form A-4 I COMMENTS/SUGGESTIONS OF CONSULTANT

I On the Terms of Reference(TOR) I 1. 2.

a: I J. : 4. I '_ t't 5. ., ::::,

I 6,-'' 't- '', "' Etc. ,. ,. l .:.:::: :. I On the data,services and facilities to be provided by the Client specifiedin the TOR. i f.

:::: I :i.. 2' :" "' '3. , :::' I ,i' ::, ,. I 4. 5. . ,,:::. I Etc. t't=.,, '::, T t I I I

ConsultancyServices for FeasibilityStudy and Detailed Design for Metalled Road from Motorway InterchangeKatha T Lilla uptoMianwali via Nali, Kund,Jabbi, Warcha, Golewali, Chhidru, Musakhel and Mianwali (135 Km) 25 I t TechnicalProposal Forms

I Form A-5 I FORMATOF CURRICULUM VITAE (CV) FOR PROPOSED KEY STAFF

I l. ProposedPosition: I 2. Name of Firm: J. Name of Staff: t +. Profession: I 5. Date of Birth: 6. Yearswith Firm: t 7. Nationality: I 8. N.LC Number: 9. Cell Number:

T 10. Membershipin ProfessionalSocietieS: (Membershipof PEC is Mandatory)

I 10. DetailedTasks Assigned on the.Projeet: t t KeyQualifications:,,.=.,-,',,,.. '"-- I .,-, fGive an outline of staff.member'sexperience and training most pertinentto tasks on assignment' Describedegree of respo6ibility held by staff member on relevantprevious assignments and give T datesand locations. Use d{i:'toone page]. Education

T giving names of [Summarizecollege/university and other specializededucation of staff member, I institutions,dates attended and degreesobtained]. t EmploymentRecord

positionsheld I [Startingwith presentposition, list in reverseorder every employmentheld. List all by staff membersince graduation,giving dates,names of employingorganrzations,title of positions held and location of assignments. For experiencein last ten years, also give type.s.lofa-c-ti'y+ltes I performedand Client references,where appropriate]' I Cr"r"lt"*y S"rt"* f"r FeasibilityStudy and O.tuif"O Design for MetalledRoad ffom Motorwaymiei'Cnaligd'Ratra I Lilla uptoMianwali via Nali, Kund,Jabbi, Warcha, Golewali, Chhidru, Musakhel and Mianwali (135 Km) 26 t I TechnicalProposal Forms

T t Languages

flndicateproficiency in speaking,reading and writing of eachlanguage: excellent, good, fair, or I poorl. t Certification I, the undersigned,certify to the best of my knowledge and belief that

I (i) This CV coruectlydescribes my qualifrcationsand experience (ii) I am not a currentemployee of the Executingor the ImplementingAgency (iii) In the absenceof medical incapacity,I will undertakethis assignmentfor the duration and in I terms of the inputs specified for me in Form A-9 provided-tearn mobilization takes place within the validity of this proposal. (iv) I was not part of the team who wrote the terms of referencgfor this consultingservices I assignment (v) I am not currently debarredby any deparlment/organizatid-(semi-autonomous / autonomous) bodiesor suchlike institutionsin Pakistan. ".,:r. I (vi) I certify that I have been informed by the firm that itis,!- luding my CV in the Proposal for the {name of project and contract}. I confirm that I fill be availableto carry out the assignment for which my CV has been submitted in accordan'se-withthe irnplementationarrangements and I scheduleset out in the Proposal.

If CV is signedby the firm's authorizedrepresentative: I l (vii) I, as the authorizedrepresentative of the fi.rm submittingthis Proposalfor the {name of project and contract),certify that I have obtainedthe consentof the namedexpert to submit his/herCV, I and that s/he will be available,,.to.;carryout the assignment in accordance with the implementation arrangementsaAA scnedule set out in the Proposal, and confirm his/her t compliancewith paras(i) to (v),above. (viii) Latest colored attested gretphstapled attached with the CV. I I understandthat any willfluL misstatementdescribed herein may lead to my disqualification or dismissal,if engaged. .: I Signatureof exB- ' t::authorized Date: I representativeof thsfirm DaylMonth/Year I Full nameof authorizedrepresentative:

I Note: copy or scannedsignatures are not allowed t I

Co^uftu*y Servicesfor Feasibility Study and DetailedDesign for Metalled Road from Motorway InterchangeKatha I Lilla uotoMianwali via Nali, Kuncl,Jabbi, Warcha, Golewali, Chhidru, Musakhel and Mianwali(135 Km) 27 I rlr rl lr rl IIIII- rltrlrrltlrlrIrlrl IT Technical Proposal Forms

Form A.-6 COMPLETION AND SUBMISSIONOF REPORTSAS PER TOR

Reports Date

2. a J. 4. 5. 6.

8. 9.

c.".rft"t"y S"*i""" i". feasibiliry Studyand DetailedDesign for Melalled Road fon Motorway InterchangeKatha Lilla upto Mianwali via Nali, n4 Jabbi,Warch4 Golewali, ChhidntMusakiel and Mianwali (135 Km) 26 fI rl I a rl rt n r rl Ir -a - lr Ir Ir trrrlrlrllr Technical ProposalForms

Form A-7

COMPOSITIONOF T1IETEAM PERSONNELAND TT{ETASKS TO BE ASSIGNEDTO EACHTEAM MEMBER

l. Technical/ ManagerialStaff

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

Cot""rfa""y S"*i"o i* n"^iUitity Studyand Detailed Designfor Metalled Roadfrom Motorway lnterchangeKatha Lilla upto Mianwali via Nali, Kund, Jabbi,Warch4 Golewali, Chhidru, Musakheland Mianwali (135 Km) 27 II I ll II I II I I IT I - lr IT IT IT |tr -frrl r Technical ProposalForms

Form A-8

WORK PLAN / ACTIVITY SCHEDULE

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

I ) 3 4 3 6 8 9,, 10 11 12 13 t4 15

ConsultancyServices for FeasibilityStudy and Detailed Design for MetalledRoad from MotorwayInterchange Katha Lilla uptoMianwali via Nali, Kund,Jabbi, Watcha, Golewali, 28 Chhidru,Musakhel and Mianwali (135 Km) I I I I I rt I} IT I IT I tr J' IT I lr !r IlIr Technical Proposal Forms

Form A-9

WORK PLAN AND TIME SCHEDULEFOR KEY PERSONNEL

Months (in the form of a Bar Chart) Number of Months Name Position 15 2 3 4 f 6 1 8 9 l0 ll 12'il l3 t4

Full Time: PartTime: ActivitiesDrlration

Yours faithfullv.

Signature (AuthorizedRepresentative)

Full Name Designation Address

via Nali, Kund, Jabbi,Warcha, Golewali, ConsultancyServices for FeasibilityStudy and DetailedDesign for MetalledRoadfrom Motorway InterchangeKatha Lilla upto Mianwali 29 Chhidru,Musakheland Mianwali (135 Km) I I II IT I - IT I I lr ar IIITI II tr I I -r r Technical Proposal Forms

Form A-10 CURRENTCOMMITMENTS OF THE FIRM

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

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

Katha Lilla upto Mianwali via Nali, Kund, Jabbi,Warcha, Golewali, ConsultancyServices for FeasibiliryStudy and DetailedDesign for Metalled Roud frorn Moto.*uy Interchange 30 Chhidru,Musakhel and Mianwali(135 Km) I I FinancialProposal Forms T I I I I I FINANCIAL PROPOSAL FORMS I I I I I I I I I I I

ConsultancyServices for Feasibility Study and Detailed Design for Metalled Road flom Motorway InterchangeKatha t Lillaupto Mianwali viaNali, Kund, Jabbi,Warcha, Golewali, Chhidru, Musakheland Mianwali(135 Km) 3l I FinancialProposal Forms

Form A-11 FrNaNcnL PRoposAL SUBMISSIoNFonvt

{, | .tscizti t>ts ^ t} ateI

To: fName and addressof Client]

DearSirs:

We, the undersigned,offer to provide the consultingservices fol flnsert the Project Name] in accordancewith your Requestfor Proposaldated flnserl Date] andgnr TechnicalProposal.

Our attachedFinancial Proposal is for the amount of {lrlsert amount in words and figures}, including all Federal, Provincial & Local taxes applicable ai'per,.taw of the land. {Please note that all amountsshall be the sameas in FinancialProposal Form A-17)

Our Financial Proposalshall be binding upon ussubject to the modificationsresulting from up expiration of the validity. period of the Proposal,i.e. before the date Contractnegotiations, to :::: indicatedin Clause4.5 of the Data Sheet. : , We confirm that we haveno conditionto statethat may have financial implicationsover and abovethe amount quoted above. : :"_,,..i We understandyou arenot boundto acceptany Proposalyou receive.

'' Wg rgmain, t, - ,- ,,'::rr

Yourssincerely, ,-: ,. ' :,... , . Authorized Signatwe,{In, ll and initials}: Name and Title of Signatory: ln the capacity of: Address: E-mail:

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

ConsultancyServices for FeasibilityStudy and Detailed Design for Metalled Road ffom Motorway InterchangeKatha Lilla upto Mianwali via Nali, Kund,Jabbi, Warcha, Golewali, Chhidru, Musakhel and Mianwali (135 Km) 32 I FinancialProposal Forms

I Form A-12

BREAKDOWNOF RATESFOR CONSULTANCY CONTRACT

Project: Consultant: t Basic Social Overhead Sub- Fee Rate per Field Rate per Name Position Salary Charges (o/oageof Total (o/oage Month Allow. Month per Cal. (Voageof l+2) /l +?+?\ of4) for (%ageof for Field I Month l) project l) Work Office t (1) (2\ (3) (4) (s) r6) 0\ (8)

Notes: ir:-. :

I Item No. 1 Basic salaryshall includeactual gross salary'before deduction of taxes.Payroll sheet for eachproposed personnel should be subnt,tted at the time of negotiations. t Item No. 2 Social charges shall include Client's contribution to social security, paid vacation, averagesick leave and other standard,benefitspaid by the company to the employee. Breakdown of proposedpercentqge= ges should be submitted and supported(see I FormA-13). ItemNo. 3 Overhead shall include general administration cost, rent, clerical and junior professional staff and business getting expenses, etc. Breakdown of proposed I percentagecharges for overheadshould be submittedand supported(see Form A-14). ItemNo. 5 Fee shall include company'profit and share of salary of partnersand directors (if not t billed individually for'fu project)or specifiedin overheadcosts of the Company. Item No. 7 Normally payqb-le'@ in caseof field work under hard and arduousconditions. I Note I The minimum pbrcentageof item (1) shouldpreferably be 50o/oof (8). Note 2 The consul ir to provide appointment letter and affidavit/undertaking duly signed by each of ine individual staff members showing salary rates as above. Further during I e*ecution each invoice will also be provided showing that the professionalshave been paid their salariesas per basic rates specifiedtherein. Failing to which, the Client will take punitive action againstthe consultantand shall deductthe deficient amount from I his monthly invoice. Moreover, it will be consideredas a negative mark on his t performancethat will be consideredfor future projects. Full Name: Signature: I Title: T I Co^uttun"y Servicesfor Feasibility Study and Detailed Design for Metalled Road from Motorway InterchangeKatha I Lilla upto Mianwali via Nali, Kund, Jabbi,Warcha, Golewali, Chhidru, Musakheland Mianwali (135 Km) 33 I I FinancialProposal Forms

I Form A-13 I BREAKDOWNOF SOCIALCHARGES

I Sr. No. DetailedDescription As a Toageof BasicSalary I I I t ! I t t I I I I

I .;.,.:,i11..,,,:.... ,'-..'-. i :.i . ..iiii..:..1 ,,.i \,,lli|.i . l " r i I I l;",.i.- I 1,,,Y illj'. l' lli.:,,,j;.;;; I 1--r^.;,,fi

c""trtt"*y S.*** f"r Feasibility Study and DetailedDesign for Metalled Road from Motorway InterchangeKatha t Lilla upto Mianwali via Nali, Kund, Jabbi,Warcha, Golewali, Chhidru, Musakheland Mianwali ( 135 Km) 34 I I FinancialProposal Forms

I Form A-14 I BREAKDOWNOF OVERHEADCOSTS

As a "/oageof Basic Salary and Sr. No. Detailed Description I SocialCharses I I I T I I t I I I I I

1.': 1t,1qi;11,..,r-..:ill I i i, dJ-'fi I -/- / i.jii' T :,,t;.,;,,,1,,'..i,l,lJ

C."trtt"*y S."vices for Feasibility Study and Detailed Design for Metalled Road from Motorway InterchangeKatha 35 I Lilla upto Mianwali via Nali, Kund, labbi, Warcha,Golewali, Chhidru, Musakheland Mianwali (135 Km) t T FinancialProposal Forms t Form A-15 Pase1 of 2

I ESTIMATED LOCAL CURRENCYSALARY COSTS/REMUNERATION

I Total Staff- Monthly Billing Sr. No. Position Name Estimated Months Rate I Amount (Rs.) I. Professional/ Key Staff I t I I t Sub-Total:,,'' t I I T I I I I I

C.*"tt"*y S.*r""r ior Feasibility Study and DetailedDesign for Metalled Road fiom Motorway InterchangeKatha I Lilla uptoMianwali via Nali, t

I ESTIMATED LOCAL CURRENCYSALARY COSTS/REMUNERATION

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

II. Non-Key / Support Staff

I Sub-Total: Note: The bidders are requiredto quote the'ratesof Non Key/ Support Staff given in the TOR in abovetable. The bidder(s)may.propose Non Key/ SupportStaff Person-Monthsin addition I to those given in TOR; however, in such a case tenable reasonsmust be given in the Technical ProposalSubmission,,Form A-4 "Comments on TOR". The Client's negotiation committeewill deliberateon the requirementof additionalstaff during negotiationmeeting. It is also to be notedthat,the Client is not bound to agreeto the reasonsgiven in Form A-4.

ConsultancyServices for Feasibility Study and DetailedDesign for Metalled Road from Motorway InterchangeKatha Lilla uptoMianwali via Nali, Kund,Jabbi, Warcha, Golewali, Chhidru, Musakhel and Mianwali (135 Km) 31 I I FinancialProposal Forms

I Form A-16 I DTRECT(NON-SALARY) COSTS

Sr. t Nomenclature Unit ary. Unit Price Total Amount No. (Rs.) (Rs.) I I Rent for Office Accommodation L.S 2. OffrceUtilities Costs L.S I J. Cost/ rentalof Furniture/ Furnishinss L.S 4. Cost (rentals) of Office/Other L.S Equipment T i. Computersand accessories ii. Photo copy machines iii. Communicationequipment t iv. Drafting / Engineering equipment '.) v. Surveyinginstruments(rentals) I { I vi. TransportVehicles (Rentals) I ;' !. vii. Site visits and Meetingsin , :1.':'ir., Islamabadduring currencyof t} I Proiect 5. Communicationexpenses P.Month

I 6. Drafting/ Reproduction of Reports L.S

n I Office/ Drafting Supplies L.S 8. Soil investigationulot€,,11., alignment L.S 500,000 I 9. EnvironmentalImpa ss€ssment L.S 500,000 10. P r ovis io n aI S um',trlems a. GeotechnicalInvestigation for -, PS 1,000,000 I Structures ,i'', ,1 b. Hydrolq,,. aud,f{YdraulicStudY PS 3,000,000 t1 Othersnot coiered aboveto comply I with TOR requirement* Total I * eny uaOitional item/ cost quoted against this line item must be supported by solid/ tenable justification(s)detailed in TechnicalProposal Submission Form A-4 "Comments on TOR" without indicatingfinancial value therein.The negotiationcommittee of the Client may negotiatethis cost on I the basisof justification provided in the form A-4 with the prospectivesuccessful bidder in the light of ClauseITC 6.6 of RFP. Moreover, if no justification is given or Client does not agree to the justifications,the Client in both the casesshall not include this cost in the total cost offered by the I Consultantsfor this assignment,particularly in caseany amount againstthis line item is deemedto I havebeen covered in other pay items.

ConsultancyServices for Feasibility Study and DetailedDesign for Metalled Road flom Motorway InterchangeKatha I Lilla upto Mianwali via Nali, Kund, Jabbi,Warcha, Golewali, Chhidru, Musakhel and Mianwali (135 Km) 38 I I FinancialProposal Forms

I Form A-17

I SUMMARY OF COST I Sr. No. Description Amount(Rs.)

I I SalaryCost / Remuneration

I SalesTax @ 16% on item I abovewhich 1(a). shall be kept as ProvisionalSum in the t Contract Agreement 2. Direct (Non-Salary)Cost I J. GrandTotal: I Note: 1- This cost is supposedto be built up in bid price and if anythingis left blank it shall be deemedto be includedin the cost. I 2- The dues and salariesof staff are payableby the consultantin time and not later than 10th of the following month'pOsitively. In case of failure to do so Client shall intervene and pay these.duesand salariesof the concernedPersonnel and recover I from the invoice of the,.conpultantat actual chargespaid plus lo/oof the amount. This will also be accountedfld,.,adversely in making assessmentof the Consultantin the I next evaluationprocess for selectionof consultantswith report of suchdefaults. 3- The grand total'is.inclusive of all the applicableFederal, Provincial and Local taxes. All thesetaxs'(except the SalesTax) are required to be built in the quotedrates and I not be mentionedrseParatelY. 4- Any Omlssid or arithmetical error made by the Consultants in entering the amount I againskit4"l6ul rhull alsobe rectified during evaluationof the FinancialProposal. I I I I I

Cor*tttu*y-S.*ices for Feasibility Study and Detailed Design for Metalled Road from Motorway lnterchangeKatha I Lilla upto Mianwali via Nali, Kund, Jabbi,Warcha, Golewali, Chhidru, Musakhel and Mianwali (135 Km) 39 I t Terms of Reference I APPENDIX-A t I I T I I

T .-l TERMS OF R.$FERENCE I I : GoR) t ,,,,,,.,.,, ' t'tt' I a.: I " -,' 'l' I """" I I I I

C*rrrltunry Servicesfor Feasibility Study and Detailed Design for Metalled Road from Motorway InterchangeKatha t Lilla upto Mianwali via Nali, Kund, Jabbi,Warcha, Golewali, Chhidru, Musakhel and Mianwali (135 Km) 40 I Terms of Reference t CHAPTER NO. I T INTRODUCTION I 1.1 Background Mr. Karam Elahi Bandial, Chairman Standing Committee on Information & Culture Punjab/MPA PP-40, District presentedthe above mentioned project to Chief I Minister Punjab and requestedthat the developmentscheme is of immenseimportance for both Khushab and Minawali Districts. Chief Minister Punjab's office vide letter No" PS/Segy(IMP)CMO/AB-4010099466 dated 21't April, 2016,has statedthat "Chief Minister I has been pleased to desire that Chairman P&D may take,qp the matter with the Federal Governmentfor inclusion of the developmentscheme in the,Public Sector Development I Programme(PSDP 2016-17). rities the ,aU ,oaA schemehas been included in the PSDP 2016-ll at Sr.121 with the name "Construetigr,rof Metalled Road from Motorway I InterchangeKatha Lilla Road from Motorway InterehangeKatha Lilla Road up to Mianwali Via Nali, kund, Jabbi, Earcha,Golewali, g61i u, Musa Khel and Minawali (Length 135 Km) in District Khushab and Minawali in Public Sector Development I Programme(PSDP)" having an allocation nting to Rs.50million. The subject road link connecting ,l{inawali via Lilla-Nani-Kund-Jabbi-Sharif-Watcha- I Golewali-Chiddru-MusaKhel. ThiS road is provincial Road and startsat Lilla Interchange (M-2) District Khushab at 156 kms:,.awayfrom Islamabadand terminatesat Musa Khel route is approximately iMianwali-TalagangRoad district Mianwali. The total length of this I 135kms. This whole route linkmayle divided into three sections.

Section-1 Lila Interchangeto Kund 64 km I Section-2 Kundto ChiddruMore 60 km Section*3 ChiddruMore to MusaKhel 11km T Total Length (Approx) 135Km

I National Highway Authority intends to appoint consultantsfor feasibility study, detailed deslgn,tenoer,orawings and documents,EIA, Hydraulic Study and bridgesand preparation of PC-I: " "r"i I i,::: Foregoing in view, National Highway Authority intends to appoint Consultants for feasiUitity Study and Preliminary Design of Road from Mashkel to Gamilandi on Taft.an- T Quetta Road. T 1.2 NeedAssessment The subject road link will connect Mianwali via Lilla-Nani-Kund- Jabbi Goelwai-Chiddru-MusaKhel. The detail of abovementionedthree section T is given as under: I l.nirliehaneeKatha C."t"tt-"yL.rvices for Feasibility Study and DetailedDesign for Metalled Road ffom Motorway (135Km) 4l I Lilla uptoMianwali via Nali, fund, labbi, Warcha,Golewali, Chhidru, Musakhel and Mianwali I t Terms of Reference

I Lila Interchangeto Kund (64 km) Section-l This sectionstarts from Lilla Interchange(M-2) and terminatesat Narri More, 64 krn away from Lilla Interchange(M-2) which is in poor condition and is having I approximately 6m to 7m road width with various numbers of causeways & pipe culverts.This link is usedby combinationof vehiclesespecially heavy trucks, heavy buses,coasters/mini buses, Toyota wagons/ Hiace, Suzuki pickups & cars/jeepsetc. I This section is being maintainedby the C&W Department,Government of Punjab. The consultant may consult with the concerned department (if required). The consultantsmay also provide its recommendationfor life and condition of existing I structuresto ascertainthat new constructionare necessaryor presentstructures can meet the future heavy traffic requirements.

I This link further traversesthrough Dera Lundo A fcfruiiqabad& approachesto Kund and is about 20 km away from Narri more. Th'€,,robd link from Narri More to t Khaliqabad has recently been rehabilitated by'916,'lp-,,.U.,t1abHighway Department and is having TST surface with 3.65m width.':B-,,etweenKhaliqabad and Kund, the Khushab-Sakesrroad width is about 6m whi.oli'ii in a very poor condition up to I Kund More. Presently,an alternateroute ftom Khaliqabad to Jabbi Sharif is running parallel to Kund-Jabbi Sharif at an averaged'istance of 3km to 4km along with canal for traffic. I .:,,: u. Kund to Chiddru More (60 km) Seet .2

... :j. I The link between Kund Mo i; i6;""t Cement factory (PCF) is about 6 km and is having totally naffow directigraveltrack and very dangerousfor travelling as it runs parallel to Salt rangeMountains. Structures of this link has been completelywashed I away due to water Ro#liritt torrents from Mountains and only narrow gravel tracVrock is availablert6.t;el up to PCF. The traffic volume is also negligible on such link. The link from',PCFto Jabbi Sharif (approximately7 km) is having about I 6m to 7m width and,-isin very poor condition. On this link, trucks were observed carrying cementbags. Jabbi Sharif to Warcha is about 10 km and compriseof totally naffow Dirt/.Kaclich track. The traffic volume on this route is observed to be very t low containi'i@lractortrolleys for salt from salt mines & cars for passengersetc. From Warpha(Olympia ChemicalsLtd.) to Chiddru via Golewali the track is having dangerous.= seways and at various locations the pliable track is completely I missig'$:rrThe,6xistingtrack is very narrow and is passingin betweenvillage houses. From Chiddru village to Chiddru More, the TST link is availablebut in a very poor iondition and narrow having only 3m width. For the whole section,it is statedthat T avail$le traffic is negligible and populated area is also small and, rain water/hill torrents from the mountains is badly affecting the existing road. Number of causewaysexist which are very dangerousas well. Therefore,Hydrology Study of I the area is mandatoryprior to proceeding further. I iii. ChiddruMore to MusaKhel (11 km) Section-3 ,,rr:,::ri,r:.,,,.The section is located at Musa Khel Road originating from Musa Khel and ' ' ''i.t;,".!i, terminating at SargodhaMinawali Road at Wahn Bachra. Chiddru More to Musa t \i;iri. Khel is about 11 km and having fair road condition with 7.3m width approximately. l;;li On this section,significant number of heavytrucks like 6xl, 5xl & other cargotraffic o!ii.' was observed.This section of road is being maintainedby the C&W Department, in any I ,;,-- ;:.,.i;t:r Governmentof Punjab.The consultantsmay consultwith the said department ConsultancyServices for Feasibility Study and DetailedDesign for Metalled Road from Motorway InterchangeKatha T Lilla upto Mianwali via Nali, Kund, Jabbi,Warcha, Golewali, Chhidru, Musakheland Mianwali (135 Km) 42 I r Terms of Reference

I matter (if required). The consultantswill also provide the recommendationabout the life and condition of existingstructures that new constructionis necessaryor present I structurescan meet the future heavy traffic requirements. 1.3 Project Definition

I The project involves the following project constructionactivities:

The road section consists of constructiorV rehabilitatiorV widening of 2-lane I carriageway from Lilla Interchange to Kund More (64 km) of the exiting carriageway(may also be consideredon new alignment for some of the portions where required). Record of maintenanceof the said road section from the C&W I DepartmentGovernment of Punjab may also be considered(if required).Provision of causewaysor bridges at the locations of causeWay-$;considering the hydrology I and the flood history of the areaas per NHA Standald.andSpecifications.

11. The road section consistsof constructionof }-Iane on the existing carriageway(or 'to. new alignment option from Kund More Chiddru More (60 km) may also be I considered)keeping in view, hydrology.of the''areaand flood data of last 25 years. C&W Department may also be comulted' during assignment(if required). The consultantsmay also considerconsuiiCtion of this road sectionon new alignment (if I required) but prior approval from.NHAAuthorities shall be obtained. ...:::. .,eonstruction/ I ll1. This road section consistsiof rehabilitation/ widening of 2-lane carriageway(11 km) from Chiddru More to Musa Khel as per NHA Standardsand Specificationswhich is already in fair condition with 7.3 m width approximately. I This road sectionis being usedby heavy traffic like 6xl, 5xl & other Cargo traffic. The road section is ,o'eing,rnaintainedby the C&W Department,Government of Punjab. Previous maintehancerecord of C&W Departmentis also required to be I consideredprior to=ihc..eptionof As signment. 1.4 Proj ect Obj ectives5,,,'.::,', I '1r. The projectprovides major tangibleand intangiblebenefits which include:

I ,/ Thereare mings o-fvarious minerals in the vicinity of the project arealike Salt, Lime, Gypsum,Gravels etc. Thereforewith the constructionof the said road project,minerals' e"pte,Iad wiil be enhanced. I ./ Heavy i6ad traffic for mineral transportationwill increase' ,/ Employmentopportunity not only for local community but also for other peopleof the t countrywill be developed. ,/ Savingin Vehicle operatingcost & time. I ,/ The constructionof the saidroad project showsthe federalGovernment's interest to developthe lessdeveloped area. With the constructionof saidroad, there is anotherro,.g{, ;.; ' ' link developfor the traffic of SouthPunjab and SouthKPK to approachthe North' ..:'1 Punjabcities like Jhelum,Gujranwala, Chakwal & Lahore. i;',/ I 1r'.: r' : rli .i..:,.i I ,fir\.

C*ouftun.V Servicesfor Feasibility Study and Detailed Design for Metalled Road from Motorway InterchangeKathi I Lilla upto Mianwali via Nali, Kund, Jabbi,Warcha, Golewali, Chhidru,Musakhel and Mianwali (135 Km) 43 I I Termsof Reference t CHAPTER NO. 2 I DESCRIPTION OF PROJECT 2.1 Location of Project

I The subject road link connecting Minawali via Lilla-Narri-Kund-Jabbi-Sharif-Warcha- Golewali-Chiddru-Musa Khel. This road is provincial Road and starts at Lilla Interchange (M-2) District Khushab at 156 kms away from Islamabad and terminatesat Musa Khel I (Mianwali-TalagangRoad) district Mianwali. The total length of this route is approximately 135 kms. This whole route link mav be divided into threesections.

I Section-l Lila Interchangeto Kund 54km :'..: Section-2 Kund to ChiddruMore 60 km .:, ...:ra,, Se.tto"-: CnAatt :"::;"'::t:: I Total Length(Approx) 135Km I

I -./ Choa Saida'nshah t U.;,'tL, I I I I 2.2 ProiectWorks I t The scheme envisagesconstruction of 135 km road from Katha Lila Interchangeupto :, Mianwali in I ,.r -'--". .,, Mianwali via Narri, Kund, Jabbi, Warcha,Golwali, Chiddru, Musa Khel and ' as per NHA's Standards I ..,,' ,. , districts Khushab and Mianwali as per above description and other requirementsgiven in the TOR. ii,,i 11;.i/Specifications ."..,iolThescope of work consists of but not limited to following (other details are given in Jti):"':rl, , j,,,;,.,,,'-,''' followingchapters of the Termsof Reference)'

I i. FeasibilityStudy;

Con*ttanry Servicesfor Feasibility Study and DetailedDesign for Metalled Road flom Motorway InterchangeKatha I Lilla upto Mianwali via Nali, Kund, Jabbi,Warcha, Golewali, Chhidru, Musakhel and Mianwali (135 Km) 44 I I Termsof Reference

I ii. 2fr TWP-il meeting decision/deliberations(Annex-I) should be considered /fulfilled; I 1ll. Hydraulic Study (if required for Section-I & Section-Ill) but for Section-Il is mandatory; t iv. DetailedDesign of Road, Structuresand Bridges; Detailed Inventory of existing structures along with recommendations for rehabilitatioRor new construction; I Provision of causeways(if required for type of causeway)/ bridges to replace causeway; I TenderDrawings and Documents; EnvironmentalImpact Assessment(EIA); I Land Acquisition and Utilities detail and estimates; Preparationof PC-1.

I 2.3 Time of Start

The Services shall be commenced i ely after issuance of the Letter of I Commencementby the Client. ' -' '= I Time Period ,.,,, The Servicesspecified in the TOR shtll be completedand all the relevantreports submitted in the form and format acceptableto the Client, within three (03) months from the Date of I 'r: Commgncement, 'ri:=.'''r I I I I I t I I

C.rtrtt"r.y Servicesfor Feasibility Study and DetailedDesign for Metalled Road flom Motorway InterchangeKatha I Lilla upto Mianwali via Nali, fund, laUbi, Warcha,Golewali, Chhidru, Musakhel and Mianwali (135 Km) 45 I I Terms of Reference t CHAPTER NO. 3 I SCOPE OF WORK 3.1 DetailedScope of Work Covering DesignParameters

I The Scopeof Work for the presentTerms of Reference(TOR) comprisesof following but not limited to:

I '/ DetailedTopographic Survey; ./ DetailedSoil InvestigationSurvey on the proposedalignment+ Existing Alignment; T ./ Detail ConditionalSurvey of existingroad; : i ,/ Identificationof quarrysites and ConstructionMaterial Survey; I ,/ GeotechnicalInvestigation Survey for bridgesand struitures; ./ Remedialmeasures for scouring; ,,,::'" I ./ Designof Toll Plazas,Weigh Stationsand Servjc' eas; - ,/ of SharpCurves; o GeometricDesign .,- I ./ Road furniture design including traffic sig4s and gantries; ,/ Hydrology & Hydraulic designof structures; I ,/ Structuredesign of bridges,culverts, retaining structures; ./ Traffic Surveyand Axle Load SuiVeyor collectionof datafrom nearbyweigh stations; .=. ,,,:i I ./ Pavementdesign with surfa€eand subsurfacedrainage; ,/ Provisionof ducts/crossing"Offutureutilities like OFC, pipelinesetc.; t ,/ TenderDocuments, BOQ, Engineer'sEstimate; ,/ Utility Foldersand ta Acquisition Plansusing imageries,cadastral maps on GIS; I ./ EIA Study; : '/ Preparationof?C-I;

I GoverningEq$i Standards t 3.2.1 ---:|,,=--Desisn Standards GeometricDesign: AASHTO (American Associationof state highway and Transportation I officials) standard.A policy on geometricdesign of highwaysand streets2011 AASHTO. PavementDesign: AASHTO (American Associationof state highway and Transportation officials) guide for design of pavementstructures 1993. AASHTO Mechanistic-Empirical I pavementdesign guide will also be used.

"Material Testing: ASTM (American Society for Testing and Materials) and (American I Associationof StateHighways and Transportationofficials). Latest Edition). t For analysisand designof structuresfollowing standardsand loadswill be adopted.

Co^*ft"*.y S.,*ices for Feasibility Study and DetailedDesign for Metalled Road from Motorway InterchangeKatha (135 LillaT:r^,,^+^ upto MianwaliI\,ri--,,,d1i.,i-Nr.li via Nali, Kund,rz,rnrl Jabbi,Iol.hi Warcha,\f,/crche Golewali,Gnlewali Chhidru,Chhidrrr MusakhelMrrsakhel and Mianwali ( I 35 Km) 46 I rtr t l! I Termsof Ref,erence

I l. AASHTO (Current Edition): For Analysis and Design for all loads and load combinations,AASHTO current I edition be used. ll. ASTM: For Material Specification& Testing only in casewhere details are not specifiedin I AASHTO. lll. ACI: For analysis,design and detailing, only in case where details are not specified in AASHTO. ; lv. Check Deck Slab for Punching Shear: Deck Slab Thickness should not be less than 8 inch (205mm). Concretestrength shouldnot be lessthan 4000 PSI (28MPa) .. . t ,,.,,-,::: v. Seismicdesign EarthQuake forces arc calculatedaccording to AASHTO. Peak Ground acceleration I will be consideredaccordingly as per Pakistan'Bui;ld.ingCode 2007. I 3.2.2 RoadDesien Standards :l o 2lane (7.3 meterwidth). I o Design speed70 km/h. .; :':,,, o Outer shoulder 2meIer ". ""- ..:. ':'' ::i' o Row Plantations. ,.," I t'i" o Utility servicelanes. o Mini serviceareas I l . Properacceleration and de-accelerationlanes for Serviceareas and Weigh Stations' . Proper informatory signs on road. I ,,''.:, Above standardsare deri.ffi'fro- "A Policy on GeometricDesign of Highway & Streets 2011".Any Oesignr6tr'ed'ehtnot mentionedabove should confirm to the samedesign guide I for RuralArterial standard. 't::/ 3.3 GoverningWo+ McthodologY i1rJ '. I . ,' , i " '\ The Ta;l,iNol.und taskNo 2 describedin chapter 4 should include stageNo 1 .'." : I A. Stage-I (Task I and Tusk 2)

t. Appraisalto Member (P) of locationsof roadsto be widened/rehabilitatedwith land I Acquisition requirements. 2. Appraisal to Member (P) of bypasseslocations/realignment of sections where I requiredfor clearanceof NHA. 3. Approval of strategies& priorities from NHA I .1.A Appraisal of strategiesfor Design of Rehabilitationand new proposedalignment of sections. I

C"^rtt"*y S.*tr* foiFeasibility Study and Detailed Design for Metalled Road from Motorway InterchangeKatha I Lilla upto Mianwali via Nali, Kund, Jabbi,Warcha, Golewali, Chhidru,Musakhel and Mianwali (135 Km) 41 I I Terms of Reference l B. Stage-II I Documents(Subject to Approval of Stage-lDocuments) 1) Task3 I 2) Task4 3) Task5 I 4) Task6 s) Task7 I 6) Task8 1) Task9 I 8) Task10 e) Task11 I 10) Task12 11) Taski3 I r2) Task14 13) Task15 I r4) Task16 C. Stage-III

I 1) Task17 2) Task18 l Correctnessof DesigoC Co-o.dination Engineer

t. Consultantsis entrusted'*ith the Scope of Work outlined above. It is required that the I consultantshould,undeitake the job in a professionalmanner to the best of his ability and I resources.NHA.aS:Client may offer commentsthrough in-house review. Any comments qfferbd by the Client do not absolve the consultant from its obligation to d"uetop forrect and cost effective engineeringsolutions for the Projects.NHA reservesthe I right to take punitive actions as required at appropriate forum even during construction stage. I The Consultantsis requiredto deploy a qualified co-ordination engineer for the first six months at the Project site. He will have an experiencebetween 5 to 10 years.In caseof any designambiguities, he will liaison with the Design engineerfor correctingdeficiencies. I His boarding and lodging shall be the responsibility of the Design Consultants.It is obligation of the Consultantsto provide completesupporl to the constructionteam even if I the Design Consultantsare not entrustedthe supervisionassignment. I

C"*"tt"*V S.r"tr* f"r feasibility Study and Detailed Design for Metalled Road from Motorway InterchangeKatha t Lilla upto Mianwali via Nali, funA, faUUi,Warcha, Golewali, Chhidru,Musakhel and Mianwali (135 Km) 48 I I Terms of Reference l CHAPTERNO. 4 I TASKS Task I: Ilata Collection & Co-ordination wlth all concerned Ilepartments I Approxirnate lluration: 15 days Ontcorne: Consultant get hold of relevantinformation, SOP Maps, I Satelliteimageries and liaisonlvith locnl departrnent/police 1.1 Data Collection& Co-ordination with local depa.,-.tr, I ,, _,,, Immediately after signing of the Contract, the consultantWill get processionof the relevantmaps, reports and imageriesfor the detaileddesign* of the Project. After the I Completion of the design, SOP maps and imageriei shall ,be returned back to the Client in Original and un-damaged. In case any au'thorrzationis required by the concernedoffice for delivering the required inforrnation,same shall be provided by I NHA in the form of Authority letter. The Consultant,shouldinform the local police and administrationbefore conducting all types of filed surveys.Before planning the field reconnaissance,the consultant should eo.-otdinate meeting with the local city I development/ Highway Department to know ahy future plans for city expansion and provincial roadsetc. Tips for designof Bryas$es/realignmentshall be obtainedas per I local requirements. ,, ,,,-,,.,i' Task 2: trLeconnaissaneeVisit Approximatc l)uration: 20 clays =, ,... I Oufcome: Consult*pt should subrnit Ince tion Report. (5 hard+l soft)

2.L ReconnaissanceVisit with Identification of Alignment Alternatives l : .:.. After the completionof the Task 1, the consultantshall carry out field visit and desk study to devilop ii$ntoty and identify possible rehabilitation of existing and I alignmentplans and al-Obypasses on major cities where urbanizationis fast growing. The site visits.shall,b; car.led out by a senior highway engineerof not lessthan 15 years of expe:ience.Coordinated meetings with local departmentsshall be done and I minutesrecoidediisame shall be madepart of the Alignment report).

During ft reco"naissancevisit, particular requirementsof project shall be identified I that will be'addressedin the detailed design. Other requirement of Task-2 is the submissionof InceptionReport. InceptionReport shouldelaborate the methodologies for detail design for requirementsspelled out in the TOR and observationsmade in I the sitevisit.

After submissionof Inception report, the Consultantswill give its presentationto,the' .,'i:,t,. I \'t,I Member (Planning) in NUe Auditorium that will include the points mentioned:lti ! lr' ',i1,\ i :i:, Chapter3Pna3.3 Stage1. I ;:,'I I :t::: At the reconnaissancestage social, economic and environmental aspectsshall be considered.The resulting information will form part of the recommendationsfor I adoptionof a particularcorridor' Bypasses ry4l!9iryyged in majorl9ry where C"*rtt"*y S".rrt.* for FeasibilityStudy and Detailed Design for Metalled Road ffom Motorway Interchange (135 Katha Lilla upto Mianwali via Naii, Kund, Jabbi, Warcha, Golewali, Chhidru, Musakhel and Mianwali I Km) 49 I t Terms of Reference t urbanizationis fast growing or where the road becomesnarrow passingthrough inside of villages.

I Data from varioussources shall be collectedat this stage: I a TopographicMaps a Geologicalreports available if any (from local departments,adjacent projects) I a Use of Satelliteimagery t Accident reports a Input from concerned Maintenance office of Punjab C&W Department and the I minutesofmeetingshallbemadepartofinceptionreport-- I One set of the eachdata setwill be provided to NHA for retord purpose Task 3: Detailcd Topcgraphic Surv:e I Approximate Duration: 6{} days :::: t.,:.'' Outcome: Consultant will get approval of Topographic sun'ey ir11";:: Program ,,it. I Subrnit survey Repo,rt{SrHard + I SofJ) Submit f)raft and!'"F.ffialTopographic Plans (5 Hard + 1 I Soft) ..=,: 3.1 Detailed Topographic Survey (Pre'req,uisites)

I Topographic survey forms the basis for the detailed design. Poor quality of survey woik-produces not only ine'o. Ci designs but also results in post construction

: Please note that J 'the companymust complf th requirementsof the Act. I problems with variati''oasin cost and claims. It will be ensured by NHA that the Survey work is ofrtop most order. It is thereforerecommended that consultantshould use the latest techno'logyfor the topographicsurveys, which include GPSDF (4-5 in I number) for ei@ishrnent of high accuracycontrol points. In casethe consultantdoes not haverthei#site numberof GPSDF,he is advisedto hire servicesof professional survey bofipanieshaving the requiredexpertise. The GPSDF shall be simultaneously I used on SOP Bench Marks as well as BMs establishedfor the Projects (Start and End).

I Before mobilizing to site for Survey,the Consultantshall submit to the Client detailed topographicsurvey program with actualhuman resourcesplanned to be deployed.The consultantshall specifythe time line of surveyprogram. Total number of equipment's t with modelsand calibrationcertificates not more than 6 monthsold shall be produced.. The name and qualificationsof surveyorsshall also be submitted.NHA reservesthQ right to interview the surveyorif required,Upon request,the Consultantsshall change' I the surveyor. I ConsultancyServices for FeasibilityStudy and Detailed Design for Metalled Road ffom Motorway Interchange Katha I.illa uoto Mianwali via Nali, Kund, Jabbi, Warcha, Golewali, Chhidru, Musakhel and Mianwali (135 Km) I I Terms of Reference

I If consultantwants to outsourcethe Survey work, it will be mandatoryto take prior approval of the Client. NHA will ensurethat the survey firm is not black listed and I has sufficient resources. 3.1.1 SurveyMonuments t The type and dimensionsof Survey monumentsto be installedat site is shown here. Besides start and at the end, it is required that these markers shall be fixed in the traverseline at an interval of about 300 to 400 meters.These shall be fixed at such I locations that theseare least susceptibleto disturbanceand damage.The consultant shall fill out a Performafor eachtraverse station as attachedin AnnexureII. t :::.: 3.1.2 Controlfor Traverse t The control for traverseshall be establishedwith the Survb5r,,.ofPakistan Grid Lambert Conical Projection with Everest datum. GPSDF set=s',sh{llbe used to connect the I Traversewith the SOPBM. 3.1.3 SurveyCorridor I The detailed topographic survey shall be'carried out in a corridor of 100 m. At locations of crossingrivers, nullas the detail of survey extent is given in respective sections. .

I ,.] 3.1.4 SurvevAccuracy ,,::::. PermanentGround Monument made of Concrete I 1:4:8with 75 mm steelnail embedded at center. The accuracy of the Traversel'should Usingspray paint and a stencil,the monument not be less than 1:20,000.During numbershall be oainted. leveling control of all traver,,sestations, l The sizeof monumentshall be 150 mm squareat double circuit leveling shall be carried top and 300 mm squareat bottom.The heightof out. The datum of.al!,,,.r,"e..{,,ed levels is monumentshall be 900 mm. Out of which750mm mean sea level and,shall conform to shallbe buriedin the ground. I Surveyof PakistanBenc'h mark levels.

,,11,s,,,. disclos:u,{ei the leveling I Vertical fuithin - net and between Survey of PakistanB enchmarksshall not exceedthe lesser of the I followittg;,"'ii' - + 16mm - +(20lK)mm v I '' - where K is the sum of the distancesleveled in kilometers. /,t, l The Survey DepartmentBenchmarks which exceedthese tolerances shall be omitted from the adjustment. The Surveyor shall inform to the Client and the Survey Department where the Survey Department Benchmarks are found to be damaged or I not in order. I All leveling shall be done in sectionsof approximatelyI km in length. ConsultancyServices for FeasibilityStudy and Detailed Design for Metalled Road from Motorway Interchange Katha Lilla upto Mianwali via Nali, Kund, Jabbi, Warcha, Golewali, Chhidru, Musakhel and Mianwali (135 I Km) 5l I Terms of Reference

I 3.1.5 Mapping (Unit of Measurement) I Metric units shallbe usedthroushout. 3.1.6 Scale l Besidessoft copy, mappingof drawingsshall be plotted to a scaleof 1: 1000. I 3.1.l Grid andDetailed Accuracy Mapping shall be basedon the grid systemdefined above.Gridlines and Permanent Ground Markers shall be drawn using plotter. Well defined points of detail shall be t plotted in their true positions at map scaleto + 0.3mm root mean squareerror when coordinated scale off the map from the nearest grid li are compared with coordinates determined by measurementon the groun{ op the nearest Permanent I Ground Markers (90% of a representativesample of"well-defined points shall be within+0.5mm). . . ' I 3.1.8 Detailsto Be Shown :' : The horizontaland vertical control established*hallbe usedfor topographicsurvey of I the required areas.Acquisition of field data" ch as natural and man-made features like roads, buildings, utilities (overhead/'underground) along with type, sizes & height (at road crossing)if exist at the time bf field surveyand spot elevationsin 25 m I x 25 m grid plus at changeof slope shall be collected I taken to show the terrain condition within the project area. Most of the data shall be recorded electronically. Moreover in caseof trees in the srilvey corridor, the surveyor has to assign a code T defrning the girth of the tree- T+eei with varying girth as specified in the CSR for payment shall be in respectiVe.layers, Terraced slopes, Borrow pits / Quarries, I Retaining wall, Rock ou.terops,Electricity sub-stationsand switch boxes (boundary fences only),Pylon lineb, @dicate levels at lowest point at sag and at pylon towers),Manholes.(,eir,g"plar.andsquare),Lakes, Rivers (name to be indicated),Streams, I Swamps,Slope conVenlionsshall be drawn as near as possibleto indicate the actual shapeof the slope,face,i.e.,all bermsand terracesshall be detailed. ., ,,,,,,.,,,,,, I Any other featuresnbl listed,which are requestedby the Client shall also be shown : :::: ' l 3.1.9 SpotHeight ,, t .irl.',:: Spot heights shall be shown on the final drawings at spacingnot exceeding20 m at I the followins locations: ./ At salientpoints suchas hilltops, bottomsof depressionsand saddles. ,/ Along the centerand edgesof all roadsand public accesses,at road intersections I and significant changesof gradient. ./ At water level at the time of survey along river, streams,major watercoursesand,, I ditches. '/ I On bed levelsof rivers. streams,canals and otherwatercourses. ConsultancyServices for FeasibilityStudy and Detailed Design for Metalled Road from Motorway Interchange Katha Lilla upto Mianwali via Nali, Kund, Jabbi, Warcha, Golewali, Chhidru, Musakhel and Mianwali (135 T Km) I I Tetms of Reference

T In flat areas,where the horizontal distancebetween contours generally exceeds 40 m Supplementaryspot Height shall be shown at intervalsnot exceeding20 m parallel to I the contours. 3.1 . 10 Bridse Details

I The bridge details shall be shown on a separatedrawing for each bridge. The bridge observationsin form of coordinatesshall includethe followine:

I ,/ The coordinatesand levels of the four cornersof the bridge (points shall be on the adjacentroad surface),the two edgesof the piers,abutment and wing walls. I The coordinatesand levels of the bridge deck to the interr,nediatepiers (if any) of the bridge. I Length, width and type of constructionof bridge. The type and location of servicesadjacent to the hid"ge. The coordinatesand levels of the centerlineand therroad on the bridge at t approximateintervals of 5 m. The cross-sectionalclearance envelope at the tWo sidesof an overpassridge (with I respectto the road centerlinepassing underneath) showing all the relevantlevels, offsetsand skew ansle.

I 3.1.1 1 CulvertDetails Details of each culvert are to be shown on the survey plans and a separate I (annexure-c)tabulation of the fdlloWing informationis to be submittedwith the ti: ':: '/ Type of culvert and diamrter. I '/ Chainageof culvert at theiroadcenterline. '/ Skew angleof the,e'ulvertfrom the centerline. I ,/ Length of culvert ftom each side of the centerline, ./ Invert levels,,of'theinlet and outlet. T ,/ A sketchnf:the inlet and outlet structures visibledimensions to a scale'oft:.2a0. t For majoi culverts(dia.>2.0m) the outlet structuresare to be properly measured enoughpoints shall be recordedso that the culvert can be modeledin CAD. r 3.1.I2 ExistingRoad/Embankment In case alignment runs along the existing road, sufficient points should be taken t acrossthe existing road to fully define the cross-section.Below are minimum points shown for the existingroad way cross-section.For the existing carriageway,the width I of carriageway,inner and outer shouldersshould be clearly identified and codec. I ConsultancyServicesfor FeasibilityStudy and DetailedDesign for Metalled Road ffom Motorway Interchange Katha Lilla upto Mianwali via Nali, Kund, Jabbi,Warcha, Golewali, Chhidru, Musakhel and Mianwali (135 I Km) I I l Terms of Reference

I 3.1.13Details of Junctionsand Existing Roads(If Required)

The Surveyorshall survey all junctionsto enablethe designerto design the junction I properly. A corridor width of 70m and shall be taken for a distanceof not less than 150 metersup and down the proposedintersectionof the road or as requiredbv the I Client" All paved roads, main roads and footpaths or tracks having the width greater than2m shall have a minimum of two (2) points defining both edges of the carriageways. I Consecutivepoints along the road feature shall not exceed2.0m in rural areasand lOm in urban or built-up ateas.More points are generallyneeded,t6'define curved feature suchas slip roads,islands, etc.

I ':::: ,t: Levels of the road centerlineshall be recordedfor paved roads having widths greater than 6.0m. The main destinationof the road from thejunction shall be recordedby the I Surveyor.

Where necessaryto survey along an existing,,rood,the Surveyor shall follow the t marked chainagesalong the centerline..In'addition to the road edges consecutive points along the edgesof the carriagerray(i;e. along the edge line marking on both sides) shall be picked up and shall not exdeed10 m. More points are generallyto I define super-elevationchanges at c6tve sections. I 3.2 Digital Ground Models(DGM) -t: The product of the filed survey data,after processingshall be DGM. The accuracyof I DGM shall dependupon thbaccuracyof the digital datacollected in the field. Before processing the data, it.i'e,important to run the data filtration. All data points with incorrect x, y or 2.,=v=a-lues,,shallbe removed. It is also important as well to properly I identify the break lines like road, nullah edge with natural faults. Void areaslike buildings shall also be marked.The topographyshall be fully labeledfor every object recorded. t 'strings'. All surveyfeature lines will hereinbe referredas The datashall be presented by the S.p1,,yeyoiin a form suitable for input to the software to be used for generation I of DGM. Using the recordeddata rnx,y,z format on data logger, the ground surface over the requiredarea shall be simulatedby stringsof coordinatedinformation along characteristiclines on the terrain. The modelsshall consistof three dimensional(3D) I contourstrinss. The existingroad surfaceover the requiredarea shall be simulatedby 3D strings of I coordinatedinformation along characteristiclines on the existing carriageway.Any other stringsthat do not affect the accuracyof the ground surfacemay be assigned'.a1" null level. t OWw I ConsultancyServices for Feasibility Study and DetailedDesign for Metalled Road from Motorway Interchange Katha Lilla upto Mianwali via Nali, Kund, Jabbi, Warcha,Golewali, Chhidru, Musakhel and Mianwali (135 I Km) I I Terms of Reference

I The Surveyor shall 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 t definition of the model. TIN (Triangular irregular network) shall be developedby using software.Using TIN, Contour generationshall be done. Since the NHA usesEagle Point for vetting, same I shall be usedby the consultant. t GRID The coordinatesof the DGM shall be referred to the grid systemas describedin the I Section 4.3.1. The coordinates of the DGM shall be in, Easting, Northing and elevations. . ,, I 3.4 String Labeling The ground featuresincluding break lines shall be.ilabeledwith the exact description I shown under AUTOCAD LAYER NAME for the AtrtoCAD or compatibleformats. Any additional labels may be consideredand'the,$-urveyor shall submit the list for approvalprior to their usagein the DGM. ,, ,::.. I ,,,,,,,,,,,,, 3.5 Property Model .: j t This model shall be stimulatedby a series,,of3D null level stringsand text stringsand includesthe following: ::. I o Strings of land lots (null+ys,l strings) o Land use and type (TextStrings) t i' Attributes to land type-,and,'use shall be appendedto in AutoCAD format. Such information shall be used by the Surveyorwhen preparingLand Utility folders at the ) end.

Contours t ::a -;:1'::t l:" After digital t collection of survey points at site, the contour generationshall be done by.=,usffif]computersoftware. The interval shall be I m. The smoothnessfactor to I be defined.injhe software should be such that it should not distort the ground contour representation.The contoursshould be well labeled. I During data collection, break lines on the ground should be very well picked that affects the contour generation. t If in the project, where steep slopes are likely to be encountered,the suryeyor required to use the laser equippedtotal stations that does not require and prism I recordthe co-ordinates. Contoursshall be shown by continuouslines with a thicker line for every fifth contour t (Prominent Contour). Contour and spot heights shall be differentiated from other ConsultancyServices for Feasibility Study and DetailedDesign for Metalled Road from Motorway Interchange KathaLilla upto Mianwali via Nali, Kund, Jabbi,Warcha, Golewali, Chhidru,Musakhel and Mianwali (135 I Km) I I Terms of Reference

I detail. The value of eachcontour shall be indicatedalong the contoursat intervalsnot exceeding200 mm and/ or the edgesof the Mapping area.

I Where because of undergrowth, on-going earthworks, Swampy areas, or other obstructions,the ground surfaceis obscured,or accessis restricted,and provided the Client prior agreementis obtained,contour can be shown by broken lines to indicate I that their accuracycannot be guaranteed.

THE S(IRVEY COORDINATES IN UTM AND WGS84 DATAM MUST BE I PROWDED TO THE DESIGN SECTION IN CSV FORMAT t Task 4: Traftic & Axle Load Sun ey & GeornetricDesign report ,A.pproximateDuration: 20 Days Outccme: Classi{iedTraffic Surveysafter appidval of Client. I Sub'mit Traffic & Axle load s-u-rver;'f'eport{5 }lard+l soft I 4.1 Traffic Count Traffic count forms the basis for capacity analysis;'pavementdesign and economic analysis etc. consultantis required to carry.'oul classifiedtraffic counts at required I locations along the project and on the connectednetwork to develop an understanding of traffic patternin future. The study will also entail the estimationof diversion and generatedtraffic. The consultant shdlhubi,nit in Inception report, detailed program of t traffic count along with locations,;iduratibnand repetitions.Same shall be exercised '"":': after the approval of the Client. .. , ; The classified traffrc count shall,inciude following classifi cations :

- Non motorizedtraffic Animal drawn, bicycle t - Motorized traffic ,M/cycle,CarlPickup IJ eep,Minibus/wagon, Bus, 2-Axle, 3- Axle,4-Axle, 5-Axle, 6-Axle I Tractor trolley The traffic count"shallbe done with hourly classification.In peak hour, l5-minute I interval count-,shall'bedone to ascertainPHF. - ':.4=., ,: 4.2 JourneyTirne ::: I For with and without Project scenario,the journey time survey of various classesof vehiclesin peak hours and off peak hours shall be done.It shall be used in economic t analysis 4.3 Origin & Destination Survey t traffic to 'r'-' If required, the O&D Survey shall be carried out to identify the I '1.., divertedto the Bypass. ,-# I f il I ,,! .i I ConsultancyServices for FeasibilityStudy and DetailedDesign for Metalled Road from Motorway Interchange Katha Lilla upto Mianwali via Nali, Kund, Jabbi, Warcha, Golewali, Chhidru, Musakhel and Mianwali (135 I Km) 56 I I Terms of Reference

I 4.4 Axle Load Survey

Consultants shall undertake axle load suryey using portable weighing machine. t Consultantsshall confirm in its technicalproposal the availability of such equipment (ownershipI rcntal basis).Sufficient samplesof all axle groups shall be weighed.In addition to axle load, tyre pressureshall also be measured.Data shall be annexedin I the final report and used in the pavementdesign.

4.5 UnderpasslCattle Creep Survey ) Using satelliteimageries, field survey and site consultation,consultant shall identify exact number & locations of the underpass/cattlecreep su.q,y5yto be provided for t convenienceoflocalresidents,:j::::: I 4.6 Traffic Diversion Plans Traffic Diversion Plansshall be providedfor the follow-ingsituations: "' , t'; '.. t a) At toll plazas ,, , ,-.., b) At Intersectionsand interchange, ,,-'',,., I c) In urban areasincluding methodologyfor separatingthe local and through '. traffic. :: ::a, I d) On at-graderailway crossings. e) At placeswhere undergroundconstruction like constructionof box culverts I and underpasses,proper,traffic diversion plans shall be provided. 0 At placeswhere overheadbiidge constructionis likely to take place,proper traffic diversion plans sh6li be provided.

:' t t' Consultant shall fully define the methodology for construction sequence' I diverting traffic and..rnaifitainingthe diversion roads. Task 5: -. Soil & Material InvestigationReport Approrimatc Duration: 90 Da1's I Outcome: ri..'= , Seiitand Material lnvestiEationl{eport {5 Hard + Isoft}

5.1 Soil & Material Investigation I : Soil & Material investigationis doneto ascertainthe index and engineeringproperties of soil & rock encountered.The consultantis requiredto seek,interpret and evaluate I subsurfaceand surfacedata both for the existing and additional carriagewayin order to predictthe behaviorof the soils and materialsalong, and adjacentto, the alignment. The resultinginformation should be presentedin a logical and intelligible manner , ,, : ?o. I that it can be used correctly and effrciently interpreted ' )' r-\ r,/ i I 'I r Ll ,:rli The consultantis requiredto carry out following steps: \//" I 'll,;i I ; i .i.i ,,,:;;.,;; i Determineneeds of the design J I Carry out completeground investigations ConsultancyServices for Feasibility Study and DetailedDesign for Metalled Road from Motorway Interchange Katha Lilla upto Mianwali via Nali, Kund, Jabbi, Warcha,Golewali, Chhidru, Musakhel and Mianwali (135 I Km) 57 I I Termsof Reference

I a Carryout completelaboratory testing a Evaluateresults for final design

T As per fixed horizontal and vertical alignment, identify the areas of deep cuts and high fills. Study precise geometry of the roadway structures and develop design I requirements. Field investigationsshall be carriedout in threemain areas.

) - Investigation along the length of the proposed alignment and to determine the pavementsupport potential offered by the subgradesoils I - Investigation to determine the source and quantity of naturally-occurring constructionmaterials ,, ,.' - Examinespecific sitessuch as deepcuts, retaining walls.and culverts etc. I ' ; ::, Following table shows the guidelinesfor the quanti.tyof roadway pits or borings and testing required for the Final Design Reporl. :,The values given are avenge t investigation requirements for normal highway work and that actual scope will dependupon the complexity of the problem.

I Heisht(m) Terrain fvpe Spacins(m) Depth(m) Roadway Wpe Uniform 1000 /a '' 1.0 \L Roiting 500 I Hilly .: 250 Uniform s00 1/3 of embankment Embankment 2-t0 Rolling 400 of refusal J Hilly 200 Uniform 600 2/3 of embankment >10 Rolling 300 of refusal I Hilly 150 Uniform I 000 1.0below subgrade 10 Rolling 300 t Hilly 150 I Guidelinesfor testingrequirements are given below: a- TESTREQUIREMENT FREQUENCY I Test EMBANKMENT SUBGRADE ALIGNMENT BORROWAREA I Gradation a a I per km I per boring/ pit I MoistureContent a a I per km I per boring/ pit ConsultancyServices for Feasibility Study and DetailedDesign for Metalled Road from Motorway Interchange Katha Lilla upto Mianwali via Nali, Kund, Jabbi, Warcha, Golewali, Chhidru, Musakhel and Mianwali (135 I Km) I I I Terms of Reference Classification a a I per km 1 per boring/ pit t Moisture Density a o 2per5km I per borrow area 1 CBR a lperlkm I per borrow area For testingof materials,following codesand standardsshall be followed:

I a) ASTM - American Societyfor Testing& Materials. b) AASHTO - AmericanAssociation of StateHighway and TransportationOfficials.

I 5.2 Material Investigation

Every effort should be made to locate sufficient quantitiesof naturally occurring I construction materials at regular intervals along the alignment and as closeto the alignment as possible.In caseof potential quarry.sites,test borings are likely to be necessaryto confirm the quantity and quality of,material available.Bulk samples I for quality testing may be obtained from adjoining bedrock outcrops provided that the samplesobtained from such sourcesare truly reprbsentative.Test results from any I nearby operationalquarries should also be iprgluded Considerableamount of water is likelylt'b"be'iequiredfor the proper compactionof earthworks, and water points will.1e'neC€ssary at frequent intervals along the I alignment. An assessmentshould be made of the likely sourcesof water from any existing wells and from the geologicalformations underlying the route. Samplesfor J teststo assessthe suitability of water for concretewill be necessary. Following table shows guidelines'for the requirementsfor aggregatesand '::t" I water. Test Requirement Fine Aggregate CoarseAggregate Water Test I Asphalt P.C. Subbase/ Asphalt P.C. Concrete Concrete Base Concrete Concrete Gradation a a a a a I AtterbersLimitS a a a Sulphate ,, a o a a o Soundness I Lossby Abrasion a a a Organic Impurities a SandEquivalent a o a I Soluble Sulphates o o SolubleClorides a o FriableParticles a O a a I Thin & Elongated a o a Particles FinenessModulus a a I Water Quality a Marshall Test a I StrippingTest a ConsultancyServices for FeasibilityStudy and Detailed Design for Metalled Road from Motorway Interchange Katha Lilla upto Mianwali via Nali, Kund, Jabbi,Warcha, Golewali, Chhidru, Musakhel and Mianwali (135 I Km) I s Terms of Reference 5.3 Soil Classification t Soil descriptionis necessaryfor all test pits and boring logs. The descriptionsshould be standardizedso that the main characteristicsare given in the sameorder i.e. Mass Characteristics shall include field strength, moisture content, bedding state if t applicablediscontinuities and stateof weathering.Material Characteristicsshall cover Color, Composition, and grading. Particle shape, soil name and soil group. Both t Unified and AASHTO classificationshall be used. Task 6: Envirnnmentalnmpact Assessment (EIA) Approximate Durafion: 12{}da-vs Davs I Outcorne: EIA Report sutrmissionand obtaining NOC frorn PEPA (5 J flarcl + I Soft) 6.1 EIA 't=.'

",:: =:t J As per EPA Rules, Consultantis requiredto carry=.out,,theEIA Study for the Project.It involves collection of required data from site, formulation of Report, getting it reviewed from NHA EALS Section. Submission of EIA Report to EPA Punjab, I addressingtheir requirements,to their entire satisfaction(lncluding submissionfee). Conductingthe Field hearingand obtainingNOC for NHA. t For EIA, Consultant shall directly;,coordinatewith GM (EALS) office. And all the correspondenceshall be done directly,with the EALS section.Moreover the payment will be made to the consultant after getting clearanceand satisfaction certificate from 1 the EALS section The Consultancy fee against the EIA shall be verified and Processedby the office of GM @ALS). The payment will be made to the consultant after clearancecertificate from the EALS section of NHA. The consultantmust also ; give recommendationfor,growing best suitableplants inside the ROW.

The IEE report m$s-tbe,submitted with consultationof Environment section of the t EALS section.

Task 7: , ::.i:: {ieotechnical[nvesfigations f'or structures I Approxirnate I)ura{iqh: 90 tla-vs ti ()utcorne: ,'"',,,-, ,ll GeotechnicalInvestigation l{.eport (5 Hard + 1 Sall

I 7.1 Geotechnicii'iInvestigation forStructures

Consultantshall appoint,after the approvalof the Employer, a "Nominated Specialist I Contractor" to perform geotechnicalinvestigations including field and laboratory testing, for which a provisional sum of Rs.l million/- maximum has been kept, for canal,road and river bridges. After the formulation of exact scope of work for sub- t surface investigations based on reconnaissance suryey by the consultants and subsequent approval of NHA, at least three sealed quotations from reputed Geotechnicalfirms shall be called by the consultantsand submitted to NHA for I nomination of selectedcontractor, where after work shall commenceon site based upon a formal agreementbetween the consultantand contractor(including quantities, t rates and work schedule).The tsmployer would pay the fee for this work agreed ConsultancyServices for Feasibility Study and DetailedDesign for Metall€d Rd-adSqm Motorway Interchange Katha Lilla upto Mianwali via Nali, Kund, Jabbi, Warcha,Golewali; Chhidru, Mqsakhel and Mianwali (135 I Km) I I Terms of Reference

I between both parties directly to the nominated specialist contractor after certification of work bylthe concerned Deputy Director (Maintenance) NHA and invoiced by the consultant.Consultant will supervisethe sub soil investigationwork to be carriedout I by GeotechnicalFirm.

Sub-surfaceinvestigations consisting of boreholes/ drill holes / test pits of required I depth, supplemented by field and laboratory testing to accurately assess the engineeringproperties of the underlying soil stratafor detaileddesign of foundations, substructuresand roads shall be undertaken.A separaterepoft will be preparedto this I effect and will be submitted to NHA for approval. Original lab reports shall be attachedin the soil report along with coloredphotographs.

I Bore logs shall be included in the Soil InvestigationReport along with the laboratory results. Testing of samples collected from site shall b'€'''cd ied out in a reputed laboratory,under strict quality control and adherence'to.iqleVantASTM procedures/ I standards.Depth of boring shall be decidedby the geo,logiealformation at site and the type of foundationsproposed for the structures.Standard penetration tests shall be startedfrom the ground surface and carried out in aocordancewith ASTM D1586 I Penetration Test and Split Barrel sampling of soils. Where clayey soils are encountered,undisturbed samples shall be obtaihed in accordancewith ASTM thin- I walled samplingof soils. The site investigationto be underlaken.shallCbnsist of the following: t DeepMachine boring to a maximr+p+depthof fifty 50 m below ground level and associatedfield-tests for River Bridge Pilesand 30 m for other structures. t Trial Pits to a maximum depthof 3 meters. Hand augerholes to a maximum depthof 7.5 meters. SeparateBOQ shall be preparedby the Consultantwith all requiredtests for deep boring. It is required1o'iarry out grain size analysisat requiredscour depth. J Submissionof proper','sits,investigationreport comprising all relevant notes and pertinent inforqlationrequired by this Specification together with laboratory test I results.The aboVO'scopeof work may be varied or deleteddepending on the findings asthe,investigation proceeds. All Sectionsin this Specificationand the which relateto work or materialsnot requiredshall be deemed Bill of Quantitib,g,' I not to apply;,,, , : Task8: PnvementDesign ll.cport I Apprcxim*te Duration: l5 Days 0ufcorne: Pavementllesign Report {5 tlarcl + lSoft} t 8.1 PavementDesign Report

After the traffrc count and projectionsfor designedlife of 10 yearsare done, the soil I investigationsdata is available;the pavementdesign shall be done both for Asphalt and underlying Layers and complete rehabilitationplan for existing pavement and Detail Design report for additional carriageway/Expresswayshall be submitted.For l Pavement Design: AASHTO Guide for design of pavement structures 1993. t AASHTO Mechanistic-EmpiricalPavement Design guide will alsobe used. ConsultancyServices for Feasibility Study and DetailedDesign for Metalled Road from Motorway Interchange Katha Lilla upto Mianwali via Nali, Kund, Jabbi, Warcha,Golewali, Chhidru, Musakhel andMianwali (135 I Km) 61 I I Terms of Reference

I Flexible, Rigid and CompositePavementshall be evaluatedand cost comparisonshall also be carriedout.

I Task 9: Structural Dcsign report (Bridges, Culverts, ILetaining Sfrucfuresetc.) Approximate Durntion: X5Da-vs I Outcome: Structural Designl(eport (5 Hard + 1 soll) T 9.1 Structures Design Report All additionalstructures (Bridges, culverts etc.) must be designedas per specifications and codes specified in Para 3.3 of Chapter 3. The StructuresDesign repofts must I contain complete detail design reports of all the proposedStruCtures (Bridges, and Culverts, Retaining structures)etc. along with drawings.Back up Calculationsmust I be provided for design of all bridges. The EngineerEstimate along with the bill of quantities of Mini Service Areas, Trauma center and.Weigh stations must also be ' included in the report along with the tender drawings I ,::: ,r,, In Case of rehabilitation of Existing Structures'.theconsultant must suggest the rehabilitation for either re-decking,Pier Jacqiueting,replacement of Girders etc. and t shall be made apart of the report. If a Bridgi condition is satisfactoryof existing road than the consultantmust mention it in the report. I The StructureDesign Report must also include the complete detail design of Toll plazasand weigh stations.

I T'ask10: Existing Pavementanel Structure Condifion Survey Approximate lluration: 25 Dafs= .- {}utcome: Exi;ting Favernent& Structure ConclitionSurve--v report (5 I Haid+ I Soft) t 10.1 Existing Pavementand'Structures Condition Survey The consultantmust carry out detail conditionalsurvey. The consultantshall study in detail the existingpavement condition. The worst areasof fatigue Cracking,Alligator I Cracks, Hair Ciacks, Pot holes,rutting condition of Overlying layers and underlying layersof Asphilt wearing coursemay be identified basedon the soil testsperformed. The condiiion of the underlying Layers may be identified at every 200 meter interval. I Moreover aiso the condition of the existing structures(Bridges and culverts) may be shown in the report. The existing Bridge Condition survey may also be done for identification of any problems associatedwith scouring near piles or re-decking is I required or any other problem associatedwith the existing Bridge And if a Bridge condition is found satisfactorythan it must be mentionedin the report.The consultant may also provide its recommendationfor life and condition of existing structuresor , T whether new structuresare necessaryor present structurescan meet the future hea11y' traffic requirement.Previous maintenance record C&W Departmentis also req t to considerprior to startassignment. The report must also include the detail inventory of all structuresand thelr I condition. ConsultancyServices for FeasibilityStudy and Detailed Design for Metalled Road from Motorway Interchange Katha Lilla upto Mianwali via Nali, Kund, Jabbi,Warcha, Golewali, Chhidru, Musakhel and Mianwali (135 I Km) I I Terms of Reference t The consultantmust also comment on the causesof these failures and recommend future Plans for avoiding such kind of Failures. The weigh stations must also be identified on all such kind of areas where the chances of overloading may be t permitted on the road. FWD Data shall be provided by RAMD. Consultantshall be responsiblefor its interpretationand outcome of Results.

I Task 11: Hydrologic Stud-v Approximatelluration: 25llays I Outcome: HyelrologicReport (5 Flard + I Saft) 11.1 Hydrology & Hydraulic Study , t ; :,,.. The report must be prepared keeping the points identified in Chapter No I "Introduction", Para No f .Z NEED ASSESMENT, and.Spe"iiatty Kund to Chddru I More (60 km) Section-2. A sum of Rs 03 Mitlion is kept in the contract for pedorming complete Hydraulic I Model and Hydrology Study as a provisional sum for which seal quotations will be provided by the consultant and NHA will nominate the successfulbidder for performing the Hydraulics and Hydrologyv,studyreport. T :::. The hydrologic analysis performed on,,rProjectshall be compiled in a hydrologic report. The Report shall consistof tw,oseoticns; a datasection, where the hydrological I background information shall be ricord€d. Other part shall be an analysis section, where the designcomputations shall be,r€'borded.

I The following items shall be usedas a checklist of the datathat shall be included in the hydrological report. The'oomprehensivenessof the reporl shall dependupon the nature of the valley, or flood plain to be traversed,the cost of proposed drainage I structures,and classof hifhway. I I i.1.1 H)rdrologicalData.,;' )1.:.:.i Data shall compriie of following items: .:::. 1., , aWh" I l. lopographlcMaps

Ivlapsare requiredto show the proposedhighway alignment in relation to the I drainagecharacteristics of the areabeing traversed.The availablemaps in this regardare Surveyof Pakistanmaps of 1:50,000scale. Proper catchmentareas T shall be markedfor rivers & nullas. Sameshall be madepart of the reports. 2. SatelliteImagery t The satellite imagery shall be used for upstreamand downstreamto identify the land use and drainagecharacteristics. Photographs shall be taken for all crossingswhose designflow exceeds20 m'/s. Sameshall be made part of the I report. Thesephotographs shall be of sufficient quality to enablethe engineer t to estimatechannel roughness characteristics, nature & extent of vegetation ConsultancyServices for FeasibilityStudy and Detailed Design for Metalled Road ffom Motorway Interchange Katha Lilla upto Mianwali via Nali, Kund, Jabbi, Warcha, Golewali, Chhidru, Musakhel and Mianwali (135 I Km) 63 I I Terms of Reference

I cover, and land use. Thesepictures may be placedin the text or referencedin the text and compiled at the end of the Report.

I 3. Land Use (Classificationby RemoteSensing)

Using the topographic maps, satellite imagery and site visits, the engineer I shall comment on the nature of the land use in the affected water sheds. Similarly engineer shall comment on the nature of vegetation and soil characteristicsof the basins.Individual types of land use, vegetation,and soil I classificationsshall be indicated as percentagesof basin area. The extent of anticipatedchanges within any of theseareas shall alsobe indicated.

I 4. WaterUse

Engineer shall comment on the use of the water within the affecteddrainage I basins.If reservoirsare within the watersheds,the operationalprocedures of 'bunds thesereseryoirs shall be described.Conditio-n o,f of reservoirif made by '",=r, locals shall alsobe commentedupon. , ' I ' 5. Rainfall Data (For at least50 yearspurt'iec"i!) . I Rainfall data for the Project area, obtained from Meteorologicaldepartment shall be made part of the report. The data shall consistof a brief description, the length of record, the'acculaCy, and the source (if other than Met T department). Data collection,,shall:'beresponsibility of the Consultantincluding paying any required fee from any source. If the area consists of ungauged I sections than spatial an'al$is may be performed for predicting the storm discharge. I 6. River DischargeDafu,, In casea majror=r,iveris encountered,its maximum dischargeshall be obtained I from the relevant department.In case of current Project, the Model study report is already available.Consultant to confirms the maximum discharge. I All the extLe$reevents for 100 years past must be made a part of the report. 7. I{igh-,ry?...terMarks

1;lrli' !:; I Often:high water marks can be used to estimatepeak flows within a basin. Whenever possible the Engineer shall prepa"rea brief flood history. This statement shall include the dates of occurrence of the flooding and the t elevations of high water marks. Photographs of such marks shall be included in the report.

I 8. IntensityDuration Curves i,.," IDF curves of all gaugedstations must me mentionedin the leportelse iffi.,.,,;,.-,,,,i I IDF curves are not available with the PMD Department than the method adopted to take the intensity for a given time duration for a predicted I frequency must be mentioned in the report. ConsultancyServices for FeasibilityStudy and DetailedDesign for Metalled Road from Motorway Interchange Katha Lilla upto Mianwali via Nali, Kund, Jabbi,Warcha, Golewali, Chhidru, Musakhel and Mianwali (135 I Km) I I Terms of Reference

11.1.2Hydrologic Analysis (By ARC GIS)

Hydrologicanalysis shall comprise of followingsteps:

1. Drainage Area

The Drainage areashould be markedby Arc GIS and must be madepart of the report.

2. WatershedParameters

Drainagebasin characteristicsshall be determinedin the field with the help of GIS software.The list of parametersbelow is basedon the information needed by the variousmodels used in the hydrological an'hlyis. Someparameters will be inserted directly into a particular formula hnd others will be used in comparing one watershedto anotherfor use-,irr'tranSferringdata. .: :::: i ,,,. :::' a. Basin Length b. BasinSlope ' c. PercentImpervious . . d. Infiltration =-' ,. e. DetentionDepression Storage ,:' f. DrainageBasin Roughnesscoefficient I g. Channelor conduit slope h. Channelor ConduitCross-section I i. Channelor Ctnduit Roughness

a ' J. Flood Models - = Best StatiSiigalapproach must be selectedto estimatethe PeakFlow runoff for givenretuinleriod. ,:, ,l iut.

4. RainfallIntensity ..::: The iainfall intensity value used in the Rational Equation is based on the amount of rainfall that occurs,the time it takes for that rainfall to occur, and the recurrenceinterval associatedwith eachdesign class.

The following thinss must be includedin the report

High resolutionDEM (5 meter) for the entire length of 500 meter from centerline on either side and the sameshall be handedover to NHA designsection as being the propertyof NHA,

11. Retainingstructures must also be suggestedfar away from the roadwayto divert the water in caseof flood so to protectthe road embankment.

ConsultancyServices for Feasibility Study and DetailedDesign for Metalled Road fiom Motorway Interchange Katha Lilla upto Mianwali via Nali, Kund, Jabbi,Warcha, Golewali, Chhidru,Musakhel and Mianwali (135 I Km) I I Terms of Reference

I 111.Although it is mentionedthat TopographicMaps of Survey of Pakistanof 1:50,000 scale. are required to show the proposed highway alignment in relation to the drainagecharacteristics of the area being traversedand also the Proper catchment I areasshall be marked for rivers & nulla But

lv. These may be used as supporting documents.The report will not be acceptable t unlessand until the latestmodern scientific approachfor Hydrological study may be adopted i.e. use of ARC GIS, Use of WMS software/ Carlson Hydrology Softwares,/ Civil 3D, HEC-HMS, HEC-RAS etc. and evidence must be shown t alons with detail backsroundof the study.

'Iask 12: Land Acquisition & {Itility Folders . Approxirnafe f)uration: 20 D*ys t {)uteome: Land Acquisition & Utility Folde {5 hard + I Soft) l2.l Land Acquisition and Utilify Infrastructure Report ,, ",, I The consultantshall identify land and property faitiqgllin the right of way (ROW) to be acquired. The consultantsshall submit RoW'.plans showing the alignment to facilitate timely action for acquisition of lmd.tu define the right of way. The I Consultant shall prepare estimate for aoryii'tng any additional and removal of structuresand utilities, particularlyin the:bui1tup areas.Folders shall be submittedin soft format in CAD with reference,.-[g=grid cbordinates. All the utilities falling in the I proposedROW and the building line must be shown in the report.Proper places must also be identified for construction of service areas, Trauma Centres, and weigh t stations. Task 13: DevelOpwre*tof GXSfor Corridor Approximate tr)uration: 20 Pay's I Outcorne: I)ev:elopmentof GIS fokler (5 hard + I Soft) 13.1 GIS for Corridor,,:,=;;:;;.;j;i:

Consultantsshall develop a detail GIS databasefor 500 meter corridor for whole alignmentthat Shall',e usedby NHA for monitoring and Managementof the corridor. T GIS shall inelude,,butnot limited to all the existing features-natural/manmade. The utilities.: road way parametersstructure detailing and ancillary works with photogr4hS.','The layers shall include vectorization of data superimposedby the I satellite imagery and cross referencedwith data base of all physical infrastructures. Besides the consultant shall prepare a separateGIS folder with satellite imagery, I cadastralmaps, and pictures of the physical infrastructure with ROW and ownership. Task 1,4: GeornetricDesign Report .dppnoximafeOuratian: 20 Days I {}utcome: (leonrefricllesign rep*rt (5 hard + I Solt)

l4.l Geometric Design report The consultant will check and design all geometric requirements.for roads and T structuresas per Geometricdesign standards as mentionedin Chapter3 Para 3.2.1. ConsultancyServices for Feasibility Study and DetailedDesign for Metalled Road from Motorway Interchange Katha Lilla upto Mianwali via Nali, Kund, Jabbi, Warcha, Golewali, Chhidru, Musakhel and Mianwali (135 I Km) 66 I Terms of Reference

Moreover pedestrian crossing must be discouragedand proper sinology must be suggestedat important locations.

Service ducts must be provided throughout the project. The existing position should be evaluated and components should be used accordingly. Grading requirement should be to the extent that safety is ensured. Input of the modern software'se.g. Infraworks 360 or Civil 3D must be shown in the report and due to considerationmust be given to all the Geometricaspects of the road especiallywhere geometricimprovement of the existingroad is required.

Task 15: Construction Machiner-vReport Approxirnate Duratiein: 2{}Davs Outcome: Construction Machinerv-l{.cport (5 flard + 1 Soft)

.,',, ' 15.1 ConstructionMachinery Report ,,'

A detailedreport on constructionresource shall be prepared.It will include,based on the construction duration, the amount and type of eonstruction machinery required. Based on the Construction plan developed.in Primavera"/MicrosoftProject, the resource allocatiorV the Cash flow required shall be stated. Computations and assumptionsfor productionsshall be attachedin the report. The cost of any equipment requiredto be imported shall be reflectedin,.the foreign currencyportions of the cost estimatesand PC-L

T:rsk16: Traffic ManagennentPlan Approxirnate\Duration : 10Dnys ;,.._. I Outcome: fraf{;ra,,.-X111?ementPlan (5l{ard + I Soft) t Client will conducthighway'safety audit and Consultantswill have to fully cooperate. Highway Safety Expeit,,,Will'producetraffic managementplan and work zone safety requirementin detiiil..service areaswill be provided if deemednecessary and also I provision of weigh stationfor propercheck on overloading.

'.: t Task 17: .,"''='', Formulationof PC-I Dals Approximate\$urati.s:ii l0 I Outcome: ij,,,,;"'"' Submissionof PC-I {20Flard * I Soft) t 17.1 Formulation of PC-I The consultant shall update and improve the PC-I for the project road sections including economic analysis on prescribed Performa of PC-I by Planning I Commission.Prime focus will be on technical& financial feasibility which will cover environmentmeasures and socialsafeguard issues.

I SeparatePC-I for land acquisitionshall be preparedand submitted' T ConsultancyServices for Feasibility Study and DetailedDesign for Metalled Road from Motorway Interchange KathaLilla upto Mianwali via Nali, Kund, Jabbi, Warcha,Golewali, Chhidru, Musakhel and Mianwali (135 I Km) 67 I It Termsof Reference From initial submission to final submissionof PC-I, direct coordination with GM ll Plarrningshall be done. Paymentfor PC-I shall be made after the approvalof invoice Ir from GM (Planning) office. Task 18: Tender llocuments ,4.pproxim*rtel)uration: 20 llays 'I'encler It Outcome: Sutrmissionof llocuments (1t) llarcl + I Soft) t 18.1 Tender Documents

TenderDocuments shall compriseof the following:- .'t a,,. I " a. Volume-I ,,,., , a:l :: - Instructionsto Bidders. - Conditionsof Contract(Part-I) (GeneralCond.ilions) - Conditionsof Contract(Part-Ii), (Conditionsof ParticularApplication). I - Conditionsof Contract(Part-lll), (Supplernentary Conditions) - Formsand Appendices

'tt:''t""'t" I b. Volume-II i''=' - "i General Specifications' "'''':''= I ti, c. Volume-III "='::

I - ParticularSpecificutlnor;SiOcial Provisions and Bills of Quantities, I d. Volume-IV .:::::::=1,1 Drawingsas per the following detail: Title Sheet .,.4:: . T SheetIndex Key & Locdion Plan with Co-ordinatesand alignmentwith stationing.Pits of soil invesli$m-ionsshall alsobe marked. I Sheet,o'fLegends & Symbols fraverse; Bench Mark and Designalignment data including curve data Tibicd Cross-Sectionswith locationsof applications I Super-elevationdetails and Linear Plan Road Furniture Details (Guard rails, PavementMarkings & Traffic signs etc.) For Road furniture. locationtables t Retaining walls with location tables Soil investigationlinear plan Detail Drawings of All Toll Plazas,and Weigh stations I IntersectionDetails Drainageplan for surfacerunoff and urbanareas I Mass Haul Diagram Plan and Profile Drawinss GeneralNotes for Structural Drawings t Drawinss for Small drainagestructures ConsultancyServices for Feasibility Study and DetailedDesign for Metalled Road flom Motorway Interchange KathaLilla upto Mianwali via Nali, Kund, Jabbi, Warcha,Golewali, Chhidru, Musakhel and Mianwali (135 t Km) T I Terms of Reference

I Drawings for Large structures Drawings earth retaining structures Landscapingdetails t MiscellaneousDetails/ Ancillary Works including training works, Detail drawing folders of Utilities/Infrastructurefor Land Acquisition and removal of all utilities/ infrastructureetc., having all the requisiteinformation. I Drawings relatedto EnvironmentalMitigation Measures

NHA has standardizedVolume-I (Part-I) and Volume-ll. Consultantsshall study and I adopt thesedocuments after careful scrutiny and modification whereasrequired.

e. ContractConditions (Legal Part) I ::, NHA has prepared Standard Tender Documents seetions on instructions to Bidders. Conditions of Contract, Bid Forms etc .' bas used them for similar t project in the past. Consultantshall study these:,standardizedcontract conditions and amend them in accordancewith the requiremerlts'bf this project. The Special I Conditions of Contract can be addedpertainin$'t the project as supplementto the GeneralConditions of Contract. , t, "t,...''"',' i, r,, .,t' T f. Technical Specifications ,- :r:: The consultants shall study the NHA Specifications and prepare particular specification for the project for sp.ecifieditems not covered in the General :. I Specifications.

I g. Bill of Quantities

Consultant shall prepare comprehensiveBill of Quantities to be calculatedto t accuracyof + 5o/oencompassing all the items of work, properly crossreferenced to the Technical SpecifiCations.Standard format of Bill of Quantities shall be I adopted. h. Constructign'@wings

I The -.-c-onid.ut shall prepare consffuction drawings (Contract Plans) in a clear, concise and uniform manner in Digital Format using AutoCAD. The drawings shail be A1/A3 size. Scale for horizontalalignment shall be 1:1000 and for t vertical' ittutt be 1:100. All drawings shall be signed in original. For draft submissions,the consultant shall stamp on every page Draft 1,2, until final submissionis made. On final submission,the stamp "Final Tender Drawings" I shall be printed on every page with signatures.At the end of drawings a jacket containing CD shall be placed, in which the soft copy of drawings with all drawings in AutoCAD format. For every drawing shall be made ready in layout I mode.Not fulfilling theserequirements will result in returning of drawingsas un- t acceptable. r',i I ConsultancyServices for Feasibility Study and DetailedDesign for Metalled Road from Motorway Interchange' KathaLilla upto Mianwali via Nali, Kund, Jabbi,Warcha, Golewali, Chhidru, Musakhel and Mianwali (135 I Km) 69 I t Terms of Reference

I i. Engineer'sEstimate

Consultant shall prepare the Engineer's Estimate of the project based on the I detailed design, drawings and hnal Bill of Quantities,using NHA Scheduleof Rates (2014). For items not specified in NHA CSR, rate analysis shall be I providedbased upon market price. 19.1 FinalPresentation

I Consultantat the end of designshall make a final presentationwith following details. At the end of Presentation,on box containingall documentsand drawings shall be handedover for record section. I .,,i,. ImportantFeatures of Presentation: =''' '''-' = I 1) Consultantwill describethe selectedroad aligffi.enfi'rnerits,demerits, land ':: acquisitionand other impediments(if any). '":':;' I 2) Consultantswill highlight importantcomponents of project like major bridges, flyovers,interchanges, service areas and laqd slidesetc. 3) Importantparameters of sub-soilinvestigation like CBR, Pile Capacityand I GeneralSoil Classificationetc. 4) Consultantwill also highlight1heenvirdnmental impact of the road construction t on the road influenceareas. 5) Importanthydraulic parametersu in the designof bridgesover rivers/ canals. 6) Results of traffic study and axh load survey. I : 1) Location of quarry sites I 8) Consultantshall clearly explain the traffic managementplans. 9) Completedescription of designcriteria and functionalrequirements. lil:il=:r:::-: ili I 10) Descriptionof'specialised equipment and machineryrequired for the construction. 11) Descriptjonof;methodology/ codes for pavementand structuraldesign including t detailsof c'omputermodels. .ll :' ), :' 12) For StructuralDesign, Summary of resultsof computeroutput (especially l maiimum and minimum forcesfor all elements)in tabulatedform shall be presented. 13) A plan showingmajor quarry sites/borrow areasites including mass diagram I showing cut and full along the finally selectedalignment shall be presented. .:: I Any otherpoints, which the consultantmay like to highlight, shouldbe included. 19.2 Submissionof Documents

I All the Reportsassociated with each Task shall be submitted as statedin respective t sections.In the technical proposal, consultantshall develop a Work programme ConsultancyServices for Feasibility Study and DetailedDesign for Metalled Road from Motorway Interchange KatltaLilla upto Mianwali via Nali, Kund, Jabbi, Warcha, Golewali, Chhidru, Musakhel and Mianwali (135 t Km) I I Tetms of Reference

I Task wise with submissiondates. Failing to provide the same,the proposal shall not be evaluated.

I All documents/drawings shall be subjectto review and checking by NHA's Experts. Consultantwill incorporate any comments/modifications made by the Experts (if t agreed,The Responsibilityfor correctnessof designlies with the Consultant). Consultants will provide two additional sets of the tender documents and reports to the Client atalater stageat no extra cost to the Client. Additional number of sets(if I required)shall be provided at a cost of Rs.5,000/-per set. I 19.3 Performanceof the Consultant The Consultantshall attendthe pre-bid meetingand his performancewith referenceto the queriesof the contractorsshall be evaluatedand recordedby GM (P&CA) & GM I (Design).

-,, i, a. During the constructionphase, the designrevieWshall finally revealthe I performancestatus recorded by the Design SeCtion ' b. Finally the performanceof the consultantshallbe evaluatedbased on the t performancestatus recorded by the Design Section. I The performancerating shall be madein the following manner: {. A+ Excellent *A Good I *B Requiringimprovement * Poor Poor

I "B" performanceratihg #jthout subsequentimprovement shall drop the consultant performanceto thdStage"Poor". If "Poor" persistsin two consecutivestages, the besign section,,, alI propose penalty and P&CA shall implement the t recommendationinthe light of legality of the matter. I 20.0 TrainingOpportunifY The Consultantsshall impart training to fresh graduatesin respect of designing of bridges and hiighways;for that purposeit will employ two (02) fresh graduatesas I Trainee Engineerson the project for the completeproject duration. The Consultants shall bear the emolumentexpenses due to each Trainee Engineer;however boarding and lodging is not admissibleto the TraineeEngineers. The minimum stipendcarried I home by each Trainee Engineer per month after deducting all applicabletaxes and Consultant'soverheads shall not be lessthan Pak' Rs.40,000/-.

T Moreover,the Client may also designateits own staff to work with the consultantsfor I the purposeof on the job training (at no costto the consultants). t ConsultancyServices for FeasibilityStudy and Detailed Design for Metalled Road flom Motorway Interchange (135 Katha Lilla upto Mianwali via Nali, Kund. Jabbi.Warcha, Golewali, Chhidru, Musakhel and Mianwali I Km) t Terms of Reference t Mode of Payment:

'6A" is to be calculatedby deductingall ProvisionalSum amountsgiven in Appendix- t E to this Contract from the Contract Price.

I S.No Activity Percentageof"4"

I I Task1& Task2 r0% I 2 Task 3 05 Lac

a J Task 4 t0% I 4 Task5 5 I-ac 5 Task 6 05 Lac I 6 Task 7 ProvisionalSum (01 Million) Task8 t0% I 8 Task 9 I0% 9 Task10 05Lac I t0 Task11 P''rovisionalSum (03 Million) 11 Task12 r0% I t2 Task13 ;10o/o 13 Task14 5% I t4 Task15 & 16 5% 15 Task17 t0% T I6 Task18 20%

;i." I Upon submissionof Reports, 50oApayment shall be released.Remaining shall be releasedupon ac'eeptablequality is ensured.Upon initial submission, a checklist correlating to-T@,iequirement shall be attachedand checked for requirement spelled I out. t '"tt- tt" ="- Note:- The Cbnsultants shall submit complete set of documents and drawings t listed abovi on three (03) digital CD-ROMs. Files (Word, Excel, Auto Cad editableformat, Graphical Images,Photographs etc.) shall be properly indexed/ I cataloguedfor record purposesand use/reproduction at a later stageby NHA. Final payment shall not be cleared until formality of Clause 19.2 is ensured and Consultants gives an undertaking that sll drawings in editable format and reports I in word and excelformat is submitted. I I ConsultancyServices for Feasibility Study and DetailedDesign for Metalled Road ffom Motorway Interchange Katha Lilla upto Mianwali via Nali, Kund, Jabbi, Warcha, Golewali, Chhidru, Musakhel and Mianwali (135 I Km) I Terms of Reference

INFORMATION FOR FIXED TRAVERSE STATIONS

Name of Traverse Stations:

Northing:

Easting:

Elevation:

Sketch of the fixed traverse stations with reference to permanent features

'fP-

ConsultancyServices for Feasibility Study and Detailed Design for Metalled Road from Motorway InterchangeKatha Lilla upto Mianwalivia Nali, Kund, Jabbi,Warcha, Golewali, Chhidru, Musakhel and Mianwali(135 Km) 73 Terms of Reference

ProposedMan-Months

Duration Total Position No. S. No. (months) Man Monthsr Kev Personnel 1 Team LeaderlSr. Hishway Engineer J J Specialist/Traffi c 2. Pavement I 2 2 Ensineer a I J. Bridse/Structure Ensineer 2 2 4. Hydroloey& DrainaseEngineer I 1.5 1.5 Engineer/Material 5. Geo-Technical I 1.5 1.5 Ensineer 6. Ouantity Surveyor I 2 2 Sub-Total 6 12 ,./ Non Kev Personnel 1 CAD Operator ) 6 2. Surveyors A 1.5 6 Sub-Tatal. 6 t2 Sapport Staff I 1 Computer Operators 2 J 6 2. SurveyHelpers 4 1.5 6

i J. OfficeBoys 2 1.5 J I Sub-Total 8 15 I Total 20 39 l I ii j,tt. l I t

t Th" propor.d man-monthsare as per Clients assessment;ifthe consultanthas reservation/opinion/suggestionregarding proposed t man-monthsit may convey same in writing during Pre-ProposalMeeting or even after Pre-ProposalMeeting but before the last datefor seekingclarification, for review and decisionof NHA which will be communicatedto all the prosPectivebidders . Consultancy Services for Feasibility Study and Detailed Design for Metalled Road from Motorway Interchange Katha I Lilla upto Mianwali via Nali, Kund, Jabbi, Warcha, Golewali, Chhidru, Musakhel and Mianwali (135 Km) 74 I t Terms of Reference

I CHAPTER NO. 5

ENVIRONMENTAL IMPACT ASSESSMENT OF ROADSi HIGHWAYS I PROJECTS I 1. Need for Environmental Impact Assessment(EIA)

I Highway projects are generally undertakento improve the economic and social welfare of the people. At the same time, they may also create an adverse impact on the surrounding environment. People and property in the direct path of the.,.,,loadworks are affected. The I environmental and social impact of highway projects inoiuds'damage to sensitive eco- systems, soil erosion, changesto drainage pattern and.ther€by groundwater, interference with animal and plant life, loss of productive agrieulmal tands, resettlementof people, I disruption of local economicactivities, demographi0,,changes, accelerated urbantzation and increasein air pollution. Highway developmentand.opeiation should, therefore, be planned with careful considerationof the environmentalimpact. To minimize theseadverse effects I that may be created by highway developmentF?pj6ots, the techniquesof EIA become necessary.Identification and assessmentof got'dntial environmental impact should be an integral part of the project cycle it should c,omftenceearly in the planning processto enable t a full considerationof alternativesand to avoid,,laterdelays and complications. I 1 In view of the above,an EIA will be iarried'out for the Environmentalaspects of all stages of the projects i.e. preconstruction,,constructionand post constructionwith the following objectives:

I . Establishing the envir ental baseline in the study area and identifying any significant environmentdtissue ; I Assessingthese impacts and providing for the requisite avoidance,mitigation and l':'. compensation'mexures; 'i ,i .. ;, li!, Integratingthe identified environmentalissues in the projectplanning and design; ,,,,i; ,,i.i'i,i,t Developing appropriate management plans for implementing, monitoring and ':,,);tt I reportiqgof the environmentalmitigation and enhancementmeasures suggested; The ElAstudiei,ind reporting requirementsto be undertakenthis TOR must conform to the guidelices.. s regulations issued by the Pakistan Environmental Protection Agency (Pak I EPA), Ministty of Environment, Govt. of Pakistan (GOP) which comprise mainly of the Pakistan Environmental Protection Act 1997, its implementing regulations, the EIA Guidelines and Review of IEE and EIA Regulations,2000. These guidelines include the I amendmentsand subsequentrules for the IEE and EIA of projects'

'\j ;i) Regulations and Standards. Describe the pertinent legislation, regulations and i. 'i standards,and environmental policies that are relevant and applicable to the I :'; proposed project, and identify the appropriate authority jurisdictions that will : specificallyapply to the project.

iD Project Introduction. The Consultantsshould categorrzethe project (categoryA or B and IEE or EIA) but may not be limited to the general information, rationale of the I project,description of the project,and any revisedalignment.

ConsultancyServices for Feasibility Study and Detailed Design for Metalled Road from Motorway InterchangeKatha I Lilla upto Mianwali via Nali, Kund, Jabbi,Warcha, Golewali, Chhidru, Musakheland Mianwali (135 Km) I I I Terms of Reference iii) Project Description. The Consultantsshould provide a brief history of the project, a detailed location and maps with scales (km) of the projects with any alignment I (startingpoint to end point). In the project descriptionthe Consultantsshould also highlight but not limited to bridges information, project components,scope and schedule of operation and construction, construction camps, and construction I materials.

iv) Description of Environment. Assemble,evaluate and presentbaseline data on the T relevant environmental characteristics of the project area. In addition to general information, the Consultantsshould provide methodologyfor preparingthe essential environmental data. The data should emphasize but may not be limited to the T information about Physical Environment which could ,include,meteorology and climate, geology and soil, seismology,air and wal3utgrJality, noise, topography and drainage patterns,hydrology and/or hydraulic re-girner!'surfaceand ground water and I land use. Ecological Resourcesshould discuSs:abo,trtforests/flora/vegetation profile, crop and horticulture activities, and faunalwilil' life and local livestock species (should specify mammals, birds, fish,, iepti s and insects), protected and/or I endangeredwildlife species. Social and Ctrl,turalResources may discussabout the methodology of surveys, settlement::,'pattein,political and administrative setup, population and communities, socioeconomicconditions, protective and sensitive I areas,archaeological and cultural sites, health and facilities, educationalfacilities, industrial/commercialactivities, physical and cultural heritage, utilities, railway T links or alignment, tourism facilities and potentials and others, Availability of Resourcesfor Construction-:shouldalso highlight about borrow soils, construction material, water and power availability and any other resources.Hazardvulnerability- I identify vulnerability of,#ea to flooding, hurricanes, storm surge, and earthquakes. Charactertze the ext!9nl"atrd quality of the available data, indicating significant information, deficiencieSi:andany uncertaintiesassociated with the prediction of I impacts. v) Environmep,tatimpacts and Mitigation Measures. Identify any negativepositive, t direct, indird@ short term and long term impacts of the project, during pre- construction/design,construction and operation phases.Identify any information gaps an& ejt:aluatetheir importance for decision-making. The Consultants must t recommer1dappropriate mitigation and rehabilitation measuresfor the environmental damageand other impacts identified for specific road corridors, and how they would 6e implemented with regards to: coordination between highway design and I envirOnmental issues, ambient air, water and noise quality, water resources, drainage, mineral resources,flora and fauna, social and cultural environment, historical sites. The Consultantsshould attempt to identify creative measuresthat T would also have positive social implications,such as participatorytree planting that would also serve as job creation for affected communities. Consultantsshould identify biological environment, and must discuss about national parks, game I reservesand endangeredspecies. Consultants should also identify the impacts and mitigation measuresfor topography,social / cultural issues,land acquisition and resettlement,community development,borrow open pits, waste disposal, geology t and soil, surface and ground water, hydrologic regime, traff,rc flow, wastage of fertile humus layer,utilities issueand poverty alleviation etc.

;

lnterchange Coniultancy Servicesfor Feasibility Study and DetailedDesign for Metalled Road from Motorway Satha Chhidru, Musakhel and Mianwali (135 Km) I Lilla upto Mianwali via Nali, Kund, Jabbi,Warcha, Golewali, l}.76'YnA I T Terms of Reference

I However, report should not be limited to the above mentioned constituentsof the environmental impacts and their mitigation measures. The consultants should be more ueative according to the specifiedproject alignment. It should also include I maps,figures and photographswhen necessary.

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

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

- Ambient air quality. I -' - Noiselevels. f' : :"": :: - Water. :i, : T - Biologicalenvironment. I - Socioeconomic profiles, AMBIENT AIR QUALITy: .,,,;," D ,,,,:.,.., I Consultantsshould monitor the alnbient air quality along the selectedroad site. The parametersneed to be monitored include Ozone (O3) Carbon monoxide (CO) Sulphur dioxide (SO2),Nitrogen dioxide (NOz), and particulate matter T (PMro). Acceptable standard'analysis methodology should be selected to measurethe NEQS parameteis.

I Air quality datawi,ll'lbe cbllected over a 24-hourperiod at all the samplingpoints (a riasonable nukbei qf samplingLtnd their anabtsis should depend.upon the I road length afid'.,,etherenvironmental factors which shouldprovide a reasonable ima ee o-fai4:agl i!{y\ .

High poliuiani concentrationsspots should be selectedfor sampling to assess I 'worst,-casei:scenarios, and measurementswill be made in areaswith extensive ribbBl elelopment and schools/hospitalswhere traffic will be expectedto be a I little heavier. ii) NorsELEVELS: ):,.'- : T ,ROaAsiAenoise level measurementsshould be taken at a distanceof - 6 m from the edgeof the highway (correspondingroughly to 7.5 m from sourcevehicles). The noise parametershould be measured for 24 hours at various locations of the t specifiedsite. The permissiblelimit of noise is 85 dBA prescribedby the NEQS for motor vehicles. The NEQS do not prescribea noise level limit for receptors. t s sho n the pollution). t imageo-f noise t

coorultu',"y souir"r for f'.*iUitity study and Detailed Design for Metalled Road ffom Motorway lnterchanS(j(atha Lilla upto Mianwali via Nali, funA, faUOi,Warcha, Golewali, Chhidru, Musakhel and Mianwali ( 135Km) *5'\ltrn 77 I I I T Terms of Reference t iii) WATER QUALITY: During field investigations,water samples from varioussources in the vicinity of I the proposed sections should be analyzedfor important parameterswith respect to humanconsumption. Although, NEQS include 32 water criteria pollutantsfor effluents and 16 NEQS for gaseousemissions, NHA prefer and recommend t basic water quality analysis which may include but not limited to pH, turbidity, alkalinity, TDS, TSS, 5 day BOD at 20oC, COD, OD, total hardness,chloride, sodium nitrates,lead, mercury, arsenic,cadmium, total toxic metals, phenolic t compoundsas phenols,pesticides / herbicides/ fungicides (in.farmland areas) and E-coli. (a reasonablenumber of sampling and their anabtsisshould depend the nvironmenlal taclors vide I reasonablerepresentation of water quali1)1. Consultantsmust identify standard and recognized laboratories.Consultants I should also provide Analytical Laboratoiy.=Reponsalong with methodologies and analytical techniques used for each parafieter. The analysis reports must includeinformation, address and contact'petsonsof analyticallaboratories. I =, E., vii) Analysis of Alternatives. Describe the alternativesexamined for the proposed project that would achieve the same objective including the "no change in I alignment". Distinguish the most @ronmentally friendly alternatives.In case of minor impacts,which can be supie$lly mitigated within the ROW and without changein alignment,there witrl b6,noneed for the analysisof alternative.In all other I cases,and especiallyin the1Caseof major or critical issues,a systematiccomparison will be undertaken of th6" ,,pr osed design, site technology and operational I alternativesin termsof: ,,: Their potential en*r1roi ntal and impacts; I Capital and rec-urrentcosts; Suitabilityunder. local conditions;and I Institutio , tieining and monitoring requirements, For each atternative,the environmental cost and benefits should be quantified to the possible,exient,and economic values should be attachedwhere feasible.The basis I for the selectionof alternativeproposal for the project designmust be stated' ::=;,r' :ltl :rr :: viii) (A) Public Consultation, Involvement and Disclosure.During the field surveys T the Consultants will organize workshops and formal public consultation sessionsat province level to identify main stakeholder,their categories,their views on the existing condition of the project, volume of ttafftc concern's t stemmingfrom the impact of improvementworks, as well as safety related issues.If possible,Consultants will assistin inter-agencycoordination, and t public/l'JGOparti cipation. (B) GrievanceRedress Mechanism t ix) Environmental Management Plan (EMP). Identify and prepareEMP including an implementation schedule and supervision program with associated costs and contracting proceduresfor the execution of environmental mitigation and social t issues for pre-construction,design, constructionand implementation phases.The -ontuitutt"y Servicesfor FeasibilityStudy and Detailed Design for Metalled Road from Motorway lnterchangeffatha Warcha,Golewali, Chhidru, Musakhel and Mianwali (135 Km) I Lilla upto Mianwali via Nali, Kund, Jabbi, lk,y^^ 78 t Terms of Reference

Consultantsshould describe the objectivesof EMP and key environmentaland social components,role of functionaries,and road safety. The key componentsof EMP should emphasizebut not limited to: alignmentand shoulderwidth options,road side safety,structural recommendations, topography,geology and soil, seismic activities,flood hazards,camp sites, borrow pits, archaeologicalsites, land acquisitionand resettlement,local communitiestheir social and cultural heritage, archaeologicalsites, waste disposal, air and water quality including ground and surface water, noise, flora including roadside vegetationcutting and plantation,fauna including wildlife, endangeredspecies and their protection, traffic management, utilities, use of fertile humus soil recommendation of environmental protection sign boards, and health risk of workers.EMP shouldidentify the training and workshopsi,programs.

x) Environmental Monitoring Plan. Identify the eiitial issuesrequiring monitoring to ensure compliance to mitigation and enviroll(h'ental management plans and to measure and monitor the environmental impaits,-dnring construction and operation. The objectivesof the plan are to monitor''t6o,actualimpact of the works on the project corridor's physical, biological and socio-economicreceptors within the corridor. This will indicate the adequacyof thd En. The monitoring plan should recommendmitigation measuresfor any unexpectedimpact or where the impact level exceeds the limits. The plan, should ensure compliance with legal and community obligationsincluding,sdfpty on constructionsites. Consultantsshould monitor the rehabilitationof borrow aieasand the restorationconstruction campsites accordingto EMP report. {he rnonitoring plan should ensurethe safe disposalof excessconsrruction materialS",.Consultants should also evaluatethe effectivenessof the mitigation measuresproposed in the EMP and recommend improvements if I necessary,Apart from regular compliancechecks the Consultantsshould generatea tabular matrix for air, water and noise analysis,asphalt plant emissions,soil erosion and contamination,plantation, safety and traffic rules compliance for construction t and operationphases-. Environmeptal,IVfonitoringPlan will list the procedurethrough which mitigation t measuresproposed in EIA will be implemented.It will also include environmental parameter+eed'monitoring,frequency and responsibilitiesof key players.In caseof disagreementwith local communities or stakeholders,grievances addressable ,t:ti.:! mechanismihall be part of plan. The managementplan will developthe institutional t lt ;.' I ;l r ; ! the capabilities of staff. The total il.:.. ' requirement and type of training to enhance 'i:i'::' r, cost shall also be L,;' environmentalmitigation, Monitoring, equipment and training : includbd. T ' i-'i xi) Economic Assessment.This section should include the overall cost estimate in T relation to the project benefits, environmental costs and total cost of the proposed project. The Consultantsshould addressthe cost analysisof training, monitoring activities, environmental analysis and activities, resettlement, land and property I acquisition,and mitigation measures. xii) Role of Functionaries and Government Agencies Involvement. This section I should include role of all the functionariesand variableinvolvement of government agenciesor authoritiesfor the project accomplishment. I ConsultancyServices for FeasibilityStudy and Detailed Design for Metalled Road from Motorway InterchangqKatha ( -\. Lilla upto Mianwali via Nali, Kund, Jabbi,Warcha, Golewali, Chhidru,Musakhel and Mianwali I 35 Km) '\$^A79 I / I I Terms of Reference

I xiii) Recommendation and Conclusions. An adequatesummary should emphasizeon the project description and environment, environmental impacts and mitigation measures,alternatives, socio-cultural and socio economics,public consultationand t the resulting issues and recommendations, environmental management and monitoring plans,economic assessment, recommendation and conclusions. I xiv) Submission of Reports. The report should be prepared and presented in strict conformity to IEE/EIA regulations, 2000 and Guidelines for preparation and submissionof IEE/EIA 1997 issued under the PakistanEnvironmental Protection l Act,1997. The title page of the report should specify the report name, project name, highway length, scaled maps and / or colored photographs, date of the report, consultant I companyname, address, phone numbers, e-mail and logos.

The reports shouldinclude acronymslist and a copy right certificatein the name of I NHA. The reportsshould include all the key adeles'but not limited to the executive summary,introduction, description of the prpj,ect,,policy,all legal and administrative framework, description of the proje€,t environment, alternative analysis, I environmental impacts and mitigatioh-.,,,rneasures,public consultation and resettlement action plan, inter-ageney=qnd public/ NGO consultation process, environmental monitoring plansr=''=etonomic assessment, conclusions and I recommendations.

All figures, maps, appendieeS;tablei, photographs,matrices and list of references I shouldbe chronologicallyorganiz-d and eachpage should be numbered. (i) Initially Consultantg,,shouldsubmit two draft copiesof the report to NHA I (ii) After incorpo,l4fug,'the comments from NHA, bureau of Environmental Protection/Pronir,rcialEPAs and donor agenciesConsultants should ftnahze I the report. (iii) Consultants,,r,eQuiredsubmitting two hard copies and one soft copy of final ElAi:r..ePoto NHA' I (iv) Must fil1and attachthe application form for Environmentalapproval under Sec 1tZ; of PakistanEnvironmental Protection Agency (PEPA) Act 1997 (PEpa- Review of IEE and ElA-Schedule IV regulations,2000). The form T requires information of the description, Location, objective, altetnative 'i1.+3Li:f'. alignment,topography and land use of the project.In addition it also required " ,jijinformation about the land acquisition in acres, environmental quality I (NEQS) and measured,source of powers for the project i:it standard analyzed constructionand number of labour force (employees)required for the project ..'.::. .ti I constructionand operationphases. (v) The prepared Environmental Impact Assessment (EIA) report will be submittedto the concernedEPA for formal concurrengeand will be disclosed t to the public, stakeholders etc. *Ten hard copiesand two electroniccopies (format on CD) of the report are to be submittedshould I be labeledproperly. I -otouttun"y Servicesfor Feasibility Study and Detailed Design for Metalled Road flom Motorway Interchangeffatha Lilla upto Mianwali via Nali, Kund,Jabbi, Warcha, Golewali, Chhidru, Musakhel and Mianwali(135 Km) I \rL0 I I Termsof Reference

I Public Hearins:

It will be the responsibility of the Consultantsto obtain NOC from the respectiveEPA, and to T prepare documentsand presentationsfor EPA as and when required by EPA with due intimation to NHA.

I Consultants'Fee for Services: I The paymentsto the Consultantsfor EIA shall be made in the following manner: Sr. Description oh of A' No. I (i) InceptionReport for services(within first 7 days of commencement). r0%

(ii) Submissionof draft EIA/IEE reporl. 30% T Submissionof final EIA/IEE report (ten hard and two'soft,copies)to concerned (iii) 20% EPA. Submission of final EIAAEE report after attendiag all observationand 20% I (iv) commentsof EPA. I (v) Obtain NOC from concernedEPA includirg public hearingaspects. 20% Total: 100"h

I WhereA' is the total payableamount in respectof EIA Study.

Consulting ServicePeriod: I :. Consultants shall submit the final @o.rt within Three (03) months from the date of Date of I Commencementof Services. I T T T I t ;:,1,. t , ConsultancyServices for Feasibility Study and Detailed Design for Metalled Road flom Motorway InterchanggKatha Warcha,Golewali, Chhidru, Musakheland Mianwali (135 Km) -t 8l I Lilla upto Mianwali via Nali, Kund, Jabbi, /M I