You are on page 1of 121
2 GOVERNMENT OF PAKISTAN REQUEST FOR PROPOSAL (RFP) DOCUMENT Construction of Tangir and Darel Expressway along with Khanbury and Buner Roads Consultancy Services for Detail Engineering Design and construction Supervision of (Length = 81.6 Km) March, 2022 F.NO. PDIPSDP 688/01(PC-3/7/2021)-2022 M/O KASHMIR AFFAIRS AND GILGIT BALTISTAN OFFICE OF THE PROJECT DIRECTOR TANGIR AND DAREL EXPRESSWAY PROJECT GOVERNMENT OF PAKISTAN Islamabad dated, 16 April 2022 REQUEST FOR PROPOSALS Ministry of Kashmir Affairs & Gilgit Baltistan through independent Project Director invites sealed ‘Technical & Financial proposals from Engineering consultants/firms for “Detail Engineering Design and Construction Supervision of Construction of Tangir and Darel Expressway along with Roads in Khanbury and Buner (length: 81.6Km)” 1 ‘The Project is funded by Govt. of Pakistan through Federal PSDP and he request for proposal is ‘open to all interested firms/consortia of firms fulfilling subscribed selection criteria mentioned in this document, ‘The eligible finw/consortium having at least 15 years of experience in providing Engineering ‘consultancy services for similar nature of work and intend to provide services as per the detail mentioned in the Terms of Reference (TOR), Having a minimum average financial turnover for the last three years of RS, 1.5 Billion PKR. Having required registration documents with Pakistan Engineering Council (PEC) with vali license having relevant code (Roads and Bridges) as well as required tax documents (NTN, CBR ete.) Foreign Firm can only participate in joint venture with local Firm(s). Registration of Foreign firm will be in line with PEC byclaws, List of litigation with client ([f any) and nature of litigation along with an A.fidavit on 50 rupees” stamp/ bond paper. ASfidavit of Not black listing from any Federal / Provincial Govt. / semi Govt. Organizations. The method of selection will be on Quality and Cost based (QCBS) as per PPRA rules and Single stage ~Two envelope procedure will be adopted. ‘The interested firms may purchase the RFP document on written request fom “Office of the Research OMicer Room No.131” Ministry of KASGB Ifloor “R” Block Pakistan Secretariat Islamabad in any working day during office hours w.e.f 21-4-2022 to 31-$-2022 against non- refundable payment of Rs. 15,000 in cash or Pay Order/Demand Dratt in favor of Project Director, Construction of Tangir and Darel Expressway. The bidder should visit the project site to get acquainted with the existing conditions and also to get familiar wth the quantum of work and nature of assignment, A joint visit to the project site ean be arranged on request A pre-bid meeting will be held on 11-05-2022 at 1100 brs in the M/o KA & GB, Conference Room, ‘R’ Block, Pak Secretariat, Islamabad, The last submission date of the proposal (“Technical proposal” and “Financial proposal” both 19, ‘envelopes is 31-5-2022 at 1100 hrs to be submitted at the address mentioned below. The technical proposal will be opened on the same date at 11:30 hrs in the Conference Room of Ministry of KA&GB Islamabad, in the presence of the firms or their authorized representatives who choose to attend the session, Proposals received after the prescribed time and date shall be rejected. In case of any holiday/ law and order situation/mishap the last date of proposal opening will be on next working day.) Financial proposals of the firms shall be kept in the safe custody un-opened. The envelope of “Financial proposal” ofthe firms who fail to post- qualify shall be retuned unopened, ‘The decision of Bid opening & evaluation committee shall be final and binding on the firms and it ‘will not entertain any claim whatsoever on the basis of cost incurred by the firms for preparation of bids, ‘The envelope of “Financial proposal” of only “Technically Responsive & Qualified Firms” will be opened in the presence of their respective representatives at the date and time to be determined and communicated later. ‘The implementing Agency may reject any proposal subject to provision of PPRA rules or cancel the ‘whole evaluation process at any time prior to Acceptance and award of the work as per PPRA rules. All the applicable Federal/ Provincial taxes must be considered while preparing the Financial Proposal and are required to be built in the quoted rates and not be mentions separately. Provision of forged, fake, false, unsubstantiated, incomplete information may lead to deduction of marks and disqualification and/ or blacklisting. ‘The advertisement is also available on PPRA website www. ppra.ore.pk ‘Muhammad Tariq Khan Project Director of Darel and Tangir Expressway along with roads in Khanbury and Buner Room No.131” I* floor “R Block Pak Secretariat Islamabad. Cell: 0300-9362295 TABLE OF CONTENT Contents Forward. Preface General Information.. PART 1, Section 1. Letter Of Invitation. Section II. Instruction To Consultants (ITC) A. General Provision 1. Definition... 2. Introduction 19 3. Conflict Of interest: 4, Unfair Competitive Advantage... 5. Cotrupt And Fraudulent Practices 6. Eligibility. 21 B, Preparation Of Proposal 7. General Consideration. sl ce 22 8. Cost Of Preparation Of Proposal. 2 9. Language 2 10. Documents Comprising The Proposal... 2 LL. Only One Proposal... 2 12.Proposal Validity. 23 13.Clarification And Amendment OF RFP. 24 14.Preparation OF Proposals- Specific Consideration... 24 15. Technical Proposal Format And Content... ia as 16.Financial Proposal... C. Submission, Opening And Evaluation x. 17. Submission, Sealing And Marking Of Proposal... 2s 18 Confidentiality... on 26 19 Opening Of Technical Proposal 26 20 Proposal Evaluation... DT 21 Evaluation Of Technical Proposal ...u.u0snn : 2 22 Financial Proposal (QCBS) Based.....nn ce 20 23. Public Opening Of Financial Proposals........ 27 24 Correction Of Erors..... - a oecrores il 25 Taxes. 26 Conversion To Single Currency.. 27 Combined Quality And Cost Evaluation 29 Negotiation And Award 28, Negotiation 29 29. Conclusion Of Negotiation... 30 30. Award Of Contract. 30 Section III. Data Sheet Data Sheet 31 Section VI. Terms Of Reference (TOR). 1. Background snbstesioveat gussecrererrngd 2. Objective(S) OF The Assignment........e 33 3. Services, Tasks(Component) and Expected Deliverable. 36 4, Team Composition /Staing & Qualification Requirements, 4B 4.1 Team Composition. . a 4.1 Estimated Numbers Of Key Personals sa 43 1. Team Leader! Project Manager (Civil Engg). 4s 2. Chief Resident Engineer nd 3. Road Geometric Design Expert (Civil Engg). i 46 4, Road /Bridge Design Structure Design Expert (Civil Engg.) on 5. Project Engineer / Resident Engineer (Civil Engg.) sane 6. Geotechnical Design Engineer (Civil Engg). AT 7. Quality ControVQuality Assurance Engineer/Material Engineer (Civil Engg) ...u..48 8. Chief Surveyor (Diploma/B Tech + 01 Year Survey Course). on 9. Contract Specialist (Civil Engg) 48 10, Environmental Specialist (M.Se. Environmental Science/Environmental Engg.)....49 11, Chief Quantity Survey0r oss ossseee 7 49 12, Planning and Scheduling Engineer (Civil Engg). 49 13. Hydrologist zl fal vena A 14, Geologist ssn seco i oe 30 4.2. Taxes and Duties. os a ; oe 30 4.3 Implementation Arrangements . 50 5. Reporting Requirements and Time Schedule for Deliverables... 50 5.1. Deliverables 50 5.2. Staff (Key Experts & Non Key Experts) Deployment Schedule... aS 6. Client's Input and Counterpart Personnel... ss Evaluation Criteria 56 i. Evaluation of Technical Proposal pelted aed ii, Evaluation of Financial Proposal Hees i, Factors For Evaluation. 58 1. Technical Proposal Forms 63 Technical Proposal Submission Letter. 64 Firms Reference Relevant Services Credited Out That Best llustrate Qualification .nnsennnmn6S Present Staff Deployment wees 66 Approach, Methodology And Work Plan.. 61 ‘Work Plan/Activity Schedule .ssnamn 68 ‘Work Plan/Time Schedule For Proposed Personnel. co 1. Composition OF Personnel And The Tasks To Be Assigned... 70 2, Support Personnel. Format Of Curriculum Vitae (CV). Completion And Submission Of Reports. m Comments/Suggestions Of Consultant 15 Current Commitments Of The Fitts. 16 M, _ Financial Proposal Forms. Financial Proposal Submission Letter. 78 Summary Of Cost OF Consultants ..n.nom 9 Detail Of Direct (Non-Salary) COSt nun 80 Detail OF Salary Cost. 81 Additional Information oe : sear PART II Section VIL. Contract Form and Con: ion of Contract STANDARD CONTRACT AGREEMENT FOR CONSULTANCY SERVICES. STANDERED FORM OF CONTRACT Form of Contract ..... IL. General Condition of Contract. 1. General Provisions Li Definitions. 1.2 Law Governing the Contract. 1.3 Language. 14 Notices. LS Location, 1.6 Authorized Representatives..... 1.7 Taxes... 18 Leader of Joint Venture, L9 Relation between the Parties... 1.10 Headings 2. COMMENCEMENT, COMPLETION, MODIFICATION, AND TERMINATION OF CONTRACT. A sees 3 2.1 Effectiveness of Contract... 2.2 Termination of Contract for Failure to Become Effective. 2.3 Commencement of Services. 24 Expiration of Contract. 2.5. Modification 2.6 Extension of Time for Completion, 2.7 Force Majeure. 27.1 Definition... 272 No Breach of Contract. 2.7.3 Extension of Time. 2.74 Payments, 2.8 Suspension of Payments by the Client 84 86 86 86 87 87 87 87 aa? 87 87 88 88 88 88 88 88 89 89 8 89 29 Termination. 29.1 By the Client. 2.9.2 _ By the Consultants. 2.9.3 Cessation of Services. 2.9.4 Payment upon Termination 2.9.5 Disputes about Events of Termination 3. OBLIGATIONS OF THE CONSULTANTS. 3.1 General, 3.L.1 Standard of Performance. 3.1.2 Law Governing Services...... 3.2 Consultants Not to Benefit from Commissions, Discounts, ete 3.3 Confidentiality. 34 Liability of the Consultants, 3.5 Other Insurances fo be Taken out by the Consultants. 3.6 Consultants’ Actions Requiring Client's Prior Approval. 3.7 Reporting Obligations. 3.8 Documents Prepared by the Consultants to be the Property ofthe Client, 3.9 Equipment and Materials Furnished by the Client... 3.10Accounting, Inspection and Auditing, 4, CONSULTANTS' PERSONNEL AND SUB-CONSULTANTS. 4.1 General 4.2. Description of Personnel. 4.3 Approval of Personnel. 44 Working Hours, Leave, Overtime, ete 4.5. Removal and/or Replacement of Personnel... 4.6 Project Manager/ Team Leader 5. OBLIGATIONS OF THE CLIENT. 5.1 Assistance, Coordination and Approvals...... SLI Assistance... 5.1.2 Co-ordination. 5.1.3 Approvals 5.2 Access to Land, 5.3 Change in the Applicable Law. 90 90 a 91 91 an 92 2 2 SA Services and Facilities... a 96 5.5 Payments. 5.6 Counterpart Personnel... f a7 6. PAYMENTS TO THE CONSULTANTS... 6.1 Cost Estimates, Ceiling Amount 62 Remuneration and Reimbursable Direct Costs (Non-salary Costs) sie 63 Currency of Payment. a 98 64 Mode of Billing and Payment. cosa 6.5 Delayed Payments, oo 7 99 6.6 Additional Services. a 99 6.7 Consultants’ Entitlement to Suspend Services... sete 100 7. FAIRNESS AND GOOD FAITH... 7.1 Good Faith. 4 7 Satanener 100 7.2 Operation of the Contract. a 100 8. SETTLEMENT OF DISPUTES. 8.1 Amicable Settlement e i rr) 8.2 Dispute Settlement ie eae e100 9. INTEGRITY PACT. 101 IIL. SPECIAL CONDITIONS OF CONTRACT. 101 [Details to be finalized by the users) IV. APPENDICES. 108 Appendix A - Description of the Services... 109 Appendix B. - Reporting Requirements. nt) Appendix - Key Personnel and Sub-Consultants, tu Appendix D = Breakdown of Contract Prices in Foreign Currency. : 112 Appendix E - Breakdown of Contract Prices in Local Currency. 13 Appendix F - Services and Facilities to be Provided by the Clint and Counterpart Personnel to be Made Available to the Consultants by the Client aa 1s Appendix G- Integrity Pact... - 7 Y. ALTERNATE TITLE PAGE IN CASE OF JV . 118 Form of Contract... asset peste seveeeeed 1D FORWARD ‘The standard Request for Proposals (SRFP) is applicable to the consultant's assignments by the implementing agency (Work Department GB) whose legal agreement makes reference to the public procurement regulatory authority rules, 2004 PREFACE 1. This Standard Request for Proposal (SREP) is to be used for selection methods described in Public Procurement Regulatory Authority (PPRA) rules, 2. Before preparing the RFP the implementing agency/ user must be familiar with PPRA rules. PPRA rules shall be adopted for assignments of standard or routine nature, where well establishment practices and standards exists. 4. The standard request for proposal includes the following i. General information to consultant ii, Letter of invitation iii, Instructions to consultants, iv. Data Sheet ¥. Terms of references (TOR). vi, Evaluation Criteria vii, Standard form of contract agreement. ‘The standard instructions to the consultant and the standard general conditions of contract may not be modified under any circumstances. However, the Data Sheet and the special conditions of the contract may be used to reflect particular assignment condition, GENERAL INFORMATION Back sound: Gilgit Baltistan lies between longitude73 degree and latitude 35 degree and spread over an area of 72496 sq Kim. Topographically the region is mountainous and hilly surrounded by the ranges of Karakoram, Himalayas and Hindu Kush with deep gorges and narrow valleys. The climate is cold to severe cold in winter ‘and warm in summer with temperature variation from -20 to 40 degree Celsius. Gilgit-Baltistan is the northernmost administrative teritory in Pakistan. It borders with Azad Kashmir tothe Sout, the province of Khyber Pakhtunkhwato the Wes, the Wakhan Corridor of Afghanistan to the North, the Xinjiang region of China, to the east and northeast, and the Indian-administered state of Jammu and Kashmir to the southeast, ‘The economy of the region is primarily based on a traditional route of trade, the historic Silk Road (KKH), The China Trade Organization forum led the people of the area to actively invest and leam modem trade know-how from their nearby neighbor Xinjiang. The rest of the economy is shouldered by mainly Agriculture and Tourism, Agricultural products are wheat, corn (maize), barley in some areas and mainly fruits. Tourism is mostly in trekking and mountaineering, and this industry is growing in importance ‘The Karakoram Highway connects Islamabad to Gilgit and Skardu, which are the two major hubs for mountaineering expeditions in Gilgit and Baltistan. The Karakoram Highway connects Gilgit to ‘Tashkurgan Town, Kashgar, China via Sust, the customs and health-inspection post on the Gilgit-Baltistan side, and the Khunjerab Pass, the highest paved international border erossing in the world at 4,693 meters (approx. 15,400 One of the aspects of infrastructure development has been construction of bridges with state of the art latest technique that are used as transportation links for various transportation modes and connect ‘mountains, valleys, rivets and much more. Apart from serving as @ connecting link, they also add to the natural beauty, Gilgit-Baltistan has re-emerged on the radar of national, regional and international polities “ith respect to the China-Pakistan Economie Corridor (CPEC). CChilas comes under Gilgit-Baltistan. It is the Headquarters of Distict Diamir 1. The weather is hot and dry in the summer and dry and cold in the winter. It can be reached through the Karakoram highway and also from the Kaghan valley passing over the Babusar Pass, Chilas is situated on the left bank ofthe mighty Indus River. The beautiful fairy meadows and Nanga Parbat, the seventh highest peak in the world, is also located in Chilas. ts population in 2017-2018 was 214,000, Name of Project: Construction of Tangir and Darel Expressway along with Khanbury and Buner Roads. 13 Project Brief; The proposed project (PSDP funded amounting to Rs. 6100 Million) is located at district Diamir of ‘GB, which is located at a distance of about 175 KM form Gilgit city (head quarter of GB province). The topography of the the project area is hilly with unstable slopes and sliding zones covered with high rugged mountains. Existing roads are in deplorable conditions hence need widening and in some locations need to be realigned to avoid sliding areas. The proposed roads alignment passes through various flood streams as well as vulnerable areas, sliding zones and loose slopes. The feasibility study of the project was conducted in 2021. Topographic surveys, Hydrological studies, Geological survey reports have been conducted by the previous consultants in the year 2021. Based on these studieslreports, the det design, drawings and cost estimations has also been prepared by the consultants at feasibility study report. Due to the presence of steep slopes, loose starata ‘vulnerable zones and unstable areas and flood gullies on the alignment of proposed road, the consultant in feasibility level design, has proposed bridges, retaining and breast walls, culverts and side drains to havea safe and sustainable design ofthe project. PAK PWD CSR 2012 with prevailing premiums and NHA CSR 2014 have been used for project cost estimation. The road alignment, in some portion, will also pass through private and thus land acquisition will also involve, As per the directives of the competent Forum, beside engaging engineering design and supervision consultancy, Govt. of GB is to hire consulting services having proven track record of tourism projects, \who will prepare a comprehensive Tourism Development Plan, along the alignment of the road project. So, the Engineering design and supervision consultant (for which this RFP is prepared) will also have to liaise with the Tourism Development consultant (to be hired by Govt. of GB through Works department) during preparation of design as well as construction supervision phase of the project. The Client (Ministry of KA&GB represented by Project Director) will assist both the consultant for coordination with each other during both phases ofthe project. Project Objectives: project envisaged construction of 81.6 Km road (widening/up gradation and realignment of existing road at some locations including bridges and other allied structures (culverts, side drain, retaining & breast walls) is basi ly aimed at providing easy communication within the district The Chilas City population is, growing day by day at faster rate. Construction of these roads has become an essential need for providing reliable all weather roads, boosting up local trade and solving traffic problems, These roads are under the vision of Honorable Chief Minister Gilgit-Baltistan, SrNo | Scope of Work T Road Works Retaining & Breast wall Culverts Side Drain Bridge works Land Compensation (Cultivated, Un-cultivated and Commercial land) Damages of Structures Shiting oF U Section 1: Letter of Invitation Letter No: Date: [Name and Address of Consultant] SUBJECT: LETTER OF INVITATION Dear Mr./Ms 1, M/O Kashmir Affairs & Gilgit Baltistan through Project Director’s office for the project namely “Construction of Tangir ~ Darel Expressway along with Roads in Khanbury and Buner length: 81.6 Km” invites proposals (Technical & Financial) to provide the consulting services: “Detail Engineering Design and Construction Supervision of Tangir — Darel Expressway along with Roads in Khanbury and Buner length: 81.6 Km) Details of services are provided in the Terms of Reference. 2. Itis not permissible to transfer this invitation to any other firm, 3. The Consultant will be selected under the Selection Method: Quality and Cost based selection Method and procedures described in this RFP, in accordance with the policies of the Federal Government detailed in the Consultant Selection Guidelines issued by the Planning & Development Department. 4, The RFP includes the following additional documents: Section 2 - Instructions to Consultants (including Data Sheet) Section 3 - Technical Proposal - Standard Forms Section 4 - Financial Proposal - Standard Forms. Section 5 - Terms of Reference 5. It is mandatory for proposals to be made using the Standard Forms of the RFP. Proposals that are not in the prescribed format may be discarded, If any information required in the forms is found missing, false or written elsewhere, no credit will be given in the relevant section of the evaluation, 6. Firms should submit details of 3 of their most relevant assignments for technical evaluation using, the prescribed format. Assignments submitted beyond the given number will not be considered, 7. CVs of key personnel corresponding to the list given in the Data Sheet should provide details of —- relevant projects done by the individual in the past 15 years. 1. The proposals must reach on the following address to following designated official before closing hour on 16 Yours sincerely, Engr. Muhammad Tariq Khan Project Director ‘Address: PMU Chilas ls SECTION-I INSTRUCTION TO CONSULTANTS (ITC) GENERAL DEFINITION 4) “Affiliate(s)""means an individual or an entity that directly or indirectly control, is controlled by or is undet common control with the consultant. b) “Applicable rules" means the Public procurement rules 2004 (amended 2013) governing the selection and contract award process as set forth inthis RFP. ©) “Applicable Law ‘means the law of Islamic Republic of Pakistan, as they may be issued and in force from time to time, “Client means the procuring gene that sgn the cont forthe services wit the selected consultant. ©) “Consultant’* means a legally-established professional consulting firm or an entity that may provide or provides the services to the client under the contract. 1) “Contract” means legally binding written agreement signed between the client and the consultant and includes all the attached documents listed in its clauses the General conditions of the contract (GCC), the special conditions of the contract(SCC) and the appendices. 8) “Data Sheet” means an integral part of the instructions to the consultant(ITC) section 2 that is used to reflect specific conditions to supplement assignment, but not to over-rite the provisions on ITC. h) “day” means calendar day, ’) “Expert” means, collectively, key expert, non-Key experts or any other personnel of the consultant, sub- consultant or joint venture member(s). i) “Government” means the government of Gilgit-Baltistan.. k) “Joint venture (JV)" means an association with or without legal personality distinct from that of its ‘members of more than one consultant where one member has the authority to conduct all business for and on behalf of any and all the members ofthe JV and are jointly and severally liable to the client for the performance of the contract 1} “Key expert"* means an individual professional whose skills, qualifications, knowledge and experience are critical to the performance of the services under the contract and whose CV is taken into account in the technical evaluation of the consultant's proposal mm) “ITC” (section-2 of this RFP) means the instructions tothe consultant that provides all te information needed to prepare their proposal 1) “LOT” (section-1 of the RFP) means the letter of invitation being sent by the client to theconsuitant. ©) “Non-key Expert” means an individual professional provided by the consultant or its sub-consultant and ‘who is assigned to perform the services or any part thereof under the contract and whose CV is not evaluated individually, p) “Proposal” means the technical proposal and the financial proposal ofthe consultant. @) “REP” means the Request for Proposal to be prepared by the client for the selection of the consultant. 1) _ “Services” the work to be performed by the firm pursuant to the contract. 5) “Sub-Consultant” means an entity to whom the consultant intends to sub-contract any part of services, while remaining responsible tothe client during the performance of the contract. 1) “TOR (section—3 ofthe RFP) means the Terms of Reference that explain the objectives, scope of work, activities and tasks to be performed, respective responsibilities of the client and the consultant, and ‘expected results and deliverables ofthe assignment. 2. INTRODUCTION 2.1, Ministry of Kashmir Affairs & Gilgit Baltistan represented by Project Director intends to select a consultant to provide services in accordance with the method of selection specified in the Data Sheet. 2.2 The consultants are invited to submit technical and financial proposal as specified in Data Sheet. The proposal will be the basis for negotiating and ultimately signing the contract with the selected consultant. 23 The consultant should familiarize themselves with the local conditions and take them into account in preparing their proposal; including attending.a pre-proposal meeting if one is specified in the Data Sheet Attending any such conference/ meeting is optional and is atthe consultant's expense, 2.4 The client will timely provide, at no cost to the consultant, the inputs, relevant project data, and information required for preparation of the consultant's proposal if specified in the Data Sheet. 3. CONFLICT OF INTEREST: 3.1. The consultant is required to provide professional objectives, and impartial advice, at all times holding the clients’ interest paramount, strietly avoiding conflicts with other assignments or its own corporate interests, and acting without any consideration for future work 5.2. The consultant has an obligation to disclose to the client any situation of actual or potential conflict that impacts its capacity to serve the best interest of its clint. Failure to disclose such situations may lead to the disqualification of the consultant or the termination of its contract and/or sanctions by the procuring agency. 3.2.1 Without limitation on the generality of the foregoing, and unless stated otherwise in the Data Sheet consultant shall not be hired under the circumstances set forth below: a. CONFLICTING ACTIVITIES Conflicting between consulting activities and procurement of goods, works or non- consulting services, ‘consultant that has been engaged by the client to provide goods, works, or non- consulting services for a projector any of its Affiliates, shall be disqualified from providing consulting services resulting from or directly related to those goods, works, or non-consulting services for the preparation or implementation 19 of the project, or any ofits Ailiates, shall be disqualified from subsequently providing goods or works ‘or non-consulting services resulting former directly related to the consulting services for such preparation and implementation, b. CONFLICTING ASSIGNMENTS A consultant (including its experts and sub-contractor) or any of its Affiliates shall not be hired for any assignment that, by its nature, may be in conflict with other assignments ofthe consultant for the same or for another client. cA consultant (including its experts and sub-consultant) that has a close business or family relationship with a professional staff of the client who are directly or indirectly involved in any part of (i) the the preparation of terms of references forthe assignment,(ii) the selection process for the contractor supervision of the contract, may not be awarded a contract, unless the conflict stemming from this relationship has been resolved in a manner acceptable to the procuring agency the selection process and the execution of the contract, 4, UNFAIR COMPETITIVE ADVANTAGE 4,1 Faimess and transparency inspection process requires that the consultant or their affiliates competing for a specific assignment do not drive a competitive advantage from having provided services related to the assignment in question, To that end, the client shall indicate in the Data Sheet and make available to all consultants together with this RFP all information that would in that respect give such consultant any un fair competitive advantage over competing consultant. 53 CORRUPT AND FRAUDULENT PRACTICES 5.1 (a) For purpose of this provision, the terms set forth below are defined as follows: (W_ “Corrupt Practices” means the offering, giving, receiving, or soliciting of anything of value to influence the action of a public official, bidder or contractor in the procurement process or in contract execution to the detriment of the procuring agency; or miss representation of Fats in order to influence procurement process or the execution ofthe contract. (ii) “Fraudulent Practice” is any act or omission, including mistepresentation, that knowingly or recklessly misleads, or attempts to mislead, apart to obtain financial or other benefit or to avoid an obligation (ii) “collusive Practices” isan arrangement among bidders (prior to or after bid submission) designed to establish bid prices at artificial, non- competitive levels for any ssrongful gain, and to deprive the procuring agency of the benefits of free and open competition, and any requester, or solicitation of anything of value by any public offical inthe course of exercise of his duty (is) “Coercive practices” is impairing or harming or threatening to impair or harm, directly indtectly, any person or the property of the person (participant in the selection process or contract execution) to influence improperly the action ofthat person. (¥) “Obstructive Practice” is deliberately destroying, falsifying, altering, or concealing of evidence material tothe investigation or making false statements before investigators in order to materially impede ‘an investigation into allegation of a corrupt, fraudulent, coercive or collusive practices; or threatening, 20 harassing intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation, or acts intended to materially impede the exercise of client's inspection and aust rights (b) The client will reject @ proposal for award if it determines that the consultant recommended for award or any of its personnel, o is agents, or its sub-consultants, sub-contractors services providers, suppliers, and/or their employees, has, directly or indirectly, engaged in corrupt, fraudulent collusive coercive, or obstructive practices in completing for the contract in question. (©) The client will declare mis-procurement ift determines at any time that its representatives were engaged in corrupt, fraudulent, collusive, coercive or obstructive practices during the selection process or the implementation of the contract in question, (4) ‘The client will sanction a consultant at any time, in accordance with prevailing sanctions procedures, including by publicly declaring such consultant in -eligible, either indefinitely or fora stated period of time: (i) to be awarded a government- finance contract, and (ti) to be nominated sub-consultant, supplier, or service provider of an otherwise eligible consultant being award a Government- financed contract 5.2 In further pursuance, consultant shall permit and shall cause its agents, expert, sub-consultants, sub- contractors service providers or suppliers to permit the procuring agency to inspects all accounts, records, and the documents relating to the submission of the proposal and contract performance(in case of an award), and to have them audited by auditors appointed by the procuring Agency. 6 ELIGIBILITY 6.1. The procuring agency permits consultants, including joint-ventures and their individual members to offer 62 Furthermore, it is the consultant’s responsibility to ensure that its experts, joint venture members, sub- consultants, agents (declare or not), sub-contractors, service providers, suppliers, and/or their employees meet the eligibility requirements as established in the Applicable Rules. 6.3 Asan exception to foregoing clauses6.1 and 6.2 above. a. Sanetions 6.3.1 A consultant sanctioned by the Government in accordance with the above clause 5.1 shall be ineligible to be award a contract, or otherwise, during such period of time as the government shall determine ‘The list of de barred/ blacklisted consultants is available atthe electronic address specified in the Data Sheet 632 Consultants and individuals of a country or goods manufactured in a country may be ineligible if so indicated in section 5 (Eligibility). (©) Government Owned Enterprises. 63.3 Government owned enterprises or institutions shall be eligible i they(i) are legally and financially autonomous and (Ii) operate under commercial aw. 2 (@) Restrictions for Public Employees. 634 Government officials and civil servants are not be eligible to be include as experts in the consultants proposal unless such engagement does not conflict with any employment or other laws regulations, or policies ofthe country, and they (D) are on leave of absence without pay, or have resigned or retired (i) are not being hired by the same agency they were working for before going on leave of absence without pay, resigning or retiring {In case of resigning o retirement, fora period atleast 6(Six) months, or the period established by statutory provision applying to civil servants or government employees, whichever is longer. Experts who are employed, bythe Government owned universities, educational or research institutions are not cligible unless they have been fulltime employee of their institutions fora year or more prior to being included in consultant's proposalsand (iid) theic hiring would create a conflict of interest. B, PREPARATION OF PROPOSAL GENERAL CONSIDERATION 7.3 In preparing the proposal, the consultant is expected to examine the RFP in detail, Material deficiencies in providing the information requested in the REP may result in rejection of the propose 8 COST OF PREPARATION OF PROPOSAL, 8.3 The consultant shall bear all cost associated with the preparation and submission ofits proposal, and the client shall not be responsible or liable for those costs, regardless of the conduct or outcome of the selection process. The client is not bound to accept any proposal, and reserves the right to annul the selection process at any time prior to contract award, without thereby incurring any liability to the consultant 9 LANGUAGE 9.3. Theproposal, a well asall the correspondence and documents relating tothe Proposal exchange between the firm and the client shall be written in English language. 10 DOCUMENTS COMPRISING THE PROPOSAL 10.3 The proposal shall be comprise the documents and forms listed in the Data Sheet 10.4 If specified in the Data Sheet, the consultant shall include a statement of an undertaking to observe, in competing for and exccuting a contract, laws against fraud and corruption (including bribery) 10.5 The consultant shall furnish information on commissions, gratuities, and fees, fany, paid orto be paid to agents or any other party relating to this proposal and, ifaward, contract execution, As requested in the financial proposal submission form (section 4) 11 ONLY ONE PROPOSAL. 1.1 The consultant (including the individual members of any joint venture) shall submit only one proposal, either its own name or as part ofa joint venture in another proposal. Ifa consultant, including a joint 2 venture member, submits or participates in more than one proposal, all such proposals shall be disqualified and rejected. This does not, however, preclude a sub- consultant, ot the consultant’ staff from participating as key experts and non- key experts in more than one proposal when circumstances Justify and ifstated in the Data Sheet 12 PROPOSAL VALIDITY 12.1 The Data Sheet indicates the period during which the consultants must remain valid after the proposal submission deadline, 12.2 During this period, the consultant shall maintain its original proposal without any change, including the availability ofthe key experts, the proposal rates and the total price. 12.3 If it is established that any key expert nominated in the consultant's proposal was not available at the time of proposal submission or was included in the proposal without hisfher confirmation, proposals shall be disqualified and rejected for further evaluation, and may be subject to sanctions in accordance with clause-5 ofthis ITC. Extension of Validity Period 124 The client will make its best efforts to complete the negotiation within the proposal’s validity period. However, if the need arise, the client may request in writing, all consultants who submitted proposals prior to the submission dead line to extend the proposals validity 12.5 If the consultants agree to extend the validity of its proposals, it shall be done without any change in the original proposal and with the confirmation of availability of the key experts 12.6 The consultant has the right to refuse to extend the validity of ts proposal in which case such proposal will not be further evaluated. Submission of Key Experts at Validity Extension. 12.7. Ifany ofthe key expert became unavailable forthe extended validity period, the consultant shall provide 2 written adequate justification and evidence satisfactory to the client together with the substitution request. In such cases, a replacement key expert shall have equal or better qualification and experience than those of the originally proposed key expert The technical evaluation score, however, will remain to be based on the evaluation of the CV of the original key expert. 12.8 If the consultant fails to provide a replacement Key expert with equal or better qualifications, or if provided reasons forthe replacement, or justifications un acceptable to the client such proposal will be rejected, ‘Sub-contracting: 12.9. The consultant shall not sub contract the whole of the services. 12.10 The Proposal Securing Declaration is required to protect the Procuring Agency against the risk of Consultant's conduct which would warrant the consultant to face the blacklisting or debarment proceedings in accordance with regulatory Framework. 12.11 Any Proposal not accompanied by a Proposal Securing Declaration shall be rejected by the Procuring Agency as non-responsive 12.12 The Proposal Securing Declaration of a joint venture must be inthe name of the joint venture submitting the Proposal 12.13 The successfll Consultant's Proposal Securing Declaration will be discharged upon the signing the ‘contract withthe Successful Consultant, and furnishing the performance security 12.14 A Consultant shal! be suspended from being eligible for tendering in any contract with the Procuring, Agency for the period of time indicated in the Proposal Securing Declaration: (@) ifthe Consultant withdraws its Proposal, except as provided in ITC 12.6 or (b) inthe ease ofa successful Consultant, i the Consultant fails within the specified time limit to: (sign the contract, or Gi) furnish the required performance security 13 CLARIFICATION AND AMENDMENT OF RFP 13.1. The consultant may request a clarification of any part of the RFP during the period indicated in the Data Sheet before the proposal’s submission dead line. Any request for clarification must be sent in writing or by standard electronic means to the client's address indicated in the Data Sheet. The client will respond in writing, or by standard electronic means, and will send written copies of the response (including an explanation of the query but without identifying its source) to those consultants who sought clarification. Ifthe client deems it necessary to amend the RFP as a result of clarification, it shall do so following the procedure described below: 13.1.1 At any time before the proposal submission dead line, the client may amend the REP by issuing an ‘amendment in writing or by standard electronic means. The amendment shall be send to all consultants, and will be binding on them. The consultants shall acknowledge recent of all amendments in writing. 13.1.2 Ifthe amendment is substantial the client may extend the proposal submission dead line to give the ‘consultants reasonable time to take an amendment into account in their proposals. 13.2 The consultant may submit a modified proposal or modification to any part of it at any time prior to the proposal submission dead line, No modification to the technical or financial proposal shall be accepted after the deadline, 14, Preparation of Proposals- Specific Considerations 14.1 While preparing the proposal, the consultant must give particular attention to the following: 14.1.1 If consultant considers that it may enhance its expertise for the assignment by associating with other ‘consultants in the form of a joint venture or as sub-consultants, it may do so if permitted in the Data Sheet. In all such cases a consultant must obtain the written approval of the client prior to the submission of the proposal. In associated with other consultants in form of @ joint venture or a sub- consultancy, the consultant shall be lead member. 14.1.2 The client may indicate in the Data Sheet the estimated Key experts time input (expressed in man- ‘month or the client’s estimated total cost of the assignment, but not both, This estimate is indicative and the proposal shall be based on the consultant’s own estimate for the same. 14.1.3IFf stated in the Data Sheet, the consultant shall include in its proposal atleast the same time input (in 24 same Unit as indicated in the Data Sheet) of key experts, failing which the financial proposal willbe adjusted for the purpose of comparison of proposals and decision for award in accordance with the procedure in the Data Sheet, 15, Technical Proposal Format and Content 15.1 The technical proposal shall not include any financial information, A technical proposal containing material financial information shall be declared non-responsive. 15.1.1 Consultants shall not propose altemative key experts. only one CV shall be submitted for each key expert position, failure to comply with this requirement will make the proposal non-responsive. 15.2 Depending on the nature ofthe assignment, the consultant is required to submit a fall echnical proposal as indicated in the Data Sheet. 16, Financial Proposal 16.1 The Financial proposal shall be prepared using the standard forms provided in section 4 the RFP. It shall list all costs associated withthe assignment, including (a) remuneration for key experts and non key experts, (b) reimbursable expenses indicated in the Data Sheet. 16.2 Price Adjustment for assignments with @ duration exceeding 12 months, a price adjustment provision for local inflation for remuneration rates applies iso stated inthe Data Sheet. 163. Taxes The consultant and its Sub- consultants and experts are responsible for meeting all taxes liabilities atising out of the contract unless stated otherwise in the Data Sheet 164 Curreney of Proposal ‘The consultant may express price for its services in the currency or currencies as stated in the Data ‘Sheet. If indicated in the Data Sheet, the portion of the price representing local cost shall be stated in the national currency (PKR) 16.5 Currency of Payment Payment under the contract shall be made in the currency or currencies in which the payment is requested in the proposal C._ SUBMISSION, OPENING AND EVALUATION 17. Submission, sealing and Marking of proposal 17.1.1 The consultant shall submit a signed and complete proposal comprising the documents and forms in accordance with clause 10 (Documents, comprising proposal). The submission can be done by hand or through courier services. However, in case of submission through courier, the Employer will not take any responsibility for late receipt or loss of proposal inal submission letters in the 17.12 An authorized representative of the consultant shall signed the ori required format for both the technical proposal and if applicable the financial proposals and shal initial all ‘pages of both. The authorization shall be in the form of attorney attached to the technical proposal 17.1.3a proposal submitted by a joint venture shall be signed by all members so as to be legally binding on all members, or by an authorized representative who has a wittier power of attorney signed by each 25 member's authorized representative 17.14 Any modification, revisions, intertineations, erasures, or over writing shall be valid only if they are signed or initialed by the person signing the proposal 172 The signed proposal shall be marked “ORIGINAL” and its copies marked “COPY” as appropriate. The ‘number of copies shall be indicated as per the Data Sheet. All copies shall be made from the signed original, Ifthere are discrepancies between the copies and the or I, the original shall prevail 173 The original and all copies of the technical proposal shal be placed inside of a sealed envelope clearly ‘marked “TECHNICAL PROPOSAL” “Name of the Assignment” reference number, name and address ‘of the consultant, and with a warning Do Not Open Until (insert date and time of the technical proposal submission deadline), 174 similarly, the original Financial proposal shall be placed inside a sealed envelope clearly marked “FINANCIAL PROPOSAL" followed by the name of assignment, reference number, name and address "Do NOT OPEN WITH THE TECHNICAL PROPOSAL" 17.5 The sealed envelopes containing the technical and financial proposals shall be placed into one outer of the consultant, and with a wamin, envelope and scaled. This outer envelope shall bear the submission address, RFP reference number, the hhame of assignment, consultant's name and address, and shall be clearly marked “DO NOT OPEN BEFORE” (Insert time and date of submission deadline indicated in the Data Sheet.) 176 If the envelopes and packages with the proposal are not sealed and marked as require, the elent will assume no responsibility forthe misplacement, loss or premature opening of the proposal 17.7 The proposal or its modification must be sent to the address indicated in the Data Sheet and received by the client no later than the deadline indicated in the Data Sheet or Any extension to this deadline Any proposal or its modification received by the client after the deadline shall be declared late and rejected, and promptly returned un open. 18. Confidentiality 18.1 From the time the proposals are opened to the time the contract is awarded, the consultant should not contact the client on any matter related to its technical and/or financial proposal. Information relating to the evaluation of proposals and award recommendations shall not be disclosed to the consultants ‘who submitted the proposals or to any other party not officially concemed with the process, until the publication of the contract award information. 18.2 Any attempt by a consultant or any one on behalf of the consultant to influence improperly the client in the evaluation ofthe propesals or contract award decisions may result inthe rejection ofits proposal, and ‘may be subject to the application of prevailing Government's action procedures. 183 Notwithstanding the above provisions, from the time of the proposals’ opening to the time of contract award publication, if a consultant wishes to contact the client on any matter related to the selection process, it should do so only in writing. 19 Opening of Technical Proposal 19.1 The client's evaluation committee shall conduct the opening of the Technical proposals in the presence of ‘the consultants” authorized representatives who choose to attend (in person). The opening date, time and 26 the address are stated in the Data Sheet. The envelopes with the financial proposal shall remain sealed and shall be kept in secure custody of the procuring agency until they are opened in accordance with clause 23 of ITC. 19.2 At the opening of the technical proposals the following shall be readout: (i) the name and country of the consultant or in case of a joint venture, the name of the joint venture, the name of the lead member and. the names and countries of each member (i) the presence or absence ofa duly sealed envelope with the Financial proposal; (ii) any modifications to the proposal submitted prior to proposal submission deadline; and (iv) any other information deemed appropriate or as indicated in the Data Sheet. 20. Proposal Evaluation 20.1 subject to provision of clausel5.1 of the ITC, the evalustors of technical proposals shall have no access to the financial proposals until the technical evaluation is completed. 20.2 The consultant is not permitted to alter or modify its proposal in any way after the proposal submission deadline except as permitted under clause 12.7 of this ITC. While evaluating the proposals, the client will conduct the evaluation solely on the basis of the submitted technical and financial proposals. 21. Evaluation of Technical Proposal 21.1 The elient’s evaluation committee shall evaluate the technical proposals on the basis of their responsiveness to the Terms of Reference and the RFP, applying the evaluation criteria, and point system specified in the Data Sheet, Each responsive proposal will be given a technical score, A proposal shall be rejected at this stage if it does not respond to important aspects of the RFP or iit fails to achieve the minimum technical score indicated in the Data Sheet. 22. Financial Proposal (QCBS) Based 22.1 After the technical evaluation is completed, the client shall notify those consultants whose proposals ‘were not considered, non-responsive to the RFP and TOR or did not meet the minimum qualifying technical score (and shall provide information relating to the consultant’s over all technical score, as ‘well as scores obtain for each criterion and sub-crterion) tha ther financial proposals will be return un opened after completing the selection process and contract signing. The client shall simultaneously notify in writing those consultants that have achieved the minimum overall technical seore and inform them of the date, time and venue for the opening of financial proposals. The opening date should allow. the consultants sufficient time to make arrangements for attending the opening. The consultant's attendance at the opening Financial proposals (in person) as indicated in the Data Sheet. 22.2. The financial proposal shall be opened by the Client's evaluation committee in the presence of representatives of those consultants whose proposal have passed the minimum technical score. At the ‘opening, the names of the consultants and the overall technical score, including the break-down by criterion, shall be read out aloud. The financial proposals shall be then opened, and the total prices read aloud and recorded. Copies of he record shall be sent to all consultants who submitted proposals. 23. Public Opening of Financial Proposals 23.1. After the technical evaluation is completed, the Procuring Agency shall issue the Technical Evaluation Report containing all the information regarding responsiveness or non-responsiveness ofthe consultant 2 23.2 24, 24.1 24.11 25. 28.1 along with the technical scores. The Financial Proposals of non-responsive consultants will be retumed unopened after completing the selection process and Contract signing. The Procuring shall notify in writing those Consultants that have achieved the minimum overall technical score and inform them of the date, time and location for the opening of the Financial Proposals. The opening date should allow the Consultants sufficient time to make arrangements for attending the opening, The Consultant's attendance at the opening of the Financial Proposals (in person, or online if such option is indicated in the Data Sheet) is optional and is atthe Consultant's choice. The Financial Proposals shall be opened by the Procuring Agency's evaluation committee in the presence of the representatives of those Consultants whose proposals have passed the minimum technical score. At the opening, the names of the Consultants, and the overall technical scores, including the break-down by criterion, shall be read aloud. The Financial Proposals will then be inspected to confirm that they have remained sealed and unopened. These Financial Proposals shall be then opened, and the total prices read aloud and recorded. Copies ofthe record shall be sent to all Consultants who submitted Proposals, Correction of Error Activities and items described in the technical proposal but not priced in the financial proposal, shall be assumed to be included in the prices of other activities or items, and no correction are made to the financial proposal. ‘Time Based contracts Ifa time based contract form is included in the RFP, the client's evaluation committee will (@) correct any computational or arithmetical errors, and (b) Adjust the prices ithey filo reflect all inputs included forthe respective activity or items in the technical proposal. In case of dlserepancy between (ia partial amount (Sub Total) and the total amount, or (Gi) between the amount derived by multiplication of unit price with quantity and the total price, or (iii) between words and figures, the former will prevail. In case of discrepancy between ‘technical and financial proposal in indicating quantities of input, the technical proposal prevails and the elient’s evaluation committee shall correct the quantification indicated in the Financial proposal so as to make consistent with that indicated in the technical proposal, apply the relevant unit price included in the financial proposal to the correct quantity, and correct the total cost. Taxes ‘The client’s evaluation of the consultant's financial proposal shall include all applicable taxes in accordance with the instructions in the Data Sheet. 28 26. Conversion to Single Currency 26.1 For the evaluation purposes, prices shall be converted to @ single currency using the selling rates. of exchange, source and date indicated in the Data Sheet. 27. Combined Quali (@) Quality and cost Based selection (QCBS) In the ease of QCBS, the total score is calculated by weighting the technical and financial and Cost Evaluation scores and adding them as per the formula and instruction in the Data Sheet. The consultant achieving the highest combined technical and financial score will be invited for negotiation, D, Negotiation and Award 28. Negotiation 28.1 The negotiation will be held at the date and address indicated in the Data Sheet with the consultant's representative(s) who must have written power of attomey to negotiate and sign a contract on behalf of the consultant. 282. The client shall prepare the minutes of negotiations that are signed by the client and the consultant's authorized representative. Availability of Key Experts 283 The invited consultant shall conform the availability ofall key experts included in the proposal as a pre- requisite to the negotiations, or, if applicable, replacement in accordance with clause12 of this ITC. Failure to conform the key expert's availability may result in the rejection of the consultant's proposal and the client proveed to negotiate the contract with the next-ranked consultant. 28.4 Notwithstanding the above, the substitution ofthe key expert at the negotiations may be considered if due solely to circumstances outside the reasonable control and not foreseeable by the consultant, including but not limited to death or medical in capacity. Insect eases, the consultant shall offer a substitute key expert with in the period of time specified in the leter of invitation to negotiate the contract, who shall have equivalent or better qualification and experience than the original eandidate. Technical Negotia 28.5. The negotiations include discussions of the terms of reference (TOR), the proposed methodology, the Expected date for commencement of consulting services: After 2 months of the proposal submission deadline, 5 Pre-Proposal Conference: Ves 7 No Dated: 11-05-2022 at 1100 his ‘The name and address of the official (s) is (are): Engr. Muhammad Tariq Khan Project Director Tangir — Darel Expressway PMU Chilas 3__ | The PE will provide the following inputs and facilities: © _| Participation of member Timm in more than OTNo.(JV) & not allowed & bids (both or more) in This regard would be considered as non-responsive/rejected. 7 | Consultants to state cost in the national currency 3 __ | Proposals validity shall not be more than 90 days. Clarifications may be requested not later than TO days Before the submission date. The 9 | address tor requesting clarifications is: as per address given in heading 2 of the data sheet Proposal submission address is 0 ‘A) Masood Irshad, Research Officer, M/o KA & GB, ‘R Block’ , Pak Secretariat, Islamabad i Proposal must be submitted not later than the following date and time: 31-May= 202 at 11:00 am Technical Proposal will be open the same day at 11:30 am hrs at the venue mentioned above. iz Financial Proposal to Be submitted together with Technical Proposal Ves 7 No 13 | The method of selection shall be ‘Quality cum cost based selection method: Technical Proposal Weight age: 80% Financial Proposal Weight age: 20% SECTION VI TERMS OF REFERENCE (TOR) 1. Back ground: - Chilas comes under Gilgit-Baltstan, It is the Headquarters of District Diami. The ‘weather is hot and dry in the summer and dry and cold in the winter. It can be reached through the Karakoram highway and also from the Kaghan valley passing over the Babusar Pass, Chilas is situated on the left bank of the mighty Indus River, The beautiful fry meadows and Nanga Parbat, the seventh highest peak in the world, in 2017-2018 was 214,000, is also located in Chilas. Its populatio Name of Project: (Construction of Tangir and Darel Expressway along with Khanbury and Buner Roads) Project Objectives: This project envisaged construction of 81.6 Km road (widening/up gradation and realignment of existing road at some locations including bridges of medium to short span and other allied structures (Culverts, side drain, retaining & breast walls) is basically aimed at providing easy communication within the district The Chilas City population is growing day by day at faster rate. Construction ofthese roads has become an essential need for providing reliable all weather roads, boosting up local trade and. solving traffic problems. These roads are under the vision of Honorable Chief Minister Gilgit-Baltstan. Project Scope of Work: Sr No Seope of Work T Road Works z Retaining & Breast wall 7 3 Culverts q Side Drain 3 Bridge works 6 Cand Compensation (Cutvated,Un-culvated and Commercial 7 Damas 8 Shifting of Utilities Technical Parameters of the Project Technical parameters/Design criteria and description as per approved PC-I are given inthe following paragraphs. Geometric Design: The Geometric design ofthe project is governed by AASHTO eriteria for highways design, Technical parameters: Road Works RD 04000 TO 30+000 carriageway 32 2 No. of lanes Lane Width 3.6 m(11.8 ft) Shoulder Width =0.9 m(3 ft) Pavement Structure (Existing & new construction) Design subgrade CBR =30% Flexible Pavement: Asphalt Wearing Course 05 em (2.8 Inch) Water Bound Macadam — ~20 cm (8 Inch) ‘Road Works RD 30+000 TO 40+000 & Link from SAS Valley to KKH near Ghanish. Brides Carriageway No. of Lanes =02 Lane Width =3.0 m (9.8 Feet) Shoulder Width 0.9 m (3 Feet) Earth Shoulder Pavement Structure, Existing & new somstruction) Design Subgrade CBR =30% Flexible Pavement: Asphalt Wearing Course =05 em (2.8 Inch) Water bound Macadam — =20 em (8 inch) Project Implementation Period The Project is to be completed in 03 years (36 months). Please refer attached chart with this RFP. Finaneing Source: The Project is funded by Govt. of Pakistan through Federal PSDP. Objective(s) of the Assignment ‘The overall objectives of these Terms of References are to a) Ensure that the detailed Engineering design is prepared, in accordance with the specified parameters/standards and best i {emational practices prior to implementation of civil works contracts, b) Ensure that high quality construction is achieved in time wit carried out in full compliance with the approved engineering designs, technical budget and that all work is specifications, agreed work schedule, and within the terms and conditions of ll other contract documents and sound engineering practices; ©) Demonstrate the efficiency of contract administration and supervision by independent extemal agencies; 4) Demonstrate the efficacy of contract administration and supervision by independent extemal agencies: ©) Ensure safeguards management of projects i. review/updating, and implementation ofthe IEE/ELA report, and incorporating EMPs inthe works contracts, preparation and implementation of site-specific EMPs which are fully 33 consistent with the applicable laws on environment of Govt. of Pakistan! Govt. of GB, Monitor and evaluate the implementation of environmental management plan, resettlement plan and other social safeguard measures to be taken by the contractor and Employer. Promote technology transfer and the introduction of modem Contract ‘Administration practices within Employer. ‘The time period for completion ofthe whole project is 36 months. 3. Scope of Consultancy Services: 3.1 Duties and Responsibilities of- Consultants are; a) ») 4 2) hy ‘The Consultants will carry out detail survey (review of previously conducted strip survey, topographic survey, establishment of Bench Marks and further surveys if required for detailed design of the project etc.), commencement of works to identify anomalies or omissions that constitutes inconsistency in the ical review of the detailed engineering design prior to the design and completeness of works. The Planning and designing phase of the project ile preparation of Bid documents is to be completed by the consultant within 4 months’ time period. The design report should clearly indicate if any section of the road requires adjustment in the horizontal and vertical alignment, changes to the structures and identify the LARP and non LARP areas. On completion of the review of feasibility study report that consists of inception report, topographic /strip surveys, geological reports, hydrological studies design, deauvings, cost estimations, [EE/EIA reports prepared by previous consultants at feasibility level ‘The Consultant will preparea report, setting out all findings and recommendations for correcting, any defects or omissions identified. The consultant will also conduct Geotechnical Investigation as well as Geo hazard studies (earthquake, landslides, rock falls, ground subsidence’, damming of the river due to earthquake and GLOF hazard) of project. Notwithstanding these, the Consultant will immediately inform the employer of any defect or comission that may have a substantial impact on the Project atthe time the defect or omission is, uncovered. Civil works will be carried out based on the PEC standard Bid documents for Construction. ‘The consultant will administer the civil work's contracts, make engineering decisions, be responsible for quality control and quality assurance, provide general guidance and furnish timely responses to the contractors in all matters relating tothe civil works, and ensure that all clauses of the contract agreement between the civil works contractors are adhered to in all respect. ‘The consultants will advise PMU on all the matters relating to the efficient and suecessfil execution of the civil works contracts, and will act all the times to protect the interests of the 34 32 33 project and will take all reasonable steps to keep the construction costs to a minimum, consistent with sound economic and engineering practices; and will prepare a “Contract Administration and Construction Supervision Manual” outlining routines and standard operating procedures to be applied intemationally recognized practice, and civil work contract of the project. contract administration and construction supervision, based on sound Preparation of detailed Design (@ The consultant will review feasibility study report, Feasibility level design, drawings including other reports and finalize the detailed engineering design including design reports, design calculations, technical specifications and design drawings, cost estimations and Bid documents ofthe project. Thereafter, the Consultants will bear the professional liability forthe accuracy of the design, specifications which will be covered under this contract. Based on the review of design, the consultant will issue construction drawings (Cay out plans, x-sections, profiles, and all other details) to the contractor for preparation of shop drawings of each item of work based on site surveys for execution of the project. The technical specification should cover all aspects of the projectactvities. Geotechnical Investigation and Geohazard Studies for finalization of Detailed Design of the Project Before finalization of detailed design of project, the consultant will review already conducted field surveys (strip survey/ topographic survey) of project, verification of benchmarks, and will conduct further surveys (if required) for finalization of detailed drawings. The consultant will also conduct Geotechnical Investigations, geohazard studies and hydrological studies as recommended in feasibility study report of the project. The consultant will submit a detailed Geo-Technical Investigations, geohazard studies and hydrological reports of the project covering all field and lab tests the activities shall be as follows but not limited to; (®) Perform Geotechnical investigation on suitable intervals along the alignment of road with specific emphasis on critical areas on road alignment and Bridges. i). The geotechnical investigation comprises of field investigation, slope stability analysis, field and laboratory tests so that the results /recommendation of these results could be incorporated in the project design. The field investigation shall include drilling of bore holes, collection of disturbed and undisturbed soil samples, coring of rock samples, natural ‘moisture content and all other relevant tests as per the requirement of project ste. (ii) The method of field test should be as under but not limited tothe following + Standard Penetration Test + Field Density Test + Permeability Test 35 (iv) The consultant shall submit a detiled report with clear cut recommendations for design of suitable structure. (©) During the activity, the geotechnical investigation should incorporate all aspects of risks ‘The design review shall include but not limited tothe following tasks; 4) Review and ensure that the design meots all the standards and parameters specified in these TOR for the consultants, specifications and best intemational practices. The design criteria usedare: Description Codes Geometric Design ‘AASHTO Policy on Geometric Design of Highways & Streets-2008 Material & Testing | AASHTO-ASTM Pavement Design ‘AASHTO guide for Design of Pavement Structures 1993 Seismic Design ‘Uniform Building codes (UBC) and seismie zone map of Pakistan and AASHTO ‘The bridge and structures have been designed generally according to the West Paki the following conditions: in Highway Code of practice for bridges with ~ AASHTO specifications for various limit states and lateral force due to earthquake. way Bridges of load factor for b) Review and ensure that the geometric alignment particularly the horizontal curve and vertical Profile of the road project meets the minimum specified criteria, ©) Review and ensure that a cost effective embankment height, has been adopted throughout the alignment, based on the requited capacity of soil, depth of water table and drainage pattern of the surrounding area 44) Review and ensure that the pavement is most efficient and cost effective; design has been carried out on the basis of traffi studies conducted by the Design Consultants, characteristics ‘of the proposed pavement materials, the calculated loading (ESALs) and prescribed design lite ©) Review and ensure that the design parameters, calculation, location and layout of hydraulic and other traftie en on the basis of hydrology report, geotechnical investigations, soil analysis, drainage pattern, and site conditions, ensuring that safe and cost effective designs are adopted eering structures to include bridges, flyovers, underpasses and culverts, 1) Review and ensure that the design of road side drainage and cross drainage structures has 36 been carried out as per the site requirement and flow patterns / calculations of runoff. ®) Review and ensure that the desig, lay out and requirement of retaining wall, breast walls, other retaining structures, and slope stability’ slide control measures are as per the geotechnical. requirement and site Conditions. bh) Review and ensure that the requirement for U turns, underpasses, overhead bridges, Entry! Exits, Service lanes and all other highway related works have been included inthe design. i) Review existing soil reports provided by the Employer and suggest any additional testing, if required. J) Cary out the road safety Audit as per intemational standards after a detailed site visit. Consultants will ensure that all safety measures are taken without any compromise in the

You might also like