a

NATIONAL HIGHIITAY AUTHORITY Procurement&ContractAdministrationSection

/.(. No. 6(461)/DIR-III(P&CA)/NHA/ 18 / 3 8 } ,t8 September, 201,8

Director General Public Procurement Regulatory Authority 1"t Floor FBC Building near State Bank, Sector G-5/ 2,Islamabad

Subject: ANNOUNCEMENT OF EVALUATION REPORT (PPRA Rule-351: Consultancy Services for DesiEn Review end Construction Supenrision for Dualization and Improvement of Indus Hiehway N-55: Packase-I Saral Gambila to Karak (61 Kml

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

Copy for hind information to: - Member (Engineering-Coord),NHA; - Member (Planning), NHA; - General Manager (P&CA),NHA; - S.O. (Tech.)to Chairman, NHA. a EVALUATIONREPORT

1. Nameof ProcuringAgency: NationalH ighway Authority 2. Methodof Procurement: SingleStage Two Envelope Procedure 3. Titleof Procurement: DesignReview and ConstructionSupervision for Dualizationand lmprovementof lndus HighwayN-55: Package-lSarai Gambilato Karak(61 Km) 4. TenderInquiry No.: 6(461) 5. PPRARef. No. (TSE): TS340072E 6. Date& Timeof Bid Closing: 23'dJanua ry, 2018at 11 30 hourslocal time 7. Date& Timeof BidOpening: 23'dJanuary,2018 at 1200hours local time 8. No of BidsReceived: Six(06) Proposals were received 9. Criteriafor Bid Evaluation: Criteriaof BidEvaluation isattached at Annex-l 10. Detailsof Bid(s)Evaluation: As below

Marks Rule/Reg u lation/SBD**/ PolicylBasis for Technical Total EvaluatedCost* Name of Bidder Financial Rejection/ Acceptance (if (out of (PKR) (if applicable) as per Rule applicable) 1000) 35ofPPRules.2004. 1) M/s National Engineering Services Topscoring JV (Pvt.) Ltd. in 595 181 776 132,734,350 combinedevaluation (NESPAK)in JV with (PPRARule 36(b) (ix)) M/s Turkpak International(Pvt.) Ltd.

2) M/s Associated ConsultingEngineers - ACE(Pvt.) Ltd.in JV with M/s Prime 614 157 771 152,918,284 2nd Engineering& Testing Consultants (Pvt.) Ltd.and M/s PAVRON

3) M/s IndusAssociated Consultants(Pvt.) Ltd. in JV M/s UmarMunshi 567 204 767 119,867,465 3rd Associates and M/s NewVision Engineering Consultants.

ConsultancyServlces for Design Reviewand ConstructionSuperuision for Dualizationand lmprovementof lndus Highway N-55: Package-l Sarai Gambila to Karak (61 Km) Page 1 of 2 o EVALUATIONREPORT (AsPerRu le35ofP PRU |es.2004)

Marks Rule/Regulation/SBD**/ Policy/Basis for EvaluatedCost* Nameof Bidder Technical Total Rejection/ Acceptance (if Financial (out of (PKR) (if applicable) as per Rule applicable) 1000) 35ofPPRules,2004. 4) M/s PEASConsulting (Pvt.)Ltd. in JV withM/s Partners in 556 PPRARule 36(b) (v) Developmentand M/s Spectra Engineering Solutions

5) M/s Asif Ali & Associates(Pvt.) Ltd. in JV M/sA.A. Associates, M/s Associated 517 -do- Consultancy Centre (Pvt.)Ltd. and M/s HA Consultancy

6) Mls Consulting AssociatesPeshawar in JV with M/s Republic Engineering 435 -do- Corporation(Pvt.) Ltd. and M/s Loya Associates

.EC is the Evaluated Cost used for evaluationpurpose and includes only the cost of competitive component(i.e. Remunerationand Direct Non- Salary Cost) and is exclusiveof ProvisionalSum, Contingencyand lndirectTaxes.

Top Ranked Bidder: M/s National Engineering Services Pakistan (Pvt.) Ltd. (NESPAK)in JV with M/s Turkpak International(Pvt.) Ltd.

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

Signature: OfficiafStamp:.. . ^cger 4 O ircfri..r.r,' f&,A tloi'i'"'' 'ghi1! A'uthoritY ** stan d a rd Bi dd i n g D s ol. "!dJ#Lrr9f81"

ConsultancyServrces for Design Review and ConstructionSupervisionfor Dualizationand lmprovementof lndus HighwayN-55: Package-l Sarai Gambila to Karak(61 Km) Page2 of 2 I

NationalHighway Authority

FRi[xo,vriSrwAys

Annex-I Criteria FOq. Bid Evaluation

ConsultancyServices for DesignReview and ConstructionSupervision for Dualizationand Improvementof Indus HighwayN-55: Package-I Sarai Gambila to Karak (61 Km)

Septemberr 20lS

MINUTES OF PRE.PROPOSAL MEETING HELD ON 9th Januarv.201,8

Consultancy Services for Design Review and Construction supervision for Dualizatin & Improvement of Sarai Gambila to Karak Section of Indus Highwav N-55 (61 km)

A Pre-ProposalMeeting was held in NHA Auditoriumat 1100hours on 9'nJanuary, 2018 to discussthe Requestfor Proposal (RFP) for the SubjectServices. Following NHA officers and representativesof prospectiveconsultants attended the meetins:

. NationalHighway Authority

GeneralManager (Planning) Direotor (P&CA) - III DeputyDirector (P&CA) - II AssistantDirector (Design) . Consultants

Mr. Abdul Hameed M/s RepublicEngineering Coorporation. Mr. QaziAhsan M/s NESPAK(Pvt.) Ltd. Mr. Niaz Ahmad M/s ABM Engineers Mr. AdeelBar M/s SGA Pakistan. Mr. M. Sarwar M/s ACE (Pvt.)Ltd

2. The queries submitted during the above mentioned pre-proposal meeting and their clarifications/replies are summarized below for information of all prospectivebidders:

Sr. Reply No. Queries We havegone through clause 5.2.1 (1-b) on page Not Agreed,proceed as per RFP. 127-128that it has been specifiedthere that the billing consultancyfirm must haveexperience of constructionsuperuision of at least I bridge over a major river with minimum length of 500 m. This has given rise to 2 following questionin our mind: That the project is aboutthe Dualizationof Indus Highway (N-55) from Karak to and we believe that the alignment does not cross any major river and this condition appear to be superfluous.It this is correct.We requestyou to deletethis condition. 2. We are going to compete as Joint Venture with Formationof Joint Venturefor submissionof Techno in this Bid. We would appreciateif it is bid is at discretionof consultants,however it is clarified that either of the companiesof Joint worth to mention that proposal will be Venturehas supervisedsuch a bridge,then it will evaluatedjointly assingle entity. meet the requirement of the RFP for the Joint Venture (JV) ... ooo0 ooo ... TenderNo. 6(461)

NationalHighway Authority

tRifxoryri$r.,.,Ars

REQUESTFORPROPOSAL

COxSULTANCY SERVICES FOR DnSrcNRnvrnw ANDCoNSTRUCTIoN SupnnvrsroNFoR DunlrzATrox & IvrpnovEMENToF S,tn.q,.rGavruLA ro KaRAK SncrroNor Ixnus HrcHwAvN-55 (61 KM)

(aage1 to 128)

JaNuanv,2018 I I I Tableof Contents I Sr. # Description PageNo. 1. Letter of Invitation (LO! (ii)

I ) Instructions to Consultants (Annex A) 01 I 3. Data Sheet (Annex B) 08 I 4. Technical Proposal Forms t7 f,. Financial Proposal Forms 33 I 6. Appendix A (Terms of Reference) 44 I 7. Appendix B (Person-Months and Activity Schedule) 77 8. Appendix C (Client's Requirements from the 78 I Consultants) 9. Appendix D (Personnel, Equipment, Facilitieso and I other services to be provided by the Client) 10. Appendix E (Copy of Model Agreement) t I I I I I I I I I I I GOVERNMENT OF PAKISTAN NATIONAL HIGHWAY AUTHORITY I 28-MauveArea, C'-9/1,Post Box No. 1205' ISLAMABAD Dated the I Ref No. I LETTER OF INVITATION To, I All consultants Gentlemen!

I We extend wafin welcome to you and invite you to participate in this project. We hope that you will live up to your reputation and provide us accurateirrfonnation so that the evaluation is carried out 'Just and transparent".Please understand that the contentsof this RFP, I where applicable, shall be deemedpart of the contract agreement.An example to this affect can be the contents of your work plan and methodology which you shall be submitting in your Technical Proposal. Since that is the basis of the selection"therefore, it shall become part of the I contract agreementsubject to approval/revisionsof the same by NHA during the negotiations. Similarly, all other servicesand the content contributing to servicesshall be deemedpart of the contract agreementunless it is specifically mentioned for any particular item up-front in your I Technical Proposal which obviously will make your Proposal a conditional proposal whereby, authoizingNHA to may or may not considerto evaluateyour Proposal.Please understand that if no such mention appearsup-front (i.e. on &ont page of Technical Proposal) then it shall be I deemedthat the consultant is in 100% agreementto the above. You are also advised to kindly read the RFP thoroughly as it can drastically affect the price structure for various services which may not be appearing directly in the terms of reference. In the end, we appreciate your I participation and hope that you rvill feed a good proposal to merit considerationby NHA.

Your attention is particularlv drawn towards paraeraph 1.10. 3.1.1. subparagraph3.1.2 (d). I parasraphs3.1.3. 3.1.5. 5.2.1 and 6.5 of Instructions to Consultants(Annex A) as well as subparagraphs1.7 (v). i.7 (vii). 1.7 (viii). 1.8 (a) and 1.8 (b) in Data Sheet(Annex B) and Note under the Table for cheok list of Required Forms (jn Technical Proposal) to avoid the risks of I Disqualifi cation/ Rejection/ loosin e marks/ Penalty.

However. the Client at its own discretionreserves the right to EITHER seek clarification on non- t comsliance of the Instructions and rectify or not the shortcomings only in Technical Proposals (under sirnilar treatment to each consultant). OR not. prior to opening of Financial Proposals fwhich shall be kept unopenedtill complete evaluation of Technical Proposals).No alteration in I Financial Proposals shall be made except during the negotiations subiect to Procurement of I ConsultancyServices Rezulations 2010 as notified bv Public ProcurementRegulatory Authoritv.

GeneralManager (P&CA) I Telephone:+92-5 I -9032727, Fax:+92-51-9260419 E-mail: [email protected], I Website:www.nha. gov.pk I t I I I I ATTACHMENTS

I Instructions to Consultants(Annex A) I Data Sheet(Annex B) Technical ProposalForms

t Financial ProposalForms I Appendix A (Terms of Reference) Appendix B (Person-Monthsand Activity Schedule)

I Appendix C (Client's Requirementsfrom the Consultants) I Appendix D (Personnel,Equipment, Facilities, and other servicesto be provided by the Client).

I 9. Appendix E (Copy of Model Agreement) t I I I t I I .$-t! ''. t I I l Annex A I INSTRUCTIONSTO CONSULTANTS l. GENERAL

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

7.2 A brief description of the assignmentand its objectives are given in the Data Sheetwhich t are elaboratedin Appendix A (Terms of Reference)to this RFP.

1.3 The assignment shall be implemented in accordancewith the phasing indicated in the I Data Sheet. (When the assignmentincludes several phases,continuatit'rn of services for the next phase shall be subject to satisfactory performance clf the previous phase, as t determinedby the Client). t.4 The Client (NHA) has been entrustedthe duty to implement the Project as Executing Agency by GOP and funds for the project have been approvedand provided in the budget I for utilization towards the cost of the assignmentoand the Client intends to apply part of the funds to eligible paymentsunder the Contract for which this LOI is issued.

I 1.5 To obtain first-hand information on the assigrunentand on the local conditions, you are encouraged to pay a visit to the Client before submitting a proposal and attend a pre- proposal conference if specified in the Data Sheet. Your representativeshall meet the T official named in the Data Sheet.Please ensure that the official is advised of the visit in advance to allow adequate time for him to make appropriate arrangements. You must fully inform yourself of local couditions and take them into account in preparing your I proposal.

t.6 The Client shall provide the inputs specified in the Data Sheet, assistthe Consultantsin t obtaining licenses and permits needed to carry out the sewices, and make available relevant proj ect data and reports.

I t.7 It is notified that: t i. The cost of preparing the proposal and of negotiating the Contract, including visit to the Client, are not reimbursableas a direct cost of the Assignment,and I ii. The Client is not bound to acceptany or all of the proposalssubmitted. 1.8 An invitation to submit proposalshas been sent to the firms as listed/statedin the Data T Sheet. I 1.9 In order to avoid conflicts of interest: A firm that has been engagedby the Client to provide goods, works, or non- consulting servicesfor a project, or any of its Affiliates, shall be disqualified from I providing consulting services resulting from or directly related to those goods, ti,,, works, or non-consulting services.Conversely, a firm hired to provide consulting servicesfor the preparationor implementation of a project, or any of its Affiliates, I iri' PageI of128 t I

I shall be disqualified from subsequently providing goods or works or non- consulting servicesresulting from or directly related to the consulting servicesfor I such preparationor implementation.;and 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 T anotherassignment of the Consultantfor the sameor for anotherClient.

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

I 2.2 Consultantsrequiring a clarification of the Documentsmust notity the Client, in writing, not later than Fourteen (14) days before the proposal submission date. Any request for clarification in writing, or by cable, telex or tele-fax shall be sent to the Client's address I indicated in the Data Sheet. The Client shall respond by cable, telex or telefax to such requestsand copies of the responseshall be sentto all invited consultants.

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

I 3. PREPARATION OF PROPOSAL

Desiring consultants will submit a Technical and a Financial Proposal. The proposals I shall be written in English language. I 3.1 Technical Proposal 3.1.1 The Technical Proposal should be submitted using the format specified and shall include duly signed and stampedforms appendedwith the RFP. This is a mandatory requirement I tor evaluationof proposalsand needsto be filled up carefully. t The proposals should 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 original by authorized representativeof the firm/JV. A11 the pages must be numbered I starting from first page to last. Any proposal found not adhering to these requirements may be rejected atthe time opening.3,l.2 In the Technical Proposal, the general approachand methodology shall be proposedfor carrying out the servicescovered in the t Term of Reference,including such detailed information as deemedrelevant togetherwith consultant'sappreciation of the Project from provided details and a. A detailed overall work programmeto be provided with timing of the assignment I of eachKey Personnelor other staff member assignedto the Project. b. An estimateof the total number of person-monthsand Project duration required. t Page2of 128 I I

I c. Clear description of the responsibilities of each Key Personnelwithin the overall work programme.

I d. The Curriculum Vitae of all Key Personnel and an Affidavit on stamp paper duly attestedby Oath Commissioner to the effect that the proposedpersonnel shall be available for the assignment in the project duration and their present place of duty I may also be mentioned. Failure to provide the Affidavit may result in to no further evaluation of the proposal. The consultants are advised to suggest such T namesthat shall be available for the Assignment. e. The Technical Proposal shall include duly filled in forms provided in this RFP: the name, background, and professional experienceof each Key Personnelto be t assignedto the Project, with particular reference to his experienceof rvork of a nature similar to that of the proposedassignment.

I f. Current commitments and past performance arethe basic criteria in evaluation of Technical Proposal. Consultants are required to provide the details of present commitments/ongoing jobs as referred in the Form TECH-9 of Technical I Proposal. Further, the basis for considering the p:ut performance is the report from Design Section and ConstructionWing of NHA.

I 3.1.3 While preparing the Technical Proposal, consultantsare expected to examine all terms 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 I proposal should be preparedas per RFP and any suggestionor review of staff etc. should be clearly spelt out in Form TECI{-4. This will be discussedat the time of negotiation I meeting as and when called. Penalty against non-compliance with the maximum page requirement based in the 'CHECKLIST OF REQUIRED FORMS' provided in the Section of Technical I ProposalForms will be one (01) scorepoint per excesspage to be deductedfrom the total technical score. The consultantsare instructed to submit the CVs of Key Personnelby truly following the format attachedat Form TECH-5. The CV's submitted on format in I deviation to that specified are susceptibleof scorinq low. t I I I t t

I Pase3 of 128 t T- l 3.L4 During preparation of the Technical Proposal, consultantsmust give particular attention I to the following: i. Consultant may utilize the servicesof expatriateexperts but only to the extent for which the requisite expertise is not available with any Pakistani firm. In case of I 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 JV. Its I Power of Attorney on this account is to be enclosed.The Representativepartner shall retain the responsibility for the performance of obligations and satisfactory completion of the consultancy services. PEC registers a foreign consulting firm I for issuing license to provide consultancyservices in Pakistan,which is based on 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 available with Pakistani consulting firms. A copy of JV agleementto be provided at the time of finalizing the contract documentswith specific responsibilities and I assignmentsto be looked after by eachpartner. ii. Subcontractingpart of the assignmentto the other consultantsis discouragedand only individual Specialist Sub-Consultants (taving unique expertise which is not I available with others)may be included.

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

iv. The estimated number of Key Personnel person-months required for the I Assignment is stated in the Data Sheet. The proposal should be based on a number of Key Personnel person-months substantially in accordancewith the above number. However consultantsmay propose changesin the light of their t experience through particular comments on the TOR.

v. Proposedpersonnel should have experiencepreferably under conditions similar to I thoseprevailiug in the area of the Assignment.The minimum required experience of proposedKey Personnelshall be as listed in the Data Sheet.

I vi. No alternative to Key Personnelmay be proposed, and only one curriculum vitae (CV) may be submitted for eachposition.

I vii. If the Data Sheet specifies training as a major component of the Assignment, a detailed description of the proposed methodology, staffing, budget and I monitoring is to be provided. 3.1.5 The Technical Proposal shall not include any financial information. The Consultant's I comments,if any, on the data, services and facilities to be provided by the Client and indicated in the TOR shall be included in the Technical Proposal. A Technical Proposal containing any financial information will be treated as non-responsiveresulting in to t rejectionof the proposal. I 3,2 Financial Proposal 3;2.1 The Financial Proposal should be submitted using the format specified and enclosedwith . ., This is for proposals , this RFP. a mandatory requirement evaluation of and needs to be I Pase4 of128 I

t filled up carefully. The total cost is to be mentioned in the Form FIN-7 and accordingly in Form FIN-1 too. l 3.2.2 The Financial Proposal should list the costs associatedwith the Assignment. These normally cover remunerationfor staff in the field and at headquarters,per diem, housing, transportation for mobilization and demobilization, services and equipment (vehicles, I office, equipment, furniture, and supplies), printing of documents, surveys, and investigations.These costs should be broken into foreign (if applicable) and local costs. The Financial Proposal should be preparedusing the formats attachedas Forms FIN- I to I FIN- 7.

3.2.3 The Financial Proposal shall also take into account the professional liabilit;' as provided T under the relevant PEC Bye-Laws and cost of insurancesspecified in the Data Sheet.

3.2.4 Costsmay be expressedin currency (s) listed in the Data Sheet. T 4. SUBMISSION OF PROPOSALS

4.1 Consultants shall submit one original Technical Proposal and one original Financial I Proposal and the number of copies of each indicated in the Data Sheet. Each proposal shall be in a separateenvelope indicating original or copy, as appropriate.All Technical Proposals shall be placed in an envelope clearly marked "Technical Proposal" and the I Financial Proposals in 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 event of any discrepancy between the copies of the proposal, the original shall I govern. The original and each copy of the Technical and Financial Proposals shall be prepared in indelible ink and shall be signed by the authorized representative of the consultant. The representative'sauthorization shall be confirmed by a written power of I attorney accompanyingthe proposals.Al1 pagesof the Technical and Financial Proposals shall be signedby the person or personssigning the proposal.

I 4.3 The proposal shall contain no interlineations or overwriting except as necessaryto correct effors made by the consultantsthemselves. Any such corrections shall be initialed by the I personor personssigning the proposal. 4.4 The completedTechnical and Financial Proposalsshall be delivered on or before the time and date stated in the Data Sheet. The location for the submission of proposals is I indicatedin the Data Sheet. I 4.5 The proposalsshall be valid for the number of days statedin the Data Sheetfrom the date of its submission.During this period, consultantsshall keep available the Key Personnel proposed for the Assignment. The Client shall make its best effort to complete t negotiationsat the location statedin the Data Sheetwithin this period. I 5. PROPOSAL EVALUATION 5.1 Evaluation Procedure and Criteria I 5.1.1 A quality cum cost basedprocedure shall be adoptedin ranking of the proposals.The ,,:.. technical evaluation shall be carried out first, followed by the financial evaluation. Firms i "; shall be rankedusing a combined technical/financial score. l,- ,, Pase5 of 128 { ", l'' t I 5.1.2 The evaluation committee will correct any computational effors in Financial Proposals. When correcting computational errors, in case of discrepancy(i) between a partial (sub- I total) amount and the total amount, or (ii) between the amounts derived by multiplying unit price with quantity and the total price or (iii) betweenwords and figures, the formers will prevail. However, items describedin the Technical Proposalsbut not priced, in the I Financial Proposals shall be assumedto be included in the prices of other activities or items and no correctionsare made to the Financial Proposal.In casean activity or item is quantified in the Financial Proposal differently from the Technical Proposal, the T evaluation committee shall correct the quantification indicated in the Financial Proposal so as to make it consistent with that indicated in the Technical Proposal for further correctionby applying the unit price included in the Financial Proposal to the consistent/ T corrected quantity. However, the proposals that quote higher than the required input of person-monthsas per this RFP will not be adjusted.Whereas the proposalsquoting lesser than the required input of person-monthsas per this RFP shall be adjusted as follows. If I unit price for the subject person-monthis available, the same shall be applied; and if the unit price for the subject person-monthsis not available,highest unit price for an activity or item of the same category [international or national (Key Personnel or other I Personnel)l as provided in the Financial Proposals shall be applied. The Reimbursable direct cost shall not be adjustedand the sameshall be cappedfor the Assignment.

I 5.2 Technical Proposal

5.2.1 The evaluation committee appointed by the Client shall carry out its evaluation for the I project(s) as listed in Para 1.1, applying the evaluation criteria and point system specified in the Data Sheet. Each responsive proposal shall be attributed a technical score (St). Firms scoring less than seventy (70) percent points shall be rejected and their financial I proposalsreturned un-opened. I 5.3 Financial Proposal 5.3.1 The Financial Proposalsof the three top-ranking quali$'ing consulting firms on the basis of evaluation of Technical Proposals shall be opened in the presence of the t representativesof these firms, who shall be invited for the occasion and who care to 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 I proposal shall be publicly announcedto the attendingrepresentatives of the firms.

5.3.2 The evaluation committee shall determine whether the Financial Proposalsare complete I and without computational errors; all errors/discrepanciesand deviations from respective Technical Proposals as well as RFP shall be dealt with for subsequent scoring in I accordancewith procedure and criteria given in Para 5.I.2 herein above. The lowest Financial Proposal (Fm) among all shall be given a financial score (Sf of 1000 points. t The financial scoresof the proposalsshall be computedas follows: S/= (1000 x Fm)/F

I (F: amountof specificFinancial Proposal) 5.3.3 Proposals,in the quality cum cost based selection shall finally be ranked according to I their combined technical (St) and financial (S) scoresusing the weights (T : the weight given to the Technical Proposal, P : the weight given to the Financial Proposal; and T+P:l) indicatedin the Data Sheet: l,'l Y. Page6 ofl28 l "''. T I S : St xT Yo+S1fxPo/o

I 6. NEGOTIATION

6.1 Prior to the expiration of proposal validity, the Client shall notify the successful t consultant that submitted the highest ranking proposal in writing, by registered letter, cable telex or facsimile and invite it to negotiate the Contract. The proposed Chief T ResidentEngineer/ Resident Engineer shall also be invited to attendthe negotiations. 6.2 Negotiations normally take from two to five days. The aim is to reach agreementon all I points and initial a draft contractby the conclusion of negotiations. 6.3 Negotiations shall commence with a discussion of consultant's Technical Proposal including proposed methodology, work plan, staffing and any suggestionswhich may I have been made to improve the TOR. Agreement shall then be reachedon the final TOR, the staffing, and the bar charts, which shall indicate activities, staf{ periods in the field I and in the home office, staff months, logistics and reporting. 6.4 Changesagreed upon shall then be reflected in the Financial Proposal, using proposed I unit prices (no negotiation of the person-monthrates). 6.5 Having selected Consultant on the basis of, among other things, an evaluation of proposed Key Personnel,the Client expects to negotiate a contract on the basis of the I staff named in the proposal. Prior to contmct negotiations, the Client shall require assurancesthat the personnel will be actually available. The Client shall not consider substitutionsof Key Personnelexcept in casesof un-expecteddelays in the starting date I or incapacity of Key Personnelfor reasonsof health. Failure to assurethe availability of Key Personnelor substitution (equal or better) as exception only may result in rejection I of Consultant'sproposal. 6.6 The negotiationsshall be concluded with a review of the draft form of the contract. The Client and the Consultant shall finalize the contract to conclude negotiations. If T negotiations fait. the Client shall invite the consultant that received the second highest score in riurking to Contract negotiations. The procedure will continue with the third in casethe negotiation processis not successfulwith the secondranked consultant (and so I on). t 7. AW.A.RD OF CONTRACT 7.1 The Contract shall be awarded after successfulnegotiations with the selectedConsultant I and approved by the competent authority. Upon successfulcompletion of negotiations/ initialing of the draft contract, the Client shall promptly inform the other consultantsthat I their proposalshave not been selected. 7.2 The selectedConsultant is expectedto commencethe Assignment on the date and at the I location specifiedin the Data Sheet. I 4-t'' t Pase7 of 128 I I

I Annex B I DATA SHEET I LOI Clause# 1.1 The nameof the Assignmentis: Consultancy Services for Design Review and Construction Supervision for I Dualization & Improvement of Sarai Gambila to Karak Section of Indus Ilighway N-55 (61 Km)

t The name of the Client is: t National Highway Authority (NHA) 1.2 The description and the objectives of the assignmentare: I As per TOR 1.3 Phasingof the Assignment(if any): I -Nil- 1.5 Pre-ProposalConferences: t Yes No Pre-proposalconference will be held on: I 9thJanuary, 2018 at 1100 Hours in NHA Auditorium, National Highway Authority, 28 Mauve Area, G-91I, Islamabad. ) Name of the official is: lmtiaz Ahmed Khokhar t (General ManagerP&CA) E-mail : grpca.nha@ grnail.com I 1,6 The Client shall provide the following inputs: As per TOR and Appendix D I 1,7 Following sub-clausesare added:

iii. The supervision of the project shall commence upon undertaking of the construction t works by the contractor and shall be notified through issuanceof commencementnotice to the selected consultant by NHA. Any inordinate delay or cancellation of the construction work for any reason including non-availability of funds shall not entitle the t consultantsto any financial or legal claims. However when the project shall commence the supervisory consultants shall maintain the right subject to availability of proposed Key Personnel(professional staff) based on which the consultant was selectedor if the I delay is beyond six months then equally competent Key Personnelwith equal or higher qualification and experience shall be pre-requisite for consideration of issuance of commencementnotice by NHA. In casethe work is delayedor abandonedfor any reason I whatsoever,the consultantshall not have any legal recourse.

I PaseS ofl28 t I

I iv. The consultant shall be responsible to have the whole construction work completed through the contractor in a professionalmanner so that all items of constructionwork are completedfrom one end to the other including paying attention to site clearanceof debris I or any other leftover material. The trees/shrubsprone to landscapeand earth work slopes grassed in ROW. A11 signs of construction work dispensed with. To achieve this objective consultant may include the price for such incidental or ancillary service which I will lead to the final completion of the assignmentin the price quoted by the consultant who shall remain liable for making final measurementsof the Works and to issue Final Payment Certificate of the Contractor. No separatecosts ne payable as extra costs for T 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 entire construction work as per Works Contract with particular reference to I site clearancebefore taking over the project on completion. v. The consultantsmay better not to propose names of Key Persomel already proposed in other proposalswhich are being evaluatedby NHA or contract(s) awardedrecently. This I will affect adverselymarking of these Personnelin evaluation of the technical proposal. Their securedpoints are liable to be reducedby 50% if their nanles appearin more than t one previous proposal in which they are ranked No.1. Further the existing load of work with a firm shall be consideredas one of the factors for the considerationin the award of the contract.No CV of any alternatePersonnel shall be acceptedduring evaluation. I vi. Form TECH-4 is meant for cornments on provisious contained in RFP and TOR and unless the observationsare noted in this particular Form, anlhing written elsewhereon this account including financial implications. if any, shall be considered of no I consequencein the evaluation processand award of the contract. vii. Consultantsmay form a Joint Ventu'e (JV) to qualify for the Assignment in 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 successful negotiations. A JV may include at the most four members. To I promote the consultancy industry in the country 50 marks (out of 1000 for Evaluation) are allocated for Transfer of Knowledge in the form of JV with a new I less experienced firm by sharing at least 20o/oof Assignmentwith them. I viii. The term associates,if used in the proposal or otherwise shall not be considered as an alternative of JV rnember. Any personnelpfoposed for the Assignment but belonging to the so called associatesshall not be marked in evaluation of technical proposal like in I case of Sub-consultants (except individual Specialist Sub-consultantshaving unique expeftise which is rarely available OR an expatriatePersonnel) who are not supposedto t contribute in qualification of their main consultants. ix. Consuitant's Head Office Support will be mandatory during Supervision; the firm shall be bound to provide design input required on the Site or advice on contractual matters; t the cost for the samemust be built in the financial proposal. Responsibility for the team in field will be backed by the Consultant's Head Office; the Head Office will assumefull responsibilrty for the team in field. Any key position that remains vacant for more than I one month that was 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 chargerate of one month for that individual will be deductedfrom the invoice. This will be replicated for all missing key personnel. For the 2nd month, the compensationpayrnent will be doubled. For the 3'o month, an additional warning will be issued. If the issue persistsin the fourth month, the firm can be penalized by invoking conditions of contract and even to the

Pase9 of 128 {

"'I i''il' t

I 1.8 The invited firms are: Any firm meeting the following requirements: t (a) Valid Registration Certificate of Pakistan Engineering Council with relevant Project Profile Codes. Foreign consulting firms shall make JV in accordance with Bye-Law 6(2) and Bye-Law 9 of the Pakistan I Engineering Council (Conduct and Practice of Consulting Engineers) Bye- Laws 1986. Failure to provide valid Registration Certificate (license) of the firm (each member in caseof JV) by the PEC will entitle the Client to I reject the proposal. (b) Affidavit in original bearing the subject with project name on starnppaper duly attested by the Oath Commissioner to the effect that the lirm has I neither been blacklisted nor any contract rescinded in tire past for non- fulfillment of contractual obligations (By all partner firms in case of JV). Non submission of the affidavit may be treated as disqualification I resulting in to no further evaluation of the proposal. (c) Facilities available with the consultant to perform their functions I effectively (proper office premises, software, hardware, record keeping etc.) (d) Client's satisfaction certificates (Pedormance Reports) for the last three t relevant assignmentsfrom the respective Clients. Moreover any adverse report regarding performance of consultant on NHA projects received from NHA's any relevant quarter may becomebasis for its disqualification I from the Assignmentabove named in clause1.1. (e) Person-monthsof statf and Project Duration as per TOR. I 2.r The Documentsare: (i) Letter of Invitation. I (ii) Instructions to Consultants, (iii) Data Sheet, ! (iv) Technical ProposalForms, (\, Financial ProposalForms, I (vi) Appendix-A Terms of Reference(including Background information), (vii) Appendix-B: Person-Monthsand Activity Schedule, I (viii) Appendix-C: Client's Requirementsfrom the Consultants, (ix) Appendix-D: Personnel,Equipment, Facilities and Other Servicesto be I provided by the Client, and (x) Appendix-E Copy of Model Agreement (Draft Form of Contract & Appendicesetc.) I 2.2 The addressfor seekingclarification is: General Manager (P&CA) I National Highway Authority 28 Mauve Area, G-9ll,Islamabad. Phone: +92-51-9032727 I Fax: +92-57-93260419 E-mail: [email protected]

I Pase1.0 of 128 I I

I 3.1.4 iii. ProposedKey Personnelshall preferablybe permanentemployees who are employed with the consultantsat leastsix monthsprior to submissionof Proposal. I Yes { No The minimum number of person-monthsof Key Personnelis:

I Total Expatriates: _ Person-Months (Not used) Total Local Experts: 221.50Person-Months I v. The minimum required qualification and experienceof proposedKey Personnelis given in Appendix - A "Terms of Reference" t vll. Training is a major componentof this Assignment: Yes No

I 3.2.3 Professionalliability, insurances(description or referenceto appropriatedocumentation): i. The consultants shall be responsible for Professional Indernnity Bond of the t required amount at their own cost. This bond shall be in the joint name of Consultantand the Client. ii. The consultants are required to insure their Employees and Professionals for t 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 I Agreement (Appendix E).

3.2.4 Consultants shall quote the rates of remuneration for local personnel in Pak. Rupees, I whereas only the rates of remuneration for expatriate personnel shall be quoted in US dollar cuffency. The payment however, to the Consultantfor both the local as well as the t expatriatepersonnel rvill be made in Pak Rupeesby converting US$ into Pak. Rupeesby applying USD TT/ OD Selling Rate of National Bank of Pakistan on the prevailing date (i.e. the Date of Payment) as per TT/OD Selling Rate from website: I http ://www. forex.com.pk/ for Inter B ank Rates. For comparison of the Financial Proposalsof consultantsthe US dollar's component of Financial Proposalswill be 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 from the website: http://www.forex.com.pld for Inter Bank Rates. t The date of the exchangerate is: The date of submissionof proposals. 4.1 The number of copiesof the Proposalrequired is: t TncuNrc.qr, Pnoposlr,: Oue, OrcINAL ANDTnnnn coprEs wrrrr CD (sorr FoRM oF coMpLETE I TncrrNrc,q,LPRoposar, rN PDF Fonu) rN SEALEDENvELopE FrnaNcru, Pnoposar,: ONn OnrcrNar, wrrn CD (sorr FoRM oF coMpLETE FTNANCIAL PRoposu- rN PDF As wELL AS MS Wonn/ Excnr, Fonus) rN sEALED ENVELOPE

Page11 of128 I

I The addressfor writing on the proposal is: General Manager (P&CA) National Highway Authority I 28,Mauve Area G-9/ | Islamabad Telephone: +92-51-9032727 Facsimile: +92-5I-9260419 I Email: [email protected] I 4.4 The dateand time of proposalsubmission is: 1130 hours on 23"dJanuaryr 2018 I The location for submissionof proposal is: National Ilighway Authority Auditorium 2"dFloor, 27 MauveArea, C,-gllrlslamabad

I 4.5 Validity period of the proposalis: 180 days I The bid shall remain valid upto: 22"d Julyo2ll8 I Location for Negotiation is: National Highway Authority Auditorium I 2ndFlooro 27 NlauveAreao G-gll,Islamabad

5.2.1 The evaluation of Technical Proposalshall be basedon following criteria:

Description/ Iterns Points

1. Experience of the Firm 100 7-a. GeneralExperience in road a5) Transport Sector 1-b. SpeoificExperience related to a5) particular Assignment (Construction Supervisionof atleastone Bridge over a major river with total length of 500 M minimum) 2. Approach & Methodology 2s0 2-a Appreciation of the Project ga (i) Evidence of Site Visit with Q0) Photographs (ir. Clarity of appreciation (20) (iir. Comprehensivenessof appreciation Q0) 2-b Problem Statement/Understanding 60) of Objectives (i). Identificationof Problems/ (s0) Objectives (ii). Componentsof PraposedSewices .. Qa) 2-c Methodology ,:: . GQ)

Page12 of 128 I (r. Proposed Solutionsfor this Project (30) (ii). Quality of Methodology (20) (iii). Conciseness,clarity and (s0) I completenessof proposal 2-d Suggestedchanges for improvement 0_a) I in TOR 2-e Work Program Q9) I 2-f Staffing Schedule {u) 3. Key Personnel 4s0 4, Performance Certification from 100 I clients 5. Present Commitments (current engagement and available strength I - justification) 6. Transfer of Knowledge * 50 t (Methodology/ Plans) I Total Points: 1000 Minimum qualifying technical score 700 * Transfer of knowledge would be in the form of joint venture with new/ less I experienced firm(s) by sharing at least 20%oof Assignment with them for promoting the consultancy industry in the country.

I The percentagedistribution of weightage earmarkedfor evaluation sub-criteria for suitability of Key Personnelare: I a. Design Revierv Team: Description/ Items Percentage i. Academic anclGeneral I 30% Qualifications ii. Prot-essionalexperience related to the 60% I Project iii. Statuswith the firm (Permanent& 10% I duration with Firm) b. SupervisionPhase Team:

I Description/ Items Percentage i. Academic and General 30% , I Qualifications : ii. Professionalexperience related to the ': 65% l Project iii. Statuswith the firm (Permanent& I 5% duration with Firm)

) Form of Summary Evaluation and PersonnelEvaluationSheets for TechnicalProposal (QCBS) is attachedat the end of Data Sheet.

I Page13 of128 I T-

t 5.3.1 The words "thtee top-ranking qualifying consulting firms" is deleted in its entirety and replacedwith the words "qualifying consultants". I The date, time and addressof the Financial Proposalopening are: After evaluation and approval of Technical Proposals (to be informed later). I 5.3.3 The weights glven to the Technical and Financial Proposalsare: Technical: 80o/o I Financial: 20Yo 6.3 Add following at the end of this Para: I The final person-monthsof each personnel are subject to adjustment at the stage of contract negotiation in line with demonstratedapproach & methodoiogy and t needbasis. 6.5 Add following at the end of this Para: The Consultant is bound to replace all the Key Personnelproposed who scored I less than 60% marks in the PersonnelEvaluation, if the Client so requests.If the Consultant refusesto replace such Key Personnel,the Client reservesthe right to reject its proposal and invite the Consultant that received the secondhighest score I in ranking to Contract negotiations.

7.2 The Assignment is expectedto commencein: I April,2018 t T I I I I I I I

I Page14 of 128 t - TI I T I I I I I I I I I I I I I I T T I

SUMMARY EVALUATION SHEET FOR TECHNICAL PROPOSAL (QCBS)

Max. Firm 1 Firm 2 EVALUATION CR-ITERIA Weisht* R.atirs Score Ratine Score I. Experience ofthe Firm 100 General Experience in road Transport Sector 25

Soecific Exoerience related to oarticular Assisnment i-) II. Approach and Methodolosy 250 III. Kev Personnel 450 Design Review Team 105

a) Highway Design Engineer/ Team Leader JU b) Sr. Structure Engineer l5 c) GeotechnicalEngineer l5 d) Geometric Design Engineer l5 e) Road Safety Engineer l5 D Drainage Engineer l5 Construction Supervision Team 345 d Resident Engineer/ Team Leader 50 h) AssistantResident Engirreer (Strucrures)-I & il 2x35 i) AssistantResident Engineer (Bridges)-I & II 2x35 j) AssistantResident Engineer (Highways)-I, II & III 3x35 k) Material Engineer 35 l) Contract Engineer l5 IV. Performance Certification from clients r00 V. Present Commitments (current engagement and available strength - iustification) 50 VI. Transfer of Knowledee Methodolosr,/ Plans) 50 Tho Joint Venture (JV) shall be evaluated in the same manner as a single entity, since they function as one unit. TOTAL 1000

Excellent - 100V" Very Good - 90 to 99oh Above Average - 80 to 89o/o Average- 70 to 79oh Below Average - | to 690/o Non-complying- |o/a Score: Maximum Weight X rating,/ 100. Minimum qualifying score is 70%oar 700 marks.

Pase15 of128 II I I I IIIIIIT I I

PERSONNELEVALUATION SHEET Project related OVERALL Academicand General Experience Statuswith the Firm** RATING POSITION / AR.EAOF Name * Weight 600/ofor design lUVofor designreview but (Sumof EXPERTISE Qualification Weight 307o review bat65o/ofior 5o/ofot supervision Weighted sunervision Ratinss) (Show all experts Percentage Weighted Percentage Weighted Percentage Weighted (A+B+C) to be evaluated) Ratins Ratine (A) Ratine Ratine (I]) Ratine Ratins(C) Design Review Team a) Highway Design Engineer/ Team Leader b) Sr. StructureEngineer c) GeotechnicalEngineer d) Geometric Design Engineer e) Road Safety Engineer 0 DrainageEngineer Construction Supervision Team g) Resident Engineer/ Team Leader h) Assistant Resident Engineer (Structures)-I & [ i) Assistant Resident Engineer (Bridges)-I & il j) AssistantResident Engineer (Highways)-I, [ & ru k) Material Engineer l) Contract Engineer

Rating: - Excellent- 100% Verygood-90-99% Above Average - 80-89% Average- 60-79% Below Average- l-59o/o Non-conslying - 0% *Fo|HkhwryD€NtgrEngheer/TesmLerde,]r,sI'sfuciorcEDgle{t,c€onetdcDeiignEngin€er,DrdnrgeEngin€€r,Rerid€ntEngin€er/TeamIxsd€r,ARE(shuctur€!), (hidg€s),ARt(Eig[wrF)'Mrt€ri'lEngineer,contf$cJEngin€€r,RoidsafetyEnglneeI:M'sc.withadditionalrlcrmt!aining3fomr€cogniz€doaat B.So.v/ith additionalcours€sL/ trainings in rel€\,antfie1d - 80%; B.Sc. - 70plo.

FofGeotechdcalEDgineer:M.Sc'withadditiona1re1evsnttainingsaomrecog'izedorgadzations-100%;M.sc..90%;B'sc.wi1hadditionalcorrIs€s/trai!itgs B.Sc.- 50%.

Score: Maximum WeightX rating /100 ** Thesemarks for statuswith the firnr shallapply fbr evaluationof proposedKey Personnelas per followingproportion:

Regularemployee - l00o First time for this assisnment- 0olo

Page16 of128 TECHNICAL PROPOSALFORMS

t,,,..'t',{

Pase17 of 128 I

I TechnicalProposal - Forms

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

I Required, ({) FORM DESCRIPTION Page Limit TECH-1 Technical Proposal SubmissionForm I TECH-1 Proof of legal statusand eligibility Attachment If the Proposalis submittedby a joint TECH-1 "r/" If applicable venture. altach a letter of intent or a Attachment I coov of an existins asreement. TECH-1 No pre-set format/form. In the caseof a Attachment Joint Venture, severalare required: a I power for authorized "r1"If applicable Power of of attorney the Attorney representativeof eachJV member and a Specialpower of attomey for the t representativeof the lead member to representall JV members. Consultant'sOrganization and given TECH-2 As below I Experience. n TECH-2A A. Consultant'sOrganization J B. Consultanl'sExperience/ Client's TECH-2B 20 I Reference TECH.3 Approach Paperon Methodology 50 proposeclfor Performing the Assignment I TECH.4 Comments/Suggestions of Consultant [Seefootnote ]' I { TECH.4A A. On the Terms of Reference nla TECHJTB B. On the CounterpartStaff and 2 Facilities { TECH.5 Formatof CurriculumVitae (CV) for 8 pageseach CV t orooosedKev Personnel TECH.6 Composition of the Team Personneland nla the Tasks to be Assigned to each Team I Member '\! TECH.7 Work Plan I Aclivitv Schedule n/a ,/,.I

it l1 TECH-8 Work Plan and Time Schedulefor Key n/a Personnel t TECH-9 CurrentCommitments of the Firm nla Note: Failure to provide required attachmentswith Form TECH-I will entitle the Client to reject t the proposal.

I ' The total number of pagesfor combined forms TECH-3 and TECH-4 should not exceed50. A page is defined as one printed side of A4 or letter-sizepaper with font size of 10 or more. I Pase18 of 128 I CHECKLIST OF OTHER DOCUMENTS

1. Valid RegistrationCertificate(s) of PEC [subparagraph1.8(a) of Data Sheet].

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

3. Pagenumbered, signed, stamped,and duly bound proposal (paragraph3 . 1. 1 of ITC).

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

5. Technical proposal not to include any financial information (paragraph3.1.5 of ITC).

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

7. Integrity Pact [subparagraph(h) of Form TECH - 1].

Pase19 of 128 t I TECH.1 I TncnNrcar,Pnoposar, SusivrrssroN Fonivr I

I {Location,Date} I To: fName and addressof Client] t Dear Sirs: We, the undersigned, offer to provide the consulting services lbr [Insert the Project Name] in accordance with your Request for Proposals dated llnsert Date]. We are hereby I submitting our Proposal,which includes this Technical Proposal arrd a Financial Proposal sealed in a separateenvelope.

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

We are submitting our Proposalin a joint venture comprising: {Insert a list with full name and the I legal addressof each member, and indicate the lead mernber). We have attacheda copy {insert: 'oof our letter of intent to form a joint venture" or, if a JV is already formed, "of the JV agreement") signed by every participatingrnemher, which details the likely legal structure of and I the confirmation ofjoint and severableliability of the membersof the saidjoint venture.)] T IAND {If the Consultant'sProposal includes individual Specialist Sub-consultant, insert the T following: Our Proposal includes: {Insert full name and country of the individual Specialist Sub- I consultant)l We hereby declarethat:

T (a) All the information and statementsmade in this Proposal are true and we accept that any misinterpretationor misrepresentationcontained in this Proposalmay lead to our disqualification and/or may be sanctionedby the Client in compliance of I Rule 19 of the Public ProcurementRules, 2004.

(b) Our Proposal shall be valid and remain binding upon us for the period of time I specifiedin the Data Sheet,Clause 4.5. I (c) We haveno conflict of interestin accordancewith ITC Clause1.9. . (d) We meetthe eligibility requirementsas stated in DataSheet Clause 1.8. ,.,,r:.. l: ' , ...i, (e) Neitherwe, nor our JV memberor any of the proposedindividual Specialist Sub- l,rl-,. consultantprepared the TOR for this consultingassignment. I .,, I Page20 of128

T I (0 Within the time limit stated in the Data Sheet, Clause 4.5, we undertake to I negotiatea contracton the basis of the proposedKey Personnel.We acceptthat the substitution of Key Personnelfor reasonsother than those statedin ITC, Clause6.5 I may lead to the termination of Contract negotiations. (g) Our Proposal is binding upon us and subject to any modifications resulting from t the Contract negotiations. (h) In compliance (and, if the award is made to us, in execution) of Contract, we undertake to obey the Integrity Pact (attachedherewith duly signed by authorized t representativeand stamped).

(i) Our Head Office Support will be mandatory during Supervision;our firm shall be I bound to provide design input required on the Site or advice on contractual matters; the cost for the same has been built in our financial proposal. Responsibility for the team in field will be backed try our Head Office; our Head T Office will assumefull responsibility for the team in tield.

0) Our firm/ eachmember of our JV is not participating in any other proposal for this I Assignment.

We undertake, if our Proposal is accepted and the Contract is signed, to initiate the I Servicesrelated to the Assignment not later than the date mentioned in Data Sheet4.5 (or the date extendedwith the written consentof Consultantin case of delay in procurementprocess).

I We understandthat the Client is not bound to accept any or all Proposal(s)that the Client receives.

I We remain. I Yourssincerely, AuthorizedSignaturc {hr fulland initials}: Nameand Title of Siguatory: t Name of Consultalt (firm's name or JV's name): T In the capacity of: Address: I Contact information (phone and e-mail): {For a joint venture, either all members shall sign or only the lead member, in which case the t power of attorneyto sign on behalf of all mernbersshall be attached) I T

I Page2l of 128 I l-t I TECH.2A I CONSULTANT'S ORGANIZATION I [1. Provide here a brief description of the background and organization of your Firm, and - in I caseof a joint venture - of eachmember for this Assignment. I 2. Include organizatronalchart, a list of Board of Directors, and beneficial ownership2.] I T I I I I t I T I I I

' Beneficial ownership shows all owners and major shareholdersof the company, including any person or entity who t enjoys the benefit of ownership including, but not limited to power of control and influence of the business transactions,receiving dividends or profit share. This includes direct or indirect ownership of the company (e.g. ownership by close relatives) I Page22 of 128 I I I TECH-2B I CONSULTANT'S EXPERIENCE/ CLIENT'S REFERENCE

t 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 Illustrate Qualifications

I [1. Using the format below, provide information on each successfully completed reference assignment for which your firm, either independently or as one of the member of Joint I Venture (JV), was largely contractedby indicating the shareof the firm itself in the .fV. 2. Assignments completed by the Consultant's individual Experts working privately or through other consulting firms or that of the Consultant's Specialist Sub-consultant, cannot be t claimed as the relevant experienceof the Consultant,but can be clairned by the Experts or the Specialist Sub-consultantsthemselves in their CVs. The Consultant should be prepared to substantiate the claimed experience by presenting copies of relevant documents and I referencesif so requestedby the Client.] I AssignmentName: Countryof Assignment: Location within Countrv: Key PersonnelProvided by Your I Firm: Name of Client: No of other personnelprovided I by your Firm: Address: Total No of Person-Monthsof staff of your Firm:

I StartDate (Month/Year): Completion Date Approx.Value of Services(in (Month/Year): Equivalent/ Rs.)provided by I staff of your Firm Name(s) of Member No. of Person-Monthsof Key Firm(s), in caseof J\r: PersonnelProvided by member I Firm(s),in caseof JV Name of Senior Staff (Project Manager / Coordinator, Team Leader) involved and functions T performed: NarrativeDescription of Project I Descriptionof Actual ServicesProvided by Staff of your Firm

I ConsultantsoName: I

I :,'t { I Page23 of 128 I I I TECH-3 I APPROACH PAPER ON METHODOLOGY PROPOSED FOR PERFORMING THE I ASSIGNMENT [In this part of the Technical Proposal,explain understandingof the objectives of the Assignment, approachto the services,methodology for carrying out the activities and obtaining the expected I output, and the degree of the detail of such output. You should explain your methodology to complete the project within time and budget.

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

t Based on the specific approach,describe Work Plan which is consistentwith inputs provided in Forms TECH -7 andTECH - 8.

I In case of JV, the role of each member must be clearly highligltted. L.ikewiserole of Specialist I Sub-consultant,if any, along with necessitymust be highlighted.] I I I t I T t T I I i,{

I Page24of128 I I l TECH-4 I AandB I COMMENTS / SUGGESTIONSOF CONSULTANT

I fProvide here comments and suggestionson the Terms of Referencethat could improve the quality/ effectivenessof the Assignment; and on requirements for counte{pafi staff and facilities, which are provided by the Client, including: administrative support, office space, local transportation, I equipment, data, etc.,separately under Forms TECH-4A and TECH-4B respectively.]

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

I a J. I Etc.

I On the Counterpart Staff and Facilities (data & services to be provided by the Client as indicated in the TOR): I T 1. 2. I a T Etc. Note: The Consultant may propose a team of experts to best achieve the scope of I service and activities and to deliver outputs as required in TOR. Proposed changes in position/individual inputs should be indicated and reasonedin the Technical Proposal but incorporated only in the Financial Proposals (showing I excess/saving,in datum Price as worked out with the person months indicated in the RFP, which must be clearly bifurcated and marked red at each place for t acceptanceor otherwise by the Client at its prerogative during negotiations). (i) The Proposal may assign person-month inputs differently from TOR. However, Key Personnelinput totals in the Proposal should not be less than I the minimum totals of person-monthsinputs mentioned in Data Sheet Sub- t Page25 of 128 t T I Clause-3.1 .4 respectively. I (iD The Proposal may include additional expert position/s. However, additional expert will be considered Non Key Personnel for the purpose of proposal I evaluation. (iii) If the Proposal drops or replaces a Key Personnelposition with a different one, the original position will receive zero score in the technical evaluation T and the new position added in the Proposal will be consideredNon Key and will not be evaluated. I (iv) DO NOT INCLUDE EXCESS/SAVING INFORMATION IN TECHMCAL PRPOSAL. If Technical Proposal includes financial I information, the Proposalwill be ryiected under Clause-3.l.5 of ITC. When the Consultant suggestsa change in scopeof $en"ice.activities or output. the Consultant must describe the details in Form TECH-4A and the chanqe T should not be incorporated in the Proposal. Rnumerateeach suggestionin Form TECH-4A with incremental cost as a separatealtachnent to Financial Proposal indicating breakdown into individual remuneration and expenses for each T suggestion. Forms FIN-I to 7 should be prepared without incorporating the changes.

I (i) If Financial Proposalprovides no separateattachment about incremental cost to a suggestion,the suggestionwill be consideredat no additional cost to the I Client and no negotiationsfor an incrementalcost shall be done; (ii) Do NoT INCLUDE INCREMENTAL COST INFORMATION IN TECHNICAL PRPOSAL. If Technical Proposal includes financial I infbmration, the Proposalwill be rejectedunder Clause-3.l.5 of ITC. I I T t I l I

I Pase26 of 128 I I TECH-5 I FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSEDKEY PERSONNELAND I SPECTALTSTSUB-CONSULTANT (rF ANY) I L ProposedPosition: 2. Name of Firm proposing the Key Personnel:

I 3. Name of Person: I 4. Profession: 5. Dateof Birth: t 6. Yearswith Firm: I .f Nationalitv& CNIC Number: 8. Membership in ProfessionalSocieties: I (Membership of PEC is Mandatory) I 9. DetailedTasks to be Assignedon the Project:

I 10. Key Qualifications: {Give an outline of the person's experienceand training most pertinent to tasks on assignment. t Describe degree of responsibility held by the person on relevant previous assignmentsand give datesand locations. Use up to one page). I 11. Education {Summarize college/university and other specialized education of the person, giving names of I institutions, datesattended and degreesobtained). t 12. Employment Record {Starting with presentposition, list in reverseorder every employmentheld. List all positions held by the person since graduation,giving dates,names of employing organizations,title of positions I held, and location of assignments.For experiencein last ten years, also give types of activities performed and client references,where appropriate). I 13. Languages

{Indicate proficiency in speaking,reading, and writing of eachlanguage: excellent, good, fair, or I poor). . .,,.

I Page27of128 I I 14. Certification t I, the undersigned,certift to the best of my knowledge and belief that: (i) This CV correctly describesmy qualifications and experience; I (ii) I am not a current employeeof the Executing or the Implementing Agency; (iii) In the absenceof medical incapacity, I will undertake this Assignment for the duration and in terms of the inputs specified for me in Form TECH-5 provided team mobilization takes T place within the validity of this Proposal; (iv) I was not part of the team who wrote the Terms of Referencefor this consulting services Assignment; I (v) I am not currently debaned by any department/ organization/ (semi-autonomous/ autonomous)bodies or such like institutions in Pakistan;and (vD I have been informed by the Firm that it is including my CV in the Proposal {br the {name I of project and contract). I confirm that I will be available to cary out the Assignment for which my CV has been submitted in accordance with the implernentation arrangements I and scheduleset out in the Proposal. Uf CV is signed by the Firm's authorizedRepresentative:

T I, as the authoized representativeof the Firm submitting this Proposal for the {name of project and contract), certify that I have obtained the consentof the named Key Personnel to submit his/her CV, and that slhe will be available to carry out the Assignment in I accordancewith the implementation arrangementsand schedule set out in the Proposal, and confirm his4rer compliancewith paras{i) to (v) above.l

I I understand that any willful misstatement described herein may lead to disqualification or I dismissal,if engaged.

I Signatureof Key Personnelor authorized Date: I Representativeof the Fim(s) Dav/Month/Year

I Full name of atrthorizedRepresentative: I I {Note: copy or scannedsignatures are not allowed} I t

T Page28 of 128 I II .I I I I I I I' t' IT I I''t - I - !T !' II T. I TECH-6

COMPOSITION OF THE TEAM PERSONNELAND THE TASKS TO BE ASSIGNED TO EACH TEAM MEMBER

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

Present Name of assignment involved Name Position Task Assignment location and clients names at nresent

2. Other Personnel

Name Position Task Assignment

Pase29 of 128 I I I I I I I I I tl.- lr I rt I Ir ta t] r rl - TECH.7

WORK PLAN/ ACTIVITY SCHEDULE

Items of Work/Activities Monthly Prograrn frorn date of commencingAssignment (in the form of a Bar Chart) ,| I z J 4 5 6 8 9 10 1t 12 13 t4 15

s ..' :,-.. -

Page30 of 128 II ATITTTII,IIT III}TTI TECH.8

WORK PLAN AND TIME SCHEDULEFOR KEY PERSONNEL(AND SPECIALIST SUB.CONSITLTANT,IFANY)

Number of Narne Position Months (in the form of a Bar Chart) Months I ) 3 4 5 6 7 8 9 10 1t t2 t3 1.4 15

Continuous: Intermittent: ActivitiesDuration

Yoursfaithfullv"

Signature (Authorized Representative)

Full Name Designation Address

Pase31 of128 TITIr|T N'I - T I I T,I \I T I\ I, I N I I T TECH.9

CURRENT COMMITMENTS OF THE FIRM IOF EACH MEMBER IN CASE OF JV AND THE SPECIALIST SUB-CONSULTA1\T, IF ANY]

List must be comprehensive including project from clients other than NHA as well

Expected date of Nameof project Single or JV Task assignment Start date ofthe project comnletion

Paee32 of 128 FINANCIAL PROPOSALFORMS I I I FIN-1 I FrNaNcr.ql-Pnoposar, SugvnssroN Fonvr t {Location,Date} t To: lName and addressof Clientl Dear Sirs:

I We, the undersigned, offer to provide the consulting services for [Insert the Project Name] in accordancewith your Requestfor Proposal dated flnsert Date] and our I Technical Proposal. Our attachedFinancial Proposal is for the amount of {Insert amount in words and figures|, including all Federal, Provincial and Local taxes applicable as per law of the I land. {Pleasenote that all amounts shall be the same as in Financial Proposal Form FIN- ?) I t.

I As indicated and reasoned in Fonn TECH-4 of our Technical Proposal, in accordance with Note 2 vnder Form TECH-4 of the RFP, a separate attachment for incremental cost(s) is included/ not included in our Financial Proposal [if attached, strike I ottt "not included" and vice versaJ

Our Financial Proposal shall be binding upon us subject to the modifications I resulting from Contract negotiations, up to expiration of the validity period of the Proposal, i.e. before the date indicated in Clause 4.5 of the Data Sheet (or the date I extendedwith the written consentof consultant in case of delay in procurementprocess). We confirm that we have no condition to statethat may have financial implications I over and above the amount quoted above. We understandyou are not bound to acceptany Proposalyou receive. I We remain, I Yourssincerely, AuthorizedSignature {In full andinitials}: Name and Title of Signatory: t In the capacity of: Address: t E-mail: {For a joint venture, either all members shall sign or only the lead member, in which case the power of attomey to sign on behalf of all members shall be I attached.) I Pase34 of 128 I I I FIN.2

I BREAKDOWN OF RATES FOR CONSULTANCYCONTRACT

I Project: Firm: I Name Position Basic Social Overhead Sub- Fee Rateper Field Rateper Salary Charges (o/oageof Total (o/oage Month Allow. Month per Cal. (%age of l+2\ (1+2+3) of4) for (o/oage of for Field Month 1) project 1) Work I Off,rce (l) Q) (3) (4) (5) (6) (7) (8) I t Notes:

Item No. 1 Basic salary shall include actual gross salary before deduction of income tax. I Payroll sheet for each proposedpersonnel should 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 and other standardbenefits paid by the firm to the employee. Breakdown of proposed percentagecharges should be submitted and supported{see Form FIN-3}. I Item No. 3 Overhead shall include general administration cost, rent, clerical staff and business getting expenses,corporate tax including sales tax on services and I insurances, etc. Breakdorvn of proposed percentage charges for overhead should be submitted and supported {see Form FIN-4}. ltem No. 5 Fee shall include firm's profit and shareof salary of partnersand directors {if I not billed individually for the project) or indicated in overhead costs of the firm. Item No. 7 Normally payable only in case of field work under hard and arduous I conditions. Note 1 The minimum percentageof item (1) should be preferably 50%of (8). Note 2 The Consultantis to provide appointmentletter and affidavit/undertakingduly I signed by each of the individual Personnel showing salary rates as above. Further during execution each invoice will also be provided showing that the Personnelhave been paid their salaries as per basic rates mentioned therein; I failing to which, NHA will take punitive action against the Consultant and shall deduct the deficient amount from its monthly invoice. Moreover it will be consideredas a negative mark on the Consultant'sperformance that will be I consideredfor future projects. Note 3 The Consultant shall provide its audited financial statementsof latest three fiscal years, during negotiations,w.r.t. secondparagraph under SC 6.2 (b) of t the Model Agreement (APPENDIX-E).

I Full Name: Signature: I Title: Page35 of 128 I I t I I Sr. Detailed Description As a o/oageof Basie Salary I No. I I t t t T t I I I I I I I I Page36 of 128 t I t I t Sr. As aVoage of Basic Salary and DetailedDescription I No. Social Charses I I I I I I I I t I I I I I I I FIN-5 Page1 of3

A. ESTIMATED LOCAL CURRENCYSALARY/ REMUNERATION COSTS EQUIVALENT IN USDOLLARS

r also to Notes under Form TECH-4

A. All Foreign Expatriatesincluding Boreign SpecialistSub-consultant (if any)

Pase38 of 128 FIN.5 Page2of3

B-I ESTIMATED LOCAL CURRENCY SALARY COSTS/REMUNERATION

also to Notes under Form TECH-4

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

Pase39 of 128 I T I FIN-5 Page3 of3 I B.II ESTIMATED LOCAL CURRENCYSALARY COSTS/REMUNERATION I 'er also to Notes under Form TECH-4

I B-II. Non-Key and other Personnel (Local) I I T I I I I I T I I I I

I Page40 of 128 I FIN.6 DIRECT/ NON-SALARY COSTSFOR DESIGN REVIEW AND SUPERVISIONSERVICES

[Refer also to Notes underForm TECH-4 Sr. Unit Price Total Amount Nomenclature Unit Remarks No. Qry. (Pak. Rs.) (Pak. Rs.) Communication Expensesallocable to the 1 P.M 24 Assigrment Fixed Rate Printing of Reports and Drawings for the 2. P.M 24 -do- Assisrment Reimbursementof actualexpenditures upto Travel expensesof required Key Personnelbetween J. P.S 500,000/- Head Office and Site (as per actual) amaximumlimit subject to approvalofProject Directorfor travel(s). As Cost of preparing Construction/ Supplementary 4. L.S per Drawings TOR- 5. Others not coveredabove to comply with TOR / RFP requirements* Sub-Totalfor Direct Cost

Any additional item,/ cost quoted againstthis line it€m musl b€ supportedby soli

Page4l of128

IIIII IrrII IIIITIIIIITTTII I T

I FIN-7 t SUMMARY OF COST OF'CONSULTANT FORDESIGN REVIEW AND SUPERVISION SERVICES also to Nates under Form TECH-4 I Sr. Description Amount (Pak. Rs.) Amount (US No. $)

I I SalaryCost - Not Applicable-

I 2. DirectCost - Not Applicable - I 1 Sub Total: - Not Applicable - SalesTax @ 16% on item 3 above which shall be t 4. kept as Provisional Sum - Not Applicable - in the Contract Asreement I 5. Contingencies 'Not Applicable - t Grand Total: - Not Applicable -

Note: 1- The dues and salaries of staff are payable by the Consultant in time and not t later than 10thof the following month positively. In case of failure to do so Client shall intervene and pay these dues and salaries of the concerned Personnel and recover foom the invoice of the Consultant at actual charges I paid plus l% of the amount. This will also be accounted for adversely in making assessmentof the Consultant in the next evaluation process for t selectionof consultantswith report of such defaults. 2- The grand total is inclusive of all the applicable Federal,Provincial and Local taxes. All these taxes (except the Sales Tax) are required to be built in the I quoted ratesand not be mentioned separately.

Any Omission or arithmetical error made by the Consultants in entering the I antount against item 4 above shall also be rectified during evaluation of the Financial Proposal.

I Consultant's Head Office Support will be mandatory during Supervision; the 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. I Responsibility for the team in field will be backed by the Consultant's Head Office; the Head Office will assumefull responsibility for the team in field.

I Any key position that remains vacant for more than one month that was 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 | ,1.,':;:*,: include the chargerate of the missing individual and additionally, the charge :""':'" I t'i Page42 of 128 'ri111,,1 "*/ I rate of one month for that individual will be deducted from the invoice. This will be replicated for all missing key personnel. For the 2"d month, the compensation payment will be doubled. For the 3'o month, an additional warning will be issued. If the issue persists in the fourth month, the firm can be penalized by invoking conditions of contract and even to the extent of considerationfor blacklistine.

Page43 of 128 APPENDIX - A

TERMS OF REFERENCE (Including Description of Services)

Page44 of 128 Major Contents

- Background

- Project Objectives

- Scopeof Servicesand ExpectedDeliverables

- Team Composition and Qualification Requirementof Key Personneland SpecialistSub-consultant.

Paee45 of 128 I I A. BACKGROUND 1. The Indus Highway (N-55) is a main road which lies along the western bank of the ,l Indus River and runs nearly the entire length of Pakistan from north to south. It complementsN-5 in north-south bound traffic travelling medium to long distance.

/f In recent years,the Indus Highway has been unable to cope with the increasing traffic volume and larger size of vehicles sufficiently due to the lack of road capacity and t deterioration of the road surface. As a result, traffic has become excessively concentrated on N-5, causing frequent traffic jams. The project road is part of I program to relieve the traffic on Indus Highway. a J. In order to address above said problems, National Highway Authority developed program for up-gradation/improvement of Indus Highway (N-55) for being the major t trade route for country on western bank of Indus River. In this connection, N-55 (Indus highwa$ is already under up-gradation phase and has already been upgraded I to four lane highway on various sections.It is proposedto improve/ upgradethe Indus Highway (N-55) from Sarai Gambila to Kohat since the N-55 section from DI Khan to t Gandi Chowk has alreadvbeen dualized. 4, PROJECT

I The scope of the project is dualization and improvement of existing lndus Highway (N-55) from Sarai Gambila to Kohat (at N-80, Rawalpindi - Jand - Kohat road). The I project road startsfrom Sarai Gambila, passesthrough Topai, Ambiri Kala, Lawagarh, Krapa, , Mandoori and connects Rawalpindi - Jand - Kohat road (N-80). The project has gained significance due to inauguration of China Pakistan Economic t Corridor (CPEC) projects. The CPEC (western alignment) traversing between Islamabad and DI. Khan connects N-55 near Yarak, D.I.Khan and N-55 section, I Yarak - Kohat & Peshawarwill also connectwith CPEC (westerncorridor). I 5. ALIGNMENT The prcrjectalignment is divided into two sections;first startsfrom Sarai Gambila and ends at Karak and second starts from Karak and ends at Kohat. The whole alignment I is asphaltbound (Flexible Pavement)with rigid lane in reacheshaving high gradient. The retaining structures have been provided at numerous places to retain the high fill I and protection of embankment in water prone areas.The project alignment mostly passesthrough flatlrolling terrain with some significant reach in hilly/ mountainous I terrain. Section Description Length (km)

I I Sarai Gambila to Karak 61km I

I Page46 of 132 I 1 6. TECHNICAL PARAMETERS

I Details of the technical inputs/parameters,scope and specifications of the project are given below:

I STANDARD / SPECIFICATIONS I Geometrics: 4-Lanehighway shall conform to the following specifications: I Design Speed Flat Terrain 100km/hr Mild Rolling Terrain 80 km/hr t Rugged Mountainous Terrain 60 km/hr Road Width No. of Travel Lanes 02 Lane(Additional) I Lane Width 3.65rn each Travel Lane Width 7.3 meters I Inner Shoulder I meter Outer Shoulder 3 meters I Cross Slope: Pavement 2.0% Shoulder 4.0%

I DesignLife of Pavement 10 Years DesignLife of Structures t DesignRetum Period: Culverts 25Years I Bridges/ Flyovers 50 Years

I The Consultancy Serviceswould be required for a period of 39 months including 12 months defects notification period and 3 months for finalizing bills of Contractor. I Total input of 221.5 person-months Key Personnel and l2l0 person-months Non- Key Personnelwould be required for the assignment.

I o.o The Consultants will perform the duties of the Engineer specified in the FIDIC conditions of contract and will be required to nominate a Resident Engineer and 7 Assistant Resident Engineersfor the contract(s)that will be a fuIl-time residentin the I 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 I implementation of the sub-projects, support and strengthen it in its tasks, monitor progress, financial management, social and environmental safeguards and gender mainstreaming in the project. The Consultants will report to the General Manager I (GM) appointed by NHA. The Consultants will work under the overall guidance, coordination and directions of the GM. ,J'%^)- Pase47 of 128 I t B. OBJECTIVE t 9. The overallobjectives of theseTerms of Referenceare to: (i) Ensure that the detailed engineering design is reviewed, and updated if required, in accordancewith the specified parameters/ standards and best I international practicesprior to implementation of Works contracts; (ii) Ensure that high quality construction is achieved in time within budget and I that all work is carried out in full compliance with the approved engineering designs,technical specifications,agreed work schedule,and within the terms and conditions of all other contract documents and sound engineering I practices; t (iii) Demonstrate the efficacy of contract administration and superv'ision by independentexternal agencies; I (iv) Monitor and evaluatethe implementation of environmental managementplan, resettlement plan and other social safeguard measures to be taken by the I Contractor and Employer; and (v) Promote technology transfer and the introduction of modem Contract I Administration practiceswithin NHA. C. SCOPEOF CONSULTANCYSERVICES

I 10. GeneralDuties and Responsibilitiesof the Consultants. I (D The Consultants will carry out a critical review of the detailed engineering design prior to the commencement of Works to identift anomalies or omissions that constitute inconsistency in the design and completenessof t Works. This design review should be completed in two (2) months' time and the design review report will be submitted within thirty (30) days. The design repofi should clearly indicate if any section of the road requires adjustmentin ] the horizontal and vertical alignment, changesto the structures.On completion of the review, the Consultantswill preparea report, setting out all findings and t recommendations for correcting any defects or omissions identified. Notwithstanding these,the Consultantswill immediately inform the Employer of any defect or omission that may have a substantialimpact on the Project at I the time the defect or omission is uncovered. I (ii) Civil Works will be carried out basedon the FIDIC Conditions of Contract for Construction. The Consultants will administer the Work's contracts, make engineering decisions, be responsible for quality assurance,provide general I guidanceand furnish timely responsesto the Contractorsin all mattersrelating to the Works, and ensurethat all clausesof the contract agteementbetween the I Works Contractorsand PIU are adheredto and respected. I Pase48 of128 I I I (iii) The Consultants will advise PIU on all matters relating to the efficient and successfulexecution of the Works contracts,and will act at all times to protect the interests of the project and will take all reasonable steps to keep the I construction costs to a minimum, consistent with sound economic and engineering practices; and will prepare a "Contract Administration and Construction Supervision Manual" outlining routines and standard operating I procedures to be applied in contract administration and construction I supervision,based on sound internationally recogn ized pr actice. 11. Design Review: I The Consultants will review and validate on ground, the detailed engineering design including the design reports, design calculations, and desigr drawings. Thereafter the Design Review Consultantswill bear the professional liabilify for the I accuracyof the design, which will be covered under this Contract. The design review I shall include but not be limited to the following tasks; (i) Review & ensure that the design meets all the standarrJsand parameters specified in these ToR for supervision Consultants,NHA specifications and t best international practices.The design criteria ussd are: I Description Codes Geometric Design A policy on Geometric Design of Highways and Streets2011 AASHTO t PavementDesign AASHTO guidefor Designof PavementStructures 1993 Highway Safety Marmalof Uniform Traffic ControlDevices, Highway Safety Wing, I Design Ministry of Communication,Government of Pakistan. DesignStandards for Bridgesand Cross Drainage Structures: -AASHTO LRFD (LatestEdition- 2012 I -PakistanHighway Code of Practicefor Bridges1967 -LIBC/IBC2007:For Seismic zonins

I (ii) Review and ensure that the geometric alignment particularly the horizontal curye and vertical profile of National Highway as well as service roads, meets I the minimum specified criteria. (iii) Review and ensurethat a cost effective embankmentheight, has been adopted throughout the alignment, based on the required capacity of soil, depth of t water table and drainagepattern of the surrounding area.

(iv) Review and ensure that the pavement is most efficient and cost effective; I design has been carried out on the basis of traffic studies conducted by the Design Consultants, characteristicsof the proposed pavement materials, the I calculatedloading (ESALs) and prescribeddesign life. (v) Review and ensurethat the design parameters,calculation, location and layout I of hydraulic and other traffic engineering structures to include bridges, _' r:.. flyovers, underpasses and culverts, on the basis of hydrology report, ., .i, . :! : Page49 of 128 1", I ' ,r .:, tA.%*) - I l I geotechnicalinvestigations, soil analysis,drainage pattem, and site conditions, ensuringthat safe and cost effective designsare adopted. (vi) Review and ensurethat the design of road side drainage and cross drainage t structures has been carried out as per the site requirement and flow pattems/calculationsof runoff. I (vii) Review and ensurethat the design, lay out and requirement of retaining walls, breast walls, other retaining structures, and slope stability/ slide control I measuresare as per the geotechnicalrequirement and site conditions. (viii) Review and ensure that the requirement for U tums, underpasses,overhead bridges, Entryl Exits, Service lanes, and all other highway related works have I been included in the design. (ix) Review existing soil reports provided by the Employer and suggest any I additional testing, if required. (x) Carry out the Highway Safety Audit as per international standards after a I detailed site visit. Consultants will ensure that all safety tneasuresare taken without any compromise in the design and recomtnenclimprovement/missing safety measures,if any before execution of the road; Verify a highway safety I audit to ensure that all traffic signs, pavement marking, and pavement studs have been provided in the design as per the requirement. Check proposed t work zone safety requirements are in accordance with best international practices. t (xi) Based on the finding of Environment Impact Assessment(EIA), review the environment study repofi. Ensure that adequatemeasures are incorporated in the design to mitigate the adverse impact including those likely to be I encounteredduring construction and recommendany improvement. (xii) Based on design review, i). prepare social due diligence reports confirming t project road sections with and without LAR impacts, including clearly marking LAR and non-LAR sectionsin the field and reflected in a linear plan and timelines for updating of LARPs and ii). update the LARPs based on I horizontal and vertical alignment adjustmentsproposed/incorporated (if any) in design. Assist PIU in a) establishing a LAR database,b) planning and I implementation of public consultations during design review and c) operationalizing Grievance Redress Mechanism (GRM) with complaints I recording, tracking, monitoring and community outreachsystems. Contract Administration & Construction Supervision: It2 The scope of construction supervision and contract administration seryices of the t Consultantsshall include but will not be limited to the followine tasks: 1) prepare the Pre-Construction meeting agenda, and conduct the Pre- constructionmeeting, record and distribute the minutes; I ..^,.,:,,-t;r,2) appointvarious members of the Engineer's construction supervisionteam as l'- ,*%^) Page50 of 128 I T I the Engineer's Assistants (Resident Engineer/ Assistant Resident Engineers, Material Engineers, Inspectors, etc.) and notify the Contractor and the Employer, and approvethe Contractor's Representative; l 3) verify whether the Performance Security complies with the form provided in the Contract, whether it is in the correct amount and currencies, and notify the t Employer accordingly; 4) advisethe Employer whether to acceptthe PerformanceSecurity; I s) if the Contractor does not submit the PerformanceSecurity on time, notify and advisethe Employer of the appropriatecontractual remedies; t 6) request the Contractor to increasethe amount of the Performance Security if the Contract Price increases and monitor the validity of the Performance I Security until the issue of the PerformanceCertificate; 7) verify whether the bank guarantee for advance payment is in the form specified under the Contract and in the amount and currencies stated in the t Particular Conditions of the Contract; 8) verify whether the bank guarantee for advance payment conforms to the rl 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 obligation to give possessionof the Site, and the Contractor's Work Program, assessthe contractual consequencesof any specific land acquisition issue and t advisethe Employer on the appropriatemitigation measures; 10) obtain the Parties' confu'mation that all conditions in relevant clause of the t Conditions of Contractpertaining to possessionof Site are fulfilled; 11) issue instruction to the Contractorto commencethe Works: I r2) verify ivhether the form and substanceof the evidence of the Contractor's insurancesis satisfactory,whether insurancepremiums have been paid and the I requiled insurancesare effective on the datesrequired by the Contract; 13) verify that the terms of the Contractor's insurancepolicies fully comply with I the requirementsof the contract; r4) monitor whether the Contractor maintains adequateinsurance in the course of performanceof the contract, particularly if the Contractor provides insurances I for a fixed period which is shorterthan the period requiredunder the contract; 15) advisethe Employer on the appropriateaction and contractualremedies in case t that the Contractor does not perform its insurance obligations in accordance with contract; I 16) without relieving the Contractors of their obligations under the contract, review and approve the traffic management and safety plan, and ensure compliancesuch that the Works are carried out at all times in a safe and secure I manner and damageor injury to personsor property is avoided; l, Page51 of128 I I t7) obtain the bench marks and other information from the NHA Desien Section as required for commencementof constructionactivities; 18) ensure that the Contractors have all necessary data for setting out and check I the Contractors' setting out including staking the right-of-way limits, centerline, and grade and confirm permanent monuments in the construction I atea; 1e) ensure that all land and all rights-of-way required for the Project and all I Project facilities are made available to the Works Contractor in accordance with the schedule agreed under the related Works contract and all land acquisition and resettlementactivities are implemented in compliance with (a) I all applicable laws and regulations in Pakistanrelating to land acquisition and involuntary resettlement;(b) the Involuntary ResettlementSafeguards; and (c) t all measuresand requirements set forth in the LARP, and any corrective or preventativeactions plan set forth in a SafeguardsMonitoring Report; 20) carry out the following duties related to environmental management with I particular reference to the technical requirements of sourd environmental standards on the basis of the Environmental Assessment and Review I Framework (EARF), the Initial Environmental Examinations (IEEs), and the Environmental ManagementPlans during construction: (i) review and endorse site specific Environmental Management Plans (EMPs) for the projects t sections, prepared by the Contractors; (ii) ensure that all the environmental mitigation measures required to be implemented are incorporated into the t contract documents;(iii) ensurethat the Contractorscomply with the measures and requirementsrelevant to the Contractors set forth in each IEE and EMP, and any corrective or preventative actions set out in Environment Monitoring I Reports; (iv) conduct environmentalmonitoring and ensurethat the day-to-day construction activities are carried out in an environmentally sound and sustainable manner; (v) prepare and submit semi-annual environmental t 'Environmental monitoring reports on the implementation of the management Plan (EMP) to PIU within 14 days after a completion of the monitoring period; I 2r) with respectto the prevention of HIV/AIDs and Human Trafficking, monitor that the Contractors comply and cany out required actions as provided in the t respective contract documents, such as awarenessand education of laborers and workers; t 22) ensurethat the Contractors do not involve child labor for the execution of the Works contractsin accordancewith the provisions of the contract agreement; 23) without relieving the Contractorsof their obligations under the contract, check I and approve the Contractors' Working Drawings, Method Statements and Temporary Works proposals; t 24) review the Contractor's Work Program and notify the Contractor if the program doesnot comply with the contract;

I l:,' 2s) monitor the progressagainst the Work Program and the cashflow estimateand requestrevisions, if required; li; Page52 of 128 i, '.',', Jpero I I I

I 26) report in the Consultants' Monthly Report the work progress against the Contractor's Work Program and the cash flow estimate; 27) verify whether the progress charts in the Contractor's Monthly Progress I Report reflect the actual progress and correspondto the latest revision of the Work Program and the cash flow estimate, and instruct the Contractor to I correct the report, if required; 28) if required, determine the Contractor's entitlementsto time extensionson the I basis of the Contractor's Work Program; 2e) determine the Employer's entitlement to Delay Damages on the basis of the t Work Program and advise the Employer of the retevant contractualremedies if the Contractor's progressis behind schedule;

30) verify the Contractor's Monthly ProgressReports and notifl' the Contractor of I any incorrect or inconsistentinformation;

31) conduct regular weekly site meetings and monthly progress review meetings, I record and distribute the minutes; 32) perform quantity take-offs from drawings to verity BoQ quantities;

I 33) issue regular notices to the Contractors of intended field measurements, measure the Works, compute the quantities tor payment, and determine the t amountsdue to the Contractorwithin the period specified in the contract; 34) carry out arry subsequent design changes, and expeditiously issue I supplementary drawings, site instnrctions, variation orders and day work orders to avoid delay to the works and to ensurethat the works are executedin accordancewith contract;

I 3s) establish and maintain throughout the Works contracts a structured system of measurementrecords, supporting documentsand calculations for the payment I of all BOQ items. that is transparentfor auditing pu{poses; 36) provide all necessary assistanceto the Employer and external auditors for t conducting regular quarterly audits of the measurementrecords, supporting documentsand calculationsfor the payment of all BOQ items; 37) verify the sources of indices or prices for price adjustment, determine a I provisional value of an index/referenceprice until it is published, but, if the index is not published in certain period(s), apply the last available published t value; 38) establishwith the Contractor a standardformat for the Contractor's Statement I and the Interim Payment Certificates; 3e) issue the interim certificates to PIU for payment to the Contractors in accordancewith the Conditions of Contract, having regard to any contractual I provisions for advance payment, variation of price, and exchange rate fluctuation etc. Certify the completion of the Activities/Works or parts thereof I and processfinal paymentsto the Contractors; 40) prepare and maintain the Estimates of Cost of Works to Completion I Page53 of 128 t Jb^9 I continuously, update the Estimates after each Variation instruction or a Variation Order issue and after each IPC, and presentthe latest Estimate in the Consultants' Monthly ProgressReports; I 41) initiate and process variations promptly, when it is necessary for the constructionof the Works; I 42) requestthe Contractor's technical and cost proposal, as required, consult both parties in all mattersin connectionto variation work; I 43) value variations, obtain the Employer's approval of any variation, issue variations under the contract, keep record of all variations issued under the t contract and report the summary of the variations in the Consultants' i\{onthl-v ProgtessReports; 44) dischargefully the Engineer's obligations with respectto approval of nraterials I and workmanship, approval and auditing of the Confiactor's Quality Assurance System and the QA Personnel and the compliance testing by the I Engineer; 4s) inspect quarries and borrow pits, and crushing plants, and order tests of I materials and ensure adherenceto specificati

46) without relieving the Contractors of their obligations under the contract, I monitor the Contractors' laboratory testing, evaluate the Portland cement concrete and bituminous mixftre designs prepared by the Contractors, and I recommend improvements (if any) to ensure the desired performance, and accord approval thereof; T 47) carry out indepenclent testing in the field and/or in the laboratory of the "Engineer/ProjectManager" , and approve or disapproveand certify the works that conform with the specifications and maintain permanent records of results I of all the testsrnade; 48) give notice to Contractors of any defects and deficiencies, and issue I instructions for the removal and substitution of the improper works, where provided under the contract. If required, order suspension of the Work(s) I and/or recommendto PIU other recourseavailable under the contract; 49) when the Works are completed in accordancewith the contract, issue a Taking Over Certificate to the Contractor(s);

I 50) undertake an inspection of the Works at the completion of the respectiveroad sections,and certify the Contractor(s)' final accounts; I 51) obtain the Employer's specific approval before taking any action for determination of extension of time, additional costs and the Contractor's t claims for additional time or costs, for all events for which the Employer's expressapproval is required under the Conditions of Contract; I s?) assessobjectively the Contractor's claims and give professional and objective advise to the Employer, consult both parties before determining an extension I Paee54 of 128 I I t of time; s3) determine Contractor's claims on the basis of the Contractor's Work Program, the impact of the delay(s) event on the Critical Path and the particulars I submitted by the Contractor, and not to act as the Contractor's advisor in this matter; t s4) prepare standard Daily Diary forms and ensure that all supervision staff maintain daily diaries of Contractor'sand its own activities; I s5) assessminimum construction equipment, plant and machinery requirements, by type and specification, and monitor, keep and regularly update a list of the Contractors' equipment, plant and machinery in order to keep a check on the I Contractors'mobilization. Inspect and evaluatethe Contractor's establishments including in particular the laboratory facilities to ensure compliance with the I terms and conditions of the contract; s6) maintain an Events Log starting at beginning of contract; I s7) assist the parties establishDispute Board, if required under the Conditions of Contract, provide all necessaryinformation to DB members and attempt to facilitate amicable settlement of the dispute between the Employer and the I Contractor; s8) establish and maintain an effective documents management system in the t Engineer's office, which provides for separatefiling of incoming and outgoing correspondenceand documents.as well as the filing by subjectmatter; I se) carry out detailed inspections of the Works during the Defects Notification Period and prepare detailed inspection and recommendation reports for the I Employer after eachinspec'tion; 60) ensure that the Contractor(s) provide a safe workplace for their workforce, supervisorypersonnel and for members of the public requiring accessthrough I the Sites in tirll conformity with Health and Safety regulations; 6r) en$lre that the Contractor(s)comply fully with contractualobligations relating t to care of the environment (both specified and legislated) and provide all reports and obtain all permits and permissions required in relation to spoil I areas,borrow areasquaffies and the like; 62) keep and maintain daily records of labor, equipment and weather conditions on the Site along with records of activity, progressand other eventshappening on t the Site and having relevanceto the Works; 63) en$lre the receipt of and maintain as pefinanent records of all warranties I required under terms and conditions of the contract for materials including their sourceand equipmentaccepted and incorporatedin the project; T 64) advise PIU on need for effective liaison with local authorities, police, landowners, utility owners, complainants, the public and other organizations affected by the Works in order to minimize or avoid unnecessarydelays or I disputes; I u&"9 Pase55 of 128 t I I 6s) maintain consolidatedproject accountsand assistNHA for settlementof Audit Para's and objections raised, preparereplies related to project, and provide the entire relevant documentslpaperslletters etc. to support the replies-until 1 year I after completion of Works. The cost to be incurred may be built in the rates; 66) develop training programs for NHA staff and develop on the job training on I innovative constructionmethods, project managementand value engineering; 67) prepare revised PC-l for the project including economic analysis and I Environmental Impact Assessment(EIA) on Performa of PC-l prescribed by Planning Commission; 68) provide any other specialist servicesrequested by PIU under conditions to be I mutually agreed; 6e) ensure that the construction methods as proposed by the Contractor for I carrying out the Works are satisfactory,inspection of Contrastor's construction equipment; and safety of the Works, property, personnel, and general public; I the scheduleof mitigation measuresfor adverseenvironrnental impacts; and 70) For any laps in quality, quantity, or financial irregrrlarity related to the l performanceof the Services,the Consultantswill indernnify the Client. I D. Staffing 13. 221.5 Persons-Months of Key Personnel and 1210 Person-Months of Non-Key Personnelfor design review and construction supervision Consultantsare required to I review the designs and assist in construction supervision/ contract administration, financial management, safeguard compliance and implementation of the above I mentioned project. The Consultancy Services would be required for a period of 39 months including 12 months defects notification period, and three (3) months for finalizing bills of Contractors. There will be one "site supervision team", for the I contract package.The site supervisory staff are expected to mobilize on the date of actual cofilmenceffrent of Works by the Contractor. Construction Supervision Team Leader of the Consultants is expected to be full time during construction and be I mobilized to the Project Site at least thirty (30) days in advanceof the commencement of the Works in order to assist PIU with activities leading up to mobilization of the I Contractor. Procurement of Consulting Services will be based on quality and cost- basedselection (QCBS) method following PEC Guidelines on the Use of Consultants and as per Procurementof Consulting Service Regulations2010 as notified by PPRA. t The tentative team composition is as below: I t4. Key and Non-Key Personnel Sr. Monthly Total Experts No. Months Total T No Rate (Rs.) (Rs) I. Design Review Stage A. Key Personnel

I I Highway Design Engineer/ Team I I 1.50 Leader Page56 of 128 I

Sr. Monthly Total t Experts No. Months Total No Rate @s.) (RsJ 2. Sr. StructureEnsineer I 0.75 I a GeotechnicalEngineer 1 0.50 4. Geometric Design Engineer I 0.50 I 5. Road Safety Engineer I 0.50 6. Drainage Engineer I 0.75 I Sub-Total: 6 4.50 I ConstructionSupervision Stage T B. Key Personnel I ResidentEnsineer /Team Leader I l+24+3 2. AssistantResident Ensineers 2 22 I (Structures)-I& il J. AssistantResident Ensineers 2 22 (Bridses)-I& II I 4. AssistantResident Ensineers J 24 (Hishwavs)-I.II & UI 5. MaterialEnsineer 1 24 I 6. ContractEnsineer 5 Sub-Total: 10 217 I C. Non-Key Personnel I Quantity Surveyor I 24+3

2. AssistantQuantity Surveyors-I, il a I J 20 &III a J. ChiefSurveyor I t2 I 4. SiteInspectors (Highways) 6 24 5. SiteInspectors (Structures) 2 24 t 6. SiteInspectors (Bddges) 2 20 Material LNpectors 6 24 8. a I Surveyors J 24 9. Lab Technicians t2 24 10. Project Monitoring & Evaluation I 27 I SvstemOfficer l1 Jr. Engineersfor PlanningWing z 27 HO. I 12. Cad Operator 1 24 13. Accountant I 24+3 I 14, ComputerOperator I 24+3 15, ComputerOperators 2 24 16. I Office Assistants J 24 Office Boys 4 24 I Sub-Total: 51 l2r0 GrandTotalA+B+C: 67 1431.5

Page57 of 128 t J,v,9 I l I Total Person-Months of Key Personnel for Design Review 4.50 Total Person-Months of Key Personnel for Construction I Supervision 2t7 Total Key Personnel(Person Months) 221.5 I Total Non-Key Personnel(Person Months) 1210 Total Personnel@erson Months) 143r.s

I 15. Special Extension for SelectedPersonnel

Following staff of the Consultants shall be allowed to continue performing Selices I for a period of three (03) months after completion of Works to frnalize the accounts and other outstandingissues of Contract. This period of three (03) person-tnonthsfor I each of the Personnelshall be spreadover the calendarmonths requircd to finalize the said activities. I S. No. Descripfion of Personnel Nos. Months Man-months 1 ResidentEngineer/ Team 01 0l+03 04 I Leader

2. Quantity Surveyor OI 03 03 a t J. Accountant 0l 03 03 I 4. ComputerOperator 01 03 03 16. Qualification and Experience of Key personal

I 1. Title: Highway Design Engineer / Team Leader (Design) t Experience: Minimum 15 years' preferably 18 years of relevant experiencein design of national highway t projects of which 5 years minimum and 7 years desirable as Highway Design Engineer in roads and bridge design projects. Must have worked as Team Leader during last seven (07) I years on at least fwo (02) similar projects. I Qualification: Minimum bachelor's degree in civil engineering preferably Masters in Civil Engineering / I Highway Engineering / Transportation Engineering or equivalent. Responsibilities:

I He/she will lead the design review team as coordinator to complete the task in professional manner. The Geometric Design Engineer will verify the detailed design and provide I comments.Verify and recommend/providedesign plans for road geometry and frrniture and road safety appliances.Generally, role of a geometric road design engineer is to decide the I J&^o Page58 of128 I I I placement of the road with respect to surrounding physical environs and give a shapeto its configuration with due care for mobility, accessmanagement, ftaffic control and best possible road safety mechanism embedded in design process. More specifically Geometric Design I Engineer/TeamLeader (Design) is required but not limited to the following:

Agree upon the category of road to be developed to make sure relevant design I standardsare applied and relevant guidelines are followed during the design process. It could be any category ranglng from motorway to rural accessroads or mountainous I roads in rural settings and urban freeways, primary roads, secondaryroads, laterals and accessroads in caseofan urban situation; t To decide and fix the route alignment as per project requirements; Firm up connectivity requirementsand linkages; I Liaise with survey entity to get the topographic details of the route alignment with appropriatedetails; t Assesstravel demand for the project road alignment; Work out road's right of way requirement and spacing tbr valious road components I including formation widths, carriageways, lanes, shoulders, medians/hoizontal barriers, road side facilities like spacing for NMT, drainage channels, green verges, luybys and other road side facilities etc. Decide upon relevant design standardsfor I crossfalls, camber and super elevations; Design both horizontal and vertical profile alignments as per given speed and other I geometric design criteria to bring upon most direct, cost effective and safe route alignment; t Locate and firm up position of road crossings and crossings for water channels and cross drainage. Lead the relevant engineering specialists for structure design and I positioning of utilities and other crossings; Provide designplans for various road segmentsincluding links (sectionsbetween road crossings) and road crossings. In case of motorways/ expressways only grade t separatedcrossings and interchangesare involved whereas in case of lower order roads mnltiple choices are availablerequiring option analysis for selectionof relevant t fcrrmof road crossings; Both horizontal design plans and vertical alignments are required to run I simultaneously; Lead the pavementdesign engineerduring production of designplans; I Design engineers are encouraged to apply any relevant software available for generationof designplans; I Provide design plans for road furniture and road safety appliancesincluding traffic control devices,signage and road marking;

In caseof signalized crossingsprovide separatedesign plans for installation of signal I configuration and relevant plans for signal and other relevant ITS operations; , eageS9$f128 I ri,.\ ll',r I I Generatetypical and standardizeddesign details of various elementsas appropriate; Producethe designfolder in hard and soft formats; I Be responsiblefor and respondto third party road safety audit recommendations;and I Keep liaison with the Client for designreview matters. T 2. Title: Sr. StructureEngineer t Experience: Minimum fifteen (15) years,preferably twenty (20) years of relevant professional experience of which 8 years minimum and 11 years desirable, as Structure Engineer on major road I projects. He/she shall demonstratea working knowledge in: (i) the design and construction of bridges and other structures for road projects; (ii) various structural designs and documentationsincluding the design of all required earthworks,retaining walls, drainage and I any other required structures; and (iii) supervising the work of field teams in monitoring progress, assessing quality, and certifying construction in accclrdance with contract I conditions. I Qualification: Minimum bachelor's degree in Civil engineering preferably Masters in Structural I Engineering or equivalent. Responsibilities:

T Sr. Structure Engineer will perform duties under the guidance of the Team Leader for both design review phase as well as construction supervisionphase. He/she will review the design T of all structuresand assistthe Team during construction supervision of the project's bridges and structures and assist in ensuring that the project is implemented in accordance with the required specificationsand approveddrawings. He / She will set up supervision systems,and I train the Consultants' supporting staff in their use. He/shewill be responsiblefor construction supervision and of structural componentsof the road and ensuring that the subject'project is t implemented in accordancewith the required specification and approveddrawings. FIe *{ll be responsiblefor construction supervision and review and approval of Contractor's I bills. He will assistthe Resident Engineer (RE) in the performance of his tasks. He will be responsible for designing especially on cost effective, multi-hazard resistant design, design t the structural elements of roads component and bridges, including detailed structural drawings and specifications. The main responsibilities of the position will include but not t limited to the following: Inspect the site and collect the condition data for the design review and necessary I changesifany; I t t I Provide details about existing structures,damages and assessment; Assist and recommend approval of Contractor's work program, method statements, t material sources,etc. ; Assist in preparingand issuing reports as defined subsequently; I Review and recommend approval andlor issuing working drawings, approval of the setting out of the Works, and instruction to the Contractor; I Assist in Taking measurementsand keep measurementrecords; Assist in Maintaining records,coffespondence, and diaries; t Assist in Certifying work volume and recommendinginterim certificates for progress payments; I Assist in maintaining consolidated project accounts, and preparing of financial statements; I Provide feedbackon the certification of completion of part or all of the Works; Assist in inspecting the Works at appropdate intervals during the defects liability I period and issuing the defectsliability certificate; Assist in Processingthe Contractor'spossible claims; I Providing the Employer with complete records and reports, and recommend the Contractors' as -built drawings for the Workst and I Assist in the compilation of a Project completion report data, providing details of Project implementation, problems encountered,and solutions adopted, and detailing and explaining any variation in Project costs and implementation schedulesfrom the T original estimate I 3. Title: GeotechnicalEngineer

I Experience:

Minimum eighteen (18) years relevant professional experienceof which 10 years minimum I and 15 _vearsdesirable, as GeotechnicalEngineer in desigrr/design review of roads/structures of National Highway projects with proven credentials in Bridge Designing or related to T foundation investigation and design of major structuresand embankments. I Qualification: Minimum bachelor's degree in Civil / Geological Engineering with Master's degree in I Geotechnical Engineering or Foundation Engineering or equivalent. t

Page61 of128 I I ResponsibiHties: Geotechnical Engineer will review the design and any modification and change in design, I construction method, and alternatetechnology of construction and provide oversight during the consultancy design review service. He/she will be responsible for carrying out geotechnical investigations and subsurface explorations for road and structures, stipulate l material testing proceduresand specifications,identify sourcesof materials, quaffy sites and borrow areas.He/she is also responsible for all design related assignmentsrelated to Soil / I Geotechnicalengineering of the project.

I 4. Title: Geometric Design Engineer I Experience: Minimum 15 years' professional experience in Geometric Design of National Highways/ Expressways/ Motorways. Strong background in access management and traffic control I systemswill be preferred.

t Qualification: Minimum bachelor's degree in civil engineering pretbrably Masters in Civil Engineering / I Highway Engineering/ TransportationEngineering or equivalent. I Responsibilities: He/she will lead the design review team as coordinator to complete the task in professional I manner. The Geometric Design Engineer will verify the detailed design and provide comments.Verify and recommend/providedesign plans for road geometry and furniture and road safety appliances.Generally, role of a geometric road design engineer is to decide the t placement of the road with respectto surrounding physical environs and give a shape to its configuration with due care fbr mobility, accessmanagement,traffic control and best possible I road safety mechanismernbedded in designprocess.

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

I Qualification: Minimum bachelor's degreein Civil Engineering and preferably Master's in TransportationI I Traffic Engineeringwith additional certification of Safety Auditor. I Page62 of 128 t I I Responsibilities: The Road Safety Engineer will Audit the design of road during Design Review from safety I aspect to improve the design if required. The Road Safety Engineer will be part of the supervision services team too and will be providing all necessary assistance to the construction supervision team with respect to all safety, health and environmental issues. t He/she will review and approve the safety plans of the Contractor and he will monitor the safety of the Works and the safety of the traffic diversions and ensure compliance with the I regulations.Road Safety Engineer will identify hazardouslocation(s) and conditions, conduct ahighway safety study, collect and analysespreliminary data, identify and collect field data, select and conduct appropriate detailed studies, evaluate study results, determine safety and t operational deficiencies, identiff potential safety and operational improvement and to select appropriateimprovements. The Road safety Auditor will set up the road safety supewision systems,train the national staff and ensurethat the system is in place. He/she shall ensure I minimum disruptiorVdamageto the environment by approval of Contractors' $'ork statement/ methodology, including monitoring the impact of constructionworks on the environment and l local settlementsand providing information to NHA on the monthly progressreports.

T 6. Title: Drainage Engineer I Experience: Minimum 15 years of relevant professional experienceof which 10 years minimum, and 13 I years desirable as Drainage Engineer on roads and bridges design projects of National Highways/ Expressways/Motorways.

I Qualification:

Minimum bachelor's degree in Civil engineering with Masters in Hydrology/ Hydraulics t Engineeringor equivalent. t Responsibilities: T Responsibilitiesof the Drainage Engineerwill include, but is not limited to the following: He/shewill perform his duties under the guidanceof the Team Leader. I Work in the survey and design team and will be responsible for collecting and assessingthe hydrological data, finalizing the design discharges for the required t drainages,cross drainages, sub surfacedrainages. Provide assistanceto the design team in designing the appropriate and cost effective designof drainagestructures.

I He/she shall collect relevant field data and estimatethe design dischargesfor various I drainagesstructure for the designputpose. I Pase63 of128 I I I 7. Title: Resident Engineer / Team Leader (Construction Supervision) I Experience: Minimum 15 years'preferably 18 years'relevantprofessionalexperience of which 8 years minimum and 10 years desirableexperience as ResidentEngineer on construction projects of I National Highways/ Expressways/Motorways. The candidateshould have worked as Team t Leader on three (03) similar projects. Qualification: I Minimum bachelor's degree in Civil engineering preferably Masters in Civil Engineering I Highway Engineering / Transportation Engineering / Construction Managernent or I equivalent. Responsibilities:

I Overall responsibility for the organization, conduct and delivery of consultancy servicesand reporting to NHA. The RE I Team Leader will head the Consultants' team and will work I directly to managethe project and will maintain liaison with NHA. I Responsibilitiesof the RE / Team Leader will include, but is not limited to the following: Ensure the Proj ect implementation; I Assume full responsibility for the consulting tearn andperformance of servicesunder the ConsultancyContract; t Ensure that the consulting team undertakescomprehensive review of the designs and specificationswhich were preparedby the design consultant; T Ensure that the consulting team undertakes comprehensiveconstruction supervision and contract adrninistrationof the Works;

Oversee the Consultants activities ensuring compliance to details provided in the I constructiondrawings and strict adherenceto constructionspecifications;

Overseeand superviseconstruction of Works in accordancewith details provided in T the constructiondrawings ensuring strict adherenceto constructionspecifications;

Ensure preparation of detailed and quantitative progress reports to support the I Contractor's requestsfor progresspayments;

Keep the Employer informed of technical issues and progress of all Works both by I informal and formal meetings and correspondenceand assist in any project issue which the Employer may require; I Ensureimplementation of environment and social safeguardsrequirements; Assist the Employer in preparing responsesto audit objections and queries of the I financiers or other GovernmentAuthorities; CoordinatewithallconcernedEmployer,sorganizationSonprojectissues; I Page64 0f:128 T I 8ZI Jo 99 ed€d I

'soleturlso leul8uo eqt ruo4 solnpoqcsuorlsluoIueldwl pu€ slsoc pefoJd ur uorleue^ I due 8urure1dxs pue Suqrelop pue 'peldope suonnlos pu€ 'perelunocue sruslqord 'uoqeluetueldrut lceiord Jo sllepp Eurprzro;dgoder uorplduoc lcefor4 e eldruo3 I pue iqro16 eril roJ s8urlurp llnq - se 6srolc€4uoJ oql 8ul^oJdde puu 'sgoder pu€ spJocer elelduroc qlrlr .rsfoldurg eql 8urprrr.o.r4 I isgoder sso.6ord,(gluoru eql uo VHN ol uoqerruoJurSurpr,rord pue sluoweliles I€col pue trueuruoJrlueeql u{) 'r{Eolopor{leu $11016uorlcrulsuocgo pedur eql EulJolruoruEurpnlcur Auotue}€}s{JoA\ t (sJolce4uoJ3o lerrordde,{q lueuruorr^uoeql o1eEeuepTuorldrusrp rumururrrj Eur;nsug isunelc elqrssods6Jolc€quoJ oql Ewssecor6 I iolecgrgec uo4€cgrlou slceJepaql8urnssr pue poped uo4ecg.DouslceJep oql Suunp sl€^rolur eleudordde le $lroi[ or{} Eur}cedsul I isryo16 orltrJoge to gedyo uorlelduoc Eur&ryeC 'slunocce islueurslelsIslcueugJo Suuederdpuu psford pel€prlosuocEururu1u1e141 t islueur,(ud sse;Eord JoJ solecgriloc urlrelq Eurpusruruclcerpue otunlol {JoI\ Eup$p.rs3 I i seuerppue'ecuepuodseuoc osprocel Eurulululeyq

lsp;ocer luoure.mseerudesl pu€ sluorueJns€eruEuHut T irope4uo3 eq18u4cn4sur pu? ospo41eIDJo 'sEurmerp 1no Eurgeseqtr 6tu,to"rdde EurryorrrEurnssr ro/pue Surrrorddy T ldlluenbssqnspougep se spode.rEurnssr pue Euuude;4

lsgoder ssarEo-rd I flqtuoru oql uo VHN puu sluellnsuoJ orll ol uortrurrrrogurEurpnord pue sluerueliles Iecol prJe ]uerurroJrAuoogl uo sIJoA\ uorprulsuoc Jo lcedurr eq1 Suuolpontr T i,{Eolopoqteru/lueuotrels IJo r .sJo}cs4uoJ 's1uerue1e1s go leno-rdde,(q lueruuoJllue eql ol e?eumpporldrusrpruruururtu Euunsue 'slunocce 'slueurfed I Ieloueury3o uotlurederd pue poford petr€pqosuocEurureluluur sse;8old JoJ selecgrilec rulJelq Eurpueururocsr pw etunlol {ro^\ Eudgprs3 T irope4uo3 sq1Euqcrulsur 'sryo7y1 's8ulryrurp puu otll Jo 1no 3u41ss sq1 8ur,ro;dde Euqrorvr Eurnssr rcprm 'flluenbesqns 'socmos Eunordde peugep su spodsr Surnssrpuu Suuedsrd lelJelurrr I oslueurelels 'urerEord poqleu {JoA\ s6Jo1c€4uoJyo pno.rdde eqtrq Nrss€pue ^\orle1 lspe fordqns oq] Jo loJtruocI€truouuoJrlue I 'fleges oeru4'sdocs '1soc'flqunb pue JoJ elqrsuodsereq 11vn;esutEug lueprsog eqJ ieleudordde I se o,sEurl\eJpllmq-se,, Jo elrsnlcur podeA uorleldruo3 uorlcrulsuoJ olrsuoqerduoc 'serpil1ce e seredsrd ur€e} oql leql ernsuo pue sprnE uoqcrulsuoJ er{t Jo pue sg }V I I T t 8. Title: AssistantResident Engineer (Structures) I Experience: Minimum l0 years' preferably 15 years' relevant professional experienceof supervision of construction projects of National Highways/ Expressways/ Motorways of which 7 years t minimum, and 10 yearsdesirable, as Assistant ResidentEngineer (Structures). T Qualification: Minimum bachelor's degree in Civil engineering preferably Masters in Structural I Engineering or equivalent. I Responsibilities: He/she will be responsible for construction supervision of structural components of the highway (and bridges if required) and ensuring that the subject project is implemented in I accordancewith the required specification and approveddrawings. I He will be responsiblefor construction supervision and revieu, and approval of Contractor's bills. He will assistthe Resident Engineer (RE) in the performance of his tasks. He will be responsible for designing especially on cost effective, multi-hazard resistant design, design I the structural elements of roads component (and bridges if required), including detailed structural drawings and specifications.The main responsibilities of the position will include I but not limited to the followins: Inspect the site and collect the condition data for the design review and necessary I changesifany; Assist in preparationof technical details such as specificationsand estimates; T Provide details about existing structures,damages and assessment; Assist and recotnnrendapproval of Contractor's work program, method statements, t material sources,etc. ; Assist in preparing and issuing reports as defined subsequently;

T Review and recommend approval andlor issuing working drawings, approval of the setting out of the Works, and instruction to the Contractor; I Assist in taking measurementsand keep measurementrecords; Assist in maintaining records, correspondence,and diaries;

I Assist in certifuing work volume and recommendinginterim certificates for progress payments;

I Provide feedbackon the certification of completion of part or all of the Works;

Providing the Employer with complete records and reports, and reeommend the I Contractors' as-built drawings for the Works; &ild , , ,, i,:.,, . I Page66ofl28 I I t Assist in the compilation of a Project completion report data, providing details of Project implementation, problems encountered,and solutions adopted, and detailing and explaining any variation in Project costs and implementation schedulesfrom the I original estimates. I 9. Title: Assistant Resident Engineer (Bridges) a Experience:

Minimum 10 years' preferably 15 years' relevant professional experience of supervision of J construction projects of National Highways/ Expressways/ Motorways of which 7 years l minimum, and 10 yearsdesirable, as Assistant ResidentEngineer (Bridges). Qualification:

I Minimum bachelor's degree in Civil engineering preferably Masters in Bridge/ Structural Engineeringor equivalent. t ResponsibiHties:

He/she will be responsiblefor construction supervision of bridges and structural components I of the road and ensuring that the subject project is implemented in accordancewith the I required specification and approveddrawings. He will be responsiblefor construction supervision and review and approval of Contractor's bills. He will assistthe Resident Engineer (RE) in the performance of his tasks. He will be I responsible for designing especially on cost effective, multi-hazard resistant design, design the structural elements of roads component and bridges, including detailed structural I drawings and specifications. The main responsibilities of the position will include but not limited to the following: t Inspect the site and collect the condition data for the design review and necessary changesif any; T Assist in preparationof technical details such as specificationsand estimates; Provide details about existing structures,damages and assessment;

I Assist and recommend approval of Contractor's work program, method statements, material sources,etc. ; I Assist in preparing and issuing reports as defined subsequently; Review and recommend approval andlor issuing working drawings, approval of the I setting out of the Works, and instruction to the Contractor Assist in taking measurementsand keep measurementrecords; lt,'.,, I Assist in maintaining records,correspondence, and diaries; :1'':,1f,

.f, t Page:67'oft28 I I t Assist in certifying work volume and recommendinginterim certificates for progress payments; I Provide feedbackon the certification of completion of part or all of the Works; Providing the Employer with complete records and reports, and recommend the I Contractors' as-built drawings for the Works; and Assist in the compilation of a Project completion report data, providing details of Project implementation, problems encountered,and solutions adopted, and detailing I and explaining any variation in Project costs and implementation schedulesfrom the I original estimate. T L0. Title: Assistant Resident Engineer (Highways) Experience: t Minimum 10 years' preferably 15 years' relevant professional experienoeof supervision of construction projects of National Highways/ Expressways/ Motorways of which 7 years t minimum, and l0 yearsdesirable, as Assistant ResidentEngineer (Highways). I Qualification: Minimum bachelor's degree in Civil engineering preferably Masters in Civil engineering/ Highways engineering/ Structural engineeringl Transportation engineennd Construction I Management or equivalent.

I Responsibilities: ARE will be responsiblefor constructionsupervision of the road and ensuringthat the subject I project is implementedin accotdancewith the required specification and approveddrawings. He will be responsiblefor construction supervision and review and approval of Contractor's bills. ARE will assistthe Resident Engineer (RE) in the performance of his tasks. The main I 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 changesifany; t r Assist the RE in preparationof technical details such as specificationsand estimates; o Provide details about existing pavement,damages and assessment,if required; t o Assist the RE and recommend approval of Contractor's work program? method statements,material sources,etc.; I o Assist the RE in preparing and issuing reports as defined subsequently; o Review and recommend approval andlor issuing working drawings, approval of the I setting out of the Works, and instruction to the Contractor; o Taking measurementsand keep measurementrecords; I Page68 of 128 I t I Maintaining records,correspondence, and diaries; Certifying work volume and recommending interim certificates for progress I payrnents; Assist in maintaining consolidated project accounts, and preparing of financial t statements: Provide feedback to the RE on the certification of completion of part or all of the I Works; Processingthe Contractor'spossible claims; I Ensuring minimum disruption/damageto the environmentby approval of Contractors' work statement/methodology, including monitoring the impact of construction works on the environment and local settlementsand providing information to NHA on the I monthly progressreports; Providing the Employer with complete records and reports, andl recommend the I Contractors' as - built drawings for the Works; and Assist in the compilation of a Project completion report data, providing details of I Project implementation, problems encountered,and solntions adopted, and detailing and explaining any variation in Project costs and irnplementation schedulesfrom the I original estimates. I 11. Title: Material Engineer I Experience: Minimum 10 years' preferably 15 years' relevant experience as Material Engineer on construction supervision projects of National Highways/ Expressways/Motorways of which I minimum 5 years experience of asphalt concrete mix design in countries having similar I climate condition and/or truck overloading problems like Pakistan. Qualification:

I Minimum Bachelor's degreein Civil engineeringor Masters in Geology, preferably Masters in Soil Engineering/Material Engineering/ GeotechnicalEngineering or equivalent.

I Responsibilities: t Soil/Material Engineer will perform duties under the guidance of the Team Leader. He/she will assistthe Team during construction supervision of the Road, Bridges and structuresand assist in ensuring that the subject project is implemented in accordancewith the required I specification and approved drawings. The Soil/Material Engineer will set up quality control systems,testing procedures,preparation of JMF, train the staff and ensurethat the system is I in place. I ,1,\rA,b.S Page69 of 128 t I

He/she will assist and will be responsible for quality of materials used in construction by I performing field and laboratory tests and certifying their acceptancebased on recofirmended I specificationsfor the material, will also identify the sourcesof material and query sites. Main responsibilitiesof the position will include but not limited to the following:

t o StipulateMaterial Testing Proceduresand Specifications; o Identify sourcesof materials, quary sites and borrow areas;

I o Confirm the suitability and availability of material in the borrow pits and quarries for pavement;

l o If required, identify and evaluateadditional sourcesof materials;

o Undertake field and laboratory testing of the materials to determine their suitability I for various componentsof the Work; o Preparemass haul diagram for haulage pulposes giving quaffy charts indicating the t location of selectedborrow areas,quarries and the respectiveestirnated quantities; o Make suitable recoillmendations regarding making good the borrow and quarry areas I after the exploitation of materials for constructionof Works; o Be responsible for Material Testing and specification and certification of material quality; ) . Preparation and testing of concrete mixes of different design mix grades using I suitable materials (binders, aggregates,sand filler etc.) as identified during Material Investigation to conform to specification applicablein Pakistan;and T . Preparationof JMF.

I 12. Title: Contract Engineer t Experience: 12 yearc' relevant professional experienceof which 6 years minimum, and 9 years desirable, I as Contract Specialist on major road projects based on FIDIC form I conditions of contract. Proven credentials in contract administration, evaluating Contractor's claims and dispute rcsolrttion, preferable experience/trackrecord of an arbttrator, mediator, adjudicator and/or I dispute resolution adviser. t Qualification: Bachelor's degree with a major in Civil Engineering, Law, Contracts, Procurement, or I Construction Management preferably M.Sc. in Civil Engineering, Law, Contracts, Procurementor equivalent t T Page70 of 128 I I I Responsibilities: Responsible for assistancein contract administration of Works contracts, taking timely t contractual actions related to cost, time and quality controls and closure of the contracts,and in caseof dispute its referral to the adjudication and arbitration as the casemay be.

I He/she will be responsible for assisting the Team Leader in all the activities pertaining to contract management, early warning of key contractual actions, schedule and document I contract managementmeetings and evaluatinglresolving Contractor's claims and contractual disputes.

I Responsibilitiesof the Contract Engineerwill include, but is not limited to the following:

Assist Team Leader in coordinating contract managementand planning activities for I the work packageswith Engineering,Project Controls and Construction; Assist to organizemeetings for negotiating and resolving technical and contractual 3 issues: Assist Team Leader in the timely distribution of reports and pertinent contractual I information to and from Contractorsin accordancer.r,ith agreed schedule; Assist in scheduleturnover meetingswith Site Personnel,where required; I Assist to check timesheetsfor contract conformance(rates, backup and extensions); Assist in review Contractors'invoices and prepare ProgressPayment Certificates with 1 Cost Control; Assist in review Contractors'costs, forecasts and requestsfor claims;

I Assist in review and issue for approval and post SubstantialPerformance documents;

Participate in contract cost review meetings and regular Project progressand assist ) with preparationof monthly contractsand Project progressreports;

Assist in procurement and contracts administration and assistanceactions such as 3 contracts,solic'itations, modifications, delivery schedules,plans and coordination with relevant departments; I Assist in preparationof procurementand contract documents; Assists in the review of procedural aspects of contract actions. Participates in I contractsadministration sufficient to ensurecontract terms and conditions are met and that the Contractor delivers the required services in a timely manner to achieve the T obj ectives of the proj ect; Assists in the termination of contracts for the convenience of the Project by a Contractor. The incumbent is responsible for the preparation of all documentation I necessaryto support and defendtermination decisions; Recommends actions when the Contractors are not in compliance with contract I provisions; :JegP I Page7l of 128 I I I Coordinate with Contractors to determine and recommend alternative courses of action, such as extensionofdelivery schedule; t Conducts contract reviews to evaluate Contractor's perfonnance, and monitors Contractors' activity to assurecompliance;

Monitors such matters as payments, claims, and contracfual changes to insure t requirementsof the contract are met;

Reviews completed contract file to ensureroutine administrative matters are resolved I or completed;and

Support to Team Leader in drafting, for submittal to Employer, any requests tbr I consentto extensionof time I vanialionorders. I I E. Reporting & DocumentsRequirements 17. ReportingRequirements: The Consultantswill prepareand subrnitto PIU five copies of eachof the undermentioned reports. The formatof theseropotrs sliall be mutuallyagreed t with the PIU:

(i) Inception Report: The Consultants rvill submit an Inception Report within t one Month after mobilization. This will contain full detail of the Consultants' supervision, & contract administration methodology and staff plan with J supportingCVs of professionalstaffand projected monthly billing. (ii) Design Review Report: The Consultants will submit a detailed Design I Review Report, uncler the guidance of team leader within two months, indicating any deficiencies / improvements required in the detailed design prepared by the Design consultant. The design review will ensure that the I constnrction drawings cany all details necessaryfor executing the job and I shall not result in claims of non BOQ items / additional associatedcosts. (iii) Monthly Contract Administration Reports: The Consultantswill prepare a T narrativeprogress report, not later than the 1Othof eachmonth, summarizing: a. Construction progress during the month and cumulative to date for each individual contract drawing specific attention to any major causesof delay J (administrative, technical or financial) with details of remedial action taken or recommendedto the Employer. I b. A comparison of actual and forecast expenditure both during the month and cumulative to date for each individual contract, and a record of the I status of payment of the Contractors'monthly invoices, of all claims for cost or time extensions, and of actions required of PIU to permit unconstrainedworks implementation. The Consultantswill also advise on I the final estimated cost for each individual contract and draw attention to I .AgD Pase72of 128 I I any major changes in the project budget including details of remedial action taken or recommendedto the Employer. c. Brief on all correspondenceexchanged with the Contractors particularly I relating to contractualclauses, with financial and time implications. d. Technical appreciationof any design or quality control problems for each I individual contract including details of remedial action taken or recommendedto the Employer. I e. Statusof compliancewith the Environmental & ResettlementPlans.

(iv) Annual Management Information Report at the end of each Financial I Year: The Consultantswill prepare a comprehensivereport summarizing all activities under the Services at the end of each Financial Year, and also at I other times when considered warranted by either the Cernsultantsor Pru becauseof delay of the construction Works or becauseof the occurrence of technical or contractual difficulties. Such reports shall surnmaize not only t activities of the Project Engineer/ Manager but also the progress of the Contractors including all contract variations and change orders, the status of the Contractors claims, and brief descriptions of the technical and contractual J problems being encounteredand other relevant information for each of the I ongoingcontracts. (v) Interim Contract Completion Reports: The Consultants will prepare completion report for each contract r'vithin 30 days of issuanceof Taking-over I CertificatelCertification of Completion. This report shall summarize the implementation and financial history of the project. The defects list provided I to the Contractor and all outstandingclaims pending resolution. (vi) tr'inal Project Completion Report: The Consultants will prepare a I comprehensivefinal Completion Report within 90 days after Issuanceof the Taking Over Certificate of the last Works contract. The Consultants will prepare a comprehensivefinal Completion Report for the project including ; each of the contractsand shall summarizethe method of construction.as built record showing the location and details of all Works carried out, all defects l and certification of the satisfactory correction of such defects for each of the construction contracts, the construction supervision performed, and recommendationsfor future projects of similar nature to be undertaken by I NHA. A safeguardsimplementation completion (final) report will also be included as appendix to the final project completion report.

I (vii) Project Documentary Report: The Consultants has to make documentary of all major activities during constructions as well as that of completed I project sections to be submitted towards the end of the project. These should also pertain; I a) Laying and compactionof various pavementlayers; b) Operation of Asphalt and concretePlants; .. 1

qa n^-^ragv tJ ur^f lzolao ) I I

I c) Quarry sites and laboratory activities; d) Road after completion showing road furniture; 1 e) Various important stagesin constructionof structures; D Any other major activity involved requiring specific mention. I (viii) Roughness Survey Report: The roughness surveys will be carried out at substantialcompletion in coordination with NHA, before the end of the defect liability period. The Consultant is required to submit his findings along with T data in this report.

(ix) Revised PC-l: The Consultants shall preparethe revised PC-l of the ptoject. I before completion of the project, if required by incorporating all changesin the scope of work and, prepare completion report (PC-ry), at the completion t of the project.

18. Documents & Manuals Required: The Consultants will prepare following I documents to be approved by the Employer for efficient contract administration & constructionsupervision.

; a. Contract Administration Manual I b. Quality Control & AssuranceManual c. LaboratoryManual I d. Environmental Monitoring Checklist e. SafeguardMonitoring Check list

t F. 19. Employer's Input and Counterpart Personnel

I (i) Services, facilities and property to be made available to the Consultants by the Employer: Design Reports, Drawings and related data for the sub-projectswill be I sharedwith the Consultants. (ii) Prot'essionaland support counterpartpersonnel to be assignedby the Employer to I the Cernsultants' team: The Employer shall establish a functional Project ManagementUnit for support and liaison with the Consultants.

I G. 20, Employer will provide the following inputso project data and reports to facilitate I preparation of the Proposals: N/A I I I Pase74 of 128 I H. 2t. Miscellaneous

(D Employer'sStaff: The Employerhas planned a ProjectImplementation Unit (Pru) to implement the Project.The PIU hasbeen established under a GeneralManager, assisted by ProjectDirector and land acquisitionStaff andwillbe locatedin the field.

(iD Facilities: Facilities for the Consultants: The Construction Contractor shall provide, operate and maintain the following facilities for the exclusive use of the Consultants:

a. Laboratoryand Testing Equipment b. SiteOffice and Residential Accommodation (adequately fimrished) c. SiteTransport d. SurveyEquipment

(iiD The Consultantsare encouraged to familiarizevvith Construction Work before submitting their proposals. Draft sample documents regarding EMP, Resettlement,and Environment as per the instructionof the Client.

Pase75 of128