Вы находитесь на странице: 1из 64

Government of Pakistan

Ministry of Communication
National Highway Authority

REQUEST FOR PROPOSAL


CONNECTING ROAD NETWORK FOR NEW
BENAZIR BHUTTO INTERNATIONAL AIRPORT
(NBBIA) ISLAMABAD THROUGH PUBLIC
PRIVATE PARTNERSHIP (PPP)

Under
BUILD-OPERATE-TRANSFER
(B.O.T.) ARRANGEMENT

February, 2012

Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public Private
Partnership (PPP) under BOT Arrangement 
 
 
TABLE OF CONTENTS
CHAPTER 1
INSTRUCTION TO BIDDERS……………………………………………. 01
A.1. Introduction......................................................................................... 02
A.2 General…………………………………………………………….…....... 02
A.2.1 Cost of Bidding …...................................................................................... 02
A.2.2 Site Visit…………………………………………………………………... 02
A.2.3 Amendment of Bidding Documents………………………………….. 02
A.3 Preparation of Bid………………………………………………………. 02
A.3.1 Proposal Validity Period………………………………………………... 02
A.3.2 Two Envelope System of Tendering……………………..…………… 03
A.3.3 Language…………………………………………………………..…… 03
A.3.4 Assumptions……………………………………………………………. 03
A.3.5 Conformity with the bidding documents……………………………. 03
A.3.5.1 Conforming Bids……………………………………………… 04
A.3.5.2 Non-Conforming Bids……………………………………..... 04
A.4 Proposal due Date……………………………………………………. 04
A.5 Processing of Proposals before Evaluation……………………..... 05
A.6 Pre-Bid Conference ………………………………………………….. 05
A.7 Confidentiality………………………………………………………..….. 06
A.8 Negotiations……………………………………………………………… 06
B. MINIMUM TECHNICAL INFORMATION REQUIRED……………………... 07
B.1. Executive Summary……………………………………………………. 07
B.2 Statement of Bid Conformity……………………………………….…. 07
B.3 Experience & Profile……………………………………………………. 07
B.4 Design Drawings………………………………………………………. 08
B.5 Methodology …………………………………………………………….. 08
B.6 Operations and Maintenance………………………………………….. 08

i|Page
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public
Private Partnership (PPP) under BOT Arrangement
B.7 Project Implementation Timetable………………………………….... 09
B.8 Bid Bond………………………………….............................................. 09
B.9 Statement of Proposed Technical Changes to the
Conforming Scheme…………………………………............................ 09
B.10 Innovation Proposed…………………………………............................ 09
B.11 The Concession…………………………………................................. 09

C. MINIMUM FINANCIAL INFORMATION REQUIRED…………………..….. 10


C.1 Minimum Financial Information……………………………..……… 10
C.2 Currency……………………………..………………………………… 11
D. EVALUATION PROCESS, CRITERION AND PROCEDURES……….… 11
D.1 Overall Evaluation Process………………………………………….… 11
D.2 Technical Proposal Evaluation Criteria……………………………… 12
D.3 Financial Proposal Evaluation Criteria……………………………… 13
D.4 Final Evaluation Results……………………………………………… 13
D.5 Bond and Security Requirements …………………………………… 14
D.5.1 Bid Bond………………………………………………………… 14
D.5.2 ConstructionPerformanceBond………………………………… 14
D.5.3 Financial Close Bond………………………………………………… 14
D.5.4 Operation Bond………………………………………………………. 15
D.5.5 Transfer Bond………………………………………………………… 15
D.6 Award and Notice to Proceed ……………………………..………… 15
D.7 Disclaimer…………………………………………………………........ 16
D.8 Bribery Collusion………………………………………………….… 16

CHAPTER 2
SCOPE OF WORK………………………………………….......................17
A. PROJECT DESCRIPTION…………………...............................……….…… 18
A.1. Background …………………...............................……….……………. 18
A.2. Site Location …………………...............................……….…………… 18
ii | P a g e
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public
Private Partnership (PPP) under BOT Arrangement
A.3 Objectives Benefits ……………………………………………………. 19
A.4 Scope of Work……………………………………………………………..19
A-5 General Design Criteria Operations and Maintenance ……………... 34
A-6 Performance Criteria and Penalties…………………………………… 35

CHAPTER 3
FINANCIAL INFORMATION…………………………………………...….37
A-1 Financial Model…………………………………………………………. 38
A-2 Form of Bid Security…………………………………………………….. 39

CHAPTER 4
CONCESSION AGREEMENT……………………………………..……..41

APPENDICES
APPENDIX -I Board of Investment (BOI)’s Investment Policies
APPENDIX -II NHA PPP Policy and Regularity Framework

iii | P a g e
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public
Private Partnership (PPP) under BOT Arrangement
CONNECTING ROAD NETWORK FOR NEW
BENAZIR BHUTTO INTERNATIONAL AIRPORT
(NBBIA) ISLAMABAD THROUGH PUBLIC
PRIVATE PARTNERSHIP (PPP) UNDER BOT
ARRANGEMENT

Chapter – 1
Instruction to Bidder

1|Page
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public Private
Partnership (PPP) under BOT Arrangement
 
A.1. Introduction

This RFP invites all interested Bidders to submit technical and financial proposals to
compete for the Project on a limited resources basis under a BOT arrangement. To
be considered for this award, Bidders are required to submit responsive Technical
and Financial proposals for the Project (Connecting Road Network for New Benazir
Bhutto International Airport (NBBIA) Islamabad).

A.2 General

A.2.1 Cost of Bidding

The Bidder shall be responsible for all fees, costs and expenses incurred in preparing
and negotiating any proposal submitted by it, and under no circumstances shall the
NHA become liable to reimburse any Bidder for any such fees, costs or expenses
regardless of the conduct or outcome of the bidding process.

A.2.2 Site Visit

The bidders are advised to visit the site of the Works and surroundings of the project
and to obtain; for itself on its own responsibility, all information that may be necessary
for preparation of their Bid and entering into a Concession Agreement.

The Bidders are also advised to visit the site or the office of General Manager
(Design) NHA, Islamabad & General Manager (BOT) NHA, Islamabad to understand
the scope of project in detail.

The costs incurred in visiting the site or NHA offices shall be at the Bidder’s own
expense.

A.2.3 Amendment of Bidding Documents

At any time prior to the Bid Submission Date, the NHA may, for any reason, whether at
its own initiative or in response to a clarification requested by a prospective Bidder,
modify the Bidding Documents by amendment.
The amendment will be notified in writing or by e-mail, telex, cable or facsimile to all
prospective Bidders who have purchased the Bidding Documents, and will be binding
upon them.
In order to afford prospective Bidders reasonable time in which to take the amendment
into account in preparing their Bids, the NHA may, at its discretion, extend the
deadline for the submission of Bids.

A.3 Preparation of Bid

A.3.1 Proposal Validity Period

The NHA will award the Project to the Bidder submitting the most acceptable
proposal for the Project. The NHA will negotiate and grant to the successful Bidder
an exclusive concession for a maximum period of Thirty years (30) years to design,
finance, construct, insure, commission, develop, manage, maintain, operate and
transfer at the end of the Concession Period, the Project. Due to the nature of the
process relating to internal approvals in the NHA, each

Bidder’s proposal is required to be valid for a period of at least One hundred and
Eighty (180) days from the last submission date.
2|Page
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public Private
Partnership (PPP) under BOT Arrangement
A.3.2 Two Envelope System of Tendering

The NHA will separately evaluate all Technical and Financial proposals; therefore
Bidders are required to submit their Technical and Financial proposals in two
separately sealed “envelopes”. The NHA requires the first envelope, marked
TECHNICAL PROPOSAL, to contain the original and five copies of the Bidder’s
technical proposal. The NHA requires the second envelope, marked FINANCIAL
PROPOSAL, to contain the original and five copies of the Bidder’s financial proposal.
Bidders are cautioned to ensure that their Technical and Financial proposals are
contained in separately sealed envelopes clearly marked as indicated above. The
NHA requires Bidders to submit the separately sealed envelopes in one bound
package. In the event of any discrepancy between the original and copies, the original
shall govern.

The original and copies of the Bid shall be typed or written in indelible ink and shall be
signed by a person or persons duly authorised to bind the Bidder to the offer. Proof of
authorisation shall be furnished in the form of a written Power-of-Attorney (along with
the authorising board resolution if the Bidder is a corporate entity), which shall
accompany the Bid. All pages of the bid, except for un-amended printed material,
shall be initialled by the person or persons signing the Bid.

The complete Bid shall be without alterations, interlineations or erasures, except as


necessary to correct errors made by the Bidder, in which case such corrections shall
be initialled by the person or persons signing the Bid.

A.3.3 Language

All proposals shall be presented in the English language.

A.3.4 Assumptions

The NHA requires all Bidders to predicate their technical proposals on the following:
(a) Neither the NHA nor any of its consultant or adviser will have any liability or
responsibility if the information, assumptions and projections contained
therein in respect of the Project prove to be incorrect. It is the responsibility of
the Bidder to verify the information, assumptions and projections and base
their proposal on their own survey / studies / feasibility and project application;
and
(b) Bidders must adhere to the Project location, as well as the site boundary
limitations.

When preparing their own technical & financial proposal, the NHA expects each
Bidder to ascertain traffic, develop traffic forecast; revenue and benefits analyses;
project viability and an assessment of the issues and risks related to the Project.

A.3.5 Conformity with the bidding documents

The Bidder must submit a Conforming (Bona Fide) Bid that conforms in all respects
with the requirements of the Bidding Documents. In addition, the Bidder may submit
one or more Alternative Conforming (Bona Fide) Bids and/or one or more Non-
Conforming Bids, if it so wishes.

3|Page
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public Private
Partnership (PPP) under BOT Arrangement
A.3.5.1 Conforming Bids

A Conforming Bid is a bid that conforms in full, both in engineering and operational
terms with the NHA’s Conforming Scheme set out in sections A.4(Chapter2) and
A.5(Chapter2) , and in financial, organisational and obligation terms with the Draft
Concession Agreement, except for minor departures that do not materially affect the
design, financing, construction method or operational characteristics of the Project or
the financial, organisational or obligation regime under which the Concession will be
conducted. All such minor departures, if they exist, must be clearly identified and fully
described in the Bid. If the Bid contains no deviations from the Conforming Scheme a
positive statement to this effect must be made.

The NHA reserves the right to determine whether a Bid is a Conforming (Bona Fide)
Bid. The NHA’s decision will be final and not subject to appeal.

If more than one Conforming (Bona Fide) Bid (e.g. involving different financial and
commercial terms) is to be submitted, each must be clearly numbered according to the
Bidder’s preference.

A.3.5.2 Non-Conforming Bids

Alternative designs and alternative proposals which differ in whole or part from the
requirements of the Sections A.4 (Chapter 2) and A.5 (Chapter 2) may be
considered by the NHA, at its discretion. Such Bids will only be considered if they are
accompanied by a Conforming (Bona Fide) Bid and a Statement of Proposed
Technical Changes to the Conforming Scheme as specified in Section B.2 below

If a Non-Conforming Bid is submitted, it must be clearly identified as such and, in


cases where more than one Non-Conforming Bid is to be submitted, each must be
clearly numbered according to the Bidder’s preference.

For the NHA to examine a Non-Conforming Bid the Bidder must demonstrate with full
supporting evidence that the proposal is well researched and technically feasible; the
proposed Work Programme is well researched and there are engineering, financial,
programming and/or operational advantages over the proposals set out in the Bidding
Documents.

It is to be understood that the Non-conforming bid of only that bidder may be opened
and evaluated separately, who has qualified in conforming proposal Bid and ranked
1ST. (Both Technical and Financial).NHA reserves the right to consider non-conforming
bid or otherwise reject it at its sole decrertion.

A.4 Proposal due Date


The Bidders are required to transmit Technical and Financial proposals, in two
separately sealed envelopes in one bound package to be received by the NHA on or
before April 16, 2012 by 1100 hours at the following address:

General Manager (P&CA)


National Highway Authority
Ministry of Communications
27 Mauve Area, G-9/1,
Islamabad, Pakistan

4|Page
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public Private
Partnership (PPP) under BOT Arrangement
A.5 Processing of Proposals before Evaluation

(a) The NHA intends to facilitate and sustain an environment of competitiveness,


transparency and fairness in the procurement process by, among other means,
fairly and impartially processing and evaluating Bidders’ Technical and
Financial proposals in accordance with the procedures and pre-established
evaluation criteria specified in this RFP.

(b) The NHA shall receive and keep secure all Bids submitted before the Proposal
Due Date specified in Section A.4 above. Any and all Bids received by the
NHA after the above stipulated date and time for Proposal Closing will be
returned unopened to the submitting Bidder.

c The NHA shall keep, secure and unopened, all timely submitted proposals until
Bid Opening at 1130 hours on April 16, 2012, when only Technical Proposals
will be publicly opened. The Financial Proposals shall remain secure and
unopened for later private opening, scrutiny and evaluation.

(d) The Bidders’ representatives who are present shall sign a register evidencing
their attendance. The NHA will examine the Bids to determine whether they are
complete, whether the requisite Bid Securities have been furnished, whether
the documents have been properly signed and whether the Bids are otherwise
in order.

(e) The Bidders’ names, bid withdrawals (if any), the presence of the requisite Bid
Security and such other details as the NHA, at its discretion, may consider
appropriate will be announced after the Bid Opening takes place. The NHA
shall prepare minutes of Bid Opening for its own record. The public portion of
the Bid Opening Session will then be closed.

(f) The NHA shall separately, and privately, evaluate each Bidder’s Technical and
Financial proposals in accordance with the evaluation criteria specified in this
RFP.

(g) From the date and time of Bid Opening until the time the Concession
Agreement is executed, any Bidder wishing to contact the NHA on any matter
related to this tender must do so in writing at the NHA’s address specified in
Section A.4 above. Any effort by any Bidder to influence the NHA in its
evaluation of Technical and/or Financial proposals is a violation of the laws of
Pakistan, shall result in the rejection of that Bidder’s Bid(s) and may lead to
necessary action under law.

A.6 Pre-Bid Conference

Bidders are invited, and strongly encouraged, to attend a pre-bid conference


organized, and to be conducted, by the NHA:
Date: March 16, 2012
Time: 1200 hours
Location: Office of General Manager (BOT), NHA, Islamabad

All bidders are advised to go through the RFP document in detail and list down any
ambiguity, confusion or objection on any part of the RFP document especially the

5|Page
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public Private
Partnership (PPP) under BOT Arrangement
concession agreement, inform in writing to NHA before pre-bid conference and get
them cleared in the pre-bid meeting. No negotiation/change in the legal aspects of
concession agreement will be done at later stages except some editorial corrections.
Prior to the Pre-Bid Conference, Bidders are invited to submit written questions
concerning the Project, this RFP, the Proposal Due Date or other related matters. All
such questions should be submitted to General Manager (BOT), NHA, by March 16,
2012. The NHA will conduct the Pre-Bid Conference, record all questions, both oral
and written, posed by Bidders, record all answers provided thereto, and provide a
written Pre-Bid Conference Memorandum or, if required, RFP amendment to each
Bidder. The NHA will not, during the Pre-Bid Conference, modify in any material
respect any provision or term of this RFP unless such modification is made as a
written amendment hereto prepared by the NHA and disseminated to all Bidders.

A.7 Confidentiality
After the Bid Opening, information relating to the examination, clarification, evaluation
and comparison of Bids and recommendations concerning the award of a Concession
shall not be disclosed to Bidders, or other persons not officially concerned with such
process, until the award of the Concession is announced.
Any effort by a Bidder to influence the NHA in the process of examination, clarification,
comparison and evaluation of Bids, or decisions concerning award of a Concession is
contrary to the laws of Pakistan, shall result in the rejection of that Bidder’s Bid(s) and
may lead to action under law.

A.8 Negotiations
Subsequent to the detailed evaluation of the Bids and announcement of the
successful Bidder as set out in Section D.6 (Chapter 1), the NHA shall issue a Letter
of Intent (LOI) to such Bidder and carry out negotiations for the purposes of finalizing
the detailed terms and conditions of the Concession Agreement.

The NHA will require the Bidder to submit a Financial Close Bond (for which type
and amount to be specified in the LOI) to qualify for issuance of Letter of Support.
NHA will return the Bid Security / Bid Bond to the concessionaire upon receiving /
verification of Financial Close Bond in shape of local Bank Guarantee.

As a part of this negotiation process the NHA may, if it deems appropriate, require
the Bidder to submit one or more revised Bids in accordance with revised
requirements put forward by the NHA. At this stage the NHA will issue a Letter of
Support to the successful Bidder stipulating the meeting of certain requirements
within a specified time.

Upon finalization of the negotiations the successful Bidder will be required to enter
into a Concession Agreement with the NHA and renew the Bid Bond (if required by
the NHA). The successful Bidder will be required to achieve the financial close within
a period of one hundred and eighty (180) days from Effective Date of Concession
Agreement.

Failure to fulfill any of the above requirements within the time specified will, unless
otherwise agreed by the both parties in writing, result in the forfeiture of the Bidder’s
Bid Security. In the event of the successful Bidder forfeiting its Bid Security the NHA
may, at its discretion, either invite the Bidder scoring next highest to the successful
Bidder in the evaluation carried out by the NHA to negotiate, or terminate the Bidding
Process.

6|Page
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public Private
Partnership (PPP) under BOT Arrangement
In the event of the successful Bidder forfeiting its Bid Security the NHA may, at its
discretion, either invite the Bidder scoring next highest to the successful Bidder in the
evaluation carried out by the NHA to negotiate, or terminate the Bidding Process.

B. MINIMUM TECHNICAL INFORMATION REQUIRED

The minimum technical information the NHA requires Bidders to submit in their
Technical Proposal to be considered responsive to the technical requirements are
set out in Sections B.1 to B.9 below:

B.1. Executive Summary

A covering letter identifying the company(s), firm(s), joint venture(s) or consortium,


the relationship of the parties, the lead and associated company(s)/firm(s) and an
Executive Summary of the Bidder’s Technical Proposal (not to exceed five pages).

B.2 Statement of Bid Conformity

A Statement of Bid Conformity, stating whether or not the Bid conforms to all
requirements of the RFP. The requirements of bid conformity are set out in Section
A.3.5.1 above.

Bidders should note when preparing their submissions that all deviations from the
Conforming Scheme should be listed. Such deviations may include, but are not
limited to:
i) any changes to the layout, from or scope of the Conforming Scheme;
ii) any changes to the land requirement plan; and
iii) any proposed changes to the Draft Concession Agreement at Chapter 4.

B.3 Experience & Profile

A narrative and graphic presentation of the Bidder’s current managerial, corporate,


technical, construction and other non-financial related qualifications to undertake and
successfully design, finance, construct, commission, develop, manage, operate,
maintain, insure and transfer, at the end of the Concession Period, the Project under
a BOT arrangement. It should also highlight the organizational chart of the Bidder. It
should further elaborate in detail the relevant experience of the Bidder,
internationally as well as in local conditions. The narrative must explain the Bidder’s
BOT institutional arrangements; including its proposed project organization,
particularly during the construction, operation and maintenance phases. The
narrative must contain the curriculum vitae (CV) of key personnel for the Project
such as the Construction Manager, Operations Manager, Maintenance Manager,
Finance Manager, key operating and maintenance personnel, detailing their relevant
experience and qualifications. The CV of the Chief Executive Officer for the
proposed RBOC must also be provided. Within this section, the Bidder may also
provide comments to the Draft Concession Agreement. The following shall be the
critical evaluation factors within this section:
 Corporate Structure and organization of the Bidder
 Relevant Experience of the Bidder
 Proposed CEO/ MD of the RBOC
 Proposed Finance Manager/ Financial Consultant of the RBOC

7|Page
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public Private
Partnership (PPP) under BOT Arrangement
 Proposed Construction Manager of the RBOC
 Proposed Operations Manager of the RBOC
 Proposed Maintenance Manager of the RBOC

B.4 Conceptual Design

Conceptual Design based upon the Bidder’s survey and technical studies
conforming to the minimum design/construction requirements as outlined in
Section A.4 &A.5 of Chapter 02. Conceptual Design shall, among other topics,
include the following information:
i. Typical cross-section; linear plan of NBBIA indicating all important features
and the Bidder’s concept;
ii. Evidence of Traffic Survey conducted physically.
iii. Typical drawings and Linear Plans for NBBIA through provision of allied
facilities and toll plazas;
iv. Typical drawings and specifications of allied facilities;
v. Allied facilities and systems well explained in a pictorial manner;

The tender drawings of project are available with NHA. Therefore; the interested
firms/companies if they want to observe these drawings they can visit the office of
General Manager (BOT) NHA, Islamabad.

B.5 Methodology

A narrative and graphic presentation of the Bidder’s methodology to execute the


works. The Bidder shall clearly explain its construction methodology, time period,
state of the art practices, tentative plans, type of structures and erection technology,
the machinery, plant and labor needs of the Project, requirement for associated
working and accommodation areas, anticipated construction problems and measures
to overcome these etc. It should also include traffic diversion plans, work zone safety
plans, major roadside facilities like service areas etc. The methodology shall be
clearly elaborated in layout plans.

B.6 Operations and Maintenance

During the operational phase of the Project, the NHA shall measure the
Concessionaire’s compliance with operations and maintenance standards included
in an Operations and Maintenance Manual. For the Technical Proposal, Bidders
must include a narrative of the contents of an Operations and Maintenance Manual
the Bidder will prepare, subject to NHA approval, for the Project, as well as a
narrative and graphic presentation of the Bidder’s proposed organization and
approach to implementation of the Operations and Maintenance requirements for the
Project conforming to the minimum operation & maintenance requirements as
outlined in Section A.4 of Chapter 2.

B.7 Project Implementation Timetable

A narrative and graphic presentation of the Bidder’s proposed Implementation


Timetable, including a narrative of how the Bidder, as the Concessionaire, would
work with the NHA to coordinate land clearance and road construction activities.

8|Page
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public Private
Partnership (PPP) under BOT Arrangement
B.8 Bid Bond

Bidders are required to submit a Bid Bond as specified in Section D.5 (Chapter 1).
Any format other than specified in Section A.2. (Chapter 3) will not be acceptable.

B.9 Statement of Proposed Technical Changes to the Conforming Scheme

In the event that the bidder shall conclude, as a result of its methodology, or
otherwise, that it wishes to modify the proposals contained in the Conforming
Scheme, either materially or otherwise, the Bidder shall provide supporting drawings
and calculations to justify the proposed deviations from the Conforming Scheme.

Such deviations shall be designed and evaluated, by the Bidder, in sufficient detail
as to indicate, as a minimum:
 any changes in the horizontal and/or vertical alignment;
 any changes in the land requirements for the proposal;
 any changes in the structural design and arrangement of interchanges,
flyovers etc.; and
 any consequential changes in the terms of the design life, operational
characteristics and maintenance needs of the facility.

The results of these studies shall be included, by the Bidder, in a Statement of


Proposed Technical Changes to the Confirming Scheme.

In the event that the Bidder should decide to adopt the Conforming Scheme, without
amendment, a statement to this effect should be given.

B.10 Innovation Proposed

Bidders may propose innovations proposed and other state-of-the-art for NBBIA
features to help ensure public safety and convenience for the Project. Bidders
proposing innovative approaches, concepts or other features for general public
welfare acceptable to the NHA shall receive score as detailed in Section D.2 below.
In addition, Bidders are encouraged to propose transfer of knowledge mechanism
such as training for human resource development in the fields of Public-Private
Partnerships and other state of the art construction practices. This may include
international training as well as on-the-job training components.

B.11 The Concession

The NHA envisages granting a Concession to design, finance, construct, insure,


commission, develop, manage, operate, maintain and transfer at the end of the
Concession Period of Overlay & Modernization of Road Network of NBBIA along with
allied facilities. The Concession will include the right to collect toll from vehicles using
the Project and generate income from approved Ancillary Facilities, such as Service
Areas, commercial use of ROW. The Concessionaire will have a right for commercial
use of corridor as a revenue source and for any legal business with the approval of
NHA.
All requirements, terms and conditions of the Concession will be finalized with the
selected Bidder according to the conditions mentioned in this RFP document. The
form and content of the final concession are expected to conform closely to the
Concession Agreement included here as Chapter 04. Bidders are expected to

9|Page
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public Private
Partnership (PPP) under BOT Arrangement
address all of the aspects of the draft Concession Agreement in their submissions.

Key features of the Concession Agreement will be as follows:


 the Concession will be for a maximum period of 30 (Thirty) years;
 the Concessionaire will have to incorporate a Road Building and Operating
Company (“RBOC”), in the form of Special Purpose Vehicle (SPV), with a
minimum equity investment of thirty percent (30%) and a maximum debt of
seventy percent 70%;
 either land, required for the Project, will be made available or its land
acquisition cost will be met by the NHA;
 the Concession Agreement will become effective at the signing of
concession agreement;
 the Concessionaire will have to achieve Financial Close within, maximum,
one hundred and eighty (180) calendar days from signing of Concession
Agreement;
 the construction period for the Project will be Eighteen (18) months after
Financial Close period;
 at the end of the Concession Period the Project shall be returned to the
NHA in a properly maintained and operational condition and the IRI less
than 2.5, at no cost to the NHA;
 no traffic or revenue guarantee shall be provided by NHA;
 no foreign currency risk shall be borne by NHA;
 Concessionaire shall pay all taxes as per prevailing Rules of Government of
Pakistan or Provincial / Local Government;
 For the purpose of dispute resolution, arbitration shall be preferred
mechanism subject to the Arbitration Laws of Pakistan (i.e. Arbitration Act
1940). The Arbitration will be in English Language and the place of
Arbitration shall be in Pakistan.

C. MINIMUM FINANCIAL INFORMATION REQUIRED


C.1 Minimum Financial Information

The minimum financial information the NHA requires each Bidder to submit in its
Financial Proposal to be considered responsive is:-

(a) Estimated total cost of the Project in a Work Breakdown Structure (“WBS”); A
breakdown of capital/construction costs, covering the scope of work as
mentioned under Section A.4 CHAPTER 02, on a quarterly basis divided into
the following categories (to the extent applicable but not necessarily limited to
the following), is to be provided by the Bidder for each following section of the
Project:

(b) Financing Structure:

(i) Total amount of loan(s) to finance the Project, as well as its operation
and maintenance; including type, sources, term, grace period, interest
and any other relevant factors.

10 | P a g e
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public Private
Partnership (PPP) under BOT Arrangement
(ii) The total amount of Bidder’s equity to be committed to finance the
Project. (The NHA requires each Bidder to commit to equity financing a
minimum of thirty percent (30%) of the total Project cost. Bidders
proposing less than the minimum shall be declared non-responsive.)
And

(iii) Cash flow projections during the Concession Period;

(c) Financial Model: Revenue Analysis/Projection, Expenditure


Analysis/Projection, Debt Servicing Analysis, Cash Flows, Return on
Investment Analysis

i. Assumptions

ii. Project income Statement

iii. Project Profit and Loss Statement

iv. Project Balance Sheet

*Financial Model should be in MS EXCEL etc. format with proper


formulas.

(d) Toll Charge computation and traffic computation with rationale; including
annual toll escalations/projections in toll rates.

(e) Duly filled in Financial Data Forms as provided in Chapter 3 A.1.

(f) The Bidder’s audited financial statements (Balance Sheet, Income Statement,
Profit & Loss Statement) for the last 3 years.

(g) Proof of the Bidder’s capability to finance minimum 30% of equity and intent of
bank(s) to finance the balance Project Cost.

C.2 Currency

Bidders are required to express all financial calculations in Pakistan Rupees.

*In case of Non provision of each of the above details; NHA may ask for Clarification /
Additional Information or have the right to reject the Bid.

D. EVALUATION PROCESS, CRITERION AND PROCEDURES

D.1 Overall Evaluation Process

The NHA will use the evaluation criteria described in this Section of the RFP to
determine the highest evaluated Bid. The evaluation process will consist of a four-
step approach, i.e., responsiveness, conformity, technical evaluation and financial
evaluation.

At the date, time and location specifically announced by the NHA, proposal
packages received from the Bidders shall be opened in the manner described in
Section A.5 (Chapter 1) above. The NHA shall first determine whether or not the
Bidders’ Technical and Financial Proposals are contained in separately sealed
envelopes. The NHA shall announce to those persons present at the Proposal
Opening (and upon request to a Bidder who submitted a proposal but is not present
11 | P a g e
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public Private
Partnership (PPP) under BOT Arrangement
or represented at the Proposal Opening), the name and address of each Bidder
whose package is opened. Such announcement shall be recorded immediately in the
record of the tendering proceedings. In order to objectively evaluate Technical
Proposals without being influenced by financial data, Bidders failing to separate
Technical and Financial Proposals shall be deemed non-responsive and will be so
recorded in the record of the tendering proceedings.

The NHA shall then determine whether or not Bidders have included Bid Bonds in
their Technical proposals. The NHA shall announce, to those persons present at the
Proposal Opening (and, on any request by a Bidder who submitted a proposal but is
not present or represented at the Proposal Opening), the name and address of each
Bidder whose Technical proposal is opened. Such announcement shall be recorded
immediately in the record of the tendering proceedings. Bidders failing to provide the
required Bid Bond and other technical information mentioned in B1-B9 shall be
deemed non-responsive and so recorded immediately in the record of the tendering
proceedings.

The NHA shall not evaluate either the Technical or the Financial Proposal from any
Bidder determined to be non-responsive, as reflected in the record of the tendering
proceedings.

The public portion of the Proposal Opening will then be closed.

The NHA shall separately, and privately, evaluate responsive proposals in


accordance with the evaluation criteria detailed in this Section D.2 of the RFP.

The NHA shall first evaluate and score each Technical Proposal on a scale up to one
hundred (100) points. In the event the NHA has evaluated and assigned a score of
less than seventy (70) points to a Technical Proposal, the NHA shall not evaluate the
Financial Proposal submitted by that Bidder. Provided the NHA has evaluated and
assigned a score of seventy (70) points or more of a Technical Proposal, the NHA
shall then individually evaluate and individually score the Financial Proposal
submitted by that Bidder on a scale up to one hundred (100) points.

The NHA shall then weigh the scores for Technical and Financial Proposals. The
overall weighting for the technical and financial components of each proposal will be
the following:

 Technical Proposal: Forty Percent (40%) of the Scoring


 Financial Proposal: Sixty Percent (60%) of the Scoring

D.2 Technical Proposal Evaluation Criteria

The NHA has developed a list of evaluation factors that will be used to evaluate each
Technical Proposal based on assessments to determine which factors were of
critical importance to the selection of the Bidder. The following is a list of the
quantitative factors and their associated maximum Technical Point score which will
be used for the technical component evaluation:-

12 | P a g e
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public Private
Partnership (PPP) under BOT Arrangement
Sr.
No. Evaluation Factor Max. Score
1 Experience & Profile 30
2 Methodology 25
3 Operations & maintenance procedures and systems 25
4 Implementation Timetable – Work Program 12
5 Innovation and Modernization Proposed & Technology Transfer 08
Total Score 100

D.3 Financial Proposal Evaluation Criteria

Firms/Companies/JV must provide their feasibility study and the financial proposal of
the bidder must consist the following information:

1 Estimated Project Cost and its Work Breakdown Structure (WBS)


Financing Structure Plan, Financial Data Forms & Time needed to
2
achieve Financial Close.
3 Clarity & robustness of Financial Model
4 Base Toll Rates
5 Annual Toll Escalation/ Projection
6 NHA Revenue share (percentage of revenue)
Project Balance Sheet, Income Statement and Profit & Loss
7
Statement
8 Toll charge computation and traffic computation

Non provision of above details may result the bid to be declared as non-responsive.
The criteria for financial evaluation will be based on the following critical factors.

1. Base Toll Rate


2. Annual Toll Escalation
3. NHA Revenue Share;
*The Bid with Reasonable Base Toll Rates, Minimum annual Escalation and Maximum
NHA share will be the most favorable Bid

D.4 Final Evaluation Results

The final results of the evaluation process will be determined by adding together the
results of the technical and financial evaluations to determine the final ranking of
each proposal.

(a) The NHA may ask Bidders for clarifications or presentation of their proposals
in order to assist in the scrutiny, evaluation and comparison of proposals. No
change in a matter of substance in the proposal, including changes in price
and changes aimed at making an unresponsive Bid responsive, shall be
sought, offered or permitted.

13 | P a g e
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public Private
Partnership (PPP) under BOT Arrangement
When clarification or presentation of proposals requires, the NHA shall
maintain a written “Minutes of Clarification” report. Adequate notice will be
given to the Bidder prior to conducting the meeting.

(b) It may be necessary for the NHA to reject all proposals:


(i) Subject to approval by the Chairman NHA, the NHA may reject all Bids
at any time prior to the award.
(ii) Notice of the rejection of all Bids shall be given promptly to all Bidders
who submitted proposals. The NHA shall upon request communicate to
any Bidder which submitted a Bid, the grounds for rejection of all the
bids.

(iii) The NHA shall incur no liability, solely by virtue of its invoking this
provision and rejecting all submitted Bids.

It may be necessary for the NHA to reject a responsive Bid. Subject to


approval by the Chairman NHA, the NHA shall reject a Bid if the Bidder offers,
gives or agrees to give, directly or indirectly, to any officer or employee of the
NHA or any other governmental authority a gratuity in any form, an offer of
employment or any other thing of service or value, as an inducement with
respect to an act or decision of, or procedure followed by, the NHA in
connection with this tendering process. Such rejection of the Bid and the
reasons thereof shall be recorded in the record of the proceedings and
promptly communicated to the Bidder.

D.5 Bond and Security Requirements

D.5.1 Bid Bond

For a Bid to be responsive, each Bidder is required to provide as a part of its


Technical Proposal a Bid Bond in the amount of Rs 5,000,000/- (Rupees Five
Million). The Bid Bond shall be denominated in Pakistani Rupees, and shall be in
the form of:-
(a) a cash deposit; or
(b) a pay order or demand draft drawn on a scheduled bank having a branch
in Islamabad; or
(c) a confirmed irrevocable letter of credit, payable at sight of a request from
Chairman NHA requiring payment there under, issued by a bank located in
the Islamic Republic of Pakistan or a country abroad acceptable to the
NHA and confirmed by a bank having a branch in Islamabad; or
(d) a bank guarantee in the form specified in Chapter 3.Bidders are cautioned
that no other format will be acceptable and will result in their Bid being
declared non-responsive.

The Bid bonds specified above should be valid for a period of at least eighteen (18)
calendar months from the date of opening of Technical Proposals. The NHA shall
return Bid Bonds of all Bidders after the successful Bidder has signed the
Concession Agreement or in the event the NHA has rejected all Bids. The Bid Bond
may be forfeited if the Bidder withdraws its Bid during the period of bid validity or, if it
is the successful Bidder, fails to fulfill the obligations specified in Section E.4 above
or having satisfied them fails to provide the required construction phase bond
specified in the Concession Agreement.

14 | P a g e
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public Private
Partnership (PPP) under BOT Arrangement
D.5.2 Financial Close Bond

Before executing the Concession Agreement, the successful Bidder shall provide to
the Executing Agency a Financial Close Bond to ensure the completion of the
construction of the Project in accordance with the Bid Offer. The Financial Close
Security shall have a face amount equal to Rs 10,000,000/- (Rupees Ten Million).
The Financial Close Bond shall be valid for a period of at least one hundred and
eighty (180) calendar days from the date of issuance

D.5.3 Construction Performance Bond

Before executing the Concession Agreement, the successful Bidder shall provide to
the Executing Agency a Performance Security to ensure the completion of the
construction of the Project in accordance with the Bid Offer. The Performance
Security shall have a face amount equal to Rs 50,000,000/- (Rupees Fifty Million).
The Performance Security shall answer for, and guarantee the completion of the
Project in accordance with the Performance Standards and the Timetable, and the
payment of Liquidated Damages which Concessionaire may be required to pay
pursuant to the Concession Agreement. The Performance Security shall be valid for a
period of at least Eighteen (18) calendar months from the date of issuance.

D.5.4 Operation Bond

Three (3) months prior to the completion of construction Date, the Concessionaire will
open a joint Maintenance account with NHA and shall deliver to the Executing
Agency an Operation and Maintenance Bond with a face amount equal to Rs
10,000,000/- (Rupees Ten Million). The Transfer Bond shall answer for, and
guarantee the timely Operation and Maintenance of the Project in accordance with
the Performance Standards and the Timetable.

D.5.5 Transfer Bond

Six (6) months prior to the Transfer Date, the Concessionaire shall deliver to the
Executing Agency a Transfer Bond with a face amount equal Rs 10,000,000/-
(Rupees Ten Million). The Transfer Bond shall answer for, and guarantee the timely
transfer of the Project in accordance with the Performance Standards and the
Timetable.

D.6 Award and Notice to Proceed

The NHA shall recommend the Bidder announce the highest evaluated Bid as
successful. Thereafter:-
(a) Whether or not it successfully passed prequalification proceedings, the NHA
may require the successful Bidder to certify that its prequalification data have
not significantly changed since the Bidder’s original submission. When
reasonable circumstances require, the NHA may require the successful
Bidder who has been prequalified and executed the aforesaid certification to
demonstrate again its qualifications in accordance with the same criteria used
to prequalify such Bidder. The criteria and procedures to be used for such
further demonstration shall be the same as those used in the prequalification
proceedings.

15 | P a g e
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public Private
Partnership (PPP) under BOT Arrangement
(b) If the Bidder submitting the successful proposal is requested to demonstrate
again its qualifications but fails to do so, the NHA shall reject that Bid and
shall select the next highest ranking Bid, subject to the right of the NHA to
reject all remaining Bids.
(c) The NHA shall promptly notify all Bidders of the Bidder submitting the highest-
evaluated Bid. As stipulated in this RFP, the NHA shall then request the
successful Bidder to negotiate and execute a Concession Agreement.
Accordingly, the successful Bidder is required to negotiate and execute the
agreements within a reasonable period of time.
(d) If the successful Bidder and NHA fail to agree or execute the Concession
Agreement, the NHA may, at its discretion, announce the next highest
evaluated Bidder as successful, subject to the right of the NHA to reject all
remaining Bid.

D.7 Disclaimer

All information, assumptions and projections contained in the RFP including its
appendices are indicative only and are provided solely to assist in a preliminary
assessment of the Project. Nothing in these documents or elsewhere shall create any
contractual relationship between the NHA and any Bidder, nor shall it commit the NHA
to any policy described in these documents or elsewhere and neither Government of
Pakistan nor the NHA or any of its consultants or advisers will have any liability or
responsibility if the information, assumptions or projections contained herein or
otherwise in respect of the Project prove to be incorrect. It is the responsibility of the
Bidder to verify the information, assumptions and projections contained in these
documents or elsewhere.

D.8 Bribery & Collusion

The NHA shall be entitled to terminate the Concession Agreement and recover from
the successful Bidder the amount of any loss resulting from such termination if the
successful Bidder shall have offered or given to any person any gift or consideration of
any kind as an inducement or reward for doing, or forbearing to do, any action in
relation to obtaining, or execution of the Concession or any other contract with the
NHA, or for showing favour to any person in relation to the Concession or any other
contract with the NHA, or if any of the like acts shall have been done by any person
employed by the successful Bidder or acting on its behalf (whether with or without the
knowledge of the successful Bidder), or if the successful Bidder shall have come to
any agreement with another Bidder or number of Bidders whereby an agreed
quotation or estimate shall be offered as a Bid to the NHA by one or more Bidders.

16 | P a g e
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public Private
Partnership (PPP) under BOT Arrangement
CONNECTING ROAD NETWORK FOR NEW
BENAZIR BHUTTO INTERNATIONAL AIRPORT
(NBBIA) ISLAMABAD THROUGH PUBLIC
PRIVATE PARTNERSHIP (PPP) UNDER BOT
ARRANGEMENT

Chapter – 2
SCOPE OF WORK

17 | P a g e
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public Private
Partnership (PPP) under BOT Arrangement
A. PROJECT DESCRIPTION
A.1. Background

Pakistan is a country that has an extensive and varied transportation system. In recent years
there has been considerable investment in the transportation infrastructure of the country.
From the 1990’s on ward, the Pakistan National Highway Authority has been developing a
network of modern motorways that connects nearly every major city in Pakistan.

Air traffic in Pakistan has also registered an appreciable increase during the last 5 years.
This was mainly due to public awareness, time saving sense and need for fast means of
communication. Air traffic can prove to be efficient for the users only if there is speedy,
efficient, and congestion free network of access roads from important parts of the cities to
the airport terminals.

Due to increased air traffic volume on the existing Islamabad International Airport,
Government of Pakistan has decided to take up early construction of ‘’The New Benazir
Bhutto International Airport (NBBIA)” located in the outskirts of Islamabad. Design and
construction of the network of access roads connecting the NBBIA with Islamabad and
Rawalpindi have been assigned to the NHA.

The NHA now intends to construct the road network for connecting NBBIA to existing
motorways. The project is to be carried out through Public-Private Partnership (PPP)
arrangement on Build-Operate-Transfer (BOT) basis.

A.2. Site Location

The site for new Airport complex is located at approximately 3Kms west of motorways Zero
point interchange. The present access to the airport site is through the local road off
shooting from Dhuma-Phattak that is located at km 7 on Tarnol – Fatehjang (N-80) road.

The project envisages utilization of the current Motorway Link Road between G.T road
Interchange and the Zero Point Interchange. The Link Road will be widened to
accommodate additional traffic generated by NBBIA.

Total length is about 31km, from which 7.1 km of length is along the existing motorway link
road (which is to be widened only) and rest of the network will be constructed new. The
location map is attached at (FIG.-I).

18 | P a g e
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public Private
Partnership (PPP) under BOT Arrangement
FIGURE-I

LOCATION MAP OF CONNECTING ROAD NETWORK FOR NEW BENAZIR BHUTTO INTERNATIONAL
AIRPORT (NBBIA) ISLAMABAD

19 | P a g e
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public Private Partnership (PPP) under BOT Arrangement
 
A.3 Objectives / Benefits
Increasing in air traffic volume on the existing Islamabad International Airport, Government
of Pakistan has decided to take up early construction of ‘’The NEW Benazir Bhutto
International Airport (NBBIA)”. Design and construction of the network of access roads
connecting the NBBIA with Islamabad and Rawalpindi have been assigned to the NHA.

A.4 Scope of Work:


The key engineering features of the project, for Connecting Road Network for New Benazir
Bhutto International Airport (NBBIA) Islamabad through Public Private Partnership (PPP)
under BOT Arrangement, include, but not limited to the following.
Total length of project roads is around 31 KM. From this total length about 7.1 KM length of
motorway link road is to be widened to accommodate the traffic which is likely to be
generated by new airport. For the purpose of design the project has been divided into 12
sections as fallows, however the project will be executed as a single contract.
Section 1: G. T. ROAD INTERCHANGE: (Point A on layout plan at Fig-I)
Improvement of G. T. Road Interchange located at N-5 for passing the traffic of airport
conveniently. Interchange is shown as point A in project layout. Plan of interchange is at
Annex – A.

Section 2: MOTORWAY LINK ROAD (AB Points on layout plan at Fig-I)


(LENGTH 3.94 KM)
Widening of existing 4-lane link road from G.T Road (N-5) interchange to Motorway Toll
Plaza by converting into 6-lanes (3.94 KM). X- Section between G.T Road interchange and
toll plaza is attached at FIG-B.

(LENGTH 3.16 KM)


Widening of exiting 4-lane link road from Motorway toll plaza to zero point interchange by
converting into 8 lanes, Inner 4-lanes would be available for Airport whereas outer 4-lanes
for Motorway traffic (3.16km). X-Section between toll plaza and zero point is attached at
Annex-C.

Section 3: Zero Point Interchange (Point B on layout plan at Fig-I)


The improvement of Zero Point Interchange (M1/M2 interchange), interchange is shown as
Point B in project layout Plan. Plan of Zero Point Interchange is attached at FIG-D

Section 4: NBBIA LINK 1 (Points B-D on layout plan at Fig-I)* (LENGTH 1.5 KM)
Construction of new 4-lane carriageway; separated by New Jersey Barrier. A private housing
scheme namely Top City/Mumtaz City is falling at this route covering length of 1.5 KM and
the access to this housing scheme by constructing 4 nos Ramps is to be provided from this
link (B&D).

Section 5: NBBIA LINK 2 (D-E on layout plan at( Fig-I)


Construction of new 4-lane carriageway; separated by New Jersey Barrier.

Section 6: NBBIA LINK 3 (F-G on layout plan at( Fig -I)


Construction of new 4-lane carriageway; separated by New Jersey Barrier.

Section 7: NBBIA LINK 4 (C-H on layout plan at Fig-I)


Construction of new four lane carriageway; separated by New Jersey Barrier.

Section 8: NBBIA LINK 5 (K-L on layout plan at Fig-I)


Construction of new four lane carriageway; separated by New Jersey Barrier.

*NOTE: X-Section between Zero Point I/C and NBBIA X-Section for Sections 4-8 attached at
Figure-E. Aggregate length of these Links is around 15.5Km

20 | P a g e
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public Private
Partnership (PPP) under BOT Arrangement
 
Section 9: NBBIA LINK 6 (I-J on layout plan at Fig-I) (LENGTH 3.98 KM)
Construction of new 2-lane carriageway between NBBIA and Thalian and the length of the
road is 3.98 KM. The X-Section is attached at Figure-F.

Section 10: THALIAN INTERCHANGE (M-2) (Point J on layout plan at Fig-I)


Construction of Thalian Interchange at (M-2) is for passing traffic conveniently without any
interruption. The Interchange is shown as point J in project layout plan. The Plan of
interchange is attached at Figure-G

Section 11: NBBIA LINK 7 (M-D on layout plan at Fig-I) (LENGTH 4.5 KM)
Construction of new 2-lane carriageway between NBBIA and Ternol Fatehjang section of
N-80 and the length of the road is 4.5km. The X-Section is attached at FIGureH.

Section 12: N-80 INTERSECTION (Point M on layout plan at Fig-I)


Construction of intersection at N-80. The Intersection is shown as point M in project layout
plan.

Schedule of Culverts
SCHEDULE OF CULVERT

S.No. Culvert # Chainage No. of Cell Size of Cell Type  Status


1 2 ‐ 1 1 + 300 1 4x3 Box Culvert To be extended
2 2 ‐ 2 1 + 370 2 3x3 Box Culvert To be extended
3 2 ‐ 3 1 + 540 2 3x3 Box Culvert To be extended
4 2 ‐ 4 2 + 015 2 3x3 Box Culvert To be extended
5 2 ‐ 5 2 + 405 2 3x3 Box Culvert To be extended
6 2 ‐ 6 2 + 455 1 4.5x3.5 Box Culvert To be extended
7 2 ‐ 7 2 + 900 1 1.1 Dia Box Culvert To be extended
8 2 ‐ 8 3 + 510 1 4.5x4.5 Box Culvert To be extended
9 2 ‐ 9 3 + 795 2 3x2 Box Culvert To be extended
10 2 ‐ 10 4 + 150 2 3x2 Box Culvert To be extended
11 2 ‐ 11 4 + 600 1 3x3 Box Culvert To be extended
12 2 ‐ 12 4 + 825 2 3x3 Box Culvert To be extended
13 2 ‐ 13 5 + 125 1 4.5x4.5 Box Culvert To be extended
14 2 ‐ 14 5 + 700 2 3x2 Box Culvert To be extended
15 2 ‐ 15 5 + 800 1 3x3 Box Culvert To be extended
16 2 ‐ 16 6 + 070 1 4.5x4.5 Box Culvert To be extended
17 2 ‐ 17 6 + 180 1 3x3 Box Culvert To be extended
18 2 ‐ 18 6 + 315 1 1.1 Dia Box Culvert To be extended
19 2 ‐ 19 7 + 100 1 1.1 Dia Box Culvert To be extended
20 4 ‐ 1 0 + 110 6 3x3 Box Culvert Newly proposed
21 4 ‐ 2 2 + 450 7 3x3 Box Culvert Newly proposed
22 4 ‐ 3 2 + 500 7 3x3 Box Culvert Newly proposed
23 4 ‐ 4 2 + 950 4 3x3 Box Culvert Newly proposed
24 5 ‐ 1 1 + 050 6 3x3 Box Culvert Newly proposed
25 7 ‐ 1 1 + 650 7 3x3 Box Culvert Newly proposed
26 7 ‐ 2 2 + 300 7 3x3 Box Culvert Newly proposed
27 7 ‐ 3 5 + 025 7 3x3 Box Culvert Newly proposed
28 7 ‐ 4 5 + 725 1 2x2 Box Culvert Newly proposed
29 7 ‐ 5 8 + 025 2 3x3 Box Culvert Newly proposed
30 8 ‐ 1 0 + 725 1 3x3 Box Culvert Newly proposed
31 8 ‐ 2 1 + 500 1 2x2 Box Culvert Newly proposed
32 8 ‐ 3 2 + 385 1 3x3 Box Culvert Newly proposed
33 8 ‐ 4 2 + 525 3 3x3 Box Culvert Newly proposed
34 8 ‐ 5 2 + 825 1 3x1.5 Box Culvert Newly proposed

21 | P a g e
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public Private
Partnership (PPP) under BOT Arrangement
BRIDGES:
These are the type of pre-stressed concrete girder bridges. The typical X-Section of Bridges
attached at Figure-II
SCHEDULE OF BRIDGES

S.No. Bridge# Chainage No. of Span Span Length Total Length Status


1 2 ‐ 1 0 + 115 1 28m 28m To be widened
2 2 ‐ 2 6 + 740 2 20m 40m To be widened
3 4 ‐ 1 0 + 500 6 20m 120m Newly proposed
4 4 ‐ 2 1 + 200 4 20m 80m Newly proposed
5 4 ‐ 3 1 + 650 2 20m 40m Newly proposed
6 6 ‐ 1 0 + 000 5 20m 100m Newly proposed
7 7 ‐ 1 2 + 400 3 20m 60m Newly proposed
8 7 ‐ 2 2 + 650 4 20m 80m Newly proposed
9 7 ‐ 3 3 + 745 2 20m 40m Newly proposed
10 7 ‐ 4 6 + 475 2 20m 40m Newly proposed
11 7 ‐ 5 7 + 200 5 20m 100m Newly proposed
Note: Detail design/drawing will be provided in due course of time.

 Widening is planned to be carried out on either side of the Motorway link through
New Jersey Barrier separated, carriage ways.
 Extensions are to be made in all the existing bridge structures and culverts
accommodating additional NBBIA bound lanes in the widening of link roads.
 The required drainage and cross drainage structures are to be provided throughout
the project length.
 All the corridors are divided by introducing New Jersey Barrier in the center
SHOULDERS:
Main carriage way consists of a configuration of 2-lane on each side of the divider with inner
and outer shoulders. Generally 0.6m inner and 3m outer shoulders on both sides

INTERCHANGES:
Three interchanges are to be provided at G.T road, Motorway zero point of M1 (Peshawar-
Islamabad) and M2 (Lahore – Islamabad) and Thalian at M2 to facilitate the incoming and
outgoing traffic of the airport without any interception and delay. Although at some locations
like Thalian volume of traffic does not justify an interchange. However; for safe and easy
negotiation of incoming and outgoing traffic from NBBIA to the Motorway warrants its
provision. The location of the new interchanges are as follows:

Sr. No. Name of interchange Location

(i) G. T Road (N-5) Interchange Start point of motorway


link road
(ii) Motorway Zero Point Interchange Start point of M1 & M2

(iii) Thalian Interchange Near Thalian Town on M2

INTERSECTION:

1 no Intersection at N-80 (Islamabad – Fateh Jhang road).

22 | P a g e
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public Private
Partnership (PPP) under BOT Arrangement
SERVICES AND FACILITIES:

The Concessionaire will also ensure provision of the following facilities and will maintain
them in good working condition throughout the concession period.

 Three New 8-lane Toll Plazas with ETTM and other state-of-the-art facilities are to be
provided on the main carriageway around the Airport at appropriate locations.

 Electronic Toll collection (ETC) for quick convenient and cashless transactions.
 Emergency Call Service for motorists requesting assistance in case of accidents and
other emergencies.
 Road structure safety features.
 Reflectorized lane markings
 Emergency parking areas
 Rumble strips
 Motorway signage plan
 Installation of road lighting and reflectorized lane marking along road,
interchanges and toll plazas

 Variable message signs (VMS) that provide motorists with useful updates on the
traffic situation and other helpful information along the highway.

 Emergency assistance system with:


 First aid emergency trucks & Mobile Workshops
 Traffic patrol surveillance system equipped with cameras, radios and speed
monitoring devices
 Landscaping

 Designing and Planning for sustainable and natural landscaping of various


road structures, like Centre Medias, Round About, interchanges,
intersections, bridges, slopes, ROW etc.

 Artistic Fencing and Monuments within available ROW, intersections & Round
About.

 Beautiful and Artistic design and lightning plan of Toll Plazas and O&M
buildings

23 | P a g e
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public Private
Partnership (PPP) under BOT Arrangement
FIGURE-A

G.T Road Interchange

24 | P a g e
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public Private Partnership (PPP) under BOT Arrangement
 
FIGURE -B

CROSS SECTION BETWEEN G.T ROAD INTERCHANGE AND TOLL PLAZA

25 | P a g e
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public Private Partnership (PPP) under BOT Arrangement
FIGURE -C

X-SECTION BETWEEN TOLL PLAZA AND ZERO POINT

26 | P a g e
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public Private Partnership (PPP) under BOT Arrangement
FIGURE -D

ZERO POINT INTERCHANGE

27 | P a g e
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public Private Partnership (PPP) under BOT Arrangement
FIGURE -E

X-SECTION BETWEEN ZERO POINT I/C AND NBBIA X-SECTION FOR SECTIONS 4-8

28 | P a g e
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public Private Partnership (PPP) under BOT Arrangement
FIGURE -F

X- SECTION FOR LINK ROAD BETWEEN NBBIA AND THALIAN

29 | P a g e
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public Private Partnership (PPP) under BOT Arrangement
FIGURE -G

THALIANA INTERCHANGE

30 | P a g e
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public Private Partnership (PPP) under BOT Arrangement
FIGURE -H

X-SECTION BETWEEN NBBIA AND TERNOL FATEHJANG SECTION OF N-80

31 | P a g e
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public Private Partnership (PPP) under BOT Arrangement
FIGURE -II

TYPICAL X-SECTION OF BRIDGES

X-SECTION UNDER MOTORWAY BRIDGES

32 | P a g e
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public Private Partnership (PPP) under BOT Arrangement
Continue FIGURE -II

ON INTERCHANGE RAMPS

33 | P a g e
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public Private Partnership (PPP) under BOT Arrangement
 
 
 
 
 
 
 
 
 
 
 
 
 
A‐5 GENERAL DESIGN CRITERIA OPERATIONAL & MAINTENANCE REQUIREMENTS: 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 

34 | P a g e
Connecting Road Network for New Benazir Bhutto International Airport (NBBIA) Islamabad through Public Private Partnership
(PPP) under BOT Arrangement
 
PRIVATE SECTOR PARTICIPATION
IN HIGHWAY AND BRIDGE PROJECTS
IN PAKISTAN

GENERAL DESIGN CRITERIA

OPERATIONAL & MAINTENANCE REQUIREMENTS

SEPTEMBER 2000

NATIONAL HIGHWAY AUTHORITY


MINISTRY OF COMMUNICATIONS
GOVERNMENT OF PAKISTAN
General Design Criteria
Operational & Maintenance requirements

1. DESIGN CRITERIA ......................................................................................................................1

1.1 GENERAL .........................................................................................................................1


1.2 DESIGN LIFE ....................................................................................................................1
1.3 LONGITUDINAL GEOMETRIC DESIGN .....................................................................2
General........................................................................................................................2
Design Speeds .............................................................................................................2
Horizontal and Vertical Curvature ............................................................................2
Sightlines .....................................................................................................................2
Gradients .....................................................................................................................2
1.4 CROSS-SECTIONAL GEOMETRIC DESIGN ...............................................................4
General........................................................................................................................4
Traffic Lane Widths.....................................................................................................4
Shoulder Width............................................................................................................4
Median Widths ............................................................................................................4
Pavement Cross-fall and Superelevation ...................................................................4
Lateral Clearances......................................................................................................4
Vertical Clearances ....................................................................................................4
1.5 PAVEMENT DESIGN ......................................................................................................5
General........................................................................................................................5
Materials .....................................................................................................................5
1.6 STRUCTURAL DESIGN ..................................................................................................5
General........................................................................................................................5
Vehicle Loading Conditions .......................................................................................5
Other Loading Conditions ..........................................................................................6
Design Methods ..........................................................................................................6
1.7 HIGHWAY DRAINAGE DESIGN ..................................................................................7
General........................................................................................................................7
1.8 HYDROLOGICAL DESIGN ............................................................................................7
1.9 LIGHTING .........................................................................................................................7
General........................................................................................................................7
Type .............................................................................................................................7
Electrical Wiring and Connections ............................................................................8
1.10 ROAD SIGNS ....................................................................................................................8
General........................................................................................................................8
Materials .....................................................................................................................8
Construction ................................................................................................................8
Electrical Wiring and Connections ............................................................................8
1.11 ROAD MARKINGS ..........................................................................................................8
1.12 SAFETY FENCES AND BARRIERS...............................................................................8
1.13 TOLL COLLECTION AREAS .........................................................................................9
1.14 SERVICE (AND REST) AREAS ......................................................................................9
1.15 MAINTENANCE COMPOUNDS ..................................................................................10
2. OPERATIONS REQUIREMENTS............................................................................................12

2.1 GENERAL .......................................................................................................................12


2.2 RESTRICTIONS ON VEHICULAR ACCESS ..............................................................12
2.3 IDENTIFICATION OF INCIDENTS AND INITIATION OF ACTION ......................12
2.4 RECOVERY OF STRANDED VEHICLES ...................................................................13

i
General Design Criteria
Operational & Maintenance requirements

2.5 REMOVAL OF DEBRIS AND SPILLAGE ...................................................................13


2.6 PROVISION OF BASIC LEVELS OF SERVICE ..........................................................13
2.7 TRAFFIC MANAGEMENT AND ROAD SAFETY .....................................................14
2.8 TOLL COLLECTION......................................................................................................14

3. MAINTENANCE REQUIREMENTS .......................................................................................16

3.1 GENERAL .......................................................................................................................16


3.2 ROAD PAVEMENT ........................................................................................................16
Extent of Cracking and Joint Sealing .......................................................................17
Extent of Potholes .....................................................................................................17
Extent of Rutting........................................................................................................18
Degree of Skid Resistance.........................................................................................18
Riding Quality ...........................................................................................................18
3.3 STRUCTURES ................................................................................................................19
3.4 EARTHWORKS ..............................................................................................................19
3.5 DRAINAGE .....................................................................................................................19
3.6 ROAD LIGHTING ..........................................................................................................19
3.7 ROAD SIGNS ..................................................................................................................20
3.8 ROAD MARKINGS ........................................................................................................21
3.9 PERIMETER SECURITY FENCING ............................................................................22
3.10 VEHICULAR SAFETY BARRIERS ..............................................................................22
3.11 TOLL COLLECTION AND TRAFFIC MANAGEMENT EQUIPMENT ...................23

ii
General Design Criteria
Operational & Maintenance requirements

1. Design Criteria

1.1 GENERAL
1.1.1 This section sets out the minimum design criteria that the Concession Company shall be
required to attain when carrying out the detailed design of the Project. These criteria
have been developed with the following aims in mind:

 to provide road users with a comfortable stress-free driving environment;

 to provide the highest practical and feasible level of bridge safety;

 to accommodate existing and future traffic needs;

 to accommodate local weather, terrain and soil conditions;

 to meet international design standards;

 to minimise future maintenance requirements; and

 to minimise adverse community and environmental impacts.

1.2 DESIGN LIFE


1.2.1 The design life to be adopted for the various elements of the Bridge is set out in Table
1.1. All elements shall be designed to withstand the effects of anticipated traffic and
other loadings, and general deterioration over the specified periods.

1.2.2 The design life specification for the electrical and electronic systems reflects the
requirement that as part of the maintenance, refurbishment and replacement programme
all systems must be upgraded to comply with the international standards then prevailing.
See also Section 3.11.

Table 1.1: Design Life Periods to be Adopted

Element Design Life

Buildings, Structures and Drainage 50 years

Carriageway Pavement 20 years

Communication and Electrical System

- cabling 40 years

- electrical and electronic systems 15 years

1
General Design Criteria
Operational & Maintenance requirements

1.3 LONGITUDINAL GEOMETRIC DESIGN

General

1.3.1 The design of Bridge alignments shall generally be in accordance with the requirements
and recommendations of the American Association of State Highway and
Transportation Officials (AASHTO) Guideline 1990.

Design Speeds

1.3.2 The design speeds to be adopted for main Bridge and Approach roads shall be as set out
in Table 1.2.

Carriage way section Flat Rolling

Two/three lane carriage 100 Kph 80 Kph


way

Horizontal and Vertical Curvature

1.3.3 The design standards to be adopted for horizontal and vertical curvature, at each design
speed, shall be as set out in Table 1.3.

Table 1.2: Design Speeds to be Adopted

Carriageway Section

Main carriage ways 100 kph

Slip Road 60 kph


Service Road 60 kph
a)dual carriageway
Expressway 100 kph
Non expressway 80kph
b)single carriageway 60kph

Sight Distance

1.3.4 Desirable minimum stopping sight distances for Bridge and approach roads shall be as
set out in Table 1.3. Departures below these levels may be allowed at the discretion of
the NHA where significant economic savings can be shown to result.Gradients

2
General Design Criteria
Operational & Maintenance requirements

1.3.5 Maximum longitudinal gradients to be adopted shall be as set out in Table 1.3.
Departures beyond these limits will only be allowed where additional climbing lanes are
provided.

1.3.6 Minimum longitudinal gradients will depend on the form of drainage adopted. Where a
longitudinal surface drainage system is employed, minimum gradients should be 0.5%
to ensure effective clearance of surface water.

Table 1.3: Geometric Design Criteria

Item Design Speed (kph)

120 100 80

Minimum stopping sight distance 260 210 145


(m)

Minimum passing sight distance (m) 680 560

Maximum rate of super-elevation 6 6 6


(%)

Horizontal curvature:

i) absolute minimum radius (m) 790 470 260

ii) desirable minimum radius (m) 900 700 450

iii) radius above which no 4950 3850 2500


superelevation is required (m)

Spiral curve parameter (m) 330 220 150

Maximum gradient (%) 3 4 5

(and slip roads)

Minimum gradient (%) 0.3% or flatter if conditions


permit; special consideration to
be given to drainage.

Rate of vertical curvature - `K'-value


(m/%):

i) Crest curves

- stopping sight distance – desirable 210 110 50

- minimum 105 65 30

- passing sight distance 720 490 320

ii) Sag curves - desirable 75 52 34


minimum

- absolute minimum 50 38 28

Minimum length of vertical curve 70 60 50


(m)

3
General Design Criteria
Operational & Maintenance requirements

1.4 CROSS-SECTIONAL GEOMETRIC DESIGN

General

1.4.1 The existing Highway shall be improved and therefore most of the factors here will
require improvement only.

Traffic Lane Widths

1.4.2 Traffic lanes on the main carriageway of Bridge and on approach roads shall have a
width of 3.65 metres. However, Roadway width of main Bridge between sidewalls shall
be 8.30 metres.

Shoulder Width

1.4.3 The existing shoulders shall be surface treated (DST).

1.4.4 On approach roads, a 3.0 metre shoulder (2 metres surface sealed and 1 metre untreated)
shall be provided on the outer side of the carriageway.

Walkway

1.4.5 One walkway on each side of main bridge shall be provided ensuring the filling
dimensions.

Height of walkway 0.25 m

Width of walkway 1.20 m

Height of railing 1.05 m

Pavement Cross-fall and Superelevation

1.4.6 Generally, the pavement cross-fall gradient should be 2.5 percent. This may however
be varied within the range of 2 percent to 3 percent, if required

1.4.7 On dual-carriageway approach roads, where horizontal curvature is less than the radius
shown in Table 1.3 for a particular design speed, superelevation up to a maximum of 6
percent shall be introduced.

Lateral Clearances

1.4.8 The minimum lateral clearance between any structure, roadside barrier or other street
furniture shall be 0.6 metres from the edge of the usable shoulder.

Vertical Clearances

1.4.9 A clear vertical clearance of 5.03 metres must be provided between the carriageway and
the soffit of all underpasses and overbridges.

4
General Design Criteria
Operational & Maintenance requirements

1.4.10 Where any roadway passes over Pakistan Railways track, a clear vertical clearance of
6.4 metres shall be provided between the top of rail level and the soffit of the roadway
bridge.

1.5 PAVEMENT DESIGN

General

1.5.1 The road pavement shall be designed in accordance with the AASHTO Guide 1993,
using site specific data for:

 subgrade characteristics, (including bearing capacity, water table level and drainage
properties);

 construction material characteristics; and

 expected traffic volumes during the life of the pavement.

Materials

1.5.2 In general, Asphaltic Concrete pavements shall be used, except in cases of unusually
high traffic volumes, or where poor sub-grade conditions exist. In these situations a
Portland Cement pavement may be proposed if it can be shown to be more economical
over the whole life of the road. Alternatively, ground improvement techniques
involving geotextile, chemical of mechanical stabilisation may be used, with the prior
approval of the NHA.

1.6 STRUCTURAL DESIGN

General

1.6.1 All structures shall be designed in accordance with AASHTO Standard Specification for
Highway Bridges 1992, using local environmental factors to determine seismic, flood
water, wind and temperature loads and Government of West Pakistan Highway
Department Code of Practice for Highway Bridges 1967 (WPCHB) for vehicle loads.

Vehicle Loading Conditions

1.6.2 Vehicle live loads, as defined in the WPCHB, shall be either:

a) class `AA' military loading consisting of the 70 ton tracked vehicle defined in
WPCHB Section 4; or

b) class `A' loading consisting of 55.4 ton truck train defined in WPCHB Articles 1.4
to 1.7.

depending on which produces the maximum stresses. The number and placing of these
vehicles, as well as the impact factors, shall be as defined in WPCHB 1967.

5
General Design Criteria
Operational & Maintenance requirements

[ It should be noted that the live loads specified in WPCHB (1967) are reported to be
exceeded due to overloading and the use of modern high capacity vehicles. There is a
therefore a need to review the above design vehicle loads to more closely reflect current
conditions. ]

1.6.3 In addition, a single NHA abnormal wheel load of 9,525 kg, applied over an area of 0.3
metres by 0.6 metres, shall be applied at any location on the deck to produce the most
severe load effect in the structural element.

Other Loading Conditions

1.6.4 Other loading conditions that shall be taken account of in design shall include, but not
be limited to:

 longitudinal forces due to traction or braking;

 loads due to vehicle impact on barriers, railings and posts;

 wind loads (for a base wind speed of 100 mph [44.7 m/s]);

 temperature effects causing movements and stresses in the structure (for a


temperature rise of 20 degrees Centigrade or a fall of 20 degrees Centigrade from
the assumed temperature at the time of construction);

 earth pressure loading;

 seismic loads (the appropriate seismic zone shall be determined in accordance with
the Government of Pakistan, Ministry of Housing and Works, Building Code of
Pakistan 1986);

 stresses and movements arising from prestressing, creep, shrinkage and differential
shrinkage; and

 erection loads imposed on structural members at every stage of construction.

Design Methods

1.6.5 The methods and requirements of AASHTO 1992 should be taken into account in all
cases.

1.6.6 The seismic analysis of bridges should include a computer-based eigen value analysis to
determine the natural frequency and time period of the substructure. As an alternative,
for regular structure types, the method given in AASHTO 1992 may be used to
determine these factors.

1.6.7 The design of superstructures shall be based on Finite Element Analysis (FEM), and
should include grid analysis for determination of forces in longitudinal and transverse
flexural members, and plate analysis for bridge deck slabs. Empirical methods should
not be used.

1.6.8 For irregular structures, such as curved or skewed bridges, or where new or unusual
types of structural form are employed, a more detailed analysis should be performed to
completely capture the behaviour of the structure (e.g. a `three dimensional analysis').

6
General Design Criteria
Operational & Maintenance requirements

1.6.9 Localised stress concentrations should be given due consideration. FEM should be used
to determine the magnitude of these stresses, and any special reinforcement
requirements included in the design.

1.7 HIGHWAY DRAINAGE DESIGN

General

1.7.1 In general, drainage provision or improvement on Bridge shall be in accordance with


the requirements of AASHTO Highway Drainage Guidelines 1989. The following
requirements shall also apply.

1.7.2 Where practical, all Bridge shall be improved with positive surface water drainage
systems, with all `run-off' water passing through oil interceptors before being
discharged into neighbouring water courses.

1.7.3 All drainage systems shall be improved to be self cleansing, in terms of design
velocities and design gradients.

1.7.4 All oil interceptors shall be easily accessible for the purposes of periodic emptying.

1.8 HYDROLOGICAL DESIGN


1.8.1 In designing river bridge structures, associated river training works, culverts and storm
water drainage systems the flood return periods shown in Table 1.4 shall be used.

Table 1.4: Design of Structures, Flood Return Periods to be Adopted

Type of Crossing Flood Return Period

River bridges 100 years

Culverts 25 years

Storm drainage system 5 years

1.9 LIGHTING

General

1.9.1 The design of road lighting, where specified in the Project Description, shall conform to
the requirements of British Standard BS 5489 or other similarly approved international
standard.

Type

1.9.2 Unless otherwise approved by the NHA, all lighting shall be by High Pressure Sodium
Vapour Lamps conforming to IEE 662 or other similarly approved international
standard.

7
General Design Criteria
Operational & Maintenance requirements

Electrical Wiring and Connections

1.9.3 All electrical connections or wiring associated with road lighting shall conform to the
requirements of United Kingdom, Institution of Electrical Engineers Wiring
Regulations, 15th Edition, or similarly approved international standard.

In addition, the regulations of the Water and Power Development Authority (WAPDA)
and the requirements of the Pakistan Electricity Act shall also be adhered to.

1.10 ROAD SIGNS

General

1.10.1 All road signs shall be set out to accord with the Standard Manual for Highway Signs
(National Transport Research Centre, Pakistan) and shall generally conform with the
`Manual for Uniform Traffic Control Devices' (FHWA), the United Kingdom Traffic
Signs Manual or other approved international standard.

Materials

1.10.2 All road signs shall be faced with retro-reflective material and, where indicated in the
detailed Project Specification, shall be illuminated during hours of darkness.

Construction

1.10.3 The constructional elements of road signs shall conform with the requirements of
British Standard 873 or similarly approved international standard

Electrical Wiring and Connections

1.10.4 Any electrical connections or wiring associated with road signs shall conform to the
requirements of United Kingdom, Institution of Electrical Engineers Wiring
Regulations, 15th Edition, or similarly approved international standard. In addition, the
regulations of the Water and Power Development Authority and the requirements of the
Pakistan Electricity Act shall also be adhered to.

1.11 ROAD MARKINGS


1.11.1 All road markings shall be formed using thermoplastic paint conforming to AASHTO
M249-77 or equivalent international standard and shall be set out to accord with the
Standard Manual for Highway Signs (National Transport Research Centre, Pakistan)
and generally meet the requirements of the United Kingdom Traffic Signs Manual or
other approved international standard.

1.12 SAFETY FENCES AND BARRIERS


1.12.1 Safety fences or barriers shall be provided on Bridge and approach roads in all of the
situations set out below. The form, layout and vertical profile of such barriers shall
conform to the requirements of United Kingdom, Department of Transport Standard TD
19/85 or other similar approved international standards.

1.12.2 At the edge of the carriageway:

8
General Design Criteria
Operational & Maintenance requirements

 on embankments 6 metres or more in height or where there is a road, railway, water


hazard or other feature at or near the foot of the slope;

 on the outside of curves of less than 850 metre radius on embankment of between 3
and 6 metres in height;

 adjacent to all retaining walls, rock face cuttings or earth banks (steeper than 1 in 1
slope) that are less than 4.5 metres from the edge of the running carriageway;

1.12.3 On the central reserve where the width of the central reserve is less than 10 metres and
at all following locations:

 adjacent to obstruction such as bridge piers, sign posts and trees;

 where there are lighting columns on the central reserve; and

 where the difference in the inner channel levels of the two carriageways exceeds 1
metre and the slope across the central reserve exceeds 1 in 4.

1.13 TOLL COLLECTION AREAS


1.13.1 Toll collection areas shall be designed to ensure that an adequate number of toll booths
are provided at each toll collection point so as to ensure that the operational standards
with regard to delays to road users are adhered to;

1.13.2 The layout of the toll collection area and its approaches shall be designed in such a
manner as to provide safe conditions for both road users and toll collection staff. This
shall include, but not be limited to;

 the provision of adequate advance warning signs and road markings;

 lighting at times of darkness; and

 protection of staff from vehicle emissions and vehicle impact.

1.13.3 In the case of `closed' toll systems, the ticket issuing procedures shall be such that:

 the opportunity for fraud is reduced to a minimum;

 the information provided on the ticket conforms with the operational standards; and

 data can be retrieved regarding the entry and exit points of all traffic using the
facility, by time of day and by vehicle type.

1.14 SERVICE (AND REST) AREAS


1.14.1 Service Areas are defined as areas which contain a full range of services to travellers,
including but not limited to filling station, toilet and restaurant facilities. Rest Areas are
areas, generally located between Service Areas and often in areas of special scenic or
other interest, which provide a safe stopping place for motorists. Toilet facilities will
usually be required at Rest Areas.

1.14.2 When providing Service (and Rest) Area the following requirements must be met by the
Concession Company.

9
General Design Criteria
Operational & Maintenance requirements

 One Service Areas may be provided with the approval of NHA.

 access and egresses to each Service (or Rest) Area must conform to AASHTO
Guidelines in terms of geometric layout and position in relation to adjacent
intersections;

 facilities provided within the Service (or Rest) Area shall be limited to those
directly related to the needs of Bridge users (in other words these areas should not
be a destination in their own right but should simply cater for the needs of travellers
already using the N-5);

 adequate parking provision shall be available within Service (or Rest) Areas to cater
for parking needs throughout the Concession Period (such provision could however
be brought into use in a phased implementation);

 parking provision for private vehicles, public transport vehicles and commercial
vehicles shall be segregated;

 all parking areas shall be adequately screened from view from areas outside the
Concession Area, using appropriate materials;

 no pedestrian or vehicular access shall exist between Service (or Rest) Area and
land outside the Concession Area;

 the layout of Service (or Rest) Area shall be such that pedestrians are fully
segregated from vehicular traffic on the main Bridge;

 all Service (or Rest) Area shall provide an adequate number of staffed toilet
facilities, adequate seating areas, sufficient levels of lighting to ensure public safety
and adequate facilities for the collection and disposal of litter; public telephones
should be available in all Service Areas and, wherever possible, should also be
provided in Rest Area;

 all Service (or Rest) Area are to be adequately signed, using approved signs that
indicate the basic facilities that are available at each site; and

 the layout and form of all buildings, filling stations, etc. shall be subject to the
requirements local planning controls.

1.14.3 The approval of the NHA shall be sought prior to the development of any Service (or
Rest) Area. The NHA will not unreasonably withhold consent, provided the minimum
standards set out above are met.

1.15 MAINTENANCE COMPOUNDS


1.15.1 The Concession Company may, subject to the approval of the NHA, provide a
Maintenance Compound within the Concession Area. However, the following
requirements must be observed:

 access and egress to the Maintenance Compound shall conform to AASHTO


Guidelines, in terms of geometric layout and position in relation to adjacent
intersections;

10
General Design Criteria
Operational & Maintenance requirements

 all plant, materials and equipment stored within the Maintenance Compound must
be directly related to the general maintenance and operational requirements of the
Bridge and approach roads;

 adequate provision shall be made within the confines of the compound for the
storage of all equipment and the parking of all vehicles;

 the limits of the maintenance compound shall be clearly defined by the erection of a
permanent perimeter fence or wall;

 no activities, either directly or indirectly related to the Maintenance Compound,


shall occur in any other part of the Concession Area, beyond the perimeter fence of
the Maintenance Compound;

 vehicle washing facilities shall be provided and maintained in good order


throughout the duration of the Operations Phase of the Concession;

 no vehicle shall be allowed to leave the Maintenance Compound in an un-


roadworthy condition;

 the Maintenance Compound shall be signed to indicate to the general public that
access is restricted; and

 the layout and form of all buildings, etc. shall be subject to the requirements local
planning controls.

11
General Design Criteria
Operational & Maintenance requirements

2. Operations Requirements

2.1 GENERAL
2.1.1 During the Operations Phase of the Concession, the Concession Company shall be
responsible for the efficient operation of the Bridge, the recovery and removal of broken
down vehicles, the removal of debris and spillage from the Concession Area, the
provision of other basic services to users of the facility and all toll collection activities.

2.1.2 All regulations, rules and orders applicable to Bridges in Pakistan will apply to this
Bridge, and the NHA will ensure that adequate police services are provided for the
regulation of the Bridge and the safety of users and the general public. The Concession
Company will be required to liaise closely with the police and the emergency services to
ensure that performance and safety standards are met at all times.

2.1.3 In this section, a series of minimum performance standards are set out that must be met
at all times by the Concession Company. The Concession Company will be required to
prepare an Operations Manual, to be approved by the NHA, setting out procedures
whereby these standards - or higher performance standards as may be agreed upon - are
to be met.

2.2 RESTRICTIONS ON VEHICULAR ACCESS


2.2.1 Access to the Bridge will be limited to the interchanges specified in Section 1, and its
use will be limited to the vehicle types specified in the "Policy Framework and Package
of Incentives", issued as Annexure 2 of the Project Brief and Bidding Instructions.

2.2.2 Limitations on permissible gross vehicle weight, maximum axle load, and vehicle
width, height and length will be as follows, by vehicle classification:

[ This shall be provided during netotiations ]

2.3 IDENTIFICATION OF INCIDENTS AND INITIATION OF ACTION


2.3.1 In normal circumstances, all emergency telephones shall be in working order at all
times. In the event of two or more consecutive telephones being disconnected, due to
either maintenance needs or service faults, mobile patrols shall be operated at 30 minute
intervals to detect the presence of broken down vehicles or any other incidents that may
affect the smooth flow of traffic.

2.3.2 The Project Control Centre shall be staffed by at least two personnel at all times. The
principal function of these personnel shall be to receive information and to initiate
appropriate actions to overcome reported incidents. Such actions shall include
mobilisation of vehicle recovery and emergency maintenance personnel, and liaising
with the appropriate emergency services.

2.3.3 The response time between receipt of information and initiation of appropriate action
shall normally be no longer than five minutes.

12
General Design Criteria
Operational & Maintenance requirements

2.4 RECOVERY OF STRANDED VEHICLES


2.4.1 Throughout the duration of the Operations Phase of the Concession the Concession
Company shall provide, free of charge, a vehicle recovery service to remove stranded
vehicles from the Concession Area.

2.4.2 This recovery service shall operate in such a manner as to provide, as a minimum, that
all stranded vehicles shall, within one hour of being reported, be located and removed
from the Bridge to the nearest service area or local repair facility.

2.4.3 The vehicles deployed and the methods used for removal of stranded vehicles shall
conform with internationally recognised standards. In addition, all staff employed in
such activities shall be fully trained in all aspects of vehicle removal and road safety,
and shall wear appropriate reflective clothing.

2.5 REMOVAL OF DEBRIS AND SPILLAGE


2.5.1 At all times throughout the duration of the Operations Phase of the Concession the
Concession Company shall provide and maintain a mobile rapid response maintenance
team to attend at the scene of any reported incident.

2.5.2 The primary functions of this rapid response team will include, but not be limited to:

 the removal of debris and spillage from the carriageway;

 the rendering safe of any identified safety hazards; and

 the introduction and monitoring of any emergency traffic management systems that
are required in connection with emergency situations.

2.5.3 The vehicles deployed and the methods and equipment used for carrying out these
emergency activities shall conform with internationally recognised standards. In
addition, all staff employed in such activities shall be fully trained in all aspects of
traffic safety, emergency procedures and remedial maintenance and shall wear
appropriate reflective clothing.

2.6 PROVISION OF BASIC LEVELS OF SERVICE


2.6.1 In addition to the above specific operational requirements, the following basic levels of
service shall be maintained at all times throughout the Operations Phase of the
Concession:

 The Bridge shall remain open for use by traffic at all times, except as may be agreed
from time to time by the NHA;

 24 hour a day, and seven days a week, fuel, toilet, and restaurant facilities shall be
provided in service (Rest)Area;

 all road lighting, on the Bridge, its approach roads and within operational Service
(and Rest) Areas, shall be illuminated throughout the hours of darkness, except as
provided for under the maintenance regime in Section 4.

 all toilet facilities shall be continually staffed and the toilets shall be maintained in a
clean condition throughout the operational hours of the Service (and Rest) Areas.

13
General Design Criteria
Operational & Maintenance requirements

 all parts of the Concession Area shall be kept clean, tidy and free from litter.

2.7 TRAFFIC MANAGEMENT AND ROAD SAFETY


2.7.1 When undertaking any maintenance or other activity, on or adjacent to the Bridge,
adequate precautions shall be taken to protect the safety of both the general public and
the Concession Company's employees and representatives. These precautions shall
include, but not be limited to, the provision of adequate advance signing, the provision
of appropriate traffic management systems on the approaches to and adjacent to the
works area, and when appropriate, the provision of adequate illumination of all signing
and traffic management systems.

2.7.2 The layout of all such signing and of the traffic management systems themselves shall
be in accordance with the requirements of Chapter 8 of the United Kingdom Traffic
Signs Manual (published by HMSO), or other approved international standard.

2.8 TOLL COLLECTION


2.8.1 The toll collection system employed on the Bridge shall be capable of providing the
following information and levels of service:

 for `closed' toll collection systems, the ticket issued on entry must clearly indicate
the date and time of issue, the vehicle category, the location at which the Bridge
was accessed; additional information, such as the charge to be levied at each Bridge
exit, the location of service area or the method of calling for emergency assistance,
may also be provided;

 for both `open' and `closed' systems, a receipt must be issued at the point where
payment is made, again indicating the time, date and place of issue, together with
the vehicle type and the charge levied;

 sufficient toll collection booths shall be operational at any one time to ensure that
the maximum delay experienced by drivers on the approach to the booths is limited
to no more than 2 minutes at any location;

 all toll collection staff shall be fully trained in the use of the toll collection
equipment, shall be appropriately dressed in such a manner that they are easily
identifiable as employees of the toll operator, and shall be respectful and courteous
at times towards members of the public;

 accurate accounts shall be kept of daily toll revenue at each of the toll collection
points; and

 wherever possible, either continuously or periodically, data regarding the entry and
exit points of all traffic using the facility, by time of day and by vehicle type, shall
be collected (or retrieved from the toll collection equipment).

2.8.2 Where required to do so by the NHA, the Concession Company shall make suitable
arrangements to integrate and/or co-ordinate its toll collection activities with those of
adjacent Concessions.

2.8.3 In order to minimise fraud and to provide an independent check on the use of the
facility, traffic counts shall be undertaken, at least at monthly intervals, by (or on behalf
of) the Concession Company, and at the Concession Company's own expense, to

14
General Design Criteria
Operational & Maintenance requirements

establish the level of traffic on Bridge (between consecutive interchanges), by time of


day and vehicle type. In addition, at least every six months, variations in daily traffic
patterns shall be monitored over a period of one week.

2.8.4 All toll collection records and traffic data collected by the Concession Company shall
be passed to the NHA.

15
General Design Criteria
Operational & Maintenance requirements

3. Maintenance Requirements

3.1 GENERAL
3.1.1 It is an implicit requirement of the Concession that the Concession Company shall
maintain the facility in good order throughout the Concession Period. It is also a
requirement that the Concession Company shall transfer the facility to the NHA, at the
end of the Concession period, in an acceptable and well maintained condition.

3.1.2 The assessment of condition at transfer will be made by an independent engineer in


accordance with the requirements of the Concession Agreement. Before issuing the
Certificate of Transfer the independent engineer must be satisfied that all elements of
the Bridge are of an adequate condition such that, in his professional opinion:

 no heavy repairs or structural overlay to the pavement will be required within 5


years from transfer;

 no major replacement or rehabilitation of toll collection, lighting or traffic


management equipment within 5 years from transfer;

 no heavy repairs to structures are required within 10 years from transfer.

3.1.3 The Concession Company will be required to prepare and undertake a Maintenance
Programme with the objectives of ensuring that the Bridge can be operated efficiently
throughout the Concession Period and satisfies the condition criteria at transfer.

3.1.4 Maintenance of the facility can be broadly divided into two specific areas: day-to-day
corrective action to remedy faults due to vehicle damage, vandalism and reported
malfunctions; and planned maintenance based on regular inspection, assessment of
condition against specified performance thresholds.

3.1.5 For both of these types of maintenance activity, a comprehensive database shall be
established by the Concession Company, detailing in date order, all reported faults
(whether through planned maintenance inspections or reports from members of the
public, police or other government bodies) and the corrective action taken. All such
records shall remain available for inspection by the NHA for a period of six years.

3.1.6 To assist the Bidder in preparing his Bid the following sub-sections set out the
minimum levels of monitoring and maintenance performance that will be expected of
the Concession Company. It should be noted that in setting these minimum standards
the NHA does not relieve the Concession Company of its overall obligations as set out
in paragraphs 3.1.1 and 3.1.2 above.

3.2 ROAD PAVEMENT


3.2.1 The need for periodic maintenance of the road pavement will be determined by the use
of annual condition and usage surveys. The function of these surveys will be to record,
in both absolute and relative terms, the road pavement's performance with regard to skid
resistance, rideability and structural integrity.

3.2.2 On an annual basis, condition surveys shall be undertaken of the whole road pavement
within the Concession Area. These surveys shall be divided into one kilometre sections
and shall record:

16
General Design Criteria
Operational & Maintenance requirements

 the location, type and magnitude of all cracking in the road pavement (block
cracking, alligator cracking, longitudinal and transverse cracking, and edge
cracking);

 the location, condition and magnitude of all existing sealing compound in the road
pavement;

 the extent of all potholes and patching, both within the pavement and at the
pavement edge;

 the structural strength of the road pavement and its sub layers, as indicated by the
extent of any depressions, or rutting in the inner and outer wheel tracks of the
nearside lane;

 the extent of any bleeding, stripping or spreading of the road surface;

 the skidding resistance of the wearing surface; and

 the riding quality (roughness) of the pavement.

3.2.3 Based on the findings of these surveys, a planned maintenance programme shall be
developed and agreed with the NHA for the following year, the objective of such a
programme being to take remedial action at the earliest possible time to both reduce the
overall need for maintenance and the consequent disruption to traffic.

3.2.4 In determining this maintenance programme, it will be a mandatory requirement that the
condition of the road pavement conforms to the following minimum performance
standards throughout the period of the Concession:

Extent of Cracking and Joint Sealing

3.2.5 Within any one kilometre section of road, the extent of pavement cracking shall not
exceed the limits set out in Table 3.1. In all cases, cracking should either be non-
spalling or with minor spalling of less than 6mm.

Table 3.1: Road Pavement, Maximum Acceptable Extent of Cracking

Type of Cracking Maximum Acceptable


Levels
Centre Line Cracking
0.1 metres per sq. metre
Wheel Track Cracking for less than 25 percent of
the section length
Block Cracking

Extent of Potholes

3.2.6 Within any one kilometre length of road there shall be no more than five existing or
patched potholes with a size greater than 500mm x 500mm x 25mm.

17
General Design Criteria
Operational & Maintenance requirements

Extent of Rutting

3.2.7 The depth of rutting at any particular location shall not exceed 5 (five) millimetres and,
additionally, over a one kilometre length of carriageway no more than 250 metres shall
be rutted up to a depth of 5 (five) millimetres. These criteria shall apply to the mean
depth of rutting computed from measurements taken every 20 feet (6 metres) along the
length of the road.

Degree of Skid Resistance

3.2.8 The skidding resistance of the road surface shall exceed the SCRIM levels set out in
Table 3.2, or other equivalent standards established through use of alternative testing
methods. The provisions of the AASHTO Guideline for Skid Resistant Pavement
Design should also be followed.

Table 3.2: Skidding Resistance, Minimum Performance Levels

Location Minimum SCRIM


co-efficient
Main Bridge Carriageway 0.35

Slip Roads 0.45

Slip Roads with Curvature less that 100m Radius 0.60

Roundabout or Traffic Signal Approaches 0.55

Within Roundabouts 0.55

Riding Quality

3.2.9 The roughness of the pavement, over any one kilometre length, shall not exceed a value
of 2000 millimetres per kilometre, as measured using the `Bump Integrator' technique,
or an equivalent alternative standard established through use of alternative testing
methods.

3.2.10 In addition to ensuring that the road pavement meets the above stated minimum
performance criteria, the Concession Company will also be required to conduct a
`rolling routine maintenance programme' to ensure that the road pavement and
shoulders are adequately protected from rapid deterioration through the day-to-day
actions of traffic and water penetration. This programme shall include, but not be
limited to:

 making good all potholes and edge failures within seven days of their being
identified or reported;

 sealing all pavement cracks at the earliest possible opportunity following the annual
inspection; and

 repairing any existing joint or crack-filling sealant that have ceased to be effective.

18
General Design Criteria
Operational & Maintenance requirements

3.3 STRUCTURES
3.3.1 All structures shall be fully inspected at two-yearly intervals as part of a planned
monitoring procedure, and any identified defects shall be remedied within a period of
six months from the date of inspection.

3.3.2 In addition, any structure that has been the subject of collision or other damage shall be
inspected as soon as is practical, and in any event within a period of 24 hours of the
incident taking place.

3.3.3 If such an inspection shows that the structure's structural integrity has been
compromised, appropriate action shall be taken immediately to ensure the safety of road
users. Remedial repairs should then be undertaken, as soon as is practical, to restore the
structure to a safe operational condition.

3.3.4 Minor damage that does not in any way compromise the structural integrity of the
structure shall be carried out within six months as part of a rolling maintenance
programme.

3.4 EARTHWORKS
3.4.1 All earthworks shall be inspected for signs of deterioration, at three-monthly intervals,
and more frequently during the monsoon season, as part of a `rolling planned
maintenance programme' and appropriate remedial action shall be taken to make good
any identified defects.

3.4.2 In addition, daily inspections of any susceptible areas of earthworks (including rip-rap
embankment linings) shall be made during periods when unusually high water levels are
identified adjacent to the Concession Area, and appropriate action shall be taken to both
safeguard the structural integrity of the facility and to remedy any defects that occur.

3.5 DRAINAGE
3.5.1 The drainage system shall be inspected and routinely maintained at six-monthly
intervals. The timing of these inspections shall be such as to ensure that the system is
fully functional at times of heaviest rainfall and there is no water ponding which may
cause damage to the road pavement.

3.5.2 The six-monthly inspection and routine maintenance shall be designed to ensure that the
system is free of silt and other debris, that all covers and manholes are in place and
secured, and that all oil interceptors are cleaned and are fully functional. Catch basins
and culvert inlets and outlets should also be cleaned regularly to remove accumulated
debris.

3.5.3 In addition, at two-yearly intervals the drainage system shall be fully inspected to
ascertain its structural integrity, and appropriate remedial action shall be taken as
necessary.

3.6 ROAD LIGHTING


3.6.1 Routine maintenance activities shall be undertaken at the intervals specified in Table
3.3.

Table 3.3: Road Lighting, Maintenance Schedule

19
General Design Criteria
Operational & Maintenance requirements

Interval Maintenance Activity

Every 14 days Remedy any defect leading to non


illumination of the lamp fitting

Every 12 months Clean all lanterns and examine the


watertightness, mechanical, structural
and electrical integrity of the
installation and carry out all
necessary remedial repairs

Every 36 months Bulk change all High Pressure


Sodium lamps (SON and SON-T)

Every 10 years or earlier if necessary Repaint all lamp column in


accordance with United Kingdom
Department of Transport Standard
BD 18/83 or similar.

3.6.2 All faults that are not rectified at the time of inspection shall be rectified as follows:

 where the identified fault represents a structural or electrical safety hazard, steps
shall be taken to effect a permanent or temporary repair within 24 hours and all
temporary repairs shall be permanently rectified within a period of 14 days;

 where lighting failures constitute a road safety hazard the failure shall be rectified as
soon as possible and at least within 14 days of the inspection; and

 isolated lamp failures that do not constitute a road safety hazard, and any other
defects that do not compromise safety, shall be rectified within six months as part of
a `rolling' 6-monthly maintenance programme.

3.7 ROAD SIGNS


3.7.1 Routine maintenance of road signs shall be of two types. The first relates to the
visibility and safety of the sign installation and the second relates to the overall
condition of the sign.

3.7.2 Routine maintenance activities shall be undertaken at the intervals specified in Table 3.4

3.7.3 The maintenance activities set out in Table 3.4 shall include the inspection of all signs at
the intervals specified, for the purpose of identifying and rectifying the particular
category of fault. All faults that are not rectified at the time of inspection shall be
rectified as follows:

 where the identified fault represents a safety hazard, steps shall be taken to effect a
permanent or temporary repair within 24 hours and all temporary repairs shall be
permanently rectified within a period of 28 days;

 where the identified fault does not represent a safety hazard, remedial action shall
be undertaken as soon as is practical within the next six-month period, as part of a
`rolling' 6-month maintenance programme; and

20
General Design Criteria
Operational & Maintenance requirements

 any road sign that is damaged beyond repair shall be replaced at the earliest
opportunity and in any event within 7 days of the damage occurring.

3.7.4 In addition to the routine maintenance regime set out in Table 3.4, bulk changes of all
lamps shall be carried at intervals appropriate to the type of lamp used.

Table 3.4: Road Signs, Maintenance Schedule


Interval Maintenance Activity
Daily Visual inspection for damage or
vandalism and the effecting of all
emergency repair work identified
through inspection or reported by the
public, police or other body.

Every 28 days Remedy any defect resulting in non


illumination of lamps.

At least every 6 months but more Clean the surface material of all signs
and luminaries and take appropriate
regularly if needed action to ensure that unobstructed
visibility is maintained in accordance
with the design criteria.

Every 2 years Maintain all electrical installations and


remedy any identified faults in
accordance with United Kingdom IEE
Wiring Regulations (15th Edition) or
similarly approved standard.

Every 2 years Check the structural integrity of all


signs including the security of all
brackets, bolts and other fittings, the
condition of all rivets, welded joints,
frames, posts and gantries, and carry
out all necessary remedial works.

Check the appearance and condition


of the sign in terms of legibility,
luminance, colour and retro-reflective
properties, and carry out all
necessary remedial works.

3.8 ROAD MARKINGS


3.8.1 All thermoplastic road markings shall be subjected to routine inspection at least once
every year. These inspections shall be aimed at determining the extent of degradation of
the markings due to:

a) normal wear and tear or damage;

b) spread due to movement of the road surface or plasticity of the material;

c) loss of colour;

d) reduction in skid resistance; and

e) reduction in retro-reflective properties.

21
General Design Criteria
Operational & Maintenance requirements

3.8.2 Apart from subjective inspections of retro-reflective properties, all inspections shall be
carried out in daylight conditions.

3.8.3 In all cases where the level of degradation exceeds the limits set out in Table 3.5
corrective maintenance shall be undertaken within a period of six months.

3.9 PERIMETER SECURITY FENCING


3.9.1 All perimeter security fencing shall be inspected for damage and vandalism at least on a
weekly basis, and necessary repairs shall be effected within a further seven days.

3.9.2 In addition, a condition survey shall be carried out every six months and all necessary
repairs, painting and replacement measures that are required to maintain the perimeter
security fence in good order shall be carried out as part of a `rolling' 6-monthly
maintenance programme.

3.10 VEHICULAR SAFETY BARRIERS


3.10.1 Maintenance of safety barriers shall be of two types. The first relates to identifying and
rectifying collision damage, and the second relates to maintaining the overall condition
of the safety barrier.

Table 3.5: Road Markings, Maintenance Performance Thresholds

Type of Degradation Threshold for Corrective


Maintenance

Wear (erosion) 70% or less of the thermoplastic


material remaining on the road
surface

Spread 10% or greater increase in the


dimension of the markings, when
compared with specified dimensions

Colour (luminance factor) Luminance factor 45% or less

Skid resistance For normal longitudinal markings, a


skid resistance value of 45 or less

For markings with a large surface


area, e.g. arrows or lettering, a skid
resistance value of 55 or less

Retro-reflectivity Nominal 100mcd/m2/lux

3.10.2 All vehicular safety barriers shall be visually examined on a daily basis to identify
damage. All such damage that is identified shall be made safe at the earliest
opportunity, and in any event within a period of 24 hours. In addition, permanent
repairs to all damaged sections of safety barrier shall be effected within a period of
seven days.

3.10.3 All safety barriers shall be inspected at six-monthly intervals to determine their
condition in terms of structural integrity and horizontal and vertical alignment. Any

22
General Design Criteria
Operational & Maintenance requirements

identified defects that relate directly to user safety shall be rectified as soon as is
practical, and in any event made temporarily safe within a period of 24 hours and fully
rectified within the following seven days.

3.10.4 Other identified defects that do not affect user safety shall be rectified as part of a
`rolling' six-monthly maintenance programme.

3.11 TOLL COLLECTION AND TRAFFIC MANAGEMENT EQUIPMENT


3.11.1 The Maintenance Programme shall specify procedures for regularly checking the
condition of toll collection and traffic management equipment and the planned
refurbishment or replacement of equipment in order to minimise losses of revenue due
to equipment failure and to ensure levels of service are maintained.

3.11.2 The Maintenance Programme shall also take account of the technology life of the
electrical and electronic equipment, which may be expected to be obsolete within 10 to
15 years, and shall include provision for system upgrading to ensure that the systems
comply with international standards then prevailing.

23

Вам также может понравиться