[brfrro'r rrisv*aysnha.gov.pk/wp-content/uploads/2017/09/evaluation-report... · 2017. 9....

95
[Brfrro'r rriSv*Ays NATIONAL HIGHWAY AUTHORITY Procurement & Contract Administration Section 28 Mauue Area, G-9/1, IslamabadI 0sL-90s2727, H 051-92604i9 No. 6(446) / DIR-III(P&CA) / NHH I t7 I ?8 25tr September,2OI7 Director General Pubiic Procurement Regulatory Authority lst Floor FBC Building near State Bank, Sector G-5 / 2, Islamabad Subject: 4NNOVCNEMENT oF EVALUATION REPORT IPpRA Rute-BSl: 9on"sultlncy, Services for Feasibility Study and Detailed Design for Dualization of Rawalpindi Kahuta Road (26.6 kml. 4-lane overhead bridge at Sihala and Dualization of Kalar Manianda road (13 kml. Reference: PPRA RuIe-3S Kindly find attached the duly filled and signed Evaluation Report along with Bid Evaluation Criteria (Annex-I) pertaining to the procurement of subject services in view of above referred PPRA Ruie-35 for uploading on PPRA website at the earliest, please. / t n7- azLr (Muhammad Azamf Director (P&CA) Encl: Evaluation Report along with Annex-I Copy for kind information to: - Member (Planning), NHA; - Member (Engineering-Coord),NHA; - General Manager (P&CA), NHA; - S.O. (Tech.)to Chairman, NHA.

Upload: others

Post on 20-Mar-2021

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

[Brfrro'r rriSv*Ays

NATIONAL HIGHWAY AUTHORITYPro curement & Contract Administration Section

28 Mauue Area, G-9/1, Islamabad I 0sL-90s2727, H 051-92604i9

No. 6(446) / DIR-III(P&CA) / NHH I t7 I ?8 25tr September, 2OI7

Director GeneralPubiic Procurement Regulatory Authoritylst Floor FBC Building near State Bank,Sector G-5 / 2, Islamabad

Subject: 4NNOVCNEMENT oF EVALUATION REPORT IPpRA Rute-BSl:9on"sultlncy, Services for Feasibility Study and Detailed Designfor Dualization of Rawalpindi Kahuta Road (26.6 kml. 4-laneoverhead bridge at Sihala and Dualization of Kalar Maniandaroad (13 kml.

Reference: PPRA RuIe-3S

Kindly find attached the duly filled and signed Evaluation Report

along with Bid Evaluation Criteria (Annex-I) pertaining to the procurement of

subject services in view of above referred PPRA Ruie-35 for uploading on PPRA

website at the earliest, please. /

t n7-azLr(Muhammad Azamf

Director (P&CA)Encl: Evaluation Report along with Annex-I

Copy for kind information to:- Member (Planning), NHA;- Member (Engineering-Coord), NHA;- General Manager (P&CA), NHA;- S.O. (Tech.) to Chairman, NHA.

Page 2: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

EVALUATI(As Per Rule 35 of PP Rules. 2004)

1 . Name of Procurinq Aoencv: National Hiqhway Authoritv2. Method of Procurement: Single Stage Two Envelop Procedure

Title of Procurement:

Consultancy Services for Feasibility Study and Detailed Designfor Dualization of Rawalpindi Kahuta Road (26.6 km), 4-laneoverhead bridge at Sihala and Dualization of Kalar Maniandaroad (13 km).

4. Tender lnouirv No.: 6(446)PPRA Ref. No. (TSE): TS320043EDate & Time of Bid Closinq: 14" ' July, 2017 at 1130 hours local t ime

7. Date & Time of Bid Openinq: 14" 'Julv. 2017 at 1200 hours localt ime8. No of Bids Received: Four (04) Proposals were receivedo Criteria for Bid Evaluation: Criteria of Bid Evaluation is attached at Annex-l1 0 . Details of Bid(s) Evaluation: As below

Name of Bidder

Marks EvaluatedGost(PKR)

Rule/Regulation/SBD*/Policy/ Basis for Rejection/ Acceptance as per Rule

35 of PP Rules, 2004.Technical

(ifann l i cah la l

Financial(if

ano l i cab le )

1) M/s National EngineeringSeruices Pakistan NESPAK(Pvt.) Ltd.

586 200 10,627,456Top scoring firm in combinedevaluation (PPRA Rule 36(b)

(ix))

2) M/s Prime Engineering &Testing Consultants (Pvt.)Ltd. in JV with M/s BabarAssociates Engineers andDesiqners.

6 1 9 149 12.972.674 2nd

3) M/s Associated ConsultancyCentre (Pvt.) Ltd. in JV withMls Associated ConsultingEngineers-ACE (Pvt.) Ltd. &M/s Rehman HabibConsultants (Pvt.) Ltd.

583 92 18,789,767 o

4) Mis Finite Engineering(Pvt.) Ltd. in JV with M/sCPM EngineeringConsultants.

PPRA Rule 36(b) (v)

Top Ranked Bidder: M/s National Engineering Services Pakistan NESPAK(Pvt.) Ltd.

11. Any other additional / supporting information, the procuring agency may liketo share: The Procurement was carried out in line with PPRA Rules & Regulations. The

Signature:

Of f ic ia lStamp: . . . . .

"Standard Bidding7t

Consultancy Seryices for Feasibility Study and Detailed Design for Dualization of Rawalpindi KahutaRoad (26.6 km), 4-lane overhead bridge at Sihala and Dualization of Kalar Manianda road (13 km).

Page 3: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

National Highway Authority

Annex-I

Criteria

EOK

Bid Evaluation

Consultancy Services for Feasibility Study andDetailed Design for Dualization of Rawalpindi

Kahuta Road (26.6 km) r 4-lane overhead bridgeat Sihala and Dualization of Kalar Manianda

road (13 km).

[Rifrror: rri$rr.a'Ars

September r 20lT

Page 4: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IIIIIIIItIIIIIIItIIII

NATIONAL HIGHWAY AUTHORITYPro curement & C ontract Administration Se ctio n

28-Mauve Area, G-9 /T,Islamabad Tel: 9032727, Fax:9260479

Ref: 6(446)/GM (P&CA)/NH/^|171 I otq

All Prospective Consultants

Subject: Minutes of Pre-Proposal Meeting for:Consultancv Senzices for Feasibllitv Studv & Detailed Design forDualization of Rawalpindi-Kahuta Road (26.6 Kml. 4-LaneOverhead Bridqe at Sihala and Dualizatlon of Kalar ManiandaRoad (13 Kml

Reference: Request for Proposal Notice for subject Seruices appeared in dailyneuspapers on 77th June, 2017

The Minutes of Pre-Proposal Meeting for subject Services beingintegral part of the Request for Proposal are enclosed herewith for necessaryaction, please.

/

/&(Muhammad. Azarnl

Director (P&CA)Enclosure:

- Mlnutes of Pre-Proposal Meeting {O2 Pages},

Copy for kind lnformation to:

- Member (Planning), NHA, Islamabad;- Member (Engg. Coord.), NHA, Islamabad;- General Manager (P&CA), NHA, Islamabad;- General Manager (Planning), NHA, Islamabad.

1 l th Ju ly , 2OI7

Page 5: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

lrIIIITIIIITITIItttIII

Subject: Consultancy Seruices for Feasibility Study & Detailed Designfor Dualization of Rawalpindi Kahuta Road (26.6 Kml.4laneOverhead Bridge at Sihala and Dualization of Kalar ManiandaRoad 113 Kml

Sr.No Ouestions / Queries

Replies of Queries

1 .

Data Sheet Clause L7 at page 9'sub-clause (iii) added' states that "The Consultantmay please note not to suggest names of KeyStaff already proposed in other Proposals withthe Client or awarded recently. This will affectadversely marking of these professionals inevafuation of Technical Proposal.Their securedpoints are liable to be reduced by 50% if theirnames appear in more than 1 previous Proposal inwhich they are ranked No.l. Also the existingload of work with a firm shall be considered asone of the factor for the consideration in theaward of the work.

This is not realistic in view of series ofProposalsbeing invited by NHA and proposingseparate staff for every Proposal is not possiblefor almost any consulting firm in thecountry.Moreover, assignment under discussion islimited to Feasibility Study and Detailed Designi.e. entire work, excludingsurvey andinvestigations, is desktop based, to be carriedout at Design Office where an expert cansimultaneously work on more than oneassignment / project.As such this conditionmav please be waived.

Please note that Conditions under DataSheet clause 1.7 sub-clause (iii) at page9 of the RFP shall prevail for the twopositions namely Team Leader/HighwayEngineer and Senior StructuralEngineer; whereas, the said condtion iswaived off in case of other positious/keypersonels for the Assignment/ services.

2.

Section 2.5 of TOR at page 48Timeline of Services is fixed as 02 months.This is short and requested to be increasedreasonablv.

Not Agreed.

3.

Proposed Man-Months at Page 80 reasonably.Are the provided Proposed Staff Positions andtheir respective number/ duration & Total Man-Months are fixed? Please clarifu.

Yes.Numbers/duration and total Man-Months are fixed.

4.Sectoin 4.4 of Data Sheet Submission DeadlineSubmission deadline is short and requested to beextended bv two weeks, at least.

Not Agreed.

/o/v/ ?o/ )

Page 6: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

ItIttTIIIII

IItIII

Subject: Consulta.ncy Senrices for Feasibility Study & Detailed Designfor Dualization of Rawalpindi Kahuta Road L26.6 Kml.4laneOverhead Bridge at Sihala and Dualization of Kalar ManiandaRoad (13 Kml

.(\'-W :""" 617 )o/7

III

N,"yt*

o .

Please provide write up on clarity of appreciationRefer Sub-Section l2-a(ii) page 151 andcomprehensive appriciaton, Refer sub-section [2-a(ii) page 15).

Each Consultant has to provide, in itsTechnical Proposal, its own intellectualwrite ups under 'APProach &Methodology' for which 250 marks areallocated.

70 out of 25O marks are reserved forAppreciation of the Project' by theConsultants itself, after site visit;evidence of site visit (by providingPhotographs) will fetch upto 30 out ofthe 70 marks.

Based on the site visit, each Consultantwill provide its own intellectual write upin a way to impress the evaluator(s) ofthe Consultant's own way ofAppreciation of the Project' as it appearsto the Consultant as per site as well asapplication of Consultant's own mind.

The evaluator(s) will separately mark theConsultant's intellectual write up on"Appreciation of the Project" for itsclarity (upto 20 out of the 70 marks),and for its "Comprehensiveness" (upto20 out of the 7O marks).

Mere copy and paste from the ToR shallnot attract any marking under theAppreciation of the Project' by theConsultant and this approach of theevaluator(s) shall prevail in case ofConsultant's other writes ups under

h & Methodoloey too.

Page 7: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

ItIIIIIIIIIIIIIIIIItI

National Highway Authority

REQUEST FOR PROPOSAL

for

Consultancy Servicesfor

Feasibility Study & Detailed Design forDualization of Rawalpindi-Kahuta Road (26.6 K-)' -Lane Overhead Bridge at Sihala and Dualization of

Kalar Manianda Road (13 Km)

Tender No.6(446)

Pages (1to 128)

tei[no'r ri$rra.Ars

June.2017

Page 8: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

ItIIItttIIIItIIIIItII

Table of Contents

DESCRIPTION

LETTER OF INVITATION &OI)

ATTACHMENTS

INSTRUCTIONS TO CONSULTANTS (ITC)

DATA SHEET (DS)

CHECKLIST FOR COMPLETENESS OF PROPOSAL (CL)

SUMMARY EVALUATION SHEET

PERSONNEL EVALUATION SHEET

TECHNICAL PROPOSAL FORMS

FINANCIAL PROPOSAL FORMS

APPENDIX A

TERMS OF REFERENCE

APPENDIX B

MAN-MONTH AND ACTIVITY SCHEDULE

APPENDIX C

CLIENT'S REQUIREMENTS FROM THE CONSULTANTS

APPENDTX D

PERSONNEL, EQUIPMENT, FACILITIES AND OTHERS SERVICES TO BEPROVIDED BY THE CLIENT

APPENDIX E

COPY OF MODEL AGREEMENT

Table of Contents

PAGE NO.

I

)

J

9

t7

t9

20

2 l

34

43

43

88

88

89

89

91

9l

92

92

Page 9: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

ItIIItII

IIIIIIIIIIIItI

To,

Letter oflnvitation

GOVER}IMENT OF PAKISTANNATIONAL HIGHWAY AUTHORITY

21-Mauve Area, G-9lL',Post Box No. 1205,

ISLAMABAD

Dated theRef No.

LETTER OF INVITATTON (LOr)

All prospective consultants

Gentlemenl

We extend warm welcome to you and invite you for participating in this project.We hope that you will live up to your reputation and provide us accurate information so that theevaluation is caryied out 'lust and tansparent". Please und€rstand that the contents of this RFP,where applicable, shall be deemed part of the contract agxeement. An example to this affect can bethe contents of your work plan and methodology which you shall be submitting in your technicalproposal. Since that is the basis of the selection, therefore, it shall become part of the contractagreement subject to approval/revisions of the same by NHA 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 conditional proposal whereby, authorizing NHA to may ormay not consider to evaluate your proposal. Please understand that if no such mention appears up-fronl (i.e. on front page of technical proposal) then it shall 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 drasticallyaffect the price structure for various services which may not be appearing directly in the terms ofreference. In the end, we appreciale your participation and hope that you will feed a good proposalto merit considoration by NHA.

General Manager (P&CA)Telephone: +92-5 l -9032'7 27,

Fax: +92-51-9260419E-mail: [email protected],

Website: www.nha.aov.pk

Consultan"y Services for Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihala and

Dualization of Kalar Manianda Road (13 Km) I

Page 10: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

lIIIItIIIIIIIIIIIIITI

Attachments

ATTACHMENTS

Instructions to Consultants (Annex A)

Data Sheet (Annex B)

Checklist for Completeness of Proposal

Summary Evaluation Sheet

Personnel Evaluation Sheet

Technical Proposal 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, Equipment, Facilities and other services to be provided by theClient).

Appendix E (Copy of Model Agreement)

Con*ltun.y Services for Dualization of RawalpindlKahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihala and

Dualization of Kalar Manianda Road (13 Km) z

Page 11: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

l

1.1

r.2

l . J

1.4

1 .5

1 .6

1.7

1.8

1 0

IlItIIIIIIIIIIIIIII

Insfiuctions to Consultants

Annex AINSTRUCTIONS TO CONSULTANTS

INTRODUCTION

You are hereby invited to submit a technical and a financial proposal for consulting sewicesrequired for the assignment named in the attached Data Sheet (referred to as "Data 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 description of the assignment and its objectives are given in the Data Sheet.Details are provided in the attached RFP for design services provided in the Documents,and will become part of agreement subsequently.

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

The Client has been entrusted the duty to implement the Project as Executing Agency byGovemment of Pakistan (GoP) and funds for the proiect shall be arranged by the Client.

To obtain firsthand information on the assignment and on the local conditions, you areencouraged to pay a visit to the Client before submitting a proposal and attend a pre-proposal conference if specified in the Data Sheet. Your representative shall meet thenamed officials on the date and time specified in the Data Sheet. Please ensure that theseofficials are advised of the visit in advance to allow adequate time lbr them to makeappropriate anangements. You must fully inform yourself of local conditions and take theminto account 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 make available relevantproject data and repotls.

Please note that:

The cost of preparing the proposal and of negotiating the Contract, including a visit tothe Client, are not reimbursable as a direct cost oflhe Assignment, and

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

The names ofthe invited consultants are given in the Data Sheet'

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

a. Any firm providing goods, works, or services with which you are affiliated 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 withthe project of which this assignment forms a part; and

b. Any previous or ongoing participation in relation with the project by your firm, its

Consultancy Seruices for Dualization of Rawalpindi-Kahuta Road (26,6 Km), 4-Lane Overhead Bridge at Sihala andDualization of Kalar Manianda Road (13 Km) 3

{)5./J..t.__ls.Y.r'

Page 12: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

tITIIItIIIIIIIIIIIt

1 1

,., ,)

Instructions to Consultants

professional staff, its affiliates or associates under a Contract may result in rejection ofyour proposal. You should clarify your situation in that respect with the Client beforepreparing the proposal.

DOCUMENTS

To prepare a proposal, please use the Documents specified in the Data Sheet.

Consultants requiring a clarification of the Documents must notify the Client, in writing,not later than twenty one (21) days before the proposal submission date. Any request lbrclarifrcation in witing, or by cable, telex or tele-fax shall be sent to the Client's addressspecified in the Data Sheet. The Client shall respond by cable, telex or tele-fax to suchrequests and copies ofthe response shall be sent to all invited Consultants.

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 requested by an invited consulting firm,modify the Documents by amendment. The amendment shall be sent in writing 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, PREPARATIONOFPROPOSAL

It will consist of two parts - Technical and Financial

3.1 Technical Proposal

3.1.1 The Technical Proposal should be submitted using the format specified and shall includeduly signed and stamped forms appended with the RFP. This is a mandatory requirementfor evaluation ofproposals and needs to be filled up carefully.

3.1.2 For Technical Proposal, the general approach and methodology which you propose forcanying out the services covered in the TOR, including such detailed information as youdeem relevant, together with your appreciation of the Project ftom provided details and

a. A detailed overall work program to be provided with timing of the assignment ofeach expert or other staff member assigned to the project. This will also provide theClient an oppotunity to effectively monitor work progress.

b. Total number of man-months and project duration as per TOR'

c. Clear description of the responsibilities of each expert staff member within theoverall work program.

The Cuniculum Vitae (CV) of all Key Staff members and an affidavit that proposedstaff shall be available for the assignment during the project duration and theirpresent place of duty may also be specified. The Consultants are advised to suggestsuch names that shall be available for the Assignment'

The technical proposal shall include duly filled in forms provided with this RFP.The name, background and professional experience of each expert staff member 1obe assigned to the project, with particular reference to his experience of work of anature similar to that of the ptoposed assignment'

Current commitments and past performance are the basic criteria of technical

Consultancy Services for Dualization of RawalpindlKahuta Road (26,6 Km), 4-Lane Overhead Bridge at Sihala and

Dualization of Kalar Manianda Road (13 Km) 4

Page 13: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

ItIIIIIltItIIIIT

Instructions to Consultants

proposal. You are required to provide the details of present commitments/on- goingjobs as refened in the Form A-10 of technical proposal. Further, the basis for thepast performance is the report from Design Section and Construction Wing of theClient.

3.1.3 In preparing the technical proposal, you are expected to examine all terms and instructionsincluded in the Documents. Failure to provide all requesled information shall be at yourown risk and may result adversely in the scoring of your proposal. The proposal should beprepared as per RFP a:rd any suggestion or review of staff etc. should be clearly spelt out inform A-4, This will be discussed at the time of negotiation meeting as and when called.

3.1.4 During preparation of the technical proposal, you must give particular attention to thefollowing:

a. The Firm needs to be registered with Pakistan Engineering Coincil (PEC).

c.

Ifyou consider that your firm does not have all the expertise for the assignment youmay obtain a full range of experience by associating with other firms or entities.You may also utilize the services of expatriate experts but only to the extent forwhich the requisite expertise is not available in any Pakistani firm. In case of JointVenture, the proposal should state clearly parlners will be "Jointly and Severally"responsible for performance under the Contract and one (Repiesentative) pafinerwill be responsible for all dealings with the Client on behalf of the Joint Venture. Its"Power of Attorney" on this account is to be enclosed. The representative pa.rtnershall retain the responsibility for the performance of obligations and satisfactorycompletion of the consultancy seruices. PEC registers a foreign consulting firm forissuing license to provide consultancy services in Pakistan, which is based onformation of JV with the condition that the foreign consulting firm shall provideonly that share of consultancy services by the JV for which experlise is not availablewith Pakistani consu.lting firms. A copy of JV agreement to be provided at the timeof finalizing the eontract documents with specific responsibilities and assignments tobe looked after by each partner.

Subcontracting parl of the assignment to the other Consultants is not discouragedand Specialist Sub-Consultants may be included.

The key professional staffproposed shall be permanent employees of the firm unlessotherwise specified in the Data Sheet. The minimum stay with the firm for suchpersons is Six months. No alternative to key professional staff may be proposed andonly one CV may be submitted for each position. The minimum required experienceofproposed Key Staff is specified in the Data Sheet.

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

3.1.5 The technical proposal shall not include any financial information. The Consultant'scomments, if any, on the data, services and facilities to be provided by the Client andspecified in the TOR shall be included in the technical proposal.

-onsultancy Services for Dualization of Rawalpindi-Kahuta Road (26.6 I(m), 4-Lane Overhead Bridge at Sihala andDualization of Kalar Manianda Road (13 Km) 5

b.

(it+-<<i

Page 14: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IIIITIIIItIII

Inshuctions to Consultants

3.2 Financial Proposal

3.2.1 The financial proposal should be submitted using the format specified and enclosed withthis RFP. This is a mandatory requirement for evaluation of proposals and needs to befilled up carefully. The total cost is to be specified in the Form A-17 and accordingly alsoinFormA-11.

3.2.2 The financial proposal should list the costs associated with the Assignment. These normallycover remuneration for staff in the field and at headqualters, per diem, housing,transportation for mobilization and demobilization, services and equipment (vehicles, officeequipment fumiture and supplies), printing of documents, suveys and investigations. Thesecosts should be broken into foreign (if applicable) and local costs. Your financial proposalshould be prepared using the formats attached as forms A-11 to A-17.

3,2.3 The financial proposal shail also take into account the professional liability as providedunder the relevant PEC Bye-Laws and cost of insurances specified in the Data Sheet.

3.2.4 Costs may be expressed in currency (s) listed in the Data Sheet.

3.2.5 The evaluation committee will conect any cornputational errors. When conectingcomputational errors, in case of discrepancy betwoen a partial amount and the total amount,or between word and figures the formers will prevail. In addition to the above corrections,activities and items described in the Technical..hoposals but not priced, in the FinancialProposals shall be assumed to be included in the prices of other activities or items. In casean activity or item is quantified in the Financial Proposal differently from the TechnicalProposal, the evaluation committee shall correct the quantification specified in the FinancialProposal so as to make it consistent with that specified in the Technical Proposal.

4. SUBMISSION OF PROPOSALS

You shall submit one original technical proposal and one original financial proposal and thenumber of copies of each specified in the Data Sheet. Each proposal shall be in a separateenvelope indicating original or copy, as appropriate. All technical proposals shall be placed

[n an envelope clearly marked "Technical Proposal" and the financial proposals in the one"Financial Proposal", These two envelops, in turn, shall be sealed in an ouler

envelopeOF THE

pe bearing the address and information specified in the Data Sheet. Theshall be clearly marked, "DO NOT OPEN, EXCEPT IN PRESENCEEVALUATION COMMITTEE."

4.2 In the event of any discrepancy between the copies of the proposal, the original shallgovern. The original and each copy of the technical and financial proposals shall beprepared in indelible ink and shall be signed by the authorized Consultant's representative.The representative's authorization shall be confirmed by a witten power of attomeyaccompanying the proposals, All pages of the technica.l and financial proposals shall beinitialed by the person or pelsons signing the proposal.

4,3 The proposal shall contain no interlineations or overwriting except as necessary to correctenors made by the Consultants themselves. Any such corrections shall be initialed by theperson or persons signing the proposal.

Consultancy Services for Dualization of Rawalpindi-Kahuta Road (26,6 Km), 4-Lane Overhead Bridge at Sihala andDualization of Kalar Manianda Road (13 Km) 6

4.1

TIIIIIt

plll1,eG

Page 15: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IIIIIIIIII!IIIItIIIIt

lnstructions to Consultants

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

4,5 The proposals shall be valid for the number ofdays stated in the Data Sheet from the date ofits submission. During this period, you shall keep available the professional staff proposedfor the assignment. The Client shall make its best effort to complete negotiations at thelocation stated in the Data Sheet within this period.

5. PROPOSALEVALUATION

5.1 A Single-Stage-Two-Envelope procedures shall be adopted in ranking ofthe proposals. Thetechnical evaluation shall be carried out first, followed by the financial evaluation. TheConsultants shall be ranked usine a combined teohnicaVfinancial score,

5,2 Technical Proposal

5.2.1 The evaluation committee appointed by the Client shall carry out its evaluation for all theprojects as listed in Para 1.1, applying the evaluation criteria and point system specified inthe Data Sheet. Each responsive proposal shall be given a technical score: St. TheConsultarts scoring less than seventy (70) pereent points shall be rejected and theirfinancial proposals returned un-opened,

5.3 Financial Proposal

5,3.1 The finatcial proposals of the three top-ranking qualifying Consultants on the basis ofevaluation of technical proposals shall be opened in the presence of the representatives ofthese Consultants, who shall be invited for the occasion and who care to attend. The Clientshall inform the date, time and address for opening offinancial proposals as specified in theData Sheet. The total cost and major components of each proposal shall be publiclyannounced to the attending representatives ofthe firms'

5.3.2 The evaluation committee shall determine whether the financial proposals are complete andwithout cornputationa.l errors. The lowest financial proposal (Fm) among all shall be given afinancial score: Sfof 1000 points. The financial scores of the proposals shall be computedas follows:

S/: (1000 x Fm)/F(F : amount of specific financial proposal)

5.3.3 Proposals, in the Quality cum cost Based selection (QCBS) shall finally be rankedaccording to their combined technical (St) and financial (S1) scores using the weights (T- theweight given to the technical proposal,, P = the weight given to the financial proposal, andT+P:1) stated in the Data Sheet:

S=StxT%+SfxP%

6. NEGOTIATION

6.1 Prior to the expiration of proposal validity, the Client shall notify thewho submitted the highest ranking proposal in writing, by registered letter, cable telex or

Consultancy Services for Dualization of RawalpindlKahuta Road (26,6 Km), 4-Lane Overhead Bridge at Sihala andDualization of Kalar Manianda Road (13 Km)

'7

Page 16: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

o ,L

o . J

6.4

6.6

7 .1

7.2

8.

8 .1

IIIIIIIIIIIIItITIIIIT

Instructions to Consultants

facsimile and invite it to negotiate the Contract.

Negotiations normally take from two to five days. The aim is to reach agreement on allpoints and initial a draft contract by the conclusion ofnegotiations.

Negotiations shall commence with a discussion of your technical proposal. The proposedmethodology, work plan, staffing and any suggestions you may have made to improve theTOR. Agreement shall then be reached on the final TOR, the staffing, and the bar charts,which shall indicate activities, staff, and periods in the field and in the home office, staffmonths, logistics and reporting.

Changes agxeed upon shall then be reflected in the financial proposal, using proposed unitrates (no negotiation of the staffmonth rates).

Having selected Consultants on the basis of, among other things, an evaluation ofproposedkey professional staff, the Client expects to negotiate a contract on the basis of the staffnamed in the proposal. Prior to contract negotiations, the Client shall require assurances thatthe staff members will be actually available. The Client shall not eonsider substitutions ofkey staff except in cases of un-expected delays in the starting date or incapacity of keyprofessional staff for reasons of health.

The negotiations shall be concluded with a reviow of the draft form of the contract. TheClient and the Consultants shall finalize the contract to conclude negotiations. Ifnegotiations fail, the Client shall invite the Consultants that received the second highestscore in ranking to Contract negotiations. The procedure will continue with the third in casethe negotiation process is not successfi,rl with the second ranked consultants.

AWARD OF CONTRACT

The contract shall be awarded after successful negotiations with the selected Consultantsand approved by the competent authority. Upon successful completion ofnegotiations/initialing of the draft contract, the Client shall promptly inform the otherConsultants that their proposals have not been selected.

The selected Consullant is expected to commence the assignment on the date and at thelocation specified in the Data Sheet.

CONF'IRMATION OF RECEIPT

Please inform the Client by telex/facsimile couriet or any other means:

(r) That you received the letter of invitation;(ii) Whether you will submit a proposal; and(iiD If you plan to submit a proposal, when and how you will transmit it.

Consultancy Seruices for Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihala andDualization ofKalar Manianda Road (13 Km) 8

Page 17: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IIIIttIIIItT

Data Sheet

Annex-B

DATA SHEET

IIIIt

LOIClause

No.DESCRIPTION OF CLAUSE

1.1 The name of Assignment is:- Consultancy Services for "Feasibility Study &Detailed Design for Dualization of Rawalpindi-Kahuta Road (26'6 Km)'4-Lane Overhead Bridge at Sihala and Dualization of Kalar Manianda Road(13 Km)".

The Client's Name is:- National Highway Authority

t.2 The description and the objectives ofthe assignment are: AsperTOR

1.3 Phasing of the Assignment (if any): Nit

The Consultant shall commence the assignment upon signing of ContractAsreement between NHA and the successful Consultant.

1.5 Pre-Proposal Conference: Yes -!- No ----

The name(s) and address(es) of the Official(s) is (me):

General Manager (P&CA)National Highway Authority28, Mauve Area, G-9/lIslamabad

Date, Time and Venue for Pre-proposal Conference:

Date: 21't June. 2017Time: 1000 hoursVenue: NHA Auditorium (HQ)

N atiorral Hi ghway Authority28. Mauve Area. G-9/1Islamabad.

{-{tl)+l

1.6 The Client shall provide the following inputs:

As per TOR and Appendix D.

t.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 the technicalproposal. Their secured points are liable to be reduced by 50% if their nameappears in more than 1 previous proposal in which they are ranked No.l . Alsothe existing load of work with a firm shall be considered as one ofthe factorsfor the consideration in the award of the work.

IItI

Consultancy Services for Dualization of Rawalpindi-Kahuta Road (26.6Dualization ofKalar Manianda Road (13 Km)

Km), 4-Lare Overhead Bridge at Sihala and9

Page 18: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IIIIItIIItIIIIIIIII

Data Sheet

iv. Form A-4 is meant for comments on provision contained in RFP and Termsof Reference (TOR) and unless the observations are noted in this particularform, anything written elsewhere on this account including financialimplications, if any, shall be considered ofno consequence in the evaluationprocess.

iv, Consultants may form a Joint Venture (JV) to qualify for the Assignment inwhich case the contract will be signed between the Client and all members ofthe JV on the prescribed Form included in Appendix E (copy of ModelAgreement) subject to the ranking and successful negotiations. A JV mayinclude at the most four members. To promote the consultancy industry in thecountry, 50 marks (out of 1000 for Evaluation) are allocated for Transfer ofKnowledge in the form ofJV with a new / less experienced firm by sharing atleast 20%o of Assisnment with them.

1.8 The Invited Consultants / Eligible Consultants are:

Any firm meeting the following requirements:

(a) Valid Registration Certificate of Pakistan Engineering Council with relevantProject Profile Codes. Foreign consulting firms shall make JV in accordancewith Bye-Law 6(2) and Bye-Law 9 of the Pakistan Engineering Council(Conduct and Practice of Consulting Engineers) Bye'Laws 1986. Failure toprovide valid Regisnation Certificate (license) of the firm (each member incase of JV) by the PEC will entitle the Client to reject the proposal.

O) Affidavit in original bearing the subject with proj ect name on stamp paperduly attested by the Oath Commissioner to the effect that the firm has neitherbeen blacklisted nor any contract rescinded in the past for non-fulfillment ofcontractual obligations (By all member firms in case of JV and/or sub-consultant).

(c) Facilities available with the Consultant to perform their functions effectively(proper office premises, software, hardware, record keeping etc.)

(d) Client's satisfaction certificates (Performance Reports) for the last threerelevant assignments from the respective Clients. Moreover any adversereport regarding performance of Consultant on NHA projects received fromNHA's any relevant quarter may become basis for its disqualification fromthe services above named in clause 1.1.

(e) Signing and cerlifrcation of the Checklist for Completeness of the Proposalas per attachment at the end of Data Sheet.

(fl Man-months of staff and Project Duration as per TOR.

2.1 The Documents are:

(a) Letter of lnvitat ion lLOI).

(b) Instructions to Consultants (lTC).

(c) Data Sheet.

fli!/- -'*

Vl /^,

+

II

Consultancy Seruices for Dualization of Rawalpindi.Kahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihala andDualization ofKalar Manianda Road (13 Km) l 0

Page 19: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IlIIIIIIItIIIIIIIIITI

Data Sheet

(d) Technical Proposal Forms,

(e) Financial Proposal Forms

(f) Appendix - A: TOR and Background Information.

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

(h) Appendix - C: Client's Requirements ftom the Consultant.

(i) Appendix - D: Personnel Equipment, Facilities and Other Sewices to beProvided by the Client.

fi) Appendix - E: Copy of Model Agreement/ Draft Form of Contract &Anoendices etc.

Form ofContracl (For Consultanls lo perforrn services as a Joint Venture)

The words "Twenty one (21)" is deleted in its entirety and replacecl with "Five(05)"

The address for seeking clarification is:

General Manager (P&CA)National Highway Authority28, Mauve Area, G-9/1,lslamabadE-mail: [email protected]

Add following:

The proposals should be bound in the hard book binding form to deny thepossibility of removal or addition of page(s). All the pages of proposal must besigned and stamped in original by authorized representative of the fim/Jv. Allthe pages must be nurnbered starling ftom first page to last. Any proposal foundnot adhering to these requirements will be reiected at the time opening'

d. Proposed key staff shall preferably be permanent employees who ale employedwith the oonsultants at least six months prior to submission ofProposal.

Yes -{- No -

The minimum required experience ofproposed Key staff is given below: -

FOR KEY STAFFMinimum B.Sc. (Civil Engineering) with minimumtwenty (20) years' relevant experience (proven fifteen(15) years'design experience as Highway/ GeomehicDesign Engineer on National Highways Projects);

-oR-

M.Sc. (Transportation Engineering) with minimumeighteen (18) years relevant experience (proventhirteen (13) years' design experience as Highway/

Team Leader/Highway Engineer

Consultancy Services for Dualization of RawalpindlKahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihala andDualization of Kalar Manianda Road (13 Km) I I

Page 20: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IIIIIITIttIIIIIIIIII

Data Sheet

Projects)

He/she must also have performed as Team Leader forat least three (03) major Highway Design Projects

Minimum B.Sc. (Civil Engineering) with minimumtwenty (20) years' relevant experience [proven fifteen(15) years' design experience as Sttuctural Engineeron major Highways/ Bridge Projectsl;

-oR-

M.Sc. (Structure Engineering) with minimum eighteen(18) years'relevant experience [proven thirteen (13).years' design experience as Structural Engineer onmajor Highways/Bridge Projectsl

Senior StructuralEngineer

Minimum B.Sc. (Civil Engineering) with minimumtwenty (20) years relevant experience (proven eighteen(18) years' design experience as Hydraulic &Drainage Engineer on major Highway and BridgeProj ects);

-oR-

M.Sc. (Hydrology / l\ainage/ Hydraulic Engineering)with minimum eiglrteen (18) years relevant experience(proven sixteen (16) years' design experience asHydraulic & Drainage Engineer on major Highwayand Bri'dge Projects);

Hydraulic & DrainageEngineer

Minimum B.Sc, (Civil Engineering) with minimumtwenty (20) years' relevant experience [proven fifteen(15) years' design experience as Traffic/ PavementEngineer on major Flighways Projectsl;

-oR-

M.Sc. (Highway Engg,/ Transporlation Engg.) withminimum eighteen (18) years' relevant experiencc

fproven thirteen (13) years' design experience asTraffic/ Pavement Engineer on major HighwaysProjectsl;

Traffic/ PavementEngineer

Minimum B.Sc. (Civil Engg./Geo-Tech Engg.) withminimum twenty (20) years' relevant experience[proven fifteen (15) years' design experience as GeoTechnical Engineer on major Highways and BridgesProjectsl;-oR-

M.Sc, (Geo-Tech Engg.) with minimum eighteen (18)years' relevant experience [proven thirteen (13) years'design experience as Geo Technical Engineer onmajor Highways and Bridges Projectsl;

Geo TechnicalEngineer

fillli

C""r"lt-"y S""*"s for Dualization of Rawalpindi-Kahuta Road (26,6 I(m), 4-Lane Overhead Bridge at Sihala and

Dualization of Kalar Manianda Road (13 Km) l?

Page 21: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IIIItIIIIlIIIIIIITIII

Data Sheet

c""*lt ..y sr*tr* for Dualization of RawalpindlKahuta Road (26.6 Km),4-Lane Overhead Bridge at Sihala and

Dualization of Kalar Manianda Road (13 Km) 13

Minimum B.Sc. (Civil Engineering) with minimumtwenty (20) years' relevant experience (proveneighteen (18) years' experience as Safety Engineer onmajor Highway Projects);

-oR-

M.Sc. (Civil Engineering/ Traffrc Engineering/Transportation Engineering) with minimum eighteen(18) years relevant experience (proven sixteen (16)years' experience as Safety Engineer on majorHighway Projects);

He/she must also have experience of independentlyleading Highway Safety Audit Team for at least onemajor Highway Project;

Safety Engineer

DAE (Civil); preferably having Bachelor's in CivilEngineering.

In case of DAE having minimum eighteen (18) yearspost-qualification experience in llighway Sectorwhich includes proven ten (10) years' experience asQuantity Surveyor on Highway Projects.

-oR-

In case of Bachelor's Degree having minimum fifteen(15) years poslqualification experience in HighwaySector including seven (7) years' experience as

Quantity Surveyor on Highway Projects,

Quantity Surveyor

,DAE (Civil); preferably having Bachelor's in CivilEngineering.

In case of DAE having minimum eighteen (18) yearspost-qualification experience in Highway Sectorwhich includes proven ten (10) years' experience asChief Surveyor on Highway Projects.

-oR-In case of Bachelor's Degree having minimum fifteen(15) years post-qualification experience in HighwaySector including seven (7) years' experience as ChiefSurveyor on Highway Projects.

Chief Survevor

DAE (Civil); preferably having Bachelor's in CivilEngineering.

In case of DAE having minimum eighteen (18) yearspost-qualification experience in Highway Sectorwhich includes proven ten (10) years' experience asSurveyor on Highway Projects.

-oR-

In case of Bachelor's Degree having minimum tenl0) vears post-quali fication experience in Hi

Page 22: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

ItItItIIIl,

IIIIIItIII

Data Shoet

Sector including seven (7) years' experience asSurveyor on Highway Projects.

Notel The Consultants are advised to submit undated CV's strictlv incomnliance with the format of CVs siven in Technical Proposal Form A-5.CVs submitted without reqard to the said format mav score low'

Training is an important feature of this Assignment:

Yes ri No

If Yes, details of training are given in TOR

3.2.3 Professional liability, insurances (description or reference to appropriatedocumentation):

i. The Consultants shall be responsible for Professional Indemnity 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 Professionals forHospitalization/ Medical, 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 ofthe Proposal required is:

Technical Proposal: One Original and Three copies with CD (soft form ofcomplete Techrfcal Proposal in PDF Form) in sealedenvelope.

Financial Proposal: One Original with CD (soft form of completeFinancial Proposal in PDF as well as MS Word/ExcelForms) in sealed envelope,

The address for writing on the proposal is:

General Manager (P&CA)It{ational Highway Authority2& Mauve Area G-9/1 IslamabadTelephone: +92-5\-9032727Facsimile: +92-51-92604\9

4,4 The date and time ofproposal submission is:

Date: l4'l' July, 201 7Time: 1130 hoursLocation of Submission : NHA Main Auditorium

National HighwaY Author1ty27,Mauve Area G-9/1 Islamabad'

fl?lr;F )ft

@walpind!KahutaRoad(26.6Km),4.LaIeoverheadBridgeatSiha|aandDualization ofKalar Manianda Road (13 Km) 14

Page 23: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IIITIIIIIItItIIIIIII

Data Sheet

4.5 Validity period ofthe proposal is: 180 daysThe bid shall iemain valid upto 10th January, 2018

The location for negotiation ofproposal is:

General Manager (P&CA)National Highway Authority28, Mauve Area G-9/1 IslamabadTelephone : +92- 5 I -90327 27Facsimile: +92-5L -9260419

{ t The evaluation oftechnical proposal shall be based on following criteria:

Description / Items

1 Experience of the Firm

1-a) General Experience in road TranspottSector {25)

1-b) Specific Experience related to particularAssignment (75)

2, Approach & Methodolory

2-a Appreciation of the Project0. Evidence of Site Visit with Photographs(ir. Clarity of appreciation(iiil. Comprehensiveness ofappreciation2-b Problem Statement/ Understanding of

Objectives0. IdentiJication of Problems/ Obiectives0A. Components of Proposed Services2-c Methodology(r. Proposed Solutions for this Project(it). Qualily of Methodologt(iii). Conciseness, clarily and completeness of

proposal2-d Suggested changes for improvement in

TOR2-e Work Program2-f Staffing Schedule

3. Key Staff

4. Performance Certification from clients

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

6. Transfer of Knowledge * (Methodology/Plans)

Total Points:

Points

100

GX

4.5)250

fi!)(30)Q0)(20)c!)(30)(20)G0)(30)(20)(30)

c1-0)(20)AD450

100

50

50

1000

t l i ' ; I:,n\ i

\

d

\)\r'!

vl" Ll

Minimum qualifying technical score: 700

C""rrlt"*y S"*,.* foi Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihala and

Dualizaiion of Kalar Manianda Road ( I 3 Km) I 5

Page 24: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IIItIIIIIIItIITIIt!tI

Data Sheet

Transfer ofknowledge would be in the form ofjoint venture with new/less experienced firm(s) by sharing at least 20% of Assignment with themfor promoting the consultancy industry in the country.

The points earmarked for evaluation sub-criteria (3) for suitability of Key Staffa"re: -

Description / Items Points (%)

i. Academic and General Qualifications 30ii. Professional experience related to the Project 60iii. Status with the firm (Permanent & duration with 10

Firm as per LOI Clause 3.1.4 (d)Total Points: 100

53.r Following is added:

The words "three top-ranking qualifying consulting firms" is deleted in itsentirety and replaced with the words "qualifying consultants"

The date, time, and address ofthe financial proposal opening are:

After evaluation and approval of technical proposals (TO BE INFORMEDLATER).

5.3.3 The weights given to the Technical and Financial Proposals are:

Technical: 80Yo

Financial: 20"/'

6.3 Add following at the end of this Para:

The final person-months of each expert are subject to adjustrnent at the stage ofcontract negotiation in line with demonstrated approaches methodology and needbases,

n " , The assignment is expected to commence in: October' 2017

8 The Clause is deleted in its entirety

Con"rttu*y S"*i"es for Dualization of Rawalpindi-Kahuta Road (26.6 Km),4-Lane Overhead Bridge at Sihala and

Duatization of Kalar Manianda Road ( 1 3 Krr) I 6

Page 25: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IIIIIIIIItIttIIIIIIII

checklist

Checklist for Completeness of Proposal

sNo. Description

Must attach Documonts

In case ofSingle Entity In case ofJV/ Sub-Consultants

I Power of Attomey to submit the Proposal(Original, scanned copy is not accepttble)

a, By the owner/owners ofFirm toauthorized ropresentative,

b. In case ofmore than one ownet,legal authority ofissuing Powerol Atlomcy ol Executant itself.

a. By the owne/owneis ofeachFirm to authorizedrepresentauve.

b. In case ofmore than one owner,legal authority oi issuing PowerolAtlomcy of Executant itself,

c. Power ofAttorney by thc dulyauthorized rcpreseotalive(s) ofmcmber firm(s)/sub-consultant(s) to the authoxizedreDrasentative of Lead Firm

2. Power of Attomey to sign thc Proposal(Original, scanned copy is not acceptable)

\i;\Yt\li-,.11l9 tl'ilii,

'//'

By tho owner/owners ofFirm toauthorized representative.In case ofmors than oIIe owner,legal authority of issuing Powerof Attorney of Executant itselt

a, By the owner/owners ofeachFiIm to authorizedrcpresentative.

b, In oase ofmorg than one owner,legal authority of issuing Powerof Attomey of Executants itself.

c. Power of Attomey by the dulyautho zed representative(s) ofmember firm(s)/sub-coNultant(s) to the authorizedreDresentative of Lead Firm

{f+{

K-X

rJq

\v4-j4

iiskO.<

3. Letter of lntent to form JV on firm'sletterheadl JV agreement on stamp paper(Original, scann€d copy is not acceptable) N.A

Each Firm (all JV members),including the Lead Firm, to signthrough its authorizedrepresentative (along withauthorization)

4. TECHNICAL PROPOSAL FORMS TECII-I to TECH-9 duly completod as perInstructions ro Consuhants/ Data Sheet andrequirements ofTOR (To be anached withTechnical ProposaL)

Must provide Must provide

5 . Valid Rcgisfation Certificate of PakistarEngineering Council with relevant ProjectProfile Codes

Must provide Must provide

6. Foreign consultillg firms shall nake JV Lnaccordance with Bye-Law 6{2) and Bye-Law9 ofthe Pakistan Engineering Council(Conduct and Practice of ConsultingEnein€ers) Bve-Laws 1986

Ineligible

PEC License(s) must be providedat the timo ofproposal submission

7. Atlidavit on starnp paper duly attested by theOath Commissioner 10 thc effect that the fi|mhas neither been blacklisted nor any coltractrescioded in the past for noo-fulfillment ofcontractual oblicstions

Must provide

Must be provided by all memberfirm(s) including the Lead firm(and sub-consultant(s) ifapplicable)

8 . Lists offacilities available with theCon6ultant to perfolm their functionseff€ctiyely (proper ollice premises, software,hardware, rccord keeping etc.)

Must provide

Must be prcvidcd for each Jvmember including the Lead filmsepamtely, In case of involvementof sub.consultant(s), will also beorovided

9. Affidavit on stamp paper duly attested by theOath Commissioner to the effeat that theproposed Personnel shall be available as pertheir proposed inputs in the PersonnelSchedule and

'l'ORMust provide

Must be provided for each JVmember including ihe Lead firmseparately who has proposedPorsonn€|, [n case ofinvolvementof Specialist sub-consultant(s), theaffidavit will be signed by thcindividual himself

1 0 . Performancc Certifi catg/ AssignmentCompletion C€itificate (AlL completedprojccts mentioned und€r TECHNICALPROPOSAL FORM A-2 CLIENT'S

Must provide

Must be provided for completedprojects ofeach member includingLead firm

C."r"lt-.y S"",t""s for Dualization of Rawalpindi-Kahuta Road (26.6 k'n), 4-Lane Overhead Bridge at Sihala and

Dualization of Kalar Manianda Road (13 Km) l7

Page 26: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IITIIIITIItlIIItIII)

I

Certification;-

I, the undersigned, certify to the best of my knowledge and belief that all above mentioneddocuments (as applicable), Sr. No.1 to 11 have been attached to our proposal and signed andstamped as per requirement mentioned at Sr. No.12. In the event of any sort of falsification of thiscertification, the Client NHA may at its sole discretion disqualify our firm from bidding for theAssisnment named under Data Sheet Sub-Clause 1 .1 '

Signature of authorized representative of the firm(s) Date:Day/Month./Year

Full name of authorized representative:

For and on behalfof: {Name of the bidder}

(Seal)

Nole: conv or scanned signatures are not allowed

Checklist

s.No.

DescriptionMust atta ch Documents

In c{se ofSingle f,ntity In case ofJV/ Sub-Consultants

REFERENCENote: Any project mentioned completedunder Form TEC-2B will not be consideredfor evaluation unless PerformanceCertifi cate/ Assignment CompletionCeftificate with satisfactory remark by theclient's repiesentative is not attached, TheCliert NHA reserves the right to veriry thePerformance/Assignment CompletionCertificates.

t 1 Integrity Pact Document duly filled in theblank spaces witl requisite information andsiened/ stamDed

Must provide Must prcvide

12. FINANCIAL PROPOSAL FORMS FIN-l toFIN-t duly completed as per Instructions toConsultanty Data Sheet and rcquirements ofTOR (To be attached with FinsncialProposal)

Must provide Must prcvide

I 3 . Audii Reports ofthe firm for past three yearsduly certified by Chartcrcd Accountant (Tobe attached with Financial ProDosal)

Must provideMust be provided for each firmwho proposcs Personnel for theAssianment

1 4 . Sequential page numbeting of Pncposal.Signing and stamping ofproposal (Technicaland Financial) wherever indicated as well asinit ial/ signature and seal on all other pagesofproposds. The Proposal is bound as hardbook to denv addition/ removal ofpag€s

Must fulfill the requfuement Must fulfill the requirement

ft9411'N' t)(ij

Coo*tt*ry S.rui"es for Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihala and

Dualization of Kalar Maniaada Road (13 Km) l8

Page 27: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

f : ' - '- tt -Itrr- s Irr! l 'rrr - !r

SUMMARY EVAIUATION SHEET FOR FULL TECHNICAL PROPOSALS (QCBS)

Exceftent- l00o/o very Good - 90-999/o Above Average - 80{9"/. Average-10-79"/" Below Average- l-697n Non{omplying - 07oScor€: Mtximum Weight r rrting / I00.Minimum qurlifoing scor€ is 70nlo or 700 mark.

- , I IEvaluation Sheets

-r

f,VALUATION CRTTERIA Max.

Weieht

Pirm I Firm 2

Rating Scor€ Ratins Score

l. Firms ExDtrience 100a) General Experience in rcad Transport Sector 25b) Specific Experience related !o pafiiculat Assignment 75

2. Approach and Methodotos/2-a Apweciation qf the Proiect

(i) Evidence ofsite Visit with Photographs(ii) Clarityofapprcciarron

tiii) Comprehensiveness of apprecialion

70(30)

e0)(20)

2-b. Oualitu of Melhodolo|(i) IdentificationofProblems/Objectives(ii) Components of Proposed Services

50(30)(20\

2-c. MethodnloPv(i) Proposed Solutions for this Project(ii) Quality of Methodology(iii) Conciseness, clarity and completeness of

orooosal

80(30)(20)

(30)2i. Sup"esEd Chan"es for Imorcverttent inTOR I02a. Work Progtum 202-1. Stt-flitlg Schedule 20

3. Key Personnel 450Team Leader/ Highway Engin€er 85

bl Senior Stnrctural E[Eineer'70

Hydraulic & Dminaqe Engineer 65d) Trafficl Pavement Eryinee. 65e) Geo Technical Eneineer 650 Safery Engineer 5Ug) Ouantity Surveyor

hl Chief Survevor4. Performance Certification from clients 1005- Present Commitmetrts (current engagement atrd available strength - j ustilication)

6. Transfer ofKnowledge (Methodology/ Pleff)

TOTAL 1000

Consultancy Services for Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihala and Dualization ofKalar Manianda Road (13 l(m) 1 9

Page 28: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

I ,r !-, Jt .T I f tila J, Al - -l iI' tll - F ID IT! ,Evaluation Sheets

I

PERSONNEL EVALUATION SHEET

Rating: - Excellent - 100y. Very good - 90-99%

Score: Maximum Weighr X rating/ 100.

Above Average - 80-89t" Average -70-19oh Below Averege - l{97o Notr-complying - 0Yo

*ForTeaml,eacler/HighwayEngineer,SeniorSbuctuIeEngineer'Hydmulic&DrainageEngi49er,Trafic/Pave

iraininCs/ corus€s relevant to assigrment -100%; M.Sc - 90%; B.Sc. witi additional fainingt coruses relevaltto assignment - 80%; B,Sc. - 70%For Qtrantity Surveyor and ChiefSurveyor: B.Sc. -100%; DAE - 70%

** Regular Employee - 100%;First time for this assignment - 0olo

POSITION / AREA OFEXPERTISE

NameAcademic and General

Quali{ication*weisht 30%

Project relaledExperienceWeisht 60%

Status with th€ Firmt*tovo

OVERALL RATING(Sum of Weighted

Radnes)

(Show al1 experts to be evalualed)Percentage

RatirlSweightedRatine (A)

PercentageRatine

WeightedRatins (B)

PercentageRating

WeightedRating (C) (A+B+C)

a) Team Leader/ Highway Engineerb) Senior Structural Engineerc) Hydraxlic & Drainage Engineetd) Traffic/ Palement Engineer

e) Ge-o Techaical Engineer

I Safety Engineerg) Quantity Surveyorh) Chief Surveyot

Consultancy Selvices for Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihala and Dualization ofKalar Manianda Road (13 Km) 20

Page 29: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

Technical Proposal Forms

TECHNICAL PROPOSAL FORMS

fA\.'2'

i$<,f I

C""r"lt"*y Sr="1"* for Dualization of RawalpindlKahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihata and

Dualization ofKalar Manianda Road (13 Km) 2l

Page 30: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

lrTechnical Proposal Forms

Form A-lTrcnNrcar, PRoposAL SUBMISSIoN FoRM

II)

IIT)

ttIIIIIIIIIIt

{ Location, Date}

To: lName and address of Clientl

Dear Sirs:

We, the undersigned, offer to provide the consulting services for [Insert the ProjectName] in accordance with 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.

[{If the Consultant is a joint venture, inseft the following: We are submitting our Proposalin a joint venture with: {Insen a list with full name and the legal address of each member, 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 joint 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:

(a) All the information and statements made in this Proposal are true and we accept that anymisinterpretation or misrepresentation contained in this Proposal may lead to ourdisqualification and/or may be sanctioned by the Client'

(b) Our Proposal shall be valid and remain binding upon us for the period of timethe Data Sheet, Clause 4.5.

(c) We have no conflict of interest in accordance with LOI Clause 1.9'

(d) We meet the eligibility requirements as stated in Data Sheet Clause 1.8.

G) Neither we, nor our JV Partner(s)/sub-consultant(s) or any ofthe proposedthe TOR for this consulting assignment.

(D 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 thetermination of Contract nesotiations.

Consultancy Services for Dualization of Rawalpindi-Kahuta Road (26.6Dualization of Kalar Manianda Road (13 Km)

Km), 4-Lane Overhead Bridge at Sihala and22

Page 31: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

Technical Proposal Fonns

(g) Our Proposal is binding upon us and subject to any modifications tesulting ftom theContract negotiations,

We undertake, if our Proposal is accepted ard the Contract is signed, to initiate the Servicesrelated to the Assignment not later than the date mentioned in Data Sheet 4.5 (or the date extendedwith the written consent ofConsultant in case of delay in ptocurement 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}:Name and Title of Signatory:Name of Consultant (company's name or JV's name):In the capacity of:

Address:

ITIIIIIItITItIIII

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 attomey to sign on behalf of all members shall be attached)

IIrI

Conrultun.y S.*ices for Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihala and

Dualization of Kalar Manianda Road (13 Km) 23

Page 32: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IIIIItIIIIII)

sIItttI

Technical ProPosal Fotms

Form A-2

CLIENT'S REFERENCE

Relevant Services (as per RFP notice) Carried Out in the Last Ten YearsWhich Best Illustrate Qualifications

Using in the format below, provide information on each reference assignment for which yourfirm, either individually as a cotporate entity or as one of the major companies within a consortium,was largely confiacted,

Assignment Name: Country:

Location within Countryi Professional Staff Provided byYour Firm:

Name of Client: No of Staff:

Address: No of Staff Months:

Start Date (Montb/Year) I Completion Date(MontllYear):

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

Name of AssociatedFirm (s), if any:

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

Name of Senior Staff (Project Director/Coordinator, Team Leader) involved and functionsperformed:

Nanative Description of Project

Description of Actual Services Provided by Your Staff

Consultants' Name:

C""."lt"q' S.*1..r f- irualization of Rawalpindi-Kahuta Road (26.6 Km),4-Lane Overhead Bridge at Sihala and

Dualization of Kalar Manianda Road (13 Km) 24

Page 33: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IIIItIIilIIIIIIIIIIII

Technical Proposal Forms

Form A-3

APPROACH PAPER ON METHODOLOGY PROPOSED FORPERFORMINGTHEASSIGNMENT

-oi-,lt*"yS.'ui"",foiDualizationofRawalpindi-KahutaRoad(26.6Km),4.LaneoverheadBridgeatSihaIaandDualization ofKalar Manianda Road (13 Km) 25

t

Page 34: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

Technical Proposal Forms

Form A-4

COMMENTS/SUGGESTIONS OF CONSULTANT

On the Terms of Reference (TOR)

1 .

2 .

3 .

4.

5 .

6 .

Etc.

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

1 .

2.

3 .

4.

Etc.

c"t*tttu*y soui"rs for Dualization oi Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Ovelhead Bridge at sihala and26Dualization of Kalar Manianda Road (13 Km)

Page 35: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

Technical Proposal Forms

Form A-5

FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED KEY STAFF

Proposed Position:

Name of Firm:

Name of Staff:

Profession:

Date of Birth:

Years with Firm:

Nationality:

N.LC Nrmbet:

Cell Number:

IlIIIItIIIIIITIIIItII

o

10. lr,lembership in Professional Societies:(Membership of PEC is Mandatory)

10. Detailed Tasks Assigned on the Project:

r Key Qualifications:

[Give an outline of staff member's experience aad training most pe inent to tasks on assignment'

bescribe degree of responsibility held by staff member on relevant previous assignments and give

dates and locations. Use up to one pagel.

a Education

[summarize coLlege/university and other specialized education of staff member, giving names of

institutions, dates attended and degrees obtained]

o Employment Record

[Stading with present position, list in reverse order every employment held' List all positions held

iy staff-member since graduation, giving dates, names of employing organizations, title ofpositions

netA and location of assignments. For experience in last ten years, also give types of activities

oerformed and Client references, where appropriate].

@indlKahuta Road (26.6 Km),4-Lane overhead Bddge at sihata and27

if;ori-:ic$

Dualization of Kalar Manianda Road (13 Km)

Page 36: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IIIIIItIItIIIIIIIt

Technical Proposal Forms

t Languages

[Indicate proficiency in speaking, reading and writing ofeach language: excellent, good, fair, orpoorl.

+ Ceftification

I, the undersigned, cerlify to the best of my knowledge and beliefthat

(i) This CV coruectly describes my qualifications and experience(ii) I am not a current employee of the Executing or the Implementing Agency(iii) In the absence of medical incapacity, I will undertake this assignment for the duration and in

terms of the inputs specified for me in Form A-9 provided team mobilization takes placewithin the validity ofthis proposal.

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

(v) I am not cunently debared by any departmentlorganizationl (semi-eutonomous / autonomous)bodies or such like institutions in Pakistan.

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

{name of project and contract}. I confirm that I will be availabie to caffy out the assignmentfor which my CV has been submifled in accordance with the implementation arrangements andschedule set out in the Proposal.

If CV is signed by the firm's authorized representative:

(vii) I, as the authorized representative of the firm subrnitting this Proposal for the {name ofprojectand contract), certify that I have obtained the consent ofthe named expert to submit his/her CV,and that s,/he will be available to carry out the assignment in accordance with theimplementation arrangements and schedule set out in the Proposal, and confim his/hercompliance with paras (i) to (v) above.

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

I understand that any willfili misstatement described herein may lead to my disqualification or

dismissal, if engaged.

Signature of expert or authorizedrepresentative of the firm

DatelDay/Month/Year

Full name of authorized representative:

Note: copv or scanned siqnatures are not allowed

ItI

Consultancy Services for Dualization of Rawalpindi-Kahuta Road (26'6

Dualization of Kalar Manianda Road (13 Km)Km), 4-Lane Overhead Bridge at Sihala and

28

Page 37: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

I I I I I IT IT I I I I - r -

COMPLETION AND SUBMISSION OF REPORTS AS PER TOR

-r I I I -Technical Proposal Forms

Form .4.-6

Reports Date

t2.J .

/l

5.6.7.8.

Consultancy Services for Dualization ofRawalpindi-Kahuta Road (26-6 Km), 4-Lane Overhead Bridge at Sihala and Dualization of Kalar Manianda Road (13 Km)

Page 38: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

- I I I I I I I IT I I I I I -Technical Proposal Forms

Form A-7

COMPOSITION OF THETEAM PERSONNEL AND THE TASKS TO BEASSIGNED TO EACH TEAM MEMBER

1 . Technical / Managerial Staff

Name Position TasksAssignment

Present locationName of assignment

involved and clients name

Consultancy Services for Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihala and Dualization of Kalar Manianda Road (13 Km)

Page 39: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

I I I I TI I IT TT I I IT I I I I IT I I I -Technical Prooosal Forms

Form A-8

WORK PLAN/ ACTIVITY SCHEDULE

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

I 2 -t 4 5 6 8 9 10 l l t2 13 l4 15

Consultancy Services for Dualization of Rawalpindi-Kahuta Road (26-6 Km), 4-Lane Overhead Bridge at Sihala and Dualization of Kalar Manianda Road (13 Km) 3 l

Page 40: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

Technical Proposal Forms

Form A-9

WORK PLAN AND TIME SCIIEDULE FOR KEY PERSONNEL

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

I 2 5 7 E 9 l0 l l l4 l5

Full Time:Part Time: Activities Duration

Yours faithfirlly,

Signature(Authorized Representative)

Full NameDesignationAddress

-.i :'.i':rr-,+ ;-1.]\-I;+:.;'--\:_i.14)lr.4' n '::)l i tri;; \ \ , , .- i . \ , l

iil;.:592;

Consultancy Seryices for Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihala ard Dualization ofKalar Manianda Road (13 Km)

Page 41: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

I I r -r tl rt I I I I I I I II lr I I l t l r ITechnical Proposal Forms

I

Form A-10CURRENT COMMITMENTS OFTHE FIRM

(List MUST be comprehensive including projects from clients other than NH.A' as well)

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

Consultancy Services for Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihala and Duatization of Katar Manianda Road (13 I(m)

Page 42: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

Financial Proposal Fotms

FINANCIAL PROPOSAL FORMS

TIIIIIIIIIItItTTTIIII

Cot*ttut"y S"*i.es for Dualization of RawalpindlKahuta Road (26.6 Km), 4-Lane Ovelhead Bridge at Sihala and

Dualization of Kalar Manianda Road (13 Km) 34

Page 43: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

TIIIIlIIIIIIITtItIII

Financial Proposal Forms

Form A-11Frrvmqcrlr, PnoPosAL SUBMISSIoN FoRM

{ Location, Date}

To: fName and address of Client]

Dear Sirs:

We, the undersigned, offer to provide the consulting services for flnsert the Project Name]in accordance with your Request for Proposal dated Unsert Date] and our Technical Proposal.

Our attached Financial Proposal is for the amount of {Inserl amount in words and figures},inclucling all Federal, Provincial & Locat taxes applicable as per law of the land. {Please note thatall amounts shall be the same as in Financial Proposal Form A-17).

Our Financial Proposal shall be binding upon us subject to the modifications resulting fromContract negotiations, up to expiration of the validity period of the Proposal, i.e. before the dateindicated in Clause 4.5 of the Data Sheet.

We confirm that we have no condition to state that may have financial implications over andabove the amount quoted above.

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signature {In full and initials}:Name and Title ofIn the capacity of:Address:

Signatory:

E-mail:

{For a joint ventwe, either allmember/consultant, in which case theshall be attached. )

members shall sign orpower of attomey to sign

only the representativeon behalf of all members

/::?, - .-...d'(,,:l

Consultancy Services for Dualization of RawalpindiKahuta Road (26 6Dualization of Kalar Manianda Road (13 Km)

Km), 4-Lane Overhead Bridge at Sihala and3 5

t

Page 44: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IIIIItIIIIITIIITIIIII

Project:

Financial Proposal Forms

Form A-12

BREAKDOWN OF RATES FOR CONSULTANCY CONTRACT

Consultant:

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

Social charges shall include Client's contribution to social security, paid vacation'average sick leave and other standard benefits paid by the company to the employee.Breakdown of proposed pelcentage charges should be submitted and suppofted (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 suppofted (see Form A-14).

Fee shall include company profit and share of salary of partners and directors (if notbilled individualLy for the project) or specifred in overhead costs of the Company.

Normally payable only in case offield work under hard and arduous conditions'

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

Notes:

Item No. 1

Item No. 2

Item No. 3

Item No. 5

Item No. 7

Note 1

Note 2 The consultant is to provide appointment letter and affidavit/undertaking duly signedby each of the individual staff members showing salary rates as above. Further duringexecution each invoice will also be provided showing that the professionals have beenpaid their salaries as per basic rates specified therein. Failing to which, the Client willtake punitive action against the consultant and shall deduct the deficient amount fromhis monthly invoice. Moreover, it will be considered as a negative mark on hisperformance that will be considered for future projects,

Full Name:Signature:Title:

Name Position BasicSalaryper Cal.Month

SocialCharges(%age ofl )

Overhead(%age of1+2)

Sub-Total

Fee(.Yoage

of 4)

Rate perMonthforprojectOffice

FieldAllow.(%age ofl )

Rate perMonthfor FieldWork

(1 ) (2) (3) (4) (s) (6) (1) (8)

]r\r r -

.+/

Consultancy Services for Dualization of RawalpindlKahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihala andDualization of Kalar Manianda Road (13 Km) 36

Page 45: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

Financial Proposal Forms

Form A-13

BREAKDOWN OF SOCIAL CHARGES

Sr. No. Detailed Descripfion As a o/oage of Basic Salary

C*"rft.*V S"*1.* f"i Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihala and

Dualization of Kalar Manianda Road (13 Km) 3'l

Page 46: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

Financial Proposal Foms

Form A-14

BREAKDOWN OF OVERHEAD COSTS

Sr. No. Detailed DescriptionLs a Voage of Basic Salary and

Social Charges

c"""rtt"r"v s"r""". r* n."l*tion of RawalpindlKahuta Road (26.6 Km),4-Lane Overhead Bridge at Sihala andD ^ o ; / 1 ? k ' - \ 3 8Dualization of Kalar Manianda Road (13 I(m)

Page 47: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

TItIIIIITIIIITItIIIII

Financial Proposal Forms

Form A-15Page I ol2

ESTIMATED LOCAL CURRTNCY SALARY COSTSiREMUNERATION

Sr. No. Position NameStaff-

MonthsMonthly Billing

Rate

TotalEstimated

Amount (Rs,)

I . Professional / Key Staff

Sub-Total:

cot*rttu*y souires for Dualization of Rawalpitrdi-Kahuta Road (26.6 Km),4-Lane Overhead Bridge at Sihala and

Dualization ofKalar Manianda Road (13 Km) 39

Page 48: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IItIItIIItTIIII)

IItII

Financial Proposal Forms

Form A-15Page 2 of 2

ESTIMATED LOCAL CURRENCY SALARY COSTS/REMUNERATION

Cor"uft*.1S"*i"es for Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihala and

Dualization ofKalar Manianda Road (13 I(m) 40

Note: The bidders are fequifed to quote the rates of Non Key/ Support Staff given in the TOR inabove table. The bidder(s) may propose Non Key/ Support Staff Person-Months in additionto those given in TOR; however, in such a case tenable reasons must be given in theTechnical Proposal submission Form A-4 "Comments on TOR". The Client',s negotiationcommittee will deliberate on the req,uirement of additional staff during negotiation meeting.It is also to be noted that the Client is not bound to agree to the reasons given in Form A-4.

Sr. No. Position Staff-MonthsMonthly Billing

RateTotal Estimated

Amount (Rs.)

il. Non-Key / Support Staff

Sub-Total:

Page 49: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IIIIIIIIttIITIIIIIIT

Financial Proposal Fotms

Form 4.-16

DIRECT (NON-SALARY) COSTS

@ediga ins t th i s l i ne i temmustbesuppor tedbyso l id / tenab lejusiification(s) detailed in Technical Proposal Submission Form A-4 "Comments on TOR" without

indicating financial value therein. The negotiation committee of the Client may negotiate this cost on

the basislf justification provided in the form A-4 with the prospective successful bidder in the lightof Clause ITC 6.6 of RFP. Moreover, if no justificalion is given or Client does not agree to thejustifications, the Client in both the cases shall not include this cost in the total cost offered by the-Consultants

for this assignment, particularly in case any amount against this line item is deemed to

have been covered in other pay items.

C"r."tt"*), S"*1"* for Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihala and4 I

Sr.No,

Nomenclature Unit Qty. Unit Price(Rs.)

Total Amount(Rs')

I . Rent for Offrce Accommodation L,S

2. Office Utilities Costs L.S

3 . Cost / rental ofFurniture / Furnishings L.S

4. Cost (rentals) of Office/OtherEquipment

i. Computers and accessoriesii. Photo copy machinesiii. Communicationequipmentiv. Drafting / Engineering

equipmentv. Sur-veyinginsfiurnents(rentals)vi, Transporl Vehicles (Rentals)vii. Site visits and Meetings in

Islamabad during currency ofProject and coordination duringsupervision

L.S

{ifitn- |! t ^ I

\(.j\\gf

5. Communication expenses P,Month

6. Drafting/ Reproduction of Reports L.S

7. Office/ Drafting Supplies L .S

8 . Environmental Impact Assessment L.S 1,200,000

9. Hydrology & Hydraulics Study L.S 300,000

10.a.

b.

Provhional Sum ItemsSoil investigation along projectalignment with reporlGeo-technical Investigation (Minimumat five locations)

PS

PS

1,000,000

2,200,000

11. Others not covered above to complywith TOR reouirement*

Total

Dualization of Kalar Manianda Road (13 Km)

Page 50: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IIIIIITIIIIIIIIItIII

Financial Proposal Forms

Form A-17

SUMMARY OF COST

Sr. No, Description Amount (Rs.)

1 . Salary Cost I Remuneration

2. Direct (},lon-Salary) Cost

3 . Sub Total:

4.Sales Tax @ 16% on item 3 above whichshall be kept as Provisional Sum in theContract Aqreement

5. Grand Total:

Note: 1- This cost is supposed to be built up in bid price and if anlthing is left blark it shall bedeemed to be included in the cost.

2- The dues and salaries of staff are payable by the consultant in time and not later than10fl' 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 ofthe consultant at actual charges paid plus 1% of the amount, Thiswill also be accounted for adversely in making assessment of the Consultant in thenext evaluation process for selection ofconsultants with report of such defaults'

3- 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.

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

Consultancy Services for Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihala andDualization ofKalar Manianda Road (13 Km) 42

Page 51: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

Terms of Reference

APPENDIX.A

TERMS OF REFERENCE

(TOR)

if/i*tit,u.,r;1,.r,'1:"

C**lt*.y St^4.* f* Dualization of Rawalpindi-Kahuta Road (26.6 t(m), 4-Lane Overhead Bridge at Sihala and

Dualization ofKalar Manianda Road (13 Km) 43

Page 52: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

TIIIItI

1.1

Terms of Reference

CHAPTERNO. 1

INTRODUCTION

Background

Prime Minister office Islamabad vide letter No.3254,M/SPN{/2016 dated 9'h November,2016 informed, "while addressing the Public Gathering at Kahuta on 4'n November, 2016,the Prime Minister was pleased to make the announcement (pertaining to NllA) anddirected that all concerned departn:ents and executing agencies to prepare and furnishfeasibility reports and cost estimates of the projects".

In pursuance of this, NHA intends to appoint consultants for feasibility study and detaileddesign for Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Overhead Bridge atSihala and Dualization of Kalar Manianda Road (13 Km)".

The scope of work, which broadly covers but not limited to following:

i) Feasibility Study and detailed design "Dualization of Rawalpindi-Kahuta Road(26.6krr) Overhead Bridge Sihala (4-lane) and Dualization of Kalar Manianda Road(13km)";

iD Improvement of existing caniageway (as pet site requirements);

iii) Tender drawings and documents;

iv) Environmental Impact Asses$nent @IA) in all respect including approval fromapproving agencies/authorities ;

v) Land acquisition and utilities shifting detail and estimates;

vi) Traffic diversion plan;

vii) Railway Traffic control plan'/methodology;

viii) Economic & Social indicators;

ix) Preparation of PC-I;

x) Main bridges, Three No's:'/ Proposed flyover at Railway Crossing at Sehala,'/ Proposed near Kahuta to avoid deep slope,{ Proposed bridge on Manianada Road,

xi) Interchanges:

Interchange will be provided at existing bridges on N-5 (staft point) and IslamabadExpressway (at 7 km) with provision of Ramps at both locations as per NHA stander& specifications.

1,2 Need Assessment

The road from Rawalpindi - Kahuta is a provincial road which is being maintained by thepunjab Highway Department. The subject road is the shortest link which is serving tofacilitate the traffic coming from Rawala Kot (AJK) to Islamabad, Rawalpindi & No(hregion. In Sihala at railway crossing, the traffic remains chocked and Jammed due to

Co".rlt ".y

Services for Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihala and

Dualization of Kalar Manianda Road ( 13 Km) 44

IIIIIItttIIIII

Page 53: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

Dii)

iiD

iv)

1.3

1.4

IIIIIIIIIIItITIIIIII

Tetms olReference

railway traffic and there is a very high traffic volume including heavy oil cargo vehicleexists ftom N-5 Humak road junction to Sihala. There is anothet obstruction near Kahutavery deep steep slopes is problematic for heavy loaded vehicles. To reduce the hugetransportation cost for heavy traffic and to save the agricultural products and otherperishable products which spoil before reaching their destinations due to long traffic Jamsand poor road condition, dualization of the said road is very necessary

Project Definition

The scheme envisages the Dualization of Rawalpindi-Kahuta Road (26.6 km), 4 LaneOverhead Bridge at Sihala and Dualization of Kallar Manianda Road (13 km). For thispurpose NHA intends to appoint consultants for feasibility study and detailed design oftheProject along with all othet requirements described in the "TOR",

Project Objectives

The Proj ect provides major tangible and intangible benefits which include:

Smooth traffic flow (including heavy vehicles) on Rawalpindi-Kahuta road.

Time & Accident saving of traffic user will be possible.

Vehicle operating cost will be reduced'

Economic growth through providing employment opportunities for the local

inhabitants.

v) After construction ofroad including bridges/flyover, movement ofthe inhabitants

in the project vicinitl, will be quick and promptly'

vi) Economic activity in the project vicinity will be enhanced'

vii) Quicker access to the supplies of agricultural products including perishable goods

to the final destination.

l',r:::11 l-'l'1r'.'.

C-*lt"*y S.*1"* f". Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihala and

Dualization ofKalar Manianda Road (13 Km) 45

Page 54: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

.trTerms of Reference

IIIIIIIIIII!IIIIIITt

CHAPTER NO.2DESCRIPTION OF PROJECT

2.L Location of Project

The start point of the existing sectiontraversing through Kaakpul, Sihala and Pakistanterminate at Kahuta (in the start of Kahuta city).

is located at Humak road junction on N-5Atomic Laboratory/Strategic installation and

The proposed "Dualization of Kallar-Manianda (Sir Suba Shah) road (13 km) is taking off from

Murid Chowk, Kallar Sayyedan and terminates in town of Sir Suba Shah comprising total length of

Con*ttu*y Services for Dualization of Rawalpindi-Kahuta Road (26.6 Km),4-Lane Overhead Bridge at Sihala and

Dualization ofKalar Manianda Road (13 Km) 46

Page 55: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IItIIIIttIIIItII

Terms ofReference

13 km. The further subject road moves toward to Mirpur division (AJK) through Dhan Gali bridge

at river Jhelum,

2.2 Project Works

The scheme envisases the Dualization of Rawalpindi-Kahuta Road (26.6 km) Overheaddge Sihala (4Jane) and Dualization of Kallar Manianda Road (13 km) and improvement

f existing carriageway (as per site requirement), as per NHA standard, specifications andsiven in the TOR. The Consultants will submit an existing traffic diversion

plan and provide a methodology ad solution how the railway traffic will befacilitated/controlled. The Consultants will intimate to NHA of any activity observed fromlocal department or any other depaflment on the existing road. The Consultants will also

Conzultancy Services for Dualization of Rawalpindi-Kahuta Road (26,6 Km),4-Lane Overhead Bridge at Sihala arld

Dualization of Katar Manianda Road (13 Km) 47

ITt

Duallzatlol of Kallara Sayedau - Munlyarda 13 km

Page 56: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

2.4

IIIIIIIIIItIIIIIItII

Tetms of Reference

survey the existing structure (of poor condition) and will consider for design in thisassignment alongwith proper draing facility along the road (if required).

TWP-[ Observations

It is apprised ihat the subject revised cost including extra Direct Non-Salary costs werediscussed and approved by the TWP-II in its 25' meeting held on 13-04-2017 withfollowing observations : -

o The committee decided that the Consultants is bound to get all bills verification fromClient for Direct Non-Salary cost expenditure's.

r The Consultants will do/study Hydrology of the area prior to finalizing the design ofproposed road keeping in view the encroachments of the nearby housing societies inexisting Nullah's etc. A report will be submitted to the Client for perusal and approval.

r The Consultants will finalize the design of interchanges keeping in view the existing andfuture plans of Capital Development Authority (CDA), Mruricipal Committee' andRawalpindi Development Authority (RDA) and shall be in active coordination withabove mentioned organizaxions for the subject matter,

Time of Start

The Services shall be commenced immediately after issuance of the Letter ofCommencement by the Client.

l ime Period

The Services specified in the TOR shall be completed and all the relevant reports submittedin the form and format aoceptable to the Client, within two.j0z) rnonlhg from the Date ofCommencement.

Consultancy Services for Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihala and

Dualization of Kalar Manianda Road ( 13 I(m) 48

Page 57: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

III

Terms ofReference

CHAPTER NO.3 & 4SCOPE OF WORK & Deliverables

The scope of work broadly includes, but not limited, to feasibility study and detailed design.Stage-wise description is as under: -

Stagg-!r Data Collection/Co-ordination with all concerned Depaftments.

r Desk study on maps & satellite imagery validated by Reconnaissance visit, Satelliteimage of entire coridor with recommended gp!!@ duly marked on it shall bepresented in the Alignment Study Report.

t Presentation of alignment and Cross-section for approval from NHA.

o Traffic count & O&D survey,

o Inventory for Structures, Bridges and Interchanges after detailed field visit.

r Feasibility Study with approximate cost estimates on best effort basis.

Stage II and Stage III will be undertaken after the approval of Stage I.

_tIIIIIItTIItIIIIII

t

I

t

I

a

a

a

a

Slssc-IIStudy of the project area from hydrology and hydraulics perspective.

Detailed topographic survey with cross-sectirms at 100m intervals.

Soil investigation suryey on the proposed alignment at every 5km or less, ifrequired

Geotechnical investigation.

Identification of quarry sites and construction material survey.

Design ofToll Plazas, associated buildings, rest axeas etc.

Geometric Design of highways, interchanges, laybys etc.

Road fumiture design including traffic signs and gantries. Proposed Location oftraffic signs and gantries along the alignment must be shown on the drawings.

Detailed Structura.l Design along with structural calculations'

Three days' traffic count at selected nodes to asceftain traffic volumes.

Pavement Design with surface and subsurface drainage.

Provision of ducts/crossing of future utilities like OFC, pipelines etc.

SaseJIPreparation of EIA Report and obtaining NOC from concerned EPA.

Preparation of Traffic Management Plan.

Submission of detailed design in the form of Tender Documents, BOQ,Estimate, Take-off sheets for Engineer's Estimate and "C" factor.

Stakeout of design alignment after approval for ground validation.

Engineer's

t

a

t

a

I

a

I

f,.-1{t:i\;

_ , i - \

V'ti,c;x .i ,:,

;,- ..-{f/

Consultancy Services for Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihalaand Dualization ofKalar Manianda Road (13 Km) 49

Page 58: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IIIItIIlIIITIIII

t

t

i

{f"})lrr1':'l\l' / \L;ii(y ,11il ".i,, ,r:" irj'

Terms of Reference

Land acquisition & Utility Folders using imageries.

Pteparation/revisions of PC-1 ,

Training ofNHA Engineers at no cost to Client.

Correctness of Desisn

Consultants is entrusted with the Scope of Work outlined above. It is required that theConsultants should undertake the job in a professional marurer to the best of his abilityand resources. NHA as Client may offer comments through in-house review' Anycomments offered by the Client do not absolve the Consultants from its obligation todevelop conect and cost effective engineering solutions for the Projects. NHAreserves the rigK to take punitive actions as required at appropriate forum even duringconstruction stage. The tasks to be canied out by the Consultants are elaborated in thefollowing paragraphs.

Data Collection & Co-ordination with concerned departments

Immediately after signing of the Contract, the Consultants will get procession of therelevant maps, reports and imageries requires for preparing the design of the Project.After the completion ofthe design, SOP maps and imageries shall be returned back tothe Client in Original and un-damaged condition. In case any authorization is requiredby the concemed office for d'elivering the required information, same shall beprovided by NHA in the form of Authorily Letter, The Consultants should inform thelocal police and administration before conducting all types of filed surveys. Beforeplarining the field reconnaissance, the Consultants should co-ordinate meeting withihe local city development i Highway Department to krow any future plans for cityexpansion and provincial roads etc.

Task 2: Reconnaissance Visit with Identification of AlignmentAlternatives.

Outcome: Alignment Stucly Report'

3.1

a ) Reconnaissance Visit with Identilication of Alignment Alternatives

After the completion of the Task 1, the Consultants shall cary out the desk study ofpossible alignments, using maps and imageries. Same shall then be investigated in thefield reconnaissance. The site visits shall be canied out by a senior HighwayEngineer. Coordinated meetings with local deparlments shall be done and minutes

ItI

(same shall be made part of the Alignment Study Repod).

During the reconnaissance visit, particular requirements of project shall be identifiedthat will be addressed in the Design. Alignment study report should elaborate themethodologies for detail design for requirements spelled out in the TOR andobservations made in the site visit.

Cot"tulta*y S"rui"es for Dualization of Rawalpindi-Kahuta Road (26.6 Km),4-Lane Overhead Bridge at Sihala

and Dualization ofKalar Manianda Road (13 Km) 50

Task 1 :Outcome:

Data Collection & Co-ordination.Consultants gets hold of relevant informatioq SOPMaps, Satellite imageries and liaison with local

etc.

Page 59: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

J .J

IIIIIIIIIIIIIII

Terms ofReference

After submission of Alignment Report, the Consultants will give his presentation tothe Competent Authority for approval of alignment. In the reconnaissance visit,Consultants should record some Geographic Co-ordinates of physical features onground using GPS (Dual Frequency, high accwacy). It shall be used in geo-referencing/north-rectification of the satellite imageries. Control points shall be fixednot less than 5 km apart.

At the reconnaissance stage Social, Economic and Environmental aspects shall beconsidered. The resulting information will form part of the recommendations foradoption of a particutat cortidor. Data from various sources shail be collected at thisstage:

t Topographic MapsI Geological Reports available if any (from local departments, adjaeent projects)t Agriculture Soil Reportsr Soil Survey Maps (Soil survey of Pakistan)

Task 3: Detailed Topographic SuweYOutcome: Submit survey Report.

Submit Topoeraphic Plans.

Detailed Topographic Survey

Topographic survey forms the basis for Design. Poor quality of survey work producesnot only incorrect designs but also results in post constxuction problems withvariations in cost and claims. It is desired that the Survey work is oftop most order.

As per "surveying & Mapping Act 2014", the Survey Company must comply with therequirement of the Act. It is therefore recommended that Consultants should use thelatest technology for the topographib surveys, which include at least 4 (four) GPSDFfor establishment of high accuracy control points (as per required plan, specifiedherein). in case the Consultants does not have the requisite number of GPSDF, he isadvised to hire services. of professional survey companies having the requiredexpertise. A network of control points along the corridor shall be developed involvingat least 4 instruments.

Before mobilizing tosite for Survey, theConsultants shallsubmit to the Clientdetailed topographicsurvey program withactual human

vces planned todeployed, and get

ofTopographic

Permallellt Ground Monument made ofConcrete l:4:8 with 75 mm steel nailembedded at centre. Using spray paint and astencil, the monument number shall bepainted.

The size of monument shall be 150 mm squareat top and 300 mrn square ai bottom Theheight of monument shall be 900 mm, Out ofwhioh 750 mm shall be buried in the ground,

val

III

Survey Program from NHA. The Consultants shall specify the time line of surveyprogram. Total number of equipment with models and calibration certilicates notmore than 6 months old shall be produced. The name and qualiJications of surveyorsshall also be submitted. NHA reserves the right to interview the surveyor if required.

Consultincy Services for Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihalaand Dualizition of Kalar Manianda Road (13 Km) 51

Page 60: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IItITIIIITIIIIIII

Terms ofReference

Upon request, the Consultants should change the surveyor. If Consultants wants tooutsource the Survey work, tt will be mandatory to takn prior appro'tal of the Client.NHA will ensure that the survey firm is not black listed and has sufficient resourcesand compliance of Surveying and Mapping Act 2014, and any amendments in thementioned Act.

3.3.1 SurveyMonurnentsThe type and dimensions of Survey monuments to be installed at site is shown here.Besides start and at the end, it is required that these markers shall be fixed in thehaverse line at an interval of about 300 to 400 meters. These shall be fixed at suchlocations that these are least susceptible to disturbance and damage'

3,3.2 Control for TraverseProjection: UTMDatum: WGS84Vertical Datum: MSL

3.3.3 HorizontalControlPrecise Primary Controls (ITRI' CONTROLS)Minimum four (4) DGPS Primary Controls at sta( and End of the Project or as manyas may be required such that the distance between these points shall not be more than10 kms. Minimum observation time shall be at Ieast ten (10) hours or as required foreach ofthese points. These points shall be validate#verified with Intemational FixedStations in WGSS4iITRF reference frames for an average ambiguity resolution of50% or better for a reliable network solution.

Primary ControlsDGPS Primary Controls shall be established at a maximum distance of 2.5 kms withone base and one rover using leapfrog method, by applying adjustments to createnetwork. Minimum observation time shall be at leasl two (2) hours for each of thesepoints, At every 5 kms one additional DGPS point with two (2) hours observation (toform an inter-visible pair) shall be established, which may be used for Total station ifneeded for topographic survey.

Secondary ControlsDGPS Secondary Controls shall be established at a maximum distance of 333 meterswith one base and two rover at alternate sides of Alignment (to form triangularnetwork) using leap frog method, by applying adjustments to create networkMinimum observation time shall be at least 45 minutes for each of these points'

Vertical ControlVertical Control shall be established using MSL frorn first order SOP Bench Markswith double run leveling. Digital level with an accuracy of 0 3 mm or less and singlesection 2ml3m staff or invar stalf with change plate on bottom shall be used. The

distance between the two successive reading points shall not be more thanAll horizontal control points are connected with monuments made for

izontal primary and secondary controls with double run level to control the heightmentioned above.

3.3.4

3.3.s

3.3.6

ItI

Cor*rltan.y S"rui.es for Dualization of Rawalpindi-Kahuta Road (26,6 Km), 4-Lane Overhead Bridge at Sihalaand Dualization ofKalar Manianda Road (13 Km) 52

Page 61: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

TI

I

ltIIIltIIIII

Terms of Reference

3.3.7 Monuments for Horizontal and Vertical ControlsThe 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

3.3.8 Topographic survey (scale 1:1000); including on ground features, buildings'Utilities and Crossing Roads

a. Topographic Survey will be performed within the ROW Limits. At important controlsection, if the large-scale stxuctures are proposed to be built on the sections, thesurr'ey range can be extended reasonably if necessary, Enough Spot Levels (points)shall be taken to create a topographic map in the scale of 1 : 1000,

b. The Consultants is required to observe 10 cross-section across the River Khadir, Bankto Bank. Three cross-sections at the Bridge Site (one center-line and other twoadjacent to centerline up and down stream of the bridge. The BM for upon which theModel study survey was done should be incorporated in the traverse/ level circuit.

3.3.9 Centerline Points (stake) and Measurement of elevation of route stakea. The distance between the centerline points shall be 20m in general, in case of the

pond the stake is fixed on the bank of the inclination and waterline'.

b. The distance between the stakes is 5m-8m on the section of roads which haveretaining walls.

c. The distance between the stakes is 10m on the interchange slip road whose radius isless than 60m.

d. The distance between the stakes is 5m for the 10m before and afler the chainage ofthe abutment for a total distance of 20m.

e. Minimum Three longitudinal sections (parallel to Alignment) including the centeraxis, the left and right edge lines of the bridge shall be measured. For the placeswhere the topography is changed and bridge pier and abutment, more stakes shall beestablished.For the culverts, the chainage and elevation ofthe crossing point shall be measured;the longitudinal section of the r,vater channel 50m upstream and downstream of thecrossing point shall also be measured.

The stakes are placed on the edges ofthe crossed roads. The stakes should be fixedon the crossing points. There is also a need to collect the coordinates, elevation,angle, width and road level of the crossing points (50m around the crossing point).The coordinates, elevation, and angle of left, middle and right lines ofthe importantcrossed roads should be collected (100m around the crossing point).

The position of 10KV high-pressure pole(tower) around the route within 100m, andthe power line's lowest elevation on the crossing point

The stake's elevation shall be measured one by one.

It is necessary to establish more stakes in case there is any pipeline or buildingcrossing the alignment; the height difference between the bottom elevation of suchpipeline or building and the ground shall be measured

IIII

l

j .

Consultancy Services for Dualization of Rawalpindi-Kahula Road (26.6 Km), 4-Lane Overhead Bridge at Sihala

and Dualization ofKalar Manianda Road (13 Km) 53

Page 62: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IttIIIItIIIIIIIIIItII

T€rms of Reference

3,3.10 Cross section Pointsa. The cross section should be measured one by one.

b. The cross section of the embankment should be measured at l00m interval for thestraight line sections and curve sections with radius larger than 5,000m. At curveshaving radius less than R=5000 m, the cross sections shall be measured at 20minterval.

c. The cross section shall be measured to the ROW limit.

d. For the alignment sections with proposed retaining wall, the cross section shall bemeasured at 5m interval

e. For the bridge pier, the measuring range of the cross section is 10m at both left andright sides of the center; for the bridge abutment, the measuring range is till theROWlimit

3.3,11 Interchanges (1:1,000) Mapa. Extraction of features shall be done & points shall be taken beyond the ROW of 100m

and inside the minimum Region defined for Interchanges to create 1:1000 map. Theminimum length of existing road to be included in topographic survey (forinterchange ramps merging) should not be less than 250 m.

3,3,12 Riverine Survey for Crossing Canals - Short BridgeMeasr.[e the center longitudinal section of the canal from 100m upstream to 50mdownstream, and measure the cross section of the canal at 10m interval which isperpendioular to the axis ofriver. The canal edges must be taken recorded along withall break points to clearly define the canal shape.

3,3.13 Riverine Survey for Crossing Rivers ' Long BridgeIn case the crossing of Major River is encounteted, suffrcient cross-sections shall berequired to run the HEC-RAS for computation of water surface profiling. Location ofcross-sections shall be as per requirement ofthe Software.

3.3.14 Survey for Crossing Water Channels/ NullasMeasure the center longitudinal section of the water Channel,t'lullas from 100mupstream to 50rn downstxeam, and measwe the cross section of the waterchannel,Nullas atr 10m interval, which is perpendicular to their axis. Minimum 5points shall be taken at each taken at each cross section to correctly depict the top andbottom of the sloping bank, width of bank and center of channel' The distancebetween the cross section points shall not be more than 5m for wider waterchannelsA{ullas.

3.3.15 Survey corridorThe detailed topographic survey in normal circumstances shall be canied out in acorridor of 100m. At locations of crossing rivers, Nullas the detail of survey extent isgiven in respective sections.

3.3.16 Mapping (Unit of Measurement)Metric units shall be used throuehout.

3.3.17 ScaleBesides soft copy, mapping of drawings shall be plotted to a scale of 1:1000

Consultancy Services for Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihalaand Dualization ofKalar Manianda Road (13 Km) 54

Page 63: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IIIIIIITItItIIIII

Terms of Reference

3.3,18 Details to be ShownBuildings/Structures1. The plinth line ofall pennanent buildings.

2. Construction type of building (whether brick (B), semi-concrete (SC),concrete (C), double storey (D) etc.).

3, Ruins or parlially demolished buildings or foundations - by the wall andmasonry visible at the time of the survey.

4. Names and type ofusage ofall buildings, schools etc.

5. Buildings under construction.

Roads, Tracks and Footpaths1. Kerb line or edge of surfacing to caniagertays, and along the edge line

marKlngs

Tracks

Pedestrian bridges and footpaths

Traffic islards (similar to kerb line)

Destination of road for junctions level

Bridges (over railway, river, etc.)

Levels over railway line in case of at grade or grade separated crossings

In case of power transmission lines crossing alignment, level of electric wirewith respeot to survey control shall be recorded.

Industrial1. Name and type of industry, Boundary wall and building structure inside

2. Tanks (indicate type of material stored e.g. fuel, gas, water, etc.)

3. Sewage disposal works details

4. Chimneys (substantial)

Road Furniture (In case of existing load)1. km post (value to be noted)

2. Bus stop facilities

3. Traffic signal posts and oontrollers

5. Guardrails

6. Road signs

Boundary Features1. Fences

2. Gates

3. Boundary stones located/used for fieldwork

4. Walls

2.3

4.

5 .A

7.

8 ,

II

Consultancy Services for Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Overhead Bddge at Sihalaand Dualizition of Kalar Manianda Roatl (13 Km) 55

Page 64: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IItITIItI!IIIIIIIIIII

Terms of Reference

5. Burial grounds

6. Historical areas

Railways1. Gauge faces of railway rururing rails with elevations of rail top

2. Level crossings

3. Platforms

4, Bridges (over road, river, etc.)

5. Station building

6. Telegraph poles (indicate the reference numbers)

Survey1. Survey Department Trigonometric Stations

2. Permaxent Glound Markers (lP's, RM's, TBM's, etc.)

3. Survey Deparlment Benchmarks used (Indicate reference number and level)

Woods, Trees & Recrealion Areas1. Playing field

2, Land-use and vegetation, etc.

3. In case of trees in the survey corridor, the surveyor has to assign a code definingthe girth of the tree. Trees with varying girth as specified in the CSR forpayment shall be in respective layers.

Slopes and Earthworks1, Cutting and embankments with any protection work done

2. Terraced slopes

3. Borrow pits / Quarries

4. Retaining wall

5. Rock outcrops

6. Mining tips

7. Indicate date of survey if on-going earthworks is present and maik the affectedalea

Services and Utilitiesl. Transformers (boundary fences only)

2. Electricity sub-stattons and switch boxes (boundary fences only)

3. Pylon lines (indicate levels at lowest point at sag and at pylon towers)

4. Pylon bases

5. Pylon reference numbers and voltage of transmission

6. Radio, TV station masts or towers

7. Telecom poles

i i, '. i: i l

Cor.rultuncy S.rui.es for Dualization of Rawalpindi-Kahuta Road (26,6 Iim), 4"Lane Overhead Blidge at Sihalaand Dualization of Kalar Manianda Road (13 Km) 56

Page 65: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IIItIITIIIItIITI

Terms of Reference

8. Electricity poles

9, Water mains pipes and stop valves (lndicate diameter of pipe)

10. Manholes (circular and square)

Water & DrainageLakes

Ponds or mining pools

Reservoirs

Rivers (name to be indicated)

Strearns

Ditches (width to be indicated)

Canals

Wells (diameter or width to be indicated)

Swamps

10. Lined drains (width, depth and type to be indicate)

Water towers

Culverts

Waterfalls

Jetties (if any)

The top ofbanks of all water features over 1.0m wide shall be detailed and thebottom ofbanks as indicated by the water level at the time of the survey. Thedirection offlow of all river, streams and watercourses shall be indicated.

16. Slopes with height greater than 1.0 meter oftoo sharp gradient to be shown bycontours, including river and stream banks are to be sho'rn on conventionalmarkings and the top and bottom ofslopes are to be shown as dotted lines.

17. Slope conventions shall be drawn as near as possible to indicate the actualshape ofthe slope face, i.e., all berms and tenaces shall be detailed.

Any other features not listed, which are requested by the Client shall also be shorm

3.3.19 Bridge detailsThe bridge details shall be shown on a separate drawing for each bridge' The bridgeobservations in form of coordinates sha.ll include the following: -

a) The coordinates and levels of the four corners of the bddge (points shall beon the adjacent road surface), the two edges ofthe piers, abutment and wingwalls.

The coordinates an<l levels of the bridge deck to the intermediate piers (ifany) of the bridge.

Length, width and rype of conshuction of bridge.

The type and location of setvices adjacent to the bridge'

l l

72.

13 .

14.

i5 .

b)

,-l\tII

Consultancy Services for Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihalaand Dualizition of Kalar Manianda Road (13 Km) 5'7

Page 66: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

e)

IIItIIIItIIIItIItIIII

Terms ofReference

The coordinates and levels of the centerline and the road on the bridge atapproximate intervals of 5 m.

The cross-sectional clearance envelope at the two sides ofan overpass ridge(with respect to the road centerline passing underneath) showing all therelevant levels, offsets and skew angle,

Culvert detailsDetails of each culvert are to be shown on the survey plans and a sepaxate sheet'Tabulation of the following information is to be submitted with the plans: -

a) Type ofculverl and diameter.

b) Chainage ofculvert at the road centerline.

c) Skew angle ofthe culvert from the centerline.

d) Length of culvert from each side of the centerline.

e) Invert levels ofthe inlet and outlet.

0 A sketch ofthe inlet and outlet stluctwes including all visible dimensions to ascale of 1 :200.

For major culverts (dia. > 2.0m) the outlet sttuctures are to be properly measuredenough points shall be tecorded so that the culvert can be modeled in CAD,

Existing Road/ernbankment

In case alignment runs along the existing road, sufficient points shouldbe taken across the existing road to fully define the cross-sestion.Below are minimum points shown for the existing road way cross-section, For the existing carriageway, the width of carriageway, innerand outer shoulders should be clearlv identifred and coded

3,3.20 Details ofjunctions and existing roadsThe suweyor shall survey all junctions to enable the designer to design the junctionproperly. A corridor width of 70m and shall be taken for a distance of not less than150 meters up and down the proposed intersection of the road or as required by theClient.

All paved roads, main roads and footpaths or tracks having the width greater than 2mshall 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 10min urban or built-up areas. More points are generally needed to define curved featuresuch as slip roads, islands, etc.

Consultancy Services for Dualization of Rar.valpindlKahuta Road (26.6 Km),4-Lane Overhead Bridge at Sihalaand Dualization of Kalar Manianda Road t 13 Km) 58

Page 67: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IIIttIIIIIItIItIItIII

Terms of Reference

Levels ofthe road centerline shall be recorded for paved roads having widths greaterthan 6,0m. The main destination of the road from the junction shall be recorded by theSurveyor.

Where neoessary to survey along an existing road, the Surveyor shall follow themarked changes along the centerline. In addition to the road edges consecutive pointsalong the edges of the caniageway (i.e. along the edge line marking on botl sides)shall be picked up and shall not exceed 10 m. More points are generally to definesuper-elevation changes at curve sections.

3.3.21 Digital Ground Models ( DGM )The produot of the filed survey data, after processing shall be DGM' The accuracy ofDGM shall depend upon the accuracy ofthe digital data collected in the field. Beforeprocessing the data, it is important to run the data filtration. All data points withincorrect x, y ot z values shall be removed. It is also important as well to properlyidentify the break lines like road, nullah edge with natural faults. Void areas likebuildings shall also be mmked. The topography shall be fully labeled for every objeotrecorded.

All survey feature lines will herein be referred as 'strings'. The data shall be presentedby the Surveyor in a form suitable for input to the software to be used for generationof DGM. Using the recorded data in x,y,z format on data logger, the ground surfaceover the required area shall be simulated by strings of coordinated information alongcharacteristic lines on the terrain. The models shall consist of three dimensional (3D)contour strings.

The existing road surface over the required area shall be simulated by 3D strings ofcoordinated information along characteristic lines on the existing carriageway, Anyother strings that do not affect the accuracy of the ground surface may be assigned anull level.

The Surveyor shall obtain prior approval from the Client for any strings that are to bedigitized but that do not absolve the Surveyor from the subsequent accuracy anddefinition of the nrodel. TIN (Triangular inegular network) shall be developed byusing software. Using TIN, Contour generation shall be done'

3.3.22 GridThe coordiRates ofthe DGM shall be in Easting, Northing and elevations.

3-3.23 String LabelingThe ground features including break lines shall be labeled v/ith the exact descriptionshown under AUTOCAD LAYER NAME. Any additional labels may be consideredand the Surveyor shall submit the list fot approval prior to their usage in the DGM.

3.3.24 Property ModelThis model shall be stimulated by a series of 3D null level snings andincludes the following: -

Strings of land lots (null level strings)Land use and tlpe (Text Strings)

Consultancy Services for Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihalaand Dualization ofKalar Manianda Road (13 Km) 59

and

a)b,

Page 68: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

tIItItIIIItIIIIIII

Terms ofReference

Attributes to land type and use shall be appended to in the AutoCAD format. Suchinformation shall be used by the Surveyor when preparing Land Utility folders at theend.

3.3.25 ContoursAfter digital data collection of suruey points at site, the contour generation shall bedone by using computer software. The interval shall be I m. The smootbness factor tobe defined in the software should be such that it should not distort the ground contoulrepresentation. The contours should be well labeled. During data collection, breaklines on the ground should be very well picked that affects the oontour generation.

If in the project, where steep slopes are likely to be encountered, the surveyor isrequired to use the laser equipped total stations that does not require and prism torecord the co-ordinates.

Contours shall be shown by continuous lines with a thicker line for every fifth contour(Promirrent Contour). Contour and spot heights shall be differentiated from otheidetail. The value ofeach contour shall be indicated along the contours at intervals notexceeding 200 mm and / or the edges ofthe Mapping area.

Where because of undergrowth, on-going earthworks, swampy areas, or ottterobstructions, the grorurd surface is obscured, or access is restricted, and provided theClient prior agreement is obtained, contour oan be shown by broken lines to indicatethat their accuracy cannot be guaranteed.

3.3.26 Longitudinal Profile and Cross-SectionThe longitudinal pro{ile plan shall be plotted in A1/A3 size (as requested by Client) toa scale of 1 : 1000 Horizontal and 1 :100 Vertical with chainage interval of 25 m unlessotherwise specified or instructed by the Client. The cross sectional plan ofthe existingroad shall be plotted in A1 size to a scale of 1 : 100 both horizontal and veftical with 25m interval. The plan shall show the chainage interval as specified and the existingground profrle aad all the existing features.

3.3.27 Original Drawings & Preliminary CopiesPreliminary copies shall be submitted in the form of stable based paper, Every sheetof the drawings shall be marked as preliminary copy along with the date ofsubmission, until the final approved copy which shall be marked as "Final TenderDrawings". Each drawing shall be stamped and signed by the Designer.

3.3.28 Soft Submission of Data and DrawingsThe Surveyor shall supply the digital ground model data, All Drawings, Repotlssuitable for input to the computer specification acceptable to Client The CD-R andhard copy shall be supplied with an index scheduling the contents and referencing andshall remain the property of the Client.

- 3.3.29Field Books and RecordAll field books and computer data must be properly kept and shall record truthfully allthe survey work canied out. The Surveyor shall do all workings in proper books,

y in good style and according to best practice. All field books shall be doneink. Unsatisfactory works and enors shall be struck off and there shall be no

superimposed writing or erasure. Client's Representative may check the field books

bonsultancy Services for Dualization of Rawalpindi-Kahuta Road (26,6 Km),4-Lane Overhead Bridge at Sihalaand Dualizition ofKalar Manianda Road (13 Km) 60I

I

Page 69: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IIIIIIIIIIIItIIIITIII

Terms ofReference

now and then to ensure that a high standard of work is maintained. He may requestthe Surveyor to carry out some spot checks if he has reasonable doubt on the accuracyof the suwey work. The Sruveyor shall comply with such requests unless he canprove to the client's representative for his satisfaction that such checks areumecessaxy. All field books and computer data shall be certified by the qualifiedsurveyor.

The Surveyor shall submit the required number of copies of Final Survey Report oncompletion of all survey works in a format as approved by the client' All photographsfor all the copies sha.ll be original copies and any diagrams or plans presented togetherwith the report shall be in a clean and neat form and in scanned soft format.

3.3.30 Geometric Design StandardsGeometric Design Standards shall be as per latest policy of AASHTO on GeometricDesign of Highways & Sheets. Salient design parameters are proposed as following.Consultants may suggest changes as per site conditions/consffaints: -

Design Elemcnt Unit StandardNo. of lanes 04Lane width m 3.5sPavement cross-slope % 2.0Shoulder a/o 4Yo otllet and 4Vo

innerMax super elevation. % 6Min. vertical clearance over road m 5.2Min. vertical clearance over railway line m 7.0

3.3.31 Standards for StructuresFor aaalysis and design of structures, latest versions of the following codes andstandards will be adopted.

o AASHTO-(LR3'D): -For analysis and design for all loads and load combinations.

c West Pakistan Highway Code of Practice for Bridges 1967: - Forvehicular loads, their spacing & impact factors.

r UBCIIBC 2003: -For seismic zoning in addition to the seismic risk map of Pakistan.

r ASTM: -For material specifications & testing

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

Consultancy Services for Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihalaand Dualization ofKalar Manianda Road (13 Km) 6l

Page 70: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IItt

Vehicles live loadWest Pakistan Codemore severe loads toload etc. as follows:

Tems of Reference

of Practice for Highway Bridges 1967 (WPCHB) specifiesbe considered in combination with other loads such as dead

Class AA loading:The 70-Ton tracked military vehicle to be placed in accordance with WPCFIB togive maximum stresses.

Class A loading:The 54.5 Ton train of trailers (with different axle loads) to be placed inaccordance with WPCHB to give maximum stresses.

Check Deck Slab for Punching Shear:Additionally the bridge deck slab shall be checked.in Punching Shear for aWheel Load of 21,000 Pounds [95 KN] on 0.25 x 0.5m'tire contact area.

Other loadsSide walk live toadA load of 5 KN/m2 (100 pst) of walkway between side barrier/railing andshoulder, applied continuously or discontinuously over both lengths and width ofsffucture in order to produce maximum stresses in the member underconsideral ion,Horizontal live load on railing/posts of side barrierThese depend upon the configuration of the railing/posts/ barrier system' Theposition and the magnitude of the horizontal loads are taken according toAASHTO.

Impact loadImpact loading on the bridge superstrugture is taken in accordance with WPCHB.

Wind loadsWind loads are taken in accordance with the provision of WPCHB.

Seismic designIntemational Building Code (IBC-2003) and Earlhquake forces are calculatedaccordins to AASHTO.

3.3.32 Existing Structures (if applicable)consultants shall carry out detailed inspection of existing stluctures and based oncondition of the structure shall recommend retention of existing structures orreplacement. Where existing structures are retained, design for widening/ extension ofexisting structures shall be canied out to commensurate with NHA standards for X-section of the road ard structwes. Condition Survey Report, along with twophotographs ofeach existing structure will be submitted.

Structural AnalysisStructural Analysis shall be performed using licensed/genuine international software.All input files shall be made a part of the Design Report'

Consultancy Services for Dualization of Rawalpindi-Kahuta Road (26.6 Km),4-Lane Overhead Bridge at Sihalaand Dualization ofKalar Manianda Road (13 Km) 62

IIItIItIIIIItIIII

Page 71: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IIttIIIIIIIIITIIIIIII

Terms of Reference

River Trainine Works (If required)If any Guide Banks, spurs and protection wotks are required then these shall bedesigned in the light of Model study report for high flood discharge and flow patterndetermined by design calculations and hydraulic model study.

3,3.33 Roadside Design StandardsRoadside design perlains to the design of area between the outside shoulder edge andROW limits. It involves safe design of features like embankment slopes, cu1 slopes,roadside clearances, roadside drainage slopes, design ofroad signs and luminaire withbreakaway suppofts, roadside bariers and bridge railings etc' The latest version ofAASHTO Road Side Desisn Guide shall be followed.

Traffic & Axle Load Survey

Trafijc count forms the basis for capacity analysis, pavement design and economicalalysis etc. Consultants is required to cany out classilied tramc counts at requiredlocations along the project and on the connected network to develop an understandingof traffic pattem. The study will also entail the estimation of diversion and generatedtraffic. The Consultants shall submit proposed program of traffic count along withlocations, duration and repetitions, Same shall be exercised after the approval of theClient. The classified traffic count shall include following classifications:

- Non motorized traffic Animal drawq bicycle- Motorized traffic M/cycle, CarlPickup/Jeep, Minibus/wagon, Bus,

2-Axle,3- Axle, 4-Axle, 5-Axle, 6-Axle, Tractortrolley

The traffic cotmt shall be done with hourly classifrcation. In peak how, l5-minuteinterval cormt shall be done to ascerlain PHF.

Journev TimeFor with and without Project scenario, the journey time survey of various classes ofvehicles in peak hours and off peak hours shall be done. It shall be used in economicanalysis

Origin & Destination SurvevIf required, the O&D Survey shall be carried out to identify the traffic like to bediverled to the Bypass.

Axle Load SurvevConsultants shall undertake axle load survey using portable weighing machine.Consultants shall confirm in its technical proposal the availability of such equipment(ownership / rental basis). Sufficient samples of all a.xle groups shall be weighed. Inaddition to axle load, tyre pressure shall also be measured' Data shall be annexed inthe final report and used in the pavement design.

Consultancy Services for Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Overhead Bridge at SJhala

and Dualiz;tion ofKalar Manianda Road (13 Km) 63

Task 4:Outcome:

Traffic & Axle Load SurveyClassified Traffic Surveys after approval of Client.Submit Traffic & Axle Load Survey Report.Submit Traffic Manasement Plan.

tlil ltt;\

" - - \ , , )

,+" ll+,/-.? t

r''J rii':.,-.--- \.l.rt'

Page 72: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

II

Terms of Reference

Underpass/Cattle Creen SurveyUsing satellite imageries, field sruvey and site consultation, Consultants shall identifyexact number & locations of the underpass/cattle creep survey to be provided forconvenience of local residents.

Traffic DiversionManagement PlansTraffic Diversion/Management Plans shall be provided for the following situations:

a. At toll plazas

b. At Intersections and interchanges

c, In urban areas including methodology for separating the local and throughtraffic

d. On at-grade raiiway crossings

e. At places where underground construction like construction of box culverlsand underpasses, proper traffic diversion plans shall be provided

f. At places where overhead bridge construction is likely to take place, propertraffic diversion plans shall be provided

Consultants shall fully define the methodology for construction sequence, divertingtraffic and maintaining the diversion roads. Traffic Management Plan shall beprepared and submitted separately as well as along with Tender Drawings.

Task 5:Outcome:

Soil & Material Investigation RepofiSoil and Material Investigation R

Soil & Material Investigation

Soil & Material is shall be done to ascertain the index and engineering properties ofsoil & rock encountered. The Consultants is required to seek, interpret and evaluatesubsurface and surf,ace data in order to predict the behavior of the soils and materialsalong, and adj acent to, the alignment. The resulting information should be presentedin a logical and intelligible maruler so that it can be used correctly and efficiently bythe non-specialist. As per fixed horizontal and verlical alignment, identify the areas ofdeep cuts and high fills. Study precise geometry of the roadway structures anddevelop design requirements. Field investigations shall be carried out in three mainafeas.

Investigation along the length of the proposed alignment and to determine thepavement suppoft potenlial offered by the subgrade soils

Investigation to determine the source and quantity of naturally-occurringconsffuction materials

Examine specific sites such as deep cuts, retaining walls and culverts etc.

3.5

Following table plesents the guidelines for the quantity of roadway pits or borings andtesting required fbr the Final Design Report. The values given are averageinvestigation requirements for notmal highway work and that actual scope willdepend upon the complexity of the problem.

Consultancy Services for Dualization of Rawalpindi-Kahuta Road (26.6 Km),4-Lane Overhead Bridge at Sihalaand Dualizition ofKalar Manianda Road (13 Km) 64

Ii $/ ,ii\ v ,1-.:

i l l i '" .."{i,l l

Page 73: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

TI

Terms ofReference

belo

For testing of materials, following codes and standards shall be followed:

ASTM - American Society for Testing & Materials.AASHTO - American Association of State Highway and TransportationOfficials.

3.5.1 Materiallnvestigation

Every effort should be made to locate sufficient quantities of naturally occurringconstruction materials at regular intervals along the alignment and as close to thealignment as possible. In case of potential quany sites, test borings are likely to bene.cessary to confirm the quantity and quality of material available. Bulk samples forquality testing may be obtained from adjoining bedrock outcrops provided that thesamples obtained from such sources are truly representative. Test results from anynearby operational quanies should also be included.

C*rultun.y Services for Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihalaand Dualization of Kalar Manianda Road (13 Km) 65

IIIIIIIIIIIIIItItII

a)b)

Roadway type Height (m) Terrain type Spacing (m.1 Depth (m)

Embankment

<2UniformRollingHilly

1000500250

t . 0

2-10UniformRollingHi l l y

500400200

l/3 of embankmentofrefusal

>10UniformRollingHilly

600300150

2/3 of embankmentofrefusal

Cut<?

UniformRollingHilly

1000500250

1.0 below subgrade

2-10UniformRollingHilly

800400200

1,0 below subgrade

>10UniformRollingHilly

600300150

1.0 below subgrade

Guidelines for ents a.fe w:

TestTEST REQUIREMENT FREQUENCY

EMBANKMENT SUBGRADE ALIGNMENT BORROW AREA

Gradation a a l per km 1 per boring/ pit

Moisture Content o a l per km 1 per boring/ pit

Classification a a l per km 1 per boring/ pit

Moisture Density a a 2per5km 1 per borrow area

CBR a l pe r l km 1 per borrow area

Page 74: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IIItII

llIIIIlITtII

Terms of Reference

Water is required for proper compaction of earthworks, and water points will benecessary at lrequent interuals along the alignment. An assessment should be made ofthe likely sources of water fiom any existing wells and from the geological formationsunderlying the route. Samples for tests to assess the suitability of water for concretewill be necessary.

3.5.2 SoilClassification

Soil description is necessary for all test pits and boring logs' The descriptions shouldbe standardized so that the main characteristics are given in the same order i.e. MassCharacteristics shall include field strength, moisture content, bedding state ifapplicable discontinuities and state of weathering. Material Characteristics shallcover Color, Composition, and grading. Parlicle shape, soil name and soil group' BothUnified and AASHTO classification shall be used.

Geotechnical Investigation for Structures

Consultants shall appoint, after the approval of the Client, a "Nominated SpecialistContractor" to perform Geotechnical Investigations including field and laboratorytesting, for which a Provisional Sum, as specified in mode of payment, has beenkept, for canal, toad and river bridges.

After the formulation of exact scope of work for sub-surface investigations based onreconnaissance survey by the Consultants and subsequent approval ofNHA, at leastthee sealed quotations from reputed Geotechnical firms shall be called by theconsultants and submitted to NHA for nomination of selected conffactor, where afterwork shall commence on site based upon a formal agteement between the Consultants

Consultancy Services for Dualization of Rawalpindi-Kahuta Road (26.6 Km),4-Lane Overhead Bridge at Sihalaand Dualization ofl{alar Manianda Road (13 Km) 66

IITI

Test

Test RequirementFine Aggregate Coarse Aggregal Water

AsphaltConcrete

P,C.Concrete

Subbase/Base

AsphaltConcrete

P.C.Concrete

Gradation a a a o a

Atterberg Limits a a a

Sulphate Soundness a O a a o

Loss by Abrasion a a I

Organ ic Impurities a

Sand Equivalent a a a

Soluble Sulphates o a

Soluble Chlorides a a

Friable Particles a a a a

Thin & ElongatedParticles

a a a

Fineness Modulus o a

Water Quality a

Marshall Test a

Stripping Test a

Task 6; Geotechlical Investigations for structuresOutcome: Geotechnical Investigation

Page 75: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IIItIIIItTIII!TIIItI

Terms of Reference

and contractor (including quantities, rates and work schedule). The Employer wouldpay the fee for this work agreed between both parties directly to the nominatedspecialist contractor after cerlification of work by the concemed field formation ofNHA and invoiced by tle Consultants. Consultants will supervise the sub soilinvestigation work to be carried out by Geotechnical Firm'

Sub-surface investigations consisting of boreholes / drill holes / test pits of requireddepth, supplemented by fie1d and laboratory testing to accurately assess theengineering properties of the underlying soil strata for detailed design of foundations,subsftuctures and roads shall be undertaken. A separate report will be prepared to thiseffect and will be submitted to NHA for approval. Original lab reports shall beattached in the soil repofi along with colored photographs.

Bore logs shall be included in the Soil Investigation Report along with the laboratoryresults. Testing of samples collected from site shall be canied out in a reputedlaboratory, under strict quality control and adherence to (elevant ASTM procedures /standards. Depth ofboring shall be decided by the geological formation at site and thetype of foundations proposed for the structures, Standard penetration tests shall bestarted from the ground surface and carried out in accordance with ASTM D1586Penetration Test and Split Banel sampling of soils. Where clayey soils areencountered, undisturbed samples shall be obtained in accordance with ASTM thin-walled sampling of soils.

The site investigation to be undertaken shall consist ofthe following: -

I Deep Machine boring to a maximum depth of 40-50 m (Average) below groundlevel and associated field-tests for River Bridge Piles and 30 m ftrr otherstruclures.

t Trial Pits to a maximum depth of 3 meters.

o Hand auger holes to a maximum depth of 7.5 meters.

a Separate BOQ shall be prepared by the Consultants with all required tests for deepboring. It is required to carry out grain size analysis at required scour depth'

Submission of proper site investigation repoft comprising all reievant notes andpefiinent information required by this Specification together with laboratory testresults. Th€ above scope of work may be varied or deleted depending on the findrngsas 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 toapply. ,.,,i

Consultants is required to caruy out the EIA Study for the Project. It involves, but notnecessarily limited to, collection of required data from site, formulation of Report'getting it reviewed ftom NHA EALS Section, finalization of EIA Report as periequirements of the concerned EPA, addressing the requirements of EPA to their

c"".ult-.y s.^'i"rs for Dualization of Rawalpindi-Kahuta Road (26.6 Krn),4-Lane Overhead Bridge at sihala

and Dualizition of Kalax Manianda Road (13 Km) 61

!,lfro\i,l\31\#rl_l -,,H

#

Task 7:Outcome:

Environmental Impact Assessment StudyEIA Report submission and obtaining NOC.

Page 76: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IIIIIIIIIIIIIITIIIIII

Tetms of Reference

satisfaction (including submission fee), conducting the hearing/presentation includingallied expenditures and obtaining NOC. For EIA, Consultants shall directly coordinatewith GM (EALS) offrce. The vetting of the EIA Report, and verification of invoicesetc. shall be dealt by the office of GM (EALS).

Task 8:Outcome:

Pavement & Structural DesignDesign Repott

Pavement & Structural Design

After the traffic count and projections for designed life of 10 years are done, the soilinvestigations data is available; the pavement design shall be done. The Consultantsshall get the basic design from latest version of AASHTO Pavement Design Guide,but final pavement design shall be done using empirical-mechanistic method' AsphaltInstitute & Shell Model shall be used. Axle Load data and tyre pressure data shall beused. Kenlayer analysis software shall be used. NonJinear elastic approach shall beemployed. All calculations shall be attached in the report.

For design of structures, design codes, standards specified in emlier section of theTOR shall be followed. Structural design calculations must be submitted with thestructural drawings.

A combined Design Report on geometric, pavement, and structural design shall besubmitted to NHA.

Task 9:Outcomel

Hydrology & Hydraulic Studydrolosv & Hvdraulics

3,9 llydrology & Ilydraulic Stuily

3.9.1 ObjectiveThe objective of tho hydrological and hydraulic study is to mathematically model theproject area to design cross drainage structures and road embankment height to ,,1protect it ftom fiiture floods. The major objectives are:

F Establishment of Waterway

ts Marking extents ofthe catchments' area along with its characteristics

F Calculating Maximum Peak Flood Discharge based on meteorological

) Marking of flood plains and High Flood Levels

F Location ofCross Drainage stluctures

) Hydraulic Design of Cross Drainage structures (Type, sizes / geometry andEnergy dissipaters for erosion control etc.)

F Calculating Scour Depth for bridges

3.9.2 Scope of Work / ActivitiesThe Consultants shall adopt state-of-the-art mathematical modeling approach usingindustry-standard software's for the hydrological and hydraulic assessment that shallincorporates following activities:

co*ultun"y s"rui"es for Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Ovelhead Bridge at sihala

and Dualizition ofKalar Manianda Road (13 Km) 68

data.

Page 77: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IIIIIIIIIIIIIIII

Terms of Reference

a, ReconnaissanceSurvey

The field survey will include geo-tagged photographs of the existing cross drainagestructures, measurement of structure sizes; evaluation of structural condition, generalsoil evaluation and land use in the area. In case there is track alignment, all possiblelocations of water crossings shall be identified with water marks and width ofwaterway.

b. MeteorologicalAnalysis

The meteorological analysis shall be based on maximum available record (preferablymore than 30 years) from all the surrounding observatories. The analysis mustinclude:

F Review and analysis of historic Rainfall and Peak Storm events;

D Use of statistical methods to evaluate meteorological and hydrometric records anddetermining best data best fitting on either of Gumbel Max, Weibull or LogPearson 3 distributions.

) Calculation of return periods for 25 years, 50 years, 100 years. and for bridge 500years.

D Instead of using meteorological station data far away from the road, theConsultants shall use spatial analysis (for meteotological models) for finding outdesign storm value in the study area / watershed derived from the surrourdingobservatories.

) Selecting and calculating design storm for hydrological model

c, WatershedDelineation

The activity includes delineation of watershed affecting road and evaluatingphysiography and topography of the catchment / watershed-area. The watersheddelineation shall be carried out using industry standard GIS software's like ArcHydro,Topaz, WMS and DHI MIKE suite etc. The digital elevation model (DEM) forwatershed delineation shall be of at least 30meter resolution or better. Satelliteimagery and any available topographic survey shall be used for stream / riverconection in the DEM.

d. Soil and Land Use

The hydrological soil type and land use shall be assessed in the catchment to evaluateLoss, routing and roughness. The hydrological soil type and land use may be markedusing satellite imagery and classification methods available in GIS with spot siteverification.

Surface Runoff Model

surface runoff for all ungauged basins shall be calculated using "HydrologicalIIII

Modeling System" (HEC-HMS) and Watershed Modeling System (WMS) for largebasins and for small TR-20 can be used. The model shall be prepared using GIStechniques / software like HEC-GeoHMS and WMS etc. The preparation shall include

Consultancy Services for Dualization of Rawalpindi-Kahuta Road (26.6 Km),4-Lane Overhead Bridge at Sihalaand Dualization ofKalar Manianda Road (13 Km) 69

Page 78: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IIIIItII

Terms ofReference

complete sub-basin characterization like basin area, slope, roughness and lag-time etc.The prefened method is as follows:

) Land use marked according to Anderson method / Land use type

) Loss Method : SCS Curve No.

F Roughness = Manning's n

F Transform SCS Unit Hydrograph

F CN culve numbers estimated from Land use

F Muskingum-Cunge or dynamic for routing

F Streams sections estimated from DEM

The hydrological model shall be integrated into hydraulic model based on lield surveyand judgment, stream and cross drainage structures identification through imageryand marking streams through GIS methods.

The Consultants may also take into consideration future catchment changes likely toinfluence flooding risk.

f. Hydraulic Analysis

The calculated storm flows shall be modeled through or around road structures using1D models like HEC-RAS, HY-8, MIKE 11 and SWMM. The culverts in generalshall be designed using HY-8 based on data prepared through "Watershed ModelingSystem" and field survey. The bridges and mapping of flood plains shall be carriedout through 1D hydraulic models like HEC-RAS or MIKE 11. The hydraulic modelshall be prepared using GIS techniques like HEC-GeoRAS, WMS or MIKE I 1

The hydraulic model results skrll be used for assessment of flood impact and analysisof alternatives for its mitigation. The hydraulic structures shall be designed taking intoaccount standard design criteda for highways.

ITtII

IIII

ir,tji

arterials and collectors roads):

TI

Consultancy Services for Dualization of Rawalpindi-Kahuta Road (26,6 Km), 4-Lane Overhead Bridge at Sihalaand Dualization ofKalar Manianda Road (13 Km) 70

Page 79: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IIlIIItIIIttIIIIIIIII

Terms ofReference

Storm drain systems on controlled access highways (main lanes):lnlets, drain pipe, and roadsideJitches

X

lnlets for depressed roadways* X

Storm drain systems on other highways and frontage roads:

lnlets, drain pipe, and roadsidelitches

X txl X

lnlets for deoressed roadwavsf txl X+ The 0.5% (200-yr) and 0.2% (500-yr) AEP events should be calculated for scour

comDuIaIrons.

All structures must be evaluated to the 1% Annual Exceedarce Probability (AEP)flood event or 100yr retum period. Selecting a design flood is a matter ofjudgrnent; itrequires balancing the flood risk with budgetary constraints, therefore the Consultantsis required to submit its proposal and take approval from National HighwayAuthority. The designer should design a facility that will operate:

F Efficiently for floods smaller than the design flood.

) Adequately for the design flood.

F Acceptably for greater floods.

3,9.3 Outputs / ReportingThe following reports shall be submitted by the Consultants: -

1. Reconnaissance suNey repod;

a. The Visit report shall include geo-tagged pictures in soft form.

2. Layout of structures:

a. marked on satellite imagery

b. marked with respect to catchments

3. Draft report

a. Detail watershed delineation and analysis

b. Meteorological analYsis

c. Soil and land use classification

d, Surface runoff model results

e. 1D hydraulic model results for design

f. Hydraulic design of structures

g. Embankment height according to HFL

4. Final reporl,,i.

:i

i,,i,.1--'l,.itit.'',-,r

'.,tl''

Consultancy Services for Dualization of Rawalpindi-Kahuta Road (26.6 Km),4-Lane Overhead Bridge at Sihalaand Dualization of Kalar Manialda Road (13 Km) 7l

Page 80: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IIIITIIIIItTIItIIIIII

Terms of Reference

Task I 0:Outcome:

Highway Safety AuditSafety Audit Repofi

3.10 Highway Safety Audit (HSA)

Pakistan is among those countries, where the road accidents and fatalities are high,One of the major components 28% relating to road accidents is attributed to the roadenvironment factors. It is therefore essential that the highway safety audit should becarried out by a certified Expeft, at various stages, as per requirements of internationalstandards. These stages are outlined below:

o Feasibility Audit

r Preliminmy Design Audit

r Detailed Design Audit

o Pre-opening Audit

Presently, NHA has its own in-house Highway Safety Audit (HSA) Expert. He willaudit the design from highway safety perspective and fumish hisobservations/remarks in the form of a Report. The Auditor may like to conductmeeting with the Consultants to discuss his obseruations. He may also like to visit theproject alignment. The Consultants will be required to appropriately address theobservations and extend full support in completion of the highway safety audit. It ishighlighted that highway safety audit shall not absolve the Consultants ftom hisresponsibility for safety, suitability, soundness, and conectness ofthe project design.

Task 1 l :Outcome:

Stakeout of Design Alignmentval from Field Formations

3.11 Stakeout of Design Alignment

The Consultants will be required to stake the alignment on ground. The Centerlinemarkers shall be fixed on ground at every 25m interval' Approval/verification shall bemade by the freld formations of NHA.

to be acquired, if available. The Consultants shall submit ROW plans showing thealignment with 5 copies thereof to NHA to facilitate timely action for acquisition ofland to define the right of way. ROW permanent markers shall be set up by theConsultants, upon request. The Consultants shall also prepare estimate for acquiringany additional and removal of structures and utilities, particularly in the built up areas,Folders shall also be submitted in soft format in CAD with reference to gridcoordinates.

-on*ltun"y Services for Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihalaand Dualization ofKalar Manianda Road (13 Km) 72

3.12 Land Acquisition & Utility Report ili'l''

"l:i i'iii, ;,-i,.lThe Consultants shall identify land and property falling in the Right of Way (ROW)

Task 12:Outcome:

Land Acquisition & Utility FoldersLand Acouisition & Utility Folders

Page 81: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IIITIIIItTTItIIttIII

Te rms ofReference

Task 13:Outcome:

Construciion Machinery ReportConstruction Machinerv R

3.13 ConstructionMachineryReport

A detailed report on construction resource shall be prepared. It will include, based onthe construction duration, the amount and type of construction machinery required.Based on the Construction plan developed in Primavera/Microsoft Projeot, theresource allocation/ the Cash flow required shall be stated. Computations andassumptions for productions shall be attached in the report. The cost of any equipmentto be imported shall be reflected in the foreign cuffency portions ofthe cost estirnatesand PC-L

Task 14:Outcome:

Formulation of PC-ISubmission of PC-I

3,14 Formulation of PC-I

The Consultants shall formulate the PC-l for the project road sections includingeconomic analysis on prescribed Performa of PC-I by Plar.rring Commission'

Task 15:Outcome:

Tender DocumentsSubmission of Tender Documents

3.15 Tender Documents

TENDER DOCUMENTSTender Documents shall comprise of the following: -

a, Volume-I- Instructions to Bidders.- Conditions of Contract (Paft-I) (General Conditions)- Conditions of Contract (ParlJI), (Conditions of Particular Application)'- Conditions of Contract (PartJII), (Supplementary Conditions)- Forms and Appendices. The Consultants will be required to submit complete

take-off sheets in editable format for "C" factor along with bidding document.

b. VoIume-II- General Specifications.

c. Volume-IIIParticular Specifications, Special Provisions and Bills of Quantities.

Volume-IVDrawings as per the following detail: -ITitle SheetSheet IndexKey & Location Plan with Co-ordinates and alignment with stationing. Pits ofsoil investigations shall also be marked.Sheet of Legends & Symbols

Consultancy Services for Dualization of Rawalpindi-Kahuta Road (26,6 Km),4-Lane Overhead Bridge at Sihalaand Dualization of Kalar Manianda Road (13 Krn) 73

Page 82: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

tttIIIIIITIIITItT

Tems of Reference

Traverse, Bench Mark and Design alignment data including curve dataTypical Cross-Sections with locations of applicationsSuper-elevation details and Linear PlanRoad Furniture Details (Guard rails, Pavement Markings & Traffic signs etc)For Road furniture, location tablesRetaining walls with location tablesSoil investigation linear planIntersection DetailsDrainage plan for surlhce runoff and urban areasMass Haul DiagramPlan and Profile DrawingsGeneral Notes for Structural DrawingsDrawings for Small drainage structuresDrawings for Large structuresDrawings earth retaining sffucturesLandscaping detailsMiscellaneous Detailsi Ancillary Works including training works.Detail drawing folders of Utilities/Infrastructure for Land Acquisition andremoval of all utilities/ infrastructure etc., having all the requisite information.Drawings related to Environmental Mitigation Measures.Traffic Management Plan {Drawings.Detailed design of Pedestrian bridges along with location plan.

NHA has standardized Volume-I (Part-I) and Volume-Il. Consultants shall study andadopt these documents after careful scrutiny and modification whereas required

e. Contract Conditions (Lesal Paft)NHA has prepared Standard Tender Documents sections on instructions toBidders. Conditions of Contract, Bid Forms etc' and has used them for similarproject in the past. Consultants shall study these standardized contractconditions and amend them in accordance with the requirements of thisproject. The Special Conditions of Contract can be added pertaining to theproject as supplement to the General Conditions of Contract

Technical Soecifi cationsThe Consultants shall study the NHA Specifications and prepare parlicularspecification for the project for specified items not covered in the GeneralSpecifications.

Bill of OuantitiesConsultants shall prepare comprehensive Bill of Quantities to be calculated toaccuacy of + 5%o encompassing all the items of work, properly crossreferenced to the Technical Specifications. Standard format of Bill of

Quantities shall be adopted. BOQ must be submitted along with editable softcopy of take-off sheets.

Construction DrawingsThe Consultants shali prepare construclion drawings (Contract Plans) in aclear, concise and uniform manner in Digital Format using AutoCad / Civil3D. The drawings shall be A1lA3 size. Scale for horizontal alignment shall bel:1000 and for vertical shall be 1:100. All drawings shall be signed in original

IIII

Consultancy Services for Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihalaand Dualization ofKalar Manianda Road (13 Kn) 74

Page 83: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IItIIIIlIIIIIIIIII

Tetms of Reference

For draft submissions, the Consultants shall stamp on every page Draft 1, 2,until final submission is made, On final submission, the stamp "Final TenderDrawings" shall be printed on every page with signatures. At the end ofdrawings a jacket containing CD shall be placed, in which the soft copy ofdrawings with all drawings in AutoCAD format. For every drawing shall bemade ready in layout mode. Not fulfrlling these requirements will result inretuming of drawings as un-acceptable.

j. Eneineer's EstimateConsultants shall prepare the Engineer's Estimate of the project based on theproject design, drawings and final Bill of Quantities, using latest availableComposite Schedule of Rates. For items not specified in NHA CSR, rateanalysis shall be provided based upon market price. The Consultants. will berequired to submit complete take-off sheets in editable format along withEngineer's Estimate.

3.16 FinalPresentation

Consultants at the end ofdesign shall make a final presentation with following details.At the end of Presentation, on box containing all documents and drawings shall behanded over for record section.

Important Features of Presentation:

1) Consultants will describe tlle selected road alignment, merits, demerits, landacquisition and other impediments (if any).

2) Consultants will highlight impottant components of proj ect like major bridges,flyovers, interchanges, service areas and landslides etc'

3) Important parameters of sub-soil investigation like CBR, Pile Capacity andGeneral Soil Classification etc.

4) Consultants will also highlight the environmental impact of the roadconstruction on the road influence areas.

10) Description of specialized equipment and machinery required for theconstructlon.

I 1) Description of methodology/ codes for pavement and structural design includingdetails of computer models.

12) For Structural Design, Summary of results of computer output (especiallymaximum and minimum forces for all elements) in tabulated form shall bepresented.

13) A plan showing major quarry sites/ bonow area sites inoluding mass diagramshowing cut and full along the finally selected alignment shall be presented.

Consultancy Services for Dualization of Rawalpindi-Kahuta Road (26.6 Km),4-Lane Overhead Bridge at Sihalaand Dualization ofKalar Manianda Road (13 Km) 75

tIt

Page 84: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IIIttIIIIItIIIIIttIIT

Terms ofReference

14) Traffic management/diversion plan. Proposed location ofpedestrian bridges.

Any other points, which the Consultants may like to highlight, should be included'

3.17 Submission of Documents

All the Reports associated with each Task shall be submitted as stated in respectivesections, In the technical proposal, Consultants shall develop a Work ProgrammeTask wise with submission dates, in accordance with RFP' Failing to provide thesame,@.

All documents/ drawings shall be subject to review and checking by NHA's Experts.Consultants will appropriately address the observations/comments' The review ofdocuments will not absolve the Consultants ftom his contractual responsibility forcorrectness, safety, and soundness of design including Engineer's Estimate.

Consultants will provide two additional sets of the tender documents and reports tothe Client at a later stage at no extra cost 1o the Client. Additional number of sets (ifrequired) shall be provided at a cost of Rs.5,000/- per set.

3.18 Provision of Data on Compact Discs

The Consultants shall submit complete set of documents and drawings in editableformat on three (03) digital CD-ROMs. Files (Word, Excel, AutoCAD, GraphicalImages, and Photographs etc.) shall be properly indexed/ catalogued for recordpurposes and use/ reproduction at a later stage by NHA.

3,19 Performance of the Consultants

The performance of the Consultants shall be evaluated based on theperformance recorded by the Design Section.During the oonstruction phase, the design review shall finally reveal theperformance status recorded by the Design Section.The Consultants shall attend the pre-bid meeting and his performance witlreference to the queries of the contractors shall be evaluated and recorded byGM (P&CA) & GM (Design).

The performance rating shall be made in the following manner:-

.A+ ExcellentGoodRequiring improvementPoor

"B" performance rating without subsequent improvement shall drop theConsultants performance to the stage "Poor", If "Poor" persists in twoconsecutive stages, the Design section shall propose penalty and P&CA shallimplement the recommendation in the light of legality of the matter.

Consultancy Services for Dualization of Rawalpindi"Kahuta Road (26.6 Km),4-Lane Overhead Bddge at Sihalaand Dualization ofKalar Manianda Road (13 Km) 76

b.

rArBr Poor

Page 85: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IItIIIIItII

Terms of Reference

3,20 Assistance in Audit

The Consultants will be required to. assist NHA in addressing the audit observations,at any stage, related to project design.

3.21 TrainingOpportunity

The Consultants shall impart training to fresh graduates in respect of designing ofbridges and highways; for that purpose it will employ two (02) fresh graduates asTrainee Engineers on the project for the complete ploject duration. The Consultantsshall bear the emolument expenses due to each Trainee Engineer; however bomdingand lodging is not admissible to the Trainee Engineers. The minirnum stipend carriedhome by each Trainee Engineer per month after deducting all applicable taxes andConsultant's overheads shall not be less than Pak. Rs.40,000/-.

Moreover, the Client may also designate its own staffto work with the consultants forthe purpose of on the job training (at no cost to the consultants).

ITIIItII

'

':i J-''li:.i:l

I \ i;!iuui.j*r#

TT

-onsultancy Services for Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihalaand Dualization ofKalar Manianda Road (13 Km) 17

Page 86: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

(i)

(ii)

J , t a

IIIIIIIIIItIIIIIIItII

Terms of Reference

Mode of Payment:

"A" is to be calculated by deducting all Provisional Sum amounts given in Appendix-E to this Contract from the Contract Price.

Upon submission of Reports, 50% payment shall be released. Remaining shallbe released upon acceptable quality is ensured. Upon initial submission, achecklist correlating to TOR requirement shall be attached and checked forrequirement spelled out.

Final payment shall not be cleared until Consultants gives a satisfactory finaland until Consultants submits editable copies of all Documents/ ReportsiDrawings.

S. No, Activity Voage of 'A' PS @s.)

I . Task 2: Alignment Study Reporl 5%

z . Task 3: (i) Survey Report. (ii) TopographicPlans

10%

Task 4: (i) Traffrc & Axle Load SurveyReport. (ii) Traffic ManagementPlan/Drawings

r0%

4 . Task 5l Soil and Material InvestigationRepott

1.000 Million

5 . Task 6: Ceotechnical Invesligation Report 2.200 Million

o . Task 7: EIA Report and NOC t0%

7. Task 8: Design Report t5%

8. Task 9: Hydrology & Hydraulics StudyRepoft

5%

o Task I 1: Stakeout ofdesign alignment 5%

10. Task 12: Land Acquisition & IJtility Folders 5%

11. Task l3:Construction Machinery Reporl

5%

12. Task 14: PC-I 10%

13, Task 15: Tender Documents 20%

TOTAL 100% 3.200 Million

Consultancy Services for Dualization of Rawalpindi-Kahuta Road (26.6 Km),4-Lane Overhead Bridge at Sihalaand Dualizition of Kalar Manianda Road (13 Km) 78

Page 87: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IIIIIII

IIIItIIIIIITItI

INFORMATION FORFIXED TRAVERSESTATIONS

Name of Traverse Stations:

Northing:

East ing:

Elevationr

Sketch of the fixed traversestations with reference topermanent features

Terms ofReference

Cr"*it"*y Services for Dualization of Rawalpindi-Kahuta Road (26.6 Km),4-Lane Overhead Bridge at Sihala andDualization of Kalar Manianda Road (13 Km) 79

Page 88: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IIIIIIItItTTtIIItTItt

I The proposcd man-months are as per Clients asssssment; if the consultant has reseNation/opinior/suggeslion regatding proposed

man-months it may convey same in writing dudng Pre-Proposal Mo€ting or gven after Pre-Proposal Meeting but before the lasl

date for seeking clarification, for review and decisioo ofNHA which will be commuricated to all the prospective bidders.

Conrultuncy Services for Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihala and

Dualization ofKalar Manianda Road ( 13 Km) 80

Terms of Reference

S. No. Position No,Duration(months)

TotalMan Monthsr

Key Personnel1 . Team Leader/ Highway Engineer 1 2 2

2. Senior Structural Ensineer 1 2 2J . Hydraulic & Drainage Engineer I I 1

4. Traffic/ Pavement Ensineer 1 I I

5. Geo'Technical Ensineer 1 I 1o . Safety Engineer I 1.5 l . J

7. Quantity Suveyor 1 I I

8. Chief Surveyor I t ' \ 1.5Sub-Total 8 11

Non Key Personnel1 . Surveyors 2 1.5 J

2. CAD Operator I 2 2Sub-Total 3 5

Support Stqff1. Computer Operators 2 2 A

2. Helpers 4 2 8Sub-Total 6 12

Total t1 28

t#tlii+''*'ii**,

Page 89: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

l

)

IIIIIIIlIItIIIII

Tems of Reference

CHAPTERNO.5

ENVIRONMENTAL IMPACT ASSESSMENT OF ROADS/ HIGHWAYSPROJECTS

Need for Environmental Impact Assessment (EIA)

Highway projects axe generally undertaken to improve the economic and social welfare ofthe people. At the same time, they may also create an adverse impact on the sunoundingenvironment. People and property in the direct path of the road works axe affected' Theenvironrnental and social impact of highway projects include damage to sensitive eco-systems, soil erosion, changes to drainage pattern and thereby groundwater, interferencewith animal and plant life, loss of productive agricultural lands, resettlement of people,disruption of local economic activities, demographic changes, accelerated urbanization andincrease in air pollution. Highway development and operation should, therefore, be plannedwith careful consideration of the environmental impact. To minimize these adverse effectsthat may be created by highway development projects, the techniques of EIA becomenecessary. Identification and assessment of potential envirorunental impact should be anintegral part ofthe project cycle it should commence early in the planning process to enablea full consideration of altematives and to avoid later delays and complications.

In view of the above, ar EIA will be carried out for the Environmental aspects of all stagesof the projects i.e. preconstruction, eonstruction and post construction with the followingobjectives:

. Establishing the environmental baseline in the study area and identi$'ing anysignifi cant environmental issue;

. Assessing these inrpacts and providing for the requisite avoidance, mitigation andcompensation measures;

. Integrating the identified envirorunental issues in the project planning and design;

. Developing appropriate management plans for implementing, monitoring andreporting of the environmental mitigation and enhancement measures suggested;

The EIA studies and reporting requirements to be underlaken this TOR must conform to theguidelines and regulations issued by the Pakistan Environmental Protection Agency (PakEPA), Ministry of Environment, Govt. of Pakistan (GOP) which comprise mainly of thePakistan Environmental Protection Act 1997, its implementing regulations, the EIAGuidelines and Review of IEE and EIA Regulations, 2000. These guidelines include theamendments and subsequent rules for the IEE and EIA ofprojects.

Regulations and Standards' Describe the pertinent legislation, regulations andstandards, and environmental policies that are relevant and applicable to theproposed project, and identify the appropriate authority jurisdictions that willspecifically apply to the project.

Project Introduction. The Consultants should categorize the proj ect (category A orB and IEE or EIA) but may not be limited to the general information, ration4e of theproject, description of the project, and any revised alignment'

Consultancy Services for Dualizalion of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Oveftead Blidge atDualization of Kalar Manianda Road (13 Km)

IIITt

Page 90: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IIT

Terms ofReference

Project Description. The Consultants should provide a briefhistory ofthe project, adetailed location and maps with scales (km) of the projects with any alignment(starting point to end point). In the project description the Consultants should alsohighlight but not limited to bridges information, project components, scope andschedule of operation and construction, construction camps, and constructionmaterials.

Description of Environment. Assemble, evaluate and present baseline data on therelevant environmental characteristics of the project area. In addition to generalinformation, the Consultants should provide methodology for preparing the essentialenvironmental data. The data should emphasize but may not be limited to theinformation about Physical Environment which could include, meteorology andclimate, geology and soil, seismology, air and water quality, noise, topography anddrainage pattems, hydrology and/or hydraulic regime, surface and ground water andland use. Ecological Resources should discuss about forests/flora/vegetation profile,crop and horliculture activities, and faunaAvild life and local livestock species(should specify mammals, birds, fish, reptiles and insects), protected andlorendangered wildlife species. Social and Cultural Resources may discuss about themethodology of surveys, settlement pattem, political and administrative setup,population and communities, socioeconomic conditions, protective and sensitiveareas, archaeological and cultural sites, health and facilities, educational facilities,industrial/commercial activities, physical and cultural heritage, utilities, railwaylinks or alignment, tourism facilities and potentials and others. Availability ofResources for Construction should also highlight about borrow soils, constructionmaterial, water ald power availability and any other resources. Hazard vulnerability-identify vulnerability of area to flooding, hurricanes, storm surge, and earthquakes'Characterize the extent and quality of the available data, indicating significantinformation, deficieneies and any uncertainties associated with the prediction ofimpacts.

Environmental Impacts and Mitigation Measures. Identify any negative positive,direct, indirect, short term aad long term impacts of the project, during pre-constructior/design, construction and operation phases. Identify any infonnationgaps and evaluate their importance for decision-making. The Consultants mustrecomrnend appropriate mitigation and rehabilitation measures for the environmentalda,rnage and other impacts identified for specific road corridors, and how they wouldbe implemented with regards to: coordination between highway design and.environmental issues, ambient air, water and noise quality, water resources,drainage, mineral resources, flora and fauna, social and cultural environment,historical sites. The Consultants should attempt to identiff creative measures thatwould also have positive social implications, such as participatory tree planting thatwould also serve as job creation for affected communities. Consultants shouldidentify biological environment, and must discuss about national parks, gamereserves and endangered species. Consultants should also identify the impacts andmitigation measuies for topography, social / cultural issues, land acquisition andresettlement, community development, bonow open pits, waste disposal, geologyand soil, surface and ground water, hydrologic regime, traffic flow, wastage offertile humus layer, utilities issue and poverly alleviation etc.

tlIITIl

iiD

iv)

v)

IIItITItItI

r1,,41'''.'l it'ii il,,ij',i' 'r - tr\\rl, i ,i:: i' ; :; i :,\

. - . i ;.:t l i :

'",i'li..i t:1t,,.i].tr,"

Consultancy Services for Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihala andDualization ofKalar Manianda Road (13 Km) 82

Page 91: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IITTIITIIlITIItITIIIT

vi)

Terms of Reference

However, reporl should not be limited to the above mentioned constituents of theenvironmental impacts and their mitigation measures. The consultants should 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 mitigationmeasures to minimize the environmental impacts, identify and develop data,

Development of Environmental Data, Identify EPA NEQS and guidelines andanalyze following parameters to develop base line environmental data ofthe project:

- Ambient air quality.

- Noise levels.

- Water.

- Biological environment.- Socio economic profiles,

i) AMBIENT AIR QUALITY:

Consultants should monitor the ambient air quality along the selected road site

The parameters need to be monitored include Ozone (O3) Carbon monoxide(CO) Sulphur dioxide (SOz), Nitrogen dioxide (NO2), and particulate mattei(PMls). Acceptable standard anaiysis methodology should be selected tomeasure the NEQS parametels.

Air quality data will be collected over a 24-hour period at all the sampling points

High pollutant concentrations spots should be selected for sampling to assess'worst-case' scenarios, and measurements will be made in areas with extensiveribbon development and schools/hospitals where traffic will be expected to be alittle heavier.

ii) NOISE LEVELS:

Roadside noise level measurements should be taken at a distance of- 6 m fromthe edge of the highway (conesponding roughly to 7.5 m from source vehicles).The noise parameter should be measured for 24 hows at various locations of thespecified site. The permissible limit of noise is 85 dBA prescribed by the NEQSfor motor vehicles. The NEQS do not prescribe a noise level limit for receptors.

,,..'1.1; I'i,,.iili;l,!i,!!

':,i.iir

i l,:\ j,i rrl / l ' , ,.

"; jr. i '{ ''g';i"tt'

(a reasonable number of samolins and their anallsis sllould depend uoon theroad lenimase of noise pollution).

imase o-f air oual y).

Consultancy Services lor Dualization of Rawalpindi-Kahuta Road (26.6Dualization of Kalar Manianda Road (13 KmJ

Km), 4.Lane Overhead Bridge at Sihala and83

Page 92: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

T=I

Terms of Reference

iii) WATER QUALITY:

During field investigations, water samples from various sources in the vicinity ofthe proposed sections should be analyzed for important parameters with respectto human consumption. Although, NEQS include 32 water criteria pollutants forelTluents and 16 NEQS for gaseous emissions, NHA prefer and recommendbasic water quality analysis which may include but not limited to pH, turbidity,alkalinity, TDS, TSS, 5 day BOD aI20oC, COD, OD, total hardness, chloride,sodium nitrates, lead, mercury, arsenic, cadmium, total toxic metals, phenoliccomporurds as phenols, pesticides / herbicides / fungicides (in farmland areas.)and E-coli. (a reasonable number of sampling and their analltsis should dependupon the road lenpth. other environmental -factors which should provide areasonable representation of water oualit!),

Consultants must identify standard and recognized laboratories. Consultantsshould also provide Analy'tical Laboratory Reports along with methodologiesand analytical techniques used for each parameter. The analysis reports mustinclude information, address and contact persons of anal1'tical laboratories.

vii) Analysis of Alternatives. Describe the alternatives examined for the proposedproject that would achieve the same objeetive including the "no change inalignment". Distinguish the most environmentally friendly altematives. In case ofminor impacts, which can be successfully mitigated within the ROW and withoutchange in alignment, there will be no need for the analysis of altemative. In all othercases, and especially in the case of major or critical issues, a systematic comparisonwill be undertaken of the proposed design, site technology and operationalalternatives in terms of:

Their potential environmental and social impacts;

viii)

Capital and recurrent costs;

Suitability under local conditions; and

Institutional, training and monitoring requirements.

For each alternative, the environmental cost and benefits should be quantified to thepossible extent, and economic values should be attached where feasible The basisfor the selection of altemative proposal for the project design must be stated.

(A) Public Consultation, Involvement and Disclosure. During the field surveysthe Consultants will organize workshops and formal public consultationsessions at province level to identify main stakeholder, their categories, theirviews on the existing condition of the project, volume of traffic concern'sstemming from the impact of improvement works, as well as safety relatedissues. If possible, Consultants will assist in inter-agency coordination, andpublic,trJ GO participation.

(B) Grievance Redress Mechanism

) Environmental Management Plan (EMP). Identify and prepare EMP including animplementation schedule and supelision program with associated costs anccontracting procedures for t}re execution of environmental mitigation and socialissues for pre-construction, design, construction a:rd implementation

Consultancy Services for Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Overhead Bridge atDualization of Kalar Manianda Road (13 Km)

ITIITTTIIttIIIItIII

':r'.:n]:;::::1.

,.r. ' ; '*; i-1..t l j" l ;]..

r'l':,", i '

i;,i ;j;'. i" i,i)ii'' i :., .'1,:,,,r..r1,,,'' i*

Page 93: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

x)

ri)

IIIIIITTIIIIIIItItIII

Tems of Reference

Consultants should describe the objectives of EMP and key environmental and socialcomponents, role of functionaries, and road safety. The key components of EMPshould emphasize but not limited to:

alignment and shoulder width options, road side safety, structural recommendations,topography, geology and soil, seismic activities, flood hazards, camp sites, bonowpits, archaeological sites, land acquisition and resettlement, local communities theirsocial and cultural heritage, archaeological sites, waste disposal, air and waterquality including ground and surface water, noise, flora including roadsidevegetation cutting and plantation, fauna including wildlife, endangered species andtheir protection, traffic management, utilities, use of fertile humus soilrecommendation of environmental protection sign boards, and health risk ofworkers. EMP should identifu the training and workshops progtams.

Environmental Monitoring Plan. Identify the critical issues requiring monitoringto ensure compliance to mitigation and environmental management plans and tomeasure and monitor the environmental impacts during conskuction and operation.The objectives of the plan are to monitor the actual impact of the works on tlteproject conidor's physical, biological and socio-economie receptors within thecorridor. This will indicate the adequacy of the EIA. The monitoring plan shouldrecommend mitigation measures for any unexpeeted impact or where the impactlevel exceeds the limits. The plan should ensure compliance with legal andcommunity obligations including safety on construction sites, Consultants shouldmonitor the rehabilitation of bonow areas and the restoration construction campsitesaccording to EMP report, The monitoriag plan should ensure the safe disposal ofexcess constuction materials. Consultants should also evaluate the effectiveness ofthe mitigation measures proposed in the EMP and recommend improvements ifnecessaxy. Apart from regular complialce checks the Consultants shorrld generate atabular matrix for air, water and noise analysis, asphalt plant emissions, soil erosionand contamination, plantation, safety and traffic rules compliance for constructionand operation phases.

Environmental Monitoring Plan will list the procedure through which mitigationmeasures proposed in EIA will be implemented. It will also include environmentalparameter need monitoring, frequency and responsibilities of key playets. In case ofdisagreement with local communities or stakeholders, grievances addressablemechanisr'n shall be part of plan, The management plan will develop the institutionalrequirement and type of training to enhance the capabilities of staff' The totalenvironmental mitigation, Monitoring, equipment and training cost shall also beincluded.

Economic Assessment' This section should include the overall cost estimate inrelation to the proj ect benefits, environmental costs and total cost of the proposedproject. The Consultants should address the cost analysis of training, monitoringactivities, environmental analysis and activities, resettlement, land and propertyacquisition, and mitigation measures.

) Role of Functionaries and Government Agencies Involvement. This sectionshould include role of all the functionaries and variable involvement of governmentagencies or authorities for the project accomplishment.

Consultancy Services for Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihala andDualization of Kalar Manianda Road (13 Km) 85

Page 94: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

llITItIITIIIIIIIItIIII

,,1;i:Iitr*r1i.,.,.,!,..,:'i,

'. .: ,'i

i j ' " i j ' . ; l ltia,)i i i:a l::'r.l:

t \ ,r, --',: '/-,1'ti*.r,iii.*r,jt''

Terms ofReference

xiii) Recommendation and Conclusions, An adequate summary should emphasize onthe project description and environment, environmental impacts and mitigationmeasures, alternatives, socio-cultural and socio economics, public consultation andthe resulting issues and recommendations, environmental management andmonitoring plans, economic assessment, recommendation and conclusions,

xiv) Submission of Reports. The report should be prepared and presented in strictconformity to IEE/EIA regulations, 2000 and Guidelines for preparation andsubmission of IEE/EIA 1997 issued under the Pakistan Environmental ProtectionAcL 1997.

The title page of the report should specify the repoft name, project name, highwaylength, scaled maps and / or colored photographs, date of ttre report, consultaatcompany name, address, phone numbers, e-mail and logos.

The reports should include acronyms list and a copy right cerlificate in the name ofNHA. The reports should include all the key articles but not limited to the executivesummary! introduclion, description of the project, policy, all legal and administrativeframework, description of the project environment, alternative analysis,environmental impacts and mitigation measures, public consultation andresettlement action plan, inter-agency and public/ NGO consultation process,environmental rnonitoring plans, economic assessment, conclusions andrecommendations.

All figutes, maps, appendices, tables, photographs, matrices and list of referencesshould be chronologically organized and each page should be numbered.

(i) Initially Consultants should submit two draft copies of the report to NHA

(ii) After incorporating the comments from NHA, bureau of EnvironmentalProtection/Provincial EPAs and donor agencies Consultants should finalizethe report.

(iii) Consultants requi.red submitting two hard copies and one soft copy of finalEIA renort 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 IV regulations, 2000)' The formrequires information of the description, Location, objective, alternativealignment, topography and land use ofthe project. In addition it also requiredinformation about the land acquisition in acres, environmental qualitystandard (NEQS) analyzed and measured, source of powers for the projectconstruction and number of labour force (employees) required for the projectconstruction and operation phases.

The prepared Environmental Impact Assessment (EIA) report will besubmitted to the concerned EPA for formal concunence and will be disclosed10 the public, stake holders etc.

*Ten hard copies and two electronic copies (format on CD) of the repod axe to be submitted shouldbe labeled properly.

Consultancy Services for Dualization of Rawalpindi-Kahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihala andDualization of Kalar Manianda Road (13 Km) 86

( iv)

Page 95: [Brfrro'r rriSv*Aysnha.gov.pk/wp-content/uploads/2017/09/Evaluation-Report... · 2017. 9. 25. · PPRA Ref. No. (TSE): TS320043E Date & Time of Bid Closinq: 14"' July, 2017 at 1130

IIIIIIITtlTItIIIITIII

Terms ofReference

Public Hearins:

It will be the responsibility of the Consultants to obtain NOC from the respective EPA, and toprepare documents and presentations for EPA as and when required by EPA with due intimation toNHA.

Consultantsn Fee for Services:

The payments to the Consultants for EIA shall be made in the following manner:

Where A' is the total payable amount in respect of EIA Study,

Consulting Service Period:

Consultaats shall submit the final report within Three (03) months from the date of Date ofCommencement of Services.

Consultancy Sewices for Dualization of RawalpindlKahuta Road (26.6 Km), 4-Lane Overhead Bridge at Sihala andDualization ofKalar Manianda Road (13 Km) 87

Sr,No.

Descript ion Vo of A'

(D Inception Report for services (within first 7 days of commencement). 10%

(i') Submission of draft EIA/IEE report, 30o/o

(iiD Submission offinal EIA/IEE report (ten hard and two soft copies) to coneemedEPA,

20%

(iv) Submission of final EIA/IEE report after attending all obsorvation andcomments of EPA.

20%

(v) Obtain NOC from concerned EPA including public hearing aspects. 20%

Total: l00o/o