<<

PAKISTAN WATER AND POWER DEVELOPMENT AUTHORITY

EXPRESSION OF INTEREST (EOI) DOCUMENT

FOR

PROCUREMENT OF CONSULTANCY SERVICES FOR DESIGN REVIEW, CONSTRUCTION SUPERVISION AND CONTRACT ADMINISTRATION

OF

MOHMAND DAM HYDROPOWER PROJECT

GENERAL MANAGER HYDRO PLANNING ORGANIZATION WAPDA SUNNY VIEW ESTATE, KASHMIR ROAD LAHORE Ph: +92-42-99202717 Fax: +92-42-99202722

MAY 2017 TABLE OF CONTENTS

Sr. Description Page No. No. 1 Part- I: Letter for Seeking Applications, Relevant Information about project, Description of Services and Evaluation Criteria 1.1 Letter for Seeking Applications for Short-Listing

i. Notice Inviting EOI

1.2 Project Information 1

1.3 Brief Terms of Reference/Description of Consultancy Services 4

1.4 Evaluation Criteria 19

2 Part – II: Submissions from Applicant Firm/Joint Venture

2.1 Submissions with EOI Documents 21

2.2 Information Form 22

2.3 Submission Forms For Applicants

2.3.1 Summary List of Projects Handled By The Firm (Form-A) 24

2.3.2 Format of Short Curriculum Vitae (CV) of Principal Staff (Form-B) 25

2.3.3 Specific Experience of Consultants (Form-C) 26

2.3.4 Format of CV of Proposed Experts (Form-D) 27

3 Figures

3.1 Location Map 28

3.2 Layout Plan 29 1. PART- I

LETTER FOR SEEKING APPLICATIONS, RELEVANT INFORMATION ABOUT PROJECT, DESCRIPTION OF SERVICES AND EVALUATION CRITERIA 1.1 LETTER FOR SEEKING APPLICATIONS FOR SHORT-LISTING

Project: DAM HYDROPOWER PROJECT Dear Sir, 1. Letters of Interest/Applications are invited from firms registered with the PEC who are on active tax payer list of Federal Board of Revenue, (FBR) Pakistan which are experienced consultants and who wish to be considered to undertake Consultancy Services for Design Review, Construction Supervision and Contract Administration of Mohmand Dam Hydropower Project. The Water and Power Development Authority (WAPDA) through General Manager (Mohmand Dam Hydropower Project) has been entrusted with execution of the subject project for which the PC-I has been submitted to MoW&P for approval of ECNEC through Planning Commission. The Project is expected to commence from November 01, 2017 for completion after 5 years and 8 months i.e. June 2023, alongwith one year Defect Notification Period and six months for closing of the Project. Overall, completion time is 7 years and 2 months. A portion of the approved cost of the project is intended to be applied to finance the cost of the consultant’s services. 2. The objectives of the Project are:-  Power Generation  Flood Control  Irrigation  Drinking Water Supply 3. The major components of the Project are:- a. Structures Description DAM Type Concrete Faced Rockfill Dam (CFRD) Height 213 meter Spillway 7 No. gates, Ogee Weir Diversion Tunnels 2 No. Length: 3.130 km, Dia: 15 m Left Bank Irrigation Tunnel Length: 4.3 km, Dia: 2.5 m Right Bank Irrigation Tunnel Length: 3.0 km, Dia: 2.5 m Left Bank Irrigation Canal 12.40 km Right Bank Irrigation Canal 14.75 km Power House (800 MW) Surface type

Residential Colony Comprising project offices, family houses, family apartments, officer’s and staff hostels, community centre, mosque, shopping centre, school, etc. Switchyard 220 kV Low Level and Flushing Outlets b. Reservoir Gross Storage 1,594 MCM (1.3 MAF) Live Storage 834 MCM (0.676 MAF) 4. The expected results/benefits of the project are envisioned as follows:-  2,862 GWh annual energy generation  Flood mitigation of downstream areas; Charsadda and Nowshera districts.  6,778 hectare of new land will come under cultivation  13.5 cumec drinking water supply to City 5. The construction period will be 5 Years and 8 Months alongwith 12 months Defect Notification Period (DNP) and 6 months closing of Contract and it is expected to start construction from 01/11/2017. Accordingly, duration of assignment will be 7 years & 2 months. 6. PEC registered consultants or joint ventures of consultants who are interested for the assignment should submit information in the format indicated in the attachment to this letter. Firms are required to support their experience in Design Review, Construction Supervision and Contract Administration of hydropower/ dam project, specifically. 7. The JV may comprise maximum of Five (5) members if foreign firm(s) is (are) involved. In case of all local firms, members are limited to four (4).

Firms should also indicate their experience as specific/general and experience of their requisite nominated staff in the following disciplines in the CV Forms attached with this letter:- 1. Project Manager 2. Expert (Spillway & Allied Structures) 3. Expert (Concrete Faced Rockfill Dam) 4. Expert (Tunneling) 5. Expert (Mechanical Works) 8. Applications alongwith accompanying material for consideration should be submitted to

Mr. Muhammad Rafiq General Manager (Hydro Planning) WAPDA, Sunny View Estate, Kashmir Road, Lahore. Phone No. +92-42-99202717, Fax. No. +92-42-99202722

of the Pakistan - Water And Power Development Authority (WAPDA)

9. Please restrict yourself to the essential information only and do not make your application cumbersome.

Sincerely yours

Muhammad Rafiq General Manager (Hydro Planning) Attachments: - Project Information - Brief Terms of Reference/ Description of Services - Evaluation Criteria - Information Form: - Submission Forms: o Form-A (Summary List of Projects handled by the Firm/ JV); o Form-B (Format of Short CV of Principal staff); o Form-C (Specific Experience of Consultants); and o Form-D (Format of CV of Proposed Experts) - Figures o Figure-1 Location Map o Figure-2 Layout Plan NOTICE INVITING EOI INVITATION FOR EXPRESSION OF INTEREST (EOI)

1. Pakistan Water and Power Development Authority (WAPDA), an autonomous body which is mandated for development of Water and Hydropower resources under the administrative control of Federal Government invites Expression of Interest (EOI) from the Local/ Foreign consulting firm(s)/ Joint Venture(s) for the services of Design Review, Construction Supervision and Contract Administration of Mohmand Dam Hydropower Project by forming a Joint Venture with Pakistani firms, as per Pakistan Engineering Council (PEC) conduct and practice of Consulting Engineers bye-laws. The JV may comprise maximum of 05 members if Foreign Firm(s) is (are) involved. In case of local firms, members are limited to 04. The firm(s) may apply who are on Active Tax Payer List of the Federal Board of Revenue, Pakistan and registered with PEC. Quality and Cost Based Selection Method (QCBS - 80:20) will be used for procurement.

2. Expression of Interest document (containing detailed description of terms and conditions of services and evaluation criteria) is available for the interested bidders at office of General Manager (Hydro Planning) WAPDA, Sunny View Estate, Kashmir Road, Lahore. Price of the EOI documents is Rs. 500. EOI documents can also be downloaded from www.wapda.gov.pk free of cost.

3. The expression of interest, prepared in accordance with the instructions in the EOI documents, must reach at the O/o General Manager (Hydro Planning) WAPDA, Sunny View Estate, Kashmir Road, Lahore on or before 7th July, 2017 at 1100 hours. This advertisement is also available on PPRA website at www.ppra.org.pk .

Muhammad Rafiq General Manager Hydro Planning Organization, WAPDA, Sunny View Estate, Kashmir Road, Lahore, Pakistan Tel. No. +92-42 9920 2717, +92-42- 9920 2792 Ext. 2708 Fax No. +92-42 9920 2722 E-mail: [email protected] 1.2 PROJECT INFORMATION

1.2.1 INTRODUCTION Mohmand Dam Hydropower Project is a multipurpose facility with the following objectives: i. Hydropower generation of 800 MW; ii. Flood control; iii. Irrigated Agricultural development of 6,773 hectares; and iv. Drinking Water supply of 13.30 cumecs to Peshawar.

The dam site is located on Swat River basin, about 48 km from Peshawar in Mohmand Agency, FATA (Figure-1). The reservoir area of the dam extends upstream to Mohmand and Bajaur Agencies, in FATA. The total length of the reservoir is about 56 km in the rocky gorge of Swat River. The area is formed by barren and rugged hills. The command area is spread across administrative units namely, Mohmand Agency, Tehsils and Tangi of district Charsadda, . 1.2.2 PROJECT COMPONENTS

1.2.2.1 Main Lots under Single Package i. Permanent Access Roads, WAPDA Camp, Colony and other site facilities ii. Main Civil Works (CFRD Dam, Spillway, Diversion Tunnels) iii. Irrigation Tunnels, Canals and Allied Structures iv. Electrical and Mechanical Works Other Contracts i. Supply and installation of Power Supply system and equipment (may be executed by PESCO/TESCO through Deposit Work) ii. Transmission Line ( Not covered under this consultancy and will be executed through a separate PC-I by NTDCL)

1.2.2.2 Project Layout Project layout has been planned and optimized after careful consideration of geology, topography, access and maximum benefits with minimum or controlled environmental impacts. Figure-2 shows the layout plan of Mohmand Dam Hydropower Project which comprises of following major structural components:

1 i. Main Dam (CFRD); ii. River Diversion and Low Level Outlet including Flushing Outlet; iii. Spillway; iv. Head Race Tunnel/ Penstocks; v. Power Station Facilities; vi. Tail Water Regulation Pond; vii. Irrigation Tunnels, Canals and Allied structures; and viii. Transmission System. 1.2.3 SALIENT FEATURES Description Engineering Design HYDROLOGY & RESERVOIR Probable Maximum Flood (cumecs) 27,427 Min Water Storage Level (m amsl) 510 Full Supply Level (masl) 555 Gross/ Live/ Flood storage volume (MCM) 1,594/ 834/ 100 CONCRETE FACE ROCKFILL DAM Dam Height (m) 213 River Bed Level/ Foundation Level (m amsl) 360/350 Dam Crest Length (m) / Width (m) 716.6/12 Upstream / Downstream Slope 1:1.40 / 1:1.60 SPILLWAY (DESIGN AT PMF) Gated Ogee Weir Crest Level (m amsl) 539 Spillway Capacity (cumecs) 25,514 Gates of Spillway / Width x Height (m) 7 No. Radial gates/ 15 x 21 Energy Dissipation Double Stilling Basin RIVER DIVERSION No. of Tunnels / Diameter (m) / Length (m) 2 / 15/ 3,317 REGULATION OF 4 HOURS PEAK OPERATION FLOWS Arrangement for 4-hour Daily Peaking River excavation between Powerhouse Outflow Storage of 8 MCM powerhouse tailrace weir and existing Munda Headworks POWER HOUSE - HYDROPOWER GENERATION FACILITIES Installed Capacity (MW) 800  Annual Energy (GWh) / Plant Factor (with water 2,862/ 0.40 supply to Peshawar) Maximum Plant Discharge (cumecs) 544 Maximum Gross Head (m) 186 POWER WATERWAY Headrace Tunnel Diameter (m) / 13.2 / 722 Length (m) Open Air Type Powerhouse Width (m) / Length (m) 55.3/ 157.4 No. of Vertical Shaft Francis Turbine 4

2 CULTIVABLE COMMAND AREA Left Bank Irrigation Tunnel Length (km)/ Dia (m) 4.44/ 3.0 Discharge (cumecs) 3.90 Right Bank Irrigation Tunnel Length (km)/ Dia (m) 3.06/ 3.0 Discharge (cumecs) 3.90 Left Bank Irrigation Canal Length (km) 12.40 Discharge (cumecs) 3.50 Right Bank Irrigation Canal Length (km) 14.75 Discharge (cumecs) 3.32

1.2.4 AVAILABILITY OF FUNDS Total cost of the Project including engineering & administrative cost, taxes, duties, interest during construction etc. in local and foreign components is as follows:

Local: Rs. 224,145.765 million FEC: Rs. 67,619.361 million Total: Rs. 291,765.126 million The Project is proposed to be financed through 66% Equity (WAPDA and PSDP) and 34% Debt by Foreign Re-lent loans/ Supplier’s Credit and CDL/ Local Commercial Loan.

1.2.5 PC-I STATUS PC-I has been submitted to MoW&P on 11th April, 2017 for arranging approval of ECNEC through Planning Commission.

1.2.6 SUBMISSION DATE AND ADDRESS The Expression of Interest documents must reach at the O/o General Manager (Hydro Planning) WAPDA, Sunny View Estate, Kashmir Road, Lahore on or before 7th July 2017 at 1100 hours.

3 1.3 BRIEF TERMS OF REFERENCE (TOR)/ DESCRIPTION OF CONSULTANCY SERVICES 1.3.1 Background of the Project Mohmand Dam Hydropower Project is proposed to be constructed across Swat River about 48 km from Peshawar in Mohmand Agency, FATA (Figure 1). The salient features of the project are given below:

 Main Dam & Spillway Dam Height 213 meter Type Concrete Faced Rockfill Dam (CFRD) Spillway 7 No. gates, Ogee Weir  Reservoir Gross Storage 1,594 MCM (1.3 MAF) Live Storage 834 MCM (0.676 MAF)  Power House Total Installed Capacity 800 MW Type & Location Surface type

1.3.2 Objective(s) of the Assignment The Consultants will be responsible for the following:

 Design Review  Construction Supervision  Contract Administration

1.3.3 Scope of Services (Phasing etc) The Preparatory Works and Main Works have been drafted under a Single Package which consists of the flowing lots: Lot No. 1. Lot-01 Permanent Access Roads, WAPDA Camp, Colony and other site facilities 3. Lot -02 Main Civil Works (CFRD Dam, Spillway, Diversion Tunnels) 4. Lot -03 Irrigation Tunnels, Canals and Allied Structures 5. Lot -04 Main Electrical and Mechanical Works Other Contracts 6. Lot -05 Supply and Installation of Power Supply (To be executed by System including 11kV Overhead Line and PESCO/TESCO as Allied Works Deposit Work) 7. Lot -06 Transmission Lines (Not covered in this (To be executed by Consultancy and will be executed by NTDCL NTDCL) through a separate PC-I)

4 Note: The Consultants may also be required to supervise the Public welfare development works included in the Environmental and Resettlement Cost of the Project which consists of development of recreational park, schools, BHU etc.

The details of Main Lots under a Single Package are as follows:

a. Lot-01: Permanent Access Roads, WAPDA Camp, Colony and other site facilities

Permanent access roads to the above works within the Project area. i. Layout of Access Roads Currently access to the project is available only up to the Munda Headworks. Beyond this point only jeepable road is available which provides access to the right side of the dam axis. Proposed access roads which will provide access to various project sites such as project colony, dam site, powerhouse, switchyard, etc. The proposed access roads start from Munda Headworks and run parallel along both Left and right banks of the Swat River. The total length of the proposed access roads is 18.36 km. The road segments proposed on left bank will provide access to left bank dam embankment and access tunnel for left irrigation tunnel. The proposed roads on right banks will provide access to the powerhouse, right bank dam embankment, switchyard, project colony etc.

ii. Design Considerations for Access Roads Generally a design speed of 30 km/hr has been selected, but there are isolated locations especially at sharp / blind turns, where the proposed design speed is 10 km/hr to 20 km/hr. The minimum curve radius corresponding to the maximum super elevation of 6% and 30 km/hr design speed is 21 m. As per the proposed Design Criteria the maximum Super Elevation has been limited to 6.0% for the design of horizontal curves. Pavement width of 7.3 m is adopted for all main access roads. In residential colony main road has a Pavement width of 7.3 m and minor roads’ Pavement widths are 3.65 m. Moreover, as per the design criteria proposed 2.0% cross slope on the main carriageway has been adopted. 1.5 m treated shoulder on each side of the main carriageway has been proposed for main access roads, with cross slope of 4.0% for the shoulders as proposed. In residential colony shoulder width of main road is 1.5 m with minor roads’ shoulder widths of 1.5 m. The fill slope of 1.5 H: 1 V is proposed. Provision of retaining walls is also made to retain the material where the side slope does not match the existing ground. There is considerable variation in the quality of materials expected in road cut. The cut slope of 0.5 H: 1 V is adopted. iii. WAPDA Camp, Colony and other site facilities By way of illustration, and not limitation, works under this Lot will consist of the following:  Establishment of WAPDA Camp for site office.  Development of complete Infrastructure for WAPDA O&M Colony comprising:

5 . Project Office Building . Project Staff Colony consisting Family Houses, Family Apartment, Officers & Staff hostels . Security Office Building . Rest House . Mosque . Shopping Center . High School . Hospital . Community Center . Post Office . Telephone Exchange . Fire Station . Grave Yard . Parks . Play Grounds etc.  Water Supply Facility intake from reservoir for Peshawar City.  Development of Water Supply Scheme for WAPDA O&M Colony.  Slow Sand Water Treatment Plant b. Lot-02: Main Civil Works (CFRD Dam, Spillway, Diversion Tunnels)

By way of illustration, and not limitation, this Lot will comprise:  River Diversion including upstream and downstream Cofferdams and Diversion Tunnels (DT-1 and DT-2).

. River Diversion Tunnels (2 No): Diameter: 15 m, Length: 3,130 m  Concrete Faced Rockfill Dam and Small Concrete saddle Dam  Gated Spillway

. Spillway Radial Gates (7 No): Width: 15 m, Height: 21 m  Power Intake, Waterway, Headrace, Penstock Tunnels and Manifold.

. Headrace Tunnel: Diameter: 13.2 m, Length: 805 m . Penstock: Diameter: Varies from 10 to 5 m, Length: 155 m  Low Level and Flushing Outlet system.  Power House, Tail Pond and Re-regulation Pond

. Powerhouse (surface type): Length: 130 m, Width:40 m  220 kV Switchyard

6  Installation of Employer-furnished cranes, diesel generating standby sets, gate equipment and stop longs, trash racks, stainless steel pipes, Valves, Flanges, Drainage Pumps, etc.  Instrumentation of Dam Structure, surface power house & Electro- mechanical parts.  Establishing and maintaining testing laboratory at site.  Coordination of civil works with the installation of the power station related equipment supplied under Lot ICB/MEW-06. c. Lot-03: Irrigation Tunnels Canals and Allied Structures

By way of illustration, and not limitation, Work under this Lot will consist of the following:  Temporary Works including diversions and access roads  Right and Left Bank Tunnels

. Left Bank Irrigation Tunnel: Diameter: 2.5 m, Length: 4.40 km . Right Bank Irrigation Tunnel: Diameter: 2.3 m, Length: 2.80 km . Intake Structure . Pressurized Tunnel . Valve Chamber . Un-pressurized Tunnel . Exit Portal  Left Bank Main Canal  Right Bank Main Canal  Cross Drainage Works / Structures on Main Canals  Head Regulators  Installation of Employer-furnished cranes, diesel generating standby sets, gate equipment and stoplogs, trash racks, stainless steel pipes, Valves, Flanges, Drainage Pumps, etc.  Slope stabilization works at the irrigation tunnel intakes and outlets. d. Lot-04: Main Electrical & Mechanical Works

The scope of work shall include design, manufacture, supply, install, test and commissioning of all the mechanical and electrical equipment for the project. Through this Lot; the Hydraulic Steel Works, Mechanical Works and Electrical Works shall be procured/installed/erected for the two (2) civil works contracts. The equipment to be designed, installed and commissioned shall include, but not be limited to, the following; d (i) For Lot-02 Francis type vertical shaft turbines, main inlet valve, governing system, and associated systems

7  Generators, Exciters and Generator Condition Monitoring System  Generator step up transformers  Cranes  Hydraulic steel structure equipment  220 kV Switchyard  220 kV Interconnection Transmission Line

The mechanical auxiliary equipment and systems to be designed, manufactured, supplied, installed, tested and commissioned for the Project shall include as a minimum following;  Drainage and dewatering system.  Sewage treatment and disposal system.  Fire Extinguishing system.  Heating, Ventilation and air conditioning systems.  Powerhouse Elevators.  Powerhouse Overhead Cranes

The electrical auxiliary equipment and system to be designed, installed, tested and commissioned for the Project shall include as a minimum the following:  Main Auxiliary Transformers (MAT)  Unit and Station Auxiliary Power Supply System (MV & LV Switchgear)  Distributed Control and Instrumentation/SCADA System and Telecommunication systems  Emergency Diesel Generating Unit (EDG)  Fire Detection & Alarm System  Water level monitoring and sensing system at inlet and outlet.

The hydraulic steel structure equipment to be designed, installed, tested and commissioned for the Project shall include as a minimum the following:  Gantry Cranes and hoisting equipment  Draft Tube Gates  Intake Trash Racks  Low Level Outlet Bonneted Gates  Low Level Outlet Radial Gates  Low Level Outlet Intake Stoplogs to be operated by barge.  Spillway Radial Gates  Spillway Stoplogs  Spillway gantry crane  Diversion Tunnel Intake Fixed Wheel Gates and Stoplogs  Flushing Outlet Fixed Wheel Gates

8  Flushing Outlet Bulkhead Gates  Diversion tunnel gates  Diversion tunnel stoplogs

220 kV Air Insulated Switchgear (AIS) is located at a distance of approx. 400 meter from powerhouse. The span between powerhouse and switchyard will be interconnected with double circuit towers. An area approximately 200m x 200m has been allocated for 220 kV switchyard. The one and half breaker scheme is selected.

The 220 kV Switchyard equipment and system to be designed, install, test and commissioned shall include as a minimum the following:  Circuit Breakers.  Current Transformers.  Surge Arresters.  Steel Structures  Double circuit transmission line towers for interconnection with power house.  Relay Boards and protective relaying systems.  Digital Disturbance and Fault Recorder (DDFR) & Sequence of Discrete Event Recorder (SDER) System.  Concrete Works (foundations, cable trenches and buildings)  Miscellaneous (fences, gates and lighting) d (ii) For Lot-03

The Following equipment shall be installed on Left and Right bank irrigation tunnels to regulate the discharge as per irrigation requirements.  Gate valves  Fixed Cone Valves  Stainless Steel Pipes e. Lot-05: Supply and Installation of Power Supply System including 11kV Overhead Line and Allied Works (To be executed as Deposit Work by PESCO/TESCO) This Contract may be executed by the Peshawar Electric Supply Company (PESCO) or Tribal Electric Supply Company (TESCO) as a Deposit Work. By way of illustration, and not limitation, this will include supply of the following equipment for installation.

 Site survey, design, installations, earthing, testing and commissioning of 11kV feeder/network from the nearby source of existing or new Grid

9 Station(s) up to project premises/sites as shown in drawings & stipulated in Specification and referred items of BOQ. Site survey, Designing, submission and approval from relevant DISCO/WAPDA, execution, testing and commissioning for dedicated 11 kV overhead (O/H) networks of single/composite arrangement (HT/LT) and LT line, Distribution Transformers along with allied hardwares of following project sites/areas shall be included in the Contractor’s Scope of Works.  11kV Overhead trunk feeder from grid station to the Power house (temporary power supply)  Supply, transportation, storage, installation, earthing, testing and commissioning of the Type 11/0.415 kV 50 Hz Indoor/ Outdoor Distribution Transformer as per WAPDA/NTDC standard design & installation requirements.  Design, supply, installation, earthing, testing and commissioning of Lighting fixtures/Luminaries and small powers.  Design, supply, installation, testing and commissioning of the Earthing and Bonding of Electrical system as per project site requirements. Supply, transportation, storage, installation, testing and commissioning

Further elaboration of the terms of reference (ToR) for the related additional activities is as per following. f. Task - A f (i) Design Review

First assignment of Consultants will be to review the design utilizing data from Feasibility Study and Detailed Engineering Design carried out by JICA & Consultants and any other investigations as the supervision consultant deem necessary. This may follow incorporation of changes, avoiding major changes, to bring it to the level of construction design. If required, the relevant changes will also be incorporated in the bidding documents before issue to the contractors. f (ii) Construction Design and Drawings

In respect of construction design and drawings, the Consultants shall be required to undertake the following activities:-  Preparation of Drawings for Construction: a. Consultants shall first review previously completed designs of the Preparatory and Main Works for assessing their adequacy for construction and assume their full responsibility including necessary approval of WAPDA for any required changes.

b. Consultants shall then complete construction designs of various elements of Preparatory and Main Works (if required) and prepare construction drawings by incorporating the proposed changes for issuance to the Contractors for

10 implementation. The Consultants shall, subject to approval of WAPDA, carry out engineering and other studies to ensure appropriate standards of work at the minimum cost. The Consultants will also plan, supervise and prepare report(s) on the additional geo-technical investigations if required.

 Construction Design Report: If required, the Consultants shall update previously prepared tender stage Design Reports giving supporting details regarding: additional investigations, and studies; revised design criteria established; and analytical analyses. Twenty five (25) copies of the ‘Updated Design Report’ shall be submitted by the Consultants to WAPDA for record and future reference.

 Review / Approval of Contractors’ Drawings: Consultants shall review and approve (including approval of WAPDA where necessary) of all designs, drawings and sketches prepared by the contractor(s) under the terms of their individual agreements. Consultant shall also approve the Contractor factory drawings including quality control and quality assurance.

 As-Built Drawings: Consultants shall maintain a record of changes/amendments to the construction drawings and prepare “As Built Drawings” to be included in “Project Completion Report”. f (iii) Construction Supervision

 The basic purpose of the consultancy services will be to ensure that the Project is constructed satisfactorily with a high standard of workmanship using specified materials within the prescribed scheduled to the satisfaction of WAPDA.  For this purpose, Consultants will be required to supervise the construction of all preparatory and main works including but not limited to civil works and supply, erection, commissioning and testing of hydro-mechanical equipment and steel structural equipment and electrical and mechanical hydropower generating equipment.  Consultants shall perform the duties of “Engineer” on behalf of WAPDA for all the works in accordance with the powers delegated to him by the Client through consultancy contract and relevant provisions within contract(s). The Consultant shall review / update the tender design (if required) and prepare and issue construction drawings to the contractor(s).  Consultants shall be fully responsible for contract management and overall supervision of all preparatory and main works including but not limited to civil works and supply, erection, commissioning and testing of hydro- mechanical equipment and steel structural equipment and electrical and mechanical hydropower generating equipment. In contract management, the Consultants shall be vigilant and take timely appropriate actions to discourage and or settle claims from the contractor(s).

11 f (iv) Assistance in Tendering / Award Process The Consultants will assist / advise WAPDA in the process of: issuance of tenders; receipt and evaluation of bids; and award of contracts for the proposed seven lots in stages and all the other contracts for completion of the Project. f (v) Contract Management Related Assignments

By way of illustration and not limitation, the Consultants shall also undertake the following contract related assignments:-  Approval of Contractors’ Programme(s) of Work, method statement and any changes made thereto during construction.

 Set out and provide base line surveys with bench marks for the contractor(s) to establish their survey control(s) for construction. The Consultant shall also be responsible to check surveys and bench marks established by the contractor(s) at each site of work and ensure accuracy of surveys and bench marks including connection to the primary horizontal and vertical control system established at site.

 Approval of all items of equipment, plant, materials etc. to be incorporated in the permanent works.

 If necessary, prescribe format for monthly payment certificates of the contractor(s).

 Issue stop orders of work, if necessary, with prior approval of WAPDA.

 Check and verify contractors’ monthly payment requests and certify before submitting to WAPDA for approval and release of payments.

 A Project Material Testing Laboratory with all necessary equipment, staff and supplies will be established at site by the Contractor of package 1. Besides contractors’ own work, this laboratory will also be accessible to Consultants for checking / supervising the testing by contractor and or any additional project related work. Any skeletal staffing related staffing concerning to this work will be reflected in Consultants’ proposal(s).

 Monitor contractors’ progress of works including adoption of the necessary corrective measures.

 Prepare, process and issue variation orders as required.

 Review / update contractors’ activities schedule(s).

 Check and process contractor’s claims including dispute resolution as per prescribed contract provision and make recommendations to WAPDA.

 Periodically update cost(s) of individual contractor(s).

12  Assist WAPDA in taking over the completed contract work(s) or parts thereof and preparing lists of items to be completed by the contractor(s) during maintenance/Defects Liability Period.

 Assist WAPDA in commissioning the Project upon completion.

 Prepare detailed “Operation & Maintenance Manuals and Schedules” for use of WAPDA in the operation of various project components.

 Prepare “Completion Report” of the entire Project including summary of final costs and supply WAPDA for future reference and record. f (vi) Quality Assurance Programme

A special provision relating to “Contractor’s Quality Assurance Plan” has been included in the Lot Components (Component/MCW-04 and Component/MCW- 05). This requires the contractor(s) to prepare a “Quality Assurance Programme” for the materials and workmanship to be provided for fulfilling the requirements of construction according to specifications. Under this programme, the contractors will establish a “Quality Control Department” in their construction set-up. Consultants shall be required to review and approve Contractors’ “Quality Assurance Plans” as well as supervise the work of the related unit(s) established by the contractor(s). Consultants shall setup procedures for quality assurance of their own work. f (vii) Facilitating Working of Panel of Experts

WAPDA intends to appoint a Panel of Experts (POE) to assist in periodic review of the work of Consultants / Contractors as well as furnish advice and recommendations for addressing specific problems and issues arising during construction design and supervision activities of the Consultants. The POE shall normally convene at six months intervals including site visits. Consultants shall prepare all relevant technical documentation including presentation as well as conducting site visits of PoE. WAPDA and /or POE/Core Professional Group, as the case may be, may also review the drafts of some special reports/memoranda prepared by Consultants before finalization and approval. f (viii) Assistance to the Dispute Boards (DB) and the Adjudicator

The Consultants shall provide all necessary data, information and assistance to the Dispute Review Boards (DRBs) for Civil Works and the Adjudicator for E & M Works set up under the provisions of individual contract(s) for the settlement of disputes and claims of the contractor(s). g. Task - B g (i) Assistance and Support to Client in Project Planning and Management

The scope of work and activities under this task would consist of, but not limited to, the following.

13  To prepare a Detailed Project Implementation Plan (DPIP) showing involved steps and timeline for each activity covering inter-relationship between contracts 1 to 7 and relationship between different Groups of Consultants including environment / resettlement related activities. This DPIP would be updated on a quarterly basis with due consideration of progress and achievements during the previous quarter.

 To develop, using ADB / WB guidelines, project specific procedures for oversight through ‘Environmental Management and Monitoring Cell’ under the controls of General Manager & Project Director at site. h. Task - C h (i) Assistance and Support to Client in Financial Management, Technical Assistance and Training etc

 To develop a computerized financial management system for implementation of Mohmand Dam Hydropower Project (MDHP). It would be handy for the purpose of accounting, financial management, auditing of the project expenditures as well as preparation of the disbursement applications. Furthermore, it may facilitate project financial management by generating timely reports. It is desirable to document this in the form of Project Financial Management Manual including: (a) flow of funds process; (b) accounting system including internal controls; (c) financial and accounting policies; (d) planning and budgeting system; (e) financial forecasting system; (f) internal control and administration monitoring system; (g) financial reporting (quarterly reports and annual financial statements); and (h) auditing arrangements.

 To develop a procedure for preparing budget estimates on quarterly and annual basis with break-up into: consultancy costs; and lot-wise contract costs. These would be updated on a regular basis, based on the implementation progress of various works and modification(s) of construction schedule(s). i. Task - D i (i) Assistance and Support to Client in Additional Procurements Plan and Preparation of Management Information System

 To prepare a Plan for Additional Procurements Including Scheduling for each contract. The Construction Supervision Consultants would prepare guidelines for management of individual contractors.

 To develop a Project Management Information System (PMIS) to enable monitoring of project implementation and take the necessary corrective actions in a timely manner. In the context of PMIS, the Construction Supervision Consultants would develop an appropriate Database with capacity to record and report in the following manner:

14 a. Information relating to the core Package comprising of Lot 1 to 4 .

b. Preparation of comprehensive quarterly reports including among other things: (i) revised cost estimates, where applicable, for each contract/lot; (ii) a comparison of originally planned and actual dates of achieving various construction milestones; and updated variations of detailed implementation schedules.

c. To provide the weekly progress report to Client for updating on the web-site. j. Task - E j (i) Assistance and Support to Client for Implementation / Monitoring of Environmental and Re-Settlement Related Project Activities: -

 To approve and monitor implementation of the following related plans of contractor(s): -

a. Labour and Camp Management

b. Heavy Vehicle Safety Plan

c. Noise Control Plan

d. Dust Control Plan

e. Blasting and Explosive Material Protection Plan In addition, the Project Consultants would assist / advise ‘Environmental Management and Monitoring Cell’ under the General Manager & Project Director in conducting the related activities being implemented through the core project and Project Resettlement Organization. The Project Consultants would play the basic role in project implementation. In addition, they would provide support to the Client for a variety of project related activities such as: project planning and management; additional procurements; financial management; capacity building; and monitoring of project specific environment / resettlement provisions of contractors for the core project and Socio Environment monitoring. k. Task – F k (i) Online Progress Monitoring Devise computerized progress monitoring programme comparing with the schedules, highlighting the critical activity and the changes required to make up the delays and prepare recovery plan. It should be available online in the office of Project Director, Member (Water) and Chairman WAPDA.

15 1.3.4 Qualification and Experience of proposed Experts Personnel. Consultants will assign adequately qualified key personnel having qualifications and experience as mentioned below to carry out the implementation of the Project: i. Project Manager

He should be at least B.Sc. in Civil Engineering from a recognized university. Masters in project / construction management or other related engineering discipline shall be given additional weightage.

He shall have overall experience of 30 years. He should have at least 20 years specific experience of working as Team Leader / Deputy Team Leader out of which 15 years on construction supervision of dams / hydropower projects.

He should be able to lead the team of consultants and work in effective co-ordination with the contractor(s) as well as WAPDA so that the timely completion of the project with a high standard quality output is ensured. ii. Expert (Spillway & Allied Structures)

He should be at least M.Sc. in Civil Engineering from a recognized university. Doctorate in related engineering discipline shall be given additional weightage. He shall have overall experience of 25 years with at least 15 years in related discipline of mega dam / hydropower project as Resident Engineer / Deputy Team Leader. iii. Expert (CFRD)

He should be M.Sc. in Civil Engineering or equivalent in related discipline from a recognized university. Doctorate in related engineering discipline shall be given additional weightage. He shall have overall experience of 25 years with at least 20 years in design and construction of Concrete Faced Rockfill Dams and Hydropower Projects. iv. Expert (Tunneling)

He should be M.Sc. in Civil Engineering or equivalent in related discipline from a recognized university. Doctorate in related engineering discipline shall be given additional weightage.

He shall have overall experience of 25 years with at least 20 years in related discipline in design / construction of mega hydraulic tunnels of hydropower projects.

16 v. Expert (Mechanical Works)

He should have B.Sc. in Mechanical Engineering or equivalent in related discipline from a recognized university. M.Sc. in related engineering discipline shall be given additional weightage.

He shall have overall experience of 25 years with at least 15 years in design and construction of mechanical / hydraulic steel works of dams / hydropower projects.

1.3.5 Time schedule and phasing of the Assignment . Expected Duration of Assignment: 7 years 2 Months . Tentative Commencement Date: November, 2017 . Selection Method: Quality and Cost Based Selection (80:20)

1.3.6 Implementation Strategy of the Project The project will be executed by WAPDA. General Manager/ Project Director Mohmand Dam Hydropower Project will be the in-charge of project. The project has been divided in to four (4) Major Lots under a Single Package and two (2) separate Lots as detailed below:

Lot No. 1. Lot-01 Permanent Access Roads, WAPDA Camp, Colony and other site facilities 3. Lot -02 Main Civil Works (CFRD Dam, Spillway, Diversion Tunnels) 4. Lot -03 Irrigation Tunnels and Facilities 5. Lot -04 Main Electrical and Mechanical Works Other Contracts 6. Lot -05 Supply and Installation of Power Supply (To be executed by System including 11kV Overhead Line PESCO/TESCO as and Allied Works Deposit Work) 7. Lot -06 Transmission Lines (Not covered in this (To be executed by Consultancy and will be executed by NTDCL) NTDCL through a separate PC-I) WAPDA with assistance from Supervision Consultants will procure the services of Contractors for the Single Package and complete the project in an estimated construction period of 5 years and 8 months. The services of Supervision Consultants will remain intact with WAPDA for one year Defect Notification Period (DNP) after start up/ commissioning of the project and 6 month for contract closing period (Overall 7 years 2 months).

17 1.3.7 Expected Deliverables and Reporting Requirements

By way of illustration, and not limitation, the reports to be submitted by the Consultants to WAPDA as part of deliverables under consultancy services will include the following:

Description No of Copies Timeline Inception Report 10 copies 3 months Monthly Progress Report 20 copies First week of every month Quarterly Progress Report 20 copies First week of every quarter Annual Progress Report 20 copies Every 13th month Construction Design Report o Draft 5 copies 5 months o Final 25 copies 6 months Operation & Maintenance Manuals o Draft 5 copies 4 years 9 months o Final 25 copies 5 years Project Completion Report:- o Draft 5 copies 6 years 10 months o Final 30 copies 7 years 2 months

Documentation for periodic review meetings (PoE etc.), missions (funding agencies) and project related visits by Panel of Experts, client etc. Requisite Specific technical reports / memoranda prepared by number of Consultants from time to time copies

Special reports/memoranda / presentations to elicit Client’s consent/approval on specific issues

Inception Report shall be submitted by the Consultants after 3 months of commencement of services. It will describe: firm work schedule of Consultants; status of staff mobilization and deployment; programme / progress of supplementary surveys and investigations (if required); review of tender design; status of construction design with any modifications (if required); and matters requiring urgent attention of the Client. Monthly Progress Reports shall include: implementation progress (including work schedules); summary of the problematic issues; any proposed corrective actions; and financial status. Quarterly / Annual Progress Reports shall include/ represent consolidation versions of the events covered in the previous short term reports.

18 1.4 Evaluation Criteria

1.4.1 Main Criteria

Experience of the Firm(s)/ JV(s) = 30 Quality of Personnel expertise = 70 Minimum qualifying score = 70 1.4.2 Sub Criteria

Criteria Maximum Score

1. Experience gained by the Consulting Firm during the last 10 years. 30

1.1 At least 1 Specific Project [description of similarity] has been handled in last 10 years.

No. of Project(s)* %age Marks 21 One 70 Two 90 21 Three 100

1.2 At least 1 General Project have been handled in last 10 years.

No. of Project(s)* %age Marks 1 50 09

2 to 3 80 09 4 to 5 100

2. Suitability for this specific Project

(experience of the available experts) 70 Provide list of proposed expert personnel to be evaluated with qualification and experience

19 Evaluation Criteria for Key Persons Experience of Professional working Experience Positions of Environment (years) proposed Experts/ (overall years) Academic qualification a. National Max. Marks a. Specific* b. International Sr. b. General No. c. Specific area 30% 10% 60% a. Pakistan = 5% 100% a. Specific=40% b. Other than Basic 80% Higher 20% b. General=20% Pakistan = 3% c. Fata = 2%

a. [25 years] [Bachelor’s Degree]: 80% a. [20 years] 1 Project Manager b. [10 years] [Master’s Degree]: 20% b. [30 years] c. [5 years]

Expert (Spillway [Master’s Degree]: 80% a. [15 years] a. [15 years] 2 & Allied b. [10 years] [Doctorate]: 20% b. [25 years] Structures) c. [5 years]

a. [20 years] a. [20 years] 3 b. [10 years] Expert (CFRD) b. [25 years] -do- c. [5 years]

a. [20 years] Expert a. [20 years] 4 -do- b. [10 years] b. [25 years] (Tunneling) c. [5 years] Expert a. [15 years] Bachelor’s Degree]: 80% a. [15 years] 5 b. [10 years] (Mechanical b. [25 years] Works) [Master’s Degree]: 20% c. [5 years] Total 100

Minimum Qualifying Score [60 %] * Relevancy of specific experience as per job requirement against each position may be provided in brief.

20 2. PART – II

SUBMISSIONS FROM APPLICANT FIRM/ JOINT VENTURE

(IN TRIPLICATE) 2.1 SUBMISSIONS WITH EOI DOCUMENTS

Interested [Local firm or Foreign/local Consultants JVs] must provide following information indicating that they are qualified to perform the services.

1. Information submission form 2. Copies of registration of the Firm/ JV (as the case may be) with Pakistan Engineering Council (PEC) along with updated renewal. 3. National Tax Number(s) of the Consultant. 4. Summary of Projects handled in last 10 years as per attached format (Form-A). 5. Names and short CVs of Principal staff including their PEC registration along with latest renewal, as per attached format (Form -B). 6. List of similar assignments undertaken by the firm/ JV within last 10 years as per attached format (Form -C). 7. Names and short CVs of Proposed Experts including their PEC registration along with latest renewal, as per attached format (Form -D). 8. Status of litigation / arbitration by the Consultants’ against the client if any. 9. Copies of “Memorandum of Understanding (MoU)” among the Joint Venture partners (as the case may be)

21 2.2 INFORMATION FORM [Name of Department/Entity]

Assignment : ______Project : ______Date : ______

1. Name of consultant [Lead partner if joint venture] · Address · Telephone No(s) · Fax Number · E-mail Address · Registration No. with PEC alongwith Registered Office Address.

2. Description of consulting firm (ownership/organization)

3. Experience (Number of Years) · Local/national · International · Regional (within the country-details)

4. Name(s) and Address(es) of firms, if a JV; their short description and description of their role in the JV/ Association.

5. Experience of the Consultants (on appended forms) during the last 10 years: · Specific (3 Projects of similar magnitude and complexity) · General (10 Projects) (in all Fields but not completely relevant)

6. Organization chart showing consultant’s structure.

7. Capital of consultant (Financial Statements for the latest three years). · Subsidiaries and associates. · Annual fees in the last five years.

22 · Financial reference [ name/address of bank(s)]

8. Professional staff available for the assignment on the appended format.

9. Additional information (if any but relevant).

Yours truly, Name of Authorized Representative Position: Date:

23 2.3 SUBMISSION FORMS FOR APPLICANTS 2.3.1(Form-A) (NAME OF THE PROJECT) SUMMARY LIST OF PROJECTS HANDLED BY THE FIRM (To be filed by each firm in case of joint venture) (Services carried out in the Last 10 years) Scope of Services:  Project Handled as: Total Cost of Management: M Location Implementation  Single Firm : S Scope of Project Sr. Name of the Cost of the Cost of Services  Design: D Province/ Client Start ------ Lead Firm : L Components/Vol No. Project Project Service provided by  Procurement: P Country Completion-----  Joint Venture:J ume of Work etc. s the Firm  Construction  Partner Supervision: C

1

2

3

 Only relevant scope of services be selected

24 2.3.2 (Form –B)

FORMAT OF SHORT CV OF PRINCIPAL STAFF (To be filed by each firm in case of joint venture) (Mandatory to fill up but will not be included in evaluation)

1. Name :

2. Profession/Expertise :

3. Date of Birth :

4. Years with the Firm :

5. Nature of experience in this firm and others :

6. Membership of Professional Societies :

7. Education :

8. Other Training

9. Knowledge of Languages :

10. Key Qualifications (Maximum ¾ of a page) :

11. Status with the firm i.e. Regular/Non regular or : Period/years working with the firm

25 2.3.3 (Form –C)

SPECIFIC EXPERIENCE OF CONSULTANTS (To be filed by each firm in case of joint venture) (Relevant services carried out in the Last 10 years which best illustrate qualification)

[NAME OF THE FIRM/CONSULTANT]

1. Name of Assignment :

2. Country :

3. Name of Client :

4. Address :

5. Start Date : Month/Year

6. Completion Date : Month/Year

7. Professional Staff Provided :

8. No. of Staff :

9. No. of Staff Months :

10. Approx: Value of Services :

11. Name of Other JV Firms : (If any)

12. No. of Staff/Staff Months Provided by the JV partner(s) :

13. Name/Position of Key Staff :

14. Description of Project :

15. Description of Services Provided by the Firm :

26 2.3.4 (Form-D)

FORMAT OF CURRICULUM VITAE OF PROPOSED EXPERTS (To be filed by joint venture as single entity) (Against nominated positions as provided in evaluation criteria)

1. The Discipline/ Expertise :

2. Name of the Firm :

3. Name of Nominee :

4. Date of Birth :

5. Years with the Firm :

6. Nationality :

7. PEC Registration/ Membership No. :

8. Key Qualifications : (Provide an outline of the nominee’s experience)

9. Academic Qualification :

10. Employment Record :

11. Languages and : (In speaking, reading and writing as Degree of Proficiency Excellent-Good-Fair-Poor)

12. Certification I, the undersigned, certify that, to the best of my knowledge and belief, these bio-data correctly describes myself, my qualifications and my experience.

Signature:

Dated: day/month

27 3 FIGURES 3.1 (Figure-1)

28 3.2 (Figure-2)

29