0% found this document useful (0 votes)
23 views240 pages

002 PP en

The document outlines the Project Administration Manual for the Emergency Flood Assistance Project (EFAP) in Pakistan, which aims to support the recovery and reconstruction of flood-affected provinces through infrastructure rehabilitation and livelihood restoration. The project is financed by the Japan Fund for Prosperous and Resilient Asia and the Pacific and includes measures to enhance community resilience to disasters. Key outputs include the rehabilitation of roads and bridges, upgrading of irrigation and flood management systems, and restoration of rural livelihoods in the most affected areas.

Uploaded by

Mustafa Kamal
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
23 views240 pages

002 PP en

The document outlines the Project Administration Manual for the Emergency Flood Assistance Project (EFAP) in Pakistan, which aims to support the recovery and reconstruction of flood-affected provinces through infrastructure rehabilitation and livelihood restoration. The project is financed by the Japan Fund for Prosperous and Resilient Asia and the Pacific and includes measures to enhance community resilience to disasters. Key outputs include the rehabilitation of roads and bridges, upgrading of irrigation and flood management systems, and restoration of rural livelihoods in the most affected areas.

Uploaded by

Mustafa Kamal
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 240

Additional Financing of the Emergency Flood Assistance Project (AFR PAK 56312)

Project Administration Manual

Project Number: 56312-002


Grant Number: 9234
February 2023

Islamic Republic of Pakistan: Emergency Flood


Assistance Project—Additional Financing
ABBREVIATIONS

ADB – Asian Development Bank


BACD – Balochistan Agriculture and Cooperatives Department
BID – Balochistan Irrigation Department
CPD – Client Portal for Disbursements
EAD – Economic Affairs Division
EAL – emergency assistance loan
EFAP – Emergency Flood Assistance Project
EMP – environmental management plan
EOJ – Embassy of Japan
ESMF – Environmental and Social Management Framework
ESU – environment and social unit
EU – European Union
FMA – financial management assessment
GAP – gender action plan
ICS – individual consultant selection
IEE – initial environmental examination
JFPR – Japan Fund for Prosperous and Resilient Asia and the Pacific
JICA – Japan International Cooperation Agency
KPID – Khyber Pakhtunkhwa Irrigation Department
LARP – land acquisition and resettlement plan
NHA – National Highway Authority
OCB – open competitive bidding
PDNA – post-disaster needs assessment
PIU – project implementation unit
PMO – project management office
PMU – project management unit
PPMS – project performance monitoring system
RFQ – request for quotation
SOE – statement of expenditures
SPS – Safeguard Policy Statement
SPRIP – Sindh Provincial Roads Improvement Project
SWSD – Sindh Works and Services Department
TA – technical assistance
TOR – terms of reference
UN – United Nations
WA – withdrawal application
CONTENTS
I. PROJECT DESCRIPTION 1
A. Rationale 1
B. Project Description 2
II. IMPLEMENTATION PLANS 5
A. Project Readiness Activities 5
B. Overall Project Implementation Plan 6
III. PROJECT MANAGEMENT ARRANGEMENTS 8
A. Project Implementation Organizations: Roles and Responsibilities 8
B. Key Persons Involved in Implementation 9
C. Project Organization Structure 10
IV. COSTS AND FINANCING 19
A. Cost Estimates Preparation and Revisions 19
B. Key Assumptions 20
C. Detailed Cost Estimates by Expenditure Category 20
D. Allocation and Withdrawal of Loan Proceeds 22
E. Detailed Cost Estimates by Financier 23
F. Detailed Cost Estimates by Outputs and/or Components 25
G. Detailed Cost Estimates by Year 26
H. Contract and Disbursement S-Curve 27
I. Fund Flow Diagram 29
V. FINANCIAL MANAGEMENT 31
A. Financial Management Assessment 31
B. Disbursement 35
C. Accounting 37
D. Auditing and Public Disclosure 37
VI. PROCUREMENT AND CONSULTING SERVICES 38
A. Advance Contracting and Retroactive Financing 38
B. Procurement of Goods, Works, and Consulting Services 38
D. Consultant's Terms of Reference 62
VII. SAFEGUARDS 62
VIII. GENDER AND SOCIAL DIMENSIONS 63
IX. PERFORMANCE MONITORING, EVALUATION, REPORTING, AND
COMMUNICATION 65
A. Project Design and Monitoring Framework 65
B. Monitoring 69
C. Evaluation 70
D. Reporting 70
E. Stakeholder Communication Strategy 71
X. ANTICORRUPTION POLICY 72
XI. ACCOUNTABILITY MECHANISM 72
XII. RECORD OF CHANGES TO THE PROJECT ADMINISTRATION MANUAL 72
XIII. JFPR-SPECIFIC VISIBILITY AND COORDINATION REQUIREMENTS WITH THE
EMBASSY OF JAPAN AND JICA 72
LIST OF APPENDIXES

1. Indicative List of Subprojects with Estimated Cost 74


2. Draft Climate Change Risk Management Framework 167
3. Outline Terms of Reference for Consulting Services 177
4. ADB Prohibited Investment Activities List 229
5. Japan Fund for Prosperous and Resilient Asia and the Pacific Guidance Note on Japanese
Visibility 230
6. Japan Fund for Prosperous and Resilient Asia and the Pacific Guidance Note on
Coordination with the Embassy of Japan and JICA 233
Project Administration Manual Purpose and Process

The project administration manual (PAM) describes the essential administrative and
management requirements to implement the project on time, within budget, and in accordance
with the policies and procedures of the government and Asian Development Bank (ADB). The
PAM should include references to all available templates and instructions either through linkages
to relevant URLs or directly incorporated in the PAM.

The executing agencies, the National Highway Authority (NHA), the Sindh Works and Services
Department (SWSD), the Khyber Pakhtunkhwa Irrigation Department (KPID), the Balochistan
Irrigation Department (BID), and the Balochistan Agriculture and Cooperatives Department
(BACD), are wholly responsible for the implementation of ADB-financed projects, as agreed
jointly between the borrower and ADB, and in accordance with the policies and procedures of
the government and ADB. ADB staff is responsible for supporting implementation including
compliance by NHA, SWSD, KPID, BID, and BACD of their obligations and responsibilities for
project implementation in accordance with ADB’s policies and procedures.

At loan negotiations, the borrower and ADB shall agree to the PAM and ensure consistency with
the loan agreement. Such agreement shall be reflected in the minutes of the loan negotiations.
In the event of any discrepancy or contradiction between the PAM and the loan agreement, the
provisions of the loan agreement shall prevail.

After ADB Board approval of the project's report and recommendations of the President (RRP),
changes in implementation arrangements are subject to agreement and approval pursuant to
relevant government and ADB administrative procedures (including the Project Administration
Instructions) and upon such approval, they will be subsequently incorporated in the PAM.
I. PROJECT DESCRIPTION

1. The Emergency Flood Assistance Project (EFAP) was prepared in response to the
Government of Pakistan’s request to the Asian Development Bank (ADB) on 6 October 2022 for
assistance in country floods response. The EFAP will contribute to the economic recovery of
flood-ravaged provinces of Balochistan, Khyber Pakhtunkhwa, and Sindh, while building longer-
term resilience. It will finance the rehabilitation and reconstruction of high priority transport (roads
and bridges), irrigation, drainage, flood risk management, and on-farm water management
infrastructure that were damaged by the devastating floods. The EFAP will also support
restoration of economic productivity and livelihoods of flood-affected rural population. The project
is part of ADB’s multitiered flood response to Pakistan and was designed in close coordination
and cooperation with the World Bank.

2. The additional financing is financed by the Japan Fund for Prosperous and Resilient Asia
and the Pacific (JFPR) grant,1 which was initially planned as cofinancing to the emergency
assistance loan (EAL). Due to a mismatch between the processing schedules of the EAL and the
proposed JFPR, it is now processed as additional financing expanding the scope of the original
project. The additional financing is an emergency assistance and is aligned with the ADB Strategy
2030. It will support Operational Priority (OP) 1 on addressing remaining poverty and reducing
inequalities; OP 2 on accelerating progress in gender equity; OP 3 on tackling climate change,
building climate and disaster resilience, and enhancing environmental sustainability; and OP 5 on
promoting rural development and food security. This will support (i) urgent provision of climate
resilient seeds for staple crop cultivation and (ii) women-led livelihoods to meet basic household
needs.

A. Rationale

3. Pakistan is a flood-prone country and one of the 10 countries most affected by climate
change in the world. 2 During April–June 2022, it suffered an unprecedented heatwave followed
F

by a prolonged and intense monsoon across the country. Consequently, Pakistan experienced
the worst flooding in a century, with glacial lakes bursting, rivers breaking their banks, flash
flooding, and landslides.3 In the wake of rising prices globally, Pakistan was facing significant
economic challenges even before the recent floods. The devastating 2022 floods have
compounded this situation. More than half of all districts in the country have been officially
declared calamity affected.4 Out of the 25 poorest districts in the country before the floods, 19
were calamity affected, pushing people who were already poor into acute poverty. As a result of
the floods, 1,739 people died, 12,867 were injured, and more than 2 million houses were
destroyed or damaged by 18 November 2022. The floods impacted 33 million people across the
country (or 14.5% of the population).5 The provinces of Balochistan and Sindh are the most
affected, with more than 80% of their land area impacted by floods. They received 500% more
monsoon rains compared with average monsoon rainfall over the last 30 years. This caused
substantial damage to the lives, infrastructure, and livelihoods of the affected population.

1 The Government of Japan approved the JFPR grant on 2 December 2022.


2 D. Eckstein, V. Künzel, and L. Schäfer. 2021. Global Climate Risk Index 2021: Who Suffers Most from Extreme
Weather Events? Weather-Related Loss Events in 2019 and 2000–2019. Bonn: Germanwatch e.V.
3 S. Mallapaty. 2022. Why Are Pakistan’s Floods So Extreme This Year? Nature. 16 September.
4
More than 50% loss of livelihoods of the affected population has occurred, as defined in: Government of Pakistan,
National Disaster Management Authority. 2010. National Disaster Response Plan. Islamabad.
5 Government of Pakistan, National Disaster Management Authority. 2022. NDMA Floods (2022) Daily Situation
Report No. 158. 18 November.
2

4. Damage and Needs Assessment. A post-disaster needs assessment (PDNA) 6—led by 4F

the government and supported by a core team comprising ADB, the European Union (EU), United
Nations (UN) agencies with technical facilitation from the United Nations Development
Programme, and the World Bank—was concluded on 28 October 2022. The PDNA provides the
basis for the development of a disaster recovery framework and arrangements for effective,
efficient, and coordinated post-flood recovery and reconstruction.

5. The PDNA findings estimate total damage and losses at $30.1 billion, with total damage
(total or partial destruction of physical assets) estimated at $14.9 billion and total losses (change
in economic flows) at $15.2 billion. The ensuing recovery and reconstruction needs are estimated
at $16.3 billion. 7 Damage totaled $5.6 billion for housing, $3.7 billion for agriculture (including
F

livestock and fisheries), and $3.3 billion for transport and communications. Transport and
communications have the highest reconstruction and recovery needs at $5.0 billion, followed by
agriculture (including livestock and fisheries) at $4.0 billion, and housing at $2.8 billion. 8 In F

addition, reconstruction and recovery needs for water resources, including irrigation, are about
$0.8 billion.

B. Project Description

6. The project is aligned with the following impact: an inclusive and resilient recovery from
the 2022 floods (footnote 4). The project will have the following outcome: flood-affected
infrastructure and livelihoods improved. The project will have three outputs. These investments
will help reestablish intra- and interregional connectivity and accessibility to boost economic
activities. They will also increase the resilience of inputs (supply chain connectivity, water
availability, flood protection, and farm inputs) and outputs (connectivity to market) necessary to
restore livelihoods. The additional financing will incorporate measures to strengthen community
resilience to disasters caused by natural hazards. It will contribute to output 3 of the ongoing EAL:
rural livelihood system in Balochistan restored.

(i) Output 1: Flood-damaged roads and bridges in project areas rehabilitated


and reconstructed. This output will rehabilitate and reconstruct about 400
kilometers (km) of Sindh provincial highways and district roads; about 85 km of the
N-5—the busiest national highway in Pakistan—from Sukkur to Hyderabad in
Sindh province; and about 30 bridges of various types on the national highways in
Sindh, Khyber Pakhtunkhwa, and Balochistan. These are all important for the
accessibility and connectivity of post-flood livelihoods and economic recovery. The
design of roads and bridges will incorporate climate and disaster resilience
measures and safer road design features. The output also includes the conduct of
information campaigns in Sindh on the prevention and management of gender-
based violence (GBV) to enable women to prevent and address threats to personal
security. Women will also undergo skills training on good practices in sustainable
agriculture and nutrition to build their capacity in increasing food production and
the provision of nutritious food for their families.

6 Government of Pakistan, Ministry of Planning, Development & Special Initiatives (MoPDSI). 2022. Pakistan Floods
2022: Post-Disaster Needs Assessment. Islamabad. The findings and recommendations are in the summary of
impacts and needs assessment (accessible from the list of linked documents in Appendix 2).
7 They are calculated in terms of replacement costs according to current prices and include a premium linked to
building-back-better principles, and needs associated with the recovery of the sector.
8
The needs are lower than damages in the housing sector where the assets damaged are mostly private. This is
because the needs in such sector only cover the subsidy the government provides to the private individual or
business to meet their immediate basic needs.
3

(ii) Output 2: Flood-damaged irrigation, drainage, and flood risk management


infrastructure in Balochistan and Khyber Pakhtunkhwa rehabilitated and/or
upgraded. This output will strengthen, rehabilitate, and reconstruct priority
irrigation structure including (i) diversions, (ii) storage, and conveyance systems,
(iii) drainage channels, and (iv) flood risk management structures in Balochistan
and Khyber Pakhtunkhwa. Irrigation and flood risk management infrastructure will
be upgraded and incorporate multi-hazard-resilient design and nature-based
solutions. In Khyber Pakhtunkhwa, about 80 irrigation and drainage structures
(including main irrigation canals, distributary canals, minor canals, on-farm water
channels, and drainage infrastructure) will be restored and upgraded. About 43
flood risk management infrastructure will be strengthened to protect agricultural
land, communities, and assets. This will be done by restoring, strengthening, and
re-sectioning various protection embankments. In Balochistan, a similar scope of
interventions will be implemented for more than 43 irrigation systems (including
small reservoirs) and about 37 flood risk management infrastructure. As with
output 1, the women in the communities of Balochistan and Khyber Pakhtunkhwa
will gain knowledge on the prevention and management of GBV, as well as skills
on good practices and approaches in sustainable agriculture and nutrition.

(iii) Output 3: Rural livelihood systems in Balochistan restored. This output will
restore and strengthen about 200 on-farm small-scale water storages, introduce
80 high-efficiency irrigation systems, improve 500 farm channels, 100 diversion
structures and farm embankments. In addition, 200 dug wells and 13,000 hectares
of flood-damaged land will be improved in flood-affected districts of Balochistan.
The JFPR grant (additional financing), will support immediate needs for staple crop
cultivation targeting the four districts of Jaffarabad, Nasirabad, Sohbatpur, and
Usta Muhhamad in Nasirabad Division, which have been the largest rice and wheat
production area in Balochistan. The component will provide at least 60,000 farm
households with higher quality rice seeds for increased productivity and 54,000
hectares of summer rice sowing. This output will also provide women from the
targeted farm households with durable farming tool kits to facilitate undertaking
farming activities, and protective footwear for safer rice transplanting. The Food
and Agriculture Organization (FAO) of the United Nations will act as the
implementing partner.

7. Selection criteria will guide the final identification of schemes and/or subprojects to be
financed by the project. The following general criteria would be used in selecting and prioritizing
the subprojects, to be supplemented by respective sector technical criteria as applicable:
(i) The subproject is located within the declared calamity affected districts during the
2022 floods, with reference to the post-disaster needs assessment report and
related data submitted by the government;
(ii) The subprojects will not be financed by another ADB project or by any other
external source unless ADB agrees to be a cofinancier;
(iii) The subproject is technically feasible, cost effective, financially sustainable, and
economically viable;
(iv) The subproject will be completed within the project implementation period (3 years)
and contract packaging (if needed) for the subprojects will be formulated
accordingly and approved by ADB;
(v) The subproject represents a least-cost alternative with appropriate adjustment for
incorporating multi-hazard resistant design standards of the Government of
4

Pakistan or equivalent authorities;


(vi) The subproject shall be in compliance with applicable national and state laws and
ADB’s latest Safeguard Policy Statement (SPS) (2009);
(vii) Subproject/s fall under environment or involuntary resettlement category A as per
ADB’s SPS will not be selected.
(viii) Subprojects should be free of conflict with regard to land and water rights.
(ix) All subprojects also need to (a) be in compliance with applicable national and
provincial land acquisition and resettlement laws and ADB’s Safeguard Policy
Statement; (b) avoid land acquisition and resettlement, to the maximum extent
possible (the communities agree to voluntarily provide land for both constructions
of main structures and any appurtenant structures)—if land acquisition and
resettlement cannot be avoided, subprojects should include measures that
minimize impacts, using unencumbered government land which has not been
squatted upon; (c) will have no impacts on indigenous people; and (d) be prepared
in accordance with the requirements of an agreed environmental and social
management framework (ESMF). For subprojects requiring an initial
environmental examination (IEE), the IEE as applicable will be prepared and
included in the subprojects’ proposal and disclosed according to the ESMF.
Government environment clearance, if required, will be obtained prior to
commencing civil works for such subprojects. Subprojects that do not satisfy the
ESMF will not be included under the project;
(x) Subproject area should not have major security concerns; and
(xi) Subprojects for retroactive financing will not involve any land acquisition,
environmental impacts or resettlement.

8. Indicative list of subprojects with estimated cost is in Appendix 1. Each subproject will be
prepared and processed in accordance with the following procedures:
(i) Technical study, including economic analysis, for all subprojects comprising civil
works, will be conducted by the executing and implementing agencies including its
cost estimates. The feasibility study and design will follow climate risk
management framework detailed in Appendix 2. The implementing agencies will
also prepare and fill out checklists for (a) involuntary resettlement; and (b) an
environmental screening in accordance with the ESMF;
(ii) All safeguards categorization and safeguards documents (resettlement plan, IEE
with environmental management plan [EMP]) will be provided to ADB for review
and concurrence;
(iii) The implementing agencies will translate the resettlement plan into the local
language and disclose it to the affected people and incorporate the results of the
consultation. The resettlement plan and IEE (with EMP) will also be disclosed on
the ADB website and the website of executing and implementing agencies;
(iv) The executing and/or implementing agencies will prepare proposals for all
subprojects to be considered under the project following the selection criteria,
together with the required attachments for ADB and project steering committee
approval.
5

II. IMPLEMENTATION PLANS


A. Project Readiness Activities

Table 1: Project Readiness Activities and Responsibility


Months
Responsible Agency/
Indicative Activities Nov Dec Jan Feb
Government
2022 2022 2023 2023
Advance contracting actions X NHA, SWSD, KPID, BID, BACD
Retroactive financing actions X SWSD
Establish project implementation
X NHA, SWSD, KPID, BID, BACD
arrangements
ADB Board approval X ADB
Loan signing ADB, EAD, NHA, SWSD, KPID,
X
BID, BACD
Government legal opinion
X GOP
provided
Government budget inclusion X GOP
Grant effectiveness X EAD/ADB
ADB = Asian Development Bank, BACD = Balochistan Agriculture and Cooperatives Department, BID = Balochistan
Irrigation Department, EAD = Economic Affairs Division, KPID = Khyber Pakhtunkhwa Irrigation Department, NHA =
National Highway Authority, GOP = Government of Pakistan, SWSD = Sindh Works and Services Department.
Source: Asian Development Bank.
6

B. Overall Project Implementation Plan

Table 2a: Project Implementation Plan


2022 2023 2024 2025 2026
Output / Activity
Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4
Output 1. Flood-damaged roads and bridges in project areas
rehabilitated and reconstructed
1.1 Mobilize single-sourced supervision consultant by January 2023
1.2 Identify, appraise, and design all subprojects by June 2023, with the
first batch of subprojects designed by February 2023
1.3 Award all works by June 2024, with the first batch of contracts
award completed by April 2023
Sindh roads - civil works
NHA national highway and bridges - civil works
Output 2. Flood-damaged irrigation, drainage, and flood risk
management infrastructure in Balochistan and Khyber
Pakhtunkhwa rehabilitated and/or upgraded
2.1 Mobilize single-sourced supervision consultant by January 2023
2.2 Identify, appraise, and design subprojects by June 2023, with the
design of the first batch of subprojects completed by March 2023
2.3 Award all works by March 2024, with the first batch of contracts
award completed by June 2023
Khyber Pakhtunkhwa irrigation and flood protection civil works
Balochistan irrigation and flood protection civil works
Output 3. Rural livelihood systems in Balochistan restored
3.1 Mobilize the JFPR grant component implementing partner by
February 2023
3.2 Selection criteria and the list of the targeted JFPR grant support
recipients finalized by February 2023
3.3 Procurement and distribution of small farming tool kits and
protective footwear completed by May and/or June 2023
3.4 Mobilize works supervision consultant by February 2023
3.5 Identify, appraise, and design subprojects by June 2023, with the
first batch of the subproject designs completed by March 2023
3.6 Award all works by March 2024, with the first batch of contract
awards completed by May 2023
JFPR Grant (additional financing) component - implementation
Balochistan on-farm water resource civil works
7

2022 2023 2024 2025 2026


Output / Activity
Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4
Project Management Activities
Prepare and submit quarterly project progress reports, and semi-annual
safeguard monitoring reports to ADB (2023–2026)
Prepare and submit annual financial audit reports to ADB (2023–2026)
Implement, monitor, and report on the gender action plan (2023–2026).
Conduct regular monitoring, reporting, and evaluation, including review
missions (2023–2026)
JFPR = Japan Fund for Prosperous and Resilient Asia and the Pacific, NHA = National Highway Authority, Q = quarter.
Source: Asian Development Bank.

Table 2b: Project Reviews, Reporting and Monitoring Schedule


2023 2024 2025 2026
Reporting and Reviews Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4
Inception Mission

Progress Reporting

Safeguard Monitoring Reports

Gender Action Plan reports

Audit Report

Project Reviews

Mid-term Review

Project Completion Review


Q = quarter
Source: Asian Development Bank.
8

III. PROJECT MANAGEMENT ARRANGEMENTS

A. Project Implementation Organizations: Roles and Responsibilities

Table 3: Roles and Responsibilities of Executing and Implementing Agencies

Project Implementation Management Roles and Responsibilities


Organizations
National Coordination Committee for  Convenes meeting on annual basis or as and when required.
Flood Response  Provides necessary guidance and strategic direction to provinces and
executing agencies for smooth project implementation.
Chair: Secretary MoPD&SI  Provides guidance on and oversight to the overall implementation and
Members: performance of the project at a national level.
Chairman NHA  Resolves project issues and conflicts that would compromise quality of
Representative EAD results, investment cost or project completion time.
Representative Finance
ACS/Chairman PDD Board of
respective provinces

Provincial Steering Committee  Convenes meeting on semi-annual basis or as and when required.
 Provides necessary support on intergovernmental coordination to
Chair: ACS/Chairman PDD Board of executing agencies for smooth project implementation.
respective provinces  Provides guidance on and oversight to the overall implementation and
Members: performance of the project within respective province.
Secretary, Finance  Resolves project issues and conflicts that would compromise quality of
Secretary, Relevant Dept. results, investment cost or project completion time.
Project Director, PMO

Executing Agencies/Implementing  Provides overall strategic planning, guidance and management


Agencies: support to the project.
 Coordinates with other concerned agencies on project issues under
(a) Sindh Works & Services their jurisdiction.
Department  Establishing a sound financial management system, submitting timely
withdrawal applications to ADB, conducting timely financial audits as
(b) National Highway Authority per agreed timeframe, submitting audited project account reports, and
taking recommended actions.
(c) KP Irrigation  Processing and submitting to ADB any request, when required, for
reallocating the loan proceeds.
(d) Balochistan Irrigation  Ensures adequate and timely counterpart resources including
personnel and funding.
(e) Balochistan Agriculture  Responsible and accountable for management of the advance account
in accordance with ADB process and policies; inclusive of
management of supplier contracts.
 Supports the overall project implementation.
 Ensure project’s sustainability during post-implementation stage and
report to ADB on the achieved development impacts.
 Assume overall responsibility for loan covenants compliance.
 GAP implementation, semi-annual reporting on progress, and
reporting on gender equality results at completion.

 Assist the executing agencies by providing timely guidance at each


ADB
stage of the project implementation in accordance with the loan
agreement and the project administration manual.
 Review all documents that require ADB approval and conduct regular
project review missions.
 Process withdrawal applications and release eligible funds.
 Regularly update the project performance review reports with the
assistance of executing and implementing agencies.
9

Project Implementation Management Roles and Responsibilities


Organizations
 Update and post on ADB website the project information for public
disclosure, and monitor compliance with all loan covenants, including
safeguards.
 Review annual audit reports and follow-up on audit recommendations.
ACS = Additional Chief Secretary; ADB = Asian Development Bank; EAD = Economic Affairs Division; GAP = gender
action plan; KP = Khyber Pakhtunkhwa; MoPD&SI = Ministry of Planning, Development & Special Initiatives; NHA =
National Highway Authority; PDD = Planning and Development Department; PMO = Project Management Office.
Source: Asian Development Bank.

B. Key Persons Involved in Implementation

Executing Agencies Officer's Name: Mr. Imran Atta Soomro


Position: Secretary, Works and Services Department
Telephone: 0092-21-99212992, 0092-21-99218225
Email address: shahzad.qamar@hotmail.com
Office Address: New Sindh Secretariat Building No. 1, 3rd Floor, Opp: Income
Tax Building, Shahrah-e-Kamal Atta Turk, Karachi, Sindh

Officer’s Name: Ikramus Saqlain Haider


Position: General Manager Planning
Telephone: +92 51 9032721
Email: ishaidernha@gmail.com
Office Address: National Highway Authority, 28 Mauve Area, Sector G-9/1,
Sirinagar Highway, Service Road South, Islamabad.

Officer’s Name: Mr. Muhammad Ayaz


Position: Secretary, Irrigation Department, Khyber Pakhtunkhwa
Telephone: 091-9210845
Email Address: irrigationpsh@gmail.com

Officer’s Name: Mr. Abdul Fateh Bhangar


Position: Secretary, Irrigation, Balochistan
Telephone: 081-9201074
Email Address: quettairrigation@gmail.com
Office Address: Block No.7, Civil Secretariat, Quetta

Officer’s Name: Mr. Umaid Ali Khokhar


Position: Secretary, Agriculture & Cooperatives Department, Balochistan
Telephone: 081-9201261- 9201116
Email Address: umaidpaki@gmail.com; agbuzumaidpaki@gmail.com
Office Address: Block No. 2, Room 21, Civil Secretariat, Quetta

Asian Development Bank

Pakistan Resident Mission, Staff Name: Yong Ye


Central and West Asia Position: Country Director
Department Telephone No.: +92 (51) 208 7300
Email address: yyong@adb.org
Office Address: Level 8, Serena Business Complex, G-5/1, Islamabad

Mission Leaders Staff Name: Zheng Wu


Position: Principal Transport Specialist, CWRD
Telephone No. +63 (2) 8632 4444
Email address: zhengwu@adb.org

Staff Name: Shaukat Shafi


Position: Head, Urban Unit, Pakistan Resident Mission
Telephone No.: +92 (51) 208 7300
10

Email address: mshafi@adb.org

Staff Name: Noriko Sato


Position: Senior Natural Resources Specialist
Telephone No.: +63 2 8683 1757
Email address: nsato@adb.org

C. Project Organization Structure

Figure 1. Implementation Arrangement of the Project

National
Coordination
Committee for
Floods Response

Provincial Steering Provincial Steering Provincial Steering


Steering Committee
Committee Committee Committee
(NHA)
(Sindh) (KP) (Balochistan)

Works & Services Irrigation Irrigation


Department Department Department

Agriculture
Department

KP = Khyber Pakhtunkhwa, NHA = National Highway Authority.


11

Figure 2. JFPR Grant (Additional Financing) Implementation Arrangements


12

Figure 3. Project Management Unit Organizational Structure

• Design to be coordinates between Aided Projects & Design Wings


• Procurement at P&CA to be supervised by Steering Committee and carried out by Sp. Committee.
• Execution by Aided Project Wing with PMU to have a fast track procurement
• Imprest Account to be operated by GM (Flood Emergency)

Steering Committee

- Chairman NHA - Chairman PMU


- Member (Aided projects) - Member
Member
- Member (Plg) - Member
(Aided Projects)
- Member (Fin) - Member
- GM (Flood Emergency) - Secretary

GM
(Flood Emergency)

Project Management Consultants


ADB Director Coordination
(Flood Emergency)

Design Project
ESU P&CA Accounts Flood Emergency Wing Directors of
NHA HQ, Islamabad GM
GM Director Dy. Director Packages
P&CA Design-I
Accounts Structure/Flood Emergency
Dy. Director Dy. Director
(Environment) (Social & Director
Safeguard) Dy. Director Dy. Director
Accounts Design
Procurement Asstt. Director Asstt. Director
Flood Emergency Flood
Dy. Director
Coord. Emergency
Asstt. Director Asstt. Director Design/Flood
Procurement Accounts Emergency

Asstt. Director
Design/Flood
Support Staff Emergency
1. Computer Operators = 6 Nos.
2. UDCs = 3 Nos.
3. Drivers = 4 Nos.
4. Naib Qasids = 4 Nos.
13

Figure 4. Implementation Arrangement – KP Irrigation


14

Figure 5. Khyber Pakhtunkhwa Irrigation and Flood Management Component


15

9. The implementation arrangement at the implementing agency level will use the existing
resources of Sindh Provincial Roads Improvement Project (SPRIP) to the maximum extent. The
loan closing date of the SPRIP would be extended post facto from 30 June 2022 to 31 December
2023. The SPRIP project management unit (PMU) will also serve as PMU of the EAL. The staff
salaries and other administrative expenditures (which is already approved under SPRIP) would
be financed from SPRIP until 31 December 2023 and would be financed from EAL afterwards.
The cost of additional staff is proposed to be financed by the EAL from inception. The project
organization chart and list of additional staff for the EAL are in Figure 6:

Figure 6. Project Management Structure – Sindh Roads Component

Already approved in SPRIP Partly approved in SPRIP* Additional positions in EAL


*1 additional executive engineer and 2 additional assistant engineers are proposed

Table 4: Indicative Staffing of Project Management Unit, Sind Roads Component


Key Positions for Project Management Unit
Title Positions
Project Director, BPS-20 1
Deputy Director, Procurement and Contracts, BPS-19 (Deputy Project Director) 1
Deputy Director (Quality Control, Design and Safeguards, BPS 19, BPS 19, BPS
1
18 Senior)
Assistant Director (Quality Control, Design and Safeguards) 1
Assistant Director (Accounts) 1
Assistant Director (Procurement and Contracts) 1
Assistant Director (Monitoring & Evaluation) 1
Executive Engineers 3
Assistant Engineers 8
16

Figure 7. Project Management Structure – On-Farm Water Management Component, Balochistan


17

Figure 8. Project Management Structure –Food Security Component, JFPR Grant (Additional Financing)
18

Figure 9. Project Management Structure – Irrigation Component, Balochistan


19

IV. COSTS AND FINANCING

10. The project is estimated to cost $536 million, of which a loan of $475 million from ADB’s
concessional ordinary capital resources (COL) shall constitute the EAL, used to finance civil works,
equipment, supplies, consulting services and incremental administrative cost. The government will
contribute $56 million to finance taxes and duties, as well as land acquisition and resettlement costs
(as applicable). In addition, $5 million will be allocated to the project from the JFPR grant (additional
financing), which is fully administered by the ADB for the provision of good and services under the
respective output. The project investment plan is set out in Table 5.

Table 5: Summary Cost Estimates


($ million)
Current Additional
Item Total
Amounta Financingb
A. Base Costc
1. Flood-damaged road network, national highways
and bridges in project areas 352.6 0.0 352.6
rehabilitated and reconstructed
2. Flood-damaged irrigation, drainage, flood risk
management infrastructure 115.3 0.0 115.3
rehabilitated and/or upgraded
3. Rural livelihood systems in Balochistan restored 14.5 5.0 19.5
Subtotal 482.4 5.0 487.4
B. Contingenciesd 41.5 0.0 41.5
C. Financial Charges During Implementatione 7.1 0.0 7.1
Total 531.0 5.0 536.0
a Refers to the original amount. Includes taxes and duties of $49.95 million. Such amount does not represent an

excessive share of the project cost. The government will finance taxes and duties of $49.95 million as cash
contribution.
b Includes taxes of $0.31 million. Such amount does not represent an excessive share of the project cost.
c In mid-October 2022 prices.
d The cost estimates adopt the “allocation for utilization” approach, so no contingencies are included.
e Contractual spread, maturity premium, and commitment charges are not applicable. Interest during construction for

the concessional ordinary capital resources loan has been computed at the rate of 1.0% per year.
Source: Asian Development Bank.

Table 6: Summary Financing Plan


Currenta Additional Financing Total
Amount ($ Share of Amount ($ Share of Amount ($ Share of
Source million) Total (%) million) Total (%) million) Total (%)
Asian Development Bank
OCR (concessional) 475.0 89.5 0.0 0.0 475.0 88.6
JFPR grantb 0.0 0.0 5.0 100.0 5.0 0.9
Government 56.0 10.5 0.0 0.0 56.0 10.4
Total 531.0 100.0 5.0 100.0 536.0 100.0
JFPR = Japan Fund for Prosperous and Resilient Asia and the Pacific, OCR = ordinary capital resources.
a Refers to the original amount and past additional financing.
b Fully administered by the Asian Development Bank

Source: Asian Development Bank.

A. Cost Estimates Preparation and Revisions

11. The project cost estimates were prepared by the processing team in consultation with the
five executing agencies of the project. The unit rates have been obtained from the most recent
estimates made by the executing agencies and consultants in accordance with prevailing market
rates and the government’s scheduled rates where applicable. In addition, the scope of work was
20

also aligned with the PDNA report in response to the floods, prepared jointly by the development
partners including ADB, World Bank, the UN, and EU. These cost estimates are tentative and
may vary during the project implementation. If the need arises, ADB, on the request of the
implementation agencies, will consider changes in project costs and reallocation of loan
categories, as appropriate.

B. Key Assumptions

12. The following key assumptions underpin the cost estimates and financing plan:
(i) Exchange rate: PKR220.942 = $1.00 (as of 21 October 2022)
(ii) Price contingencies based on expected cumulative inflation over the
implementation period are as follows:

Table 7: Escalation Rates for Price Contingency Calculation


Item 2023 2024 2025 2026 Average
Foreign rate of price inflation 1.7% 1.8% 1.8% 1.8% 1.8%
Domestic rate of price inflation 8.5% 7.0% 6.5% 6.5% 7.1%
Source: Asian Development Bank.

(iii) In-kind contributions are not included in the project costing.

C. Detailed Cost Estimates by Expenditure Category

Table 8: Detailed Cost Estimates by Expenditure Category


($ million)
Foreign Local % of Total
Item Total Cost
Currency Currency Base Cost

A. Balochistan - Irrigation
1. Civil Works 4.50 40.50 45.00 9.2%
2. Equipment and Supplies 0.00 0.38 0.38 0.1%
2. Consulting Services 1.80 4.19 5.99 1.2%
3. Incremental Administrative Cost 0.00 1.15 1.15 0.2%
Subtotal (A) 6.30 46.22 52.52 10.8%
B. Balochistan - Agriculture (EAL)
1. Civil Works 1.25 11.24 12.49 2.6%
2. Equipment and Supplies 0.00 0.57 0.57 0.1%
3. Consulting Services 0.33 0.78 1.11 0.2%
4. Incremental Administrative Cost 0.00 0.29 0.29 0.1%
Subtotal (B) 1.58 12.88 14.46 3.0%
Balochistan - Agriculture (JFPR Grant
C.
[Additional Financing])
1. Goods and Services 0.50 4.50 5.00 1.0%
Subtotal (C) 0.50 4.50 5.00 1.0%
D. Sindh - Roads
1. Civil Works 20.17 181.50 201.67 41.4%
2. Consulting Services 2.35 5.49 7.84 1.6%
3. Incremental Administrative Cost 0.00 2.01 2.01 0.4%
Subtotal (D) 22.52 189.00 211.52 43.4%
21

Foreign Local % of Total


Item Total Cost
Currency Currency Base Cost
E. KPK - Irrigation
1. Civil Works 5.50 49.49 54.99 11.3%
2. Equipment and Supplies 0.00 0.26 0.26 0.1%
2. Consulting Services 1.77 4.14 5.91 1.2%
3. Incremental Administrative Cost 0.00 0.81 0.81 0.2%
Subtotal (E) 7.27 54.70 61.97 12.7%
F. NHA - Highways and Bridges
1. Civil Works 12.96 116.66 129.63 26.6%
2. Consulting Services 2.54 5.93 8.47 1.7%
3. Incremental Administrative Cost 0.00 2.01 2.01 0.4%
Subtotal (F) 15.50 124.61 140.11 28.7%
G. Environment and Social Mitigation 0.00 1.80 1.80 0.4%
H. Total Base Cost (A+B+C+D+E+F+G) 53.67 433.71 487.38 100.0%
I. Contingencies
1. Physical 0.00 17.78 17.78 3.6%
2. Price 0.00 23.71 23.71 4.9%
Subtotal (I) 0.00 41.49 41.49 8.5%
Financial Charges During
J.
Implementation
1. Interest During Implementation 0.00 7.13 7.13 1.5%
2. Commitment Charges 0.00 0.00 0.00 0.0%
Subtotal (J) 0.00 7.13 7.13 1.5%
Total Project Cost (H+I+J) 53.67 482.33 536.00 110.0%
EAL = emergency assistance loan, KPK = Khyber Pakhtunkhwa, NHA = National Highway Authority.
Notes: Numbers may not sum precisely because of rounding.
Source: Asian Development Bank estimates.
22

D. Allocation and Withdrawal of Loan Proceeds

Table 9: Category Allocation for ADB Loan


Total Amount Allocated for Financing
Percentage and Basis for Withdrawal
No. Item ($)
from Loan Account
Category Sub-Category

1 Civil Works 397,444,182 100% of total expenditure claimed*


1A Balochistan - Irrigation 40,000,000 100% of total expenditure claimed*
1B Balochistan - Agriculture 11,783,432 100% of total expenditure claimed*
1C Sindh - Roads 177,470,000 100% of total expenditure claimed*
1D KPK - Irrigation 48,675,131 100% of total expenditure claimed*
1E NHA - Highways and Bridges 119,515,619 100% of total expenditure claimed*
2 Equipment and Supplies 1,053,056 100% of total expenditure claimed*
2A Balochistan - Irrigation 330,000 100% of total expenditure claimed*
2B Balochistan - Agriculture 486,023 100% of total expenditure claimed*
2C KPK - Irrigation 237,033 100% of total expenditure claimed*
3 Consulting Services 26,305,315 100% of total expenditure claimed*
3A Balochistan - Irrigation 5,130,000 100% of total expenditure claimed*
3B Balochistan - Agriculture 1,047,436 100% of total expenditure claimed*
3C Sindh - Roads 6,580,000 100% of total expenditure claimed*
3D KPK - Irrigation 5,075,293 100% of total expenditure claimed*
3E NHA - Highways and Bridges 8,472,586 100% of total expenditure claimed*
4 Incremental Administrative Cost 5,817,003 100% of total expenditure claimed*
4A Balochistan - Irrigation 1,000,000 100% of total expenditure claimed*
4B Balochistan - Agriculture 263,864 100% of total expenditure claimed*
4C Sindh - Roads 1,810,000 100% of total expenditure claimed*
4D KPK - Irrigation 731,345 100% of total expenditure claimed*
4E NHA - Highways and Bridges 2,011,794 100% of total expenditure claimed*
5 Financial charges during implementation 7,125,000 100% amounts due
6 Unallocated
37,255,444
6A Contingency - Balochistan Irrigation 2,790,000
6B Contingency - Balochistan Agriculture 1,194,245
6C Contingency - Sindh - Roads 11,140,000
6D Contingency - KPK - Irrigation 4,381,199
6E Contingency - NHA - Highways and Bridges 17,750,000
Total 475,000,000
ADB = Asian Development Bank, KPK = Khyber Pakhtunkhwa, NHA = National Highway Authority.
* Exclusive of taxes and duties imposed within the territory of the Borrower.
23

Table 10: Category Allocation for JFPR Grant (Additional Financing)


Total Amount Allocated for Financing
Percentage and Basis for Withdrawal
No. Item ($)
from Grant Account
Category

1 Goods and Consulting Services 5,000,000 100% of total expenditure claimed


Total 5,000,000
JFPR = Japan Fund for Prosperous and Resilient Asia and the Pacific.

E. Detailed Cost Estimates by Financier

Table 11: Detailed Cost Estimates by Financier


($ million)
ADB EAL Additional Financinga Government Total Project

% of Cost % of Cost % of Cost Taxes and


Amount Amount Amount Amount
Category Category Category Duties
Item
A. Balochistan - Irrigation
1. Civil Works 40.00 88.9% 0.00 0.0% 5.00 11.1% 45.00 5.00
2. Equipment and Supplies 0.33 86.8% 0.00 0.0% 0.05 13.2% 0.38 0.05
2. Consulting Services 5.13 85.6% 0.00 0.0% 0.86 14.4% 5.99 0.86
3. Incremental Administrative Cost 1.00 87.0% 0.00 0.0% 0.15 13.0% 1.15 0.15
Subtotal (A) 46.46 88.5% 0.00 0.0% 6.06 11.5% 52.52 6.06
B. Balochistan - Agriculture (EAL)
1. Civil Works 11.78 94.3% 0.00 0.0% 0.71 5.7% 12.49 0.71
2. Equipment and Supplies 0.49 85.5% 0.00 0.0% 0.08 14.5% 0.57 0.08
3. Consulting Services 1.05 94.3% 0.00 0.0% 0.06 5.7% 1.11 0.06
4. Incremental Administrative Cost 0.26 90.9% 0.00 0.0% 0.03 9.1% 0.29 0.03
Subtotal (B) 13.58 93.9% 0.00 0.0% 0.88 6.1% 14.46 0.88
Balochistan - Agriculture (JFPR Grant
C.
[Additional Financing])
1. Goods and Services 0.00 0.0% 5.00 100.0% 0.00 0.0% 5.00 0.00
Subtotal (C) 0.00 0.0% 5.00 100.0% 0.00 0.0% 5.00 0.00
D. Sindh - Roads
1. Civil Works 177.47 88.0% 0.00 0.0% 24.20 12.0% 201.67 24.20
2. Consulting Services 6.58 83.9% 0.00 0.0% 1.26 16.1% 7.84 1.26
3. Incremental Administrative Cost 1.81 90.0% 0.00 0.0% 0.20 10.0% 2.01 0.20
24

ADB EAL Additional Financinga Government Total Project

% of Cost % of Cost % of Cost Taxes and


Amount Amount Amount Amount
Category Category Category Duties
Item
Subtotal (D) 185.86 87.9% 0.00 0.0% 25.66 12.1% 211.52 25.66
E. KPK - Irrigation
1. Civil Works 48.68 88.5% 0.00 0.0% 6.32 11.5% 54.99 6.32
2. Equipment and Supplies 0.24 89.9% 0.00 0.0% 0.03 10.1% 0.26 0.03
2. Consulting Services 5.08 85.9% 0.00 0.0% 0.83 14.1% 5.91 0.83
3. Incremental Administrative Cost 0.73 90.4% 0.00 0.0% 0.08 9.6% 0.81 0.08
Subtotal (E) 54.72 88.3% 0.00 0.0% 7.26 11.7% 61.97 7.26
F. NHA - Highways and Bridges
1. Civil Works 119.52 92.2% 0.00 0.0% 10.11 7.8% 129.63 10.11
2. Consulting Services 8.47 100.0% 0.00 0.0% 0.00 0.0% 8.47 0.00
3. Incremental Administrative Cost 2.01 100.0% 0.00 0.0% 0.00 0.0% 2.01 0.00
Subtotal (F) 130.00 92.8% 0.00 0.0% 10.11 7.2% 140.11 10.11
G. Environment and Social Mitigation 0.00 0.0% 0.00 0.0% 1.80 100.0% 1.80 0.00
Total Base Cost
H. 430.62 88.4% 5.00 1.0% 51.77 10.6% 487.38 49.97
(A+B+C+D+E+F+G)
I. Contingencies 37.26 89.8% 0.00 0.0% 4.23 10.2% 41.49 0.00
Financial Charges During
J. 7.13 100.0% 0.00 0.0% 0.00 0.0% 7.13 0.00
Implementation
Total Project Cost (H+I+J) 475.00 88.6% 5.00 0.9% 56.00 10.4% 536.00 49.97
ADB = Asian Development Bank, EAL = emergency assistance loan, JFPR = Japan Fund for Prosperous and Resilient Asia and the Pacific.
a JFPR grant.

Note: Numbers may not sum precisely because of rounding.


Source: Asian Development Bank estimates.
25

F. Detailed Cost Estimates by Outputs and/or Components

Table 12: Detailed Cost Estimates by Outputs and/or Components


($ million)
Output 1: Sindh Roads, and NHA Highways Output 3: Balochistan Rural Livelihood
Output 2: KPK and Balochistan Irrigation
& Bridges Restoration
Component 3.b:
Component 1.b: Component 2.b: Component 3.a:
Component 1.a: Component 2.a: Additional Financing
Total NHA Highways & Balochistan Balochistan
Item Sindh Roads KPK Irrigation for Livelihood
Cost Bridges Irrigation Agriculture
Supporta
% of % of % of % of % of
% of Cost
Amount Cost Amount Cost Amount Cost Amount Cost Amount Cost Amount
Category
Category Category Category Category Category

A. Investment Costs
1. Civil Works 443.78 201.67 45.4% 129.63 29.2% 54.99 12.4% 45.00 10.1% 12.49 2.8% 0.00 0.0%
Equipment,
2. Supplies, Goods 6.21 0.00 0.0% 0.00 0.0% 0.26 4.2% 0.38 6.1% 0.57 9.2% 5.00 80.5%
and Services
Consulting
3. 29.32 7.84 26.7% 8.47 28.9% 5.91 20.2% 5.99 20.4% 1.11 3.8% 0.00 0.0%
Services
Environment and
4. 1.80 0.50 27.8% 0.50 27.8% 0.40 22.2% 0.40 22.2% 0.00 0.0% 0.00 0.0%
Social Mitigation
Subtotal (A) 481.11 210.01 43.7% 138.60 28.8% 61.57 12.8% 51.77 10.8% 14.17 2.9% 5.00 1.0%
B. Recurrent Costs
Incremental
1. Administrative 6.27 2.01 32.1% 2.01 32.1% 0.81 12.9% 1.15 18.3% 0.29 4.6% 0.00 0.0%
Cost
Subtotal (B) 6.27 2.01 32.1% 2.01 32.1% 0.81 12.9% 1.15 18.3% 0.29 4.6% 0.00 0.0%
C. Contingencies
1. Physical 17.78 5.32 29.9% 8.45 47.5% 2.10 11.8% 1.34 7.5% 0.56 3.1% 0.00 0.0%
2. Price 23.71 7.10 29.9% 11.27 47.5% 2.81 11.8% 1.79 7.5% 0.75 3.1% 0.00 0.0%
Subtotal (C) 41.49 12.42 29.9% 19.72 47.5% 4.91 11.8% 3.13 7.5% 1.30 3.1% 0.00 0.0%
Financial Charges During
D.
Implementation
Interest During
1. 7.13 3.00 42.1% 2.25 31.6% 0.90 12.6% 0.75 10.5% 0.23 3.2% 0.00 0.0%
Implementation
Commitment
2. 0.00 0.00 0.0% 0.00 0.0% 0.00 0.0% 0.00 0.0% 0.00 0.0% 0.00 0.0%
Charges
Subtotal (D) 7.13 3.00 42.1% 2.25 31.6% 0.90 12.6% 0.75 10.5% 0.23 3.2% 0.00 0.0%
Total Project Cost
536.00 227.44 42.4% 162.58 30.3% 68.18 12.7% 56.80 10.6% 15.99 3.0% 5.00 0.9%
(A+B+C+D)
JFPR = Japan Fund for Prosperous and Resilient Asia and the Pacific, KPK = Khyber Pakhtunkhwa, NHA = National Highway Authority.
a
JFPR grant.
Note: Numbers may not sum precisely because of rounding.
Source: Asian Development Bank estimates.
26

G. Detailed Cost Estimates by Year

Table 13: Detailed Cost Estimates by Year


($ million)
Total Year 1 Year 2 Year 3 Year 4
Cost
Item (2023) (2024) (2025) (2026)

A. Balochistan - Irrigation
1. Civil Works 45.00 8.98 18.02 13.63 4.37
2. Equipment and Supplies 0.38 0.08 0.15 0.12 0.04
3. Consulting Services 5.99 1.20 2.40 1.81 0.58
Incremental Administrative
4. 1.15 0.23 0.46 0.35 0.11
Cost
Subtotal (A) 52.52 10.48 21.03 15.91 5.11
Balochistan - Agriculture
B.
(EAL)
1. Civil Works 12.49 2.49 5.00 3.78 1.21
2. Equipment and Supplies 0.57 0.11 0.23 0.17 0.06
3. Consulting Services 1.11 0.22 0.44 0.34 0.11
Incremental Administrative
4. 0.29 0.06 0.12 0.09 0.03
Cost
Subtotal (B) 14.46 2.89 5.79 4.38 1.41
Balochistan - Agriculture (JFPR Grant
C.
[Additional Financing])
1. Goods and Services 5.00 1.00 2.00 1.51 0.49
Subtotal (C) 5.00 1.00 2.00 1.51 0.49
D. Sindh - Roads
1. Civil Works 201.67 40.24 80.75 61.07 19.60
2. Consulting Services 7.84 1.56 3.14 2.37 0.76
Incremental Administrative
3. 2.01 0.40 0.80 0.61 0.20
Cost
Subtotal (D) 211.52 42.21 84.69 64.06 20.56
E. KPK - Irrigation
1. Civil Works 54.99 10.97 22.02 16.65 5.35
2. Equipment and Supplies 0.26 0.05 0.11 0.08 0.03
3. Consulting Services 5.91 1.18 2.37 1.79 0.57
Incremental Administrative
4. 0.81 0.16 0.32 0.24 0.08
Cost
Subtotal (E) 61.97 12.37 24.81 18.77 6.02
F. NHA - Highways and Bridges
1. Civil Works 129.63 25.87 51.90 39.26 12.60
2. Consulting Services 8.47 1.69 3.39 2.57 0.82
Incremental Administrative
3. 2.01 0.40 0.81 0.61 0.20
Cost
Subtotal (F) 140.11 27.96 56.10 42.43 13.62
Environment and Social
G. 1.80 0.36 0.72 0.55 0.17
Mitigation
Total Base Cost
H. 487.38 97.25 195.15 147.60 47.38
(A+B+C+D+E+F+G)
I. Contingencies 41.49 8.28 16.61 12.56 4.03
27

Total Year 1 Year 2 Year 3 Year 4


Cost
Item (2023) (2024) (2025) (2026)
Financial Charges During
J. 7.13 0.71 2.38 4.04 0.00
Implementation
Total Project Cost (H+I+J) 536.00 106.25 214.14 164.20 51.41
% Total Project Cost 100% 20% 40% 31% 10%
JFPR = Japan Fund for Prosperous and Resilient Asia and the Pacific, KPK = Khyber Pakhtunkhwa, NHA = National
Highway Authority.
Note: Numbers may not sum precisely because of rounding.
Source: Asian Development Bank estimates.

H. Contract and Disbursement S-Curve

13. The contract awards and disbursement projections are presented in Figure 10 below:

Figure 10: Cumulative Contract Awards and Disbursement – ADB Loan

Table 14a: Contract Awards and Disbursement Projections – ADB Loan and Additional
Financing
($ million)
Contract Awards Disbursements
Q1 Q2 Q3 Q4 Total Q1 Q2 Q3 Q4 Total
2022 - - - - - - - - - -
2023 60.54 111.73 71.77 39.62 283.67 2.12 23.41 32.98 37.19 95.71
2024 109.06 80.15 - - 189.21 47.34 48.76 47.34 48.76 192.21
2025 - - - - - 32.55 33.62 39.07 40.13 145.36
2026 - - - - - 39.97 6.75 - - 46.72
Total Contract Awards 472.88 Total Disbursement 480.00
28

Table 14b: Contract Awards and Disbursement Projections – ADB Loan


($ million)
Contract Awards Disbursements
Q1 Q2 Q3 Q4 Total Q1 Q2 Q3 Q4 Total
2022 - - - - - - - - - -
2023 56.54 110.73 71.77 39.62 278.67 0.37 21.16 32.48 36.69 90.71
2024 109.06 80.15 - - 189.21 47.34 48.76 47.34 48.76 192.21
2025 - - - - - 32.55 33.62 39.07 40.13 145.36
2026 - - - - - 39.97 6.75 - - 46.72
Total Contract Awards 467.88 Total Disbursement 475.00

Table 14c: Contract Awards and Disbursement Projections – Additional Financing


($ million)
Contract Awards Disbursements
Q1 Q2 Q3 Q4 Total Q1 Q2 Q3 Q4 Total
2022 – – – – – – – – – –
2023 – 5.00 – – 5.00 – – 4.00 0.50 4.50
2024 – – – – – 0.50 – – – 0.50
2025 – – – – – – – – – –
2026 – – – – – – – – – –

Total Contract Awards 5.00 Total Disbursements 5.00


29

I. Fund Flow Diagram

14. The fund flow diagram given hereunder shall be applicable for all five executing agencies
of the project.

Figure 11: Fund Flow Diagram


30

Figure 12. Fund Flow Diagram –Food Security Component, JFPR Grant (Additional
Financing)
31

V. FINANCIAL MANAGEMENT

A. Financial Management Assessment

15. The financial management assessment (FMA) was conducted in October 2022 in
accordance with ADB’s Technical Guidance Note on Financial Management Assessment. The
FMA considered the capacity of the SWSD, NHA, KPID, BID and BACD, including funds-flow
arrangements, staffing, accounting and financial reporting systems, financial information systems,
and internal and external auditing arrangements. Based on the assessment, the key financial
management risks identified are: (i) errors and delay in project financial reporting due to use of
manual accounting system; (ii) lack of capacity and knowledge of staff in ADB financial
management guidelines and procedures; (iii) lack of internal audit function. It is concluded that
the overall pre-mitigation financial management risk for NHA is moderate, and substantial for
SWSD, KPID, BID and BACD. The overall pre-mitigation risk for the project is substantial. The
executing agencies have the capacity required to use advance account and the statement of
expenditures (SOE) procedure for reimbursement of eligible expenditures. The borrower, SWSD,
NHA, KPID, BID and BACD have agreed to implement an action plan as key measures to address
the deficiencies. The financial management action plan is provided hereunder.

Table 15: Consolidated Financial Management Action Plan


Sr. Risk Description Risk Mitigating Action Responsibility Timing
No. Rating
BID
1 Staffing and Capacity M Provide training on ADB’s BID and ADB Within 6
Accounting and finance financial management months after
staff, especially newly requirements and loan
hired resources under the disbursement procedures. effectiveness
project, may be unfamiliar
with ADB’s financial
management
requirements.
2 Funds Flow S The Planning and Planning and Within 2
Implementation risk due Development Department, Development months of each
to delays in counterpart GOB should allocate Department, fiscal year
funding and release of requisite funds as per GOB commencement
budget which will impact rational demand of the BID
timely payment of in the Development
schemes under the Programme for the recurring
project. financial years as part of
counterpart funding.
3 Funds Flow S A dedicated bank account GOB and BID Within 2
Delay in advance account shall be opened and months after
opening may result in maintained with a loan
postponement of commercial bank acceptable effectiveness
disbursements pertaining to ADB for managing the
to advance fund project funds in accordance
impacting the project’s with the Government’s
financial and physical Foreign Aid Assignment
progress. Account
Procedures. Account
opening should be prioritized
to avoid any negative impact
on the project's financial and
physical progress.
32

Sr. Risk Description Risk Mitigating Action Responsibility Timing


No. Rating
4 Staffing and Capacity M BID shall ensure adequate BID Within 3
Workload on existing staff staffing of finance and months after
may increase with the accounts function loan
addition of EAL to BID responsible for EAL effectiveness
portfolio. execution, either through
new hiring or deputation (as
the need may be).
Accounting, Policies S BID should ensure quarterly BID Quarterly
and Procedures/ closure of books of accounts closing should
Reporting and and complete preparation of be done by the
Monitoring annual project financial 15th of the
Delays in closure of statements within 2 months month following
books and account of the end of the FY and the close of
5 coupled with procedural present to AGP for audit so quarter..
delays may affect the that APFS are submitted to
timely submission of ADB as per loan covenants All APFSs have
APFS. i.e., within 6 months of FY to be submitted
end. annually within
6 months after
fiscal year end
External Audit L No mitigating action required
External Audit is mandate
of the Auditor General of
Pakistan and follows
INTOSAI auditing
6 standards. Audit is
conducted annually and
reports including audit
opinion and management
letter are submitted within
time as per precedence.
Overall Combined FM S
Risk
BACD
7 Staffing and Capacity S Provide training on ADB’s BACD and ADB Within 3
Accounting and finance financial management months after
staff, especially newly requirements and loan
hired resources under the disbursement procedures. effectiveness
project, may be unfamiliar Existing FM staff in the
with ADB’s financial project implementation office
management for the Balochistan Water
requirements. Resources Development
Sector Project financed by
ADB may be engaged to
complement the strength of
BACD on-farm water
management team.
8 Fund Flow S The Planning and Planning and Within 2
Implementation risk due Development Department, Development months of each
to delays in counterpart GOB should allocate Department, fiscal year
funding and release of requisite funds as per GOB commencement
budget which will impact rational demand of the
timely payment of BACD in the Provincial
schemes under the Annual Development
project. Programme for the recurring
financial years as part of
counterpart funding.
33

Sr. Risk Description Risk Mitigating Action Responsibility Timing


No. Rating
9 Accounting policies S Quarterly reconciliation of GOB and BACD Quarterly
and procedures the transactions with bank
Proper record and track statements and ADB’s
of funds is not maintained disbursement records
owing to manual
accounting system at the
project level.
10 Staffing L Since there is limited in- BACD Within 1 month
Workload on existing staff house capacity, BACD shall after loan
may increase with the ensure that an individual effectiveness
addition of EAL to BACD consultant i.e., FM Expert is
portfolio. recruited by open
competition whose TORs
include mandatory prior
experience of donor-funded
projects specifically FM
requirements.
11 External Audit L No Mitigation action - -
required.
SWSD
12 Staffing L Hiring of new FM staff, the SWSD Upon
Workload on existing staff TORs of which will be effectiveness of
may increase with the agreed in consultation with loan
addition of EAL to SWSD ADB.
portfolio
13 Accounting policies H Immediate reconciliation of SWSD Immediate
and procedures SPRIP’s APFS with ADB’s
The record for previous LFIS. Thereafter on a
project implemented by quarterly basis, a
SWSD were not reconciliation of EAL project
reconciled. records with ADB’s LFIS to
be prepared.
14 Internal Audit S Develop financial SWSD Within 6
Non-existence of an management manual months of loan
internal audit department specific to the requirements effectiveness
leading to ineffective of SWSD to strengthen
monitoring internal control, quality, and
efficiency financial function.
KPID
14 Staffing S Provide training on ADB’s KPID and ADB Within 6
Accounting and finance financial management months after
staff, especially newly requirements and loan
hired resources under the disbursement procedures. effectiveness
project, may be unfamiliar
with ADB’s financial
management
requirements.
15 Accounting policies S Quarterly reconciliation of KPID and Quarterly
and procedures the transactions with bank Government of
Proper record and track statements and ADB’s Khyber
of funds is not maintained disbursement records. Pakhtunkhwa
owing to manual
accounting system at the
project level.
16 Staffing L KPID shall ensure adequate KPID Within 3
Workload on existing staff staffing of finance and months after
may increase with the accounts function loan
addition of EAL to KPID responsible for EAL effectiveness
portfolio. execution, either through
34

Sr. Risk Description Risk Mitigating Action Responsibility Timing


No. Rating
new hiring or deputation (as
the need may be).

17 Reporting and S Closure of books of accounts KPID Quarterly


Monitoring on a quarterly basis and closing should
Delays in closure of timely preparation of project be done by the
books of account coupled financial statements, their 15th of the
with procedural delays audit and submission of month following
may affect the timely APFS shall be ensured in the close of
submission of APFS. accordance with ADB quarter.
requirements.
All APFSs have
to be submitted
annually within
6 months after
fiscal year-end.
NHA
18 Funds Flow S Agree with EAD/MOF for NHA, EAD/MOF Enterprise level
Delays in counterpart smooth counterpart funding dialogue to be
funding may hamper for effective project continued
execution of the project. implementation. before and
during project
implementation,
as necessary
19 Internal Audit S Capacity building workshops NHA During project
Internal audit staff are of internal audit staff to implementation,
unfamiliar with the apprise them with tentatively in
international best contemporary best practices Year 1
practices of internal in the internal audit field of
auditing. work
20 Reporting and S Establish mandatory NHA Starting from
Monitoring provision of and completion Year 1
Delays in closure of of external audit of the entity
books and account accounts within 6 months of
coupled with procedural completion of each FY and
delays may affect the submission to ADB within
timely submission of one month of date of
AEFS. authorization.
21 Staffing S Provide financial NHA Year 1, 3 and 5
Accounting and finance management training
staff, especially newly (including project budgeting,
hired resources under the reporting, accounting, and
project, may be unfamiliar SOE procedures) to finance
with ADB’s financial and accounts staff every two
management years.
requirements
SWSD, KPID, BID and BACD
22 Information Systems S Procure a standalone SWSD, KPID, Within 2
Manual accounting accounting software for the BID and BACD months of
system and maintaining project level. effectiveness
ledgers and books of
accounts at the project
level increases the
chances of error and may
lead to delays in the
closure of books of
accounts and preparation
35

Sr. Risk Description Risk Mitigating Action Responsibility Timing


No. Rating
of project financial
statements.
SWSD, NHA, KPID, BID and BACD
23 Internal Audit S Conduct a special audit(s) SWSD, NHA, As and when
Internal audit department and/or a performance KPID, BID, BACD required by
is not formally established audit(s) by an auditor ADB during or
or established with acceptable to ADB at any after project
minimal capacity within time during or after the implementation
the executing agency and implementation of the
lacks in meeting the project. The TORs of the
internal best practices in auditor will be drafted in
internal auditing. consultation with ADB.
Overall Combined S
Project Risk
ADB = Asian Development Bank, AEFS = audited entity financial statement, AGP = Auditor General of Pakistan, APFS
= audited project financial statement, BACD = Balochistan Agriculture and Cooperatives Department, BID = Balochistan
Irrigation Department, EAD = Economic Affairs Division, EAL = emergency assistance loan, FM = financial
management, FY = fiscal year, GOB = Government of Balochistan, INTOSAI = International Organization of Supreme
Audit Institutions, KPID = Khyber Pakhtunkhwa Irrigation Department, L = low, LFIS = Loan and Grant Financial
Information System, M = moderate, MOF = Ministry of Finance, NHA = National Highway Authority, S = substantial,
SOE = statement of expenditures, SPRIP = Sindh Provincial Roads Improvement Project, SWSD = Sindh Works and
Services Department, TOR = terms of reference.

B. Disbursement

i. Disbursement Arrangements for ADB and ADB-administered


cofinancier Funds

16. The loan and JFPR grant proceeds will be disbursed in accordance with ADB’s Loan
Disbursement Handbook (2022, as amended from time to time),9 and detailed arrangements
agreed upon between the government and ADB. Online training for project staff on disbursement
policies and procedures is available.10 Project staff are encouraged to avail of this training to help
ensure efficient disbursement and fiduciary control. The ADB loan proceeds will be disbursed
through direct payment and advance fund procedures. The JFPR grant, which is fully
administered by ADB, will be disbursed through direct payment.

17. Advance fund procedure. Separate advance accounts should be established and
maintained by SWSD, NHA, KPID, BID, and BACD for the loan proceeds from ADB. The currency
of the advance accounts is the United States dollar. The advance accounts are to be used
exclusively for ADB’s funds’ share of eligible expenditures. SWSD, NHA, KPID, BID and BACD
will be responsible for (i) collecting and retaining supporting documents, and (ii) preparing and
sending withdrawal applications (WAs) to ADB. The SWSD, NHA, KPID, BID, and BACD who
administer the advance account are accountable and responsible for proper use of advances to
the advance account.

18. The total outstanding advance to the advance accounts should not exceed the estimate
of ADB’s share of expenditures to be paid through the advance accounts for the forthcoming 6
months. The SWSD, NHA, KPID, BID and BACD may request for initial and additional advances

9
The handbook is available electronically from the ADB website https://www.adb.org/documents/loan-disbursement-
handbook
10 Disbursement eLearning. https://elearn.adb.org/course/view.php?id=221
36

to the advance account(s) based on an Estimate of Expenditure Sheet,11 setting out the estimated
expenditures to be financed through the account(s) for the forthcoming 6 months. Because of the
substantial financial management risk, a ceiling of $100,000 is proposed for the SWSD, KPID,
BID, and BACD. Supporting documents should be submitted to ADB or retained by SWSD, NHA,
KPID, BID, and BACD in accordance with ADB’s Loan Disbursement Handbook (2022, as
amended from time to time) when liquidating or replenishing the advance accounts.

19. Statement of expenditure procedure.12 The SOE procedure may be used by NHA, and
KPID for reimbursement of eligible expenditures or liquidation of advances to the advance
account(s). Subject to reassessment of its financial management capacity, the SOE procedure
may likewise be used by SWSD, BID, and BACD after the first year of project implementation.
Supporting documents and records for the expenditures claimed under the SOE should be
maintained and made readily available for review by ADB's disbursement and review missions,
upon ADB's request for submission of supporting documents on a sampling basis, and for
independent audit. Reimbursement and liquidation of individual payments in excess of the SOE
ceiling ($50,000) should be supported by full documentation when submitting the WA to ADB.

20. Before the submission of the first WA, the borrower should submit to ADB sufficient
evidence of the authority of the persons who will sign the WAs on behalf of the government,
together with the authenticated specimen signatures of each authorized person. The minimum
value per WA is stipulated in the Loan Disbursement Handbook (2022, as amended from time to
time). Individual payments below such amount should be paid (i) by the executing agency and
subsequently claimed to ADB through reimbursement, or (ii) through the advance fund procedure,
unless otherwise accepted by ADB. The borrower should ensure sufficient category and contract
balances before requesting disbursements. Use of ADB’s Client Portal for Disbursements
(CPD) 13 system is encouraged for submission of WAs to ADB. If a contract has multiple
10F12F12F12F

subcontractors, then separate sheet would be prepared for each subcontractor and attached to
the WA as supporting document.

21. For the JFPR funds, the borrower should submit one original of the WA and copies of
supporting documents to JFPR, and one original of the WA and copies of supporting documents
to ADB. ADB will review each WA and advise JFPR to make the necessary payment, if any.

ii. Disbursement Arrangements for Counterpart Fund


22. The government counterpart funds will be sufficiently allocated in the annual budget of
SWSD, NHA, KPID, BID, and BACD. Except for the cofinancier (JFPR) component, taxes and
duties shall be financed by the government. For the JFPR grant component, the financing
provided to the government shall include taxes and duties. The executing agencies through their
respective PMUs / project management offices (PMOs) / project implementation units (PIUs), as
the case may be, shall be responsible for preparing disbursement projections and requesting
budgetary allocations for counterpart funds to the Federal/Provincial Ministry of Finance. The
executing agencies through their PMUs/PMOs/PIUs will submit to ADB annual project contract
awards and disbursement projections at least a month before the start of each calendar year.

11 Estimate of Expenditure sheet is available in Appendix 8A of ADB’s Loan Disbursement Handbook (2022, as
amended from time to time).
12
SOE forms are available in Appendix 7B and 7D of ADB’s Loan Disbursement Handbook (2022, as amended from
time to time).
13 The CPD facilitates online submission of WA to ADB, resulting in faster disbursement. The forms to be completed

by the Borrower are available online at https://www.adb.org/documents/client-portal-disbursements-guide.


37

C. Accounting

23. The SWSD, NHA, KPID, BID, and BACD will maintain, or cause to be maintained,
separate books and records by funding source for all expenditures incurred on the project for their
respective component under the EAL following International Public Sector Accounting Standard
for cash-based accounting. The SWSD, NHA, KPID, BID, and BACD will prepare project financial
statements in accordance with the requirements of cash basis IPSAS and the government's
accounting laws and regulations which are consistent with international accounting principles and
practices.

D. Auditing and Public Disclosure

24. The SWSD, NHA, KPID, BID, and BACD will cause the detailed project financial
statements for their respective component under the EAL to be audited in accordance with the
requirements of International Standards for Supreme Audit Institutions by the Auditor General of
Pakistan. The audited project financial statements together with the auditor’s opinion will be
presented in the English language to ADB within 6 months from the end of the fiscal year by the
SWSD, NHA, KPID, BID, and BACD for their respective component under the EAL.

25. The audited entity financial statements of NHA, together with the auditor’s report and
management letter, will be submitted in the English language to ADB within 1 month after their
approval by the relevant authority.

26. The audit report for the project financial statements will include a management letter and
auditor’s opinions, which cover (i) whether the project financial statements present an accurate
and fair view or are presented fairly, in all material respects, in accordance with the applicable
financial reporting standards; (ii) whether the proceeds of the loan were used only for the purposes
of the project; and (iii) whether the borrower or executing agency was in compliance with the
financial covenants contained in the legal agreements (where applicable).

27. Compliance with financial reporting and auditing requirements will be monitored by review
missions and during normal program supervision, and followed up regularly with all concerned,
including the external auditor.

28. The government, SWSD, NHA, KPID, BID, and BACD have been made aware of ADB’s
approach to delayed submission, and the requirements for satisfactory and acceptable quality of
the audited project financial statements.14 ADB reserves the right to require a change in the
auditor (in a manner consistent with the constitution of the borrower), or for additional support to

14 ADB’s approach and procedures regarding delayed submission of audited project financial statements:
(i) When audited project financial statements are not received by the due date, ADB will write to the
executing agency advising that (a) the audit documents are overdue; and (b) if they are not received
within the next 6 months, requests for new contract awards and disbursement such as new replenishment
of advance accounts, processing of new reimbursement, and issuance of new commitment letters will not
be processed.
(ii) When audited project financial statements are not received within 6 months after the due date, ADB will:
(a) withhold processing of requests for new contract awards and disbursement such as new
replenishment of advance accounts, processing of new reimbursement, and issuance of new commitment
letters; (b) deny the extension of the loan closing date; and (c) delay the negotiation or Board presentation
of new loan proposals. ADB will inform the executing agency of ADB’s actions and advise that the loan
may be suspended if the audited project financial statements are not received within the next 6 months.
(iii) When audited project financial statements are not received within 12 months after the due date, ADB may
suspend or cancel the loan.
38

be provided to the auditor, if the audits required are not conducted in a manner satisfactory to
ADB, or if the audits are substantially delayed. ADB reserves the right to verify the project's
financial accounts to confirm that the share of ADB’s financing is used in accordance with ADB’s
policies and procedures.

29. Public disclosure of the audited project financial statements, including the auditor’s opinion
on the project financial statements, will be guided by ADB’s Access to Information Policy 2018.15
After the review, ADB will disclose the audited project financial statements and the opinion of the
auditors on the project financial statements no later than 14 days of ADB’s confirmation of their
acceptability by posting them on ADB’s website. The management letter, additional auditor’s
opinions, and audited entity financial statements will not be disclosed.16

VI. PROCUREMENT AND CONSULTING SERVICES

A. Advance Contracting and Retroactive Financing

30. Advance contracting carried out by NHA, SWSD, KPID, BID and BACD, as and when
requested, will be subject to ADB review establishing: (i) the eligibility of the contractor(s), (ii) the
soundness of the procurement process in the context of emergency situation, and (iii) BOQ of all
contracts and price verification of awarded contracts against market norms. A borrower
undertakes such advance contracting at its own risk. Any concurrence by ADB with the
procedures, documentation, or proposal for award does not commit ADB to finance the project in
question.

31. Under retroactive financing, ADB may finance eligible expenditures, up to 30% of the loan
amount, provided the expenditures have been incurred after 12 August 2022 (the onset of the
emergency) and before the signing of the loan agreement. For contracts awarded under advance
contracting, retroactive financing will be based on documentary evidence of the payments made,
and random physical sampling on physical works undertaken retroactively.

B. Procurement of Goods, Works, and Consulting Services

32. The project procurement arrangements are based on the “fitness for purpose” approach
with due attention to value for money. The arrangements are formulated to increase the efficiency
and flexibility of measures suited to the context of emergency assistance loans, as provided under
Revised Disaster and Emergency Assistance Policy (2021);17 while consistent with ADB
Procurement Policy (2017, as amended from time to time) and ADB Procurement Regulations for
ADB Borrowers for Goods, Works, Nonconsulting and Consulting Services (2017, as amended
from time to time). For rapid emergency response, design consulting firms18 will be deployed
through single-source selection to promptly assess the damage due to the flood, prepare detail
design, and improve it with flood resilient features. For smooth and rapid rehabilitation works, the
firms will be tasked to provide subsequent support for procurement and construction supervision.

15
ADB. 2018. Access to Information Policy Policy. Manila. https://www.adb.org/documents/access-information-policy.
16 This type of information would generally fall under Access to Information Policy exceptions to disclosure. ADB. 2018.
Access to Information Policy.
17 ADB. 2021. Revised Disaster and Emergency Assistance Policy. Manila.
18 These include (i) National Engineering Services Pakistan (Pvt.) Ltd. for NHA component, (ii) National Engineering

Services Pakistan (Pvt.) Ltd. for KPK irrigation component, (iii) Engineering Consultants International (Pvt) Ltd. for
Sindh road component, (iv) Cameos Consultants and Rehman Habib Consultants (JV) for Balochistan Irrigation
component, and (v) Food and Agriculture Organization of the United Nations as the implementing partner for the
second component under Output 3 of the project.
39

To expedite procurement of civil work contracts, a single-stage one-envelope bidding will be used
and preceded by prequalification to ensure heathy competition among qualified bidders, thereby
maximizing value for money.

33. An 18-month procurement plan indicating threshold and review procedures, goods, works,
and consulting service contract packages and national competitive bidding guidelines is in the
succeeding section.

C. Procurement Plan

1) Sindh Roads
Procurement Plan
Basic Data
Project Name: Pakistan Emergency Flood Assistance Project
Project Number: 56312-001 Approval Number: TBD
Country: Islamic Republic of Pakistan Executing Agency: Works and Services Department
Procurement Risk: Moderate Implementing Agency: Project Management Unit
Project Financing Amount: $227 million
ADB Financing: $200 million Project Closing Date: 30 June 2026
Government Financing: $27 million
Date of First Procurement Plan: 03-11-2022 Date of this Procurement Plan: 18 November 2022

Procurement Plan Duration: Eighteen (18) months Advance contracting: Yes eGP: No

A. Methods, Review and Procurement Plan


Except as the Asian Development Bank (ADB) may otherwise agree, the following methods shall apply
to procurement of goods, works, nonconsulting services, and consulting services.

Procurement of Goods, Works and Nonconsulting Services


Method Comments
Procurement of Works National Advertising
Prior Review and Post Review (Sampling Basis); as the
mentioned below.
ADB SBD Pre-Qualification Documents
ADB Standard Bidding Documents for 1S1E Small Works.
Procurement of Goods ADB Standard Request For Quotation for Goods.

Consulting Services
Method Comments
Direct Contracting (Single Source Selection) SRFP, STP minimum technical score of 750/1000

B. List of Active Procurement Packages (Contracts)


The following table lists goods, works, nonconsulting, and consulting services contracts for which the
procurement activity is either ongoing or expected to commence within the procurement plan’s duration.

Goods, Works, and Nonconsulting Services


Estimated
Procurement Bidding Advertisement
Package Number1 General Description Value Review Comments
Method Procedure Date
($ m)
EFAP/WSD-CW-01 Rehabilitation of 13.6 OCB Prior 1S1E Q2, 2023 (a) Advertisement:
different roads in National
District Jamshoro
EFAP/WSD-CW-02 Rehabilitation of 13.6 OCB Prior 1S1E Q2, 2023 (b) Prequalification:
different roads in Yes
40

Goods, Works, and Nonconsulting Services


Estimated
Procurement Bidding Advertisement
Package Number1 General Description Value Review Comments
Method Procedure Date
($ m)
District Dadu
EFAP/WSD-CW-03 Rehabilitation of 13.6 OCB Prior 1S1E Q2, 2023 (c) Domestic
different roads in preference: No
District Shaheed
Benazirabad (d) Type of bidding
EFAP/WSD-CW-04 Rehabilitation of 13.6 OCB Prior 1S1E Q2, 2023 documents: SBD
different roads in Large Works
District Naushero
Feroze (e) Advance
EFAP/WSD-CW-05 Rehabilitation of 4.5 OCB Prior 1S1E Q2, 2023 contracting: No
different roads in
District Hyderabad (f) e-GP: Yes (for
EFAP/WSD-CW-06 Rehabilitation of 11.4 OCB Prior 1S1E Q2, 2023 advertisement and
different roads in PQ documents).
District Tando
Allahyar (g) COVID-19
EFAP/WSD-CW-07 Rehabilitation of 3.6 OCB Prior 1S1E Q2, 2023 Response: No
different roads in
District Tando M.
Khan
EFAP/WSD-CW-08 Rehabilitation of 9.1 OCB Prior 1S1E Q2, 2023
different roads in
District Matiari
EFAP/WSD-CW-09 Rehabilitation of 11.4 OCB Prior 1S1E Q2, 2023
different roads in
District Thatta
EFAP/WSD-CW-10 Rehabilitation of 4.5 OCB Prior 1S1E Q2, 2023
different roads in
District Sujawal
EFAP/WSD-CW-11 Rehabilitation of 6.8 OCB Prior 1S1E Q2, 2023
different roads in
District Badin
EFAP/WSD-CW-12 Rehabilitation of 9.1 OCB Prior 1S1E Q2, 2023
different roads in
District Mirpurkhas
EFAP/WSD-CW-13 Rehabilitation of 7.7 OCB Prior 1S1E Q2, 2023
different roads in
District Umerkot
EFAP/WSD-CW-14 Rehabilitation of 9.1 OCB Prior 1S1E Q2, 2023
different roads in
District Sanghar
EFAP/WSD-CW-15 Rehabilitation of 6.8 OCB Prior 1S1E Q2, 2023
different roads in
District Tharparkar
EFAP/WSD-CW-16 Rehabilitation of 6.4 OCB Prior 1S1E Q2, 2023
different roads in
District Sukkur
EFAP/WSD-CW-17 Rehabilitation of 2.7 OCB Prior 1S1E Q2, 2023
different roads in
District Ghotki
EFAP/WSD-CW-18 Rehabilitation of 9.1 OCB Prior 1S1E Q2, 2023
different roads in
District Khairpur
EFAP/WSD-CW-19 Rehabilitation of 2.7 OCB Prior 1S1E Q2, 2023
different roads in
District Shikarpur
EFAP/WSD-CW-20 Rehabilitation of 4.5 OCB Prior 1S1E Q2, 2023
41

Goods, Works, and Nonconsulting Services


Estimated
Procurement Bidding Advertisement
Package Number1 General Description Value Review Comments
Method Procedure Date
($ m)
different roads in
District Jacobabad
EFAP/WSD-CW-21 Rehabilitation of 4.1 OCB Prior 1S1E Q2, 2023
different roads in
District Kashmore @
Kandhkot
EFAP/WSD-CW-22 Rehabilitation of 13.6 OCB Prior 1S1E Q2, 2023
different roads in
District Larkana
EFAP/WSD-CW-23 Rehabilitation of 13.6 OCB Prior 1S1E Q2, 2023
different roads in
District Kamber
Shahdadkot
EFAP/ Procurement of 0.5 RFQ Post Shopping Q1, 2023 Non-Consulting
Shopping/Goods/01 General Office (Sampling) Services: No
Equipment No. of Contracts: 03
High Risk Contract:
No
Covid-19
Response? No
Comments:
No. of Contracts:
03, Contracts not
more than USD
100,000 per
contract.
EFAP/ Procurement of IT 0.3 RFQ Post Shopping Q1, 2023 Non-Consulting
Shopping/Goods/02 Equipment (Sampling) Services: No
No. of Contracts: 03
High Risk Contract:
No
Covid-19
Response? No
Comments: No. of
Contracts: 03,
Contracts not more
than USD 100,000
per contract.
EFAP/ Procurement of 0.3 RFQ Post Shopping Q1, 2023 Non-Consulting
Shopping/Goods/03 Office Furniture (Sampling) Services: No
No. of Contracts: 03
High Risk Contract:
No
Covid-19
Response? No
Comments: No. of
Contracts: 03,
Contracts not more
than USD 100,000
per contract.
EFAP/ Procurement of 0.5 RFQ Post Shopping Q1, 2023 Non-Consulting
Shopping/Goods/04 Vehicles (Sampling) Services: No
No. of Contracts: 03
High Risk Contract:
No
Covid-19
Response? No
42

Goods, Works, and Nonconsulting Services


Estimated
Procurement Bidding Advertisement
Package Number1 General Description Value Review Comments
Method Procedure Date
($ m)
Comments: No. of
Contracts: 03,
Contracts not more
than USD 200,000
per contract.

Consulting Services
Estimated
Package Selection Type of Advertisement
General Description Value Review Comments
Number Method Proposal Date
($million)
WSD/PMC/01 Project Management 6.50 SSS Prior STP Q4/2022 Non-Consulting
Consultant (PMC) Services: No
Type: Firm
Assignment: No
Advance
Contracting: Yes
Covid-19
Response?: No
Comments: SSS
will be carried out
in light of the
professional
approach &
continuous
professional liability
requirements. M/s
ECIL, as
nominated by the
SWSD based on
their objective
assessment of the
past performance
of consulting firms.
WSD/IC/02 Hiring of Individual 0.1 EOI Prior ICS Q2/2023 Non-Consulting
Consultant Services: No
(Procurement and Type: Individual
Contract Administration Assignment:
Specialist) National
Expertise:
Procurement and
Contracts
Administration
Advance
Contracting: Yes
Covid-19
Response? No
Comments: single
contracts
43

2) KPK Irrigation
Procurement Plan

Basic Data
Project Name: Pakistan Emergency Flood Assistance Project
Project Number: 56312-001 Approval Number:
Country: Islamic Republic of Pakistan Executing Agency: Irrigation Department
Implementing Agency: Project Management Office,
Procurement Risk: Moderate
PHLCEP
Project Financing Amount: $ 68.2 million
ADB Financing: $60 million Project Closing Date: 30 June 2026
Government Financing: $8.2
Date of First Procurement Plan: 03 – 11 – 2022 Date of this Procurement Plan: 18-11- 2022

Procurement Plan Duration: Eighteen (18) months Advance contracting: Yes eGP: No

A. Methods, Review and Procurement Plan


Except as the Asian Development Bank (ADB) may otherwise agree, the following methods shall apply
to procurement of goods, works, nonconsulting services, and consulting services.

Procurement of Goods, Works and Nonconsulting Services


Method Comments
Procurement of Works National Advertising
Prior Review and Post Review (Sampling Basis); as the
mentioned below.
ADB SBD Pre-Qualification Documents
ADB Standard Bidding Documents for 1S1E Small Works.
Procurement of Goods ADB Standard Request For Quotation for Goods.

Consulting Services
Method Comments
Direct Contracting (Single Source Selection) STP – Minimum technical score of 750/1000 - National

B. List of Active Procurement Packages (Contracts)


The following table lists goods, works, nonconsulting, and consulting services contracts for which the
procurement activity is either ongoing or expected to commence within the procurement plan’s duration.

Goods, Works, and Nonconsulting Services


Estimated
Package Procurement Bidding Advertisement
General Description Value Review Comments
Number1 Method Procedure Date
($ m)
EFAP/KPI Rehabilitation of Munda 8.2 OCB Prior 1S1E Q2, 2023 Advertisement: National
D-CW-01 Headworks and Doaba Prequalification of bidders:
Irrigation Canal System in Yes
Charsadda Irrigation Domestic preference
Division applicable: No
EFAP/KPI Rehabilitation of Flood 1.6 OCB Prior 1S1E Q2, 2023 Bidding document: SBD
D-CW-02 Protection Works in Small Works (1S1E)
Charsadda Irrigation Comments: NIL
Division e-GP: Yes (for
EFAP/KPI Restoration of Flood 0.9 OCB Prior 1S1E Q2, 2023 advertisement and PQ
D-CW-03 Protection Works in documents).
Charsadda Irrigation COVID-19 Response: No
Division
EFAP/KPI Flood Protection Works in 6.2 OCB Prior 1S1E Q3, 2023
D-CW-04 Nowshera District,
44

Estimated
Package Procurement Bidding Advertisement
General Description Value Review Comments
Number1 Method Procedure Date
($ m)
Peshawar Canals Division
EFAP/KPI Flood Protection Works in 1.8 OCB Prior 1S1E Q2, 2023
D-CW-05 District Peshawar,
Peshawar Canals Division
EFAP/KPI OCB Prior 1S1E Q12, 2023
Rehabilitation of Canals /
D-CW-06
Distributaries Works:
Lot-1: CRBC Irrigation
1.8
Division DI Khan
Lot-2: CRBC Irrigation
Division DI Khan
1.6
EFAP/KPI Rehabilitation of Drains & 7.0 OCB Prior 1S1E Q3, 2023
D-CW-07 FCCs in CRBC Irrigation
Division DI Khan
EFAP/KPI Rehabilitation of Canals and 2.4 OCB Prior 1S1E Q2, 2023
D-CW-08 Drains in Paharpur Irrigation
Division, DI Khan
EFAP/KPI Rehabilitation/ Restoration 0.30 OCB Prior 1S1E Q2, 2023
D-CW-09 of Flood Protection Works
in (i) Bannu Irrigation
Division; and (ii) Marwat
Canal Irrigation Division
EFAP/KPI Rehabilitation of Irrigation 1.8 OCB Prior 1S1E Q1, 2023
D-CW-10 Works in Dir Irrigation
Division
EFAP/KPI Rehabilitation of Flood 1.3 OCB Prior 1S1E Q2, 2023
D-CW-11 Protection Works in Dir
Irrigation Division
EFAP/KPI Restoration of Flood 1.0 OCB Prior 1S1E Q2, 2023
D-CW-12 Protection Works in Dir
Irrigation Division
EFAP/KPI Rehabilitation of Flood 5.0 OCB Prior 1S1E Q3, 2023
D-CW-13 Protection Works in Swat
Irrigation Division-I
EFAP/KPI Rehabilitation of Irrigation 0.4 OCB Prior 1S1E Q1, 2023
D-CW-14 Works in Swat Irrigation
Division-II
EFAP/KPI Rehabilitation of Flood 4.1 OCB Prior 1S1E Q3, 2023
D-CW-15 Protection Works in Swat
Irrigation Division-II
EFAP/KPI Restoration of Khanpur 0.1 OCB Prior 1S1E Q1, 2023
D-CW-16 Right Bank Canal along
with Distributaries and
Minors in Hazara Irrigation
Division
EFAP/KPI Rehabilitation of Flood 1.5 OCB Prior 1S1E Q2, 2023
D-CW-17 Protection Works in Hazara
Irrigation Division
EFAP/KPI Restoration / Rehabilitation 0.5 OCB Prior 1S1E Q2, 2023
D-CW-18 of Flood Protection Works
from Chakdara Bridge to
Additional Training Works in
Malakand Irrigation Division
EFAP/KPI Rehabilitation of Flood 4.0 OCB Prior 1S1E Q2, 2023
D-CW-19 Protection Works in
Malakand Irrigation Division
EFAP/KPI Rehabilitation of Flood 1.1 OCB Prior 1S1E Q2, 2023
D-CW-20 Protection Structures /
45

Estimated
Package Procurement Bidding Advertisement
General Description Value Review Comments
Number1 Method Procedure Date
($ m)
Drainage System in Chitral
Irrigation Division
EFAP/KPI Procurement of General 0.01 RFQ Post Shopping Q1, 2023
D/Shoppin Office Equipment (Samplin
g/Goods/01 g)
EFAP/KPI Procurement of IT 0.01 RFQ Post Shopping Q1, 2023
D/Shoppin Equipment (Samplin
g/Goods/02 g)
EFAP/KPI Procurement of Office 0.005 RFQ Post Shopping Q1, 2023
D/Shoppin Furniture (Samplin
g/Goods/03 g)
EFAP/KPI Procurement of Vehicles 0.15 RFQ Post Shopping Q1, 2023
D/Shoppin (Samplin
g/Goods/04 g)
EFAP/KPI Procurement and Foxing of 0.1 RFQ Post Shopping Q2, 2023
D/Shoppin Hydrological Stream / Rain (Samplin
g/Goods/05 Gauges g)

Consulting Services
Package Estimated Selection Type of Advertisement
General Description Review Comments
Number Value ($ m) Method Proposal Date
EFAP/KPI Hiring of Detailed Design 5.91 SSS Prior STP Q4/2022 Non-Consulting
D and Construction Services: No
/DDCSC/0 Supervision Consultant Type: Firm
1 (DDCSC) Assignment: No
Advance Contracting:
Yes
Covid-19 Response?: No
Comments: SSS will be
carried out in light of the
professional approach &
continuous professional
liability requirements.
M/s NESPAK, as
nominated by the
Government of Khyber
Pakhtunkhwa based on
their objective
assessment of the past
performance of
consulting firms.

3) NHA
Procurement Plan

Basic Data
Project Name: Pakistan Emergency Flood Assistance Project
Project Number: 56312-001 Approval Number:
Country: Islamic Republic of Pakistan Executing Agency: National Highway Authority
Procurement Risk: Moderate Implementing Agency: National Highway Authority
Project Financing Amount: $ 162.6 million
ADB Financing: $150 million Project Closing Date: 30 June 2026
Government Financing: $12.6 million
Date of First Procurement Plan: 03 – 11 – 2022 Date of this Procurement Plan: 18-11- 2022
eGP: Yes (for
Procurement Plan Duration: Eighteen (18) months Advance contracting: Yes
publication)
46

A. Methods, Review and Procurement Plan


Except as the Asian Development Bank (ADB) may otherwise agree, the following methods shall apply
to procurement of goods, works, nonconsulting services, and consulting services.

Procurement of Goods, Works and Nonconsulting Services


Method Comments
Open Competitive Bidding (OCB) with local advertisement SBD Prequalification Documents, SBD 1S1E Large Works
following a prequalification with single-state one-envelope Bidding Documents, for Packages above $ 5 million
bidding procedures SBD Small Works
Request for Quotation Direct Contracting for two (02) contracts procured and
Direct Contracting awarded immediately in response to the flood emergency.

Consulting Services
Method Comments
Direct Contracting (Single-source Selection) Detail Design and Construction Supervision Consultant
SRFP, STP

B. List of Active Procurement Packages (Contracts)


The following table lists goods, works, nonconsulting, and consulting services contracts for which the
procurement activity is either ongoing or expected to commence within the procurement plan’s duration.

Goods, Works, and Nonconsulting Services


Package Estimated Procurement Bidding Advertisement
General Description Review Comments
Number Value ($m) Method Procedure Date
EFAP-NHA- Package-2: 6.624 OCB Post 1S1E Q1/2023 (a) Advertisement:
CW-02 Repair/Rehabilitation (Sampling National
and. Construction of )
Seven (07) Bridges on (b) Prequalification:
N-25 Yes

Lot-1: (c) Domestic


Repair/Rehabilitation of 4.095 preference: No
One (01) Bridges and
Construction of Three (d) Type of bidding
(03) New Bridges on N- documents: SBD
25 (Between Km 122 to Works
Km 150)
(e) Advance
Lot-2: Construction of contracting: No
Three (03) New Bridges
on N-25 (Between Km (f) e-GP: Yes (for
216 to Km 293) 2.529 advertisement and
PQ documents).

(g) COVID-19
Response: No

EFAP-NHA- Package-3: 3.093 OCB Post 1S1E Q1/2023 (a) Advertisement:


CW-03 Repair/Rehabilitation of (Sampling National .
Three (03) Bridges on )
N-25, and N-50 (b) Prequalification:
Yes
Lot-1:
Repair/Rehabilitation of 2.412 (c) Domestic
Bulleli Bridge NBC/SBC preference: No
on N-25 (At Km
700+700) (d) Type of bidding
documents: SBD
Lot-2: Small Works
Repair/Rehabilitation of 0.681
47

Goods, Works, and Nonconsulting Services


Package Estimated Procurement Bidding Advertisement
General Description Review Comments
Number Value ($m) Method Procedure Date
Two (2) Bridges on N- (e) Advance
50 contracting: No

(f) e-GP: Yes (for


advertisement and
PQ documents).

(g) COVID-19
Response: No

EFAP-NHA- Package-4: 5.196 OCB Post 1S1E Q1/2023 (a) Advertisement:


CW-04 Repair/Rehabilitation of (Sampling National .
Five (05) Bridges on M- )
8 and N-65 (b) Prequalification:
Yes
Lot-1:
Repair/Rehabilitation of 3.113 (c) Domestic
One (1) Bridges and preference: No
Construction of Two (2)
New Bridge on M-8 (d) Type of bidding
documents: SBD
Lot-2: Works
Repair/Rehabilitation of
One (1) Bridges and (e) Advance
Construction of One (1) 2.084 contracting: No
New Bridge on N-65
(f) e-GP: Yes (for
advertisement and
PQ documents).

(g) COVID-19
Response: No

EFAP-NHA- Package-5: 8.079 OCB Prior 1S1E Q1/2023 (a) Advertisement:


CW-05 Repair/Rehabilitation of National .
Six (06) Bridges on N-5
and N-55 (b) Prequalification:
Yes
Lot-1: Construction of
Three (3) New Bridges 1.991 (c) Domestic
on KTHH-N5 preference: No

Lot-2: (d) Type of bidding


Repair/Rehabilitation of documents: SBD
Two (2) Bridges and 6.088 Works
Construction of One (1)
New Bridge on N-55 (e) Advance
contracting: No

(f) e-GP: Yes (for


advertisement and
PQ documents).

(g) COVID-19
Response: No

EFAP-NHA- Package-6: 92.72 OCB Prior 1S1E Q1/2023 (a) Advertisement:


CW-06 Reconstruction, National .
48

Goods, Works, and Nonconsulting Services


Package Estimated Procurement Bidding Advertisement
General Description Review Comments
Number Value ($m) Method Procedure Date
Rehabilitation and
Improvement of N-5 (b) Prequalification:
from Ranipur to Moro Yes
(85 Km)
(c) Domestic
Lot-1: Reconstruction, 46.36 preference: No
Rehabilitation and
Improvement of 42.5 (d) Type of bidding
Km Long Ranipur - documents: SBD
Moro Section of N-5 Works
[NBC & SBC]
(e) Advance
contracting: No
Lot-2: Reconstruction,
Rehabilitation and (f) e-GP: Yes (for
Improvement of 42.5 46.36 advertisement and
Km Long Ranipur - PQ documents).
Moro Section of N-5
[NBC & SBC] (g) COVID-19
Response: No

EFAP-NHA- Package-1: 5.505 OCB Prior 1S1E Q1/2023 (a) Advertisement:


CW-01 Repair/Rehabilitation of National .
Nine (09) Bridges on N-
95, N-35 and N-15 (b) Prequalification:
Yes
Lot-1:
Repair/Rehabilitation of 1.715 (c) Domestic
Two (2) Bridges and preference: No
Construction of One (1)
New Bridge on N-95 (d) Type of bidding
documents: SBD
Lot-2: Works
Construction of Two (2)
New Bridges on N-15 (e) Advance
[AND] 3.790 contracting: No
Repair/Rehabilitation of
One (1) Bridge and (f) e-GP: Yes (for
Construction of Three advertisement and
(3) New Bridge on N-35 PQ documents).

(g) COVID-19
Response: No

Consulting Services
Estimated
Package Selection Type of Advertisement
General Description Value Review Comments
Number Method Proposal Date
($ m)
EFAP-NHA- Detail Design and 8.42 Single-source Prior STP Q4/2022 Non-Consulting
Cons_01 Construction Selection Services: No
Supervision Consultants Type: Firm
(DDCSC) Assignment: No
Advance
Contracting: Yes
Covid-19
Response?: No
Comments: SSS will
49

Consulting Services
Estimated
Package Selection Type of Advertisement
General Description Value Review Comments
Number Method Proposal Date
($ m)
be carried out in light
of the professional
approach &
continuous
professional liability
requirements. M/s
NESPAK, as
nominated by the
NHA based on their
objective
assessment of the
past performance of
consulting firms.

4) Balochistan – Irrigation
Procurement Plan

Basic Data
Project Name: Pakistan Emergency Flood Assistance Project
Project Number: 56312-001 Approval Number:
Executing Agency: Balochistan Irrigation
Country: Islamic Republic of Pakistan
Department
Implementing Agency: PMO Balochistan Water
Procurement Risk: Moderate
Resources Development Sector Project
Project Financing Amount: $ 56.8 million
ADB Financing: $50 million Project Closing Date: 30 June 2026
Government Financing: $6.8 million
Date of First Procurement Plan: 03 – 11 – 2022 Date of this Procurement Plan: 18-11- 2022

Procurement Plan Duration: Eighteen (18) months Advance contracting: Yes eGP: No

A. Methods, Review and Procurement Plan


Except as the Asian Development Bank (ADB) may otherwise agree, the following methods shall apply
to procurement of goods, works, nonconsulting services, and consulting services.

Procurement of Goods, Works and Nonconsulting Services


Method Comments
Procurement of Works National Advertising
Prior Review and Post Review (Sampling Basis); as the
mentioned below.
ADB SBD Pre-Qualification Documents
ADB Standard Bidding Documents for 1S1E Small Works.
Procurement of Goods ADB Standard Request For Quotation for Goods.

Consulting Services
Method Comments
Direct Contracting (Single Source Selection) STP – Minimum technical score of 750/1000 - National
50

B. List of Active Procurement Packages (Contracts)


The following table lists goods, works, nonconsulting, and consulting services contracts for which the
procurement activity is either ongoing or expected to commence within the procurement plan’s duration.

Goods, Works, and Nonconsulting Services


Package General Estimated Procurement Bidding Advertisement
Review Comments
Number Description Value ($m) Method Procedure Date
Advertisement: National
Prequalification of
bidders: Yes
Package-01: Domestic preference
Repair and applicable: No
Rehabilitation of Bidding document: SBD
Prior/
EFAP-BI- Five (05) Small Works (1S1E)
1.60 OCB Post 1S1E Q3/2023
CW-01 Reservoirs in Comments: NIL
(Sampling)
Awaran, e-GP: Yes (for
Gawadar and advertisement and PQ
Kech [RES] documents).
COVID-19 Response:
No

Advertisement: National
Prequalification of
bidders: Yes
Domestic preference
Package-02:
applicable: No
Repair and
Bidding document: SBD
Rehabilitation of
EFAP-BI- Post Small Works (1S1E)
Six (06) 1.70 OCB 1S1E Q3/2023
CW-02 (Sampling) Comments: NIL
Reservoirs in
e-GP: Yes (for
Districts Hub and
advertisement and PQ
Lasbela [RES]
documents).
COVID-19 Response:
No

Advertisement: National
Package-03: Prequalification of
Repair and bidders: Yes
Rehabilitation of Domestic preference
Two (02) applicable: No
Reservoirs in Bidding document: SBD
EFAP-BI- Districts Surab Post Small Works (1S1E)
3.50 OCB 1S1E Q3/2023
CW-03 and Khuzdar and (Sampling) Comments: NIL
Three (03) e-GP: Yes (for
Irrigation advertisement and PQ
Schemes in documents).
District Khuzdar COVID-19 Response:
[RES+PIS-FIS] No

Package-04: Advertisement: National


Repair and Prequalification of
Rehabilitation of bidders: Yes
Four (04) Domestic preference
Reservoirs in applicable: No
EFAP-BI- Districts Killa Post Bidding document: SBD
2.60 OCB 1S1E Q3/2023
CW-04 Abdullah and (Sampling) Small Works (1S1E)
Pishin, and Comments: NIL
Three (03) e-GP: Yes (for
Irrigation advertisement and PQ
Schemes in documents).
District Pishin COVID-19 Response:
51

Goods, Works, and Nonconsulting Services


Package General Estimated Procurement Bidding Advertisement
Review Comments
Number Description Value ($m) Method Procedure Date
and Quetta No
[RES+PIS-FIS]
Advertisement: National
Prequalification of
bidders: Yes
Package-05: Domestic preference
Repair and applicable: No
Rehabilitation of Bidding document: SBD
EFAP-BI- One (01) Post Small Works (1S1E)
3.40 OCB 1S1E Q3/2023
CW-05 Reservoir i.e., (Sampling) Comments: NIL
Malgagai Dam in e-GP: Yes (for
District Killa advertisement and PQ
Saifullah [RES] documents).
COVID-19 Response:
No

Advertisement: National
Prequalification of
Package-06:
bidders: Yes
Repair and
Domestic preference
Rehabilitation of
applicable: No
One (01)
Bidding document: SBD
Reservoirs in
EFAP-BI- Post Small Works (1S1E)
Districts Zhob 1.10 OCB 1S1E Q3/2023
CW-06 (Sampling) Comments: NIL
and One (01)
e-GP: Yes (for
Irrigation
advertisement and PQ
Scheme in
documents).
District Musakhel
COVID-19 Response:
[RES+PIS-FIS]
No

Advertisement: National
Prequalification of
bidders: Yes
Package-07: Domestic preference
Repair and applicable: No
Rehabilitation of Bidding document: SBD
EFAP-BI- Two (02) Post Small Works (1S1E)
0.70 OCB 1S1E Q3/2023
CW-07 Reservoirs in (Sampling) Comments: NIL
Districts Kharan e-GP: Yes (for
and Nushki advertisement and PQ
[RES] documents).
COVID-19 Response:
No

Package-08: Advertisement: National


Repair and Prequalification of
Rehabilitation of bidders: Yes
One (01) Domestic preference
Reservoirs in applicable: No
Districts Kachi Bidding document: SBD
EFAP-BI- and One (01) Post Small Works (1S1E)
1.40 OCB 1S1E Q3/2023
CW-08 First & Second (Sampling) Comments: NIL
Distribution e-GP: Yes (for
Googi advertisement and PQ
Distribution documents).
Structures Lehri COVID-19 Response:
River in District No
Sibi [RES]
EFAP-BI- Package-09: 2.70 OCB Post 1S1E Q3/2023 Advertisement: National
52

Goods, Works, and Nonconsulting Services


Package General Estimated Procurement Bidding Advertisement
Review Comments
Number Description Value ($m) Method Procedure Date
CW-09 Repair and (Sampling) Prequalification of
Rehabilitation of bidders: Yes
Bund Khushdil Domestic preference
Khan and its applicable: No
Flood Protection Bidding document: SBD
Works in District Small Works (1S1E)
Pishin [RES] Comments: NIL
e-GP: Yes (for
advertisement and PQ
documents).
COVID-19 Response:
No

Advertisement: National
Prequalification of
Package-10:
bidders: Yes
Repair and
Domestic preference
Rehabilitation of
applicable: No
Six (06)
Bidding document: SBD
Perennial
EFAP-BI- Post Small Works (1S1E)
Irrigation 2.40 OCB 1S1E Q3/2023
CW-10 (Sampling) Comments: NIL
Schemes and
e-GP: Yes (for
Flood Irrigation
advertisement and PQ
Schemes in
documents).
District Harnai
COVID-19 Response:
[PIS-FIS]
No

Advertisement: National
Prequalification of
Package-11:
bidders: Yes
Repair and
Domestic preference
Rehabilitation of
applicable: No
Four (04)
Bidding document: SBD
Perennial
EFAP-BI- Post Small Works (1S1E)
Irrigation 1.70 OCB 1S1E Q1/2023
CW-11 (Sampling) Comments: NIL
Schemes and
e-GP: Yes (for
Flood Irrigation
advertisement and PQ
Schemes in
documents).
District Harnai
COVID-19 Response:
[PIS-FIS]
No

Advertisement: National
Prequalification of
Package-12:
bidders: Yes
Repair and
Domestic preference
Rehabilitation of
applicable: No
Two (02)
Bidding document: SBD
Perennial
EFAP-BI- Post Small Works (1S1E)
Irrigation 0.70 OCB 1S1E Q1/2023
CW-12 (Sampling) Comments: NIL
Schemes and
e-GP: Yes (for
Flood Irrigation
advertisement and PQ
Schemes in
documents).
District Harnai
COVID-19 Response:
[PIS-FIS]
No

Package-13: Advertisement: National


EFAP-BI- Construction of Prequalification of
4.30 OCB Prior 1S1E Q1/2023
CW-13 Fuleji Chattar bidders: Yes
Dispersal Domestic preference
53

Goods, Works, and Nonconsulting Services


Package General Estimated Procurement Bidding Advertisement
Review Comments
Number Description Value ($m) Method Procedure Date
Structure and applicable: No
Lunda Balena Bidding document: SBD
Dispersal Small Works (1S1E)
Structure in Comments: NIL
District e-GP: Yes (for
Naseerabad advertisement and PQ
(Single Lot) documents).
COVID-19 Response:
No

Advertisement: National
Prequalification of
bidders: Yes
Domestic preference
Package-14:
applicable: No
Repair and
Bidding document: SBD
Rehabilitation of
EFAP-BI- Post Small Works (1S1E)
Three (03) Flood 1.40 OCB 1S1E Q2/2023
CW-14 (Sampling) Comments: NIL
Protection Works
e-GP: Yes (for
in District Harnai
advertisement and PQ
[FPS]
documents).
COVID-19 Response:
No

Advertisement: National
Prequalification of
bidders: Yes
Domestic preference
Package-15:
applicable: No
Repair and
Bidding document: SBD
Rehabilitation of
EFAP-BI- Post Small Works (1S1E)
Flood Protection 0.50 OCB 1S1E Q2/2023
CW-15 (Sampling) Comments: NIL
Bund Chukki
e-GP: Yes (for
village in District
advertisement and PQ
Jhal Magsi [FPS]
documents).
COVID-19 Response:
No

Package-16: Advertisement: National


Improvement of Prequalification of
Flood Protection bidders: Yes
Bund Kech Kaur Domestic preference
Near Malikki Bag applicable: No
Restoration work Bidding document: SBD
EFAP-BI- and Construction Post Small Works (1S1E)
0.50 OCB 1S1E Q2/2023
CW-16 of Retaining Wall (Sampling) Comments: NIL
Along Weak e-GP: Yes (for
Portions of Both advertisement and PQ
Banks of the documents).
Kech Kaur Flood COVID-19 Response:
Protection Bund. No
[FPS]
Package-17: Advertisement: National
Repair and Prequalification of
Rehabilitation of bidders: Yes
EFAP-BI- Post
Two (02) Flood 0.90 OCB 1S1E Q2/2023 Domestic preference
CW-17 (Sampling)
Protection Works applicable: No
in District Killa Bidding document: SBD
Abdullah [FPS] Small Works (1S1E)
54

Goods, Works, and Nonconsulting Services


Package General Estimated Procurement Bidding Advertisement
Review Comments
Number Description Value ($m) Method Procedure Date
Comments: NIL
e-GP: Yes (for
advertisement and PQ
documents).
COVID-19 Response:
No

Advertisement: National
Prequalification of
bidders: Yes
Package-18: Domestic preference
Construction of applicable: No
Flood Protection Bidding document: SBD
EFAP-BI- Wall along Shina Post Small Works (1S1E)
0.50 OCB 1S1E Q2/2023
CW-18 Khuwara River (Sampling) Comments: NIL
Nasai Area e-GP: Yes (for
District Killa advertisement and PQ
Saifullah. [FPS] documents).
COVID-19 Response:
No

Advertisement: National
Prequalification of
bidders: Yes
Domestic preference
Package-19:
applicable: No
Repair and
Bidding document: SBD
Rehabilitation of
EFAP-BI- Small Works (1S1E)
Ten (10) Flood 4.50 OCB Prior 1S1E Q2/2023
CW-19 Comments: NIL
Protection Works
e-GP: Yes (for
in District
advertisement and PQ
Lasbela [FPS]
documents).
COVID-19 Response:
No

Advertisement: National
Prequalification of
bidders: Yes
Domestic preference
Package-20:
applicable: No
Repair and
Bidding document: SBD
Rehabilitation of
EFAP-BI- Post Small Works (1S1E)
Flood Protection 0.30 OCB 1S1E Q2/2023
CW-20 (Sampling) Comments: NIL
Works at Khan
e-GP: Yes (for
Kach in District
advertisement and PQ
Musa Khel [FPS]
documents).
COVID-19 Response:
No

Advertisement: National
Package-21: Prequalification of
Repair and bidders: Yes
Rehabilitation of Domestic preference
EFAP-BI- Three (03) Flood Post applicable: No
0.30 OCB 1S1E Q2/2023
CW-21 Protection Bund (Sampling) Bidding document: SBD
Landhi Village in Small Works (1S1E)
District Nushki Comments: NIL
[FPS] e-GP: Yes (for
advertisement and PQ
55

Goods, Works, and Nonconsulting Services


Package General Estimated Procurement Bidding Advertisement
Review Comments
Number Description Value ($m) Method Procedure Date
documents).
COVID-19 Response: No
Advertisement: National
Prequalification of
bidders: Yes
Package-22: Domestic preference
Repair and applicable: No
Rehabilitation of Bidding document: SBD
EFAP-BI- Qadirabad Flood Post Small Works (1S1E)
0.50 OCB 1S1E Q2/2023
CW-22 Protection / (Sampling) Comments: NIL
Cunnet in Distrct e-GP: Yes (for
Naseerabad advertisement and PQ
[FPS] documents).
COVID-19 Response:
No

Advertisement: National
Prequalification of
bidders: Yes
Domestic preference
Package-23:
applicable: No
Repair and
Bidding document: SBD
Rehabilitation of
EFAP-BI- Small Works (1S1E)
Fourteen (14) 6.40 OCB Prior 1S1E Q3/2023
CW-23 Comments: NIL
Flood Protection
e-GP: Yes (for
Works in District
advertisement and PQ
Pishin [FPS]
documents).
COVID-19 Response:
No

Advertisement: National
Prequalification of
Package-24: bidders: Yes
Repair and Domestic preference
Rehabilitation applicable: No
Flood Protection Bidding document: SBD
EFAP-BI- Works in Hana Post Small Works (1S1E)
1.80 OCB 1S1E Q3/2023
CW-24 Area, Nawa Killi (Sampling) Comments: NIL
and Surrounding e-GP: Yes (for
Areas of City in advertisement and PQ
District Quetta documents).
[FPS] COVID-19 Response:
No

Advertisement: National
Prequalification of
bidders: Yes
Domestic preference
Package-25:
applicable: No
Repair and
Bidding document: SBD
Rehabilitation of
EFAP-BI- Post Small Works (1S1E)
FP Bund 0.40 OCB 1S1E Q2/2023
CW-25 (Sampling) Comments: NIL
Qamardin Karez
e-GP: Yes (for
in District Zhob
advertisement and PQ
[FPS]
documents).
COVID-19 Response:
No

EFAP-BI- Procurement of 0.170 RFQ Prior Q1/2023 Advertisement: National


56

Goods, Works, and Nonconsulting Services


Package General Estimated Procurement Bidding Advertisement
Review Comments
Number Description Value ($m) Method Procedure Date
Goods-01 4x4 double cabin Prequalification of
vehicles bidders: No
including Domestic preference
insurance, taxes applicable: No
and registration Bidding document:
RFQG
Comments: NIL
e-GP: Yes (for
advertisement)
COVID-19 Response: No
Advertisement: National
Prequalification of
bidders: No
Procurement of
Domestic preference
Sedan Cars/4x4
applicable: No
EFAP-BI- small offroad Post
0.191 RFQ Q1/2023 Bidding document:
Goods-02 including (Sampling)
RFQG
insurance, taxes
Comments: NIL
and registration
e-GP: Yes (for
advertisement)
COVID-19 Response: No
Advertisement: National
Office Equipment Prequalification of
(5 Laptops, 4 bidders: No
Desktops, 2 Domestic preference
heavy duty applicable: No
EFAP-BI- Post
Printers, 2 0.023 RFQ Q1/2023 Bidding document:
Goods-03 (Sampling)
Photocopiers, 1 RFQG
Binding Comments: NIL
Machines etc) e-GP: Yes (for
advertisement)
COVID-19 Response: No
Advertisement: National
Prequalification of
bidders: No
Domestic preference
Office Furniture applicable: No
EFAP-BI- Post
(office tables, 0.005 RFQ Q1/2023 Bidding document:
Goods-04 (Sampling)
chairs etc) RFQG
Comments: NIL
e-GP: Yes (for
advertisement)
COVID-19 Response: No

Consulting Services
Package Estimated Selection Type of Advertisement
General Description Review Comments
Number Value ($m) Method Proposal Date
EFAP-BI- Hiring of Project 5.99 SSS Prior STP Q4/2022 Non-Consulting Services:
CONS-01 Management No
Consultant (PMC) for Type: Firm
Detailed Engineering Assignment: National
Design and Advance Contracting: Yes
Construction Covid-19 Response?: No
Supervision Comments: SSS will be
Services. carried out in light of the
professional approach &
continuous professional
liability requirements.
57

Consulting Services
Package Estimated Selection Type of Advertisement
General Description Review Comments
Number Value ($m) Method Proposal Date
Cameos Consultants and
Rehman Habib
Consultants (JV) has
been nominated by the
Govt. of Balochistan
based on their objective
assessment of the past
performance of consulting
firms.
EFAP-BI- Hiring of Five (5) 0.38 EOI Prior ICS Q4/2022 Non-Consulting Services:
CONS-02, Individual Consultant No
03, 04, 05, Type: Individual
06 Assignment: National
Expertise: (i) Procurement
Specialist, (ii) Social
Safeguards Specialist, (iii)
Gender Specialist, (iv)
Environmental Specialist;
and (v) Financial
Management Specialist.
Advance Contracting: Yes
Covid-19 Response? No
Comments: single
contract

5) Balochistan – Agriculture (Loan and JFPR Grant [Additional Financing])

Procurement Plan

Basic Data
Project Name: Emergency Flood Assistance Project (EFAP)
Project Number: 56312-001 (loan); 56312-002 (JFPR Approval Number: Loan: 4729
grant) JFPR Grant: TBD
Executing Agency: Balochistan Agriculture and
Country: Islamic Republic of Pakistan
Cooperatives Department (BACD)
Procurement Risk: Moderate Implementing Agency: BACD
Project Financing Amount: $ 21.4 m
ADB Financing: $15.0m
Project Closing Date, Loan: 30 June 2026
ADB Additional financing of cofinancing (ADB
Procurement Closing date, JFPR Grant: TBD
Administered): $5.0m
Government Financing: $1.4m
Date of this Procurement Plan, Loan: November
Date of First Procurement Plan, Loan: November 2022
2022
Date of First Procurement Plan, JFPR Grant: TBD
Date of Procurement Plan, JFPR Grant: TBD
Procurement Plan Duration, Loan: Eighteen (18)
Advance contracting: eGP: Yes
months
Yes (for publication)
Procurement Plan Duration, JFPR Grant: TBD
58

A. Methods, Review and Procurement Plan


Except as the Asian Development Bank (ADB) may otherwise agree, the following methods shall apply
to procurement of goods, works, nonconsulting services, and consulting services.

Procurement of Goods, Works and Nonconsulting Services


Method Comments
Procurement of Works CPP through RFQ for Goods and Works
First Prior Review Thereafter Post Review (Sampling
Basis
Procurement of Goods (Off-the-Shelf items i.e., Vehicles, IT Standard Request for Quotation (Goods)
Equipment Office Furniture)
Procurement of Nonconsulting Services Direct contracting (FAO) for project implementation
including procurement and monitoring

Consulting Services
Method Comments
CQS STP– Minimum technical score of 750/1000 - National

B. List of Active Procurement Packages (Contracts)


The following table lists goods, works, nonconsulting, and consulting services contracts for which the
procurement activity is either ongoing or expected to commence within the procurement plan’s duration.

Goods, Works, and Nonconsulting Services


Estimated
Package Procurement Bidding Advertisement
General Description Value Review Comments
Number Method Procedure Date
($m)
EFAP- Rehabilitation of 1.516 CPP Prior RFQ Q1/2023 (a) Advertisement: No
BA-WC Watercourses (b) Prequalification: No
(Canal) (Canal Areas) in (c) Domestic preference: No
-01 to onwards Districts Jaffarabad, (d) Type of bidding
Naseerabad, and documents: RFQ
Sohbatpur. (e) Advance contracting: No
(f) e-GP:
(g) COVID-19 Response: No
(h) Number of Contracts:
Multiple
EFAP- Rehabilitation of 0.945 CPP Post RFQ Q1/2023 (a) Advertisement: No
BA-WC Watercourses (Sampling) (b) Prequalification: No
(Barani)- (Barani Areas) in (c) Domestic preference: No
01 to onwards Districts Awaran, (d) Type of bidding
Barkhan, Jhal documents: RFQ
Magsi, Kachhi, Killa (e) Advance contracting: No
Abdullah, Killa (f) e-GP:
Saifullah, Kohlu, (g) COVID-19 Response: No
Lasbela, Loralai, (h) Number of Contracts:
Musakhail, Panjgur, Multiple
Pishin, and Zhob.
EFAP- Rehabilitation of 0.564 CPP Post RFQ Q1/2023 (a) Advertisement: No
BA-PVC Pipe PVC Pipe (4" Dia) in (Sampling) (b) Prequalification: No
(4")- Districts Awaran, (c) Domestic preference: No
01 to onwards Barkhan, Jhal (d) Type of bidding
Magsi, Kachhi, Killa documents: RFQ
Abdullah, Killa (e) Advance contracting: No
Saifullah, Kohlu, (f) e-GP:
Lasbela, Loralai, (g) COVID-19 Response: No
Musakhail, Panjgur, (h) Number of Contracts:
Pishin, and Zhob. Multiple
EFAP-BA-PVC Rehabilitation of 0.416 CPP Post RFQ Q1/2023 (a) Advertisement: No
Pipe (3")-01 to PVC Pipe (3" Dia) in (Sampling) (b) Prequalification: No
59

Goods, Works, and Nonconsulting Services


Estimated
Package Procurement Bidding Advertisement
General Description Value Review Comments
Number Method Procedure Date
($m)
onwards Districts Awaran, (c) Domestic preference: No
Barkhan, Jhal (d) Type of bidding
Magsi, Kachhi, Killa documents: RFQ
Abdullah, Killa (e) Advance contracting: No
Saifullah, Kohlu, (f) e-GP:
Lasbela, Loralai, (g) COVID-19 Response: No
Musakhail, Panjgur, (h) Number of Contracts:
Pishin, and Zhob. Multiple
EFAP- Restoration of 1.491 CPP Post RFQ Q1/2023 (a) Advertisement: No
BA- Bandat (Sampling) (b) Prequalification: No
Bandat- (Embankment & (c) Domestic preference: No
01 to onwards Inlets/Outlets) in (d) Type of bidding
Districts Awaran, documents: RFQ
Barkhan, (e) Advance contracting: No
Jaffarabad, Jhal (f) e-GP:
Magsi, Kachhi, Killa (g) COVID-19 Response: No
Abdullah, Killa (h) Number of Contracts:
Saifullah, Kohlu, Multiple
Lasbela, Loralai,
Musakhail,
Naseerabad,
Panjgur, Pishin,
Sohbatpur, and
Zhob
EFAP- Construction of 0.806 CPP Post RFQ Q1/2023 (a) Advertisement: No
BA-WrDiv Wier/Diversion (Sampling) (b) Prequalification: No
-01 to onwards Structures in District (c) Domestic preference: No
Awaran, Barkhan, (d) Type of bidding
Jhal Magsi, Kachhi, documents: RFQ
Killa Abdullah, Killa (e) Advance contracting: No
Saifullah, Kohlu, (f) e-GP:
Lasbela, Loralai, (g) COVID-19 Response: No
Musakhail, (h) Number of Contracts:
Naseerabad, Multiple
Panjgur, Pishin, and
Zhob
EFAP- Land Leveling in 3.881 CPP Post RFQ Q1/2023 (a) Advertisement: No
BA- Districts Awaran, (Sampling) (b) Prequalification: No
LandLev Barkhan, (c) Domestic preference: No
-01 to onwards Jaffarabad, Jhal (d) Type of bidding
Magsi, Kachhi, Killa documents: RFQ
Abdullah, Killa (e) Advance contracting: No
Saifullah, Lasbela, (f) e-GP:
Loralai, Musakhail, (g) COVID-19 Response: No
Naseerabad, (h) Number of Contracts:
Panjgur, Pishin, Multiple
Sohbatpur, and
Zhob
EFAP-BA- Replacement of 0.481 CPP Post RFQ Q1/2023 (a) Advertisement: No
DW(100')-01 Dugwells (100 ft) in (Sampling) (b) Prequalification: No
to onwards Districts Awaran, (c) Domestic preference: No
Barkhan, (d) Type of bidding
Jaffarabad, Jhal documents: RFQ
Magsi, Kachhi, Killa (e) Advance contracting: No
Abdullah, Killa (f) e-GP:
Saifullah, Kohlu, (g) COVID-19 Response: No
Lasbela, Loralai, (h) Number of Contracts:
Musakhail, Multiple
60

Goods, Works, and Nonconsulting Services


Estimated
Package Procurement Bidding Advertisement
General Description Value Review Comments
Number Method Procedure Date
($m)
Naseerabad,
Panjgur, Pishin,
Sohbatpur, and
Zhob
EFAP-BA- Reconstructon and 0.136 CPP Post RFQ Q1/2023 (a) Advertisement: No
WST(30x30)- Rehabilitation of (Sampling) (b) Prequalification: No
01 to onwards Water Storage (c) Domestic preference: No
Tanks (30*30*4.5) in (d) Type of bidding
Districts Awaran, documents: RFQ
Barkhan, (e) Advance contracting: No
Jaffarabad, Jhal (f) e-GP:
Magsi, Kachhi, Killa (g) COVID-19 Response: No
Abdullah, Killa (h) Number of Contracts:
Saifullah, Kohlu, Multiple
Lasbela, Loralai,
Musakhail,
Naseerabad,
Panjgur, Pishin,
Sohbatpur, and
Zhob.
EFAP-BA- Reconstructon and 0.418 CPP Post RFQ Q1/2023 (a) Advertisement: No
WST(40x40)- Rehabilitation of (Sampling) (b) Prequalification: No
01 to Water Storage (c) Domestic preference:
onwards Tanks (40*40*4.5) No
in Districts (d) Type of bidding
Awaran, Barkhan, documents: RFQ
Jaffarabad, Jhal (e) Advance contracting:
Magsi, Kachhi, No
Killa Abdullah, (f) e-GP:
Killa Saifullah, (g) COVID-19 Response:
Kohlu, Lasbela, No
Loralai, Musakhail, (h) Number of Contracts:
Naseerabad, Multiple
Panjgur, Pishin,
Sohbatpur, and
Zhob.
EFAP-BA- Reconstructon and 0.568 CPP Post RFQ Q1/2023 (a) Advertisement: No
WST(50x50)- Rehabilitation of (Sampling) (b) Prequalification: No
01 to Water Storage (c) Domestic preference:
onwards Tanks (50*50*4.5) No
in Districts (d) Type of bidding
Awaran, Barkhan, documents: RFQ
Jaffarabad, Jhal (e) Advance contracting:
Magsi, Kachhi, No
Killa Abdullah, (f) e-GP:
Killa Saifullah, (g) COVID-19 Response:
Kohlu, Lasbela, No
Loralai, Musakhail, (h) Number of Contracts:
Naseerabad, Multiple
Panjgur, Pishin,
Sohbatpur, and
Zhob.
EFAP-BA- Restoration and 0.650 CPP Post RFQ Q1/2023 (a) Advertisement: No
HEIS-01 to Rehabilitation of (Sampling) (b) Prequalification: No
onwards High Efficiency (c) Domestic preference:
Irrigation Systems No
(4 Acres) in District (d) Type of bidding
Awaran, Barkhan, documents: RFQ
Jaffarabad, Jhal (e) Advance contracting:
Magsi, Kachhi, No
Killa Abdullah, (f) e-GP:
Killa Saifullah, (g) COVID-19 Response:
61

Goods, Works, and Nonconsulting Services


Estimated
Package Procurement Bidding Advertisement
General Description Value Review Comments
Number Method Procedure Date
($m)
Kohlu, Lasbela, No
Loralai, Musakhail, (h) Number of Contracts:
Naseerabad, Multiple
Panjgur, Pishin
and Zhob
EFAP-BA- Procurement of 0.164 RFQ Prior Q1/2023 Advertisement: National
Goods-01 4x4 double cabin Prequalification of bidders:
vehicles including No
insurance, taxes Domestic preference
and registration for applicable: No
PMO Office at Bidding document: RFQG
Provincial Level Comments: NIL
e-GP: Yes (for
advertisement)
COVID-19 Response: No
EFAP-BA- Procurement of 0.273 RFQ Post Q1/2023 Advertisement: National
Goods-02 4x4 double cabin Prequalification of bidders:
vehicles including No
insurance, taxes Domestic preference
and registration for applicable: No
PMO Office at Bidding document: RFQG
Divisional Level Comments: NIL
e-GP: Yes (for
advertisement)
COVID-19 Response: No
EFAP-BA- Procurement of IT 0.011 RFQ Post Q1/2023 Advertisement: National
Goods-03 Equipment and (Sampling) Prequalification of bidders:
Furniture for PMO No
Office at Provincial Domestic preference
Level applicable: No
Bidding document: RFQG
Comments: NIL
e-GP: Yes (for
advertisement)
COVID-19 Response: No
EFAP-BA- Procurement of IT 0.009 RFQ Post Q1/2023 Advertisement: National
Goods-04 Equipment and (Sampling) Prequalification of bidders:
Furniture for PMO No
Office at Divisional Domestic preference
Level applicable: No
Bidding document: RFQG
Comments: NIL
e-GP: Yes (for
advertisement)
COVID-19 Response: No
EFAP-BA- Procurement of IT 0.029 RFQ Post Q1/2023 Advertisement: National
Goods-05 Equipment and (Sampling) Prequalification of bidders:
Furniture for PMO No
Office at District Domestic preference
Level applicable: No
Bidding document: RFQG
Comments: NIL
e-GP: Yes (for
advertisement)
COVID-19 Response: No
AF-FAO -G1 Nonconsulting 5.0 Direct Prior Outputs Q1/2023 Including procurement
project contracting Agreement services for rice seed,
Implementation farming toolkits and
services package protective footwears.
COVID-19 Response: No
62

Consulting Services
Package Estimated Selection Type of Advertisement
General Description Review Comments
Number Value ($m) Method Proposal Date
EFAP- Project Supervision 0.970 CQS Prior SRFP Q4/2022 Non-Consulting Services:
BA-Cons- and Monitoring STP No
01 (PSM) Consultant Type: Firm
Assignment: National
Advance Contracting: Yes
Covid-19 Response?: No
Comments:
EFAP- Hiring of Two (02) 0.07 ICS Prior EOI Q4/2022 Non-Consulting Services:
BA-Cons- Individual No
02 and 03 Consultant Type: Individual
Assignment: National
Expertise: (i) Procurement
Specialist, (ii) Financial
Management Specialist.
Advance Contracting: Yes
Covid-19 Response? No
Comments: Two (02)
Contracts

D. Consultant's Terms of Reference

34. The terms of reference for the loan and grant financed consulting firms and individual
consultant are in Appendix 3.

VII. SAFEGUARDS

35. An ESMF has been prepared for the EFAP. The ESMF provides safeguard policies,
guidelines, codes of practice, and procedures applicable for the activities funded under this
project. The document defines the processes and procedures for the assessment, monitoring,
and management of environmental and social issues. The document also reviews safeguard
policies at the national level, identifies gaps, if any, with ADB’s SPS 2009 requirements, and
describes the principles, objectives, approaches, and site-specific environmental and social
mitigation measures that will be followed. Templates for screening and draft outline of a land
acquisition and resettlement plan (LARP), for those projects where a LARP is required, are
included in the ESMF.

36. Project activities are mainly focused upon the rehabilitation of critical infrastructure. No
new construction activities will occur, and all works will be confined to the areas of the
infrastructure to be rehabilitated. Outputs 1 and 2 may have minor land acquisition requirements
for strengthening activities but there are few, if any, severe involuntary resettlement impacts
expected. Outputs 1 and 2 of the projects will have limited site-specific environmental impacts
related to deterioration of ambient air quality, noise generation, occupational and community
health and safety during the construction phase. Output 3 will have negligible environmental
impacts. Each subproject under the 3 outputs will be individually categorized at the beginning of
the environmental and social planning process, based on Rapid Environmental Assessment
(REA), involuntary resettlement, and indigenous peoples checklists. Any category A environment
subprojects will be excluded, while category B and C subprojects will require preparation of IEE
reports and environmental management plans respectively.

37. The existing project management and implementation units of the executing and/or
implementing agencies implementing ADB-funded projects have established the environment and
social units (ESU) that are adequately trained and staffed to manage the social safeguard
requirements of SPS and EFAP. Additional capacity building for the specific conditions of the EAL
63

will be provided through ongoing technical assistance (TA). The ESUs will appoint an additional
environment, health and safety specialist and a social safeguards specialist, specifically for this
project. Where necessary environmental management and monitoring tasks will be supported by
consultants. The ESUs of respective executing and/or implementing agencies will prepare REA
checklists to confirm environmental safeguards category, involuntary resettlement, and
indigenous peoples screening to confirm social safeguards categories, undertake environmental
and social due diligence of subprojects (IEE/EMP/LARP/resettlement plan as required),
undertaking routine monitoring of subprojects per the requirements of the EMP, ESMF, and
preparing environmental and social monitoring reports every six months. Although the project will
be category B for involuntary resettlement, external monitor(s) for social safeguards will be
engaged by the PIUs, for reporting and preparation of compliance reports for LARPs or
resettlement plans. Safeguards provisions will be included in civil works contracts where required.
No contract awards shall be made until involuntary resettlement planning instruments are
prepared, and no civil works shall commence until full implementation of LARPs/ resettlement
plans are verified by external monitor(s).

38. Prohibited investment activities. Pursuant to ADB’s SPS (2009), ADB funds may not
be applied to the activities described on the ADB Prohibited Investment Activities List set forth at
Appendix 4 of the Safeguard Policy Statement.

VIII. GENDER AND SOCIAL DIMENSIONS

39. The project is categorized as effective gender mainstreaming (EGM). It will support
livelihood restoration for women engaged in agriculture by conducting skills training programs on
good practices and approaches on sustainable agriculture. It will facilitate women’s engagement
in alternative and/or other economic activities by providing capacity development on
entrepreneurship and viable enterprises that they can establish. Women will acquire knowledge
on prevention and management of GBV, as well as information on helplines and support
organizations for assistance. The training/capacity development activities on GBV, sustainable
agriculture, entrepreneurship, and enterprise development will be implemented under the
attached TA. The proposed additional financing will provide women from the targeted farm
households with durable farming tool kits and protective footwear to enable them to reengage in
agricultural activities and contribute to food security and income restoration for their families. A
project gender specialist will be engaged under the PMU/PIU to support the implementation of
the gender action plan (GAP), facilitate the monitoring and reporting on progress and results.
Below is the Gender Action Plan for the project.

Gender Action Plan

Activity Performance Indicators/Targets Responsibility Timeframe


Output 1. Flood-damaged roads and bridges in project areas rehabilitated and reconstructed
1.1 Develop and 1.1.1 Key findings from assessment of PMU/PIU Q1 2023–Q4
conduct awareness- awareness/knowledge on GBV project gender 2025
raising program/s on incorporated in the information campaign specialist
gender-based approaches, materials
violence.a 1.1.2 At least two types of information campaign
approaches on prevention and
management of GBV developed. (2022
baseline: NA)
1.1.3 By 2025, five information campaigns on
GBV conducted among the women in
Sindh with at least 50 women participants
from each campaign reported knowledge
64

Activity Performance Indicators/Targets Responsibility Timeframe


on at least two approaches on prevention
and management of GBV. (2022 baseline:
0) (DMF Target)
1.2 Develop and 1.2.1 Key findings from knowledge and skills PMU/PIU Q1 2023–Q4
conduct training/s on assessment incorporated in the training project gender 2025
good practices, design and training modules. specialist
technologies, 1.2.2 At least one training module on good
approaches on practices, approaches on sustainable
sustainable, climate- agriculture and nutrition relevant to the
resilient agriculture context of Sindh developed.
and nutritiona 1.2.3 Two skills trainings per year on good
practices in sustainable agriculture and
nutrition conducted among the women in
Sindh with at least 30 women participants
from each training reported knowledge
and skills on at least two good practices in
sustainable agriculture and nutrition.
(2022 baseline: 0) (DMF Target)
1.3 Develop and 1.3.1 Key findings from knowledge and skills PMU/PIU Q1 2023–Q4
conduct training assessment incorporated in the training project gender 2025
program on design and training modules. specialist
entrepreneurship 1.3.2 One training module on basic
and viable entrepreneurship developed.
enterprises.a 1.3.3 Training modules for at least 3 types of
viable enterprises for Sindh developed.
1.3.4 At least 60% of women participants
reported knowledge and skills on
entrepreneurship and viable enterprises
(2022 baseline: 0) (DMF Target)
Output 2. Flood-damaged irrigation, drainage, and flood risk management infrastructure in Balochistan
and Khyber Pakhtunkhwa rehabilitated and/or upgraded
2.1 Construct 2.1.1 30 footbridges and/or passages in strategic PMU/PIU Q1 2023–Q4
passage bridges in locations of the irrigation system constructed project gender 2025
strategic locations of (DMF Target) specialist
the irrigation
system.b
2.2 Develop and 2.2.1 Key findings from assessment of PMU/PIU Q1 2023–Q4
conduct awareness- awareness/knowledge on GBV project gender 2025
raising program/s on incorporated in the information campaign specialist
gender-based approaches, materials
violence20F22F22F.a 2.2.2 At least two types of information campaign
approaches on prevention and
management of GBV developed. (2022
baseline: NA)
2.2.3 By 2025, five information campaigns on
GBV conducted each for Khyber
Pakhtunkhwa and Balochistan with at
least 50 women participants from each
campaign reported knowledge on at least
two approaches on prevention and
management of GBV. (2022 baseline: 0)
(DMF Target)
2.3 Develop and 2.3.1 Key findings from knowledge and skills PMU/PIU Q1 2023–Q4
conduct training/s on assessment incorporated in the training project gender 2025
good practices, design and training modules. specialist
technologies, 2.3.2 At least one training module each for
approaches on Khyber Pakhtunkhwa and Balochistan on
sustainable, climate- good practices, approaches on
resilient agriculture sustainable agriculture and nutrition
and nutrition.a relevant to the context of each province
developed.
65

Activity Performance Indicators/Targets Responsibility Timeframe


2.3.3 Two skills trainings per year separately for
Khyber Pakhtunkhwa and Balochistan on
good practices in sustainable agriculture
and nutrition conducted with at least 30
women participants from each training
reported knowledge and skills on at least
two good practices in sustainable
agriculture and nutrition. (2022 baseline:
0) (DMF Target)
2.4 Develop and 2.4.1 Key findings from knowledge and skills PMU/PIU Q1 2023–Q4
conduct training assessment incorporated in the training project gender 2025
program on design and training modules. specialist
entrepreneurship 2.4.2 One training module on basic
and viable entrepreneurship developed.
enterprises.a 2.4.3 Training modules for at least 3 types of
viable enterprises separately for Khyber
Pakhtunkhwa and Balochistan developed.
2.4.4 At least 60% of women participants
reported knowledge and skills on
entrepreneurship and viable enterprises
(2022 baseline: 0) (DMF Target)

Output 3. Rural livelihood systems in Balochistan restored


3.1 Distribute small 3.1.1 At least 60,000 women regularly used JFPR grant January–
farming toolkits and small farming toolkits and protective implementing November
gum shoes among footwear for safe agricultural partner – Food 2023
women activities (2022 baseline: 0) (DMF Target) and Agriculture
Organization of
the United
Nations
a To be done under the technical assistance attached to the project.
b The construction of passage bridges will enable women to draw and carry water for household use and for their
vegetable plots.

IX. PERFORMANCE MONITORING, EVALUATION, REPORTING, AND


COMMUNICATION

A. Project Design and Monitoring Framework

The revised design and monitoring framework strikes out content for deletion and underlines
content to be added.

Impact the Project is Aligned with


An inclusive and resilient recovery from the 2022 floods (Pakistan Floods 2022: Post-Disaster Needs Assessment)a
Risks and
Data Sources and Critical
Results Chain Performance Indicators Reporting Mechanisms Assumptions
Outcome By 2027
Flood-affected a. Average travel time on N-5 from a. National Highway R: Prolonged
infrastructure and Sukkur to Hyderabad reduced to Authority annual report economic
livelihoods 5 hours (2022 baseline: 7 hours) slowdown and
improved political
b. Average International Roughness b. Annual report of the Sindh tensions shift the
Index of 2 or less for the rehabilitated Communication and Works government’s priority
Sindh road network achieved (2022 Departments away from the post-
66

Risks and
Data Sources and Critical
Results Chain Performance Indicators Reporting Mechanisms Assumptions
baseline: 6) (OP5.1.1) flood reconstruction
and recovery
c. Irrigation system providing water to c.–d. Annual report of
75,000 ha in Khyber Pakhtunkhwa irrigation department of A: Committed funds
and Balochistan reconstructed and Khyber Pakhtunkhwa and and projects for the
rehabilitated, incorporating climate- Balochistan PDNA recovery
resilient design (2022 baseline: 0) needs by
(OP3.2.5; OP5.3.1) development partners
are implemented in a
d. Disaster risk of 20,000 ha of timely manner.
productive land area in Khyber
Pakhtunkhwa and Balochistan
reduced through resilient flood and
drainage management system (2022
baseline: 0) (OP3.2.1; OP3.2.5)

e. On-farm land and water e. Food security assessment


management services restored on to be conducted by the
30,000 ha in Balochistan, including at government and/or
least 25% benefiting women and girls development partners
(2022 baseline: 0; 0%) (OP2.4.1)

f. At least 30% of farm households in f. Government of


flood-impacted districts of Jaffarabad, Balochistan periodic
Nasirabad, Sohbatpur, and Usta statistics
Muhammad in Nasirabad Division,
Balochistan with restored crop
production (2022 baseline: 0)
(OP5.3.2)

Outputs By 2026
1. Flood-damaged 1a. 400 km of flood-damaged Sindh 1a. Progress reports R: Another major
roads and bridges provincial highways and district roads provided by the Sindh disaster, such as
in project areas rehabilitated and reconstructed, with Communication and Works further extreme
rehabilitated and enhanced resilience and safety and Departments, consultant floods, may occur
reconstructed gender-responsiveb features (2022 reports and ADB missions during the
baseline: 0) (OP2.4.1; OP3.2.5) implementation
period and delay
1b. 85 km of flood-damaged national 1b.–1c. Progress reports construction.
highway N-5 in Sindh province provided by the National
rehabilitated and reconstructed, with Highway Authority, R: Supply constraints
enhanced resilience and safety and consultant reports, and ADB of construction and
gender-responsiveb features (2022 missions consulting industries
baseline: 0) (OP2.4.1; OP3.2.5) and a post-flood
surge in the prices of
1c. 30 flood-damaged bridges on the materials may cause
national highways in Sindh, Khyber cost overruns and
Pakhtunkhwa, and Balochistan delays in project
rehabilitated and reconstructed, with completion.
enhanced resilience and safety and
gender-responsiveb features (2022
baseline: 0) (OP2.4.1; OP3.2.5)

1d. By 2025, five information 1d.–1e. Gender action plan


campaigns on GBV conducted progress report
among women in Sindh, with at least
50 women participants from each
campaign reporting knowledge of at
least two approaches to the
67

Risks and
Data Sources and Critical
Results Chain Performance Indicators Reporting Mechanisms Assumptions
prevention and management of GBV
(2022 baseline: 0) (OP2.2.3)

1e. Two skills trainings per year on


good practices in sustainable
agriculture and nutrition conducted
among women in Sindh, with at least
30 women participants from each
training reporting knowledge and
skills of at least two good practices in
sustainable agriculture and nutrition
(2022 baseline: 0)

2. Flood-damaged 2a. Flood-damaged water carrying 2a.–2b. Progress report of


irrigation, drainage, capacity of 50 million cubic meters irrigation department in
and flood risk per second in selected irrigation Khyber Pakhtunkhwa and
management system restored, and resilience of Balochistan; consultant
infrastructure in structure enhanced in Khyber reports, ADB missions
Balochistan and Pakhtunkhwa and Balochistan (2022
Khyber baseline: 0) (OP3.2.5; OP5.3.1)
Pakhtunkhwa
rehabilitated and/or 2b. At least 80 selected locations in
upgraded Khyber Pakhtunkhwa and
Balochistan with flood protection
structures rehabilitated, strengthened,
or resized with enhanced resilience
(2022 baseline: 0) (OP3.2.5)

2c. About 30 footbridges and/or 2c.–2e. Gender action plan


passages in strategic locations of the progress report
irrigation system constructed to
provide access to communitiesc (2022
baseline: 0) (OP2.4.1)

2d. By 2025, five information


campaigns on GBV conducted each
in Balochistan and Khyber
Pakhtunkhwa, with at least 50 women
participants from each campaign
reporting knowledge of at least two
approaches to the prevention and
management of GBV (2022 baseline:
0) (OP2.2.3)

2e. Two skills trainings per year


separately for Balochistan and
Khyber Pakhtunkhwa on good
practices in sustainable agriculture
and nutrition conducted, with at least
30 women participants from each
training reporting knowledge and
skills on at least two good practices in
sustainable agriculture and nutrition
(2022 baseline: 0)

3. Rural livelihood 3a. At least 1,000 small on-farm land 3a.–3b. Progress report of
systems in and water management infrastructure Balochistan agriculture
Balochistan restored in Balochistan (2022 department; consultant
restored baseline: 1,000) (OP5.1.1) reports, ADB missions
68

Risks and
Data Sources and Critical
Results Chain Performance Indicators Reporting Mechanisms Assumptions

3b. At least 13,000 ha of land in


Balochistan inundated by floods
levelled for irrigation (2022 baseline:
0) (OP5.1.1)

3c. 60,000 farm households adopted 3c.–3e. Project monitoring


climate adaptive rice seed (2022 and evaluation report
baseline: 0) (OP3.2.3: OP5.3.2)

3d. 54,000 ha of land sown with


climate adaptive seeds to enhance
climate resilience (2022 baseline: 0)
(OP5.3.2)

3e. At least 60,000 women regularly


used small farming toolkits and
protective footwear for safe
agricultural activitiesd (2022 baseline:
0) (OP 1.3.3; OP3.2.3; OP5.3.2)
Key Activities with Milestones

1. Flood-damaged roads and bridges in project areas rehabilitated and reconstructed


1.1 Mobilize single-sourced supervision consultant by January 2023
1.2 Identify, appraise, and design all subprojects by June 2023, with the first batch of subprojects designed by
February 2023
1.3 Award all works by June 2024, with the first batch of contracts award completed by April 2023
1.4 Develop two types of information campaign approaches and conduct information campaign on prevention and
management of GBV for women in Sindh by 2025
1.5 Develop and conduct training/s on good practices, technologies, and approaches to sustainable, climate-resilient
agriculture and nutrition for women in Sindh by 2025

2. Flood-damaged irrigation, drainage, and flood risk management infrastructure in Balochistan and
Khyber Pakhtunkhwa rehabilitated and/or upgraded
2.1 Mobilize single-sourced supervision consultant by January 2023
2.2 Identify, appraise, and design subprojects by June 2023, with the design of the first batch of subprojects
completed by March 2023
2.3 Award all works by March 2024, with the first batch of contracts award completed by June 2023
2.4 Develop two types of information campaign approaches and conduct information campaign on the prevention
and management of GBV for women in Khyber Pakhtunkhwa and Balochistan by 2025
2.5 Develop and conduct training/s on good practices, technologies, and approaches to sustainable, climate-resilient
agriculture and nutrition for women in Khyber Pakhtunkhwa and Balochistan by 2025

3. Rural livelihood systems in Balochistan restored


3.1 Mobilize works supervision consultant by February 2023
3.2 Identify, appraise, and design subprojects by June 2023, with the first batch of the subproject designs completed
by March 2023
3.3 Award all works by March 2024, with the first batch of contract awards completed by May 2023
3.4 Mobilize the JFPR grant implementing partner by February 2023
3.5 Finalize the selection criteria and the list of the targeted JFPR grant support recipients by February 2023
3.6 Complete the procurement and distribution of seeds by March/April 2023
3.7 Complete the procurement and distribution of small farming tool kits, and protective footwear by May and/or June
2023

Project Management Activities


Prepare and submit quarterly project progress reports and semiannual safeguard monitoring reports to ADB (2023–
2026)
Prepare and submit annual financial audit reports to ADB (2023–2026)
69

Implement, monitor, and report on the gender action plan (2023–2026)


Conduct regular monitoring, reporting, and evaluation, including review missions (2023–2026)
Inputs
ADB: $475 million (emergency assistance loan)
$3.05 million (TASF grant)
JFPR: $5.0 million (grant)
Government of Pakistan: $56 million
A = assumption, ADB = Asian Development Bank, GBV = gender-based violence, ha = hectare, JFPR = Japan Fund
for Prosperous and Resilient Asia and the Pacific, km = kilometer, OP = operational priority, PDNA = post-disaster
needs assessment, R = risk, TASF = Technical Assistance Special Fund.
a Government of Pakistan, MoPDSI. 2022. Pakistan Floods 2022: Post-Disaster Needs Assessment. Islamabad.
b Include safety measures such as pedestrian crossings, pedestrian pathways, elevated walkways, curb ramps for

wheelchair access, drainage facilities, and community landmark signs (for schools, hospitals, and community
centers); gender-responsive features such as road lighting and passenger waiting sheds with benches and lights.
c The construction of footbridges and/or passages will particularly enable women to save journey time to draw and

carry water for household use and for their vegetable plots.
d Including safe rice transplanting.

Contribution to Strategy 2030 Operational Priorities


Expected values and methodological details for all OP indicators to which this operation will contribute results are
detailed in Contribution to Strategy 2030 Operational Priorities (accessible from the list of linked documents in
Appendix 2).
Source: Asian Development Bank.

B. Monitoring

40. Project performance monitoring. The achievement of the project performance targets
will be assessed mainly following the design and monitoring framework. During the loan inception
mission, monitoring mechanisms and the reporting structure for periodic progress reporting will
be agreed upon for each of the components financed under the EFAP. With the assistance of the
TA consultants to be recruited by ADB, the executing agencies will develop comprehensive
project performance monitoring system (PPMS) procedures and plans in accordance with ADB's
Project Performance Monitoring System Handbook within 6 months of loan effectiveness. The
PPMS procedures, performance indicators, and their targets will be reviewed and approved by
ADB. Benchmark review mainly focusing on secondary data will be conducted before project
implementation. With the assistance of TA consultant and supported by supervision consultant
once they are recruited, the executing agency will then undertake every 6 months quantitative
and qualitative project-performance monitoring for each project component to evaluate the
delivery of planned facilities and the project benefits that accrued. The PIU will assist the
executing agency in collecting baseline data and carrying out PPMS activities. Disaggregated
baseline data for output and outcome indicators gathered during project processing will be
updated and reported quarterly through the executing agency's quarterly progress reports and
after each ADB review mission. These quarterly progress reports on outputs 1-3 will provide
information necessary to update ADB's project performance reporting system.19

41. Compliance monitoring. The loan covenants on policy, legal, financial, economic, social,
environmental, and others will be monitored regularly through various reports (quarterly progress
reports, TA consultant’s report, annual project financial statement audits, etc.), and discussion
during project review missions. In addition, ADB’s Pakistan resident mission will hold quarterly
country portfolio review meetings with the executing agencies under EFAP to follow-up and
ensure the timely compliance of the loan covenants.

42. Safeguards monitoring. For category B projects, IEEs will be prepared. The IEEs will set

19 Elaboration of ADB's project performance reporting system is available at


https://www.adb.org/sites/default/files/institutional-document/33431/pai-5-08.pdf.
70

the detailed responsibilities for the required monitoring and reporting. Likewise, any resettlement
plan will provide the requirements for monitoring and reporting on land acquisition issues. In
general, the monitoring and reporting will be undertaken by the executing agency’s safeguards
specialists supported by the engineer supervising the works on behalf of the executing agency.
Monitoring will be carried out on a routine basis by the executing agencies and will be reported to
ADB on semi-annual basis until the end of project completion. The executing agencies will be
responsible for determining if any follow-up actions are necessary and for ensuring that these
actions are undertaken. Prior to the delivery of compensation payments to the affected peoples,
when applicable, the executing agency will announce the compensation dates, including a
detailed compensation schedule, community by community. The construction supervision
consultant will monitor to ensure that no construction in the affected areas commences until the
payment of compensation has been fully completed and that affected persons’ concerns are
identified timely and addressed effectively.

43. Gender and social dimensions monitoring. Targets/indicators highlighted in the GAP
and other social/pro-poor provisions will be part of project’s regular monitoring and reporting
systems developed by the executing agencies. Social and Gender Specialist(s) will be hired to
assist in the implementation of GAP, monitoring and reporting against social and gender targets.
The consultant(s) will be hired for an intermittent contract over the period of two years, with an
option of extension based on the performance and future scope of work. S/he will work in close
coordination with the executing agencies, assist in conducting consultations and interaction with
civil society and local community organizations as and when required, and be responsible for
documenting the social and gender impacts. All executing agencies will submit progress on GAP
as part of their quarterly progress reports.

C. Evaluation

44. The project inception mission will be fielded soon after the legal agreements for the project
are declared effective; thereafter, monthly meetings and/or reviews will follow. As necessary,
special loan administration missions and a midterm review mission will be fielded, under which
any changes in scope or implementation arrangement may be required to ensure achievement of
project objectives. NHA, SWSD, KPID, BID, and BACD as the executing agencies and
implementing agencies will monitor project implementation in accordance with the schedule and
time-bound milestones and keep ADB informed of any significant deviations that may result in the
milestones not being met. Within 6 months of physical completion of the project, NHA, SWSD,
KPID, BID, and BACD will each submit a project completion report to ADB.20

D. Reporting

45. NHA, SWSD, KPID, BID, and BACD will each provide ADB with (i) quarterly progress
reports in a format consistent with ADB's project performance reporting system; (ii) consolidated
annual reports including (a) progress achieved by output as measured through the indicator's
performance targets, (b) key implementation issues and solutions, (c) updated procurement plan,
and (d) updated implementation plan for the next 12 months; and (iii) a project completion report
within 6 months of physical completion of the project. To ensure that projects will continue to be
both viable and sustainable, project accounts and the executing agency audited financial
statement (as may be applicable) together with the associated auditor's report, should be
adequately reviewed.

20 Project completion report format is available at: http://www.adb.org/Consulting/consultants-toolkits/PCR-Public-


Sector-Landscape.rar.
71

E. Stakeholder Communication Strategy

46. The project intends to maximize transparency by communicating relevant project


information to stakeholders in various means. NHA, SWSD, KPID, BID, and BACD all have
respective websites to disclose all key project-related information, including the scope, cost, and
project progress. Project information will be disclosed in line with the requirements listed in the
ADB’s Access to Information Policy.

Means of Responsible
Project Documents Frequency Audiences
Communication Party

Initial project data sheet posted


Project date sheet on the website no later than 2
ADB’s website ADB General Public
(PDS) weeks after internal approval;
updated at least twice a year.

Key information from the draft


Design and reflected in project data sheet;
Monitoring ADB’s website ADB final version posted on the General Public
Framework (DMF) website within 14 days of the
Board approval.
Posted on the website no later
than 2 weeks from their signing,
Legal Agreements ADB’s website ADB after removing any information General Public
falling within exceptions at the
time of the negotiations
Posted on the website within 14
Report and days of the Board approval,
Recommendation of ADB’s website ADB after removing any information General Public
the President (RRP) falling within exceptions at the
request of the government.
Summary of Poverty
ADB’s website ADB Posted on the website within 14
Reduction and General Public
days of the Board approval.
Social Strategy
ADB General Public,
Local newspaper
Procurement All Executing potential
advertisement Available online
requirements agencies contractors,
ADB’s website
suppliers
ADB’s website for
ADB General Public,
Consulting services recruitment notice
All Executing When required individual
requirement for expression of
agencies consultants/Firms
interest
Project
Posted on the website within 14
Administration ADB’s website ADB General Public
days of the Board approval
Manual
Audited project
financial statements ADB’s website
ADB Within 30 days of receipt General Public
and the auditors’
report
Project Completion Within 2 weeks of circulation to
ADB’s website ADB General Public
Report the Board for information
Published within 14 days of
completion and circulation to
Evaluation Report ADB’s website ADB General Public
Management and the Board of
Directors
72

X. ANTICORRUPTION POLICY

47. ADB reserves the right to investigate, directly or through its agents, any violations of the
Anticorruption Policy relating to the project.21 All contracts financed by ADB shall include
provisions specifying the right of ADB to audit and examine the records and accounts of the
executing agency and all project contractors, suppliers, consultants, and other service providers.
Individuals and/or entities on ADB’s Sanctions List are ineligible to participate in ADB-financed, -
administered, or -supported activities and cannot be awarded any contracts under the project.22

48. To support these efforts, relevant provisions are included in the loan and project
agreements and the bidding documents for the project. The executing agencies are advised to:
 familiarize themselves with ADB’s Anticorruption
Policy <https://www.adb.org/documents/anticorruption-policy> and ADB’s Integrity
Principles and Guidelines, available at: https://www.adb.org/documents/integrity-
principles-and-guidelines;
 have access to ADB’s Complete Sanctions List and check the eligibility of consultants,
contractors, and suppliers. More information on debarment and sanctions list is available
at: https://www.adb.org/who-we-are/integrity/sanctions
 are aware about where, how and what to report if there is an integrity concern or allegation
of integrity violation on ADB-related activity: https://www.adb.org/site/integrity/how-to-
report-fraud

XI. ACCOUNTABILITY MECHANISM

49. People who are, or may in the future be, adversely affected by the project may submit
complaints to ADB’s Accountability Mechanism. The Accountability Mechanism provides an
independent forum and process whereby people adversely affected by ADB-assisted projects can
voice, and seek a resolution of their problems, as well as report alleged violations of ADB’s
operational policies and procedures. Before submitting a complaint to the Accountability
Mechanism, affected people should make an effort in good faith to solve their problems by working
with the concerned ADB operations department. Only after doing that, and if they are still
dissatisfied, should they approach the Accountability Mechanism.23

XII. RECORD OF CHANGES TO THE PROJECT ADMINISTRATION MANUAL

Reasons for
PAM Version Created Date Revision Date Main Contents of Change
Change
V1.0 26 October 2022 NA Initial NA
V2.0 18 Nov 2022 Loan negs Procurement Plan

XIII. JFPR-SPECIFIC VISIBILITY AND COORDINATION REQUIREMENTS WITH THE


EMBASSY OF JAPAN AND JICA

50. The project executing agency needs to comply with the visibility and coordination
guidelines of JFPR. In particular, the project executing agency to include the JFPR and Japan
Official Development Assistance logos in all relevant project publications and in any equipment
or facility funded by JFPR. For the purposes of this provision, the visibility and coordination
21
Anticorruption Policy: https://www.adb.org/documents/anticorruption-policy.
22 ADB's Office of Anticorruption and Integrity website: https://www.adb.org/site/integrity/main.
23 Accountability Mechanism. http://www.adb.org/Accountability-Mechanism/default.asp.
73

guidelines of JFPR refers to the “Guidance Notes on Visibility of Japan and Coordination with
Embassy of Japan and Japan International Cooperation Agency (JICA)” dated 1 January 2022,
as agreed between ADB and the Government of Japan and as amended from time to time.

51. Throughout implementation, the project shall inform the Embassy of Japan (EOJ) and
JICA about project progress, milestones, and outcomes, and discuss when major changes in
scope and objectives are required. From time to time, EOJ and JICA may also wish to join
completion review missions to see project results and to interact first-hand with project recipients.
Lessons from the JFPR project are also requested to be shared to enable both sides to explore
and seek potential collaboration. A project completion report is required to be submitted by the
project officer to EOJ and JICA. The Economic and Development Section of EOJ in Pakistan and
JICA Pakistan Office are the focals for this project.
74 Appendix 1

INDICATIVE LIST OF SUBPROJECTS WITH ESTIMATED COST

National Highway Authority Component

TableA1.1: Bridges and Road Sections


Sr. Route Bridge Description Total Cost Lot # Const.
No. Length (PKR) Period
(Meters) (mont
hs)
1 N-95 Madyan -1 80 119,145,086.22 Lot-1 18
2 N-95 Madyan -2 90 119,145,086.22
3 N-95 New Bahrain Bazar Bridge 30 138,926,685.61
4 N 25 New Lunda Bridge 90 255,882,891.43 Lot-2 18
5 N 25 Khanta Bridge 187 310,656,230.75
6 N 25 New Bridge 30 138,778,367.97
7 N 25 New Bridge 60 195,601,250.80
8 N 25 New Sardi Wala Bridge 90 255,882,891.43 Lot-3 18
9 N 25 New Bridge 30 138,778,367.97
10 N 25 New Bridge 40 161,679,963.30
11 N 25 Bulleli Bridge NBC/SBC 90 530,735,073.96 Lot-4 15
12 M-8 New Bridge 40 162,073,573.88 Lot-5 18
13 M8 Dadain Bridge 125 46,123,544.83
14 M-8 New Mando Bridge 210 476,558,241.13
15 N-50 Danasar Bridge 216 41,172,523.48 Lot-6 15
16 N-50 Saggu Bridge No.01 60 108,607,916.83
17 N-65 New Pinjira Bridge 90 255,882,891.43 Lot-7 18
18 N 65 Bibi Nani Bridge 230 202,506,767.70
19 KTHH- New Bridge 40 160,655,289.75 Lot-8 15
N5
20 KTHH New Bridge 30 138,681,208.74
N5
21 KTHH New Bridge 30 138,681,208.74
N5
22 N-55 Bridge Near Sehwan 70 331,989,719.38 Lot-9 18
23 N-55 Danister Wah Bridge 70 331,989,719.38
24 N-55 New Bridge Near Sehwan 120 675,283,023.46
25 N-15 New Battal Bridge 30 138,997,972.68 Lot-10 18
26 N15 New Mahandri 30 138,997,972.68
27 N-35 Dubair Bridge 114 73,241,825.30
28 N35 New Uchaar Nullah Bridge 30 199,784,082.23
29 N35 New Summar Nullah 30 141,412,930.30
Bridge
30 N35 New Sazin Bridge 30 141,412,930.30
31 N-35 Kayal Bridge 200 348,242,195.11 Lot-11 12
32 N-25 New Hub Bridge 490 1,333,130,978.97 Lot-12 18
33 N-5 Rehabilitation of N-5 42.5 km 10,200,000,000.00 Lot-13 21
34 N-5 Rehabilitation of N-5 42.5 km 10,200,000,000.00 Lot-14 21
Appendix 1 75

Sindh Roads Component

1. There is a long list of roads damaged in Sindh during 2002 Floods (summary and details
are given below). However, the Project will finance only those roads (while remaining within the
allocated budget for the Sindh road component, that meet the following selection criteria.

(i) The road subprojects are part of PDNA report or addition of any further roads
subject to verification that roads were damaged during the flood
(ii) The resource envelope will be equally distributed (50:50), between Provincial
roads and district roads as per Sindh Road Network Maser Plan
(iii) Already established traffic volumes, condition survey, and flood susceptibility
would ascertain the priority of road in shortlist
(iv) The minimum length of district road should not be less than 10km; or any smaller
road can be included providing connectivity to main road (not more than 20% of
district roads portfolio)
(v) The district roads leading to either health or education facility would get priority
(vi) The district and provincial road identified for ADB intervention should not overlap
with other donor agencies
(vii) Subproject/s fall under environment or involuntary resettlement category A as per
ADB’s SPS will not be selected
2. The summary and details of the roads damaged during the 2022 floods is provided in
Tables A1.2 and A1.3 below.

Table A1.2: Summary of Subprojects – Sindh Roads Component


Total
Structure
Cost
(other
Road Damages Bridges (PKR)
than
(in
Sr. No of Bridges)
District Million)
No Roads
PKR PKR PKR
Length (m) (in (in NO. (in
Millions) Millions) Millions)
CD PD
1 THATTA 39 76,020 32,210 2,807 227 0 - 3,034
2 SUJAWAL 30 142,700 36,970 3,471 494 0 - 3,966
3 BADIN 53 134,680 112,770 2,907 111 16 617 3,635
4 SANGHAR 52 77,660 44,154 3,797 116 8 258 4,170
5 THAR @ MITHI 18 - 163,561 9,033 35 0 - 9,069
6 UMERKOT 21 84,280 14,419 4,367 30 1 18 4,415
7 MIRPURKHAS 15 89,490 14,410 5,986 30 2 180 6,196
8 T.M.KHAN 7 44,170 12,760 883 147 0 - 1,030
9 T.A.YAR 37 148,500 2,480 4,317 45 5 20 4,381
10 HYDERABAD 13 29,620 5,610 1,194 40 3 75 1,310
11 MATIARI 7 46,110 3,020 1,516 20 0 - 1,536
12 KARACHI 1 - 300 5 25 1 1 31
13 SHAHEED 58 110,518 108,171 5,829 4 4 93 5,926
BENAZIRABAD
14 NAUSHAHRO 60 526,460 59,780 11,510 84 0 - 11,594
FEROZE
15 DADU 87 654,110 62,140 9,754 1,006 1 250 11,011
16 JAMSHORO 41 164,250 40,330 2,468 551 0 - 3,019
HYDERABAD 539 2,328,568 713,085 69,844 2,965 41 1,511 74,321
REGION
1 SUKKUR 20 - 48,750 1,086 6 0 - 1,092
2 GHOTKI 24 99,900 29,950 3,320 - 0 - 3,320
76 Appendix 1

Total
Structure
Cost
(other
Road Damages Bridges (PKR)
than
(in
Sr. No of Bridges)
District Million)
No Roads
PKR PKR PKR
Length (m) (in (in NO. (in
Millions) Millions) Millions)
CD PD
3 KHAIRPUR 110 365,770 22,790 8,895 133 0 - 9,028
4 SHIKARPUR 23 79,920 21,930 1,561 23 0 - 1,584
5 JACOBABAD 9 27,100 12,460 560 11 1 20 592
6 KASHMORE 24 125,180 27,240 2,248 28 2 50 2,326
7 LARKANA 24 117,940 8,680 543 5 0 - 547
8 KAMBER- 28 119,250 7,730 2,917 6 0 - 2,923
SHAHDADKOT
SUKKUR REGION 262 935,060 179,530 21,131 211 3 70 21,412
GRAND TOTAL 801 3,263,628 892,615 90,975 3,177 44 1,582 95,734
CD = completely destoryed, PD = partially damaged
Appendix 1 77

Table A1.3: Long List of Subprojects – Sindh Roads Component


Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
1 THATTA Reconditiong of road from Thatta -Pirpatho- - 1,720 48.16 8.67 0 - 56.83
Ghorabari road to Gaho Jo Goth Via Gail Mori
Darvaish.
2 THATTA Reconditiong of road from Ghulamullah to 430 1,090 42.41 5.33 0 - 47.73
Pirpatho road.
3 THATTA Reconditioning of road from Garho to Juho @ Keti - 1,440 28.08 3.17 0 - 31.25
Bunder road.
4 THATTA Reconditioning of Road from along Nooriabad - - 2,420 87.29 11.22 0 - 98.51
Jhampir road. Approaches of Flyovers Bridge
over Railway Crossing.
5 THATTA Reconditioning of Road from Karachi Thatta - 2,840 87.82 16.98 0 - 104.80
Hyderabad road to Jhampir i/c Construction of
connecting road to Jhirk Mulakatiar Bridge.
6 THATTA Improvement of road from Ghorabari Garho @ - 750 13.13 1.81 0 - 14.93
Point KM 19.93 to Garho Udasi road via Shahpur.
7 THATTA Reconditioning of road from Makli to Ghulamullah - 1,750 42.88 2.31 0 - 45.19
road.
8 THATTA Reconditioning of road from Keti Bunder road to - 500 8.94 0.49 0 - 9.43
Muhammad Umer Jat.
9 THATTA Reconditioning of road from Jungshahi Nooriabad 6,000 - 107.25 3.26 0 - 110.51
road @ 1.40 KM to Village Ishaque Kooh.
10 THATTA Reconditioning of Ghorabari Garho road Village 1,000 770 32.75 10.80 0 - 43.55
Muhammad Hussaini Ali Solangi Marshalla Hotel.
11 THATTA Reconditioning of link road from National Highway - 230 3.59 2.15 0 - 5.74
Thatta City to Dargah Shah Murad Sheerazi Upto
Jungshahi road.
12 THATTA Reconditioning of road from main road Sakro to - 260 6.96 3.11 0 - 10.07
Haji Ali Mohammad Shoro Goth UC Chowbandi,
Taluka Mirpur Sakro.
13 THATTA Reconditioning of road from Baghan Jangisar 600 - 10.98 1.86 0 - 12.84
road to Bhabiyo.
14 THATTA Improvement of road from Sanwalpur to Soomar - 250 4.48 1.11 0 - 5.59
Manjiryo.
15 THATTA Reconditioning of rod from Jarro Bridge to Village - 130 2.18 1.12 0 - 3.30
Abdul Karim Chandio.
78 Appendix 1

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
16 THATTA Reconditioning of road from Nooriabad to Gujo 2,170 1,260 62.63 3.19 0 - 65.82
Via Jungshahi.
17 THATTA Reconditioning of National Highway Arbab Bhai 2,400 - 42.62 4.14 0 - 46.77
Khan Babur Meeting Railway Station.
18 THATTA Reconditioning of Road from Gharo to Coast - 940 26.25 3.90 0 - 30.15
Guard Post of Ghulamullah to Babro Town.
19 THATTA Reconditioning of Road from Nadirabad Ariyana - 1,160 19.53 6.02 0 - 25.56
Noor from Babra road via Village Nazir Brohi.
20 THATTA Reconditioning of Road from Jungshahi to Village - 1,000 16.75 3.67 0 - 20.42
Aloo Jamadar UC Jungshahi Taluka Sakro.
21 THATTA Reconditioning of Road from Mirpur Sakro to - 1,280 21.45 2.63 0 - 24.08
Hassan Ali Baghiar.
22 THATTA Reconditiong of road from Ghulamullah to 450 1,270 45.15 5.33 0 - 50.48
Pirpatho road.
23 THATTA Reconditioning of road from Wahid Bux Jalbani - 1,130 19.03 2.02 0 - 21.05
road.Mile 0/0-1/2=4.00 KMs.
24 THATTA Reconditioning of road from Juho to Ahmed Jatt. - 1,180 20.37 1.43 0 - 21.80
25 THATTA Reconditioning of road from Bohara Village to 1,000 - 18.26 0.49 0 - 18.75
Alam Sher Jat, & Sukhyo Jat,
26 THATTA Reconditioning of road from Shahpur to Lucky - 250 4.19 0.55 0 - 4.74
Farm Via Haji Muhammad Ibrahim Baloch.
27 THATTA Reconditioning of road from Thatta Cement 1,000 - 18.76 0.57 0 - 19.33
Factory to Soomar Jokhio Village.
28 THATTA Reconditioning of road from Thatta Cement 400 690 18.81 1.16 0 - 19.97
Factory to Molydino Jokhio.
29 THATTA Reconditioning of road from Baghan Jangisar - 700 12.43 2.20 0 - 14.63
road to Muhammad Hassan Otho Via Dargah
Khair Shah.
30 THATTA Reconditiong of link road from Gujjo to Dargah - 190 3.61 0.55 0 - 4.16
Shah Hussain Shah.
31 THATTA Reconditioning of road from Otho Mori to Village - 870 15.64 1.11 0 - 16.75
Abdul Karim Otho Mubarak Rind.
32 THATTA Reconditioning of road from Baghan Jangisar to 6,000 - 104.85 3.64 0 - 108.49
Jetty road
33 THATTA Reconditioning of road from Lakho Bambro to 2,030 1,090 54.52 4.20 0 - 58.72
Ramzan Hejib to Dargah Lal Pir.
34 THATTA Reconditioning of road from Old Chilya to Burio 1,440 1,950 60.94 4.35 0 - 65.28
Sheedi Mori Khaskheli Via Suhni Lath.
Appendix 1 79

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
35 THATTA Reconditioning of road from National Highway 1,850 - 32.33 3.94 0 - 36.27
Thatta Hyderabad to Arbab Wali M Babur.
36 THATTA Reconditioning of road from Sanpa Mori to Ali 2,600 600 55.92 3.64 0 - 59.56
Muhammad Chang and Dodo Mallah.
37 THATTA Reconditionig of road from Jhampir road mile 4/0 5,450 1,100 109.78 4.35 0 - 114.13
to Khudayoon Village and Dargah Ameer Pir.
38 THATTA Reconditioning of link road from Thatta - 3,200 1,400 71.30 7.18 0 - 78.48
Hyderabad N.H.W to Tando Hafiz Shah i/c link to
Shaikh Soomar and Golo Dal.
39 THATTA Reconditioning From Thatta To Jhampir Via 38,000 - 1,425.00 83.47 0 - 1,508.47
Satyoon Baradabad Road
TOTAL 76,020 32,210 2,806.99 227.10 0 - 3,034.09
1 Sujawal Reconditioning of road from Bathoro to Badin 5,000 800 72.51 13.30 0 - 85.81
road (Dewan Sugar Mill) along with Fateh Wah.
2 Sujawal Reconditioning of road from Chuhar Jamali Shah 6,000 1,200 118.80 16.04 0 - 134.84
Bander road to Muhammad ali Zangejo via Allah
Dino Mandro Dargah.
3 Sujawal Reconditioning of link road from Rajan Shah Mori 10,000 - 226.04 85.51 0 - 311.55
to Jend Zangejo Village Alongwith Maachki Minor.
4 Sujawal Road from Sujawal –Bathoro Bulri Shah Karim - 4,760 103.47 54.00 0 - 157.47
Road
5 Sujawal Road from Sujawal to Darro via Belo road. - 4,740 106.73 44.95 0 - 151.68
6 Sujawal Road from Darro to Jhoke Sharif Via Abral. - 2,420 83.90 10.80 0 - 94.70
7 Sujawal Road from Mirpur Bathoro to Banno via Darro - 4,420 125.85 24.50 0 - 150.35
road
8 Sujawal Recondition of link road from Chachh Jehan Khan - 620 12.25 1.20 0 - 13.45
road at Mile 0/6 to Village Haji Dilawar Via Raboo
Otho.
9 Sujawal Reconditioning of road from Jati to Chachh Jehan - 2,440 70.83 13.75 0 - 84.58
Khan
10 Sujawal Recondition of road from Sujawal Mirpur Bathoro 700 550 20.32 - 0 - 20.32
road to Sheraliabad Village.
11 Sujawal Reconditioning of link road from from Jati Chachh 14,000 - 345.10 38.90 0 - 384.00
Jahahn Khan road to Tango Minor Tail I/C Village
Links
12 Sujawal Reconditioning of link road from Jati Kandaan 9,000 - 222.75 26.00 0 - 248.75
road to Kaaratar Mori I/C Village Links
80 Appendix 1

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
13 Sujawal Reconditioning of road from Bathoro to Jati - 2,010 53.28 8.25 0 - 61.53
Chowk.
14 Sujawal Reconditioning of road from Jati to Khorwah - 2,940 73.50 4.50 0 - 78.00
15 Sujawal Reconditioning of road from Jati Chowk to Begna - 2,510 62.75 12.25 0 - 75.00
Mori.
16 Sujawal Reconditioning of link road from Daro-Bathoro 3,000 - 49.50 4.90 0 - 54.40
road to Village Saleh Abro
17 Sujawal Reconditioning of link road from Bathoro-Sujawal 10,000 - 175.00 9.20 0 - 184.20
road to Village Adam Sahito
18 Sujawal Reconditioning of link road from Bathoro-Bano- 6,000 - 117.00 14.90 0 - 131.90
Daro road to Kot Almo road
19 Sujawal Reconditioning of link road from Bathoro-Sujawal 9,000 - 154.03 15.85 0 - 169.88
road to Khaman Kandhra and Jarr.
20 Sujawal Reconditioning of link road from Abral to Bano 10,000 - 151.99 11.15 0 - 163.14
road.
21 Sujawal Reconditioning of link road road from Thatta 5,000 - 75.60 4.60 0 - 80.20
Sujawal to Allah Dino Mallah
22 Sujawal Reconditioning of link road from Marho Bola 16,000 - 240.00 11.20 0 - 251.20
Khan.
23 Sujawal Reconditioning of road from Jati to Raj Malik. - 2,510 56.49 12.25 0 - 68.74
24 Sujawal Reconditioning of road from Sujawal to Jati road. - 5,050 110.96 24.50 0 - 135.46
25 Sujawal Reconditioning of road from Damdamo to Belo 5,000 - 87.50 4.20 0 - 91.70
road
26 Sujawal Reconditioning of road from Jati to Begna 7,000 - 108.50 4.20 0 - 112.70
Baranabad Via Rab Dino Male road
27 Sujawal Reconditioning of road from Mirkhan Mori to 7,000 - 108.50 5.60 0 - 114.10
Baranabad road.
28 Sujawal Reconditioning of road from Belo to Ranta road. 8,000 - 124.00 4.20 0 - 128.20
29 Sujawal Reconditionig of road from Badin road pinyari 8,000 - 140.00 8.25 0 - 148.25
Mori to Jarr
30 Sujawal Reconditioning of road from Sujawl Chuhar to 4,000 - 74.00 5.50 0 - 79.50
Sohail Jamali road.
TOTAL 142,700 36,970 3,471.15 494.44 0 - 3,965.59
1 Badin Road from Khorwah to Khorwah Choak mile 0/0- - 3,740 74.85 1.15 1 4.00 80.00
8/0=12.87 Kms
2 Badin Road from Golarchi to Ahmed Rajo mile 0/0- 14,010 300 30.00 - 0 - 30.00
18/0=28.96 Kms.
Appendix 1 81

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
3 Badin Road from Badin Sujawal road to Fatehabad mile - 940 27.90 1.15 1 4.00 33.05
0/0-6/0=9.65 Kms.
4 Badin Road from Seerani to Ahmed Rajo mile 0/0- 11,620 - 48.82 1.20 0 - 50.02
15/4=24.78 Kms.
5 Badin Road from Badin Seerani Bhughra Memon road 830 7,790 30.78 - 0 - 30.78
mile 0/0-20/0 =32.18 Kms.
6 Badin Road from Kadhan to Nindo road mile 0/0-11/0= - 3,900 38.91 1.20 0 - 40.11
17.70 Kms.
7 Badin Road from Tando Bago to Nindo road mile 0/0- - 3,130 31.79 - 0 - 31.79
9/0= 14.48 Kms.
8 Badin Road from Khoskhi to Khalifo Qasim mile 0/0-7/4 - 3,080 12.03 - 0 - 12.03
= 12.07 Kms.
9 Badin Road from Dei to Tando Jan Muhammad mile - 4,050 24.89 - 1 40.00 64.89
0/0-16/0 = 25.74 Kms.
10 Badin Road from Tando Bago to Jhudo mile 0/0- 2,400 - 3.60 - 0 - 3.60
2/6=4.42 Kms.
11 Badin Road from Kadhan Behdmi road mile 0/0-3/2 = 13,420 1,170 203.06 13.20 1 17.58 233.84
5.23 Kms.
12 Badin Road from Amir Shah Sim Nali to Mataro 2,210 570 17.67 1.20 0 - 18.87
Mandhro mile 0/0-3/4= 5.63 Kms
13 Badin Road from Mataro to Kario Ganhwar road 8.05 - 5,070 26.99 0.60 1 28.00 55.59
Kms.
14 Badin Road from Kario Ganhwar to Saheed Fazil - 4,490 25.83 1.20 0 - 27.03
Rahoo(Golarchi) road 19.31 Kms
15 Badin Road from Kario Ganhwar to Khorwah road - 2,670 15.12 1.80 0 - 16.92
19.31 Kms.
16 Badin Road from Haji Sawan to Talhar road 24.14 Kms. - 3,150 10.43 0.60 0 - 11.03
17 Badin Road from Rajo Khanani to Digri road 40.23 3,370 4,730 96.43 2.40 0 - 98.83
Kms.
18 Badin Road from Dumbalo to Ghulam Shah road 24.14 - 3,110 46.65 8.40 0 - 55.05
Kms.
19 Badin Road from Budho Qambrani Dei Digri road 16.09 2,170 2,000 45.95 1.80 0 - 47.75
Kms.
20 Badin Road from Talhar Tando Bago road 20.92 Kms 850 2,990 29.99 1.20 0 - 31.19
21 Badin Road from Tando Bago to Pangrio jhudo road - 7,420 134.82 3.60 1 123.00 261.42
40.23 Kms.
22 Badin Road from Chhato Mori to Ghulam Rasool Arain - 1,970 14.43 1.80 0 - 16.23
road 6.44 Kms.
82 Appendix 1

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
23 Badin Road from Dumbalo Budho Qambrani to village - 1,400 17.49 - 0 - 17.49
Doctor Abdullah and Choudhry Nizamudin road
4.83 Kms.
24 Badin Road from Tando Bago Pangrio road to Olya - 2,510 27.67 1.80 0 - 29.47
Rajseen mile 0/0-8/0=12.87 Kms.
25 Badin Road from Matli Tando Ghulam Ali to Dumbalo - 6,920 32.90 0.60 0 - 33.50
i/e Byepass mile 1/1-23/2 = 37.40 Kms.
26 Badin Road from Ansari Sugar Mill to Sanjar Chang 7,000 6,030 154.78 1.20 0 - 155.98
road mile 0/0-28/2 =45.45 Kms.
27 Badin Road from Talhar Byepass mile 0/0-3/6 = 6 Kms. 1,590 600 26.10 0.60 0 - 26.70
28 Badin Road from Tando Bago Jhudo road to Rasheed - 1,560 8.82 0.60 0 - 9.42
Arain 0/0-2/6= 4.42 Kms.
29 Badin Road from Phurdo Jamali to Khadaro mile 0/0- - 2,980 44.70 1.80 0 - 46.50
6/6 = 11.0 Kms.
30 Badin Road from Noor Kerio Talib Odhejo mile 0/0-3/0 - 1,140 17.10 3.00 0 - 20.10
= 4.827 Kms.
31 Badin Road from Ansari Sugar Mill to Sanjar Chang - 1,290 19.35 1.20 0 - 20.55
road at point 12/0 to village Mubarak Dasti mile
0/0-2/0
32 Badin Road from Khalifo Qasim to Jhudo via Mehboob - 6,530 97.95 4.80 0 - 102.75
Shah mile 0/0-17/0 = 27.35 Kms.
33 Badin Road from Khorwah to Jati mile 8/0-13/0= 8.0 - 1,490 34.27 1.20 0 - 35.47
Kms.
34 Badin Road from Lunwari Shareef to Nindo road 0.0- - 2,280 49.59 0.60 0 - 50.19
16.0 Kms
35 Badin Road from Bhughra Memon to Rupa Mari 0.0- 8,720 - 130.80 1.20 1 18.00 150.00
13.0 Kms
36 Badin Road from Peero Lashari to Kario Ganhwar 0.0- - 3,440 51.60 3.00 1 102.00 156.60
29.0 Kms.
37 Badin Road from Kadhan to Seerani 0.0-19.0 Kms - 3,000 69.00 1.20 0 - 70.20
38 Badin Road from Tando Bago to Khairpur Gambo 0.0- 11,330 - 169.95 6.00 0 - 175.95
21.0 Kms
39 Badin Road of road Nindo to Budho Dasti 0.0-12.0 Kms - 670 10.05 - 0 - 10.05
40 Badin Road Hashim Mallah to Amb Mori 0.0-10.0 Kms - 660 9.60 - 0 - 9.60
41 Badin Road Pangrio Khalifo Qasim road to Yaqoob - 720 10.80 0.60 0 - 11.40
Shah 0.0-10.0 Kms
42 Badin Road of road Artalry Chak road to village Eido - 610 9.15 0.60 0 - 9.75
Nohrio 0.0-8.0 Kms
Appendix 1 83

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
43 Badin Road of Talhar sugar mill bye pass 0.0-1.61 kms - 200 6.00 0.60 0 - 6.60
44 Badin Road of Badin- Tando BAGO Road 0.0-18.50 - 2,470 74.10 1.20 1 45.00 120.30
kms
45 Badin Road from Kario Ganhwar Bye Pass road 0.0- 3,660 - 54.90 0.60 1 24.00 79.50
3.20 Kms
46 Badin Road from Badin Kadhan road @ point Jamali 14,640 - 219.60 8.40 1 24.00 252.00
Sim Nala to Kak Sector via Machi Mori 0.0-16.0
Kms
47 Badin Road from Badin to Wali Muhammad Jamali & 7,160 - 107.40 7.80 0 - 115.20
Haji Wali Umrani 0.0-12.0 Kms
48 Badin Road from Qazia Wah Mori to Haji Jhando Chang 5,730 - 85.95 3.60 1 22.50 112.05
0.0-8.0 Kms
49 Badin Road from Abu Shaikha to Makhandi 0.0-8.0 Kms 6,380 - 95.70 3.60 0 - 99.30
50 Badin Road from Ali bandar General Sir Anjam to Mithi 8,560 - 128.40 7.20 1 60.00 195.60
iii along with LBOD Kms 0.0-10.0
51 Badin Road from Kadhan to village Darya Khan Chandio 6,880 - 103.20 5.40 1 13.00 121.60
0.0-8.0 Kms
52 Badin Road from Talhar Tando Bago Byepass road mile 2,150 - 49.45 - 1 24.00 73.45
0.0-3.20 kms
53 Badin Road from Hyderabad Badin Matli byepass road - - - - 1 67.50 67.50
mile 0.0-0.5 Kms
TOTAL 134,680 112,770 2,907.29 110.90 16 616.58 3,634.77
1 Sanghar Reconditioning of road from Sanghar to Head - 980 37.03 2.31 0 - 39.34
Jamrao road.
2 Sanghar Reconditioning of link road Sanghar to Toori Mori - 800 18.81 0.60 0 - 19.41
road.
3 Sanghar Reconditioning of link road Siyal Stop to Sindhri 1,380 - 32.44 0.60 0 - 33.04
road.
4 Sanghar Reconditioning of road frm Chotiaryoon to - 800 18.81 1.20 0 - 20.01
Chotiaryoon Dam road
5 Sanghar Reconditioning of road from Usman Behan to - 1,750 66.12 0.60 0 - 66.72
Chotiaryoon road
6 Sanghar Reconditioning of road from Sugur Mill to Loharo - 1,050 24.68 0.60 0 - 25.28
road
7 Sanghar Reconditioning of road from Circular road arround - 2,040 47.96 0.60 0 - 48.56
Sanghar City road
84 Appendix 1

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
8 Sanghar Reconditioning of road from Chotiaryoon to - 1,200 28.21 0.60 0 - 28.81
Hathungo road
9 Sanghar Reconditioning of link road from Hathungo to - 894 33.78 0.60 1 4.00 38.38
Khairo Arisar road
10 Sanghar Reconditioning of road from Ghazi Khan ADP - 1,230 46.47 0.60 0 - 47.07
road to Village Tar road
11 Sanghar Reconditioning of road from Chotiaryoon to - 570 21.54 0.60 0 - 22.14
Hathungo road
12 Sanghar Reconditioning of link road from Phuladiyoon to - 600 14.10 0.60 0 - 14.70
Doulatabad road
13 Sanghar Reconditioning of link road from Doulatabad to - 940 22.10 0.60 0 - 22.70
Ghiror Sharif road
14 Sanghar Reconditioning of link road from Dargah Manthar - 1,000 23.51 0.60 0 - 24.11
Fakir road to Phulladiyoon road
15 Sanghar Reconditioning of road from Sindhri to Khipro - 850 40.55 2.40 0 - 42.95
road
16 Sanghar Reconditioning of road from Dilshakh to Khipro - 1,260 60.11 2.40 0 - 62.51
road
17 Sanghar Reconditioning of road from Sanghar Chotiaryoon - 1,900 90.65 4.80 0 - 95.45
upto Loon Khan road
18 Sanghar Reconditioning of road from Work Shop to - 200 4.70 - 0 - 4.70
Nawabshah road via Chak No. 32,64 Shafiabad
Chak No. 74 Chak No. 22 Alf road
19 Sanghar Reconditioning of road from Head Jamrao road - 200 4.70 - 0 - 4.70
Gujri to Chak No. 71 road
20 Sanghar Reconditioning of road from Sanghar Nawabshah - 720 16.92 - 1 10.00 26.92
road Kundho to Chak No. 70 Chak No. 66 via
Chak No. 05 road
21 Sanghar Reconditioning of road from Sanghar Head - 320 7.52 - 0 - 7.52
Jamrao road to link road Chak No. 19 Chak No.
21 Dr. Muhammad Sharif Khaskheli road.
22 Sanghar Reconditioning of road from Mirpurkhas road to - - - - 1 15.00 15.00
Loharo via Gulan Khan Bhanbhro Khuda Bux
Chandio Raja Bisharat road
23 Sanghar Reconditioning of road from 18Mile Mori to Village - 700 16.46 1.20 0 - 17.66
Muhammad Saleh Laghari road.
24 Sanghar Reconditioning of road from Hala Shahdadpur - 5,800 276.70 20.20 1 4.00 300.90
Sanghar road
Appendix 1 85

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
25 Sanghar Reconditioning of road from Tando Adam 5,600 - 239.16 9.60 1 10.00 258.76
Shahdadpur road
26 Sanghar Reconditioning of road from Maqsodo Rind 4,640 - 175.31 1.20 1 10.00 186.51
Shahpurchaker road
27 Sanghar Reconditioning of road from Nawabshah to - 3,600 171.75 2.40 1 5.00 179.15
Sanghar road
28 Sanghar Reconditioning of road from Maqsodo Rind to 1,650 - 38.79 2.40 0 - 41.19
Lundo Town road
29 Sanghar Reconditioning of road from Shahdadpur by Pass 4,800 - 112.84 2.00 0 - 114.84
road
30 Sanghar Reconditioning of road from Khadro to Fakir G 3,920 - 92.15 4.80 0 - 96.95
Khohi road
31 Sanghar Reconditioning of road from Sinjhoro-Sanghar 2,600 - 61.12 2.40 0 - 63.52
@mile 6/0 Connect M.A Latif via Village Bhai
Khan Mari road
32 Sanghar Reconditioning of road from Shahdadpur-Sanghar 8,060 - 189.48 2.80 0 - 192.28
road @mile 30/0 to Sinjhoro via Fakir Ali Akbar
Jinjh road
33 Sanghar Reconditioning of road from Shahdadpur to Lundo 5,200 - 122.24 2.40 0 - 124.64
via Hingora road
34 Sanghar Recondi, of link road from Hala Shahdadpur 2,800 - 65.82 2.00 0 - 67.82
@mile 7/0 to Sahib Khan Nizamani, Juman
Kalhoro to Ghulam Muhammad Laghari road
35 Sanghar Reconditioning of link road from Bakar Mori to 3,000 - 70.53 1.40 0 - 71.93
Sahib Khan Nizamani via Soomar Khaskheli road
36 Sanghar Reconditioning of link road from Shahpurchaker 1,060 - 24.92 1.80 0 - 26.72
to Sarhari road to Village Ghulam Mustafa Magsi
road
37 Sanghar Reconditioning of link road from Ramzan Unar 4,740 - 111.43 4.40 0 - 115.83
(Chelo Unar) to Golo Peer road
38 Sanghar Reconditioning of link road from Shahpurchaker 3,840 - 90.27 3.40 0 - 93.67
Sarhari road to Maqsoodo Rind to Gul
Muhammad Leghari via Shakal Brohi road
39 Sanghar Reconditioning of link road from Shahpurchaker 2,590 - 60.89 1.00 0 - 61.89
road to Village Mehoon Khan Rind road
40 Sanghar Reconditioning of road Dalore to Mangrari road 3,710 - 87.21 3.20 0 - 90.41
86 Appendix 1

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
41 Sanghar Recondi: of road from Tilla Shah to Thakur 3,240 - 76.17 3.60 0 - 79.77
Nazeer Khan Qaimkhani i/c link Mubark Mahar &
Siddique Mahar
42 Sanghar Improvenemt of road from Tando Adam - Tando - 200 9.54 - 0 - 9.54
Allahyar Road
43 Sanghar Improvement of road Tando Adam - Bhit Shah 2,340 - 111.64 8.00 0 - 119.64
Road
44 Sanghar Improvenemt of road Tando Adam - Khandu 4,370 - 208.48 - 0 - 208.48
Road
45 Sanghar Reconditioning of road Mirpurkhas Khan to Jhole - 12,270 463.60 8.80 0 - 472.40
Old Aligment Road
46 Sanghar Reconditioing of road from Jhole - Nauabad Road - 300 7.05 - 0 - 7.05
47 Sanghar Reconditiong of road from Landhi to Khairo Kaloi - 780 18.34 0.40 1 200.00 218.74
road
48 Sanghar Reconditioning of road from Oderolal to - 360 13.60 - 0 - 13.60
Shahdadpur (From Oderolal to Mulla Mukhan
road)
49 Sanghar Reconditioning of road from Budho Chandio to - 380 14.36 - 0 - 14.36
Mulla Makhan road
50 Sanghar Circular Tando Adam Oderolal road to Tando - 320 12.09 - 0 - 12.09
Adam Shahdadpur road via Tando Adam Bhitt
Shah
51 Sanghar Reconditioning of road from Nauabad Patoyoon 8,120 - 190.88 5.80 0 - 196.68
via Tilla Shah road
52 Sanghar Mazar Khaskheli Road to Mushtaque Ahmed - 140 3.29 - 0 - 3.29
Bajwa via Hakim Magsi, Umardin Rajpoor,
Ghulam Qadir Arain, Sadiq Jat, Shafiq Bajwa,
Khadim Jat
TOTAL 77,660 44,154 3,796.81 115.51 8 258.00 4,170.31
1 Thar @ Mithi Rain Damages of Kunri to Kantio mile 0/0-21/6 - 6,895 310.28 0.75 0 - 311.03
(35.00 km) (in portions).
2 Thar @ Mithi Rain Damages of Thario-Jo-Tar to Dano via Pilo - 7,734 348.03 0.75 0 - 348.78
Mile 0/0-25/0 (34.00 Kms)
3 Thar @ Mithi Rain Damages of Naukot Diplo via Gurirabah - 10,442 469.88 0.75 0 - 470.63
Mile 0/0-26/0 (41.60 Kms) (in portions)
4 Thar @ Mithi Rain Damages of Naukot to Diplo via Verhijhap - 8,340 463.70 - 0 - 463.70
Mile 0/0-14/0 22.00 Kms) (in portions)
Appendix 1 87

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
5 Thar @ Mithi Rain Damages of Diplo to Islamkot Mile 0/0-44/3 - 18,799 1,045.22 0.75 0 - 1,045.97
71.00 Kms) (in portions)
6 Thar @ Mithi Rain Damages of Chachro Islamkot Mile 0/0-25/0 - 6,996 388.98 - 0 - 388.98
40.00 Kms) (in portions)
7 Thar @ Mithi Rain Damages of Wango to Mithi Mile 0/0-37/7 - 13,387 875.75 - 0 - 875.75
(61.00 Kms) (in portions)
8 Thar @ Mithi Rain Damages of Mithi to Islamkot upto Engro - 7,503 440.75 - 0 - 440.75
Moor Mile 0/0-30/0 (48.00 Kms) (in portions)
9 Thar @ Mithi Rain Damages of Dodo Jat to Khuroro Mile 0/0- - 14,845 668.18 - 0 - 668.18
26/0 (41.60 Kms) (in portions)
10 Thar @ Mithi Rain Damages of Mithi Loonhair Kharo Amrio - - 10,230 460.35 - 0 - 460.35
Gogassar Katho to Nohto Noon Mile 0/0-21/3
(34.200 Kms) (in portions)
11 Thar @ Mithi Rain Damages of Liakharo to Phararo Mile 0/0- - 4,220 360.25 8.25 0 - 368.50
7/0 ( 11.200 Kms) (in portions).
12 Thar @ Mithi Rain Damages of Chachro Vakrio Ady jo Tar Mile - 11,101 627.21 0.75 0 - 627.96
0/0-18/0 (29.00 Kms) (in portions)
13 Thar @ Mithi Rain Damages of Anupani to Kheensar via - 8,990 404.55 0.75 0 - 405.30
Baghal Mile 0/0-21/4 ( 34.40 Kms) (in portions)
14 Thar @ Mithi Rain Damages of Kheensar to Dahali Mile 0/0- - 5,479 356.14 0.75 0 - 356.89
8/6 (14.00 Kms) (in portions) .
15 Thar @ Mithi Rain Damages of Chachi Moora to Ligdio - 6,081 450.07 7.50 0 - 457.57
Vessarbah Khoe Vesria Mile 0/0-11/0 (17.57
Kms) (in portions)
16 Thar @ Mithi Rain Damages of Sakri to Gah Kharch Mile 0/0- - 4,079 236.58 0.75 0 - 237.33
8/0 (13.00 Kms) (in portions).
17 Thar @ Mithi Rain Damages of Nataveri Post to Dodharo Road - 3,356 184.55 0.75 0 - 185.30
Mile 0/0-6/0. (In Portion). (in portions)
18 Thar @ Mithi Rain Damages of Mithi Wango Main Road - 15,084 942.78 12.75 0 - 955.53
(Nataveri Post) To Diplo Road Mile 0/0-25/0. (In
Portion).
TOTAL - 163,561 9,033.25 35.25 0 - 9,068.50
1 Umerkot Umerkot Ratnore Road 1,800 1,585 180.79 - 0 - 180.79
2 Umerkot Magtor To Maghar Road 1,200 862 132.18 - 0 - 132.18
3 Umerkot Maghar Akwadhor road 1,200 1,110 127.31 - 0 - 127.31
4 Umerkot Ratnore Anupani road 700 617 83.09 - 0 - 83.09
5 Umerkot Chhore Old TO Moula Bux More 6,600 470 319.21 1.28 0 - 320.49
88 Appendix 1

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
6 Umerkot Umerkot Kantio road 6,200 2,190 523.20 - 0 - 523.20
7 Umerkot Ratnore Bagal road 4,750 1,630 388.50 - 0 - 388.50
8 Umerkot Soofi Dhoronaro road 3,060 - 141.43 1.44 0 - 142.87
9 Umerkot Pithoro To Dhoronaro along Railway line 12,000 350 577.67 3.75 0 - 581.42
10 Umerkot Pithoro To Girhore Sharif 3,960 220 259.67 1.84 0 - 261.51
11 Umerkot Pithoro To Khai road 4,200 1,075 158.25 3.00 0 - 161.25
12 Umerkot Shadi Palli Pithoro road 4,610 - 227.39 1.50 0 - 228.89
13 Umerkot Umerkot Mirirpurkhas road To Jaffar Dal. 4,170 - 126.98 0.95 0 - 127.93
14 Umerkot Samaro To Buchabund road 3,000 710 172.81 1.85 0 - 174.66
15 Umerkot Mirpurkhas Umerkot road To Araro Bhurgari. 3,600 870 136.11 2.78 0 - 138.89
16 Umerkot Samaro Kunri road To Samaro road via Abdullah 5,950 640 205.08 3.24 0 - 208.32
Kapri.
17 Umerkot Nawababad To Pucca More Via Halo Peer. 4,100 350 137.28 2.83 0 - 140.11
18 Umerkot Bostan To Maya dars(Junri Bypass) 4,300 550 147.49 2.38 0 - 149.86
19 Umerkot Kunri Bodar via Nasimabad 4,550 1,190 189.38 1.45 0 - 190.83
20 Umerkot Samaro Umerkot road to Bodarfarm 4,330 - 133.15 1.45 0 - 134.60
21 Umerkot Extension of Pre Stress Bridge along Kunri - - - - 1 18.11 18.11
Nabisar Thar road.
TOTAL 84,280 14,419 4,366.99 29.71 1 18.11 4,414.80
1 Mirpurkhas Khan to Jhole Via Nawabad 16,650 - 889.16 10.93 0 - 900.09
2 Mirpurkhas Hyderabd road to Abdin Pump 6,970 - 522.75 - 0 - 522.75
3 Mirpurkhas Sindhry Khipro Road Kosghar (Byepas) 2,360 - 153.40 0.58 0 - 153.98
4 Mirpurkhas Mirwah road to Jhullori via Mir Khalid Landhi 13,520 - 611.78 3.45 0 - 615.23
5 Mirpurkhas Ring road to NK Pump 510 - 33.15 0.58 0 - 33.73
6 Mirpurkhas Kot Ghulam Muhammad to Digri 15,140 - 695.18 6.90 0 - 702.08
7 Mirpurkhas Digri to Dumbalo 10,420 350 673.45 2.30 0 - 675.75
8 Mirpurkhas Digri town portion 2,400 - 96.00 - 0 - 96.00
9 Mirpurkhas Mirpurkhas - Mirwah Road to Connect Digri Road 410 10,270 939.84 - 0 - 939.84
10 Mirpurkhas Kot Ghulam Muhammad town portion Road 2,440 - 97.60 - 0 - 97.60
11 Mirpurkhas Mirpurkhas Khipro road to Maghan More via - - - - 1 60.00 60.00
Jhurbi
12 Mirpurkhas Dengan to Jhillori 4,760 - 166.60 1.73 0 - 168.33
13 Mirpurkhas Kot Ghulam Mohammad to Sakriary road 13,910 - 869.79 3.45 0 - 873.24
14 Mirpurkhas Hyderabad road to Ratanabad Byepass - 3,790 236.99 0.35 0 - 237.34
15 Mirpurkhas Digri to Naukot via Tando Jan Mohammad & - - - - 1 120.00 120.00
Jhudo road
TOTAL 89,490 14,410 5,985.69 30.25 2 180.00 6,195.94
Appendix 1 89

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
1 T.M.Khan Tando Muhammad Khan to Nazar Pur road Mile 12,320 - 160.56 9.18 0 - 169.74
0/0-8/4
2 T.M.Khan Tando Muhammad Khan to Phulkara road Mile 9,140 - 118.34 7.02 0 - 125.36
0/0-6/4
3 T.M.Khan Tando Muhammad Khan to 70 Mori Road Mile - 6,510 117.11 17.28 0 - 134.39
0/0-12/0
4 T.M.Khan Tando Muhammad Khan 70 Mori Road to Link 6,390 - 78.40 8.64 0 - 87.04
road Nango Shah Via Dargah Shaikh Fareed road
Mile 0/0-8/0
5 T.M.Khan Shaikh Bhirkio to Gulab Leghari road Mile 0/0-9/0 8,900 - 160.91 25.92 0 - 186.83
6 T.M.Khan Tando Muhammad Khan to Bulri Shah Karim road - 6,250 115.50 69.12 0 - 184.62
Mile 0/0-24/0.
7 T.M.Khan 70 Mori to Sobho Khan Chandio road Mile 0/0-6/4 7,420 - 132.26 9.36 0 - 141.62
TOTAL 44,170 12,760 883.09 146.52 0 - 1,029.61
1 T.A.Yar Road from Tando Allahyar Tando road Usman 9,000 - 211.57 6.13 1 3.15 220.85
Shah Huri to Fazlani Mori to Oderolal Station =
12.00 Kms (12' width road)
2 T.A.Yar Road from Tando Allahyar Jhando Mari via Piyaro 5,760 - 135.41 3.60 1 4.22 143.22
Lund Shaheed Police Post Stop to Dasori City via
Ibrahim Thebo = 10.00 Kms (12' width road)
3 T.A.Yar Road from Altaf Shah to Soomar Khaskheli I/C 4,200 - 98.74 1.47 0 - 100.21
link Luqman Rajar = 6.00 Kms (12' width road)
4 T.A.Yar Road from Piyaro Lund road to Abdul kareem 2,350 2,480 148.95 2.53 0 - 151.48
Dars I/C Link Shair Khan Lund,Shah Baig
Lund,and Nimro Village = 10.00 Kms (18' and 12'
width road)
5 T.A.Yar Road from Tando Allahyar Piyaro Lund road 13,090 - 307.72 2.95 0 - 310.66
Shaheed Check Post to Dassori Minor I/C Link
Ghulam Hussain Lund = 17.00 Kms (12' width
road)
6 T.A.Yar Road from Bachal Sand Mori to Allahyar Kerio, 3,700 - 86.98 1.47 0 - 88.45
Ramzan Thebo,Ghulam Qadir Kerio,Abdul
Rehman Thebo = 5.00 Kms (12' width road)
7 T.A.Yar Road from Hyderabad Mps road to Village Haji 6,080 - 142.93 2.12 0 - 145.05
Muhammad Siidique Dars Via Bachal
Khaskheli,Hashim Dars,Khair Muhammad Jamal,
Johar Abad, Sajjan Halepoto,Karo Patel = 8.00
Kms (12' width road)
90 Appendix 1

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
8 T.A.Yar Road From Mirpurkhas Tando Adam Road = 12,480 - 471.54 2.53 1 6.92 480.99
41.20 Kms (In Portions) (18' width road)
9 T.A.Yar Road from Bukera road to Quba Stop 5.00 Kms 3,800 - 89.33 1.47 0 - 90.80
(12' width road)
10 T.A.Yar Road From Chamber to Ghulab Laghari = 9.40 6,750 - 255.03 2.12 1 2.28 259.44
kms (18' width road)
11 T.A.Yar Road from Chamber to Mirwah Road via Sanjar 4,320 - 163.22 - 0 - 163.22
Chang = 28.20 kms (18' width road)
12 T.A.Yar Road from Chamber road to Shaikh Bhirkio road 15,620 - 367.20 9.90 1 3.00 380.10
village Bachal Pitafi via Dad Jarwar Siddique
Sand = 22.00 Kms (12' width road)
13 T.A.Yar Road from T.Allahyar T.Adam road to malooK 2,040 - 47.96 1.06 0 - 49.02
Hingoro & Haji Sand = 4.00 Kms (12' width road)
14 T.A.Yar Road from Bahadur Hajano to Ghafoor Shah,Jani 2,600 - 61.12 1.47 0 - 62.59
Sand road= 4.00 Kms (12' width road)
15 T.A.Yar Road from Village Lal Khan Lashari to Bachal 2,600 - 61.12 0.82 0 - 61.94
Khaskheli road = 3.00 Kms (12' width road
16 T.A.Yar Road from Abdul Kareem Dars road to Sanghar 2,040 - 47.96 0.41 0 - 48.37
Mangsi I/C Allah Dad Talpur ,Kouro Khaskheli =
3.00 Kms (12' width road)
17 T.A.Yar Road from T.Adam Mirpur Khas road to Village 2,040 - 47.96 1.06 0 - 49.02
Hari Sadh Menghwar,Mubarak Khaskheli,Ghulam
Khaskheli = 3.00 Kms (12' width road)
18 T.A.Yar Road from Abdul Kareem Dars road to Sanghar 2,160 - 50.78 0.82 0 - 51.60
Mangsi I/C Allah Dad Talpur ,Kouro Khaskheli =
3.00 Kms (12' width road)
19 T.A.Yar Road from T.Adam Mirpur Khas road to Village 2,160 - 50.78 0.41 0 - 51.19
Hari Sadh Menghwar,Mubarak Khaskheli,Ghulam
Khaskheli = 3.00 Kms (12' width road)
20 T.A.Yar Road from Juma Khan Balouch Sache Dino 1,980 - 46.55 0.41 0 - 46.96
Khaskheli = 3.00 Kms (12' width road)
21 T.A.Yar Road from Mir Munwar Farm to Nabi Bux Gabol 1,920 - 45.14 0.82 0 - 45.96
= 3.00 KMs (12' width road)
22 T.A.Yar Road from Raja Pali road To Gul Muhammad 1,980 - 46.55 - 0 - 46.55
Pali Link rao Haji Ibrahim Seenhro. = 3.00 Kms
(12' width road)
23 T.A.Yar Road from Yousif Mirbahr to Farm Haji Hussain 1,890 - 44.43 - 0 - 44.43
Ali Kalro = 2.50 Kms (12' width road)
Appendix 1 91

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
24 T.A.Yar Road from Abdul Kareem Dars road to 1,950 - 73.68 - 0 - 73.68
Nawazabad Farm = 3.00 Kms (18' width road)
25 T.A.Yar Road In Village Mashak Hoti = 3.00 Kms (12' 1,920 - 45.14 0.41 0 - 45.55
width road)
26 T.A.Yar Road from Tando Adam Mirpurkhas road to 1,280 - 30.09 - 0 - 30.09
Qasim Baloch and Abdul Ghafoor Arain = 2.00
Kms (12' width road)
27 T.A.Yar Road from Berani Meero Rind road to Sultan 1,920 - 45.14 - 0 - 45.14
Rind,Anwar Rind , Misri Rind = 3.00 Kms (12'
width road)
28 T.A.Yar Road fromTando Adam Mirpurkhas road to Old 2,560 - 60.18 1.06 0 - 61.24
Mirabad I/C Link Haji Abdul Wahid Thebo , Noor
Muhammad Dars = 4.00 Kms (12' width road)
29 T.A.Yar Road from Sadiq Memon to connect Tando 3,200 - 75.23 - 0 - 75.23
Allahyar Mirwah via Darya Khan Mari road (12.60
Kms) (18' width road)
30 T.A.Yar Road from Sultanabad to connect Mirwah road 4,800 - 181.36 - 0 - 181.36
via Doulat Laghari (18.10 Kms) (18' Width road)
31 T.A.Yar Road from Tando Allahyar Mirwah road to 4,410 - 166.62 - 0 - 166.62
Bakhtawar Farm (13.20 Kms) (18' width road)
32 T.A.Yar Road from Chamber road to Village Haji 1,800 - 42.32 - 0 - 42.32
Muhammad Ibrahim Nindo,Golo Halepoto =3.00
Kms (12' width road)
33 T.A.Yar Road from Chamber road to Village Haji 1,120 - 53.43 - 0 - 53.43
Muhammad Ibrahim Nindo,Golo Halepoto =3.00
Kms (12' width road)
34 T.A.Yar Road From Tando Allahyar Southern Bypass to 680 - 32.44 - 0 - 32.44
Chamber road. = 6.80 Kms (24' width road)
35 T.A.Yar Road from Tando Allahyar to Jhando mari road 7,920 - 299.24 - 0 - 299.24
Via Piyaro Lund 33.00 Kms (18' width road)
36 T.A.Yar Road from Tando Allahyar to Chamber = 20.80 1,740 - 83.01 - 0 - 83.01
Kms (24' Road)
37 T.A.Yar Road from Tando Allahyar Chamber road Fazal 2,640 - 99.75 - 0 - 99.75
mandri Stop to Mirwah road via Ahmed Khan
Lashari Tahrani Farm = 10 kms (in Portion) (18'
width road)
TOTAL 148,500 2,480 4,316.54 45.07 5 19.57 4,381.18
92 Appendix 1

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
1 Hyderabad Rain Damages Of Road From Hero Chowck To 2,900 600 225.40 - 0 - 225.40
Ghanghra Mori Road Mile 0/0- 5/0 (In Portiom)
(36' width Dual Carriageway)
2 Hyderabad Rain Damages Of Road From Ex-National 1,400 970 117.85 - 0 - 117.85
Highway Road Mile 120/7-129/1 (In Portion) (36'
width Dual Carriageway)
3 Hyderabad Rain Damnages Of Road From Hyderabad Bye 1,470 920 89.11 4.57 0 - 93.68
Pass Road To kalhora Fly over Along With Line
Channal Road Mile 0/0-4/2 (In Portion) (24' width
Dual Carriageway)
4 Hyderabad Rain Damages Of Road From Qasim Chowck to 1,400 150 70.11 15.00 0 - 85.11
Jamshoro (GMB) Road Mile 101/2 -98/5 (In
Portion) (36' width Dual Carriageway)
5 Hyderabad Rain Damages Of Road From National Highway 2,200 200 69.31 0.75 0 - 70.06
Chhalgri Siop To Massu Bhurgri Road Mile 00-
2/3 (In Portion) (18' width Road)
6 Hyderabad Rain Damages Of Road From Tando Jam To 2,400 950 107.87 - 0 - 107.87
Tando Qaiser Road Mile 0/0- 3/0 (In Portion) (18'
width Road)
7 Hyderabad Rain Damages OfRoad From Hyderabad 3,400 - 74.80 - 0 - 74.80
Mirpurkhas @ Usman Shah Stop to connect
Shaikh Bhirkio Road via Jhando Khoso Road Mile
0/0-2 /4 (In Portion) (18' width Road)
8 Hyderabad Rain Damages Of Road From Hyderabad Tando 2,100 820 45.41 - 0 - 45.41
Muhammad Khan Vidh Police Station Via Hoosri
Road Mile 0/0-5/1 (ln Portion) (12' width Road)
9 Hyderabad Rain Damages Of Road From Hyderabad to 7,650 200 264.83 1.49 0 - 266.32
Shaikh Bhirkio road 12/0-19/4 (18' Width Road)
10 Hyderabad Rain Damages Of Re-Decking Of Rcc Slab Of 500 - 6.00 - 1 25.00 31.00
Pre-Stress Bridge Over Phuleli Cannal 250 Rft @
Khathar (I/C Approch)
11 Hyderabad Rain Damages Of Road From Kotri Fly Over 1,000 - 32.47 16.23 0 - 48.70
Ramp i/c Indus River Bridge Approch
12 Hyderabad Rain Damage Of Road From Ex-National 800 400 26.40 - 1 25.00 51.40
Highway Isra University To Hyderabad Mirpur
Khas Road 0/0 - 3/6
13 Hyderabad Rain Damage Of Road From Shaikh Bhirkio Raod 2,400 400 64.68 2.25 1 25.00 91.93
to Makan Sharif Raod Mile 0/0 - 3/0 (In portion)
Appendix 1 93

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
TOTAL 29,620 5,610 1,194.24 40.30 3 75.00 1,309.53
1 Matiari Rain damages Of Road from Matiari Nasarpur Via 13,150 600 441.38 1.51 0 - 442.89
Allah Dino Samd Road Mile 00- 14/0 (ln Portion)
(18' width Road)
2 Matiari Rain damages Of Road from Matiari Nasarpur Via 14,940 800 505.25 1.65 0 - 506.90
Suggur Mill Road Mile 0/0 - 15/0 (In Portion) (18'
width Road)
3 Matiari Rain Damages Of Road Fronm Palijan Gul 3,050 - 66.60 - 0 - 66.60
Muhammad Pahwar Chowck To Nasarpur Road
Mile 00-2/5 (12' width Road)
4 Matiari Rain Damages Of Road From National Highway 3,370 - 106.39 - 0 - 106.39
To Mansoorah Road Mile 0/0-2/5 (18' width Road)
5 Matiari Rain Damages OfRoad From KK Nizami To Golo 2,550 - 54.07 0.75 0 - 54.82
Pir Mori Road Mile 0/0-2/3 (12' width Road)
6 Matiari Rain Damages Of Road From khyber To Tando 1,450 50 48.30 15.00 0 - 63.30
Adam Road Mile 0/0 - 4/0 (0.00 - 6.40 kms)
7 Matiari Rain Damage Of Road From Oderolal Village To 7,600 1,570 294.36 0.86 0 - 295.21
Nasarpur Via Oderolal Station Road Mile 0/0 -
12/0 (In portion) (18'.00" Width)
TOTAL 46,110 3,020 1,516.34 19.77 0 - 1,536.11
1 Karachi Link Road from (N-5) National Highway to (M-9) - 300 5.00 25.00 1 1.00 31.00
Motorway Mile 10/0 - 5/0 ( In Portion ) (24' Wide
Road) and Construction of Diversion and Raising
of Existing Causeway Alongwith its Approches at
Mile 10/0.( 750' x 52' Wide Causeway)
TOTAL - 300 5.00 25.00 1 1.00 31.00
1 S.B.A Daur - 60th mile road 0/0-8/1=13.00 Km (Width 18 - 1,720 48.79 - 0 - 48.79
ft)
2 S.B.A 68 mile mori to 3 Chak Suhello via Wasni Bhit - 5,570 2,952 250.38 0.76 1 27.50 278.64
Chaudhary Nazeer road mile 0/0-12/0=19.20 Km
(Width 18ft)
3 S.B.A Jam Sahib to Hazrat Houte Faqeer mile 0/0- 7,050 3,170 295.73 - 0 - 295.73
15/0=24.14 Km (18ft)
4 S.B.A Jam Sahib to Pechuho Farm via Malook Shar 6,500 1,150 229.47 - 0 - 229.47
road mile 0/0-8/0=12.80 Km (18ft)
5 S.B.A Bandhi to Moro road mile 0/0-22/0=35.20 Km - 4,283 122.86 - 0 - 122.86
(18ft)
94 Appendix 1

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
6 S.B.A Jam Sahib to Mundh Jamrao road mile 0/0- - 1,443 41.39 - 0 - 41.39
23/6=38.00 Km (12ft)
7 S.B.A 60th mile - Desert area to 3 Chak via 5 Chak road - 1,424 40.84 - 0 - 40.84
mile 0/0-13/0=20.80 Km
8 S.B.A 60th mile to 3 Chak via Ali Nawaz Shahani road 15,800 - 432.14 1.45 1 3.86 437.44
mile 0/0-12/7=20.60 Km (12 ft & 18 ft)
9 S.B.A Dual Carriageway road From Civil Hospital Road - 2,100 95.68 - 0 - 95.68
to Taj Colony Phattak Via Bucheri road & Allah
wala chowk, Kazi Ahmed Morr , Zardari House via
Bilawal Chowk, Lal Building , Shahfi Disposal,
Station road Market road and others roads of
Nawabshah city
10 S.B.A 60th mile to 72mile via 68th mile Mori road mile - 4,081 112.52 - 0 - 112.52
0/0-11/2=18.00 Km
11 S.B.A Bandhi - Moro road to Makhand road mile 0/0- - 4,145 118.27 0.22 0 - 118.48
8/6=14.07 Km (18ft)
12 S.B.A Jam Sahib Mundh Jamrao Road to Rana Javed - 760 15.94 - 0 - 15.94
Road Mile 0/0-3/6=6.0 KMs (12ft)
13 S.B.A Malook Shar-Sachal Khaskheli Road to Siddique - 1,745 51.24 - 0 - 51.24
Sons Farm Road Mile 0/0-3/4=5.60 Kms (18ft)
14 S.B.A Nawabshah - 60th Mile Road to connect - 890 34.80 - 0 - 34.80
Nawabshah Daur road Via Habib Sugar Mill Road
Mile 0/0-3/4=5.60 Kms (24ft)
15 S.B.A 60mile - 3 Chak Road to Juma Khan Mari Road - 569 12.10 - 0 - 12.10
Mile 0/0-2/4= 4.00 Kms (12Ft)
16 S.B.A Mehran Highway @ Safdar Mahota Stop to - 476 9.58 - 0 - 9.58
Rahim Bux Gorchani Road Mile 0/0-1/7= 3.0 Kms
(12Ft)
17 S.B.A Trimore - Sijawal Minor to Durai Mahar Road Via - 1,583 32.43 - 0 - 32.43
Lal Bux Shahani Road Mile 0/0-3/2 = 5.20 KMs
18 S.B.A Dual Carriageway Sanghar Road From Sanghar - 160 7.34 - 0 - 7.34
Bus Stop to 60th Mile Naka (City Portion) Road
Mile 0/0-1/0 = 1.60 KMs (24ft)
19 S.B.A Jam Sahib - Shahpur Chakar road from Village - 2,412 70.19 0.29 0 - 70.47
Porho Khan Zardari to Shahpur Chakar, Mile 5/4-
10/3+330'.= 7.75 KMs (18ft)
20 S.B.A Sui Gas Head Quarter road to connect Rab - 2,395 50.48 0.57 0 - 51.05
Nawaz Mori, road Mile 0/0-4/5+330 = 7.50 Kms
Appendix 1 95

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
21 S.B.A 60th mile Desert Area road to connect Jamal Din 2,450 1,097 75.32 0.29 0 - 75.60
Chandio via Bullo Khan Jamali Road mile 0/0-3/7
= 6.20 KMs.
22 S.B.A Nawabshah-Jam Sahib road @ Mile 5/4 Bhutta 2,350 1,543 81.57 0.29 0 - 81.86
Water stop to connect Jam Sahib-Gupchani road
via Gul Muhammad Bhutto Road Mile 0/0-4/7=
7.70 KMs
23 S.B.A Lashari Stop road to connect Daur Jamal Shah 3,125 - 66.43 0.57 1 1.84 68.84
road via Nathiyani road Mile 0/0- 2/7= 4.60 KMs
24 S.B.A Trimore to connect Lashari Stop Keeria Mori road 2,979 - 62.42 - 0 - 62.42
via Laique Zardari road mile 0/0-2/5
25 S.B.A 60th mile – 3 Chak road to connect Ali Nawaz 1,200 1,157 69.73 - 0 - 69.73
Shahani road via Serai Muhabat Sethar road mile
0/0-5/4
26 S.B.A Dual Cairrageway from Nawabshah-Buchery 800 1,050 73.33 - 0 - 73.33
Chowdagi 0.00-10.00 KMs
27 S.B.A Jam Sahib to connect Nawabshah-Sanghar road 7,100 1,200 206.31 - 0 - 206.31
via PreetamAbad, Porho Khan and MirzaAbad
0.00-21.00 KMs
28 S.B.A Nawabshah to Kazi Ahmed Road 0.00-32.20 KMs - 3,400 101.15 - 0 - 101.15
29 S.B.A Circular road from Nawabshah-Jam Sahib road - 1,750 27.36 - 0 - 27.36
to Dargah Jam Datar Town 0.00-10.00 KMs
30 S.B.A Mehran Highway from Nawabshah - National - 12,200 520.76 - 0 - 520.76
Highway @ Ranipur 0.00-135.00 KMs
31 S.B.A Nawabshah to Sanghar Road 0.00-63.50 KMs - 4,350 129.42 - 0 - 129.42
32 S.B.A Saeedabad to Shaheed Benazirabad road 0.00- 14,400 - 483.73 - 0 - 483.73
32.00 KMs
33 S.B.A Nawabshah,Kazi Ahmed Road to Waris Ali Shah 5,550 - 115.77 - 0 - 115.77
road 0.00-9.20 KMs
34 S.B.A Naushahro Feroze @ Phull City to Nawabshah 22,950 1,750 375.60 - 0 - 375.60
Road 24.50-86.50=62.00 KMs
35 S.B.A Mehran Highway-Trimore along Jemous Minor - 650 4.81 - 0 - 4.81
road 0.00-1.40 KMs
36 S.B.A Nawabshah-Sakrand road 0.00-21.32 KMs - 3,300 63.92 - 0 - 63.92
37 S.B.A Kazi Ahmed Bye Pass (dual Carraigeway) road - 404 15.82 - 0 - 15.82
0.00-4.20 Km
38 S.B.A Kazi Ahmed Jamal Shah road to Aqlani Morr road - 4,323 123.88 - 0 - 123.88
0.00-16.00 Km
96 Appendix 1

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
39 S.B.A Daulatpur Pubjo road 0.00-15.00 Km - 3,316 94.69 - 0 - 94.69
40 S.B.A NHW Nawab Wali Muhammad road to connect - 1,400 39.57 - 0 - 39.57
Daulatpur Pubjo road via Ramzan Rahu road
0.00-10.40 Km
41 S.B.A Al Noor Sugar mill to Haberi road 0.00-28.20 Km - 8,715 189.79 - 0 - 189.79
42 S.B.A Manhoro Chowdagi - Ghulam Muhammad 4,629 - 97.92 - 0 - 97.92
Punjabi road at mile 6/2 to village Sonhari via
Thull Minor road 0.00-8.40 Km
43 S.B.A Kazi Ahmed to Deran road via Gulan Khan 7,155 - 200.02 - 0 - 200.02
Zardari road 0.00-14.00 Km
44 S.B.A Kazi Ahmed Bye Pass road to village Sawai - 1,255 35.02 - 0 - 35.02
Majotho via Pir Ghulam Muhammad road 0.00-
7.24 Km
45 S.B.A NHW Sarakri Khooh to connect Mall Rahu road - 1,070 30.09 - 0 - 30.09
0.00-6.00 Km
46 S.B.A Kazi Ahmed to Jamal Shah road 0.00-7.64 Km - 1,316 37.01 - 0 - 37.01
47 S.B.A Majeed Keerio Mudd Banglow road 0.00-18.00 - 3,906 100.06 - 0 - 100.06
Km
48 S.B.A Sakrand - Mehrabpur road 0.00-14.40 Km - 715 18.32 - 0 - 18.32
49 S.B.A Sakrand - Varr Khadhar road 0.00-14.40 Km - 2,423 62.06 - 0 - 62.06
50 S.B.A Nawabshah - Sakrand road @ Landhi stop to - 697 16.27 - 0 - 16.27
connect Nawabshah Kazi Ahmed road via SBBU,
Pangria Mori road 0.00-14.20 Km
51 S.B.A NHW Punhal Trucking Station to connect Majeed - 1,010 24.56 - 0 - 24.56
Keerio Mudd Banglow road via Misri Khoso road
0.00-16.00 Km
52 S.B.A Sakrand Sarhari road 0.00-21.40 Km - 3,160 89.34 - 1 60.00 149.34
53 S.B.A Dhani Perto Chandio road to Connect Pangria 910 - 31.99 - 0 - 31.99
Mori Chanesar road 0.00-2.40 Km
54 S.B.A Nawabshah Sakrand road to P.K Chandio via - 480 12.84 - 0 - 12.84
Ghulam Asghar Unar road mile 0/0-4/0=6.40 Km
55 S.B.A Sakrand bye Pass to Mari Jalbani via Punhoo - 845 22.19 - 0 - 22.19
Gudaro road mile 0/0-8/0=12.80 Km
56 S.B.A Nawabshah - Varr road @ Caddet college to - 720 16.10 - 0 - 16.10
connect Sabzi Mandi Sarhari road 0/0-2/4=4.00
Km
Appendix 1 97

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
57 S.B.A Varr Sarhari road to Sakrand Sarhari road @ mile - 964 25.79 - 0 - 25.79
8/4 via Mehar Ali Jamali road mile 0/0-3/4=5.60
Km
58 S.B.A New Naka to Liaqat Market (Sakrand road dual - 547 15.51 - 0 - 15.51
Carriageway) i/c link approach to connect Civil
Hospital road road mile 0/0-1/7
TOTAL 110,518 108,171 5,828.60 4.42 4 93.20 5,926.22
1 N'Feroze Road from Kandiaro to Tharushah via Darbello 6,780 2,160 229.03 1.20 0 - 230.23
2 N'Feroze Road from Kandiaro Khanwahan Kotri Kabir 21,000 2,790 609.45 2.70 0 - 612.15
road
3 N'Feroze Road from Halani to Mehrabpur @point bag 11,210 3,180 368.64 1.80 0 - 370.44
Bachrach
4 N'Feroze Road from Kandiaro to Lakha road - 3,910 100.17 - 0 - 100.17
5 N'Feroze Road from Murad Kalhoro via Kanaya Kalhora 10,000 - 150.00 1.50 0 - 151.50
6 N'Feroze Road from Mohabat Dero Disposal to Bhunwar 8,000 - 120.00 1.50 0 - 121.50
village via Rustam Sindh Sher Mirbahar
7 N'Feroze Road from Mohabat Dero Jatoi road to Bakhri 7,000 - 105.00 1.50 0 - 106.50
8 N'Feroze Road from Halani to Sobho Chang - 3,090 79.16 0.90 0 - 80.06
9 N'Feroze Road from Halani to Lakha road 8,000 - 120.00 1.20 0 - 121.20
10 N'Feroze Road from Halani to Mohabat Dero jatoi road - 3,130 80.18 - 0 - 80.18
11 N'Feroze Road from N'Feroze to Tharushah road 7,900 900 264.00 0.60 0 - 264.60
12 N'Feroze Road from Village Allah Dito Bhanbhro to Rohri 7,000 - 105.00 1.20 0 - 106.20
Canal Bridge via Khahi Qasim and babl Faqeer
Graveyard
13 N'Feroze Road from NH way Khahi Maman to larahi road 5,000 - 75.00 0.90 0 - 75.90
via Fazul Muhammad Loach and village Akbar
Shah
14 N'Feroze Road from N'Feroze Phull Darya Khan Mari upto 16,320 4,050 611.10 2.40 0 - 613.50
Kot lalu Chowdagi
15 N'Feroze Road from Village haji Chuttal Shah to village 5,000 - 75.00 1.20 0 - 76.20
Hamal Bhanbhro via Dr: Ghulam Rasool Shah
16 N'Feroze Road from Bhiria road to Paddidan road 5,700 1,510 108.15 1.50 0 - 109.65
17 N'Feroze Road from Naushahro Feroze to paddidan 18,000 - 540.00 1.20 0 - 541.20
18 N'Feroze Road from Paddidan to Phull road 2,000 3,470 140.13 0.90 0 - 141.03
19 N'Feroze Road from Tharushah to Mithiani road 17,000 - 435.51 1.50 0 - 437.01
20 N'Feroze Road from Chaheen Manomal to Darya Khan 12,000 - 180.00 - 0 - 180.00
Jalbani
98 Appendix 1

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
21 N'Feroze Road from Bhira road to Lakha road 12,000 - 180.00 0.90 0 - 180.90
22 N'Feroze Road from Tharushah Bhiria to Ghulam 7,000 - 105.00 0.90 0 - 105.90
Muhammad via Tagiani Solangi
23 N'Feroze Road from Bhiria Bhiria road to Mangoo road 6,000 750 172.92 1.50 0 - 174.42
24 N'Feroze Road from Bhurnd to via Abran 8,000 - 204.94 1.50 0 - 206.44
25 N'Feroze Road from Bhurnd to Dalipota Stop via Latuf 13,000 1,060 360.19 2.10 0 - 362.29
Panhwar
26 N'Feroze Road from Rajpar Chowdagi to Mangoo 15,000 - 384.27 1.80 0 - 386.07
27 N'Feroze Road from Khahi to Molahan via Moosa Memon 9,000 400 141.00 0.90 0 - 141.90
khouro Memon
28 N'Feroze Road from Bhiria road Railway Station to Lakha 12,000 - 180.00 1.50 0 - 181.50
road Railway Station
29 N'Feroze Road from Darya Khan to Village Khandoo Mari 5,000 - 75.00 0.60 0 - 75.60
30 N'Feroze Road from Bhiria Bhiria road to Yaqoob tunia via 12,000 - 180.00 1.80 0 - 181.80
Kalhora Station
31 N'Feroze Road from NH WAY to Keeria Mori via Manahi 5,000 400 81.00 1.20 0 - 82.20
Nathar Detha Minor road
32 N'Feroze Road from Moro Mithian road to Golo Poto road 6,000 - 90.00 0.60 0 - 90.60
33 N'Feroze Road from NH Way Sadhuja road to Chowdagi 9,000 - 230.56 2.90 0 - 233.46
34 N'Feroze Road from National Highway to Douro Behan 5,550 - 83.25 1.50 0 - 84.75
road to Manahi road
35 N'Feroze Road from Moro Mithiani road Manahi road to 9,000 - 135.00 1.20 0 - 136.20
Puran road
36 N'Feroze Road from Moro Mithiani road to Gareebo behan 20,000 - 300.00 4.50 0 - 304.50
via Karoche Ji Mari
37 N'Feroze Road from Moro Bandhi road to Qamar Din 7,000 - 105.00 - 0 - 105.00
Chandio
38 N'Feroze Moro Bandhi road 5,000 - 150.00 - 0 - 150.00
39 N'Feroze Road from Moro Dadu road from Moro Bridge to - 2,250 57.64 - 0 - 57.64
Deparja
40 N'Feroze Road from Moro Mithiani road to Mithiani 14,000 8,050 564.88 2.40 0 - 567.28
N'Feroze upto Allah Wala Chowk
41 N'Feroze Road from Moro Dadu road 6,000 2,060 241.80 0.30 0 - 242.10
42 N'Feroze Road from Moro Mithiani road nathar Detha Minor - 3,410 51.15 1.50 0 - 52.65
upto Mahi Wagan
43 N'Feroze Road from Moro Bandhi road to village Foto Khan 10,000 - 150.00 1.50 0 - 151.50
Zardari
Appendix 1 99

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
44 N'Feroze Road from Phull Masur Ji Wah - 3,910 100.17 0.90 0 - 101.07
45 N'Feroze Road from Moro Dadu bridge Deparja road to 11,000 - 165.00 1.80 0 - 166.80
Village Hajjan shah upto malik
46 N'Feroze Road from Mithiani road to Baig Muhammad 11,000 1,490 187.35 1.50 0 - 188.85
Panhwar via Lutuf Panhwar
47 N'Feroze Road from Tharushah Mithiani road Bhority via 15,000 - 225.00 1.50 0 - 226.50
Abdul Karim Bhurt upto Badal Solangi
48 N'Feroze Road from Darbello Mori to Village Rab Parto 6,000 - 90.00 2.90 0 - 92.90
Dahri via Umer Mahesar to connect Shaheed
Hussain Kandhar road
49 N'Feroze Road from N'Feroze Mithiani Chalo Chandio & 10,000 - 150.00 1.50 0 - 151.50
Tagar
50 N'Feroze Road from Mithiani Tharushah road to Kori Ja 10,000 - 150.00 1.50 0 - 151.50
Bhan
51 N'Feroze Road from National Highway Dali to Hussain 10,000 - 256.18 1.50 0 - 257.68
Kalhoro to connect Achi Masjid
52 N'Feroze Road from Tharushah Mithiani road Sultan Dehraj 16,000 - 240.00 2.40 0 - 242.40
via Azmat Dero Bhangoo Pir Ruqan
53 N'Feroze Road from Mithiani Tharushah to Tindon 20,000 - 300.00 2.70 0 - 302.70
Panhwar, Sono Khan Chandio, Khuda Bux Siyal,
Govt High School Mithiani to Sayed Ali Gohar
Shah & Muhammad Bux Abro road
54 N'Feroze Road from N'Feroze Mithiani road to Dahni Bux 15,000 - 225.00 2.10 0 - 227.10
Samo, Dhoulan Khan Chandio, Saban Shah,
Mithian to Abran via Late nangar Chandio, kirir
Bhatti, Rato Naich, Jala Tagar and Tagio Chadiro
55 N'Feroze Road from N'Feroze Phull to Inyat phull, Hoati 11,000 - 165.00 1.50 0 - 166.50
Phull, & Behram Khan Chandio,
56 N'Feroze Road from Moro Mithiani road to Mir Muhammad 10,000 - 150.00 1.20 0 - 151.20
Chandio Kare Ja Chandia , & Gul Muhammad
Mashori via Cuttan Shah
57 N'Feroze Road from National Highway Agha Dino Solangi 5,000 - 75.00 0.90 0 - 75.90
and Nangraj
58 N'Feroze Road from Mithiani Naushahro Feroze to Wagan - 3,620 54.30 1.50 0 - 55.80
via Nim Wara Khosa
59 N'Feroze Road from Bhiria Bhiria road to Saeed Khan - 4,190 63.22 1.80 0 - 65.02
Lakho on Nusrat Canal
100 Appendix 1

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
60 N'Feroze Road from National Highway Dali Mori to Lakha 13,000 - 195.00 1.80 0 - 196.80
Mori
TOTAL 526,460 59,780 11,510.34 83.80 0 - 11,594.14
1 Dadu Rehabilitation of road for Johi to Wahi Pandhi Mile 23,000 - 337.89 73.00 0 - 410.89
0/0-14/0. (18' Wide)
2 Dadu Rehabilitation of road for Johi to Chhinni Mile 0/0- 20,000 - 193.08 14.50 0 - 207.58
12/0. (12' Wide)
3 Dadu Rehabilitation of road for Johi to Haji Khan Mile 17,000 - 269.00 6.40 0 - 275.40
0/0-10/0. (12' Wide)
4 Dadu Rehabilitation of road for Johi Wahi Pandhi road 7,000 - 66.45 12.00 0 - 78.45
to Golo Faqeer Mile 0/0-5/0. (12' Wide)
5 Dadu Rehabilitation of road for Dadu Moro Approach - 5,070 94.15 - 1 250.00 344.15
road Mile 0/0-7/4. (24' Wide)
6 Dadu Rehabilitation of road from Haitam Jatoi Phattak 7,000 600 66.45 12.00 0 - 78.45
to Piaro Station via Phulji Station road mile 0/0-
13/0. (18' Wide)
7 Dadu Rehabilitation of road from Mangwani to Mado 20,000 - 193.08 38.60 0 - 231.68
Mile 0/0-12/0 (12' Wide)
8 Dadu Rehabilitation of road from Johi Branch to Sayed - 1,950 18.83 1.20 0 - 20.03
Ali Akbar Shah Mile 0/0-2/4 (12' Wide)
9 Dadu Rehabilitation of road from Gozo to Haitheen - 1,560 15.60 2.60 0 - 18.20
Aleewal Mile 0/0-5/0 (12' Wide)
10 Dadu Rehabilitation of road from Baga more to Sajan 9,000 - 90.00 8.80 0 - 98.80
Abro, Dilawar Solangi U/C Jubairjee Mile 0/0-3/0
(12' Wide)
11 Dadu Rehabilitation of road from Chowdagi to Phulji 3,000 1,170 37.47 11.80 0 - 49.27
Village Mile 0/0-2/4 (18' Wide)
12 Dadu Rehabilitation of road from Patt More to Andal 2,000 1,950 - - 0 - -
Chandio Mile 0/0-4/0 (12' Wide)
13 Dadu Rehabilitation of road from Sitta Station to Sita - 3,510 47.06 - 0 - 47.06
Village Mile 0/0-5/0 (18' Wide)
14 Dadu Rehabilitation of road from K.N.Shah Burira road 11,000 - 110.00 11.40 0 - 121.40
to Mado Via Satani Chandio Mile 0/0-6/2 (12'
Wide)
15 Dadu Rehabilitation of road from Phulji Piaro road to 2,000 1,950 29.94 1.20 0 - 31.14
Hazur Chandio, Old Kalari Mile 0/0-4/0 (12' Wide)
16 Dadu Rehabilitation of road from Indus Highway to 5,000 - 42.30 2.00 0 - 44.30
Mukhtyar Nagar Mile 0/0-2/4 (12' Wide)
Appendix 1 101

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
17 Dadu Rehabilitation of road from I.H.Way @ Khanpur to 23,000 780 294.35 39.20 0 - 333.55
Mitho Babar via Kari Mori Mile 0/0-10/0 (12' Wide)
18 Dadu Rehabilitation of road from Kakar to Chowkhandi 7,000 700 60.95 5.60 0 - 66.55
via Jakhro Mile 0/0-5/0 (12' Wide)
19 Dadu Rehabilitation of road from Johi Bhan to Yar 5,000 - 48.27 3.60 0 - 51.87
Muhammad Kalhoro Mile 0/0-3/0 (12' Wide)
20 Dadu Rehabilitation of road from Indus Highway to 5,000 - 72.41 3.60 0 - 76.01
Phakka Via Hafiz Mir Muhammad Kalhoro Mile
0/0-3/0 (18' Wide)
21 Dadu Rehabilitation of road from Jhallo road to Noorja 4,000 - 32.18 2.40 0 - 34.58
Mile 0/0-2/0 (12' Wide)
22 Dadu Rehabilitation of road from Kandi Chukhi to Kumb 7,000 - 64.36 8.80 0 - 73.16
Mile 0/0-4/0 (12' Wide)
23 Dadu Rehabilitation of road from I.H.Way to Khat 1,000 1,560 21.79 2.40 0 - 24.19
Lashkar Mile 0/0-2/4 (12' Wide)
24 Dadu Rehabilitation of road for Johi Bye Pass road Mile 4,000 - 48.30 3.30 0 - 51.60
0/0-2/0 (18' Wide)
25 Dadu Rehabilitation of road from K.N.Shah to Burira via 20,000 - 386.18 12.40 0 - 398.58
Gozo Mile 0/0-12/0 (18' Wide)
26 Dadu Rehabilitation of road from Piaro Station to Sitta 1,000 5,070 118.83 4.40 0 - 123.23
Station Mile 0/0-8/4 (18' Wide)
27 Dadu Rehabilitation of road from Khanpur to Meer 5,000 - 46.30 1.60 0 - 47.90
Muhammad Minor via Ahori Umeed Ali Babar Mile
0/0-2/7 (12' Wide)
28 Dadu Rehabilitation of road from Dadu Johi road to 10,000 - 96.54 5.60 0 - 102.14
Ibraheem Leghari via Baradi Lashari Mile 0/0-6/0
(12' Wide)
29 Dadu Rehabilitation of road from Bakhar Jamali to Sevo - 1,950 15.60 5.20 0 - 20.80
Jamali mile 0/0-2/4. (12' Wide)
30 Dadu Rehabilitation of road from Chhinni to Tandro 12,000 - 15.61 14.90 0 - 30.51
Raheem mile 0/0-7/0. (18' Wide)
31 Dadu Rehabilitation of road from Johi to Bhan mile 0/0- 18,000 - 265.50 8.40 0 - 273.90
11/0. (18' Wide)
32 Dadu Rehabilitation of road from Village Phakka to 5,000 - 60.30 3.20 0 - 63.50
Ahmed Khan Jatoi and Mehar Lund and Imdad
Shah Ji Landhi Mile 0/0-2/4. (18' Wide)
33 Dadu Rehabilitation of road from I.H.Way @ Khudabad 2,000 2,730 75.50 34.40 0 - 109.90
to Ameenani Sharif Mile 0/0-5/0. (18' Wide)
102 Appendix 1

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
34 Dadu Rehabilitation of road from Ameenani Sharif to 11,000 - 100.56 2.00 0 - 102.56
Abu Talib Shah & Mir Muhammad Bughio Village
Mile 0/0-6/2. (12' Wide)
35 Dadu Rehabilitation of road from Panj More to Jhallo 7,000 1,560 80.20 3.20 0 - 83.40
road Mile 0/0-6/4 (12' Wide)
36 Dadu Rehabilitation of road from Phulji Station to 3,000 1,170 38.02 3.60 0 - 41.62
Purano Dero road Mile 0/0-2/4 (12' Wide)
37 Dadu Rehabilitation of road from Phulji Piaro road to - 2,730 27.30 4.80 0 - 32.10
Kamal Khan Panhwar Via Ibrahim Kachi Dare
Shani Panhwar Mile 0/0-4/0 (12' Wide)
38 Dadu Rehabilitation of road from Noorja Patni to 3,000 - 26.15 2.40 0 - 28.55
Shakorani Bughio Mile 0/0-1/5 (12' Wide)
39 Dadu Rehabilitation of road from Dubi road to - 1,950 15.69 2.40 0 - 18.09
Muhammad Chandio, Essa, Kareemdad, Nariwal
Lund Mile 0/0-2/5 (12' Wide)
40 Dadu Rehabilitation of road from Kakar to Piaro Station - 5,850 84.71 1.60 0 - 86.31
Mile 0/0-9/0 (18' Wide)
41 Dadu Rehabilitation of road from K.N.SHAH to Sindhi 17,000 - 241.35 4.00 0 - 245.35
Butra Mile 0/0-10/0 (18' Wide)
42 Dadu Rehabilitation of road from Sita to K.N.SHAH Mile 15,000 - 217.22 2.80 0 - 220.02
0/0-9/0 (18' Wide)
43 Dadu Rehabilitation of road from Dadu to Johi Mile 0/0- 7,000 3,900 149.85 8.60 0 - 158.45
10/0 (18' Wide)
44 Dadu Rehabilitation of road from Charo to Fareedabad 10,000 - 100.00 9.40 0 - 109.40
Mile 0/0-6/2 (12' Wide)
45 Dadu Rehabilitation of road from Kakar to Gaj Bunglo 26,000 5,070 323.10 71.20 0 - 394.30
via Thariri Jado Shaheed Mile 0/0-24/0 (12' Wide)
46 Dadu Rehabilitation of road from Abbaspur to Mothri 4,000 - 40.00 1.60 0 - 41.60
Mile 0/0-2/4 (12' Wide)
47 Dadu Rehabilitation of road from uper comber to village 5,000 - 50.00 2.80 0 - 52.80
Haji Attur Chandio Mile 0/0-3/1 (12' Wide)
48 Dadu Rehabilitation of road from Qasbo to Meeran Kot 2,000 - 16.09 2.90 0 - 18.99
Mile 0/0-1/0 (12' Wide)
49 Dadu Rehabilitation of road from Rawat Khan Chhor 1,000 - 4.00 0.40 0 - 4.40
road to Ghulam Qadir Khoso Mile 0/0-0/2 (12'
Wide)
50 Dadu Rehabilitation of road from Suprio Bund to Sultan 1,000 - 4.00 0.40 0 - 4.40
Gadhie House Mile 0/0-0/2 (12' Wide)
Appendix 1 103

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
51 Dadu Rehabilitation of road from K.N. Shah Sindhi 1,000 - 8.00 0.80 0 - 8.80
Butra road to Fateh Muhammad Lund Mile 0/0-0/4
(12' Wide)
52 Dadu Rehabilitation of road from Rawat Khan Chor to 1,000 - 10.00 0.80 0 - 10.80
Bundo Mado via Hyder Khoso Safar Khoso Sher
Muhammad Khoso Mile 0/0-0/5 (12' Wide)
53 Dadu Rehabilitation of road from Kandi Chukhi road to 1,000 - 10.00 0.80 0 - 10.80
Village Murad Chandio Mile 0/0-0/5 (12' Wide)
54 Dadu Rehabilitation of road from Johi Branch to Kara 7,000 - 64.36 4.40 0 - 68.76
Bhan Mile 0/0-4/0 (12' Wide)
55 Dadu Rehabilitation of road from Pat Gul Muhammad to 1,000 - 10.00 0.60 0 - 10.60
Qasbo via Chang Mile 0/0-0/5 (12' Wide)
56 Dadu Rehabilitation of road from Loung rohoja to - 780 6.28 1.20 0 - 7.48
Village Agan rahoja Mile 0/0-1/0 (12' Wide)
57 Dadu Rehabilitation of road from Suprio Bund to Chhor 7,000 - 64.36 2.00 0 - 66.36
Mile 0/0-4/0 (12' Wide)
58 Dadu Rehabilitation of road from Mado to Charo via 9,000 - 84.50 2.80 0 - 87.30
Sodharo Mile 0/0-5/0 (12' Wide)
59 Dadu Rehabilitation of road from K.N.Shah to Buriri 12,000 3,120 211.20 12.96 0 - 224.16
road & Chowkhandi Mile 0/0-12/0 (18' Wide)
60 Dadu Rehabilitation of road from Sita Station to Shah - 3,510 33.15 2.00 0 - 35.15
Panjo Railway Station Mile 0/0-5/2 (12' Wide)
61 Dadu Rehabilitation of road from Kari More to Main 16,000 - 150.45 5.20 0 - 155.65
Naseer Muhammad road Mile 0/0-7/4 (12' Wide)
62 Dadu Rehabilitation of road from Baid to Main Naseer 21,000 - 209.17 28.40 0 - 237.57
Muhammad Kalhoro Mile 0/0-13/0 (12' Wide)
63 Dadu Rehabilitation of road from Sita K.N.Shah road at 13,000 - 121.90 9.60 0 - 131.50
Chowdagi to Mehar Mile 0/0-7/4 (12' Wide)
64 Dadu Rehabilitation of road from Ramzan Babar to 10,000 - 91.90 5.80 0 - 97.70
Pusya via Khooh wara Kalhora Mile 0/0-5/7 (12'
Wide)
65 Dadu Rehabilitation of road from I.H.Way to F.P Bund 7,000 1,950 91.88 7.00 0 - 98.88
Via Bahawalpur Mile 0/0-7/0 (18' Wide)
66 Dadu Road from Mehar Fareedabad to Charo Village 6,000 - 105.01 17.10 0 - 122.11
Mile 0/0-6/0 = (9.60 Kms)
67 Dadu Road from Mehar Varah via Kaji Kowahar Mile 16,700 - 408.30 83.55 0 - 491.85
0/0-19/0 (30.40 Kms)
104 Appendix 1

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
68 Dadu Road from Ghaji Khiwar road to Village 6,900 - 122.21 7.53 0 - 129.74
Abbasabad Mile 0/0-7/0 (11.20 Kms)
69 Dadu Road from Barida to Bothro Village to Abbasabad 1,000 - 17.00 2.51 0 - 19.51
Village Mile 0/0-0/5 (1.0 Kms)
70 Dadu Road from Mehar Naukot road to Khamiso Machi 9,450 - 171.61 11.00 0 - 182.61
Mile 0/0-8/0 (12.80 Kms)
71 Dadu Road from Mehar Fareedabad to Village Panjar 5,750 - 113.76 9.00 0 - 122.76
via Baria Panhwar Mile 0/0-5/3 (8.60 Kms)
72 Dadu Road from Indus Hihgway to Village Chakar Khan 6,730 - 121.69 43.22 0 - 164.91
Chandio, Punhoon Khan Chandio and Ghulam
Hussain Mirjat Mile 0/0-6/0 (9.60 Kms)
73 Dadu Road from Indus Hihgway to Sooprio Baud along 7,600 - 156.45 19.40 0 - 175.85
with Bath Rajwah Mile 0/0-7/0 (11.20 Kms)
74 Dadu Road from Tharri Regulator to Indus Hihgway 3,650 - 75.09 14.86 0 - 89.95
along with Bath Rajwah Mile 0/0-3/4 (5.60 Kms)
75 Dadu Road from Indus Hihgway to Mehar Naukot road 4,000 - 99.00 7.75 0 - 106.75
(Bethoo Bye Pass) Mile 0/0-2/4 (4.0 Kms)
76 Dadu Road from Mehar Radan to Village Buth Sarai 2,000 - 49.30 3.28 0 - 52.58
Mile 0/0-0/7 (1.40 Kms)
77 Dadu Road from Mehar Naukot road Mile 0/0-20/0 (32.0 20,050 - 516.28 89.40 0 - 605.68
Kms)
78 Dadu Road from Mehar Naugoth road to Dinpur via 6,300 - 11.50 10.75 0 - 22.25
Jaro Kalhoro Mile 0/0-6/5 (10.60 Kms)
79 Dadu Road from Mehar Fareedabad Mile 0/0-24/0 21,070 - 521.55 15.75 0 - 537.30
(38.40 Kms)
80 Dadu Road from Mehar to Radan road Mile 0/0-9/0 9,900 - 240.09 9.80 0 - 249.89
(14.40 Kms)
81 Dadu Road from Indus Hihgway Chakar Sehole to 5,000 - 82.50 4.90 0 - 87.40
Khudadad Pathan Mile 0/0-3/0 (4.80 Kms)
82 Dadu Road from Mehar to Aghamani road Mile 0/0-12/0 15,960 - 343.86 30.10 0 - 373.96
(19.20 Kms)
83 Dadu Road from Mehar Aghmani road to Bali Shah via 5,000 - 97.50 12.60 0 - 110.10
Ghurmahni Chandia Mile 0/0-3/0 (4.80 Kms)
84 Dadu Road from Mehar Naugoth road to Radhan via 15,800 - 286.53 41.45 0 - 327.98
Jalal Jatoi Mile 0/0-12/0 (19.20 Kms)
85 Dadu Road from Mehar to Walidad Chandio Mile 0/0- 5,250 - 86.12 3.40 0 - 89.52
4/0 (6.40 Kms)
Appendix 1 105

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
86 Dadu Road from Mehar Naugoth to Village Jumo 4,000 - 56.00 4.60 0 - 60.60
Lakher Mile 0/0-2/0 (3.20 Kms)
87 Dadu Road from Mehar Gaji Khowar road to Village 3,000 - 53.25 1.40 0 - 54.65
Khamiso Khoso via Waranda Bhan Mile 0/0-1/4
(2.40 Kms)
TOTAL 654,110 62,140 9,754.24 1,006.32 1 250.00 11,010.56
1 Jamshoro Rehabilitation of road from Bhan to Chinni Mile 21,000 - 270.00 25.00 0 - 295.00
0/0-12/4 (21kms) (18' Ft wide)' wide
2 Jamshoro Rehablitation of road from Indus highway to 1,000 100 10.30 - 0 - 10.30
nandha Chachar i/c Masanory Structure
3 Jamshoro Rehabilitation of road from Yaqoob Panhwar to 4,000 - 60.00 6.00 0 - 66.00
Thatti Morr Indus Highway (Old Alignment)
4 Jamshoro Rehabilitation of road from Nagar Khan Brohi - - 32.00 4.20 0 - 36.20
village to Manchar FP band Mile 0/0-2/0 3.2 KM
5 Jamshoro Rehabilitation of road from Nawab Khan Rind to 400 1,000 14.00 - 0 - 14.00
Haji Chato Rind via Amb Khan Rind mile 0/0-3/6
(6.00kms) 12' wide
6 Jamshoro Rehabilitation of road from Jhangara Bandhari 3,000 - 30.00 15.00 0 - 45.00
road to village Nawab Khan Rind (12' wide )
7 Jamshoro Rehabilitation of road from Indus Highway to 1,000 - 6.00 4.00 0 - 10.00
Village Yar Ali Rind Mile 0/3
8 Jamshoro Rehabilitation of road from Indus Highway to 4,000 - 64.00 0.70 0 - 64.70
Sehwan Airport
9 Jamshoro Road from Sehwan to Jhangara Mile 0/0-10/0 16 14,000 600 292.00 85.50 0 - 377.50
KMs (24' Wide)
10 Jamshoro Rehabilitation of road from Bubak high school to 3,000 - 45.00 11.20 0 - 56.20
Manchar band (18'ft wide
11 Jamshoro Rehabilitation of road from Naing Sharif to 1,500 200 12.40 0.30 0 - 12.70
Nagawal village i/c 500RFT Prestressed Bridge
mile 0/0-6/2 (10.00kms) 12' wide
12 Jamshoro Rehabilitation of road from Sehwan to Bubak via 13,000 - 126.00 12.60 0 - 138.60
Baghe Yousif ,Jaheja Khanbroth (12'ft wide
13 Jamshoro Rehabilitation of road from Indus Highway to 1,000 - 10.00 1.20 0 - 11.20
wada Chachar i/c approach to Hospital Mile 0/0-
0/5 1 KM
14 Jamshoro Rehabilitation of road from Jaheja Khaborth road 6,000 - 56.00 1.50 0 - 57.50
to village Rasool Bux Rodhnani and village
106 Appendix 1

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
Muhammad Essa Rodhnani and Haji Karim Bux
Sahibani mile 0/0-3/4 (U.C Bubak) (5.6kms)
15 Jamshoro Road from Jhangara Kai to Bado jabal Mile 0/0- 450 800 17.50 2.80 0 - 20.30
17/4 28 KMs (12' Wide)
16 Jamshoro Rehabilitation of road from Indus Highway to Laky - 300 3.60 3.20 0 - 6.80
Chashma Mile 0/0-1/4 (2.4kms)
17 Jamshoro Rehabilitation of road from Super Highway Bye 3,000 600 52.20 2.40 0 - 54.60
Pass Hyderabad to Kotri via Khanpur mile 0/0-2/7
(4.6kms) 18' Wide
18 Jamshoro Rehabilitation of road from Jhangara Chinni road 8,800 - 132.00 45.93 0 - 177.93
to Naing Sharif via Kai
19 Jamshoro Rehabilitation of road from Jhangara to Chinni via 7,200 3,550 107.00 131.52 0 - 238.52
Shah hassan 37.0 KM
20 Jamshoro Rehabilitation of road from Village Chingani to - 1,000 10.00 4.50 0 - 14.50
village Muhammad Shahkani via Rajab Shahkani
u/c Bajara Taluka Sehwan District Jamshoro Mile
2/4 (4.00kms)
21 Jamshoro Rehabilitation of road from Indus Highways to 1,000 500 15.00 1.00 0 - 16.00
village Hashim Chhachhar, Muhammad Bux
Bhanbhro, Malook Khaskhely and Fateh
Mohammad Solangi Mile 0/0-3/1 (5.0kms)
22 Jamshoro Rehabilitation of road from Indus Highway to - 500 7.20 - 0 - 7.20
village Yaqoob Panhwar Mile 0/0-3/1 (5.0kms)
23 Jamshoro Rehabilitation of road from Indus Highway to 4,000 - 40.00 7.10 0 - 47.10
Bhallo Lashari via Malookabad Ganbheer Amra
Mile 0/0-2/4 4.0 KM
24 Jamshoro Rehabilitation of road from Indus Highway to 3,000 - 24.00 6.70 0 - 30.70
Village Aktar 2.4 KM
25 Jamshoro Rehabilitation of road from Indus Highways to - 600 9.00 6.50 0 - 15.50
Garwari Mile 0/0-3/1 (5.0kms)
26 Jamshoro Rehabilitation of road from Indus Highways to 33,000 - 330.00 114.52 0 - 444.52
Rani Kot The great fort. 33 KM
27 Jamshoro Rehabilitation of road from Bubak Railway Station 8,000 - 120.00 4.20 0 - 124.20
to Shah Bukhari.
28 Jamshoro Rehabilitation of road from Sukhia Mori to Amir 600 2,500 31.00 5.20 0 - 36.20
Pir Mori via Budhar Babriyoon i/c in links to Qadir
Bux Chohwan Roshan Chohwan Wadero Qaim
Panhwar Ali Muhammad Bughio Haji Ali Akbar
Appendix 1 107

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
Chahwan Ghulam Nabi Bughio and Nasurullah
Bughio mile 0/0-5/0 (8.0 Kms)
29 Jamshoro Rehabilitation of road from Bubak Shah Bukhari 1,000 - 10.00 0.60 0 - 10.60
road to Village Kot Lashari (12'ft wide
30 Jamshoro Rehabilitation of road from Bubak Aktar road to 3,800 - 38.00 5.20 0 - 43.20
Manchar Bund via Koor ji Miani
31 Jamshoro Rehabilitation of road from Bandhari road to - 1,300 13.00 1.60 0 - 14.60
village Moglo via Moosa Khan Gabol, Hyder
Gabol mile 0/0-11/7 (19.00kms) 12' wide
32 Jamshoro Rehabilitation of road from Indus Highways to - 1,200 8.80 - 0 - 8.80
village Amri along with Ring Bund Mile 0/0-2/0
(3.2kms)
33 Jamshoro Rehabilitation of road from Approach road to 1,900 - 17.00 4.60 0 - 21.60
village Bilawalpur mile 0/4-1/5 U.C Talti (1.8kms)
34 Jamshoro Rehabilitation of road from Bhan to Talti Mile 4/0- 4,000 - 7.50 - 0 - 7.50
6/2
35 Jamshoro Rehabilitation of road from Thano Ahmed Khan to 3,600 6,260 98.60 15.79 0 - 114.39
Karchat Centre (Kheer Thar National Park) Thano
Bula Khan mile 0/0-45/0 (72.45kms) 12' wide
36 Jamshoro Rehabilitation of road from Super Highway to - 2,240 33.60 - 0 - 33.60
National (Old Thana Bula Khan) road mile 0/0-3/5
(5.8kms) 18" Wide
37 Jamshoro Rehabilitation of road of village Sari Taluka Thano - 7,790 116.85 1.80 0 - 118.65
Bula Khan mile 0/0-13/0
38 Jamshoro Rehabilitation of road from Guru Balpur Ghat to 900 4,090 49.90 1.95 0 - 51.85
Toung Sharif mile 0/0-10/0 (16.0kms) 12' wide
39 Jamshoro Rehabilitation of road from Super Highway to - 3,300 49.50 - 0 - 49.50
Thano Bulla Khan mile 13/0
40 Jamshoro Rehabilitation of road from Thana Bula Khan Bye 1,800 - 27.00 - 0 - 27.00
Pass mile 0/0-2/4 (4.00kms) 18' wide
41 Jamshoro Rehabilitation of road from Tiko Baran to Duredi 5,300 1,900 72.00 16.80 0 - 88.80
mile 0/0-9/0
TOTAL 164,250 40,330 2,467.95 551.11 0 - 3,019.06
1 SUKKUR Road From Arrore Dodanko Via Neho Takar - 3,200 69.43 0.40 0 - 69.83
2 SUKKUR Road from Arrore bachal Shah to Salehpat road. - 2,720 68.00 0.40 0 - 68.40
3 SUKKUR Road from Salehpat road to Sikandarabad road. - 3,090 92.70 0.20 0 - 92.90
4 SUKKUR Road from Dubber o Bhillini - 3,670 80.27 0.60 0 - 80.87
108 Appendix 1

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
5 SUKKUR Road from Dadli Cheechor road. - 1,530 33.84 0.40 0 - 34.24
6 SUKKUR Road from Hussain Kalawar to Sadhuja via BHU - 4,050 72.90 0.60 0 - 73.50
Samo Chachar
7 SUKKUR Road from Shaduja to PS Shaheed Pull. - 1,560 28.08 0.20 0 - 28.28
8 SUKKUR Road from katcha Phatak to Karam Illahi Mehasar - 3,200 57.60 0.40 0 - 58.00
via Saeed ali Indhar .Pull.
9 SUKKUR Road from Bachu Bund to Phulani - 2,190 39.42 0.20 0 - 39.62
10 SUKKUR Road from Chimni Pitafi to Thikratho via Roopher. - 2,190 54.75 0.20 0 - 54.95
11 SUKKUR Road from NHA Pano Akil Sabzar lawn to Jum - 1,340 24.12 0.20 0 - 24.32
Bhutto
12 SUKKUR Road from Sangrar FFR to Pano Akil Cantt: MP - 3,590 89.75 0.40 0 - 90.15
Check Post .
13 SUKKUR Road from Cadet College Pano Akil to Nazar - 1,100 27.50 0.20 0 - 27.70
Muhammad Soomro. Village
14 SUKKUR Road from Haji Khan Chachar road to Url Bachaa - 1,180 29.50 0.20 0 - 29.70
Bund.
15 SUKKUR Road from N-65 City School to Zero Pait (Ring - 840 25.20 - 0 - 25.20
Road).
16 SUKKUR Road from Jalal Goth to Nrich Regulator via BHU - 2,530 63.25 - 0 - 63.25
Sultanpur.
17 SUKKUR Road from Kotri Minor Birdge Near Bundho to - 3,590 89.75 0.40 0 - 90.15
Salehpat.
18 SUKKUR Road from Rorhri Shahdi Shaheed road to Qadir - 2,530 45.54 0.40 0 - 45.94
Bux Ja Quba , via Bux Katpar, Mazar Jeo Hamalo
.
19 SUKKUR Road from Rorhri Tirmohni to Arrore Bachal Shah - 3,080 55.44 0.60 0 - 56.04
road via Qadir Bux Ja Quba.
20 SUKKUR Road from Salehpat road to Shero Ja via Papu - 1,570 39.25 - 0 - 39.25
Petrol Pump
TOTAL - 48,750 1,086.29 6.00 0 - 1,092.29
1 GHOTKI Road From N.H'way Kamoon Shaheed to 6,000 - 162.00 - 0 - 162.00
Khambhra
2 GHOTKI Road From Ubauro to Retti 2,000 840 103.68 - 0 - 103.68
3 GHOTKI Road From Retti to Kamoon Shaheed 2,800 1,920 127.44 - 0 - 127.44
4 GHOTKI Road From Daharki to Khenju 23,000 - 621.00 - 0 - 621.00
5 GHOTKI Road From Mirpur to Bago Daho 3,000 1,550 122.85 - 0 - 122.85
6 GHOTKI Road From Mirpur to Jarwar 3,000 2,430 146.61 - 0 - 146.61
Appendix 1 109

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
7 GHOTKI Road From Jarwar to Khanpur Mahar 3,000 2,750 155.25 - 0 - 155.25
8 GHOTKI Road From Khanpur Mahar to Gulo Pitafi 1,750 1,190 79.38 - 0 - 79.38
9 GHOTKI Road From NHA to Sardar Khan Ghoto 2,650 - 71.55 - 0 - 71.55
10 GHOTKI Road From Adilpur to Mathelo - 1,990 53.73 - 0 - 53.73
11 GHOTKI Road From Jan M. Soceity to Chechro - 2,190 59.13 - 0 - 59.13
12 GHOTKI Road From Old Sardar Khan Ghoto to Mir Abid 2,250 - 60.75 - 0 - 60.75
Sunrani
13 GHOTKI Road From Ameer Bux to Kacho Bindi-I & II - 3,090 55.62 - 0 - 55.62
14 GHOTKI Road From NHA Ghotki Byepass to G.T Road - 1,040 28.08 - 0 - 28.08
15 GHOTKI Road From Ghotki to Sobdar Kalwar - 1,190 21.42 - 0 - 21.42
16 GHOTKI Road From Ghotki Khanpur rd: to Pir Qasim & Pir 5,450 - 98.10 - 0 - 98.10
Iqbal Shah.
17 GHOTKI Road From Landhiyoon to Pir Pakorai. 4,000 - 72.00 - 0 - 72.00
18 GHOTKI Road From Qazi Badal to Shahpur via Hamzo - 2,790 50.22 - 0 - 50.22
Mahar
19 GHOTKI Road From Naro Bagh to Khairo Mahar - 2,740 49.32 - 0 - 49.32
20 GHOTKI Road From Hayat Pitafi to Jarwar 5,000 - 90.00 - 0 - 90.00
21 GHOTKI Road From Daharki to Gabar 23,050 - 622.35 - 0 - 622.35
22 GHOTKI Road From Khenju to Gabar 12,950 - 349.65 - 0 - 349.65
23 GHOTKI Road From Panju Bagh to Village Arbani via Old - 3,140 84.78 - 0 - 84.78
Sardar Khan Ghoto.
24 GHOTKI Road From Mirpur Mathelo to Mathelo - 1,100 35.20 - 0 - 35.20
TOTAL 99,900 29,950 3,320.11 - 0 - 3,320.11
1 KHAIRPUR Road from Gambat Agra Road 5,120 - 254.11 0.75 0 - 254.86
2 KHAIRPUR Road from Mangla to Khairpur via Village Yar 3,950 - 89.75 1.00 0 - 90.75
Muhammad Markhand Larkana Road
3 KHAIRPUR Road from Ripri Regulator to Wadh Pagya road 4,030 - 72.44 1.00 0 - 73.44
4 KHAIRPUR Road from Ripri City to Ahmed Pur City via 9,040 - 222.60 2.60 0 - 225.20
Nauraja.
5 KHAIRPUR Road from Gambat Thatti Road to Sobhodero 3,280 - 82.00 0.50 0 - 82.50
City.
6 KHAIRPUR Road from Khalrpur Larkana Road to Dargah 2,100 - 39.90 0.50 0 - 40.40
Nabi Shah
7 KHAIRPUR Road from Khairpur Larkana road Near Shaikh 5,800 - 145.00 1.25 0 - 146.25
Tayab Stop to Pipri N'Hway via Sim Nala.
8 KHAIRPUR Road from Khuhra City to Village Kaleri 2,200 - 41.80 0.25 0 - 42.05
110 Appendix 1

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
9 KHAIRPUR Road from Pir Qasim Shah to Khairpur Larkana 6,550 - 127.73 1.25 0 - 128.98
road to Razidero via Baharo
10 KHAIRPUR Road from Ripri Regulator to Peer Geelani via 2,630 - 49.97 0.50 0 - 50.47
Village Shaikh
11 KHAIRPUR Road from N'Hway Naseem Ahmed Kharal Gate 2,000 - 38.00 - 0 - 38.00
Gambat to Old Naka & (LRBT/ Eye Hospital) via
Shaikh Chowk Gambat.
12 KHAIRPUR Road from Khuhra Ripri Road to Syed Bachal 3,820 - 68.25 0.50 0 - 68.75
Shah Kanto via Saidi.
13 KHAIRPUR Road From Rasool Abad City to Mehrabpur 3,380 - 65.91 0.50 0 - 66.41
Bridge
14 KHAIRPUR Road from Setharja road to Deparja Bridge via 2,530 - 49.34 0.50 0 - 49.84
Achar Sahito
15 KHAIRPUR Road from Setharja road to Deparja Bridge via 1,350 - 23.37 0.25 0 - 23.62
Achar Sahito
16 KHAIRPUR Road from N'Hway to Village Ameer Ali 2,670 - 52.07 0.50 0 - 52.57
Khaskheli
17 KHAIRPUR Road from N'Hway to Hingorja Sagyoon road via 3,230 - 61.37 0.50 0 - 61.87
Saifal Khaskheli.
18 KHAIRPUR Road from Hingorja to Sagyoon road to Ustad 2,150 - 34.32 0.25 0 - 34.57
Muhammad Safar Tunio
19 KHAIRPUR Road from Sobhodero Road to Ali Mardan 2,700 - 52.65 0.50 0 - 53.15
Magnejo via Udhal Magnejo.
20 KHAIRPUR Road from New Indus Bridge Razi Dero to 2,670 - 52.07 0.25 0 - 52.32
Khanwahan.
21 KHAIRPUR Road from Hingorja to Machar Minor 4,590 - 114.75 0.75 0 - 115.50
22 KHAIRPUR Road from N'Hway Rasool Abad City to 500 - 12.50 - 0 - 12.50
Moutbarshah Sahita
23 KHAIRPUR Road from N'Hway Rasool Abad City to Samo 2,500 - 47.50 0.25 0 - 47.75
Channo via Dargah Pir Paryal.
24 KHAIRPUR Road from Sui-Gas to Thari Mirwah 550 - 10.45 - 0 - 10.45
25 KHAIRPUR Road from Thari Mirwah to Bozdar Wada 3,550 - 106.50 0.90 0 - 107.40
26 KHAIRPUR Road from Nandhi Thari to Tando Mir Ali 6,120 - 153.00 1.50 0 - 154.50
27 KHAIRPUR Road from Mehran Highway to Pir Ashabi Thari 3,920 - 74.48 1.50 0 - 75.98
Mehrabpur Road via Allah Dino Aamur.
28 KHAIRPUR Road from Thari Bozdar Road to Tali Dubi 3,390 - 66.11 1.25 0 - 67.36
29 KHAIRPUR Road from Hindyari to Matt 3,580 - 68.02 1.25 0 - 69.27
Appendix 1 111

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
30 KHAIRPUR Road from Mehran Hinghway to Hindyari 3,680 - 82.22 1.25 0 - 83.47
31 KHAIRPUR Road from Setharja to Kharrari via Gul Khan Lund 2,740 - 53.43 1.00 0 - 54.43
32 KHAIRPUR Road from Thari Mirwah to Kharrara 6,020 - 114.69 1.00 0 - 115.69
33 KHAIRPUR Road from Mehran Highway to Seri. 2,280 - 43.32 0.50 0 - 43.82
34 KHAIRPUR Road from Mehran Hinghway Sui-Gas to Hingorja 4,900 - 122.50 1.50 0 - 124.00
via Setharja
35 KHAIRPUR Road from Mehran Highway to Mohasan Shah. 2,610 - 49.59 0.75 0 - 50.34
36 KHAIRPUR Road from Makhdoom Chowk to Ustad 1,950 - 37.05 0.50 0 - 37.55
Jamaluddin Kalhoro
37 KHAIRPUR Road From Mehran Hinghway at Jaffar Khan 6,790 - 129.01 2.00 0 - 131.01
Jalalani to Ghazi Qambrani Mashuri Chhowk to
Connect Akri Zafar Abad Chowk.
38 KHAIRPUR Road from Tarko to Kandayari via Sutiaro &Kalro. 7,420 - 140.98 2.00 0 - 142.98
39 KHAIRPUR Road from Thari to Kathore 14,800 2,200 522.00 2.25 0 - 524.25
40 KHAIRPUR Road from Chondiko to Nara Gate 4,970 - 97.31 0.75 0 - 98.06
41 KHAIRPUR Road from Nara Gate to Mundh Jamrao 17,210 - 326.99 3.00 0 - 329.99
42 KHAIRPUR Road from Chondiko to Sikandar Abad 4,970 - 87.02 0.75 0 - 87.77
43 KHAIRPUR Road from Mundh Jamrao to Muhammad Bachal 1,640 - 31.16 0.25 0 - 31.41
Mehrani
44 KHAIRPUR Road from Mehran Higway Karoondi to Dargah 2,690 - 53.80 1.50 0 - 55.30
Hussain Shah Road
45 KHAIRPUR Road from Bhango to Muhammad Ameen Shar 1,380 - 27.60 0.50 0 - 28.10
Road
46 KHAIRPUR Road from Muhammad Ameen Pato to Pholhri 2,030 - 40.60 0.75 0 - 41.35
road
47 KHAIRPUR Road from Muhammad Ameen Pato High School 4,140 - 103.50 2.10 0 - 105.60
to RD-463.
48 KHAIRPUR Road from Bassero to Sanjhao 1,430 - 28.60 0.50 0 - 29.10
49 KHAIRPUR Road from Fakir Ali Nawaz Hisbani to Khuda Bux 2,050 - 41.00 0.75 0 - 41.75
Hisbani
50 KHAIRPUR Road from Mehran Highway Haji Karim Bux 1,350 - 27.00 0.50 0 - 27.50
Rajpar via Lakhman
51 KHAIRPUR Road from Akri Kandiari to Allah Bux Shar 2,030 - 40.60 0.75 0 - 41.35
52 KHAIRPUR Road from Pacca Chang Bungo Behan Road to 3,400 - 68.00 1.25 0 - 69.25
Baloch Khan Shar via Hakim Ali Rattar@
Karoondi
53 KHAIRPUR Road from Kot Lalu to Akro 6,780 - 151.98 2.90 0 - 154.88
112 Appendix 1

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
54 KHAIRPUR Road from Baig Muhammad Rajpar to Bango 3,980 - 79.60 1.50 0 - 81.10
Behan
55 KHAIRPUR Road from Dargah Khush Kahir Muhammad to 3,290 - 74.08 1.45 0 - 75.53
Fakir Khuda Bux Hisbani
56 KHAIRPUR Road from Bungal Khan Zardari to Mashori 4,650 - 93.00 1.75 0 - 94.75
Chowk
57 KHAIRPUR Road from Karoondi Baseero Road to Hakim Ali 2,030 - 40.60 1.50 0 - 42.10
Rattar
58 KHAIRPUR Road from Jagh Mori to Malhar Mangrio 4,020 - 80.40 1.50 0 - 81.90
59 KHAIRPUR Road from Mehran Highway to Habibabad 2,690 - 53.80 1.00 0 - 54.80
60 KHAIRPUR Road from Hisbani Gate to Wazir Ali Sangi 4,060 - 81.20 1.50 0 - 82.70
61 KHAIRPUR Road from Haji Sijawal Khaskhelit to Lakha Road 6,720 - 134.40 2.50 0 - 136.90
Chowki
62 KHAIRPUR Road from Ali Ganj Chowk to Ishaque Shar 3,390 - 67.80 1.00 0 - 68.80
63 KHAIRPUR Road from Bhango Pacca Chang road to Nangar 2,010 - 40.20 0.75 0 - 40.95
Khan Shar
64 KHAIRPUR Road from Pacca Chang to Tarai Pul 6,070 - 121.40 2.25 0 - 123.65
65 KHAIRPUR Road from Mehran Highway to Koro Rajpar 700 - 14.00 0.25 0 - 14.25
66 KHAIRPUR Road from Kot Laloo Station Road 2,040 - 40.80 0.75 0 - 41.55
67 KHAIRPUR Road from Muhammad Khan Shar to Jan 1,350 - 27.00 0.50 0 - 27.50
Muhammad Shar
68 KHAIRPUR Road from Zafar Abad to Hussain Pato 4,040 - 80.80 1.50 0 - 82.30
69 KHAIRPUR Road from Jani Mirjat to Baseero road 3,960 - 79.20 1.50 0 - 80.70
70 KHAIRPUR Khairpur to shadi shaheed 5,120 - 230.40 7.50 0 - 237.90
71 KHAIRPUR Jamali Goth to Shadi Shaheed road Parraral Sim 2,900 - 87.00 1.40 0 - 88.40
Nala.
72 KHAIRPUR Khairpur to Kandhera via Wari Goth - 1,750 78.75 0.70 0 - 79.45
73 KHAIRPUR Old N.H.Way Therhi to Faiz Wah road - 1,760 79.20 - 0 - 79.20
74 KHAIRPUR N.H.Way to Baigmagi Via Mastoi Shaikh 4,000 750 142.50 0.70 0 - 143.20
75 KHAIRPUR Baberloi to Wada Macyoon via Piryaloi - 2,290 137.40 31.50 0 - 168.90
76 KHAIRPUR N.H.Way to Attary Village to Mehmood Goth and 3,200 - 96.00 1.05 0 - 97.05
Ali Hyder Magsi.
77 KHAIRPUR Shah Hussain Bridge upto Wada Machyoon road 1,200 2,930 136.20 3.55 0 - 139.75
78 KHAIRPUR Services road of Luqman Over Head Bridge. 1,750 - 52.50 - 0 - 52.50
79 KHAIRPUR Piryaloi Machyoon road @ Point Kot Pull to Vilage 1,500 - 45.00 - 0 - 45.00
Shamasuddin Solangi
80 KHAIRPUR S.P House to Superior Science Collage. - 1,000 60.00 - 0 - 60.00
Appendix 1 113

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
81 KHAIRPUR Road from Kumb to Khairpur 1,930 550 57.04 - 0 - 57.04
82 KHAIRPUR Road from Jiskani to Bozdar Wada Road 7,440 800 206.00 0.50 0 - 206.50
83 KHAIRPUR Road from Pir Jo Goth Old Gate Kingri 2,000 - 46.00 - 0 - 46.00
84 KHAIRPUR Road from Ahmed Pur By Pass Road 2,100 - 48.30 - 0 - 48.30
85 KHAIRPUR Road from Khairpur Machi Road to Pir Jo Goth By 1,900 - 36.10 0.50 0 - 36.60
Pass Road
86 KHAIRPUR Road from Sadar Ji Bhatyoon to Abdul Rehman 1,750 - 40.25 - 0 - 40.25
Unar Road
87 KHAIRPUR Road from Kot Mir Mohammad road to Mir 1,500 - 28.50 0.50 0 - 29.00
Shahdad Talpur via Arz Muhammad Jatoi
88 KHAIRPUR Road from Ahmedpur Manghanwari Road 2,300 - 52.90 0.25 0 - 53.15
89 KHAIRPUR Road from Kumb to Nangreja Road 4,050 250 146.20 - 0 - 146.20
90 KHAIRPUR Road from Kumb to Babar Wada Road 7,100 250 165.38 0.75 0 - 166.13
91 KHAIRPUR Road from Kumb Babar Road to Village Haji Jan 4,720 - 84.96 0.50 0 - 85.46
Muhammad Tumrani, Village Ali Dino Tumrani
Muhammad Ramzan and Roashan Palh
92 KHAIRPUR Road from Hussain Abad to Narodhoro Road. 2,300 1,720 90.45 0.75 0 - 91.20
93 KHAIRPUR Road From Mithri To Hussain Abad Narodhoro 2,450 520 53.46 0.25 0 - 53.71
Road
94 KHAIRPUR Road from Khairpur Tando Masti road to Village 1,700 1,180 51.84 1.00 0 - 52.84
Fateh Ali Lashari vua Raheem Bux Lashari road
95 KHAIRPUR Road from Old N.H.Way to Dari Kanasira via 2,300 400 58.95 - 0 - 58.95
Village Rahim Bux Wassan
96 KHAIRPUR Road from Mehran Highway@Point Jhango to 7,500 - 69.38 0.25 0 - 69.63
babar wada via Ahdi Khan Rajper
97 KHAIRPUR Road from Nangreja To Bozdar Wada Road 3,750 300 84.44 - 0 - 84.44
98 KHAIRPUR Road from Pir Jo Goth to Mangarja Pull Sajjan 2,900 - 66.70 0.75 0 - 67.45
Mahesar Road
99 KHAIRPUR Road from Ahmedpur road to Village Wassan 2,700 - 51.30 3.71 0 - 55.01
Kanhar via Ghoghi Mangnajo Imam Bargah
100 KHAIRPUR Road from Ahmedpur to Dost Muhammad Abro 2,600 - 49.40 0.75 0 - 50.15
via Pir Jo Goth
101 KHAIRPUR Road from Khairpur Machi road to Lodhra Village 1,750 - 33.25 0.50 0 - 33.75
Zaheer Ahmed Lodhro
102 KHAIRPUR Road from Ahmedpur to Ansari Petrol Pump via 1,000 - 23.00 0.25 0 - 23.25
Govt Boys Degree College
114 Appendix 1

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
103 KHAIRPUR Road from Kot Mir Mohammad Road to Jadal 1,000 - 19.00 0.25 0 - 19.25
KhanKhorkhani
104 KHAIRPUR Road from Shadi Dhondhan road to Mangerja pull 2,600 - 49.40 0.25 0 - 49.65
via Ghulam Muhammad Jagirani
105 KHAIRPUR Road from Ahmedpur Ripri road to Village Mir 1,800 - 34.20 3.46 0 - 37.66
Muhammad Hassan Siming
106 KHAIRPUR Road from Ahmedpur Ripri road 2,400 - 55.20 0.25 0 - 55.45
107 KHAIRPUR Road from Ahmedpur road to @Point Jeha Masjid 1,700 - 39.10 0.50 0 - 39.60
to Bhatyoon Fall via Bodli Mahesar
108 KHAIRPUR Road from Old N.H.Way to Majeed Bridge Taxi 700 1,020 45.54 - 0 - 45.54
Stand Kot Banglow
109 KHAIRPUR Road from Old N.H.Way @Point Lyari to Adham 3,200 1,300 99.00 - 0 - 99.00
Sultan Road
110 KHAIRPUR Road from Kumb Babar Road to Malir Pato Road 800 1,820 60.26 - 0 - 60.26
TOTAL 365,770 22,790 8,894.60 133.27 0 - 9,027.87
1 SHIKARPUR Rehablitation of road from Sukkur Larkana Road 8,990 350 168.12 - 0 - 168.12
@ Kherthar Canal to Jhali Kalwari 0/0-10/0
2 SHIKARPUR Rehablitation of road from Khahi to Dahar via BS 4,000 - 52.00 - 0 - 52.00
Feeder Mile 0/0-2/4
3 SHIKARPUR Rehablitation of road from Garhi Yasin to Sukkur 1,260 - 27.72 0.70 0 - 28.42
Larkana Road
4 SHIKARPUR Rehablitation of road from Shikarpur Gaheja 23,000 - 414.00 2.10 0 - 416.10
5 SHIKARPUR Rehablitation of road from Garhi Yasin to 3,500 3,420 78.00 - 0 - 78.00
Sheranpur via Kherthar Cannal
6 SHIKARPUR Rehablitation of road from Garhi Yasin To Agha 1,700 800 32.50 0.70 0 - 33.20
Faram
7 SHIKARPUR Rehablitation of road from Indus Highway to Peer 1,150 1,730 36.20 10.00 0 - 46.20
Hajan Shah via Marfani
8 SHIKARPUR Rehablitation of road from Indus Highway to Jado 1,650 550 28.60 0.35 0 - 28.95
Kalhoro
9 SHIKARPUR Rehablitation of road from Madeji Dakhan 400 1,510 34.38 0.70 0 - 35.08
10 SHIKARPUR Rehablitation of road from Sukkur Larkana Road 4,000 - 72.00 - 0 - 72.00
to Madeji City
11 SHIKARPUR Rehablitation of road from Ruk Lakhi 1,350 870 39.96 1.05 0 - 41.01
12 SHIKARPUR Rehablitation of road from Thariri Boosan Road to 6,000 1,250 91.00 - 0 - 91.00
Rato Dero Jacobabad Road Nabi Shah Wagan
Appendix 1 115

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
13 SHIKARPUR Rehablitation of Road from Jahano Faizu Road - 1,730 38.06 - 0 - 38.06
Mile 0/0-18/1
14 SHIKARPUR Rehablitation of road from Noor Muhammad 12,000 - 156.00 0.70 0 - 156.70
Shujrah to Faizu Laro Mile 0/0-7/4
15 SHIKARPUR Rehablitation of road from Khanpur to Beghari Via 450 1,850 41.40 0.70 0 - 42.10
Rahim Abad Mile 0/0-9/6
16 SHIKARPUR Rehablitation of road from Khanpur to Garhi Syed - 1,170 15.21 - 0 - 15.21
up to Beghari Mile 0/0-11/6
17 SHIKARPUR Rehablitation of road from Hamayoon to Deenpur 1,970 1,700 47.71 - 0 - 47.71
via Wakro Mile 0/0-8/0
18 SHIKARPUR Rehablitation of road from RQC Highway to 3,000 - 39.00 - 0 - 39.00
Habibullah Kehar Mile 0/0-1/7
19 SHIKARPUR Rehablitation of road from RQC Highway to 500 620 14.56 - 0 - 14.56
Abdullah Khuharo to Makoro Khuharo Mile 0/0-
2/4
20 SHIKARPUR Rehablitation of road from RQC Highway to - 640 8.32 - 0 - 8.32
Rahim Bux Bakhrani Mile 0/0-1/7
21 SHIKARPUR Rehablitation of road from Indus Highways to 5,000 - 65.00 0.80 0 - 65.80
Aliyas Odho Via Koreja Mile 0/0-3/0
22 SHIKARPUR Rehablitation of road from Kot Altaf Bhayo - 1,120 14.56 0.70 0 - 15.26
23 SHIKARPUR Rehablitation of road from Shikarpur Zerkhail - 2,620 47.16 4.30 0 - 51.46
Road
TOTAL 79,920 21,930 1,561.46 22.80 0 - 1,584.26
1 JACOBABAD Rehablitation of road from Kherthar Canal to 19,400 1,080 266.24 3.15 0 - 269.39
Garhi Khairo Mile 0/0-22/0
2 JACOBABAD Rehablitation of road from Abad to Koreja Mile - 2,550 33.15 - 0 - 33.15
0/0-10/0
3 JACOBABAD Rehablitation of road from Mataro Jakhrani to - 600 6.24 - 0 - 6.24
Salar Shakh Mile 0/0-2/0
4 JACOBABAD Rehablitation of road from Miranpur Amir Abad to - 1,240 16.12 - 0 - 16.12
Buxlani via Bagan Buxlani
5 JACOBABAD Rehablitation of road from Sardar Nak - 800 10.40 - 0 - 10.40
Muhammad Jakhrani Mir Mumtaz Khan Jakhrani
village @ Bahu Khoso 4.0 Kms
6 JACOBABAD Rehablitation of road from Jacobabad Nawra - 1,450 18.85 0.70 0 - 19.55
Road to Abdul Latif Brohi via Aslam Gulwani 8.0
Kms
116 Appendix 1

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
7 JACOBABAD Rehablitation of Road From Thull Bahu Khoso 3,250 4,390 137.52 6.90 1 20.00 164.42
Road Mile 0/014-0
8 JACOBABAD Rehablitation of Road From Garhi Khariro 1,900 - 34.20 - 0 - 34.20
Byepass 4.0 Kms
9 JACOBABAD Rehablitation of Road From Garhi Khariro Road 2,550 350 37.70 0.70 0 - 38.40
to Lal Shah Bari 6.0 Kms
TOTAL 27,100 12,460 560.42 11.45 1 20.00 591.87
1 KASHMORE Rehablitation of road Thull Tangwani road to 4,310 1,080 70.07 2.10 0 - 72.17
Bahu Khoso via Tagio Khan Khoso Mile 0/0-7/4
2 KASHMORE Rehablitation of road Thull Bahu Khoso Road to 2,420 1,160 46.54 2.10 0 - 48.64
Village Ashique Aabad via village Dost
Muhammad Bhangar Mile 0/0-5/0
3 KASHMORE Rehablitation of road Thull Saifal Road to 7,270 1,290 111.28 3.85 0 - 115.13
connected Karampur Magsi Road via Village
Arsullah Khan Banglani Mile 0/0-10/0
4 KASHMORE Rehablitation of road Thull Jongal Road Mile 0/0- 2,420 2,550 89.46 1.40 0 - 90.86
9/2
5 KASHMORE Rehablitation of road Thull Jongal Road to Village 1,100 1,530 34.19 1.05 0 - 35.24
Shafiq-ur-Rehman Sarki Mile 0/0-5/0
6 KASHMORE Rehablitation of road From Hamayoon Thull Road 5,700 1,150 143.50 1.40 0 - 144.90
Mile 0/0-9/0
7 KASHMORE Rehablitation of Road From Thull Tangwani road 4,450 250 61.10 1.05 0 - 62.15
Kundho Bakhrani , Shafiullah Gujrani, Ghano
shakh, Janib lashari Talka Tangwani district
kashmore =8 km
8 KASHMORE Rehablitation of road From Bagar Laro to Mirpur 6,250 - 112.50 1.05 0 - 113.55
Buriro Byepass Mile 0/0-5/0
9 KASHMORE Reconditioning of road from Garhi Hassan to 6,250 - 81.25 - 0 - 81.25
Village Mir Abdulullah Sarki Mile 0/0-5/0
10 KASHMORE Rehablitation of Road From Thull Bahu Khoso 2,990 2,840 104.94 3.50 0 - 108.44
Road Mile 7/5-14/0
11 KASHMORE Rehablitation of Road From Thull Tangwani to 990 950 25.22 1.05 0 - 26.27
connect Muhammad Panah Chnna via Karimabad
12 KASHMORE Rehablitation of road from Thull Saifal Road - 1,200 15.60 1.05 0 - 16.65
Mangsi Jan Muhammad Khoso Road Mile 0/0-6/0
(in Portion)
Appendix 1 117

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
13 KASHMORE Rehablitation of road from Thull Tangwani to - - - - 1 15.30 15.30
Village Eng. Majid Hussain Noonari Bridge Over
Gahno Shakh
14 KASHMORE Rehablitation of Road From Indus Highway to 2,000 3,250 95.42 1.75 0 - 97.17
Karampur Magsi with Link Cadit Collage Mile 0/0-
17/0
15 KASHMORE Rehablitation of Road From Indus Highway to 13,000 - 234.00 0.70 0 - 234.70
Ghouspur Tangwani Road Mile 0/0-8/2
16 KASHMORE Rehablitation of Road From Indus Highway Nehal 11,000 - 143.00 0.40 1 35.00 178.40
Khan Jafferi up to Pahlwan Lolai Mile 0/0-7/0
17 KASHMORE Rehablitation of Road From Indus Highway at - 2,060 37.08 0.35 0 - 37.43
Jholylal Pump Hafiz Rabnawaz Chachar Mile 0/0-
6/2
18 KASHMORE Rehablitation of Road From Buxapur Town Garhi 20,000 - 260.00 0.70 0 - 260.70
Habibullah Ali Bilawal Road with Link Sakhi Mithal
Khan Jakhrani Mile 0/0-12/0
19 KASHMORE Rehablitation of Road From Badani Gehalpur 15,660 - 203.58 1.05 0 - 204.63
Road via KK Band Mile 0/0-11/0
20 KASHMORE Rehablitation of Road From Tripully along 6,930 350 94.64 1.05 0 - 95.69
Gandher Minor via Sawanal Khan Mazari Khan
Muhammad Samejo Mile 0/0-7/4
21 KASHMORE Rehablitation of Road From RD-45 Road to 450 4,860 69.03 0.70 0 - 69.73
Badani City via Ali Dad Mazari along Chandool
Band Mile 0/0-14/0
22 KASHMORE Rehablitation of Road From Indus Highway Sui 3,710 1,180 88.02 0.35 0 - 88.37
Line Purani Road Mile 0/0-7/2
23 KASHMORE Rehablitation of Road From Imamuddin Malik 1,280 1,540 36.66 0.35 0 - 37.01
Road @ Muhammad Essa to Thariri Lorai Malik
Mile 0/0-6/2
24 KASHMORE Rehablitation of Road From Kandh Kot Saifal Tori 7,000 - 91.00 0.70 0 - 91.70
Bunglow Road to Kamran Khan Bajkani Mile 0/0-
6/0
TOTAL 125,180 27,240 2,248.08 27.70 2 50.30 2,326.08
1 LARKANA. Road Larkano to Mirokhan road 1,700 230 26.22 - 0 - 26.22
2 LARKANA. Old Indus Highway Larkano City Portion road - 1,520 33.12 - 0 - 33.12
3 LARKANA. Road from Larkano By-Pass (N-55) to connect 1,000 3,000 53.71 - 0 - 53.71
Kamber Mirokhan road via Arija, Mahi Makool &
Meena
118 Appendix 1

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
4 LARKANA. Road from Larkano to Chuharpur - 100 2.18 - 0 - 2.18
5 LARKANA. Road from Larkano Mian Shahul Muhammad 2,500 - 22.65 - 0 - 22.65
road @Village Miani Nihal to connect Larkano
Arija Phero road
6 LARKANA. Larkano Circular road to Connect Indus Highway 1,500 200 4.36 - 0 - 4.36
(N-55) At Larkano By Pass road
7 LARKANA. Internal roads of Circuit House and link office of 3,000 - 49.13 - 0 - 49.13
the Executive Engineer Provincial Highways
Division Larkano
8 LARKANA. Road from Larkano Railway Over Head Bridge to 1,500 200 4.36 - 0 - 4.36
Municipal School Larkano
9 LARKANA. Road from Village Akil to Village Mor Chandio 1,500 110 1.00 - 0 - 1.00
10 LARKANA. Road from Akil to House of Sadoro Jatoi via 1,500 110 1.00 - 0 - 1.00
Ghanghro
11 LARKANA. Dadu Canal Bridge road @Village Tagar to 5,940 200 69.01 0.75 0 - 69.76
connect Mitho Khuhro road along I.P Side of
Dadu Canal
12 LARKANA. Abad Bhutto road to connect Naudero Sukkur 5,500 200 31.70 0.75 0 - 32.45
road via Village Shanbh Jeho
13 LARKANA. Road from Garhi Khuda Bux Bhutto to connect 5,500 200 9.06 0.75 0 - 9.81
Naudero Sukkur road @Panjudero .
14 LARKANA. Road from Jumo Agham Wassayo Bhutto road to 6,500 200 45.29 0.75 0 - 46.04
Ratodero Bosan road via Pir Bux Brohi
15 LARKANA. Road from Wassayo Bhutto @Sijawal Shakh to 6,500 200 36.23 0.75 0 - 36.98
Village Bakhar Mahessar (
16 LARKANA. Village Mitho Khuhro road to Village Khuda Bux 6,000 200 13.59 0.75 0 - 14.34
Mohil
17 LARKANA. Road from Ratodero to Bosan 10,000 - 26.24 - 0 - 26.24
18 LARKANA. Road from Ratodero Shahdadkot Motorway road 9,500 - 33.31 - 0 - 33.31
to Jumo Agham Wassayo Bhutto road
19 LARKANA. Road from Bakhtawar High School to Pir Jan 9,500 - 9.06 - 0 - 9.06
Muhammad Bridge
20 LARKANA. Road from Sukkur Naudero road to Village 8,500 - 10.87 - 0 - 10.87
Bhoombhat Pur
21 LARKANA. Road from Banguldero to Village Khairodero 8,300 200 10.74 - 0 - 10.74
22 LARKANA. Road from Bakrani By-Pass to Village Mehrabpur 9,000 - 13.98 - 0 - 13.98
via Z.A Bhutto Agriculture Collage
Appendix 1 119

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
23 LARKANA. Road from Moen-jo-Daro road to Veehar via 4,500 1,810 29.58 - 0 - 29.58
Karani
24 LARKANA. Road from Larkano Khairpur road to Anwarabad 8,500 - 6.54 - 0 - 6.54
TOTAL 117,940 8,680 542.90 4.50 0 - 547.40
1 KAMBER @ Road from Kamber to Gabidero road 11,000 - 275.00 3.00 0 - 278.00
SHAHDADKOT
2 KAMBER @ Road from Waggan-Warah road at Point Lalu - 450 6.75 0.40 0 - 7.15
SHAHDADKOT Raunk to Ghabidero road @Point Thori Bijar
3 KAMBER @ Road from Allah Waro Chowk to Al-Karim Filling - 150 4.88 - 0 - 4.88
SHAHDADKOT Station (0.50 Kms) upto Rajj Wah.
4 KAMBER @ Road from Kamber to Khairpur Juso N-55 @point 900 2,430 49.95 0.20 0 - 50.15
SHAHDADKOT 9/0 via village Sharifani
5 KAMBER @ Road from Kamber to Sijawal via Mirokhan 8,000 - 160.00 0.20 0 - 160.20
SHAHDADKOT
6 KAMBER @ Road from Pakho to Kamber road @Mile: 2/4 to 800 900 25.50 - 0 - 25.50
SHAHDADKOT village Sharifani via village Bacho Mugheri
7 KAMBER @ Road road from Kamber to Dost Ali Banglow i/c 4,500 - 90.00 - 0 - 90.00
SHAHDADKOT Link to Meran Machi
8 KAMBER @ Road from Bair Sharif to Garhi Kartio 600 1,400 24.75 - 0 - 24.75
SHAHDADKOT
9 KAMBER @ Road Larkana Kamber road to village Rawal - 900 18.00 - 0 - 18.00
SHAHDADKOT Miyani Aabri i/c Construction of Approach road
(from Graveyad) to GGPS Aabri
10 KAMBER @ Road from Kamber-Gaibidero road to village Ali 1,400 - 21.00 - 0 - 21.00
SHAHDADKOT Hyder Mirjat to Panhwaro-Warah road via Gul
Shah Graveyard
11 KAMBER @ Road from Thouf Chosul to Bhand Chowk 1,600 - 32.00 - 0 - 32.00
SHAHDADKOT
12 KAMBER @ Road from Mirokhan to Ratodero Shahdadkot 2,800 - 56.00 1.00 0 - 57.00
SHAHDADKOT Motorway via village Shah-Jo-Lao
13 KAMBER @ Road Arzi Bhutto to Mahmoodabad via Bux Sario, 2,200 - 44.00 - 0 - 44.00
SHAHDADKOT Hyder Chandio
14 KAMBER @ Road from Wagan to Warah 5,750 - 115.00 - 0 - 115.00
SHAHDADKOT
15 KAMBER @ Road from Warah to Hamal 32,000 - 1,024.00 - 0 - 1,024.00
SHAHDADKOT
120 Appendix 1

Structure
Total
Road Damages (other than BRIDGES
Cost
Sr. Bridges)
District Name of Road (PKR)
No Length (m) PKR PKR
PKR (in
(in NO. (in
CD PD (in Millions) Million)
Millions) Millions)
16 KAMBER @ Road from Nasirabad to Warah road 4,000 - 80.00 - 0 - 80.00
SHAHDADKOT
17 KAMBER @ Road from Warah to Gaji Khuhawar 4,000 - 80.00 - 0 - 80.00
SHAHDADKOT
18 KAMBER @ Road from Warah to Gul Buriro 4,150 - 62.25 - 0 - 62.25
SHAHDADKOT
19 KAMBER @ Road from Gaji Khuhwar to Kario Sabar Khan 7,500 - 112.50 - 0 - 112.50
SHAHDADKOT
20 KAMBER @ Road from Dera to Badeh road 2,200 - 39.60 - 0 - 39.60
SHAHDADKOT
21 KAMBER @ Road from Jani Bund Bus Stop, Indus Highway to 1,200 500 22.50 - 0 - 22.50
SHAHDADKOT Muradi, Warah Naseerabad road on the
Embankment of Drainage Sim Nala Passing from
Hetum Sohoo
22 KAMBER @ Road from Nasirabad to Gaji Khuhawar road - 1,000 20.00 - 0 - 20.00
SHAHDADKOT
23 KAMBER @ Road from Shahdadkot to Bago Daro 9,000 - 180.00 0.40 0 - 180.40
SHAHDADKOT
24 KAMBER @ Road from Public School Shahdadkot to Dost Ali 5,150 - 128.75 0.40 0 - 129.15
SHAHDADKOT Banglow
25 KAMBER @ Road from Shahdadkot to Garhi Khairo road 5,050 - 126.25 - 0 - 126.25
SHAHDADKOT
26 KAMBER @ Road from Shahdadkot to Imam Bux Jamali road 3,650 - 91.25 - 0 - 91.25
SHAHDADKOT
27 KAMBER @ Road from Qubo Katchi Pull road to Abdul 900 - 13.50 - 0 - 13.50
SHAHDADKOT Razzaq Magsi Jumo Khoso connect with Qubo
Saifullah Canal
28 KAMBER @ Road from Qubo Saeed Khan to Patoja Canal 900 - 13.50 - 0 - 13.50
SHAHDADKOT Jamali road via Abdul Qadir Magsi, Ali Khan,
Abdul Rehman Hebtani & Sikandar Magsi
TOTAL 119,250 7,730 2,916.93 5.60 0 - 2,922.53
CD=cojmpletyed destroyed, PD = partially damages
Appendix 1 121

Khyber Pakhtunkhwa Irrigation, Drainage and Flood Management Component

Indicative List of Subprojects

Table A1.4: Prioritized List for Flood Protection Works


Estimated cost
S No. Name of work Region Circle Division GIS Coordinates
(M)

Rehabilitation of Protection
Structures on R/S of Kabul River U/S South Peshawar Peshawar Canal 34.024520, 71.921987
1 562
and D/S Nowshera Mardan Road Region Irrigation Circle Division 34.005172, 72.157393
Bridge, District Nowshera

35.067077 72.478466
35.057063 72.477609
Rehabilitation of Flood Protection
34.998825 72.464930
Works/ Removal of Debris and
Swat Irrigation Swat Irrigation 34.978113 72.466436
2 Channelization along Swat River and North Region 550
Circle Division-II 34.955258 72.460596
its tributaries in Tehsil Khwazakhela
34.940583 72.452844
& Charbagh District Swat.
34.916041 72.437861
34.835438 72.427240

34.053249, 71.794635
34.052064, 71.799538
34.051681, 71.800767
34.051597, 71.800701
34.029013, 71.863434
Rehabilitation of flood embankment
South Peshawar Peshawar Canal 34.032162, 71.87156
3 of Right Side of Kabul River (Reach 401
Region Irrigation Circle Division 34.032448, 71.87252
No.3) District Nowshera
34.032717, 71.894611
34.035178, 71.900332
34.034048, 71.905305
34.041272, 71.833014
34.024512, 71.918681

35.006905282,
72.457554635
Rehabilitation of Flood Protection 35.005872223,
Works/ Removal of Debris and Swat Irrigation Swat Irrigation 72.457620098
4 North Region 350
Channelization along Swat River in Circle Division-II 35.004411861,
Tehsil Matta District Swat. 72.458046483
35.005328215,
72.457684624
122 Appendix 1

Estimated cost
S No. Name of work Region Circle Division GIS Coordinates
(M)
35.003478773,
72.458187318
35.003058302,
72.458531965
35.002027945,
72.458892587
35.000608410,
72.457933243
34.998917009,
72.458364666
34.998206235,
72.458550005
34.997191074,
72.459136446
34.997234376,
72.459052099
34.996342469,
72.459095966
34.993928382,
72.45885930
34.994611861,
72.459022771
33.993198935,
72.459098657
34.991558796,
72.459361229
34.990400326,
72.460172200

5 Rehabilitation of Flood Protection South Peshawar Charsadda 350 34.048270,71.834687,


Works along River Kabul, Swat and Region Irrigation Circle Irrigation Division 34.052566,71.834309,
Jindi River including Khawars / 34.95705,71.4436669,
Drains in jurisdiction of Charsadda 34.95377, 71443824
Irrigation Division Charsadda. 34.146392, 71.664626

34.166583, 71.566287
Rehabilitation of Damaged flood 34.172022, 71.541984
Protection Structures along Adezai South Peshawar Peshawar Canal 34.172036, 71.542028
6 300 34.173827, 71.517829
Shah Alam & Naguman Rivers Region Irrigation Circle Division
District Peshawar. 34.164478, 71.516808
34.163627, 71.513547
34.163641, 71.51353
Appendix 1 123

Estimated cost
S No. Name of work Region Circle Division GIS Coordinates
(M)
34.145161, 71.552153
34.107335, 71.561885
34.107474, 71.562216
34.116137, 71.549718
34.125813, 71.543872
34.107707, 71.562473
34.143644, 71.549618
34.125813, 71.543872
34.130799, 71.530295

Rehabilitation of flood protection 34.665,


works on left bank of Swat River from Mardan Irrigation Malakand Irrigation 72.1241666666667
7 North Region 160
Shamozai Bridge (Landaki) to Jalala Circle Division 34.6652777777778,
Village. 72.0947222222222

34.6341666666667,
Rehabilitation of flood protection
Mardan Irrigation Malakand Irrigation 71.8713888888889
8 works on left bank of Swat River from North Region 149
Circle Division 34.6294444444444,
Tarai to Matkani Village
71.8494444444444

34.073189, 71.706463
34.080031, 71.716949
Rehabilitation of flood embankment
South Peshawar Peshawar Canal 34.086471, 71.725008
9 of Right Side of Kabul River (Reach 140
Region Irrigation Circle Division 34.087381, 71.725573
No.1) District Nowshera
34.091524, 71.735099
34.080455, 71.713578

34.106625, 71.70267
34.109459, 71.702759
34.112607, 71.702167
34.110405, 71.702544
Rehabilitation of Flood Embankment
34.11327, 71.701994
on Kabul River upper side on South Peshawar Peshawar Canal
10 138 34.114678, 71.7014
Motorway Interchange District Region Irrigation Circle Division
34.116309, 71.701052
Nowshera.
34.105625, 71.702807
34.105693, 71.702751
34.110175, 71.702611
34.103118, 71.703397
124 Appendix 1

Estimated cost
S No. Name of work Region Circle Division GIS Coordinates
(M)

34.08043, 71.768283
34.081961, 71.566559
34.082049, 71.76638
Rehabilitation of flood embankment 34.070072, 71.780483
South Peshawar Peshawar Canal
11 of Right Side of Kabul River (Reach 131 34.070074, 71.780448
Region Irrigation Circle Division
No.2) District Nowshera 34.059413, 71.786154

Rehabilitation of flood protection 34.6666666666667,


work on left bank of Swat River Mardan Irrigation Malakand Irrigation 72.1211111111111
12 North Region 125
(Johnson Bund) from RD:0- Circle Division 34.6588888888889,
University Bridge Malakand 72.0644444444444

34.102944, 71.703137
34.101997, 71.701771
Rehabilitation of Flood Structures 34.092937, 71.698248
along Jabba Daudzai & Zangal 34.092525, 71.698186
South Peshawar Peshawar Canal
13 Koroona areas along Kabul & Shah 100 34.089988, 71.69816
Region Irrigation Circle Division
Alam Rivers District Nowshera & 34.089482, 71.696705
Peshawar. 34.08925, 71.695553
34.088626, 71.692793
34.088022, 71.691436

Rehabilitation of flood protection


works along right bank of Swat River Swat Irrigation Swat Irrigation
14 North Region 95 34.794139 72.313854
at villages Hazara, Kabal District Circle Division-I
Swat.

34.6361111111111,
Rehabilitation of flood protection
Mardan Irrigation Malakand Irrigation 71.8055555555556
15 works on left bank of Swat River near North Region 90
Circle Division 34.6388888888889,
Qulangai Village.
71.7941666666667

34.6205555555556,
Rehabilitation of flood protection
Mardan Irrigation Malakand Irrigation 71.8241666666667
16 works on left bank of Swat River from North Region 85
Circle Division 34.6288888888889,
Totakan to Hissara Village
71.8125
Appendix 1 125

Estimated cost
S No. Name of work Region Circle Division GIS Coordinates
(M)

Rehabilitation of flood protection


works along left bank of Swat River Swat Irrigation Swat Irrigation 34.717417 72.266244
17 North Region 80
at villages Manyar, Tindodag District Circle Division-I 34.7230294 72.269164
Swat.

Rehabilitation of flood protection


Swat Irrigation Swat Irrigation
18 works along left bank of Swat River North Region 80 34.683751 72.203184
Circle Division-I
D/S Gamon Bridge District Swat.

Rehabilitation of flood protection


34.821325 72.414992
works along right bank of Swat River Swat Irrigation Swat Irrigation
19 North Region 80 34.8084817 72.4081317
at villages Ningoali, Delay, Bandai Circle Division-I
34.845217 72.420406
District Swat.

Rehabilitation of flood protection


works along right bank of Swat River Swat Irrigation Swat Irrigation 34.776786 72.283940
20 North Region 80
at villages Akhunkalay, Gadodagai Circle Division-I 34.765843 72.274441
and adjoining area District Swat.

Rehabilitation of flood protection 34.6305555555556,


works on left bank of Swat River from Mardan Irrigation Malakand Irrigation 71.9636111111111
21 North Region 80
Badwan Bridge to Shaheed Bund Circle Division 34.6319444444444,
Khar Area. 71.9491666666667

Rehabilitation of flood protection


works along right bank of Swat River
Swat Irrigation Swat Irrigation 34.694465 72.232023
22 at villages Parrai, Dedawar, North Region 67
Circle Division-I 34.693626 72.230652
Zarakhela and adjoining area District
Swat.

Rehabilitation of flood protection 34.6344444444444,


works on left bank of Swat River from Mardan Irrigation Malakand Irrigation 72.0075
23 North Region 66
Jalawanan to Amandara Head Circle Division 34.6258333333333,
Works. 71.9866666666667

Rehabilitation of flood protection


works along left bank of Swat River Swat Irrigation Swat Irrigation 34.697954 72.245303
24 North Region 65
at villages Gahlegay, Shingardar Circle Division-I 34.709220 72.257045
District Swat.
126 Appendix 1

Estimated cost
S No. Name of work Region Circle Division GIS Coordinates
(M)

Rehabilitation of flood protection 34.6588888888889,


works on left bank of Swat River from Mardan Irrigation Malakand Irrigation 72.0586111111111
25 North Region 61
University Bridge to Chakdara Circle Division 34.6441666666667,
Bridge. 72.0313888888889

26 Rehabilitation of flood protection North Region Dir Irrigation 35.420585, 72.186791


works at Baird, Bada, Rasoolmai and Division
Swat Irrigation 35.388019 72.165774
Kalkot along Panjkora river i/c 60
tributaries in District Dir Lower. Circle 35.372703, 72.148031
35.353302, 72.114780

Rehabilitation of flood protection


works along left bank of Swat River
Swat Irrigation Swat Irrigation 34.7791654 72.2966923
27 at villages Takhtaband, Engaro North Region 60
Circle Division-I 34.781679 72.17585
Dheri, Balogram and adjoining area
District Swat.

Rehabilitation of flood protection


Swat Irrigation Swat Irrigation
28 works along left bank of Swat River North Region 60 34.689932 72.22900
Circle Division-I
near Tableghi Markaz District Swat.

Rehabilitation of flood protection


works along right bank of Swat river Swat Irrigation Swat Irrigation 34.812820 72.408524
29 North Region 60
at villages, Jalawanan, Ghareja, Circle Division-I 34.802957 72.404399
District Swat.

Rehabilitation of flood protection


works along Locals Khwars at
Swat Irrigation Swat Irrigation 34.739910 72.340188
30 Mingora City and Upper Area of North Region 60
Circle Division-I 34.752399 72.410295
Jambil and Marghuzar Khwar District
Swat.

Rehabilitation of flood protection


works along Locals Khwars at Swat Irrigation Swat Irrigation 34.798984 72.299077
31 North Region 60
Villages Shahdheri Hazara and Circle Division-I 34.672461 72.096834
shamozo District Swat.

Rehabilitation of flood protection Mardan Irrigation Malakand Irrigation 34.6261111111111,


32 North Region 57
works on left bank of Swat River from Circle Division 72.9816666666667
Appendix 1 127

Estimated cost
S No. Name of work Region Circle Division GIS Coordinates
(M)
Amandara Head Works to Badwan 34.6297222222222,
Bridge. 71.9661111111111

Rehabilitation of flood protection


works along Locals Khwars at Swat Irrigation Swat Irrigation 34.697418 72.253438
33 North Region 50
Villages Galegay, Kot, Brikot and Circle Division-I 34.697792 72.250440
adjoining area District Swat.

Rehabilitation of Flood Protection


35.477915 72.245734
Works Along Panjkora River from Swat Irrigation Dir Irrigation
34 North Region 50 35.35115 72.090022
Kumrat to Chokyatan and its Circle Division
35.384139 72.163627
Tributaries in District Dir Upper.

Rehabilitation of Flood Protection 34.985921 72.030302


Works Along Panjkora River from Swat Irrigation Dir Irrigation 35.009800 72.025606
35 North Region 50
Chokyatan to Akhagram its Circle Division 35.025954 72.010028
Tributaries in District Dir Upper. 35.096373 71.982143

Spot(1) N34.5535.27
E72.0106.37 Spot (02)
Rehabilitation of Flood Protection
Swat Irrigation Dir Irrigation N34.5316.29
36 Works Along Panjkora River From North Region 50
Circle Division E71.5807.34 Spot (03)
adai to Odigram in District Dir Lower.
N34.5203.94
E71.5236.35

Rehabilitation of flood protection


works along left bank of Swat River Swat Irrigation Swat Irrigation
37 North Region 45 34.792756 72.362433
at Hayat Abad Bypass, Charbagh Circle Division-I
District Swat.

Rehabilitation of Flood Protection


Swabi Irrigation Hazara Irrigation
38 Structure at U/s Mansehra City North Region 40 34.3216942 73.2128805
Circle Division
Bridge

Rehabilitation of flood protection


Swat Irrigation Swat Irrigation 34.82.3995 72.425898
39 work along left bank of Swat River at North Region 40
Circle Division-I 34.8278126 72.4281725
Village kot, Charbagh District Swat.

Rehabilitation of flood protection Swat Irrigation Swat Irrigation 34.797357 72.379631


40 North Region 40
works along right bank of Swat River Circle Division-I 34.796378 72.360496
128 Appendix 1

Estimated cost
S No. Name of work Region Circle Division GIS Coordinates
(M)
at villages mam dheri, Damghar
District Swat.

Rehabilitation of flood protection


works along right bank of Swat river Swat Irrigation Swat Irrigation
41 North Region 40 34.785802 72.299587
at villages Kanju,Aligrama District Circle Division-I
Swat.

Rehabilitation of flood protection


works along right bank of Swat River
Swat Irrigation Swat Irrigation
42 at villages Dedahara including North Region 40 34.742257 72.266206
Circle Division-I
Dedahara Park and adjoining area
District Swat.

Spot(1) N34.5150.56
Rehabilitation of Flood Protection E71.5220.54 Spot (02)
Works Along Panjkora River from Swat Irrigation Dir Irrigation N71.4959.40
43 North Region 40
Odigram to Shago kass in District Dir Circle Division E71.5959.41 Spot (03)
Lower. N34.4726.00
E71.4752.79

FLOOD PROTECTION WORKS


(PRIORITY 2)

Lower Chitral.
36°04'57"N 72°02'38"E
35°56'31"N 71°54'29"E
35°53'37"N 71°48'20"E
35°59'28"N 71°33'16"E
35°46'31"N 71°41'38"E
35°41'31"N 71°40'27"E
Rehabilitation of damaged flood 35°38'25"N 71°41'38"E
Swat Irrigation Chitral Irrigation 35°47'52"N 72°03'21"E
44 protection structure/ drainage system North Region 237
Circle Division 35°40'00"N 71°55'28"E
in district upper and lower Chitral
35°35'55"N 71°50'19"E
35°37'55"N 71°47'48"E
35°49'21"N 71°46'52"E
35°52'41"N 71°48'23"E
35°51'41"N 71°47'47"E
35°51'22"N 71°48'30"E
35°37'51"N 71°48'24"E
35°46'39"N 71°46'28"E
Appendix 1 129

Estimated cost
S No. Name of work Region Circle Division GIS Coordinates
(M)
35°50'47"N 71°45'55"E
35°49'54"N 71°46'52"E
35°54'53"N 71°00'08"E
35°49'55"N 71°45'54"E
36°00'55"N 71°45'35"E
36°01'08"N 71°45'51"E
35°34'33"N 71°48'08"E
35°33'07"N 71°47'06"E
35°33'28"N 71°47'56"E
35°31'45"N 71°45'21"E
35°34'37"N 71°42'10"E
35°44'02"N 71°46'35"E
35°49'49"N 71°47'00"E
35°49'22"N 71°47'11"E
35°25'56"N 71°44'55"E
35°29'11"N 71°44'32"E
35°22'37"N 71°39'29"E
35°33'31"N 71°48'10"E
35°49'53"N 71°46'51"E
35°42'56"N 71°46'05"E
35°45'00"N 71°47'09"E
35°36'27"N 71°47'58"E
35°32'32"N 71°46'06"E
35°50'28"N 71°47'18"E
36°05'02"N 72°02'42"E
35°41'47"N 71°46'05"E
35°34'25"N 71°49'37"E
32°28'50"N 71°44'12"E
35°32'21"N 71°48'02"E
35°30'42"N 71°47'11"E
35°35'50"N 71°51'24"E
35°36'02"N 71°51'48"E
35°36'00"N 71°51'30"E
35°37'29"N 71°52'37"E
35°35'57"N 71°50'25"E
35°35'28"N 71°49'48"E
35°47'46"N 72°03'16"E
35°40'29"N 71°55'34"E
Upper Chitral.
36°18'08"N 72°18'08"E
36°23'42"N 72°13'18"E
36°15'55"N 72°20'45"E
130 Appendix 1

Estimated cost
S No. Name of work Region Circle Division GIS Coordinates
(M)
36°13'19"N 72°10'04"E
36°14'31"N 72°10'13"E
36°12'23"N 72°'29'47"E
36°47'56"N 73°01'06"E
36°14'57N 72°22'01"E
36°20'41"N 72°21'31"E
36°29'40"N 72°29'36"E
36°19'23"N 72°35'23"E
36°25'05"N 72°23'93"E
36°15'59"N 72°25'50"E
36°08'28"N 72°01'57"E

Restoration / Rehabilitation of flood 34.6430555555556,


protection works / Armoured Bund on Mardan Irrigation Malakand Irrigation 72.0272222222222
45 North Region 100
left bank of Swat River from Circle Division 34.6377777777778,
Chakdara Bridge to AT works. 72.0094444444444

Emergency restoration to 36 KM long


34.042579°, 71.904954°
damaged flood protection works on
South Peshawar Charsadda 34.016538°, 71.966891°
46 left bank of Kabul River at critical 80
Region Irrigation Circle Irrigation Division 34.017465°, 72.002667°
reaches including Drains in District
34.017433°,72.004338°
Charsadda / Nowshera.
34.277222,71.613056
Restoration to damaged flood
,34.180562 , 71.756773
protection works along Jindi & Khiali South Peshawar Charsadda
47 70 ,34.146679, 71.714239
Rivers including Drains in Tehsil Region Irrigation Circle Irrigation Division
34.308999, 71.691251,
Tangi and Charsadda.
34.300250, 71.689322,
Rehabilitation of Flood Protection Swabi Irrigation Hazara Irrigation
48 North Region 60 34.7782965 73.5226241
Structure UC Kaghan Circle Division

Restoration of Flood Protection 35.342074 72.063286


Works Along Panjkora River from Swat Irrigation Dir Irrigation 35.351029 72.08984
49 North Region 60
Kumrat to Chokyatan and its Circle Division 35.353302 72.114780
Tributaries in District Dir Upper. 35.342074 71.988351

Restoration of Flood Protection Spot(1) N34.5535.27


Swat Irrigation Dir Irrigation E72.0106.37 Spot (02)
50 Works Along Panjkora River from North Region 60
Circle Division N34.5316.29
adai to Odigram in District Dir Lower.
E71.5807.34 Spot (03)
Appendix 1 131

Estimated cost
S No. Name of work Region Circle Division GIS Coordinates
(M)
N34.5203.94
E71.5236.35

Rehabilitation of Flood Protection Swabi Irrigation Hazara Irrigation 34.695807 73.5807556


51 North Region 50
Structure UC Mohandari Circle Division 34.6759263 73.5602548

Rehabilitation of Flood Protection Swabi Irrigation Hazara Irrigation


52 North Region 50 33.793228 72.916924
Structure in Daur River Circle Division

Restoration of Flood Protection


Works along Right side Swat Swat Irrigation Dir Irrigation 34o- 39'-56.46" 72o- 05'-
53 North Region 50
Goragat to RCC Bridge of Chakdara Circle Division 13.08"
in Adenzai Area District Dir Lower.

34.181261° 71.543975°
34.043053,71.906944,
Restoration to damaged flood 34.017186,71.966219,
protection works on left bank of South Peshawar Charsadda 34.016611, 71,966831,
54 50
Adezai River including drains in Region Irrigation Circle Irrigation Division 34.17511. 72.002536,
Sahabqadar area. 34.017558.72.004397
34.016367, 71.998984
34.16873, 71.999873

Spot(1) N34.5150.56
Restoration of Flood Protection E71.5220.54 Spot (02)
Works Along Panjkora River from Swat Irrigation Dir Irrigation N71.4959.40
55 North Region 40
Odigram to Shago kass in District Dir Circle Division E71.5959.41 Spot (03)
Lower. N34.4726.00
E71.4752.79

Rehabilitation of Flood Protection


Works along Right side Swat Swat Irrigation Dir Irrigation 34o- 39'-56.46" 72o- 05'-
56 North Region 40
Goragat to RCC Bridge of Chakdara Circle Division 13.08"
in Adenzai Area District Dir Lower.

Restoration of damaged spurs on


South Bannu Irrigation Bannu Canal
57 right and left side of kurram River in 40 33.011524, 70.601762
Region Circle Division
district bannu

Rehabilitation of 4 Nos Spurs in Ichar Swabi Irrigation Hazara Irrigation


58 North Region 30 34.3927354 73.1728004
Nullah District Mansehra Circle Division
132 Appendix 1

Estimated cost
S No. Name of work Region Circle Division GIS Coordinates
(M)

Rehabilitation of Flood Protection Swabi Irrigation Hazara Irrigation


59 North Region 30 0
Structure UC Garhi Habibullah Circle Division

Restoration flood damages down South Bannu Irrigation Marwat Canals


60 30 33.056058, 70.530968
stream of Kurram Ghari head works Region Circle Division

Rehabilitation of Flood Protection Swabi Irrigation Hazara Irrigation


61 North Region 25 34.545646, 73.3497712
Structure UC Balakot Circle Division

Rehabilitation of Flood Protection Swabi Irrigation Hazara Irrigation


62 North Region 25 34.5379904 73.349222
Structure UC Garlat Circle Division

Swabi Irrigation
Rehabilitation of FPW Konshay Circle Hazara Irrigation
63 North Region 17 34.836076, 73.108482
Tehsil Allai District Battagram. Division

Rehabilitation of Flood Protection Swabi Irrigation Hazara Irrigation


64 North Region 10 34.3741512 73.3376589
Structure UC Talhatta Circle Division

Table A1.5: Prioritized List for Irrigation and Drainage System


Estimated
S No. Name of work Region Circle Division GIS Coordinates
cost (M)

Rehabilitation of damaged / washed away South Paharpur Irrigation 32.18049833


1 DIKhan Circle 24
Drains Section of Katgarh Branch Drain No3 Region Division 71.014853333

Rehabilitation of damaged / washed away South Paharpur Irrigation 32.171785


2 DIKhan Circle 23.5
Drains Section of Katgarh Branch Drain No4 Region Division 71.006914

Rehabilitation of damaged / washed away South Paharpur Irrigation 32.14012789


3 DIKhan Circle 14
Drains Section of Largi Drain No2 Region Division 71.00261845

Rehabilitation of damaged / washed away South Paharpur Irrigation 32.09964947


4 DIKhan Circle 19
Drains Section of Largi Drain No1 Region Division 70.94870854

Rehabilitation of damaged / washed away South Paharpur Irrigation 32.07772889


5 DIKhan Circle 4
Drains Section of Seed Farm Branch Drain Region Division 70.96806786
Appendix 1 133

Estimated
S No. Name of work Region Circle Division GIS Coordinates
cost (M)

Rehabilitation of damaged / washed away South Paharpur Irrigation 32.03117813


6 DIKhan Circle 39
Drains Section of Bund Kurai Branch Drain Region Division 70.95062955

Rehabilitation of damaged / washed away South Paharpur Irrigation 32.05040615


7 DIKhan Circle 50
Drains Section of Bund Kurai Main Drain Region Division 70.89993074

Rehabilitation of damaged / washed away South Paharpur Irrigation 32.00505042


8 DIKhan Circle 45
Drains Section of Main Drain Region Division 70.97905481

Rehabilitation of damaged / washed away South Paharpur Irrigation 31.98205166


9 DIKhan Circle 14.5
Drains Section of Girsal Drain Region Division 70.97309177

Rehabilitation of damaged / washed away South Paharpur Irrigation 31.96487268


10 DIKhan Circle 4.5
Drains Section of Girsal Pond Drain Region Division 70.99516849

Rehabilitation of damaged / washed away South Paharpur Irrigation 31.96402689


11 DIKhan Circle 14
Drains Section of Jabbarwala Drain Region Division 70.98580472

Rehabilitation of damaged / washed away South Paharpur Irrigation 31.9391903


12 DIKhan Circle 4
Drains Section of Ketch Drain Region Division 70.92085973

Rehabilitation of damaged / washed away South Paharpur Irrigation 32.229965


13 DIKhan Circle 9
Drains Section of Bilot Creek Drain Region Division 71.15506666

South CRBC Irrigation 31°34’52”N


14 Flood Protection Works Hazara Pakka Drain DIKhan Circle 3
Region Division '70°46’07”N

31.85596 N, 70.79966 E
31.80186 N, 70.80496 E
31.827305 N, 70.815132 E
31.8200011 N, 70.8244157 E
31.425151 N, 70.485592 E
31.6621222 N, 70.7894585 E
31.403411 N, 70.40478 E
Rehabilitation of flood carrier channels (FCCs) South CRBC Irrigation 31.375989 N, 70.422590 E
15 DIKhan Circle 1500
No.1 to 29 of CRBC Irrigation Division DIKhan. Region Division 31.38199 N, 70.434047 E
31.323719 N, 70.454024 E
31.6168613 N, 70.6317043 E
31.621694 N, 70.634864 E
31.5301349 N, 70.7595491 E
31.561358 N, 70.702628 E
31.322412 N, 70.432147 E
31.571244 N, 70.698042 E
134 Appendix 1

Estimated
S No. Name of work Region Circle Division GIS Coordinates
cost (M)
31.4821486 N, 70.692215 E
31.4653118 N, 70.6849194 E
31.384817 N, 70.705083 E
31.378976 N, 70.6877518 E
31.398494 N, 70.706648 E
31.352783 N, 70.686143 E
31.3065502 N, 70.6624317 E

Swabi
Restoration of Khanpur Right Bank Canal North Hazara Irrigation 33.5021 72.5412 33.5101
16 Irrigation 30.000
along disty and its minors Region Division 72.5408
Circle

35058596N,
Restoration of Shamizai & Barwai Irrigation
North Swat Irrigation Swat Irrigation 72476108E
17 Schemes and its allied infrastructure in Tehsil 79.000
Region Circle Division-II 35075243N,
Matta District Swat.
72448235E

Restoration of Balambat Irrigation Scheme in North Swat Irrigation Dir Irrigation BalaMbat-
18 43.000
District Dir Lower. Region Circle Division 34.5546.60 72.0057.44

Restoration of Badwan Irrigation Scheme in North Swat Irrigation Dir Irrigation 34o- 38'-39.99" 72o- 00'-19.71"
19 37.000
Adenzai area District Dir Lower. Region Circle Division 34o- 38'-21.47" 72o- 01'-17.31"

35.126516 71.970192
Restoration of Gandigar, Darora and Ganorai North Swat Irrigation Dir Irrigation
20 39.000 35.126384 72.00436
Irrigation Schemes in District Dir Upper. Region Circle Division
35.144594 71.865569

Balabat-N34.5546.60
E72.0057.44 Malak Aabad -
N34.5658.82 E72.0123.66
Khall Payeen-N34.5404.35
Rehabilitation of Balambat Irrigation Scheme E71.5941.05 Ranai-
& Khall Payeen, Haji abad, Chargorai, Malak North Swat Irrigation Dir Irrigation N34.5140.44 E71.5609.23
21 110.000
abad, Adai, Ranai, Manzary Tangy and Baron Region Circle Division Baroon N34.5228.76
Civil Channels District Dir Lower. E71.5706.86 Haji Abad
N34.5123.42 E71.5203.23
Chargorai N34.5000.79
E71.5001.35 Sadoo
34.4840.59 E71.4952.31

Rehabilitation of Badwan Irrigation Scheme & North Swat Irrigation Dir Irrigation 34o- 40'-05.51" 72o- 05'-40.31"
22 95.000
Trakha Civil Channel, Brangola, Khadagzai, Region Circle Division 34o- 38'-31.47" 71o- 56'-37.18"
Appendix 1 135

Estimated
S No. Name of work Region Circle Division GIS Coordinates
cost (M)
Kamala & Adenzai Area Civil Channels 34o- 38'-13.99" 71o- 55'-31.96"
District Dir Lower. 34o- 38'-42.55" 71o- 50'-17.06"

Rehabilitation of Gandigar, Darora and 35.155575 72.094187


Ganorai Irrigation Schemes Civil Channels in 35.019538 72.063267
North Swat Irrigation Dir Irrigation
23 Kohistan, Barawal, Usharai, Warai, Shamalai, 72.000 35.126516 71.970192
Region Circle Division
Shahi bagh & Mamba zara in District Dir 35.126384 72.00436
Upper. 35.144594 71.865569

34.333586° 71.568954°
34.333029° 71.569506°
Temporary/Emergency Restoration of 34.334066° 71.569263°
irrigation Supplies from Munda Head Works to Peshawar 34.331049° 71.570323°
South Charsadda
24 Lower Swat Canal System and tangi Lift Irrigation 300 34.311239° 71.706601°
Region Irrigation Division
Irrigation Scheme i/c intake structures District Circle 34.327170° 71.580519°
Charsadda. 34.324017° 71.589825°
34.321099° 71.692570°
34.328874° 71.576924°

Restoration of irrigation supplies in Doaba Peshawar 34.330469° 71.569531°


South Charsadda
25 Canal System i/c intake structure and Civil Irrigation 100 34.327775° 71.570600°
Region Irrigation Division
Channels in Shabqadar area. Circle 34.230545, 71.645477

Rehabilitation / Reconstruction of Munda Head Peshawar


South Charsadda
26 Works including intake structure in District Irrigation 1,500.00 34.331049°, 71.570323°
Region Irrigation Division
Charsadda. Circle

Rehabilitation of damaged Lower Swat Canal Peshawar


South Charsadda
27 and Doaba Canal System irrigation system in Irrigation 300 34.326244° 71.570874°
Region Irrigation Division
District Charsadda. Circle

34.9430277777778,
72.4511666666667
34.6440555555556,
72.0291944444444
Hydrology irrigation division Peshawar 34.7681388888889,
Peshawar
(Restoration/rehabilitation of 31 Nos. South Hydrology 71.7918611111111
28 Irrigation 20
damaged/ washout gauge in Khyber Region Irrigation Division 34.3311944444444,
Circle
Pakhtunkhwa 71.5709444444444
34.2440583333333,
71.1184261111111
34.1718333333333,
71.4050555555556
136 Appendix 1

Estimated
S No. Name of work Region Circle Division GIS Coordinates
cost (M)
34.1661111111111,
71.5941666666667
34.13085, 71.688464
34.0076388888889,
71.9773055555556
34.1305555555556,
72.0979444444444
34.0920555555556,
72.0395555555556
34.66615, 72.1287083333333
34.1218333333333, 71.6075
34.1144166666667,
71.7524722222222
33.35546, 70.545398
33.16628, 70.550428
32.68284, 70.775683
32.61025, 71.165862
33.16954, 70.40069
33.81054, 70.15071

Restoration of Distries / Minors in Shor Kot


Section.
i Restoration of Flood Damages of Dera
Disty.
31.9826584N, 70.8392523E
ii Restoration of Flood Damages of Disty South CRBC Irrigation
29 DIKhan Circle 22 31.922167N, 70.818415E
No.04. Region Division
31.908965N, 70.809308E
iii Restoration of Flood Damages of Disty
No.05
iv Restoration of Flood Damages of Minor 1&2
of Disty No.05.

Restoration of Distries / Minors in Gomal


Section.
i Restoration of Flood Damages of Mehmood
Disty & Nawab Minor. 31.189295N, 70.845338E
South CRBC Irrigation
30 DIKhan Circle 18 31.873136N, 70.761459E
ii Restoration of Flood Damages of Disty Region Division
31.872723N, 70.761930E
No.05/A & 06
iii Restoration of Flood Damages of Disty
No.07
Appendix 1 137

Estimated
S No. Name of work Region Circle Division GIS Coordinates
cost (M)

Restoration of Distries / Minors in Fateh


Section.
31.826706N, 70.706380E
i Restoration of Flood Damages of Disty No.08 South CRBC Irrigation
31 DIKhan Circle 10 31.778020N, 70.717520E
& 08/A, 09, 10 & 10/A. Region Division
31.788123N, 70.747536E
ii Restoration of Flood Damages of Disty
No.11, 11/A & 12

Restoration of Distries / Minors in Navela


Section.
i Restoration of Disty No.13 and its Minors in 31.7135448E, 70.6979924N
reaches. South CRBC Irrigation 31.6682142E, 70.7562929N
32 DIKhan Circle 25
ii Restoration / Rehabilitation of Disty No.14 & Region Division 31.6788573E, 70.6560373N
its system in reaches. 31.5848865E, 70.7158801N
iii Restoration / Rehabilitation of Disty No.15 &
its system.

Restoration of Distries / Minors in Ramak


Section.
i Restoration / Rehabilitation of Disty No.19 in
reaches. 31.4671672E, 70.6055796N
South CRBC Irrigation
33 DIKhan Circle 30 31.3650408E, 70.6113571N
ii Restoration of Damaged Canal section of Region Division
31.3649263E, 70.6130576N
Disty No.20 in reaches.
iii Restoration / Rehabilitation of Disty No.21,
22, 23 & its Minors in reaches.

Restoration of Distries / Minors in Mahra


Section,
i Restoration / Rehabilitation of Disty No.16,
16/A RD.00-Tail in reaches.
ii Restoration of Damaged portion of Minor of 31.6588803E, 70.6340781N
Disty No.16 South CRBC Irrigation 31.6432891E, 70.6126928N
34 DIKhan Circle 10
Region Division 31.5243461E, 70.6098604N
iii Restoration of Disty No.17 in reaches. 31.4981738E, 70.6864429N
iv Restoration / Rehabilitation of Disty No.18
and its Minor.
v Restoration / Rehabilitation of Disty No.18/A
and its Minors in reaches.
138 Appendix 1

Estimated
S No. Name of work Region Circle Division GIS Coordinates
cost (M)

South CRBC Irrigation


35 Rehabilitation of Disty No.04 & its system. DIKhan Circle 45 31.9826584N, 70.8392523E
Region Division

South CRBC Irrigation


36 Rehabilitation Dera Disty & its system. DIKhan Circle 50 31.931714N, 70.927027E
Region Division

South CRBC Irrigation 31.189295N, 70.845338E


37 Rehabilitation Mehmood Disty & Nawab Minor. DIKhan Circle 20
Region Division 31.819111N, 70.845449E

31.943880N, 70.828653E
South CRBC Irrigation
38 Rehabilitation of Disty No.05 & its system. DIKhan Circle 50 31.9437994N, 70.828940E
Region Division
31.922565N, 70.861803E

31.922167N, 70.818415E
Rehabilitation of Disty No. 5-A, Disty No.06 & South CRBC Irrigation
39 DIKhan Circle 25 31.908965N, 70.809308E
its system. Region Division
31.886481N, 70.822023E

31.873136N, 70.761459E
Rehabilitation of Disty No.07, 7-A & its system South CRBC Irrigation 31.872723N, 70.761930E
40 DIKhan Circle 40
i/c escape channel Region Division 31.851293N, 70.763004E
31.892900N, 70.795726E

South CRBC Irrigation 31.826706N, 70.706380E


41 Rehabilitation of Disty No.08, 8-A & its system DIKhan Circle 20
Region Division 31.851430N, 70.723871E

South CRBC Irrigation


42 Rehabilitation of Disty No.09 & its system DIKhan Circle 15 31.815811N, 70.706558E
Region Division

Rehabilitation of Disty No.10, 10-A & its South CRBC Irrigation 31.788828N, 70.707206E
43 DIKhan Circle 20
system Region Division 31.795481N, 70.732474E

31.785020N, 70.743270E
Rehabilitation of Disty No.11, 11-A & its South CRBC Irrigation 31.793021N, 70.733670E
44 DIKhan Circle 40
system Region Division 31.767134N, 70.792706E
31.721279N, 70.823700E

South CRBC Irrigation 31.778020N, 70.717520E


45 Rehabilitation of Disty No.12 & its system DIKhan Circle 15
Region Division 31.788123N, 70.747536E

South CRBC Irrigation 31.7135448E, 70.6979924N


46 Rehabilitation of Disty No.13 & its system DIKhan Circle 15
Region Division 31.6682142E, 70.7562929N
Appendix 1 139

Estimated
S No. Name of work Region Circle Division GIS Coordinates
cost (M)

Rehabilitation of Disty No.14 & its system i/c South CRBC Irrigation 31.6932672E, 70.6702262N
47 DIKhan Circle 40
escape channel Region Division 31.6432891E, 70.7191873N

Rehabilitation of Disty No.15 & its system i/c South CRBC Irrigation 31.6788573E, 70.6560373N
48 DIKhan Circle 50
escape channel Region Division 31.5848865E, 70.7158801N

Rehabilitation of Disty No.16, 16-A & its South CRBC Irrigation 31.6588803E, 70.6340781N
49 DIKhan Circle 30
system i/c escape channel Region Division 31.6432891E, 70.6126928N

South CRBC Irrigation


50 Rehabilitation of Minor Disty No.16. DIKhan Circle 30 31.6453716E, 70.6482911N
Region Division

Rehabilitation of Disty No.17 & its system i/c South CRBC Irrigation
51 DIKhan Circle 30 70.5938745N, 31.6000066E
escape channel Region Division

Rehabilitation of Disty No.18 & its system i/c South CRBC Irrigation 31.542274E, 70.6113732N
52 DIKhan Circle 50
escape channel Region Division 31.5207747E, 70.7658148N

Rehabilitation of Disty No.18-A & its system i/c South CRBC Irrigation 31.5243461E, 70.6098604N
53 DIKhan Circle 60
escape channels Region Division 31.4981738E, 70.6864429N

Rehabilitation of Disty No.19 & its system i/c South CRBC Irrigation
54 DIKhan Circle 30 31.4952224E, 70.605247N
escape channel Region Division

Rehabilitation of Disty No.20, 20-A & its South CRBC Irrigation 31.4671672E, 70.6055796N
55 DIKhan Circle 30
system i/c escape channel Region Division 31.4368838E, 70.6201172N

Rehabilitation of Disty No.21 & its system i/c South CRBC Irrigation
56 DIKhan Circle 15 31.4148475E, 70.6231642N
escape channel Region Division

Rehabilitation of Disty No.22 & its system i/c South CRBC Irrigation 31.3904798E, 70.6116629N
57 DIKhan Circle 20
escape channel Region Division 31.3885462E, 70.6170058N

South CRBC Irrigation 31.3650408E, 70.6113571N


58 Rehabilitation of Disty No.23 & its system DIKhan Circle 15
Region Division 31.3649263E, 70.6130576N

31.85596 N, 70.79966 E
Repair / Plugging of flood channels for 31.80186 N, 70.80496 E
South CRBC Irrigation
59 protection of Irrigation infrastructure in Gomal DIKhan Circle 12 31.827305 N, 70.815132 E
Region Division
& Fateh Section. 31.8200011 N, 70.8244157 E
31.425151 N, 70.485592 E
140 Appendix 1

Estimated
S No. Name of work Region Circle Division GIS Coordinates
cost (M)

31.6621222 N, 70.7894585 E
Repair / Plugging of flood channels for 31.403411 N, 70.40478 E
South CRBC Irrigation
60 protection of Irrigation infrastructure in Naivela DIKhan Circle 10 31.375989 N, 70.422590 E
Region Division
Section. 31.38199 N, 70.434047 E
31.323719 N, 70.454024 E

31.6168613 N, 70.6317043 E
31.621694 N, 70.634864 E
Repair / Plugging of flood channels for
South CRBC Irrigation 31.5301349 N, 70.7595491 E
61 protection of Irrigation infrastructure in Ramak DIKhan Circle 10
Region Division 31.561358 N, 70.702628 E
Section.
31.322412 N, 70.432147 E
31.571244 N, 70.698042 E

31.4821486 N, 70.692215 E
31.4653118 N, 70.6849194 E
Repair / Plugging of flood channels for 31.384817 N, 70.705083 E
South CRBC Irrigation
62 protection of Irrigation infrastructure in Mahra DIKhan Circle 13 31.378976 N, 70.6877518 E
Region Division
Section. 31.398494 N, 70.706648 E
31.352783 N, 70.686143 E
31.3065502 N, 70.6624317 E

Rehabilitation of damaged/washed away South Paharpur Irrigation 32.0483822 & 70.8647786


63 DIKhan Circle 15
Canal Section of Disty # 2 Region Division 32.0304211 & 70.8908234

Rehabilitation of damaged/washed away South Paharpur Irrigation 32.0156361 & 70.8504882


64 DIKhan Circle 34
Canal Section of Disty # 3 Region Division 31.9978378 & 70.8947941

Rehabilitation of damaged/washed away South Paharpur Irrigation 31.9813444 & 70.9092221


65 DIKhan Circle 5.5
Canal Section of Girsal Minor Region Division 31.9721026 & 70.9645249

Rehabilitation of damaged/washed away South Paharpur Irrigation 31.9813444 & 70.9092221


66 DIKhan Circle 14
Canal Section of Girsal Feeder Region Division 31.9721026 & 70.9645249

Rehabilitation of damaged/washed away South Paharpur Irrigation 32.0304211 & 70.972698


67 DIKhan Circle 32.5
Canal Section of Shah Kot Minor Region Division 32.0110139 & 70.9092221

Rehabilitation of damaged/washed away South Paharpur Irrigation 32.0304211 & 70.972698


68 DIKhan Circle 10
Canal Section of Shah Kot Feeder Region Division 32.0110139 & 70.9092221

Rehabilitation of damaged/washed away South Paharpur Irrigation


69 DIKhan Circle 18.5 32.04077 & 70.89802
Canal Section of Band Kurai Minor Region Division
Appendix 1 141

Estimated
S No. Name of work Region Circle Division GIS Coordinates
cost (M)

Rehabilitation of damaged/washed away South Paharpur Irrigation


70 DIKhan Circle 9 32.023427 & 70.900621
Canal Section of Band Kurai Branch Region Division

Rehabilitation of damaged/washed away South Paharpur Irrigation


71 DIKhan Circle 6 31.9811360 & 70.90920
Canal Section of Ketch Minor Region Division

Rehabilitation of damaged/washed away South Paharpur Irrigation


72 DIKhan Circle 22.5 32.13334 & 70.98866
Canal Section of Paharpur disty Region Division

Rehabilitation of damaged/washed away


South Paharpur Irrigation
73 Canal Section of Old Paharpur canal (RD. DIKhan Circle 17.5
Region Division
118500-122300)

Rehabilitation of damaged/washed away


South Paharpur Irrigation
74 Canal Section of Old Paharpur canal (RD. DIKhan Circle 17.5
Region Division
130000-160000)

Rehabilitation of damaged/washed away South Paharpur Irrigation 32.0768101 & 70.92026221


75 DIKhan Circle 33
Canal Section of Civil Minor Region Division 32.0310774 & 70.9549082

Rehabilitation of damaged/washed away South Paharpur Irrigation


76 DIKhan Circle 9.5 32.0610745 & 70.9020099
Canal Section of Rakh disty Region Division

Rehabilitation of damaged/washed away South Paharpur Irrigation 32.1937325 & 71.0606575


77 DIKhan Circle 9.5
Canal Section of Kat Garh Minor Region Division 32.1528793 & 71.0350657

Rehabilitation of damaged/washed away South Paharpur Irrigation


78 DIKhan Circle 6.5 32.193833 & 71.06098
Canal Section of Bigwani Minor Region Division

Rehabilitation of damaged/washed away South Paharpur Irrigation 32.2245917 & 71.1508333


79 DIKhan Circle 9
Canal Section of Takarwah disty Region Division 32.0121078 & 70.9797564
142 Appendix 1

Table A1.6: Supplementary List for Irrigation, Drainage and Flood Protection Works

Estimated
S No. Name of work Region Circle Division GIS Coordinates
cost (M)

Irrigation Works

Paharpur
Rehabilitation of damaged / washed away Drains South DIKhan 32.20832833
1 Irrigation 0.5
Section of Chura Branch Drain Region Circle 71.1268716666
Division

Paharpur
Rehabilitation of damaged / washed away Drains South DIKhan 32.1962733
2 Irrigation 0.5
Section of Tirgarh Branch Drain Region Circle 71.092315
Division

Flood Protection Works

34.99095, 72.34361
34.908766, 72.42134
34.91004, 72.42083
34.95240, 72.37220,
35.035664, 72.33326,
34.979369, 72.355249
34.969986, 72.360929
34.927664, 72.396986
Rehabilitation of Flood Protection Works/ Removal of Swat
North Swat Irrigation 34.922692, 72.403453
3 Debris and Channelization along Haroonai Khwar & Irrigation 853
Region Division-II 34.930351, 72.395337
its Tributaries in Tehsil Matta District Swat. Circle
35.039884, 72.329426
35.034508, 72.331999
35.030930, 72.333309
35.027347, 72.333830
35.022221, 72.337417
35.018978, 72.340206
35.015827, 72.341434
35.011867, 72.344345
Appendix 1 143

Estimated
S No. Name of work Region Circle Division GIS Coordinates
cost (M)

35.141936 72.543964
35.142351 72.563302
35.139172 72.577522
35.129680 72.589600
35.123661 72.600263
Rehabilitation of Flood Protection Works/ Removal of Swat 35.127675 72.610128
North Swat Irrigation
4 Debris and Channelization along Swat River and its Irrigation 720 35.142767 72.533777
Region Division-II
tributaries in Tehsil Behrain District Swat. Circle 35.204743 72.546538
35.125600 72.523162
35.113320 72.509830
35.118476 72.504876
35.100362 72.501695
35.096438 72.500066

35.125292, 72.393981
35.162031, 72.385632
35.118002, 72.395831
35.138021, 72.385346
35.140941, 72.383883
35.143882, 72.384320
35.155415, 72.388075
35.155058, 72.388468
35.150328, 72.388309
35.089136, 72.396933
35.080084, 72.399254
Rehabilitation of Flood Protection Works/ Removal of Swat
North Swat Irrigation 35.071026, 72.427389
5 Debris and Channelization along Barwai Khwar & its Irrigation 620
Region Division-II 35.072885, 72.421316
Tributaries in Tehsil Matta District Swat. Circle
35.093154, 72.398342
35.108413, 72.396708
35.091300, 72.397887
35.082823, 72.396868
35.088022, 72.396021
35.089237, 72.397262
35.089136, 72.396933
35.076187, 72.458159
35.075647, 72.449985
35.075863, 72.453622
35.076100, 72.455689
144 Appendix 1

Estimated
S No. Name of work Region Circle Division GIS Coordinates
cost (M)

35.061060, 72.302625
35.061038, 72.302634
35.057015, 72.311281
35.030936, 72.333280
35.022451, 72.336595
35.018582, 72.340389
34.986098, 72.351173
34.957565, 72.366810
34.955457, 72.367903
34.942744, 72.376141
34.970780, 72.360090
Removal of Flood Debris and restoration of Flood Swat 34.933934, 72.387659
North Swat Irrigation
6 Protection works on emergent Basis in Haronai Irrigation 550 34.930645, 72.393826
Region Division-II
Khwar District Swat. Circle 34.925734, 72.397093
34.923847, 72.400668
34.919558, 72.407125
34.918766, 72.409645
34.915245, 72.412412
34.916388, 72.411180
34.934110, 72.387240
34.943350, 72.376870
35.065320, 72.289710
35.033443, 72.332390
35.040636, 72.327210
34.970745, 72.36129

34.954561 72.640817
Rehabilitation of Flood Protection Works/ Removal of Swat
North Swat Irrigation 34.921462 72.632202
7 Debris and Channelization along Kanra, Chauga, Irrigation 450
Region Division-II 34.958787 72.641359
Etai, Khan Khwar and Its Tributaries District Shangla. Circle
34.888475 72.769813

35.089136, 72.396933
Removal of Flood Debris and restoration of Flood Swat 35.080084, 72.399254
North Swat Irrigation 35.071026, 72.427389
8 Protection works on emergent Basis in Barwai Khwar Irrigation 360
Region Division-II 35.072885, 72.421316
and its tributaries in District Swat. Circle
35.093154, 72.398342
35.108413, 72.396708
Appendix 1 145

Estimated
S No. Name of work Region Circle Division GIS Coordinates
cost (M)
35.091300, 72.397887
35.082823, 72.396868
35.088022, 72.396021
35.089237, 72.397262
35.089136, 72.396933

35.056177, 72.324894
35.056652, 72.324460
35.058331, 72.324397
Removal of Flood Debris and restoration of Flood Swat
North Swat Irrigation 35.061349, 72.324706
9 Protection works on emergent Basis in Sulathan, Irrigation 186
Region Division-II 35.069002, 72.326441
Fazal Banda and Dughalgo Khwars in District Swat. Circle
35.075999, 72.326145
35.084810, 72.288163
35.086670, 72.287047

35.141936 72.543964
35.142351 72.563302
35.139172 72.577522
35.129680 72.589600
35.123661 72.600263
35.127675 72.610128
35.142767 72.533777
35.204743 72.546538
35.125600 72.523162
Removal of Flood Debris and Restoration of Flood
Swat 35.113320 72.509830
Protection Works along Swat River and Its Tributaries North Swat Irrigation
10 Irrigation 180 35.118476 72.504876
in Tehsil Behrain, Khwazakhela & Charbagh District Region Division-II
Circle 35.100362 72.501695
Swat.
35.096438 72.500066
35.067077 72.478466
35.057063 72.477609
34.998825 72.464930
34.978113 72.466436
34.955258 72.460596
34.940583 72.452844
34.916041 72.437861
34.835438 72.427240

Removal of Flood Debris and Restoration of Flood Swat 35.51804 72.420153


North Swat Irrigation
11 Protection Works along Gabral & Ushu River Tehsil Irrigation 160 35.489137 72.471307
Region Division-II
Behrain District Swat. Circle 35.500519 72.438889
146 Appendix 1

Estimated
S No. Name of work Region Circle Division GIS Coordinates
cost (M)
35.525323 72.562451
35.520945 72.41772
35.52218 72.416158
35.521867 72.411217
35.484066 72.466134
35.502518 72.507291
35.497291 72.491884
35.500519 72.438889
35.525323 72.562451
35.576632 72.67599
35.483357 72.595447
35.483511 72.595493
35.491433 72.58017

Removal of Flood Debris and Restoration of Flood Swat


North Swat Irrigation 34.890447 72.761180
12 Protection Works along Kanra, Chauga,Etai, Khan Irrigation 120
Region Division-II 34.949750 72.751560
Khwar and Its Tributaries District Shangla. Circle

35.014635, 72.341712
35.009655, 72.344903
35.005819, 72.347457
35.003382, 72.347651
35.003722, 72.347119
34.999916, 72.350020
34.995571, 72.351263
34.995562, 72.351199
34.992730, 72.350287
34.979633, 72.355340
Removal of Flood Debris and Restoration of Flood Swat 34.976240, 72.355647
North Swat Irrigation
13 Protection works on emergent Basis along Swat River Irrigation 120 34.968774, 72.361692
Region Division-II
from Kalakot to Bamakhela District Swat. Circle 34.962866 72.366202
34.954427 - 72.370346
34.950567 - 72.372526
34.943319 - 72.376235
34.930791 - 72.39403
34.922701 - 72.403483
35.004385 - 72.343962
35.0700111, 72.47767
35.0673331, 72.475627
35.0713461, 72.478852
35.0680121, 72.475591
Appendix 1 147

Estimated
S No. Name of work Region Circle Division GIS Coordinates
cost (M)
35.0660481, 72.476339
34.9646921, 72.453912

Lower Chitral.
36°04'57"N 72°02'38"E
35°56'31"N 71°54'29"E
35°53'37"N 71°48'20"E
35°59'28"N 71°33'16"E
35°46'31"N 71°41'38"E
35°41'31"N 71°40'27"E
35°38'25"N 71°41'38"E
35°47'52"N 72°03'21"E
35°40'00"N 71°55'28"E
35°35'55"N 71°50'19"E
35°37'55"N 71°47'48"E
35°49'21"N 71°46'52"E
35°52'41"N 71°48'23"E
35°51'41"N 71°47'47"E
35°51'22"N 71°48'30"E
35°37'51"N 71°48'24"E
35°46'39"N 71°46'28"E
Swat Chitral 35°50'47"N 71°45'55"E
Restoration of damaged flood protection structures / North
14 Irrigation Irrigation 87 35°49'54"N 71°46'52"E
drainage system in district upper and lower chitral Region
Circle Division 35°54'53"N 71°00'08"E
35°49'55"N 71°45'54"E
36°00'55"N 71°45'35"E
36°01'08"N 71°45'51"E
35°34'33"N 71°48'08"E
35°33'07"N 71°47'06"E
35°33'28"N 71°47'56"E
35°31'45"N 71°45'21"E
35°34'37"N 71°42'10"E
35°44'02"N 71°46'35"E
35°49'49"N 71°47'00"E
35°49'22"N 71°47'11"E
35°25'56"N 71°44'55"E
35°29'11"N 71°44'32"E
35°22'37"N 71°39'29"E
35°33'31"N 71°48'10"E
35°49'53"N 71°46'51"E
35°42'56"N 71°46'05"E
35°45'00"N 71°47'09"E
148 Appendix 1

Estimated
S No. Name of work Region Circle Division GIS Coordinates
cost (M)
35°36'27"N 71°47'58"E
35°32'32"N 71°46'06"E
35°50'28"N 71°47'18"E
36°05'02"N 72°02'42"E
35°41'47"N 71°46'05"E
35°34'25"N 71°49'37"E
32°28'50"N 71°44'12"E
35°32'21"N 71°48'02"E
35°30'42"N 71°47'11"E
35°35'50"N 71°51'24"E
35°36'02"N 71°51'48"E
35°36'00"N 71°51'30"E
35°37'29"N 71°52'37"E
35°35'57"N 71°50'25"E
35°35'28"N 71°49'48"E
35°47'46"N 72°03'16"E
35°40'29"N 71°55'34"E
Upper Chitral.
36°18'08"N 72°18'08"E
36°23'42"N 72°13'18"E
36°15'55"N 72°20'45"E
36°13'19"N 72°10'04"E
36°14'31"N 72°10'13"E
36°12'23"N 72°'29'47"E
36°47'56"N 73°01'06"E
36°14'57N 72°22'01"E
36°20'41"N 72°21'31"E
36°29'40"N 72°29'36"E
36°19'23"N 72°35'23"E
36°25'05"N 72°23'93"E
36°15'59"N 72°25'50"E
36°08'28"N 72°01'57"E

34.963087 72.023278
Restoration of Flood Protection Works Along Swat
North Dir Irrigation 34.936680 72.021099
15 Panjkora River from Chokyatan to Akhagram its Irrigation 42
Region Division 35.032661 72.005384
Tributaries in District Dir Upper. Circle
35.062574 71.988351

Rehabilitation of flood protection work along left bank Swat


North Swat Irrigation
16 of Swat River at villages Nawykaly and Police Irrigation 35 34.792583 72.342500
Region Division-I
Training Center Mingora, Charbagh District Swat. Circle
Appendix 1 149

Estimated
S No. Name of work Region Circle Division GIS Coordinates
cost (M)

31.9329271, 70.949385
31.9319461, 70.9515802
Restoration of Flood damages to shank of Spur South DIKhan Flood Irrigation
17 32
No.21/A (RD-00-RD-800) Region Circle Division

Swabi Hazara
Rehabilitation of Flood Protection Structure UC North
18 Irrigation Irrigation 30 34.4090304 73.3727569
Karnol Region
Circle Division

Swabi Hazara
Rehabilitation of Flood Protection Structure Ichar North
19 Irrigation Irrigation 30 34.3928576 73.2092785
Nullah Region
Circle Division

Swabi Hazara
Rehabilitation of Flood Protection Structure in Haro North
20 Irrigation Irrigation 30 33.808437 73.063039
River Region
Circle Division

Restoration of Flood Protection Works along Right Swat


North Dir Irrigation 34o- 38'-28.82" 71o- 58'-
21 side Swat Up Stream Badwan RCC Bridge to Irrigation 30
Region Division 15.10"
Khadagzai in Adenzai Area District Dir Lower. Circle

Restoration of Flood Protection Works along Right Swat 34o- 38'-25.74" 71o- 55'-
North Dir Irrigation
22 side Swat River Ghargay to Khadagzai in Adenzai Irrigation 30 55.79" 34o- 37'-32.09"
Region Division
Area District Dir Lower. Circle 71o- 49'-51.86"

Rehabilitation of Flood Protection Works along Right Swat


North Dir Irrigation 34o- 38'-28.82" 71o- 58'-
23 side Swat Up Stream Badwan RCC Bridge to Irrigation 30
Region Division 15.10"
Khadagzai in Adenzai Area District Dir Lower. Circle

Rehabilitation of Flood Protection Works along Right Swat 34o- 38'-25.74" 71o- 55'-
North Dir Irrigation
24 side Swat River Ghargay to Khadagzai in Adenzai Irrigation 30 55.79" 34o- 37'-32.09"
Region Division
Area District Dir Lower. Circle 71o- 49'-51.86"

Swabi Hazara
Rehabilitation of Flood Protection Structure at US North
25 Irrigation Irrigation 20 34.4527669 73.3587156
Bypass Bridge Manserha Region
Circle Division

Swabi Hazara
North
26 Rehabilitation of Flood Protection Structure U/S Pano Irrigation Irrigation 20 34.3328371 73.1954137
Region
Circle Division
150 Appendix 1

Estimated
S No. Name of work Region Circle Division GIS Coordinates
cost (M)

Swabi Hazara
Rehabilitation of Flood Protection Structure Soka North
27 Irrigation Irrigation 20 34.3441825 73.1943866
Nullah Mansehra Region
Circle Division

Swabi Hazara
Rehabilitation/Construction of FPW Namal District North
28 Irrigation Irrigation 20 34.00072 73.059780
Abbottabad. Region
Circle Division

Talash Khwar (Spot1)


N34.4448.44 E71.4852.11
(Spot2) N34.4436.96
E71.5113.88 (Spot3)
N34.4357.30 E71.5409.14
Maidan Khwar (Spot1)
Swat
Restoration of Flood Protection Works Tributaries of North Dir Irrigation N34.5215.75 E71.5216.84
29 Irrigation 20
Panjkora River in District Dir Lower. Region Division (Spot2) N34.5433.54
Circle
E71.4932.83 (Spot3)
N34.5754.07 E71.5012.16
Rabat Khwar (Spot1)
N34.5150.26 E71.5652.62
(Spot2) N34.5107.82
E71.5716.45

Talash Khwar (Spot1)


N34.4448.44 E71.4852.11
(Spot2) N34.4436.96
E71.5113.88 (Spot3)
N34.4357.30 E71.5409.14
Maidan Khwar (Spot1)
Swat
Rehabilitation of Flood Protection Works Tributaries North Dir Irrigation N34.5215.75 E71.5216.84
30 Irrigation 20
of Panjkora River in District Dir Lower. Region Division (Spot2) N34.5433.54
Circle
E71.4932.83 (Spot3)
N34.5754.07 E71.5012.16
Rabat Khwar (Spot1)
N34.5150.26 E71.5652.62
(Spot2) N34.5107.82
E71.5716.45

Bannu
Restoration of damaged cantt spur on left side of South Bannu Canal
31 Irrigation 20 33.0076639, 70.6038217
Kurram River in district Bannu Region Division
Circle
Appendix 1 151

Estimated
S No. Name of work Region Circle Division GIS Coordinates
cost (M)

34o- 47'-18.30" 71o- 47'-


10.80"
Swat
Restoration of Flood Protection Works Panjkora River North Dir Irrigation
32 Irrigation 18
and Its Tributaries in District Dir Lower. Region Division
Circle

Rehabilitation/ Repair & Extension of sloping nose of


South DIKhan Flood Irrigation
33 Spur No.18-B and other allied structures during 2022- 17 32.0283391, 71.045479
Region Circle Division
23. Flood Sub Division No. I D.I.Khan

Swabi Hazara
Rehabilitation of Flood Protection Structure UC North
34 Irrigation Irrigation 15 33.80363453 72.90889777
Barkot Region
Circle Division

Swabi Hazara
Rehabilitation/Construction of FPW Dalola District North
35 Irrigation Irrigation 15 34.233390 73.416119
Abbottabad. Region
Circle Division

Swabi Hazara
Rehabilitation/Construction of FPW Tarnawai Banda North
36 Irrigation Irrigation 15 34.086746 73.479025
Pir Khan Region
Circle Division

Swabi Hazara
Rehabilitation/Construction of FPW Boi District North
37 Irrigation Irrigation 15 34.245355 73.234331
Abbottabad Region
Circle Division

Swabi Hazara
Rehabilitation of FPW Bana Tehsil Allai District North
38 Irrigation Irrigation 15 34.829320, 73.064392
Battagram. Region
Circle Division

Rehabilitation/Repair to Spur No.18-C and other


South DIKhan Flood Irrigation
39 allied structures during 2022-23. Flood Sub Division 15 32.009167, 71.035
Region Circle Division
No. I D.I.Khan.

Swabi Hazara
North
40 Rehabilitation of FPW Trand District Battagram. Irrigation Irrigation 14 34.630298, 72.995154
Region
Circle Division
152 Appendix 1

Estimated
S No. Name of work Region Circle Division GIS Coordinates
cost (M)

Rehabilitation / Repair to Spur No. 32 & 33, & J-Head


South DIKhan Flood Irrigation 31.461944, 70.780833
41 RD 00-800 in reaches and other allied structures 13
Region Circle Division 31.432778, 70.777222
during 2022-23. Flood Sub Division No. III D.I.Khan.

Swabi Hazara
North
42 Rehabilitation of FPW Nandiar District Battagram. Irrigation Irrigation 12.5 34.676458, 73.031586
Region
Circle Division

Swabi Hazara
Rehabilitation/Construction of FPW Kuckmang North
43 Irrigation Irrigation 12 34.188836 73.473018
District Abbottabad. Region
Circle Division

Swabi Hazara
Rehabilitation/Construction of FPW Bokote District North
44 Irrigation Irrigation 12 34.358361 73.390397
Abbottabad. Region
Circle Division

Rehabilitation / Repair to Approach Road RD-18000-


21500 & Shank of Spur No. 27 and other allied South DIKhan Flood Irrigation 31.587778, 70.786111
45 12
structures during 2022-23. Flood Sub Division No. III Region Circle Division 31.569722, 70.794167
D.I.Khan.

Swabi Hazara
Rehabilitation/Construction of FPW Nathiagali/ North
46 Irrigation Irrigation 11 34.071176 73.381532
Tajwal District Abbottabad Region
Circle Division

Restoration of Flood damages approach road and South DIKhan Flood Irrigation 31.519444, 70.779167
47 11
shank of Spur No. 30. Region Circle Division 31.518333, 70.796667

Swabi Hazara
Rehabilitation of Flood Protection Structure at U/s North
48 Irrigation Irrigation 10 34.3264401, 73.2029019
Batpul Mansehra Region
Circle Division

Swabi Hazara
Rehabilitation of Flood Protection Structure UC North
49 Irrigation Irrigation 10 34.3445279 73.2479076
Khanpur Region
Circle Division

Swabi Hazara
Rehabilitation of Flood Protection Structure UC North
50 Irrigation Irrigation 10 33.826500 73.167216
Bareela Region
Circle Division
Appendix 1 153

Estimated
S No. Name of work Region Circle Division GIS Coordinates
cost (M)

Swabi Hazara
Rehabilitation/Construction of FPW Lora District North
51 Irrigation Irrigation 10 34.301896 73.386302
Abbottabad. Region
Circle Division

Swabi Hazara
Rehabilitation/Construction of FPW Pattan kalan North
52 Irrigation Irrigation 10 33.887458 73.246215
District Abbottabad. Region
Circle Division

Swabi Hazara
Rehabilitation of FPW Kuza Banda District North
53 Irrigation Irrigation 10 34.6310757, 73.0100782
Battagram. Region
Circle Division

Swabi Hazara
Rehabilitation of FPW Taloos Tehsil Allai District North
54 Irrigation Irrigation 10 34.843845, 73.033997
Battagram. Region
Circle Division

Swat
Rehabilitation of Flood Protection Works Panjkora North Dir Irrigation 34o- 47'-18.30" 71o- 47'-
55 Irrigation 10
River and Its Tributaries in District Dir Lower. Region Division 10.80"
Circle

Rehabilitation / Repair to Spur No. 29, T-Head RD


400-925 U/S and RD 200-550 D/S in reaches other South DIKhan Flood Irrigation 31.587778, 70.786111
56 10
allied structures during 2022-23. Flood Sub Division Region Circle Division 31.569722, 70.794167
No. III D.I.Khan.

32.011389, 71.005278
Restoration of Flood damages to Flood Embankment South DIKhan Flood Irrigation 31.974722, 70.988611
57 9
including Spur No.19 & 20 Region Circle Division 32.011111, 71.005278
32.001389, 71.011667

Swabi Hazara
North
58 Rehabilitation of FPW Shamlai District Battagram. Irrigation Irrigation 8 34.698161, 73.119300
Region
Circle Division

Rehabilitation/Repair to Spur No.17 and other allied


South DIKhan Flood Irrigation 32.090833, 70.073889
59 structures during 2022-23. Flood Sub Division No. I 8
Region Circle Division 32.085, 71.087778
D.I.Khan.

31.715556, 70.851944
Rehabilitation / Repair to Spur No. 24-A, 24-B & 25, South DIKhan Flood Irrigation
60 8 31.701389, 70.85
Approach Road / Shank / Head and other allied Region Circle Division
31.678056, 70.846667
154 Appendix 1

Estimated
S No. Name of work Region Circle Division GIS Coordinates
cost (M)
structures during 2022-23. Flood Sub Division No. II
D.I.Khan.

Rehabilitation / Repair to Spur No. 26 & 28 Approach


Road Shank and Head in reaches other allied South DIKhan Flood Irrigation 31.618333, 70.818056
61 8
structures during 2022-23. Flood Sub Division No. II Region Circle Division 31.616667, 70.841944
D.I.Khan.

Restoration of Flood damages approach road and South DIKhan Flood Irrigation 31.587778, 70.786111
62 7
shank of Spur No. 29. Region Circle Division 31.569722, 70.794167

Rehabilitation / Repair to the Marginal Bund RD 00-


South DIKhan Flood Irrigation 31.493333, 70.781667
63 36000 in reaches during 2022-23. Flood Sub Division 7
Region Circle Division 31.400278, 70.754167
No. III D.I.Khan.

Swabi Hazara
Rehabilitation of FPW Garhai Nawabsaid District North
64 Irrigation Irrigation 6 34.609860, 72.934483
Battagram. Region
Circle Division

Rehabilitation / Repair to Guide Bund in reaches,


South DIKhan Flood Irrigation
65 other allied structures during 2022-23. Flood Sub 6 31.821667, 70.927222
Region Circle Division
Division No. II D.I.Khan.

Rehabilitation/Repair to Spur No.19 and other allied


South DIKhan Flood Irrigation 32.011111, 71.005278
66 structures during 2022-23. Flood Sub Division No. I 5.5
Region Circle Division 32.001389, 71.011667
D.I.Khan.

Swabi Hazara
Rehabilitation of Flood Protection Structure UC North 33.8676393, 72.9234299
67 Irrigation Irrigation 5
Muslimabad Region 33.8694411, 72.9146597
Circle Division

Restoration of Flood damages approach road and South DIKhan Flood Irrigation 31.598056, 70.812778
68 5
shank of Spur No. 28-A. Region Circle Division 31.579722, 70.808333

Rehabilitation / Repair to Spur No. 21-B in reaches &


South DIKhan Flood Irrigation
69 other allied structures during 2022-23. Flood Sub 5 31.9075, 70.934722
Region Circle Division
Division No. II D.I.Khan.

Rehabilitation / Repair to Spur No. 30, J-Head RD


South DIKhan Flood Irrigation 31.519444, 70.779167
70 300-950 in reaches & other allied structures during 5
Region Circle Division 31.518333, 70.796667
2022-23. Flood Sub Division No. III D.I.Khan
Appendix 1 155

Estimated
S No. Name of work Region Circle Division GIS Coordinates
cost (M)

Rehabilitation / Repair to Spur No. 31, J-Head RD 00-


South DIKhan Flood Irrigation 31.497222, 70.764444
71 900 in reaches & other allied structures during 2022- 5
Region Circle Division 31.493889, 70.771111
23. Flood Sub Division No. III D.I.Khan.

Rehabilitation / Repair to the Marginal Bund RD 00-


South DIKhan Flood Irrigation 31.493333, 70.781667
72 36000 in reaches during 2022-23. Flood Sub Division 5
Region Circle Division 31.400278, 70.754167
No. III D.I.Khan.

South DIKhan Flood Irrigation 32.090833, 70.073889


73 Restoration of flood damages to Spur No. 17 4.5
Region Circle Division 32.085, 71.087778

Rehabilitation/Repair to Spur No. 20 & 21 and other


South DIKhan Flood Irrigation 31.975, 70.988611
74 allied structures during 2022-23. Flood Sub Division 4.5
Region Circle Division 31.949722, 70.979722
No. I D.I.Khan.

Rehabilitation/Repair to Spur No. 18 & 18-A and other


South DIKhan Flood Irrigation 32.061389, 71.074167
75 allied structures during 2022-23. Flood Sub Division 4
Region Circle Division 32.050556, 71.052778
No. I D.I.Khan.

Rehabilitation / Repair to Spur No. 21-A J-Head RD


South DIKhan Flood Irrigation 31.9329271, 70.949385
76 00-700 in reaches & other allied structures during 4
Region Circle Division 31.9319461, 70.9515802
2022-23. Flood Sub Division No. II D.I.Khan.

Restoration of Flood damages / rain cuts to Spur South DIKhan Flood Irrigation 31.497222, 70.764444
77 3.5
No.31, 32, 34 including Flood Embankment. Region Circle Division 31.493889, 70.771111

South DIKhan Flood Irrigation 31.431944, 70.764722


78 Restoration of Flood damages to Spur No.33 3
Region Circle Division 31.432222, 70.776944

Rehabilitation / Repair to Spur No. 31, J-Head RD 00-


South DIKhan Flood Irrigation 31.497222, 70.764444
79 900 in reaches & other allied structures during 2022- 3
Region Circle Division 31.493889, 70.771111
23. Flood Sub Division No. III D.I.Khan.

Rehabilitation / Repair to Spur No. 32 & 33, & J-Head


South DIKhan Flood Irrigation 31.461944, 70.780833
80 RD 00-800 in reaches and other allied structures 3
Region Circle Division 31.432778, 70.777222
during 2022-23. Flood Sub Division No. III D.I.Khan.

Rehabilitation/ Repair to Marginal Bund RD 00-85000 South DIKhan Flood Irrigation 32.050556, 71.028889
81 & Flood Embankment RD 00-17000 Extension of 2
Region Circle Division 32.017222, 71.002778
sloping nose of Spur No.18-B and other allied
156 Appendix 1

Estimated
S No. Name of work Region Circle Division GIS Coordinates
cost (M)
structures during 2022-23. Flood Sub Division No. I
D.I.Khan
Appendix 1 157

Table A1.7: Priority List of Reservoirs/Storages

Sr Location / Tentative Cost Tentative Cost


Name of Reservoirs/Storages District
No. Coordinates (million PKR) (million USD)

26°23'34.84"N
1 Keel Kaur Dam Jhao Awaran 120.00 0.50
65°41'48.81"E

25°26'3.92"N
2 Makola Delay Action Dam Gwadar 50 0.2
63°51'18.85"E
25°26'26.5"N
3 Bellar Dam Pasni Gwadar 70 0.3
62°40'22.2"E
25°57'59.46''N
4 Dramkol Delay Action Dam Pidrak Kech 60.00 0.30
63°05'31.68''E
25°55'4.17''N
5 Thal Sar Delay Action Dam Kech 60.00 0.30
63°52'11.70"E
26° 3'59.66"N
6 Behloor storage/Delay Action Dam Hub 136 0.6
67°22'18.73"E
26° 3'4.99"N
7 Khulero DAD Hub 50 0.2
67°21'53.24"E
25°43'55.20"N
8 Lindani Delay Action Dam Hub 51 0.2
67°19'39.65"E
25.55425 N 66.93414
9 Anero Dam Tehsil Uthal. Lasbela 50.00 0.20
E
26.18576 N 66.48296
10 Gajro Dam Uthal. Lasbela 50.00 0.20
E
26.01214 N 66.57545
11 Sukkan Dam Uthal. Lasbela 70.00 0.30
E
Chilbhagho Delay Action Dam District 28°25'46.79''N
12 Surab 60.00 0.30
Surab 66°6'38.38''E
158 Appendix 1

Sr Location / Tentative Cost Tentative Cost


Name of Reservoirs/Storages District
No. Coordinates (million PKR) (million USD)

27°47'18.5"N 67
13 Shakarani Dam Khuzdar 60.34 0.30
9'21.70 E
30°46'30.11"N
14 Arambi Massezai Delay Action Dam Killa Abdullah 112.00 0.50
66°45'35.66"E

Rehabilitation and Restoration of 30°37'34.34"N


15 Killa Abdullah 60.00 0.30
Innayatullah Karez 66°35'39.49"E

30°28‘4.75"N
16 Qandeel Dam Pishin 55.00 0.30
66°58‘26.32"E
31° 6'19.53"N 67°
17 Kass Adozai Delay Action Dam Pishin 53.00 0.20
4'43.73"E
30°50'22''N
18 Malgagai Dam. Killa Saifullah 750.00 3.40
67°52'28''E
Sakai Delay Action Dam in Kaker 31°22'10.01"N,
19 Zhob 55.00 0.30
Khurasan area 68°42'13.55"E

28°43'30.87"N
20 Kashi Delay Action Dam Kharan 55.00 0.30
65°26'5.00"E

29°24'0.82"N
21 Ghazol Delay Action Dam Nushki 80.00 0.40
65°58'52.29"E
29°31'8.09"N
22 Mashkaf Dam Kachi 60.00 0.30
67°39'53.40"E
Rehabilitation of Bund Khushdil Khan 30°42‘13.08"N
23 600.00 2.70
and its flood protection 67°05‘27.31"E
Pishin
Appendix 1 159

Table A1.7: Priority List of Flood and Perennial Irrigation Systems


Sr. Location / Tentative Cost Tentative Cost
Name of Structure District
No Coordinates (million PKR) (million USD)
Lakharo Weir/ Perennial 27°43'17.37"N
1 Khuzdar 500 2.30
irrigation Scheme 67°09' 20.73"E
27°43'17.37"N
2 Wanderi Weir Khuzdar 50 0.20
67°09' 20.73"E
27°45'04.90"N
3 Acherwand Weir Khuzdar 90 0.40
67°10' 13.12"E
Khozai/Balozai 30°38‘39"N
4 Pishin 75 0.30
Headworks 67°23‘2"E
30°31‘1"N
5 Shebo Head Works Pishin 180 0.80
66°55‘23"E
Headworks Hanna Flood 30°14'38.58"N
6 Quetta 50 0.20
Irrigation Scheme / Weir 67° 6'59.96"E
Nath Irrigation 30°53'08.8476"N
7 180 0.80
Scheme Droog Area Musakhel 70°8' 34.2348"E
First & 2nd Distribution
29°11'25.17"N
8 Googi Distribution 68°14'17.80"E
250 1.10
structures lehri river Sibi
Shin Kach Irrigation 29.971903 N
9 Harnai 70 0.30
Scheme 68.093062 E
Wam Tangi Irrigation 30.234769 N
10 Harnai 180 0.80
Scheme 67.899715 E
Tor Shor Irrigation 30.221059 N
11 Harnai 80 0.40
Scheme 68.068503 E
Tangi sar Murgha 30.259330 N
12 Harnai 90 0.40
Irrigation Scheme 67.795164 E
Sarkan Irrigation 30.151808 N
13 Harnai 52 0.20
Channel 67.948984 E
Gachina Irrigation 30.131418 N
14 Harnai 65 0.30
Scheme 67.839047 E
30.200257 N
15 Sazoo Weir Harnai 170 0.80
67.806204 E
30.258660 N
16 Punga Irrigation Scheme Harnai 50 0.20
67.752411 E
30.293774 N
17 Perai Irrigation Scheme Harnai 55 0.30
67.771902 E
Ghundi Irrigation 30.307998 N
18 Harnai 90 0.40
Scheme 67.778447 E
Shinleza Irrigation 30.236424 N
19 Harnai 90 0.40
Scheme Khost Area 67.595307 E
30.252155 N
20 Sarleza PIS Harnai 65 0.30
67.541451 E
160 Appendix 1

Table A1.8: Priority List of Flood Protection Sub-projects


Tentative Tentative
Sr Cost Cost
Name of Structure District Location / Coordinates
No. (million (million
PKR) USD)

Killi Mirza: Latitude:


30.090160° Longitude:
67.945786°
Killi Lal Khan: Latitude:
Flood Protection Wall/Bund 30.084627° Longitude:
At Killi Mirza Lal Khan Killi 67.949149°
1 Harnai 100.00 0.50
Gharib Abad Marpani Killi Killi Gharib Abad: Latitude:
Zaavi 30.098449° Longitude:
67.932749°
Killi Zaavi: Latitude:
30.051174° Longitude:
67.947440°

Latitude: 30.108444° Longitude:


67.922909°
Latitude: 30.098397° Longitude:
67.944052°
Latitude: 30.112259° Longitude:
Flood Protection Walls in 67.953887°
2 Harnai 90.00 0.40
Harnai Town Latitude: 30.104165° Longitude:
67.950729° Latitude:
30.109458° Longitude:
67.936031° Latitude:
30.104456° Longitude:
67.923846°

Latitude: 30.195451° Longitude:


67.713038°
Latitude: 30.187240° Longitude:
67.680325°
Latitude:30.189026° Longitud
Flood Protection Structures 67.673344°
3 Harnai 100.00 0.50
at Sharagh and Khost area Latitude:30.242393° Longitude:
67.552472° Latitude: 30.224823°
Longitude: 67.574848° Latitude:
30.216143° Longitude:
67.584939° Latitude: 30.213037°
Longitude: 67.589796°

Flood Protection Bund Jhal 27°55'12.56"N


4 110.00 0.50
Chukki village Magsi 67°37'27.58"E
Improvement of Flood
Protection Bund kech kaur
near Malikki Bag Restoration N.26°1’6.14”
5 Kech 110.00 0.50
work and construction of E.63°1’ 30.54”
retaining wall along weak
portions of the both banks
Appendix 1 161

Tentative Tentative
Sr Cost Cost
Name of Structure District Location / Coordinates
No. (million (million
PKR) USD)
the kech kaur flood
Protection bund.

Toba Achakzai Tehsil Flood Killa


6 31°11'29.76"N 66°51'7.85"E 80.00 0.40
Protection Wall Abdullah
Flood Protection walls in
30°44‘7.0"N
Machhka manda in Killies,
Killa 66°39‘34"E
7 Qaseem, Amanullah, 100.00 0.50
Abdullah 30°44‘26"N
Ghafoor, M.Hayat and Jalal
66°39‘57"E
Din
Construction of Flood
Protection Wall along Shina Killa 30.841475°N
8 100.00 0.50
Khuwara River Nasai Area Saifullah 68.071233°E
District Killa Saifullah.
Flood Protection Scheme for
9 LUAWMS and villages in Lasbela 65°12'11, 67°25'39 120.00 0.50
surroundings.

10 FP Winder town. Lasbela 25.391398, 66.663143 90.00 0.40


Flood Protection for Haji Latif
11 Lasbela 25.427266, 66.732573 90.00 0.40
Doda Bandika Winder
12 FP Pir Goth Uthal. Lasbela 25.806367,66.604728 90.00 0.40
Mehrullah Wali Bundat
13 Lasbela 25.956746,66.429870 80.00 0.40
Lakhra.
14 FP Banodi Town Uthal. Lasbela 25.826397, 66.630546 90.00 0.40
Flood Protection Bund for Lasbela
15 25° 4'55.29"N 66°54'58.77"E 100.00 0.50
Ayoub Dhora Sakran Hub (Hub)

Flood Protection Bund for Lasbela


16 25° 7'20.57"N 66°58'45.04"E 100.00 0.50
Minor # 2 Sakran Hub (Hub)

Flood Protection Bund for Lasbela


17 25° 4'41.18"N 66°56'18.20"E 100.00 0.50
Aameri Wari Sakran Hub (Hub)

Flood Protection Bund for Lasbela


18 26° 3'59.06"N 67°16'21.27"E 100.00 0.50
Lateefabad Dureji (Hub)

Flood protection work at Musa 30°52'50.21"N 70°11'14.89"E,


19 60.00 0.30
Khan Kach Khel 30°52'40.872"N 70°11'10.0248"E

Flood Protection Bund Naseera 28°42'7.74"N


20 70.00 0.30
Landhi village bad 67°53'25.70"E

Qadirabad Flood Protection / 29°34'57.35"N


21 Nushki 100.00 0.50
Cunnet 66° 0'40.02"E

Manzakai Flood Protection


22 Pishin 30°41‘56"N 67°04‘0.76"E 80.00 0.40
Scheme
Sanzala Flood Protection
23 Pishin 30°44‘02"N 66°56‘06"E 80.00 0.40
Scheme
Flood Protection Dab
24 Pishin 30°42‘56"N 67°04‘48"E 80.00 0.40
Khanzai area
162 Appendix 1

Tentative Tentative
Sr Cost Cost
Name of Structure District Location / Coordinates
No. (million (million
PKR) USD)
Karbala Flood Protection
25 Pishin 30°39‘03"N 66°53‘43"E 80.00 0.40
Scheme

Flood Protection wall


26 Pishin 30°48‘58"N 67°17‘31"E 145.00 0.70
Barshore Area

Flood Protection wall Toba


27 Pishin 31°2‘27"N 67°34‘3"E 146.00 0.70
Kakari Area
Flood Protection walls in
28 Khoshab/Zarghoon/Ghowal Pishin 30°33‘21"N 67°14‘31"E, 80.00 0.40
Area
Flood Protection walls in
29 Rude Mulazai Area Nana Pishin 30°36‘30"N 67°31‘39"E, 100.00 0.50
abad
Flood Protection walls in
30 Churmyan/Zakaryazai/share Pishin 30°40‘07"N 67°19‘14"E, 80.00 0.40
na/Dilsora zamistana

Flood Protection walls in


31 Pishin 30°37‘46"N 67°14‘40"E, 100.00 0.50
Neghanda Area Karezat

Khanozai Flood Protection


32 Pishin 30°37‘26"N 67°20‘11"E, 80.00 0.40
Scheme

Balozai Flood Protection


33 Pishin 30°38‘14"N 67°20‘8"E, 80.00 0.40
Scheme

Tehsil Suranan Flood


34 Pishin 30°34‘5"N 66°52‘48"E 80.00 0.40
Protection Scheme

Tehsil Bostan Flood


35 Pishin 30°27‘36"N 67°3‘14"E 80.00 0.40
Protection Scheme

30°14'46.19"N 67°
Flood Protection Works in 7'18.64"E 30°15'56.65"N
36 Hana area, Nawa Killi and Quetta 67° 1'7.44"E 400.00 1.80
surrounding areas of city 30°15'56.56"N 67°
1'12.66"E

Rehabilitation of FP Bund
37 Zhob 31°40'24.02"N, 68°23'35.41"E 80.00 0.40
Qamardin Karez

Total 3751.00 18.00


Appendix 1 163

Table A1.9: Priority List of Flood Management Sub-projects

Tentative
Tentative
Location / Cost
Sr No. Name of Structure District Cost (million
Coordinates (million
USD)
PKR)
Protection of damaged Patfeeder
canal system through 29.005815⁰N
1 Naseerabad 600 2.70
construction of Fuleji Chattar 68.411845⁰E
flood management structure
Protection of damaged Patfeeder
canal system through 28.742773⁰N
2 Naseerabad 350 1.60
construction of Lunda Balena 68.478918⁰E
flood management structure

Table A1.10: Supplementary Sub-projects Balochistan Flood Protection System


Tentative
Tentative
S. Name of Cost
District Location / Coordinates Cost (million
No Structure (million
USD)
PKR)

Sarwati Flood Latitude: 30.145220° Longitude:


1 Harnai 68.00 0.30
Protection Bund 67.924724°

Latitude: 30.139753° Longitude:


67.833596°
Latitude: 30.153352° Longitude:
67.817381°
Flood Protection
Latitude: 30.150880° Longitude:
2 Walls at Nakus-I Harnai 55.00 0.30
67.837796°
and Nakus-II Area
Latitude: 30.260766° Longitude:
67.801907° Latitude: 30.271014°
Longitude: 67.818848° Latitude:
30.184029° Longitude: 67.832431°

Latitude: 29.996666°
Longitude:68.095174°
Flood Protection
Latitude: 29.977560° Longitude:
3 Walls at Spin Harnai 53.20 0.20
68.084398°
Tangi
Latitude: 30.005198° Longitude:
68.077316°
164 Appendix 1

Tentative
Tentative
S. Name of Cost
District Location / Coordinates Cost (million
No Structure (million
USD)
PKR)

Killi Ghurmi: Latitude: 30.136565°


Longitude: 67.952701°
Latitude: 30.136081° Longitude:
67.954771°
Latitude: 30.136907° Longitude:
Flood Protection 67.949168° Killi Zarmana: Latitude:
Walls at Killi 30.118707° Longitude: 67.955606°
4 Harnai 62.00 0.30
Ghurmi, Zarmana Latitude: 30.117002° Longitude:
and Jalal Abad 67.963669°
Latitude: 30.114228° Longitude:
67.961083° Killi Jalal Abad: Latitude:
30.099713° Longitude: 67.944653°
Latitude: 30.098280° Longitude:
67.944042°

Latitude: 30.182863° Longitude:


67.400610°
Flood Protection Latitude: 30.175777° Longitude:
5 Walls at Zarghoon Harnai 67.383070° 80.00 0.40
Ghar Area Latitude: 30.298472° Longitude:
67.355091° Latitude: 30.334713°
Longitude: 67.344198°

Latitude: 30.288557° Longitude:


67.521940°
Latitude: 30.284501° Longitude:
Flood Protection 67.525087°
6 Structures at Harnai Latitude: 30.307043° Longitude: 88.00 0.40
Zardaloo area 67.514377°
Latitude: 30.327177° Longitude:
67.495979° Latitude: 30.294445°
Longitude: 67.521760°

Flood Protection
28.609710 N
7 Bund Gandawah Jhal Magsi 80.00 0.40
67.485103 E
Town
Appendix 1 165

Tentative
Tentative
S. Name of Cost
District Location / Coordinates Cost (million
No Structure (million
USD)
PKR)
Killa Abdullah
Killa 30°42'33.24"N
8 Tehsil Flood 164.13 0.70
Abdullah 66°45'39.99"E
Protection Wall
Gulistan Tehsil
Killa 30°36'9.44"N
9 Flood Protection 155.10 0.70
Abdullah 66°37'3.09"E
Wall
Construction of
Flood Protection
Wall For Land Killa 30°59'36''N
10 75.00 0.30
and Houses Koz Saifullah 67°47'13''E
Kach area Killa
Saifullah.
Construction of
Flood Protection
Wall For
Agricultural Land Killa 31°00’48” N
11 50.00 0.20
and Houses Saifullah 67°45’11” E
Zharh Ghaizh
area Killa
Saifullah.
Construction of
Flood Protection
Wall For
Killa
12 Agricultural Land 30.854347°'N67.666985°E 90.00 0.40
Saifullah
and Orchards
Urgus area Killa
Saifullah.
Constriction of
Flood Protection
Killa 30.822798°N
13 Bund At Muslim 75.00 0.30
Saifullah 67.734013°E
Bagh Town Killa
Saifullah.
Construction of
Flood Protection
Bund Along Rud Killa 31°01'47''N
14 56.25 0.30
Jogezai Main Saifullah 68°31'41''E
River District Killa
Saifullah.
Goonga Goth
15 Lasbela 25.806295,66.601475 75.00 0.30
Piprani Bela.
Gajri Goth FP
16 Lasbela 26.235568,66.499271 87.00 0.40
Bela.
Mehmoodani
17 Lasbela 26.249295,66.351305 54.00 0.20
Goth Bela.
18 Bara Bagh Bela. Lasbela 26.300777,66.302308 58.00 0.30
Wasray Wala
19 Lasbela 26.345195,66.329728 85.00 0.40
Bela.
20 Onra Bagh Bela. Lasbela 26.302013,66.332578 80.00 0.40
Kun Balochi Goth
21 Lasbela 26.270980, 66.286124 98.00 0.40
Bela.
Sadhori Diversion
22 Lasbela 26.032146,66.367581 75.00 0.30
Bund.
Sulaiman Goth
23 Lasbela 26.281871,66.288953 85.00 0.40
Porali Bela.
166 Appendix 1

Tentative
Tentative
S. Name of Cost
District Location / Coordinates Cost (million
No Structure (million
USD)
PKR)
Sarmastani Town
24 Lasbela 25.390990,66.659598 75.00 0.30
Winder.
Shooli Bent
25 Lasbela 26.344755,66.335355 87.00 0.40
Diversion Bund
Soomar Angaria
26 Lasbela 25.766810,66.621913 65.00 0.30
Uthal.
Awarao Goth
27 Lasbela 25.937876,66.585478 85.00 0.40
Uthal.
Deria Goth Dang
28 Lasbela 25.925174,66.518908 85.00 0.40
Masoor Utl
Pir Fida Goth
29 Lasbela 25.806675, 66.603552 70.00 0.30
Uthal.
Mehran Burah
30 Lasbela 25.817593,66.612883 65.00 0.30
Goth Uthal.
31 Kishari FP Bund, Lasbela 26.416485,66.337446 85.00 0.40

Flood Protection Lasbela


32 25° 2'51.89"N 66°51'9.47"E 50.85 0.20
for Patar Colony (Hub)

Flood Protection
Lasbela
33 Bund for Sheen 25°56'25.81"N 67°15'49.50"E 65.00 0.30
(Hub)
lackhy Dureji

Flood Protection
Lasbela 26°21'57.65"N
34 Bund for Dhani 75.00 0.30
(Hub) 67° 9'41.58"E
bux Dureji
Yaro I&II Flood
30°30‘20"N
35 Protection Pishin 80.00 0.40
66°57‘07"E
Scheme
Flood Protection
Work At Killi N30.266305
36 Ziarat 50.00 0.20
Chalaiz Mir Haji E68.299835
Sinjavi area.
Appendix 2 167

DRAFT CLIMATE CHANGE RISK MANAGEMENT FRAMEWORK

A. Introduction

1. The project will reconstruct and rehabilitate roads and irrigation infrastructure to support
post-disaster recovery and enhance the resilience to future climate change and flood events in
Balochistan, Khyber Pakhtunkhwa (KP), and Sindh. The proposed sub-projects include roads,
bridges, flood protection bunds/walls/embankments, storages/dams/spillways/embankments,
weirs, headworks, diversion channels, irrigation systems and telemetry systems for flood
forecasting and early warning systems. It is essential that these activities are based on a good
understanding of flood risk and other climate hazards, based on both historic analysis and
assessment of future climate change, and, where possible, take opportunities to transform the
water infrastructure systems to benefit vulnerable communities affected by flooding. Therefore, a
detailed climate change adaptation and risk reduction assessment is proposed as outlined in
Figure 1 and flow-chart at Appendix A.

Figure 1. Climate change adaptation and risk reduction assessment under EFAP for
reconstruction and rehabilitation at Balochistan, KP, and Sindh
•To provide information on climate vulnerability and risks to (i) ensure that
sub-projects are climate resilient and (ii) to identify opportunities to
provide enhanced levels of flood risk management and climate change
Overall vision adaptation.
•This may be achieved through choice of strategic options, changes in
design, operations and maintenance, strengthening capacity or providing
weather and climate services
•Provides essential information about sub-projects including hazard
exposure and vulnerability
Climate risk and •Basin characteristics, flood history and asset damage
opportunity screening
•Climate metrics for rising temperatures and heavy rainfall
•Flood vulnerablity (based on available statistical parameters)
•Provides a robust risk assessment, identifies opportunities for greater
resilience, monitoring framework and pathways for future adaptation
•Baseline and future flood risk estimation
•Climate change projections and future scenarios
Climate risk assessment •Hydro-climate and hydraulic modelling
•Adaptation and risk reduction recommendations for Detailed Design,
Operations and Maintenance
•Stress testing, "design for exceedence" and refining detailed designs
(later stages)

2. This guidance note describes how climate change risks should be considered in
feasibility studies and detailed designs and to promote increased resilience, reduce vulnerability,
and strengthen the capacity of communities’ flood response. It includes. Step 1, a historic
climate risk and opportunity assessment/screening, which collects sub-project, site,
catchment and climate characteristics, and aims to characterize flood hazard and vulnerability
and raise awareness of future risks due to climate change and Step 2, a climate adaptation and
risk assessment process for inclusion in all project feasibility and design studies, which aims to
ensure robust climate risk assessment and promote transformational adaptation, including
168 Appendix 2

greater anticipatory action, strong social protection, and nature based solutions. Risk assessment
and adaptation decision making will be supported by comprehensive climate, hydrological and
hydraulic modelling. (See sections C, D and Annex A for the process).

B. General adaptation guidance

3. Flood risk protection sub-projects. In cases where flood embankments, structures,


alleviation channels, bridges and other structures have been destroyed, the CRA and flood
appraisal for early stage schemes should consider a range of possible options including “do
nothing” which may involve abandonment of specific infrastructure, maintaining the current
level of protection with an allowance for climate change, or providing an enhanced levels of
protection, i.e. planning for lower probability events (e.g. 1:100 or 1:200 annual probability) plus
an allowance for climate change.

4. Improved levels of flood protection may be achieved by introducing larger river


channels, flood storage, bypass channels and bank protection. Where costs are high and the
number of beneficiaries are low, it may be more cost effective to provide alternative measures
such as raising ground levels in villages or relocating to safer locations. The standard of protection
in terms of annual probabilities of flooding (e.g. 1:25, 1:50 or 1:100) should be set by the
Implementing Authorities with reference to national guidelines, plus a precautionary allowance for
climate change, which considers plausible high uplift in precipitation among all scenarios and
climate modelling results.

5. The concepts of maladaptation and avoidance of “lock in” should be considered. For
example, if an historic scheme was constructed in a location of high exposure to flood risk this
may indicate previous maladaptation to risks. This may inadvertently encourage behaviour and
settlement that place communities at unmanageable risk; these locations should be avoided in
future to avoid “locking in” to a development pathway that may continue to place people and
infrastructure at risk. Such sub-project locations should be avoided and/or options of setting back
and major design changes should be considered as part of building back better.

6. Social and Environmental Safeguards. Proposed types of flood protection, particularly


those that have a direct impact on the livelihoods of local communities (e.g. relocation), should
be adequately managed through engagement with potentially affected communities in order not
to further exacerbate social vulnerability and avoid maladaptation. For this purpose the Climate
Risk Assessment should be strongly linked to the project’s social safeguards and ESIA work.

7. Climate resilient roads. In cases where roads have been destroyed there may be limited
options for re-routing on higher ground but there may be opportunities for raising the road levels
locally to provide safe access/exit from villages, enlarging road culverts, raising bridges, providing
protection to bridge piers against deterioration, embankments and guide bunds at bridges, use of
adequate expansion joints and asphalt, creating additional flood storage, or even creating
temporary channels for conveyance of flood water away from villages. The opportunities will be
context specific and dependent on the location of vulnerable communities.

8. Irrigation schemes. Similar to the case of existing roads, there may be limited options for
significant changes to the location and layout of irrigation schemes, but there will be opportunities
for strengthening of structures, increasing conveyance capacities and identifying areas for safe
storage of excess flood water, promoting greater groundwater recharge and protecting
mechanical and electrical infrastructure. In addition, rehabilitated schemes should consider
Appendix 2 169

performance under both flood and drought conditions, identifying any opportunities to provide
storage or promote recharge at time of drought as well as providing safe drainage of excess water.
The need for increasing irrigation capacity in specific areas should be informed by future projected
crop-water requirements, and local needs and knowledge in order to ensure the adequacy of the
solutions implemented.

9. Design for exceedance. This is a general concept that is used primarily in urban drainage
studies to develop solutions for managing excess water when surface water flooding exceeds the
capacity of drainage systems 24. The same concept applies to flood, drainage and irrigation
28F30F30F30 F

schemes particularly when dealing with lower standards of protection and is well aligned with the
idea stress testing designs to more extreme but less likely climate change scenarios.

10. Safe access, exit, refuge. Designs should consider how roads and other schemes may
contribute to keeping people safe during and after floods. Roads may provide safe access and
exit during floods or areas of elevated land that can be used for shelter until flood levels subside.
Any village reconstruction or relocation may provide opportunities to provide flood shelters, safer
and more resilient housing and more resilient water and electrical supplies.

11. Nature based solutions (NBS). For some schemes NBS may provide opportunities for
upstream flood storage or provision of other services such as drainage improvements or provision
of shade through tree planting. They may form part of the sub-project design to deliver a specific
level of protection or help to deal with excess water if designs are exceeded. Opportunities for
implementing NBS should consider the potential impact on communities particularly where it may
affect livelihoods. In such cases, local engagement should be pursued to ensure proposed NBS
will yield real benefits to the communities.

12. Weather and climate services. Improved upstream observations and monitoring and
flood warning services can save lives and avoid serious harm and flood damage. Therefore
opportunities to improve and/or complement existing monitoring and early warning systems
should be identified including installation of equipment and the development/enhancement of
services in consultation with PMD and relevant authorities.

C. Step 1: Climate risk screening for sub-projects

13. The purpose of climate screening. The climate risk and opportunity screening is a rapid
assessment of sub-project data including hydrological characteristics, climate change metrics and
other basic information. It can be used to raise awareness of flood and climate risk, inform the
scope of the feasibility studies and CRA and potentially early considerations of strategic options
(for early stage projects). Some of the key information required for screening is included in Annex
B and other data can be provided by ministries or inserted using expert opinion.

14. Basin characteristics. River basin characteristics such as catchment area, time of
concentration (Tc) and stream length provide information on the potential flood mechanisms to
understand the type of flooding and appropriateness of different strategic options or sub-project
activities. Smaller basins with a short Tc have a rapid response and risk of flash flooding, whereas
larger basins are likely to respond to snowmelt and longer duration rainfall. Furthermore, high
elevation basins that respond to snowmelt may be more sensitive to future higher temperatures
compared to lower lying basins. Sub-projects within the larger river basins may be more suitable

24
Balmforth, D, Digman, C, Kellagher, R, Butler, D, 2006. Designing for exceedance in urban drainage – good practice
CIRIA Publication C635 RP699 ISBN 978-0-86017-635-0
170 Appendix 2

for flood forecasting and early warning due to sufficient lead time to allow evacuation; in addition
there may be more opportunities for upstream storage as a flood risk management option.

15. Flood history and asset damage. Appreciation of the previous flood history and initial
broad classification of the frequency of flooding is important to avoid any new infrastructure in
areas that flood frequently, planning for safe access/exit, ensure refuge for vulnerable
communities, and informing feasibility studies. For the purposes of screening, this can be based
on readily available flood vulnerability data from the National Disaster Management Plan 2012,
NFPP-IV, local knowledge and expert opinion. Information on the assets damaged in 2022 should
also be recorded at this stage.

16. Climate change metrics. Future climate change scenarios for South Asia (including
Pakistan) under moderate and high increases in atmospheric concentrations of greenhouse
gases (scenarios RCP 4.5 and RCP 8.5) by the 2050s period indicate higher temperatures and
increases in heavy rainfall (Annex B), which are very likely to contribute to an increased risk of
river flooding and flash flooding (medium and high confidence). However, model ensembles
indicate a wide range of possible changes in both annual precipitation and heavy rainfall metrics.
For example, for South Asia under SSP8.5 and based on the CORDEX modelling experiment,
changes in heavy rainfall over 5 days (RX5day) are projected to increase by approximately 12%
by the 2050s compared to the 1981-2010 period (with a 5th to 95th confidence interval range
between +4% and +23%) 25. Based on bias corrected CMIP6 data and the same scenario SSP8.5,
29F31F31 F31F

rainfall uplifts are generally higher, for example one recent study reports annual precipitation
changes in Pakistan of over 30% (± 28%) 26 (Figure 3, Annex B). The screening process will
30F32F32F32F

collate climate change metrics (RX5day, RX1day, Tmin, Tmax) to raise awareness of future risks,
and provide a first order estimate of the uplifts that may be applied in pre-feasibility studies 27. 31F3F3F3F

Figure 3. Multi-model ensemble mean change in annual precipitation, maximum and


minimum temperatures in Pakistan based on 13 CMIP6-GCMs for SSP8.5 (Mishra et al.,
2020)

Notes: Data are provided in Annex B.

17. Flood vulnerability (people and places). Flood and climate vulnerability are also
strongly related to community capacity, susceptibility, and resilience for coping with hazards,
which are typically screened using a range of socio-economic metrics such as age, gender,

25
Annual average maximum 5 day rainfall based on CORDEX South Asia - Maximum 5-day precipitation (RX5day) Change % -
Medium Term (2041-2060) RCP8.5 (rel. to 1981-2010) - Annual (26 models) Regions: South Asia
26
Mishra, V., Bhatia, U. & Tiwari, A.D. Bias-corrected climate projections for South Asia from Coupled Model Intercomparison Project-
6. Sci Data 7, 338 (2020). https://doi.org/10.1038/s41597-020-00681-1
27
Screening to date has been based on CMIP5 data from the Royal Netherlands Meteorological Institute (KNMI) but more detailed
CMIP6 data will be prepared for Step 2.
Appendix 2 171

disability, household size, employment and income 28. For screening purposes these data, or
32F34F34F34F

suitable proxy indicators, are available from the National Disaster Management Plan and other
sources 29, 30. The inclusion of socio-economic data in the screening stage would (i) demonstrate
3F35F35F35F 34F36F36F36F

the consideration of options based on socio-economic data as well as climate/hydrological


characteristics and (ii) highlight districts/sub-project areas where greater investment and more
activities may be needed for strengthening community capacity for coping with flood hazards.

D. Step 2: Climate risk assessment

18. The purpose of climate risk assessment. Climate risk assessments (CRAs) are
required as part of the ADB Climate Risk Management process to identify key risks to project
outputs and to integrate adaptation activities in the project design. The CRA will be based on
CMIP 6 data considering a range of scenarios under SSP 2-4.5 and SSP 5-8.5 and may
recommend stress-testing project performance against scenarios, further adaptation activities
and frameworks for monitoring climate resilience outputs. Climate risk assessment will be carried
out for all sub-projects including those in feasibility studies and those that have already reached
detailed design stage, although the content and decisions that can be influenced will vary between
project stages and type (see Annex A). There may be opportunities to combine geographically-
linked subprojects within a single CRA (see ‘Level of detail’ below).

19. Proposed approach for risk assessment and sub-project design. An assessment of
strategic options may be required for early-stage roads projects and for flood projects. For
example, for early-stage road projects, there may still be opportunities to raise road levels, enlarge
river crossings or use roadways to enhance drainage. For flood schemes there may be strategic
choices to ‘do nothing’, or abandon infrastructure where its risk to floods is too high, maintain
protection including a climate allowance or enhancing protection including climate change
allowances to deal with more extreme floods. Climate change risk assessments should use a
range of climate scenarios for the 2050s, apply hydraulic models and assess damage and loss
using appropriate data. The risk assessment should consider a number of options and/or design
changes and model risks with and without the proposed sub-project.

20. Climate change scenarios. The level of agreement between both modelling experiments
and climate models in South Asia is low for precipitation, i.e. different models may disagree on
both the direction and magnitude of change in monsoon rainfall and heavy rainfall. Therefore a
range of possible changes in the mid- to long term (2050s and 2080s) will be considered in sub-
project feasibility studies. The benefits of considering a range of scenarios in sub-project design
is that specific options can be tested against a range of scenarios, which helps to: (i) understand
the consequences of different rates of climate change on the sub-project; (ii) prioritize ‘low regrets’
adaptation options that perform well under a range of scenarios; (iii) introduce refinements to sub-
project design or new activities that reduce risk or provide co-benefits.

21. Including climate change in design. The minimum requirements for sub-project design
are to consider changes in extreme precipitation, temperature, and river basin response to central
scenarios under SSP-2 4.5 and SSP-5 8.5 in the mid-term (2050s). Flood events and other climate
change impacts during this period will have the greatest financial impact on the sub-project. In

28
For example, see Hamidi A.R. et al., 2022. Flood Exposure and Social Vulnerability Analysis in Rural Areas of Developing
Countries: An Empirical Study of Charsadda District, Pakistan & Lubna Rafiq & Thomas Blaschke (2012) Disaster risk and
vulnerability in Pakistan at a district level, Geomatics, Natural Hazards and Risk, 3:4, 324-341, DOI:
10.1080/19475705.2011.626083 https://doi.org/10.1080/19475705.2011.626083
29
Social Statistics Tables | Pakistan Bureau of Statistics (pbs.gov.pk)
30
For example District Profiles - All Districts of Pakistan - Datasets - Open Data Pakistan
172 Appendix 2

addition, it is recommended to stress test sub-project designs to (i) SSP-5 8.5 10th percentile
(dry) 31 and 90th percentile (wet) scenarios and (ii) potential socio-economic changes, such as
35F37F37F37F

development in the floodplain behind flood defense systems.

22. Hydrological analysis and flood risk assessment. The CRA will include an analysis of
historic rainfall and flows and estimated future changes under the selected climate change
scenarios. This should include frequency analysis or Extreme Value Analysis of rainfall return
levels at the catchment scale for a range of return levels including 25 year, 50 year and 100 year
levels for baseline and future climate scenarios. The 2022 flood will also be modelled for
comparison with specific return levels 32. 36F38F38F38F

23. Level of detail. The level of detail of hydrological and hydraulic modelling with vary across
project types and regions due to data availability and may also be constrained by time limitations
for some sub-projects. The Project Management consultants may opt for broad-scale modelling
and more selected stress testing in consultation with ADB. For example, if a road has a number
of similar river crossings it may be more efficient to develop a broad scale model to assess
changes in flows and risks, rather than multiple individual hydrological and hydraulic studies.
Decision making should incorporate methods for dealing with uncertainties (including data and
modelling uncertainties) and provide sufficient freeboard in design. It is the responsibility of
detailed design consultants to ensure climate resilient design, which meets the Implementing
Agencies and ADB requirements.

24. Stress testing. All sub-projects, including those at a late design stage, should incorporate
climate and flood stress tests. The stress test should consider scheme performance under the
2022 floods and future extreme floods (e.g. future 1:100 annual probability floods) under a high-
end SSP-5 8.5 scenario. The future scenarios may exceed the design standards used but this
modelling will provide useful information on flow paths and residual risks in the event of such a
large flood. Stress testing can be used to understand the consequences of exceeding standard
design thresholds and may introduce new design concepts or activities. For example, it may
inform requirements for safe refuge, safe access/exit, potential routes for channeling or storage
of excess water, flood warning systems, planning controls, community or building scale
adaptation.

E. Monitoring of post disaster recovery and adaption

25. Monitoring impacts and adaptation. Development of appropriate indicators for climate
resilience and post-disaster recovery is a key part of the project design. The CRA should consider
appropriate climate resilient output indicators and how monitoring can support future operations
and maintenance activity, as well as potentially trigger requirements for further adaption activities.

F. References and Data Sources

American Planning Association. 2014. Planning for Post-Disaster Recovery: Next Generation. (Dated but
comprehensive guidance on post disaster planning and recovery).

Balmforth, D, Digman, C, Kellagher, R, Butler, D, 2006. Designing for exceedance in urban drainage –
good practice CIRIA Publication C635 RP699 ISBN 978-0-86017-635-0.

31
Considering dry scenarios is only relevant for irrigation schemes.
32
It is recognized that estimation of annual probabilities for the 2022 flood will be challenging based on relatively short
records. Innovative approaches, such as the use of stochastic modelling or large ensemble climate reanalysis may
have a role to play to support risk assessment.
Appendix 2 173

FEMA 550 Guidance. Prescriptive foundation design using reinforced concrete.


https://www.fema.gov/sites/default/files/2020-08/fema259_complete_rev.pdf
https://www.fema.gov/sites/default/files/documents/fema_p550-recommended-residential-construction-
coastal-areas_0.pdf .
https://www.fema.gov/sites/default/files/2020-08/fema543_design_guide_complete.pdf

Hamidi A.R. et al., (2022). Flood Exposure and Social Vulnerability Analysis in Rural Areas of Developing
Countries: An Empirical Study of Charsadda District, Pakistan.

Iturbide, M., Fernández, J., Gutiérrez, J.M., Bedia, J., Cimadevilla, E., Díez-Sierra, J., Manzanas, R.,
Casanueva, A., Baño-Medina, J., Milovac, J., Herrera, S., Cofiño, A.S., San Martín, D., García-Díez, M.,
Hauser, M., Huard, D., Yelekci, Ö. (2021) Repository supporting the implementation of FAIR principles in
the IPCC-WG1 Atlas. Zenodo, DOI: 10.5281/zenodo.3691645. Available from: https://github.com/IPCC-
WG1/Atlas

Lubna Rafiq & Thomas Blaschke (2012) Disaster risk and vulnerability in Pakistan at a district level,
Geomatics, Natural Hazards and Risk, 3:4, 324-341, DOI: 10.1080/19475705.2011.626083 To link to this
article: https://doi.org/10.1080/19475705.2011.626083

Mishra, V., Bhatia, U. & Tiwari, A.D. Bias-corrected climate projections for South Asia from Coupled
Model Intercomparison Project-6. Sci Data 7, 338 (2020). https://doi.org/10.1038/s41597-020-00681-1

Wilby, R.L. (2020). Climate Change Adjustments for Detailed Engineering Design of Roads: Experience
from Viet Nam. ADB Publication | June 2020 http://dx.doi.org/10.22617/TIM200148-2

Wilby, R.L. and Watkiss, P. (2020) Principles of Climate Risk Management for Climate Proofing Projects.
ADB Publication | July 2020 http://dx.doi.org/10.22617/WPS200203-2
174 Appendix 2

ANNEX A: PROCESS FLOWCHART

Overall Process
Sub-projects

Climate risk and opportunity


screening

Design stage
Early stages of design
E.g. flood schemes
Late stages of design
e.g. some road schemes
Modelling strategic
options E.g. channel sizes,
storage options, raising
Considering range of levels, deciding level of
climate scenarios protection.

Introduce nature based


Select resilient solutions, safe access
Design Review and exit, warning
options & greatest
Stress testing for services
adaptation benefits
2022 flood and
extreme climate
change
Design Review
Design refinements Stress testing for
e.g. culverts, local 2022 flood and
levels, drainage within
road corridor
extreme climate
change Design refinements
Climate resilient e.g. local levels, choice
design of materials

Climate resilient
design

Final Climate Change Risk


Assessment
Appendix 2 175

Climate, hydrological and hydraulic modelling requirements

 Proposed modelling studies will provide sub-project specific climate change adaptation,
risk reduction assessment for climate resilient detailed design under EFAP for
Balochistan, KP, and Sindh.
 The process is outlined above. A sub-project-wise detailed climate change assessment
will be carried out using CMIP-6 data considering at least 3-5 climate models (e.g. covering
dry-hot, wet-hot, dry-cold, wet-cold, and average future projected changes) under SSP 2-
4.5 and SSP 5-8.5 scenarios.
 The future climate change data will feed into the base-hydrological models for climate
inclusive water balance assessment and flood modelling. Afterwards the future floods at
25year, 50year and 100year return period will be hydraulically modelled at every sub-
project location, using DEM/LiDAR Data.
 The hydraulic modelling will provide details about changes in flood depths at various
recurrence periods. The sub-project-wise climate change adaptation and risk reduction
measures will be based on changes in climate variables (precipitation and temperature),
changes in water balance, and changes in flood depth.
176 Appendix 2

ANNEX B: CLIMATE DATA

Table A1: Multimodel ensemble mean projected change in mean annual precipitation (%).
Tmax and Tmin. Uncertainty (one standard deviation) was estimated using bias corrected data
from 13 CMIP6-GCMs (Mishra et al., 2020)

Maximum temperature Minimum temperature


Country Annual precipitation % change
degrees degrees
Historic mean (mm | oC) 290.84 29.44 15.52
Near 19.94 ± 10.28 0.90 ± 0.26 1.27 ± 0.39
ssp126 Mid 18.55 ± 12.56 1.35 ± 0.42 1.67 ± 0.53
Far 17.16 ± 14.01 1.39 ± 0.46 1.65 ± 0.59
Near 13.00 ± 13.32 0.94 ± 0.25 1.28 ± 0.38
ssp245 Mid 17.53 ± 15.01 1.80 ± 0.45 2.32 ± 0.60
Far 27.74 ± 17.65 2.36 ± 0.58 2.97 ± 0.80
Near 17.68 ± 15.66 0.91 ± 0.34 1.30 ± 0.44
ssp370 Mid 24.43 ± 18.01 2.05 ± 0.54 2.72 ± 0.77
Far 45.86 ± 28.64 3.31 ± 0.74 4.38 ± 1.14
Near 20.44 ± 11.87 1.07 ± 0.33 1.50 ± 0.47
ssp585 Mid 31.98 ± 27.75 2.55 ± 0.55 3.35 ± 0.86
Far 53.58 ± 42.50 4.33 ± 0.98 5.52 ± 1.44
Appendix 3 177

OUTLINE TERMS OF REFERENCE FOR CONSULTING SERVICES

Project Management Consultants for Design and Construction Supervision -


Khyber Pakhtunkhwa

1. Irrigation Department, Khyber Pakhtunkhwa has two regions (North and South). The
outline TORs are framed for both the regions with their respective person-months proposed in
design as well as construction phase. The consulting services will be one package.

I. DESIGN PHASE

2. The Project Management Consultants (PMCs) will be hired for design of damaged
infrastructure in Khyber Pakhtunkhwa during floods of 2022. The PMCs will review the available
designs and will improve the design of damaged infrastructure considering climate change,
construction material, procurement, financial management, gender-environmental-social
safeguards compliance using ADB guidelines. The consultancy services are required for 8
months. A total of 420 person- months including 258 person-months of key experts and 162
person-months for non-key technical expert will be required in addition to other non-key and
support staff for the design of the damaged Infrastructures in both the region for the proposed
works therein. Separate staff requirement of the key staff for North and South regions is given in
Tables below:

Table 1. Composition of Design Consultants for North Region

Total
International or
S. No Designation person
National
months
1 Water Resource Planning and Design
National 12
Specialist/Team Leader
2 Geotechnical/Soil Investigation National
6
Engineer
3 Hydraulic Design Engineer (03) National 15
4 Irrigation Specialist National 6
5 Mechanical Engineer National 3
6 Geologist (01) National 3
7 Hydrologist (02) National 12
8 Social Safeguards Specialist National 3
9 Principal Structure Design Engineer National 5
10 Material Engineer National 4
11 Climate Change Specialist National 4
12 GIS Specialist National 9
13 Principal Procurement and Contract National
6
Specialist
14 Environment Specialist National 3
15 Chief Quantity Engineer (1) National 6
16 Seismologist National 3
17 Chief Surveyor National 6
178 Appendix 3

Total
International or
S. No Designation person
National
months
Total 106

Table 2: Composition of Design Consultants for South Region

Total
International or
S. No Designation person
National
months
1 Water Resource Planning and Design
National 12
Specialist/Team Leader
2 Geotechnical/Soil Investigation National
6
Engineer
3 Hydraulic Design Engineer (03) National 21
4 Irrigation Specialist National 7
5 Mecahnical Engineer National 4
6 Geologist (01) National 4
7 Hydrologist (02) National 16
8 Social Safeguards Specialist National 3
9 Principal Structure Design Engineer National
21
(03)
10 Principal Economist National 8
11 Material Engineer National 4
12 Climate Change Specialist National 8
13 GIS Specialist National 8
14 Principal Procurement and Contract National
7
Specialist
15 Environment Specialist National 4
16 Chief Quantity Engineer (1) National 8
17 Seismologist National 3
18 Chief Surveyor National 8
Total 152

3. The PMCs will report to the Project Management Office (PMO) under Emergency Flood
Response Project. TORs for key experts are given below:

1. Water Resources Planning and Design Specialist/Team Leader

Qualifications and Experience: B.Sc. in Civil Engineering with M.Sc. in Water Resource or M.Sc.
in Civil Engineering or relevant field. Minimum of fifteen (15) years of experience in planning and
designing of water resources/flood management structures. Five years of specific experience in
design of water resources projects as Team Leader. PhD in water resources and work experience
in Khyber Pakhtunkhwa will be value addition.

Responsibilities of the Team Leader will include, but is not limited to the following:
Appendix 3 179

(i) Assume full responsibility for the consulting design team and performance of
services under the consultancy contract.
(ii) Ensure that the consulting design team undertakes comprehensive review of the
detailed designs and specifications and assure quality of the proposed design.
(iii) Provide guidance to team in design, planning and specifications
(iv) Assure climate change and safeguards inclusivity in design and planning
(v) Responsible for prioritization of sub-projects using guidelines in the project
documents
(vi) Provide guidance in preparation of construction drawings, specifications and
construction schedules
(vii) Assure meeting the deadlines for various deliverables
(viii) Keep the Employer informed of technical issues and progress of all works
both by informal and formal meetings and correspondence and assist in any
project issue which the Employer/ADB may require.
(ix) Participate in the Dispute Board meetings to explain and discuss issues raised
by the Employer/beneficiaries or dispute board.
(x) Assist the Employer in preparing responses to audit objections and queries
of the financiers or other Government Authorities.
(xi) Coordinate with all concerned Employer’s organizations on project issues.
(xii) Any other agreed task between the consultancy firm and client

2. Geotechnical/Soil Investigation Engineer

Qualifications and Experience: B.Sc. in Civil Engineering or Geological Engineering with Master’s
degree in Geotechnical Engineering or Foundation Engineering or relevant field. 15 years of
professional experience in Geotechnical/Soil Investigations, and ten (10) years of specific
experience related to geotechnical investigations and design of hydraulic structures and
embankments. PhD in water resources and work experience in Khyber Pakhtunkhwa will be
value addition.

Responsibilities of the Geotechnical/Soil Investigation Engineer will include but are not limited to
the following:
(i) Supervise geotechnical investigations of sub projects.
(ii) Review and provide inputs in all relevant technical documents
(iii) Carry out (organize and oversee) comprehensive review of foundation
conditions at the relevant structure ensuring long-term integrity of the Project
components
(iv) Review and prepare geotechnical/soil investigation reports/sections for design
reports
(v) Identify any remedial foundation stabilization work to be included in the work
package for construction of the sub projects
(vi) Provide inputs in preparation of relevant construction drawings and specifications
(vii) Provide inputs to team in identification of construction material queries
(viii) Provide assistance to Team Leader/Client in any assigned task
(ix) Any other agreed task between the consultancy firm and client

3. Hydraulics Design Engineer

Qualifications and Experience: B.Sc. in Civil Engineering or relevant field and M.Sc. in Water
Resources or Hydraulics Engineering or relevant field. 15 years of overall professional experience
in water resources and 10 years specific experience in hydraulic design of water infrastructure.
180 Appendix 3

PhD in water resources or hydraulics and work experience in Khyber Pakhtunkhwa will be value
addition.

Responsibilities of the Hydraulic engineer will include, but are not limited to the following:

(i) Review all relevant available and proposed design reports and documents.
(ii) Supervise surveys and any other investigations required to provide necessary
input for design.
(iii) Carryout hydraulic design of the various components of the sub projects.
(iv) Carryout hydraulic modelling for climate inclusivity and improvements in
infrastructure design
(v) Provide inputs to structural design expert and irrigation specialist in their
respective designs
(vi) Provide inputs in preparation of relevant construction drawings and
specifications with hydraulics design lens.
(vii) Provide assistance to Team Leader/Client in any assigned task
(viii) Any other agreed task between the consultancy firm and client

4. Irrigation Specialist

Qualifications and Experience: B.Sc. in Civil Engineering or relevant field and M.Sc. in Water
Resources. 10 years of overall professional experience in water resources and 5 years
specific experience in Irrigation systems design. PhD in water resources and work experience
in Khyber Pakhtunkhwa will be value addition.

Responsibilities of the Irrigation Specialist will include, but are not limited to the following:

i) Review all relevant available and proposed design reports and documents.
ii) Supervise surveys and any other investigations required to provide necessary input for
design.
iii) Carryout design of irrigation systems and flood protection structures
iv) Provide inputs to structural design expert and hydraulic design specialist in their
respective designs
v) Provide inputs in preparation of relevant construction drawings and specifications of
irrigation systems.
vi) Provide assistance to Team Leader/Client in any assigned task
vii) Any other agreed task between the consultancy firm and client

5. Mechanical Design Engineer

Qualifications and Experience: B.Sc. in Mechanical Engineering. 10 years of overall professional


experience in mechanical engineering design and 5 years specific experience in
mechanical design of water resources infrastructure. MSc/PhD in Mechanical Engineering
and work experience in Khyber Pakhtunkhwa will be value addition.

Responsibilities of the Mechanical Design Engineer will include, but are not limited to the
following:

i) Review all relevant available and proposed design reports and documents.
Appendix 3 181

ii) Supervise surveys and any other investigations required to provide necessary input for
design.
iii) Carryout design of the mechanical component of the sub projects
iv) Provide inputs to structural design expert and other team members in their respective
designs
v) Provide inputs in preparation relevant construction drawings and specifications.
vi) Provide assistance to Team Leader/Client in any assigned task
vii) Any other agreed task between the consultancy firm and client

6. Geologist

Qualifications and Experience: B.Sc. in Geology or Geological Engineering with Master’s degree
in Geology or Geotechnical Engineering or relevant field. 15 years of professional experience in
Geology/Geotechnical/Soil Investigations, and ten (10) years of specific experience related to
geological/geotechnical investigations and design of hydraulic structures and embankments.
PhD in Geology or relevant field and work experience in Khyber Pakhtunkhwa will be value
addition.

Responsibilities of the Geologist will include but are not limited to the following:

i) Review of relevant project and design documents


ii) Supervise geological investigations and need-based regional geology mapping of the
irrigation systems and flood protection structures
iii) Supervise drilling activities
iv) Review and provide inputs in all relevant technical documents
v) Carry out (organize and oversee) comprehensive review of geological conditions at
the relevant structure ensuring long-term integrity of the Project components
vi) Review and prepare geology related reports/sections for design reports
vii) Prepare sub-surface geological maps for relevant infrastructure
viii) Provide inputs in preparation of relevant construction drawings and specifications
ix) Provide support to the team in identification of construction material queries
x) Provide assistance to Team Leader/Client in any assigned task
xi) Any other agreed task between the consultancy firm and client

7. Hydrologist

Qualifications and Experience: B.Sc. in Civil Engineering or relevant field and M.Sc. in Water
Resources or Hydrology or relevant field. 15 years of overall professional experience in water
resources and 10 years specific experience in hydrology for design of water infrastructure.
PhD in water resources or hydrology or relevant field and work experience in Khyber
Pakhtunkhwa will be value addition.

Responsibilities of the Hydrologist will include, but are not limited to the following:

i) Review all relevant available and proposed design reports and documents.
ii) Supervise surveys and any other investigations required to provide necessary input for
design.
iii) Carryout hydrological assessment and flood modeling for the sub projects
iv) Carryout hydro-climate modelling for climate inclusivity and improvement in infrastructure
design
182 Appendix 3

v) Provide inputs to team members in their respective designs


vi) Provide inputs in preparation of project documents.
vii) Provide assistance to Team Leader/Client in any assigned task
viii) Any other agreed task between the consultancy firm and client

8. Social Safeguards Specialist

Qualifications and Experience: Bachelors in Sociology or Anthropology or relevant field and


Masters in Sociology or relevant field. 15 years of overall professional experience in sociology
and 10 years specific experience in social safeguards assessments for design of water
infrastructure. Work experience in Khyber Pakhtunkhwa will be value addition.

Responsibilities of the Social Safeguards Specialist will include, but are not limited to the following:

i) Review all relevant available and proposed design reports and documents.
ii) Supervise and conduct surveys and any other investigations required to provide
necessary input for design to ensure that ADB Guidelines for Safeguards Policy
Statement (SPS, 2009) are duly identified and incorporated.
iii) Provide inputs in addressing social disputes, if any
iv) Provide inputs in land acquisition and resettlement, if any
v) Supervise junior social team members’ work
vi) Provide inputs to team members in their respective designs
vii) Provide inputs in preparation of project documents.
viii) Provide assistance to Team Leader/Client in any assigned task
ix) Any other agreed task between the consultancy firm and client

9. Principal Structure Design Engineer

Qualifications and Experience: B.Sc. in Civil Engineering and M.Sc. in Structural Engineering. 15
years of professional experience in design of structures and 10 years of specific experience in
structural design of water infrastructure (weirs, headworks, canals, Flood protection structures &
protection bunds etc.). PhD in Structures or relevant field and work experience in Khyber
Pakhtunkhwa will be value addition.

Responsibilities of the Principal Structural Design Engineer will include, but are not limited to the
following:

i) Review of relevant project documents


ii) Structural design of various components of the sub projects
iii) Organize and supervise any additional investigations deemed necessary for structural
aspects of relevant infrastructure.
iv) Analyze, evaluate and propose the best structural design options for sustainability of
storage, irrigation and flood protection works.
v) Provide inputs to team members in their respective designs
vi) Provide inputs in preparation of project documents.
vii) Provide inputs in preparation of relevant construction drawings and specifications
viii) Provide assistance to Team Leader/Client in any assigned task
ix) Any other agreed task between the consultancy firm and client
Appendix 3 183

10. Principal Economist

Qualifications and Experience: B.Sc. in Economics or relevant field with Master’s degree in
Economics or relevant field. 10 years of professional experience in the field of economics, and
five (05) years of specific experience as economist for design of water related infrastructure (such
as weirs, HWs, canals, flood protection structures, bunds and embankments etc.). Work
experience in Khyber Pakhtunkhwa will be value addition.

Responsibilities of the Principal Economist will include but are not limited to the following:

i) Review of available relevant project documents


ii) Carry out Financial and Economic analysis of sub-projects with and without climate
change adaptation and mitigation measures
iii) Carry out cost benefit analysis/assessment
iv) Prepare financial investment sensitivity and risk assessment
v) Provide assistance in estimating projects cost and proposing for implementation
vi) Provide inputs in all relevant technical documents
vii) Provide assistance to Team Leader/Client in any assigned task
viii) Any other agreed task between the consultancy firm and client

11. Material Engineer

Qualifications and Experience: B.Sc. in Civil Engineering or Material Sciences or Geology with
Master’s degree in Geology or Geotechnical Engineering or relevant field. 10 years of professional
experience in Materials and or Geology/Geotechnical/Soil Investigations, and five (05) years of
specific experience related to Material Engineering for design of water related infrastructure
(such as weirs, HWs, canals, flood protection structures, bunds and embankments etc.). Work
experience in Khyber Pakhtunkhwa will be value addition.

Responsibilities of the Material Engineer will include but are not limited to the following:

i) Review of relevant project and design documents


ii) Identify construction material queries
iii) Review and provide inputs in all relevant technical documents
iv) Provide inputs in preparation of relevant construction drawings and specifications
v) Provide assistance to Team Leader/Client in any assigned task
vi) Any other agreed task between the consultancy firm and client

12. Climate Change Specialist

Qualifications and Experience: B.Sc. in Environmental Sciences or Climate Change or Relevant


Field with Master’s degree in Environmental Sciences or Climate Change or relevant field. 10
years of professional experience in climate change, and five (05) years of specific experience
related to climate change assessment for water related infrastructure (such as weirs, HWs,
canals, flood protection structures, bunds and embankments etc.). Work experience in Khyber
Pakhtunkhwa will be value addition.

Responsibilities of the Climate Change Specialist will include but are not limited to the following:

i) Review of relevant project and design documents


184 Appendix 3

ii) Select best available climate change models and scenarios


iii) Carry out climate change assessment for the proposed sub-projects
iv) Propose climate change adaptation and mitigation measures for the proposed sub-
projects
v) Provide climate change data to hydrologist and hydraulic design experts to carryout
hydro-climate modelling
vi) Provide inputs in all relevant technical documents
vii) Provide assistance to Team Leader/Client in any assigned task
viii) Any other agreed task between the consultancy firm and client

13. Principal GIS and Remote Sensing Specialist

Qualifications and Experience: B.Sc. in GIS/RS or Relevant Field with Master’s degree in GIS/RS
or relevant field. 10 years of professional experience in GIS/RS, and five (05) years of specific
experience related to GIS/RS in water related infrastructure design (such as weirs, HWs, canals,
flood protection structures, bunds and embankments etc.) and mapping. Work experience in
Khyber Pakhtunkhwa will be value addition.

Responsibilities of the GIS and Remote Sensing Specialist will include but are not limited to the
following:

i) Mapping of all the proposed sub-projects


ii) Lead GIS team and supervise their work of Junior GIS experts
iii) Estimate basins areas of the proposed infrastructure
iv) Estimate time of concentration of various basins of the proposed subprojects
v) Provide assistance to agriculture specialist using remote sensing data
vi) Provide assistance to hydrologist using remotely sensed soil and land-use data
vii) Provide assistance to hydraulic expert in flood plan mapping
viii) Provide assistance to climate change specialist in data extraction
ix) Provide inputs in all relevant technical documents
x) Provide assistance to Team Leader/Client in any assigned task
xi) Any other agreed task between the consultancy firm and client

14. Principal Procurement and Contract Specialist

Qualifications and Experience: B.Sc. in Civil engineering or Relevant Field with Master’s degree
in Civil Engineering or relevant field. 15 years of professional experience in Procurement, and five
(05) years of specific experience related to Procurement and Contract management in water
related infrastructure design (such as weirs, HWs, canals, flood protection structures, bunds
and embankments etc.). Work experience in Khyber Pakhtunkhwa will be value addition.

Responsibilities of the Principal Procurement and Contract Specialist will include but are not
limited to the following:

i) Review of available relevant project documents


ii) Prepare bidding documents considering Government and ADB guidelines
iii) Provide inputs in preparation bidding drawings and specifications
iv) Preparation of RFPs for various packages and sub-projects
v) Provide assistance in Bid Evaluation Committee/s, subject to approval of the client
vi) Provide assistance in Bid Evaluation Reports (BERs)
Appendix 3 185

vii) Provide assistance in bidding and procurement of various sub-projects and their
packages
viii) Provide assistance in pre-bid meetings
ix) Provide inputs in all relevant technical documents
x) Provide assistance to Team Leader/Client in any assigned task
xi) Any other agreed task between the consultancy firm and client

15. Environment Specialist

Qualifications and Experience: B.Sc. in Environmental Sciences or Relevant Field with Master’s
degree in Environmental Sciences or Environmental Engineering or relevant field. 15 years of
professional experience in environmental assessments, and five (05) years of specific experience
related to environmental assessments for design of water related infrastructure (such as weirs,
HWs, canals, flood protection structures, bunds and embankments etc.). Work experience in
Khyber Pakhtunkhwa will be value addition.

Responsibilities of the Environmental Specialist will include but are not limited to the following:

i) Review of available relevant project documents


ii) Carryout environmental assessment of sub-projects considering Government and ADB
guidelines
iii) Prepare IEE/EIA reports considering Government and ADB guidelines
iv) Prepare cost-effective environmental management and monitoring plan for
reconstruction and rehabilitation of the proposed sub-projects, which is in line with IEE/
EIA recommendations
v) Provide assistance in acquiring NOC of IEE/EIA from competent forum
vi) Provide inputs in all relevant technical documents
vii) Provide assistance to Team Leader/Client in any assigned task
viii) Any other agreed task between the consultancy firm and client

16. Chief Quantity Engineer

Qualifications and Experience: B.Sc. in Civil Engineering with Master’s degree in Civil
Engineering or Project management or relevant field. 10 years of professional experience in civil
engineering water resources projects, and five (05) years of specific experience related to costing
and management of water related infrastructure (such as weirs, HWs, canals, flood protection
structures, bunds and embankments etc.). Work experience in Khyber Pakhtunkhwa will be
value addition.

Responsibilities of the Chief Quantity Engineer will include but are not limited to the following:

i) Review of available relevant project documents


ii) Lead and supervise team of quantity surveyors
iii) Supervise quantities and cost estimation of all sub-projects
iv) Supervise preparation of BoQs for bidding documents
v) Provide assistance in evaluating drawings and specifications consistency and alignment
with cost estimates
vi) Provide inputs in all relevant technical documents
vii) Provide assistance to Team Leader/Client in any assigned task
viii) Any other agreed task between the consultancy firm and client
186 Appendix 3

17. Seismologist

Qualifications and Experience: B.Sc. in Civil Engineering or relevant field with Master’s degree in
Seismology or relevant field. 10 years of professional experience in water resources projects, and
five (05) years of specific experience related to seismology for design of water related
infrastructure (such as weirs, HWs, canals, flood protection structures, bunds and
embankments etc.). Work experience in Khyber Pakhtunkhwa will be value addition.

Responsibilities of the Chief Quantity Engineer will include but are not limited to the following:

i) Review of available relevant project documents


ii) Identify and Prepare Faults map for the flood-affected districts/project locations
iii) Prepare seismic hazard maps using historic seismic data
iv) Prepare site-specific seismic maps using probabilistic approach
v) Provide assistance in geological and geotechnical investigations
vi) Provide inputs in all relevant technical documents
vii) Provide assistance to Team Leader/Client in any assigned task
viii) Any other agreed task between the consultancy firm and client

18. Chief Surveyor

Qualifications and Experience: Bachelors in Civil Engineering or relevant field with Master’s
degree in Civil Engineering or Survey or relevant field. 10 years of professional experience in civil
engineering survey projects, and five (05) years of specific experience as chief surveyor for design
of water related infrastructure (such as weirs, HWs, canals, flood protection structures, bunds
and embankments etc.). Work experience in Khyber Pakhtunkhwa will be value addition.

Responsibilities of the Chief Quantity Engineer will include but are not limited to the following:

i) Review of available relevant project documents


ii) Lead and supervise team of surveyors
iii) Supervise survey of sub-projects
iv) Validate survey lengths and measurements of various sub-projects
v) Provide assistance in preparation project costing, BoQs and drawings
vi) Provide assistance in evaluating drawings and specifications consistency and alignment
with field surveys
vii) Provide inputs in all relevant technical documents
viii) Provide assistance to Team Leader/Client in any assigned task
ix) Any other agreed task between the consultancy firm and client
Appendix 3 187

II. CONSTRUCTION SUPERVISION PHASE

The Project Management Consultants (PMCs) will be hired for supervision of reconstruction and
rehabilitation of flood-2022 affected infrastructure in Khyber Pakhtunkhwa. The PMCs will carry
out resident and top supervision of but not limited to about 80 works under Irrigation and drainage
and about 43 works under flood protection structures, ensuring quality, quantity per design,
specifications and guidelines, measure works and certify payments, and ensure implementation
of safeguards. Resident supervision will be required for important and large value works while top
supervision will be required for small and scattered works. The consultancy services are required
for 24 months for each region. A total of 877 person- months including 312 person-months of key
experts and 565 person-months for non-key technical experts in addition to other non-technical
and support staff will be required for both the regions. The composition of key staff of consultants
for each region is given in the following Tables:

Table xx: Consultant Team Composition Construction Supervision for North region:

International or Total person


S. No. Designation
National months
1 Team Leader National 24
2 Resident Engineer (2) National 48
Monitoring and Evaluation
3 National 24
Expert
4 Mecahnical Engineer National 3
5 Chief Material Engineer National 24
6 Social Safeguards Specialist National 3
7 Environment Specialist National 6
8 Geologist National 3
Total 135

Consultant Team Composition Construction Supervision for South region:

International or Total person


S. No. Designation
National months
1 Team Leader National 24
2 Resident Engineer (3) National 72
Monitoring and Evaluation
3 National 24
Expert
4 Mecahnical Engineer National 3
5 Chief Material Engineer National 24
6 Social Safeguards Specialist National 6
7 Environment Specialist National 12
8 Geologist National 12
Total 177
188 Appendix 3

1. Team Leader

Qualifications and Experience: B.Sc. in Civil Engineering with M.Sc. in Water Resource or M.Sc.
in Civil Engineering or Construction Management or relevant field. Minimum of fifteen (15) years of
experience in construction management of water resources/flood management structures. Ten
(10) years of specific experience as team leader for construction management of water resources
projects. PhD in water resources and work experience in Khyber Pakhtunkhwa will be value
addition.

Responsibilities of the Team Leader will include, but is not limited to the following:

i) Assume full responsibility for the consulting construction team and performance of
services under the consultancy contract.
ii) Ensure that the consulting key supervision team undertakes comprehensive review of the
detailed designs and specifications and assure quality of the proposed implementation.
iii) Assist the PMO in project implementation
iv) Provide guidance to team in implementation per design, planning and specifications
v) Ensure implementation of socio-environmental and climate change safeguards
vi) Ensure that the consulting supervision team undertakes comprehensive construction
supervision and contract administration of the inescapable civil works included in the
emergency flood reconstruction and rehabilitation works
vii) Ensure implementation of construction drawings, specifications and construction
schedules
viii) Assure meeting the deadlines for various deliverables and implementation
ix) Keep the Employer informed of technical issues and progress of all works both by
informal and formal meetings and correspondence and assist in any project issue which
the Employer/ADB may require.
x) Participate in the Dispute Board meetings to explain and discuss issues raised by the
Employer/beneficiaries or dispute board.
xi) Assist the Employer in preparing responses to audit objections and queries of the
financiers or other Government Authorities.
xii) Coordinate with all concerned Employer’s organizations on project related issues.
xiii) Ensure timely delivery of progress reports, payment certification and project completion
reports
xiv) Participate in progress review meetings
xv) Any other agreed task between the consultancy firm and client

2. Resident Engineer

Qualifications and Experience: B.Sc. in Civil Engineering with M.Sc. in Water Resource or M.Sc.
in Civil Engineering or Construction Management or relevant field. Minimum of fifteen (15) years of
experience in construction management of water resources/flood management structures. Ten
(10) years of specific experience as Lead/Resident Engineer for construction management of
water resources projects. PhD in water resources and work experience in Khyber Pakhtunkhwa
will be value addition.

Responsibilities of the Resident Engineer will include, but is not limited to the following:

i) Ensure that the supervision team at sub-projects undertakes implementation or works


per approved design and specifications.
Appendix 3 189

ii) Assist the Team Leader/PMO in project implementation


iii) Certify work and payments of the contractors of relevant sub-projects
iv) Carryout field supervision of the agreed full time and top supervision sub-projects
v) Ensure implementation of socio-environmental and climate change safeguards
vi) Provide guidance in acquiring construction schedule and its timely update
vii) Issue notices and warnings to the contractors for slow progress and bad quality of works
viii) Assist the Team Leader/Employer in preparing responses to audit objections and queries
of the financiers or other Government Authorities.
ix) Coordinate with Team Leader on project related issues.
x) Ensure timely delivery of progress reports, payment certification and projects completion
report to Team Leader for review and further transmission
xi) Participate in progress review meetings
xii) Any other agreed task between the consultancy firm and client

3. Monitoring and Evaluation Expert

Qualifications and Experience: B.Sc. in Civil Engineering with M.Sc. in Water Resource or M.Sc.
in Civil Engineering or Construction Management or relevant field. Minimum of fifteen (15) years of
experience in construction management/Monitoring and Evaluation of water resources projects.
Ten (10) years of specific experience as M&E specialist for construction of water resources
projects. Work experience in Khyber Pakhtunkhwa will be value addition.

Responsibilities of the Monitoring and Evaluation Expert will include, but is not limited to the
following:

i) Ensure that the supervision team at sub-projects undertakes implementation or works


per planned and approved schedule, design and specifications.
ii) Assist the Team Leader/PMO in project implementation
iii) Review of the contractors’ schedules and work progress
iv) Provide assistance and guidance to the supervisory and contractor’s staff in optimizing
the pace of work and resources
v) Provide guidance in updating implementation schedule/s in timely manner
vi) Provide inputs in progress reports and project completion reports
vii) Participate in progress review meetings
viii) Any other agreed task between the consultancy firm and client

4. Mechanical Engineer

Qualifications and Experience: B.Sc. in Mechanical Engineering. 10 years of overall professional


experience in mechanical engineering design and supervision, and 5 years specific experience as
mechanical engineer in implementation of water resources infrastructure. MSc in Mechanical
Engineering and work experience in Khyber Pakhtunkhwa will be value addition.

Responsibilities of the Mechanical Engineer will include, but are not limited to the following:
Review all relevant available and proposed design reports and documents.

i) Supervise surveys and any other investigations required to provide necessary input for
updating design.
ii) Assist the Team Leader in project implementation
iii) Supervise implementation of mechanical works in various sub-projects
iv) Ensure implementation per construction drawings and specifications.
190 Appendix 3

v) Provide assistance in design of mechanical works per site requirements


vi) Review shop and final as built drawings of mechanical works in various sub-projects
vii) Participate in progress review meetings
viii) Any other agreed task between the consultancy firm and client

5. Chief Material Engineer

Qualifications and Experience: B.Sc. in Civil Engineering or Material Sciences or Geology with
Master’s degree in Geology or Geotechnical Engineering or relevant field. 10 years of
professional experience in Materials and or Geology/Geotechnical/Soil Investigations, and five
(05) years of specific experience as Material Engineer in implementation of water related
infrastructure (such as weirs, HWs, canals, flood protection structures, bunds and
embankments etc.). Work experience in Khyber Pakhtunkhwa will be value addition.

Responsibilities of the Chief Material Engineer will include but are not limited to the following:

i) Review of relevant project and design documents, drawings and specifications


ii) Provide guidance to supervisory staff (particularly site inspectors and lab technicians)
iii) Propose change in construction material queries based on economics and quality of
required materials
iv) Ensure use of quality of construction material per drawings and specifications
v) Provide assistance to Team Leader/Client in any assigned task
vi) Participate in progress review meetings
vii) Any other agreed task between the consultancy firm and client

6. Social Safeguards Specialist

Qualifications and Experience: Bachelors in Sociology or Anthropology or relevant field and


Masters in Sociology or relevant field. 10 years of overall professional experience in sociology
and 5 years specific experience in social safeguards assessments for design of water
infrastructure. Work experience in Khyber Pakhtunkhwa will be value addition.

Responsibilities of the Social Safeguards Specialist will include, but are not limited to the following:

i) Review all relevant available and proposed design reports and documents for
construction supervision.
ii) Ensure implementation of safeguards per ADB Guidelines for Safeguards Policy
Statement (SPS, 2009).
iii) Provide inputs in addressing social disputes, if any
iv) Provide inputs in land acquisition and resettlement, if any
v) Supervise junior social team members’ work
vi) Provide inputs to team members in their respective updated designs per site
requirements, if any
vii) Provide inputs in progress reports
viii) Report social issues and their implications to RE, TL, and PMO
ix) Participate in progress review meetings
x) Any other agreed task between the consultancy firm and client
Appendix 3 191

7. Environment Specialist

Qualifications and Experience: B.Sc. in Environmental Sciences or Relevant Field with Master’s
degree in Environmental Sciences or Environmental Engineering or relevant field. 10 years of
professional experience in environmental assessments, and five (05) years of specific experience
as environmental specialist for implementation of water related infrastructure (such as weirs,
HWs, canals, flood protection structures, bunds and embankments etc.). Work experience in
Khyber Pakhtunkhwa will be value addition.

Responsibilities of the Environmental Specialist will include but are not limited to the following:

i) Review of available relevant project documents


ii) Ensure implementation of environmental management plan
iii) Carryout additional environmental assessment of sub-projects based on changes in
design per site requirements
iv) Prepare additional IEE/EIA reports considering Government and ADB guidelines, if
needed
v) Prepare additional cost-effective environmental management and monitoring plan for
reconstruction and rehabilitation of the proposed sub-projects, which is in line with IEE/
EIA recommendations, if needed
vi) Provide assistance in acquiring NOC of IEE/EIA from competent forum, if needed
vii) Provide inputs in progress reports
viii) Report environmental issues or EMP non-compliance and their implications to RE and
TL
ix) Participate in progress review meetings
x) Provide assistance to Team Leader/Client in any assigned task
xi) Any other agreed task between the consultancy firm and client

8. Geologist

Qualifications and Experience: B.Sc. in Geology or Geological Engineering with Master’s degree
in Geology or Geotechnical Engineering or relevant field. 10 years of professional experience in
Geology/Geotechnical/Soil Investigations, and five (5) years of specific experience related as
geologist in construction supervision of hydraulic structures and embankments. Work experience
in Khyber Pakhtunkhwa will be value addition.

Responsibilities of the Geologist will include but are not limited to the following:

i) Review of relevant project design documents, drawings and specifications


ii) Supervise drilling grouting activities
iii) Provide inputs in revision of design (if any) per site requirements
iv) Prepare sub-surface geological maps for relevant drilling and grouting activities
v) Ensure implementation of per construction drawings and specifications
vi) Certify quantities of drilling and grouting in payments invoices
vii) Suggest and propose additional geological investigations per site requirements
viii) Provide guidance to site inspectors and lab-technicians to achieve the designed strength
of foundation for various infrastructure
ix) Provide assistance to Team Leader/RE in any assigned task
x) Any other agreed task between the consultancy firm and client
192 Appendix 3

OUTLINE TERMS OF REFERENCE FOR CONSULTING SERVICES

Project Supervision and Monitoring Consultants – Balochistan Agriculture

The Project Supervision and Monitoring (PSM) Consultants will be recruited for providing
technical guidance to OFWM project staff in field verification, surveys, design, quality-cost-time
control, top supervision and monitoring of all activities of the proposed project. The PSM will
also support community mobilization, outreach, grievance redressal and consultation. The main
responsibilities of the consultants would include design review/ approval, top supervision for
quality assurance, certification of works, and overseeing/ monitoring the activities envisaged.
sAll the physical assets being procured during the project implementation will be handed over
to the Agriculture and Cooperative Department, Balochistan after the end of this project. The
consultants will be selected by the Director General Agriculture (OFWM) following the ADB
guidelines for procurement of consultants and their cots will be charged from the loan proceeds.
The consultants’ scope of work regarding restoration of flood damaged OFWM infrastructure
would include but not limited to the following tasks.

i. Train project staff in preparing designs and developing cost estimates of flood damaged
OFWM infrastructure.
ii. Reaching out to farmers, community, WUAs, social mobilization and grievance redressal.
iii. Periodic review and updating the item-wise rates of materials and labour.
iv. Check, review and approve surveys, plans, designs, and cost estimates of schemes by
visiting the sites offered by OFWM staff as well as recommend on-site design
modifications, if needed.
v. Spot check for quality of works during construction for a minimum of one third by their
number.
vi. Verification/ certification of ICR-I, ICR-II, FCR, etc. for release of project funds to service
providers/ vendors as Third Party Validation entity.
vii. Notify the Director General (OFWM)/ Project Director of compliance/non-compliance of
works with agreed criteria and standards.
viii. Submit monthly, quarterly, and annual progress reports.
ix. Perform any other relevant duty assigned by the project management.

The indicative duties/job descriptions, qualifications, and experience of the key experts
of PSM consultants are given below.

Job Descriptions of Experts

1. Team Leader

Qualifications: The Team Leader will possess a Master’s degree or its equivalent in Agricultural
Engineering/ Water Resources Engineering/ Irrigation Engineering after B.Sc. Agricultural
Engineering with 20 years’ experience. Knowledge and familiarity in implementing multi sectoral
projects will be preferable. Out of which, a minimum of 10 years working will be required in the
management of similar consultancy services with demonstrated ability to interact with government
departments, technical field staff, NGO representatives, and farmers. The understanding and
acquaintance of the Asian Development Bank financed projects would be a plus. In addition, the
Team Leader would be required to have familiarity with the principles and practices of
participatory community development, irrigated agriculture, farm level water management issues,
and knowledge of project management information systems besides, having fluency in spoken
and written English. Ability to communicate in Baluchi, Pushto, Brahui, and other local languages
Appendix 3 193

spoken in Balochistan will be given preference.

Responsibilities of the Team Leader / Project Manager will be but not limited to the following.
i. Overall responsible for management of the consultants.
ii. Work as the “the Engineer” as per Client’s agreement with the Water Users
Associations (WUAs)/ participating farmers/ service providers to supervise
construction/ installation/ equipment delivery with the best professional and consulting
standards to ensure that the scheme/ task is completed satisfactorily.
iii. Keep the Client informed of technical issues and the progress of all works both by
direct contacts and through discussions or correspondence.
iv. Attend all meetings at Project level, as required and keep a record of all such meetings.
v. Process requests referred by Field Engineer for release of funds (ICR-I, ICR-II & FCR)
for submission to DGA (OFWM) to transfer project share.
vi. Assist the Client in any project issue which the Employer may require.
vii. Ensure timely preparation of all reports including project completion report (PCR).
viii. Help the Client in preparing the response to audit objections, preparing response to
financiers or other authority’s quarries, observations, requirements etc.
ix. Coordinate with all related Client’s organizations for project issues.
x. Perform any other relevant duty assigned by the project management.

2. Deputy Team Leader/ Sociologist

Qualifications: The Deputy Team Leader will possess a Master’s degree or its equivalent in Social
Sciences with 15 years’ experience in implementation of participatory rural development projects.
A minimum of seven years’ of experience will be required in the management of social awareness
in OFWM and irrigation water management projects with demonstrated ability to work with
government organizations, technical field staff, NGO representatives, and farmers. Fluency in
English and proven satisfactory record of similar consultancies including high efficiency irrigation
would be a plus. Ability to communicate in Baluchi, Pushto, Brahui, and other local languages
spoken in Balochistan will be given preference.

Responsibilities of the Deputy Team Leader will be but not limited to the following:
i. Report to the Director General Agriculture (OFWM)/ Project Director in absence of
Team Leader.
ii. Assist the Team Leader in coordinating all project related social, environmental,
safeguards and gender action plan activities.
iii. Support the Team Leader in keeping the Client informed of social issues both by direct
contacts and through discussions or correspondence.
iv. Facilitate the Team Leader in preparation of monthly, quarterly and midterm reports
on community mobilization for surveys, selection, design, award, construction and
completion of project activities.
v. Succour the Team Leader in any project issue which the Client may require.
vi. Support the Team Leader in preparation of the project completion report (PCR) and
any other duty/assignment the Team Leader may entrust.
vii. Carry out field visits to provide necessary input to management about project
implementation.
viii. Supervise checking/verification beneficiary received awareness and support designed
in the project and address any grievance arriving thereof.
ix. Undertake any other relevant duties assigned by the project management.
194 Appendix 3

3. Geographic Information System (GIS) Specialist

Qualifications: The GIS Specialist will have Master’s degree in Geographic Information System/
Post-graduate degree in Agri. Engineering/ Water Resources Management or equivalent with
specialization in GIS/RS with five years’ experience in relevant field. Familiarity with developing
GIS applications on different platforms e.g., ESRI products/ ERDAS Imagine/ ERMapper /
MapInfo etc. or similar latest platforms for project activities will be a must. Experience in
development and management of GIS database of projects as well as database maintenance,
data verification, updating information, upgradation of the system for use of data for planning and
monitoring activities will be a plus. Ability to communicate in Baluchi, Pushto, Brahui, and other
local languages spoken in Balochistan will be given preference.

Responsibilities of the GIS Specialist will be but not limited to the following.
i) Develop GIS applications on different platforms e.g., ESRI products/ ERDAS Imagine/
ER-Mapper / MapInfo etc.) for project activities
ii) Develop shape files of all project interventions and supervise their image processing/
interpretation and analysis.
iii) Carryout data digitization and geo-tagging of all project interventions and manage their map
production and printing.
iv) Build capacity of OFWM staff in operation, application and management of GIS database,
use of GPS and latest GIS software i.e. ArcView, ArcGIS etc.
v) Demonstrate ways to use OFWM GIS database as a management tool in an optimal manner
for project planning & monitoring.
vi) Perform other duties as assigned.

5. Field Engineer

Qualifications: The Field Engineer should possess a Master’s degree in Agricultural Engineering/
Irrigation Engineering/ / Civil Engineering/ Water Resources Engineering after B.Sc. Agricultural
Engineer with seven years’ work experience including at least three years’ experience in on-farm
water management projects. Work experience in related computer tools, good communication
skills, fluency in English and proven satisfactory record of similar consultancies would be
preferred. Ability to communicate in Baluchi, Pushto, Brahui and other local languages spoken in
Balochistan will be given preference.

Responsibilities of the Field Engineer will be but not limited to the following.
i. Lead the engineering team engaged in supervising the restoration of flood-damaged
OFWM infrastructure works at provincial level.
ii. Supervise the scoping, surveying, and designing tasks for Watercourse Construction/
Lining, Installation of Dug Wells, Construction of Water Storage Tanks and
Development of Bandats/ Land leveling as well as provide technical assistance in
execution of these works as, where and when required.
iii. Monitor the designing and verification process of interventions carried out by the
OFWM field staff to ensure economic designs in accordance with the prescribed
standards, specifications, and parameters.
iv. Carry out continuous monitoring of the design plans and maintain liaison with
implementation staff/ other stakeholders.
v. Assist in reviewing and modifying the designs for cost effectiveness and technical
suitability.
Appendix 3 195

vi. Review and verify requests referred by Sub Engineer (ICR-I, ICR-II & FCR) for release
of funds and submit to Team Leader for further processing.
vii. Coordinate for ensuring adoption of relevant standards for OFWM interventions.
viii. Perform other duties as assigned.

6. Sub Engineer

Qualifications: The Sub Engineer should possess a three years’ Diploma in Agricultural
Engineering/ Civil Engineering and five years’ work experience including at least three years in
farm level water management projects. Work experience in related computer tools, good
communication skills, fluency in English and proven satisfactory record of similar consultancies
would be preferred. Ability to communicate in Baluchi, Pushto, Brahui and other local languages
spoken in Balochistan will be given preference.

Responsibilities of the Sub Engineer will be but not limited to the following:
i. Coordinate and supervise the surveys and construction/ installation activities for
OFWM interventions.
ii. Ensure quality as well as quantity of works during construction/ installation by spot
checking.
iii. Certify requests for release of funds to service providers/ vendors on completion of
specified milestones (ICR-I, ICR-II & FCR) as per approved procedure.
iv. Third party validation of completed schemes in terms of quantity and quality for
reporting to provincial government and donor.
v. Bring any deficiency into the notice of Field Engineer and the controlling officers of
district.
vi. Develop close liaison with project stakeholders including project management and
farmers.
vii. Carry out any other relevant duties assigned by the project management.

7. Social Mobilizer

Qualifications: The Social Mobilizer should possess a three years’ Diploma in Social Science and
five years’ work experience including at least three years in community mobilization for on farm
level water management projects. Work experience in related computer tools, good
communication skills, fluency in English and proven satisfactory record of similar consultancies
would be preferred. Ability to communicate in Baluchi, Pushto, Brahui and other local languages
spoken in Balochistan will be given preference.

Responsibilities of the Social Mobilizer will be but not limited to the following:
i. Coordinate with engineering teams for farmers, WUAs, community awareness and
reaching out to them for smooth selection, design, construction and completion of
project activities.
ii. Ensure grievance are addressed properly.
iii. Ensure gender action plan is implemented and social and environmental safeguards
are complied.
iv. Develop close liaison with project stakeholders including project management and
farmers.
v. Carry out any other relevant duties assigned by the project management
196 Appendix 3

OUTLINE TERMS OF REFERENCE FOR CONSULTING SERVICES

Project Management Consultants for Design and Construction Supervision – Balochistan

Design Phase

The Project Management Consultants (PMCs) will be hired for design of damaged infrastructure
in Balochistan during floods of 2022. The PMCs will review the available designs, and will improve
the design of damaged infrastructure considering climate change, construction material,
procurement, financial management, gender-environmental-social safeguards compliance using
ADB guidelines. The consultancy services are required for 8 months. A total of 130 person-
months of key experts and 52 person-months for nontechnical non-key experts will be required
for the design phase. In addition, non-technical and support staff will also be provided. The key,
non-key and support staff will carry out design of 23 storages, 20 Perennial and flood Irrigation
Systems (PIS/FIS), and 37 Flood Protection Schemes (FPS). In addition, the design will include
2 flood dispersal structures to protect land, infrastructure and provide water for irrigation. The
composition of key staff of consultants is as below:

Total
S. International
Designation man-
No or National
months
1 Water Resource Planning and Design Specialist/Team National
8
Leader
2 Geotechnical/Soil Investigation Engineer National 6
3 Hydraulic Design Engineer National 18
4 Irrigation Specialist National 6
5 Mechanical Design Engineer National 3
6 Geologist National 8
7 Hydrologist National 12
8 Social Safeguards Specialist National 3
9 Principal Structural Design Engineer National 18
10 Agriculture Specialist National 3
11 Material Engineer National 4
12 Climate Change Specialist National 6
13 Principal GIS and Remote Sensing Specialist National 6
14 Principal Procurement and Contract Specialist National 6
15 Environment Specialist National 3
16 Chief Quantity Engineer National 6
17 Principal Seismologist National 3
18 Principal Economist National 3
19 Chief Surveyor National 8
Total 130

The PMCs will report to the Project Management Office (PMO), who is responsible for the ongoing
Balochistan Water Resources Development Sector Project and proposed EAL project. Outline
TORs for key experts are given below:
Appendix 3 197

1. Water Resources Planning and Design Specialist/Team Leader

Qualifications and Experience: B.Sc. in Civil Engineering with M.Sc. in Water Resource or M.Sc.
in Civil Engineering or relevant field. Minimum of fifteen (15) years of experience in planning and
designing of water resources/flood management structures. Five years of specific experience
in design of water resources projects as Team Leader. PhD in water resources and work
experience in Balochistan will be value addition.
Responsibilities of the Team Leader will include, but is not limited to the following:
i) Assume full responsibility for the consulting design team and performance of services
under the consultancy contract.
ii) Ensure that the consulting design team undertakes comprehensive review of the
detailed designs and specifications and assure quality of the proposed design.
iii) Provide guidance to team in design, planning and specifications
iv) Assure climate change and safeguards inclusivity in design and planning
v) Responsible for prioritization of sub-projects using guidelines in the project documents
vi) Provide guidance in preparation of construction drawings, specifications and construction
schedules
vii) Assure meeting the deadlines for various deliverables
viii) Keep the Employer informed of technical issues and progress of all works both by
informal and formal meetings and correspondence and assist in any project issue which
the Employer/ADB may require.
ix) Participate in the Dispute Board meetings to explain and discuss issues raised by the
Employer/beneficiaries or dispute board.
x) Assist the Employer in preparing responses to audit objections and queries of the
financiers or other Government Authorities.
xi) Coordinate with all concerned Employer’s organizations on project issues.
xii) Any other agreed task between the consultancy firm and client

2. Geotechnical/Soil Investigation Engineer

Qualifications and Experience: B.Sc. in Civil Engineering or Geological Engineering with


Master’s degree in Geotechnical Engineering or Foundation Engineering or relevant field. 15
years of professional experience in Geotechnical/Soil Investigations, and ten (10) years of
specific experience related to geotechnical investigations and design of hydraulic structures
and embankments. PhD in water resources and work experience in Balochistan will be value
addition.

Responsibilities of the Geotechnical/Soil Investigation Engineer will include but are not limited
to the following:
i) Supervise geotechnical investigations of storages, PIS/FIS and flood dispersal
structures
ii) Review and provide inputs in all relevant technical documents
iii) Carry out (organize and oversee) comprehensive review of foundation conditions at
the relevant structure ensuring long-term integrity of the Project components
iv) Review and prepare geotechnical/soil investigation reports/sections for design reports
v) Identify any remedial foundation stabilization work to be included in the work package
for construction of storages, PIS/FIS, flood dispersal and protection works
vi) Provide inputs in preparation of relevant construction drawings and specifications
vii) Provide inputs to team in identification of construction material queries
viii) Provide assistance to Team Leader/Client in any assigned task
198 Appendix 3

ix) Any other agreed task between the consultancy firm and client

3. Hydraulics Design Engineer

Qualifications and Experience: B.Sc. in Civil Engineering or relevant field and M.Sc. in Water
Resources or Hydraulics Engineering or relevant field. 15 years of overall professional
experience in water resources and 10 years specific experience in hydraulic design of
water infrastructure. PhD in water resources or hydraulics and work experience in Balochistan
will be value addition.

Responsibilities of the Hydraulic engineer will include, but are not limited to the following:
i) Review all relevant available and proposed design reports and documents.
ii) Supervise surveys and any other investigations required to provide necessary input for
design.
iii) Carryout hydraulic design of storages, PIS/FIS, flood dispersal structures, and flood
protection works
iv) Carryout hydraulic modelling for climate inclusivity and improvements in infrastructure
design
v) Provide inputs to structural design expert and irrigation specialist in their respective
designs
vi) Provide inputs in preparation of relevant construction drawings and specifications with
hydraulics design lens.
vii) Provide assistance to Team Leader/Client in any assigned task
viii) Any other agreed task between the consultancy firm and client

4. Irrigation Specialist

Qualifications and Experience: B.Sc. in Civil Engineering or relevant field and M.Sc. in Water
Resources. 10 years of overall professional experience in water resources and 5 years
specific experience in Irrigation systems design. PhD in water resources and work
experience in Balochistan will be value addition.

Responsibilities of the Irrigation Specialist will include, but are not limited to the following:
i) Review all relevant available and proposed design reports and documents.
ii) Supervise surveys and any other investigations required to provide necessary input for
design.
iii) Carryout design of irrigation systems of storages, PIS/FIS, and flood dispersal structures
iv) Provide inputs to structural design expert and hydraulic design specialist in their
respective designs
v) Provide inputs in preparation of relevant construction drawings and specifications of
irrigation systems.
vi) Provide assistance to Team Leader/Client in any assigned task
vii) Any other agreed task between the consultancy firm and client

5. Mechanical Design Engineer

Qualifications and Experience: B.Sc. in Mechanical Engineering. 10 years of overall


professional experience in mechanical engineering design and 5 years specific
experience in mechanical design of water resources infrastructure. MSc/PhD in
Mechanical Engineering and work experience in Balochistan will be value addition.
Appendix 3 199

Responsibilities of the Mechanical Design Engineer will include, but are not limited to the
following:
i) Review all relevant available and proposed design reports and documents.
ii) Supervise surveys and any other investigations required to provide necessary input for
design.
iii) Carryout design of Gates/Intake structures of storages, PIS/FIS, and flood dispersal
structures
iv) Provide inputs to structural design expert and other team members in their respective
designs
v) Provide inputs in preparation relevant construction drawings and specifications.
vi) Provide assistance to Team Leader/Client in any assigned task
vii) Any other agreed task between the consultancy firm and client

6. Geologist

Qualifications and Experience: B.Sc. in Geology or Geological Engineering with Master’s


degree in Geology or Geotechnical Engineering or relevant field. 15 years of professional
experience in Geology/Geotechnical/Soil Investigations, and ten (10) years of specific
experience related to geological/geotechnical investigations and design of hydraulic structures
and embankments. PhD in Geology or relevant field and work experience in Balochistan will
be value addition.
Responsibilities of the Geologist will include but are not limited to the following:
i) Review of relevant project and design documents
ii) Supervise geological investigations and need-based regional geology mapping of
storages, PIS/FIS and flood dispersal structures
iii) Supervise drilling activities
iv) Review and provide inputs in all relevant technical documents
v) Carry out (organize and oversee) comprehensive review of geological conditions at
the relevant structure ensuring long-term integrity of the Project components
vi) Review and prepare geology related reports/sections for design reports
vii) Prepare sub-surface geological maps for relevant infrastructure
viii) Provide inputs in preparation of relevant construction drawings and specifications
ix) Provide support to the team in identification of construction material queries
x) Provide assistance to Team Leader/Client in any assigned task
xi) Any other agreed task between the consultancy firm and client

7. Hydrologist

Qualifications and Experience: B.Sc. in Civil Engineering or relevant field and M.Sc. in Water
Resources or Hydrology or relevant field. 15 years of overall professional experience in water
resources and 10 years specific experience in hydrology for design of water
infrastructure. PhD in water resources or hydrology or relevant field and work experience in
Balochistan will be value addition.

Responsibilities of the Hydrologist will include, but are not limited to the following:
i) Review all relevant available and proposed design reports and documents.
ii) Supervise surveys and any other investigations required to provide necessary
input for design.
iii) Carryout hydrological assessment and flood modelling for design of storages,
PIS/FIS, flood dispersal structures, and flood protection works
200 Appendix 3

iv) Carryout hydro-climate modelling for climate inclusivity and improvement in


infrastructure design
v) Provide inputs to team members in their respective designs
vi) Provide inputs in preparation of project documents.
vii) Provide assistance to Team Leader/Client in any assigned task
viii) Any other agreed task between the consultancy firm and client

8. Social Safeguards Specialist

Qualifications and Experience: Bachelors in Sociology or Anthropology or relevant field and


Masters in Sociology or relevant field. 15 years of overall professional experience in sociology
and 10 years specific experience in social safeguards assessments for design of water
infrastructure. Work experience in Balochistan will be value addition.

Responsibilities of the Social Safeguards Specialist will include, but are not limited to the
following:
i) Review all relevant available and proposed design reports and documents.
ii) Supervise and conduct surveys and any other investigations required to provide
necessary input for design to ensure that ADB Guidelines for Safeguards Policy
Statement (SPS, 2009) are duly identified and incorporated.
iii) Provide inputs in addressing social disputes, if any
iv) Provide inputs in land acquisition and resettlement, if any
v) Supervise junior social team members’ work
vi) Provide inputs to team members in their respective designs
vii) Provide inputs in preparation of project documents.
viii) Provide assistance to Team Leader/Client in any assigned task
ix) Any other agreed task between the consultancy firm and client

9. Principal Structural Design Engineer

Qualifications and Experience: B.Sc. in Civil Engineering and M.Sc. in Structural Engineering.
15 years of professional experience in design of structures and 10 years of specific
experience in structural design of water infrastructure (storages, weirs, headworks, protection
bunds etc). PhD in Structures or relevant field and work experience in Balochistan will be value
addition.

Responsibilities of the Principal Structural Design Engineer will include, but are not limited to the
following:
i) Review of relevant project documents
ii) Structural design of storages, PIS/FIS, flood dispersal structures, and flood
protection schemes
iii) Organize and supervise any additional investigations deemed necessary for
structural aspects of relevant infrastructure.
iv) Analyze, evaluate and propose the best structural design options for sustainability
of storage, irrigation and flood protection works.
v) Provide inputs to team members in their respective designs
vi) Provide inputs in preparation of project documents.
vii) Provide inputs in preparation of relevant construction drawings and specifications
viii) Provide assistance to Team Leader/Client in any assigned task
ix) Any other agreed task between the consultancy firm and client
Appendix 3 201

10. Agriculture Specialist

Qualifications and Experience: B.Sc. in Agriculture or Agriculture Engineering and M.Sc. in


Agriculture or Water Resources or Relevant field. 15 years of professional experience in
agriculture and 10 years of specific experience in agriculture for design of water infrastructure
(storages, weirs, headworks, protection bunds etc). Work experience in Balochistan will be
value addition.

Responsibilities of the Agriculture Specialist will include, but are not limited to the following:
i) Review of relevant project documents
ii) Prepare need-based soil profiles for the proposed command areas of storages, PIS/FIS,
flood dispersal structures, and flood protection schemes
iii) Propose crops for the proposed sub-projects, wherever needed
iv) Propose cropping patterns and crop calendars for the proposed sub-projects, wherever
needed
v) Propose climate resilient crops and cropping patterns for the proposed sub-projects
vi) Provide inputs to team members in their respective designs
vii) Provide inputs in preparation of project documents.
viii) Provide assistance to Team Leader/Client in any assigned task
ix) Any other agreed task between the consultancy firm and client

11. Material Engineer

Qualifications and Experience: B.Sc. in Civil Engineering or Material Sciences or Geology with
Master’s degree in Geology or Geotechnical Engineering or relevant field. 10 years of
professional experience in Materials and or Geology/Geotechnical/Soil Investigations, and five
(05) years of specific experience related to Material Engineering for design of water related
infrastructure (such as storages, weirs, diversion bunds and embankments). Work
experience in Balochistan will be value addition.

Responsibilities of the Material Engineer will include but are not limited to the following:
i) Review of relevant project and design documents
ii) Identify construction material queries
iii) Review and provide inputs in all relevant technical documents
iv) Provide inputs in preparation of relevant construction drawings and specifications
v) Provide assistance to Team Leader/Client in any assigned task
vi) Any other agreed task between the consultancy firm and client

12. Climate Change Specialist

Qualifications and Experience: B.Sc. in Environmental Sciences or Climate Change or Relevant


Field with Master’s degree in Environmental Sciences or Climate Change or relevant field. 10
years of professional experience in climate change, and five (05) years of specific experience
related to climate change assessment for water related infrastructure (such as storages, weirs,
diversion bunds and embankments). Work experience in Balochistan will be value addition.

Responsibilities of the Climate Change Specialist will include but are not limited to the following:
i) Review of relevant project and design documents
ii) Select best available climate change models and scenarios
iii) Carry out climate change assessment for the proposed sub-projects
iv) Propose climate change adaptation and mitigation measures for the proposed sub-projects
202 Appendix 3

v) Provide climate change data to hydrologist and hydraulic design experts to carryout hydro-
climate modelling
vi) Provide inputs in all relevant technical documents
vii) Provide assistance to Team Leader/Client in any assigned task
viii) Any other agreed task between the consultancy firm and client

13. Principal GIS and Remote Sensing Specialist

Qualifications and Experience: B.Sc. in GIS/RS or Relevant Field with Master’s degree in GIS/RS
or relevant field. 10 years of professional experience in GIS/RS, and five (05) years of specific
experience related to GIS/RS in water related infrastructure design (such as storages, weirs,
diversion bunds and embankments) and mapping. Work experience in Balochistan will be value
addition.

Responsibilities of the GIS and Remote Sensing Specialist will include but are not limited to the
following:
i) Mapping of all the proposed sub-projects
ii) Lead GIS team and supervise their work of Junior GIS experts
iii) Estimate basins areas of the proposed infrastructure
iv) Estimate time of concentration of various basins of the proposed subprojects
v) Estimate area volume relationships for the proposed storages
vi) Provide assistance to agriculture specialist using remote sensing data
vii) Provide assistance to hydrologist using remotely sensed soil and land-use data
viii) Provide assistance to hydraulic expert in flood plan mapping
ix) Provide assistance to climate change specialist in data extraction
x) Provide inputs in all relevant technical documents
xi) Provide assistance to Team Leader/Client in any assigned task
xii) Any other agreed task between the consultancy firm and client

14. Principal Procurement and Contract Specialist

Qualifications and Experience: B.Sc. in Civil engineering or Relevant Field with Master’s degree
in Civil Engineering or relevant field. 15 years of professional experience in Procurement, and five
(05) years of specific experience related to Procurement and Contract management in water
related infrastructure design (such as storages, weirs, diversion bunds and embankments).
Work experience in Balochistan will be value addition.

Responsibilities of the Principal Procurement and Contract Specialist will include but are not
limited to the following:
i) Review of available relevant project documents
ii) Prepare bidding documents considering Government and ADB guidelines
iii) Provide inputs in preparation bidding drawings and specifications
iv) Preparation of RFPs for various packages and sub-projects
v) Provide assistance in Bid Evaluation Committee/s, subject to approval of the client
vi) Provide assistance in Bid Evaluation Reports (BERs)
vii) Provide assistance in bidding and procurement of various sub-projects and their
packages
viii) Provide assistance in pre-bid meetings
ix) Provide inputs in all relevant technical documents
x) Provide assistance to Team Leader/Client in any assigned task
xi) Any other agreed task between the consultancy firm and client
Appendix 3 203

15. Environment Specialist

Qualifications and Experience: B.Sc. in Environmental Sciences or Relevant Field with Master’s
degree in Environmental Sciences or Environmental Engineering or relevant field. 15 years of
professional experience in environmental assessments, and five (05) years of specific
experience related to environmental assessments for design of water related
infrastructure(such as storages, weirs, diversion bunds and embankments). Work experience
in Balochistan will be value addition.

Responsibilities of the Environmental Specialist will include but are not limited to the following:
i) Review of available relevant project documents
ii) Carryout environmental assessment of sub-projects considering Government and ADB
guidelines
iii) Prepare IEE/EIA reports considering Government and ADB guidelines
iv) Prepare cost-effective environmental management and monitoring plan for reconstruction
and rehabilitation of the proposed sub-projects, which is in line with IEE/ EIA
recommendations
v) Provide assistance in acquiring NOC of IEE/EIA from competent forum
vi) Provide inputs in all relevant technical documents
vii) Provide assistance to Team Leader/Client in any assigned task
viii) Any other agreed task between the consultancy firm and client

16. Chief Quantity Engineer

Qualifications and Experience: B.Sc. in Civil Engineering with Master’s degree in Civil Engineering
or Project management or relevant field. 10 years of professional experience in civil engineering
water resources projects, and five (05) years of specific experience related to costing and
management of water related infrastructure (such as storages, weirs, diversion bunds and
embankments). Work experience in Balochistan will be value addition.

Responsibilities of the Chief Quantity Engineer will include but are not limited to the following:
i) Review of available relevant project documents
ii) Lead and supervise team of quantity surveyors
iii) Supervise quantities and cost estimation of all sub-projects
iv) Supervise preparation of BoQs for bidding documents
v) Provide assistance in evaluating drawings and specifications consistency and alignment
with cost estimates
vi) Provide inputs in all relevant technical documents
vii) Provide assistance to Team Leader/Client in any assigned task
viii) Any other agreed task between the consultancy firm and client

17. Principal Seismologist

Qualifications and Experience: B.Sc. in Civil Engineering or relevant field with Master’s degree in
Seismology or relevant field. 10 years of professional experience in water resources projects, and
five (05) years of specific experience related to seismology for design of water related
infrastructure (such as storages, weirs, diversion bunds and embankments). Work experience
in Balochistan will be value addition.

Responsibilities of the Chief Quantity Engineer will include but are not limited to the following:
204 Appendix 3

i) Review of available relevant project documents


ii) Identify and Prepare Faults map for the flood affected districts/project locations
iii) Prepare seismic hazard maps using historic seismic data
iv) Prepare site-specific seismic maps using probabilistic approach
v) Provide assistance in geological and geotechnical investigations
vi) Provide inputs in all relevant technical documents
vii) Provide assistance to Team Leader/Client in any assigned task
viii) Any other agreed task between the consultancy firm and client

18. Principal Economist

Qualifications and Experience: B.Sc. in Economics or relevant field with Master’s degree in
Economics or relevant field. 10 years of professional experience in the field of economics, and
five (05) years of specific experience as economist for design of water related infrastructure (such
as storages, weirs, diversion bunds and embankments). Work experience in Balochistan will be
value addition.

Responsibilities of the Principal Economist will include but are not limited to the following:
i) Review of available relevant project documents
ii) Carry out Financial and Economic analysis of sub-projects with and without climate
change adaptation and mitigation measures
iii) Carry out cost benefit analysis/assessment
iv) Prepare financial investment sensitivity and risk assessment
v) Provide assistance in estimating projects cost and proposing for implementation
vi) Provide inputs in all relevant technical documents
vii) Provide assistance to Team Leader/Client in any assigned task
viii) Any other agreed task between the consultancy firm and client

19. Chief Surveyor

Qualifications and Experience: Bachelors in Civil Engineering or relevant field with Master’s
degree in Civil Engineering or Survey or relevant field. 10 years of professional experience in civil
engineering survey projects, and five (05) years of specific experience as chief surveyor for design
of water related infrastructure (such as storages, weirs, diversion bunds and embankments).
Work experience in Balochistan will be value addition.

Responsibilities of the Chief Quantity Engineer will include but are not limited to the following:
i) Review of available relevant project documents
ii) Lead and supervise team of surveyors
iii) Supervise survey of sub-projects
iv) Validate survey lengths and measurements of various sub-projects
v) Provide assistance in preparation project costing, BoQs and drawings
vi) Provide assistance in evaluating drawings and specifications consistency and alignment
with field surveys
vii) Provide inputs in all relevant technical documents
viii) Provide assistance to Team Leader/Client in any assigned task
ix) Any other agreed task between the consultancy firm and client
Appendix 3 205

Construction Supervision Phase

The Project Management Consultants (PMCs) will be hired for supervision of reconstruction and
rehabilitation of flood-2022 affected infrastructure in Balochistan. The PMCs will carry out full time
supervision of 23 storages, 20 Perennial and Flood Irrigation Systems (PIS/FIS), and 2 flood
dispersal structures, while top supervision of 73 Flood Protection Schemes (FPS), ensuring
quality, quantity per design, specifications and guidelines, measure works and certify payments,
and ensure implementation of safeguards. The consultancy services will span over 24 months. A
total of 294 person-months of key experts and 306 person-months for non-technical key expert in
addition to non-technical and support staff will be required. Additional support staff will also be
provided. The composition of key staff of consultants is as below:

No. Designation No of International Total


Positions or National man-
months
1 Team Leader 1 National 24
2 Resident Engineers 11 National 198
3 Monitoring and Evaluation Expert 1 National 24
4 Mechanical Engineer 1 National 6
5 Chief Material Engineer 1 National 24
6 Social Safeguards Specialist 1 National 3
7 Environment Specialist 1 National 12
8 Geologist 1 National 3
Total 294

1. Team Leader

Qualifications and Experience: B.Sc. in Civil Engineering with M.Sc. in Water Resource or M.Sc.
in Civil Engineering or Construction Management or relevant field. Minimum of fifteen (15) years
of experience in construction management of water resources/flood management structures.
Ten (10) years of specific experience as team leader for construction management of water
resources projects. PhD in water resources and work experience in Balochistan will be value
addition.

Responsibilities of the Team Leader will include, but is not limited to the following:
i) Assume full responsibility for the consulting construction team and performance of
services under the consultancy contract.
ii) Ensure that the consulting key supervision team undertakes comprehensive review of
the detailed designs and specifications and assure quality of the proposed
implementation.
iii) Assist the PMO in project implementation
iv) Provide guidance to team in implementation per design, planning and specifications
v) Ensure implementation of socio-environmental and climate change safeguards
vi) Ensure that the consulting supervision team undertakes comprehensive construction
supervision and contract administration of the inescapable civil works included in the
emergency flood reconstruction and rehabilitation works
vii) Ensure implementation of construction drawings, specifications and construction
schedules
viii) Assure meeting the deadlines for various deliverables and implementation
206 Appendix 3

ix) Keep the Employer informed of technical issues and progress of all works both by
informal and formal meetings and correspondence and assist in any project issue which
the Employer/ADB may require.
x) Participate in the Dispute Board meetings to explain and discuss issues raised by the
Employer/beneficiaries or dispute board.
xi) Assist the Employer in preparing responses to audit objections and queries of the
financiers or other Government Authorities.
xii) Coordinate with all concerned Employer’s organizations on project related issues.
xiii) Ensure timely delivery of progress reports, payment certification and project completion
reports
xiv) Participate in progress review meetings
xv) Any other agreed task between the consultancy firm and client

2. Resident Engineer

Qualifications and Experience: B.Sc. in Civil Engineering with M.Sc. in Water Resource or M.Sc.
in Civil Engineering or Construction Management or relevant field. Minimum of fifteen (15) years
of experience in construction management of water resources/flood management structures.
Ten (10) years of specific experience as Lead/Resident Engineer for construction management
of water resources projects. PhD in water resources and work experience in Balochistan will be
value addition.

Responsibilities of the Resident Engineer will include, but is not limited to the following:
i) Ensure that the supervision team at sub-projects undertakes implementation or works
per approved design and specifications.
ii) Assist the Team Leader/PMO in project implementation
iii) Certify work and payments of the contractors of relevant sub-projects
iv) Carryout field supervision of the agreed full time and top supervision sub-projects
v) Ensure implementation of socio-environmental and climate change safeguards
vi) Provide guidance in acquiring construction schedule and its timely update
vii) Issue notices and warnings to the contractors for slow progress and bad quality of works
viii) Assist the Team Leader/Employer in preparing responses to audit objections and
queries of the financiers or other Government Authorities.
ix) Coordinate with Team Leader on project related issues.
x) Ensure timely delivery of progress reports, payment certification and projects completion
report to Team Leader for review and further transmission
xi) Participate in progress review meetings
xvi) Any other agreed task between the consultancy firm and client

3. Monitoring and Evaluation Expert

Qualifications and Experience: B.Sc. in Civil Engineering with M.Sc. in Water Resource or M.Sc.
in Civil Engineering or Construction Management or relevant field. Minimum of fifteen (15) years
of experience in construction management/Monitoring and Evaluation of water resources
projects. Ten (10) years of specific experience as M&E specialist for construction of water
resources projects. Work experience in Balochistan will be value addition.

Responsibilities of the Monitoring and Evaluation Expert will include, but is not limited
to the following:
i) Ensure that the supervision team at sub-projects undertakes implementation or works
per planned and approved schedule, design and specifications.
Appendix 3 207

ii) Assist the Team Leader/PMO in project implementation


iii) Review of the contractors’ schedules and work progress
iv) Provide assistance and guidance to the supervisory and contractor’s staff in optimizing
the pace of work and resources
v) Provide guidance in updating implementation schedule/s in timely manner
vi) Provide inputs in progress reports and project completion reports
vii) Participate in progress review meetings
viii) Any other agreed task between the consultancy firm and client

4. Mechanical Engineer

Qualifications and Experience: B.Sc. in Mechanical Engineering. 10 years of overall professional


experience in mechanical engineering design and supervision, and 5 years specific experience
as mechanical engineer in implementation of water resources infrastructure. MSc in Mechanical
Engineering and work experience in Balochistan will be value addition.
Responsibilities of the Mechanical Engineer will include, but are not limited to the following:
i) Review all relevant available and proposed design reports and documents.
ii) Supervise surveys and any other investigations required to provide necessary input for
updating design.
iii) Assist the Team Leader in project implementation
iv) Supervise implementation of mechanical works (such as Gates/Intake structures of
storages, PIS/FIS, and flood dispersal structures) in various sub-projects
v) Ensure implementation per construction drawings and specifications.
vi) Provide assistance in design of mechanical works per site requirements
vii) Review shop and final as built drawings of mechanical works in various sub-projects
viii) Participate in progress review meetings
ix) Any other agreed task between the consultancy firm and client

5. Chief Material Engineer

Qualifications and Experience: B.Sc. in Civil Engineering or Material Sciences or Geology with
Master’s degree in Geology or Geotechnical Engineering or relevant field. 10 years of
professional experience in Materials and or Geology/Geotechnical/Soil Investigations, and five
(05) years of specific experience as Material Engineer in implementation of water related
infrastructure (such as storages, weirs, diversion bunds and embankments). Work
experience in Balochistan will be value addition.

Responsibilities of the Chief Material Engineer will include but are not limited to the following:
i) Review of relevant project and design documents, drawings and specifications
ii) Provide guidance to supervisory staff (particularly site inspectors and lab technicians)
iii) Propose change in construction material queries based on economics and quality of
required materials
iv) Ensure use of quality of construction material per drawings and specifications
v) Provide assistance to Team Leader/Client in any assigned task
vi) Participate in progress review meetings
x) Any other agreed task between the consultancy firm and client

6. Social Safeguards Specialist

Qualifications and Experience: Bachelors in Sociology or Anthropology or relevant field and


Masters in Sociology or relevant field. 10 years of overall professional experience in sociology
208 Appendix 3

and 5 years specific experience in social safeguards assessments for design of water
infrastructure. Work experience in Balochistan will be value addition.
Responsibilities of the Social Safeguards Specialist will include, but are not limited to the
following:
i) Review all relevant available and proposed design reports and documents for
construction supervision.
ii) Ensure implementation of safeguards per ADB Guidelines for Safeguards Policy
Statement (SPS, 2009).
iii) Provide inputs in addressing social disputes, if any
iv) Provide inputs in land acquisition and resettlement, if any
v) Supervise junior social team members’ work
vi) Provide inputs to team members in their respective updated designs per site
requirements, if any
vii) Provide inputs in progress reports
viii) Report social issues and their implications to RE, TL, and PMO
ix) Participate in progress review meetings
x) Any other agreed task between the consultancy firm and client

7. Environment Specialist

Qualifications and Experience: B.Sc. in Environmental Sciences or Relevant Field with Master’s
degree in Environmental Sciences or Environmental Engineering or relevant field. 10 years of
professional experience in environmental assessments, and five (05) years of specific
experience as environmental specialist for implementation of water related infrastructure (such
as storages, weirs, diversion bunds and embankments). Work experience in Balochistan will
be value addition.

Responsibilities of the Environmental Specialist will include but are not limited to the following:
i) Review of available relevant project documents
ii) Ensure implementation of environmental management plan
iii) Carryout additional environmental assessment of sub-projects based on changes in
design per site requirements
iv) Prepare additional IEE/EIA reports considering Government and ADB guidelines, if
needed
v) Prepare additional cost-effective environmental management and monitoring plan for
reconstruction and rehabilitation of the proposed sub-projects, which is in line with IEE/
EIA recommendations, if needed
vi) Provide assistance in acquiring NOC of IEE/EIA from competent forum, if needed
vii) Provide inputs in progress reports
viii) Report environmental issues or EMP non-compliance and their implications to RE and
TL
ix) Participate in progress review meetings
x) Provide assistance to Team Leader/Client in any assigned task
xi) Any other agreed task between the consultancy firm and client

8. Geologist

Qualifications and Experience: B.Sc. in Geology or Geological Engineering with Master’s


degree in Geology or Geotechnical Engineering or relevant field. 10 years of professional
experience in Geology/Geotechnical/Soil Investigations, and five (5) years of specific
experience related as geologist in construction supervision of hydraulic structures and
Appendix 3 209

embankments. Work experience in Balochistan will be value addition

Responsibilities of the Geologist will include but are not limited to the following:
i) Review of relevant project design documents, drawings and specifications
ii) Supervise drilling grouting activities
iii) Provide inputs in revision of design (if any) per site requirements
iv) Prepare sub-surface geological maps for relevant drilling and grouting activities
v) Ensure implementation of per construction drawings and specifications
vi) Certify quantities of drilling and grouting in payments invoices
vii) Suggest and propose additional geological investigations per site requirements
viii) Provide guidance to site inspectors and lab-technicians to achieve the designed
strength of foundation for various infrastructure
ix) Provide assistance to Team Leader/RE in any assigned task
x) Any other agreed task between the consultancy firm and client
210 Appendix 3

Project Management Consultants (PMC)


(Sindh Road Component)

1. The W&SD proposed to engage project management consultant through Single Source
Selection (SSS). M/s Engineering Consultants International (Private) Limited (ECIL), Pakistan
was engaged under SPRIP for preparation of Road Asset Management System (RAMS) and for
feasibility study and detailed design of 17 SPRIP-II roads. The W&SD proposed to engage ECIL
using SSS for screening of roads against selection criteria, detail design and construction
supervision of road infrastructure, and roads condition survey to update RAMS considering their
relevant experience, and satisfactory performance. The cost of detail design, preparation of
bidding documents, all other pre-construction activities, and roads condition survey is proposed
to finance from SPRIP until 31 December 2023, whereas construction supervision and rest of the
scope is proposed to be financed from EAL. The ToRs of project management consultant are
provided blow, which would be reviewed again before commencement of recruitment process.

Terms of Reference – PMC Sindh Roads

1. Background

Sindh, Pakistan’s second-largest province, plays a pivotal role in the national economic and
development program. However, the recent heavy monsoon rains and floods during August-
September 2022 have wreaked havoc across the Sindh Province, which has aggravated the
fragile humanitarian situation of the affected people/families and severely damaged the existing
transportation infrastructure/network in the province. This natural calamity has affected several
provincial roads, collectors, and rural/local roads and infrastructure in the province of Sindh.
Consequently, the socioeconomic fabric has been disrupted, leaving a retrogressive effect on the
overall economic development.

In this regard, Asian Development Bank (ADB) has agreed to provide a concessional OCR Loan
of USD 200.0 Million to play its part in the reconstruction, rehabilitation, and restoration of the
road network of the province to improve mobility and regenerate economic activity. This will be
complemented by the Government of Sindh’s (GOS) share of around 10% of Loan value.

It is estimated that many existing roads are in poor condition, which requires rehabilitation or
reconstruction. Deteriorated roads are one of the leading causes of poverty, illiteracy, and
socioeconomic development in the region. Improving provincial roads will bring overall economic
development activity to the region. To help achieve this objective, the Government of Sindh (GoS)
proposes to borrow loan from the ADB for:

Part – A: Screening of selected subproject against selection criteria, detail design of subproject,
preparation of bidding documents, and other pre-construction activities.
.
Part – B: Updating RAMS (43,000 km road network) considering the post-flood effects/scenario.

Part – C: Construction Supervision of selected roads;

2. Part – A: Scope of Work

Post Flood 2022 Conditions Assessment and Damages Determined


 Field visits (reconnaissance and subsequent visits by Highway and Structure Engineers).
Appendix 3 211

 Reconnaissance site visit report, including a preliminary assessment of damages and cost
estimate for repair/restoration of flood damages.
 Detailed Conditions Assessment
 Pavement Condition and Damages Assessment.
 Conditions Assessment and Damages determination of Bridges if occurred.
 X-section Survey on new bridges, particularly where the flood water overtopped the
existing bridge(s) and breaches occurred (3 locations – 2 locations on Package 07 Lot
02) and 1 bridge on Package 6.
 Hydrology Study
 Design of new Bridges (as required)
 Design of new Culverts (as required)
 Flood Protection Measures
 Repair/Restoration of damaged works
 Drawings of new bridges and culverts (as required)
 Preparation of BOQs and Cost Estimates based on NHA CSR 2022
 Tender Documents, drawings/sketches

2.1 Staffing Requirements, Position & Person Months (Remuneration)

Estimated Person
SN Position
Months
1 Team Leader 2.0
2 Senior Highway Design Engineer 2.0
3 Senior Structural Design Engineer(s) - 2 Nos. 4.0
4 Hydrology & Drainage Engineer 2.0
5 Contract Engineer 2.0
6 Quantity Surveyor 2.0
7 Chief Surveyor 2.0
8 Material Engineer 2.0
9 CAD Operators and Assistant Engineer – 10 Nos. 20.0
TOTAL 38.0
Note: Team Leader for Part – A and Part – B will remain the same

2.2 Out-of-Pocket Expenses (Direct Cost)

SN Description of Items
1 Field Visits – Per diem
2 Pavement Condition Survey through ROADROID (already rehabilitated 9 roads)
3 Structure Condition Survey
X-section survey on new bridges (assumed 3 bridges - 2 on Package 07 Lot 02 and 1 on
4
Package 6)
5 Hydrology Survey (including Procurement of Climatic Data)
6 Production of Reports / Drawings/sketches
7 Vehicles and POL (Rental)
212 Appendix 3

2.3 Qualification Criteria of the Staff

ECIL will depute the same National Experts/Engineers who have worked and been approved
by PMU/ADB on Feasibility Study and Detailed Engineering Design Phase(s).

2.4 Time Period

The services specified in the TOR shall be completed within two (02) months.

2.5 Deliverables

 New BOQs and Cost Estimates for 9 roads (already rehabilitated).


 Updated BOQs and Cost Estimates based on the NHA CSR 2022 Schedule of rates after
necessary changes and modifications as per hydrology and post-flood study.
 Drawings of Additional new structures (Bridges & culverts), if any.
 Tender Documents.

3 Part – B: Scope of Work For Updating RAMS (43,000 km road network), Post-Flooding
Scenario.

The Government of Sindh has prepared Sindh Road Network Master Plan and developed the
Road Asset Management Systems (RAMS) database for about 43,000 km of the road
network, including arterial/provincial, collector, and local roads, under ADB funding (Loan No.
3305-Pak).

After unprecedented rains and floods, Sindh is the worst affected province, bearing about
70% of the total damages and losses, followed by Balochistan, Khyber Pakhtunkhwa, and
Punjab. Roads and infrastructure were also severely affected in Sindh due to heavy torrential
rainfall and devasted floods.

Considering the post-flood scenario, the updating of the RAMS database, comprising around
43,000 km of the road network, has been taken up as a part of the Sindh Flood Emergency
Reconstruction Project (SFERP). The scope of work is as under:

 Review/update the existing data available in the road asset management system (RAMS)
 Concerning the road network information, Road Classification, and Network Information,
collate and update road network information and other relevant data for the development
of the maintenance plan
 The road network information shall, as a minimum, include road name, road category,
takeoff points, road length, average road width, existing pavement type, and pavement
condition
 Coordination with concerned Department to have available data / information and its use
in RAMS
 Road condition survey of 43,000 km road network using ROADROID to update the
condition as per Post flood scenario
 Road Condition Assessment (Distress evaluation) of 43,000 km road network
 Development of Pavement Maintenance strategies
 Structure Condition survey
 identify suitable data for use in the highway development and management (HDM-4)
models
Appendix 3 213

 Review the current maintenance plan, funding allocation, and dataset available in existing
road asset management systems
 Develop an HDM-4 workspace for the study with necessary input data.
 With road condition data/ survey, propose roads and links that require periodic
maintenance and estimated budget for the next 10 years
 Present the results of the network evaluation by road for the expected expenditures and
other budget scenarios.

The location plan showing the road network is as follows.


214 Appendix 3

3.1 Staffing requirements, Position & Person Months

SN Position Person No. Estimated Person Months


1 Team Leader 1 10
2 Data Quality Assurance Specialist 1 12
3 GIS/Mapping Specialist-1 1 12
4 GIS/Mapping Specialist-2 1 12
5 Senior Structural Engineer 1 9
6 Senior Highway Engineer 1 9
7 HDM-4 Specialist 1 12
8 IT/ Database Specialist 1 12
9 Assistant Engineers and Technicians 24 216
10 Office Manager / Accountant 1 12
TOTAL 316
Note: Team Leader for Part – A and Part – B will remain the same

3.2 Out-of-Pocket Expense (Direct Cost)

SN Description of Items
1 Per Diam Allowance
2 Rental Furnished Office in Karachi
3 Drafting and Production of Reports
4 Miscellaneous administrative expenses and support cost
5 Vehicle Rental (including the driver, POL, and insurance)

3.3 Qualification Criteria of the Key Staff

ECIL will depute the same National Experts / Engineers who have worked and been approved
by PMU / ADB on Sindh Road Network Master Plan Project.

3.4 Time Period

The time period for the assignment is twelve (12) months.

3.5 Deliverables

 Updated RAMS Database


Appendix 3 215

4 Part – C: Scope of Work For Construction Supervision

The Works and Services Department (WSD) Sindh will be the Executing Agency and the
Project Management Unit (PMU) under WSD will be the Implementation Agency, which has
already been established with the Project Director “PD” (Employer’s Representative) as the
head. WSD /PMU requires the contract administration, construction supervision,
implementation & monitoring of environmental management plans, where required.

Project Management Consultants (PMC) will be responsible for providing services for the
construction supervision of all roads selected for rehabilitation.

The Consultant will perform the Engineer’s duties specified in the FIDIC conditions of the
contract. The nominated/designated Team Leader will act as the Engineer on behalf of the
consultant. The Resident Engineers nominated for the contract(s) will be full-time residents
in the areas or located in the proximity of project areas.

In addition to the primary role, the Consultants will assist the Employer in the efficient
administration and implementation of the sub-projects, support and strengthen it in its tasks,
monitor progress, financial management, social, design review/updating to the extent of flood
resilient, problems during construction (if arise) and environmental safeguards and gender
mainstreaming in the project.

The Consultant will report to the Project Director, PMU-W&SD (the concerned Chief Engineer
as head of procuring agency).

4.1 Procurement

Keeping in view the flood emergency, the Project Management Consultant (PMC) will be
engaged on Direct Contracting (Single – Source – Selection or SSS) basis. The EA has
already proposed to engage M/s Engineering Consultants International (Private) Limited
(ECIL), Pakistan, for the strengthening of design to flood resilient and construction
supervision services and will be engaged by the PMU following the ADB’s Disaster and
Emergency Assistance Policy, as well as Procurement Policy (2017, as amended from to
time) and ADB’s Procurement Regulations for ADB Borrowers (2017, as amended from the
time).

M/s ECIL will submit the financial cost proposal for Part-A, B, and C, which will be finalized
by the WSD / PMU nominated Selection Committee and ADB after having negotiations with
M/s ECIL before executing the contract. The provisions of ADB’s Anticorruption Policy will be
included in all invitation documents and contracts for consultants.

4.2 Objectives

The overall objectives of the consultancy are to:

 Ensure that high-quality construction is achieved within the timeframe and budget and that
all work is carried out in full compliance with the approved engineering designs and sound
engineering practices, technical specifications, agreed on work schedule, and within the
terms and conditions of the contract documents.
 Demonstrate the efficacy of contract administration and supervision to independent
external agencies;
216 Appendix 3

 Ensure safeguards management, i.e., updating and implementing the LARPs,


incorporating EMPs in the works contracts, preparation and implementing of site-specific
EMPs, which are fully consistent with the ADB‟s safeguards requirements. Monitor and
evaluate the implementation of the environmental management plan, resettlement plan,
and other social safeguard measures to be taken by the contractor and Employer
 Ensure effective work zone safety and implementation of the traffic management plan
during the construction.

4.3 Scope of Services

a. General Duties and Responsibilities

The General Duties and Responsibilities of the Consultant are given below:

 Assist the PMU, as required, in evaluating bids received and the award of civil works
contracts.

 Civil works will be carried out based on the FIDIC Red Book 2017 with ADB’s Conditions
of Particular Application (COPA). The consultant will administer the civil work’s contracts,
make engineering decisions, be responsible for quality assurance, provide general
guidance and furnish timely responses to the contractors in all matters relating to the civil
works, and ensure that all clauses of the contract agreement between the civil works
contractors and PMU are adhered to and respected; and

 The Consultant will advise PMU on all matters relating to the efficient and successful
execution of the civil works contracts, will act at all times to protect the interests of the
project, and will take all reasonable steps to keep the construction costs to a minimum,
consistent with sound economic and engineering practices; and will prepare a “Contract
Administration and Construction Supervision Manual” outlining routines and standard
operating procedures to be applied in contract administration and construction
supervision, based on sound internationally recognized practice.

 Contract Administration and Works Supervision. The Consultant, while supervising


construction works, will make all necessary arrangements for quality control and
implementation. The task of the Consultant will include but not be limited to:

b. Contract Administration and Financial Management.

The scope of construction supervision and contract administration services of the


Consultant shall include but will not be limited to the following tasks/functions /duties
/responsibilities.

i. PRE-EXECUTION

a. Quality Assurance

 Prepare Project Quality Plan (PQP)


 Update online RD-wise Check request management system, wherein upload check
request/test results with evidence of photographs and video clips, if non-conformance,
repeat check request.
Appendix 3 217

b. Management

 Prepare the Pre-construction meeting agenda and conduct the Pre-construction


meeting, record and distribute the minutes, and appoint various members of the
Engineer’s construction supervision team, such as the Engineer’s Assistants (Resident
Engineers, Assistant Engineers, Material Engineers, Inspectors, etc.) and notify the
Contractor and the Employer, and approve the Contractor’s Representative;
 Verify whether the Performance Security complies with the form provided in the
Contract, whether it is in the correct amount and currencies, and notify the Employer
accordingly; advise the Employer whether to accept the Performance Security and if
the Contractor does not submit the Performance Security on time, notify and advise the
Employer of the appropriate contractual remedies;
 Request the Contractor to increase the amount of the Performance Security if the
Contract Price increases and monitor the validity of the Performance Security until the
issuance of the Performance Certificate;
 Verify whether the Bank Guarantee for advance payment is in the form specified under
the Contract and in the amount and currencies stated in the Particular Conditions of the
Contract;
 Verify whether the Bank Guarantee for advance payment conforms to the Contract
requirements and that the guarantee is valid until the entire advance payment is
recovered from the Contractor’s certificates;

ii. DURING EXECUTION

c. Contract Administration

 Obtain the Parties‟ confirmation that all conditions in Sub-Clause 8.1 of the Conditions
of Contract are fulfilled;
 Issue instruction to the Contractor to commence the works and record the Parties
agreement according to Sub-Clause 8.1 of the Conditions of Contract;
 Verify whether the form and substance of the evidence of the Contractor’s insurance is
satisfactory, whether insurance premiums have been paid, and whether the required
insurances are effective on the dates required by the Contract;
 Request the Contractor to top up the performance security if consumed partially or fully
as per the condition of the contract or increased with the increment of the contract price
and monitor the validity of the Performance Security until the issue of the Performance
Certificate.
 Verify that the terms of the Contractor’s insurance policies fully comply with the
requirements of the Contract (including whether both the Employer and the Contractor
are adequately covered as insured Principals; the amounts insured and currencies of
payment; the validity of the insurance policies and special conditions; limits of insurance
per event and in aggregate; deductibles, excess, and conditions related to locations;
whether and which subcontractors are covered by the insurances, and whether
additional insurances will be required if the Contractor engages new subcontractors).
 Interpret the specific provisions of the Contract related to the Employer’s obligation to
give possession of the Site, and the Contractor’s Work Program, assess the contractual
consequences of any specific land acquisition issue and advise the Employer on the
appropriate mitigation measures;
 Monitor whether the Contractor maintains adequate insurance in the course of
performance of the Contract, particularly if the Contractor provides insurance for a fixed
period that is shorter than the period required under the Contract;
218 Appendix 3

 Advise the Employer on the appropriate action and contractual remedies in case the
Contractor does not perform its insurance obligations per the Contract;
 Establish and maintain an effective documents management system in the Engineer’s
office, which provides for separate filing of incoming and outgoing correspondence and
documents, as well as the filing by subject matter;
 Maintain an Events Log starting at the beginning of the Contract;
 Prepare standard Daily Diary forms and ensure that all supervision staff maintain daily
diaries of the Contractor and its activities;
 Undertake project performance monitoring and evaluation following the Project
Framework and ADB's Project Performance Management System (PPMS) Handbook,
including the baseline data survey and the following annual survey and reporting up to
project completion;
 Advise PMU on the need for effective liaison with local authorities, police, landowners,
utility owners, complainants, the public, and other organizations affected by the Works
to minimize or avoid unnecessary delays or disputes;
 Maintain consolidated project accounts and be responsible for settlement of Audit
Para’s and objections raised, prepare replies related to the project, and provide the
entire relevant documents/papers/letters, etc., to support the replies as soon as
possible after the completion of works. The cost to be incurred may be built into the
rates;
 For any laps in quality, quantity, or financial irregularity related to the performance of
the Services, the Consultant will indemnify the Client.

c. Construction Supervision

 Assess minimum construction equipment, plant, and machinery requirements, by type


and specification, and monitor, keep and regularly update a list of the Contractor’s
equipment, plant, and machinery to keep a check on the Contractors' mobilization.
Inspect and evaluate the Contractor’s establishments, including in particular the
laboratory facilities, to ensure compliance with the terms and conditions of the Contract
Agreement;
 Obtain the benchmarks and other information from the PIU as required for the
commencement of construction activities;
 Ensure that the Contractors have all necessary data for setting out and check the
Contractors setting out, including staking the right-of-way limits, centerline, and grade
and confirming permanent monuments in the construction area;
 Without relieving the Contractors of their obligations under the Contract, check and
approve the contractors' Working Drawings, Method Statements, and Temporary
Works proposals;
 Review the Contractor’s Work Program and notify the Contractor if the program does
not comply with the Contract;
 Monitor the progress against the Work Program and the cash flow estimate and request
revisions, if required;
 Report in the Consultant’s Monthly Report the work progress against the Contractor’s
Work Program and the cash flow estimate;
 Verify whether the progress charts in the Contractor’s Monthly Progress Report reflect
the actual progress and correspond to the latest revision of the Work Program and the
cash flow estimate, and instruct the Contractor to correct the report if required;
 If required, determine the Contractor’s entitlements to time extensions based on the
Contractor’s Work Program;
Appendix 3 219

 Determine the Employer’s entitlement to Delay Damages based on the Work Program
and advise the Employer of the relevant contractual remedies if the Contractors
progress is behind schedule;
 Verify the Contractor’s Monthly Progress Reports and notify the Contractor of any
incorrect or inconsistent information;
 Conduct regular weekly site meetings and monthly progress review meetings, record
and distribute the minutes;
 Perform quantity take-offs from drawings to verify the Bill of Quantities (BOQs);
 Issue regular notices to the Contractors of intended field measurements, measure the
Works, compute the quantities for payment, and determine the amounts due to the
Contractor within the period specified in the Contract;
 Carry out any subsequent design changes and expeditiously issue supplementary
drawings, site instructions, variation orders, and daywork orders to avoid delay to the
works and to ensure that the works are executed following the Contract;
 Establish and maintain throughout the works contracts a structured system of
measurement records, supporting documents, and calculations for the payment of all
BOQ items that is transparent for auditing purposes;
 Provide all necessary assistance to the Employer and external auditors for conducting
regular quarterly audits of the measurement records, supporting documents, and
calculations for the payment of all BOQ items and be responsible for any lapse if found
by the audit reports;
 verify the sources of indices or prices for the price adjustment, and determine a
provisional value of an index/reference price until it is published, but if the index is not
published in a specific period(s), apply the last available published value;
 Establish with the Contractor a standard format for the Contractor’s Statement and the
Interim Payment Certificates;
 Issue the interim certificates to PMU for payment to the Contractors following Clause
14 of the Conditions of Contract regarding any contractual provisions for advance
payment, price variation, exchange rate fluctuation, etc.
 Certify the completion of the Activities/Works or parts thereof and check and verify the
final payments to the Contractors;
 Prepare and maintain the Estimates of the Cost of Works to Completion continuously,
update the Estimates after each Variation instruction or a Variation Order issue and
after each IPC and present the latest Estimate in the Consultant’s Monthly Progress
Reports;
 Initiate and process variations promptly when it is necessary for the construction of the
works;
 Request the Contractor’s technical and cost proposal, as required, and consult both
parties in all matters in connection to variation work;
 Value variations, obtain the Employer’s approval of any variation, issue variations under
the Contract, keep a record of all variations issued under the Contract, and report the
summary of the variations in the Consultant’s Monthly Progress Reports;
 Discharge fully the Engineer’s obligations concerning approval of materials and
workmanship, approval and auditing of the Contractor’s Quality Assurance System and
the QA Personnel, and the compliance testing by the Engineer;
 Inspect quarries and borrow pits, and crushing plants, order tests of materials and
ensure adherence to specifications, and approve the sources of materials;
 Without relieving the Contractors of their obligations under the Contract, monitor the
Contractors' laboratory testing, evaluate the Portland cement concrete and bituminous
mixture designs prepared by the Contractors, and ensure improvements (if any) to
deliver the desired performance, and accord approval thereof;
220 Appendix 3

 Carry out independent testing in the field and/or in the laboratory of the
"Engineer/Project Manager", and approve or disapprove and certify the works that
conform with the specifications and maintain permanent records of results of all the
tests made;
 Give notice to Contractors of any defects and deficiencies, and issue instructions for
the removal and substitution of the improper works, where provided under the contract.
If required, order suspension of the work(s) and/or recommend to PIU other recourse
available under the Contract
 When the works are completed following the Contract, issue a Taking Over Certificate
to the contractor(s);
 The consultant will perform the test on completion, along with pavement distress & IRI,
using a laser Profilometer.
 Undertake an inspection of the works after the respective road sections, and certify the
contractor(s) final accounts;
 Obtain the Employer’s specific approval before taking any action for determination of
extension of time, additional costs, and the Contractor’s claims for additional time or
costs for all events for which the Employer’s express approval is required under the
Conditions of Contract
 Work Plan
 Assess objectively the Contractor’s claims and give professional and objective advice
to the Employer, consult both parties before determining an extension of time;
 Determine the Contractor’s claims based on the Contractor’s Work Program, the impact
of the delay(s) event on the Critical Path, and the particulars submitted by the
Contractor, and not act as the Contractor’s advisor in this matter;
 Assist the parties in establishing Dispute Board, provide all necessary information to
DB members, and attempt to facilitate an amicable settlement of the dispute between
the Employer and the Contractor;
 Ensure that the Contractor(s) provide a safe workplace for their workforce, supervisory
personnel, and members of the public requiring access through the sites in full
conformity with Health and Safety regulations, including the ones related to coronavirus
disease (COVID-19).
 Ensure that the contractor(s) comply fully with contractual obligations relating to the
care of the environment (both specified and legislated) and provide all reports and
obtain all permits and permissions required about spoil areas, borrow areas, quarries,
and the like;
 Keep and maintain daily records of labor, equipment, and weather conditions on the
site, along with records of activity, progress, and other events happening on the site
and having relevance to the works;
 Ensure the receipt of and maintain as permanent records of all warranties required
under terms and conditions of the Contract Agreement for materials, including their
source and equipment accepted and incorporated in the project;
 Carry out detailed inspections of the works during the Defects Notification Period and
prepare detailed inspection and recommendation reports for the Employer after each
inspection
 Inspect the completed works periodically during the Defect Notification Period within
the term covering the Consultant’s Agreement, prepare lists of deficiencies (if any),
carry out supervision of the remedial works, and issue the Defects Liability certificates
after the rectification of notified defects by the contractors;
 Jointly inspect with PMU the completed civil works and assist in formal taking over and
review and approve or prepare “as built” drawings and plans (as the case may be), and
provide a report(s) testifying to the satisfactory completion of the contracts.
Appendix 3 221

iii. Safeguards Compliance

 Ensure that all land and all rights-of-way required for the Project and all Project facilities
are made available to the Works contractor following the schedule agreed under the
related Works contract, and all land acquisition and resettlement activities are
implemented in compliance with (a) all applicable laws and regulations of the Borrower
relating to land acquisition and involuntary resettlement; (b) the Involuntary
Resettlement Safeguards; and (c) all measures and requirements outlined in the LARP,
and any corrective or preventative actions plan outlined in a Safeguards Monitoring
Report;
 Assist the PMU in notifying the contractors on LAR and non-LAR sections and ensuring
that works are conducted only in LAR-free areas and areas where LARP
implementation has been completed;
 Submit semi-annual reports during construction and annual reports thereafter with
separate environmental and social Safeguards Monitoring Reports to ADB, and
disclose relevant information from such reports to affected people promptly upon
submission;
 If any unanticipated environmental and/or social risks and impacts arise during the
construction, implementation, or operation of the Project that was not considered in the
EIA, the CEIA, the EMP, the SSEMP, or the LARP, promptly inform ADB of the
occurrence of such risks or impacts, with a detailed description of the event and
proposed corrective action plan;
 Report any actual or potential breach of compliance with the measures and
requirements outlined in the EMP, the SSEMP, or the LARP promptly after becoming
aware of the breach and provide PMU with written notice of any unanticipated
environmental, resettlement, or indigenous peoples risks or impacts that arise during
construction, implementation or operation of the Project that was not considered in the
EIA, the CEIA, the EMP, the SSEMP or the LARP;
 Carry out the following duties related to environmental management with particular
reference to the technical requirements of sound environmental standards on the basis
of the Environmental Assessment and Review Framework (EARF), the Initial
Environmental Examinations (IEEs), and the Environmental Management Plans during
construction: (a) review and endorse site specific Environmental Management Plans
(EMPs) for the projects sections, prepared by the Contractors; (b) ensure that all the
environmental mitigation measures required to be implemented are incorporated into
the contract documents; (c) ensure that the Contractors comply with the measures and
requirements relevant to the contractors set forth in each IEE and EMP, and any
corrective or preventative actions set out in the Environment Monitoring Reports; (d)
conduct environmental monitoring and ensure that the day to-day construction activities
are carried out in an environmentally sound and sustainable manner; (e) prepare and
submit semi-annual environmental monitoring reports on the implementation of the
„Environmental management Plan (EMP) to PMU within 14 days after a completion of
the monitoring period; (f) prepare additional environmental impact assessments, if
required, compliant with ADB SPS, 2009 and ensure that all required mitigation
measures are identified and acceptable; (g) in the event of unanticipated environmental
and/or social risks and impacts, that were not considered in the applicable IEE, or EMP,
promptly inform PMU and ADB of the occurrence of such risks or impacts, with detailed
description of the event and proposed corrective action plan; (h) report to ADB/PMU of
any actual or potential breach of compliance with the measures and requirements set
forth in the applicable EMP promptly after becoming aware of the breach;
222 Appendix 3

 With respect to the prevention of COVID-19/HIV/AIDs and Human Trafficking, monitor


that the contractors comply and carry out required actions as provided in the respective
contract documents, such as awareness and education of laborers and workers; and
 Ensure that the contractors do not involve child labor in the execution of the civil works
contracts following the provisions of the contract agreement;

iv. Capacity Building

 Develop training programs for EA staff and develop on-the-job training on innovative
construction methods, project management, and value engineering.

d. Post Execution (Defect Notification Period) – If required

 Carry out detailed inspections of the works after notice to the engineer for final
inspection and performance certificate.
 Prepare detailed recommendation Reports/Punch Lists and improvements since the
last inspection for the Employer after each inspection.
 Issue performance certificate and final process statement, and final payment certificate
thereafter.

e. Project closure – if required

 The consultant is responsible for preparing all reports to satisfy the requirements of the
ADB as well as the Government of Sindh.

4.4 LOCATION OF SERVICES

The locations for the Project Management Consultant Office(s) establishments will be as
follows:

 PMC Head Office in Hyderabad.


 Residency 1 for field Staff at Hyderabad
 Residency 2 for field Staff at Moro
 Residency 3 for field Staff at Sukkur

S. Length
Name of Road
No (km)
RESIDENCY AT MORO
1 Road from (Mehran Highway) Paca Chang stop to (N-5) Bhiria Stop 18.8
Old National Highway (Jiskani ) to Naro Road via Bozdar Wada and Thari
2 79.5
Mirwah New Link: Thari – Pirwasan Road
3 Road from (N-5) Qazi Ahmed to Daur (Mehran Highway) 27.4
Road from (Mehran Highway) at Sui Gas Chowk to (N- 5) Hingorja Stop
4 16.2
via Setharja
I ICB-SPRIP-07 (Lot 02): Sehwan Railway Crossing (N-55) to Dadu via Talti 32
TOTAL – MORO 173.9
RESIDENCY AT HYDERABAD
5 Road from Talhar to Digri via Tando Bago 70.1
II ICB-SPRIP-03: Khyber to Sanghar 64
Appendix 3 223

S. Length
Name of Road
No (km)
III ICB-SPRIP-04: Sanghar to Mirpurkhas 63
IV ICB-SPRIP-05: Tando Muhammad Khan to Badin 67
V ICB-SPRIP-06: Digri to Naukot 54
VI ICB-SPRIP-07 (Lot 01): Tando Allahyar to Chambar 19
TOTAL – HYDERABAD 337.1
RESIDENCY AT SUKKUR
6 Road from (N-5) to Khairpur - Larkano road via Ahmedpur and Ripri 39.6
Road from (N-5) Mirpur Mathelo to Khanpur via Jarwar with link to Hayat
7 38.3
Pitafi up to Jarwar
Road from Shikarpur to Sukkur-Larkano Road (Gaheja) with link to Dakhan
8 32.4
(N-55)
9 Road from Ratodero to Qambar via Miro Khan 37.8
VII ICB-SPRIP-01: Thull to Kandhkot 44
VIII ICB-SPRIP-02: Sheranpur to Ratodero 36
IX ICB-SPRIP-07 (Lot 03): Jehan Khan to Faizu Laro via Chak Rustam 29
TOTAL – SUKKUR 257.1
224 Appendix 3

4.5 MONITORING AND PROGRESS REPORTS

Reports Content Submission date


Monthly Reports Monthly Report to summarize the following progress At the end of each
of the project. month till 10th of
 The work accomplished. each month.
 Any problems encountered during the month.
 Environmental and resettlement status.
 A work plan for the next month.
 Minutes of site meetings.
 The report will present progress information in
graphical form, relative to the contractors’
approved contract schedules.

(i) Monthly Contract Administration Reports: The


Consultant will, no later than the 10th of each
month, prepare a narrative progress report
summarizing:

a. Construction progress during the month and


cumulative to date for each individual contract
drawing specific attention to any major causes
of delay (administrative, technical, or financial)
with details of remedial action taken or
recommended to the Employer.
b. A comparison of actual and forecast
expenditure both during the month and
cumulative to date for each individual contract,
and a record of the status of payment of the
Contractors' monthly invoices, of all claims for
cost or time extensions, and of actions
required of PMU-W&SD to permit
unconstrained works implementation. The
Consultant will also advise on the final
estimated cost for each individual contract and
draw attention to any major changes in the
project budget including details of remedial
action taken or recommended to the Employer.
c. Brief on all correspondence exchanged with
the contractors particularly relating to
contractual clauses, with financial and time
implications.
d. Summary of check request register showing
RD wise and each layer wise quality test
results and test performer Engineer/Manager.
e. For quality calculation reflecting levels on x-
sections and Avg. thickness of each layer.
f. Technical appreciation of any design or quality
control problems for each individual contract
Appendix 3 225

Reports Content Submission date


including details of remedial action taken or
recommended to the Employer.
g. Status of compliance with the Environmental &
Resettlement gender, health & safety
implementation plant.

Summary:
 Summary in graphical form to the extent possible
of project progress (physical, financial,
safeguards), work accomplished, and any
problems encountered during the month.
 Proposition of work plan for next month with
recommendations to achieve the objectives.
 Format is to be agreed with ADB and the PMU-
W&SD.
Quarterly  Summary of project progress (physical, financial, At the end of each
Reports safeguards), work accomplished, and any quarter till 10th of
problems encountered during the quarter. each quarter
 Summary of financial management action plan.
 Proposition of work plan for next quarter with
recommendations to achieve the objectives.
 Format is to be agreed with ADB and the PMU-
W&SD
Annual The Consultant will prepare a comprehensive report Within 21 days after
Management summarizing all activities under the services at the the end of the
Information end of each Financial Year, and also at other times contract year to
Report at the end when considered warranted by either the Consultant which the report
of each Financial or PMU-W&SD because of delay of the construction refers
Year works or because of the occurrence of technical or
contractual difficulties. Such reports shall summarize
not only activities of the Project Engineer / Manager
but also the progress of the Contracts including all
contract variations and change orders, the status of
the Contractor claims, and brief descriptions of the
technical and contractual problems being
encountered and other relevant information for each
of the ongoing contracts. This will present the overall
status of all aspects of the project to include progress
achieved by project outputs measured against the
targets of the design and monitoring framework,
updated procurement plan, compliance with loan
covenants, etc.

Summary:
 Summary of project progress (physical, financial,
safeguards); work accomplished, and any
problems encountered during the year.
226 Appendix 3

Reports Content Submission date


 progress achieved by project output measured
against the targets of the design and monitoring
framework.
 Key implementation issues and solutions.
 Updated procurement plan.
 Updated implementation plan for the next 12
months
 Format is to be agreed with ADB and with the PMU-
W&SD
Mid-Term Review  Comprehensive review of project progress, At least 21 days
Report achievements, and problems at mid-term review prior to the ADB
stage. mid-term review
 Description of any revisions made or estimated to Mission
be made to the project design.
 Format is to be agreed with ADB and with the PMU-
W&SD
Draft Completion The report will be based on the standard ADB format Not later than 3
Report / Interim for project completion reports and will provide months prior to
Contract additional information relevant to the overall project completion of the
Completion implementation. The Consultant will prepare civil works contract.
Reports completion report for each contract after issuance of
Taking-over-Certificate / Certification of Completion.
This report shall summarize the implementation and
financial history of the project. The defects list
provided to the contractor and all outstanding claims
pending resolution.
Final Project The Consultant will prepare a comprehensive final Within 84 days after
Completion Completion Report within 84 days after Issuance of receiving the
Report the Taking-over-Certificate of the last civil works Taking-Over
(Statement at contract. The Consultant will prepare a Certificate for the
completion) comprehensive final Completion Report for the project Works
including each of the contracts and shall summarize
the method of construction, as built drawings/record
showing the location and details of all works carried
out, all defects and certification of the satisfactory
correction of such defects for each of the construction
contracts, the construction supervision performed,
and recommendations for future projects of similar
nature to be undertaken by PMU-W&SD. A
safeguards implementation completion (final) report
will also be included as appendix to the final project
completion report. This report will update the draft
report with contract completion information and will
reflect comments provided on the draft completion
report.

4.6 Duration of the Project


The consultancy services would be required for twenty-four (24) months for the assignment.
4.7 Staffing requirements, Position & Person Months
Appendix 3 227

The breakup of consultancy input of staff is given below:

Positions POSITION Man - Month


PROJECT MANAGEMENT CONSULTANT (PMC) HEAD OFFICE STAFF AT HYDERABAD
Team Leader / The Engineer 1 34
Deputy Team Leader 1 34
Contract Engineer 1 32
F & A Specialist 1 34
Resettlement Specialist (Intermittent Period) 1 12
Environmental Specialist (Intermittent Period) 1 12
Road Safety Specialist (Intermittent Period) 1 12
Planning Engineer / Primavera Expert 1 34
Senior Highway Engineer (Intermittent Period) 1 8
Senior Structural Design Engineer (Intermittent Period) 1 8
Material Engineer 1 34
Chief Quantity Surveyor 1 34
Office Support Staff
CAD Operator 1 34
Secretary / Computer Operator 1 34
Photo copier 1 34
Office boy & Guards 3 102
FIELD STAFF (ALL 3 RESIDENCIES)
Resident Engineer 3 99
Assistant Resident Engineer - Highway 3 90
Assistant Resident Engineer - Structure 3 90
Material Engineer 3 99
Quantity Surveyor 3 99
Site Inspectors 30 900
Lab technicians 30 900
Surveyors 18 540
Office Support Staff
CAD Operator 3 99
Computer Operator 3 99
Office boy & Guards 6 198
TOTAL FIELD STAFF 3,705
228 Appendix 3

JFPR GRANT (ADDITIONAL FINANCING):


FAO’S ROLE IN PROJECT IMPLEMENTATION

The Food and Agriculture Organization of the United Nations (FAO) will implement the project in
target districts as an implementing partner. Under the overall supervision of the FAO country
representative, the international technical experts along with the provincial and field teams at
districts level will implement the project activities in collaboration with the Balochistan Agriculture
& Cooperatives Department (BACD). The international technical experts’ team will include the
procurement specialist; agriculture specialist; and project coordinator and monitoring, evaluation,
accountability and learning (MEAL) specialists. The international expert team will provide overall
technical guidance to the provincial team of specialists for project implementation. The provincial
team of specialists will include the project coordinator, agriculture specialist with expertise in rice
crop, seed specialist, logistics specialist, gender specialist, social safeguard specialist, and
MEAL specialist. The FAO provincial team will work in close collaboration with the Directorate of
Agriculture Extension of BACD at headquarter level (Quetta) and at district level (Jaffarabad,
Nasirabad, Sohbatpur, and Usta-Mohammad) with divisional director (Nasirabad) and deputy
directors (Jaffarabad, Nasirabad, Sohbatpur, and Usta Muhammad).

The FAO field team will include district leads, farmer field facilitators, enumerators, and
monitoring and evaluation assistants. The field team will work with the deputy directors,
agriculture officers, and field assistants of agriculture extension for the registration and selection
of beneficiaries and goods distribution.

The MEAL team will work in parallel with the program team for the pre-distribution monitoring of
beneficiary selection, process monitoring, and post-distribution monitoring. The flow chart for the
project implementation arrangement is as follows.
Appendix 4 229

ADB PROHIBITED INVESTMENT ACTIVITIES LIST

The following do not qualify for Asian Development Bank financing:

(i) production or activities involving harmful or exploitative forms of forced labor 1 or 37F39F39F39F

child labor; 2 38F40F40F40F

(ii) production of or trade in any product or activity deemed illegal under host country
laws or regulations or international conventions and agreements or subject to
international phaseouts or bans, such as (a) pharmaceuticals, 3 pesticides, and 39F41F41F41F

herbicides, 4 (b) ozone-depleting substances, 5 (c) polychlorinated biphenyls 6 and


40F42F42F42F 41F43F43F43F 42F4F4F4F

other hazardous chemicals, 7 (d) wildlife or wildlife products regulated under the
43F45F45F45F

Convention on International Trade in Endangered Species of Wild Fauna and


Flora, 8 and (e) transboundary trade in waste or waste products; 9
4F46F46F46F 45F47F47F47F

(iii) production of or trade in weapons and munitions, including paramilitary materials;


(iv) production of or trade in alcoholic beverages, excluding beer and wine; 10 46F48F48F48F

(v) production of or trade in tobacco;10


(vi) gambling, casinos, and equivalent enterprises;10
(vii) production of or trade in radioactive materials,11 including nuclear reactors and
4

components thereof;
(viii) production of, trade in, or use of unbonded asbestos fibers;4812
(ix) commercial logging operations or the purchase of logging equipment for use in
primary tropical moist forests or old-growth forests; and
(x) marine and coastal fishing practices, such as large-scale pelagic drift net fishing
and fine mesh net fishing, harmful to vulnerable and protected species in large
numbers and damaging to marine biodiversity and habitats.

1 Forced labor means all work or services not voluntarily performed, that is, extracted from individuals under threat
of force or penalty.
2 Child labor means the employment of children whose age is below the host country’s statutory minimum age of
employment or employment of children in contravention of International Labor Organization Convention No. 138
“Minimum Age Convention” (www.ilo.org).
3 A list of pharmaceutical products subject to phaseouts or bans is available at http://www.who.int.
4 A list of pesticides and herbicides subject to phaseouts or bans is available at http://www.pic.int.
5 A list of the chemical compounds that react with and deplete stratospheric ozone resulting in the widely publicized
ozone holes is listed in the Montreal Protocol, together with target reduction and phaseout dates. Information is
available at http://www.unep.org/ozone/montreal.shtml.
6 A group of highly toxic chemicals, polychlorinated biphenyls are likely to be found in oil-filled electrical transformers,
capacitors, and switchgear dating from 1950 to 1985.
7 A list of hazardous chemicals is available at http://www.pic.int.
8 A list is available at http://www.cites.org.
9 As defined by the Basel Convention; see http://www.basel.int.
10 This does not apply to project sponsors who are not substantially involved in these activities. Not substantially
involved means that the activity concerned is ancillary to a project sponsor's primary operations.
11 This does not apply to the purchase of medical equipment, quality control (measurement) equipment, and any
equipment for which ADB considers the radioactive source to be trivial and adequately shielded.
12 This does not apply to the purchase and use of bonded asbestos cement sheeting where the asbestos content is
less than 20%.
230 Appendix 5

JAPAN FUND FOR PROSPEROUS AND RESILIENT ASIA AND THE PACIFIC
GUIDANCE NOTE ON JAPANESE VISIBILITY

I. Introduction

1. In May 2000, the Asian Development Bank (ADB) established the Japan Fund for Poverty
Reduction (original JFPR), a single-partner trust fund to support innovative poverty reduction and
related social development projects that can add substantive value to ADB financed projects. In
2009, JFPR went through a major change that paved the way for a more comprehensive approach
in addressing poverty, building human resources, and empowering institutions and communities
in the recipient developing member countries (DMC) by combining project grant and technical
assistance support under one umbrella. On 1 September 2021, the Board of Directors approved
renaming the original JFPR to the Japan Fund for Prosperous and Resilient Asia and the Pacific
(JFPR) to enhance its role following the Government of Japan’s (GOJ) announcement in May
2021 at the 54th ADB Annual Meeting. It is positioned as the next-level work to help lift remaining
populations above the poverty threshold and bring everyone on a sustainable path to prosperity
and resilience. In the span of more than 2 decades, GOJ has been providing generous
contributions through ADB and it is but fitting and proper that said contributions are acknowledged
and the recipients and general public are informed of the source of the funding assistance both
at the Fund level and at the individual project levels. The purpose of this note is to provide
guidance on measures to ensure that the contribution of GOJ in supporting JFPR is widely
recognized. 1

II. Statement on Japanese Visibility

2. Project teams are required to help promote the visibility and local awareness of JFPR in
recipient countries through the following:

(a) All press releases issued by ADB with respect to JFPR shall refer to the financial
contribution from the GOJ; 2

(b) Signing ceremonies and other publicity events are encouraged, inviting Japan
embassy officials, JICA staff, local and international press; 3

(c) Civil works, project billboards/signages, vehicles, goods and equipment must carry
the JFPR and Japan ODA logos (see below). Likewise, all publications and training
programs must bear the said logos, including all collaterals used (i.e., training
materials, banners, posters, flyers, etc.) that are financed by JFPR; these logos
are available in the JFPR SharePoint Page; 4

1 A copy of the Guidance Note on Japanese Visibility shall be appended to the Project Administration Manual of a (i)
stand-alone JFPR project grant, or (ii) ADB-investment project where a JFPR project grant or TA is attached, as
guide to the project team and the DMC government, during project implementation.
2 Staff may coordinate with the Department of Communications.
3 Coordination with resident missions are necessary.
4 Japan Fund for Prosperous and Resilient Asia and the Pacific (sharepoint.com)
Appendix 5 231

(d) Publications, reports, training programs, seminars and workshops financed by


JFPR shall acknowledge receipt of funding from GOJ;

(e) Recipients are encouraged to ensure that JFPR-financed activities are well
covered by local print and electronic media, and that all related publicity
materials, and official notices explicitly acknowledge funding from GOJ. Below is
the suggested standard text to be used by those who prepare publicity materials:
"The grant fund for (project name/activity) was received from the Japan Fund for
Prosperous and Resilient Asia and the Pacific financed by the Government of
Japan through the Asian Development Bank”.

III. Participation of Japanese Entities in Implementation

3. It is also important to generate visibility of the project within Japan. Involvement or


cooperation with Japanese experts, financial resources and technologies are encouraged;
occasional information sessions on JFPR for Japanese organizations may also be conducted. It
is also highly recommended that ADB involve and cooperate with Japanese organizations
including NGOs, civil society organizations, aid agencies in particular JICA and JBIC, the private
sector enterprises or academic institutions.

IV. Reporting

4. At the end of the project, the completion report submitted by the project team shall include
an appendix of Japanese visibility evidence such as photos, 5 press releases, articles or write-ups,
video documentation (or other forms of media), and testimonials from project recipients and/or
implementers. All knowledge products produced under the JFPR financing for both project grants
and TAs shall be listed and reported in their respective completion reports. Sample products
generated from the project grant are requested to be made available to the Partner Funds Division
of the Sustainable Development and Climate Change Department (SDPF) for inclusion in future
exhibits. Copies of publications 6 that are outputs of the project shall be submitted to SDPF.

V. Visibility Support by ADB

5. SDPF promotes visibility of JFPR by: (i) informing Department Heads and project officers
of the importance of achieving high visibility in order to garner support for JFPR from Japanese
officials and taxpayers; (ii) informing Country Directors of the importance of signing ceremonies

5 High resolution photos will be requested to be shared with SDPF for file.
6 This particularly applies to knowledge and support TAs. Links to publication available online may be provided in lieu
of print copy.
232 Appendix 5

to Japanese officials and the public to ensure recognition and support for JFPR funding; (iii)
continuing widespread distribution of the JFPR Annual Report and inclusion of JFPR information
in relevant ADB documents, (iv) creation of knowledge products such as project infographics,
videos, and other publicity materials in collaboration with project teams, and (v) conduct of
knowledge sharing events (i.e. exhibit at the ADB Annual Meeting, JFPR seminars, etc.) and
occasional information sessions for Japanese organizations.

6. Resident Mission staff are requested to forward copies of all visibility materials, such as
press releases, newspaper and magazine articles, and photographs (including descriptive
captions) to SDPF’s assigned focal staff for JFPR.

____________
1 January 2022
Appendix 6 233

JAPAN FUND FOR PROSPEROUS AND RESILIENT ASIA AND THE PACIFIC
GUIDANCE NOTE ON COORDINATION WITH THE EMBASSY OF JAPAN AND JICA

I. INTRODUCTION

1. The Final Report on the Review of Japanese Official Development Assistance 1 (ODA)
underscores the need for strategic and effective aid. One way to ensure alignment of the Japan
Fund for Prosperous and Resilient Asia and the Pacific (JFPR) projects and technical assistance
(TA) with Government of Japan’s (GOJ) bilateral assistance strategy for a particular developing
member country (DMC) is by bringing on board the comments and suggestions of the Embassy
of Japan (EOJ) and the Japan International Cooperation Agency (JICA). 2 Thus, the summary of
consultations with EOJ and JICA (to include, date of consultation, name and position of staff met,
and EOJ and JICA's response) shall be included in the proposal submitted to the Partner Funds
Division of the Sustainable Development and Climate Change Department (SDPF). 3 This
Guidance Note provides detailed instructions regarding coordination activities with EOJ and
JICA. 4

II. EOJ AND JICA CONTACT PERSONS

2. As soon as project officer informs SDPF of the intent to apply for JFPR funding, project
officer will consult with EOJ and JICA. SDPF may identify the appropriate contact persons in EOJ
and JICA, when needed.

III. CONSULTATION WITH EOJ AND JICA – PROPOSAL PREPARATION 5

3. At concept stage, project officer shall consult with EOJ and JICA through e-mail the
proposed project to, (i) seek if it is in line with Japan ODA priorities, (ii) ensure no duplication, (iii)
explore possible collaborations for the project, and (iv) present the concept itself, with copy to
SDPF.

4. Upon SDPF’s confirmation to proceed with proposal preparation, the project officer may
arrange the project design meeting with EOJ and JICA. This meeting intends to explain and
discuss the actual project design. This is ideally conducted during the fact-finding mission. 6 The
proposal, 7 shall be provided to EOJ and JICA with copy to SDPF at least 5 working days before
the meeting to give ample time for review and consideration. After the meeting, if needed, the
project officer, may follow-up with EOJ and JICA, and respond to requests for clarification.

5. In the case of regional TAs, the draft proposal shall be sent by email to EOJ and JICA
contact persons on no-objection basis requested within a 2-week timeframe.

1 Ministry of Foreign Affairs of Japan. 2010. ODA Review - Summary of the Final Report. Tokyo.
2 Incorporated administrative agency in charge of administering Japan’s ODA.
3 GOJ gives importance on the inputs provided EOJ and JICA during the internal approval process.
4 A copy of the Guidance Note on Coordination with Embassy of Japan and JICA shall be appended to the Project

Administration Manual of a (i) stand-alone JFPR project grant, or (ii) ADB-investment project where a JFPR project
grant or TA is attached, as guide to the project team and the government, during project implementation.
5 All feedback received from EOJ and JICA must be duly reflected in the (i) Initial JFPR Proposal Checklist, (ii) Detailed

JFPR Proposal Checklist, and/or (iii) Supplementary Documents of Project Grant.


6 If a meeting with EOJ and/or JICA is not possible, email exchange, telephone discussion or any other form of

communication may be used.


7 Draft Grant assistance report or JFPR Linked Document (for project grants) and draft TA Report (for TAs).
234 Appendix 6

IV. COORDINATION WITH EOJ AND JICA – UPON APPROVAL OF THE PROPOSAL

6. Project officer shall inform EOJ and JICA about ADB’s approval. Project officers are
strongly encouraged to conduct signing or launching ceremonies with the attendance of EOJ
officials. 8

7. In coordination with the resident mission, the project officer shall inform EOJ and SDPF of
the signing ceremony– at least 10 working days in advance. SDPF then informs GOJ of this
activity. The project officer shall draft news release in consultation with the Department of
Communications and coordinate arrangements with the resident mission. Local and international
press are encouraged to be invited to these ceremonies.

V. COORDINATION WITH EOJ AND JICA – DURING PROJECT IMPLEMENTATION AND


UPON PROJECT COMPLETION

8. Throughout implementation, the project officer shall inform EOJ and JICA about project
progress, milestones, and outcomes, and discuss when major changes in scope and objectives
are required. From time to time, EOJ and JICA may also wish to join completion review missions
to see project results and to interact first-hand with project recipients. Lessons from the JFPR
projects are also requested to be shared to enable both sides to explore and seek potential
collaboration. Completion reports are required to be submitted by the project officer to EOJ and
JICA. 9

VI. ROLE OF THE RESIDENT MISSION AND SDPF

9. Project officer’s communications with EOJ and JICA should be done in coordination with
the resident mission 10 with copy to SDPF. If needed, SDPF supports to identify the appropriate
staff to be consulted.

10. Resident mission also arranges the Grant Agreement/TA letter signing event (section IV)
and keeps the overall coordination/relationship management with EOJ and JICA.

11. SDPF’s role are as follows: (i) provide contact details of relevant staff from EOJ and JICA
for project consultation when needed; and (ii) liaise any need for clarification by EOJ and JICA in
coordination with the project officer, during project consultation.

___________
1 January 2022

8 Please refer to the Guidance Note on Japanese Visibility for details on visibility requirements under JFPR.
9 Links to the completion reports will suffice.
10 Please inquire respective resident missions on their protocols or coordination arrangements with EOJ and JICA.

You might also like