<<

National Highway Authority (Procurement and Contract Administration Section) 28 Mauve Area, SectorG-9/l,Islamabad () Phone: +92-51-9032727,Fax: +92-5l-9260419

FRi[rro'Yrri$rr.n Ars

Documentsfor Submission To PublicProcurement Regulatory Authority

FOR

ConsultancyServices for DetailedDesign Review andConstruction Supervision of lmprovementand Wideningof Chakdara- - FatehpurSection of NationalHighway N-95 (S2 Km)

August,2017 ATTACHMENT. I (Seerequlation 2) PUBLICPROCUREMENT REGULATORY AUTHORITY (PPRA) CONTRACTAWARD PROFORMA - I To Be FilledAnd Uploadedon PPRAWebsite in Respectof All PublicContracts of Works. Services& GoodsWorth Fifity Million or more

> NAMEOF THE ORGANIZATION/DEPTT. National Highway Authority

> FEDERAL/PROVINCIALGOVT, FederalGovt (AtonomousBody)

> TITLEOF CONTMCT Consultancy Services for Detailed Design Review and ConstructionSupervision of lmprovementand Widening of Chakdara- Mingora- FatehpurSection of NationalHighway N-95(82 Km)

TENDERNUMBER 6(408)

BRIEFDESCRIPTION OF THE CONTRACT NHA launchedan ambitiousprogram for the communication sector in .One of the importanisieps under this program was the federalizationof the main communicationartery runningthrough the Swat valley from Chakdarato Kalam and its designationas the National HighwayN-95. Preliminary design of the project for reconstructionis completedby the M/s Asif Ali and Associates. NHA intends to appoint Consultantsfor detailed review of preliminarydesigns and to performconstruction supervision for Rehabilitation& Widening of Chakdara- Mingora- FatehpurSection (82 Km)of NationalHighway N-95.

TENDERVALUE Pak.Rs.74.842.0961-

NotApplicable as the projectcomprises of Engineering ESTIMATE(for civilworks only) ENGINEER's Services

ESTIMATEDCOMPLETION PERIOD 11 86 daysi (39 months)

WHETHERTHE PROCUREMENTWAS INCLUDEDIN ANNUAL PROCUREMENTPLAN? Yes X No .t

ADVERTISEMENT (i) PPRA Website (FederalAgencies) Yes NO X

(ii) News Papers Yesl{ No x

2 DAILIES'ROZNAMAJANG' ANO''EXPRESS TRIBUNE" (lf yes, give namesof newspapersand date) DATED29TH SEPTEMBER, 2016

TENDEROPENED ON (Dateand Time) TECHNICALBIDS OPENEDON 21STOCTOBER, 2016 AT 12OOHRS I FINANCIALBIDS OPENED ON 26rHAPRIL, 2017AT 1100HRS

> NATUREOF PURCHASE Procurementof Services

> EXTENSIONlN DUE DATE(if anY) Yes X No

> NUMBEROF TENDERDOCUMENTS SOLD NHA AND PPRA WEBSITES FOR DOWNLOADINGBY (Attachlist of BuYers) PROSPECTIVEBIDDERS

> WHETHERQUALIFICATION CRITERIA WAS INCLUDEDlN BIDDING/TENDERDOCUMENTS (lfyes enclose a copy) (COPYOF QUALIFICATIONCRITERIA ATTACHED)

WHETHERBID EVALUATIONCRITERIA WAS INCLUDEDIN Yes | \i No x BIDDINGiTENDERDOCUMENTS (ifyes enclose a copy) (COPYOF EVALUATIONCRITERIA IS ATTACHED) WHICHMETHOD OF PROCUREMENT WAS USED:- (Tickone)

a) SINGLESTAGE - ONEENVELOPE PROCEDURE x

Page1 of 2 CONTRACTAWARD PROFORMA - I To Be FilledAnd Uploaded on PPRAWebsite in Respectof All PublicContracts of Works. ices& GoodsWorth Fifitv Mill

c) TWO STAGEBIDDING PROCEDURE X

d) TWO STAGE. TWO ENVELOPEBIDDING PROCEDURE X

- Pleasespecifv ( aqy other methodof procurementwas adoptedwith brief reasons (!,e. Emerqencv, Direct Contractinq, Neqotiated N/A Tenderinqetc.

. WHO IS THE APPROVINGAUTHORITY NHA EXECUTIVEBOARD > WHETHERAPPROVAL OF COMPETENTAUTHORITY WAS OBTAINEDFOR USING A METHOD OTHER THAN OPEN COMPETITIVEBIDDING > NUMBEROF BIDS RECEIVED > WHETHERTHE SUCCESSFUL BIDDER WAS Yes No X LOWESTBIDDER > WHETHERINTEGRITY PACT WAS SIGNED Yes No x

Page2ot 2 ENT.

PUBLICPROCUREMENT REGULATORY AUTHORITY (PPRA)

CONTRACTAWARD PROFORMA . II

To Be FilledAnd Uploadedon PPRAWebsite in Respectof All PublicContracts of Works, Services& GoodsWorth FiftvMillion or more

NO,OF BIDDERS PRESENT AT THE TIME OF OPENING OF BIDS Six (06)

NAME& ADDRESSOF SUCCESSFUL BIDDER M/s NESPAK(Pvt.) Ltd, (LeadFirm) in JV with Mls MM Pakistan(Pvt.) Ltd,

Address: Highwaysand Transportation EngineeringSection, NESPAK House, 2ndFloor, Ataturk Avenue, Sector G-5/2, lslamabad,Pakistan

RANKINGOF SUCCESSFUL BIDDER IN EVALUATION REPORT HighestRanked Bidder (i.e.1st, 2nd, 3rd EVALUATED BID)

The road is generallyin a dilapidated state with pot-holes/broken pavement structuremaking vehiculartravel very difficult.Apart from a few kilometersin thestart (where the roadis 7mwide), the road width is generallybetween 5m & 6m with untreatedshoulders. The geometrics and drainage needs improvementthroughout the section.

INCASE EXTENSION WAS MADE IN RESPONSE TIME, WHAT WERE Noextension in proposals REASONS(Briefly describe) submissiondeadline was given

WHETHERNAMES OF THE BIDDERS AND THEIR PRICES WERE Yesl { | No I x READOUT AT THETIME OF OPENING OF BIDS

DATEOF CONTRACTSIGNING (Attach a copyof agreement) 23roAugust 2017 (Copyattached)

CONTRACTAWARD PRICE Rs.74.842.096/-

WHETHERCOPY OF EVALUATION REPORT GIVEN TO ALL BIDDERS (Attacha copyof bidevaluation report) (Copyattached)

ANYCOMPLAINTS RECEIVED (lf Yes, result thereof)

ANYDEVIATION FROM SPECIFICATIONS GIVEN IN THE TENDER Yesl x I No NOTICE/DOCUMENTS (lfyes give details)

es X No T ll t NatrorilAL Hrcnwav AUIHoRITY {Proourenent and Contract Adnlnletrattoa $ecttonf I 28 Meuve A:oa, Sectot G-gllr lslamabad (Palrtstan) Phone: +92-E Farc +92-5 L-9264419 I 1-9(}3.2727, I I t I I CoftrgINED Ever,UerTONTIEPORT T I Fon CoIgSULTANCYSNnVTCES FOR DUTETLED I Dusrcn Rpvrpw ANDCousrRUcrIoN t Suppnvrslon Or IMPROvEMEIITAND WrpPrIIrG OF CHAI{DARA - II4INGOFIA- I FnrpnPuR Sgcttou oF N.ntroNAL ,l Hrcnw*v N-95 (82 KMI ,l

I MRY,2OI7 I T t Technical Evaluation lZoV I Evar,ueuoil RepoRr

I 1 BAcKcRotUD NHA launched an ambitious program for the communication sector in I Khyber Pakhtunkhwa. One of the important steps under this program was the federalization of the main communication artery running througtr the Swat valley from Chakdara to Kalam and its designation I as the National Highway N-95. Responsibility for its maintenance and further development was taken over from the Frontier Highway I Authority and handed over to the National Highway Authority in February 2OO7.

I Since this federalization, a number of sections which needed urgent attention were taken up by the NHA for emergency maintenanee. Now the NHA has undertaken a major project for lmprovement and I Widening of the errtire N-95 to upgrade it to the standards of a I National Highway. The Highway N-95 originates near Chakdara on National Highway N- 45 and terminates at Kalam while passing through Mingora, Manglor, I Khawazakhela, Madyan and Bahrain. t Prelinainary design of tJre project for reconstruction is completed by the M/s Asif Ali and Associates atrd in-house design by NHA for Improvement and Widening of the Chakdara - Mingora - Fatehpur I Section (82 Kms) of National Highway N-95.

National Highway Authority intends to appoint Consultants for I detailed review of prelirninary and in-house designs to provide updated Design and perform construction supervision for I Rehabilitation & Widening of Chakdara - Mingora - Fatehpur Section (82 Km) of National Highway N-95. Based on the updated Design, preparation of construction drawings and BOQs is also included in I the tasks of the Consultant before constmction supenrision.

This report covers tJ:e procurement process carried out for selection of T a competent/capable consultant to undertake the assignment t outlined above.

Detailed Desigr Review and Construc$on $upervision of Improvern*tt and Widening ol 4z=--Y"', I TechnicalEvaluation lzOrz _ I 2. NBgp Assr^gsrflEilr The road is generally in a dilapidated state with pot-holes / broken pavement structure making vehicular travel very difficult. Apart from I a few kilometers in the start (where the road is 7m wide), the road width is generally between 5m & 6m with untreated shoulders. The I geometrics and drainage aeeds improvement throughout the section' I 3. Pnorpcr Dgrrnrnog The proposed design for tJre National Highway N-95 Chakdara - Mingcra - Fatehpur (82 ltm) consists of 2 undivided lanes standard l width of 7.3m with treated outer shoulders on both sides. The project is financed by the Saudi Fun4 for Develoomen! (SFDI.

I 4. PR(}TECTOB'ESUVES I The project envisages widening arld improvernent of the road to get a better Level of Service and ta improve the structural capacity of the road. Length of the road is about 82 kilometers and existing width I varies from 5.5m to 6.lrn in different sections of the road.

The project provides m4ior tangible and intangible benelits which I includer I Savings in vehicle operating costs and travel tirne. Significant relief to tJle tvro-way heavy traffic; presently being I operated on a single road of insufficient width.

I area to the manufacturing units, industries and main markets in t other parts of the country. b. FC-l Srnrue I The reyised PC-1 was approved by Provincial $teering Committee of Khyber Pakhtunkhwa in its rneeting held on 5th November, 2015, at an amount of Pak. Rs.3,453.71 Million. General Manager (Planning) I vide his letter No.2 (93)/NHA/Plg. Section / L5 I 399 dated 8th December, 2015, forwarded the signed copy of PC-l to Director {Roads} and requested to forward same to the Economic Affairs Division for further I processing.The relevant record is enclosed lRsfi Anae:nrre-A).

Services for Deteiled Design Review and Construction Supervieion of Irnprovementand Widenlngof page-z "-ffi;;^*".Tl h I n'ry'8'Km,fu. I v I Technical Evaluation I aofz I 6. Tnwp Ppnrop The project is scheduled for completion in thtrtv nt+e l39l months.

I Ff AnrrEnrrspupllE

RFP Notice vras advertised in t'rso daily newspapers narnely: The l Express T?ibune (English Newspaper) and Roznama Jang { Newspaper) on 29* September, 2OL6, and also uploaded on NHA and I PPRA websites (Reft Annexuro-B|. I 8. PnB-PnolosAr, Mpp.flile The Pre-Proposal meeting was held on Sth October, 2016 at 1100 hrs in NHA Auditorium, HQs Islamabad. The proceeding of Pre-Proposal I meeting i.e. Minutes of Fre-Proposal Meeting, Addendum No.l and attendance of participants a-reenclosed (Ref: Annoxure-C|.

T 9. $uetgssrox / Opeurile On PnoFosALs I 9,1 Follovging eight {08) coasultancy firms/JVs submitted their technical and financi.al ptoposals on 2lstOctober, 2OL6: I 1. M/s EA Consulting (Rrt.JLtd.; 2. M/s Zeeruk International {Hrt.) Ltd.; I 3. M/s Engineering General Consultants EGC (Pvt.) Ltd. in JV with M1s AL-IGSIB Group of Engineering Services (AGES); 4. M/s Prime Engineering & Testing Consultants (R/t.) Ltd. in JV I with M/s Finite Engineering (kt,) Ltd, and M/s Waterwise; 5. M/s Asif Ali Associates (Rrt.J Ltd. in JV with M/s Engineering I Consultancy Services Punjab (Pvt.) Ltd. and M/s A.A. Associates; 6. M/s PEAS Consulting tFrt.) Ltd. in JV with M/s Repubtic I Engineering Corporation - REC (Pvt.) Ltd. and Mls LOYA Associates; I 7. M/s NESPAK (Rrt.) Ltd. in JV with M/s MM Pakistan (Pvt.) Ltd,; 8. M/s Associated Consulting Engineers - ACE (Rrt.) Ltd.;

I 9.2 The Opening and Evaluation Committee constituted in respect of NHA Code-2005 and further revised vide Circular No 6( )/GM{P&CA}/ I NHA/15/116, dated 23.4 January, 2015 was invited vide office letter

I T T-- I Technical Evaluation l rfrn_ No.6(aO8)/GM(P&CA)/NHAiL6/L569 dated Lgth October, 2OL6 for opening of proposals. The Technical proposals were opened on the I same day i.e, 21st Octobet, 2O16 in the presence of representatives of eonsultants, The proceedings of ttre proposals opening are enclosed I [Ref: Annexure-D). I 10. EvAluATIo[ 10, I EVALUATIONp_RITERIA I ?he evaluation of technical proposals is based on the following criteria:

S.I{o. Descrlptlon/ Itenc Points I i. Experience of the Firm 15O a) @neralErperience (25) I b) SpecifrcExperienne of tte F*m $25) ii. Approach & Methodologr f lO Oualification and Competence(in Areas of Expertise) lu' 600 I oi th" Key Personnel iv. Present commitrnents of the Firm O4O I v, Past performanceof the Firm 1O0 Totnl Polnts: fOOO

I Minimum qualifying technical score: 7g% I ?he percentage distribution of weightage earmarked for evaluation sub-criteda for suitability of Key Persennel are:

t S,No. Descrlptlon/Items Percentage Detalled Desilgn Revtew Phsse I i. Acaden:ic and General Qualilication 3Qo/a ii. Project Related E4perience 60% I iii. Status with the firm 7Oa/o 100% I Consf nrcf,lon Snperuislon Ph'ose i. Acadeslic and General Qualifrcation 30% t ii. Project Related Experience 65'/o iii. Status qrith the firm 5o/o I 100%

I I ,r- t Technical Evaluation I ZO1,I- 10.2 Dptatlpp Evaluetlott

T The score earmarked after completing the tech.nical evaiuation of each of the received proposal by the NHA's Opening and Evaluation t Committee are tabulated below: Sr. I lYo, lf*mo of Corsultant Score Rlnk 1. Mls NESPAI((R/t.) Ltd. in JV with M/s 76q 18t l MM Pakistan {Rrt.l Ltd. 2. M/s Asif Ali Associates{h/t.} Ltd. in JV udth M/s Engineering Consultancy zF.3 2nd I ServicesPunjab (h/t.) Ltd, and M/s A.A. Associates e M/s Prime Engineering & Testing I Consultants (Pvt.)Ltd. in JV with M1s 7*2 3rd Finite Engineering {tut,} Ltd- and M/s I Waterwise 4. M/s EA Consulting {Pvt.)Ltd. 743. 4trr o, M/s AssociatedConsulting Engineers- I 4ttr AcE (Pvt.) Ltd. re 6, M/s PEAS Consulting (Pvt.)Ltd. in JV I with Mls Republic Engineering 701 Stlt Corporation - REC {F/t.) Ltd. and M/s I LOYAAssociates 7. M/s Zeeruk International (Pvt.)Ltd. 684 6th :l B. Ml s Engineering GeneralConsu'ltants EGC tPrrt.)Ltd, in JV with Mls AL-I(ASIB 647 7th I Group of Engineering Services(AGES) 10.3 The Summary Evaluation Sheets (SES) and Personnel Evaluation Sheets (PES)as per evaluation done by the Opening and Evaluation T Committee of NHA, on the basis of which the entries are made in rl table under Para 10.2 are enclosed lRef: Annexure-E|. 11. RncoureEsolTle$s t 11.1 Only six {O6)consultancy firms/JVs from ttre competing consultants as mentioned in table under Para LO.2above have obtained more than minimum passing scor€ of 70a/oin the technical evaluation as per the I stipulated criteria in the RFP:

Reviewand Construcuon Supcrvieion of Improvement and lryideningof T l;'*"r**"'ry^'q #-ly- I t

1 M/s NESPAK (Rrt.) Ltd. in JV with M/s MM Pakistan (tut.) Ltd.; I 11. M/s Asif Ali Associates (Pvt.) Ltd. in JV with M/s Engineering Consultancy Services Punjab (Rrt.) Ltd. and M/s A.A. Associates; lU. M/s Prime Engineering & Testing Consultarrts (h/t.) Ltd. i:a JV I with M/s Finite Engineering {Pvt.) Ltd. and M/s Waterwisel lV. M/s EA Consulting {Rit.) Ltd.; I v. M/s Associated Consulting Engineers - ACE (Rrt.) Ltd.; vi. M/s PEAS Consulting (Putl Ltd. in JV with M/s Republic Engineering Corporation - REC (Pvt.) Ltd. and M/s LOYA l Associates.

ll.2 Foregoing in view, the Opening and Evaluation Committee I recommends that the technical score assigned to the lirms/JVs as tabulated under Para 1O.2, flBI be approved prior to its forwarding to I Saudi Fund for Development {SFD) for concurrence, please. 12. $lutrurssrou I --t- The Opening and Evaluation Committee submits Para 11/N for I on), piease, ==: lulwr I DeputyDirector Director (P&CA)-III 1/oefr 7 I t.' (P&CA)_II I I I @r- I {Planning} I

I 7a@)

Consllltarcy $enrices for Detailed Deoign Review snd Constructibn Superrrision of Impfoyement and Widening of way N-95 (82 Km) Page-6 T I /f I Combined Evaluation I ZOIJ I I I I I I I FinaneiaU I Combined Evaluation Report I I I I I I I I

Consqltarcy Services fol Detailed Design Review and Consbuc{on Supervioion of Improvement and Widenlng of Chakdara - Mingora - Fatehpur Section of National Highrvay N-95 {82 Kmf Page-7 I Combined Evaluation IZOV 14. CoucunnrucpOnSFD I Subsequent to the approval of technical proposals' evaluation by Member (Engg. Coord.), the Technical Evaluation Report was forwarded to SFD for concurrence tluough email dated 23m Febrrrary, I 2AL7. The SFD accorded No Objection on the marking of technical proposals through email dated 2Os April, 2OL7. Since the proposals were received on 2L*t October, 2016 and its validity had expired on t 19s April, 2OI7; therefore, all the participating consultants were requested to extend validity of their proposals for further 180 days. All I the participating consultancy lirms/ JVs compbed with the request of NHA and extended the validify of their proposals for the desired period of time. The cor:respondence mentioned above is enclosed for record I (Ref: Annexure-Ff. I 15. Opmuur-gOptr*rnencrer,Pnoposers Financial Proposals of following six {06) technically qualified firms/JVs were opened on 26ttt April, ZOLT in the presence of NHA'e I Proposals Opening/ Evaluation Committee members and authorized representatives of the consultants. Attendance Sheets of Committee I members and consultants' representatives along with the summary sheet of financial proposals opening are enclosed for record (Ref: Annexure-Gl. The linancial proposals of the consultants announced t during tJre Iinancial opening are as under:- I Nancr of ths Lcral Ftr6t s, Mls Asif$i Dercr$tloa M/s Mls Frime M/s EA M/s PEAS Ifo, & M/s AcE NESPAK Engineering Consuldng Cons:ilting Associates I I Ea|rry Qort/ 63,015,600 69,245,399 63,774,113 78,066,000 65,790,882 57,980,307 Rcnuncrstloa l{al' Salor TEx stt to,o82,496 Ll,o79,264 10,203,858 12,49O,560 r0,526,541 9,276,949 a€twlacl (D 16% I 2, Dltsct Coet r,744,000 2,560,000 I1,336,556 14,714,400 5,364,000 L,?60,0oo lIIo+$alary! 3. I CorliagEnotct Ora:rd Total ?4re42r(86 82,484.82 85,914,527 1O5r2?O,560 t1,681,429 59,o17,166

I 16. ARITHIIIEfIc ERBORS& I$CoN$IBTEITCIES 16.1 No arithnaetic error or addition/ omission were found in the above I listed financial proposals.

16.2 The comparative statement for all six financial proposals is enclosed I (Ref: Annexure-Ilf.

for Detailed Design Review and Constrrrction of Improvcment and Widening of Fatehpur Section of N-95(82 Kml page-8 I t 1-"-$ *%-l t w rr rl CombinedEvaluation I ZOf- L7. E$lancnr,SponpJ9er,cuugor

I The lowest frnancial proposal {F*} among the six t06) is given a financial score (Sr)of 1000 points, The financial score of the remaining I proposals is computed as follows: S, = (100OxF*)/F I Where, Fm= Lowest Financial Proposal F = amount of specific financial proposal I 18. ColErrspEvAluer.rou 18.1 Using above formula the financial scores are calculated which are I given in tabular form as under: I lfaaer ofthc L.aal trlr'l| Dccorljtlon M/s PEAS M/s Asif Atl M/s Prime M/s EA M1$ NESPAK M/s ACE Consulting & Aseociates Engineering Consulttng guofi,sC 69,017,tffi 7+,842,096 8I,681,433 82,88+,662 105,270,560 t Am.oult 85'314,527 ET.Iuate.l 69,O17r156 7.1r84!,096 E1,681,-74 Araouat E2rEE4r611 85,31{1729 toEp?o,56o l.lrrrnolal I too0 922 845 838 8$t 656 SGorg I 18.2 The result of the combined evaluation is therefore shown as under: Comblned, ,l Technical Evaluation Flnanclal Evatuatlon Bneluation lfameg of Lead Tochnlcal lecDrdcsl Flnarold Elnanclsl Scores X'lrma $oores Scoree sttl Wt. Factor Polnts stf) Wt.Ibctor Polnte S{tf x T+ RanL I (rl s{tf x T (Fl flOxr s{fl x F M/s NESPAK 768 0.80 ffi 922 0,20 184 798 l.t M/s Asif .Ali & 758 0.80 606 833 0.20 7]t3 2on I Associates 167 M/s ACE 743 0.80 594 845 0.20 t69 763 3|{ I M/s Prinre 749 0.80 59.:. 809 0.20 761 4tL Engineering 162 M/s PEAS 701 0,80 1000 o.20 761 4tr I Consulting 5qr 200 M/s EA 743 0.80 594 ouo o.20 131 726 5rI I Consulting T

Dcoign Review and of laprrovement and Widcniag of I 4tlru- T [-- _ l,l

rl 19. RESULTOF _CjMErilEp EvALuATtorY I As a result of Combitred Evaluation, M/s NESPAK (f/t.) Ltd. in JV with M/s MM Pakistan (Rrt,) Ltd. is the highest ranked Consultants t with evaluated consultancy cost Pak. Rs.74,842,A96t-. 20. Bpcorfirnup,a1rorr Bv THB Etr,ueflo$ ConrtttsrTpp

I Pursuant to Instructions to Consultants (ITC) Sub-Clause 6.L under the head "Negotiation" of Request for Proposal the Opening & I Evaluation Committee recommends that M/s NESPAK {h/t.} Ltd. in JV with M/s MM Pakistan {Pvt.} Ltd. the highest ranked Consultants may he invited to negotiate the Contract for Consultancy Services for I "Detailed Design Review and Construction Supervision of Improvement and Widening of Chakdara - Mingora - Fatehpur Section I of National Highway N-95 (82 I(mJ" 2I. Sugutssto$

I The Evaluation Comrsittee submits Para 20/N for kind perusal and

I (--T-*:> T&rw,x I Dlrector {Planrfirig) t 'l /dA!* ffi (Engg.Coord.-I) Aided I Projects 'l M- neral Managof Gioneral Managet2l*, (Ptanning) '"ln t Connenor t; Mpurpn lEr(ca. Coono.

I IT

Consultancy Services for Design Revlew ald Construction Supervision of Imprrovement and Widening of t chakdara - Mingora- Farchpur SecLionof National Highway l{-95 (82 Kml Page-10 I I Contract NegotiationuI eOfz I I I I I I I t Contract Negotiation I

Consultancy Services for Detailed Design Review and Construction Supervision of Improvement and Wdening of Ctralcdara --Mingora - Fatehpur Section of National llighway N-95 (82 Km) Page-11 F I Contract Negotiations I 23. Npqotnnou MPBtlxc Subsequent to the approval of Member (Engg. Coord.) for Combined I Evaluation Report upon recommendation of NHA'$ Evaluation Committee, tJre highest ranked Consrrltants; M/s NESPAK (Pvt.) Ltd. in JV with M1s MM Pakistan (Rrt.| Ltd. were invited vide NHA Letter t No.6(aO8)/GM{P&CA}/NHA/LT1766dated 15thMay, zAfi for contract negotiation. The contract negotiation meeting wa$ held on 18ft May, I 201"7,

I 24. FRocpsgnrqg or Cotrn*cr Npcort+rtor I NHA's Proposals Opening and Evaluation Committee comprising following NHA officers negotiated contract with the highest ranked I Consultants: al GM (Planning) I b) GM (P&CA) c) GM (EnggCoord.)-I Aided Projects I d) GM (Design) I e) GM (Finance) fl Director (Planning) I gl Director {P&CA} - III h) DeputY Director (P&CA) - II

I The contract negotiations with the highest ranked Consultants was successful and the draft contract was also finalized/ agreed at an t amount of Pak. Rs.74,842,0961- {inclusive of all type of indirect local tares). The proceedings of contract negotiation meeting have been T covered in the Minutes of Negotiation which are attached along with attendance record of the participants (Negotiation Committee I members and authorized representatives of ti:e Consultants) for reference and record lRef: Annexure-I!. These minutes of contract I negotiation will be integral part of the consultancy contract agreement subject to approval by the Chairman NHA,

N1 Detailed Design Review of lflrprovernent and Widening of I - ^ Page'12 iri Chakdara Fatehpur Section of T t I 25. Rgcoluuo-nparlorus Foregoing in view, the Opening & Evaluation Committee recorunends (Detalled I award of Consultancy Senrices for Deslgn Review and Gonstructlon Supewlslon of Improvoment and ltlidenlag of I Chakdara - ltltngora - Fatehpur Secttoa of National Hlghway N'95 [82 l{nrl" to M/s NESPAK (Fv.L)Ltd. tl,ead Firm) ia W wth M/S MM, I Pakistan fPvt.l Ltd, the highest ranked Consultants in the Combined {Technical + Financial) evaluation, at the evaluated/agreed financial proposal of Pak. Rupees 7418421o196 (Pak. Rupees Seventy Four t Million, Eight Hundred FortyT\ro Thousand and Ninety Six Only). t 26. App5ov-4r.Or Awenp Bv I$IIA Expcrnrvp Bolno I 26,L According to NHA Code-20o5, Vol-I (Chapter - 4, Table IV-2] Page 83, NHA Executive Board has full Powers to approve the award of t Consultancy Services (Local Consuitants). 26,2 The NHA Executive Board in its 279th meeting held on 22ndMay,2OL7 I discussed/ approved the Consultancy Senices for Detailed Design Review and Construction Supervision of Improvement and Widening of t Chakdara - Mingora - Fatehpur Section of National Highway N-95 (82 Km) to M/s NESPAK {F/t.) Ltd. (Lead Firm} in JV with M/s MM I Pakistan {hlt.} Ltd. at the {inancial proposal of Pak. ..^Bupees subject to concurrence by SFD,. I 74,842.9%/: 27. Corlggnnsncs FngnilEFP

I 27.I The Project shall be linanced from the loan provided by Saudi Fund for Development, Therefore concurrence of SFD for award of I Consultancy Services for Detailed Design Review and Construction Supervision of Improvement and Widening of Chakda:ra'Mingora - I Fatehpur Section of National Highway N-95 (82 Krn) to M/s NESPAK (Pvt.) Ltd. in JV with Mls MM Pakistan (Rrr.) Ltd. at the financial I proposal of Pak. Rupees 74,842,096/' is mandatory.

concurrence of Clrraliman TFI is solicited to forward the Combined Evaluation Report to SFD'

and Constnrction of Improvement and Widening of It I High{'ay{j5{€ Page-13 ffin?*** ilu ft-- I Contract Negotiations I 28, FlrBMIEsIon the NHA's Opening and Bvaluation Committee submits Perr 27lN for I kind, perrrsal of Member (Engg. Coord.) and approval of Chalrnan IIIHA, please, I t M-r,u Director {P&CA-IX) Director (Planning) I [P&CA-II) I General Manager General Manager I (P&CA) (Engg. Coord.-l) AP I C-T\, %t> A@ #u0fYGeneral Manager / Generaltvl4ssge,* I (Planning) L (Finance) Convenet I I I I I I t I

C"""uttan"y S*"6s-tor Octaitea Desiga Review and Construction Supervisiou of Improvenrent arld Widening of I -'Mi11gotu - I'atehpur Secdon of National Hlghway N-95 (82 t(m) Page-I4 Chakdara lr I I NationalHighway Authority I I nliln +'.i,I -='-:+r'L -- .l .: '! r.!-:t Li ^-.'.! :1.-.'.1 i:....,..:.,...,. I tRi[Nt.v ri,$rr.-ivs I t REQUESTFORPROPOSAL I I t I Detailed DesignReview and Construction Supervisionof Improvement and Widening of I Chakd a,y^- Mingora - Fatehpur Sectionof I National Highway l{-95 (82 Km) I I (Aage1 to t25) I

I SEPTEMBER,20t6 I t I I

I ATTACHMENTS I Instructionsto Consultants(Annex A)

I Data Sheet(Annex B) I TechnicalProposal Forms FinancialProposal Forms I AppendixA (Termsof Reference) I AppendixB (Person-Monthsand Activity Schedule) AppendixC (Client's Requirementsfrom the Consultants)

Appendix D (Personnel,Equipment, Facilities and other servicesto be providedby the I Client). I Appendix E (Copy of ModelAgreement) t I I I I I

,atrrj=: I ..{t$H,l rPr fe\ i.jl ,.,., l€ 1.\ , i- l* I \ tf \

.,1 ('r'.i!rj I -u:!). :-;/ I t I Annex A t INSTRUCITONS TO CONSULTANTS GENERAL

I l.l Desiring consultanfsare invited to subnrit a technical and a financial pr.oposalfor consultingservices required for the assignmentnamed in the attacheclData Sheet{Annex B). The proposalscould form the basisfor future negotiationsand ultimately a Contract t betweenthe selectedconsultant and the client namedin the Data Sheet. t.2 A brief descriptionof the assignmentand its objectivesare given in the Data Sheetwhich I areelaborated in Appendix A (Termsof Reference)to this RFp, 1.3 The assignmentshall be implementedin accordancewith the phasing indicated in the Data Sheet'(When thc assignmentincludes several phases, continuation of servicesfor I the next phaseshall be subject to satisfactoryperformance of the previous phase,as deterrninedby the Client).

I t.4 The Clienf (NHA) has been entrustedthe duty to inrplernentthe Project as Executing Agency by GOP and funds for the projectlrave been approved and providedin the bgdger for utilization towardsthe cost of the assignmen!and the Client intends to apply" pariof I the fundsto eligiblepayments under the Contractfor wlrichthis LOI is issued.

r,5 To obtain first-handinfonnation on the assigrunentand on the local conditions,you are I encouragedto pay a visit to the Client before submitting a proposaland attenj a pre- proposalconference if specifiedin the Data Sheet.Your representativeshall mee: the official namedin the Data Sheet. Pteaseensure that the officlal is advisedof the visit in I advanoeto allow adequatetime for him to make appropriatearrangements. you must fully inform yourself of local conditionsand take Jheminto urcouni in preparingyour I proposal. t.6 Tbe Client shall provide the inputsspecified in the Data Sheet,assist fhe Consultantsin obtaininglicenses and pennits neededto carry out the services,and make available I relevantproject data and repolts. t.7 It is notified that:

I i. The costof preparingthe proposaland of negotiatingthe Contract,including visit to the client, are not reimbursableas a direct cost of the Assignment,and

I ii. The client is not boundto acceptany or all of the proposalssubrnitted.

1.8 An invitation to submit proposalshas beensent to the firms as listed/stateclin the Data I Sheet. I 1.9 In orderto avoid conflicts of interest: Any firm providing goods, works, or services with which the consultant is affiliated or associatedis not eligible to partieipatein bidding for any goods, works,or services(other than the Services and any continllation ihereog reiulting I f,..^- ^ - ^ ^-^ ^: ^- J -- -:1r ,! I I ii' Any previous ,or ongoing participation in relation with the project by the consultant(including paftners in case of JV), its Key Personnel(profesiional staff), its affiliates or associatcsunder a contractrnay result in reiectionof the ptoposal. Any situation in that respectmust be clarified with the Client before preparingthe proposal.

, DOCUMENTS

2.') To prepare a proposal,please use the attachedFormslDoccnnents lisled in the Data Sheet.

2.2 Consultants |equiring a clarificationof the Documentsmust notify the Client, in writing, not later than Fourteen(14) days beforethe proposalsubrnission date. Any rcquesffor clarificationin wriJing,or by cable,telex or tele-faxshall be sent to the 'l"he Client'saddress indicated in the DataSlreet. Client shall respondby cable, telex or telefax to such.r'equesfs and copiesof the r.esponseshall be sentto all invitedconsultants.

2.3 41 any time beforethe submissionof proposals,the Client may, for any feason, whether at its own initiative or in resporrseto a claritrcation requestedby an invited consultingfirm, modify the Documentsby amendment. The amendment I shall be sentin writing or by cable,telex or telefaxto all invitedconsulting firms and will be bindingon them.The Client nay atits discretionextend the deadlines I lor the submissionof proposals 3. PREPARATION OF PROPOSAL

I Desiring consultantswill submit a Technicaland a Financial proposal.The praposals shallbe wrirten in Englishlanguage. t 3.1 TechnicalProposal

3'l.l The TechnicalProposal should be subrnittedusingthe format specified and shallinclude I duly signedattd stamped forms appendedrvith the RFP.This is a mandatoryrequirement for evaluationof proposarsand needsto be filed up carefulry

The proposals I shouldbe boundin the hardbook bindingforrn ro deny the possibilityof renoval or additionof page(s).All the pagesof proporuismust be signedand starnpedin original by authorizedrepresentative of the firm/JV. All the pages-mustbe numbered startingfrom first page,to last. Any proposalfound not adhering-fothese requirements I may be rejectedat the tirne opening.

3't"z In the TechnicalProposal, the generalapproach and methodologyshall be proposedfor carrying I out the servicescovercd in the Term of Refbrence,including ,u"h d"tuilrd infonr.ralionas r3levant .deemed togetherwith consultant'sappreciation of tlie project I from provideddetails and a, A dctailedoverall work programmeto be provicledwith tirning of the assignment I of eachKey Personnelor other staff memberassigled to the project, An estimate I I c. Clear descriptionof the responsibilitiesof eachKey Personnelwithin the overall I work programme. d, The CurriculumVitaes of all Key Personneland an Affidavit on stamppaper duly attestedby Oath Commissionerto the effect that the proposedpersonnel shall be I availablefor the assignmentin the projectduration and their presentplace of duty may also be menfioned.Failure to provide :he Affidavit rnay result in to no further evaluationof the proposal.The consultantsare advisedto suggestsuch T namesthat shall be availablefor the Assignmenl, e. The TechnicalPloposal shall inclLrdeduly filled in fonns providedin this RFP: the name,background and professionalexperience of each Key Personnelto be I assignedto the Project,with pafticular referenceto his experienceof work of a naturesimilar to that of the proposedassignment.

I f. Currentcommitments and past perfbrrnanceare the basiccriieria in evaluationof Technical Proposal.Consultants are required to provide the details of present commitments/ongoingjobs as referred in the Form TECI-I-9 of Technical t Proposal.Further, the basis for consideringthe past performanceis the report from DesignSection and Construction Wing of NHA. I 3,1.3 While preparingthe TechnicalProposal, consultants arc expectedto examineall terms and instructionsincluded in the RFP. Failure to provide all requestedinformation shall be at consultant'srisk and may result adverselyin the scoring of the proposal.The I proposalshould be preparedas per RFP and any suggestionor review ofstaffetc. should be clearlyspelt out in Form TECH-4.This will be discussedat the time of negotiation meetingas and when called.

T Penalty against non-cornpliancewith the maximum page requirementbased in the 'CHECKLIST OF REQUIRED FORMS' provided in the Section of Technical ProposalForms will be two (02) score points per excesspage to be deductedfrorn the I total technicalscore. The consultantsare instructedto submit the CVs of Key Personnel by truly following the fonnat attachedat Form TECH-5. The CV's submittedon format t in deviationto thatspecified are susceptible of scoringlow. 3.1.4 During preparationof the TeohnicalProposal, consultants must give particularattention I to the followine: i. Consultantmay utilize the servicesof expatriateexperts but only to the extentfor which the requisifeexpertise is not availablewith any Palcistanifinn. In caseof I JV, the proposal should state clearly pa$ners will be "Jointly and Severally" responsiblefor performanceunder the Contractand One (Representative)partner will be solelyresponsible for all dealingswith the Client on behalfof the JV. lts I Power of Attorney on this accountis to be enclosed.The Representativepartner shall retainthe responsibilityfor the performanceof obligationsand satisfactory completionof the consultancyservices. PEC registersa foreign consultingfirm for issuinglicense to provide consultancyservices in Pakistan,which is basedon I formationof JV with the condition that the foreign consultingfirm shall plovide only that share of consultancyservices by the JV for which expertiseis not I availablewith Pakisani consultingfirms. A copy of JV agreementto be provided I I I at fhe time of finalizing the contractdocuments with specificresponsibilities and assignmentsto be lookedafter by eachpartner.

ii' Subcontractingpart of the assignmentto rhe other consultanJsis discouragedand only individual SpecialistSub-Consultanrs (having unique expertise whicJr is not availablewith others)may be inctuded.

iii' The Key.Personnelproposed shall preferablybe permanentemployees of the firm unlessotherwise indicated in the Data Sheet.

iv' The estimaled number of Key Personnet person-monthsrequircd for the Assignrnentis stated in the Data Sheet. The proposal should te based on a number of Key Personnel person-rnonthssubstantially in accordancewith the above number' However consultantsmay proposechanges in the light of tlreir experiencethrough pafticular conlrents on the TOR.

v' Proposedpersonnel ll shouldhave experience preferably under conditions similar to thoseprevailing rl in thc areaof the Assign,o"nt.The minimum requiredexperience of proposed personnel Key shall be as tistedin the Data sheet.

vi' No alternativeto Key Personnelrray be proposed,and only one curriculumvitae I (CV) may be subrnittedfor eachposition.

vii' If the Data Sheetspecifies lraining as a major componentof the Assignmenqa detailed description I of the proposed methodortgy, staffing, budget and monitor.ingis to be provided.

3'1'5 The TechnicalProposal T shall not includeany financialinformation. The Consultant,s comments,if any, on the data, servicesand facilities to be provided by the Client and indicated in the ToR shall be includedin the fechnical Proposal.a relhnical proposal I containinganyfinancia|inforrnationwillbetreatedas@ 1qjectionof the propod I 3.2 Financialproposal 3'2'l The Financial Proposal should be subrrrittedusing the fonnat specifiedand enclosed with this RFP' This is a mandatory rcquircnrentfor evaluationof proposalsand needsto I be filled up carefully. The total cost is ro be mentionedin rhe Forn FIN-7 and accordinglyin Form FIN-i too.

t 3'2'2 The FinancialProposal should list the costs associatedwirh the Assignment.These normally cover remulteration for staff in the lielclancl at hr:aclquarters,pGr dicrn, lroLrsing, transpoftation for :nobilizationand denrobilization,sErvices ond eq,rlpnrent of{ice, equipment, ivehicles, I furniture and supplies), prirrting of tJocurrrents,survcys ancl investigations.These costsshould ue bi

4. SUBMISSION OF PROPOSALS

4'l Consultants shall submit one original TechnicalProposal and one oLiginalFinancial Proposal and the nnrnberof copies of each indicaredin the Data Sheet.Each proposal shall be in a separafeenvelope inclicating original or copy, as appr.opriate.AII Technical Proposalsshall be placed in an envetopeclsarly markei "t"cilnicul proposal,,and the FinancialProposals in tlre otte marked"Financial Proposal", These two envelopes,in turn,shall be sealedin an outerenvelo;re bearing the adiressand informationindicated in the Data Sheet' The envelopeshall be clearly inarked, "DO NOT OPEN, EXCEPT IN PRESENCEOF TIJE EVALUATION COMMITTEE.';

4'2 In the event of arry discrepancy ll betweentbe copies of rhe propo.sal,-proposaisthe original shall govern. The original and each copy of the Teclrnicaland Financial shall be preparedin indelible ink and shatl be signed by the authorizedrepresentative of the consultant'The represcntative's ll autholizationshall be confirmed by a written power of attorneyaccompanying the proposals.Alt pagesof the Technicalancl Financial proposals lr shallbe signedby the perso'ror personssigning the proposar. 4'3 The proposal shall corrtainno interlineationsor ovenvritingexcept as necessalyto coffect errorsmade by tlre I consultantsthemselves. Any such correctionsshall be initialed bv the personor personssigning the proposal

4'4 The cornpletedTechnical I and FinancialProposats shall be deliveredon or beforethe time and date stated in the Data Sheef. The iocation for the subrnissionof proposals is I indicatedin the DataSheet. 4.5 The proposalsshall be valid for the numberof daysstalecl in the Data Sheetfrom the dare of its submission' Duringthis period,consultanti shall keepavailable the Key personnel proposed for I fhe Assignrnent. The Client shall make its best effort to cornplete negofiationsat the locationstated in the Datasheet within this period. I PROPOSAL EVALUATION 5.1 Evaluationprocedure and Criteria

t 5' l' I A quality cum cost basedprocecjure shall be acloptedin rankingof the proposals.The technicalevaluation shall be carriedout first, followeclby the financialevaluation. Firnrs I shallbe rankedusing a combinedtechnicar/fi'anoiar score, 5' l'2 The cvaluationcommiltee rvill correct any computationalerrors in Financialproposals. When corrccting computationalerrors, in caseof cliscrepancy(i) betweena partial (sub- total) I amount and the total amount, or (ii) betweenthe amouni derived by'multiplying unit price with quantity and lhe total price or (iii) betweenwords and figures,the formers will prevail. However, items describedin thc TechnicalProposals but-not priced, in the FinancialProposals I shall be assumedto be includedin the pricesof other activitiesor itemsand no corrections are madeto the FinancialProposal. ln casean activity or item is quantified in the Financial Proposal differently frorn the Technical pr6posal, the evaluation I commitfeeshall corect the quanfifieation indicated in the Finarrciaiproposal SO AS to make it cOnsiStent wifh fhat indicaterl in rha .l-ant -i^ot D-^-^--' r^- I I I correctionby applyingthe unit price includedin thc lrinnncialPloposal to tlre consistcntl correctedquantity. However, the proposalsthat quotc lrigherllrarr the rcrluiredinput of I person-monthsas per this RFPwill not beadjustecl. Wlrcleas thc pro;tosalsquoting lesser thanthe requiredinput of person-monthsas per this l{lrP shall be arliustedas lbllows. ll' unit pricefor the subjectperson-month is available,thc sane shallirc appliccl;and il'the t unit pricefol the subjectperson-months is not availablc.highcst unir pricefbr arrcctivity or item of the same category linternational clr national (l(ey Persouuelor other Perso:rnel)]as providedin the FinaneialPloposals shnll be applicd.'l-lrelleinrbursable T direct cost shall not be adjustedand the sarrreshall bc cappeclfbl' thc u\ssigrunent. sf TechnicalProposal

I The evaluationcommittee appointed by the Clisnt slrallcarly out its evaluationIcr thc project(s)as listedin Paral.l, applyingthe evalualiurrcriteria and poinl.tystenrsllccilicd in the Data Sheet.Each responsiveproposal shall be attributeda lechnicalscore {St). I Firrns scoring lessthan seventy(70) percentpoints slrall be rcic.cteriand their' lina&ia! propo.salsrcturlred un-opened.

T 5.3 FinancialProposal

5.3.1 The FinancialProposals of the threetop-ranking qualilying cnnsulting lilrns or)the blsis I of evaluation of Technical Proposalsshall be opened in thc presenceol- thc representativesof tlresefirms, who shall be invitcd tbr thc-occasiorr and who cars to attend.The Client shall inform the date, time and adclresslbr openingol' Finnncial I Proposalsas indicatedin the Data Sheet.The total pticc and major courponentso1- cach proposalshall be publicly announcedto the attendiugrcpresentrrtivr"rs ct the lirnrs.

5.3.2 The evaluationcommittee shall determinewhether the ljinancialPlo;rosals arc conrplete I andrvithout computational errors; all errors/discrepanciesancl dcviations l'iom respcctive Technical Proposalsas well as RFP shall be rJealt ryith lbr subsequcntscoring in accordancewith procedureand criteriagiven in Para5.1.2 hereinabovc. J'he lowest I FinancialProposal (Frn) among all shallbe given.r llrrancialseolc (SI) erl'1000points. The financialscores of the proposalsshall be computedirs lbllorvs: t S/: (1000x Fm/F I (F = amountof specificFinancial Proposal) 5.3.3 Proposals,in the quality cum cost basedselection shall linally Lreranlced according to their combinedtechnical (St) and financial(S1) scorcs usirrg the weiglrts ('l': thc weiglrt I given to the TechnicalProposal, P = the weight given to the FinancialPloposal; and T+P:l) indicatedin the DataSheet: I S:SrxT%+SfxP% t 6. NEGOTIATION 6.1 Prior to the expiration of proposalvalidity, the Clicnt shall notify the successful consultantthat subrnittedthe highestranking proposal irr rvriting, by registeredlctter, I cable telex or facsimileand invite it to negotiate ths Contracl. The proposedChief I I 6.2 Negotiationsnonnally take from two to five days.The aim is to reachagreement on all I pointsand initial a draft contractby the conclusionof rregotiations. 6.3 Negotiations shall commence with a discussion of consultant's Technical Proposal including proposedmethodology, work plan, staffing and any suggestionswhich may have been made to improve the TOR. Agreementshall then be reac,hedon the final TOR, I the staffing, and the bar charts,which shall indicateactivities, staf{ periodsin the field and in the horneoffice, staffmonths,logistics and reporting.

I 6.4 Changesagreed upon shall then be reflectedin the F'inancialProposal, using proposed unit prices(no negotiationof the pelson-monthrates).

I 6.5 Having selected Consultant on the basis of, among other things, an evaluation of proposedKey Personnel,the Client expectsto negotiatea contracton the basisof the staff named in the proposal. Priol to contract negotiations,the Client shall require I assurancesthat the personnelwill be actuallyavailable. The Client shall not consider substitutionsof Key Personnelexcept in casesof *n-expecteddelays in the startingdate or incapacityof Key PersonneIfor reasonsof health.Failure to assurethe availability of I Key Personnelor substitution(equal or better)as exceptiononly may result in rejestion of Consr.rltant'sproposal.

I 6.6 The negotiationsshall be concludedwith a review of :he draft form of the contract.The Clierrt and the Consultant shall finalize the contract to conclude negotiations.[f negotiationsfail, the Client shall invite the consultantlhat receivedthe secondhighest I score in ranking to Contractnegotiations. The procedurewill continuewith the third in casethe negotiationprocess is not successfulwith the secondranked consultant (and so on).

I 1 AWARD OF CONTRACT

7.1 The Contractshall be awardedafter successfirlnegotiations with the selectedConsultant I and approvedby the competentauthority. Upon successfulcompletion of negotiations/ initialing of the draft contract,the Client shall promptly inform the other consultantsthat I their proposalshave not beenselected. 7.2 The selectedConsultant is expectedto cornmencefhe Assignmenton the date and at the t locationspecified in the Data Sheet. I I t I

I t T Annex ll I DATA SHEET LOIClause #

I 1.1 Thename of theAssignment is: DetailedDesign Review and ConstructionSupervision of Improvementand I Wideningof Chakdara- Mingora - FatehpurSection of Naiional Highway N-95 (82 Kms) I Thename of theClient is: NationalHighway Authority (NHA) I 1.2 Thedescription and the objectives of theassignment are: As per TOR I 1.3 Phasingof theAssigntnenr (if any): -Nit-

I I.4 Thefunds for theproject shall be met out of loanfinanced under "The Saudi Fund For Development" I 1.5 Pre-ProposalConferences: Yes -{- No Pre-proposalconference will be heldon: I sthOctober,2016 at I100Hours in IYHAAuditorium, NationalHighway Authority, 2g MauveArea, G*9/1, I Islamabad. Nameof theoflicial is: Imtiaz Ahmed Khokhar I (GeneralManagerp&CA) E-.mai|: gmpca.nha@ glnail.com I 1.6 TheClient shall provide the following inputs: As per TOR and AppendixD I 1.7 Followingsub-clauses are added: iii. The supervisionof the project shall commenceupon undertakingof the construction works by the contractorand shalt be notified through issuanceof commencementnotice I to the selected consultant by NHA. Any inordinate delay or cancellation of the constructionwork for any reasonincluding non-availabilityof funds shall not entitle the consultantsto any financial or legal claims. However when the project shall commence I the supervisoryconsultanls shall maintainthe right subject to availability of proposed Key Personnel(professional staff) basedon which the oonsultantwas selicted or if the delay is beyond six monlhs then equally competentKey Personnelwith equal or higher I qualification and experienceshall be pre-requisitefor considerationoi isruance of commencementnotice by NHA. In casethe work is I I whatsoever,the consultantshall not haveany legalrecourse. The consultantshall be responsibteto have the whole constructior work completed I thlougli the contractorin a professionalmanner so that all itemsof constructionwork are completedfrom one end to the other includingpaying attention to site clearanceof debris or any other leftover material.The trees/shrubsprone to landscapeand earthwork slopes I grassedin ROW. All signs of constructionwork dispensedwith. To achieveftis objectiveconsultant rnay includethe price for such incidentalor ancillary servicewhich will leadto the final completionof the assignmentin the pricequoted by the consultant t wlro shall remainliable for makingfinal measurementsof the Works and to issueFinal Paynent Cerlificate of the Contmctor.No separatecosts arc payableas extra costs for this service.Alt suchcosts shall be includedin theserates submitted by tlte consultantin I its financial proposal. The consultant has to basically ensure that contractor has cornpletedentire constructionwork as per Works Contractwith particular referenceto site clearancebefore taking over the ploject on completion. I The consultanrsmay better not to proposenarnes of Key Personnelalready proposed in other proposalswhich are being evaluatedby NHA or contract(s)awarded recently. This will affect adverselyrnarking of thesePersonnel in evaluationof the technicalproposal. I Their seculedpoints are liable to be reducedby 500/0if their namesappear in nrorethan I previousproposal in which they are rankedNo. L Furtherthe existingload of work with a firm shall be consideredas one of the factorsfor the considerationin the award of the T contract.No CV of any alternatePersonnelshall be acceptedduring evaluation. vi. Form TECH-4 is meant for commentson provisionscontained in RFP and TOR and unlessthe observationsare noted in this particularForm, anythingwritten elsewhereon I this account including financial implications,if any, shall be consideredof no consequencein the evaluationprocess and awardofthe contract. vii. Consultantsmay form a Joint Venture(JV) to qualify for the Assignmentin which case t the contract will be signed between the Client and all members of the JV on the prescribedForm included in Appendix E (copy of Model Agreement)subject to the r.ankirrgand successfulnegotiations. A JV may Lncludeat the rnostfour members. I viii. The term associates,if used ir the proposalor otherwiseshall not be consideredas an alternativeof JV rnember.Any personnelproposed for.!h9 Assignmentbut belonsingto the so calted associatesslrall not be marked in evaluatioLqf technicalproposal tike in I case of Sub-consultants(cxcept individual SpecialistSub-consultants having unique expertisewhich is rarely availableOR an expatriatePersonnel) who are not supposedto I contributein qualificationof theirmain consullants. 1.8 The invitedfirms are: I Any firrn meetingthe followingrequirements: (a) Valid Registration Certificate of Pakistan Engineering Council with relevantProject Profile Codes.Foreign consulting firms shall make JV in I accordance with Bye-Law 6{2) and Bye-Law 9 of the Pakistan EngineeringCouncil (Conductand Practiceof ConsultingEngineers) Bye- Laws 1986. Failure to provide valid RegistrationCertificate (license)of the firm (eachmernber in caseof JV) by the PEC will entitle the client to t rejectthe prop._osal, (b) Affidavit in original bearingthe subjectwith projectname on stamppaper I duly attestedby the Oath Commissionerto the effect that the firm has t ll I I I t fulfillment of contractualobligations (By all paftner firms in caseof JV). Non submission of the affidavit may be treated as disqualification I resultingin to no furtherevaluation of the proposal. (c) Facilities available with the consultant to perform their functions effectively (proper office premises,software, hardware,record keeping t etc.) (d) Client's satisfactioncertificates (Performance Reporls) for the last three relevantassignments from the respectiveClients. Moreover any adverse I repoft regarding performanc€of consultanton NHA projects received from NHA's any relevantquarter may becomebasis for its disqualification t from the Assignmentabove named in clause1.1. (e) Person-monthsof staff andProject Duration as per TOR. I 2.1 fhe Documentsare: (i) Letterof Invitation, (ii) Instructionsto Consultants, I (iii) Data Sheet, (iv) TechnicalProposal Forms, I (v) FinancialProposal Forms, (vi) Appendix-A Termsof Reference(including Background information), I (vii) Appsndix-B:Person-Monrhs and Activity Schedule, (viii) Appendix-C:Client's Requiremenrs from theConsultants, I (ix) Appendix-D:Personnel, Equipnrent, Facilities and OtherServices to be providedby the Clienl, and (x) Appendix-ECopy of Model Agreement(Draft Form of Contract& I Appendicesetc.) 2.2 The addressfor seekingclarification is: I General Manager (P&CA) National Highway Authority 28 MauveArea, G-9/1, lslamabad. I Phone: +92-51-9032727 Fax: +92-51-%26A419 E-mail: gmpca.nha@gmai l.conl

I 3.1.4 iii. ProposedKey Personnelfor Design Revisw shall preferablybe penxanentemployees who are employedwith the consultantsat least six months prior to submissionof I Proposal. Yes { I The minimum numberof person-monthsof Key Personnelis: Total Expatriates: _ Person-Months(Not used) I Total Local Experls: 117 Person-Months

I 12 I I I The minimun required qualification and experieneeof proposedKey Personnelis given in Appendix- A "Terms of Reference" I Trainingis a majorcomponent of thisAssignment: Yes No

I 3.2.3 Professionalliabiiity, insurances(description or referenceto appropriatedocumentation): The consultantsshall be responsiblefor ProfessionalIndemnity Bond of the lequired amount at their own cost. This bond shall be in the joint name of I Consultantand the Client, The consultantsare reqilired to insure their Employeesand Professionalsfor I Hospitalization/Medical, Travel and Accident Cover for the duration of the Contract. Othel details provided in Para 3.5 of SpecialConditions of Contract in Model I Agreement(Appendix E).

3.2.4 Consultantsshall quote the rates of remunerationfor local personnelin Pak. Rupees, I whereasonly the ratesof remunerationfor expatriatepersonnel shall be quoted in US dollar currency,The paymenthowever, to the Consultant{br both the local as well as the expatriatepersonnel will be madein Pak Rupeesby convertingUS$ into Pak. Rupeesby I applying USD TT/ OD Selling Rateof National Bank of Pakistanon the prevailingdate (i.e. the Date of Payment) as per TTIOD Selling Rate from website: http://www. forex.com.pk/ for I nter B ank Rates. I For comparisonof the FinancialProposals of consultantsthe US dollar's componentof FinancialProposals will be convertedio Pak Rupeesas per following exchangerates: The official sourceof the Selling (exchange)Rate is: National Bank of Pakistanas per I T-|/OD SellingRate from the website:htp://www.forex.corn.plc/ for Inter Bank Rates. The dateof the exchangerate !s: The dateof subrnissionof proposals.

t 4.1 The numberof oopiesof the Proposalrequired is: TechnicalProposal: I One Original and Three copies with CD (soft form of complete Technieal Proposal in PDF Form) in sealedenvelope. I FinancialProposal: Orre Original with CD (soft form of complete Financial Proposal in PDF'as well as MS Word/ Excel Forms) in sealedenvelope. I The addressfor writing on the proposalis: General Manager (P&CA) National Highway Authority I 28,Mauve AreaC-9 / 1 Islamabad Telephone: +92-51-9032727 Facsimile: +92-51-9260419 t Ernail: [email protected] I 4.4 The dateand time of proposalsubmission is:

I l3 I I 1130hours on 2lurOetober, 2016 The locationfor submissionof proposalis: National flighway Au fhorify Alditorium 2ndFloor, ZiU:ruve Area, G_9/l,Islamabacl

4.5 Validity periodof the proposalis: I80 days The bid shall remainvalid upto: 19thApril, 201? Location for Negotiationis: National Higbway Authority Auditorium 2"d Floor, Zi ivfauveArea, G_9/1,Islamabad 5-2.1 The evaluation proposal lr of Technical shalrbe basedon foilowing criteria: ll Descriptionl ltems Points i. Expericnceof fhe ['irm 150 a) GeneralExperience t {25) b) SpecificExperience (t2s) ii. Approach & Mefhodology 110 I Understanding of Objectives (ls) Quality of Methodology {2a) Innovativeness/Commentson TOR (10) I Work Program (30) Staffing Schedule (20) Conciseness,clarity and I completenessin proposal (15) presentation iii. Qualilication and Cornpetence{in I Areas of Expertise) of the Key 6r0 Personnel iv. I PresenJcommitments of the Firm 40 v. Past performance of the Firm r00 I Total Points: 1000 Minimurn qualifyingtechnical score 70V, The percentagedistribution of weightageearmarked I for evaluationsub-criteria for ,ultuUitityof Key Personnelare: I a. DesignReview Teanr: Description/ Items Percenfage I i. Academicand General Qualifications 30% ii, Professionalexperience related to the Projoct 6A% iii. Statuswith the firm (permanent& durationwith Firm) l0o/o b. SupervisionPhase Team:

Description/ Items Percentage i. Academicand General 30% Qualifications ii. Professionalexperience related to the Project 65% iii. Statuswith the firm {Permanent& durationwith Firm) 5% Formof SummaryEvaluation and PersonnelEvaluation Sheets for TechnicalProposal It (QCBS)is attachedar the end of DaraSheet. rl 5'3'1 The words "three top-rankingqualifying consultingfinns" is deletedin its entir.etyand replacedwith the words "qualifring consultants',. The date,fime and addressof the Financialproposal opening are: I After evaluation and approv*l of Technical Proposals(to be informed later).

5.3.3 The weightsgiven to the Teshnicaland Financialproposals are: t Technical: 80% Financial: 20oA

I 6.3 Add foltowing at the end of this Para: The final person-monthsof each personnclare subject to adjustmentat the stage of contractnegotiation in line with demonstratedapproach & methodologyand I needbasis. I 6.5 Add following at the end of this para: The Consultantis bound to replaceall the Key Personne.lproposed who scored lessthan 70o/omarksin thc PersonnelEvaluation, if the Client so requests.If the I Consultantrefuses to replacesuch Key Personnel,the Client reservesthe right to reject its proposaland invite the Consultantthat receivedthe secondhighest score in rankingto Contractnegotiations.

I 7.2 The Assignmentis expectedto commencein: I December.20l6 I t -I-I IIITTII-II I-r

SUMMARY EVALUATION SHEET FORTECHNICAL PROPOSAL (QCBS)

EVALIIATIO\ CRTTERIA

rne l)rm (.4.\pcr l/5esubmission ufiJcr Dara Silect ciausc

Venture(JV) shall be cvalualedin the eme@

- Exc€llent 1.0070 Very Good - 9Oto 99o/o Aboye Averase _ ggtd - 80 to Av erage 70 to 19o/o Below Ayerage - I fo 699/o h-oD_compfying _ Score: Maximum Weight X rating/ t00. 09zo Minimum qualifying scoreis 707o or 700 marks. -- I-I -rrrr IIT II

PERSONNELEVALUATION SHEET

Experience POSITION/AREA OF : StatuswiththeFim RATINC Weight60% for design for-design bul (Sum EXPERTISE ] too/o review of rcview but 6596for L )"/o tor suPervlslon weighted

(Showall experts Percenuge I Weighted I Pcrcentage Weighred , to be elaluat€d) Ratinp RatinqtBl I Ratino RAtinorC\| \^'u !/

Rrtingr - Excelled- 100% Very good-90-99o/o nboveAvemge-80-89% Avcrage-70-?9o/o BelowAverage-l-690/o Non-complyiog- 07o

Score: Maximum lveight X rrting /100 + Thesemrks for statuswith the fim shallapply for evaluationof Key Personnelproposed for DesignReview phaseas per following proponion:

Regulr employec- 100% First time for this assignment- Oyo TECFINICAL PROPOSALFORMS I

I TechnicalProposal - Forms

{Nolesto Consultanlshown in braeketsthroughout this Section provide guidance to the I Consultantto preparethe Technical Proposal; they should not appear on theProposals to be submitted.I I Checklistof RequiredForms (subparagraph 3.1.3 of ITC) Required,({) FORM DESCRIPTION PageLtmit I ./ TECH-I TechnicalProposal Submission Form

,t TECH-I Proofof legalstatus and eligibility Attachnrent I If theProposal is submittedby ajoint TECH-1 "d" lf applicable venturqattach a letterof interrtor a Attaclrment copy o,{?"n %l$!tg*19ry9m94._ I fecHJ No ple-setformat/folrn. In the caseof a Attachment JointVenlure, several are required; a Powerof powerof attomeyfor the autholized "r/" lf applicable Attorney lepresentativeof eachJV mernberand a I Specialpower of attomeyfor the representativeof the lead member to representall JV members. Consultant'sOrgan ization and As given below I TECH-2 ExDerience. V TECH-2A A. Consultant'sOrganization a I { B. Consultant'sExperieucel Client's TECH-28 2A Refetence TECH-3 ApproachPaper on Methodology

' I The total numberof pagesfor combinedforrns TECH-3 and TECH-4 should not exceed50. A pageis t t9 I I CHECKLIST OF OTHER DOCUMENTS

l. Valid RegistrationCertificale(s) of PEC [subparagraph1.8(a) of Data Sheet].

2. Affidavit in accordancewith subparagraph1.8(b) of Data Sheet.

3. Pagenumbered, signed, stamped and duly boundproposal (paragraph 3.1'l of ITC).

4. Affidavit in accordancewith subparagraph3.1.2(d) of ITC.

5. Technicalproposal not to includeany financial information(paragraph 3. 1.5 of ITC).

6. Letter of intentl JV Agreement(Form TECH - 1).

7. lntegrity Pact lsubparagraph(h) of Form TECH - 11.

,rli: l. I lia i ll -. It \r r-,-, f 1 'i.' I \ I I

I TECH-1 I TncuNlcel PRoPosaLSugitllssroN 30nn,l

I {Location,Date} I fNameand address of Client] I DearSirs: We, the undersigned,offer to provide the consulting servicesfor [Ilsert the ?roject Name] in accordancewith your Request for Proposalsdated flnsert Date]. We are hereby I submittingour Proposal,wl'rich includes this TechrricalProposal a:rd a FinancialProposal sealed in a sepalateenvelope.

I [{lf the Consultantis a joint venture,inse$ the following:

We aresubmitting our Proposalin a joint venturecomprising: {lnsert a list with full nameand the t legal addressof eachmember, and indicatethe lead rnernber).We have attacheda copy {insert: "of oul' letter of intent to form a joint venture" or, if a JV is already formed, "of the JV agreement")signed by every participatingmember, which detailsthe likely legal structureof and I the confirmationofjoint and severableliability of the membersof the saidjoint venture.)l t IAND {lf the Consultant'sProposal includes individual SpecialistSub-consultanl, insert the I following: Our Proposalincludes: {lnsert full nameand countryof the individual SpecialistSub- consultant)l

I We herebydeclare that:

(a) All the information and statementsmade in this Proposalare true and we accept I that any misinterpretationor misrepresentationcontained in this Proposalmay lead to our disqualificationand/or may be sanctionedby the Client in cornplianceof I Rule l9 of the PublicProcurement Rules, 2004. (b) Our Proposalshall be valid and remain binding upon us for the period of time I specifiedin the Data Sheet,Clause 4,5. (c) We haveno conflict of interestin accordancewith ITC Clause1.9. t (d) We meetthe eligibilityrequirements as stated in DataSheet Clause 1.8. (e) Neither we, nor our JV memberor any of the proposedindividual SpecialistSub- I consultantplepared the TOR for this consultingassignment. I zl I I I

I (0 Within the time limit stated in the Data Sheet, Clause 4.5, we undertaketo negotiatea contraclon the basisof the proposedKey Personnel.We acceptthat the substitutionof Key Personnelfor reasonsother than those stated in ITC, Clause6.5 I may leadto the terminationof Contractnegotiations.

(g) Our Proposalis binding upon us and subjectto any modificationsresulting from I the Contract negotiations.

ft) In compliance(and, if the award is made to us, in execution)of Contract,we I undertaketo obey the Integrity Pact (attachedherewith duly signedby authorized representativeand stamped). I We undertakc,if our Proposal is acceptedand the Contract is signed, to initiate the Servicesrelated to the Assignmentnot laterthan the datementioned in Data Sheet4.5 (or the date I extendedwith the written consentof Consultantin case of delay in procurementprocess). We understandthat the Client is not bound to accept any or all Proposal(s)that the Client receives.

I We remain, I Yourssincerely, AuthorizedSignature {In fultandinitia}s}: Nameand Title of Signatory: I Nameof Consultant(firm's nameor.IV's name): In the capacity ot

I Address: Contactinformation (phone and e-mail):

I {For a joint venture,either all rnembersshall sign or only the lead member,in which casethe to of all membersshallbe attached) I power of attorney sign on behalf I I I I

' :+:. I / \ (.rtil' I TECH.2A t CONSULTANT'S ORGANIZAT]ON - in [1. Providehere a brief descriptionof the backgroundand organization of your Firm, and I caseof ajoint venture- of eachmember for thisAssignment. I 2. Includeorganizational chart, a list of Boardof Directors,and beneficial ownershipl.] I I t I I I I I I I I I , any personor entity [ Beneficialownership shows all ownersand majorshareholders of the company,including who enjoysthe Uenentof ownershipincluding, but not limited to powerof controland influenceof the business t transaciions,receiving dividends or profitshare. This includesdilect or indlrectownership ofthe company{e.g. I I .().,' I T-

I TECH-28

I CONSULTANT'S EXPERIENCE/ CLIENT'S REFERENCE

Relevant ServicesCarried Out in the Last Ten Years (by each member in caseof JV) I and by SpecialistSub-consultant, il anyoWhich Best Illustrate Qualificatioxs

ll. Using the format below, provide information on each successfullycompleted reference I assignmentfor which your firm, either lndependentlyor as one of the member of Joint Venture(JV), was largely contractedby indicatingthe shareof the finn itsclf in the JV. I 2. Assigprnentscompleted by the Consultant'sindividual Expertsworking privatelyor through other consulting firms or that of the Consultanl's Specialist Sub-consultant,cannot be claimedas the rclevantexperience of the Consuhant,but can be claimed by the Expeftsor the I SpecialistSub-consultants themselves in their CVs. The Consultantshould be prepared1o substantiatethe claimed experience by presenting copies of relevant documents and I referencesif sorequested by theClient.] AssignmentName: Country of Assignment:

T Locationwithin Country: Key PersonnelProvided by Your Finn:

Nameof Client: No of other personnelprovided I by your Firm: Address: Total No of Person-Monthsof I staff of your Firm: Start Date (MonthlYear): CompletionDate Approx.Value of Services(in (MonthiYear): Equivalent/ Rs.) provided by staffof vourFirm Narne(s)of Meraber No. of Person-Monthsof Key Providedby mernber Firm(s), in caseof JV: Personnel I Firm(s), in caseof JV

Name of Senior Staff (Project Manager/ Coordinator,Team Leader) involved and functions I performed:

I Consultants'Name: I I I TECH-3

AP?ROACH PAPER ON METHODOLOGY PROPOSED I FOR PERFORMING TIIE ASSIGNMENT

[In this part of the TeohnicalProposal, explain understandingof the objectivesof the I Assignment,approach to the services,methodology for carryingout the activitiesand obtaining the expectedoutput, and the degreeof the detail of suchoutput. You shouldexplain your I methodologyto completelhe projectwithin time and budget' The approachmust be indigenousproject specific approach of Consultanland not a genericone I or copyof theTOR. Basedon thespecific approach, describe Work PIanwhich is sonsistentwith inputsprovided in I FormsTECH -7 andTECH - 8. In caseof JV, the role of eachmember must be clearlyhighlighted. Likewise role of Specialist I Sub-consultant,if any, along with necessitymust be highlighted'l I I I I I I I I I I I

I TECH-4 I AandB COMMENTS / SUGGESTIONS OF CONSULTANT I

[Provide herecomments and suggestionson the Terms of Referencethat could improvethe quality/ I effectivenessof the Assignmenl;and on requirementsfor counlerpartstaff and facilities, which are provided by the Client, including: administrative support, offrce space, looal transpofiation, I equipment,datz,etc,, separately under Fotms TECH-4A and TECH-4B respectively'] A. On the Terms of Reference(TOR)

I l. I 2. 3.

I Etc.

I B. On the Counterparf Staff and Facilities (data & services to be provided by the Client as indicated in the TOR):

I DesignServices I l. 2. I a I Etc. Note: l. The Consultantmay proposea team of expertsto best achievethe scopeof serviceand activitiesand to deliver outputsas requiredin TOR. Proposed I changesin position/individualinputs shouldbe indicatedand reasonedin the TechnicalProposal but incolporatedonly in the FinancialProposals (showing excess/saving,in datulnPrice as worked out with the personmonths indicated in I the RFP, which must be clearly bifurcatedand markedred at eachplace for acceptanceor otherwiseby the Client at its prerogativeduring negotiations)' (D The Proposalmay assign person-monthinputs differently from TOR' I However,Key Personnelinput totalsin the Proposalshould not be iessthan the minimumtotals of person-monthsinputs mentioned in DataSheet Sub- Clause-3.i.4 respectively. I (ii) The Proposalmay includeadditional expert positiorls. However, additioral I I -tll b .,*io",.*ot.;,;t.,K.y P*;;@ "-p"r',evaluation. I I (iii) lf the Proposaldrops or replacesa Key Personnelposition with a differentI one,the originalposition will receivezet'o score in the technicalevaluaiion J andthe new position added in tlreProposal will beconsidered Non Key and I I will notbe evaluated. I (iv) DO NO'l' INCLUDE EXCESS/SAVINC INFORMATION IN I TECHNICAL PRPOSAL. If Technical Proposal includes financialI I information,the Proposal willbe rejectedunder Clause-3.1.5 of ITC' I I Whenthe Consultant suggests a changein scopeof service.activities or output.I the change I the Consrrltantrnust describe the detailsin Form TECH-4A and I in Fonn shouldnot be incorporatedin the Propospl.Entunerate each suggestion I TECH-4Awith incrementalcost as a separateattachment to FinancialProposal I I indicatingbreakdown into individualremunelation and expensesfor each I suggestion.Forms FIN-I to 7 should be preparedWithout incorporatingthe I changes. i I (i) lf FinancialProposal provides no sepat'ateattachment about incremental cost I to a suggestion,the suggestion will beconsidered a: no additionalcost to the I Clientand no negotiationsfor an incrementalcost shall be done; I t (ii) Do NoT INCLUDE INCREMENTAL COST INFORMATION IN I TECHNICAL PRPOSAL. If Technical Proposal irtcludes financialI information,the Proposal wijl berejecled under Clause-3.1'5 of lTC. I I I t I I I I I I

t1,:\ j .i -!t,, .,i'.i': \"\.,:1-...\ )? I 1;;- 1' \'- \ tii:I l; : I (,r' -:.1 i, Jr;ii \!l' I \, ..:, I ',;::.'.J I I I TECH-5

I FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSEDKEY PERSONNELAND I SPECIALIST SUB.CONSULTANT(IF ANY) ProposedPosition:

I Nameof Firm proposingthe Key Perconnel:_ I Nameof Person: l)r'oI'essiort: I Dateof Bimh: I Yearswith Firm: Nationality& CNIC Number:

Mernbershipin ProfessionalSocieties: I (Membershipof PECis Mandatory) t DetailedTasks to be Assignedcn the Project: - ---

I 10. Key Qualifications:

{Give an outline of the person'sexperience and training most pertinentto taskson assignment. I Describedegree of responsibilityheld by the personon relevantprevious assignments and give datesand locations.Use upto one page), t I l. Education of {Summarizecollege/university and other specializededucation of the person,giving names I institutions,dates aftended and degreesobtained).

12. EmploymentRecord

I positions {Startingwith presentposition, list in reverseorder every employmentheld. List all held by the personsince graduation,giving dates,names of employing organizations,title of I positionsheld and locationof assignmenls.For experiencein last ten years,also give types of activitiesperformed and client :'eferences,where appropriate). I 13, Languages good,fair, or {lndicateproficiency in speaking,reading and writing of eachlanguage: excellent, t poor). 14. Certification I I, the undersigned,certify to the bestof my knowledgeand belief that: (i) This CV correctlydescribes my qualificationsand experience; (ii) I am not a currentemployee of the Executingor the ImplementingAgency; I I will undertakethis Assignrnentfor the durationand iiiil In the absenceof meiical incapacity, in termsof the inputsspecified for me in Form TECH-S providedteam nTobilizationtakes placewithin the validityof this Proposal; I (iv) I was not part of the team who wrote the Terms ol Referencefor this consultingservices Assignment; (v) I anr not currently debarred by any departrnentI organization/(semi-autonomous / t autonomous)bodies or such like institutionsin Pakistan;and (vi) I havebeen informed by the Firm that it is includingnry CV irr the Proposalfor the {name of projectand contracti. I confinn that I will be availableto carryout the Assignmentfor I *trictr my CV hasbeen submitted in accordancewith the implementationarrangements and scheduleset out in the ProPosal'

I llf CV is signedby the Firm's authorizedRepresentative: of I, as the authorizedrepresentative of the Firm submitting this Proposalfor the {name I projectand contract),ce$ify that I haveobtained the consentofthe namedKey Personnelto submit his/herCV, and thai s/hewilt be availableto carry out the Assignmentin accordance with the irnptementationamangements and scheduleset out in the Proposal,and confirm I his/hercompliance with paras(i) to (v) above'l or I understandthat any willful rnisstatementdescribed herein may lead to disqualification I dismissal,if engaged, I Signatureof Key Personnelor authorized Date: I Representativeof the Firm Day/Month/Year I Full nameof authorizedRepresentative: I I {Note: copv or scannedsignatures are not allolved} I I TIIIIIIITIIIT-I

TECH-6 COMPOSITION OF TIIS TEAM PERSONNEL AND TIIE TASKS TO BE ASSIGNED TO EACH TEAM MEMBER

L Key Personnel(and SpecialistSuFcoasultant' ifany)

Preselt Name of assignmelt involved Name Position Trs:( Assigument location and clients names at Dresent

Other Personnel

Name Position Task Assignmenl II-IIIITITIIIIIIIITII

TECH.7 WORK PLAN/ ACTTVITYSC1IEDULE

A*tign@ Items of worldActivities Monthly Program from date of comrnencing l3 l4 l5 2 3 4 f, 6 7 8 9 l0 lt 12 III-I-IIIII.IIIIIITTI

TECH-8

WORK PLAN AND TIME SCIIEDULE FOR KEY PERSONNELTAND SPECIALIST SUB-CONSULTANT'IF ANY)

Months (in the forrn oi a Bar Chart) Number of Name Position Months

I 5 7 t 9 IO u l2 l{ l5

Continuous: Intermittent: Activities Duration Yoursfaithfully,

Signature (Authorized Representative)

Full Name Designation Address CITRRENTCOMI{ITMENTS OF'THE FIRM AND THE SPBCIALTSTSUB-CONSUI'TANT' rF AI'IYI loF EACH MEMBER IN CAS;OF JV '..,, Listmustbecomprelensiveincludingprojectfromclientsotlief.tlanNHAaswell Expected datc of Start date of the Name of project Single or JV Task assignment Proiecl comPletion FINANCIAL PROPOSAL FORMS I

FIN-I FlNaNcll"t PRoposll, Susvltsstol Fonu I I I.trcatiorr" l)ate ] To: [Name and addressof Client]

I DearSirs:

We, the undersigned,offer to provide the consulting services for [Inserf the I project Namel in accorJancewith your Requestfor Proposaldated [Insert Date] and our TechnicaiProposal.

I Our attachedFinanciat Proposal is for the amountof {Insert amount in words and figures),including atl Federal, Piovincial and Local taxesapplicable as per law of the ProposalForm FIN- U'nA. litease lote that all amountsshall be the sameas in Financial 4) I t l.

As indicated and reasoned in Form TECH-4 of our Technical Proposal, in I accordance with Note 2 under Form TECH-4 of the RFP, a separateattachment for incrementalcost(s) is included/ not inoluded in our Financial Proposalfif attached,strilee I out "not ineluded" andvice versaJ Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract negotiations,up to expiration of the validity period of the I Proposa'i,i.e. before the date indicated in Clause 4.5 of the Data Sheet (or the date extinded with the wyitten consentof corcsultantin case of delay in proeurementprccess).

We confirm that we haveno conditionto statethat rnayhave financial implioations I over and abovethe amountquoted above. I We underslandyou are not boundto acceptany Proposalyou receive. We remain, I Yourssincerely, AuthorizedSignature {In fullandinitials}: I Nameand Title of SignatorY: In the capacity of: Address: I E-mail: or only the lead member,in {For a joint venture,either all membersshall sign I which casethe power of attorney to sign on behalf of all membersshall be attached.) I

t,'-,'.::.!' !: - i lt a. t I 1t.:- | ,:;n,' 35 ,-lj' !r. t ., '{..' : --.. t 'i- i .,,...1 I I

I FIN.2

I BREAKDOWNOF RATNSFOR CONSULTANCYCONTRACT

I Ploject: Firm: Rate per- Position Basic Social 0r,crhead Sub- Fee Rate per Field Name 'l'otal Salary Charges (t/oape of (Voage lvlonth Allow. Month I pel Cal. (%ageof 1+2) 11 +r+'L\ of 4) tbt' (o/oageof fbr Field lvlonth r) ploject r) Worlc Office (6) (8) I 1) (2) I,Jl (4) 5\ {7) I I Notes: Item No. 1 Basicsalary shall includeactual gross salary before deduction of incometax' Payroll sheetfor each proposedperso:rnel should be submittedat the time of negotiations. paid I ltem No. 2 Soilat chargesshall includeClient's contributiottto social security, vacation,uuirug" sick leaveand otherstandard benefits paid by the firm to the ernployee. Brcakdown of proposedpelcentage chalges should be subrnitted I and supported{see Fonn FIN-3}. lternNo, 3 Overhead shall include general adrninistrationcost' rent, cierical staff and businessgetting e*p",lr"I, corporatetax including salestax on senvicesand I insurancei, e1c. Breakdown of proposedpercentage chalges for overhead shouldbe submittedand supported {see Form FIN-4}. ltemNo. 5 Fee shall includefirm's profit and shareof salaryof partnersand directors{if I not billed individually for the project) or indicatedin ovelheadcosts of the f-ilm. ltern No. 7 Nonnally payable only in case of field work under hard and arduous I conditions. Note I The nrininrurnpercenteige ol'itent (l) slrouldbc pret-elably50% of (8). Nole 2 Tlre Colsultani ir to pr6rvitleappointrnent letter snd al'l'irlavit/undertakingduly I signeclby each o{' tfie inclividgalPcrsonnel sltowing s-alary lates as above' Firther duringexecution each invoics rvill alsobe provicledshowittg tliat tlte Personnelhave been paicl their salariesi{s ller birsiclales mentioncdtltereitt; I {ailing lo which, Nl-lA lvill tal

Full Name: T Signatu -l':+l^.

I JO I BREAKDOWN OF SOCIAL CHARGES

DetailedDescription

' t:1'; .{! .,;. . ii.,i ,"lrl'

\','|".-..' !\, '.).,... r,. ,. I I

I BREAKDOWNOF OVERIIEAD COSTS

Detailed DescriPtion As a Toageof Basic SalarYand I Social Charg-e,q__ I I I t I I I I I I I I I I : ,.ilili. I ii"' {ij(,r: \'i I .,,,.,, ,,. FIN'5 PageI of3

A - ESTIMATED LOCAL CURRENCY SALARY/ REMUNERATION COSTS EQUIVALENT IN US DOLLARS

r also to Notes under Forrn"TECH-4| ------r .. ; . -" in"'*n"-lmontrv'BJ*tl ....* | M;;iii;- '"'Lllll"' | __'*":" I I _y"(":-)_14;nor,iiiit All ForeignExpatriates including Foreign specialist sub-consultant (if any)

:.:,j,. r i,,l.'\ - 1,'ii:,' -'i, ':,:;l'1 t tYlr J() {i yt' 'j_;i {i:tlri\ \t.,'tt:'i\ ,t.i'! t..i r.'''il .t ,l

I FIN-5 I Page2of 3 8.1 ESTIMATED LOCAL CURRBNCY SALARY COSTS/REMUNERATION

llefer also to Notesunder Form TECH'L I Total Pcrsurr- | McnthlYBilling Estimated (Rs.) I Months I Rate Amornt (Rs') All Local Key Personneland SpecialistSub-consultant {if any) I t I I Sub-'l'otal: I I I I I I I I I I I I FIN.5 Page3 of3

B-II ESTIMATED LOCAL CURRENCY SALARY COSTS/REMUNERATION

lRe/eralso to Notes under Form TECH-4J *T:llt3:tl"* sr. N'. I t'ositinu I t)crson-Morrllrs| *u'utT-) | Bstinrarec Ir_ I _l 1.rru!418$--

B-Il. Non-Keyand other Personnel(Local)

Sull Tolal: I ITI' IIIIIIII--T'---I II

FIN-6 DIRECT/NON-SALARY COSTS FOR DES1GNREVIEW AND SUPERVISIONSERVICES

also to Notes under Form TECH-4 Sr. Unit l Total Amount Nomenclature Unit Quantity Remarks No. (Pak. fPak- Rs-'l I CommunicationExpenses allocable to the Assignment Months 74 Fixed Rate 2. Printing of Reportsand Drawings for tlre Assignmenl Months 24 -do- Reimbursementof actualexpenditures Travel expensesof requiredKey Personnelbetween upto a maximum limil J. P.S 600,000/- Head Office and Site (as per actual) subjectto approval of Projecl Director for travel(s). Cost of preparingConshuction/ Supplementary As per 4. L.S Drawings TOR 5 Othersnot coveredabove to comply withTOR feauirements* SuFTotal for Direct Cost

* Any additional item/ cost quoted against this llne item must have provided solid/ tenable justification(s) detailed in Form TECH4 "Comments on TOR" without indicating financial value therein. The Client's negotiation committee will deliberateon the requirementol' additional item/ cost in casesuch Firm standstop ranked.It is also ro be noted by the Consultantsthat the Client is not boundto agreeto the reasonsgiven in Form TECH-4.

-:J 1':,l

. .,;;l +Z \ir: r/ :lt' t I FIN.7 SUMMARY OF COST OF CONSULTANT FOR DESIGN REVIEW AND t SUPERVISIONSERVICES Ralbr also to Notes under I'orm 7'ECH-4 Sr. Description Amount (Pak Rs.) Amount(US $) I No. I L SalaryCost - Not Applicable SalesTax @ 16%on item I above l(a). which shall be kept as Provisional - Not Applicable I Sum in the Contract Agreement I 2. DirectCost - Not Applicable-

a - I Contingencies Not Applicable - I Grand Total: - Not Applicable Note: 1- The dues and salariesof staff are payable by the Consultant in time and not later than l0th of the following month positively. In caseof failure to do so I Client shall intervene and pay these dues and salaries of the concerned Personneland recover from the invoice of the Consultant at actual charges paid plus 1,Yoof the amount. This will also be accountedfor adverselyin I making assessmentof the Consultant in the next evaluation process for selectionof consultantswith report of such defaults.

I The grand total is inglusive of all the applicable Federal,Provincial and Local taxes. All these taxes (except the Sales Tax) are required to be built in the I quoted rafesand not be mentionedseparately. 3- Any Omissionor arithmeticalerror made by the Consultantsin enteringthe arRount against item 1(a) shall also be rectified during evaluation of the I FinancialProposal. I I I I '.\ '...:'\ ,\. 4J I ! :i /r'.1' -- r ia I il APPENDIX. A

TERMS OF REF'EREI\CE, (Includin g Descriptionof Services) Major Contents

Baekground

ProjectObjectives

Soopeof Servicesand Expected Deliverables

TeamComposition and Qualification Require rnent ot'Ke)/ PersonrrtrI anel Speuialist Sub-consultant. I I CHAPTER I'.{O.1 I INTRODUCTION l.r BAC,KGROU-Np

I NFIA launchedan ambitiousprogram for the cornmunicationsector in Khyber Pakhtunkhwa (formerly NWFP). One of the importantsteps under this programwas the federalizationof the main communicationartery running through the Swat valley from Chakdarato Kalam and I its designationas the National Highway N-95. Responsibilityfor its maintenanceand further developmentwas taken over from the Frontier Highway Authority and handed over to the I NationalHighway Authority in February2007. Since this federalization, a number of sectionswhich neededurgent attention were taken up by the NHA for emergencymaintenance. Now the NHA has undertakena major project for t Improvementand Widening of the entire N-95 1o upgradeit to the standardsof a National Highway.

I The Highway N-95 originatesnear Chakdaraon National Highway N-45 and terminatesat Kalamwhile passingthrough Mingora, Manglor, Khawazakhela, Madyan and Bahrain. t Preliminarydesign of the project for reconstructionis done by the M/s AAA and in-house designis completedby NHA for lmprovernentand Widening of the Chakdara- Mingora - I FatehpurSection (82 Krns) of NationalHighway N-95. National Highway Authority intends to appoint Consultants for detailed review of preliminary and in-house designs to provide updated Desig:r and perfbrm Construction t Supervisionfor Rehabilitation& Wideningof Chakdara- Mingora - FatehpurSection (82 Kms) of National Highway N-95. Basedon the updatedDesign, preparation of construction drawings and BOQs is also included in the tasks of the Consultantbefore Construction I Supervision. 1,2 NEED ASSESSMENT

I The road generally is in a dilapidated state with pot-holes / broken pavement structure rnakingvehicular travel quite difficult. Apart from a few kilometersin the start (wherethe road is 7m wide); the road width is generallybetween 5m & 6m with untreatedshoulders. I The geometricsand drainageneeds improvement throughout the section. t I.3 PROJECT DEFINITION The proposeddesign for the National Highway N-95 Chakdara- Mingora - Fatehpur(82 Km) consistsof 2 undivided lanesstandard width of 7.3m wilh treatedouter shoulderson I bothsides. The projectis financedby the SaudiFund for Development(SFD). I 1.4 PROJECT OBJECTIVES The projectenvisages widening and improvementof the road to get a betterlevel of service (LOS) and to improve the structural capacity of the road. Length of the road is about 82 I kilometersand existingwidth variesfrom 5.5mto 6.lm at differentsections of the road.

11/'ilr. " " , ,i) I .12,,\-:i\ \i::- \\ t+it t il r-::ll :.i:)fi I ' ,,.5'../ :1 ,.:.1-" I ; I I The projectprovides major tangible and intangibls benefits which inctude: I roadof insuffrcientwidth. I manufacturingunits" industries and main marketsin otherparts of the country. I ****** * ****rtJr*rt *** ******* * I I I t I I I I I I I I t CHAPTERNO. 2

DESCRIPTION OF PROJECT

2.1 LOCATION OF PROJECT

Total lengthof this sectionis 82 Km. It starrsfiom Chakdara city and endsjust al'terthe fown of Fatehpur. The alignmentpasses through scatiered popuiation centers and agriculturallands and is nestled betwee:rthe hiltside on the easi side anclthe on ih. west. Major towns,/ villagcs in this section are Fizaghat, sangota, Manglor, chalbagh, Ammbagh, G uI I ibagh, Wali bagh, Khawazakhe la, Baagh,Dheri anclFatehpurl

LOCATION MAP ll CHAKDARA - _ MINGORA FATEHPUR SECTION (N-95), 82KM ll t(ALAtvl ll ll

FATEHPUR I I MING(fRA

I CHAKDARA I I

,1,1t'

2,2 PROJECTWORKS

It is envisagedthat the total length of the project is 82 Kms. which comprises2 undivided lanes standardwidth of 7.3m with treatedouter shoulderson borh sides.As iher.eare well definedchannels and nullahsin the projectarea so there is generallyno need to provide be constructedover cross-drainage works. Road fumiture comprisingof lane markings, traffrcsigns, guardrails and reflectors shall be provided.

2,3 TIME OF,START

The Servicesshall be commencedimmediately after the signingcf the ContractAgreement. 2.4 TIME PERIOD

The^servicesspecified in the ToR shall be completedand all relevantreports submitted in the form and formatacceptable to the client, within Thirtv Nine f39l months from the date of signingof ContractAgreement. lr **** * * * ** !k***** **Cr tr**r! ** * * It 'lIl I I I I t I T I I CHAPTER NO.3

DBTAILED DESIGNREVIEWruPDATION

3.1 DETAILED SCOPBOF WORK COVERINGDESIGN REYIEW The.DesignDrawings provided arethe outline Designfor tendering-fottowingonly andshall not bs f:: construction. The detailedscope of work shattinclude ttre tasksbut not f:llrmtted to: Ir i. DetailedTopographicsurveyconsolidarion/Updation; ii' Planning and Seffingoutline Design on the Survey and propose' the required changeswhere necessary and issueof constructiondrawings; iii' Destructive testing of the existing pavement,necessary tests to arrive at the remainingservice rife and proposedthe requiredpave*"nt design; lr iv. structurar Anarysis& Design - GoverningDesiga standards. ll 3.2 STANDARDS F'OR STRUCTURES 3,2.1 Design Codesfor Structures

I For analysis and designof structuresfollowing codes,standards and loadswill be adopted. I i. AASHTO_(LRFD) For analysisand designfor ail loadsand roadcombinations. ii' Pakistan Highway code of practice for Bridges 196T I For vehjcularloads, fheir spacing& impactfactors. iii. UBC/IBC 2003 I For seismiczoning in additionto the revisedseismic risk map of pakistarr. rv. ASTM I For materialspecifications & testing. v. ACI For analysis, design and detailing, only irr case such details are not I specifiedin AASHTO. vi. Vehicleslive load practice I West PakistanCode of for Highway Bridges 1967 (wPcHB) specifies more severeloads to be consideredin combinationwith other loadssuch as deadload etc. As follows: I vii. ClassAA loading

The 70-Ton tracked military vehicle to be placed irt accordancervitlr I WPCHB to give maximumstresses. viii, ClassA loading

The 54.5 Ton train of trairers(with different axle loads)to be placed in I accordancewith WPCHB to give maximum stresses. ix. Check Deck SIabfor punching Shear Additionally the bridgedeck slab shall be checlcedin PunchingShear for a WheelLoad of 21,A00Pounds [95 KN].on 0.25x 0.SmZ rireionracr area.

3.2.2 Other loads

i. Side walk live load A load of 5 KNlm2 (100 psf) of walkway betweenside barrier/railingand shoulder,applied continuouslyor discontinuousryover both rengthsand width of structurein order to producema.ximum stresses in the member underconsideration.

ii. Ilorizontal live load on railing/posfs of side baruier Thesedepend upon the configurationof the railing/posts/barrier system. The ll positionand the magnitudeorthe horizontartoads are fakenaccording to Article2.7 of AASHTO. Ir iii, fmpacf load Impact loading on the bridge superstructureis taken in accorclancewith WPCHB. Ir iv. Wind loads I Wind loadsare laken in accordancewith the provisionof WpCHB. v. Seismicdesign Internationa! I Building Code (lBC -2AA3) and Ear-thquakeforces aj:e calculated according to article 3.21 of AASHTO, keeping in view the recent earthquakeof October 8, 2005, the earth quak" zones will be I consideredaccord ingly, 3.3 ROAD DESIGN STANDARDS

I Design Standard and criteriafor Highway and Structuresis tabulatedhere as under:-

Descri I a. Des (kph 50-60 b. Road Cross Section l Lane Width (m) 3,65 I 2. No. oflanes 2 3. PavedShoulder (a) Outer (rn 2.0 I c. Carriageway Cross Slope 1. Pavement 2% 2. Shoulder I (a) Outer Shoulder 4Yo (b) InnerShoulder 4% d. HorizontalAlignment t Maximum elevation Above standards 'oA are derivcd from Policy on GeometricDesignof Highway & Sfreet.s 2003". I Any Design element not mentionedabove should conform to the

I )l i Lil4t'^-.r':' ,1 ,, P, l \. ,' I I 3.4 ACTIVITIES / ITEMS INCLUDES IN THE DESIGN SERVICE i. Drainagedesign with measuresfor the proper disposal of the draining I water; Designof Ancillary works; CrossRoads Design; t GeometricDesign; PavementDesign; I Preparationof BOQs; Preparationof Specifi cations; I Test soil samplesby classification(liquid limit, plasticlimit and California BearingRatio) and any othersoil test required.Test undisturbedsamples to determinethe mechanicalcharacteristics. Test constructionmaterials for I grain size disribution and plasticity characteristics,unit weight, water absorptionand any other tests required to complete the design; ix. Material Surveyand Testing I ,/ Survey of road/concretematerials ,/ Test of road /concretematerials I ,/ Tes: of steel and pre-stressingwires/cables x. Location of quarries and borrow pits and assessthe quality and quantity of the materialand haulingdistance after preparingthe mass-hauldiagram; I xi. All the Design Calculation,hard and soft and drawings, hard and soft (word, excel, AutoCAD, Design Software) have to be submitted to NHA Design Seetionfor record; I xii. lssuance of Construction Drawings signed and stamped with futl responsibility; I xiii. The Consultantsshall provide full assistancewhat so ever needed to complete& supervisethe Designin cornplianceto InternationalStandards; xiv. All costsare deemed to be incorporatedin the proposal; I xv. RoadFurniture; I xvi. Stabilityissue if any. I ?trl* * *:k* *** fsdr* * * * * ** * * tr t&** * I I I ' o, s2 I i ic'| . 'r,--t-l..r,' , i, ,l) I t I I CHAPTER NO.4 t CONSTRUCTION SUPERVISION 4.1 DETAILED SCOPE OF WORK COVERING CONSTRUCTION I STIPERVISIONFOR SUPERVISORYCONSULTANT The responsibilityof top supervisionshall rest with thc Enginee:'whoshall issueinstmctions in writing to the SupervisolyConsultants for the supervisionof wolks as per the Contract. I SupervisoryConsultants shall carry out a revisionin the plansand specificatiorrsas nequired by the Engineer and prepareall changeorders instantly theretoand shall further assistthe Engirreerin rregotiationsnecessa:'y fbr executionof the changes.Such revisionsshall be I encouragedwhich resultin irnprovedproject perfonlance, in accordancewith the plansand confbrming to the specifications.The Sr.rpervisoryConsultants shall carry out thc t ConstruciionSupervision but not limited to the fbllowing taslcs: i) Make sut'eexecution of works as per design,standards, specification and technicalconstruetion drawings. I iD To ititimate NHA in eaclrmatter and rnust obtain folmal approval from NHA to proceedin the matter. iii) Assure quality of the works during executionby using suitableand tested I constructionmateriel. iv) To ensure the good quality constructionsurvey work, levels and grade I achicvedduring and after construction. v) Make surc the continuoussupervision/inspection of the soils, materials constructionoperations and the works with regard to wo:lcmanshipand I compliancewith tlrespecifications. vi) Certify the payment bills of Cont:'actor according to the appr.oved procedureand alsomaintain the paymentrecord maintaining consolidated I projectaccounts and assist NHA for settlementof Audit Para's. vii) Make surc the existingtrafTic rranagement and safbtyplan all timesin a t safeand securetnannet'. viii) Monitot'andappraise progress of the works for timely completionof n'ork. Review and acceptor re.iectContractor's proposed work schedules. I ix) The supervisot'yCorrsultants shall prepafethe revisedPC-I of thc project and will be responsibleto incorporateall changesupto final approvalfrom I the relevantforum. 4.2 GOVERNING ITESPONSIBILITIBS AND DUTIES OF SUPERVISORY t CONSULTANT 4.2.1 Application of Standards,Specifications and EngineeringDecisions

I The SupervisoryConsultants will be fr,rllyresponsible for the executionof worlc in accordancewith standalds and specificationsand technical construction drawings. The Consultants shall supervise the Work's Contracts, make t engineering decisions, be responsiblefor quality assurance,provide general y fesponset0 rs in all mattersrelating to I 53 I I I fhe Works. 4.2.2 Intimation and Approval by NHA

I / The Consultantshall adviseNFIA on all mattersrelating to the efficientand successfulexecution of the Works Contracts,and shall actat all iimes so as to protectthe interestsofthe projectand shall talceall reasonablesteps to keepall I exlrensesto a minirnurn,consislent with soundeconomic and engineering practices.Supervisory Consultants will irrtimateand will get approvalof any decisionfi'om NHA regardingchange in Designto initiateVariatiol Order, I Extensionof tirneetc. / Advise NHA on need lbr effective liaison rvith local autlrorities,police, landowuers,utility orvn€rs,the pr;blic and other organizationsaffected by the I works in olderto mininrizeor avoidurnecessary delays or disputes. r' Shallassisl for sefilementoi'the Audit Parasand Errquiries (if'any) pertaining I to thc Project without any time restliction and rernunerationto be made separatelyon this account.The costto be incurredrnay be built in the rates. / Jointly inspectwith NHA the completeclworks, and assistin formal taking I over, and review and approve"as built" drawingsand plans,and provicle report(s)testifying to the satisfactorycompletion of the contr?ct. r' Inspectthe completedworks during the defectliability period within the terms I coveringthe consultant'sAgreernent, prepare lists of deficiencies(if any),and carry out supervisionof the rernedialworks, and issuethe Defccts Liability certificatesafter the rectificationof notified defectsby the contractors. I r' Provideany other specialistservices requested by NHA r-rnclercondifions to be I mutuallyagreed. 4.2.3 Project Management

I The Consultantsshall establisha projectmanagement sysrem acceptable to NHA, wlrich will be used to monitor/trackthe problems.The works involved wiil includebut not beinglirnited to the following: I Assist NHA for the establislimentof the basic overall projecl construction schedule,bldget andcash disburcement schedule. Assisi NHA fbr e.stablishrnemtarrd implernentation of a projectmanagement I sysJelnand proceduresto monilol anclcontrol the cost arrdtinre scheduleto enablctimely corrective rneasures. I To coordinate,supervise, and supportthe decisionmaking actions by NHA concerningengineering and designn'ratters during the constructionstage irr order to snsure tliat quality contlol and engineeringstandards al.e consistentlyrnaintained throughout the project within cost and time I constraints.

Assist NHA for setting up of an effective reporting system of project I progressand statusto the manage:xentof NHA. Preparerealistic construction schedules, showing the anticipatedprogress of Works and expendituresof the conlractpacl

4,2.4 ConstructionSupervision

The SupervisoryConsultants shall bc fully responsiblethat the Works are execufedin accotdancewith the plans,grade and confirm to the specifications. lr The SupervisoryConsultants shall carry out the ConstructiorrSupervision ensuringtlre following items: ll '/ Stalcethe centeriine,ROW liurits and relocationof roadwav structureand appuftenance; ,/ Settingof Grade-stakes; lf ,/ Relocationof Grade-stakes: lr { SoilTests; l1 ,/ ConcreteTests; ,/ ReinforcedBar Tests; ,/ StructuralSteelTests: I ,/ OthersTests as deemednecessary; '/ Inspectand evaluateContractors' facilities especially laboratory items to ensurecompliance with the specificationsand terms atrd conditions of the I tlotttractAgreement. Witl:out rclievingthe Conrastorsof thcir obligations ttntlcr the Contract.monitor thc Contractors'laboratoly testing, evaluate the Portlandcetnetrt cottcrcte irncl bituminous ntixlure designs prcparecl by thc I Conl.ractors,and recommenditnprovemetrts (if any). Mclnitortlre corrc.rete Batchingnnd laying as pcl a;:;:roveclnrix cicsign& spccil=rcations,Asphalt Mixing and layingils pel'.lob Mix Fcrnrulaancl specifications, oarry out the I testilrg of steel and High Tensile wire / cable f'sr Stressingas per Spccificationsand also nrouitor the Strcssirrgactivity as per a;:prnyecl pttlceduleand Specil'ieationsand also e'rrsurctlre desiredDcr'lornrance- ancl I accordapproval thereof; '/ Assttrequality of ttre rvorl

I 55 t compliancesuch tliat the Worlcsare carriecJout at all times in a safe and securcrrallrlel'a:rd damage or injury to personsor- property is avoidecl; '/ Inspect quarriesand borrow pits, and crushing plants, and orclertests of rnaterialsand ensureadherence to specifications,and approvethe sourcesof materials.

4.2.5 Quantity Measurelne:rtand eualify Control

As the Engineer'sRepresentative, the Consultants'authorized representative and other staff will implementthe Works Contract and ensurethat the Works are constructedin accordancewith its provisions.The Consultantwill have all the powers defined in the FIDIC Condifiorrsof Contract as being the Engineer/ Engineer'sRepresentative, except the following, which will be retainedand exercisedby the client, generallyon theadvice of the Engineer: ,/ Issuingthe orderto commencethe Worl

Contractor and ensuring fhat the Contractor has incorporatedthe most I effective and expeditious methodology of carrying out the wor.ks; and ensure in setting Lrp a computerizedprojcct control system for reporting physicaland financial progressby the Contractorur r""il as the forecasts,i? I includedin the bidsand/or if dernandedlater on by the NHA. Subseqr*ntly, closely monitor the constructionprogress on regular basisto deiermine I whetherit is proceedingin accordancewith the approvedwork program. constructiorrequipnrent, plarrt and machineryrequirements, by type and speeification, and rlonitor, keep and regularly update a list of the I contractors'equipment, plant and maehineryin older to keepa checkon the Contractors'mobilization.

I 4.2.7 PaymentCertificates and Claimsof Contractor

verify the interim and final paymentcertificates submitted by the contractor I on the basisof measuredwork itemsas the casemay be havingregard to any I completionof the activitiesI works or parts thereof and verifu indicesfor I , i L/.{t ,r{,} r I

Price Adjustment in costsas applicableafter ascertainingex-factory prices I before recommendingany amount on this account in interim payment certificatesoPCS). I AssistNHA in contractualmatters with the Contractor(performance bonds, insuranees, claims, advance payment guarantees etc.). Assist with interpretafionof the Contract Documents, explain and or reconcile any ambiguities and or discrepanciesin lhe Contract Documents,and apply I variousprovisions of the contractdocuments; and provideNHA all relevant documentationneeded for settlingdisputes (if any) with the Contracfors,and make recommendationsto NI{A for resolving the Contractors' claims, I contract time extensions,variation orders, subletting, quantification of claims,rate and price fixing etc.

I 4.2,8 Maintain Project Record

Establisha comprehensivesystem of maintainingsite recordsincluding site I correspondence,survey data, inspection records, test data, site diaries, recordsof meetings,financial records, progress records etc. Recommendany modification of complementaryitems to be necessaryto I Contractor.

Supervisinginformation program on STDs and HIVIAIDs which the Works I Contractorsare requiredto carry out at construcfioncampsites. consultant shall preparemovie for record of all the activity on the project from the dateof startto the end and hand over five copiesof the sameat the t time ofcompletion to the Client. I 4.2.9 Reporting Requirements The Consultantsshall prepareand submit each of the under mentionedreports to t NHA. The formatof thesereports shall be mutuallyagreed with the NHA. a Inception Report .5hard+lsoft.egpies Design--reviewReport 5 hard + I soft copies ContractAdministration Report and I 5hard+lsoft.:pi": QggJruc-!!onplogram AnnualManagement Information Report at 5 hard* I soft copies I tlle end of eachFinancial Year TechnicalRepglts 5 hard + ! sof! copies Prog,19ssBgpoff (ngl!!'t, ) I hard + J ggft copies. I Project Completion Report (PC-IV) 10 hard + 1 soft copies I Project Documentary 5 copies Up d qt e d,qq ulr u9!!-q! plo-sl 1tl -?,s_igg q i !9d, 5 hard+ ilq&eqp-ieq; RoughnessSurvey reports at substantial I completionand expiry of defectliability 5 hard+ I soft copies : period RevisedPC-l + t I 80 hard i goftoopies

..rr..lit! l.i.:r:i. ' ' t.''' ,i; \ at I it.: ! I t -., n-,':"' l: r../ I lt.t" L t, :-tI )/ r, !l::.\ ))tt--to1: ,-t:\ ,,,. I .,-)- ,-,*- I - _.',' l't ll lnception Report

The Consultantswill submitan InceptionReport at the endof the first:nonth from the Date of Commencement.This will contain full detail of the lt Consultants'supervisory methodology and staffingplan with supportingCVs of Personneland projectedmonthly billing. It will havea schEdulelisting all designactivities to be taken up in sequencewith their start and ending dates. It The probabledates for submissionof deliverablesshall also be mentioned ll thereinin line with TOR. Design Review Report

I The Consultantsshall submit a detailedDesign Review Report preparedby the designteam experls,under the guidanceof Team Leader ai the end of third month from the Date of Commencement.The Consultantsshall submit I Construction/SupplementaryDrawings alongwith Engineer Estimate and BOQ. This relateddocuments keeping in view the followirrg requirementstlte Tender Drawings are preparcdbased on outline design, not to be used for I construction.It is requiredlhat the Consultantsshall transformthese outline designto detaileddesign to further preparethe ConstructionDrawings with completeownership and responsibility. I The requiredtopographic survey/field investigation shall be donebefore the commencementof Works. Specialernphasis shall be given to the drainage designand electrical works. I Soil investigationand pavementevaluation with pits shall be part of the designwork. However the Geo-techboring shall be done by the contractor I and basedon this resuli,the pile designshall be finalized. The Corrsultantsshall subrnitto NHA DesignSection detailed computations in hardand Excel formatwith forrnulasintact, Computer model with design I reportand soft copy of surveyin Auto-Cadeditable format. Technical Report

I The Consultantwill produce necessarytechnical reports and position papersdealing with technicalmatters arising during the project.

I Final Project Completion Report

The Consultantswill preparea comprehensivefinal Completion Report I within ninety (90) days after issuanceof the Taking Over Certificateof the Contract.The Final Completion Report for the project shall summarize the method of construction,as built record showing the location and I detailsof all Works carried out, all the defectsand certificationof the satisfactory oorrection of such defects, the construction supervision performed, and recommendationsfor future projects of similar nature to I be undertakenby NHA. This will also includea brief on the performance of the Contractor with particular emphasis on planning and job managementat site. His weak and strong poinls need to be emphasized I with claritv.

I 58

li : T 'i,.' I Project Documentary Report (Cassette+ CD)

The Consultanthas to make documentaryof all major activities during constructionsas well as that of completedproject sections to be submitted towardsthe end of the project.These should also include; i, Laying and compactionof variouspavement layers; ii. Operationof Asphaltand concrete Plan:s; iii, Quarry sitesand laboratoryactivities; iv. Road after completion showing road furniture; Various importantsfages in constructionof structures; vi. Any other majoractivity involvedrequiring specific mention.

4.2.t0 Contract Management

Role of the Engineerand Engineer'sRepresentative; Contractual issues; Site instructionsand VariationOrder, including their variations; Programmingthe Works and extensionsof time includingmonitoring of activities on regular basis as per software based program, updated regularly; Monitoring and reportingon progressand Quality Control; Field and lab testing; Taking over sectionsof Works.

***t *****************r.****

.r ' \.-.

r l\ I. {, i. l{;, l} r .: lu.,Jrh,r\i, j' 1i :

i

i CHAPTBR NO.5 ll STAFFING FOR DETAILED DESIGN RBVIEW / UPDATION AND CONSTRUCTIONSUPERVISION

5.1 STAFF]NG BY CONSULTANTS

'/ [t is estimatedthat nirre(09) I(ey Personnelhaving l 17 person-months will be ll requiredby the localresou:cesof the Consultantsfor DetailedDesign Review/ lf Updatioti and Construction Supervision with other rcsporrsibilitiesto be undeftal

5.1.1 SpecialExtension for SelcctedPersonnel

Following staff of the Consultantsshall be allowed to continue performing Servicesfor a periodof Three(03) monthsafter completion of Worksto finalize the accountsand otheroutstanding issues of Contract.This periodof Three(03) person-lnonthsfbr eachof the Personnelshall be spreadover the calendarmonths I requiredto finalizethe saidactivities.

S. No. Descriptionof Personnel I Nos. Months Man-months I r) ResidentEngineer 0l 03 03 Q) Quantitv Surveyor 0l 03 03 (3) Accountant OI 03 03 I 4) ComputerOperator 01 03 03 Office Boy UI 03 03

I :.,."l': ",-.1'... 60 ::,i1. t'- t,u-:15'tY,*t'; |.. O ', I i jl I I I I 5,1.2 Staff Requirements The Servicesshall be provided by the local Key and Non-Key Personnel,which t shall includebut not be limited to the following: No. of Person- S.No. Descriptionof Personnel Months Persons Months I Key Personnel A. Detailed Design Review Team Highway DesignEngineer/ Team I 0l 03 03 Leader 2 Hydraulic/ DrainageEngineer 0l 03 03

I a J Structure/ Bridge Engineer 0l 03 03 I 4 Soil / Geo-TechnicalSngineer 0l 02 02 5 Traffic / PavementEngineer* 0t 03 03 I Sub-Total (A): t4 B. ConstructionSupervision Team I 6. ResidentEngineer/ Team Leader 0l t+24+3 z8 7. Structure/ Bridge Engineer 0l 24 24 I 8. Material Engineer 0l 24 24 9. QuantitySurveyor 0l 24+3 27 I Snb-Total(B): 103 Sub-Total(A+B): tt7 T c. Non Key Personnel 10. SiteInspectors 03 24 72 t l1 Material Inspectors a2 24 48 12 Surveyors 04 24 96 I l3 Labl SurveyHelpers 04 24 96 l4 CAD Operator 01 24 24 I t5. ComputerOperator 0l 24+3 27 16. Accountant 0l 24+3 27 I t7. Office Assistants 04 24 96 18. Office Bovs a4 24 96 I 19. Office Boy 0l 24+3 a1 Sub-Totat{C): 609 I Total (A+B+C): 726

I 6l I I I

* It is the responsibilityof the Traffic I PavementEngineer to validatethe I traffic survev.

Total Key PelsonnelPerson-Months for DesignReview: l4; I Total Key PersonnelPerson-Months for Const.Supervision: 103; Total Non-Key PersonnelPerson-Months: 609.

I Note: The Quali/ieation and Experience requirementsfor the KeV Personnel and Non-Key Personnel tebulaled above are gfuen in detail at the end I of TOR. 5,2 SEITVICES.AND FACILITIES TO BE PROVIDED BY T.HB CLIENT

I Offices and utilities for the Consultanls will be financed under the Works Conrract. Accommodationof the Consultant'sfull time and short-termsupervising Personnel shall be provided in the Works Contract.Furnislred field offices, material testing laboratories,and I field transporlationwill be providedunder the Works Contracts. I 5.3 INDEMNITY OF CLIENT The Consultantswill indemnify the Client against any inaccuracies1 deficienciesin the Servicesof the team of ConsulJants.The Consuhantswill be requiredto obtain and maintain professionalindemnity insuranceat ils ow-n oo_stas per the latest PakistanEngineering I Council regulations,as reflected in the consultancy agreement, form the date of the appointrnentof the Consultantstill the end of projectduration also keepingin view Public I ProcurementRegulations, 20 I 0, s.4 TrME OF CONSTRUCTTOIT

I Total consiructiontime of the projectis twenfy four f2{) months. I 5.5 RBVISION OF PC-I It shallbe the responsibilityof the constructionsupervision Consultants to preparethe levised PC-l of the respectivcproject, before cornpletion of the project,by incorporatingall changes I in the scopeof work and, preparecornpletion report (PC-IV) at completionof the project.To e-nsureco-mpliance a.n amount of two per cent (02olo)will be.withheldfrorn interirn(rnonthly) invoicesand released.-alongwith the final payrnentof the Consultants.on completionof this I iob. I I I I I I 5.6 QUALIFICATION AND EXPERITNCE REQUIREMENT OF PEBSONNEL Tl':eengineering services shall be provided by the local Key Personnel,who will be assisted by Non-Key Personnel.The Qualification and Experiencerequirements of thesePersonnel I shall includebut not be limited to the followins: I S.No Title, Experience,Qualification & Respolrsibilities The Engineer General 30 Years I Experience: Qualification: Minimum: B.Sc.(Civil Engineering) Desirable: M.Sc.(Civil Engineering)with specializationin the t field of Hishwav Eneineerins. Specific Minimum: Heisheshould have at least25 yearsofexperience Experierce: of national/international civil works projects I including at least 15 years in a senior role of nationallinternational highway projeots. He/she must be registered as ProfessionalEngineer of I PakistanEngineering Council (PEC) and Member of recognizedProfessional Society. Helshe should be fully farniliar with FIDIC Conditions of t Contract, Pakistan EngineeringCouncil Standard Bidding Documentsand PublicProcurement Rules etc. He/she must be able to communicatefluently in Enelishlansuaqe. I Note: The sost of remuneration and TA/DA of the Engineer is presumed to be covered within Overhead cost of the Consultantsbut the Client t reservesthe right to replacethe Engineeras per its contractwith the Contractorfor Works. Pcrso:rnelfor Detailed Design Review Phase I l. H wa Engineer/ Team Leader General 20 Years Expelience: I Qualification: Minirnum: M.Sc.(Civil Engineering) with specialization in the fieldof HishwavEnsineerins. Desirable: Ph.D.(Highway Engineeri I Marking: Ph,D, - IAB%: M.Sc. with additional relevant trainings from recognized organizations- 90%; M.Sc. - 80%o:B.Sc. with additional courses/ t trainingsin relevantfield - 70%; B.Sc.- 600/o. Specific Minimum: Fifteen (15) yearsof relevantexperience in Design Experience: of National Highway projects including five (05) I years of experience as Highway Geometric Designer. Has worked as Team Leader of Design Team I during last sevenyears on at leastone (01) similar proiect. I

o-i I i li t li I I Title, Experience,Qualification & Rcsponsibilities Desirable: Eighteen (18) years of relevant experience tn Design of National Highway projects including I seven (07) years of experience as Highway GeometricDesigner. 'l'earn FIasworked as leaderdurins Iastseven vears I referablvon af leasttwo similarproiects. Responsibility: I{is/herresponsibilities shall include but not limited to the following tasks: T I-le/shewill be responsiblefor detailed design review involving geometric desigl, designs for load features and road safety/traffie control I features,drainage designs, r'ehabilitation and repair plan, traffic plans and arnenitiesincluding detailed drawingsand specifications,He/she will proposeif I rcquired,during corrstructionany rnodificationand r:hanges in design, construction meilrod and alternatetechnolosv of construction. I raulic/ DrainageEnqineer Genelal 15 Years

I Qualification: M.Sc. (Civil Engg.) with specialization rn Hydroloey/ HvdraulicsEnsineerins. I Ph.D. (Civil Engg.) in Hydrology / Hydrar.rlics Ph.D. - l0A%; M.Sc. with additional rclevant trainings fi'om recognizedorganizations - 90o/o; M.Sc. 80Yo: B.Sc. with additional courses/ I trainingsin relevantfield - 70%: B.Sc.- 60%. Specific Ten (10) yearsof relevantexperience as Hydraulic/ I Experience: Drainage Engineer on National Highway design DesirabIe: Thilteen (13) years of relevant experience as Flydraulic/ Drainage Engineer on National I Hishwavdesisn nroiects. Responsibility:His/herresponsibilities shall include but not limited I to the followingtasks: He/she is responsible for carrying out the Hydrologicalstudy of the projectarea and submit I the Hydrar:lic Report. He/she r.vill perform Hydrologic Analysis, Ilydrology and Ilydraulic designof the stl'uctures.He/she will make sureand to ta[

I S.No Title, Experience,Qualification & Responsibilities 3. Structurel Brid ge Engineer Ceneral 20 Years t Experience: Qualification: Minirnum: M.Sc. (Structure/Bridge Engineering), I Desirable: Ph.D.(Stlucture/ Bridge Engineering). Marking: Ph.D. - l0A%; M.Sc. with additional relevant trainings from recognized organizations- 90%; T M.Sc. 80Yo; B.Sc. with additional relevant trainings from recognized organizations- 7A%; B.Sc.- 60%. I Specific Minimum: Fifteen (15) years of relevant experience in Experience: designingof Bridgeson NationalHighways. I Helsheshould bave experienceof independently designingat leastone major bridge. Desirable: Twenty (20) years of relevant experience in I designingof Bridgeson NationalHighways. He/sheshould have experienceof independently I designing at least fwo major bridges. Responsibility:Hisiherresponsibilities shall include but nol limited to the followingtasks: I I{e/she is responsible for carrying out design review of all sfructuresincluding Bridges included in the project. t 4. Soil/GeoteehnicalEngineer General 20 Years Experience: I Qualification: Minirnum: M.Sc, (Civil Engineering)/M.Sc. (Geotechnical Engineering). Desirable: Ph.D. (Civil Engineering)with specializationin I GeotechnicalEngineering. Marking: Ph.D. * l00Yo: M,Sc. with additional rclevant trainings from recognizedorganizations - 90o/o; I M.Sc. 80%o:B.Sc. with additional relevant trainings from recognizedorganizations - 7A%; B.Sc.- 60%. I Specific Minimum: Ten (10) yearsof relevantexperience in Design of Experience: NationalHiehwav oroiects. Desirable: Fifteen (15) yearsof relevantexperience ir Design I of National Hishwav proiects, I t II ll S.No Title, Experience,Qualification & Responsibilities Responsibility:His/her responsibilitiesshall include but not lirnitedto the following tasks: He/slte will be responsible for carrying out geotechnical investigations and subsurface explorations for road and structures, stipulate material testing procedures and specifications, t: identify sources of rnaterials, quarry sites and borrowaleas. FIe is also responsiblefor all design relatedassignments related to Soil / Geotechnical Ir ensineerinsof the proiect. lr 5. Traffic / PavementEngineer I General 20 Years Experience: Qualification: Minimum: M.Sc. (Traffic/ TransportationEngineerinl Desn"ble Ph.D. (Trafficl TransportationEngineerinf I ;.;-- - lvtallflng: Ph.D, lAAo/o:M.Sc. with additionalr"ta"rtt trainings from lecognized organizations- 9AVo; I M.Sc. 80%; B.Sc. with additional relevant trainings fi'om recognized organizations- 70%; I B.Sc.- 60%. Specific Minimurn: Thirteen (13) years of relevant experience in l' Experience: Designof National Highwaysproiects. Desirable: Eighteen (18) years of relcvant experience in il Desisnof National Hishwav oroiects. Responsibility: His/herresponsibilities shall include but not limited to the following tasks: I He/she is responsible for carrying out Traffic Analysis and PavementDesign of the road, He/she will also validate the traffic survey.He/she should I have experience in carrying out cost ef-fective stluctural pavement design, trafilc loading characterization, can assess tlre pavement I perfbnnanceunder diflbrent loading conditions. Have practical experienceof traffic monitoring; Preparation of Traffic plans, Traffic Impaot I Analysis, intersection ar,d interchangeoperation analysis; should have expedencein economic analysisof variouspavement options.

I ./ Involved in supervisionof asplraltpavement constructionof differentprojccts. ./ Can reyiew and advice the Engineerfor any I rnodification need to the detailed road pavemenldesign. '/ Can propose cost effective and innovative I solutions to lhe problems in pavement constructionand maintenance. ,/ Can carty out visual pavementinspections. I '/ Can ensure compliance with standardsand

construction. I 66 t I __l II ll S.No Title, Experience,Qualification & Responsibilities I Key Personnel for Construction SulrervisionPhase lr Local Experts lr lr ResidentEusineer/ Team Leader General 20 Years l. Experience: Qualification: Minimum: B.Sc.(Civil Engineering). Desirable: M.Sc. (Civil Engineering)with specializationin ConstructionManasernerrt/ Eouivalent. Marking: M.Sc. with additional relevant trainings from recognizedorganizations - 100%; M.Sc. - 90%; t; B.Sc. with additional relevant trainings fi'onr recognizedorganizations - 80%;B.Sc. - 70%o. Specific Minimum: Fifreen(15) yearsof relevantexperience including Experience: eight (08) yeals' experienceas ResidentEngineer on constructionsupervision of National Highway projects, t: The Personnelis encouragedto atlachat leastthree (03) referencesof high quality workmanshipdLlly It verified by the respectiveclient(s). Age of expert should preferablybe not more than 65 yearson the dateof submissionof proposal, Desilable: Eighteen (18) years of relevant experience Ir includingTen (10) years' experienceas Resident Engineer on constntctionsupervision of National Ir Highway projecfs. The Personnelis encouragcdto attachat leastthree I (03) referencesof high quality workmanshipduly verifiedby the respectiveclient(s). Age of expert should preferablybe not more than I 65 yearson the dateof subrnissionof proposal. Responsibility: His/herresponsibilities shall include but not lirnited to thefollowing tasks: I He/shewill be rcsponsiblefor quaiity, cost. scope, time, safety, and environmental control of the project. He/she will be lesponsiblefor approving I Contractor's work program, method statements, material sources,preparing and producing repofts as required, approving and/or issuing working I drawings, approving the setting out of the works, and instructing tlre Contractor,certifying work volume and recommending interim payment I certificates for progress payments, maintaining consolidated project accounts, and prcparing o1' financialstatements, ensuring minimum disruption/ I damage to the environment by approval of Contractor's work statement/ methodology, including monitoring the impact of consfiuction works on the environment and local settlements t .| ^-^.,.' l:-^ :-c^--_^a:

I It S.No Title, Experience,Qualification & Responsibilities Ir z, $tructure / Bridge Ergineer General 20 Years Experience: It Qualification: Minimum: B.Sc.(Civil Engineering). Desirable: M.Sc. (Structure/Bridse Engineerinq). ll Marking: M.Sc. with additional relevant trainings from recognizedorganizations - 100%; M.Sc. - 90%; B.Sc. with additional relevant trainings from recogqizedorganizations - 80%; B.Sc.- 70%. Specific Minimum: Ten (10) years'rclevant experience of supelvising lr Experience: construction of National Highways projects including seven (07) years as Structure/Br.idge lr Engineeron National Highrnaysprojects. Tlre Personnelis encouragedto attachat leastthree ll (03) referencesof high quality workmanshipduly verified by the respectiveclient(s). Age of expert should preferablybe not more than I 65 yearson th9 dateof submissionof ptgpglql=_* Desirable: Fifteen (15) years' relevant experience of supervising conslruction of National Highways I projects including ten (10) years as Structure / Bridge Engineeron National Highwaysprojects. The Personnelis encouragedto attachat leastthree t (03) referencesof high qualityworkman ship duly verifiedby the respectiveclient(s). Age of expeft slrould preGrably be not more than I 65 yearson the dateof sr.rbmissionof proposal. Responsibility:His/herresponsibilities shall ineludebut not lirnited to the followingtasks: I He/she wil! be responsible for satisfactory construction of all Bridges in the project from piling to the completionstage, including culverts I and olher structureson the project.He/she shall be t'esponsiblefor supervision /execution of piling, Girder (Casting, stressing and Lunching), Deck I Slab (Casting & Stressing),including Fabrication and installationof expansionioints. J^ Material Engineer I General 20 Years Experience: Qualification: B.Sc. (Civil Engineering/ Ceo-Technical T Fn gineering)/M. Sc. (Geology). Desirable: M.Sc. (Civil Engineering/ Geo-Technical t Engineering). I I I I

I S.No Title, Experience,Qualification & Responsibilities Marking: M.Sc. (Civil Engirreering/ Geo-Technisal Engineering)with additional relevant trainings I from recognized organizations - 1A0o/o;M.Sc. (Civil Engineering/Geo-Technical Engineering) - 90Yo: B.Sc. (Civil Engineering/ Geo-'l'echnieal Engineering)/ M.Sc. (Geology) with additional I refevanttrainings from recognizedorganizations - 8A%: B.Sc. (Civil Engineering/Geo-Technical Ensineerins)iM.Sc. (Geoloey)- 7A%. I Specific Minimum: Ten (10) years' relevantexperience as Material Experience: Engineer on construction supervisionprojects of National Highways including five (05) years' t experience of asphalt concrete mix design in countrieswith hot climateand/or truck overloadine problerns. I The Personnelis encouragedto attachat leastthree (03) referencesof high quality workmanshipduly verified by the respectiveclient(s). I Age of expert should preferablybe not more than 65 yearson thedate of submissionof proposal. Desirable: Fifteen(15) years'relevant experience as Material I Engineeron constructionsupervision projects of National Highways including five (05) years' experience of asphalt concrete mix design in I countrieswith hot climate and/ortruck overloadins problems. The Personnelis encouragedto attach at least three I (03) referencesof high quality workman ship duly verified by the respectiveclient(s). Age of expert should preferably be not more than I 65 vearson the dateof submissionof nroposal. Responsibility:His/herresponsibilities shall includebut not limited I to the following tasks: He/shewill assistthe ResidentEngineer and will be lesponsible for quality of material used in I construction by performing field and laboratory tests and certifying their acceptancebased on recommendedspecifications for the materials;and I will identitysources of materials,and quarry site. 4. Ouantity Survevor Ceneral 20 Years I Experience: Qualification: Minimum: 3 Years Diploma in Civil from the Board of TechnicalEducation's recognized institute. Desirable: B.Sc. (Civil Ensineerinq). I Marking: B.Sc. with additional relevant trainings from recognizedorganizations - 100%;B.Sc, - 90%; I DAE (Civil)- 70o/o. t I I I

I S.No Title, Experienee,Qualification & Responsibilities Specific Minirnum: Fifteen(15) years' rclevantexperience as Quantity Experience Surveyor on Civil Works projectsincluding ten I (10) years' on Highway construcxionproiects. Age of expen should preferablybe not more than 65 vearson the dateof submissionof proposal. I Desirable: Etghteen (18) years' relevant experience as Quantity Surveyor on Civil Works projects including thirteen (13) years' on Highway I constructionprojects, Age of expert shculd prefelably be not more than 65 years on the date of slbrniutlqqs|plopoq3!_ I Responsibility: His/herresponsibilities shall include but not liraited to the followingtasks: He/shewill assistResident Engineer in verification I of paymentcertificates. He/she will be responsible for verificationof executedquantities. Non-Kev Personnel I Site Insnectors (Structures/Highways) General 12Years Exoerienoe: I Qualification: Minimum/ 3 Years Diploma in Civil from the Board of Desirable: TechnicalEducation's recognized institute. Specific Minimum: Eight (0S) years of experiencein supervisionof t Experience: construction of roadls$uclures on Highway projectsas Site Inspector. Age of personnelshould not be more than 65 years I on thedate of nroposalsubmission. Desirable: Ten (10) years of experiencein supervision of construction of roadlstrucJures on Highway I projectsas Site Inspector. Age of personnelshould not be more than 65 years on the dateof proposalsubmission. I Responsibility: His responsibilitiesshall includebut not limitedto thefollowing tasks: His job descriptionarrd duties will be definedby I the ResidentEnsineer and approvedby the Client. 2. Material Inspectors Cenera! 12Years I Exoerience: Qualification: Minimum/ 3 Years Diploma in Civil from the Board of Desirable: TechnicalEducation's recognized institute. I Specific Minimum: Eight (08) years of relevant experience in Experience: construction of Highway projects as Material Inspecior. I Age of personnelshould not be more than 65 years I on the dateof oroposalsubmission. S.No Title, ExperienceoQualification & Responsibilities Desirable: Ten ( l0) years of relevan: experience in oonstruction of Highway projects as Material Inspector. Age of personnelshould not be more than 65 years on the dateof proposalsubmission. Resporrsibility:His responsibilitiesshall includebut not limitedto the followingtasks: His job descriptionand dutieswill be definedby the ResidentE:rgineer and approvedby the Client. a -f. Lab Technicians General l2 Years Experience: Qualification: Minimurnl 3 Years Diplorna in Civil from the Board of Desirable: TechnicalEducation's recosnized institute. Specific Minimurn; Eight (08) years of relevant experience in Experience constructiorr of Highway projects as Lab Technician. Age of personnelshould not be more than 65 years lt on the dateof proposalsubmission. Desirable: Ten ( l0) years of relevant experience in construction of Highway projects as Lab lt Technician. Age of personnelshould not be more than 65 years ll on the dafeof proposalsubmission. Responsibility:His responsibilitiesshall include but not Iimitedto I thefollowing tasks: His job descriptionand duties will be definedby I theResident Engineer and approved by theClient. 4. Survevors General l2 Years I Experirlnce: Qualification: Minimum: DAE Civil from the Board of Technical Education'srecognized inslitute. t Desirable: B.Sc.{Civil trnsineering). Specific Minimum: Eight (08) years' experienceof surveying/leveling Experience: and related activities on National Highway t Proiects. Desirable: Ten (10) years' experienceof surveying/leveling and related activities on National Highway t Proiects. Responsibility His responsibilitiesshall include but not limitedto I thefollowing tasks: His job descriptionand duties will be definedby I theResident Engineer and approved by theClient. I T I ll S.No Title, Experience,Qualification & Responsibilities It 5. Accountant General 12Years Expcricnce: lf Qualification: Minimum: B,Com from recognizedinstitute. Desirable: Master'sDegree in Accounts It Specific Minimum; Eight (08) yearsof relevantexperience in caseof Experience: B.Comor three(03) years of relevantexperience in caseof Master'sDegree in Accounts. lr Desirable: Ten (10) years of relevant experiencein case of B.Com or five (05) yearsof relevantexperience irr caseof Master'sDegree in Accounts. It Responsibility: His responsibilitiesshall includebut not limitedto the followirrgtasks: His job descriptionald dutieswill be definedby It the ResidentEngineer and approvedby the Client. Generallyhe will be responsiblefor monitoringof It the projectaccounts. 6. CAD Operator General l0 Years It Experience: Qualification: Minimum: DAE Civil from the Board of Technical I Education'srecognized institute. Certificate Auto- CAD SoftwareOpcrator. I Specifrc Minimum: Eight (08) years' experience of drafting Experience: engineering drawingsl designs on Auto-CAD software. I Desirable: Ten (10) years' experienceoldrafting engineering drawirrgsl designs on Auto-CAD software. Commandon latestversion of softwareis shall be I recommended. Responsibility: His responsibilitiesshall includebut not limitedto I the followingtasks: His job descriptionand dutieswill be definedby the ResidentEngineer and approvedby the Client. I 7. Comrruter Operators General 5 Years Experience: I Qualification: Minirnum/ B.Sc.(Computer Sciences) Desirable: Specific Minimum: Three (03) years' experience of office I Experience: management,typing rvith 30 words per minute wpine speed. Desirable: Three (03) years' experience of office I management/training of computersoftware related

I I typing speed. I 72 I I Title, Experience,Qualification & Responsibilities Responsibility: His responsibilitiesshall inclsdebut not lirnitedto the followingtasks:

His job descriptionand dutieswilJ be cteflnedby the ResidentEngineer and approvedby the Client. Generally he will assist the Consultanlsand Client's representative in all drafting, rspot.ls on and like activitiesas per demand. Office Assisfants

Expericnce: Qualification: Minimurn/ B,A.lB.Sc. Desirable: -Iffrc. ll Specific Miniurum: Three (03) years' of Experience: "xperi"'l"E-- managetnent,typing with 30 words per nrinute ll Three (03) years' experien-i-- of- office management/training of computer.software (M.S. lr Office) and fyping with 40 rvordsper ninute typing R.esponsibility:His responsibilitiesshall inclLrdeUut ,-t timiteOto T thefollowing tasks: I-Iisjob descriptionand dutiss will be definedbv I the ResidentEngineer and SpecialNote:

(1) For Specific Experience I the rafio of weightagefor marking between Minimunr & Desirableshall bc 80:100 respectively;

(2) The number years I of of Specific Experience(mi:rirnum or desira6le)for evaluation purpose,rvill be countedfi'om the minimumspecified academic qualification; the Key Personnel bearinga higher qualificationin the relevantfieli will have Specific I Experienccrequirement reducecl as pe' forlowingexample formulae:

SpecificExperience after Baclielor:X years t SpecificExperience after Master.s:X-2 years SpecificExperience atler ph.D.: X-4 vears

(3) se I lectionof the Person'elshalr be madeor successfurinterview by the Crient. t t I I I 2 tZ i.r' I /--rr o€ li

NATIONAL HIGITWAY AUTHORITY I 28 MauveArea, G-9/1,Islamabad 8 051-9032727,@ 051-9260419 I Ref:6{408)/GM (P&CA)/NH I 17I 1283 24thAugust,2OLT M/s ITESPAK(Prrt.l Ltd. In JlI wfth I M/s MM Paklstan (Rrt.l Ltd. Address: Highway and Transportation EngineeringSection, 2ndFloor, Attaturk Avenue,Sector Q-5/2,Islamabad - T Paklstan Tel: +92-5L-92219 10-13 Ext: 211-13, Faxr +92-5L-2274Arc I Emall: ngspak.hley@email. com

Subject: Consultancy Agreement for: IL Consultcncy Servlgel for.- Detelled Deslsn Rovlew end Consfuuctlon gupet.vlsloa of, Inorove-mont and mdenlng of I Chekdara - Mtneora - tr'atehrur Sectlon of Itattqpal Hlghway N-95 182 Kml t The Consultancy Agreement for the subject services duly signed on 23rdAugust,2017,bytheM@gCoordination}asauthorizndort behalf of the Client, between National Highway Authority and tJle Consultants, I M/s NESPAK (F\rt.) Ltd. in JV $/ith M/s MM Pakistan tFrt.) Ltd,, is enclosed for your further necessary action, please. t t4 {MITHAMMAD AZAr(rl I Director (P&CA) Encl: As mentionedabove t DtstrlDutton: - GeneralManager (Design), NHA, Islamabad; - General Manager (Maintenance) KP, NHA, ; I - General Manager (B&A) NHA, Islamabad; - Project Director (concerned)NHA, Swat; - National Accountability Bureau (NAB),Islamabad; I - P&CA Record (Copy & Original Consultancy Agreement). Copy for ldnd lnformatlonl I - Member (Planning), NHA Islamabad; - Member (Engg. Coord.), NHA Islamabad;

- GM tEngg Coord.)-I, NHA, Islamabad; - GM (Finance),NHA, Islamabad; - GM (P&CA),NHA, Islamabad; - Director (Planning), NHA, Islamabad; - I SO (Tech)to Chairman NHA. T- T National Highway Authority (Procurementand Contract Administration Section) I 28 Mauve Area,Sector G-gllr lslamabad(Pakistan)

I I T I CONSULTANCY CONTRACT @ocumentNo. .7.r. !,7.'..28,') I (Time Based) between I National Highway Authorrty t and I M/s NESPAK (Pvt.) Ltd. in IV with lros MM Pakistan(Pvt.) T Ltd. for

I ConsultancyServices for DetailedDesign Review and I Construction Supervisionof Improvement and Widening of Chakd ara - Mingora - Fatehpur Sectionof National Highway N-95 (82 Km) t 6

(Pages I ltot26) * I Augustr20ll I I t TABLE OF CONTENTS

'r Authority letters iv I. CONSTILTANCY CONTRACT AGRBEMENT t I II. GENERAL CONDITIONS OF CONTRACT 1. GENERAL PROVISIONS 3

I 1.1 Definitions 5 1.2 Law GoverningtheContract 6 1.3 Language 6 I 1.4 Notices 6 1.5 Location 6 1.6 AuthorisedRepresentatives 6 I 1.7 Taxes 7 1.8 Leaderof Joint Venture 7 1.9 Relationbetween the Parties 7 I l.l0 Headings 7

2. COMMENCEMENT, COMPLETION, MODIFICATION, I AND TERMINATION OF CONTRACT 1

2.1 Effectivenessof Contract 7 I 2.2 Terminationof Contractfor Failureto BecomeEffective 7 2.3 Commencementof Services 8 2.4 Expirationof Contract 8 I 2.5 Modification I 2.6 Extensionof Time fot Completion I 2.7 ForceMajeure 8 I 2.7.1 Definition 8 2.7,2 No Breachof Contract 9 2.7,3 Extensionof Time 9 I 2.7,4 Payments 9 2.8 Suspensionof Paymentsby theClient 9 2.9 Termination 9 I 2.9.1 By theClient 9 2.9.2 By the Consultants l0 2.9.3 Cessationof Services 10 T 2.9.4 Paymentupon Termination l1 I 2.9.5 Disputesabout Events of Termination 1t

I I 3. OBLIGATIONS OF THE CONSULTANTS

3.1 General ll 3.1,1 Standardof Performance lt 3.1,2 Law GoverningServices l2 3,2 ConsultantsNot to Benefitfrom Commissions,Discounts, etc. 12 3.3 Confidentiality L2 3.4 Liability of the Consultants l2 3.5 Other[nsurances to be Takenout by the Consultants l3 3.6 Consultants'ActionsRequiringClient'sPriorApproval 13 3.7 ReportingObligations l3 3.8 DocumentsPrepared by the Consultantsto be the Propertyof the Client 13 3,9 Equipmentand Materials Fumished by the Client l4 3.10 Aooounting,Inspection andAuditing t4

4, CONSULTANTS'PERSONI\TELANDSUBCONSULTANTS l4

4.1 General 14 4.2 Descriptionof Personnel l4 4,3 Approvalof Personnel l4 4,4 WorkingHours, Leave, Overtime, etc. 15 4.5 Removalandlor Replacement of Personnel 15 4.6 ResidentProject Manager l6

5. OBLIGATIONS OF THE CLIENT t6

5.1 Assistance,Coordination and Approvals l6 5.1.1 Assistance l6 5.1.2 Co-ordination l6 5.1.3 Approvals 17 5.2 Accessto Land t7 5.3 Changein the ApplicableLaw t7 5.4 Servicesand Facilities t7 5.5 Payments t7 5.6 CounterpartPersonnel t7

6. PAYMENTS TO THE CONSULTAT\TS 18

6.1 CostEstimates, Ceiling Amount l8 6.2 Remunerationand Reimbursable Direct Costs(Non-salary Costs) 18 6.3 Currencyof Payment l9 6.4 Mode of Billing andPayment l9 6.5 DelayedPayments 2l 6.6 AdditionalServices 2l 6.7 Consultants'EntitlementtoSuspendServices 2T

\at "\: Afd 4e "l

I lrA'onAr#T"J$E-E"l|*ffRl[1,9"::J#HtJ,f l*"{lHt#il*rEDlII lrt llh||.aL HIGHWAYSAND TRANSPORTATIONENGINEERING SECTION t97t

Ref:0991104/RBlA3tss' Dated: August18,2017

I GeneralManager (P&CA), NationalHighway Authority, 28- Mauvearea, G-911, I lslamabad.

I AUTHOR.ITYLETTER I DearSir, I Mr. Jawad-ul-Haq,Principal Engineer of NESPAK'sHighway and Transportation EngineeringDivision (H&TED) is herebyauthorized to sign ContractAgreement of I (GonsultancyServices for DetailedDesign revlew and GonstructionSupervision of tmprovementand Wideningof Chakdara- Mingora: FatehpurSection of t NationalHighway N-95 (S2 Km) on behalfof NationalEngineering Services of Pakistan(P!t.) Limitd in associationwith MM Pakistan (htt.) Ltd.

I Thankingyou, t Yourstruly, I ForNational Engineering Services of Pakistan(Private) Limited. I I I Jawad-ul-Haq I PrincipalEngineer I Telephone:(+92-5 I ) 2274016, (+92-5 1) 9221910-13Ext. 2 I 1- I 3 I Fax (+92-51)8311613, (+92-51) 9221914 ruv Email:[email protected] web site: h@:/ /www.nespak.com.pk AUSTRIA -r-- T I Our Ref: WNrBDrlT-32 MM Fakistan$\A) L!d. El 2il Floor,fi Bdldtrg 27€mprasc Road teho]€ I g2'363{Xl.ta0, 38iXxtadl 3636323{,362925:l$'7 GeneralManager (P&GA) a 0/,2-362s2626,36300207 tr bdu@mmpakistan,com T NationalHighway Authortty € http:/ $,rr,mmpakbtan.com 2nd Floor,27, MauveAlea, G-9/1, lslamabad Ph:Ail-9032727 I Fax:051-9200419

I Sublect DetailedDesign Review and Construction Supervlsion of lmprovement and Widening of Chakdara . ilingora - Fatehpur Section of National I HighwayN-95 (82 Kms). DearSir,

I Mr. Abdul Aziz Mughal(Head Transportration Sector) of MMP is herebyar.rthorized to s(p the ContractAgreement of subjec,tproject on behalfof MM Pakistan(Pvt.) Ltd. M/s NESPAK is the Lead Firmin our JV and MMPis in association,Signature of Mr. Aziz Mughalare also I appendedbelow. I YoursSincerely, I I PervezAnlum I t He ad (Tra n s p ortation Secfor) t I t

in PanbtannoK-527le363 (flf t-f,]5fi*t3* \qt( l^Sg, I Lilhdn, lcraol, lshmsbad,Peihdwet. Hydorabad T 059399 ilII Illll I illt l iillt t I[ |lI llI illilllillilillll tnlll]lll lll I I I I I il I I il ConsultancyContract Agreement for

t Detailed DesignReview and Construction Supervisionof Improvement and Widening of Chakdara - Mingora - Fatehpur Sectionof National Highway I N-95 (82Km) I aql/ CONTRACT {hereinafter called the "Contract") is made on tJre $.. day of ( 2;017,between, on the one hand, National Highway Authority, Governmentof I 28-Mauve Are.a, G-9/1, P, O. Bsx 1205, Islamabad, Pakistan (hereinafler called "the il , Client" which expression shall include the successors,Iegal representativesand permitted which I assigns)and on the otherhand ajoint v€nlureconsisting of the following entities,each of will be jointly and severallyliable to lhe Client for all the Consultants'obligations under this il .^tt I contract,namely:

I -E Pakistan(Pvt.) NESPAKHouse: 2nd ,l b 0) Mls NationalEngineering Services Ltd., SIE Floor,Attaturk Avenue, Sectol G-5/2, Islamabad-Pakistan (Leail Member); \(3 i- .t tlI and !4.:S i E:gi tl (ii) Pakistan(h.tJ 2ndFloor CTI Building 27-EmpressRoad Lahore- S;E 1VI/sMM Ltd", -t :l \ Pakistan(JV Member), T (hereinaftercollectively called the "Consultants"which expressionshall includeits successors, I /]M*S fu+r-ry:f** nrl e,a//af,?* t d.a ;!*yya"^' W4,1r.#{g r^rl ,,t r feFi i,^r-/} n I I ,l iltIIlill lll1Il[ ltI ltltI I 059400 I I I ililil$uilil ilmil[lll I ',, L'r'i:\*':. rj.; I "..-,

n{'* "l $.. +,-"|r'ir{.-" ;i'tri:' I i,, .{.;1. I t !', , I I WHEREAS

I (a) the Client hasrequested the Consultantsto provide certain consultingservices as defined in the General Conditions of Contract attachedto this Contract (hereinaftercalled the I "Services");and

I (b) the Consultants,having represented to the Client that they havethe requiredprofessional skills, and personneland technicalresources, have agreed to providethe Serviceson the I termsand conditionsset forth in this Contract; I NOW THEREFOREthe Partieshereby agree as follows: 1. The following documentsattached hereto shall be deemedto form an integral part of this I Contract: (a) the GeneralConditions of Contract; I (b) the SpecialConditions of Contrac! t (c) the following Appendices: Appendix A: Descriptionof the Services/Termsof Reference I AppendixB: ReportingRequirements 'l f$ Appendix C: Key Personneland Sub-consultants $$J'Appendix D: Breakdownof ContractPrice in Foreign Currency(Not useil) 'l AppendixE: Breakdownof ContractPrice in Local Currency AppendixF: Services& Facilitiesto be ProvidedBy the Client andCounterpart Personnelto be MadeAvailable to the Consultantsbv the Client. I AppendixG: IntegrityPact Annexure-I: Minutesof Pre-Proposallvleeung and,qddendum No.i Annexure-Il: Minutes of Contact Negotiation Annexure-Il: JointVentureAgreement

4 +t .T nff."tr**rrl ful*o,* nyfu*-- s{/4!L-"1 /e, -07-ft' Nfr/] eafl-af,rg uP*'P--^;,F d'^t. d"m*' ffi,*r.#-L, i I I _J 059101 ||lI Illll I llll | il ilI ilr [ |[ Iilillllillllilllt mililt il ill

2. The mutualrights and obligations of the Client andthe Consultantsshall be as setforth in the Contract,in particular:

(a) the Consultantsshall carry out the Servicesin accordancewith the provisionsof the Contract;and

(b) the Client shall make paymerrtsto the Consultantsin accordancewith the provisions of the Contract.

IN WITNESS WHEREOF, the Parties hereto have causedthis Contract to be signed in their respectivenames in two identicalparts, each of which shallbe deemedas the original,as of the day, month and year first abovewritten.

For andon behalfof NATIONAL HIGHWAY AUTHORITY

ritt" ?tta*+* {rueZi ) ritre t*ltarlttsh'tr(hnn . tlcsLcr l/cinqt' ('att{) ll&rcCIi,ftr.YAuHy For and on behalf of lrtr:rir4

lWs National EngineeringSewices Pakistan (Pvt.) Ltd. in JV with IvI/sMM Pakistan (Pvt.)Ltd.

\4/s NationalEngineering Services Pakistan(P\4.) Ltd. (Lea$$enber) \ \ I f I Wifness

Signature Signature Name Name: Title Title: SeniorEngineer I J Ad ar.'te*l 6rlrr**. I NE-|fuA. tL al^F 8'/-tIA,+*' AtrlA €, ad f+uI !-,* ul{ rnt,+frdfl- ' fc-f A^trP''il E'^il ffi, l I I I I I -*t :_ ---*-{

I

I I

I

,;:i* iltI Iln I ilt I lll il I I I llI lt I ililililmllill lfiillll il ill

IWs MM Pakistan(Pvt.) Ltd. (JV Member)

Witness ' Signature M- Si Naroe finvrcr hh^, d Name: Abdul Aziz Mughal Title'& r,sftteg,'De,el*{2rhrt ( (ocrl+d{Title Principal Engineer/ Head (Transportation Sector) l.t*

=:r-*l I I I I I I t I t I I I