254
1 Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km) ENGINEERING, PROCUREMENT & CONSTRUCTION OF KARACHI LAHORE MOTORWAY (KLM): ABDUL HAKEEM – LAHORE SECTION (230 KM) VOLUME-I TENDER DOCUMENTS ON EPC/TURNKEY BASIS

VOLUME-I TENDER DOCUMENTS ON EPC/TURNKEY …downloads.nha.gov.pk/nhadocs/final-epc-dox-_aaa_-6-06-15... · 2- Contractor's proposed preliminary design alongwith non binding BOQ

  • Upload
    buikhue

  • View
    224

  • Download
    0

Embed Size (px)

Citation preview

1

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

ENGINEERING, PROCUREMENT & CONSTRUCTION OF

KARACHI LAHORE MOTORWAY (KLM): ABDUL HAKEEM – LAHORE SECTION

(230 KM)

VOLUME-I TENDER DOCUMENTS

ON EPC/TURNKEY BASIS

2

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

JUNE 2015

Table Of Contents

Section-II Instructions to Bidders and Appendices .......................................................

Section-III Letter of Technical Bid & Schedules (‘A’ to ‘I’) to Bid ..............................

Section-IV Letter of Price Bid & Schedules (‘J’ to ‘O’) to Bid .....................................

Section-V Schedule of Payments ..................................................................................

Section-VI Special Stipulations .....................................................................................

Section-VII General Conditions of Contract....................................................................

Section-VIII Particular Conditions of Contract .................................................................

Section-IX Standard Forms.............................................................................................

Section-X The Employer’s Requirement Including Scope of Work & Concept/Preliminary Design......................................................

Section-XI Technical Specifications...............................................................................

Section-XII Preliminary Design Drawings …….….………..……………………… .....

3

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

CHECKLIST OF SUBMISSIONS TO BE MADE WITH THE BID

1- Comments and suggestions if any on the concept design/preliminary design (Schedule F-1 and F-2) provided including data provided in project information or Employer's requirements.

2- Contractor's proposed preliminary design alongwith non binding BOQ prepared alongwith methodology and construction planning to indicate how and with what resources, the contractor proposed to complete 230 Km. Motorway in 30 months including his suggestions if any.

3- Tentative resource loaded construction baseline programme prepared with the help of standard software. The contractor to provide one genuine copy of software as well as training to the Employer's Representative and Assistant who will be supervising the work from inception on the behalf of the Employer.

4- The bid submission has to be accompanied with:

a) Preliminary design as prepared by the contractor after reviewing and studying concept/preliminary design given with the bid document by the Employer after detailed site visits, surveys, investigation and subsequent preliminary design re-prepared on his own assessment and collected data.

b) As a result of contractor’s preliminary design, the changes and grounds for those changes to be explained in case of such revisions review if any in Employer’s concept/preliminary design. The numbers, dimensions of Structures and thicknesses of Pavement structure shown in Concept Design/Preliminary Design in Employer’s Requirement are minimum and can be reviewed upward if the re-prepared design of the contractor justifies otherwise. The contractor has to provide pertinent details in this context.

c) The schedule of payment is to be based on Contractor’s preliminary design based upon Employer’s requirement which is to be further supported with non-binding BOQ for each section alongwith detailed rate analysis for all items costing more than 100 Million.

5- Three names for the DAB Members as being considered by the bidder and which will be setup to commence its working within 84 days after (Refer Clause-20.2 of COC) issuance of order to commence.

6- A term of reference has been provided for duties of the Employer’s representative who will be entitled to appoint assistant in the form of consulting services to assist Employer’s Representative in all aspects of design and construction supervision. The Bidder is to assume the risk of any defect or error in the design, including any defect or error in the Employer’s Requirement. The Contractor is, however, not responsible for the data for which he has intimated the Employer that it can’t be verified by him.

4

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

7- The program including quantum of work shall be reviewed during evaluation stage and the Employer has the option to review by addition or deletion any part of work without any financial implications and completion period can be adjusted accordingly.

8- Schedule M to Bid dully completed including foreign currency requirement.

9- Professional Indemnity Bond for design services.

10- Integrity Pact.

SECTION-I

INSTRUCTION TO BIDDERS

AND APPENDICES

5

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

TABLE OF CONTENTS

INSTRUCTIONS TO BIDDERS

Clause No Description

(A) GENERAL

IB.1 Scope of Bid and Source of Funds IB.2 Eligible Bidders IB.3 Eligible Goods and Services IB.4 Cost of Bidding

(B) BIDDING DOCUMENTS

IB.5 Contents of Bidding Documents IB.6 Clarification of Bidding Documents IB.7 Amendment of Bidding Documents

(C) PREPARATION OF BIDS

IB.8 Language of Bid IB.9 Documents Comprising the Bid IB.10 Letter of Bids and Schedules IB.11 Bid Prices IB.12 Currencies of Bid IB.13 Documents Establishing Bidder’s Eligibility and Qualification IB.14 Documents Establishing Plant’s Eligibility and Conformity to Bidding Documents IB.15 Bid Security IB.16 Validity of Bids IB.17 Format and Signing of Bid

(D) SUBMISSION OF BIDS

IB.18 Sealing and Marking of Bids IB.19 Deadline for Submission of Bids IB.20 Late Bids IB.21 Modification, Substitution and Withdrawal of Bids

(E) BID OPENING AND EVALUATION

IB.22 Bid Opening IB.23 Clarification of Bids IB.24 Preliminary Examination & Determination of Responsiveness of Bids IB.25 Conversion to Single Currency IB.26 Detailed Evaluation of Bids IB.27 Domestic Preference IB.28 Process to be Confidential

6

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Clause No Description

(F) AWARD OF CONTRACT

IB.29 Post-Qualification IB.30 Award Criteria IB.31 Employer’s Right to Vary Quantities IB.32 Employer’s Right to Accept any Bid and to Reject any or all Bids IB.33 Notification of Award IB.34 Performance Security IB.35 Signing of Contract Agreement

(G) ADDITIONAL INSTRUCTIONS

IB.36 Instructions not Part of Contract IB.37 Contract Documents IB.38 Sufficiency of Bid IB.39 One Bid per Bidder IB.40 Bidder to Inform Himself IB.41 Alternate Proposals by Bidder IB.42 Site Visit and Local Conditions IB.43 Post-Bid Meeting IB.44 Integrity Pact IB.45 General Performance of the Bidders

(H) APPENDICES

– Appendix A to Instructions to Bidders: Name of Eligible Countries

– Appendix B to Instructions to Bidders: Evidence of Bidder’s Capability

– Appendix C to Instructions to Bidders: Domestic Goods (Value added in Pakistan)

7

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

INSTRUCTIONS TO BIDDERS AND APPENDICES

(A) GENERAL

IB.1 Scope of Bid and Source of Funds

1.1 Scope of Bid

National Highway Authority, Islamabad, Pakistan (hereinafter called the “Employer”) wishes to receive Bids on EPC/Turnkey basis using Single Stage Two Envelopes Bidding Procedure for the scope of work which includes, but shall not be limited to the project of Construction of Karachi – Lahore Motorway (KLM), Abdul Hakeem – Lahore Section located in Pakistan. The Works to be executed under this Contract comprise of Design preparation and its review, construction and maintenance on EPC / Turnkey basis. Section Abdul Hakeem (near Khanewal) and Lahore (230 KM approximately) is under consideration in this document for bidding purposes on EPC Basis. Accordingly, the Bidder has to prepare a preliminary design based on site collected data and design parameters given and then formulate his costs as per his working. Any additional information, geo-technical investigation, surveys including hydraulic, study or verification of documents provided shall be done by the bidder prior to bid submission. This detailed working on costs including preliminary design has to be enclosed with his tender to facilitate the evaluation process and shall assume full responsibility for the soundness, correctness and safety of the design. Its present alignment has already some sort of access from local Provincial Roads and can be further studied by the bidder in this respect. The key design features of the Project are given in the documents listed under Employer's Requirement and other sections of the document which the Bidder has to check and review and correct after visiting site and accordingly prepare preliminary design and submit his bid. The scope of work to be executed includes but not limited to following:

1. Detailed Engineering Design of Project based on Employer’s Requirement and specification. Prior to this, the bidder has to review Employer’s Requirement and concept/preliminary design provided with the bid document. He has to subsequently prepare his own preliminary design after detail site studies, investigations and surveys. The bidder has to then base his bid on the basis of his own preliminary design which he has to develop into detailed design during execution stage.

2. Getting the design vetted from Employer and making necessary correction if required before start of work.

3. Construction and completion of project including maintenance and defect liability period as required.

Construction work items may include but not limited to following:

- Site clearance and top soil stripping - Earthwork - Demolish and removal of substandard structures and vented Causeways if any

8

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

- Construction of Bridges - Construction of Culverts - Construction of Cattle Creeps and Underpasses - Construction of Minor and Major Drainage and Erosion works - Construction of Road furniture (included but not limited to pavement marking,

sign boards, gantries or as approved by the Employer while approving the design)

- Construction of any other operation ancillary to the main works - Construction of service areas, rest areas, toll plazas, weigh stations. - Provision of intelligent transport system, landscaping and horticulture. - And other necessary works to meet the Employer’s requirement - Keep traffic moving with safety and maximum comfort to road users during

construction.

Maintenance and Defect Liability Period:

Maintenance requirement has been provided in detail in the Employer's Requirement.

A detailed scope of work has been described elsewhere in these documents. The successful Bidder will be expected to complete the Works within the stipulated period of 30 months as specified in these Bidding Documents.

Bidders must quote prices for the complete scope of work. Any Bid covering partial scope of work will be non-responsive, pursuant to Clause IB.24.

1.2 Source of Funds

The project will be financed by the Federal Government. The project will be implemented through the Public Sector Development Programme.

IB.2 Eligible Bidders

2.1 Bidding is open to all pre-qualified firms and conditionally opened for provisionally pre-qualified firms meeting the following requirements:

a) Duly licensed by the Pakistan Engineering Council (PEC) in Category C-A with specialization in CE-01, CE-02 & CE-10 for the year 2015. A foreign prequalified firm is entitled to bid only in a joint venture with a Pakistani constructor in accordance with the relevant provision of PEC bye-laws. In case of joint venture with foreign firm, project specific certification of PEC is also required. If such joint venture could not submit the requisite PEC project specific certificate before the latest deadline for bid submission, such bidder(s) shall provide original cash receipt alongwith copy of application submitted to PEC for issuance of said license alongwith his Technical Bid. Evaluation of technical bids of such bidder(s) shall be done conditionally subject to provisions of PEC Specific Project License. In case of non submission of PEC Project Specific license prior to opening of financial bids, Employer may disqualify the respective bidder(s).

b) Foreign Bidders from eligible countries as per Appendix 'A' to Instructions to Bidders.

c) Any incorrect information provided at any stage is liable for rejection and necessary action as deemed necessary at any time at pre-award and post-award stages.

9

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

IB.3 Eligible Goods and Services

3.1 All Goods & ancillary Services to be supplied under this Contract shall have their origin in eligible countries as per Appendix ‘A’ to Instructions to Bidders and all expenditures made under the Contract will be limited to such Goods and Services.

3.2 For purpose of this Clause, “origin” means the place where the Goods are mined, grown or produced or from where the ancillary services are supplied. Goods are produced when, through manufacturing, processing or substantial and major assembling of components, a commercially recognized product results that is substantially different in basic characteristics or in purpose or utility from its components.

3.3 The origin of Goods and Services is distinct from the nationality of the Bidder.

IB.4 Cost of Bidding

4.1 The Bidder shall bear all costs associated with the preparation and submission of its Bid and the Employer will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the Bidding process.

(B) BIDDING DOCUMENTS

IB.5 Contents of Bidding Documents

5.1 In addition to Invitation for Bids, the Bidding Documents are those stated below, and should be read in conjunction with any Addenda issued in accordance with Clause IB.7.

1. Instructions to Bidders (ITB) with Appendices to ITB

2. Letter of Technical Bid & Schedules to Bid

Schedules to Bid are the following:

(i) Schedule A: Specific Works data

(ii) Schedule B: Proposed Organization for the Project

(iii) Schedule C: Method of Performing Works

(iv) Schedule D: Proposed Programme of Works

(v) Schedule E: Work to be Performed by Subcontractors

(vi) Schedule F: Deviations from Technical Provisions (such as concept preliminary design and Employer's requirement) & Contractual Provisions in COC Part-II etc.

(vii) Schedule G:Specific Operation/Plant and Equipment Details

(viii) Schedule H: JV Agreement

(ix) Schedule I: Past Performance and Present Commitments

(x) Schedule J: Integrity Pact

3. Letter of Price Bid & Schedules to Bid

Schedules to Bid are the following:

10

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

(i) Schedule K: Estimated Progress Payments

(ii) Schedule L: Lump Sum Cost Breakup for Major Cost Items

(iii)Schedule M: Detail of Expenditure (Foreign currency component)

(iv) Schedule of Prices, Schedule of Payment and Table of Adjustment

4. Special Stipulations

5. General Conditions of Contract (GCC)

6. Particular Conditions of Contract (PCC)

7. The Employer’s Requirement including Scope of Work & Concept / Preliminary Design

8. Standard Forms

Forms include the following:

(i) Form of Bid Security

(ii) Form of Contract Agreement

(iii) Form of Performance Security

(iv) Form of Bank Guarantee for Advance Payment

9. Specifications including Special Provisions and Supplementary Specifications from SS-I to SS-29. These provisions are not payable separately but its costs are deemed to be included in the overheads provision of total contract price quoted by the bidder.

5.2 The Bidders are expected to examine carefully the contents of all the above documents. Failure to comply with the requirements of Bid submission will be at the Bidders own risk. Pursuant to Clause IB.24, Bids which are not substantially responsive to the requirements of the Bidding Documents will be rejected.

IB.6 Clarification of Bidding Documents

6.1 A Bidder requiring any clarification(s) in respect of the Bidding Documents may notify the Employer in writing, through email or by fax at the address as provided under “Invitation for Bids”. Employer will examine the request for clarification of the Bidding Documents which it receives not later than two days before the Pre-Bid Meeting and if needed will issue the clarification/amendment of the Bidding Documents to all the prequalified bidders and will upload the same on NHA website www.nha.gov.pk before the date of submission of bids. It is expected that bidders will thoroughly study the bidding documents and come up with all their points / non-clarities etc. maximum upto pre-bid meeting stage.

Employer’s Address: General Manager (P&CA), NHA 28-Mauve Area, G-9/1, Islamabad, Pakistan.

Phone: +92-51-9032727, Fax: +92-51-9260419 Email: [email protected]

IB.7 Amendment of Bidding Documents

7.1 At any time prior to the deadline for submission of bids, the Employer may, for any reason, whether at his own initiative or in response to a clarification requested by a prospective Bidder, modify the Bidding Documents by issuing addendum.

11

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

7.2 Any addendum thus issued shall be part of the Bidding Documents pursuant to Sub-Clause 7.1 hereof, and shall be communicated by uploading the same on the website, communicated in writing to prospective bidders. Prospective Bidders shall acknowledge receipt of each addendum in writing to the Employer. The Bidder shall also confirm in the Form of Bid that the information contained in such addenda have been considered in preparing his Bid.

7.3 To afford prospective Bidders reasonable time in which to take an addendum into account in preparing their Bids, the Employer may at its discretion extend the deadline for submission of Bids in accordance with Clause IB.19.

(C) PREPARATION OF BIDS

IB.8 Language of Bid

8.1 The Bid prepared by the Bidder and all correspondence and documents relating to the Bid, exchanged by the Bidder and the Employer shall be written in the English language, provided that any printed literature furnished by the Bidder may be written in another language so long as accompanied by an English translation of its pertinent passages in which case, for purposes of interpretation of the Bid, the English translation shall govern. The information / documents in non-English language without authentic translation and notarization shall not be considered for evaluation.

IB.9 Documents Comprising the Bid

9.1 The Bid prepared by the Bidder shall comprise the following components:

(a) Covering Letter

(b) Letters of Bids duly filled, signed and sealed, in accordance with Clause IB.17.

(c) Schedules (A to M) to Bid duly filled and signed, in accordance with the instructions contained therein.

(d) Schedule of Prices completed in accordance with Clauses IB.11 and IB.12 in separate sealed envelope.

(e) Bid Security furnished in accordance with Clause IB.15.

(f) Power of Attorney in accordance with Clause IB 17.5 and IB 19.1.

(g) Joint Venture Agreement, a foreign Bidder is entitled to bid only in a joint venture with a Pakistani constructor(s) in accordance with the provisions of relevant PEC bye-laws.

(h) Documentary evidence established in accordance with Clause IB.13 that the Bidder is eligible to Bid and is qualified to perform the Contract if its Bid is accepted (past performance and present commitments to be filled in as per schedule I to Bid).

(i) Documentary evidence established in accordance with Clause IB.14 that the Plant and ancillary Services to be supplied by the Bidder are eligible Plant and Services and conform to the Bidding Documents.

(j) Bidders applying for eligibility for domestic preference in bid evaluation shall supply all information & evidence to establish the claim for domestic preference required to satisfy the criteria for eligibility as described in Clause

12

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

IB.27. The particulars for domestic Goods prescribed in Appendix C to these Instructions shall also be filled in to substantiate claim for domestic preference.

(k) Any other documents prescribed in Particular Conditions of Contract or Technical Provisions to be submitted with the Bid such as compliance with checklist attached with Invitation to Bid.

(l) The bidders are required to submit the tentative construction plan for all four (04) sections and commencing work simultaneously on all sections with independent resource management, camp offices, surveys and detailed design work. The design team of the bidder needs to be particularly highlighted. The deliverables for the design work in each section to be assessed and dealt with accordingly.

(m) The bidders are required to submit methodology to be adopted for overall quality control by bidder with reference to specification and standards given in Employer's requirement, traffic management and work safety plans.

IB.10 Letters of Bids and Schedules

10.1 The Bidder shall complete, sign and seal the Letters of Bids, Schedules (A to M, or as modified) to Bid and Schedule of Prices furnished in the Bidding Documents and shall also enclose other information as detailed in Clause IB.9.

10.2 For the purpose of granting a margin of domestic preference pursuant to Clause IB.27, the Employer will classify the Bids, when submitted in one of three groups as follows subject to change, if any, as per policy of the Federal Government as applicable on the date of bid opening:

(a) Group ‘A’ Bid. (i) For Goods for which labour, raw materials and components from within Pakistan account for at least 20% of the ex-factory bid price of the products offered (ii) For Goods for which labour, raw materials and components from within Pakistan account for over 20% and up to 30% of the ex-factory bid price of the products offered (iii) For Goods for which labour, raw materials and components from within Pakistan account for over 30% of the ex-factory bid price of the products offered;

(b) Group ‘B’ Bid. For Goods manufactured in Pakistan for which the domestic value added in the manufacturing cost is less than 20% of the ex-factory bid price; and

(c) Group ‘C’ Bid. For Goods of foreign origin. In preparing their bids, the Bidders, whether local or foreign, shall enter in the Schedule of Prices, ex-factory price for indigenously manufactured products and CIF price as well as customs duty and sales tax and other import charges for products to be imported from outside Pakistan.

IB.11 Bid Prices

11.1 The Bidder shall fill up the Schedule of Prices attached to these documents under the Contract. Prices on the Schedule of Prices shall be entered keeping in view the instructions contained in the Preamble to the Schedule of Prices.

11.2 The Bidder shall fill in amount for all items of the Works described in the Schedule of

13

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Prices. Items against which no rate or price is entered by a Bidder will not be paid for by the Employer when executed and shall be deemed covered by rates and prices for other items in the Schedule of Prices.

11.3 The Bidder’s breakup of price components in accordance with Sub-Clause 11.1 above will be solely for the purpose of facilitating the comparison of Bids by the Employer and will not in any way limit its right to contract on any of the terms offered.

11.4 Unless otherwise stipulated in the Conditions of Contract, prices quoted by the Bidder shall remain fixed during the Bidder’s performance of the Contract and not subject to variation on any account. When the Bidders are required to quote only fixed price(s), a Bid submitted with an adjustable price quotation will be treated as non-responsive, pursuant to Clause IB.24.

11.5 Any discount offered shall be valid for at least the period of validity of the Bid. A discount valid for lesser period shall be considered null and void.

IB.12 Currencies of Bid

12.1 The prices shall be quoted by the bidder entirely in Pak rupees. A bidder expecting to incur expenditures in other currencies for inputs to the Works supplied from outside the Employer’s country (referred to as the “Foreign Currency Requirements”) shall indicate the same in Schedule M to Bid. The proportion of the bid Price (excluding Provisional Sums) needed by Bidder for the payment of such foreign currency Requirement, shall indicate the respective portions in his bid.

12.2 The rate of exchange to be used by the bidder for currency conversion shall be the TT&OD Selling Rates published or authorized by the State Bank of Pakistan prevailing on the date 28 days prior to the deadline for submission of bids.

12.3 The currencies of payment shall be Pak Rupees but the bidder has to indicate his requirement of foreign exchange currency requirement in Schedule M to Bid so as to compensate for material/plant to be imported.

IB.13 Documents Establishing Bidder’s Eligibility and Qualifications

13.1 Pursuant to Clause IB.9, the Bidder shall furnish, as part of its Bid, documents establishing the Bidder’s eligibility to Bid and its qualifications to perform the Contract if its Bid is accepted.

13.2 The documentary evidence of the Bidder’s eligibility to Bid shall establish to the Employer’s satisfaction that the Bidder, at the time of submission of its Bid is from an eligible source country as defined under Clause IB.2.

13.3 The documentary evidence of the Bidder’s qualifications to perform the Contract if its Bid is accepted, shall establish to the Employer’s satisfaction:

- that the Bidder has the financial and technical capability necessary to perform the Contract.

13.4 (a) Bidder must possess and provide evidence of the following experience:

i. The prequalification data / documents / clarifications provided earlier by the PQ Applicants needs to be re-submitted with authentication / notarization from the respective Embassies in Pakistan or their appropriate offices through Pakistan Mission or from the foreign

14

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

offices of applicants in the country of origin duly counter attested by Embassy of Pakistan

ii. Design capacity of bidder / JV partner, to undertake the project i.e. experience of designing of highways and bridges. Bio Data of proposed professional must be attached such as Bridge Design Engineer, Highway Design Engineer, Quantity Surveyor, Quality Control / Material Engineer, Chief Surveyor, etc.

Documentation regarding the Bidder’s experience on previous similar contracts must accompany with each Bid.

Bidder shall also submit proof of their financial capability to undertake the Contract.

In the event that the successful Bidder is a joint venture formed of two or more companies, the Employer requires that the parties to the joint venture accept joint and several liabilities for all obligations under the Contract.

Bidders shall furnish documentary evidence of qualification on the Form “Evidence of Bidder’s Capability” (Appendix B to these Instructions).

(b) The Bidder should have an Average Annual Turnover and Cash Flow in the last three years equal to or more than minimum threshold mentioned in IB.26. Audit Reports / Financial Statement for the last three (03) years must be provided with the documents. Line of Credit should be project specific and valid for minimum one year from the date of bid opening.

13.5 Joint Venture

In order for a Joint Venture to qualify:

(a) At least one of the partners of joint venture shall satisfy the relevant experience criteria specified in Sub-Clause 13.4(a) hereinabove.

(b) All firms comprising the joint venture shall be legally constituted and shall meet the eligibility requirement of Sub-Clause 2.1 hereof.

(c) All partners of the joint venture shall at all times and under all circumstances be liable jointly and severally to Employer for the execution of the entire Contract in accordance with the Contract terms and conditions and a statement to this effect shall be included in the authorization mentioned under para (f) below as well as in the Form of Bid and Form of Contract Agreement (in case of a successful Bidder).

(d) The Form of Bid, and in the case of successful Bidder, the Form of Contract Agreement, shall be signed so as to be legally binding on all partners.

(e) One of the joint venture partners shall be nominated as being in-charge and this authorization shall be evidenced by submitting a power of attorney signed by legally authorized signatories of all the joint venture partners.

(f) The partner-in-charge shall be authorized to incur liabilities, receive payments and receive instructions for and on behalf of any or all partners of the joint venture.

(g) A copy of the agreement entered into by the joint venture partners shall be submitted with the Bid stating the conditions under which it will function, its period of duration, the persons authorized to represent and obligate it and

15

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

which persons will be directly responsible for due performance of the Contract and can give valid receipts on behalf of the joint venture, the proportionate participation of the several firms forming the joint venture, and any other information necessary to permit a full appraisal of its functioning. No amendments / modifications whatsoever in the joint venture agreement shall be agreed to between the joint venture partners without prior written consent of the Employer (Refer Schedule -H).

13.6 The Bidder shall propose, in order of his priority; plant, equipment or goods of not more than three (3) Manufacturers. Employer at his own jurisdiction will evaluate the plant, equipment or goods of only one of such Manufacturers.

IB.14 Documents Establishing Plant’s Eligibility and Conformity to Bidding Documents

14.1 Pursuant to Clause IB.9, the Bidder shall furnish, as part of its Bid, documents establishing the eligibility and conformity to the Bidding Documents of all Plant and Services which Bidder proposes to perform under the Contract.

14.2 The documentary evidence of the Plant and Services eligibility shall establish to the Employer’s satisfaction that they will have their origin in an eligible source country as defined under Clause IB.3. A certificate of origin issued at the time of shipment will satisfy the requirements of the said Clause.

14.3 The documentary evidence of the Plant and Services’ conformity to the Bidding Documents may be in the form of literature, drawings and data and shall furnish:

(a) A detailed description of the Plant, essential technical and performance characteristics.

(b) Complete set of technical information, description data, literature and drawings as required in accordance with Schedule A to Bid, Specific Works Data. Drawings and data submitted must be in sufficient detail and clarity to permit the Employer to verify compliance with the provisions of the Bidding Documents. This will include but not be limited to the following:

(i) A sufficient number of drawings, diagrams, photographs, catalogues, illustrations and such other information as are necessary to illustrate clearly the significant characteristics such as general construction dimensions and other relevant information about the Plant to be furnished.

(ii) The approximate weight and dimension of the main components, a brief description of the principal materials and fabrication processes to be used and recommended methods of assembly.

(iii) Any other information which is required for evaluation purposes.

(c) A clause-by-clause commentary on Technical Provisions, provided with the Bidding Documents, demonstrating the Plant’s and Service’s substantial responsiveness to those Specifications or a statement of deviations and exceptions to the provisions of the Technical Provisions as required in Schedule F to Bid.

14.4 For purpose of the commentary to be furnished pursuant to Sub-Clause 14.3(c) above, the Bidder shall note that standards for workmanship, material and equipment, and

16

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

references to brand names or catalogue numbers, designated by the Employer in the Technical Provisions are intended to be descriptive only and not restrictive. The Bidder may substitute alternative standards, brand names and/or catalogue numbers in its Bid, provided that it demonstrates to the Employer satisfaction that the substitutions are substantially equivalent or superior to those designated in the Technical Provisions. Copies of the standards proposed by the Bidder other than those specified in the Bidding Documents shall be furnished.

IB.15 Bid Security

15.1 Each Bidder shall furnish, as part of his Bid, a Bid Security of an amount not less than Rs. 500 Million in Pak Rupees or an equivalent amount in any freely convertible currency. In case of joint venture, bid security shall be submitted with name of proposed JV accordingly.

15.2 The Bid Security shall be, at the option of the Bidder, in the form of a Bank Guarantee issued by a Scheduled Bank in Pakistan or from a foreign bank duly counter-guaranteed by a Scheduled Bank in Pakistan valid for a period twenty eight (28) days beyond the bid validity date.

15.3 The Bid Security is required to protect the Employer against the risk of Bidder’s conduct which would warrant the security’s forfeiture, pursuant to Sub-Clause 15.7 hereof.

15.4 Any Bid not accompanied by an acceptable Bid Security shall be considered by the Employer as non-responsive, pursuant to Clause IB.24.

15.5 The Bid securities of unsuccessful Bidders will be returned upon award of contract to the successful Bidder or on the expiry of validity of Bid Security whichever is earlier.

15.6 The Bid Security of the successful Bidder will be returned when the Bidder has furnished the required Performance Security, pursuant to Clause IB.34 and signed the Contract Agreement, pursuant to Clause IB.35.

15.7 The Bid Security may be forfeited:

(a) if a Bidder withdraws his Bid during the period of Bid validity;

(b) if a Bidder does not accept the correction of his Bid Price, pursuant to Sub-Clause 24.2 hereof; or

(c) in the case of a successful Bidder, if he fails to:

(i) furnish the required Performance Security in accordance with Clause IB.34, or

(ii) sign the Contract Agreement, in accordance with Clause IB.35.

IB.16 Validity of Bids

16.1 Bids shall remain valid for 180 days after the date of Bid opening as prescribed in Clause IB.19.

16.2 In exceptional circumstances prior to expiry of original Bid validity period, the Employer may request the Bidders to extend the period of validity for a specified additional period which shall in no case be more than the original Bid validity period. The request and the responses thereto shall be made in writing. A Bidder may refuse

17

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

the request without forfeiture of his Bid Security. A Bidder agreeing to the request will be required to extend the validity of his Bid Security for the period of the extension, and in compliance with Clause IB.15 in all respects.

IB.17 Format and Signing of Bid

17.1 Bidders are particularly directed that the amount entered on the Form of Bid shall be for performing the Contract strictly in accordance with the Bidding Documents.

17.2 All Schedules to Bid (A to M) are to be properly completed and signed.

17.3 No alteration is to be made in the Form of Bid nor in the Schedules thereto except in filling up the blanks as directed. If any alteration be made or if these instructions be not fully complied with, the Bid may be rejected.

17.4 Each Bidder shall prepare one (01) Original and two (02) Copies, of the documents comprising the bid as described in Clause IB.9 and clearly mark them “ORIGINAL” and ‘COPY” as appropriate. In the event of discrepancy between them, the original shall prevail. In addition, soft copy of the bidding document complete in all respect is also to be provided in CDs.

(i) 17.5 The original and all copies of the Bid shall be typed or written in indelible ink and shall be signed and stamped by a person or persons duly authorized to sign (in the case of copies, Photostats are also acceptable). This shall be indicated by submitting a written Power of Attorney authorizing the signatory of the Bidder to act for and on behalf of the Bidder. All pages of the Bid and Schedules to Bid shall be initialed and stamped by the person or persons signing the Bid. Each page of documents must be signed and stamped by legally authorized representative of the firm / JV. For the said purpose, Power of Attorney shall be on judicial stamp paper with original signatures (scanned and electronic signatures would not be acceptable). • Complete signatures, initials and other personal details of the attorney should be

provided on Power of Attorney. • Principal (issuing authority of power of attorney) shall provide the legal documents

establishing his authority to sign power of attorney on behalf of company / JV. • Documents not duly signed and stamped shall not be considered for evaluation

purpose. • Power of Attorney shall be authenticated from the foreign offices of applicants in

the country of origin duly counter attested by Embassy of Pakistan

17.6 The Bid shall contain no alterations, omissions or additions, except to comply with instructions issued by the Employer, or as are necessary to correct errors made by the Bidder, in which case such corrections shall be initialed by the person or persons signing the Bid.

17.7 Bidders shall indicate in the space provided in the Form of Bid their full and proper addresses at which notices may be legally served on them and to which all correspondence in connection with their Bids and the Contract is to be sent.

17.8 Bidders should retain a copy of the Bidding Documents as their file copy.

18

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

(D) SUBMISSION OF BIDS

IB.18 Sealing and Marking of Bids

18.1 Each Bidder shall submit his Bid as under:

(a) ORIGINAL and two COPIES of the original Technical Bid and Price Bid shall be separately sealed and put in separate envelopes and marked as such.

(b) The envelopes containing the ORIGINAL and COPY of both Technical Bids and Price Bids will be put in one sealed envelope and addressed/identified as given in Sub-Clause 18.2 hereof.

(c) In case the bidder want to submit a completely new alternative as per ITB 41 with his own design approach and own field collected data, he may submit a separate sealed envelope containing Technical and Financial Proposals (three copies) for consideration of the Employer.

18.2 The inner and outer envelopes shall;

(a) be addressed to the Employer at the address given in Sub-Clause 6.1 heretofore.

(b) bear the Project name, Contract No. and Date of opening of Bid.

(c) provide a warning not to open before the time and date for Bid opening.

18.3 The Bid shall be delivered in person by authorized representative at the address to Employer as mentioned in relevant clause of this document.

18.4 In addition to the identification required in Sub-Clause 18.2 hereof, the inner envelope shall indicate the name and address of the Bidder to enable the Bid to be returned unopened in case it is declared “late” pursuant to Clause IB.20.

18.5 If the outer envelope is not sealed and marked as above, the Employer will assume no responsibility for the misplacement or premature opening of the Bid.

IB.19 Deadline for Submission of Bids

19.1 (a) Bid will be submitted by a person duly authorized to submit it, having a written power of attorney. Bids must be received by the Employer at the following address on 6th July 2015 upto 1130 hours:

Employer’s Address: NHA Auditorium, Head Quarter, 28-Mauve Area G-9/1, Islamabad, Pakistan.

(b) Upon request, acknowledgment of receipt of Bids will be provided to those making delivery in person.

19.2 Bids submitted through telegraph, telex, fax or e-mail shall not be considered.

19.3 The Employer may, at his discretion, extend the deadline for submission of Bids by issuing an addendum in accordance with Clause IB.7, in which case all rights and obligations of the Employer and the Bidders previously subject to the original deadline will thereafter be subject to the deadline as extended.

IB.20 Late Bids

19

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

20.1 (a) Any Bid received by the Employer after the dead line for submission of Bids prescribed in Clause IB.19 will be returned unopened to such Bidder.

(b) Delays of person in transit, or delivery of a Bid to the wrong office shall not be accepted as an excuse for failure to deliver a Bid at the proper place and time. It shall be the Bidder’s responsibility to determine the manner in which timely delivery of his Bid will be accomplished in person.

IB.21 Modification, Substitution and Withdrawal of Bids

21.1 Any Bidder may modify, substitute or withdraw his Bid after Bid submission provided that modification, substitution or written notice of the withdrawal is received by the Employer prior to the deadline for submission of Bids.

21.2 The modification, substitution or withdrawal of any Bid shall be prepared, sealed, marked and delivered in accordance with the provisions of Clause IB.18 with the outer and inner envelopes additionally marked “MODIFICATION”, “SUBSTITUTION” or “WITHDRAWAL”, as appropriate.

21.3 Withdrawal of a Bid during the interval between the deadline for submission of Bids and the expiration of the period of Bid validity specified in the Form of Bid may result in forfeiture of the Bid Security pursuant to Clause IB.15.

(E) BID OPENING AND EVALUATION

IB.22 Bid Opening

22.1 A committee consisting of nominated members by the Employer will open the Bids, including withdrawals, substitution and modifications made pursuant to Clause IB.21, in the presence of Bidders’ representatives who choose to attend, at the time, date and location stipulated in the relevant clause of this document. Technical Bids will be opened first. At the end of the evaluation of the Technical Bids, the Employer will invite Bidders who have submitted substantially responsive Technical Bids and who have been determined as being qualified to attend opening of the Price Bids.

The Bidders’ representatives who are present shall sign in a register evidencing their attendance.

22.2 Envelopes marked “MODIFICATION”, “SUBSTITUTION” or “WITHDRAWAL” shall be opened and read out first and the name of the Bidder shall be read out. Bids for which an acceptable notice of withdrawal has been submitted pursuant to Clause IB.21 shall not be opened.

22.3 The Bidder’s name, Bid Prices, unit rates, any discount offered, Bid modifications, substitutions and withdrawals, the presence or absence of Bid Security, and such other details as the Employer at its discretion may consider appropriate, will be announced by the Employer at the Bid opening. The Employer will record minutes of Bid opening.

Any Bid Price or discount which is not read out and recorded at Bid opening will not be taken into account in the evaluation of Bid. Any discount offered by the Bidder on its quoted prices, shall only be considered if such discount is either shown on the duly filled-in, signed and stamped Form of Bid/Letter of price bid or on the Summary Page of the quoted amount for Lumpsum contract/bill of quantities as applicable. In case of any discrepancy or difference in the rate or amount of discount mentioned in the Form

20

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

of Bid/Letter of price bid (as duly filled-in and signed), and on the Summary Page of the Priced Non-binding BOQ, the discount shown on the Priced Non-Binding BOQ shall prevail. Discount, if offered, through a separate letter of discount submitted with the Bid, will not be entertained and shall be considered null & void.”

22.4 Discounts offered for lesser period than the Bid validity shall not be considered in evaluation.

22.5 The alternative offer, if submitted by bidder as per IB 18.1(c), this will be opened only in case of lowest evaluated bidder in the light of provisions in IB 41.

IB.23 Clarification of Bids

23.1 To assist in the examination, evaluation and comparison of Bids, the Employer may, at its discretion, ask the Bidder for a clarification of its Bid. The request for clarification and the response shall be in writing and no change in the price or substance of the Bid shall be sought, offered or permitted.

IB.24 Preliminary Examination & Determination of Responsiveness of Bids

24.1 Prior to detailed evaluation pursuant to Clause IB.26, the Employer will determine the responsiveness of the Bids as follows:

(a) If all data as per Checklist attached to Invitation to Bidders have been provided? If not, what is left out and why?

(b) the Employer will examine the Bids to determine whether;

(i) the Bid is complete and does not deviate from the scope, (ii) any computational errors have been made, (iii) required sureties have been furnished, (iv) the documents have been properly signed, (v) the Bid is valid till required period, (vi) the Bid prices are firm during currency of contract if it is a fixed price

bid, (vii) completion period offered is within specified limits, (viii) the Bidder is eligible to Bid and possesses the requisite experience, (ix) the Bid does not deviate from basic technical requirements; and (x) the Bids are generally in order and dully filled in K, L & M

components as per IB-9. (xi) The checklist needs to be complied with and checked to ensure full

submission of documents.

(b) A bid is likely not to be considered, if;

(i) it is unsigned, (ii) its validity is less than specified, (iii) it is submitted for incomplete scope of work, (iv) it indicates completion period later than specified, (v) it indicates that Works and materials to be supplied do not meet

eligibility requirements, (vi) it indicates that Bid prices do not include the amount of income tax,

and (vii) Alteration in Form of Bid as per IB.17.3.

21

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

(c) A bid will not be considered, if;

(i) it is not accompanied with bid security, (ii) it is submitted by a Bidder who has participated in more than one Bid, (iii) it is received after the deadline for submission of Bids, (iv) it is submitted through fax, telex, telegram or email, (v) it indicates that prices quoted are not firm during currency of the

contract whereas the Bidders are required to quote fixed price(s), (vi) the Bidder refuses to accept arithmetic correction, (vii) it is materially and substantially different from the Conditions/

Specifications of the Bidding Documents depending on the material deviations made.

It is after review and determination of the responsiveness as per above that further action on technical evaluation will be taken.

24.2 Arithmetical errors will be rectified on the following basis:

If there is a discrepancy between the unit price and total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If there is a discrepancy between the words and figures the amount in words shall prevail. If there is a discrepancy between the total Bid price entered in Form of Price Bid and the total shown in Schedule of Prices Summary, the amount stated in the Form of Price Bid will be corrected by the Employer in accordance with the Corrected Schedule of Prices.

If the Bidder does not accept the corrected amount of Bid, his Bid will be rejected and his Bid Security forfeited.

24.3 Prior to the detailed evaluation, pursuant to Clause IB.26 the Employer will determine the substantial responsiveness of each Bid to the Bidding Documents. For purpose of these Clauses, a substantially responsive Bid is one which conforms to all the terms and conditions of the Bidding Documents without material deviations.

A material deviation or reservation is one:

(i) which affect in any substantial way the scope, quality or performance of the Works;

(ii) which limits in any substantial way, inconsistent with the Bidding Documents, the Employer’s rights or the Bidder’s obligations under the Contract; or

(iii) whose rectification/adoption would affect unfairly the competitive position of other Bidders presenting substantially responsive Bids.

The Employer’s determination of a Bid responsiveness will be based on the contents of the Bid itself without recourse to irrelevant evidence.

24.4 A Bid determined as substantially non-responsive will be rejected and will not subsequently be made responsive by the Bidder by correction of the non-conformity.

24.5 Any minor informality or non-conformity or irregularity in a Bid which does not constitute a material deviation may be waived by Employer, as long as the waiver does not prejudice or affect the relative ranking of any Bidder.

22

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

IB.25 Conversion to Single Currency

25.1 To facilitate evaluation and comparison, the Employer will convert all Bid Prices, expressed in the amounts in various currencies in which bid Price is quoted, to Pak Rupees at the telegraphic Transfer and Over Draft (TT&OD) composite selling exchange rate published/authorized by the State Bank of Pakistan and applicable to similar transaction, on the date of bid opening.

IB.26 Detailed Evaluation of Bids

26.1 Only the Bids previously determined to be substantially responsive pursuant to Clause IB.24 will be evaluated and compared in detail by the Employer as per the requirements given hereunder:

26.2 Evaluation and Comparison of Bids

(a) Bids will be evaluated for each item and / or for complete scope of work. (b) Basis of Price Comparison The prices will be compared on the basis of the Evaluated Bid Price pursuant

to Para (e) herein below. (c) Technical Evaluation

(i) It will be examined in detail whether the bid comply with the Technical Provisions of the Bidding Documents. For this purpose, design offered by the Bidder will be reviewed for which the Bidder’s data submitted with the Bid under Schedule A to Bid (Specific Works Data) will be compared with the technical features/criteria prescribed by the Employer in these documents. Other technical information submitted with the Bid regarding the Scope of Work will also be reviewed including importation, if any, required.

(ii) The Criteria for technical bid evaluation is summarily described as

follows: Sr.# Description Marks

Allocated (i) Preliminary design forming basis of the bid 20 (ii) Work plan and cash flow aspects with details of

machinery available and/or intended to be purchased to see adequacy of the arrangements made.

15

(iii) Work methodology and construction plan to ensure completion of works within stipulated time. If the bidder has planned to start work on all four sections simultaneously? How it is validated in its technical proposal.

25

(iv) Quality control and assurance mechanism proposed by the bidder

15

(v) Key proposed personnel and design team setup 15 (vi) Presentation on above aspects to clarify and

answer questions raised by evaluators / NHA team

10

23

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Total 100 The Bidder having achieved 70% marks or more shall be considered "Pass" and only such case shall be processed / considered for next stage i.e. financial bids opening. The presentation on above shall be arranged to clarify any matter or aspect in construction and design services to be provided as per bid under examination and is intended to seek clarification / answers to the questions raised by evaluators / client team to re-verify / confirm the provision made.

(iii) The criteria for prequalification has already been submitted by prequalified bidders but the notarization was carried out through private resources and now it is intended to have proper notarization / translation carried out by the concerned foreign office and countersigned by Pakistan Embassy there and submit it in original.

(d) Commercial Evaluation

It will be examined in detail whether the Bids comply with the commercial/ contractual conditions of the Bidding Documents. It is expected that no major deviation/stipulation shall be taken by the Bidders.

(e) Evaluated Bid Price

In evaluating the Bids, the Employer will determine for each Bid in addition to the Bid Price, the following factors (adjustments) in the manner and to the extent indicated below to determine the Evaluated Bid Price:

(i) making any correction for errors pursuant to Sub-Clause 24.2 hereof.

(ii) excluding Provisional Sums, if any, but including priced Day work.

(iii) making an appropriate adjustment for any other acceptable variation or deviation.

26.3 Evaluation Methods

Pursuant to Sub-Clause 26.2, Para (e)(iii) following evaluation methods for price adjustments will be followed in the financial evaluation of EPC Bid Price:

(a) Price Adjustment for Completeness in Scope of Work

(b) Price Adjustment for Technical Compliance

(c) Price Adjustment for Commercial Compliance

(d) Price Adjustment for Deviations in Terms of Payment

(e) Price Adjustment for Completion Schedule

(i) Price Adjustment for Completeness in Scope of Work

In case of omission in the scope of work of a quoted item, no price adjustment for the omitted item(s) shall be applied provided that the Bidder has mentioned in his Bid that the same is covered in any other item.

The price adjustment shall not justify any additional payment by the Employer. The price(s) of omitted item(s) shall be deemed covered by other prices of the Schedule of Prices.

24

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

(ii) Price Adjustment for Technical Compliance

The cost of making good any deficiency resulting from technical non compliance will be added to the Corrected Total Bid Price for comparison purposes only. The adjustments will be applied taking the average price quoted by other Bidders being evaluated in detail in their original Bids for corresponding item. In case of non availability of price from other Bidders, the price will be estimated by the Employer.

(iii) Price Adjustment for Commercial Compliance

The cost of making good any deficiency resulting from any quantifiable acceptable variations and deviations from the Bid Schedules and Conditions of Contract, as determined by the Employer will be added to the Corrected Total Bid Price for comparison purpose only. Adjustment for commercial compliance will be based on Corrected Total Bid Prices.

(iv) Price Adjustment for Deviation in Terms of Payment

If a Bid deviates from the terms of payment/payment conditions as specified in the Conditions of Contract and if such deviation is considered acceptable to the Employer, mark-up earned for any earlier payments involved in the terms outlined in the Bid as compared to those stipulated in the Conditions of Contract shall be calculated at the mark-up rate of LIBOR+1% for foreign currency component and KIBOR+3% for local currency component per annum and shall be added to the Corrected Total Bid Price for comparison purposes only.

(v) Price Adjustment for Completion Schedule

Bids indicating completion in advance of the dates stated in Instruction to Bidders, no credit will be given in this evaluation.

Bids indicating completion period later than the period set out in Instruction to Bidders shall be adjusted in the evaluation by adding a factor of 0.05% of the Corrected Total Bid Price for each calendar day of completion later than specified period of the completion.

Bids indicating completion beyond 180 days later than the dates set out in Instruction to Bidders shall not be considered and rejected as non-responsive.

26.4 If the Bid of the successful Bidder is seriously unbalanced in relation to the

Employer’s estimate of the cost of work to be performed under the Contract, the Employer may require the Bidder to produce detailed price analyses for any or all items of the Schedule of Prices to demonstrate the internal consistency of those prices with the construction methods and schedule proposed. After evaluation of the price analyses, the Employer may require that the amount of the Performance Security set forth in Clause IB.34 be increased at the expense of the successful Bidder to a level sufficient to protect the Employer against financial loss in the event of default of the successful Bidder under the Contract.

25

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

IB.27. Domestic Preference

27.1 In the comparison of evaluated Bids, the Goods manufactured in Pakistan, will be granted a margin of preference in accordance with the following procedures, provided the Bidder shall have established to the satisfaction of Employer that the manufacturing cost of such Goods includes a domestic value addition equal to at least 20% of the ex-factory Bid price of such Goods. Bidders applying for domestic preference shall fill in Appendix C to these Instructions to substantiate their claim.

27.2 The Employer will first review the Bids to determine, the Bid group classification in accordance with Sub-Clause 10.2 hereof.

27.3 The comparison shall be ex-factory price of the Goods to be offered from within Pakistan (such prices to include all costs as well as custom duties and taxes paid or payable on raw materials and components incorporated or to be incorporated in the Goods) and the DDP (CIF + Customs duty, sales tax and other import charges) Pakistan seaport price of the Goods to be offered from outside Pakistan.

27.4 The lowest evaluated Bid of each Group shall first be determined by comparing all evaluated Bids in each Group among themselves taking into account:

(a) In the case of Goods manufactured in Pakistan, sales tax, local body charges and other similar taxes which will be payable on the furnished Goods in Pakistan.

(b) In the case of Goods of foreign origin offered from abroad, customs duties, sales tax and other import charges which will be payable on furnished Goods in Pakistan.

(c) In the case of Goods of foreign origin already located in Pakistan, customs duty, sales tax and import charges on CIF price as applicable for Sub-Clause 27.4(b) here above.

27.5 The price preference to Group A bids will be:

(i) 15% of the ex-factory bid price, if the value addition through indigenous manufacturing is at least 20%;

(ii) 20% of the ex-factory bid price, if the value addition through indigenous manufacturing is over 20% and up to 30%; and

(iii) 25% of the ex-factory bid price, if the value addition through indigenous manufacturing is over 30%.

27.6 The applicable price preference i.e., as per Sub-Clause 27.5 here above will be applied to Group A Bid by reducing the ex-factory bid price.

27.7 The computation for the purpose of domestic preference under Sub-Clause IB 10.2 and Clause IB 27 and award of contract shall subject to change, if any, as per policy of the Federal Government as applicable on the date of bid opening.

IB.28 Process to be Confidential

28. 1 Subject to Clause 23 heretofore, no Bidder shall contact Employer on any matter relating to its Bid from the time of the Bid opening to the time the Bid evaluation

26

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

result is announced by the Employer. The evaluation result shall be announced at least ten (10) days prior to award of Contract.

28.2 Any effort by a Bidder to influence Employer in the Bid evaluation, Bid comparison or Contract Award decisions may result in the rejection of his Bid. Whereas any Bidder feeling aggrieved may lodge a written complaint not later than fifteen (15) days after the announcement of the Bid evaluation result, however, mere fact of lodging a complaint shall not warrant suspension of the procurement process.

(F) AWARD OF CONTRACT

IB.29. Post-Qualification

29.1 The Employer, at any stage of the bid evaluation, having credible reasons for or prima facie evidence of any defect in supplier’s or contractor’s capacities, may require the suppliers or contractors to provide information concerning their professional, technical, financial, legal or managerial competence whether already pre-qualified or not:

Provided that such qualification shall only be laid down after recording reasons and has to be in writing. They shall form part of the records of that bid evaluation report.

29.2 The determination will take into account the Bidder’s financial, technical and production capabilities. It will be based upon an examination of the documentary evidence of the Bidder’s qualification submitted under Appendix B to Instructions to Bidders "Evidence of Bidder’s Capability" by the Bidder pursuant to Clause IB.13, as well as such other information as required under the Bidding Documents.

29.3 An affirmative determination will be a pre-requisite for award of the Contract to the lowest evaluated Bidder. A negative determination will result in rejection of that Bidder’s Bid in which event, Employer will proceed to undertake a similar determination of the next lowest evaluated Bidder’s capabilities to perform the Contract satisfactorily.

IB.30 Award Criteria

30.1 Subject to Clause IB.32, the Employer will award the Contract to the Bidder whose Bid has been determined to be substantially responsive to the Bidding Documents and who has offered the lowest evaluated Bid Price, provided that such Bidder has been determined to be qualified to satisfactorily perform the Contract in accordance with the provisions of Clause IB.29.

IB.31 Employer’s Right to Vary Quantities

31.1 Employer reserves the right at the time of award of Contract to increase or decrease in the quantity of Work contained in the Schedule of Prices without any change in the unit price or other terms and conditions.

IB.32 Employer’s Right to Accept any Bid and to Reject any or all Bids

32.1 Notwithstanding Clause IB.30, the Employer reserves the right to accept or reject any Bid, and to annul the bidding process and reject all Bids, at any time prior to award of Contract, without thereby incurring any liability to the affected Bidders or any obligation to inform the affected Bidders of the grounds for the Employer’s action

27

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

except that the grounds for its rejection shall upon request be communicated, to any Bidder who submitted a Bid, without justification of grounds. Rejection of all Bids shall be notified to all Bidders promptly.

32.2 No negotiation with the Bidder having been evaluated as lowest responsive or any other Bidder shall be permitted. However, the Employer may have clarification meeting(s) to get clarified any item(s) in the Bid evaluation report. Prior to finalization of evaluation of Bids, the lowest evaluated responsive Bidder may be asked for a presentation regarding his proposal. These meetings must be attended by the Bidder and its engineers / consultants. The main purpose of the meeting will be to allow the Employer to seek clarification on any technical and financial package of the bid.

IB.33 Notification of Award

33.1 Prior to expiration of the period of Bid validity prescribed by the Employer, the Employer will notify the successful Bidder in writing (“Letter of Acceptance”) that his Bid has been accepted. This letter shall name the sum which the Employer will pay the Contractor in consideration of the design, execution and completion of the Works/facility by the Contractor as prescribed by the Contract (hereinafter and in the Conditions of Contract called the “Contract Price”).

33.2 The Letter of Acceptance and its acceptance by the Bidder will constitute the formation of the Contract, binding the Employer and the Bidder till signing of the formal Contract Agreement.

33.3 Upon furnishing by the successful Bidder of a Performance Security, the Employer will promptly notify the other Bidders that their Bids have been unsuccessful and return their Bid securities.

IB.34 Performance Security

34.1 The successful Bidder shall furnish to the Employer a Performance Security in the form and the amount stipulated in the Conditions of Contract within a period of twenty eight (28) days after the receipt of Letter of Acceptance.

34.2 Failure of the successful Bidder to comply with the requirements of Sub-Clauses IB.34.1, IB.35 or Clause IB.44 shall constitute sufficient grounds for the annulment of the award and forfeiture of the Bid Security.

IB.35 Signing of Contract Agreement

35.1 Within fourteen (14) days from the date of furnishing of acceptable Performance Security under the Conditions of Contract, the Employer will send to the successful Bidder the Form of Contract Agreement provided in the Bidding Documents, duly filled in and incorporating all agreements between the parties for signing and return it to the Employer.

35.2 The formal Agreement between the Employer and the successful Bidder shall be executed within fourteen (14) days of the receipt of Form of Contract Agreement (Performance Security) by the successful Bidder from the Employer.

28

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

(G) ADDITIONAL INSTRUCTIONS

IB.36 Instructions not Part of Contract

36.1 Bids shall be prepared and submitted in accordance with the above Instructions to Bidders including Additional Instructions which are provided to assist Bidders in preparing their Bids, and do not constitute part of the Bid or the Contract Documents.

IB.37 Contract Documents

37.1 The Documents which will be included in the Contract are listed in the Form of Contract Agreement set out in these Bidding Documents.

IB.38 Sufficiency of Bid

38.1 Each Bidder shall satisfy himself before bidding as to the correctness and sufficiency of his Bid and of the rates and prices/milestone payments entered in the Schedule of Prices. Except insofar as it is otherwise expressly provided in the Contract, the rates and prices entered in the Schedule of Price shall cover all his obligations under the Contract and all matters and things necessary for the proper completion of the Works/facility including all indirect costs resulting from Supplementary Speciation special and provisions included in the bid document.

IB.39 One Bid per Bidder

39.1 Each Bidder shall submit only one Bid either by himself, or as a partner in a joint venture. A Bidder who submits or participates in more than one Bid will be disqualified and Bids submitted by him shall not be considered for evaluation and award.

IB.40 Bidder to inform himself

40.1 The Bidder is advised to obtain for himself at his own cost and responsibility all information that may be necessary for preparing the Bid and entering into a Contract for execution of the Works/facility. This shall include but not be limited to the following:

(a) inquiries on Pakistani Income Tax to the Commissioner of the Income Tax and Sales Tax

(b) inquiries on customs duties and other import taxes, to the concerned authorities of Customs and Excise Department.

(c) information regarding port clearance facilities, loading and unloading facilities, storage facilities, transportation facilities and congestion at Pakistan seaports.

(d) investigations regarding transport conditions and the probable conditions which will exist at the time the Plant will be actually transported.

(e) EPA regulation.

29

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

IB.41 Alternate Proposals by Bidder (in case of completely new design proposed by bidder)

41.1 Should any Bidder consider that he can offer any advantage to the Employer by a modification to the designs, specifications or other conditions, he may, in addition to his Bid to be submitted in strict compliance with the Bidding Documents, submit any Alternate Proposal(s) containing (a) relevant design calculations; (b) technical specifications; (c) proposed construction methodology; and (d) any other relevant details / conditions, provided always that the total sum entered on the Form of Bid shall be that which represents complete compliance with the Bidding Documents.

41.2 Alternate Proposal(s), if any, of the lowest evaluated responsive Bidder only may be considered by the Employer as the basis for the award of Contract to such Bidder.

IB.42 Site Visit and Local Conditions

42.1 Bidder must verify and supplement by his own investigations the information about site and local conditions. However, Employer will assist the Bidder wherever practicable and possible.

42.2 All Bidders are required to visit the site at their own expense to review the areas required for the execution and completion of the Work and other related information, if any. Bidders may also wish to study local conditions, available facilities, communications, craft wages, roads and other transport facilities. Bidders shall also acquaint themselves with the relevant laws, rules, and regulations of Pakistan.

42.3 The Bidders and any of their personnel or agents will be granted permission by the Employer to enter upon his premises and lands for the purpose of such inspection, but only upon the express condition that the Bidders, their personnel and agents, will release and indemnify the Employer, his personnel and agents from and against all liability in respect thereof and will be responsible for death or personal injury, loss of or damage to property and any other loss, damage, costs and expenses incurred as a result of such inspection.

IB.43 Pre-Bid Meeting

43.1 Pre-bid meeting will be held on 18th June 2015 at 1100 hours at NHA Auditorium located at 28-Mouve Area, G-9/1, Islamabad.

All Bidders invited or their authorized representatives may attend such a Pre-Bid meeting. Employer will examine the request for clarification of the Bidding Documents which it receives not later than two days before the Pre-Bid Meeting and if needed will issue the clarification/amendment of the Bidding Documents to all the prequalified bidders and will upload the same on NHA website www.nha.gov.pk before the date of submission of bids. It is expected that bidders will thoroughly study the bidding documents and come up with all their points / non-clarities etc. maximum upto pre-bid meeting stage.

IB.44 Integrity Pact

44.1 The Bidder shall sign and stamp the Integrity Pact provided in Schedule-J to Bid in

30

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

the Bidding Documents for all Federal Government procurement contracts exceeding Rupees ten million. Failure to provide such Integrity Pact shall make the Bid non-responsive.

IB.45 General Performance of the Bidders

45.1 The Employer reserves the right to obtain information regarding performance of the Bidders on their previously awarded contracts/works (Schedule-I to bid). The Employer may in case of consistent poor performance of any Bidder as reported by the employers of the previously awarded contracts, interalia, reject his bid and/or refer the case to the Pakistan Engineering Council. Upon such reference, PEC in accordance with its rules, procedures and relevant laws of the land take such action as may be deemed appropriate under the circumstances of the case including black listing of such Bidder and debarring him from participation in future bidding for similar works.

It may further be noted that any fraudulent / false information provided in documents by bidders may result in appropriate action including cancellation of contract at any stage during and after award of the work.

IB.46 Bidding Procedure

46.1 Procedure of opening Competitive Bidding for the Scope of Bid as defined in clause IB.1 shall be based on Single Stage Two Envelope Bidding Procedure as per Rule 36 (c) of Public Procurement Rules 2004 issued by Public Procurement Regulatory Authority (PPRA), Government of Pakistan.

(H) APPENDICES

The Appendices to ITB are as given below:

• Appendix-A: Name of Eligible Countries

• Appendix-B: Evidence of Bidder’s Capabilities

• Appendix-C: Domestic Goods (value added in Pakistan)

Appendices are given here below:

31

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Appendix A to Instructions to Bidders

NAME OF ELIGIBLE COUNTRIES

All countries of the World with whom Islamic Republic of Pakistan has commercial relations.

32

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Appendix B to

Instructions to Bidders

EVIDENCE OF BIDDER’S CAPABILITY

Note: Bidders to provide the following information with the Bid separately and indicate herein its references where this information is available.

Sr.No. Information to be Supplied Bid References

1. Name of Bidder, business address and country of incorporation.

2. Type of firm whether individually owned, partnership, corporation or joint venture and the names of its owners or partners.

3. Does the company has in-house design setup/teams or design assignments are to be carried out by sub consultants? If so, please name external setups with their profiles and websites. Who will be involved for vetting of the design from contractor side?

4. (a) The annual reports giving general description of the firm, sort of business carried out, balance sheets, profit and loss statements, turn over and business done by the firm, duly authenticated, for the last three (3) years. Audited Balance Sheets for the preceding three (3) years shall be provided. i. Total value of works in hand on bid

opening/preparation date. ii. Total value of works completed in

last three years.

5. (a) Bidder has completed at least one (1) Turnkey / BOT / Design Build Contract with a minimum value of Rs. 91,000 Million during the last seven years.

(b) Design capacity of bidder / JV partner, to undertake the project i.e. experience of designing of highways and bridges. Bio Data of proposed professional must be attached with Schedule-I to bid, such as Bridge Design Engineer, Highway Design Engineer, Quantity Surveyor, Quality Control / Material Engineer, Chief Surveyor, etc. or associated design consultant and which work they did for the bidder.

33

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

6. Details of projects under execution and future contractual commitments (for each partner, in case of joint venture).

7. (a) Banking reference, names of banks and address may be given to whom reference regarding financial capability of the Bidder may be made, with authority to make inquiries from the Bidder’s bankers and clients regarding any financial and technical aspects (for each partner, in case of a joint venture).

(b) Detail of Over Draft (OD) / line of credit by the bank for the business of the bidder including amount and its validity period.

8. Health, Safety, environment and emergency plan as well as Risk Management plan for the project.

9. Detailed/ Integrated work plan alongwith methodology to complete the assignment.

10. Information on any litigation or adjudication /arbitration resulting from contracts completed or under execution by the Bidder over the last ten (10) years. The information shall indicate the parties concerned, the matter of dispute, the disputed amounts and the result thereof (for each partner, in case of a joint venture).

11. Detailed description of the quality control testing and research facilities. If the equipment is manufactured under license, the name of the licensee and details of the licensing arrangements, such as the duration of the license, the facilities provided to the Bidder by the licensee and whether future improvements are available or not etc. A copy of the license agreement may be attached. Quality Control/ Quality assurance plan must also be submitted.

12. (a) Names, qualifications and experience of the key technical personnel along with Curriculum Vitals (CVs).

(b) (i) Number of total permanent Staff on roll of the company in various trades and specialties such as survey, inspection, testing, contract engineers, and quality control engineers etc. .

34

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

(ii) Number of total qualified engineers on roll of the company.

13. Training and Employment plan of local work force for which contractor is to atleast have a budget of Rs. 100 Million for incurring expenditures on arranging such trainings for Employer / Employer’s Representative including Assistant staff who are to supervise the construction activities and later maintain and operate the facility after construction. This is not reimbursable and contractor has to consider this amount included in his overheads.

35

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Appendix C to

Instructions to Bidders

Domestic Goods (Value added in Pakistan)

[Bidders claiming eligibility for domestic preference should fill in for supply items only, all columns hereunder and provide necessary documentation to substantiate their claim].

Sr. No.

Description of Indigenous Goods Unit Qty

Total Price of Goods Ex-Factory

(Pak Rs.)

Domestic value added in the

manufacturing cost as percentage of Ex-

Factory Price

Amount of value addition

(Pak Rs.)

1 2 3 4 5 6 7

Total in columns 5 & 7

Computations:

A. Total amount of Value Addition (from Col.7) Rs_______________

B. Total Ex-Factory Price of Indigenous Goods (from Col.5) Rs_______________

C. Total DDP Price of imported supply items Eqv.Rs___________

D. Total Price of supply items [B+C] Eqv.Rs___________

E. % of value addition = [(A/D)x100] _______%

F. Domestic Preference =(15,20 or 25)% of B Rs_______________

36

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

SECTION-II

LETTER OF TECHNICAL BID AND

SCHEDULES (‘A’ TO ‘J’) TO BID

37

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

LETTER OF TECHNICAL BID AND

SCHEDULES (‘A’ TO ‘J’) TO BID

Letter of Technical Bid

Schedules to Bid

– Schedule A to Bid: Specific Works Data

– Schedule B to Bid: Proposed Organization for the Project

– Schedule C to Bid: Method of Performing Works

– Schedule D to Bid: Proposed Programme of Works

– Schedule E to Bid: Works to be Performed by Subcontractors

– Schedule F-1 to Bid: Deviations from Technical Provisions

– Schedule F-2 to Bid: Deviations from Contractual Conditions

– Schedule G to Bid: Specific Operation/Plant and Equipment Detail

– Schedule H To Bid: JV Agreement

– Schedule I To Bid: Past Performance and Present Commitments

– Schedule J to Bid: Integrity Pact

38

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

LETTER OF TECHNICAL BID

Bid Reference No.: …………………………………………. Package No.: ………………………………………….

…………………………………………….. ….…….……………………………………

[Name of Works] To: ………………………… ………………………… …………………………

Gentlemen,

1. Having examined the Bidding Documents including Instructions to Bidders, Conditions of Contract, Specifications, Drawings, Schedules to Bid, Schedule of Prices and Addenda Nos. ……………………………….. for the execution of the above-named Works, we, the undersigned, being a company doing business under the name of and address ……………………………………….

……………………………………………………………………………………………………………………………………………………………………………. and being duly incorporated under the laws of ……………………………………… hereby offer to execute and complete such Works and remedy any defects therein in conformity with the said documents including Addenda thereto.

2. We understand that all the Schedules attached hereto form part of this Bid.

3. As security for due performance of the undertakings and obligations of this Bid, we submit herewith a Bid Security in the amount of …………………………… drawn in the favor of, or made payable to the Employer, ……… and valid for a period …..days beyond the period of validity of Bid.

4. We undertake, if our Bid is accepted, to commence the Works and to deliver and complete the whole of the Works comprised in the Contract within the time(s) stated in Special Stipulations.

5. We agree to abide by this Bid for the period of ………. days from the date fixed for receiving the same and it shall remain binding upon us and may be accepted at any time before the expiration of that period.

6. Unless and until a formal Agreement is prepared and executed, this Bid, together with your written acceptance thereof, shall constitute a binding contract between us.

7. We undertake, if our Bid is accepted to execute the Performance Security referred to in Clause 10 of Conditions of Contract for the due performance of the Contract.

8. We do hereby declare that the Bid is made without any collusion, comparison of figures or arrangement with any other person or persons making a Bid for the Works.

9. We do hereby declare that our firm, including any subcontractors or suppliers for any part of the Contract, have nationalities from eligible countries [insert the nationality of the Bidder, including that of all parties that comprise the Bidder if the Bidder is a

39

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

consortium or association, and the nationality of each Subcontractor and Supplier].

10. We, including any subcontractors or suppliers for any part of the Contract, do not have any conflict of interest.

11. We are not participating, as a Bidder or as a subcontractor, in more than one bid in this bidding process.

12. We confirm, if our Bid is accepted, that all partners of the joint venture shall be liable jointly and severally for the execution of the Contract and the composition or the constitution of the joint venture shall not be altered without the prior consent of the Employer. (Please delete in case of Bid from a single firm).

Dated this …………… day of ………………………. 201…

Signature ………... in the capacity of ……………………………. duly authorized to sign the Bid for and on behalf of ………………………………………. (Name of Bidder in Block Capitals)

(Seal of Bidder)

Bidder’s Address ……………………………………………………………………………………………………………………………………………………………………………………………………………………………………….………………

Witness:

Signature: …………………………………………………………………………………. Name: …………………………………………………………………………………

Address: ……………………………………………………………………………………………………………………………………………………………………………………………………………………………………….………………

Occupation ………………………………………………………………………………….

40

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

SCHEDULE – A TO BID

SPECIFIC WORKS DATA

The main technical data is prescribed in the relevant sections of the Employer’s Requirements / Technical Provisions. However, the Bidder may supplement the main technical data by providing hereunder other salient parameters including suitability for the works under consideration to enable the Employer to assess technical conformance of the proposed process and the means available with the contractor to do it.

Initials of Signatory to Bid:…………………………………………………

41

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

SCHEDULE – B TO BID

PROPOSED ORGANIZATION FOR THE PROJECT

a) CONTRACTOR’S PROPOSED SITE ORGANIZATION

1) Using additional sheets, the Bidder shall prepare and submit with his Bid, an Organization Chart, showing the relationship of various key personnel, proposed to be deployed by him on the construction site. The Organization Chart must also clearly show the relationship between the Project Management and the Head Office establishment.

2) The Bidder will provide a list of all key technical personnel (on the prescribed format

given in this schedule), proposed to be deployed by him at the project site as well as the Head Office for management and execution of this project. Similar information shall be provided for Sub-Contractors who will be carrying our major components of the project like piling, rock drilling, girder launching etc

3) The schedule showing periods for which each key personnel is proposed to be

deployed on the project should also be prepared & submitted with the Bid. b) EMPLOYER’S MINIMUM REQUIREMENT FOR CONTRACTOR’S STAFF The List of Proposed Key Personnel for each section be provided by the Bidder on the prescribed CV format given in this schedule must at least meet the minimum criteria specified in the table below:

Sr. No. Position Minimum

Qualification

Total Experience (Years)

Min. Relevant Experience

Min. Numbers Required

DESIGN TEAM 1 Team Leader B.Sc. (Civil) or

equivalent 20 10 years experience in

Highways / Motorway Design

01

2 Motorway Design Engineer

B.Sc. (Civil) or equivalent

15 10 years experience in Highways / Motorway Design

02

3 Bridge Design Engineer

B.Sc. (Civil) or equivalent

15 10 years experience in Bridge Design

02

4 Geotechnical Engineer

B.Sc. (Civil) or equivalent. Master in Geotechnical/Foundation Engineering is preferred.

15 07 years experience in geotechnical engineering

02

5 Sr. Surveyor BSc (Civil) or D.A.E (Civil/Surveying)

15 (B.Sc.) 20 (DAE)

10 years proven experience (15 years for DAE) in Motorway Projects

02

42

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

6 Intelligent Transportation System (ITS) Specialist

M.Sc. (ITS) or equivalent

10 07 years experience in relevant field of expertise

02

7 ITS/Communication / Networking Engineer

B.Sc. (Electrical) 10 07 years experience in relevant field of expertise

02

CONSTRUCTION TEAM 1 Project Manager B.Sc. (Civil)

or equivalent 20 10 years experience in

highway/motorway construction

01

2 Construction Manager

B.Sc. (Civil) or equivalent

20 10 years experience in highway/motorway construction

01

3 Deputy Project Managers

B.Sc. (Civil) or equivalent

15 07 years experience in highway/motorway construction

04

4 Site Engineers (Highways)

B.Sc. (Civil) or equivalent

10 05 years experience in highway/motorway construction

25

5 Site Engineers (Structures)

B.Sc. (Civil) or equivalent

10 05 years experience in highway/motorway & Bridge projects

25

6 Contract Manager B.Sc. (Civil) or equivalent

20 10 years experience in highway/motorway construction

01

7 Scheduling & Monitoring Engineer

B.Sc. (Civil) or equivalent

10 05 years experience as Planning Engineer on Highway /Motorway projects

04

8 Material Engineer B.Sc. (Civil) or M.Sc. (Geology) or equivalent

10 05 years experience as Material Engineer on Highway /Motorway projects

04

9 Measurement /Quantity Engineer

B.Sc. (Civil)/DAE (Civil) or equivalent

10 (B.Sc.) 15 (DAE)

04 years (10 for DAE) experience in operation , maintenance of construction equipment

04

10 Plants Manager B.Sc. (Mech. Engg)

15 05 years experience in operation, maintenance of construction equipment

04

11 Environmentalist B.Sc. (Civil) or M.Sc. (Environ.) or equivalent

10 05 years experience as Environmentalist on Highway /Motorway projects

04

c) PROPOSED KEY PERSONNEL

Attach signed CV of the staff on the prescribed format given hereinafter and certified degrees of each proposed personnel are also required to be attached.

43

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

FORMAT OF CURRICULAR VITAE (CV) FOR PROPOSED KEY ST AFF

1. Proposed Position: 2. Name of Firm: 3. Name of Staff: 4. Profession: 5. Date of Birth: 6. Years with Firm: 7. Nationality: 8. Membership in Professional Societies:

(Membership of PEC in Mandatory for Civil Engineers)

9. Key Qualifications: [Give an outline of staff member’s experience and training most pertinent to tasks on assignment Specially in respect of Highway Construction . Describe degree of responsibility held by staff member on relevant previous assignments and give dates and locations. Use upto One page]

10. Education:

[Summarize College/University and other specialized education of staff member, giving names of institutions, dates attended and degrees obtained.]

11. Employment Record:

[Starting with present position, list in reverse order every employment held. List all position held by staff member since graduation, giving dates, name of employing organizations, title of positions held and location of assignment and types of activities performed.]

12. Languages:

[Indicate proficiency in speaking, reading and writing of each language: excellent, good, fair, or poor]

13. Certificate:

I, undersigned, certify that to the best of my knowledge and belief, this CV correctly describes myself, my qualifications, and my experience. I understand that any willful misstatement described herein may lead to disqualifications or dismissal, if engaged. I further certify that I have been informed by the participating firm that it is including my CV in their Bid and I confirm my availability for this project.

Signatures of Applicant: __________________ Dated: __________________ Name: day/month/year Initials of Signatory to Bid:…………………………………………………

44

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

SCHEDULE – C TO BID

METHOD OF PERFORMING THE WORKS

The Bidder is required to submit a narrative outlining the method of performing the Works. The narrative should indicate in detail and include but not be limited to: 1) The method of executing all major items of work including but not limited to the following:

a. Earthworks b. Granular Sub-Base c. Aggregate Base d. Asphaltic Concrete e. Bridges

• Piling • Girders casting, stressing & launching • RCC works (sub-structures) • RCC works (super-structures)

f. Underpasses & Cattle Creeps g. Culverts h. Ancillary Works

2) The Methodology must lay out the plans of the Bidder for the following:

a) Plans on setting up main camp and sub-camps for the four sections on a plan

indicating location and access route to be provided. (Detailed to be provided in Annexure G)

b) Plans on management of borrow areas, their location and nearest town c) Plans on management of rock quarrying & crushing operations d) Deployment Plans for Major Plant & Machinery e) Plans for transportation of major materials to the Site. f) Provision of Temporary approaches to material storage sites, crushing plant, concrete

and asphalt plants and construction sites, etc. g) Administering laboratory and quality control. h) Diversion of River, Water Channels etc, if necessary. i) Plans for setting up Pre-cast yard(s). j) Plans for any other operations necessary for completion of the Works like landscape

design and its implementation.

3) Program of design work deliverables starting with preliminary design submission for approval before starting detail design work. The final finish level for the embankment should try to balance cut and fill portions and also to minimize earth cutting operations as far as possible and meet Employer’s Requirement. It will include landscape and other design as well required to complete the project as per Employer’s Requirements.

4) The sequence and methods in which the Bidder proposes to carry out the Works, including the number of shifts per day and hours per shift, he expects to work to meet the target.

5) A list of all major items of constructional and erection plant, tools and vehicles proposed to be used in carrying out the Works at Site, including number of each kind, make, type,

45

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

capacity of all equipment, working condition, which shall be deployed by him for Civil Work and Erection for carrying out programed assignments, Testing and Commissioning of the Works, in sufficient detail to demonstrate fully that the equipment will meet all the requirements of the Specifications.

6) The procedure for installation/erection of equipment and transportation of equipment and materials to the site.

7) The Contractor shall be responsible for pumps, electrical power, water and electrical distribution systems, and sewerage system including all fittings, pipes and other items necessary for servicing the Contractor’s construction camp and staff housing facilities.

8) The Bidder shall explain his plans for providing the following facilities for the service of the Contract:

Contractor’s Own Facilities (to be Shown on a Plan):

1. Site Preparation (clearing, land preparation, etc.).

2. Provision of Services.

a) Power (expected power load, etc.). b) Water (required amount and system proposed). c) Sanitation (sewage disposal system, etc.). d) Communication including internet, telephone and etc. e) Residential and office facilities f) Security arrangements g) Environmental Management Plan

3. Construction of Facilities a) Contractor’s Office, Workshop and Work Areas (areas required andproposed

layout, type of construction of buildings, etc.). b) Warehouses and Storage Areas (area required, type of construction and

layout). A plan of the project layout with location of all temporary and permanent facilities including machinery and material storage spaces for each of four sections.

c) Housing and Staff Facilities (Plans for housing for proposed staff, layout, type of construction, etc.)

e) Laboratory Testing, Building and equipment with furniture. f) Access road for each section as needed. g) Grading in the ROW or near area to avoid damage due to pond collection of

rain water and to provide natural drainage towards natural streams including measures for flood safety.

4. Construction Equipment Assembly and Preparation (detailed plans for carrying out this activity).

5. Other Items Proposed (Security services, etc.).

6. Employer’s Representative/Assistant’s Facilities as specified under item No. 701, 702, 703, etc.:

a) Employer’s Representative and his Assistant’s facilities to be provided and included in Contractor’s quoted lumpsum rates/milestone rates.

46

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

b) 60 Vehicles as per Bill No. 7 for Employer, Employer’s Representative and Assistants (consulting engineer) shall be provided out of provisions made in the Non-Binding Bill of Quantities as approved by Employer’s Representative.

c) A plan showing location of facilities in each section to be provided for approval

of Employer’s Representative/Assistant with plans for residence/office for contractor use as well as Employer’s representative/Assistant use. The requirement for Employer’s representative/ Assistant combined will not be less than 12,000 Sqft and is to be approved by Employer’s representative for each section.

[Note: Work details noted above are not to be paid separately but their costs have to be covered in milestone payments/non-binding BOQ items in its Overhead Markups etc.]

Initials of Signatory to Bid:…………………………………………………

47

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

SCHEDULE – D TO BID

PROPOSED PROGRAMME OF WORKS AT TENDER STAGE

Bidder shall provide a resource loaded programme in a CPM format/PERT on Primavera form showing the sequence of work items by which he proposes to complete the Work of the entire Contract. The programme should indicate the sequences of work items and the period of time during which he proposes to complete the Works including the activities like designing, schedule of submittal of drawings, ordering/procurement of materials, manufacturing, delivering, design & construction of associated civil works, installation/erection, testing and commissioning of Works to be executed under the Contract as per details hereinafter. The Tender stage program shall be updated as per provision of Clause 8.3 and then revised every month.

Initials of Signatory to Bid:…………………………………………………

48

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

SCHEDULE – E TO BID

WORK TO BE PERFORMED BY SUBCONTRACTORS

The Bidder will do the work with his own resources except the part (s) of the Works listed below which he intends to sub-contract.

Items of Works Name and address of Statement of similar to be Sub-Contracted Sub-Contractor works previously

Executed (attach evidence) Note: 1. No change of Sub-Contractor shall be made by the Bidder without prior approval of

the Employer.

2. The truthfulness and accuracy of the statement as to the experience of Subcontractors is guaranteed by the Bidder. The Employer’s judgment shall be final as to the evaluation of the experience of Subcontractors submitted by the Bidder.

3. Statement of similar works shall include description, location & value of work, year completed and name & address of the clients.

4. This may include manufacturer(s) who are proposed here and their relevant details to be provided accordingly including make, capacity and salient features to make it particularly suitable for the works. The technology used should also be detailed adequately.

Initials of Signatory to Bid:…………………………………………………

49

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

SCHEDULE – F-1 TO BID

DEVIATIONS FROM TECHNICAL PROVISIONS

If the bidder intends to propose deviations to the specified technical provisions, those must be listed in the space provided below:

Sr. No. Clause No. / Section No. Deviations/Clarifications Note: Attach additional sheets, if necessary

Initials of Signatory to Bid:…………………………………………………

50

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

SCHEDULE – F-2 TO BID

DEVIATIONS FROM CONTRACTUAL CONDITIONS

If the bidder intends to propose deviations to the specified Contractual/Commercial Conditions, those must be listed in the space provided below:

Sr. No. Clause No. / Section No. Deviations/Clarifications Note: Attach additional sheets, if necessary Initials of Signatory to Bid:…………………………………………………

51

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

SCHEDULE – G TO BID

SPECIFIC OPERATION/PLANT AND EQUIPMENT DETAIL

Keeping construction period in view, the Bidders are required to specify their plant and equipment details, description, types, models, capacity etc. with present location of their availability. The number should be such that it can be considered sufficient for the work quantum to be carried out in the stipulated construction period. It should show the number for each section for deployment alongwith type and capacity. The contractor is to bring new equipment for most critical activities and can import all important equipment within three month after mobilization advance is paid. The contractor is encouraged to bring in new equipment to justify his foreign exchange requirements specified in Appendix-M.

Note: Attach additional sheets

52

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Initials of Signatory to Bid:…………………………………………………

53

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

SCHEDULE –H TO BID

JV AGREEMENT

(In the event that the successful Bidder is a joint venture formed as per PEC requirement of two or more companies, the Employer requires that the parties to the joint venture accept joint and several liabilities for all obligations under the Contract).

54

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

SCHEDULE –I TO BID

PAST PERFORMANCE AND PRESENT COMMITMENTS

Past Performance

Sr. No. Name of project(s)

Name of employer

and current address

including phone & fax Nos.

completed cost Start date

Planned completion

date

Actual completion

date

Satisfactory performance certificate from employer

/ Remarks regarding delays if applicable

1.

2.

3.

4.

5.

6.

7.

Present Commitments

Sr. No. Name of ongoing

project(s)

Name of employer

and current address

including phone & fax Nos.

Total cost Start date Planned

completion date

%age of works

completed

Award letter / Remarks regarding delays if

applicable

1.

2.

3.

4.

5.

6.

7.

Note: This is subject to verification of credentials and authentication / notarization of documents provided by the firms.

55

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

SCHEDULE – J TO BID

INTEGRITY PACT

[To be filled and signed by the Bidder]

DECLARATION OF FEES, COMMISSION AND BROKERAGE ETC. PAYABLE BY THE SUPPLIERS OF GOODS, SERVICES & WORKS IN

CONTRACTS WORTH RS. 100.00 MILLION OR MORE

Contract No.________________ Dated __________________ Contract Value: ________________ (Not to be mentioned at the time bidding) Contract Title: _________________

………………………………… [Name of Supplier] hereby declares that it has not obtained or induced the procurement of any contract, right, interest, privilege or other obligation or benefit from Government of Pakistan (GoP) or any administrative subdivision or agency thereof or any other entity owned or controlled by GoP through any corrupt business practice.

Without limiting the generality of the foregoing, [name of Supplier] represents and warrants

that it has fully declared the brokerage, commission, fees etc. paid or payable to anyone and not given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee or otherwise, with the object of obtaining or inducing the procurement of a contract, right, interest, privilege or other obligation or benefit in whatsoever form from GoP, except that which has been expressly declared pursuant hereto.

[name of Supplier] certifies that it has made and will make full disclosure of all agreements

and arrangements with all persons in respect of or related to the transaction with GoP and has not taken any action or will not take any action to circumvent the above declaration, representation or warranty.

[name of Supplier] accepts full responsibility and strict liability for making any false

declaration, not making full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation and warranty. It agrees that any contract, right, interest, privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other rights and remedies available to GoP under any law, contract or other instrument, be voidable at the option of GoP.

Notwithstanding any rights and remedies exercised by GoP in this regard, [name of Supplier]

agrees to indemnify GoP for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to GoP in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s fee or kickback given by [name of Supplier] as aforesaid for the purpose of obtaining or inducing the procurement of any contract, right, interest, privilege or other obligation or benefit in whatsoever form from GoP.

Name of Buyer: ……………… Name of Seller/Supplier: …………

Signature: …………………… Signature: …………………………

56

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

[Seal] [Seal]

SECTION-IV

LETTER OF PRICE BID AND

SCHEDULES (‘K’ TO ‘O’) TO BID

57

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Letter of Price Bid Schedules to Bid

– Schedule K to Bid: Estimated Progress Payments

– Schedule L to Bid: Lump Sum Cost Breakdown for Major Cost Items

– Schedule M to Bid: Detail of Expenditure (Foreign currency requirement)

– Schedule N to Bid: Schedule of Prices (including Non-Binding BOQ)

– Schedule O to Bid: Table of Price Adjustment

58

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

LETTER OF PRICE BID Bid Reference No.: …………………………………………. Package No.: ………………………………………….

…………………………………………….. ………. ……………………………………

[Name of Works]

To: ………………………………… ………………………………… ………………………………… Gentlemen,

1. Having examined the Bidding Documents including Instructions to Bidders, Conditions of Contract, Specifications, Schedules to Bid, Schedule of Prices and Payment, Employer’s Requirement, Scope of Work, Drawings and Addenda Nos. ……………………………. for the execution of the above-named Works, we, the undersigned, being a company doing business under the name of and address …………………………………………………………………………

………………………………………………………. and being duly incorporated under the laws of …………………………………….. herebyoffer to execute and complete such Works and remedy any defects therein in conformity with the said Documents including Addenda thereto for the Total Bid Price comprising of PKR ..................................................... (Pak. Rupees............................................................................................................................... ..........................................................................................................................................)

(in words)

With maximum foreign currency requirement of __% of total bid price dependent and proven by actual and valid import documents such as bill of lending etc. This component will be paid in local currency convertible to equivalent Pak Rupees and increased in the ratio of currency conversion rate at 28 days prior to bid submission and the time when the importation of Plant and Equipment is taking place.

2. We understand that all the Schedules attached hereto form part of this Bid.

3. We undertake, if our Bid is accepted, to commence the Works and to deliver and complete the whole of the Works comprised in the Contract within the time(s) stated in Special Stipulations.

4. We agree to abide by this Bid for the period of ……. days from the date fixed for receiving the same and it shall remain binding upon us and may be accepted at any time before the expiration of that period.

5. Unless and until a formal Agreement is prepared and executed, this Bid, together with your written acceptance thereof, shall constitute a binding contract between us.

6. We undertake, if our Bid is accepted to execute the Performance Security referred to in Clause 10 of Conditions of Contract for the due performance of the Contract.

7. We understand that you are not bound to accept the lowest or any Bid you may receive.

59

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

8. We do hereby declare that the Bid is made without any collusion, comparison of figures or arrangement with any other person or persons making a Bid for the Works.

9. We confirm, if our Bid is accepted, that all partners of the joint venture shall be liable jointly

and severally for the execution of the Contract and the composition or the constitution of the joint venture shall not be altered without the prior consent of the Employer. (Please delete in case of Bid from a single firm).

Dated this ………. day of …………….. 201…

Signature ………….. in the capacity of ………………duly authorized to sign the Bid for and on behalf of ………………………………………………………… (Name of Bidder in Block Capitals)

(Seal of Bidder)

Bidder’s Address ……………………………………………………………………………………………………………………………………………………………………………………

Witness:

Signature: ……………………………………………………………………………. Name: ………………………………………………………………………………… Address: ……………………………………………………………………………………………………………………………………………………………………………………

Occupation ……………………………………………………………………………

60

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

SCHEDULE – K TO BID

ESTIMATED PROGRESS PAYMENTS

Bidder’s estimate of the value of work which would be executed by him during each of the periods stated below, based on his Programme of Works and the Rates in the Schedule of Prices, expressed in foreign and local currency of payments:

Amount in Rupees (Local Currency) Period

LCC (Rs.)

Ist Month

2nd Month

3rd Month

4th Month

5th Month

6th Month

---

---

30th Month

Total Bid Price

Initials of Signatory to Bid: ……………………

61

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

SCHEDULE –L TO BID

BREAKUP FOR MAJOR COST ITEMS

The Bidder is to provide a detailed breakup of his Lump sum costs in a manner that the overall picture for the quoted price can be understood. The detailed rate analysis required for all items costing more than 100 Million Rupees..

62

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

SCHEDULE –M TO BID

BREAKDOWN OF TOTAL EXPENDITURES / FOREIGN CURRENCY REQUIREMENT

A. FOREIGN EXCHANGE CURRENCY REQUIREMENT (Refer ITB 12) _____________________

i. The bidder may indicate herein below his requirement of Foreign exchange currency (if any) with reference to various inputs to the work. This shall not exceed 16% of the contract price as per following details: • Materials like expansion joint, pre-stressed wire, admixtures etc 2% • Import of plant, machinery, testing equipment etc as per approved methodology of the Contractor 10% • Manpower specially those trade not easily available locally (such as Scheduling/Monitoring Engineer) 4%

ii. The individual item may change as per approved work methodology but not

exceed the limit stated above.

iii. The payment is further subject to production of all valid documentation for importation of plant/material/equipment which is required as per construction methodology adopted and approved by the Employer.

B. ADMINISTRATION AND GENERAL EXPENSE a. Salaries and Wages (including Social Benefits) of Personnel engaged on Works _____________________ b. Maintenance and Operation of Camps _____________________ c. Travel & Subsistence of Personnel _____________________ d. Profits _____________________ e. Overheads _____________________ f. Other General Expenses like custom and other levies if applicable _____________________

C. DIRECT CONSTRUCTION COSTS a. (i) Construction Equipment and Plant (including spare parts) _____________________ (ii) ROMDAS equipment / system for determining IRI _____________________ b. Construction materials _____________________ (i) Steel Products _____________________ (ii) Timber _____________________ (iii)Other materials and supplies _____________________ c. Insurance of Equipment and Materials _____________________

Note: Bidders should provide justification of foreign currency requirements • Foreign currency requirements will be reimbursed on production of actual receipts

and other evidence of vouchers etc. for the staff , material and plant. The staff will be physically present on project in Employer's country.

63

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

SCHEDULE – N TO BID

SCHEDULE OF PRICES (INCLUDING NON-BINDING BILL OF QUANTITIES)

1. Preamble to Schedule of Prices Page ____ to __ 2. Non-Binding Bill of Quantities Page __ to ____

64

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

1. PREAMBLE TO SCHEDULE OF PRICES

1. General

1.1 The Schedule of Prices shall be prepared by the Bidder and submitted with his Bid. The Schedule to be prepared by the Bidder shall be based on the Non-Binding Bill of Quantities enclosed in the following pages as well as the Preliminary Design Prepared by the Contractor at the Tender Stage (on the basis of Preliminary Design and the Employer’s Requirement provided in the Tender Documents).

1.2 If any item has been missed out in the non-binding BOQ and is essentially required, it will be deemed to be included in the Schedule of Payment as EPC Contract amount is to cover total expenditure to meet Employer’s Requirement (Section X) and no additional payment is envisaged to complete such missed out items as per Employer’s Requirement / Concept Design unless pointed out clearly in writing before pre-bid meeting and subsequently clarified through addenda. The concept design if it indicate some thicknesses or standards in notes then it means these are the minimum thicknesses.

1.3 The Schedule of Prices shall be read in conjunction with the Conditions of Contract together with the Specifications and Bid Drawings.

1.4 The Bidder shall quote for all items of the Works executed on EPC/Turnkey basis and the prices shall be quoted for the complete scope of Work as described or implied from these Bidding Documents in schedule-L to bid.

1.5 The intermediate payments of the Contractor shall be as per completed milestone given in schedule of payment. In case Contactor requests for payment in between milestones, the Employer’s Representative may agree to release it but in that case, actual quantities will be measured at site jointly and paid as per non-binding BOQ and rates in the contract not exceeding the overall milestone limit given in the schedule of payment without affecting the overall contract cost.

2. Description & Quantities

2.1 Price given in the Schedule of Prices against each item shall be for the scope covered by that item as detailed in the Employer’s Requirement, Scope of Work, Specifications, Bid Drawings or elsewhere in the Bidding Documents. The general directions and descriptions of work and materials are not necessarily repeated nor summarized in the Schedule of Prices and do not generally give a full description of the Work to be executed and the services to be performed under each item. References to the relevant sections of the Bidding Documents shall be made to ascertain the full scope of the requirements included in each item prior to filling in the prices against each item in Schedule of Prices.

The Schedule of Prices only identifies major components of the Work and it does not restrict the responsibility of the Contractor to furnish all equipments, materials and services as deemed necessary by the Employer for making the Project complete and satisfactory as specified and/or implied in the Bidding Documents and subsequent revisions thereto.

2.2 The details of various item description and quantities annexed in the Schedule of Prices are tentative and provisional, only being given as an indication to enable the Bidder to bid for different items of the Works in accordance with his estimate. Non-

65

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

binding BOQ is also for reference and substantiation of bidder’s proposal only.

2.3 The detail of items annexed in the Schedule of Prices including Drawings and tentative quantities are sample and not final as the responsibility for detailed design rests with the Contractor under the Contract. The quantities shown in non-binding schedule on which lump sum milestone amounts are quoted are linked with the finish line of L-section of the alignment shown in the concept/preliminary attached. In case Contractor Design has some variation in the referred finish level, the quantities payable shall be adjusted for the quantities as per his design. It means the Earthwork quantities are to be recalculated as per finished level of embankment as fixed in the bidder’s preliminary design and non-binding BOQ amount for this sub-head to be adjusted in lump sum milestones rates accordingly in the evaluation of bids process.

3. Rates and Prices

3.1 Except as otherwise expressly provided under the Conditions of Contract, lump sum amounts entered in the Schedule of Prices shall be deemed to include for the full scope and all costs incurred by the Contractor in the performance of the Works, the provision of services including his overheads, income tax, super tax, other indirect costs, customs & other duties, profits and costs of accepting the general risks, liabilities and obligations set forth or implied in the Contract, except for such costs which are specified as reimbursable under the Contract.

The total of the Schedule of Prices is the Total Bid Price and shall be entered in Paragraph 1 of the Form of Price Bid.

3.2 Unless otherwise stipulated in the Conditions of Contract, prices entered by the Bidder shall be fixed and firm and shall not be subject to adjustment during the performance of the Contract.

3.3 All duties, taxes and other levies payable by the Contractor under the Contract, or for any other cause, as on the date twenty eight (28) days prior to the deadline for submission of Bids shall be included in the total Bid Price submitted by a Bidder.

3.4 The whole cost of complying with the provisions of the Contract shall be included in the items provided in the priced Schedule of Prices, and where no items are provided in the Schedule of Prices for any work required to be executed by the Contractor on EPC/Turnkey basis under single responsibility for the completion of the Works and to make the Works complete, the cost of such item(s) shall be deemed to be distributed among the prices entered for the related items of the Works and no separate payment will be made by the Employer for those items executed by the Contractor.

The amounts shall be entered against each item in the Schedule of Prices. Where a Bidder fails to quote a price of any item of the Schedule of Prices, the Employer will consider that the price of that item is included among other items and the Contractor will be obligated to furnish that item at no extra cost to the Employer, if awarded the Contract.

3.5 The Bidder shall be deemed to have obtained all information as to port clearance facilities and charges including all levis/taxes, loading and unloading facilities and charges, storage facilities and charges, transportation facilities and charges, congestion and/or other conditions to be expected at Karachi Port and or any other seaport or border of Pakistan and all requirements related thereto.

The Contractor shall be responsible to make complete arrangements for the

66

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

transportation of the Plant to the Site. The Bidder shall be deemed to have included all clearing, forwarding and other incidental costs in this regard in his Bid.

3.6 The Contractor shall provide all parts of the Works to be completed in every respect for commercial operation. Notwithstanding that any details, accessories, etc. required for the complete execution of the Work, are not specifically mentioned in the Schedule of Prices, Employer’s Requirement, Scope of Work, Specifications including Bid Drawings, such details shall be considered as included in the Contract Price. All charges for the supply of goods, materials, accessories or work not specifically mentioned herein but necessary for the completion and execution of the Works shall be deemed to have been included in the quoted prices.

3.7 All costs in connection with Tests within and outside Pakistan as per provisions of Contract shall be borne by the Contractor and shall be deemed to have been included in the quoted prices. All costs in connection with the holding of meetings /visits for testing and inspection whether in Pakistan or aboard as required shall be borne by the Bidder and included/spread in the schedule of prices on other items,

The amounts quoted in the Schedule of Prices shall also include Contractor’s cost for providing Performance Security, other Bank Guarantees required for performance of the Contract, Special Provisions and Supplementary Specifications SP-1 to SP-29.

3.8 It is clarified that schedule of payment will cover all future contingencies except price adjustment as per Table of Price Adjustment and Schedule-M to cover any variation in exchange rate (to be paid in local currency).

4. Bid Prices

4.1 Break-up of Bid Prices

The various elements of Bid Prices shall be quoted as detailed below:

Such prices shall include all costs of materials used for construction works, construction for civil works, Design Supervision including all costs of construction staff and labour, Contractor’s Equipment, tools and equipment, etc.

4.2 Total Bid Price

The total of Bid prices in the Schedule of Prices shall be entered in the Summary of Bid Prices. This will also include any work requiring day work based expenses (machinery, labour and materials). It is not payable separately but included in the relevant milestone payment.

5 Provisional Sums included and so designated in the Schedule of Prices if any, shall be

expended in whole or in part at the direction and discretion of the Employer. The Contractor will only receive payment in respect of Provisional Sums if he has been instructed by the Employer to utilize such sums.

67

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

SCHEDULE OF PRICES

TOTAL QUOTED COST

GRAND SUMMARY

Bill No. Description

Total Amount Rs.

1 Earthwork 2 Sub-base & Base 3 Surfacing Courses and Pavement

4A Structure (Bridges) 4B Structure (Underpasses)

4C Structure (Cattle Creeps) 4D Structure (Box Culverts) 5 Drainage & Erosion 6 Ancillary Works 7 General Items

7A Misc. Items (Maintenance & Service road) SUB-TOTAL FOR ROADWAY & STRUCTURES (BILL 1-7)

8 Services Areas, Rest Areas, Toll Plazas & Weigh Stations

9 Intelligent Transportation System (ITS) 10 Landscaping 11 Design Services and Deliverables

TOTAL QUOTED COST (Bills 1-11)

Note: Each of the Bill Item has to be calculated on the basis of Contractor’s own design keeping Employer’s Requirement and Concept design/Preliminary Design in View. The quantities in the non-binding BOQ are for reference only and are to be based on preliminary design prepared by the bidder after his own investigation and detailed survey of the site and confirms his liability as total price for the delivery of complete project.

68

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

NON-BINDING BILL OF QUANTITIES

QUOTED COST BY BIDDER

BILL No. 1: Earthwork

Pay Item

Item Description Unit Tentative Quantity as per

Employer’s Preliminary/

Concept Design*

Unit Rate (Rs.)

Amount (Rs.)

101 Cleaning and Grubbing SM 12,522,279

102a Removal of Trees 150-300 mm Girth

Each 20,700

102b Removal of Trees 301-600 mm Girth

Each 6,900

102c Removal of Trees 601 mm or over Girth

Each 2,300

104 Compaction of Natural Ground

SM 12,522,279

106a Excavate Unsuitable Common Material

CM 878,212

107d Granular Backfill CM 355,273

108a

Formation of Embankment from Road way Excavation in Common Material

CM 2,638,615

108c

Formation of Embankment from Borrow Excavation in Common Material

CM 51,859,057

108d

Formation of Embankment from Structural Excavation in Common Material

CM 1,676,665

109a Subgrade Preparation in Earth Cut

SM 6,440

509h Filter Layer of Granular Material (For Logged Areas)

CM 707,610

TOTAL FOR BILL NO.1 (CARRIED FORWARD TO SUMMARY)

*Note: The quantities given in non-binding BOQs are provisional and are given for arriving at common basis for evaluation. These quantities can be replaced with Contractor’s own preliminary design data forming basis of his bid price. The above data can be used for comparison with conceptual design attached with the bidding document. Bidder may provide any further item deemed necessary for execution of complete scope of work as per bidder's proposed preliminary design. For non-CSR items detailed item description and rationale of item itself will be

69

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

attached by the bidder.

70

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

NON-BINDING BILL OF QUANTITIES

QUOTED COST BY BIDDER

BILL No. 2: Sub-Base & Base Courses

Pay Item

Item Description Unit Tentative Quantity as per

Employer’s Preliminary/

Concept Design*

Unit Rate (Rs.)

Amount (Rs.)

201 Granular Sub-base CM 1,996,186

203a Asphalt Base Course Plant Mix (Class A)

CM 736,043

202 Aggregate Base Course CM 3,793,478 209a Breaking of Existing Road

Pavement Structure CM 3,557

209b Scarification of Existing Road Pavement

SM 1,272

TOTAL FOR BILL NO.2 (CARRIED FORWARD TO SUMMARY) *Note: The quantities given in non-binding BOQs are provisional and are given for arriving at common basis for evaluation. These quantities can be replaced with Contractor’s own preliminary design data forming basis of his bid price. The above data can be used for comparison with conceptual design attached with the bidding document. Bidder may provide any further item deemed necessary for execution of complete scope of work as per bidder's proposed preliminary design. For non-CSR items detailed item description and rationale of item itself will be attached by the bidder.

71

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

NON-BINDING BILL OF QUANTITIES

QUOTED COST BY BIDDER

BILL No. 3: Surface Courses & Pavement

Pay Item

Item Description Unit Tentative Quantity as per

Employer’s Preliminary/

Concept Design*

Unit Rate (Rs.)

Amount (Rs.)

302a Bituminous Prime Coat

SM 8,347,062

303a Bituminous Tack Coat

SM 12,576,449

304d Seal Coat SM 8,347,062 305a Asphalt Wearing

Course Plant Mix (Class A)

CM 704,551

TOTAL FOR BILL NO.3 (CARRIED FORWARD TO SUMMARY)

*Note: The quantities given in non-binding BOQs are provisional and are given for arriving at common basis for evaluation. These quantities can be replaced with Contractor’s own preliminary design data forming basis of his bid price. The above data can be used for comparison with conceptual design attached with the bidding document. Bidder may provide any further item deemed necessary for execution of complete scope of work as per bidder's proposed preliminary design. For non-CSR items detailed item description and rationale of item itself will be attached by the bidder.

72

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

NON-BINDING BILL OF QUANTITIES

QUOTED COST BY BIDDER

BILL No. 4A: Structures: Bridges

Pay Item Item Description Unit Tentative Quantity as per

Employer’s Preliminary/

Concept Design*

Unit Rate (Rs.)

Amount (Rs.)

107a Structural Excavation CM 161,608

107d Granular Backfill CM 124,391 107e Common Backfill CM 12,439

401a1ii Concrete Class A1 (3000 PSI) Approach Slab and Wing Wall Base

CM 12,670

401a1iii Concrete Class A1 (3000 PSI) Wing Wall and Shear Keys

CM 15,298

401a1ii Concrete Class A1 (3000 PSI) for Barriers

CM 3,956

401a2ii Concrete Class A1 (4000 PSI) Concrete Pads

CM 201

401a2ii Deck Slab and Diaphragm Concrete Class A2 (4000 PSI)

CM 27,206

401a3iii Concrete Class A3 (4000 PSI) Abutment, Transom & Curtain Wall

CM 39,005

401a3ii Concrete Class A3 (4000 PSI) Pilecap

CM 49,034

401d Concrete Class D1 (5000 PSI) Pre-caste Pre-stressed Girders

CM 33,550

401f Lean Concrete CM 5,201

404b Steel Reinforcement Grade-60

Ton 20,806

405a Pre-stressing wire stand3/8”-1/2” dia Complete in all respect

Ton 1,342

405b Launching of Girders Ton 38,012

406a Pre-moulded Joint Filler 12mm thick with Bitumastic Joint Seal

SM 696

406e Elastomeric Bearing Pads

Cubic cm

74,056,320

73

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

407d3 Case in Place Piles 1.2m M dia in normal Soil (Boring only)

LM 104,496

401a3i Cast in place Concrete Piles 1200mm dia Concrete Class A3

CM 118,122

407l Pile Load Test up to 800 Ton

Each 62

407m Confirmatory Boring (NX Size)

M 2,621

509b Riprap Class B CM 14,040

509h Filter Layer of Granular Material

CM 10,296

SP-616 Providing and Fixing PVC pipes 100mm dia in N.J Barrier

LM 7,488

SP-614 Galvanized Iron Drain Pile, 100mm dia

Each 1,560

406cv

Expansion Joint Monoblock Type for 65mm Movement (USA/EU Make)

LM 5,796

TOTAL FOR BILL NO.4A (CARRIED FORWARD TO SUMMARY)

*Note: The quantities given in non-binding BOQs are provisional and are given for arriving at common basis for evaluation. These quantities can be replaced with Contractor’s own preliminary design data forming basis of his bid price. The above data can be used for comparison with conceptual design attached with the bidding document. Bidder may provide any further item deemed necessary for execution of complete scope of work as per bidder's proposed preliminary design. For non-CSR items detailed item description and rationale of item itself will be attached by the bidder.

74

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

NON-BINDING BILL OF QUANTITIES

QUOTED COST BY BIDDER

BILL No. 4B: Structures: Underpasses

Pay Item

Item Description Unit Tentative Quantity as per Employer’s

Preliminary/ Concept Design*

Unit Rate (Rs.)

Amount (Rs.)

107a Structural Excavation in common material

CM 242,186

107d Granular Backfill CM 8,473 107e Common Backfill CM 2,033

401a1ii Concrete Class A1 (On Ground)

CM 15,102

401a1ii Concrete Class A1 (Elevated)

CM 31,685

401f Lean Concrete CM 3,572

404b Steel Reinforcement G-60

Ton 6,457

406a

Pre-moulded Joint Filler 12mm Thick with Bitumastic Joint Seal

SM 1,360

509b Riprap Class B Cum 21,240 SP-403 Construction Joints LM 4,460

TOTAL FOR BILL NO.4B (CARRIED FORWARD TO SUMMARY)

*Note: The quantities given in non-binding BOQs are provisional and are given for arriving at common basis for evaluation. These quantities can be replaced with Contractor’s own preliminary design data forming basis of his bid price. The above data can be used for comparison with conceptual design attached with the bidding document. Bidder may provide any further item deemed necessary for execution of complete scope of work as per bidder's proposed preliminary design. For non-CSR items detailed item description and rationale of item itself will be attached by the bidder.

75

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

NON-BINDING BILL OF QUANTITIES

QUOTED COST BY BIDDER

BILL No. 4C: Structures: Cattle Creeps

Pay Item Item Description Unit Tentative Quantity as per Employer’s Preliminary/Conc

ept Design*

Unit Rate (Rs.)

Amount (Rs.)

107a Structural Excavation in common material

CM 311,5866

107d Granular Backfill CM 20,222 107e Common Backfill CM 4,853

401a1ii Concrete Class A1 (On Ground)

CM 20,122

401a1ii Concrete Class A1 (Elevated)

CM 40,659

401f Lean Concrete CM 3,572

404b Steel Reinforcement G-60

Ton 25,733

406a

Pre-moulded Joint Filler 12mm Thick with Bitumastic Joint Seal

SM 3,742

509b Riprap Class B Cum 71,280

SP-403 Construction Joints

LM 14,969

TOTAL FOR BILL NO.4C (CARRIED FORWARD TO SUMMARY)

*Note: The quantities given in non-binding BOQs are provisional and are given for arriving at common basis for evaluation. These quantities can be replaced with Contractor’s own preliminary design data forming basis of his bid price. The above data can be used for comparison with conceptual design attached with the bidding document. Bidder may provide any further item deemed necessary for execution of complete scope of work as per bidder's proposed preliminary design. For non-CSR items detailed item description and rationale of item itself will be attached by the bidder..

76

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

NON-BINDING BILL OF QUANTITIES

QUOTED COST BY BIDDER

BILL No. 4D: Structures: Box Culverts

Pay Item

Item Description Unit Tentative Quantity as per Employer’s

Preliminary/ Concept Design*

Unit Rate (Rs.)

Amount (Rs.)

107a Structural Excavation in common material

CM 172,474

107d Granular Backfill CM 13,416 107e Common Backfill CM 3,354

401a1ii Concrete Class A1 (On Ground)

CM 16,697

401a1ii Concrete Class A1 (Elevated)

CM 26,406

401f Lean Concrete CM 4,237

404b Steel Reinforcement G-60

Ton 19,733

406a

Pre-moulded Joint Filler 12mm Thick with Bitumastic Joint Seal

SM 5,972

509b Riprap Class B Cum 35,233 SP-403 Construction Joints LM 24,343

TOTAL FOR BILL NO.4D (CARRIED FORWARD TO SUMMARY)

*Note: The quantities given in non-binding BOQs are provisional and are given for arriving at common basis for evaluation. These quantities can be replaced with Contractor’s own preliminary design data forming basis of his bid price. The above data can be used for comparison with conceptual design attached with the bidding document. Bidder may provide any further item deemed necessary for execution of complete scope of work as per bidder's proposed preliminary design. For non-CSR items detailed item description and rationale of item itself will be attached by the bidder.

77

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

NON-BINDING BILL OF QUANTITIES

QUOTED COST BY BIDDER

BILL No. 5: Drainage & Erosion Works

Pay Item

Item Description Unit Tentative Quantity as per

Employer’s Preliminary/

Concept Design*

Unit Rate (Rs.)

Amount (Rs.)

107a Structural Excavation in common material

CM 218,013

107e Common Backfill CM 1,875 107d Granular Backfill CM 10,418 401f Lean Concrete CM 11,667

502b Concrete class B in Bedding and Encasement of Concrete Pipe Culvert

CM 74,625

502a Granular Material in Bed to Concrete Pipe Culvert

CM 4,465

401a1ii Concrete class A1 for Chutes (On Ground)

CM 48,938

601diii Precast cub in Concrete Class A-1 (200x150) including bedding & haunching

M 607,200

509e Grouted Riprap Class B

a) For Pipe Culverts &

Chutes CM 265,182

b) For Toe/Erosion

Protection CM 259,686

511a2 Dry Stone Pitching (20-25mm thick)

SM 13,740

SP-526 Relocation of Water Courses SM 49,680 TOTAL FOR BILL NO.5 (CARRIED FORWARD TO SUMMARY)

*Note: The quantities given in non-binding BOQs are provisional and are given for arriving at common basis for evaluation. These quantities can be replaced with Contractor’s own preliminary design data forming basis of his bid price. The above data can be used for comparison with conceptual design attached with the bidding document. Bidder may provide any further item deemed necessary for execution of complete scope of work as per bidder's proposed preliminary design. For non-CSR items detailed item description and rationale of item itself will be attached by the bidder.

78

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

NON-BINDING BILL OF QUANTITIES

QUOTED COST BY BIDDER

BILL No. 6: Ancillary Works

Pay Item

Item Description Unit Tentative Quantity as per

Employer’s Preliminary/

Concept Design*

Unit Rate (Rs.)

Amount (Rs.)

ROAD SAFETY FURNITURE

601ai

RCC New Jersey Barrier (In-Situ) for Median Double Face (Incl. Reinforcement)

M 256,590

604a Metal Beam Guard Rail M 483,000

604b Metal Beam Guard Rail End Pieces

Each 1,932

604d Steel Post for Metal Beam Guard Rail

Each 254,211

607a Traffic Road Signs Category 1

EA 1,058

607b Traffic Road Signs Category 2

EA 542

607d Traffic Road Signs Category 3(b)

EA 310

607e Traffic Road Signs Category 3(c)

SM 1,392

SP-6 Gantry Sign Type A No 67

SP-7 Gantry Sign Type IV (Cantilever Type)

No 88

608i2 Pavement Marking in Reflective TP Paint for Lane Marking (20cm)

LS

i) Continuous M 1,012,000

608h2 Pavement Marking in Reflective TP Paint for Lane Marking (15cm)

LS

ii) Dashed M 337,333

608j2 Pavement Marking in Reflective TP Paint for various Signs

Each 1,380

609ci Reflectorised Plastic Pavement Studs (Raised Profile Type – Single)

EA 167,933

609d Reflectorised Plastic EA 3,200

79

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Pavement Studs (Raised Profile Type – Double)

DISTANCE MARKERS 610c Kilometer Post EA 460 610d Ten Kilometer Post EA 48

FENCING

611A

Galvanized Wiremesh Fence including Prestressed/RCC Posts complete in all respect

M 506,000

TOTAL FOR BILL NO.6 (CARRIED FORWARD TO SUMMARY)

*Note: The quantities given in non-binding BOQs are provisional and are given for arriving at common basis for evaluation. These quantities can be replaced with Contractor’s own preliminary design data forming basis of his bid price. The above data can be used for comparison with conceptual design attached with the bidding document. Bidder may provide any further item deemed necessary for execution of complete scope of work as per bidder's proposed preliminary design. For non-CSR items detailed item description and rationale of item itself will be attached by the bidder.

80

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

NON-BINDING BILL OF QUANTITIES

QUOTED COST BY BIDDER

BILL No. 7: General Items

For Four Sections Pay Item

Item Description Unit Tentative Quantity as

per Employer’s Preliminary/

Concept Design*

Unit Rate (Rs.)

Amount (Rs.)

SURVEYING FACILITIES

701(a) Provide Survey Teams & Instruments

PS 4.00

701(b)

Maintain, Survey Instruments & Provide Survey Team including 2 Nos Survey Helpers

Month 180.00

OFFICE & RESIDENTIAL FACILITIES

702(a)

Provide Office & Residence for the Employer & Employer’s Representative

(Lump Sum) LS

4.00

702(b)

Furnish & Equip Office & Residence for the Employer & Employer’s Representative

PS 4.00

702(c)

Maintain Office & Residence for the Employer & Engineer’s Representative

Month 195.00

MATERIAL TESTING FACILITIES

703(a) Provide Material Testing Laboratory for each section

LS 4.00

703(b)

Furnish & Equip Material Testing Laboratory for each section

PS 4.00

703(c) Maintain Material Testing Laboratory for

Month 180.00

81

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

each section SITE TRANSPORTATION

708(a) Provide Employer’s Representative Transportation

i) Toyota Double

Cabin Pickup with A/C

Each 10.00

ii) Toyota Single

Cabin Pickup with A/C

Each 10.00

708(b)

Provide Transportation for Employer’s Representative/Assistant (Consulting Engineer)

iii) Toyota Double

Cabin Pickup with A/C

Each 15.00

iv) Toyota Single

Cabin Pickup with A/C

Each 25.00

708(c)

Running & Maintenance of Transportation of Employer &Employer’s Representative /Assistant

Vehicle Months

2340.00

TRAINEE ENGINEERS

712(a)

Employ twenty four (50) Trainee Engineers for 12 months each including boarding and lodging

Man Months

600.00

TOTAL FOR BILL NO.7 (CARRIED FORWARD TO SUMMARY)

*Note: The quantities given in non-binding BOQs are provisional and are given for arriving at common basis for evaluation. These quantities can be replaced with Contractor’s own preliminary design data forming basis of his bid price. The above data can be used for comparison with conceptual design attached with the bidding document. Bidder may provide any further item deemed necessary for execution of complete scope of work as per bidder's proposed preliminary design. For non-CSR items detailed item description and rationale of item itself will be attached by the bidder. The provisions of Supplementary Specifications (SS-1 to SS-29) Special Provisions and other documents mentioned in Section-XII are also to be kept in view as no separate payment is payable.

82

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

NON-BINDING BILL OF QUANTITIES

QUOTED COST BY BIDDER

BILL No. 7A: Miscellaneous Items

i) Maintenance Cost

Pay Item

Item Description Unit Tentative Quantity as per

Employer’s Preliminary/

Concept Design*

Unit Rate (Rs.)

Amount (Rs.)

Misc. Total Maintenance Cost for 3 years/DLP

03 years

LS

ii) SERVICE ROAD (WHERE REQUIRED)

Pay Item

Item Description Unit

Quantity as per

Employer’s Preliminary

Design*

Unit Rate from

nonbinding BOQ (Rs.)

Amount (Rs.)

Service Road (width=5m) 40% of Total Length has been considered

KM 92km

Total Cost of Service Road G. Total for Miscellaneous Items

*Note: The quantities given in non-binding BOQs are provisional and are given for arriving at common basis for evaluation. These quantities can be replaced with Contractor’s own preliminary design data forming basis of his bid price. The above data can be used for comparison with conceptual design attached with the bidding document. Bidder may provide any further item deemed necessary for execution of complete scope of work as per bidder's proposed preliminary design. For non-CSR items detailed item description and rationale of item itself will be attached by the bidder.

83

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

NON-BINDING BILL OF QUANTITIES

QUOTED COST BY BIDDER

BILL No. 8: Services Areas, Rest Areas, Toll Plazas & Weigh Stations (this to be surveyed by Contractor as per site conditions and appropriately covered in

his preliminary design accordingly for suitable provision in his bid price)

Pay Item Item Description Unit Tentative Quantity as

per Employer’s Preliminary/

Concept Design*

Unit Rate (Rs.)

Amount (Rs.)

SERVICE AREAS (6 Nos)

SP-810 Buildings SM 73,770

SP-812 Pavement SM 664,960 SP-814 Miscellaneous Works LS 1

REST Areas (6 Nos) SP-820 Buildings SM 18,438 SP-822 Pavement SM 63,066

SP-824 Miscellaneous Works LS 1 TOLL PLAZAS & WEIGH STATIONS

SP-830 Toll Plaza Each 12 SP-832 Weigh Stations Each 12 SP-834 Buildings SM 803 SP-836 Miscellaneous Works LS 1 SP-838 Pavement SM 12,360

SP-840 Electrical & Mechanical Works

LS 12

SP-842 Miscellaneous Works LS 1 TOTAL FOR BILL NO.8 (CARRIED FORWARD TO SUMMARY)

*Note: The quantities given in non-binding BOQs are provisional and are given for arriving at common basis for evaluation. These quantities can be replaced with Contractor’s own preliminary design data forming basis of his bid price. The above data can be used for comparison with conceptual design attached with the bidding document. Bidder may provide any further item deemed necessary for execution of complete scope of work as per bidder's proposed preliminary design. For non-CSR items detailed item description and rationale of item itself will be attached by the bidder.

84

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

NON-BINDING BILL OF QUANTITIES

QUOTED COST BY BIDDER

BILL NO. 9: INTELLIGENT TRANSPORTATION SYSTEM (ITS)

Pay Item

Item Description Unit

Quantity as per Employer’s Preliminary/

Concept Design*

Unit Rate from

nonbinding BOQ (Rs.)

Amount (Rs.)

INTELLIGENT TRANSPORTATION SYSTEM (ITS)

SP-900

Installation and commissioning of Intelligent Transportation System (ITS) for 230km including but not limited to the following

a) Traffic Control Centre (TCC)

TCC will be the hub of TIS activities, where all collected information will be intelligently translated for effective operations of the Motorway Section. TCC will be strategically located on Section-I with complete access and visibility to NHA Headquarters.

b) Weather Information System (WIS)

The Motorway Section will have an integral weather information system. The collected information will be communicated to the commuters through variable message signs and Motorway Radio.

c) Variable Message Signs (VMS)

Display of important

LS for

(a) to (n)

1

85

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

information pertaining to road conditions, traffic jam, weather and other safety and security instructions will be done through VMS. Display of VMSs will be through TCC.

d) Weigh in motion (WIM)

Weigh in motion facility will be a reinforcement and backup to weigh stations installed at each entry point of the Motorway. This facility will also have connectivity with TCC.

e) Closed Circuit Television (CCTV)

High speed roads are required to be closely monitored for immediate response to accidents. Recovery response time of ten minutes can only be exercised through CCTV.

f) ITS Communication Infrastructure

The electiveness of ITS hinges upon an effective communication system. The system proposed should be continuous and with adequate backups to ensure zero black out and breakage.

g) Electronic Toll Collection System (ETC)

The system proposed should be with minimum 98% efficiency.

h) Advance Traveler Info System (ATIS)

Commuters travelling for air connectivity will be provided information through ATIS.

i) Ramp Metering (RM) Will be utilized for congestion control through

86

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

TCC.

j) Emergency Roadside Telephone (ERT)

To be used by commuters for assistance. Will be connected to nearest response centers of emergency services.

k) Web Portal Provision of continuous internet services for the commuters.

l) Motorway Advisory Radio (MAR)

FM Radio for information and entertainment services on the Motorway.

m) Speed Enforcement System (SES)

Apart from mobile speed checks, the motorway will also have fixed distance speed check arrangements to facilitate speed enforcement.

n) E-Fine Collection System (EFCS)

Mobile and static speed checks will be connected with ETC system for E-Fines and collections.

TOTAL FOR BILL NO.9 (CARRIED FORWARD TO SUMMARY) *Note: The quantities given in non-binding BOQs are provisional and are given for arriving at common basis for evaluation. These quantities can be replaced with Contractor’s own preliminary design data forming basis of his bid price. The above data can be used for comparison with conceptual design attached with the bidding document. Bidder may provide any further item deemed necessary for execution of complete scope of work as per bidder's proposed preliminary design. For non-CSR items detailed item description and rationale of item itself will be attached by the bidder.

87

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

NON-BINDING BILL OF QUANTITIES

QUOTED COST BY BIDDER

BILL No. 10: Landscaping & Horticulture (this is to be reviewed by bidder in his preliminary design after preparing a landscape design for the relevant

portions of the Motorway)

Pay Item SP-1000

Item Description Unit Tentative Quantity as per

Employer’s Preliminary/

Concept Design*

Unit Rate (Rs.)

Amount (Rs.)

GRASSING

SP-1001 Grassing of Embankment Side Slopes

SM 3,220,000

SP-1002 Grassing at Right of Way Area (Both Sides)

SM 11,037,800

SP-1004 Maintenance of Grassing Months 12 TREE PLANTATION

SP-1005

Plantation of Fruit bearing as well as ornamental Trees as specified by the Employer’s Representative

a) |Outer Row of Trees

(over 10m) No 153,333

b) Middle Tow of Trees

(3m-5m high) No 153,333

c) Inner Row of Trees (up

to 3m) No 153,333

d) Flower Beds @ 500 c/c

both side (3mx25m) LS 1

SP-1006 Maintenance of Trees Months 12 LANDSCAPING SP-1010 Grassing of Interchanges SM 3,420,000

SP-1011 Ornamental Plants & rockery on Interchanges

No 8

SP-1012 Maintenance of Landscaping Months 12 TOTAL FOR BILL NO.10 (CARRIED FORWARD TO SUMMARY)

*Note: The quantities given in non-binding BOQs are provisional and are given for arriving at common basis for evaluation. These quantities can be replaced with Contractor’s own preliminary design data forming basis of his bid price. The above data can be used for comparison with conceptual design attached with the bidding document. Bidder may provide any further item deemed necessary for execution of complete scope of work as per bidder's proposed preliminary design. For non-CSR items detailed item description and rationale of item itself will be attached by the bidder.

88

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

SECTION-V

SCHEDULE OF PAYMENT

All payments shall be made in accordance with the Schedule of Payments given in this Section. The Schedule provides the Milestones on achieving which the Contractor shall become entitled to raise his invoice related to the said Milestone. The Employer shall make payment to the Contractor after receipt of the corresponding invoice as approved by Employer's Representative/Assistant within the period specified in the Conditions of Contract.

89

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Schedule of Payments Contract Amount as stated by the Bidder in the Letter of Price Bid subject to corrections as per provisions of instruction to Bidders: ____________________________ (as per details in Schedule of Prices)

Sr. No.

Description of Milestone

Percent of

Contract Amount

Section 1 (Km 917 - Km 975)

1 Approval of Detailed Design and Provision for Insurance Policies 0.25%

2 Shop Drawings and other deliverables related to design work. 0.10%

3 On Completion of 25% of Embankment work 1.00%

4 On Completion of 50% of Embankment work 1.00%

5 On Completion of 75% of Embankment work 1.00%

6 On Completion of 100% of Embankment work 1.58%

7 On completion of 50% of Sub-Structure of Bridges 0.35%

8 On completion of 100% of Sub-Structure of Bridges 0.35%

9 On completion of 50% of Super-Structure of Bridges 0.35%

10 On completion of 100% of Super-Structure of Bridges 0.42%

11 On Completion of 25% of all Cattle Creeps & Box Culverts 0.50%

12 On Completion of 50% of all Cattle Creeps & Box Culverts 0.50%

13 On Completion of 75% of all Cattle Creeps & Box Culverts 0.50%

14 On Completion of 100% of all Cattle Creeps & Box Culverts 0.50%

15 On Completion of 50% of all Underpasses 0.25%

16 On Completion of 100% of all Underpasses 0.25%

17 On Completion of 50% of Sub-Base Courses 1.00%

18 On Completion of 100% of Sub-Base Courses 1.00%

19 On Completion of 50% of Aggregate Base Courses 1.00%

20 On Completion of 100% of Aggregate Base Courses 1.00%

21 On Completion of 50% of Asphaltic Base Course 1.30%

90

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

22 On Completion of 100% of Asphaltic Base Course 1.30%

23 On Completion of 50% of Asphaltic Wearing Course 1.30%

24 On Completion of 100% of Asphaltic Wearing Course 1.30%

25 On Completion of 25% of all Remaining Works (Fence, Guard Rail, Road Furniture, Plantation & Slope Protection, Drainage & Erosion works etc.) under Bills 1 – 7

1.00%

26 On Completion of 50% of all Remaining Works (Fence, Guard Rail, Road Furniture, Plantation & Slope Protection, Drainage & Erosion works etc.) under Bills 1 – 7

1.00%

27 On Completion of 75% of all Remaining Works (Fence, Guard Rail, Road Furniture, Plantation & Slope Protection, Drainage & Erosion works etc.) under Bills 1 – 7

1.00%

28 On Completion of 100% of all Remaining Works (Fence, Guard Rail, Road Furniture, Plantation & Slope Protection, Drainage & Erosion works etc.) under Bills 1 – 7

1.00%

29 Balance work payable on Pro-rata basis of completed length of the Section including new jersey barrier as per approved X-section.

3.025%

Sub-Total 22.00%

Section 2 (Km 975 - Km 1033)

1 Approval of Detailed Design and Provision for Insurance Policies 0.25%

2 Shop Drawings and other deliverables related to design work. 0.10%

3 On Completion of 25% of Embankment work 1.00%

4 On Completion of 50% of Embankment work 1.00%

5 On Completion of 75% of Embankment work 1.00%

6 On Completion of 100% of Embankment work 1.58%

7 On completion of 50% of Sub-Structure of Bridges 0.35%

8 On completion of 100% of Sub-Structure of Bridges 0.35%

9 On completion of 50% of Super-Structure of Bridges 0.35%

10 On completion of 100% of Super-Structure of Bridges 0.42%

11 On Completion of 25% of all Cattle Creeps & Box Culverts 0.50%

12 On Completion of 50% of all Cattle Creeps & Box Culverts 0.50%

13 On Completion of 75% of all Cattle Creeps & Box Culverts 0.50%

14 On Completion of 100% of all Cattle Creeps & Box Culverts 0.50%

15 On Completion of 50% of all Underpasses 0.25%

16 On Completion of 100% of all Underpasses 0.25%

91

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

17 On Completion of 50% of Sub-Base Courses 1.00%

18 On Completion of 100% of Sub-Base Courses 1.00%

19 On Completion of 50% of Aggregate Base Courses 1.00%

20 On Completion of 100% of Aggregate Base Courses 1.00%

21 On Completion of 50% of Asphaltic Base Course 1.30%

22 On Completion of 100% of Asphaltic Base Course 1.30%

23 On Completion of 50% of Asphaltic Wearing Course 1.30%

24 On Completion of 100% of Asphaltic Wearing Course 1.30%

25 On Completion of 25% of all Remaining Works (Fence, Guard Rail, Road Furniture, Plantation & Slope Protection, Drainage & Erosion works etc.) under Bills 1 – 7

1.00%

26 On Completion of 50% of all Remaining Works (Fence, Guard Rail, Road Furniture, Plantation & Slope Protection, Drainage & Erosion works etc.) under Bills 1 – 7

1.00%

27 On Completion of 75% of all Remaining Works (Fence, Guard Rail, Road Furniture, Plantation & Slope Protection, Drainage & Erosion works etc.) under Bills 1 – 7

1.00%

28 On Completion of 100% of all Remaining Works (Fence, Guard Rail, Road Furniture, Plantation & Slope Protection, Drainage & Erosion works etc.) under Bills 1 – 7

1.00%

29 Balance work payable on Pro-rata basis of completed length of the Section including new jersey barrier as per approved X-section.

3.025%

Sub-Total 22.00%

Section 3 (Km 1033 - Km 1091)

1 Approval of Detailed Design and Provision for Insurance Policies 0.25%

2 Shop Drawings and other deliverables related to design work. 0.10%

3 On Completion of 25% of Embankment work 1.00%

4 On Completion of 50% of Embankment work 1.00%

5 On Completion of 75% of Embankment work 1.00%

6 On Completion of 100% of Embankment work 1.58%

7 On completion of 50% of Sub-Structure of Bridges 0.35%

8 On completion of 100% of Sub-Structure of Bridges 0.35%

9 On completion of 50% of Super-Structure of Bridges 0.35%

10 On completion of 100% of Super-Structure of Bridges 0.42%

11 On Completion of 25% of all Cattle Creeps & Box Culverts 0.50%

92

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

12 On Completion of 50% of all Cattle Creeps & Box Culverts 0.50%

13 On Completion of 75% of all Cattle Creeps & Box Culverts 0.50%

14 On Completion of 100% of all Cattle Creeps & Box Culverts 0.50%

15 On Completion of 50% of all Underpasses 0.25%

16 On Completion of 100% of all Underpasses 0.25%

17 On Completion of 50% of Sub-Base Courses 1.00%

18 On Completion of 100% of Sub-Base Courses 1.00%

19 On Completion of 50% of Aggregate Base Courses 1.00%

20 On Completion of 100% of Aggregate Base Courses 1.00%

21 On Completion of 50% of Asphaltic Base Course 1.30%

22 On Completion of 100% of Asphaltic Base Course 1.30%

23 On Completion of 50% of Asphaltic Wearing Course 1.30%

24 On Completion of 100% of Asphaltic Wearing Course 1.30%

25 On Completion of 25% of all Remaining Works (Fence, Guard Rail, Road Furniture, Plantation & Slope Protection, Drainage & Erosion works etc.) under Bills 1 – 7

1.00%

26 On Completion of 50% of all Remaining Works (Fence, Guard Rail, Road Furniture, Plantation & Slope Protection, Drainage & Erosion works etc.) under Bills 1 – 7

1.00%

27 On Completion of 75% of all Remaining Works (Fence, Guard Rail, Road Furniture, Plantation & Slope Protection, Drainage & Erosion works etc.) under Bills 1 – 7

1.00%

28 On Completion of 100% of all Remaining Works (Fence, Guard Rail, Road Furniture, Plantation & Slope Protection, Drainage & Erosion works etc.) under Bills 1 – 7

1.00%

29 Balance work payable on Pro-rata basis of completed length of the Section including new jersey barrier as per approved X-section.

3.025%

Sub-Total 22.00%

Section 4 (Km 1091 - Km 1147)

1 Approval of Detailed Design and Provision for Insurance Policies 0.25%

2 Shop Drawings and other deliverables related to design work. 0.10%

3 On Completion of 25% of Embankment work 1.00%

4 On Completion of 50% of Embankment work 1.00%

5 On Completion of 75% of Embankment work 1.00%

6 On Completion of 100% of Embankment work 1.58%

93

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

7 On completion of 50% of Sub-Structure of Bridges 0.35%

8 On completion of 100% of Sub-Structure of Bridges 0.35%

9 On completion of 50% of Super-Structure of Bridges 0.35%

10 On completion of 100% of Super-Structure of Bridges 0.42%

11 On Completion of 25% of all Cattle Creeps & Box Culverts 0.50%

12 On Completion of 50% of all Cattle Creeps & Box Culverts 0.50%

13 On Completion of 75% of all Cattle Creeps & Box Culverts 0.50%

14 On Completion of 100% of all Cattle Creeps & Box Culverts 0.50%

15 On Completion of 50% of all Underpasses 0.25%

16 On Completion of 100% of all Underpasses 0.25%

17 On Completion of 50% of Sub-Base Courses 1.00%

18 On Completion of 100% of Sub-Base Courses 1.00%

19 On Completion of 50% of Aggregate Base Courses 1.00%

20 On Completion of 100% of Aggregate Base Courses 1.00%

21 On Completion of 50% of Asphaltic Base Course 1.30%

22 On Completion of 100% of Asphaltic Base Course 1.30%

23 On Completion of 50% of Asphaltic Wearing Course 1.30%

24 On Completion of 100% of Asphaltic Wearing Course 1.30%

25 On Completion of 25% of all Remaining Works (Fence, Guard Rail, Road Furniture, Plantation & Slope Protection, Drainage & Erosion works etc.) under Bills 1 – 7

1.00%

26 On Completion of 50% of all Remaining Works (Fence, Guard Rail, Road Furniture, Plantation & Slope Protection, Drainage & Erosion works etc.) under Bills 1 – 7

1.00%

27 On Completion of 75% of all Remaining Works (Fence, Guard Rail, Road Furniture, Plantation & Slope Protection, Drainage & Erosion works etc.) under Bills 1 – 7

1.00%

28 On Completion of 100% of all Remaining Works (Fence, Guard Rail, Road Furniture, Plantation & Slope Protection, Drainage & Erosion works etc.) under Bills 1 – 7

1.00%

29 Balance work payable on Pro-rata basis of completed length of the Section including new jersey barrier as per approved X-section.

3.025%

Sub-Total 22.00%

Allied Facilities etc. under Bill 8 to 10

1 On Completion & Commissioning of all Service Areas & Rest Areas 2.00%

94

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

2 On Completion & Commissioning of all Remaining Works under Bill 8 2.00%

3 On Completion & Commissioning of Intelligent Transportation Systems (Bill 9)

3.00%

4 On Completion of Landscaping (Bill 10) 1.00%

On Project Completion

5 On Issuance of Taking Over Certificate for entire Project 1.50%

6 Maintenance for 1st Year 1.00%

7 Maintenance for 2nd Year 1.50%

8 Maintenance for 3rd Year 1.50%

9 On Issuance of Performance Certificate for entire Project at end of DLP 3.00%

10 a) Provision of Insurance Policies for entire Project and b) Provision of Intelligent Transportation System

2.75

11

Internal Security Arrangement by Contractor for Project Duration including Maintenance (to be paid on time prorate basis) with proof of Documentary evidence of deployed personnel on site with pay scale/designation and period.

0.2%

Total Percentage of Accepted Contract Amount 100.00%

Mobilization Advance

a Mobilization Advance (First Installment) against Bank Guarantee on Signing of the Contract Agreement & Furnishing of Performance Guarantee

5.00% of Contract

Price

b Mobilization Advance (Second Installment) against Bank Guarantee on Mobilization of Resources to Site, Setting up of Site Camp and Approval of Detailed Engineering Design by Employer

2.50% of Contract

Price

95

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

SCHEDULE – O TO BID

TABLE OF PRICE ADJUSTMENT The source of indices and the weightages or coefficients for use in the adjustment formula under Clause 13.8 shall be as follows:

Cost Element

Description Weightages Applicable index

1 2 3 4 (i) Fixed Portion 0.57 (ii) Local Labour 0.08 Government of Pakistan (GP)

Federal Bureau of Statistics (FBS) Monthly Statistical Bulletin.

(iii) Diesel POL 0.146 “ “ “ (iv) Bitumen 0.10 “ “ “ (v) Cement 0.018 “ “ “ (vi) Steel

Grade-40 Grade-60

0.085 “ “ “

Total 1.000

Notes: 1) Indices for “(ii)” to “(vi)” are taken from the Government of Pakistan Federal

Bureau of Statistics, Monthly Statistical Bulletin. The base cost indices or prices shall be those applying 28 days prior to the latest day for submission of bids. Current indices or prices shall be those applying 28 days prior to the last day of the billing period.

2) Any fluctuation in the indices or prices of materials other than those given

above shall not be subject to adjustment of the Contract Price.

96

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

97

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

SECTION VI

SPECIAL STIPULATIONS

98

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

SPECIAL STIPULATIONS

Description Sub-Clause Relevant Explanation

Employer's name and address 1.1.2.2 National Highway Authority, Islamabad, Pakistan

Contractor's name and address 1.1.2.3 As per contract agreement

Commencement Date 1.1.3.2

1. Commencement Date shall be within 42 days after the date on which the Contract comes into full force and effect under Sub-Clause 1.6 2. The Contractor will be handed over possession of sections of ROW free of all encumbrances in line with approved work program for the project.

Time for Completion of the Works

1.1.3.3 30 months from the date of commencement (including detailed design).

Defects Notification Period 1.1.3.7 36 months

Communications 1.3 Electronic Transmission Systems are not acceptable.

Governing Law 1.4 Law of Islamic Republic of Pakistan

Ruling language 1.4 English

Language for communications 1.4 English

Time for access to the Site 2.1 Within 28 days from the commencement of the works

Amount of Performance Security

4.2

The performance security will be in the form of an unconditional Bank Guarantee in the amount(s) of 10% of the accepted contract amount from a scheduled Bank of Pakistan acceptable to the Employer or from a foreign Bank counter guaranteed by local scheduled Bank acceptable to the Employer. Incase of JV the performance security must be in the name of JV. JV means any Joint Venture, Consortium or other incorporated grouping of two or more persons as referred in GCC-1.14.

Delay damages for the Works 8.7&

14.15(b)

Zero Point Zero Five Percent (0.05%) of the Contract Price per day, in the currencies and proportions in which the Contract Price is payable.

Maximum amount of Delay Damages

8.7 10% of the contract price

Provisional Sums 13.5(b)(ii) 12% (Twelve Percent)

Advance Payment 14.2 In two installments of 5% and 2.50% of the contract value subject to the conditions specified.

99

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Repayment / amortization of advance payment

14.2

The repayment shall start when the total of all certified interim payments (excluding the advance payment) exceeds 10% of Contract price and shall be completely repaid prior to the time when 80% of the Contract price has been certified for payment or three months prior to the time for completion of Works whichever is earlier. Deduction shall be made at the amortization rate of 12% of the amount of each payment certificate in the same currency and proportion in which the contract price is payable.

Amount deducted for retention

14.3 5% of each Interim Payment Certificate

Limit of Retention Money 14.3 5% of the Accepted Contract Amount

Rate of Interest on Unpaid Amounts

14.8 8% per annum for local currency only

Currencies of Payment 14.15 Payment shall be made in Pak Rupees only

Periods for submission of insurance certificate

18.1 Within 42 days of commencement. Insurance company should have established/ registered office in Pakistan.

Date by which the DAB shall be appointed and three names of proposed DAB members by both parties

20.2

The DAB has to be in place within 84 days of the commencement of work as per FIDIC rules. To expedite the matter, here are three names provided for review by both parties or else they can propose new names in their tender submission. This can be one member or three members DAB as per decision made during evaluation of bid process. Three members proposed are: 1. Mr. Liaqat Hayat 2. Mr. Mushtaq Sammore 3. Mr. Akmal Hussain retired CEMES

Place for DAB & Arbitration proceedings

20.6 Islamabad, Pakistan and arbitration shall take place in accordance with laws of the Employer’s country. (Arbitration act 1940 of Pakistan).

100

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

SECTION VII

GENERAL CONDITIONS

101

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

The General Conditions shall be those of “Conditions of Contract for EPC/Turnkey Projects”, First Edition 1999ISBN 2-88432-021-0, prepared by the Fédération Internationale des Ingéniéurs – Conseil (FIDIC). These General Conditions are subject to the amendments and additions set out in the Particular Conditions. These General Conditions are available from: FIDIC P.O. BOX 311 1215 Geneva 15 Switzerland Phone: +41 22 7994905 Fax: +41 22 7994901 Email: [email protected]

102

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

SECTION VIII

PARTICULAR CONDITIONS OF CONTRACT

103

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Conditions of Contract Part-II

CONDITIONS OF PARTICULAR APPLICATION The Conditions of Contract comprise the “General Conditions” and the “Conditions of Particular Application”. The Conditions of Particular Application set out hereunder are based on the General Conditions and denote deletions, additions or amendments to these conditions. All deletions, additions or amendments to the General Conditions have been recorded in these Conditions of Particular Application along with reference to the relevant clause or sub-clause. 1. GENERAL PROVISIONS

Definitions Sub-Clause The Contract

1.1.1.1 At the end of the sub-clause, add the following: “Letter of Acceptance” means Letter of Award of work issued by the Employer.

Parties and Persons

1.1.2.2

“Employer” means: The Chairman, National Highway Authority, Ministry of Communication, Government of Islamic Republic of Pakistan. including the legal successors in title to this person.

The Employer’s address is:

28 Mauve Area, Sector G-9/1, Islamabad, Pakistan. Telephone: +92-51-9260565 Fax: +92-51-9260419 E-Mail: [email protected]

1.1.2.4

Employer’s Representative means General Manager (Lahore-Abdul Hakeem Section) or any other person/entity appointed by the Employer and notified to the Contractor from time to time.

1.1.3.3

The Time for Completion is 30 months. Dates, Tests Periods and Completion 1.1.3.7 The Defects Notification Period for the Works shall be three years. All

defects will be rectified as per Table-I referred in Employer’s Requirement. The design liability shall be for five years after taking over certificates. The Professional Indemnity Bond shall remain valid for this period. The contractor can also carryout this liability through special insurance policy under which the insurance company through a

104

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

specially appointed sub-contractor of their own carryout all defects and maintenance works in the three years at cost to be borne by the Contractor.

Schedule of Payment

1.1.4.9

Add a new sub-clause as follows: “Schedule of Payment” means a Schedule of Lump Sum Payment prepared by the Employer and enclosed as Section V in these tender documents.

1.1.5.6 The Project shall be divided into following 4 sections for purpose of planning and monitoring of progress of work and release of payments to the Contractor in accordance with the Schedule of Payments (Section V):

Section-I Km 917 (Abdul Hakeem) to Km 975 Section-2 Km 975 to Km 1033 Section-3 Km 1033 to Km 1091 Section-4 Km 1091 to Km 1147 (Lahore)

Other Definition

1.1.6.9 Add sub-clause as follows: ‘Public Utilities” means pipes for water supply, gas/oil and sewage, the overhead and underground transmission facilities of electricity and communications etc.

Law and Language

1.4 The Contract shall be governed by the Laws in force in the Islamic Republic of Pakistan. The language for communications shall be English.

Priority of Contract Documents

1.5 Delete items (a) to (e) and replace as follows: (a) the Contract Agreement, (b) the Letter of Acceptance, (c) the Particular Conditions – Part II (d) the General Conditions – Part I (e) The Schedule of Payments (f) The Employer’s Requirement (g) Forms of Bid &Schedules to Bid (h) Specifications (i) Preliminary Design Drawingssubmitted by the

Contractor (j) Detailed Drawings submitted by the Contractor (k) Detailed design prepared and submitted by the

Contractor after award of Contract and approved by the Employer.

(l) Contractor’s final proposal dated _______ including Methodology and duly approved Work Program

(m) any other document forming part of the Contract.

105

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Contract Agreement

1.6 In the last line, replace the word ‘Employer’ with “Contractor”.

Care and supply of documents

1.8 Add the following new paragraphs at the end of the sub-clause: Original + One copy to the Employer and 10 copies for Employer’s Representative for Each section and similar number on the Contractor side. These will be full documents including all annexures, tables, complete in all respect.

Confidential Details

1.12 Add new second paragraph to Sub-Clause 1.12 as follows: The Contractor shall treat the details of the Contract as private and confidential, save insofar as may be necessary for the purpose thereof, and shall not publish or disclose the same or any particulars thereof in any trade or technical paper or elsewhere without the previous consent in writing of the Employer. If any dispute arises as to the necessity of any publication or disclosure for the purpose of the Contract, the same shall be referred to the Employer whose determination shall be final.

2. THE EMPLOYER

Right of Access to the Site

2.1 Add the following sub-clause, at para-3: “The Employer shall provide sections of cleared and unencumbered Right of Way (ROW) along the alignment to the Contractor so as to allow him to proceed with the execution of the Works in accordance with the Programme submitted by the Contractor under provisions of Clause 8.3 and duly approved by the Employer’s Representative.”

2.2(b)iii Delete and replace the sub-clause as follows: “for the import and export of Contractor’s equipment when it is entering into or being removed from the Site.

Employer’s financial arrangement

2.4 Delete the sub-clause in its entirety.

Employer’s Claims

2.5 At the end of the last paragraph, add the following text: “or from the encashment of the Performance Security or by liquidation of other assets of the Contractor”

3. EMPLOYER’S ADMINISTRATION

Assistant to the Employer’s Representative

3.6 Add new sub clause 3.6 as follows In view of the scale of the Project, the Employer shall be authorized to employ a firm / association of firms of Consulting Engineersto act as the “Assistant to the Employer’s Representative” (AER).

106

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

The AER shall provide services of foreign as well as local experts in various fields during the design, construction and maintenance stages of the Project. The Employer or Employer’s Representative may assign from time to time duties and delegate authority to Assistants, and may also revoke such assignments or delegation. In this context, the Employer/ Employer’s representative shall intimate notification of delegated authority in writing. Assistant to the Employer’s Representative under assigned responsibilities shall carry out the duties and shall excise authority delegated to him by the Employer. He shall also assist the Employer in formulating outline design and overall requirements for international standard ITS enabled motorway facility, Bid evaluations, negotiations with the lowest evaluated bidder, review of the detailed engineering design prepared under EPC/Turnkey mode by the contractor, top supervision of supervisory consultant appointed by the Contractor, validating milestones for payment and certain amount of tests during and at completion to ensure quality as per set specifications and standards. Detailed scope of work anticipated for completion of the Project by the Contractor, involving input from the Assistant to the Employer’s Representative during currency of the contract implementation is outlined in the following paragraphs

a) Preparation of detailed design in complete conformance to the Employer’s Requirements

Review the Design prepared by the contractor in conformance with the Employer’s Requirement.

b) Carryout all field works/tests/investigations/surveys &

studies to accurately depict the site conditions; that will lead to an acceptable design as per best international practices, not less than the Employer’s requirements of the Employer’s Training Programs.

In depth review of the design drawings & support documents to ensure that all technical requisites are met to produce a safe and technically correct design. Complete correspondence and coordination is required to be done by the AER till the design is finalized. It also includes number of visits to Site if required

107

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

c) Develop, designs with supporting drawings/ specifications/ reports and calculations to be submitted for the approval of the Employer; that when granted, does not absolve the Contractor of its obligations as stipulated/construed in the EPC/Turnkey Contract document.

The AER shall review the design reports; vet the calculations of all design components related to project. He shall certify to the Employer that the Design conforms to the Employers Requirements

d) Develop detailed execution program in Primavera with resource allocation schedule.

The AER shall validate, the works execution program submitted by the contractor is well documented with appropriate resource allocation in Primavera software. The AER shall monitor & update the works progress on the software on daily basis and develop reports on weekly basis, with actual position of resource allocation. He shall advice the Employer for timely management of Project completion, any claims submitted or likely to be submitted by the Contractor.

e) The Contractor shall institute a quality assurance

system including hiring of a supervisory consultant to demonstrate compliance with the requirements of the Contract. The Employer shall be entitled to audit any aspect of the supervision contract. The contractor shall forward copy of all correspondence in English language to the AER and shall allow him to visit and monitor the works execution, quality management and supervision tests

The AER shall vigilantly monitor the quality of supervision being imparted by the contractor’s consultant and advice the Employer in a weekly report. He shall make a good record to the correspondence forwarded to him in scanned digital archiving database.

f) The contractor shall be responsible for verifying and

interpreting all data provided by the Employer, as Employer shall have no responsibility for the accuracy of such data.

108

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

In pre bid meetings, AER shall develop appropriate reply to all quarries raised by the bidders. Coordinate sharing of available data upon request, covering all legal aspects.

g) Mobilize equipment/manpower/resource adequately as

per approved Program.

Monitor resource mobilization as per approved work program and report in his progress reports.

h) Execution of works as per best-established practices

and in conformance to the approved design; not limited to earthwork, pavement work, structure works, stabilization, road safety works, drainage, ancillary works, electrical works, ITS system installation, Traffic signs, pavement markings, horticulture in ROW, fencing and motorway adjoining facilities; all, complete in all respect.

The AER shall monitor and keep an inventory of all shop drawings for each Motorway component; a digital archiving database on computer in this regard shall be developed. The AER shall advice the Employer that the material and specifications used conforms to the agreed conditions of contract as depicted from the shop drawings. 10% sampling of fixtures shall be tested for compliance.

i) Identification of quarry Sites, approval of samples of materials. The Contractor shall submit samples to the Employer; each sample shall be labeled as to origin and intended use in the Works.

AER shall fully coordinate in identification of quarry sites and approval of samples material. Before initiation of any new activity, it shall be mandatory to jointly inspect the material/ equipment at source (domestic/international) by two employers representatives, one AER expert and contractor personnel. All expenses whatsoever shall be borne by the Contractor.

j) Establishment &provision of all apparatus, assistance, documents &other information, electricity, equipment, fuel, consumables, instruments, labor, materials and suitably qualified and experienced staff, as are necessary to carry out the specified tests efficiently.

109

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

The AER shall establish his office in the contractor’s camp. The contractor shall provide all facilities for efficient working of the AER including but not limited to transport dedicated, fuel, maintenance, driver, fixtures, and consumables whatsoever. AER shall ensure that contractor’s lab equipment is calibrated and serviced every 4 months.

k) Efficient implementation of Contract conditions/clauses.

AER shall monitor the implementation of Contractual conditions/clauses in letter & spirit. Advice Employer of any lapses timely. All submissions made by the contractor, with respect to the Contract shall be scrutinized, corrected and submitted to the Employer with appropriate recommendations under the provisions of the contract. Such recommendations must carry contractual and legal qualifications.

l) Before taking over, Contractor shall facilitate the

Employer and his team to carryout joint testing as per program approved by the Employer.

Upon substantial completion of Project, AER shall develop a test program for taking over the Project. Testing shall be done jointly and snags found shall be reported and re-inspected until found acceptable.

m) Contractor shall prepare a maintenance and

operation manual for every aspect of the Project, for the approved by the Employer. This also includes the efficient operation requirements and standards for routine and periodic maintenance, integration of ITS with time based appropriate response to the road user requirement event whatsoever

A limited team of AER shall stay at the Project site, until the maintenance period is over. The Team shall monitor and implement the Manuals on the Project effectively. A monthly report shall be submitted in this regard.

110

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

The AER shall review and vet the maintenance and operation manuals and give his recommendations to the Employer for final approval.AER shall provide full facilitation to the Employer for preparing TOR for appointing Motorway operating concessioner. Evaluation of bids till final selection.AER shall ensure the implementation of Motorway operation as per required standards set in the Manuals.

n) Attend and implement the Environmental issues as

reported in the NOC issued by the PEPA (Pakistan Environmental Protection Agency).

Ensure that all environmental conditions are adhered to, with respect to camp, disposal of sewage, operation of plants, addressing to quarry sites as per requirement of Environmental laws, cutting of trees in line with local rules and regulations; whatsoever required as per prevailing Environmental Rules.

o) Horticulture work as specified in the Employer’s

Requirements shall be carried out during works and maintenance period. Contractor shall develop a horticulture maintenance manual.

AER shall vet and endorse the horticulture implementation plan. Vet the horticulture maintenance manual. Monthly report shall be submitted in this regard. A database for each plant with picture and growth monitoring

p) ITS design shall be done as per international best

practice, including construction and setup of monitoring and control center in a fully functional state. Construction, implementation, maintenance and operation manual shall be developed for ITS setup and usage.

AER shall review the detailed design, all the equipment shall be tested at source by a team of Employer (2 persons), AER (2 experts) and contractor representation. Approve ITS manual.

111

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Ensure operation & maintenance of ITS setup as per manual.

GIS of project with each facility pictured (Bridge, Culvert, ITS equipment along roadway) etc

q) Movie Documentary of project construction

The AER shall keep record and develop database of Project elements in computer database.

r) Training of Employers personnel and fresh Engineers

Monitor that training is appropriately imparted. Develop curricula in this regard.

s) IRI requirement as per Contract document

Independent IRI tests

t) Highway safety Audit

Independent Highway Safety Auditor for following stages:

• Preliminary design stage

• Detail Design Stage

• Construction Stage

• Post construction Stage

u) Any other service

Provide any other specialist services requested by the Employer, which will be considered relevant to the Project

v) Audit matters

The AER shall assist the Employer to settle the Audit Paras and objection raised (if any) prepare replies related to the Project and provide available relevant document/papers/letter etc to support the replies.

w) The contractor shall prepare As Built Drawings complete in all respect of the complete project and its elements.

112

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Upon the completion of the Project, the contractor shall prepare the As Built Drawings. The AER shall validate the Drawings as per construction done. He shall develop the firmed up Estimate as per final completion of the Project.

x) Evaluation of Payment Statements

The AER shall independently evaluate each payment statement submitted by the contractor based on the work executed and his payment schedule as per the EPC contract agreement. The evaluation will be submitted to the Employer’s Representative with a copy to the Contractor.

4. THE CONTRACTOR

Performance Security

4.2 Add the following text at the start. The Contractor shall deliver Performance Security to the Employer within 28 days after the receipt of the Letter of Acceptance. The Performance Security shall be in the form of a Bank Guarantee issued either by a bank located in Pakistan or a foreign bank through a correspondent bank located in Pakistan. The Performance Security shall be for an amount equivalent to 10% of the Accepted Contract Price stated in the Letter of Acceptance and drafted according to the relevant form provided by the Employer in the Tender Documents. The Performance Security shall be denominated in the types and proportions of currencies in which the Contract Price is payable. Without limitation to the provisions of the preceding paragraph, whenever the Employer’s Representative determines an addition to the Contract Price as a result of a change in cost and/or legislation or as a result of a variation amounting to more than 25 percent of the portion of the Accepted Contract Price, the Contractor at the Employer’s Representative’s written request, shall promptly increase the value of the Performance Security accordingly to cover the said addition.

Contractor’s Representative

4.3

In the last paragraph add the following text at the end: “In addition, the Contractor shall provide sufficient interpreters of local language at the Site to ensure adequate communication with the local personnel.” The Contractor’s authorized representative and his other

113

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

professional engineers working at site shall register themselves with the Pakistan Engineering Council. In case of Contractor’s failure to deploy its key staff (All senior Engineering and management personnel as decided by Employer’s Representative)within 45 days after stipulated date of commencement, an amount of Rs. 10,000/ each per day will be deducted from any money due to the contractor.

Sub-Contractors

4.4 The Contractor may subcontract the Works for the maximum value equal to 30% of the accepted Contract Amount.

Safety Procedure

4.8 After the word ”shall’ appearing in the opening line insert: “to the extent to which the Contractor is in exclusive possession of the site handed over as per provisions of approved program under Clause 8.3” In the event of work being carried out at night, the Contractor shall at his own cost, provide and maintain such good and sufficient light as will enable the work to proceed satisfactorily and without danger. The approaches to the Site and the Works where the night-work is being carried out shall be sufficiently lighted. All arrangement adopted for such lighting shall be to the satisfaction of the Employer’s Representative.

Transport of Goods

4.16 Add the following as new sub-paragraph at the end of sub-paragraph (a): “The Contractor shall duly consider the nature, volume and weight of all Plant and Goods for the safe inland transportation up to the Site. After consultation with the Employer’s Representative, the Contractor shall, at its own risk and cost, use the most appropriate route for transporting the Plant and Goods without causing the impediments to the public transport and without causing any delay to the approved programme of the Works;” Substitute the entire text of sub-paragraph (b) with the following: “The Contractor shall be responsible for proper packing, marking of packages in accordance with recognized international practices, shipping through vessels registered in any eligible source country or through conference line vessels, clearing from custom authorities, loading, inland transporting, receiving, unloading, storing and protecting of Plant, Goods and all other things required for the Works; and”

Protection of the Environment

4.18 At the end of the sub-clause add the following: This shall include adherence to all provisions of the Environmental Management Plan duly approved by the relevant Environmental Protection Department, during the execution of the Works. The Contractor shall exercise care to protect the natural landscape and shall conduct his construction operation so as to prevent any unnecessary destruction, scarring or defacing of the natural surroundings in the vicinity of the Works, except where clearing is required for permanent works, approved temporary

114

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

works and for excavation operations. All trees and native vegetation shall be preserved and shall be protected from damage, which may be caused, by the Contractor’s construction operations and equipment. On completion of the Works, all work areas shall be smoothed and graded in a manner to scarring damage or defacing may occur as a result of the Contractor’s operations, it shall be repaired, replanted or otherwise corrected as directed by the Employer’s Representative at Contractor’s expense.

Borrow areas shall be located and operated so as not to detract from the future usefulness or value of the sites. Upon completion of operations, borrow areas shall be left in a safe and sightly conditions. No borrow areas shall be located within 500 meter from the right of way.

During the performance of the work required under the Contract, the Contractor shall carryout proper and efficient measures as often as necessary to reduce the dust nuisance, and to prevent dust originating from his operations. For waste water disposal, the provision of septic tank alone for worker’s camp etc. will not be sufficient and may have to be supplemented with secondary treatment in form of gravel drains / constructed wetland depending on the laboratory results of effluent from the septic tank.

The Contractor shall take all necessary measures to prevent water from the Site causing a nuisance on or, in any neighbouring land or property either by causing flooding or by depositing sediment on the surface of the ground or in drains or watercourses. Wherever necessary to prevent this, the Contractor shall construct temporary drainage channels, layer sumps and traps (in addition to those shown on the Contract) discharging into existing drain, ditches or watercourses. The Contractor snail removes over all sediment, which may accumulate on any land or in any drains, ditches or watercourses or in any other property as a result of his operations.

All works including those below sub-soil standing water level shall be carried out in the dry unless specified otherwise. The Contractor's arrangements for controlling the inflow of water into the parts of the excavation being worked and during the placing of concrete and other works therein and for the collection and disposal of water shall be to the Employer’s Representative’s Approval. Such arrangements may include interalia temporary cofferdams, well-point systems, pumps; drains trenches, flumes and other recognized means. All Costs and charges in dealing with water in any way whatsoever and the effects thereof will be deemed to be included in the Contract Price and in the unit rates or prices of the Contractor for excavations.

115

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Water flowing into excavations shall be carried by trenches, drainage layers or open jointed drains to sumps from which it shall be pumped. Such trenches drains or sands shall generally be clear of the Permanent Works unless approved otherwise by the Employer’s Representative. If, with the said Approval of the Employer’s Representative trenches drains or sumps are excavated under or immediately adjacent the Permanent Works, these shall comprise open-jointed pipes with gravel mounds. When no longer required and when approved by the Employer’s Representative they shall be filled with a cement /sand grout injected under pressure so as to fill the pipe and all voids completely.

The Contractor shall keep all surfaces upon or against which concrete is to be deposited free from running water and no concrete shall be placed until such surfaces are properly drained. Suitable precautions shall be taken to prevent running water from washing out cement or concrete while it is setting or from injuring the Works in any other way.

Notwithstanding the Approval by the Employer’s Representative of the Contractor's methods of dealing with water, the Contractor shall be responsible for and accept all the risks and liabilities of dealing with water from whatever source and of all effects thereof.

The Contractor shall throughout the execution and completion of the Works and the remedying of any defects therein, comply with all applicable Environment Protection Laws and Regulations of the Country/Province.

Electricity, Water and Gas

4.19 The entire text of Sub-Clause is deleted and substituted with the following: “Except as otherwise stated in the Contract, the Contractor shall be responsible for the provision of all supplies of electricity, water, gas and other services as are required for carrying out the Works at the Site. Any apparatus and equipment temporarily required for the use of these services shall be arranged by the Contractor, at its own risk and cost.”

Progress Reports

4.21 In the second line of first paragraph after the word ‘prepared’ add the text “in the format acceptable to the Employer’s Representative.” In sub-paragraph (g), the word “and” appearing at the end of paragraph is deleted. In paragraph (h) the full stop (.) appearing at the end is substituted with a comma (,)

116

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Add the following items at the end of sub-clause with continuing order:

(i) An updated construction schedule indicating the progress in percentage; and

(j) Description of all works carried out since the last report; and

(k) An updated Progress Curve/Projected Cash flow indicating the planned and actual progress; and

(l) An updated Critical Resource Usage Chart showing comparison of planned and actual values; and

(m) An updated material procurement plan showing comparison of planned and actual values; and

(n) An updated schedule of shop drawings comparison of planned and actual values; and

(o) Description of the Works planned for the next 28 days sufficiently detailed to enable the Employer’s Representative to determine his programme of inspection and testing; and

(p) Summary of all submission; and Information about problems and areas of concern and proposal to overcome the same.

(q) Updating of baseline program with delay events every month along with delay analysis of events and actions recommended for action by the contractor.

Security of the Site

4.22 Add following at the end of the sub-clause: “If deemed necessary by the Contractor, he shall engage throughout the duration of the Contract, private security personnel / entities required for carrying out site operations pertaining to the execution of the Works. The cost of engaging such security personnel / entities shall be borne entirely by the Contractor”

5. DESIGN

General Design Obligations

5.1 Add following para at the end of sub-clause 5.1: The Employer’s Requirements shall be kept in view in the preparation of detailed design and deliverables. The Contractor shall produce detailed drawings and design calculations and other supporting data following his own Site investigations and findings to prepare a suitable design for the Works. The Contractor shall bear the full responsibility to the adequacy of the design. The obligations of indemnity bond are covered by the performance security being arranged by the contractor. The scope of work for the detailed design to which the Contractor shall be responsible is

117

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

covered under Section VI of this document. The cost of the Detailed Design including landscape is included in the Accepted Contract Amount. The detailed design is to be prepared and submitted to the Employer keeping in view Employer’s Requirements (Section VI) along with a copy of Standard Specifications / Standards being followed for the design for vetting/approval purposes. The Contractor is liable for the consequence of errors and omissions on their part or on the part of their employees in so far as the design of the Project is concerned to the extent and with the limitations as mentioned herein below. If the Client suffers any losses or damages as a result of proven faults, errors or omissions in the design of a project, the Contractor shall make good such losses or damages. The professional indemnity bond for design services to be provided shall either be covered in Contractor’s security bond or separately arranged for his design sub-consultant if this is the case. The cost of total design inputs are covered in accepted contract amount. The contractor may, to protect themselves, insure themselves against their liabilities.

Contractor Documents

5.2 Add the following para at the end of sub-clause 5.2: The Contractor shall be required to submit the following reports/documents to the Employer’s Representative during the currency and at completion of the Works for approval or otherwise as a routine submission; Three copies each of the reports/documents to be submitted to various agencies as per provision of Section VI:

1. Programme of Work for approval of the Employer 2. Design Report for approval of the Employer 3. Final Construction Drawings for approval of the Employer 4. Copies of Specifications & Standards 5. As-built drawings including cross-sections 6. Final Construction & Maintenance Report 7. Material / Laboratory Test Report

No extra cost shall be payable to the Contractor for carrying out the detailed design, producing the drawings and design reports, site investigations and surveys or any other inputs required for the detailed designing of the Works. These costs are deemed to be included in the Accepted Contract Amount.

Technical Standards and Regulations

5.4 The design, construction and tests shall comply with the Technical Standards and Specifications of the National Highway Authority as laid out in the Employer’s Requirements given in Sec VI.

118

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

6. STAFF AND LABOUR

Engagement of Staff & Labour

6.1 Add new paragraph at end of Sub-Clause 6.1 The Contractor is to comply with Pakistan Engineering Council byelaws to employ local staff and labour including sub-contractors with appropriate qualification and experience.”

Persons in the Service of Employer

6.3 Add the following at the end of paragraph: “or the Employer’s Representative’s employees, except with the prior written consent of the Employer, as the case may be.”

Working Hours 6.5 Add the following paragraph at the end of sub-clause: “If as a result of carrying out the Works on holidays or locally recognized days of rest or at night under circumstances (b) and (c) hereinabove, the Employer incurs additional supervision cost of the Employer’s Representative, such cost shall, after due consultation by the Employer and the Contractor, be determined by the Employer’s Representative and shall be recovered from the Contractor by the Employer for payment to the Employer’s Representative, from amounts due or to become due to the Contractor. The Contractor shall pay overtime payment to the Employer’s Representative’s Support Staff/Personnel who were required by the Contractor to perform their respective work assignment beyond the normal working hour.”

Facilities for Staff and Labour

6.6 The text of first paragraph is deleted and substituted with the following: “Save insofar as the Contract otherwise provides, the Contractor shall provide and maintain suitable accommodation and amenities for all its staff and labour, employed for the purpose of or in connection with the Contract, including all fencing, water supply (both for drinking and other purposes), electricity supply, sanitation, fire prevention and firefighting equipment, air conditioning, refrigerators, furniture and other requirements in connection with such accommodation or amenities. On completion of the Works, unless otherwise agreed, the temporary camps/housing provided by the Contractor shall be removed and the Site be reinstated to its original condition, all to the approval of the Employer’s Representative. Notwithstanding the above, following completion of the Works in case the Employer requires the Contractor not to remove/demolish the temporary-built camps/houses, then the relevant cost, as determined by the Employer’s Representative, shall be paid to the Contractor.”

119

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Contractor’s Superintendence

6.8 Add the following paragraph at the end of sub-clause: “A reasonable proportion of the Contractor’s superintending staff shall have a working knowledge of English and Urdu; otherwise the Contractor shall arrange a sufficient number of competent interpreters to be available at the Site during all working hours.”

Measures Against insects And Pest Nuisance

6.13 Add new Sub-Clause 6.13 as follows: “The contractor shall at all times take the necessary precautions to protect all staff and labour employed on the Site from insect nuisance, rats, and other pests and reduce the dangers to health and the general nuisance caused by the same. The Contractor shall provide his staff and labour with suitable prophylactics for the Prevention of malaria and shall take steps to prevent the formation of stagnant pools of water. He shall comply with all the regulations of the local health authorities in these respects and shall in particular arrange to spray thoroughly with approved insecticides all buildings erected on the site. Such treatment shall be carried out at least once a year or as instructed by the Employer’s representative. The Contractor shall warn his staff and labour of the dangers of bilharzia and wild animals.”

Epidemics 6.14 Add new Sub-Clause 6.14 as follows: “In the event of an outbreak of illness of an epidemics nature, the Contractor shall comply with and carry out such regulations, orders and requirements as may be made by the government or the local medical or sanitary authorities for the purpose of dealing with and overcoming the same.”

Burial of the Dead

6.15 Add new Sub-Clause 6.15 as follows: “Any employee who has met a fatal accident while engaged upon the Works, shall be provided all necessary facilities for burial etc. as per Pakistani customs.”

Supply of Food stuffs

6.16 Add new Sub-Clause 6.16 as follows: “The Contractor shall arrange for the provision of a sufficient supply of suitable food at reasonable prices for all his staff, labour and sub- contractors for the purposes of or in connection with the contract.”

Supply of Water 6.17 Add new Sub-Clause 6.17 as follows: “The Contractor shall, so far as is reasonably practicable, having regard to local conditions, provide on the Site an adequate supply of drinking and other water for the use of his staff and labour.”

120

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Alcoholic Liquor or Drugs

6.18 Add new Sub-Clause 6.18 as follows: “Contractor shall not, otherwise than in accordance with the Statutes, Ordinances and Government Regulations or Orders for the time being in force, import, sell, give, barter or otherwise dispose of any alcoholic liquor or drugs or permit or suffer any such importation, sale, gift, barter or disposal by the subcontractors, agents, staff or labour.”

Arms and Ammunition

6.19 Add new Sub-Clause 6.19 as follows: “The Contractor shall not give, barter or otherwise dispose of, to any person or persons, any arms and ammunition of any kind or permit or suffer the same as aforesaid.”

Festivals & Religious Customs

6.20 Add new Sub-Clause 6.20 as follows: “The Contractor shall in all dealings with his staff and labour, have due regard to all recognized festivals, days of rest and religious and other customs.”

7. PLANT, MATERIALS AND WORKMANSHIP

Royalties 7.8 In paragraph (a), the word “and” appearing at the end is deleted. In

paragraph (b), the full stop ‘.’ appearing at the end is replaced with text “; and ” Add the following paragraph as (c) at the end of sub-clause: “(c) any infringement by the Contractor of patent rights or author’s rights relating to publishing an any engineering articles etc.”

8. COMMENCEMENT, DELAYS AND SUSPENSION

Programme Submitted

8.3 Add new paragraph at end of Sub-Clause 8.3 Within 30 days of the Date of Commencement, the Contractor shall submit to the Employer, suitable monthly estimate of fund requirements throughout the duration of the Works to enable the Employer to arrange requisite funds.Secondly the programme is to be submitted by due date after commencement of project failing which the contractor shall pay delay rate of PKR. 20,000/- per day for the delayed period.The same approach shall be adopted for delay in carrying out temporary works like contractor / employer / employer’s representative /employer representative’s assistant. The contractor shall be charged PKR. 20,000/- per day for the delayed period in completing these facilities. It is important as theses facilities are pivotal to commence the actual works.

121

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Delay Damages 8.7 Notwithstanding the provision of above stated conditions following shall prevail:

The rate of Delay Damages shall be 0.05% per day of the Contract Price for every day of delay in which whole or part of the work(s) remained unfurnished subject to a maximum of 10% of the Final Contract Price.

In addition to the Delay Damages, the Contractor shall borne all the cost/expenses related to the supervision of the works by the Employer’s Representative and his staff covering salaries of the Employer’s Representative and all of his Site Supervision staff including all the benefits, providing, running and maintenance of all the Employer’s Representative’s Facilities up to the issuance of the Taking Over Certificate by the Employer. All the above cost/expanses will not be reimbursed / paid to the Contractor beyond the approved completion period of the works.

If, before the Time for Completion of the whole of the Works or, if applicable, any Section, a Taking-Over Certificate has been issued for any part of the Works or of a Section, the delay damages for delay in completion of the remainder of the Works or of that Section shall, for any period of delay after the date stated in such Taking-Over Certificate, and in the absence of alternative provisions in the Contract, be reduced in the proportion which the value of the part so certified bears to the value of the whole of the Works or Section, as applicable. The provisions of this Sub-Clause shall only apply to the rate of delay damages and shall not affect the limit thereof.

Interim Delay Damages

Contractor’s works programme submitted under Sub-Clause 8.3 of the Conditions of Contract shall be considered part of the Contract Agreement. If the Contractor’s progress is not as per approved programme of works, the Contractor shall be liable for Interim Delay Damages at the rate of 0.05% of the Contract Price for each day of delay, which shall be refunded if the progress again matches the approved programme of works during the currency of works.

The amount of interim delay damages deducted by the Employer from the payment of the Contractor and refunded shall be taken into consideration while determining the delay damages for the whole of the Works.

If the progress of works is observed to be behind approved programme of works against three consecutive months then the Employer may invoke Sub-Clause 15.2 of the Conditions of Contract. The amount for delay charges will be recovered at 0.25% for the delay period and these are liable for return if the progress is back on track.

122

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Bonus 8.14 Add new clause 8.14 as follows:

The contractor shall be paid a bonus calculated at the rate @ 0.025% per day of contract of the accepted contract price for each day the completion that is earlier than the time for completion subject to a maximum bonus of 2.5% of the Accepted Contract price.

10. EMPLOYER’S TAKING OVER

Taking Over of the Works and Sections

10.1 Add the following para after second para of this sub-clause: “Within 14 days the date of receipt of Contractor’s notice for issuance of Taking Over Certificate, the Employer shall constitute a committee comprising the representatives of the Employer and the Contractor. The Committee shall conduct a detailed inspection of the Works completed by the Contractor to ascertain the completion or the extant of completion to decide about the issuance of the Certificate including preparation of Defect’s Punch List as deemed necessary within 2 weeks. The minimum length of section for purpose of Taking Over shall be 20% of the total length of the Works.” Delete the first line of the 3rd para and replace as follows: “After the certification by the Committee, the Employer’s Representative shall, within 28 days after receiving the Contractor’s application:” The Contractor should also deliver duly completed As-Built Drawings at the time of request for issuance of Taking Over Certificate (TOC). These Drawings shall be however verified by Employer's Representative/Assistant before acceptance and then considered as a valid deliverable before TOC is issued.

11. DEFECTS LIABILITY

Extension of Defects Notification Period

11.3 Following text is included at the beginning of first paragraph: “The provisions of this Sub-Clause shall apply to all Permanent Works carried out by the Contractor to remedy defects and damages as if the Permanent Works had been taken over on the date they were completed.” The following text is added at the end of last sentence of the first paragraph:

123

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

“from the date of the Taking Over Certificate”

Performance Certificate

11.9 Add the following para before the first para: “The defect notification period shall be 3 year. At the completion of the Defects notification Period the Employer shall constitute a committee comprising of representatives of the Employer and the Contractor. The Committee shall conduct a detailed inspection of the Works to ascertain the issuance of Performance Certificate. The Committee formed shall complete its assignment within fifteen (15) days of the completion of the Defect Notification Period failing which, the Performance Certificate shall be deemed to have been issued on the fifteenth (15th) day from the expiry of the Defect Notification Period.

12. TEST AFTER COMPLETION

Procedure for Tests after Completion

12.1 Delete the first line of the sub-clause and replace as follows: “The Tests after Completion shall be in line with the Technical Specifications and the Employer’s Requirements.” Delete the sub-clause 12.1(a)

13. VARIATIONS AND ADJUSTMENTS

Variation Procedure

13.3 At the end of the sub-clause 13.3, add the following para: “The valuation for variations shall be based on the rates/Payment Scheduled break-up available in the contract. In case this rate cannot be derived in this manner, the Employer’s representative has the option to analyze the rates if applicable and pay it on the basis of applicable CSR of NHA and/or on the basis market rate basis.” Any instruction with cost implication has to be supported with issuance of written instruction by ER dully approved by Employer. This will be followed by Contractor’s proposal if request for rate variation is intended. The issuance of a variation order is then to be signed with the agreement of both sides after discussion and negotiation. The Contractor needs to take this procedure seriously as no payment can be made unless variation order is issued and for which ER has to complete some formalities before its issuance.

Payment in Applicable Currencies

13.4 In the last line after the word “specified”, add the words “in Appendix M to Bid”

Provisional 13.5 The percentage of Contractor’s overhead charges and profitshall be

124

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Sum 12.0%.

Adjustment For Changes Legislation

13.7 Add the following at the end of the sub-clause: Any increases/decreasesin Income Tax / Withholding Tax rate shall not be considered under this clause.”

Adjustment for Changes in Cost

13.8 The entire sub-clause is deleted and substituted with the following: The adjustment for changes in cost for specified items shall be calculated in accordance with the “Table of Adjustment Data’given as Schedule-O to Bid The adjustment to the monthly statements in respect of changes in cost shall be determined from the following formula:-

++++=Eo

End

Mo

Mnc

Lo

LnbAPn ……………….

Where: Pn is a price adjustment factor to be applied to the amount for the payment of the work carried out in the subject month, where any variations and daywork are not otherwise subject to adjustment; A is a constant, specified in Appendix-C to Bid, representing the nonadjustable portion in contractual payments; b, c, d, etc., are weightages or coefficients representing the estimated proportion of each cost element (labour, cement and reinforcing steel etc.) in the Works or Sections thereof, net of Provisional Sums and Prime Cost; the sum of A, b, c, d, etc., shall be one; Ln, Mn, En, etc., are the current cost indices or reference prices of the cost elements for month “n”, determined,applicable to each cost element; and Lo, Mo, Eo, etc., are the base cost indices or reference prices corresponding to the above cost elements at the date and specified in Section V (Table of adjustment).

14. CONTRACT PRICE AND PAYMENT

The Contract Price

14.1

Delete the first line from “Unless” to “Conditions;” and add following item as (c) as follows:

125

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

(c) The Employer’s Representative shall agree or determine in

accordance with sub-clause 3.5, the value of those parts of the Works which have been completed as per the Payment Schedule.

Whenever the Employer’s Representative requires any part of the Works to be measured, reasonable notice shall be given to the Contractor’s Representative, who shall: 1. Promptly either attend or send a qualified representative to assist the Employer’s Representative in making the measurement, 2. Supply any particulars requested by Employer’s Representative. If the Contractor fails to attend or send a Representative, the measurement made by (or on behalf of) the Employer’s Representative shall be accepted as accurate and final.

Advance Payment

14.2 Delete the Clause in entirety and replace with following The Employer if requested by the Contractor shall make an advance payment for mobilization and cash flow support, when the Contractor submits a guarantee in accordance with this Sub-Clause. The total advance payment, the number and timing of instalments (if more than one) shall be as stated in the Special Stipulations. The Advance Payment (if required) shall be paid in two installments after the following conditions have been fulfilled. 1st Installment (66% of advance payment) shall be made to the Contractor subject to the fulfillment of conditions

i. The Agreement has been signed by the parties/execution of the Form of Agreement by the parties

ii. An acceptable security has been submitted iii. The contractor guarantees full amount of the advance

payment by the unconditional, irrevocable, non-recourse bank guarantee, which shall remain effective during the period of the currency of the contract.

iv. Required insurance policies submitted 2nd Installment (33% of the advance payment) on the completion of mobilization of equipment, material, personnel duly approved by the Employer’s Representative and the establishment of Contractor’s facilities. If the total advance payment is not stated in the Appendix A, this Sub-Clause shall not apply. The Employer’s Representative shall deliver to the Employer and to the Contractor an Interim Payment Certificate for the

126

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

advance payment after receiving a Statement (under Sub-Clause 14.3 [Application for Interim Payment Certificates]) and after the Employer receives (i) the Performance Security in accordance with Sub-Clause 4.2 [Performance Security] and (ii) a guarantee in amount equal to the advance payment. This guarantee shall be issued by an entity and from within a country (or other jurisdiction) approved by the Employer, and shall be in the form annexed to the Particular Conditions or in another form approved by the Employer (iii) and other codal requirements stated in this Sub-Clause are fulfilled by the Contractor. The Contractor shall ensure that the guarantee is valid and enforceable until the advance payment has been repaid, but its amount shall be progressively reduced by the amount repaid by the Contractor as indicated in the Payment Certificates. If the terms of the guarantee specify its expiry date, and the advance payment has not been repaid by the date 28 days prior to the expiry date, the Contractor shall extend the validity of the guarantee until the advance payment has been repaid. At any time, the bank guarantee shall be valid for an amount not less than the amount of the original Advance Payment less any partial repayment of that Advance Payment which may have been affected. The Contractor shall inform the guaranteeing bank, by letter, counter signed by the Employer, of the required amount of the guarantee from time to time. Reduction of the amount shall not be made without such authorizing letter. Unless stated otherwise in the Appendix A, the advance payment shall be recovered in 5 equal instalments starting from third running bills (IPCs) and in case the number of bills is less than 5 then 1/5 of the advance thereon shall be recovered from each bill and the balance be recovered from the final bill. It may be insured that full recovery of mobilization advance is affected before the progress achieves a target of 80% of total work. If the advance payment has not been repaid prior to the issue of the Taking-Over Certificate for the Works or prior to termination under Clause 15 [Termination by Employer], Clause 16 [Suspension and Termination by Contractor] or Clause 19 [Force Majeure] (as the case may be), the whole of the balance then outstanding shall immediately become due and in case of termination under Clause 15 [Termination by Employer] and Sub-Clause 19.6 [Optional Termination, Payment and Release], payable by the Contractor to the Employer.

127

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

In the event that the amount of money certified and due to the Contractor under the contract at any time is less than the total of due repayments of Advance Payment, the balance of the due repayments shall be paid to the Employer by the Contractor within seven days of demand by the Employer. If the balance is not so paid, the Employer shall be empowered to call in sufficient of the Advance payment bank guarantee to cover the said balance. The Employer shall be empowered to call in the guarantee in whole or in part(s) if the Contractor defaults in the repayment(s) for any reason(s).

Application for Interim Payment Certificates

14.3 The text of second paragraph and sub-paragraph (a) are replaced with the following: “ The Statement shall include the following items, as applicable, which shall be taken into account in the sequence listed. (a) (i) the estimated contract value of the Works executed up to the

end of the month in question, for the works duly approved by the Employer’s Representative;

(ii) the actual value certified for payment for the Works executed up to the end of the previous month;

(iii) the estimated contract value of the Works for the month in question, obtained by deducting (ii) from (i) above;

(iv) the equivalent of the amount set forth in sub-para (iii), expressed and calculated by applying the exchange rates and proportions of various currencies as set forth in Appendices B to Bid respectively, to the amount set forth in sub-para (iii) as per Schedule M;

(v) the value of any variations executed up to the end of the month in question, less the amount certified in the previous Interim Payment Certificate, expressed in the relevant amounts of foreign and local currencies. No amount on this account shall be included in payment bill if a valid variation order (VO) has not been issued by Employer’s Representative/Employer;

(vi) amounts approved in respect of Daywork (if any) executed up to the end of the month in question, less the amount for Daywork (if any) certified in the previous Interim Payment Certificate, indicating the amounts of foreign and local currencies as determined from the Daywork Schedule;”

In sub-paragraph (c), the percentage of retention shall be five percent (5%). The text of sub-paragraph (e) is deleted and substituted with words “Not used”.

128

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Schedule of Payments

14.4 Delete the first para and replace as follows: “Unless otherwise stated in the Schedule of Payments:”

Plant and Materials intended for the Works

14.5 Add sub-para (c) at the end as follows: “All custom duties and income tax and charges on importation of equipment etc. are payable by the Contractor.”

Interim Payments

14.6 In the first paragraph, the following text is added at the end: “, subject to the deduction, other than pursuant to Sub-Clause 8.7 [Delay Damages] of General Conditions, of any sums which may have become due and payable by the Contractor to the Employer. ”

Timing of payment

14.7 Delete Sub-Clause 14.7 and replace as follows: “The Employer shall pay to the Contractor: a) The amount due to the Contractor under any Interim or Final

Payment Certificate issued by the Employer’s Representative pursuant to this Clause, or to any other term of the Contract, shall, subject to Clause 8.7, be paid by the Employer to the Contractor as follows:

A) In the case of Interim Payment Certificates, within 42 days after the Contractor’s Monthly Statement has been submitted to the Employer’s Representative.

B) In the case of the Final Payment Certificate, pursuant to Sub-Clause 14.11 within 56 days after the Final Statement and written discharge have been submitted to the Employer’s Representative for certification.

Delayed Payment

14.8 Delete Sub-Clause 14.8 and replace with the following: In the event of the failure of the Employer to make payment within the times stated in sub-clause 14.7 hereof, the Employer shall pay to the Contractor interest as follows:

a) Local currency portion: 8% b) Foreign Currency portion: LIBOR plus 1%

Issue of Final Payment Certificate

14.13 Delete Sub-Clause 14.13 and replace as follows: “Within 56 days after receiving the Final Statement and written discharge in accordance with Sub-Clause 14.11 [Application for Final Payment Certificate] and Sub-Clause 14.12 [Discharge], the Employer’s Representative shall issue, to the Employer, the Final Payment Certificate which shall state the amount which is finally due, less all amounts previously paid by the Employer and any deductions in accordance with Sub-Clause 2.5 [Employer’s Claims].”

129

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Local Taxation 14.16 Add new Sub-Clause 14.16 As per Applicable Laws of Pakistan.

Income Taxes on Staff

14.17 Add new Sub-Clause 14.17 As per Applicable Laws of Pakistan.

15. TERMINATION BY EMPLOYER

Termination by Employer

15.2 Insert following as paragraph (g) after paragraph (f)

If the progress of works with respect to the Programme of Works is observed to be behind the approved program of works pursuant to Sub Clause 8.7 for three consecutive months. In the second paragraph, second and third lines, after the words ‘expel the Contractor from the Site’, the following text is added: “In any of these events or circumstances, the Employer, may upon giving 14 days, notice to the Contractor, enter upon the Site, and expel the contractor from the site. However, in case of sub-paragraph (e) or (f), the Employer may by notice expel the Contractor immediately without thereby voiding the Contract, or releasing the Contractor from any of its obligations or liabilities under the Contract, or affecting the rights and powers conferred on the Employer or the Employer’s Representative by the Contract”

16. SUSPENSION AND TERMINATION BY CONTRACTOR

Termination by Contractor

16.2 Delete the word “Immediately” at the end of the third line from the last but one para.

18. INSURANCE

Source of Insurance

18.1 Add new paragraph at end of Sub-Clause 18.1 The Contractor is required to place all insurance relating to the Contract (the insurance referred to in Clauses 18.2, 18.3 and 18.4) with any of the insurers on the approved list of the Employer, as jointly insured in the manner stated in General Conditions. The Contractor shall within 42 days from the Date of Commencement submit to the other party.

a) Evidence that the insurance described in this Clause 18 have

130

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

been effected and

b) Copies of the policies of insurance described in sub-clause 18.2, 18.3 & 18.4. The contractor shall be obliged to place all insurances relating to the contract (including, but not limited to, the insurances referred to in Clauses 18.1, 18.2, 18.3, 18.4) with Insurance Company having at least AA rating from PACRA/JCR in favour of the Employer valid for a period 28 days after the expiry of Defects Liability Period.

Costs of such insurances shall be borne by the contractor.

Insurance for Works and Contractor’s Equipment

18.2 Add following new para at the end of Sub-Clause 18.2 In addition to the contents of the sub-clause 18.2, the following shall also apply; 1) The Employer and the Contractor against loss or damage as provided

in the details of insurance annexed to these Conditions from the first working day after the Commencement until the date of issue of the relevant Taking Over Certificate in respect of the Works or any section or a part thereof as the case may be; and

2) The Contractor for his liability i. During the Defect Notification Period for loss or damage arising

from a cause occurring prior to the commencement of Defects Notification Period.

ii. Caused by the Contractor in the course of any operations carried out by him for the purpose of complying with his obligation under Defects Notification Period.

3) It shall be the responsibility of the Contractor to notify the insurance

company of any change in the nature and extent of the Works and to ensure the adequacy of the insurance coverage at all times during the period of the Contract.

Definition of Force Majure

19.1 Flood water entry into ROW and slides along road alignment to be consider for inclusion under the consideration of natural catastrophes under this clause

Consequences of Force Majure

19.4 Modify sub-para (b) by changing (iv) to (v).

20. CLAIMS, DISPUTES AND ARBITRATION

131

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Appointment of Dispute Adjudication Board (DAB)

20.2 The DAB shall comprise any of three members mentioned below depending on availability. The proposed names as suggested by both parties are as follows: Employer’s Nominees Contractor’s Nominees

a) ____ a) ____________ b) ____ b) ____________ c) ____ c) ____________

Failure to Agree Dispute Adjudication Board Chairman

20.3 The relevant entity shall be: “The Chairman, Pakistan Engineering Council, Islamabad”.

Arbitration 20.6 Sub-Clause 20.6 items a, b and c after third line are deleted and replaced with following test: “All disputes arising out of or in connection with the Contract shall be finally settled under the latest rules of arbitration of International Chamber of Commerce/Pakistan Arbitration Act as per choice mutually agreed between the parties for one or more arbitrators to be appointed in accordance with the said rules. This Clause stipulates that: The Law Governing the Contract

The Law of the Islamic Republic of Pakistan

The number of Arbitrators Three (one for small disputes detailed hereunder)

The Place of Arbitration Islamabad and arbitration is to be carried in accordance with arbitration 1940 of Pakistan.

Alternately small disputes, ICC’s “Guidelines for Arbitrating Small Claims” can be referred/followed in case of mutual agreement by the both parties. This stipulates under Article 14(2), 15.1 & 32.1 of ICC rules to conduct any discussion of procedural issues by correspondence or electronically without a hearing thereby eliminating travel time and costs under one arbitrator appointed by ICC court.

SECTION IX

132

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

STANDARD FORMS

133

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

FORM OF BID SECURITY

(Bank Guarantee / Insurance Bond)

Guarantee No._____________________ Executed on _____________________ Expiry date _____________________

Name of Guarantor (Bank) with address: _________________________________________ Name of Principal (Bidder) with address: ________________________________________ ___________________________________________________________________________ Penal Sum of Security (express in words and figures):_______________________________ ___________________________________________________________________________ Bid Reference No._________________ Date of Bid Opening_________________________ KNOW ALL MEN BY THESE PRESENTS, that in pursuance of the terms of the Bid and at the request of the said Principal, we the Guarantor above-named are held and firmly bound unto the __________________________________, (hereinafter called the “Employer”) in the sum stated above, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying Bid numbered dated as above for ________________________________________ (Particulars of Bid) to the said Employer; and WHEREAS, the Employer has required as a condition for considering the said Bid that thePrincipal furnishes a Bid Security in the above said sum to the Employer, conditioned as under: (1) that the Bid Security shall remain valid for a period 28 days beyond the period of

validity of the Bid, (2) that in the event of; (a) the Principal withdraws his Bid during the period of validity of Bid, or

(b) the Principal does not accept the correction of his Bid Price, pursuant to Sub-Clause 24.2 of Instructions to Bidders, or

(c) failure of the successful Bidder to

(i) furnish the required Performance Security, in accordance with Clause 34 of Instructions to Bidders, or

(ii) sign the proposed Contract Agreement, in accordance with Clause 35 of Instructions to Bidders,

then the entire sum be paid immediately to the said Employer as liquidated damages and not

134

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

as penalty for the successful Bidder's failure to perform. NOW THEREFORE, if the successful Bidder shall, within the period specified therefor, on the prescribed form presented to him for signature enter into a formal Contract with the said Employer in accordance with his Bid as accepted and furnish within twenty eight (28) days of his being requested to do so, a Performance Security with good and sufficient surety , as may be required, upon the form prescribed by the said Employer for the faithful performance and proper fulfilment of the said Contract or in the event of non-withdrawal of the said Bid within the time specified for its validity then this obligation shall be void and of no effect, but otherwise to remain in full force and effect. PROVIDED THAT the Guarantor shall forthwith pay to the Employer thesaid sum stated above upon first written demand of the Employer without cavil or argument and without requiring the Employer to prove or to show grounds or reasons for such demand notice of which shall be sent by the Employer by registered post duly addressed to the Guarantor at its address given above. PROVIDED ALSO THAT the Employer shall be thesole and finaljudge for deciding whether the Principal has duly performed his obligations to sign the Contract Agreement and to furnish the requisite Performance Security within the time stated above, or has defaulted in fulfilling said requirements and the Guarantor shall pay without objection the sum stated above upon first written demand from the Employer forthwith and without any reference to the Principal or any other person. IN WITNESS WHEREOF, the above bounden Guarantor has executed the instrument under its seal on the date indicated above, the name and seal of the Guarantor being hereto affixed and these presents duly signed by its undersigned representative pursuant to authority of its governing body.

Guarantor (Bank)

Witness: Signature 1. Name Title Corporate Secretary (Seal) 2. (Name, Title & Address) Corporate Guarantor (Seal)

135

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

FORM OF CONTRACT AGREEMENT THIS CONTRACT AGREEMENT (hereinafter called the “Agreement”) made on the _____ day of _______________(month) 20_____ between _________________________________________________________________________ (hereafter called the “Employer”) of the one part and _____________________________________ (hereafter called the “Contractor”) of the other part. WHEREAS the Employer is desirous that certain Works, viz _______________ should be executed by the Contractor and has accepted a Bid by the Contractor for the execution and completion of such Works and the remedying of any defects therein. NOW this Agreement witnesseth as follows: 1. In this Agreement words and expressions shall have the same meanings as are

respectively assigned to them in the Conditions of Contract hereinafter referred to. 2. The following documents after incorporating addenda, if any except those parts

relating to Instructions to Bidders shall be deemed to form and be read and construed as part of this Agreement, viz:

(a) The Contract Agreement (b) The Letter of Acceptance (c) The completed Form of Bid (d) The Special Stipulations (e) The Particular Conditions of Contract

(f) The General Conditions of Contract (g) The priced Schedule of Prices

(h) The completed Schedules to Bid (A to L) (i) The Specifications

(j) The Drawings 3. In consideration of the payments to be made by the Employer to the Contractor as

hereinafter mentioned, the Contractor hereby covenants with the Employer to execute and complete the Works and remedy defects therein in conformity and in all respects with the provisions of the Contract.

4. The Employer hereby covenants to pay the Contractor, in consideration of the

execution and completion of the Works as per provisions of the Contract, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed on the day, month and year first before written in accordance with their respective laws.

136

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Signature of the Contactor Signature of Employer ______________________ _____________________ (Seal) (Seal) Signed, Sealed and Delivered in the presence of:

Witness: Witness:

________________________ __________________________ (Name, Title and Address) (Name, title and Address)

137

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

FORM OF PERFORMANCE SECURITY (Bank Guarantee/ Insurance Bond)

Guarantee No._____________________

Executed on _____________________ Expiry date _____________________

Name of Guarantor (Bank/Approved Insurance Company) with address:_________________________________________ Name of Principal (Contractor) with address:______________________________________ ___________________________________________________________________________ Penal Sum of Security (express in words and figures)_______________________________ ___________________________________________________________________________ Letter of Acceptance No. ________________________________Dated ______________

KNOW ALL MEN BY THESE PRESENTS, that in pursuance of the terms of the Bidding Documents and above said Letter of Acceptance (hereinafter called the Documents) and at the request of the said Principal we, the Guarantor above named, are held and firmly bound unto the __________________________________________________ (hereinafter called the “Employer”) in the penal sum of the amount stated above for the payment of which sum well and truly to be made to the said Employer, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has accepted the Employer's above said Letter of Acceptance for _________ __________________________________ (Name of Contract) for the _______________ _______________________________ (Name of Project).

NOW THEREFORE, if the Principal (Contractor) shall well and truly perform and fulfill all the undertakings, covenants, terms and conditions of the said Documents during the original terms of the said Documents and any extensions thereof that may be granted by the Employer, with or without notice to the Guarantor, which notice is, hereby, waived and shall also well and truly perform and fulfill all the undertakings, covenants terms and conditions of the Contract and of any and all modifications of said Documents that may hereafter be made, notice of which modifications to the Guarantor being hereby waived, then, this obligation to be void; otherwise to remain in full force and virtue till all requirements of Clause 30, Defects after Taking Over, of Conditions of Contract are fulfilled.

Our total liability under this Guarantee is limited to the sum stated above and it is a condition of any liability attaching to us under this Guarantee that the claim for payment in writing shall be received by us within the validity period of this Guarantee, failing which we shall be discharged of our liability, if any, under this Guarantee.

We, ____________________________________ (the Guarantor), waiving all objections and defences under the Contract, do hereby irrevocably and independently guarantee to pay to the Employer without delay upon the Employer's first written demand without cavil or arguments and without requiring the Employer to prove or to show grounds or reasons for such demand

138

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

any sum or sums up to the amount stated above, against the Employer's written declaration that the Principal has refused or failed to perform the obligations under the Contract which payment will be effected by the Guarantor to Employer’s designated Bank & Account Number.

PROVIDED ALSO THAT the Employer shall be the sole and final judge for deciding whether the Principal (Contractor) has duly performed his obligations under the Contract or has defaulted in fulfilling said obligations and the Guarantor shall pay without objection any sum or sums up to the amount stated above upon first written demand from the Employer forthwith and without any reference to the Principal or any other person.

IN WITNESS WHEREOF, the above-bounden Guarantor has executed this Instrument under its seal on the date indicated above, the name and corporate seal of the Guarantor being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body.

_______________ Guarantor (Bank/Approved Insurance Co.) Witness: 1. _______________________ Signature _______________ _______________________ Name __________________ Corporate Secretary (Seal) Title ___________________ 2. _______________________ _______________________ _______________________ Name, Title & Address Corporate Guarantor (Seal)

139

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

FORM OF BANK GUARANTEE FOR ADVANCE PAYMENT

Guarantee No.________________

Executed on________________ Expiry date ________________

WHEREAS the _________________________________________________ (hereinafter called the Employer) has entered into a Contract for _____________________________ ________________________________________________________________________ _______________________________________________ (Particulars of Contract), with ___________________________________________________________________ ________________________________ (hereinafter called the Contractor). AND WHEREAS the Employer has agreed to advance to the Contractor, at the Contractor’s request, an amount of _________________________________ (Rs.___________________) which amount shall be advanced to the Contractor as per provisions of the Contract. AND WHEREAS the Employer has asked the Contractor to furnish Guarantee to secure advance payment for performance of his obligations under the said Contract. AND WHEREAS __________________________________________________ (Bank) (hereinafter called the Guarantor) at the request of the Contractor and in consideration of the Employer agreeing to make the above advance to the Contractor, has agreed to furnish the said Guarantee. NOW THEREFORE the Guarantor hereby guarantees that the Contractor shall use the advance for the purpose of above mentioned Contract and if he fails, and commits default in fulfillment of any of his obligations for which the advance payment is made, the Guarantor shall be liable to the Employer for payment not exceeding the aforementioned amount. Notice in writing of any default, of which the Employer shall be the sole and final judge, as aforesaid, on the part of the Contractor, shall be given by the Employer to the Guarantor, and on such first written demand payment shall be made by the Guarantor of all sums then due under this Guarantee without any reference to the Contractor and without any objection. This guarantee shall come into force as soon as the advance payment has been credited to the account of the Contractor. This guarantee shall expire not later than ______________________________________ by which date we must have received any claims by registered letter, telegram, telex or telefax.

140

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

It is understood that you will return this Guarantee to us on expiry or after settlement of the total amount to be claimed hereunder. _______________ Guarantor (Bank) Witness: 1. _______________________ Signature _______________ _______________________ Name __________________ Corporate Secretary (Seal) Title ___________________ 2. _______________________ _______________________ _______________________ Name, Title & Address Corporate Guarantor (Seal)

141

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

THE EMPLOYER’S REQUIREMENTS

142

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

THE EMPLOYER’S REQUIREMENTS

. GENERAL

The Government of Pakistan envisages the transformation of the country’s economy through the construction of the China Pakistan Economic Corridor (CPEC). The Karachi-Lahore Motorway, which is part of this Corridor, is divided into following three sections:

• Hyderabad-Sukkur Section-I (400 Km) • Sukkur-Multan Section-II (375 Km) • Abdul Hakeem- Lahore Section-III (229 Km)

This document pertains to Abdul Hakeem-Lahore Section-III. Lahore Abdul Hakeem section of Karachi-Lahore Motorway is a limited access, ITS enabled, six(6) Lane motorway having a length of 230 Km. It shall start from existing Lahore Bypass; about 2.2 Km north after crossing Ravi Toll Plaza. The terminal point is after merging in to planned Motorway M-4 near Abdul Hakeem. The start and end co-ordinates of the project stated as hereunder:

Start Point: Northing: 3493532.99m Easting: 426849.04m

End point: Northing: 3393057.84m Easting: 224240.82m

The Alignment of the project is already well defined and validated on the ground. Land acquisition is in final stages. Inventory of cross-drainage structures, public facilitation crossings are enumerated. Number & location of motorway service areas and interchanges locations finalized. The successful contractor shall be handed over the ROW free of all encumbrances. The Feasibility Study for the project was carried out by M/s China State Construction Engineering Corp Ltd. (CSCEC).Strictly for reference purposes only, a soft copy of this Feasibility Study can be provided to the interested Bidder(s) on written request to the Employer. The Conceptual Design for this section, based on the Feasibility Study prepared by M/s CSCEC, has been provided by the Employer in these Tender Documents in the form of the Preliminary Design Drawings and the Non-Binding Bill of Quantities, strictly for guidance of the Bidder(s) in preparation of the Preliminary Design and the Bid(s). However, the ultimate design responsibility of fulfilling all criteria & parameters set out in this Section, rests solely with the Bidder(s).

143

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

As per outline design, minimum inventory of structures is stated below:

Interchanges 08

Bridges over major roads 08

Bridges over railway lines 03

Bridges over Canals/Minors 32

Underpass/Cattle creeps 257

Culverts 316

Service Areas 03

Lay by 03

2. SCOPE OF WORK

The Project envisages construction of 230 Km long 6-lane motorway between Lahore and Abdul Hakeem including all earthworks, pavement works, structural works, drainage & erosion protection works and ancillary works as described in these Bid Documents on EPC/Turnkey basis. Typical cross section of the motorway is enclosed as Fig 1. The Employer’s Requirement for execution by the Contractor, shall comprise the following three distinct stages / components:

1. Detailed Engineering Design 2. Construction of Works 3. Maintenance of Works

3. DETAILED ENGINEERING DESIGN

Preparationof, submission to and obtaining approval from the Employer of the Detailed Engineering Design of the Project based on the Employer’s Requirements (Sec X), Technical Specifications (Sec XI) and the Preliminary Design Drawings (Sec XII) within a period of 3 months from the Date of Commencement. This section describes the minimum design parameters and criteria that the Contractor is required to adhere to for the purpose of carrying out the Detailed Engineering Design.The contractor shall be responsible for preparation of, submission to and getting approval from the Employer of the Detailed Engineering Design within 3 months from the Date of Commencement of the Project. The contractor shall bear full design risk and indemnify the Employer in this respect.

144

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Fig 1: Typical Cross Section of Motorway (Minimum Thicknesses)

0

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

3a: Scope of the Detailed Design The Contractor shall carry out the following activities in order to prepare a meaningful design:

• Topographic Survey • Traffic Studies • Soil Investigations (for pavement & structural design) • Hydrological Studies • Pavement Design • Geometric Design • Structural Design for Interchanges, Bridges, Underpasses, Cattle

Creeps, Culverts etc • Road Safety Design • Construction Schedule (including Resource Allocation & Cash Flow) • Construction Equipment & Machinery Requirements • Environmental Management Plan (as per EPA Rules) • Design of Services Areas, Rest Areas, Toll Plazas etc • Design of Intelligent Transportation System, Electrification etc • Detailed Design Report(covering all above stated design elements) • Detailed Construction Drawings

These activities are described briefly in the following section.

3b: Detailed Design Activities

3b(1) Topographic Survey

The Contractor will carry out detailed topographic survey so as to provide all the necessary data and information required for undertaking the detailed engineering design. It should be carried out at horizontal scale of 1:1000 and vertical scale of 1:100 within a corridor of 200 m along the centre-line of the motorway. It shall be linked to SOP monuments. For streams and rivers, survey shall extend to the following minimum distances on either side of the centerline:

Major rivers exceeding 10 m width 250 m Rivers/streams between 5-10 m width 150 m Water courses less than 5 m 50 m

For interchanges / intersections, survey widths shall be as per the proposed design. It shall be on a scale of 1:500. The Contractor shall strictly follow the road alignment / centre-line fixed in the Conceptual Design and presented in the Preliminary Design Drawings (Section XII). Any deviation(s) therefrom shall only be permitted with the prior written approval of the Employer.

1

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

3b(2) Traffic Counts/Survey& Analysis

The contractor shall collect relevant data from concerned agencies and will carry out 24 hours traffic volume counts on existing roads crossing the alignment to get an estimate of current traffic volumes. Generated / diverted traffic volumes shall be worked out. Origin-Destination Surveys shall be carried out as and where required. Weekly & monthly correction factors will be worked out to arrive at Annual Average Daily traffic (AADT). Growth factors will be worked out based on which the traffic will be forecasted for 10 & 20 years.

3b(3) Soil Investigations

The contractor shall carry out 1 m deep test pits at 2 km spacing (staggered) along the centre line of the motorway and shall perform laboratory testing to arrive at the classification of the soil. At every bridge site, minimum one bore hole (30 m deep) shall be carried out in addition to the shallow pits of 2.5 m depth to arrive at the bearing capacity of the soil and to determine the hard strata where the load is to be transferred. The contractor shall also carry out the survey and testing of construction materials for embankment fill as well as for pavement and concrete structures. It shall cover CBR, Atterberg Limits, moisture content, gradation, classification, soundness of aggregate etc. as described in the Technical Specifications (Section XI)

3b(4) Hydrological Studies

Wherever streams are encountered, following hydrology information shall be studied. The design return period shall be 100 years. Complete hydrology report shall be prepared covering the following aspects:-

• Waterway • Location & extent of the catchment area • Max. peak flood discharge • High flood levels • Scour estimates • Type of bed material • Max. velocity • Clearance • Structure profile • Protection Works, Guide banks, Spurs and bank protection

Using the latest software, sizes of the structures will be worked out.

2

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

3b(5) Embankment Design

In areas of high water table, filter cut off shall be provided to protect the pavement structure. This should include provision of day lighting drainage gallery at bottom of pavement over sub grade top. Surface drainage should also be designed properly with defined disposal points with special consideration in the built-up area. The design CBR for the embankment shall not be based on NHA specification of 5% if potentially high strength material is available within easy lead of the project vicinity. This will include slope protection measures also as needed. The settlement of embankment if encountered has to be within permissible limits and industry practice or else has to be re-put in position without any extra cost to the Employer. This shall be examined on completion of three year maintenance period for the project.

3b(6) Pavement Design

Pavement design shall be done as per AASHTO Guideline for Pavement Design 2004 with load factors from NTRC Report and confirm the design with mechanistic design methodology. The pavement design will be based on existing traffic keeping overload factors in view. Design life 10 years and overlay for another 10 years shall be proposed. Weigh bridges shall be designed and installed to ensure that overloading is avoided. Following minimum criteria have to adopted by the Contractor in the Pavement Design:

Design period: 20 years Standard axle load per year: 60 Million standard axles Present AADT: 13020 Projected AADT upto year 2033: 25885 PCU/day 64151/day

Design aspects for pavement elements are narrated below:-

a) Asphalt Concrete

Design shall be based predominantly on optimized asphalt layer thickness. However it should in no way undermine the structural adequacy of the pavement. Asphalt penetration grade shall be specified. For asphalt base course class B gradation of NHA specification shall be specified, similarly for asphalt wearing course class A shall be specified. Modified Marshall Method as per MS-2 manual shall be specified for Marshall Mix design in the construction drawings.

b) Base Course

Combination of crushed aggregate base course and asphalt layers shall be adopted for pavement structure. It shall be specified that aggregate base course shall be laid with paver.

3

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

c) Sub base Sub-base if provided shall be day lighted for effective drainage. Only granular Sub base with Zero or minimum (<4) Plasticity Index shall be used in the pavement structure.

d) Sub grade

From in depth study testing, characterization and evaluation of potential borrow sources available within the projects vicinity, the sub grade CBR should be determined accordingly. It may be noted that evaluation for assigning appropriate CBR should be given due intelligence.

3b(7) Geometric Design

A Policy on the Geometric Design of Highways & Streets 2012 or latest shall be used to derive the design standards for the Geometric design. The Design vehicle shall be Truck trailer 6-Axle. The Motorway facility shall be Rural Freeway Geometric design shall be done using the latest computer software programme and as per the design criteria mentioned in this section. Deviation from any of these criteria shall only be permitted through written confirmation from the Employer. . Roadside Design Manual (AASHTO Standard) shall be used for safety treatments within ROW that can minimize the likelihood of serious injuries when a motorist goes astray.

3b(8) Structural Design

This shall comprise structural design for interchanges, bridges, underpasses, cattle creeps, culverts etc falling along the alignment. Following is the estimated number of major structures on the route subject considered in the ConceptualDesign and is to be reviewed by the bidder through field visits, survey and investigation for preparation of his preliminary design:

Elements Sec-1 Sec-II Sec-III Sec-IV Total a) Bridges in interchanges 3 1 2 2 8 b) Bridges on Major Roads 1 4 2 1 8 c) Bridges on Railway Tracks 2 1 - - 3 d) Bridges on Canals/Minors 8 6 11 7 32 e) Underpasses 17 16 15 11 59 f) Cattle Creeps 46 56 48 48 198 g) Culverts 100 82 76 58 316

4

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

The Detailed Design of the above listed minimum structures on the basis of the Conceptual Design given in the Preliminary Design Drawings (Section XII), shall meet the following criteria / standards: a) General

i. Bridges shall be designed for six lanes and each lane shall not

be less than 3.65 meters wide plus 1.2 meter walk-way along each carriage way shall be provided.

ii. Culverts shall be designed for full formation width. All culverts shall be preferably box culverts. Slab and pipe culverts shall be avoided wherever possible.

b) Loading

(West) Pakistan Highway Code (1967) Loading shall be adopted. Additionally the bridge deck slab shall be checked in Punching Shear for a wheel load of 21,000 pounds (95 kN).

c) Seismic Design AASHTO analysis and design with latest seismic zoning map for Pakistan published by United States Department of Geological Survey shall be followed.

d) Structural analysis Structural analysis shall preferably be performed using Staad Pro or Staad III. All input files shall be provided in the design report.

e) River Training Works Guide Banks, spurs and protection works will be designed for high flood discharge and flow pattern determined by design calculations and hydraulic model study. Detail Drawing of River training works will form part of Design Report and Tender Package.

3b(8) Highway Safety Audit (HSA):

It is required to undertake the HSA of the Project under a qualified team as per best international practices. The Audit shall be carried out at four stages specified below: Formal proceeding shall be recorded and submitted to the Client.

Stage-I Completion of preliminary design Stage-II Completion of Detailed Design Stage-III Completion of Construction Stage-IV 4, 12 Month performance report

5

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

3c: Submittals to Employer

3c(1) Design Documents for Non-Objection

The design documents listed in following sub-sections 3c(2) to 3c(6) shall be submitted to the Employer for non-objection in accordance with the provisions of the Conditions of Contract Clause 4.6 (Review of Contractor’s Documents) and in the Employer’s Requirements (Contractor’s Documents). The Contractor shall also submit such other design documents for non-objection during design and construction of the Works as the Employer may reasonably require to confirm compliance of the Works with the Contract. The Employer’s requests for design documents to a greater level of detail shall be relevant to the stage of the design process and shall identify the reasons for requesting such additional design information. The Contractor shall submit drawings showing the layout and details of the Works, including civil works, mechanical and electrical plant and control equipment, together with design assumptions and methodologies, construction standards and criteria, and principal plant design details. Drawings and documents shall be submitted in accordance with the Contractor’s Document Management Plan. The Employer will review and comment on the submitted drawings and documents in accordance with the Conditions of Contract Clause 4.6 (Review of Contractor’s Documents).Calculations shall be presented in a structured and logical manner, fully indexed and referenced to the relevant drawings and sources of information.

3c(2) Design Development Documentation

The Contractor shall submit the following design development documents and drawings for non-objection by the Employer: (i) Site General Arrangement Drawings, Design Reports &

Calculations (ii) Civil and Structural Arrangement and Outline Drawings, Design

Reports and Calculations (iii) Main Plant and Equipment Arrangement and Outline Drawings,

Design Reports and Calculations

3c(3) Detailed Design Documents

The Contractor shall submit the following detail design documents and drawings, for all features of the Works, for non-objection by the Employer:

6

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

a) Topographic Survey Report b) Traffic Study Report c) Pavement Design Report d) Hydrological / Hydraulic Study Report e) Soil Investigations Report (for pavement & structural design) f) Geometric Design Report g) Structural Design Report h) Road Safety Design Report i) Environmental Management Plan (as per EPA Rules) j) Highway Safety manual

3c(4) Construction Drawings

The Contractor shall prepare following (minimum) construction drawings in a clear, concise and uniform manner and present to the Employer both in hard form (A3 sheets) and in digital format using AutoCAD.

• General Drawings showing typical details

• Typical Cross-Sections for roads.

• Plan & Profile Drawings on A3 sheets

• Structural Details & Plans for Interchanges, Bridges, Underpasses, Cattle-creeps & Culverts

• Details of Drainage & Erosion Control Works

• Details of Ancillary Works including Road Safety Works

3c(5) Construction Schedule

On completion of the design, the Contractor shall prepare a detailed Programme of Work using CPM method using Primavera Project Management software. The aim would be to work out a realistic plan of work within the given time frame based on activities and quantities worked out for various items including monthly cash flow requirements and the expected duration of the project. Time period for completion of construction of this project shall be taken as given in the Special Stipulations. This will help the Contractor in detailed planning of the work. The Schedule shall include a report on equipment & machinery which shall be used during construction of the project. Report shall highlight the equipment & machinery which shall be deployed by the Contractor in order to ensure timely completion of the Works.Requirements of traffic control and road safety works during construction shall be included.

7

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

3c(6) Operation and Maintenance Manuals

Comprehensive operation and maintenance manuals, as described in the Employer’s, Requirements, shall be provided for all plant, equipment and systems provided by the Contractor.

3c(7) Design Documents for Information a. General The Design Documents listed below shall be submitted to the Employer for information in accordance with the provisions of Clause 4.6 (Contractor’s Documents) of the Conditions of Contract and in the Employer’s Requirements. The Contractor shall also submit such other design documents for information during design and construction of the Works as the Employer may reasonably require. Such documentation could include: • Formwork drawings. • Earthworks drawings • Reinforcement drawings. • Erection procedures, drawings and details. • Design certification and details of all major Temporary Works. • Plant and equipment manufacturing and assembly drawings. b. Construction and Erection Design Documents Documents and drawings to be submitted by the Contractor for information only shall include: Project Overall • Document register (listing and showing the current completion and

submission status of all design documents, reports, calculations and O&M manuals for the Works).

• Drawing register (listing and showing the current completion and submission status of all drawings for the Works).

• Government and local authority approvals. • Painting and coating schedules (including details of proposed

preparation, painting and coating systems for plant, equipment and buildings).

Civil Works • As work is proceeding, records of the geotechnical documentation

of foundation excavation and tunneling conditions, proposed foundation and tunnel treatment and support shall be prepared and made available to the Employer. Summary reports shall be submitted with Monthly Reports.

8

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

• Plant, equipment and manifolds embedment procedures, drawings and details.

Mechanical and Electrical Works • Detail design reports and calculations (including loads and forces

transmitted to structures) • Equipment lists for all plant, equipment, systems and devices • Piping and valves schedules • HVAC ductwork and facilities schedules • Power supply distribution and load schedules • Cable schedules • Layout, assembly and installation drawings • Detail circuit and connection diagrams • Monitoring, control and protection systems I/O schedules • Monitoring, control and protection systems software/program code

(PLC code, etc) • Wiring and termination diagrams

SCADA and Communications Systems • Detail design reports and calculations • Power supply distribution and load schedules • Cable schedules • Layout, assembly and installation drawings • Detail circuit and connection diagrams • I/O schedules • Software/program code, as applicable • Other Plant, Equipment and Systems • Detail design reports and calculations • Power supply distribution and load schedules • Cable schedules • Layout, assembly and installation drawings • Detail circuit and connection diagrams • I/O schedules • Software/program code, as applicable

3d: Design Standards

The Design prepared by the Contractor shall comply with the following design standards:

1) For Geometric and Pavement Design

9

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

a) AASHTO - American Association of State Highway and Transportation Officials.

b) British Road Note 31 (Latest edition) for pavement design.

2) For Material and Testing

a) ASTM – American Society for Testing and Materials. b) AASHTO - American Association of State Highway and

Transportation Officials. c) NHA General Specifications.

3) For Structures

a) AASHTO - American Association of State Highway and

Transportation Officials. b) ACI – American Concrete Institute.

4) For Carriageway

The carriageway cross-section for the proposed Motorway is: • Carriageway 3-lanes @ 3.65 m wide lane each direction • Concrete curbed Shoulder 3 m useable TST outer and 1 m inner

paved • All the lay-by, acceleration and deceleration lanes shall be

pigmented with colored aggregates and chrome base pigment.

• Anti-glare screen at required locations on median barrier. The

screen shall be flexible PVC. All bridges, interchanges, curves etc.

• Controlled drainage along curbed shoulders with chutes and water inlets in inner shoulders at super-elevated sections

• Acceleration & Deceleration lanes shall be taper type not less than 1:50

• Pavement marking shall be Thermoplastic reflective paint for lane dividers, shoulder line, chevron, acceleration and deceleration dividers.

• Cat-eyes white on carriageway lines, green on bridges yellow on shoulders and red on dead ends shall be fixed.

• Reflective tape beacons shall be fixed on new-jersey barrier top.

• Embankment side slopes shall be 4H:1V when H=<2.0 m

10

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

3H:1V when H=<3.0 m 2H:1V when H=<4.0 m 1.5H:1V when H> 4.0 m

• Where appropriate Metal beam Guard rail shall be used and accordingly side slopes may be adjusted, not less than 1.5H:1V.

3e: Design Criteria / Parameters

a. For Highways Some important design parameters / criteria are as given below:

Design Parameters Terrain: Plain Sr.

No Design Element Unit

Main Carriageway

Interchange

1 Design speed kph 120 60 2 International Road Roughness

(new construction) m/km

< 1.5

<1.5

3 Minimum Radius m

1,200

125

4 Maximum Radius With no super-elevation

m 3510 1030

5 Radius above which no spiral curve is required

m 852

213

6 Maximum super-elevation %

6

6

7 Ramping grade % 0.38 0.6 8 Desirable minimum spiral length m 67 33 9 Min. stopping sight distance m 250 85 10 ‘K’ values of crest vertical curve k/%A 95 11 11 ‘K’ value of sag vertical curve k/%A 63 18 12 Acceleration length entrance m 410 - 13 Deceleration length to 40 kph m 155 - 14 Maximum vertical grade m 4 3 15 Minimum vertical gradient m 0.3 0.3 16 Minimum turning radii m - 15 17 Roadway vertical clearance m 5.5 - 18 Railway vertical clearance m 7.0 - 19 Subway clearance m 5.2 - 20 Cattle Creep/Pedestrian clearance m 3.0 - 21 Design Vehicle Truck Trailer 6-Axle

Reference: A policy on Geometric Design of Highways & Streets 2012 or latest

b. For Structures

11

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

.The design criteria to be adopted by the Contractor for structural design

are given below:

Sr.No Design Design Criteria/Standards

1 For Structural Design AASHTO LRFD Current Edition

2 For Structural Loads a. All loads will be as per current AASHTO LRFD, except the following which shall be West Pakistan Code for practice for Highway Bridges 1967

b. Class AA 70 ton tank and Impact &

braking associated with it: i. Axle Load and spacing of Class A

truck train only ii. Additionally the bridge deck slab shall

be checked in punching shear for a wheel load of 21000 Pounds [95 KN] on 0.25 x 0.5m2 tire contact area

c. A load factor of 1.35 or 1.65 shall be

considered for live loading as specified for AASHTO or West Pakistan Code for Highway & Bridges respectively, whichever is critical.

3 For Seismic Analysis AASHTO Guide Specifications for LRFD Seismic Bridge Design, 2nd Edition, and latest revisions shall be used. UBC/IBC 2003 in addition to the revised seismic risk map of Pakistan shall be used for seismic design for all relevant structures.

3f: Presentation / Approval of Design

a. On completion of the activities described in Item 3b above and formal submittals to the Employer as per Item 3c above, the Contractor shall make presentation to the Employer in presence of the Employer’s Design Cell Experts.

b. The Employer’s Design Cell Experts will scrutinize/ vet the design within a period of 30 days during which time the Contractor’s Design personnel will remain

12

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

physically available to the Employer’s Design Cell.

c. On completion of vetting and scrutiny, the Employer’s Design Cell shall issue necessary approvals for producing requisite number of construction drawings and documents.

d. Important features to be covered by the Contractor during the presentation: 1. Contractor will describe aspects related to land

acquisition and other impediments (if any). 2. Contractor will highlight important components of project

like major bridges, flyovers, interchanges, service areas etc.

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

4. Contractor will also highlight the environmental impact of the road construction on the road influence areas.

5. Important hydraulic parameters used in the design of bridges over rivers/ canals.

6. Results of traffic study and axle load factors. 7. Location of quarry sites 8. Contractor shall clearly explain the traffic management

plans. 9. Complete description of design criteria and functional

requirements. 10. Description of specialized equipment and machinery

required for the construction. 11. Description of methodology/ codes for pavement and

structural design including details of computer models. 12. For Structural Design, summary of results of computer

output (especially maximum and minimum forces for all elements) in tabulated form shall be presented.

13. Plan showing major quarries sites/ borrow area sites. 14. Any other points, which the contractor may like to

highlight, should be included.

4. CONSTRUCTION

Once the Detailed Design prepared and submitted by the EPC Contractor is approved by the Employer, the EPC Contractor shall take up the Construction of the Works, in accordance with this approved Design. The Scope of Construction shall include but not be limited to all activities / items described in the Non-Binding Bill of Quantities (Schedule N to Bid), the Schedule of Payments (Sec V) and the Preliminary Design Drawings(Sec XII).

13

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

All construction works shall be executed in accordance with and fulfill the criteria and standards set out under the Technical Specifications (Sec XI). The Contractor shall conduct, at his own cost, all Laboratory and Site Tests for Quality Assurance of the Works as per the Quality Plan approved by the Employer’s Representative. All tests carried out for different activities under scope of work shall be witnessed by Employer’s Representative/his appointed Assistant (AER). In addition, the Contractor shall carry out Tests on Completion as prescribed by the Employer’s Representative including but not limited to the following:

a) Test on Completion for Pavement Asphalt concrete pavement shall be subject to following tests on completion in addition to roughness test.

Roughness Index Test with Straight Edge Rutting Cracking Skid Resistance Texture Dimensions of Carriage way and shoulders etc. Thicknesses of Pavement at specified locations.

Riding quality checking measures and threshold during construction and after completion to be clarified and to be provided on completion as well as on yearly basis in the next three years of taking over. It is covered in ASTM E-1926 and E-1364 and needs to referred for more details and minimum standards to be followed. The IRI required on completion shall be 1.5m/mi and later years it will progressively increase and the bidder is to carry out roughness survey at the completion of the project as well as end of each maintenance year.

b) Test on Completion for Structures

Provision for proof load test for structures or part of structures as may become necessary at time of taking over or during maintenance period of three years needs to be included in cost including structural integrity testing such as echo testing/rebound hammer test etc. where required.

The contractor has to arrange/purchase all the necessary equipment to carry out these tests as per prescribed standards when needed.

5. MAINTENANCE

Maintenance of the Works, during the Defect Liability Period, as described in the

14

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

relevant provisions of the Conditions of Contract Parts I & II.

The Contractor shall be required meet the following minimum requirements for maintenance of works:

a) Carriage way and paved shoulders for any crack in road surface, potholes, any depression or rutting exceeding 10 mm in road services, bleeding/ skidding and removal of debris and dead animals.

b) Granular earth shoulders, side slopes and culverts especially for rain cuts and gullies in slope including de-silting of side drains and culverts etc.

c) Painting and remedial measure for damaged tool furniture or pavement marking.

d) Road lighting, and maintaining trees and plantation etc. e) Any damaged crack to super structure of culverts, abutments or bridges etc.

for temporary as well as permanent measures including settlement or tilting etc.

f) Change of bearings joints if there is malfunctioning. g) Damage to wearing coat. h) Landslides requiring clearance.

Contractor should maintain the facility as per specified standards after completion with an acceptable riding quality before handing over to NHA after completion of 3 year maintenance period in good condition. This item to be separately priced in the payment schedule.

15

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

SECTION X

TABLE -1

16

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

TABLE-1 with Explanation

1. MAINTENANCE DURING DEFECT NOTIFICATION PERIOD The maintenance requirement during Defect Notification Period of Three (3) Years

commencing from the date of taking over certificate are elaborated below:- 1.1 Maintenance Requirements 1.1.1 The Contractor shall, at all times maintain the Project Motorway in accordance with

the provisions of this Contract, Applicable Laws and Applicable Permits. 1.1.2 The Contractor shall repair or rectify any Defect or deficiency set forth in Table-1

provided on the next pages within the time limit specified therein and any failure in this behalf shall constitute non-fulfillment of the Maintenance obligations by the Contractor. Upon occurrence of any breach hereunder, the Employer shall be entitled to effect necessary deduction from the any money due to the Contractor, without prejudice to the rights of the Employer under this Agreement, including getting the work executed and Termination thereof.

1.1.3 All Materials, works and construction operations shall conform to the NHA's

Specifications for Road and Bridge Works. Where the specifications for a work are not given, standard acceptable Practice shall be adopted.

1.2 Repair / Rectification of Defects and Deficiencies The obligations of the Contractor in respect of Maintenance Requirements shall

include repair and rectification of the Defects and deficiencies specified in Table-1 of this Section within the time limit set forth therein.

1.3 Other Defects and Deficiencies In respect of any Defect or deficiency not specified in Table-1 of this Section, the

Engineer's Representative may, in conformity with Standard Engineering Practice, specify the permissible limit of deviation or deterioration with reference to the Specifications and Standards, and any deviation or deterioration beyond the permissible limit shall be repaired or rectified by the Contactor within the time limit specified by the Employer's Representative.

1.4 Extension of Time Limit Notwithstanding anything to the contrary specified in the Table-1, if the nature and

extent of any Defect or deficiency justifies more time for its repair or rectification than the time specified herein, the Contractor shall be entitled to additional time in conformity with Standard Practice. Such additional time shall be determined by the Employer's Representative and conveyed to the Contractor and the Employer with

17

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

reasons thereof. 1.5 Emergency Repairs / Restoration Notwithstanding anything to the contrary contained in this Schedule-E, if any Defect,

deficiency or deterioration in the Project Highway poses a hazard to safety or risk of damage to property, the Contractor shall promptly take all reasonable measures for eliminating or minimizing such danger.

1.6 Weekly Inspection by the Contractor The Contractor shall, through its engineer, undertake a weekly visual inspection of the

Project Motorway and maintain a record thereof in a register to be kept in such form and manner as the Employer's Representative may specify. Such record shall be kept in safe custody of the Contractor and shall be open to inspection by the Employer and the Employer's Representative at any time during office hours.

1.7 Pre-Monsoon Inspection / Post-Monsoon Inspection The Contractor shall carry out a detailed pre-monsoon inspection of all bridges,

culverts and drainage system before [1st June] every year. Report of this inspection together with details of proposed maintenance works as required on the basis of this inspection shall be sent to the Employer's Representative before the [10th June] every year. The Contractor shall complete the required repairs before the onset of the monsoon and send to the Employer's Representative a compliance report. Post monsoon inspection shall be done by the [30th September] and the inspection report together with details of any damages observed and proposed action to remedy the same shall be sent to the Employer's Representative.

1.8 Repairs on Account of Natural Calamities All damages occurring to the Project Motorway on account of a Force Majeure Event

or default or neglect of the Employer shall be undertaken by the Employer at its own cost. The Employer's Representative may instruct the Contractor to undertake the repairs at the rates agreed between the Parties.

18

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Repair / Rectification of Defects and Deficiencies

The Contractor shall repair and rectify the Defects and deficiencies specified in this Table-1 within the time set forth in the table below:

Nature of Defect or Deficiency Time limit for repair / rectification

ROADS (a) Carriageway and paved shoulders

(i) Breach or blockade

Temporary restoration of traffic within 24 hours; permanent restoration within 15 (fifteen) days

(ii) Roughness value exceeding 2,200 mm in a stretch of 1 Km (as measured by a calibrated bump integrator).

120 (one hundred and twenty) days

(iii) Pot holes 24 hours (iv) Any cracks in road surface 15 (fifteen) days

(v) Any depressions, rutting exceeding 10mm in road surface

30 (thirty) days

(vi) Bleeding / skidding 7 (seven) days (vii) Any other defect / distress on the road 15 (fifteen) days (viii) Damage to pavement edges 15 (fifteen) days (ix) Removal of debris, dead animals 6 hours

(b) Granular earth shoulders, side slopes, drains and culverts

(i) Variation by more than 1% in the prescribed slope of camber / cross fall (shall not be less than the camber on the main carriageway).

7 (seven) days

(ii) Edge drop at shoulders exceeding 40 mm 7 (seven) days

(iii) Variation by more than 15% in the prescribed side (embankment) slopes

30 (thirty) days

(iv) Rain cuts / gullies in slope 7 (seven) days (v) Damage to or silting of culverts and side drains 7 (seven) days (vi) Desilting of drains in urban / semi-urban areas 24 hours

(vii) Railing, parapets, crash barriers 7 (seven) days (Restore immediately if causing safety hazards)

(c) Road side furniture including road sign and pavement marking

(i) Damage to shape or position, poor visibility or loss of retro-reflectivity

40 hours

(ii) Painting of km stone, railing, parapets, crash barriers As and when required / Once every year

(iii) Damaged / missing road signs requiring replacement 7 (seven) days (iv) Damage to road mark ups 7 (seven) days (d) Road lighting

19

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

(i) Any major failure of the system 24 hours (ii) Faults and minor failures 8 hours (e) Trees and plantation

(i) Obstruction in a minimum head-room of 5m above carriageway or obstruction in visibility of road signs

24 hours

(ii) Removal of fallen trees from carriageway 4 hours

(iii) Deterioration in health of trees and bushes Timely watering and treatment

(iv) Trees and bushes requiring replacement 30 (thirty) days

(v) Removal of vegetation affecting sight line and road structures

15 (fifteen) days

(f) Rest area (i) Cleaning of toilets Every 4 hours (ii) Defects in electrical, water and sanitary installations 24 hours (g) [Toll Plaza] (h) Other Project Facilities and Approach Roads

(i)

Damage in approach roads, pedestrian facilities, truck lay-byes, bus-bays, bus-shelters, carrel crossings, [Traffic Aid Posts, Medical Aid Posts] and service roads

15 (fifteen) days

(ii) Damaged vehicles or debris on the road 4 (four) hours (iii) Malfunctioning of the mobile crane 4 (four) hours

Bridges (a) Superstructure (i) Any damage, cracks, spalling / scaling

Temporary measures Permanent measures Within 48 hours Within 15 (fifteen) days or as specified by the Employer's Representative

(b) Foundation (i) Scouring and / or cavitations 15 (fifteen) days (c) Piers, abutments, return walls and wing walls

(i) Cracks and damages including settlement and tilting, spalling, scaling

30 (thirty days)

(d) Bearing (metallic) of bridges

(i) Deformation, damages tilting or shifting of bearings 15 (fifteen) days Greasing of metallic bearings once in a year

(e) Joints (i) Malfunctioning of joints 15 (fifteen) days (f) Other Items (i) Deforming of pads in elastomeric bearings 7 (seven) days

(ii) Gathering of dirt in bearings and joints; or clogging of spouts, weep holes and vent-holes

3 (three) days

(iii) Damage or deterioration in kerbs, parapets, handrails and crash barriers

3 (three) (immediately within 24 hours if posing danger to safety)

(iv) Rain-cuts or erosion of banks of the side slopes of approaches

7 (seven) days

20

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

(v) Damage to wearing coat 15 (fifteen) days

(vi) Damage or deterioration in approach slabs, pitching, apron, toes, floor or guide bunds

30 (thirty) days

(vii) Growth of vegetation affecting the structure or obstructing the waterway

15 (fifteen) days

[Note: Where necessary, the Employer may modify the time limit for repair / rectification, or add to the nature of Defect or deficiency before issuing the bidding document, with the approval of the competent authority.]

SECTION XI

TECHNICAL SPECIFICATIONS

The specifications to be followed by the EPC/turnkey Contractor shall comprise the following:

21

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

i) NHA General Specifications (1998).

ii) Particular Specifications (Addenda/Corrigenda to the NHA General Specifications)

iii) Special Provisions

iv) Supplementary Specifications. (SS-1 to SS-29)

NOTE: For the purpose of these tender documents and the contract that shall be entered into as a result thereof, the sub-clauses titled “MEASUREMENT AND PAYMENT” under individual items of the Technical Specifications, stand deleted.

All payments to the EPC/Turnkey Contractor shall be made in accordance with the “Schedule of Payments” given in these Tender Documents. The term “Bill of Quantities” wherever referred to in the Specifications shall mean the “Non-Binding Bill of Quantities” given under the Schedule of Prices (Schedule N)

22

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

(ii) Particular Specifications

23

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

TABLE OF CONTENTS FOR

PARTICULAR SPECIFICATIONS

GENERAL ITEM 000 GENERAL

EARTHWORK

ITEM 100 GENERAL ITEM 101 CLEARING & GRUBBING ITEM 103 STRIPPING ITEM 104 COMPACTION OF NATURAL GROUND ITEM 105 ROADWAY & BORROW EXCAVATION FOR EMBANKMENT ITEM 106 EXCAVATION OF UNSUITABLE OR SURPLUS MATERIAL ITEM 107 STRUCTURAL EXCAVATION & B, ACKFILL ITEM 108 FORMATION OF EMBANKMENT

SUBBASE AND BASE

ITEM 200 GENERAL ITEM 201 GRANULAR SUBBASE ITEM 202 AGGREGATE BASE COURSE ITEM 203 ASPHALTIC BASE COURSE PLANT MIX Item 209 SCARIFICATION OF EXISTING ROAD / BREAKING OF ROAD STRUCTURE

SURFACE COURSES AND PAVEMENT

ITEM 300 GENERAL ITEM 302 BITUMINOUS PRIME COAT ITEM 305 ASPHALT CONCRETE WEARING COURSE PLANT MIX

STRUCTURES

ITEM 400 BRIDGES & CULVERTS ITEM 401 CONCRETE ITEM 403 FORMWORK ITEM 404 STEEL REINFORCEMENT ITEM 405 PRESTRESSED CONCRETE STRUCTURES

DRAINAGE AND EROSION WORKS

ITEM 507 GABIONS ANCILLARY WORKS

ITEM 607 TRAFFIC ROAD SIGNS AND SAFETY DEVICES ITEM 608 PAVEMENT MARKING

24

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

MISCELLANEOUS

ITEM 701 PROVISION OF SURVEY TEAMS AND INSTRUMENTS ITEM 702 PROVIDE, EQUIP AND MAINTAIN OFFICE FACILITY AND

RESIDENCE FOR THE ENGINEER (BASECAMP FACILITY) AND CLIENT'S REPRESENTATIVE.

ITEM 703 PROVIDE, EQUIP AND MAINTAIN LABORATORY FOR THE PROJECT. ITEM 704 MAINTENANCE OF WORKS FOR ONE YEAR AFTER

COMPLETION, DEFECTLIABILITY PERIOD (PERIOD OF MAINTENANCE).

ITEM 705 TEMPORARY ROAD WORKS FOR TRAFFIC DIVERSION ITEM 706 CONTROL AND PROTECTION OF TRAFFIC

25

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

FOREWORD FOR

PARTICULAR SPECIFICATIONS

The following Particular Specifications are amendments, corrigenda, deletions and additions to the General Specifications, issued by the National Highway Authority in December 1998, which are part of the Contract Documents as Volume II. Items of Particular Specifications are represented by the corresponding item number of the General Specifications to which an amendment, a corrigendum, a deletion or an addition relates. Whenever a reference is made in the Specifications to a Specification manual or a test designation either of the American Society for Testing and Materials (ASTM), the American Association of State Highway and Transportation Officials (AASHTO), Asphalt Institution, Federal Highway Specifications or any other recognized national organization and the number on other identification representing the year of adoption or latest revision is omitted, it shall mean the specification, manual or test designation in effect on the day the Notice to Proceed with the Works is issued to the Contractor. No separate items are provided for haul or transportation and these are deemed to be part of the relevant pay item of the Schedule of Prices.

26

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

GENERAL ITEM 000 GENERAL 1.11 Testing

In para 4, at end of first sentence in line 3, add the following:

“, except as provided in Item 1.21, Certificate of Compliance." 1.20 Trial Section At the end, add new items as below: 1.21 Certificate of Compliance

A Certificate of Compliance shall be furnished prior to the use of any material where these Specifications warrant such certificate to be furnished. In addition, where permissible under these Specifications, the Engineer may permit the use of certain materials or assemblies prior to sampling and testing, if accompanied by a Certificate of Compliance. The Certificate of Compliance shall be furnished with each lot, clearly identified in the certificate. All material used on the basis of Certificate of Compliance may be sampled and tested at any time. A Certificate of Compliance however shall not relieve the Contractor of his other obligations under the Contract for incorporating materials in the Work. Such materials shall conform to the requirements of the relevant Contract Drawings and Specifications. The Employer reserves the right to refuse the permission for the use of materials on the basis of a Certificate of Compliance. The form of the Certificate of Compliance and its disposition shall be as directed by the Engineer.

1.22 Irrigation Canals, Channels, Water-courses, Drains and Sewers etc.

The Contractor shall conduct his operations so as to offer the least possible obstruction for maintaining flow in irrigation canals, channels, watercourses, drains and sewers. The Contractor shall observe all rules and regulations of appropriate authorities regarding the interruption and maintenance of flow in irrigation canals, channels, watercourses, drains and sewers and shall save harmless and indemnify the Employer in respect of all claims, demands, proceedings, damages, costs and expenses whatsoever arising out of or in relation to any such construction, operations or interferences with irrigation flows . The Contractor shall maintain alternate channels wherever temporary relocation of irrigation channels, water-courses, drains and sewers, is required or where his operations disrupt the irrigation flow, without any compensation from the Employer.

27

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

1.23 Access and Canal Roads

If the Contractor finds it necessary or elects to use existing canal roads, the Contractor shall make all necessary arrangements and obtain all permits from the provincial Irrigation Department for travel over and use of such canal roads. The Contractor shall observe all rules and regulations of the Irrigation Department regarding the use of said canal roads. The cost of maintaining all necessary safety measures and temporary structures and making any necessary repairs, replacements or similar operations and all or any other costs required by reason of his use of such canal roads shall be borne by the Contractor and the Contractor shall save harmless and indemnify the Employer in respect of all claims, demands, proceedings, damages, costs, charges and expenses whatsoever arising out or in relation to any such operation or interference. The Contractor shall submit a plan for approval of the Engineer, indicating the road network to be used for haulage and other works.

1.24 Making Good Damage to Services, Earthworks etc.

The Contractor shall make good, at his own cost, all damages to telephone, telegraph and electric cables including underground installations or wires, sewers, water, or other pipes except where Authority, Employer or Private Party owning or responsible for the same elects to make good such damages. All injury to the surface of the land, to the beds of water-courses, protection banks, riverbeds, etc. where disturbed by the works (other than where specifically ordered by the Employer) shall be repaired by the Contractor or the Authorities concerned at the Contractor's expense. All such making good shall be to the approval of the Employer.

1.25 Safety Precautions

The Contractor shall adequately provide for the safety, health and welfare of persons and for the prevention of damage to works, material, and equipment for the purpose of or in connection with the Contract.

28

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

EARTHWORK ITEM 100 GENERAL

100.1 DESCRIPTION

In line 2, delete “earth” and insert “soil”.

100.2 SOIL INFORMATION

In para 2, line 2, delete “earth” and insert “soil”.

In para 2, line 3, after “requirements”, add “in particular the borrow pits”.

100.4 REMOVAL OF EXISTING OBSTRUCTIONS i) In line 5, after “bridges”, add “walls, buildings and roads”. ii) In line 7, after “item”, delete “exists” and add “appears in the Bill of

Quantities”.

ITEM 101 CLEARING & GRUBBING 101.3.1 Measurement

Delete para 2.

101.3.2 Payment

In line 4, after “original” insert “level and”.

ITEM 103 STRIPPING

103.3.1 Measurement

Add following sentence at the end: “The stripping and replacement of the resulting top soil in the area cleared and grubbed shall not be measured for direct payment under this item for the embankment”.

103.3.2 Payment

Replace table of Pay Item by the following sentence: “The cost of stripping and replacement of the resulting top soil in the area cleared and grubbed in the embankment areas shall not be paid separately, and its price shall be deemed to be included in the price of clearing and grubbing”.

29

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

ITEM 104 COMPACTION OF NATURAL GROUND

104.1 DESCRIPTION

Delete complete paragraph and replace with:

The work shall consist of the compaction of the natural/original ground, the cleared and grubbed surface (i.e. the surface after clearing and grubbing), stripped surface after stripping and the excavated surface after excavation, prior to commencement of embankment construction in accordance with these specifications, as shown on the Drawings or as directed by the Engineer. The compaction shall be carried out through a written order by the Engineer.

104.2 CONSTRUCTION REQUIREMENTS Delete top paragraph and replace with:

The natural ground/cleared and grubbed surface/stripped surface/excavated surface shall be broken up, ploughed, scarified, all sods and vegetable matter removed and compacted to a depth of 200 mm and to the specified density as given below:

104.2.1 Compaction of original ground surface in areas of high water levels & salinity Delete complete paragraph and replace with:

“Refer to special provision SP 117 for materials and construction requirements under these conditions”.

104.3.1 Measurement

Delete complete paragraph and replace with:

The quantity to be paid for shall be the number of square metres directed to be compacted and accepted by the Engineer for payment. The restoration of original ground levels with fill material after execution of Item 104 shall not be paid separately and shall be deemed to be included in this pay item.

The area determined as provided above shall be paid for at the contract unit price for

the pay item listed below and shown in the Bill of Quantities which price and payment shall constitute full compensation for all the costs necessary for the proper completion of the work prescribed in this Section.

ITEM 105 ROADWAY & BORROW EXCAVATION FOR EMBANKMENT

105.1 DESCRIPTION

In line 4, after “all excavation” add “after stripping of top soil (if required)”. In line 8, add at the end: “It shall include only material suitable for fill, backfill or in the embankment. All unsuitable or surplus material is provided for in item 106. Excavation for structures is covered under item 107. Excavation for diverting/widening water-courses is

30

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

included.”

105.2.1 Road Way Excavation i) Delete “Road Way” from the title and insert “Roadway.” ii) Delete para 2 and replace with :

"Roadway Excavation shall further be classified as "Common Excavation" and "Rock Excavation" as hereinafter described, which classification shall include all the materials of whatever nature encountered except where these are unsuitable or surplus to requirements as in item 106".

iii) a) Common Excavation

In line 7, insert “silts” before “sands.”

105.2.2 Borrow Excavation

In para 3, line 4, add at the end:

“In particular they will be left in a safe, free draining condition. In all areas any topsoil previously removed shall be reinstated unless otherwise instructed by the Engineer".

105.3 CONSTRUCTION REQUIREMENTS

i) In para 4, add at the end:

“Where appropriate drainage shall be reinstated”.

ii) In para 8, delete first sentence and insert “Borrow material shall not be

obtained less than 2 kilometers downstream of any hydraulic structure.” iii) After last para insert the following:

a) The excavated material approved for fill under any item of the

Quantities shall be used in the manner as described under the item of work.

b) If it is unsuitable material, it shall be disposed of at the designated location in the manner as directed by the Engineer.

c) If the material is surplus to the fill requirements of the Project, it shall be disposed of at the location in a manner approved by the Engineer.

d) In rock excavation any area over-excavated in the subgrade shall be reinstated as directed by the Engineer at the cost of the Contractor. For disposal of excavated rock material same procedure shall be followed as described above for “Common Excavation”.

ITEM 106 EXCAVATION OF UNSUITABLE OR SURPLUS MATERI AL

106.1 DESCRIPTION

At the end, add following para:

31

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

This also includes the material of existing structures and obstructions which are required to be removed as shown in drawings or as directed by the Engineer.

106.3.1 Measurement

In para 3, line 1, delete “Nos. 106a, 106b, 106c and 106d”.

106.3.2 Payment

Delete table of pay items and replace with:

Pay Item Description Unit of No. Measurement 106 Excavate Unsuitable or Surplus Common Material CM

ITEM 107 STRUCTURAL EXCAVATION & BACKFILL

107.1 DESCRIPTION

In line 12, add at the end: Only excavation below original ground and filling with granular fill shall be paid under this item. Common filling and backfilling shall be paid under item 108 for all common filling and backfilling above the level of the original ground line”.

107.2.3 Common Backfill

In line 2, between “allowed” and “subject” insert “on condition that the material requirements in item 108.2 are followed and”.

107.3.1 Preparation of Foundations of Footings

i) In para (ii), line 2, delete “special, care” and replace with “, special care”.

ii) At the end, add para (iii) as follows :

iii) Foundation material on which structure is to be placed shall be

compacted to 95% modified AASHTO T-180, unless otherwise directed by the Engineer. In case unsuitable material is encountered at foundation level, it shall be removed to the depth and extent as directed and replaced with suitable material of the type as determined by the Engineer.

107.3.2 Excavation in Embankments

In para 3, line 2, after “payment”, add “except where granular backfill is specified by the Engineer”.

107.3.3 Backfill

i) Delete para (h) and substitute as under :

32

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

"No backfill shall be placed against any concrete or masonry structure until permission has been given by the Engineer and preferably not until the concrete or masonry structure has been in place fourteen (14) days, or until test cylinders show the strength to be 80% of the 28 days cylinder strength of concrete as per table 401-1. The backfilling shall be carried out on both sides of the structure simultaneously. All buried concrete surfaces shall be bitumen coated, cost of which shall be included in backfilling”.

ii) At the end, add para (i) as follows :

(i) Any temporary backfill or platform constructed by the Contractor for

piling purposes or for any other work item shall be subsequently removed by the Contractor without any payment as directed by the Engineer.

107.4.1 Measurement

a) Structural Excavation i) In line 2, between “position” and “computed” insert “below top soil”. ii) In sub-para (1), line 4, add at the end:

“Neat lines of footings or foundations, shall mean the outer faces of footings or foundations excluding lean concrete.”

iii) At the end, add the following para: No separate payment shall be made for compaction of excavated foundation under structures.

ITEM 108 FORMATION OF EMBANKMENT 108.1 DESCRIPTION

In line 6, add at the end “The work shall also include the compaction, trimming and shaping of the side slopes as shown on the plans and removal of any excess fill as directed by the Engineer prior to placement of top soil on slopes of the embankment where required”.

108.2 MATERIAL REQUIREMENTS

Delete this entire item and replace with:

Material for embankment shall consist of suitable material excavated under the foregoing Items 105 and 107 and approved by the Engineer. Borrow material however, shall only be used when there is no suitable material available from the roadway or from structural excavation.

Wet excavated material which will be suitable when dry and if approved by the Engineer shall first be allowed to dry before being placed in the embankment.

The material under this Section shall conform to the following specification:

33

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

a) Contractor shall use AASHTO Class A-1, A-2, A-3, A-4, soil as specified in AASHTO M-145 or other material approved by the Engineer.

b) The material for embankment, except the top 30cm, shall have a minimum

soaked C.B.R. value of 5.0 per cent unless otherwise stated on the Drawings. The C.B.R. shall be determined in accordance with AASHTO T-193 at a max. dry density, AASHTO T - 180 corresponding to the required compaction zone of the embankment. For top 30cm, however, the CBR shall not be less than 8.0 per cent determined as above at 95 per cent laboratory max. dry density.

c) In case sandy material (P.I. < 4) be used for embankment formation, it shall

be properly confined with a material having plasticity index value from 4 to 10 as approved by the Engineer.

d) In areas subject to flood and prolonged inundation of the embankment, such

as at bridge sites, the material used in embankment, unless rock, shall be AASHTO Class A1(a), A1(b) and A-2-4 soils. Other soils may be used with the written consent of the Engineer and provision of suitable protection to the embankment slopes as directed by the Engineer.

e) For the purpose of embankment and subgrade construction the following

shall be considered as unsuitable materials:

1) Material from soil AASHTO classification group of A6 and A7; 2) Material from swamps, marshes and bogs; 3) Peat, logs, stumps and perishable materials; 4) Material susceptible to spontaneous combustion; 5) Materials having a moisture content greater than the maximum

permitted for such materials in the contract or as directed by the Engineer;

6) Organic Soils.

f) The moisture content of the soil at the time of compaction shall be uniform and shall be such that the soil can be compacted to the specified density and approved by the Engineer. The moisture content shall be as directed by the Engineer as determined from a test section and moisture density test (AASHTO T-180 Method D) done on each type of soil to be used in the construction of the work to determine the maximum density, the optimum moisture content and the moisture range required for the soil to achieve the desired compaction and approved by the Engineer. The soil shall be compacted at optimum content with ± 1% tolerance.

108.3.1 Formation of Embankments with Borrow Common Material

i) In para 1, last line, after “approved” add “for each material source or borrow

area.”

ii) Delete para 5 “The compaction of the embankment ..... equipment” and replace with :

“The compaction of the embankment shall be carried out at the designated optimum moisture content with ± 1% tolerance consistent with the available compacting equipment. In forming the embankment, the Contractor shall take steps to ensure that the work can be drained free of rain water, and he shall make due allowance in the height and width of the work for swelling or

34

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

shrinkage.”

iii) In para 6, line 6, after the word “disking” add “and scarifying”.

iv) In last para, add at the end:

“In order to prevent erosion of the slopes the Contractor shall compact the trimmed slopes to the required density prior to laying top soil or as directed by the Engineer.”

108.3.2 Formation of Embankments with Rock Material

i) In para 1, line 4, delete “than”.

ii) In para 2, line 2, delete “clean small spells,”.

108.3.3 Formation of Embankments on Steep Slopes

Delete 1st para and replace with:

"Where an embankment is to be constructed against an existing slope of 1 vertical to 5 horizontal or steeper, hill sides, existing shoulders or where new fill is to be placed and compacted against existing pavement or where embankment is to be built along one half the width at a time, the existing slope shall be benched. The horizontal dimension of benches shall be greater than half the width of the compacting equipment in use except where this would result in a vertical dimension at the back of the bench of more than 60cms in which case the horizontal dimension may be reduced. The compaction of benches shall be as per Clause 108.3.1 of the General Specifications. No measurement shall be made of the volume of material cut from the existing slope, recompacted at the same place or reused else where for benching purpose. Filling against the slope will be calculated on the volume of fill placed against the original slope. Existing slope in the context of this clause includes a partially constructed embankment but does not include the side of trench excavation.

108.3.4 Formation of Embankments on Existing Roads

Delete line 6 after the "Engineer" and replaced with: "The material declared suitable will be measured under relevant item and that declared unsuitable, will be measured under item 106, unless a separate pay item appears in Bill of Quantities.

108.3.5 Formation of Embankments in Water Logged Areas

Delete entire para and replace with:

This work shall be performed as stipulated in SP 117.

35

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

108.3.6 General Requirement

Delete entire 2nd para and replace with: i) When as a result of settlement, an embankment requires the addition of

material up to 30cm in thickness to bring it up to the required grade level, the top of the embankment shall be prepared as per requirement of Sub-Grade preparation as stated in item No. 109. No separate payment shall be made to Contractor for the scarification, removal and replacing or reworking of existing material to a depth as directed by the Engineer, unless a separate pay item appears in the Bill of Quantities.

ii) After the last paragraph, add the following :

Embankment filling shall be brought up and compacted over the full width of the embankment of one carriageway in one operation in layers parallel with the sub-grade level. At no time shall any part of the embankment width under one carriageway be left more than one layer lower than any other part of the embankment width.Shoulder construction shall be brought up simultaneously with the pavement construction.

In order to prevent water penetration into the pavement layers during construction, shoulder and median construction shall be brought up simultaneously with the pavement construction whenever the transverse slope of the subgrade slopes downwards towards the median.

The fill behind abutments and wing walls of all bridges, pipe slab and box culverts shall be deposited in well-compacted, horizontal layers not exceeding twenty (20) cm in thickness to the density 100 percent of max. dry density as per AASHTO T180(D).

iii) After item 108.3.6, add item 108.3.7 “Trial Section” as follows:

108.3.7 Trial Section

Before starting the filling of the embankment the Contractor shall construct trial sections of 500 m or as directed by the Engineer in 2 layers depth for each soil type/source proposed for use as fill material. The soils used in the trials shall be the same as those intended to be used for the formation of embankment and the compacting equipment shall be same equipment that the Contractor will use for the main work.The construction of embankment with any type of soil/material source shall be subject to written approval of the Engineer after the trial section made for that particular type of soil/material source.The object of these trials shall be to determine the optimum moisture content and the relationship between the number of passes of compacting equipment and density obtained for the soil types under trial and for the verification of the soil type itself. No separate payment will be made for this work, which shall be required as a subsidiary obligation of the Contractor under Pay item Nos. 108a, 108b or 108c, as the case may be.

108.4.2 Payment

i) In sub-clause c, Formation from Roadway Excavation, line 2, delete “form” and replace with “from”.

ii) In table of pay items, description of pay item 108a, line 2, delete “form” and

replace with ”from”.

36

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

37

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

SUBBASE AND BASE

ITEM 200 GENERAL

200.1 DESCRIPTION

In para 1, line 2, delete “, base,” and insert “, crushed aggregate base course,”.

200.2.1 Sampling and Testing

In para 3, line 5, after "...... Testing and Material (ASTM)”, insert the words "or, for particular materials or procedures, the British Standards Institution,".

ITEM 201 GRANULAR SUBBASE

201.2 Material Requirements

In para (a):

i) In second line, delete “ A, B and C” and replace with “B”.

ii) In the table of Grading Requirements for Subbase Material, delete “grading A ”

ITEM 202 AGGREGATE BASE COURSE 202.1 DESCRIPTION

Add at the end : The word “ Aggregate Base” wherever appearing in Item 202 should be read as “Crushed Aggregate Base Course”.

202.2 Material Requirements

i) In para (a):

(1) In line 2, delete “or B”.

(2) In the table of Grading Requirements for Aggregate Base Material, delete “grading B”.

ii) In para (e), line 2, delete "the material shall ......as determined by AASHTO

T-89 & 90." and replace by the following:

“the portion of filler, including any blended material, passing No. 40 mesh sieve shall have a liquid limit not more than 25 and a plasticity index not

38

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

more than 4 when tested in accordance with AASHTO T-89 & T-90. ”

202.4.2 Payment Replace the pay item table as follows:-

Pay Item Description Unit of No. Measurement 202 Crushed Aggregate Base Course CM

ITEM 203 ASPHALTIC BASE COURSE PLANT MIX

203.2.2 Asphaltic Material

In line 2, delete “40-50,60-70 or 80-100” and replace with “60-70”.

203.2.3 Asphalt Concrete Base Course Mixture

i) In line 2, delete “Class A and/or”.

ii) In the table of Combined Aggregate Grading Requirements (Table 203-1),

delete “grading for Class A”.

203.2.4 Job-Mix Formula

After para 3, add the following:

The combined gradation should produce a smooth curve approximately paralleling grading band limits for designated mix. The job-mix formula with allowable tolerances for a single test then becomes the job control grading band. If application of job-mix tolerances results in a job control grading band outside the master grading band, the full tolerances shall still apply.

Prior to final approval, the proposed job mix, with a bitumen content at the permissible upper percentage limit determined in JMF, shall be compacted to refusal (750 to 900 blows) and the resulting air voids in the mix shall not be less than 3%.

203.3.7 Spreading and Finishing

Delete para 2 and replace with the following:

Care shall be taken to ensure that material is properly compacted up to joint positions. If this is not done or results in mis-shapen surface on a layer, the Engineer may instruct unacceptable material to be cut back before laying the adjacent material. Joints in superimposed layer of asphaltic material must be offset longitudinally by at least 2m and transversely by at least 30 cms. Longitudinal joints in wearing course shall, after cutting back, be of good alignment and preferably coincident with the position of carriageway markings. Except where laying in echelon, joints in wearing course shall be cut back to a vertical face and Tack coated. Kerb faces, ironwork and the like in contact with wearing course shall be tack coated prior to laying wearing course.

39

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

The outer edges of wearing course shall be cut back to a good alignment, parallel with the road alignment. This will require a small additional width of wearing course to be laid.

The Contractor should allow, within his bid rates, for this additional width and for all cutting back of wearing course which will not be measured for payment. Tack coating of vertical faces will not be measured for payment.

203.3.10 Surface Tolerances

At the end, add the following:

The surface irregularities will also be tested by a rolling straight edge of the type designed by Transport Research Laboratory of UK, along any line or lines parallel to the edge of pavement on sections of 300m selected by the Engineer, whether or not it is constructed in shorter lengths. Sections shorter than 300m forming part of a longer pavement shall be assessed using the number of irregularities for a 300m length prorata to the nearest whole number. Where the total length of pavement is less than 300m the measurements shall be taken on 75m length. No irregularity exceeding 10mm shall be permitted.

Maximum Permitted Number of Surface Irregularities

using a Rolling Straight Edge

Surface under test Irregularity 4 mm 7 mm

Length 300m 75m 300m 75m Asphaltic Base course 40 18 4 2

203.4.2 Payment

Delete the Item and replace with:

The quantities for Asphaltic levelling/base course will be measured by volume in Cu.m. compacted in place. Measurements shall be based on the dimension as shown on plans or as otherwise directed or authorized by the Engineer. No measurement shall be made of unauthorized areas or for extra thickness. These items shall include the furnishing of all materials including asphalt additive or antistripping agent, if allowed by the Engineer to meet requirements of JMF; the drying and screening of aggregates; the mixing of bituminous material with the aggregates and the placing, furnishing and compaction of the mixed material.

Quantities of asphalt concrete mixed, wasted or disposed of in a manner not called for under the specifications or remaining on hand after completion of the work will not be paid for. The quantities determined as measured above shall be paid for at the Contract unit price for the particular pay items listed below and shown in the Bill of Quantities, which prices and payment shall constitute full compensation for all costs necessary for proper completion of the work prescribed in the item:

Pay Item Description Unit of No. Measurement 203 a Asphaltic Base Course Plant Mix (Class B) CM

40

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

203 b Asphaltic Levelling Course Plant Mix (Class B) CM

ITEM 209 SCARIFICATION OF EXISTING ROAD/BREAKING O F ROAD

PAVEMENT STRUCTURE 209.1 DESCRIPTION

i) In line 4, delete “aggregate base” and replace with “pavement structure”.

ii) In line 4, delete “base material” and replace with “embankment/ pavement

structure”. iii) In line 6, delete “crushed stone base aggregate” and replace with

“embankment/pavement structure”.

209.2 CONSTRUCTION REQUIREMENTS

In para 2, line 2, delete “off” and replace with “of”.

209.3.2 Payment

In line 4, after “equipment,”, add “disposal as directed by the Engineer,”.

41

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

SURFACE COURSES AND PAVEMENT ITEM 300 GENERAL

In para 1, line 5, after "...... Testing and Material (ASTM)”, insert the words "or, for particular materials or procedures, the British Standards Institution,".

ITEM 302 BITUMINOUS PRIME COAT 302.3 CONSTRUCTION REQUIREMENTS

In para 1, delete sentences 1 to 3 and replace with: Prior to the application of prime coat loose material shall be removed from the surface and the surface shall be cleaned by mechanical sweepers, blowers and hand brooms. The application is prohibited when the weather is foggy or rainy or when the atmospheric temperature is below fifteen (15) degree C unless otherwise directed by the Engineer. On a soil surface or sub-base or base course, the cleaned surface shall be given a light application of water and allowed to dry to a surface-dry condition before prime coat is applied.

ITEM 305 ASPHALT CONCRETE WEARING COURSE-PLANT MIX

305.2.2 Asphaltic Material

Delete entire para and replace with: “Asphalt binder to be mixed with the aggregate to produce asphaltic concrete shall be asphalt cement penetration grade 60-70 or a grade approved by the Engineer. Generally it will meet the requirements of AASHTO M-20”.

305.2.3 Asphalt Concrete Wearing Course Mixture

i) In line 2, delete “ and/or Class B”.

ii) In the table of Asphalt Concrete Wearing Course Requirements (Table

305-1), delete “grading of Class B”.

iii) In Marshal Test Criteria, Percent air voids in mix, delete “4 - 7” and replace with “3.5 - 5.5”.

305.2.4 Job-Mix Formula

After para 4, add the following para:

Prior to final approval, the proposed job mix, with a bitumen content at the permissible upper percentage limit determined in JMF, shall be compacted to refusal (400 to 600 blows) and the resulting air voids in the mix shall not be less than 2%.

42

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

305.3.2 Pavement Thickness and Tolerances

At the end, add the following:

The surface irregularities will also be tested by a rolling straight edge of the type designed by Transport Research Laboratory of UK, along any line or lines parallel to the edge of pavement on sections of 300m selected by the Engineer, whether or not it is constructed in shorter lengths. Sections shorter than 300m forming part of a longer pavement shall be assessed using the number of irregularities for a 300m length prorata to the nearest whole number. Where the total length of pavement is less than 300m the measurements shall be taken on 75m length. No irregularity exceeding 10mm shall be permitted.

Maximum Permitted Number of Surface Irregularities using a Rolling Straight Edge

Surface under

Test Irregularity

4 mm 7 mm Length 300m 75m 300m 75m Wearing course 20 9 2 1

305.4.2 Payment Para 2 of Price Adjustment

Delete 3rd line from "or the Contractor may opt to place an additional layer of wearing course asphalt, grading with a minimum thickness of 35mm".

43

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

STRUCTURES ITEM 400 BRIDGES AND CULVERTS

On page 400A - 2, first para 4th line, change the word 'show' to 'shown'

ITEM 401 CONCRETE 401.1 DESCRIPTION In line 3 between the word "aggregates" and "all in accordance", insert "and chemical

admixtures as may be required". 401.1.1 Classes of Concrete In 4th row (B) under column No. 3 (“Max. Size of Coarse Aggregate”), replace

‘51’ by ‘38’. 401.2.2 Fine Aggregate Add at the end :-

“ The Sand Equivalent (AASHTO T-176) determined for fine aggregates shall not be less than 75%.”

401.2.3 Coarse Aggregate Add after Table 401.2 "Coarse aggregate gradation should conform to the requirements of ASTM-C-33". 401.2.8 Admixtures Add at the end of the paragraph "or as directed by the Engineer." 401.3 CONSTRUCTION REQUIREMENTS Add at the end of para 2 :-

"Sulfate resisting cement will be used at least in foundations under saline conditions". 401.3.3 Mixing Concrete Add at the end:- "h) Temperature Control

No mixing or pouring of concrete will be allowed at ambient temperatures higher

than 35o Celsius, without prior approval of the Engineer for satisfactory measures made by the Contractor for keeping the concrete mix cool at the time of placing. The

temperature of mixed concrete immediately before placing shall not be more than 30o Celsius. The Contractor shall take all specific precautions according to AASHTO-SS-Division II 8.6.3. to achieve this target for which no extra payment shall be made".

401.3.5 Handling and placing concrete

44

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

a) General Add at the end of para 7:- "Before concreting in any section, reinforcement shall have to be completely cleaned and free from all contaminations, including concrete which may have been deposited on it from previous operations. Concreting will take place only after the Engineer has inspected the placing of the reinforcement and given his approval. The Contractor will allow the Engineer eight (8) working hours after the reinforcement is in place to conduct the inspection. The Contractor shall make available all the records of concrete placing to the Engineer. These records, in a form as agreed to by the Engineer, shall be kept by the Contractor containing all details of every pour of concrete placed. These records shall include Class of concrete, location of pour, weather conditions, date of pour, ambient temperature and concrete temperature at time of placing, moisture content of aggregates, details of mixes, batch numbers, cement batch number, results of all tests undertaken, location of test cylinder sample points and details of any cores taken. The Contractor shall supply to the Engineer two copies of these records each week covering work carried out the preceding week. In addition, he shall supply to the Engineer monthly histograms of all 28 days cylinder strengths together with accumulative and monthly standard deviations and any other information which the Engineer may require concerning the concrete placement in the Works".

401.3.6 Casting Sections and Construction Joints e) Construction Joints Add at the end para 3 :-

"The Contractor may require a different location of construction joints which are not shown in the drawings. If so, this requirement shall be subjected to the Engineer's agreement. If the stresses distribution in the structure are changed by the new construction joints, new calculations can be asked from the Contractor for checking the reinforcement. If the quantities of steel and formwork are increased, no extra payments shall be made. Elsewhere, on visible faces, aesthetical treatment of construction joint will be provided without any extra payment. i) Provisional openings for removal of formwork

The Contractor may require provisional openings for removal of formwork, in location and sizes. This requirement shall be subjected to the approval of the Engineer. The quantity of additional steel due to these openings will not be paid.

Elsewhere, on visible faces, aesthetical treatment of construction joint will be provided by the Contractor without any extra payment". 401.3.7 Concrete Surface Finishing/Rendering 401.3.7 d) Ordinary Surface Form Finish.

Delete and substitute with:

45

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

"Ordinary surface form finish will follow AASHTO-SS-8.12.2. Non-shrinkable mortar will be used. Ordinary surface form finish shall be applied to all concrete surfaces, except those of Class 1 form finish which are defined hereafter".

401.3.7 e) Class 1 Surface Form Finish Delete and substitute with :

"Class 1 surface form finish will follow the AASHTO-SS-8.12.3. Metal, fiber or plywood forms in good conditions will be used exclusively. "Class 1 surface finish shall systematically be required to be applied as the final finish for the following surfaces, unless otherwise directed by the Engineer: i) All form finish surfaces of bridge super-structures, except the under

surfaces between girders. ii) All surfaces of bridge piers, columns and abutments, and retaining

walls above finished ground and to at least three tenth (0.3) metre below finished ground.

iii) All surfaces of railing/barrier".

401.3.10 Testing of Compressive Strength Add at the end :-

"Equipment used for trial batches will have to be the one that would be used on that specific job".

401.4 MEASUREMENT AND PAYMENT 401.4.1 Measurement

Add the following at the end of para 6 :- "Any lost formwork not retrieved shall not be paid for".

ITEM 403 FORMWORK

403.1 DESCRIPTION

Add the following at the end :-

" Alternative The Contractor may require for formwork of "insitu" concreted slabs, the use of the alternative (not shown on drawings) solution "lost formwork" such as precast reinforced concrete slabs or fiber-cement planks. In that case, the Contractor shall have to submit the materials and his method statement to the Engineer for approval. This requirement will be accompanied by a calculation note. Any extra steel or extra-foundation to be added due to this proposal should be carried out without any extra payment to the Contractor".

46

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

ITEM 404 STEEL REINFORCEMENT 404.3.1 Fabrication of Bent Bars

a) Order Lists Add at the end :-

"Project shop drawings for bar lists and bending diagrams will be provided to the Engineer for approval, according to AASHTO-SS Section II -9.3. These documents shall be given to the Engineer at least one month before placing the steel. All grade 60 bars shall be brought to the site in straight bars".

c) Fabrication

Delete the table and substitute with: "- Stirrups and column tie bars : D= 4d for d ≤ 16mm - Other bars having d ≤ 32 mm Grade 60 : D=8 x d Grade 40 : D=5 x d For deformed bars grade 60, bending will be made only mechanically".

404.3.2 Placing and Fastening

b) Placing and Fastening Add at the end :-

"- Tolerances

Tolerances on bars placing will be +20mm in any direction parallel to a concrete face, and +10mm at right angle to a face.

- Control of formwork before placing the steel: No reinforcement shall be placed before the Engineer has inspected the formwork and given his approval. The contractor shall allow the Engineer at least four (4) working hours after the form is finished to conduct the inspection".

c) Splicing At the end of Ist para, add :-

"The Contractor may require the use of mechanical couplers splices. This requirement will have to be met according to AASHTO-SS-9.7.4. If approved by the Engineer, the cost of couplers shall be borne by the Contractor, but quantities of steel for payment in item 404a will include splices by overlapping".

404.4.1 Measurement At the end of 1stpara, add :-

"Steel reinforcement of piles is included in the Item 407 Piling and shall not be measured separately under this item".

47

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

At the end of 2nd para, add the following table :- ASTM Designation Weight Kg/m 2 0.249 3 0.560 4 0.994 5 1.552 6 2.235 7 3.042 8 3.973 9 5.059 10 6.403 11 7.906 12 8.941

ITEM 405 PRESTRESSED CONCRETE STRUCTURES

405.2.1 Prestressing Reinforcement Steel

Second para. Make the following changes: Item i) Change "Minimum Ultimate tensile strength" from

"16,570 Kg/sq.cm" to "18,900 Kg/sq.cm". Item iii) Change "Minimum modulus of elasticity" from "1.75 x 10 Kg/sq.cm"

to "1.75 x 106 Kg/sq.cm".

48

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

DRAINAGE AND EROSION WORKS

ITEM 507 GABIONS 507.3 CONSTRUCTION REQUIREMENTS

Add at the end: “Working drawings” according to AASHTO-SS-Division II-22.2 will be submitted to the Engineer for approval, before fabrication and installation.

49

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

ANCILLARY WORKS ITEM 607 TRAFFIC ROAD SIGNS AND SAFETY DEVICES

607.1 DESCRIPTION Add at the end of para:

Unless otherwise shown on the Drawings, all signs shall be lettered in both Urdu and

English. In case of any discrepancy between NTRC requirements and these General Specifications, the requirements of NTRC shall govern.

607.2 MATERIAL REQUIREMENTS Add the following:

Materials shall be of new stock unless otherwise shown on the Drawings or ordered

by the Engineer and shall conform to the following requirements:

607.2.1 Sign Panels In line 1, delete “regulator” and replace with “regulatory”. 607.2.9 Concrete Foundation Blocks i) In line 1, delete “Class A” and replace with “Class A1”. ii) In line 3, after “mm”, add “or as shown on the drawings or as directed by

the Engineer.”. 607.2.10 Road Posts and Hazard Markers In line 6, delete “with standing” and replace with “withstanding”. 607.3.1 Excavation and Backfilling Add at the end of para 3: Concrete shall be placed against the undisturbed excavated faces, except that the top

fifteen (15) centimeters of each footing shall be formed. Forming of the entire footing will not be permitted unless approved by the Engineer. Concrete shall be thoroughly rodded and spaded so as to eliminate all voids. Tops of footings shall be finished with a wood float and all exposed edges shall be rounded with an edger.

Backfill shall be thoroughly compacted by mechanical tampers, and care taken to

prevent damage to the finished concrete. Backfill shall be brought up level with the finished ground line. Pipe post bases and/or posts set in concrete shall be firmly supported, plumb, vertical and at the proper elevation.

In case precast concrete foundations are used, these shall be of the concrete class 'A1' and of the sizes as shown on the drawings.

607.3.2 Erection of Posts

50

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

In line 3, delete “the” written in between “to” and “prevent”. 607.3.5 Installations of Safety Devices In line 11, delete “a” written in between “for” and “prohibiting”. 607.3.6 Sign Faces a) Design i) In serial No. 3, line 1, delete “italics” and replace with “Smalls”. ii) In serial No. 5, delete “italics” and replace with “Small”. iii) In serial No. 13, delete “Size of letter for km. Height” and replace with

“Height of letter for km”. 607.3.7 Storage of Signs At the end, add the following: 607.3.8 Painting

The rear sign face of all signs shall be painted with two (2) coats priming paint

pigmented with chromates of chromes (excluding lead chromes) plus two (2) coats of weather-resisting dull silver gray paint. Where connection of large aluminium sheet signs to a steel stiffening frame is required, the studs or screws, bolts and washers shall be painted to properly match the color of the surrounding material. All painting shall conform to the requirements of Section 413 of General Specifications.

607.3.9 Placement and Orientation The Engineer will approve and mark the longitudinal location of each sign on the

working drawings submitted by the Contractor. The sign shall be laterally positioned from the shoulder or curb as shown on the

approved drawings or directed by the Engineer. The Contractor shall stake the location of each sign support and shall get its approval

from the Engineer prior to carrying out excavation for foundations. The Engineer may order change in location due to site constraints. No separate payment shall be made to the Contractor on account of such change if the change is made before fixing of the sign support in concrete block.

The Contractor shall be responsible for the proper elevation, off-set, level and

orientation of all signs he erects. He shall exercise due care on the preservation of stakes for his and the Engineer's use. If any stakes are lost, damaged, displaced, or removed, the Contractor shall have them reset at his own expense.

Unless otherwise shown on the Drawings all signs shall be erected so that the edge

and face of the sign are truly vertical and face is at an angle of ninety three (93) degrees to the centerline; that is, facing slightly away from the centerline of the lane which the sign serves. Where lanes divide or are on sharp curves, the Contractor shall orient sign faces as indicated on the Drawings or by the Engineer so that they will be most effective both day and night and so as to avoid specular reflection and glare. All

51

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

sign supports shall be plumbed. 607.3.10 Sign Posts

Lengths of posts shown on the Drawings for signs are for bidding purposes only.

When progress of the Work permits, the Engineer will authorize the location of each sign, with the station and offset distance from the edge of pavement. The Contractor shall be responsible for determination of post lengths to provide the vertical clearance shown on the Drawings. Field cutting of posts shall be performed by sawing. "Sign Post Support Assemblies" shall be fabricated as detailed on the drawings. Test specimens for pipe shall be taken at least fifteen (15) centimeters from one (1) end of the pipe, instead of at the ends as specified in ASTM A 53, Grade B. When Galvanizing is specified assemblies shall be hot-dip galvanized after fabrication. All welds shall be mechanically cleaned before Galvanizing. Galvanized materials on which the Galvanizing has been damaged in transporting, handling, or erection will be rejected or may, with the approval of the Engineer, be repaired in the field by the zinc alloy stick method. Required field welds and adjacent areas on which the Galvanizing has been damaged shall be galvanized by this same method. The zinc alloy stick shall be cast from zinc, tin, and lead in combination with fluxing ingredients. The compound shall be completely liquid at a temperature not lower than two hundred and forty six (246) degrees C. The area to be re-galvanized shall be thoroughly cleaned, including the removal of slag on welds. The surface shall be heated with an oxyacetylene torch to approximately three hundred and fifteen (315) degrees C, and the alloy stick rubbed over the surface to fix a deposit. While the alloy is still liquid, a clean wire brush shall be used to smooth the deposit evenly over the entire area being re-galvanized. If a heavy deposit or build-up is required to match the original coating, more alloy shall be added immediately to the initial bond deposit and spread with a paddle or brush until the required thickness is obtained. Edges of drilled holes shall be coated with commercially available zinc-rich paint. Shop drawings will not be required for pipe posts. The Contractor shall furnish to the Engineer, fabricators' certifications in triplicate certifying that the material supplied conforms to all of the requirements specified.

607.3.11 Fastening Signs to Sign Posts Signs shall be fastened to sign supports in accordance with the requirements of the

Drawings, the recommendations of the sign manufacturer and to the satisfaction of the Engineer.

After installation of signs on their supports all bolt heads, screw heads, and washers

which are exposed on the face of the sign shall be painted. The color of the paint used shall be as nearly as practical the same as the color of the background or message area at the point where the bolt, screw, or washer is exposed.

Where steel signs are mounted with aluminium hardware or on steel posts, approved

asphalt, nylon, or neoprene insulation shall be installed at all points where dissimilar metals might come in contact.

607.3.12 Erection of Delineators and Marker Posts

Delineators shall be erected at locations shown on the Drawings and set at elevations such that the Delineator reflectors will be at the indicated height above the ground surfaces. Unless otherwise noted in the Drawings or authorized by the Engineer, holes

52

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

for posts shall be of the depth and size shown on the Drawings. Posts shall be set plumb and to the established lines and grades and shall be encased in concrete class “B” unless otherwise shown on the Drawings. The cost of all excavation and concrete will be considered subsidiary to the bid item (s) for Delineators. When noted on the Drawings or authorized by the Engineer, the posts shall be erected by driving, either by hand or with approved mechanical devices. The method of driving shall not substantially alter the cross- sectional dimensions of the posts or materially damage the coating. Battered tops will not be permitted. Posts which, in the opinion of the Engineer, are bent or otherwise damaged during or after erection shall be removed from the site and replaced at the Contractor's expense. After driving, the portion of the posts above ground shall be plumb and the posts shall be firm in the ground. Reflectors shall be attached to the posts as detailed on the Drawings or according to the manufacturer's specifications.

607.4.2 Payment At the end of para add: For category 3 road signs where the number of post assemblies may be more than

one, additional post assemblies shall not be measured separately and their cost is deemed to be included in the cost of traffic signs.

Delete the table of pay items and replace with:

Pay Item Description Unit of No. Measurement 607 a Traffic Signs, Triangular, sides 1050 mm, Category 1 Each 607 b Traffic Signs, Circular, diameter 1050 mm, Category 2 Each 607 c Traffic Signs, Rectangular, Category 3 SM

607 f Additional Panel Size 60 x 30 cms Each 607 g Additional Panel Size 90 x 30 cms Each 607 h Delineators Each

ITEM 608 PAVEMENT MARKING

608.3.3.2 Testing

Delete item No. “608.3.3.2” and replace with “608.3.2.2”:

608.3.3.2 Packing

Add at the end: • Packing shall be not less than 25 Kg or more than 100 Kg.

53

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

608.3.5 Application of Material to the Road b) Preparation of material on site

In line 2, delete “heather” and replace with “heater”.

c) Laying

Delete the para and replace with:

i) Carriageway centre lines, lane lines and edge lines shall be laid to a

regular alignment by self propelled machine. Other markings may be laid by hand, hand propelled machine or self propelled machine as approved by the Engineer.

ii) The road surface shall be dry and free from loose detritus, mud and

other extraneous matter. Where old paint or thermoplastic material are present, the Contractor shall be responsible, if required, for removal of that paint to make the surface suitable.

iii) The drying time shall be not more than 10 minutes, in the laboratory

test, (AASHTO designation M 249).

iv) The spray plastic shall be used at temperatures between 211 - 225oC. v) In addition, the glass beads included in the material a further quantity

of glass beads shall be sprayed onto the hot spray plastic line at the time of application and shall be approximately 400-500 grams per square metre. The application should be pressurized.

vi) The finished lines shall be free from ruggedness on sides and ends

and be in true plane with the general alignment of the carriageway. The upper surface of the lines shall be level, uniform and free from streaks and cracks.

608.5.1 Measurement Delete para 1 and replace with : The quantity to be paid for pavement marking shall be the number of square metres of

painted traffic lines of specified width and shape shown in the drawing measured in place, completed and accepted.

608.5.2 Payment Delete the table of pay items and replace with:

Pay Item Description Unit of No. Measurement 608a Pavement Marking with Thermoplastic Reflective Paint for lines of Specified Width SM 608b Pavement Marking with Thermoplastic Reflective Paint for Arrows, Stops, Pedestrian Crossings,

54

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Hatch Area etc. as Specified. SM

55

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

MISCELLANEOUS

ITEM 701 PROVISION OF SURVEY TEAMS AND INSTRUMENTS 701.1 DESCRIPTION

Delete the entire para and replace with the following:

The Contractor shall provide and maintain survey equipment for the sole use of the Engineer. All surveying equipment shall be new and shall be maintained throughout the Contract period and replaced by the Contractor free of charge in case of damage or loss. The survey equipment shall be supplied to the Engineer within thirty calendar days from the Engineer's order to Commence the Works.

Upon completion of the Contract, the surveying instruments and equipment shall become the property of the Employer and shall be handed over to him complete, and in a state of good repair, taking into account fair wear and tear.

The Contractor shall provide Twelve (12) helpers, along with the equipment, to the Engineer/Engineer’s representative to assist him for carrying out the field works.

701.2 EXTENT OF PROVISION AND GENERAL REQUIREMENT Delete the entire para and replace with the following: The Contractor shall provide and maintain at his own cost at least the following

surveying equipment and any other surveying equipment deemed essential for the Work by the Engineer’s Representative for the sole use of the Engineer's Representative:

2 No. - Electronic distance measuring device complete with accessories,

360o Universal Theodolite aiming head and standard equipment supplied by the manufacturer, including tripod, control units and batteries, charging unit, pole reflector, single prism reflector, three prism reflector complete with tripods and traverse equipment for Theodolite.

3 No. - Theodolite 360° (one second precision) with tripod 6 Nos. - Precise Levels (Automatic type), with tripod, magnification 34X 12 Nos. - Levelling Staff with graduations in metric units 6 Nos. - Steel measuring tapes 100 m long 4 Nos. - Steel measuring tapes 20 m long 4 Nos. - Hand tapes 3 m. (lockable in pocket) 12 Nos. - Measuring rods (4 m) 12 Nos. - Ranging rods with tripods 4 Nos. - Club hammer 2 kg. 4 Nos. - Sledge hammer 4 kg. 40 Nos. - Traffic Cones

56

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

6 Nos. - Survey Umbrellas 2 Nos. - Aluminium Straight Edges, 3.0m long 2 Nos. - Aluminium Straight Edges, 5.0m long 4 Nos. - Spirit Levels, 30cm long

- All miscellaneous tools, equipment and materials required in surveying in numbers as determined by the Engineer's Representative.

All surveying equipment shall be new. The quantity of all survey equipment shall be

maintained throughout the Contract Period and replaced at his own cost by the Contractor in case of damage or loss. The Contractor shall make available three (03) qualified surveyors and transport for checking and incorporation as and when required by the Engineer’s Representative. The survey equipment shall be placed at the disposal of the Engineer’s Representative during the Contract period and shall be returned to the Employer, complete and in a good state, taking into account fair wear and tear on completion of the Contract.

The Contractor shall provide adequate supplies of expendable materials i.e. level

books, pencils, erasers and inks, drawing papers, pegs, nails, flags, brushes and paints etc. as required by the Engineer’s Representative.

701.3.2 Payment

Delete the entire para and replace with the following:

Payment shall constitute full compensation for all costs of provision and maintenance of equipment,

furnishing survey teams, supplies of expendable materials and necessary labour/helpers, materials and maintenance and all other incidentals for the proper completion of the work as stated herein above and as directed by the Engineer’s Representative.

Pay Description Unit of Item No. Measurement 701 (a) Provide Survey and allied Instruments P.S 701 (b) Maintain Survey Instruments and provide Month survey teams.

ITEM 702 PROVIDE, EQUIP AND MAINTAIN OFFICE FACILIT Y AND RESIDENCE FOR THE EMPLOYER REPRESENTATIVE AND ASSISTANT TO EMPLOYER REPRESENTATIVE (BASE CAMP FACILITY - EACH SECTION)

In the title:

i) In line 2, delete “ENGINEER ” and replace with “ENGINEER’S

REPRESENTATIVE ”. ii) In line 3, delete “CLIENTS ” and replace with “EMPLOYER ’S”.

57

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Delete entire item and replace with :

702.1 DESCRIPTION

The Contractor shall provide, furnish and properly maintain and service during the whole contract period, air conditioned facilities for the Engineer’s Representative and his staff and Employer’s Representative including offices and bachelor housing accommodations as specified hereinafter for the exclusive use of the Engineer’s Representative and his staff at the location as approved in writing by the Engineer/Engineer’s representative.

The Contractor shall provide all consumable items and pay for all utilities/services and other incidental or

running costs and provide continuous supply (24hrs) for all utilities which include power, gas, water supplies, STD telephone and fax and/or other means of communication (mobile phone) within and off the site and shall pay its total capital and operative cost for utilization of the facilities for the project. The Contractor shall also provide and maintain staff, such as messengers, tea boys, chowkidars and sweepers. The consumable items shall include stationery and such other items as required.

702.2 GENERAL

Camp shall be completed and ready for use within forty five (45) calendar days after the availability of land to the Contractor. Temporary facility for base camp office of equal area and standard shall be provided by the Contractor elsewhere during the construction of the Base Camp without any charge; however, maintenance of such temporary facility shall be paid to the Contractor at the quoted rate, provided such facilities are acceptable to the Engineer's Representative. The Contractor shall be responsible for, and take all necessary measures to ensure the security and cleanliness of these facilities and their contents at all times and shall employ necessary staff and watchmen for this purpose. All equipment, furniture and fixtures provided shall be erected and maintained by the Contractor throughout the Contract period to the satisfaction of Engineer’s representative. Repair/replacement of these fixtures shall be carried out by the Contractor at his own cost. All equipment, furniture and fixtures shall become the property of the Employer on completion of the Works. If the operations of the Contractor are such that additional staff of Engineer’s Representative are required, the Contractor shall provide and maintain additional facilities for accommodation, office, laboratory, furnishing, equipment and transport as directed by the Engineer’s Representative as of the same standard as of the original staff No separate measurement or payment shall be made for providing and maintaining these additional facilities and its cost shall be deemed to be included in the rates entered in the Bill of Quantities for other pay items. The permanent offices shall be handed over to the Employer within four(04) months after the completion of the contract, or such early date as instructed by the Engineer. The Contractor's site offices will be situated at a reasonable distance from the offices of the Engineer’s Representative.

702.3 CONSTRUCTION AND FURNISHING REQUIREMENTS

58

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Before commencing construction of permanent office building, the Contractor shall prepare and submit to the Engineer’s Representative for approval detailed layout, structural, architectural, electrical, plumbing and sewer etc. drawings and design calculations, free of all costs, based generally on the standard plans provided prior to purchasing materials for construction.

702.3.1 Office Facilities i) For Engineer’s Representative

The overall covered area of the office of Engineer’s Representative shall not be less than approximately 500 square meters and partitioned into rooms, a conference room, store, toilets with washing facilities, kitchen etc. The layout of the building shall be as approved by the Engineer. Parking sheds in the Engineer’s premises shall also be provided for the required number of vehicles as approved by the Engineer.

702.3.2 Residential Facilities i) For Engineer’s Representative

The residential facilities for the Engineer’s Representative shall be erected by the Contractor as approved by the Engineer. The Contractor shall provide facility for 28 persons as described below or as approved by the Engineer’s Representative: a) At least approx. 500 square meters floor area consisting of 16 rooms,

with six (06) rooms with attached bathrooms and adequate bathrooms & toilets facilities for the remaining staff as approved by the Engineer.

b) Recreation and Dining Centre of approx. 150 square meters with net

floor area consisting of a kitchen with store, communal dining room, lounge, toilet and room for tea boy/cook with toilet and a laundry room.

702.3.3 Layout and Construction

The general layout and construction of the Engineer’s facilities, offices and residences shall at

least conform to the following: i) Layout

The layout of all sites, which have to be approved by the Engineer’s Representative, should take into account at least the following general requirements:

a) Convenient access from the public road to all necessary points. b) Paved areas and covered areas for vehicle movement and convenient

parking. c) Dust suppression in unpaved areas. d) Grading of the site to provide drainage.

59

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

e) Standby generating capacity located and protected to avoid noise

nuisance in the occupied buildings. f) A suitable and convenient covered area for sample storage. g) Ducts, cables, pipes and sewers for services and drainage. h) A car washing area with water source. i) Some area of visual amenity, flower beds, shrubs etc., with water

source. j) Security comprising perimeter fencing/walls, gates, guard houses

approximate to the agreed site.

ii) Construction

The Camp Facility for permanent structure shall be constructed of such materials and fixtures which shall be new and approved by the Engineer’s Representative. The clear height of the building from floor to ceiling shall not be less than 3.70 meters. The finished floor level shall be at least 60 cms. above natural ground level. The walls shall be of first class bricks or concrete blocks of standard size with water proof cement mortar plastering. One layer of damp proof course shall be provided. The floor shall have a 15 cm. thick concrete (Class B) flooring, or equivalent as approved by the Engineer’s Representative. Sun shades shall be provided on doors and windows and a 4m x 7m porch roof of similar construction to the car port, at the main entrance. The roofs shall have parapet railings all around. The building is to contain required expansion joints, outlets etc.

The building shall be constructed to avoid severe summer/winter seasons. Special measures shall be taken in selection of construction material and orientation of the buildings.

Details of elements of construction should be as follows:

a) Floors shall be of concrete tiled with tiling to suit the purpose of the room.

b) Walls shall be plaster on masonry or filled. Finish to the painting of

color(s) to be agreed with the Engineer’s Representative. Splash areas of bath-rooms and kitchen walls are to be ceramic-tiled

c) Ceilings shall be plastered concrete, finished in white distemper. d) Roof construction shall be reinforced concrete, suitably waterproofed

and insulated and be constructed to drain to collection points provided with full-height discharge pipes to gullies at ground level.

e) Doors and windows will be of solid, tight-fitting construction. Their

locations will depend upon the actual room layout agreed, the intended placement of furniture within rooms and any openings to be provided for air conditioners. In case the Engineer’s Representative does not provide locations, the Contractor should make reasonable written proposals to the Engineer’s Representative who if he wishes

60

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

to make any changes, will reply within two weeks. f) Window sizes shall generally be 1.3 m x 1.2 m with openable plain

glass in frames, except for special purpose rooms. Frames may be aluminum or timber. Timber frames shall be painted. All windows shall be lockable and provided with fly screens on opening panels.

g) Internal doors shall be of plywood in timber frames. Good quality

door furniture with lever handles will be provided and fixed. Two keys for each lock will be handed over to the Engineer’s Representative.

h) External doors may be glazed aluminum or exterior quality timber

with frames to suit. Good quality door furniture will be provided including security locks and two keys for each lock. Additional fly-screen doors shall be fitted on the outside of external doors.

i) Wooden doors and frames shall be finished and painted or varnished

to suit their location. j) Lighting, heating, air-conditioning, fans, ventilation, waste disposal,

electric heater, water, gas and electricity installations and supply shall be provided as appropriate to the rooms of the office and residences.

k) Lighting shall be provided to office standards by fluorescent fittings,

placed as agreed with the Engineer’s Representative. l) Back-up power supply by diesel generator shall be provided. The

back-up generator shall have automatic cut-in in case of failure of the main supply. The power circuit shall be equipped with voltage regulation to protect electrical equipment from overload and to ensure proper operation of computers and the like. The generator shall be housed in a separate room for noise reduction and it shall be used solely for the facilities for Engineer’s Representative.

m) A continuous water supply shall be available for normal use as

indicated on the plans. An approved double walled, insulated RCC elevated storage tank, having a minimum capacity of ten thousand (10,000) liters, shall be constructed. The Contractor shall provide test results and appropriate certification to show the water supply is potable. Tests shall be repeated periodically. In case the water supply is not potable the Contractor shall provide a separate source of drinking water and shall label all non-potable water taps as “not for drinking.

n) A septic tank is to be provided which shall be a dual chamber

structure with an internal wall forming a high level weir overflow separating the two chambers. Access to each chamber shall be provided by airtight inspection covers. Inlet pipes shall be into the first chamber level with the overflow weir wall and the outlet shall be

61

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

at the same level at the opposite end of the second chamber. The outlet shall be a 200 mm diameter pipe, leading into an

excavated soakage pit of a size depending on soil porosity, which shall be backfilled with rock containing less than 10% of 20 mm size or smaller material, topped with 150 mm clay soil and 150 mm topsoil. The septic tanks shall be emptied as required.

o) Continuous supplies of water, gas, electricity and fuel for generators

shall be provided by the Contractor who shall be responsible for, and pay all costs of, installation, connection and maintenance.

p) The Contractor shall arrange to provide and install communications

facilities. Four operational STD telephone lines as required with all appurtenances shall be provided to the office of Engineer’s Representative. An appropriate UHF/VHF wireless system shall be arranged and installed with base station at the vehicles of Engineer’s Representative. In case telephone lines are not available, the wireless system (mobile phone) may be expanded to provide necessary communications for the Engineer’s Representative and the Employer.

q) Intercom facility shall be provided between the rooms of the office

and the laboratory. r) The Contractor shall take appropriate measures to discourage the

presence or entry to the buildings of termites, cockroaches and the like. Such measures may include chemical treatment of foundations and sealing of joints in construction.

s) The Contractor shall provide free of cost sufficient power supply for

Engineer’s Camp power requirements. The power supply shall be 220 volts, 50 cycles. Power outlets as required shall be provided in the office and houses. Gas supply shall be provided as appropriate to the equipment.

t) Temporary Field Offices at locations depending upon any major field

activity and/or as approved and directed by the Engineer’s Representative are also to be provided without any extra cost.

702.3.4 Furniture and Equipment for the Offices

The Contractor shall provide for the office, furnishings and equipment complying at least to the following list and as per the direction and approval of the Engineer. All furnishings and equipment are for the exclusive use of the Engineer/Engineer’s representative.

The Contractor shall maintain the offices in good condition to the satisfaction of the Engineer’s Representative and as long as it is required for the purpose of the Contract. The Contractor shall provide full supplies of stationery and other consumable items to offices during the complete currency of the Contract. The Contractor shall also provide not less than four number messengers/tea Boys for the office during the contract period. All equipment, furniture and fixtures and staff shall be provided and maintained throughout the contract period and repaired/replaced by the Contractor at his own cost in case of damage or loss.

62

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

i) For Office of Engineer’s Representative

All furnishings and equipment are for the exclusive use of the Engineer’s Representative. The following list shall at least be provided.

No. Item a) Office 4 - Lockable filing drawings cabinets (1.0x0.80x0.75)m with 4

drawers. 20 - Waste baskets 15 - Standard office desks with lockable drawers 1 - Executive desk with lockable drawers & glass top 1 - Executive type upholstered desk chair 2 - Computer operator desk with chair and matching computer

table 35 - Standard office chairs 6 - Book cases with two shelves 1 - Desk lamp executive type 15 - Desk lamp, fluorescent, 20 watts 3 - Display boards 10 - Standard size staplers 2 - Heavy duty stapler 12 - Paper cutters (Knife type)

As Required - Pencil Sharpeners 1 - Pencil Sharpener, desk mounted 1 - Set of drawing triangles, 600 & 450 (Large) 1 - Set of drawing triangles, 600 & 450 (Small) 4 - Electric water cooler 1 - Electric desk calculator with printer 6 - Calculators, Casio FX-880P (SUPER FX) or similar 1 - Webster collegiate English dictionary 1 - English - Urdu dictionary 4 - File cabinets 2 - Lockable metal cabinets 4 - Fire extinguishers (C02) wall hung 1 - Xerox photocopier including enlargement/reduction etc.

As Required - Reqd. Continuous supply of blueprint, batteries for clocks, calculators, and other office supplies as required.

As Required - Curtains on all windows 14 - Air conditioner (cooling & heating) 18,000 BTU or as

required 10 - Electric heaters 11 - Wall clock 1 - Conference table with standard office Chairs for Twelve (12)

persons. 3 - Plastic trash containers, 500 mm diameter minimum by 750

mm high 1 - Binding machine, Model No. 212 PB by General Binding

63

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Corp. or equiv 1 - Set of AASHTO Specifications, Asphalt Institute manuals,

ASTM Standards (Latest editions as required) 12 - Zea 2500 w Voltage regulator 6 - Computer, Model IBM or compatable (P4) including 17 inch

color monitor, key board and other accessories including voltage stabilizer

4 - Laser Printer of Hewlett Packard or equivalent, with connecting cables.

2 - Software (Licensed Latest Versions) i) Micro Soft Excel ii) Microsoft Word iii) Time Line, Project Management software iv) MS Dos Ver. 6.2 or latest v) Windows vi) Lotus 123 vii) AutoCad Rel 14 and the latest version. viii) M/S Project

5 - Room cooler 2 - Exhaust fans in corridor b) Kitchen

1 - Double Stainless Steel Sink with Drainboard

1 - Electric Refrigerator, 0.50 m3 capacity with separate freezer

1 - Table top gas stove with 3 burners with gas cylinders as required

1 - Set of kitchen cabinets, lockable, with formica top for working space.

1 - Tea Kettle 1 - Electric hot water heater, wall mounted, 15 gallons

As Required - Cups, saucers, glasses, spoons and serving trays (for 24 persons). 1 - Complete Dinner Set for 24 persons

As Required - Tea towels, with towel rack and misccooking pans, knives, spoons etc.

1 - Exhaust fan.

c) Toilet

4 - Wash basins with hot and cold water 3 - Stainless steel toilet paper holders 3 - Paper towel dispensers 4 - Mirrors, 40 cm x 50 cm 3 - Ceramic urinals

4 - Exhaust fan, with screen, 1/2 Hp, 220 Volt also for printing room 3 -Towel holder

1 - Electric hot water heater, wall mounted, 20 gallons 4 - English Commodes

ii) For Employer’s Representative Office

64

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

The Contractor shall arrange one operational STD telephone line as required with all apparatus shall be provided. All furnishings and equipment are for the exclusive use of the Employer’s Representative. No. Item Description 1 - Executive desk with lockable drawers & glass top 1 - Executive type upholstered desk chair 2 - Standard Office desks with lockable drawers 3 – Lockable metal filing cabinets (1.0 x 0.80 x 0.75) m with4

No. drawer. 1 - Computer operator desk with chair and matching computer

table 10 - Standard office chairs 1 - Book cases with two shelves 1 - Desk lamp executive type 1 - Display board 4 - Waste baskets 4 - Standard size staplers 4 - Paper cutters (Knife type)

As Reqd. - Pencil Sharpeners 1 - Pencil Sharpener, desk mounted 2 - Calculator Scientific 1 - Webster collegiate English dictionary 1 - English - Urdu dictionary

As Reqd. - Continuous supply of batteries for clocks, calculators, and other office supplies as required.

As Reqd. - Curtains on all windows 4 - Air conditioner (cooling & heating) 18,000 BTU or as

required 2 - Computer, Model IBM (P4) including 17 inch color monitor,

key board and other accessories including voltage stabilizer. 1 - Laser Printer of Hewlett Packard or equivalent, with

connecting cables. 1 - Software (Licensed Latest Versions)

i) Micro Soft Excel ii) Microsoft Word iii) Time Line, Project Management software iv) MS Dos Ver. 6.2 or latest v) Windows vi) Lotus 123 vii) AutoCad Rel 14 and the latest version. viii) M/S Project

3 - Wall Clock. 2 - Electric heater

Toilets No. Item 2 - Wash basin with hot and cold water 1 - Stainless steel toilet paper holder 1 - Paper towel dispensers

65

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

2 - Mirror 40 cm x 50 cm 2 - Ceramic urinals 1 - Exhaust fan with Screen ½ HP, 220 volt 1 - Towel Holder 1 - Electric hot water heater wall mounted 10 gallons

702.3.5 Furniture and Equipment for the Residences

The furniture and Equipment shall be provided by the contractor. The accommodations shall be provided with efficient drainage and sanitation potable water, gas, electricity and STD telephone available throughout 24-hours of each day. The Contractor shall maintain the residential accommodations in good condition to the satisfaction of the Engineer’s Representative as long as required for the purpose of the Contract. All equipment, furniture and fixtures shall be maintained throughout the Contract period and repaired/replaced by the Contractor at his own cost in case of damage or loss. The Contractor shall produce and present to the Engineer’s Representative and for approval a complete set of dispositions concerning recreational and laundry services within a month of the receipt of the letter of acceptance. The Contractor shall provide necessary staff for the daily cleanliness and maintenance of accommodations including running of kitchen i.e. cook and helpers etc. At least the following furniture and equipment is to be provided by contractor. i) For Residence of Engineer’s Representative

All furnishings and equipment are for the exclusive use of the Engineer’s Representative.

Item Residential

Accommodation Recreation and Dining

Centre Beds plus mattresses (single) & pillows 22 -

Bedside tables 20 - Dressing tables with mirror and stools 15 - Wardrobes 20 - Bedroom chairs 30 - Writing tables & chairs 12 - Table Lamps 12 Dinning table and chairs (to seat 20 persons)

- 1 Set

Sofa Set for five persons - 4 Sets Rest Chairs - 12 Nos. Room Heater 15 2 Kitchen cupboards and tables or fitted units

- 1 Set

Refrigerators (0.50 m3) - 2

66

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Deep Freezer (0.50 m3) - 2 Water Coolers 15 - Sink with hot water system - 2 Electric or gas oven with four burners - 1 Ventilating Fans 18 4 Pressure Cookers - 2 Bathroom wall mirror, shelf, medicine cabinet and towel rails

As Required As Required

Glassware,cutlery,crockery, kitchen utensils etc.

- As Required

Washing machine 2 - Iron with Ironing stand 2 - Blankets 40 - Linen, towels etc. As Required As Required Television 24 inch -1 1 Ping Pong Table - 1 Air Conditioners 15 4 Generators 1 1

ii) For Residence of Employer’s Representative

All furnishings and equipment are for the exclusive use of the Employer’s Representative.

Item Residential

Accommodation Recreation and Dining

Centre Beds plus mattresses (single) & pillows 06 -

Bedside tables 05 - Dressing tables with mirror and stools 04 - Wardrobes 05 - Bedroom chairs 15 - Writing tables & chairs 06 - Table Lamps 05 Dinning table and chairs (to seat 08 persons)

- 1 Set

Sofa Set for five persons - 2 Sets Rest Chairs - 06 Nos. Room Heater 05 1 Kitchen cupboards and tables or fitted units

- 1 Set

Refrigerators (0.50 m3) - 1 Deep Freezer (0.50 m3) - 1 Water Coolers 5 -

67

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Sink with hot water system - 1 Electric or gas oven with four burners - 1 Ventilating Fans 05 2 Pressure Cookers - 2 Bathroom wall mirror, shelf, medicine cabinet and towel rails

As Required As Required

Glassware,cutlery,crockery, kitchen utensils etc.

- As Required

Washing machine 1 - Iron with Ironing stand 1 - Blankets 15 - Linen, towels etc. As Required As Required Television 24 inch -1 1 Ping Pong Table - 1 Air Conditioners 06 2 Generators 1 1 702.4 MAINTENANCE REQUIREMENTS

702.4.1 Maintenance Repairs, Replacement & Supply

The Contractor shall maintain these facilities throughout the contract period, including the repair and/or replacement of any item contained therein and in addition shall supply all materials as stipulated herein, including toilet paper, light bulb, fluorescent tubes, supply of water and electrical power, gas, fuel, telephone and other services as hereinafter specified. Work by the Contractor under this Section shall be performed and provided for by the Contractor from the date of taking over of the premises by the Engineer’s Representative to the completion of the Works or such date as instructed by the Engineer’s Representative.

702.4.2 Security

The Contractor shall provide guard services for these facilities on a twenty-four (24) hour per day basis. The total number and schedule of all guard personnel shall be approved by the Engineer’s Representative.

702.4.3 Janitorial Services

The Contractor shall provide all necessary janitorial services and supplies for all the facilities for the Engineer/ Engineer’s representative. The services shall include floor cleaning, servicing and cleaning toilets, windows washing etc. Janitorial services shall be performed on a daily basis with personnel and programming of the work as approved and directed by the Engineer’s Representative.

702.4.4 Garbage and Trash Collection and Disposal

The Contractor shall maintain these facilities in a neat and attractive manner and provide daily garbage and trash collection and disposal.

68

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

702.4.5 Air Conditioners & Fire Extinguisher Maintenance

The Contractor shall maintain all fire extinguishers and air conditioners as recommended by the manufacturer and shall clean/or replace all filters at regular intervals as prescribed by the manufacturer.

702.4.6 Services

The Contractor shall provide cook, helpers and messenger in the premises of each residential accommodation. The Contractor shall keep supplied the services of water, power and gas and pay for all the bills for connection and consumption. One telephone connection in premises/portions of each residential accommodation shall be installed. All the calls in connection with the Works shall be paid by the Contractor.

702.5 MEASUREMENT AND PAYMENT

The cost of providing, office and residential accommodations for Engineer’s Representative, including recreational and dining centre quantified in bill of quantities and as herein specified, shall be measured and paid for at the Contract unit price for the respective Pay Item listed below and included in the Bill of Quantities, which price and payment shall be full compensation for all costs of constructing, painting, provision of fixtures, furniture and necessary equipment and providing all services, equipment, utilities, installations and access/service roads and for all materials, labour, equipment and all other incidentals for the proper completion of the work prescribed in these Specifications.

The maintenance and servicing of the facilities for Engineer’s Representative as prescribed herein will be paid for monthly at the Contract unit price for the respective Pay Item listed below and included in the Bill of Quantities, commencing from the date of occupancy of the premises by the Engineer’s Representative. In case of a Contract extension, maintenance and servicing will be paid for on the same monthly basis, provided that it has been approved by the Engineer’s Representative or Employer in accordance with the Conditions of Contract.

Pay Item No.

Description Unit of Measurement

702 a Provide Client and Engineer’s Representative’s Office & Residence 0Lump Sum

702 b Furnish and Equip Client/Employer and Engineer’s Representative Office and Residence

Provisional Sum

702 c Maintain Engineer’s Representative and Employer Office & Residence

Month

ITEM 703 PROVIDE, EQUIP AND MAINTAIN LABORATORY FOR THE PROJECT Delete the complete Item and replace with:

703.1 GENERAL

69

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

As part of the Engineer's facilities, the Contractor shall provide, erect, furnish, run and maintain laboratory for the sole use on the Project in accordance with provisions of these specifications and as directed and approved by the Engineer. On completion of the contract period, Laboratory building, laboratory equipment, fixtures and furniture shall be handed over to the Employer in a clean and acceptable condition, keeping in view the normal wear and tear during the contract period.

The Contractor shall also provide service utilities such as electric power, gas, water and sanitation to the buildings and maintain these services for the duration of the Contract.

The laboratory shall be run by the Contractor's personnel under the supervision of the Engineer’s Representative to carry out joint testing for quality control of the Works in accordance with the Specifications. The Engineer’s Representative may permit the use of the laboratory for the Contractor's own testing work on the Project, provided it does not interfere with the program of testing of Engineer’s Representative and provided that test results of all tests carried out in the laboratory are made available to the Engineer’s Representative. The laboratory shall be located near the office of Engineer’s Representative. The minimum covered area of laboratory shall be 200 Sq. meters and the layout shall be as approved by the Engineer.

Outside the buildings, tanks shall be constructed to the satisfaction of the Engineer’s Representative for curing of concrete samples. The size and location of tanks shall be determined by the Engineer’s Representative. These tanks shall be covered and constructed with a temperature controlled system for curing of concrete mold samples, of size and location approved by the Engineer’s Representative. Tanks shall also be prepared for soaking CBR specimens. The laboratory shall be provided with electricity, gas, water, one number telephone and intercom facility with the Engineer’s office, and shall be fully air-conditioned. It shall have a regular and dependable supply of utilities available throughout 24 hours of each day. All sections including the toilets shall be provided with exhaust fans, located particularly over fume cupboards and the like. The water supply shall be maintained by elevated or pressure tanks of adequate capacity. The toilets shall be connected to septic tanks of adequate capacity with a 20 cm dia. sanitary pipe and ventilation pipe stack. The Engineer’s Representative may, require certain tests to be performed in any other laboratory designated by him. All the transportation and the testing cost shall be borne by the Contractor. The Contractor shall maintain the Laboratory Equipment in good working order for the duration of the Contract, or till such time as directed by the Engineer’s Representative. The Contractor shall provide his own qualified Material Engineers, qualified laboratory technicians/helpers as well as skilled laborers as deemed necessary by the Engineer’s Representative, to operate the laboratory as required by the Contractor's proposed program of work. All costs necessary for the provision and upkeep of these personnel shall be the full responsibility of the Contractor and shall be considered subsidiary to the appropriate pay Items in the Bill of Quantities.

The technicians and helpers once assigned to the laboratory shall not be removed from the laboratory unless approved/directed by the Engineer’s Representative.

70

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

703.2 MAINTENANCE

The Contractor shall maintain the laboratory and testing equipment for field control in a satisfactory working condition at all times to enable the Engineer’s Representative to test the materials and workmanship of the Works during construction. Whenever required, damaged testing equipment shall be repaired/replaced by the Contractor at his own cost and consumable goods shall be supplied in sufficient quantities, when ordered by the Engineer’s Representative for the sole use of testing the Works. All operating expenses shall be met by the Contractor. Janitorial and other services as specified shall also be provided for the maintenance of the laboratory facilities.

703.3 SAMPLING

It shall be the responsibility of the Contractor to take samples as and where required by the Engineer’s Representative and to provide all necessary labour, tools, containers, wrappings, for uplifting and dispatching of samples to the project laboratory and any other designated laboratory.

703.4 LABORATORY FURNISHINGS

The following laboratory equipment and furniture shall at least be provided by the contractor.

703.4.1 For the Laboratory

Sr.No Item Description Quantity Required 1. Office Table and Chair for Material Engineer 1 Set 2. Office Tables and Chairs for Technicians 4 Sets 3. Working Tables large size 6 4. Laboratory Bench 2 5. Side Racks 3 6. Metal Filing Cabinet 1 7. Air Conditioners 18000 BTU 4 8. Butler Sink with Hot & Cold Water 4 9. Fire Extinguishers 4 10. Water Cooler (Electric) 1 11. Calculators 6 12. Office Stationery As Required 13. Standard Office Chairs 10 14. Generator 1 Manuals 1. AASHTO Standard Testing & Specifications

Part I & II (Latest editions) 1 2. ASTM Standards Parts 4 and 14 (Latest edition) 1 3. Asphalt Institute Test Manuals 1 4. Printed Blank Data Sheets (as directed by the Engineer’s Representative) As Required

71

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

5. Printed Blank Laboratory Testing Proforma (as directed by the Engineer’s Representative) As Required

72

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

703.5 LABORATORY EQUIPMENT REQUIREMENTS 703.5.1.1 Laboratory Tests

The laboratory shall be fully equipped to perform at least the following tests: Sr. Test AASHTO or other No. Designation 1. Natural Moisture Content

test by oven drying method. 2. Classification T-89, T-90 and M-145 3. Moisture-density relationship of soils T-99 4. Moisture-density relation ship T-180 of soils (Modified method) Method B&D 5. Specific Gravity of soils T-100 6. C.B.R. Test & Swelling T-193 7. Sieve Analysis of soils and T-88, T-27

aggregates and mineral filler T11, T-37 and M-6

8. Specific Gravity and water absorption of fine aggregates T-84

9. Specific Gravity and water absorption of coarse aggregates T-85

10. Unit weight of aggregates T-19 11. Los Angeles Abrasion test for Aggregates T-96 12. Amount of material passing No. 200 sieve T-11 13. Soundness of aggregates T-104 14. Flat and Elongated particles BS 812

Part 105 (1985 15. Curing concrete compressive test specimens T-23 16. Compressive strength of

cylinder concrete specimens T-22 17. Quality of water to be used in concrete T-26 18. Making and curing concrete test

specimens in the laboratory T-126 19. Plastic fines in graded

aggregates and soils by use of sand equivalent test T-176

20. Sampling bituminous materials T-40 21. Marshall test and Loss in Stability T-24, T-

245 22. Specific gravity of compacted T-166

bituminous mixtures Method B 23. Quantitative extraction of

bituminous paving mixtures T-130,T-164 24. Viscosity of Bitumen T-201,T-202 25. Penetration of Bitumen T-49 26. Flash & Fire Points T-48

73

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

27. Coating and stripping of Bitumen-Aggregate Mixture T-182

28. Max. Specific gravity of Bituminous paving mixture T228, T-209 29. Slump test T-119

703.5.1.2 Field Testing

The following tests will be carried out for field control/spot checking purposes as the Works proceed: Sr. Test AASHTO or other No. Designation

1. In-place density by Sand Cone Method (with 15.25 cm and 30.5 cm Cone) T-191

2. In-place Density of compacted base courses containing large sizes of coarse Aggregates T-181

3. Sampling fresh concrete T-141 4. Slump of Portland cement concrete T-119 5. Sampling bituminous materials T-40 6. Determining the temperature of

bituminous paving mixtures - 7. Coring and determination of Bulk

Specific Gravity of compacted bituminous mixtures T-116

703.5.1.3 Equipment

The following Laboratory Equipment shall be at least provided and maintained by the contractor as per approval of the Engineer’s Representative.

Equipment Description Soil test Unit Quantity Model No. Required

a) General Equipment

Laboratory Oven, Capacity, 240 Lit. L-158 Each 1 Laboratory Oven, Capacity 115 Lit. L-6 Each 1

Hot Plate (max. Temp. 350oC) L-236 Each 1 Burner (Gas) Two Flames - Each 3 Bunsen Burner with Tripod - Each 2 Heavy Duty Balance (20 Kg) L-500 Each 2 Triple Beam Balance (2610 gm.) L-410 Each 2 Centogram Balance (311 gm.) L-817 Each 2 Platform Balance (115 Kg) L-855M Each 1 Wall Clock - Each 2 Stop Watch L-475 Each 2 Vernier Calipers - Each 2

Thermometer General 0-200o C - Each 4

74

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Max. & Min. Thermometer - Each 2 Sampling Tools Complete - Each 1 Tongs G-120 Each 2 Dessicator G-61 Each 1 Beaker (Pyrex)250 ml G-5 Each 3 Beaker (Pyrex) 500 ml G-8 Each 4 Beaker (Pyrex) 1000 ml G-9 Each 6 Funnel 250 ml - Each 2 Funnel 500 ml - Each 2 Volumetric Flask Stoppered, 100ml G-40 Each 2 Volumetric Flask Stoppered, 250ml G-26 Each 2 Volumetric Flask Stoppered, 500ml G-27 Each 2 Volumetric Bottle Flask, 250 ml G-41 Each 2 Volumetric Bottle Flask, 500 ml G-42 Each 2 Wash Bottle, 100 ml G-10 Each 2 Wash Bottle, 250 ml G-10 Each 2 Wash Bottle, 500 ml G-10 Each 2 Graduated Cylinder, 100 ml G-18 Each 2 Graduated Cylinder, 250 ml G-19 Each 2 Graduated Cylinder, 1000 ml G-21 Each 4 Reagent Bottle Stoppered, 2 lit. - Each 2 Aluminium Cans with Cover, 2" Dia. LT-30 Each As Reqd. Aluminium Cans with Cover, 4" Dia. LT-30 Each As Reqd. Scoop CN-502 Each 4 Brush (Fine) - Each 4 Wire Brush (Coarse) CL-375 Each 4 Wire Brush (Fine) CL-316 Each 4 Bucket, 12 lit. - Each 3 Trolley - Each 2 Shovel (Large) DR-26 Each 2 Pickax - Each 4 Sample Splitter (Coarse) CL-287 Each 2 Sample Splitter (Fine) CL-280 Each 2 Sieve Shaker for 8" Dia. CL-300A Each 1 Sieve (Motorized) Sieve Shaker for 12"/18" Dia Sieve (Motorized) CL-343 Each 1 Tin Pan/Tray 12"x12"x2" Local Made Each 10 Tin Pan/Tray 16”x12”x3" Local Made Each 1 Tin Pan/Tray 20"x16"x3" Local Made Each 8 Tin Pan/Tray 20"x16"x4" Local Made Each 6 Mortar Porcelain 200 mm CL-281 Each 1 Rubber covered pestle CL-282 Each 1

b) Sieve Analysis for Coarse& Fine Aggregates

Sieve Set 12”/18” Dia 3 inch (75 mm) CAW-18300 Each 2 2-1/2 inch (63 mm) CAW-18250 Each 2

75

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

2 inch (50 mm) CAW-18200 Each 2 1-1/2 inch (38 mm) CAW-18150 Each 2 1 inch (25 mm) CAW-18100 Each 2 3/4 inch (19 mm) CAW-18075 Each 2 1/2 inch (12.5 mm) CAW-18050 Each 2 3/8 inch (9.5 mm) CAW-18037 Each 2 No. 4 (4.75 mm) CAW-184 Each 2 Sieve Set 8" Dia. 3/4 inch CBC-1875 Each 3 1/2 inch CBC-8050 Each 3 3/8 inch CBC-8037 Each 3 No. 4 (4.75 mm) CB-84 Each 3 No. 8 (2.36 mm) CB-88 Each 3 No. 10 (2.00 mm) CB-810 Each 4 No. 16 (1.18 mm) CBC-816 Each 3 No. 30 (0.60 mm) CB-830 Each 3 No. 40 (0.425 mm) CB-830 Each 3 No. 50 (0.300 mm) CB-850 Each 3 No. 80 (0.180 mm) CB-880 Each 3 No. 100 (0.150 mm) CB-8100 Each 3 No. 200 (0.075 mm) CB-8200 Each 4 Wet Washing No. 200 CL-385 Each 3 Pan CB-8500 Each 3

Cover CB-8506 Each 3 c) Atterberg Limits

Liquid Limit Test Set CL-209 Each 1 (with all accessories) Plastic Limit Test Set CL-257 Each 1 (with all accessories) Shrinkage Limit Test Set CL-256 Each 1 (with all accessories)

d) Sand Equivalent Test

Sand Equivalent Test Set CL230 Set 1 Stock Solution - - As Reqd.

e) Unit Weight & Specific Gravity Tests for Coarse and Fine Aggregate

Density Basket (Brass) G-340 Each 1 Sand Absorption Cone & Tamper G-325 Each 1 Pycnometer 25 ml G-341 Each 1 Pycnometer 50 ml G-342 Each 1 Pycnometer 100 ml G-343 Each 1

76

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

f) Abrasion Test for Coarse Aggregate

Los Angeles Abrasion Machine with Abrasion Charges Set M-502 Each 1

g) Soundness Test for Coarse& Fine Aggregate Distilled Water - 1 As Reqd. Sodium Sulphate Solution - Kg As Reqd.

h) Modified Compaction Test Straight edge CN-838 Each 2 Scoop CN-505 Each 4 Scoop CN-502A Each 4 Mixing Spoons CN-995 Each 2 Sample Ejector P-103 Each 1 Modified CompactionHammers 10 lbs. CN-416 Each 2 Modified Compaction Mold6" Dia CN-403 Each 2 Modified Compaction Mold 4" Dia CN-406 Each 2 Preparation Knife P-89 Each 2 Rubber Mallet - Each 2 Mixing Trays 24"x24"x3" - As Reqd.

i) CBR Laboratory Test Soaking Tank 60"x120"x24" - Each 1 Additional CBR Mold 6" Dia.

with collars, plate, screws etc. N-450 Each 10 Filter Screens CN-556 Packet As Reqd. Swell Plates CN-400 Each 10 Surcharge Weights (Circular) CN-557 Each 10 Surcharge Weights (Slotted) CN-558 Each 10 Tripod Attachment CN-401 Each 10 Dial Indicator LC-8 Each 6 Spacer, Disc CN-393 Each 2 CBR Loading Press (Hydraulic) CN-472 Each 1 Proving Ring 2,000 lbs. PR-60 Each 1 Proving Ring 6,000 lbs. - Each 1 Proving Ring 10,000 lbs. - Each 1

j) Field Density Test Sand Cone Bottle CN-992 Each 4 Density Plate CN-994 Each 4 Replacement Jug CN-993 Each 4 Spoon CN-995 Each 4

Plastic Bags - Each As Reqd. Chisel 12" CN-998 Each 4

77

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Hammer 2.5 lbs - Each 4 Field Balance L-7708 Each 4 Speedy Moisture Tester MG-320 Each 4 Sieve No. 30 (0.60 mm) CB-830 Each 4 Sieve No. 16 (1.18 mm) CBC-816 Each 4

Density Sand Bag - Bags As Reqd.

k) Asphalt Cement Test Saybolt Viscometer AP-122 Set 1 Bitumen Penetrometer AP-243 Set 1

l) Asphalt Concrete Mix Test

Marshall Stability Compressive Machine AP-170A Each 1 Marshall Specimen Mold Assembly AP-166 Each 1 Base Plate for Compressive Mold AP-166 Each 4 Marshall Compaction Hammer AP-165 Each 2 Marshall Specimen Mold Holder AP-167 Each 2 Marshal Breaking Head AP-169 Each 1 Marshall Ring Dynamometer - Each 1 Marshall Flow meter AP-171 Each 2 Mechanical Mixing Apparatus C-110 Each 1 Water Bath (Thermostatic)

Controlled to 60o C AP-160 Each 1 Glass Plates 15x15x0.5 cm - Each As Reqd.

Bitumen Extractor Apparatus, Complete AP-170 Each 1 Filter Disc AP-177 Each As Reqd. Mixing Dowel (Steel) AP-190-191 Each 1 Asphalt Oven (115 Lit.) AP-290 Each 2 Extruder for Stability Mold AP-168 Each 1 Stability Mold AP-169 Each 18 Collar for stability mold - Each 4 Compaction Pedestal AP-172 Each 1 Pavement Core Drill machine with 4" dia core DR-1304 Each 1 Additional core cutting

cylinders for machine - Each As Reqd. Carbon Tetra Chloride AP-178 Drum As Reqd. Vacuum Extractor AP-520 Each 1 Extractor Repair Kits AP-174 Each 1

Thermometer Metallic 350o C - Each 6 Muffle Furnace - Each 1 Habhard Carruck Sp. Gr. Bottle - Each 1 Stop Watch for Marshall Test - Each 1 Complete equipment for determination of unit weight and stability test etc. of asphaltic base course having maximum size of aggregate 1.5” using 6” mould

78

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

as per ASTM Designation D5581-96 including mechanical compactor - Set 1

m) Concrete & Cement Test Electrically-operated Compressive Strength Machine Heavy Duty (250,000 lb.) CT-755 Each 1 Lab. Concrete Mixer CT-30 Each 1 Vibrator CT-106 Each 1 Concrete Tray CT-58 Each As Reqd. Cylinder Mold Heavy Duty6" dia. CT-35 Each 18 Cylinder Capping Apparatus Set CT-56-4 Each 1

Concrete Capping Compound CT-55 Kg As Reqd. Slump Test Apparatus CT-69 Set 3

n) Soil Investigation and Sampling

Post-hold Auger, 4 in DR-34 Each 1

703.5.1.4 Weather Recording Equipment

The contractor shall furnish and maintain in good working conditions throughout the duration of the contract instruments and theirs necessary appurtenances to the use of the Engineer for recording the daily weather data. Location and model shall be approved by the Engineer’s representative.

a) One (1) rain gauge b) One (1) thermometer c) One (1) recording barometer d) One (1) Maximum - minimum thermometer

703.5.2.3 Equipment

All Laboratory Equipment shall be maintained throughout the Contract period and repaired/replaced by the Contractor at his own cost in case of damage or loss. As and when required by the Engineer’s Representative, the Contractor shall perform any specified test, at no additional cost to the Employer: Upon completion of the contract the laboratory equipment and furniture shall be handed over to the employer complete and in good state, taking into account fair wear and tear.

703.6 MEASUREMENT AND PAYMENT

The cost of providing shall be lumpsum and furnishing these facilities for Engineer’s Representative as hereinabove specified shall be measured and paid from provisional sum and maintenance of these shall be paid in monthly payments at the Contract unit price for the Pay Item listed below and included in the Bill of Quantities, which price and payment shall be full compensation for all costs of providing, furnishing and maintaining, of buildings, equipment, utilities, erection and maintenance of equipment, installations, access/service roads and for all materials, labour and incidentals for the proper completion of the work prescribed in these Specifications.

79

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

In case the Contractor does not maintain the specified equipment and testing facilities, cost of testing plus 100 per cent overheads shall be recovered from his bills. The Contractor shall provide all consumable items and Pay for all services and other incidentals on running costs and provide and pay all utilities which include power, gas, water supplies, telephone and/or other means of communication within and off the site. The Contractor shall also provide maintenance staff such as messengers, teaboy, Chowkidars and sweepers. The consumable items shall include stationery and such other items as required.

Pay Item No.

Description Unit of Measurement

703 a Provide Material Testing Project Laboratory Lump Sum

703 b Equip & Furnish material Testing Project Laboratory

P.S

703 c Maintain Material Testing project Laboratory Month ITEM 704 MAINTENANCE OF WORKS FOR ONE YEAR AFTER CO MPLETION, DEFECT LIABILITY PERIOD (PERIOD OF MAINTENANCE) In title, delete“, DEFECT LIABILITY PERIOD ”

. 704.4.1 Measurement

Delete Para 2 and replace with: However any special work which is not in approved scope of work, if carried out at the written instruction of the Engineer, during the defect liability period, shall be measured separately under applicable item of Works of the B.O.Q.

ITEM 706 CONTROL AND PROTECTION OF TRAFFIC

706.1.1 General After para 2 , add the following para:

If required at locations, for the control of traffic during construction, the Contractor shall furnish, install and maintain such signs, delineators, barricades, flashers and flagmen as are necessary and/or as directed by the Engineer for proper execution, free of cost. The Contractor shall prepare and submit to the Engineer for approval a diagram or sketch outlining in detail the area or areas affected and the location, type and number of signs, delineators, barricades, flashers and flagmen he proposes to use.

706.1.2 Temporary Traffic Control

80

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

At the end, add the following:

Since the traffic flow patterns may vary from hour to hour or location to location, the following guidelines are established:

706.1.2.1 Construction Signs

Normal size 1.2 m x 1.2 m diamond of square shaped of steel sheet with black letters painted on a yellow background. Letter size shall be minimum 12 cm in height. Signs shall be placed at 100 meters intervals commencing 500 meters from the work site. The signs shall be placed approximately 2 meters right and 1.5 meters above the edge of pavement facing oncoming traffic. Typical sign wordings to be used are: DETOUR AHEAD, FLAGMEN AHEAD, ONE LANE ROAD AHEAD, ROAD CONSTRUCTION AHEAD, ROAD CLOSED AHEAD, MEN WORKING, SLOW AND STOP.

In addition other warning or regulatory signs shall be developed and located, as the Engineer may direct to facilitate the flow of traffic.

706.1.2.2 Barricades

Steel sheet cross bars, nominally 25 by 2 cms and 1.2 m wide shall be painted in 15 cms - 45 diagonal black and white alternating strips and mounted on 15 cms posts, 1.2 meter high, fastened to a suitable base platform. If necessary for stability, the base shall be weighted with sand bags, rocks or other materials. Barricades shall be located on the roadway no more than 100 meters from each end of the restriction.

706.1.2.3 Delineators Delineators shall be reflective red or yellow plastic cones or plastic pipe with a

minimum height of 45 cms and mounted on a suitable base. Delineators shall be spaced at 20 meters intervals alongthe traffic side of the restricted work area.

706.1.2.4 Warning Lights

Warning lights shall be electric flashers with a bi-directional two lens head assembly. The lenses shall be a minimum 15 cms in diameter. The intensity of the warning lights shall be at least 4 candle power and the flash rate shall be between 50 - 75 flashes per minutes. Normally, warning lights shall be placed on all barricades and the adjacent construction signs. The Engineer may direct the placement of additional warning lights at other locations.

706.1.2.5 Flagmen

Flagmen shall be provided with a vest of reflective red material and construction type hard hat and have two hand signs at all times. The hand signs shall be of the paddle-type, 30 cms in diameter; one painted STOP/GO and the other painted SLOW. Flagmen shall be posted at the beginning and end of the restricted section and at intervals of 500 meters within the zone.

The Contractor shall install signs, lights, delineators, barricades and furnish flagmen as specified above or as directed by the Engineer and shall maintain all such devices in good condition. Should the Contractor appear to be neglectful or negligent in furnishing warning and protective measures as stated herein, the Engineer may direct attention to the existence of a hazard and necessary warning measures and devices

81

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

shall be furnished and/or installed by the Contractor without hesitation.from his responsibility for public safety throughout the Contract duration.

The contractor shall not be relieved from his responsibility for public safety throughout the contract period.

706.4 MEASUREMENT AND PAYMENT 706.4.1 Measurement

Replace the para with the following:

No measurement shall be made for Item 706 “CONTROL AND PROTECTION OF TRAFFIC”. In case the Contractor fails to control and protect the traffic to the satisfaction of the

Engineer, the Engineer may so certify in writing to the Employer and the Employer may thereupon employ any other persons to carry out the same and recover all expenses plus 30% consequent thereon and incidental thereto from the Contractor without avoiding the Contract or releasing the Contractor from any of his obligations or liabilities under the Contractor or affecting the rights and power conferred on the Employer or the Engineer by the Contract.

706.4.2 Payment

Replace the para with the following:

No payment shall be made for Item 706 “CONTROL AND PROTECTION OF TRAFFIC” as the costs involved shall be deemed to be included in the rates entered for other items of B.O.Q.

Special Provisions

82

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

INTELLIGENT TRANSPORT SYSTEM (ITS) SP 900 INTELLIGENT TRANSPORT SYSTEM (ITS)

A) Intelligent Transport System (ITS):

State of the Art well integrated ITS system shall be installed on the Motorway on its

entire route. Providing ITS on long haul motorways is challenging to manage because

they’re geographically dispersed and has to cover hundreds of kilometers of

Motorway. Not only do they serve as a critical information backbone, they must have

enough bandwidth to connect thousands of devices and support hundreds of real-time

video feeds, along with data gathered from roadway sensors. If network goes down,

the impact is significant to motorway operators, reducing their ability to effectively

manage and respond to an event. Therefore high reliability and operation in extreme

environments is a must. A solution therefore has to be installed to provide optic fiber

cable coupled with wide area networks of reliable quality and high bandwidth

connectivity in challenging environments. It should exceed environmental conditions

as defined by the NEMA TS2 industry standard (ranging from -10˚C and +74˚C).

Long-haul fiber optics that shall be laid down along a utility duct; well constructed as

per international standards. It shall provide high-bandwidth connectivity for

multiservice backbone with 10 GigE uplinks, advanced layer 3 and MPLS routing

services along with wireless RUGGEDCOM WIN and SCALANCE-W will complete

the link by connecting locations that are too difficult or expensive to reach with fiber

optics. The system should seamlessly connect message boards (VMS), CCTV (Hi-

definition), and roadway sensors, using high capacity, long haul fiber optics, and then

deliver all that information to a centralized traffic management control center (part in

this Contract). All these things, but not limited to shall be part of the Contract. High

speed Wi-Fi Internet for road-users shall be made available at speed not less than 4G

technologies.

Given the wide range of intelligent transportation systems, the under stated list is not

inclusive of all possible ITS applications, it includes the most prominent ones, which

are the focus of this document. ITS applications are grouped within three primary

categories:

83

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Real time travel information Provision

Route guidance/ Navigation system

Roadside weather information system

Road user Internet facility

1 Advance Travelers Information Systems

Radio Channels

Traffic operation centers

Dynamic Message Signs (or VMS)

Driving assistance in low visibility

2 Advance Transport Management Systems

Accident / Emergency Reporting system Automatic Incident Detection (AID). The AID enabled cameras shall be installed not more than 5 km interval (as per efficient working)

3 ITS Enabled Vehicle Pricing System Electronic Toll Pricing System

Some of the Technologies that support the ITS is described hereunder, that will

be investigated and shall be used for integrated ITS systems:

• Global Positioning System (GPS). Embedded GPS receivers in vehicles’ on-board units (OBUs, a common term for telematics devices) receive signals from several different satellites to calculate the device’s (and thus the vehicle’s) position. This requires line of sight to satellites, since the Motorway environment is in open area use of such technology shall not be a problem. Location can usually be determined to within ten meters. GPS is the core technology behind many in-vehicle navigation and route guidance systems. Only OBUs equipped vehicles shall get facilitation with satellite-based GPS devices to record miles traveled by automobiles and get real-time information while travelling on the Motorway (like location of services and travelled distance and time of journey etc.)

• Dedicated-Short Range Communications (DSRC). DSRC is a short- to medium-range wireless communication channel, operating in the 5.8 or 5.9GHz wireless spectrum, specifically designed for automotive uses. Critically, DSRC enables two-way wireless communications between the vehicle (through embedded tags or sensors) and roadside equipment (RSE). DSRC is a key enabling technology for many intelligent transportation systems, including vehicle-to-infrastructure integration, vehicle-to-vehicle communication,

84

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

adaptive traffic signal timing, electronic toll collection, congestion charging, electronic road pricing, information provision, etc. DSRC is a subset of radio frequency identification (RFID) technology. The technology for ITS applications works on the 5.9 or 5.8 GHz band shall be adopted on this project. The supplier at cost, shall provide the supporting chips to the road users.

• Wireless Networks. Similar to technology commonly used for wireless Internet access, wireless networks allow rapid communications between vehicles and the roadside, but have a range of only a few hundred meters.3 However, this range can be extended by each successive vehicle or roadside node passing information onto the next vehicle or node. South Korea is increasingly using WiBro, based on WiMAX technology, as the wireless communications infrastructure to transmit traffic and public transit information throughout its transportation network.

• Mobile Telephony. ITS applications can transmit information over standard third or fourth generation (3G or 4G) mobile telephone networks. Advantages of mobile networks include wide availability in towns and along major roads. However, additional network capacity may be required if vehicles are fitted with this technology, and network operators might need to cover these costs. Mobile telephony may not be suitable for some safety-critical ITS applications

since it may be too slow.

• Radio wave or Infrared Beacons. Japan’s Vehicle Information Communications System (VICS) uses radio wave beacons on expressways and infrared beacons on trunk and arterial roadways to communicate real-time traffic information. VICS uses 5.8GHz DSRC wireless technology.

• Roadside Camera Recognition. The cameras use Automatic License Plate Recognition (ALPR), based on Optical Character Recognition (OCR) technology, to identify vehicle license plates; this information is passed digitally to back-office servers, which assess and post charges to drivers for their use of roadways.

• Probe Vehicles or Devices. Several countries deploy so-called “probe vehicles” (often taxis or government-owned vehicles equipped with DSRC or other wireless technology) that report their speed and location to a central traffic operations management center, where probe data is aggregated to generate an area-wide picture of traffic flow and to identify congested locations. Extensive research has also been performed into using mobile phones that drivers often carry as a mechanism to generate real-time traffic information, using the GPS-derived location of the phone as it moves along with the vehicle. As a related example, in Beijing, more than 10,000 taxis and commercial vehicles have been outfitted with GPS chips that send travel speed information to a satellite, which then sends the information down to the Beijing Transportation Information Center, which then translates the data into average travel speeds on every road in the city.

85

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

B) Road user Facilitation Requirements

For the road user facilitation following facilities; but not limited to shall be provided

in the design and shall be constructed as part of the Motorway Contract.

• Provision of breakdown and accident response system

• Provision of vehicle fitness checking system on applicable international

standards;

• Provision of solar fog lighting system for vehicular guidance in identified area

of fog

• Emergency call service along the Motorway

• Provision of UPS/Generator (2 sets; one in use and other in backup) for ITS

control center as well as the Toll plazas and service areas (in-case service area

is part of the contract).

• State of the art and fully automated 24/7 (Electronic Toll Collection system)

Toll Plazas shall be established with multimodal and express lanes. The toll

plaza shall have 24-bays (12 for each direction). It shall be supported by, inter

alia, an administration building, un-interrupted power supply (UPS, Solar and

Generator (2 sets) against appropriate load calculation and power factor.

• The automated vehicle detection system using video technology; Automatic

License Plate Reader (ALPR) using high-resolution high-speed cameras and

image recognition software that can detected and read the license plate passing

over the facility and supplemented by buried loop detection and other latest

technology shall be employed at every bay.

• Weigh-in-motion (WIM) station shall be established at every interchange.

Over weight vehicles shall be guided out without interfering the main traffic.

The WIM must conform to ASTM E 13180-02. The system should be Quartz

Sensor based with commercial standard; coupled with peripheral equipment

handling following info:

86

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

o Off-scale sensor installed on either side to align the vehicle path for

correct data recording,

o Over-height detector; a pole-mounted receiver/transmitter on the

instrumentation side of the travel lane and a pole-mounted reflector on

the opposite side of lane. Infrared beam is transmitted across the travel

lane and reflected back across to the receiver. When a passing vehicle

breaks the beam, the information is displayed on console,

o Traffic Control Systems: Facilitates control of vehicles within the

facility

o Vehicle Identification: Using RF tags on the screen, Vehicle ID can be

recorded,

o Automatic License Plate Reader: The Automatic License Plate Reader

(ALPR) using high-resolution high-speed cameras and image

recognition software can detected and read the license plate passing

over the facility.

o Overview Camera: Cameras to record the overall activity of the facility

day & night,

o Remote Displays: Remote displays to be used for driver information.

The display character should not be less than 5 inches.

o Loop Detectors: Inductive loop detectors shall be installed in travel lane

to sense the presence of a vehicle.

o All activities to be controlled by software to record and transmit data.

• Lighting of the Motorway Interchange and Critical areas i.e. Toll Plazas, weigh

stations and vicinity of interchanges 5 km either side and 10 Km at terminal

points.

87

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

LANDSCAPING & HORTICULTURE SP 1000 LANDSCAPING & HORTICULTURE

Eco Friendly Highway (Horticulture)

The Alignment of the Motorway runs on the most fertile land of the country.

It’s a prime agriculture land. Therefore a well-organized sustainable

horticulture along the motorway as well as at interchanges, layby and service

areas are required. The embankment slopes shall be green. The ROW should

be cleared from all earlier plantation, area graded and green grass planted. The

new plantation shall be in accordance with requirement as stated in the

following paragraphs.

More obvious benefits of tree plantation include but not limited to:-

• Noise reduction • Control of airborne pollutants • Improvements to energy efficiency • Benefits for wildlife • Esthetically pleasing and reduces driving stresses

Three rows of trees in step height shall be planted adjacent to the ROW fence. It

shall be ensured that the soil is rich enough to support the tree from plantation to

maturity. If required the support for early stages shall be provided. To see the soil

richness following tests shall be carried out:

88

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

• pH the soil pH should be between 5.5 – 7.8 • Organic matter which should be greater than 5% • Nitrogen (N) which should be greater 0.2% • Phosphorous which should be greater than 45 mg/kg • Potassium which should be greater than 240 mg/kg • Magnesium which should be greater than 80 mg/kg

The tests must be undertaken by a recognized testing laboratory and presented to the client prior to importing topsoil to the site.

If topsoil is not rich, the deficiency shall be removed by adding required

fertilizers. More involved tests for phytotoxic elements (e.g. copper, nickel, zinc)

and zootoxic elements (e.g. arsenic, lead, mercury) need only be undertaken if

there is any doubt regarding the origin of the topsoil.

The volume of soil required to support a mature tree depends on type and ultimate

size of the tree, water availability and ground water storage, particularly during

drier seasons. While formula are available to calculate the volume of soil required,

20 cu m appears to be required to maintain reasonable growth in a paved situation.

Where possible a minimum soil volume of 5 cu m should be provided. The shape

of the soil area need not be regular and can be altered to suite site conditions.

Volume cannot be achieved by providing extra depth. The maximum useful depth

of topsoil for tree planting is 900mm. It is acceptable for more than one tree to

utilize the same soil. For example, a tree pit 900 mm deep x 3 m wide x 8 m long

containing 21 cu. m. of soil could support two trees planted at 6 m centers. A

similar pit 16 m long containing 43 cu. m. would support three trees, and so on.

The following issues must consideration when making a choice of trees for planting adjacent to the Motorway:

Ultimate mature height:

I. Small to approximately 10m II. Medium to approximately 15m

III. Large greater than 15m

89

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

(iii) Supplementary Specifications

90

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

TABLE OF CONTENTS

SUPPLEMENTARY SPECIFICATIONS

SS – 1 : Progress Reports SS – 2 : Attendance of Meetings SS – 3 : Supply of Bitumen and Cement etc. SS – 4 : Electric Supply Rates and Prices Inclusive SS – 5 : Rates and Prices Inclusive SS – 6 : Provision of Plant SS – 7 : Rates inclusive of Lead and Lift SS – 8 : Borrow Areas SS – 9 : Time for Completion of Works SS – 10 : Document not to be Altered or Mutilated SS – 11 : Personal Liability of Public Officials SS – 12 : Access and Canal Roads SS – 13 : Railway Traffic SS – 14 : Irrigation Flow SS – 15 : Utility Lines SS – 16 : First Aid Facilities SS – 17 : Location of Contractor’s Camp SS – 18 : Final Hand-Over SS – 19 : Making Good Damage to Services, Earthwork, etc. SS – 20 : Return of Plant, Materials, etc. SS – 21 : Method of Measurement SS – 22 : Record of Measurements SS – 23 : Dangerous Materials SS – 24 : Progress photographs SS – 25 : As Built Drawings/Shop Drawings SS – 26 : Safety Precautions SS – 27 : Income Tax SS – 28 : Satellite Imageries SS—29 : General Requirements

91

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

SUPPLEMENTARY SPECIFICATIONS

SS – 1 Progress Report

The Contractor shall submit to the Employer fortnightly progress reports in two copies detailing the progress in the execution of work during the reporting period. The submission of the progress reports shall be condition precedent to the payment of Contractors Bills by the Employer. One week in advance the Contractor shall submit for the Employer’s approval, particulars of the work he proposes to execute within the following two weeks.

SS – 2 Attendances of Meetings

(a) The Contractor shall attend and shall cause his Sub-Contractors to attend any or all meetings when called by the Employer or the Engineer to discuss progress of the Work and other matters related to the Work and the Contract, without any compensation from the Employer.

(b) The Contractor shall bear all expenses of the Employer and

representatives and the Engineer, and representatives for any meetings requested by the Contractor for instructions and approvals away from the site within or outside Pakistan.

SS – 3 Supply of Bitumen and Cement, etc

The Contractor shall arrange and ensure timely supply of Bitumen. Cement and other materials required in the Work. The Employer does not assume any responsibility for the supply of materials. However, the Employer shall issue a certificate of the estimated requirement of the quantity of Bitumen and Cement at the specific request of the Contractor.

SS – 4 Electric Supply

The Contractor shall make arrangement for the uninterupted electric power supply and distribution of the same at the site of Works for the completion of the Works at his own expense.

SS – 5 Rate and Prices Inclusive

The rates and prices quoted by the Contractor in the priced Bill of Quantities include all freight, customs, import duties, taxes, pilotage, landing Supplementary Conditions of Contract charges, wharfagem orctroi, excise duties, royalties and all other costs, charges imposed whatsoever in respect of any or other things provided by him for the correct execution of work in compliance with the time Schedule and the Specifications. By way of illustration but not enumeration the Unit prices shall include besides the costs for supply of material and equipment, cost of their transport, Contractor’s profit etc., the cost for provision of the following:

92

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

(a) Furnishing and maintenance of Contractor’s Equipment, fuel for Equipment, temporary works, tests, samples and labour necessary for execution of the works, Equipment for transport, machines, test laboratories, Site Office and sheds including all expenses for the furnishing and maintenance of the Workshops and storage areas used by the Contractor.

(b) Required power, water and other services. (c) Illumination and safety at Site. (d) All additional costs due to any kind of difficult working, conditions

and interruptions which may possibly be caused by adverse physical conditions.

(e) Staff allowances, ambulances, expenses for medical treatment, traveling expenses, holiday wages and salaries and all other Costs for all employees, the required means of communications such as telephone and the like, the required means for protection against accidents.

(f) All expenses for royalties, licenses, liabilities insurances, rent, hire and the like in connection with the Works.

(g) Other special work arrangements and provisions not mentioned here but necessary for the proper and complete execution of the Works.

(h) All Government and/or Municipal taxes, customs duties, excise duties, stamp duties or any other dues, taxes or charges.

(i) Cost of all insurances to be kept in force during the period of construction and the period of maintenance of the works under the Contract.

(j) Mobilization, demobilization and clearance of site. (k) Contractor’s camp for staff and labour including the services. (l) Performance security and Bank Guarantees as and when required

under Contract.

The cost of the above shall be deemed to be included in the rates and prices tendered for the works and no separate payment shall be made on this account.

SS – 6 Provision of Plant

In respect of any contractor’s Equipment in general, except as provided for in these Documents, which the contractor shall be required to have available at Site for execution of Works in accordance with the Drawings, Specifications or as directed by the Employer, he shall make his own arrangements for foreign exchange, import formalities, customs transport to the Site of Works and all other formalities whatsoever at his own cost and responsibility. The Contractor shall be deemed to have taken into consideration all Government or Local Bodies regulations, for the time being in force, regarding the re-export of any plant and equipment which he may have to import in connection with the works. Any amendments to the existing rules and/or further regulations imposed in this respect by the Government of Pakistan shall be strictly followed by the Contractor.

93

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

SS – 7 Rates inclusive for all Lead and Lift

The tendered rates shall include all lead and lift required in earthwork. SS – 8 Borrow Areas

The Contractor shall make his survey/enquiries regarding the suitable and nearest Borrow Areas for embankment, granular fill, base and sub-base materials etc., and shall apply to the Engineer for approval for the use of the borrow area. It will be the responsibility of the contractor to acquire the Borrow Areas approved by the Engineer and pay for all royalties/ malkana and all other costs. In case the materials from the approved Borrow Areas do not meet the Specifications, in the opinion of the Engineer, the Contractor shall have to propose new Borrow Areas for approval, and nothing shall be paid to the Contractor for abandonment of the previously approved Borrow Areas. Additional information regarding borrow and quarry sites are available.

SS – 9 Time for Completion of Works

The Work is required to be completed in the time stated in Appendix of Tender, and the Tenderer to whom the Contract is given, will be required to complete and deliver the whole of the Permanent Work strictly within the time so stated. If the Tenderer states, in his Tender, a shorter time than shown in the Appendix, then such shorter time governs.

SS – 10 Documents Not to be Altered or Mutilated

No alteration or mutilation (other than filling in all the blanks intended to be filled in) shall be made in the form of Tender or in any of the documents attached to it. Any comments which it is desired to make shall not be placed on any of the documents attached hereto, but shall take the form of a separate statement which shall be as brief as possible and referenced to items, clauses and pages of the annexed documents. Such statements shall not qualify the acceptance of the Tender based upon proposed change or changes in the annexed documents, nor shall be binding upon the employer in any way in making the award. Alterations of already written prices must be signed in the place of alteration by the Tenderer or his legally authorized representative.

SS – 11 Personal Liability of Public Officials

In carrying out any of the provisions of these Specifications, or in exercising any power of authority granted to them by or within the scope of the Contract, there shall be no liability upon the Chairman (NHA) or his authorized representatives either personally or as officials of the Government, it being understood that in all matters they act solely as agents and representatives of the Government. No member or officer of the Government or the Employer’s representative or any one of their respective staffs or their employees shall be in any way personally bound or liable for the acts or obligations of the Employer under the Contract or answerable for any default or omission in the observance or performance of any of the acts, matters or things which are herein, contained.

94

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

SS – 12 Access and Canal Roads

If the Contractor finds it necessary or elects to use existing canal roads, the Contractor shall make all necessary arrangement and obtain all permits from the provincial Irrigation Department for travel over and use of such canal roads. The Contractor shall observe all rules regulations of the Irrigation Department regarding the use of said canal roads. The cost of maintaining all necessary safety measures and temporary structures and making any necessary repairs, replacements or similar operations and all or any other costs required by reasons of his use of such canal roads shall be borne by the Contractor and the Contractor shall save harmless and indemnify the Employer in respect of all claims, demands, proceedings damages, costs, charges and expenses whatsoever arising out of or in relation to any such operation or interference.

SS – 13 Railway Traffic

Where construction work or operations of the Contractor are performed within the limits of the right-of-way of the Pakistan Railways, the Contractor shall cooperate with the railway administration in order to expedite the work and to avoid interference with the operation of the railway. Before performing any work on his sidings yards or on other transportation facilities adjacent to existing railways, the Contractor shall enter into an agreement with and shall meet all requirements of the railway administration within the area of the Contractor’s operation for the protection of its lines against damage, interference with traffic or service thereon by the operations of the Contractor under this Contract. The Contractor shall not store or place any materials or equipment on the right-of-way of the existing railway in such a manner as to interfere with the operations of trains or the maintenance of the rail bed and track. In advance of any operation which may unavoidably interfere with the operation of the railway, the Contractor shall notify the superintendent of the corresponding Railway division in order that proper flagging or other protection may be provided. The cost of providing and maintaining all necessary safety measures, watchman guards, signals and temporary structures or making any necessary repairs, replacements or similar operations or furnishing indemnity or other required by this article shall be borne by the Contractor and the Contractor shall save harmless and indemnify the Employer in respect of all claims, demands, proceedings, damages costs, charges and expenses whatsoever arising out of or in relation to any such operations or interference.

SS – 14 Irrigation Flow

The Contractor shall conduct his operations so as to offer the least possible obstruction for maintaining flow in irrigation canals, channels and water courses. The Contractor shall observe all rules and regulations of appropriate authorities regarding the interruption and maintenance of flow in irrigation canals, channels and water sources and the Contractor shall save harmless and indemnify the Employer in respect of all claims, demands, proceedings, damages, costs and expenses whatsoever arising out of or in relation to any such construction, operations or interference with irrigation flow.

95

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

The Contractor shall maintain alternate channels wherever temporary relocation of irrigation channels is required or where his operations disrupt the irrigation flow, without any compensation from the Employer.

SS – 15 Utility Lines

The Contractor shall conduct his operations, make necessary arrangements, take suitable precautions and perform all required work incident to the protection of and avoidance of interference with power transmission, telegraph, telephone and natural gas lines, oil lines water and sewerage mains and other utilities within the areas of his operations in connection with this Contact and the cost thereof shall be borne by the Contractor and the Contractor shall save harmless and indemnify the Employer in respect of all claims, demands, proceedings, costs, charges and expenses whatsoever arising out of or in relation to any such interference. The Contractor will submit utility lines folders duly marked utility lines requiring relocations, name of the department and relevant office with address and phone number.

SS – 16 First Aid Facilities

The Contractor shall provide and maintain adequate First Aid Facilities convenient to the Site to the approval of the Employer.

SS – 17 Location of Contractor’s Camp

The location of houses, barracks, stores and offices, etc., shall be determined in agreement with Employer, Installation for the supply of electricity and water, fuel, lighting, etc., must be present to the necessary extent. The facilities for Employer’s representative/Assistant are detailed in Schedule C to section III.

SS – 18 Final Hand Over

At the end of the Defects Liability Period stipulated in the Contract, the Employer on application of the Contractor, shall decide the members of the final hand over committee and announce the same to the Contractor. The committee, after investigation of work, if satisfied that there are no deficiencies or defects due to work of the Contractor, shall certify the final hand-over, and the Employer’s Representative will then issue a Defects Liability Certificate as provided under Clause 62.1 of Conditions of Contract.

SS – 19 Making Good Damage to Service, Earthwork, etc

The Contractor shall make good, at his own cost, all damages to telephone, telegraph and electric cables or wires, sewers, water or other pipes except where the Authority, Employer or Private Party owing or responsible for the same elects to make good the damage.All injury to the surface of the land, to the beds of water courses, protecting banks, riverbeds, etc. Where disturbed by the works (other than where specifically ordered by the Employer), shall be repaired by the Contractor or the Authorities concerned, at the Contractor’s expense. All such making good shall be to the approval of the Employer.

96

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

SS – 20 Returns of Plant, Materials, etc

The Contractor shall forward to the Employer at the end of each month returns showing the Constructional Plant, materials, etc., on Site, in a form prescribed by the Employer.

SS – 21 Method of Measurement

The measurement of the Work shall be performed on the basis of the Specifications. If these measurements exceed the measurements indicated in the Specifications and Drawings, excepting those directed by the Employer, such excess shall be on the account of the Contractor and he shall not be entitled to any compensation therefore. But if they are less than the measurements indicated in the Specifications and Drawings then the Works actually executed shall be measured, provided they are technically acceptable and there is no provision to the contrary in any other part of the Contract Documents. All work completed under the Contract shall be measured according to the metric system for all items, unless otherwise provided herein or in the special Provisions. All longitudinal measurement for area or volume will be made horizontally along the road centre line, and no deduction will be made for individual fixtures in the pavement having an area of 1 sp. Meter or less. All transverse measurements for area or volume of pavement courses will be made horizontally in accordance with the dimensions indicated on the plans, or the dimensions ordered by the Employer. In computing volume of excavation, embankment and borrow, the average end-area method will be used. These measurements basically pertain to non-binding BOQ in the context of this Bidding Document. Quantities of materials wasted or disposed off in a manner not called for under the Contract or rejected loads of materials, including material rejected after it has been placed by reason of the failure of the contractor to conform to the provisions of the Contract, or material not unloaded from the transporting vehicle, or material placed outside of the lines indicated on the drawings or established by the Employer, or material remaining on hand after completion of the work will not be paid for and such material should be disposed off by the Contractor at his own expense. No compensation will be allowed for hauling rejected materials. This being a EPC contract, the work described here is included in the accepted contract price and no separate payment is to be made.

SS – 22 Record of Measurements

The Contractor will supply to the Employer’s Representative six (6) copies of the abstract of Contractor’s certificate of payment every month along with two copies of detailed measurements, quality control tests and cross sections with calculations, and any other document or information which form the basis of payment.

97

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

SS – 23 Dangerous Materials

The Contractor and his sub Contractor shall convey, store and make use of all explosives, dangerous petroleum, acetylene, carbide of calcium and other similar material provided by them for use in or on the works in strict accordance with the provision of all laws, orders and regulations that are in force at the Site or may be issued from time to time by the Government.

SS – 24 Progress Photographs

The Contractor shall furnish to the Employer every two weeks at least four photographs to clearly show the progress of construction. The photographs shall be submitted in three glossy prints 20cm x 20cm, together with the negative. Each print shall be marked on the back with the date and serial number. There shall be no writing, lettering or marking on the face of the photograph.

SS – 25 As Built Drawings/Shop Drawings

During construction, the Contractor shall keep an accurate record of all deviations of his work as actually installed from that shown or indicated on the Contract Drawings upon completion of the Work, the Contractor shall deliver to the Employer cloth/milar paper tracings, the same size as Contract Drawings and at an approved scale showing the Work as actually installed. All Drawings are to become the property of the Employer. All the shop drawings/fabrication drawings shall be prepared by the Contractor and submitted to the Engineer at least fifteen days before the start of the work. The Engineer shall check and approve or return the same to the Contractor for correction/modification within the period of 15 days from the day of receipt of the drawings. All work is to be executed by the Contractor in accordance with the drawings approved before the commencement of works.

SS – 26 Safety Precautions

The Contractor shall adequately provide for the safety, health and welfare of persons and for the prevention of damage to works, material, equipment for the purpose of or in connection with the Contract.

SS – 27 Fixed Withholding Tax

A sum in Pakistani Rupees, in accordance with the prevailing income tax laws of Pakistan shall be deducted from all actual payments made to the Contractor and be deposited with the Government of Pakistan towards payment of income tax by the Contractor. When such deduction is made from the payments a certificate to that effect shall be issued by the Employer to the Contractor.Notwithstanding such deduction of income tax at source, the Contractor shall be liable to pay the balance income tax, super tax and other taxes on income or his profits arising out of the Contract, and his employees on their remunerations et, in accordance with the prevailing income tax laws of Pakistan.

98

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

SS – 28 Satellite Imageries Contractor shall provide satellite imagery of the project site before execution

of Work. Updated satellite imagery shall be provided with each monthly progress report. Provision of updated imagery shall be recorded in the measurement book. The cost of providing satellite imageries is deemed to be included in other items of non-binding BOQ/schedule of payment.

SS-29 General Requirement All works shall be carried out in accordance with the following specifications,

supplemented by detailed specifications contained in the following sections. Any inconsistencies or ambiguities shall be brought to the notice of the Employer’s Representative for his clarification/decision. Decision and direction of the Employer’s Representative, in all such cases, shall be final and binding. The Contractor shall make himself thoroughly familiar with the site conditions, foresee any and all problems likely to be encountered during execution of the works, and shall be able and ready to solve them effectively. Proposals for solutions to the problems shall be submitted to the Employer’s Representative for approval before processing with the work. Applicable Codes and Standards AASHTO American Association of State Highway and Transportation

Officials. ACI American Concrete Institute ASTM American Society of Civil Engineers PSQCA Pakistan Standard & Quality Control Authority UBC Uniform Building Code If the Contractor, at any time and for any specific reasons, wish to deviate from the above standards or desires to use materials or equipment other than those provided for by the above standards, then he shall state the exact nature of the change giving the reasons for making the change and shall submit complete specifications of the materials and descriptions of the equipment for the Employer’s Representative/Employer approval, whose decisions shall be conclusive and binding upon the Contractor. Existing Condition at Site The bidder after detailed site surveys warrants the adequacy and correctness of information/drawings pertaining to existing project conditions. Protection and Precautions The Contractor and his sub-contractors shall afford all necessary protection to existing structures and will be required to make good at his own expense and

99

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

damage done to such structures through his own or his representatives or sub-contractors fault and negligence. The Contractor shall promptly correct all such damage to original condition at no additional expense to the Employer. Setting Out of Work Establish all boundaries, leveling stakes and bench marks on the site to adequately set out all work. Verify all data and its relationship to establish and Employer’s Representative survey control points and public bench-marks and report discrepancies to the Engineer. Permanently mark the necessary controls for distance and elevation sufficient to serve throughout the contract and protect these control points adequately against damage and displacement. Sequence of Construction The Contractor shall submit his proposal for approval of the Employer’s Representative the sequence of construction, prior to starting the works. The works shall be executed as per approved sequence of construction. Lines and Levels Survey control points will be established by the Employer’s Representative. The Contractor shall be responsible for verifying these and shall be responsible for all requirements necessary for the execution of any work to the locations, lines and levels specified or shown on the drawings, subject to such modifications as the Employer’s Representative may require as work progresses. Existing Services The Contractor shall search for, find, locate and protect any wiring, cable, duct, pipe work etc., within or immediately adjoining the site area. The Contractor shall take full responsibility for safety of existing service lines, utilities and utility structures uncovered or encountered during excavation and construction operations. The Contractor shall take full responsibility for damaging any such service lines, utility/utility structure and any cost and/or expense that arises or issues from any such damage shall be borne directly by himself. Should any damage to any such service occur the Contractor shall forthwith take remedial action, initiate safely precautions, install, temporary services and carryout repair all at his own cost and expense and inform the Employer’s Representative and notify all relevant authorities. Existing utilities which are to remain in service for or after the works are to be determined by the Contractor. If any existing service lines, utilities and utility

100

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

structures which are to remain in service are uncovered or encountered during these operations, they shall be safeguarded, protected from damage and supported. Plant and Equipment The Contractor shall supply all plant and equipment necessary for the construction of each phase of the work and it must be on site, inspected and approved by the Employer’s Representative. Construction Area & Access The Contractor shall confine his operations to the areas that are actually required for the Works and shall fence the area accordingly. Arrangements for access roads, storage areas and routes for haulage of materials are to be made by the Contractor at his own cost, subject to the approval of the Employer’s Representative. Storage & Handling Facilities The Employer will assist the Contractor to arrange possible space within or nearby the area of site of works for the storage of plant, equipment and materials and for Contractor’s temporary office, during the currency of the Contract but costs to be borne by the Contractor. In case of adjacent area as required by the Contractor is not available within the Project boundary for storage of plant, equipment and machines then the Contractor shall arrange at his own expense possible space for storage of plant, equipment and machines at his own cost and expense. On no account shall such temporary installations conflict/interfere with any of the permanent installations, services and any operational function of Employer. The handling and storage of all plants, equipment and materials at site shall be the sole responsibility of the Contractor and at no risk and cost to the Employer. Test Laboratory and Testing Testing, unless Contractor set up own well equipped laboratory for each section and approved by Employer’s Representative where all required tests as per standards mentioned can be performed, shall be performed by an approved testing agency as proposed by the Contractor and at no extra cost to the Employer, the Employer’s Representative may require all testing to be carried out under his supervision only. The Contractor to put up a complete proposal for approval or Employer’s Reprehensive before implementation. The Contractor shall provide and maintain a fully equipped materials testing laboratory for each section at Project site that is capable of performing all the testing including in the Contract. The laboratory building shall be in the form of a weather proof pre-fabricated unit or temporary building as the Employer’s Representative may approve. The laboratory shall be for the exclusive use of the Employer’s Representative and his staff. The Contractor shall supply and maintain to the satisfaction of the Employer’s

101

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Representative or his representative complete testing equipment, apparatus, tools, gauges, instruments, etc. in sufficient number and adequate for all tests to be carried out as specified in these specifications. Valid calibration certificates of gauges/instruments/equipment shall be provided by the Contractor. The Contractor, after the approval by the Engineer for the source of cement and steel shall make available at the site sufficient stock of the materials in each section in advance in order to allow sample testing for quality control prior to use. The quality control testing shall be performed by the Contractor’s competent personnel in accordance with a site testing and quality control programme to be established by the Contractor and approved by the Employer’s Representative or his Assistant. Laboratory technicians and laborer in the number deemed necessary by the Employer’s Representative or his Assistant shall be provided by the Contractor to carry out day-to-day operation in the laboratories and in the field. Such personnel once assigned to the laboratory shall not be removed except at the direction or with the agreement of the Employer’s Representative or his Assistant. Construction & Checking at Site The Contractor shall submit to the Employer’s Representative in due time for approval and discussion, his proposals and plans as to the method and procedure to be adopted for the temporary and permanent works involved. The submitting to these suggestions and arrangements, and the approval thereof by the Employer’s Representative shall not relieve the Contractor of his responsibilities and duties under the Contract. The carrying out of all work included in the Contract is to be supervised by the sufficient number of qualified representatives of the Contractor and full facilities and assistance are to be afforded by the Contractor for the Employer’s Representative to check and examine the execution of the work. The Employer’s Representative reserves the right to inspect all parts of the works but may at his discretion waive inspection on certain items. This shall in no way absolve the Contractor from his responsibilities. This particularly applies to the checking of materials, the accurate setting out of foundations, and to the leveling, setting and aligning of the various parts, and to the proper fitting and adjustment of manufactured and finished materials and fixtures in position. The Employer’s Representative find that the work progress is slow in such a way that the works or parts thereof will not be completed in the time specified, then he shall order the Contractor to work overtime or in shifts and the Contractor shall comply. These arrangements will be free of all financial encumbrance and at no additional costs to the Employer.

102

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

In the event of night work, the Contractor shall provide sufficient and adequate lighting to the satisfaction of the Employer’s Representative and shall supply the necessary manpower for satisfactory continuation of the work after normal hours. Bar Bending Schedule Bar bending (reinforcement bars) schedule of all drawings shall be prepared by the Contractor and submitted in triplicate to the Employer’s Representative for approval. Drawings to be furnished by the Contractor a) Shop Drawings

All shop drawings required for the work including all kinds of fabrication, field erection, installation, placement and layout drawings shall be furnished by the Contractor for approval of the Employer’s Representative. If additional detailed drawings are necessary to complete any part of the work, such as including reinforcing steel, drawings shall be prepared by the Contractor and submitted to the Employer’s Representative for approval. All drawings shall be complete and shall be submitted in due time and in logical order to facilitate proper coordination.

Submission & Approval a) Except as otherwise specified, three copies of each drawing for approval or

review shall be furnished to the Employer’s Representative. Within thirty calendar days after receipt, the Employer’s Representative will send one copy to the Contractor marked approved, Approved/Except as Noted, or Returned for Correction. The notations Approved and Approved/Except as Noted will authorize the Contractor to proceed with the fabrication of the materials and equipment covered by such drawings subject to the corrections, if any, indicated thereon. Drawings returned for correction will be resubmitted for approval in the same manner as for new drawings. Every revision made during the life of the Contract shall be shown by number, date and subject in a revision block.

b) Upon receipt of prints which have been Approved or Approved Except as Noted, the Contractor shall furnish three prints plus one reproducible of each drawing to the Employer’s Representative. If revisions are made after a drawing has been approved, the Contractor shall furnish three additional prints and one reproducible subsequent to each approved revision.

c) Any work done on Contractor’s drawings shall be at the Contractor risk.

The Employer’s Representative will have the right to request any additional details and to require the Contractor to make any changes in the drawings which are necessary to conform to the provisions and intent of design and specifications without additional cost to the Employer. The approval of the drawings by the Employer’s Representative shall not be

103

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

construed as a complete check but will indicate only that the general method of construction and detailing is satisfactory. Approval by the Employer’s Representative of the Contractor’s drawings shall not be held to relieve the Contractor of his obligation to meet all the requirements of the Specifications or of his responsibility for the correctness of the Contractor’s drawings or of his responsibility for correct fit of assembled parts in final position or of his responsibility for the adequacy of method of construction.

As-Built Drawings In addition, the Contractor shall, at all times, keep on site a separate set of prints on which shall be noted neatly, accurately and promptly as the work progresses all significant changes between the work shown on the drawings and that which is actually constructed. Restoration and Cleaning The Contractor shall do regular cleaning and clean away rubbish and excess materials that may accumulate from time to time on completion and before handing over. Upon completion of the Works he shall obliterate all signs of temporary construction facilities such as work areas, structures, foundations of temporary structures, stock piles of excess or waste materials, or any other vestiges of construction, unless otherwise directed by the Employer’s Representative. The works and site shall be left in a clean and satisfactory state for immediate use and occupation. Care shall be taken not to use any cleaning materials which may cause damage to the surface to be cleaned. Protection of the Works The Contractor shall whenever necessary cover up and protect the works from weather and damage by his own or other workmen performing subsequent operation. He shall provide all necessary dust sheets, barriers and guard rails and clear away the same at completion. The Contractor shall take all proper steps for protection at all places on or about the works which may be dangerous to his workmen or any other person or to traffic. The Contractor shall provide and maintain warning signs, warning lamps and barricades as necessary. Samples The Contractor shall furnish for approval of the Employer’s Representative with reasonable promptness all samples as directed by the Employer’s Representative or specifically called for in these Specifications. Inspection & Tests Reports The Contractor shall furnish the Employer’s Representative with certified true copies of test reports of all materials used in the manufacture and fabrication of all equipment and material including metal work, steel pipes, fire bricks etc.

104

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

The result of these tests shall be in such form as to show compliance with the applicable Specifications, standards and codes for the material used. Accident Prevention, Protective Equipment The Contractor shall comply and enforce compliance by all his sub-contractors with the highest standards of safety and accident prevention in accordance with International standards and in compliance with all applicable laws, ordinances and statutory provisions in Pakistan. All requisite signs shall be in two languages, English and Urdu, and shall at all times be maintained in a clean and legible condition, to the satisfaction of the Employer’s Representative. Trash shall be removed at frequent intervals to the satisfaction of the Employer’s Representative. Temporary Facilities The Contractor shall provide, erect or install, maintain, alter as necessary and remove on completion except as otherwise directed by the Employer’s Representative all temporary facilities and services including access roads as described hereinafter and/or in the Contract Document. The Contractor’s temporary site office shall be available for use not later than two months after the date of the site handing over. Installation of temporary services at the site shall be given priority over all other construction at the site. Temporary Road The Contractor shall prepare and maintain such temporary roads as may be necessary, from the site to the nearest road and also within the site. Such roads shall be positioned strictly in accordance with the Employer’s Representative instructions and the Contractor shall reduce or control any dust nuisance by spraying with water as directed. The Contractor shall satisfy himself as to the locations and nature of the proposed access routes to the site and shall be responsible for preventing any damage whatsoever to adjacent property and vegetation and keeping the access road free from debris at all times. The Employer shall provide ROW free of encumbrances in accordance with approved program. Temporary Services a) Temporary Water Supply

The Contractor shall supply in sufficient quantity all necessary potable and other water for construction purposes for all trades at point within a reasonable distance of the work. He shall make arrangements and pay charges for water service installation, maintenance and removal thereof,

105

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

and pay the costs of water for all trades. Temporary pipe lines and connections from the permanent service line, whether outside or within the area of site of works but necessary for the use of Contractor and his sub-contractor shall be installed, protected and maintained at the expense of the Contractor.

b) Temporary Electricity

The Contractor shall make all the necessary arrangements for the temporary electricity service, pay all expense in connection with the installation, operation and removal thereof and pay the costs of electricity consumed by all trades. In the event that the site cannot be connected to a local electricity network or where the available power is insufficient the Contractor has to make his own provision and maintain such installation and stand by arrangement during currency of contract. A temporary lighting system shall be furnished, installed and maintained by the Contractor as required to satisfy the minimum requirements for safety and security.

c) Waste Disposal

The Contractor shall make such temporary provisions as may be required in order to dispose of any chemicals, fuels, grease, bituminous materials, waste and soil waste and the like without causing pollution to either the site or the environment. Disposal of any materials, wastes, effluents, garbage, oil, grease, chemicals and the like shall be in areas specified by the concerned local authority proposed by the Contractor and subject to the approval of the Employer’s Representative. If any waste material is dumped in unauthorized areas the Contractor shall remove the material and restore the area to the condition of the adjacent undisturbed area. If necessary, contaminated ground shall be excavated, disposed off as directed by the Employer’s Representative and replaced with suitable fill material compacted and finished with topsoil all at the expense of the Contractor.

d) Fire Protection The Contractor shall provide and maintain adequate fire protection facilities in the form of barrels of water with buckets, fire bucket tanks, fire extinguishers, or other effective means ready for instant use, distributed around the project and in and about temporary inflammable structures during construction of the works. Gasoline and other flammable liquids shall be stored in and dispensed from safety containers approved by the Employer’s Representative and storage shall not be within building.

106

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Torch-cutting and welding operations performed by the Contractor shall have the approval of the Employer’s Representative before such work is started and a chemical extinguisher is to be available at the location where such work is in progress. The Contractor shall follow the instructions and specifications of the Civil Defence Department and or other local authority.

e) Telephone The Contractor shall immediately after receiving the Letter of Acceptance take the necessary steps to obtain mobile and landline telephones on site. He shall be responsible for all installation and connection charges and periodic mobile and landline telephone accounts. Telephone facility shall be made available to the Employer’s Representative for the due performance of his duties at all times and free of charge during construction and defects liability period, as indicated in General requirement. The Contractor shall provide mobile telephone set with expenditure range of billing upto Rs. 3000/month for Senior Staff of the Employer’s Representative not exceeding 10 in number.

Construction Schedule A construction schedule shall be maintained in accordance with the provisions of Clause 8 the General Conditions of Contract. The construction schedule under relevant clause shall be accompanied with sufficient data and information including all necessary particulars of constructional plant, equipment machinery, temporary Works, arrival of plant, equipment at site and their installation, method of operation, work forces employed etc., for an activities of the Works. Should the Employer’s Representative consider any alteration or addition in the programme and time schedule, the Contractor shall conform thereto without any cost to the Employer’s Representative. Whenever necessary and wherever the progress of the actual work shows departure, the programme and time schedule shall be updated and submitted to the Employer’s Representative for his approval. This will include delay analysis and remedial action required for delays and other obstructions in each month as detailed below. Contractor to Notify Delays etc Any delay which will affect the completion of Works shall be detailed by the Contractor who shall state the action he is taking for effective completion of the Contract programme. The Contractor shall submit a report in respect of the various sections of the Works, the equipment in use or held in readiness, a return of labour and supervisory staff and details of any matters arising which may generally affect

107

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

the progress of the work. The Contractor shall give a summary of the detailed progress report giving the position with regard to the agreed Contract programme. The programme shall be updated every month to show impact of so far delays that have occurred and also serve purpose of delay analysis. The progress reports shall be set out in a format to the approval of the Employer’s Representative, and forwarded promptly so that on receipt the information contained therein is not more than 21 days out of date. If during execution of the Contract, the Employer considers the progress position of any section of the work to be unsatisfactory, or for any other reason relating to the Contract, he will be at liberty to convene a meeting and the Contractor’s Representatives are to attend such meeting. The Contractor’s site office shall prepare and submit 06 copies of a weekly progress report to the Employer and Employer’s Representative site office. This report shall summarize site activities and record and details where difficulties in maintaining the agreed programme are being experienced or are likely to cause subsequent delay. The Contractor’s site office shall also prepare and submit to the Employer’s Representative site office 02 copies of daily activity report summarizing the main activities to be undertaken each day, noting special activities such a tests, alignment checks etc. The Contractor shall be responsible for expediting the delivery of all material and equipment to be provided by him and his sub-contractors. Notification to the Employer’s Representative / Daily Report Submission The Employer’s Representative shall be notified daily in writing of the nature and location of the Works, the Contractor intends to perform the next day so as to enable necessary inspection and measurement to be carried out. The Employer’s Representative may, if necessary, direct that longer notice be given of certain operations. It will also contain details of any holdup or idling of any equipment / labour etc., and has to be acknowledged by Employer’s Representative / his authorized representative in writing. Night Work When work is done at night the Contractor shall maintain from sunset to sunrise such lights on or about his work and plant as the Employer’s Representative may deem necessary for the proper observations of the work and the efficient prosecution hereof. Weather No work is to be undertaken when, in the opinion of the Employer’s Representative, the weather is so unsuitable that proper protection of the work cannot be ensured.

108

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

Submission Requirements Schedule submission at least sixty days before the dates when reviewed submittals will be needed. Submit Shop Drawings as per provision in this General Requirement and number of copies of Product Data which the Contractor requires for distribution plus four copies which will be retained by the Employer’s Representative. Survey Instruments All the instruments, equipment, stakes and other material necessary to perform all work shall be provided by the Contractor. The survey work shall be carried out by competent staff consistent with the current practices. The Contractor shall maintain on site surveying instruments in perfect working conditions to enable the Employer’s Representative to check lines and level at all times. Survey instruments and equipment shall include but not limited to the following:

• Electronic Total Station • Electronic Data Recorder • Disto Laser Meter • Precision Level Invert Staff • Automatic Levels • Compass, steel tape, ranging poles

Weekly Progress Report & Photographs During the continuance of the Contract, the Contractor shall submit weekly progress reports on forms as approved by the Employer’s Representative. Such weekly reports shall show the actual progress completed as of date of the report plotted against the schedule as given by the Contractor at the start of work and shall be broken down so as to indicate status of all activities associated with mobilization design, material procurement, manufacture, surveys works, tests with regard to the agreed contract programme. Commencing after the first week of construction and continuing every week until completion, the Contractor shall take and submit photographs to the Engineer’s Representative to show progress of his work and completion of each structure or major feature. Payment of Work No separate payment shall be made for the works involved within the scope of this Supplementary Specifications detailed here. These are supposed to be covered in milestone payment schedule as detailed elsewhere.

109

Construction of Karachi-Lahore Motorway: Abdul Hakeem - Lahore Section (230 Km)

SECTION XII

PRELIMINARY DESIGN DRAWINGS

(3 separate Volumes)

The Preliminary Design Drawings have been provided by the Employer for the guidance of the Bidder for preparing the Bid on an EPC/ Turnkey basis while preparing his own preliminary design for bid submission. On award of the Contract, the Contractor shall be required to carry out complete Detailed Engineering Design within the time period specified for this purpose in the Contract and produce and submit to the Employer, Construction Drawings for his review and approval before commencement of construction operations at the site.