0% found this document useful (0 votes)
145 views125 pages

Section 1. Letter of Invitation / / - W 1-/: Name & Address Consultant

The document is a letter of invitation for a feasibility study and detailed design of new small dams project. It invites proposals from shortlisted consulting firms, to be submitted by a deadline of March 8th, 2022. The selection process will use Quality-and-Cost Based Selection procedures to evaluate technical and financial proposals. The letter provides instructions on the proposal submission process and evaluation criteria.

Uploaded by

SalmanRandhawa
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
145 views125 pages

Section 1. Letter of Invitation / / - W 1-/: Name & Address Consultant

The document is a letter of invitation for a feasibility study and detailed design of new small dams project. It invites proposals from shortlisted consulting firms, to be submitted by a deadline of March 8th, 2022. The selection process will use Quality-and-Cost Based Selection procedures to evaluate technical and financial proposals. The letter provides instructions on the proposal submission process and evaluation criteria.

Uploaded by

SalmanRandhawa
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 125

SECTION 1.

LETTER OF INVITATION

No.EE/SDD/FJ/2022/ \S '\ / \~-W Date: \ ')_\ ~ 1- \ 'Lo L... 2--


~.

Date: 12.02.2022
RFPNo: 001
Potohar Districts Rawalpindi, Islamabad, Jhelum, Attock,
Location:
Chakwal, Talagang in the Punjab Province in Pakistan. i
Deadline for submission: 08.03.2022

Name & Address 0/ Consultant

Mansoor Ali (Authorized Representative)


(General Manager/Head)
1. National Engineering Services Pakistan (Pvt).Ltd (Lead Firm)
Nespak House I-C ,Block N, Model Town Extension, Lahore.
2. Engineering General Consultants,(ECG) (Pvt).Ltd (JV Partner)
3. TurkPak International {Pvt}.Ltd (Sub Consultant)

Subject: LEITER OF INVITATION

Dear Mr. Mansoor Ali

1. Punjab Irrigation Department, Government of the Punjab invites Technical and Financial
proposals, through Chief Engineer, Irrigation Potohar Zone Rawalpindi / Islamabad, to
provide the following consulting services:

'FEASIBILITY STUDY, DETAILED DESIGN OF NEW SMALL DAMS'


Details on the services are provided in the Terms of Reference.

2. This Request for Proposal (RFP) has been addressed to the following shortlisted Consultants:

Lead/JV Partner/ Country of


Sr.No
Name of Consultant Sub-Consultant/ Incorporation
Associate

National Engineering Services


Pakistan (Pvt) Ltd, Lahore(Nespak) Lead Firm Pakistan
Engineering General Consultants
1 JV Partner Pakistan
(Pvt) Ltd (EGe)
TurkPak International (Pvt) Ltd Sub-Consultant Pakistan

2 Pakistan Engineering Services(Pvt) Ltd


Lead/Sole Firm Pakistan
- ---~--~
--.~-----..---------

3 Mott Mcdonalds Pakistan (Pvt) Ltd, MMP Lead/Sole Firm Pakistan


M/S AGES Consultants Lead Partner Pakistan
M/S Barqaab Consulting Services(Pvt) Ltd,
4 JV Partner Pakistan
Lahore

M/S BAK Consulting Engineer, Peshawar JV Partner Pakistan


M/S Rehman Habib Consultants
Lead Firm Pakistan
(Pvt) Ltd {RHC}

National Development
5 JV Partner Pakistan
Consultants {Pvt} Ltd
Development and Management
Sub-Consultant Pakistan
Consultants (Pvt) Ltd

3. The Consultant will be selected on national competitive basis (NCB) under Quality-and-

Cost- Based Selection (QCBS) (80:20) procedures and in a Full Technical Proposal (FTP)

format as described in this RFP in accordance with PPRA Rules (2014, as amended from

time to time) - website: www.ppra.punjab.gov.pk/.

4. The RFPincludes the following additional documents:

Section 2-lnstructions to Consultants (Including Datasheet)

Section 3 - Technical Proposal - Standard Forms

Section 4 - Financial Proposal - Standard Forms

Section 5 - Terms of Reference-TORs

Section 6 - Conditions of Contract and Contract Forms

5. It is mandatory for proposals to be made using the Standard Forms of the RFP.Proposals that

are not in the prescribed format may be discarded. If any information required in the form

is found missing, or written elsewhere, no credit will be given in the relevant section of the

evaluation.

6. It is not permissible to transfer this invitation to any other firm, such as Consultant's parent

companies, subsidiaries and affiliates. The Client will reject a Proposal if the Consultant

drops a JV partner without the Client's prior consent, which is given only in exceptional

circumstances, such as debarment of the JV partner or occurrence of Force Majeure.

7. Four sets (One original and three copies) of "Technical Proposal" and "Financial

Proposal" on the prescribed forms given in the RFP, separately sealed, signed and

stamped, must be delivered to the address given below by not later than 14:00 Hrs. on

08.03.2022. The Technical Proposal will be opened on same day at 14:30 Hrs. in the

presence of the representatives of the firms who may wish to attend. The Financial

Proposal of only technically responsive consultant will be opened.

8. Evaluation criteria is provided in datasheet (Section-II). Technically responsive consultant

will be invited for financial proposal opening after scoring at least Sixty-Five (65%)

percent marks in the technical proposal. After opening of financial proposal, combined

evaluation of technical and financial proposals will be carried out by weighting and
adding the quality and cost scores.

9. Please confirm us in writing, promptly on receipt, at the address in Clause ITC/ DS 4.5 that

you have received the Letter of Invitation. Please also inform us by 15.02.2022 in writing

at the same address whether you intend to submit a proposal or not.

10. The procuring agency may reject all proposals at any time to the acceptance of proposal as per

PPRA Rules 2014.

Sincerely Yours,

Executive Engi eer\,\~V


Small Dams Di ision
FatehJang
Contact No. 051-9255752
E-mail: [email protected]
SECTION 2: INSTRUCTIONS TO CONSULTANTS

Definitions (a) "Affiliate(s)" means an individual or an entity that directly or


indirectly controls, is controlled by, or is under common control
with the Consultant.

(b) "Agreement" means the Agreement signed by the Parties and all
the attached documents.

(c) "Applicable Guidelines" means Punjab - PPRARules; the selection


and Contract award process as set forth in this RFP.

(d) "Applicable law" means the laws and any other instruments
having the force of law in the Islamic Republic of Pakistani Punjab
Province, as amended from time to time.

(e) "Client" means the organization with which the selected


Consultant signs the Agreement for the Services.

[f] "Consultant" means any entity or person that may provide or


provides the Services to the Client under the Agreement.

(g) "Data Sheet" means such part of the Instructions to Consultants


used to reflect specific conditions.

(h) "Day" means calendar day.

(i) "Government" means the Government of the Punjab and all its
associated departments, agencies, autonomous/semi-
autonomous bodies, local governments, boards, universities and
similar other organizations.

(j) "Instructions to Consultants" means the document which provides


Consultants with all information needed to prepare their
Proposals.

(k) "Joint Venture (JVY' means an association with or without a legal


personality distinct from that of its members, of more than one
Consultant where one member has the authority to conduct all
business for and on behalf of any and all the members of the JV,
and where the members of the JV are jointlv and severally liable
to the Client for the performance of the Contract.

(I) "LOI" means the Letter of Invitation included in the RFPas Section
1 being sent by the Client to the interested Consultants.

(m) "Personnel" means professionals and support staff provided by


the Consultant or by any Sub-Consultant and assigned to perform
the Services or any part thereof; "Foreign Personnel" means such
professionals and support staff who at the time of being so
provided had their domicile outside Pakistan; "Local Personnel"
means such professionals and support staff who at the time of
being so provided had their domicile inside Pakistan.

(n) "Proposal" means the Technical Proposal and the Financial


Proposal.
(0) "RFP" means the Request for Proposal to be prepared by the Client
for the selection of consultants, based on the Standard RFP.

(p) "Services" means the work to be performed by the Consultant


pursuant to the Agreement.

(q) "SRFP" means the Standard Request for Proposals, which must be
used by the Client as a guide for the preparation of the RFP.

(r) "Sub-Consultant" means any person or entity with whom the


Consultant sub agreements any part of the Services.

(s) "Terms of Reference" (TOR) means the document included in the


RFP as Section 5 which explains the objectives, scope of work,
activities, tasks to be performed, respective responsibilities of the
Client and the Consultant, and expected results and deliverables
of the assignment.

1. Introduction 1.1 The Client named in the Data Sheet will select a consulting
firm/organization (the Consultant) from those listed in the
letter of Invitation, in accordance with the method of
selection specified in the Data Sheet.

1.2 The shortlisted Consultants are invited to submit a


Technical Proposal and a Financial Proposal for consulting
services required for the assignment named in the Data
Sheet. The proposals should be in separate marked and
sealed envelopes. The Proposal will be the basis for
agreement negotiations and ultimately for a signed
Agreement with the selected Consultant.

1.3 Consultants should familiarize themselves with


assignment conditions and take them into account in
preparing their Proposals. To obtain first-hand information
on the assignment, Consultants are encouraged to visit the
Client before submitting a proposal and to attend a pre-
proposal conference if one is specified in the Data Sheet.
Attending the pre-proposal conference is optional.
Consultants should contact the Client's representative
named in the Data Sheet to obtain additional information
on the pre-proposal conference. Consultants should
ensure these officials are informed well-ahead of time in
case they wish to visit the Client.

1.4 The Client will timely provide at no cost to the Consultants


the inputs and facilities specified in the Data Sheet, assist
the firm in obtaining licenses and permits needed to carry
out the services, and make available relevant project data
and reports.

1.5 Consultants shall bear all costs associated with the


preparation and submission of their proposals and
agreement negotiation. The Client is not bound to accept
any proposal, and reserves the right to annul the selection
process at any time prior to Agreement award, without
thereby incurring any liability to the Consultants.
Conflict of 1.6 Government of Punjab policy requires that Consultants
Interest provide professional, objective, and impartial advice and
at all times hold the Client's interest's paramount, strictly
avoid conflicts with other assignments or their own
corporate interests and act without any consideration for
future work.

1.6.1 Without limitation on the generality of the foregoing,


Consultants, and any of their affiliates, shall be
considered to have a conflict of interest and shall not
be recruited, under any of the circumstances set
forth below:

Conflicting (i) A firm that has been engaged by the Client


activities to provide goods, works or services other
than consulting services for a project, and
any of its affiliates, shall be disqualified
from providing consulting services related
to those goods, works or services.
Conversely, a firm hired to provide
consulting services for the preparation or
implementation of a project, and any of its
affiliates, shall be disqualified from
subsequently providing goods or works or
services other than consulting services
resulting from or directly related to the
firm's consulting services for such
preparation or implementation. For the
purpose of this paragraph, services other
than consulting services are defined as
those leading to a measurable physical
output, for example surveys, exploratory
drilling, aeria I photography, and satellite
imagery.

Conflicting (ii) A Consultant (including its Personnel and


assignments Sub-Consultants) or any of its affiliates shall
not be hired for any assignment that, by its
nature, may be in conflict with another
assignment of the Consultant to be
executed for the same or for another Client.
For example, a Consultant hired to prepare
engineering design for an infrastructure
project shall not be engaged to prepare an
independent environmental assessment for
the same project, and a Consultant assisting
a Client in the privatization of public assets
shall not purchase, nor advise purchasers
of, such assets. Similarly, a consultant hired
to prepare Terms of Reference for an
assignment should not be hired for the
assignment in question.
Conflicting (ii i) A Consultant (including its Personnel and
relationships Sub-Consultants) that has a business or
family relationship with a member of the
Client's staff who is directly or indirectly
involved in any part of (i) the preparation of
the Terms of Reference of the assignment,
(ii) the selection process for such
assignment, or (iii) supervision of the
Agreement, may not be awarded an
Agreement, unless the conflict stemming
from this relationship has been resolved in
a manner acceptable to the Government of
Punjab throughout the selection process
and the execution of the Agreement.

1.6.2 Consultants have an obligation to disclose any situation of


actual or potential conflict that impacts their capacity to
serve the best interest of their client, or that may
reasonably be perceived as having this effect. Failure to
disclose said situations may lead to the disqualification of
the Consultant or the termination of its Agreement.

1.6.3 No agency or current employees of the Client shall work as


consultants under their own ministries, departments or
agencies. Recruiting former government employees of the
Client to work for their former ministries, departments or
agencies is acceptable provided no conflict of interest
exists. When the Consultant nominates any government
employee as Personnel in their technical proposal, such
Personnel must have written certification from their
government or employer confirming that they are on leave
without pay from their official position and allowed to work
full-time outside of their previous official position. Such
certification shall be provided to the Client by the
Consultant as part of his technical proposal.

Unfair Advantage 1.6.4 If a shortlisted Consultant could derive a competitive


advantage from having provided consulting services
related to the assignment in question, the Client shall make
available to all interested Consultants together with this
RFP all information that would in that respect give such
Consultant any competitive advantage over competing
Consultants.

Fraud and 1.7 The Government of Punjab requires Consultants


Corruption participating in its projects to adhere to the highest ethical
standards, both during the selection process and
throughout the execution of an agreement. In pursuance
of this policy, the Government of Punjab:

(a) defines, for the purpose of this paragraph, the terms


set forth below as follows:

l7)
(i) "corrupt practice" means the offering, giving, receiving,
or soliciting, directly or indirectly, of anything of value
to influence the action of a public official in the
selection process or in agreement execution;

(ii) "fraudulent practice" means a misrepresentation or


omission of facts in order to influence a selection
process or the execution of a agreement;

(iii) "collusive practices" means a scheme or arrangement


between two or more consultants with or without the
knowledge of the Client, designed to establish prices at
artificial, noncompetitive levels;

(iv) "coercive practices" means harming or threatening to


harm, directly or indirectly, persons or their property to
influence their participation in a procurement process,
or affect the execution of a agreement.

(b) will reject a proposal for award if it determines that


the Consultant recommended for award has,
directly or through an agent, engaged in corrupt,
fra udulent, collusive or coercive practices in
competing for the agreement in question;

(c) will sanction a Consultant, including declaring the


Consultant ineligible, either indefinitely or for a
stated period of time, to be awarded a Government
of Punjab agreement if at any time it determines
that the Consultant has, directly or through an
agent, engaged in corrupt, fraudulent, collusive or
coercive practices in competing for, or in executing,
a Government of Punjab agreement; and

(d) will have the right to require that a provision be


included requiring Consultants to permit the
Government of Punjab to inspect their accounts
and records and other documents relating to the
submission of proposals and agreement
performance, and have them audited by auditors
appointed by the Government of Punjab.

1.8 Consultants, their Sub-Consultants, and their associates


shalf not be under a declaration of ineligibility for corrupt
and fraudulent practices issued by the Government of
Punjab in accordance with the above para. 1.7.
Furthermore, the Consultants shall be aware of the
provisions on fraud and corruption stated in the specific
clauses in the General Conditions of Agreement.

1.9 Consultants shalf furnish information on commissions and


gratuities, if any, paid or to be paid to agents relating to
this proposal and during execution of the assignment if the

(. ~)
Consultant is awarded the Agreement, as requested in the
Financial Proposal submission form (Section 4).

Only one 1.10 Shortlisted Consultants may only submit one proposal. If a
Proposal Consultant submits or participates in more than one
proposal, such proposals shall be disqualified.

Proposal 1.11 The Data Sheet indicates how long Consultants' Proposals
Validity must remain valid after the submission date. During this
period, Consultants shall maintain the availability of
Professional staff nominated in the Proposal. The Client
will make its best effort to complete negotiations within
this period. Should the need arise, however, the Client may
request Consultants to extend the validity period of their
proposals. Consultants who agree to such extension shall
confirm that they maintain the availability of the
Professional staff nominated in the Proposal, or in their
confirmation of extension of validity of the Proposal,
Consultants could submit new staff in replacement, who
would be considered in the final evaluation for agreement
award. Consultants who do not agree have the right to
refuse to extend the validity of their Proposals.

Eligibility of Sub- 1.12 In case a shortlisted Consultant intends to associate with


Consultants consultants or individual expert(s), such other Consultants
and/or individual expert(s) shall be subject to the eligibility
criteria set forth in the Guidelines.

2. Clarification and 2.1 Consultants may request a clarification of any of the RFP
Amendment of documents up to the number of days indicated in the Data
RFPDocuments Sheet before the proposal submission date. Any request
for clarification must be sent in writing, or by standard
electronic means to the Client's address indicated in the
Data Sheet. The Client will respond in writing, or by
standard electronic means and will send written copies of
the response (including an explanation of the query but
without identifying the source of inquiry) to all
Consultants. Shou Id the Client deem it necessary to amend
the RFPas a result of a clarification, it shall do so following
the procedure under para. 2.2.

2.2 At any time before the submission of Proposals, the Client


may amend the RFPby issuing an addendum in writing or
by standard electronic means. The addendum shall be sent
to all Consultants and will be binding on them. Consultants
shall acknowledge receipt of all amendments. To give
Consultants reasonable time in which to take an
amendment into account in their Proposals the Client may,
if the amendment is substantial, extend the deadline for
the submission of Proposals.

3. Preparation of 3.1 The Proposal (see para. 1.2), as well as all related
Proposals correspondence exchanged by the Consultants and the

q
Client, shall be written in the language (s) specified in the
Data Sheet.

3.2 In preparing their Proposal, Consultants are expected to


examine in detail the documents comprising the RFP.
Material deficiencies in providing the information
requested may result in rejection of a Proposal.

3.3 While preparing the Technical Proposal, Consultants must


give particular attention to the following:

(a) If shortlisted Consultant considers that it may


enhance its expertise for the assignment by
associating with other Consultants in a [oint
venture or sub-consultancv, it may associate with
another consultant. Any associations must be
clearly indicated in the technical proposal. In case
of a joint venture, all partners shall be jointly and
severally liable and shall indicate who will act as the
leader of the joint venture.

(b) For fixed-budget-based assignments, the available


budget is given in the Data Sheet, and the Financial
Proposal shall not exceed this budget.

(c) Alternative professional staff shall not be proposed,


and only one curriculum vitae (CV) may be
submitted for each position.

Technical 3.4 The Technical Proposal shall provide the information


Proposal Format indicated in the following paras from (a) to (g) using the
and Content attached Standard Forms (Section 3). Paragraph (c) (ii)
indicates the recommended number of pages for the
description of the approach, methodology and work plan
of the Technical Proposal. A page is considered to be one
printed side of A4 or letter size paper.

(a) A brief description of the Consultants' organization


and an outline of recent experience of the
Consultants (each partner in case of joint venture)
on assignments of a similar nature is required in
Form TECH-2of Section 3. For each assignment, the
outline should indicate the names of Sub-
Consultants/ Professional staff who participated,
duration of the assignment, agreement amount,
and Consultant's involvement. Information should
be provided only for those assignments for which
the Consultant was legally engaged by the Client as
a firm or as one of the major firms within a joint
venture. Assignments completed by individual
Professiona I staff working privately or through
other consulting firms cannot be claimed as the
experience of the Consultant, or that of the
Consultant's associates, but can be claimed by the

t/o)
Professional staff themselves in their CVs.
Consultants should be prepared to substantiate the
claimed experience jf so, requested by the Client.

(b) Comments and suggestions on the Terms of


Reference including workable suggestions that could
improve the quality/ effectiveness of theassignment:
and on requirements for counterpart staff and
facilities including: administrative support, office
space, local transportation, equipment, data, etc. to
be provided by the Client (Form TECH-3of Section 3).

(c) A description of the approach, methodology and


work plan for performing the assignment covering
the following subjects: technical approach and
methodology, work plan, and organization and
staffing schedule. Guidance on the content of this
section of the Technical Proposals is provided
under Form TECH-4 of Section 3. The work plan
should be consistent with the Work Schedule (Form
TECH-8 of Section 3) which will show in the form of
a bar chart the timing proposed for each activity.

(d) The list of the proposed Professional staff team by


area of expertise, the position that would be
assigned to each staff team member, and their
tasks (Form TECH-Sof Section 3).

[e] Estimates of the staff input (staff-months of foreign


and local professionals) needed to carry out the
assignment (Form TECH-7 of Section 3). The staff-
months input should be indicated separately for
home office and field activities, and for foreign and
local Professional staff.

(f) CVs of the Professional staff signed by the staff


themselves or by the authorized representative of
the Professional Staff (Form TECH-6 of Section 3)
along with their Computerized National Identity
Card numbers (if local) or Passport numbers (if
foreign).

(g) A detailed description of the proposed


methodology and staffing for training, if the Data
Sheet specifies training as a specific component of
the assignment.

3.5 The Technical Proposal shall not include any financial


information. A Technical Proposal containing financial
information may be declared non responsive.

Financial 3.6 The Financial Proposal shall be prepared using the


Proposals attached Standard Forms (Section 4). It shall list all costs
associated with the assignment, including (a)
remuneration for staff (foreign and local, in the field and
at the Consultants' home office), and (b) reimbursable
expenses indicated in the Data Sheet. If appropriate, these
costs should be broken down by activity and, if
appropriate, into foreign and local expenditures. All
activities and items described in the Technical Proposal
must be priced separately; activities and items described
in the Technical Proposal but not priced, shall be assumed
to be included in the prices of other activities or items.

Taxes 3.7 The Consultant may be' subject to local taxes (such as:
value added or sales tax or income taxes on non-resident
Foreign Personnel, duties, fees, levies) on amounts
payable by the Client under the Agreement. The Client will
state in the Data Sheet if the Consultant is subject to
payment of any taxes.

3.8 Consultants should express the price of their services in


Pakistan Rupees. Prices in other currencies should be
converted to Pakistan Rupees using the selling rates of
exchange given by the State Bank of Pakistan for the date
indicated in the Data Sheet.

3.9 Commissions and gratuities, if any, paid or to be paid by


consultants and related to the assignment will be listed in
the Financial Proposal Form FIN-l of Section 4.

4. Submission, 4.1 The original proposal (Technical Proposal and, if required,


Receipt, and Financial Proposal; see para. 1.2) shall contain no
Opening of interlineations or overwriting, except as necessary to
Proposals
correct errors made by the Consultants themselves. The
person who signed the proposal must initial such
corrections. Submission letters for both Technical and
Financial Proposals should respectively be in the format of
TECH-l of Section 3, and FtN-l of Section 4.

4.2 An authorized representative of the Consultants shall


initial all pages of the original Technical and Financial
Proposals. The authorization shall be in the form of a
written power of attorney accompanying the Proposal or
in any other form demonstrating that the representative
has been duly authorized to sign. The signed Technical and
Financial Proposals shall be marked "ORIGINAL".

4.3 The Technical Proposal shall be marked "ORIGINAL" or


/lCOpy" as appropriate. The Technical Proposals shall be
sent to the addresses referred to in para. 4.5 and in the
number of copies indicated in the Data Sheet. All required
copies of the Technical Proposal are to be made from the
original. If there are discrepancies between the original
and the copies of the Technical Proposal, the original
governs.

tl~)
4.4 The original and all copies of the Technical Proposal shall
be placed in a sealed envelope clearly marked "TECHNICAL
PROPOSAL"Similarly, the original Financial Proposal (if
required under the selection method indicated in the Data
Sheet) shall be placed in a sealed envelope clearly marked
"FINANCIAL PROPOSAL" followed by the name of the
assignment, and with a warning "Do NOT OPEN WITH THE
TECHNICALPROPOSAl." The envelopes containing the
Technical and Financial Proposals shall be placed into an
outer envelope and sealed. This outer envelope shall bear
the submission address and title of the Assignment, clearly
marked "Do NOT OPEN, EXCEPTIN PRESENCE
OF THE OFFICIAL
ApPOINTED,BEFORE
SUBMISSION
DEADLINE".The Client shall not
be responsible for misplacement, losing or premature
opening if the outer envelope is not sealed and/or marked
as stipulated. This circumstance may be case for Proposal
rejection. If the Financial Proposal is not submitted in a
separate sealed envelope duly marked as indicated above,
this will constitute grounds for declaring the Proposal non-
responsive.

4.5 The Proposals must be sent to the address/addresses


indicated in the Data Sheet and received by the Client no
later than the time and the date indicated in the Data
Sheet, or any extension to this date in accordance with
para. 2.2. Any proposal received by the Client after the
deadline for submission shall be returned unopened.

4.6 The Client shall open the Technical Proposal immediately


after the deadline for their submission. The envelopes with
the Financial Proposal shall remain sealed and securely
stored.

5. Proposal 5.1 From the time Proposals are opened to the time the
Evaluation Agreement is awarded, the Consultants should not contact
the Client on any matter related to its Technical and/or
Financial Proposal. Any effort by consultants to influence
the Client in the examination, evaluation, ranking of
Proposals, and recommendation for award of Agreement
may result in rejection of the Consultants' Proposal.

Evaluators of Technical Proposals shall have no access to


the Financial Proposals until the technical evaluation is
concluded.

Evaluation of 5.2 Evaluation committee shall evaluate Technical Proposals


Technical on the basis of their responsiveness to the Terms of
Proposals Reference, applying the evaluation criteria, sub criteria,
and point system specified in the Data Sheet. Each
responsive Proposal will be given a technical score (St). A
Proposal shall be rejected at this stage if it does not

~13
respond to important aspects of the RFP,and particularly
the Terms of Reference or if it fails to achieve the minimum
technical score indicated in the Data Sheet.

Financial 5.3 Following the ranking of technical Proposals, when


Proposals for QBS selection is based on quality only (QBS), the first ranked
Consultant is invited to negotiate its proposal and the
Agreement in accordance with the instructions given
under para. 6 of these Instructions.

Public Opening 5.4 After the technical evaluation is completed, the Client shall
and Evaluation of inform the Consultants who have submitted proposals the
Financial technical scores obtained by their Technical Proposals, and
Proposals (only shall notify those Consultants whose Proposals did not
for QCBS, Fixed
meet the minimum qualifying mark or were considered
Budget Selection,
non responsive to the RFP and TOR, that their Financial
and Least-Cost
Proposals will be returned unopened after completing the
Selection)
selection process. The Client shall simultaneously notify in
writing Consultants that have secured the minimum
qualifying mark, the date, time and location for opening
the Financial Proposals. Consultants' attendance at the
opening of Financial Proposals is optional. The opening
date shall be set so as to allow interested Consultants
sufficient time to make arrangements for attending the
opening.

5.5 Financial Proposals shall be opened publicly in the


presence of the Consultants' representatives who choose
to attend. The name of the Consultants, and the technical
scores of the Consultants shall be read aloud. The Financial
Proposal of the Consultants who met the minimum
qualifying mark will then be inspected to confirm that they
have remained sealed and unopened. These Financial
Proposals shall be then opened, and the total prices read
aloud and recorded.

5.6 The Evaluation Committee will correct any computational


errors. When correcting computational errors, in case of
discrepancy between a partial amount and the total
amount, or between word and figures, the former will
prevail. In addition to the above corrections, as indicated
under para. 3.6, activities and items described in the
Technical Proposal but not priced, shall be assumed to be
included in the prices of other activities or items. In case
an activity or line item is quantified in the Financial
Proposal differently from the Technical Proposal, (i) if the
Time-Based form of agreement has been included in the
RFP, the Evaluation Committee shall correct the
quantification indicated in the Financial Proposal so as to
make it consistent with that indicated in the Technical
Proposal, apply the relevant unit price included in the
Financial Proposal to the corrected quantity and correct
the total Proposal cost, (ii) if the Lump-Sum form of
agreement has been included in the RFP, no corrections
are applied to the Financial Proposal in this respect.

5.7 In case of QCBS,the lowest evaluated Financial Proposal


(Fm) will be given maximum financial score (Sf) of 100
points. The financial scores (Sf) of the other Financial
Proposals will be computed as indicated in the Data Sheet.
Proposals will be ranked according to their combined
technical (St) and financial (Sf) scores using the weights (T
= the weight given to the Technical Proposal; P the =
weight given to the Financial Proposal; T + P = 1) indicated
=
in the Data Sheet: S St x T% + Sf x P%.The firm achieving
the highest combined technical and financial score will be
invited for negotiations.

5.8 In the case of Fixed-Budget Selection, the Client will select


the firm that submitted the highest ranked Technical
Proposal within the budget. Proposals that exceed the
indicated budget will be rejected. In the case of the Least-
Cost Selection, the Client will select the lowest proposal
among those that passed the minimum technical score. In
both cases the evaluated proposal price according to para.
5.6 shall be considered, and the selected firm is invited for
negotiations.

6. Negotiations 6.1 Negotiations will be held at the date and address indicated
in the Data Sheet. The invited Consultant will, as a pre-
requisite for attendance at the negotiations, confirm
availability of all Professional staff. Failure in satisfying
such requirements may result in the Client proceeding to
negotiate with the next-ranked Consultant.
Representatives conducting negotiations on behalf of the
Consultant must have written authority to negotiate and
conclude an Agreement.

Technical 6.2 Negotiations will include a discussion of the Technical


negotiations Proposal, the proposed technical approach and
methodology, work plan, and organization and staffing,
and any suggestions made by the Consultant to improve
the Terms of Reference. The Client and the Consultants will
finalize the Terms of Reference, staffing schedule, work
schedule, logistics, and reporting. These documents will
then be incorporated in the Agreement as "Description of
Services". Special attention will be paid to clearly defining
the inputs and facilities required from the Client to ensure
satisfactory implementation of the assignment. The Client
shall prepare minutes of negotiations which will be signed
by the Client and the Consultant.

Financial 6.3 If applicable, it is the responsibility of the Consultant,


negotiations before starting financial negotiations, to determine the tax
amount to be paid by the Consultant under the
Agreement. The financial negotiations will reflect the
agreed technical modifications in the cost of the services.
Financial negotiations can involve the remuneration rates
for staff or other proposed unit rates if there is a revision
of scope or if the bid rate exceeds the available budget.

Availability of 6.4 Having selected the Consultant on the basis of, among
Professional other things, an evaluation of proposed Professional staff,
staff/experts the Client expects to negotiate an Agreement on the basis
of the Professional staff named in the Proposal. Before
agreement negotiations, the Client will require assurances
that the Professional staff will be actually available. The
Client will not consider substitutions during agreement
negotiations unless both parties agree that undue delay in
the selection process makes such substitution unavoidable
or for reasons such as death or medical incapacity. If this is
not the case and if it is established that Professional staff
were offered in the proposal without confirming their
availability, the Consultant may be disqualified. Any
proposed substitute shall have equivalent or better
qualifications and experience than the original candidate
and be submitted by the Consultant within the period of
time specified in the letter of invitation to negotiate.

Conclusion of the 6.5 Negotiations will conclude with a review of the draft
negotiations Agreement. To complete negotiations, the Client and the
Consultant will initial the agreed Agreement. If
negotiations fail, the Client will invite the Consultant
whose Proposal received the second highest score to
negotiate an Agreement.

7. Award of 7.1 After completing negotiations, the Client shall award the
Agreement Agreement to the selected Consultant and publish details
on the Planning & Development Department website and
promptly notify all Consultants who have submitted
proposals. After Agreement Signature, the Client shall
return the unopened Financial Proposals to the
unsuccessful Consultants.

7.2 The Consultant is expected to commence the assignment


on the date and at the location specified in the Data Sheet.

8. Confidentiality 8.1 Information relating to evaluation of Proposals and


recommendations concerning awards shall not be
disclosed to the Consultants who submitted the Proposals
or to other persons not officially concerned with the
process, until the publication of the award of Agreement.
The undue use by any Consultant of confidential
information related to the process may result in the
rejection of its Proposal and may be subject to the
provisions of the Punjab Procurement Rules, 2014 relating
to fraud and corruption.

\/b)
Instructions to Consultants
Data Sheet

.. 1.1 Name of the Client: Punjab Irrigation Department, Government of the Punjab
represented by Chief Engineer, Irrigation Potohar Zone Rawalpindi / Islamabad, Rawal
Dam Colony, Islamabad.
Method of selection: Quality and Cost-Based Selection (QCBS)(80:20)
1.2 Financial Proposal to be submitted together with Technical Proposal:
Yes..:i_ No __

Name of the assignment is: "Feasibility Study, Detailed Design of New Small Dams".

1.3 A pre-proposal conference will be held: YesiNa __

Date: 22.02.2022

Time: 11:00 AM hrs. (local time)

Venue: Office of Chief Engineer, Irrigation Potohar Zone Rawalpindi / Islamabad,


Rawal Dam Colony, Islamabad

The Client's representative is: Chief Engineer, Irrigation Potohar Zone, Rawalpindi
/ Islamabad
Address: Rawal Dam Colony, Islamabad
Telephone: (+92-51) 9255749
Email:[email protected]

1.4 The Client will provide the following inputs and facilities:
Please refer to Section 6, GCC

1.12 Proposals must remain valid for 120 calendar days after the proposal submission
deadline (i.e., until: 12th June 2022)

2.1 Clarifications may be requested not later than 10 days before the submission date.

The address for requesting clarifications is:


Chief Engineer
Irrigation Potohar Zone Rawalpindi / Islamabad
Rawal Dam Colony, Islamabad
Telephone: (+92-51) 9255749
Email: [email protected]

3.1 Proposals and All correspondence shall be submitted in the following language: English

3.3 (a) Shortlisted Consultants may associate with:


(a) non-shortlisted consultant(s): Yes _1/_ or No,J Or
(b) other shortlisted Consultants: Yes or No "
3.3 (b) The Financial Proposal shall not exceed the available budget of:
Not Applicable

\17)
3.4 (a) Firms should submit details of 5 No.(s) most relevant assignments completed/
substantially completed during last 10 years on the prescribed Performa attached. The
submitted assignments without completion certificates will not be considered
~ Only pI five projects will be considered. Extra projects will not be considered.
~ Completion Certificate should be clearly mentioned as Annexure in the
description of the project and should clearly mention the duration, cost and
firms share in the project.
);> Firm's share in the projects should be mentioned in PKR.
To assess firm experience and financial capacity; 60% weightage shall be assigned to
the lead firm whereas remaining 40% to the partner firm equally.

3.4 (e) Total budget of the Project is 446.061 million including all competitive and non-
competitive costs
Non-Competitive Component:
1. Provisional Sum (Sub-Surface Geological Investigation, Topographic Survey,
Material Testing, Land Acquisition Expenditure etc.,) :: 147,517,200
2. Estimated PRATax: 33,371,200

Note:
The estimated budget is inclusive of provisional sums and all types of
applicable taxes. All the Figures above are in Pak Rupees

3.4 (f) (i) CVs of the staff required should contain details of projects and actual activities
done by the expert along with time spent.

(ii) The CVs of all the members of the Project Team mentioned in TOR, should be
provided by the Firm for evaluation.

Note:
1. The personnel proposed against full time positions should not have parallel
engagement for consultancy assignments in the Irrigation Department since
overlapping is not allowed. The proposed personnel with parallel assignments
shall be marked zero. Non-committal certificate should be provided for each
proposed full-time expert.
2. Maximum Age limit of Personnel is 65 years.
3. Personnel engaged in different projects for the same period should categorize
it as intermittent and should not be overlapped. The personnel experience of
parallel activities during a year will be considered as a single experience.
4. Certification from the head of Division/organization regarding permanent
employee (working with firm since at least lost 12 Months) is mandatory for
all employees. In case of absence of this certificate, no marks will be granted
in that category.
CVs of the Professional Staff proposed by the firm should be prepared using the
attached Standard Form TECH-6 of Section 3. Only one (01) CV may be submitted for
each position.

3.4 (g) Training is a specific component of this assignment: Yes_ No~

u2»
3.6 Financial proposal shall include the following costs but not limited to: -

1) Remuneration (Key and Non-Key Experts)

2) Reimbursable/ Out of Pocket expenses will include the following:


i) Cost for technical, semi-technical and non-technical support staff, inclusive of
Patwaries, surveyors, quantity surveyor, Draftsman /AutoCAD operators,
computer operators, driver / naib qasid and other support staff;
ii) Per diem allowance as per Government of The Punjab Rules including hotel, for
experts for every day of absence from the home office for the purposes of the
Services. For this purpose, Project Office for the expert posted at Project Office
and respective Field office for the expert posted in the field will be considered
as home office.
(iii) Cost for Project office including rent, maintenance, utilities etc., Designated
design office will be established by consultants at Rawalpindi/Islamabad or
Lahore and campi temporary site offices will be established at suitable places
as per requirement.
iv) Cost of equipment, machinery, furniture etc., requirements attached at Annex
(A)

3.9 Amounts payable by the Client to the Consultant under the agreement subject
to taxation: Yes .s:
or No _

3.10 The date of exchange rates is: Not Applicable


Consultants should express the price of their services in Pakistan Rupees.

4.1 Consultant must submit One (Oll original and Three (03) copies of the Technical
Proposal as well as for the Financial Proposal along with soft copies of both proposals.

4.2 The Proposal submission address is:


IIOftice ot Chief Engineer Irrigation Potohar Zone Rawaloindi / Islamabad Rawal dam
Colonv. Islamabad)

Telephone: (+92-51) 9255749


Email:[email protected]

Proposals must be submitted no later than the following date and time:
Date: 0 8 - 0 3 - 2 0 2 2
Time: 14:00 hrs. (Local time)

l/1 )
5.1 Criteria, sub-criteria, and points system for the evaluation of Technical Proposals are:
(i) Coml2an~ Profile: * Points
[100]
a) Specified experience of the consultant (as a firm) [701
relevant to the assignment
b) Financial Capacity Wll
(Provide last 3 years Audited statement of accounts)
c) Organizational Profile 11Ql
i. Availability of Quality Management System [5]
ii. Organizational Structure [5]
Total=Al

Note:
0) Projects/Assignments must be supported by completion/substantial completion
certificate. Projects without completion certificate will be rated zero. Completion
certificate may be verified at any stage.
b) Specified experience of the consultant will be evaluated on the criteria of cost, similarity
and duration.
b) Financial Capability must be supported by Audited balance sheets certified by
concerned Auditor firm.
ii) Project Team: - 100
1) Project manager / Team Leader 10
2) Principal Hydrologist 8
3) Principal Hydraulics/ Irrigation Design Engineer
4+4
(1+1)
4)Principal Engineer (Dam Design/Structural
4+4
Engineer) (02 No)
5) Senior Structural Engineer 8
6) Senior Geotechnical Engineer / Sr. Geologist 8
7) Seismologist 4
8)Junior Geotechnical Engineer/ Jr. Geologist (03
2+2+2
No)
9) Economist / financial Specialist 4
10) Agricultural Agronomist 4
11) Public Health Engineering Specialist 4
12)Environmenta IjSociologist/Resettlement
3+3
Specialist (1+1)
13)Agriculturaf Engineer (Water Management
4
Specialist) .... _-
14) Horticu Iturist 2
15) Contract / Procurement Specialist 6
16) GISSpecialist 4
17) Junior Engineer (06 No) 1+1+1+1+1+1
Total A2

I-Education and Qualification 25


2-Relevant Background/Specific Experience 70
3-Time with Firm* OS
*At least 12-months with the firm
"No of required years of experience specified in TORsalong with relevant experience.
iii Approach & Methodology
a) Understanding and Objectives 20

b) Quality of Methodology 25
c) Innovation/ Comments on TOR 15

d) Work Plan
25

e) Personnel Schedule
15

'Total = A3 100
Technical Score*= Al[30] + A2[60] + A3[10]
100 100 100

The minimum technical score "St' requires to pass is 65%.


The understanding and Innovation will be marked on the basis of following criteria:
i. Depth of the firm's understanding of requirements and objectives of the
consultancy assignment.
ii. Quality of improvements to TOR suggested by the consultant to improve
outcome of the assignment.
iii. Level of identification of potential risks that will affect execution of the
assignment and quality of mitigation strategies proposed.
iv. Usage of background studies or analysis of existing works in proposal
v. Suitability of assumptions regarding the assignment
The Methodology & Work Plan will be marked on the basis of following criteria:

i. Depth of Statement of Work: does it fully cover the scope of the assignment and is it

sufficiently developed to ensure assignment completion

ii. Extent of Development of Work Breakdown Structure (WBS) for the assignment

i. Clarity of the mapping of the WBS to the given deliverables

ii. Suitability of the Resource Assignment Matrix (RAM) and its linkage with the

WBS

iii. Suitability of the Work Plan (staffing schedule): i.e., is the resource utilization

sufficient and practical

~--.~-----------------------------------------------------------------~

\:J.-I)
5.2 The formula for determining the financial scores is the following:

Sf = 100 x Fm / F, in which Sf is the financial score, Fm is the lowest price and F the
price of the proposal under consideration,

The weight given to the Technical (T) and Financial Proposals (F) are;

T=~

F =_ig

5.3 Expected dated and address for agreement negotiations;

Date 05.04.2022
Chief Engineer

Irrigation Potohar Zone Rawalpindi / Islamabad


Rawal Dam Colony, Islamabad
Telephone: (+92-51) 9255749
Email:[email protected]
5.4 Expected dated for commencement of consulting services

Date

Potohar (Rawalpindi Administration Division) Location


'----------'-------------------------------- -----_ ..-
Disqualification of an Expert

Zero (0%) rating resulting in disqualification will be given to a


Reference
nominated expert in particular.

1. The expert is not a citizen of Islamic Republic of Pakistan LOI (Para 3)

Section 3
2. The expert failed to state his citizenship in the CV.
TECH-6

Section 3
3. The expert's CV is not signed.
TECH-6
The Consultant and the expert failed to disclose any situation of
4. ITC 1.6.1
actual or potential conflict of interest about the expert.

5. The expert is a current employee of the Client. ITC 1.6.3

The personnel proposed against full time positions should not


have parallel engagement for consultancy assignments in the
Irrigation Department since overlapping is not allowed. The ITC/ Data Sheet
6.
proposed personnel with parallel assignments shall be marked 3.4 (f)
zero. Non-committal certificate should be provided for each
proposed full-time expert.

7. The expert does not meet age requirement. Data Sheet 3.4 (f)
SECTION 3: TECHNICAL PROPOSAL - STANDARD FORMS

Refer to Reference Paragraph 3.4 of the Data Sheet for format of Technical Proposal to be
submitted, and paragraph 3.4 of Section 2 of the RFP for Standard Forms required and
number of pages recommended.

TECH-l Technical Proposal Submission Form

TECH-2 Consultant's Organization and Experience

A Consultant's Organization
B Consultant's Experience

TECH-3 Comments or Suggestions on the Terms of Reference and on Counterpart Staff and
Facilities to be provided by the Client

A On the Terms of Reference


B On the Counterpart Staff and Facilities

TECH-4 Description of the Approach, Methodology and Work Plan for Performing the
Assignment

TECH-S Team Composition and Task Assignments

TECH-6 Curriculum Vitae (CV) for Proposed Professional Staff

TECH-7 Staffing Schedule

TECH-8 Work Schedule


Technical Proposal - Standard Forms

Checklist 0/ Required Forms

Required for Full


FORM DESCRIPTION Page Limit
Tech. Proposal ('II)
FTP .. '- ~.--
V TECH-l Technical Proposal Submission Form.

V TECH-l Proof of legal status and eligibility


Attachment

TECH-l If the Proposal is submitted by a joint venture, attach a letter of


"v" If applicable Attachment intent or a copy of an existing agreement.

Power of No pre-set format/form. In case of a Joint Venture, several are


<r If applicable Attorney required: a power of attorney for authorized representative of
each JV member and a power of attorney for representative of
lead member to represent all JV members

FTP Full Tech. Proposal


V TECH-2 Consultant's Organization and
Experience.

v TECH-2A A. Consultant's Organization 03

v TECH-2B B. Consultant's Experience 10

V TECH-3 Comments or Suggestions on the Terms of {See footnote F


Reference and on Counterpart Staff and
Facilities to be provided by the Client.

TECH-3A A. On the Terms of Reference P3


"v TECH-3B B. On the Counterpart Staff and Facilities 02

TECH-4 Description of the Approach,


" Methodology, and Work
Performing the Assignment
Plan for
30

v TECH-S Team Composition and Task Assignments 05

V TECH-6 Curriculum Vitae (CV) for Proposed 05


Professional Staff
(Maximum pages per CV)
V TECH-7 Staffing Schedule N/A

TECH-8 Work Schedule N/A

1 For the FTP,the total number of pages for combined forms TECH-3(FTP) and TECH-4 (FTP) should not exceed 35. A page
is defined as one printed side of A4 or letter-size paper.
2 Consultants are advised STRICTLYto comply with page limit based of checklist of required firm in Section-3
3 All pages of Technical and Financial proposal shall be signed/initialed by same Authorized person of each firm/JV and
should be numbered properly
FORM TECH-1: TECHNICAL PROPOSAL SUBMISSION FORM

Location:
----------- Date _----------

To:
Chief Engineer,
Irrigation Potohar Zone, Rawalpindi / Islamabad,
Irrigation Department, Punjab,
Rawal Dam Colony, Islamabad
Contact No. 051-9255749
E-mail: [email protected]
Dear Sir,

We, the undersigned, offer to provide the consulting services for ['Feasibility Study, Detailed
Design of new Small Dams'.] in accordance with your Request for Proposal dated [Insert Date]
and our Proposal. We are hereby submitting our Proposal, which includes this Technical
Proposal, and a Financial Proposal sealed under a separate envelope".

If the consultant is a joint Venture (JV) insert the following: We are submitting our
Proposal in association with: [Insert a list with full name and address of each associated
Consultantv'

We hereby declare that all the information and statements made in this Proposal are
true and accept that any misinterpretation contained in it may lead to our disqualification.

If negotiations are held during the period of validity of the Proposal, i.e., before the
date indicated in Paragraph Reference 1.12 of the Data Sheet, we undertake to negotiate
on the basis of the proposed staff. Our Proposal is binding upon us and subject to the
modifications resulting from Agreement negotiations.

We undertake, if our Proposal is accepted, to initiate the consulting services related


to the assignment not later than the date indicated in ParagraphReference7.2 of the Data Sheet.
We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signature [In full and initials]: _


Name and Title of Signatory: _
Name of Firm: _
Address: ~

1 [In case Paragraph Reference 1.2 of the Data Sheet requires to submit a Technical Proposal only, replace this
sentence with: "We are hereby submitting our Proposal, which includes this Technical Proposal only."]

2 [Delete in case no association isforeseen.]


FORM TECH-2: CONSUlTANrSORGANIZATIONAND EXPERIENCE

A - Consultant's Organization

(Provide here a brief (three pages) description of the background and organization of your
firm/entity (including organogram) and each JVs/ associate for this assignment. J

1. Firm Background:

2. Chief Executive Officer:

3. Board of Directors I Partners.

4. Departmental Structure of the Firm

5. Organogram

A-I

1. Whether your Firm is ISOCertified? If so, provide a copy of ISOCertification.

2. Firms Quality Management System. How does your firm maintain quality at every
step of consultancy assignment? Provide your firm's quality management mechanism
in descriptive form.

\'- 7)
B - Consultant's Experience

1. Describe MAXIMUM OF ONLY FIVE(OS)similar assignments completed/


Substantially completed during the last ten (10) years.

2. Using the format below, provide information on each of above assignment for which
your firm or each associate for this assignment, was legally contracted as a corporate
entity or asone of the major JV Partners within an association, for carrying out consulting
services similar to the ones requested under this Assignment. Use maximum
20 pages. Please provide Client's certification and/or evidence of contract
Agreement and successful completion/substantial completion of the assignment.]

Name of the Assignment:

Country: Total Value of the Consultancy Agreement:


Location within country: (in current PKRor US$)

Name of Client: Duration of assignment (months):

Start date (month/year) : Professional Staff provided by your firm:


Completion date i) No. of Staff: ---------------
(month/year) : if) No. of man-months: --------------

Capital Cost of the Project: Value of Consultancy Services provided by


your firm:
i) Share of your firm: (PKR):------------- ii}
%age share of your firm: --------- %
Name of associated Consultants, if any: Ne. of professional staff-months provided
by associated Consultants:

Name of Senior Professional staff of your firm involved and functions performed (indicate
most significant profiles such as Project Director/Coordinator, Team Leader, Principal/
Senior Engineers):

Narrative description of Project:

Description of every actual service provided by your staff within the assignment

Consultant Name: -------------------------------


Firm's Position: Sole Firm OR in case of JV (Lead/ JVP/ Sub-consultants)
FORM TECH-3: COMMENTS AND SUGGESTIONS ON THE TERMS OF REFERENCE AND ON COUNTERPART

STAFF AND FACILITIES

TO BE PROVIDED BY THE CLIENT

A - On the Terms of Reference

[Present and justify here (three pages) any modifications or improvement to the Terms of
Reference you are proposing to improve performance in carrying out the assignment (such as
deleting some activity you consider unnecessary, or adding another, or proposing a different
phasing of the activities). Such suggestions should be concise and to the point and
incorporated in your Proposal.]
B - On Counterpart Staff and Facilities

[Comment here (two pages) on counterpart staff and facilities to be provided by the Client
according to Paragraph Reference 1.4 of the Data Sheet including: administrative support,
office space, local transportation, equipment, data, etc.]
FORM TECH-4: DESCRIPTION OF APPROACH, METHODOLOGY AND WORK PLAN
FOR PERFORMING THE ASSIGNMENT

[Technical approach methodology and work plan are key components of the Technical
Proposal. You are suggested to present your Technical Proposal (45 pages, inclusive of charts
and diagrams) divided into the following three chapters:

a) Technical Approach and Methodology,


b) Work Plan, and
c) Organization and Staffing,

a) Technical Approach and Methodology. In this chapter you should explain your
understandi ng of the objectives of the assignment, approach to the services, methodology for
carrying out the activities and obtaining the expected output. You should highlight the
problems being addressed and their importance and explain the technical approach you would
adopt to address them. You should also explain the methodologies you propose to adopt and
highlight the compatibility of those methodologies with the proposed approach. Do not repeat
the TORhere.

b) Work Plan. In this chapter you should propose the main activities of the assignment,
their content and duration, phasing and interrelations, milestones (including interim
approvals by the Client) and delivery dates of the reports. The proposed work plan should be
consistent with the technical approach and methodology, showing understanding of the TOR
and ability to translate them into a feasible working plan. A list of the final documents
(including reports, drawings and tables to be delivered as final output) should be included
here. The work plan should be consistent with the Work Schedule of Form TECH-B.

c) Organization and Staffing. In this chapter you should propose the structure and
composition of your team. You should list the main disciplines of the assignment, the key
expert responsible and proposed technical and support staff.

l3f)

"'0
QJ
r:::
b.O
'iii
V'1
<!
~
VI

"'
I-

"'C
QJ
r:::
b.O
'iii
Vl
<!
r:::
0
+='
'iii
0
Q..

QJ
.~
.....
....
QJ
a.
X
LLJ
.....0
CO
QJ
....
<!

E
....
u..

0
Z
.........
0
a.
Vl
Vl

"'
c..
........
ci
z
~
z
u

.....
.....CO
~ .....
.....ro V'l
V'l .....0
CO
r::: QJ

,2 E
VI ro
Vl
Z
.....QJ0
'-
Q..
FORM TECH-6: CURRICULUM VITAE(CV) FORPROPOSED
PROFESSIONAL
STAFF

CURRICULUM VITAE (CV)

Position Title and No. {e.g., K-l, TEAM LEADER}

Name of Firm Insert name of firm proposing the expert


Name of Expert: {Insert full name}
Date of Birth {day/month/year}
Citizenship

CNIC No.

2. Education: {List coil e g e /university 0 rot her s p e cia liz e d e due a t ion, gi v ing
n arne s 0 f educational institutions, dates attended, degree(s)/diploma(s) obtained}

3. Membership (quote Registration No.) in Professional Associations and Publications:

4. Other Trainings [Indicate significant training since degrees under 2 - Education were
obtained]: _

5. Language Skills (indicate only languages in which you can work):

6. Countries of Work Experience: [List countries where expert has worked in the last ten years]:
• 7. Stay with the Firm (year/ month):

8. Employment record relevant to the assignment: {Starting with present position, list in
reverse order. Please provide dates, name of employing organization, titles of positions
held, type of employment (full time, part time, contractual), types of activities performed
and location of the assignment and contact information of previous clients and employing
organization(s) who can be contacted for references. Past employment that is not relevant
to the assignment does not need to be included.}

Period Employing organization and Country Summary of activities


your title/position. Contact performed relevant to
information for references the Assignment
[e.g., May [e.g., Ministry of ......,
2005- advisor/ consultant
present to ...
J For references: Tel............/e-
mail. .....; Mr. Bbbbbb, deputy
minister]

9. Adequacy for the Assignment:

Detailed Tasks Assigned on Reference to Prior Work/Assignments that Best


Consultant's Team of Illustrates Capability to Handle the Assigned Tasks
Experts:
[Among the assignments in which the expert has been
involved, indicate the following information for those
assignments that best illustrate the expert's capability to
{List all deliverables/tasks as in handle the tasks listed under Item 9]
TECH-5 in which the Expert will
be involved} Name of Relevant Assignment/ Project
(Minimum Three and not more than five):
Year:
Location:
Client:
Main features of the Project:
Cost of the Project
Date of Completion
Position held:
Exact activities performed:
Time spent (years-months):

(Unroll the project details grouped above and continue


numbering (2,3, .... J as many times as required)

I


10. Expert's contact information: (e-mail, phone etc.)

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

(i) This CV correctly describes my qualifications and experience

(ii) I am not a current employee of the Executing or the Implementing


Agency
(iii) In the absence af medical incapacity, I will undertake this assignment for the duratian
and in terms of the inputs specified for me in Form TECH6 provided team mobilization takes
place within the validity of this proposal.

(iv) I was not part of the team who wrote the terms of reference for this consulting services
assignment

(v) I certify that I have been informed by the firm that it is including my CV in the Proposal
for the {name of project and contract}. I confirm that I will be available to carry out the
assignment for which my CV has been submitted in accordance with the implementation
arrangements and schedule set out in the Proposal.

If CVis signed by the firm's authorized representative:

(Vi) " as the authorized representative of the firm submitting this Proposal far the {name of praject
and contract}, certify that I have obtained the consent of the named expert to submit his/her Cv,
and that s/be will be available to carry out the assignment in accordance with the implementation
arrangements and schedule set out in the Proposal, and confirm his/her compliance with paras (i)
to (iv) above.

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

_______________________________________________ Date: _
[Signature of expert or authorized representative of the firmf Day/Month/Year

Full name of authorized representative: _

2 This CV can be signed by a senior representative of the Consultant provided during proposal submission. If the
Consultant's proposal is ranked first, a copy of the CV signed by the expert and/or specialist must be
submitted to the Client prior to the commencement of contract negotiations.
Form TECH-7 (STAFFING SCHEDULE)

TEAM COMPOSITION, ASSIGNMENT, AND KEY EXPERTS'INPUTS


Expert's input (in person/month) per each Deliverable (listed in Total time-input
Name TECH-5) (in Months)

Position

K- [e.g., Mr.
1 Abbbb}

K-
2
K-
3

1. For Key Experts, the input should be indicated individually for the same positions as required under the Data Sheet ITC
3.4.

Months are counted from the start of the assignment/mobilization. One (1) month equals twenty two (22)
working (billable) days. One working (billable) day shall be not less than eight (8) working (billable) hours,

3 "Home" means work in the office in the expert's country of residence. "Field" work means work carried out in the
Client's country or any other country outside the expert's country of residence.

* As identified in the Summary and Personnel Evaluation Sheet

Full time input

It/Z/Z)1 Part time input


Form TECH-8 Work Schedule and planning for deliverables

Months
N° Deliverables 1 (0- ..)
1 2 3 4 5 6 7 8 9 ..... n TOTAL

{e.g., Deliverable #1: Report


0-1
A

1) data collection

2) drafting

3) inception report

4) incorporating comments

5) .........................................

6) delivery of final report to


Client}

0-2 {e.g., Deliverable #2 .......... }

1 list the deliverables with the breakdown for activities required to produce them and other benchmarks such as the
Client's approvals. For phased assignments, indicate the activities, delivery of reports, and benchmarks separately
for each phase.
2 Duration of activities shall be indicated in the form of a bar chart.
3. Include a legend, jf necessary, to help read the chart .

( 3,)

4: Financial Proposal - Standard Forms

Financial Proposal Standard Forms shall be used for the preparation of the Financial
Proposal according to the instructions provided under para. 3.6 of Section 2. Such Forms
are to be used whichever is the selection method indicated in para. 3 of the Letter of
Invitation.

FIN-l Financial Proposal Submission Form

FIN-2 Summary of Costs

FIN-3 Breakdown of Costs by Activity

FIN-4 Breakdown of Remuneration

FIN-S Reimbursable expenses

Appendix: Financial Negotiations - Breakdown of Remuneration Rates

\ 38)
FORM FIN-l FINANCIAL PROPOSAL SUBMISSION FORM

(Location, Date]

To:

Chief Engineer,
Irrigation Potohar Zone, Rawalpindi / Islamabad,
Irrigation Department, Punjab,
Rawal Dam Colony, Islamabad
Contact No. 051-9255749
E-mail: [email protected]

Dear Sir,

We, the undersigned, offer to provide the consulting services for ['Feasibility
Study Detailed Design of New Small Dams"] in accordance with your Request for
Proposal dated [Insert Date] and our Technical Proposal. Our attached Financial Proposal
is for the sum of [Insert amount(s) in words and figures). This amount is inclusive of the
taxes.

Our Financial Proposal shall be binding upon us subject to the modifications


resulting from Agreement negotiations, up to expiration of the validity period of the
Proposal, l.e. before the date indicated in Paragraph Reference 1.12 of the Data Sheet.

No commissions or gratuities have been or are to be paid by us to agents relating


to this Proposal and Agreement execution.

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours Sincerely,

Authorized Signature [lnfufl and initials]: _

Name and Title of Signatory: _

Name of Firm:
-----------------------------
Address:
-----------------------------------
FORM FIN-2 SUMMARY OF COSTS

Cost
Item
(Pak Rupees)

Competitive Components

Remuneration, Key Experts

Remuneration, Non-Key Experts

Reimbursable Expenses

Sub-Total

Non-Competitive Components

Provisional Sums

Contingency

Sub-Total

Total Cost of the Financial Proposal!

Indirect Local Tax Estimates

(i) {insert type of tax' e.g., VAT or sales tax}

(ii) [e.g., income tax on non-resident experts}

(iii}{insert type of tax}

Total Estimate for Indirect Local T~x:

1 Should match the amount in Form FIN-l after adding the estimated amount of taxes.
FORM FIN-3 BREAKDOWN OF COSTS BY ACTIVITY!

Group of Activities (Phase):2 Description :3

Costs

Cost component [Indicate Foreign


Pak Rupees
Currency # 1] 4

Remuneration"
Not
Reimbursable Expensess
Applicable
Subtotals

1 Form FIN-3 shall be filled at least for the whole assignment. In case some of the activities require
different modes of billing and payment (e.g.: the assignment is phased, and each phase has a
different payment schedule), the Consultant shall fill a separate Form FIN-3 for each group of
activities. For each currency (if so applicable). the sum of the relevant Subtotals of all Forms
FIN-3 provided must coincide with the Total Costs of FinancialProposalindicated in Form FIN·2.

2 Names of activities (phase) should be the same as, or correspond to the ones indicated in the
second column of Form TECH-8.

3 Short description of the activities whose cost breakdown is provided in this Form.

4 Indicate between brackets the name of the foreign currency.

5 For each currency, Remuneration and Reimbursable Expenses must respectively coincide with
relevant Total Costs indicated in Forms FIN-4, and FIN-S.

\4')
FORM FIN-4 BREAKDOWN OF REMUNERATIONl
! (This Form FIN-4 shall only be used when the Time-Based Form of Agreement has been
included in the RFP)

Name2 Posltlon! Staff-Month InputS (Indicate Pak Rupees


(Staff- Foreign
Rate4 months) Currency #1)6
{Home}
Foreign Staff
{Field}
Not
Applicable

{Home}
Local Staff
{Office}
Total Costs

1 Form FIN-4 shall be filled for each of the Forms FIN-3 provided.
2 Professional Staff should be indicated individually; Support Staff should be indicated per category
(e.g.: draftsmen, clerical staff).
3 Positions of Professional Staff shall coincide with the ones indicated in Form TECH-5.
4 Indicate separately staff-month rate and currency for home and field work.
5 Indicate, separately for home and field work, the total expected input of staff for carrying out the
group of activities or phase indicated in the Form.
6 Indicate between brackets the name of the foreign currency. For each staff indicate the
remuneration in the column of the relevant currency, separately for home and field work.
Remuneration = Staff-month Rate x Input.
FORM FIN-4 BREAKDOWN OF REMUNERATION3

(Not Applicable)

(This Form FIN-4 shall only be used when the Lump-Sum Form of Agreement has been
included in the RFP. Information to be provided in this Form shall only be used to establish
payments to the Consultant for possible additional services requested by the Client)

Name2 Position" Staff-month Rate4

local Staff
[Home]
[Field]

[Home]
Foreign Staff
(Field]

f---

--_ ... _- ....... ----. -

1 Form FIN-4 shall be filled in for the same Professional and Support Staff listed in Form TECH·7.
2 Professional Staff should be indicated individually; Support Staff should be indicated per category
(e.g.: draftsmen, clerical staff).
3 Positions of the Professional Staff shall coincide with the ones indicated in Form TECH-S.
4 Indicate separately staff-month rate and currency for home and field work.
FORM FIN-5 BREAKDOWN OF REIMBURSABLE EXPENSES1
[This Form FIN-S shall only be used when Time based Form of Agreement has been
included in the RFP)

[Indicate
Unit Foreign
N° Description? Unit Quantity Pak Rupees
Cost3 Currency
# 1] 4

Per diem allowances Day


International flights"

Miscellaneous travel expenses Trip

Communication costs between


[insert place] and [Insert placeJ
Drafting, reproduction of
Reports
Supplies etc.
Shipment of personal effects
Use of computers, software

Laboratory tests.

Su b-agreements

Local transportation costs

Office rent, clerical assistance

Sub-professional support staff


Training of the Client's
Personnel"

Irotal Costs

1 Form FIN-S should be filled for each of the Forms FIN-3 provided, if needed.
2 Delete items that are not applicable or add other items according to Paragraph Reference
3.6 of the Data Sheet.
3 Indicate unit cost and currency.
4 Indicate between brackets the name of the foreign currency. Indicate the cost of
=
each reimbursable item in the column of the relevant currency. Cost Unit Cost x
Quantity.
5 Indicate route of each flight, and if the trip is one- or two-ways.
6 Only if the training is a major component of the assignment, defined as such in the TOR
FORM FIN-S BREAKDOWN OF REIMBURSABLE EXPENSES1

(NOT APPLICABLE)
(This Form FIN-5 shall only be used when the Lump-Sum Form of Agreement has been included
!
in the RFP.Information to be provided in this Form shall only be used to establish payments to
the Consultant for possible additional services requested by the Client)

No. Description Unit Unit Cost2

Per diem allowances Day


International flights! Trip

! Miscellaneous travel expenses Trip


Communication costs between [Insert
place] and [Insert place]
Drafting, reproduction of reports

Equipment, instruments,
materials, suppliers etc. I - "-

Shipment of personal effects Trip


_--- '-- . --
Use of computers, software
"'.--

laboratory tests.

Sub-agreements
1----.
Local transportation costs

Office rent, clerical assistance

Sub-professional support staff

Training of the Client's Personnel"

1 Delete items that are not applicable or add other items according to Paragraph Reference 3.6
of the Data Sheet.
2 Indicate unit cost and currency.
3 Indicate route of each flight, and if the trip is one- or two-ways.
4 Only if the training is a major component of the assignment, defined as such in the TOR

\4f)
SAMPLE FORM

Consulting Firm:
Assignment: Date: ----------------

Consultant's Representations Regarding Costs and Charges

We hereby confirm that:

(a) the basic salaries indicated in the attached table are taken from the firm's payroll records
and reflect the current salaries of the staff members listed which have not been raised other
than within the normal annual salary increase policy as applied to all the firm's staff;

(b) true copies of the latest salary slips of the staff members listed are attached;

(c) the "away from headquarter" allowances indicated below are those that the Consultants
have agreed to pay for this assignment to the staff members listed;

(d) the factors listed in the attached table for social charges and overhead are based on the
firm's average cost experiences for the latest three years as represented by the firm's financial
statements; and

(e) factors for overhead and social charges do not include any bonuses or other means of
profit -sharing.

(Name of Consulting Firm]

Signature of Authorized Representative Date

Name:
--------------------------------
Title:
---------------------------------

\ 46)
00

1lx ._
~ ..:::I
~-t:~
0 .......
$ ~
"0 .... 0
a.J a.J <,
o Q...c....
V'I

0.. a.J c
o .... 0
c:i:.~
III
QJ
~
to
s:
U
"'C
C
to
~III
o
U
boO
.5
...
"'C

~ ....
QJ "0
ct: ro
OJ
III .c
....
C
o OJ
:>
'.;; o
~
C
QJ
... VI
III
,_
ro QJ
Ill)
~ N v
o
....
ro
a. VI s:
U
~
III
~
C
....to
"3
III
C
o
u
c:
o
:;:::;
'Vi
o
0...
~r----t--+-+-~
Qj
e ~
c::: o
o QJ
l!! QJ E
CII o
0. E :r:
ro
z

t u"7!
TERMS of REFERENCE
• TERMS OF REFERENCE OF CONSULTANCY SERVICES FOR PREPARATION
FEASIBILITY STUDY, DETAILED I?ESIGN OF NEW SMALL DAMS

1. Introduction

1.1 Water is a prime factor in all sectors of life and has a major contribution towards
survival of lively hood. For the development of urban agriculture sector, water is one
of the most important contributory factors and water is a major issue for sustainable
development. There is no scarcity of water resources in Pakistan but needs to be
conserved. The efficiency of each sector is towards declination due to the poor water
management techniques. Construction of small dams is a step toward revolution in
water sector development and to match water needs in the barani areas of the country.
The barani area is totally dependent upon the surface water flows. and to conserve this
auspicious resource there is need of development of small dams. In Rawalpindi city
area there is scarcity of water resources especially due to ground water pumpage.

1.2 The land of Potohar plateau is broken and une.ven. The average runoff is about 1.88
MAF, whereas only 0.26 MAF(14%) runoff has been tapped so far by 57 small to
medium dam projects. The balance run-off of 1.318 MAF (Approx.) still flows
towards sea unutilized. In Potohar area two third of the total annual rain precipitates
during the three monsoon months of summer i.e. July. August and September. while
the remaining nine months are nearly dry. Moreover, the delayed monsoon and erratic
winter rainfall which is a common feature makes the availability of water very
uncertain. On the other hand, the topography of the hilly areas with steep ground
slopes helps the rain water to form into numerous streams running at high velocities,
resulting in erosion of the fertile agricultural barani land. This drought cycle is
frequent. Consequently, the only solution is to build dams, to conserve the rain runoff
for agriculture and sustainable water supply for domestic water utilization.

1.3 Presently 57 No.small dams have been constructed and in operation under control of
Small Dams Organization, Islamabad, Irrigation Department, Punjab. These reservoirs
provide irrigation supplies beside drinking water supplies to the adjoining abadics
(cities / villages). The designed command area has not yet been fully developed due to
lack of resources with farmers in respect of costly inputs like land levelling,
construction of water courses and awareness about high value crops and its marketing.

1.4 Ground water in Potohar plateau, generally available along the natural streams, in
other areas ground water is not available even up to 300 feet depth. therefore. on ly
source of drinking water is mini to medium size reservoirs. The water needs of rapidly
growing population of cities. towns & villages met through existing reservoirs. mini
ponds, ground water pumpage, which are also under threat in respect of future
requ irements.

1.5 Background: The Potohar region consists of four districts namely Rawalpindi,
Attock, Chakwal and Jhelum. Total Area of Potohar region is 5.55 million acres.
Presently cultivated area is 35-45 per cent. Population of Potohar is 10.007 million
(2017 census data). Rural Population is 70 per cent. Area equipped with irrigation
system is II per cent. Rainfall intensity during monsoon is 60-70 per cent. Total
runoff is 2.31 billion cubic meters (1.88 MAF). Total tapped water by existing Small
Dams is 14 per cent.
1.6 Total 57 No. dams have been completed, live storage capacity of constructed darns is
252,619 Aft with CCA 72,209 acres. There are 13 No. small darns projects are under
construction, after the completion of under construction project further gross storage
capacity of 153,717 AFT & 52,.600 acres of Cf.A will be added.

1.7 There are 30 No. potential dam sites in 04 No. districts, from these potential dam sites
or any other site indicated from some further source will be taken up. after short
listing from potential dam sites, only 12 No. most feasible sites or more as per
requirements will be selected for further feasibility study & detailed design

1.8 Implementing Agencies and Nature of the Program: The Small Dams
Organization Islamabad (SDOI) with its administrative division Development
Division No. VI, FatehJang (DO VI) through their technical support is the
implementing agency (lA's) for the project. The Project will be executed through an
existing setup of DO VI and through the consultation I input ofSDO], the other things
will coordinate among the lA's. The Consulting Firm (herein after called
'Consultants') selected under these Terms of Reference (TOR) shall carry out: (i)
development of criteria & short listing through ranking of most suitable sites (ii)
ascertain the need and extent for data collection, field investigations / surveys / studies
required for accomplishing assignment (iii) field data collection from the selected
dam sites and from various resources required for the preparation of' feasibility study
report and detail design including recommendations/model for command area
development, EIA, resettlement plan (iv) analysis of collected data; (v) preparation of
design reports and suggestion / comparison regarding the various alternatives; (vi)
prepare Feasibility Reports, detailed designs and tender documents as per new
interventions; (vii) suggest the efficient water utilization and allocation of water
demand for future needs.

1.9 Project Location/Area: Potohar Plateau situated in north-cast of' Pakistan. forming
the northern part of Punjab. It is bounded on the east by the Jhelum River. on the west
by the Indus River, on the north by the Kala Chitta Range & Margalla Hills, and on
the south by the Salt Range. The Potohar Plateau lies from 32.5°N to 34.0oN Latitude
and from about 72°E to 74°E Longitude.

2. Objectives of Consulting Services

2.1 Presently, 14% of total run-off generated in Potohar region is stored in the already
constructed 57 No. small dams. 30 additional dam sites are identified in Potohar area
for further feasibility and detailed design, 12 No. sites will be shortlisted through
ranking criteria and taken-up for detailed feasibility & design.

2.2 The main objective of the proposed consultancy services is to support implementing
agency (lA's) in preparing feasibility studies of 12 no. storage dam sites including
detailed design of all components of storage dams, design of command area
development project preparation studies, engineering, economic, environment. social
studies, resettlement plan, trainings and activities needed to develop sustainable water
resources in Potohar area.
3 Scope of Work

Phasing of Assignment
3.1. The assignment of Consulting Service's is divided into three phases (single contract):
(I) Assignment A is short listing of most suitable dam sites through multi criteria
ranking system for feasibility study, detailed design and preparation of other related
document mentioned in TOR.
(2) Assignment B ascertain the needs/scope of field data collection, supervision of
geotechnical investigations, topographic surveys and material testing, collection of
all other requisite field data, analysis / review of collected all type of data identified /
required for the completion of feasibil ity reports of storage dams.
(3) Assignment C will be divided in three batches.
Cl: On the basis of collected field data, its analysis / review. detailed
deliberations& consideration of different alternatives, preparation of complete
Feasibility Studies of short-listed dam sites will be prepared. Consultants shall submit
the prepared feasibility studies including recommending/design for command area
development for approval by the competent Authority and then after proceed to the
next batch.
C2: Detailed design / drawings of all component structures of the project
shall be prepared by consultants in respect of approved feasible sites as determined in
batch Cl and shall be submitted along with detailed calculations for approval by the
competent authorities. All observations in this regard shall be diligently addressed by
the consultants till approval by the competent authorities.
C3: On the basis of approved detailed designs of only feasible sites.
prepare detailed estimates / PC-I's for these projects along with BOO's and tender
documents. Preparation of qualification criteria of contractors for their hid evaluation
and draft for Section 4 under Land Acquisition Act along with its all pre-requisites
shall also be included in this batch or any other task of similar nature assigned by the
Engineer In-charge.
3.2 Time for completion of assignment A, B& C will be over the period of24 months in a
single contract. The single contract for assignments A. B &C would be financed from
Annual Development Program (ADP) Punjab as per allocated funds.

Description of Assignment - A

3.3 The services under Assignment-A will include short listing of 12 most suitable dam
sites amongst identified dam sites by SDOI, but not limited to it. 30 No. potential dam
sites are already identified which the consultants may also examine.
3.4 The activities and the scope of work for the Assignment - A will include, but not
limited to the following:
(i) Development and finalization of criteria with consensus of SOOI staff
regarding short listing of at least 12 most suitable dams sites. The criteria will
be on multiple ranking base systems.
(ii) Review of any available data of potential dam sites data collected by SOOT.
(iii) Site visits by team of experts of consultants to carry out reconnaissance
survey, preliminary data collection.
(iv) Analysis of reliable data to support decision for development tor short listing
of potential dam sites.
(v) Finalization of ranking of 30 No. potential dam sites. selection of 12 No. most
suitable dam sites and obtaining approval from competent forum of SDOI I()I'
further studies.
Description of Assignment - B

3.5 The services under Assignment-B will include:


(i) Ascertain needs/scope of field data collection required for finalization of
feasibility study of each dam site duly considering all aspects including but not
limited to GIS / topographical, geotechnical, hydrological, geological, social,
environmental& resettlement, seismic, materials testing and structural data
agriculture development potential etc.
(ii) Collection, analysis and supervision of all type of data collection including
quantity and quality assurance of all type of data ascertained for preparation of
technical & economic feasibility report. detailed design and project
preparation .The consultant shall determine the extent of topographic survey
and geological investigation required and intimate the department and will
also supervise topographic survey .engineering Chakbandi for command.
geotechnical investigations and material testing data to be carried out by
independent agency who will be paid alter certification by the consultants.
Consultants shall be responsible to assure the correctness and complet ion ()f
topographic survey and geological investigation to their entire satisfaction for
development of reliable databank for subsequent use in feasibility studies.
Collection of all type of secondary data from meteorological and other
relevant departments required for completion of assignments shall also be the
assignment of consultants.

(iii) Sedimentation data collection either from departments or sample collection


and estimation of silt entry in the reservoir.
(iv) Delineation of catchment area of short-listed dam sites by GIS
(v) Review/collection of metrological data for hydrological studies.
(vi) Analysis / review of collected all type of data identified / required for the
completion of feasibility reports, detailed design and preparation of projects of
storage dams and their command area development. Consultants should
explore the ideas of new model/techniques affecting to use to pressurized
Irrigation conveyance system through hydrants and methods with reference to
longevity ,abrasion, chemical and physical properties .visco-clasiic ity .Ieak
free joints ,durability and flexibility and easiness in laying and handling.

Description of Assignment - C
3.6 The activities and the scope of work for the Assignment - C will include. but not
limited to the following:
(i) To carry out comprehensive review of already collected data tor all selected
dam sites and developing the best alternatives on the basis of data collected.
(ii) Ascertain need and extent for further field investigations I surveys I studies
required for accomplishing the assignment, social and environmental impact
assessment, command area development design! model, resettlement plan,
details of program for studies and report findings I recommendations to the
client.
(iii) Carry out field supervisions and needs of further geological investigations.
including camping at site etc. necessary for the completion of task. The
geological investigation includes sub surface exploration through straight
rotary drilling rigs in over burden and rocky strata. Performing water pressure
tests, SPT, logging of bore holes, RQD, lugeaon value. core recovery details,
and preservation of core and preparation of selected samples of recovered core
for laboratory testing but not limited to this.
(iv) To ascertain the needs of further field tests and construction material testing
from approved lab required for geological, designing purpose and compilation
of social/environmental and resettlement plans.
(v) Review of all related available studies, reports and publications particularly of
all the feasibility! technical studies of different water storage and irrigation
schemes and their command area development related to the region and! or
globally.
(vi) Preparation of geological reports on the basis or subsurface geological
investigations, geological maps, geological x-section, foundation analysis,
grouting plan etc. for all short-listed dam sites
(vii) Carryout hydrological studies including catchment area characteristics, water
availability studies, sediment inflow study, reservoir operation studies, water
availability / needs, frequency analysis, peak discharge, flood studies, flood
routing, flood estimation, water demand and water requirement analysis and
mathematical modelling studies (HEC-HMS) etc. for all short-listed dam sites
(viii) Seismic risk evaluation to determine seismic design parameters for various project
components.
(ix) Study of the present downstream water rights / uses and study the potential of
water supply to nearby areas.
(x) Carrying out irrigation network system design/layout i/c canals, minors
watercourses, Chakbandi plans covering all technical aspects hydraulic&
structural for better command area irrigation/management. Consultants shall
prepare command area maps indicating area which can be irrigated through
gravity from the designed canal system ..
(xi) Carrying out agronomy studies of command area with respect to soil & crops etc.
will special focus of cropping pattern.
(xii) Carrying out study and prepare plans for command area management duly
considering modern techniques including sprinkler, drip irrigation system etc for
efficient irrigation but not limited to this for each selected dam.
(xiii) Analyse the possibility of installation of High Efficiency irrigation systems
(HEJS) in command area of selected dam sites in conjunction with gravity
irrigation, construction of community water courses, LASER Land levelling,
development of dug wells, lining of tube well water courses, construction of water
storage tanks and prepare plans for implementation.
(xiv) Carrying out requisite studies to prepare best possible cropping pattern of high
value crops. The consultants will propose the plan of marketing of high value
crops as well as other crops.
(xv) Carrying out hydraulic design covering all parameters /aspccts related to main
dam/embankment, saddle blinds (if any), spillway, outlet structures, 10\\ levels
outlets, water supply system (irrigation & domestic), diversion channel etc.
(xvi) Carryout structural design covering all parameters /aspects related to main
darn/embankment, saddle bunds (if any), spillway, outlet structures, low levels
outlets, water supply system (irrigation & domestic), diversion channel etc.
(xvii) Carryout reservoir operation studies with respect to inflow (standard dry year),
evaporation, crop water requirement, water loss etc.
(xviii) Determine and study various alternatives and identification of the most suitable
alternate with due consideration to technical, geological. ecological and
environmental aspects.
(xix) Carry out social assessment studies of the project and prepare a resettlement plan
RP according to the GOP policies. Prepare alternatives to minimize resettlement
and displacement, prior to project start. Describe method of valuation used for
affected structures, land, trees, and other assets; and prepare entitlement matrix:
describe grievance redress procedures, for registering complaints, mechanisms for
appeal, and process for approaching the civil courts;
(xx) Prepare draft feasibility report of the project including detailed EIA report as
required under Government regulations, financial analysis, sensitivity analysis, to
work out the benefits available from project, Preparation of resettlement plan of
complete project site, the report would be submitted to client lor finalization of
suitable option. The feasibility reports would also include technical/engineering
studies, hydraulic, hydrologic, structural, institutional, and economical analysis,
environmental and social impact assessments (resettlement cost and impacts) and
management plans. Specific conclusions / recommendations about the best
alternate shall be essential part of the report.
(xxi) The Consultant will gather necessary data and information and prepare all the
environment related documents for all works to be implemented under the project
that may be necessary for getting location, construction and other permits and
approvals of Punjab Environmental Protection Agency (Punjab I.P;\) II)r
construction works.
(xxii) Preparation of land acquisition documents as per Land acquisition Act 1894 as per
relevant sections of act as per record of Revenue Department. Consultants shall
provide the khasralkilla wise detail of land required to be acquired for each
component and the project along with copies of Ask-Shajra duly supported by
revenue record.
(xxiii) The consultants would determine possible, short and long term and during
construction, impact of the project. The consultant will help to operationalize the
finding of the EA's and EIA's and implementation of Environment Management
Plan (EMP) plans for any adverse impact of the construction activities and
operation of the project may have on the environment.
(xxiv) The draft feasibility report will be submitted to the client for review and
comments.
(xxv) After clearance of the draft feasibility report and EIA report, submit the Iinal
version of the reports. The consultants shall he bound to modify / upgrade the
feasibility report to incorporate the justified observations of client till final
approval of feasibility reports from competent forum.
(xxvi) Approval of final feasibility reports from the forum as directed by client.
(xxvii) Carry out detail design of all components of feasible dam sites (12) and prepare
detailed structural, hydraulic designs and detail construction drawings of all
components of storage dam projects of which final feasibility reports have been
approved from the competent forum. Along with the detail design / drawings, the
consultants shall be bound to submit detailed calculations also for review by the
client / approval by the competent authority.
(xxvii i)Preparation of detailed engineer cost estimates based on approved drawings by
Competent Authority.
(xxix) Consultants shall prepare the rate analysis of all non-scheduled items as per
procedure and criteria of Finance Department Government of the Punjab
(xxx) Preparation of technical specification manuals.
(xxxi) Preparation of bidding documents, including institutional and implementation
arrangements, this also includes among others:
a. prepare the detailed design. construction drawings. bills of quantities (ROQ).
technical specifications and tender documents for all aspects of the work:
b. preparing time bound implementation work plan and prepare bidding
documents keeping in view grouping of sub projects in order to procure on the
basis of PPRA rules;
(xxxii) Development of criteria of contractor qualification forbid evaluation etc.
(xxxiii)AII the documents be provided to the client in shape of hard copies & soft copies
(editable format)
(xxxiv)Preparation of PC-J as per requirements of SOOI, preparation of presentation for
POWP or CDWP, assist SOOI for getting approval from competent forum of PC-
I.
3.7 Role Of Consultants in Field Data Collection
The consultants will supervise the entire work of data collection being outsourced.
Further, they will ensure the correctness and authenticity of gathered data to their entire
satisfaction. To achieve this end, the consultants shall carry out the following activities:
3.7.1 Need Assessment
The Consultants shall ascertain the need and define the extent of topographical survey,
geological investigation and any other tests and data required. Client may can substitute
any part or scope of work
3.7.2 Quality Assurance
The consultants shall supervise the work of data collection and will ensure the correctness
quality, quantity and authenticity of work as per scope and technical specifications.
3.7.3 Certification
The consultant shall certify the correctness and authenticity of gathered data i.e ..
topographic survey and geotechnical investigation for further use in detailed design and
drawings of all the components of the dam as these investigations will become base of
their design and drawings. Moreover, the consultants shall also certify the work done
along with its quality before releasing the payments to the contactor.
3.8 Reporting
The consultants are likely to prepare reports as per schedule discussed hereunder. The
consultant will prepare reports in English and prov ide ten (10) copies along with a
soft copy of the key reports to the lA's. Additional. reports may have to be prepared
as needed by the project authorities, based on needs.
.._. __ ---_
Assignment A,B,C Months from Start of the
Assignments of A / estimated I
duration to complete !
1. Inception report Three weeks after award
2. Development of criteria of short listing of potential dam Two Months !
site on ranking base and report. 1
I

3. Field data collection supervision: (i) detail sub surface within 10 months lor all short-
geological investigation; (ii) detailed topographic surveys: listed dam sites I
(iii) material testing; carrying out construction material
survey, collection of all type of data (v) time bound
implementation work plan etc.
4 Land Acquisition documents as per Land acquisition Act within 12 months for all short-
1894 of the relevant sections including all supporting listed dam sites
documents from revenue department i.e khasra/killa wise
detail of land required to be acquired for each component
and the project along with copies of Ask-Shajra duly
supported by revenue record.

5. Feasibility reports (draft and final) of different alternative within 16 months for all short-
of project inc Iud ing, surface I subsurface geo log ica I Iisted dam sites
investigation, hydrological/sedimentation study report,
hydraulic & structural design report, agronomy. reservoir
operation study, command area development design report
duly supported by contour map of command area in co lours
indicating CCA to be irrigated through gravity from
designed canal system and Chakbandi of each proposal
,draft EIA cost estimates, water supply system (irrigation &
domestic) economic and financial, environmental and social
analysis, implementation plan etc. Environment and
Social/Resettlement Reports, drawings etc.
6.Detailed design Reports consisting of reports describing within 22 months
the different aspect of project of different alternatives for I
implementation. Detailed designs and construction
drawings. Bidding documents for all civil works, hydraulic
and mechanical equipment, BOQs, tender cost estimates
and technical specification of the project.
7. Preparation of tender documents, BOQs, Contractor's within 24 months after award
qualification criteria, Monthly progress reports & monthly
presentation. Reports for EMP, social action plan,
resettlement plan (land acquisition) and work plans etc.
(progress, draft and final reports)
I----------.--~--~--~--~--+-=~----:---:--:----:-:-------::--.~~-----~ .....
<

8. Monthly progress reports & monthly presentation. Periodically after l " day ofthe I
1st month LO 8thday ofmunth ;

,sO
3.8 Staffing Requirements. The consultants are encouraged to use the expertise available
in Pakistan to the extent possible. The consultants are free to propose a staffing plan
and skill mix necessary to meet the objectives and scope of services. If all the required
skills are not available within the consulting firms, they are encouraged to make joint
ventures with other firms as per PEC guidelines. Following is an indicative list skill
required for carrying out the assignment:

General/
Sr. overall Job s(!ecific ex(!erience
Position Qualification
# ex(!erience (Years)
{Years} .. .. ,--.,.-.----
~, ..

Task Al
1. Project Manager/Team Graduate Civil 25 15
Leader I[Key Stqff] Engineer. Preference (Mu Iti-sectoral Water Resources
will be given to Project)
Master's Degree or
PhD in Water
Resources/H ydraul ic
Engineering.

2. Principal Hydrologist. Degree in Civil 15 10


[Key Stqjj] IAgri Engineering. (Professional experience Hydrologic
Preference will be studies on major streams.)
given to Master's
Degree in Civil I
Agri Engineering
with a major in
hydrology.

3. Principal Hydraulic Graduate Civil 15 10


Structure Specialist Engineer. Master's (Specific experience in design of
IEngineer Degree or PhD in hydraulic structures)
[Key StqUJ Water
Resources/Hydrau Iic
Engineering-
referable.
4. Principle Engineer. (Dam Degree in Civil 15 10
Design I Structural Engineering and (Professional experience in
Engineer) preferably have an structural design of the hydraulic
[Key StqUJ additional Master's aspects of civil works related to
Degree in Civil dams' systems, head-works, bridges
Engineering. and other hydraulic structures on
streams in Pakistan/Region)

I Team should be complimented with adequate number support staff such as: Quantity Surveyors/Costing
Engineers. Surveyors, AutoCAD Technicians, Junior/Field Engineers, Patwari, Computer Operator, Naib
Qasid / Driver etc.
10
. 5. Senior
Engineer)
Structural Degree in Civil
Engineering and
15
(Professional experience in
[Key Staff] preferably have an structural design of the hydraulic
additional Master's aspects of civil works structures on
Degree in Civil streams in Pakistan/Region)
Engineering.
6. Senior Geotechnical Degree in Civil J5 10
Engineer ISenior Engineering. An (Professional experience related to
Geologist additional Master's sub-surface investigation for
[Key Staff] Degree hydraulic structures on or adjacent
in Civil Engineering to major streams in the Indus Basin)
with a major in soil
mechanics and
foundations is
preferable or Master
Degree in geo 10gi:
7. Seismo logist Master Degree in 15 7
[Key Staff] geology or (Professional experience related to
geophysics seismic studies especially related to
dams etc)
____ .~'_····r ____

8. Junior Geotechnical Degree in Civil 10 3


Engineer /Junior Engineering (Professional experience related to
Geologist or Master Degree in sub-surface investigation lor
[Key Staff] geology hydraulic structures on or adjacent
to major streams in the Indus Basin)
9. Economist / Financial Master's degree in 15 7
Specialist Economics or professional experience in costing
Project Economics. and analyzing the economics of
major irrigation investment
projects)
10. Agricultural Agronomist Master's Degree in 10 5
[Key Staff] Agricultural with (Specific experience in Agronomy I
specialization in High Efficiency Irrigation System
Agrono my and Management)
water management
11. Public Health Degree in Civil 15 7
Engineering Specialist Engineering. (Professional experience in public
(s) Preference will be health engineering preferably in
given to Master's water supply schemes design
Degree in Civil &operation)
Engineering with a
major in public
health engineering.
12.Environmental Master's degree or 15 7
/Socio 10gist/Resettlement PhD in (Professional experience in
specialist [Key Staff] Environment, social environment, social organizations,
sciences, and preparation of resettlement
engineering, Action Plan, Environmental Impact
management or Assessment (EIA "s) documents with
agricultural hands-on experience of major
sciences. irrigation investment projects)

5
13.Agricultutal Engineer Master Degree in 10 Specific experience in on-form
Water management Agricultural water management particularly high
Specialist Engineering with effie ienc y irrigation system and
specialization in watercourse designing.
irrigation/water
management.

I4.Horticulturist Master Degree in 10 7


agriculture with Specific experience in horticulture
specialization in development under high efficiency
hart ieu lture. irrigation system.

IS.Junior Engineer BSe in Civil 3 3


Engineering and Experience on development projects
registered with PEC and one Junior engineer will he
fresh.

16. Co ntract / At least a Degree in 10 5


Procurement Specialist Civil Engineering or (Profess inna I experience in
[Key StaffJ equivalent. preparing procurement documents
of civil works and other engineering
works under donor agencies
uidelines)
17.GIS Specialist Degree in GIS & 10 5
remote sensing. (Professional experience in GIS,
remote sensing operations)

Indicative Job Description and Qualifications of Consultants' Key Staff required for
Completion of Feasibility Study Reports.
Project Manager/Team Leader: The Project Manager/Team Leader will be a graduate Civil
Engineer. A Master's degree or PhD in Water Resources/Hydraulic engineering is preferable
and would be scored higher, and have at least twenty-five years' experience in design or
major water control structures on major rivers in developing countries and a minimum of
fifteen years experience job specific or as the team leader for similar design undertakings. His
duties will include but not limited to the following:

(i) Review all relevant documents previously prepared on the Potohar region:
(ii) Assume overall responsibility for management and supervision of the team for
data collection / preparing inventory, identifying the needs, ranking and grouping
to form projects, preparing feasibility reports for construction of water storage
dam along their water supply systems, detailed design &tender documents and
timely consultation on design considerations with lA's;
(iii) Provide technical support and guidance in all aspects of the design effort including
hydrology, flood routing, physical and mathematical hydraulic modelling,
hydraulic design, sediment studies, mechanical considerations, environmental and
resettlement plan etc;
(iv) Coordinate and supervise the preparation of tender documents for project;
(v) Take overall responsibility for preparation of the feasibility study and after the
finalization of feasibility study report till the start of the project;
(vi) Monitor the progress of capacity building, ensuring lA's staff, benefit from
techno logy transfer;
(vii) Report on a regular basis on studies being under taken, design and/or tendering
progress to lA's;
Principal Hydrologist: The Principal Hydrologist will have a degree in Civil/Agri
Engineering. Preference will be given to Master's Degree in Civil! Agri Engineering with a
major in hydrology and a minimum of 15 years professional experience, including a
minimum of 10 years in hydrologic studies on major streams in the Indus Basin. Total period
of hiring is 20 months, hiring will be intermittent basis during 24 months. His duties will
include but not limited to the following:
(i) Take the leadership in collecting and organizing all hydrological data and records
required for updating the flood frequency analysis ofthe selected streams;
(ii) Delineate the catchment area of each dam site
(iii) Determinate catchment area characteristics
(iv) Determinate water availability, flood frequency, peak flood discharges etc
(v) Using all available data, simulations and comparisons with like situations in other
river basins, update and/or prepare a detailed and refined flood frequency analysis
at the streams and comprehensive hydrographs of flood events for all return
frequencies required by the principal hydraulic engineer and both the physical and
mathematical modellers; and
(vi) Carryout mathematical modeller in assessing water levels upstream, downstream
and at the site corresponding to floods of various return intervals.
Principal Hydraulic Structure Specialist I Engineer: The Principal Hydraulic Structure
Specialist / Engineer will be a graduate Civil Engineer. A masters degree or PhD in Water
Resources/Hydraulic Engineering is preferable and would be scored higher and have at least
15 years of professional experience in design of civil works for major hydraulic structures
and a minimum of 10 years specific experience in design/rehabilitation of barrages/head-
works and canal head regulators. Total period of hiring is 18 months, hiring will be
intermittent basis during 24 months. His duties will include but not limited to the following:
(i) Organize and supervise topographic surveys and any other investigations required
to provide necessary input data for both physical and mathematical modelling
exercises and design preparation proper;
(ii) Supervision of follow-up physical model tests to ensure reliable output;

( ~)
(iii) Coordinate and supervise the work and develop a mathematical model of the smaJI
+,
dams to predict likely water levels at all critical points and flows at the locations
of dams;
(iv) Use both physical and mathematical modelling results to refine both design
proposals and operating rules;
(v) Analyze hydraulic design options dam body, intake structure, spillway and
downstream scour protection with a view to cost effective project including but
not limited to hydraulic optimization of intake structure, spillway parameters and
ensuring adequate sediment transport during flushing operations employing the
protection works;
(vi) Coordinate and supervise detailed design of all hydraulic aspects of the sub
projects including preparation of relevant construction drawings and specifications
as well as contributing as required to the preparation of the final tender
documents;
Principle Engineer (Dam Design / Structural Engineer): The Senior Engineer (Dam
Design / Structural Engineer) shall have a degree in Civil Engineering and have a minimum
of 15 years of professional experience. A minimum of 10 years of that experience will have
been in the structural design of head-works, bridges and other hydraulic structures on streams
in Pakistani Potohar Region. Total period of hiring is 18 months, hiring will be intermittent
basis during 24 months. His duties will include but not limited to the following:

(i) Organize and undertake a critical examination targeted to establishing the overall
structural and geotechnical (foundation) integrity of the small dams confirming
remedial works earlier recommended and identifying additional needs if any;
(ii) Organize, supervise and carry-out any additional investigations deemed necessary
for structural aspects of all features to be included in the design;
(iii) Analyze structural design options for dams, spillways, intake chambers, water
supply channel related works with a view to carry out cost-effective but
sustainable construction;
(iv) Coordinate, supervise and undertake preparation of detailed structural design, bills
of quantities and technical specifications for the hydraulic structures as well as
any other components identified requiring structural input and treatment and
contribute as required to preparation of the final tender documents of sub-projects;
Senior Structural Engineer: The Senior Structural Engineer shall have a degree in Civil
Engineering and have a minimum of 15 years of professional experience. A minimum of 10
years of that experience will have been in the structural design of hydraulic structures on
streams in Pakistan/Potohar Region. Total period of hiring is 16 months, hiring will be
intermittent basis during 24 months. His duties will include but not limited to the following:

(i) Design structural components for large-scale projects including analyzing survey
reports, topographical maps, zoning restrictions and client requirements to ensure
specifications meet project goals
(ii) Perform structural design and analysis calculations using governing codes and
standards, engineering formulas, skills, and experience.
(iii) Make calculations about pressures, loads and stresses.
(iv) Consider the strength of construction materials and select appropriately.
(v) Provide technical advice on safe designs and construction.
(vi) Analyze configurations of the basic components of a structure.
(vii) Inspect properties to evaluate the conditions and foundations.
(viii) Use computer aided design technology for simulation purposes.
(ix) Analyze structural design options for, dams, spillways, intake chambers, water
supply channel related works with a view to carry out cost-effective but
sustainable construction;
(x) Supervise and undertake preparation of detailed structural design, bills of
quantities and technical specifications for the hydraulic structures as well as any
other components identified requiring structural input and treatment and
contribute as required to preparation of the final tender documents of sub-projects;
Senior Geotechnical Engineer / Senior Geologist: The Senior Geotechnical Engineer /
Senior Geologist will be a graduate Civil Engineer or Masters in Geology. A Master's degree
in Civil Engineering with a major in soil mechanics and foundations is preferable and would
be scored higher and a minimum of 15 years professional experience including at least 10 of
which were related to sub-surface investigation for hydraulic structures on or adjacent to
major streams in the Indus Basin. Total period of hiring is 20 months and hiring will be
intermittent basis during 24 months. His duties will include but not limited to the following:
(i) To select the best suitable site between the different alternative;
(ii) Monitor the subsurface geological investigation and provide necessary guidance
in field data collection;
(iii) Carry out (organize and oversee) a comprehensive review of foundation
conditions at each of the existing features and ensure conditions are such to ensure
the long-term integrity water storage structure;
(iv) Identify any remedial foundation stabilization work to be included in the package
of works for the construction of water storage structure;
(v) Formulate plans for and carry out detailed foundation investigations for each of
the new works;
(vi) Supervise the work of the sub-contracted drilling, sampling and testing services to
ensure compliance with best geotechnical practice;
(vii) Subsequent to the required sub-surface investigations and required laboratory
testing, work with the Senior Structural Engineer in preparing detailed designs and
specifications for the foundation treatment/features of the new small darns works
and any identified remedial work if required;
(viii) Assist in the preparation of the tender documents as required;
Junior Geotechnical Engineer / Junior Geologist: The Junior Geotechnical Engineer /
Junior Geologist will be a graduate Civil Engineer or Masters in Geology. A Master's degree
in Civil Engineering with a major in soil mechanics and foundations is preferable and would
be scored higher and a minimum of 10 years professional experience including at 3 years of
which were related to sub-surface investigation for hydraulic structures on or adjacent to
major streams in the Indus Basin. His duties will include to assist the Senior Geotechnical
Engineer / Senior Geologist in each activity and assignment carried out. Total period of
hiring is 20 months, hiring will be intermittent basis during 24 months.
Economist/Financial Specialist: The Economist/Financial Specialist will have a Master's
degree in Finance or Project Economics and at least 15 years relevant professional experience
in costing and analyzing the economics of major irrigation investment projects. Total period
of hiring is 12 months and hiring will be intermittent basis during 24 months. His duties will
include but not limited to the following:
(i) Using input from various specialists on the team Develop detailed feasibility level
cost estimate for different alternatives using different analysis techniques ensuring
that all input and output can be used by government agencies in appraisal and by
the Government of Punjab in PCI preparation;

(u)
(ii) From the detailed cost tables, identify all costs directly related to generating
"with-project" benefits;
(iii) Working with the costing engineer, identify and quantify the estimated benefits
resulting from the investments including the benefits associated with reduced risk
of infrastructure failure and the associated interruptions in domestic water supply
as well as raw water and treated water supply to the city area, within the relevant
effective water supplies to city area and effect of population with improved, more
efficient, dependable and equitable delivery of water;
(iv) Undertake detailed economic analysis of the project for Economic Analysis
ensuring that it meets the viability requirements of both donor agencies and the
Government of Punjab;

Public Health Engineering Specialist Engineer: The Public Health Specialist Engineer will
be a graduate Civil Engineer. A Master's degree or PhD in Public Health Engineering is
preferable and would be scored higher and have at least 15 years of professional experience
in design of civil works for major water supply systems and a minimum of seven years
specific experience in design/rehabilitation of city / town water supply schemes, water
treatment plant and storage tanks. Total period of hiring is 10 months, hiring will be
intermittent basis during 24 months. His duties will include but not limited to the following:
(i) Characterize the raw water of source of the Water System's raw water supply;
(ii) Utilize the source raw water sampling and analysis records available from the
water storage reservoir;
(iii) Based on the raw water characterization, determine raw water quality
conformance to the World and national standards;
(iv) Identify parameters that may impact treatment of the water and influence
operation of the system;
(v) Evaluate potential for formation of trihalomethanes (THM's) based on levels of
organic precursors in the raw water;
(vi) Determine the potential for formation of other disinfection by-products;
(vii) Identify any emerging issues that may impact the water source;
(viii) Identify treatment options that may be necessary to assure conformance to the
International and National standards;
(ix) prepare a description of the Water System including works for the collection,
production, treatment, storage and/or delivery of potable water;
(x) The description of works shall also include a schematic process flow diagram of
the Water System with process units and equipment identified as well as points of
connection to the distribution system;
(xi) The assessment of the physical works shall include a review of all on-line
instrumentation in regards to their installation and operation;
(xii) Provide a brief review of operations, including documenting number of
employees, level of certification of employees and the number of hours on
average each employee spends on operating Water System;
(xiii) Review cross connection control and backflow prevention programs,
flushing/swabbing programs and any start-up and shutdown protocols, where
applicable and make recommendations for improvements that may be required to
mitigate against the potential for microbiological, chemical and physical
contamination of the drinking water;
(xiv) Make recommendations as necessary for operational and physical improvements
that should be implemented to mitigate against the potential for contamination;
(xv) Review existing Water System with particular attention to works necessary to
.. ensure the robustness of the system utilizing the multiple barrier concepts and
capacities with respect to needs;
(xvi) Make recommendations as necessary for operational and physical improvements
that should be implemented to achieve compliance with regulations;
Environmental/Sociologist/Resettlement specialist: The Environmental/sociologist /
resettlement Specialist will have a Master's degree or PhD in Environmental Science
/socio logy with at least I 5years experience in conducting environmental
screening/assessment and in social organizations and preparation of resettlement Action Plan,
Environmental Impact Assessment (EIA's) documents of major water resources projects in
accordance with GoP and WB's Environmental Guidelines. Total period of hiring is 20
months, hiring will be intermittent basis during 24 months. His duties will include but not
limited to the following:
(i) Review all relevant documents including those prepared previously, particularly
relating to the environmental and social aspects;
(ii) Work with lAs to prepare/update a cost-effective environmental management and
monitoring plan for the rehabilitation and upgrading of the works which is in line
with EIA recommendations so as to ensure minimal environmental effects both
during and following the construction period;
(iii) Prepare and execute required appropriate actions to mitigate any negative
environmental impacts associated with construction activities in collaboration
with lA's and all concerned stakeholders;
(iv) Prepare a detailed reforestation plan at the work sites and following-up
construction oversee its implementation; and
(v) Formulation of EMP
(i) Develop methodology and instruments for social assessment for the potentially
affected people and areas.
(ii) Review all national and provincial statutory, customary and administrative
framework (of Punjab Province) relevant to the project interventions in the
resettlement context (categories land ownership, yardstick for inventories of
different type of structures, trees, construction quality and categorization of built-
up priorities, land acquisition procedures, provisions for public notification
regarding cut-off-date for compensation etc.).
(iii) Based on the comprehensive review of country legal framework and guidelines of
donor agencies identify the resettlement principles for all types of affected
peoples.
(vi) Carry out a full-scale field assessment and develop definitions for entitlements for
compensation for the properties of potentially affected people (houses, lands,
crops, trees, lost income, relocation allowance and entitlement for support
business activities) including squatters and encroachers. Develop an entitlement
matrix;
(vii) Undertake periodic surveys to assess the apprehensions and views of potentially
affected peoples.
(viii) Assess the direct Impacts on people and properties
(ix) Assess the indirect impacts of project operations on people such as loss of
temporary or permanent access to markets, services and social relations.
(x) Organize series of consultations meetings with communities to create awareness
about the project activities and to ensure public participation.
(xi) Develop a monitoring and evaluation program (in a logical framework) for
implementation of resettlement-related activities.
(xii) Preparation of documents of agreements and other necessary instruments to help
in negotiations with the beneficiaries and in obtaining of local permits, etc
(xiii) Identification of alternative sites for resettling people and related assets
(xiv) Development of Plan including identification of sites for resettlement, planning,
infrastructure, utilities, and replacement houses etc.
(xv) Assess the staffing need of Resettlement and Compensation Centre propose a
mechanism for feedback from the affectees.
(xvi) Develop and establish the framework for grievance redresses mechanism and
propose the composition of Grievance Re-addressal committee for of potentially
affected people.
(xvii) Assess the staffing need of Resettlement Information Centre and provide support
in implementation, implementation of communication plan, development of
information base, messages, information to users, delivery of messages etc.
(xviii) Assess and calculate the cost of resettlement and compensation related activities.
(xix) Settlement Action Plan
(xx) Plan for management of physical relocation and disbursement of actual
compensation
(xxi) M&E Plan for implementation of resettlement Activities.
Agricultural Engineer/ Water Management Specialist: The agricultural engineer /water
management specialist will have a BS Degree in the field of agriculture with master degree in
agriculture engineering, overall, 10 years professional experience regarding crops ,water
requirements for crop ,agriculture machinery ,better crop management ,high efficiency
irrigation system requirement & design ,seeds, products to better understand crop needs,
develop more effective and efficient farming practices, crop rotation especially in Potohar
region. The period of hiring is 10 Months, hiring will be intermittent basis during 24 months
(i) Requirement and design of high efficiency irrigation system
(ii) To develop better water management techniques
(iii)To develop better crop management & rotations.
(iv)Increase farm production through agricultural engineering methods
(v) Implement agricultural engineer programs to improvise quality standards in
agricultural products.
(vi) Design and develop farming machine, implements and equipment like conveyors and
drag chains
(vii) Ensure compliance of all state and federal agricultural laws and guidelines
(viii) Advise others regarding green practices or environmental concerns.
(ix)Develop operational methods or processes that se green material or emphasize
sustainability
(x) Direct environmental development activities.

Horticulturist:
The Horticulturist specialist will have BS Degree in field of agriculture with master degree in
horticulture, overall 10 years professional experience regarding in horticulture development
under high efficiency irrigation system, plants, pest crol, environment, water requirements for
crops /plants, development of nurseries, gardens. Total period of hiring is 04 Months, hiring
will be intermittent basis during 24 Months.
(i) Provides professional advice on the selection, ordering, planting, and maintenance of
trees, shrubs, ground covers, and turf grasses on campus.
(ii) Prepare orders for varies type of plants and seeds.
(iii)Preparation of maintenance programs for the control of plant diseases and insects.
(iv)Prepare fertilizer programs for varies types of plants. Confers with landscape architect
and other personnel in the selection of plants.
(v) Prepare plans for nurseries, parks and botanical gardens.
(vi)Plans for turf management, pest control; farm, orchard and vineyard management.
Junior Engineer:
The Junior engineer will have BS Degree in field of Civil Engineering and have 03-year
experience overall in the field of construction of Projects like dam, road, bridges, culverts,
building etc.06 no of junior engineers are required for the period of 24 month on intermittent
basis. One junior engineer must be fresh graduate and registered with Pakistan Engineering
Council. Being the junior of the field, he should be good in communication and active, and
responsible for the work which may assign by the team leader or any senior from consultants
and client.
Contract / Procurement Specialist: The Procurement Specialist will have at least a BS
Degree in Civil Engineering with 10 years professional experience in procurement of civil
works and contract administration including procurement under World Bank / Asian
Development Bank guidelines using international competitive bidding. Total period of hiring
is 12 months, hiring will be intermittent basis during 24 months. His duties will include but
not limited to the fo llowing:
(i) In consultation with lA's, develop the prequalification criteria, prepare notices of
pre-qualification and prequalification documents in accordance with PPRA
procedures;
(ii) Under the direction of the Project Manager/Team Leader and using input from
various specialists on the team prepare the international/national bidding
documents for the project, and in a format agreeable to both lA's;
(iii) Advise on the conducting of required pre-bid consultations;
GIS Specialist: The GIS Specialist will have a Master degree in GIS & remote sensing, 10
years professional experience in Perform data capture and analysis for GIS product. Oversee
data flow, management and distribution activities to support GIS. Manage geospatial
database and develop maps and aerial photography. Work in compliance with GIS standards
and quality policies. Total period of hiring is 15 months, hiring will be intermittent basis
during 24 months.
(i) To propose new concept based on combination of GIS and statistical methods as a
decision support tools for estimation of dam dimensions, reservoir volume and
area.
(ii) GIS store data in database and then represent it visually in a mapped format.
(iii) Evaluates user requirements for GlS; identifies and implements applications.
(iv) Writes and maintains reports; programs database reports, forms and queries.
(v) Prepares GIS databases, maps, database reports and specialized queries in support
of various projects.
(vi) Performs GIS analysis, modelling and reporting to support decision making.
(vii) Generates, maintains and disseminates GIS layers.
(viii) Operates and maintains GIS software and web-based applications.
(ix) Designs GIS enterprise database and enforces data standards.
(x) Produces complex maps for user departments and outside agencies.
(xi) Methods/Statistical analysis: To accomplish goal, firstly spatial data analysis on
GIS was used to select the best location along the river for construction of the dam
that has enough capacity for storage of required volume of water.
(xii) Peaks Over a Threshold (POT) technique was utilized to estimate 1000-year flood
discharge using daily discharge data of30 years;
(xiii) Application/Improvements: combination of GIS and statistical analysis is a
powerful tool for finding the most appropriate situation for dam construction
compared with reservoir surveys method.
Seismologist: The Seismologist will have a BS Degree in field of geology with master degree
in seismology, 15 years professional experience in study waves of energy released by the
movement of tectonic plates, volcanic eruptions, or even nuclear weapons testing Total
period of hiring is 6 months, hiring will be intermittent basis during 24 months.
(i) Analyzing seismic waves to learn about the composition of earth
(ii) Guiding engineers to ensure building safety in earthquake areas for dams
(iii) Calculation value of g for different zone in Potohar region
(iv) Providing information to professionals who develop relief efforts following
earthq uake disasters
(v) Studies and interprets seismic data to locate earthquakes and earthquake faults:
Reviews, analyzes, and interprets data from seismographs and geophysical
instruments.
(vi) Establishes existence and activity of faults, and direction, motion, and stress of
earth movements before, during, and after earthquakes.
(vii) Conducts research on seismic forces affecting deformative movements of earth
(viii) Establishes existence and activity of faults, and direction, motion, and stress of
earth

Agriculture Agronomist Specialist: The Agri agronomist Specialist will have a BS Degree
in field of agriculture with master degree in agronomy, 15 years professional experience
study soil, plants, seeds, products to better understand crop needs, develop more effective and
efficient. farming practices, crop rotation especially in Potohar region. Total period of hiring
is 18 months, hiring will be intermittent basis during 24 months.

(i) Studying plants and soil in order to develop better planting, cultivation, and
harvesting techniques, improve crop yield, and solve problems facing the
agriculture industry in Potohar region.
(ii) Advise on the cultivation of food crops, vegetables, fruit trees and fodder crops
(iii) Assisting with the plant /crop selection process and the development of planting
and irrigation schedules, budgets, and timelines.
(iv) Generating reports and presenting findings to management, clients, or other
interested parties.
(v) Contribute to the elaboration of environmental and social impact.assessments for
the individual measures to be implemented;
(vi) Establish baselines and follow-up of project indicators.
GOVERNMENT OF THE PUNJAB
IRRIGATION DEPARTMENT

CONTRACT FOR ENGINEERING CONSULTANCY SERVICES

between

GOVERNMENT OF THE PUNJAB


IRRIGATION DEPARTMENT

and

(NAME OF THE CONSULTANTS)

for

Feasibility Study, Detailed Design of New Small Dams

Month and Year


TABLE OF CONTENTS Page No.

I. FORM OF CONTRACT 6-1


II. GENERAL CONDITIONS OF CONTRACT 6-3
1. GENERAL PROVISIONS 6-3
1.1 Definitions 6-3
1.2 Law Governing the Contract 6-4

1.3 Language 6-4


1.4 Notices 6-4
1.5 Location 6-4
1.6 Authorized Representatives 6-4
1.7 Taxes 6-5
1.8 Leader of Joint Venture 6-5
1.9 Relation between the Parties 6-5
1.10 Headings 6-5
2. COMMENCEMENT, COMPLETION, MODIFICATION, AND TERMINATION OF CONTRACT
6-6

2.1 Effectiveness of Contract 6-6


2.2 Termination of Contract for Failure to Become Effective 6-6

2.3 Commencement of Services 6-6


2.4 Expiration of Contract 6-6
2.5 Modification 6-6
2.6 Extension of Time for Completion 6-6
2.7 Force Majeure 6-7
2.7.1 Definition 6-7
2.7.2 No Breach of Contract 6-7
2.7.3 Extension of Time 6-7
2.7.4 Payments 6-7
2.8 Suspension of Payments by the Client 6-7
2.9 Termination 6-8

2.9.1 By the Client 6-8


2.9.2 By the Consultants 6-8
2.9.3 Cessation of Services 6-9
2.9.4 Payment upon Termination 6-9
295 Disputes abo!!t Events of Termination -9

3. OBLIGATIONS OF THE CONSULTANTS 6-10

\68)
3.1 General 6-10
3.1.1 Standard of Performance 6-10
3.1.2 Law Governing Services 6-10
3.2 Consultants Not to Benefit from Commissions, Discounts, etc. 6-10
3.3 Confidentiality 6-10
3.4 Liability of the Consultants 6-10
3.5 Other Insurances to be Taken out by the Consultants 6-11
3.6 Consultants' Actions Requiring Client's Prior Approval 6-11
3.7 Reporting Obligations 6-11
3.8 Documents Prepared by the Consultants to be the Property of the Client 6-11
3.9 Equipment and Materials Furnished by the Client 6-12
3.10 Accounting, Inspection and Auditing 6-12
4. CONSULTANTS' PERSONNEL AND SUBCONSULTANTS 6-13
4.1 General 6-13
4.2 Description of Personnel 6-\3
4.3 Approval of Personnel 6-13
4.4 Working Hours, Leave, Overtime, etc. 6-13
4.5 Removal and/or Replacement of Personnel 6-13
4.6 Resident Engineer 6-14
5. OBLIGATIONS OF THE CLIENT 6-15
5.1 Assistance, Coordination and Approvals 6-15
5.1.1 Assistance 6-15
5.1.2 Co-ordination 6-15
5.1.3 Approvals 6-15
5.2 Access to Land 6-15
5.3 Change in the Appl icable Law 6-16
5.4 Services and Facilities 6-16
5.5 Payments 6-16
5.6 Counterpart Personnel 6-16
6. PAYMENTS TO THE CONSULTANTS 6-17
6.1 Cost Estimates, Ceiling Amount 6-17

6.2 Remuneration and Reimbursable Direct Costs (Non-salary Costs) 6-17


6.3 Currency of Payment 6-17
6.4 Mode of Billing and Payment 6-18

6.5 Delayed Payments 6-19


6.6 Additional Services 6-19
ii
6.7 Consultants' Entitlement to Suspend Services 6-20

7. FAIRNESS AND GOOD FAITH 6-21

7.1 Good Faith 6-21

7.2 Operation of the Contract 6-21

8. SETIlEMENT OF DISPUTES 6-22

8.1 Amicable Settlement 6-22

8.2 Dispute Settlement 6-22

9. INTEGRITY PACT 6-23

III. SPECIAL CONDITIONS OF CONTRACT 6-24

IV APPENDICES 6-29

Appendix A Description of the Services 6-30

Appendix B Reporting Requirements 6-31

Appendix C Key Personnel and Sub consultants 6-32

Appendix D Breakdown of Contract Price in Foreign Currency 6-33

Appendix E Breakdown of Contract Price in Local Currency 6-34

Appendix F Services and Facilities to be Provided by the Client and Counterpart


Personnel to be Made Available to the Consultants by the Client 6-36
Appendix-G (Integrity Pact) 6-37

iii
I.FORM OF CONTRACT

This CONTRACT (hereinafter called the "Contract") is made on the day of (month) of
(year), between, on the one hand, Punjab Irrigation Department, Government of the Punjab
represented by Chief Engineer, Irrigation Potohar Zone, Rawalpindi /Islamabad (hereinafter called
the "Client" which expression shall include the successors, legal representatives and permitted
assigns) and, on the other hand, (hereinafter called the
"Consultants" which expression shall include the successors, legal representatives and permitted
assigns).

WHEREAS

(a) the Client has requested the Consultants to provide certain consulting services as defined in
the General and Special Conditions of Contract attached to this Contract (hereinafter called
the "Services"); and

(b) the Consultants, having represented to the Client that they have required professional
skills, and personnel and technical resources, have agreed to provide the Services on the terms
and conditions set forth in this Contract;

NOW THEREFOREthe Parties hereby agree as follows:

1. The following documents attached hereto shall be deemed to form an integral part of this
Contract:

(a) the General Conditions of Contract;


(b) the Special Conditions of Contract; (c)
the following Appendices:

[Note: If any of these Appendices are not used, the words "Not Used" should be inserted
below/next to the title of the Appendix and on the sheet attached hereto carrying the
title of that Appendix.]

Appendix A: Description of Services


Appendix B: Reporting Requirements
Appendix C: Key Personnel and Sub-consultants
Appendix D: Breakdown of Contract Price in Foreign Currency
Appendix E: Breakdown of Contract Price in Local Currency
Appendix F: Services & Facilities to be Provided by the Client and Counterpart
Personnel to be Made Available to the Consultants by the Client.
Appendix G: Integrity Pact (for Services above Rs. 10 million)

\_7t)
2. The mutual rights and obligations of the Client and the Consultants shall be as set forth in the
Contract, in particular:

(a) the Consultants shall carry out the Services in accordance with the provisions of the
Contract; and

(b) the Client shall make payments to the Consultants in accordance with the provisions
of the Contract.

IN WITNESSWHEREOF, the Parties hereto have caused this Contract to be signed in their respective
names in two identical counterparts, each of which shall be deemed as the original, as of the day,
month and year first above written.

For and on behalf of

(Punjab Irrigation Department,


Government of the Punjab)
Witness

Signatures _ Signatures __

Name __ Name __

Title _ Title _

(Seal)

For and on behalf of

(Consulta nts)

Witness

Signatures _ Signatures _

Name __ Name __

Title _ Title _

(Seal)
II. GENERAL CONDITIONS OF CONTRACT

1. GENERAL PROVISIONS

1.1 Definitions

Unless the context otherwise requires, the following terms whenever used in this Contract
have the following meanings:

(a) "Applicable Law" means the laws and any other instruments having the force of law
in the Islamic Republic of Pakistan, as those may be issued and in force from time to
time;

(b) "Contract" means the Contract signed by the Parties, to which these General
Conditions of Contract (GC) are attached, together with all the documents listed in
Clause 1of such signed Contract;

(c) "Contract Price" means the price to be paid for the performance of the Services, in
accordance with Clause 6;

(d) "Effective Date" means the date on which this Contract comes into force and effect
pursuant to Sub-Clause 2.1;

(e) "GC" means these General Conditions of Contract;

(f) "Government" means the Government of the Islamic Republic of Pakistan;

(g) "Foreign Currency" means currency other than the currency of Islamic Republic of
Pakistan;

(h) "Local Currency" means the currency of the Islamic Republic of Pakistan;

(i) "Member" in case the Consultants consist of a joint venture of more than one entity,
means any of the entities, and "Members" means all of these entities;

(j) "Party" means the Client or the Consultants, as the case may be, and "Parties" means
both of them;

(k) "Personnel" means persons hired by the Consultants or by any Sub consultant as
employees and assigned to the performance of the Services or any part thereof;

(I) "SC" means the Special Conditions of Contract by which the GC are amended or
supplemented;
(m) "Services" means the work to be performed by the Consultants pursuant to this
Contract, as described in Appendix A;

(n) "Sub-consultant" means any entity to which the Consultants subcontract any part of
the Services in accordance with the provisions of Sub-Clause 3.6;

(0) "Third Party" means any person or entity other than the Client, the Consultants or
a Sub-consultant; and

(p) "Project" means the work specified in SCfor which engineering consultancy services
are desired.

(q) "Joint Venture (JV)" means an association with or without a legal personality distinct
from that of its members, of more than one Consultant where one member has the
authority to conduct all business for and on behalf of any and all the members of the
JV, and where the members of the JV are jointly and severally liable to the Client for
the performa nce of the Contract.

1.2 Law Governing the Contract

This Contract, its meaning and interpretation, and the relation between the Parties shall be
governed by the Applicable Law.

1.3 Language

This Contract has been executed in the English language which shall be the binding and
controlling language for all matters relating to the meaning or interpretation of this Contract.
All the reports and communications shall be in the English language.

1.4 Notices

Any notice, request, or consent made pursuant to this Contract shall be in writing and shall be
deemed to have been made when delivered in person to an Authorized Representative of the
Party to whom the communication is addressed, or when sent by registered mail, telex, or
facsimile to such Party at the address of the Authorized Representative specified under Sub-
Clause SC 1.6. A Party may change its address for notice hereunder by giving the other Party
notice of such change.

1.S Location

The Services shall be performed at such locations as are specified in Appendix A and, where
the location of a particular task is not so specified, at such locations as mutually agreed by the
Parties.

1.6 Authorized Representatives

Any action required or permitted to be taken, and any document required or permitted to be
executed, under this Contract by the Client or the Consultants shall be taken or executed by
the Authorized Representatives specified in the sc.
1.7 Taxes

Unless specified in the SC, the Consultants, Sub-consultants, and their Personnel shall pay
such taxes, fees, and other impositions as may be levied under the Applicable Law.

1.8 Leaderof Joint Venture

In case the Consultants consist of a joint venture of more than one entity, the Consultants
shall be jointly and severally bound to the Client for fulfillment of the terms of the Contract
and designate the Member named in SC,to act as leader of the Joint Venture, for the purpose
of receiving instructions from the Client.

1.9 Relation between the Parties

Nothing contained herein shall be construed as establishing a relation of master and servant
or of principal and agent as between the Client and the Consultants. The Consultants, subject
to this Contract, have complete charge of Personnel and Sub-consultants, if any, performing
the Services and shall be fu lIy responsible for the Services performed by them or on their behalf
hereunder.

1.10 Headings

The headings shall not limit, alter or affect the meaning of this Contract.
2. COMMENCEMENT, COMPLETION, MODIFICATION, AND TERMINATION OF CONTRACT

2.1 Effectiveness of Contract

This Contract shall come into force and effect on the date (the "Effective Date") of the
Client's notice to the Consultants instructing the Consultants to begin carrying out the Services.
This notice shall confirm that the effectiveness conditions, if any, listed in the SC have been
met.

2.2 Termination of Contract for Failure to Become Effective

If this Contract has not become effective within such time period after the date of the Contract
signed by the Parties as shall be specified in the SC,either Party may, by not less than twenty
eight (28) days written notice to the other Party, declare this Contract to be null and void,
and in the event of such a declaration by either Party, neither Party shall have any claim
against the other Party except for the work (if any) already done or costs already incurred by a
Party at the request of the other Party.

2.3 Commencement of Services

The Consultants shall begin carrying out the Services at the end of such time period after the
Effective Date as shall be specified in the Sc.

2.4 Expiration of Contract

Unless terminated earlier pursuant to Sub-Clause 2.9, this Contract shall expire when,
pursuant to the provisions hereof, the Services have been completed and the payments of
remunerations including the direct costs if any, have been made. The Services shall be
completed within a period as is specified in the SC,or such extended time as may be allowed
under Sub-Clause 2.6.

The term "Completion of Services" is as specified in the sc.

2.5 Modification

Modification of the terms and conditions of this Contract, including any modification of the
scope of the Services or of the Contract Price, may only be made in writing, which shall be
mutually agreed and signed by both the Parties.

2.6 Extension of Time for Completion

If the scope or duration of the Services is increased:

(a) the Consultants shall inform the Client of the circumstances and probable effects;

(b) the increase shall be regarded as Additional Services; and


(c) the Client shall extend the time for Completion of the Services accordingly.

2.7 Force Majeure

2.7.1 Definition

(a) For the purposes of this Contract, "Force Majeure" means an event which is beyond
the reasonable control of a Party and which makes a Party's performance of
its obligations under the Contract impossible or so impractical as to be considered
impossible under the circumstances, and includes, but is not limited to, war, riots,
civil disorder, earthquake, fire, explosion, storm, flood or other adverse weather
conditions, strikes, lockouts or other industrial actions (except where such strikes,
lockouts or other industrial actions are within the power of the Party invoking Force
Majeure to prevent), confiscation or any other action by government agencies.
(b) Force Majeure shall not include (i) any event which is caused by the negligence or
intentional action of a Party or such Party's Sub-consultants or agents or employees,
nor (ii) any event which a diligent Party could reasonably have been expected to both
(A) take into account at the time of the conclusion of this Contract and (S) avoid or
overcome in the carrying out of its obligations hereunder.
(c) Force Majeure shall not include insufficiency of funds or failure to make any payment
required hereunder.

2.7.2 No Breach of Contract

The failure of a Party to fulfill any of its obligations under the Contract shall not be
!> considered to be a breach of, or default under this Contract insofar as such inability arises
from an event of Force Majeure, provided that the Party affected by such an event; (a) has
taken all reasonable precautions, due care and reasonable alternative measures in order
to carry out the terms and conditions of this Contract; and (b) has informed the other Party
in writing not later than fifteen (15) days following the occurrence of such an event.

2.7.3 Extension of Time

Any period within which a Party shall, pursuant to this Contract, complete any action or task,
shall be extended for a period equal to the time during which such Party was unable to
perform such action as a result of Force Majeure.

2.7.4 Payments

During the period of their inability to perform the Services as a result of an event of Force
Majeure, the Consultants shall be entitled to continue to be paid under the terms of this
Contract, as well as to be reimbursed for additional costs reasonably and necessarily incurred
by them during such period for the purpose of the Services and in reactivating the Services
after the end of such period.

C?7)
2.8 Suspension of Payments by the Client

The Client may, by written notice of suspension to the Consultants, suspend all payments to
the Consultants hereunder if the Consultants fail to perform any of their obligations under this
Contract, including the carrying out of the Services, provided that such notice of suspension
(i) shall specify the nature of the failure, and (ii) shall request the Consultants to remedy such
failure within a period not exceeding thirty (30) days after receipt by the Consultants of such
notice of suspension.

2.9 Termination

2.9.1 By the Client

The Client may terminate this Contract, by not less than thirty (30) days written notice of
termination to the Consultants, to be given after the occurrence of any of the events specified
in paragraphs (a) through (e) of this Sub-Clause 2.9.1 and sixty (60) days in the case of the
event referred to in paragraph(f):

(a) if the Consultants do not remedy a failure in the performance of their obligations
under the Contract, within thirty (30) days after being notified or within any further
period as the Client may have subsequently approved in writing;
(b) if the Consultants become (or, if the Consultants consist of more than 0 n e entity, if
any of their Members becomes) insolvent or bankrupt or enter into any agreements
with their creditors for relief of debt or take advantage of any law for the benefit of
debtors or go into liquidation or receivership whether compulsory or voluntary;
(c) if the Consultants fail to comply with any final decision reached as a result of
arbitration proceedings pursuant to Clause 8 hereof;
(d) if the Consultants submit to the Client a statement which has a material effect on the
rights, obligations or interests of the Client and which the Consultants know to be
false;
(e) if, as the result of Force Majeure, the Consultants are unable to perform a material
portion of the Services for a period of not less than sixty (60) days;
(f) if the Client, in its sale discretion, decides to terminate this Contract.

2.9.2 By the Consultants

The Consultants may terminate this Contract, by not less than thirty (30) days written notice
to the Client, such notice to be given after the occurrence of any of the events specified in
paragraphs (a) through (d) of this Sub-Clause 2.9.2:

(a) if the Client fails to pay any monies due to the Consultants pursuant to this Contract and
not subject to dispute pursuant to Clause 8 within forty-five (45) days after receiving
written notice from the Consultants that such payment is overdue;
(b) if the Client is in material breach of its obligations pursuant to this Contract and has
not remedied the same within forty-five (45) days (or such longer period as the
Consultants rnay have subsequently approved in writing) following the receipt by the
Client of the Consultants' notice specifying such breach;
(c) if, as a result of Force Majeure, the Consultants are unable to perform a material portion
of the Services for a period of not less than Sixty (60) days;
(d) if the Client fails to comply with any final decision reached as a result of arbitration
proceedings pursuant to Clause 8 hereof.

(18)
2.9.3 Cessation of Services

Upon receipt of notice of termination under Sub-Clause 2.9.1, or giving of notice oftermination
under Sub-Clause 2.9.2, the Consultants shall take all necessary steps to bring the Services to
a close in a prompt and orderly manner and shall make every reasonable effort to keep
expenditures for this purpose to a minimum. With respect to documents prepared by the
Consultants, and equipment and materials furnished by the Client, the Consultants shall
proceed as provided, respectively, by Sub-Clauses 3.8 or 3.9.

2.9.4 Payment upon Termination

Upon termination of this Contract pursuant to Sub-Clauses 2.9.1 or 2.9.2, the Client shall
make the following payments to the Consultants:
(a) remuneration and reimbursable direct costs expenditure pursuant to Clause 6 for
Services satisfactorily performed prior to the effective date of termination. Effective
date of termination for purposes of this Sub-Clause means the date when the
prescribed notice period would expire;
(b) except in the case of termination pursuant to paragraphs (a) through (d) of Sub-Clause
2.9.1, reimbursement of any reasonable cost incidental to the prompt and orderly termination
of the Contract, including the cost of the return travel of the Personnel, according to
Consultants Traveling Allowance Rules.

2.9.5 Disputes about Events of Termination

If either Party disputes whether an event specified in paragraphs (a) through (e) of Sub-Clause
2.9.1 or in paragraphs (a) through (d) of Sub-Clause 2.9.2 hereof has occurred, such Party
may, within forty-five (45) days after receipt of notice of termination from the other Party,
refer the matter to arbitration pursuant to Clause 8 hereof, and this Contract shall not be
terminated on account of such event except in accordance with the terms of any resulting
arbitral award.
3. OBLIGATIONS OF THE CONSULTANTS

3.1 General

3.1.1 Standard of Performance

The Consultants shall perform the Services and carry out their obligations with all due
diligence, efficiency, and economy, in accordance with generally accepted professional
techniques and practices, and shall observe sound management practices, and employ
appropriate advanced technology and safe methods. The Consultants shall always act, in
respect of any matter relating to this Contract or to the Services, as faithful advisers to the
Client, and shall at all times support and safeguard the Client's legitimate interests in any
dealings with Sub-consultants or third parties.

3.1.2 law Governing Services

The Consultants shall perform the Services in accordance with the Applicable law and shall
take all practicable steps to ensure that any Sub-consultants, as well as the Personnel of the
Consultants and any Sub-consultants, comply with the Applicable Law.

3.2 Consultants Not to Benefit from Commissions, Discounts, etc.

The remuneration of the Consultants pursuant to Clause 6 shall constitute the Consultants'
sole remuneration in connection with this Contract or the Services, and the Consultants shall
not accept for their own benefit any trade commission, discount, or similar payment in
connection with activities pursuant to this Contract or to the Services or in the discharge of
their obligations under the Contract, and the Consultants shall use their best efforts to ensure
that the Personnel, any Sub consultants, and agents of either of them similarly shall not
receive any such additional remuneration.

3.3 Confidentiality

The Consultants, their Sub-consultants, and the Personnel of either of them shall not, either
du ring the term or after the expiration of this Contract, disclose any proprietary or
confidential information relating to the Project, the Services, this Contract, or the Client's
business or operations without the prior written consent of the Client.

3.4 Liability of the Consultants

The Consultants are liable tor the consequence of errors and omissions on their part or on the
part of their employees in so far as the design of the Project is concerned to the extent
and with the limitations as mentioned herein below.

If the Client suffers any losses or damages as a result of proven fau Its, errors or omissions in
the design of a project, the Consultants shall make good such losses or damages, subject to
the conditions that the maximum liability as aforesaid shall not exceed twice the total
remuneration of the Consultants for design phase in accordance with the terms of the
Contract.
The liability of the Consultants expires after one (1) year from the stipulated date of
completion of construction or after three (3) years from the date of final completion of the
design whichever is earlier.

The Consultants may, to protect themselves, insure themselves against their liabilities but this
is not obligatory. The extent of the insurance shall be up to the limit specified in second para
above. The Consultants shall procure the necessary cover before commencing the Services
and the cost of procuring such cover shall be borne by the Consultants up to a limit of one
percent of the total remuneration of the Consultants for the design phase for every year of
keeping such cover effective.

The Consultants shall, at the request of the Client, indemnify the Client against any or all
risks arising out of the furnishing of professional services by the Consultants to the Client, not
covered by the provisions contained in the first para above and exceeding the limits set forth
in second para above provided the actual cost of procuring such indemnity as well as costs
exceeding the limits set forth in fourth para above shall be borne by the Client.

3.5 Consultants' Actions Requiring Client's Prior Approval

The Consultants shall obtain the Client's prior approval in writing before taking any of the
following actions:

(a) appointing such Personnel as are listed in Appendix-C merely by title but not by
name;
(b) entering into a subcontract for the performance of any part of the Services, it being
understood (i) that the selection of Sub-consultants and the terms and conditions of
the sub-contract shall have been approved in writing by the Client prior to the
execution of the subcontract, and (ii) that the Consultants shall remain fully liable for the
performance of the Services by the Sub-consu Itants and its Personnel pursuant to this
Contract;
(c) any other action that may be specified in the Sc.

3.7 Reporting Obligations

The Consultants shall submit to the Client the reports and documents specified in Appendix B
in the form, numbers and within the periods set forth in the said Appendix.

3.8 Documents Prepared by the Consultants to be the Property of the Client

All plans, drawings, specifications, reports, and other documents and software prepared by
the Consultants in accordance with Sub-Clause 3.7 shall become and remain the property of
the Client, and the Consultants shall, not later than upon termination or expiration of this
Contract, deliver (if not already delivered) all such documents and software to the Client,
together with a detailed inventory thereof. The Consultants may retain a copy of such
documents and software.

Restriction(s) about the future use of these documents is specified in the sc.
3.9 Equipment and Materials Furnished by the Client

Equipment and materials made available to the Consultants by the Client, or purchased by the
Consultants with funds provided by the Client, shall be the property of the Client and shall be
marked accordingly. Upon termination or expiration of this Contract, the Consultants shall
make available to the Client an inventory of such equipment and materials and shall dispose
of such equipment and materials in accordance with the Client's instructions or afford salvage
value of the same. While in possession of such equipment and materials, the Consultants,
unless otherwise instructed by the Client in writing, shall insure them at the expense of the
Client in an amount equal to their full replacement value.

3.10 Accounting, Inspection and Auditing

The Consultants (i) shall keep accurate and systematic accounts and records in respect of the
Services hereunder, in accordance with internationally accepted accounting principles and in
such form and detail as will clearly identify all relevant time charges, and cost, and the basis
thereof, and (ii) shall permit the Client or its designated representatives periodically, and up to
one year from the expiration or termination of this Contract, to inspect the same and make
copies thereof as well as to have them audited by auditors appointed by the Client.

4. CONSULTANTS' PERSONNel AND SUBCONSULTANTS

4.1 General

The Consultants shall employ and provide such qualified and experienced Personnel and Sub-
consultants as are required to carry out the Services.

4.2 Description of Personnel

(a) The title, activities of job description and estimated period of engagement in the carrying
out of the Services of each of the Consultants' Personnel are described in Appendix C.

(b) Adjustment with respect to the estimated periods of engagement of various salary
grades of the Personnel set forth in Appendix C may be made by the Consultants in
accordance with the actual requirements of the Contract to ensure efficient
performance of the Services, provided that the aggregate of such adjustments shall
not cause payments under this Contract to exceed the ceilings set forth in Sub-Clause
6.1(a) of this Contract.

4.3 Approval of Personnel

The Key Personnel and Sub-consultants listed by title as well as by name in Appendix Care
deemed to be approved by the Client. In respect of other Key Personnel, which the
Consultants propose to use in carrying out of the Services, the Consultants shall submit to the
Client for review and approval a copy of their biographical data. If the Client does not object
in writing (stating the reasons for the objection) within fourteen (14) calendar days from the
date of receipt of such biographical data, such Key Personnel shall be deemed to have been
approved by the Client.

\8")
4.4 Working Hours, leave, Overtime, etc.

Working Hours for Key Personnel are set forth in Appendix-C hereto.

Except for the staff covered under reimbursable direct costs expenditure, the Consultants'
remuneration given in Appendix 0 and Appendix E shall be deemed to cover paid casual leave.
sick leave and earned leave. The Client will reimburse overtime payments to eligible Personnel
provided by the Consultants, in respect of support staff and work charged staff. Any taking
of leave by Personnel shall be subject to the prior approval by the Consultants who shall
ensure that absence for leave purposes will not delay the progress and adequate supervision
of the Services. Such leave taking of the Authorized Representative of the Consultants
at site, if any, shall be preceded by the Client informed in writing.

4.5 Removal and/or Replacement of Personnel

(a) Except as the Client may otherwise agree, no changes shall be made in the Key
Personnel. If, for any reason beyond the reasonable control of the Consultants, it
becomes necessary to replace any of the Key Personnel, the Consultants shall provide as
a replacement a person of equivalent or better qualifications.

(b) If the Client.Ii] finds that any of the Personnel has committed serious misconduct or
has been charged with having committed a criminal action; or (ii) has reasonable
cause to be dissatisfied with the performance of any of the Personnel, then the
Consultants shall, at the Client's written request specifying the grounds therefore,
provide as a replacement a person with qualifications and experience acceptable
to the Client.

(c) Any of the Personnel provided as a replacement under Sub-Clauses (a) and (b) above,
the rate of remuneration applicable to such person as well as any reimbursable
expenditures (including expenditures due to the number of eligible dependents) the
Consultants may wish to claim as a result of such replacement, shall be subject to the
prior written approval by the Client. Except as the Client may otherwise agree, (i) the
Consultants shall bear all additional travel and other costs arising out of or incidental
to any removal and/or replacement, and Oi) the remuneration to be paid for any of
the Personnel provided as a replacement shall not exceed the remuneration which
would have been payable to the Personnel replaced.

4.6 Resident Engineer

If required by the SC,the Consultants shall ensure that at all times during the Consultants'
performance of the Services, a Resident Engineer acceptable to the Client, shall take charge
of the performance of such Services
S. OBLIGATIONS OF THE CLIENT

5.1 Assistance, Coordination and Approvals

5.1.1 Assistance

The Client shall use its best efforts to ensure that the Client shall:

(a) provide at no cost to the Consultants, Sub-consultants and Personnel such documents
prepared by the Client or other consulting engineers appointed by the Client as shall
be necessary to enable the Consultants, Sub-consultants or Personnel to perform the
Services. The documents and the time within which such documents shall be made
available, are as specified in the SC;
(b) assist to obtain the existing data relevant to the carrying out of the Services, with
various Government and other organizations. Such items shall be returned by the
Consulta nts upon completion of the Services under this Contact;
(c) issue to officials, agents and representatives of the concerned organ izations, all such
instructions as may be necessary or appropriate for prompt and effective
implementation of the Services;
(d) provide to the Consultants, Sub-consultants, and Personnel any such other assistance
and exemptions as may be specified in the SC;
(e) assist to obtain permits which may be required for right-of-way, entry upon the lands
and properties for the purposes of this Contract.

5.1.2 Co-ordination

The Client shall:

(a) coordinate and get or expedite any necessary approval and clearances relating to the
work from any Government or Semi-Government Agency, Department or Authority,
and other concerned organization named in the sc.
(b) coordinate with any other consultants employed by him.

5.1.3 Approvals

The Client shall accord approval of the documents within such time as specified in the Sc,
whenever these are applied for by the Consultants.

5.2 Access to land

The Client warrants that the Consultants shall have, free of charge, unimpeded access to all
land of which access is required for the performance of the Services.
5.3 Change in the Applicable law

If, after the date of this Contract, there is any change in the Applicable law which increases
or decreases the cost of the Services rendered by the Consultants, then the remunerations
and direct costs otherwise payable to the Consultants under this Contract shall be increased
or decreased accordingly, and corresponding adjustment shall be made to the amounts
referred to in Sub-Clause 6.1 (a). Rate in the Appendix-E shall be revised in case of revision in
salary made in an organization due to statutory Notification. Such revised rate(s) shall be
applicable from the respective date(s) of implementation of such Notification by the
concerned organizations for which necessary proof shall be provided to the Client.

5.4 Services and Facilities

The Client shall make available to the Consultants, Sub-consultants and the Personnel, for
the purpose of the Services and free of any charge, the services, facilities and property
described in Appendix F at the times and in the manner specified in said Appendix F, provided
that if such services, facilities and property shall not be made available to the Consultants
as and when so specified, the Parties shall agree on; (il any time extension that it may be
appropriate to grant to the Consultants for the performance of the Services; (ii) the manner
in which the Consultants shall procure any such services, facilities and property from other
sources; and (iii) the additional payments, if any, to be made to the Consultants as a result
thereof pursuant to Sub-Clause 6.1(b) hereinafter.

5.5 Payments

In consideration of the Services performed by the Consultants under this Contract, the Client
shall make to the Consultants such payments and in such manner as is provided by Clause 6
_-
of this Contract.

5.6 Counterpart Personnel

(a) If so provided in Appendix-F hereto, the Client shall make available to the
Consultants, as and when provided in such Appendix-F. and free of charge, such
counterpart personnel to be selected by the Client, with the Consultants' advice, as
shall be specified in such Appendix-F. Counterpart personnel shall work under the
exclusive direction of the Consultants. If any member of the counterpart personnel
fails to perform adequately any work assigned to such member by the Consultants
which is consistent with the position occupied by such member, the Consultants may
request the replacement of such member, and the Client shall not unreasonably refuse
to act upon such request.

(b) If counterpart personnel are not provided by the Client to the Consultants as and
when specified in Appendix-F. the Client and the Consultants shall agree on; (il how
the affected part of the Services shall be carried out; and (iil the additional payments,
if any, to be made by the Client to the Consultants as a result thereof pursuant to Sub-
Clause 6.1(c) hereof.
6. PAYMENTS TO THE CONSULTANTS

6.1 Cost Estimates, Ceiling Amount

(a) An estimate of the cost of Services payable in foreign and local currencies is set forth in
Appendices 0 and E respectively. Except as may be otherwise agreed under Sub- Clause
2.5 and subject to Sub-Clause 6.1 (b), payments under this Contract shall not exceed the
ceilings in foreign currency in Appendix 0 and in local currency in Appendix E, excluding
adjustments made under Sub-Clause 6.2(a) of the Sc. The Consultants shall notify the
Client as soon as cumulative charges incurred for the Services have reached 80% of
either of these ceilings.

(b) Notwithstanding Sub-Clause G.l(a) hereof, if pursuant to any of the Sub-Clauses 5.3,
5.4 or 6.6 hereof, the Parties shall agree that additional payments in local and/or
foreign currency, as the case may be, shall be made to the Consultants in order to cover
any necessary additional expenditures relating to remuneration not envisaged in the
cost estimates referred to in Sub-Clause G.l(a) above, and the ceiling or ceilings, as the
case may be, set forth in Sub-Clause G.l(a) above shall be increased by the amount or
amounts, as the case may be, of any such additional payments.

(c) Notwithstanding Sub-Clause 6.1(b) hereof, if pursuant to any of the Sub-Clauses 5.3,
5.4 or 5.6 hereof, the Parties shall agree that additional payments in local and/or foreign
currency, as the case may be, shall be made to the Consultants in order to cover
any necessary additional expenditures relating to reimbursable direct cost not
envisaged in the cost estimates referred to in Sub-Clause 6.l(a) above, the ceiling or
ceilings, as the case may be, set forth in Sub-Clause 6.1(b) above shall be increased
by the amount or amounts, as the case may be, of any such additional payments.

6.2 Remuneration and Reimbursable Direct Costs (Non-salary Costs)

(a) Subject to the ceitings specified in Sub-Clause 6.l(a) hereof, the Client shall pay to the
Consultants; (il remuneration as set forth in Sub-Clause 6.2(b); and (ii) reimbursable
direct costs expenditure as set forth in Sub-Clause G.2(c). Remuneration shall be subject
to price adjustment as specified in the sc.

(b) Remuneration for the Personnel shall be determined on the basis of time actually
spent by such Personnel in the performance of the Services after the date determined
in accordance with Sub-Clause SC 2.3 (including time for necessary travel via the
most direct route) at the rates referred to, and subject to such additional provisions as
are set forth in the sc.

(b) Reimbursable direct costs (non-salary costs) actually and reasonably incurred by the
Consultants in the performance of the Services. The reimbursable direct costs expenditure
shall be for the items specified in the sc.
6.3 Currency of Payment

(a) Foreign currency payment shall be made in the currency or currencies specified as
foreign currency or currencies in Appendix D, and local currency payment shall be
made in Pakistani Rupees.

(b) The SC shall specify which items of remuneration and reimbursable expenditures
shall be paid, respectively, in foreign and in local currency.

6.4 Mode of Billing and Payment

Billing and payments in respect of the Services shall be made as follows:

(a) After signing the Contract agreement, Advance payment equal to ten (10) percent of the
Contract Price shall be made to the Consultants after the submission of Bank Guarantee
on the form given in Appendix-H. The Advance Payment will be set off by the client in
installments starting from the 5th invoice of the Consultants till 20tn invoice of the
Consultants.
The Bank Guarantee shall be in amount and in the currency of Advance payment
guarantee and will be for a period of up to the full adjustment of the Advance payment.
The bank guarantee will initially be arranged for one year which will subsequently be
extended for another year for the balance amount prior to one month of the expiry of
the guarantee.
Performance security will be charged as per codal formalities.

(b) As soon as practicable and preferably within thirty (30) days after the end of each

'. calendar month during the period of the Services, the Consultants shall submit to the
Client, in duplicate, itemized statements, accompanied by copies of receipted
invoices, vouchers and other appropriate supporting materials, of the amounts
payable pursuant to Sub-Clauses 6.3 and 6.4 for such month. Separate monthly
statements shall be submitted in respect of amounts payable in foreign currency and
in local currency. Monthly statement shall distinguish that portion of the total eligible
costs which pertains to remuneration from that portion which pertains to
reimbursable direct costs expenditure.
In case of a joint venture, separate monthly statements shall be submitted in respect
of amounts payable to each Member of the joint venture of the Consultants,
(c) The Client shall cause the payment of the Consultants' monthly statements within twenty-
eight (28) days for amounts in local currency and within fifty six (56) days for amounts
in foreign cu rrency after the receipt by the Client of such statements with supporting
documents. Only such portion of a monthly statement that is not
satisfactorily supported may be withheld from payment. Should any discrepancy be
found to exist between actual payment and costs authorized to be incurred by the
Consultants, the Client, after seeking clarification from the Consultants, may add or
subtract the difference from any subsequent payments.
(d) The final payment under this Clause shall be made only after the final report and a
final statement, identified as such, shall have been submitted by the Consultants and
approved as satisfactory by the Client. The Services shall be deemed completed and
finally accepted by the Client and the final report and final statement shall be deemed
approved by the Client as satisfactory ninety (90) calendar days after receipt of the
final report and final statement by the Client unless the Client, within such ninety (90)
days period, gives written notice to the Consultants specifying in detail deficiencies in
the Services, the final report or final statement. The Consultants shall thereupon
promptly make any necessary corrections, and upon completion of such corrections,
the foregoing process shall be repeated. Any amount which the Client has paid or
caused to be paid in accordance with this Clause in excess of the amounts actually
payable in accordance with the provisions of this Contract shall be reimbursed by the
Consultants to the Client within thirty (30) days after receipt by the Consultants of
notice thereof. Any such claim by the Client for reimbursement must be made within
fifty six (56) days after receipt by the Client of a final report and a final statement
approved by the Client in accordance with the above. The Client shall cause the final
payment to the Consultants within fifty six (56) days of receipt of final invoice from
the Consultants, after completion of Services finally accepted along with the final
report and statement of the Consultants by the Client.
(e) All payments under this Contract shall be made to the bank account of the
Consultants to be notified later
6.5 Delayed Payments

If the Client has delayed payments beyond the period stated in paragraph (c) of Sub-Clause
6.4, interest charges shall be paid to the Consulta nts for each day of delay at the rate specified
in the sc.

6.6 Additional Services

Additional Services means:

(a) Services as approved by the Client outside the Scope of Services described in
Appendix A;
(b) Services to be performed during the period extended pursuant to Sub-Clause 2.6,
beyond the original schedule time for completion of the Services; and
(c) any re-doing of any part of the Services as a resu It of client's instructions.

If, in the opinion of the Client, it is necessary to perform Additional Services during the
currency of the Contract for the purpose of the Project, the Consulta nts, with the prior written
authorization of the client, shall carry out such Additional Services on the basis of the
billing rates set out in the Contract. In case for any reasons these rates and prices are
determined by both the Parties to be not applicable for said Additional Services, then suitable
billing rates and the additional time, shall be agreed upon between the Client and the
ConsuItants.

6.7 Consultants' Entitlement to Suspend Services

If the Client fails to make the payment of any of the Consultants' invoice within twenty-eight
(28) days after the expiry of the time stated in paragraph (c) of Sub-Clause 6.4, within which
payment is to be made, the Consultants may after giving not less than twenty-eight (28) days'
prior notice to the Client, suspend the Services or reduce the rate of carrying out the Services,
unless and until the Consultants have received the payment.

This action will not prejudice the Consultants' entitlement to financing charges under Sub-
Clause 6.5.

7. FAIRNESS AND GOOD FAITH

7.1 Good Faith

The Parties undertake to act in good faith with respect to each other's rights under this
Contract and to adopt all reasonable measures to ensure the realization to the objectives
of this Contract.

7.2 Operation of the Contract

The Parties recognize that it is impractical in this Contract to provide for every contingency
which may arise during the life of the Contract, and the Parties hereby agree that it is their
intention that this Contract shall operate fairly as between them, and without detriment to
the interest of either of them, and that, if during the term of this Contract either Party believes
that this Contract is operating unfairly, the Parties will use their best efforts to agree on
such action as may be necessary to remove the cause or causes of such unfairness, but no
failure to agree on any action pursuant to this Sub-Clause shall give rise to a dispute
subject to arbitration in accordance with Clause 8 hereof.

8. SETTLEMENT OF DISPUTES

8.1 Amicable Settlement

The Parties shall use their best efforts to settle amicably all disputes arising out of or in
connection with this Contract or its interpretation.

8.2 Dispute Settlement

Any dispute between the Parties as to matters arising pursuant to this Contract which cannot
be settled amicably within thirty (30) days after receipt by one Party of the other Party's
request for such amicable settlement may be submitted by either Party for settlement in
accordance with the provisions of the Arbitration Act, 1940 (Act No. X of 1940) and Rules made
there-under and any statutory modifications thereto.

Services under the Contract shall, if reasonably possible, continue during the arbitration
proceedings and no payment due to or by the Client shall be withheld on account of such
proceedings.
9. INTEGRITY PACT

9.1 If the Consultant or any of his Sub-consultants, agents or serva nts is found to have violated or
involved in violation of the Integrity Pact Signed by the Consultant as Appendix-G to this
Form of Contract, then the Client shall be entitled to:

(al recover from the Consultant an amount equivalent to ten times the sum of any
commission, gratification, bribe, finder's fee or kickback given by the Consu Itant or any
of his Sub-consultant, agents or servants;

(b) terminate the Contract; and

(c) recover from the Consultant any loss or damage to the Client as a result of such
termination or of any other corrupt business practices of the Consultant Dr any of his
Sub-consultant, agents or servants.

On termination of the Contract under Sub-Para (b) of this Sub-Clause, the Consultant shall
proceed in accordance with Sub-Clause 2.9.3. Payment upon such termination shall be made
under Sub-Clause 2.9.4 (a) after having deducted the amounts due to the Client under Sub-
Para (a) and (c) ofthis Sub-Clause.
III. SPECIAL CONDITIONS OF CONTRACT

Clause No. Amendments of, and Supplements to, Clauses in the General Conditions of
ofGC Contract

1.1 Definitions

"Project" means "Feasibility Study, Detailed Design of New Small Dams" .

1.4 Notices

Any notices, request or consent may also be sent through e-mail.

1.6 Authorized Representatives

The Authorized Representatives are the following:

For the Client:


Chief Engineer
Irrigation Potohar Zone,
Rawal Dam Colony, Park Road,
Islamabad.
Telephone: 051-9255749
email: [email protected]

For the Consultants:


____________ (Name of Project Manager)
___________ (Project)
___________ (Address)

Telephone:
Facsimile : e-
mail

1.7 Taxes

[Note: To be included in this Clause as agreed with the Client.]

1.8 leader of Joint Venture

The leader of the Joint Venture is (name of the Member of the Joint
Venture).

[Note: If the Consultants do not consist of more than one entity, the Sub-Clause 1.8 should
be deleted.]
2.1 Effectiveness of Contract

The date on which this Contract shall come into effect is the date when the Contract is signed
by both the Parties.

2.2 Termination of Contract for Failure to Become Effective


Not Applicable
2.3 Commencement of Services

The Consultants shall commence the Services within fifteen (lS) days after the effective date
of Contract Agreement. Confirmation of Project team / Experts' availability to start the
Assignment shall be submitted to the Client in writing as a written statement signed by each
Project team member / Experts in original.
2.4 Expiration of Contract

The period of completion of Services shall be twenty-four (24) months from the
Commencement Date of the Services or such other period as the Parties may agree in writing
during inception phase.

"Completion of services means submission of Feasibility Study Reports (Draft and Final).
Final Detailed Design along with design calculations, construction Drawings, Cost Estimates,
PC-I, BOQ, setting of contractor's pre-qualification criteria, tender documents and
submission of Progress Report for the last month of the period as agreed in this Clause. All
these documents will be prepared for each of the of dams separately"

3.6 Consultants' Actions Requiring Client's Prior Approval


The Consultants shall require written approval from committing to any action under the following:
(a) hiring of buildings;
(b) sub-contracting for additional surveys and investigations, if required;
(c) procurement of office equipment, furniture etc., if required;
(d) procurement of vehicles;
(e) any change or addition to the Consultants personnel.
(f) Using provisional sum after following codal formalities.
The Client will respond to each request for approval within a maximum period of twenty-eight (28)
working days, otherwise it would be deemed to have been approved.

3.7 Reporting Obligations


Please refer to the Terms of reference wherein it is clearly mentioned that "the consultants are likely to
prepare reports as per schedule discussed. The consultant will prepare reports in English and provide
ten (lO) copies along with a soft copy 0/ key reports. Additional, reports may have to be prepared as
needed by authorities"
And following sentence is added at the end of this clause
Consultants will remain associated and render necessary assistance to the client for approval of PC-l at
all stages at all relevant forum i.e", DDSC,PDWP, CDWP etc.,

3.8 Documents Prepared by the Consultants to be the Property of the Client


The Client and the Consultants shall not use these documents for purposes unrelated to this
Contract without the prior written approval of the other Party.
4.6 Resident Engineer
The person designated as Project Manager/ Team leader in Appendix-C shall serve in that
capacity, as specific in the Clause GC 4.6.
5.1.1 Assistance

(a) The Client will make available to the Consultants all existing data and documentation,
reports, maps, study reports or any other information available with concerned Executive
Engineers which are needed by the consultants to carry out the tasks.
(b) Other assistance and exemptions to be provided by the Client are given in Appendix-F.

This list if warranted shall be supplemented subsequently, if required under the Contract.

5.1.2 Coordination

All concerned departments and agencies will coordinate with the Consultants during the
course of feasibility study and discharge of consultancy services.

5.1.3 Approvals

The Client shall accord approval of the docu ments immediately but not later than twenty-eight
(28) days from the date of their submission by the Consultants. If the approval has not been
accorded and intimated to the Consultants in the afore-noted period, the Consultant shall
inform the em plover, who shall respond in five days, at expiry of which the document shall be
deemed to have been approved.

6.2 Remuneration and Reimbursable Direct Costs (Non-Salary Costs)

6.2{a) Price adjustment not applicable.

6.2(b) The rates for local Personnel set forth in Appendix E, pursuant to Sub-Clause 6.2(a) hereof
shall be used for billing purposes.
It is understood that the remuneration rates shall cover salary and allowances as the
Consultants shall have agreed to pay to the Personnel as well as factors for social charges and
overhead based on the Consultants' average cost as represented by the financial statements
. of Consultants' latest three fiscal years and fee of the Consultants, agreed upon during
finalization of this Contract and evidenced by the attached form "Breakdown of Agreed
Fixed Rates in Consultants' Contract".

Remuneration for periods of less than one month shall be calculated on hourly basis for the
time spent by the Head Office staff or Project Office staff and directly attributable to the
Services (one hour being equivalent to 1/176 of a month) and on calendar day basis for time
spent by the Site Office staff (one day being equivalent to 1/30th of a month).

6.2(c) Reimbursable Direct Costs (Non Salary Costs)

The reimbursable direct cost and non-salary expenditure in local currency shall be as stated
in Appendix -E. Reimbursement should be supported by the evidence of payment such as
payment receipt in original (not the invoice) for liquidation of cost.
6.3 Currency of Payment

6.3(b) Remuneration for local personnel shall be paid in local currency.

Reimbursable direct cost expenditures in local currency shall be as stated in Appendix-E.

6.4 Mode of Billing and Payment

(a) Delete the clause GC 6.4 (a) and replace it with the following:
After signing the Contract agreement, Advance payment equal to ten (10) percent of the
Contract Price shall be made to the Consultants after the submission of Bank Guarantee
on the form given in Appendix-H. The Advance Payment will be set off by the client in
installments starting from the 5th invoice of the Consultants till 20th invoice of the
Consultants.
The Bank Guarantee shall be in amount and in the currency of Advance payment
guarantee and will be for a period of up to the full adjustment of the Advance payment.
The bank guarantee will initially be arranged for one year which will subsequently be
extended for another year for the balance amount prior to one month of the expiry of
the guarantee.

Following sentence is added at the end of this clause


a. If the consultants do not submit their deliverables as per approved work plan, then the
payment portion of relevant monthly statement may be withheld/deducted.
b. Consultants will remain associated and render necessary assistance to the client for
approval of PC-l at 011stages at all relevant forum i.e.., DOSe, PDWP, CDWP etc.,
c. The client may substitute ony part of scope of work/dam.

6.S Oelayed Payments

Not applicable
00

-c
c
1'0
VI
Q)
'i:
~
1'0
VI

.!:!
VI "0
1'0
.t:l (JJ~
.;;: <11
..c:
Q)
:;:;.u-
.... ..., c e-t
m ro .....
~
~
c c
Q)
..c :s: 0
Q) ....... OJ 0
E :J > ~
c
.....U o
.9:0
VI o
....u VI
ttl
Q)

E
Cl) ,!:(2
....c.... .s:
....
It)

c
o
u

'"....
c
Cl)
.!::
:J
VI
C Q) c
o .t:l
u -c
Q)
c VI
~ VI
a:: VI
~ ....
Q)

o ....
Q)

1'0
C. It)
u.. X Cl
..... a:: I.I.J
W -c
o Q)
,1:5
a u,
~ -c
Q)
....
VI

~ Q)
.t:l
~ E
.....o Q) VI

~
o
c
~
E (JJ
eo -
,_ ......
ro
....ttl ..c .....
u 0 N
~ VI
ttl Q)
.c ~
Q)
.... .... ,~
v
co
....o a
>-
Cl)
c.
....o
-c
Q)

....
Q)

Q(I
Cl)

Q)
>
Cl)
s:
Q) s::
~ :l: ,2
....
0 ......
It) ~ VI
s:
.... .t:l
c,
o
E
.... ~....
~ 1'0
c .!:!
o -c (JJ
u c
E
~a; rc
~ ::c z
Q) 1'0
s: ,!:!
Q) c..
S ~
IV APPENDICES
Appendix - A: Description of the Services

<,
TERMS of REFERENCE
TERMS OF REFERENCE OF CONSULTANCY SERVICES FOR PREPARATION
FEASIBILITY STUDY, DETAILED DESIGN OF NEW SMALL DAMS

1. Introduction

1.1 Water is a prime factor in all sectors of life and has a major contribution towards
survival of lively hood. For the development of urban agriculture sector, water is one
of the most important contributory factors and water is a major issue for sustainable
development. There is no scarcity of water resources in Pakistan but needs to be
conserved. The efficiency of each sector is towards declination due to the poor water
management techniques. Construction of small dams is a step toward revolution in
water sector development and to match water needs in the barani areas of the country.
The barani area is totally dependent upon the surface water tlows. and (0 conserve (his
auspicious resource there is need of development of small dams. In Rawalpindi city
area there is scarcity of water resources especially due to ground water pumpage.

1.2 The land of Potohar plateau is broken and uneven. The average runoff is about 1.88
MAF, whereas only 0.26 MAF( 14%) runoff has been tapped so far by 57 small to
medium dam projects. The balance run-off of 1.318 MAF (Approx.) still flows
towards sea unutilized. In Potohar area two third of the 101al annual rain precipitates
during the three monsoon months of summer i.e. July. August and September. while
the remaining nine months are nearly dry. Moreover, the delayed monsoon and erratic
winter rainfall which is a common feature makes the availability of water very
uncertain. On the other hand, the topography of the hilly areas with steep ground
slopes helps the rain water to form into numerous streams running at high velocities,
resulting in erosion of the fertile agricultural barani land. This drought cycle is
frequent. Consequently, the only solution is to build dams, to conserve the rain runoff
for agriculture and sustainable water supply for domestic water utilization.

1.3 Presently 57 No.small dams have been constructed and in operation under control of
Small Dams Organization, Islamabad, Irrigation Department, Punjab. These reservoirs
provide irrigation supplies beside drinking water supplies to the adjoining abadies
(cities I villages). The designed command area has not yet been fully developed due to
lack of resources with farmers in respect of costly inputs like land levelling,
construction of water courses and awareness about high value crops and its marketing.

1.4 Ground water in Potohar plateau, generally available along the natural streams, in
other areas ground water is not available even up to 300 feet depth, therefore. only
source of drinking water is mini to medium size reservoirs. The water needs of' rapidly
growing population of cities, towns & villages met through existing reservoirs. mini
ponds, ground water pumpage, which are also under threat in respect of' future
requirements.

1.5 Background: The Potohar region consists of four districts namely Rawalpindi.
Attock, Chakwal and Jhelum. Total Area of Potohar region is 5.55 million acres.
Presently cultivated area is 35-45 per cent. Population of Potohar is 10.007 million
(2017 census data). Rural Population is 70 per cent. Area equipped with irrigation
system is II per cent. Rainfall intensity during monsoon is 60-70 per cent. Total
runoff is 2.31 billion cubic meters (1.88 MAF). Total tapped water by existing Small
Dams is 14 per cent.
1.6 Total 57 No. dams have been completed, live storage capacity of constructed dams is
252,619 Aft with CCA 72,209 acres. There are 13 No. small dams projects are under
construction, after the completion of under construction project further gross storage
capacity of 153,717 AFT & 52,.600 acres ofCCA will be added.

1.7 There are 30 No. potential dam sites in 04 No. districts, from these potential dam sites
or any other site indicated from some further source will be taken up, after short
listing from potential dam sites, only 12 No. most feasible sites or more as per
requirements will be selected for further feasibility study & detailed design

1.8 Implementing Agencies and Nature of the Program: The Small Dams
Organization Islamabad (SDOI) with its administrative division Development
Division No. VI, Fateh.Jang (DD VI) through their technical support is the
implementing agency (lA's) for the project. The Project will be executed through an
existing setup of DO VI and through the consultation / input of SOOI, the other things
will coordinate among the lA's. The Consulting Firm (herein after called
'Consultants') selected under these Terms of Reference (TOR) shall carry out: (i)
development of criteria & short listing through ranking of most suitable sites (ii)
ascertain the need and extent for data collection, field investigations / surveys / studies
required for accomplishing assignment (iii) field data collection from the selected
dam sites and from various resources required for the preparation of feasibility study
report and detail design including recommendations/model for command area
development, EIA, resettlement plan (iv) analysis of collected data; (v) preparation of
design reports and suggestion / comparison regarding the various alternatives; (vi)
prepare Feasibility Reports, detailed designs and tender documents as per new
interventions; (vii) suggest the efficient water utilization and allocation of water
demand for future needs.

1.9 Project Location/Area: Potohar Plateau situated in north-east of Pakistan, forming


the northern part of Punjab. It is bounded on the east by the Jhelum River, on the west
by the Indus River, on the north by the Kala Chitta Range & Margalla Hills, and on
the south by the Salt Range. The Potohar Plateau lies from 32.5°N to 34.00N Latitude
and from about 72°E to 74°£ Longitude.

2. Objectives of Consulting Services

2. J Presently, 14% of total run-off generated in Potohar region is stored in the already
constructed 57 No. small dams. 30 additional dam sites are identified in Potohar area
for further feasibility and detailed design, 12 No. sites will be shortlisted through
ranking criteria and taken-up for detailed feasibility & design.

2.2 The main objective of the proposed consultancy services is to support implementing
agency erA's) in preparing feasibility studies of 12 no. storage dam sites including
detailed design of all components of storage dams, design of command area
development project preparation studies, engineering, economic, environment. social
studies, resettlement plan, trainings and activities needed to develop sustainable water
resources in Potohar area.

(qq)
3 Scope of Work

Phasing of Assignment

3.1. The assignment of Consulting Service's is divided into three phases (single contract):
(I) Assignment A is short listing of most suitable dam sites through multi criteria
ranking system for feasibility study, detailed design and preparation of other related
document mentioned in TOR.
(2) Assignment B ascertain the needs/scope of field data collection, supervision of
geotechnical investigations, topographic surveys and material testing. collection of
all other requisite field data, analysis / review of collected all type of data identified I
required for the completion of feasibility reports of storage dams.
(3) Assignment C will be divided in three batches.
Cl: On the basis of collected field data, its analysis / review, detailed
deliberations& consideration of different alternatives, preparation of complete
Feasibility Studies of short-listed dam sites will be prepared. Consultants shall submit
the prepared feasibility studies including recommending/design tor command area
development for approval by the competent Authority and then after proceed to the
next batch.
C2: Detailed design / drawings of atl component structures of the project
shall be prepared by consultants in respect of approved feasible sites as determined in
batch C1 and shall be submitted along with detailed calculations for approval by the
competent authorities. All observations in this regard shall be diligently addressed by
the consultants ti 11 approval by the competent authorities.
C3: On the basis of approved detailed designs of only feasible sites,
prepare detailed estimates / PC-I's for these projects along with BOQ's and tender
documents. Preparation of qualification criteria of contractors for their bid evaluation
and draft for Section 4 under Land Acquisition Act along with its all pre-requisites
shall also be included in this batch or any other task of similar nature assigned by the
Engineer In-charge.
3.2 Time for completion of assignment A, B& C wi II be over the period of 24 months in a
single contract. The single contract for assignments A, B &C would be financed from
Annual Development Program (ADP) Punjab as per allocated funds.

Description of Assignment - A

3.3 The services under Assignment-A will include short listing of 12 most suitable darn
sites amongst identified dam sites by SDOI, but not limited to it. 30 No. potential dam
sites are already identified which the consultants may also examine.
3.4 The activities and the scope of work for the Assignment - A will include, but not
limited to the following:
(i) Development and finalization of criteria with consensus of SDOI staff
regarding short listing of at least 12 most suitable dams sites. The criteria will
be on multiple ranking base systems.
(ii) Review of any available data of potential dam sites data collected by SOOt.
(iii) Site visits by team of experts of consultants to carry out reconnaissance
survey, preliminary data collection.
(iv) Analysis of reliable data to support decision for development for short listing
of potential dam sites.

\1&))
(v) Finalization of ranking of 30 No. potential dam sites, selection of 12 No. most
suitable dam sites and obtaining approval from competent forum of SDOI for
further studies.
Description of Assignment - B

3.5 The services under Assignment-B will include:


(i) Ascertain needs/scope of field data collection required for finalization of
feasibility study of each dam site duly considering all aspects including but not
limited to GIS / topographical, geotechnical, hydrological, geological, social,
environmental& resettlement, seismic, materials testing and structural data
agriculture development potential etc.
(ii) Collection, analysis and supervision of all type of data collection including
quantity and quality assurance of all type of data ascertained for preparation of
technical & economic feasibility report, detailed design and project
preparation .The consultant shall determine the extent of topographic survey
and geological investigation requ ired and intimate the department and will
also supervise topographic survey ,engineering Chakbandi for command.
geotechnical investigations and material testing data to be carried out by
independent agency who will be paid after certification by the consultants.
Consultants shall be responsible to assure the correctness and completion of
topographic survey and geological investigation to their entire satisfaction for
development of reliable databank for subsequent use in feasibility studies.
Collection of all type of secondary data from meteorological and other
relevant departments required for completion of assignments shall also be the
assignment of consultants.

(iii) Sedimentation data collection either from departments or sample collection


and estimation of si It entry in the reservoir.
(iv) Delineation of catchment area of short-listed dam sites by GIS
(v) Review/collection of metrological data for hydrological studies.
(vi) Analysis / review of collected all type of data identified / required for the
completion of feasibility reports, detailed design and preparation of projects of
storage dams and their command area development. Consultants should
explore the ideas of new model/techniques affecting to use to pressurized
Irrigation conveyance system through hydrants and methods with reference to
longevity ,abrasion, chemical and physical properties .visco-elasticity .leak
free joints ,durability and flexibility and easiness in laying and handling.

Description of Assignment - C
3.6 The activities and the scope of work for the Assignment - C will include, but not
limited to the following:
(i) To carry out comprehensive review of already collected data for all selected
dam sites and developing the best alternatives on the basis of data collected.
(ii) Ascertain need and extent for further field investigations / surveys / studies
required for accomplishing the assignment, social and environmental impact
assessment, command area development design/ model, resettlement plan,
details of program for studies and report findings / recommendations to the
client.
(iii) Carry out field supervisions and needs of further geological investigations,
including camping at site etc. necessary for the completion of task. The

() )
geological investigation includes sub surface exploration through straight
rotary drilling rigs in over burden and rocky strata. Performing water pressure
tests, SPT, logging of bore holes, RQD, lugeaon value, core recovery details,
and preservation of core and preparation of selected samples of recovered core
for laboratory testing but not limited to this.
(iv) To ascertain the needs of further field tests and construction material testing
from approved lab required for geological, designing purpose and compilation
of social/environmental and resettlement plans.
(v) Review of all related available studies. reports and publications particularly of
all the feasibility/ technical studies of different water storage and irrigation
schemes and their command area development related to the region and/ or
globally.
(vi) Preparation of geological reports on the basis of subsurface geological
investigations, geological maps, geological x-section, foundation analysis,
grouting plan etc. for all short-listed dam sites
(vii) Carryout hydrological studies including catchment area characteristics, water
availability studies, sediment inflow study, reservoir operation studies, water
availability / needs, frequency analysis, peak discharge, flood studies, flood
routing, flood estimation, water demand and water requirement analysis and
mathematical modelling studies (HEC-HMS) etc. for all short-listed dam sites
(viii) Seismic risk evaluation to determine seismic design parameters for various project
components.
(ix) Study of the present downstream water rights I uses and study the potential of
water supply to nearby areas.
(x) Carrying out irrigation network system design/layout i/c canals. minors
watercourses, Chakbandi plans covering all technical aspects hydraulic&
.::
structural for better command area irrigation/management. Consultants shall
prepare command area maps indicating area which can be irrigated through
gravity from the designed canal system.
(xi) Carrying out agronomy studies of command area with respect to soil & crops etc.
will special focus of cropping pattern.
(xii) Carrying out study and prepare plans for command area management duly
considering modem techniques including sprinkler, drip irrigation system de 1'01'
efficient irrigation but not limited to this for each selected dam.
(xiii) Analyse the possibility of installation of High Efficiency irrigation systems
(HErS) in command area of selected dam sites in conjunction with gravity
irrigation, construction of community water courses, LASER Land levelling,
development of dug wells, lining of tube well water courses, construction of water
storage tanks and prepare plans for implementation.
(xiv) Carrying out requisite studies to prepare best possible cropping pattern of high
value crops. The consultants will propose the plan of marketing of high value
crops as well as other crops. .
(xv) Carrying out hydraulic design covering all parameters laspects related to main
dam/embankment, saddle bunds (if any), spillway, outlet structures, low levels
outlets, water supply system (irrigation & domestic), diversion channel etc.
(xvi) Carryout structural design covering all parameters /aspects related to main
dam/embankment, saddle bunds (if any), spillway, outlet structures, low levels
outlets, water supply system (irrigation & domestic). diversion channel etc.
(xvii) Carryout reservoir operation studies with respect to inflow (standard dry year),
evaporation, crop water requirement. water loss etc.
"

(xviii) Determine and study various alternatives and identification of the most suitable
alternate with due consideration to technical, geological, ecological and
environmental aspects.
(xix) Carry out social assessment studies of the project and prepare a resettlement plan
RP according to the GOP policies. Prepare alternatives to minimize resettlement
and displacement, prior to project start. Describe method of valuation used for
affected structures, land, trees, and other assets; and prepare entitlement matrix;
describe grievance redress procedures, for registering complaints. mechanisms for
appeal, and process for approaching the civil courts;
(xx) Prepare draft feasibility report of the project including detailed EIA report as
required under Government regulations, financial analysis, sensitivity analysis. to
work out the benefits available from project, Preparation of resettlement plan of
complete project site, the report would be submitted to client for finalization of
suitable option. The feasibility reports would also include technical/engineering
studies, hydraulic, hydrologic, structural. institutional. and economical analysis.
environmental and social impact assessments (resettlement cost and impacts) and
management plans. Specific conclusions I recommendations about the best
alternate shall be essential part of the report.
(xxi) The Consultant will gather necessary data and information and prepare all the
environment related documents for all works to be implemented under the project
that may be necessary for getting location. construction and other permits and
approvals of Punjab Environmental Protection Agency (Punjab L.P;\) for
construction works.
(xxii) Preparation of land acquisition documents as per Land acquisition Act 1894 as per
relevant sections of act as per record of Revenue Department. Consultants shall
provide the khasralkilla wise detail of land required to be acquired for each
component and the project along with copies of Ask-Shajra duly supported by
revenue record.
(xxiii) The consultants would determine possible, short and long term and during
construction, impact of the project. The consultant will help to operationalize the
finding of the EA's and EIA's and implementation of Environment Management
Plan (EMP) plans for any adverse impact of the construction activities and
operation of the project may have on the environment.
(xxiv) The draft feasibility report will be submitted to the client fix review and
comments.
(xxv) After clearance of the draft feasibility report and EIA report, submit the final
version of the reports. The consultants shall be bound to modify / upgrade the
feasibility report to incorporate the justified observations of client till final
approval of feasibility reports from competent forum.
(xxvi) Approval of final feasibility reports from the forum as directed by client.
(xxvii) Carry out detail design of all components of feasible dam sites (12) and prepare
detailed structural, hydraulic designs and detail construction draw ings of all
components of storage dam projects of which final feasibility reports have been
approved from the competent forum. Along with the detail design / drawings. the
consultants shall be bound to submit detailed calculations also for review by the
client / approval by the competent authority.
(xxviii)Preparation of detailed engineer cost estimates based on approved drawings by
Competent Authority.
(xxix) Consultants shall prepare the rate analysis of all non-scheduled items as per
procedure and criteria of Finance Department Government of the Punjab
(xxx) Preparation of technical specification manuals.
(xxxi) Preparation of bidding documents, including institutional and implementation
arrangements, this also includes among others:
a. prepare the detailed design, construction drawings, bills of quantities (BOQ).
technical specifications and tender documents for all aspects of the work:
b. preparing time bound implementation work plan and prepare bidding
documents keeping in view grouping of sub projects in order to procure on the
basis of PPRA rules;
(xxxii) Development of criteria of contractor qualification forbid evaluation etc.
(xxxiii)AII the documents be provided to the client in shape of hard copies & soft copies
(editable format)
(xxxiv)Preparation of PC-I as per requirements of SDOI, preparation of presentation for
PDWP or CDWP, assist SDOI for getting approval from competent forum of PC-
I.
3.7 Role Of Consultants in Field Data Collection
The consultants will supervise the entire work of data collection being outsourced.
Further, they will ensure the correctness and authenticity of gathered data to their entire
satisfaction. To achieve this end, the consultants shall carry out the following activities:
3.7.1 Need Assessment
The Consultants shall ascertain the need and define the extent of topographical survey.
geological investigation and any other tests and data requ ired. Client may can substitute
any part or scope of work
3.7.2 Quality Assurance
The consultants shall supervise the work of data collection and wi II ensure the correctness
quality, quantity and authenticity of work as per scope and technical specifications.
3.7.3 Certification
The consultant shall certify the correctness and authenticity of gathered data i.e ..
topographic survey and geotechnical investigation for further use in detailed design and
drawings of all the components of the dam as these investigations will become base of
their design and drawings. Moreover, the consultants shall also certify the work done
along with its quality before releasing the payments to the contactor.
Appendix - B: Reporting Requirements
REPORTING REQUIREMENTS
The consultants are likely to prepare reports as per schedule discussed hereunder. The
consultant will prepare reports in English and provide ten (10) copies along with a
soft copy of the key reports to the (A's. Additional, reports may have to be prepared
as needed by the project authorities, based on needs.
~
Assignment A,B,C Months from Start of the
Assignments of A / estimated
duration to complete
I. Inception report Three weeks after award

2. Development of criteria of short listing of potential dam Two Months


site on ranking base and report. I
3. Field data collection supervision: (i) detail sub surface within 10 months for all short- I
geological investigation; (ii) detailed topographic surveys; listed dam sites I
(iii) material testing; carrying out construction material
survey, collection of all type of data (v) time bound I
implementation work plan etc.
4 Land Acquisition documents as per Land acquisition Act within 12 months for all short-
1894 of the relevant sections including all supporting listed dam sites
documents from revenue department i.e khasralkilla wise
detail of land required to be acquired for each component
and the project along with copies of Ask-Shajra duly
supported by revenue record. r

I
5. Feasibility reports (draft and final) of different alternative within 16 months for all short-
of project including, surface / subsurface geological listed dam sites
investigation, hydrological/sedimentation study report,
hydraulic & structural design report, agronomy, reservoir
operation study, command area development design report ,
duly supported by contour map of command area in colours i
indicating CCA to be irrigated through gravity from ,
i

designed canal system and Chakbandi of each proposal !


,draft EIA cost estimates, water supply system (irrigation &
domestic) economic and financial, environmental and social
analysis, implementation plan etc. Environment and
Social/Resettlement Reports, drawings etc.
6.Detailed design Reports consisting of reports describing within 22 months
the different aspect of project of different alternatives for
implementation. Detailed designs and construction
drawings. Bidding documents for all civil works, hydraulic
and mechanical equipment, BOQs, tender cost estimates
and technical specification of the project.
7. Preparation of tender documents, BOQs, Contractor's within 24 months after award
qualification criteria, Monthly progress reports & monthly I
presentation. Reports for EMP, social action plan,
resettlement plan (land acquisition) and work plans etc. i
..
r-----.--------------------,-.---- -- _._
..
-_ --_._-
.
(progress, draft and final reports)
8. Monthly progress reports & monthly presentation. Periodically after I st day of the :
I SI month to Whday of month J

[(7)
Appendix - C: Key Personnel and Sub-consultants

.~
STAFFING REQUIREMENTS
The consultants are encouraged to use the expertise available in Pakistan to the extent
possible. The consultants are free to propose a stafling plan and skill mix necessary to
meet the objectives and scope of services. If all the required skills are not available
within the consulting firms, they are encouraged to make joint ventures with other firms
as per PEC guidelines. Following is an indicative list skill required for carrying out the
assignment:

General/
Sr. overall Job sQecific cXQerience
Position Oualifica tion
# {Years}

Task AI
1. Project Manager/Team Graduate Civil 25 15
Leader /[ Key StaffJ Engineer. Preference (Multi-sectoral Water Resources
will be given to Project)
Master's Degree or
PhD in Water
Resources/Hydraulic
Engineering.

----------- ~--

2. Principal Hydrologist. Degree in Civil 15 10


[Key Staff] /Agri Engineering. (Professional experience Hydrologic
Preference will be studies on major streams.)
given to Master's
Degree in Civil /
Agri Engineering
with a major in
hydrology.
--------.-- ..- ,- ..' ----~---.
3. Principal Hydraulic Graduate Civil 15 10
Structure Specialist Engineer. Master's (Specific experience in design of
IEngineer Degree or PhD in hydraulic structures)
[Key Staff] Water
Resources/Hydraulic
Engineering-
~referable.
4. Principle Engineer. (Dam Degree in Civil 15 10
Design I Structural Engineering and (Professional experience in
Engineer) preferably have an structural design of the hydraulic
[Key Staff] add itional Master's aspects of civil works related to
Degree in Civil dams' systems. head-works, bridges
Engineering. and other hydraul ic structures on
streams in Pakistan/Region)

I Team should be complimented with adequate number support staff such as: Quantity Surveyors/Costing
Engineers, Surveyors, Autor? AD Technicians, Junior/Field l.ngineers. Patwari. Computer Operator. Nai h
Qasid ! Driver etc.
5. Senior Structural Degree in Civil 15 10
~ (Professional experience in
Engineer) Engineering and
[Key Staff) preferably have an structural design of the hydraulic
additional Master's aspects of civil works structures on
Degree in Civil streams in Pakistan/Region)
Engineering.
6. Senior Geotechnical Degree in Civil 15 10
Engineer /Senior Engineering. An (Professional experience related to
Geologist additional Master's sub-surface investigation for
[Key St~fI] Degree hydraulic structures on or adjacent
in Civil Engineering to major streams in the Indus Basin)
with a major in soil
mechanics and
foundations is
preferable or Master
Degree in geologJl -"'-----. ..~------~--. - "' ... ---

7. Seismologist Master Degree in 15 7


[Key St~ff] geology or (Professi ona I ex pcriencc rc Iatcd to
geophysics seismic studies especially related to
dams etc.)
8. Junior Geotechnical Degree in Civil 10 3
Engineer IJunior Engineering (Professional experience related to
Geologist or Master Degree in sub-surface investigation for
!
[Key Stqff] geology hydraulic structures on or adjacent
to major streams in the Indus Basin}
9. Economist / Financial Master's degree in 15 7
Specialist Economics or professional experience in costing
Project Economics. and analyzing the economics of

10. Agricultural Agronomist Master's Degree in 10 5


[Key Staff] Agricultural with (Specific experience in Agronomy /
specialization in High Efficiency Irrigation System
Agronomy and Management)
water management ._-_------ ...-------~--. ~- . - --- _- ._ ..
11. Public Health Degree in Civil 15 7
Engineering Specialist Engineering. (Professional experience in public
(s) Preference wi II be health engineering preferably in
given to Master's water supply schemes design
Degree in Civil &operation)
Engineering with a
major in public
health engineering.
12.Environmental Master's degree or 15 7
/Sociologist/Resettlement PhD in (Professional experience in
specialist [Key Staill Environment, social environment, social organizations.
SCiences, and preparation of resettlement
engineering, Action Plan, Environmental impact
management or Assessment (EtA "s) documents with
agricultural hands-on experience of major
sciences. irrigation investment projects)

5
13.Agricultutal Engineer Master Degree in 10 Specific experience in on-form
Water management Agricultural water management particularly high
Specialist Engineering with efficiency Irrigation system and
specialization in watercourse designing.
irrigation/water
management.

14.Horticulturist Master Degree in 10 7


agriculture with Specific experience in horticulture
specialization in development under high efficiency
horticulture. irrigation system

15.Junior Engineer BSc in Civil 3 3


Engineering and Experience on development projects
registered with PEe and one Junior engineer will be
fresh.

16.Contract / At least a Degree in 10 5


Procurement Specialist Civil Engineering or (Professional experience in
[Key Staff] equivalent. preparing procurement documents
of civil works and other engineering
works under donor agenc ies
guidelines)
17.GIS Specialist Degree in GIS & 10 5
remote sensing. (Professional experience in GIS,
remote sensing operations)

Indicative Job Description and Qualifications of Consultants' Key Staff required for
Com pletion of Feasibility Study Reports.
Project Manager/Team Leader: The Project Manager/Team Leader will be a graduate Civil
Engineer. A Master's degree or PhD in Water Resources/Hydraulic Engineering is preferable
and would be scored higher, and have at least twenty- five years' experience in design of
major water control structures on major rivers in developing countries and a minimum of
fifteen years experience job specific or as the team leader for similar design undertakings. His
duties will include but not limited to the following:

(i) Review all relevant documents previously prepared on the Potohar region:
(ii) Assume overall responsibility for management and supervision of the team for
data collection / preparing inventory, identifying the needs, ranking and grouping
to form projects, preparing feasibility reports for construction of water storage
dam along their water supply systems, detailed design &tender documents and
timely consultation on design considerations with IA 's;
(iii) Provide technical support and guidance in all aspects of [he design effort including
hydrology, flood routing, physical and mathematical hydraulic modelling,
hydraulic design, sediment studies, mechanical considerations, environmental and
resettlement plan etc;
(iv) Coordinate and supervise the preparation of tender documents for project;
(v) Take overall responsibility for preparation of the feasibility study and after the
finalization offeasibility study report till the start of the project;
(vi) Monitor the progress of capacity bui lding, ensuring IA's staff, benefit from
technology transfer;
(vii) Report on a regular basis on studies being under taken, design and/or tendering
progress to lA's;
Principal Hydrologist: The Principal Hydrologist will have a degree in Civi II Agri
Engineering. Preference will be given to Master's Degree in Civil/Agri Engineering with a
major in hydrology and a minimum of 15 years professional experience, including a
minimum of 10 years in hydrologic studies on major streams in the Indus Basin. Total period
of hiring is 20 months, hiring will be intermittent basis during 24 months. His duties will
include but not limited to the following:
(i) Take the leadership in collecting and organizing all hydrological data and records
required for updating the flood frequency analysis of the selected streams;
(ii) Delineate the catchment area of each dam site
(iii) Determinate catchment area characteristics
(iv) Determinate water availability, flood frequency, peak Hood discharges etc
(v) Using all available data, simulations and comparisons with like situations in other
river basins, update and/or prepare a detailed and refined flood frequency analysis
at the streams and comprehensive hydrographs of flood events for all return
frequencies required by the principal hydraulic engineer and both the physical and
mathematical modellers; and
(vi) Carryout mathematical modeller in assessing water levels upstream, downstream
and at the site corresponding to floods of various return intervals.
Principal Hydraulic Structure Specialist / Engineer: The Principal Hydraul ic Structure
Specialist / Engineer will be a graduate Civil Engineer. A masters degree or PhD in Water
Resources/Hydraulic Engineering is preferable and would be scored higher and have at least
15 years of professional experience in design of civil works for major hydraulic structures
and a minimum of 10 years specific experience in design/rehabilitation of barrages/head-
works and canal head regulators. Total period of hiring is 18 months, hiring will be
intermittent basis during 24 months. His duties will include but not limited to the following:
(i) Organize and supervise topographic surveys and any other investigations required
to provide necessary input data for both physical and mathematical modelling
exercises and design preparation proper;
(ii) Supervision of follow-up physical model tests to ensure reliable output:
(iii) Coordinate and supervise the work and develop a mathematical model of the small
dams to predict likely water levels at all critical points and flows at the locations
of dams;
(iv) Use both physical and mathematical modelling results to refine both design
proposals and operating rules;
(v) Analyze hydraulic design options dam body, intake structure, spillway and
downstream scour protection with a view to cost effective project including but
not limited to hydraulic optimization of intake structure, spillway parameters and
ensuring adequate sediment transport during flushing operations employing the
protection works;
(vi) Coordinate and supervise detailed design of all hydraulic aspects of the sub
projects including preparation of relevant construction drawings and specifications
as well as contributing as required to the preparation of the final tender
documents;
Principle Engineer (Dam Design I Structural Engineer): The Senior Engineer (Dam
Design / Structural Engineer) shall have a degree in Civil Engineering and have a minimum
of 15 years of professional experience. A minimum of 10 years of that experience will have
been in the structural design of head-works, bridges and other hydraulic structures on streams
in Pakistani Potohar Region. Total period of hiring is 18 months. hiring will be intermittent
basis during 24 months. His duties will include but not limited to the following:

(i) Organize and undertake a critical examination targeted to establishing the overall
structural and geotechnical (foundation) integrity of the small dams confirming
remedial works earlier recommended and identifying additional needs if any;
(ii) Organize, supervise and carry-out any additional investigations deemed necessary
for structural aspects of all features to be included in the design;
(iii) Analyze structural design options for dams, spillways, intake chambers, water
supply channel related works with a view to carry out cost-effective but
sustainable construction;
(iv) Coordinate, supervise and undertake preparation of detailed structural design, bills
of quantities and technical specifications for the hydraulic structures as well as
any other components identified requiring structural input and treatment and
contribute as required to preparation of the final tender documents of sub-projects:
Senior Structural Engineer: The Senior Structural Engineer shall have a degree in Civil
Engineering and have a minimum of 15 years of professional experience. A minimum of 10
years of that experience will have been in the structural design of hydraulic structures on
streams in Pakistan/Potohar Region. Total period of hiring is 16 months. hiring will be
intermittent basis during 24 months. His duties will include but not limited to the following:

(i) Design structural components for large-scale projects including analyzing survey
reports, topographical maps, zoning restrictions and client requirements to ensure
specifications meet project goals
(ii) Perform structural design and analysis calculations using governing codes and
standards, engineering formulas, skills, and experience.
(iii) Make calculations about pressures, loads and stresses.
(iv) Consider the strength of construction materials and select appropriately.
(v) Provide technical advice on safe designs and construction.
(vi) Analyze configurations of the basic components of a structure.
(vii) Inspect properties to evaluate the conditions and foundations.
(viii) Use computer aided design technology for simulation purposes.

\1(3)
(ix) Analyze structural design options for, dams, spillways, intake chambers, water
supply channel related works with a view to carry out cost-effective hut
sustainable construction;
(x) Supervise and undertake preparation of detailed structural design. bills of
quantities and technical specifications for the hydraulic structures as well as any
other components identified requiring structural input and treatment and
contribute as required to preparation of the final tender documents of sub-projects;
Senior Geotechnical Engineer / Senior Geologist: The Senior Geotechnical Engineer /
Senior Geologist will be a graduate Civil Engineer or Masters in Geology. A Master's degree
in Civil Engineering with a major in soil mechanics and foundations is preferable and would
be scored higher and a minimum of 15 years professional experience including at least J 0 of
which were related to sub-surface investigation for hydraulic structures on or adjacent to
major streams in the Indus Basin. Total period of hiring is 20 months and hiring will be
intermittent basis during 24 months. His duties will include but not limited to the following:
(i) To select the best suitable site between the different alternative;
(ii) Monitor the subsurface geological investigation and provide necessary guidance
in field data collection;
(iii) Carry out (organize and oversee) a comprehensive review of foundation
conditions at each of the existing features and ensure conditions arc Stich to ensure
the long-term integrity water storage structure;
(iv) Identify any remedial foundation stabilization work to be included in the package
of works for the construction of water storage structure;
(v) Formulate plans for and carry out detailed foundation investigations for each of
the new works;
(vi) Supervise the work of the sub-contracted drilling, sampling and testing services to
ensure compliance with best geotechnical practice;
(vii) Subsequent to the required sub-surface investigations and required laboratory
testing, work with the Senior Structural Engineer in preparing detailed designs and
specifications for the foundation treatment/features of the new small dams works
and any identified remedial work if required;
(viii) Assist in the preparation of the tender documents as required;
Junior Geotechnical Engineer / Junior Geologist: The Junior Geotechnical Engineer I
Junior Geologist will be a graduate Civil Engineer or Masters in Geology. A Master's degree
in Civil Engineering with a major in soil mechanics and foundations is preferable and would
be scored higher and a minimum of 10 years professional experience including at 3 years of
which were related to sub-surface investigation for hydraulic structures on or adjacent to
major streams in the Indus Basin. His duties will include to assist the Senior Geotechnical
Engineer / Senior Geologist in each activity and assignment carried out. Total period of
hiring is 20 months, hiring will be intermittent basis during 24 months.
Economist/Financial Specialist: The Economist/Financial Specialist will have a Master's
degree in Finance or Project Economics and at least 15 years relevant professional experience
in costing and analyzing the economics of major irrigation investment projects. Total period
of hiring is 12 months and hiring will be intermittent basis during 24 months. His duties will
include but not limited to the following:
(i) Using input from various specialists on the team Develop detailed feasibility level
cost estimate for different alternatives using different analysis techniques ensuring
that all input and output can be used by government agencies in appraisal and by
the Government of Punjab in PCI preparation;
(ii) From the detailed cost tables, identify all costs directly related to generating
"with-project" benefits;
(iii) Working with the costing engineer, identify and quantify the estimated benefits
resulting from the investments including the benefits associated with reduced risk
of infrastructure failure and the associated interruptions in domestic water supply
as well as raw water and treated water supply to the city area. within the relevant
effective water supplies to city area and effect of population with improved. more
efficient, dependable and equitable delivery of water;
(iv) Undertake detailed economic analysis of the project for Economic Analysis
ensuring that it meets the viability requirements of both donor agencies and the
Government of Punjab;

Public Health Engineering Specialist Engineer: The" Public Health Specialist Engineer will
be a graduate Civil Engineer. A Master's degree or PhD in Public Health Engineering is
preferable and would be scored higher and have at least 15 years of professional experience
in design of civil works for major water supply systems and a minimum of seven years
specific experience in design/rehabilitation of city / town water supply schemes, water
treatment plant and storage tanks. Total period of hiring is 10 months, hiring will be
intermittent basis during 24 months. His duties will include but not limited to the following:
(i) Characterize the raw water of source of the Water System's raw water supply;
(ii) Utilize the source raw water sampling and analysis records available from the
water storage reservoir;
(iii) Based on the raw water characterization, determine raw water quality
conformance to the World and national standards;
(iv) Identify parameters that may impact treatment of the water and influence
operation of the system;
(v) Evaluate potential for formation of trihalomethanes (THM's) based on levels of
organic precursors in the raw water;
(vi) Determine the potential for formation of other disinfection by-products;
(vii) Identify any emerging issues that may impact the water source;
(viii) Identify treatment options that may be necessary to assure conformance to the
International and National standards;
(ix) prepare a description of the Water System including works for the collection.
production, treatment, storage and/or delivery of potable water;
(x) The description of works shall also include a schematic process flow diagram of
the Water System with process units and equipment identified as well as points of
connection to the distribution system;
(xi) The assessment of the physical works shall include a review of all on-line
instrumentation in regards to their installation and operation;
(xii) Provide a brief review of operations, including documenting number of
employees, level of certification of employees and the number of hours on
average each employee spends on operating Water System;
(xiii) Review cross connection control and backflow prevention programs.
flushing/swabbing programs and any start-up and shutdown protocols, where
applicable and make recommendations for improvements that may be required to
mitigate against the potential for microbiological, chemical and physical
contamination of the drinking water;
(xiv) Make recommendations as necessary for operational and physical improvements
that should be implemented to mitigate against the potential for contamination:

\ ftf)
(xv) Review exisung Water System with particular attention to works necessary to
ensure the robustness of the system utilizing the multiple barrier concepts and
capacities with respect to needs;
(xvi) Make recommendations as necessary for operational and physical improvements
that should be implemented to achieve compliance with regulations;
Environmental ISociologist/Resettlement specialist: The Environmental I sociologist I
resettlement Specialist will have a Master's degree or PhD in Environmental Science
Isociology with at least 15years experience in conducting environmental
screening/assessment and in social organizations and preparation of resettlement Action Plan,
Environmental Impact Assessment (EIA's) documents of major water resources projects in
accordance with GoP and WB's Environmental Guidelines. Total period of hiring is 20
months, hiring will be intermittent basis during 24 months. His duties will include but not
limited to the following:
(i) Review all relevant documents including those prepared previously. particularly
relating to the environmental and social aspects;
(ii) Work with lAs to prepare/update a cost-effective environmental management and
monitoring plan for the rehabilitation and upgrading of the works which is in line
with EIA recommendations so as to ensure minimal environmental effects both
during and following the construction period;
(iii) Prepare and execute required appropriate actions to mitigate any negative
environmental impacts associated with construction activities in collaboration
with lA's and all concerned stakeholders;
(iv) Prepare a detailed reforestation plan at the work sites and following-up
construction oversee its implementation; and
(v) Formulation of EMP
(i) Develop methodology and instruments for social assessment for the potentially
affected people and areas.
(ii) Review all national and provincial statutory, customary and administrative
framework (of Punjab Province) relevant to the project interventions in the
resettlement context (categories land ownership, yardstick for inventories of
different type of structures, trees, construction quality and categorization of bui It-
up priorities, land acquisition procedures, provisions for public notification
regarding cut-off-date for compensation etc.).
(iii) Based on the comprehensive review of country legal framework and guidelines of
donor agencies identify the resettlement principles for all types of affected
peoples.
(vi) Carry out a full-scale field assessment and develop definitions for entitlements for
compensation for the properties of potentially affected people (houses, lands,
crops, trees, lost income, relocation allowance and entitlement for support
business activities) including squatters and encroachers. Develop an entitlement
matrix;
(vii) Undertake periodic surveys to assess the apprehensions and views of potentially
affected peoples.
(viii) Assess the direct Impacts on people and properties
(ix) Assess the indirect impacts of project operations on people such as loss of
temporary or permanent access to markets, services and social relations.
(x) Organize series of consultations meetings with communities to create awareness
about the project activities and to ensure public participation.
(xi) Develop a monitoring and evaluation program (in a logical framework) for
implementation of resettlement-related activities.

( f(6)
(xii) Preparation of documents of agreements and other necessary instruments to help
in negotiations with the beneficiaries and in obtaining of' local permits. etc
(xiii) Identification of alternative sites for resettling people and related assets
(xiv) Development of Plan including identification of sites for resettlement, planning,
infrastructure, utilities, and replacement houses etc.
(xv) Assess the staffing need of Resettlement and Compensation Centre propose a
mechanism for feedback from the affectees.·
(xvi) Develop and establish the framework for grievance redresses mechanism and
propose the composition of Grievance Re-addressal committee for of potentially
affected people.
(xvii) Assess the staffing need of Resettlement Information Centre and provide support
in implementation, implementation of communication plan, development of
information base, messages, information to users, delivery of messages etc.
(xviii) Assess and calculate the cost of resettlement and compensation related activities.
(xix) Settlement Action Plan
(xx) Plan for management of physical relocation and disbursement of actual
compensation
(xxi) M&E Plan for implementation of resettlement Activities.
Agricultural Engineer/ Water Management Specialist: The agricultural engineer Iwater
management specialist will have a BS Degree in the field of agriculture with master degree in
agriculture engineering, overall, 10 years professional experience regarding crops .water
requirements for crop .agriculture machinery ,better crop management .high efficiency
irrigation system requirement & design .seeds, products to better understand crop needs,
develop more effective and efficient farm ing practices, crop rotation especially in Potohar
region. The period of hiring is 10 Months, hiring will be intermittent basis during 24 months
(i) Requirement and design of high efficiency irrigation system
(ii) To develop better water management techniques
(iii)To develop better crop management & rotations.
(iv)Increase farm production through agricultural engineering methods
(v) Implement agricultural engineer programs to improvise quality standards in
agricultural products.
(vi)Oesign and develop farming machine, implements and equipment like conveyors and
drag chains
(vii) Ensure compliance of all state and federal agricultural laws and guidelines
(viii) Advise others regarding green practices or environmental concerns.
(ix)Develop operational methods or processes that se green material or emphasize
sustainability
(x) Direct environmental development activities.

Horticultu rist:
The Horticulturist specialist will have BS Degree in field of agriculture with master degree in
horticulture, overall 10 years professional experience regarding in horticulture development
under high efficiency irrigation system, plants, pest crol, environment, water requirements for
crops Iplants, development of nurseries, gardens. Total period of hiring is 04 Months, hiring
will be intermittent basis during.Za Months.
(i) Provides professional advice on the selection, ordering, planting, and maintenance of
trees, shrubs, ground covers, and turf grasses on campus.
(ii) Prepare orders for varies type of plants and seeds.
(iii)Preparation of maintenance programs tor the control of plant diseases and insects.
(iv)Prepare fertilizer programs for varies types of plants. Confers with landscape architect
and other personnel in the selection of plants.
(v) Prepare plans for nurseries, parks and botanical gardens.
(vi)Plans for turf management, pest control; farm, orchard and vineyard management.
Junior Engineer:
The Junior engineer will have BS Degree in field of Civil Engineering and have 03-year
experience overall in the field of construction of Projects like dam, road, bridges. culverts.
building etc.06 no of junior engineers are required for the period of 24 month on intermittent
basis. One junior engineer must be fresh graduate and registered with Pakistan Engineering
Council. Being the junior of the field, he should be good in communication and active, and
responsible for the work which may assign by the team leader or any senior from consultants
and client.
Contract / Procurement Specialist: The Procurement Specialist will have at least a BS
Degree in Civil Engineering with 10 years professional experience in procurement or civil
works and contract administration including procurement under World Bank ! Asian
Development Bank guidelines using international competitive bidding. Total period of hiring
is 12 months, hiring will be intermittent basis during 24 months. His duties will include hut
not limited to the following:
(i) In consultation with lA's, develop the prequalification criteria, prepare notices of
pre-qualification and prequalification documents in accordance with PPRA
procedures;
(ii) Under the direction of the Project Manager/Team Leader and using input from
various specialists on the team prepare the international J national bidding
documents for the project, and in a format agreeable to both lA's;
(iii) Advise on the conducting of required pre-bid consultations;
GIS Specialist: The GIS Specialist will have a Master degree in GIS & remote sensing, 10
years professional experience in Perform data capture and analysis for GIS product. Oversee
data flow, management and distribution activities to support GIS. Manage gcospatial
database and develop maps and aerial photography. Work in compliance with GIS standards
and quality policies. Total period of hiring is 15 months, hiring will be intermittent basis
during 24 months.
(i) To propose new concept based on combination of GIS and statistical methods as a
decision support tools for estimation of dam dimensions, reservoir volume and
area.
(ii) GIS store data in database and then represent it visually in a mapped formal.
(iii) Evaluates user requirements for GIS; identifies and implements applications.
(iv) Writes and maintains reports; programs database reports, forms and queries.
(v) Prepares GIS databases, maps, database reports and specialized queries in support
of various projects.
(vi) Performs GIS analysis, modelling and reporting to support decision making.
(vii) Generates, maintains and disseminates GIS layers.
(viii) Operates and maintains GIS software and web-based applications.
(ix) Designs GIS enterprise database and enforces data standards.
(x) Produces complex maps for user departments and outside agencies.
(xi) Methods/Statistical analysis: To accomplish goal, firstly spatial data analysis on
GIS was used to select the best location along the river for construction of the dam
that has enough capacity for storage of required volume of water.
(xii) Peaks Over a Threshold (POT) technique was utiJized to estimate IOOO-year flood
discharge using daily discharge data of 30 years:

(H'& )
(xiii) Application/Improvements: combination of GIS and statistical analysis is a
powerful tool for finding the most appropriate situation for dam constructi on
compared with reservoir surveys method.
Seismologist: The Seismologist will have a BS Degree in field of geology with master degree
in seismology, 15 years professional experience in study waves of energy released by the
movement of tectonic plates, volcanic eruptions, or even nuclear weapons testing Total
period of hiring is 6 months, hiring will be intermittent basis during 24 months.
(i) Analyzing seismic waves to learn about the composition of earth
(ii) Guiding engineers to ensure building safety in earthquake areas for dams
(iii) Calculation value of g for different zone in Potohar region
(iv) Providing information to professionals who develop relief efforts following
earthquake disasters
(v) Studies and interprets seismic data to locate earthquakes and earthquake faults:
Reviews, analyzes, and interprets data from seismographs and geophysical
instruments.
(vi) Establishes existence and activity of faults, and direction. motion. and stress of
earth movements before, during, and after earthquakes.
(vii) Conducts research on seismic forces affecting deformative movements of earth
(viii) Establishes existence and activity of faults, and direction, motion, and stress of
earth

Agriculture Agronomist Specialist: The Agri agronomist Specialist will have a BS Degree
in field of agriculture with master degree in agronomy, 15 years professional experience
study soil, plants, seeds, products to better understand crop needs. develop more effective and
efficient farming practices, crop rotation especially in Potohar region. Total period of hiring
is 18 months, hiring will be intermittent basis during 24 months.

(i) Studying plants and soil in order to develop better planting, cultivation, and
harvesting techniques, improve crop yield, and solve problems facing the
agriculture industry in Potohar region.
(ii) Advise on the cultivation of food crops, vegetables, fruit trees and fodder crops
(iii) Assisting with the plant /erop selection process and the development of planting
and irrigation schedules, budgets, and timelines.
(iv) Generating reports and presenting findings to management, clients, or other
interested parties.
(v) Contribute to the elaboration of environmental and social impact assessments for
the individual measures to be implemented;
(vi) Establish baselines and follow-up of project indicators.
Appendix - 0: Breakdown of Contract Price in Foreign Currency

NOT USED
Appendix - E: Breakdown of Contract Price in local Currency
CONSULTANCY SERVICES FOR
FEASIBILITY STUDY, DETAILED DESIGN OF NEW SMALL DAMS'

[List hereunder cost estimates in local currency:

1. (al Monthly rates for local Personnel (Key Personnel and other Non-Key Personnel);

(b) Total Remuneration of staff (on the basis of monthly rates)

2. Reimbursable direct costs (non-salary costs);

Direct Non-salary Costs are such incurred non-salary costs which are directly allocable to
specific engagements and projects. These costs include but are not limited to the following:

(i) Provisions for office, light, heat/cool, office equipment (computers, printers etc) and
similar items for working space, costs or rental for furniture, drafting equipment and
engineering instrument and automobile expenses Identifiable to specific projects for
which special facilities other than head office of the firm are arranged.

(ii) Provision for labor or work charge establishment.

(iii) Daily and travelling allowances/expenses of employees, partners and principals when
away from home/office on business connected with the project.

(iv) Identifiable communication expenses, such as long distance telephone, telegraph,


cable, telex, express charges, and postage other than general correspondence.

(v) Services directly applicable to the project such as special legal and accounting
expenses, computer and programming costs, special consultants, laboratory charges,
perspectives, renderings, photos, model costs, commercial printing and binding and
similar costs which are not applicable to the overhead costs, professional liability
insurance cover in accordance with the provisions set out in Sub-Clause GC3.4.

(vi) Identifiable drafting supplies and office supplies and expenses charged to the
employers work, as distinguished from such supplies and expenses applicable to
several projects.

(vii) Identifiable reproduction cost applicable to the work such as blue printing, photo-
stating, mimeographing, printing, binding etc.

(The detail of the cost estimates to be provided on the additional pages).

3. Sub-total, remunerations and reimbursable non-salary direct costs = (1 + 2),


4. Contingencies, if any

S. Total = (3 + 4)

Notes:

A. Elements of the salary costs and billing rates for the relevant salary grades shall also be
included in this Appendix.

B. Estimate will include the following items as applicable:

(1) Remuneration i.e. staff costs based on monthly billing rates of the stoff, and
contingencies if any, excluding adjustment of billing rates.

(2) Reimbursable direct non-salary costs, contingencies, if any, excluding adjustment of


billing rates for the staff covered under direct costs.

Each item sholl be specified whether it is payable on the basis of (a) lump sum
monthly rate; or (b) reimbursement of actual expenditures.

(3) Payments in respect of any cost (i.e. total remuneration, and total reimbursable non-
salary direct cost) which could exceed the estimates set forth in this Appendix may be
chargeable to the contingency amounts provided for in the respective estimates, only
if such costs are approved by the Client prior to being incurred].
Appendix- F: Services and Facilities to be provided by the Client and Counterpart

Personnel to be Made Available to the Consultants by the Client

The Client shall make available the following Services and Facilities:

1. Services and Facilities of the Client

The Client shall make available to the Consultants, Sub-consultants and the Personnel, for the
purposes of the Services and free of any charge, the services, facilities and property described
in this Clause at the times and in the manner specified hereunder:

a) assistance in collection of additional datal studies/ reports;


b) available hydrological date in the same catchment area.

2. Lodge Accommodation

If requested by the Consultants, the Client shall provide lodge accommodation, if available, to
all Personnel of the Consultants or the Sub-consultants when on visit to various parts of the
Project area or any other station where such facilities or the lodge accommodation of the
Client exists (and provided that the Personnel of the Consultants or the Sub-consultants visit
that place in connection with the Project) under the same terms and conditions as the Client's
staff is entitled.

3. Counterpart Personnel to be made available to the Consultants

No counterpart staff will be provided by the Client to the Consultants.

( \:1,~ )
..
Appendix-G: (Integrity Pact)

DECLARATION OF FEES, COMMISSION AND BROKERAGE ETC. PAYABLE BY THE


SUPPLIERS OF GOODS, SERVICES & WORKS IN CONTRACTS WORTH RS. 10.00
MILLION OR MORE

Contract No. Dated _


Contract Value: _
Contract Title: _

.......................................[name of Supplier) hereby declares that it has not obtained or induced


the procurement of any contract, right, interest, privilege or other obligation or benefit
from Government of Pakistan (GoP) or any administrative subdivision or agency thereof or any
other entity owned or controlled by GoP through any corrupt business practice.

Without limiting the generality of the foregoing, [name of Supplier) represents and warrants
that it has fully declared the brokerage, commission, fees etc. paid or payable to anyone and
not given or agreed to give and shall not give or agree to give to anyone within or outside
Pakistan either directly or indirectly through any natural or juridica I person, including its
affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or
subsidiary, any commission, gratification, bribe, finder's fee or kickback, whether described
as consultation fee or otherwise, with the object of obtaining or inducing the procurement of
a contract, right, interest, privilege or other obligation or benefit in whatsoever form from
GoP, except that which has been expressly declared pursuant hereto.

[name of Supplier} certifies that it has made and will make full disclosure of all agreements
and arrangements with all persons in respect of or related to the transaction with GoP and has
not taken any action or will not take any action to circumvent the above declaration,
representation or warranty.

[name of Supplier] accepts full responsibility and strict liability for making any false declaration,
not making full disclosure, misrepresenting facts or taking. any action likely to defeat the
purpose of this declaration, representation and warranty, It agrees that any contract, right,
interest, privilege or other obligation or benefit obtained or procured as aforesaid shall,
without prejudice to any other rights and remedies available to GoP under any law, contract
or other instrument, be voidable at the option of GoP.

Notwithstanding any rights and remedies exercised by GoP in this regard, [name of Supplier]
agrees to indemnify GoP for any loss or damage incurred by it on account of its corrupt
business practices and further pay compensation to GoP in an amount equivalent to ten time
the sum of any commission, gratification, bribe, finder's fee or kickback given by [name of
Supplier] as aforesaid for the purpose of obtaining or inducing the procurement of any
contract, right, interest, privilege or other obligation or benefit in whatsoever form from GoP.

Name of Buyer: " . Name of Seller/Supplier: Signature:


Signatu re: .., .
[Seal) [Seal]
CONSULTANCY SERVICES FOR FEASIBILITY STUDY, DETAILED DESIGN OF NEW SMALL DAMS

Requirement of Purchasing (ANNEX-A)

Sr# Position Unit Quantity Rate Rs. Amount Rs.

C Direct Cost
1 Laptop (latest model, approved brand) P.No. 6

2 Mutimedia P.No. 2

3 Cpmputers i7 P. No. 6

4 HP laser printers hp P. No. 6

5 Color Laser printer A3 size hp P. No. 1

6 Digital cameras P.No~ 3

7 Photo copy machine (40 to 60 cpm) P.No. 1

8 Split AC (1.5 tons) P.No. S

9 Total Station (approve brand) P.No. 1

10 LED I Smart TV (60") P.No. 1

11 Refrigerator (18 cft) PNo. 1

12 Microware oven P.No. 1

13 Vehicles

.,. i Suzuli Cultus VXL P.No. 3

ii Honda City (1300 CC) P.No. 1

iii Toyota Double Cabin (4x4) 2755 CC P.No. 2

iv Registration
v POL & Repair (6 No. vehicles) Months 24

14 UPS (2000 Watts) P.No. 2

15 Generator (7.5 Kva) P.No. 1


Office furniture (office tables, office chairs,
16 computer tables, almirah, racks, conference table & Lumpsum
chairs etc)

You might also like