I I NATIONAL HIGHWAY AUTHORITY I {Procurement and Contract Adrninistration Sectionf 28-Mauve Area, G-911, (Pakistanf I Tel: O5 L-9O32727 Fax: OSL-926O4L9 I Niln t t I DOCUMENTS FOR SUBMISSION TO PPRA

I F'OR I I Consuitancy Services for F'easibility Study and - I Freliminary Design of, ff{otorway Section-I: Peshawar-Torkharn (5O I Km), Section-Il: Torkharn- (76 K*), I Section-Ill: Jalatrabad-Kabult 155 Kml I I t t July, 20L7 I I I I I ATTACHMENT. I (Seerequlation 2l

CONTRACTAWARD PROFORMA . I To Be FilledAnd Uploaded on PPRAWebsite in Respectof All PublicContracts of Works. I Services& GoodsWorth Fifitv Million or more > NAMEOF THE ORGANIZATION/DEPfi. National Highway Authority I FEDEMUPROVINCIALGOW. FederalGovt (AtonomousBody)

TITLEOF CONTMCT ConsultancyServices for FeasibilityStudy and Preliminary Design of Peshawar- Kabul MotorwaySection-l: Peshawar- I Torkham (50 Km), Section-ll: Torkham-Jalalabad(76 Km), Section-lll:Jalalabad-Kabul (1 55 Km) I TENDERNUMBER 6(345-B) BRIEFDESCRIPTION OF THE CONTRACT Existingcarriageway has been constructedby . Currently,additional carriageway isbeing constructed. The conversionof existingroute into motorwayshall be t carriedout as decidedby AfghanistanGovernment. The alignmentof this sectionshall pass through Darvazehgeh, fvlemia,Kokkhet, Klranjar, hesarak and Kanri Khel. The existingroad links throughborders also need to be up- I graded,especially being damagedby the NATO supply transittraffic. Keeping in viewthe growingdemand of trade betweenthe two countries,the Governmentof hasrequested Government of Pakistanto developPeshawar I - Kabulmotorway. The available alignments are: Peshawar-TorkhamSection (50 Km) Torkham-JalalabadSection (76 Km) I Jalalabad-KabulSection (155 Km) TENDERVALUE Pak.Rs. 82,650,000^

Not Applicableas the projectcomprises of Engineering ESTIMATE(for civil works only) I ENGINEiR's Services

ESTIMATEDCOMPLETION PERIOD 180days/ (06 months) I WHETHERTHE PROCUREMENTWAS INCLUDEDIN ANNUALPROCUREMENT PLAN? Yes x No

I ADVERTISEMENT (i) PPRA Website (FederalAgencies) Yes { No x

(ii) News Papers Yesl{ No x I "The "Express" 2noJanuary,2016 (lf yes, give irarnesof newspapersand date) 2 Dailies News"and dated

TechnicalBids cpenedon 7'nMarch, 2016 at 1200hrs > TENDEROPEN:D ON (Date and Time) I FinancialBids opened on 31" August,2016 at 1130 hrs. NATUREOF PURCHASE Procurementof Services I EXTENSIONlN DUEDATE (if any) NUMBEROF TENDER DOCUMENTS SOLD The Requestfor Proposalwas availableon NHA and PPRA (Attachlist of Buyers) websitesfor downloadingby prospectivebidders I WHETHEROUALIFICATION CRITERIA WAS INCLUDED IN Yesl{ No x BIDDING/TENDERDOCUMENTS (lf yesenclose a copy) (Copyof Qualificationcriteria attached) I WHETHERBID EVALUATION CRITERIAWAS INCLUDED IN Yesl{ No X BIDDING/TENDERDOCUMENTS (if yesenclose a copy) (Copyof EvaluationCriteria is attached) I I Page1 of 2 t

PUBLICPROCUR ITY(PPRA CONTRACTAWARD PROFORMA . I To Be FilledAnd Uploaded on PPRAWebsite in Respectof All PublicContracts of Works, ices& GoodsWorth Fi > WHICHMETHOD OF PROCUREMENT WAS USED:- a) SINGLESTAGE - ONEENVELOPE PROCEDURE b) SINGLESTAGE . TWOENVELOPE PROCEDURE c)TWO STAGE BIDDING PROCEDURE d) TWOSTAGE - TWOENVELOPE BIDDING PROCEDURE - Pleasesoecifu if anvother method of orocurementwas adopted with brief reasons(i.e. Emerqencv. Direct Conhactinq. Neootiated Tenerino, etc. - WHOIS THE APPROVING AUTHORITY > WHETHERAPPROVAL OF COMPETENTAUTHORITY WASOBTAINED FOR USING A METHODOTHER THAN OPENCOMPETITIVE BIDDING > I.IUfuiBEROF BIDS RECEIVED > WHETHERTHE SUCCESSFUL BIDDER WAS Yes v No x LOWESTBIDDER > WHETHERINTEGRITY PACT WAS SIGNED Yes ./ No x I I I I I t I t I I I Page2 of 2 I

I HMENT- (Seerequlation I 2) I CONTRACTAWARD PROFORMA . II l No.OF BIDDERS PRESENT AT THET|ME OF OPENtNc OF B|DS Three(03)

NAME& ADDRESSOF SUCCESSFUL BIDDER I M/s Associated Consultancy Center (Pvt.) Ltd. (Lead firm) in JV with M/s SAMBO ConsultingCo., Ltd., M/s AssociatedConsulting Engineers - ACE I (Pvt.)Ltd. and M/s Assign Engineering ConsultIntl. Address: ACC Head Office Plaza 1-B St.57, Sector G-9/4, KhawajaMarket, l lslamabad,Pakistan

RANKINGOF SUCCESSFUL BIDDER IN EVALUATIONREPORT I (1.e.1st,2nd,3rd EVALUATED BtD) 1" RankedBidder

NEEDANALYSIS(Whytheprocurementwasnecessary?)To hire a competentconsulting flrm for Feasibility I Studyand PreliminaryDesign of peshawar- Kabul Motorway Section-l: Peshawar-Torkham(50 Km), Section-ll:Torkham-Jalalabad (76 Km), Section-lll: t Jalalabad-Kabul(155 Km) IN CASEEXTENSION WAS MADEIN RESPONSETIME. WHAT Requestedby prospectiveBidders t WEREREASONS (Briefly describe) WHETHERNAMES OF THE BIDDERS AND THEIR PRICES WERE Yes No x READOUT AT THE TIME OF OPENING OF BIDS I t DATEOF CONTRACT (Attach SIGNtNG a copyof agreement) 13thMarch 2017 I (Copyattached)

I CONTRACTAWARDPRICE Rs.103,410,539/-

WHETHERCOPY OF EVALUATIONREPORT GIVEN TO ALL Yes l x l tto I BIDDERS(Attach a copyof bid evaluationreport) (Copyattached) t ANYCOMPLAINTS RECETVED (lfYes, result thereof) Yes x No ANYDEVIATION FROM SPECIFICATIONS GIVEN IN THE TENDER Yes l x l tto I NOTICE/DOCUMENTS (lf yes give detaits) I Yes X No I I Nil I l I I Na*ioxlalX{ighway Arnthority I t $Ufli*, I I r.--.f ,.'.l l ', " I l' i-r i', ;,li:.")' .r i{'i't,*.'*t,\ I $RXIQUEST'FOR PROI)$SAL I trafi

I CCInsuntrtaxleyServices fo* F easibilify Study & I Fx"'.:;$ffia im ax'y X) esigrs of Pes*a asvatr-Kab u I Motorway t Seetiom-I:Feshawar-Torkham 50 Krn I Sectioxa:Il:Torkham-Jatralaba d 76 Km I Section-ItrI:Jalalabad-Kabul 155 Km I

I 't'*;i t Januar"y,2015 I I Table of Contents I I DESCRIPTIoN ,...... PAGENo. I LETTER OF TNVTTATTON(LOI) ...... 2

DATA SHEET...... 9 I ...19 I FINANCIAL PROPOSALFORMS...... 31 t APPEI\DIXiA TERMSOF REFERENCE...... 40 I APPENDIXC...... s4 CLTENT'SREQIITREMENTS FROM THE CONSULTANTS .....54 I APPEI.{DIXD...... " ...... 55

PERSONNEL,EQUIPITENT, FACILITIES AND OTHERSSERVTCES TO BE I PROVIDEDBY THE CLIENT...... ,...... 55 coPY oF I\IODELAGREEMENT...... 56 t I t I I I I t orkham50 I I I I

I APPENDIXO)

GOYERNMENT OF PAKISTAN I NATIONAL HIGHWAY AUTHORITY 28-MauveArea, G-911, PostBox No. 1205, ISLAMABAD I Datedthe Ref No.

T LETTER OF INVTTATION (LOI)

To, t All ProspectiveConsultants I Gentlemen! We extendwarm wetcometo you andinvite you for participatingin this project. We hopethat you will live up to your reputationand provide us accurateinformation so that the l evaluaiionis canie{ out 'Just and transparent".Please understand that the contentsof this RFP' whereapplicable, shall be deemedpart of the contractagreement. An exampleto this affectcan be the conientsof your work plan and methodologywhich you shallbe submittingin your technical I proposal.Since that is the-basis of the selection,therefore, it shallbecome part of the contract agreementsubject to approval/revisionsof the sameby NHA duringthe negotiations'Similarly, all oiher servicei and the content coniributing to servicesshall be deemedpart of the contract agreementunless it is specifiedfor any particularitem up-front in yourtechnical proposal which I o-bviouslyrvill makeyour proposala conditionalproposal whereby, authorizing NHA to may or maynot considerto evaluaieyour proposal.Please understand that if no suchmention appears up- is in 100% front1i.e. on frontpage of technicaiproposal)then it shallbe deemedthat the consultant I agreementto the aboie.you arealso advised to kindly readthe RFPthoroughly as it can drastically alfect the price structurefor variousservices rvhich rnay not be appearingdirectly in the termsof reference.in the end,we appreciateyour participationand hope that you will feeda goodproposal I to meritconsideration bY NHA. I 1. INTRODUCTION 1.1 you arehereby invited to subnrita technicaland a finanoialproposal for consultingservices requiredfor the assignmentnarned in the attachedLOI Data Sheet(referred to as "Data Shiet', hereafter)annexed with this letter. Your proposalcould form flre basisfor future I negotiationsand ultimately a Contractbetween your firm andthe Client namedin the Data Sheet.

I l.Z A brief descriptionof the assignmentand its objectivesare given in the Data Sheet. Details are providedin the attachedRFP for designservices provided in the Documents, I andwill becomepart of agreementsubsequently. 1.3 The assignmentshall be implementedin accorJancewith the phasingspecified in the I DataSheet. 1.4 The Clienthas been entrusted the duty to implementthe Projectas ExecutingAgency by I . Governmentof Pakistan(GoP) and funds for theproject shall be arrangedby the Client. I T t 1.5 To obtain first-hand informationon the assignmentand on the local conditions,you are I encottragedto pay a visit to the Client before submitting a proposaland attend a pre- proposalconference if specifiedin the Data Sheet. Your representativeshall meet the namedofficials on the date andtime specifiedin the Data Sheit. Pleaseensure that these I officials are advisedof the visit in advanceto allow adequatetime for them to make appropriateamangements. You mustfully informyourself of localconditions and take them intoaccount in preparingyour proposal. I 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 retevant projectdata and reports. I t.7 Pleasenote that: t i. The costof preparingthe proposaland of negotiatingthe Contract,including a visit to the Client,are not reimbursableas a directcost of theAssignment, and I ii. TheClient is notbound to acceptany of theproposals submitted.

1.8 Thenames of theinvited consultants are given in theData Sheet. t.9 Wewish to remindyou that in orderto avoidconflicts of interest:

a. Any firm providing goods,lvorks, or serviceswith which you are affiliated or I associatedis not eligible to participatein bidding for any goods,\\,urks, or services (otherthan the services and any continuation thereof) resulting from or associatedwith the projectof which this assignmentforms a part:and I

b. Any previousor ongoingparticipation in relationwith the projectby your firm, iis professionalstaff, its affiliatesor associatesunder a Contractmay result in rejectionof I your proposal.You shouldclariff yoursituation in that respectrvith the Client before preparingthe proposal.

2. DOCIJ}IENTS I 2.1 To preparea proposal,please use the Documents specified in theData Sheet. I 2.2 Consuliantsrequiring a clarificationof the Documentsmust notis the Client,in lvriting, notlater thantwenry one (21) daysbefore the proposalsubmission date. Any requestfor clarificationin writing, or by cable,telex or tele-faxshall be sentto the Client'saddress I specifiedin the Data Sheet. The Client shallrespond by cable,telex or tele-faxto such requestsand copies of the responseshall be sentto all invitedConsultants.

2.3 At any time beforethe submissionof proposals,the Client may, for any reason,rvhether at I its own initiativeor in responseto a clarificationrequested by an invitedconsulting firm, modifythe Documentsby amendment.The amendmentshall be sent in writingor by cable, telexor tele-faxto all invitedconsulting firms and will be bindingon them. TheClient may I at its discretionextend the deadlinesfor thesubmission of proposals. 3. PREPARATION OF PROPOSAL I - It rvillconsist of twoparts Technicaland Financial I ConsultancyServices for FeasibilityStudy and Preliminary Design of Pesharvar-Kabultvlo_qqlway Sectionl: Pesharvar-Torkham 50 Km,Sectionll: Torkhanr-Jalalabad 76KnL Section-llt:Jalalabad-Kabut 155Km A:1fi;i.tfi,;,S,-',ltrr, i:!t;!," ''f.: I 1".-ii*r"i I '111t. ii;il,:', e ,,:=: t"i',',',fi't.- I _--.. -:,i.it \i5;i1i'-'-'4;"' I t-

I 3.1 TechnicalProposal 3.1.1 The TechnicalProposal should be submittedusing the fonnatspecified-and shall include I duly signedand stimped forms appendedwith the RFP.This is a mandatoryrequirement for evaluationof proposalsand needs to befilled up carefully.

3.1.2 For TechnicalProposal, the generalapproach and methodologywhich you proposefor I carryingout the servicescovJred in the TOR, includingsuch detailed.information as you deemrJlevant, together with your appreciationof theProject frorn provided details and I a. A detailedoverall work programto be providedwith timing of the assignmentof eachexpert or otherstaffmember assigned to theproject. This will alsoprovide the Clientan opportunityto effectivelymonitor work progress'

t b. Totalnumber of man-monthsand project duration as per TOR'

c. Cleardescription of the responsibilitiesof eachexpert staff mernberwithin the I overallwork Program.

d. TheCurriculunr Vitae (CV) of all Key Staffmembers and an affidavitthat proposed staff shall be avaitabli for the assignmentduring the projectduration and their l presentplace of dufy may alsobe specified.The Consultantsare advised to suggest luch namesthat shall be availablefor theAssignment'

I e. Thetechnical proposal shall include duly filled in form-sprwided with thisRFP. The name,backgiound and professionaiexperience of eachexpert staff memberto U* asign"A to tf,eproject, with particularieference to his experieuceof rvorkof a T natureJimilar to thatof theproposed assignment' f. Cunent commitmentsand past performanceare the basic criteria of technici-l propoiul.You arerequired to proviOe_the-delails of presentcommitments/on- going I jobi as refenedin the Form A-10 of technicalproposal. Further, the basisfor the pu" p"rfor*anceis the reportfrom DesignSection and ConstructionWing of the I Client. instructions 3.1.3 In preparingthe technicalproposal, you areexpected to examineallterms and your includedin the Documents.Failure to provideall requestedinformation shall be at I orvnrisk andmay resultadversely in thescoring of yourproposal. The proposalshould be prepareclas per RFP andany suggestionor reviewof staffeic. shouldbe clearlyspclt out in form A-4.This will be discussedat thetime of negotiationmeeting as and when called. I to the 3.I.4 During preparationof the technicalproposal, you must give particularattention follorving: t (PEC)' a. The Firm needsto be registeredwith PakistanEngineering Council you b. If you considerthat your firm doesnot haveall the expertisefor the assignment I mayobtain a full rargeof experienceby associatingwith otherfirms or entities.You mayalso utilize the servicesof expatriateexperts but only to the extentfor whichthe ,"qririt" expertiseis not availablein any Pakistanifirm. You maynot associatelvith I theother firms invitedfor this assignmentunless specified in theData Sheet. In caseof o'Jointlyand Joint Venture,the proposalshould state clearly partners will be be Severally,,responsibie ior performanceunder the Contractand one partnerwill I 4 t Scction-l:Peshawar-Torkham 50 I I "solely'iresponsible for all dealingswith the client on behalfof theJoint venture. His I "special Power of Attorney" on this accountis to be enclosed.JV will ue got regiqtered by PEC' Leadpartner shall retain full andundivided responsibitify performance for the of obligationsand satisfactorycompletion of the consultancyservices T works'A copy ofjoint ventureagreement to be piovidedat the time of finalizingthe contractdocuments rvith specificresponsibilities and assignments to be lookedatJr uy eachpartner. I Subcontractingpart of the assignmentto the otherConsultants is not discouragedand SpecialistSub-Consultants may be includeo. I d' The key professional staffproposed shall be permanentemployees of the firm unless otherwisespecified in the Data sheet.The minimum stay with the firm for such t personsis Six months. No alternativeto key professionalsiaff may be proposedand only oneCV may be sui,mittedfor eachposition. The minimum required experience of proposedKey Staffis specifiedin theData Sheet. I e' The trainingshall be impartedduring the cun'encyof the contractif specifiedin the DataSheet. I 3'l'5 The technicalproposal shall not includeany financial information. The Consultant,s comments,if any, on the dak, servicesand facilitiesto be providedby the Client and I specifiedin theToR shaflbe incruded in thetechnicar proposal: 3.2 FinancialPropo;a! I 3'2'l The financialproposal shouldbe submittedusing the formatspecified and enclosedwith this RFP. This is a mandatoryrequirement for Lvaluationof proposalsand needsto be filled up carefully.The totalcost is to bespecified in theForm A-17. I 3'2'2 Thefinancialproposal shouldlist the costs associated rvith the Assignment. These normally cover ren'luneration I for staff in the field and at headquarteri,per diem, housinj, transportation for rnobilizationand demobilization, services and equipment (vehicles, office equipmentfumiture- and-supplies),printing of documents,surveys una inv"riigations. These costsshould be brokeninto foreign(if applicable)anct lona! cois. Your finaicia.lproposal T shouldbe preparedusing the formats attached as forms A-l I to A-17. 3'2'3 The financial proposalshall also take into accountthe professionalliability as provided T under the relevantPFC Bye-Larvsand cost of insurancesspecified in theData Sheei. 3.2.4 costsmay beexpressed in currency(s) listedin the Datasheet. I 3'2'5 The evaluation committeewill correct any computationalerrors. When correcting computational errors,in caseof discrepancybefween a partialamountand the total amount, I or betweenrvord and figuresthe formerswill prevail.In additionto theabove corrections, activities and itemsdescribed in the TechnicalProposals but not priced,in the Financial Proposals shallbe assumedto be includedin the pricesof otheractivities or items.In case an activiry l or item is quantifiedin the F'inancialProposal differently from the Technical Proposal,the evaluationcommittee shall corect the qmntification.p."ifi.d in the Financial Proposalso asto makeit consistentlvith thatspecified in theTechnical proposal. T I I t I t 4. SUBMISSIONOF PROPOSALS

I 4.1 you shallsubmit one original technical proposal and one original financial proposal and the numberof copiesof eachspecified in theData Sheet. Each proposal shall be in a separate envelopeindicating originai or copy,as appropriate. AII technicalproposals shall be placed I in an envelopecleirly marked"Technical Proposal" and the financialproposals in the one marked.'Financial Proposal". These two envelops,in turn, shall be sealedin an outer envelopebearing the a-ddressand informationspecified in the Data Sheet.The envelope I shall b. clearly marked, "Dq NOT OPEN, EXCEFT IN PRESENCE OF THE EVALUATION COMMIT"|EE." t 4.2 In the eventof any discrepancybetween the copiesof th; proposal,the originalshall govern.The'originat and each ccpy of the technicaland financiatproposals shall be authorizedConsultant's representative. ireparedin indefibleink and shallbe signedby the The representative'sauthorization shall be confirmedby a written power of attorney I be accompanyingthe proposals.All pagesof the technicaland financialproposals shall initialedby theperson or personssigning the proposal' t to correct 4.3 The proposalShall contain no interlineationsor overwritingexcept as necessary by enorsmade by the Consultantsthemselves. Any suchcorrections shall be initialed the I personor personssigning the proposal. the time, 4.4 The completedtechnical and financialproposals shall be deliveredon or before l date,and the locationspecified in theData Sheet' from thedate of 4.5 The proposalsshall be valid for the numberof daysstated in the Data Sheet proposed its submission.During this period,you shallkeep available the professionalstaff at the I for the assignment.fne Ctient shallmake its besteffort to completenegotiations locationstated in the DataSheet lvithin this period'

I PROPOSALEVALUATION of the proposals'The 5.1 A Single-Stage-Two-Envelopeprocedures shall be adoptedin ranking The I techriicalevaluation shall be iarried out first, follorvedby the financialevaluation' Consultantsshall be rankedusing a combinedtechnical/financial score'

I 1'' TechnicalProPosal its evaluationfor all the 5.2.1 The evaluationcommittee appointed by the Clientshall carry out in I projectsas listedin para1.1, applying the evaluationcriteria and point system specified score:St' The the Data Sheet.Each respontiui ptoposalshall be given a technical and their Consultantsscoring less t-hanseventy (70) percentpoints shall be rejected I fi nancialproposals returned un-opened'

5.3 FinancialProPosal t consultantson the basisof 5.3.1 The financialproposals of the threetop-ranking.qualifying of the representativesof evaluationor ti.n'ni*i proposalsshall bL op"n"d in the presence careto attend'The Client t theseConsultants, who snaitbe invitedfor the occasionand who I I I I

shall informthe date,time and address for openingof financialproposals I Data as specifiedin the sheet'The totalcost and major or .urr, rrr"ir announced "o.ponJnir irdporur u. publicly to the attendingrepresentatives of the firms. I 5'3'2 The evaluationcommittee shalldetermine whether the financialproposals are cornplete and withoutcomputational errors' The lowestfinun.iuipffisal (Fm)among all shallbe givena sf of 1000points. The financiatscore's of the pioposarlssrrullbe ll,nffi:lscore: coirputed I S/= (1000x Fm)/F (F : amountof specificfinancial proposal) t 5'3'3 Proposals,in the QualityCum Cost BasedSelection (ecBS) shattfinall,v be ranked accordingto theircombined technical(St) and financial (S) scoresusing the weights (T- the rveightgiven to the technicalproposal, P : t the weighfgi;.n to the fin-ancialproposal, and T+P=l) statedin theData Sheet:

S=StxT%+Sf,xp% I 6. NEGOTIATICN I 6.1 Prior to-the expiration of propo.salvalidity, the client shallnotifi thesuccessful Consultant who submiuedthe highest rankingproposal in writing, by register"dletter, cable telex or facsimileand invite it to negotiateihl Cbntract. I 6.2 Negotiationsnormally takefrorn trvo to five days.The aim is to reachagreernent on all pointsand initial a draftconkact by theconcrusioi ornegotiations. I 6.3 Negotiations shall commencewith a discussionof your technicalproposal. The proposed methodology,work plan, staffingand any suggestions you may havemade to improvethe ToR' Agreement shallthen be reachedon thifinal ron, tnl staffing,and the bar charts, I rvhichshall incicate.activities, staff,and periods in the fiLto ana in the home office, staff months,logistics and reporting. I 6.4 Changesagreed uponshall then be reflectedin the financialproposal, using proposed unit rates(no negotiationofthe staffmonth rates). 6.5 Flaving t selectedConsultanis on tlie basisof, amorigother things, an evaluationof proposed key professional staff, the Client expectsto negoiiatea contiacton the basis of the staff namedjn theproposal' Priorto c_ontractnegotiations, the Client shall require assurances that the staff memberswill T be actuallyavailable. The Ciientshall not considersubstitutions of key^staffexcept in casesof un-expecteddelays in the startingdate or iincapacityof key professionalstaff for reasonsof health. I 6.6 The negotiations shall be concludedwith a review of the draft form of the contract.The Client and the Consultantsshall finalize the contract to concludenegotiations. If negotiations fail, the Clientshall invite the Consultantsthat receivedthe se-condhighest I scorein ranking to Contractnegotiations. The procedure will continuewith the third in case the negotiationprocess is notsucoessful lvith the secondranked consultants. AWARD OF CONTITACT I

7.1 The contractshall be arvardedafter successfulnegotiations with the selectedConsultants I

.. "^ '' Km, section-Il:Section-Il: Torkham-JalalabadT6Km,secrionJll:Jatalabad-KabulTorkham-JalalabadT6Km,sectionJll: Jalalabad-Kabul 155 Km r::4:,,li,-i:ifiii.lir,!- irj.:.ris:, t/i{.,' -.-'--'-\,' L,7-a\-. .i;l',:'/' "r.'q",ii I .i,' " /- \-'-.:

!.'-, !I ii!l).i 4/ I I t and approved by the competent authority. Upon successful completion of negotiations/initialingof the draft contract,the Client shall promptly inform the other I Consultantsthat their proposalshave not beenselected. 7.2 The selectedConsultant is expectedto commencethe assignmenton the date and at the I locationspecified in the DataSheet. 8. CONFIRMATION OF RECEIPT I 8.1 Pleaseinform the Client by telex/facsimilecourier or any othermeans: (i) Thatyou receivedthe letterof invitation; (iD Whetheryou will submita proposal;and I (iiD If you planto submita proposal,when and how you willtransmitit. I I GeneralManager (P&CA) NationalHighway Authority Ministryof Communications t Governmentof Pakistan 28-MauveArea, G-9/1, Islamabad E-mail: [email protected] I Website:www.nha.sov.pk Telephone:+92-5 | -90327 27 I Fax:+!l-Ji -9260419 I I I I I I I I: Peshawar-Torkham50 I Km, Section-Il:Torkham-Jatalabad 76 Km, SectionJll:Jalalubad-Kabut 155 Km I T -{

DATA SHEET I

LOI t Clause DESCRIPTION OF CLAUSE No. (consultancy l.l The nameof Assignmentis: - consultancyservices for services I for Feasibilitystudy and Preliminary Designof pesharvar-KabulN{otorway section-r: Pesharvar-Torkham50 Km, section-Il: Torkham-Jalalabad7k I(m, Section-Ill:Jalatabad-Kabul 155 Km". t TheClient's Name is:- Nationat Highway Authority

1.2 Thedescription and the objectives of the assignmentare: As per ToR I 1.3 Phasingof theAssignment (if any): Nit t The consultantshell commencethe assignmentupon signing of contract Agreementbetween NFIA andthe successfulConsultant. l 1.5 Pre-ProposalConference: Yes _{_ No _ Thename(s) and address(es) ofthe Official(s)is (are): I GeneralManager (P&CA) NationalHighway Authority 28,Mauve Area,G-9/l I Islamabad

Date,Time andVenue for Pre-proposalConference: t Dafe: 26rhJanuary,2016 Time: 1100hours I Venue:NHA Auditorium (HQ) NationalH ighway Authority 28, MauveArea" G-9l1 lqlemahnrl I

1.6 The Client shall provide the following inputs: I As per TOR and Appendix D.

L.7 Followingsub-clauses are added: I

iii. The consultantmay pleasenote not to suggestnames of key staff already proposedin otherproposals with the Clientor awardedrecently. This will I affectadversely marking of theseprofessionals in evaluationof the technical proposal.Their secured points are liableto be reducedby50% if their narne appearsin morethan I previousproposal in whichthey areranked No.l. AIso the existingload of work with a firm shallbe consideredas one of the I factolsfor theconsideration in the alvardof thework. I

ConsultancyServices for FeasibilityStud;r and PrelinrinaryDesign of Peshawar-KabulMotorway.Sgcqiqn-lileshawar-Torkham 50 Km, Sectionll: Torkharn-JalalabadT6Km, Section-Ill:Jalalabad-Kabul 155 Km ,..'i;'i,1.l'if;/.',-li;:.. ...rli'i.- j ""-"'-*'t..,i;', -Y''7Jt:" I ,'i.iiit'" 4y, #oti*lJr,,'',;.# ,ji,j I

{ I

I iv. Form A-4 is meantfor commentson provisioncontained in RFPand Terms of Reference(TOR) and unless the observationsare noted in thisparticular form, anything written elsewhereon this account including financial implications,if any,shall be consideredof no consequencein the evaluation ! process.

I 1.8 TheInvited Consultants I Eligible Consultants are: Any firm meetingthe following requirements:

I (a) Valid RegistrationCertificate of PakistanEngineering Council.

(b) Affidavit in originalbearing the subjectwith projectname on stamppaper I duly attestedby the Oath Commissionerto the effect that the firm has neitherbeen blacklistednor any contractrescinded in the pastfor non- fulfillment of contractualobligations (By all partnerfirms in caseof JV, I associationand/or sub-consultant). (c) Facil.liesavailable with theConsultant to performtheir functionseffectively I (properoffice premises,software, hardware, record keeping etc.) (d) Client's satisfactioncertificates (Performance Reports) for the last three relevantassignments from the respectiveClients. Moreover any adverse t reportregarding performance of Consultanton NHA projectsreceived from NllA's any relevantquarter may becomebasis for its disqualificationfrom theservices above named in clausel.l.

I (e) h"ln-monthsof stafiandProject Duration as per TOR. I 2.1 Tlie Documentsare: (a) Letterof Invitation(LOI). I (b) LOI DataSheet. (c) TechnicalProposal Forms. (d) FinancialProposal Forms I (e) Appendix- A: TORarid Background Inforrnation. (0 Appendix- B: Man-Monthsand Activity Schedule I (g) Appendix- C: Client'sRequirements from theConsultant. (h) Appendix- D: PersonnelEquipment, Facilities and Other Servicesto be I Providedby theClient. (i) Appendix - E: Copy of Model Agreement/Draft Form of Contract & Appendicesetc. (For Conniltantsto perform servicesos a SingleEntity) I 0) Form of Contract(For Consultantsto pedorm servicesas a Joint Venture)

)7 The tvords "Tlventy one (21)" is deletedin its entirety and replacedwith "Five I (05)"

I l0 C-rrftancy Servicesfor FeasibilityStudy andPreliminary Design of Peshawar-KabulMotorway Sectieq;f;.fg;harvar-Torkham50 Km, Section-Il:Torkharn-Jalalabad 76 Km, Section-Ill:Jalalabad-Kabul 155 Km ,i,,-.L"".-,-*::: i:i:;,..,..f:i.,, tiii,.. .+;.::,,/, '\ .ir.: :' .. r, I .,".J r . :-.-l. ,ir':',r'-: A -. ":'\j{, /llv ' '',t' ,t ,t . I "ii,tir..' :,.1i,.1,.:.- . '!.:i:. '.,r ..._._.,:,:.i:.: ;f. .i,\:,'..; .,-q:.-/i j., ,..1 I -:._ I

The addressfor seekingclarification is: I GeneralManager (P&CA) NationalHighway Authority 28,Mauve Area,G-9/1, I Islamabad E-mail: [email protected] I 3.1.1 Add follorving:

The proposalsshould be bound in the hard book binding form to deny the I possibilityof removalor additionof page(s).All the pagesof proposalmust be signedand stamped in originalby authorizedrepresentative of the firm/JV. All the pagesmust be numberedstarting from first pageto last.Any proposalfound I not adheringto theserequirements may be reiectedat thetim6 opening.

3.1.4 b. Followingline irrthis Para is deletedin its entirety: I

"You maynot associatervith the otherfinns invitedfor thisassignment unless specifiedin the DataSheet." I

d. Proposedkey staff shall preferablybe permanentemployees rvho are employedrvith the consultantsat leastsix monthsprior to submissionof I Proposal. Yes { No I The minimumrequired experience of proposedKey staffis givenbelolv: FTOR.KEY STAFF' I InternationalInput Team Leader/ Minimum B.Sc. (Civil Engineering)with minimum 20 I Senior Highway years relevant experience(proven fifleen (15) years' Engineer experienceas TeamLeader / SeniorHighway Engineer on design projects of major National/International t I Iighrvays) prsferably N{.Sc. (Transportation Engineering)with minimuml8 yearsrelevant experience (proventhirteen (13) years' experienceas Team Leader/ SeniorHighu'ay Engineer on designprojecls of major I Nationa!/lnternationalHighrvays). He should also have performed as Team Leader for at least five (05) major HighwayDesign projects in the lastten (10) years. I

Geotechnical Iv{inimumM.Sc. Geo-Tech Engineeringlvith minimum Engineer l8 yearsrelevant experience (proven thirteen (13) years I experienceas Geotechnical Engineer on designprojects of major NationalAntemationalHighways and Bridges) preferably PhD (Geo-TechnicalEngineering) rvith minimum 13 yearsrelevant experience (proven ten (10) I years experienceas GeotechnicalEngineer on design proiectsof maior NationalAnternationalHishways and I lt ConsultancyServices for FeasibilitySrudy and Preliminary Design of Pesharvar-KabulMotorway Sectig-oflg.fplg{ar-Torkharn 50 Krq Section-ll:Torkham-Jalalabad 76Km, Section-Ill: Jalalabad-Kabul 155Km ,9,.'':;;:.\::::|!{ii:.''Tt; I i;:fi" 'il!r',,. ' 1j,:,r.l^./r(l' /,:r,i /, I r,:,,rfuor;il:;ri'-t t

I Bridges); t DomesticInput AssistantHighway Minimum B.Sc. (Civil Engineering)with minimum 18 Engineer years relevantexperience (proven thirteen (13) years' experienceas FlighwayEngineer on designprojects of I major . National Highways) preferably M'Sc. (TransportationEngineering) with minimum 15 years relevantexperience (proven twelve (12) years' experience I as Highway Engineer on design projects of major Highrvays). t PavementEngineer Minimum B.Sc. (Civil Engineering/Transportation Engin,:ering)with minimum20 yearsrelevant experience (proventhirteen (15) years'experienceas Pavement Engineer on design projects of major Highways), T preferably M.Sc. (TransportationEngineering) lvith minimum 18 yearsrelevant experience (proven thirteen (13) years'experience as PavementEngineer on design I projectsof major}lighways).

Traffic Engineer/ Minimum .B,Sc. (Civil Engineering/I'ransportation I Network Analyst Engineering)with minimum20 yearsrelevant experience (provenfifteen (15) years'experience as Traffic Enginei:r/ Netrvork Analyst (in designing) on major Flighrvays I projects),preferably M.Sc. (TransportationEngineering) rvith nrlnimum 18 years relevantexperience (proven thirteen(13) years'experienceas Traffic Engineer/ Network Analyst (in designing)on major Highways I projects);

Assistant MinimumB.Sc. (Civil Engineering)with minimum 18 I Geotechnical years relevantexperience (proven thirteen(13) years' Engineer Lxperienceas GeotechnicalEngineer on designprojects of major Highways and Bridges) preferablyM.Sc. I (GeotechnicalEngineering) with minimum l5 years ielevantexperience (proven twelve (12) years' experience as GeotechnicalEngineer on designprojects of major I Highrvaysand Bridges). SeniorStructure Minimum B.Sc. (Civil Engineering)with minimum 20 Engineer years relevantexperience (proven fifteen (15) years' I Lxperienceas StructureEngineer on designprojects of mi;or bridgesand highways)preferably M.Sc' (Structure Engineering)with minimum18 yearsrelevant experience il (proventhirteen (13) years'experienceas Structure Engineeron design projects of major Bridges and t Highrvays). Junior Structure MinimumB.Sc. (Civil Engineering)with minimum 18 Engineer years relevantexperience (proven thirteen (13) years' experienceas StructureEngineer on designprojects of t l2 S:tt"'ItCiiTrff 50 of Peshawar-KabulMotorwav F.tt-Torkham Kr4 Section-Il:Torkham-Jalalabad?6 Km, Section-lll; Jalalabad-Kabul155 Km ./i:{)i'.-1:':J'1:;'.'jd*r'}.';J.;.il:ir, ii;i-t"" t i '*.i ,{iI .i.- i,,iii:,ffi i$j; I ''',ii:li;r,,,;g''' I I

major Highways and Bridges) lr€Er"bly IvI^So I (StructureEngineering) rvith minimum l5 yearsrelevant experience (proven twelve (12) years' experienceas StructuralEngineer on designprojects of majorHighways I andBridges). Hydrologist Minimum B.Sc.(Civil Engineering)rvith minimum20 I /Ilydraulic years relevantexperience (proven fiIteen (15) years' Bngineer experienceas Hydrologist/Hydraulic Engineer on design projects of major Highwaysand Bridges) preferably M.Sc. Hydr.,logy / IJydrauli,:s Engineering lvith I minimum 18 yearsrelevant experience (proven thirteen (13) years'experience as Hydrologis:t /Hydraulic Engineer on designprojects of majorHighrvays and Bridges). I

Soil & Material Minimum(B.Sc. Civil Engineeiing/ B.Sc. Geology) with Engineer minimum 20 yearsrelevant experience (proven fifteen I (15) years experienceas Soil & Material Engineeron design projects of major Highways and Bridges) preferably M.Sc. Geology with minimum 18 ye:irs l releyantexperience (proven thirteen (13) years experience as Soil & MaterialEngineer on designprojects of major Highrvaysand Bridges); I Environmental Mininum B.Sc. (Civil Engineering /Environmental Engineer Engineering)with minimum20 yearsrelevant experience (proven fifteen (15) yearsexperience as Environmental I Engineer on designprojects of rnljor Highways and Bridges) preferablyM.Sc. EnvironirrentalEngineering rvith nrrnimum l8 years relevantexperience (proven I thirteen(13) years experience as Environmental Engineer on designprojects of majorHighrvays and Bridges).

Minimum B.Sc. (Civil Engineering)with minimum 15 I years relevant experience(proven ten (10) years experienceas Chief Surveyoron designprojects of major Highrvays and Bridges) or DAE-Civil rvith 3 years I diploma coursefrom Board of TechnicalEducations' recognizedinstitute with 20 yearsof relevantexperience (proveneighteen (18) years'experience as ChiefSurveyor I on designprojects of majorHighways and Bridges).

AssistantSurveyor Minimum B.Sc. (Civil Engineering)with minimum 10 years 'relevant experience (proven eight (8) years I experienceas Surveyoron design projects of major Flighways and Bridges) or DAE-Civil with 3 years diploma coursefrom Board of TechnicalEducations' I recognizedinstitute with l5 yearsof relevantexperience (proven hvelve (12) years' experienceas Surveyoron designprojects of majorHighways and Bridges). I

QuantitySurvcyor MinimurnB.Sc. (Civil Engineering)rvith minimum l5 rs relevant experience (proven ten (10 t l3 ConsultancyServices for FeasibilityStudy and Prelininary Designof Pesharvar-KabulMotonvay Sectiorl:'lgqhawar-Torkham-,,; -"-.. . 50 Km, Section-ll:Torkham-Jalalabad 76 Km, Section-IIIIlalalabad-Kabul 155 Km I I

--] I

I on designProjects of mijor Highwaysand Bridges)or DAE-Civil with 3 years dipioma iourte from Board of TechnicalEducations' I relognizedinstitute with 20 years of relevantexperience (proven eighteen(18) years' experienceas Quantity du*tyot Jn design projectsof major Highways and I Bridges). Minimum M.Sc. GIS with minimum l8 yearsrelevant experience(proven thirteen (13) yearsexperience as GIS I Spicialiston majorHighway and Bridge projects)

Chief Economist Minimum M.Sc./lvI.A(Economics) with minimum l8 t years relevantexperience (proven thirteen (13) years Lxperienceas Chief Economist on major Highway projects); I 18 Social Minimum M.Sc./\4.A (SociologY)with minimum (13) Development years relevantexperience (proven thirteen Years major Scientist experienceas Social DeveloPmentScientiston I Highwayprojects); I

-l'raining I e. is an irnportantfeature of thisAssignment:

t If Yes,details of trainingare given in TOR I The lastline of thisPara is deletedin its entiretyand replaced with following: in Form The total costis to be specifiedin the FormA-17 and accordinglyalso I A-l I appropriate Professionalliability, insurances(description or ref-erenceto documentation): I of the i. The Consultantsshall be Xesponsiblefor hofessionalIndemnity Bond joint of requiredamount at their own cost. This bond shall be in the name t Consultantand the Client. for ii. The Consultantsare requiredto insuretheir Employeesand Professionals of the Hospitalizationl Meclical, Travel and AccidentCover for the duration I Contract.The detailsprovided in Para3'5 of SpecialConditions of Contract in ModelContract. t The numberof copiesof theProposal required is:

Technical ProPosal: I l4 so o.,*ol,i:11.0_T,.liilf{yar_rorkram 155Krn il, s;;;il-il' iorkham-Jalalabad?6Km, Section-lll: Jalalabad-Kabul '.;i.'t1;":";::;.'g;i1.:. , ::i'! " I ' ?ijl'i:

i,:i, ')t,K| lli, ti,l.'.. " ::'';: :i i",;'t,:i.::;.1, .,r., ,t: t ',,Si..\..-...... -",ii;,'..,;' i,- i.'t,'.:':;; ..;.._:i;:::;; -.,rl' I I

completoTechnic I envelope.

FinancialProposal: one original rvith cD (soft form of complete I Financial Proposal in pDF as well as MS Word/ExcelForms) in sealedenvelope.

Theaddress for writing on theproposal is: I

GenerallVlanager C&CA) NationalHighrvay Authority I 28,Mauve Area G-9ll Islamabad Telephone:+92-51 -9032727 Facsimile: +92-51-9250419 I 4.4 Thedate and time of proposalsubmission is: I Date: 10thFebrua ry,2016 Time: I130hours Locationof Submission: NHA Main Auditorium NationalHighway Authorify I 27, MauveArea G-9/l Islamabad.

4.5 Validityperiod of th.eproposal is: Ig0 days I Thebid shallremain valid uptoBth August, 20lti. Thelocation for negotiationof proposalis: I General lVlanager(p&CA) NationalHighway Authority 28, IvlauveArea G-9/l Islamabad I Telephone: +92-5 | -903272T Facsirn ile : +92-5| -92604| 9 I 4J Theevaluation of technicalproposal shall be basedon followin, "rit.* Description/ Iterns Points I i. Qualificationof the Firm t25 a) GeneralExperience(25) b) SpecificExperience of theFirm (100) t ii. Approach& Methodology 200 Understandingof Objectives(20) Qualityof Methodology(50) I Innovativeness/Commentson TOR (20) Work Program(50) StaffingSchedule (40) I Conciseness,clarity and completeness in proposalpresentation (20) iii. Qualificationand Experience of theKey Staff 520 T iv. Presentcommitment of theFirm 030 v. Pastperformance of the firm 125 I I I I TotalPoints: 1000 I Minimum qualifyingtechnical score: 700 The pointsearmarked for evaluationsub-criteria (iii) for suitabilityof Key Staff I are:- Description/ Items Points(%) i. Academicand General Qualifications 30 I ii. Professionalexperience related to theProject 60 iii. Status'withthe finn (Permanent& durationwith 10 rl perLOI Clause3.1.4 (d) Firmas TotalPoints: 100 I 5.3.1 *t***r*' The words "t,ireetop-ranking qualifying consultingfirms" is deletedin its t entirery and replacedwith the words "quaiifuing consultants" The date,time, and addressof the financial proposalopening are:

I After evaluationand approvalof technicalproposals (TO BE INFOR-I\IED LATER).

I 5.3.3 The rveightsgiven to the Technicaland FinancialProposals are:

Technical: 80% I Financial: 20'/,

6.3 Add following at the end of this Para: I at the stage of The final person-monthsof each expert are subject to adjustment and need contract negotiation in line with demonstratedapproaches methodology bases. I I Aprilr 2016 I 7.2 I the assigntnentis expectedto commencein: I T'heClause is deletedin its entirety. t I T I

T 16 abul Motorway Section-I:Peshawar-Torkham 50 155Km I r*, i..ti"i,_ir, Torkham_Jalalabuozo r*, section-Ill:Jalatabad-Kabul t I I I I I I

SUI\,I}I.4'RYEVALUATION SIIBET F'OIIFULL TT]CIINICAL PII,OPOSALS(QCBS) EV.lr,U,\'t'loN CRITDtltA I t I 'ca'nncl (Ars - ot Drircrtisc QorlllcNtt)n i1d Clnr!.tcnc! of K(v Stam- 'trrtlonit X(r StrlT I I

-..' .1 l'f : i .i.:- I r,,1 '.-.rri+ :.:_.' \ ;i'i -X \':i,,i :;.,i .\ ii'i; :l''... \ /''l .:.. \ ..-:./, - !.1! l3rr n1aoq1g9ol rh. .on.otr, n t ln t thi*ffi 't'ii "r t ' tisu tor iii-rJrtirminii '..;.:. oi iirc coniuir";i ii"rir; ;6" r"rn- vuil; quuiis in"ML{ n; DesiguSccrioo. Thc Ctisrr's satisfacr.ion cenificarc; .i .i*-iiq"fr.al C.;il;;iilffi;; complctcd projEts of cotrtpuablc m.gnitildc

DICc|lcBt.I00:.Vsr7Gmd.9G99%^l,ovcAvcr.gc-80-8,%l"*,l'.@ I S.o.s! florhnoD Wclghr r .rrlug / lto. lUlntmun q!!llfJlnt.(orc tr 70ol.or 700 morls. l I I I I I I I t I I I I

PERSONNELEVALUATION SHEE'T

Prciect rclalcd I with thc Firm AREAOT Stutus (sum ofWeighted T POSTTION/ L.iicilene I rV/o E)(PERTISE Wcight,60% I Batinss) wcighcd Pcrccnlogc I WciShtcd I Pqccntagc I (A+B+C) (Show rll sxpctli to bc avalualcd) Ratinc I RalincG) | Rating I Rating (a) Itrtirnrtional Staff ---r---l -----.-T---.---] -- i".- I ..d.r / llirhwrv F-noinccr I tl I " l b. GeotechnicalEngincr I I Local Kcy Stafl & Arsistml Highwly Engincct I b. Pavcmcnt Enginar 'frafnc./ c. Nctwork AolYlt d. Assisht C€oteclurical[ngitr(er c, Sctior Structuc Ftgiocct t l. Junior Suuckr.c tnglncu (r 4 rU

h. Soil & Matcriul Eogittcu i. UnvironmcntalDnginccr chrcl Surveyor (r c u) t (l&II) k. QumdtySurvcyor l. CIS Enginccr ChicfEconomist Sociil Developnrent Seicnli:l

I Nond6glrlng -0'Z R.tlog|.Erc.u.!.-1007.vcf!.ood.m.gg,AAbov.Ai.ngc-t{}.391.^1..'gc.10'79v.Bc|owAvcngc-t-6'7. Scor: M.dhuo lvcEht X ntllgl !0G BSc'70% Dillomr'609/. .:\.: phD. 100% M.Sc..9O% [email protected].!09{ ': - ItntimoonlyforrlitNiSmnt-e/6 I ;'-:' tqlltim. loo'.t ldtimewilhptcviouss@iltiot-50% itt:i ;,:'ii 1 \ ii" ii, 4ir:l! I 'r.,.. j.iJ: :r'

Conrultucy Swices fot F€sibility studyo I 155Km T I t t T I TECHNICAI, PROPOSALFORMS

ConsultancyServices for Feasibility Study and Preliminary Design of Peshawar-KabutMotorway Siciion-t p"stratuar- Torkham50 Krrt section-ll: Torkham-Jalalabad ?6 Km, section-Ill: Jalalabad-Kabul155 Km t9,n t- I Forrn A-1 I TrcHxlcel PRoPosALSuBMISstox Fonrvr

I {Location, Date} I To: [Nameand address of Client] I DearSirs: We, the undersigned,offer to providethe consultingservices for Consultancy Servicesfor FeasibilifyStudy antl Preliminary Designof Peshawar-KabulMotonvay Section-I:Peshawar-T-orkham 50 Km, Section-Il:Torkham-Jalalabad 76 Km' Section- I III: Jalalabad-Kabul155 Km in accordancervith yourRequest for Proposalsdated [lnseft Date].We arehereby submitting our Proposal,which includesthis TechnicalProposel and a I FinancialProposal sealed in a separateenvelope. We are submittingour [{If the Consultantis a joint venture,insert the following: proposai'ina joint venturelvith: {lnserta list lvith full nameand the legaladdress of each I ,nemb"r,and indicate the leadmember). We haveattached a copy_-{insert:"of.our.letter of intentto forma joint venture"or, if a JV is alreadyformed, "of theJV agreement"]signed by everyparticipating member, which detailsthe likely legalstructure of andthe confirmation of I joini andsevlrable liabiliiy of the membersof thesaid joint venture. OR t We are If the Consultant'sProposal includes Sub-consultants,insert the following: full subrnittingour proposal lvittr the followingfirm(s) as Sub-consultants: {Insert a list }vith I narneand country of eachSub-consultant.)] We herebydeclare that:

I (a) All the informationand statements made in thisProposal are true andwe acceptthat anymisi;rterpretation or misrepresentationcontained in this Proposalmay leadto our I diiqualificationand/or may be sanctionedby theClient' (b) Our Proposalshall be valid and remainbinding uPon us for the period of time specifiedin theData Sheet, Clause 4'5'

I (c) Wehave no conflictof interestin accordancewith LOI Clause1.9. t (d) We meetthe eligibility requirements as stated in DataSheet Clause 1'8' proposed (e) Neitherwe, nor our JV/associatepartners/ sub-consultants or any of the I expertsprepared the TOR for thisconsulting assignment' a (0 Withinthe time limit statedin theData Sheet, Clause 4.5, lve undertaketo negotiate I Contracton thebasis of the proposedKey Experts.We acceptthat the substitutionof t I t I Key Expertsfor reasonsother than those stated in Letterof Invitation,Clause 6.5 may leadto the terminationof Contractnegotiations. t (e) Our Proposalis bindingupon us andsubject to any modificationsresulting from the Contractnegotiations.

We t undertake,if our Proposalis'accepted and the Contractis signed,to initiatethe Services relatedto the assignmentnot later than{insert the date IS0 dqysbiyond the latest deadline proposals for -submission\(The date may be extencledwith the writtei consentof tlrc Consultantin cosr of delayin proau-ententprociss). I We understandthat the Client is not boundto acceptany or all Proposal(s)that the Clientreceives. I We remain, Yourssincerely, I

AuthorizedSignature {ln fullandinitials}: Nameand Title of Signatory: I IoT. of Consultant(company's name or JV,s numij, In thecapacity of:

Address: I Contactinformation (phone and e-rnail):

joint I {Fora venture,either all menrbersshall sign or only the leadmember, in whichcase ttre powerof attorneyto signon behalfof allmembersshall-be attachecl) I I I I I I I I ConsultaacyServicesforFeasibilityShrdyandPreliminaryDesignofp"it,o**-x@ Torkhanr50 Km, Section-Il:Torkham-Jalalabad 76 Km, seciionlll: Julalabad-Kabul 155Km t1 I I I I t Form A-2

I CLIENT'S REFERENCE Rerevantservices Gs theLast ren Years I ilT*ff il,t];:13il11;|ft,JJ Usingin the formatbelolv, provide information on eachreference assignment for which I your firml eitherindividually as a corporateentity or asone of the majorcornpanies within a consortium,was largely contracted. I .AssignmentName: Country: I Locationwithin Country: ProfessionalStaff Provided bY I Your Firm: I Name of Client: No of Staff: I Address: No of Staff Months:

StartDate (Month./Year) : CompletionDate Approx. Value o15.tu1qg:r(in I (Month./Year): Current US$ /Rs.)

I Nameof Associated No. of Months of Professional Firm (s),if any: Staff Provided bY Associated Firm(s) and functions I Nanreof SeniorStaff ffroject Direotor/Cocrdinatcr,Team Leader)involved performed:

I NarrativeDescription of Project t Consultants'Name: I I T i*ina'yoesign9||*!Ty1'..K..bulN1otorwaySection-l:Peshawar. 155Km I ioitr'o* 50 Km, Section-Il:Torkharn-Jalaiabad 76 Km, Sectionlll: Jalalabad'Kabul 22 I I I Form A-3 APPROACH PAPERON METHODOLOGYPROPOSED FOR PERFORMINGTHE I ASSIGNMENT

Consultancy - Servicesfor FeasibilifyStudy ancl Freliminary Designof pesharvar-Kabul Motonvay.Section-I: I Pesharvar-Torkham50 Krr, Section-Il:Torkham-Jalalabad Z6 Km, Section-Ill:J:rlalabad-Kabul 155 Km I I I I I I I I I t I I !':.j I I ConsultancyServices for FeasibilityStudy and PrelimineryDesign of Peshawar-Kabutlvlotorway Se ction-I: peshawar-Torkham50 Kin, Section-Il:Torkham-Jalalabad ?6 KnL Section-lll:Jalalabad-Kabul l5i Km 23 t t I Form A-4

COMMENTS/SUGGESTIONSOF' CONSULTANT

Onfhe Terms ofReference (TOR)

1.

2.

3.

4.

5.

6.

Etc.

Onthe data, services and facilities to be providedby theClient specified in theTOR.

l.

2.

4.

5.

Etc.

50 ConsultancyServices for Feasibility Studyancl Preliminary Design of Pesharvar-KabulMotorway Sectionl: Peshawar-Torkham 24 Km, Section-Il:Torkham-Jalatabai ?6 Km, Section-lll: Jalatabad-Kabul155 Km t I Form A-5

FORMATOF CURRICULUM VITAE (CV)FOR PROPOSEDKEY STAFF I Consultancy Servicesfor Feasibility Study and Preliminary Design of peshawar- Kabul Motonvay Section-I: Feshawar-Torkham 50 Km, Section-ll Torkham- I Jalalabad76Km, SectionJll: Jalalabad-Kabul155 Km l. ProposedPosition: I 2. Nan-reof Firm:

a J. Nameof Staff: I .t. Profession: I 5. Dateof Birth: Yearswith Firm: t 7. Nationality: t 8. N.I.CNumbcr: o Cell Number: I 10. Mernbershipin ProfessionalSocieties: (Membershipof PEC is Mandatory) I 10. DetailedTasks Assigned on thePrdject: t I l. Key Qualifications: I [Give an outlirteof staffmerrrber's experience and training most pertinent to taskson assignment. Describedegree of responsibilityheld by staff memberon relevantprevious assignments and give datesand locations. Use up to onepage]. I 12, Education

[Summarizecollege/university and other specialized education of staff member,giving namesof I institutions,dates attended and degrees obtained]. 13. EmploymentRecord t [Startinglvith presentposition, list in reverseorder every employment held. List all positionsheld by staffmember since graduation, giving dates, names of employingorganizations, title of positions I held and locationof assignments.For experiencein last ten years,also give types of activities performedand Client references, where appropriate]. I ConsultancyServices for FeasibilityStudy and Preliminary Design of Peshawar-KabulMotonvay.,Si.lSoii: p"rho*at-Torkham 50 ' -' Km, section-Il: Torkham-Jalalabad76 Krq SectionJll: Jalalabad-KabulI55 Km r,i;r:r,, 2s .r{5.;)'r'' \...:.','. ;.fi'r-.' i ''il'i I "1 :i+ii .([/, ' i t.:]i-,';.'-.i. /AI4 ",, /-' .j-;-ji :0t.,-.j,:---- i',,i --- .::irii I "'*{-''::t::i::ir" T I I 14. Languages

I [Indicateproficiency in speaking,reading and writing of eachlanguage: excellent, good, fair, or poorl. I 15. Certification I, theundersigned, certify to the bestof my knowledgeand belief that

I (i) ThisCV correctlydescribes my qualificationsand experience (ii) I amnot a currentemployee of theExecuting or the ImplementingAgency (iii) In the absenceof medicalincapacify, I will undertakethis assignmentfor the durationand in t termsof the inputsspecified for me in Form A-9 providedteam mobilization takes place withinthe validity of thisproposal. (iv) I wasnot partof theteam lvho wrote the terms of referencefor thiscbnsulting services I assignment (v) I am not currentlydebaned by any department/organization/(semi-autonomous / autonomous) b,:diesor suchlike institutionsin Pakistan. I (vi) I certifythat I havebeen informed by thefirm thatit is includingmy CV in theProposal for the {nameof projectand contract}. I confirmthat I lvill be availableto carryout the assignment for whichmy CV hasbeen subrnitted in accordancelvith the implementationarrangements and I scheduleset out in theProposal. If CV is signedby thefirm's authorizedrepresentative:

I (vii) I, asthe authorized representative of the firm subminingthis Proposalfor the {nameof project . andcontract), certiff thatI haveobtained the consent of thenamed expert to submithis/her CV, and that s[:e will be availableto carry out the assignmentin accordancewith the I implementationarrangements and scheduleset out in the Proposal,and confirm hislher compliancewith'paras (i) to (v) above. I (viii)Attachlatest coloured picture with theC.V. I understandthat any willful misstaternentdescribed herein may leadto my disqualificationor I dismissal,if engaged.

I Signatureof expertor authorized Date: I representativeof the firm Day/\4onth/Year I Full nameof authorizedrepresentative: Note: copy or scannedsignatures are not allou'ed t

.l";l.-jt'.r''' l T i r':. r' . ConsultancyServices for FeasibilityStudy and Preliminary Design of Pesharvar-K'abulMotorwaySeiiionJ: Peshawar-Torkham50 fm, Scctionlil: Jalalabad-Kabul155 Kr4 26 KnL Section{I:Torkham-JalalaUai Z6 .:': . A , :;': :"-ii .t::''I ' 4V , .' fl ., :.',' t iir ' ...- -:1i :ii:,'':.:.1r ..- f,l;" .:-..r,:;'-' .;r.. ' t ..:t:_:1jir.7 t I I T I T

I IU.uo!)..s.U)9tPtqcIElu({wlDuoI:Iruo!tJ's.ut)0surq{sI.n^tgqs'ij:I.uop..s T I T I '8

'9 T ( 't I

ctn(I sUodoU I uo.[ uxd sv sJ,uodflu.{o Nolssil{ftns cNv NoIJ.S.Idr{of, I + t I I I I T l t I I I I Forrn A-7

COIVIPOSITIONOF T}IE TEAM PERSONNELAND TFN.'IASKS TO BE ASSIGNEDTO EACII TEAIVI I lvIEtvlBER Consultancy Services for Feasibility Study and Preliminary Design of Pesharvar-KabrrlMotorrvay Section-I: Peshawar- Torkharn 50 Km, Secti-on-Il:Torkham-Jalalabad 76 Km, Section-Ill: Jalalabad-Kabul 155 Km I l. Tcchnical / Managerial Staff I l I

I \ \ I

coNultcmyscwiccsforFccibilityStrrr1ymt!PrclitnimryDcsiErofPshatvu.KabUlMoron9ayscclion.I,PcslE' TI I Jalahbnd-Krbut 155 K* t I I T I I T I T I t

WOIIK I'I,AN / ACTI\rITY SCHEDULE

Items of Work/Activitics Monlhl)'l'rogran, r.o* d","ffi

conlultmcyscIviasforl'casibilityStudymdPrclimirrarDesignofPcshrwr.KgbulMobnuys!ction-l:Pc5|latv{-Tolklnm5oKtlI Jalalabad-Krbul155 Km I I T I I I t Forrn A-9 l \YORK I'LAN AND TTME SC}IEDULE FOR KEY PERSONNEL Months (in the foru of a Itlr Chart) I I I I Activities Duration

Signature --.-._- I (Authorized Represenlative) FulI Nanre Designation Address I 1..,.i,

CmultrncyServiqsfo'Fc6ibilitysludy!ndPfe|iminaryD€signofPcsharvu.KabutMotorwayScctiorlPcshawu-Torkham50Km,S I Jdal$ad-Krbul 155 Km T I I I t I T I T I I

I FormA-10 CURREIiT COI}.IfoTITIVIENTSOF THE FIRVI (List IVIUST be comprchcnsivc inclutling projccts from clients orhcr lhirn NIIA as wcil) I

liamc of projcct Expcctcd Single or JV Task Assignnrenl Start date of thc project datc of completion I t I t t T iJf#f?j:f'J:iFgsibi|irys0dyudPrc|iminoryl)csignofP$hsrnr.KabulMoto I

T I I I t FINANCIAL PROPOSALFORMS

aryDesign9fPesh1y9r.fabulMotorwaySection.I:Pesharvar- iorthunr50 Km, Section-Il: Torkham-Jataiabad ?6Km, Section-lll: Jalalabad-Kabul 155Km 3l T

Form A-1I I FrxaNclal PnoposAlSuBMrssroN Fonvr I {Location.Dare} To: fNameand address of Client] t

DearSirs: . .. ,.,,a I We, the undersignedoffer to provide'theconsulting services for Consultancy Servicesfor Feasibility Study and Preliminary Designof Pesharvar-KabulMotorway Section-I: Pesharvar-Torkham 50 Km ; Section-Il:Toikha m-Jalalabad 7 6 y.m,Section- I III: Jalalabad-Kabul155 Km in accordancelvith your Requestfor Proposaldaied [Insert Dateland our Technical Proposal. T Our attachedFinancial Proposal is for the amountof {Insert amountin lvordsancl frgures),including all Federal,Prt:vincicil & Local taxesappliable asper law of the land. {Pleasenote that all amountsshall be the sameas in FinanclaiProposal Form A - ill, I OurFinancial Proposal shall be bindingupon us subjectto themodifications resulting from Contractnegotiations, up to expirationof thevalidity period of the Proposal,i.e. before thedate indicated in Clause4.5 of the DataSheet. I

We confirmthat we haveno conditionto statethat may havefinancial implications overand above the amount quoted above. I we understandyou arenot boundto acceptany proposar you receive.

We remain, I Yourssincerely, I AuthorizedSignature {In full and.initials}: Nameand Title of Signatory: In the capacityof: I Address: E-mail: T {For a joint venture, either all members shall sign or only the lead member/consultant,in which casethe porverof attorneyto sign on behalf of all membersshall be attached.) T I I t

ConsultancyServices for FeasibiliryStudy and PreliminaryDesign of Pesharvar-KabutUotoi*ay Sectio"-1Pesharvar- Torkham50 Km, section-Il: Torkham-Jalalabad76 Krn, section-Ill: Jalalabad-Kabul155 Km 32 I I I Form A-tz

I BREAKDOWN OF RATES FOR CONSULTANCY CONTRACT I Project: Consultant: Rateper r telcl Rateper Name Position Basic Sooial Overhead Sub- Fee q Salary Charges (%ageof Total (Yoage Month Allorv. Month perCal. (%oageof l+2) (i+2+3) of 4) for (o/oageof for Field Month r) project 1) Work Office (8) I fl) (2\ (3) (4) (s) (6) (7) T t Notes: taxes.{:ayroll Item No. I Basicsalary shatl include actual gross salary before deductionof sheetfor eich proposedpersonnel should be submitted at the time of I negotiations. secl:rity,paid ItemNo.2 Social chargesshall includeClient's contributionto social vacation,uu6rug. sick leaveand other standard benefits paid by the companyto I ttt" flreakdownof pioposedpercentage charges should be submitted and"*pioy.e.supporled (see Form A-13). and junior ItemNo.3 Overheadshall include generaladministration cost, rent' clerical t professionalstaff and bu-iinessgetting expenses,. etc. Breakdownof proposed andsupported (see Form i"r..niugr chargesfor overheadshould be submitted A-14). I partnersand directors (if Item No. 5 Feeshall incl 'clecompany profit andshare cf salaryof of the not billed individuallyfor'the project)or specifiedin overheadcosts T Company. andarduous conditions' ItemNo. 7 Normallypayable only in caseof field workunder hard of (8). Note 1 The rninimumpercentiige of item(l) shouldpreferably be 50%o I duly Note2 The consultantis to provideappoiritnrent letter and affidavit'/undertaking as above' signedby eachof the individuii staff membersshowing salary rates fi*her duringexecution each inyoice will alsobe providedshowing that the T professionals-havebeen paid thiir-salariesas per-basicrates specified- therein' and Failingto which,the Cli;nt will takepunitive action against the consultant it lvill be shalljeduct the deficientamount frorn his monthlyinvoice. Moreover, for I consideredas a negativemark on his performancethat will be considered futureprojects. I Full Narne: Signature: I Title: t MotorwaySectiort-Ii Peshawar- 1y1-Kabul Jalalabad-KabultssKn '-":;, Torklram50 Km, Section-rr, iortr,uin-luraiabad 76Km, Seciionllll 41,' 33 .: /O \ t ' i.:,: r ":;i.'.. ." .,"'..i:,.'' :.':-- .:- .:,'-'..r I ;-' i.:..--- .:: I Forrn A-13 t BREAKDOWN OF SOCIAI,CHARCES C-onsultancy T Servicesfor FeasibilityStudy antl PreliminaryDesign of peshawar-Kabul Motonvay Section-I: . Peshawar-Torkham50 Km, Section-Il:TorlJram-Jalalabad 76 Krn, Section-Ill:Jalalabad-Kabul 155 Km I Sr. No. Detailed Descripfion As a o/oageof Basic Salary I I T I I t I I I T t T T t

ConsultancyServicesforFeasibilityStudyandPreliminaryDesignofP.'r.auu-.r@ Torkham50 Knr,section-ll: Torkham-lalalabad ?6 Km, ScctionJII:Jululubad-Kabul 155Km 34 I I I

' tr'ormA-14

. BREAKDOWN OF OVERHEADCOSTS

ConsultancyServices for FeasibilifyStudy and PreliminaryDesign of Peshawar- Kabul MotorwaySection-I: Pesharyar-Torkham 50 Km, Section-Il:Torkham- Jalalabad76 Km,Section-III:Jalalabad-Kabul 155 Km

As a o/oageof BasicSalarY and Sr.No. DetailedDescription SocialChqtgeq_

signofPeshawar.KabulMotorrvaySection-I:Peshawar. 'forkham 155Km 56 Km, Section-ll:Torkhah-Jalaiabad 76 Km, Sectionlll:Jalalabad-Kabul 35 Form A-15 Page1 of2

ESTINIATED LO CAL CURRENCY SALA RY COSTSIREIVIUNERATION

Amount Professional/ Kev Staff

Sub-Total:

ConsultancyServicesforFeasibilityStudyandPreliminaryDesignofpest.'u'va'-r@ Torkhanr50 Km, section-Il: Torkhanr-Jalalabad76 Km, section-Ill Jatalabad-Kabut155 Km JO I

Form A-15 I ' Page2ofT l ESTIMATED LOCAL CURRENCY SALARY COSTS/REMI}NERATIO}'T

MonthlyBilling Total Estimated I Sr. No. Position Staff-Months Rate Amount (Rs.) I II. Non-Key/ Non-Technical/ SupportStaff I I I I Sub-Total: Note: The bidderis requiredto quotethe ratesof Non Key Staff given in the TOR in above table& providea lumpsum cost in iteinNo. l3 of FormA-16 thatshould tally with I the abovestated amount (cost effect should be takenonly oncein FormA'16). The biddermay propose Non-Tech nical I SupportStaff person-months in additionto those givenin TOR; however,in sucha casetenable reasons must be givenin theForm A-4 l .oCommentson TOR". The Employer'snegotiation committee will deliberateon the requirementof additionalstaff in casesuch bidder stands top ranked-It is alsoto be I noiedthat the emptoyer is not boundto agreeto thereasons given in Form44. I T l T I I Peshawar- C"*rl"".y S.*t."r f"r F.*iUitlty SruaV and PrelirninaryDesign of Pesh11vl-J<.{utMotorway Section-l: I Torkham5it Km, Section-ll:Torkham-Jatalabad 76 Km, Section-Ill:Jalalabad-Kabul 155 Km 37 I I I

Form A-16 I DTRECTCNON-SALARY) COSTS T Sr. No. Nomenclature Unit Quantity Unit Total Amount Price I. Rentfor OfficeAccommodation L.S I 2. OfficeUtilities Costs L.S a I Cost/ rentalof Furniture/ L.S Furnishings A Cost(rentals) of Office/Other L.S Equipment I i. Computersand accessories ii. Photocopy machines iii. Communicationequipment T iv. Drafting/ Engirreering equipment v. Surveyinginstruments I (rentals) vi. Costof ConfirmatorySoil Tests vii. TransportVehicles (Rentals) I viii. Sitevisits and Meetings in Kabul& lslamabadduring currenc)iofProject t ix. Air Tickets& ForeisnVisits 5. Commun ication expenses Permonth 6. Dlafting/Reproduction of Reports L,S I 7. Professionalliability cost/ Premium L.S This is to be paid by the finn from its overheadsand here the amount payable is t only to be mentioned. 8. Office /Draft ing Supplies L.S 9. Soil andMaterial Investigation Repod L.S T 10. Satelliteimasery /DEI\4i DSM Data Rs.3,000,000/- ll SlopeStability Software for NHA for One Rs.2,000,000/- capacitybuilding License T 12. Codesand Manuals OneSet Rs.500.000/- 13. SupportStaffas needed for Key L.S ProfessionalStaff along wirh number, chargerate andcategory for review T 14. Othersnot coveredabove to comply L.S with TOR requirement t Total I

,. ,'l,ji I i.,,i,,.. , ...-l;' - Torkham50 Km, Sectionll: Torkham-Jalalabad76 Km, SectionJll:Jalalabad-Kabul 155 Km ""i.;.:r.;r:i;'""'-^ 38 t I t T I Form A-17 SUMMARY OF COST OF CONSULTANT FOR.

T ConsultancyServices for FeasibilityStudy and PreliminaryDesign of Peshawar-Kabul MofonvaySection-I: Feshawar-Torkham 50 Krn, Section-Il:Torkham-Jalalabad 76 I Krn, Section-Ill:Jalalabad-Kabul 155 Km I Sr. No. Description Amount(Rs.) t I SalaryCost / Remuneration l 2. Direct(Non-Salary) Cost a I GrandTotal: Nore: l- Thiscost is supposedto be builtup in bidprice and if anythingis leftblank it shallbedeemed to beincluded in thecost. t 2- The duesand salariesof staff are payableby the consultantin time and not laterthan 1Oth of thepreceding month positively. In caseof failureto do sothe Client shall interveneand pay thesedues and salariesof the concernedstaff T member(s)and recoverfrom the invoiceof the consultantat actualcharges paid plus lY' of the amount.This will also be accountedfor adverselyin making assessmentof the Consultantin the next evaluationprocess of I forthcomingproj ects/assi gnm ents of theC I ient. 3- The grandtotal is inclusiveof all the applicableFederal, Provincial & Local taxes.All thesetaxes are required to be built in the quotedrates and not be T mentionedseparatelY. I t I I I I

C"*"l,*.y S.t"tces for Feasibility Study and PretiminaryDesign of Peshlygr-Kabul NlotorwaySection-I:Peshawar- I Torkham50 Km, Section-Il:Torkham-Jalalabad 76Km, Section-Ill:Jalalabad-Kabul 155 Km 39 T APPENDIX-A

TERMS OF R.EF'ERENCE

(ToR)

ConsultancyServices for Feasibilirl'Study and PreliminaryDesign of Pesharvar-KabulMotonvay Section-I: Peshawar- Torkham50 Km, Section-Il:Torkham-Jalalabad76 Km, Section-lll:Jatalabad-Kabul 155 Km 40

1 I

I 1. BACKGROUND Pakistanby virtue of its geo-strategiclocation is a junction of SouthAsia, West Asia and Central Asia. It is a pathwayfrom resourceefficient countriesto T resourcedeficient countries. Pakistan can be termedas a Bridgebetween South Asia and South West Asia; Iran and Afghanistanare energyabundant while India and I Chinaare deficient. Land locked Afghanistanis now at the phaseof reconstructionfinds its ways throughPakistan. [t sharesa2,640 Km Durandline, pours border with its neighboring T Pakistan.There are ,number of un-administeredand two administeredBorder Crossings;at Chamanin Baluchistanand at Torkhamin KhyberPakhtunkhwa. Un- I adminisieredaie throughfrequent routes in desertsand mountain passes in FATA' The existingroad Iinksthrough Borders also need to be up-graded,especially being damagedby the NATO supply transit traffic. Keepingin view the growing demind of irade betweenthe two countries,the Governmentof Afghanistanhas T requestedGovernment of Pakistan to develop Peshawar- Kabul Motorway. Pakistan'svision to accessthe CARsshall alsobe f:;cilitatedthrough this Motorway' Ii hasbeen desired by the Governmentof Pakistanto carry out a detailedfeasibility I studyfor Peshalvar-KabulMotorway.

The documdntin handoutlines the technicaland economicrequirements to I carryout thedetailed Feasibility Study of theProject' t 2, THE PROJECT Peshawar-KabulMotorway will compriseof follolvingsection:- i. Peshawar-TorkhamSection,50.Km I ii. Torkhanr-JalalabadSection, 76 Km iii. Jalalabad-Kabul Section,155 Km t PAKISTAN SIDE (50 Krn) (Peshawar- Torkham(50 Km) I The available alignment of Peshawar-TorkhamSection be reviewed and suggestionbe madi to improvethe alignment.The bctter alignment,if any, I maYalso be suggested. . AF'GHANISTAN SIDE (231KM\

Torkham-JalalabadSection (76 Km) t Exirttttg ;rri"geway has been constructedby the Pakistan.Currently, Additional Carriagewayis being constructed.The existingfacility would be T convertedinto exPressway- Jalalabad-KabulSection (155 Km) The conversionof existingroute into expresslvayshall bc carriedout as T decidedby AfghanistanGovernment. The alignmentof this sectionshall pass throughDarvaiehgeh, Memla, Kokkhel,Khanjar,Hesarak and Kami Khel' The I proposedalignment is attachedat Attachmentl'

.r/:: !'i irvzrvSeiiio'n-t:" Pesharvar- @ityStuayandPrelirninaryDesign9fPeshalvar.Kabul I Torkiam56 Km, Section-Il:Torkham-Jalalabad 76 Km, Sectionlll:Jalalabad-Kabul 155 l I T I The broadscope shall cover the fotlolvingaspects for theMotorway sections: i. Technical,Economic Feasibility studies ii. PreliminaryDesign. I iii' InitialEnvironmental/social impact assessment/ecology studies. iv. Landacquisition, resettlement plans. I The projectshall have maximumincorporation of existingfacilities at any point betlveenTorkham and Kabul.The endproduct r.vith the incorporationof existing facilitiesis requiredas under; I i. Total length 281 km (approximately) ii. No. of Lanes 4/6 lane(both optionsto be studied) I iii. LaneWidth 3.65m iv. ShoulderWidrh 3.0 meterouter & 1.0m inner l, v. DesignSpeed 100-120km/hr for Plains (bothoptions to be studied) I vi. DesignSpeed 60-80km/hr for mountainous (both optionsto b; studied) vii. MajorBridges To be determinedafter detailed I FeasibiiityStudy. viii. Tunnels To be determinedafter detailed FeasibilityStudy. I 3. JIJSTIFICATIONOF THE PROJECT I The projectis justified on the follolving grounds.

. Pak-Afghantrade is bound to rise in luture and it shall be imperativeto I developan efficientfast economic corridor to facilitate. the commercialtraffic. J ' CARs are in dire needto access Pakistanand its Ports.The Central Asian Regional Economic t Corporation (CAREC) has identified various Routes from CARs to Pakistanthrough China I andAfghanistan. r The Routethrough Jalalabad, t t T

ConsultancyServices for FeasibilityStudy and PreliminaryDesign of Pesharvar-KabulMotorway Section-I: Peshawar- Torkham50 Km, SectionJl:Torkham-JalalabadTl Km, Section-Ill:Jalalabad-Kabul 155 Km 42 I I T I t I I T I t I

I Figure- I Location P lctn 4. SCOPE OF WORK I Scopeof servicesrequired to be coveredunder each Part is elaboratedunder respectiv: headings in the following paragraphs.However, the Technical area shall following tasks for both Four (04) and Six (06) lane Motorway facility: "ov"r I a) ReconnaissanceSurvey/Visit Report b) The Consultant shall review and update the existing alignments of P*shawar- Jalalabad-Kabutroad, if required, and submit other alignment options with I recommendationof the most economicalone. T t

I \itp

' '. '*,6irqddr

I Jq.,. I . .E.kd

I I l

c) The projectshall have maximum incorporation of existingfacilities and must T submitcomprehensive rational if we choosenot to usethe existingfacilities. The Consultantshall-_g!u" a presentationof the Alignment options with recommendationsto NHA. A joint presentationwould be madeto the Afghan I and Pakistanisides either in Pakistanor Afghanistan.Cost shall be borneby the Consultant'After clearance,finat option shall be focused for further detailedstudy as follorvs: I e) Acquisitionof freshstereo satellite imagery 0.5 m. f) Establishingpermanent BM at every I0 Km at approvedalignment with DFGPSand ortho-reciificationof stlreo imagery.Otserve cross-sectionat I every100 m interval. s) Aerialvisit with flag rnarkingson ground(upon security clearance) T h) Provisionof serviceroads lvhere necessary. i) Numberand type of crossdrainage structures, including .bridges, box/ pipe culvertsetc. I i) ConstructionMaterial study report k) outline plan and profile designwith satelliteImage (0.5m) geo-rectified in I background r) Identificationand preliminarydesign of interchanges,flyovers for access roads,underpasses, cattle creepsetc. The Consultantwill appriseabout the I provision of interchangesrvhere necessaryand underpassesrvith detailed reason. m) Typicalstructural drarvings with generallayout of Br.dges. I n) Netrvorklevel/ Projectlevel Traffic studyreport and pavement design o) Limitedsoil investigation at averagel0 km interval I p) SocialImpact Assessment (slA), Environmentlmpact Assessment Study (EIA) andEcology studies be undertakenas per EpA Guidelines I q) Roadfurniture including but not limitedto pavementmarkings, traffic slgns, cat eyes, gantries and lightings on .required motorway locations and Interchanges. I r) LandAcquisition and utility/ infrastructureestimates and folders as per outline design s) Outlinedesign of Toll Plazas,Rest areas, Service Areas and Weigh Stations at T necessaryIocations 0 Locationand outline designs of NHA andAfghan Highway project offices T u) Emergencyphone systems/ monitoring control rooms v) Hydrologyof thearea and Hydraulics of majorrivers w) The consultantshall prepare PC-t of the project on standardplanning I CommissionProforma x) GIS Mapon satelliteimagery. I y) The seismicmaps shall be made part of Feasibilitystudy report and will adequatelyutilized in the design.The informationshall be presentedin the fonn of separatelyprepared reports. I

ConsultaacyServices for FeasibilityStudy and PrelinrinaryDesign of Peshawar-Kabul.|vlotor.way'section=l: peshawar- Torkham50 Km, SectionJl:Torkham-Jalalabad 76 Km, Section-lll:Jalalabad-Kabul 155 Krn I t I

z) Revierv of the design of Cross-border facilities anci detail description of I facilitiesand controlsystems. Outline designon SatelliteImagery. a^) Economic/FinancialAnalysiswithlndicators. I bb) Take advise from NHA and Afghan government with respectto International T'rade Agreements/MOUs (if any) between Pakistan and Afghanistan and I suggestimprovements ItIote: t a) The security of Consultantstaff to be nrobilizedfor field data collection and surveyin Afghanistan,would be provided by Governmentof Afghanistan. b) The Governmentof Afghanistanwill provide completedata of existing,road (in I Afghanistan)to the Consultant.The Consultantwill asccrtainthe re!iability of data and collect the data on actual basis for various elementsof Feasibility Study. t c) The Nt{A can provide technical assistanceto the Afghan upon operatingsystems and Roadand Bridge ManagementSystem.

I 5. PAK-AFGHAN TRADE

Pakistan and Afghanistarr I have a long history of being trade partners. Pakistan represents Afghanistan's' main access to a I seaport for its foreign trade. Afghanistan,at the same time, has the potential for becoming a land linked country providirig Pakistan I with direct routes to the Central

Figure 2 Congestedsituation on N-5 and Border I Pakistanis governedby the Afghanistan-Pakistan Transit Trade Agreement (APTTA) which specifiesthe port, route, transport modes and custornstransit I procedures.A comparisonof Pak- Afghantrade is givenin the followingtable: laulel: raKstan-AlgnanlstanBtlateral lra0e (Valuein MillionUS $) I Year Erpods lmPorls Iolal Balanca 't40 29.s 170 110,9 2000-01 't92.1 200102 169.2 22.9 146.4 2002-03 315.7 34.8 350.5 280.8 t 2009-04 492.9 47.4 540.3 445.4 2004-05 747.722 38.9 786,7 708.7 2005-06 10s3.4 47.s 11 10.9 r01s.9 200€-07 753.9 76.2 830.2 6n.6 T 200-/-08 1143.6 91.3 1235? 1052.3 2008{s l3g8 €3 1491 1305 ' 2009-10 1572 139 t711 1433 T 2010-11 2336.7 172 2508.7 2164.7 Both Afghanistanand Pakistanhave agreedon, not only to continueto provide I Afghanistanrvith accessto the seathrough Pakistanbut also to provide Pakistanwith I I ! direct routesto the CentralAsian States.The Pakistan-AfghanistanJoint Economic Commission(JEC) lately agreedto enhancethe bilateraltrade from US current$ I 2,500 million ($2.5 billion) to US $ 5 billion by the year 2015, as envisionedby leadersof boththe countries, It is now required to undertake the planning, Feasibility, detail. design and constructionof the Project on bmergentbasis to I providedthe necessaryinfrastructure for the Targetsset betlveen the Countries.

PROJECT DESCRIPTION t

Peshawaris the capital of Khyber Pakhtunkhrvaand the administrativecenrer and economichub for the FederallyAdministered Tribal Areas of Pakistan.Peshawar I is situatedin a large valley near the easternend of the ' ,close to the Pak- Afghan border, Knolvn as "City on the Frontier", Peshalvar'sstrategic location on the crossroadsof Cenh'':lAsia and South Asia lras made it one of the most culturally I vibrant and liveh'cities in the greaterregion.,Peshawar is connectedto Motoixly system of Pakistan through Motorlvay M-I. PeshawarNorthern Bypass having a definition of 4-lanedived Expressnayprovides link betweenMotorway M-l and Start t Point of Peshawar- Kabul Motorway. The Start point of the Project is at end point of PeshawarNorthern Bypass.The I 50 Km alignment of Peshawar - Torkham Expressway is designed ai 4-Lane Expressway. It shall form the Pakistan section of the Peshawar - Kabul lvlotorway. Most of the Alignment follows new alignment but at critical narrow vatleys, it essentially follolvs the existing N-5 facility. The terminal point in Pakistan is at t 'l'orkham Border. At present there are no proper facilities to regulate the cross-border transit traffis. It will be required to develop an internationalstandard Cross-border station rvith all modern sate of the Art systemsto park, check, regulateand facilitate I the commercialtraffic. The terrain is very difficult mostly following the valleys and hill slopes. .A^lthoughthe designis completed,but it is envisagedthat the consuliantshall provide I further value addition and improvement. Options of Tunnels and Tunnel Bridge combinationsshall also be investigatedto achievestipulated Motorway standards. From Torkham to Jalalabad the I existing 2-lane is being up-graded to 4- Lane by FWO. The work is held-up due to various reasons, it shall now be re- designedlupgreded to |rlcton'iay Standard. t The Distancefrom Torkham to Jalalabad is 76 Km. T Frorn Jalalabad to Kabul the proposed Figure3 Rushln Mahlparvalley, a narrowgorge alignment, via [Darvazehgey, Memla, I Kokkhel, Khanjar,Hesarak and KamiKhel) is 155 Km in lengthTotal lvlotorway Length shall be around281 Km. Tunnelsexists in Afghanistan section of the Highlvay. It I needs to be rvidened to the lvlotorlvav standardsrvith all allied rvorks. T

Figure4 Hillyarea graduallywidening near Kabul I T 9 t I

The Projectshall be limitedascess having a minimumdesign speed of 60-80 I KPH in hilly areasand 100-120 KPH in plainareas. I 7. DESTGN STAI{DARpS Designstandards conforming to 100-120KPH in plainand 60-80 KPH in hilly areasshall be used.The proposedcarriageway cross-section lvill be 416lane divided t with medianbarrier. Inner shoulder is I nr andouter shoulder shall be 3.0 m. There shallbe headlightscreen in theme,lian. Maximum grade shall be limitedto 6% with critical gradelength as per AASHTO standard.Split level designin mountainous I terrainis acceptable,provided technical requirements are fulfilled.

2 -lane via duct,split t Ieveloptions as per AASHTOStandards I I l I The Consultantmay exploreother optionsto reducethe excessivecuts in hilly areas. t Consultantmay also take into considerationthe optionsof tunnels/viaductsand other structuresas can be beneficial to the project in economicor technical terms.

I Sr. DesisnElements Unit Plains Rollins Mountainous l Desisnspeed (KPH) Km/hr 100-t20 80-I 00 60-80 2. Min. stopping sight m 185-250 t30-185 85-I 30 T distance* 3. Max rate of super % 6 6 6 elevation. I 5. Horizontal curvature: i) Absolute min. m 437-7s6 252-437 123-252 radius ii)Radius above m 3,5l0 2,360 1,7r0 I which no Super- elevationis reouired 6. Road formation width m 74.2 24.2 24.2/ Split level T design in mountainous stretches to be I investigated t I I \> Sr. DesignElements Unit Plains Rolling Mountainous

a 7. Max. grade % 3 J 6Yo ruling; 7o/o exceptional cases 8 Min. grade. In fill 0.3% In cut0.5% 9. Rateof verticalcurvature: i) 'K' value for crest curves: Stoppingsight distance. K/%A >95 >26 ii) K' value for Sag curves: K/%A >63 >30 10. (a) Fill Slopes: H:V 2:l (b) CutSlopes*t (i) 1.5m-3.0 m cut H:V 0.5:1 0.5:I 0.5:1 iD 0-1.5m cut H:V 0.5:i 0.5:I 0.5:I iii) >3.0m H:V As per site conditions 1t Min. vertical clearance over m 5.2 road 12. ivlin. vertical clearance over m 6.5 railwavline. 13. Rightof way. m 80m * Valueis for Levelgrade, in caseof verticalgrade appropriate length to be added I ** Valuesshall be adjustedas per soil parametersdetermined after required testing. Note: Benchinsshall be providedif cutexceeds 6 m t DESIGN STANDARDS LaneWidth: 3.65m I No of lanes: 4/6 lane(both options to be studied) ShoulderWidth: Innerlm inner,3 rn outer,0.5 m rounding Crossfall normal: Carriageway2o/o I . Shoulder4% Median: New-Jersey Barrier (0.6 M) with headlightscreen T Electrification: At Interchangesand near cities Main Serviceareas: At averageevery 60 Km Min Area600 m x 600m Restaurants,Iv{osque, Medical emergency, ATM, MotorlvayPolice, Highway Authority, Information I center?Vehicle repair/ Tyre Shopseparate for cars andtrucks, Shopping, Children play area,separate toiletsfor ir{enand Wonren, Fueling station, I Parkingetc,. N{ini Serviceareas: As required Rest Areas: At averageevery 60 Knr I Weighing stations: At everyEntry/ Exit Pointsoutside Motorway Al I fl yovers/Interchanges: Six-lanefor futureaddition of thirdlane. I

ConsultancyServices for FeasibilityStudy and PreliminaryDesign of Pesharvar-KabulMbrorway.Sqction-l: Peshawar- ' ' -r. i: 1 Torkham50 Km, Sectionll: Torkham-JalalabadT6l(m, Section-Ill:Jalalabad-Kabul 155 Krn'. '... 48 I

. ti.:t

j '::-:i.!

.rj-j': '....t ' -.-' .. ''j I i: .... ' a '1. r: :. , --...jaj.." I l t All majorriver Bridges: Six-Lane Roadfurniture: Reflectivelane markings, delineators and road I signsof diamondgrade or equivalent GeometricDesign Standards: "A Policyon GeometricDesign of Highway& Streets2004" ] RoadsideDesign standards: "AASIITO RoadsideDesign Guide" t Classifi cation of Highr.vay: RtrralFreeway DesignVehicle: 6- AxleTrailer (1.22+222) t f)rainage: Curb andGutter and Chutes for controlleddrainage 8. ST'BMISSIONOF RE

I The consultantsshall preparethe following documentsfor the project and submitto theEmployer: I Stage-I: o InceptionReport r Presentationon AlignmentStudy Report t . AlignmentStudy Report (Approval within l4 days) Staee-II: I r FeasibilityReport (Technical, Economic & Financial) e Traffic StudyReport t o StructureReport c TunnelReport . SeismicReport I c MaterialsReport including Geotechnical Investigations andHydrology Report " Hydraulic o PavementDesign Report I o StructuresRequired lvith gcnerallayout Report r LandAcquisition and Utility Folder t e Environment,Ecologyand socialImpact Assessment Report . Stage-III: t o TenderDocuments (Volume 1-4) . Engineer'sEstimate, BOQ's I . PC-1(As perPlanning Commission Performa) 9. PROVISION OF DATA 9N COMPACT DISCS I The Consultantsshatl submit complete set of documents,drarvings and reports on three(03) digital CD-ROMs separately. Files (Word, Excel, Auto Cad, t listedabove T t t GraphicalImages, Photographs etc.) shall be properly indexed/cataloged for record I purposesand use/ reproduction at a laterstage by NHA.

10. TIME OF START t Theservices shall be comnrenced immediatel y aftertheissuance of LOA. I II. TI.ME PERIOD

Timefor thecompletion of outlinedesign shallbe six (6) months. I 12. PROVTSIONAL Sukrg I Sr. ITEN{ UNIT AMOUNT I 01. SatelliteImagery Data 3.0Million 02. Slopestability softrvare OneLicense 2.0Million I 03. Codesand h{anuals Oneset 0.5Million I 1.2. InterrrationalInput I Man S. No Positio n No. nronths I I TeamLeaderf{ighway Engineer I 6

2 GeotechnicalEngineer I 4 I TOTAL (A) t4 I DomesticInput Man S.No Position No. months I I AssistantHighlvay Engineer I 5 t 2 PavementEngineer I 1 Traffi cAtretworkanal vst I 2 I 4 AssistantGeotechnical Ensineer I 4 5 SeniorStructure Engineer l 4 I 6 Junior a StructureEngineer a 4 I

ConsultancyServices for FeasibilityStudy and PreiiminaryDesign offisbarvar-Kabul'Moiorway Section-l: Feshawar- Torkham50 Km, Section-ll:Torkham-Jalalabad76 Km, Section-lll:Jalala-bad-Kabul 155 Kni.;'--.' 50 I Y I t I

I 7 Hydrologist/Hydraulic Engineer I J 8 Soil& MaterialEngineer I 4 t 9 EnvironmentalEngi neer I 3 t0 ChiefSurveyor 2 4 I 11 AssistantSurveYor 4 4 TOTAL (B) 38 2 I t2 QuantitySurveYors 2 2 IJ GISEngineer 1 t TOTAL (C) 4 I Non Technical Staff Man Position No. I S. No months l4 ChiefEconomist 2 5 I 15 SocialScientist (SEA) I J I TOTAL (D) 8 SupportStaff Man No. I S.No Position monthr a l6 ComputerOperators J 6 I t7 CAD Operators 4 4 l8 OfficeAss stants I 4 19 LabTechn clans 4 4 I 2A SurveyHe pers 8 4 2l Drivers 5 6 I 22 SecurityCuards/Peons 8 6 I TOTAL (E) 34 Out of Pocket Itenrs I TravelAllorvance Dailv Allowance t eir Tickets& ForeignVisits Rentfor Vehicles t POL & lvlaintenance sign of Peshaw?'-5:99t',M iorkt am-.tataiatad?6Km. Section-tll: Jalalabad-Kabul | 55Xnt :':. )l ;;ilffi;i K;{.tion-rr: i:, I , \\ ,.,: v/ ' 'j' I t Out of PocketExpense Geo-TechnicalInvesti gati@ OfficeAccommodation, Maintenanceof OfficesA AccommoOiti6n Reproductionof Reports,Drarving-ind oiheG Total Cost(Rs.) APPENDIXB

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

JvlotorwavSectio-n-l: Pesharvar- 9f-l*l1yT-Fl9ul ':,i,, Torkham5bKm,section-n:Torkham-JalatabadT6Km,Section-Ill: hlalabad-Kabul"l55Kllr //fL '',.jj 53 ..r.-4" 1; :.' _,:-.'i ----1

APPENDIX C t

CLIENT'S REQUIREMENTS FROM THE CONSULTANTS I CLIENT'S Someimportant requirements are: REQUIREMENTS I FROM THE I. Selectinga ConsultingEngineer is oneof the most important CONSULTANTS decisionsan otvneror Client makes. The most important standardsfor this aretechnical competence, managerial ability, professionalintegrity and fairness of fee structure.The Client I will seekinformation on allthese aspects by:

a. Obtainingcomprehensive lvritten infornration from the the I Consultantin form of RFPsand shouldbe completedin full providin_eall detailsas corectly known as possible. It ha:;been experiencedthat someConsultants try to hide t their deficienciesviz-a-viz the requirementsof "fOR by nrakingunclear and vague statement. It will be policyof evaluatorsthat vaguestatement and lack of clarity in I proposalson specificissues may be reasonto downgrade therating.

b. Talkingto the seniorpersonnel of theConsultants. I c. Consultingtheir Clients. I d. Vieivingthe projectsthat they have accomplished and visit theusers. l e. Visiting the premisesof the Consultantand exarnining, systemsand niethrd of lvorks as tvell as hardwareanc! software abilities available. Senior Management I (minimumDirector level) shall regularly visit the siteat leastonce a monthand hold meetingrvith 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 understandingof the proposed assignment by the Consultant. I ) For Items (b) to (e), the inspectioncan be held any time prior to or aftcr arvardof work to the Consultants.During the inspectionif the scenariofound is not compatiblervith I rvhat is presentedduring presentationsor as per Contract, the Consultantis liable for action debarringfor trvo (2) years for future projectsu'hich may or may not include blacklisting action. I t I I CCIMBII{trD EVALUATION REPORT {Technical + Financial} I I T National Highway Authority (Frocurement and Contract Admlnlstratlon Sectlon| I 28 Mauve Area, Sector G.-911,Islamabad {Pakistan} T Phone: +92-51-9032727, Fax: +92-51-9260419 I I I fnifxo'vrri$r.-Ars I COI}IBIT{ED I EVALUATION REPOR.T I FOR I Consultancy Seryices for Feasibitity Study and I Preliminary Design of Peshawar - Kabul Motorrvay, Section-I: Peshawar - Torkharn (5O I K*), Section-Il: Torkham - Jalalabad 176K*), Section-Ill: Jalalabad - Kabul (155 Krnl I t I t October, 2016 t I t I Technical Evaluation RePort I Evaluation R.eport li 1. PREAMBLE junction Pakistan by virtue of its geo-strategic location is- a of South Asia, Wesi Asia and Central Asia. It is a pathway from resource I be efficient countries to resource deficient countries' Pakistan can and termed as a Bridge betweensouth Asia and South west Asia;Iran Afghanistan are Jrr.try abundant while India and China are deficient' I finds f,#a locked Afghaniltan is now at the phase of reconstruction porous its ways through Pakistan, It sharcs a 2,64OKm , un- border with its neighboring Pakistan. There are number of I in administered and tw-o administered border crossings; at Chaman tln- Baluchistan and at Torkham in ' The and t administered crossings are through frequent routes in dr:''ert's mountain passes in FATA. i''p-graded, I The existing road links through borders also need to be especially uiing damaged by the NATO supply transit trafilc" Keeping the in view the growing dEmand of trade between the two coultries, to Government of Afgtanistan has requested Government of Pakistan t the develop Peshawar - Kabul motorway. Pakistan's vision to access cARs =ttrti also be facilitated through this motorway. It has been I desired by the Government of Pakistan to carry out a detailed feasibility study for Peshawar-Kabul motorway' I 1.1 THE PROJECT Peshawar-Kabul Motorway wili comprise of following section:-

I i. Peshawar-Torkham Section, 50 Km 11. Torkham-Jalalabad Section, 76 Km -Kabul 155 Km I 111. Jalalabad Section, Paklstan Slde {Peshawar - Torkhar:nl {5O Km}

Ii The available alignment of Peshawar-Torkham Section will be reviewed and suggestion be made to improve the alignment. The better I alignmeni, if any, may also be suggested' Afehanlstan Stde 1231 Kml I I I Torkham-Jalalabad Section (76 Km) Currently, Existing carriageway has been constructed by Pakistan' facility would I addido;al carriige,""y i" being constructed. The existing I be converted into motorwaY. gn of Peshawar - Kabul Motorway Sectiotr-l -Jalatabad (T6 Kmf section-lll Jalalabad - Kabul llSS Km) PeShrailar- Torkham [5o Km) Section-ll Torkham I \ l';ri"r'| kr*o I b,,*' I OQ t I Technical Evaluation Report Jalalabad-Kabul Section (155 Km)

I The conversion of existing route into motorway shall be carried out as decided by Afghanistan Government. The alignment of this section shall pass through Darvazehgeh, Memla, Kokkhel, Khanjar, Hesarak t and Kami Khel.

This report covers the proceedings of procurement for hiring I consultants for feasibility study and preliminary design of Peshawar - Kabul motorway.

I 2. PC.l STATUS

The consultant will prepare the PC-I of the project as discussed and I approved in TWP-II meeting held on 27th January,2OL6' I 3. TIME PERIOD The project is scheduled for completion in six (06) months.

I 4. ApVERTTSEMENT I 4.L RFP Notice RFP Notice lvas advertised in two daily newspapers namely: The News (English Newspaper) and Daily Express ( Newspaper) on 2nd I January, 2OL6, and also uploaded on NHA and PPRA websites. PPRA tender No. is TS2635O0E. The RFP Notices of both above mentioned I newspapers are annexed at Annexure-A. 4.2 Corrigenda

Sr. I Corrigend.urn N*" Date Fxtended Upto Date of Publishing No. I 1. Corrigendum No.l 10thFebruary,2Ot6 1SthJanuary 2016 2. Corrigendum No.II L9h February,2016 lOtt February2oL6 I 3. CorrigendumNo.III 29h February,2OL6 19thFebruary 2016 4. Corrigendum No.IV 7thMarch,2OL6 l"t March 2Ot6

I All the above listed Corrigenda are annexed at Anne:nrre-B. I 5. PRE.PROPOSAL MEETINGS & ADDENDUM The Pre-Proposal meeting was held on 26th January, 2OL6 at 110O hrs. in NHA Auditorium, HQs Islamabad. The proceeding of Pre- I Proposal meeting is annexed at Annexure-C.

Consultancy Services for Feasibility Study and Preliminary Design of Peshawar - Kabul Motorway Section-l - t awar - Torkham (50 Km) Section-ll Torkham - Jalalabad {76 Km) Section-lll Jalalabad Kabul ( 155 Km) I t Nr"*-%\b I Qu I t Technical Evaluation RePort

6, SUBMISSION/ OPENING OF PROPOSALS I I 6.1 Following four (04) Consultancy Firms as JV subrnitted their I Technicaland Financial Proposalson 7thMarch,2Ot6: I

a. M/s Finite Engineering (Pvt.) Ltd. in JV with M/s Prime t Engineering & Testing consultants, M/s Hassan & Behram I Consulting Engineers Intl. and M/s Creative Engineering I Consultants I b. M/s Associatedconsultancy center (Pvt.) Ltd. in JV_with M/s SAMBO Consulting Co., Ltd., M/s Associated Consulting I Engineers- ACE (Rrt.) Ltd. and M/s Assign Engineeringconsult I Intl. I c. M/s A.A Associates in JV with M/s changjiang survey, Planning Design & Research co., Ltd. and M/s Asif AIi & I Associates(kt.) Ltd. I d. M/s METROPLAN Musavirlik Muhendislik San. Ve Tic. Ltd. Sti- I in JV with M/s TRANSTECH ENGINEERS and M/s s.s.&A. Intl.

I 6.2 The Opening and Evaluation Committee constituted in respect of NHA t Code-iOOS ana further revised vide Circular No 6( )/GM(P&SA)/ NHA/15/116, dated 23'd January, 20L5 was invited vide office letter I No.Oie+S-B)/cM (P&CA)/NHA116l386 dated_ 3'd March, 2OL6 for I op"rirrg of'proposals. The Technical proposals were opened on 7th March,-2ofO in the presence of representatives of Consultants. The I proceedings of the opening of technical proposals are annexed to the t report at Annexure'D.

I 7. TECHNICAL EVALUATION I t 7.1 Technical Evaluation Criteria I The evaluation of technical proposals is based on the following t criteria: I S.No. Descriptlon/ Items Polnts t25 I l. Firms Experience I 11 f C"".tal Experienceof the Firm (25) I b) | Specific Experience of the Firm t10O) I 11. Approach & Methodologr 2AO t a) Understandingof Objectives(20) s b) Quality of Methodolory (50) I c) Innovativeness/Commentson TOR (20) I dPreliminaryDe1isn-of|."h-1y3l:.KuPu'.-Yot:rway.Section-I - (155 I peshawar- Torkham (50 Kmf Section-ll Torkham - Jalatabad pyA\t Section-llt Jalalabad Kabul Krnl I S.uto I \s* I I I t I Technical Evaluation RePort I S.I[o. Descrlption/ Items Polnts I d) Work Program (50) I e) Staffing Schedule (40) in 0 Conciseness, clarity and completeness I proposal presentation (20) I ur. Quatification and Experience of the Key Staff 620 t Firm o30 lV. Present commitments of the I v. Past Performance of the Firm 125 I Total Polnts: 1000 I t Minimum qualifying technical score: 7A% I The points earmarked for evaluation sub-criteria for suitability of Key I Staff for the Assignment are: t o/oilge I S.No. Description/ Items I I Academic and General Qualification 30% I ii. Professional Experience related to the Project 60% I 111. Status with the firm (Permanent& duration 10% with Firm) I Total: 100% I

I 7.2 riqs I Council: I The Pakistan Engineering Council (Conduct and Practice of consulting Engineeis) Bye-laws, 1986 inter alia regulates the affairs I related to tfre-selection of Consultants for engineering projects in 'selection I Pakistan. In Bye-Laws 6 (2) Process"it states: t *Foreign as firms of consulting engineers shall get themselues registered .ngineers for specified proiects uthich need expertise and I "ontuitiigspeciatizid inoutled.ge not auailable with Pakistani consulting I ingineers, shall join an association or ioint ttenture, the seruices to be reid"ered.bg the-foreign firm of consulting engineer shall be limited to I the and knowledge not auailable with anV Pakistani I consulting"*p"rti".engineer... . " t The above mentioned Bye-Laws also define the procedure for I foreign consultants in its Bye-Law9, which statcs: I registrationof t

Ii I I I I I tl

Technical Evaluation RePort

I (1) "Foreign Consultants before starting ang assignments in.P-akistan shall get themselues registered with Council and a certificate on Form No.4B, shatt be issued to the Foreign Consultants on pagment I of reqlisite fee, to enable themto operate in Pakistan, (2) of Bge-Law 6 (2) On futfiIlment of the conditions set out in clause I and. submissioi of the releuant documents listed below alongwith requisite proeessiitg fee, the Foreign Consultants if interested in Uaaing oi neg otiat{oi for ang pr oject shall.g el the mselue s reg iste red on Form PEC 4C in I for thit project and-obtain a certifcate Appendix-E"p""{n" I (r) registration certificate of the Pakistani consultants and pre' registration certificate of the Foreign consultanls,' (ii) joint uenture or association agreement of the parties, I specifging shares of each partg and nQme of the lead eonstltants; and (iit) brief description and scopeof utork for uthich the association I or joint uenture intends to participate in bidding'

(3) In case of transfer of teclnology ag_rgements,Foieign consultants I shall stpblV to ihe Councit a copA of the approual obtained from the Emploger,

I (4) Foreign Consultant shall haue to get their pre-regist.ration-reneuted as tong as theg intend or require to operate fn Palcistan. Houreuer, each speci|ic.project, for participatiig in bid.ding or negotiation fol I in"g naie to get a-separate registration cerltticate for each proiect.""nol1

I 7.3 PreliminaryEvaluation

a. Preliminar5r evaluation was conducted jointly by -evaluators of I Design, pllnning and P&CA.The evaluators found that the all the consultants had not responded well to the requirements of the RFP and it was apprehended that almost all of the consul'.ants were t unable to evin qualify for detailed evaluation of their Technical ProPosals. ll Shortcomings and mistakes were found in the proposals of all the consultingli'msbiddingforthesubjectservices.

b. Section (6) of PPRARegulations 2olo i.e. "criteria for short-listing li of consuliants" states that (1) whenever short-listing is deemcd necessary; the procuring agency shall predetermine the criteria for short-lisiing. Except for single source, there will normally be a lr minimum Jf tnt"" consultants in the short-list, but there is no upper limit for number of firms to be short-listed. However, if less Ir than three lirms apply; their proposals may be consideredon merit' - study and Prcliminary Design of Peshawar Kabul Motorway Section-l @Fcasibility - (155 --Torkham (50 Kml Section-ll Torkham - Jalalabad (76 iection-lttJalatabad Kabut Kml ll l';'gr'1i tuI r l! \^-ko'. Vr, t f, t I Technical Evaluation Report c. NHA has been conducting procurement process directly on Single StageTWo Envelopebasis since last few years; while, bypassing the I step of short-listing. In the instant case as well the short-listing process was skipped (knowing that ferv firms were available in the market and that not too many proposals would be received)and I proposals were invited on Single Stage Trvo Envelope (SSTE)basis. As procuring agencyhad receivedreasonable number of proposals i.e. four (04) which are more than the minimum threshold as I stated in Para 7.3(b)/N; therefore, the Evaluation Committee considered it as automatic short-listing and the shortcomings/ mistakes found in the technical proposals could be got complied the named in Para 6.1/N; because,this -didwith from all consultants l- not affect ranking cf the JV firms. On the other hand none of them appeared responsive;therefore, it seemed advisableto seek I clarification/ justification/ substantiaticrr from erll of lhc consultants. Otherwise it was apprehended that the entire Process . could go waste if status of the technical proposals remained same as it was. On the other hand clarification on equal-opportunity- I basis from all the consultants could be solicited without prejudice with or inclination tc'*.rards anyone. This clarificalion and its resulting response by the Consultants in the; form of provision of t documents or signing of the technical proposal ra'ould remain within the limitations oi clarification allorvedir: Public Piccurenent Rule 31 as the substanceof the L'ids meanl.iar raniring rvoui.Jnot I be changed; rvhile se:!:ing clarificaition it would be ensured that no consultant'"rrouldbe ailo'wedto submit any documeni to substitute the prreviousone attacheCto its technical proposal li:iat could affect I its rankingf score.

d. After approval/ permissionof the Member (EngineeringCoord), for I above, following clarifications were sought from the consultants and the consultants were given a week's time to fulhll the I requirernents listed: M/s Fintte Englneerlng (Prfr.! Ltd. {Lead Flrm}: I (i) The consultant's authorized representative missed to sign and stamp some pages of the technical proposal; the consultant was asked to send its authorized representative to fulfill this I requirement; tii) Detail of facilities available with all the members of JV was not t, attached, the consultant was asked to provide the detail; (iii) From the CVs of expatriateKey Personnelit seemedthat M/s Finite Engineering(Pvt.) Ltd. is their errployer and they are the I firm's regular employees.Following documents/detail of the expatriate Key Personnelwas requestedfrom the consultant to li confirm their status with the firm:

Consultancy Services for Fcasibility Study and Preliminary Deslgn of Peshawar - Xabul lvlotorwaySectiorr-l - t, Peshawar- Torkham {50 Km) Section-ll Torkham - Jalalabad(76 Kml Section-lll Jalatabad Kabul {155 Kml l':rY't'' \CL A lr 6ntto l)l , *-t \'t-^t\r'r t/ d4F>-z---" I [nt,o 1 Technical Evaluation Report

I Er Name of the Clients and copies of the contract agreements to indicate the employments of the Key Personnel with M/s Finite Engineering (Rrt.) Ltd. on various projects; I E Salary Slips of the Key Personnel during their services with M/s Finite Engineering (Pvt.)Ltd., and I tr Registration of the Key Personnel with Pakistan Engineering Council for the periods of their rvorking in Pakistan othenvise indicate the contracts performed by I It{/s Finite Engineering(Pvt.) Ltd. whereinthese Persorrnel were employedby the Firm. I M/s Associated Consultancy Centre (Ptrt.f Ltd. {Lead Firnef: (i) Affidavit for non-blacklisting was required frorn M/s SAMBO I Consulting Co., Ltd. (ii) Affidavit confirming the availability of proposed staff was required from all the Member firms including the Leader of I JV; (iii) M/s Assign Engineering Consult Intl. was asked to provide detail of facilities available with the consultant; I (i") M/s SAMBO Consulting Co., Ltd., and M/s Assign Engirieering Consult Intl. were required to provide Client's I SatisfactionCertificates for last three completedassignnrents; (") Project Specifrc Registration Certificate duly issued from PEC was required from M/s SAMBO Consulting Co., Ltd. being I engagedas foreignfirm. M/s ^d.AAssoclates (Lead Flrm|:

I (i) The Letter of Association of M/s Changjiang Survey, Planning Design & ResearchCo., Ltd. bear scanned signature; therefor original Letter of Association was requested.

tii) Project narne was not mentioned on Afhdavit for non- blacklisting of M/s Changjiang Sun'ey, Planning Design & I Research Co., Ltd.; therefore, the consultant was asked to submit revised Affidavit. I (iiil Project narne was not mentioned on Affidavit submitted by M/s Changiiat',SSurvey, Planning Design & ResearchCo., Ltd. for confirmation of the availability of proposed staff; therefore, T the consultant rvasasked to submit revisedAffidavit. {iv) Affidavit confirming the availability of proposed staff was not provided by M/s Asif Ali & Associates(Pvt.) Ltd. therefore,the I consultant was askedto provide the same. I Consultancy Services for Feasibility Study and Preliminary Design of Peshawar- Kabul Motorway Section-l -Torkham (50 Kml Section-Il Torkham- Jalalabad (76 Kmt Section-lll Jalalabad- Kabul (155 Krnl I %u' l';rllt ri V \ts fr I I Technical Evaluation Report (v) M/s Changjiang Survey, Planning Design & Research Co., Ltd. was asked to provide Client's Satisfaction Certificates (for the I last three completed assignments). ("4 Some pages of technical proposal were not stamped; therefore, the consultant was asked to send its authorized representative I to stamp the relevantpages.

(vii) The Porverof Attomey of M/s Asif Ali & Associates(tut.) Ltd. I was not provided rvith the technical proposal; the consultant was askedto submit the same. t (viii) Detail of facilities available with each firm in JV to perform the Services was not provided with the technical proposal. The consultant was requested to provide the same for all JV I members. (ix) Project Specific Registration Certificate duly issued from PEC rvas required from M/s Changjiang Survey, Planning Design & I ResearchCo., Ltd. being engagedas foreignfirm. I M/s METROPLAN lllusavlrlik Muhendislik San. Ve Ttc. Ltd. Stl. (i) The Letter of Intent to form the JV bears scanned company stamp and signature of representative. The consultant rvas I requestedto submit the original Letter of Intent" (ii) The Powerof Attorney submitted rvas not as per requirement and is not original. The consultant was requestedto submit it I afresh and original. (iii) Affidavit for non-blacklisting was provided; however, not on t stamp paper. The consultant rvas requested to submit Affidavits for non-blacklisting for all the JV mernbers afresh on stamp papers. I (iv) Affidavit confirming the availability of proposed staff was not provided by any of the JV urernber. The consultant was requested to submit the requisite Affidavits for all the JV I memberson stamp papers. (v) Client's Satisfaction Certificates for last three completed assignments was not provided by any of the JV member. The t, consultant was requested to submit the requisite Client's Satisfaction Certificates for all the JV members. lr tui) Page nurnbering rvas not in proper sequence and the official stamp of the Lead Firm on technical proposal was also missing. The consultant was requested to fulfill the requirement of proper page numbering and official stamp on I the technicalproposal. (vii) Detail of facilities availablewith each firm in JV to perform thc li Services was not provided with the technical proposal. The l, Consultancy*'I Senrices {50 forKmr Feasibility secterork'"- Study and -:'adPreliminary (76 DcsignKmr -ff*'"^;E* of Peshawar - Kabul Motorway*nil,,,* Section-l t " li )-- "''*Q b (A* \r,*N"q=ttc I &_!t Technical Evaluation RcporL

consultant was requested to provide the same for all JV members. I (viii)Signature on one of CVs was missing. The consultant was asked to send its authorized representative to sign the CV so I that same could be considered for evaluation. (ix) Project Specific Registration Certificateduly issued from PEC was required from M/s METROPLANMusavirlik Muhendislik t San. Ve Tic. Ltd. Sti. being engagedas foreign firm. e. The copies of the letters through which above inentionecl t clarifications were sought from the consultants are annexed at rdnnexure-E. I f. Responseof the Consultants: I Following was the response of the Consultants: M/s Finlte trnglneertng (Rrt.) Ltd. {Lead Firm}:

(i) The consultant's authorized representative visited P&CA I Section and completed the signatures and stamp requirements on technical proposal; I (ii) Detail of facilities available rvith each firm in the JV was submitted and accepted by the Committee; (iii) Regarding the expatriate Key Personnel the authorized I representative submitted that the expatriate engineers are intermittently associated with r.rsto rvork on various projects. The said expatriate personnel have confirmed to render I services on sui:ject project: The submissronwas accepted bg the Comrnittee; I frtr/s Assoclated Consutrtaney Center (Prrt.! Ltd. {Lead Firmf : t0 Affidavit for non-blacklisting by M/s SAMBO Consulting Co., I Ltd. has been submitted and acceptedby the Committee,' (ii) Aflidavit confirming the availability of proposed staff by all the firms: Submitted and Accepted by the Committee; I (iiil Detail of facilities available to Mls Assign Engineering Consult Intl.: Submitted and accepted by the Committee; Client's Satisfaction Certificates for M/s SAMBO Consulting I Co., Ltd. and M/s Assign Engineering Consult Intl.: Subrnitted and Accepted by the Committee; I (v) Project Specilic Registration Certificate due to M/s SAMBO i Consulting Co., Ltd.: Submitted and Accepted by thc I Committee. Serviccs for Fcasibility Study and Preliminary Design of Peshawar - Kabul l{otorway Scction-l I - Torktram(50 Kml t..tionf,kham - Jalalabad(76 Jalalabad- Kabul{155 Kml 'r1 jection-ttl Tl ':; /)war \ K,\rqn^, /J dg-^e / ! {1" ({ I $rr*-rrt ..V- V Technical Evaluation Report

I M/s A.A Assoclates (Lead Flrrn!:

(i) The JV did not provide the original Letter of Association of M/s I Changjiang Survey, Planning Design & Research Co., Ltd. which is required; I (ii) The Affidavit by M/s Changiiang Survey, Planning Design & Research Co., Ltd. for its non-blacklisting in past is submitted by consultants and accepted by the Committee; I (iii) The Affidavit by M/s Changjiang Survey, planning Design & Research Co., Ltd. for confirmation of availability of its proposecl staff is submitted by consultants and accepted by I the Conrmittee; (iv) The Aflidavit by M/s Asif Ali Associates for confirrnation of availability of its proposed staff is submitted by consultants I and accepted by the Committee; (") Client's satisfaction certificates for M/s Changjiang Survey, I Planniirg Design & Research Co., Ltd. is submitted by the consultants and accepted by the Committee; (vi) The consultant's authorized representative visited p&CA I Section and completed the requirement of stamp on technical proposal;

(vii) The Power of Attorney by M/s Asif Ali & Associates {pvt.} Ltd. is submitted by the consultant and accepted by the Committee; I (viii)Detail of facilities available with each JV member is submitted by the consultant and accepted by Committee; (ix) Pro.lect Specific Registration Certi{icate from PEC due to M/s I Changjiang Survey, Planning Design & Research Co., Ltd. is submitted and accepted by the Comrnittee;

I M/s METROPLAN lvlusavlrlik l{uhendtslik San. Ve ttc. Ltd. dtt. {Lead Flrnr}: t, (i) Original letter of Intent to form JV is submitted by the consultants and accepted by the Committee; (ii) original Power of Attorney for all the JV members is submitted lr by the consultants and accepted by the Committee; (iii) Affidavit for non-blacklisting for all the JV members is submitted on stamp paper by consultants and accepted by li Committee; (iv) Affidavit to conlirm the availability of proposed staff is I submitted by M/s METROPLAN lvlusavirlik Muhendislik strrr. Ve Tic. Ltd- Sti. and M/s S.S.&A. Intl. only whereas M/s TRANSTECH ENGINEERS did not submit confirmation of its lr proposed staff which is not acceptable;

Consultancy Services for Feasibility Study and Preliminary Design of Pcshawar - Kabul N{otorwaySection-l li - Torkham 150Kml Section-Il Torkham -.! r.lalabad(?6 Km) Section-lllJalalabad - Kabul (155Kml .L 4t D l',rl!r' | (, li \ , ffirrb /v1.,I a%> {tit' U,r,N \! I lu l, I Technical Evaluation Report I (v) client's satisfaction certificates for last three completed assignments are provided for M/s METROPLAN Musivirlik I I Muhendislik san. Ve Tic. Ltd. sti. and M/s TRANSTECH I ENGINEERS;whereas only one relevant certificate is provided l for M/s S.S.&A.Intl. which is not acceptable; I (vi) The authorized representativeof JV visited p&cA section ancl completed the requirement of proper page numbering and stampson their technical proposal; TI {vii) Detail of facilities availablewith M/s METROPLANMusavirlik Muhendislik san. Ve Tic. Ltd. sti. and M/s TRANSTECH I ENGINEERSis submittedwhereas same for M/s s.S.&A. Intl. is not submitted which is not acceptable; (viii) The authorized representative of JV completed the I requirement of signature on CV of Key personnel; (ix) llgi"_rt_ Specific Registration Cerrificate due to M/s METROPLANMusavirlik Muhendislil

ll M/s A.A Assoclates (Lead firmf in JV with M/s Changiiang Survey, planning Design & Research Co., Ltd. and M/s Asif ati & I Associates(Pvt,) Ltd. M/s METROPLAN Musavlrlitr lrluhendisllk San. Ve Tlc. Ltd. Sti. llead flrrnf in JV with Itl/s TRANSTECH ENctNEERS and lvt/s Not Providcd T S.S.&A.Intl. I 7.4 Detailed Evaluation The firms who responded to the clarification letters from NHA were further technically evaluated in detail as per the evaluation criteria given in Para 7. f /N. The score earmarked after completing the detailed technical evaluation of each of the received p.opo"al by the evaluators of IJHA, are tabulated below:

Sr. I Narne of Consultant l{o. Score Rank M,/s Assoclated Consultaney Center {Prrt.! ltd. $,9ad firmf in JV wirh M/s SAMBCi I I ConsultingCo., Ltd., M/s Associated Consulting 724 lut Engineers - ACE (Pvt.) Ltd. and M/s Assigi EngineeringConsult Intl. T M/s A.A Assoclates lLead firm| in JV wirh M/s 2. Changji?mgSurvey, planning Design & Research 723 2od 9o.l!td. and M/s Asif Ali & Associares(pvt.| Ltd. M/s__Finlte Englneering lptrt.l Ltd. (t""d t--! t1r JV-rvith M/s prime Engineering'& Testini 3. Consultant!, \{/s Hassan & Behram Consultinf 7t7 3"d Engineers Intl. and M/s Creative Engineerin! I Consultants M/s IvIETROPLAI{ Musavlrlik Muhendlslik +. San. Ve Ttc. Ltd. Stl. llead firmf in JV wirh I M/s TMNSTECH ENGINEERSand tr,tTsS.S.Ae. Non-Res)onstyc Intl.

I 7.5 The sumTary Evaluation sheets (sES) and personnel Evaluation Sheets (PES), on the basis of rvhicFrthe entries are made in table at t P.ira 7.4 are annexed at Annexure-G. 8. EECOMMENDATIONS B.l 9tly three (03) consultancy firms rvho submitted proposals harvc T obtained more than minimum passing score of Tovoai mentioncd in Para 7.4 above in the technicai evaluition as per criteria i' t the RFP: "f".in"J

Consultancy Services for Feasibility S - rorkham (50 Km) Section-lt Torkham - Jalatabad(76 Kri; section-ttt - \*ar Jalalabad tiabul {l ss Kml

I \,,$,$I It r \Yr %* I f Q I I

Technical Evaluation Report T a) M/s Associated consulr3"y (Rrt.) Ltd. (Lead firrn) in with _center JV M/s sAMBo consulting cg., Ltd., M/s Associatedconsurting Engineers - AcE (R/t.) r,td. ancr M/s nssign B"gi*Liing- consult T, Intl.;

b) M/s A.A Associates(Lead firm) in JV with M/s changjiang survey, I Plan'i'g Design & Researcir co., Ltd. and rraTJ e.Tr Ali & Associates{pvt.) Ltd. c) M/s I Finite Engineering(pvt.) Ltd. (Lead firm) in JV with M/s prime Engineeri"g g Testing consultants, M/s Hassan & Behram consulting Engineers Intl. ancl iur/" creative Engineering T Consultants; 8.2 Foregoing in view, the technical evaluation may please be and permission approvccl I may be accorded to open the financiat profosais or the qualifying consurtancyfirms mentionid in para g.1/N. Approval of Member I (Engineering Coordination) for Para 8/N is tr2 / I . /d@rrz Deputy Director dx.---- I 2qfs It( -II) Director (Planning) n&fr-4t"fele'rrb I General Manager I (Engg. Coord.-lI GoI))

(Planning) zt/s/tt ' I Cenve::er t Membe t 10. -ryq&. #'t?/'1{ # & Sbr.-t7*.s-*ot /4*,"-z t ,4 17i:7f&.cf,'l I ul'l - "r-yfr/re I

Consultancy Serviccs for-F" Peshawar- Torkham (5o lvl";;.y s-".;;_i Km; section-ll roikham -Jalatabad (zo r#1 s".,iorr-ul - I Jalalabad Kabul ll55 Km! 1hp,r.I ll I I I t T l NationalHighway Authority I CornbinedEvaluation fteport I Peshawar- Kabul Motorway I I I I T T t I t I il I I T T I Combined Evaluation Report I 11.

subsequent to the approval of Member (Engg. coord.) for the technical T evaluation report, the financial proposals of following three (03) technicallyqualified consultants were opened on 31"t August, 2016 in T the presence of NHA's Proposals opening/Evaluation committee Members and authorized representatives of the consultants. Attendance sheets of committee Members and consultants, I representativesalong with the summriry sheet of financial opening are attached at Annexure-Fl The Financial Proposalsof the consultants I annollnced during the opening are as under:- Names of Lead Firms T Descrtptlon Currency M/s AssoclateC II/e Finite !?/e A.A Consultancy Dnglneerlng Assoctates Center (Pnt.l ttC. tPvt.lttd. Salary Cost/ US Dollars 500,850 Rernuneration I Pak Rs. 43,907,560 47,919,90O 37,919,229 Direct Cost US Dollars (Non-Salaryf Pak Rs. 59,502,9g; 49,676,OOO 57,855,O00 I Total US Dollars 500,gso Pak Rs. 103,410,540 97,595,g0; 9s,673,229 Direct tax on US Dollars gg,l50 I Exp staff @15% Pak Rs. 'I'ax US Dollars on Servlces Included in rates 94,240 I v Grand Total Incl. US Dollars Tur 683.240 t t2. ARITHEMATIC ERITORS& TNCONSI,ITENCIES I l2.L The arithmetic error(s) found (if any) in above mentioned financial proposalshas been correctedand the correetionsu'ith justification are I attached at Annexure-I. t2.2 The comparative statement of the three (O3) frnancial proposals is I aitached at Annexure-J. 13.

I The lowest Financial Proposal (Fr,,)among the three (O3) proposals is given a financial scorc (s$ of looo points. The financial score of the I othcr proposalsare computed as follows: S, =(100OxF-)/F Where, Fm= Lowest Financial Proposal t F = Amount of specific Financial proposal I Consultancy Services for I bJ-' t r IIn I I Combined Evaluation Report L4,

T t4.l Using above forrnula the financial scores are calculated that are given I in tabular form as under: Sr. Quoted Evaluated No. Consultant Financial Amount Amount Score l. It{/s AssociatedConsrrltancy Ccnter t 103,410,540 (Pvt.)Ltcl. lo3,4lO,54O 1000

2. Ir,l/sFinitc Engincering (pvt.) t Ltd. 113,211,244 1O3,645,884 998 3. M/s A.A Associates 182,379,5261 18o,9o0,938 572 T (All amounts in pak. Rupecsf L4.2 The t result of the combined evaluation is thereforeshown as under: Technlcal EvaluaHon Flnanctal Evaluatlon Comblned lfames of Lead Evaluation Members Tccb. \[|t. Tech. Scores Scores {n. Wt. Finagrcle.l Scores t sltl Factor Polnts lrl s{tf r T s(o Rank M/s Associated "F;'" 5,",|lT "Jl,l,i} ConsultancyCenter 724 0.80 579.20 1000.00 I (h.t.)Lrd. 0.20 2oo.oo 779.20 r.t M/s Finite Enginecring(Pvt.) 7t7 0.80 573.60 997.73 0.20 T Ltd. 199.55 773,t5 ?"d lvl/sA.A Associatcs 223 0.80 578.40 571.96 o.20 r 14.39 692,79 3rd I tr5.

As a result of combined Evaruation, M/s Associated consultancy I center (F.rt.l Ltd' (tead lKembert in JV u'ith lvr/s SAI\{BCcoiisulti'g co., Ltd., M/s Associatedconsulting Engineers- AcE (pvt.l Ltd. and M/s Assign Engineering I consult Intl. with financial proposal of Rs.1o3r41or54o/- is evaluated the lot ranked consultants in t Combined (Technical + Financial) evaluation. I ,4 rtNt'\- I t )frb -#'--:\ L I tt{fi tQ/tEz"rt w l Conversionrate@ = pak. r+l{- IUS $ Rs.104.50 ason 7tr' Irlarch 20 l6 the proposals submissiondate t Consultancy Serviccs tor nea"i Pcsharvar- Pesharv.r- I(abul lvtotorrvayScction] Torkham [50 l(nrl section-rt toikham - Jaratabad (70 xri; sect Jalalabad- Kabul(l55 Kml I l';rlrc rf .grl: I a\!r !' t I

Combined Evaluation Report l. 16.

Pursuant t to sub-clause 6.1 of Letter of Invitation in Request for Proposalunder "Negotiation",the Evaluation Committee recommends that M/s Associated consultancy center (pvt.) Ltd. in JV with M/s I sAMBo consulting co., Ltd., M/s Associatedconsulting Engineers _ ACE (Pvt.) Ltd. and M/s Assign Engineeringconsult Intl. the l"t ranked Consultants may be invited to negotiate the Contract for I "Consultancy Servicesfor Feasibility Stuclyand preliminary Desig' of Peshawar- Itabul Motorway, section-l: peshawar- Torkham (5o K*), - I section-ll: Torkham Jalarabad (26 K*), section-Ill: Jalalabad - Kabul (155Km),,. I 17. SUBMISSION The t Evaluation committee submits Para 16lN for approval of r.,llember I ES / ,y. /w ro,ft;lrtu,r eput)'Director ,",, zc.t6 Director Director I (P&CA-rrr) t General lt,lanager al lv{anager I (P&cA) t* (Eneg.Coord..-lIGoP)

General Manager t (Planning) Convener (Financc) I I t "*,h- "tILCS**.^u*&o(g.t I '*lr,. I ,q3@tl{tA- 7-,n/* tA" N I tfl{er; YT*4t 'Ytn Pcsharvar- fitrdfi'am (50 liml Section-ll roikham - Jalalabad ltril scction-ilt - #tr// 126 Jalalabad Kabul ( l ss Knr| I l';titr. l;' I I I I I t I I I t

t Contraet Negotiation t t I I I I I I I ConsultancyServicesforFeasibilityStudyandp'etimtnarype.ienofP.shawar-x@ Pesharvar -Torkham (50 - I Kml Scction-ll Torkham Jatalabad (76 xml section-Iu Jatatabad- Kabul (l5s Km) I I I I Contract Negotiatio.rI ZOf O 24, NEGOTI}ITIOI{ ETEETIBICi

subsequent lr upon approval of chairman NHA vide para l9/N to proceed towards Contract Negotiation with the highest ranked Consultants; Ii M/s AssociatedConsultancy Center (pvt.) Ltd. in JV with M/s sAMBo consulting co., Ltd., M/s Associated consulting Engineers- ACE (Pvt.)Ltd. and M/s Assign Engineering Consult Intl. were invited vide t leuer No.6(34s-B)/cM(p&cA)/NHA/ 16 11s99dared, 26th October, 2O16to negotiatethe Contract. The contract negotiation I meetingwas held on l4th November,2016. 21,

NHA's I Proposals opening and Evaluation Committee which consists of General Manager (planning), General Manager (Design), General Manager I {Engineering coordination II}-Gop, General Manager {Finance) General Manager (p&cA) and Director (planning}; whereas, Director (P&cA) and Deputy Director {p&cA} included as co_optea members I successfully conducted the contract negotiation with the highest ranked Consultants. The proceedingsof contract negotiation meeting have been coveredin the minutes of negotiation.The minutes cf t the contract negotiation meeting and attendance sheets of the participants (NHA's Negotiation Committee Members ancl authorized representatives of the Consultants) are placed at Annercure-K for I record and reference. I ?,2. RECOMMENDATIOHS Foregoingin view, the Opening & Evaluation Committee recommends the ,,Feasibility t award of consultancy services for study. and Pi'.:lirninauyDesign of Pesharvar-KabulMotcrway, Section-l: peshawar- Tc|kham (5o Km), Section-Il:Torkham-Jalalaba d (76 Km), section-Ill: Jalalabad-Kabul I (155 Km)" to M/s Assoclated Consultancy Center lFvt.l ttd. ln JV wrth rvl/s sAMBo consu!fing co., Lid., M/s A,:icclated consulting snglneers - AcE tp,/t.l Ltd. and M/s Asstgn t Englneering Consult Intl. the highest ranked consultants in Combined (Technical + Financial) evaluation, dt the evaluateci consultancy pak. I cost, of Rupees lo3r4lorsggl- (pak. Rupees one Hundred Three Millicn, Four Hundred ren Thousand., Five t Hundred and Thlrty Nine Onty). I Kabul lvlotor'way Section-l bad - I {155Km) I l'iqlt'. lt) I I t I Contract Negotiation 20L6 23. $iUBMISSION:

I 23'7 According to NHA - code (chapter 4, Tabre IV-rl page 82, NHA Executive Board has Full Powersto approve the award of consultancy I Services(Foreign Consultants). 23'2 The NHA's opening and Evaluation comrnittee submits para 22/N for kind perusal of Member (Engg.coord.) ancl endorsementof chairman l; NHA for presentation of the case before NHA Executive Board for li approval, please.

1@oru/2*( I Deputy Director Director (P&CA-III) *- I M @ Genela[ Manager (P&cA) I (Engg.Cobrd.-II Gop

I General Manager (Planning) Manager I Convener (Finance) I 24' I K,c*^ t t \lhdo{ qQ.o-"rae t I I

I I i t l

I I'ug'-10 ti t I I I I I I I I I lI (: I NATTONIIL HIGH$TAY AUTHORITV Prostre ment & Contract Administratiort Section I 2B Mauue Aree, G-9/1,Islamabad g 0s1-90s2727, H 0s1-92604jg [Ri[rg"vrri8x.-Ayl t Ref:6(34s-B)/ciM (P&CA)/NI-{A/tr /424 14thMarch,2OLT M/s Associated Consultancy Centre (Fvt.| Lttl. in JV with M/s SAMBO Consulting Co. I Ltd., M/s Assoeiated Consulting Engineers - ACE {Pvt.l Ltd. and M/s Assign Engg. I Consult International. tPvt.l Ltd, Address: Plaza 1 B, Street No.S7, Khawaja I\'l.rrket,Sector G-9/4,lslamabad - paklstan, I Tel: +92-51-8351006-8, Fax: +92-51-8351009 I Ernail : e c@g opggl tep_A-qq.n Subject: Constrltancy Agreeraent_for: hawar- I Se Km Kabul

I The Consultancy Agreement for the subject services duly signed on 13th March, 2OL7, by the Member (Engineering Coorclination)as authorized on behalf of the Client, between National Highway Authority and the Consultants, I Mls AssociatedConsultancy Centre (Pvt.)Ltd. in JV with lt47" SAUBO Consulting Co. Ltd., M/s Ass<.rciatedConsulting Engineers - ACE (Pvt.j lta. an

- I Member (Planning),NHA Islamabad; - Member (Engg.Coord.), NHA Islamabad; - Member (North-Zone),NHA Peshar,var; - GM (Planning),NI{A, Islamabad; - GM (Bngg Coord.)-II,NHA, Islarnabad; - GM (P&CA),NHA, Islamabad; - t GM (Finance),NHA, Islamabad; - Director (Planning), NHA, Islamabad; - SO (Tech)to Chairman NHA. T I H T B 1-11-o6 I National HighwayAuthority H (Procurementand ContractAdministration Section) I 28 Mauve Area, Sector G-gllr lslamabad (Pakistan) ffi Phorte: +92-51-9032727, Fax: +92-5l-926A419 I H I

I [Ri[xo.y rl$r.a.Avs I

H COI{SULTANCY COI\TRACT I @ocumentNo...... n) H (Lump- Sum) I g between t H National Highrvay Authority I H and I B M/s AssociatedConsultancy Center (Pvt.) Ltd.' in JV with I IWs SAMBO Consulting Co., Ltd., IWs AssociatedConsulting H Engineers- ACE (Pvt.) Ltd. and M/s AssignEngineering Consult I H fnternational for I H I FeasibilityStucly and Preliminary Designof Peshalvar- Kabul B Motorway Section-I:Peshawar-Torkharn (50 Km), Section-Il: Torkham-Jalalabad (76 K*), Section-Ill: Jalalabad-Kabul(155 I ffi Kttt) I H Februaryr20l7 I H I H I I h] H TABLE OF CONTENTS

H PageNo. AuthorityLetter iii

H L CONSULTANCYCONTRACT AGRE,EMENT 1 u. GENERAL g CONDITIONSOF CONTRACT ) 1. tl;, GENERAL PROVISIONS u,1i; 5

l.l Definitions -, ,^ ff"*t:i''' ts 1.2 (?.:i,,.1g1;irt 5 Law Governingthe Contract . 6 1.3 L,anguage {t;g.''i:io 6 1.4 Notices . *;:\4*)' 6 H 1.5 Location -'ii:'"'th t.6 6 AuthorisedRepresentatives +t'ltliii;,:iit*'.d' 6 t.7 Taxesand Duties '11*={,}3 7 1.8 Leaderof JointVenture i.'l H ,+,iii,;\ 7 t 2. coMMENCEMENT,_co_Mpt,nrronff''rvrbuFlcATloN, AND E TERMTNATToNoF, coNrfi{Qf* 7 grt"' I 2.1 Effectivenessof Contract }*# 7 2.2 Termination of Contractfor Fali:urp^tif \'1ji-i/B ecomeEffective 7 E 2.3 Comntencementof Services 7 2.4 Expirationof Contract riI+!,. I i'' 7 2.5 Modification , i'l 8 2.6 Extensionof Time for bbnrpletion I -,.i.' 8 2.7 ForceMajeure 8 t 2.7.1 Definition *f rli:.q. 8 2.7,2 No Breachof Con6hct;il 9 2.7.3 Extension of Tilfre,.3,ffF 4;ll"i:.:';i:ri' 9 t[l 2.7.4 Payments 9 2.8 Suspensionof Pdymentsby the Client 9 2.9 termlnatlon 9 2.9.1 9 2.9.2 10 2.9.3 10 2.9.4 ll :fi 2.9.5 1l 3. OBLIGATIONS OF THE CONSULTANTS l1

3.1 General ll 3.2 consultantsNot to Benefitfrom commissions,Discounts, etc. t2 !fi 3.3 Confidentiality 12 ,H 3.4 Liabilityof theConsultants t2 3.5 Otherlirsurance to beTaken out by theConsultants tlonsultants'ActionsRequiringclient'spriorApproval 13 3'6 13 3.7 lteportingObligations 3'B l3 l* DocumeitsPre[ared 9f tlg Consultantsto bethe Property of theClient 13 H 1,?^ Equipmentand Materidls Furnished by the Client 13 TB 3,10 Accounting,Inspection and Auditing' t4 lffi !L w t{ I ffi I 4, CONSUI,TANTSIPERSO}.INEL AND SUBCONSULTANTS t4 4.1 Descriptionof Personnel t4 ffi 4.2 Removaland/or Replacement of Personnel 14 I m 5. OBLIGATIONS OF'THE CLIENT 15 I 5.1 Assistance,Coordination and Approvals 15 5.1.1 Assistance l5 H 5.1.2 Co-ordination 15 5.1.3 Approvals 15 I 5.2 Accessto Land l6 5.3 Changein theApplicable Law t6 fl 5.4 Servicesand Facilities 16 I ).) Payments t6 H 6. PAYMENTS TO THE COI.{SULTANTS l6 I 6.1 l6 6.2 t7 fr 6.3 t7 I 6.4 t7 6.s t7 B 6.6 t7 6.7 18 I fi 18 I 7.1 Amicable Settlernent l8 H 7.2 DisputeSettlement l8 8. INTEGRITY FAQ'T-'qp 19 ,l ... H . .\3. !;i\?..;r:,r. _-/"r; III. SPE,CIALC6I\DIIIONS oF CONTRACT 20 I tt:l'1"' ry. APPENDI9ES 26 FJ jiQil#;:,I., Appep'dix-A:'.riDescriptionof the Services 27 I Appd{tdl*:B:" ReportingRequirements 40 ffi ;fi$pendix-C: Key Personneland Sub consultants 4l Aljjieridix-D: Breakdownof ContractPrice in ForeignCurrency (Not Uscd)43 I :'l Appehdix-E: Breakdownof ContractPrice in LocalCurrency 44 ffi Appendix-F: Servicesand Facilities to beProvided by theClient 48 Appendix-G: IntegrityPact 49 I ffi V. ANNEXURES 51 Annexure-I: Minutesof Pre-ProposalMeeting and AddendurnNo.l 52 I Annexure-Il: Minutesof ContractNegotiation 80 H Annexure-Ill: JointVenture Asreetnent 87 I 'rh I (+)dE.h I -,W w I I uroc'c3ellnsuo5./sfli\ :qar\Jl :lleu3'600lggF'9-26+:atlutsceJ,90-900!g8g-Lg.z6+ :auoqdajel gt -(ltl) - ffi e^rlncoxSla!L{c Jly\UBSBH pezlv @g'u3shnrr.r E Hl trdffi JoioeJ!o I -s-IuaaJneNunjl qfiI

'r{leraculs$noA I

'z EHlul I ZM A 'J1lt1 A -:/!\olaq I psxutBate ueubn'l peuqv Jo se.ln1eu61sueulcedg @H 'peqeuelsl 'plf (na) arluaCIcuelgnsuoC polelcossv uo pueJol pe[qnseq1 t lo Jleqaq lcelluo3 'rtl! u6rs'puee1eg1o6eu ol pazuor.lpeIqataq s! lopaJlq 'temtag ueubnl petutlv ffitr 'qVAZ'Jaquo^oN t sseatd '1. palep'OZ}LtglNHNl(VCAa)y\Cl(g-gfe)g'ot,trellal rnoA rolar HH 'JrsJBAO I ffi 6BI '(tuy 99[, InqEy-peqelsler'lll-uollces ffiH resE ffi :1ca[qngn-_J

pBqPuBlsl ffiHI 'eery '97 t/6-c anneyl j ff rc!/r{x dl/H N/o cv.Jau fipoqlnyAeanq6rp leuo[eN HB reqrue^oN (VCAa)ra6eue6l I SLOZ'l lerauoe 6sI peqeuslsl la)Uef{efemeqy I ?16.c/g'ls E-! ezeld ffiH :$uJo peaH c3v ffi sls!ruouo3 J p uB sluefI nsuo3 luaullaFeueH,sraeu I 6u3 '0r1 m (rnd 3urN3c AONVrlnSru0C o3n/fsOssv Ht FI I I

7'h Floor,kim's Medvill Building, 63, Oaehak-ro, Gyeongsan-si,Gyeongsangbukdo, Korea Tel; 82-2-3433-3702 Fax : 82-2-3433-3191 I f,m,s"s$#H"g Email: [email protected] t POWEROF ATTORNEY I Bythis POWER OF ATTORNEYl, the undersignedduly authorized representative of thefirm, hereby appoint, Mr. Kim. Kvu Narnwhose signature appears below, as duly I authorizedrepresentative, to be the true and lawful attorney,for and on behalfof SAMBOENGINEERING CO., LTD.for the ConsultancySeruices for Feasibility Study and Preliminary Deslgn of Peshawar - Kabul Motonray, Section-I: I Peshawar-Torkham(50km), Section-Il: Torkham-.falalabad(76km), Section-ilI: Jalalabad-Kabul(155km) and I herebygive and grant unto said attorneyfor the I authorigto negotiate,sign and executenecessary documents relative to the Project.

ThisPower of Attorney shallremain valid until completion of the purposefor which I it is beingissued. I Name Kim,Kyu Nam Dateof Birth 09 February1955 I Nationality Republicof Korea Company SAMBOEngineering Co., Ltd. t PassportNo. M52799644 I Signature I ln WITNESSWHEREOF, I haveexecuted this POWER OF ATTORNEYin 10 day of February2A17 at Seoul,Republic of Korea. I

Forand on behalfof I Co. Ltd. SAMBOEngineering I I N, ByungKw ffi I -( iY)- I Sincerityand effort,SAMBO always keeps its ownprinciples I I I B rv,rAP{*'v. ffirl F Hrl [lrl Hrl rl BI ll ffil rdl ffit Ht Hl .a :,i { i"

7l.tto1tw g1aqge, .t I Hl ss4 an 1*.rt t1y,ingo i sl Ffitn ti fadsrad rjyl t' " Bt HI ffiI HI HT nl ld I ASSOGTATEpCOt{St"tLTl8{G ENGTNEERS - AGE {PWT}LT'E : il TransportatlonEngineeri ng $ervicesD lvision 45 - L, ModelTown Extenslon, -54700, Pakistan. - I Phones: (92421351 71 081 - 95171 082 - 35171 083 Fax : (9242135171 084 : Emall: (1) [email protected](2) acetesd@gmail'com ffi (3) [email protected](4) [email protected] Web : ta'lvw.acePakistan.com I Slte F_ hl Ref.No. AcE/TEsDlppsogpszo-l Date:February 13,27fi ffi I ffi AUTHORIZATION I

ConsultingEngineers-ACE (Pvt.) Ltd., by virtueof ffi l, S. ManzerHusain, Director, Associated r powers vested in me as Directorof the Companydo herebyautho!'ize Mr. Khalid Rasul, GeneralManager (Technical) whose signature is affixedbelow as authorizedrepresentative of ffi I the Companyfor Signingof ConsultancyContract Agreement and do anythinglawfully required SERVICES FOR FEASIBILITY STUDY & in respect of Project "CONSULTANCY I B pRELtMtNARyDESIGN OF PESHAWAR-KABULMOTORWAY" National Highway Authority, t ffi I ffi (S. Manze I ffi Director I ffi I ffi KhalidRasul AuthorizedRepresentative I FN I ffi ffi t ffi I ffi I

ffi Katachl-75350 ReglsteredOfllco: . 5/A,Muhammad Ali CooperativeHousing Society' I otficesr IGMCHI-LAHORE-ISLAMABAD-PESHAWAR ffi 001 ISO 9001 Certlfled I tr$ IH AssignEngineerirrg Consult Intl"{Pvt.)Ltd.

TE Ref:' Assign/NHA/ttl'l:ae Date:-ot6-az-zot7 lfi lFl RESOLUTIONLETTER / LETTEROF AUTHORITY It is submittedthat I the undersignedis authorizedfor submissionof documents and for signing of contracts/ agreements, on behalf of Assign TB EngineeringConsult Intl (Pvt)Ltd, Islamabad. tH Thankingyou, ;ffi Signedfor andon behalfof AssignEngineering Consult Intl.(Pvt.) Ltd. ;$ ;ffi AssignEngineering Consult Intl (Pvt) Ltd. MobileNo.0334 sLZ L962 lryCNICNo.4 1306-9485739-5 tffi tffi ffi t3 H ',..1ffi H ffi

ffi Address: 23,Street 37,G-6/2,lslamabad, Pakistan. Telephone: +92-5t-2273867, Fax; +92-5L-2564A65 [email protected]. Website: www.assignconsult.com ffi - LVt';- c43545 t I I I I t T CONSULTAI{CYCONTRACT AGRNEMENT FOR FEASIBILITY STUDYAND PRELII\TINA.RYDESIGN OF PESIIAWAR_ I KAtsUL MOTOITWAYSECTION-I : PESIIAWAR-TORKI{AM (s0 Kivi), SECTION-II: TORKHAM-JALALABAD (76KI\'D, SECTI ON-III : JALALABAD-KABUr. (lss KM) t i;. This CoNTRACT (hereinaftercalled the "Contract")is made on the !'*oauy ot I .,..dy.}}tho 2012,betrveen! on the one horcl,Natiorral Highrvay Authorify-, Govemment of pakistan,2S-lv{auveArea, G-9/1, P. O. Box 1205,Islamabad, Pakistan (hereinafter called "the Client" which expressionshall inctudethe succcssors.legal representativesand pemritted I assigrrs)ald on the otherhand a joirrtventure consisting of thefollor.ving entities, each of rvhich w-ill be jointly and severallyliable to the Client for all the Consultants'obligations under this I Contract,uamelY:

(r) I\,I/sAssociaterl Consultancy Center (Pvt,)Ltd., Plaza1-B St.57,Sector G-9/4, T Islamabad,Pakistan (Lead lrtember);

(ii) NI/sSANTBO Engineering Co., Ltil., Jeongpuyeong-dong7d'floor 63 Daehak-ro I GyeongsansiGyeongsangbuk-do, South Korea (JV N{ernber); I (iiD IVI/sAssociated Consulting Bngincers - ACE (Pvt.) Ltd., 5/A MuhanrmadAli CooperativeHousing Society, and operating through its office at 45--L, r--. \ ..l,.!trCcl Lahore,Pakistan (JV lVlember); t fourt F.xiensicn. \\ ?.- - r.Iii$ii''' .\ \..r/ - r1.1 !i" ,,,,

tF 1,-rt irtiijl;1,:-t.lii;::;"" and I r'{t'7'r-il:h}.s:,r- T F.rirntrr irr;r''t** (iv) il'tr/sAsslgn Engineering Consult International, Hortse No.23, Street 37, Sector G-612,Islamabad. Pakisuri (Jrv' l'!c;nbrr)' t

I t I I t I I I I I I I I I I I I I I

lft I (/ I ?/o' )ri', r n ,' :i} , ;-7'ls, l r:E {,:!, ' i) .,- ^1* ";77"-{7 'fu**7 u$l'{, .r{y/;,tiw,, ';''' 't'f c - *---'-*-'_'-,_'\ I -t/f/ / '{.;/ ^},,-r-*st \.1 v !_", "?; ";,;:, t'} wg?,rffirl:r 1," "y';.,{r,/,{r'tt1"rr',1ri,:A' t [:, 04$546 I ffi I I I ffi t ffi FJI I ffi m I hT WHEREAS (a) the Clienthas requested tlre Consultants to providecertain consulting services as defined I ${ in the CeneralConditions of Conlract attachedto this Contract(lrereitrafter cellc-d the ffi "Services");and I (b) the Consultants,having represented to the Client that they havc t}rerequired professional si &J skills,and personnel and technieal resources, have agreed to providethe Serviceson the I termsand conditions set forth in this Contract; Hf,.ra NOW THEREFOREthe Partieshereby agree as follows: t

t':J 6n heretoshall be cleemedto form an integralpart of this L,C L The follorvingdocuments attached Contract: t ffi (a) the GeneralConditions of Contract; I ffi (b) theSpecial Conditions of Contract; (c) thefollowing Appendices: t ffi AppendixA: Descriptionof theServices AppendixB: ReportingRequirements ffi AppendixC: Key Personneland Sub-consultants I AppendixD: Breakdorvnof ContractPrice in ForeignCunency Q.{ot used) B AppendixE: Breakdownof ContractPrice in LocalCurrency I \\l AppendixF: Services& Facilitiesto be FrovidedBy the Clientand Counterpart [3 J &,{ Personnelto be MadeAvailable to theConsultants by the Client. t*J AltamashKhan lltntxr (Eogtc.Codl T Naiour fl ftha1' IdA+hoendix''l'r' C : IntegrityPact I{t*taW ffi Annexure-I: lvlinutesof Pre-Proposaliv{eeting and Addendum No'1 Annexure-II: Minutesof ContractNegotiation I Annexure-Ill: JointVentureAgreement ,'', .' l ",-1..,.'..''... '' flre rrrtrrnirlrights aud o\t$a1&p '1 gf theClient and the Cqnsultants shall be as set Codh'i!' .,., T 'ii- !}F.' ; l,:"'11..i, . -r-.*i;ii;:r , 'j l, theContracl. in particul:{i:,.+'.': I I I I T ffi I EB ffi I E*FI I H t ffi I ffi ffi I iEr &3 t$ I lst H I ffi Hd I ffi

FI I g [3 gl H I ffi I r,e H I ffi t$ I ffiK3 fll . r I H 4:_,- \*i A!* ,.!.{ t 1.. J $ _1.,"t , f L,L.- t't-. I I t nt .,r'-..'"n-\ j'J''r( / '"f I -\ I t'.t , ffi ::--i /'- l)i / | (../'-i .i'i, I_i J?. ' 1/ t.rt t F'i 043547 I ffi I H ffi I

Ir'{ ffi I ffi I ffi I ffi I

ffi (a) the Consultantsshall carryout the Servicesin ar-coidancewith the provisionsof the 'r H Contract;and (b) the Clientshall mahepayments to the Coirsultantsin accordancervith tlreprovisions I H of the Contract.

ffi IN WITNESS WHEREOF,the Partieshereto have causedthis Contractto be signedin their I gtt respectiven,lmes in two identicalparts, each of rvhichshall be deemedas the origirral,as of the ES IH day,month and year first abovewritten. I ffi For andon behalfof NATIONAI., [!IG [.TWAYAUTI-IORtr'I- Y t Witness ffi fi,{ FI Signa',,lre Si-unetui'e I ffi Nunr .4,-,,, Na::r,.-,A{t'e:ttt*.$!t#frgrn-'--\!7tii!ii7 -/&.kk *r",{ ii) iiljli" {zT;itf-' l"fi f.

i : I I 1s! I i iffi I

IIffi sJl I t ls I I IE I tffi I I IB I I lrE iH I I

iffil I is t ffi E[ I H ffi I ffi I ffi I Fil ti I

ffi ,,7 . ?.i, , ,:,,", , i H I ,A i - t,'tt j / nI).Yr (r,/ t ffi r rz ztt t1-' .l t ./ -..* I n t t "1"-, r tpn) ffi x.r-' /l/i I I I /'f,.'" ffi IC T '$*.' .043548 iiiI I liy i HiI :iill I i riI I it: it ilii;;ixttil|;l ii'{1 iiil t? lil H g

ffi Ell

E} rra i.lj

tit ffi

$':) nil

tst VJ I\'Vs$iAMB() Er:ginecring Co., Ltd" (JV lvlember) Witness E ,.------.--t'/' 4.,'-.* --Z.r;f- i\. "- '.::: '

rn Sipnaturc- .,.f;',',ii:"/4; Sigrrntrrre:4:::!_ w,i .)-T Name- g#rk,o -...-fr*s.,:_.,r,"1i rrran, ejd ir1, i

f irle ,t.'... , ,/tl'|.,.'di:=,-.-l,l t,i -f-1-. ;:t rirtei.- 14{ }i!!::

R I\I/s AssignEngineering Consult H Iuternrrtional (JV lvlember) Witness lill r I:"J Jt:.{;t,yfr H Signatur6 f'1' i. : /f n YJ r::i Name-1!)f/uyl f-f ^ :' UII Title--11 ;l()- fin (Seal) ut{

ri- *.Y1t

-ol. , ' '. I . .r, .! ':.- \ le' .l: i r-'l '4- 'J' z I I I

&_1 ffi I i ffi I ffi g ffi I H fl I iH t ffi I FI ffi I ffi *1 I *fl g ffi I ffi I n{E ffi I

t}l Fti YA I ffi ffi I t,?

- -;,. , ' ;,-,.,/.^,!'r,_) t .:2,."!'r':l\^-,.,, ffi \".-ri ' ,.,., \ t {"t '}] I w lif ffi ":iq'"[i'ttr;iS I L,m,{'/ ffi I ffi t II. GENERAL CONDITIONS OF CONTRACT ffi 1. GENERAL PROVISIONS I 1.1 Delinitions I ffi Unlessthe contextotherwise requires, the following terms wheneverused H this Contracthave the followingmeanings: I (a) "ApplicableLaw" lneansthe lawsancl any other instrqiir'ltts having the forceof law in the IslamicRepublic of Pakistan,as thos€lmaybe issued anclin forcefrom time to time; .%.,.i*:.ti ffi 'e,b., I i:;.1 (b) "Contract"means the Contractsigned by L[b:9gfties,to which these ffi GeneratConditions of Contract(GC) are.pttdege?i,together with all the t documentslisted in ClauseI of suchsigndd''Co:iitract; i;' ,;i1;..,-'Ji:, ffi (c) "ContractPrice" means the pricetg,pd Feid for the performanceof the t Services,in accordancewith Cla,r$e"li;g, ,',,'T*t (d) "Effective Date" meansthe,ldat'e on which this Contractcomes into H forceand effect pursuqtliib S:{b:eiause 2.1; I ?, fi H (e) "GC" meansthese Cene'ial'diinditions of Contract; I 'Jt';l'i't1' (0 "Government'i.nejlasfithe Government of the Islamic Republicof PakistananOZ

t.z Law Governingfhe Contract . ;tt1;;itf I +* "tj ffi This Contract,its meaningand interpretation,'::.rdiiil:$1ierelationbetween the governed " I ffi PartiesshalI be bythe Applicable.. ,lA.ty:ii]r, 1.3 Language ,rlL'iti, ,#dirl-":tqP I H This Contracthas beenexecute"d inft^he,.tFnglish language which shallbe the binding and controllinglanguag" fii all mattersrelating to the rneaningor interpretationof this Contractir;,$_ll.flrereports and communications shalt be in '+ii;?'ir I ffi theEnglish language. r.4 Norices {i,^iii ,,,) .;;- -.J, I H t: i! 4 Any notice,request, or consentmade pursuantto this Contractshall be in writing andslalt,ble &6emed to havebeen made when delivered in personto an B Authoiized frffieiititive of the Party to whom the communicationis I addressed,:d^r"1vheosentby registeredmail, telex, or facsimileto suchParty at m the address6f"the Authorized Representatives specified under Sub-Clause SC $ 1.6. A P.artymay changeits addressfor noticehereunder by givingthe other I Partyfibti"ilA of suchchange. -!.,r .,t.\ f./iiiii),, ljl 1.5 r,lLoiation ffi t)r ^ta;..\a'; I l,'.#.1r\ FA ""'nh6t"*ices shallbe performedat suchlocations as are specified in Appendix til A and, wherethe locationof a particulartask is not so specified,at such I locationsas mutually agreed by the Parties. I ffi 1.6 AuthorizedRepresentatives Any actionrequired or permittedto be taken,and any documentrequired or H permittedto be executed,under this Contractby the Clientor the Consultants I shallbe takenor executedby the AuthorizedRepresentatives specified in the t$ SC. I t-9 I ffi e8 I H Wffi I ffi ffi ffi I 1.7 Taxesand Duties I H Unless specified in the SC, the Consultants,Subconsultants, and their Personnelshall pay suchtaxes, duties, fees, and other impositionsas may be leviedunder the ApplicableLaw, the amountof which is deemedto havebeen .l ffi includedin the ContractPrice. ffi 1.8 Leaderof Joint Venturc I In casethe Consultantsconsist of a joint ventureof more tnofion. entity,the Consultantsshall be jointly andseverally bound to the Cli fillmentof I ffi theterms of the Contractand desisnate the Member iri'theSC to actas leaderof the Jointventure, for thepurpose of receiffi iX_st-iuctionrfrom the H Client. I ffi T *ii'"Q.+ z.l Effectivenessof Contract _*f*,il_",;, ffi f;!' llr I lhis Contractshall come intd'iiotet'qifideffect on the date (the "Elfr:ctive Date")of the Client'snotice ici the.Consultantsinstructing the Consultantsto ffi begincarrying out the Services,''Thi5nc.tice shall confirrn that the effectiveness I conditions,if any,listed iF Ar-t,fChave been met. f',ti$ 'i':.'.''jl':' B Termination of Conti'ilbJ.forFailure to BecomeEffcctive I

lf this Contractftef'*8,1 become effective within suchtime periodafter the date ffi of the Contiitt.ffi6i Uy the Partiesas shall be specifiedin the SC, either I Partymayi$.ll,ircltiless than twentyeight (28) days written noticeto the other Party,decla;6:itrfuis Contract to be null and void, and in the eventof sucha ffi declarati6trby eitherParty, neither Party shall have any claim againstthe other I Pcrtyexce$1 fcr the work (if e.ny)already done or costsalready incurred by a Pargy,a1flre,!equestof ' the otherParty. U'" ffi li;:il'..-" 2.3tlt;9

Modificationof the terms and conditionsof this contract, including any I ffi modificationof the scopeof the Servicesor of the contractPrice, may orrly be madein writing,which shall be signedby boththe Parties. ffi I H Extensionof Time for Completion ,,..i1u1;,; '71 ':,:,i.. I ffi Il-thescope or durationof the Servicesis increased: ",'; ,7 (a) the Consultantsshall inform the Client and I ffi probableeffects; (b)

T ffi (c) the Client shall extend the of the Services accordingly. I ffi 2.7 Force Majeure 2.7.1 Definition

I E{ ,'Force (u) For the purposesgfithis Contract, Majeure,'means an event which is beyon.4,t[e=r;asonablecontrol of a party and whichmakes a I F3 Party'sperformahce b.f its obligationsunder the Contractimpossible or so impractical_astb'be consideredimpossible under the circumstances, andincludds,t-ut is not limitedto, war, riots,civil disorder,earthquake, trln nre, €xpi$licjiii storm, flood or other aclverseweather conditions, I strikbs.;iJ6pkoutsor other industrialactions (except where such strikes, lockotii$pr otherindustrial actions are within the power of the Party ffi iriyokin!Force Majeure to prevent),confiscation or any otheraction by o. S1. T Ilfnrn entagen ci es. :fi;i.tn'",.,f€u.U' ffi .$'{|.'.",1:;ForceMajeure shall not include(i) any eventwhich is causedby the I 'il,o;1i:i"iilnegligence or intentional action of a Party or such party,s irl.:,: subconsultantsor agentsor employees,nor (ii) any eventwhich a ffi diligentPany could reasonablyhave been expected to both (A) take I intoaccount at thetirne of the conclusionof thisContract and (B) avoid Et hi or overcomein the carryingout of its obligationshereunder. T (c) ForceMajeure shall not includeinsufficiency of funds or failure to makeany paymellt required hereunder. I ffi t ffi 'rh t F Y\ ffi l+lCst/l lffi w lu$ $J I I ffi 2.7.2 No Breachof Contract

The failureof a Partyto fulfill any of its obligationsunder the Contractshall I ffi not be consideredto be a breachof; or defaultunder this Contractinsofar as fld such inabilityarises from an eventof ForceMajeure, provided that the Party &g aff'ectedby suchan event;(a) hastaken all reasonableprecautions, due care I and reasonablealternative measures in order to carry out the terms and conditionsof tliis Contract;and (b) hasinformed the ctherParty in writing not laterthan fifteen (15) days folloiving the occurence of suchan,pYp.llt. t B ' 'tlt' ,i r,.r.'' .,'ti": I ffi Any periodrvithin which a Partyshall, pursuant to t{is'Gorniract,complete any actionor task,shall be extendedfor a periodequqJ;1o Lfe time duringwhieh ffi suchParty was unable to pertbrmsuch aciion ut,+"ffi of ForceMajeure. qii::, *r.^:..fi., ... .''- 2.7,4 Payments #lul,,..Slt'+]F ffi ',.1:ri:. t During the periodof their inability to.gerftilin the Servicesas a resultof an eventof ForceMajeure, the Consultants.'3hqllbe entitled to continueto be paid underthe termsof this Contraftr.uFr,,yri,;t as to be reimbursedfor additional t ffi costsreasonably and necessarilyincuried by them duringsuch period for the purposeof the Servicesancl iii)r'eadivating the Servicesafter the end of such "tr;r::]li' H Period. I ;;i;;j:io, 2.8 Suspensionof Paymgnlllql tJie Clicnt _,;,,iii i; t ffi TheClient may, by. writteri notice of suspensionto theConsultants, suspend irll paymentsto the Cirisultantshereunder if theConsultants fail to performany of ffi their obligati6nsffiUer'this Contract, including the carryingout of the Services, t providedthat'islicl noiice of suspension(i) shall specifythe natureof the failure,and (ii), shall requestthe Consultantsto remedysuch failure within a periodn6-qexceeding thirty (30) daysafter receipt by the Consultantsof such ffi notice-bf${spension. I Jr'-L-'-': . F-i 2,g ."r"t'ivitHiion' r$ i; .: lii: :''r"' J I 1j.:: {: ffi 2.9.1 By.,ttrcClient The Clientmay terminate this Contract, by not lessthan thirty (30) dayswritten I noticeof terminationto theConsultants, to be givenafter the occurrence of any E of the eventsspecified in paragraphs(a) through(e) of this Sub-Clause2.9.1 andsixty (60) days' in the caseofthe eventreferred to in paragraph(f): H (a) if the Consultantsdo not rernedya failure in the performanceof their obligationsunder the Contract,within thirty (30) days after being notified or within any further period as the Client may have $ subsequentlyapproved in lvriting; I ffi 'ffi T ffi t H I I I (b) if the Consultantsbecome (or, if the Consultantsconsist of morethan one entity, if any of their Membersbecomes) insolvent or bankruptor enterinto any agreementswith their creditorsfor relief of debtor take advantageof any law for thebenefit of debtorsor go into liquirlationor I receivershipwhether compulsory or voluntary; (c) if the Consultantsfail to cornplywith any final decisionreached as a resultof arbitrationproceedings pursuant to clause7 here,rof; t i"l!:'t':'' (d) if the Consultantssubrnit to theClient a statementwnicn iai; a rnaterial effecton therights, obtigations or interestsof the,Clieritltindwhich the I Cons'lrantsknow to be false;

!;.,,",]iir*1,,,**ii ii '.i:rlr (e) if, asthe resultof ForceMajeure, the Consu$"aft"q};unable to perform a matetialportion of the Servicesfor a periiiii*.glnotless ttran sixty 1OO; days; .rf;:,.tiii' t (0 if theclient, in itssole discretion,.qs,jtt{'$ft"T*inot" thisconhact. ,f'r''ti!:. I 2,9.2 By the Consultants #'..-"{j'. '" The Consultantsmay terminaldtfrilbkiiru.t, by not tessthan thirty (30) days r'vrittennotice,o t-h-.Client, sri'qh noiice to be givenafter the occurrenceof any of theevents specified in paragiilphd'1a;through (d) of this Sub-clause2.9.2: t tt /' '1':' " " (a) if theClient f?i!:q t9"pai any monies due to theconsultants pursuant to I ffi this Contract6n(.'n'ot subject to disputepursuant to Clause7 withip forty-five(f5) da$'afterreceiving written notice from the Consultanrs thatstph Sdffint is overdue; I ffi E.'l'li"# (b) if ft-q'61;ett is in materialbreach of its obligationspursuant to this Conti''atfrandhas not remediedthe samervithin forty-fiie (a5) days(or longerperiod ^:frf,| asthe Consultantsmay have subsequenily'upp.ou.O tffi -4iniitlriting) follolvingthe receipt by the Clientof the Consultantsinotiee ti,1}+peeifyin g suchb rea=ch ; ,'I'1.}''' s '?' $:f"(dj''il" tH ir, as a resultof ForceMajeure, the consultantsare unableto performa {iri);' material portion of the Servicesfor a periodof not lessthan si*ty 1OO; tB days; (d) if the Client fails to complywith any final decisionreached as a result Is of arbitrationproceedings pursuant to Clause7 hereof. 2.9,3 Cessationof Services lE upon receiptof noticeof tenninationunder sub-clause 2.9.1, or givingof noticeof terminationunder Sub-Clause 2.9.2, the Consultants shall takJ all tffi necessarysteps to bringthe Servicesto a closein a prornptarrd orderly manner lffi ls fl..-.$ tH ffi I ffi andshall make everyreasonable effort to keep expendituresfor this purposeto a minimum. With respectto documentsprepared by the Consultants,and equipmentand materials furnished by the Client,the Consultants shall proceed I ffi asprovided, respectively, by Sub-Clauses3.8 or 3.9. ffi 2,9.4 Paymentupon Terrnination t Upont:rmination of thisContract pursuant to Sub-Clauses2.9.1 or 2,9.2,the Clientshall make the followingpayrnents to the Consultants' I ffi ,!0."1:,,^'t:'; /:l ' (a) remunerationand reirnbursabledirect costsexpepdtril.e pursuant to Clause6 for Servicessatisfactorily performed prio.rito the effectivedate I ffi of terurination.Effective date of tennirratio_n"prap;trfp'i,sesof this Sub- Clausemeans the date when the prescribed nbllEp iieriod would expire; ,flu,;,f;;t ffi (b) exceptin the caseof terminationpursuant.'ib pdiagraphs (a) through(d) T of Sub-Clause2.9.1, reimbursement of 6h!..iba[onablecost incidental to the promptand orderly termination.,pii:.ltrdiCoritract, including the cost ffi of the returntravel of the Personnel,'bcc6fdingto Consultants Traveling T AllowanceRutes. ,ili,l "'l . r+.4/ ,.il!i:.i In orderto computethe rernuner?_tioirfoilthe partof the Servicessatisfactorily I ffi performed prior to the effe'ctiventUateof termination, the respective rernunerations shal I be proporti"or.r"edfi "tq;irgSa. t H 2.9.5 Disputesabout Eventso,f,Ie6lnination

i,t 1' {" -'1frl If eitherParty disputei'rXlether an eventspecified in paragraphs(a) through (e) ffi of Sub-Clause2.9.1.or iri'pdragraph (a) through (d) of Sub-Clause2.9.2 hereof I hasoccurred, such'Party may, within forty-five(45) days after receipt of notice ffi other referthe matterto arbitrationpursuant to H of terminatiofi-f16i;1ft'e Party, Clause7 hereof,ihndthis Contractshall not be terminatedon accountof such t event the termsof anyresulting arbitral award. excep\Tinli'i6rOunce+{,.i with ffi *S,1, oBLIcATroNs oF THEcoNsuLTANTs T .{J . 3.1 c"f;"fiit'' *'j ,*",\<.:ii' ffi t-,l'i,l:.'f6.siisn5ultants"";'t dl';',d:1. I shallperform the Servicesand carry out their obligationswith fiitOu" diligence,efficiency, and economy,in accordancewith generally H acceptedprofessional techniques and practices,and shall observesound I managementpractices, and employappropriate advanced teohnology and safe methods.The Consultantsshall always act, in respectof any matterrelating to B thisContract or to theServices, as faithful advisers to the Client,and shall at all t tirnessupport and safeguardtlre Client'slegitimate interests in any dealings g with Subconsultantsor third parties. I B ffi gt'rh :\ l+ldv)rt B ,ffi H I I ffi I ffi 3,2 ConsultantsNot to Benefitfrom Comrnissions,Discounts, etc. I B The remunerationof the Consultantspursuant to Clause6 shatlconstitute the Consultants'soleremuneration in connectionwith this Contractor theServices, and the Consultantsshall not accept for their own benefit any trade I ffi commission,discount, or similar paymentin connectionwith activities pursuantto this Contractor to the Servicesor in the dischargeof their obligationsunder the Contract,and the Consultantsshall use their test efforts to ensurethat the Personnel, any Subconsultants, I andagents qfeither '.' ofthem H sirnilarlyshall not receiveany such additional remuncration. ..i' .. t 3'3 confidentialitY j;::; .' -' ffi * j'r'*i*i;;'ir The Consultants,their Subconsuttants,and the Perscjtf;-bi'5f,eitn"t of them shall not,either during the termor afterthe expirationg..flt.[j!i. Contract, disclose any I EI proprietaryor confrdentialinformation relating p.ihe"$oject, the Services,this Contract, or the Client's businessor operatf6'_nsq[ithout- 'E; '" the prior written consentof theClient. .;n;;r.*"t+i' I ffi -4.{.*qU' 3.4 Liability of the Consultants .ijfl .e:;,iiia-l.i' I H The Consultantsare liable for tlg,,goiisegYuenceof errors and omissions on their part or on the part of their emfiioy.",.j*itiso far as the designof the projectis I ffi concernedto theextent and wi\h the'limitationsas mentioned herein below. If the Clientsuffers any lo-sSeE-ordamages as a resultof provenfaults, errors or omissionsin the deslgq,!g[.g;*iirroject,the consultantsihalt make good spch ffi lossesor damages,tUbjp.",!,tb the conditionsthat the maximunrliability as I aforesaidshall not exceedfwice the total remunerationof the Consultantsfor designphase in ac66tb3ncewith theterms of theContract. ril;.. H'ffi ...',.,1;..lll I The liabilityigl$.g,Consultantsexpires after one (l) yearfrom the stipulated dateof coniiiletionof constructionor afterthree (3) yearsfrom the datebf frnat comRlet{g,;of thbdesign whichever is earlier. ffi ... \.rA T 'l:'r ' . j!'. fh9*..C^-o..nsuliantsrnay, to protectthemsetves, insure themselvesagainst their th_isis not obligatory.The extentof the insuranceshallbe up to B .,i;"]tte.limit"r:llabl|jiirei'bfffspecified in secondpara I ':'::::11'sat.ru.t above.The Consultantsshall procurethe cover beforecommencing the servicesand the cost of procuring Suchcover shall be borneby theConsultants up to a limit of onepercint of th-e ffi total remunerationof the Consultantsfor the designphase for everyyear of I keepingsuch cover effective.

ffi The Consultantsshall, at therequest of the Client,indemnify the Client against I any or all risks arisingout of the furnishingof professionalservices by the Consultantsto the Client,not coveredby the provisionscontained in the first ffi paraabove and exceeding the limitsset forth in secondpara above provided the I actualcost of procuringsuch indernnity as wellas costs exceeding the limits set forth in fourthpara above shall be borne by theClient. I E ffi t2- I 1.9?8,,. I ffi fl ti ffi T W B B I 3.5 Other Insuranceto be Taken out by the Consultants

The Consultants(a) shall take out and maintain,and shall cause any t $ Subconsultantsto takeout andmaintain, at their(or the Subconsultants',as the casemay be) own costbut on termsand conditionsapproved by the Client, -\l iusuranceagainst the risks, and for thc coverage,as are specified in the SC; and ffi (b) at the Client'srequest, shall provideevidence to the Client showingthat such insurancehas been taken out and maintainedand that the current premiumshave been paid. "f ffi .{tiia::' '' 3.6 Consultants'Actions Rcquiring Client's Prior Approval..;.ilt -' iii"''i:l ,$ TheConsultants shall obtain the Clicnt's prior approvalj6 wgi.ting before tahing I anyofthe followingactions: i!l;i.lli" ;$..:i o'\{Ji' ffi (a) appointingsuch Personnel as are listed rn"tliiiisndix-Cmerely by title T butnot by name; , iiil;., .'.,4.."t;; t;' H (b) enteringinto a subcontractfor tlre p'difdrmanceof any part of the t Services,it beingunderstood (i) tll?iith.g. selection of Subconsultantsand the tennsand conditions of the.i*iibp-qniract shall have been approved in writing by the Clientprior to;thei.efecutionof the subcontract,and (ii) B thatthe Consultantsshpll,remain'.fully liable for the performanceof the I Subdtinsulthnts its Personnelpursurnt this Servicesby the ii"1t";{t' and to B Contract; I (c) any otheraction tbgt'*-uy be specifiecl in theSC. lr;;i' Y:'qi'$' B 3.7 ReportingObligations',.4::, I 'lil!:"' TheConsultapts sfilll.submit to theClient the reports and documents specified B in AppendixB;iqlhtl:form, in the numbers,and within the periodsset forth in T the saidApfiBiidiff': ,\.1*^ ar'{ 3.8 Docume[,tsPrepared by the Consultantsto be the Property of the Client H ''{s,Fl. I atLp[p.q;i'd_iawings,specifications, reports, and other documents and software -,,prebaldiFby'theConsultants in accordancewith Sub-Clause3.7 shallbecome ffi $'ifrd;Fffiuin the propertyof the Client,and the Consultantsshall, not laterthan I u':t1,pg1iitermination or expiration of this Contract,deliver (if not already dblivered)all such documentsand softwareto the Client, togetherwith a ffi detailedinventory thereof. The Consultantsmay retain a copy of such I documentsand software. B Restriction(s)about the future use of thesedocuments is specifiedin the SC. I H 3.9 Equipmentand MaterialsFurnished by the Client Equipmentand materialsmade available to the Consultantsby the Client, or I purchasedby the Consultantswith fundsprovided exclusively for this purpose g by the Client, shall be the propertyof the Client and shall be marked I $ w ffJ T B ffi s wI H I I accordingly.Upon termination or'expiration of this Contract,the Consultants shallmake available to theClient an inventoryof suchequipment and materials I and shall disposeof suchequipment and materialsin accordancewith the Client'sinstructions or affordsalvage value of the same. While in possession of suchequipment and materials, the Consultants,unless otherwise instructed T by the Client in writing,shall insure thern at the expenseof the Client iri an amountequalto their full replacementvalue.

3.10 Accounting,fnspection anrl Auditin* I *ri.,- TtreConsultants (i) shallkeep accurate and systemati. u""$inf, andrecords I in respectof the Serviceshereunder, in accordanc*;rluiih, internationally acceptedaccounting principles and in such form^uti ,attuii a.swill cleariy identifyall relevanttime charges,and cost, and tt.iUdiid,th.reof,, and (ii) shall permitthe Clientor its designatedrepresentatives peii'odically, and up io on" I year from the expirationor terminationof this-e,s,niiiict, to inspectti.," ,um. and makecopies thereof as wetl as to havethefii-laiidded by audiiorsappointed bythe Clienr. I ,pjt#u 4. CONSULTANTS'PERS ONNU,iirVfi SUBCONSULTANTS ,n''t"'*'$il' 4,L Descriptionof personnel I {;,: ,, "L:;n:i The titles, agreed;ob descrfi'tioniifi*ini,num qualifications,ancl estinrated periodsof engagementin the iaffiing out of the Servicesof the Consultants' I Key Personnelare desq;ibgdin Appendix c. The Key personneland subconsultantslisted,by,title Hhd/or by name,as the caremuy be, in Appendix I C aredeemed to beapprq"v,ed by the Ctient. 4.2 Removaland/orr$'e'iilaccment ofpersonnel tit.i'i t'"it ffi (a) I E-g".,,p.,1,"4*;,{leClientmay otherwiseagree, no changesshall be made in the Key'PCi'sonnel.I[ for any reasonbeyond the reasonablecontrol of ffi the cifibultants, it becomesnecessary to replace any of the Key I r....P,:Fj..f,onnet,the Consultants shall provide as a replacementa personof -,;x bQuivalentor betterqualifications; *iJ,ti1i-::;,'q .S' .".tl-. II'Y H :;If the client, (i) finds personnel 1i.|:ft),r,:'*'-1'-, that any of the havecommitted serious t misconduct '':':::P,.i.1 or havebeen charged with havingcommitted a criminal action; or (ii) has reasonablecause to bJ dissatisfiedwith the & performanceof anyof the Personnel,then the Consultantsshalt, at the T Client'swritten requestspecifying the groundstherefore, provide as a replacementa personwith qualificationsand experienceacceptable to Tffi theClient. (c) Exceptas- the Client may otherwise agree, the Consultantsshall; (i) bear H all theadditional travel and other costs arising out of or incidentalto T any removal and/or replacement;and (ii) bear any additional remuneration,to be paid for any of the personnelprovided as a I B replacementto thatof thepersonnel being replaced. ffi T rl I ffi ffi H H ffi 5. OBLIGATTONS OF TIIE CLIDNT B 5.1 Assistance,Coordinntion and Approvals T m 5.1.1 Assistance -l TheClient shall use its bestefforts to ensurethat the Clientshall: ffi (a) provideat no cost to tlre Consultants,Subconsultants and Personnel I suchdoouments prepared by the Clientor other coripqltirigengineers appointedby the Ctientas shallbe necessaryto enableil{b Consultants, ffi Subconsultantsor Personnelto performthe $e.1vi-Egp,iThedocuments t andthe tirnewithin whichsuch documents sJrall bq,rirade available, are ::'r'ii:'"'t*- assPecified in the SC; B J''tjli.;ti"'t' I (b) Assistto obtainthe existingdata pertaiuii"g'piretevant to the carrying out of the Services,with variousGovgrn?n'eni'%nd other organizations. ffi Suchiterrs unlesspaid for by theConSultants without reimbursement I by the Clieht,shall be returned.bingConsultants upon completion of & the Servicesunder this ContlcJt;e$. t (c) issue to officials, qgtl;iis.}nt$trepresentatives of the concerned organizations,all such':instrtictionsasmay be necessaryor appropriate ffi for promptand effective iiiiiii'ementation ofthe Services; iY:..:. (d) assistto obtain,pd'ip:.4'bwhich may be requiredfor right-of-way,entry ffi uponthe lands;hhd.pibperties for the purposes of thisContract; I (e) providpt{thliConsnltants, Subconsultants,and Personnelany such ffi otherii'3qis-ianii and exemptions as may be specifiedin the SC. triu:i:;:,.::. t 5.1.7 Co-ordinatidliiT". l ffi \); T TheGliBntlhall: '- ,< t\ :-J . d-+l'ii,.:.i, 'd6ordinate", B ,r.tt(")::{i and get or expediteany necessaryapproval and clearances ';i1'.,{:';i",relating to the r,vorkfrom any Governmentor Semi-Government I ,:l..tir Agency,Department or Authority,and other concernedorganisation ffi namedin theSC. I ffi (b) coordinatewith any otherconsultants employed by him. 5.1.3 Approvals I 'fhe B Client shall accordapproval of the documentswithin such time as specifiedin the SC,'whenever these are applied for by the Consultants. t ffi ffi m, B w ffi I [l I ffi 5.2 Acccssto Land t ffi The Clientwarrants that the consultantsshall have,free of charge,unimpeded accessto all land of which accessis requiredfor the performanceof the I F} Services. 5.3 Changein theApplicableLaw

I $ If afterthe dateof this Contract,there is any changein the,ApplicableLaw which increasesor ci:creasesthe cosi of the Services.tpniiereO bv the Consultants,then the remunerationsancl direct costs otherWijdi.'bavaUte io the t B Consultantsunder this Contractshall be increasedotr{,jgrgpid accordingly, andcorresponding adjustrnent shall be madeto thearr6iinii. rbferrcd to in Sirb- Clause6.2 (a)or (b),as the casemay be. g *'r::{i;x.i* 'ii" t ,i:l: 5.4 Scrvicesand Facitities dl+;ii='Si' ={t rh*. t ffi The Client shatl makeavailable to the.CjliT'ultfi"tr,Subconsultants and the Personnel,for thepurpose of the ServiE&'dild'free of anycharge, the services, facilitiesand propertydescribed in,$pp.qiidjx F at thetimes and in themanner I H specifiedin said Appendixf,-p;o'fi{d.trthat if suchservices, facilities and propertyshall not be made-hildjlable:tio the Consultantsas and when so specified,the Partiesshall aSee.g1; (i) any tinre extensionthat it may be I ffi appropriateto grantto theConsiiltirits for the performanceof the Servicesj(ii) the mannerin whichthe Gpiiglltants shall procure any such services, facilities and property from and (iii) the additionalpayments, if any, to "tf,T dg,*?56es; I ffi be madeto theConsult"ftit,F a resultthereof pursuant to Clause6 hereinafter. payments s.5 tl--'t'-rit, I B "r.{1',.,. r;i In considdiatiofibftn* Servicesperformed by the Consultantsunder this Contract,the Qlientshall make to the Consultantssuch payments and in such I H t*"li.1i'..isprovided bvclause 6 of this contract. pAyMENTs -*tU'xl*ia..'lti 6. ro rrrE coNsuLTANrs B dr"" t 6.1fii,j,fihp su- Remunerarion 4*F" H The Consultants'total remunerationshall not exceedthe Contractprice and T shallbe a fixed lumpsum including all staff costs,incurred by theConsultants in carryingout the Servicesdescribed in AppendixA. Other reimbursable B directcosts expenditure, if any,are specified in the sc. Exceptas provided in I Sub-Clause5.3, the ContractPrice may only be increasedabove tire amounts g statedin Sub-Clause6.2 if the Partieshave agreed to additionalpaynents in I accordancewith Sub-Clauses2.5, 2.6, 5.4 or 6.6. l ffi FI gTffi I -16- B u',t?tffi,,'. c\ (+)ds I qw w I E I I 6,2 ContractPrice

(a) Foreigncurrency payment shall be madein the currencyor currencies I specifiedas foreign currency or currenciesin the SC, andlocal currency paymentshall be rnade in PakistaniRupees. "l (b) The SC shall specify the break up of remunerationto be paid, respectively,in foreignand in localcurrencies.

.'!!,^;?.'. I Terrns and Conditions of Pavmenl .i !,;. . '.iiii lit'+,..n Paymentlvill be made to the accountof the Consultants rdlhccordingto the I payrnent schedule stated in the SC. Payments;'gJrallrd made after the conditionslisted in the SC for such pa met. and the Consultantshave submitted an irrvoiceto theCli ifying theamount due. I r' Period of Payment 't' \:: "+ ..r:.it''l?id-'"' I (a) Advancepayment to the ConsulpritS'$1rattbe affected within the period specifiedin the SC, after signir-rij'.of-'t, the ContractAgreement between parties. the ft/utrdr' I ni;iii' t1, (r-r (b) Any otheramount dueii,g-thd;Consultants shall be paid by the Clientto the Consultantswithin nivEhtyeight (28) daysin caseof localcurrency I andfifty six (56) {ays,.!ncase of foreigncurrency after the Consultants' invoicenas beenf$Jivdied to theClient. "i'?i'.,...t I DclayedPaymentg,", *tV't:'j" ..ftr lf the Client lit* d..it'afa paymentsbeyond the periodstated in paragraph(b) of Sub-ClausQ"{,alifihancingcharges shall be paid to the Consultantsfor eachday I of delayat tfib'tgtespecified in theSC. A ?ir'r s. I 6"6 Additidniil.Services'"\:t1 ":i'.i.,,. $'.rui"., means: '4,.r4dd'iiiiih'i ',1,"r, I " "(?).i3' Servicesas approvedby the Client outsidethe Scopeof Services describedin AppendixA; I (b) Servicesto be performedduring the periodextended pursuant to Sub- Clause2.6, beyondthe originalschedule time for completionof the Services;and I (c) any re-doing of any part of the Servicesas a result of Client's instructions. I I etff) I WeI I tfl I $$ It in the opinionof the Client,it is necessaryto performAdditional Services 9u*g the _currencyof the contract for the purpor. of the project, such I ffi AdditionalServices shall be performedwith thaprior concurrenceof both the Parties.The Consultantsshall inform the Clientof the additionaltime (if any), r+ andthe additionalremuneration and reimbursabledirect costs expenditure ibr J Ei suchAdditional Services. If thereis no disagreementby the Client within two weeksof this intimation,such additional time, remuneration and reimbursable directcosts expenditure shall be deemedto becomepart of the contract. such I ffi remunerationand reitnbursable direct costs expen

I ffi No. Amendmentso{, and Supplementsto, Clausesin the GeneralConditions of GC of Contract I H Clause l.l Definitions

I (p) "Project"means "Feasibility Study and Prelinrinary Design of peshawar ffi - KabuI MotorwaySection-I : peshawar_Torkharn (SO;,iiiil):, Section _II : Torkham'Jalalabad (76 Krn), Section-III : Jalalabad--kui;iit(f S s Km)',. I B t*irr$ \,2 Law Governingthe Contract . %.i Utu".'i:+- I TheConsultants personnel shall at all tirnesenaeavriijtrli,dBr"ru* anclrespect all ffi laws,rules, regulations and customs prevailing,f,r.llffin. Islamic Repubtic or Pakistan. ^,lt,i?., ..r:.'{,i.:r,.,ii\'r': I E 1.6 Authorizcd Representatives ;r11r '',ii."tii.t C{ TheAuthorized t ti Representativesaretrhe:&iibwing: Forthe ctient: ,;::" .ftt"tili'ember(ptanning) ''r;il.x#i,'National ' {iglyuy Aurhority ffi PlotNo,28, Mauve Area, G-9/l I p. i;,,il;, O. Box 1205,Islamabad ts [1 ,-,f:,' Telephone: ir+'i'ril:::,.. 051-9032702 t ri Facsimile:051 - 9260418 i', Forthe Consuttantsj Akhtar MahmoodMir, gfl i,:'-. ii'r' :' Director/Technical,M/s Associated -/;.,'1.:,r.} T ':l'';l-'.1;.i;i:jl;'ii;:. ConsultancyCenter (Pvt.) Ltd. i:,.*tt rr, Address: rl', Plazal-B St.57,Sector [4 rzl. C4 /4, Islamabad,Pakistan, I d:li,t:*1.,, Telephone:+92-5 1 -835 i1rr1,.,.,,..'!i;' ;i:i I 006-8 il _ir Facsimile:+92-5 l-835 1009 ffi ,

H The leaderof the Joint Ventureis lvl/sAssociated Consultancy Center (pvt.) I Ltd.through: I E H I -20 - T ffi ffi ffi I H Name: Akhtar lvlahrnoodMir, Designation:DirectorlTechnical, M/s Associated ffi ConsultancyCenter (Pvt.) Ltd. I FeasibilityStudy and Preliminary Design of Peshawar- KabulMotorlvay Section-l: Peshawar-Torkham (50 Knr), .l ffi Section-ll:Torkham-Jalalabad (76 Km), Section-III: Jalalabad-Kabul(155 Km) Address: Plaza l-B St.57, SectorG-914, Islamabad, "l $ Pakistan, 1,';'-. ' Telephone: +92-51-83 5 I 006-8 : Facsirnile: +92-51-8351009 .. ,iJ' :lu I & Email: [email protected]'l,,1i':+f; 'i.'.. {: ' 'i '1:..-;\ /: ,,i:.''' 2.1 Effectivenessof Contract .,,'{1, 1-j.:,- I B . -: The date on which this Contractshatl come iiito.ii,ruct''' is the datewhen the Contractis signedby boththe Parties. , ,"11ii,--,i B .,lti'-1", I 2.2 Terrnination of Contruct for Failure t{1be'ComeEffective -.:..;1,:.li{1, B The time period shall be sixty (60) dayp,O-isucli other time period as the Parties I may agreein rvriting. ii:'"' 4,i'''' !,,i:. .ta "?:)lli;t:i:!' ffi 2.3 commencernent of scrv'ccs I .,.a'll'.;:. The Consultants shall cor4mdhcetlte services immediately upon issuanceof E Letter of Commencenierit:bythe Client or such other time period as the Parties t may agreein writi4g,_^ 1*i'"""{,., 2,4 Expi ra ti on ot;qdsirdct ffi f 1.....i;,rr,. :ii*r>. l &j11.n.i(.:...,r-:.."''of period completion servicesshall be six (06) months from the The r r.;. I of

commencgment'of-:l services or suchother period as the Partiesmay agreein ffi writing.:,li;.r I .,ttt i".'. - \,,1 frR 2,7.4,,,,:ya!idpi * " El, ,'{,;,$'ti"'" I "'Tglltrwing text is addedat theend of thePara: H "excludingoverheads and profits." I ffi 3.4 ProfessionalLiabilitv Professionalindemnity bond for tlvicethe contractvalue in thejoint nameof I Clientand Consultants shall be providedas per lastparagraph of GC 3.4.The & Consnltantsis to coverthis cost in its overheads, I B m,ShT $ ffi,. \ (4)A Yul\-J I H ffi w I ffi -f I [g T ffi Insuranceto be taken out by the Consuttants I ffi Therisks and the coverage shall be as follows: (a) Third- Party rnotor vehicle liability insurarrcein respectof motor t f?tt vehiclesoperated in Pakistanby the Consultantsor theirPersonnel or any Sub-consultantsor theirpersonnel, with a minimumcoverage of I ffi Rs.100,000/-. (b) Insuranceagainst loss of or clamageto equipmentpurcnziii{,in wlLole or in partwith fundsprovided under the Contract. t ,;:,:i:,., ffi I)ocumentsPrepared by flre Consultantsto be ttrcpi..o1iCi.tj,,bf tne Client tli;'1 " r+' The client and the consultantsshall not usethgse;=.;f

5.1.1 Assistance ,,.".,t.,,44 {.).('.i::.,'i;l " I B .jr.{ Clause5.1.1 in GC is replacedas undel;3ii''''(Q, 1:irl ,,19ii,.\j) Thernv Client\.uenr shallsnail procur#'ltd; I ffi facilitateracilltate intn pro/cuflngig rptevantrelevant data fbrfor the presentassignmenrassignment from concernedagencies subjdilsubje&io,-itsiivailabitity io. iir,'iu, and if such documJntsare not ^.,. B of classifiednature. i igu,'ai, ,iri I 5.1.3 Approvals ,pl:l,t.,r i:./. 1;i ,,._A:;' H The Client shall acccjrfi4pffival of the documentsimmediately but not later I thanfourteen (14) daysfrbiii thedate of theirsubmission by theionsultants. q:.li ..;f: H 6.2 ContractPrice ti.^,,.1,it I eip-"#l::*' Theceilin!46fi'l;.ii'ili in local currency is pak. Rs.t03,4t0,s3gt- (pak.Rupees OneHug{ied.i'f,ree Million, Four Hundred Ten Thousand, Five Hundred and I ffi Thirtyr-Nideonlv). 6.3,.T"ffi;i;J8onditionsofpayment .1-.: t €'Jr.ii' ffi i?" .._FL{str,' rr-ll I i.!--"'1.i1{Tl ': t m sum amount in local currencyagainst Consultancy Services for H Fedsibilitysqay and preliminaryDesign of peshawar- rauut Motorway section-I:Peshawar-Torkham (50 Km), section-Il: Torkham-Jalalabad(76 I Km), section-Ill:Jalalabad-Kabul (155 Km), undersc 6.2 shallbe paidto ihe consultantsfor the servicesto becompleted within the periodspecified in sc I & 2.4. Paymentsshall T & be madeaccording to the followingschedule: I B Jr) ,,,::i;#,p.=', I H trl ffi uw I EJ W,, H ,ffi B I Sr. Percentageof Description No. 3.4" I E A. St:ige-I l. InceptionReport l0% ., 2. AlignmentStudy Alternatives along with merits, I ffi demeritsand recommendations r0% SubTotal A 20% B B. Stage-II '*,it'it I FeasibilityReport (Technical, Economic & l''i Financial) *i:. \i: ','i' 15% I I ',,{ 2. Traffic StudyReport "o';;. 5% ' J, TunnelReport n,f."''it], 5% t B Ctr1,:t;, 4. SeismicReport ^ 5% 6 5. Materiats Reportincl ud ing Ceo-tgblfiie{i I Investigations .",,?l'^i,,ir, 5% 6. 5% B PavementDesi gn Reprgril 5% I 8. Structuresrequired fiitr C,ifi'"tolLayout Report 50 g 9. EIA andSIA Report 5% I 10. 5% itl,'

  • I AccountTitle: Shareof payr".gtoiryrld seN{go ,l.rult ffi AccountNo: bereceived by lh€lLeaa Member. For BranchCode: furtherdctaili'ijri&r?hra 12 of lY Bank: Agreenrent.gtxAn$exure-III to the T ljf},f ffi Address: Contract"{it,.Contract^ tii ,, &q,ia{a *.,*.Y,:., M/s AssociatedConsulting Enginepidl ;r*l;ta"i$CE (Pvt.)Ltd. I H (JV Member) "fl';t,. AccountTitle: AsdociatedConsulting Engineers-ACE $(111.1rto. tU464 I H AccountNo: ,li',i: 0A50933770| 5 SrviftCode: "iP{FAYSPKHA f1{'i.qo,.,1iii'Faysal Bank: Bank Lim ited I ffi Address: New GardenTown Branch, Lahore NTN No. 07097s3-7 I ffi d. M/s AssignEriliine0ring Consult International (JV Member) AccountTitle:.. AssignEngineering Consult Intt @vt.) aii f\, ''i'' Ltd. $ AccouhtNo: 01273373 001 I Br.iHihlcode: nanki':i1x StandardChartered Bank All$ress: SuperMarket, F-6, Islamabad I H ziiliTLl.No. 4237506-1 ''' ,,',':. tii f,,..;i.,1,. ,l.i$ ;rr(iv)'ifihltlayment shall not be cleareduntil formality of Clause10.0 of ffi (Minutesof Pre-ProposalMeeting I i'".g#,'4i-Annexure-I'*'lurdit and AddendurnNo.1) is ''' ensuredand Consultantsgives an undertakingthat all drawingsin ffi editableformat and reports in wordand excelformat is subrnitted. I DelayedPaymcnts I H Financingcharges are as under: r B for localcurrency = Eight percent(8%) per annum. I H ffi, I ffi w# ffi I Ih$ ffi I Additional Services H The Consultantsshall be preparedat any tirne duringthe projectto provide I experttechnical advice and skill to the client who may ask and needsuch assistanceon any phaseor specificfeature of the Project.The Consultantswill -l ffi be separatelycompensated for all suchservices not coveredin tlie original Services. "l ffi 9. Priority of Documents 'l' Followingis to indicatepriority of documentsforming part of this Contract ',,: to resolvean ambiguity or in provision: non-clarity the .':,, 'il..ijr'i. a:' -.i I H ,:f:i! . . .,: ; qli. ir:..,r, ContractAgreement; x';.1,l".r ."...li.rl,i{ r' Minutesof ContractNegotiation ,.i.n't'{:,::{ .:' . I r' The SpecialConditions of Contriig!;"'",t\i ,.1 , - ':lit'.,.).. r' TheGeneralConditions of CdfiTiacq'' "i;:') I { Minutesof Pre-ProporotM."'itihgancl Addenclum No.l; r' Scopeof Services/Terfns qf Reference; irf ii.. ,/ Other I documents' tinctiibinU Integri ty Pact. '{'.,i:t: ,,ft tr -. ir,:: tr 10. Royalties \;.; r-' I The consultantsshall suu,,6-iiirtnrr.s and indemnify the client from andagainst all claims and proceddings.onaccount of or for infringementof any patent "l B right, design,trademaik or nameor otherprotected rights in respectto any patenteddesigns,.,,;fg,gLures or equiprnent they may use for carryingout the Serv i ces, and* slr al! pa.y-'alI royalti es etc, thereto. ffi .t,*r. *. iilirii'' I 11. Penalty''la=Tili\sr H If the cfnsultantsfails to complywith the time to completionas givenin the Contfa'CtConlract,rlther Client will imposea penaltyat-the rate of 0.05%of the fte firr I inqorqplete;,portionof work as per Appendix-Efor eachday of detayup to a maximfimof l0%10% of thesame alnount. +:ii'r'qraliiqfim: - t. - ffi .,,-. I .'i'i ffi ';::lil'' '{(firft, I g & o\ (4)t /,{) w I I m ffi -25 - l H I [$'r -l ffi ffi ffit ffiI ffiI H t Eil trt ffi I ',1i.,:: , , !,+ ;'1"' 1;;'- ;'" I {ii..'?"ttt' I i ffi rt "Ot':iilii;'i''i:J FJ I r:. , .,'i , i, i, ; r. _ ' .3i i 'ii :q '!ii' i'':" ':' ffi I "'Lt.,,..,,,:,f'

    ,'';:';r'i)' - ,,..'i''Sf,CIONflddV.tn-' AI ffi I ii'h" \;'+ ,9..r' ,: i$'t,d i:q, _.,,,,ir' ./i-'1. "*'I'ii;!*t'riir;.... H I r'. ;l ": .:ri :i. 7,._.;,. ii: ii,i :::':t r':'i,i:'"',:i-:::;.' ffi I ,.,.:.:r.t '.ai:.'rJ H t ffi I EqI HFI I ffi I ffi Appendix-A H I Descriptionof the Services H I B I H I ffi I g ,a I ffi I $ I E p I ffi I ffi I

    i:rJ. E i:,1 ,T.. .. .- t!::. .' g I

    it1 l,-.+ '. i; rJ 'Gn' ' --,n- " l+ tl r. ;'-t (:', ffi t X J! -- (a-, f;'. . tfi'!i;:i I H I H I ffi I ffi I B I H m I fl,

    B 1. BACKGROUND

    Pakistanby virtue of its geo-strategiclocation is a junction of South Asia, ffil West Asia and CentralAsia. It is a pathway from resourie efficient countriesto resourcedeficient countries. Pakistan can be termedas a Bridgebetween South Asia and South West Asia; Iran and Afghanistanare energyabundant while India and I ffir Chinaare deficien

    ' Land lockedAfghanistan is now at the phaseof reconsfructionfinds its ways I ffi throughPakistan. It sharesa2,640 Km Durandline, pours border with its neighboriig .' Paki,gtan.-lhgre,, are .nu.mberof : un.administeredI and' two ,administered-,Bordei Crossings;at Chamanin'lBatuchistan ahd at Tclrkham,inKhyber Pakhtunkhwa. Un- B adrninistered are'through' frequent routes in desertsand, mountain passbs' in FATA. The existingrgad links throughBorrlcr-s also needto be up-graded,especially being damagedby the NATO supply transit traffic. Keeping in view the growing ffir demandof trade betweenthe two countries,the Governm"ntof Afghanisianhai requestedGovernment of Pakistan !o develop Peshawar Kabul Motorway. Pakistan'svision to accessthe CARs shall also be facilitatedthrough this Motorway. H.l It has beendesired by the Governmentof t Pakistanto carry out a detailedfeasibiliiy studyfor Peshawar-KabulMotorway.

    I E The documdntin hand outlinesthe technicaland economicrequirements to carryout the detailcJFeasibility Study of the project. I ffi 2, TUE PROJ_H,CT Peshawar-Ka:ulMotorway will compriseof followingsect!on:- tr - i. Peshawar-TorkhamSection, 50 Km ii. Torkham-JalalabadSection, 76 Km ffi iii. Jalalabad-Kabul Section,155 Km

    dt PAKISTAN SIDE f50 Km)

    -l (Peshawar- Torkham(50 Km) 'alignment The available of Peshawar-Torkhamsection'"be reviewed and suggestionbe madeto improve the alignment.The betteralignment, if any, lffi may alsobe suggested. AFGHANISTAN 1ffi, SIDE f23l Km) isting carriagewayhas been constructedby the Pakistan. Currently, AdditionalCarriageway is beingconstructed.The existingfacility would be lB convertedinto expressway.

    Jalalabad-KabulSection (155 Km)

    :EH ity Study and PreliminaryDesign of Peshawar-Kabul Section-L Peshawar- _.. I orkham-Jalalabad76 Km, Secrion-IIl:Jalalabad.Kabul 155 :'r ..i t l. +{ B -(;e)- - ,.i: I \G ,., " :.i!" ffi ,:,i)'i:',-'' I ffi $, I Thebroad scope shall cover the followingaspects for theMotorway sections: H; i. Technical,Economic Feasibility studies I ii. PreliminaryDesign. 'l ffir iii. Initial Environmental/sociatirnpact assessment/ecology studies. iv. Landacquisition, resettlement plans. The project shall have maximurnincorporation of existingfacilities at any ffi pointbetlveen Torkham and Kabul. The end product with the incorporationof existing facilitiesis requiredas under; H i. Total length : 281 km (approximately) ii. No. of Lanes : 4/6lane (bothoptions to be studied) .i*'n,'' 'Land.;Widthil{-i:i.+8.1. i;* ,3.65 : ,r ..;.:ii., '$r iii. m ' fi.t :fff*4#Fl 3.0.meterouter & I .O'rn'ihner .: iv. ,Sh'oulderWidth'l ' .i..'- .r' v. DesignSpeed 100-120-km/hr for Pl{iiis ffi, (both option,sto be stttdied) )t vi. DesignSpeed 60-80km/hr for mountainous 8' (both optionsto be studied)"' t vii. Major Bridges To be deteLminedafter detailed FeasibilityStudy. E viii. Tunnels To be determinedafter detailed I FeasibilityStudy. ffi 3. JUSTIFICATION OF THB PROJECT I s,t{ The projectis justified on the followinggrounds. j I Pak-Afghantrade is bound to rise in future and it shall be imperativeto developan efficientfast economic *J corridor to facilitate. the commercialtraffic. t Ff, CARs'are in dire need to access Pakistdnand its Porrs.The Central ,l Asian', Regional Econornic ffi' Corporation (CAREC) has identified various Routes from I CARs to Pakistanthrough China H andAfghanistan. I g The Routethrough Jalalabad,

    a ffi E 4

    a ffi Fi' ancy Serviceli$if'SiliUitity Study and PreliminaryDesign of Peshawar-KabulMotorway Section-l: Pesharvar- 'l'orkham 50 Km, Section-Il:Torkham-Jalalabad 76 KnT, Scction-lll: Jalalabad-Kabul 155 Km ,E ffi -(a1)- H I ffi.

    I ffi Torkhamand Peshawar is alsoan identifiedcorridor for AsianHighway Network(AH-l I ffii I H: I ffi' I ffi I Hr I I B' I I H Figure-l Location PIan H 4. SCOPE OF WORK T Scopeof servicesrequired to be coveredunder eachPart is elaboratedunder respectiveheadings in the following paragraphs.Ilowever, the Technicalerea shall ffi coverfollowing tasksfor bothFour (04) andSix (06) laneMotorway facility: I . a) ReconnaissanceSurvey/Visit Report H b) The Consultantshall review and updatethe existingalignments of Peshawar- I . Jalalabad-Kabulroad, if required,and submit otheralignment options with recommendationof themost economical one. I gi I H t ffi' t H ;.. I H .l fr!.r I H T H I H -(zoh ffi\d I B. i w I c) The projectshall have maximumincorporation of existingfacilities and must : . submitcomprehensive rational if we choosenot to usethe existingfacilities. Ifl 4lr d) The Consultantshall give a presentationof the Alignment optionswith H I --l recommendationsto NHA. A joint presentationwould be madeto theAfghan andPakistani sides either in Pakistanor Afghanistan.Cost shallbe borneby l,1E f'd the Consultant.After clearance,final option shall be focusedfor further "l at detailedstudy as follows: i m e) Acquisitionof freshstereo satellite imagery 0.5 m. H 5l 0 Establishingpermanent BM at every l0 Km at approvedalignment with I DFGPSand ortho-rectificationof stereoimagery. Observe cross-section at evcry100 m interval. B s) Aerialvisit with flag markingson grorrnd(upon security clearance) I

    [T h) Provisionof serviceroads where necessary. Ett r) Number and type of cross drainagestructures, including .bridges,'boxl pipe I i culvertsetc.

    E. i) ConstructionMaterial study report mi I " k) Outlineplan and profiledesign with SatelliteImage (0.5m) geo-rectified

    II background l) Identificationand preliminarydesign of interchanges,flyovers for access I l A roads,underpasses, cattle creepsetc. T'heConsultant will appriseabout the provisionof interchangeswhere necessaryand underpasseswith detailed 5 reason. I m) Typicalstructural drawings with generallayout of Bridges. H n) Networklevel/ Project level Traffic studyreport and pavementdesign I o) Limitedsoil investigationat averagel0 km interval FJ E s.{ p) (SIA), (EIA) IE' SocialImpact Assessment EnvironmentImpact Assessment Study : andEcology studies be undertakenas per EPA Guidelines I sr R' q) Roadfurniture including but not limitedto pavementmarkings, traffic signs, Ht -l cat eyes, gantries and lightings on required motorway locationsand Interchanges. I

    lfl [4 r) LandAcquisition and utility/ infrastructureestimates and folders as per outline fit desrgn : I a t!! s) Outlinedesign of Toll Plazas,Rest areas, Service Areas and WeighStationsat drl necessarylocations : t) Locationand outline designs of NHA andAfghan Highlvay Project offices u) Emergencyphone systems/ monitoring control rooms v) Flydrologyof thearea and Flydraulics of majorrivers TF w) The consultantshall prepare PC-t of the project on standard & CommissionProforma trt x) GIS Mapon satelliteimagery.

    E' 4t v) The seismicmaps shall be madepart of FeasibilityStudy reportand rvill l adequatelyirtilized in the design.The inforrnationshall be presentedin the brm of separatelyprepared reports. I

    /(5

    =l vices Ier-h*ribility St .tl I r/t \a Qla^-"-9 -H, I

    I z) Review.of the design of Cross-borderfacilities and detail descriptionof . facilitiesand cohtrol systems. Outline design on SatelliteImagery. I *1H aa) Economic/FinancialAnalysiswithlndicators. bb) Take advisefrcim NFIA and Afghan governmentwith respectto International Trade Agreements/lvfOUs(if any) betweenPakistan and Afghanistan and I suggestimprovements ; t li: Note: a) The securityof Consultantstaff to be nrobilizedfor field datacollection and surveyin Afghanistan,would provided Ftr be by Governmentof Afghanistan. g: I b) TheGovernment of Afghanistan,willprovide complete data of existingr,gad (in ,Afghanistan)to ihe Consultant.The Consultantwill ascertainthe reliabi:lityof a dataand collectthe data on actualbasis for variouselements of Feasibility Ii.l r I ritI Study. : c) The NHA can providetechnical assistance to the Afghan side upon Toll I ffi, operatingsystems and Road and Bridge Management System. l 5. PAK.AFGHAN TRADE

    I H Pakistan and Afghanistan have a long history of being trade partners. Pakistan represents t ffi Afghanistan's' main access to a seaport for its foreign trade. I'.1 Ir,.l Afghanistan, at the same time, has l,' l, the potential for becoming a land t linked country providing Pakistan $f with direct routes to the Central I l,iJ Asia.Transit to Afghanistanthrough ffi pakistanis governed bythe aren-a"ii#Slftfl*t'1iffi Bj (APTTA) which specifiesthe port, route, transportmodes and cuitoms transit I prloge{u-res,A comp4risqn of Pak - Afghantrade is given_in the followingtable: t'-"--_' '- _' ;l ffi I laotet: Panstan-AtgnantstanEilaterat lraoe i I i flatuein Million US $) | rl $a ErporF Year . lmportr Iqial Ealancc I 20C0-01 : &jN' .140 . 295 170 ' 110,9 | '2001.02. .2 . ' .. '192.1 : I '2002-03 16 22.9 :. 1441.:'; I 315.7,. 34.8 .' :' ,'350.5. ;: 280.8 ':492.9- ' . I ".2003"04 : 47.4 540,3 445.4. I 2004-05 747.722 .38.9 ' , 786.7 708.7'r ffi '1110.9' I 2005-06 1063.4 47.5. : rfi5.e . I I 2006-07 753.9 : 79.2 830.2 , .: 677.6 I .'2007.08 1143.6 91.3 , 105e3' '93 , 1235? ' . I 2008-09 13S8 . 1491 1305 H '2009-10 t 1572 139 t711 1433 I '2010-1t 2336.7 172 2508.7:' 2164.7 I | ffi, I I Both Afghanistanand Pakistanhave agreed on, not only to continueto provide t H H I w t B E' g I direct routesto the CentralAsian States.The Pakistan-AfghanistanJoint Economic Commission(JEC) lately agreedto enhancethe bilateraltrade from US current $ 2,500million ($2.5 billion) to US $ 5 billion by the year 2015,as envisionedby ffij leadersof boththe countries, It is now required to undertakethe Planning, I Feasibility, detail. design and constructionof the Project on bmergentbasis to ,.r.:;..i1,,|: providedthe necessaryinfrastructure for theTargets set between the Countries. ,,irli;:t---f B' lj_\ / 6. PRorECrpESCRrPrrgN. -1# B itlil andeconomic hub f;;;;T;;"lul'r'Xo''inisiered rribalAreas of Pakistan.Pil;ffi't:'t'':lSil is situatedin a largevalley near the easternend of the KhyberPass, close to ' thePak- I ffi, Afghan border.Known as "City on tlie Frontier",Peshawar's strategic location on the r crossroadsof CentralAsia and SouthAsia has.made it one of the hrostculturally vibrantand lively cities in the greaterregion..Peshawar is connectedto Motorwal,' $r systemof Pakisianthrough Motorw*y M-l. PeshawarNorthern Byp,rss havln; a I definitionof 4-lanedivecl Expiessway provides link betweenMotorway M-l andStart F. Pointof Peshawar- Kabul Motorway. I 1 The Startpoint of theProject is at endpoint of PeshawarNorthern Bypass. The 50 Km alignment of Peshawar- Torkham Expresswayis designedas 4-Lane Expressway.It shall form the Pakistansection of the Peshawar- Kabul Motorway. E. Most of the Alignment follows new alignmentbut at critical narrowvalleys, it I essentiallyfollows the existingN-5 facility.The terminaipoint in Pakistanis at TorkhamBorder. At presentthere are no properfacilities to regulatethe cross-border ffi transit traffis. It will be requiredto developan internationalstandard Cross-border I stationwith all modernsate of the Art systemsto park,check, regulate and facilitate the commercialtraffic. ffi The terrain is very difficult following : mostly the valleys and hill slopes. I Althoughthe designis completed,but it is envisagedthat the consultantshall provide further value addition and improvement.Options of Tunnels and Tunnel Bridge E. combinationsshall alsobe investigatedto achievestipulated Motorway standards. t From Torkham to Jalalabad the existing Z-lane is being up-gradedto 4- H; Laneby FWO.The work is held-updue to various reasons,it shall now bc rc- t designed/upgradedto Motorway Standard. ffi The Distancefrom Torkham to Jalalabad is 76 Km. I

    From Jalalabadto Kabul the proposed m, Flgure3 RushIn Mahlparvalley, a narrowtorge I alignment, via [Darvazehgey, Memla, Kokkhel,Khanjar, Flesarak and Kami Khel)is 6 155Km in lengthTotal Motorway Length shallbe around281 Km. Tunnetsexists in I Afghanistansection of the Highway. It ffi needsto be widened to the Moiorway standardswith all alliedworks. I B I H El tllsEtr l' 7'\,li"'Jr*e/i I B 2}Efo27167 W9 I ffi t I I The Projectshall be limitedaocess having a minimumdesign speed of 60-80 KPH in hilly areasand 100-120 KPH in plainareas.

    I 7. DESLGN STI\NpARDS

    Designstandards conforming to 100-120KPI-I in plainand 60-80 KPH in hilly I areasshall be used.The proposedcarriageway cross-section will be 4/6 lanedivided with medianbarrier. Inner shoulder is I m andouter shoulder shall be 3.0 m. There shallbe headlightscreen in the median.Maximum grade shall be limitedto 6% with t critical gradi lengthas per AASFITOstandard. Split level designin mountainous terrainis aceeptable,provided technical, requirerncnts are futfi lled.

    I 2 -lanevia duct,split leveloptions as per I AASI-ITOStandards I l B I ffi The consultantmay explore other options to reducethe excessive cuts in hilly I ffi areas. Consultantmay alsotake into considerationthe optionsof tunnels/viaductsand ffi other structuresas canbe beneficialto the projectin economicor technical I E1 terms. Sr. DesisnElements Unit Plains Rollins Mountainous Bj I Desisnspeed (KPH) Km/hr I 00-120 80-I 00 60-80 I 2. Min, stopping sight m I 85-250 t30-185 85-t30 distance* J. Max rate of super % 6 6 6 ffi elevation. I 5. Horizontalcurvature: i) Absoh.rte min. m 437-7 56 252-437 123-252 tr3,&i: radius I ii)Radius above m 3,5l0 2,360 1,710 which no Super- ffi elevationis reouired I 6. Roadformation width m 24.2 24.2 24.2/ Split level designin mountainous H stretches to be I investigated r$ I t I H FI I ffi ffi H \se- T ffi,

    ffi Sr. DesignElements Unit Plains Rolling Mountainous I 7. Max. grade % 6% ruling; 7Yo exceptional I Br cases 8 Min. grade. In fill 0.3% In cut0.5% .l ffi' 9. Rateof verticalcurvaturel oK' i) value for crest curyes: "l E Stoppingsight distance, Kl%A >95 >26 'K' ii) valuefor Sagcurves: K/%A >63 >30 ffi 10, (a) Fill Slopes: H:V 2:1 I (b) CutSlopes** $r (i) 1.5n'.-3.0 m cut FI:V 0.5:I 0.5:I 0.5:I I t-- -- g ii) 0-1.5m cut H:V 0.5:I 0.5:I 0.5:I iiD >3.0m t H:V As per site I conditions il Min. vertical clearance over m 5.2 I road T t2. Min. vertical clearance over m 6.5 railwayline. 13. ofway. ffi lRieht 'l 80 m-T---_J * I I Valueis for Levelgrade, in caseof vert:icalgradc appropriatelength to-G;Aaed ** 'l g Valuesshall be adjustedas per soil 1)arametersdeterminedafter r equiredtesting. Note: Benchingshall _b-e_ provided if cutt :xceeds6 rn ffi LaneWidth: 3.65m No of lanes: 4/6lane(both options to be studied) ffii ShoulderWidth: Innerlm inner,3 m outer,0.5 m rounding Crossfall normal: Carria,giwai 2% . ffi Shoulder4% Median: New-Jersey Barrier (0.6 M) with headlightscreen Electrification: At Interchangesand near cities ffi' Main Serviceareas: At averageevery 60 Km Min Area600 m x 600 m Restaurants,Mosque, Medical emergency,ATM, I MotorwayPolice, Highway Authority,Information H center,Vehicle repair/ Tyre Shopseparate for cars andtrucks, Shopping, Children play area, separate I toiletsfor Menand Women, Fueling station, H Parkingetc,. Mini Serviceareas: As required I RestAreas: At averageevery 60 Km ffi, Weighingstations: At everyEntry/ Exit Pointsoutside lv{otorway g fl yovers/Interchanges: Six-lanefor futureaddition of third lane. h7 Peshalvar- ffi qI F ffi iii;t:' I l$ I [Jl : ffi I t$i All majorriver Bridges: Six-Lane : Roadfurniture: Reflectivelane markings, delineators and road &f tilt' signsof diamondgrade or equivalent t *.1 ) GeometrioDesign Standards: "A Policyon GeomefficDesign of Highway & Fl l E'd: Streets2004" ) RoadsideDesign standards: "AASI-ITORoadside Design Guide" t w Classification of Ilighway: Rural Freev,';r.y rig DesignVehicle: 6- Axle Trailrr (L22+222) 1*l t Eil Drainage: Curband Gutter and Chutes for controlleddrainaee t ffii 8. SUBMISSIONOF REPORTS The consultantsshall preparethe following documentsfor the pioject and ffi, submitto theEmployer: t 1 Staeq:I: . InceptionReport I H. o Presentationon AlignmentStudy Report ' o AlignmentStudy Report (Approval lvithin l4 days) I H Staee-II: o FeasibilityReport (Technical, Economic & Financial) fii el o Traffic StudyReport I o StructureReport o TunnelReport I ffi r SeismicReport o MaterialsReport including Geotechnical Investigations [, {l r Hydraulicand Hydrology Report grl/ I t . PavementDesign Report e Structr.rresRequired with generallayout Report I ffi . LandAcquisition and Utitity Folder o Environment,Ecology and SocialImpact Assessment Report H. $taee-fII: I c TenderDocuments (Volume l-4) . Engineer'sEstimate, BOQ's ctiEf, I " PC-1(As per Planning Commission Performa) t ffi 9. PROVISIONOF DSTA ON COVIPACTDISCS TheConsr.rltants shall submit complete set of documents,drawings and reportsry - ffi listedabove on three (03) digital CD-ROMs separately. Files (Word, Excel, Auto Cad,..1i..;::';.; I I H t g I -(sO- ffi I L-' m; I ffi, GraphicalImages, Photographs etc.) shall be properly indexed/cataloged for record purposesand use/reproductio n at a laterstage by NHA. 81 I I0. TIME OF START ,l ffi, The servicesshall be comrnencedirnmediately after the issuance of LOA.

    I1. "l ffi TIME PERIOD Timefor thecompletion of outlinedesign shall be six (6)months. .,1 ffi 12. PROVISIONAL SUMS B, ,l rs{ Sr ITEM UNIT AMOUNT ' m' 0r Satellitehnagery Data 3.0 lvlillion I 1 02. Slopestabil ity sofrvrare OneLicense 2.0Million B. 03. Codes and lvlanuals Oneset 0.5Million I ffi 12. Man-Month SchqdJle for Feasibility Stlldy I International Input Man S. No Position No. E months t ffi I TeamLeaderfi ighway Engi neer I 6 I 2 GeotechnicalEngineer I 4 *J TOTAL (A) t4 t ffi f)omesticInput Man I S. No Position No. ffi, months I AssistantHighway Engineer I ) ., ffi L PavementEngineer I I J TrafficAletwork analvst I 2 ffi 4 AssistantGeotechnical Enqincer I 4 5 SeniorStructure Ensineer I 4 ffi, JuniorStructure Engineer 2 4 I l {(' l: ffi 11\i? tr6ryd ptudyand PrclinrinnryDcsign o1..f, xtD fi,fi 50r( €d'"ili'l*i+ffipalalabad76 Krn,Section-Ul: Jal.tlhl iiffiirrr: !./i) j-'.i ,6 i H --(=z)i[:{ :t lj it \0' R\:"^ry ,. -.t B I ffi'

    T ffi I Flydrologist/HydrauIic Engineer I 3

    ,al 8 Soil& Material r-r Engineer I 4 -ltjg : I 9 EnvironmentalEngineer I 3 El, l0 ChiefSurveyor 2 4 [J' ll A I i AssistantSurveyor 4 T H TOTAL (B) 38 l l2 QuantitySurveyors 2 2 I ffi l3 GISEneineer 1 2 TOTAL (C) 4 f$ I H] Non TechnicalStaff

    B S. Man I t No Position No. months I ffi, l4 ChiefEconomist 2 5 ls SocialScientist (SEA) I J r}I H T Efr' TOTAL (D) I SupportStaff ffi iVlan I S. No Position No. months ffi t6 ComputerOperators 3 6 I t7 CAD Operators 4 4 l8 Office Assistants ffi,-l I 4 t l9 LabTechnicians 4 4 20 SurveyHelpers 8 4 ffi 2l Drivers 6 t 22 Security ffi Guards/Peons 8 6 T TOTAL (E) 34 Out of Pocketex FI Items t TravelAllowance ffi DailyAllowance I Air Tickets& ForeignVisits t* Rentfor Vehicles l Maintenance ffi .,{;:iit$: ffi and PreliminaryDesign of Peshawar-K t 76 Krn,Section-llt: Jalalabad-Kabul I H w -(38s- t H -t

    Out of PocketExpense I Geo-TechnicalInvestigations & SurveyEquipments OfficeAccommodation, Utilities, Furnishing & Equiprnents I Maintenanceof Offices& Accommodation Reproductionof Reports,Dralvings and others Total Cost (Rs.) T I

    , \'r fl wirE lP T T I T t I t I I I

    ConsultancyServices for FeasibilityStudy and PreliminaryDesign of Torkhanl50 Km, Section-II:Torkham-Jalalabad 76 Knr.Section-lII: Jalalabad-K I -(eq> \-) I I I ffi Tffi Appendix-B I ffi ReportingReq uirements I ffi As PerTOR I & I ffi I ffi ffi I H I ffi I B3 {i,1+:;t','. td, r!,! r T"ir','i:'ii.,t -JS ;:,;i:. I ffi ,..,.i;-.: I ffi I [l I ffi fl I Ed t ffi t ffi t ffi ffi t -40- I ffi I ffi ffi Appendix-C ffi List of Key Personneland Sub-consultants T

    ffi A. List of Sub-consult4ntsi I ffi Not Applicable "l B. List of Key Personncl: 'l ffi Sr. No. Nanre Positigd"',, 'v.p H A. ForeignExpntriates .r".-'.Y,:i.. I Yang,Sun Jig reamLead.r;:iiigii*ii Engineer I ffi 2. Choi,Chang Rim Tun ne I Eng!n-e,.s;:'i:' 3. Kim,KiHwan ceoteclqpitSgineet I ffi 4. Kim. KeunSoo lrt'"r(;':' . I B. T,ocal "ti, Key Personnel fi; B I AkhtarMahmood Mir d: AsiistantHighway Engineer 2. AhmadLuqman Sarwar ;favement I -ji-r Engineer J; -

    a '?i{::,, ffi J. Malik SaqibMahmood Traffic / NetworkAnalvst T 4. A:;sistantCeotechnical Engineer 1 ffi 5. IrarnAamir , ,iiii: SeniorStructure Engineer 6. Muhammadl*rulJ..,,,, JuniorStructure Engineer-l I H 7. ShahidIqbal,iir.,..t;.r.';;,,' JuniorStructure Engineer-Il 8. Dr.Tabas$ii}fi'Zuf8o, Hydrologist/ HydraulicEngineer I '\ H 9. RaisAghq Soil andMaterial Engineer 10, EnvircnmentatEngineer t ffi ll ChiefSurveyor-I l z.' Chief Surveyor-Il t ffi 13. ZaheerAbbas Chief Surveyor-IlI 14. KhadimHussain Chief Surveyor-IV I ffi 15. MuhammadDanish AssistantSurveyor-I 16. Ir4anzarHussain AssistantSurvevor-II t ffi 17. Anlvarullah AssistantSurvevor-III 18. Jamal-Ud-Din AssistantSurveyor-IV I ffi 19. Afzaal Ikram Assistant Surveyor-V 20. SajidMurtaza Khan AssistantSurvevor-Vl I ffi -41- .;'..- l

    rl. {:' \ ffi \):{'i H ffi ffiffi , ffi Sr. No. Name Position T ffi 2l MuhamrnadIlaseeb AssistantSurveyor-Vll I 22. Malik MukhtarAhmed AssistantSurveyor-Vlll ffi 23. MuhammadArshad Janjua QuantitySurveyor-I f..B 24. MuhammadBashir Gorava QuantitySurveyor-II I ld 25. AsinrYousaf GISEngineer I )A Muhammadl{afeez Butt Seismologist ffi 27. Abdul Majeed 28. SaeeduzZafar I H 29. IqbalNiazi I ffi I ffi I H ffi ffi I ffi I H 61' 'it:a I H -j t ,"3 .i. ffi / ..,:.!,,, I '*:l;:i: tr;.| -f ,:-, €,' .,* #';..*',1i1t(li'P ffi 1'f'6''r'', il'!..^gir'1i,: I Ei:.y" "1,'t 4ii$iij' T ffi I ffi T B I E H t -42- B T H I ffi Appendix-D

    ffi Breakdownof Contractprice in ForeignCurrency

    ffi [List herethe elementsof costused to arriveat the breakdownof the Contractprice- foreign currencyportion: ffi ffi 1. Rentunerationfor variousitems on the basisof ratesas nrutually agreed. ffi 2. Otherreirnbursable direct costs expenditure. 3. Total,remuneration and reimbursabre ctirect costs expend;,ur"1{ii,,,* z; B Note: ,g,*.,.,:;$, -q,e;*$,i ffi Thisippendix'will exclusively be usedfo)r'determining:fffiii,ff)*tn for .,ctiitritnal Servicesin accordancey,,ith Sub-Clause GC 6.6.1 l,11,.]ii,id1' . ' 4:*' "'"':-b" a:&,.:&. i::i: ': :i ..r H 4l:" 'ftl a;i1;1 ,.!i,. ''i.!,h, --:.11., -*.i "i', :\'j t. H .ff r 'a 'r$.:_..:,,r: 1,1;,it H ffi' +r;:ii:ii1'..i.' 'i ' ffi ffi 1';', .11 H H H B E$ H ffi H B -43- H ffi I H Appendix-E I ffi Breakdorynof ContractPricc in Local Currency

    I ffi Arnount (Pak. Rupees) EX I [i Key Personnel 37,182,6931- SalaryCost / REmuneration Non-KeyPersonnel/ J ffi SupportStaff GeneralSales Tax on SalaryCost (A) "rll:- .i\:t'i,0ZS,Zt0/-* g (ProvisionalSum) ,., r.n'l:11::'li; .'.t4, t "i;' . 1liir.. I, ..r. ?i ir,';r;' Direct(Non-Salary) Cost -L+' 57.542.000/- r.,i. . I ffi .rt i.'1, * l''+. 103,41i,,5391- GrandTotal ,.'' .. 'ii 1"'i, includingPS of Rs.7,025,210against Pak.Rupees: One Hundrecl t ffi $r,.,i(p) Thre*Million, FourHundred above: oli' {';, TenThousand, Five Hundred H and Thirty Nine O I ,tryg \;"\ill Thc dues and salariesof stafflrire pa able by the Consr"rltantsin tirne and not tater than 1Othof the following moitli roSitively. In caseof failure to do so Client shall I ffi interveneand pay thesedpes and salariesofthe concernedPersonnel a;rd recover from t ffi the invoiceof t[e c.6ns-ultantsat actual charges paid plus l% of the amount. defar.rlts. ffi ''jr' -j" T lte Cran{.f.9!Fl'is" inclusiveof all the applicableFederal, Provincial and Local taxes. "oliib, 4,. ffi * t The q.$,g!'e;mentionedamount (capped)shall be kept as ProvisionalSum for reimburSFthbntagdinSt ieCeipts of salesttix paid by the Consiltantsto the g .,,,,Qovqi11fii'eritasand if it is chargedby therelevant authority. I ;ii"#1iio1''-'"P8',' B I As perpolicy of Government(s)from time to time. t H I H ffi ffiIDI6-P} I F' f;l I E{ t H B I ffi $ I A. SalaryCosts / Remuneration

    Monthly Total H Sr. Staff- I Position Name Billing Estirnated No. l\{onths Rate Amount 'l ffi I. Key Personnel A. Foreign Expatriates ,l TeamLeadcr / Flighway l. ffi png!4eer1 Yang,Sun Jig 6 - 2,330,301 13,98I,808/- 2. TunnelEngineer 9.!g'.,-clgellr z fetrt:'6r 3,961,512/- I -_; GeotechnicalEngineer Kim, Ki Hrvan I .t;9'gq,zio 1.980.756/- B +. Ceologist Kim. KeunSoo I r,'t;gEo;zso 1.980.756/- I '$uj-Tdiar(A): 21,904,8331- ffi B. Local Key Personnel T Akhtar Mahmood I Assistantflighway Engineer ,tis"'1i4. 276,773 Mir 1,383,8641-

    AhmadLuqman l't.t;;''eitl 2. PavementEngineer ,-tl 276,773 276,773t- H Sarwar "t;' l t IvlalikSaqib l',4 J. Traffic / NctworkAnalyst ='t;,i z 237,234 474,468/- lvlahmood,. ".. AssistantGeotechnical 4. u'o3 4 197,695 H -EmEegL-..- ntifj,,.ii 790,780t- I ). ScniorStructure Enginccr ]rn$4L- A 276,773 1,107,0911- ffi 6. JuniorStructure Engineer-I tvtufi'aifimddtnrran 2 I18,617 237.234t- 7. JuniorStructure Engineer-lI S,ho.hidlqbal , I l8,617 237.234/- T Flydrologist 8. / Ilydraulic ,Dri1l[abassum Elesssr---- -1 , :ZAhoor 3 553,546 1,660,637/- H 9. Soil andMatcrial Enginecr' I' .RaisAgha 4 237,234 948,93s/- I . '.,r/l: Mullammad 10. r,nvlronnlenratEngt'l,$€r : 'l 474,468 Tehseen 1,4'>3,403/- d. .:.. ir:-r \ rii- ' :;" Mol:anrmadSarfraz ffi I I, Chicf Surveyol-l\i,i J 94,894 284,681/- r' 1.r111G':i ,i , Ahmad t 12. 9!r.r-s:lgv*lt*---- Nazir Ali J 94,894 284,68U- 13. ffi 9l':.llqrygpi:lll ZaheerAbbas J 94,894 284,68r1- 14. _c_!':l$ryI91;t_Y KhadimFlussain 3 94,894 284,6811- I 15. 4_ssis'ta!!St$ygu MuhamnradDanish 2 63,262 126,525/- gd IO. e sdildhi+Surriiyor-lt lvlanzarHussain 2 63,262 126,5251- . 17.i,l: $t'llllii!ryggj-r.!--- Anwarullah 2 63,262 126,525/- I ') 18. AB.sistantSurveyor-IV Jamal-Ud-Din 63,262 126,5251- ffi 19. AssistantSurveyor-V Afzaal Ikram 2 63,262 126,5251- 20. $Is!1g_s31eyo"yl SajidMurtaza Khan z 63,262 126,s2st- t 2t. Assistant VII lv{uhammadHaseeb z 63,262 t26,525t- IvlalikMukhtnr B 22. AssistantSurveyor-VIII 2 63,262 126,5251- Ahmed MuhanrmadArshad I zJ, gT:'I'i:r'-'-*_-___ ,!!f!! -;; Jggi!r+-_--_*.*--- _ :__ _lt:fii_ _ _ ffi MuhammadBashir QuantitySurveyor-ll I I 18,617 -G:ten------.-* I18,617/- I 25. GIS Engineer Asirn Yousaf 2 .-:: 316,3 l2 *_;;;;;;;632,624/- ffiiififii;TiaG;; * --;,il;- ffi LD. il;;;;; -;i. -*--- - Pltt -.---_------t--- ffi ciii-i 4""""*iit-i AbdulMajeed 2.50 395,390 988,474t- -45- ffi ffi I B 28. ChiefEconomist-II Saeeduz Zafar 2.50 395,390 988,4741- 29. SocialScientist (SEA) Iqbal Niazi J 474,468 1,423,4031- I H Sub-Total(B): 15,277,8601- Sub-Total(A+B)r 37,182,6931- I II. Non-Key/Support Staff H I ComputerOperator-l To be nominatcd 2 71,170 142,3401- 2. ComputerOperator-ll To be nominated 2 7l r70 142,340t-

    J ComprrterOpcrator-III To benonrinated 2 7l 170 142,340/- I 'I'o H 4 CAD Operator-l be nominated I 63,262 63,262t- ). CAD Operator-II To be nonrinated I 63,262 63,262/- 6. CAI) Onerator-lll 1'obe nonrinated I 63,262. 63,262t- I ffi 'fo 7. CAD Operator-lV bc nonrinatcd I $,26i',i 63.262t- 8. OfficcAssistant To bc nominated ^ '91,155.' 221.420/" 9. Lab Technician-l To benorninated I ',.rdli; 55,355/- I ffi ! '-i'^-- l0 Lab Technician-II To be nominated I '1,.";e;a.))rJ)) 55,355/- 'l'o 'rir;.f ll LabTechnician-lII be nominatcd I l;:.ir' J),J)) 55,355/- 'I'o ''''; I ffi t2 LabTechnician-IV bc nonrinate'j ,,t. 55,355 55,3551 13. SurveyI{elper{ To benominatei 1:.0;50:'i ?o <1i 9.770t- 14. SurveyHelperJI To benominated .,,0,50 39,539 9.770t- g ',.iiii5o t 15. SurveyIlelpcr-lll To benominatcd .ii:. 39,539 9.770t- 16. SurveyI'lelper-IV To benominatgd-', ir 0.50 39,539 9.770t- t7. SurvcyIlelper-V fo U.-notninafeflti* 0.50 39,539 9,770t- I H 18. SurveyHelper-Vl ! ug,ryq,na.t9ql 0.50 39,539 9,770/- t9. SurveyFlelper-Vll ro b'e'n'omintted 0.50 39,s39 9,770/- 20. SurveyI-lelper-VIl Tob91p.94ih4.ed 0.50 39,539 9,'170t- I H 21. l)river-l To ben6minated r.20 3 1,63I 37.957/- 22. Drivcr-II itci'be nominated 1.20 31,631 37.957 t- 23. Driver-Iil ii,r.,' .'[o'Iib nominated r.20 3 1,63l 37.957r- I H 24 Driver-IV ffo benominated 1.20 31,631 37.957t- 25 Driver-V rii:lirr;. To benominated 1.20 31,63 | 37.957/- EJ 26. SccurityGuard/j3eefri-1, n1r" To bc nominated 0,75 3 1,63I 23.723/- &J u T 27. Securi ty G ar,_dl! "d*d,gJ To be nominated 0.75 31,631 23,723/- 28. SecurityGuard/'Pardn:l To bc nominatcd 0.75 3 1,631 23.723t- g 29. SecurityGuard/ Fijbn-IV To be nominated 0.7s 31,631 23.723t- JU. Sccurily.Guard/Peon-V To be nominatcd 0.75 3 1,631 23,723/- I 'l'o 3l secqiity.G-d5itv Ireon-V r bc norninated c}.75 3l,6il 23."1',23t- g 32. !e 399n-_v_rrTo be nominated 0.75 31,63I 23,723t- .. F.t t JJ. f:. be.Uriiycuord/ Peon-VIII To benominated 0.75 31,631 23,723t- t"r.t-,ai Sub-TotalII: 1,660,636/- T H Note: All amounts qre in Pak Rupees g I I ffi T E I I -46- t H I s ffi

    ffi B. Direct (Non-Salary)Costs

    Sr. Unit Total Nomenclature Unit H No. Quantify Price Amount I Rentfor OfficeAccommodation L.S 6 50,000 300,000{- H OfficeUtilities Cost L.S 6 50,000 300,000/- Cost/Rental of Furniture/Furnishinss L.S 6 50,000 300,000/- A Cost(rentals) of office/Other Equiprnent E (i). .,.i)' t: '"ia,? Computersand accessories L,S .P;. 25,000 150,000/- (ii). Photocopymachines L.S . 5,000 30,000/- 'i,..i,i,uf,lii'.' ffi (iii), CommunicationEquipment L.S ':i oti 50,000 300,000/- (iv). Drafting/EngineeringEquipment l.qli,l 'P--?t 100,000 100,000/- H (v). SurveyingInstruments (rentals) !.";Srr!' I 5,620,000 5,620,000/- (vi). Costof ConfirmatorySoil Tests ,,.lLS.rti' I 2.000,000 2,000,000i- 'i;'.^ ''t{Y TransportVehicles (4WD) including . /,,ii\ , 8 200,000 1,600,000/- B \Yrrl' runningand maintenance (rentals) .jl tq!:s .,. L.S 4 200,000 800,000/- B (ix). Air Ticketsand Foreign Visits I1=''-"+ a. lslamabad-Kabul-Islamabad*-li':i'',*;{ Per RT t2 75,000 900,000/- b. lslanrabad-Seoul-Islarnabad,,;' PerRT 6 170,000 1,020,0001- fr c. Mobilizationcost (Visa) Pc.RT 4 100,000 400,000f Per 6 35,000 210,000/: month I 6. Drafting/Reproduction of Repot'ts L.S I 500,000 500,000/- Per 7. 6 montlr 10,000 60,000/- B 8, Soil andMaterial iriye$ii$ation Report L.S I 2,000,000 2,000,000/- Data 9. 0.5mDEM tst'atAOlii, Satellite Imagery) (Ps) 15,000,000/- Slopestabili$ softrvare for capacitybuilding of License ffi 10. 2,000!000/- M-lA offroer6:(0I License) (PS) Oneset il ."#"fga;*uiilut, (PS) 500,000/- H Data t2. (PS) 3,500,000/- 13. Oth6rsnot.covered above to comply with TOR B reouirements a. Perdiem (lnternational) Perday 300 18,000 5,400,000/- B Perdiem (Domestic) - Key Personnel Perday 270 14,000 3,780,000/- Perdiem (Domestic) - Non-KeyPersonnel Perday 540 10,000 5,400,000/- b. TrafficSurvevs L.S I 2,000,000 2,000,000/- H c. Socialand Environmental Suwevs P.Km 281 12,000 3,372,000r- Total (B) 57,542,0001- fl Note: All antowtls are in Pak Rrryees ffi B H ffi I ffi I Appendix-F Ffr Servicesand Facilitiesto be Providedby theClient t ffl F-{ As per Teims of Reference t UIn I rfl I ffi FB I rd ffi I ffi

    t H ,.a':*l F$ I ,:i. :.r-. t:t G.ittc i'a_... ii: ,t.1, iur:- .-r-i - .' ..,ii! t t$ !{i4'

    ,,.Ji,.ti-,\ IH? r'i H T -,.,.,ii":$u ":,. I ffi f;H t hi, ,3 i.-,1 It T f.J T ffi I i{

    Hr-l f, t &i ?A H{ I -48- ffi H t pf! I Eil ffi Appendix-G (INTEGRITY PACT) I ffi DECLARATTON OF FEES, COMMTSSION AND BROKERAGE ETC. P.A.YABLEBy THE SUppLtrERSOF GOODS,SERVICES & WORKSIN ffi CONTRACTSWOT{TH RS. IO.OO MILLION OR MORE I contractNo...... 7.:,.t.7.,:.A6.... ,....Dated ...|9,:.?.Q:ApJI ffi ContractValue: Rs.103,410,539/- Contract Title: FeasibilityStudy and Preliminary ,T H Desigri of Peshawar* Kabul Motonvay Section-I:Peshalvar-Torkham (50 Km), Section-ll:Torl- ffi,%h -t-t';:'J* lffi rr ffitJ-' (JVMember) "" ""{W-W$ 4/$'ii':.,,.:' ;;f*.rnational sisnature (SPy/',;1,;:::;;".... IFJ ;;""-'.(\\,;,,\ , r,,r, r r,. r rr,, il;] r,) l&d itt*c/ lH fffi tffi Iti lH Tffi ft lt!- : rlH: L.l H I H - t5' t ffi l. $i I H I H

    t . !::it).,j ^i j'i 'i' l;' H r_ .,t.r!-i +.:g !r t':l$'r.' rrrit.t. ''ttu'.1 I ,",,t1'riii,:lii''irj;, 5i,''';;-t" E$ I ffi T B '*r,r.., I .<.:i::.:,:i.'l+: ..).. ,rli H ';: -'"lf''

    lil-"1 " -''J I tl i'.',, L ffi .:iI 4 -4..-'::. .i:<' ,1.t. ,, ,, t;:a :.i i...: ,\ '.',:,:;';' T '',Ii,-:li. ffi ,t4i6 'tr, .t;i'r'.'-'t' .', I .'r" ''iii.. ffi

    ..=il,='"r'1"''';:l :: ' . J,,,..]'SgUnXflNt{VA ':t'::':1..9, g I *, :i:.: i1 :)' ":'i&r. '{''-, 'l!" j.. . ii$ rl ,i.,::ij;:' .-, ffi I '.';:'l i|:,,. I "i.;..;; H l, ffi I H I ffi ffi I H t Annexure-I ffi Minutesof Pre-FroposalMeeting and Addendum No.l I ffi

    l;l $:l I [J

    I ffi u I ffi 1'Y-7X/.P fr t H i .{i:f, '<:. a:s - \ lrf; 1,{: ' *B it: IJ .:, .t :,. t :.f tei I l.':l-r:. v 'l !!' ' b.;, '.4:" iu1.r! j,,jr:491,. -C_ | " Y.'.' :. ir l:,;,:_;../j,i I ffi ^..,ii,r

    ' T ffi !'i.:,i.,.,-'t ,;. 4iIi I H T ffi I ffi I E I H ffi ; t ffi H t [J ffi T - 52- t [i r3 I [$. ffi, NATIONAL SilIGHWAYAUTHORITY I : Procurement & ContractAdministration Sec:tion q 2B Mauue Area, O-S/!, Islamabad I051-9032727, H 0Sj-92604j9 I ffi, Refi6(345-B)/GM (P&CA/NHA/ 2016 I >1 1 16mFebru ary,2O!6 .l To ffi All Prospective Consultants I Subject: coNsuLTANCy SERVTCES FOF FEASTBTLTTY STUpy'MOTORWAY {Np ffi PRELIMTNARY DESIGIV OF PESHAWAR-r{ABUL I SECTION-I: PESHAIVAR - TORKHAM (Ee KMl. SECTION-Ir: TORKHAM - JA.LALABAD (76 KMl. SECTION-III: JALALAEAD_- ffir KABUL(15s KMt. T q MINUTES OF PRE-PROPOSALMEETING AND ADDENDUM I{O.1 I Reference: Pre-Proposalmeeting held.on 26thJanuary, 2OJ6.

    B Minutes of Pre-Proposal Meeting and Addendum No. 01 being I ffi integral part of RFP fcrr the sr-rbjectservices are encloseclherewith, please. I / ffi ffi I (Muhammad r{zarn} ffi Director (P&CA) Enclosure: I ffi, (1). Minutes of Pre-ProposalMeeting (06 No.Pages) g (2). Arlclenduml.lo.'Ol (20 No.-Pages) Copy for information_to: - Member (Engineering-Coordination),NHA, Islamabad. m,- General Manager (Planning), NHA, Islamabad, - General Manager (Design),NHA, Islamabad. I - General Manager (P&CA),NHA, Islamabad. ffi ffi 19E- H I H - (ss) - I H I H 'l I MINUTESrttr??rnr:r6 OF^-r?.r PRE.PROPOSALrrrrri ilFr-rr ffi.., MEETING HELD. ON 26th Januarv..2016 " Consultancv Services for Feaslbilitv Studv & Prellmlnary Design of T q Peshawar-KabulMotorwav A Pre-Proposal Meeting was held in NHA Auditorium at LL00 hours on 26th t ffi Jannary, 2016 to discuss the Request for Proposal, uploaded on NHA website. Following attended the meeting: I ffi o National Highway Authority Director (P&CA) T ffi Deputy Director (P&CA) Consultants I ffir Mr. Abdul Basit M/s NESPAK {Rrt.) Ltd. Mr, Arshad Maiik M/s NESPAK (Rrl.) Ltd. t B, Mr. Irfan Shakeel M/s ZEERUK Int. (hrt.) Ltd. Mr. Haris Aqil M/s EA Consulting (F\t.) Ltd. Mr. Bilal Shahid M/s Finite Engineering {Rrt.} I ffi Ltd. Mr. Usman Riaz M/s Asif Ali Associates (Pvt.) I B Ltd. ffi Mr. Umair Fazal M/s Cameos Consultant. I 2, The queries submitted during the above mentioned pre-proposal rneeting and Ffl their clarifications/ repiies are given below for irrformation of prospecti.ie bidders: c!- Reply T No. Queries/Questions 1. Since Foreign Consultants are compulsory Already extended up tc 19tt' February, ffi for this Study. To have Foreign Consultants 20t6, I it requires reasonable time, so please we m request you to extend the proposal [J submission date for three to four weeks. 2. Main issue is Security. There is no clear Afghan Government has confirmed I direction for Security. Security must be the provision of security in provided by Client through Pakistan Army Afghanistan. In Pakistan NHA will ffi' otherwise it is very difficult for Consultants coordinate with other agencies for I to do feasibility study. For Afghanistan provision of security in Pakistan. ffi portion securiff will be provided by Client H through Afghan Government or Pakistan Armv. T 3. Section 6 of Terms of Reference-Project Consultant has to find out Description: 3'd paragraph relating to requirement in study if required. -Si,:.i'.li: ffi Peshawar-Torkham section and sth Tunnel Engineer has been added. See 't I Paragraph relating to Jalalabad-Kabul Addendum # 1. t tt"',,,,,0,. includes '"Option of T\:nnels & T\rnnel l, ti Bridges Combination" and "Widening of ,..,....,.,.,::.+ existine T\rnnels to the Motorwav iitr,'',lIi?lll' ?\tr.:)r I ff.enlryc,\ g es for Feaslbittty Stuily & Prellmlnary Deslga of Peshasar-Kabul Motorrway \V/;:i".1-:1:' . 5 -\'/.J)I:. -\':'in I rei'c ffi '"'i ffi ;:.:t' v 4s4>- ir.j l 'i ':'-'1" Pcr to$6 ffi ffi $e I ffi

    .. r. ffi, Querles/Questions Reply I _No. - Standards' respectively.However position of Tunnel Engineer has not been included in H_, the ToR either under International input or I l Domestic input. This is suggested to be included alons with its timeline. ,.l ffi 4. Section 13 of Terms of Reference-Man- Three expatriate position are given in lzlonth Schedule (Indicated as Section 12) the TOR: Input of 02 expatriate positions are given as Team l,eader 06 months under: Geotechnical Engineer 02 months I ffi Tunnel Engineer O2 months Team Leader/HighwayEngineer 06 Man-Month Total Man Months 10 months B GeotechnicalEngineer 04 Man-Month I 10 Man-Month Section 11 of Terms of Reference-Time Not acceded to. Proceed as per Hr Period: Timeline of O6 months for the RFP. I assignments is on lower side and suggested to be inqreased aq O8 months. 6. Referring to ciause t.4 of Letter of It is a GOP funded project. ffi{ Invitation, which states that "funds for I the project shall be arranged by the client?" Please clarify the source of H funds, as foreigners are generally I interesled to know before deciding to ioin the proiect. ffi We rvould also like to mention that, As per our experience Experts do I above 8L% of project is situated in come. Afghanistan, including tunnels and ffi abbut 19% of project is located in I Pakistani region where also law and order situation is turmoil. In this H scenario, it may become diffrcult to T attract foreign staff on this project. ffi1 -Do NHA have any other option in I mind, if it beCorires difficult to attract ffi the foreign staff? -NHA shall provide fool proof security Regarding the fool proof securitjl I to the consultant's staff both local and TOR is clear in this aspect. H. foreigners working on site in Pakistan and in Afghanistan. NHA should give I B firm assurance on this aspect. B. Referring to item a(d) of TOR, it is not The joint presentation would be clearly defined that joint presentation made in Pakistan. I would be made either in Pakistan E (Islamabad) or in Afghanistan (Kabul). Since the activity have significant I H financial implications, therefore is I requested to either clearly define the .."1 requirement, or included this item in s ffi 'i!JY'i,it"", ffi ,d*t'\frL P"- ;:rfiriiti ffi ;.r,-,.;,1 I' .1 I l' I &.;t

    frfl Sr. I Reply &d No Querles/Questions financial proposal as Provisional Sum (PS). T faJ 9. Referring to item 4(e) of TOR, tl.e Agreed. Item is excluded from ToR. fi? requirement of Aerial visit is subject to See Addendum#1. I [iJr security clearance, and since the i significant cost implication is associated to meet the requirement of aerial visit by hiring the helicopter, therefore it is I ffi suggested to exclude this requirement from the scope of work of tJle consultants. Otherwise this item may be I H included as Provisional Sum (PS) in financial proposal. ffi: 10. Referring to Note (a) at the end of item 4 If Consultant is afraid and is not T ; of TOR, can the consultant's field staff safe with Afghan security, he may depend upon the security provided by not apply. Afghan goverrrment, which itself is not ffi.l secure? Clear description and concrete I J measure regarding securilr issue may become key point for foreign staff for I ffi decision makine 11 Referring to Note (c) at the end of item 4 Proceed as per RFP. ffr of TOR, 'NHA can provide technical I t:i assistance to Afghan side upon toll operating systems and road and bridge question t]I::l management system." The of u provision of these services may arise I aJter project completion, at later stages. The role of consultants in order to meet FI this requirement is neede

    -=;; Sr. ueries/Questions ffi Ho. Repty I I J I b. prepared based upon the Hj i preliminary drawings. L4. Section B Stag,Stage II and Section 12 Seismologist has been added (Provisional SiSum): There is a having one Man-Month. See ffi: requirement for the Seismic Report Addendum#1. I whereas there:e is no provision made for a Seismologist in 1the staffing for T\:nnel ffi Design. Alsoo n(no provision has been made for any provisional sum for Seismic studyly fofor T[nnel Design {refer B Table for Provisio:vtp-iqnql-Qg-Ln)1. ...._ 15. Section 8 Stageage III and Section 12(Man Tender Documents are not I4onth schedulelule Feasibility Study) There required so no need to erdd Er is a requirementnent of Tender Documents contract engineer. {Vol. I to ryIV) lvhereas there is no provision maderade for the Contracts ffi Ensineer in the glafnns.s | ___*. ._ii 1 16. i ) Clause 6.5 of SpeSpecial,ecial Conditions; I It wiil be discussed during I For the delayecl payment the space or Contract Negotiation Meeting. the o/ois left bla nk, NHA is required to I H clarify. ; I L7, Clause 6.3 Speciai Co;Ations i Payment Schedule is provided lflr Payment to the Consultant shall be iToR. SeeAddendum#1. ffi made in Lump StSum as per the schedule I given below isi {stated in this clause, while no scheduliule is provided in TOR, B NHA is requestected TOR to clarify. Shall T the consultant be paid tfre remuneration ; and other servicerrvices cost in Lump sum at i I B the end of the services or shall the i i I consultant be pipaid interim payments according to a prrpre-agreed schedule if so ffij please clarifv. 18. Clause €'.1 of I 'SC): speci"tf cffia-eEtol- Contract 1 ffi The state:nent the ol -'i'tjl,;:i Mobilizati on Advvance upto 10%:r,t of ! ,ri,i;.;:r I feasibility and dessign cost remuneration, m. if appro' ired, shi'Ti-l;,"T*-=.^,ilr, " cause aII Lbiguity. NHA is requested to "K ,[/ | clarify wl:at the words oif approved" .*a_-.,. | i B signify. I 19. Referring fo ciausse s.i-iij'if D;ta Sh..i i Foi General Experience each!-- I please clarify the tbreakdownor poi"is ;i | ;;*prJe.i pro;ectwill ue giuJi"; iffi , _ B General irnd Spe example horv m project 1".'- shall be giffr",r'b-iven for each i{category "lT Ii iii!"i!}",jt,completed projectr1r.r1:":^ in last l O ),cais"'.n#t ffi of experierrce i.e. g;onerd and. specific?specilrc? jw'illw'ill be given 5 point/score. ' , " t i [.;,;i.;.; Completion Certificates must I [e:t.. '"' l attached \{.".i Co pieliminary H for Fe & Design;;;;;*"r-Kabut Motorway ,'iQ$L)X* H ;1 -tsz>;,;"tfft='{$, ,r \" 2 t )li p*.ler, oi'* H ffi "$fiii t ffi

    I H.. Queries/Questions It is requested to share the previously Shall be provided at the stage of I designed Alignment of Section-I: Contract Negotiation. ffi, Peshawar-Torkham 50KM, for estimating the survey efforts (costs) and accessibility etc. I ffi It is mentioned on Page No. 41 of TOR Shall be provided at the stage of that the proposed Alignment for Contract Negotiation. rl Jalalabad-Kabui Section shall pass ffi through Da:.vazel;rgeh, Memla, Kokkhel, Khanjar, Hesarak, ald Kami Khel which are different from the Alignment shown I ffi in the attachment. Please clari Attachment No.l as shown on Page No. Map has been provided. See 43 of TOR is not readable/ visible. Kindly Addendum#1. I H: the readable map. The PS arnount allocated for the Agreed. See Addendum#L. purchase of satellite imagery is not I H't enough, which should be increased. In addition to that also include ttre cost of processing and preparation of 0.5m DEM 1 ffi, from this stereo pair satellite imagery. Therefore, in total the PS amount may be increased to 15,000,000 F3 *105*5*281*1.08)in clause12 I Piease include an arnount of 3,500,000 Agreed. See Addendum#l. in clause 12 as a cost for the acquisition E of 5m DEM for hydrolory over the I catchment area and major rivers which is ; also mentioned under point (v) of Scope ffi of Works on PaqeNo. 44. t Under point (g) of Scope of Works on lt is not included now. Page No. 44 Aerial visit with Flag H, markings on ground is mentioned. We ! understand that the consultants are only responsible for the stake out (with flag) of

    &rl,ffi the Alignment. All other costs including I logistics {aerial visit of NHA officials and others) will be by others (NHA etc.).

    H. It is requested that the security NHA wiU coordinate with other I arrangement for Peshawar-Torkham may agencies for provision of securit5r. also be provided bv NHA. ffi Project Duration rray be increased in Not acceded to. Proceed as per I view of:- RFP. .Major work in Afghanistan requiring B international coordination and cross I border efforts. .Fresh tasking of satellite imagery with H, O.5m resolution, which rnay take I matelv 3-6 months? ffi I u I ffi 1.\,;;&YJJ*.'w t ffi ffi

    Sr. $ s6. Queries/Questions Reply I It is observed that Topographic Survey is Not Required at Feasibility Stage. g. not mentioned clearly. This should be I added to item (0 ) ?8, of scope of works on page 44 and should also be inchrded in g, clause 8 (Submission of Reports) on Page "l No. 49. I Geotechnical Invesligations for bridges G It is not needed as it's only a not mentioned in. clause 4, Scope of preliminary design. H lVorks of TOR (PageNo. 43-45) but it has l 29, been listed under clause 8 (subrriission of Reports) on Page No. 49. It is reqr,rested H that a separate PS amount bt Rs. I 3,5O0,00O may be allocated for Geo-tech Investigation in clause 12 also. H: Re-arrangement of sorne of the Agreed. See Addendum#l. t deliverables (reports) mentioned in g Clause 8 of TOR on Page No. 4 maybe 30. required as suggested below: I J .Feasibility Report should be placed at the end of Stage-II as survey, studies and ffi reports are its pre-requisites. t Stake out of Alignment shoulcl be added Not Required. 3L. under stage-Ill in clause B. H For tunnel studies Geological International Input of Geologist I 32, investigations are needed , man month of with one Man-Month has been H Geologist may be added added. See Addendum#l. I B t H, I ffi I g. I H I ffi I H, I ffi Cousultancy Servlces for I 6 H PnXe6 I I ADDENDUMNo.1

    l' -r ADDEIYDUMl F\. No.3 ffi, Consultancv Services for Feasibilitv Studv & Preliminarv Design.of J Peshawar-Kabul Motor:wav ffi l:r' Following amendments have been made (RFP) [ri in the Request for Proposaf .. for subject services under this Addendun No.1, which shall be read and construed as an integral part of RFP and shali take precedence in case of any conflict(s)/ambiguity(s) amongst this Addendum No.1 and other provisions of the ffi RFP. 1. Lett":r of Invitation

    ffi Data Sheet

    a. Refer Clause 3.t.4 (d) at page 1L, the words "and l.i.:ionva3/ are ffir added after the text "design of major Nationr,iljnternational Highways" for International Input and after the r,i.ords "major ffi Highways" for Domestic Input at page !1, 12,1"3 and .1.4. b. Refer Clause 3.L.4 (d) at page 11, the following key staff is added in International Input: ffi Tunnel Minimum M.Sc. Structure Engineering with major Engineer r,,l in T\rnnel System Design with minimum J.B years fil relevant experience (proven thirteen (13) years experience as T\rnnel Engineer on design projects of F,i major National/International Highways & FI Motorways) preferably PhD in Structure Engineering/Tunnel Engineering) with minimum 13 lt , ,r.-. -.'t1r'.. years relevant experience (proven ten years '. ::.\ {10) ffi experience as T\.rnnel Engineer on design projccts of t: rn4jor National/International High'rays and /'r\t Motorways); .:'^81" q ,ivs;?1r' Geologist lvlinimum M.Sc. Geolory with minimum 18 years ['xa'tr relevant experience (proven thirteen (13) years [3 experience as Geologist on design projects of mqior National/International Highways & Motorways) rl preferably PhD in Geolory with mininaum 13 years !3' fJt relevant experience (proven ten (1O) yea-rs experience as Geologist on design projects of major ffi Natio nal/ I nternational Highways and Motorways) ; t3 c. Refer Clause 3.1.4 (d) at page 11, the following key staff is added in Domestic Input: H Selsmologist Minimum B.Sc. Civil Engineering with rninimum 18 years relevant experience (proven thirteen t'r-t '1 {13) lrl ffi years experience as Seismologist on design I projects of major Highways & Motorways) tJl Fll Feasibility Study & Preliminary Design of Peshawar-Kabul Motorway ri -(eoS^ [d Pot"l*t Lo El FI tl ru $$, I H ADDENDUMNo.1 I b. Summary Evaluatlon Sheet: t m, Refer page 74 of Summary Evaluation Sheet for FuU Technical ) 'Proposals (QCBS) is replaced with the revised Summaqr Evaluation g{ Sheet attached as Attaehnrent-I. I ' c. Personnel Evalu4lion Sheet: Refer page 15 of Personnel Evaluation Sheet is replaced vrith the ffi revised Personnel Evaltration Sheet attached as Attachment-Il. I 2. DIRECT (T{ON.SALARYICOST: ffi Refer page 38 i.e. Form A-'J-6,is replaced with the revised Direct (Non-Salary I Cost) Form 4'-16 attached as Attachment-Ill.

    $: Terms of Reference (TOR[ I Refer pages 41 to 52 of the Terms of Reference (ToR) are replaced witJ'. the revised Terms of Reference (ToR) attached as Attachment-Ilx. ffia I J H 4. A11other terms and conditions shall remain satne. t ---ooOoo--- ffi I ffi ffi ffi ffi ! ffi I ffi, I H t g , H, I H -(6t) I ffi - Poije r- of )-ci I H I I I I I

    fglil ffit @_tEEt mr re_ ry__ t-:,ia @.FE El ffi: @_3P Em Em 8F @ FsEl @E E I At / AurrMtrn | _ = I SUII'SIAI',YEVALUATION SIIEET FOR FULL TECIIMCAL PROPOSALS(QCBS) I e) Ccf,cralErFri.ec oflh€ lim @^ ./tst"otat4x /".'/ \'i\ t l1-l z \-q\ t- l v- t3l \-\ 4r*t I x@Y .A 6-\ I .lr .iiE:,,;': I {,ci\ ..r"iEil;qrt t-\\*\ \ .' . - I iri,, i KiF+-,i'"'" I

    l& wr! loa rd f.nomocc ol ilra aoGulhl It lE &pon [om vuto6 q@F h NM lonrcultlly &srgn I Scdion, TtE Clicnt'r sr.iifratioo 6ificrr6 e llo Equir.d b b€ .ehrd f6 l$t firc cmpld.d poj6ts of

    Erc.Ucot-1007. V.rtCod-9G99"/ Aboy!AvcBgc-&!t97. Ar@ga-10-79t B.lmArcDF-t-6fz Not{oEptl!8-0'l"ScoB trtiillrtdW.igtltntLgrl{n llirlEh qEllrylng $orc it 707. or t00 Drrli consultaocys€ticcsfoffcsibi|irysUdyudPIelitninrrD6ignofPcshaW.KabulMotoMysection.l:P6hav[-Torlfm50K'D's I 155Km t I PnB"3 of >o .-.o7 I t I I t I I I t I I T

    M CStr Em_@ tFg ms EsEt @ @.@ ffir EsE @ wFg @'ffiEEATTncu^nui,ltstJ PERSOMTELEVALUATION STIEET

    (Shos all cxlcrs robeeval[ared)

    ( s\ .(}l \

    Pafleq of )-o I I I I I IlB I Form A-16 lffiI I DrRECT G{OI{-SALARL)COSTS 1ffi,ll t' Sr. Flomenclature Unit Quantity Unit Total Amount I No. Price 1ffi, 1. Rentfor OfficeAccommodation L.S Ilw 2. OfficeUtilities Costs L.S I Cost/ rentalof Furniture/ L.S Furnishines t A Cost(rentals) of Office/Other L,S lffi Equipment i. Computersand accessories t ii. Photocopy inachines lmr iii. Cornmunicationequipment iv. Drafting/ Engineering Il$, eq':iPment ll v. Surveyinginstrurnents (rentals) lffi vi. Costof ConfirmatorySoil I Tests vii. TransportVehicles (Rentals) viii. Sitevisits and Meetings in I ffi Kabul& Islanrabadduring I't currencyofProject r't ffi ix. Air Tickets& ForeienVisits I 5. Communicationexnenses Permonth 6. Draftins/Renroduction of Reports L.S 7. Professionalliability cost / Premium L.S I H This is to be paid bythe firm from its oyerheadsand heretlre anount payable is only to be mentioned. H, 8. Office/Draftine Supnlies L.S I Soil and Material InvestigationRepoit L.S 10. 0.5mDEM (StereoPair Satellite Data Rs.15,000,000/- [$ ImaEerv) I ll SlopeStability Software forNHA for One Rs.2,000,000/- rt caoacitybuildins License H. 12. Codesand Manuals OneSet Rs.500,000/- I 13. SupportStaffas needed for Key L.S ffi ProfessionalStaff along with number, tiJ chargerate andcategory for review I 14. 5m DEM forFlydrologyover the Data Rs.3,500,000/- catchmentarea and maior rivers. ffi 15. Othersnot coveredabove to comply L.S I lvith TOR reouirement '&*4!;;* -.,1 '. Total i,,",*x;a'J,:.:. i J.:,'. i r ... ii+'i \'5 '- H t, -:-ta,' I ,:}lt . /'i-.4f ,'\- -.t'.4.-4" ta ',irr ,f;..',.:i;i-r li'.'/" [ {easibilit Jy and Prcliminary Design of Peshaw tt-T" I nlabad76 Km, $ectiqn-IIl:Jalalabad-Ki hls , _(6,t: _ 38 -y:) [d *l'\ltf' eU I 8AD: #'r On 4o' r ^.L ?-c 11 PqXe I ffi

    ffi' TERMS gF REFERET{CE Feasibility study And Preliminary Design of peshawar- Kabul Motorway -i1 q 1. BACKGROUND I Pakistan by virtue of its geo-strategic location is a junction of South ,l ffi, Asia, West Asia and Central Asia. It is a pathway from resource : efficient countries to resource deficient countries. Pakistan can be termed as a Bridge between South Asia and South West Asia; Iran and Afghanistan 'l ffi are energy abundant while India and China are deficient.

    Land locked Afghanistan is now at the phase of reconstruction ffi finds its ways through Pakistan. It shares a 2,64O Km Durand line, poui.s I border rvith its neighboring Pakistan. There are number of un- administered and trvo administered Border Crossings; at Chaman in H, Baluchistan and at Torkham in Khyber Pakhtunkhwa. Un-administered I are through frequer:t routes in deserts and mountain passes in FATA.

    The existing road links through Borders also need to be up-graded, ffij I especially being damaged by the NATO supply transit traffic. Keeping in view the grorving demand of trade between the two countries, the E Government of Afghanistan has requested Government of Pakistan to develop Peshawar - Kabul Motorway. Pakistan's vision to access the I CARs shall also be facilitated through this Motorway. It has been desired by the Government of Pakistan to carry out a detailed fea,sibility stud.y for Pesharvar-Kabul Motorway. I ffi The document in hand outlines the technical and economic requirements to carry out the detailed Feasibility Study of the Project. I ffi 2. THE PIT.OJpCT Peshawar-Kabul Motorway.will comprise of foll.owing section:- i. Peshawar-Torkham Section, 5O Km H; ii. Torkham-Jalalabad Section, ,I 76 Km iii. Jalalabad -Kabui Section, L55 Km

    B PAKISTAN SIDEJSO Krnl (Peshawar - Torkham (50 Kml ffi. The available alignment of Peshawar-Torkham Section be reviewed and suggestion be made to improve the alignment. The better I ffi alignment, if any, may also be suggested. AFGHANISTAN SIDE {231 Kml t Torkham-Jalalabad Section f76 Km) ffi Existing carriageway has been constructed by the Pakistan. currently, Additional carriageway is being constructed. T'he existing facility would be converted into expressway. I B Sr'l ffi '#diaii{th ffi -(6$'i "..:.)31 ,. ffi "9,,!il I ffi, .l ' ', I ffi,1 TERMS OF R.EFERENCE Feasibility study And Preliminary Design of Peshawar- I(abul Motorway

    tll t --l Jalalabad-Kabul $ection (155 Kml The conv"tiiotr of existing route into expressway shall be carried fa, out as decided by Afghanistan Government. The alignment of this I H' section shali pass through Darvazehgeln, Memla, Kokkhel, Khanjar, Kami Khel. The proposed alignment is attached at ' Hesarak and I ffi Attachment 1. The broad scope shall cover the following aspects for the Motorway sections: I g i. Technicai, Economic Feasibility studies ii. Preliminary Design. iii. Initial Environmental/social impact assessmenty'ecology I Fii studies. iv. Land acquisition, resettlement plans. H The project shal1 have maximum incorporation of existing facilities at any t 1 poini between Torkham and Kabul. The end product with the incorporation of existing facilities is required as under; I H. i. Total length 281 km (approximatety) ii. No. of Lanes 4 /6 lane (both options to be studied) tt iii. Lane Width 3.65 m &; iv. Shoulder Width 3.O metel'outer & 1.0 m inner I v. Design Speed L00- 120 km/hr for Plains (both options to be studiedl H vi. Design Speed 60-80 km/hr for mountainous t (both options to be studied) vii. Major Bridges To be determined after detailed Feasibility Study. til viii. Tunnels To be determined after detailed Feasibility Study.

    1ffi, g. JUSTIFTCATIO$ OF'TEIE PROJEC?

    The project is justified on the following grounds. tffi Pak-Afghan trade is bound to rise in future and it shall be 63 " Fi, imperative to develoP an td efficient fast economic corridor t to facilitate the commercial FL' traffic. E'J need to access " CARs are in dire I Pakistan and its Ports' The [B Central Asian Regional h:g Economic Corporation (CAREC) I has identified various Routes fll ["1 from CARs to Pakistan through t!{ t China and Afghanistan. ffi I td ffi t pc"fle? o{ z-o rtrI I ffi, I rr ' ffi,., r.w t

    ?l Feasibility study And Preliminary peshawar - B Design of I(abul Motorway Et, . I I The Route through Jalalabad, peshawar J Torkham and is also an ffi identified corridor for (AH-l t g 'l B t Hr I

    ffii I H. I H t Figure-l Location Plan 'l H 4, SCOPE OF IVORI! Scope of services required to be covered under each Part is ffi elaborated under respective headings in the following .paragraphs. However, the Technical area shall cover following tasks for both Four-(O4) I and Six (06) lane Motorway facility: ffij a) Reconnaissance Survey/Visit Report b) The Consultant shall review and u-pdate the existing alignments of I Peshawar-Jalalabad-Kabul road, if required, and submit other ffi alignment options with recommendation of the most economical one. I m, r"i ' I .a g u*i1"" i,.. 'i I $ tr 4' H'rd I ' H, Ji. ?'::::, $ H B tar I kl! :' .6l I FY tir TER}IS OF R,EF'ERE}ICE i Feasibility Study And Preliminary Design of Peshawar- Kabul Motorway El , I Edi c) The project shall have rnaximum incorporation of existing facilities J and must submit comprehensive rational if we choose not to use the existing facilities. F-1,I t. t [.J . ; d) The Consultant shall give a presentation of the Alignment options with recommendations to NHA. A joint presentation would be made FApl to the Afghan and Pakistani sides either in Pakistan or Afghanistan. t Cost shall be borne by the Ccnsultant. After clearance, final option shali be focused for further detailed study as follows: I ffi e) Acquisition of fresh stereo satellite imagery 0.5 m. f) Establishing permanent BM at every LO Km at approved alignment with DFGPS arrd ortho-rectification of stereo imagery. Ol''serve t ffir cross-section at every 100 m interval' s) Provision of service roads where necessary. I H. h) Number and type of crc:ss drainage structures, including bridges, .l box/ pipe culverts etc. i) Construction Material study report I H i) outline plan and profile design with satellite Image (o.Sm) geo- rectified in background H k) Id.entification and preliminary design of interchanges' flyovers for I access roads, underpasses, cattle creeps etc. The Consultant will apprise about the provision of interchanges rvhere necessary and I underpasses with detailed reason. 1) Typical structural drawings with general layout of Bridges. [3 m) Network level/ Project level Traffie study report and pavement I design Hj n) Limited soil investigation at average 10 km interval I o) Social Impact Assessment (SIA), Environment Impact Assessment Study (EIA) and Ecology studies be undertaken as per EPA FI Guidelines l p) Road furniture including but not limited to pavement markings, traffic signs, cat eyes, gantries and lightings on required motorway rJ. locations and Interchanges. I q) Land Acquisition and utility/ infrastructure estimates and folders as per outline design ffi r) Outline design of Toll Plaza.s, Rest areas, Service Areas and Weigh I Stations at necessary locations ffi s) Location and outline designs of NHA and Afghan Highway Project I offices H t) Emergency phone systems/ monitoring control rooms I 1 t H [l I fr T oit E'

    ;'.

    m E w & TERMS OF REFEREIYCE I Feasibiiity study And Preliminarli Design of peshawar - Kabul Motorway

    Hl u€"1 Hydrology of the area and Hydraulics of major rivers I w) GIS Map on satellite imagery ffi x) The seismic maps shall be made part of Feasibility study report and will adequately utilized in the design. The information shall be presented in the form of separately prepared reports. 'l ffi y) Review of the design of Cross-border facilities and detail description of facilities and control systems. outline design on Satellite ffi knagery. I z) Economic/ Financial Analysis w-ith Inclicators. aa) Take advise from NHA and Afghan government with respect to ffi: International Trade Agreements/Mous (if any) between pakistan I and Afghanistan and suggest improvements rii%, Note: I The security of Consultant staff to be mobilized for field data I collection and survey in Afghanistan, would be provided by I (.[#Government of Afghanistan. {?lrt*{+}rr'61 The Govern.,:nent of Afghanistan rvill provide complete data of I -Gonsultant. existing road {in Afghanistan) to the The consultant I- rvill ascertain the reliability of data and collect the data on actual basis for various elements of Feasibility Study. 'l c) The NHA can provide technical assistance to the Afghan sideupori To11operating systems and Road and Bridge i'{anagement System. ffi 5. PAK.AFGHAN TRADE T Pakistan and ffi, Afghanistan have a long history of being trade I partners. Pakistan represents H Afghanistan's' main access to a seaport for its foreign trade. I Afghanistan, at the same ffi, time, has the potential for becoming a land linked I country providing Pakistan H with direct routes to the Central Asia. Transit to Afghanistan through Pakistan is governed by the I Afghanistan- Pakistan Transit Trade Agreement (APTTA) which specifies H the port, route, transport modes and customs transit procedures. A comparison of Pak - Afghan trade is given in the following table: I ffi I ffi S"I ffi ffi w Po.flt lo "f I ffi t I E,

    I ffi TERMS OLRETERENCE t H; Feasibility Study And Preliminary Design of Peshawar - Kabul Motorway ) laolel: railstan-AtgnanrsmnBilateral lra0e I (Valuein Million UB $) ffi, ':'iotat ::...13it Erpo*s fmporls :'. .l-alarlga. , ''. : :2000.01'. 140 . ,29;5 ,., 170, ' ' 1'10.9.r: 2001.02 .169.2 r 22.5 . 192.1 146.4 t H ;2ooa-os. 315.7 :"34.8 . r 350.5 280.8 2003.04 4Se9 .' . : 4?.4. 540.3 445.4. 38.9 : 786.7 . . 2004.05,. 747.722 ' 708.7 ,2005-09. .1063.4 . :475 . 11.10.9.:, ':1015.9 ' '. I H ;2008.07 753:9 .7fr.2 830.2 6n.6 ,?a07-08 r 143.6 91.3 . 1235? 1052,3 2008"09 1396 . 93 1491 .1305 200s-10. 1572. .'' .139 . ' :J711 : , 1433 ff:$ . t Hr 2010.11. 2336.7: ', . 172 ,;|zib&l ,,;:ir21g.7 Both Afghanistan and Pakistan have agreed on, not only to continue to provide Afghanistan with access to the sea through Pakistan I B but also to provide Pakistan with direct routes to the Central Asian States. The Pakistan-Afghanistan Joint Economic Commission (JEC) lately agreed to enhance the bilateral trade from US current $ 2,500 I H million ($Z.S billion) to US $ 5 billion by the year 2015, as envisioned by leaders of both the countries, It is now required to undertake .the Planning, Feasibility, detail design and construction of the Project on I E emergent basis to provide the necessary infrastructure for the Targets set ffi between the Countries. t 6. PROJECT DESCRIPTION

    Erttq Peshar,var is the capital of Khyber Pakhtunkhlva and the t i administrative center and economic hub fbr the Federally Administered Tribal Areas of Pakistan, Peshawar is situated in a large valley near the ffij eastern end of the Khyber Pass, close to the Pak-Afghan border. Known t as "City on the Frontier", Peshawar's strategic location on the crossroads of Central Asia and South Asia has made it one of the most culturally vibrant and lively cities in the greater region. Peshawar is connected to H Motorway system of Pakistan through Motorway M-1. Peshawar'Northern I Bypass having a definition of 4-lane dived Expressway provides link I [i. between Motorway M-l and Start Point of Peshawar - Kabul Motorway. The Start point of the Project is at end point of Peshawar Northern Bypass. The 50 Krn alignment of Peshawar - Torkham Expressway is ffi deiignea as 4-Lane Expressway. It shall form the Pakistan section of the I Peshawar Kabul Motorway. Most of the Alignment follows new alignment but at critical narrolv valleys, it essentially follows the existing ffi N-5 facility. The terminal point in Pakistan is at Torkham Border. At T present there are no proper facilities to regulate the cross-border transit traffic. It will be required to develop an international standard Cross- F border station with all modern sate of the Art systems to park, check, I regulate and facilitate the commercial traffic. ffi I & I ffi ffi!e6.t) ffi I I :

    fr !H." TERMS OF REFERENCE I

    Feasibility Study And Preliminary Design of Peshawar - Kabul Motorway .

    H, The terrain is very difficult mostly follorving the valleys and hill I .J slopes. Although the design is completed, but it is envisaged that the consultant shall provide further value addition and improvement. .l ffi Options of Tunnels and Tunnel Bridge combinations shall also be investigated to achieve stipulated Motorway standards.

    ffi From Torkham to Jalalabad the existing 2-lane is being up-graded I to 4-Lane by FWO. The work is held-up due to various reasons, it shall now be re-designedlupgraded to Motorway Standard. The Distance frorn H Torkham to Jalalabad is 76 Krn. I

    From Jalalabad to Kabul the proposed alignment, via [Darvazehgey, H; Memla,Kokkhel, Khanjar, Hesarak and Kami Khel) is 155 Km in len6th Total t Motorway Length shall be around 281 Km. Tunnels exists in Afghanistan section of the Highway. It needs to be widened to the Motorway standards ffi with all allied works. l t

    The Project shall be limited access having a minimum design speed of 6O- H 80 KPH in hilly areas and 100-1.20 KPH in plain areas. I ffi 7. DESTGN STAr{pARDg I Design standards conforming to 1OO-120 KPH in plain and 6O-80 H KPH in hi1ly areas shali be used. The proposed carriagevaay cross-section will be 4/6lane divided with median barrier. Inner shoulder is 1 m and I outer shoulder shall be 3.0 m. There shall be headlight screen in the ffi median. Ivlaximum grade shall be iimited to 6%owith critical grade length as per AASHTO standard. Split level design in mountainous terrain is I acceptable, provided technical requirements are.fulfilled.

    ffii T HROU6H 2 -lane via duct, ROADWAY split level optionsas I ( ONE*TI'AY ) per AASHTO ffi Standards THROUGH I ffi, ROADWAY IONE-WAY} I ffi I t$ The Consultant may other options to reduce . the excessive cuts in hiliy :::j.":" I into the mE Consuitant may also take consideration options of , I tunnels/viaducts and other structures as can be bene{icial to the project in t ffi economic or technical terms. I ffi ffi tf9"",lii Pa6<-"'''"if';l,)-o t _H__ I H,

    t H.' TERMS OF REFERENCE Feasibility Study And Prelirninary Design of Peshawar - I(abul Motorway

    I Etlt-'1 Sr. Deslgn Elements Unlt Plains Rolllng Mountalno us ffl 1. Design speed (KPH) Kmlhr 100-120 B0-100 60-80 t trt m 130-i85 85-130 i 2. Min. stopping sight 18s-250 distance* 3. Max rate of super o/o 6 6 6 I ffi elevation. 5. Horizonta.l curyature: I B i| Absolute min. radius tn 437-756 252-437 L23-252 ii)Radius above lvhich no 3,51O 2,36|]j l,7LO Super-elevation is I ffir reouired j 6. Road formation rvidth m 24.2 24.2 24.2/ Split level design in ffi iriiiiijij; mountaino I I ,,''ri'{:l' t!;!'i tlS Lt ..' I ( stretches ,l1\ to be I ffi i\t,'l', ,4 ",i?; investigate t:i..{);*.{i,tc d ffi 10. Max. gracle o/o 3 e 6% ruling; I 7% gr1 exceptional t4 cases t 11 Min. grade. In fill O.3% In cut 0.57o 12. Rate of vertical curvature: F{ i) 'K' value for crest I curves: Stopping sight Kl%A Di{ >95 >26 *1 distance. I ii) 'K' value for Sag Kl%A >63 >30 curves: $i 13. {a) Fill Slopes: H:V 2:l I tb) Cut Slopes** $d, (i) 1.5 m-3.0 m cut H:V O.5:1 0.5:1 0.5:1 I ii) 0-1.5 m cut H:V O.5:1 O.5:1 O.5:1 iii) >3.O m H:V As per site conditions [d L4. Min. vertical clearance m 5.2 I over road 15 Min. vertical clearance m 6.5 H over railwav line. 16. Right of way. m B0m T !T f! * grade, in of vertical grade appropriate length to be added [i] Vatue is for Level case ** Values shall be adjusted. as per soil parameters determined after required be provided if cut exceeds 6 tD_ t ffi testins. Note: Benching shall -....., I EJ *W,i ti \, 'u&)- \t P^fl"*titg*i^+'* I H I TERMS OF REFERENCE I Feasibility study And Preliminary Design of peshawar - Kabul Motorway

    DESIGN STANDARDS I Iane Width: 3.65m No of lanes: 4 /6 lane (both options to be studied) ,l Shoulder Width: Inner lm inner, 3 m outer, 0.5 m rounding Cross fall normal: Carriageway 2Yo 'l Shoulder 4%o Median: Nerv -Jersey Barrier (0.6 M) with headligh, screen I At Interchanges and near cities At average every 60 Km Min Area 600 m x 600 m Restaurants, Mosque, IMedical I emergency, ATM, Motorway Police, Highway Authority, Information center, Vehicle I repair/ Tyre Shop separate for cars and trucks, Shopping, Children play area, ffi separate toilets for Men and Women, Fueling I station, Parking etc,. ffi Mini Service areas: As required I Rest Areas: At average every 6O Km ffi trVeighing stations: At every Entry/ Exit Points outsir:ie " : Ivlotorway I All fl1'

    I ; TE-Rs,rsoF BrpFERElrcE Feasibility Study And Preliminary Design of Peshawar- Kabul Motorway

    I be encouraged. The use of flexible primary lining in shape of Short-Crete, wire mesh, rock bolt lattice girders will be ensured. In case of weaker rock mass use of pipe for pole/pipe roofing to be rested from crown I support to ensure safety during execution. Two separate tunnels with each tunnel having two lanes lvith I service tunnel in between will be provided. (1) Width of each lane 3.65 meter I (2) Total width of each tunnel 9 meter (3) Over head clearance 7 meters I (4) Proper side walk/curbr: will be provided Proper tunnel ventilation, lighting, water supply for firefighting, CC TV (,.{ cameras, emergency teiephone, monitoring equiprr.ent of emissions and I &t visibility along with emergency eliminate design posting will be provided I in the tunnel.

    ?tfi I ffi {&ct HoatrTla DFID.. ccrllctEfE tu!{t El aFclf urt$d T ffi ffi ?rltltfo tDlDWrl a.rttrfE

    t1gr. gtDlE'\ilel-&atltl

    Eq lrfa?lE 50Pt'Lt t$rE oar'|t l r|rfi2{tl r.*i llcxLUNS llttstAtiretnil tscu. taotp{c c301nrD!p'rtz* ccitJ.tct€a.a*A:F I Hi ER,N' 6rE 9. SUAMISSION OF REPORTS E:d t.n I The consultants shall prepare the following documents for the It project and submit to the Employer: bJ' I Stase-I: r Inception Report ffi . preseltation on Alignment Study Report I r Alignment Study Report (Approval within 14 days) H Starre-II: T o Traffic Study Report ffi . Tunnel Report , o Seismic Report ffi I (7 F$ fl'hh"wi T P^fl{lS "l 2o H ffi H.

    ffi,- TERIVIS OF F|EFERDNCE I Feryibilily.study And Preliminary Design of peshawar - I(abul Mororway

    Hj o Materials Report including Geotechnicar Investigations T . Hydraulic and Hydrotogy Report ,l ffir " Pavement Design Report o Structures Required with general layout Report H o Land Acquisition and Utility Folder "T " Environment and Social Impact Assessment Report ff " Feasibility Report (Technical, Economic & Financial) I Stage-III: ffir . Preliminary Design Drawings T . Engineer's Estimate, BOe,s (reasonabty accurate)

    ffi1 10. PROVISION OF DATA ON COMPACT DISCS I

    The Consultants shall submit complete set of documents, drawings ffi and reports listed : above on three (O3) digital CD-ROMs separately. Files l (word, Excel, Autg cad, Graphical Images, and photographi etc.) jhall be properiy indexed/ cataloged for record purposes and use/ reproduction ffi at a later stage by NHA. ffi 11. TrME OF START I The services shall be commenced immediately after the issuance of ffi LOA. I B; T2. TIME PERIOD Time for the completion of outline design shall be six (6) months. T H 13. MOpE Or PAYr{IrNr Description %" age af Total Amount ffi, STAGE-I Inception Report Alignment study Alternatives along with merits ,demerits and recommendations Sub Total (A) STAGE.II Feasibility Report(Technical , Economic & Financial) Traffic Study Report T ffi /. ii I ffi \: I I ffi ffi Dq4r 16of 2.o I I FI

    t ffi TERS{$ Or REFERENCE Feasibility Study And Preliminary Design of Peshawar- I(abul Motorway

    t ffil s. Description %6 age of No. Total Amount I ffi 3 Tunnel Report 5% 4 Seismic Report 5% 5 Materials Report including Geotechnical 5% I ffi Investigations 6. Hydraulic and Hydrolory Report 5% I ffi 7. Pavement Design Report 5% 8. Structures Required with General layout Report 5% Hr 9. EIA and SIA Report 5% I 10. Land Acquisition And Utility Folder 5% ffi Sub Total {B} 60% T t STAGE.III H 1. Preliminary Design Drawings LO% I 2. Engineers Estimate, BOQ's (reasonably accurate) 10 $' Sub Total (C) 2oo/o I TOTAL(A+B+C) lOOo/o t ffi PROVISTONALSUMS H Sr. ITEM UNIT f"MOUNT t 01. O.Sm DEM (Stereo Pair Data 15.0 Million FJi Satellite Imagery) T 02. Slope stability software One License 2.O Million F; 03. Codes and Manuals One set 0.5 Million t 04. 5m DEM for Hydrolog3r over Data 3.5 Million $i, the catchment area and I major rivers. H I L5. Man-Month Schedule for Feasibilitv Studv H Internatlonal Input T S. No Posltlon No. Man months

    i Team Leader Highway ffi L 1 I 6 I Engineer '/:l H x I F?] *Qq- i$ q */ t H 8no. w ff:k I --r ffi

    ffi TEFftTS OF REFERE$ICE t Feasibility study And Preliminary Design of peshawar - Kabul Motorway

    H, 2 Tunnel Engineer ) I 2 T 3 Geotechnical Engineer I I m, 4 Geologist I 1 I ffi TOTAL 10 'l Domestic fnput ffi S. No Posltlon No. Man rnonths I 1 Assistant Highway Engineer I 5 ffir 2 Pavement Engineer I 1 3 Traffic / $-etwork analyst I 2 I ffi 4 Assistaril Geotechnical Engine er 1 4 l 5 Senior Structure Engineer 1 4 I H 6 Junior Structure Engineer 2 4 7 Hydrologis t/ Hydraulic Engineer I 3 I ffi 8 Soil & Material Engineer I 4 9 Environmental Engineer 1 3 I 10 Chief Surveyor 4 L2 ffi 11 Assistant Surveyor 8 16 TO?'AL 58 I ffi L2 Quantity Surveyors 2 2 L3 GIS Engineer I 2 I 74 Seismologist I 1 ffi, TOTAL 4 T [d Non Technlcal Staff tij S. No Posltlon No. Man months I ffi. 15 Chief Economist 2 c t6 Social Scientist (SEA) 1 3 I ffi TOTAL 8 Support Staff I ffi ,r::i'l S. No Posltion No. Man months ','j:idl 1.7 Computer Operators : 1-:;"ri 3 6 .'r':.',1i.':.r -!I!: I 18 CAD Operators 4 4 , .,.,::ffiuw ffi l'r:;.;'i's t 19 Office Assistants 1 4 ffi I s'y/ l ffi Wi;D- F3 i1,,ai,,; Fil tg r:!) P"'d. "t I ffi

    I ffi TERlt4S OF REFTRENCE Feasibility study And Preliminary Design of Peshawar - I(abul Motorway

    I ffi, 20 Lab Technicians 4 4 21 Survey Helpers 8 4 t H, 22 Drivers 5 6 23 Security Guards/Peons 8 6 I tr TOTAL 34 Out of Pocket Expenses l ffi Items TravelAllowance ffir DailyAllowance I Air Tickets& ForeignVisits Rent for Vehicles I ffi, POL& Maintenance l Out ofPocketExpense I ffi Geo-Technical Investigations & Survey Equipments IRentalJ ffi OfficeAccommodation, Utilities, Furnishing & Equipments t Maintenanceof Offices& Accommodation I ffi Reproductionof Reports,Drawings and others ffi *** * * ** ******frrL* ***:t ****** I : fx:q E/ ff,rN- Ir- T *ta!'l I Efl I IT ffi El, T ILI I ffi I H H, I H I nft' H "(18)- ''u.t*# I pj I t I I I T l-- 'r 'Brd re- f- "z lt.g6 "/ A

    '*Jrt I ., !.llho I .t t t{q.?qr:.J si I d 5 s'- ,i I r- i I I t, ll t I ftiltMt J t *r. st ,qT I ,.gf rr+if sn

    I'

    T t.g lr" r-ff- " E'C$J 'ufr! -# i#'Yt&'"#'* d efo'- ItiE Rp EcE ,*b ff- affi wilE EEss'Bi- -*_ -" -" I I

    lr I. I I t H Annexure-ff I ffi Minutes of Contract Negotiation I & I ffi I p lffi TH T fii'{,iii, )l:iL 1: \ittr .,,:',ii)li--qql{+: $i: I \iil+ -.I t ri ,f:,

    I t i ., '.t,t' iir:!' 'ryii'l..{r'i5....1'+i'. 't':"thri al:: rl ;, 'tii.:'

    .4r'! '+ . irl. l:r.,a, .v.,i;, ti .,,r.{.tjj,. -€(i r: iil r:;r.' iltil-lr. ,r- d i i ji-+- ,ri{ \f't' ,ri '',.*a,.ti't;l*' 1,.-*J ,iit* rl tll'ai.{r'ii,:, q rl rl rl rl j j I FORMCN-M|N (OCBS) T

    NATIONALHIGHWAY AUTHORITY "l

    MINUTESOF CONTRACT NEGOTIATIONS WITH M/sAssociated Consultancy Centre (Pvt.) Ltd. (Pvt.) Ltd. in JV with M/sSAMBO EngineeringKorea, M/s Associated Consulting Englneers- ACE (Pvt.) Ltd. and M/sAssign I ConsultingEngineering International (14thNovember, 2016) Quality-and Gost-BasedSelection (OCBS) I ffi: I SUBJECT ConsultancyServices for FeasibilityStudy and PreliminaryDesign of Peshawar-Kabul Motorway Section-l: Peshawar- Torkham 50 Krn, H Sectionjl: Torkham-Jalalabad76 Km, Section-lll: Jalalabad-Kabul I 155Km. ffi PRESENT : F-orthe NationalHiqhwav A,rthoritv I NHA Qfficers ffi Nameof representativesof NHA Designation I

    H €1. l/r. ArbabAli GeneralManager (Planning) T b. Mr.Asim Amin GeneralManager (Design) ffi c. Mr.Sham Sundar GeneralManager (Engg-Coord. )-l l/Const. t d. Mr.lmtiaz Ahmad Khokhar GeneralManager (P&CA) Mr.lrfan Bashir GeneralManager (Finance) Mr.Parkash Lohanc Director(Planning)-l I tu ffi g. It/r.Muhammad Azam Director(P&CA)-lll h. Mr.Dawood Khan DeputyDirector (P&CA)-|l I m. For the Consultants of I Name Consultant's Designation Representative H DirectorBusiness a. Ahmad Mr. LuqmanSanrvar Development(ACC) I b. Mr.Akhtar Mir TechnicalManager (ACC) ' H Representativeof M/sSambo c. Mr. SunJig Yang Engineering- Korea I H ffi fl B H g I I $

    l

    ffi t. Openinq .1. remarks ffi- ' J Pursuantto theapproval of ChairmanNHA, M/s Associated Consuttancy centre (pvt.) F3 Ltd. (Pvt.) Ltd. In JV with M/s SAMBOEngineering Korea, M/s I.,t AssociatiUconsdlting [,ft Engineers-AcE (Pvt.) Ltd. and lM/s Assign Consulting EngineeringInternationai. (hereinafterreferred to as the "Consultants")being the highestranked BiOOer were invited by the NHA'sContract Negotiation Committee (hereinafter referred to as the "Committee")for Contract Negotiationsin terms of Instructionsto ConsultantsSub-Clause 6.1 of RFp,in rufin RuOitoriuni ffi HQ officelslamabad. on behalfof NationalHighway Authority (NHA), Mr. ArbabAli (General ManagerPlanning) welcomed the Consultants' representatives anC ths NHA'srepresentatives to ffi thecontract negotiations, He then proposed the following agenda, which was accepted:

    ffi: Proposal; Presentationon proposedMethodology by the representativeof consuttants; Discussionon TechnicalProposal and Termsof Referencewhich inctudes Work ffi Program,Personnel, Personnel Schedule and Equipment etc.; .) Discussionon Financial Proposal; Discussionon the clauses of draftContract; H Anyother related issues. The Committeethen started the proceeding of negotiationand following were discussed/ H agreed: 2. Submissionof writtenauthorization

    EI On behalfof lhe Consultants,Mr. Ahmad Luqman Sarwar, Director Business Development (ACC) expressedhis thanksfor being invited to contractnegotiations. The representative submittedthe lettersof author2ationto negotiateand sign a draftiontract with NHA on behalfof ffi Consultants. ffi; 3. Scopeof work andterms of reference ) The termsof referenceffOR) werereviewed and as a wholewere found appropriate by ffi theCommittee Menrbers and agreed by theConsultants. As perthe termsof referenceOOR), para 4 Scopeof work,following is to be providedby NHAthrough Afghan Government:

    $1. ' Tf,g securityof Gonsultantstatf to be mobilizedfor field data collectionand surveyin Afghanistan,would be provided by Governmentof Afghanistan. ffi TheGovernment of.Afghanistan will provide complete data of existingroad (in Afghanistan) * '., '.i,'. to the Consultant.The Gonsultant will a'scertain the reliability of datalnd coliectthe dataon Fd,- P i' r actualbasis for various elements of FeasibilityStudy. r*fil\ J/":),, \t/ ,;ii .?,' The NHA can providetechnical assistance to the Afghanside upon Toll operatingsystems H and Road and BridgeManagement System. .,,ii:ij.;::., , f3 rrway-'-"""Section-f:?Fshawar i z,''dr t li.{'{"))gf.'i'i:,:'r'",)::-..- ^ iil:{i .... ,' Fi t, ffi [,J ffi : 3 I ffi' : The Consuliantsrequested 'area for necessarycoordination for securitymeasures in Pakistani ffi; i.e.,from Peshawar to Afghanborder and all requisitedata if availablewith NHA.The T I ,J Commiiteeagreed that NHA may provide coordination with security agencies for projectlength fallingwithin Pakistani territory and all necessarydesign data related to Peshawar- Torkham ffi sectionto theConsultants subject to itsavailability. I lfork proqran'!. and Personnelscllgdule

    ffi The Work program and Personnel schedule presented by the Consultantswas T discussedespecially, Work Plan shown by the Consultantsproposed duration of seven(07) monthsfor completionof the projectwhich also includes approval time for the alignment.The ffi Committeedid not agree to the Consultants'proposaland asked to completethe projectwithin t theoriginaltime period i.e., six (06) months. The Consultants agreed. H: 5. Personnel I TheConsultants confirmed the availabilityof allKey Personnel/ Non-Key Personnelin its ffi team for theirrespective assignments in accordancewith the staffingschedule; moreover, i-) followingaspects were also discussed and mutuallyagreed between the Committeeand the I Consultants:

    H. a. Exceptas theCllent may otherurise agree, no changesshall be madein the Key I Personttelduring the Contractperiod. li for any reasonbeyond the reasonable controlof the Consultants,it becomesnecessary to replaceany of the Key ffi Personnel,then the Consultantsat the writteninstructions of Client also T mentioningthe individual'sfault, shall provide as a replacementwith equivalent or betterqualification. ln casethe Consultantsdoes not providea replacement ffi withina prescribedtime limit of not exceedingone monthin any casefrom the dateof receivingsuch instructions by the Client,a penaltyof an amountup to I zeropoint five per cent(0.50%) of the ContractPrice for eachsuch event but not ffi exceedingan overallmaximum limit of fivepercent (5%) of the ContractPrice for .allsuch events, may be imposedby the Clientupon the Consultants. T ffij b. The Consultantsshall not proposeindividuals for Key Personnelpositions ) alreadyblacklisted by NHA/ (any GovernmentDepartmenV organization) or I thosewho wereremoved from service by consultingfirm(s) engaged on NHA B project(s)due to non performanceof theirduties or otherjustified reason(s) whatsoever. I c. The Gonsultantsshall clear all payabledues and salaries of its staffin timeand $, not laterthan 1Oth of the followingmonth positively. tn caseof failureto do so Clientshall interveneand pay these dues and salariesof the concerned t Personnelon behalfof the Consultantsand recoverfrom the invoiceof the H Consultantsthe actual charges paid plus a penaltyof 1%of thisamount. This witl alsobe accountedfor adverselyin makingassessment of the Gonsultantsin the I nextevaluation process for selectionof consultantsif such defaults reported.by:,..... _ theclient's field authorities. ,r;)i:iii;ii;il ffi t ffi QCES - hof ad-Kabul155 ffi -Gsl AN ffi o\9^N I "{ ffi ffi *: Equipment f,9 r 'E l The Consultantsconfirmed that the equipmentand materialsmade available to themby f:H the Client,-or purchasedby the Consuftantswith funds under the subjectproject, shall be the ltl . prop_ertyof the Clientand &t shallbe marked/listed accordingly. Upon teiminitioir oi expirationof theContract, the Consultantsshall make available to thectieirt an inventory of suchequipment(s) and materialsand shall in accordancewith the Client'sinstructioni handovei all subh equipment(s)and materials in originalconditionto the Client. 7. tinanciglterms

    *ta st TheFinancial Proposal of Consultantswas reviewed by Committee anci remuneration part is foundthe reasonableas the Consultantshas appliedreduced Sccial Charges and O'rerheadShowever, the Committeeasked fcr rationaleof some itenis quotedundel ffir Direct(Non Salary) Costs. The Consultantexpfalned the provisionof suclr Direct(Non Salary)Cost items to theCommittee mernbers as follows:

    fl a) Thepropc'sed project includes the services of fcreignl(ey Ferscrnelfroma foreign J consultantM/s Samb_o Engineering of Korea.Therefore additional cost is keptfbr r| the office facilitiesfor the internationalconsultant including Rent for Office [fl Accommodation,Office UtilitiesCosts and Cost for Rentalof Furnitureand Funnishings. o,r' Ed b) Costfor transportation in the Sitevia 4WDvehicle is keptkeeping in viewthe rate of rentalsin Kabulcity which is relativelyhigher than Pakistan'and mosly charged in USDollars.

    F$ c) Othersnot coveredabove to complywith TOR requirements:The Consultants quotedcost for additionalitems i.e. Perdiemsfor Internationaland Locat I'A Personnel,Traffic Surveys and Socia!and EnvironmentalSurveys for which followingexplanation is given:

    Per Diem for InternationalKey personnetincludes the costs for H, accommodationin Pakistan & Afghanistanand their food and mea! charges as 1 theyare away from "Home office". For accommodation in Kabul, generil rate for a reasonablerest h6usein a securedplaced is US$ isO pui d'aywhich is Ut{ consideredwhile making the budgetof the project.similarty us$ 10b per day is keptfor the accommodation of the NationalExperts. trl ffi, For Trafficsurveys of the projectthe consultantsquoted Rs.2.000 million. Consultantsexplained that the TrafficSurveys witl be carriedout at three locations.First location is betweenPeshawar and Torkham,second between $i Torkhamand Jalalabad L"t andthe third between Jalalabad and Kabul. Personnel withAfghan nationality will be hiredfor workin Afghanistanterritory therefore ratesare kept in considerationof cunentdaily rates in Kabul.".

    TheConsultants quoted Rs.3.372 million for Social and Environmental Surveys becausethe consultantswill prepareEIA and slA Reportsfor motorwiy portionlying in Pakistanas per the Guidelinesof EnvironmentalProtection AgencyPakistan whereas it willprepareEIA and SIA Reportsfor motorway portion lying in the territory of Afghanistanas per the relevantlaws agil':' itl.t ht Services and PreliminaryDesign of Peshawar-KabulMotorway Section-i: SectionJl:T r, Section-fll:Jalalabad-Kabul 155 Km (NovemberZ016) HFjfi-'\+Nog <8+)_ B I guidelinesof environmentalprotection of Afghanistangovernment. Detailed H terms of Referencefor Environmentaland- Social lrn'pactAssessment is I 1 attachedas Annex-A. .l ffi, B. Auditof the Pr*tg! The Consultantswill allowthe duly authorizedrepresentatives of the Client,including 'l auditorsselected by the Client,to auditthe Consultant'saccounts and recordsrelating to the ffi paymentsmade underthis Contract.Where an auditidentifies that the Consultants,during negotiationsor implementationof the Project, has misled the Client or contravenedthe principles of good ethics,the Client may recommenddebaning for short term or permanentlythe ffi Consultantsfrom participatingin any/or all futureprocurement for consultingservices in NHAin I lightof Rule19 of thePP Rufes, 2004.

    EIffi. 9. Ati-c-orruption I I In accordancewith the prevailingGovernment rules / regulationsincluding 'lntegrity Pact' ffi andthe established policy of Anticorruption,the Governmentand the Consultantsmust observe t :, the higheststandards of ethicsduring the executionof the Project.No fees,gratuities, rebates, gifts,commissions, kickbacks or paymentsother than those shown in the Contractare to begiven g or receivedin connectlonwith the Contractexecution. t 10. Consultant'sGontract , H The draft consultancyContract Agreement vrias reviewed and as a whole was found I appropriate H, 11. GontractAdmlnistlation I Detailedprocedures for processingpayments and contract administration are specifledin I ffi theContract Agreement. I 12. TheNegotiation meeting ended with a voteof thanksto the participants.

    ffi;1 ffi m,; ffi ffi H ffi

    H QCBS - ConsultancyServices for FeasibilityStudy and PreliminaryDesign of Peshavrar-Kab,ulMotonrvay Section-l: Peshawar- Torkharn50 Km, SectionJl;Torkham-Jalalabad 76 Km, Section-lll;Jalalabad-Kabul 155 Km (Novenber 2016) I H \ I ffi I Signedon 24h , November2016 (on the basis of discussionheld on 14hday of November,2016)

    FORTHECONSULTANTS

    Consultants

    M/sAssociated Consultancy Centre (p\d.) Ltd. Signature \'Y AhmadLuqman Sarwar (Director,Business Develo

    FORTHE

    NATIONALHIGHWAY AUTHORITY

    'l/rlr,,t Deputy [)L"rl, Director(p&CA)-li Director(Plannin

    GeneralManager er (Design) (Finance) ..n IZz*-?F4 @ (Planning) r"l"t

    -GO- H NATToNALHrenwAy.aurnogrry Jnx g Offiee of the Assistant Director lEnvlronment) 27 MauveArea, G g /1, Islamabad H. Environrnent, Afforestation, Land & Social Section (EALS) I E- nall rb nks @g a,hoo, c o m 8 ffi No. AD (Env-l)/NHA/HQ T /16/soB 23'd November, 2016 -l ffi To: m ffi l)irector (P&CA) t National Highway Authority, H I$aqabad. I ffi Subject: FEA T INCLUSION OF TERMS OF REFERENCE FOR EI{WROTSIVIET{TA,L Al{D socIAL IMPA0T AssEssMEt{T (EsIAl sTUDy pEsF:IAwAR- ffi6 TORKHAM EXPRESSWAY I

    B World Bank Environment Specialist in a meeting with GM (EALS) on t November 23, 2016 handcd ovcr the Tcrms of Reference for Environment ernd H SocialImpact Asscssment (ESIA)study for Pcshawar - Torkham Expressway. I g 2. It is requested that same may be imcorporated in scope of work for the contracl", "feitsibility and preliminary design of Peshawar - Kabul Expresswa/ t at the earliest. H 3. This has approval of GM (EALS) I

    H , ll I /u-rde I H@ Dr. Rubina Kan-rsar I Assistant Dlre ctor (T,Nnvlronnent-f ) uffi .:r::i:i;;'ii.;;.' ^. Enclosed: - 'lbR - I E for EIA (peshawar Torkham Motorway) ru"iol Cgpy to:- '**it:,j,,ro ffi . .:t"' GM (l'lanning)NFIA fte. J o GM (l'tkCA)NFIA HQ. ffi . GM (l.lALS1NFIA I{e. 'l lB \J I lH (s7) t ti rtdI rir

    lR I H' Termsof Reference(Draftf I ffi Environmentaland Social lmpact Assessment (ESIA) Study Peshawar- Torkham Expressway $t I U A. Bacl

    I Peshawar is situatedin a targevalley near the eastern encl of Khyberpass. pesharvar-Torkham rnotonvay passesthrough IF KhyberPass lvhich has great historical significance and for centurieshas been an important traderoute between Centraland South Ei 2 Asia. I Civil Engineeringarm of the pakistanArmv. fi \.' I ti \c ffi - (gg)- I ffi ri I H t b 'l i,. $ ir" !\' t t ,j ffi

    I luaussassvleluauruorl^U3 w'v dg I do 'sllaford ffi ,V fuogale], Jo, (sdO)sa!3!tod T leuotleladopalstt rv\olaq aql u! ua^!8sluatuaJlnbal spJenSaJes BM aql quM Aldtuosot paau lllMvsl aql 'uollpluaua{dur|.ro1 'saJnsearrj 'fuessarau H uollle ltoasJnof, pue Juarualuequapue uol}P3!}!ulalPljdoJdde 'Sulpuaulutolat t aJaq/v1 pue slledu,l l?!tos pue lelusuJuoJl^uaasjaAPe lsu!e8e suolluarualul llafoJd g pasodoldaql 8ulssassepue 8uluaajlsle paurles! ApnlspasodoJd aql'slf,adse let3ospue luautuoJl^ua 'leuolleu uo suonelntar 1e1:ulnoJd aqr qrlM aluelldtuoJ se lla/v\se (tr0't do) Asllod leuolleJado 'saseqd T s,Iue€ plJoMaql ql!ffraull ul satuanbasuof,lellos puelelusuJuojl^ua ssasse ol pue Euluolssltuuor -ap pup 'af,ueualuleupue uolleJado'uolllnJlsuof, 'uollJnJlsuoJ-aJd sl! Sutpnllut'l3s[ojd ^er*ssa:dx3 H uBqlJoI - Je^\eqsadaql sls^leuespren8ales alnsua ol saJlsap ',ApntspasodoJd aql q8norql Jo vHN '] t ,{pntsvtsfl . @ffi I .slsof, ffi 'sraplnoqs pue aull laAellul s8ultps8u1p1nord spaads 3u311aner1 JaqBlq /nolte lllntr Aervrssaldxa AAau aql I patearlapl/n JalauJ 0'g snld apls qlea uo le^la8eprelaplnn Jalau €'t qllil 41111:e1[ervre8elr:er lenp e o] H pallnJlsuofaq lll/v\Ler*ssa.rdxa pasodo.rd aq1 :uagsA5r{ervrssa.ldx3 uels!>led-sueJI lqtereX-Jemeqsad aq} 'ruPtjIJoI 'q8eg ',le5 'e1qse1 ',p;fseyr1 ]o uolsualxast ll lB spuapue lpio) lpuel .req3 e:trig e1e; ]lv'eulqf 'tsod 'pnlue; I elel 1leg31g qgnolqlsassed pue Alll Jel eqsaduoiJ ull ZI lnoqeu^ ol peqeleAgleau peo.t ffi Burg.rervreqsad uJoJJ suels ll '/UtatuoaBpanordu.rl qlnu ql!/v\luautuElle Mau e uolllnq aq ;1gnr r{emssaldxa auel-uposodord aql :t1;;e:1relnllqa^ Aneaq paads q31q urapou aql ioJ JalEl ol alenbapeu!aJe 's)tf,n1l I sf,lrlawoag lplilaulu:ofa8.re; rlq alelto8ou ol llnlg4p aJeleql soAJn3dleqs pue slualpe.rt daals ffi 'apls puepeoJ aql ol luarefpeEuluunr ault Ae/vUleJ Jaq1euo slueuJalllas uoltelndod Aneaq r{q paulellsuor 'apl/fl 'ssed I a.reAernqllq 8u11s1xa eql ol quauranoldut; JalauJ6'9 Aluosl Ae&laflel1rer!u!lslx3 JaqAqy H f,Uolstr{aq1 q8no.rql saot teql S-Nr(eanq8lU leuolleN aqlJo Ued st peol[ueqlrol-Je/v\eqsa6 8u;p1xa aq1

    'sall!lod eg T ;euollerados.{ueg qlltv\ }uelslsuol puealqegnAlle3!ruouola aqol punorr!'uelslled u!uolpas ueqlrol-Je^ eqsad {1elredsa'Aenr:o1ou lnqe; '(uo1111ur -rerneqsadJo sluaulal!nbalSulrueug replsuoJ o1 paa.rBe ser{ )iueg aq1 O'0Sg$Sn) y61 1euo13ag 'Aeruolotu I u! lsaJalulsl! palellpulseq VHN Inqe1-Je/y1et{sa6pasodo.rd aq1 go u8gsapBullaaul8ue ffi pallelappue lpnls fi;1;q1sea3aql .roJaluaJalag Jo stxlal aql uo paalSeeneq saltpoq]ne uetslled pue uelslueqSlV'SIOZ '17 lsn8nyuo ^erntolowInqeX-Je/v\eqsad aql lo uolpasujeqlJol-Je/v\eqsad u{ I '/lnl H OSaql ro iuoualar Sug4ealq-punor8aqlpauroyad seq ulessnH uooutlrPW uelslledJo luaplsaJd aql 'g I /vlarnJaAolJa[oJd ffi

    'uels!{![e1'uelslueqBJV l' 'ue$llaqznpup uelsluauJUnI Jouolsnl3ul JoJ ffi pa^!^a.taq ot spaauluauaaJ8v sgql'au18ag espl-l.todssed pue llsuelJ.-ul-spoo9 JoJ aJnpasoJd st'uo$n) 'IsueJl 'l paulunuo lololo.td ut salllqenJoJ lltl,lJed llsuerl peou leuolleuratul Jo aluenssl JoJ luaulaaJgv pue salnuuolleluaureldu:; Eulpngru; luauaar8v lelalelppenb attl Jo uolteluaualdu;JoJ rlslueqlau e l. t I t OPI gP4,O4 NaturalHabitats T APlBP4.1t physicatCulturalResources OPI BPA.tZ InvoluntaryResettlement Theconsultants willalso I ffi makeuse of thewBG Environmental, Health, and safety Guidelines, The ESIAwill also comply with the nationalenvironmental requirements defined through pakistan EnvironmentalProtection I ffi Actof 1997and subsequent provincial acts, regulations, and guidelines. willtake into account the naturafenvironment (air, ffi Il:_:t'i water,and land); human health and safety; fI socialaspects (involuntary T resettlement,indigenous peoples, and physicalcultural resources); transboundaryand globalenvironmentalaspects incluiiingclimate change and its implications, and also inducedimpacts as well as the cumulativeimpacts of otherdevelopment ffi6r projectsin thearea. TheESA willconsider natural and social I aspectsin an integratedway. lt willalso take lnto accountthe variations InproJect and country :onditions; the findings H of countryenvironmental studies; national environmental I r,@:.:::J.':Tiiffi::L:ffflJjii1,Hff-."il,i;,["T,1i:T'iil:?tril'il1,:',1,::.:iT.,l.:..: activities,under relevant international Fl environmentattreaties and agreements. I ffi I D. SpecificTasks for the Consultant I Toachieve the broadaim of ensuringsafeguards, analysis, the consultantwilt: l ffi 1. Reviewthe projectdetails Reviewthe proposedproject and lts geographic,ecological, sacial, and temporalcontext, Includingany offsite lnvestmentsthat may be required.tdentify the needfor anyresetgement planor indigenouspeople development plan. Define Road-EffectZone on thebasis of the project,.op. ,ni extent. t Reviewof the Legislative,andRegutatory Framework Reviewthe policy, legal, andadministrative framework within which the ESAis carried out. Review the nationalenvironmental H@ requirementsand those of any co-financier.ldentify relevant Internationalenvironmentar agreementsto whichthe country rs a party-;ir;;J;;ir," *, or, t.'i andtheir triggering status for the Project.Also state the aciionstaken/planned ln responseto IJ each0P triggered. Scoplng scopingis amongthe H first stepsof the EA and is essentiallythe processof identifyingthe significantissues relating to theproposed action and of determiningthe scope of thelssues to be B] addressedin the EA' Thekey tasks include: i) carryoutreconnaissance fietd visit(s); li) holdinitiat stakeholderconsultations; H lii)identify the keyaspects to bestudied during the detailedESA, iv) finalizeESA ToRs in consultation withthe stakeholders; v) prepare work plan for thesubsequent f] ESAtasks; and vi) preparethe scopingstatement ft compilingthe processand outcomeof the scopingtasks described above. n IJ ffi fl Reviewthe definitionof Road-EffectZone and revlse lf necessary. ffi 4. Analysls of Alternatives Systematicallycompare feasible alternatlves to the proposedproject site, technology, design, a nd operation--lncludingthe "tvithoutproject" situation-ln terms of theirpotential environmental ffi impacts;the feasibilityof mitigatingthese impacts; their capitaland recurrentcosts; their suitabilityunder local conditions;and their institutional,training, and monitoring requirements.For each of the alternatives,quantify the environmentalimpacts to the extent ffi possible,and attacheseconomicvalueswherefeasible. Statethe basisforselectingthe particuh.' projectdesign proposed and justifies recommended emission levels and approaches to pollution H preventionand abatement. 5. DetailedBaselines Studies and Anatysis Assessthe dimensionsof the study area and reviewrelevant physical, biological, and ffi socioeconomicconditions, including any changes anticipated before the project cornmences.Also study current and prop,osed development activities within the project area but not directlyconnected to theproject. Also analyze the :rends in thekey environmental and social ffiw parametersof the area,'Data shoufd be relevantto decisionsabout project location, design, operation,or mitigatoryrneasures. B Collectsecondary and primary data on the following aspects: I gb'rseat Environ'nent(physiography, climate, geology and selsmology,soils, hydrology, ffi groundwater,flooding, sedimentation, water quality, air quality, nolse, and others). l Eig.!_oelcalEnvironment hatural vegetation- trees,shrubs, herbs, scrub, grasses, medicinal plants,others; fauna - mammals,birds including migratory birds, reptiles, amphibians, insects, H fishand red listed species; biodiversity including car,ying capacity; protected and non-protected areasIncluding hunting, poaching, illegai fishing; wetlands; fish; benthic flora and fauna; and T others). ffi Soci?l-EnvironmentJoopulation and demography; land use and naturalresources including I agriculture,livestock, grazing, forestry; other economic activities e.g. quarrying, tourism, fishing, im trade,services; social Infrastructure and services Including education, health, communications, others;vehicular traffic; atcess and security; community organizations; vulnerable groups and I povertysituation; gender aspects; recreation areas/potential; cultural heritage; archaeology; ffi@ objectsof specialinterest, e.g. graveyards and monuments; and others). 6. StakeholderConsultations T ffi Holdtwo roundsof consultations:1) DuringESA study, conduct interagency and consultation meetings,Including consultations for obtainlngthe Informedviews of the affectedpeople and t local non-governmentalorganizations (NGOs). Hold consultative workshops at the site, in H lslamabad,and Peshawar. 2. Holdconsultations after preparing draft ESA report (during Public Hearing) - with grurr-root ,, I wellas institutional stakeholdeis. ffi 7. lmpactAssessment Predictand assess the project'slikely positive and negative impacts on peopleand environment, I ffi in quantitativeterms to theextent possible, associated with Project and its effect zones, design, I ffi t ffi I ffi I IJ [J I -(Yb)- H f"l T ii I ti 'pesodo.rd eq lll/v\ I sluaulaluel.re8u1plgnq Atlreder se 11arn se 8u1uaq18uarls leuolln13gsug elelldoldde puepalenlena 'dtASl F aq ll!/v\VHN ultl1/rl llpeder luauta8eueulellos pue leluauluorlnua aqt Jo lred sV .sau!lap!ng '(sasnelr I SHI g€n1sql /nollo,plnoqs dWSl aql lenperluol q8notqg'8a)1ra[ol6 aql ql!/n 'dNSI 'tuslueqlaur ffi 66193ale.r8alul ol uslueqlaut pue tugluaualdu!Jo lsol lessaJpalacuenallS 'spaau 'ue1d ,lotolo.rduollellunuuJof, pue uolleluatrnrop tu1u1e.t1'sluaula8uelJeleuo!1nlllsu; I Sugoluoru slralJa'ue1dSul.togguour aruel;duror'ue1d uo!te8!t!tu qilm atalduol dl ls3 a.reda.r6 qJ"F$ . ..'. ! (awsE)ueld luauta8euelAl teltos Pue leluauluorl^uI '6 '(r-HVlIlo/v\laN r(ernq81g uelsv aqt Jo ued se lla^ seropplot s-f,Juvf, lo osoqlq11tn spafold I asoLllJo slreduullo uo!l)eJatug 1e11ua1od Auessasse puP Japlsuol PLte sz6z uo!s!ndog Japun @Hj paBeslnuasnafo.rd aql /v\alnel 're;nrlped ul 'peolueq{loI - Je/v\eqsad8u1pn1lu1 (pauueld pue 8u;o3-uo)eaJe aql ul strafo.rd luau.rdolanap Jeqlo Jo spedtrl a^!lplnuJnf, aql ssassepue raplsuof 8rl spedut palnpul puea^llelnunf, '8 'O ff.i, uolllasu! palsll sdo 8iv1 Ei|; I ul pat!elapsluauarlnbar aql ssaJppeplnoqs sa:nseatu uo1leBr11ut pueluaussasse pedw; aq1 .: 'suolplpard 'uollueileJaqunJ arlnbar lou op 1eqlsrldol !1cads pue qlgtrpalpllosse 'elep selluleualunpue'sdeB elep Aa1 a1qe11ene1o{111enb pue }uaua aql ateuJllsapue lJlluapl I 'luaudolanap ffi;:, llruouoJaollosse lla/v\ Se luatualuequO leluauuoJlAUa JoJ saltlunUoddo alo;dx3 'alqeldarce 'anlpaga rtlgepospue 1eelllerd 'slredul -1sot'rglcads-alls pue -trafo.rd eq plnoqs sa:nseau uolteBllltu aq1 asoqlto aruertlluSls F3,I eql oslepue 'pa1e8;1!ueq louuel leql spedtu;angteEau Aue pue saJnseau uolte8lltu iJttuapl 'luatualllasa, I 'salrnosal 'stellqeq fuetunlonulpue lelnllnllerlsAqd leJnleuol af,uaJalat;epads ql!/v\ sdO '3a) gM llepue (SDIN sluauarlnbarfuolegnBal leuolleu aqt ol esuelaJaJHllm uafor4 aql ssassv 'lredurl 'sgql 's.toldaral T qleeJo aruer1l1uB1s eql azpalle:eqt uo passg lo A11n111suaspue 'rtllranas '(luaueu:ad'fueJodual) '(1eqo1t 'Algg1q1s.reaa.r luelxaletodtual'(1ral1pu1/tcallp) atnleu teuoltar'1erog)tualxalelteds Surpn;rulsltedurgleglualod aqtJoslltslJallereqt snolJeA autur;alaq J 'spadse.rapuat pu e'luaurqreo:rua/Arenltd 'arro;lrorvr 'sdnol3 pue uollelndod letol JoJ spJezeqfta;es alqelaulnnuo slredul 'aruerl;1u8gs 'sno18g1ar 'slr1guol leluolslr{.ro le.rn11nr Jo sallso1 a8euep'sansslleJnlln3 lero; 'sa111uaure 'sdo.tl I pueaJnpnJlseJJul lelol o1aBetuep'salnoJ ssalle lelol uo spaJJa o1a8eLuep 'Auado.rd pue puelJo ssolSulpngru; stredtu! f,lruouoraollos pue lellos lellualodssasse osly 'sJaqlopue'sdoqsllom'saf,lJJo I 'sduret 'Aue uolllnJlsuol ;; speor/selnoJssalte 8ugpn1ru1 aseqd yr16g se lla/vrse uolpnllsuol 3u1rnppafo.rd aql ro salllll]e1fuerodual ss lla/v\ se luaueuJad 11e q11ntr palelrosse slredtul ssassv '1ra[o.rdaql rol suollerrgduga8ueqr a]eulll aql ssasseoslv 'uolteJetlepue uo!]BtuautelJ tellqEq I 'a1!lp1lvt 'uo11e1a8al 'lellqeq 'uo11eu1ule1uol ol leeJqlpue ;ernleuJo ssol lPJnleuo1 a8etlep 'uolleulueluof, 'uo1lng|od 'uolleroglalap pueuolldrunsuol Jele/v\ pueuolsoJa 11os tttSltpue aslou 'uo;leledo 'uogpnJlsuol A1;1enbrle se qrns spedut leluauuoJlnualellualod ssassy pue T I I I fl I - (Eb) - H I B I ffi g salll^!}f,e uolllnJlsuo) g'E ,adA1 T (slaqlot.o1a ,az1s,uollelol- salilll3e,fuelodLual lsa11g11re1 'saBueqlralul/suo11ras.ra1u1'luauaned) g luaueutad sluauodu.rof,st! pue1tafold go uo11d1.r:saqg.g I sarnleallualles €.t uollerolpafor6 g'g g

    Uafo.rd;oasodlnd pue paaNT'E T .g uolldgtrsap1:a[or6 H

    'pa[ot6 t aq] loJ sn]elsaruellduor pue8u1la88!rl Jlaql pue (saullapln!q11eag leluauuor!^uj 9gM puelquatlatlnba.t p:en8aSes pue salrlod1euo11e.rado)s1uau-ra:lnbal lupg ppoM Z.Z @H '1ra[ol6aq] ro] snlP$ aruelldtuor I pue 'fig11qer11dde..r1aqt'{sarnparold le}uauruol!^ualsallpoqlne 1e1tu1no:d pue leuolteuiuegsl>1e6 ffi Aq pau81ssalleaJl leuolteu/alug lsalrglod fsalnr pue saullaplnB luogge1s13ag) sluawa.rlnbar dog I'Z .7 I {rorvtaueJ;anllel}sluluJpe pue 1e8a1 fl l. uleal Apnlsuogtlsoduof, 9'I g pedul 1o topt.uol/earv g'tr I {.'o/v1ol qreoiddy y'1 H VSI Jo a41ra[qg E'1 I 1rafordaLllJo puno:8>1reg 7'1 /ua!ruaAoT'tr H I uogpnpo.rlui'1@g 'suolpe papuauurolalpuE s8u;pug luerrlluBgs sassn3slp A1as1ruo3 I fuerutungaA!lntax:l H

    I uodal Vts3eql Jo slualuor a^llpllpu! pue patrsa38ns aql H 'd T trodayVISg Jo arntrnrts a^qerrpul/pasodo.r4 g : 'd65l T. Sulpnpu;lra[o.tdaJllua oql roJ (USf) luorussassvpedurl le!]ospue leluauuor!^uf r ffi :spodar ?u1lto1go;aql iluqns pue areda.rdo1 pe.rlnbaloq ll!/v\sluellnsuol aql 't H I salqEranllaoJo lsl'I I & f* ffi EI -(hb)- F{ "6tffi *l I

    * H r:,{t'"1 I H aBueqlaleuJtlf, €'9 I . SurpoolJJo lslg 2.9 E{ salenbqyeaJo IslU I.9 t sanssllue^elal Joqro.g &d I sallqlleJluaueulad pue fuelodtlal Jaqlgg.S H 3u1uno5leUaleWS.S dueJ uolpnrlsuof ?'g t ' suo!1rasla1u1/s8ulssoJJE'S uolpalas1uauu811y 7'g ffi t a^!leuJaIetrafold $oqllM I'g r? sa^llEuralle pa[o,16'g i, I i:{ I

    '(sguaulnuotu'spleianetS f;tl:, 't'a '1sala1u1 slrafqo pue li8o1oaeqr.re I t 1e;radslo Jaqlo iaSelpaq1e.rnt1nr) spadse lelnllnf, s't r{yanodpuesdno.r'erqeJaurn^,ruo,,.r,rrll?fil".,ffi:iiljl'r:lTf l]:ff l"fi,X1;ilifi ll: 'qlleaq'uo11e:npa 'apel1 I Sulpnpulsallruas pue alnpnJtserJu! 1e1ros fsarlruas '8u1qsr;'tus1:no1 ffi '8u1fulenb'8'a saltlnllre lluouooa raqto ifulsaro, pue 'turzelB'1ro1sang1 'aln11nrgr8e gurpnqrul sellnoseJleJnleu pue osn pueg lrtqdetSourep pue uollelndod) luauuoJllua )!rrrouo:a pue lpllos t.t t '(sallaqsg ,Bulqceod,8ug1unq ffi puelspuellan t8ugqsr; 1e3a111 8u;pnlrujsea.re pepaiold-uou pud papalordiArlsianlporq lsanads p"plj pa, bub{sU tirelqlqdtue 'sa111dal'spt1q 'slptuuJeu 'sadAl &oler81ut8u1pn1rul spJlq Br,;pn1ru1eunel lsalrads 1s1; pe.r iellqpq 's1ue1d 'saar1 'uollela8an I lualeglp leulJlpaul palueld leJnleu8u1pnpu1 e.rop) luauruo:l^ua letlgolorg 6.p '(slaqto 'eteugelp las1oulAlglenb t1e lfu;1enb JalErvt luo;1e1uaur;pas 18u;poo11 lEJnlBu1o sulaped tlalernpunolS ffi I lASolotplqfs11os lASogot"us!as pueASogoaS la1eur;1r lAqdertogsAqd) tuauuo.rlnua 1er1srtq6 7.p eareipnlg 1'9 ffi I sgsAleue/uo11d1lrsapau!laseg't Fl I '(sraqlolsluaura:1nba: iaritodueuliuaua8Bueu pue uolle:auaB alservr lsaglddns! atueualuleu pue uo;1e.radg g'E sluaua.llnballamodue6l g' g I (saplluenbpaleu,lpa 8ugpn1ru1) lesodslp pue uoltBJauaB a1setr4 4.g 'fuaulqreru (sa;111uenb/srequnupaleurllse 8ulpn1cug) sallddns.raqto pue sleu€leu uoltlnrlsuof,9.t I t F3t !tr E & 7. PubllcConsultation and Information Disclosure B T.l Scoplngsesslons I 7.2Focused group discussions H 7.3Public consultations 'l 7.4lnformation disclosure ,l

    H B.Potential environmental impacts and their mitigations 8.1lmpact assessment, prediction, and characterization method. I H 8.2lmpacts during construction phase (including but not limited to naturalhabitats, creation of barriers to movementin habitats;disposal areas; air quality;water quality (surface and groundwater); vehiculartraffic; noise levels for residentialareas and wildlife; soilerosion and siope stability; safety ffi hazards;public health; cultural heritage; occupationat hazards; waste disposal; damage to I Infrastructure;and others). Ee8.3lmpacts during operational phase (including changes in lqgalclimate, presence of suspended I particles,smoke, noise and light pollution, reconfigured landforms and alteration of naturalpattern of drainage,changes in originaltopography and stability of terrain,soi/surface water/groundwater H contaminationdue to accidentsand spills). I 8.4lmpacts during decornmissionlng phase. ffi I 9. Potentialsoclal impacts and their mitigations B 9.1Resettlernent and compensation I 9'2lmpacts and their mitigations during construction phase (land requirernent for temporaryand permanent facilities;noise; Increased traffic: pressure on localInfrastructure and services; Influx of B labor;employment opportunities; social and cultural lssues; privary of localpopulation; gender lssues;others). I

    9.4lmpacts and their mitigations durirtg operational phase (including bdt not limitedto employment E opportunities;additional pressyre on loca!resources and services; damage to infrastructure;and others). I H@ 10.Cumulative and Induced lmpacts I ffi 10.1Cumulative lmpacts of on'goingand planned projects ln the areaand on tndusRiver 10.2lnduced impacts of the projectupstream and downstream of thedam. I & 11.Envlronmental and social management plan (ESMp) t ffi 11,1Typesof impactsand their mltigations 11.2 tvlitigation measures I ffi #ryQ I H I E -Cs)- ffi I B I H - (1b)- H fil *l FI ffi ffi 6eEi H F] b{

    ffi F' ffi ffi @g q#% 'g*1 EI H w l&r

    'ASogopoqiau r1 uotltallof,elBp Ja^o pueuurol islsaJoJpue le1!qeLl leJnleu uo i1.re1nr1yedluawssasse leluauJuoJ!^ua uo quau1a1lnba.r Atr1o.1 g41 se tjti']i lla/vlse fuo1e1n8ar pus anllelsgta;1euo11eu aqlJoEulpuels.rapun tsalpnp lelueuruor!^ualo ped se salpn$ler18o1otq/1ert8o1ora Sullrnpuor;o atual.radxa 3o s.real / unululW :lsltst8olotg/(slrsl8ogorl'm 'sanbluqtal uoltettnsuotJaploqa>1els puert8olopoq}au uolllallof, elep ra^o pueuJluoJ islradse]uaualllasal pue f,!uouolao!3os uo sluauaJlnbat r(cr;o; g/n sella/n se fuo1e1nBar ffi ffi Annexune-Ill I

    H .Ioint Venture Agreement I ffi .l ffi I ffi I ffi I H I ffi t H I ffi t m sl I ffi I H I B I H t H I ffi I ffi I ffi I -t I tfi T H I ffi

    I ffi NATfQNAL H TGHWAY A UTHORf TY - ,ffi MIN_|SIBYoFcoru M u NtcATictN I GOVERNMENTOF PAKISfAN-

    T H JOINTVENTURE AGREEMENT ASSOCIATED CONSULTANCYCENTRE_ACC {PVT.) LTD., ISLAMABAD ffi WITH I sAMBoENG'N:ffiNG co'KoREA ,,1{'(91!'t r,, tri;i AssoclArED I ffi{ii ,ry .- coNsuLTtNGENGTNEERS-ACE (pvr.) LTD. LAHoRE \\'),\./'.t J;iii AND ETI V.A ,,,i,r':/:AssrGN ENGTNEERTNG coNsuLTr,rrERNATfoNAL (pw) LTD.T5LAMABAD I &1 \i,oi}.---.,t/i1-'+:"./:.'.;iliip!.1.[;..? ..:t FoR CONSULTANCY SERVICESFOR FEASIBILITY STUDY AND PRELIM|I.IARYDESIGN OF ffi PESHAWAR'KABULttlOTORll/AY I SfCtlOH-1,PESHAWAR - TORKHAMS0 KM, SECTION.IT:TORKHAM.JALALABAD 76 KM,SECTION-III: JALALABAD-KABI.,L I ffi 155 KM. This Agreement enterecrinto this ItF ou, ot futLzorl amongst M/s, Associated ConsultancyCente, vrithits Registeredoffice at Plaza1B 5t. sz c-gl+, lslarnabadhereinafter ffi referredto as M/s t ACC (Leaderof the Joint Venture) which expressionshali include its successors'legal representatives andpermitted assigns, M/s Sambo Engineering Co. Ltd.with its registered otficeJeongpuyeong-dong 7h floor'63Daehak-ro Gyeongsansi Gyeongsangbult- ffi do, Soutlr Korea which I expressionshall inctudeits successors,legal representativesand permittedassigns, hereinafterreferred to as M/s Sambo(Member), M/s. Associated Consutting f$ Engineers-AcE (Pvt.) Ltd., with its Registered Ej,, office at s/A MuhammadAli cooperative Housingsociety, Karachiand operatingthrough its office at 45-L, Model t 'shall Town Extension, Lahore, which expression includeits successors,legal representat:'/esand permitted assigns,hereinafter ffi referredto as M/s F.CE(Membe;') and M/s. Assign EngineeringConsult lnternational(Pvt.) i Ltd.'lslamabad,with its RegisteredOffice at HouseNo. 23, Street37, G-6/2, lslamabad, whichexpression sfrall include its successors,legal representativesand permitted assigns,lrereinafter referred H to as M/s Assign (Member)(herqinafter collectively called the Consultants)have I signeda JointVenture Agreement for the purposeof providingconsultancy servicesfor Feaslbility study and Pretiminary gesign of pliriiit;K.bui-ffi6rw;; section-i: ffi Peshawar^Torkham50 Km, sectiorr-ll:Torkham-Jalalabad 76 Krn, Section-lil: I "falalabad-Kabul155 Kr'r (hereinafter referred to asthe project). ffi l: f,q I f3 fg w"4 0D- km ; H I I ffi t H t ,l ffi WHEREASNationat Hisjhway Authority (NHA) lslarnabad(hereinafter referred to as the Client) havingaccepted the proposalby the Consultantspertaining to ConsultancyServices for Feasibility Stucly and Preliminary Deslgn of Peshawar-l(abulMotorway Section-l: I ffi peshawar-Torkham 50 Km, Section-ll:Torkham-Jalalabad 76 Km, Section'lll:Jalalabad- Kabul 155 Krn (hereinafterreferred to as the Services). t ffi VVHEREASit is intendedto enterinto a formalagreement for the purposeof renderingthe said Services. I ffi NOW THEREFOREin considerationof the commondesire of the Members,it is agreedas follows:

    jointly severallyliable 1o the Clientfor allthe I ffi 1. All Membersof the JointVenture will be and Consultants'obligations under the Contractwith the Client.Leader of ihe JointVenture has beendelegated the authorityfor the purposeof receivinginstructions from the Client I H for implementationof the Contract.

    2. This Agreementshall remainin forceuntil all servicesand respcinsibilitiesof the Joint ffi A'CE I VentureAgreement under the Contractwilh the Clientand amongstACC, Sambo' and Assignhave been completed,excepting that this Agreementvrill be terminatedupon 'l ffi terminationof the Contractbetween the Clientand Consultantshaving fulfilled all the obligationsand clear4nceof liabilitieswith the Clientas well as betrveenthe Membersto this JV Agreement.The Distributionof Sharebetween the Memberswill be as given ffi belowexcept Drafting/ Reproduction of Reportsand OfficelDrafting Supplies falls under I the purviewof M/s.ACC control.The diskibutionof sharesis givenas under: ffi o ll/s. ACC 30% Lead I t Mis Sambo 38% r lvl/s.ACE: 21% - EIA Studies/Trafficand approval H o Mis.Assign: 11% ; g The completeassignment will be sharedas per aboveshare distribution however, M/s. Assign will be responsibleto arrange Personnelfor EIAJSIAsiudy and cany out the I Environmentaistudies (ElA), obtainingNOC front the EPA through his ttominated ffi Personneland carryingout the trafflccount surveys' ------..---I 4. The expenditureincurred and invoice for ProvisionalSum will be responsibilityof leadJV B partner. I ffi #R 'l ffi ,ffi*t,r*, % I ffi I H FI I [f I H, I H t ffi The servicesof the Projectshall be carriedout in accordancewith the terms of contract signedwith the client and any subseguent instructionsissued by the client during the I ffi currencyof the Contract. Eachof the partiesto this Agreement shallmake available to the Leaderof the Joint Ventureall pertinentdata, equipment, personnel I ffi andother related materials which are requiredduring the executionof the Projectin accordancewith the stipulationof the I Fl Contractwith the Client. 7. M/sSAMBo s;iallappoint Team Leader for thisProject, which will coordinatethe work of all the Membersand keep close liaisonwlth the client. The Team Leader wiil have writtenauthority to acton behalf I ffi of the JV for all purposesin connectionwith contract. FI 8. EachMember to thisJV shall be individuallyresponsible for: H (a) I Assigningthe requisite personnel input to project the as specified. such Personnersharr remain in the empioymentof the assigningMenrber as per ffi provisionin Contractwith the Client. I (b) Ensuringthe generalconduct of its Personnel project assignedto the to conform to the locarcusroms, traditions and standardsof behaviour. (c) Ensuringthat all Personnel [$ assignedto or servingfor or in connestionwith the ) Project,shall perform duty underthe controland supervision of the Team Leader and shallfollow all instructionsgiv6n by himand shall ensure that all perscnnet/ employeesasslgned to or serving ffi for or in connectionwith tho proju'ctslrall follow I such instructionsof the Team Leader- (d) The TeamLeader (with the prior consentof lhe crient) may deregateany of his functionsto any personduring ffi his absenceor if preventedfrom undertakinghis I dutiesby reac'nof iilness or inabiliiyto actfor any other reason.

    ffi o The implbmentationof the contract with the client shall be supervisedby the Team T Leaderand in his absenceby his designated representative.All negotiationsand policy decisionsregarding the contract shail, however,be undertaken/ maoe.after mutual t ffi discussions. 10' ACC shalt be responsiblefor presenting the invoicesfor the servicesto the client and ffi maintainingoverall accounts of the Project.sAfv'tBo, AcE E Assign shall maintain t -"accountsof the reimbursableexpenditure made by thenrand shallprovide account statementsof these expenditures ffi to ACC for maintainingoverall accour.lts of the JV I Agreement. 44 I t. Disallovranceson bills F$ from the Departmenton fee, out-of-pocket expenses,overhead I 'H Menrhetsfor their I ffi ffi,ft I W ffi I I ''Fi I ffi I ff ei: 'Jaqulay! I lleqaq s;t uo 6u1;ceuoslad ,{ue.rosoa{oldtttoTlaLluosJad si! ples aql o} alqeinqlJue,(|1oqrr oq lleqs qclq/v\puE {ervt:eq1o ,{ue u! ueslle e^eil lteqs qclllM (q) ffi t H I (e) :pue^rl'B-'l Jo suolsl^ojd tBJouog eLg Japun Jo Joejaql suJJel eql UJoJJJeqlaq/vl lcPJlUoO H €ql Japunacueulopad aql qllmuoqcauuoc u! Jolo po 6u1sper$:ed pt1q1,(ue {q JoluollC I oql ,(q ur1e1cr(ue 1o 1no 6u1suef]lllqgll ,(ue 1o lcadsar u! Jaquia6 Jaqlo eql ssoluleq ',(lruuepul '8t ploq pue pueJap lleqs ll }eql sao:6e pue sarel3apnr €ql Jo rsquohl qce3 ffi I 'sac!ruesAce q3ns rol alqgsuodse:s! lauuosJadasoqa Jaqlrteyr1anucadsal 3q] ^q auJoq aq ffi .L' t lleqsluatlC aq1 o1 alqelda3ceun sac!ruos fue;o lunocseuo ps]e1ssasous]soe lguol]lppv 'Jaqrlaf{ 6up1ne1aparll ol olqetl6uraq lnbqunn ffi luauraceldalq3ns .ro1 sluouaOuete eleul lleqs aJnluonlulof aq1lo JapeoJaq). qclLlfi\ m I 0u111e1s>1ootn offl ultlllr,A{11eu16po u1q oulurnoloquoy\ 3ql ,(q paplr.o.rdoq Alieurou11eqs ffi eulldlcsgpug.to,{cuolctgeu! 'mueutJo}od lapun ol anp e1nluen}u!of eql Jo rapPs-laL[ ro '9t luatlCaql Iq petrsapse l3EJluoCaql u! lauuos.ra4panolddg eql ,o lue 1oluaulaceldeg

    I ',tessacau ffi oJaqm'luaulee:6ysrql ol sJaqua4aql lle oql ol paslopueaq lleqsJapee-l 'syodag '91 I ueal eql pus luoll3 sql uaa^^laqpabueqcxa sluoulncop .req1o ple slaual ffi 's.tor{o1du:aenllcadsal l1aql Iq epeu.r 'vL t eq lleqs 1ca[o.r4s!r.l] uo 0u14orvrsJaquo!4l aq] ^q pauolsselauuosiod aq1 o1 sluaur(ed ffi 'lce:luoC ulBli oq1u; palelndpsse ro VUCV; 1o6uge-r \i1d Jo V lseal r{}l/vrIueduoc e3ue:nsu!us tuoJ1aoueJnsul ,itlttqetl leuolsseJoJd aq1 6utptnold }o lsoc l? 'et I eql JoJurrlJ peo-leql 6u1eqCCV ol areqsalllcodset:1aq1 ap6o.td lleqs srouued nf aql ffi

    'luallC aql ol polmrunuuoc pue pauados! Ogf{VS s/t/tio lunosse)tueq aql usqn^o{.u!} I qonsllll V arnxauuvut ue46 lre1aplad se CCV s/ylllolunooce lueq aql ul peilsodapaq H 'uBlspled lleqsoBylJVS s7611o lueu.rr(ed 1o e.reqs aql ul IubS e u| pauedos! lunoc3ssi! 'OBt ueqMpuE se luollCaql ol peleolunuiuJoc€q'llli t.l3!qrv\ lVS s/l l io sllBlaplunocoB 'V 'JaqLuaW B I eq1ldacxa alnxeuuv u1pap6o.td ele Jaquau nC Llcealo slunmcv lueg qoeo ,o lunoccv IUEg u! pallsodopoq lleqs luollC oql uro4 pa^laoel slueu:{ed ;1y zl

    I 'parJn3ulsasuedxa genlce:ed sB sJaquiafg aq1 6uoue patnqUislp H 'paolnoslno 'luaula^lo^u! oq lllM suJes oql s! IJoM ll ]o seaJepue uieol a^llcadsal ffi I' ffi I H I ffi I H_ I I ffi I H I ffi 19. In the eventof anyof the Memberof thisJV Agreementgoing into liquidation (other than , t ffi voiuntaryliquidation for amalgamation,reconstruction or reorganizationpurpose) or becomingbankrupt or allowinga receiverof its business,the remainingMembers shall be entitledto terminbtethis JV Agreement(by takingprior consent of the Client)and to I Fd performfor the Clientthe servicesand dutiesallocated to the Memberso affected. s? 20. Any Memberwhich becomes the subjectof anyof the mattersreferred to in Clause19 t I'J aboveshall not be entitledto receiveany furthermoney which has not beenpaid priorto the occurrenceof the mattersas aforesaiduntil the Projecthas been completedand the remainingMembers shall only be liable to pay over any balanceremaining after I ffi deductingfrom any outstandingfees due to the said fulemberan amountequal to the reasonableadditional expenses incurred in completingthe Projectby whatevermeans I ffi the remainingMernbers may decide. 21. In case of a disputearising between any of the Membersin conneciionwith touching upi-'n.or concerningthis JV Agreementthe sameshall be firstreferred to the CEO of Ws [{ I ACC. His decisionshall be final unlessdissented by the affectedMember in which case . it shall be giveneffect to untilthe completionof Servicesand may then be referredr.rnd I wtI settledby Arbitration under the applicablelaw. 22. This agreementshall be governedby and construedin accordancewith ilre Laws of ffi Pakistan. I L,B THIS JOINTVENTURE AGREEMENT IS SIGNEDAT ISLAMABADBY DULYAUTHoRIZED T4ffi REPRESENTATIVESOF THE fUEfuIBERSON THE DAY AND YEAR FIRST 3-i, ABOVE I WRITTEN. ffi lN WITNESSWHEREOF, the Membershereto have caused this contract to be signedin their t respectivenames as of theday and yearfirst above written. I ffi I ffi I H t3 LTJ L:i, rk\ \'a I ar t: fffiu8e ffi Et%3{ r+r^-,i f q a\ tffi -Qot)- FI It t:l _H I B I H I H .l \LJ"\ I H For and on behalfof ACC (Pvt.)Ltd', lslamabad (AkhtarMahmood Mir) DirectorTechnical I H MisACC (Pvt.) Ltd., lslamabad H I For and on behalfof SamboEnglneering Co., Korea ffi (Sun,Jig Yang) I AuthorizedRepresentative ffi lvl/sSambo Co. Ltd.,Soulh'JKorea.Sou! .*-@ I sl/trt'n, H I d*N t H I ffi I

    ffi lslamabad I (AbdulHanan) ChiefExecutive ffi ful/sAssign lnternational lslamabad. I E I Witness: B I ffi I H I ffi -Qo,)- t I I I l-H tffi tffi

    lffi AnnexureA tg BankAccount Details of EachJV Member 1. AssociatedConsultancy Centre (P\,4.) Ltd. AccountNo. 2446790}rc7901 IH Bank HabibBank Limited Branch CollegeRoad Branch, F-7Markaz, lslamabad Tffi NTN: 29-01-0820000 2. AssociatedConsulting EngineeriACE (pvt) Ltd. AccountNo. 04640050933TT015 Bank FaysalBank TH Branch New GardenTo'sn BranchLahore NTN: 0709753-7

    3. AssignEngineering Consult Inil Pvt Ltd lffi AccountNo. 0127$73 AO1 Bank StandardCirartered Bank Branch SuperMarket F-6 lslamabad. lH NTN: 4237506-1 +. SamboEngineering AccountNo. Bank lffi Branch t[1 NTN: pr$re lH #9 tE lffi tffi lffi tF3 Pagfrfota rH - Qoi)- l:'i I tg I -( soD- ffi I ffi I H I ffi ?(+)%\. I il )F, ffi I ffi I ffi t ffi I ffi I ffi I f ffi I s ffi I ffi T ffi ffi I g o I cr -' _o, a H '!) oi (o r6 lg ox rq E6 ffi 6[D g I -ffi I ffi