NIn NATIoNALHIGHwAY AUTHoRITY Procurement & Contract Administration Section A- 28 MauueArea, G-9/1,Islamabad I 051-9032727,E 051-9260419 fRifrro,vrriSr*Av //' No. 6(427)/cM (P&CA)/NHA/ 17lIfi1 7/'Nrarch, 2oL7 Director General Public Procurement Regulatory Authority lst Floor FBC Building near State Bank, SectorG-5/2, Islamabad.

Subject: ANNoVCNEMENT oF EVALUATIoN REPORT (PPRA Rule-351: Consultancy Senrices for Construction Supenrision of 6-Lane Hishway from Kala Shah Kaku to (Lahore Eastern Bypassl

Reference: PPRA Rule-3 5

Kindly find attached the duly filled and signed Evaluation Report along with Bid Evaluation Criteria (Annex-I) pertaining to the procurement of subject services in view of above referred PPRA Rule-35 for uploading on PPRA website at the earliest, please. / tucr^h / --1.// (Muhammad Azamf Director (P&CA) Encl: Evaluation Report along with Annex-I

Copy for kind information to: - Member (Planning), NHA - Member (Engineering-Coord),NHA - General Manager (P&CA),NHA - S.O (Tech.)to Chairman, NHA EVALUATIONREPORT (As Per Rule35 of PP Rules.2004)

1 Nameof ProcurinqAoencv: NationalHiqhway Authoritv 2. Methodof Procurement: SingleStage Two Envelop Procedure Titleof Procurement: ConsultancyServices for ConstructionSupervision of 6- Lane HighwayFrom Kala Shah Kaku to LahoreRing Road(Lahore Eastern Bvpass). 4. TenderInquirv No.: 6/427\ A PPRARef. No. (TSE): TS298921E o. Date& Timeof BidClosino: 3'"Januarv, 2017 at 1'130 hours local time Date & Time of Bid Openinq: 3'"Januarv, 2017 at 1200hours localtime No of BidsReceived: Eisht(08) Proposals were received Criteriafor BidEvaluation: Criteriaof BidEvaluation is attachedat Annex-l 10. Detailsof Bid(s)Evaluation: As below

Marks Rule/Regulation/SBD*/Poli Nameof Bidder Evaluated cy/ Basis for Rejection/ Technical Financial Cost Acceptanceas per Rule35 (if (if of PP Rules,2004. applicable) applicable) (PKR)

1) MisZeeruk International Top scoringfirm in combined AO? 179 3r,567,432 (PPRA (Pvt.)Ltd. evaluation Rule36(b) (ix)) 2) M/sRepublic EngineeringConsultants in 568 28,280,877 JVwith M/s PEAS (Pvt.) 200 2no Ltd. 3) M/sNational Engineering 39,034,016 ServicesPakistan NESPAK OUJ 145 (Pvt.)Ltd. 4) M/sEngineering General Consultants(Pvt.) Ltd. in JV 60't 122 46,204,686 withM/s Techno Consult 4"' International(Pvt.) Ltd. 5) M/sAssociated ConsultingEngineers - ACE(Pvt.) Ltd. in JV with 590 124 45,52L,917 M/sPrime Engineering and TestingConsultants(Pvt.) Ltd. 6) M/sAsif Ali & Associates in JV withM/s AA. Associates(Pvt.) Ltd. and 54,001,423 ^tn 590 105 o M/sEngineering ConsultancyServices Puniab(Pvt.) Ltd. 7) M/sEA Consulting(Pvt.) 564 117 48,25r,360 Ltd. 7'n

8) M/sLOYA Associates 428 PPRARule 36(b) (v)

V'L- 9-tro-ue$P Top Ranked Bidder M/sZeeruk Internationat (Pvt.) Ltd

11. Any otheradditional / supportinginformation, the procuringagency may like to share: The Procurementwas carriedout in linewith PPRA Rules & Regulations.The biddingwas done on QCBSmethod with 80:20 Technicalto Financial Proposals ratio.

Signature:

OfficialStamp:

*Standard Bidding Documents (SBD).

/" 9&uta -u2{5P National Ilighway Authority

Fei[no'vri8rn-Avs Annex-f Criteria FOq_ Bid Evaluation

ConsultancyServices for ConstructionSupervision of 6-LaneHighway From Kala Shah Kaku to Lahore Ring Road (LahoreEastern Bypass).

Nlarch,2017 NATIONAL HIGHWAY AUTHORITY Procurement & Contract Administration Section 28-Mauve Area, G-9 L,Islamabad Tel: 9032727 Fax 926O4L9 t / , Ref: 6(4271I GM (P&cA)/NHA/ 161 7ol Li 26ft December,2016

All Prospective Consultants

Subject: Minutes of Pre-Proposal Conference for:

Eastern Bypassl , f;'t Reference: Request Proposal Notice subject',,gbriiiibs appeared. in daity for for t;. newspaperson 9thDecember, 2076 . ,,' f 1_,' .; The Minutes of Pre-Proposal ConferenC"e:hbldin NHA Auditorium (HQ) on 15ft December,2016 for subject Services b-.eirrgintdgral part of the Request for Proposal, are enclosed herewith, for necessary action, please...... 4 "?-4tl ' T;l-. - ,#ts- t:- .L::t:r r: .-i**".;* /d ':'::;:. (Muhammad Azam| lrtia: '-; r. 'i;,_ Director (P&CA) Enclosure: . . ,t"l.lt"'"'ii::, Minutes of Pre -Pro ':",_posal"lgcilhfdi" tt.e {O3 Pages}

Copy for kind informations,to:.= .4#,=.=.,.#iit:i d$u". Membe r l en gineg.rr=!-+l-& ;6-6idination), N HA, I slamab ad ; General Manager=t(P=,$eA),NHA, I slamabad;

Page 1 of2 ConsultancvServices for ConstructionSupervision of 6-LaneHighwav from Kala ShahKaku to Lahore Ring Road (Lahore EasternBvnass)

A Pre-ProposalMeeting was held in NHA Auditorium at 1100hours on l5'h December,2016to discussthe Requestfor Proposal(RFP) for subjectServices. Following NHA officers and representativesqf prospectiveconsultants attended the meeting:

. National Highway Authority

Generalvtanage.riiF:i,i ning)

.i::::::::::: GeneralManqge Design) III i,.:. ..., Deputy,,Director(P&CA) - II r Consultants -riLii;:ti;,,,''ttt.lLilil'

"::=:u;;=

:;,;:Zn;;,,,.i.fu 2. The queries submitted during the above rapnti.;jb.91.;.re-proposal meeting and their clarifications/ repliesare summarizedbelow for informationof alll#f5sp-.e0fi%bidders:

Sr. No. Queries Reply I Refer to page-58 for I(ey PersorypJ;_fue,$.hinkWe find it adequate;however, the consultantsmay that ARE (Highways)should also btil,ardlViiJedto utilize the provision underFoot Note underTech-4 assist Team Leaderl Resident Eri$ffi€er for "Comments/ Suggestions of Consultant" of supervisionof Highway/ Mot-o ,,ayand Ramps Requestfor Proposal. of Interchanges,B ridge s.apd ;F.;ly_ovlrs inc luding alliedactivities. .-..- 2. Refer Clause 4.4 "Time of Construction"on The three Person Months are intermittent, for page 59 of the RFP;-.whic"iTtndicates15 months periodic inspectionand finalization of bill, spread p; only which is contfa'lictory to Time Period over [the Defect Liability Period (DLP) and three mentionedas 3O,fi4onthsunder article 2.4 "Time more months]fifteen months. Period"given gn$ige 49. Pleaseclarify. i' 3. Refer Artiii'e#;l,)' Staff Requirements" on page The Engineer and ResidentEngineer shall fulfill 58 of thelRFP;",.Intable of Key Personnel,the this responsibility, position o@iContract Specialiit/ Engineer" is missingfor resolvingissues of Variation,Claims andTime Extensioncasesl if required. 4. Under Article 4.6 on page 60, the position of The Engineershall be provided by the consultant "The Engineer"is not shown in the Table of Key as complementaryservice and no person month PersonnelTable as well the periodof servicesin shall be paid by NHA. However,NHA reservesthe the form of Man-Months.Please clarifv. right to replacethe Engineer as per COC signed with the Contractor. 5. The desirablequalification for "The Engineer", Not accededto, proceedas per RFP,please, "Team Leaderl ResidentEngineer" and "Bridge Engineer"mentioned on page 60 & 61 of the

Minutes ofPre-proposal Meeting for Consultancy Services for Construction Supervision of 6-Lane Highway from Kala Shah Sr. No. Queries Reply RFP may pleasebe relaxedto minimum B.Sc. (Civil Engineer) for construction supervision activity. 6. We understandthat the Design Review of the 6- Agreed. Lane Highway from Kala Shah Kaku to Lahore Ring Road (Lahore Easternbypass) will not be the responsibilityof the constructionsupervision consultant.However, in caseof any ambiguity in design the issue will be referred to the Design consultantthrough the Client (I.IHA). !)Yz+tz 7. Mitigation of encroachmentswithin the ROW of Clientis well awareofriitrobligations regarding the projectwill be the responsibilityof the Client Project- -'J--'implementation'- -'i " j in addition to interfacing with the concerned {. ,* agenciesfor relocation of existing utilities; if i.{: , ., identified any at Site. *Xilitl,'!+ 8. Land acquisition issues wherever for the Sameas ulold."' l =. constructionof the project within its limits, will .'{tt-'\" '' be resolved by the Client under their 4i -. Y"t]' : :::: "r::-i$+ responsibility.Please clarify. .:..:.|;nL l: if '..:aa:a 9. We anticipate that the Client will provide Yeb,'therClient will provide whateverdesign secondarydata along with all reports including ddeum"entsrelevant to the subjectproject will be design calculationsand drawings to render t-he i.rq.,y,a,i:!le with the Client. consultancyservices in professio'nal manner{ii\i!: 10, ReferClause 3.1.4 (iii) of the DataSheet on:pg,ge* Not accededto, proceedas per RFP,please. 12 of RFP the condition of permanency6T proposed Key Personnel with the *:.frf l. for constructionsupervision who are g;ml gp.dtrWittr the consultants at least six mofrfhs*jiiior to submissionof proposalmay please be Waivedoff tl Pleaserefer Clause 4.4 pI ftf7"'iifua Sheet" of Not accededto, proceedas per RFP,please. RFP; wherein date and fi*le:for.::Silbmissionof proposal is mentionedas:rt'$30 hours on 3'd January, 2017 which mby be enhancedfor at least another fwo (9?) w36ts for preparing a sound proposal and - form proper JV with anothersuitab I 9*p".,9-XStiXthncyfi rm. 12. Pleaserefer. 4".1.2., staff requirements. We find it adequate;however, the consultantsmay The the subjectproject are much utilize the provisionunder Foot Note under Tech-4 red to the other projects of ooComments/Suggestions of Consultant" of Requestfor Proposal. Motorway. The subjectproject is also around 16 Billion in two (02) Packages.We are of the opinion that the staff mentionedin RFP is not adequatefor supervisionof thesetwo packages of the subject project. Consequently,following staff should be added in addition to proposed staff alreadymentioned in TOR:

o One ResidentEngineer r Two AssistantResident Engineers r OneBridee Engineer

Mlnutes ofPre-proposal Meeting for Consultancy Seryicesfor Construction Superuision of 6-Lane Highway from Kala S Lahore Ring Road (Lahore Eastern Bypass) Page2 Sr. No. Queries Reply o One Material Engineer r One QuantitySurveyor

Additional non key staff in the sameproportion 13. Pleaserefer to Clause2.4, Time Period of TOR. Referto clarificationgiven at Sr.No.2, please. The time allocated for the subject project is Thirty months (30) whereasas per clause4.1, time for constructionis 15 monthsfollowed by a defect liability period of 12 months. Please clarify. 14. Please refer to Clause 3.2.3 of TOR. It is No.l and 12, mentioned that consultantwill assist NFIA for establishment of the basic overall project construction schedule, budget and cash disbursementschedule. In view of the said tasks, Man Months of PlanningEngineer may also be addedto TOR. 15. Pleaserefer to Clause 4.1.1 of TOR. Three Refer t_o-clarif,,lcation.,;...l given at Sr. No.2, please. months for Resident Engineer are added to ,a!? "t:l::a:.:t= ftnalize the contract. However, no man months have been addedfor ResidentEngineer required on intermittent basis in the period between ffi '*;U completionof work to the end of DefectLiabilj._ty :tj Period.Please clarify iit ;; 16. Pleaserefer to Clause4.1.1 of TOR.3 *oiltns' Agreed, the total Person Months of Office Boys areadded for OfficeBoy as a special.exjqnsionshall be 48 in lieu of 45. Please incorporate after completionof works but no rqijhtligare accordinglyin FinancialProposals. addedinStaffrequirements,4.l.2,-49L!th€i=s6ine. t7. Refer to Clause4.5, Revision of PC-T'j;l:.:fasksof Pleaseread the line item under FIN-6 Direct/Non- RevisedPC-I and PC-IV (CompletionReport) SalaryCosts at Sr. No.4 i.e. "Others not covered are added in the tasksj oJ.'''Constructionaboveto comply with TOR requirements"and the SupervisionConsultaqls 6uf no' piovisional sum correspondingfootnote that may help. is providedin Direct/:N6n:SalaryCosts, Fin-6, underFinancial Proposal Fcjrms.

Minutes ofPre-proposal Meeting for Consultancy Services for Construction Supervision of 6-Lane Highway from Kala Shah -LahoreRing Road (Lahore Eastern Bypass) f.l.puai 'o"-- 6Uzr)

NationalHighway Authority

[lifrro"r ri$r.,r,Ars r,., .,-..,

j'

REQUESTFORP.ROPOSAL t ' , '.::..-i::,t- l.tt

: ::t Services C,,,9n' ;1nltancy 'l,ou,,il' for

$n"*'n'u'"t' U,,*;)W" ConstructiqnFsupervisionof 6-LaneHighway .r aa:::- from Kafa Shah Kaku to Lahore Ring Road , -i'(Lahore EasternBypass) ,r ;,*$t"18

(Aage1to 118)

DECEMBER,2016 I t I Table of Contents I Sr. # Description Page No. 1. Letter of Invitation (LO! 01

I ) Instructions to Consultants (Annex A) 03 t 3. Data Sheet(Annex B) 10 4. TechnicalProposal Forms 18

I 5. Financial Proposal Forms =.,., 34 ,_,.== I 6. Appendix A (Terms of Referen-e) 44 7. Appen dix B (Pers o n -M o4trh Si:and Activity Schedu le) 67 '*i =, r, I 8. AppendixC (Client's,.Rfi,uirements from the 68 n',,,,,.,,,,,,,1, Consultants) ,.,,= 'li .. I 9. Appendix D (Pdo,'.na-I, Equipment, Facilities and 69 other servicesto bC'provided by the Client) ii, 2 I 10. Appendi4 'FVof Model Agreement) 70 ,,,1h:.tG dr,

,iiS"""ut., I '2t,,,..-- '' l: ,il: I ti1 r,l.i.L{.fiX ; 1:1:; 11:;l tiir, ,si z =''\ ''ttlltt-ttt:='' I i,i .;:''7:,., "' .:, ar' ..i1..44:a:a= I ..,,-=' I I I I I il I I GOVERNMENTOF NATIONAL HIGHWAY AUTHORITY I 28-MauveArea, G-9/1,Post Box No. 1205, ISLAMABAD Dated the t Ref No. I LETTER OF INVITATION l All consultants Gentlemen! t We extendwarm welcometo you and invite you to participatein this project. We hope that you will live up to your reputationand provide us accurateinformation so that the 'Just evaluationis carried out and transparent".Please understand that the contentsof this RFP, I whereapplicable, shall be deemedpart of the contractagreement. An exampleto this affectcan be the contentsof your work plan and methodologywhich you shall be submitting in your TechnicalProposal. Since that is the basisof the selection,therefore, it shallbecome part of the t contractagreement subject to approval/revisionsof the sameby NHA during the negotiations. Similarly,all other servicesand the contentcontributing to servicesshall be deemedparl of the contract agreementunless it is specifically mentioned for any particular item up-front in your I TechnicalProposal which obviouslywill make your Proposala conditionalproposal whereby, authorizingNHA to may or may not considerto evaluateyour Proposal.Please understand that if no such mention appearsup-front (i.e. on front page of Technical Proposal) then it shall be t deemedthat the consultantis in 100%agreement to the above.You are also advisedto kindly readthe RFP thoroughly as it can drasticallyaffect the price structurefor various serviceswhich may not be appearing directly in the terms of reference. In the end, we appreciate your I participationand hope that you will feed a good proposalto merit considerationby NHA.

Your attentionis particularlydrawn towards paragraph 3.1.1. subparagraph 3.1.2 (d). paragraphs I 3.1.3.3.1.5.5.2.1 and 6.5 of Instructionsto Consultants(Annex ALas well assubparagraphs 1.7 (v). 1.7(viiL1.7 (viii). 1.8(a) and 1.8(b) in Data Sheet(Annex B) andNote underthe Table for t check list of RequiredForms (in TechnicalProposal) to avoid the risks of Disqualification/ Rejection/loosing marks/ Penalty, t However.the Client at its own discretionreserves the right to EITHER seekclarification on non- complianceof the Instructionsand rectif.vor not the shortcomingsonly in Technical Proposals (undersimilar treatmentto each consultant).OR not. prior to openingof FinancialProposals I (which shall be kept unopenedtill completeevaluation of TechnicalProposals). No alterationin Financial Proposalsshall be made except during the negotiationssubiect to Procurementof t ConsultancyServices Regulations 2010 as notified by Public ProcurementRegulatory Authority.

I GeneralManager (P&CA) Telephone:+92-5 | -9032727, Fax:+92-51-9260419 I E-mail: [email protected], Website:www.nha. gov.pk I T T I t ATTACHMENTS I I Instructions to Consultants(Annex A) Data Sheet(Annex B) t TechnicalProposal Forms _ .J,- FinancialProposal Forms I ' AppendixA (Termsof Reference) ,1[-=.;,'"t,!, ,:,".. AppendixB (Person-Monthsand Activity Schedgie)' I j. ' I AppendixC (Client'sRequirements frornthe Consultants) ".-'n'''',= AppendixD (Personnel,Equipment, F'dC es and otherservices to be providedby the Client). i:::. rl I 'i: t AppendixE (Copyof Model Agre€mcnt)

; t I I I I I I I t I I Annex A I INSTRUCITONSTO CONSULTANTS 1. GENERAL

I 1.1 Desiring consultants are invited to submit a technical and a financial proposal for consulting servicesrequired for the assignmentnamed in the attachedData Sheet (Annex B). The proposals could form the basis for future negotiations and ultimately a Contract T betweenthe selectedConsultant and the Client namedin the Data Sheet.

t.2 A brief descriptionof the assignmentand its objectivesarq,given in the Data Sheetwhich t are elaboratedin Appendix A (Terms of Reference)to thisj,RFP.

1.3 The assignmentshall be implementedin accordanceoyith the phasing indicated in the I Data Sheet. (When the assignmentincludes sevel$ pleases,continuation of services for the next phase shall be subject to satisfactory,*,pe-r-fonnanceof the previous phase, as determinedby the Client). t '= tt"t'ij t.4 The Client (NHA) has been entrusted the..;'duty'rtoimplement the Project as Executing Agency by GOP and funds for the projec$avg been approvedand provided in the budget I for utilization towards the cost of the,qssfS4{-nent,and the Client intends to apply part of the funds to eligible paymentsunder the C,6ntractfor which this LOI is issued.

I 1.5 To obtain first-hand information'on.1,t"assignment and on the local conditions, you arc encouragedto pay a visit to the Client before submitting a proposal and attend a pre- proposal conference if speci.fiEili'inthe Data Sheet. Your representativeshall meet the I official named in the Datb.g$eet/' Pleaseensure that the official is advised of the visit in advance to allow adequatetirne for him to make appropriate arrangements.You must fully inform yourself ,oflocal conditions and take them into account in preparing your I proposal, ,,,1,,,,,,.t,,,,,,,,,ri'

,-:=: :::::::::::,_ifiiill i I I 1.6 The Client shall Fl+Xide the inputs specified in the Data Sheet,assist the Consultants in obtaining licenpes aiid permits needed to carry out the services, and make available relevantproject dataand reports. \ I ," i,,, : 1.7 It is notified thht: -:; "' .:'.,trilt+ I Tbercostof preparingthe proposaland of negotiatingthe Contract,including visit to the Client, arenot reimbursableas a direct cost of the Assignment,and I ii. The Client is not boundto acceptany or all of the proposalssubmitted. 1.8 An invitation to submit proposalshas been sent to the firms as listed/stated in the Data I Sheet. I 1.9 In order to avoid conflicts of interest: Any firm providing goods, works, or services with which the consultant is affiliated or associatedis not eligible to participate in bidding for any goods, t works, or services(other than the Servicesand any continuationthereof) resulting from or associatedwith the project of which this assignmentforms apart; and I I I I ii. Any previous or ongoing participationin relation with the project by the consultant(including partners in caseof JV), its Key Personnel(professional I staff), its affiliatesor associatesunder a contractmay resultin rejectionof the proposal.Any situationin that respectmust be clarifiedwith the Client before I preparingthe proposal. I 2. DOCUMENTS 2.1 To prepare a proposal, pleaseuse the attachedForms/Documents listed in the Data Sheet I =.=.. 2.2 Consultantsrequiring a clarification of the Documerts must notify the Client, in writing, not later than Fourteen(14) days befoie the proposalsubmission date. t Any request for clarification in writing, or bj,,c=able',telex or tele-fax shall be sent to the Client's addressindicated in the Data,,Sheet.The Client shall respondby cable,telex or telefax to suchrequests and copiesofthe responseshall be sentto I all invited consultants :i 2.3 At any time before the submissionoi propotuls, the Client may, for any reason, I whether at its own initiative orriiq.riesponse to a clarification requested by an invited consulting firm, modifg'th ocuments by amendment. The amendment shall be sent in writing oy,,;,hyeabffi, telex or telefax to all invited consulting firms I and will be binding on tFem.The Client may at its discretionextend the deadlines for the submissionof prolios*

I 3. PREPARATION OF PROPOSAL

Desiring consultants will sub.fuit a Technical and a Financial Proposal. The proposals shall be written in Engfish'{anguage. I =,,,,€r*,=

3.1 Technical Prop$,' ' " I .'= 3.1.1 The Technical?.,:. oposal should be submittedusing the format specifredand shall include duly signed..and'istamped forms appendedwith the RFP. This is a mandatory requirement I for evaluq$j'arfof proposalsand needsto be filled up carefully.

The prtipo$ils should be bound in the hard book binding form to deny the possibility of I removal#'addition of page(s).All the pagesof proposalsmust be signedand stampedin original by authorized representativeof the firm/JV. All the pages must be numbered starting from first page to last. Any proposal found not adhering to these requirements I may be rejected at the time opening.

3.1.2 In the Technical Proposal,the generalapproach and methodologyshall be proposedfor I carrying out the services covered in the Term of Reference,including such detailed information as deemed relevant together with consultant's appreciationof the Project I from provided details and A detailed overall work programme to be provided with timing of the assignment I of eachKey Personnelor other staff memberassigned to the Project. . An estimateof the total number of person-monthsand Project duration required. I !,(fi T -l--'ttt I I c. Clear descriptionof the responsibilitiesof each Key Personnelwithin the overall I work programme. d. The Curriculum Vitaes of all Key Personneland an Affidavit on stamp paper duly attestedby Oath Commissioner to the effect that the proposed personnel shall be I availablefor the assignmentin the project duration and their presentplace of duty may also be mentioned. Failure to provide the Affidavit may result in to no further evaluation of the proposal. The consultants are advised to suggest such I namesthat shall be available for the Assisnment.

e. The Technical Proposal shall include duly filled in.,,formsprovided in this RFP: t the name, background and professional experiencg ofpach Key Personnelto be assignedto the Project, with particular refere4csri,tii'':hisexperience of work of a t nature similar to that of the proposedassign+n9,,,fu,,, f. Current commitments and past performanee,,d ,the basic criteria in evaluation of Technical Proposal. Consultantsare requid to provide the details of present I commitments/ongoingjobs as referred in-the Form TECH-9 of Technical Proposal.Further, the basis for consideringthe past performanceis the report I from Design Sectionand Constru"e,lmWint of NHA. ^;i'tj:+,..':.= 3.1.3 While preparingthe Technical Propclliallonsultants are expectedto examine all terms and instructions included in the.,,$FP.'$lure to provide all requestedinformation shall I be at consultant's risk and maiylesuXt adversely in the scoring of the proposal. The proposal should be prepared as pei=RFPand any suggestionor review of staff etc. should be clearly spelt out in FormlrT.EQH-4.This will be discussedat the time of negotiation I meetingas and when calledr' ..,,u- ,;::. Penalty against non-c_orr,rpliancewith the maximum page requirement based in the I 'CHECKLIST OF REQUIRED FORMS' provided in the Section of Technical ProposalForms will.p,f two (02) score points per excesspage to be deductedfrom the total technical sCor6.The consultants are instructed to submit the CVs of Key Personnel I by truly follow,ing the format attachedat Form TECH-S. The CV's submitted on format in deviation to t?rptspecified are susceptibleof scoring low.

.r::r':::._.\ I 3.I.4 During.,prepai-tloiiof the TechnicalProposal, consultants must give particularattention to the following:

I CUnsultantmay utilize the servicesof expatriateexperts but only to the extentfor which the requisite expertiseis not availablewith any Pakistanifirm. In caseof JV, the proposal should state clearly partners will be "Jointly and Severally" I responsiblefor performance under the Contract and One (Representative)partner will be solely responsiblefor all dealingswith the Client on behalf of the JV. Its Power of Attorney on this account is to be enclosed.The Representativepartner I shall retain the responsibility for the performance of obligations and satisfactory completion of the consultancy services. PEC registers a foreign consulting firm for issuing licenseto provide consultancyservices in Pakistan,which is basedon I formation of JV with the condition that the foreign consulting firm shall provide only that share of consultancy services by the JV for which expertise is not I availablewith Pakistaniconsulting firms. A copy of JV agreementto be provided I I I I at the time of finalizing the contract documentswith specific responsibilities and I assignmentsto be looked after by each partner. ll. Subcontractingpart of the assignmentto the other consultantsis discouragedand only individual SpecialistSub-Consultants (having unique expertisewhich is not I available with others) may be included.

lil. The Key Personnelproposed shall preferably be permanentemployees of the firm I unless otherwise indicated in the Data Sheet.

iv. The estimated number of Key Personnel person-months required for the I Assignment is stated in the Data Sheet. The pnopbsal should be based on a number of Key Personnel person-months substantially in accordance with the above number. However consultants may prcipppe:'changesin the light of their I experiencethrough particular comments on thg TOR

i. v. Proposedpersonnel should have experiencepieferably under conditions similar to I thoseprevailing in the areaof the Assignmenl.The minimum requiredexperience of proposedKey Personnelshall be as listed in the Data Sheet. ,= ,i;$, I vi. No alternative to Key Personngltmaybe proposed, and only one curriculum vitae (CV) may be submitted for eachposition.

I vii. If the Data Sheetspeciffts,truiaing as a major componentof the Assignment,a detailed description of the proposed methodology, staffing, budget and I monitoring is to be provided 3.1.5 The Technical Proposal siidIl=-notinclude any frnancialinformation. The Consultant's comments,if any, on,., e',data,services and facilities to be provided by the Client and I indicated in the T@..$sh,,,,q,., lrbe included in the Technical Proposal. A Technical Proposal any information will be treated as non responsive resultinq in to t rycontaining finanbial

3.2 Financialn""f'a*ut'-t:: I - 3.2.1 The Finaheiai froposal should be submitted using the format specified and enclosed with this RFP. ttris is a mandatoryrequirement for evaluationof proposalsand needsto I be filled up carefully. The total cost is to be mentioned in the Form FIN-7 and accordinglyin Form FIN-I too. I 3.2.2 The Financial Proposal should list the costs associatedwith the Assignment. These normally cover remunerationfor staff in the field and at headquarters,per diem, housing, transportation for mobilization and demobilization, services and equipment (vehicles, I office, equipment, furniture and supplies), printing of documents, surveys and investigations.These costs should be broken into foreign (if applicable)and local costs. The Financial Proposalshould be preparedusing the formats attachedas Forms FIN- 1 to I FIN- 7.

3.2.3 The Financial Proposalshall also take into accountthe professionalliability as provided t underthe relevantPEC Bye-Laws and cost of insurancesspecified in the Data Sheet. I I I I 3.2.4 Costsmay be expressedin currency(s) listed in the Data Sheet. t 4, SUBMISSION OF PROPOSALS

4.1 Consultants shall submit one original Technical Proposal and one original Financial I Proposal and the number of copies of each indicated in the Data Sheet. Each proposal shall be in a separateenvelope indicating original or copy, as appropriate.All Technical Proposalsshall be placed in an envelope clearly marked "Technical Proposal" and the I Financial Proposalsin the one marked "Financial Proposal". These two envelopes,in turn, shall be sealedin an outer envelope bearing the addressand information indicated in the Data Sheet.The envelopeshall be clearly marked, "DO NOT OPEN, EXCEPT IN I PRESENCEOF THE EVALUATION COMMITTEE." J,

4.2 In the event of any discrepancy between the cop,iesto{,*ie proposal, the original shall I govern. The original and each copy of the Techbi- ,and Financial Proposalsshall be prepared in indelible ink and shall be signed ,,.b'.fr{helauthorizedrepresentative of the consultant. The representative's authorizalion,shall be confirmed by a written power of I attorneyaccompanying the proposals.All pagei of the Technicaland Financial Proposals shall be signedby the personor personssigning.,,the proposal.

I 4.3 The proposalshall containno interlineatibrsoi overwriting exceptas necessaryto correct the consultantsthemselves. Any such correctionsshall be initialed by the effors made by ' t personor personssigning the pr al,= ,t:r, .j 4.4 The completedTechnical and FinanCi'al Proposals shall be deliveredon or beforethe time and date statedin the Data Sheet.The locationfor the submissionof proposalsis I indicatedin the DataSheet', = ",1 I 4.5 The proposalsshall be.=did for the numberof daysstated in the DataSheet from the date of its submission.E-Uri+g.this period, consultants shall keep available the Key Personnel proposed for t$9.,Ai;ignment. The Client shall make its best effort to complete I negotiationsat th6'.:.,ation stated in the DataSheet within this period.

3. PROPOSALEV.ALUATION' '"o""i'! '::: ' T = .it:F*, .= 5.1 Eval.u*rio:4 6.Cd,t"* and Criteria I 5.1.1 A quality cum cost basedprocedure shall be adoptedin ranking of the proposals.The technical evaluation shall be carried out first, followed by the financial evaluation. Firms I shall be rankedusins a combinedtechnical/financial score. 5.1.2 The evaluationcommittee will correct any computationalerrors in Financial Proposals. When correcting computational errors, in case of discrepancy(i) between a partial (sub- I total) amount and the total amount, or (ii) between the amount derived by multiplying unit price with quantity andthe total price or (iii) betweenwords and figures, the formers will prevail. However, items describedin the Technical Proposalsbut not priced, in the I Financial Proposalsshall be assumedto be included in the prices of other activities or items and no correctionsare made to the FinancialProposal. In casean activity or item is quantified in the Financial Proposal differently from the Technical Proposal, the t evaluationcommittee shall correctthe quantificationindicated in the Financial Proposal as to make it consistentwith that indicated in the Technical Proposal for fuither I E I I t correction by applying the unit price included in the Financial Proposal to the consistent/ corrected quantity. However, the proposals that quote higher than the required input of t person-monthsas per this RFP will not be adjusted.Whereas the proposalsquoting lesser than the required input of person-monthsas per this RFP shall be adjustedas follows. If unit price for the subjectperson-month is available,the sameshall be applied; and if the I unit price for the subjectperson-months is not available,highest unit price for an activity or item of the same category [international or national (Key Personnel or other Personnel)]as provided in the Financial Proposalsshall be applied. The Reimbursable t direct cost shall not be adjustedand the same shall be cappedfor the Assignment.

5.2 Technical Proposal t = .::: 5.2.1 The evaluation committee appointed by the Client shall carry out its evaluation for the project(s)as listed inPara 1.1, applyingthe evaluationgiteria andpoint systemspecified I in the Data Sheet.Each responsiveproposal shall bb attributed a technical score (St). Firms scoring less than seventy (70) percent points shall be rejected and their financial I proposalsreturned un-opened. 5.3 Financial Proposal

I 5.3.1 The Financial Proposalsof the threetop--gbnt

.,itl '',=,,tt;1;;,,, 'li I :! Sfi (1000x Fm)/F

;ti I :+ (F: amountof specificFinancial Proposal) 5.3.3 Proposals,in the quality cum cost based selection shall finally be ranked according to their combined technical (St) and financial (Si) scoresusing the weights (T : the weight I given to the Technical Proposal,P : the weight given to the Financial Proposal; and T+P:l) indicatedin the Data Sheet: t S:StxT%+StfxP%o t 6, NEGOTIATION 6.1 Prior to the expiration of proposal validity, the Client shall notiff the successful consultant that submitted the highest ranking proposal in writing, by registered letter, I cable telex or facsimile and invite it to negotiate the Contract. The proposed Chief I ident Engineer/ ResidentEngineer shall also be invited to attend the negotiations. t I I 6.2 Negotiations normally take from two to five days. The aim is to reach agreement on all I points and initial a draft contractby the conclusionof negotiations. 6.3 Negotiations shall commence with a discussion of consultant's Technical Proposal including proposedmethodology, work plan, staffing and any suggestionswhich may t have been made to improve the TOR. Agreement shall then be reachedon the final TOR, the staffing, and the bar charts, which shall indicate activities, staff periods in the field I and in the home off,tce,staff months, logistics and reporting. 6.4 Changes agreed upon shall then be reflected in the Financial Proposal, using proposed unit prices(no negotiationof the person-monthrates). t ,,n,,,,-,,,,_,, 6.5 Having selected Consultant on the basis of, among. o,ther ttrings, an evaluation of proposedKey Personnel,the Client expectsto negotiatea contract on the basis of the I staff named in the proposal. Prior to contract negotiations,the Client shall require assurancesthat the personnel will be actually avail#le. The Client shall not consider substitutionsof Key Personnelexcept in cases.of un-expecteddelays in the startingdate I or incapacityof Key Personnelfor reasonsof he4lth. Failure to assurethe availability of Key Personnelor substitution(equal or bef,t.6=as exception only may result in rejection of Consultant'sproposal. "' .,= t i, 6.6 The negotiationsshall be concludedwi;hia;eview of the draft form of the contract.The I Client and the Consultant sh4'li"'frrtiilie the contract to conclude negotiations. If negotiationsfail, the Client shall inviib the consultantthat receivedthe secondhighest score in ranking to Contractnegotiations. The procedurewill continue with the third in case the negotiation process:is* t successfulwith the second ranked consultant (and so I lS,- :.:,.:, on). Jiiilr,. "r:r::; ,1,,,,,.:,t,, I n AWARD OF CONTE*€T 7.1 The Contract shall.be'arruardedafter successfulnegotiations with the selected Consultant t and approvedbyt'tt+e competent authority. Upon successfulcompletion of negotiations/ initialing of the.,,,4raftontract, the Client shall promptly inform the other consultantsthat their proposals"ft,iQ,,,yenot been selected. u' I .ft*u.;t'rn- 7.2 The selected'Cbnsultantis expected to commencethe Assignment on the date and at the location,specifiedin the Data Sheet. I . .. t::a I I I I I I t

I Annex B I DATA SHEET LOI Clause#

I 1.1 The nameof the Assignmentis: Construction Supervisionof 6-Lane Highway from Kala Shah Kaku to I Lahore Ring Road (LahoreEasternBypass) The nameofthe Client is: I National Highway Authority (NHA) r.2 t As per TOR 1.3 Phasingof the Assignment(if any): I -Nil- '.i-l 'J@- 1.5 Pre-ProposalConferences: _i I Y", -{- '/M -Y":,..; No Pre-proposalconference will beheld on: I 15thDecember. 2016 ut'tifftlourc in I\HA Auditoriugt#{,,ptionalHighway Authority, 28 MauveArea,G'91I, Islamabad. W:,W,,W#t I Nameof the official isi'"''!i+iit# lmtiaz Ah khar I (Gene P&CA)

1.6 The Clientsha idethe followinginputs: I '"r.i|;:. TOR andAppendix D @;.FEA*uFer" '-,,\ ""* ' I 1,7 .@|9w#gsfib-clausesl8wiifurtiii-clauses are addedadded: : iii.W#ff*upervisionof the projectshall commence upon undertaking of the construction \stKtr by the contractorand shall be notified through issuance of commencementnotice I to the selected consultant by NHA. Any inordinate delay or cancellation of the constructionwork for any reasonincluding non-availability of funds shall not entitle the consultantsto any financial or legal claims.However when the project shall commence I the supervisoryconsultants shall maintainthe right subject to availability of proposed Key Personnel(professional staff) basedon which the consultantwas selectedor if the delay is beyondsix monthsthen equallycompetent Key Personnelwith equal or higher qualificationand experienceshall be pre-requisitefor considerationof issuanceof I commencementnotice by NHA. In casethe work is delayedor abandonedfor any reason whatsoever,the consultantshall not haveany legal recourse. I The consultantshall be responsibleto have the whole constructionwork completed throughthe contractorin a professionalmanner so that all items of constructionwork are

I 10 T I I completedfrom one end to the other including paying attentionto site clearanceof debris or any other leftover material. The trees/shrubsprone to landscapeand earth work slopes I grassed in ROW. All signs of construction work dispensedwith. To achieve this objective consultantmay include the price for such incidentalor ancillary servicewhich will lead to the final completion of the assignmentin the price quoted by the consultant I who shall remain liable for making final measurementsof the Works and to issue Final Payment Certificate of the Contractor. No separatecosts are payable as extra costs for this service. All such costs shall be included in these rates submitted by the consultant in I its financial proposal. The consultant has to basically ensure that contractor has completed entire construction work as per Works Contract with particular reference to I site clearancebefore taking over the project on completio_-1r;,,=. The consultantsmay better not to proposenames of Key'Peisonnelalready proposedin other proposalswhich are being evaluatedby NHA or contiact(s)awarded recently. This I will affect adverselymarking of thesePersonnel in evaluationof the technical proposal. Their securedpoints are liable to be reducedby 507oif their namesappear in more than I previousproposal in which they are rankedNo.t FD4therthe existing load of work with a I firm shall be consideredas one of the factorsufo'r,:$econsideration in the award of the contract. No CV of any alternatePersonnel'1\?Jl'be abcepted during evaluation.

vl. Form TECH-4 is meant for comments,gji:,srovisions contained in RFP and TOR and I unless the observationsare noted in thi-s'"=lltibular Form, anything written elsewhere on this account including financial isi1pliq ions, if any, shall be considered of no I consequencein the evaluation pro'6'iiss,andaward of the contract. vii. Consultantsmay form a Joint Veatu+€'(JV)to qualify for the Assignmentin which case the contract will be signed--bstweenthe Client and all members of the JV on the I prescribed Form included iii Appendix E (copy of Model Agreement) subject to the ranking and successfulneilotiatioirs. A JV may include at the most four members. viii. The term associates,if,lup'gd in the proposal or otherwise shall not be considered as an I alternative of JV menlberir:Anypersonnel pro shall not be ma hni like in case of Sub-consultants(except individual Specialist Sub-consultantshaving unique t expertise which is rhrely available OR an expatriate Personnel)who are not supposedto contributein,g..y,1 cation of theirmain consultants. '..:' .- I 1.8 Theinvited firtns are: ..r::'..:.::': i,: :'.a =Any firm meeting the following requirements: ;li I (d)' Valid Registration Certificate of Pakistan Engineering Council with relevantProject Profile Codes.Foreign consultingfirms shall make JV in accordance with Bye-Law 6(2) and Bye-Law 9 of the Pakistan I EngineeringCouncil (Conductand Practiceof ConsultingEngineers) Bye- Laws 1986. Failure to provide valid RegistrationCertificate (license) of the firm (eachmember in caseof JV) by the PEC will entitle the Client to I rejectthe proposal. (b) Affidavit in original bearing the subject with project name on stamp paper T duly attested by the Oath Commissioner to the effect that the firm has (.+s{{ neither been blacklisted nor any contract rescindedin the past for non- fulfillment of contractualobligations (By all partnerfirms in caseof JV)' t Non submission of the affidavit may be treated as disqualification resultingin to no further evaluationof the proposal. t I I T (c) Facilities available with the consultant to perform their functions effectively (proper office premises, software, hardware, record keeping I etc.) (d) Client's satisfaction certificates (Performance Reports) for the last three I relevant assignmentsfrom the respectiveClients. Moreover any adverse report regarding performanceof consultant on NHA projects received from NHA's any relevantquarter may becomebasis for its disqualification I from the Assignmentabove named in clause1.1. (e) Person-monthsof staff and ProjectDuration as per TOR. l 2.I The Documentsare: (D Letter of Invitation, ,,'l',," "'-'' I (ii) Instructionsto Consultants, ",..'li,',.--'t' : ,i::.. (iii) Data Sheet ,,i,'",*,*.",,,l t (iv) TechnicalProposal Forms, 0,, ,. ,,'r,-' (v) FinancialProposal Forms, ',' ,,....,''"-,,, I (vi) Appendix-A Terms of ReferenGe(including Background information), (vii) Appendix-B: Person-irrf$itftttrd Activity Schedule, :l:::=::,::' .i::r.:t:l I (viii) Appendix-C:Clie*it's Rquirements from the Consultants, (ix) Appendix-D:Perso'nnel, Equipment, Facilities and Other Services to be providedby the.eJient,and I (x) Appendix-E,Cdpyof ModelAgreement (Draft Form of Contract& Appendicesete:)

I 2.2 Theaddress for seekingclarification is: ':.1:.. Generalr,Wl,Anager (P& CA) I NationalHighway Authority 28 MauveArea, G-glI,Islamabad. Phone:,'+92 - 5 | -903 27 27 I Faf-:.,jiir;1l,r1-92-5 | -93260 4 19 ..+ E-maili smpca.nha@ gmail.com .,,ii:.i,jr, .,1 I 3.r.4 ,,' iii. ProposedKey Personnel for Construction Supervision will preferably be permanent employeeswho are employedwith the consultantsat leastsix monthsprior to submission t ofProposal. Yes { No I iv. The minimum numberof person-monthsof Key Personnelis: Total Expatriates: _ Person-Months (Not used) I Total Local Experts: 67 Person-Months The minimum requiredqualification and experience Personnelis given t in Appendix - AooTermsof Reference" vll. Training is a major componentof this Assignment: I I T I Yes No t 3.2.3 Professionalliability, insurances(description or referenceto appropriatedocumentation): The consultantsshall be responsiblefor ProfessionalIndemnity Bond of the required amount at their own cost. This bond shall be in the joint name of I Consultant and the Client. ii. The consultantsare required to insure their Employees and Professionalsfor I Hospitalization/ Medical, Travel and Accident Cover for the duration of the Contract. iii. Other details provided in Para 3.5 of Special Co-nditionsof Contract in Model : I Agreement (Appendix E).

,,,-"tit,,i..'*1" 3.2.4 Consultants shall quote the rates of remuneration-for'',loeal personnel in Pak. Rupees, I whereasonly the rates of remunerationfor expailiate personnelshall be quoted in US dollar currency.The paymenthowever, to the Co-nsultantfor both the local as well as the expatriatepersonnel will be made in Pak Rupgg-,,b,,,yjonvertingUS$ into Pak. Rupeesby t applying USD TT/ OD Selling Rate of Nation6f g-A* of Pakistan on the prevailing date ''".,T'T/OD (i.e. the Date of Payment) as pg,rl Selling Rate from website: I http ://www. forex.com. pk/ for Inter B ank,:$*es. For comparisonof the Financial Propd'da|-f consultantsthe US dollar's componentof FinancialProposals will be conve.r'tedto,.F,dk Rupees as per following exchangerates: I The official sourceof the Selling (exo:hange)Rate is: National Bank of Pakistanas per TT/OD Selling Rate from the webSite:http://www.forex.com.pk/ for Inter Bank Rates. The dateof the exchange The dateof submissionof proposals. I f,r?t€',1s o.''.. 4.1 Thenumber of copiesof theProposal required is: t Technical Proposa.fu f,,.. "i,, O;pc.,-=O,Fj€inaland Three copies with CD (soft form of complete I Tdtftnical Proposal in PDF Form) in sealedenvelope. + FinancialProp6sal: :i:1ri,fii.r,. :,. t .rrrr':=-pn,gOriginal with CD (soft form of complete Financial Proposal in : - PDF as well as MS Word/ Excel Forms) in sealedenvelope. .ilr ..::'i,, The bd for writing on the proposal is: I General Manager (P&CA) National Highway Authority 28,Mauve Area G-9I I Islamabad T Telephone: +92-51-9032727 Facsimile: +92-51-9260419 t Email: [email protected] 4.4 Thedate and time of proposalsubmission is: I 1130hours on 3'd Jznuary,2017 Thelocation for submissionof proposalis: I National Highway Authority Auditorium I l3 I 2ndFloor,27 Mauve Area, G-gllrlslamabad

4.5 Validity period of the proposalis: 180 days The bid shall remain valid upto: 2"d Julyr2ll7 Location for Negotiationis: National Highway Authority Auditorium 2ndFloor,27 Mauve Area, G-gllrlslamabad .,,.,,,,..,,,, :::-:: 5.2.I The evaluationof TechnicalProposal shall be basedon fotrlbwinguiteria:

Description/Items Points

l. Experience of the Firm r50 '.i a) General Experience ,, (2s) b) SpecificExperience (12s) ll. Approach & Methodology ,,,.---', r20 Understandingof Objectives (16) Qualityof Methodology (22) Innovativeness/Commentson TOR (12) ' Work Program ,,.-,..,,,,0::' (32) Staffing Schedule (22) Conciseness,clarity and completenessin pf"o.p63al" (16) presentation iir rr' ul. Qualification and Competence(in Areas of Expeitise) of the Key 580 p€rSon =i,iit

lv. Presentcommitments of the Firm 50

v. Past-'pe,r,,;mance of the Firm 100 '! ,::":,'.- +t' :::. .i:i ,t'' .;i,,rt::, Total Points: 1000 r:1'' .t:::::::- 'Vfuiimum qualifying technical score 700 The percentagedistribution of weightageearmarked for evaluation sub-criteria for suitabilitv of Kev Personnelare:

Description/ Items Percentage

Academic and General 30% Qualifications to the Professionalexperience related 65% Project iii. Statuswith the firm (Permanent& duration with Firm) 5% I I Form of Summary Evaluation and PersonnelEvaluation Sheetsfor Technical Proposal I (QCBS) is attachedat the end of Data Sheet. 5.3.1 The words o'threetop-ranking qualifying consultingfirms" is deletedin its entirety and replacedwith the words "qualifying consultants". I The date,time and addressof the FinancialProposal opening are: I After evaluation and approval of Technical Proposals (to be informed later). 5.3.3 The weightsgiven to the Technicaland FinancialProposals are: Technical: 800 I Financial: 20"

i :';;,,, ':' 6.3 Add following at the end of this Para: I The final person-monthsof eachpersonnel are subject to adjustmentat the stage of contract negotiation in line with demonstratedapproach & methodologyand I needbasis. 6.5 Add followins at the end of this Para: lil: ":'::': ' I The Consultantis bound to replaceall the Key Personnelproposed who scored lessthan 70Yo marks in the P€rsonnelEvaluation, if the Clientso requests.If the Consultantrefuses to rep_,lrcbSuehtey Personnel,the Client reservesthe right to I rejectits proposaland inv.ite tho Consultantthat receivedthe secondhighest score in rankingto Contractne$btiations. t 7,2 TheAssignment is expe"l..,,g mencein: .::::'l: '!.:r'':, March" 2017 I i{;. T \il' T T I I t I I l5 t I IT I I ITIITIIIIITIIIII II SUMMARYEVALUATION SHEET FOR TECHNICAL PROPOSAL (QCBS)

Max. Firm I Firm2 EVALUATION CRITERIA Weipht* Ratins Score Rating Score I. Firms Experience 150 General Experience 25 Specific Experience 125 II. Approach and Methodologv t20 III. Personnel(Areas of Expertise) (Qualification and Competenceof Key Personnel) s80 a) Team Leader/ ResidentEnsineer 180 b) BrideeEnsineer 150 c) Material Engineer 150 d) Ouantitv Survevor ,.,'{il;l;l00 IV. PresentCommitment of the Firm 50 "tu. ? v. Past Performance of the Firm (As per the submissionunder Data Sheetclause 1.8 (d) and NHA's ':iL ,,dr internal information) ...,$ ',, 100 @eevaluatedinihesamemannerasasingleentity,sincethdft1nctiod.as oneunit. TOTAL 1000

Exce||ent.|00"^VeryGood_90to99"hAboveAverage-80to evl!fpg9;'76 to 79o/o Below Avera ge - | to 690/o Non-complying- |oh Score: Maximum Weight X rating / 100. Minimum qualifying score is 70oh or 700 marks. i; +.

i;:i)i 1 :tl :ia::':,.:: :'l i;i :'t4 fii', I :'

l6 r r I I r I I TlTIIII r I I I I I I I PERSONNELEVALUATION SHEET

OVERALL and General Projectrelated RATING Academic Statuswith the Firm* POSITION/ AREA OF Experience (Sumof Name Qualification 50 EXPERTISE weisht30o/o weight 65% Weighted Ratines) (Show all experts Percentage Weighted Percentage Weighted Percentage Weighted (A+B+C) to be evaluated) Rating Ratine (A) Rating Rating (B) Rating Rating (C)

a) Team Leader/ Resident Ensineer

b) Bridge Engineer

c) Material Engineer

d) Quantity Surveyor - Rating: - Excellent- l00o Verygood -90-99% Above Average- 80-89% Average-70-79% Below Averase l-690 Non-complying- 0Yo

: Weight X rating /100 i. Score Maximum ;::.,. * These marks for statuswith the firm shall apply for evaluation of *,ey Pb.sonnelproposed as per following proportion:

Regular employee - 100% First time for this assisnment- 0o%

t7 TECHNICAL PROPOSALFORMS TechnicalProposal - Forms

{Notes to Consultanl shown in bracketsthroughout this Sectionprovide guidance to the Consultant to preparethe Technical Proposal; they should not appearon the Proposalsto be submitted.) Checklist of Required Forms (subparagraph 3.1.3 of ITC)

Required, (!) FORM DESCRTPTION Page Limit TECH-1 TechnicalProposal Submission Form TECH-I Proofof legalstatus and eligib.i|1ly Attachment If theProposal is submittedby,,ra;'$!n1 TECH-1 "r/" If applicable venture,attach a letterof inte.ntor a Attachment copv of an existingagreem€nt. TECH-1 No pre-set format/form.,."! the,caseof a Attachment Joint Venture, several,.ardrequired:a Powerof power of attorney fsr the authorized "r/" If applicable Attorney representativeof eachW memberand a Specialpowei of attorneyfor the representati@oft!.te leadmember to renresentall JV members. Consultant?sOrganization and As given below TECH-2 'Exoerience,

TECH-2A 3 B.;rConsultant'sExperience/ Client's TECH-2B 20 ,::. Reference TECH-3 "r'',..,Approach Paperon Methodology 50 nrooosedfor Performinsthe Assisnment TECH-4--''::': ':;' Comments/Suggestions of Consultant [Seefootnote ]' TECH.4A A. On the Terms of Reference nla

TECH=48 B. On the Counterpart Staff and 2 il',,. Facilities TECH.5 Formatof CurriculumVitae (CV) for 5 pageseach CV proposedKev Personnel ..TECH-6 Compositionof the Team Personneland nla the Tasksto be Assignedto eachTeam Member TECH-7 Work Plan/ Activity Schedule nla

TECH-8 Work Plan and Time Schedulefor Key nla Personnel TECH-9 Current Commitmentsof the Firm nla

Note: Failure to provide required attachmentswith Form TEC Client to reject the proposal.

[3t-'. 'Jzi\ / i: :t v.\*__Ldlri','.t rcH-;:f$#,i6ft*;ceed5o A pageis defined as one printed sideof 44 or letter-sizepaper with font sizeof 10 or more. t9 CHECKLIST OF OTHER DOCUMENTS

1. Valid RegistrationCertificate(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 bound proposal(paragraph 3.L1 of ITC).

4. Affidavit in accordancewith subparagraph3.1.2(d) of ITC. ':::. 5. Technicalproposal not to includeany financial informatjon'-(paragraph3. 1. 5 of ITC).

- : 6. Letter of Intent/ JV Agreement(Form TECH - l! = .

7. Integrity Pact [subparagraph(h) of Form TEQ[,{: 11i.r' TECH-1

TncnNrcar-Pnoposar. SunlnlssroN Fonvr

{Location,Date}

To: [Name and addressof Client]

DearSirs:

We, the undersigned,offer to provide the consulting for flnsert the Project Name] in accordance with your Request for Proposals da{ed flnsert Date]. We are hereby submitting our Proposal,which includes this Technicalfr'ojirdal and a Financial Proposal sealed in a separateenvelope ,,r,r,'",,,1

.,.'."t-. , [{If the Consultantis ajoint venture,insgrihe-following:

t, We are submittingour Proposalin a joint venture'comprising:{Insert a list with full nameand the legal addressof eachmember, and indicate tlre,,l€admember). We have attacheda copy {insert: ooofour letter of intent to form a joiht ve ure" or, if a JV is already formed, "of the JV agreement") signed by every participatiitg=,nember,which details the likely legal structureof and the confirmationofjoint and severableliability of the membersof the saidjoint venture.)]

IAND

{If the Consultant'sProposal includes individual Sub-consultant, the following:

:i:: ' '' Our Proposalincludes: {Insert full nameand countryof the Sub- consultant)] .,,..*,',r,.:;::;111.1"!r;_ :'. We herebydeclare that: 't..,,,'"'1i' (a) AllLihe information and statementsmade in this Proposal are true and we accept that any misinterpretationor misrepresentationcontained in this Proposalmay lead to our disqualificationand/or may be sanctionedby the Client in complianceof Rule 19 of the Public ProcurementRules. 2004.

(b) Our Proposalshall be valid and remain binding upon us for the period of time specifiedin the Data Sheet,Clause 4.5.

(c) We haveno conflict of interestin accordancewith ITC Clause 1.9.

(d) We meetthe eligibility requirementsas statedin Data SheetClause 1.8.

Neither we, nor our JV member or any of the proposedindividual SpecialistSub- consultantprepared the TOR for this consultingassignment. t

I (f) Within the time limit stated in the Data Sheet, Clause 4.5, we undertake to negotiatea contracton the basisof the proposedKey Personnel.We acceptthat the substitutionof Key Personnelfor reasonsother than thosestated in ITC, Clause6.5 I may lead to the terminationof Contractnegotiations.

(g) Our Proposalis binding upon us and subject to any modificationsresulting from I the Contractnegotiations. I (h) In compliance (and, if the award is made to us, in execution) of Contract, we undertake to obey the Integrity Pact (attachedherewith duly signed by authorized representativeand stamped). I ;;:::,i11, We undertake, if our Proposal is accepted and the C'oatra t is signed, to initiate the Services relatedto the Assignmentnotlater than the date menfi6il'edin Data Sheet4.5 (or the date t extendedwith the written consentof Consultant in case of4e,li.br,,tn,procurement process). We understandthat the Client is not bound to acceptany o, all Proposal(s)that the Client I receives. . llr;,,,...t, ,, , I We remaino ..i''i:t,,r, Yourssincerely, t AuthorizedSignature {In full andinitials}: Name and Title of Signatory: Name of Consultant(firm's nameor JV's name): I In the capacity of:

Address: I Contact information (phone and e-mail):

{For a joint venture,either uii:'-"-b.r, shall sign or only the lead member, in which case the I powerof attorneyto signon behalfof allmembersshall be attached) I

:f:;i'ii |'tt'' I ;:::':*::' I t I I I I TECH.2A CONSULTANT' S ORGANIZATION

- [1. Provide here a brief description of the background and organization of your Firm, and in caseof a joint venture- of eachmember for this Assignment.

2. Include organizationalchart, a list of Board of Directors,and beneficialownershipr.]

'-ili.,.

till,

..,riiir-"1

,L1;1;;1;,,1;;;,;-'=';ri1ijl

t I Beneficial ownershipshows all owners and major shareholdersof the company, including any personor entity who enjoysthe benefit of ownershipincluding, but not limited to power of control and influenceof the business transactions,receiving dividends or profit share.This includesdirect or indirect ownership of the company(e.g. ownershipby closerelatives).] I

I TECH.2B

CONSULTANT'S EXPERIENCE/ CLIENT'S REFERENCE I Relevant ServicesCarried Out in the Last Ten Years (by each member in caseof JV) and by SpecialistSub-consultant, if any, Which Best Illustrate Qualifications

I [1. Using the format below, provide information on each successfullycompleted reference assignment for which your firm, either independently or as one of the member of Joint Venture (JV), was largely contractedby indicating the shareof the firm itself in the JV. I .,.,1, "=.,, Assignments completed by the Consultant's individual Ex-p-erts*workingprivately or through other consulting firms or that of the Consultant's.Sp-ecialist Sub-consultant, cannot be claimed as the relevant experienceof the Consultant,..b=utldhteclaimed by the Experts or the SpecialistSub-consultants themselves in their CVs,.The Consultantshould be preparedto substantiatethe claimed experience by presenting::,copiesof relevant documents and I referencesif so requestedby the Client.] I AssignmentName: Country of Assignment: Location within Country: Key PersonnelProvided by Your 'tli,lut. Firm: Name of Client: No of otherpersonnel provided bv vour Firm: ::: I Address: Total No of Person-Monthsof staff of your Firm: ',i I StartDate (Month/Year):,, ._a,+, CompletionDate Approx. Value of Services(in (Month/Year): Equivalent/ Rs.) provided by ,:=ii16lr':i::- ,.;i) staff of your Firm I 11:_ Name(s)of Member,, No. of Person-Monthsof Key PersonnelProvided by member Firm(s),in caseof 'fY: ' Firm(s),in caseof JV Name of Seqio=Staff (Project Manager / Coordinator,Team Leader) involved and functions performed:""-'".. -,.,.' NarrativeDescription of Project I Descriptionof Actual ServicesProvided by Staff of your Firm

I Consultants'Name: t t TECH.3

APPROACH PAPER ON METHODOLOGY PROPOSED FOR PERFORMING THE ASSIGNMENT

[In this part of the Technical Proposal, explain understanding of the objectives of the Assignment, approachto the services,methodology for carrying out the activities and obtaining the expected output, and the degree of the detail of such output. You should explain your methodology to complete the project within time and budget.

The approachmust be indigenousproject specific approachof Coyr.,gultantand not a genericone or copy of the TOR. i '- ,,,,,, .. ,,,,,._. Basedon the specific approach,describe Work Plan which iS,iconsistentwith inputs provided in Forms TECH -7 andTECH - 8. .,.' "i'.':;

In caseof JV, the role of each member must be clearly highlighted. Likewise role of Specialist Sub-consultant,if any, along with necessitymust be highlighted.] I t TECH-4 t AandB t COMMENTS/ SUGGESTIONSOF CONSULTANT

I [Provide here commentsand suggestionson the Terms of Referencethat could improve the quality/ effectivenessof the Assignment;and on requirementsfor counterpartstaff and facilities, which are provided by the Client, including: administrative support, office space, local transportation, t equipment,data,etc., separately under Forms TECH-4A and TECH--4B.respectively.]

I A. On the Terms of Reference(TOR) t 1. 2.

I J. I Etc. ' :ar)))::t:: B. On the Counterpart Staff and Facilities (data & services to be provided by the in the TOR): I Client as indicated :: :r:: r: . ::::

Design Services I ,.,,,,=,_,,, i:::r:' r::: '-' r''l f. .

I 2.

a tll J. ,!i...t,::,::- :' I i;':1:::: I Etc. The Consultant may propose a team of experts to best achieve the scope of service and activities and to deliver outputs as required in TOR. Proposed I changesin position/individual inputs should be indicated and reasonedin the Technical Proposal but incorporatedonly in the Financial Proposals(showing excess/saving,in datum Price as worked out with the personmonths indicatedin I the RFP, which must be clearly bifurcated and marked red at each place for acceptanceor otherwiseby the Client at its prerogativeduring negotiations). (i) The Proposal may assign person-month inputs differently fiom TOR. I However, Key Personnelinput totals in the Proposalshould not be lessthan the minimum totals of person-monthsinputs mentioned in Data SheetSub- Clause-3.I .4 respectively. I (ii) The Proposalmay include additionalexpert position/s.However, additional I I I I expert will be consideredNon Key Personnelfor the purposeof proposal I evaluation, (iii) If the Proposaldrops or replacesa Key Personnelposition with a different one, the original position will receivezero score in the technicalevaluation I and the new position addedin the Proposalwill be consideredNon Key and will not be evaluated. (iv) DO NOT INCLUDE EXCESS/SAVING INFORMATION IN I TECHNICAL PRPOSAL. If Technical Proposal includes financial information,the Proposalwill be rejectedunder Clause-3.1.5of ITC.

I When the Consultantsuggests a changein scopeof service.activities or output. the Consultant must describe the details in=,Fo'rmTECH-4A and the change should not be incorporatedin the Proposal.Enumerate each suggestionin Form I TECH-4A with incrementalcost as a separatreattachment to Financial Proposal indicating breakdown into individual.remuneration and expensesfor each suggestion.Forms FIN-I to 7 should be prepared without incorporating the l tri. changes. ,.,,,,.. (i) If Financial Proposalproviinesd'ieparate attachment about incrementalcost I to a suggestion,the suggestioh,willbe consideredat no additionalcost to the Client and no negotiationaforan incrementalcost shallbe done; (ii) DO NOT INCLUD,E , iINCREMENTAL COST INFORMATION IN I TECHNICAL 'PRPOSAL. If Technical Proposal includes financial t information,the Proposalwill be rejectedunder Clause-3.1.5 of ITC.

-':t I .j' t'l:r,,.

i't:.|. ":::ti'::' - i;:ll:::::,,,,:Vl t :ii..

jf ::. j ..:;'::iii I = .:l:: i:: itltt 1,,,,,,,i ti= !: '" I ""trii:" I I I t

T 27 I TECH.5

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

ProposedPosition:

Name of Firm proposingthe Key Personnel:

Name of Person:

Profession:

Date of Birth:

Yearswith Firm:

Nationalitv & CNIC Number:

Membershipin ProfessionalSocieties: (Membership of PEC is Mandatory.) :. DetailedTasks to be Assignedon thdiPfoject:

10. Key Qualifications: .!.,,,,,, .. ,,. {Give an outline of the persontsexperience and training most pertinent to tasks on assignment. Describedegree of responsibilityheld by the personon relevantprevious assignmentsand give datesand locations. Ulpn;unto one page).

11. Education.-,j;:,,:,,7

{Summarizeicol}ege/university and other specializededucation of the person,giving namesof institutions,dates attended and degreesobtained).

12. EmploymentRecord

{Starting with presentposition, list in reverseorder every employment held. List all positions held by the person since graduation,giving dates,names of employing organizations,title of positionsheld and location of assignments.For experiencein last ten years,also give types of activitiesperformed and client teferences,where appropriate).

13. Languages

{Indicateproficiency in speaking,rcading and writing uage:excellent, good, fair, or poor). t I 14" Certification

I I, the undersigned,certify to the best of my knowledge and belief that:

(D This CV correctlydescribes my qualificationsand experience; I (ii) I am not a currentemployee of the Executingor the ImplementingAgency; (iii) In the absenceof medical incapacity,I will undertakethis Assignmentfor the duration and in terms of the inputs specifiedfor me in Form TECH-5 provided team mobilization takes I placewithin the validity of this Proposal; (iv) I was not part of the team who wrote the Terms of Reference for this consulting services Assignmentl ,,,,, I (v) I am not currently debarred by any department I org411^ii*ation/(semi-autonomous / autonomous)bodies or such like institutionsin Pakistan;,and-'""" (vi) I have been informed by the Firm that it is including4y'CV:riin the Proposalfor the {name I of project and contract). I confirm that I will be availab'leto carry out the Assignmentfor which my CV has beensubmitted in accordancewith the,implementationarrangements and t scheduleset out in the Proposal. i [If CV is signedby the Firm's authorizedRepre. s ative: -'':= 'it t I, as the authorized representativeof the,=Fif submitting this Proposal for the {name of project and contract), certify that I have obtaihedthe consentof the namedKey Personnelto submit his/her CV, and that s/hewill be aVhilableto carry out the Assignmentin accordance t with the implementationarrangemehl; a.4d schedule set out in the Proposal,and confirm his/hercompliance with paras(i).to (v) above.l

I I understand that any willful rnis-statementdescribed herein may lead to disqualification or '::i= dismissaf if engaged' I Ji:t:!... '+

I Signatureof Key Persennelor authorized Date: I Representativeof the Fiim Day/MonthlYear T Full name of authorized Representative: I I {Note: copv or scanned signatures are not allowed} I I t 29 I I rrrr II I I

TECH-6 COMPOSITION OF THE TEAM PERSONNELAND THE TASKS TO BE ASSIGNEDTO EACH TEAM MEMBER

1. Key Personnel(and SpecialistSub-consultant, if any)

,,"rlli' ':

Other Personnel

Name Position Task Assignment IIIIIIIIIIII-I-TIIII

TECH-7 WORK PLAN/ ACTIVITY SCHEDULE

Items of Work/Activities Monthly Program from date of commencing Assignment (in the form of a Bar Chart)

I ) 3 4 f, 6 7 8 9 r0, 1l t2 13 l4 l5

ill

:,a III IIIIII IIIIII

TECH-8

WORKPLAN AND TIME SCIIEDULDFOR KEY PERSONNf,L(AND SPECIALIST SUB-CONSULTANT, IF AND

Months (in the form of a Bar Ch?'ft) Number of ,:.,t Name Position ,,+. Months

J 4 5 6 7 8 9 i;,JA,::, rr"l!i1 t2 l3 t4 l5

Continuous: Intermittent: ActivitiesDuration

Yoursfaithfullv.

Signature (AuthorizedRepresentative)

Full Name Designation Address I I tI I - I - I I I I I I - I I I - I I

TECH-9

CURRENTCOMMITMENTS OF THE FIRM [OF EACH MEMBER IN CASE OF JV AND THE SPECIALIST SUB-CONSULTANT,IF ANYI

List must be comprehensiveincluding project from clients other than NHA as well :: Expected date of Name of project Single or JV Task assignment comnletion

'i

!:!f$.iil\, .:iii! u't - '=t-t''-' ': i' FINANCIAL PROPOSALFORMS

"$$

34 I

FIN.1 FrNaNcrll- Pnoposar, Sunvnls sIoN Fonvr

{Location, Date}

To: fName and addressof Client]

Dear Sirs:

We, the undersigned,offer to provide the consulting.'s.rr1aesfor flnsert the Project Name] in accordancewith your Requestfor Proposal,l.*id Date] and our 'lt flnsert TechnicalProposal. t ,, ;,? ,rj: iil: I Our attachedFinancial Proposal is for the amountofulinsert amountin words and I figures),including all Federal,Provincial and Local taxesapplicable as per law of the land. {Pleasenote that all amountsshall be the sar.ueaS.in Tinancial Proposal Form FIN-

I 'ttt f ,ir. ,. As indicated and reasoned ,n Uor*. CH-4 of our Technical Proposal, in I accordance with Note 2 under Form TECF{;$;iof the RFP, a separate attachment for I incrementalcost(s) is included/ not included,irrour Financial Proposal[if attached,strike ottt "nol included" and vice versaJ I Our Financial Proposal shdi "6e binding upon us subject to the modifications resulting from Contract negotiinions.;4 to expiration of the validity period of the Proposal, i.e. before the date indiiated in Clause 4.5 of the Data Sheet (or the date I extendedwith the written consentd consultantin caseof delay in procurementprocess). :il:- :::i:,:t:,:,,ji': We confirm that we. Ve no condition to statethat may have financial implications I over and above the amourit,,quotedabove. We understandyou are not bound to acceptany Proposalyou receive.

.*a\t;.:- = I E :.ta:ii.a!a/' .a- We remain, * , ",-+ I YourS3i-rr@ely, AuthorizedSignature {In full andinitials}: I Name and Title of Signatory: In the capacity of: Address: I E-mail:

{For a joint venture, either all members shall signor only the lead member, in I which case the power of attorney to sign on behalfof all members shall be attached.) I I t I I FIN-2

I BREAKDOWNOF RATES FOR CONSULTANCYCONTRACT l Project: Firm:

Name Position Basic Social Overhead Sub- Fee Rate per Field Rate per I Salary Charges (Yoageof Total (Voage Month Allow. Month perCal. (%oageof 1+2) (1+2+3) of4) for (%oageof for Field Month l) project 1) Work I Office r1) (2\ (3) (4\ (5) ., (6) (7) (8) I

I Notes: '+ +'l.t, Item No. 1 Basic salary shall include actual gros$iiisalutybefore deduction of income tax. I Payroll sheet for each proposed p.g1Sonnelshould be submitted at the time of negotiations. Item No. 2 Social charges shall includdlCli' s contribution to social security, paid I vacation,average sick leav€'ando,ther standard benefits paid by the firm to the employee.Breakdown of propoSedpercentage charges should be submitted and supported{see Forna',FlN-3}. I Item No. 3 Overheadshall includ-egeneral administrationcost, rent, clerical staff and business getting expenses,corporate tax including sales tax on services and insurances, etc. B.seakdown of proposed percentage charges for overhead I shouldbe submitted6d supported{see Form FIN-4}. ItemNo. 5 Fee shall includefiim's profit and shareof salaryof partnersand directors {if not billed individually for the project) or indicated in overheadcosts of the I firm. Item No. 7 Norma{V.,,,.)Vable only in case of field work under hard and arduous conditions. I Note I Tk ft{flimum percentageof item (l) shouldbe preferably 50% of (8). provide Note 2 ,1flh=e..Coi"3ultant'Si'[hed,'by is to appointment letter and affidavit/undertaking duly each of the individual Personnel showing salary rates as above, I Further during execution each invoice will also be provided showing that the Personnelhave been paid their salariesas per basic rates mentionedtherein; failing to which, NHA will take punitive action against the Consultant and I shall deductthe deficient amount from its monthly invoice. Moreover it will be consideredas a negativemark on the Consultant'sperformance that will be consideredfor future projects. I Note 3 The Consultant shall provide its audited financial statementsof latest three fiscal years,during negotiations,w.r.t. secondparagraph under SC 6.2 (b) of I the Model t (APPENDIX-E).

Full Name: I Signature: |1g .-\'/ I \.,:,r' Title: t JO FIN-3

BREAKDOWN OF SOCIAL CHARGES

Sr" Detailed Description As a Toageof Basic Salary No.

:= ,,:, :.i:111,1,.i;' --.

at+ FIN.4

BREAKDOWN OF OVERHEAD COSTS

Sr. As a Toageof BasicSalary and Detailed Description No. SocialCharges FIN.5 PageI of3

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

r also to Notes under Form TECH-4 Monthly Bitling Rate (US $) Amount A. All Foreign Expatriates including Foreign SpecialistSub-consultant (if any) FIN.5 Page2of3

B-I ESTIMATED LOCAL CURRENCYSALARY COSTS/REMUNERATION

Monthly Billing Rate (Rs.)

B-I. All Local Key Personnel and SpecialistSub-consultant (if any)

,u,.i,.lL;:,i:.::;:i,,:i;,iritil

40 I t FIN.5 I Page3 of3 B.II ESTIMATED LOCAL CURRENCY SALARY COSTS/REMUNERATION 'Refer I also to Notes under Form TECH-4 Total Monthly Billing Sr. No. Position Person-Months Estimated Rate (Rs.) T Amount (Rs.) I B.II. Non-Key and other Personnel (Local) I t I t Sub Total:

::1il .:::: .::.1. . I a:t:, ..j :ttt l ,i:t:,... "

.iii ilri l:,, i,:a ':' l 2 ;::: T "t:t',,-

.-;j..'l ,. 1

I ;!l _rj ::: .t*&\:j t a:'

l :;:.. 'lr t

; I I l It 41 - - - tl r rt r r rt rlr r r r r - r r r r r

FIN.6 DIRECT/ NON-SALARYCOSTS FOR DESIGNREVIEW AND SUPERVISIONSERVICES

Refer also to Notes under Form TECH-4 Sr. Unit Price lliTotal Amount Nomenclature Unit Remarks No. Quantity (Pak.iRsll = ::,(Pak. Rs.) I CommunicationExpenses allocable to the Assignment Months 24 Fixed Rate 2. Printing of Reports and Drawings for the Assignment Months 24 -do- Reimbursementof 't 'u+ri actual expenditures Travel expensesof required Key Personnelbetween ii upto a maximum limit 3. _]'- 250,0001- NHA Head Office and Site (as per actual) subjectto approval of Project Director for travel(s). 4. Othersnot coveredabove to comply with TOR requirements* sub-Totai,8+'lhii.t cort

+ Any additional item/ cosg"6otc{Agai!$t this line item must have provided solid/ renablejustification(s) detailed in Forrn TECH-4 ''Commenrson TOR'' wit{#aifdietirind financial value therein.The Client's negotiationcomminee will delib€rateon the requirementof additionalitem/ cost in case,€U{ffFirm standstop ranked.It is also to be notedby the ConsultantsrlEt tlle Client is not boundto agrceto the reasonssiven in Form TECH4. I I FIN.7 SUMMARY OF COST OF CONSULTANT FOR DESIGN REVIEW AND I SUPERVISIONSERVICES era'lsoto Nolesunder I'orm'|'EL'H-4 Sr. Description Amount (Pak. Rs.) Amount (US $) I No.

I I SalaryCost - Not Applicable -

SalesTax @ 16% on item 1 above t 1(a). which shall be kept asProvisional - Not Applicable - Sum in the ContractAsreement l 2. DirectCost - Not Applicable - I 3. Contingencies - Not Applicable -

I Grand Total: - Not Applicable-

T Note: 1- The dues and salariesof staff are:payableby the Consultantin time and not later than l0th of the following',rllonlh positively. In caseof failure to do so Client shall intervene.4nd.. pay these dues and salaries of the concerned I Personneland recover *rog=r.i'theinvoice of the Consultantat actual charges paid plus lYo of the amount. This will also be accountedfor adversely in making assessme.p!,'.4fthe Consultant in the next evaluation process for I selection of consrllt with report of such defaults. 'i'

a The grandt6'f iS lhclusive of all the applicableFederal, Provincial and Local I taxes. All thes€,',taxes(except the SalesTax) are required to be built in the quotedl?e,Td not be mentionedseparately. '''lt .:"'-::=,.. I Any Omissioh or afithmetical enor made by the Consultants in entering the amgunt against item 1(a) shall also be rectified during evaluation of the t FinancialProposal. t t I I I I APPENDIX - A

TERMS O.F.REFERENCE (Including Descriptionof Services)

':i'l': :tt,ru'::';tt't':':l'

,: ilit: t:,t'ii';|:t:,:'.' 'i r. ' i:), ":, aa:i: ,:rl,it '.+;. ::::i:::tt ; +i?i_ 't:' ;ii::ii:*'

.r :lil. ::. i::",:.ii 1::,,.i, ;i' '.i1., "' ;.:,,,,, ):,; Major Contents

Background

ProjectObjectives

Scopeof Servicesand ExpectedDeliverables

Team Composition and Qualification Requirement of Key Pe.ltornel and Specialist Sub-consultant. -

.j|:||.,1:',. ,ri 1 ,,=. tlll ril:: =1 .;rt;ti;ii:::t ,:- I I CHAPTERNO. 1 t INTRODUCTION I 1.1 BACKGROUND As per direction of Prime Minister of Pakistan(Refer meeting held on March 15,2014 at camp office in DG, LDA letter dated 22-03-2014),the National Highway Authority, Ministry I of Communications, Government of Pakistan (hereinafter also referred to as "NHA"), planned for construction of Lahore Eastern Bypass connecting G.T Road (Kala Shah Kaku ) to Lahore Ring Road near Mehmood Booti Junction, after crossing the River I Ravi. , :: .'t';:'::"1'1t' Accordingly, NHA intends to appoint the consultant for c'onstructionsupervision for I "Construction6-Lane Highway from Kala ShahKaku to LahoreRing Road,(also termed as LahoreEasternBypass),includingBridgeoverRiverRavi.. ' .U']''''''' t I.2 NEED ASSESSMENT ... The planned6-lane bypass will largely contributetothe economicand social developmentof Lahore city. It will boost tourism and will bring m-6repbpulation into the streamof benefits, t 'of which in turn will change the social complexion people around this area. Various industriesin the area will directly benefit,from'=an,'improvedtransportation system and the of economiccondition of local corrrmunity.It will also connectLahore City to I resultinguplift '-"''' the proposedLahore-Sialkot Motorway. """'

I 1.3 PROJECT DEFINITION = , i;,,,t- :;.- The proposedbypass is located in**1,..!reN'orth-Eastern side of Lahore City. It will start atKala I ShahKaku Interchangeon G.T. _Roa{which links the G.T. Road with Motorway M-2.It will crossShahdara - Kala Khatai noaa beforecrossing the River Ravi approx.6 Km upstreamof the existing Ravi Bridge ,g''thenconnect with the Lahore Ring Road approx. 10.224 Krn T east of the Niazi Interchan$c-=andnear Mehmood Booti. Regarding this, NHA intends to project. engage the Consultant -for construction supervision of the subject Other I responsibilitieshave Q,gl bsired in the other chaptersof theseTerms of Reference. ,:i! iili TheProjec, io*in, two Packagesfor construction: "ocor qll irrll' I A) Package-I: From Lahore Ring Road to Kala Khatai Road including Bridge over River Ravi including Lakhudher Interchange:

I The alignment starts at Lahore Ring Road (proposed Lakhudher interchange), 500m east of Mehmood Booti junction. It then traversesnorthwards through the khadir of River Ravi and crossesthe river via a765m long proposedbridge located I approximately 6 Km upstream of the existing Ravi Bridge. The alignment ends short of the Kala Khatai Road (before the proposed Kala Khatai interchange)near t Barrathvillage. The length of the Main Link (6-lane)is 11 .1 13 Km. .,1i'iii;;;',"... -rj':,o\ i:;'-'--': -,_:.;:r\ I ,;i,ii' \i\ {i-,is,\i L#l;;rl I 46 "t)*-/#'- i.i}!i9jr" I B) Package-Il: From Kala Khatai Road to Lahore Sialkot Motorway Including Kala Khatai Interchange:

The alignment starts atKalaKhatai Road (proposed Kala Khatai interchange),crosses the Railway Line near Kot Molchand Railway Station and joins Lahore - Silakot Motorway through the ramps of the proposedLahore - Sialkot Motorway Interchange. The length of the Main Link (6-lane) is 4.936 Km and the length of the ramps of Lahore- Sialkot Motorway Interchange(3-lane) is 5.104 I(m.

I.4 PROJECT OBJECTIVES

The Lahore EasternBypass will connectG.T Road Q.{-5)and Lahote,; IslamabadMotorway (M-2) on one end to the Lahore Ring Road and the Lahore - Sialkotilotorway (LSM) on the other. It will facilitate the traffic using N-5, M-2 and LSM whichriis'destinedto the eastern Lahore and southern parts of Lahore. Thereby it will reduce"thg'tr,afficload on existing Ravi Bridge and the section of N-5 between Shahdaraand KaFShah Kaku. It will also act as takeoff link for the LSM from Lahoreside. ::

- ,,:: .i ,( * i!:ls rk * * ?tr?k rr * tr tr ?1.tr ?k?k tk fr ?k?k rt#)f * *

r::: ''ii, 1, :;!

j''

47 I I CHAPTERNO.2 I DESCRIPTIONOF PROJECT I 2.I LOCATION OF PROJECT It will start at Kala Shah Kaku Interchangeon G.T. Road which links the G.T. Road with Motorway M-2. It will cross Shahdara- Kala Khatai Road before crossing the river Ravi I approximately 6 Km upstream of the existing Ravi Bridge and then connect with the Lahore Ring Road approx. 10.224Km eastof the Niazi Interchangeand nearMehmood Booti. I rlt$ I t

td I l'tstdE I lttEl l]f,Yt t I I / I t ottgaD*a t t t t I :lt IE

l- I I t titrr t tfi*tar t 1 I t-' I |lhrt*||ttrto t *.1:.!i:l rcr} E! t t | :.::a:::.:.- 1 '':t'' ':"'::'' ** lrproa' t I H--'o')----

rn t.\ I l.A al lrffrgrul{l

I 2.2 PROJECT WORKS

The schemeenvisages the constructionof a 6-laneHighway from Kala Shah Kaku to Lahoi\i) I Ring Road (Lahore Eastern Bypass), including a bridge over River Ravi under assignment.NHA intends to engagea Consultancy firm for construction supervisio Lahore EasternBypass which will not be limited to the responsibilitiesdescribed in t t Terms of Reference.The said Consultantwill ensureall safetymeasures during constructi I alongwith other tasksas describedin the following sectionsof the Terms of Reference. I 2.3 TIME OF START

The Servicesshall be commencedimmediately after the signing of the Contract Agreement.

2.4 TIME PERIOD

The Servicesspecified in the TOR shall be completedand all relevantreports submitted in the form and format acceptableto the Client, within Thirty (30) months from the date of signingof ContractAgreement.

t( tr r( ?k?k rk * * tk rr tr,( ts tr tls t( :k r( ?!t:k :rs* * * * *

.:,=:,;:r..\i..,,91 ri+ = '4i:" :aa t:;:' : i'i .:

'':'li' ',: i:.""

49 I CHAPTER NO.3 I CONSTRUCTIONSUPERVISION 3.1 DETAILED SCOPE OF WORK COVERING CONSTRUCTION I SUPERVISION FOR SUPERVISORY CONSULTANT The responsibilityof top supervisionshall rest with the Engineerwho shall issueinstructions I in writing to the Supervisory Consultants for the supervision of works as per the Contract. Supervisory Consultants shall carry out a revision in the plans and specifications as required by the Engineer and prepare all change orders instantly thereto and shall further assist the I Engineer in negotiationsnecessary for execution of the changes.Such revisions shall be encouragedwhich result in improved project performance,in accordaniewith the plans and conforming to the specifications. The Supervisory Consultants shall carry out the I ConstructionSupervision but not limited to the following ,utnt=,"-' ''

D Make sure execution of works as per d€'a'i$4,'standards,specification and l technical constructiondrawings ii) To intimate NHA in each matter,,anrr,l,,iust obtain formal approval from NHA to proceedin the matter. i iiD Assure quality of the works durinp'executionby using suitableand tested constructionmateriel. ..1::.1=, , . I iv) To ensure the good quality construction survey work, levels and grade achievedduring and after dofiitruction. t v) Make sure the continuous supervision/inspectionof the soils, materials construction opeiffins,iihnd the works with regard to workmanship and compliancewith the $ecifi cations. I vi) Certify ,fr" diift*nt bills of Contractor according to the approved procedureanA arco maintain the paymentrecord maintaining consolidated projectaC"Counii and assist NHA for settlementof Audit Para's. I ..:4,:1 vii) Make,sure fhe existing traffic managementand safety plan all times in a safe'..a4djltsecuremanner. I viii) frtl6dite.ahd appraise progress of the works for timely completionof work' proposedwork schedules. '|+ # andaccept or rejectContractor's '- ix) .,$ii supervisoryConsultants shall preparethe revisedPC-I of the project I andwill be responsibleto incorporateall changesupto final approvalfrom I the relevantforum. 3.2 GOVERNING RESPONSIBILITIES AND DUTIES OF SUPERVISORY I CONSULTANT 3.2.1 Applicationof Standards,Specifications and EngineeringDecisions

I The Supervisory Consultantswill be fully responsiblefor the execution of work in accordancewith standardsand specifications and technical construction drawings. The Consultants shall supervise the Work's Contracts, make engineering I for quality assurance,provide general guidance and (;; cisions, be responsible the Works. I rnish timely responseto the Contractorsin all mattersrelating to I I T 3.2.2 Intimation and Approval by NHA ,/ The Consultant shall advise NHA on all matters relating to the efficient and successfulexecution of the Works Contracts, and shall act at all times so as to I protectthe interestsofthe project and shall take all reasonablesteps to keep all expensesto a minimum, consistentwith sound economic and engineering practices. Supervisory Consultants will intimate and will get approval of any t decision from NHA regarding change in Design to initiate Variation Order, Extensionof time etc. t ,/ Advise NHA on need for effective liaison with local authorities, police, landowners, utility owners, the public and other organizationsaffected by the Works in order to minimize or avoid unnecessarydelays or disputes. I ,/ Shall assist for settlementof the Audit Paras and Enduiries (if any) pertaining to the Project without any time restriction an{,:1e6*treration to be made I separatelyon this account.The cost to be incur$qaf, be built in the rates. ,/ Jointly inspect with NHA the completed Works, and assistin formal taking over, and review and approve "as built" diawings and plans, and provide report(s) testifying to the satisfactoryconAJ of the contract. I lion ,/ Inspectthe completedworks during the efect liability period within the terms coveringthe Consultant'sAgreemenl; prepare lists of deficiencies(if any), and I carry out supervisionof the remgdilf works, and issue the Defects Liability certificatesafter the rectificationl$f notified defectsby the Contractors. ./ Provide any other specialistlserviepsrequested by NHA under conditions to be I -1'n,' mutually agreed.

Project Management ti I 3.2.3 -i

The Consultants shall estabil$ha project managementsystem acceptableto NHA, I which will be used"tti:' onitor/track the problems. The works involved will include but not beihg limiied to the following: 'ffii tl:;:it:t=:t= I ,/ Assist NHA*fix the establishmentof the basic overall project construction schedule,budgei and cashdisbursement schedule. : ,/ Assist NHA'for establishmentand implementationof a project management I system and pioceduresto monitor and control the cost and time scheduleto eA;Uh,,tidely corective measures. I ,/ To eobrdinate, supervise,and support the decision making actions by NHA concerning engineeringand design matters during the constructionstage in order to ensurethat quality control and engineeringstandards are consistently t maintained throughout the project within cost and time constraints. ,/ Assist NHA for settingup of an effective reporting systemof project progress I and statusto the manasementof NHA. Preparerealistic constructionschedules, showing the progressof Works and expendituresof the contract package. I Review and approval of proposal on variation orders and implementation scheduleprepared by the Contractor. I Issuemonthly-consolidated progress reports on a format to be agreedwith the NHA including payment estimates and comments on the Contractors' work program, and adviseNHA of any problem or potentialproblems which might I 5l I I

arise and causedelay in implementationand recommendcorrective action(s) I to be taken. ,/ Monitor and control progress of Works and initiate corrective measures, if I required. I 3.2.4 Construction Supervision The Supervisory Consultants shall be fully responsible that the Works are executed in accordancewith the plans, grade and confirm to the specifications. I The Supervisory Consultants shall carry out the Construction Supervision ensuringthe following items: t ,/ Stake the centerline. ROW limits and relocation of +oadway structure and appurtenance; I r' Settingof Grade-stakes; ,/ Relocationof Grade-stakes;

t: a: ,/ Soil Tests; ::,..:: =:t!., 'tt:: I ,/ ConcreteTests; iltl:,, j1r!'";;1:"it't, ,/ Reinforced Bar Tests; I ,/ StructuralS,."1 ;.r;',, .::;f=' OthersTests as deemednecegsarf;, ,' I Inspect and evaluate Contractors' facilities especially laboratory items to ensure compliance with the spbcificationsand terms and conditions of the Contract Agreement [itho,ut relieving the Contractors of their obligations I under the Contract, ,ryphitor''the Contractors' laboratory testing, evaluate the Portland cement conci.ete,and bituminous mixture designs prepared by the Contractors, and,,,Fscommendimprovements (if any), Monitor the concrete t Batching ana1laiurygasper approved mix design & specifications,Asphalt Mixing and lgyrng,asper Job Mix Formula and specifications,carry out the testing of steel and High Tensile wire I cable for Stressing as per I Specifications and also monitor the Stressing activity as per approved procedure and Specificationsand also ensure the desired performance,and I accord, rov,althereof; eSSui,g4iality of the works during construction,continuously inspect the soils 'ar+d"- nlaterials, construction operations and the Works with regard to I wofffianship and compliance with the specifications; and caffy out independenttesting in the field and/or in the "Engineer / Project Manager" laboratory, and approveor disapproveand certify the Works that conform with I the specifications and maintain permanent records of results of all the tests made; Give notice to the Contractorsof any defects and deficiencies,and issue I instructions for the removal and substitution of the improper works, where provided under the contract. If required, order suspensionof the Work(s) I andlor recommendto NHA other recourseavailable under the Contract; Without relieving the Contractors of their obligations under the Contract, review and approve the traffic management and safety plan, and ensure I compliance such that the Works are carried out at all times in a safe and secure mannerand damageor injury to personsor propertyis avoided;

I 52 I I

lnspect quarries and borrow pits, and crushing plants, and order tests of I materialsand ensureadherence to specifications,and approvethe sourcesof materials.

I 3.2,5 Quantity Measurement and Quality Control

As the Engineer's Representative,the Consultants' authorized representativeand T other staff will implement the Works Contract and ensure that the Works are constructedin accordancewith its provisions. The Consultantwill have all the powers defined in the FIDIC Conditions of Contract as being the Engineer I t Engineer's Representative,except the following, which will be retained and exercisedby the Client, generallyon the advice of the Engineer: I '/ Issuingthe order to commencethe Works; '/ Approving variation orders that have financial impJ'icalions; t ,/ Appro vi n g si gni fi cant vari ati ons in quantiti e{ =,,',.;t;,';,;,''= '/ Approving sublettingof any part of the Worksl.''.r'' t '/ Approving extensionsof time; o-=',;il;ii ,/ Check and approve Contractor's temp--q,rr'frryworks and facilities; ,/ Provide advanceadvice to NHA con'eeihingthe Scheduleof handing over of I sites,and possibledelays due to lpck o'f possessionwith a view to assurethat the Contractors are given Poss.,9sdi.onof Site in accordancewith the agreed I work programs; ,/ Reviewand approval of propbsal"'6nvariation orders and implementation scheduleprepared by theQptractor. I :::..,,rr1i,...:.,, .,;:i 3.2.6 Approval of ConstructioiillMethodology and Equipment of Contractor

ir'::1, I ' Contractor _and eniuring that the Contractor has incorporated the most effective #';lFaditious methodology of carrying out the Works; and ensure I in setting up a C''bmputerizedproject control system for reporting physical and financial piogressby the Contractoras well as the forecasts,if included in the bids alrd/oi if demandedlater on by the NHA. Subsequently,closely monitor I the conitiuction progress on regular basis to determine whether it is I pioceeding in accordancewith the approved work program' construction equipment, plant and machinery requitements, by type and specification,and monitor, keep and regularly updatea list of the Contractors' I equipment, plant and machinery in order to keep a check on the Contractors' mobilization.

I 3.2.7 Payment Certificates and Claims of Contractor

. Verify the interim and final payment certificates submitted by the Contractor I on the basis of measuredwork items as the casemay be having regardto any contractualprovision for advancepayment and variation of price, certify the ;..: completion of the activities / Works or parts thereof and verify indices for I il,:,Price Adjustment in costs as applicable after ascertainingex-factory prices '' "ij€fore recommending any amount on this account in interim payment t JJ I I

. Assist NHA in contractual matters with the Contractor (performance bonds, I insurances, claims, advance payment guarantees etc.). Assist with interpretation of the Contract Documents, explain and or reconcile any ambiguities and or discrepancies in the Contract Documents, and apply I various provisions of the contract documents;and provide NHA all relevant documentation needed for settling disputes (if any) with the Contractors, and make recommendationsto NHA for resolvingthe Contractors'claims, contract T time extensions,variation orders,subletting, quantification of claims, rate and price fixing etc.

I 3.2.8 Maintain Project Record T o Establish a comprehensive system of maintaining si",tCIirr€cordsincluding site correspondence,survey data,inspection records, test,, i-site diaries,records of meetings,financial records,progress records ete": "':'ir,'+ t . any modificationof complemee-1art;ftmsto be necessaryto }::Hffld e Supervisinginformation program on STDS'andHIV/AIDs which the Works l Contractorsare required to carry out at,oo1.s{uctioncampsites. o Consultant shall prepare movie for,:iEeord of all the activity on the project t from the date of start to the end and trana over five copies of the same at the time of completionto the Client.+'

I 3.2.9 Reporting Requirements 1,, ,_,.,,,),, The Consultantsshall prepa,re d submit each of the under mentioned reports to I NHA. The format of these-,iepoftsshall be mutually agreedwith the NHA.

Ittlgpli qn B9P9J!:,.,*- I ber4+--l ee{! cepieq- j I ContractAdministration Report and i Constructionprosiam .-_____:#____,_ I1"lo.lT_:1_:3:':_i, Annual MbnagementInformation Report at t the end .of eadhFinancial Year Techni.c-al'iReports Irrf*tft-f r o t ed-mi n i straii o n; I ffi@er G "tiac ,&eport_ Final ProjectCompletion Report (PC-N) il;;;;;Ji j t -'*1 Project Documentary 5 copies I t __Up4atg_4gq{t$_ryglr_qggtgg1ag1ry;_e,qgltedl_!'ed + t_s_o_&9-op_!9f RoughnessSurvey reports at substantial 5 hard + I soft copies T i 8b-h;iatf ;"n;"p-19p-.

I Inception Report

The Consultantswill submit an Inception Report at the end of the first month I from the Date of Commencement. This will contain full detail of the Consultants'supervisory methodology and staff,rngplan with supporting CVs

I )4 I I

of Personnel and projected monthly billing. The probable dates for I submissionof deliverablesshall alsobe mentionedtherein in line with TOR. I Technical Report The Consultant will produce necessary technical reports and position I papersdealing with technical matters arising during the project. t Monthly Progress (Contract Administration) Report The Consultants will not later than the 10thof each month, prepare a narrative progressreport summarizing: I .,rf;1,,;rl - Construction progress during the month and cunulative to date for the Contract drawing specific attention to any major causes of delay t (administrative, financial or technical) with details of remedial action taken or recommendedto the Client. . I - A comparison of actual and forecast,:expditures both during the month and cumulative to date of the Con-tr,gct},*6 a record of the status of the paymentsof the Contractor'sm,oaJhlyinvoices, of all claims for cost or I time extensions,and of actions,rtequiredby NHA to permit unconstrained Works implementation.The"Consultant will also advise on the final estimated cost for the Contraet and draw attention to any major changes in the project budget-inclfaing details of remedial actions taken or recommendedto the Cli'tin{',,irr'

- Technical appreciatjonof any designor quality control problemsfor the Contract includidg..tfiilils of remedial action taken or recommended to I the Client. - Status of1rj#unce with the Environmental Management Plan and I Resettle tiT ction Plan. o Final Proje.gtCompletion Report i .,,; t The Cgrnsultantswill prepare a comprehensive final Completion Report #ithin ninety (90) days after issuanceof the Taking Over Certificate of the.Contract.The Final Completion Report for the project shall summarize ih' r: l the'*method of construction, as built record showing the location and details of all Works carried out, all the defects and certification of the satisfactory correction of such defects, the construction supervision performed, and recommendationsfor future projects of similar nature to be undertakenby NHA. This will also include a brief on the performance of the Contractor with particular emphasis on planning and job I management at site. His weak and strong points need to be emphasized with clarity.

I Project Documentary Report (Cassette+ CD) j r.The Consultant has to make documentary of all major activities during ' iponstructionsas well as that of completedproject sectionsto be submitted '-itowards the end of the project.These should also include; 55 ..;;iir I T

Laying and compaction of various pavementlayers; I Operationof Asphalt and concretePlants; Quarry sites and laboratory activities; I Road after completion showing road furniture; Various important stagesin constructionof structures; I Any other major activity involved requiring specific mention. t 3.2.10 Contract Management ,/ Role of the Engineer and Engineer'sRepresentative; I ,/ Contractualissues; ./ Site instructions and Variation Order, including th8'ii vtiiations; '-i: i,i ,/ Programming the Works and extensions of,.ti e including monitoring of I activities on regular basis as per softwaret,:basedprogram, updated ' regularly; ,,,''"'- ,,. "' :: I ,/ Monitoring and reporting on progressand Q.ualityControl; ,/ Field and lab testing; '"''t't''':=,,,u'," ',': ,/ Taking Over sectionsof Works. . I ,= i:' ,,

k r( ?t t( t( * ?!r?k * * rr,r * ?t trjtr ?k?k * * * * ?k* * * I lj '' -1: .,i I l I I :, I t I t I

I 56 I I I CHAPTERNO.4 I STAFFING FOR CONSTRUCTIONSUPERVISION 4,I STAFFING BY CONSULTANTS t ./ It is estimatedthat four (04) Key Personnelhaving 67 person- months will be required by the local resources of the Consultants for Construction Supervision with other responsibilitiesto be undertakenby the Consultants,to managethe project. Detail of the I staff asper project'srequirement is givenbelow in section4.1.2 of TOR. ,/ The staff as eiven in section4.1.2 of TOR has been fixed bv NHA for the evaluation I purpose and the Consultantsare permitted to propose alterliate arrangementsonly as per Notes under Form TECH-4 i.e. Comments on lhe'TOR in their technical proposals.Such suggestions will be discussedduring cdntractnegotiations. Lhe t ,/ The qualification and experiencerequired of Key Persofrhelare detailed at the end of TOR. I ,/ The implementationperiod for Contract,prograrnqlpdr,l be executedduring the project is planned to consist of a constructionperiod of 115months followed by a Defect Liability period of 12 months. The Team Leader(Resident Engineer) of the Consultants I is expectedto mobilize approximately 1 rn'6nth advanceof the commencementof Works in order to assist NHA with aetiv:iiies leading up to mobilization of the Contractor. Site supervision team is. eNpeetedto mobilize on the date of actual I cornmencementof Works by the ConJractor ,/ During the Defect Liability Peri

,:' L I 4.1,1 Speci".qlExtension for SelectedPersonnel

nofiil#ii"!,= staff of the Consultants shall be allowed to continue performing I service'Sftr a period of three (03) months after completion of Works to finalize the accountsand other outstandingissues of Contract.This period of three (03) person-monthsfor eachof the Personnelshall be spreadover the calendarmonths T requiredto finalize the said activities.

S. No. Description of Personnel Nos. Months Man-months I (1) ResidentEneineer 0l 03 03 (2) Quantity Surveyor 0l 03 03 I (3) Computer Operator 01 03 03 @) Office Boy 01 03 03 t t 57 I 4.1.2 Staff Requirements

The Servicesshall be provided by the local Key and Non-Key Personnel,which shall include but not be limited to the following:

No. of Person- S.No. Description of Personnel Months Persons Months ConstructionSupervision Team A. Key Personnel I Team LeaderI Resident Engineer 01 l+15+3 I9 2. Bridge Engineer 0l 15 15

a J. Material Engineer 01 r,i.", 15 l5

4. QuantitySurveyor 0i I 5+3 18 ,"*uS,rb-Total(A): 67 B. Non Key Personnel 5. SiteInspectors ,'04 15 60 6. Material Inspectors 02 r5 30 -t',11'- 7. Surveyors .i1::= 02 l5 30 8. Labl SurveyHelpers 04 l5 60 9. CAD Operator 01 l5 15 10. ComputerOperator-l 01 15+3 18 1l Computer Oper.:ator- I I 01 15 15 t2. Office ASsi,siants 02 15 30 '.,,:;,i,i,' " -' 13. Office Bo,,ys 03 15 45 Sub-Total (B): 303 .''r+,

.).iil+ t Total (A+B): 370

rl' k;tit f.y PersonnelPerson-Months for Const.Supervision:67; toidl Non-Key PersonnelPerson-Months: 303.

Note; The Qualification and Experiencerequirements for the Key Personnel and Non-Key Personneltabulated above are given in detail at the end of TOR.

4.2 SERVICES AND FACILITIES TO BE PROVIDED BY THE CLIENT

Offrces and utilities for the Consultants will be financed under the Works Contract. Residential accommodation of the Consultant's full time and short-term supervising Personnelshall be provided in the Works Contract.Furnished field offices, material testing laboratories,and field transportationwill be provided under the W,o-fk$ff6h,IraBts. ' -r ;'i,',e')r'-.-q. 'r,1., ,,i-:/ \ ii';./ \) \ tini i;.:! \\? \ t..r.,,r s8 \;: \ /!::: t! \.or-\'\::.;tr:+.;/ --"\t\;r' -ii.jL'iili!_/-t- I I 4.3 INDEMNITY OF CLIENT The Consultantswill indemnify the Client against any inaccuracies/ deficiencies in the Servicesof the team of Consultants.The Consultantswill be requiredto obtain and maintain I professional indemnity insurance at its own cost as per the latest Pakistan Engineering Council regulations, as reflected in the consultancy agreement, from the date of the appointmentof the Consultantstill the end of project duration also keeping in view Public I ProcurementRegulations, 20 I 0. I TIME OF CONSTRUCTION I Total constructiontime of the projectis fifteen (15) months. REVISION OF PC.l

I It shall be the responsibilityof the constructionsupervision Consr.l ts to preparethe revised PC-1 of the respectiveproject, before completionof the proj@,,.b'yincorporating all changes in the scopeof work and, preparecompletion report (PC-N)'a4 completionof the project. To I ensurecompliance an amount of two per cent (020%)will bjl:,wilhheld from interim (monthly) invoicesand releasedalons with the final payment of thg Consultants.on completion of this t lob. I I I I I I I I I I I I I

4.6 AND EXPERIENCEREOUIREMENT OF PERSONNEL It OUALIFICATIoN The engineeringservices shall be provided by the local Key Personnel,who will be assisted by Non-Key Personnel.The Qualification and Experiencerequirements of these Personnel I shall includebut not be limited to the followins:

I S.No Title, Experience, Qualification & Responsibilities The Ensineer General 30 Years I Experience: Qualif,rcation: Minimum: B.Sc.(Civil Engineering) Desirable: M.Sc. (Civil Engineerirag)',ytthspecialization in the T field of Hishwav Enr:ineefine. Specific Minimum: He/sheshould ha*e atr,lbast25 yearsof experience I Experience: of national/in-to.ti*ional civil works projects including at _1bast'15years in a senior role of national/intedatjonal highway projects. He/she I must be' s.teredas Professional Engineer of Pakistan,En$inderingCouncil (PEC) and Member of recdg4iTedProfessional Society. He/she should I be fullir familiar with FIDIC Conditions of Contract, Pakistan Engineering Council Standard Biddihg Documents and Public ProcurementRules I et'O.He/she must be able to communicate fluently irr"Enslishlansuase. Note: The cost of remuneration and TA/DA of the I Engineer is presumed to be covered within Overhead cost of the Consultants but the Client reservesthe right to replacethe Engineeras per its I contract with the Contractor for Works. Construction Supervision Key Personnel ri= I I Team Leader/ ResidentEngineer General 20 Years Experience: t QualificatioLn:'; Minimum: B.Sc.(Civil Ensineerine). Desirable: M.Sc. (Cvil Engineering) with specialization m Constructon Management/Equivalent. t Marking: M.Sc. with additional relevant trainings from recognizedorganizations - 100%; M.Sc. - 90Yo; B.Sc. with additional relevant trainings from I recognizedorganrzations - 80%; B.Sc.- 70%. Specific Minimum: Fifteen (15) years of relevantexperience including Experience: eight (0S) years' experienceas Resident Engineer I on construction supervision of Expressway/Dual Carriagewayprojects [dist. of marks: 100% I 80% I respectivelyl(85.60 Marks). ,di""i'liff\;o The Personnelis encouragedto attach at least three f,;,i \1t (03) referencesof high quality workmanship duly I verified by the respectiveclient(s) (10 marks). Age of expert should preferably be not more than tl**# 65 vearson the dateof submissionof proposal' t 60 I I

I S.No Title, Experience, Qualification & Responsibilities Desirable: Eighteen (18) years of relevant experience including Ten (10) years' experienceas Resident T Engineer on construction supervision of Expressway/ Dual Caruiagewayprojects [dist. of marks: 100%I 80% respectivelyl(107 Marks). I The Personnelis encouragedto attachat leastthree (03) referencesof high quality workmanship duly verified by the respectiveclient(s) (10 marks). I Age of expert should preferably be not more than 65 yearson the dateof submissionof proposal. Responsibility: His/herresponsibilities-shall include but not limited T to thefollowing tasks: : a.' '::. He/shewill be re$ponsiblefor quality, cost, scope, I time, safety, ahd environmental control of the project. He/sLrewill be responsiblefor approving Contractor?s.,..workprogtam, method statements, I material sb#bs, preparing and producing reports as reqgirq4.t approving and/or issuing working draw,idi;s-approving the setting out of the works, t aq{='.'i,,lnt1tuctingthe Contractor, certifying work v,blurile and recommending interim payment .,$l celtifi'iates for progress payments, maintaining t cohsolidated project accounts, and preparing of fiirancial statements,ensuring minimum disruption/ damage to the environment by approval of I Contractor's work statement/ methodology, including monitoring the impact of construction works on the environment and local settlements I and providing information to NHA.

'2. Bridse Ensineer I General 20 Years Experience: Qualification: Minimum: B.Sc.(Civil Eneineering). I Desirable: M.Sc.(Structure/ Bridee Engineering). Marking: M.Sc. with additional relevant trainings from I recognized organizations- 100%; M.Sc. - 90o/o; B.Sc. with additional relevant trainings from recognizedorganizations - 80%; B.Sc.- 70%. I Specific Minimum: Ten (10) years' relevant experienceof supervising Experience: constructionof bridge projectsincluding seven(07) years as Bridge Engineer on Highways/ I Expressways/Motorways projects [dist. of marks: 70% I 80% I 100%respectivelyl (72 Marks). The Personnelis encouragedto attachat leastthree I (03) referencesof high quality workmanship duly verified by the respectiveclient(s) (7.50 Marks). Age of expert should preferably be not more than I 65 vearson the date of submissionof proposal. I I I

I S.No Title, Experience, Qualification & Responsibilities Desirable: Fifteen (15) years' relevant experience of supervising construction of bridge projects I including ten (10) years as Bridge Engineer on Highways/ Expressways/Motorways projects fdist. of marks: 70% I 80% I 100% respectivelyl (90 I Marks). The Personnelis encouragedto attach at least three (03) referencesof high quality workman ship duly I verified by the respectiveclient(s) (7.50 Marks). Age of expert should preferably be not more than 65 yearson the dateof.submission of proposal. I Responsibility:His/herresponsibilities shbll includebut not limited to the following taSks:. I Helshe will ,be "ibsponsible for satisfactory construction of all Bridges in the project from piling to the cornpletion stage, including culverts I and other'struCtureson the project. He/sheshall be responsibleJbr supervision /execution of piling, 61r4s7+(Casting, stressing and Lunching), Deck I Slab'(Casting & Stressing),including Fabrication and installationof expansionioints. a Material Ensineer I General 20.Years Experience: I ,ill" Qualification: Vtinimllm:. ,i B.Sc. (Civil Engineering/ Geo-Technical I Engineerine)/M. Sc. (Geoloey). Des'rable;"ir,,:l M.Sc. (Civil Engineering/ Geo-Technical t'"t"itt'"'. - Ensineerins). I Maiking: M.Sc. (Civil Engineering/ Geo-Technical Engineering) with additional relevant trainings from recognized organizations 100%; M.Sc. I (Civil Engineering/Geo-Technical Engineering) - 90%; B.Sc. (Civil Engineering/ Geo-Technical Engineering)/ M.Sc. (Geology) with additional I relevant trainings from recognized organizations -

: .j:' 80%; B.Sc. (Civil Engineering/ Geo-Technical

rrl: (Geoloey)- I il Ensineerine)/M.Sc. 70%. Specific Minimum: Ten (10) years' relevant experience as Material Experience: Engineer on construction supervision projects of t National Highways (72 Marks) including five (05) years' experienceof asphaltconcrete mix designin countries with hot climate and/or truck overloading I problems(3 Marks). The Personnelis encouragedto attachat least three (03) referencesof high quality workmanship duly I verified by the respectiveclient(s) (4.50 Marks). Age of expert should preferably be not more than I 65 yearson the dateof submissionof proposal.

I 62 I I

I S.No Title, Experience, Qualification & Responsibilities Desirable: Fifteen (15) years' relevant experienceas Material Engineer on construction supervisionprojects of I National Highways (90 Marks) including five (05) years' experienceof asphaltconcrete mix designin countrieswith hot climate and/ortruck overloading I problems(3 Marks). The Personnelis encouragedto attachat leastthree (03) referencesof high quality workman ship duly I verified by the respectiveclient(s) (4.50 Marks). Age of expert should preferably be not more than I 65 yearson the date of-,srrbmissionof proposal. Responsibility:His/her responsibiliticsstiill include but not limited to the following tasks: I He/shewill assistthe ResidentEngineer and will be responsible for quality of material used in constructio+ly: performing field and laboratory I tests and",'oeilifying their acceptancebased on recomrrnendedspecifications for the materials; and will identifv sourcesof materials,and quarry site. I 4. Ouantitv Survevor General . {ears I Exoerience: Qualification: Minimum: 3,,:,'YearsDiploma in Civil from the Board of TechnicalEducation's recosnized institute. I Desirable: ,, B.Sc.(Civil Engineering). Marking: M.Sc. 100%: B.Sc. with additional relevant trainings from recognized organizations - 90o/o; ' B.Sc.- 80%:DAE (Civil)-70%. t "r:lit:i Specific lv,fi=ni : Fifteen (15) years' relevantexperience as Quantity

Experience: :a:.a:a:a:a:a::r,.;+?;' Surveyor on Civil Works projects including ten I 4t (10) years' on Highway constructionprojects (48 Marks). Y, r;1 The Personnelis encouragedto attach at least three I (03) referencesof high quality workman ship duly verified by the respectiveclient(s) (5 Marks). Age of expert should preferably be not more than I 65 yearson the date of submissionof proposal. Desirable: Eighteen (18) years' relevant experience as Quantity Surveyor on Civil Works projects I including thirteen (13) years' on Highway constructionprojects (60 Marks). The Personnelis encouragedto attach at least three I (03) referencesof high quality workman ship duly verified by the respectiveclient(s) (5 Marks). I Age of expert should preferably be not more than 65 vearson the date of submissionof proposal. I !{,*alri I I I l S.No Title, Experience, Qualification & Responsibilities Responsibility:His/herresponsibilities shall includebut not limited to the following tasks: I He/shewill assistResident Engineer in verification of payment certificates.He/she will be responsible for verification of executedquantities. I Non-Kev Personnel Site Insnectors (Hishwavs) I General 12Years Experience: Qualification: Minimum/ 3 Years Diploma in Civil from the Board of I Desirable: TechnicalEducation'sifecognized institute. Specific Minimum: Eight (08) years of erience in supervision of Experience: constructionof Hi$hW,ayprojects as Site Inspector. I Age of personnels4ould not be more than 65 years on the date of,..pfoposalsubmission. Desirable: Ten (10) years of experiencein supervisionof I constructionof:Highway projects as Site Inspector. Age of,fi€rs.ciirnelshould not be morethan 65 years on the'dateof oroposalsubmission. I Responsibility:HisiFsponsibilitiesshall include but not limited to thefo,llowing tasks: '''t:r t His job description and duties will be defined by ft ResidentEngineer and approvedby the Client. 2. SiteInspectors (Structures) I General 12Years Exoerience: Qualification: Minimrmi 3 Years Diploma in Civil from the Board of I D,psirabfe: TechnicalEducation's recognized institute. Specific Miniinum: Eight (08) years of experiencein supervision of I Experience: constructionof Structureson Highway projects as Site Inspector. Age of personnelshould not be more than 65 years ,'ii I on the dateof proposalsubmission. :l* Desirable: Ten (10) years of experience in supervision of I constructionof Structureson Highway projects as Site Inspector. Age of personnelshould not be more than 65 years I on the dateof proposalsubmission. Responsibility:His responsibilitiesshall include but not limited to t the following tasks: His job description and duties will be defined by I the Resident Engineer and approvedby the Client. a Material Inspectors General 12Yearc t Experience: Qualification: Minimum/ 3 Years Diploma in Civil from the Board of Desirable: TechnicalEducation's recosnized institute. I 64 I I

I S.No Title, Experience, Qualification & Responsibilities Specific Minimum: Eight (08) years of relevant experience in Experience: construction of Highway projects as Material I Inspector. Age of personnelshould not be more than 65 years on the dateof proposalsubmission. I Desirable: Ten (10) years of rclevant experience ln construction of Highway projects as Material t Inspector. Age of personnelshould not be more than 65 years on the date of proposalsubmission. Responsibility:His responsibilitiesshalljnclude but not limited to I ':iiir,. the followins tasks: ;::::r .-"j* His job descri,pti,tln?Fd dutieswill be definedby I the ResidentnnAi'neei and approvedby the Client. 4. Survevors General 12Years I Experience: Qualification: Minimum: DAE ='lteiuil from the Board of Technical Eduo,ati'bn's recognized institute. I Desirable: B,Sc,(Civil Engineering). Specific Minimum: Eighl{08) years'experience of surveying/leveling Experience: and related activities on National Highway I Pfbiects. Desirable Ten (10) yeats' experienceof surveying/leveling I and related activities on National Highway Proiects. Responsibility:His responsibilitiesshall include but not limited to t t=ta,, .., the following tasks: I 'l'', ti i,r,-,'1::1-,r" His job description and duties will be defined by ,:,:iili,:',. the Resident Engineer and approvedby the Client. I 5. CAD Operator General 10Years I Experience: l:)1. :,: Qualificatibnl. Minimum: DAE, Civil from the Board of Technical 'r: ,, .j' , Education's recognized institute. Certificate Auto- I CAD SoftwareOperator. Specific Minimum: Eight (08) years' experience of drafting Experience: engineering drawings/ designs on Auto-CAD t software. Desirable: Ten (10) years' experienceof drafting engineering I drawings/ designs on Auto-CAD software. Command on latest version of software is shall be recommended. I Responsibility:His responsibilitiesshall include but not limited to the following tasks: I His job description and duties will be defined by the ResidentEngineer and approvedby the Client'

I 65 t t*.h,i:* t

I S.No Title, Experience, Qualification & Responsibilities 6. Computer Operators General 5 Years I Exoerience: Qualification: Minimum/ B.Sc.(Computer Sciences) Desirable: T Specific Minimum: Three (03) years' experience of office Experience: management, typing with 30 words per minute typing speed. t Desirable: Three (03) years' experience of office management/training of computer software related to office and typing.:.with 40 words per minute I typing speed. ;. Responsibility:His responsibilitiesshal1 include but not limited to I the following tasks: His job desc,,,tiiitio and duties will be defined by the Resident'Edgineerand approvedby the Client. I Generally', +ill assist the Consultants and Client'5's,{.,,,qp?esentativein all drafting, reports prepdhtion'andlike activitiesas per demand. I 7. OfficeAssistants General 5 Years Experience: I Qualification: Minimum/ B,A./B.Sc. Desirable: Specific Minimurn:::J:r:/:r.i Three (03) years' experience of office iiit, r'a:"" I Experience: :: :: : management, typing with 30 words per minute typing speed. Desj,r&le: Three (03) years' experience of office I ,11i: ::l management/training of computer software (M.S. Office) and typing with 40 words per minute typing i ii:i speed. I Re'sponsibility:His responsibilitiesshall include but not limited to the following tasks: .s' His job description and duties will be defined by I t' t: the ResidentEnsineer and approvedbv the Client.

I SpecialNote:

(1) For Specific Experience the ratio of weightage for marking between Minimum & I Desirableshall be 80:100respectively;

(2) The number of years of Specific Experience(minimum or desirable)for evaluation I purpose,will be countedfrom the minimum specifiedacademic qualification; the Key Personnelbearing a higher qualification in the relevant field will have Specific Experiencerequirement reducedas per following example formulae: I . ; i'.1" SpecificExperience after Bachelor:X years r, SpecificExperience after Masters:X-2 years tl:. I SpecificExperience after Ph.D.:X-4 years i,,

(3) Final selectionof the Personnelshall be madeon successfulinterview by the Client. ' I 66 I