136
t t I I I I I I t I I I I I I I I I t I I National Highway Authority (Procurement and Contract Administration Section) 28 Mauve Area, Sector G'911, Islamabad (Pakistan| Phone: +92-5L-9O32727, Fax: +92-5 L'926O4L9 DOCUMENTS FOR SUBMISSION TO PUBLIC PROCUREMENT REGULATORY AUTHORITY FOR CoTvSULTANCY SPNVTCES FOR FPESTBILITY Stupv AND Dpterupn Dpstclv F'oR COnUSTRUCTION OF ItrOSHAts-AWARAN- KnuzpAR SEcrIoN oF M-S (4OO KMI {2- Lnups Roen! Augqst,,2O2O FRi[no"v *i$r.,.,Avs

ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

Page 1: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

ttIIIIIItIIIIIIIIItII

National Highway Authority(Procurement and Contract Administration Section)

28 Mauve Area, Sector G'911, Islamabad (Pakistan|

Phone: +92-5L-9O32727, Fax: +92-5 L'926O4L9

DOCUMENTS FOR SUBMISSION

TO

PUBLIC PROCUREMENT REGULATORYAUTHORITY

FOR

CoTvSULTANCY SPNVTCES FOR FPESTBILITYStupv AND Dpterupn Dpstclv F'oR

COnUSTRUCTION OF ItrOSHAts-AWARAN-KnuzpAR SEcrIoN oF M-S (4OO KMI {2-

Lnups Roen!

Augqst,,2O2O

FRi[no"v *i$r.,.,Avs

Page 2: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

ItIIIIIIIIIIIItIIIIII

ATTACHMENT - I(See regulation 2)

PUBLIC PROGUREMENT REGULATORY AUTHORITY (PPRA)

GONTRACT AWARD PROFORMA . ITo Be Filled And Uploaded on PPRA Website in Respect of All Public Contracts of Works,

Services & Goods Worth Fiftv Million or more

NAME OF THE ORGANIZATION/DEPTT.

FEOEMUPROVINCIAL GOVT.

TITLE OF CONTRACT

TENDER NUMBER

BRIEF DESCRIPTION OF THE CONTMCT

> TENDERVALUE

ENGINEER's ESTIMATE (for civil Works only)

ESTIMATED COMPLETION PERIOD

WHETHER THE PROCUREMENT WAS INCLUDED IN ANNUALPROCUREMENT PLAN?

ADVERTISEMENT

(i) PPM Website (Federal Agencies)

(lf yes give date and PPM's tender number)

(ii) News Papers

(lf yes, give names of newspapers and date)

> TENDER OPENED ON (Date and Time)

Consultancy Services for FeasibilityConstruction of Hoshab-Awaran-KhuzdarRoad)

Study and Detailed Design forSection of M-8 (400 Km) (2-Lanes

National Highway Authority

Federal Govt (Autonomous Body)

6(4s1)

Gwadar Ratoder Road project (M-8) located in Baluchistan & Sindh provinces.The sections of M-8 from Gwadar to Hoshab and Ratoder to Khuzdar havebeen constructed. However, the section from Hoshab-Awaran-Khuzdar (400km) is still required to be constructed.The existing track from Hoshab toAwaran (100km), is being maintained by provincial B&R department. The widthof track is about 4 to 6m. The existing alignment runs through flat terrain havingnatural undulation in the ground. The existing route from Awaran to Khuzdar(300 km) comprises shingle and kacha track. The road alignment passesthrough valleys and along parallel to Mashkai river after crossing the river, roadmoves toward Khuzdar. Onward the existing kacha track passes through flatareas however in stretches it crosses ferv hills and rolling tenain.

In this regard, NHA intends to appoint a reputable and qualified consultant forcarring out the Feasibility Study & Detailed Design and subsequently issue theConstruction Drawings.

Pak. Rs.73.171,9001

Not Applicable

(04 months)

Uploaded on PPRA Website on 5 th September, 2019.PPRA tender No. is TS399172E.

Two Dailies "ROZNAMA JANG" (Urdu Newspaper) Dated Srh September,

"DAWN'(English Newspaper) on 6 rh September, 2019.

Technical Bid Opened on 2 no October, 2019 at 1200 hours.ial Bids Opened on 23 ro December. 2019 at 1445 hours

Yes x No

Yes xNo

Yes No X

Page 1 of 3

Page 3: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

IIIIIIIIIIIIIITtIIIII

ATTACHMENT - |(See requlation 2)

PUBLIC PROCUREMENT REGULATORY AUTHORITY (PPRA)

CONTRACT AWARD PROFORMA . I

To Be Filled And Uploaded on PPRA Website in Respect of All Public Contracts of Works.Services & Goods Worth Fiftv Million or more

Procurement of (Engineering) Consultancy Services

> NUMBER OF TENDER DOCUMENTS SOLD(Attach lisi of Buyers)

> WHETHER OUALIFICATION CRITERIAWAS INCLUDED IN

BIDDING/TENDER DOCUMENTS (lf yes enclose a copy)

> WHETHER BID EVALUATION CRITERIA WAS INCLUDED IN

BIDDING/TENDER DOCUMENTS (if yes enclose a copy)

> WHICH METHOD OF PROCUREMENT WAS USED:-

a) SINGLE STAGE - ONE ENVELOPE PROCEDURE

b) SINGLE STAGE - TWO ENVELOPE PROCEDURE

c) TWO STAGE BIDDING PROCEDURE

d) TWO STAGE - TWO ENVELOPE BIDDING PROCEDURE

' Please specify if any other method of procurement was adoptedwith brief reasons (i.e. Emergency, Direct Contracting, NegotiatedTendering etc.

. WHO IS THE APPROVING AUTHORITY

> WHETHER APPROVAL OF COMPETENT AUTHORITY WASOBTAINED FOR USING A METHOD OTHER THAN OPENCOMPETITIVE BIDDING

> WHETHER THE SUCCESSFUL BIDDER WASLOWEST BIDDER

> WHETHER INTEGRI'ry PACT WAS SIGNED

Yes No x

The Request for Proposal was uploaded on NHA websites for all prospectiveidders to download.

Yes No X

(COPY OF QUALIFICATION CRITERIA ATTACHED)

Yes No x(COPY OF EVALUATION CRITERIA ATTACHED)

(Tick one)

T

x

N/A

NHA's EXECUTIVE BOARD

Yes No x(Highest Ranked Bidder)

x

v

N/A

Yes No X

Page 2 of 3

Page 4: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

IItIIIIIltIIItIIIIIII

A

PUBLIC PROCUREMENT REGULATORY AUTHORIry (PPRA)

CONTRACT AWARD PROFORMA - II

To Be Filled And Uploaded gn PPRA Website in Respect of All Public Contracts of Works,Services & Goods Worth Fiftv Million or more

NO. OF BIDDERS PRESENT AT THE TIME OF OPENING OF BIDS

NAME & ADDRESS OF SUCCESSFUL BIDDER

MNKING OF SUCCESSFUL BIDDER IN EVALUATION REPORT(i.e. 1"t,2n0,3'd EVALUATED BID)

NEED ANALYSIS (Why the procurement was necessary?

IN CASE EXTENSION WAS MADE IN RESPONSE TIME. WHATWERE REASONS (Briefly describe)

WHETHER NAMES OF THE BIDDERS AND THEIR PRICES WEREREAD OUTAT THE TIME OF OPENING OF BIDS

DATE OF CONTRACT SIGNING (Attach a copy of agreement)

WHETHER COPY OF EVALUATION REPORTGIVEN TOALLBIDDERS (Attach a copy of bid evaluation report)

ANY COMPLAINTS RECEIVED (lf Yes. result thereofl

ANY DEVIATION FROM SPECIFICATIONS GIVEN IN THETENDER NOTICE/ DOCUMENTS (lf yes give details)

DEVIATION FROM QUALIFICATION CRITERIA (lf yes give details)

SPECIAL CONDITIONS, lF ANY (Give Brief Description)

NESPAK (Pvt.) Ltd. in JV with M/sConsulting Engineers- ACE Ltd. and M/s

Address: Highway Section, 2no Floor, Attaturk Avenue,Sector G-5/2, lslamabad - PakistanPhone: +92-51-2274016Email: [email protected]

Highest Ranked Bidder (1"t)

1. Gwadar is future Hub of Business activitiesGwadar port will play an important role to

of Pakistan.3. Proper connectivity of road network will play animportant role in easy movement of trade vehicle andluggage.4. After completion of Hoshab- Awaran-Gawadar sectionof M-8 will be a shortest route to Gwadar port and it isanticipated that mostly traffic not only of CPEC but alsolocal traffic will adopt this route due to shorter distancefor Gwadar and surroundings Area's.

Request of prospective consultants

Pak. Rs.73,171,9001

Yes x No

(Gopy of bid evaluation report attached)

xYes No

(Copy attached)

X NoYes

Yes x No

J< NoYes

Nil

Page 3 of 3

Page 5: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

Copy of

Qualification &Evaluation

Criteria

Page 6: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

tIIIITIIIi

IiItIIIItI

ffi'flW NATIONAL HIGHWAY AUTHORITYWflf homtrem,ent & Contract Administration Seetion

*ffi,28MauueArea,Crg/I,Islamabqd8a5L9o32727,H051-9260419

Ref: 6(49l)/Dir-III (P&CA/NHAl2OL9/Lt3 Dated:26e septembet, 2ol9

To

Subject:

hPPRqX. 4OO KMI

..UINUTES OF PNF,-PROPOSAL MEETING'

Reference: Pre-Proynsal meeting onthe s"tbject held on 19n September, 2079'

Minutes of Pre-Proposal Meeting alongwith Addendum No.1 being

integral part of RFP for the subject services are enclosed herewith for

necessary action, please.

' /.^,*^-ztlllnSIIAIII | '

{Director

Enclosure:

Copy for information to:

- Member (Planning), NHA, Islamabad- Member (Engineering-Coordination), NHA, Islamabad.- General Manager (Planning), NHA, Islamabad'- General Manager (P&CA) NHA, Islamabad- General Manager (Design) NHA, Islamabad.- Dy.Director (P&CA-il) NHA, Islamabad.- AD (P&CA-D NHA, Islamabad.

P&CA

Page 7: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

Minutes of Pre-Proposal Meeting

(M-8) (APPROX.400 KI\O

A Pre-Proposal Meeting was held in NFIA Auditorium at 1100 hours on l9e September 2019 to

discuss the Request for Proposal (RFP) for subject Services. Following NFIA ofiicers and representatives of

prospective consultants attended the meeting:

r National Highway Authorify

r Consultants

Mr. Haris Aqil

Mr. M. Abid Furqan

Mr. Aamir Ghori

Mr. Naeem Mahmood Khan

Mr. M. Zesshan

2. The queries submitted during the above-mentioned pre-proposal meeting and their clarifications/

replies are summarized below for information of all prospective bidders:

for General Manager (Planning)

for General Manager (Design)

Director (P&CA) - III

GM, Nd/s EA Consulting (Pvt.) Ltd.

Director, iWs Prime Engineering

GM,IWs EGC + Zeerak

Senior Engineer, Nt/s ACC

IItlIItII

m:A*

Sr.No. Queries Reply

As the Alignment will cross the numerous nullascarrying flash floods, a 2.5m Tri-Stereo imagewith 5m DEM for a 10,000 Sq.km is required forconducting the Hydrology and Hydraulic designof Bridges and Culverts. Freely available 30mDEM is not suitable in such Terrain.

Any t5,pe of data required and its relevant expenses areto be made by the consultant in the relevant BOQ item.

2.

A range of speed from 60-80 KPH is mentioned.It is suggested that a single speed either 60 KPHor 80 KPH may be kept in mountainous region forthe M-8 Motorway. It is suggested that theminimum length of Curve criteria 6V, 5V and 4Vfor Plain, Rolling and Mountainous Terrain asrequired by AASHTO Geometric Design may alsobe mentioned in the TOR

The consultant is required to design the project for aspeed of 80Kph. However, in areas rvhere 80Kph is notattainable; the design speed may be reduced up to60Kph. The consultant is required to identiff the roadsections where design speed of 80Kph is not achievableduring reconnaissance stage and present before NHAfor getting prior go-ahead for Detailed Design.Regarding minimum length of curve, the consultant isrequired to fulfill all the design criteria as perAASHTO policy on Geometric Design of Highrvaysand Streets as already mentioned at the bottom of Tableunder Sr.3.3.1

'r'&;ri'17'

:On a motorway, a minimum Turning radius ofz30m coresponds to a speed of 30 KPH is notwaranted. Please clarifu that the turning radius isfor the exiVentry Ramps or U-Turns off theMotorwav.

The Turning Radius is only for U-Turns. Design ofExiV Entry Ramps has 1o conform to the speeds ofprincipal and secondary roads.

IIIIIIIII

Feasibility Study and Detailed Design for Construction of Hoshab-Awaran-Khuzdar Section of Motorway (M8) Page 1 of3 II

Page 8: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

IItTIIIIIIiTITII

IIItt

!\

Minutes of Pre-ProPosal Meeting

Sr.No. Queries Reply

74

ty"

4.Please specify whether interchanges are requiredfor exiV enty control.

Since ttre project is currently Z'lane, hence interchangesare not required at the moment- However, provision

should be made in design.

5.

Itisrequestedthatt e requirement of the ShajraParcha to be used as a layer in the LandAcquisition maps may be deleted. These Shajramaps may not presenU available in the GIS/Digitized and Geo-referenced in WGS-84 system.Additionally, their Acquisition may be extremelydifficult due to the involvement of Patwaris in thisremote area.

Land Acquisition Plans including complete detail oflandowner as per Shajra Parcha of revenue record willbe required.

/.-^/' /h"l.D,/

6.The percentage payments allocated for the TenderDocs and PC-l may be changed to 10% and SYoresoectivelv.

Not acceded to proceed as per RFP. htE

7.The time to complete the assignment may beincreased to 8 months instead of 6 months

Time to complete the assigrment is 04 months.Refer page-48 of RFP. l/' a

LA LS item may be included for the arrangement ofsecurity for the Consultant Personnel in field.

The cost for arrangement of security for the consultantpersonnel in field is deemed included in the oth#payable items. However, NHA will assist i/co-ordination with the relevant security personnel asner demand. if reouested.

9.

The time for the submission of proposal may beextended by at least two weeks because the pre-proposal field visit cannot be completed in next 10to 12 davs.

The date for submission ofproposal has been extended.Please see Corrigendum-l.

10.Same experience for Sr. Highway / BridgeEngineer is required as well as for JuniorHiehwav/Bridse Ensineer. Kindlv review it.

Please see Addendun No. I. /,+1t Total time period for the assignment is not

provided,Total Time period of Consultancy is 4 monfhs. 'tt

Refer paee-48 of RFP lt bz

12.

Payment ltem in Form ,{-16 for different activitiesis provided as LS whereas in payment termspercentage is given instead of LS. It is requestedto change the payment terms to LS for such itemsand the balance items mav be divided intoDercentase.

Agreed revised Mode of Payment is attached.See Attachment-l to Addendum No. l.

13. Submission time forthe technical proposal may beincreased bv 2 weeks.

The date for submission ofproposal has been extended.Please see Corrigendum-I.

14.

The scope of work for suwey is to be carried outusing LIDAR while on ground survey is alsorequired as per TOR. Kindly clarif the scope ofwork that when the field surveys teams have torvork on ground.

The consultant is required to quote for establishment ofcontrol points, Monumentation, cross - sections at river/ Nullah, Existing structures details, overhead andunderground utilities & topographic survey of areaswhich may be required in case a realignment. is dono forwhich LIDAR Data is not available.

15 .

As per Form 4.-16, minimum 70 boreholes arerequired to be done for GeotechnicalInvestigations. For this the time period may benrovided to complete the work in all respects.

The consultant is required to complete the boreholeswithin the stipulated consultancy period.

16 . Who will be responsible for providing security tothe personnel of the Consultants?

Please referto our reply at Sr.No.08. /4 E;

ction oiHoshah.Awaran-Khuzdar Section of Motorway (M8) Page 2 of 3

Page 9: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

Minutes of Pre-Proposal Meeting

II

Sr.No. Queries Reply

7l. J,l

nI

7l

t7. The time to complete the assigrrment may beincreased to 8 months instead of 6months.

The time to complete the assignment will be consideredas per request for proposal (FJP) i.e. 04 months. lt

1 8 . A LS item may be included for the arrangement ofsecurity for the consultant personnel in field.

Please refer to our reply at Sr.No.08. il.$

19. Total time period for the assignment is notprovided

Time to complete the assignment will be considered as.iper Request for Proposal (RFP) i.e. 04 months. Vl {),

20.

As per TOR 4 each Jr. Highway and StruotureEngineers are required. However, in thenumbering portion there is no mention ofreouirement of numbers required.

Required numbers for Junior Highway and StructureEngineers are clearly mentioned in TOR of the subjectproject. A,5

) 1

There are security issues for site design staff onthe project area and to oliminate these securitythreats, the consultant will have to assume somecost for the security. The cost to be incurred onsecurity may vary from consultant to consultant,therefore EGC suggests NIIA either to ircludeprovisional sum (PS) for security or NHA toprovide security for site staff for the competitivebid.

Please refer to our reply at Sr.No.08.

/",lj

i,'i

lr'.".:

lrll'

IIIItIIIIIIIF.^tbi1q, Study and Detailed Design for Consauction of Hoshab-Awaran-Khuzdar Section of Motorway (M8) Page 3 of3

Page 10: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

IIIIT

IIi

Addcndum No. l

Following ]amendments have been made in the Request for Proposal (RFP) for subject Services

I under this Addendum No.l, which shall be read and construed as an integra! part of RFP and shall

I 12ke preoerien]:e in case of ony conflict(s)/ ambiguity(s) anrongst this Addendum No.l and other

provisions oifte RFP.

1. DATA SHenr

1.1. Sub bl.quse 3.1,4:

(cl) t{efer Page 13 of RFP; the experiencc criteria for follou'ing f,vo

Cluuse 3.i.4 (d) are deleted in its entirety and revised as under:oositions under Sub-

1.2. Sub Clausa 4.4:

Refer Page l5 cf the RFP; the Sut"'-Clause 4.4 is deleted and replaceC as under:

Tlre date and tirne of proposal submission is:

JuniorStructirre/BridgeEngineer

Date:'fime:

l,{;uimum B.Sc. (Civil Engineerlng) rvith m;nitnur,t fifteen (15) years'

relevant expariencc [proven trvelve (12) years' design experience as Junior

Structure/ Bridge Engineer on National Highrvays Pmjccfsl;

-oR-

M.Sc. (Structural Engineering) with minimum tlvelve (12).years' relevant

experience [proven ten (10) years' design experieuce as Junior Structure/

Bridge Engineer on National Highways Projectsl.

2"d October, 20191130 hours

IItIIIt

Location of Submission: IIII{A Main AuditoriumNalional Flighvray Authority2?-N{auve Area C-9ll Islamabad.

ADDtrNDUNI NO. I

(yr-8) (APPROX..400 KM)

Junior I Minirnum B.Sc. (Ci'ril Engineering) rvith mi:ilntum fifteen (15) years'

Highwny I relevant experlence [prbven f,velve (12) years' design experience as.Tunior

Englneer I nighway Engineer cn Nai;:cnal l{ighways Projectsl;

-cR-

L4.Sc. ffransportation. Eng!:rcering) with rninimum fwelve (12) years'

relevant experience [proven ten (10) )/ears' design experience as Junior

I-Iighway Engineer on National Highways Projectsl.

Feasibility Study'and Detailecl Design for Construction of Hosllrb-Awaran-I(huzdar Section of lr'[otorwny (1v18) Page I of2

Page 11: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

Arldendum No. I

1.3. Sub Clause 4.5:

P.efer Page 15 of RFP; thE hid validiry date rnentioned in Sub-Clause 4.5 is revised asur:der:

Tl're bici shail rcmain valiC up to 30th Marchr 2020.

TERI!{S OF REFERENCE C[OR)

Vfoae/of Pnyment:

Refer Pages 78 & 79 of the RFP; lvlode of Payment at serial No. 3.22 is deleted in its entirety androplaced with revised pages attached at Attachment:l to Addendum No.!.

All other terms and conclitions shall remain same.

--ooOoc-

IIITITIIIIIIIIIIIIItI

Feasibif ity Study and Dctailcd Dcsigr for Cmstuction of Hoshab-Arvaran-Khuzdar Scction of lr{otonvay (M8) Page2 of 2

Page 12: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

IIITIt

r.rJMooE oF PAYMENT:

"A'is the Contract amount, excluding the Provisional Sums

,/2

DescriPtion

-

;E-I

inception RePortRePort including atl the

,"qrrir"-.nts spelled o"t {t the lOR along *ithrecommendation

o/o age

of Tota lAmount

s%

s.No.

STA(

r_ls%

2

100hJUD lOtar (fr , t

STAGE-IILS

nJ . Topographic surv ey Dt"*!1gl g

.ReponLS

4_ Traffrc Survey Report

Axle Load Survey Report

Parrement Desi gn Report

Geometric Design RePort

Structure Design RePort

Slope Stabilization Report

Soil arid Material investigation Report

/-1o^ ronhninol Tnveqtioation RenOft

5%5.

5%6.

5%7.

r0%8

t0%9.

LSt0

LSl l

@udyReportLS

12.)"/o

13. Highway SafetY Audit RePort

Stat" o"t of alignment on ground'

plunu ,hor.,ino th, uli***nt und totul u.tu to b. u"o,tit"d' if t"ouit"d

EIA and SIA RePort

sYr14 .

l0o/o15.

LS16 .

I ss%

f Ls%STA ]E-III

suD rotal (D,

15 . Final Tender Documents & Drawlngs (VOlUme I - rY,l rlruruul*6 pvY:

Engineer,s Estirnate, c-factor, special Provisions along with Backup /

n^^:-- /a.l^,, larinnc in hqrd and soft (ndf + CAD fi le)

)"/o16 . Mass Haul Diagram, TraffiC DlverclonlManagemenl rtaII illru uLa'tro6w

.^ l^* f^- o, , - fona *rrnnf f and rr rhan argas

5%17 . Final Design Report (including detailed Structural, Geometric, Hydraullc

and Pavemlnt Dlsign along with Backup t"ltulutiottt

ItIITI

Page 13: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

-A+t'qawa*-LtIIIIIItIIIIIIIIIIIII

upon checking the report that it is in line with the ToR, 50% payment shall be released' Remaining

shall be released upon acceptable quality is ensured' upon initial submission' a checklist

correlating to ToR requirement shall be attached and checked for requirement spelled out'

Final payment shall not be cleared until Consultant gives a satisfactory final report and until

consultant submits soft copies of all documents / reports / drawings' Furthermore' no EOT shall

be required for the balance payments against each report'

t,:la.

, r.,, \. ' - ! : , ,

i ; '

, ri";l' " . i

Vo ageof TotalAmount

Descript ion

Sub Total (C)

TOTAL (A+B+C)

Page 14: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

tttItltfIttillg

II

fII

National Highway Authority

REQUEST FORPROPOSAL

For

Feasibility Study and Detailed Design forC onstruction of Hoshab-Awaran-Khuzdaf

Section of M-8 (400 km) (2-lane Road)Pages (1 to l40)

@August, 2019

fnifrro-Y ri8rr.-AYs

Page 15: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

IIIIIIIIIItItIIIITIII

Table of Contents

DESCRIPTTON

LETTER OF TNVITATION (tOD

ATTACHMENTS

TNSTRUCTIONS TO CONSULTANTS (ITC)

DATA SruET (DS)

CTTECKLIST FOR COMPLETENESS OF PROPOS/;(CL)

SUMMARY EVALUATION SIIEET

PERSONNEL EVALUATION SHEET

TECfIMCAL PROPOSAL FORMS

FINANCIAL PROPOSAL T'ORMS

APPEI$DTX A

]ERMS OF REFERENCE

APPENDIX B

MAN-MONTH AND ACTIVITY SCT{EDTJLE

APPENDIX C

cLI ENT? S REQU IREMENTS FROM THE CONSU LTpJ'{'f s

APPENDIX D

PERSONIIEL, EQUIPMENT, FACILITIES AND OTIIERS' SERVICES TO BE

PROVIDED BY THE CLIENT'

APPENDD( E

COPY OF MODEL AGREEMENT

Table of Contents

PAGE NO.

IIITtIIIIIIIIIIIITI

I

,

3

l0

18

20

2l

22

35

45

45

9s95

96

96

98

98

99

99

Page 16: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

ItrllrllrllrilrIIrtttililtft

!-etter of lnvitation

GOVENNMENT OX' PAKISTANNATIONAL HIGITWAY AUTHORITY

27-Mauve Area, G-9/1,Post Box No. 1205,

ISLAMABAI)Dated theRef No.

LETTER OF INVITATION (LOD

To,All prospective consultants

Gentlemen!

We extend wann welcome to you and invite you for participating in this project.We hope that you will live up to your reputation and provide us accumte information so that theevaluation is carried out "just and transparent". Please understand that the contents of this RFP,where applioable, shall be deemed part of the contract agreement. An example to this affect can bethe contents of your work plan and methodology which 1,ou shall be submitting in your teohnicalproposal. Since that is the basis of the selection, therefote, it shall become part of the contractagreement subject to approvaUrevisions of the same by NIIA during the negotiations. Similarly, allother services and the content contributing to services shall be deemed part of the contractagreement unless it is specified for any particular item up-front in your technical proposal whichobviously will make your proposal a sonditional proposi'.l whereby, authorizing NHA to may ormay not consider to evaluate your proposal. Please understmd that if no such mention appears up-fi'ont (i.e. on fiont page of teohnical proposal) then it ishall be deemed that the consultant is in 100%agreement to the above. You are also advised to kindly read the RFP thoroughly as it can Crasticallyaffect the price structi.rre for various services rvhich may not be appearing directly in the terms ofrefercnce. In the end, rve appreciate your participaticn and hcpe that you will feed a good proposalto merit consideration bv NHA.

General \4anager (P&CA)Telephone: +92-5 1 -9032727,

Fa>r: +92-51-9260419E-mail : gmpca. nba@ grpai l.com.

V/cbsite:'rvrvrv.nha. gor'.fik

Feasibility Study & Detailed Design for Construction of Hcshab-Arvaran-Khuz lar Road (400 Km)

Page 17: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

IIIIIIIIIIItIItIIIIII

ATTACHMENTS

Instructions to Consultants (Annex A)

Data Sheet (Annex B)

Checklist for Completeness of Proposal

Summary Evaluation Sheet

Personnel Evaluation Sheet

Technical Prbposal Forms

Financial Proposal Forms

Appendix A (Terms of Reference)

Appendix B (Person-Months and Activity Schedule)

Appendix C (Client's Requirements from the Consultants)

Appendix D (Personnel, Equipmen! Facilities and other servioes to be provided by theClient).

Appendix E (Copy of ModelAgreement)

Feasibility Study & Detailed Design fbr Constiuction of Hoshab-Awarntr-Khuzdar Road (400 Km)

Page 18: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

hIhIIItII;

tItfII

1.

l . l

Instructions to Consultants

Annex A

INSTRUCTIONS TO CONSULTANTS

INTRODUCTION

You are hereby invited to submit a technical and a financial proposal for consulting servicesrequired for the assignment named in the attached Data Sheet (referred to as oData Sheet"hereafter) annexed with this letter. Your proposal could form the basis for futurenegotiations and ultimately a Contract between your firm and the Client named in the DataSheet.

A brief desoription of the assignment and its objectives are given in the Data Sheet. Detailsarc provided in the attached RFP for design services provided in the Documents, and willbecome part of agreement subsequently.

The assignment shall be implemented in accordance with the phasing specified in the DetaSheet.

The Client has been entrusted the duty to implement the Project as Executing Agency byGovernment of Pakistan (GoP) and funds for the pro.iect shall be ananged by the Client.

To obtain first-hand information on the assignment and on the local couditions, you areencouraged to pay si visit to the Client before submitting a proposal and attend a pie-proposal conference if specified in the Data Sheet. Your representative shall meet the namedofficials on the date and time speoified in the Data Sheet. Please ensure that these officialsare advised of the visit in advance to allow adequate time for them to rnake appropriatearrangements. You must fully inform yourself of local conditions and take tlrem intoaccount in preparing your proposal.

The Client shall provide the inputs specified in the Data Sheet, assist the Consultants inobtaining licenses and permits needed to carry out the services, and rnake available relevantproject datn and repoits.

Please note that:

The cost of preparing the proposal and of negotiating the Contract, including a visltto the Client, are not reimbursable as a direci cost of the Assignmcni, a;rd

The Client is not bound to accept any of the proposals subrnitted.

The names of the invited consultants are given in the Data Sheet.

We rvish to remind you that in order to avoid conflicts of interest:

1.2

1 .3

1 .4

1 .5

1 .6

1 .7

l l .

1 .8

1 .9

Feasibility Study & Dctailed Dcsign for Construction of Hoshab'A.rve,nn-Khrzdar Rcld (40C !(m) Poge 3

Page 19: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

ITIIIIIttIItITIII

1 .10

Inslructions to Consultants

a) Any firm providing goods, works, or services with which you are afiiliated orassociated is not eligible to participate in bidding for.any goods, works, or services(other than the services and any continuation thereof) resulting from or associated witltthe project of which this assignment fotms a part; and

- j

b) Any firevious cr ongoing:participation in iOlation rvith the project by your firm, itspofessional staff, its aftili4tes or associates under a Contract may result in rejection ofyour proposal. You shouldlclarifr your situation in that respect with the Client beforepreparing the proposal.

A firm may submit its proposal:for the Assignment either as an indepenclent Consultant oras a Member of a JV Consultahts but participation of a firm occurring in more than oneproposal for the Assignmcnt is not allowed. ln cnse a firm participates in more than oneproposal, all such proposals shbll be disqualified and rejected. However this conditiondoes not apply for individual Spbcialist Sub-consultant(s).

DOCUMENTS

Toprepareaproposa|,pleaseusbtheDocumentsspecifiedintheDataSheet.

2.2 Consultants requiring a clarificafion ofthe Documents must notifr the Client, in lwiting notleter than twenty one (21) days .before the proposal submission date. Any request forclarification in writing, or by cable, telex or tele'-fax shall b'e sent to the.Client's addressspecified in the Data Sheet. The Client shall resfiond by cable, telex or tele-fax to suchrequests and copies ofthe respoRse shall be sent to all invited Consuliants-

2.3 At any time before the submission of proposals, the Client may, for any reason, whether atits own initiative or in response to a clarification pquested by an invited consulting finn,modift the Documents by amendment. The arnendmerrt shall be sent in rvriting or by cable,telex or tele-fax to all invited consulting firms and will be binding on them. The Client mayat its discretion extend the deadlines for the submission of proposals.

3. PREPARATION OF PROPOSAL

It rvill consist of two parts - Technical and Financicl

3.1 Technical Proposal

3.1.1 The I'cchnical Pi'oposal should be submitted usirg the format specified ahd:shall includeduly signetl and stamped forms appended with the p.FP. This is a nrandatory requirement forevaluation of proposals and nestls to be filled'up carefirlly.

3.1.2 For J'echnical Proposal, the general approach aind methodology wlricb you propose forcarrying out the services covered in the TOR, including such detailed information as youdeem relevant, together with your appreciation of the Project from provided Cetails and

tTI,lTIItIIItIIIIIII

2.

2.1

ITtI

Feasibility Study & Dctailed Design for Construction of Hoshab'Avrlua' .-Khuzdar Road (400 Kn)

Page 20: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

pfTttilililililt

lnstructir;.rs to Consulter.ls

(eD A detailed o',,crall \lork progmm to be provided rvith timing of the assignment of each

expert or other staff member assigned.to the projcpt. This rvill also provide the Client

an opportunity to effectively monitor work progress.

(b) Total number of man-months and project duration a-s per TOR.

(c) Clear description of the responsibitities of each expert staff member within the overalll\,ork program.

(d) The Guriculum Vitae (CV) of all Key Staff nnembers and an affida'rit that proposed

staf shall be available for the assignment during the project duration and their presentplace of duty may also be specified. The Consultants are advised to suggest suchnames that shali be avoilable for the Assignm:nt.

(e) The technical proposal shall include duly filled in forms provided with ihis I{FP.'lllli:

. namg, background,, and pro{essiona.l experience of each cxpert staff member to beassigned to the projicg with particular refererce to his experience cf u'ork of a naturosimilar to that of the proposed assignment.

(D Cunent commitments and past performance are the basic criteria of technicalproposal. You are required to provide the details of prescnt commitments/on- goingjobs as referred in the Form A-10 of technical proposal. Further, the brrsis for the pastpefformance is the rcport from Design Section and Construction Wing of'the Client.

3.1.3 In preparing the technical proposal, you are expected to examine all terms and instructionsinoluded in the Documents. Failure. to provide all requested inlbrmation shall be at yourown risk and may result adversely in the scoring of your proposal..The proposal shottld.beprepard as p€r RFP and 4ny suggestion or reYiew,of staffetc. should be clearl.,spelt out inform A-4. This rvill be discussed at the time oFnegotiation meetirrg as and when called.

3.1.4 Durhrg pleparaticn of fhe technical proposal, you must give 'particular atienrion tofollcwing: I .

a. The Firm needs to be registcred with Pakistan Enginecrirrg Counril (PEC),

b. If you consider that yorr finn does not have all the expertise for thc assigninent you mayobtain a full range of experience by associating with other firnts or entities. You mayalso utilize the services of expatriate experts but only to the ex{ent ftr which therequisite expertise is not available in any Pakistani finr. [n case of Joint Venture, theproposal should state clearly.partners rvill be "Jointly.aRd Severally" 'responsible forperformance undrlr thg Conffact and one (Representative) parfirer rvilt bt tesponsible fora.ll Cealings rvith the Client o:r bchalf of the Jclni Ventr;re. Its "Pow€i of Attorney" onthis acoount is tl.be enclosed. The representati':e partndr shall retain the lcsponsibilityfol the perficrrri"nce of obligations and satislbctor,v'completion cf the consultancyservices. PEC registers a foreign consulting firm fcr issuing license to provideconsultancy servlces in Pakistan, which is baseri on fonnation of JV vrith the conditionthat the foreign consulting firm shall provide only that dhare of consultancy services by

ihe

Fessibility Study & Deailed Design for Construction of UoslrabArviuun-(huzdar Road (400 Krn) Pagc 5

Page 21: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

il

\a()o0R'

6.Mo{rl,doA6oo7crlcf,

q,C;|

qdd>r

.o(A46loll.

rT

I I

II I

II IT

T

I I

I I

I I

I I

I II

T

II II

-'

IrlTIIIIIT

IIIIITII!I€

i ;E

€ EE

5tE

E

-' EE

€E

;Es:

;Ee

i€g

$: +r e

:l:*tq

r€

;; fiE

E E-E

iE ei

?:+

Efg

eF, $E

i igtrEl EE

*IEE

ErE

gg'g $6E

g:aal;,qg

g gg:aE

F€;=

gEE

E

E€E

E.t

qE

aAffiE

E:g

Ea

- g

ii *E€

;Ec

i$ ;€

l*EE

iE

'ltggggggttgegEg€g?tii

s ;EB

E lgE=

E

EgE

€E

E€ g iF

r€sEv

?.ra

tt'"lav

?-;o

l.!e!.c

le\

cq cn

co co

cn c.)

E =

E

E

MH

SE

*€E

;

Eg

;R

?s F

g

$

EsE

s i

: u

=

=

ele

t .=

oo

4.7

I

eIF

,?

EE

.

ut'

U,

-tr !

- 6

F.E

=

€E

X

=n

=

F.€

- :

[€ a* g

;;E

2

EE

gI

E9

HiT

F

F

Er,i

E,3

E€ =

?

Eb

:E

;g

El

8

HIE

E

f'5

e.c

)k

triE

-'lF

O

EH

E #

E

.EE

:= P

EtE

c" s=rE

Ex

Ei

s€

E

'EE

I o

?o

.. =

* #

tr[** €

rf; Ri E

sga

* g

E€

E A'g

gfi€A

€::E

e

E

u?

83

E.E

EF

o

€F

ic

e-h

s

Ets

€.a

r*S

u

r=b

!.E

E(t'<

u

t -O

=

+

EE

€q

fre€

aE,sE

;€€

:

o

s

*(J

n=

A

x

E

------oE

:.p

sE {q

e€

F

#t:=

E

d

KF

Eg

,e

E'

xE

E

EE

-!)Q

-L

'E

TE

? E

T g

F:g

E

Ea

d

6

3

'ri o

(.X

E

"-' F

eb

r Hn

e€u

as I

Page 22: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

4.

4.1

lnskuctions to Consultants

proposal, the evaluation committee shall conect the quantifibation specified in the Financial

Proposal so as to make it consistent with that sppcitied iir the Technical Proposal-

SUBMIS$ON OF PROPOSALS

You shall submit one original technical proposal and one original financial plopoqal and the

number of oopies of each specified in the Data Sheet. Each proposal shall be in a separate

envelope indicating ririginal or copy, as appropriate. All technical proposals'shall be placed

in an envelope clearly marked 'oTechnical Proposal'r and the financial proposals in the one

marked "Financial. Proposalo'. These two envelops, in tum, -shall be sealed in an outer

envelope bearing the address and information speeified in the Data Sheet. The envelope

shall bo clearly marked, "DO NOT OPEN, EXCEPI IN PRESENCE OF THE

EVALUATION COMMITTEE.''

In the event of any discrepancy between the copies of the proposal, the original shallgovern. The original and each copy of the technical aird financial proposals shall beprepared in indelible ink and shall be signed by the authorized Consultant's representative.The representative's authorization shall be cohfinned by a written power of attorneyaccompanying the proposals. All pages of the technical and financial proposals shall be

initialed by the person or persons signing the proposal.

Thc proposal shall contain no interlineations or overwrifing except as necessary to correctenors made by the Consultants themselves. Any such corrections shall be initiaied by theperson or p€rsons signing the proposal.

The completed technical and financial proposals shall be delivered on or betbrc the time,date, and the location specified in the Data Sheet.

The proposals shall be valid for the number of dayr: stated in the Data Sheet from the date of

its submission. During this period" you shall keep available ttre professional staff propos:dfor the assignment. The Client shall make its best effort to complete negotiations at thelocation stated in the Data Sheet within this period.

PROPOSAL EVALUATION

A Single-Stage-Two-Envelope procedures shall bo adopted in ranking of the proposals. Thetechnical evalu,ation shall be oarried out first, follorved by the financial evaluation. TheConsultants shall be ranked using a combined techr.ical/finencial sccre.

52 Technical Proposal

5.2.1 The evaluation conrmittee appointed by the Clier,l, shal! carry orit its evaluation fbr all thp

projects as listed in Para l.l, applyingthe evaluatlon criteria anC poini systent specified i'rthe Data Sheet. Each rcsponsive proposal shall bc given a lechnical. score:St.'TheConsultants scoring less than seventy (70) percent points shall be rejected and thcir firrancialproposals returned un-opened.

tttItilil'TI

tIItIIII

4.2

4.3

4.4

4.5

5.

5 .1

Feasibility Study & Detailed Design for Construction ofHoshab'Au'alan-Khuzdar RoaC (400 Km)

Page 23: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

ItlIIItIIIIIITIIIIlII

Instruotions to Consultants

5.3 F'inanciaf Proposal

5.3.1 The financial proposals of the three top-ranking qualifying Consultants on the basis of

evaluation oftechnical proposals shall be opened in the presence ofthe representatives ofthese Consultants, who shall be invited for the occasion and who care to attend. The Clientshall inform the datg time and address for opening of financial proposals as specified in theData Sheet. 'fhe total cost and major components of each proposal shall be publicl!

announced to the attending representatives of the firms.

5.3.2 The evaluation committee shall determine whether the financial proposals are cornplete andwithout computational enors. The lowest financial proposal (Fm) among all shall be given afinancial score: Sf of 1000 points. The financial scores of thc proposals shall be compu:edas fcllolvs:

sl= (1000 x Fm)F(F = amount of specific financiai proposal)

5.3.3 Proposals, in the Quality Cum Cost Based Selection (QCBS) shail finclly be rankedaccording to their combined technical (St) and financial (S) scores using the weights (t- theweight given to the technical proposal, P = the weight given to the financial proposel, andT+P=l) stated in the Data Sheet:

S = St xT o/o*Sf xP/o

6. NEGOTIAIION I

6.1 Prior to the ckpiratio.r of proposal vatidity, the Clie:.t shall noti& thc sucocssfi:l Consultintwho submittcd the highest ranking proposal in ru'ifing by registered leitc,r, cable tele.x o:facsimile :rnd invite it to negotiate the Contract

,

6.2 Negotiations normally take from two to five dal:. The aim is to reach ngreement on al!points and initial a draft contract by the conclusion cf negotiations.

6.3 Nogotiations jshall commence with a discussion of your technical proposal. The proposedmethodology, work plan, staffing and any suggestions you may have made"to improve theTOR. Agreement shnll then be reached on the finnl TOR, tho staffing, and the bar charts,rvhich shall indicate.activities, stafi and periods in the field and in the hcme office, staffmor*hs, logistics and reporting.

6.4 Chugeir agrecd upo:r shall therr be refleoted in 1'r -.' financial .proposal, using prcposed r:nitragcs (rro negoJiation f the.sAffmonth rates).. .r. , .

6.5 Having select-d Consultants on th! l5asis o{ amcrg other thingp, an bvatui{ion of prcp<i:eikey plofeisicnal stalf, the Client expects to negrtiate a contract on thp ilrsis of thc stafi

II.TIIil

rl

ITIIItTIIIII

Feasibility SRrdy & Detailed Design for Consbucticnof HoshabArvd .an-Khuzda; Road (400 Km) Page 3

Page 24: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

7.

7.1

8.

8 .1

7.2

Instructions to Consultcnts

ffunei in the.proposal. Prior to cpntract negotiatit$ns,'the Client shall require asnrances tirat

the stlffmembers rvilt be actua{y available. The Client shcll not consider sr:hstitutions of

key staff except in cases of un{expected delays in the starting date or incapacity of key

pro f e-ssional staff fot.reasons of {ealth.

negotiatiops fail, the Client shall invite the Consultants that received the second highest

score in ranking to Contract negotiations. The procedure will continue rvith the third in case

the negotiation process is not successful with the second ranked consultants.j

AWARD OT CONTRACT

Thi) contract shall be awafdecl after successful negotiations with the selecied Consultants

and approved by the' competent authority. Upon s'lccessfrtl connpletion of

negotiations/initialin! of.the draft contract, the 'lliint shall pronrptly iirfcrm the'other

Consu|tantstir.attlreirproposa|shavenotbeensclectec|.

The'select6d Consultant is expectecl to comrnenc+ the assignrnent oll the tlate and at the

location specified in':he Data Sheet.

CONT'IRMATION OF RE CEIPT

Please inform the Client by telex/facsimile courier or any oJ:er means:

(i) That you received the letter of invitation;(ii) .. Whether you rvill submit a proposal; and(iii) If you plan to submit a proposal, rvhcn and horv you will transmit it.

I

Tlre negotiations shall be concl{rded with a review of the draft form of the contract. The

Client and the Consultdnts shall finalize thei,contract to conclude negotiations, If

ttititltiltIT:ilTtililililil

Feasibility Strrdy & Detailed Desi;n for Coirshucticn of HoshabAwe ' ln-Khuzdlr Rca.cl (400 Kn )

Page 25: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

tIIIIIIItIIItIIIIIIII

DATA SHBET

tI

lIITI

IIII

ItlIT

LOIClause

No.DESCRIPTION OF CLAUSE

1.1 The name of Assignment is:-Consultancy Services for "Feasibility Study andDetailed Design for Construction of lloshab-Awaran-Khuzdar.Section ofIvI-8 (400km) (2-lane Road)'

The Client's Name is:- National llighway Authority

1.2 The description and the objectives of the assignment are: As per TOR

1.3 Phasing of the Assignment (if any): Nil

The Consultant shall commence the assigrunent upon signing of ContractAgrcement between NHA and the successful Consultant.

1.5 Pre-Proposal Conference: Yes { No -

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

General Mapager (P&CA)National Highway Authority :.28, Mauve Area,G:-9/llslamabad

Date, Time and Venue for Pre-proposal Conference:

Date: llthSeptember,2019Time: 1100hours , l ' , , , ' ' :Venue: NHA Auditorium (IIQ)

Nat ional l { ighwa.yAuthor i ry ' ' i : ' "28, Mauve Area G-9/l ' :Islamabad.

1.6 The Client shall provide the following inputs:

As pcpTOR and Appendix D.

1.7 Following sub-clauses are added:

iii. The Consultant may please note not to suggest names of key staff alreadyproposed in other proposals with the Client or awarded recently. This willaffect adversely marking of these professionals in evaluation of tha technical

' proposal: Their secured points are liable to ljc ieducedby Sff/o if their nameappears in more than I previous proposal in which they are ranked No.l. Alsothe existins load cif wortr:.'with a finn shall be considered as one of the factorsfor the'con-iideiation in tbe award of the work.

, r .1. t . , . : .1 . . : . i

iv. Fonn A-4 is mdant fof comments on provision contained in RFP and Terms ofReference fl'OR)'and unless the observations are noted in this partioular form,

Feasibility Study & Detailed Desigrr for Construction of l{oshab-Awaran-Khuzdar Road (400 Km)

IT

#ffq,t.-t-J;*

Page 26: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

Dala SJreet

s apcount: including fi nancial implicatio4s,any, shall be oonsidered ofno consequence in the evnluation process.

ttttI;l;l

1.8

v. Consultants m-ay form a Jo[nt Ventue (JV) to qualiff foi ths Assigr:ment inwhich case the conhact Will be signed befween the Client and all members ofthe JV on the prescribed Form included in Appendix E ("opy of ModelAgreement) subject to the ranking and spccessful negotiations. A JV mayinilude at the most four members. To promote the consultancy industry in thecountry, 50 rnarks (out of 1000 fof Evaluation) ard allocated for TranSfer ofKnowledge in the form of W with a new / less experienced firm by sharing atleast}CYo of Assignment with them.

The Invited Consultants / Eligible Consultants are:

Any firm meetingthe tbllowing requirements:

(a) \'alicl Registration Certificate of Pakistan Engineetring Council with relevantProjqct kofile Ccdes. Foreign conbulting firms shall rnake JV in accordanoervitlr .Bye'Law 6(2) and By'e-Law 9 of the Pakistan Engineering Council(Conduct and Practice of Consulting Engineers) Bye-Laws 1986. Failue toprovide valid Registration Certificate (license) of lhe firm (each metnber incase of JV) by the PEC will entitle the Client to reject tho proposal. ' '

(b) A'ffidavit in origilral bearing the subject u'ith projact name on stamp paperduly attested by the Oath Commissioner to the effect that the firm has neitherbeen blacklisted nor any contract rescindeC in the past for non-fulfillment ofconffacfital cbligetions (By all member firms. in case of JV and/or s:rb-consultant).

iI

(c) Facilities available with the Consultant to perform thelr frrnctio^rs effectivcly(pioper sfficc prcrnises, scftwarq hardwain, record keopfu:g etc.)

(rl) Client's satisfaction certificates (Perform-e.r:ce R,;I'orts) fi;r the ir,;i th:'ec. retgvant.assiguments from the rospectivq' Client:. I\{creover tlrry i.",d'verse

report regarding performancc of Consulta:1t on IrIH"f. prqjccts recgiv€C fromNfIA's any relevant quartgr rnay become,basis fci its disqnalificatio'.'fromthe services above uamed in clausa l . l.

(e) Signing and certification of the Checklist .for Conrpleterress of the Proposalas per attachrnont at the end of Data Sheet.

(D Man-months of staffand Project Duration as pe1 'l OR.

The Docu.ments nre:. .

(a) Letter of Inviation (LOD.

(b) .Iristnrctic?e io Co:rsultants (iTC).

(c) Dala fjl,:et.

;

IIIIII

(il) Teol:;rical

(e) Firiarrcial

I:Fon:ts.

! Fonns

Feasibility Study & Detailcd Desig;r for Constnrcticn of Hoshob-Awaian-KlruzCar ltoad (400 Knr) l,age 1 t

Page 27: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

IIItITIIIIIIITItIIIII

Feasibility StrCy 8: Delailed Dcsi3n fcr ConsiquctionoflHosirrb-Arvalar:-$.hua!:r lload (40C Kr.r) Page 12

i< i li -bJ/

IIIIIlIIIIIIIIIII

i'fr-'r;

Data Sheet

(D y'.ppendix- A: TOR and Background Information.

(g) Apperidix - B: Man-Months and Activity Schedule

(h) Apdendix-'Ci Cllent's Requirements fiom the Consultant.

(i) Appetndix * D: Persotrnel Equipment, Facilities and Other Serviccs to be'prbvided

by the Client.

0) Appendix - E: Copy of -Ivlodel'Agreement/.Draft Form of Contract'&Appendices etc.

(k) Form of Contract (For Consultants to perform services as a Joint Yenture)

2.2 The words 'oTrventy one (21)" is deleted in its entirety and replaced with "Five(05)"

The aCCress for seeking clarification is:

Gcneral Managcr (P&CA)Nationhl l{ighw'a:t Authority2$, N{auve Area, .C-9/1,IslsmabaCE-mai i : [email protected]

3.1.1 Add following:

The proposals should be bound in the hard book binding fomr to deny thepossibility of removal or addition of page(s). All the pages of proposal must besignecl and stamped in original by authorized representative of tlrc.firm/JV. Allthe pages must bs numbered starting from first page to last. Any proposal foundnot adhering to these requirements rvill be reiected at the time opening.

3.1.4 d. Proposed key staffshall preferably be permanent employees who are e:nployedwith the consriltants at least sk months prior to submission ofProposa!.

Yes - .{r-)o j-=-'Ihe rnih!ftrm recuired cxpericnce of proposed Kcy Perslnne! aro given !:elow:

FOR KEY PARS'NNI]I"'feam Lcadcr /

Sr. Highway Eniineer

Llinlrnum B.Sc. (Civil Hngi.reering) witlt milimumtwenty (20i 1,ears' relevant c>:periehce [pi'over fiiteen(15) ycars' design experience.as Highway/ OeometricDesign Engineer on National l{ighways Projectsl;-oR-

M.Sc. (Transportation Engineering) with minimumeiglrteen (18) years rblevant experience [proventhirteen (13) years' design experience as Highway/Geometric Design Engineer on National HighwaysProjectsl;

He/shc must also have perftrmed a,s Team Lei*Cer forat least three (03) major Highway Design Prqrcts

Page 28: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

I

ttttttIIIITIItilf_t

Data Shect

Senior Structure /Bridge Engineer

Mininrum B.Sc. (Civil Engineering) with minimumrv*/enty (20) years' relevant experience (proven fifteen(15) years' design experience as Structural DesignEngineer of which five (05) years' experience ofdesigning majol brid ges);

-oR-

M.Sc. (Structural Engineering) v/ith minimumeiglrteen (1$) years. ielevant oxp6rienoe"(iroventhirteen (13) years' design experience as StruoturalDesign Engineer of rvhich three (03) years' experienceot' designing major bridges)

Senior llighwayEngineer

Minimum B.Sc. (Civil Engineering) rvith minimumtwenty (20) years' relevant experience [proven fifteen(15) years' design experience as Highway/ GeometricDesign Engineer on ].lational Highrvays Projectsl;

-oR-

M.Sc. (Trcnsportation Engineering) with mininunrcighteen (18) years relevant er4lerience [proventhirteen (13) years' d.esrgn experience as llighway/Geometric Design 3n'gineer ,cn l{ational FligllvavsProjectsl.

Junior Structure /Bridge Engineer

Minimum B.Sc. (C.vil Engineering) with tn:nimumtwehty (20) years' rr.".levant experience (provsrr fifleen(15). years' clesign experience ali Structural Enginceron National Highlays Projec;ts);

-oR-

M.Sc. (Stnrctural Enginecring) with minimumeighteen (18) years relevant experience (proventhirteen (13) years' design experience as StrucfiiralEngineer on National Highways Projects)

JuniorHighwayEngineer

Minimum B.Sc. (Civil Engineering) with minimumhventy (20) years' rclevant ex-pcrience :[provcn fifteen(15) yearsl design cxperienceias Highway/ GegmetricDesign Engineer.on Natiorta! lligh'rays Projectsl; .

-CR.

M.Sc. (Transpcif-atirn Engir, eering)'.vifh t::i:;nruntelghteen (18) yec,s relevrlt experience '{provcn

tlirteen (13) i'oars'. design:.ix.psriense as ,{ighway/Gedrnetric. Design .Enginee: orr National irlighrvaysPrgjcctsl.

Pavement & DrainageEngineer

Itlinimum B.Sc. (Clvil Engino:ring)' with minimumhventy (20) years relevant experience [proven eighteen(18) vears' design ev,perience as Pavement Specialist

Feasibility Study & Dstallcd DeSigrr for Construction of HoshabAwaran-Khuzdar Road (400 Knr)

Page 29: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

rlrlrlIjIIIIIIITrl

IItI

IItIItIITIIIIITITItTI

-o-R: ': :-

M.Sc. (Traffic Engg.l liansportationEngineering/i{ighway Engineering) with minimum

eiglteen (lS) yeats .relevant experience [proventhirteen (13) years' design experience as PavementSpecialist on mqior Highway Projectsl;

Minimum B.Sc. (Civil Engineering)'with minimumtwenty (20) years' relevant experience (proven

eighteen (18) years' e1perience as Safety Engineer on

major HighwaY Proje+s);

-oR- iIvI.Sc. (Civil En-:.iAeering/ l'raffic Engineering/Transportation Errgi:reering) with minimum eightoen(18) .years relevant experience (prwen sixteon (16)jl"att; experience as Safety Engineer on majorHighrvay Projects);

Hb/she must also have experience of indepepdiiirtlyleading Highway Safety Audit Team for at least one

Safety Engineer

Minimum B.Sc. (Civil Engg./ Geo-Tech Engg') withminimum twenty (20) years' relevant experience

[proven fifteen (15) years'' design experience as

Slope/Soil Stabilizatipn Expert on m4ior Highwa-v andBridge I'rojectsl;

-oR-

M.Sc, (Soil Me'hanics/Cco-Tcch Engg.) rvithminimum eiglrteen''(18) .vears' relevant cxp':rience

[prov-v-n thirteen (l3i years' design experience ss Soil/S-oil Stabilization 'lxpert on major Highrtr'ry ancl

Slope StabilizationExpert

Mininrum M.Sb. Econonrics/ MBA (Finar"ce) withminimum fifteen (15) years' relevant expet'ience

[proven thirteen (13) years: experience as FinancialExpert on mega i:rfrastructurc projects preferablyHighway Projectsl;

M.Sc. (transport Economics) lvith minimum twelve(12) years' relevant experience [proven ten'(10) yearsoexperience as Transport Economist] on major

:il'EegUsn.a,!.lr :;!LE:ttJ:!,,

Page 30: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

:itrllllt;lltl

ill'llill|l,illt

prrilgl

ttiltil_l

Data Sheet

e. Training is an important feature of this Assignmelt:

Yes__jl- No

If Yes, details of training are given in TOR

3.2.3 hofessional liability, insurances (description o.r reference to appropriatedocumentation):

i. The Consultants shall be responsible for Professional lndemnity Bond of therequired amount at their own cost. This bond shall be in the joint name ofConsultant and the Client.

ii. The Consultants are required to insure their Employees and hofessionals forHospitalization/ Mcdical, Travel and Accident Cover for the duration of theContract. The details provided in Para 3.5 of Special Conditions of Contractin Model Contract.

4.1 The number of copies of the Proposal required is:

Technical Proposal: One Original and Three copies with CD (soft formof complete Teohnical Proposal in PDF Form) inealed enveloPe.

Financial Proposal: One Original with CD (soft form of con:pleteFinancial Proposal i:r PDF as well as MS Word/ExcelFonns) in sealbd envelope.

The address for writing on the proposal is:

General Manager (P&CA)National Highway Authority28, Mauve Area G-9/l IslamabadTelephone: +92-51-9432727Facsimile: +92-51-926A4P

4.4 The date and time of proposal submission is:

Date:l lme:Location of Submission :

25t, September 20191130 hoursIIIIA Main AuditoriumNational Hi ghway euihority27,|,/Iauve Arqa G-9/I lslamabad.

4.5 Validity period of the lrropoca! is: 180 days i

The bid shall rennr.in valid up to: 22"d MarchriOZO

rhe rocat i o' ror nc goti at i" " $l'!*i ftn*;"r*:g28, Mauve Area G-9/l IslamabadTelephone : +92-5 I -90327 27Facsimile: +92-S | -92604 | 9

Feasibility Study & Detailed Design for Construction of HoshabAwaran-Khuzdar Road (400 Km)

Page 31: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

IIIIIIIIIIIIITIIItIII

TITTIIllilIIIIf;

Feasibility Study & Detailed Design for Con'.stiuction of Hoshab-Arvaran-Khrrz.dal Road (400 Km)

Data Sheet

mtevatlratiori oTtechrrical proposel shall be based on following criteria:

Description I ft"rn, ;, Points

1. Experience of the Firm 100

l-a) General Experience in road TransportSector

1-b) Speoific Experience relatedAssignment

2. Approach & Methodology

to particularG5)

a5)250

99)(30)(20)(20)€0f

6a)(20)G0)(3Q)(20)(30)

2-a(r.(ir.(iit).2-b

(r.(ir.2-c(r.(ii).(iii).

Appreciatibn of the ProjectEvidence of Site Visitwith PhotograplxC larity of appreciationC o m p re I1e ins iv e ne s s pf appr e c i at i o nPloblem I Staternent{ Understanding ofObjectivbs IIdentif; qat ! t;t of Pr.oblsms/ Abi ectivesCinponuits of Prbposed SemicesMethodclrrg;yProposed.So l4tions for this Proi ectQuality of MetlodologtConciseness, clarity and compleieness ofproposal

2-d Suggested changes for improvernent inTOR

2-e Work hogram2-f Staffing Schedule

3. Key Staff

4. Performance Certitication from clients

5. Present Commitments (currrint engagementand available strength - justification)

6. Transferofl(noivledge*(Methodolory/Plans) 501000To*rl Points:

0_01(29)(20)

4s0

100

50

Minimum quali$'ing technical seore: 7AA* Transfer of knowledge would be in the form of joint venture with new/

less experienced firm(s) by sharing at least 20% of Assignment with thernfor promoting the consultancy industry in the country.

The points earmarked for evaluation sub-criteria (3) for suitability of Key Staffare:-

Description / Iterns

i. Academic and General Qualificationsii. Professional experience related to the Projectiii. Status with the fim (Permanent f; duration rvith

Firm as per LCI Cir'.'se 3.1.4 (d)) "-

. t.,-. 1z Jot'al Points:

Points (%)

3060l0

r00

\ /. '

t.{/-l

,i-S/,.s>:/

Page 32: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

Following is added:

The words .three top-ranking qualiiliqg consulting firms" is deleted in its

entirety and replaced with th. u'ords':qualifring consultantso'

The date, timg and addresspf the financial proposal opening are:

After evaluation and apploval of tcchnical proposals OO BE INF'ORMDI)

LATER).

The weights given to the Technical

Technical: 80oFinancial: 20o/o

and Financial ProPosals are:

Add following at the end of this Para:

The final person-months ofeach expert are subject to adjustment at the stage of

contract negotiation in line rvith demonstrated approaches methodology and needbasis.

f.o commenoe in: December 2019

The Clause is deleted in

Data Sheet

ffi#Feasibility Study & Detaitcd Design for Construction of l-loshab.Alvarnn-Khualar Road (400 Krn)

Page 33: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

tIItItIIIIIIIIIItIItI

Cheoklist

Checklist for Completeness of Proposal

s.No

Description

Must attach Documcnts

In casc ofSingle Entity In case of JV/ Sub.Consullants

I Power of Attorney to submit the Proposal(Original, scanned copy is not acceptrble)

a. By the owner/owners of Firm toauthorized representative.

b. In case ofmore than one owner,legal authority of issuing Powerof Attornev of Executant itsolf.

a. By the owner/owners of eachFirm to authorizedrepresentative.

b. In case of more than one olner,legal authority of issuing Powerof Attorney of Executant i tself.

c. Power of Attorney by the dulyauthorized representative(s) ofmember firm(s/sub-consultant(s) to the authorizedreoresencative of Lead Firm

2. Power of Attorney to sign the Proposal(Origintl, scsnncd copy is rct acccptNSlo)

a" Dy the owner/owners of Firm toauthorizcd renresentative.

b, In casg ofmore than one owner,legal authority of issuing PowerofAttorney of Executant itself.

a. By the orvner/owners or eachFirm to authorizcdrepresentative.

b, [n case of more than one owner,legal authority of issuing Poworof Attorney of Executanls itselfl

c. Power of Attorncy by the dulyauthorized represcntativc(s) ofmember firm(s)/ sub-consultant(s) to the authorizedrepresentative of Lead Firm

Letter of Intent to form JV on firm'sletterhead/ JV agreement on stamp paper(Original, scanncd copy is not scccptNble) N.A

Each Firm (dl JV members),including the Lead Firm, to signttuough its authorizedrepresentative (along withauthoriz-atinn'l

4. TECHMCAL PROPOSAL FORMS TECI{.I to TECH-9 duly completed as PhrInstructions to Consultanty Data Sheet attdrequirements of TOR (To be attached withTechnical Prooosal)

Must provide Must provide

5 . Valid Regisnation Certificatc of PakiitturEngineering Council rvith relevant ProjeclProfi!e Codes

Mus: provide Must provide

6. Foreign consulting firms shall m:rkc' JV inacoordance with B),c-Law 6(2) and l3ye-Leu.'9 of the Pakistan Engineering Council(Conduct and Practice of ConsultingEnqineers) Bve-Laus 1986

Ineligible

PEC License(s) must be providedat the time of proposal submission

7. Affidavit on stiamp paper duly attested by theOath Commissioner to the effect that thc firr.rhas neither been blacklisted nor any conFactrescinded in the past for non-fulfillment ofconlrachlal oblieations

Must provide

Must'be provided by all nrembertirm(s) including the Lead tirm(and sub-consultant(s) ifapplicable)

8. Lists of facilities available with theConsultant to perform their fttnctionselfectively (proper office premises, softwarghardware, record keeping etc.)

Must orovide

Must be provided for each JVmember including the Lead firmseparately. In case of involventcntof sub-consultant(s), will also benrnvided

9. Affidavit on stamp paper duly attested by theOath Commissioner to the eftbct that {heproposed Personnel shall be available'as pertheir proposed inputs in the PerscnnelSchedule and TOR

Must pror.ide

Must be provided for each JVmember including the Lead firmseparately who has proposedPenorurel. In case of involvementof Specialist sub-consultant(s), theoffidavit will bo signed by theindividual himself

10. Performanoe Certificate/ . AssignrneirtComptetion Certificate (All complJieJprojects mentioned under'IECI{NICALPROPOSAL FORM A.2 CLIENT'S

Must provide

Must be providerl for comPletedprojects of each membcr includingLead firm

IIIIItIrl

IIItilIIIIreasibility Study & Detailed Design for Constrr-iction of Hoshab-Awaran-Khuz.dar Road (400 Km)

Page 34: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

l,rlllr'r '.'

Checklist

Certification:-

I, the undersigned, certify to the best of rny knowledge and belief that all abovementioned documents (as applicabte), Sr. No.l to 1I have been attached to our proposal and signedand stamped as per requirement mentioned at Sr. No.l2. In the event of any sort of falsificationofthis certificationn the Client NHA may at its sole discretion disqualifu our firm from bidding forthe Assignment named tmder Data Sheet Sub-Clause 1 .1 .

Date:Dav/Month/Year

Full name of authorized representative:

For and on behalf of: {Name of th.: bidder}

(Seal)

Note: eopy or scanned sie{rgtu.fgs,,arb,not alldwed. ofhenvise the clieTt mal h,ave a right toreiect the nronos'al.

lllll1l;l;Illlltllililtililffil

Signature & initials of authorized representative ofthe firm(s)

s.No.

Dcscription

Mu3t attach Documents

In case of Single EntitY In casc of JVl SuFConsultrnts

REFERENCENote: Any project mentioned completedtmder Form TEC-2B will not be consideredfor evaluation unless PqformanceCertificatei Assigrrment CompletionCertificate with satisfactory remarks by theclient's representative is not aAached. TheClient NHA resewes the rig[t to verify thePerformance./Assignment CompletionCe,ttificares.

l l Integrity Pact Documcnt duly fillcd in theblank spaces with requisite informatioir andsipnedl stamoed

Mut provide Must provide

12. FTNANCIAL PROPOSAL FORMS FIN-I toFIN-7 duly completed as per Instructions toConsultants/ Data Sheet and requirements ofTOR (To be attached with FinancirlPronosnl)

Must providc Must provide

13. Audit Reports ofthe firm for past three ycarsduly certified by Chartered Accountant (Tobe gtteched wlth Flmnchl Pronossl)

Must provideMust be provided for each firmrvho proposes Personnel for theAssipnment

14. Sequcntial pagc nwnbering of Proposal.Signing and stamping ofproposal (Technicaland Financial) rvherever indicated as well asinitial/ signature and seal on all other pagesof proposals. The Proposal is bound ss hardbook to deny addition/ removal ofpages

Must fnlfill the requirement Must fulfill the requirement

Page 19Feasibility Study & Detailed Design for Construction of HoshabAwarin-Khuzdar Road (400 Km)

Page 35: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

r-r-rr---r-rrrrrrrrrr

Evatudo! shca{s

SUMMARY EVALUATION SIIEET FOR FULL TECHMCAL PROPOSALS (QCBS)

' . ;1 . l i i ' - t : i ; : . :r .

; . , . i . . i , , . i a . !

, . . : ; : , ' : - . ; : i ; ;11-:'

: i . : . : : : . . 1 : : . i : t : : 1 : , :

r:{:;:'

: 'Me&':IY€ichl

;,1... . ; .,,. Firm 2'Riitingtt: , Sc.cin:. , :Raiiftsl: So6re

l. Fims Erperience r00Geneml Experience in road Transpon Sector 25Specific Experience related to Darticular Assisrmenl 75

2. Appmacb rnd Methodology 2s02-a. Apmeciationofthe Proiecl ?0

(i) Evidence ofSite Visit with Photographs (30)(ii) Clarityofappreciation (20)(iii) Comprehensiveness of apprcciation (20)

2.b. Qualir!* of Methodology 50(t) IdentiticationofProblemyObjectivcrs (30)(r) uomponents oI rroposeo Ierulccs (20)

2+. Methodology 80(i) Proposed Solutions for this Project (30)(ll) quaury or A4einodology (20)(iii) Conciseness, clariqy and completencss ofproposal (30)

24, Suggested Changes for Improvement in TOR l0

24. \tbrk Pfosram 2A2-f. StaflingSchedule 23

3. KeyPerconnel 450

I Team kader/ Sr. Hishwav Eneineel 80Senior StrucLlre / Bridse Engineer 70Scnior His,hu'av Ensineer 60trnior Stnrcrhrrc / Ilridqe Eni,i 60rnior Hishwav EnEineer 40

Pavement & Drainage Enginee.rSafety Enain€erslopc stabrlrzatron bxpert 30Ecouomisl 30

4. Performance Certificetion fiom cllenb 100

S. Present Commiti'nents (current engegernent and aveileble strtngth -justificorion) 506. Tnrnsfer of Knovledge {MetDodoloqv/Plans) IU

TOTAI r000

Exccllcnt-1007o VeryCood-90-99o/o AboveAverage-80-S9Yo Average-7L79o/o BelowAvenge-l{97o Non-complyirg-0%Scorc: Maxlmum Welght x rsting / 100.Minimlm queli$itrg scorc b 70qo or 700 marks.

Feasibility Study & Detailed Design for Construction of Hoshab-Awaran-Khuzdar Road (400 Knt Page 20

Page 36: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

trlrt t rL t E E tf F !l 5 5.j15rF.F-rLrt-Evaluation Sheets

PERSONNEL EVALUATION ST{E',ET

;;,Academic andG0n{il,.:,:t:: ' ::' -.,@ifi.o56t 1lii,-,i;ji

Weicht:30g/",';':'i: i: ril.::.i i

(Show all experts to be evaluated)Percentage

RatinEWeighted

Refins IA'lPerceniage

RatinqweightedRatine (B)

PercentageRatins

WeightedRntino fCl

(A+B+C)

a) Team l,eaderl Sr- Highway Engineer

b) SeniorStructure/BridgeEngineer

c) Senior Highrmy Engineer

d) Junior Structure / Bridge Engineer

e) JuniorHighuayEngineer

f) Pavement& Drainage Engineer

g) Saioty Engineer

h) Slope S;abilization Expert

i) ;conolnist

Rrtlng: . Erccllent - 100% Very gccd - 9O997o

Scorc: .ll{aximum Weight X nting / 100.

Above Average - 80-897o Average - 70-79o/e Delow Average - 1-690lr Non-complying -07c

ForTeamLa6er|Sr'HighrliayEngineeq,SeniorStrcture/Bridge.Engineer,S6niorHighwayEngineer,Juniorstructure/BridgeEngineer,JuniorHighwayEnginr'Engineer,SafetyEngineer,_stcpesarllizationExpe4Economist:M.Sc,rr,ithadditiona|traininglcouassignr,rent - 800/o; B.Sc. - 70%

Regular Employee - 1007o;First time for this assignment- 0/o

Feasibiliry Study & Detailed Design for Construction of Hoshab-Awamn-Khuzdar Road (400 Km) Page 21

Page 37: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

TECHNICAL PROPOSAL FORMS

@DesignforConstructionofHoshab.Arvaran-KhuzdarRoad(400Km)Page22

Page 38: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

Technical Proposal Forms

Form A-1

Tncgxrcrrr, Pnorosnr, SunnnrsstoN FoRM

lrttt;,ltrllitt

itriI

Irililtff

{Location, Date}

To: fName and address of Client]

Dear Sirs:

We, the unclersigned, offer.tc provide the consuiting services for Feasibility Study andDetailed Design for Construction of lloshab-Awaran-Khuzdar Section of M-8 (a00 Km) (2-lane Road) in accordance rvith your Request for Proposals dated [Insert Date]. We are herebysubmitting our Proposal, which includes this Technical Proposal and a Financial Proposal sealed ina separate envelope.

[{lf the Consultant is a joint venture, insert the following: We are submitting our Proposalin a joint venture with: {lnsert a list with full name and the legal address of each momber, andindicate the lead member).We have attached a copy {insert: "of our letter of intent to form a joint

venture" or, if a JV is already formed, "of the JV agreement") signed by every participatingmember, which details the likely legal structure of and the confirmation of joint and severableliability of the members of the said joir t venture.

OR

If the Consultant's Proposal includes Sub-consultants, insert the following: We are submitting ourProposal with the following firm(s) as Sub-consultants: {Insert a list with full name and country ofeach Sub-consultant,)l

We hereby declare that:

All the information and statements made in this Proposal are true and we accept that anymisinterpretation or misrepresentation ccntained in this Proposal may lead to ourdisqualification and/or may be sanctioned by the Client.

Our Proposal shall be valid and remain binding upon us for the period of time specified inthe Data Sheet, Clause 4.5. .

We have no conflict of interest In accordance with LOI Clause 1.9.

We meet the cligibility requirements as stated in Data Sheet Clause 1.8.

Neither we, nor our JV Partne(s)/sub-consultant(s) or any of the proposed experts preparedthe TOR for this consulting assignment.

Within the time limit stated in the Data Sheet, Clause 4.5, we undertake to negotiate aContract on the basis of the proposed Key Experts. We accept that the substitution of KeyExperts for reasons other than those stated in Letter of Invitation, Clause 6.5 may lead to the

(a)

(b)

(c)

(d)

(e)

(0

Feasibility Study & Detailcd Design tbr Consiruction of Floshnb-Arvrran-Khuzdar Road (400 Km)44nPage{.(<lsr'ar:,:.lj)---

? '.l,,k^.$\ ' i i . " ' - - - ' " \ . ,''l:!i

cr ' -;.

Page 39: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

tIIIItTIItItItIIIIIlI

(g)

(h).

'lcchnical Proposal Forms

termination of Contract negotiations.

Our proposal is binding Llpon us and subject to any modifications resulting from the

Contract negotiations

Our finn/ each member of our JV is nct participating in any other proposal for this

Assignment

We undertakc, if our Proposal is accepted and the Conhact is signed, to inidate the Servicesrelated to the Assignment not later than the date mentioned in Data Sheet 4.5 (or the date extendedwith the written consent of Consultant.in case nf d"loy in procurement process)

We understand that the Client is not bound to accept any or all Proposal(s) that the Clientreceives.

We remain,

Yours sincerely,

Authorized Signature {In full and initials}:

Nams and Title of Signatory:

Name of Consriltant (company's name or JV's name):

In the capactty of:

Address:

Contact information (phone and e'mail):

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

II

IlIIt

tIItIIIIIl

eeasiUitity StuOy A petaiteC Design for Construction of Hoshrb-Awamn-Khuzdar Road (400 Km) Page24

Page 40: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

ItlIflltIrlrFFIIttfJIItI

Technical Proposal Forms

Form A-2

ClmNt's Rurnnrncr

Relevant Seruices (as per RFP noticc) Carried Out in the Last Ten YearsWhich Best lllustrate Qualifications

Using in the format'below, provide information on edch reference assignment for which yourfirm, either individually as a corporate entity or as one of the major companies wit'hin a consortium,was largety contracted.

AssignmentName: Country:

Location within Country: Professional Staff Provided bvYour Firm:

Name of Client: No of Staff:

Address: No of StaffMonths:

Start Date (MonthA/ear): Completion Date(Monthf/ear):

Approx. Value of Services (inCurrent US$/Rs.)

Name of AssociatedFirm (s), if any:

No. of Months of ProfessionalStaff Provided by AssociatedFirm(s)

Name of Senior Staff @roject Direclor/Coordinator, Team Leader) involved and functionsperformed:

Nanative Description of Project

Description of Actual Services Provided by Your Staff

Consultants' Name:

tr'-kl!?i t> ,

Feasibility Study & Detailed Design for Construction of l{oshab-Arvaran-Khuzdar Road (400 Km) Page 25

Page 41: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

Tcchnical Proposal Forms

Form A-3

AppnolcH PaprR ON MnrsoDoLocY PnOnospo Fon PnnToRMING THEASSIGNMENT

Feasibility Study & Dctailed Design for Constnrction of Floshab'Awarau-Khuzlar Road (400 Km) Page26

Page 42: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

Technical Proposal Foms

Form A-4

ColrlrnNrs/SuccnsrloNs Or Consur,reNr

t

ttttttIIntrTililft

On the Terms of Reference (TOR)

l .

2.

J .

4.

) .

6 .

Etc.

On the data, services and facilities to be provided by the Client specified in the TOR.

l .

)

3 .

4.

5 .

Etc.

Feasibility Study & Detailcd Design for Constnrction of l-loshab-Awaran-Khuzdar Road (400 Km) Page27

Page 43: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

Fonvr^lr Or CunrucuLUM Vrun (

IIIIIIIII'rI

;fIIIIIIIII

Technical Proposal Forms

X'orm A-5

Proposed'Position:

Name of Firm:

Name of Staff,' :

Profession:

Date ofBirth:

Years with Firm:

Nationality:

N.l.C Number:

Cell liumber:

Membership in Professional Societies:(Membership of PEC/relevant council is Mandatory. Copy of online updated PEC/relevantcouncil details, as per Membership Number shall be a'ltached)

1 l. Detailed Tasks Assigned on the Project:

i Key Qualifications:

[Give an outline of staffmember's experience and training most pertinent to tasks on assignment.Describe degree of responsibility held by staffmember on relevant previous assignments and givedates and locations. Use up to one pageJ.

t Education

[Summarize college/university and other spocialized education of staff member, giving names ofinstitutions, dates attended a4d degrees obtained].

o Employment RecordI

fStarting with present positicn, list in l.:venfe orcier every ernployment held. List all positions heldby staffmember since graduetion, givir:g dates, ntmes of employing organizations, title of positionsheld and location of assignments. For experience in last ten yearsn also give types of activitiesperformed and Client references, where appropriate].

ITtIIlililil

IIIIIII

Feasibility Study & Detailed Design for Construction of Hoshab-Awaran-Khuzdar Road (400 Km)

Page 44: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

il

ttht:I'IififilTIiltilff

Tecltnical ProPosal Forms

o Languages

[lndicate proficiency in speaking, reading ancl writing of.each language: excellent, good, fair, or

poorl. : ,r.

r Certification

I, the undersigned, ceitiry to the best of my knowledge and belief that

(l) This CV corectly describes my qualifications and experience.

(ii) I am not a current employee of the Executing or the Implementing Agency.

(iiD In the absence of medical incapacity, I will undertake this assignment for the duration and in

terms of the inputs specifiecl for me in Form A-9 provided team mobilization takes place

within ihe validity of this proposal.

(iv) I was not part of the team who wrote the terms of reference for this consulting services

assignment(v) I am not currently debamed by any departnrent/organizationl (semi-autonomouV

autonomous) bodies or such like institutions in Pakistan.

(vi) I certiff that I have been infonned by the firm that it is including my CV in the Proposal for

the {name of project and contract}.I confirm that t will be available to carry out the

assignment for which my CV has been submitted in acoordance with the implementation

arangements and schedule set out in the Proposal-

If CV is signed by the firnr'p authorized representative:

(vii) t, as the authorized representative of the firm submitting this Proposal for the {name of

project and contract), certify fhat I have obtained the consent of the named expert to submit

his/her CV, and that s/he will be available to cary out the assignment in accordance with

the implementation anangementS and scheduls set out in the Proposal, and confirm his/her

compliance with paras (i) to (v) abcve.

(viii) Latest colored attcsted photograph stapled attached with the CV.

I understand that any willfirl rnisstatcment described herein may lead to my disqualification or

dismissal, if engaged.

Signature of expert or authorizedrepresentative of the firm

Date:DalMonth/Year

Full name of authorized representative:

Note: conv or scanned sisnntures arc not allowed

Feasibiliry Study & Detailed Desijn for Constiuction ol'Hoshab-Arvaran-Khuzdar Road (400 Kn)

il

Page 45: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

I I I I I I I I I I I I I I I - I I t I I I ' I

Technical Proposal Forms

Form A-6Coupr.prroN AND Sunvrrssrox Or Rnponrs As Pnn Ton

Reports Date

2.

J .

4.

5 .

6.

7.

8.

9.

- t I tt r! |l r I t I r t I tf - ll tt r

Page 30Feasibility Study & Detailed Design for Construction of Hoshab-Awaran-Khuzdar Road (400 Km)

Page 46: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

rf.r;'r;':A ;j q' tGIIf!!!{FrFrFr|rffiTechnical Proposal Forms

Form A-7

CourosrrroN Or Tnr Tpltvr PEnsour.rnl AND Tun Tasxs To Bn Assrcxen To Elcn Ttsq,M MnMBER

1. Technical/TvlanagerialStaff

Nerur Posrnor,l TasksAssisnment Present location

Name of assignmentinvolved and clienh name

Feasibility Study & Detaited Design for Construction of Hoshab-Arvaran-Khuzdar Road (400 Km) Page 3I

Page 47: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

I I I I I ' IT I I I I - I I - I I I I '

Technical Proposal Forms

Form A-8

Wonx Pt,llx /AcrrvnY Scnnoule

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

I 2 3 4 J 6 7 I 9 10 11 12 13 L4 15

feasititity Study & Detailed Design for Constuction of Hoshab-Awaran-Khuzdar Road (400 Km) Page 32

- - - rr t t - ra - I F I Ir I I r tr I| tr I

Page 48: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

ILlrl TLE13 E =Technical Proposal Forms

Form A-9

Wonx Pnn Aup Trpru Scnrpur,P Fon Knv PBnsoxl'wt

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

Name Position7 3 4 I 6 t 9 10 11 t2 13 l1 l5

FullTime:PartTime: Activities Duration

Yours faithfully,

Signature(Authorized Representative)

FullNameDesignationAddress

@; Constuction of Hoshab-Awaran'Khuzdar Road (400 Km) Page 33

Page 49: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

. . - I I I I I IT I I - I - - I ' I I I

Technical Proposal Forms

Form A-10Cunnpxr CouurrnnENTs OF Tnu Fm*r

(List MUST be comprehensive including projects from clients other than NHA as well)

Name of project Single or JV Task Assignment Start date of the project Expected date ofcompletion

Feasibility Study & Detailed Design frrr Construction of Hoshab-Arvaran-Khuzdar Road (400 Km)

r !t t tr lr ||r rl rl I tr l: a t! r rr - - t r -t

Page 50: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

DIr

rIr

E

ft

Ir-

G

5

- A

lf

;

lr

€f,

rrr

a1 lr{ z z o F( F tr - t+t

A v H 'Y A \J a F +1 o F a

Page 51: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

IIIIItIIIII,fIIIIIITTt

Finansial Proposal Forms

Form A-11Ftnexcrru, Pnopos^u, Sunvrrssron Fonu

{Location, Date}

To: fName and address of Client] :

Dear Sirs:

We, the undersigned, offer to provide the consulting services for Feasibility Study and

Detailed iesign for Construction of Hoshab-Awaran-Khuzdar Section of M-8 (400 Km)(2-lane Road)'in accordance with your Request for hoposal dated flnsert Date] and our Technical

Proposal.

Our attached Financial Proposal is for the amount of {Insert amount in words and figures},

including all Federal, Provincial & Locial taxes applicable as per law of the land. {Please note that

alt amounts shall be the same as in Financial Proposal Fornr A-17)'

Our Financial Proposal shall be binding upon us subject to the modifications resulting from

Contract negotiations, upto expiration of the validity period of the Proposal, i.e. before the dale

indicated in Clause 4.5 of the Data Sheet-

We confirm that we have no condition to state thatmay have financial implications over and

above the amount quoted above.

we understand you are not bound to aocept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signature'{In full and initials}:Name and Title of Signatory: -In the capacity of:Address:E-mail:

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

TIIIIIIIlilttIIlIIII

F""rtbitity & D"t"it"d$[G; f* C.*hdion oiHostrab-Awaran-Khuzdar Seotion of M-8 (400 Krn) Page 36

Page 52: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

Financial ProPosal Forms

Form A-12

BREAKDowN OF Rarss Fon CoNsuLirANcY Coxrn^q'cr

IItltItitIrIrllln:

II

il3JtIIIII

Project: Consultant:

Basic salary shall include actual gross salary before deduction oftaxes. Payroll sheetfor each proposed personnel should be submitted at the time of negotiations.

Social charges shall include Client's contribution to social security, paid vacation,average sick leave and other standmd benefits paid by the company to the employee.Breakdown of proposed percentage charges should be submitted and supported (seeForm A-13)

Overhead shall include general administration cost, rent, clerical and juniorprofessional staff and business getting expenses, etc. Breakdown of proposedpercentage charges for overhead should be submitted and supported (see Form A-14).

Fee shall include company profit and share of salary of partners and dircctors (if notbilled individually for the projec$ or specified in overhead costs of the Company.

Normally payable only in case of field lvork under hard and arduous conditions.

The minimum percentage of item (1) should preferably be 50% of (8).

The consultant is to provide appointment letter and affidavit/undertaking duly signedby each of the individual staffmembers showing salary rates as above. Further duringexecution each invoice will also be provided showing that the profbssionals have beenpaid their salaries as pet basic rates specified fherein. Failing to which, the Client willtake punitive action against the consultant and shall deduct the deficient amount fromhis monthly inyoice. .Moreever, it rvill be considered as a negative mark on hisperformance that will be oonsidered for future projects.

Frlll Name:Signature:Title:

Notes:

ItemNo. I

I temNo.2

Item No.3

Item No. 5

Item No.7

Note I

Note 2

Name Position BasicSalarypsr Cal.Month

SocialCharges(o/oage afr)

0verhead(Voage ofl+2)

Sub-' .Total(1+2+3)

Fee(o/oageof4)

Rate perMonthforprojectOffice

FieldAllow.(%age ofr )

Rate perMonthfor FieldWork

fl) (2\ (3) (4) (5) (6) (7) (8)

Feasibility & Detailed Design for Construction o1'Lloshsb-Awaran-Khuzdar Section of M-

Page 53: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

Financial Proposal Forms

Form A-13

BnplxnowN OF Soctll Cnlncns

Sr.No. Detailed Description As a Toage of Basic Salary

F"*ibllty & Det"if"a pesign fo, Construction of Hoshatr-Arvaan-Khuz.dar'Section of M-8 (400 Km) Page 38

Page 54: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

Financiat Prcposal Forms

Form A-I4

BnnarnowN OF OvnnrmaD Cosrs

Sr.No. Detailed DescriptionAsaYoage of Basic Salary and

Social ChargestttIIIItInI

tililtftft

Feasibility & Detailed Design for Construction of HoshabAwaian-Khuzdar Section of M-8 (400 Krn) Page 39

Page 55: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

Finanoial Pr'oposal Forms

Form A-15Page I of2

EST ITr,I ITUD LOCAL C UNNPNCY SALARY COSTS/RN M U NERATION

IIttIITItII

TotalEstimated

Amount

tIlTIIIII

Feasibility & Dctailed Design for Consfruction of Hoshab-Awaran-Khuzdar Sestion of M-8 (400 Km) Page 40

Page 56: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

Financial Proposa.l Forms

Form A-15Page? of2

EsrnvI.IrnD LOCAL CUNNPNCY SALARY COSTS/RNMUNERATION

hhFrIIFFTltililIffft

Feasibility & Detailed Design for Construction of lJoshab-Awaran"Khuzdar Section of M-8 (400 Km) Pagc 4l

Sr. No. Position Staff-MonthsMonthly Billing

RateTotal Estimated

Amount (Rs.)

n. Non-Key l Support Staff

Sub-Total:

Note: The bidders are required to qqotg .the ratqs of Non. Key/Support Staff given in the TOR inabove table. The bidder(s) may propose Non Key/ Support StaffPerson-Months in additionto those given in TOft however, in such a ffNe tenable reasons must be given in theTechnical Proposal Submission Form A-4 "Comments on TOR'. The Client's negotiationcommittee will deliberate on the requirement of additional staffduring negotiation meeting.lt is also to be noted that the Client is not bound to agree to the reasons given in Form A-4.

Page 57: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

Financial Proposal Forms

Form 4-16

DTRECT (NOn-SnlARY) COSTS

IIIItIItItIIITJtITTII

Sr.No.

Nomenclature Unit Qty. Unit Pricc(Rs.)

Total Amount(Rs.)

1 . Rent for Office Accommodation L.S

2. Office Utilities Costs I,,S

aJ . Cost / rental of Furniture / Furnishings L.S

4. Cost (rentals) of Office/OtherEquipmenti. Computers and accessoriesii. Photo copy machines (Rentals)iii. Communication equipmentiv. Drafting / Engineering

equipmentv. Transport Vehicles (Rentals)vi. Site visits and Meetings in

Islarnabad during cunency ofProject and construOtion works

L.S

5. Communication expenses PerMonth

6. Drafting/ Reproduction of Reports L.S

7. Oflice/ Draft ing Supplies L,S

8. Topographic Survey fbrMonumentation, CCPs, Inventory ofStructures and others reference points,stakeout of Alignment including reportand drawing production, instrumentrental charges, surveyor(s) & surveyhelper salary etc. (Complete in all .respects)

L.S

9. Soil and Material Investigation :Including lab testing, report rvriting, .salary of Material Engineer, Ilclpers,etc. (Complete in all resoccts)

L.S

10. Geo technical Investigation for Bridge(approx.7O nos.) (atleast 70 borcholesof 30 M Depth) Including InstrumentRental, Salary of Ceo-TechnicalEngineer, Helpers, Rgport Writing, etc.(Complete in all Resnects)

L.S

I l . Environmental Impact AssessmentIncluding Report writine. NOC Fer r.s

II

Feasibility & Detailcd Dcsign for Constluction of Hoshab.A Section of M-8 (400 Km) Page 42

/.rt-

- J

. -,1,\\,-- 1i + l

Page 58: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

NOTE:

l .

ir:ilTrtililfffil

a

noted by the consultants that the client is not bound to-'4

Feasibility & Detailed Design for Construction o1'l'loshab.Awaran-Khr.rzdar Section o[ M-8 (400 Kni) Prtgc 43

Env ironmental Engineer SalaryCoordination rvith Pak EPA & PublicHearing Charges (ComPlete in allRespects.

12. Traffrc Survey Including Reportwriting & Salary oftraffic Engineerand Enumerators (complete in allrespects)

L.S

13 . Hydrology & Hydraulic StudyIncluding hrrchase of Requisite Dat4Report Writing, Salary of Hydrologist /Hydraulic Engineer, etc. (complete inall respects)

L.S

14. Purchase & Processing of LiDAR Data,from 477 Survey Group (DirectPavrnent to Suoolier)

P.S 10,000,000

15 .

For Handling of LiDr\R Data,

Purchase of I I

L.S

2 x.Workstation (Intel Hexa Core i7 9Gen / Xeon or latest, 64 GB RAM, 1TB SSD, 8GB GPU With bpenGl 3.2Compatibility, window l0 Pro (64-Bits); 24-inch Monitor, Keyboard andMouse)1x L,aptop (lntelHexa Core i7 9u'Gen /Xeon or Latest, 64 Gb RAM, I TBSSD, 8GB GPU with openGl 3.2Compatibility, window 10 Pro 64-bit)

16. Others not covered abole to complywith TOR requiremenf

L.S

Total

F'inancial Proposal Forms

These items shall become the property of client upon successful use on the project. Theconsultant shall get formal approval from NHA Design Section prior to purchase of tbese items.The iterns shall be returned to client in perfect condition.

Any additional item/ cost quoted against this line item must be supported by solid/ tenablejustification(s) detailed in Technical Proposal Submission Form A-4 'Comments on TOR"without indicating financidl vhlue thereih. The client's negotiation committee will deliberate onthe iequirement of additiorial itern/ cost in case such firm stands top ranked. It is also to be

to the reasons given in formA4

Page 59: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

Finanoial Proposal Forrns

Form A-L7

Suuulnv Or Cosr

ttIIIITIIIIIIItt

2-

3-

IIIITItIIIItIIITtIIIt

This cost is supposed to be built up in bid price and if anlhing is Ieft blank it shall bedeemed to be included in the cost.

The dues and salaries of staff are payable by the consultant in time and not later thanlgs of the following month positively. In case of failure to do so Client shallintervene and pay these dues and salaries of the concerned Personnel and recoverfrom the invoice of the consultant at actual charges paid plus l% of the amount. Thiswill also be accounted for adversely in making assessment of the Consultants in thenext evaluation process for selection of consultants with report of such defaults.

Any Omission or arithmetical cnor made by the Consultants in entering the amountagainst item 4 above shall also be rectified .during evaluation of the FinancialProposal.

Relevant documents are attached at the end of RFP.

The grand total is inclusive of all the applicable Federal, Provincial and Local taxes.All these taxes. (except the Sales Tax) are required to be built in the quoted rates andnot be mentioned separately.

l -

4-

5-

Sr. No. Description Amount (Rs,)

I Salary CosVRemuneration

2. Direct (Non-Salary) Cost

J . Sub Total (l+Z):

4.Sales Tax @ 160/o on item S.No.3 above whichshall be kept as Provisional Sum in the ContractAereement

Not Applicablc till finaldecision ofthe Court of Law (a)

5 . Grand Total:

Feasibility & Detailed Design for Ifoshab.Arvaran-Khuzdar Section of M-8 (400 Km) Pagc 44

Page 60: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

'lerms of Refcrcnce

APPENDIX-A

TERMS OF'REFETTENCE

Irlll;

tiltlllu,I;

irlililililililil

Feasibility & Detailed Desigr for Construction of Floshab-Arvalan-Khuzdar Section of M-8 (400 Km) Pagc 45

Page 61: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

IItItTIIItIIIItITIIII

Feasibility & Detailed Design for Construction of of Ir{-8 (400 Knr) I'age 46

lbrms ol'Reference

CHAPTEB NO. IINTRODUCTION

1.1 BACKFROUND:

Hoshab- Awaran-Khgzdur (Km 40il:

Global revised PC-I of Gawadar-Ratodero Road Project (M-8) was recommended by CDWPon 15-01-2018 at a cost of Rs. 46.952 billion. Section wise detail of M-8 is given as under:-

S.No Projeot Name Length Km Status

I Gawadar-l\rbat t64.25 Completed

t l Turbat-Hoshab 85.00 Completed

l l l Hoshab-Awaran-

Awaran -Khuzdar

100 .00

300.00

PC-II &, TOR is beingpresented

lv Khuzdar Shahdadkot 206.30 Completed

v Shahdadkot-Ratodero 36.00 Completed

tn lieu of the matter, NHA intends to appoint Consultant for Updation of Feasibility Study andDetait Design for "Construction of Hoshab - Awaran - Khuzdar Section of M-8. The feasibilitystudy and detail design was caried out in 1998.'fherefore NHA intends updation of feasibilitystudy and detail design of subject section of M-8 . The total length of project is 400 km(Approx).

The scope of rvork for both the Sections broadly covers the fbllowing but not limited to:r Updation of Feasibilitl, Study and Detail Design.o Comment on ToR and query about them at pre-proposal meeting .o Dafa Collection / Co-ordination rryith concemed Departments.o Review of existing alignment and recommend improvements / modifications & Study of

New alignments in accordance with the Geomefiib Standards set forth in the TOR, ifany.

r Presentation of alignment alternatives for approval from NHA.o Acquisition of proceed LIDAR data.o Feasibility Study. Topographic surveywith establishment of survey control pointso Soil investigationo Evaluation of existing pavement

'o Identification of quarry sites and construction nroterial survey

o Geotechnical Investigation'survey for biidges and structurese Road furniture design including traffic signs and gantries.

IIIItTIItIIII

o Hydrology & Hydraulic design of alignment & Structures including flash flood routingr structures Design ffi-

Page 62: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

I

:l-l-l

:llilll1

,llI

illillllrI

illill:

,ll

iltililfil

1.2

Terms of Reference

o Horticulture and Landscaping, ifanyo Traffic survey and Axle load surveyo Pavement Desigr with surface runoffcalculationso Feasibility Study Reporto Highway Safety Audito Stakeout of design alignment for grormd validation. Utilrty folders and Land aoquisition plans.o Detail working in collaboration ofNH & MP & NFIA departments for provision of NHA

& MP facilities including sonstruction of building for beats along with all allied

facilities including provision of vehicles as per requirement of Ntl & MP as agreed by

NHA.o 'lender drawings, documents and cost estimates (BOQ)'r Environmental Impact Assessment (EIA).. Land Acquisition and utilities shifting details and estimates (rvith complete detail of land

owners as per Shajra Parcha as per Provincial Department record).o Economio Analysis/Benefits with Traffic Study to ascertain requirement for provision of

?-lane highway.o Preparation of PC-I.

NEED ASStrSSMENT:

o Gwadar is future Hub of Business activities.o Gwadar port will play an important role to boost economy of Pakistan.. hoper connectivity of road network wilt play an important role in easy movement of

trade vehicle and luggage.o After completion of l{oshab- Awaran-Gawadar section of lvl-8 will be a shortest route to

Gwadar port and it is anticipated that mostly haffic not only of CPEC but also localtraffic will adopt this route due to shorter distance for Gwadar and surroundings Area's.

PROJECT DEFINITIODI:

The project envisages Consfirction of 2lane highrvay having carriage rvidth 7.3m forHoshab to Khuzdar via Awaran which is part/section of Ratodero-Gwagar (M-S) project.Total length of proposed projgct road is about 400 km. The road will be constructed as a 2-tane faciliry. Accordingly, the consultant'will conduct'feasibility study and detail design ofthe project by adopting international standard code ofpractices for road and bridges designand as per TOR for said assignment.

PRO.IECT OBJECTIVf,S:

. Depriveness of Baluohistran rvill be addressed through this project. With provision of

this rrrad shortest rout rvill be available for Gwadar Port.o After construction of missing section of M-8 economic Activities will be started in

Baluch istan especially proj ect surroundin g areas.o Time saving of traffic will improve.o Vehicle operating cost will be reduced.o Ernployment opportunity will develop for the people of sunounding areas.

1.3

1.4

Feasibility & Detailed Design for Construction Section of M-8 (400 Km)

Page 63: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

Terms of Refbrence

of the contract

ItIIIIItIIIItITII

ITI z.l

IItIt

2'2

'aa*

lItItTIIIItII

CHAPTER NO.Z

DESCRIPTION OF THE PROJECT

LOCATIOjN OF PROJECTG*adar Ratoder Road project (M-8) located in Baluchistan & Sindh provinces. The sections

of M-8 from Gwadar to Hoshab and Ratoder to Khuzdar have been constructed. However,

the section from Hoshab-Awaran-Khuzdar (a00 km) is still requirrcd to be constructed.

The existing motor able track from Hoshab to Awaran (l00km), is being maintained by

provincial B&R deparhnent. The width of track i3 about 4 to 6m. The existing aligament

runs through flat terrain having natural undulalion in the gound. The existing route from

Awaran to Khuzdar (300 km) comprises shingle and kacha track. The road alignment passes

ttnough valleys and along parallel to Mashkai river after crossing the river, road moves

toward Khqzdar. Onward the existing kaoha track passes through flat arcas however in

stretches it crosses ferv hills and rolling terrain.

PROJECT WORKS

Upclation of feasibility study and detail design will be conducted considering the fbllowing

parameter's:

Caniageway WidthBridge

Shoulder Wid.thCrossfall norntal

Geometric Design Standards

Classification of HighwayDesign Speed

I\{inimum Tuming RadiusDrainage

Protection Works

73.M(3.65m in each direction)2-lane (each lane as pef Carriageway Width

specifications)2.5m paved and 0.5m roundingCarriageway ZYoShoulder4%'A Policy on Geometric Design of Highway &

streetl 201l"Rural Arterial/ MotovaY120 kph (Plain Terrain)100 kph (Rolling Terrain)60-S0 kph (Mountainous Tenain)30mCurb Gutter and Chutes for controlleddrainage.Retainin g Walls/Breast Walls rvhere required.

2.3 TIME OF START

The services shall be cornmenced immediateiy after theagreement.

The project is scheduled to be completed in

2.4. TIME OFCOMPLETION

Feasibility & Detailed l)esign for Construction of of M-8 (400Km) Page 48

Page 64: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

rltr

a

t 1

l t

f =

f

- E

F

-5S

S.F

IrJL

IL

rya

F

\/-

lq)

l-<

/.x

;: /

l

F D a (t F (D !t t! A t t! h oa t ,o o o 3 g a o 5 o o o F D CF

I s I 7{ E D qt I \a

Page 65: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

IIIIIIIttII

ItItIIIIIIII

Terms of Reference

CHAPIER:NO,3TOR / SCOPE OF'SERVICES F'OR FEASIBILITY STUDY &

DETAILED DESIGN

3.1. GENERAL

National Highway Authority intends to undertake Construotion of Hoshab - Awaran - Khuzdar

Section of Motorway (M-8).The location map of the proposed road is shown in Chapter 2 of

this document. The total length of the existing track / road is approximately 400 Km' In this

regard, NHA intends to appoint a reputable and qualified consultant for carTing out the

Feasibility study & Detailed Design and subsequently issue the construction Dralings.

The scope of work clefined herein is expected to be oarried out by the consultant to complete

the feasibility study, detailed design and formulation of construction drarvings and

consequently assume complote onus and responsibility. Consultant is at the tiberty to rnodiff/

improve the alignment after filed survey anc ground validation.

Consuttant is require4 to go through the defined scope of rvork given herein. Any shortconring

/ deficiency is required to be spelled out in the pre'bid meeting and recorded in ttre Oomments

to TOR. AftEr the signing of the contra ct, any further requirement is assumed to be included in

the quoted bid price and will not be entertained later'

rlrlrlll

itIItIIIIIIII

3.2. SCOPE OT'WORK

Consultant is required to carrY

contract:

o Comment on Terms of Reference and query about them at pre-proposal meeting

o Data Colteofion / Co-ordirration with concerned Departments particularly strategic

organizations

o Review of existing alignment and recommend improvements / modifications & Study of

New Alignments in accordance with the Geomehic Standards set forth in the TOlt, ifany

o Presentation of alignment alternatiVcs tbr approval from NI'IA

o Acquisition of Processecl LiDAR Data from Pak Army 477 Survey Gt'oup

o Topogfaphic survey (where required in addition to the LiDAR Data) with establishment of

survey control Points

o Soil investigation

r Evaluation of existing pavernenf if any

out following activities within the stipulated time for the

F.*iUifiry A O"Uit"O n"sign tbr Conshuction of lloshab'Awaran-Khuz.dar Section

l_

Page 66: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

thttt!tII

It;

Iilililil

Terms of Rcference

o ldentification of quarry sites and construction materialsurvey

r Geotechnical Investigation survey for bridges and structures

. Road furniture design including haffic signs and gantries

o Hydrology & Hydraulic clesign of alignment & structures including flash flood routing

o Structures Design

o Horticulture and Landscaping of intersections, if any

r Traffic survey and Axle load survey

r Pavement Design with surface runoffcalculations

. Preparation of Feasibility Study Report to ascertain the requirement for provision of 2-lane

highway keeping in view the Trafiic Requirements & Economic Analysis / Cost-Benefit

Analysis.

o Highway Safety Audit

o Tender Documents including Drawings, C-Factor, BOQ, Engineer's Estimatq Particular

Specifi cations and Special hovisions

o Stakeout of design alignment after approval for ground validation

o Utility folders and Land Acquisition Plans including complete details of land olvners as per

Shajni Parcha as per Provincial Departrnent Record.

. Preparution ofPC-l

Consultant is enhusted with the Scope of Work outli:ed above. lt is requireil that the

consultant should undertake the job in a professional nranner to the best of his lrbility and

resources. llHA as Client may offer comments tirrough in-housc review I 3'd party re'riew

consultant. Any comments offered by the Client do not absolve the consultant from its

obligation to develop correct and cost effective engineering solutions for the Pro.iect. NI{A

reserves the right to take punitive actions as required at appropriate fonrm even during

construction stage.

3.3. DESIGN STANDARDS

The project will be two lane carriagervay. Following dr:sign standards ancl Codes shall be

followed:

Carriageway Width

Bridge

Shoulder Width

Crossfallnormal

7.3 m (3.65 m in each directipn)

2-lane (Each lane as per Car.riageway Width specifications)

2"5 m paved and 0.5 m roundirrg

Carriagervay 2olo

Shouldg4%

Feasibility & Detailed Design for Constnrction of lloshab.Arvacan-Khuz-dar Section of lvl-$t

Page 67: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

tIIIIIIIIItIIIItIIII

Geometric Design Standards

Classification of HighwaY

Design Speed

Minimum Tuming Radius 30 m

Drainage

Protection Works

3.3.1. Other Design Parameters

Ternrs of Reference

"A Policy on Geometric Design of Highway & Streets,2017"

Rural Arterial / MotorwaY

120 Kph (Plain Terrain)

100 Kph (Rolling Tenain)

60 - 80 Kph (Mountainous Terrain)

Curb, Gutter and Chutes for controlled drainage

Retaining Walls / Breast Walls where required

Policy on Geomet'ic Design of Highway & Streets"' Any

slnitd conform rc the same desigrt guide for Rural

IItIIlIItIAbove standards are derived from "A

Design. element not mentioned aboveArterial standard.

3.3.2. Standards for StructurestItl

Following.codes, standards and loads will be adopted for analysis and design of structures:

AASHTO-(LRFD): -For analysis and design for all loads and load combinations'

Pakistan Ilighwny Code of Practice for Bridges 19672'For vehicular loads, their spacing & impact factors'

l - :

II

s.No.

Design element Unit Plain Rolling Mountainous

Design speed KPH 120 100 60-80

2 . Min. Stopping sight distance m 2s0 207 92 - 144

Min. Decision sight distance m 360 315 170 - 230

4. Min. Passing sight distance m 395 320 t80 - 245

Max rate of superelevation. % 6

6. Llnriznnf n I crlrvature

i) Absolute minimum radius. m 7s6 437 123 - 252

J . Road formation width m 3.3 minimum

6 . Max. grade % 6

7 . Min. grade. o/o In fill 0.3ln cut 0.5

8 . Min. Rate of vertical curvature:i) 'K' value for crest curves(based on Passing Sight Distance):

Klo/oA t8 r t19 38 -69

ii) 'K' value for Sag curves: KlYoA 63 45 18 -30

9. Fil l Slones: H:V 2 : l

10. Min. vertical clearance over road m 5.2

u Min. vertical clearance overrailwav line.

m 7.0

12. Rieht of wav. m 100 100 60-80

13 . Desien Life Years 20

shab-Awaran-Khuzdar Seotion of M-8 ( l.*tuge 52

Page 68: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

ItItIrtititIttItIItt,

I

'fenns of Reference

UBC / IBC 2003: -For seismic zoningin addition to the revised seismic risk map of Pakistan'

ASTM: -For material specifications & testing.

ACI: -For analysis, design and detailing, only in case such details are not specified in

AASI{IO.

Vehicles Live LoadWest P.akistan Code of Practioe for Highway Bridges 1967 (WPCHB) specifies moresevere loads to be considered in combination with other loads such as dead load etc. asfollows:

Class AA Loading:The 70-Ton tracked military vehicle to be placed in accordance with WPCHB to givemaximum stresses. Modiffing factors to be applied in consultation with Client to caterfor overloading.

Class A Loading:The 54.5 Ton train of hailers (with difterent axle loads) to be placed in accordance withWPCHB to give ma:<imum stresses. Modiffing factors to be applied in consrdtationwith Client to cater for overloading.

Check Deck Slab for Punching Shgar:Adf,itionally, the bridge deck slab lshall be ch^ecked in Punching Shear for a WheelLoad of 2l;000 Pounds [95 KN] on

f.25 x 0.5m'tire contact area.

Othcr Loadso Side.walk Live Load

A load of 5 KN/m2 1tO0 psf; of walkway between side barrier / railing andshoulder, applied continuously or discontinuously over both lengths and width ofstructure in order to produce maximum shesses in the member under consideration.

o Ilorizontal Live Load on Railing / Posts of Side BarrierThese depend upon the configuration of the railing / posts / banier system. Theposition and the magnitude of the horizontal loads are taken according to Article2.Tof AASHTO.

Impact LoadImpact loirding on the bridge superstructure is laken in accordance with

Wind LoadsWind loads are taken in accordance rvith the provision of WPCHB.

ffT#li,3#ttu'ding code (rBC-2003) and Eanhquake forces ur. "ut"uurliaccording to article 3.21 of AASHTO, keeping in view the recent earthquake ofOctober 8, 2005, the earth quake zones will be considered acoordingly.

3.3.3, ExistingStructures

f,\.i t:rll-.i. i"

. i t i i-; r,lr'

Feasibility & Detailecl Design for Construction of Hoshab'Arvaran-Klruzdar Section of M-8 (400 Km) I'age 53

Page 69: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

IItI

III

IIIIIIlItItTITTtttITI

Terms of Reference

Consultants shall carry out detailed inspection of existing structures and based on condition

of the structllre shall recommend retention of existing structures or replacement. Where

existing structures can be retained, design for widening / extension of existing structures

shall be carried out to comm€nsurate with NHA siandards for cross-seotion of the road and

sffuctures. Condition Survey along rvith two photographs of each eristing structure

will be submitted in Evaluation of Existing Structures & Pavement Report'

Structural AnalYsis

Structural Analysis shall preferabty be performed using standard international software. All

input files shall be provided in the design report'

3.4. DATA COLLECTION & COORDINATION WITH LOCAL / IRRIGATION

DBPARTMENTS

Immediately after signing of the Contrast, the consultan: will attend the kickoff meeting at

NHA headquarters and present his working schedule and confirm availability of resources

as specilied in the Technical proposal subsequent to which "Letter of Commencement" shall

be issued by NHA. NHA shall also issue necessary authorization letter "Tb Whom lt May

Concer.n,'. Consultant will immecliately mobilize and get possession of the relevant maps,

reports and imageries for the feasibility study & cletailed design of the Project- After the

Completion of the design, SOP maps and imageries shall be retumed to the Client in Original

and undamaged form.

The Consultant should inform the local polioe and administration before conducting all types

of filed surveys. Before planning the field reconnaissartce, the consultant should coordinate

meeting with the local city development / Highway Department to know any future plans for

city expansion .etc. Tips for design of Bypasies shall be cibtained as per local requirements

required with'due considerbtion to NHA's Policy on Bypasses'

Outcome of a$ove activity sl.,all be reported in the form of presentation to the client.

Data Collection & Coordination with Local DepartmentsConsultant get hotd of relevant information, SOP Maps,

and liaison with local departmentl

Reconnaissance Visit and Alignment Study ReportConsultant shalt submit an Atignment Report basedoutline dbsign and ground validation. Recommend any

changes, if required.of alignmellt itr presentation to the Client

-Feasibility&DetailedDe'@-Awaren-KhuzdarSectionofM-8(a00Km)Page54

Page 70: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

tttttttttttIIil

Terms of Refercnce

3.5. RECONNAISSANCE VISIT WITII IDENTIFICATION OF ALIGNMENT

ALTERNATIVES

After completion of the Task 1, the consultant shall carry out the desk study of existing /

proposed alignment using maps, imageries, freely available DEM data followed by a site visit

and ground validation. The site visits shall be carried out by a senior highway engineer of

not less than 15 years of experience. Coordinated meetings with local dgpartments shall be

report). The Consultant shall highlight the merits and demerits of atleast 3xalignment options,

considering the Technical viability, economy of Construction Cost and extent of physical

difficutties to be encountered during construction and operaticnal phase. The Consultant shall

develop and submit a Map showing alignment alternatives and recommended Option duly

marked on Satellite imagery & SOP Sheet.

During the reconnaissance visit, particular requirements of the project shall be identified that

will be addressed in the detailed design. Other requirement of Task-2 is the submission of

Inception Report. Inception Report should elaborate the methodologies for detail design and

for requirements spelled out in the TOR and observations made in the site visit.

After submission of Alignment report and Inception repor! the Consultant will give

presentation of recommended alignmeht with merits and demerits to the Competent Attthority

in NHA for approval of alignment. The Consultant shall then carryout detailed design of the

approved alignment.

At the reconnaissance stage, social, economic and envlronmental aspects shall also be

considered. The resulting information will form part of the recommendations for adoption of a

pafticular corridor.

Data from various sources shall be collected at this stage:

. Topographic Maps

o Available Geological reports, if any (from local departntents, adjaoent projects)

o Satellite Imagery & Digital Elevation Model (DEM) Data

Agriculture soil reports

Soil survey maps (Soil survey of Pakistan)

Flood Maps / Discharge Data

a

a

a

LiDAR Aequisition & Topographic SurveyConsultant will purclmse processed LiDAR Data andperform Topographic Survey where requiredSubmit Survey ReportSubmit Draft and Final T

Feasibility & Detailed Design for Construction ofFloshabArvaran-Khuzdar Section of M-8 (400 Km) Page 55

Page 71: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

ItIIIIIltIIIIIlIIII

"Tonosranhic Survev" i!1. Direct Co..st Pasp wtich must ,include the cost of

II

3.6.

ltItIIIttIITTtIIlII

. Terms of Refelence

pRocBssED LIDAR ACQUTSITION & TOPOGRAPIilC SUR\rEY

Based on our previous experiences on Bela - Awaran road Project, Detailed Topographic

Survey might not be possible on Hoshab - Awaran - Khuzdar Section due to adverse law &

order situation. Hencen it is proposed to use processed LiDAR data of submeter accuracy to be

acquired by Pak Army 477 Survey Group'for the complete project. The objective is to have a

digitat representation of the Ground Topography by extracting Terrain parameters, performing

Surface Analysiq modeling water flow or mass movements, creation of relief maps and

Engineering Design that depict the existing ground features which include all natural and

manmade features that exist on the ground. A Provisional Sum Amount of Rs. 10.0 Million has

been included in the Direct Cost Page (Form A-7) that will be paid directly to the Pak Army

477 Survey Group.

However, even with the availability of LIDAR dat4 the'requirement of topographic survey

cannot be over ruled as it will be requh'ed for taking Cross.sections, centerlines, road edges,

underground utilitie's, overhead transmission lines, Ground Control Points (GCPs), lnventory

of Structures, Bench Marks and Monumentation and other referencs poirrts which cannot be

obtained from Satellite Imagery / LIDAR. The ConFultant is required to--qplg-&I

aforementioned survev activities.and cost of $takegut of aJisnment includine Renort &

Drawing Production. Inqtrument Rental Charges. Survcyor(s) & Survev llelners Salanq

etc. (comnlete in all respects)"

The detailed TOR for topographic sun ey is given as under (applicable as per requirement):

The consultant should use the latest technology for the topographic surveys, which include as

many DFGPS for establishmgnt of highly accurate control points. In case the consultant does

not have the requisite numbgr of DFGPS, he is advised to hire seryices of protbssional survey

companies having the required expertise. The DF'GPS sha[ be simultaneousl.v used fbr enough

duration to develop accurate control points.

The Survey.companLmobilizing to the site must comply with the requiremgnt ol'the reg.ent

"surveying & Mapping Act 2014". Before mobilizing to site for Survey, the Consuhant shall

submit to the Client detailed topographic survey program with actual human resources;r/anned

to be deployed. The consultant shall speci$ the time line of survey prograilt. Total mtmber of

equipment with models and calibration certificates not more than 6 months old shall be

produced. Thrc name and qualiJicqtions of sumeyors shall also be submitted. NHA reserves the

right to interview the surveyor if required. Upon requost, the consultant should change the

Page 72: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

' Terms'of Refcrence

surveyor. lf consultwtt wants to outsource the Survey work, it will be mandatory to take prior

approval of the Client. NHA will ensure that the survey firm is not black listed and has

suffrcient resources and complies with the Surveying and Mapping Act 2014.

tttntttIIIIIIIII

3.6.1. SurveyMonuments

Permanent Ground

Monument made of

Concrete l:4:8 with 75 mm

steel nail embedded at

centre. The type and

dirnensions of Survey

monuments to be installed at

site is shown here. Using

. spray paint and a stencil, the

monument number shall be

painted.

Besides start and at the end,

it is required that these

markers shall be fixed in the

3.6.2.

3.6.3.

r, t!| -- ,'

sEcJroN

traverse line at an interval of about 300 to 400 meters. These shall be fixed at such

locations that these are teast susceptible to disturbance and damage. 'Ihe consultant shall

fill out a Performa for each traverse station showing picture, sketch and reference with

permanent ground features. If sub-standard monuments are used, then NHA will deduct the

necessary amount from consultant's due payments.

Control for Traverse

Projection: UTM

Datum: WCS84

VerticalDatum: MSL

Horizontal Control

Precise Primary Controls (ITRF CONTROLS)

Minimum (2) DFGPS Primary Controls at start and end of the hoject or as many as. may

be required such that the distance between thesc points shall not be more than 100 km.

Minimum observation time slrall be at leastten (10) hours foreach of these poittts. These

!.5" O "e'loNg,/61EA IALIIEED

// FigO[CRm

Page 73: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

TItII

ilI

ilII

ililiT;Tll:lIIIItITI

Terms of Refarence

points shall be validated / verified with Intemational Fixed Stations in WGS84 / ITRF

reference frames for an average ambiguity resolution of 50o/o or better for a reliable

'network solution.

3.6.4. PrimaryControls

DFGpS Primary Controls shall be established at a maximum distance of 10 kms with one

base and one rover using leapfrog method, by applying adjustnents to create network.

Minimgm observation time shall be at least two (2) hours for each of these points, which

may be used for Total station if needed for topographic survey'

3.6.5. SecondaryControls

DFGPS Secondary Controls shalt be established at a maximum distance of 333 meters with

one base and two rovers at alternate sides of Alignment (to form triangular network) using

leap frog method, by applying adjustments to create network. Minimum observation time

shall be at least 45 minutes for each of these points.

3.6.6. VerticalControl

Vertical Control shall be established using MSL from first order SOP Bench Marks with

double run leveling. Digital level with an accuracy of 0.3 mm or less and single section 2m

/ 3m staff or invar staffwith change plate on bottom shall be used. The maximum distance

between tho two successive reading points shall not be more than 50m. All horizontal

controt points shall be retated to monuments made for Horizontal primary and secondary

controls with double run level to control the height as mentioned above.

3.6.7. Monuments for Ilorizontal and Vertical Controls

The monuments for controls shall be as per NHA specifications. The ITRF Controls,

Primary Controls shall be tied with two permanent points as per NHA Specifications.

3.6.8. Topographic Survey (Scale 1:1,000); including on ground features, Buildings'

Utifities and Crossing Roads

a. Topographic Survey will be performed within the ROW Limits. At important control

section, ifthe large-scale sffuctures are proposed to be built on the sections, the survey

range can be extended reasonably, if necessary. Enough Spot trrylg{Pints) shall beffi

tTTIIIIIt!IItIIII

f"utiUitity & betailed Dcsign tbr Construction of l{oshab-Awaran-Khuzdar

Page 74: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

Terms of Reflerence

The Consultant is required to observe 10 cross-sections across the flow channels to

Bank. Three cross-sections at the Bridge Site (one center-line and other two adjacent to

centerline up and down stream of the bridge. The BM upon which the Model study

survey was done should be incorporated in the traverse / level circuit.

3.6.9. Cross section Pointso The cross section should be measured one by one.

o The cross section of the embankment should be measurcd at25m interval

The cross section shall be measured to the ROW limit.

For the alignment sections with proposed retaining wall, the cross section

measured at 5m interval.

o For the bridge pier, the measuring range of the cross section is 10m at both left and

right sides ofthe oenter; whereas for the bridge abufment, the measuringrange is till the

ROW limits.

3.6.f0. Riverine Suwey for Crossing Canals - Short Bridge

Measure the center longitudinal section of the canal from l00m upstream to 50m

dolvnsfieam, and measure the cross section of the canal at lOm interval rvhich is

perpendicular to the axis of river. The canal edges must be recorded along rvith all break

points to clearly define the canal sbape.

3.6.11. Survey for Crossing Water Channels / Nullas

Measure the center longifudinal section of the water Channel / Nullas from 100rn upstream

to 50m downsheam and measure the cross section of the water ohannel /nullas at l0 m

interval, which is perpendicular to their axis. Minimum 5 points shall be taken at each cross

section to conectly depict the top and bottom of the sloping bank, width of bank and center

of ohannel. The distance between the cross section points shall not be more than 5m for

wider water channels / Nullas.

3.6.12. Suney corridor

The detailed topogmphic survcy in normal oircumstances shall be canied out in a conidor

of 50 m (25 m from CL on either side). At looations of crossing rivers & nullas, the detail

of survey extent is given in respec(ive sections.

3.6.13. Mapping (Unit of Measuremcnt)

Metric units shall be used throughout.

3.6.14. Scale

be

a

o

Feasibility & Detailed Design for Construction of lloshab-Arvaran-Khuzdar Section of M-8 (400 Km) Page 59

Page 75: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

IIIITIIIIIIIIItIITIII

' Terms of Reference

Besides soft copy, mapping of drawings shall be plotted to a scale of l: I ,000.

3.6.15. Details to be shown

All natural or manmade erections above ground need to be depicted in the topographic

survey. Enough points should be recorded, so that its clear picture including identification,

size and elevation is available for the designer. The consultant should also depict

underground utilities with markers available at site. Intelligent nomenclature need to be

adopted to describe the feature. The information should be available in CAD software in

layer format with fully defined attributes.

3.6.16. Bridge details

The bridge details shall be shown on a separate drawing for each bridge. The bridge

observations shall include the following: -

a. The coordinates and levels of the four comers of the bridge (points shall be on the

adjacent road surface), the two edges of the piers, abutment and rving walls.

b. The coordinates and levels of the bridge deck to the intennediate piers (if any) of the

bridge.

c. Length, width and type of consu:uction of bridge.

d. The type and location of services adjacentto the bridge.

e. The coordinates and levels of the centerline and the road on the bridge at approximate

intervals of 5 m.

f, The cross-sectional clearance envelope at the two sides of an overpass ridge (with

respect to the road centerline passing underneath) showing all the relevant levels,

offsets and skew angle.

3.6.17. Culvert details

Details of each culvert are to be shorvn on the survey plans and a separate sheot tabulation

of the following infonnation is to be submittsd with the plans: -

a. Type of culvert and dianteter.

b. Chainage of culvert at the road centerline.

c. Skew angle ofthe culvert from the centerline.

d. Length of culvert from each sideof the centetline.

e. Invert levels of the inlet and outlet.

f. A sketch of the inlet and outlet structures including all vis to a scale of

l :200.

IIIIIlIIIItIIIIItI

Feasibility & Detai led Desi gn for Construction of l{oshab-Awaran'Khuzdar ) Page60

Page 76: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

3.6.18. Existing Road /Embankment

ttttI;Iifi!

,r'ttil,ililftf

Terms of Reference

For major culverts (dia.>2.onr) the outlet structures are to be properly measured through

recording enough points so that the culvert can be modeled in CAD'

3.6.19. Details of Junctions and ExistingRoads

The Surveyor shall survey all junctions to enable the designer to design the junction

properly. A coriidor width of 70 m shall be taken for a distance of not less than | 50 meters

up and down the proposed intersection of the road or as required by the client.

All paved roads, main roads and footpaths or tracks'having ]vidth greater than 2m shall

have a minimum of two (2) points defining both edges of the carriageways. Consecutive

points along the road feature shall not exceed 20m in rural areas and IOm in urban or built-

up areas. More points are generally needed to Cefine curved feature such as slip roads,

islands, etc.

Levels of the road centerline shall be recorded for paved roads having widths greater than

6.0m. The main destination of the road from the junction shatl be recorded by the Surveyor.

Where necessary to survey along an existing road, the Surveyor shall follow the marked

changes along the centerline. In addition to the road edges, conseoutive points along the

edges of the carriageway (i.e. along the edge line marking on both sides) shall be picked up

and shall not exceed 10 m. More pcints are generally rieeded to define super-elcvation

changes at cune sections.l .

3.6.20. Digital Ground Models (DGM)

The product of the filed survey data after processing shall be DGM. The accuracy of DGM

shall depend upon the accuracy of the digital data collected in the field. Before processing

the data, it is important to filtcr the data. All data points with incorrect x, y or z values shall

be removed. It is also important to properly identiff the break lines like road, nullah edge

In case alignment runs along the existing road, sufficient points should be taken acrossthe existing road to fully define the iross-section. Below are minirnum points shownfor the e*lsting roadway cross-section. For the existing carriageway, the width ofcaniageway, inner and outer shoulders should be clearly iderrtified and coded.

Feasibility & Detailed Dcsign lor Construction of l{oshabA

Page 77: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

IIIIItIIIItIIItIIIITI

i Terms of Reference

with nahrral faults. Void areas like buildings shall also $e marked. The topography shall be' l

fully labeled for every object recorded. ii

IIIIItItIIIIIIIIIII

l . l l l Dul YvJ lvglslw r l l lvt vv rrr . rvr vrrr "" *" " f""b

by the Surveyor in a form suitable for input to the soitware to be used for generation ofI

DGM..Using the recorded data in x,y,z format on datallogger, the ground surface over the

All survey feature lines will herein be refened to as 'sirings'. The data shall be presented

by the Surveyor in a form suitable for input to the so

i

required area shall be simulated by strings of coordinairequired area shall be simulated by strings of coordinafd information along characteristic

lines on the tenain. The models shall consist of ttreedimensional (3D) contour strings.

I

The existing road surface over the required area str[t be simulated by 3D strings of

coordinated information along characteristic lines on qh" existing carriageway. Any other

strings that do not affect the accuracy of the grounO surface may be assigned a null level.I

' l

TIN (Triangular lrregular Network) shall be develo{ed by using software, Using TIN,

Contours shall be generated. Since NHA uses AutoCAp Civil 3D for vetting, same shall be

used by the consultant.

3,6.21. Grid

The coordinates 9f the DGM shall be refened to the

section 3.6.2 of this document. The coordinates of the

elevations.

information shall be used by the Surveyor when

3.6.24. Contours

t . .igrid system as described already inI

DGM shallbe Easting Northing and

ij'j,t):

This model shall be stimulated by a series of 3D null level strings and texl strings and

includes the following: -

a) Strings of land lots (null level strings) '

b) Land use and type (text Strings)

Attributes to land type and use shatl be appended in the AutoCAD fonnat. Such

tility folders at the end.

Feasibitity & Detailed Design tbr Construction of Hoshab'A 8 (a00 Km) Page62

Page 78: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

llllll

Terms of Reference

After digital data collection of survey points at site, the contour generation shall be done by

using computer software. The contour interval shall be I m. The smoothness factor to be

definert in the software should be such that it should not distort the ground contour

representation. The contours shotrld be well labeled.

During data collection, break lines on the ground should be collected very carefully that

affects the contour generation.

If in the project, where steep slopes are likely fo be encountered, the surveyor is

required to use the laser equipped total stations that does not require prism fo record

the coordinates.

Contours shall be shown by continuous lines with a thicker line for every fifth contour

(hominent Contour). Contour and spot heights shall be differentiated from other detail.

The value of each contorr shcll be indioated along the contours at intervals not exceeding

200 mrn and / or thc edges of the Mapping area.

Where the ground surface is obscured beoause of undergrowth, on-going earthworks,

swampy areas, or other obstructions, or the access is restricted, contours can be shown by

broken fines to indicate that their accuracy cannot be guaranteed but with prior approval of

the Client.

Longltudinal Profile and Cross-Section

The longitudinal profile shall be ploted in A1 / A3 size (as requested by Client) to a scale

of 1:1,000 Horizontal and l:100 Vertical with chainage interval of 25 m unless othenvise

specified or inshucted by the Client. The cross sectional plan of the existing road shall be

plotted in A1 size to a scale cif 1:200 both horizontal and vertical with 25 m interval. The

plan shall show the'chainage interval as specified and the existing ground profile and all the

existing features.

Original Drawings & Preliminary Copies

heliminary copies shall be submitted in the form of staple based paper. Every sheet of the

drawings shall be marked as preliminary copy, until the final approved copy which shall be

marked as o'Final Tender Drawing$'. Each drawing shall be stamped and signed by the

Designer.

3.6.27. Soft Submission of Data and Drawings

rll,llllltlillI

It;

ill

IIililtIiltttr

3.6.25.

3.6.26.

Feasibility & Detaited Design for Construction of Hoshab-Awaran-Khuzdar Sccti<in

il-

Page 79: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

IITII 3.6.2f.

IltII

Terms of Rcference

The Surveyor shall supply the digital ground model data, all Drawings, Reports suitable for

input to the computer and according to the specification acceptable to Client"fhe survey

data shall be supplied in CSV & DWG format.

The CD / DVD-R and hard copy shall be supplied with an index scheduling the contents

and referencing and shall remain the property of the Client.

Field Books and Record

All field books and computer data must be properly kept and shall record truthfully all the

survey work carried out. The Surveyor shall do all workings in proper books, adequately in

good style and according to best practice. All field books shall be done in ink-

Unsatisfactory works and erors shall be struck off and there shall be no superimposed

writing or erasure.

Client's Representative may check the field books now and then to ensure that a high

standard of work is maintained. He may request the Surveyor to carry out some spot checks

if he has reasonable doubt on the accuracy of the survey work. The Surveyor shall comply

with such requests unless he can prove to the client's representative for his satisfaction that

such checks ate unnecessary-

All field books and computer data shall be certified by the qualifted surveyor.

The Srrrveyor shall submit the required number of copies of Final Survey Report and

Drawings on completion of all survey works in a format as approved by the client. All

photographs for alt the copies shall be originalcopies and any diagnams or plans presented

together with the report shall be in a clean and neat form and in scanned soft forntat.

etc. Consuttant is required to carry out atteast 3-Days, 24 Hours classified traffic counts at

required locations along the projeot and on the connected network to develop an

understanding of traffic pattein. The study will also entail the estimation of diversion and

generated traffrc.

rlIr1ITIIIIIIIIIIIItI

Iilil!IIItTII

Task 4: Traflic & Axle Load SurveYOutcome: Classified Traffic Surveys aftcr approval of

Submit Traffic & Axle load

habArvaran-Khrzdar Section of M-8 (400 Km) Page 64

Page 80: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

,t

tltrllt;

lrl;ll

Itlllrtlilfl1l1lflil

approval of the Client.

The classified haffrc count shall include following classifications:

- Non-motorized traffic Animal drawn, bicycle

- Motorized trafftc M/cycle, CarlPickup/Jeep, Minibus/wagon, Bus, 2-Axle, 3- Axle'

4-Axle, S-Axle, 6-Axle, Tractor holley

The traffic count shall be done with hourly classification. In peak hour, l5-minute interval

count shall be done to asoertain PIIF.

3.7.2. Journey Time

For with and without Project scenario, the journey time survey of various classes of

vehicles in peak hours and off peak hours shall be done. It shall be used in economic

analysis.

3.7.3, Origin & Destination Survey

If required, the O & D Survey shall be carried out to identify the traffic likely to be

diverted.

3.7.4. Axle Load Survey

Consul0ant shall unCertalte ilcle load survey usine portable weighing-machine. Consultant

shall.confirm in his technic?l proposal the availabilitv of such equiprnpnt (ownership /

rental basis). Suf'ficient samples of all axle groups shall be weighed. ln addition to axle

load, tyre pressure shall also be measured . Data shalt be annexed in the final report and

used in the pavement design.

3.7.5. Underpass lCattle Creep Survey

Using salellite imageries, field survey and site consultation, consultant shall identify exact

number & locations of the underpass / cattlecreep to be provided for convenience of local

residents.

3.7.6. Traffic Divercion Plans

Traffic Diversion Plans shall be provided for the following situations:

a. At toll plazas(If required)

b. At Intersections and interchanges ''1.2..'.,' \ ' - i - ' - - - - - - - "

c. In urban areas including methodology for separating the local and through ,ts*"..,t'

d. On at-grade railway crossings.Feasibility & Detailed Design for Construction of Hoshab'Awaran-Khuzdar Section of M-8 (400 Km) Pagc 65

Page 81: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

IIIITtItt

3'8'

IttIIItIIIII

Terms of Reference

e. At places rvhere underground constructions like construction of box culverts and

underpasses

f. At places where overhead bridge construction is likely to take place.

Consultant shalt fully define the methodology for construotion sequence, diverting traffic

and maintaining the diversion roads.

The Consultant is feouired to quote for "Trafilic Survev'i4 Direct Cost Pase which,pust

include the cost of aforementioned actiyities and cgpt of renort writins. ,Instrument

Rental Clrarees (if anv). Salarv of,Traqic Ensiqeg& Epumerators. etc. (cp!!!plgte in all

respects)t'.

Task 5:Outcome:

Soil & Material Investigation + Slope StabilizationSoil and Material lnvestigation Report

Stabili

SOIL & MATERIAL INVESTIGATION + SLOPE STABILIZATION

Soil & Material investigation shall be done to ascertain the index and engineering properties of

encountered soil. The consultant is required to seek, interpret and evaluate subsurface and

surface data, inorder to predict the behavior of the soils and matdrials along and adjacent to the

alignment. The resulting information should be presented'in a logical and intelligible manner

so that it cgn be used correctly and efTiciently by the non-speciatist.

The consultant is required to carry out following steps:

r Determine needs of the design

o Carry out complete ground investigations

r Carrl out complete laboratory testing

o Evaluate results for final design

o As per fixed horizontal and vertical alignment identify the arcas of deep cuts and high fills.

Study precise geometry of the roadway structures and develop design requirements.

Field investigations shall be carried out in three main areas:

o Investigation along the length of the proposed alignment and tq determine the pavement

support potential offered by the subgrade soils.

o Investigation to determine the source and quantity of naturally ocourring construction

materials.

o Examinc specific sites such as deep cuts, retaining walls and cutverts etc.

Page 82: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

IIr1rlIrlll

tilil;

Terms of Referenoe

Terms of Reference

Enough samples rvith appropriate spacing is required to be investigated to fully analyze the

ground conditions that shall be addressed with appropriate treatment for construction.

Consultant is required to propose appropriate methodology to address the problems of

Embankment construction, if any.

For testing of materials, following codes and standards shall be followed:

o ASTM -American Society for Testing & Materials.

o AASHTO - American Association of State Highway and Transportation Officials.

3.8.1. Materialfnvestigation

Every effort should be made to locate sufficient quantities of naturally occurring

construction materials at regular intervals along the alignment and as close to the alignment

as possible. In case of potential quarry sites, test borings are necessary fo confirm the

quantity and quality of available material. Test results from any nearby operational quaruies

should also be included.

The material to be investigated includes but not limited to earthwork, subbase, ag$egate

base, asphaltic material, cement, steel, pre-stressing strands, sand, crush aggrcgates and

geo-textile, etc.

Considerable amount of water is likely to be required flor proper compaction of earthworks.

Water points will be necessary at frequent intervals along the alignment. An assessment

should be made of the likely sources of water from any existing wells and from the

geological formations underllng the route. Tests to assess tlre suitability of water for

concrete are necessary and shall be undertaken.

3.8.2. SoilClassification

Soil description is necessary for all test pits and bore logs. The descriptions should be

standardized so that the mdin characteristics are given in the same order i.e. fuIas,t

Characteristics shall include field strength, moisture content, bedding state if applicable

discontinuities and state of weathering. Material Clnracteristr'cs shall cover Colour,

Composition, Grading Particle shape, soil name and soil group. Both Unified and

AASHTO classification shall be used.

3.8.3. Slope Stability Report

The Consultant shall identify all areas prone to failure with respect to slope either in slip

circle or shear failure and proposo the methodology for stabilization. The report shall be in

lI

trlrlf

ll

ll

ll

ll

ll

I

I

I

I

t!Feasibility & Detailcd Design for Construction of Hoshab-Awaran-Khuzdar Section

Page 83: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

IIItIIIItIItItIIttII

line with the Soil lnvestigation Report and Geologic Investigation Report supported with

Laboratory Tests.

The Consultant is reiruired to spote for "Soil & Materifl Inveqtiea,tionp" in Direct Cost

Pape which must iEclqde the cost of aforementioned a,btivities. cogt of reoort writing.

I-nstrument Reptal Charees fif anv). Salan of MateriFliEnsineer. Lab Technicians and

Helners. etc. (comblete in all respects)". ,. t

Task6: Environmental Impact AssesFment0utcome: EIA Report submission and obtaining NOC from PEPA

3.9. EI\IVIROI{MBNTAL IMPACT ASSESSMENT

As per EIA Rules, Consultant is required to carry out the ELA Study for the Project. It involves

collectlon of required base line data from site, aralysis anel recommendation fbr nritigations.

Findings shall be reoorded in the form of Report which shall. be reviewed by NHA EALS

Section. The scope also inciudes submission of Ue Report to EPA Balochistan, addressing

their requirements, to their entire satisfaction (Including submission fee), conducting tlte Field

hearing and obtaining NOC for NHA. All costs whatsoever shall be quoted. The detailed TOR

for Environmental Impact Assessment is attached as Annex-B of this document.

The Consultant is fequired to ouote for "Environmentbl,I+o?ct Assessment" in Direct

Cost Paee which must include the cost of aforempntionefl activities, cost of report writine.

NOC Fee. EnJironment4l Epeinepr Salarv. Coordination with Pak EPA & Public

Hearins Charses. etc. (comnlete in all respects)'.

For EIA. Qpns,ultant shall.d,i,fe.cltt-coordinate with GM (FALSI office, Thg gonsulfancy fep

3. 10. GEOTECHNICAL IIYVESTTGATTON FOR STRUCTURES

Cgnsultant.shall perform geotechnical investigations inpluding field and laboratory testing.

Deiailed program for mobilization arrd doing tesn at site shall be submitted to rhe Client and^ .

after approval work ghall commence. Consultant will supervise. the sub soil investigation work

in case he sublets the work to a Geotechnical Firm and shall submit a!_undertaking_in l!d!

regard.

Terms of Reference

Ge<ltec hnical Investigations for stru-ctu Res

Feasibility & Detailed Design for Coristr.rction of Km) Page 68

tIITIIIIIIIIIIIIIIII

Page 84: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

hht,lTtIIIt;

ilililtlil

Terms of Reference

Sub-surface investigations consisting of boreholes / drill holes / test pits of required depttt,

supplemented by field and laboratory testing to accurately assess the engineering properties of

the underlying soil shata for detailed design of foundations, substructures and roads shall be

undertaken. A separate report rvill be prepared to this effect and will be submitted to NHA

bearing approval of the Consultant. Original lab.reports.shall be anached in the soil report

along with colored photographs.

Bore logs shall also be included in the report along with the laboratory results. Testing of

samples collected from site shall be carried out in a reputed laboratory, under strict quality

control and adherence to relevant ASTM procedures / standards. Depth of boring shall be

decided by the geological formation at site and the type of foundations proposed for the

structures. Standard penetration tests shall be started from the gfound surface and carried ottt in

accordance with ASTM D1586 Penetration Test and Sptit Barrel sampling of scils. Where

clayey soils are encountered, undisturbed samples shall be obtained in accordance u'ith ASTM

thin-walled sampling of soils. Movie clip of 15 minutes et each location is required to be

submitted.

The site investigation to be undertaken shall consist ofthe following: -a

o Diep Machine boring to a maximum depth of 30 m below ground level and associated

field-tests for River Bridge Piles and for other shttctures.

e Trial Pits to a maximum depth of 3 meters.

o Hand auger holes to a maximum depth of 7.5 meters.

o Separate BOQ shall be prepared by the Consultant with all required tests for deep boring. It

is required to carry out grain size analysis at required scour depth.

o Submission of proper site investigation report comprising all relevant notes and pertinent

information required by this TOR together with laboratory test results. The above scope of

work may be varied or deleted depending on the findingS as the investigation proceeds. All

Sections in this Specification and the Bill of Quantities, which relate to work or materials

not required shall be deemed not to apply

The Conqultant is also required to acc.utatelv classify the Cut Ar,eas as Soft, Mcdium and

Har-d Rock and foqthis purpose will caruy out lateral boTine un to Sqdepth.

Tbe Conqqltant is required to quote for 5'Geo-tephnical fnvestisations for atleast 70

boreholes of 30m Depth' iq_Direct Qost Pase-which must , include the cost of

afo{ementioned gctivities. cost of report writinq. Instrument Rental Charges (if anv).

resDects)tt.

Feasibility & Detoiled Design ibr Construction of Hoshab.A ot'M-8 (400 Km) Page 69

Page 85: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

TaskS:Outcome:

Pavement Design RePortPavement Design RePort

IttItITtI;tII

I

,l

Terms of Reference

3.11. PAVEMENT DESIGN REPORT

After the traffrc count,and projections for designed life of l0 years are done and the soil

investigations data is available; the pavement design shall be done. The consultant shall get the

basic design from AASHTO Pavemen-t design guide-93,,but final pavement design shall be

done using mechanistic-empirical method. Asphalt Instituie & Shell Model shall be used. Axle

Load data and tyre pressure data to be collected and Kenlayer analysis softWare shall be used.

All calculations shall be attached with the report.

3.12. ITYDROLOGY & HYDRAULIC STTJDY

Conventional hydraulic impact.usins empiricfll connotations are noJ lvarranted. as they do not

depict the real impact of food and flood routing in extreme flat land. Our.consultants generally

follorv such practices and are devoid of modem techniques employed using DEI\{ and aerial

photographic techniques. It is strongly suggested to undertake the state of the art methodology

with ground validation of lancl use and drainage patterns. The main scope of the required study

is as follorvs:

a. Field Work and GIS data Processing.

i). Reconnaissance survey, literature review and marking of rvattnruays

iD. Calibration of field data with remote-sensing data

iii). Satellite Imagery and DEIVI processing

iv). Land use and Soil Mapping rvith ground verification

v). Flood routing investigation

b. Hydrology and Hydraulic studY

D. Watersheddelineation

iD. Soil and land use analYsis.

iiD. Rainfall4qalYsis

iv). Storm-frequencyanalysis

v). Design Storm calculation

vi). Surfacerunoffmodel

IItIItIlI

tttIIIITII

Task 9:Outcome:

Hydrolory & Hydraulic StudY

Feasibility & Detailed Design for Construction of lloshab-A

Page 86: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

t

thhhI

tI;

tli

IuIillltlililil

Terms of Reference

vii). 2D Hydraulic River & flood modelling for embankment height and structures design

and value engineering

c. Hydraulic design of cross drainage structure

Above methodology is robust and predict accurate water shed pattern. The DEM used is

refined to the extent to give acceptable results. [t is highlighted that the whole design

philosophy in such oonditions are dictated by the Hydrology / Hydraulic study.

Instrument Rental Charses fif anv). Sal4r.r of HvdrauFc Ensineer / Ilvdrplosist' HelDers.

gtc.. (cgmplete in all respects)".

Task 10:Outcome:

Highway Safety AuditIlighway Safe[v Audit RePort

3.13. HIGIIWAY SAFETY AUDIT GrSA)Pakistan is among those countries, where the road aocidents and fatalities are high. One of the

major components abaut}So/o relating to road accidents is attributed to the road environment

factors. lt is therefore, essential that the Highway Safety Audit should be canied out by a

certified tlighway Safety Auditor, at various stages, as.per requirements of international

standards.

Since the project in hand is selected for feasibitity shrdy and deailed design, the HSA shalt be

carried out with the submission of alignment report and shall conclude with the submission of

final design report.

Detailed Audit shall be carried out under the supervision of NHA's Highway SaFery Audit

Expert: Other members of Highway Safety Audit team may include a third party expert. An

Engineer from NHA Design & Planning section shall be made part of the Highway Safety

Audit team. Consultant is required to arrange the t{ighway Safety Audit visit, collection of

required data, field visit expenses, coordinate meetings and compilation of final Audit report

including proceedings and appropriate remuneration to the Audit team. The cost of carrvinq

out Hiehway Safetv Audit includins all aforementioned items is deemed to be grcluded in

the Consultant's Bid.

Page 87: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

IItTTTIItIttIIIIIITI

l .5m

Tenns of Reference

3.14.ST OF ALIGI\MENT ON GROI]ND

After Design drawings are approved, the Consultant shall be asked to stake out the

on ground. The Centreline markers shall be fixed on ground at 25 m interval. A

PVC pipe 4" diameter filled with lean concrete and orange colour spray paint shall

be All verification and payment shall be processed by the Nominated project director

ofNHA.llhe Consu

Task 12:Outcome:

Land Acquisition & Utitity FoldersLand Acquisition & Utility Folders

3.15. LAND ACQUTSITION AND UTILITY I^TFRASTRUCTURE REPORT

The consultant shall identifr land and properly falling within the right of way (ROW) to be

acquired. The consultants shall submit 5 copies of ROW plans showing the alignment and

defining the Right of Way to.facilitate timely action for acquisition of land. The Consultant

shall also prepare estimate fgr acauirins qnv additio4al,land and removal of structrres

end utilities. particularlv in the built.up areas alo+e with comqlete details of land owners

as ner Shaira Parcha as ner Provlncial Denartment'Record. The Consultant shall also

include the following informirtion in the Land Folders:

r Details ofTrees

r Permanent Points

. Government Schools

o Names of Villages and Towns

r Government and Prtvafc Land falling in the proposed corridor

Folders shall be submitted in soft format in CAD with reference to grid coordinates.

by+he-Prejeet

DiFe€tef{ire€tly;

Task 13:0utcome:

Construction Machinery ReportConstruction

tIItIT

Centerline staked out at site with permaneut markers

Feasibility & Detailed Design for Construction of Hoshab'A

3.16.

Page 88: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

a

a

hhftIIFIIIItiltililII

also be done by the Consultanf if required.

Feasibility & Delailed Design for Constiuction ol'lloshabArvaran-Khuzdar *$Ln of M-8 (-. t-: \

) Pagc 73

Terms of Reference

A detailed report on constructiou resource shall be prepared. It will include, based on the

constnrction duration, the amount and type of construction machinery required. Based on the

Construction plan developecl in ltimavera / Microsoft Project" the resource allobation / the

Cash flow required shall be stated. Computations and assumptions for productions shall be

attached in the report.

Task 14:Outcome:

Preparation of Feasibility StudyFeasibilitv St

3.I7. T'EASIBILITY STT]DY REPORT

The Consultant shall submit a detailed feasibility report encompassing the technioal / economic

viability of the project after carrying out preliminary design and necessary investigations. The

basic data, result of investigations and studies as well as preliminary design estimates and

evaluation shall be collected in a condensed and comprehensive form, in the feasibility report.

Benefit cost methodology, cost appraisals of alternatives, benefit cost ratio, net present value,

economic intemal rate of retum, sensitivity analysis, shall also be made part of the report.

Task 15:Outcome:

Mass Haul DiagramMass Haul

3.18. MASS IIAUL DIAGRAM

Consultant shall submit the mass Haul Diagram whioh shall be represented directly below the

longitudinal section of the alignment plan. It shall clearly depict the following:

o the distances over which the cut and fill will balance

quantities of materials to be moved and direction of movement

areas where earth have to be borrowed/wasted and amounts involved

Task 16:0utcome:

Formulation of PC-ISubmission of PC-I

3.19. FORMT]LATION OF PC-I

The consultant shall prepare the PC-l for the project road including economic analysis on

prescribed Performa of PCJ by Planning Commission.

Separate PC-l for land acquisition shall be prepared and subrnitted. revision shcll

G.: \'\'1i-''r'

Page 89: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

Terms of Reference

o

lIltTTlIlI

:

IlI;l'

ilTTtIttII

Outcome: Submission of Tender Documents

3.20.1. TENDER DOCTJMENTS

Tender Documents shall comprise of the following: -

*-tletme-+-M. eenditions €

r Genditiens ef €en*aet (Part [tr); (eenditiens.ef Partieular Applieatie+]

o--€<xt*itisns'eFGentraet-(Par+{Il},*($uppl @

o--+erms-and+ppesdiees

b-{-elttmelP-

@ie"s'

c. Volume;III

o Particular Specifications, Special Provisions and Bills of Quantities.

d, Volume-IY

r Drawings as per the following detail:

o Title Sheet

o Sheet Index

o Key & Location Plan with Coordinates and alignment with stationing. Pits of

' soil investigations shall also be markred.

o Sheet of Legends & Symbols

o Traverse, Bench Mark and Design alignment data including curve data

o Typical Cross-Sections rvith looations of applications

o Super-elevation details and Linear Plan

o Road Furniture Details (Guard rails, Pavement Markings & Traffic signs etc)

with locations of applications

o Retaining walls with location tables

o Soil investigation linear plan

o Intersection Details

o Drainage plan for surface runoffand urban areas

o Mass Haul Diagram

o Plan and Profile Drawings

o General Notes for Stuctural Drawings

Drawings for Small drainage structures

Drawings for Large structures

ItttttIIIrlII

Feasibility & Detailcd Dcsign tbr Construction ol'l-toshab-Arvaran.Khuzdar Scction of M-8 (400 Knt) l'age 71

Page 90: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

thhItllhllItrITITiltI;T;lf

Terms of Rcfcrence

Drawings for Earth retaining structures

Landscaping details

Miscellaneous Details / Ancillary works including training works.

Detail drawing folders of Utilities / Infrastructure for Land Acquisition and

removal of all utilities I infrastructure etc., having all the requisite

information.

Drawings related to Environmental Mitigation Measures

NHA has standardized Volume-I (Pilt-I) and Volume-Il. Consultants shall study and adopt

these documents after scrutiny and modification whereas required.

e. Contract Conditiqns (Leeal Part)

NFIA has prepared Standard Tender Documents sections on instructions to BiCders.

Conditions of Contract, Bid Forms etc. and has used them for similar project in the

past. Consultant shall study these standardized contract conditions and amend them in

accordance with the requirements of this project. The Special Conditions of Contract

be added pertaining to the project as supple.ment to the General Conditions of

Contract.

f. Technical & Partic-Llgr Specificatiops

The consultants shall study the NHA Specifications and prepare particular specification

for he project for specified items not covered in the General Specifications.

BiIl of Ooantities

Consultant shall prepare comprehensive Bill of Quantities to be calculated to accuracy

of * 5% encompassing all the items of work, properly cross referenced to the Technical

Specifications. Standard format of Bill of Quantities shall be adopted.

Ensiqee,rls Estimate

Consultant shall prepare the Engineer's Estimate of the project based on the detailed

design, drawings and final Bill of Quantities, using NHA Schedule of Rates (2014) or

latest, if any. For items not specified in NHA CSR, rate analysis shalf be provided

based upon market price.

For review of Engineer's Estimate, the Consultant shall provide the follorving:

e Backbp calculations / Measurement Sheets of the Engineer's Estimate in soft

editable format.

o

o

o

Feasibility & Detailed Design for Construction of (400 Km) Page 75

Page 91: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

IItIIIIITIIIT

i

TITIIII

'lbrms of Reference

Earthwork Cross-Sections generated at every 25m interval' Same shall be

submitted in a separate folder titled "Cross-Sections" for verification of the

earthwork quantities.

o The Consultant shall also submit a 'oProject Data Sheef' showing the location

and dimensions of bridges, culverts, subways, tmderpasses, cattle creeps'

retaining & breast walls, traffic & road signs, slope stability works etc.

i. Certificate of Teghnical Sanction

As per Para 55-65, Chapter-Two, NHA Code, Vol-l & NHA's Circular No'

I 1 (19/Secy(Coord)NH All5t56g dated November 04, 2015, the Consultant is required

to submit a certificate which is to be used for obtaining technical sanction of the project

from the competent authority. A standard certificate is attached at Annex-B.

3.20.2. X'inal Presentation

Consultant at the end of design shall make a final presentation with following details. At

the end of Presentation, a box containing all documents and drawings shall be handed over

for record section.

lmportant Featu.rgs of ltesentqtion:o Consultant will describe the selected road alignment, merits, demerits, land acquisition

and other imPediments (if anY).

o Consultants will highlight important components of project like major bridges'

flyovers, interchanges, service areas and landslides erc.

o Important parameters of sub-soil investigation like CB& Pile Capacity and General

Soil Classification etc.

Consultant rvill also highlight the environmental impact of the road construction on the

road influence areas.

Important hydraulic parameters used inthe design of bridges over rivers/ canals.

Results oftraffic srudy and a:de load survey.

Location of quarry sites

Consultant shall cleaily explain the traffic management planS.

Complete desiription of dcsign criteria and functional requirernents.

Description of specialised equipment and machinery required for the construciion-

Description'of methodology /'oodes for pavement and structural desigrr including

details of computer. models.

O

o

o

a

a

:

a

Feasibility & Detaited Design for Construction of

j i : t

(400 Km) Page 76

Page 92: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

llllIIliltililil

Tcrms of Reference

For Structural Design, Summary of results of computer output (especially maximum

and minimum forces for all elements) in tabulated form shall be presented.

A plan showing major quarry sites / borrow area sites including mass diagrarn showing

cut and full along the finally selected alignment shall be presented.

Any other points, which the consultant may like to highlight, should be included.

3.20.3. Submission of Documents

All the Reports associated with each Task shall be submitted as stated in respective

sections. In the technical proposal, consultant shall dcvelop a Work programme Task

wise with submission dates. FailinF to qrovide the same. the nroposal shall not be

evaluated.

All documentV drawings shall be subject to review and checking by NHA's Experts.

Consultant will incorporate any comments / modifications made by the Experts (if agreed,

The Responsibility for correctness of design lies with the Consultant).

Consultants will provide two additional sets of the tender documents and reporls to the

Client at a later stage at no exffa cost to the Client. Additional number of sets (if required)

shall be provided at a cost ofRs. 5,000/- per set.

3.20.4. Provision of Data on Compact Discs

The Consultants shall submit complete set of documents and drawings listed above on three(03) digital CD-ROMs. Files (Word, Excel, AutoCad, Graphical Images, Photographs etc.)

shall be properly indexed / catalogued for record purposes and use / reproduction at a later

stage byNHA.

3.21. PERFORMANCE OF TIIE CONSTJLTAI\IT

The Consultant shall attendthe pre-bid meeting rvith bid preparing team (coordinator only isnot acceptable). The performance of the Consnltant with reference fo his responie to thequeries of the contractors shall be evaluated and recorded by GM (P&CA) & GM (Design).

Drtring the construction phase, the design review shall finally reveal the performance statusrecorded by the Design Section.

Finally, the performance of the consultant shall be evaluated based on the performance

status recorded by the Design Section. The performance rating shall be made in thefollowing manner: -

A+Feasibility & Detailed Design for construstion of HoshabAwaran-fdizaur

a.

Excellent

i -

of'M:$ (a00 Km) Page71

Page 93: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

Terms of ReferenceIIItI1 3.22.

ITIITTlIIIItItt

Good

Requiring improvement

Poor

A

B

Poor.,8,0 performance rating without subsequent improvement shall drop the consultant

performance to the stago "Poot''. If "Poor" persists in two consecutive spges, the Design

section shall propose penalty and P&CA shall implement the recommendation in the light

of legality of the matter.

MODE OF PAYMENT:sA" is the Contract amount excluding the Provisional Sums

Sr.No.

DescriptionY" ageof TotalAmount

STAGE.I

I Inception Report 3o/o

2 ffi and Alignment Study Report includingreouirements spelled out in the TOR along with recommendations.

all the sYa

Sub Total (A) $Vo

STAGE-U

3 . Topographic survey Drawings & Report 8%

4. Traffic Survey Report 3%

) . Axle Load Survey Report 3%

6. Pavement Design Report 4%

7. Geometric Design Report 4o/o

8. Structure Design Report 4Yo

9. S lope Stabil ization Report 4%

t0. Soi[ and Material lnvestigation Report 4%

11 . Geo-technical Investigations Rcport 5%

12. Hydrology & Hydraulic Study Report 4%

13. Highway Safety Audit Report 4%

14. Stake out of alignment on ground. 4Yo

t5 . Land acqufiition* relocation of Utility Infrastructure l"olders and ROWPlans showins the alignment and total area to be acquired, if required 5%

16. EIA and SIA Report 4Yo

Sub Total (B) 60Vo

Feasibility & Detailed Dosign for waan-Khuzdai Section of M'8 (400 Km) Page 78

Page 94: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

I

tttttItII

Terms of Reference

;1No' I

Description

o ageof TotalAmount

STAGE-III

17.

18 .

FffiiTender Documents & Drawings (Volume I - IV) inoludlng ItUQ,

Engineer's Estimate, C-factor, Special Provisions along with Backup /nesign Calculations in hard and soft (pdf + CAD file)

t5%

n/lr'fanagement Plan and Drainageplan for surface runoffand urban argas

3o/o

19., Geometric, HYdraulic,

Slooe Stabilization and Pavement Design along with EgqLu!4glatlglil4o/o

20. PC-I t0%

Sub Total (C) 32'|

TOTAL (A+B+C) 100%

Upon cheoking ttre report that it is in line with the TOR, 50% payment shall be released.

Remaining shall be released upon acgeptable quality is ensured. Upon initial submission, a

checklist conelating to TOR requirement shall be attached and checkEd for requirement spelled

out.

Final payment shall not be cteared until Consultant gives a satisfactory final report and until

consultant sgbmits soft copies of all documents / reports / drawings. Furthermore, no EOT

shall be required for the balance payments against each report-

3.23. DELTVERABLES:

All the Reports associated with each Task shall be submitted as stated in respective sections. In

the technical proposal" Consultants shall develop a Work Program Task wise with submission

dates. Failing to provide the same, be nJoposal shall not be evaluated, However. list of

documents to be submitted by the Consultbnjs is hereuqder:

Sr.No.

Description Numbers

STAGE.I

I Inception Report tJ3 Hard Copies + 0l Soft Copy

) Reconnaissar'ce Report 03 Hard Copies + 01 Soft CoPY

3.Alignment Study Report along with Map showingrecommended Option duly marked on Satelliteimagery,

03 Hard Copies + 0l Soft CoPY

4.Presentation of recommended alignment with meritsand demerits for approval by NHA

03 Hard Copies + 0l Soft Copy

STAGE.II,4;:a--.-

Feasibility & Detailed Design for

ffiTSection of M-8 (400 Km) Page79

i ; ' i1 ' .

' ::; i.

i;:i:1.,,._ .-!- .-,;,:1;;'.\,.i.*€r.*;-.r'

Page 95: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

Ternrs of Reference

Topographic Survey Drawings & Report 03 Flard Copies + 0l Soft CoPY) .

6.

7.

Traffic SurveY RePort 03 Hard Copies + 0l Soft CoPY

Axle Load SurveY RePort 03 Hard Copies + 0l Soft CoPY

8. Pavement Design RePort 03 Hard Copies + 0l Soft CoPY

9. Geometric Design RePort 03 Hard Copies + 01 Soft CoPY

10 .

11 .

Sfr ucture. Design RePort 03 Hard Copies + 0l Soft CoPY

Slope Stabilization RePort 03 Hard Copies + 0l Soft CoPY

12. Hydrology and Hydraulic Study Report 03 Hard Copies + 0l Soft CoPY

13 . Soil and Material Investigation Report 03 Hard Copies + 0l Soft CoPY

t4. Geo-technical Investigation Report 15 Hard Copies + 0l Soft CoPY

15 . Flighway Safety Audit RePot 03 Hard Copies + 01 SoIt CoPY

16. Report on Stake out of alignment on ground- 03 Hard Copies + 01 Soft CoPY

17.IandA;dFiilon & utility Folders along with RowPlans showing the alignment and total area to beacquired

03 Hard Copies + 0l Soft CoPY

18. EtA and SIA RePort 03 Hard Copies + 0l Soft CoPY

STAGE-Itr

19.Final Design Report (including detailed Structural,Geometric, Hydraulic, Slope Stabilization andPavement Design along with Backup calculations)

03 Hard Copies + 0l Soft coPY

20.Mass Haul Diagram, Traffic Diversion/Management Plan and Drainage plan for surfacerunoffand urban areas

03 Haid Copies + 01 Sotl coPY

2t .

Final Tender f)ocuments & Drawings (Volume I -

IV) including BOQ, Engineer's Estimate, C-faotor,Special Provisions along with Backup i DesignCalculations in hard and soft (pdf+ CAD file)

t5 Hard Copies + 0l Soft coPY

22. PC-I Pertbrma 85 [Iard Copies + 01 Sofl coPY

tITtIIITTItTIIITIIItI

Note: The soft copy will also be submitted in the format compatible with document i.e. Word,

Excet, CAf), etc. One copy in PDF must be provided along with.

In addition,. the Consultants should perform foltowing actions and incorporate in their

submissions:

i. Alignments (all possible options) marked on SOP sheots should be submitted lt,the outset

of the project along with Inception Report.

ii. Consultants will get approval of location / concept of Bridges from NHA Design Section

before embarking on detailed structural designs.

tItIIIIltIll

II

Feasibility & Detailed Design for Construction of ltoshab-A 8 (400 Knrl . Pagc 80

Page 96: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

ttthItIlIlTililililil

Terms of Reference

It is reiterated that all documents / drawings shall be subject to review and checking by NHA's

In-house consultants. Consultants will incorporate any comments / modifications ntade by the

NHA,s In-House Consultants (if agreed, the responsibility for correctness of design lies with

the Consultants). Consultants will provide two additional sets of the tender documents and

reports to the Client at a later stage at no extra cost to the Client. Additional number of sets (if

required) shall be provided at a cost of Rs. 5,004L

Feasibility & Detailed Dcsign for Consrruction of Hoshab'Auaran-Khuzdsr Scction of M-8 (400 Knr) Page 8l

Page 97: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

lIItII

iIItTI

rl

TIIIIIITI

TermS of Reference

ANNEXURE -ASTANDARD CERTIT'ICATE. FOR TECIINICAL SANCTION

,-,fEiii:*,...1. f1i --"--.-- ::;. ;1|'i;,

l-,:-)t' "'' .'.".i i - - i! i - -

I r . . . : . : ,

\li;.:, . '.,-:\, "----..-';.'

\ n _ , a ^ i . _ . ; - . i .-*-==/

Feasibility & Detailed Dcsign for Construction of Floshab-Awaran-Khuzdar Section of M-8 1400 Krn) Page 82

Page 98: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

This is to certi$ for the project titled "$gg[$ig!" o'(!94g!$" that:

(i) The Cost of Final Engineer's Estimate is Rs.

Terms of Reference

based on NHA's CSRtt,tIhIrIrltilllililsilililil

(iD The provided design has been carried out in a professional manner and to the best

abilities of the Consultant;

(iii) The design carried out is in compliance with the requirements of Terms of Reference

provided by NHA and cognizant with the reconrmendations put forth in the rcports and

appticable codes;

(iv) The proposal is structurally sound and that the estimates are accurately calculated and

based on adequate data.

For and on behalf of Consultant

Sign & Stamp:

Name of Authorized Representative:

Name ofConsultant:

Dated:

Feasibility & Detailed Design tbr Construction of Hoshab-Awaran-I(hrudar Scction of M-8 (400 Ktn) Page 83

Page 99: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

INFORMATION FOR

rIXED TRAVDRSE

STATIONS

Name of Traverse Stations:

Northing:

Easting:

Elevation:

Affix Photograph of Traverse station

IIIttIII

i ,

Sketch of the fixcd traversejllltiou.-:,:,!:.1-1 ,':'i9s-!9*g.';rtrilnent featJres

f*JiUitr;ty A O-tairca nesigrr for Construction of Floshab,Awaran-Kh'izdar Scction of M-8 (400 Ktn) Page 84

Page 100: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

ttttftITIItiltil

Terms of Reference

MINIMUM PBRSONNEL PROPOSED BY TIIE CLIENT

Feasibility & Detailed Design for ConsfucXion of Hoshab-Awaran-Khuzdar Section of M-8 (a00 Km) Page 85

. r:;i-.;i:;;:: :l:;''::i

ilji;;rfl.,,iil, i,r. :; ,,'.:'.;rl, : : i:',; r"r'

1 \ 1 - - ' , r - : i r - i :

. . ' : . r . i : , i r l ' ' : . . ;

.'.:j'.+; ' :' r:::'.:;l

li,i:iill;: .;:: i1. i . i . : : : i .1 : : . : r I : r t r : :

A. KAY PERSOI{NEL

I Team Leader/ Sr. HighwaY Engineer 0 l 04 04

2. Senior Structure Bridge Engineer 02 03 06

Senior Highway Engineer 0 l 04 04

4. Junior StructurelBridge Engineer 04 03 t2

5 . Junior Highway Engineer a4 04 t6

6. Pavement and Drainage En gineer 0l 03 03

7. Safety Engineer 0t 04 04

8. Slope Stabil ization Expet 01 02 02

9. Economist 0 l 04 04

Sah-Total (A): I6 3I 55

B. NON KEY / SUPPORT STAF'F

I Structure Draughtsman 03 04 t2

2. Highway Draughtsman 06 04 24

5 . Computer Operators 04 04 l6

4. Oflice Boys/ Securi6, Guards 08 03 24

suh-Total (B): 21 15 76

Page 101: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

Terms of Reference

ANNEXURE - BTOR FOR ENV'rRONVrBXrll $lmAcr AsssssMENT

r , . . 1 , . ' \ . '

iff""fr"U-e**""-ntuzdo Section of M-8 (400 Km) PaSe S6

Page 102: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

lllltllrtltl

1 .

'l'erms of Reibrence

CnlPrBnNo.4

ElryrnOtvprnrwlf, InfpaCf ASSpSSUnf,m Otr, ROanS/ HfCffWAvS PRO.IBCTS

Need for Environmental Impact Assessment (EIA)

Highway projects are generally undertaken to improve the economic and social welfare of

the people. At the same timo, they may also create adverse impacts on the surrounding

environment. People and property in the direct path of the road works are affected. The

environmental and social impact of highway projects include damage to sensitive eco-

systems, soil erosion, ohanges to drainage pattem and thereby groundwater, interference

with animal and plant life, loss of productive agricultural lands, resettlcment of people,

disruption of local economic activities, demographic changes, accelerated urbanization and

increase in air pollution. Flighway development and operation should, therefore, be planned

with careful consideration of the environmental impact. To minimize these adverse effects

that may be oreated by highway development projects, the techniques cf EIA become

necessary. Identification ancl assessment of potential environmental impact should be an

intggral part of the project cycle it should oommence early in the planning process to enable

a ftlll consideration of alternatives and to avoid later delays and complications.

In view of the above, an EIA will be carried out for the Environmental aspects of all stages

of the projects i.e. preconstruction, construction and post construction with the followittg

objectives:

. Establishing the environmental baseline in the study area and identifuing any

si gnificant env i ronmental issue;

t Assessing these impacts and providing for the requisite avoidance, mitigation and

compensation measures;

. Integrating the identified environmental issues in the project planning and design;

. Developing appropriate management plans for implementing, monitoring and

reporting of the environmental mitigation and enhancemont mea$tres suggested;

Thc EIA studies and reporting requirements to be undertaken this TOR mrtst conform to theguidelines and regulations issued by the Pakistan Environmetrtal Protection Agency (Pak

EPA), Ministry of Ciimate Change, Govt. of Pakistan (GOP) which cornprise mainly of the

Pakistan Environmental .Protection

Act 1997, its implementing tegulations, the EIA

Guidelines and Review.of IEE and EIA Regulations, 2000. 'fhese guidelines include the

amendments and subsequent rules for the EIA of projeots.

i) Regulations and Standards. Describe the pertinent legislation, regulations and

standards, and environmental policies that are relevant and applicable to the

2.

Feasibility & Detailed Design fbr Section o1'M-8 (400 Knr)

Page 103: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

i i)

iii)

Terms of Ret'erence

Foposed project, and identify the appropriate authori$ jurisdictions that will

specifically apply to the Project.

Projcct Categorization. The Consultants should categorize the project (category A

or B and IEE or EIA) as per Environmental Proteotion Act and guidelines &

procedures derived therein and as per donor agencies Environmental Safeguards and

Policies which ever are applicable.

project Description. The Consulants should provide a brief history of the project a

detailed location and maps with scales (km) of the projects with any alignment

(starting point to end point). In the project description the Consultants should also

highlight but not limited to bridges information, project components, seope and

sohedule of operation and construction, construction camps, and construction

materials.

Description of Environment. Assemble, evaluate and present baseline data on the

retevant environmental characteristics of the project erea. In addition to general

information, the Consultants should provide methodology for preparing ttre essential

environmental data. The data should ernphasize but may not be limited to the

information about Physical Environment which could include, meteorology and

climate, geology and soil, seismology, air and water quality, noise, topography and

drainage patterns, hydrology and/or hydraulic regime, surface and ground water and

land use. Ecological Resources should discuss about forestVflora/vegetation profile,

crop and horticulture activities, and fauna/wild life and local livestock species

(should specify mammals, birds, fish, reptiles and insects), protected and/or

endangered wildlife species. Social and Cultural Resources may discuss about the

rnethodology of surveys, settlem'ent pattsm, political and administrative setup,population and communities, socioeconomic conditions, protective and sensitive

areas, archaeological and cultural sites, health and fbcilities, educational facilities,

industrial/commercial activities, physical and cultural heritage, utilities, railway

links or alignmen! tourism facilities and potentials and others. Availability of

Resources for Construction should also highlight about bonow soils, construction

material, water and power availability and any other resources. Hazard vulnerability'

identiff vulnerability of area to flooding,. hurricanes, storm stlrge, and ealthquakes.

Characterize the extent and quality of tlre available data, indicating sigrrificant

infonnation, deficiencies and any uncertainties associated with the prediction of

impacts.

Environmental Impacts and Mitigatioh Measures.Identiff any negative positive,

direct, indirect, short term and long term impacts of the project, during pre-

construction/design, construction and operation phases. Identifu any information

gaps and evaluate their importance for dbcision-making. The Corrsultants must

recommend appropriate mitigation and rehabilitation measures for the environmental

damage and bther impacts identified for specific road coridors, and trow they would

TItIIIIlIlIIIIllII

iv)

v)

IIIItIIttIT

Feasibility & Detailed Design for Conslruction of AwararuKiruzdar Section of M-8 (a00 Km) Page 88

Page 104: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

Terms of Rcfbrence

be implemented with regards to: coordination betr.veen highway design andenvironmental issues, ambient air, water and noise quality, water resources,drainage, mineral resources, flora and fauna, social and cultural enrrironment,historical sites. The Consultants should attempt to identif creative measures thatwould afso have positive sooial implications, such as participatory tree planting thatwould also serve as job creation for affected communities. Consultants shouldidenti$ biological environment, and musl' discuss about national parks, gamereserves and endangered species. Consultants should also identify the impacts andmitigation measures for topograph% social / cultural issueg land acquisition andresettlemenq community development, bororv open pits, waste disposal, geologyand soil" surface and ground \ryater, hydrologic regime, traffic flow, wastage offertile humus layer, utilities issue and poverty alleviation etc.

However, report should not be limited to tlre above mentioned constituents of theenvironmental impacts and their mitigation measures. 'l'he Consultants shoutd bemore creative according to the specified project alignment. It should also includemaps, figures and photographs when necessary.

In order to assess environmental impacts and recommend various mitigationmeasunes to minimize the environmental impacts, identi& and develop data.

Development of Environmental Data. Identify EpA NEes antt guidelines andanalyze following parameters to develop base line environmental data of the project:

Ambient air quality.

Noise levels.

Water.

Biological environment.

Socio economic profi les.

AMBIENT AIR QUALITY:Consultants should monitor the ambient air quality along the selected road site.

The parameters need to be monitored include ozone (o:) carbon monoxide(co) sulphur dioxido (soz), Nitrogen dioxide (No:), and particulate maner(PMro). Acceptable standard analysis methodorogy should be selected tomeasure the NEQS pararnetefti.

Air quality data will be collected over a 24-hour period at all the sampling pointsmul thei;

irnage of air qualitil.

vi)

iTtrttItttT

Feasibility & Detailed Dusign fbr Constnrction of Uost aOE of M-8 (400 Km) Page 89

Page 105: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

i i)

IIIIIIIIItIItITItItI

Tenns of Relerence

High pollutant concentrations spots should be'selected for sampling to assess'worst-case' scenilios, and measurem6ntb Will be made in areas with ext€nsive

ribbon development and school$hospitals where traffic will be expected to be a

little heavier.

NOISE LEVELS:

Roadside noise level measurements should be takcn at a distance of - 6 m from

the edge of the highway (corresponding roughly to 7.5 m from source vehicles)'

The noise parameter should be measured for24 hours at various locations of the

specified site. The permissible limit of noise is 85 dBA prescribed by the NEQS

for motor vehicles. The NEQS do not |rescribe a noise level limit for receptors'

image of ngise Po\Htion\.

iii) WATER QUALITY:

During field investigations, water samples from various sources in the vicinity of

the proposed sections should be analyzed for important parameters with respect

to human consumption. Although, NEQS include 32 water criteria pollutants for

effluents and 16 NEQS for gaseous emissions, NHA prefer and recornmend

basic water quality analysis which may include but not limited to pH, turbidity'

alkalinity, TDS, TSS, 5 day BOD at 20cC, COD, OD, total hardness, chloride,

sodium nimtes, lead" meroury, arsenic, cadmium, total toxic metals, phenolic

compouncls as phenols, pesticides / herbicides / fungicides (in -farnland areas.t-

Colsultants must identify standard and recognized laboratt:ries. Consultants

shou,ld also provid,e Analytical Laboratory Reports aiong rvith methodologies

and analytical teihniques rsed for each parameter- The analysis rcpons must

include information, address and contact persons of analytical laboratories.

vii) Annlysis of Alternatives. Describe the ahematives examineC for the proposed

projeot that woulC achieve tho same objective including the 'ho change in

alignmenf,. Distinguish the most environmentally friendly altemativcs, ln case of

minor impacts, which can be successfully mitigated within the ROW and without

change in alignmenq there will be no need br the analysis of alternative. In all other

cases, and especiatly in the case of major or critical issues, a systematic comparison

will be .undertaken, of the proposed doSign, site technology .and operational

alternatives in tcrms of, : . '

Frrstbttity &, D"triled Dcsign for construction of ltoshab-Alvarqn-Khrr.dar ) ,ttogc 90

Page 106: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

ttttttIIIItIItIII

Yiii) (A)

'lerms of Reference

Suitability under local conditions; and

Institutional, training and monitoring requirements.

For each altemative, the environmental cost and benefits should be quantified to thepossible extent, and economic values should be attached where feasible. The basisfor the selection of alternative proposal for the project design must be stated.

Public Consultationr lnvolvement and Disclosure. During the field surveysthe Consultants will organize workshops and formal public consultationsessions at province level to identi$, main stakeholder, their categories, theirviews on the existing condition of the project, volume of traffic concern'sstemming from the impact of improvement works, as rvell as safety relatedissues. If possible, Consultants will assist in inter-agency coordination, andpubl ic/NGO participation.

(B) Grlevance Redress Mechanism (GRIW). An effective, feasible and projectSpecific GRM will be proposed rvith all requir$d details.

Environmental Management Plan @MP), Idenfify anclprepare EMP inclutling animplenrentation schedule and supervision pro$am with associated costs andcontracting procedures for the execution of environmental mitigation and socialissues for pre-construction, design, construction and implementation phases. ThcEMP cost plus monitoring cost together will be minimum l% of total project cost sothat these can be implemented in true letter & spirit at latel stages. Sanre cost will begiven in PC-l for EMP. This cost will be part of Bill of Quantities as separate item.The Consultants should describe the objectives of EMP and key environmental andsooial components, role of functionaries, and road saf€ty. The key components ofEMP should emphasize but not limited to:

alignment and shoulder width options, road side safety, structural recommendations,topography, geology and soil, seismic activities, flood hazards, environmentallysounci camp sites & borrow pits identification, mapping and oharacterization,archaeological sites, land acquisition and resettiement, local communities their socialand cultural. heritage, archaeological sites, r.vaste disposal, air anci water qualityincluding grou.nd and.surface watel noise, flora including roadside vegetationcutting and plantation, fauna including r';ildlife, endangered spgcies and theirprotection, traffic management, utilities, use of fertile humus soil recornmendation ofenvironmental protection sign boards, and health risk of workers. BN{P shouldidentify the training and workshcps prqgrams

Environmental Monitoring Plan. tdenti$r the critical issues requiring monitoringto onsure compliance to mitigation and environmental management plans and tom'easue and monitor the environmental impacts during construction and operation.The objectives of the plan are to monitor lhe actual impact of the works on theproject corridor's physical, biological and soci ic receptors within the

ix)

x)

Feasibility & Detailccl Design f'or.Construction ol'l.loshab-Arvararr-Klr 00 Km) Pagc9l

Page 107: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

rlrlrl1tTItIItIlIIIII

IItIII

ll:l

ItIITIIIIIII

Terms of ReGrence

cogidor. This will indicate the adequacy of the ElA. The monitoring plan should

recommend mitigation measures for any uneipected impact or where the impaot

level exceeds the limits. The plan should ehsure compliance rvith legal and

community obligations including safefy on construction sites. Consultants should

monitor the rehabilitation of borrow areas and the restoration construction campsites

according to EMP report. The monitoring plan should ensure the safe disposal of

excess construction materials. Consultants should flso evaluate the effectiveness of

the mitigation measures proposed in the EMP a{rd recommend improvements if

necessary. Apart from re$tlar compliance checks {oe Consultants should generate a

tabular matrix for air, water and noise analysis, asphah plant emissions, soil erosion

and contamination, plantation, safety and traffic rules compliance tbr construction

and operation Phases.

Environmental Monitoring Plan will list the procedure through which rnitigation

measures proposed in EIA will be implemented. It will also include environmental

parameter need monitoring, frequency and responsibilities of key players. [n case of

disagreement vrith local communities of stakeholders, grievances addressable

mechanism shall be part of plan. The management plan will develop the institutional

requirement and rype of training to enhance the capabilities of staff' The total

environmental mitigation, Mgnitoring, equipment and training cost shall also be

included. i

xi) Economic Assessment. Thiq section should include tlte overall cost estimate in

relation to the project benefits, environmental costs and total cost clf the proposed

project. The Consuttants should address the cost.analysis of trainirrg, monitoring

activities, environmental analysis and activities, resettlement, lllnd and propety

acquisition, and mitigation measures.

xii) Role of Functionaries and Government Ageneies Involvement. This section

should include role of all the functionaries'and variable involvement of government

agencies or authorities for the project acoomplishment-

xiii) Recommendation and Conclusions. An adequate summary should emphasize on

the project description 'and environmento environmental impacts and mitigation

measures, alternatives, socio-oultural and socio economics, public consultation and

the resulting issues and recommendations, environmental management and

monitoring plans, economic assessment, reeommendation and conclusions.

xiv) Submission of Reports. The report should be prepared ancl presented in strict

con.formity to IEE/EIA regulations, 2000 and Guicielines for preparation and

submission of IEEiEIA 1997 issued under the Pakisair Environmetttal hotection

Act,1997.

The title pagc of ttre report should specify the report name, project narne, highlay

length, scaled n:aps and / or colorecl photographs, date of the report. Consultants

company name, address, phone numbcrs, e-firail ancl

Feasibility & Detailed Design for Construction of l{oshab-Awaran-Khuzdar I Page92

L

Page 108: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

ttttttttrIttTIIIf

''Ierms of Reference

'

The reports should include acronyms list and a copy right certificate in the name of

NH4.The reports should includb all the key articles but not limited to the executive

summary, inhoduction, description of the project, policy, all legal and administrative

framework, descriptioni of the project environment, alternative analysis,

environmental impacts and mitigation measures, public consultation and

resettlement action plan, inter-agency and public/ NGO consul'tation process,

environmental Management & monitoring plans, economic assessment, conclusionsand recommendations.

All figures, maps, appendices, tables, photographs, matrices and list of referencesshould be chronologically organized and each page should be numbered.

(D Initially Consultants should submit two draft copies of the report to NHA.

(ii) It will be the responsibility of EIA Consultant to arrange joint visit(Consultant and Environment NHA HQ team) to the field before finalizationofEIA Report.

(iii) After incorporating the comments from NHA, bureau of EnvironmentalProteotion/Provincial EPAs and donor agencies Consultants should frnalizethe report.

(iv) Consultants requireC submitting fwr> hard copies and one sott copy of finalEIA repon to NHA.

(v) Must fill and attach the application form for Environmental approval underSec (12) of Pakistan Environmental Protection Agency (PEPA) Act 1997(PEPA- Review of IEE and ElA-Schedule [V regulations, 2000). The formrequires information of the description, Looation, objective, alternativealignment topography and land use of the project. In addition it also requiredinformation about the land acquisition in acres, ent ironmental qualit-v

standard (NEQS) analyzed and measurdd, estimates & sources of water &powers usage, cstimates of liquid & solid waste generation lbr the project

consmlction and number of labor force (employees) requireC fbr the projectconstruction and opsration phases.

(vi) The prepared Environmental Impact Assessment (ElA) report will besubmitted to tlre concerned EPA for formal concurrenoe and rvill be disclospdto the public, stake holders etc.

*Ten hard copies and two electronic copies (format on CD) of the report are to be submitted shouldbe labeled properly.

Public llearine:

It will be the responsibility of the Consultants to obtain NOC from the respective EPA fulfilling allcodal requirements. Further to this publishing of advertisements regardipg'public hearing and

Feasibility & Detailctl Design tbr Constrr.rction of lloshah-Arvaran-Kliuz.der

Page 109: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

IIIIIIITItIItIIIIIIt

'ferms of Refbrcnce

preparation of presentations, banners, sitting arrangements and all other will be responsibility of the

consultant.

Consultants' X'pe for Services:

The paymcnts to the consultants for EIA shall be made in the following manner:

Where A' is the total payable amount in respect of EIA Study' l

Consultins Service periodi:-Consultants shall submit the final report within ibrrr (0'1') months from

the Date of Commencement of Services.

Irion Compliance: If consultant fails to comply N{n's i-11t1uc1ipn and is not abte to obtain NOC

llo," "onc"-ed

EpA in minimum defined period in law; 50% of total cost will be deducted what so

ever the reasons are.

ItIttITTtItIII

'il.r:1|.lri

,'- IIII

Feasibility & Detailed Design for Construction Section of M-8 (400 Km) Page 94

Page 110: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

ttttttt.f,TtIttil

Terms of Reference

Social Impacts arc the changes that occur in communities or to individuals as a result of an

externally-induced change like development projects. The term also includes cultural impacts

involving changes to the norms, values, and their beliefs that guide and rationalize their cognition

of themselves and their sooiety. Social Impacts are both positive and negative'

Changes may effect employmen! income, Production, way of life, culture, community, political

systeis, environment, health and well-being, personal and property rights, and fears and

aspirations. These irnpacts can be positive or negative. In short, as social impact is a significant

improvement or deterioration in people's well-being. Projects with significant social impacts

incjude: roads and linear projects (dislocation of activity networks), and landfill and hazardous

waste disposal sites (seen as health risks).

Social impact assessment includes the processes of analyzing monitoring and managing the

intended and unintended social consequences, bottt positive and negative, ofplanned interventions

(policies, programs, plans, projects) and any social change processes invoked by those

interventions. Its primary purpose is to bring about a more sustainable and equitable biophysical

and human environment.

Tvpes of Impacts

The consultant preparing the SIA is required to oonsider the following aspects while analyzing the

possible impacts:

SociaUCultural

o Break-up ofcommunity cohesiono Disintegration of social support systems. Disruption of women's economic activitieso Loss of time-honored sacred places of worshipo Loss of archeological sites and other cultural property

Economic

o Loss of agricultural lands, tress, wellsr Loss of assets immovable and as well movableo Loss of dwellings and other farm buildingso Loss of access to common property resourcesr Loss of shops, commercial buildings. Loss of household income,livelihoods, businesses/jobs. Overall reduction in income due to a above losses

Public InfrastrucJure anilso,rviges

. Government office buildingso School buildings. Hospitalsr Roads. Identifying impoverishment risks which projects often create is part of the exercise to

identify adverse project impacts. ,'tiJ.j..ilN'/s.-;/ \*\\

,.]il' -., ,rr'\rb\\irll0,r9,?:

-.,,!#: . , . : . ' - - - " . \ . . / l,ri+:-EX

Page 111: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

tIItItIIIIIIIIItIIIII

Terms of Reference

The social impact assessment (SIA) report will include (i) identified past, present and future

potential social impacts, (ii) an inventory of displaced persons and their assets (iii) an assessment of

ih.it in"ore and livelihoods, and (iv) gender - disaggregated information pertaining to the

economic and socio cultural conditions of displaced persons (v) identify individuals and groups

who may be differentially or disproportionately affected by the project because of their

disadvantaged or vulnerable status where such individuals and groups are identified, will propose

targeted measures so that adverse impacts do not fall disproportionately on them and they af,e not

disadvantaged in relation to sharing the benefits and opportunities resulting from development. The

project's potential social impacts and risks will be assessed againS the requirements applicable

under laws and regulations of the jurisdictions in which the project operates that pertain to

involuntary resettlement matters, including obligations under international law.

i. Initially Consultant should submit two draft copies of the report to NHA,

ii. lt will be the responsibility of Consultant to arrange joint visit (Consultant and Land Section

NHA HQ team) to the field before finalization of SIA report.iii. After incorporating the comments from NHA, Land Section HQ and donor agencies

Consultant should finalize the report.iv. Consultants required to submit two hard copies and one soft copy of final SIA report to

NHA.ShaJing SIA Reoort with S,gkeholdels

. The SIA sponsors should ensure that the repofl is publicly rnade available once it has

been formally submitted to them.

ItIIIITIItIIIIIIII

F."rtbility & D"t"it.O O".ign tu Conrt*"tion of l{oshab-Awaran-Khuz'iar Section of M-8 (400 Km) Page 96

Page 112: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

tttt,titIt,nlriJlIIilff

Terms of Reference

tr.ORMA"TSOCIAL IMPACT ASSESSMTNT REPORT

A formal Report with a brief Bxecutive Summary should be prepared for submission to theAuthority:

Contents ofa SIA Report:

lntroduction: This section includes the purpose of the report. It desctibes its scope and how it isorganized (provide brief outline of the contents of the report),

Description of the Project: Frovide in this section brief details of the project, the objectives of theproject, need for the project, the project location, the proposed schedule for implementation.Furnish a drawing showing the project layaut" and its location.

Methods in ldentif,ing Project Impacts: Describe the methods used in conduoting the assessment,both quantitative and qualitative.

Anticipated Project Impacts: Describe project impacts on different groups, both positive andnegative, as identified by the SlA.

Affected Population: This section contains details about the total affected population, such as maleand female ratio, age profile, marital status, occupational structure, etc.

Affected Vulnerable Groups: Provide details regarding all vulnerable affected households,including scheduled castes/scheduled tribeVother backward classes, Women-hcaded households,squatters and encroachers, disabled and those unable to work, elderly and children withow suppot!and the very poor

Inventory of displaced persons and Losses to their assets:'['his section contains full information onlosses to both assets immovable as well immovable. These include land, houses, other sffucturcs,income and livelihood, and social netrvorks

Losses to the Community: Provide a complete list of cor,rhunify propefi affected by the prcjec:t.This will include all public buildings, common properq rcsource (such as pastures and rivers),cultural prcperty (includes archeologioal sites), and infrastructrrre (rcads, bridges, and canals)

Publio Consultation and Disclosure: This seition will describe the process follorved to involve thcaffected people and other stakeholders. It summarizes their comments and describes how thesewere addressed. Describe activities undertaken to share infprmation

Findings and Recommendations: This section will provide an overall assessment of impacts andmake recommendations. for further action on the basis of the impact assessment, includingabandonmeni pf the project if in relatiorr to the benefits the impacts are too severe to manage.

Mitigation Plan: If the recommendation is to mitigate the project impacts, provide details of anaction plan for mitigation, including relocation and income and livelihood restoration plans.

Recommendations: On the basis of its findings the Report should finally rnake its recommendatiorrto the sponsoring authority. It should clearly state whethcr the project.could proceed as it is; orproceed with some changes, or drcpped completely.

Sharing SIA Report rvith St4keholders

The.SfA sponsorq. should ensure thai the Reportformally submitted to them.

*,**:*

| I i :

is pucJicly ma4e avaiiable, t ' z - ! , t t o 1 n - - ,

;17.^.'1,r/----r.

Feasibility & Detailed Design for Construction oFFloshab'Awaran-Kh'rzdar Sectic.rn of'Na-8 (400'l(r3) l,age 9?

Page 113: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

II

ilI

rl

lrIIIIIIIIIITIII

MAN.MOIYTII AI\DACTIVITYSCIIEDULE

Man-Month And Activity Schedule

APPENDIX B

To estimate Consultant's inputS and costs for theassignmenq man-month and activity schedules are to beprovided as per enclosed format (Forms A7 and A8). Thesetu'o schedules should correlate.

II

n""siUitity e Detailed Design for Construction of Hoshab-Arvaran-KhuzCar Section of tvl'8 (400 K.nr) Page 98

Page 114: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

IIT

IIII

IIII

IIII

IIII

II

n o E K c F-h a) o F

r()-

) r+ F1 9J r) (+

sq FJ o o )-

( H )-) o H t-) d

Page 115: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

Il l

IIItIIt

Ref: 6(4e1)/cM(P&cA) INHA/ 2o2o / / q 3

M/s NESPAK lPr7t.) Ltd. llead Fhm| in JV withM/s Associated Consulting Engineers-ACE Ltd.;& M/s APEX Consulting EngineerirrgAddress: Higfuway Section, 2nd Floor, AttaturkAvenue, Sector G-5/2,Islamabad - PakistanPhone: +92-Et-2274O16Fax: +92-51-922L914Email : nespak.hte@mai1. [email protected],pk

Subjecil CONSIILTAITCYAGFTEMEITTFOR:coilsnLTAncx sDRvrqps I1oR rEAsiBrLrrY sruDY AIYDDEfAILrp DE$TGN rlOR COLSTRUSHON OF HOSHAB-aWARAN.KTTUZITAR SEq"rIOil OX' M-8 J4OO I{Ml(2-r,alvp BoADI

The Consultanc5r Agreement for the subject Services duly signed

on 29tlA April, 2O2O between National Highway Authority and the Consultants:

M/s NESPAK (Rrt.) Ltd. in JV with M/s Associated Consulting Engineers-ACE

Ltd.; & M/s APEX Consulting Engureering, Islamabad. is enclosed for your

further necessary action, please.

/ ' ' 1 - ' )tr/3ry")

(HAFIZ IUUIIAMMAD TAIIIR NADEEMIGeneral Manager (P&CA)

Encl: As mentioned above

Dlstrlbutlon:

- General Manager (Design), NHA, Islamabad;- General Manager (B&Al NI{A, Islanabad;- P&CA Record (Copy & Original Consultancy Agreement).

Co, py for klnd lnformatlou- Member (Planning), NHA Islamabad;- Member (Engg.Coord), NHA Islamabad;- GM (Finance), NHA, Islamabad;- GM (Engg. Coordf-Il, NHA,Islamabad;- Director (Tech.) to Chairman NHA.

ItI,IIIIIIt

1*Jo*oBNATIO NAL HIGHWAY AUJHORITY

hocufem.erfi &ContractAdministrationSection28 Mailue Area, G-9/1, Islamabad j 051-9032727, @ 051-9260419

Dated: 6ttt May, 2O2Q

- Member W-Zl, NHA, Quetta;- GM (Ptanning), NHA, Islamabad;- Director (P&CA), NHA, Islamabad;- Director (Planning), NHA, Islartrabad;

Page 116: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

II

IItIIIIIIIIIIIIIIIII

tIIIIIIITI

103130

Consultancy Contract Agrecment

for

Feasibility Study and Detailed Design for Construction of Hoshab-Awaran-Khuzdar Section of M-8 (400 km) (2-lane Road)

This CONTRACT (hereinafter called the "Contract") is made on the L-?:t'!Aay of.hQA",!rr. 2020, between, on the one hand, National Highway Authority, Govcrnment ofPakistan, 28-Mauve Area, G-911, P. O. Box 1205, Islamabad, Pakistan (hereinafter called "theClient" which expression shall include the successors, legal representalives and permiltedassigns) and on the other hand a joint venture consisting of the following entities, each of whichwill be jointly and severally liable to the Client for all the Consultants' obligations under thisContract, namely:

M/s National Engineering Services Pakistan (Pvt.) LttI., 2nd floor, Attaturk

Avenue, Seclor G-5/2, Islamabad - Pakistan, (Lead Member);

il&s APEX Consulting Bngineering,Cantt, KPK Pakistan, (JV Member)

ii ! i i iiii i iEil i ili ii i I ii ii i t i iilltiiiiitiliilii iElf iifill lli

a n d ' i r t l - .

/ \House # 19, Armour Colony,Nowshera

I\Us Associated Consulting Engineers - ACE, p@ted., 45-I-, Model 'fown

Extension, Lahore - Pakistan, (JV Member); i.',1 f -'

.'l I ff nt i J

(hereinafter collectively called the "Consultants" rvhich expression shall include its successort,-o*.#ft._*,

legal representatives and permitted assigns). ffi:

wHEREAs ajHF.-

(a) the Client has requested the Consultants to provide certain consulting serviccs as defined

in the General Conditions of Conhact attached to this Contract (hcreinafter callcd the

Page 117: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

li

Date: 2C-A2-2O2O

Feasibility Study and Detailed Design for Construction of

Hoshab-Awaran-Khuzdar Section of M-B (4OO kn) (2-iane R.oad)

Agreement Between

M/s National Engirreering Sen'ices Pakista:r (FVtj Ltd. Ii: JV ivitl-rl\tt/s Associated Consulting Engineers Ltd. And

\,{/ s APEX Consulting Engineeri:rg

And

Na r j r-rnal F{ig}l'*, ai,-

ttIIIIIItIIIIIIIIItII

IIIIIIIIIIIIIIIIIII

iIII

l

Page 118: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

Il

L 0 3151

(b) the Consultants, having represented to the Client that they have the required professionalskills, and personnel and technical resources, have agreed to provide the Services on theterms and conditions set forth in this Contract:

NOW THEREFORE the Parties hereby agree as follows:

1. The following documents attached hereto shall be deemed to form an integral part of thisContract:

(a) the General Conditions of Contract;(b) the Special Conditions of Contract;(c) the following Appendices:

Appendix A: Description of the Services/Terms of ReferenceAppendixB: ReportingRequirementsAppendix C: Key Personnel and Sub-consultants

:i I : 'i 'ii=i

i :.iil i iii ii I i ll ',i i ii 'i

ii ' : I

lii i I rlEi i iEii i ft l i I li n i ii I ii iiiiiEiiiltiliii rittilllii ili

?#*

tTIIIIIItIItIIIIIII

IIIIIItItITItIIt

Appendix D: Breakdown of Contract Price in Foreign Currency (Not used)

Appendix E: Breakdown of Contract Price in Local Curency

Appendix F: Services & Facilitics to be Providcd By the Client and Counterpart

Appendix G:

ir Annexure-l:-l'Annexure-Il:

t Annexure-Ill:ilft$;ffi::-"

the consurtants bv the'"*' #mF

General Manager (Finance) ietter No. l(1)NHAlFINl20l8-559dated December 19, 2018

Annexure-IV: Member (Engg-Coord) letter No. Dir(ISO)AIHA/QA Cell/19/180dated 22no October, 20 I 9

Annexure-V: Affidavits forNon-Blacklisting

The mutual rights and obligations of the Client and the Consultants shall be as set forth in

the Contract, in particular:

(a) the Consultants shall carry out the Services in accordance with the provisions of the

Contract; and

(b) the Client shall makc payments to thc Consultants in accordattcc v.'ith the provisions

of thc Conrract.

Page 119: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

Registere -^fr ff. Date: 2A.-02-2C2O

Feasibility Study and Detailed Design for construction of

Hoshab-Awa-ran-Khuzdar Section of M-8 (400 km) (2-lane Road)

Agreement. Bettrieen

M/s National Engineering sert,ir-:es Pakistan (Pr'-t) Ltd. In JV with

N{/ s Associated Consuiring E;:gineers l,t-d- And'

VI/ s APEX Consr,rlting Engineering

And

i jrn ti clna L ii i g;l,i'.'i' s1; alr. L h.r-r l:i i"v

rrlrlrlrlrlrlr1rlrlII!IIIIIIII

IIIIIIIIIIIIIItItIIII

rII

I1

Page 120: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

IIIIIIIIIIIIIlttIIIII

IIIIIItIItITIIIIIIII

10 314I ii i i i tti i i"rl i lli ii i i il ii i ii i iiii ilili !!ii ili i Eititiiti iii

IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in ttreir' '

respective names in two identical parts, each of which shall be deemed as the original, as of theday, month and year first above written.

For and on behalfof NATIONAL HIGHWAY AUTIIORITY

Witness

Signature

,L,,r,u,","/Z,Wa/v/u:-

N"*" Sr U,-4 Pa: g^"1-Name gtuhmmadftrve+dlgbalWrlrhlrl

rc)lletionrl Hirh{ay ruthontv

Title t3tarnaba{,

For and on behalfof

M/s National Engineering Scrvices Pakistan (Pvt.) Ltd. in JV with M/s AssociatcdConsulting Engineers Ltd. and M/s APEX Consulting Engineering

, /NWitness/ r \ ,/

hrslgnature \ \-rName: ilt,.,tnv nfXN

cNrc # v7q6-fl%2.1q{'1

I

M/s National Engi ServicesPakistan (Pvt.) Ltd Membcr)

ATTqglFD

- 3 -

Page 121: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

Kll'6Reg is te ied No . . . : . . . . . . . . Date: 2!J-A2-2A'2A

Feasibiiity study and Detailed Design tbr construction of

Hoshab-,A.waran-Khuzdar section of M-8 (400 k-rn) (2-lane Road)

Agreem.ent Between

&{/gxational Engineering ser"'ices Pakisttrn {pvt) Ltd. In JV r,r.ithM/s Associated. Consulting Ei:.girleers Lr.d. .\nd

It{/ s AFEX Cnnsr.iiting Engineering

And

National Hrghv;e.-v .{uthorit3r

tIIIITtItIIIIIIlIII

IIIIIIIIIIIIIIITIIII

Page 122: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

103147: : , : : l : : : : : ? . ! E : | '

ii ! I i liEl i ill i iii l i i u ii i ii i ii titnEiitlili lii iilf iiiili iii

M/s Associated Consulting Engineers -

ACE Limited (JV Membcr)

Signature 'l?b, , \\7

Witness

Signature

Name:

Name: Khalid Rasul

M/s AFEX Consulting Engineering(JV Member)

Name: Asad Ullah Khan

Title: Manager Projects

ffi*

Witness fn"?

Sisnature / |- - J ,

Name: f "AU- ' Eb|

CNIC# S f t *> -y t4 t1 fh^L

CNIC #

IttIITItIIIIIIIIIIII

Page 123: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

Registere o *.. T.l,{..2.... Dei'r*: 2L1-O2-2O2A

Feasibiiity ;'ltud)' and Detaii':C Design :o;.' Cjonstruction of

Hoshab-Awaran-Khuzdx Sectir:n cl'M-{3 i;iiii} k.r.n) i2-Iane Road)

iigre ertlcrr r t E etr.l'e el:r.

\4/s Nat,.,rneil lingirree:ing Serviccs Patr<i.st*ur iPvti i-td. in JV withIvi r s As$ociaterl Cr: lsuiti:n g Er-: gii:.rtt.r.'s i-t C. An.ci

l\,{ ;i s AFEX C oir r "ri r-irrg; Engi:.i.re; ii'i g

ITtIIIITItlItIItIIIII

tIIIIItItIIIIIIIIIII

- . r i , ,

lI1

Page 124: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

II II I I II I T I I T T I IT II IT TII ITJ' I

Page 125: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

tIttl_1ttTtttI11Il_tttI

1.

Ever,uetrow RPPoRt

BACKGRoUND

Ho shab- Aut aran-Khuz'dar (Km 4 O O | :

Global revised PC-I of Gawadar-Ratodero Road Project (M-8) was

recommended by CDWP on 15-01-2018 at a cost of Rs.46.952 billion.

Section wise detail of M-8 is given as under:

Sr. No. ProJect Name Length Km Status

I Gawadar-T\rrbat L64.25 Completed

11. Turbat-Hoshab 85.0O Completed

iii.Hoshab-Awaran-Awaran -Khuzdar

100.00300.00

PC-II & TOR isbeing presented

lV. Khuzdar Shahdadkot 206.30 Completed

v. Shahdadkot-Ratodero 36.00 Completed

In lieu of the matter, NHA intends to appoint Consultant for Updation

of Feasibility Study and Detail Design for "Construction of Hoshab -

Awaran - Khuzdar Section of M-8. The feasibility study and detail

design was carried out in 1998. Therefore, NHA intends updation of

feasibility study and detail design of subject section of M-8. The total

length of project is 4OO km (Approx.).

In order to achieve the objectives, the NHA intends to hire the services

of a competent and highly experienced engineering consultancy firml

consortium of engineering firms who demonstrates tJ:e availability of

requisite technical and non-technical human resource and who bear

the valid license of Pakistan Engineering Council with relevant Code.

This report covers the selection process of such a firm/JV under the

provisions of prevailing procurement Rules/ Regulations and NHA

Code.

Nppo Asspsuptrt:

. Gwadar is future Hub of Business activities.

. Gwadar port will play an important role to boost economy ofPakistan.

2.

Technical Evaluation

Feasibilitg Shtdg & Detailed Design of Hoshab-Awaran-Klutzdar Section of M-8 ft00 Km) Page-l

Page 126: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

Technical Evaluatio n I ZO19t _

4.

5 .

ttItiiIiiiiIIilIi. t '

ttII

Proper connectivity of road network will play an important role

in easy movement of trade vehicle and luggage.

After completion of Hoshab-Awaran-Gawadar.section of M-8will be a shortest route to Gwadar port and it is anticipatedthat mostly traffic not only of CPEC but also local traffic will

adopt this route due to shorter distance for Gwadar and

surroundings Area's.

PRqrpct Dprnrrtror:

The project envisages Construction of 2-lane highway having carriage

width 7.3m for Hoshab to Khuzdar via Awaran which is part/ section

of Ratodero-Gwadar (M-8) project. Total length of proposed project

road is about 400 km. The road will be constructed as a 2-Iane

facility. Accordingly, the consultant will conduct feasibility study and

detail design of tJ'.e project by adopting international standard code of

practices for road and bridges design and as per TOR for said

assignment.

PRo.rpct Oanpctrrms:

i) Depriveness of Baluchistan will be addressed through thisproject. With provision of this road shortest route will beavailable for Gwadar Port.

ii) After construction of missing section of M-8 economic activitieswill be started in Baluchistan especially project surroundingareas.

iii) Time saving of traffic will improve.

iv) Vehicle operating cost will be reduced.

v) Employment opportunity will develop for the people ofsurrounding areas.

Scopp Or Wonx:

Consultant is required to carrJr out following activities within thestipulated time for the contract:

o Data Collection / Co-ordination with concerned Departmentsparticularly strategic organizations

Feasibilitg Shtdy & Detailed Design of Hoshab-Autaran-Khuzdar Section of M-8 ftOo Km) Page-2

Page 127: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

IlIt11IlIII1itIti1il

. Review of existing alignment and recommend improvements /modifications & study of New Alignments in accordance with

the Geometric Standards set forth in the TOR, if any

. Presentation of alignment alternatives for approval from NHA

o Acquisition of Processed LiDAR Data from Pak Army 477 Survey

Group

. Topographic suryey (where required in addition to the LiDAR

Data) with establishment of survey control points

o Soil investigation

. Evaluation of existing pavement, if any

o Identification of quarry sites and construction material survey

o Geotechnical lnvestigation sunrey for bridges and structures ,

. Road furniture design including traffic signs and gantries

. Hydrolory & Hydraulic design of alignment & structures

including flash flood routing

o Structures Design

. Horticulture and Landscaping of intersections, if any

. Traffic survey and Axle load survey

o Pavement Design with surface runoff calculations

. Preparation of Feasibility Study Report to ascertain therequirement for provision of 2-lane highway keeping in view tl:eTralfic Requirements & Economic Analysis / Cost-BenefitAnalysis.

. Highway Safety Audit

o Tender Documents includingEngineer's Estimate, Particular

Drawings, C-Factor, BOQ,Specifications and Special

Provisions

o Stakeout of design alignment after approval for groundvalidation

. Utility folders and Land Acquisition Plans including completedetails of land owners as per Shajra Parcha as per ProvincialDepartment Record.

o Preparation of PC-1

consultant is entrusted with the Scope of work outlined above. It isrequired that the consultant should undertake the job in aprofessional manner to the best of his ability and resources. NHA asclient may offer comments through in-house review / 3ra party review

Feasibilitg Studg & Detailed Design of Hoshab-Autaran-Khuzdqr Section of M-8 (40O Km) Page-3

Page 128: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

ltttItttIttIII1tTttt

6,

consultant. Any comments offered by the Client do not absolve the

consultant from its obligation to develop correct and cost effective

engineering solutions for tJre Project. NHA reserves the right to take

punitive actions as required at appropriate forum even during

construction stage.

Pc-II Sterus:

The PC-[ of the Project was approved in 50ut Meeting of TWP-II held

on 9m May 2019, which was revised through Corrigendum dated

28ti'August 2019, at the estimated cost Pak. Rs.7Or948r8OO (Ref:

Annernrre-Af.

Apwnttspuprvt:

The RFP Notice was advertised in two daily newspapers namely:

Roznama JUNG (Urdu Newspaper) on Sfr September, 2019 and DAWN(Eng1ish Newspaper) on 6ut September, 2OL9 and also uploaded onNHA and PPRA websites. The initial deadline for proposals submissionwas 25fr September, 2OL9, which was extended to 2"d October,2Ol9tlrrough Corrigendum No.l. The PPRA tender No. is T5399L72E. Thenewspaper clippings are enclosed for record (Ref: Annexure-B).

Pnp-Pnoposer, Mpprrrc:

The Pre-Proposal meeting was held on lLth September, 2OL9 at 1100hours in NHA Auditorium, HQs Islamabad. The Minutes of Pre-Proposal Meeting and Addendum No. O1 was issued vide letter No.6(49 rl / DLr-III(P&CA) / NHA/20 L9 / 2L3 dated 26ft September 20 19. Theproceedings of the Pre-Proposal Meeting along with Addendum No.01and record of attendance of participants are enclosed(Ref: Annernrre-C).

9. SUBMISSIoN/ OPEIvING OF PRorcsArs:

9.L Following two (02) consultancy firms/ JVs submitted their technicaland financial proposals on 2nd October,2QLg:

i. M/s National Fngineering Services Pakistan (Rrt.) Ltd. in JVwith M/s Associated Consulting Engineers (Rrt.) Ltd. and M/sAPEX Consulting Engirieering;

7.

Feasibilitg Stttdg & Detailed Design of Hoslwb-Auaran-Iltttzdar Se'r:tian of M-8 ftOO Km) Page-4

Page 129: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

250

E9)pa)(20)

(20)

I@I(s0)(20)

GA)(30)

2.

2-a

(i).

(ii).

(iii).

2-b

(i).

@.

2-c

(t).

IItIIIIIIIItiTIiiIiT

Technical Evaluation I zofe

ii" M/s Prime Engineering and Testing Consultants (Rrt.) Ltd. in

Association with M/s Associated Consultancy Centre (Rrt.) Ltd.,

M/s Finite Engineering and M/s Babar's Associates.

g.2 The Opening and Evaluation Committee constituted in respect of NHA

Code-2OOS and further revised vide Circular No. 6( )/GM(P&CA)/

NHA/L5/LL6, dated 23rd January, 2OLS was invited vide office letter

No.6(a91)/DIR(P&CA)-III /NHA/L9 l2L8 dated lst October, 2OL9 for

opening of the proposals. The Technical Proposals were opened on

2nd October, 2OL9 in the presence of Opening and Evaluation

Committee and the representadves of consultants. The proceedings of

proposals opening are enclosed (Ref: Annexure-D|.

10. Evelu.mror:

10.1 Evelueron CRrrBrue'The evaluation of technical proposals is based on the following

criteria:

-iriL::-irlw

Experlence of the Firm

General Experience in Road Transport Sector

Specific Experience Related to ParticularAssignment

Approach & Methodology

Appreciation of the Project

Euid.ence of Site Visit utittt Ptntographs

Claritg of Appre ciation

C ompr ehen siu e ne s s of Appre ciatio n

Problem Statement/ Understanding of Objectives

Identification of Prgbl,ems/ Objectiues

Components of Proposed. Seruices

Methodologr

Proposed Solutions for this project

100

tzl)LL5)

Feasibilitg StudA & Detailed Design of Hoshab:.Arlaran-Xfurza

Page 130: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

(ii). Qualitg of Methodologg

(iit). Conciseness, Claritg and Completeness of Proposal

2-d Suggested Changes for Improvement in TOR

2-e Work Program

2-t Staffing Schedule

(20)

(so)ru)twIw

3. Key Staff 45O

4. Performance Certiflcation From Cllents 1OO

5. Present Commitments lCurrent Engagement and 50Avallable Strength - Justiflcationl

6. Transfer of Knowledge * (Methodologyl Plans| 50

ltii11lili-lIIitI

-

{-'

IIr

tI

Total Polnts:

Minimum quahfying technical score

1000

70%

* Transfer of knowledge would be in the form of joint venture

with new/ less experienced firm(s) by sharing at least 2Ooh of

Assignment with them for promoting tlle consultancy

industry in the countr5r.

The percentage distribution of weightage earmarked for evaluationsub-criteria for suitability of Key Staff are:

i .

ii.

iii.

Academic and General Qualifications

Professional experience related to the Project

Status with the firm (Permanent & duration withFirm as per LOI Clause 3.L.4 (d)) of the RFP

30%

60%

LO%

LO.2 RpsponsrvnNpss op TpcuxrcRr, PRoposer,

Al1 the proposals were evaluated in the light of eligibility criteria and

other stipulations mentioned in the RFP. The required documents for

completeness of the proposals have been spelled out in the table for

checklist attached to the RFP. The evaluation sheet showing the level

of RFP compliance is enclosed {Ref: Annexure-Ef .

Feasibilitg Shtdg & Detailed Design of Hoshab-Autaran-Khuzdar Section of M-8 ft00 Km) Page-6

Page 131: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

Iitli11iiiII

10.3 DprRrLBp EvelueloN

10.3.1 As a result of responsiveness of technical proposals, only one (01) JV

firm was found responsive to the requirements of RFP checklist:

1. M/-" Nd"td,Engineering Services Pakistan (Pvt.) Ltd. in JV

with M/s Associated Consulting Engineers (hrt.) Ltd. and M/s

APEX Consulting Engineering

The technical proposal of only responsive JV firm was evaluated in

detailed by the Evaluation Committee members. The score assigned to

each technical proposal as a result of evaluation are tabulated below:

IO.s.2The Summary Evaluation Sheets (SES) and Personnel Evaluation

Sheets (PES) as per technical evaluation carried out on the basis of

which the entries are made in table under Para 10.3.1" are enclosed

(Ref: Annexure-F|.

11^ RpcoumpuDATroNs:z.11.1 As mentioned in table under Para 10.3 above, only_pq9__(8._1l

consultancy JV firm achieved 8O7o i.e. more than minimum passing

score of.7Oo/o in the technical evaluation as per the evaluation criteria_

stipulated in the RFP:

tiiir

Ir -

Iii

Technical Evaluation

M/s |ESPAK (Pvt.) Ltd. in JV with

M/s Associated Consulting

Engineers (Pvt.) Ltd. and M/s

APEX Consulting Engineering

M/s Prime Engineering and Testing

Consultants (Rrt.) Ltd. in

Association with M/s AssociatedConsultancy Centre (Pvt.) Ltd., M/s

Finite Engineering and M/sBabar's Associates

Non Responsive

Feasibilitg Studg & Detailed Design of Hoshab-Autaran-Khlzdar Section of M-8 ft)O Km) Page-7

Page 132: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

t

ITechnical Evaluation | 2OL9

I

ho*wfur,-General Manager

(Design)

tIIIIiiii. r "

tr -

IIr

ITr

IiI

IIf -

tI

i. M/s National Engineering Services Pakistan (Frt.) Ltd. in JV

with M/s Associated Consulting Engineers (hrt.) Ltd. and M/s

APEX Consulting Engineering;

LL.2 Foregoing in view, the Opening and Evaluation Committeerecommends that the evaluation of technicat proposals may b1approved and permission may be accorded to open the financial

]roposals of the consultdncy JV Firm mentioned under Para 11.1above.

12. SusMrssrou:

The Opening and Evaluation Committee submits Para lVN for kindperusal and approval of Member (Planning|, please. =-

General Manager(Engg.Coord.)-U

YF"'-llwwo|rl,s

r l /ns

CrAo( f"s% )-/

Director (Planning

MpnnspR lPlerYurrc

Feasibilitg Shtdg & Detailed Design of Hoshab-Awaran-Khuzdar Section of M-8 (4O0 Km) Page-8

Page 133: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

FinanciaUCombined Evaluation Report

Feasibilitg Studg & Detailed Design of Hoshab-Awaran-Khuzdqr Sectton of M-8 ft00 Km) Page-9

Page 134: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

IIITliIIIiiiiiiIiiII

L4. Oppluuc Or F.rnencrar, PRoposer"s

Subsequent upon the approval of Member (Planning) vide Para L3

above, the financial proposal of following one (01) technically qualified

JV firm was opened. on 23'd December 2OL9 in the presence of NHA's

Proposals Opening/ Evaluation Committee members and authorized

representatives of the consultants. Attendance sheets of Committee

members and consultants' representatives along with the summary

sheet of financial opening a-re attached (Ref: Annexure-G). The

financial proposal of the consultant as announced during the financial

opening is as under:

Sr. No. Descriptlon Mls NESPAIS + ACE + APEK

l_. Salary Cost/ Remuneration 24,67L,9OO

2. Direct Cost (Non-Salary) 48,5OO,OOO

3. Sub Total (I + 2l 73,r7r ,900

4 .

Sales Tax @ 16%o on item S.No. 3 above which shall bekept as Provisional Sum in

the Contract Agreement

Not Applicable till finatdecision of the Court of Law

Grand Total: 73,t7t,9oo

15. Anrrrrnnsrrc ERRons & Irconsrsrorvcrps

15.1. No arithmetic error and other additionf omission was found in thefinancial proposal of M/s NESPAK (Rit.) Ltd. in JV with M/s ACE(Rrt.).Ltd. and M/s APEX Consulting Engineering.

t5.2. The comparative statement of financial proposal of M/s NESPAK (hrt.)

Ltd. in JV with M/s ACE (Rrt.) Ltd. and M/s APEX ConsultingEngineering is attached (Ref: Annenrre-H|.

16. Frnencrer, Sconp Car,cur,ertor

The lowest financial proposal (F*) is given a financial score (Sd of 1OOOpoints. The financial score of the JV lirm is computed as follows:

g r = (10OOxF* ) /F

Where, F- = Lowest Financial ProposalF = amount of specific financial proposal

Feasibilitg Studg & Detailed Design of -Khuzdar Section of M-8 ft00 Km) Page-l)

Page 135: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

IIiiiiii

t

1Ir

II

I

lI ,

I

I

tI' !

1i

Ir

IIt

Combined Evaluation I zofs

L7. CoMgIuppEvAr,uetroil

17.1. Using above formula, the financial score is calculated, given in tabular

form as under:

Description M/s NESPAK + ACE + APEX

Quoted Amount 73,I71",900

Evaluated Amount 73 ,L7L ,9OO

Financial Score l ,OOO

17 .2. The result of the combined evaluation is therefore shown as under:

Sr.No.

Description M/s NESPAK + ACE+ APE:K

A. Remuneration 24,67L,9OO

(i) . Key Staff 19,907,100(ii) . Non-Key Sta-ff 4,764,8OO

B. Direct Non-Salarv Costs 48,500,000Total {A + Bl 73'171,9o,0

C. Sales Ta><@ L6o/o on Remuneration

Tota l (A+B+Cl 73,171,9OO

(a). Provisional Sum Items (-) 10,000,000

(b). Indirect Local Taxes (-)

Competitive Financial Proposal 63,171,9OO

COMBINED EVALUATIONTechnical Scores (D) 798

Weighted Technical Score (E= 80% x D) 638Competitive Financial Proposal 63,L7L,900Financial Score (F) 1,000Weighted Financial Score (G=20% x F) 2o,0Combined Score (H= E+G) 838Ranking Irt

18. Rpsur.r Or CoMsrupo EvAluarrou

As a result of Combined Evaluation, M/s National EngineeringServices Pakistan (hrt.) Ltd. in w with M/s Associated consultingEngineers (Rrt.) Ltd. and M/s APEX Consulting Engineering, is thehighest ranked consultants with evaluated consultancy cost: Pak.Rs.73, L7t,9OO l-

Feasibititg Studg & Detailed Design of Hoslnb-A Sectionof M-8 ftOO Km) Page-lL

Page 136: ppra.org.pkCreated Date 8/31/2020 12:11:43 PM

IIIIIIIIiitI

19. Powpns Fon Amnp on Colswraucv Spnvrcps

Reference is made to Chapter No.4, "Engaging Consultants &

Administration of Consultancy Services" of NHA Code-2o05 Volume-I,

Page 83 under section-Il *Powers", sub-section (2) - Local Consultants,

in Table lV-2, row No. A (i); NHA Executive Board has Full Powers for

approval of cost of local consultancy services and acceptance of bid for

engagement of consultants.

20. Rpcouupnoetrors<-l

The Opening & Evaluation Committee recommends tJ:at the proposal

for award of "Consultancy Services for Feasibility Study and Detailed

Design for Construction of Hoshab-Awaran-Khuzdar Section of M-8(4OO km) (2-lane Road)" to the highest ranked Consultants: M/s

National Engineering Services Pakistan (Pvt.) Ltd. in JV with M/sAssociated Consulting Engineers (hrt.) Ltd. and M/s APEX ConsultingEngineering at evaluated cost of Pak. Rs.73,I7I,9OO|- (Pakistani

Rupees Seventy Three Million, One Hundred Seventy One Thousand,

and Nine Hundred Only) may be presented for approval before NHA.Executive Board in its upcoming meeting.

21. Susnilrssror

The Proposals Opening & Evaluation Committee submits Para 20/Nfor approval of Member (Planningf , please. --'

iIIIIllt

General Manager(Engg. Coord.-II GoP)

wlout&.General Manager

(Design)

Ap^A,'{ /W4,/:ozo

\t ^ . - -"fr\/a/a) --__-

General Manager(P&cA)

Qnct

Convener

Feasibilitg Shtdg & Detailed Design of Hoshab-Auaran-Khuzdar Section of M-S ftOo Km) Page-l2