<<

t 'teli I 6( I National Highway Authority (Procurement and Contract Administration Sectionf 28 Mauve Area, Sector G.-911, () I Phone: +92-51-90'3.2727, Fax: +92 -SL-926O419 I I I I [pi[xo"vri$rna'Ars Documents for Submission To Public Procurement Regulatory Authority

FOR

CONSULTANCY SERVICES FOR DESIGN REVIEW AND CONSTRUCTION SUPERVISION FOR DUALIZATION OF RAIITALPINDI-KAHUTA ROAD 128.4 KM) INCLUDING 4-LANE BRIDGE OVER SIHALA RAILWAY PASS, SIHALA BYPASS AND KAHUTA BYPASS

August, 2OIB t

Evaluation aualification Criteria NATToNAL tN"l4A'%fr:,' HrcHwAy AUTHoRrry Procurement& ContractAdministrqtion Section 28-Mauve go32T2T, ,-ff,|fi" Area,G-911, Islamabadrer: Fax: 926o4L9 Ref:6(a66)/DIR-IiI {P&cA)/NHA/t8 / 1 0 2ndMarch, 2018 All Prospective Consultants

Subject: Minutes of Pre-prooosal Mer

Referenee: Request for Proposal Notice for subject Seruices appeared in d.aitg neLuspa"person lVh February, 2019 pre-proposal The Minutes of Meeting for subject Services being I proposal integral part of the Request for are encl-osed herewith for necessarv I action, please. I

Enclosure:

I - Minutes of Pre-Proposal Meeting {Ol page), I Copy for kind information to: - Member (Engg. Coord.), NHA, Islamabad; - Member (Planning), NHA, Islamabad; I - General Manager (Planning), NHA, Islamabad; - I General Manager {P&CA), NHA, Islamabad. I I I I I I I

I MIN F PRE- MEETING HELD ON 23*uFebruarv. 201g I

I Pre-ProposalMeeting was held in NHA Auditoriumat 1100hours on 23'dFebruary, 20lg to discussthe Requestfor Proposal(RFP) for subjectservices. Following NHA officersand representatives I of prospectiveoonsultants attended the meeting: . NationalHighwayAuthority I GeneralManager (Planning) GeneralManager (Design) I Director(P&CA) - III DeputyDirector (P&CA) - II I r Consultants IWs EA Consulting(P\,1.) Ltd. I lWs Asif Ali & Associates lWs TurkPakInternational @vt.) Ltd. I Mis Mott MacDonald M/s EngineeringGeneral Consultants @vt.)Ltd.

I 2. The queriessubmitted during the above mentionedpre-proposal meeting and their clarifications/ repliesare summarizedbelow for informationof all prospeciive-bidders:

Sr. t No. Queries Reply ,sub-clause I Data SheetClause 1.7 at page 9 (v) added,-tates Not accededto, proceed as I that'oTheconsultant may betternot to suggestnames of Key Staff per RFP alreadyproposed in otherProposals which are being evaluated by NllA or contract(s) awardedrecently. This will affect adversery I marking of these professionalsin evaluationof Technical proposal.Their securedpoints are liableto be reducedby 50% if their namesappear in morethan I previousproposal in which they I areranked No.1. Also the existingload of work with a firm shall be consideredas one ofthe factorforthe consideredas one ofthe factorfor the considerationin the awardof the work. I This is not realisticin view of seriesof proposalsbeing invited by fl NHA and proposing separatestaff for every proposal is not {ft'!]il,,],, possiblefor almostany consultingfirm in thecountry. ts\ I )rr\'J LqOf P ooo 0 ooo

I 9onlultancy Services and ConstructionSupervision for Dualizationof Rawaloiirdi_Kahuta Road(28.4 Km) including4-Lane Bridge over Sihala Railway pJss. I I I t-u,Lr") TenderNo.6(466) b National Highway Authority

REQUESTFORPROPOSAL

ConsuLTANcySrcnvrcns FOR

CoxsuLTANCvSnnvICES FoR Dnsrcu RnvIEw AND COXSTRUCTION SUPUNVISION FOR Duar-,rzATroN oF Raw,q,LpNDr-KAHUTARoan (28,4 KM) INCLUDING4-LANE Bn uGE oVER srn,q.LeRarLwAy plss, srrrer,aByrASs ANn Kanura BypAss

(aage1 to 131)

Fnnnuany r 20lB 1 I Table of Contents I Sr. # Description PageNo. I 1. Letter of Invitation (LOI) (ii)

) I Instructions to Consultants (Annex A) 0l 3. Data Sheet (Annex B) 0B I 4. Teehnical Proposal Forms 17 I f,. Financial Proposal Forms 33 6. Appendix A (Terms of Reference) 44 I 7. Appendix B (Person-Months and Activity Schedute) 79

8. Appendix C (Client's Requirements from the 80 I Consultants)

9. Appendix D (Personnel, Equipment, Facilities, and 8l I other servicesto be provided by the Client)

10. Appendix E (Copy of Model Agreement) 82 I t I t I I I I I I I I

GOVERNMENT OF' PAIfl STAN NATIONAL HIGHWAY AUTHORITY I 28-MauveArean C=911, Post Box No. 1205, ISLAMABAI) Dated the I Ref No. I LETTER OF INVITATION To, t All consultants Gentlemen!

I We extend wafln welcome to you and invite you to participatein this project. We hope you that will live up to your reputationand provide us accurateinfonnation so ttrai tte evaluationis carried "just 911 and transparent".Pleasi understandthat the contentsof this RFp, where I applicable,shall be deemedpart of the contract agreement.An exampleto this affect can be the contents of your work plan and methodology irti.l, you shall be submitting in your Technical Proposal.Since that is the basis of the selection.theiefore, it shall becomepart of the I contract agreementsubject to approval/revisionsof the same by NHA during the negotiations. Similarly, all other servicesand the contentconhibuting to servicesshall be Jeemedpu.t of tn" contract agreementulless it is specifically mentioned for any particular item up-front in your Technical Proposal which obviously will make your Proposai a conditional proposal wheieby, I authorizing NHA to may or may not considerto evaluat" yo* Proposal.Please understzurd that if no such mention appearsup-front (i.e. on &ont page oi Technical Proposal) then it shall be deemed that the consultantis in 100% agreementto the above.You are also advised to kindly I read the RFP thoroughly as it can drastioallyaffect the price structurefor various serviceswhich may not be appearing directly in the terms of refeience. In the end, we appreciate your participation t and hope that you will feeda good proposal to merit considerationbv NHA. I I I I I GeneralManager (P&CA) Telephone:+92-5 1 -9A32727, I Fax:+92-51-926M19 E-mail: [email protected]. com, I Website:www.nha. eov.pk I tl,..i'::,ijr'rt I ATTACHMENTS

lnstructionsto Consultants(Annex A)

Data Sheet(Annex B)

TechnicalProposal Forms

FinancialProposal Forms

Appendix A (Terms of Reference)

Appendix B (Person-Monthsand Activity Schedule)

Appendix C (Client's Requirementsfrom the Consultants)

Appendix D (Personnel,Equipment, Facilities, and other servicesto be provided by the

Client).

9. Appendix E (Copy of Model Agreement) I I Annex A INSTRUCTIONS TO CONSULTANTS

1 i I. GENERAL

I 1.1 Desiring consultants are invited to submit a technical and a financial proposal fbr consulting servicesrequired for the assignmentnamed in the attachedData Sheet(Annex B)' The proposalscould form the basis-for future negotiationsand ultim ately aContract I betweenthe selectedconsultant and the client ou*"Jin the Data sheet.

t.2 A brief descriptionofthe assignmentand its objectivesare given in the Data sheet which me elaborated + in Appendix A (Terms of Reference)to this RFp. 1.3 The assignmentshall be implemented in accordancewith the phasing inclicated in the I Data Sheet' (When the assignmentincludes severalphases, continuation of services for the next phase shall be subject to satisfactoryprrro*unie of the pt*i"* prrase,as I determinedby the Client). 1.4 The client (NHA) has been entrustedth9 duty to inrylement the project as Executing Agency by GoP and-funds for the project hav* t""u approved and provided in the budget I for utilization towardsthe cost of ihe assignment,antl ihe client intends to apply part of the funds to eligible paymentsunder the Contractftrr which this LOI is issued. I 1.5 To obtain firsGhand information on the assigrunentand on the local conditions, you are encouragedto pay a visit to the Client before submitting a proposal and attend a pre- proposal confErenceif specified youi in the Data Sheet. representativeshall meet the I official named in the Data Sheet.Please ensure that the official is advised of the visit in advance to allow adequate time tbr him to make appropriate arangements. you must fully inform yourself of local conditions and take them lnto account in preparing your I proposal.

1,6 client shall prnvide the lhe inputs specified in the Data sheet, assistthe consultants in obtaining licenses and permits t needed to carry out the services, and make available relevantprdect dataand,reports.

I 1.7 It is notified that:

The cost of preparing the proposal and of negotiatingthe Contract,including visit to the client, T are not reimbursableas a directtost ofitre Assignment,and The I client is not bound to acceptany or all of the proposalssubrnitted. 1.8 An invitation to submit proposals has been sent to the firms as listed/statedin the I Sheet. Data In order to avoid conflicts of interest:

i. A firm that has been engaged I by the client to provide goods, works, or non_ consulting servigel for a project, or any of its Affiliates, shil ue ilsqualified providing from ..i I t,r consulting servicesresulting from or directly reiated to'those goods, works, or I non-consultingservices.- Conversely, a firm hired to provide consulting servicesfor the preparation or implementationof a project, o, *y of it, affliat"s, \X

I PageI of13l I

shall be disqualified from subsequentlyproviding goods or works or non- I consultingservices resulting from or directly related to the consulting servicesfor suchpreparation or implementation.;and I ii. A Consultant(including its Experts and Sub-consultants)or any of its Affiliates shall not be hired for any assignmentthat,by its nature, may be in conflict with anotherassignment of the Consultantfor the sameor for anotherClient. t

1.10 A firm may submit its proposal for the Assignmenteither as an independentConsultant or as a Member of a JV Consultantsbut participation of a firm occurring in more than I one proposal for the Assignment is not allowed. In casea firm participatesin more than one proposal, all such proposals shall be disqualified and rejected. Hower.'er this condition doesnot apply for individual SpecialistSub-consultant(s). I 2. DOCUMENTS I 2.1 To preparea proposal,please use the attachedForms/Documents listed in the Data Sheet.

2.2 Consultantsrequiring a clarification of the Documentsmust notily the Client, in writing, I not later than Fourteen (14) days before the proposal submissiondate. Any requestfor clarification in writing, or by cable, telex or tele-fax shall be sent to the Client's address indicatedin the Data Sheet. The Client shall respondby cable, telex or telefax to such I requestsand copiesofthe responseshall be sentto all invited consultants.

2.3 At any time before the submissionof proposals,the Client may, for any reason,whether I at its own initiative or in responseto a clarification requestedby an invited consulting firm, modiff the Documents by amendnrent. The amendment shall be sent in writing or by cable,telex or telefax to all invited consultingfirms and will be binding on them. The I Client may at its discretion extend the deadlinesfor the submissionof proposals.

3. PREPARATION OF PROPOSAL I

Desiring consullantswill submit a Technical and a Financial Proposal. The proposals shall be written in English language. T 3.1 Technical Proposal T 3.1.1 The TechnicalProposal should be submittedusing the format specified and shall include duly signedand stampedforms appendedwith the RFP. This is a mandatoryrequirement tor evaluationof proposalsand needsto be filled up carefully. T

The proposalsshould be bound in the hard book binding form to deny the possibility of removal or addition of page(s).All the pagesof proposalsmust be signed and stampedin t original by authorized representativeof the firmilv. All the pages must be numbered starting from first page to last. Any proposalfound not adhering to these requirements mayberejected atthetimeopening.3.l.2 In the Technical Proposal, the general I approachand methodology shall be proposedfor carrying out the servicescovered in the Term of Reference,including such detailedinformation as deernedrelevant togetherwith consultant'sappreciation of the Project from provided details and I ;:.:,1,1.,;,1. I

:..i Page2 of t3l t I I I a' A detailedoverall work programmeto be provided with timing of the assignment of eachKey Personnelor other staff memberassigned to the Project. I b. An estimateof the total number of person-monthsand Project duration required. c. Clear descrrytionof the responsibilitiesof each Key Personnelwithin the overall I work programme. d. The Curriculum Vitae of all Key Personneland an Affidavit on stamp paper duly attestedby Oath Commissionerto the effect that the proposedpersonnel 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 consultantsare advised to suggest such t namesthat shall be availablefor the Assignment. e. The Technical Proposal shall include duly filled in forms provided in this RFp: the name,background, and professionalexperience of each Key Personnelto be I assignedto the Project, with particular referenceto his exper.ienceof work of a naturesimilar to that of the proposedassignment. l f. Current commitmentsand past performanoeare the basic criteria in evaluation of Technical Proposal. Consultants are required to provide the details of present commitments/ongoingjobs as referred in the Form TECH-9 of Technical Proposal.Further, the basis for considering the past performance is the report l from Design Sectionand ConstructionV/ing of NHA.

3.1.3 While preparing the Technical Proposal, consultantsare expectedto examine all terms I and instructions included in the RFP. Failure to provide all requestedinformation shall be at consultant's risk and may result adversely in the scoring of the proposal. The proposalshould be preparedas per RFP and any suggestionor review of staff etc. should I be clearly spelt out in Form TECH-4. This will be discussedat the time of negotiation meeting as and when called. t Penalty against non-compliance with the maximum page requirement 'CHECKLIST based in the OF REQUIRED FORMS' provided in the Section of Technical ProposalForms will be one (01) scorepoint per excesspage to be deductedfrom the total I technical score. The consultantsare instructed to submit the CVs of Key personnel by truly following the format attachedat Form TECH-5. The CV's submitted on format in I deviation to that specifiedare susceptible of scoring low. 3.1.4 Durilrg preparationof the Technical Proposal, consultantsmust give particular attention T to the following: l. Consultantmay utilize the servicesof expatriateexperts but only to the extent for which the requisite expertiseis not available with any Pakistani firm. In case of t JV, the proposal should state clearly partners will be "Jointly and Severally" responsible for performance under the Contract and One (Representative) partner will be solely responsiblefor all dealings with the Client on behalf of the rV. Its I Power of Attorney on this accountis to be enclosed.The Representativepartner shall retain the responsibility for the performanceof obligations and satisiactory completion of the consultancyservices. PEC registers a foreign consulting firm I for issuing licenseto ptovide consultancyservices in Pakistan,which is basedon 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 Page3 of 131 at the time of finalizing the contractdocuments with specific responsibilitiesand I assignmentsto be looked afterby eachpartner. I 11. Subcontractingpart of the assignmentto the other consultantsis discouragedand only individual Specialist Sub-Consultants(having unique expertisewhich is not availablewith others)may be included. I 1lt. The Key Personnelproposed shall preferablybe permanentemployees of the firm unlessotherwise indicated in the Data Sheet. I iv. The estimated number of Key Personnel person-months required for the Assignment is stated in the Data Sheet. The proposal should be based on a number of Key Personnel person-monthssubstantially in accordancewith the I above number. However consultantsmay propose changesin the light of their experiencethrough particular commentson the TOR. I Proposedpersonnel should have experiencepreferably rmderconditions similar to thoseprevailing in the areaof the Assignment.The rninimum required experience of proposedKey Personnelshall be as listed in the Data Sheet. I

vl. No alternativeto Key Personnelmay be proposed,and only one curriculum vitae (CV) maybe submitted for eachposition. I

vll. If the Data Sheet specifies training as a major component of the Assignment, a detailed description of the proposed methodology, staffing, budget and T monitoring is to be provided.

3.1.5 The Technical Proposal shall not include any financial information. The Consultant's t comments,if any, on the data, servicesand facilities to be provided by the Client and indicated in the TOR slrall be included in the Technical Proposal.A Technical Proposal containing any financial information will be treated as non-responsiveresulting in to I rejecfion of the proposal.

3.2 Financial Proposal I

3.2.1 The Financial Proposalshould be submittedusing the format specified and enclosedwith this RFP. Tliis is a mandatory requirementfor evaluation of proposals and needsto be I filled up carefully. The total cost is to be mentionedin the Form FIN-7 and accordingly in Form FIN-I too. T 3.2.2 The Financial Proposal should list the costs associatedwith the Assignment. These normally cover remunerationfor staff in the field and at headquarters,ptr diem, housing, transportationfor mobilization and demobilization, services and equipment (vehicles, t office, equipment, furniture, and supplies), printing of documents, surveys, and investigations.These costs should be broken into foreign (if applicable) and local costs. The FinancialProposal should 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 I underthe relevantPEC Bye-Laws and cost of insurancesspecified in the Data Sheet.

Costsmay be expressedin currency(s) listed in the Data Sheet. I

Page4 of 131 t I

I 4. SUBMISSION OF PROPOSALS

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

4.2 In the eyent of any discrepancybetween the copies of the proposal, the or.igipal shall t govem. The original and each copy of the Technical and Financial proposais shall be prepared in indelible ink and shall be signed by the authorized representativeof the T consultant.The representative'sauthorization shall be confirmed by a written power of attorneyaccompanying the proposals.All pagesof the Technical and Financial Froposals shall be signedby the personor personssigning the proposal.

I proposal 4.3 The shall contain no interlineationsor overwriting exceptas necessaryto correct elTorsmade by the consultantsthemselves. Any such corectitlns shall be initialed bv the I personor personssigning the proposal 4.4 The completedTechnical and Financial Proposalsshall be deliveredon or before the time and date stated in the Data Sheet. The locatiernfor the submission of proposals is I indicatedin the DataSheet.

proposals 4.5 The shall be valid for the nunrberof days statedin the Data Sheetfrom the date I of its submission.During this period, consultantsshall keep availablethe Key personnel proposed for the Assignment. The Client shall make its best effort to complete I negotiationsat the location statsdin the Data Sheetwithin this period. 5. PROPOSAL EVALUATION t 5.1 Evaluation Procedure and Criteria

quality 5-1'l A cum cost basedprocedure shall be adoptedin ranking of the proposals. The t technical evaluationshall be carried out first, followed by the financial evaluition. Firms shall tre rankedusing a combinedtechnical/financial score. t 5.1.2 The evaluationcommittee will correct any computationalerrors in Financial proposals. When correctingcomputational errors, in caseof discrepancy(i) between a partiai (sub- total) amount and the total amount, or (ii) between the amounis derived by multiplying I unit price with quantity and the total price or (iii) between words and figures, the formeri will prevail. However, items describedin the Technical Proposalsbut not priced, in the Financial Proposalsshall be assumedto be included in the prices of othei activities or items I and no correctionsare made to the Financial Proposal.Io an activity or item is quantified "ur" in the Financial Proposal differently frbm the Technical proposal, the evaluationcommittee shall correct the quantification indicated in the Financial proposal T so as to make it consistentwith that indicated in the Technical proposal for further correctionby applying the unit price included in the Financial Proposalto the consistent/ 'r,,:,..,, correctedquantity. . However,the proposalsthat quotehigher than the requiredinput of ' asper this RFP will not be adjusted.Whereas I .,t' .'.. lerso}-months the proposalsquotingiesser . / 1 than the requiredinput of person-monthsas per this RFP shall be adjustedas follows. If $' .-,,. Page5 of 131 T

unit price for the subjectperson-month is available,the sameshall be applied; and if the t 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)l as provided in the Financial Proposalsshall be applied. The Reimbursable I direct cost shall not be adjustedand the sameshall be cappedfor the Assignment.

5.2 Technical Proposal I

5.2.1 The evaluationcommittee appointedby the Client shall carry out its evaluation for the project(s) as listed in Para 1.1, applying the evaluationcriteria and point systemspecified I in the Data Sheet, Each responsiveproposal shall be attributed a technical score (St). Firms scoring less than seventy (70) percent points Shall be rejected and their tjnancial proposalsreturned un-opened. I 5.3 Financial Proposal I 5.3.1 The Financial Proposalsof the three top-ranking qualifying ctxrsultingfirms on the basis of evaluation of Technical Proposals shall be opened in the presence of the representativesof these firms, who shall be invited for the occasion and who care to I attend. The Client shall inform the date, time and address for opening of Financial Proposalsas indicated in the Data Sheet.The total price and major componentsof each proposalshall be publicly announcedto the attendingrcpresentatives of the firms. t

5.3.2 The evaluationcommittee shall determine rvhetfierthe Financial Proposalsare complete and without computationalerrors; all errorsldisuepanciesand deviationsfrom respective I Technical Proposals as well as RFP sh.rll be dealt with for subsequentscoring in accordancewith procedure apd criteria gtven in Para 5.1.2 herein above, The lowest Financial Proposal (Fm) among all shall be given a financial score (Sf) of 1000 points. I The financial scoresof the prrposals shall be computedas follows:

S/: {1000x Fm)/F I (F: amount of specific Financial Proposal) I 5.3.3 Proposals,in the quality cum cost based selection shall finally be ranked according to their combinedtechnical (St) and financial (S) scoresusing the weights (T : the weight given to the Technical Proposal, P : the weight glven to the Financial Proposal; and I T+P:l) indicatedin the Data Sheet:

S = St x'f o/o+SfxP% t 6. NEGOTIATION I 6.1 Prior to the expiration of proposal validity, the Client shall noti$z the successful consultantthat submitted the highest ranking proposal in writing, by registered letter, cable telex or facsimile and invite it to negotiate the Contract. The proposed Chief I ResidentEngineer/ Resident Engineer shall alsobe invited to attendthe negotiations.

Negotiationsnormally take from two to five days.The aim is to reach agreementon all I points and initial a draft contractby the conclusionof negotiations. I

Page6 of 131 t I I 6.3 Negotiations shali commence with a discussion of consultant's Technical proposal including proposedmethodology, work plan, staffing and any suggestionswhich may I havebeen made to improve the TOR. Agreementshali 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 office, staff months,logisticsand reporting. 6.4 Changesagreed upon shall then be reflected in the Financial Proposal,using proposed unit prices (no negotiationof the person-monthrates).

T 6.5 Having selected Consultant on the basis of among other things, an evaluation of proposed Key Personnel,the Client expectsto negotiate a 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 available. The Client shall not consider substitutions of Key Personnelexcept in casesof un-expecteddelays in the starting date or T incapacityof Key Persomel for reasonsof health. Failure to assurethe availabiiity of rc31rers,9nnelor substitution (equal or better) as exceptiononly may result in rejeciion of Consultant'sproposal. t 6.6 The negotiations shall be concludedwith a review of the clraft form of the contract.The Client and the Consultant shall finalize the contrac'.fto conclude negotiations. If negotiations fail, the Client shall invite the consultanttirat received the secondhighest I score in ranking to Contract negotiations.The proce

7.1 I The Contractshall be awardedafter successfulnegotiations with the selectedConsultant and approvedby the cornpetentauthority. Upon Juccessfulcompletion of negotiations/ initialing of the draft contract,the Client shall promptly inform the other thut t their proposalshave not been selected. "orrrrrlt*t*

7.2 The selectedConsultant is expectedto commencethe Assignmenton the date and at the I location specifiedin the Data Sheet. l I I I I I

I Page7 of 131 I

Annex B I DATA SHEET I LOI Clause# I 1.1 The nameof the Assignmentis: Consultancy Services for Design Review and Construction Supervision for Dualization of -Kahuta Road (28.4 Km) including 4-Lane Bridge I over Sihala Railway Pass,Sihala Bypass and Kahuta Bypass

The nameof the Client is: I National Highway Authority (NHA) I 1.2 The descriptionand the objectivesof the assignmentare: As per TOR I 1.3 Phasingof the Assignment (if any): -Nit- I 1.5 Pre-ProposalConferences: Yes { No I Pre-proposalconference will be hekl on: j 23tdFebruaryo 20L8 at 1100Hours in NHA Auditorium, National Highway Authority, 28 Mauve Area,G-9/7, I Islamabad. Nameof the official is: t lmtraz Ahmed Khokhar (GeneralMantrger P&CA) E-mail : [email protected] t 1.6 The Clielt shall provide the following inputs: T As per TOR and Appendix D t.7 Following sub-clausesare added: I iii. The supervision of the project shall commence upon undertaking of the construction works by the contractor and shall be notified through issuanceof commencementnotice to the selected consultant by NHA. Any inordinate delay or cancellation of the I constructionwork for any reasonincluding non-availability of funds shall not entitle the consultantsto any financial or legal claims. However when the project shall commence the supervisory consultantsshall maintain the right subject to availability of proposed I Key Personnel(professional staff) basedon which the consultantwas selectedor if the delay is beyond six months then equally competentKey Personnelwith equal or higher qualification and experience shall be pre-requisite for consideration of issuance of T cofilmencementnotice by NHA. In casethe work is delayedor abandonedfor any reason whatsoever,the consultantshall not have any legal recourse. t

Page8 of 131 I I T lv. The consultant shall be responsible to have the whole construction work completed through the contractorin a professionalmanner so that all items of constructionwork are I completedfrom one end to the other including payingattentionto site clearanceof debris or any other leftover material. The trees/shrubsprone to landscapeand earth work slopes grassed in ROW. All signs of construction work dispensed with. To achieve this I objective consultantmay include the price for such incidentalor anc;rllaryservice which will lead to the final completion of the assignmentin the price quotedby the consultant who shall remain liable for making final measurementsof the Works and to issue Final t Payment Certificate of the Contractor.No separatecosts are payable as extra costs for this service.All such costs shall be included in theserates submitted by the consultantin its financial proposal. The consultant has to basically ensure that contractor has completed entke construction work as per Works Contract with particular refbrence to I site clearancebefore taking over the project on completion. The consultantsmay better not to proposenames of Key Persorurelalready proposed in l other proposalswhich are being evaluatedby NHA or contract(s)awardetl recenily. this will affect adverselymarking of thesePersonnel in evaluationof ilre technical proposal. Their se-cpredpoints are liable to be reducedby 50% if their nallres appearin more than I one previous proposalin which they are ranked No.l. Further the existing load of work with a firm shall be consideredas one of the factors for the consiclerationin the award of the contract.No CV of any alternatePersonnel shall he acceptedduring evaluation. I vi' Form TECH'4 is meant for commentson provisions contained in RFP and TOR and unlessthe observationsare noted in this particular Form, anything written elsewhereon this account including frnancial implications, if any, shall be considered of no t consequencein the evaluationprocess and arryardof the contract. vl1. Consultantsmay form a Joint Ventrne (JV) to qualiff'for the Assignmentin which case I the contract will be signed between the Client and all members of the JV on the prescribed Form included in Appendix E (copy of Model Agreement) subject to the ranking and successfulnegotiations. A JV may include at the most four members. To I promote the consultancyindustry in the country, 50 marks (out of 1000 for Evaluation) are allocatedfor Transfer of Knowledge in the form of JV with a new / less experienced firm by sharingat least20% of Assignmentwith them. t v111, The term associates,if used in the proposal or otherwiseshall not be consideredas an alternativeof JV member.Any personneloroposed for the Assignmentbut belonging to the so called associatesshall not be marked in evaluationof technical proposal like in I case of Sub-consultants(except individual Specialist Sub-consultantsha-ving unique expeftisewhich is rarely availableOR an expatriatePersonnel) who are not supposedto contributein qualification of their main consultants. t ix' Cousultant'sHead Office Support will be mandatoryduring Supervision;the firm shall be bound to provide design input required on the Site or advice on contractualmatters; the cost for the samemust be built in the financial proposal.Responsibility for the team I in field will be backedby the Consultant'sHead Office; the HeailOffice will assumefull responsibilityfor the team in field. Any key position that remains vacant for more than one month that was required to be filled for that period, a compensationequivalent to the I charge rate of that individual will be imposed. For clarification, the invoice will not include the chargerate of the missing individual and additionally, the chargerate of one month for that individual will be deductedfrom the invoice. This will be replicated for all I missing \9Y P"tsonttel.For the 2nd month, the compensationpayment will be doubled. For the 3'" month, an additional waming will be issued.If the issuepersists in the fourth month, the firm can be penalized by invoking conditions of contract and even to the .i I I extentof considerationfor blacklisting. y I Page9 of 131 I 1.8 The invited firms are: I Any firm meeting the following requirements: (a) Valid Registration Certificate of Pakistan Engineering Council with I relevant Project Profile Codes.Foreign consulting firms shall make JV in accordance with Bye-Law 6(2) and Bye-Law 9 of the Pakistan EngineeringCouncil (Conduct and Practiceof Consulting Engineers)Bye- T Laws 1986. Failure to provide valid Registration Certificate (license) of the firm (eachmember in caseof JV) by the PEC will entitle the Client to reject the proposal. I (b) Affidavit in original bearing the subjectwith project name on starnppaper duly attestedby the Oath Commissioner to the effect that the firm has t neither been blacklisted nor any contract rescinded in the past for non- fulfillment of contractualobligations (By all partncr fimrs in caseof JV). Non submission of the affidavit may be treated as disqualificatioq I resultinq in to no further evaluationof the proposal. (c) Facilities available with the consultant to perform their functions effectively (proper office premises, software, haldware, record keeping I etc.) (d) Client's satisfactioncertifieates (PerlbrmanceReports) for the last three relevant assignmentsfrom the respective Clients. Moreover any adverse I report regarding performance of consultant on NHA projects received from NHA's any relevantquarter rnay becomebasis for its disqualification from the Assignmentabove named in ciause 1.1. I (e) Person-monthsof statf and Project Duration as per TOR. 2.1 The Documentsare: I (D Letter of Invitation. (ii) Instructionsto Consultants, I (iii) Data Sheet, (iv) Technical ProposalForms, t (v) Financial ProposalForms, (vi) Appendix-A Terms of Reference(including Backgroundinformation), t (vii) Appendix-B: Person-Monthsand Activity Schedule, (viii) Appendix-C: Client's Requirementsfrom the Consultants, I (ix) Appendix-D: Personnel,Equipment, Facilities and Other Servicesto be provided by the Client, and (x) Appendix-E Copy of Model Agreement(Draft Form of Contract& t Appendicesetc.) 2.2 The addressfor seekingclarification is: T General Manager (P&CA) National Highway Authority 28 Mauve Area,G-9/1, Islamabao. T Phone: +92-51-9032727 Fax: +92-51-93260419 ..i E-rnail: [email protected] t

Page10 of 131 I 3.1.4 iii. ProposedKey Personnelshall preferablybe permanentemployees who are employed with the consultantsat leastsix monthsprior to submissionof Proposal. Yes { No iv. The minimum number of person-monthsof Key personnelis: TotalExpatriates; _ person-Months (Nof used) Total Local Experts: 119.50Person-Months v. The minimum required qualification and experienceof proposedKey Personnelis given in Appendix - A "Terms of Reference" vll. Training is a major componentof this Assignment: Yes No

3.2'3 Professionalliability, insurances(description or referenceto appropriatedocumentation): i. The consultants shall be responsible for Professional Indernnitv Bond of the T required amount at their own cost. This bond shall he in the joint name of Consultantand the Client. ii. The consultants are required to insure thcrir Ernployees and Professionals for I Hospitalization/ Medical, Travel and Accident Cover for the duration of the Contract.

iii. Other details provided in Para 3.5 of Special Conditions of Contract in Model t Agreement(Appendix E).

3.2.4 Consultantsshall quote the rates of r,;'munerationfor local personnel in pak. Rupees, I whereasonly the rates of remunerationfor expatriatepersonnel shall be quoted in US dollar currency.The paymenthowever, to the Consultantfor both the local as well as the expatriatepersonnel r+'ill be made in Pak Rupeesby converting US$ into pak. Rupeesby I applytng USD TT/ OD Selling Rate of National Bank of Pakistanon the prevailing datl (i'e. the Date of Payment) as per TT/OD Selling Rate fiom website: t http://www. forex. oom.pk/ for Inter Bank Rates. For comparisonof the Financial Proposalsof consultantsthe US dollar's component of FinancialPtoposals willbe convertedto Pak Rupeesas per following exchangerates: I The official source of the Selling (exchange)Rate is: National Bank of pakistan as per TT/OD Selling Rate fiom the website:http://www.forex.com.pk/ for Inter Bank Rates. I The dateof the exchangerate is: The dateof submissionof proposals. 4.1 The numberof copiesof the Proposalrequired is: I TtcttNtclr, PRoposar,: ONn OnrcrxAr- ANDTnnpn copIESwrrrr CD (sorr FoRM oF coMpLETE TncnNrcal pRoposAl rx pDF FoRM) rN sEALEDENvELepE I Fn.qncrar, Pnoposan: oNn onrcrnar, wrrH cD (sorr FoRM oF coMpr-rrn Frxnxcral t Pnoposnr,nq PDF As wELL ASMS wonn/ Excrr. Fonrvrs)rN sEALED ENVELOPE I J I Page11 of131 t

The addressfor writing on the proposalis: T General Manager (P&CA) National Highway Authority I 28,Mauve Area G-9/ | Islamabad Telephone: +92-51-9032727 Facsimile: +92-51-9260419 t Email: [email protected] 4.4 The date and time of proposalsubmission is: l 1130hours on 8thMarch,2018 The location for submissionof proposalis: t National Highway Authority Auditorium 2"dFloorr 2T Mauve Area, C-g/lrlslamabad I 4.5 Validityperiodoftheproposalis: 180 days The bid shall remain valid upto: I 4thSeptemberr 20lS Location for Negotiation is: I National Highway Authority Auditorium 2"d Floor, 27 MauveArea, G-gllrlslnmabad T 5.2.1 The evaluationof Technical Proposalshall be basedon following criteria: I Description/ Items Points 1. Experienceof the Firm 100 t l-a. GeneralExperience in road (E) Transporl Sector 1-b. SpeoificExperience related to (7s) I particular Assignment 2. Approach & Methodology 250 T 2'a Appreciationof the Project (7A (i). Evidence of Site Visit with (30) Photographs I (ii). Clarity of appreciation (20) (iii). Comprehensivenessofappreciation (20) 2-b'Problem Statement/Understanding (ia I of Objectives (r. Identification of Problems/ (30) I Objectives (ii). Componentsof Proposed Services (20) 2-c Methodology GA) I (t). Proposed Solutionsfor this Project (30) (ii). Quality of Methodologt (20) (iir. Conciseness,clarity and (30) I

/ Page12 of 131 T completeness of proposal 2-d Suggestedchanges for improvement in TOR GO 2-e Work Program (20) 2-f Staffing Schedule (&) 3. Key Personnel 450 4. Performance Certification from 100 clients Present Commitments (current engagementand available strength - justification)

Transfer of Knowledge * 50 (Methodology/ Plans) I Total Points: 1000 Minimum quali$ring technicalscore 700h Transfer of knowledge would be in the form of joint venture with new/ less I experienced firm(s) by sharing at least 20y' of Assignment with them for promoting the consultancyindustry in the country.

I The percentagedistribution of rveiglrtageearmarked for evaluationsub-criteria for suitability of Key Personnelare: I a, Design Review Team: Description/ Iterns Percentage Academic and Gcreral t 30% Qualifications 11. Professionalexperience related to the I Project 60% l11. Statusrvith the firm (permanent& I duration with Firm) r0% SupervisionPhase Team: I Description/ Items Percentage Academic and General Qualifications 30% t ii. Professionalexperience related to the Project 65% iii. Statuswith the firm (permanent& t durationwith Firm) s%

Form of Summary Evaluation and PersonnelEvaluation Sheetsfor Technical proposal I (QCBS) is attachedat the end of Data Sheet. 5:3.1 The words "three top-ranking qualifying consulting firms" is deleted in its entiret), and I .".:.._... replacedwith the *oidr'.q.tulifying .oo.'ult*tr',. ,i I .i .r \( . 7'.,- I Page13 of 131 The date,time and addressof the Financial Proposalopening are: T After evaluation and approval of Technical Proposals (to be informed later). I 5.3.3 The weights given to the Technicaland Financial Proposalsare: Technical: 80% Financial: 200h T

6.3 Add following at the end of this Para: The final person-months of each persorurel are subject to adjustment at the stage I of contract negotiation in line with demonstratedapproach & methodology and needbasis. I 6.5 Add following at the end of this Para: The Consultantis bound to replace all the Key Personnelproposed who scored I less than 60% marks in the PersonnelEvaluation, if the Client so requests. If the Consultantrefuses to replacesuch Key Personnel,the Client reservesthe right to reject its proposaland invite the Consultantthat receivedthe secondhighest score in ranking to Contractnegotiations. I 7.2 The Assignmentis expectedto commencein: I March,20L8

' .ji i 1l t "': I I I I I I t I I

Page14 of 131 I I 7a rr rt rr I I IT It, IT IT IT IT IT I IT

SUMMARY EVALUATION SHEET FOR TECHNICAL PROPOSAL (QCBS)

'I'irnt EVALUATION CRMERIA Mrr. I Firm 2 \ lclohf* Rednr Scilre Ratine Score I. Experience ofthe Firm 100 General Experience in road Transport Sector ?5 Specific Experiencerelated to particular Assignment 75 II. Approach 4nd Methodqlogy ts0 III. Key Pelsonnel 450 Design Review Team 120 a) Highway Design Engineer/ Team L,eader 30 b) Structurei Bridge Engineer l) c) GeotechnicalEngineer l5 d) Road Safety Engineer l5 e) Drainage Engineer t5 0 TrafTic,/PavementEnsineer 15 g) EnvironmentalSpecialist I) Construction Supervision Team 330 h) Resident Engineeri Team Leader 60 i) AssisantResident EngineeriHighwayEngineer- I & [ 2x40 j) StructureiBridges Engineer I & II 2x40 k) Road Safety Engineer 40 1) SoiV Material Engireer 40 i m) ContractL:nginecr 30 IV. Performance Certification from clients 100 V- Present Commifine4q (g4qqgnteng4gement and available strenqth - iustification) 50 VI. Transfer of Knowlejgg__l$glthqdqlegy-1ptans) 50 The Joint Venture (JV) shall be evaluateclin the sum" one unit. TOTAL 1000 Excellent- f -, til ggVo 00% Very Goort io AboveAverage - 80 to 897o Average- 7Otl_79oh BelowAverage - 1 to 69yo Non-complying - 0% Score:Maximum'WeightX rating i 100. :"rMinimumqualifying scor€ is 70'%or 700marks.

\ Page15 of 131 PERSONNEL EVALUATION SHEET Project related OVERALL Academic and General Experience Status with the Firm** RATING POSITION / AREAOF * Name Qualification Weight 60Vo for design 1001,folr design review but (Sum of EXPERTISE Weight 30o/o review but 657o for SYoifor supervision Weighted sulervision Raiines) Percentiage Weighted Percentage 1Veiglned Percentrige Weighted (Show all expertsto be evaluated) (A+B+C) Rating Ratins (A) Ratiry Rating (B) Rating Ratine (C) Design Review Team a) Highu,ay Design Engineeri Team Leader b) StructureiBridge Engineer c) GeotechnicalEngineer d) Road SafetyEngineer e) DrainageEngineer 0 Traffic/PavementEngineer I Environmental Specialist Construction Supervision Team h) ResidentEngineer/ Team l,oader i) Assistant Resident Engineeri Highway Engineer - I & [ j) Structure/Bridges Engineer I & II k) RoadSafety Engineer 1) Soilr'MaterialEngineer m) Contract Engineer

Rating: - Excellent - 100% Verygood-90-99% Above Average- 80-89% Avemge- 60-79% BelorvAverage- l-59% Non-complying - }Yo +ForEigh'.yDeilgnEng|ne€r/re'mIandef,sffturdErldgchgine€r,Roads*etyEngit€er'TtaEc/P$eorettfutteeI,Ervlronm.{tslspeclrl'rt,R€!identEngeEl/TeaD L.der,ARf(Elghw|y')'stnchfrBrfgeEng,mcr'solvM.tert'lE4laeeI,contr&ctEngl&+:M'sc.$ithadditiooa1rldutt|ai.Diru3torn'€coizo - 90yo;B.Ss. with additiold courscs./trEinirys ia Elevanr fi.ld - 80%;B.Sc. - 70%.

ForGcohchnlcr|ErgineeI'Dr'in.geDrhcer:M.sc.wi!had;i'iom'lr€l€\,"nttaini'e3aomr.{osnizedo'gn1z"|io'E-10v/o;M'sc'_90%;B.sc.withadditiondlcou@idb rcl.vaot fi€ld - 60010;B.Sc. - 50%.

Stor€ = Mtl|mum Weight X r.ting /100 ** the per Thesemarts for statuswjth firm sballapply for evaluationof proposedKey Personnelas followingproportion: _ ::. .:.. .J,' , Regular employee - l00o First time for this assignment - 09o ., \ i:: tt' \ 1':. .- .i i ll" i' ITITITITI I IT I I I a IJ';T.- - - - If il6aI I :.:-::' TECHNICAL PROPOSALFORMS I

TechnicalProposal - Forms I

{Notes to Consultarzshown in bracketstluoughout this Sectionprovide guidanceto the I Consultantto preparethe TechnicalProposal; they shouldnot appearon the Proposalsto be submitted.) Checklist of Required Forms (subparagraph3.1.3 of ITC) I

Reqlile( ({) FORM DESCRIPTION Page Limit I { TECH-I Technical Proposal SubmissionForm TECH-1 Proof of legal and ./ status eligibility I Attachment If thePrcposal is submittedby a joint TECH.I "r1"If applicable venture, attach a letter ofintent or a Attachment copy of an existing aqreement. I TECH-1 No pre-setformaVform. kr the caseof a Attachment Joint Venture, severalare required:a Powerof power of attorney for the authorized I "tl" If applicable Attomey representative of each fV mentber and a Specialpower of attomey for the representativeof the leadrnember to I representall fV- rnembers. Consultant's TECH-Z Oryanizationand As given below - E*pq4qlqe. T TECH-2A A. Consultant'sOrganization J ^t B. Consu|tant'sExperience/ Client's TECH-2B 20 Reference I TECH-3 Approach Paperon Methodology 50 proposedfor Performine the Assisnment TECH-4 Comments/ Suggestionsof Consultant [Seefootnote ]' I TECH-4A A. On the Terms of Reference Na rl Tl:CH-4B B. On the CounterpartStaff and 2 T Facilities 'IticH-s Format of Curiculum Vitae (CV) for 8 pages each CV proposedKey Personnel T TECH-6 Composition of the Team Personneland nla the Tasksto be Assignedto eachTeam Member T TECH-7 Work Plan / Activity Schedule nla

{ TECH-8 Work Plan and Time Schedulefor Key nla Personnel I TECH-9 CurrentCommitments ofthe Firm nla

Note: Failure to provide requiredattachments with Form TECH-I will entitle the Client to reject T I $t ,, , ''The I total numberof pagesfor combinedforms TECH-3 and TECH-4 should not exceed50. A pageis defined as one printed side of A,4or letter-sizepaper with font size of 10 or more. Page18 ofl3l I I t CHECKLIST OF OTHER DOCUMENTS 1. valid pEC Registrarioncertificate(s) of [subparagraph1.s(a) of Data sheet].

I 2. Affidavit in accordancewith subparagraphl.g(b) of Data sheet. 3. I Pagenumbered, signed, stamped, and duly bound proposal(paragraph 3. t . I of ITC). 4. Affidavit in accordancewith subparagraph3.1.2(d) of ITC. 5. Technical I proposal not to include any financial information (paragraph3.1.5 of ITC). I 6. Letter of Intent/ JV Agreement(Form TECH - 1). 7. Integrity Pact [subparagraph(h) of Form TECH - 1].

t ,;.',',,:i.,,,,.' ;::j ir. . i ' I I I I t

I I

T Page19 of 131 I t TBCH-1 I TncnNrcar Pnoposar,SunulssroN Fonpr I

{Location,Date} I To: lName and addressof Clientl I DearSirs: I We, the undersigned,offer to provide the consulting services lirr [Insert the Project Name] in accordancewith your Request for Proposals dated llnsert Date]. We are hereby submitting our Proposal,which includes this Technical Proposaland a Financial Proposal sealed I in a separateenvelope.

[{If the Consultantis a joint venture,insert the following: I

We are submitting our Proposalin a joint venture comirrising: {Insert a list with full name and the legal addressof eachmember, and indicate the lead mernber).We have attacheda copy ooof {insert: t our letter of intent to form a joint ventureo'or, if a JV is already formed, "of the FV agreemenf') signedby every participating member,which detailsthe likely legal structureof and the confirmation ofjoint and severableliability of the membersof the saidjoint venture.)] I IAND I {If the Consultant's Proposal includes individual Specialist Sub-consultant, insert the following: I Our Proposal includes: {Insert fulI name and country of the individual Specialist Sub- consultant)l I We lrerebydeclare that: (a) All the information and statementsmade in this Proposal are true and we accept t that any misinterpretationor misrepresentationcontained in this Proposalmay lead to our disqualification and/or may be sanctionedby the Client in compliance of Rule 19 of the Public ProcurementRules, 2004. I (b) Our Proposalshall be valid and remain binding upon us for the period of time specifiedin the Data Sheet,Clause 4.5. T (c) We haveno conflict of interestin accordancewith ITC Clause 1.9.

(d) we meet the eligibility requirementsas statedin Data Sheetclause 1.8. I

(e) Neither we, nor our JV member or any of the proposedindividual Specialist Sub- consultantprepared the TOR for this consultingassignment. I Page20 of 131 I I (0 t within the tirne limit stated in the Data sheet, clause 4.5, we undertake to negotiatea contracton the basis of the proposedKey Personnel.We acceptthat the substitutionof Key Personnelfor reasonsother thanthose statedin ITC" Clause6.5 I may lead to the terminationof Contract negotiations. I (e) Our Proposalis binding upon us and subject to any modifications resulting from the Contractnegotiations.

(h) In qompliance-(and,.if thg 4rra1d is- madq {o us, in Exsc-uJion)of contlact, we undertaketo obey the Intesrity Pact (attachedherewith duly signed ty uifroii""a representativeand stamped).

(i) I Our Head Office Supportwill be mandatoryduring Supervision;our firm shall be bound to provide design input required on the Site or advice on contractual I matters; the cost for the same has been built in our financial proposal. Responsibility for the team in field will be backedby nur Head Office; our Head t Office will assumefull responsibility for the team in deld. c) Our firm/ eachmember of our JV is not participatingin arryother proposal for this I Assignment. We underfake, if our Proposal is accepted ancl the Contract is signed, to initiate the Services relatedto the Assignmentnot later thanthe datementioned in Data Sleet 4.5 (or the date I extendedwith the written consentof Consultctntin caseof delay in procurementprocess).

We understandthat the Client is not bounr.lto acceptany or all Proposal(s)that the Client t receives. I We remain, Yours sincerely,

I Authorized Signafure{ln full and initials}: Name and Title of Signatory: Nameof Consultant(firrn's nameor JV's name): I In the capacityot: Address: I Contactinformation (phoneand e-mail): a joint {For venture, either all membersshall sign or only the lead member, in which case the I po\,verof attorneyto sign on behalf of all membersshall be attached) I I {,, I

I Page21 of 131 I I TECH-2A I CONSULTANT'S ORGANIZATION t [1. Provide here a brief description of the backgroundand organization of your Firm, and - in caseof a joint venture- of eachmernber for this Assignment. l 2. Include organizationalchart, a list of Board of Directors,and beneficial ownership2.] I T I I I I I I t t I T t - Beneficial ownershipshows all owners and major shareholdersof the company, including any person or entity who enjoys the benefit of ownership including, but not limited to power of control and influence of the business I transactions,receiving dividends or profit share. This includes direct or indirect ownership of the company (e.g. ownership by closerelatives) Page 22 of 131 I I I I TECH-28 CONSULTANT'S EXPERIENCE/ CLIENT'S REFERENCE

I Relevant Services Carried Out in the Last Ten Years (by each member in case of JV) and by Specialist Sub-consultant, if any, Which Best lllustrate Qualifications

I [1. Using the format below, provide information .on each successfully completed reference assignmentfor which your firm, either independentlyor as one of the member of Joint I Vsnture (JV), was largely contractedby indicating the shareof the firm itself in the JV. 2. Assignmentscompleted by the Consultant's individual Experts working privatc.ly or through other consulting firms or that of the Consultant's Specialist Sub-cgnsultan! cannot 6e I claimed as the relevantexperience of the Consultant,butian be clairned by the Expertsor the Specialist Sub-consultants themselvesin their CVs. The Consultant should be irepared to substantiate the claimed experience by presenting copies of relevant documents and t referencesif so requestedby the Client.l I AssignmentName: Country of Assignment: Location within Countrv: Key PersonnelProvided by Your I Firm: Nameof Client: No of other personnelprovided I by your Firm: Address: Total No of Person-Monthsof staff of vour Firm:

I Start Date (Month/Year): Completion Date Approx. Value of Services(in (Month/Year): Equivalent/ Rs.) provided by T staff of your Firm Name(s) of Member No. of Person-Monthsof Key Firm(s),in caseol'JV: PersonnelProvided by member I Firm(s),in caseof JV I Name of Senior Staff (Project Manager / Coordinator,Team Leader) involved and functions perfcrrmed: I Narrative Descriptionof Project I Description of Actual ServicesProvided by Staff of your Firm T Consultants'Name: I *'1 : :i.-. .: : ;:l :l).ii'.r.1

I Page23 of 131 I I I TECH-3 I APPROACH PAPER ON METHODOLOGY PROPOSED FOR PERFORMING THE ASSIGNMENT t [In this part of the Technical Proposal,explain understandingof the objectivesof the Assignment, approachto the services,methodology for carrying out the activities and obtaining the expected output, and the degreeof the detail of such output. You should explain your rnethodology to I completethe project within time and budget.

The approachmust be indigenousproject specific approachof Consultantand not a genericone or I copy of the TOR.

Based on the specific approach,describe Work Plan which is consistentwith inputs provided in I FormsTECH ^7 andTECH - 8.

In caseof JV, the role of each member must be clearly highlighted. Likewise role of Specialist I Sub-consultant,if any, along with necessitymust be highlighted,] I .,.'.iliir...) .' 'j l. , .:'.:., I t t I I I I T I t

Page24of131I I I TECH.4 I AandB I COMMENTS / SUGGESTIONS OF CONSULTANT t [P+ovidehere commentsand suggestionson the Terms of Referencethat'could improve the quahtyl effectivenessof the Assignment; and on requirementsfor counterpartstaff and facilities. which are provided by the Client, including: administrative support, oifi"" space, local tr:ansportatior5 I equipment, data,etc., separatelyunder Forms TECH-4A *a tBcH-4n respeciively.l

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

I J. I Etc.

B' on the Counterpart Staff and Facitities (data & servicesto be provided by the Client I as indicated in the TOR): I l. I 2.

a I l Etc.

t 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 ghanges I in position/individual inputs should be indicated and reasonedin the Technical Proposal but incorporated only in the Financial proposals (showing excess/saving, in datum Price as worked out with the person months indicated in the T RFP, which must be clearly bifurcated and marked rcd, at each place for acceptanceor otherwise by the client at its prerogative during negotiations). (i) I The Proposal may assign person-month inputs differently from ToR. Howevel, Key Personnel input totals in the Proposal should not be less than the minimum totals of person-monthsinputs mentioned in Data sheet sub- t Clause-3.1 .4 respectively. t Page25 of 131 I I (i0 The Proposal may include additional expert position/s. However, additional expert will be consideredNon Key Personnel for the purpose of proposal evaluation. I

(iii) If the Proposal drops or replacesa Key Personnelposition with a different one, the original position will receive zero score in the technical evaluation I and the new position addedin the Proposal will be consideredNon Key and will not be evaluated. I (iv) DO NOT INCLUDE EXCESS/SAVING INFORMATION rN TECHNICAL PRPOSAL. rf Technical proposal includes financial infomration, the Proposalwill be rejectedunder Clause-3.I.So1'ITC. I

Wheri the Consultantsuggests a changein scope of serv'ice^activities or output. the consultant must describe the details I in Form TECH-4A and the change should not be incomoratedin the Proposal. Enumerateeach suggestionin Form TECH-4A with incrementalcost as a separateattachment to Financial Proposal T indicating breakdown into individual remuneration and expenses for each suggestion. Forms FIN-1 to 7 should be prepared without incorporating the changes. I (i) If Financial Proposalprovicles no separateattachment about incrementalcost to a suggestion,the suggestionrvill be consideredat no additional cost to the I Client and no negotiationstbr an incrementalcost shall be done;

(ii) Do NoT TNCLUDE TNCREMENTAL COST TNFORMATTON rN TECHNICAI. PRPOSAL. If Technical proposal incrudes financial I infonnation. the Proposalwill be rejected under Clause-3.1.5of ITC. I I I I I T I I Page26of 131 I I I T I TECH-5 FORMAT OF CURRTCULUMVrrAE (cv) FoR pRoposED KEl' PERSONNELAND t SPECTALISTSIrB-CONSULTANT (IF ANr) I ProposedPosition: Name of Firm proposing the Key personnel:

I Name of Person: t Profession: Dateof Birth: t Yearswith Firm: I Nationality & CNIC Number: Membershipin ProfessionalSocieties : T (Membershipof PEC is Mandatory) DetailedTasks to be Assigned on the proiect: I t 10. Key Qualifications: {Give an outline of the person's experienceand training most pertinent to tasks on assignment. Describe degreeof responsibility held by the person on relevant previous assignmentsand give I datesand locations.Use up to one page). I 11. Education {Summarize college/universityand other specializededucation of the person, giving names of I institutions,dates attended and degreesobtained). 12. EmploymentRecord

-fStarting present t with position, list in reverseorder every employmentheld. List all positions held person by the sincegraduation, grving dates,names of employing organizafions,titG of positions held, and iocation of assignments.For experiencein lastien y*r,llro give iypes of activities T performedand client references,where appropriate). 13. Languages

I proficiency {Indicate in speaking,reading, and writing of eachlanguage: excellent, good, fair, or t, poor). a/ '':!( ^v\ I Page27 of 131 I t 14. Certification

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

(i) This CV correctly describesmy qualifications and experience; (ii) I am not a current employeeof the Executing or the ImplementingAgency; t (iiD In the absenceof medical incapacity,I will undertakethis Assignmentfor the duration and in terms of the inputs specifiedfor me in Form TECH-5 provided teammobilization takes place within the validity of this Proposal; I (iv) I was not part of the team who wrote the Terms of Referencefor this consulting services Assignment; (v) I am not currently debarred by any department/ organization/ (semi-autonomous/ I autonomous)bodies or such like institutions in pakistan; and (vi) I have been informed by the Firm that it is including my CV in the Proposalfor the {name of project and contract). I confirm that I will be availableto carry out the Assignment for I which my CV has been submitted in accordancewith the implernentationarangements and scheduleset out in the Proposal. I [If CV is signedby the Firm's authorizedRepresentative:

I, as the authorized representativeof the Firm subm:iftingthis Proposal for the {name of I project and contract), certiff that I have obtained the consentof the namedKey personnel to submit his/her CV, and that s/he will be available to carry out the Assignment in accordancewith the implementationarrangements and scheduleset out in the proposal, t and confirm his/trercompliance with paras(i) to (v) above.l

I understandthat any willful misstatementdescribed herein may lead to disqualification or I dismissal,if engaged. I

Signatureof Key Personnelor authorized Date: t Representativeof the Finn(s) DaylMonth./Year t

Full nameof authorizedRepresentative: I I {Note: copv or scanned signatures are not allowed} I I I Page28 of 131 l If IIX IJ-IJIDTI IC

TECH-6

COMPOSITION OF THE TEAM PERSONNEL AND THE TASKS TO BE ASSIGNED TO EACH TEAM MEI\{BER

l. Key Personnel(and Specialist Sub-consultant, if any)

Name of assignrnentinvolved

Other Personnel

Name Position TaskAisignment

Page29of131 TECII.T

WORK PLAN/ ACTIVITY SCIIEDULE

Ite ms of lVork/.4.ctivities Monthly Programfrom dateof commencingAssignment (in the fprm of a Bar Chart)

I 2 J 4 5 o I 8 I t0 ll t2 13 t4 15

Pacc30 of 131 I I II I I I I TI I TT - I II I- I I II I -arIIISrrrr II

TECII-8

WORK PLAN AND TIME SCHEDULE FOR KEY PERSONNEL (AND SPECIALIST SUB-CONSI'LTANT,IF ANY)

Name Position Montls (in the form of a Bar Chart) Number of Months I 2 3 4 5 6 7 8 9 l0 1l t2 13 T4 I5

Continuous: Intermittent: ActivitiesDuration

,. - - j'_. ., _. ,.:. Yoursfaithfully, n Signature (AuthorizedRepresentative) i jr:: -- I' Full Name Designation Address

Page31 ofl3l TECH.9

CURRENTCOMIUITMENTS OF THE FIRM IOF EACH MEMBER IN CASEOF Jv AND THE SPECIALIST SUB.CONSULTANT,IF A,NY]

List must be comprehensiveincluding project from clientsother than NHA as well

Expected date of Name of project Single or JV Task assignment Start date ofthe project completion

Pase32 of t31 III TIIIIIT rI II I I I I I I I I I I

FII{AI\CIAL PROPOSAL FORMS

Page33 of 131 I I FIN-1 I f,'rNaNcrnr, Pnoposn, SusMrssroNFonnn I {Location,Date} I To: and [Name addressof Client] I Dear Sirs:

We, the undersigned, offer to provide the consulting services for [Insert the I Project Name] in accordancewith your Requestfor Proposaldated [Insert Date] and our Technical Proposal. I Our attachedFinancial Proposalis for the amount of {Iniert amount in words and figures), including all Federal, Provincial and Local taxes applicable as per law of the land. {Pleasenote that all amountsshall be the samea*s in Financial ProposalForm FIN- I 7\

As indicated and reasoned in Fonn TECH-4 of our Technical Proposal, in I accordancewith Note 2 under Form TECH-4 of the RFP, a separateattachment for incrementalcost(s) is included/ not included in our Financial Proposal[if attached, strike ottt "not included" and vice versaJ I

Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract negotiations, up to expiration of the validity period of the I Proposal, i.e. before the date indicated in Clause 4.5 of the Data Sheef (or the date extendedwith the written eonsentof consultantin caseof detayin procurementprocess). I We confirm that u'e have no condition to statethat may have financial implications over and above ihe antountquoted above.

we understandyou are not bound to acceptany proposalyou receive. I We remain, I Yourssincerely,

AuthorizedSignature {In fuX andinitials}: I Name and Title of Signatory: In the capacityof: Address: I E-mail:

{For a joint vanture, either all members shall sign or only the lead mernber, in t which case the power of attomey to sign on behalf of all members shall be attached.) I d,l I Page34 of 131 I t T FIN-2 BREAKDOWN OF RATES FOR CONSULTAIICY I CONTRACT Project: Firm:

Nanre Basic I losilion Social 0verhead Sub- Fee Rate per Field R.ateper Salary Chaiges (%aedof Total (%aee Month Allow Month per Cal. (Voage of r+2) (l+2+3) of 4) for (Yoageof for Field Month 1) pro.reat 1) Work I Office (1) (2) I (3) (4) (5) (6) (7) (8)

I Notes:

Item No. 1 Basic I salary shall include actual gross salar;zbefore deduction of income rax. Payroll sheetfor eachproposed personnel shoulct be submitted at the time of negotiations. Item No. 2 Social charges shall include Client's contribution to social security, paid I vacation, averagesick leave anclother starrdardbenefits paid by the firm to the ernployee.Breakdown of proposed percentagecharges shouid be submitted and supported{see Form FIN_3}. I Item No. 3 Overhead shall include general administration cost, rent, clerical staff and businessgetting expensos,corporate tax including sales tax on services and insurances, etc. Breakdolvn of proposed pe.c"niuge charges for overhead I shouldbe.submitted and supported{see Form FIN-4i. Item No' 5 Fee shall-includg_firm'sprofit and of salary of parturersand directors not .share {if billed individually for the project) or indicatedin overheadcosts of the t firm. Item No. 7 Ntrnnally payable only in case of field work under hard and arduous conditions. I Note I The mi'imum percentageof item (l) shouldbe preferably 50%of (s). Note 2 The Consultant is to provide appointment leuer and affidavit/undertaking duly signed by each of the individuat Personnelshowing salary rates as above. Further I during executioneach invoice will also be provided showing that the Personnel have been paid their salaries as per basii rates mentionei therein; failing to which, NHA will take punitive action against the Consultant and I shall deduct the deficient amount from its monthly invoice. Moreover it will be consideredas a negativemark on the Consultani'sperformance that will be consideredfor future projects. 'fhe Note 3 I Consultantshall provide its audited financial statementsof latest three fiscal years, during negotiations,w.r.t. second paragraphundersc 6.2 (b) of T the Model Agreement(APPENDIX-E).

Full Name: l: Signature: I," Title: Page35 of 131 -t t FrN-3 I BREAKDOWN OF SOCIAL CIIARGES t Sr. No. Detailed D.escription As a Toageof Basic Salary BREAKDOWN OF OVERIIEAD COSTS

Sr. As a Toageof Basic Salary No. Detailed Description and Social Charses

Page37 of l3I A - ESTIMATED LOCAL CURRENCYSALARY/ REMUNERATION COSTS EQUIVALENT IN US DOLLARS

also to Notes under Form TECH-4

A. All Foreign Expatriates including Foreign Specialist Sub-consultant (if any)

Page38 of 1.31 FIN.5 Page2 of3

B-I ESTIMATED LOCAL CURRENCY SALARY COSTS/REMUNERATION

qlso to Notes under Form TECH-4

BJ. All rocal Key Personnerand speciaristsub-consultant (if any)

Page39of131 FIN-5 Page3 of3

B.II ESTIMATED LOCAL CURRENCY SALARY COSTS/REMUNERATION

br also to Notes under Form TECH-4

Page40 of 131 IIIIII IIITTIIT

FIN-6 DIRECTi NON-SALARY COSTS FOR DESIGN RE}TEW AND SUPER\TSION SERVICES

[R"fe, also to Notes under Form TECH-4 Total Amount iRernarks CommunicationExpenses allocable to the

Printing of Reports and Drawings for the

Reimbursementof Travel expensesof requiredKey personnelbetween actual expendituresupto Head Oftice and Site (as p"t actual) 200,000/- a maximum limit subject to approvalofProject p!ryctorfor fravel(s Cost of preparingConstruction/ Supplementary Drawings

Othersnot coveredaboveto complywithTffiT RFPrequirements*

Sub-Totalfor Direct Cost

* Any additional iterr/ cost auotedageilst this line it€rD must b€ supportedby solid./ ju-stificationc) submissio!Form 'cornmeots tqrable detsil€d in Tecbnicalproposal A-4 oi ron" *iao,,tinai""iiogar""iii viiuetlerein. rrre negirti"tion *rrriitt"" thiscost on thebasis ofjustification plovid€d oithe clientmay negotiare ln *re ronne-i wlttrue prospectivesuc,cessru biddet in thetight of clauseITc 6.6ofRFp. Mor€over,if trojustiftc€lion is given or.client do€s not agree ro thejurdfidt""", d* totalcost A;;#il$r*;;filil;";irclude thiscost i! rhe offslrdby the consultants fo! thissssigmn€4 ddiculady ; *.s" -y uro*t uguiostthis oth€rpay items. lineitem is de€medto haveb€€f, cov€red itr

Page41 ofl3l FIN.7 I

SUMMARY OF COST OF CONSULTAIIT FORDESIGN REVIEW AND SUPERYISION SERVICES I

also to Notes under Form TECH-4 Sr. t Description No. Amount (Pak.Rs.) Amount (US $) t I SalaryCost - Not Applicable -

1 Direct Cost - Not Applicable - I 3. Sub Total: - Not Applic.able- I SalesTax @ 16% on item 3 abovewhich shall be 4. kept as Provisional Sum - Not Applicable - I in the Contract Agreement

5. Contingencies - Not Applicable - I Grand Total: - Not Applicable - I

Note: 1- The dues and salariesof staff are payable by the Consultant in time and not later than 10fr of the following month positively. In case of failure to do so I client shall intervene and pay these dues and salaries of the concemed Personneland recover fiom the invoice of the Consultant at actual charges paid plus ro/oof the amount. This will also be accounted for adversely in I making assessmentof the Consultant in the next evaluation process for selectionof consultantswith report of such defaults. I 2- The grand total is inclusive of all the applicableFederal, Provincial and Local taxes. All these taxes (except the sales Tax) are required to be built in the quoted ratesand not be mentionedseparately. I

a J- Atty Omission or arithmetical error made by the Consultantsin entering the amount against item 4 above shall also be rectified during evaluation of the t Financial Proposal.

4- consultant's Head office support will be mandatory during supervision; the I firm shall be bound to provide design input required on the site or advice on contractual matters; the cost for the same is built in the financial proposal. Responsibility for the team in field will be backed by the Consultant's Head I office; the Head office will assumefulIresponsibility for the team in field. 5- Any key position that remains vacant for more than one monttr that was t required to be filled for that period, a compensationequivalent to the charge rate of that individual will be imposed. For clarification, the invoice will not include the chargerate of the missing individual and additionally, the charge I rate of one month for that individual will be deductedfrom the invoice. This Page42 of 131 I t will be replicated for all missing key personnel. For the 2"d month" the compensationpayment will be doubled. For the 3.d month, an additional waming will be issued.If the issue persistsin the fourth month, the firm can penalized be by invoking conditions of contract and even to the extent of considerationfor blacklisting.

:. V:

Page43 of l3l APPENDIX. A

TERMS OFREFERENCE (Including Descriptionof Services) ll ll ll Major Contents tl - Background TI - ProjectObjectives - Scopeof Servicesand ExpectedDeliverables - ll Team composition and eualification Requirementof Key personneland Specialist ll Sub-consultant. il ,' ,i . ll tl ;l ;t 1l ;l 1l tl tr tr lr .l Page45 of 131

:; I

I A. BACKGROUND I 1. The Rawalpindi - Kahuta road section has been taken up for dualization on the I t Directives of the Prime Minister Pakistan.The Rawalpindi - Kahuta road is presently a two lane road which starts from G.T road (N-5) interchange near Sowan and passes through I Kahuta city traversing further towards Azad Jammu & Kashmir (Rawalakot, palandri and t Kotli). The Rawalpindi - Kahuta road is the shortest route for the traffic coming from Rawalakot,Kotli to Islamabadi Rawalpindi and vice versa.The PunjabHighway Department I (Communication & Works) administratively controls and maintains the Rawalpindi - Kahuta T road. The existing Rawalpindi - Kahuta road traversesthrough various populated towns i.e. I Humak, Sihala, Miana Thub, Are Syedan,Nathot and Kahuta city. In Sihala, the rnajor I constrainton the subjectroad sectionis a railway crossing,where traffrc remainschokecl and jammed for hours and local populationfaces immense difficulty. Besidesthat. this route also I bearsheavy traffic due to oil cargo vehicles from G.T road (N-5) Humak road junction to I Sihala.There is another impediment near Kahuta, where steep slope and poor geometry is encountered,which is problematic for heavy loaded vehicles. To dec,reasesubstantial I transportationcost particularly for heavy traffic, transport agricultural procluctswell in time I at their destination,provide relief to troubled population of Sihala anclothers in the vicinity I dueto railway crossingand poor road condition, dualization of this road is utmost necessitv. I

2. The National Highway Authority (NHA) u,ill be the Executing Agency and the I Project Implementation Unit (Pru) under [NHA) will tre the ImplementationAgency which I ':GM': will be establishedwith the GeneralManager (Employer's representative)as the head. I NHA requires the servicesof Design Review and Construction Supervision Consultants to carry out design review, constructionsupen'ision & contract administration,implementation I and monitoring of Environmental ManagernentPlans where required. In undertaking the I designreview of the project, the Consultantsis to take into accountthe procurement of the I project'scivil Works which will be proceeding in parallel with this Consultants' selection I process,with the objective that the Consultants'and the civil Works contract(s)can be signed at the same time. Accorclingly, the Consultants' review of the designs must reflect the I possiblecontractual impacts arising from recommendingsubstantial changes to the designs, t for contractsthat would have alreadybeen procured. Where in the Consultants'opinion such I changesare essential,its recommendationsto the Client must reflect the possible risks in I terms of contractual claims, delays, or other impacts. Detail of scope of work is given in upcomingarticles. I I 3. BRIEF DESCRIPTION Of ROAD PROJECT t The scope of project is the dualization, rehabilitation and improvement of existing - I Rawalpindi Kahuta road. The project road starts just before Kaak-Pul Interchange on and terminates on Azad Pattan road near Tehsil court including I I Bypasses.Length of the Project road is 28.4 Km including Bypassesat Sihala, Are Syedan and Kahuta. Existing road width varies between (6m-8m). The existing road will be T converted to four lane configuration with the provision of two lanes each side bv A I /t Page46 of131 .'., // t I , / tu-i- ---' I I ",, T tl lt improvement in existing geometry (where required) as per NHA Standards.The project also includes improvement in geometry of 0l no existing interchange(loops and ramps requiring lt improvement),i.e. Kaak-Pul Interchangeon IslamabadExpressway. 4' The consultancy serviceswould be required for a period of Thirtv Two (32) months including tl twelve (12) months Defects Notification Period and two (02) months for finalizing bills of the Contractor(s). Total input of 119.50 Persons-Months of Key personneland 910 personnel tl Person-Months of Non-Key would be required for the Assignment. 5' The Consultants will perform the duties of The Engineer specified in the FIDIC conditions ll of contract (for Works) and The Engineer may be replaced by the Client as per FIDIC conditions of contract. The Consultantswill be required to nominate a Resident Engineer and Assistant Resident Engineer(s) for the conhact(s) that will he a full-time resident IT in the areasor located in the proximity of project areas.In addition to the primary role, the Consultants will assist the Employer in the efficient administration and implementation of the sub-projects,support and strengthenit in its tasks, monitor progress, ll financial management, social and environmentalsafeguards and genclernrainstreaming in the project. The Consultants will report to the GeneralManager (GM) appointedby NHA. The Consultants tl will work under the overall guidance,coordination and directionsof the GM. tl B. OBJECTTVE 6. The overall objectivesof theseTerms of Refbrenceare to:

(i) Ensure ll that the detailed cngineering design is reviewed, and updated if required, in accordancewith the specified parameters/ standardsand best ;l internationalpractices prior to implementationof works contracts; (ii) Ensure that high quality construction is achieved in time within budget and ;l that all work is carried out in fulI compliancewith the approvedengineering designs,teclurical specifications,agreed work schedule,and within the terms and conditions of all other contract documents and sound engineering 1l practices; (iii) Demonstrate the efficacy of contract administration and by 1l independentexternal agencies;

(i") Monitor and evaluatethe implementationof environmentalmanagement plan, tr resettlemdntplan and other social safeguard measuresto be taken bv the Contractor and Employer; and lr (v) Promote technology transfer and the of modem Contracr lr Administration practiceswithin NHA. tr Page47 of 131 :l I

I C. scoPE oF CON$ULTANCY SERVICES t I 7. General Duties and Responsibilities of the Consultants. T (i) The Consultantswill carry out a critical review of the detailed engineering I design prior to the commencement of Works to identify anomalies or T omissions that constitute inconsistency in the design and completenessof Works. This design review should be completed in one and a half (1.50) I months' time and the designreview report will be submittedwithin thirty (30) t days. The design report should clearly indicate if any section of the road ! requires adjustmentin the horizontal and vertical alignment, changesto the I structures.On completion of the review, the Consultantswill preparea report, setting out all findings and recommendationsfor correcting any clefects or T omissionsidentified. Notwithstanding these,the Consultantsrvill immediately t inform the Employer of any defect or omission that may have a substantial I impact on the Project at the time the defect or omissionis uncovered. I (ii) Civil Works will be carried out basedon the FIDIC Conditions of Contract for I Construction.The Consultantswill administer the Work's contract(s), make engineeringdecisions, be responsiblefor quality assurance,provide general I guidance and furnish timely responsesfo the Contractor(s) in all matters I relating to the Works, and ensurethat all clausesof the contract agreement I betweenthe Works Contractor(s)and PIU are adheredto and respected.

I (iii) The Consultantswill advise PIU on all matters relating to the efficient and I successfulexecution of the Works contract(s), and will act at all times to I protectthe interestsof the project and will take all reasonablesteps to keep the construction costs to a minimum, consistent with sound economic and I engineering practices; and will prepare a "Contract Administration and t ConstmctiorrSupervision Manual" outlining routines and standardoperating I procedures to be applied in contract administration and construction I supervision,based on sound intemationally recognizedpractice. T I 8. Design Review: The Clonsultantswill review and validate on ground, the detailed EngineeringDesign I including I the Design Reports, Design calculation and Design Drawings. ftg I Any shortcoming/ deficiency in the I Detailed Design is required to be identified which shall be incorporated in the ConstructionDrawings by the supervisoryConsultants after due consultationwith the I original designconsultant under intimation to the Client. I I I Page4E of 131 I I I I I I I The design t consultant shall provide all the Design Documents/ Drawings/ I Deliverables alongwith supporting calculations to the Design Review Consultants. The Design Review Consultants shall review the Design Items / Deliverables as I mentioned in Tdtms Of Reference for Detailed Design as well as within this I document and .,fnitial shall report his review submission in the form of Design Review Report" I directly to the design consultant with a copy to the Client. subsequently, t the Design Review Consultantswill have a meeting with the design consultant to discuss the review comments. In the end, the Design Review I Consultants o'Final shall preparea Design Review Report" in which it shall mention the I comments which are incorporated along with comments which are not I incorporated with justification of the design consultant.@ I Desi8n and DesiPn Review consultants) shall share equal design respollsibilify.

The scope I of servicesof the Design Review Consultantshall incluclebut not limited to the following tasks:

I I Design Review Consultantswill review and ensurethat the design meets all the standards and parametersspecified in the ToR of Detailed Design, NHA TI Specifications & B est Internationalpractices. 11. Design Review consultants will perfom on ground validation of survey by random I checking of already establishecltraverse and control points by design T consultant. If any ambiguity is obsened, it will be correctedin consultation with design consultant and pr-oper intimation shall be made to client. I I Provision of survey Monuments/ Bench Marks shall also be verified. 111. The Geometric design (horizontal and vertical alignment) prepared by the design I consultant .sJrouldconform to AASHTO standards (A policy on I geometric designof highways and streets,latest edition) and asper the ToR of Detailed I DesiEr- Design Review Consultantswill review the geometricdesigr I asper prescribedstandards. iv. The traffic count, traffic projections and computationof ESALS.s based on damaging I factors will be validated/ reviewed,by Design Review consultants I and Pavement design calculations shall be confirmed. The Design Review Consultants I shall review and ensurethat pavementis most efficient and cost effective; design t has been carried on the basis of traffic studiesconducted by the design consultant,characteristics of the proposedpavement materials, the T calculatedloading (ESALs) and proposed t designlife. v. The Consultantsshall review the Soil and Material lnvestigation undertaken by thg design consultant with proper ground validation along the alignment and lr suggestadditional testing, if required. The Design Review consultants shall submit its findings in the Design Review Report. euarry sites / borrow pits suggested ll by design consultantwill also be validated by Design Review I Consultants. I Page49 of 131 I I I I t v1. Design Review consultants will carry out review of structure design i.e. I bridges / flyovers, culverts, underpassesand other structuresas per standard codesof AASHTO (LRFD). The Design Review Consultantsshall review and I I ensure that the design parameters, calculations, locations and layout of hydraulic and other strucfures are on the basis of hydrology report, geo- I technical investigations, soil analysis, drainage pattern and Site conditions; I ensuringthat safe and cost-effectiveDesign is adopted. t vll. Design Review Consultantswill review and ensurethat the designof road side I drainage and cross-drnnagestructures have been carried out as per the Site I requirements and flow patterns / calculation of surface runoff. I vru. Design Review Consultantswill review and ensurethat the design.layout and requirement of retaining walls, breast walls, other retaining structures and I slope stability/ slide control measures are as per the geo-technical I requirementsand Site conditions. t lx. Design Review Consultantswill review and ensurethat the requirementsfor t u-turns, underpasses,overhead bridges, exit/ entry, service lanes, etc. have I beenadequately addressed in the Design. X. Design Review consultants will review hydrology report as preparedby the I original design consultant based on rainfall data and flood record including I surfacerunoff and drainage characteristicsof the area.The dischargeagainst I individual drainagestructures rvill be,checked. Stability of road embankment againsterosion will also be checkedand to check that proper protection works t have been provided as p.lr site need basis both for structure as well as T embankmentprotection. The Design Review consultants will review and I ensurethat a cost-ef'fectiveembankment height has been adoptedthroughout I the alignment based on required capacity of soil, depth of water table and, I drainagepattem of the surroundingarea. xi. Design Revierv vetting Consultantswill revied vet on fast track the complete I tenderdocnments comprising all the volumesi.e. Bidding Documents,General I specifications,Particular specifications,special provisions, Tender Drawings, I Engineer Estimate etc. issued to contractor(s) at tender stage. Any data I pcrtaining to Design shall be taken from design consultant with proper intimation to the Client. I I Design Review consultants shall carryout the Highway safety Audit as per intemational standardsafter a detailed Site visit. Consultantswill ensurethat I all safety measuresare taken without any compromise in the design and I recommend improvement/ missing safety measures,if any. Verify that all necessarykaffic signs, pavement markings and pavement studs have been I provided .in the Design as per the requirements. Check that whether the I proposed work zone safety requirements are in accordancewith the best I t internationalpractices. Page50 of 131 I I I I I II

Ilr ll - rI xiii' Based T on the findingsof EIA, DesignReview Consultants will ensurethat the ' bidding documents II include specific provisionsto minimize disruptions/ damageto the environment t t andlocalsettlements during construction. Design Review Consultants I will revied vet EnvironmentManagement plan to addressimplementation and I I monitoringof parameterslisted in the EIA Report ? I duringconstruction and operation. I xiv. In addition to those t I mentioned above,the other items / deliverablesmentioned I I in the DetailedDesign TOR shall alsobe reviewed/vetted. Derverables t t The list of documentsto be submitted by the Consultantsfor Design Revierv Stage L hereunder: are I I I lr Initial Design Review Report 05 Hard Copies+ 0l Sotl Copy fr Final Design Review Report 05 Hard Copies-i 0l Soft Copy g. I I contractAdministration & constructionsupervision:

The scope of construction f I supervision and contra.ctadministration services of the r Consultants I shall include but will not be limited to rhefollowing tasks: r I 1) prepare the Pre-Construction meeting agenda, and conduct the pre- I f constructionmeeting, record and distribute the minutes; D appointvariousmeurbers f I of the Engineer's construction supervision team as I the Engineer's I Assistants (Resident Engineer/ Assistant Resident Engineers, Material Engineers, - I Inspectors, etc.) and notify the Contractor and the f Employer,and tpprove the Contractor'sRepresentative; I 3) verifo whether the PerformanceSecurity complies . I with the form provided in t I the Clontract,whether tr - it is in the correct amount and currencies,and notify the I Employer accordingly; q - I atlvisethe Employer whether to acceptthe Performance ll - Security; I 5) if the -aa"isitri"Contractor does not submit the PerformanceSecurity on time,"^1':Y:. ^rY:"notify and E*proveibf*ii upfiop.iat";;;i;;;i;-iA;iil;i" f I- 6) requestthe | Contractor to increasethe amount of the performance Security if the Contract Price - I increases and monitor the validity of the performance I f Securityuntil the issueof the PerformanceCertificate. I 7) verify whether the I bank guarantee for advance payment is in the form specified under the Contract I f and in the amount and currenciesstated in the a particular Conditionsof the Contract:

,l :'::,'-".,: Page51 of 131 I ,4 r/* l! :l F I 8) verify whether the bank guarantee for advance payn,ent conforms to the I ! contract requirements and that the guarantee is valid until the entire advance payment is recoveredfrom the Contractor's certificates; I e) interpret the specific provisions of the contract related to the Employer's F prcgran, obligation to give possessionof the site, and the contractor's work assessthe contractualconsequences ofany specific land acquisition issue and I r advisethe Employer on the appropriatemitigation measures; il 10) obtain the Parties' confirmation that all conditions in relevant clause of the I Conditions of Contractpertaining to possessionof Site are fulfilled; lr 11) issueinstruction to the Contractorto commencethe Works; l I 12) verifu whether the form and substanceof the evidence of the Contractor's insurancesis satisfactory,whether insurancepremiums have been paid and the I I required insurancesare effective on the datesrequired by the Contract; 13) verify that the terms of the Contractor's insurancepolicies f'ully comply with t It the requirementsof the contract; t4) monitor whether the Contractor maintains adecprateinsurance in the course of I performanceof the contract,particularly if the Contractor provides insurances I for a fixed period which is shorter than the period required under the contract; I 1s) advisethe Employer on the appropriateaction and contractualremedies in case I that the Contractor does not pe'rform its insurance obligations in accordance I with contract; I 16) without relieving the Contrerctorsof their obligations under the contract, review and approve the trlrtfic management and safety plan, and ensure I compliancesuch that the Works are carried out at all times in a safe and secure I mannerand damageor injury to personsor property is avoided; I 17) obtain the bench marks and other information from the NHA Design section I as required fbr commencementof constructionactivities; I 18) ensurethat the Contractorshave all necessarydata for setting out and check I ihe Contractors' setting out including staking the right-of-way limits, I centerline, and grade and confirm permanent monuments in the construction area; I le) ensure that all land and all rights-of-way required for the Project and all I Project facilities are rnade available to the Works Contractor in accordance t with the schedule agreed under the related works contract and all land I acquisition and resettlementactivities are implementedin compliancewith (a) all applicablelaws and regulationsin Pakistanrelating to land acquisition and I involuntary resettlement;(b) the Involuntary ResettlementSafeguards; and (c) I all measures and requirements set forth in the LARP, and any corrective or preventativeactions plan set forth in a SafeguardsMonitoring Report; I

/i t Page52 of 131 //, I -rU*- - -' I I I T tI 20) carry out the following duties related to environmental management with particular reference to the technical requirements of sound environmental Ir standards on the basis of the Environmental Assessment and Review Framework (EARF), the Initial Environmental Examinations (IEEs), and the Environmental Management Plans during construction: (i) review and endorse ll site specific Environmental Management plans (EMps) for the projects sections, prepared by the contractors; (ii) ensure that all the environmental ll mitigation measures required to be implemented are incorporated into the contractdocuments; (iii) ensurethat the Contractorscomply with the measures and requirements relevant to the Contractors set forth in each IEE and EMp, tt and any corrective or preventative actions set out in Environment Monitoring Reports;(iv) conduct environmentalmonitoring and ensurethat the day-to-day construction activities are carried out in an environmentally sound and IT sustainable manner; (v) prepare and submit semi-arurual environmental oEnvirorunental monitoring reports on the implementationof the management TT Plan (EMP) to PIU within 14 days aftera completionof tlie monitoring period; 2r) with respectto the prevention of HIV/AIDs and Humari Trafficking, monitor that the Contractorscomply and carry out required actions as provided in the tt respective contract documents, such as awarenessand education of laborers and workers;

It 22) ensurethat the Contractorsdo not involr.e child labor for the executionof the Works contractsin accordancewith the provisionsof the contract agreement; It 23) without relieving the Contractorsof their obligationsunder the contract,check and approve the contractors' working Drawings, Method statements and I TemporaryWorks proposals; program I 24) review the contractor's work and notify the contractor if the I programdoes not comply with the conhact; 25) monitor the progressagainst the Work Programand the cashflow estimateand I requestrevisions, if required; 26) report in the Consultants' Monthly Report the work progress against the Contractor'sWork Program and the cashflow estimate:

I verify whether the progress charts the Contractor's Monthly Progress Report reflect the actual progress and correspond to the latest revision of the I work Program and the cash flow estimate, and instruct the contractor to correctthe report, ifrequired; I 28) if required, determinethe Conhactor's entitlementsto time extensionson the basisof the Contractor'sWork Program; 2e) determine t the Employer's entitlement to Delay Damageson the basis of the Work Programand advise the Employer of the relevant contractualrsmedies if I the Contractor'sprogress is behind schedule: Page53 of131 I I I

I 30) verify the Contractor's Monthly ProgressReports and notify the Contractorof I any incorrect or inconsistentinformation; I 31) conduct regular weekly site meetingsand monthly progressreview meetings, I record and distribute the minutes; I 32) perform quantity take-offs from drawingsto verify Boe quantities; I 33) issue regular notices to the Contractors of intended field measurements, measurethe works, compute the quantities for payment, and determine the I I amountsdue to the Contractorwithin the period specifiedin the contract; 34) caffy out any subsequent design changes, and expeditiously issue I supplementary drawings, site instructions, vaiation orders ood day 1ypfl1 t ordersto avoid delay to the works and to ensurethat the works are executedin I accordancewith contract; I 3s) establishand maintain throughoutthe Works contracts a structuredsystem of measurementrecords, supportingdocuments and calculationsfor the payment I of all BOQ items, that is transparentfor auditing purposes; T

36) provide all necessary assistanceto the Employer and extemal auditors for I conducting regular quarterly audits of the measurementrecords, supporting I documentsand calculationsfor the paymentof all BOe items; I 37) verify the sources of indices ol prices fbr price adjustment, determine a I provisional value of an indexlreferenc-eprice until it is published, but, if the index is not published in certain period(s), apply the last available published I value; I I 38) establishwith the Clontractora standardformat for the Contractor's Statement andthe Interim PaymentCertificates; t 3e) issue the interim certificates to PIU for payment to the Contractors in I accordancewith the Conditions of Conkact, having regard to any contractual I provisions tbr advance payment, variation of price, and exchange rate I flucttiation etc. Certify the completionof the ActivitiesAVorks or parts thereof andprocess final paymentsto the Contractors; I I 40) prepare and maintain the Estimates of cost of works to completion continuously, update the Estimates after each variation instruction or a t Variation Order issue and after eachIPC, and presentthe latest Estimatein the I Consultants'Monthly ProgressReports; I 41) initiate and process variations promptly, when it necessarv for the t constructionof the Works: 42) requestthe Contractor's technical andcost proposal, as required, consult both I I partiesin all mattersin connectionto variation work: 43) value variations, obtain the Employer's approval of any variation, issue t t variations under the contract, keep record of all variations issued under the ,/\ Paee54 of 131 /// I / t/ I -- " \'i/ vUr- I t t l- I- ll l- I I,I I I r contractand report the summary I of the variationsin the Consultants,Monthly ProgressReports; I f 44) dischargefully T t the Engineer'sobligations with respectto approvalof materials and workmanship, approval I r and auditing of the Contractor's euality AssuranceSystem and the QA Personneland the compliancetesting by the t I- Engineer; | 45) inspectquarries I I and borrow pits, and crushingplants, and order tests of ' materialsand I ensureadherence to specifications,and approvethe sourcesof materials; III r r r 46) without relieving t- the Contractors of their obligations under the contract, monitor I the Contractors' laboratory testing, evaluate the portland cement concrete and bituminous mixture designs prepared t I- by the Contractors, and recommend improvements (if f any) to ensure the desired perfonnance, and accord approval thereof; I f I f 4D carry out independent testing in the field andlor in the laboratory of the "Engineer/Project Manager" I f , and approve or disapprove ancl certify the works that conform I f with the specificationsand maintain pennanentrecords of results l- 48)of all the testsmade: t t ffi;:ff;:fJlH:Ti,::ff;.,ffi."1."ii1"i;;i.J"1T?".il:#::: provided under the contract. trf required, f I order suspension of the Work(s) f and/orrecommend to I PIU other rectiurseavailable under the contract; 49) when the Works are contpletetlin accordance r I with the contract, issuea Taking f Over Certificate to the Contractor(s); I 50) undertakean inspection of the r Works at the completion of the respectiveroad I I sections,and certify II - the Contractor(s)'final accounts; I 51) obtain the Employer's specific approval before taking any action for dercrnilnation of extension of time, additional costs f I- and the Contractor,s | claims ftrr additional time or costs, for all events for which the Employer,s expressapproval _ I is required underthe Conditionsof Contract; I 52) assessobjectively the Contractor's I claims and give professionaland objective adviseto the Employer, consult both parties t before determining an extension of time: f I I 53) determineContractor's claims on the basisof the Contractor,s Work program, the impact of the delay(s) event on the path f I- Critical and the particulars submitted by the contractor, and not to act as the contractor's advisor in this t matter; r I 54) preparestandard Daily Diary forms and ensure that I all supervisionstaff ntaindaily diariesof Contractor'sand its own activities; ] I r-rr T-. ./1/; Page55of131 I T I 55) assessminimum constructionequipment, plant and machinery requirements, by type and specification,and monitor, keep and regularly updatea list of the Contractors' equipment, plant and machinery in order to keep a check on the I I Contractors'mobilization.Inspect and evaluatethe Contractor'sestablishments including in particular the laboratory facilities to ensure compliancewith the I terms and conditions of the contract; I 56) maintain an Events Log startingat beginning of contract;

I 57) assistthe parties establishDispute Board, if required under the Conditions of t Contract, provide all necessaryinformation to DB members and attempt to facilitate amicable settlementof the dispute between the Employer and the I I Contractor;

58) establish and maintain an effective documents managementsysiem in the I Engineer's officeowhich provides for separutefiling of incoming andoutgoing I correspondenceand documents,as well as the filing by strbjectmatter; t 59) carry out detailed inspectionsof the Works during the Defects Notification I Period and prepare detailed inspection and recommendationreports for the T Employer after eachinspection; l 60) ensure that the Contractor(s)provide a sat'e workplace for their workforce, supervisorypersorurel and for membersof the public requiring accessthrough I the Sitesin full conformity with Health and Safety regulations; I

61) ensurethat the Contractor(s)cornplv t'ully with contractualobligations relating I to care of the environment (both specified and legislated) and provide all I reports and obtain all permits and permissions required in relation to spoil I areas,borrow areasqualTies ard the like; I 62) keep and maintain daily recordsof labor, equipment and weatherconditions on the Site along with recordsof activity, progressand other eventshappening on t the Site and having relevanceto the Works; I 63) ensure the receipt of and maintain as permanent records of all warranties t requireclunder terms and conditions of the contract for materials including I their sourceand equipmentaccepted and incorporatedin the project; I 64) advise PIU on need for effective liaison with local authorities, poliee, I landowners,utility owners, complainants,the public and other organizations I affected by the Works in order to minimize or avoid unnecessarydelays or disputes; I t 65) maintain consolidatedproject accountsand assistNHA for settlementof Audit Para's and objectionsraised, prepare replies relatedto project, and provide the I entire relevant documents/papers/lettersetc. to support the replies-until 1 year I after completion of Works. The costto be incurred may be built in the rates; 66) develop t I training programs for NHA staff and develop on the job training on Page56 of 131 I I "rL I I tI II innovative constructionmethods, project managementand value engineering; prepare 67) revised PC-l for the project including economic analysis and T Environmental rmpact Assessment(EIA) on performa of pc-l prescribedby I PlanningCommission; 68) provide I any other specialist servicesrequested by PIU under conditions to be t mutually agreed; 6e) ensrre I that the construction methods as proposed by the contractor for carrying out the Works are satisfactory,inspection of Contractor'sconstruction I equipment;and safety of the works, property, personnel, and general public; I the scheduleof mitigation measuresfor adverseenvironmental impacts; apd 70) For I any laps in quality, quantity, or frnancial irregularity related to the TI performanceof the Services,the consultants will indemnifv flre Client. II D. Staffing 10. 119.50 Persons-Months of Key Personnel and 910 Person-Months of Non-Key Personnel I for design review and constructionsupervision Consultants are required to I review the designs and assist in construction sr4rervision/contract administration, financial management, safeguard compliance and implementation of the above mentionedproject. I I The ConsultancySen'ices would be required for a periodof 32 (18+02+12) months including 12 months defects notification period, and two (02) months for finalizing bills of Conkactor(s). There will be two ..site supervision teams", I I for the two contract packages.The staffs for each package are expectedto mobilize on the date of actual c(lfirmencementof Works by the Contractor(s). Construction I SupervisionTeam Leader of the Consultantsis expectedto be full time t during constructionand be mobilized to the Project Site at least thirty (30) days in advanceof the commencementof the Works in order to assist pIU with activities I I leading up to mobilization of the Conkactor(s). Procurementof Consulting Services will be based on Quality and Cost-BasedSelection (QCBS) method following pEC Guidelineson the Use of Consultantsand as per Procurementof Consulting Service tl Regulations2010 as notified by PPRA. The tentativeteam composition is asbelow: !l 11. Key nnd Non-Key Personnel Sr. Monthly Total No Experts No. Months Total Rate ll (Rs.) (Rs.) I. Design Review Stage A. Key Personnel lr Highway Design Engineer/Team t Leader I l.50 1.50 Structure/ Bridge 2. Engineer 1 0.75 0.75 ll Geotechnical J. Engineer I 0.50 0.50 Il Page57 of 131 t l t I Sr. Monthly Experts Total No No. Months Total Rate (Rs.) (Rs.) I I +. Road Safety Engineer 0.50 0.50 5. Drainage Engineer 1 0.75 0.75 I 6. T ruffre/ Pavement Engineer 0.75 0.75 I 7. Environmental Specialist 1 0.75 0.75 I Sub-Total: 7 5.s0 t II. Construction Supervision Stage B. Key Personnel I t I I ResidentEngineerlTeam Leader 1 1+18+2 2l 2. AssistantResident Engineer/ 2 t8 36 I HighwayEngineers-I&II T - 'tA Structure/Bridge Engineers t & il z l2 4. Road SafetyEngineer I I 12 12 I 5. SoiV Material Engineer I l8 18 6. Contract Engineer I J J I Sub-Total: I lt4 I C. Non-Key Personnel I I Proiect Coordinator I l8 18 I 2. Quantity Surveyor 18+2 20 I 3. Chief Surveyor I 18 18 ! A ri. AssistantQuantity Surveyors-I& ll 2 t2 24 I 5. Site Inspectors(Highwai,s) 4 18 72 I 6. SiteInspectors (Structures) 4 1B 72 .| I Material Inspectors 4 t8 72 8. Surveyors 4 t8 72 I I 9. Lab Techniciarrs 4 18 72 t0. Lah./ SurveyHelpers 8 18 144 t 11 Cad Operator I 18 18 t 12, Acconntant I l8+2 20 I 13. Computer Operators 2 l8 36 14 I l+. Office Assistants 2 l8 36 I 15. Office Boys/ Watchmen 6+2* l8 144 I t6. Trainee Engineers 4* 18 72 Sub-Total: 51 910 I t GrandTotalA*B*C: 66 1029.50 I I Page58 of 131 I I I I I ll ll Total Person-Months personnel of Key for DesignReview 5.s0 Total Person-Monthsof Key personnelfor Construction Supervision ll 114 Total Key Personnel(person Months) 119.50 Total Non-Key Personnel(person Months) 910 ll Total Personnel (PersonMonths) 1029.s0 ll t2. Client's Staff NHA will designateits own staff and/or fresh Graduatesfrom the engineering/other universities to work with the Consultants for the pu{poses of on job trainilg fbr transferof skills. TI The Consultantsshall employ four 1b+f GraduateTrainee Engineersr, Management_Trainees -on the project throughout tie duration of the .,onsulturr"y Agreement. The carry home salary of each Trainee Engineer/ Management 'frainee per month to paid TI be by the Consultants shall not be less than Ri.+tt,OOOl-after deductingall type of applicabletaxes and consultant's overheads. In addition to tl above, the Client may also designateits own staff to work with the Consultantsfor the purposeof on the job training (at no ceistto the Consultants). It 13. SpecialExtension for Selectedpersonnel Following staff of the consultants shall be allowed to continue performing services for a period ll of two (02) months after completion of Works to finalize the accounts and other outstanding issuesof Contraot.This period of two (02) person-monthsfor eachof the Personnel shall be spreadover the calendarmonths requiredto finalize the 1l said activities. 1l ResidentEngineer/ Team 1l Leacler 1l ;l L4. Qualification and Experience of Key personal l. Title: The Engineer

Ir Experience:

He/she should have at least 25 years of experience of national/international civil tl works projects including at least 15 years in a senior role of national/ intemational highway projects. He/she must be registered as Professional Engineer of pakistan EngineeringCouncil (PEC) It and Member of recognizedProfessional Societv. He/ she should be fully far.niliar FIDIC Conditions pakistan fith of Contract, Engineering tl Page59 of 131 I: I I T Council StandardBidding Documents, and Public ProcurementRules etc. He/ she must be able to communicatefluently in English language. I I Qualifieation: I Minimum Bachelor's degree in civil engineering preferably Masters in Civil I Engineeringwith specializationin the field of Highway Engineering. I Responsibilities: I I As per FIDIC contracts. I Note: The cost of remuneration etc. of The Engineer is presumed to be covered I within Overheadcost of the Consultants;However, the Client rese{vesthe right to I replaceThe Engineer,as per its contract with the Contractorfor Works. for which the I Employer (Clien| shall bear the remunerationetc. I

I Design Review Team I

I 2. Title: Highway Design Engineer / Team Leader I I Experience: I Minimum 15 years' preferably 18 yearsof relevant experiencein designof national highway I projects of which 5 years minimum and 7 years desirable as Highway Design Engineer in t roads and bridge design projects.Must have worked as Team Leader during last seven (07) I yearson at leasttwo (02) sinrilar projects. I I Qualification: Minimum bachelor's degreein civil engineering preferably Masters in Civil Engineering / I t Highway Engineering/ TransportationEngineering or equivalent. t I Responsibilities: He/shewill lead the designreview team as coordinator to completethe task in professional I I manner. The Geometric Design Engineer will verify the detailed design and provide comments. Verify and recommend/provide design plans for road geometry and furniture and. I road safety appliances.Generally, role of a geometric road design engineeris to decide the I placementof the road with respectto surroundingphysical environs and give a shape to its configurationwith due carefor mobility, accessmanagement, traffrc control possible I t and best Page60 of131 I I I I tI road safety mechanism I embeddedin design process. More specifically Geometric Design I Engineer/TeamLeader (Design) is requiredbut not limited to the following: I I o Agree upon the category of road to be developed to make sure relevant design standards are applied and relevantguidelines are followed during the design process. It could i I be any categoryranging from motorway to rural accessroads or mountainous roads in rural settings and urban freeways,primary roads, secondaryroads, laterals It and accessroads in caseofan urbansituation; r To decideand fix the route alignmentas per project requirements; I o Firm up connectivity requirementsand linkages; o Liaise with survey entity to get the topographic details of the route aligrrment with I t appropriatedetails; o Assesstravel dernandfor the project road alignment; a Work I t out road's right of way requirementand spacing for various road components including formation widths, carriageways, lanes, shoulders, medians/hoizontal barriers, road side facilities like spacingfor NMT, drainage channels,green verges, laybys and I I other road side facilities etc. Decide upon relevant design standardsfor crossfalls, camberand superelevations; Design I I both horizontal and vertical protile alignments as per glven speed and other geometric design criteria to bring upon most direct, cost effective and safe roure t alignment; I Locate and firm position up of road crossingsand crossingsfor water channels and cross drainage. Lead the relevant engineeringspecialists for structure design and t I positioning of utilities and other crossinss: Provide designplans for variousroad segmentsincluding links (sectionsbetween road T crossings) and I road c'rossings.In case of motorways/ expressways only grade separated crossings and interchangesare involved whereas in case of lower order roadsmultiple choicesare availablerequiring option analysisfor selectionof relevant It form ofroad crossings; Both horizontal design plans and vertical alignments are required to run tI simultaneously; o Lead the pavementdesign engineer during production of designplans; a Design engineers ll are encouragedto apply any relevant software available for generationof designplans; Provide design plans lt for road furniture and road safety appliancesincluding traffic control devices,signage and road marking; In caseof tt signalized crossingsprovide separatedesign plans for installation of signal configurationand relevantplans for signal and other relevantITS operations; ll Page61 of131 :l I I I a Generatetypical and standardizeddesign detailsof various elementsas appropriate; a Producethe designfolder in hard and soft formats; I I o Be responsiblefor and respondto third party road safetyaudit recommendations;and I a Keep liaison with the Client for design review matters. I

I 3. Title: Structure/ Bridge Engineer I I Experience: I Minimum fifteen (15) years,preferably twenty Q0) yearcof relevantprofessional experience I of which 8 years minimum and 11 years desirable,as Skucture/ Bridge Engineer on major I road and bridge projects. He/she shall demonstratea working knowledge irr: (i) the design and construction of bridges and other skuctures for road projects: (ii) r.arious structural I designsand documentationsincluding the design of all required earthworks,retaining walls, I drainage and any other required structures; and (iii) supervisingthe w,ork of field teams in monitoring progress, assessingquality, and certifying construction in accordance with t contractconditions. I

! Qualification: I Minimum bachelor's degree in Civil engineering preferably Masters in Structural I Engineerinl Bridge Engineeringor equivalent. I I Responsibilities: I Structure/ Bridge Engineer will perform duties under the guidance of the Team Leader for T both designreview. He/shewill review the design of all structuresand assistthe team during I constructionsupervision of{fie project's bridges and structuresand assistin ensuring that the I project is implernentedin accordancewith the requiredspecifications and approveddrawings. Heishe will set up supervisionsystems, and train the Consultants' supporting staff in their I use. He/she will be responsiblefor designing especially on cost effective, multi-hazard T resistantdesign, design all the componentsof bridge structureand structural elementsof road cotnponetrt, including detailed structural drawings and specifications and ensure that the I I project is implementedin accordancewith the required specificationand approveddrawings. He may be askedto assistthe ResidentEngineer (RE) in the performanceof his tasks. The I T main responsibilitiesof the position will include but not limited to the following: . Inspect the site and collect the condition data for the design review and necessary I I changesif any; Assist in preparationof technicaldetails suchas specificationsand estimates; I t Page62 of 131 I I -("--- I t I

a Provide details T about existingstructures, damages and assessment(if appli cable); a T Review the structuraldesign of the Bridge and certify its acceptability; a Assist in preparingand issuingreports as defined subsequently; a Assist in inspecting I the Works at appropriate intervals during the defects liability period and issuing the defectsliability certificate; I Assistin processingthe Contractor'spossible claims; Providing the Employer with complete records and reports, and recommend the I Contractors' as -built drawingsfor the Works; and Assist in the compilation of a Project completion report data, pror.iding details of Project implementation, I problems encountered,and solutions adopted,ancl 6etailing and explaining any variation in Project costs and implementationscheclulus from the t original estimate.

T 4. Title: Geotechnical Engineer I Experience: Minimum eighteen (18) years relevantprofessional experience of which 10 years minimum and 15 yearsdesirable, as GeotechnicalEngineer irr design/ designreview of roads/structures I of National Highway projects I with proven credentials in Bridge Designing or related to I foundationinvestigation and designof major structuresand embankments. I Qualification:

I Minimum bachelor's degree in T Civil / Geological Engineering with Master,s degree in T GeotechnicalEngineering ol FoundationEngineering or equivalent. I Responsibilities:

GeotechnicalEngineer will review the design and any modification and change in design, ll constructionmethod, and altemate technologyof construction and provide oversight during the consultancy design review service. He/she will be responsible for carrying out geotechnicalinvestigations ll and subsurfaceexplorations for road and structures, stipulate materialtesting proceduresand specifications,identify sourcesof materials,quarq/ sites and borrow areas'Helshe is also responsible for all design related assignmentsrelated to Soil / lI Geotechnicalengineering of the project. ll

Page63 of 131 I I I I 5. Title: Road Safety Engineer T Experience: I Minimum 12 yearsrelevant professional experienceof which 6 years minimum, and 9 years I desirable, as Road Safety Engineer with proven credential as safety auditor on major I Highway projects.

I Qualification: I Minimum bachelor's degreein Civil Engineeringand preferably Master's in Transportation/ I T Traffic Engineeringwith additional certification of SafetyAuditor. I Responsibi[ties: I The Road Safety Engineerwill Audit the design of road during Desigrr Review from safety I aspectto improve the design if required. He/shewill review and approve the safety plans of I the Contractor(s) and he will E)prove the plan for safety of the Wnrks and the safety of the I traffic diversions and ensure compliance with the regulations. Road Safety Engineer will I identify hazardouslocation(s) and conditions, conduct a highway safety study, collect and analyze preliminary data, identify and collect field data, select and conduct appropriate T detailedstudies, evaluate study results, determinesafety and operationaldeficiencies, identify I potential safety and operational improvement and tcr select appropriateimprovements. The t Road safetyAuditor will set up the road safety supervisionsystems, train the associatedstaff I and ensurethat the system is in place. Heishe shall ensureminimum disruption/ damageto the environment by reviewing the Contractors' work statement/ methodology, including t monitoring the impact of construction works on the environmentand local settlementsand I providing information to NHA on the monthly progress I reports. I I Drainage Engineer I I Experience: Minimum 15 yearsof relevant professionalexperience of which 10 years minimum, and 13 I years desirable as Drainage Engineer on roads and bridges design projects of National t Highways/ Expressways/Motorways. I t Qualification: I Minimum bachelor's degree in Civil engineering with Masters in Hydrology/ Hydraulics I Engineeringor equivalent. I I Page64 of 131 I I I I tl Responsibilities: lr Responsibilitiesof the DrainageEngineer will include, but is not limited to the following: o He/shewill perform his dutiesunder the guidanceof the Team Leader. lt o Work in the survey and design team and will be responsiblefor collecting and assessing the hydrological data, finalizing the design discharges for the required ll drainages,cross drainages, sub surfacedrainages. o Provide assistanceto the designteam in designing the appropriateand cost effective IT design of drainagestructures. ' He/she shall collect relevantfield data and estimatethe designdischarges lbr various II drainages structure for the design purpose. tl 7. Title: Traffic/ PavementEngineer ll Experience: Minimum 15 years,preferably 18 yearsof relevant professionalexperience of which 6 years minimum, and 9 years desirable,as Traffic/ PavementEngineer on major road construction IT projects with a focus on pavementengineering and rnaterials testing. Relevant experience should include: (i) supervisingthe contractor'scompliance with material specifications and It testing; (ii) providing input to the designteam to source suitablematerials; (iii) engineering designof flexible Asphaltic Concete (AC) pavements,(iv) coordinatingand zupervising the T work of field teams in supervisingand certifying construction in accordancewith contract I conditions including acceptance standards of materials, approval of source supply, I establishingQA&QC procedures,setting up laboratories,mix designsand testingprocedures. T Minimum Bachelor's degreein Civil Engineering- preferably Mastersin Civil Engineering / T Highway Engineering/ TransportationEngineeinglTraffic Engineeringor equivalent Responsibilities:

I He/shewill be responsiblefor designing especially the pavementdesign, designs for road featuresand road safety/trafficcontrol features,traffic plans and amenitiesincluding detailed l drawings and specifications. He,/sheis also responsible for carrying out Traffic Analysis and PavementDesign of the road. He/shewill also validate the traffic survey.Helshe should have I experience in carrying out cost effective structural pavement design, traffic loading characterization, can assessthe pavement performance trnder different loading conditions. Have practical experienceof traf{ic monitoring; preparationof Traffic plans, Traffic Impact I .,1 Page65 of13l T ,,I"u*'" ,i/ I t t t Analysis, intersection and interchange operation analysis; should have experience in I I economicanalysis of various pavementoptions. t '/ Involved in supervisionof asphaltpavement construction of different projects. T '/ Can review and advice The Engineer for any modification needed for the detailed I road pavementdesign. T { Can propose cost effective and innovative solutions to the problems in pavement I constructionand maintenance. T { Can carry out visual pavement inspections. I '/ Can ensurecompliance with standardsand specificationsfor pavernent design and I construction. I t 1. Title: Environmental Specialist I I Experience: I Minimum 15 yearsof relevant professional experienceof u'hich 10 years minimum, and 13 I years desirable as Environmental Specialist supervising and monitoring environmental managementplans on National Highway roatl projectsand having familiarity with the major t donor agarcies safeguardpolicies. Specific experiencein a similar position on road projects I in accordance with Govemment of Pakistan and ADB/ World Bank's Environmental t I Guidelinesis preferable. Qualification: I t Bachelor's degree in Enviroumental Engineering - preferably Masters in Environmental I T Sciencesor equivalent. Responsibilities: I t Responsibletbr preparingenvironmental screening checklist and classifying sub projectsthat have not beerryet classified,preparing and obtaining IEEs and Environmental management I t plans (EMP), ensuring prior clearance, monitoring, course correction, consultations,due diligence and disclosures. I I Responsibilitiesof the Environmental Specialistwill include but not limited to the following: t r Assist Team Leader in reviewing the site specific environmental managementplan I (SSEMP) for eachsub-project and ensureits effective implementation; t

t Page , ,/'4 66 of 131 I - I ol/t---::-' I t I

T Prepare and execute required appropriate actions to mitigate any negative environmental impacts associated with construction activities in collaboration with pIU and all I concernedstakeholders ; Ensure that any environmental impact assessments,if required, fully comply with I Guidelines and SafeguardsPolicy of Intemational Agenciesand ensure that all required mitigation measinesare identified and acceptable. o Besides assisting in finalizing the biannual environmentalmonitoring report, assist the PIU in finalization of environmental part of quarterly progress report, annual progress report and any specific report askedby the pIU.

=q%

I Construction SupervisionTeam tl 8. Title: Resident Engineer / Team Leader It Experience:

Minimum 15 years'preferably18 years'relevant prot'essionalexperience of which 8 years minimum IT and 10 yearsdesirable experience as ResidentEngineer on constructionprojects of National Highways/ Expressways/Motorways. The candidateshould have worked as Team ll Leaderon three (03) similar projects. Qualification: ll Minimum bachelor's degreein Civil engineeringpreferably Masters in Civil Engineering / ll Highway Engineering/Transportation Engineering / ConstructionManagement or equivalent. Responsibilities: ll overall responsibility for the organization,conduct and delivery of consultancyservices and reporting to NFIA. The RE /TeamLeader will head the Consultants' tearn and will work lf directly to managethe project and will maintain riaison with NHA. Responsibilitiesof the RE / Team Leaderwill include, but is not limited to the followins:

It O Ensurethe Project implementation;

a Assume full responsibilityfor the consulting team and performanceof servicesunder ll the ConsultancyContract;

Ensure that the consultingteam undertakescomprehensive review of the designs and Ir specificationswhich were preparedby the design consultant; ll Paee67 of131 It II "' "''' I Ensurethat the consulting team undertakescomprehensive construction supervision and contract administration of the Works;

Overseethe Consultants activities ensuring compliance to details provided in the T constructiondrawings and strict adherenceto constructionspecifications;

Overseeand supervise constructionof Works in accordancewith detailsprovided in I the conskuction drawings ensuringstrict adherenceto constructionspecifications; Ensure preparation of detailed and quantitative progress reports to support the I Contractor'srequests for progresspayments; Keep the Employer informed of technical issuesand progress of all Works both by t informal and formal meetings and correspondenceand assist in any projecrtissue which the Employer may require; a I Ensureimplementation of environmentand social safeguardsrequirements; a Assist the Employer in preparing responsesto audit objectiorrs an

Certifying work volutne and recommending interim certificates for progress I payments,maintaining consolidatedproject accounts, and preparation of financial staternents,ensuring minimum disruption/damageto the environment by approval of Contractors'work statement/methodology; I

Monitoring the impact of construction Works on the environment and local setilementsand providing information to the Consultantsand NHA on the monthlv I progressreports; Preparingand issuing reports as definedsubsequently; I Approving and/or issuing working drawings,approving the setting out of the Works, and instructingthe Contractor; t Taking measurementsand keepmeasurement records; Maintaining records,correspondence, and diaries; I Page68 ofl3l I I t

t Certifying work volume and recommending certificates for progress payments;

a I Maintaining consolidatedproject accounts,and preparingof financial statements; a Certifying completionof part or all of the Works;

a t Inspecting the Works at appropriate intervals during the defects notification period and issuing the defectsnotification certificate; I o Processingthe Contractor'spossible claims;

o Ensuring minimum disruption/damageto the environmentby approval of Contractors' work I statement/methodology, including monitoring the impact of construction lVorks on the environmentand local settlementsand providing information to NHA qn the I monthly progressreports; Providing the Employer with complete records and reports" ancl approving the t Contractors'as - built drawingsfor the Works; and Compile a Project completion report providing details of Project implementation, problerns encountered,and solutions adopted, and detailirrg and explaining any I I variation in Projectcosts and implementationschedules fiom the original estimates.

I I 9. Title: Assistant Resident Engineer ($Iighways) I I Experience: Minimum 10 years'preferably 15 years'relevant professionalexperience of supervisionof construction projects I I of National Highways/ Expressways/Motorways of which 7 years minimum, and 10 yearsdesirable, as z.\ssistantResident Engineer (Highways). ll Qualification: Minimum bachelor's degreein Civil engineering preferably Masters in Civil engineering/ Highways tI engineering/ Structurar engineering/ Transportation engineering/ Construction Managementor equivalent. ll Responsibilities:

ARE rvill be responsiblefor constructionsupervision of the road and ensuringthat the subject lI project is implementedin accordancewiththe requiredspecification and approveddrawings. He will be responsiblefor constructionsupervision and review and approval of Contractor,s bills. ARE tl will assistthe ResidentEngineer (RE) in the performanceof his tasks. The main responsibilitiesof the position will include but not limited to the follgwing:

Inspect tr the Site and collect the condition data for the design review and necessary changesifany;

'/1 rl/ Page ll // 69 of 131 ,t/' .(1 ./l / lr g/ {+---- I o Assist the RE in preparationof technicaldetails such as specificationsand estimates; o Provide details about existing pavement,damages and assessment,if required; I a Assist the RE and recommend approval of Contractor's work program, method statements,material sources,etc.; I a Assist the RE in preparing and issuingreports as defined subsequently; a Review and recommend approval and/orissuing working drawings, approval of the t setting out of the Works, and instruction to the Contractor; a Taking measurementsand keepmeasurement records; I o Maintaining records, correspondence,and diaries;

a Certifiiing work volume and recommending interim certificiues frrr progress I payments;

Assist in maintaining consolidated project accounts, and preparing of financial I statements;

Provide feedback to the RE on the certification of conrpletion of part or all of the I Works;

a Processingthe Contractor'spossible clairns; I

a Ensuringminimum disruption/damageto the environmentby approvalof Contractors' work statement/methodology including monitoring the impact of constructionworks I on the environment and local settlenrentsand providing information to NHA on the I monthly progressreports; I Providing the Employer with complete records and reports, and recommend the I Contractors'as - built drawingsfor the Works; and I Assist in lhe compilation of a Project completion report data, providing details of T Project implernentation,problems encountered,and solutions adopted,and detailing I and explaining any variation in Project costs and implernentationschedules from the I originnl estimates. t I 10. Title: Structure / Bridge Engineer t T Experience: I Minimum 10 years' preferably 15 years' relevant professionalexperience of supervision of I constructionprojects of National Highways/ Expressways/Motorways of which 7 yeats minimum, and 10 yearsdesirable, as Strucfure/ Bridge Engineer. I I Page70 of 131 I t I I I I t Qualification:

t Minimum bachelor's degree in civil engineeringpreferably Masters Bridge/ Structural Engineering or equivalent.

I Responsibilities:

I He/shewill be responsiblefor construction supervisionof bridges and strucfural components of the road and ensuring that the subject project is implemented in accordancewith the I requiredspecification and approveddrawings. He/she will be responsible for construction supervision and review ald approval of Contractor's T bills. He/shewill assist the ResidentEngineer (RE) in the perfor-rnanceof his tasks. Helshe will be responsible for designing especially on cost effective, multi-hazard resistant design, design the structural elementsof roads component arrd bridges, including t detailed structuraldrawings and specifications.The main responsibilitiesof the position will I I include but not limited to the following: Inspect the site and collect the condition data for the desisn and necessarv I n changesifany; a Assist in preparationof technical details such as specificationsand estimates; I o Providedetails about existing structures,darnages and assessment; I o Assist and recommendapproval of Contractor'swork program, method statements, matenalsources, etc.; I I a Assist in preparingand issui'g reports as definedsubsequently; a Review and recommendapproval and/or issuing working drawings, approval of the I t setting out of the Works. and instruction to the Contractor; a Assist in taking nreasurementsand keepmeasurement records; I I o Assist in maintainingrecords, correspondence, and diaries; a Assist in certifying work volume and recommendinginterim certificatesfor progress I payments; t a Providefeedback on the certification of completionof part or all of the Works; a I Providing the Employer with complete records and reports, and recommend the t Contractors'as-built drawings for the Works; and Assist in the compilation of a Project completion report data, providing details of T Project implementation,problems encountered,and solutiotrr adopted,uid d"tuillng I and explaining any variation in Project costs and implementationschedules from the original estimate. I I

Page71 of 131

I t T t 1.1.Title: Road Safety Engineer

I Experience: I I Minimum 12 years relevant professionalexperience of which 6 yearsminimum, and 9 years I desirable, as Road Safety Engineer with proven credential as safety auditor on major I Highway projects. T Qualification:

I Minimum bachelor's degree in Civil Engineering preferably Master's in Transportation i I Ttafficl Highway Engineeringwith additional certification of SafetyAuditor or egnivalent. I I Responsibilities:

I The Road Safety Engineer will be providing all necessaryassistance to the construction I supervisionteam with respectto all safety,health and environmentalissues. He will assistin I review and approvethe safetyplans of the Contractor(s)and he will monitor the safety of the works and the safety of the traffic diversionsand ensurecompliance with the regulations. I

T Road Safety Engineer will also identiff hazar:clouslocation(s) and conditions, conduct a I highway safety study, collect and analyzepreliminary data, identify and collect field data, I selectand conduct appropriatedetailed studies,eraluate study results, determine safety and operationaldeficiencies, identify potential safety and operational improvement and to select I appropriateimprovements. He / She will also be responsible for preparing the road safety I report of the design. I T 12.Title: SoiV l\.IaterialEngineer t I Experience: t Minimum l0 vears' preferably 15 years' relevant experience as Material Engineer on t constructionsupelvision projects of National Highways/ Expressways/Motorways of which t minimum 5 years experienceof asphalt concrete mix design in countries having similar I climatecondition and/or truck overloadingproblems like pakistan. I I Qualification: Minimum Bachelor's degreein Civil engineeringor Masters in Geology, preferably Masters I I in Soil Engineering/Material Engineering/Geotechnical Engineering or equivalent. t I Page72 of 131 I t I t I I

I ResponsibiHties:

soilAviaterial Engineer will perform duties under the guidance of the Team Leader. He/she t will assist the Team during construction supervision of the Road, Bridges and structares and assist in ensuring that the subject project is implemented in accordancewith the required specificationand approved I drawings. The Soil/Material Engineer will set up quality control systems,testing procedures,preparation of JMF, train the staff and ensurethaf the system is I in place. He/she will assist and will be responsiblefor quality of materials used in construction by performing field and laboratory tests and certifying their acceptancebased on recomlnendecl t specificationsfor the material, will also identify the sourcesof material and query sites. Main t responsibilitiesof the position will include but not limited to the follor.ving:

' stipulate Material Testing proceduresand Specifications; I o Identify sourcesof materiars,quarry sitesand borrow areas; o confirm the suitability and availability of material in the bomow pits and quarriesfor t I pavement; o T If required,identify and evaluateadditional sources of materials; I o Undertake field and laboratory testing of the materials to determinetheir suitability for various componentsof the Work; I I t PreParemass haul diagram for haulagepurposes giving qualry charts indicating the location of selectedborrorv area.s,quarries and the respectiveestimated quantities; t o Make suitablerecommendations I regardingmaking good the borrow and quarq, areas after the exploitation ofmaterials for constructionof works: I Be responsible fol I Material Testing and specification and certification of material quality;

Preparation and testing I of concrete mixes of different design rnix grades using I suitable materials (binders, aggregates,sand filler etc.) as identified during Material Investigation I to conform to specificationapplicable in pakistan;and I Preparationof JMF. t t 13.Title: Contract Engineer l I

t 12 years' relevant professional experienceof which 6 yearsminimum, and 9 years desirable, I as Contract Specialist I on maior road projecf.sbased on FIDIC form / conditions of contract. I ...1 Page73 of 131. /,/' Ir /!'--2- -l I t I Proven credentials in contract administration, evaluating Contractor's claims and dispute resolution, preferable experience/track record of an arbitrator, mediator, adjudicator and/or I disputeresolution adviser. I I Qualification: I Bachelor's degree with a major in Civil Engineering, Law, Contracts, Procurement, or Construction Management preferably M.Sc. in Civil Engineering, Law, Contracts, I Procurementor equivalent I I Responsibilities: T Responsiblefor assistancein contract administration of Works contracts, taking timely T contractualactions related to cost, time and quality controls and closureof the contracts,and t in caseof dispute its referral to the adjudieationand arbitration as the casemav be.

I He/shewill be responsiblefor assistingthe Team Leader in all the activities pertaining to I contract management, early warning of key contractual actions. schedule and document contractmanagement meetings and evaluating/resolving Contractor'sclaims and contractual t disputes. I T Responsibilitiesof the ContractEngineer will include, but is not limited to the following: I Assist Team Leader in coordinatingcontract managementand planning activities for t the work packageswith Engineering,Project controls and construction; I Assist to organize meetings for negotiating and resolving technical and contractual I issues; I Assist Team Leader in the timely distribution of reportsand pertinent contractual I information to and tiom contractorsin accordancewith agreedschedule; I a Assist in schedr.rletumover meetingswith Site Personnel,where required;

I a Assist to checktimesheets for contractconformance (rates, backup and extensions); t o Assist in review Contractors'invoicesand prepare ProgressPayment Certificates with t Cost Control; t I o Assist in review contractors'costs,forecasts and requestsfor claims; a Assist in review and issuefor approvaland post SubstantialPerformance documents; I I a Participate in contractcost review meetings and regular Project progressand assist with preparationof monthly contractsand Project progressreports; I t Assist in procurement and contracts administration and assistanceactions such as contracts,solicitations, modifications, delivery schedules,plans and coordinationwith I I relevant departments; Page74of 131 I I I I I I

t a Assist in preparationof procurementand contractdocuments; a Assists in the review of procedural aspects of contract actions. participates in contracts administration t sufficient to ensurecontract terms and conditions are met and that the Contractor delivers the required servicesin a timely manner to achieve the I objectivesof the project; Assists in the terrnination of contracts for the convenience of the project by a Contractor. I The incumbent is responsiblefor the preparation of all documentation I Reeessaryto support and defendtermination decisions; Recommendsactions when the Contractors are not in compliance with contract I I provisions; Coordinate with Contractors to determine and recommend alternative courses of I action, such as extensionofdelivery schedule; t Conducts contract reviews to evaluate Contractor's performance, and monitors T Contractors'activity to assurecompliance; t Monitors such matters as payments, claims, and contractual changes to insure I I requirementsof the contractare met; Reviews completed contractfile to ensureroutine adrninistrativematters are resolved I I or completed;and Support to Team Leader in drafting, for submittal to Employer, any requests for l I consentto extensionof time / variation orders. I I E. Reporting & Documents Requirements

I 15' Reporting Reeluirements: t The consultantswill prepareand submit to pIU five copies of eachof the under mentioned reports.The format of thesereports shall be mutually agreed TI with the PIU: (i) Inception Report: The consultants will submit an Inception Report within one t Month after mobilization. This will contain fult detail of the Consultants, T supervision, & contract administration methodology and staff plan with t supportingcvs ofprofessional staff and projectedmonthly billing. I (ii) Design Review Report: The consultants will submit a detailed Design Review Report, under the guidance of Team Leader within two months, indicating any lr deficiencies / improvements required in the detailed design preparedby the Design consultant.The designreview Consultantswill ensure that the construction tr Drawings calry all details necessaryfor executing the tr Page75 of 131 Ir i.i tl I T I job and shall not result in claims of non BOQ items / additional associated costs. I I (iii) Monthly Contract Administration Reports: The Consultantswill prepare a I narrativeprogress report, not later than the 1Othof eachmonth, summarizing: I a. Constructionprogress during the month and cumulative to date for each individual contractdrawing specific attentionto any major causesof delay I (administrative, technical or {rnanciat) with details of remedial action I taken or recommendedto the Employer. t b. A comparisonof actual and forecast expenditureboth during the month I and cumulative to date for each individual contract, and a record of the status of payment of the Contractors'monthly invoices, of all claims for I cost or time extensions, and of actions required of PIU to permit l unconstrainedworks implanentation. The Consultantsr.vill also advise on I the final estimated cost for each individual contract and draw attention to I any major changesin the project budget including details of remedial action takenor recommendedto the Employer.

I c. Brief on all correspondenceexchanged with the Contractorsparticularly I rclatingto contractualclauses, with tinancial and time implications. I d. Technical appreciationof arry design or quality control problems for each I individual contract inclucling eletails of remedial action taken or I recommendedto the Employer. I e. Statusof compliancewith the Environmental& ResettlementPlans.

I (i") Annual Management Information Report at the end of each Financial t Year: The Consultantswill prepare a comprehensivereport summarizing all t activities under the Servicesat the end of each Financial Year, and also at other tirnes vi'hen considered warranted by either the Consultants or PIU t becauseof delay of the construction Works or becauseof the occurrence of I technical or contractualdifficulties. Such reports shall summarize not only I activities of the Project Engineer/ Manager but also the progress of the I (lontractors including all contract variations and change orders, the status of the Contractorsclaims, and brief descriptionsof the technical and contractual t problerns being encounteredand other relevant information for each of the I ongoing contracts. I (v) fnterim Contract Completion Reports: The Consultants will prepare I completionreport for contract each within 30 days of issuanceof Taking-over I Cenificate/Certification of Completion. This report shall summartze the I implementationand financial history of the project. The defectslist provided fo the Contractorand all outstandingclaims pendingresolution. I I Page76 of 131 t I I I lr lr lr I (vi) Final Project Completion I Report: The Consultantswill prepare a I r comprehensivefinal CompletionReport within 90 daysafter Issuance of the Taking Over Certificate I t of the last Works contract.The Consultantswill preparea comprehensivefinal J CompletionReport for the projectincluding eachof the contracts t I andshall summarize the methodof construction,as built I recordshowing 1 the locationand detailsof all Works carriedout, all defects and certification J , of the satisfactorycorrection of suchdefects for eachof the construction contracts, the construction t I- supervision performed, and. recommendationsfor projects | futr"re of similar nature to be undertakenby I il:*s":"fru*;ff:"f#;#;::#;*:",1fr1.*.r,wi,la,s. be II (vii) Project Documentary I I Report: The Consultantshas to make dccumenrary t of all major activities ? during constructionsas well as that of completed I project sectionsto be submittedtowards the end of lhe prnject. These shouldalso perrain; I I I I 3 d:ff#Tffi;:il::::J:',ilff'*raYers; I c) euarry sitesand laboratory activities; r I I d) Roadafter completion showing road furniture; rI I e) Various important stagesin construotionof structures; I Any I I D other major activity involved requiring specific mention. lr (viii) Roughness Survey Report: The roughness surveys will I be carried out at - r substantialcompletion II in coordinationwith NHA, before the end r of the defect t fiability period. The Consultantis required to submit his findings along with I data in this report. II r I 0x) RevisedPC-l: The consultantsshall Wwarctherevised pc-l of the project, | bgftfrebefbre conipletionconrnletion of the projectnraiccf (if ron,'iooA\ 1-.,:-^^*^-^+:-- ^1r -i------I I required) by incorporating all changesin I *^",,t"oP" ** and, preparecompletion report (PC-N), I :f at the completion of the project. To rI constructionsupervision cost will be withheld from (monthllr) II - interim invoices I 4nd releasedrel alon8 with the final paymentof the Consultants.on completion of thisiob. f I 16' Documents t & Manuals Required: The Consultants will prepare following documentsto - I be approvedby the Employer for efficient contract administration& t consfucfionsuPervision. I a. ContractAdministrationManual f I t b. euality Control& AssuranceManual ,l t ll ,"'' tl*-' I T t c. LaboratoryManual d. Environmental Monitoring Checklist I I e. SafeguardMonitoring Check list F. I I 17. Employer's Input and Counterpart Personnel:

I (i) Services, facilities and property to be made available to the Consultants by the I Employer: Design Reports,Drawings and related data for the sub-projectswill be I sharedwith the Consultants. I (ii) Professionaland supportcounterpart personnel to be assign"dby the Employer to the Consultants' team: The Employer shall establish a functional Project I Implunentation Unit for supportand liaison with the Consultants. I I G. I 18. Employer will provide the following inputs, project data and reports to facilitate preparation of the Proposals: N/A t H. I 19. Miscellaneous

I (D Employer's Staff: I The Employer has planneda Project lrnplementationUnit (Pru) to implement the Project. The PIU has been establishedunder a GeneralManager, assisted I by Project Director and lanclacquisition Staff and will be locatedin the field. I I (ii) Facilities: Facilities for the Consultants: The Construction Contractor shall provide, t operate and maintain the following facilities for the exclusive use of the I Consultants: I a, Laboratory and Testing Equipment; I b. Site Office and Residential Accommodation (adequatelyfurnished); t cr. Site Transport; I d. SurveyEquipment. T (iii) The Consultantsare encouragedto familiarize with Conskuction Work before I submitting their proposals. Draft sample documents regarding EMp, I t Resettlement,and Environmentas per the instruction of the client. /n I I JL- I I Page7E of131 I I I t I t l I I I I I T I I EvaluationReport I T I I l I I I I I I l Technical Evaluation I Evenuerlew RepoRT 1. BacNenouup

I 1"1' The Rawalpindi - Kahuta road section has been taken up for dualization oll the Directives of the R.ime Minister pakistan. The t Ra''alpindi - Kahuta road is presently a h,l,o lane road which starts from G.T road (FI-s) interchange 'ear sowan and passes through Kahuta city traversing l further towards Azad, Jamrnu & Kashmir {Rawaiakot, Palandri and Kotli). 'fhe Rawalpindi - Kahuta road is t}re shortest route for the traffi-c coming from Rawarakot, K'tli to I Islamabad/ Rawarpindi and vice u*.r. The punjab Highway Department (communicaiion & works) a.dministratively controls and maintains the Rawalpindi - t Kahuta road. The existing Rawalpindi _ Kahuta road traverses through various popurated towns i.e. Humak, sihala, Miana Thub, Are syedan, Narhoi-section ana K;;;. Ii* ," sihala, the major ccnstraint on the T subject road is a railway crossing, where traffic rernains choked and j"*;;;'^# Tirl* rocar population faces immense ""o I difficulty. Besides that, this route arso bears heavy traffic due to oil cargo vehicles from G.T road (N_s) Flumak road jurtction to sihala. There is another irnpediment near I Kahuta, where steep srope anci poor geometry is encountered, which is problematic for heavy loaced vehicles. To decrease substantial transportation cost particularly for hearr5rtraffic, transport agricultural I products well in time at their destination, providc relief to troubled population of sihala and others in the vicinity due to railway crossing arrd poor road condition, t dualization of this roaJ;- ;;i il".""itv.

7'2' The liational Highway Authority (NHA) witl be the Executing Agency l and the Project Implementation unit (pIU) under (NHA) will be the Implementation Agency w-hich will be established vrith the General Manager "GM" (Employer's I Representative) as the head. NI1A requires the services of Design Rcview anci J;;;;; sr'p"*i.io., consultants to carry r:ut design T revie\,/, construction supervision and contract administration, implementation and monitoring of Environmental Management Plans where required. In undertaking the design review of the project, t thd cons..it.ntu is to take into account the procurement of the Project's civi! works which will be procecding in parallel with this consultants'selection I process, with the objective that the consultants'and the civil works contract(s) can be signed at jlcordingiyi the cor,"ritrnts, revierv of the designsv srSr ro mull*:":.T:":t:.. possilt- ,reflTl lhe contractual impacts arising from senriceSfor Desien R3v;ewa1a x{nclud'ing tzs.+ _,___a.. ;;JT";;lr{::;+ RailwayKauwaypass, ".l"11>,r7 sihalaSihala.frRa"s lypass and Kahuta ',tt\* /A Pagerr ry4rlll;'ts1 T I Technical Evaluaticn | 2O1g recommending st':bstantial changes to the designs, for contiacts that would have already been procured. T where in the consultants, opinion such changes are essential, its recommenciations to the Client must reflect the possible risks in terms of contractuar delays, or t other impacts" "l.im",

1'3' This report has been prepared to record the proceedings of I procurenrent process conducted for hiring a highiy experienced engineering consurtancy firm or consortium of engineering firrns having sufficient qualified personnel I (both iechnical anci non_ technical) who can be entrusted the scope of work defined below. I 2. Ery

2.1, The scope of Project I is the dualization, rehabilitation and improvement of existing Rawalpindi - Kahuta road. The project road just beiore Kaak-pul Interchange "t.rt, on Islamabad Expressway and T terminates on Azad pattan road near Tehsil court incruding Bypasses. Length of the project road is 2g.4 Krn including Bypasses at sihala, I Are syedan and Kahuta. Existing road width varies between (6m-gm). The existing road will be converted to four lane configuration with the provision of two lanes T each side by improvernent in existing geometry as per NHA standards. 'fhe project also includes irnprovernent in geometry of an existing I Kaak-Ful Interchange on Islamabad Expressway (loops and ramps requiring improvement).

I 2'2' The consultants will perform the duties of The Engineer specified in the FIDIC conditions of contract (for worksi. In addition to the primary role, the consultants will assist the Employer in the efficient administration and implementation of the sub-projects, support and strengtheir it i' its tasks, monitor progress, financial management, sociai and environmental safeguards. The consultants will report to the General Manager (GM) apnointe,l by NHA.

r'.

The overall objectives of these Terms of Reference are Ensure tirat the detailed engineering design is reviewed, and updated ii required, in accordance with the specinea p"ra;";;" I I TechnicalEvaluation I ZOlg /standards and best internationar practices prior to I impiementation of Vy'orkscontracts; ii. Ensure that high quality construction is achieved in time within t budget and that ail work is carried out in furl compriance with the approved engineering designs, technical specifications, agt'eed work schedule, ancl I within the terms and conditions of all other contract rlocuments and sound engineering practices;

I iii. Demonstrate the efficacy cf contract administration and supervision I by independent external agencies; lv. Monitor an.d evaluate the implementation of environmental rnanagement plan, I resettlement plan and other social safeguard measures to be taken by the contractor and Errrployer; and

v" Promote technolory l transfer and the introduction of mocern Contract I Adrninistration practices within NHA. Scopo Or. "Wo_lK

consultants are required to l carry out following activities within the stipulated time for the contract:

T (i) The consultants will carry out a criticar review of the detailed engineering design prior to the cominencement of works to identify anomalies or omissions I that ccnstitute inconsistency in the design and completeness of works. The design report should clearlf indicate if any section I of the road requires adjustment in the horizontal and ver:tical alignment, changes to the structures" on completion of the review, the consurtants will prepare a I report, setting out a-li findi'gs and recommendations for co'recting any defects or omissions identified. Notwithstanding these, the consultants I will immediately inform the Employer of any defect or omission that rnay have a substantial impact on the Project at T the time the defect or ornission is uncovered. civil works will be carri.ecl out based cn the FIDIC conclitions of contract for const.rction. I The consultants will administer the work's contract(s), make engineering decisions, be responsible for qualitSr assurance, T provide general guidance and furnish fI-cy Servicqs for Design n.uie*6 I Road (28.4\m) itcluding 4_Lane\ts 1, I $*\$ I I TechnicalEvaluation | zOLg timely responses to the Contractor(s) in all rnatters relating to the works, I and ensure that all clauses of the contract agreement between the works contractor(s) and pIU are I adhered to anci respected. (iii) The Consultants u'ill advise PIU on all matters relating to the efficient and successful t execution of the works contract(s), and will act at all times to protect the interests of the project and will take all reasonable steps to keep the cor.rstruction costs to a I minimum, consi.stent with sound economic and engineering pra'ctices; and wiil prepare a "Contract Administration and Construction Supervisicn I Manual" or:tlining routines and standard cperating procedures to be applied in contract administration I and construction supervision, based on sound internationally recognized practice. I 5. PC-ESrarus

Ttie PC-I of the project pak. to the tune of Rs.9, ra6.26 million was I presented in ECNEC anel it is learnt that it has been approved accordingly; however, formal approval has not yet been conveyed to NHA' The summary I for proposal to ECNEC is enclosed for details (Ref: Anaexure-Al. The project subject wilr be financed by I Government of pakistan through Federal pSDp. I 6. Trun Penroo The project is scheduled for completion in Thirtv &, {3zl months, consisting Eighteen I (Lg! months of design review a_ndconstruction supervision, frreive (12! months Defect Lia.bility period and Trvo {o2} months fbr finalizing the bills and cther outstancing issues of contractor(s). t Total input of 119.50 persons-Months of Key personnel and 910 Person-Months personnel of Non-Key would be required for t the Assignment. T 7. ApWISEI4E!{r. RFP Notice appeared in The NEWS (English Newspaper) and Roznama Express (Urdu t Newspaper) on 17m FebruarJ, 2org, and also uproadecr- on NHA website on rzth Feb^rary,2org and on ppRA website on 19h February, 2oL8. The deadline for proposals submission was gtir T (Ref: YySh,3018 Annex PPRAtender No. is TS3453418. I Construc t I I Technical Evaluation Eg-'E-PnopcselMpprruc

The Pre-Proposal I lvleeting was helrd ar1 2grd February, 201g at 1l0O hrs in NHA Auditorium, Hes Islamabad. Minutes of pre-proposal Meeting was I issued vide p&cA Letter No. 6(4661/DIR-III (P&CA)/NHA/18/90 dated 2nd March, 2oIB. The proceeding of the P.e*Pi'oposal meeting pre-proposal i.e. Minutes of and record of I attendance of the participants are enclosed {Ref: Annexure-cf . t q 9.1 Following seven (07) consultancy firms/JVs submitted their technical t and financial proposals on Bft March, 201g:

't t. M/s National Engineering Services pakistan (pvt.) Ltd. (NESPAK) I in JV with M/s New vision Engineering consr,ltant (pvt.) Ltd.; 2. M/s Associated I consulting Engineers - AcE (pvt.) Ltd. in JV with M/s Engineering General consultants - EGc (pvt.) Ltd. and M/s I Electra Ccnsultants-peshawar; 3. M/s EA consulting (pvt.) Ltd. in JV with M/s Techno Legal I Consultants (pvt.) Ltd.; 4. M/s Prirne Engineering & Testing Consultants (Pvt.) Ltd. in JV with M/s Associated I Consultancy Centre (Pvt.) Ltd. and M/s Babar's Associates;

5. M/s PEAS Consulting I (pvt.) Ltd. in JV with M/s partners in Development and M/s pAVRON; I 6. M/s Indus Associated Consultants (pvt.) Ltd.; 7. M/s I Asif Ali & Associates (pvt.) Ltd. in JV with M/s Engineering Consultancy Services punjab (pvt.) Ltd.

9'2 The opening and I Evaluation Committee constituted in respect of NHA code-2oos and further revised vide circular No 6( )/cM(p&c$ll NHA/ 15/ 116, I datecl 23'd Janu4ry, 2ors was invited vide office letter No'6(466)/DIR (P&CA)-III/NHA/18/101 dated 6th March 201g for opening of proposals. The Technical Proposals were opened on gft I March, 2ol8 in presence the of representatives of the consuitants. The of the proposals opening T 2oceedings are enclosed (Ref: Anaexure-Dl. Consu Kahut, I Bypasr T I I l'echnical Evaluation 2()18 1O. Ever,uattol t 10.I OvruuarloruCnnpsfa The evaluation t of technical proposals is based on the following criteria: S.I{o. Deecriptlon/ Items Points i. Experience t of the Firm 100 a) General Experience in roaci transport sector (2s) b) Specific Experience related. to particular t Assignment (75) ii. Approach & Ir{ethodologr 25{) iii. I Qualification and Experience of the Key personner 450 iv. Performance Certification from clients 1(}C| Present I v. Commitments (current engagement and 5() available strength - jrtstification) vi I Transfer of Knowledge (Methodologr/ plans) 50 Total troints: 1000

I Minimum qualifying technical score: TOVo The percentage I distribution of weightage earmarked for evaluation sub-criteria for stritability of Key personnel are:

S.llo, T Description/Items Percentage Deeign Review Teano: Academic I and General eualification 3Oo/u Professional Experience Related to the project 6Qo/o Status t with the firm LOo/o (Perinanent & Duration with firm) t Total: tOOo/o S.l{o. t Descrlption/Items Percentage b Supenrisioa Team: i. I Academic and General eualification 3OVo ii. Professional Experience Related to the Project 65o/o iii. Status T with the firm OSYo (Permanent & Duration with firm) I Total: Consul ew Kahuta uding 4-Lane Briflge t Bypass T ,rtlttt e Technicai Evaluation

1O.2 Dptrulpn EvaLuRtrolt

The Technical score achieved as a result of evaluation of each of the recelved technicar proposal by the planning, Design, and p&cA Sections jointly is tabulated as under:

St. lfo.

{/s.Prime Engineering & Testing Consultants 1. (Pvt.) Ltd. in JV with M/s Associatecr.Consultancy 75s 1"i Centre (F\lt.) Ltd. and M/s Babar,s Associates M/s Natiorral E_ p"tJ 2. Ltd. (NESPAK)in JV with M/s New Vision 751 2"d Engineenng Consultant (pvt.) Ltd. 3. M/s EA Consulting (pvt.) Ltd. in JV with M/s Techno Legal Consultants (Fut.) Ltd. 723 3'd M/s Associated Consulting Engineers _ ACE (Pvt.) 4. Ltd. in JV with M/s Engineering General - Consultants EGC (R/t.) Lttj. and M/s Electra 684 4t}.^ Consultants-Peshawar

5. M/sPEAS con"rn-in@Jiffi 675 5th

6, M/s Indus Associated Consultants (Pvt.)Ltd. 623 6th

M/s Asif Ali & Associates (Rlt.) Ltd. in JV with 7. M/s Engineering punjab Consultancy Services 586 7th (Pvt.)Ltd.

10'3 The summary Evaluation Sheets (SDs) and personnel Evaluation Sheets (PES) as per technical evaluation carried out on the basis of which the entries are made in table und.er para re.2 are enclosed (Ref: Annexure-El.

11. Rpcoulrpnperrots

I 1' I only following three (03) consultancy firms/JVs as mentioned in table under Para 10.2 above have obtained more than minimurn passing score of 7oo/o in the technical evaluation as per the evaluation criteria stipulated in the RFp: i. M/s Primc Engineering & Testing consultants (pvt.) Ltd. in JV with M/s Associated consurtancy centre (pvt.) Ltd. and M/s Babar's Associates;

Consu ision Kahu for Duali of Rawalpindi- ilway Bypass Pass, S pass and Kahuta Page | 7 I I TechnicalEvaluation I ZOtg ii' M/s Naticnal Engineering Services pakistan (pvt.) Ltd. (NESPAK) in Jy with M/s t Neu'vision Engineering consurtant (Fvt.) Ltd.; iii' t/"--P,l collujtjng.(pvt.) Ltd" in .,V with M/s Techn' l,egal T Consultants (pvt.) L1d. 1'1'2 Foregoing in view, the opening anci E.zaluation corrrmittee recommends that the evaluation I of technical proposals may be approved and permission rnay be accorded to open the financial proposals of the three (03) t consultancy firms/.Jvs mentioned under Para L 1.1 above.

I L2. @sroU

The opening and Evaluation I committee submits para 11/N for kind Pei-usal and approva.l of lttember (Engg, Coord.f, please. I ,r(\ -/ --*:4,^,*-++ts\) a . rG,r/ru" I Deputy Directon ufsfz,ti-Ditector Dir".t"" PSCA)-ir (P&CA)-III I lplanning)

rtJ I Mc44P rL:=:::. -:"/ l_-----._ Ger M -----^ er General Manager I (E Coord. Const. I I General Manager t (Planning) Convener T t I Consultancy Services t", Road (28'4 Km) includ'i"g +-Lane Bridge over pass, I 5#: sihata iluii*^y Sihala Bypass and Kahuta Page | 8, I I I Combined. Evaluation I T I I t I I l Financial/ I Cosnbf;nedtrvaluation Report I t T I I I I I ConsultancyServicesforDesignReview."uc**t**ti"'-s"p"''isionforo,,ffi Kahuta Road {28'4 Km) including 4-Lane Bridge over Sihala nuit*uy pass, Sihala Bypassand Kahuta I Bypass-'--.-----..-JgJFgvuqrrgr\qllq@ Page | 9 I Combined Evaluation 14.

subsequent upon the approval of Mem.ber (Engg. coord.) vide Fara 13 above, the financiar pioposals of folrowing three (0g) technicairy qualified JV firr's were opened on 15fr March, 2org in the presence of NHA's Proposais opening/ Evaluation committee members ancr au-thorized representatives of the consultants" Attendance sheets of. committee members and consultants, representatives along with the summary sheet of financial opening are attached (Ref: Annexure-Fl. The finaneial proposals of the consultants as announced during the financial opening are as under:_

Names sf the Lead Descriptlon Flrms I M/s Prtme I u/" NEspAK Salary Cost/ Rernuneration 86,740,423 84,612,35O

1,190,0o0 2,1O0,o00

87,920,423 84,912.350 132,400,000

14,067,268 13,569,976 21,194,000

1O1,997,691 153,594,OOO 15.

15.1 The arithmetic errors and other additions/ omissions found in the above listed financial proposals are corrected and the worksheets for application of corrections with justifications are attached (Ref:Annexure-Gf .

15.2 The comparative staternent for all three Iinancial proposals is attached (Ref: Annexurc-Hl.

16.

Tire lowest financial proposal (F.,) among the three (03) is given a financial score (sr) of 10oo points. The financial score of the remaining proposals is computed as follows:

S/ =(ICOOxF*)/F Where, Fm = Lowest Financial proposal I I CombinedEvaluation | zOLg L7" ConrgINEDEvAtUA"Io[

I 1.7.1 Using above forrnula, the financial scores are calculated which are I given in tabular forni as under: I !{ames of the Lead Flrrns I Quoteti Amcunt 101,997,691 98,392,326 Evaluated Amount I I tOt,a+S,+St 153,584,OOO 17.2 The result of the combined I evaluation is therefore shown as under: $l: I Descrrptron

Remuneration I 84,612,35O 86,740,423 130,300,000 37,326,350 30,377,655 I Non-Key St-aff 47,286,000 Direct Non-Salary Costs Total (A + B) I 132,4OO,OOO Sales Tax g tOol, on Remuneration 13,s69,976 21,194,000 I Contingencies Total(A+B+C+Dl 101,949,491 I Provisional Sum Items (-) Indirect. Local Taxes (-) 13,569,976 14,048,068 21,184,000 I Contingencies (-) I Technical Scores

Weighted Technical 5."r. I (gO{ ) Competitive Financial proposal 84,612,350 87,600,423 132,200,000 I Financial Score Weighted Financial Score I 726/. Ranking r,#-/t r;*"ffi a1d. stru c_ti9 n.Su pe *i So. fo. n, un""tio., oiEil!ffi I _.--n'Kahuta Road (2g.4 Kt P: ::t.la":ew erifl{efpn pass, t'yoltqtPl,.ne over sihala Railwav sihala Bvpassand Kahuta Pagelll zoPwiY /rN' /A I {,t \-r Combined Evaluation IZOf g r8.

As a result of combined Evaluation, Ivfls NESPAK (pvt.) L+,d. in JV with M/s New Vision Engineering consurtant is the highest ranked consultants with evaluated consultancy cost: pak. Rs.9g,gg2,g2o/_.

19.

Fursuant to Instructions to consultants (ITC) Sub-clause 6.1 under the heading "Negotiation" prcposal of Request for the opening & Evaluation committee recommends that M/s NESPAK (pvt.) Ltd. in JV with M/s Nerv Vision Engiireering consultant, the highest ranked consultants may be invited to negotiate the contract for consultancy services for "Design Review and Construction supervision of I Rawalpindi -Kahuta Road (2g.4 Km) including 4- Lane Bridge o,rer sihala pass, Railway sihala Bypass and Kahuta Bypass,,. I 20, Suslrrssloly

The Proposals opening & Evaluation committee submits para 19/N for kinfl Rerusal and approval t of Member tEngg. coord.f.f, , prease.piease. n-4-4q1s/zntg I "-z \:-A-ZOrrt, Deputy Di Director (P&CA)_III to/3/f{. ,^ t??p.uqr_urrector (P&cA)-rr Director (Planni 4;: t

i|\t:i&4!:: General Manager General Manager (Design) Ge ral Managei' (Engg. Coord.-II GoP) J",t47

(Planning) rrtrrt* ,urg^rng", (Finar{ce) I Convener I

Consultancy Services fo, O"" Road(28'4 Km)includlng +-Lane Bridge over sihala n'.ir*.v p."u, ff :i3 s*,url dvp""" and Kahuta Page I 12 I I Ccntract Negotiatioits I

Contract Negotiation

Consultancy Services fo, D"" Road (28'4 Krn) including 4-Lane Bridge over Sihala pass, f;rli3 n-uir*"y s*,"ta e;."" and xihuta Page | 13 I I Contract Negctiations 22. llncormrror Meprrlyc s,bsequent I upon erpprovalof Mernber (Engg. coord.) for combined Evaluation Report, M/s NESPAK(pvt.) Ltct. in JV with M/s New Vision Engineering consultant (ht.) Ltd. the highest ranlied consurtants I were invited vide NHA Letter No.5(466)/DIR(P&CA-III)/NHAIL8/ rs6 dated 28th March, 2or.g for contract negotiations. The contract negotiation I meeting was held on 29:cnMarcn, ZOtg. 23.

I NHA's Proposals opening and Evaluation cornmitiee comprising following I'II{A cfficers negotiated contract with the highest ranked I Consultants: a) GM (planning) I b) GM (Engg Coord._II)_Gop/Const. c) GM (Design) d) GM (Finance) I e) cM (p&CA) 0 Director (planning) I g) Director (p&CA) _ III h) Deputy Director (p&CA) _ II The contract negotiations t with the highest ranked consultan.ts were successful and the draft contract was also finalized/ agreed at the amount of Pak. Rs.98,3g2,926/- (inclusive of all wpes of Direct/ Irrdirect local taxes). I The proceedings of contract negotiation meeting have been covered in the minutes of contract negotiation which along with attendance record of the participants (Negotiation committee I members and authorized representatives of the consultants) are attached for reference and record (Ref: Annexure_I|. I 24.

Reference is made ,,Engaging to chapter No.4, consultants & I Administration of consurtancy services" of NHA code-2oos vorume-I, Page83 under section-Il "powers', sub-section (2) - Local consultants, in Table Iv-2, row I No. A (i); NHA Executive Board has Full powers for approval of cost of local consultancy services and acceptance of bid for T engagement of consultants. 25. Rpcorvrupnpettols

25.r rhe opening & Evaluation I committee recommends that proposal for award of ,,Design Consultancy Services for Review and Construction Snupervisi o n fo r I D ual izapo*:ef_(awat pinOi _f afru ta Road (28.4 Km) lncy Services for Design Rer I Rpaf|28,4 Km) ine,tuding 4- I I I Contr:act Negotiations including 4-Lane Bridge over Sihala Railway pass, Sihala Bypass and Kahuta Bypass" to M/s NESPAK (Pvt.) Ltd. in JV with M/s New vision I Engineering consultant (Pvt.) Ltd. at the evaluated/ agreed financial proposal of Pak. Rs.98,3g2,926/- (pakistani Rupees Ninety Eight IVlillion, Three l Hundred Eighty TWo Thousand, Three Hundred and Twent)z Six Only) may be presented before NHA Execulive Board in its t upcoming meeting for approval. 25'2 The opening & Evaluation committ-ee also submits the minutes of ccntract I negotiation meeting at Annex-I for kind perusal of Mernber (Engg. Coord.) and a-pproval of Chairman NHA. I 26. Sqstrrssron The committ-ee para submits 2s for approval of chairman, NHA, I please. I ,/d,,, Director (P&CA-IIi) Iq (P&CA-rr) Director (Planning)

n Vnc a.+o\ 'L*LJ[__.{,l t li General Manager General Manager ral Mana{er (Design) (P&cA) +^; GoP/Const. General Manager General (Planning) Manafr (Finance) Convener

MBrusenfEdc. coono.l 27.

Consultancy Services fo. D""is.E-[-.l ;tt";;f R.*"Ip",dt_ Kahuta Road (28'4 Km) including 4-Lane Bridge over Sihala n^"it*"y 'pass, q'e' Sihalau'rera uJl Bypass Bypass and Kahuta Page | 15 ContractAgreement t t I ls- I I F NATTOtrA& HTGENVAYAUTHORITY hoanrement & Contract Ad.ministration 28 Section lrE MauueArea, G-9/1, Istamnbaa n oit_gu';/ii"B Gsr_s26041s Ref:6(466)/Dir (p&cA)-rrr/NHA/ rs zso / 25s May;,!Q1g llr M/s ilettonal Englneerlng gervlces pskleten Fn.l Ltd. In Jlf erttli M/s lvew Vtston IE Englneedng Coneultent Address: Highways_ & Transportation Engg. Section, NESPAK House, 2nd Floor, Attaturk lr Avenue, Sector g--S/ Z, Islamabad pa*lstan, Phone: +92-51-92219t}-lg Exfi 2t 1_13 Falc +92-5I-2274016 l;l Enalft nespak.hte@ernail. com Subject: IE p-gg[zettonslr ll The consultancy Agreement for the subject services duly signerl on 23'd May, 2Or8, between National Highway Authority and the consultants, Til M/s National Engineering senrices Pakistan (Fnt.) Ltd. in w with M/s New vision Engineering consultant, is enclosedfor your furtJrer f, ! necessary action, please. - / t-^'/ 'ClG tl {MUIIAIIIMAD AZAtrTU Director Encl; As mentioned above (p&CA) i! Dlstrlbuflon: - General Manager (IMDC), NHA, Islamabad; - Il General Manager (Design), NHA, Islamabad; General Manager (B&A) NHA, Islamabad; Project I Director (Rawarpindi-Kahuta Road), NHA, Islanrabad; National I Accountability Bureau (Nffi ), Islamabad; I P&CA F Record (Copy & Originat Consultancy Agreement). I Copv for klnd lnforraaHon: - Member (Engg. Coord.),NHA Islamabad; - Member (NZ), lgHA peshawar; t - Member (Planningf, NHA Islarnabad; - GM (Planning), NHA, Islamabad; I - GM (EnggCoord.)-[, NFIA, Islamabad; - GM (Finance), NFIA, Islamabad; - cM (P&CA},NHA, Islamabad; - Director I - (Planning), NI{A, Islamabad; I SO (Tech)to Chairman NHA, Islamabaci. II ! t National Highway Authority (Procurementand Contract Administration Section) E 2SMauveArea, Sector G-9 I l, Islarnabad(Pakistan) t Phone:+92-51-90327 27, psas +92- 5l-9260 419 T I I CONSULTANCYCONTRACT I (DocumentNo. 7.'-! t; !.{S t (TimeBased) I between National Highway Authority I and t ItzllsNational Engineering Services Pakistan (Pl.t.) Ltd. (NESPAK)in JV with h/7sNew Vision Engineering I Consultant I for t ConsultancyServices for DesignReview and Construction Supervisionfor Dualization of Rawalpindi-Kahuta Road rll (28,4 Km) including 4-LaneBridge over SihalaRailway Pass,Sihala Bypass and Kahuta Bypass il il (PagesI to 132) il Muy,2018 I! tr ll ll TABLE OF CONTENTS PageNo. Authority letters iv ln L CONSUL?'ANCY CONTRACT AGREEMENT I II. GENERAL CONDITIONS f! OF CONTRACT 5 1. GENERAL PROVISIONS IT 5 l.l Definitions I 5 1.2 Law Governingthe Contract 1.3 Language 6 ll 1.4 Notices 6 1.5 Location 6 6 1.6 AuthorisedRepresentatives II 1.7 Taxes 6 7 1.8 Leaderof Joint Venture 7 ,lI 1.9 Relationbetween the parties 7 l.l0 Headings 7

2. COMMENCEMENT, COMPLETION, MODIFICATION, AND TERMINATION OF ;tt CONTRACT 7 2.1 Effectivenessof Contract 7 2.2 Terminationof contract for ;i Failureto BecomeEffective 7 2.3 Comrnencementof Services I 2.4 Expirationof Contract 2.5 Modificarion 8 It E 2.6 Exensionof Time for Completion 8 2.7 Forc.eMajeure 2.7.1 Definition 8 f 8 2.7.2 No Breachof Contract 9 2.7.3 Extensionof Time 2.7.4 Payments 9 f 9 ?.8 Suspensionof Paymentsby the Client 2.9 Termination 9 9 2.9.1 By theClient f 9 2.9.2 By theConsultants l0 2.9.3 Cessationof Services l0 2.9.4 Paymentupon Tennination ll f 2.9,5 Disputesabout Eventsof Termination 11 tnI tr 3. OBLIGATICNS OF TIIE CONSULTANTS 11 3.i General ll 3.1.1 Standardof Performance ll tl 3.1,2 Law GoverningServices t2 3,2 ConsultantsNot to Benefitfi'om Commissions, Discounts, etc. t2 3.3 Confidentiality 12 3.4 Liability of theConsultants t2 tf 3.5 Other Insurancesto be Takenout by the Consultants l3 3.6 Consultants'ActionsRequiringClienfsPriorApproval 13 3.7 ReportingObligations l3 lr 3.8 DocumentsPrepared by the Consultantsto bethe Propcrtyof the Client l3 3.9 Equipmentand Materials Fumished by the Client I4 l3 3.10 Accounting,InspectionandAuditing t4 4. CONSULTANTS'PERSONNEL AND SUBCONSULTANTS t4 l1 4.1 General t4 4.2 Descriptionof Personnel t4 4.3 ApprovalofPersonnel t4 fl 4.4 Working Hours,Leave, Overtirne, etc. l5 4.5 Removaland/or Replacement of Personnel 15 Il 4.6 ResidentEngineer t6 5. OBLIGATIONS OF THE CLIENT t6 fl 5.1 Assistance,Coordination and Approvals l6 5.1.1 Assistance t6 5.1.2 Co-ordination t6 ft 5.1.3 Approvals t7 5.2 Accessto Land t7 5.3 Changein theApplicable Law t7 5.4 Servicesand Facilities T7 il 5.5 Payments t7 5.6 CounterpartPersonnel T7 it 6. PAYMENTS TG TIIE CONST]LTANTS 1E

6.1 CostEstimates, Ceiling Amount l8 !T 6.2 Remunerationand Reimbursable Direct Costs(Non-salary Costs) l8 6.3 Currencyof Payment l9 6.4 Mode of Biiling andPayment l9 hr 6.5 DelayedPayments 2l 6.6 AdditionalServices 2l tl 6.7 Consultants'Entitlement to SuspendServices 2l tE d l' I I I il I E

7. FAIRNESSANI} GOODFNTH T ! 2l 7.1 GoodFaith 7.2 Operationof theContract 2l l, I 22 8. SETTLEMENT OF'DISPUTES 22 fr t 8.1 AmicableSettlement 8.2 DisputeSettlement 22 22 9, INTEGRITY PACT I I 22 IIr. SPECIALCONDITIONS t'I OF CONTRACT 24 IV. APPENDICES 39 AppendixA- Dcsuiptionof I I theServices 40 AppendixB- ReportingRequirements AppendixC- Keypersonnei 85 andSubconsultants 86 jn,Foreisncurrency (Not used) 87 lf f:*:jll E-S_B-reakdo*n Cg.Ttracr prices in rocd"cuo"icy Appendixftf:li: "".::jj:y:I:^":T:.,31:".:I 89 F- Servicesand Facilities to be providedfy flr" 6ir''"" Appendix G- Integritypact 97 tr 98 v. ANNEXUR"ES r00 Annexure-IMinutes of pre-proposalMeeting if Annexure-Il l0l Minutesof ContractNegotiatioi Meeting Annexure-Ill t04 lr Joint VentureAgreement n4 ll Il [fl !r l-r Ir r{AroirAL-T$lTf MirEo$Hffi ,:Il*.9":,r"T.}ii95?.r*f:"u,:il,r.ylrrfo'"if"A*" tl HrcHwAysANDTRANspoRTATToN ENGTNEEruNG prvrsloN

tr Ref: 099/104/RB/03/S t * Dated:May 8, 2018

GeneralManager (P&CA), l! NationalHighway Authority, 27 -Mauve area,G-9/1, lg lslamabad. ls AUTHORITYLETTER l1 DearSir. Mr. JawadUl Haq,Principal Engineer of NESPAK'sHighway and Transportation ll EngineeringDivision (H&TED) is herebyauthorized to signthe ContractAgreement for (ConsultancyServices for DesignReview and ConstructionSupervlsion for IF Dualizationof Rawalpindi- KahutaRoad (28.4Km) including 4-LaneBridge over sihala RailwayPass, sihala Bypass and Kahuta Bypass) on behalfof fl NationalEngineering Services of Pakistan(Pvt.) Limited with association of M/sNew VisionEngineering Consultants (Pvt.) Ltd.

fr Thankingyou, Yourstruiy, ir for NationalEngineering Services of Pakistan(Pvt.) Ltd. !r

tt AuthorizedRepresnntative fI lI rll rlil Telephone:92-42-99090000 Fax : A092-42-9923L976,99237950,95160359 E-mail : TUV P.O. Box : 1351Lahore civ) f Website : htCp//www.nesoak.com.ok fr I ,L\ewET Tvovrsrron . ENGINEERINGCONSULTANI IB IE Ret: NVE C/FIO/I.IHN 20 l B/ 00 l Date: 6h April,2018 IE 'l'o Genera! Manager (p&CA), National HighwayAuthoity, IE 27-MauveArea, C,-gll, Islamabad

IT STIBJECT: AUTITORITYLETTER DearSir,

Mr' Muhammad Asi{, Manager(Technical) l! leneral of New vision Engineeringconsultant is hereby authorized t:.tiq cgntragtigt"etnerrt of (consriltancyservlces for Design Review & construction supervisionfor Duaffzatii of Bawatplnd:K;;l;Road (2g.4Km) tnctuding4-Lane lE Brldge over slhala Rallway Pacr, slhata .,i,'"t-,nypa* LJ.K"h;;-"-,,,'*-'u Bypass)on behalf of New vision EngineerihgConsultant. ,, : i It ThankingYou, : Yourstruly, It For New Vlslon EngineeringConsultant It tE tE ,r f f

Headoffice: office # 8-6, 2ndFloor, Masood Arcade,IJp Road,Islamabad. Tel: 05I 484837 4 Fax:05 I 484837 S, E-mail: newvisionec @yahoo.com Regionaloffice: 9814-2,Babar Block, Garden Town, L,ahorc. Tel: M2 35911695 @@ffi b' . ., b." d T i. I f- :-: lf' I :I t F;, I L t' i'+ T ! -, Sr Fi

I E, b

F"t t E

PJ. F. t E; F ta;lil I & I ConsultancyContract Agreement L I for

DesignReview and ConstructionSupervision for Dualizationof Rarvalpin'.'..='-.'='..

f I lr., Kahuta Road (28.4Km) Including 4-LaneBridge over Sihala Railway Frls!, s' EJ SihalaBypass and Kahuta Bypass 13"[.r,uof""it i? I E. a; mt{: I €f,

I Ft. li' t Ei

I{l (i) bJi M/s National EngineeringServiccs Pakistan (Pvr.) Ltd. (NESPAK),Highw.al,s I & TranspotlationEngineering Section, NESPAK House, rnd Floor, Artaturk fi Avenue.Scctor G-5/2, Islamabad (Lead N{ember); Sl I -. and ii,: ;!- (ii) N{/s Ncrv Vision EngineeringConsultant, Office No. 8-6, 2n'rFloor, N{asood t s r\rcade,IJP Road, Islamabad(JV lr{enber), (hereinafter collectivclycalled the "Cousultants"which expressionshall includeits successors, E-.i legalrepresenlative.s and penni tted assigns). I 84, WHI]IIEAS

(a) I theClient has retluesterl thc Consultants 1o provide certain consulting scrvices as dcllned in thc cie'e'al conditionsr,i aontractattacnco ro this contract (herernarrrrc.er.:u rhl T "Scrvict's"),in.i

I -l- t T I I :t:i Fi I ;"{ -T rg sNE a I s

'-t ':-11 ::4 I

t! lfl I

'q I g -l r$.;l L*il 'si "l i{c :.' L{ ;,4 I ":?

ia .5 I i!l T :J I i1r :.:.il I H fi I ti,l

'.:a:1 I j I ',J .l _l ;i'! ''-,.t"'s- :.: :? l:1i l;- i .-. -J :.,; . /,-j , ii : i","'.t' T

,q l[J I &i I HE I ffiE J I I I $e I fle (b) the consultants, havingrcprcsented to the client thatthey have the requir,.dprofessional skills,and personnel andtechnical resources, havc agreed to providethe Ssrviceson the I tE tennsand conditions set forth in this Contract; .il:::-}. NOw TIIEREI'-ORE -''.:::-'-., ) lE thc Partieshereby agree as follows: - ! T l' The follou'ingdocunrents altachedhereto shall be deemedto form an int!'giai:ai-. gilrSis lE Contract:

:.'- :.: l \:-.i.:-'. i' I ls (a) the GcncralConrJitions of Contract; (b) the SpecialConditions of Contract; I E (c) the followingAppendices: Appendix .{: Dcscriptionof thc Sen,ices/Termsof Reference I AppendixB: ReportingRequirements t AppcndixC: Kcy pcrsonncland Sub_consultants AppendixD: Breakdovrn price of Contract in ForeignCurrency {i{ot:lsed) t Appendix E: Brcakdorvnof contractprice in Localcurrcncy T AppendixF: Services & Facilitiesto be.ProvidedBy the Clientaici Counterpart ffi Personnelto beMade Available to rhe'consultantsby, the crient. AppendixG: Integritypact I Annexure-l: Minutesof pre_proposalMeeting E Annexure-ll; lvlinutesofConrract NegotiatioriMeeting T g Annexure-lll: JointVenture Agreement 2' Themutual rights and obtigations of theClient and the consultants shall :re as set forth in theContract, in particular:

I E (a) the Consultantsshall carry out thc Scrvicesin accordancervith theprovisions of thc H Contract;and (b) t the Cri::t lh:ll ,t-.llte rn the (\6perrlrants ;:?r,hAnrc in ?Ccord?11cewith the ,rro'isions of thecontract' rr I : . .

I -2 I I I T t T 'i .J ;i I jg { jg T 5 =H

i:l:a I ,21

IF I

..,4rq I ".dB Ll I 13 +{ .::s "t

fl E "T ;3 i{ .r!

:t T 3

.

rtl;a 1:l T :ix :.I T .{l ia I :t

it

b-lD T

-, ,j t ,l r ./':.,{ ili-l E , f: C)f.i r+i!$ f 'l : t'i':j .{i{ "'!" I :fr" ru I F.r ai. I i: I Fj. Ii I E E Ii'l t E t F I E t E t H IN WITNESS WIIEREOF',the Partieshereto have causedthis Contractto be signed in their E respectivenames in tr,r'oidentical parts, each of rvhichshall be deemedas the original, as of the I g day, monthand year first abovewritten. Fo; enciirri i:eha:i'o j' NATIONAL HIGHWAY AUTHORITY I E Vitncss (i,:-"trrto I Signature-= ____ F Ne.nti-__- Name------e[oitrman fiuwhd Refiws }lstik j'irlc Title NotlonalHtghwoyAuherty I E ffi E Forand on behalfof I M/s NationalEngineering services pakistan (pvt.) Ltd. (NESPAK) in JV with E M/s New VisionEngineering Consultant T M/s NESPAK(Pvt.) Ltd. (Lead Member) ffi Witness I Signature ffi Signature I Name ,. -,...:j r- Name ff { l'li l-iile t B lWsNew VisionEngineering Consultant (JV Member) H Viness I Si'::.:;r,'.'

] t )iati:e ,: Name CNIC -'; I # Title I -3- I I I t lq I H g I g I # t ffi I H I H 't at g I g t g I a I 3 J T $ fl t a I

;l ,'J I 'l i ..r'r"t -.s 4,f .'oorrr/*"f, *,,/fi'"*r, Fu,F r{'_-. 'a I *,{J-/t€ grlSt t llr? 1'.1 ,,? I ti F 'i a,! I nH ii i! t; "t 3 I I t ffi I H 'l fl g I H I fl I fl I t -l fl I f, ffi I H I ,E| I H I H I

aH E .H I 3 ,E I 'ri 'l

:l- 'l :A Llt

n .q I