Upload
others
View
3
Download
0
Embed Size (px)
Citation preview
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
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
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
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
Copy of
Qualification &Evaluation
Criteria
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
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
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
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
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
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
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
-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)
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
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
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)
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)
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
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)
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
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
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)
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
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 )
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;*
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
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
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)
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:!,,
: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" " $l'!*i ftn*;"r*:g28, Mauve Area G-9/l IslamabadTelephone : +92-5 I -90327 27Facsimile: +92-S | -92604 | 9
Feasibility Study & Detailed Design for Construction of HoshabAwaran-Khuzdar Road (400 Km)
IIIIIIIIIIIIITIIItIII
TITTIIllilIIIIf;
Feasibility Study & Detailed Design for Con'.stiuction of Hoshab-Arvaran-Khrrz.dal Road (400 Km)
Data Sheet
mtevatlratiori oTtechrrical proposel shall be based on following criteria:
Description I ft"rn, ;, Points
1. Experience of the Firm 100
l-a) General Experience in road TransportSector
1-b) Speoific Experience relatedAssignment
2. Approach & Methodology
to particularG5)
a5)250
99)(30)(20)(20)€0f
6a)(20)G0)(3Q)(20)(30)
2-a(r.(ir.(iit).2-b
(r.(ir.2-c(r.(ii).(iii).
Appreciatibn of the ProjectEvidence of Site Visitwith PhotograplxC larity of appreciationC o m p re I1e ins iv e ne s s pf appr e c i at i o nPloblem I Staternent{ Understanding ofObjectivbs IIdentif; qat ! t;t of Pr.oblsms/ Abi ectivesCinponuits of Prbposed SemicesMethodclrrg;yProposed.So l4tions for this Proi ectQuality of MetlodologtConciseness, clarity and compleieness ofproposal
2-d Suggested changes for improvernent inTOR
2-e Work hogram2-f Staffing Schedule
3. Key Staff
4. Performance Certitication from clients
5. Present Commitments (currrint engagementand available strength - justification)
6. Transferofl(noivledge*(Methodolory/Plans) 501000To*rl Points:
0_01(29)(20)
4s0
100
50
Minimum quali$'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>:/
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)
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)
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)
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
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
TECHNICAL PROPOSAL FORMS
@DesignforConstructionofHoshab.Arvaran-KhuzdarRoad(400Km)Page22
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 ' -;.
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
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
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
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
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)
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
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)
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
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
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
. . - 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
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
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
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-
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
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
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
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.
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
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
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
'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
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-
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)
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
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
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_
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
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
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
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
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
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
' 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
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
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
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
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
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
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-
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
,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
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.
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
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
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
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
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.
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.
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'
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
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
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
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
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
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'
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
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
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
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
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
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
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
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)
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
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
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
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$r the critical issues requiring monitoringto onsure compliance to mitigation and environmental management plans and tom'easue and monitor the environmental impacts during construction and operation.The objectives of the plan are to monitor lhe actual impact of the works on theproject corridor's physical, biological and soci ic receptors within the
ix)
x)
Feasibility & Detailccl Design f'or.Construction ol'l.loshab-Arvararr-Klr 00 Km) Pagc9l
rlrlrl1tTItIItIlIIIII
IItIII
ll:l
ItIITIIIIIII
Terms of ReGrence
cogidor. This will indicate the adequacy of the ElA. The monitoring plan should
recommend mitigation measures for any uneipected impact or where the impaot
level exceeds the limits. The plan should ehsure compliance rvith legal and
community obligations including safefy on construction sites. Consultants should
monitor the rehabilitation of borrow areas and the restoration construction campsites
according to EMP report. The monitoring plan should ensure the safe disposal of
excess construction materials. Consultants should flso evaluate the effectiveness of
the mitigation measures proposed in the EMP a{rd recommend improvements if
necessary. Apart from re$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
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
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
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
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
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?
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
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
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;
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
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
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.
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
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 -
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
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
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
II II I I II I T I I T T I IT II IT TII ITJ' I
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
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
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
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
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
(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
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
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
FinanciaUCombined Evaluation Report
Feasibilitg Studg & Detailed Design of Hoshab-Awaran-Khuzdqr Sectton of M-8 ft00 Km) Page-9
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)
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
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