<<

NationalHighway Authority

[ri[xo'v rri$ru"Avs

REQUESTFORPROPOSAL

For

ConsultancyServices for Feasibility(Technical + Commercial)Study and DetailedDesign of Lyari Elevated Freight Corridor (Approx. 20 KM) on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP)Modality

TenderNo. 6(517)

Pages-lto 136

September,2020 SayNo to Corruption Table of Contents

Table of Contents

DESCRIPTION PAGE NO.

LETTER oF INVITATIoN poil I

ATTACHMENTS ,

TNSTRUCTIONSTO CONSULTA|ITS (ITC) 3

DATA SHEET (DS) 9

SUMMARY EVALUATION SHEET l7

PERSONNEL EVALUATION SHEET 18

TBCHNICAL PROPOSAL FORMS 19

FINANCIAL PROPOSAL FORMS 38

APPENDIX A 48 TERMSOF REFERENCE

APPENDIX B

LIST OF SUPPORTINGDOCUMENTS

APPENDIX C MAN-MONTH AND ACTIVITY SCHEDULE

APPENDIX D CLIENT'S REQUIREMENTSFROM THE CONSULTANTS

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

APPENDIX F COPY OF MODEL AGREEMENT

F"^tb1tt), (T.rl*ical + Commercial)Study and DetailedDesign of Lyari ElevatedFreight C' KM) on euitO- Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality I

I SayNo to Corruption Letterof Invitation GOVERNMENT OF NATIONAL HIGHWAY AUTHORITY I 27-MauveArea, G-g/t, PostBox No. 1205, ISLAMABAD ! Datedthe Ref No.

I LETTER OF INVITATION (LOI)

I To, All prospectiveconsultants

I Gentlemen!

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

! GeneralManager (P&CA) Telephone: +92-5 | -90327 27 Fax: +92-51-9260419 I E-mail : [email protected], Website:www.nha. gov.pk I I t I e.^iUif ity + Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) ff."hnical -.1- I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality E SavNo to Corruption Attachments

ATTACHMENTS

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

e.^iUif 'ty * Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) tfechnical -2' on Build I Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality I

I SayNo to Corruption Instructionsto Consultants I INSTRUCTIONSTO CONSULTANTS t. INTRODUCTION t l.l You arehereby invited to submita technicaland a financialproposal for consultingservices requiredfor the assignmentnamed in the attachedData Sheet(referred to as o'DataSheet" hereafter)annexed with this letter. Your proposal could form the basis for future negotiationsand ultimately a Contractbetween your firm andthe Clientnamed in the Data I Sheet.

1.2 A brief descriptionof the assignmentand its objectivesare given in the Data Sheet.Details ! are providedin the attachedRFP for designservices provided in the Documentsand will becomepart of agreementsubsequently. t 1.3 The assignmentshall be implementedin accordancewith the phasingspecified in the Data Sheet.

I 1.4 The Client has beenentrusted the duty to implementthe Projectas ExecutingAgency by Governmentof Pakistan(GoP) and funds for the projectshall be arrangedby the Client.

I 1.5 To obtain first-handinformation on the assignmentand on the local conditions,you are encouragedto pay a visit to the Client before submittinga proposaland attenda pre- proposalconference if specifiedin the DataSheet. Your representativeshall meet the named I officialson the dateand time specifiedin the Data Sheet.Please ensure that theseofficials are advisedof the visit in advanceto allow adequatetime for them to make appropriate arrangements.You must fully inform yourself of local conditionsand take them into I accountin preparingyour proposal. 1.6 The Client shall providethe inputsspecified in the Data Sheet,assist the Consultantsin obtaininglicenses and permits needed to carryout the services,and make available relevant I projectdata and reports. I t.7 Pleasenote that: i. The costof preparingthe proposaland of negotiatingthe Contract,including a visit I to the Client,are not reimbursableas a directcost of the Assignment,and ii. The Clientis not boundto acceptany of the proposalssubmitted.

I 1.8 The namesof the invitedconsultants are given in the DataSheet. I t.9 We wish to remindyou thatin orderto avoidconflicfs of interest: a) Any firm providing goods, works, or serviceswith which you are affiliated or associatedis not eligible to participatein bidding for any goods,works, or services I (otherthan the servicesand any continuationthereof) resulting from or associates' with the projectof whichthis assignmentforms a part;and I b) Any previousor ongoingparticipation in relationwith the projectby your firm, its professionalstaff, its affiliatesor associatesunder a Contractmay result in rej I Feasibility(Technical + Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor ( I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality I t

I SayNo to Corruption Instructionsto Consultants your proposal.You shouldclarify your situationin that respectwith the Client before I preparingthe proposal. l.l0 A firm may submitits proposalfor the Assignmenteither as an independentConsultant or as a Memberof a JV Consultantsbut participationof a firm occurringin more than one T proposalfor the Assignmentis not allowed.In casea firm participatesin more than one proposal,all such proposalsshall be disqualified and rejected.However this condition I doesnot applyfor individualSpecialist Sub-consultant(s). 2. DOCUMENTS t 2.1 To preparea proposal,please use the Documentsspecified in the DataSheet. 2.2 Consultantsrequiring a clarificationof the Documentsmust notifu the Client,in writing,not ! later than twenty-one(21) days before the proposalsubmission date. Any requestfor clarificationin writing, or by cable,telex or tele-faxshall be sentto the Client's address specifiedin the Data Sheet.The Client shall respondby cable,telex or tele-faxto such I requestsand copies of the responseshall be sentto all invitedConsultants. 2.3 At any time beforethe submissionof proposals,the Client may,for any reason,whether at its own initiativeor in responseto a clarificationrequested by an invited consultingfirm, I modifuthe Documentsby amendment.The amendmentshall be sentin writing or by cable, telexor tele-faxto all invitedconsulting firms andwill be bindingon them.The Clientmay t at its discretionextend the deadlinesfor the submissionof proposals. 3. PREPARATION OF PROPOSAL I It will consistof two parts- Technicaland Financial I 3.1 TechnicalProposal 3.1.1 The TechnicalProposal should be submittedusing the format specifiedand shall include duly signedand stamped forms appended with the RFP.This is a mandatoryrequirement for I evaluationof proposalsand needs to be filled up carefully. 3.1.2 For TechnicalProposal, the generalapproach and methodologywhich you proposefor carryingout the servicescovered in the TOR, includingsuch detailed information as you I deemrelevant, together with your appreciationof the Projectfrom provideddetails and

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

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

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

(d) The CurriculumVitae (CV) of all Key Staff membersand an affidavitthat proposed I staff shallbe availablefor the assignmentduring the projectduration and their present place of duty must also be specified.The Consultantsare advisedto suggestsuch I namesthat shall be available for theAssignment. Feasibility(Technical * Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx' 20 KM) -4- t on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality I I

I SayNo to Corruption Instructionsto Consultants

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

I 3.1.3 In preparingthe technicalproposal, you are expectedto examineall termsand instructions includedin the Documents.Failure to provideall requestedinformation shall be at your own risk and may resultadversely in the scoringof your proposal.The proposalshould be I preparedas per RFPand any suggestionor reviewof staffetc. should be clearlyspelt out in formA-4. This will bediscussed at thetime of negotiationmeeting as and when called.

3.1.4 During preparationof the technicalproposal, you must give particularattention to the I following: t a. The Firm needsto be registeredwith PakistanEngineering Council (PEC). b. If you considerthat your firm doesnot haveall the expertisefor the assignmentyou may obtaina full rangeof experienceby associatingwith otherfirms or entities.You may I also utilize the servicesof expatriateexperts but only to the extent for which the requisiteexpertise is not availablein any Pakistanifirm. ln caseof Joint Venture,the ooJointly proposalshould state clearly partnerswill be and Severally"responsible for ! performanceunder the Contractand one (Representative) partner will be responsiblefor all dealingswith the Client on behalfof the Joint Venture.Its "Powerof Attorney"on this accountis to be enclosed.The representativepartner shall retain the responsibility I for the performanceof obligationsand satisfactorycompletion of the consultancy services.PEC registersa foreign consulting firm for issuing license to provide consultancyservices in Pakistan,which is basedon formationof JV with the condition I that the foreignconsulting firm shallprovide only that shareof consultancyservices by the JV for whichexpertise is not availablewith Pakistaniconsulting firms. A copyof JV agreementto be providedat the time of finalizingthe contractdocuments with specific I responsibilitiesand assignments to be lookedafter by eachpartner. c. Subcontractingpart of the assignmentto the otherConsultants is not discouragedand T SpecialistSub-Consultants may be included d. The key professionalstaff proposedshall be permanentemployees of the firm unless otherwisespecified in the DataSheet. The minimumstay with the firm for suchpersons I is Six months.No alternativeto key professionalstaff may be proposedand only one CV may be submittedfor eachposition. The minimumrequired experience of proposed I Key Staffis specifiedin the DataSheet. e. The trainingshall be impartedduring the currencyof the contractif in the Data E Sheet. I feasiUitity(Technical + Commercial)Study and Detailed Design of Lyari ElevatedFreigh\ I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality I t t SayNo to Corruption lnstructionsto Consultants 3.1.5 The technicalproposal shall not include any financial information.The Consultant's comments,if any, on the data, servicesand facilitiesto be providedby the Client and I specifiedin theTOR shallbe includedin thetechnical proposal. I 3.2 FinancialProposal 3.2.1 The financialproposal should be submittedusing the format specifiedand enclosedwith this RFP.This is a mandatoryrequirement for evaluationof proposalsand needs to be filled I up carefully.The total costis to be specifiedin the FormA-17 andaccordingly also in Form A-l 1.

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

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

3.2.5 The evaluation committee will correct any computationalerrors. When correcting t computationalerrors, in caseof discrepancybetween a partialamount and the total amount, or betweenword and figuresthe formerswill prevail.In additionto the abovecorrections, activitiesand itemsdescribed in the TechnicalProposals but not priced,in the Financial t Proposalsshall be assumedto be includedin the pricesof otheractivities or items.In case an activity or item is quantifiedin the FinancialProposal differently from the Technical Proposal,the evaluationcommittee shall corect the quantificationspecified in the Financial I Proposalso as to makeit consistentwith thatspecified in theTechnical Proposal. I 4. SUBMISSION OF PROPOSALS 4.1 You shallsubmit one original technical proposal and one original financial proposal and the numberof copiesof eachspecified in the Data Sheet.Each proposal shall be in a separate t envelopeindicating original or copy,as appropriate.All technicalproposals shall be placed in an envelopeclearly marked "Technical Proposal" and the financialproposals in the one marked "Financial Proposal".These two envelops,in turn, shall be sealedin an outer envelopebearing the addressand informationspecified in the Data Sheet.The envelope I shall be clearly marked, "DO NOT OPEN, EXCEPT IN PRESENCE OF THE EVALUATION COMMITTEE.''

I 4.2 In the event of any discrepancybetween the copiesof the proposal,the original shall govern. The original and each copy of the technicaland financial proposalsshall be preparedin indelibteink and shallbe signedby the authorizedConsultant's representative. I The representative'sauthorization shall be confirmed by a written power of attorney accompanyingthe proposals.All pagesof the technicaland financialproposals shall be I initialedby the personor personssigning the proposal. T Feasibility(Technical+ Commercial) Study and Detailed Design of LyariElevated I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) I 3

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

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

4.5 The proposalsshall be valid for the numberof daysstated in the DataSheet from the dateof I its submission.During this period,you shallkeep available the professionalstaff proposed for the assignment.The Client shall make its best effort to completenegotiations at the I locationstated in the DataSheet within this period. 5. PROPOSAL EVALUATION I 5.1 A Single-Stage-Two-Envelopeprocedures shall be adoptedin rankingof the proposals.The technicalevaluation shall be carriedout first, followed by the financialevaluation. The Consultantsshall be rankedusine a combinedtechnical/financial score.

I 5.2 TechnicalProposal

5.2.1 The evaluationcommittee appointed by the Client shall carry out its evaluationfor all the I projectsas listedin ParaLl, applyingthe evaluationcriteria and point systemspecified in the Data Sheet.Each responsiveproposal shall be given a technical score: St. The Consultantsscoring less than sevenfy (70) percentpoints shall be rejectedand their financial I proposalsreturned un-opened. E 5.3 FinancialProposal 5.3.1 The financial proposalsof the three top-rankingqualifoing Consultants on the basisof evaluationof technicalproposals shall be openedin the presenceof the representativesof I theseConsultants, who shallbe invitedfor the occasionand who careto attend.The Client shallinform the date,time andaddress for openingof financialproposals as specifiedin the Data Sheet.The total cost and major componentsof each proposalshall be publicly I announcedto the attendingrepresentatives of the firms. 5.3.2 The evaluationcommittee shall determine whether the financialproposals are complete and I withoutcomputational errors. The lowestfinancial proposal (Fm) amongall shallbe givena financialscore: Sf of 1000points. The financialscores of the proposalsshall be computed t asfollows: S/: (1000x Fm)/F I (F : amountof specificfinancial proposal) 5.3.3 Proposals,in the Quality Cum Cost BasedSelection (QCBS) shall finally be ranked accordingto theircombined technical (St) and financial (Sr) scores using the weights(T- the weight givento the technicalproposal, P : the weightgiven to the financialproposal, and t T+P:l) statedin the DataSheet: I S: St xT Yo+SlfxPo/o I Feasibility(Technical + Commercial)Study and DetailedDesign of Lyari ElevatedF-reight .20KM) I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality ! I

I SayNo to Corruption Instructionsto Consultants 6. NEGOTIATION

I 6.1 Prior to the expirationof proposalvalidity, the Clientshall notiff the successfulConsultant who submittedthe highest-rankingproposal in writing, by registeredleffer, cable telex or I facsimileand invite it to negotiatethe Contract. 6.2 Negotiationsnormally take from two to five days.The aim is to reachagreement on all E pointsand initial a draftcontract by the conclusionof negotiations. 6.3 Negotiationsshall commencewith a discussionof your technicalproposal. The proposed methodology,work plan,staffing and any suggestionsyou may havemade to improvethe I TOR. Agreementshall then be reachedon the final TOR, the staffing,and the bar charts, which shall indicateactivities, staff, and periodsin the field and in the homeoffice, staff t months,logistics and reporting. 6.4 Changesagreed upon shallthen be reflectedin the financialproposal, using proposed unit rates(no negotiationof the staffmonth rates). t 6.5 Havingselected Consultants on the basisof, amongother things, an evaluationof proposed key professionalstaff, the Client expectsto negotiatea contracton the basisof the staff namedin the proposal.Prior to contractnegotiations, the Clientshall require assurances that I the staff memberswill be actuallyavailable. The Client shall not considersubstitutions of key staff exceptin casesof un-expecteddelays in the startingdate or incapacityof key I professionalstaff for reasonsof health. 6.6 The negotiationsshall be concludedwith a review of the draft form of the contract.The Client and the Consultantsshall finalize the contract to conclude negotiations.If t negotiationsfail, the Client shall invite the Consultantsthat receivedthe secondhighest scorein rankingto Contractnegotiations. The procedurewill continuewith the third in case t the negotiationprocess is not successfulwith the secondranked consultants. 7. AWARD OF CONTRACT I 7.1 The contractshall be awardedafter successfulnegotiations with the selectedConsultants and approved by the competent authority. Upon successful completion of negotiations/initialingof the draft contract,the Client shall promptly inform the other t Consultantsthat their proposalshave not beenselected. 7.2 The selectedConsultant is expectedto commencethe assignmenton the dateand at the T locationspecified in the DataSheet. 8. CONFIRMATION OF RECEIPT

I 8.I Pleaseinform the Clientby telex/facsimilecourier or any othermeans:

(i) Thatyou receivedthe letterof invitation; I (ii) Whetheryou will submita proposal;and you it. I (iii) If you planto submita proposal,when and how willtransmit t f'.utiUitity (Technical+ Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx' 20 KM) -8- t on Build I Ope.ut"- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality t I

I SayNo to Corruption Data Sheet t DATA SHEET LOI Clause DESCRIPTION OF CLAUSE I No. for Feasibility (Technical + l.l The name of Assignmentis: "Consultancy Services Commercial) Study and Detailed Design of Lyari Elevated Freight Corridor I (Approx. 20 KM) on Build - Operate- Transfer (BoT) basisunder Public Private Partnership(PPP) Modality" I The Client'sName is: NationalHighway Authority I 1.2 The descriptionand the objectivesof theassignment are: As per TOR 1.3 Phasingof the Assignment(if any): Nil

The Consultantshall commencethe assignmentupon signingof ContractAgreement I betweenNHA andthe successfulConsultant.

I 1.5 Pre-ProposalConference: Yes No - The name(s)and address(es) of the Official(s)is (are):

! GeneralManager (P&CA) NationalHighway Authority 28, Mauve Area,G-9ll I Islamabad Date,Time and Venuefor Pre-ProposalConference:

I Date: 6thOctober12020 Time: 1100hours Venue: NHA Auditorium (HQ) T NationalHighway Authority G-9/1 28, MauveArea, -.#=::.*' Islamabad. t fi: ;\ 1.6 The Clientshall provide the followinginputs: t As per TOR and Appendix D. \lrI# I t.7 Followingsub-clauses are added: iii. The Consultantmay pleasenote not to suggestnames of key staffalready proposed in other proposalswith the Client or awardedrecently. This will affectadversely marking of these professionalsin evaluationof the technicalproposal. Their I securedpoints are liable to be reducedby50% if their nameappears in morethan I previousproposal in which they are rankedNo.l. Also, the existingload of work with a firm shall be consideredas one of the factorsfor the considerationin the t awardof the work. I Feasibility(Technical * Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) -9- t on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality I I SayNo to Corruption DataSheet Form A-4 is meantfor commentson provisioncontained in RFP and Terms of Reference(TOR) and unlessthe observationsare noted in this particularform, I any,thingwritten elsewhereon this accountincluding financial implications, if any, shallbe considered ofno consequencein the evaluation process. t Consultantsmay form a Joint Venture(JV) to qualify for the Assignmentin which casethe contractwill be signedbetween the Client and all membersof the JV on the prescribedForm includedin AppendixE (copyof Model Agreement)subject to the I rankingand successfulnegotiations. A JV may includeat the most four members. To promotethe consultancyindustry in the country,50 marks (out of 1000 for Evaluation)are allocated for Transferof Knowledgein the form of JV with a new / ! lessexperienced firm by sharingat least20% of Assignmentwith them.

The Invited Consultants/ Eligible Consultantsare: Any firm meetingthe following T requirements:

(a) Valid RegistrationCertificate of PakistanEngineering Council with relevant I ProjectProfile Codes.Foreign consulting firms shallmake JV in accordancewith Byelaw 6(2) and Byelaw 9 of the PakistanEngineering Council (Conductand Practiceof ConsultingEngineers) Bye-Laws 1986. Failure to provide valid I RegistrationCertificate (license) of the firm (eachmember in caseof JV) by the PECwill entitlethe Clientto rejectthe proposal.

(b) In caseof JV members,Letter of Intentto form JV on firm's letterhead (original is I required,scanned copy is not acceptable).The specimen is attachedat Annexure' 4 I (c) TECHNICAL PROPOSAL FORMS A-l to A-10 duly completed as per Instructionsto Consultants/Data Sheetand requirementsof TOR (To be affached with TechnicalProposal except Form A-4, whichcan be submittedwith or without I comments) (d) At the time of proposalsubmissiorV opening, page numbering,signing and t stampingof proposalswill be checkedby CommitteeMembers. If any minor discrepancyis foundthen sameshall be askedby the Committeemembers to the AuthorizedRepresentative of firmsto correctit in front of all committeemembers. In the absenceof authorizedrepresentative, the concernedfirm will be announced I dis-qualified.

(e) Lists of facilities available with the Consultantto perform their functions I effectively(software, hardware, etc.). In caseof JV, the samewill be providedby the leadfirm only.

; (0 FINANCIAL PROPOSAL FORMS A-11 to A-17 duly completed as per Instructionsto Consultants/Data Sheetand requirementsof TOR (To be attached t with FinancialProposal). (g) Audit Reportsof the firm (s) for last three years duly certified by Chartered I Accountant(To be attachedwith FinancialProposal). I Feasibility(Technical + Commercial)Study and DetailedDesign of Lyari ElevatedFreight Corridor (Approx. 20 KM) _10_ I on Build Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality I ! SayNo to Corruption DataSheet I 2.1 The Documentsare: (a) Letterof Invitation(LOI). (b) Instructionsto Consultants(fTC). I (c) DataSheet. (d) TechnicalProposal Forms. I (e) FinancialProposal Forms (0 Appendix- A: TOR andBackground Information. t (g) Appendix- B: List of SupportingDocuments (h) Appendix- C: Man-Monthsand Activity Schedule I (i) Appendix- D: Client'sRequirements from the Consultant. 0) Appendix- E: PersonnelEquipment, Facilities and OtherServices to be provided by theClient. I (k) Appendix- F: Copy of Model Agreement/Draft Form of Contract& Appendices etc. I (l) Form of Contract(For Consultantsto perform servicesas a Joint Venture)

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

I GeneralManager (P&CA) NationalHighway Authority 28,Mauve Area, G-9/1,

I Islamabad -\a,II ; E-maiI : gmpca.nha@gmaiLcom -:, 1 ..{. I t 2.3 Add followingclause: I "The informationwill be sharedthrough email or courier". 3.1.1 Add following:

I The proposalsshould be boundin the hardbook binding form to denythe possibilityof removalor additionof page(s).All the pagesof proposalmust be signedand stamped in original by authorizedrepresentative of the firm/JV. All the pagesmust be numbered I startingfrom first page to last. At the time of proposalsubmission/ opening, page numbering,signing and stamping of proposalswill be checked by Committee Members,if any minor discrepancywill be found then sameshall be askedby the I Committeemembers to the AuthorizedRepresentative of firms to correctit in front of all committeemembers. In the absenceof authorizedrepresentative, the concerned I firm(s)will be announceddis-qualified. 3 Feasibility(Technical + Commercial)Study and DetailedDesign of Lyari ElevatedFreight Corridor (Approx 20 KM) -11- I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality t I

T SayNo to Corruption Data Sheet

3.1.4 c. The term associates,if usedin the proposalor otherwiseshall not be consideredas I an alternativeof JV member.Any personnelproposed for the Assignmentbut belonginqto the so calledassociates shall not be markedin evaluationof technical proposal like in case of Sub-consultants(except individual Specialist Sub- I consultantshaving unique expertisewhich is rarely availableOR an expatriate Personnel)who are not supposedto contributein qualificationof their main consultants.

I d.Proposedkey staff shallpreferably be permanentemployees whp areemployed with the consultantsat leastsix monthsprior to submissionof Proposal. I Yes { No The minimumrequired experience of proposedKey Personnelis givenbelow: I FOR KEY PERSONNEL

Team Education: PreferablyM.Sc. (StructuralEngineering) and minimum ! Leader/ B.Sc.(Civil Engineering). Senior Experience: Preferablytwenty (20) years relevantexperience [proven Structural fifteen (15) years' designexperience as Team LeaderlSenior Structural I Engineer Engineeron NationalHighways Projectsl; He/ shemust also have performed as TeamLeader for at leastthree (03) I majorHighway Design Projects. Senior Education: PreferablyM.Sc. (TransportationEngineering) and minimum Highway B.Sc.(Civil Engineering). I Engineer Experience:Preferably twenty (20) years' relevantexperience [proven fifteen (15) years' designexperience as SeniorHighway Engineeron I NationalHighways Projectsl. Senior Education: PreferablyM.Sc. (StructuralEngineering) and minimum Structural B.Sc.(Civil Engineering). Engineer t Experience: Preferablytwenty (20) years relevantexperience [proven fifteen (15) years' designexperience as Senior StructuralEngineer on I NationalHighways Projectsl. Junior Education: PreferablyM.Sc. (StructuralEngineering) and minimum Structure/ B.Sc.(Civil Engineering) I Bridge Eiperience: Preferablyfifteen (15) years relevantexperience [proven Engineer twelve(12) years'design experience as JuniorStructure/ Bridge Engineer t on NationalHighways Projects]. Junior Education: PreferablyM.Sc. (TransportationEngineering) and minimum Highway B.Sc.(Civil Engineering). t Engineer Experience: Preferablyfifteen (15) years relevantexperience Iproven twelve (12) years' designexperience as Junior High on T NationalHighways Projectsl. I i'*f,uff!, :J^-kI ^;i-^w,"r Feasibility(Technical + Commercial)Study and DetailedDesign of Lyari ElevatedFreight lM) \:::::!-l -12- I on Build - OperOoerate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality t I SavNo to Corruption Data Sheet

Pavement 4ducafign:Preferably M.Sc. (Transportation Engg.) and minimum B.Sc. I Design (Civil Engineering). Engineer Experience:Preferably twenty (20) years' relevantexperience [proven fifteen (15) years' designexperience as PavementDesign Engineer on I majorHighway Projectsl.

Transport Education: Preferably M.Sc. (Economics with specialization in I Economist Transportation)and minimum B. Sc. (Civil/ TransportationEngineering) Experience:Preferably twenty (20) years' relevantexperience fproven I fifteen(15) years' experience as Transport Economist in highwaysector]. PPP Education: PreferablyCertificate of CharteredAccountancy/ Certified Expert/ FinancialAnalyst/ ACCA and minimum M.Sc. Economics/MBA I Financial (Finance)/ICMA/ B.Sc.(Civil) or equivalent Expert Experience:Preferably twenty (20) years' relevantexperience [proven fifteen (15) years' experienceas PPPExpert/ Financial Expert on mega I infrastructureproj ects preferab ly Hi ghwayProj ectsl.

Corporate Education: Preferably Masters of Law (LLM/ Masters of Law I Law (CorporateLaw) andminimum Bachelors of Law (LLB). Expert Exnerience: Preferablytwenty (20) years' relevant experience[proven fifteen (15) years' experienceas Corporate Law Expert on mega I i nfrastructureproj ects preferab ly Hi ghwayProj e ctsl . in Civil Engineeringand minimum Quantity Education: PreferablyBachelor's I Surveyor D.A.E.(Civil). Experience:Preferably fifteen (15) yearspost-qualification experience in Highway Sectorwhich includesproven twelve (12) years'experience as I Quantity Surveyoron Highway Projects.

Note: The Consultantsare advisedto submit updatedCV's striclMiu_eonqplianee I with the format of CVs given in TeqhnicalProposal Form A-5. CVs submitted without reqard to the said format may score low. ffi ! e.Training is an importantfeature of thisAssignment: Yes { No

I If Yes,details of trainingare given in TOR

3.2.3 Professional liability, insurances (description or reference to appropriate t documentation): i. The Consultantsshall be responsiblefor ProfessionalIndemnity Bond of the requiredamount at their own cost. This bond shall be in the joint name of t Consultantand the Client. ii. The Consultantsare requiredto insure their Employeesand Professionalsfor Hospitalization/Medical, Travel and Accident Cover for the duration of the I Contract.The detailsprovided in Para 3.5 of SpecialConditions of Contractin I ModelContract. Feasibility(Technical * Commercial)Study and DetailedDesign of Lyari ElevatedFreight Corridor (Approx. 20 KM) I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality -13- t I SayNo to Corruption DataSheet

4.1 Thenumber of copiesof theProposalrequired is: I TechnicalProposal: One Original and Four copieswith CD (soft form of complete Technical Proposalin PDF Form) in sealed envelope. I FinanciarProposar: *J$u-".,r"1#.*;t.ffi''"l;#rtri:l 3ff#'-tT, I Forms)in sealedenvelope. The addressfor writing on the proposalis:

GeneralManager (P&CA) I NationalHi ghway Authority 28,Mauve Area G-9ll Islamabad Telephone:+92-5 | -9032727 t Facsimile: +92-51-9260419 I 4.4 Thedate and time of proposalsubmission is: Date: 21'tOctober,2020 Time: 1130hours I Locationof Submission: NHA Main Auditorium NationalHighway Authority ! 27.-MauveArea G-9ll Islamabad. 4.5 Validityperiod of theproposal is: 180days I Thebid shallremain valid up to 19thApril, 2021 The locationfor negotiationof proposalis:

GeneralManager (P&CA) J I J NationalHighway Authority r 28-MauveArea G-9 / | Islamabad ,l I Telephone: +92-5 | -90327 27 Facsimile:+92-5 | -9260419 I 5.2 fhe evaluationof technicalproposal shall be basedon followingcriteria: Sr. Description/ Items Points No. I l. Experienceof the Firm 100 l-a) GeneralExperience in roadTransport Sector Q5) l-b) Specific Experience related to particular I Assignmentx g2 ) Approach & Methodology 250 I 2-a Appreciationof the Project ga (i). Understandingof theAssignment (30) I (it). Clarity of appreciation (20) (iiil. Comprehensivenesso/'appreciation (20) I 2-b ProblemStatement/ Understanding of Objectives 6!) f"*iUif ity (f".hnical + Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) -14- I on Build - Ooerate- Transf-er(BoT) basisunder Public Private Partnership (PPP) Modality I t SayNo to Corruption Data Sheet O ldentificationof Problems/Objectives (30) I (i, Componentsof ProposedServices (20) 2-c Methodology GO O ProposedSolutionsfor this Proiect (s0) I (ir. Qualiryof Methodolog,, (20) (iir. Conciseness,clarity and completenessof proposal** (30) 2-d Suggestedchanges for improvementin TOR 0_a) I 2-e Work Program GA 2-f StaffingSchedule @)

I J. Key Staff*** 450 4. PerformanceCertification from clients**** 100 t f,. PresentCommitments (current engagement and available 50 strength- justification) I Transfer of Knowledge (Methodology/ Plans) ?tit!kt(* 50 TotalPoints: 1000

I Minimum qualifyingtechnical score:

* PerformanceCertificate/ Assignment Completion Certificate (All completed I projects mentioned under TECHNICAL PROPOSAL FORM-42 CONSULTANT'SEXPERIENCE/ CLIENT'S REFERENCE). I Note: Any project mentionedcompleted under Form A-2 (Part-B) will not be considered for evaluation unless Performance Certifrcatel Assignment CompletionCertificate with satisfactoryremarks by the client's representative t is not attached.The Client NHA reservesthe right to verify the Performancel AssignmentCompletion Certifi cates. t x<* Concisenessand clarity contains l0 marks and 20 marks will be for the completenessof the proposalswhich includesbut not limited to hard binding, sequentialpage numbering, signing and stamping of eachpage of proposal. t (At the time of proposal submissian/opening, page numbering,signing and stamping of proposals will be checkedby CommitteeMembers, ,f ony minor discrepancywill befound then sameshall be askedby the Committeemembers I to the AuthorizedRepresentative offirms to correct it infront of all committee members.In the absenceof authorizedrepresentative, the concernedfirm(s) I will be announceddis-qualified.) 't

I +*x<,6*Transfer of knowledgewould be in the form of joint venturewith new/ less experiencedfirm(s) by sharingat least 20% of Assignmentwith them for prornotingthe consultancyindustry in the country.Criteriafor Netvfirm are the I onewhich hascarried out maximum3 projectsin 6 years' I The pointsearmarked for evaluationsub-criteria (3) for suitabilityof Key Staffare: Description/ Items I Academicand General Qualifications Professionalexperience related to the Project Statuswith the firm (Permanent& durationwith Firm as per I Lol clause3'1'4 (d)) TotarPoints: T Followingis added: and The wordsoothreetop-ranking qualiffing consultingfirms" is deletedin its entirety t replacedwith the words"qualifying consultants" after The date,time, and addressof the financialproposal opening shall be informed I evaluationand approval of technicalproposals, accordingly' The weightsgiven to theTechnical and FinancialProposals are: Technical(T%): 80' I Financial(P%): 200 t Add followingat theend of thisPara: at the The final person-monthsof eachexpert, if required,are subjectto adjustment methodologyand stageof contractnegotiation in line with demonstratedapproaches I needbasis. t The assignmentis expectedto commencein: November2020 '{t!:Yx) I The Clauseis deletedin its entirety I I I t corridor(Approx. , publicprivare parrnership ?iff{,$*:ilcfi,(ppp) Modalfty iYl I ;ffi;til: do.ru,.:rrunsfer (BoT)basis under I I I I I r I - I I r I I I I n I I I I I

Say No to Corruption SummaryEvaiuation Sheet

SUMMARY EVALUATION SHEET FOR FULL TECHNICAL PROPOSALS (QCBS)

EVALUATION CRITERIA

l. Firms Experience

ific Exoeriencerelated to

Identifi cation of Problems/

2-f. Staffine Schedule

TeamLeader/ Senior Structural

JuniorH

4. Performance Certification from clients*** !9\:'l'D 5. PresentCommitments menl and availablestrength -

nxcitlent - 1007o Very Good- 90-99% AboveAverage - 80-89% Average-70-79o/o BelowAverage - 1-69%oNon-complying - 0% Score: MaximumWeightage x rating/ 100.Minimum qualifyingscore is 707oor 700marks. .C@ieE$ ar.t ctarit wtaits I0 Mks an r 20 Mks eiL beJ@ dp @ plctew ol tle yapsdk which inct lesbut tbt liaietd it l@d brding. seEential pdAe nant

a.Ftn o,f\d@itfu pM oJpqwl @is 25 wb out 01450Mts (co,qLE in all ftsp.ct ^ pet speciw. @d dt AmEr.C pl@d in Teclsktl Prop@l FM). '..25e'ol]NM|klviIbeaIt.@|eiI!qpfi!1i1M44.lMaf@''4nppq.|e4a.'|2db'nEoahcMisio"e|'od.e&.|'l|d'deIvmhd'@i|he/b.ent,lackIi81edwcfybfNjo. tlittN,t;Jonn@tudlobncldiM(.orplat irall4ttEctEPersPecnre"M*ddtAnwi ptdced in T..hnt dl PopMl Fom) *...c lzttoJd N4 ftl it dc M thtch l@ cN,'Ed dtt Minn 3 pbjecs it 6t@t. -17- Feasibility(Technical * Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) on BoT basisunder PPP Modality I I I I I il I I G I I I I I I gIIT I

SayNo to Corruption PersonnelEvaluation Sheet

PERSONNEL EVALUATION SHBET

Academic and General Projectrelated OVERALL POSITION/AREA OF Statuswith the Firm** Name Qualifica,tion* Experience RATING (Surn of E)(PERTISE L0% Weiehtaee30% Weiehtase60% Weieht€d Ratines) Percentage Weighted Percentage Weighted Percentage Weighted (Show to be evaluated) (A+B+C) all experts Ratins Ratine (A) Ratins Ratins(B) Rating Ratine(C) (i) Team Leader/Senior Structural Engineer (ii) Seniorl{ighway Engineer (iii) SeniorStructural Engineer (iv) JuniorStructure/Bridge Engineer-l & II (v .luniorHighway Engineer (vi) PavementDesign Engineer (vii) TransportEconomist (viii) PPPExpert/ Financial Expert (ix) CorporateLaw Expert (x) QuantitySurveyor

Rating: - Excellent- l00oh Very good-90-990/" AboveAverage - 80-897o Average -70-79Vo BelowAverage-L-69oh Non-complying-Ooh

Score:Maximum WeightageX rating / 100.

For Team Leader/Senior StructuralEngineer, Senior Highway Engineer,Senior StructuralEngineer, Junior StructurelBridge Engineer,Junior Highway Engineer, PavementDesign Engineer, Transport Economist: M.Sc. - 100%;B.Sc. -70o/o.

pPP Expert/ FinancialExpeft: Certificateof CharteredAccountancy/ Certified Financial AnalysV ACCA - 100%;M.Sc. Economics/MBA (Finance)/ICMA/ B.Sc. (Civil) or equivalent- 70%

CorporateLaw Expert: Mastersof Law (LLMy Mastersof Law (CorporateLaw) - 100%;Bachelors of Law (LLB) -70%

- QuantitySurveyor: B.Sc. (Civil) - 100o/o;D.A.E. (Civil) 70%

** 6 montholder employee - l00o/o; Lessthan 6 monthsor associates-0%o

-18- Feasibility(Technical * Commercial)Study and DetailedDesign of Lyari ElevatedFreight Corridor (Approx. 20 KM) on BoT basisunder PPP Modality ! SayNo to Corruption TechnicalProposal Forms t T I T I T I I I TECHNICAL PROPOSALFORMS I I I I I t t l Feasibtltt),(Tecf.tcal + Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) -19- I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality I I SayNo to Corruption TechnicalProoosal Forms TechnicalProposal - Forms I {Notes to Consultarulshown in bracketsthroughout this Section provide guidanceto the Consultantto preparethe TechnicalProposal; they shouldnot appearon the Proposalsto be submitted.) I Checklistof RequiredForms (subparagraph3.1.3 of ITC) I Required,(!) FORM DESCRIPTION Page Lirnit A-l TechnicalProposal Submission Form A-l Proofof legalstatus and eligibility T Attachment A-I If the Proposalis submittedby ajoint "r/" If applicable Attachment venture,attach a letter of intent. A-1 Powerof attorneyfor the authorized I "r/" If applicable Attachment representativeofthe leadfirm asper Powerof instructionsgiven in specimenof letterof Attorney intent(Annexure-D). E Consultant'sOrganization and As sivenbelow Experience. A. Consultant'sOreanization A-2 I B. Consultant'sExperience/ Client's 20 Reference C. Client'sSatisfaction Certificate 10 t alonewithdetails A-3 ApproachPaper on Methodology 50 nrooosedfor Performinethe Assignment I Comments/Suggestions of Consultant [SeefootnoteJ' nla A-4 A. On the Termsof Reference I B. On the CounterpartStaff and Facilities 2 A-5 Formatof CurriculumVitae (CV) for 8 pageseach CV orooosedKev Personnel T A-6 Completionand Submission of nla Reportsas per TOR A-7 Compositionof the TeamPersonnel nla t andthe Tasksto beAssigned to each TeamMember A-8 Work Plan/Activity Schedule nla t A-9 Work Planand Time Schedulefor nla Key Personnel(Man-months of sta-ff and Prqiect Duration as Per TOR.I I A-10 CurrentCommitments of the Firm nla

Note:Failure to providerequired attachmentswith Form A-1 will entitle the Client I the proposal T I Th. totul numberof pagesfor combinedforms A-3 and A-4 shouldnot exceed50. A pageis definedas I letter-sizepaper with font sizeof l0 or more' f.*iUif ity (Technical* Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx' 20 KM) -20- I on Builcl- Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality I t SayNo to.Corruption TechnicalProposal Forms Form A-1 I Tncni,,ltc,q.LPRoposAL SUBMISSIoNFonrvI I (Tobe required from lead firm only) I {Location,Date} To: fNameand address of Client] I DearSirs: We, the undersigned,offer to providethe ... [x,lun oF THEPR)JECTJ....in accordance with your Requestfor Proposals.We are herebysubmitting our Proposal,which includesthis t TechnicalProposal and a FinancialProposal sealed in a separateenvelope.

(lf the Consultantis a joint venture,insert the following): I We are submittingour Proposalin a joint venturervith: (Inserta list with full nameand the legal adclressof eachmember and indicatethe leadmember). We haveattached a copy of our letterof intentto form a joint venture,which detailsthe likely legal structureof and the confirmationof t joint andseverable liability of themembers of thesaid joint venture. I OR (lf theConsultant's Proposal includes Sub-consultants, insert the following): We aresubmitting our Proposalwith the followingfirm(s) as Sub-consultants:(Insert a list with t nameand country of eachSub-consultant.) We herebydeclare that:

I (a) All the informationand statementsmade in this Proposalare true and we acceptthat any misinterpretationor misrepresentationcontained in this Proposal may lead to our I disqualificationandlor imposition of anysanction by theclient. (b) Our Proposalshall be validand remain binding upon us forthe periodof time speci ! theData Sheet. Clause 4.5. (c) We haveno conflictof interestin accordancewith ITC Clause

I (d) we meetthe eligibility requirementsas stated in DataSheet clause 1.8.

(e) Neitherwe, nor our JV Partner(s)lsub-consultant(s)or any of the proposedexperts I theTOR for thisconsulting assignment. (0 Within the time limit statedin the Data Sheet,Clause 4.5, we undertaketo negotiatea T Contracton the basisof the proposedKey Personnel.We acceptthat the substitutionof Key Personnelfor reasonsother than those stated in ITC, Clause6.5 maylead to the termination I of Contractnegotiations. (e) Our Proposaland any modificationsresulting from the Contractnegotiations binding I uponus. ity + Co1nr.r.,iul)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) eruriUif tfichnical -21' T on Build - Operate- Transfer(BoT)'basis uncler Public Private Partnership (PPP) Modality t I SayNo to Corruption TechnicalProposal Forms T (h). Our firm/ eachmember of our JV is not participatingin any otherproposal for this Project.

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

I We understandthat the Clientreserves the rightto rejectall proposalsas per PPRA Rules. I We remain, Yourssincerely, I Signatureof AuthorizedRepresentative* of the Lead Firm: {ln full} {and initial} I Nameand Title of Signatory: Nameof Consultant(Firm's name or JV's name): t In the capacity of: Address: I Contact information (phone and e-mail): I * The above signatory or his authorized representative should attend the proposal submission and opening with authority to sign and stamp any missing pages of proposal in line with instructions I given in clause 1.8 of the Data Sheet. The specimen of authorization for submission is given at Annexure-D.

; I I I I I T Feas'biltt),(Tech"ical * Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) -22- E on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality I I SayNo to Corruption TechnicalProposal Forms Form A-2 I ClrnNr's RnrnRnncp A. Detailabout consultant(s) Organization. I o Hierarchy/organizational chart, Office address,Employees details, etc., B. RelevantServices (as per RFPnotice) Carried Out in the LastTen YearsWhich Best Il lustrateQualifi cations I o Generalexperiencein roadTransport Sector o Specificexperience related to particularassignment should be givenon I followineformat: Using in the format below,provide information on eachreference assignment for which your firm, eitherindividually as a corporateentity or asone of the majorcompanies within a consortium, I waslargely contracted. I AssignmentName: Country.

Locationwithin Country: ProfessionalStaff Provided bv I Your Firm:

I Nameof Client: No. of Staff:

t Address: No. of StaffMonths:

I StartDate (Month/Year): Completion Date Approx. Value of Services (in (MonthA(ear): CurrentUS$/Rs.) ! Nameof Associated No. of Months of Professional Firm (s),if any: Staff Provided by Associated I Firm(s) Name of Senior Staff Groiect Director/Coordinator,Team Leader) involved and functions I performed: NarrativeDescription of Project I Descriptionof Actual ServicesProvided by Your Staff > C. The projectdetails of Client'sSatisfaction Certificates (Performance Reports) for the last3 I relevantassignments should also be givenon aboveformat.

t Consultants' I F.*tbltty (T."6nical + Commercial)Study and Detailed Design of Lyari ElevatedIrreight Corridor (Approx' 20 KM) -23- t on Build - Operate- Transfer(BoT) basisunder Public Private Parlnership (PPP) N{odality I t SavNo to Corruption TechnicalProposal Forms Form A-3

I AppnoacH PApERON MpruoDot,ocy PRopospoFon PBnToRMINGTHE I ASSIGNMENT I t I I t I I l I I I I I I E p.*iUif ity (f..ttnical + Commercial)Study and DetailedDesign of Lyari ElevatedFreight Corridor (Approx' 20 KM) -24- I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality I I SayNo to Corruption TechnicalProposal Forms Form A-4 (A and B)

I CorvrmnNTS/SuccESTIoNSOn CoNSULTANT

[Providehere comments and suggestions on the Termsof Referencethat could improve the quality/effectiveness I of the Assignment;and on requirementsfor counterpartstaff and facilities,which are providedby the Client, including:administrative support, office space,local transportation, equipment, dat4 etc.,separately under Forms I Form-4Aand Form-4B respectively.] A. On the Termsof Reference(TOR) t t. 2. Etc.,

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

; 2. Etc. t L The Consultantmay proposea teamof expertsto bestachieve the scopeof seryiceand activitiesand to deliver outputsas requiredin TOR. Proposedchanges in position/individualinputs shouldbe indicatedand reasonedin the TechnicalProposal but incorporatedonly in the FinancialProposals (showingexcess/saving, in datumPrice as workedout with the personmonths indicated in the RFP, I which must be clearlybifurcated and markedred at eachplace for acceptanceor otherwiseby the Clientat its prerogativeduring negotiations). T (i) The Proposalmay assignperson-month inputs differently from TOR. However,Key Personnel input totalsin the Proposalshould not be lessthan the minimum totalsof person-monthsinputs mentionedin DataSheet Sub-Clause-3. 1.4 respectively. I (ii) The Proposalmay include additionalexpert position/s.However, additionalexpert will be consideredNon Key Personnelfor the purposeof proposalevaluation'

(iii) If the Proposaldrops or replacesa Key Personnelposition with a differentone, the original I positionwill receivezero scorein the technicalevaluation and the new positionadded in the Proposalwill be consideredNon Key andwill not be evaluated.

(iv) Do NoT TNCLUDEEXCESS/SAVTNG TNFORMATION IN TECHNICAL PROPOSAL.If I TechnicalProposal includes financial information, the Proposalwill be rejectedunder Clause- 3.1.5of ITC. Whenthe Consultantsuggests a chaneein scopeof service"activities or output.the Consultantmust E describethe detailsin Form-4A andthe changeshould not be incorporatedin the Proposal'Enumerate eachsuggestion in Form-4A with incrementalcost as a separateattachment to FinancialProposal indicatingbreakdown into individualremuneration and expensesfor eachsuggestion. Forms A-11 to I l7 shouldbe preparedwithout incorporating the changes. (i) If FinancialProposal provides no separateattachment about incrementa'l cost to a suggestion,the suggestionwill be consideredat no additional cost to the Client and no negotiationsfor an I incrementalcost shall be done: (ii) DO NOT INCLUDE INCREMENTAL COST INFORMATION IN TECHNICA POSAL. If TechnicalProposal includes financial information, the Prooosalwill be reltt4 I 3.1.5of ITC. I Feasibility(Technical * Commercial)Study and DetailedDesign of Lyari ElevatedFreight I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality I I SayNo to Corruption TechnicalProposal Forms I Form A-5 ! FoRnn.trOn CunnrculuM VIrar (CV) Fon PnoposEDKnv Srlnn t t. ProposedPosition: I 2. Nameof Firm: Name of Staff: t 4. Profession: T 5. Dateof Birth: 6. Yearswith Firm: t 1 Nationality: 8. N.l.CNumber:

T 9. CellNumber:

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

I I l DetailedTasks Assigned on the Project: I r Key Qualifications:

I [Give an outlineof staff member'sexperience and training most pertinentto taskson assignment. Describedegree of responsibilifyheld by staff memberon relevantprevious assignments and give T datesand locations. Use up to onepage]. I Education

I [Summarizecollege/university and other specializededucation of staff member,giving institutions,dates attended and degrees obtained]. t r EmploymentRecord [Startingwith presentposition, list in reverseorder every employment held. List all positionsheld by staffmember since graduation, giving dates, names of employingorganizations, title of positions I heldand location of assignments.For experience,also give types of activitiesperformed and Client I references,where appropriate]. Feasibility(Technical + Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx' 20 KM) -26- t on Build - Operate- Transf'er(BoT) basisunder Public Private Partnership (PPP) Modality ! I SayNo to Corruption TechnicalProposal Forms t t Languages

lndicate proficiencyin speaking,reading and writing of eachlanguage: excellent, good, fair, or t poorl. I o Certification I, the undersigned,certify to the bestof my knowledgeand belief that

I (i) This CV correctlydescribes my qualificationsand experience. (ii) I am not a currentemployee of the Executingor the ImplementingAgency. (iii) In the absenceof medicalincapacity, I will undertakethis assignmentfor the durationand in ! termsof the inputsspecified for me in Form A-9 providedteam mobilizationtakes place withinthe validity of thisproposal. I (iv) I was not part of the team who wrote the terms of referencefor this consultingservices assignment (v) I am not currently debarred by any department/organization/(semi-autonomous/ I autonomous)bodies or suchlike institutionsin Pakistan. (vi) I certifythat I havebeen infonned by the firm that it is includingmy CV in the Proposalfor the {name of project and contract}.I confirm that I will be available to carry out the I assignmentfor which my CV has beensubmitted in accordancewith the implementation arrangementsand schedule set out in the Proposal. t If CV is signedby the firm's authorizedrepresentative:

(vii) I, as the authorizedrepresentative of the firm submittingthis Proposalfor the {name of I projectand contract), certify that I haveobtained the consentof the namedexpert to submit his/herCV, and that s/hewill be availableto carry out the assignmentin accordancewith the implementationanangements and scheduleset out in the Proposal,and confirmhis/her I compliancewith paras(i) to (v) above. I (viii) Latestcolored attested photograph stapled attached with the CV' I understandthat any willful misstatementdescribed herein rnay lead to my disqualificationor T dismissal,if engaged.

I Signatureof authorizedrepresentative of the Date: Leadfirm DaylMonthA(ear !

I Note:copv or scannedsisnatur I Feasibility(Technipal + Commeicial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) -27- t on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality I I II I I r r I I r r I I r I I I IITTI

SayNo to Corruption TechnicalProposal Forms

Form A-6 CovrplnrroN ANDSuer{IssroN Or RnpoRrsAs Pnn Ton

Feasibility(Technical + Commercial)Study and DetailedDesign of Lyari ElevatedFreight Corridor (Approx. 20 KM) on BoT basisunder PPP N{odality -28- I I I I I g I I I I I I il I IEIIII

SayNo to Corruption Technical Proposal Forms

Form A-7

CoruposrrroNOr TsB TnavrPBRsoNNEL AND Tnr Tlsxs To Bp AsslcNpnTo Elcn Tn.q.MMnMsrn

l. Technical/ManaserialStaff

Tasks Name of assignment Namn PosrrroN Presentlocation Assignment involved and clients name

Feasibility(Technical * Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) on BoT basisunder PPP Modality -29- I r EII r I r I gI I I 3 I I r IIISI

SayNo to Corruption TechnicalProoosal Forms

Form A-8

Wom Pr,.q.N/Acrrvrrv ScnBnuln

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

j I 3 4 f, 6 7 8 9 10 ll 12 13 l4 15

Feasibility(Technical + Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) on BoT basisunder PPP Modality 30- I I EII r I I I l[ I I I II I I IIITT

Sav No to Corruption TechnicalProposal Forms

Form A-9

Wom Plax ANn Tnrn ScunuulE FoR KBv PnnsoNNEL

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

I 2 3 4 5 6 7 9 l0 ll 12 l3 t4 15

Full Time: PartTime: ActivitiesDuration

Yours faithfullv.

Signature (AuthorizedRepresentative)

Full Name Designation Address

Feasibility(Technical * Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) on BoT basisunder PPP Modality -3 l- I E I I I r I I ET I I E I I I I rITI

SayNo to Corruption Technical ProposalForms

Form A-10 CunnnNrCornmnuENTS Or THe FInrvt

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

Expected date of project Singleor JV Task Assignment Start dateofthe project Nameof completion

zi,:-4,?,

-32- Feasibility(Technical * Commercial)Study and DetailedDesign of Lyari ElevatedFreight Corridor (Approx. 20 KM) on BoT basisunder PPPModality I SayNo to Corruption TechnicalProposal Forms

I Annex-A Specimen I (On Lead Firm's letterhead\

I LETTER OF INTENTION

E Subject: Technical and Financial Proposals For Consultancy Services for (Name-SI Proiect) I ThisJoint Venture(JV) is madeamong following parties; l) M/s asLead Firm having_% share. T 2) M/s asJV Partnerhaving _% share. 3) M/s as JV Partnerhaving %osharc. I 4) M/s as JV Partnerhaving %oshare.

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

I The Partiesintend to do the following: a. Prepareand submita mutuallyagreed Technical and FinancialProposals for I the Project; b. Agree to proposesuitable staffing with high level of competenceto form a I competitiveteam for the Project. c. Enter into the mutually agreedconsultancy contract Agreement the I Client,if theproject is awarded. d. Perform all the servicesto be undertakenfor the Project under the Consultanc I ContractAgreement if signed. t Feasibility(Technical + Commercial)Study and DetailedDesign of Lyari ElevatedFreight Corridor (Approx' -33- I 20 KM) on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) N{odality t ! SayNo to Corruption TechnicalProposal Forms

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

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

I Forand on behalfof I T Sign & Seol of the Lead Firm t (Authorized Representative* of the Firm) I * Authorized Representative to sign the Letter of Intention can be; o For Sole Proprietorfirm; Owner of the Firm, otherwise Owner may authorize any person. I (provided Authorization Letter be submitted) o For Partnership firm; Director of the Firm; otherwise, authorized personnel (provided I Authorization Letter be submitted). o For Private Limited firm; Director of the Firm, otherwise, authorized personnel (provided I Authorization Letter be submitted). o For Public Private Limited firm; Director of the Firm, other'wise, authorized personnel I (providedAuthorization Letter be submitted). I I I I 3 Feasibility(Technical * Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx' -34' I 20 KM) on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality I t SayNo to Corruption TechnicalProposal Forms t Annex-B

I AFFIDAVIT (ReeardineBlacklistine)

I Subject: INAMEoF THEPRIJECTI

T I, the undersigned,do solemnlydeclare that IWs taZag-pUUZ-ZAUI has neitherbeen blacklisted nor any contract rescindedin the past for non-fulfillment of contractual I oblisations. I Signatureof Authorized Date: I Representativeof the firm(s) Day/MonthNear I I (Seal) E I I I I

Note: t The Affidavit is to be submittedon StampPaper of minimumRs. 30/- dulyattested theOath Commissioner. In caseof SingleEntity, to be providedby the firm. t In caseof JV,to beprovided by allthe JV members

Feasibility(Technical + Commercial)Study and DetailedDesign of Lyari ElevatedFreight Corridor (Approx' I -35- 20 KM) on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality I I I SayNo to Corruption TechnicalProposal Forms

I Annex-C UNDERTAKING I (ReeardinePersonnel Availabilitv)

I Subject:[u,qud or ras pnoLncr| I I, the undersigned,do solemnlydeclare that the proposedpersonnel shall be availablefor the I subjectassignment in the projectduration as per the terms and conditionspecified in the Requestfor Proposal(RFP). I

Signatureof Authorized Date: I Representativeof the Leadfirm DaylMonthNear I

I (Seal) t I I

; t I Note: The Affidavit, on Stamp Paperof minimum Rs. 30/- duly attestedby the I Commissioner,is to be submittedby the Leadfirm only.

p.*iUitity (Technical* Commercial)Study and DetailedDesign of Lyari ElevatedFreight Corridor (Approx. I '36- 20 KM) on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality I I t SayNo to Corruption TechnicalProposal Forms

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

Power of Attornev I (Reeardine submission of proposull

I Subject:[w,quo or rna paotncrl

I DearSir, I, the undersigned,authorize Mr. S/o Mr. havingCNIC No. I to attendthe submissionand Openingof Proposalson behalfof all JV members. (lnsert name of sole consultant in case of single entity else name of all JV members). He is I authorizedto attend,submit, sign and stampany missingpages of the proposal(Technical I andFinancial) for above-mentionedproject on... (lnserr darc). E

I Signature of Authorized Date: I Representativeof the Lead firm Dav/MonthNear I Representative I Signatureand initial of Authorized l I

Feasibility(Technical * Commercial)Study and DetailedDesign of Lyari ElevatedFreight Corridor (Approx. I -37- 20 KM) on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality I I t SayNo to Corruption FinancialProposal Forms I I I T t T I T I FINANCIAL PROPOSALFORMS I t I I I I I I e.^iUif ity + Co*r*rcial) Studyand Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) Oechnical -38- I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality I t SayNo to Corruption FinancialProposal Forms Form A-11 I FrN.tNcrlL PRoposAl SUBMISSIoNFonu l {Location,Date}

I To: [Name and addressof Client] I DearSirs: We, the undersigned,offer to providethe consultingservices for [Insert the Project Name] I in accordancewith your Requestfor Proposaldated [Insert Date] and our TechnicalProposal. Our attachedFinancial Proposal is for the amountof {Insertamount in wordsand figures}, including all Federal,Provincial & local taxesapplicable as per low of the land. {Pleasenote that T all amountsshall be the same as in FinancialProposal Form A-17).

Our FinancialProposal shall be bindingupon us subjectto themodifications resulting from I Contractnegotiations, up to expirationof the validity periodof the Proposal,i.e. beforethe date indicatedin Clause4.5 of the DataSheet. I We confirmthat we haveno conditionto statethat may havefinancial implications over and abovethe amountquoted above. E We understandyou arenot boundto acceptany Proposalyou receive. We remain,

T Yourssincerely,

AuthorizedSignaturet {ln full} {andinitial} I Nameand Title of Sienatorv: Nameof Consultant(Firm's name or JV's name): I In the capacity ofi Address: I Contact information (phone and e-mail): I

* The abovesignatory or his authorizedrepresenlative should attend the proposal submissionand t openingwith authority to sign and stamp any missingpages of proposal in line with instructions given in clause I.B of the Data Sheet. I I Designof Lyari ElevatedFreight €pr1i{q1 (A,Pf Feasibility(Technical + Commercial)Study and Detailed 'tq-;'$ t on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality

; I

! SayNo to Corruption FinancialProposal Forms I Form A-12 BnparuowN OFRnrns Fon CoNsuLTANcyCoNIrRA,cr I Project: Consultant:

I Name Position Basic Social Overhead Sub- Fee Rate per Field Rateper Salary Charges (o/oageof Total (o/oaSe Month Allow. Month perCal. (o/oageof r+2) / t+r+?\ of 4) for (o/oageof for Field Month 1) project l) Work T Office (l) (2) (3) A\ (s) (6) (7) (8) I

T Notes: ItemNo. I Basic salaryshall includeactual gross salary before deduction of taxes.Payroll sheet I for eachproposed personnel should be submittedat the time of negotiations. ItemNo. 2 Social chargesshall include Client's contributionto social securify,paid vacation, I averagesick leaveand otherstandard benefits paid by the companyto the employee. I Breakdownof proposedpercentage charges should be submittedand supported(see FormA-13). ItemNo. 3 Overhead shall include general administrationcost, rent, clerical and junror I professionalstaff and businessgetting expenses,etc. Breakdown of proposed percentagecharges for overheadshould be submittedand supported (see Form A-14). I ItemNo. 5 Fee shall includecompany profit and shareof salaryof partnersand directors(if not billed individuallyfor the project)or specifiedin overheadcosts of the Company. ItemNo. 7 Normallypayable only in caseof field work underhard and arduous conditions. I Note I The minimumpercentage of item(l) shouldpreferably be 50%of (8). Note 2 The consultantis to provideappointment letter and affidavit/undertakingduly signed T by eachof the individualstaff membersshowing salary rates as above.Further during executioneach invoice will alsobe providedshowing that the professionalshave been paid their salariesas per basicrates specified therein. Failing to which,the Client will I take punitiveaction against the consultantand shall deductthe deficientamount from his monthly invoice. Moreover,it will be consideredas a negativemark on his I performancethat will be consideredfor futureprojects. FullName: Signature: I Title: I I Feasibility(Technical f Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) '40- T on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality t SayNo to Corruption FinancialProposal Forms Form A-13

BnparoowN OF Socul, CH.qncBs

Sr.No. DetailedDescription As a Toageof BasicSalary

-< tus#*l

Feastbiltt),(Tecl*ical + Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx' 20 KM) -41- on Build - Operate- Transfer(BoT) basisunder Pr.rblic Private Partnership (PPP) Modality t

I SayNo to Corruption FinancialProposal Forms I Form A-14 BRn.q,roowNOF OvnRHBaD Cosrs I

As a o/oageof BasicSalary and t Sr. No. Detailed Description SocialCharees I I I I I I t I I I I I I I p*riUiftty (Technical+ Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) -42- I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality I t

FinancialProposal Forms I SayNo to Corruption Form A-15 I Page1 of2 I Esr TrU.q.rSDLOCAL CUNRNNCYSALARY COSTS/RNMUNERATION

Individual Monthly Total I Sr. No. of Position man Billing Estimated persons No. months Rate Amount (Rs.) ! I. Professional/ Key Staff TeamLeader/ Senior I 0l StructuralEngineer I SeniorHighway 2 0l Engineer

a SeniorStructural J 0l I Ensineer

A JuniorStructure/ T 02 BrideeEngineer I JuniorHighway 5 0l Ensineer PavementDesign 6 0l I Ensineer 7 TransportEconomist 01 PPPExpert/ Financial 8 0l E Expert 9 CorporateLaw Expert 0l

I l0 QuantitySurveyor 0l l1 CAD Operator 02 I Sub-Total: t I t -4le/\J

t ol{rW T I + Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx' 20 KM) Feastbltt),(Technical -43- I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality

; t SayNo to Corruption FinancialProposal Forms

I Form A-15 Page2 of 2

T Esuun'rnD LocAL CUnRBNcYSALARY Cosrs/RnMUNERATIoN I Individual No. of Monthly Billing Total Estimated Sr. No. Position man persons Rate Amount (Rs.) I months II. Non-Key/ Support Staff I ComputerOperator 5 2 Office Boy J

a I J SecurityGuards 5 Sub-Total:

I Note: The biddersare requiredto quotethe ratesof Non Key/SupportStaff given in the TOR in abovetable. The bidder(s)may proposeNon Key/ SupportStaff Person-Months in addition to those given in TOR; however,in such a casetenable reasons must be given in the TechnicalProposal Submission Form A-4 "Commentson TOR". The Client'snegotiation committeewill deliberateon the requirementof additionalstaff during negotidtion meeting' It is alsoto be notedthat the Clientis not boundto agreeto the reasonsgiven in FormA-4. I

I */ I t I I t Feasibility(Technical Contr*r.iO Studyand Detailed Design of Lyari ElevatedFreight Corridor (Approx' 20 KM) " '44- I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality ! t

I SayNo to Corruption FinancialProposal Forms Form A-16 I DrRncr (NoN-S.lr,ARY)Cosrs

T Sr. Nomenclature Unit Qty. Unit Price Total Amount No. (Rs.) (Rs.) Rentfor Office Accommodation L.S I 2. Office UtilitiesCosts L.S a J. Costof Furniture/ Furnishines L.S 4. Costof Office/Other Equipment (on L.S I rentalbasis) i. Computersand Accessories ii. PhotocopyMachines E iii. CommunicationEquipment iv. Drafting/ Engineering Equipment I v. TransportVehicles vi. Site visits and Meetings in Islamabadduring currency of I Proiectand Construction Works 5. Communicationexpenses L.S 6. Draftine/Renroduction of Reports L.S I .f Office/Draft ins Supplies L.S 8. Detailed Topographic Survey L.S including Monumentation, GCPs, I Inventory of Structures and other referencepoints, Stakeout of alignment including Report &, Drawing t Production, Instrument Rental Charges, Surveyor(s) & Survey Helpers Salary etc. (completein all respects) I 9. Soil and Material Investigation includingLab Testing,Report Writing, P.S I,500,000 Salaryof Material Engineer,Helpers, t etc.(complete in allrespects) 10. GeotechnicalInvestigation for Bridges (Boreholesof 30m Depth) including I instrument rental, Salary of Geo- P.S 4,000,000 Technical Engineer,Helpers, Report Writine.etc. (complete in all respects) I ll Hydrology Study of Lyari Nullah L.S includinghydraulic design of elevated flyoverpiers t:\ I 12. Environmental Impact Assessment L.S NUrt includingReport Writing, NOC Fee, Environmental Engr. SalarY, I Coordinationwith Pak EPA & Public Hearing Charges (complete in all € I t:'-w7 iUitity(Technical + Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx' 20 KM) fr -45- I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality I T t SayNo to Conuption FinancialProposal Forms

Sr. Nomenclature Unit Qty. Unit Price Total Amount I No. (Rs.) (Rs.) respects) 13. Traffic Survey including rental L.S t equipments,report writing & Salaryof Traffic Engineer & Enumerators (competein all respects) I 14. Highway SafetyAudit includingCost L.S of SiteVisits, Report Writing, Salary of Highway Safety Engineerand its t team.etc. (complete in all respect) l5x Others not coveredabove to comply with TOR requirementx I Total

I NOTE:

* Any additionalitem\ cost quoted againstthis line item must have provided solid\ tenable I justification(s)detailed in technicalproposal submission Form A-4 "Cpmmentson TOR" without indicating financial value therein. The client's negotiationcommiffee will deliberateon the requirementof additionalitem\ cost in casesuch firm standstop ranked.It is alsoto be notedby the ! Consultantsthat the Clientis not boundto agreeto the reasonsgiven in FormA-4. Costquoted against lump sumitems (mentioned in abovetable) is all inclusiveand remuneration of T staffshallnot be chargedseparately. I I I T I t t t Feasibility(Technical + Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) -46- I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality I 3

I SayNo to Corruption FinancialProposal Forms I Form A-L7 SuurrrnnvOn Cosr ;

I Sr. No. Description Amount (Rs.) I I SalaryCost/ Remuneration t 2. Direct(Non-Salary) Cost I 3. SubTotal (l+2): SalesTax 16%on item S.No.3above which @ Not Applicabletill final be kept as ProvisionalSum in the Contract 4. shall decisionof the Courtof Law (a) I Asreement 5. Grand Total: I Note: l- Thiscost is supposedto be builtup in bid priceand if anythingis left blankit shallbe deemedto be includedin the cost. E 2- The duesand salariesof staff arepayable by the consultantin time andnot laterthan l0th of the following month positively.In caseof failure to do so Client shall interveneand pay thesedues and salariesof the concernedPersonnel and recover I from the invoiceof the consultantat actualcharges paid plus lo/oof the amount.This will alsobe accountedfor adverselyin makingassessment of the Consultantsin the nextevaluation process for selectionof consultantswith reportof suchdefaults. I 3- Any Omissionor arithmeticalerror madeby the Consultantsin enteringthe amount against item 4 above shall also be rectified during evaluationof the Financial I Proposal. 4- Relevantdocuments are attachedat the end of RFP. 5- The grandtotal is inclusiveof all the applicableFederal, Provincial and Local taxes, I All thesetaxes (except the SalesTax) are required to be not be mentionedseparately. T I t I Feasibility(Technical + Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx 20 KM) -47- I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality I t SayNo to Corruption Termsof Reference

I APPENDIX.A T I t I I l t TERMS OF REFERENCE t l (roR) I l I ! I I t + Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx' 20 KM) Feastbltq,CIbchnrcal -48- t on Build - dperate- Transfer(BoT)'basis under Public Private Partnership (PPP) Modality t t ! o CHAFTER NO. 1 INTRODUCTION I 1.1 BACKGROUND: . Dualization of Northern Bypass (KNB) was included in T federal PSDP 2O19-2O for undertaking through Public Private Partnership (PPP). I The commercial feasibility study revealed that the project is not feasible on PPP mode even with the support of 50% VGF in addition to Land & Utility relocation cost to be borne by I Government of Pakistan. During a meeting on the Karachi development projects hcld in I Governor House, Karachi on 13th Jan. 2O20, a cornmiltc<: comprising Secretaries of PD&SI, Maritimc Affairs, Communications and Railways Divisions was formcd to discuss t implementation modalities of Karachi projects including KNB. A meeting of above said committee was held on i 7tHFeb. 2O2Ain t Ministry of PD&SI. It was decided in this meeting that as a long tcrm solution, NI-JA conduct a commercial feasibility for constructing of a nc\.v "vill t dedicated 4 lane elevated expressway to be constructcd on PPP ruode from eastl west wharves of KPT to M-9 interchangc. I In principle approval of Chairman NHA has been clbtainccl for hiring of consultant for the Design & Commercial fcasibiiity study. t A preiiminary technical feasibility ri;port ',viil bc prr:parc

The existing condit.ion of the section is poor and road section is I laid on naturaL ground levei. The existing structures require evaluation & will be construc:tcd I accordingly. o Time and accident sa'u'ingwiii be possible. a Vehicle Operating cost will be at its minimum I a N1[assiveirnpact of the projcct on land usc'"viltr slrr-r'1ruhr']rr in ilr,' progrcss of area"a.nd local people, as employmen|. E . Problern of'traific blockage and congestion in Lhc ciiics solved.sorvccr.. lf Detailed Design & Courmercial Foasibility of Lyari Elevatcd Freight Corridor {,{prrox. ,O *r".bd^ I ^ I I I O 1.9 PRoJEcr DEFINITIoN: . The project starts in the vicinity of ICI chowk. This chowk is very I congested and needs re-modeliing inciuding grade separation option considering the availability of land. I . The Mauripur road runs lbr about 2.5 Km from ICI chowk untill it reaches Lyari nullah. I r An elevated flvover shall be constructeci in the middle of nullah on suitable pier configuration keeping in view the hydrolory of ! riullah. The elevated portion shall be studiecl for both 4 lanes and 6 lanes considering the level of service.This portion is 16 I Km iong. o At , the elevated freight corridor shall be merged I with M-9 through properly designed interchange.

I L.4 PROJECT OBJECTIVES: . The prime objective is to provide a dedicated route for lrcight I traffic rnoving into and out of Karachi Port. . The duaiization of proposed road will provide a bctter roarl I facility for inhabitants of area. . This freight corridor will provide shortest direct link f-rcm KPT' to I M-9. t r Construction of Lyari elevated Freight Corridor wiii provide uninternipted traific flow and ultimate rednction of cost of all l suppliers and cost of living. . Problern of traffic biockage and congestion will be sr:lvcd" I o Elevated freight corridor will save tin:.ethat is wzrsl"edin mr:vin;i through cit}r ye34s during restricted hours, thereby gr:neraLing T travel time savings and improving port efficiency. . Provision of employment opportunity during and aft-er' thc t corrstruction of the projecL thus alleviating the poverty of thc area. I . Vehicle operating cost rviil be reduced. I t Detailed Design & Commercial Fca-sibility of Lyari Elevated Freight Corridor {Approx. 2O Krn) t I 1.5 TECHNTCALPARAMETERS:

Location Sindh

Length (Approx.| Approx 20 I(m No of Lanes 4 -6 lanes

Carriageway width 3.65 m (eachf

Design speed 1OO Km/hr

Drainage As per requirement

As per AASHTO manual of Geometric Design geometric design

Detailed Design & Commercial Feasibility of Lyari Elevated Freight Corridor (Approx. 2O Km| ii it i{ ...._*. it CHAPTER NO. 2 DESCRIFTIOIV OF PROJECT

2.I LOCATION OF PROJECT:

The project starts in the vicinity of ICI chowk. The Mauripur road runs for about 2.5 Km from ICI chowk untill it reaches Lyari nullah. An elevated flyover shall be constructed in the middle of nullah on suitable pier configuration keeping in view the hydrologr of nullerh. The eievated portion shall be studied for both 4 lanes and 6 lanes considering the level of service. This portion is 16 Km iong. At Sohrab Goth, thc elevated freight corridor shall be merged with M-9 through properly designed interchange.

2.2 PROJECT WORKS 'fhe project envisages Lyari Elevated Freight Corridor lrrr:jct:1. iApprox.2O Km\. The Scope of Work of Assignntent has becn dcfineri irr the TOI?. The scope of, work for Detailed design is given as under: - , l)el-ailed'l'opographic Survey . T'raific Su; ve1'

Detailed Design & Comrnercial Feasibility of Lyar! Elevated Fteight Corridor (Approx. 2O Kra! 52 T"a Axle Load Survey Soil & Nlaterial Investiga.tions I Geo-Technical Investigations a Construction Machinery Report I o Pavement Design Hydrologr study

I a Drainage design

c Structural Design for the flyover and interchanges

! e Geometric design report with drawings I a High:way Safety Audit Report O Road furniture design including traffic signs and gantries. Land Acquisition & utiiity folders (as per requirement) Cost Estirnates & BOQ. Environmental Impact Assessment (EIA) Study including NOC from relevant Environmental Protection Agency Economic Analysis Report Preparation of PC-I The Scope of work for Commercial Feasibility is given as under: -

a Option Analysis with 4 lane and 6 lane analysis

o Workability of toll models and "Willingness to Pay" survey Review of legal framework CAPEX (Capital Expenditure) Analysis OPEX (Operational Expenditure) Analysis T Revenue Ana1ysi.s Debt Servicing & Arnortization analysis

o Financial Model & bankabiiity analysis I ,/.,#-l a RFP and draft ConcessionAgreement n' PPP Procurement assistance in technicai proposal stasef',t'. },. \ I \,t "\-.*/ 2.3 TIME OF START; The sr:r-;icesshali be cornmenced altr:r immediateiy aiter the signing of the contract agrcernent.. I

Detail:tl Design & Commercial Feasibility of Lynri Elevated Freight Corridor)orrirlor (APProx.(Approx. ,O2O Kn**rr@ 5 3 :- o 2.4 TIME PERIOD The service specified in the TOR shall be completed in all respect and all relevant reports submitted in the form and format acceptable to the Employer, within five (05) months from the date of signing of Contract Agreement.

Detailed Design & Commerclal Feasibllity of Lyari Elevated Freight Corridor (Approx. 2O Km J-,Dr l.' , CornrncrcialFeasibility Study and.Detailed Design for l-yari Elevated Freight Corridor lhpprox. 20 KM) I PageI Ir SL I Overallscope of work andthe sequence of activitiesis aslbllowing: I DESCRIPTION STAGE-I

lnceptionReport for TechnicalFeasibility

I AlienmentStud alonswith KMZTKIVLfile f !ry]i*U"tV "p"gr.ptti. t PreliminarvI & HydraulicStudy Report Initial EnvironmentalExamination (lEE) Report I I PreliminaryTechnical Feasibility Report STAGE-iI t I

i PreliminaryDesign Drawings and [:ngineer's Estimate --___! I I PreliminaryCommercial Feasibility STAGE-IU (If project seemsCommercially Feasible,then consultant will proteed to Stage-lll with the approvat of NHA) E DetailedTopographic I I Environmental Assessment(IiIA)

I Corridor i t i Final Design Drawingsincluding designof Elevatedirreighi --l I r---_--T-- I I Land Acquisition & Utilities Irolders -1 Road Safety Audit t Construction Machinery Report Ensineer'sEstimate T Final TechnicalF'easibility Report Final CommercialFeasibili

z) GroundValidation & Al ignlp,tt:Stu!g$_e!t.g!U.O)

I aa PC-l (ProjectCost including Viabilit"vGap Funding)

PC-l (Land) I RFP Documcntincludine illodel Concession 'Iechnicai The activities relatedto Feasibility and Detailed Design are describedin Part-I, rvhile I CommercialFeasibility activities are describedin Part-II. 1\-_ or

I RI]VIEWEDBY APPROVEDBY I 56 CommercialFeasibility Study and Detailed Design for I-yariElevated Freight Conidor (Approx. 20 KM) I Page4 l'. a 2. KICK-OFF MEETING Kick-off meetingwill be held wherein Consultantwill give detailedpresentation to NHA on I the approach& methodologyfor carryingout servicesand the correspondingtimelines etc. I 3. DETAILED SCOPE OF SERVICES 3.1. Data Collection& Coordinationwith ConcernedOrsanizations The consultantwill collect available data& information requiredfor preparingthe documents, t reportsand designetc. ofthe Project.The consultantwill coordinatewith Inigation ResearchInstitute (IRI) as well as any other provincial or federalorganization which may possessstudies, especially I hydrology & hydraulic studiesrelated to Lyari nullah. The consultant will also collect requirementsand developmentplans etc. (if any) of all the concernedagencies/organizations/departments/stakeholders through extensive& close coordination. I Theseplans will be requiredto be consideredin carrying out studiesunder this contract.This is an essentialrequirement and must be given due importanceby the consultant.

I The consultantwill also be required to determinethe requirementof all the ClearancesAtroCs from concemed organizations (e.g. City District Government Karachi, Sindh Building Control Authority, Karachi Development Authority, Lyari Development Authority etc. ) which may be I required in connectionwith designand constructionetc. of the project and accordingly appriseNHA. Subsequently,consultant will be responsibleto obtain them from the concemedand then submit to t NHA. This is also an essentialrequirement. 3.2. Inception Report for Technical Feasibilitv E The consultant will carry out desk studies and then proceed for recoruraissancevisit. An Inception Report will be submitted which should elaborate the observations made in the reconnaissancevisit along with photographsand describethe project in appropriatedetail. The report I should also explain the methodology for adheringto the requirementsspelled out under this ToR. I 3.3. Alienment Studv Report Dependingupon requirementsof this project, the consultantwill study the alignment in detail and submit Alignment Study Report along with KMZ file. Detailed presentation(s)on the alignment I will be given to NHA for perusaland consideration.

The Report should contain but not necessarilylimited to detailed description of alignment I options along with self-explanatory maps, photographs, and comparative analysis etc. Detailedielaborateddescription of the recommendedalignment will be provided along with key features,area-wise division, significance,maps & photographs,tentative list of required/proposed I structuresespecially flyovers/bridges/interchanges,obstructions in the form of urban centers etc., requirementof link roadsetc. t 3.4. TopographicSurvev

Topographicsurvey forms the basis for Design.Poor quality of survey work producesnot I only incorrectdesigns but also resultsin post constructionproblems. Thus, Surveywork shouldbe t of top-most order. An effort has been made to elaboratethe activities generally required in I I CommercialFeasibility Study and Detailed Design for LyariElevated Freight Conidor (Approx. 20 KIvl) i Page5 1a topographicsurvey in thefollowing paragraphs. The consultant is requiredto intelligentlyundertake the requisiteactivities in the light of projectrequirements. I As per "Surveying& Mapping Act 2014", the Survey companymust comply with the requirementof the Act. It is thereforerecommended that consultantshould use the latesttechnology for the topographicsurveys, which include at least 04 (four) GPSDFfor establishmentof high I accuracycontrol points (as per required plan, specified herein). In casethe consultantdoes not have therequisite number of GPSDF,it is advisedto hireservices of professionalsurvey companies having therequired expertise. A networkof controlpoints along the corridor will be developedinvolving at I least4 instruments. Before mobilizing to site for t Survey, the Consultantwill submit to the PermanentGround Monument made of Client detailed Topographic Survey Concrete l:4:8 with 75 mm steel nail Program with actual human resources embeddedat center.lising spraypaint and a I planned to be deployed. The consultant stencil, the monumentnumber shall be painted. will specifu the time line of survey The sizeof monumentshall be 150 mm squareat top and 300 mm squareat program. equipment Total numberof with bottom.The heightof monumentshall be 900 I models and calibration certificates not mm. Out of which 750mmshall be buriedin more than 6 months old will be produced. theground. The name and qualifications of surveyors ! will also be submitted.NHA reservesthe right to interview the surveyor if required. Upon request, the consultantshould changethe surveyor. If consultantwants to outsourcethe Survey work, it will be mandatoryto take prior approval of the Client. The Consultantmust ensurethat the survey firm is t not black listed and has sufficient resourcesand complianceof Surveying and Mapping Act2014. t 3.4.1. Survey Monuments Besidesstart and at the end, it is required that Monuments will be fixed in the traverseline at an interval of about 300 to 400 meters. These will be fixed at such locations that these are least I susceptibleto disturbanceand damageand do not pose a threat to traffic on existing roads/tracksetc. 3.4.2. Control for Traverse t Projection: UTM Datum: WGS84 I Vertical Datum: MSL 3.4.3. Horizontal Control Minimum four (a) DGPS Primary Controls at start and End of the Project or as many as may I be required such that the distance between these points will not be more than 10 kms. jr,{inimum observationtime will be at leastten (10) hours or as requiredfor eachof thesepoints. These points will be validated/verified with International Fixed Stationsin WGS84/ITM referenceframes fbr an I averageambiguity resolution of 50%oor better for a reliable network solution. Primary Controls t DGPS Primary Controlswill be establishedat a maximum distanceof 2.5 kms with one base and one rover using leapfrog method, by applying adjustmentsto createnetwork. Minimum observationtime will be at leasttwo (2) hours for eachof thesepoints. At every 5 kms one I additionalDGPS point with two (2) hours observation(to form an inter-visiblepair) will be I established,which may be usedfor Total stationif neededfor topographicsulvey. ?) I REVIEWEDBY ALtsR9-Y"ED-ts.Y I I CommercialFeasibility Study and DetailedDesign for Lyari ElevatedFreight Corridor (Approx. 20 KM) I Page 6 la, Secondary Controls DGPS SecondaryControls will be establishedat a maximum distanceof 333 meterswith one I base and two rover at alternate sides of Alignment (to form triangular network) using leap frog method,by applying adjustmentsto createnetwork. Minimum observationtime will be I at least45 minutesfor eachof thesepoints. 3.4.4. Vertical Control Vertical Control will be establishedusing MSL from first order SOP Bench Marks with I doublerun leveling.Digital level with an accuracyof 0.3 mm or lessand single section2ml3m staff or invar staff with change plate on bottom will be used. The maximum distancebetween the two successivereading points will not be more than 50m. All horizontal control points are corurectedwith I monumentsmade for Horizontal primary and secondarycontrols with double run level to control the height as mentioned above. I 3.4.5. Monuments for Horizontal and Vertical Controls The monumentsfor controls will be as per NHA specifications.The ITRF Controls, Primary t Controls will be tied with two permanentpoints as per NHA Specifications. 3.4.6. Topographic survey (scale 1:1,000); including on ground features, buildings, Utilities and CrossingRoads I a. At important control section, if the large-scalestructures are proposed to be built on the sections, the survey range can be extended reasonably if necessary.Enough Spot Levels I (points)will be takento createa topographicmap in the scaleof 1:1,000 and I : 100H:V scale b. The Consultantis requiredto observe10 cross-sectionacross the River Khadir, Bank to Bank. Three cross-sectionsat the Bridge Site (one center-line and other two adjacentto centerline I up and down streamof the bridge. The BM for upon which the Model study survey was done should be incorporatedin the traverse/level circuit. I 3.4.7. Centerline Points (stake) and Measurement of elevation of route stake a. The distancebetween the centerlinepoints will be 50m in general,in caseof the pond the stakeis fixed on the bank of the inclination and waterline. I b. The distancebetween the stakesis 5m-8m on the sectionofroads whigh haveretaining walls. c. The distance between the stakesis 10m on the interchangeslip road whose radius is less I than 60m. d. The distance between the stakes is 5m for the lOm before and after the chainase of the I abutmentfor a total distanceof 20m. Minimum three longitudinal sections(parallel to Alignment) including the center axis, the left andright edgelines of the bridgewill be measured.For the placeswhere the topography t is changedand bridge pier and abutment,more stakeswill be established. For the culverts,the chainageand elevationof the crossingpoint will be measured;the longitudinal section of the water channel 50m upstream and downstream of the crossing I point will alsobe measured.

o D' The stakesare placedon the edgesofthe crossedroads. The stakesshould be fixed on the I crossingpoints. There is also a needto collect the coordinates,elevation, angle, width and roadlevel of the crossingpoints (50m aroundthe crossingpoint). The coordinates,elevation, I I pnaprfb ey I CommercialFeasibility Study and DetailedDesign for Lyari ElevatedFreight Corridor (Approx" 20 KM) I PageT lr and angleof left, middle and right lines of the importantcrossed roads should be collected (100m aroundthe crossingpoint). I h. The position of 10KV high-pressurepole(tower) around the route within 100m, and the power line's lowest elevationon the crossingpoint I i. The stake'selevation will be measuredone by one. j. It is necessaryto establishmore stakesin casethere is any pipeline or building crossingthe alignment; the height difference betweenthe bottom elevation of such pipeline or building I and the ground will be measured 3.4.8. Crosssection Points

I a-- The crosssection should be measuredone by one. b. The cross section of the embankmentshould be measuredat 50m or less interval for the straight line sectionsand curve sectionswith radius larger than 5,000m. At curves having I radius less than R:5000 m, the cross sectionswill be measuredat preferably 25m interval. c. The cross sectionwill be measuredto the ROW limit. t d. For the alignment sectionswith proposedretaining wall, the cross sectionwill be measured at 5m interval I e. For the bridge pier, the measuringrange of the cross section is 10m at both left and right sidesof the center; for the bridge abutment,the measuringrange is till the ROW limit I 3.4.9. Interchanges(1:1,000) Map Extraction of featureswill be done & points will be taken beyond the ROW of 100m and insidethe minimum Region definedfor Interchangesto create1:1000 map. The minimum length of I existing road to be included in topographic survey (for interchangeramps merging) should not be lessthan 250 m. I 3.4.10.Riverine Survey for Crossing Canals - Short Bridge Measurethe centerlongitudinal sectionofthe canal from 100mupstream to 50m downstream, and measurethe cross sectionof the canalat 10m interval which is perpendicularto the axis of river. t The canal edgesmust be taken recordedalong with all break points to clearly define the canal shape. 3.4.11.Riverine Survey for Crossing Rivers - Long Bridge T In casethe crossingof Major River is encountered,sufficient cross-sections will be required to run the physical or numerical model for computationof water surfaceprofiling. Location of cross- sectionswill be as per requirementof the Software. I 3.4.12.Survey for Crossing Water Channels/Nullas Measurethe center longitudinal section of the water ChennelAtrullasfrom 100m upstreamto I 50m downstream,and measurethe cross section of the water channel/nullasat 10m interval, which is perpendicularto their axis. Minimum 5 points will be taken at eachtaken at each cross section to correctly depict the top and bottom of the sloping bank, width of bank and center of channel. The I distancebetween the cross sectionpoints will not be more than 5m for wider water channels/\lullas. 3.4.13.Survey corridor I The detailedtopographic survey in normal circumstanceswill be carriedout in a corridor of 100m.At locationsof crossingrivers, nullas the detailof surveyextent is given in respectivesections. T I I CommercialFeasibility Study andDetailed Design for Lyari ElevatedFreight Corridor (Approx. 20 KM) I Page 8 TC 3.4.l4.Mapping (Unit of Measurement) I Metric units will be usedthroushout. 3.4.15.Scale I Besidessoft copy, mappingof drawingswill be plotted to a scaleof 1:1000. 3.4.16.Details to be Shown I Buildings/Structures 1. The plinth line of all permanentbuildings. t 2. Constructiontype of building (whetherbrick (B), semi-concrete(SC), concrete(C). doublestorey (D) etc.). 3. Ruins or partially demolished buildings or foundations - by the wall and masoffy I visible at the time of the survey. 4. Namesand type of usageof all buildings,schools etc. I 5. Buildings underconstruction. Roads,Tracks and Footpaths t l. Kerb line or edge of surfacing to carriageways,and along the edge line markings. 2. Tracks. I 3. Pedestrianbridges and footpaths. 4. Traffic islands (similar to kerb line). I 5. Destinationof road for junctions level. 6. Bridges(over railway, river, etc.) I 7. Levels over railway line in caseof at grade or grade separatedcrossings. 8. In case of power transmission lines crossing alignment, level of electric wire with I respectto survey control will be recorded. Industrial I 1. Name and type of industry, Boundary wall and building structureinside. 2. Tanks (indicate type of material storede.g. fuel, gas,water, etc.) I 3. Sewagedisposal works details. 4. Chimneys (substantial). T Road Furniture (In caseof existing road) 1. KM post (valueto be noted). T 2. Bus stop facilities. 3. Traffic signalposts and controllers. 5. Guardrails. I 6. Roadsisns. I I I CommercialFeasibility Study andDetailed Design for l,yari ElevatedFreight Corridor (Approx. 20 KM) I Page 9 iC Boundary Features 1. Fences. I 2. Gates. 3. Boundarystones located/used for fieldwork. I 4. Walls. 5. Burial grounds. I 6. Historicalareas. Railways I l. Gaugefaces of railway running rails with elevationsof rail top. 2. Level crossinss. I 3. Platforms. 4. Bridges(over road,river, etc.) t 5. Stationbuilding. 6. Telegraphpoles (indicate the referencenumbers). I Survey l. Survey DepartmentTrigonometric Stations. I 2. PermanentGround Markers. I 3. Survey DepartmentBenchmarks used (Indicate referencenumber and level). Woods, Trees & Recreation Areas I 1. Playing field. 2. Land-useand vegetation,etc. I 3. In caseof trees in the survey corridor, the surveyor has to assigna code defining the girth of the tree. Treeswith varying girth as specified in the CSR for payment will be in respectivelayers. I Slopesand Earthworks 1. Cutting and embankmentswith any protection work done. I 2. Terracedslopes.

3. Borrow pits / Quarries. T 4. Retainingwall. 5. Rock outcrops(if any). I 6. Mining tips (if any). 7. Indicate date of survey if on-going earthworksis presentand mark the affected area. I Servicesand Utilities I Transformers undaryfences only). I REVIEWEDBY APPROVEDBY I CommercialFeasibility Study and DetailedDesign for Lyari ElevatedFreight Corridor (Approx. 20 KM) I Pagel0 1t 2. Electricity sub-stationsand switch boxes (boundary fencesonly). 3. Pylon lines (indicatelevels at lowestpoint at sagand at pylon towers). I 4. Pylon bases. 5. Pylon referencenumbers and voltage of transmission. t 6. Radio, TV station mastsor towers. 7. Telecompoles. I 8. Electricitypoles. 9. Watermains pipes and stopvalves (Indicate diameter of pipe). I 10. Manholes(circular and square). Water & Drainage I 1. Lakes. 2. Pondsor mining pools. I 3. Reservoirs. 4. Rivers (nameto be indicated). I 5. Streams. 6. Ditches (width to be indicated). I 7. Canals. 8. Wells (diameteror width to be indicated). I 9. Swamps. 10. Lined drains(width, depthand type to be indicate). I I l. Watertowers. 12. Culverts. I 13. Waterfalls. 14. Jetties(if any). I 15. The top of banks of all water featuresover 1.0m wide will be detailed and the bottom of banksas indicatedby the water level at the time of the survey.The direction of flow of all river, streamsand watercourseswill be indicated. T 16. Slopes with height greater than 1.0 meter of too sharp gradient to be shown by contours,including river and streambanks are to be shown on conventionalmarkings I and the top and bottom of slopesare to be shown as dotted lines. 17. Slopeconventions will be drawn asnear as possible to indicatethe actualshape of the slopeface, i.e., all bermsand terraceswill be detailed. t Any other featuresnot listed, which are requestedby the Client will also be shown. I I T I CommercialFeasibility Study andDetailed Design for Lyari ElevatedFreight Corridor (Approx. 20 KM) I Page ll 10 3.4.l7.Bridge details The bridge details will be shown on a separate drawing for each bridge. The bridge I observationsin form of coordinateswill includethe followins: - a) The coordinates and levels of the four corners of the bridge (points will be on the t adjacentroad surface),the two edgesof the piers, abutmentand wing walls. b) The coordinatesand levels of the bridge deck to the intermediatepiers (if any) of the I bridge. c) Length, width and type of constructionof bridge. I d) The type and locationof servicesadjacent to the bridge. e) The coordinatesand levels of the centerlineand the road on the bridge at approximate intervals of 5 m. I f) The cross-sectionalclearance envelope at the two sides of an overpassridge (with respect to the road centerline passing underneath) showing all the relevant levels, t offsets and skew angle. 3.4.18.Culvert details Details of eachculvert areto be shown on the surveyplans and a separatesheet with tabulation I of the following information is to be submittedwith the plans: - a) Type of culvert and diameter. I b) Chainageof culvert at the road centerline. c) Skew angle of the culvert from the centerline. I d) Length of culvert from each side of the centerline. e) Invert levels of the inlet and outlet. I A sketchof the inlet andoutlet structuresincludine all visible dimensionsto a scale of 1:200. For major culverts (dia > 2.0m) the outlet structuresare to be properly measuredenough I points will be recordedso that the culvert can be modeled in CAD. 3.4.19.Existing Road/embankment t In case alignment runs along the existing road, suffrcient points should be taken acrossthe existing road to fully define the cross-section.Below are minimum points shown for the existing roadway cross-section.For the existing carriageway, the width of carriageway, inner and outer T shouldersshould be clearly identifiedand coded. I I I I

T "rq;;t;*i4 I CommercialFeasibility Study and DetailedDesign for Lyari ElevatedFreight Corridor (Approx. 20 KM) I Page 12 10 3.4.20.Detailsof junctions and existingroads The Surveyorwill surveyall junctions to enablethe designerto designthe junction properly. I A corridorwidth of 70m and will be takenfor a distanceof not lessthan 150meters up and down the proposedintersection of the road or as required by the client. I All paved roads, main roads and footpaths or tracks having the width greater than 2m will have a minimum of two (2) points defining both edgesof the carriageways.Consecutive points along the road feature will not exceed20m in rural areasand lOm in urban or built-up areas.More points I are generally neededto define curved feature such as slip roads,islands, etc. Levels of the road centerline will be recorded for paved roads having widths greater than I 6.0m. The main destinationof the road from the junction will be recordedby the Surveyor. Where necessaryto survey along an existing road, the Surveyor will follow the marked changesalong the centerline.In additionto the road edgesconsecutive points alongthe edgesof the I carriageway(i.e. along the edgeline marking on both sides)will be picked up and will not exceed 10m. More points are generally to define super-elevationchanges at curve sections I 3.4.2l.Digital Ground Models ( DGM ) The product of the field survey data,after processingwill be DGM. The accuracyof DGM will dependupon the accuracyof the digital data collected in the field. Before processingthe data, it I is important to run the data filtration. All datapoints with incorrect x, y or z values will be removed. It is also important as well to properly identify the break lines like road, nullah edge with natural faults. Void areaslike buildings will also be marked. The topography will be fully labeled for every I objectrecorded. 'strings'. All survey feature lines will herein be referred as The data will be presentedby the Surveyor in a form suitable for input to the software to be used for generationof DGM. Using the I recorded data in x,y,z format on data logger, the ground surface over the required area will be simulatedby strings of coordinatedinformation along characteristiclines on the terrain. The models I will consist of three dimensional (3D) contour strings. The existing road surfaceover the required areawill be simulatedby 3D stringsof coordinated information along characteristiclines on the existing carriageway.Any other stringsthat do not affect I the accuracyof the ground surfacemay be assigneda null level. The Surveyor will obtain prior approval from the Client for any strings that are to be digitized but that do not absolve the Surveyor from the subsequentaccuracy and definition of the model. TIN I (Triangular irregular network) will be developedby using software. Using TIN, Contour generation will be done. I 3.4.22.Grid The coordinatesof the DGM will be in Easting,Northing and elevations. I 3.4.23.String Labeling The ground featuresincluding break lines will be labeled with the exact description shown underAUTOCAD LAYER NAME. Any additionallabels may be consideredand the Surveyorwill t submit the list for approval prior to their usagein the DGM. 3.4.24.Property Model I This model will be stimulatedby a seriesof 3D null level strinssand text strinssand includes - I the followine:

I :+iqi':lryisIi:''-Ti* kr-i I CommercialFeasibility Study and DetailedDesign for Lyari ElevatedFreight Corridor (Approx. 20 KM) I Page 13 1O a) Stringsof land lots (null level strings) I b) Land use and type (Text Strings) Attributes to land type and use will be appendedto in the AutoCAD format. Such information will be usedby the Surveyor when preparing Land Utility folders at the end. t 3.4.25.Contours After digital data collection of survey points at site, the contour generationwill be done by I using computer software. The interval will be I m. The smoothnessfactor to be defined in the software should be such that it should not distort the ground contour representation.The contours shouldbe well labeled. I During data collection, break lines on the ground should be very well picked that affects the contour generation.Contours will be shown by continuous lines with a thicker line for every fifth contour (Prominent Contour). Contour and spot heights will be differentiated from other detail. The I value of each contour will be indicated alons the contours at intervals not exceedins200 mm and / or the edgesof the Mapping area. I Where becauseof undergrowth, on-going earthworks, swampy areas,or other obstructions, the ground surface is obscure4 or accessis restricted, and provided the Client prior agreementis obtained,contour can be shown by broken lines to indicate that their accuracycannot be guaranteed. I 3.4.26.Longitudinal Profile and Cross-Section The longitudinal profile plan will be plotted in A1lA3 size (as instructedby Client) to a scale I of l:l000Horizontaland 1:l00Verticalwithchainageintervalof25munlessotherwisespecifiedor instructed by the Client. The cross sectionalplan of the existing road will be plotted in Al size to a scale of 1:100 both horizontal and vertical with 25 m interval. The plan will show the chainage I interval as specified and the existing ground profile and all the existing features. 3.4.27.Field Books and Record

I All field books and computer data must be properly kept and will record truthfully all the survey work carried out. The Surveyorwill do all workings in proper books, adequatelyin good style and according to best practice. All field books will be done in ink. Unsatisfactoryworks and errors t will be struck off and there will be no superimposedwriting or erasure.Client's Representativemay check the field books now and then to ensurethat a high standardof work is maintained. He may requestthe Surveyorto carry out some spot checksifhe has reasonabledoubt on the accuracyofthe I survey work. The Surveyor will comply with such requests unless he can prove to the client's representativefor his satisfaction that such checks are unnecessary.A11 field books and computer I data will be certified by the qualified surveyor. Deliverable: As requiredunder "Sequence of Activities", Preliminary Topographic Survey Report along with Plans will be submittedunder Stage-I. t Detailed Topographic Survey Report along with Plans will be submittedunder Stage-III (if project is found technically& commerciallyfeasible) on 1:1,000scale for main carriagewayand 1:5,000 for interchanges.Each control/traversestation will be shown in the report along with I coordinatesthereof, location mapldiagram,sketch with referenceto permanentfeatures, and at least one photograph.Total number of equipmentwith models and calibration certificatesnot more than 6 I months old will also be made part of Report. The namesof surveyorswill also be submitted. t T DRAFTEDBY REVIEWEDBY APPROVEDBY I CommercialFeasibility Study and DetailedDesign for Lyari ElevatedFreight Conidor (Approx. 20 KM) i Page 14 lf 3.5. Hvdrolow & Hvdraulic Studv

I 3.5.1. Obiective Hydrology& Hydraulicstudy is mainly requiredto determinethe expectedeffect of Lyari I ElevatedFreight Corridor on thebehavior of Lyari nullahincluding but not limitedto afflux andfree boardof the existingstructures. Theobjective of thehydrological and hydraulic study is to mathematically/numericallymodel I the projectarea to designcross drainage structures and road embankmentheight to protectit from I futurefloods. The major objectives are: I

I dissipatersfor erosioncontrol etc.) I 3.5.2. Activities The consultantwill adoptstate-of-the-art mathematical modeling approach using industry- standardsoftwares for the hydrologicaland hydraulicassessment that will incorporatesfollowing I activities: ^. ReconnaissunceSarvey I The field surveywill include geo-taggedphotographs of the existing crossdrainage structures,measurement of structuresizes; evaluation of structuralcondition, general soil evaluation andland use in the area.In casethere is trackalignment, all possiblelocations of watercrossings will I be identifiedwith watermarks and width of waterwav. b. MeteorologicalAnulysis I The meteorologicalanalysis will be basedon maximum availablerecord (preferablymore than 30 years) from all the surroundingobservatories. The analysismust include:- Review and analysisof historic Rainfall and Peak Storm events. I Use of statistical methods to evaluatemeteorological and hydrometric records and determining best data best fitting on either of Gumbel Max, Weibull or Log Pearson 3 distributions. I Calculationofreturn periodsfor25 years,50 years,100 years. Instead of using meteorological station data far away from the road, the consultant will use spatial analysis(for meteorologicalmodels) for finding out design storm I value in the study area/ watershedderived from the surroundingobservatories. Selectingand calculatingdesign storm for hydrologicalmodel I c. WstershedDelineation The activity includes delineation of watershed affecting road and evaluating physiography and topography of the catchment/ watershed-area.The watersheddelineation will be I carriedout using industrystandard tools e.g.ArcHydro, Topaz,WMS and DHI MIKE suiteetc. The I digital elevationmodel (D_EM)for watersheddelineation will be of at least 30 meter resolutionor I :: -4i3 REVIEWEDBY APPROVED.BJT I :,-'.:j# I CommercialFeasibility Study and DetailedDesign for Lyari ElevatedFreight Conidor (Approx. 20 KM) I Page 15 l€ better. Satellite imagery and any available topographic survey will be used for stream I river coffectionin the DEM. I d. Soil and Land Use The hydrological soil type and land use will be assessedin the catchmentto evaluate t Loss,routing and roughness.The hydrologicalsoil type and land use may be markedusing satellite imagery and classification methodsavailable in GIS with spot site verification. e. Sarface Runoff Model I The surface runoff for all ungauged basins will be calculated using tools like "Hydrological Modeling System"(HEC-HMS) and WatershedModeling System(WMS) for large I basinsand for small TR-20 canbe used.The model will be preparedusing GIS techniques/ software like HEC-GeoHMSand WMS etc. The preparationwill includecomplete sub-basin characterization I like basin area,slope, roughness and lag-time etc. The preferred method is as follows: I I The hydrological model will be integrated into hydraulic model based on field survey and I judgment, streamand cross drainagestructures identification through imagery and marking streams throughGIS methods. The consultantmay also take into considerationfuture catchmentchanges likelv to influence I flooding risk. f. Hydraulic Analysis I The calculatedstorm flows will be modeled through or around road structuresusing lD modelslike HEC-RAS, HY-8, MIKE 11 and SWMM. The culvertsin generalwill be designedusing HY-8 basedon data preparedthrough "Watershed Modeling System" and field survey. The bridges I and mapping of flood plains will be carriedout through lD hydraulic models like HEC-RAS or MIKE 11. The hydraulicmodel will be preparedusing GIS techniqueslike HEC-GeoRAS,WMS or MIKE 1l. The hydraulic model results will be used for assessmentof flood impact and analysis of I alternativesfor its mitigation. The hydraulic structureswill be designedtaking into accountstandard I design criteria for highways. d6#$lliH$$lllilllill'iiii'H,nl,llillillu', ,Functional classification : 50oA : 20o l0' i 4% : 2o/" , loh

I Freeways (main lanes): Culverts I Bridges* Principal arterials: Culverts : I Smallbridees* a I a I I CommercialFeasibility Study and DetailedDesign for Lyari ElevatedFreight Corridor (Approx. 20 KM) I Page16 lr Minor arterials and collectors (including frontage roads): ,Culverts I sr4rlr$q-::* I Majorriver crossingsn Inlets,drain pipe, and . . o roadsideditches i lnletstbrdepressed I , i 1 i .-j i roadwaysx1ii Storm drain systemson other highways and frontage roads: i :Inlets,drainpipe,and T . . o i . I + The0.5% (200-yr) and 0.2%(500-yr) AEP eventsshould be calculatedforscow computations.-- t ;ii ;;;;, -"rtf. *" tr,o""'ur e*.""a-;.;;;;;;tiir i"itl o""o eventor l00yr return period. Selecting"'"*"i"i,'a design flood is a matter ofjudgment; it requiresbalancing the flood risk with budgetary constraints,therefore the consultant is required to submit its proposal I and take approval from national highway authority. The designer should design a facility that will T operate:

I Deliverable: As requiredunder "Sequenceof Activities", Preliminary Hydrology & Hydraulic Study t Report will be submittedunder Stage-I. Detailed Hydrology & Hydraulic Study Report will be submittedunder Stage-III (ifproject is technically & commercially feasible).The report must be self-explanatoryin nature and organized I in an intelligible manner. Each & every page of the report must be signed by the concerned specialist/expertand stampedby consulting firm. The report must include but not necessarilylimited to the following:- I a. Executive Summary. b. Reconnaissancesurvey report. c. Detailed flowchart of whole analysisprocess along with descriptionof tools used at I different stages.The flowchart must be supportedby comprehensiveexplanation. d. Geo-taggedpictures marked on satellite imagery with respectto catchments. e. Detail watersheddelineation and analysis. I f. Meteorologicalanalysis. g. Soil and land useclassification. h. Surfacerunoff model results. I i. lD hydraulicmodel resultsfor design. j. Hydraulic designof structures. k. Embankmentheight accordingto HFL. I l. Designof river training works (if required) t I pnqp1Efev REVIEWEDBY APPROVEDBY 7A I CommercialFeasibility Study and DetailedDesign for Lyari ElevatedFreight Corridor (Approx. 20 KM) I Page 17 lc 3.6. PreliminarvTechnicalFeasibilitvReport I A preliminary technical feasibility report will be preparedand submitted in order to establishthe feasibility of project from technical standpoint.The report will also examinewhether or not existingLyari Expresswaycan be made usablefor freight traffic and what measuresmay be I required/possiblein this regard. 3.7. Traffic & Axle Load Survey

I The consultant will submit Traffic & Axle Load Survey Program to NHA, wherein enough points for traffrc study will be proposedin order to havebest possible estimation of volume as well I as classificationof anticipatedtraffic and carry out reliable network modelling. The consultantshould keep in mind that NHA intends to adopt Public Private Partnershipmode of delivery. Therefore, traffic studies,related analyses,and modelling must take into account expectedtraffic of adjoining t road network (existing and under-constructionetc.) The consultantwill carry out minimum seven(7) days classifiedtraffic volumes counts,O&D Survey, journey time travel survey, tyre pressure and axle load survey etc. Generatedi diverted I traffic volumes will be worked out. Origin-Destination Surveys will be carried out as and where required. Weekly and monthly correction factors will be worked out to arrive at Annual Average Daily Traffic (AADT). Growth factors will be worked out based on which the traffic will be I forecasted. Consultant shall undertakeAxle Load Survey using portable weighing machine for at least t seven(7) days. Consultantshall confirm in his Technical Proposalthe availability of such equipment (ownership / rental basis). Sufficient samplesof all axle groups shall be weighed for each day. Data shall be annexedin the final report and used in the pavementdesign. I Network modelling will also be carried out as it is important study to avoid future congestion and bottlenecksin a system. T Deliverable: Traffic Survey Report and Axle Load Survey Report will be submitted which will not only form basis for economic & frnancial analysis but also for pavement design. Traffic growth factors, damaging factors etc. will be worked out and presentedin report. Analyses I for Capacity and Level of Service using Highway Capacity Manual will also be made part of the report. Since the Project is being taken up for PPP mode of financing, therefore reliable traffic I estimation is highly required. Network modelling will be presented in the report to provide an understandingof expectedtraffic pattern after developmentof project. NHA understandsthat PTV Vissum software is a good option; however, if consultant has any other good proposal it may be I highlightedin technicalproposal and discussedin detail at later stage. I 3.8. Soil & Material Investieation Soil & Material Investigation will be done to ascertainthe index and engineeringproperties ofsoil & rock encountered.The consultantis required to seek,interpret and evaluatesubsurface and I surface data in order to predict the behavior of the soils and materials along, and adjacentto, the alignment. The resulting information should be presentedin a logical and intelligible manner so that it can be used correctly and efficiently by the non-specialist.As per fixed horizontal and vertical I alignment,identify the areasof deep cuts and high fills. Study precisegeometry of the roadway structuresand developdesign requirements. Field investigationswill be carriedout in three main I areas:- I DRAFl-4il8Y REVIEWEDBY APPROVEDBY I I Lyari ElevatedFreight Corridor (Approx. 20 KM) I Page l8 I I CommercialFeasibility Study and DetailedDesign for I support potential offered by the subgradesoils; materials; I Following table presents the guidelines for the quantity of roadway pits or borings and required testing. The values given are tentative investigation requirementsand the actual scopewill I dependupon whether preliminary or detailed investigationsare required. Roadrvaytype Heishi(m) Tenain type Spacing-(m)Deipth(m) ; I Uniform 1000 /a \L Rolling 500 1.0 Hilly 250 I Uniform 500 l/3 of embankmentof refusal Embankment 2-10 Rolling 400 Hilly 200 I Uniform 600 2/3 of embankmentof refusal >10 Rolling 300 I Hilly 1s0 Uniform 1000 1.0below suberade <2 Rolling 500 I Cut Hilly 250 Uniform 800 L0 belowsuberade 2-t0 Rolling 400 I Hilly 200 Uniform 600 1.0below subsrade >10 Rolling 300 I Hilly 150

I Tentativeguidelines for testingrequirements are given below: 'l* :\il .^i,. 1 ' I estKequrement - 'l- ' -.r "'1"' Test' l , li l. s;'l.ir; I r;;. ,..,,., erig,*;;r'i I Gradation o O 1perkm I per boring/ pit Moisture Content o O 1perkm I per boring/pit

I Classification O O I perkm I perboring/ pit t MoistureDensity o O 2per5km I per borrow area CBR o lperlkm I per borrow area I t

DRAFTEDBY REVIEWEDBY APPROVEDBY I 72 I I CommercialFeasibility Study and DetailedDesign for Lyari ElevatedFreight Corridor (Approx. 20 KM) I Page 19 lr 3.8.1. Material Investisation I Every effort should be madeto locate sufficient quantitiesof naturally occuning construction materialsat regularintervals along the alignmentand asclose to the alignmentas possible. In caseof potential quarry sites, test borings are likely to be necessaryto confirm the quantity and quality of I material available.Bulk samplesfor quality testing may be obtainedfrom adjoining bedrock outcrops provided that the samplesobtained from such sourcesare truly representative.Test results from any nearby operationalquarries should also be included. Guidelines for testing requirementsof materials I areas followins:- I TestRequirement Fine Aggregate CoarseAggregate Water Test Asphalt P.C. Subbase/ Asphalt P.C. Concrete I Concrete Concrete Base Concrete Gradation o o O o O AtterbergLimits o o O t Sulphate a o o o o Soundness t Lossby Abrasion o o o OrganicImpurities o SandEquivalent o O o I SolubleSulphates a o SolubleChlorides o o FriableParticles o a o o t Thin & Elongated o o o Particles FinenessModulus o O I WaterQuality o Marwill Test a t StrippingTest o Water is required for proper compaction of earthworks, and water points will be necessary at frequent intervals along the alignment. An assessmentshould be made of the likely sourcesof I water from any existing wells and from the geological formations underlying the route. Samplesfor teststo assessthe suitability of water for concretewill be necessary. I 3.8.2. Soil Classification Soil descriptionis necessaryfor all test pits and boring logs. The descriptionsshould be t standardizedso that the main characteristicsare given in the same order i.e. Mass Characteristics will include field strength,moisture content, bedding state if applicable discontinuities and state of weathering.Material Characterisricswill coverColor, Composition,and grading. Particle shape, soil t nameand soil group.Both Unified and AASHTO classificationwill be used. Deliverable: As required under "Sequenceof Activities", Preliminary Soil & Material InvestigationReport will be submittedunder Stage-II. Detailed Soil & Material InvestigationReport I will be submittedunder Stage-III(if projectis technically& commerciallyfeasible). I I I CommercialFeasibility Study and DetailedDesign for Lyari ElevatedFreight Corridor (Approx. 20 KM) l Page20 l? 3"9. Preliminarv Design Drawines & Ensineer's Estimate I Preliminary design drawings & engineer's estimate will be developed with reasonable accuracyin orderto be usedas a basisfor developmentof preliminarycommercial feasibility report. I 3.10. GeotechnicalInvestigation Report The consultantshall submit tentative geotechnicalinvestigation plan (including scopeas well I as timelines) to NHA based on reconnaissancesurvey suggestingthe total number of bore holes, depth of each bore hole (basedon geological formation at site & the type of forurdationsproposed for the structures)and a list of proposedtests basedon available data and prevailing site conditions I to get approval from NHA before carrying out detailed geotechnical investigation. After the formulation of tentative scope of work for investigations and subsequent approval of NHA, geotechnical investigations will be carried out by the consultant himself or nominated specialist I contractor.Representative(s) of NHA may visit the investigation site. If the consultanthimself carries out investigations,payment thereof will be made by NHA to the consultant. However, if the consultant is deficient in the expertise to perform geotechnical I investigationson its own, then a registeredGeotechnical firm(s/ company(s)shall be called by the consultant for nomination of specialist contractor subjected to approval of NHA. Work shall I commenceon site basedupon a formal agreementbetween the consultantand nominated specialist contractor (including quantities,rates, work scheduleand ToR). The consultantwill submit invoice of nominated specialistcontractor to NHA upon which direct payment will be made by NHA to the I specialistcontractor. Consultantwill supervisethe subsurfaceinvestigation work carried out at site by the nominated specialist contractor and certify the supervision of work. Consultant will be responsiblefor the quality and accuracyat site. I Standard Penetration Test (SPT), Cone Penetration Test (CPT) or any other test deemed necessarybased on underlying soil strata as per approved plan shall be carried out. Sub-surface investigationsconsisting of boreholes/ drill holes / test pits of required depth, supplementedby field I and laboratory testing to accuratelyassess the engineeringproperties of the underlying soil stratafor detailed design of foundations, substructuresand roads shall be undertaken satisfying design requirements.Testing of samplescollected from site shall be carried out in a reputed laboratory, t under strict quality control and adherenceto relevant ASTM procedures/ standards. Deliverable: Comprehensive Geotechnical Investigation Report for project will be t submittedto NHA. Bore logs along with original lab reports shall be attachedin the soil report along with colored photographs. I 3.11. Environmental Impact Assessment(EIA) Study Repog Detailed ToR for EIA study is provided in a separateChapter. Breakdown of paymentfor EIA I study is also given in the said Chapter. T 3.12. DesignReport The consultantwill prepareand submit a comprehensiveDesign Report which should include key details about alignment study, topographic survey, hydrology & hydraulic study, traffic survey, I axle load survey,soil & material investigation,geotechnical investigation, and designof Elevated Freight Corridor etc. The following reports related to GeometricDesign, PavementDesign, and I StructuralDesign will be made part of the Design Report and be coveredin comprehensivedetail:-

I unar#ev REVIEWEDBY APPROVEDBY 71 I t CommercialFeasibility Study and DetailedDesign for Lyari ElevatedFreight Coridor (Approx. 20 KM) I Page2l 3.12.1. Geometric Design Report I The geometricdesign will be carried out by the consultantfollowed by preparationof plan & profile drawings. The drawings will become a part of Design Drawings. A comprehensiveGeometric Design Report will be prepared. Geometric improvement of the t existing road/alignment(if applicable)will also be considered. I 3.12.2. Psvement Design Reoort Consultantwill preparePavement Design Report completein all respectbased on Soil investigation /material characterization on the frnalized alignment and frnalized traffic & I Axle Load study. The Pavement Design Report will include / contain all necessarysoil material investigation tests and complete process of ESALs determination starting from AADT. All typical pavementcross-sections clearly elaborating all details will also be made I part of pavement design report. In addition, the consultant will provide the details of EmbankmentDesign as well as drainagedesign. I Pavementwill be designedfor a period of l0 years design life. In addition, Overlay design for other 10 years or for remaining numbers of year to cover complete concession period will also be provided. In this regard, Design Consultant will also submit suitable t assumptions used for the overlay design. Each input to design should be duly calculated/justifiedthrough proper referencing in the Report. The pavementdesign shall be carried out by the consultant on the basis of AASHTO Guide for Design of Pavement T Structure-l993. ln this regard, pavement type selection process of AASHTO Pavement Design Guide-1993 shall also be followed. In addition, pavement design shall also be validated through Mechanistic-Empirical approachusing KENPAVE software. Shell Model I shall be used under KENLAYER analysis.All calculationsshall be attachedin the report in hard and provided in soft (editable) form as well. Relevantdrawings in this regardwill become I apart of Design Drawings. 3.12.3. Structural Desisn Report

I Elevated Freight Corridor is a major and important component of this project. Design of structureswill be carried out by following the design codes& standardsspecified in earlier section of the TOR, followed by preparationof Structural Design Report and StructuralDrawings. These I drawingswill become apafi of Design Drawings.

The structural analysis shall preferably be performed using standard international I software.Input & output files will be madepart of the report and also submittedin soft format. The StructuralDesign Report shall include but not limited to the following:- T design standardsregarding design loads and materials etc. t definitions, load combinationsand force envelopesetc. I etc. I 'fd f . +,, :'ff REVIEWEDBY APPROVEDBY I "a: 4i5; I ,w I I CommercialFeasibility Study and DetailedDesign for Lyari ElevatedFreight Corridor (Approx. 20 KM) I Page22 Dynamic characteristicsand vibration etc. Design of all componentsof Elevated Freight Corridor, including main members of I supe+structue,cables, substructure, foundation, their forces and their sizes,and their limit stateAfor ultimate, fatigue and service etc. I AppropriateDrainage design for all shucturesincluding ElevatedFreight Corridor. 3.13. DesiqnDrawinss

I Theconsultant will prepareand submit Design Drawings including design of Elevated FreightCorridor. The Drawingswill includeat least,but not necessarilylimited to, the following I details:- Title Sheet. Index Sheet. I Project sunmary sheet(s) wherein project will be explained in appropriate detail to provide at a single place all the salient featuresof project. Generalnotes. I QC sheet wherein full names, designations,and full signaturesof designer, reviewer, draftsmanetc. will be shown. Legends& SymbolsSheet. I Key & Location Plans with Coordinatesand alignment with stationing. Location plan showing/demonstratingexisting number of lanes (if applicable) and right of way along the project length. I Location plan showingidemonstratingproposed number of lanes and right of way along the project length. Soil investigation linear plan. Pits of soil investigationswill also be marked. I A plan showing major quany sites/ borrow area sites including mass haul diagram showing cut and full along the alignment. Design criteria, codes,and standards. I Traverse data, Bench Mark data, Setting out data, Superelevation data, and Design alignment data including curve data. Typical Cross-Sectionswith locations of applicationsshowing PavementDesign for main t carriageway, interchanges,and toll plaza (if any) approachroads, and road network (if any) within serviceareas. I Design along with proposedlocations of toll plazas,bus bays, weigh stationsetc. Number of toll lanes/toll booth facilities are to be designedbased on queuelength analysis. Cross-sectionsgenerated at an interval not exceeding50m. I Super-elevationdetails and Linear Plan. Road Furniture (Guard rails, PavementMarking plans & details thereof, Traffic signage plans & detailsthereof as per MUTCD & NTRC etc).Proposed Location of traffic signs I and gantriesetc., along the alignment must be shown on the drawings. Retaining walls (if any) with location tables. Intersection & InterchangesDetails. Number of lanes on exit/entranceramps should be t basedon proper capacity analysis,preferably for minimum 20 years. Drainage plan for surfacerunoff illd urban areas. Plan and Profile Drawings. t Drawings for all new structures including Lyari Elevated Freight Corr idor, and (if applicable) old/existing structuresrequiring rehabilitatiorlreconstruction etc. I I I I CommercialFeasibility Study and DetailedDesign for Lyari ElevatedFreight Corridor (Approx. 20 KM) I Page23 T? ProposedLandscaping & Horticulture as per best internationalpractices and expenences on similar projects,wherever required. I RoadsideDesign. ProposedDesign for Lighting as per best international with tailorins considerationsto suitlocal conditions. l Drainagedesign for roadas well asElevated Freight Corridor. Requirementof Traffic Control Devices, Work Zone Safety, and "Maintenance & t Protection of Traffic (MPT) Plans". MPT shall be for the following situations:- a) Where any existing road intersectionwill be affectedduring project execution. b) In urban areas including methodology for separatingthe local and through T traffic. c) At placeswhere undergroundconstruction like constructionof box culverts and underpassesis involved. I d) At placeswhere overheadbridge constructionis proposed. Design of all facilities for NH&MP e.g. construction of buildings etc. as per their requirements.The consultantwill seekinput of NH&MP and NHA on this aspectthrough I close coordination and accordingly proposefacilities. Detailed design of tunnel(s) (if any) Design of pedestrianoverhead bridges (if any) I Designfor provision of ducts/crossingof future utilities like OFC, pipelinesetc. Design along with location tables of U-turns, side drains, serviceroad, median barrier, as I per intemationalstandards and best safety practices. milnagementmeasures. t practices. I 3.14. Land Acquisition & Utilitv Folders

I The consultantwill identify, takephotographs, and then digitizeland, properties, trees, utilities,existing roads etc. falling in right of way (ROW).The consultantwill prepareLand Acquisition& Utility Folderswherein following itemsmust be indicated: I Exact width of existing/presentROWroad, must be shown in the folder. Detail of Structures with type, exact measurement along with exact chainage t indicating its location with respectto centreline of new proposedroad. number of each type. Exact chainage and location with respect to centre line of new I proposedroad. Permanentpoint like Railway Line etc. or pennanent schools and others Government buildings must be shown, as per detail above, giving type of structuresand its condition. t Settled populations, Graveyards,Mosques, Khanqah, Shrinesor any other religious site may preferably be avoided. must be explicitly I indicated in the folder. T be indicatedin the folder.

I REVIEWEDBY APPROVEDBY I .,,rf,rt\D I I CommercialFeasibility Study and DetailedDesign for Lyari ElevatedFreight Corridor (Approx. 20 KM) I Page24 Bridges,Culverts, Rain water channelsexisting on present/existing/ proposed road must be shownin the Folder. I Complete detail of Private and Government land falling in the proposedalignment must be shown in the folder by giving its Mouza name & number in which the land is acquired. Coordination/Consultation with NHA regional land Staff (if any) during survey for I alignment of Road/Row & Bypasses for preparation of land acquisition folder and certificate in this regardshould be furnishedthat land acquisition folder has beenprepared I in coordination with concernedresional staff / field formations. 3.15. Road Safetv Audit Report t Road safety is recognizedas a major socioeconomicconcern facing the Asia and Pacific region. NHA is committed to perpetually and continuously improve safety on National Highways and Motorways network through consciousendeavors. As a part of this endeavor,Road Safety Audit I (RSA) of designwill be carried out by a subjectmatter experVspecialisthaving Certification as Road Safety Auditor from an international organization. t The expert will carry out RSA of the designas per internationalstandards and/or requirements of NHA. Formal RSA Report shall be submitted upon completion of the audit, duly signed by the Expert. Use of statistical analysis techniques should also be given consideration.Formal/Informal t feedbackfrom relevant stakeholdersshould also be made part of the Report. t 3.16. Construction MachinervReport A report on construction resourceswill be prepared. It will include, based on the constructionduration, the amount and type of constructionmachinerv required. Based on the I constructionplan (to be duly provided in the Report) developedin a Project SchedulingTOol like PrimaveraiMicrosoftProject etc.,the resourceallocation and cashflow requirementsw-iii be stateci.Computations and assumptionsfor productions will be made a part of the report. I The requirement of any equipment to be imported will also be indicated. I 3.17. Ensineer's Estimate Consultantwill prepareEngineer's Estimate of project to reascirableaccuracy by using latest Composite Scheduleof Rates.For items not specified in NHA CSR, rate analysiswill I be provided basedupon market price. The consultantwill be required to submit the take-off sheetsin soft format (Microsoft Excel) along with Engineer's Estimate. t The consultantwill also be required to submit a certificate, as per format desired by NHA, wherein amount of estimate,basis of estimate,and accuracylevel thereof etc. will be I clearly indicated. 3.18. Final Technical Feasibilitv Report t Consultantwill prepareand submit comprehensiveand self-explanatoryfinal technical feasibility report on the basis of surveys,studies, investigations, final design, and estimates I etc. describedin earlier sectionsof the ToR. I

I DRAFTffBY REVIEWEDBY APPROVEDBY I .l CommercialFeasibility Study andDetailed Design for Lyari ElevatedFreight Corridor (Approx. 20 KM) I D4..a t<

3.19. Ground Validation & Alienment Stakeout I If required/instructedby NHA, the Consultant will carry out ground validation and stakeoutthe alignment on ground. The centrelinemarkers shall be fixed on ground at 100m interval. A 1.5m long bamboo stick with orangecloth 1m x 0.5m shall be fixed at eachpoint. I The stake out may be checked by representative(s)of NHA. A detailed repofi with photographsshall be submittedby consultant. I 4. FINAL PRESENTATION The Consultantwill give presentationon the project as,when, and where required/directed I by NHA. The presentationshould include but not limited to following details.

Soil Classificationetc.

models.

cut and full along the alignment will be presented.

The consultant will also be required to give a separatepresentation to Design Section on methodology,tools, software,and techniques etc.used in, includingbut not limited to, Topographic Surveying, Traffic studies,Pavement Design, Geometric Design etc.

5. SUBMISSION OF DELIVERABLES t The following requirementsshould be fulfilled by the consultant:-

header/footer/sideb ar. After finalization of draft submissions in the light of review comments (if any), three (03) hard copies of final version of each deliverablewill be submittedto NHA along with soft copy (PortableDocument Format as well as editabledocument format e.g. MS Word, MS Excel, Civil 3D format etc) except PC-I and EIA Study for which requisite number of copieswill be submittedas per requirementof concernedsections of NHA. Provision of soft copies in editable format will be a mandatory requirement failing which contract close-out will remain in abeyance.The soft copies must be properly indexed. If requested by NHA, Consultant will provide two additional sets of all documents/reportsat a later stage at no extra cost. I I l. T CommercialFeasibility Study and DetailedDesign for Lyari ElevatedFreight Corridor (Approx. 20 KM) I Page26 6. REVIEW OF DOCUMENTS

I Consultant will give considerationto review comments/observationsof NHA (if any); however any review or no review at all will not be construedto absolvethe consultantfrom contractual responsibility for correctness,safety, soundness,and economy etc. of design I including Engineer's Estimate,and all other servicescarried out under this contract. I 7. PERFORMANCE RATING Performanceof the consultant may be evaluated by NHA on basis of multiple factors including but not necessarily limited to quality of submissions, compliance with TOR T requirements & instructions of NHA, responsiveness,timeliness, diligence, efficiency, considerationof economy, managementof scope, schedule,cost, resources,and risks, and above all the level of faithfulness as an adviser. Performanceratins will broadlv be made in the following manner:

Ratine , I Descriotion I A+ Excellent A Good B Requirine improvement Poor Poor NHA reservesthe right to developa breakdown/matrixfor implementingabove mentioned ratings.In additionto this, it is highlightedthat NHA Code(Revised 2005) authorizes NHA to exerciseappropriate actions against consultant in caseof errorsin design.

8. F'UTUREASSISTANCE

The consultantwill be requiredto provideprofessional assistance in futurein addressing any audit observations,inquiries, investigations,litigation, or any other reasonable requirementrelated to the servicescarried out andsolutions proposed under this ToR.

*{.{< I

I I I t I I t D CommercialFeasibility Study and DetailedDesign for Lyari ElevatedFreight Corridor (Approx. 20 KM) I Page27 MODE OF PAYMENT oh of "A" or LS/PS I Sr. No. DESCRIPTION ("A" to be calculatedby excludingPS and LS itemshereunder) lti,iii )l.tE I STAGE;I a) InceotionReport for TechnicalFeasibilin lo/oof "A" b) AlisnmentStudv Report alons with KMZIKML file 2%oof"A" I c) PreliminarvToooeraohic Survev Report alone with Plans 30% ofLS for TopoSurvev d) PreliminaryHydrology & HvdraulicStudy Report 30o%of LS for Hvdrolow & Hvdraulic Stud'r I e) Initial EnvironmentalExamination (lEE) Report I0% ofLS for EIA Studv fl PreliminarvTechnical Feasibilitv Report Zohof "4"

Sub-Total( 5oh of"A" I STAGDtr Of proiectst6ms Technicallv Felisible; then consultantwill proce'cilto Staee-IIwith the approvalof NHA) e) Inception/ Outline Reportfor CommercialFeasibilitv 2o/oof "4" I h) Traffic Survev Reoort Lumo Sum il Axle Load SurvevReoort Lump Sum

lt PreliminarvSoil & MaterialInvestieation Reoort 30% ofPS for Soil & Material Investisation I k) PreliminaryDesign Drawings and Engineer's Estimate 5o/oof "4" l PreliminarvCommercial FeasibiliW Report 3o/oof "4" t Sub-Total(2 l0o/o of "A" STA'GE-IIIOi#oiect seems-CommerciallvFeasible. then consultantwill oroceedto Std#m with the aoDrovalof NHA) I m) Detailed Topographic Survev Report alone with Plans 70% ofLS for Tooo Survet, n) DetailedHvdrolosv & HvdraulicStudv ReDort 70% ofLS for Hvdrolow & Hvdraulic Studt o) Detailed Soil & Material Investieation ReDort 70%of PSfor Soil & MaterialInvestisation I pl GeotechnicalInvestisation Reoort Provisional Sum q) Draft EIA: Final EIA: Final EIA afterattendine all observations:NOC 90% ofLS for EIA Studv I I DesisnReoort ljYo of"4" s) FinalDesien Drawinss includine desien of ElevatedFreieht Conidor l5%oof ",\" t LandAcouisition & UtilitiesFolders 2.5Yoof"A" I u) RoadSafew Audit Reoort LumoSum vt ConstructionMachinerv Reoort 2.5o/oof " A" I w) Engineer'sEstimate 5o/oof "4" x) FinalTechnical Feasibility Report l0% of"A" v) Final Commercial Feasibilitv Reoort l0o/oof " A" I z\ GroundValidation & AlienmentStakeout (if reouired) 5o/oof "4" aal PC-I Oroiect Cost includins Viabilitv Gao Fundins) 5%oof"4" I bb) PC-l [and) 5o/oof "4" cc) RFP Documentincludine Model ConcessionAsreement l0%oof "4"

dd) NOCs* from concernedorsanizations 5%;oof "4" I Sub-Total (3 85o/oof 'oA" TOTAL(Sub-Totall+2+3 10096 of o'4" I * NOC for EIA Studv(if paid asper mode of paymentstipulated in the Chapterfor EIA Study.

REVIEWEDBY APPROVEDBY I 81 l" 'l CommercialFeasibility Study and DetailedDesign for Lyari ElevatedFreight Comidor(Approx. 20 KM) I Page28

Notes Reearding Pavment:

I i. Any deliverable reflected in ToR but not mentionedin themode of paymentor viceversa will be duly submitted without failure. Moreover, if any task/deliverableis mentionedin TOR but not reflectedin mode of paymentthen its cost will be deemedto be built-inthe deliverables t mentioned in the mode of payment. ll. A checklist will be attachedby the consultantwith eachdeliverable which should correlatethe I deliverableto requirementsspelled out in ToR. This is a mandatoryrequirement. lll. If the deliverable is of acceptablequality and completely responsivenessto the ToR, up to 50oh payment may initially be releasedby NHA. Remaining/Finalpayment against any deliverable I shall only be released when the final deliverable is of acceptablequality and completely responsive to ToR; comments (if any) of NHA have been appropriately responded by I consultant; and hard copies of final deliverable are submitted in requisite quantity along with soft copies (PortableDocument Format as well as editabledocument format e.g. MS Word, MS Excel, Civil 3D format etc). The soft copies must be properly indexed. t iv. If final deliverable/reportis not completely responsiveto ToR and/or has quality issues,then penalty will be imposed by deducting partial or full payment against the report/deliverable I besidesadverse performance rating of consultant. v. Payment against Provisional Sum will be as per actual expenditure. Detail/Proof of the expenditurewill be submitted along with the correspondingInvoice(s). I vi. The consultantwill be requiredto appropriatelyaddress and respondto the comments/feedback of NHA. All submissions should be signed & stamped.All pages/sheetsmust be properly I numberedwith complete project name indicated in header/footer/sidebar. I x** I t t I I I I

I DRAFTEDBY REVIEWEDBY APPROVEDBY I TI I. I I I I I I TORs for: I COMMERCIAL FEASIBILITY t Construction of Lyari Elevated Freight t Corridor from KPT to M-9 I t I I I T I I I t l, l. 1. INTRODUCTION NHA intends to construct the Lyari Elevated Freight Corridor Project. The prime objective of this project is to provide a dedicated route for freight traffic I moving into and out of Karachi Port i.e from KPT to M-9.

The project starts in the vicinity of ICI chowk. This chowk is very congested and I needs re-modeling including grade separation option considering the availability of land. The Mauripur road runs for about 2.5 Km from ICI chowk untill it reaches I Lyai nullah. An elevated flyover shall be constructed in the middle of nullah on suitable pier configuration keeping in view the hydrolory of nullah. The elevated portion shall be I studied for both 4 lanes and 6 lanes. This portion is 16 Km long.

At Sohrab Goth, the elevated freight corridor shall be merged with M-9 through I properly designed interchange. This freight corridor will provide shortest direct link I from KPT to M-9.. 2. PRINCIPAL ACTIVITIES I The following principal activities are identified that need to be carried out, but it should not be construed as the total set of activities required for the I successful completion of tasks specified in the present TOR: . Kick-off Meetings . Stakeholder Analysis I o Stakeholder Meeting . Collection and Review of available Data I r Defining project Need, Objectives and Scope o Need Analysis . Analysis of project framework conditions I o Outlining possible financing options . PPP options identification/analysis I . Project outline: business case . Review of Legal Framework . For the Project Structuring NHA will provide land free of cost and I encumbrances. However, title of the land shall remain with NHA. o CAPEX (Capital Expenditure) Analysis T . Defining To11Rate Structure and System in harmony with existing road network. . OPEX (Operation Expenditures) Analysis t o Routine and Periodic Maintenance Forecasting . Toll Level Projections . Other Sources of Revenue identification I o PossibleGovernment Support mechanism, options I I 84 I l, lo . Country Economic and Inflation Analysis a Revenue Analysis & Forecasting Debt Servicing and Amortization Scheduling for different possible Debt l' Financing Options a Project Risk Identification and Allocation I a Inflation and Lending Market Analysis a PPP Modeling Base Case a Viability Gap Analysis I a Financial Analysis & Bankability a Evaluation of the variations (different project structuring options such as: private sector participation on BOT, BT and Hybrid mode I Prepare Commercial Feasibility Report including Financial Model demonstrating the Project viability, bankability and affordability I Sensitivity Analysis Conclusion & Recommendation Define procurement strategr I Advising and Outlining Way Forward Project Information Memorandum I Develop project implementation and timeline plan. The Consultant will provide necessary coordination and help NHA for conducting road shows for the subject project. I Draft Commercial Feasibility Report Final Commercial Feasibility Report I Other Reports shall include: . PC-l (forland &VGF, if required) o RFP including Model Concession Agreement with Project Scope I (including Intelligent Transport System (ITS), Design Standards, Specifications, Perform€urce and Operation Standards. . The consultant shall also help NHA on Technical Design matters of the I project during Pre-Bid meeting and technical Bid Evaluation stage. l 3. TIME DURATION FOR THE ASSIGNMENT The services specified in the TOR shall be completed and all relevant reports I submitted in tJ:e form and format acceptable to the Client, within Five {O5} Months from tl:e date of Commencement of Consultancy Services. Another One (O1| Month period shall be required for relevant experts, so as to help I NHA on Technical Design matters and assistance in Technical Bid I Evaluation. I 6s**Q €{ s-i#-} I ek I 85 I I f I o4. DELTVERABLES The consultant shall submit following reports/submissions: I a Inception/ Outline Report a Commercial Feasibility - Draft Report o Traffic Study Report I o Financial Model a Presentation (on appointment/ availability) I a Commercial Feasibility - Final Report a PC-l (Land&ProjectCost including VGFif required). o RFP Document including Model ConcessionAgreement I a Technical Bid Comparative Evaluation Report I T I MINIMUM KEY PERSONNEL PROPOSED BY THE CLIENT

I Sf. Position Nos. Months Person- No. Months I 1. PPP Expert/ Financial Expert I 4 4 I 2. Corporate Law Expert 1 3 3 I 6)**,,4 5i&,$;5 t Q;'# I I I I I

I 86 I I I Say No to Comrption Terms of Reference l( I ENvrnonryENTAL In,pn.cr AssnssvrnNT (E IA) STUDY t l. Need for Environmental Impact Assessment(EIA) Highway projects are generally undertaken to improve the economic and social welfare of the people. At the same time, they may also create adverse impacts on the I surrounding environment. People and property in the direct path of the road works are affected. The environmentaland social impact of highway projects include damageto sensitive eco- systems, soil erosion, changes to drainage pattern and thereby I groundwater, interference with animal and plant life, loss of productive agricultural lands, resettlement of people, disruption of local economic activities, demographic changes, acceleratedurbanization and increase in air pollution. Highway development t and operation should, therefore, be planned with careful consideration of the environmental impact. To minimize these adverse effects that may be created by highway development projects, the techniques of EIA become necessary. Identification I and assessmentof potential environmental impact should be an integral part of the project cycle it should commence early in the planning process to enable a full I considerationof alternativesand to avoid later delays and complications. In view of the above, an EIA will be carried out for the Environmental aspects of all stages of the projects i.e. preconstruction, constructioq and post construction with the I following objectives:

. Establishing the environmental baseline in the study area and identifying I any significant environmental issue; . Assessing these impacts and providing for the requisite avoidance, mitigation and compensationmeasures; I . Integrating the identified environmental issuesin the project planning and design; . Developing appropriate management plans for implementing, monitoring and reporting of the environmental mitigation and enhancementmeasures I suggested;

The EIA studies and reporting requirementsto be undertakenthis TOR must conform to t the guidelines and regulations issued by the Pakistan Environmental Protection Agency (Pak EPA), Ministry of Climate Change, Govt. of Pakistan (GOP) which comprise mainly of the Pakistan Environmental Protection Act 1997, its implementing I regulations, the EIA Guidelines and Review of IEE and EIA Regulations, 2000. These guidelines include the amendmentsand subsequentrules for the EIA of projects.

I i) Regulations and Standards. Describe the pertinent legislation, regulations and standards, and environmental policies that are relevant and applicable to th{6posed project, and identify the appropriate authority jurisdictions I that wlll specifically apply to the project. I Project Categorizztion. The Consultants should categoize the project (category A or B and IEE or EIA) as per Environmental Protection Act and guidelines & procedures derived therein and as per donor agencies Environmental Safeguards and Policies which ever are applicable. f ft T \\ \ \, T CommercialFeasibility Study and Detailed Design for LyariElevated Freight Corridor (Approx. 20 KM) | PageI r?-87 I Sav No to Comrption Terms of Reference l( 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 (starting point to end point). In the project description the 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,e valuate and present baseline data on t the relevant environmentalcharacteristics of the project area.In addition to general information, the Consultants should provide methodology for preparing the essential environmental data.The data should emphasizebut may not be limited to I the information about Physical Environment which could include, meteorology and climate, geology and soil, seismology, air and water quality, noise, topography and drainage pattems, hydrology and/or hydraulic regime, surface and I ground water and land use. Ecological Resources should discuss about forests/flora/vegetationprofile, crop and horticulture activities, and fauna/wild life and loca I livestock spe cies (should specifu mammals, birds, fish, reptiles and I insects), protected and/or endangered wildlife species. Social and Cultural Resources may discuss about the methodology of surveys, settlement pattern, political and administrative setup, population and communities, socioeconomic I conditions, protective and sensitive areas, archaeological and cultural sites, health and facilities, educational facilities, industrial/commercial activities, physical and cultural heritage, utilities, railway links or alignment, tourism I facilities and potentials and others. Availability of Resources for Construction should also highlight about borrow soils, construction material, water and power availability and any other resources.Hazard vulnerability- identify vulnerability of I area to flooding, hurricanes, storm surge, and earthquakes. Charucterize the extent and quality of the available data, indicating significant information, I deficienciesand any uncertaintiesassociated with the prediction of impacts. v) Environmental Impacts and Mitigation Measures. Identifu any negative I positive, direct, indirect, short term and long term impacts of the project, during pre- construction/design, construction and operation phases. Identify any information gaps and evaluate their importance for decision-making. The T Consultants must recommend appropriate mitigation and rehab ilitation measures for the environmental damage and other impacts identified for specific road corridors, and how they would be implemented with regards to: coordination I between highway design and environmental issues,ambient air, water and noise quality, water resources, drainage, mineral resources,flora and fauna, social and cultural environment, historical sites. The Consultants should attempt to identify I creative measures that would also have positive social implications, such as participatory tree planting that would also serve as job creation for affected communities. Consultants should identifl, biological environment, and must t discuss about national parks, game reserves and endangeredspecies. Consultants should also identify the impacts and mitigation measuresfor topography, social / cultural issues,land acquisition and resettlement, community development,borrow I open pits, waste d isposal, geology and soil, surfaceand ground water, hydrologic regime, traffic* Ao*, wastage of fertile humus layer, utilities issue and poverty alleviationetc. 'i I \\v -'-

I CommercialFeasibility Study and Detailed Design for LyariElevated Freight Corridor (Approx. 20 KM) i Page2 88 I SayNo to Comrption Terms of Reference l( However, report should not be limited to the above mentioned constituents of the environmental impacts and their mitigation measures.The Consultants should be more creative according to the specified project alignment. It should also I include ma ps, figures and photographswhen necessary.

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

vi) Development of Environmental Data. Identify EPA NEQS and guidelines t and analyze following parametersto develop base line environmental data of the project:

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

T a) AMBIENT AIR QUALITY: I Consultantsshould monitor the ambient air quality along the selectedroad site. The parametersneed to be monitored include Ozone (O3) Carbon monoxide (CO) Sulphur dioxide (SO2), Nitrogen dioxide (NO2), and particulate matter I (PM10). Acceptable standard analysis methodology should be selected to measurethe NEQS parameters.

I Air quality data will be collected over a 24-hotx period at all the sampling points (a reasonable number qf sampling and their ana lysis should depend upon the road length and other environmental.factorswhich should provide a I reasonable image of air qualilu.).

High pollutant concentrations spots should be selected for sampling to I assess 'worst-case' scenarios, and measurementswill be made in areas with extensive ribbon development and schoolslhospitals where traffic will be t expectedto be a little heavier. b) NOISE LEVELS: t Roadside noise level measurementsshould be taken at a distance of - 6 m from the edge of the highway (conesponding roughly to 7.5 m from source vehicles). The noise parameters hould be measured for 24 hows at various I locations of the specified site. The permissible limit of noise is 85 dBA prescribedby the NEQS for motor vehicles. The NEQS do not prescribea noise level limit for receptors. (a reasonable number of sampling and their I anab)sisshould depend upon the ntal which should provide a reasonable !

I #*% c) WATER QUALITY: 5{ ffi;;-qi= During field investigations,water samplesfrom varioussources in the vicinity I \Ri',r,,# of the proposedsections should be analyzedfor importantparameters with

I CommercialFeasibility Study and Detailed Design for LyariElevated Freight Conidor (Approx. 20 KM) | Page3 I Say No to Comrption Terms of Reference t( respect to human consumption. Although, NEQS include 32 water criteria pollutants for effluents and 16 NEQS for gaseousemissions, NHA prefer and recommend basic water quality analysis which may include but not limited to I pH, t urbidity, alkalinity, TDS, TSS, 5 day BOD at 20oC, COD, OD, total hardness, chloride, sodium nitrates, lead, mercury, arsenic, cadmium, total toxic metals, phenolic compounds as phenols, pesticides / herbicides I I fungicides (in -farmland areas,) and E-coli. (a reasonable number o.f sampling and their anabtsis should depend I factors which should provide a reasonablerepresentation of water quality). Consultants must identiff standard and recognized laboratories. Consultants should also provide Analytical Laboratory Reports along with methodologies t and analytical techniques used for each parameter. The analysis reports must include information, addressand contact personsof analytical laboratories.

I vii) Analysis of A lternatives. Describe the altemativese xamined for the proposed project that would achieve the same objective including the "no change in alignment". Distinguish the most environmentally friendly alternatives. In case I of minor impacts, which can be successfully mitigated within the ROW and without change in alignment, there will be no need for the analysis of altemative. I In all other cases, and especially in the case of major or critical issues, a systematic comparison will be undertaken of the proposed design, site I technology and operational alternativesin terms of: . Their potential environmental and social impacts . Capital and recurrent costs; I . Suitability under local conditions; and . Institutional, training and monitoring requirements.

I For each alternative, the environmental cost and benefits should be quantified to the possible extent, and economic values should be attached where feasible. The I basis for the selection of altemative proposal for the project design must be stated. viii) (A) Public Consultation, Involvement and Disclosure.During the field surveys the Consultants will organize workshops and formal public consultation t sessionsat province level to identifu main stakeholder,their categories,their views o n the e xisting condition of the project, volume of traffic concern's stemming from the impact of improvement works, as well as safety related I issues. If possible, Consultants will assist in inter-agencycoordi nation, and publicA.{GO participation. t (B) Grievance Redress Mechanism (GRM). An effective, feasible and project Specific GRM will be proposed with all required details.

I ix) Environmental Management Plan (EMP). Identify and prepareEMP including an implementation schedule and supervision program with associatedcosts and contracting proceduresfor the execution of environmental mitigation and social I issues for pre-construction,design, construction and implementation phases. The cost plus monitoring cost togetherwill be minimum lYo of total project cost that these can be implemented in true letter & spirit at later stages.Same cost I be given in PC-l for EMP. This cost will be part of Bill of Quantitiesas t CommercialFeasibiliry Study and Detailed Design for LyariElevated Freight Corridor (Approx. 20 KM) | Page4 g0 t Say No to Comrption Terms of Reference t( separateitem. The Consultants should describe the objectives of EMP and key environmental and social components,role of functionaries, and road safety. The key componentsof EM P shouldemphasize but not limited to: I alignment and shoulder width options, road side safety, structural recommendations,topography, geology and soil, seismic activities,flood hazards, environmentally sound camp sites & borrow pits identification, mapping and I characteization, archaeological sites, land acquisition and resettlement, local communities their social and cultural heritage, archaeologicalsites, waste disposal, air and water quality including ground and surface water, noise, flora including I roadside vegetationcut ting and plantation, fauna including wildlife, endangered species and their protection, traffic management,utilities, use of fertile humus soil recommendation of environmental protection sign boards, and health risk of t workers. EMP should identifu the training and workshops programs. I x) Environmental Monitoring Plan. Identifu the critical issues requiring monitoring to ensure compliance to mitigation and environmental management plans and to measure and monitor the environmental impacts during construction I and operation. The objectives of the plan are to monitor the actual impact of the works on the project corridor's physical, biological and socio-economic I receptors within the corridor. This will indicate the adequacy of the EIA. The monitoring plan should recommendmitigation measuresfor any unexpected impact or where the impact I level exceeds the limits. The plan should ensure compliance with legal and community obligations including safety on construction sites. Consultants should monitor the rehabilitation of borrow areas and the restoration construction I campsites according to EMP report. The monitoring plan should ensure the safe disposal of excess construction materials. Consultants should also evaluate the effectiveness of the mitigation measuresproposed in the EMP and recommend I improvementsif necessary.Apart from regular compliance checks the Consultants should generate a tabular matrix for air, water and noise analysis, asphalt plant emissions, soil erosion and contamination, plantation, safety and traffic rules I compliance for construction and operation phases. Environmental Monitoring Plan will list the procedure through which mitigation I measures proposed in EIA will be implemented. It will also include environmental parameter need mo nitoring, frequencyand responsibilities of key players. In case of disagreement with local communities or stakeholders, I grievances addressable mechanism shall be part of plan. The managementplan will develop the institutional requirement and type of training to enhance the capabilitiesof staff. The total environmental mitigation, Monitoring, equipment I and training cost shall also be included.

xi) Economic Assessment.This section should include the overall cost estimate in I relation to the project benefits, environmental costs and total cost of the proposed project. The Consultants should addressthe cost analysis of training, monitoring activ ities, environmental analysis Fr{\activities, resettlement,land and I property acquisition,and mitigation measures. \\Y \ Role of Functionaries and Government Agencies Involvement. This section I should include role of all the functionaries and variable involvement of

I CommercialFeasibility Study and Detailed Design for LyariElevated Freight Corridor (Approx. 20 KM) i Page5 91 Say No to Corruption Terms of Reference

govemment agenciesor authorities for the project accomplishment.

xiii) Recommendation and Conclusions. An adequatesummary should emphasize on the project description and environment, environmental impacts and mitigation measures, altematives, socio-cultural and socio economics, public consultation and the resulting issues and recommendations, environmental management and monitoring plans, economic assessment,recommendation and conclusions. xiv) Submissionof Reports.The report should be prepared and presentedin strict conformity to IEEIEIA regulations,2000 and Guidelinesfor preparationand submission of IEE/EIA 1997 issued under the Pakistan Environmental ProtectionAct. 1997. The title page of the report should specifu the report n€rme, project nzune, highway length, scaled maps and / or colored photographs, date of the report, Consultants company natne, address,phone numbers,e-mail and logos.

The reports should include acronyms list and a copy right certificate in the name of NHA. The reports should include all the key articles but not limited to the executive summary, introduction, description of the project, policy, all legal and administrative framework, description of the project environment, altemative analysis, environmental impacts and mitigation measures, public consultation and resettlement action plan, inter-agency and public/ NGO consultation process, environmental Management & m onitoring plans, economic assessment, conclusions and recommendations.

All figures, maps, appendices, tables, photographs, matrices and list of I references should be chronologically organized and each page should be numbered. I (Consultant and Environment NHA HQ team) to the field before finalization I of EIA Report. ProtectioniProvincial EPAs and donor agencies Consultants should finalize t the report. EIA report to NHA.

I Sec (1 2) of Pakistan Environmental Pr otection Agency (PEPA) Act 1997 (PEPA- Review of IEE and ElA-Schedule IV regulations,2000). The form requires information of the description, Location, objective, alternative I alignment, topography and land use of the project. In addition it also required information about the land acquisition in acres, environmental quality standard(NEQ S) a nalyzed and measured,e stimates & so urces of water & I powers usage, estimates of liquid & solid wa ste generation for the project construction and number of labor force (employees)required for the project I construction and operation phases. submitted to the concernedEPApJ formal concurrenceand will be disclosed to the public, stakeholders etc. I \

I CommercialFeasibility Study and DetailedDesign for Lyari ElevatedFreight Corridor (Approx. 20 KM) I Page6 g2 rl SayNo to Corruption Terms of Reference I ( *Ten hard copies and two electronic copies (format on CD) of the repofi are to be submitted I should be labeledproperly. 2. Public Hearing & NoC (If required by NHA)

I It will be the responsibility of the Consultantto obtain NOC from the respective EPA fulfilling all codal requirements. Further to this publishing of advertisements regarding public hearing and preparation of presentations,banners, sitting arrangementsand all other will be I responsibility of the consultant. I 3. Consultants' Fee for Services: The paymentsto the Consultantsfor EIA shall be made in the following manner: I Jr.No. Eescription of"A.

T (D Submissionof IEE Report (under Stage-I) t0% (ii) Submissionof draft EIA report (under Stage-III) r0% Submissionof final EIA report (ten hard and two soft copies) I (iiD 20% (under Stage-II| Submission of final EIA report after attending all observation (iv) 30% t andcomments (under Stage-III) ObtainNOC from concernedEPA includingpublic hearingaspects. (v) 30% I (if required)(under Stage-III) l^ Total r00% t I \\ Where A' is the total payable amount in respectof EIA Study. T I I I I I I

I CommercialFeasibility Study and DetailedDesign for l.yari ElevatedFreight Corridor (Approx. 20 KM) | Page7 .,:. 93 t t SayNo to Corruption Termsof Reference t MANPOWER REQUIREMENTS Sr. No. of Individual Total Man Key/ ProposedStaff Position I No. Persons Man Months Months A. "1"':::1:"1115j1'li1, _____T -- , -;;'----l I il TeamLeader/ Senior Structural Engineer I I 6 I 2 SeniorHighway Engineer 1 2+l 3

J Senior StructuralEngineer I 3+l 4

I 4 JuniorStructure/ Bridge Engineer 2 5 6 I 5 JuniorHighway Engineer I 5 3 6 PavementDesign Engineer I I

I TransportEconomist I I I 8 PPPExpert/ Financial Expert 4 4 9 CorporateLar,v Expert I 3 3

I l0 QuantitySurveyor I 4+l 5 I 1l CAD Operator 2 5 10 SubTotal (A) 46 t B. Non Key/ Support Staff t I ComputerOperator 5 5+l 30

1 2 Office Boy J 5 15

I a 3 SecurityGuards J 5 l5 t Sub Total (B) 60 t Total (A+B) 106 ,$w*i t bTq" I ffilr n.uriUifity * Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) Oeittnicat '94' I on Build - Operate- Transt'er(BoT) basisunder Public Private Partnership (PPP) Nlodality t

I SayNo to Corruption List of SupportingDocuments l APPENDIX B (List of SupportingDocuments)

I S.No Description PageNo Valid RegistrationCertificate of PakistanEngineering Councilwith relevantProject Profile Codes. Foreign consulting firms shallmake I with Byelaw 6(2) andByelaw 9 of the Pakistan l. JV in accordance EngineeringCouncil (Conduct and Practice of Consulting Engineers)Bye-Laws 1986. T Lists of facilities availablewith the Consultantto perform their ) functionseffectively (software, hardware, etc.). In caseof JV, the I samewill be providedby the leadfirm only. Client's satisfactioncertificates (Performance Reports) for the last 3. threerelevant assignments from the respectiveClients. T Affidavit on stamppaper duly attestedby the OathCommissioner to 4. the effect that the firm hasneither been blacklisted nor any contract I rescindedin thepast for non-fulfillmentof contractualobligations Finn affidavitfor availabilityof personnel. 5. I Letterof Intentionon leadfirm's letterhead along with originalletter 6. of intentionof all JV members. Powerof attorneyor authorizationletter of authorizedperson of the I 1 leadfirm. Declarationof inclusionof new/ lessexperienced firm(s) in joint for 8. venture by sharingat least 20% of Assignmentwith them I promotingthe consultancyindustry in the country. Audit Reportsof the firm (s) for lastthree years duly certifiedby I 9. CharteredAccountant (To be attachedwith FinancialProposal)' document. I 10. Any other t I I I I neasiUitity(Technical + Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx' 20 KM) -95- I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality I t SayNo to Corruption Man-Monthand ActivitY Schedule I APPENDIX C MAN-MONTH AND To estimate Consultant's inputs and costs for the ACTIVITY assignment,man-month and activity schedulesare to be I SCHEDULE providedas per enclosedforntat (Forms A7 andA8). These two schedulesshould correlate. I I

I I I I I I I I T I I I Feasibility(Technical -r Commerciai)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) I on Build - Operate- Transfer(BoT) basisunder Public Private Partnelship (PPP) Modality I

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

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

I d. Viewing the projectsthat they haveaccomplished and visit the users. I e. Visiting the premisesof the Consultantand examining systemsand methodof works as well as hardwareand software abilities available. Senior Management I (minimum Director level)shall regularly visit the siteat least once a month and hold meetingwith the Client's representative.

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

I 2. For Items(b) to (e),the inspectioncan be heldany time prior to or after award of work to the Consultants. During the inspectionif the scenariofound is not compatiblewith what is I presentedduring presentationsor as per Contract, the Consultantis liable for actiondebarring for two (2) yearsfor future projectswhich may or may not include black listing t action(in accordancewith Rule 19 of the Public Procurement Rules,2004). I Feasibility(Technical + Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) -97- I on Build - Operate- Transfer(BoT) basisunder Public Private Parlnership (PPP) Ivlodality SayNo to Corruption Personnel,Equipment, Facilities and others Services to be Providedby the client APPENDIX E

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

AS PER TOR

F.*tbtltt)' (T*l-ical + Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) -98- on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality I

I SayNo to Corruption Copyof ModelAgreement I APPENDIX.F I t I I I I COPY OF MODEL AGREEMENT I (To be finalizedduring Negotiations) I I I I I I t I l FeasiUitity(Technical * Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) -99- I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality I t SayNo to Corruption Copyof ModelAgreement I Contractfor EngineeringConsultancy Services I (Lump Sum) I I t Between

I (NAME OF CLTENT)

I And I l (NAME OF THE CONSULTANTS) I I Fon t (BRTEFSCOPE OF SERVTCES) t OF (NAME OF PROJECT) I

T Month and Year l I Feasibility(Technical + Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) t on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality -100- I

I SayNo to Corruption Copy of Model Agreement I TABLE OF CONTENTS I. FORM OF CONTRACT

I IL GENERAL CONDITIONS OF CONTRACT t 1. GENERAL PROVISIONS 1.1 Definitions |.2 Law Governingthe Contract I 1.3 Language 1.4 Notices 1.5 Location I 1.6 AuthorizedRepresentatives 1.7 Taxesand Duties t 1.8 Leaderof JointVenture 2. COMMENCEMENT, COMPLETION, MODIFICATION, I AND TERMINATION OF CONTRACT 2.1 Effectivenessof Contract 2.2 Terminationof Contractfor Failureto BecomeEffective I 2.3 Commencementof Services 2.4 Expirationof Contract 2.5 Modification I 2.6 Extensionof Timefor Completion 2.7 ForceMajeure 2.7.1 Definition 2.7.2 No Breachof Contract I 2.7.3 Extensionof Time 2.7.4 Payments 2.8 Suspensionof Paymentsby theClient I 2.9 Termination 2.9.1 By theClient 2.9.2 By theConsultants I 2.9.3 Cessationof Services 2.9.4 Paymentupon Termination I 2.9.5 Disputesabout Events of Termination 3. OBLIGATIONS OF THE CONSULTANTS

I 3.1 General 3.2 ConsultantsNot to Benefitfrom Cornmissions,Discounts, etc. 3.3 Confidentiality t 3.4 ProfessionalLiability 3.5 OtherInsurance to be takenout by the Consultants 3.6 Consultants'ActionsRequiringClient'sPriorApproval l 3.7 ReportingObligations 3.8 DocumentsPrepared by the Consultantsto be the Propertyof the Client I 3.9 Equipmentand Materials Fumished by the Client Feasibility(Technical + Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) -l0l- I on Build - Operate- Transf'er(BoT) basisunder Public Private Partnership (PPP) Modality I I

I SayNo to Corruption Copyof ModelAgreement I 3.l0 Accounting,lnspection and Auditing 4. CONSULTANTS' PERSONNEL AND SUBCONSULTANTS

4.1 Descriptionof Personnel I 4.2 Removaland/or Replacement of Personnel I OBLIGATIONS OF THE CLIENT 5.1 Assistance,Coordination and Approvals s.1.I Assistance I 5.1.2 Co-ordination 5.1.3 Approvals 5.2 Accessto Land I 5.3 Changesin theApplicable Law 5.4 Servicesand Facilities I 5.5 Payments 6. PAYMENTS TO THE CONSULTANTS

I 6.1 LumpSum Remuneration 6.2 ContractPrice 6.3 Termsand Conditions of Payment T 6.4 Periodof Payment 6.5 DelayedPayments 6.6 AdditionalServices I 6.7 Consultants'Entitlement to SuspendServices 1 SETTLEMENT OF DISPUTES

I 7.1 AmicableSettlement 7.2 DisputeSettlement

I 8. INTEGRITY PACT

9. THE RIGHTS AND DUTIES OF THE CONSULTANTS I 9.1 Obligations 9.2 IndirectPayments 9.3 Royalties I 9.4 Provisionof ExpertTechnical Advice 9.5 Penalty ilI. SPECIAL CONDITIONS OF CONTRACT I [Detailsto be finalizedby the users] I IV APPENDICES _#,!ru AppendixA-Description of the Services stu)€ AppendixB-Reporting Requirements \4\_it .'+ I AppendixC-Key Personnel and Sub consultants \i;j/dri$ry AppendixD:Breakdown of ContractPrice in ForeignCurrency T AppendixE-Breakdown of ContractPrice in LocalCurrency Feasibility(Technical + Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality -102- l

I SayNo to Corruption Copyof ModelAgreement AppendixF-Sen,ices and Facilities to be Providedby theClient I AppendixG-lntegrity Pact AppendixH-Minutes of Pre-ProposalMeeting along with addendurn

V ALTERI\ATE TITLB PAGE IN CASE OF JV I ALTERNATE FORM OF CONTRACT IN CASE OF JV I I I I t t t I I I I I I I t Feasibility(Technical * Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) -103- t on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality I

I SayNo to Corruption Copyof ModelAgreement I FORM OF CONTRACT perform as Sole [Notes: I. Use this Form of Contract when the Consultants Services t Consultants. 2. In casethe Consultdntsperform Servicesas a Memberof thejoint venture,use the I Form includedat the end. 3. All notesshould be deletedin thefinal text.J

I This CONTRACT (hereinaftercalled the "Contract")is madeon the - day of - month)of - (year), between,on the one hand (Hereinaftercalled the "Client"which expressionshall include the successors,legalrepresentatives t and permitted assigns) and, on the other hand, (hereinafter Presentativesand t permittedassigns). T WHEREAS (a) the Clienthas requested the Consultantsto providecertain consulting services as definedin the General Conditionsof Contract attachedto this Contract (hereinaftercalled the t "Services");and (b) the Consultants,having represented to the Client that they havethe requiredprofessional I skills, and personneland technicalresources, have agreed to providethe Serviceson the termsand conditions set forth in this Contract; I NOW THEREFOREthe Partieshereby agree as follows: l. The following documentsattached hereto shall be deemedto form an integralpart of this I Contiact: (a) the GeneralConditions of Contract; (b) the SpecialConditions of Contract; I (c) thefollowing Appendices:

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

I AppendixA: Descriptionof the Services AppendixB: ReportingRequirements AppendixC: Key Personneland Sub consultants I AppendixD: Breakdownof ContractPrice in ForeignCurrency AppendixE: Breakdownof ContractPrice in LocalCurrency AppendixF: Services& Facilitiesto be Providedby theClient t AppendixG: IntegrityPact (for Servicesabove Rs.l0 million) I F"^blllry (1'echnical+ Contr*i.iul) Studyand Detailed Design of Lyari ElevatedFreight Corridor (Approx' 20 KM) -104- I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality I

T SayNo to Corruption CoPYof Model Agreement 2. The mutualrights and obligationsof the Client andthe Consultantsshall be as setforth in I the Contract,in particular: (a) the Consultantsshall carry outthe Servicesin accordancewith the provisionsof the I Contract;and (b) the Clientshall make payments to the Consultantsin accordancewith the provisions I of the Contract. IN WITNESS WHEREOF,the Partieshereto have causedthis Contractto be signedin their respectivenames in two identicalcounterparts, each of which shallbe deemedas the original,as of t the day,month and year first abovewriffen. I Forand on behalfof

I Witness (cl-rENT) I Signatures Signatures Name Name I Title Title I (Seal) t For and on behalfof

I Witness (coNSULTANTS) I Signatures Signatures Name Name

I Title Title I (Seal) I T I Feastblltt),(Technical + Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) .F-^-^f^- -105- I on--- Buildn--:rr - Operaten-^-^r^ - Transfer(BoT)/D^'F\ basis1..66;d under,.-'16. PublicD,,hli^ Privatef)rirrafp PartnershipParfnefclrin (PPP)/PPPI ModalityModnlifv I

Agreement t SayNo to Cot'ruption Copyof Model I II. GENERAL CONDITIONS OF CONTRACT 1. GENERAL PROVISIONS

I 1.t Definitions

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

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

I (b) "Contract" meansthe Contract signed by the Parties,to which these General Conditionsof Contract(GC) are attached,together with all the documentslisted in I ClauseI of suchsigned Contract; (c) "ContractPrice" means the priceto be paid for the performanceof the Services,in I accordancewith Clause6; (d) "EffectiveDate" meansthe dateon which this Contractcomes into forceand effect I pursuantto Sub-Clause2.1; (e) "GC" meansthese General Conditions of Contract; I (0 "Government"means the Governmentof the Islamic Republicof Pakistanand/or ProvincialGovernment(s); of (g) "ForeignCurrency" means currency other than the currencyof IslamicRepublic I Pakistan.; I (h) "LocalCurrency" means the currencyof the IslamicRepublic of Pakistan; (r) ',Member"in casethe Consultantsconsist of a joint ventureof morethan one entity, T meansany of the entities,and "Members" means all of theseentities; 0) ,'party"means the Clientor the Consultants,as the casemay be,and "Parties" means T bothof them; (k) ',personnel"means persons hired by the Consultantsor by any Sub consultantas I employeesand assigned to the performanceof the Servicesor any partthereof;

(l) ,,SC,,means the Special Conditions of Contract by which the GC are amended or I supplemented; this (m) "Services"means the work to be performedby the Consultants nt to t Contract,as described in AppendixA; I Feanbtltq,(fech"tcul + Cott.tcial) Studyand Detailed Design of Lyari ElevatedFr CCoiiidor t on Build I Op.rut. - Transt-er(BoT) basisunder Public Private Partnership (PPP) Mod I t SayNo to Corruption Copyof ModelAgreement (n) "Sub consultant"means any entityto which the Consultantssubcontract any part of I the Servicesin accordancewith the provisionsof Sub-Clause3.6; (o) "Third Party"means any personor entity otherthan the Client,the Consultantsor a t Subconsultant; and (p) "Project" meansthe work specified in SC for which engineeringconsultancy I servicesare desired. 1.2 Law Governingthe Contract

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

I 1.3 Language

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

I 1.4 Notices

Any notice,request, or consentmade pursuant to this Contractshall be in writing and shall I be deemedto havebeen made when delivered in personto an AuthorizedRepresentative of the Partytci whom the communicationis addressed,or when sentby registeredmail, telex, or facsimileto suchPafi at the addressof the AuthorizedRepresentatives specified under I Sub-ClauseSC 1.6. A Party may changeits addressfor noticehereunder by giving the otherParfy notice ofsuch change. I 1.5 Location The Servicesshall be performedat such locationsas are specifiedin AppendixA and, where the locationof a particulartask is not so specified,at such locationsas mutually I agreedby the Parties. J 1.6 Authorized Representatives Any actionrequired or permittedto be taken,and any documentrequired or permittedto be executed,under this Contractby the Client or the Consultantsshall be takenor executedby I the AuthorizedRepresentatives specified in the SC. t 71 Taxesand Duties Unlessspecified in the SC,the Consultants,Sub consultants, and their Personnelshall pay such taxes, duties, fees, and other impositions as may be levied under the Applicaplg Law, the amountof which is deemedto havebeen included in the ContractPrice' I ( f\ V-lt,.L I 1.8 Leader of Joint Venture I shallbe jointly andseverally bound to theClient for fulfillmentof theterms of theContract Feasibility(Technical + Commercial)Study and Detailed Design of Lyari Elevated 20 KM) I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) N -r07- I t SayNo to Corruption CopYof ModelAgreement and designatethe l\4embernamed in the SC to act as leaderof the Joint Venture,for the T purposeof receiving instructionsfrom the Client. I 2coMMlN;H".ffil-1?H,t"#3il#fll5JcArloN' 2.1 Effectivenessof Contract

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

I 2.4 Expirationof Contract

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

I Modificationof the termsand conditions of this Contract,including any modificationof the scopeof the Servicesorof the ContractPrice, may only be madein writing,tuj be I signedby boththe Parties. 2.6 Extensionof Time for Completion I Ifthe scopeor durationofthe Servicesis increased: I (a) the Consultantsshall inform the Clientof the circumstancesand probable (b) the increaseshall be resardedas Additional Services; and I Feasibility(Technicai + Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) -108- I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality I t SayNo to Corruption Copyof ModelAgreement I (c) the Clientshall extend the time for Completionof the Servicesaccordingly. 2.7 ForceMajeure I 2.7.1 Definition (a) For the purposesof this Contract,"Force Majeure" means an eventwhich is beyond the reasonablecontrol of a Party and which makesa Party'sperformance of its I obligationsunder the Contractimpossible or so impracticalas to be considered impossibleunder the circumstances,and includes,but is not limited to, war, riots, civil disorder,earthquake, fire, explosion,storm, flood or other adverseweather I conditions,strikes, lockouts or other industrialactions (except where suchstrikes, lockoutsor otherindustrial actions are within the powerof the Partyinvoking Force I Majeureto prevent),confiscation or any otheraction by governmentagencies. (b) ForceMajeure shall not include(i) any eventwhich is causedby the negligenceor intentionalaction of a Partyor suchParty's Sub consultants or agentsor employees, I nor (ii) any eventwhich a diligent Party could reasonablyhave beenexpected to both (A) take into accountat the time of the conclusionof this Contractand (B) I avoidor overcomein the carryingout of its obligationshereunder. (c) Force Majeure shall not include insufficiencyof funds or to make any I paymentrequired hereunder. 2.7.2 No Breachof Contract

The failure of a Party to fulfill any of its obligationsunder the Contractshall not be I consideredto be a breachof, or defaultunder this Contractinsofar as suchinability arises from an eventof ForceMajeure, provided that the Partyaffected by suchan event;(a) has takenall reasonableprecautions, due careand reasonablealternative measures in orderto I carry out the terms and conditionsof this Contract;and (b) has informedthe otherParty in writing not laterthan fifteen (15) daysfollowing the occurrenceof suchan event.

I 2.7.3 Extensionof Time

Any periodwithin which a Party shall,pursuant to this Contract,complete any actionor t task,shall be extendedfor a periodequal to the time duringwhich suchParty was unable to performsuch action as a resultof ForceMajeure. t 2.7.4 Payments

During the periodof their inabilityto performthe Servicesas a resultof an eventof Force t Majeure,the Consultantsshall be entitledto continueto be paid underthe tetms of this Contract,as well as to be reimbursedfor additionalcosts reasonablyand necessarily incurredby them duringsuch period for the purposeof the Servicesand in react$ile the ' ' -\ I Servicesafter the end ofsuch period. ( / J I 2.8 Suspensionof Paymentsby the Client The Clientmay, by written I the Consultantshereunder if the Consultantsfail to performany of their obligationsunder Feasibility(Technical + Commercial)Study and Detailed Design of Lyari ElevatedF 20 KM) I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) -109- I I

I SayNo to Corruption Copyof ModelAgreernent this Contract,including the carrying out of the Services,provided that such notice of I suspension(i) shallspeciry the natureof the failure,and (ii) shallrequest the Consultantsto rernedysuch failure within a period not exceedingthirty (30) days after receiptby the Consultantsof suchnotice of suspension.

I 2.9 Termination I 2.9.1 By the Client The Client may terminatethis Contract,by not lessthan thirfy (30) dayswritten noticeof terminationto the Consultants,to be given after the occurrenceof any of the events t specifiedin paragraphs(a) through(e) of this Sub-Clause2.9.1 and sixty (60)days'in the caseofthe eventreferred to in paragraph(f):

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

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

I (e) ii as the resultof Forcel\4ajeure, the Consultantsare unableto performa material portionof the Servicesfor a periodof not lessthan sixty (60) days;

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

(a) if the Clientfails to pay any moniesdue to the Consultantspursuant to this Contract I and not subjectto disputepursuant to Clause7 within forty-five (45) days after receivingwritten notice from the Consultantsthat such payment is overdue; I if the Client is in materialbreach of its obligationspursuant to this Contractand has not remediedthe samewithin forty-five (45) days (or such longer period as the Consultantsmay havesubsequently approved in writing) followingthe receiptby the I Clientof theConsultants'notice speci$ing such breach; I Feasibility(Technical * Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality T

I SayNo to Corruption Copyof ModelAgreement (c) if, as a resultof ForceMajeure, the Consultantsare unableto performa material I portionof the Servicesfor a periodof not lessthan sixfy (60) days; (d) if the Client fails to complywith any final decisionreached as a resultof arbitration I proceedingspursuant to Clause7 hereof. 2.9.3 Cessationof Services

I Upon receiptof noticeof terminationunder Sub-Clause2.9.7, or giving of noticeof terminationunder Sub-Clause2.9.2, the Consultantsshall take all necessarysteps to bring the Servicesto a close in a promptand orderlymanner and shall makeevery reasonable I effort to keep expendituresfor this purposeto a minimum. With respectto documents preparedby the Consultants,and equipmentand materialsfurnished by the Client, the I Consultantsshall proceed as provided, respectively, by Sub-Clauses3.8 or 3.9. 2.9.4 Paymentupon Termination t Upon terminationof this Contractpursuant to Sub-Clauses2.9.1 or 2.9.2,the Clientshall makethe followingpayments to the Consultants: I (a) Remunerationand reimbursabledirect costsexpenditure pursuant to Clause6 for Servicessatisfactorily performed prior to the effectivedate of termination.Effective date of terminationfor purposesof this Sub-Clausemeans the date when the I prescribednotice period would expire; (b) exceptin the caseof terminationpursuant to paragraphs(a) through(d) of Sub- I . Clause2.9.1, reimbursement of any reasonablecost incidentalto the promptand orderly terminationof the Contract,including the cost of the returntravel of the Personnel,according to ConsultantsTraveling Allowance Rules.

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

I 2.9.5 Disputesabout Events of Termination

If either Party disputeswhether an eventspecified in paragraphs(a) through(e) of Sub- I Clause2.9.1 or in paragraph(a) through(d) of Sub-Clause2.9.2hereof has occured, such Partymay, within forty-five (45) daysafter receiptof noticeof terminationfrom the other Party,refer the matterto arbitrationpursuant to Clause7 hereof,and this Contractshall not T be terminatedon accountof suchevent except in accordancewith the termsof arbitralaward.

I 3. OBLIGATIONS OF THE CONSULTANTS I 3.t General 'r*,,M The Consultantsshall perform the Servicesand carry out their obligationswh- diligence,efficiency, and economy,in accordancewith generallyaccepted professional I techniquesand practices,and shall observesound managementpractices, and employ appropriateadvanced technology and safemethods. The Consultantsshall alwaysact, in I respectof any matterrelating to this Contractor to the Services,as faithful advisersto the Feasibility(Technical + Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) I on Build - Operate-'lransfer (BoT) basisunder Public Private Partnership (PPP) Modality -l I l- I

I SayNo to Corruption Copy of Model Agreement Client, and shall at all times supportand safeguardthe Client'slegitimate interests in any I dealingsrvith Sr"rbconsultants or third parties. 3.2 ConsultantsNot to Benefit from Commissions,Discounts' etc.

I The remunerationof the Consultantspursuant to Clause6 shallconstitute the Consultants' soleremuneration in connectionwith this Contractor the Services,and the Consultantsshall not acceptfor their own benefit any trade commission,discount, or similar paymentin I connectionwith activitiespursuant to this Contractor to the Servicesor in the dischargeof their obligationsunder the Contract,and the Consultantsshall use their bestefforts to ensure that the Personnel,any Sub consultants,and agentsof eitherof them similarlyshall not I receiveany such additional remuneration. I 3.3 Confidentiality The Consultants,their Subconsultants, and the Personnelof eitherof them shallnot, either during the term or after the expiration of this Contract,disclose any proprietaryor T confidentialinformation relating to the Project,the Services,this Contract,or the Client's businessor operationswithout the prior writtenconsent of the Client.

I 3.4 ProfessionalLiability

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

The liability of the Consultantsexpires after one (1) year from the stipulateddate of I completionof constructionor afterthree (3) yearsfrom the dateof final completionof the designwhichever is earlier.

I The Consultantsmay, to protectthemselves, insure themselves against their liabilitiesbut this is not obligatory.The extentof the insuranceshall be up to the limit specifiedin second para above.The Consultantsshall procurethe necessarycover beforecommencing the I Servicesand the costof procuringsuch cover shall be borneby the Consultantsup to a limit of one percentof the total remunerationof the Consultantsfor the designphase for every I yearofkeeping such cover effective. The Consultantsshall, at the requestof the Client, indemnifuthe Client againstany or all risksarising out of the furnishingof professionalservices by the Consultantsto the Client, I not coveredby the provisionscontained in the first paraabove and exceeding the limits set forth in secondpara above provided the actualcost of procuringsuch indemnity as well as costsexceeding the limits setforth in fourthpara above shall be borneby the Clientr I t, I -rj:R-(/.,,') I (Technical+ Commercial)Study and Detailed Design of Lyari ElevatedFre CoYriilor(Approx,p KV) Feasibility -rtz- I on Build - Operate- Transfer(BoT) basisunder Publio Private Partnership (PPP) Modalit i' " ''o/ I I

I SayNo to Corruption Copy of Model Agreement I 3.5 Other Insuranceto be taken out by the Consultants The Consultants(a) shalltake out andrnaintain, and shall cause any Subconsultants to take out andmaintain, at their (or the Subconsultants', as the casemay be) own costbut on terms andconditions approved by the Client,insurance against the risks,and for the coverage,as I are specifiedin ihe SC; and (b) at the Client'srequest, shall provide evidence to the Client showing that such insurancehas been taken out and maintainedand that the current I premiumshave been paid. 3.6 Consultants'Actions Requiring Client's Prior Approval

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

I (a) Appointingsuch Personnel as are listed in Appendix-Cmerely by title but not by name; t (b) enteringinto a subcontractfor the performanceof any part of the Services,it being understood(i) that the selectionof Subconsultants and the termsand conditionsof the subcontractshall have been approvedin writing by the Client prior to the I executionof the subcontract,and (ii) that the Consultantsshall remainfully liable for the performanceof the Servicesby the Sub consultantsand its Personnel I pursuantto this contract; (c) any otheraction that may be specifiedin the SC. I 3.7 Reporting Obligations The Consultantsshall submit to the Clientthe reportsand documents specified in Appendix I B in the form, in the numbers,and within the periodsset forth in the saidAppendix. 3.8 l)ocumentsPrepared by the Consultantsto be the Properfy of the Client

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

I 3.9 Equipmentand MaterialsFurnished by the Client

Equipmentand materialsmade available to the Consultantsby the Client or I the ionsultantswith fundsprovided exclusively for this purposeby the Client,shall be the properfyof the Client and shallbe markedaccordingly. Upon terminationor expirationof ihis: Contract,the Consultantsshall make availableto the Client an inventoryof such I equipmentand materialsand shall disposeof suchequipment and materialsin accordance with the Client'sinstructions or afford salvagevalue of the same. While in possessionof I suchequipment and materials,the Consultants,unless otherwise instructed by the Client in f."rtUrt,ty + Commercial)Study ancl Detailed Design of Lyari ElevatedFreight Corridor (Approx' 20 KM) ttechnical -113- I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality I

I SayNo to Corruption Copyof ModelAgreement writing, shall insurethem at the expenseof the Client in an amountequal to their full I replacementvalue. 3.10 Accounting,Inspection and Auditing

I The Consultants(i) shallkeep accurate and systematicaccounts and recordsin respectof the Serviceshereunder, in accordancewith internationallyaccepted accounting principles and in suchform and detailas will clearlyidentify all relevanttime charges,and cost,and I the basis thereof, and (ii) shall permit the Client or its designatedrepresentatives periodically,and up to one year from the expirationor terminationof this Contract,to inspectthe sameand make copiesthereof as well as to have them auditedby auditors I appointedby theClient. I 4. CONSULTANTS' PERSONNELAIID SUBCONSUI,TANTS 4.1 Descriptionof Personnel

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

(b) If the Client,(i) finds that any of the Personnelhave committed serious misconduct t or havebeen charged with havingcommitted a criminalaction; or (ii) hasreasonable causeto be dissatisfiedwith the performanceof any of the Personnel,then the Consultantsshall, at the Client'swritten requestspecifying the groundstherefore, I provideas a replacementa personwith qualificationsand experienceacceptable to theClient. ' I (c) Exceptas the Client may otherwiseagree, the Consultantsshall; (i) bear all the additionaltravel and othercosts arising out of or incidentalto any removaland/or replacement;and (ii) bear any additionalremuneration, to be paid for any of the I Personnelprovided as a replacementto thatof the Personnelbeing replaced. I 5. OBLIGATIONS OF THE CLIENT 5.1 Assistance,Coordination and Approvals I 5.1.1 Assistance I The client shalluse its bestefforts to ensurethat the client shall: (a) provideat no costto the Consultants,Sub consultants and Personnel such documents I preparedby the Clientor otherconsulting engineers appointed by the Clientas shall e.*iUif ity (Technical* Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) -114- I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality I

I SayNo to Corruption Copyof ModelAgreement be necessaryto enablethe Consultants,Sub consultants or Personnelto performthe I Services.The documentsand the time within which suchdocuments shall be made available,are as specified in the SC;

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

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

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

I The Client warrantsthatthe Consultantsshall have, free of charge,unimpeded access to all landof which accessis requiredfor the performanceof the Services. t 5.3 Changesin the ApplicableLaw

If, afterthe dateof this Contract,there is any changein the ApplicableLaw which increases I or decreasesthe cost of the Servicesrendered by the Consultants,then the remunerations anddirect costs otherwise payable to the Consultantsunder this Contractshall be increased or decreasedaccordingly, and correspondingadjustment shall be made to the I referredto in Sub-Clause6.2 (a) or (b), asthe casemay be. t 5.4 Servicesand Facilities The Clientshall make available to theConsultants,Sub consultants and the l, for I the purposeof the Servicesand freeof any charge,the services,facilities and property Feasibility(Technical + Commercial)Study and Detailed Design of Lyari 20 KM) -i I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) l5- I t l SayNo to Corruption Copyof ModelAgreement describedin AppendixF at the times and in the mannerspecified in said AppendixF, I providedthat if such services,facilities and propertyshall not be made availableto the Consultantsas and whenso specified,the Partiesshall agree on; (i) any time extensionthat it may be appropriateto grantto the Consultantsfor the performanceof the Services;(ii) the mannerin which the Consultantsshall procure any suchservices, facilities and property t from othersources; and (iii) the additionalpayments,if any, to be madeto the Consultants asa resultthereof pursuant to Clause6 hereinafter.

I 5.5 Payments

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

I 6. PAYMENTS TO THE CONSULTANTS I 6.1 Lump SumRemuneration The Consultants'total remunerationshall not exceedthe ContractPrice and shallbe a fixed Iump sum includingall staff costs,incurred by the Consultantsin carryingout the Services I desiribedin AppendixA. Otherreimbursable direct costs expenditure, if any, is specifiedin the SC. Exceptas providedin Sub-Clause5.3, the ContractPrice may only be increased above the amountsstated in Sub-Clause6.2 if the Partieshave agreedto additional I paymentsin accordancewith Sub-Clauses2.5,2.6,5.4ot 6.6. l 6.2 ContractPrice (a) Foreigncurrency payment shall be madein the currencyor currenciesspecified as foreigncurrency or currenciesin the SC, and local currencypayment shall be made I in PakistaniRupees. (b) The SC shallspecif, the breakupof remunerationto be paid,respectively, in foreign I andin localcurrencies. 6.3 Termsand Conditionsof Payment

I Paymentwill be madeto the accountof the Consultantsand accordingto the payment schedulestated in the SC. Paymentsshall be madeafter the conditionslisted in the SC for suchpayments have been met, and the Consultantshave submitted an invoicetot$tfnt I specifyingthe amountdue. I 6.4 Periodof Payment ,(a) Advancepayment to the Consultantsshall be affectedwithin the period pecifiedin I the SC,after signing of the ContractAgreement between the Parties. (b) Any other amount due to the Consultantsshall be paid by the Client to the Consulrantswithin twenty-eight(28) daysin caseof localcurrency and fifty-six (56) I daysin caseof foreigncurrency after the Consultants'invoice has been delivered to theClient. I Feasibility(Technical + Commercial)Study and Detailed Design of Lyari E l (Approx.20 KM) I on Build - Operate* Transfer(BoT) basisunder Public Private Partnership ( I'h.{qfty I

T SayNo to Corruption Copy of Model Agreement I 6.5 DelayedPayments If the Client hasdelayed payments beyond the periodstated in paragraph(b) of Sub-Clause 6.4, financingcharges shall be paid to the Consultantsfor eachday of delay at the rate I specifiedin the SC. 6.6 Additional Services

I Additional Servicesmeans:

(a) Servicesas approved by the Client outsidethe Scopeof Servicesdescribed in t Appendix A;

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

I If the Client fails to makethe paymentof any of the Consultants'invoice (excluding the advancepayment), within fwenty-eight(28) days after the expiry of the time statedin paragraph(b) of Sub-Clause6.4, within which paymentis to be made,the Consultantsmay I aftergiving not lessthan fourteen (la) days'prior noticeto the Client,suspend the Services or reducethe rate of carrying ourtthe Services,unless and until the Consultantshave t receivedthe payment. This actionwill not prejudicethe Consultantsentitlement to financing I Clause6.5. 7. SETTLEMENTOF DISPUTES I 7.r AmicableSettlement The Partiesshall use their bestefforts to settleamicably all disputesanslng I connectionwith this Contractor its interpretation. T Feasibility(Technioal + Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality -tt7- I

SavNo to Corruption Copyof ModelAgreement

DisputeSettlement

Any disputebetween the Partiesas to mattersarising pursuant to this Contractwhich cannot be settledamicably within thirty (30) daysafter receiptby one Party of the other Party's t requestfor such amicablesettlement may be submittedby either Party for settlementin accordancewith the provisionsof the ArbitrationAct, 1940(Act No x of 1940)and of the Rulesmade there under and any statutorymodifications thereto. t Servicesunder the Contractshall, if reasonablypossible, continue during the arbitration proceedingsand no paymentdue to or by the Client shall be withheldon accountof such T proceedings. 8. INTEGRITY PACT

I 8.1 If the Consultantor any of his Subconsultants, agents or servantsis foundto haveviolated or involvedin violationof the IntegrityPact signed by the Consultantas Appendix-G to this I Formof Contract,then the Clientshallbe entitled to: (a) recoverfrom the Consultantan amountequivalent to ten times the sum of any commission,gratification, bribe, finder's fee or kickbackgiven by the Consultantor I any ofhis Subconsultant, agents or servants; I (b) terminatethe Contract;and (c) Recoverfrom the Consultantany loss or damageto the Client as a resultof such terminationor of any othercorrupt business practices of the Consultantor any of his t Subconsultant, agents or servants. On terminationof the Contractunder Sub-Para (b) of this Sub-Clause,the Consultantshall proceedin accordancewith Sub-Clause2.9.3.Payment upon such termination shall be made I underSub-Clause 2.9.4 (a) afterhaving deducted the amountsdue to theClient Sub- I Para(a) and (c) of thisSub-Clause.

I 'i'b/ lF(

l\ /, t \'"'+' :' I I I I Feasibility(Technical + Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx' 20 KM) I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality -1l8- I

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

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

I 1.2 Law Governingthe Contract

The Consultantspersonnel shall at all timesendeavor to observeand respect all larvs,rules, I regulationsand customs prevailing within the Islamic Republic of Pakistan. I 1.6 Authorized Representatives The AuthorizedRepresentatives are the following: T Forthe Client: I Telephone Facsimile T E-Mail Forthe Consultants:

I (N{ameof ProjectManager) (Project) I (Address)

Telephone I Facsimile E-Mails

T 1.7 Taxesand Duties

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

T [All notesshowld be deletedinfinal text. All blanlrsshould be filled in.J I 1.8 L,eaderof the Joint Venture The leaderof the JointVenture is...... '....(Name of the Memberof the Joint I Venture). Feasibility(Technical + Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) I on Buitd- Operate-'l'ransfer (BoT) basisunder Public Private Partnership (PPP) Modality -119- T

I SayNo to Conuption Copyo1' Model Agreement

I [Note: If the Consultantsdo not consistof more than one entity, the Sub-Clausel.Sshould be deleted.J I 2.1 Effectivenessof Contract The date on which this Contractshall come into eff'ectis the datewhen the Contractis I signedby boththe Parties. 2.2 Termination of Contract for Failure to BecomeEffective

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

I 2.3 Commencementof Services

The Consultantshall commencethe servicesimmediately after signing of the Contract I Agreementor suchother time asthe Partiesmay agreein writing. t 2.4 Expirationof Contract The periodof completionof Servicesshall be ------daysfrom the CommencementDate I of the Servicesor suchother period as the Partiesmay agreein writing. 2.7.4 Payments T Followingtext is addedat theend of the Para: "excludingoverheads and profits." l 3.4 ProfessionalLiability

Professionalindemnity bond for twice the remunerationin the joint nameof Client and I Consultantsshall be providedas per lastparagraph of GC 3.4. The Consultantsis to cover thiscost in its overheads.

I 3.5 Insuranceto be takenout by the Consultants t The risksand the coveragesshall be asfollows: (a) Third Partymotor vehicle liability insurancein respectof motorvehicles operated in Pakistanby the Consultantsor their Personnelor any Sub-consultantsor their I Personnel,with a minimumcoverage of Rs. 100,000/-. (b) Insuranceagainst loss of or damageto equipmentpurchased in wholeor in partwith I fundsprovided under the Contract. t 3.8 DocumentsPrepared by the Consultantsto be the Propertyof the Client The Client andthe Consultantsshall not usethese documents for purposesunrelated to this T Contractwithout the prior writtenapproval of the otherParty. Feasibility(Technical * Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) -120' I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality I I

I SayNo to Corruption Copy of Model Agreement t 5.1.1 Assistance (a) The Clientshall make available within ...... days from theCommencement Date, the documentsnamely......

I This list if warrantedshall be supplementedsubsequentiy'

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

I 5.1.2 Coordination t (a) The departments and agencles include t 5.1.3 Approvals

The Client shallaccord approval of the documentsimmediately but not laterthanfourteen I (14) daysfrom the dateof their submissionby the Consultants. I 6.1 Lump SumRemuneration fNote: In casethere are other expendituresin respectof which reimbursementis allowed in addition to the lump sum remuneration,details of such reimbursabledirect costs I expenditurewhich may include Sub consultants'costs, printing, communications, travel, accommodationetc., mcrybe indicatedherein. Each item shall be specified whether it is payable on the basis of (a) lump sum monthly rate; or (b) reimbursementof actual expenditures.l I The paymentof Mobilizationadvances up to 10% of fbasibilityand designcost remuneration,if approved,shall be madeagainst a valid Bank Guaranteefrom an I approvedschedule bank on an approvedformat. 6.2 ContractPrice

I (a) Theamount in foreigncurrency is...... Theamount in localcurrency is PakistaniRupees...... The breakupof foreignand local cun'encies shall be asunder: I !or For Planning and Designing,total foreign currency cornprising....(Name the currency/currencies)is ...... and total Pak Rs. is t 6.3 Termsand Conditionsof Payment A lump sumamount in localcurrencies against services referred under SC 6.2 shallbe paid T to the Consultantsfor the Servicesto be completedwithin the periodspeci Paymentsshall be madeaccording to the followingschedule: 4:;;,7^i

AS PER TOR I i:.1q. I

I SayNo to Corruption Copy of Model Agreement I 6.4 Periodof Payment (a) The time periodfor advancepayment shall be .....0 daysafter signing^of ContractAgreement by both the Parties.(Fill in the time period e.g. thirfy (30) I days). 6.5 DelayedPayments I Financingcharges are as under: (i) for foreigncurrency : ------percent(-%) perannum. I (ii) for localcurrency : ------percentL-W perannum. I 6.6 AdditionalServices The Consultantsshall be preparedat anytime duringthe projectto provideexpert technical adviceand skill to the Clientwho may askand need such assistance on any phaseor specific featureof the Project.The Consultantswill be separatelycompensated for all suchservices I not coveredin the originalServices. I g. Priority of Documents Following is to indicatepriority of documentsforming part of this Contractto resolvean I ambiguityor non-clarityin theprovision: '/ ContractAgreement; ,/ Minutesof ContractNegotiation Meeting; I '/ The SpecialConditions of Contract; ,/ The GeneralConditions of Contract; ./ Minutesof Pre-ProposalMeetingand Addenda; I '/ Scopeof Services/Terms of Reference; ,/ Otherdocuments including Integrity Pact and JV agreement(if any)' t 10. Royalties The Consultantsshall saveharmless and indemnifythe Client from and againstall claims I and proceedingson accountof or for infringementof any patentright, desigh,trademark or nur. o, otherprotected rights in respectto any patenteddesigns, features or equipmentthey t may usefor carryingout the Services,and shall pay all royaltiesetc. thereto. ll. Penalty

If the Consultantsfails to complywith the time to completionas given in the Contract,the I Clientwill imposea penaltyat the rateof 0.05%of the fee for incompleteportion of work I asper Appendix-E for eachday of delay up to a maximum of l0o/oof the same I I (Technical* commercial)study andDetailed Design of Lyari Elev'r Feasibility 't t on Builcl- operate-'l'ransfer (BoT) basisunder Public Private Partnership (r . I t SayNo to Corruption Copyof ModelAgreement t I I t I I I T I IV APPENDICES I I t I I I I I f.*iUittty (Technicalf Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) -123' I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality I

I SayNo to Corruption Copyof ModelAgreement I AppendixA Descriptionof the Services I fGive detaileddescriptions of the Servicesto be provided,dates for completionof varioustasks, I placeof performancefor differenttasks, specific tasks to be approvedby Client,etc.] I I t I I I I I t I I I I I Feasibility(Technioal + Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx' 20 KI\'{) -124' t on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality I

T S4yNo to Colruption Copy of Model Agreement I AppendixB ReportingRequirements t Pursuantto Sub-ClauseGC-3.7, the Consultants shall submit the following reports:

of submissionand [List format,frequency, and contentsof reports;persons to receivethern; dates T ihe numberof cbpiesof each submittal;etc. If no reportsare to be submitted,state here "Not I applicable".] I t I I I I I I I I I I I f.uriUitity (Technical+ Commercial)Study anrl Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) '125- t on- Buildn :f r - Operaten -^^--^.^ - TransferT-^-^f^- (BoT)/D^T\ basisL^^:- under,,-A^. PublicD,'kli^ PrivateDrirrafa PartnershipPadnerchin (PPP)/PPP\ ModalityMndnlitv I

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

I c-2 List of approvedSub consultants (if alreadyavailable); same information I with respectto theirPersonnel as in C-1.] I I I I I t I I I I I I I Feasibility(Technical + Commercial)Study and Detailed Design of Lyari ElevatedFleight Corridor (Approx. 20 KM) I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality '126- I

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

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

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

I Note:

Thi,s appendix witl exclusively be used for deterntining remuneration for Additional Services I o""ordir", with Sub-CtauseGC 6.6.1 I I t I I t I I I I I F.*tbllity (iechnical + Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) -127' I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPI') Modality t t SayNo to Corruption Copyof ModelAgreement I Appendix E Breakdown of Contract Price in Local Currency

I [List herethe elementsof costused to arriveat the breakdownof the ContractPrice-localcurrency portion: I 1. Remunerationfor variousitems on the basisof ratesas mutually agreed. I 2. Otherreimbursable direct costs expenditure related to: (a) Supportstaff, andwork chargedstaff; I (b) Office expendituresrelated to: (i) rentals; I (ii) furnishingand equipment; (iii) operationand maintenanceof office,office equipmentand furniture,office I supplies. (c) Transportincluding running and maintenance, and other associated costs; t (d) Travelingetc. (e) Othercosts I 3. Total,remuneration and reimbursable direct costs expenditure: (l + 2). Note:

I I. Each item of reimbursabledirect costsexpenditure shall be specifiedwhether it is payable on the basisof (a) lump sum monthly rate; or (b) reimbursementof actual I expenditures. 2. This appendixwill exclusivelybe usedfor determiningremuneration for Additional I Servicesin accordancewith Sub-ClauseGC 6.6,1 I t I I t e.*iUif ity (Technical+ Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) '128' I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality SayNo to Corruption Copyof Model Agreement

A.ppendixF

Services and Facilities to be provided by the Client

As Per TOR

e.*iUitity (Technical* Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) -129- on Build - Operate-'fransfer (BoT) basisunder Public Private Partnership (PPP) Modality I t SayNo to Corruption Copyof ModelAgreement AppendixG I (INTEGRITY PACT) Declarationof Fees,Commission and Brokerageetc. Payableby the Suppliersof Goods,Services & Works in T ContractsWorth Rs.10.00Million or More ContractNo. Dated: ContractValue:

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

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

Notwithstandingany rights and remediesexercised by GOP in this regard, [name of I Supplier]agrees to indemnifyGOP for any lossor damageincurred by it on accountof its corruptbusiness practices and further pay compensationto GOP in an amountequivalent to ten time the sum of any commission,gratification, bribe, finder's fee or kickbackgiven by I [nameof Supplier]as aforesaid for the purposeof obtainingor inducingthe procurbmentof any contract,right, interest,privilege or otherobligation or benefitin whatsoeverform from I GOP.

Name of Buyer: National Highway Authority Nameof Seller/Supplier:,... I Signature:..r...... ISeal] ISeal] I r; I Feasibility(Technical + Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) -130- I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality SavNo to Corruotion Copyof ModelAgreement

CONTRACT FOR BNGINEERING CONSULTANCY SERVICES

Between

NAME OF THE CLIENT)

And

(NAME OF THE JOINT VENTURE OF THE CONSULTANTS)

For

(BRIEF SCOPBOF SERVICES)

OF (NAME OF PRO.IECT)

Month and Year

(NAME OF THE JOINT VENTURE OF THE CONSULTANTS) (Nameof IndividualConsultants) (Nameof IndividualConsultants)

Feasibility(Technical f Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx' 20 KM) -131- on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality I

I SayNo to Corruption Copyof ModelAgreement

I FORM OF CONTRACT Venture. [Note; Usethis Form of Contractwhen the Consultantsperform Servicesas a Joint

I This CONTRACT(hereinafter called the "Contract")is madeon the day of - (month) I of (year), behveen, on the one hand, (hereinaftercalled the "Client" which expressionshall includethe successors,legal representatives and permittedassigns) and, on the otherhand, a joint ventureconsisting of the following entities, I eachof whichwill bejointly andseverally liable to the Clientfor all the Consultants'obligations I underthis Contract, namely: t

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

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

I (a) the GeneralConditions of Contract; (b) the SpecialConditionsof Contract; I (c) thefollowing Appendices: should be inserted [Note; If any of these Appendices are not used, the words "Not Llsed" below next to the title of the Appendix and on the sheet attached hereto carrying the I title of that Appendix.J

fr AppendixA: Descriptionof Services f :, t AppendixB: ReportingRequirements t t.1 AppendixC: Key Personneland Sub-consultants \a AppendixD: Breakdownof ContractPrice in ForeignCurrency I AppendixE: Breakdownof ContractPrice in Local Currency Appendix F: Services& Facilitiesto be Providedby the Client and Counterpart I Personnelto be MadeAvailable to the consultantsby the client. ity (Technical+ Commercial)Study and Detailed Design of Lyari ElevatedFreight Corridor (Approx. 20 KM) lr^iUif -132- t on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality I

I SayNo to Corruption Copy of Model Agreement I AppendixG:lntegrity Pact (for Servicesabove Rs. l0 Million) 2. The mutualrights and obligationsof the Client andthe Consultantsshall be as setforth in the Contract,in particular: t (a) The Consultantsshall carry out the Servicesin accordancewith the provisionsof the Contract;and (b) The Clientshall make payments to the Consultantsin accordancewith the provisions I of the Contract.

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

I For and on behalfof

I CLIENT'SNAME Witness l Signature Signature Name Name Title Title I (Seal) Forand on behalfof

I NAME OF THE JOINT VENTURE OF THE CONSULTANTS I I Nameof MemberNo. I Witness t Signature Signature Name Name Title Title I (Seal) I Nameof MemberNo. 2 Witness I Signature Signature Name Name Title Title I (Seal) I F."ribiilat (Technical* Commercial)Study and Detailed Design of l,yari ElevatedFreight Corridor (Approx' 20 KM) -133- I on Bgild - Operate- Transt'er(BoT) basisunder Public Private Partnership (PPP) Modality t

I SayNo to Corruption Copyof ModelAgreement I I Nameof MemberNo. 3 Witness

Signature Signature I Name Name Title Title I (Seal) I I I I I I I T I I I I I Feasibility(Technical + Commercial)Study and DetailedDesign of Lyari ElevatedFreight Corridor (Approx. 20 KM) -134- I on Build - Operate- Transfer(BoT) basisunder Public Private Partnership (PPP) Modality IIIIIIIIIIIIITIII-III

....a.--' 'l;

F F 9 ;;;H g EgF z t TE5 BE tg $sF -F9 sHi ' 1 fii EIE aa8r: i;i i$ i: rE t' ii I I

eltler'f tlrcrFo t I plqurr|llr- -- -'' - YHll---etiFgqrirui /tvreDlftrl a tmqttl.tcqgntl ,arzEt a nrFu/loU nut tqnncvf..rqnlF An'|la nv I (etuEowl-g5! a t rcryePuoa/t6hvil ry a' q$Srd/;frNilnnirlOn wtr rffiltl Psmow 'lr@ I I I lr66td tqil6tro_lqlstrn! I ,. *nq-94gig*f:ffi"m,g#npdltltlol;p'l s oql sltl 'ry ffi tr* I I Pat;r',rytd1ry9 I ffiffiw,-tfrwtuhuW I ' 1'''ul'vttl 1T a{P 4 q@lrilL I I , 'UtN rreuprntwPw@ ;e q w- pu rcpffil "I nhso.ffiw,ffi,r Jtt e4.r' t!trE- vfruw ,l -ifrbitisry,Fry- W*ffi^ffifr|&AE;'n 'Ji th''rn 0 dNfr I -rjllrllniuto r4 pnal, tpn 4 pn'fiirrartllrluorrl1g95ggl1!, # '@rrySlzlE'/vlpl i.,. i"frtry-.rgt ' 's. a wawlrsw qtll-wlggu .\ lt an 14 .ryta tpo4rn ,! ,n ww q tJtE tfrflr W rV, iu ryvrylnro,ryrlqllqpr,nol,rw'la ll firdryqllurrittBEllnW, @qnl,W tWtin0aW_:11q: 'ts,ffl'/[]r''tr @, W ll w a' pplrypn 1- EFru*ffi t +nr',ffipml,wwtEtotl Iran 'ff I [email protected]'l- .r , ll rIlcFsnflut r|os .ql 96 |ffiffi.*-tuo$lt_ ilrnoiln |o '4rcnD tqrqnt gs r&ffi l'1 lI

nctw *w A '-lll ,. -, ^,-,----,i.'.rlraorrorrbrr.rfiullut Y : i&:"stfiffiffiffi '.an''[ lt tfnolqrBtO0'Btcmr9n|rqgda8l0Gl . m ffi {ccnn8 .:. ll tr T -IITTI'IIII'I-T-I-II