Download as docx, pdf, or txt
Download as docx, pdf, or txt
You are on page 1of 98

MAJOR WORK HANDLED WHICH BEST

ILLUSTRATION OUR QUALIFICATONS

TRANSLATION
KINGDOM OF SAUDI ARABIA
Ministry of Water and Electricity
Finance & Administration Affairs
Tenders & Purchasing dept.

Ref: 1214/24l1430
To: Regional Manager – Aitah – Nespak Engineering Consultant Co.
Al-Salam-Alaikum,
Reference to your offer no. A N/ASK/2 dated 13.4.1430 for the project for supervision of water.
Transmission line from Khulas/ Raabigh Dams to Jeddah (1st stage) in Makkah Region.
You are hereby awarded the work to supervise the captioned project: according to the terms and
specifications stipulated in the TOR.
Your total remuneration for the project shall be SR. 16,296,300. The supervision work shall have
to be completed in (36) months from the date of issue of this latter of award.
You are requested to co-ordinate with project Execution department and refer to tenders
Department to sign the contact within ten, (10) days from the date of issuance of this letter. A
bank guarantee of (%5) of the total value for (40) month from the data of signing of the contract,
shall have to be submitted to you.

Best regards.

General Supervision - Finance and Admin. Dept.


Abdul Rehman A. Al-Mufih
MAJOR WORK HANDLED WHICH BEST
ILLUSTRATION OUR QUALIFICATONS

Name of project : Water Transmission from Hali, Country : Kingdom of Saudi Arabia (KSA)
Yabah, Qanuna, Al-Laith Dams to Al-Shuaibah (All
Phases)
Project Location within County: Makkah Region Professional Staff provided by NESPAK: 9 No. Of
Man - Months: 780 (324+456)
Name of Client : Ministery of Environment, Water Project Cost:
and Agricultural USD 585.03 million (Rs. 78,070.33 Million)
Name of Financing Agency: Government of KSA
Starting Time: April Completion Time: Consultancy Fee:
2010 December 2019 USD 6.09 million (Rs. 812.15 Million)
Name of Associated Firm(s) if any: No. of Man-Months of Professional Staff provided
AITAH Consulting Engineering, KSA by Associated Firm (s): None

Senior Staff involved and Functions Performed:


1. Mr. Abdul Rafay Project Manager (All phase)
2. Mr. Faraz Raja Resident Engineer (Phase I completion)
3. Mr. Imran Ahmed Khan Resident Engineer (Phase II)
4. Mr. M Ramzan Javed Resident Engineer (Phase III)
5. Mr. Sibtain Ahmed Resident Engineer (Phase IV -2 Pipelines)
6. Mr. Azhar Masood Resident Engineer (Phase IV- 2 WPTs)
7. Mr. Noor Ahmed Resident Engineer (Phase V)
8. Mr. Abdur Rahman Civil Engineer
9. Mr. Haider Ali Civil Engineer
Detailed narrative description of the project:
Since 2010. ‘M.H. Aitah- NESPAK Engineering Consultant Co’ has been providing consultancy engineering
services
To the Ministry of Environment, Water & Agriculture, for design Review and construction supervision for
the project. Execution of this mega project was planned in five phases (seven different contract packages)
with a total cost of Rs 78070.33M (USD 585.03M). The project includes :construction of water treatment
Plants (WTP) of 163 000 cum/day
Purification capacity at Hali, Yabah, Qanuna, Al- Laiths dams, ancillary buildings at plant sites and lying of
620.9 km long water transmission mains ranging from DN 500 to 1500 mm of carbon steel/ductile Iron
(CS/DI) from WTPs to Al-Shuaibah Dcsalination Plant near Jeddah & underground dam of 711 LM on
downstream of Al-Laith dam.
Phase I Project included laying of 82 km long DI water main of DN 1400mm from connection point near
Al-Laith city to Shuaibah Plant and valve chambers along with associated work. The project phase was
completed with cost of Rs. 15280.59 M (USD 114.51M) ad was handed over to the Ministry in March 2013.
Completion Phase I Project included construction of WTP with capacity of 25000 cum/day along with
ancillary buildings, electrical / mechanical / SCADA work, 711 m Underground Dam on d/s of Al-laith dam
and laying of 82km long DI water main of DN 1400/600 mm from Al-laith WTP up to start point of Phase I
along with valve chambers. The project was completed February 2014 with cost of Rs. 10491.22 M (USD
78.62M).
Phase II Project comprised construction of 158.8 km long DN 1500 mm CS pipeline from Al-Qunfudah to
Al-Laith along Jeddah- Jizan road and 59.8 km long DN 500 mm pipeline from WTP at Qunana dam to
Jeddah-Jizan road along with valve chambers. The projects was completed in May 2015 with cost of Rs.
22,940.83 M (USD 171.91 M).
Phase III Project included construction of WTP with capacity of 50,000 cum/day (2 Clarifies + 11 Rapid
Gravity Filters + Treated water tank + Backwash water tank, sludge/dirty water tank etc.) on d/s od hali dam
and laying of 78 km long DN 1400 mm CS water main from Hali dam WTP to Al-Qunfudah city. The project
phase was completed in July 2014 with cost of Rs. 11661.11 M (USD 87.38 M).
Phase IV (2WTPS) Project comprises construction of WTP of capacity 18,000 cum/day along with
ancillary buildings on Qununa Dam and WTP of capacity 20000 cum/day along with ancillary buildings at
Yabah dam WTP up to Al-Quoz city. Cost of Project phase is Rs. 2952.46 M (22.12 M).
Phase V Project Included construction of WTP of capacity 50000 cum/day along with ancillary buildings at
Hali dam and laying off 59.3 km long CS water transmission line DN 500mm from Hali dam WTP to Mahail
city. The project phase was completed in November 2014 with cost of Rs. 8574.32 M (USD 64.25 M).
Detailed Description of Actual Services provided by NESPAK:
Design Review and construction supervision.

Firm’s name: NESPAK


Major Work Handled which Best
Illustrates our Qualification
Page no 5 of 4

Job No.
PROJECT: Construction Supervision Project for
Transmission of Water from Hate-Yabah-
Qnuna-Al Laith Dams to Al-shoaiba in Makkah
Al-Mukarmah Region (Ph-1), KSA
PHASE-VIII, DHA

CLIENT: Ministry of Water & Electricity (MOWE) Riyadh

DIVISION: Regional Office, Riyadh

Issued by: Date Issue: Approved by:


Project Manager (Division Head)
Major Work Handled which Best
Illustrates our Qualification
Name of Project: Consultancy Services for Construction Country: Sultanate of Oman
Supervision of Water Distribution Networks for Nakhal,
Awabi & Wadi Al Maawil Wilayats in Al-batinah Region-
Phase I
Location Within Country: Al-Batinah, Sultanate of Professional Staff Provided by
Oman Our Firm: 09
Name of Client: Public Authority for Water, Sultanate of Total No. of Staff:11
Oman
Address: Public Authority for Water, Sultanate of Oman No. of staff
Start Date: Original Completion Consultancy Fee:
Date: Rs. 190 Million
June 7, 2019
Revised Completion Date
Jan 21, 2020
Name of Associated Consultants, if any: Nil No. of Months of Professional
Staff Provided By Association
Consultants: Nil
Name of Senior Staff (Project Director/Coordinate, team Leader) Involved and function
performed:
1. Mr. Muhammad Sajid Project Director
2. Mr. Abdul Qayyum President Engineer
3. Mr. Naeem Asghar Site Engineer (Civil Pipelines)
4. Mr. Sohail Safdar Site Engineer (SCADA / Instrumentation)
5. Mr. Muhammad Munir Site Inspector (Civil Pipelines)
6. Mr. Yasir Arafat Quantity Surveyor
Narrative Description of Project:
The purpose of this project is to construct and commission water distribution for Nakhal,
Awabi & Wadi Al Maawil Wilayats in Al-Batinah Region.
Description of Actual Service Provided by Firm:
The overall scope for construction supervision include:
 To supervise the works as per approved construction drawings and specification.
 To ensure quality testing of all construction materials according to established criteria.
 To advise and maintain proper safety measure at site.
 Make recommendation to client regarding variation statement, claims, and time
extensions of contractors.
 Approval of material sources, shop drawings, as built drawings, construction
methodologies.
 Verify the contractor’s IPCs
 Monitoring of overall progress of project with respect to approved work plan
Firm’s Name NESPAK
National Engineering
Services Pakistan & Partners L.L.C
PO Box 3506, Postal Code 112, Ruwi
Sultanate Oman
Tel: 24799482, 247895668, and 24701729 Fax: 24703702
CR No: 1/60268/3, Email nespak@omantel.net.om

Ref: Nespak/Nak/AQ/02/464 Date: Dec 16, 2019


M/s TARGET Oman LLC.
P.O Box 574, Ruwi,
Postal code: 112
Sultanate of Oman
Construction of Water Distribution Network for
Nakhal, Awabi & Wadi Al Maawi Wilayats in Al-Batinah Region Phase-1
(Tender No: 21/2015)
Sub: Substantial Certificate of Completion
Dear Sir,
We received the Substantial Completion certificate from the client vide their letter No.
PAW/2/3480//2019 dated 15.12.2019
Please find enclosed the original signed & sampled Substantial Completion Certificate along
with the signed and sampled Substantial Handing over Report.
All snags noted and attached with Substantial Handing over Report shall be attended by you
during the maintenance period from 24.11.2019 to 23.1.2020.
This is for you further necessary action record.

Yours Sincerely
For National Engineering Services Pakistan & Partners LLC

Encl: As Noted above


Cc : Engr. Ghalib A’mer Al-Musallami, PM, PAW
: Regional Manager Nespak Muscal
Substantial Certificate of Completion

Project Construction of Water Distribution Networks for Nakhal, Awabi


& Wadi Al- Maawil Wilayats in Al-Batinah Region Phase-1
(Tender No. 21/2015)
Contractor Target LLC (Oman)
Consultant National Engineering Services Pakistan & Partners LLC (Oman)
Contract 08.06.2017 Original Contract 07.06.2019
Commencement Date Completion date
Extended Completion 21.01.2020 Actual Completion 24.11.2019
Date (for Additional Date (Original Scope)
works Booster
Pumps)

This is to certify, in accordance with Conditions of contract, that the Distribution Network in
Nakhal, Awabi & Wadi , Al-Maawi Wilayats for all eight areas Abyad, Taww, Lajal, Mahani,
Hubra, Nakhal, Awabi and stall has been automatically completed and has satisfactory passed
the final test as prescribed in the contract. The contractor has given undertaking to complete all
the outstanding and remedial works (snags included in substantial handing over report) within
the Defect Liability Period (365 days).

Period of Maintenance commences: 24.11.2019


Major Work Handled which Best
Illustrates our Qualification
Name of Project: Consultancy Services for Detailed Designed Country: Sultanate of Oman
of Infrastructure facilities including water supply, sewerage,
storm water drainage, roads, electrification systems in the
Town of Duqm (Oman)
Project Location Within country: sultanate oman Professional Staff provided
Name of client: special economic zone Authority at Duqm by Our Company : 15
(SEZAD), sultanate of Oman. No. of Man Months :100
Name of Financing Agency: Sultanate of Oman
Starting Date: 21.12.2014 Completion date: Project Cost: Rs. 62002M
30.06.2021 Consultancy Fee: Rs. 350M
Name of Associated Firm’s if any:- No. of Man-Months of Professional staff provided by
Associated firm (s):-
Senior Staff involved and Function Performed:
1. Mr. Muhammad Zubair Quality Assurance Expert
2. Mr. Muhammad Sajid Team Leader
3. Mr. Haroon Nawaz Project Coordinator
4. Mr. Amir Munir Public Health Engineer
5. Mr. Muhammad Dawood Raza Head Highway Division
6. Mr. Faisal Ali Principal Electrical Engineer
7. Mr. Imran Ishaq Geometric Design Engineer
8. Mr. Nadeem Amjad Pavement Engineer
9. Mr. Faisal Butt Sanitation Engineer
10. Mr. Aneeque Ahmad Water Supply Engineer
Detailed Narrative Description of the project & services provided:
NESPAK has been engaged by the special economic zone authority at duqn (SEZAD),
Sultanate of Oman for providing Consultancy services for Detailed and construction supervision
of Infrastructure Facilities including water supply, sewrage, storm water drainage roads,
electrification system and landscaping in the Town of duqn (Oman).
As per land use master plan Project area is divided into four zones i.e Residential Phase I.
Residential phase II, Light Industries and Shoroom & Utility services encompassing total of
about 1.888 hectors.

Detailed Description of Actual Services provided by NESPAK:


The overall scope of consultancy includes following:
 Project Planning
 Detailed Design
 Tender
 Construction Supervision

Firm’s Name: NESPAK


CONSULTANCY AGREEMENT
National Engineering
Services Pakistan & Partners L.L.C
PO Box 3506, Postal Code 112, Ruwi
Sultanate Oman
Tel: 24799482, 247895668, and 24701729 Fax: 24703702
Nauman Ul-Haq, Regional Manager

13 October 2013
Dear Sir,
TENDER 2/2013 – CONSULTANCY SERVICES FOR DESIGN AND SUPERVISION OF
ROADS AND INFRASTRUCTURE IN THE TOEN OF DUQM (PAKAGE 1)
LETTER OF ACEPTANCE
We refer of SEZAD, we are pleased to inform you that SEZAD is awarding the above tender to
NESPAK & Partners LLC as Consulting Engineer to carry out the consultancy and supervision
services.
The budget of SEZAD, we are pleased to be awarded is Rial Omani one million two hundred and
seventy five thousand four hundred five and basis thirty six only (OMR 1275405036).
The award is subject to validity of the submitted tender bond.
The duration of completion as per the tender:
 Study and Preliminary Design stage and preliminary cost-twelve (12) weeks;
 Detailed (final) design stage and detailed cost estimate – ten (10) weeks;
 Presentation of complete sets of tender documents and tender cost estimate- two (2)
weeks and construction supervision – twenty four (24) months.
 Commencement date of the contract shall be confirmed after singing of the contract
agreement.
The compliance requirement with omanizat on as stipulated in the tender is to be strictly adhered
to.
For contractual administration purpose, we would require a meeting with NESPAK & Partners
LLC to confirm the full understanding of the scope of words and required contractual obligation
(such as Project Schedule, staff Organization and personnel, etc.)
Kindly be available for a meeting with our Technical/Project team on: thu/31 Oct 2013, time
propose 1:00 PM.
SULTANATE OF OMAN

STANDARD FORM OF AGREEMENT


AND
CONDITION OF ENGAGEMENT
FOR
CONSULTANCY SERVICS
FOR
BUILDING AND CIVIL ENGINEERING WORKS

Second Edition
March 1987
Form of Agreement
This agreement made on the 21st day of December 2014 between the government of the Sultanate
of Oman, represented by SPECIAL ECONOMIC ZONE AUTHORITY AT DUQM (SEZAD)
(hereinafter called “the client”) of the one part and NATIONAL ENGINEERING SERVICES
PAKISTAN & PARTNERS LLC (NESPAK) (hereafter called “the consulting Engineer) whose
Registered office is at BOX P.O 3506, Postal Code 112, Ruwi, Sultanate of Oman of the other
part.

Whereas the client is desirous that consultancy services be rendered in accordance with the
conditions of Agreement as contained herein in accordance with the condition of agreement as
contained herein and the consulting Engineer is willing and capable to render the said services
and has submitted on offer and the client has accepted the same for following:
Project/s: CONSULTANCY SERVICES FOR DESIGN AND CONSTRUCTION
SUPERVISION OF ROADS AND INFRASTRUCTUREIN TOWN OF DUQM
(Package 1)

Services: Agriculture Design/Supervision*


Structural/Civil Design/Supervision*
Mechanical & Electrical Design/Supervision*
Quantity Surveying

Other services: As Stated Hereunder*


Preparation of Tender Documents and Cost Estimation

NOW THESE PRESENT WITNESS AND IT IS HEREBY AGREED AND DECLARED BY


AND BETWEEN THE PARTIES HERE TO AS FOLLOWS:-
1.0 In this agreement the words and expressions shall have the same meanings as are respectively
assigned to them in the standard condition of contract hereinafter referred to.
2.0 The following documents shall be deemed to form and be read and construed as part of the
agreement viz:
a. The invitation to tender.
b. The said offer
c. The standard conditions.
d. The -----Letter of acceptance
e. ------
f. -----
g. ------
h. -----
i. ----------
3.0 In consideration of payment to be made by the client to the consulting Engineer as
hereinafter mentioned, the consulting in conformity in all respect with the provisions of the
times and in the manner prescribed by the agreement.
4.0 The client hereby covenants to pay the consulting Engineers in consideration of the above
services the remuneration at the times and in the manner prescribed by this agreement.
5.0 The budget sum for the project has been agreed between the client and the consulting
Engineering to be RO. TO BE DECIDED
(Rials omani During design stage)
IN WITNESS whereof the parties hereto have hereunder set their respective hands and seals
on the year first above written.
Ref: DA/2/2013
25TH November 2013

NATIONAL ENGINEERING
SERVICES PAKISTAN & PATNERS LLC
PO Box 3506, Ruwi Postal Code 112
Sultanate of Oman
(Tel:24799482; Fax: 24703702)
Attn: Nauman Ul-Haq, Regional Manager

Dear Sir,
TENDER 2/2013- CONSULTANCY SERVICES FOR DESIGN AND SUPERVISION OF
ROADS AND INFRASTRUCTURE IN THE TOWN DUQM (PACKAGE 1)
Subject: Order to commence and Rick off Meeting
We refer to the above tender and SEZAD’s letter of Acceptance dated 13 th October 2013
followed up by our meeting of the 4th November 2013.

By this letter, SEZAD instructs (being client’s Order to commence) NESPAK to commence the
work/services.

A project Kick-off Meeting will be held on Wednesday, 11 December 2013 9:00AM at SEZAD
Muscat Office, in the say (conference) Room.
For the kick off meeting, SEZAD request a presence of NESPAK project Manager and key
personnel that will be employed for that project.

SEZAD require NESPAK to prepare two request for Proposal (RFP); one for the Topographic
Survey and another for the Soil investigations. Please coordinate with SEZAD Contact and
Tender Department to finalize these RFP’s to be ready for approval during the kick off Meeting.
The actual date of the signing of the Contract Agreement will be separately advised by SEZAD.
Following is the proposed kick off Meeting agenda; however SEZAD reserves the right to
modify it before the meeting.
Project Kick off Meeting Agenda
1. Introduction
2. Project objectives
3. SEZAD Project Management Team.
4. NESPAK’s Project Team Members and organization Structure
5. The project schedule and /or programme.
6. The scope of work/service of the project.
7. The work/service Methodology
8. NESPAK’s authorized signatories.
9. The reporting and Meeting Schedules (at office or site) during the project site.
10. Payment’s Application procedure’
11. Quality Control
12. Environmental health and safety.
13. Permits and no Objection Certificate.
14. Request for proposal for Topographic Survey and Soil Investigation.
15. Environmental Impact Assessment (EIA)
16. Any other matters.

In the interim, NESPAK shall prepare and provide SEZAD with:


 A certificate of insurance relating to Professional Indemnity, as stipulated in the
form of agreement (Appendix A to form of agreement Clause 7).
 The amount of insurance cover being OMR 11,000,000 (minimum 10% of the
budget sum).
 The period of coverage shall include the Design (6 months), tendering (4 Months),
construction supervision (24 months), and additional 24 months from the date of
obtaining the maintenance certificate: with total period of coverage being 58
months.
DESIGN SERVCES SUBMITTALS
NATIONAL ENGINEERING
SERVICES PAKISTAN & PATNERS LLC
PO Box 3506, Ruwi Postal Code 112
Sultanate of Oman
(Tel:24799482; Fax: 24703702)

PROJECT INTERCHARDE
Special Economic Zone Authority Duqm
Sultanate of Oman
Fax: 24587400

Contract No. 1/2013(Tender No. 2/2013)


Consultancy Service for Design and Supervision of
Roads and Infrastructure in Town of (Duqm (pakage1))

SUBMISSION OF FINAL DESIGN REPORT (Residential Phase-1)


We are pleased to submit herewith the Final Design Report for Residential Phase-1 of the subject
project.
The following are being enclosed in the regards:
1) Hard copy of the report – One set
2) Soft copy of the report – One CD
The above is being submitted for your review and comments/approval, please.
Assuring you of our best technical services and cooperation at all times,

Yours truly,
For National Engineering Services Pakistan and Partners LLC
NATIONAL ENGINEERING
SERVICES PAKISTAN & PATNERS LLC
PO Box 3506, Ruwi Postal Code 112
Sultanate of Oman
(Tel:24799482; Fax: 24703702)
C.R No: 1/60268, Email: nespak@omantel.net.om
Ref: Nespak/Mct/KHJ/121/448-18

Tender and contracts Section


Special Economic Zone Authority Duqm
P.O Box No. 25 Postal Code 103, Bareeq AJ Shatti
Sultanate of Oman
Attn: Mr. Salim Ghambousi

Contact No: 1/2013


Consultancy services for
Design and Supervision of Roads and Infrastructure in Town of Duqn (Package 1)
APPLICATION FOR PAYMENT OF DESIGN INVOICE NO.04
After Compliments,
We hereby submit our application for approval of our design invoice No.04 amounting to R.O.
134221.511/- in lieu of details design for the subject project.
The following information is attached herewith for your reference:
1. Letters regarding submission of Preliminary Design
2. Letters of regarding submission of Detailed Design.
3. Letters of regarding submission of Tender Documents.
You are requested to clear long outstanding payment of R.O 134221.511
Best regards,
Yours truly
For National Engineering Services Pakistan and Partners LLC.
NATIONAL ENGINEERING
SERVICES PAKISTAN & PATNERS LLC
PO Box 3506, Ruwi Postal Code 112
Sultanate of Oman
(Tel:24799482; Fax: 24703702)
C.R No: 1/60268, Email: nespak@omantel.net.om
Ref: Nespak/Mct/KHJ/121/448-18
Consultancy Services for
Design and Supervision of Roads and Infrastructure in Town of Duqn (Package 1)

DESIGN INVOICE NO: NESPAK/Mct/Duqn C1/04


(Based one clause No.9.1 of standard form of agreement & condition of Engagement for
consultancy services)
Total preliminary Design, Final Design and Tender Documents=R.O 447,405.036
No Description % of Total Design Amount
Remuneration (R.O)
Provisio Claimed
n
1 On issue of the letter of 10 10 44740.504
commencement as stated in
clause 6.0
(a)
2 On the approval by the 10 10 44740.504
client of preliminary Design
and Preliminary cost
Estimates
3 On the submission to the 30 30 134221.511
Client of the detailed Design
and Detailed Design Cost
estimate
4 On the approval by Client of 20 20 89481.007
the Detailed Design and
Detailed Design Cost
Estimate
5 On the approval by the 10 10 44740.504
client of Detailed Tender
Documents and Tender cost
Estimate
6 Either on the ratification of 15 15 67110.754
the contract for the works or
6 months from the approval
of the tender documents
whichever is the earlier
7 On the issue of the 5 Nil 
certificate of completion or,
failing ratification of the
contract for the works, 12
months from approval of
tender Documents
Amount for this Invoice 100 95 425034.784
LESS: Payment Received - 290813.273
for Invoice No. 01.02 & 03
Net amount for this Invoice 134221.511
(In words, the Net payable is Rial Omani One Hundred Thirty Four thousand, two Hundred
Twenty One and 511 Baisa only)

Head Office (Pakistan)


NATIONAL ENGINEERING SERVICES PAKISTAN (Pvt) Ltd.
PO Box 1351, Lahore, Pakistan.
Telephone: +924299090000 Fax: +924299231950
E-mail: info@nespak.cpm.pk ,
Website: www.nespak.cpm.pk
ENGAGEMENT OF NESPAK IN
CONSTRUCTION SUPERVISION
ACTIVITY
M/S. Nasr Arabian Company LLC
P.O BOX 122, Postal Code: 211, Salalah
Sultanate of Oman
Tel: +96823211756/754
Email: contman1956@gmail.com

LETTER OF ACCEPTANCE / AWARD (LOA)


Dear Sirs,
CONTRACT: C1 09/2019 (FORMELY TENDER NO. ET05/2018)
CONSTRUCTION OF SERVICE ROAD (EXTENSION) AT SHOWROOM ZONE IN
DUQM

On the behalf of special Economic Zone Authority at DUQM (SEZAD), we ae pleased to inform
you that SEZAD confirms to award the above tender, in response to your proposal/offer
submission in E tendering system on 01st May 2018, and hereby accepted by SEZAD Tender and
Contract as detailed below:
Contract Value: OMR 1,218,243.143
(Omani Rial One Million Two Hundred Eighteen Thousand Two Hundred
Forty Three, Bz 143/1000 only)
Contract Period: Mobilization Period = Thirty (30) calendar days
Construction Period = Seven (07) Months
Maintenance Period = Twelve (12) Months
Contract Dates: Commencement date : 22nd Feb 2019
Completion Date :21st Sep 2019
Employer’s Engr. Julius Pasia (Project In Charge PIC) / Mobile: +(968) 9928578
Representative Engr. Saif AlAmri (2nd Project In Charge 2PIC) / Mobile : +(968)
98055076

All future communication, co-ordination and /or liaison for this contract shall be through the PIC
and/or 2PIC and there shall be no direct communication and/or instrument from others.
Kick-off Meeting Date, time & venue: Tuesday /29 Jan 2019; 01.00 PM, SEZAD HQ, Duqn.
The award is subject to validity of the submitted Bid Bond, and as per the tender requirements,
you are requested to prepare and submitted the Performance Bond, Advance Bond / Guarantee
for advance payment and all essential insurance Policies (in compliance to the Tender and
Contractual requirements).
This LOA shall notwithstanding the yet-to-be signed contract Agreement, constitutes a binding
agreement for your commencement as per above; the commencement date being 22nd Feb 2019.

SEZAD Tenders and contract will advise separately on signing the Contract Agreement.
In addition, the attached ANNEXURES shall form part of this LOA, and shall be effective on
acceptance of this LOA.
a) Annexure – Kick off Meeting Agenda.
b) Annexure – Partnership and Development Department (PDD) Requirements.
c) Annexure – Environmental Assessment and Permits
d) Annexure – HSE Policy

Yours Sincerely,

CEO, SEZAD
Cc: Tatweer (Acting Sr. Manager)
SEZAD (GM Corporate Services)
SEZAD (GM Planning and Engineering)
SEZAD (GM One Stop Shop)
SEZAD (Manager, Environment Dept)
SEZAD – PDD and Tatweer – HSSE
NESPAK – Consultant/Engineer
MAJOR WORK HANDLED WHICH BEST
ILLUSTRATES OUR QUALIFICATION
Name of Project: “EIA, Design Review and Resident Country: Pakistan
Supervision for Provision of Clean Drinking Water, Sewerage
System, PCC of Streets and Allied Facilities in Various Areas
of Lahore.
Project Location within country: Lahore Professional Staff Provided
Name of Client: Water and Sanitation Agency (WASA), by our company: 12
LDA, Lahore. No. of Man – Months :216
Name of Financing Agency: Govt. of Punjab
Starting Date: Completion Date: Project cost: Rs 4500 Million
January, 2017 June, 2021 Consultancy Fee: Rs
75.661M
Name of associated firm(s) if any:- No of Man-Months of Professional Staff provided
by Associated Firm(s):-
Senior Staff involved and Functions Performed:
1. Mr. Muhammad Zubair Project Advisor
2. Mr. Khalid Mahmood Project Manager
3. Mr. Ahmad Hamdan Design Engineer
4. Mr. Muhammad Ikram Kakar Resident Engineer
Detailed Narrative Description of the project and services Provided:
Water and Sanitation Agency (WASA), Lahore has initiated a project for provision of physical
infrastructure by replacement of defective and outlived water supply, sewerage system and
provision of PCC in the congested areas of Lahore to meet the present and future requirements
for efficient and effective service delivery.
Brief scope of work include:
 Review of WASA proposals and preliminary Engineering Design of the works.
 Environmental Impact Assessment study.
 Supervision of all construction activities of the project spread in different areas of
Lahore.
Detailed Description of Actual Services provided by NESPAK:
A brief of Service to be provided by NESPAK at the project included:
 Design review of water supply and sewerage system proposed by WASA.
 To supervise the works as per approved construction drawings and specifications.
 To ensure quality testing of all construction materials according to establishment
criteria.
 To advise and maintain proper safety measures at site.
 Make recommendation to client regarding variation statements, claims, time extensions
of contractors.
 Approval of material sources, shop drawings, construction methodologies.
 Verify the contractor’s IPCs.
 Monitoring of overall progress of project with respect to approved work plan.
 EIA study.
WATER AND SANITATION AGENCY
(LAHORE DEVELOPMENT AUTHORITY)

M/S NESPAK
Add: I-C, Block N, Model Town Extension, Lahore
Tel: 92-42-99090000
Fax: 92-42-99231926, 99231950

Subject: Letter of intent regarding “Provision of clean drinking water,


sewerage system, PCC of streets and allied facilities in various areas of
Lahore” (Design and Supervision)”
By going through the elevation of technical and financial bids submitted on 7.11.2016, you have
gotten the highest score in the overall technical & financial bid criteria. You have been approved
by the consultant selection committee (CSC) being the highest rank bidder. Your financial bid
amounting to Rs. 7566100/- (Rupees Seventy Five Million Six Hundred Sixty one thousand
only) is approved by the producing agency. This account is include of all the taxes.
You are required to submit the draft agreement for Engineering Consultancy services between
M/s NESPAK and water & Sanitation Agency (WASA) Lahore Development Authority Lahore
at the earliest but not later than 7-days. The draft Agreement should consist of following
documents:
i. Form of Contract
ii. General Conditions of the Contract
iii. Special Condition
iv. Appendices
A. Description of services
B. Reporting requirements
C. List of key personnel
D. Breakdown of contract Price and Foreign Currency (N.A)
E. Breakdown of contract Price and local Currency.
F. Services and facilities to be provided by the client
G. Integrity pact
GEOGRAPHICAL EXPERIENCE
MAJOR WORK HANDLED WHICH BEST
ILLUSTRATES OUR QUALIFICATION
Assignment Name: Master planning, Detailed Design COST OF THE PROJECT:
and construction Supervision of Earthquake affected PAK Rs. 97.44 Billion
areas including Development of New Balakot City,
Muzafarabad, and Rawalakot & Bagh City.
Country: Pakistan DURATION OF ASSIGNMENT (MONTHS):
LOCATION WITHIN COUNTRY: KP & AJK 128
NAME OF CLIENT: Earthquake Reconstruction and TOTAL NO OF STAFF – MONTHS (BY
Rehabilitation Authority (ERRA) YOUR FIRM ON THE ASSIGNMENT: 4.00
START DATE: TOTAL VALUE OF THE CONSULTANCY
April 2007 AGREEMENT:
COMPLETION DATE: October, 2017 Pak Rs 2,200 Million
VALUE OF CONSULTANCY SERVICES
PROVIDED BY YOUR FIRM UNDER THE
AGREEMENT (IN CURRENT PKR OF USD):
PAK Rs. 2,200 Million
NAME OF ASSOCIATED CONSULTANTS, IF NO OF PEOFESSIONAL STAFF – MONTHS
ANY: NIL PROVIDED ASSOCIATED CONSULTANTS:
N/A
NAME OF SENIOR INVOLED AND FUNCTION PERFORMED
Tahir Shamshad Project Manager
Aziz Aslam Team Leader/Infrastructure Design Engineer
Mujahid Hussain City & Regional Planner
Saqib Mehmood Transportation Planner
Tariq Mehmood Architect
Dr. Muhammad Rizwan Structural Expert
Muhammad Salman Highway & Road Expert
Muhammad Jamil Environmental Expert
Amir Sohail Geological Expert
DETAILED DESCRIPTION OF ACTUAL SERVICES PROVIDED BY YOUR COMPANY:
 SERVICES PROVIDED:
o Master Planning, Detailed Infrastructure & Building Design and Construction Supervision.
 SECTOR OF SERVICES:
o Infrastructure Design & Supervision (Roads of about 220 km, water Supply System,
sewerage system, Storm water Drainage of Muzaffarabad Bagh, Rawalakot & New Balakot
City, External Electrification / Street Lighting of Muzafarabad and Bagh City, etc.
o Building Design/Vetting and supervision having covered area of more than 800,000 Sft.
Earthquake Pakistan 2005 did widespread damage to life and poverty, both in public as well private sector.
NESPAK being the leading consultants of Pakistan, was hired by Earthquake Reconstruction &
Rehabilitation Authority (ERRA) as Generally consultants. The generally consultancy involved Master
Planning of two cities i.e. New Balakot and Rawalakot; Planning and phasing of prepared Master Plans;
Detailed Infrastructure (Roads , water Supply and Treatment, Sewerage system, Storm water Drainage,
External Electrification etc) & building Design identified projects for New Balakot, Rawalakot and two
additional earthquake affected cities i.e, bagh and Muzafarabad; and construction Supervision.
ERRA slogan ‘Built Back butter’ (BBB) was given prime value during the planning, designing and
supervision stage.
NESPAK formed a dedicated division i.e. Disaster Management & Reconstruction Division (DMRD) to
take up this challenging task. A new team of expert was hired and blended with experienced professional
from various division of NESPAK formed a dedicated division. I.e. Disaster Management & Reconstruction
Division (DMRD) to take this challenging task. A new team of experts was hired and blended with
experienced professionals from various division of NESPAK constitute this division. Being General
consultant, NESPAK provided services for infrastructure and building design of various projects in
earthquake affected areas of AJ&K AND KPK, However, NESPAK specifically provided special services
for Development of following four cities:

New Balakot and Bakryal:


After devastating Earthquake of 2005 in Northern areas of Pakistan, the momentous town of Old Balakot
was most badly damaged. In old Balakot nearly all the building structures were damaged, roads were
blocked due to landslides. Therefore, it was decided to shift the old Balakot to a relatively safer place. The
new selected site for resettlement of old Balakot is located close to Mansehra city at Bakriyal village, about
18Km towards south-west from old Balakot city and about 20km to the north of Mansehra town.

Firm’s Name: NESPAK


MAJOR WORK HANDLED WHICH BEST
ILLUSTRATES OUR QUALIFICATION
NESPAK prepared Master Plan of New Balakot City along Detailed Infrastructure Design of
Roads, Water supply and Treatment, Sewerage System, Storm water Drainage, External
Electrification etc. and Building Design of identified objects (administrative, public, health
and education building) for the same along with construction Supervision objects. The projects
area is comprised of mountains terrain extending an area over more than 12000 kanals and
planned population more than 25000 and furnished with more than 3550 housing units. The
new Balakot Town is provided with – of the art Infrastructure services (roads, water supply,
sewerage, drainage system & electrification etc.), schools, colleges, Vocational Training
Institutes, Hospitals, Municipal Administration buildings, Mosques and commercial areas. The
project has different funding agencies for which the cost estimates in different sectors are also
worked out to accomplish the development works. The work however stopped in March 2015
due to financial constraint of funding agency. At that the about 50% physical was completed.

Rawalakot:
The earthquake left Rawalakot city totally collapsed in terms of administrative and
institutional setup, NESPAK was engaged (ERRA) to develop a Master Plan for Municipal
area of Rawalakot. The Master Plan has 25 years plan period. To know the – condition various
census surveys were also conducted. On the basis of approved final Master Plan various short
term and long term projects were identified. Later, NESPAK also provided Infrastructural
(roads, water supply, sewerage, supervision Consultancy services for Rawalakot City
Development Projects.

Bagh & Muzaffarabad City


Earthquake (2005) badly destroyed Muzaffarabad & Bagh Towns of Azad Jammu Kashmir.
Almost all the infrastructure, Public buildings and most of the houses were either collapsed or
suffered heavy damages due to major and minor crakes. Master Plan for Muzafarabad City
was prepared by JICA (Japan International Cooperation Agency) and that for bagh city was
prepared by City & Regional Planning Department (CPR) of University of Engineering and
Technology with Technical help of NESPAK DMR Division. Micro town planning,
infrastructural designing (roads, water supply &treatment, sewerage, drainage system &
electrification etc.) & building designing (administrative, health and education buildings ) and
construction supervision of the proposed projects (approved Master Plan) was entrusted to
NESPAK

DETAILED NARRATIVE DESCRIPTION OF PROJECT:


The new Balakot City to Bakryal: (2007 to 2005)
The scope of the services included Master Planning, Resettlement action plan, infrastructure
Design (Roads, Water supply, treatment , sewerage system, storm water Drainage , External
Electrification), Topographic survey, socio- economic and house hold survey, community
Need Assessment , Micro zonation & geological hazard mapping . Environmental Hazards
Assessment, Water Source Studies, Building structure (administrative, public health &
education). Design reports contract documents, Bid Evaluation & Engineer’s estimates, and
construction supervision.

Rawalakot City (2011-2017):


The scope of services included Master Planning, Topographic Survey, Census Surveys
(household survey, commercial constitutions, traffic studies, geotechnical and seismological
survey, environmental, economic and financial survey, tourism survey and infrastructure
survey etc.) Micro zonation & geological hazard mapping. Infrastructural Design (Roads,
Water Supply and treatment, Sewerage System, storm water drainage, External Electrification)
& building designs administration, public health and education). Preparation of design reports,
preparation of contract documents, Bid Evaluation & engineer’s estimates, and construction
supervision.
Bagh City (2011-2017):
The scope of NESPAK services included micro planning and designing of the approved Bagh
city development projects (BCDP). BCDP included rehabilitation of greater water supply,
services and infrastructure, roads and bridges, sewerage and drainage. Conducting topographic
survey, geological and geotechnical surveys social-economics surveys, resettlement of
earthquake affects, conservation of historical places, slum improvements, tourism and parks,
environment impact assessment & flood supply, phasing of development plan, cost estimation
and construction Supervision.

Muzafarabad City (2011-2017):


The scope of NESPAK services included micro planning and designing of the approved
Muzaffarabad city development Projects (MCDP). MCDP included water distribution
network, satellite town’s development, services and infrastructure, roads and bridges sewerage
and drainage, building works, phasing of development plans cost estimation and construction
supervision.

Firm’s Name: NESPAK


CONSULTANCY AGREEMENT
EARHQUAKE RECONSTRUCTION OF REHABILATION AUTHORITY

M. Tahir
General Manager
NESPAK (Pvt) limited.
Islamabad.
Subject: SIGNING OF GENERAL CONSULTANCY AGREEMENT

Dear Sir:
The competent Authority has approved and signed the general Consultancy Agreement with
NESPAK. One original set complete in all respect is enclosed --- for your reference, record and
future use. Whereas the other original set has been kept with the ERRA.
Thanking you
Amendment 2 (Regarding Construction
Supervision of City Development Projects)
EARTHQUAKE RECONSTRUCTION AND REHABILATION AUTHORITY
(ERRA)
SCOPE OF WORK

AMENDMENT NO.02

TO

CONTRACT
Between
EARTHQUAKE RECONSTRUCTION AND REHABILATION AUTHORITY
And
National Engineering Services Pakistan (Pvt) Limited
For
GENERAL CONSULTANCY TO ERRA
FOR
RECONSTRCUTION AND REHABILATION OF EARTHQUAKE AFFECTED
AREAS

MAY 2009
Scope of work
For
General Consultancy Agreement
Amendment No. 2

URBAN DEVELOPMENT
Client’s Acknowledgement Regarding
Involvement of NESPAK in Various City
Development Projects of Earthquake
Affected Areas
Performance Certificate Issued by NESPAK
To Various Contractors for various Sub-
Project on Client’s Request
NATIONAL ENGINEERING SERVICES PAKISTAN (PVT) LIMITED
Disaster Management & Reconstruction Division

2777/334/AA/5 2.2/

M/s CXB
C/o EA MCDP Muzaffarabad
AZAD JAMMU & KASHMIR URBAN DEVELOPMENT PROGRAME
Muzaffarabad City Development Project-AJK
Lungerpura Bridge & Access Road, District Muzaffarabad
Issuance of Performance Certificate for

With reference to your letter No. FZX-LBA-1710427 dated November 10 2017, and the
employer’s letter No MCDP/2018 dated January 22. 2018 enclosed please find performance
Certificate (in original) for the subject Project as per Sub-Clause 11.9 of CoC.

Encl: Performance Certificate


Cc:
Copy along with enclosures.
 PD PMU-MCDP
 EA MCDP Muzafarabad
Copy for information without enclosures
 COS ERRA
 Director General (Planning – iii ERRA
 Director General M & E ERRA
 Regional Coordinate ERRA Projects AJK, NESPAK
 File/Contract; Section NESPAK
NATIONAL ENGINEERING SERVICES PAKISTAN (PVT) LIMITED
Disaster Management & Reconstruction Division

Muzaffarabad City Development Project-AJK


Lungerpura Bridge & Access Road, District Muzaffarabad

PERFORMACE CERTIFICATE
Pursuant to the provision of Sub-Clause 11.9 of the Condition of Contract. The Engineer hereby
certificates that the Defects Notification Period for whole of the works has expired on September
25.2017 and that M/s China Xinjiang Beixin Construction & Engineering (Group) Co. Ltd the
contractor for the construction of the subject Project has completed his obligation to execute and
complete the work and remedied all defects to the satisfaction of the Engineer.
NATIONAL ENGINEERING SERVICES PAKISTAN (PVT) LIMITED
Disaster Management & Reconstruction Division

Rawalakot City Development Project-AJK


Improvement of Road form United Hospital to Brigade Headquarters, Rawalakot

PERFORMACE CERTIFICATE
Pursuant to the provision of Sub-Clause 11.9 of the Condition of Contract. The Engineer hereby
certificates that the Defects Notification Period for whole of the works has expired on November
21.2017 and that M/s CXB the contractor of the Construction the subject Project has completed
his obligation to execute and complete the work and remedied all defects to the satisfaction of
the Engineer.
NATIONAL ENGINEERING SERVICES PAKISTAN (PVT) LIMITED
Disaster Management & Reconstruction Division

M/s CXB
C/o EA BCDP Bagh

EARTHQUAKE RECONSTRUCTION & REHABLITION PROJECT


Bagh City Development Project AJK

Issuance of Performance Certificate for


Link Road Main Bridge Grid Station to Bani Pasari, District Bagh
With reference to your letter No. FZX-NESPAK-BCDP-2017180 dated September 12 2017 and
the Empicyer’s letter No PMU-BCDP/Adm / 2(2.1)/2151 5/WRBR/494-95 dated October 26.
2017 enclosed please find herewith Performance Certificate (in original) for the subject Project
as per Clauses 11.9.

Encl : Performance Certificate


Cc:
Copy along with enclosure:
 PD PMU-BSDP
 EA BCDP Bagh
Copy for information without enclosures
 COS ERRA
 Director General (Plaining –III), ERRA
 Director General M&E ERRA
 Regional Coordinator ERRA Projects AJK, NESPAK
 File/Contract Section NESPAK

NATIONAL ENGINEERING SERVICES PAKISTAN (PVT) LIMITED


Disaster Management & Reconstruction Division

Bagh City Development Project-AJK


Link Road Main Bridge Grid Station to Bani Pasari, District Bagh

PERFORMACE CERTIFICATE
Pursuant to the provision of Sub-Clause 11.9 of the Condition of Contract. The Engineer hereby
certificates that the Defects Notification Period for whole of the works has expired on September
29.2017 and that M/s CXB the contractor of the Construction the subject Project has completed
his obligation to execute and complete the work and remedied all defects to the satisfaction of
the Engineer.
NATIONAL ENGINEERING SERVICES PAKISTAN (PVT) LIMITED
Disaster Management & Reconstruction Division

M/s CXB
C/o EA BCDP Bagh

EARTHQUAKE RECONSTRUCTION & REHABLITION PROJECT


Bagh City Development Project AJK

Issuance of Performance Certificate for


Slaughter House, Bagh
With reference to your letter No. FZX-NESPAK-BCDP-2017180 dated September 12 2017 and
the Empicyer’s letter No PMU-BCDP/Adm / 2(2.1)/2151.10/SH/403-04 dated July 24. 2017
enclosed please find herewith Performance Certificate (in original) for the subject Project as per
Clauses 11.9.

Encl : Performance Certificate


Cc:
Copy along with enclosure:
 PD PMU-BSDP
 EA BCDP Bagh
Copy for information without enclosures
 COS ERRA
 Director General (Plaining –III), ERRA
 Director General M&E ERRA
 Regional Coordinator ERRA Projects AJK, NESPAK
 File/Contract Section NESPAK.

NATIONAL ENGINEERING SERVICES PAKISTAN (PVT) LIMITED


Disaster Management & Reconstruction Division

Bagh City Development Project-AJK

Slaughter House, Bagh

PERFORMACE CERTIFICATE
Pursuant to the provision of Sub-Clause 11.9 of the Condition of Contract. The Engineer hereby
certificates that the Defects Notification Period for whole of the works has expired on June
29.2017 and that M/s CXB the contractor of the Construction the subject Project has completed
his obligation to execute and complete the work and remedied all defects to the satisfaction of
the Engineer.
NATIONAL ENGINEERING SERVICES PAKISTAN (PVT) LIMITED
Disaster Management & Reconstruction Division

2778/334/AA/5.2.2
M/s CXB
C/o EA BCDP Muzaffarabad

AZAD JAMMU & KASHMIR URBAN DEVELOPMENT PROGRAME


Muzafarabad City Development Project – AJK
Construction of Walkways along Neelum River, District Muzaffarabad
Issuance of Performance Certificate for
With reference to your letter No. FZX-WLK-1710427 dated October 31 2017 and the
Empicyer’s letter No PMU-BCDP/Adm / 2(2.1)/2151.10/SH/403-04 dated July 24. 2017
enclosed please find herewith Performance Certificate (in original) for the subject Project as per
Clauses 11.9.

Encl : Performance Certificate


Cc:
Copy along with enclosure:
 PD PMU-BSDP
 EA BCDP Bagh
Copy for information without enclosures
 COS ERRA
 Director General (Plaining –III), ERRA
 Director General M&E ERRA
 Regional Coordinator ERRA Projects AJK, NESPAK
 File/Contract Section NESPAK.

NATIONAL ENGINEERING SERVICES PAKISTAN (PVT) LIMITED


Disaster Management & Reconstruction Division

Muzafarabad City Development Project – AJK


Construction of Walkways Along Neelum River, District Muzaffarabad

PERFORMACE CERTIFICATE
Pursuant to the provision of Sub-Clause 11.9 of the Condition of Contract. The Engineer hereby
certificates that the Defects Notification Period for whole of the works has expired on October
06.2017 and that M/s China Xinjiang Beixin Construction & Engineering (Group) Co. Ltd the
contractor for the construction of the subject Project has completed his obligation to execute and
complete the work and remedied all defects to the satisfaction of the Engineer.
MAJOR WORK HANDLED WHICH BEST
ILLUSTRATE OUR QUALIFICATIONS
Name of Project: Quetta Water Supply and Environmental Country: Pakistan
Improvement Project (QWSEIP)
Project Location Within Country: Quetta Professional staff provided by our
Name of Client: Project Management Unit Government of Company: 50
Baluchistan, Pakistan. No of Man – Months: 1.290
Name of Financing agency: Federal Government & Government
of Baluchistan.
Starting Date: Completion Date: Cost of Project:
November 23, 2004 April, 2015 PKR 17052 Million
Value of Services:
PKR 265.00 Million
Name of Associated Firm (s) if any= None No of Man-Months of Professional Staff
provided by Association Firm(s): None
Senior Staff involved and Functions Performed:
1. Mr. MP Aftab Project Advisor
2. Mr. Muhammad Iqbal Malik Project Team Leader
3. Mr. Iftikhar Ali Group Leader
4. Mr. Tariq Masood Ansari Project Coordinator
5. Mr. Malik Iftikhar Ahmed Senior Engineer
6. Dr. Tahir Hayat Geotechnical Expert
7. Mr. Abdul Khaliq Hashmi Hydrological Expert
8. Dr. Mansoor Hashmi GIS Expert
9. Mr. Tariq Manzoor MIS Expert
Detailed Narrative Description of the Project:
The project was commended in December 2004 on the directive of the then Chief Executive of Pakistan. The
objectives of the project were to develop and utilize all possible water resources, both surface and underground, in
and around Quetta to meet the water requirements.
Projects comprises of the following components:
 Rehabilitation of water supply Pipe lines.
 Replacement of Shallow tube Walls
 New Tube well in Hard Rock.
 Laying of New Conduction and Description Water Pipe lines
 Construction of Ground and Elavated Water Tanks.
 Laying of Sewerage System
 Construction of waste water treatment plans.
 Rehabilitation of storm Water drainage channels (Nullahs)
 Enhancement of Ground Water Recharge Measures.
Detailed Description of Actual Services provided by NESPAK:
 Detailed Design for Rehabilitation and expansion of existing water supply network and reservoir
capacity, wastewater disposal and construction of recycling plants, enhancement of recharge measures, and
refurbishment for existing tubewells.
 Other components of the project are construction the of WASA building, development of (GIS), Consumer
survey. Revenue Generation measures and awareness campaign regarding water conservation.
 Construction Supervision.
PROJECT MANAGEMENT UNIT
QUETTA WATER SUPPLY & ENVIROMENTAL IMPROVEMWNT
PROJECT

TO WHOM IT MAY CONCERN


This is certify that NESPAK is providing the consultants Services for planning, designing and
construction supervision of Quetta Water Supply and Environmental improvement Project.
The NESPAK has carried out their assignments --------------
I have no hesitation to recommend NESPAK to provide consultancy service for ----------
Of project at home and abroad.

Total project cost of Rs. 17.052 Million


Consultancy fee Rs. 265.00 Million
FORM-2 APPROACH & METHODOLOGY FOR
THE PROPOSED PROJECT
FORM-2 DESCRIPTION OF APPROACH, METHODOLOGY ANS WORK PLAN FOR
PERFORMING THE ASSIGMENT
A- APPROACH
2.0 BACKGROUND OF THE PRESENT PROOSAL
Public health Engineering Department, Dir Lower, Khyber Pakhtunkhwa has invited
proposal for Feasibility Study for Timergara Gravity Water Supply Scheme Dir Lower,
the project consists of construction of water intake structure, conductance main/supply main,
water treatment plant, ground storage tanks, laying of distribution network and all allied
works.
2.1 OBJECTIVES OF THE ASSIGNMENT
The prime objective of the project is to supply the potable water to Timergara City (District
headquarters of Dir Lower District) based on Gravity Flow System by exploring the new
sustainable water source (s) ensuring the gravity flow up to the water treatment plant site(s)
and to locate the water treatment plant site(s) to ensure the gravity flow up to the high ground
reservoirs or directly to the water distribution network;
2.2 TECHNICAL APPOACH
As per our understanding after having a thorough study of RFP; the client desires review of
existing drinking water and sanitation facilities in the project area in order to prepare
feasibility study comprising of field surveys/investigation and studies for Master Planning
and designing of water supply system including treatment plant. The transportation of raw
water from the source up to the water treatment plant and distribution of potable water in the
city shall be based exclusively on gravity system as far as possible.
2.3 PROJECT AREA DESCRIPTION
The project area companies Timergara City which is located on the east bank of the Panjkora
River. It lies at an altitude of 823 meters. The town is the site of excavated graves of Indo-
Aryans, dating from 1500 to 600 BC. It is an important and popular tourist destination due to
Chitral Corridor, tourist spot (Kumrat) of Dir Upper and others scenic Darras of Dir Upper.
Total urban population of 40373 persons according to census 2017.
2.4 SCOPE OF SERVICES
The scope as defined by the client is given in the RFP is as follows:
a) Review of Existing Water Facilities in the project area;
b) Collection and Review of available data;
c) Conduct Topographic Survey;
d) Review and Updation of Soil/Geotechnical Investigation;
e) Conduct Hygrological Study;
f) Preparation of Detailed Design including BOQ and Engineers Cost Estimate of Intake
structure, water Treatment plant, Water Storage Tanks and All Other Allied Structures and
Equipment;
g) Preparation of Technical Specification and construction Drawings;
h) Preparation of EIA/IEE
i) Preparation of Biding Documents
j) Rationalization of Land acquisition area; and
k) NRW Reduction Plan

3. INNOVATIVENESS OF THE PROPOSAL


The consultants possess innovativeness for the design of gravity flow supply system which is
described as under:
 Use of GIS Techniques
i. Digital Elevation Model (DEM) shall be analyzed using GIS software for the
following:
a. To identify the possible routes of conduction mains from water source
(s) to the water treatment plant site (s):
b. To identify the influence/feeding area of each high ground reservoir
(existing and to be proposed) in the Timergara City.
ii. Land use map depicting the different type of land uses and Population /
Population density shall be prepared using GIS.

 Use of Water GEMS Model


i. Bentley Water GEMS model shall be used for the following
a. Analysis of conclusion main and water distribution system;
b. Water demands shall be distributed using GIS and Bentley water
GEMS software comparing the following major features;
 Thiessen Polygon Method shall be utilized to determine the
service area of identified nodes in the water distribution model
(Refer to Figure-1)
 Load Builders Wizard shall be utilized to assign Elevation to
each node and tanks/reservoir.
C- METHODOLOGY FOR FEASIBILTY STUDY AND DETAILED DESIGN
The methodology for design of gravity flow water supply scheme Timergara is presented under
the following paragraphs:

2.5 SIGNING OF AGREEMENT


After receipt of letter of intent for engagement of the Consultants. NESPAK will enter into a
formal consultancy agreement with client. The agreement will describe the detailed services to
be provided, duties and obligations of the consultants, responsibilities and obligations of the
Client and terms and condition of engagement and mode of payment etc. The agreement shall be
framed in conformity with the Pakistan Engineering Council’s Standard Form of Contract for
Engineering Consultancy Services (Lump Sum Base); June 2007.
Upon signing of the Consultancy Services Agreement, Consultant’s Team Leader will become
responsible to carry out following activities.
a. Overall management of the project;
b. Liaison with client;
c. Monitoring and Coordination with other specialty division of NESPAK;
and
d. Completion of work as per time schedule.
The team leader will be responsible for an effective and efficient handling of the project
activities. He will also be responsible to ensure the quality assurance of all studies, plans and
documents according to ISO 9001
It is also envisaged that client may appoint a representative to interact and coordinate with
NESPAK’s Team Leader. The appointed Project Director of Client shall arrange all the meetings
& discussions with Government Department, Concerned Authorities & relevant stakeholders.
Moreover, data collection process may also be coordinate and supported by the client.

2.6 MOBILIZATION
After signing of the agreement with client, the consultants will depute nominated team of
professionals who will be working on the said project and will mobilize the project to start the
project activities. Each key personnel will be assigned specific task(s) to be carried out. The
designated Team Leader will be deployed to organize the project activates.
2.7 PROJECT KICK OFF MEETING
At the outset, Project team would arrange a kick-off meeting with the client to better understand
the requirements of Client. It would be more advisable that other stakeholders, if any, may also
attend this kick off meeting.
2.8 RECONNAISSANCE SURVEY OF THE PROJECT AREA
A reconnaissance survey of Project area shall be carried out by Consultant proposed team of
experts comprising Water Treatment Expert, Water Supply Engineers, Hydrologist.
Environmentalist, Sociologist. Surveyors and Economist etc. to have the feel and general idea of
the project area as well as to know the surroundings and existing situations prevailing in the
project area. The team of Professionals will visit the site to perceive, but not limited to. The
following features of the project area:
a. General terrain, geology, and topography of the area:
b. Water source availability
c. Existing infrastructure in the study area: and
d. Existing structures condition in the area;
Collection review and analysis of existing data/reports/drawings and finding of
reconnaissance visit will help in project execution. During the site visit a comprehension plan
will be discussed and finalized with the client for on time completion of all project activities.

2.9 INCEPTION REPORT


Consultant will prepare and submit an Inception Report within 45 days of signing of agreement.
After initial field survey: meetings with client. Concerned government officials and stakeholders
will be held to ascertain the project scope in detail. As per TOR, it will include at least
followings:
a) Scope
b) Objective
c) Understanding of TORs;
d) Methodology/Implementation strategy;
e) Work Plan;
f) Tools, technician, procedure &timelines;
g) Desk review and gaps identification in the existing studies (if any)
h) List of expected outputs and deliverables to seek formal approval from the client; and
i) Project / activity team.
It will cover all the activities to be performed as per TOR within the stipulated time frame. In
addition, it will also show up the facilities. Data / information and other assistance being or to be
provided by the client.

2.10 MEETING WITH STAKEHOLDERS


A series of meeting will be carried out by the consultants with the project stakeholders to identify
problems and issues associated with the existing water supply system and acquire feed-backs to
address the problems associated with the above said systems.

2.11 SITE VISIT AND DATA REQUIREMENT


The collection of related available information/data from the Client and concerned
departments/agencies and through field visits is considered as first study and evaluation of
existing water supply system and design of proposed water supply system therefore, the
following data shall be acquired (if available) for assessment of aforesaid systems.
a) Project Area boundary;
b) Present population
c) Population census report and population growth rates;
d) Layout plans of water supply system;
e) As built Drawings
f) Existing utilities like LT/HT power Lines, telephone lines, gas pipeline (if any) etc.;
g) Water requirements;
h) Hydrologic Analysis of the Rivers system and sources
i) Geological and geotechnical investigation
j) Topographic Survey
k) Flow in River
l) Water availability around the year
m) Water quality test report
n) Condition of water treatment facility (if any)
o) Provision of the fire demand (if required); and
p) Design reports
2.12 STUDY AND EVALUATION OF EXISTING WATER SUPPLY SYSTEM
Based on existing studies and available information, the consultants shall undertake a rapid value
engineering analysis to evaluate the cost effective engineering solution of water supply systems
ro address water supply needs of the source areas. The potable water supply of water would be
assessed against other alternatives, quality of water and methods of treatment. The study of
existing water supply system shall include the following:
a) Existing population and associated water requirements;
b) Location and type of water source;
c) Sustainability and quality of existing water source and comparison of the same with the
required quality of water;
d) Adequacy and sufficiency of the water treatment facility (if)
e) Required and existing number, capacity, head and operating hours of Tube wells (if any)
f) Pipe material condition of pipe network and route of water transmission main;
g) Required and existing number, capacity and height of high ground / elevated tanks (if
any).
h) Location and condition of fire hydrants and garden/yard hydrants (if any); and
i) Condition and location of valves (sluice valve, non-return, air valve, pressure reducing
and washout valve): and valve chambers; and
The existing water supply system shall be comprehensively evaluated and shortcomings/gaps
in the system will be identified. The steps presented in the succeeding paragraph shall be
adopted for the design of water treatment plant along with conveyance system.

2.13 GIS BASED ANALYSIS


GIS is a technology which provides an efficient mechanism for handling projects comprised
of utility network. GIS will help in analyzing water requirement by performing different
geospatial analysis on utility utility network catering different parameters like population
density, water usage, water quality etc. Efficient and pragmatic design will be developed with
the help of GIS.

2.13.2 Capacity Assessment


GIS will assist the project team in analysis and assessment of capacities of existing water
supply network it not only includes the existing supply and demand of drinking water but
also other technical details including details of the physical infrastructure. All of this data
will also be stored in GIS database for integrated GIS based analysis.
2.13.5 Development of Land Cover
Detailed Land Cover of the project area will be developed on the simple on the scale of 1:
2000 will be developed Land Cover consist of different thematic classes including but not
limited to the following:
a. Settlement;
b. Built-up Area
c. Vegetation
d. Water Bodies
e. Roads; and
f. Barren area, etc.
2.13.6 Incorporation of Topographic Survey Data
After execution of topographic survey at suitable scale, topographic data will be incorporated in
the GIS database. This data will primarily include elevation points, contours, geomorphic details,
waterways, depression areas, physical infrastructure (transmission & distribution power lines,
optical fiber cables, telephone lines etc.) and other necessary details. Topographic data is vital in
ascertain the feasibility of the project and also to carry out different analysis and quantifications.

2.13.7 Development of Digital Elevation Model


From the topographic data. Digital Elevation Model (DEM) of the project area will be developed
using appropriate method. DEM will be very helpful in determining slope variation and solving
design implications of the water supply network. All of these processes will be carried out in the
GIS environmental.

2.13.8 Mapping of Existing Water Supply Network


Existing Water Supply Network will be mapped with the help of secondary and primary data
mapping exercise along with all the information about hydrological features and hydraulic
structure This information will be part of the GIS database.

2.13.9 Incorporation of Primary Data


All the collected primary data including topographic and demographic survey data, will be
transformed and incorporated in GIS for determination of different parameters and further
analysis. Interpretation of data will be carried out with the help of primary data. Primary data
incorporation will also serve as the ground-trothing tool for the already acquired secondary
data and will also prove helpful in identification of gaps in the data, if any.
2.13.10 Geo-Spatial Analysis
Necessary geo-spatial analysis will be carried out in GIS environment using appropriate
software tools. Geo-spatial analysis will consist of,
a) Overlay Analysis:
b) Proximity:
2.13.10.1 Environmental and Social Impacts Quantification
All the quantification environmental and social impacts, determined by the relevant expert, will
be mapped and quantified in GIS environmental. It includes primarily determination geo-statics,
quantification of hotspot of environmental and social concerns, etc.
2.13.10.2 GIS Activities in Other project related studies
GIS team will assist other experts in various project activities such as:
a. Environment & social Impact Assessment;
b. Proposed Water Supply;
c. Assessment of Existing System;
d. Hydrology Study;
e. Identification of Feasible Water Source in the Area for Construction of Water Supply
scheme; and
f. Topographic Survey Investigation.
2.13.10.3 Development of Maps
All the required maps will be developed depicting location, distribution and key information of
water supply system of the project area. Apart from water supply maps, other maps showing
different aspects related to environment, social implications, demography, hydrology, design,
and of other specialties of the project.
2.13.10.4 TOPOGRAPHICS SURVEY
The scope of the work is outlined but not limited to;
a) Collection of data available reports drawings and others with the client:
b) Review or Study of topographic survey report and data:
c) Site reconnaissance;
d) Verification of horizontal and vertical points with Survey of Pakistan Bench Marks in the
project vicinity.
e) Verification of cross section where required and other related works for review
upgradation of design works;
f) Random verification of topographical survey inside the project boundary and
g) Topographic survey review reports and deliverables.
2.13.11 Layout Proposed Network
After performing different geo-spatial analysis, incorporating all the inputs from different expert
involved in the study and applying criteria to determine water supply demand, proposed network
of water supply will be mapped in GIS, overlaid with satellite imagery and other base maps.
Different layouts will be developed to depict various aspects of the proposed water supply
network.

2.13.12 Environmental and Social Impacts Quantification


All the quantifiable environmental and social impacts, determine by the relevant expert, will be
mapped and quantified in GIS environment, it includes primarily determination geo-statics,
quantification, identification of hotspot of environmental and social concerns, etc.
2.13.13 GIS Activities in other project related studies
GIS team will assist other experts in various project activities such as:
a) Environmental & social Impact Assessment;
b) Proposed water Supply
c) Assessment of Existing System;
d) Hydrological Study;
e) Identification of Feasible Water Source in the Area for Construction of Water Supply
Scheme; and
f) Topographic Survey and Investigation
2.13.14 Development of Maps
All the required maps will be developed depicting location, distribution and key information of
water supply system of the project area. Apart from water supply maps, other maps showing
different aspects related to environment, social implications, demography, hydrology, design,
and of other specialties of the project.
2.14 TOPOGRAPHICS SURVEY
The scope of the work is outlined but not limited to;
a) Collection of data available reports drawings and others with the client:
b) Review or Study of topographic survey report and data:
c) Site reconnaissance;
d) Verification of horizontal and vertical points with Survey of Pakistan Bench Marks in the
project vicinity.
e) Verification of cross section where required and other related works for review
upgradation of design works;
f) Random verification of topographical survey inside the project boundary and
g) Topographic survey review reports and deliverables.
The Topographic survey reports and data available will be collected from the client, these
datasets and reports will be reviewed and a standard procedure will be adopted for the
verification to carried out topographic survey. A list of Bench Marks previously establish
will be prepared and a work plan will be finalized for review of available and carried out
Topographic survey.
A comprehensive work plan will be prepared and executed in the field by qualified survey
team, under guidance and supervision of the project Manager. Site reconnaissance survey of
the project area will be carried out to access the field conditions, general topography, location
of the Bench Mark /control points and location of the used survey of Pakistan Bench Mark.
The survey team will be mobilized to the site for the shorter duration for the checking and
authenticating of survey control points/bench marks. The survey team will identify the
survey control points and horizontal and vertical control will be checked, these bench marks
will also be checked with the survey of Pakistan Bench Mark.
The random data of topographic survey will be checked at different areas for quality
assurance of the data by using the GNSS equipment in RTK mode. The collected field data
will be processed in the site of the art Global Navigation Satellite System (GNSS) TBC
processing software having accuracy in millimeters.
The observed data will be plotted in the AutoCAD in the form of points and will be overlaid
to the existing survey data. The authenticity of the previously carried out survey by the
survey contractor will be established for water supply scheme.
The methodology for review of the survey, instrument used, projection system, control
networks and observations will be cover up in the Topographic Survey Review Report.

2.15 Hydrological Study


As per ToRs hydrological studies for the project envisage the following components:
a) Estimation of the water availability at the intake points by accessing the historical
flow data.
b) Design flood estimation data for the intake structure.
c) Water requirement projection and bankability of the source.
All hydro-meteorological data including iso-hyetal maps, daily & hourly rainfall, and
observed discharges will be collected from the previous reports, consultant's own archive and
concerned agencies like Pakistan Meteorological Department (PMD), Surface Water
hydrogeology (SWH) and KP Irrigation Department, District Governments etc.
The data consistency checks will be applied which may include comparison of rainfall-runoff
yields with nearby stations and data consistency & homogeneity checks (F-test. t-test. Trend
analyses, and double mass curve analyses). Further, the data gaps will be filled using
correlations and station year approaches. If the catchment has no hydro-meteorological data,
the data of the adjacent catchment(s) will be transposed using empirical equations.
2.15.1 Water Availability Studies
Tie flow data of Panjkora River and/or other nearby streams will be synthesized. In case of
non- availability of stream flow records, rainfall data will be used to estimate the water
availability. For the gauged streams, flow series will be estimated using observed daily
discharges availability. For the gauged streams, flow series will be estimated using observed
daily discharges.
For ungauged streams, water availability from rain-water harvesting will be assessed by
Curve Number Method of United States Natural Resources Conservation Service (US-
NRCS) which determines the runoff depths from daily rainfall. The method takes into
account various factor affecting runoff from a given amount of rainfall such as soil, land use,
type and density of vegetation and degree of wetness of watershed, represented by Curve
Number (CN). A spreadsheet model will be developed to estimate the daily runoff depths
from rainfall. The model accounts for anticipated moisture conditions (AMC) based on
rainfall depths of last five days and accordingly select the application of CN for the day.
Daily runoff depth will be estimated keeping in view the losses as per selected CN. the flow
series will be used for the development of flow duration curves and availability of flows
against the percentage of time. The seasonal and annual water availability of the tows a veil
be analyzed and historic data of 30-40 years will be used to ascertain the selected source at
monthly and annual time scales. For the projection of availability of the source it shall be
assumed that same flow pattern repeats after the completion of the project.

2.15.2 Flood Studies


The flood studies will be required to estimate design discharges at the intake structure.
Floods of various return periods will be estimated by the frequency analysis of the
instantaneous peak discharges recorded at relevant stream gauging site.
In the absence of discharge data. rainfall data will be used. Rainfalls of various return periods
will be estimated through rainfall frequency analysis. Depending upon project drainage areas
rational method and/or curve number method of U.S. Natural Resources Conservation
Service (US-NRCS) will be used to determine the peak flood discharges of various return
periods from rainfall. Rational method will be applied for catchments smaller than I km2
while for larger catchments curve number method will be used. Curve number method takes
into account various factors affecting runoff from a given amount of rainfall such as soil.
land use. type and density of vegetation and degree of wetness of watershed,
represented by Curve Number (CN). These parameters would be assessed through field visits
end the information available of the topographic sheets of the area.
2.16 HYDRAULIC DESIGN
Design of the Intake structure will be prepared. Intake structure will be sited at an appropriate
location to ensure feeding the water supply system with required flows. The selection of
intake Type, e.g gated/ungated weir type intake, would be decided based on the site
conditions and amount flows to be diverted.
The design of intake should focus on the following:
a) Diversion of required water supply discharge is met throughout the year
b) Approach conditions to the intake structure
Stilling Basin
Energy dissipation arrangement is another aspect that needs careful consideration. Water level
plays an important role in effective and efficient energy dissipation. The stream bed at the
downstream of the structure is expected to degrade due to comparatively clear water and high
velocities. Stilling basins are provided to reduce access energy and to safe the structure.

2.16.2 WATER SUPPLY CHANNEL


If a channel is required for conveyance of diverted flows from water supply intake, design will
be carried out to make sure it meets the planning requirements. The design of channel will be on
Manning's channel design criteria which will include the following: Channel capacity be set as
per the discharge required to be diverted from the intake; Appropriate channel section
(rectangular or trapezoidal) with stable side Slopes, bed slope dimension and channel lining will
be selected: adequate freeboard will be provided to prevent overtopping; and Flow velocities will
be ensured to prevent siltation and erosion of channel bed.
2.16.3 PIPE CROSSINGS
The pipeline for water soppy to Timergara can encounter natural stream/channel along the
pipeline route. These streams can either be perennial or non-perennial. Topographic surveys for
the pipeline along with the proposed alignment will confirm if pipelines cross & me stream or
channel. Pipeline crossings will have to be planned and designed at these locations. The
hydraulics team will plan and design these crossing so that the pipeline can cross the natural
streams or channels safely, without disturbance in their path.
The hydraulic design of these crossings must ensure safe passage of extreme floods expected at
the encountered streams. Also, the crossings must be able to withstand high flow velocities and
avoid scouring. The water supply pipeline can either be surface pipeline or buried depending
upon pipeline bottom levels. slope and site topography. The hydraulic analysis of these pipelines
crossing is briefed as follows
Surface Crossings
Pipeline crossings provided at the surface must located above all maximum possible flood flows
expected at site. The flood computed by hydrological experts, will be used to determine at
highest flood level. The bottom of pipeline will be provided above this level with adequate
freeboard.
The crossing will be supported on pedestals resting on piers. The provision of piers will depend
upon the width of the natural stream or channel. The hydraulic engineers will ensure that the
flow passage is smooth at the piers and no flow separation takes place. The flow depths and
velocities will be calculated to assess the flow condition in the channel/stream during low and
highs flows.
Scour depth will be estimated at the river bed and banks of the channel or stream. The protection
works i.e., stone apron, stone pitching, lining etc. will be provided accordingly at bed and banks
to avoid possible scouring and erosion.
Buried/subsurface Crossings
In case the pipeline is buried, a subsurface Pipeline crossing will be provided, the subsurface
pipeline can be exposed due to scouring or erosion of the Stream or channel bed. Scour at the
pipeline crossing will be a localized event that is associated with passage of one or more floods
event and/or site specific natural or manmade hydraulic conditions.
The subsurface crossings must be buried deep enough to remain undisturbed by scour throughout
passage of the peak flows. Maximum Scour depth will be computed by the hydraulics engineers
to prevent exposure of subsurface pipeline crossings, Necessary protection measures will be
proposed so that scouring is avoided, preventing exposure of buried pipelines.

2.17 DESIGN OF CONDUCTION MAIN


The following methodology shall be adopted for the design of conduction main to transport the
raw water from water source to water treatment plant.
2.17.1 Population Estimates
Population to be served is a pre-requisite for the design of any infrastructure facility. The
assessment of population will be based on available data (Census Report), consultant's
recommendation an and Client's advice. The Consultant will review and update the population
estimates.
2.17.2 Water Demands Projections
The present and Water future water demands projections will be made on the basis of present and
projected population.
2.17.3 Raw Water Conveyance System
The consultant will study the available possible routes and will check the suitability of the routes.
The Consultant will suggest various options for the conveyance of raw water from source to
water treatment plant through gravity-based system considering the following:
3) Pipe size and material;
b) Length of conveyance system / pipe; and
c) Pipeline Route.
2.18 DESIGN OF WATER TREATMENT PLANT
The design of water treatment plant and suggested technology will be prepared. The Consultant
will discuss different technology / options based on the raw water quality and the required
quality of treated water.

2.18.1 Selection of Water Treatment Technology


The treatment process and plant components will be proposed based on merits and demerits of
each option. As the selection of treatment, technology mainly depends on the raw water
characteristics. The water quality testing of source water at intake point of treatment plant will be
performed. The treatment water parameters will be harmonized with guideline values of world
Health Organization. (WHO) and National Drinking Water Quality Standards of Pakistan. The
values of some of the key parameters to be mentioned in drinking water are presented Table-1.
Table 1: Standard / Guideline values of some main water quality parameters
Sr. No Parameters Pakistan Standards WHO Guidelines
Values Values
i. Turbidity (NTU) <5 <1
ii. TDS (mg/l) <1000 <1000
iii. Coliform Nil Nil
iv. Arsenic(mg/l) <0.05 0.01
v. Nitrate (mg/l) <50 50
vi. Fluoride (mg/l) <1.5 1.5

The treatment technologies commonly used for the treatment of surface water include;
a) In-line filtration
b) Direct Filtration
c) Conventional Water Treatment (Slow Sand Filtration and Rapid Gravity Filters); and
d) Membrane Filtration
2.18.2 Design Flows
The sizes and specific design factors for minimum, average, and maximum flow conditions of
the major treatment processes and waste handling systems will be determined.
2.18.3 Process Flow Diagram
The schematic process flow diagram for selected technology will be prepared indicating all
treatment units’ equipment for both the primary treatment process and waste handling systems.
2.18.4 Development of Layout Plan of Plant
The layout of plant showing the arrangement of treatment process units and others related
facilities such as Admin Building, Laboratory, Workshop, Staff residences, Chemical Handling
and Storage and water storage with respect to site topography will be prepared.
2.18.5 Development of Hydraulic Profile
The hydraulic profile indicating water levels through the plant components at normal and peak
flow rates, for both the primary treatment process and waste handling system will be prepared.

2.18.6 Residential Management Facility


The handling and ultimate disposal facility for treatment plant residuals/waste including off-site
waste transport requirement will be assessed. Phasing of water treatment plant taking into
consideration the present and future population of the project area will be considered.
2.18.7 Site Selection for water Treatment Plant
The following factors shall be considered to analyze the suitability of the site for water treatment
plant.
a) Preferably gravity based system ort with minimum pumping requirement can be
achieved;
b) Land use and environmental issues;
c) Geotechnical Consideration
d) Existing and planned Developments
e) Availability of power and accessibility to existing and planned power source: and
f) Accessibility of Plants Site.

2.19 DESIGN OF WATER DISTRIBUTION NETWORK


The water distribution network shall be designed considering the following methodology:
 Establishment of Design Criteria
Different departments/ agencies have developed criterions for development of
housing projects. The consultants will establish design criteria taking into
consideration the best
Engineering practices, climatic and sicio-economic conditions of the Project Area.
The design criteria will mainly comprise;
a) Design Horizon;
b) Design Population;
c) Domestic Water Demand;
d) Commercial water demand;
e) Industrial water demand;
f) Unaccounted for water
g) Demand fluctuation factors, maximum day demand and peak hourly demand;
h) Water treatment technology to be adopted and residential management;
i) Water storage requirements;
j) Required terminal pressure;
k) Pipe material;
l) Material for internal lining and external coating;
m) Location of valves; and
n) Criteria for service connection.
The above parameters depend upon a number of considerations like climatic
conditions, socio-economic aspects of the population, availability of water, land use,
development pattern including size / area of dwelling units and available construction
material. These factors need very careful study as these are the vital factors which not
only determine the sizing of various components of the distribution system but also
grossly affect the initial capital investments.
The design criteria so developed will be discussed and submitted to the client for
approval.
 Population Estimates
Population to be served is a pre-requisite for the design of any infrastructure facility.
The assessment of population will be based on available data, consultant’s
recommendation and client’s advice.
 Water Demands Projections
The present and future water demands projection will be made on the basis present
and projection population.
 Location of Service Reservoir (s)
The best location of services reservoirs and feed point in the water distribution
network will primarily be governed by natural topography of the area.
 Development of Distribution Zones
The areas to be served will be divided into various distribution zones taking into
consideration its topography so as to have an equitable distribution of water and to
facilitate ease of operation and maintenance. Each subdivision will preferably be dealt
with as an isolated water supply distribution zone.
 Development of computer Model and Analysis of the Network
Based on the network configuration, water demands, location of reservoirs, feed
points etc. computer model will be prepared for analysis of Network. The computer
model will be based on Bentley WaterGEMS software for network analysis.

 Network Analysis on Computer Model


The analysis of network will provide:
a) Optimum sizes of pipe in the network to handle peak hour demand without
compromising the pressure requirements;
b) Location of ground/elevated reservoirs, capacity and required in the distribution
network for entire design horizon will be evolved and marked on final maps.
c) Most appropriate location of feed points from water reservoirs.
Based on the above analysis, the pipe diameters required in the distribution network
for entire design horizon will be evolved and marked on final maps.
 Location and Sizing of Reservoirs
The location of reservoirs is very critical and is determined during the network
analysis. Various trials will be made for network analysis for alternative reservoirs
locations to determine the most appropriate location and height such that these
reservoirs perform their function efficiently to balance supplies during various flow
condition with required pressure. The sizing of reservoirs will be based on the design
criteria foe storage requirements.

2.20 NON-REVENUE WATER (NRW) REDUCTION PLAN


The following are the basic steps for NRW reduction plan:
Study the water consumption pattern in the DMA zone;
• Detect leakage and illegal connections in the DMA zone;
• Economize the utility of water in that area; and •
2.20.1 Revenue generation from certain DMA.
Development of District Metering Zone
The consultant will prepare District Metering Zone (DMZ) for entire Project Area by
dividing into number of zones. The technique for the establishment of DMZ shall be
as follows:
The consultant will support the client to develop a strategy to reduce physical and
commercial losses in the project area. The consultant will prepare Non-Revenue
water reduction plan and will establish district metering zones. The project area will
be divided into number of zones. The principles behind the establishment of these
zones will be as follows:
 Each zone should have a well-defined permanent boundary and appropriately sized so
that flows can be regularly monitored;
 Each zone can have a single water source or multiple depending upon the proposed
network. each source will be connected with bulk water flow meters:
 Sufficient valves should be placed in the DMA zone so that any area could be isolated
during the leakage detection process.
2.21 GEOTECHNICAL INVESTIGATION
2.21.1 Review of Provided Data
Following tasks will be fulfilled after receiving of geotechnical investigation data from the client.
a) Review of planning and quantum of original field & laboratory investigations.
b) Checking the adequacy of available geotechnical data.
c) Deficiencies in the available data.
d) Review of soil / rock parameters.
e) Checking adequacy of the foundation w.r.t the type of proposed structure as mentioned in
ToR.
f) Planning of confirmatory geotechnical investigation as per structural requirements (if
required).
2.21.2 Updating of Provided Data
After review of provided data confirmatory geotechnical investigation (if required) will be
planned as per structural requirements. The confirmatory investigation will mainly include:
Field Investigation:
 Execution of boreholes of appropriate depth below existing ground level (EGL) using
straight rotary drilling/ percussion boring method.
 Continuous core drilling in bedrock (if encountered).
 Performance of standard penetration test (SPTs) in the boreholes in overburden soils
along with the collection of distributed soil samples.
 Collection of undisturbed soil samples (UDS) from overburden soils using thin walled
tube samplers.
 Collections of groundwater samples from boreholes, if encountered.
 Logging of boreholes.
 Establishment of coordinate and ground elevation of all the boreholes.
Laboratory Testing:
The laboratory testing will be carried out at an approved laboratory. Selected representative
samples of soil / rock and water obtained during site investigations will be subjected to
appropriate laboratory tests to evaluate the following engineering properties: \
• Classification
• Shear strength of soil / rock samples
• Compressibility characteristics
• Chemical characteristics
• Other relevant engineering characteristics
The confirmatory geotechnical investigations will be carried out by a 3rd party / drilling firm
which will be hired as per KPPRA Rules.
All provided geotechnical investigations data and geotechnical recommendations will be updated
on the basis of findings made after review process and confirmatory geotechnical investigation.
2.22 STRUCTURAL WORKS
The approach towards this project will be to ensure effective, efficient and structurally viable
design that will satisfy the functional requirements as well as the site-specific technical
condition. The site specific conditions/constraints include topography, hydrology, geology,
seismology existing structures, construction time, construction materials and construction
technique. All these conditions will he thoroughly investigated, analyzed, evaluated and possible
structural solutions to arrive at an optimum design. It is believed that a solution with the
minimum initial cost may serve as a guideline, but it may not necessary be the optimum solution.
A deeper and broader perspective aimed at minimizing the life cycle cost based on
considerations of durability, functionality, maintainability as well as its long term contribution to
the economy has to be considered.
The design methodology will be focused on achieving conceptual unity amongst different aspect.
In feasibility study the proposed structures will be checked against various loading condition
using computer aided modeling to evaluate their response. Results will be evaluated by
structural experts. to reach an optimum solution. We do not overly rely on the computer software
for the structural design. Modern analysis tools can be extremely efficient and detailed. but they
are not substitute for an experienced designer's judgment. They can only facilitate the judgment.
Both assumptions and limitations built-in in these properly be understood by. the designer .
NESPAK's Structural Engineering Division lays particular emphasis on this aspect. Similarly, all
works are effectively and appropriately cross-checked to ensure that error-free designs are
produced.
2.22.1 Structural Components
Following are the main possible structural components of the project.
• Intake structure
• Siphons
• Aqueduct
• Super-passage
• Cubes
▪ Water Treatment Plant.
• Storage reservoir
• Other allied structures of water supply scheme
• Building Structures
2. 22.2 Design Codes/Standards
Structural design criteria that will establish the basis of analysis/design shall be formulated.
Following design standards shall be followed.
• Material and testing
ASTM (American Society for Testing and Materials)
• Water retaining structures and other facilities
BCP (2007) Building Code of Pakistan

WPC PHB (1967) West Pakistan Code of Practice for Highway bridges
AASHTO LRFD Bridge Design Specifications, American Association of State Highway and
Transportation Officials.
ACI318-Latest Building Code Requirements for Reinforced Concrete Institute.
ASTM A615 Specification for Deformed and Plain Billet Steel Bars for Concrete
Reinforcement
ASTM C150 Specification for Portland cement.
ASTM C33 Specification for Concrete Aggregate
UBC 1997 Uniform Building Code of USA.
EM USR Relevant Manual of U.S Army Engineer
ACI 350R (Building Code Requirement for Water Retaining Structure)
ASCE 7-10 Minimum Design Loads for Buildings and other Structures.
ACI 371 R-08 Guide for the Analysis, Design and Construction of Elevated Concrete and
other Composite Steel-Structure Water Storage Rank.

 Software
The following relevant latest engineering software will be used to carryout analysis of
various components.
a) ETABS (Extended Three Dimensional Analysis of Building System)
b) STAAD PRO ( Structure Analysis and Design Program
c) SAP ( Structural Analysis Program)
d) SAFE ( Slab Analysis Using Finite Element Method)
2.23 ELECTRICAL WOEKS
Electrical Distribution System (0.415/0.23kV) shall be analyzed and load be estimated for
specified CWTPs and allied structure through site surveys and in coordination with relevant
authority for proposing power distribution schemes for the said system.
The optimum electricity distribution plan shall be adopted to keep losses and the voltage profile
within prescribed limits. Cables sizing and panel configuring shall be finalized accordingly. The
services shall also include sizing of transformer/DG Set and LV cables.
The illustration of the same shall also be done as per lux requirements. Energy efficient fixtures
shall be proposed as per international standards.
Design Criteria will be assessed as per project specified requirements and electrical loading
sheets shall be reviewed and finalized accordingly.
The plan/layouts including single line diagram shall be evaluated in consideration with the
specified limits for voltage drop and losses allowed by the relevant power distribution authority
in the project premises.
2.24 MECHANICAL WORKS
2.24.1 Design of Gate Equipment for Intake
The design of new gate equipment for the intake (i.e gate leaf, embedded parts and hoisting
equipment) will be carried out considering simplicity, economic viability, employing best
materials of construction, coating requirement for corrosion protection ensuring long life proper
sealing arrangement to avoid leakages, local and remote operation employing modern
approaches wherever possible depending upon the local conditions. The type of the gate will be
selected for easy operation by one person. All the design loads including dead loads, hydrostatic
loads, wind loads, live loads and frictional forces due to sealing system will be taken into
account. The design will be on the basis of the established design criteria and international
standards i.e. ASME. ASTM, USBR, AISC, DIN, TSGP, SSPC, AWWA, API & HI etc.

2.24.2 Design of pumping Station and Raw Water Mains


For design of raw water mains conveyance system, the project might involve new pumping
station, station piping and their allied electro-mechanical equipment. The whole system will be
designed in accordance with applicable requirement or relevant standards and modern
techniques. Sufficient NPSH will be provided to avoid any cavitation of the pump, the hydraulic
design of the pump station will be carried out for smooth flows. The design heads of pumping
system will be calculated considering hydrostatic head all minor and major losses i.e frictional
losses in the pipes, losses through the valves and fitting etc. the type capacity, speed and stages
of the pumping units will be selected considering low operational and maintenance cost, higher
efficiency and easy maintenance. The pump will be selected for rendering intended duties
individually as well as part of the whole system to more accurately match the water supply
demands throughout the year under the project’s climate and environmental conditions. The
pumping units and control system will be designed for best operation of the pumps. Due
consideration will be given to the layout of the pumping units and control system taking into
account the irrigation of more sophisticated and efficient technologies process.
Design of the pipeline will be based on determination of shortest possible route, economical
diameter and thickness of the pipeline, type of internal lining and external coating for long life
with having lower coefficients of friction to reduce pumping head,
Intake and outlet piping, storage tanks for raw water in canal closure seasons & valves will be
designed according to applicable standards.

2.25 ENVIROMENTAL IMPACT ASSESSMENT


As per project information provided in the TOR, the Project will be required to carry out an
Environmental Impact Assessment (EIA) study as per KP Environmental Protection Act, 2014.
The methodology is based on the consultant’s understanding of the TOR provided and our
previous experience on similar assignments. The various activities to be performed by the
Consultants for proposed Project are listed in the following sub-division.

2.25.1 Review of all Available Data


Consultants will review all available data comprising documents, PC-1, maps, plans, and any
other previous study related to the project and project area for assessing environmental and social
constraints of the project.

2.25.2 Review of Relevant Legislation, Policies and Guidelines etc,


Consultants will be responsible to review all applicable and relevant national and international
legislation, policies, and guidelines, treaties and laws related to the proposed project.

2.25.3 Analysis of Alternatives


Consultants will be responsible to study/analyses all the possible alternatives for the construction
of gravity flow water supply scheme including water treatment plant in terms of their potential
environmental, social and economic impacts.

2.25.4 Delineation of the Area of Influence (AOI)


For EIA study, it is important to delineate a clear demarcation of the study Area/AOI. The study
Area includes the actual Project site as well as the area in the surrounding at which negative or
positive impacts may be foreseen due to implementation of the proposed project.
The extent and limits of the AOI will be finalized during the field visit.

2.25.5 Baseline Study


Baseline of the project area will be established using following methods;
 Literature Review
 Desktop Study
 Public consultations
 Field studies; and
 Environmental Monitoring, Sampling and Testing.
The collection of baseline data on the physical, ecological and social environment is as follows
but not limited to this;

Physical Environmental
 Ambient Air Quality (NOx, Sox, CO, CO2, PM10, PM2.5 etc)
 Prevailing Wind Direction and development of Wind Rose;
 Soil and Water Contamination Assessment;
 Climate;
 Noise Assessment
 Topography;
 Geology;
 Hydrology
 Surface Water Drainage and Flooring pattern; and
 Visual Pollution.

Ecological Environment
 Flora and Fauna:
 Vegetation and Forest
 Game Reverse
 Critical natural habitat;
 Wetlands (if any)
 Migratory species especially/vulnerable species); and
 Aquatic life including fish resources if any)
Socio-Economic Environmental
 Population;
 Archaeology;
 Settlements Distribution
 Demographic features;
 Community Study and employment opportunities
 Stakeholders engagements;
 Land use
 Transportation and access
 Utilities
 Traffic load
 Labour infux to project area;
 Waste management services; and
 Other public infrastructures (school, universities, markets, hospitals, shops, libraries,
mosque etc)

2.25.6 Public Consolation


Detailed public consultation will be carried out in study area with local population and relevant
stakeholders in accordance with Guidelines of Environmental Protection Agency for
Environmental Assessment to inform and educate the public about the project, to identify
problems and valves associated with the project including and acquisition & resettlement issues
(if any) and to resolve conflict and reach consensus.

2.25.7 Identification of Potential Environmental Impacts


Consultants will be responsible to identify the potential impacts associated with project activities
in study area in terms of physical, biological and social environment. Following criteria would be
adopted to determine the magnitude of environmental impacts.
Table 2: Criteria to determine magnitude of impact when determining Environmental
Impacts
Magnitude Guidelines
High Very significant, permanent/irreversible change, over the whole development

Table 2: Criteria to determine magnitude of impact when determining Environmental


Area. Impact on environment certain or likely
to occur.
Very significant, permanent/irreversible
Medium change, over majority of development area.
Impact on environment certain or likely to
occur.
Noticeable, temporary (for part of project
Low duration) change over a partially area.
Impacts on environment possibly occur.
Noticeable, temporary (for part of project
Very Low duration) change, or barely dissemble change
for any length of time, over a small area.
Impact on environment is unlikely or rarely to
occur.

2.25.8 Mitigation Measures for Identified Adverse Impacts


Consultants will be responsible to suggest mitigation measures for identified adverse
environment impacts that will be likely to occur during pre-construction, construction and
operational phases. Mitigation plan will be prepared based on the intensity of the impact. For
instance, if the impact is low enough it can be ignored; if the impact is high, specific mitigation
measure will be proposed and if the impact is medium it may need some mitigation measure or
simply be monitored / managed properly in order to ensure that is remains within the acceptable
limits.
2.25.9 Environmental Management and Monitoring Plan
Consultant will be responsible to prepare Environmental Management and Monitoring Plan that
contain:
 Mitigation measures required to avoid or minimize adverse environmental and social
impacts during pre-construction, construction and operational phase;
 Measures to be taken to enhance environmental and social benefits, including
responsibility, timing and budget;
 Monitoring programs (both during construction and operation phase) including locations,
Frequency, parameters, methods, responsibility, and budget.
 Institutional support to be provided to enable effective environmental and social
management/ monitoring of the project;
 Recommendations for environmental and social management of operational, including
biodiversity/ land management, pollution control, energy efficiency, wetlands and
transport;
 Environmental legislation and standards that apply to the project;
 Estimated Cost for mitigation and monitoring of environment and social impacts,
 Contractual and management arrangement for environmental and social management;
and
 Consultation and participation arrangements.

2.25.10 Preparation and Submission of Updated Environmental Impact Assessment Report


A draft updated EIA report will be prepared as per Environmental Guidelines and will be
submitted to the client for comments. After receiving comments from the clients and the
incorporation of same, final EIA report will be prepared and submitted to the client in the from
10 hard copies and 3 soft copies for onward submission to KP-EPA.
2.25.11 Assistance to Client in Conducting Public Hearing and Obtaining NOC from KP-
EPA
After receiving intimation from KP-EPA to conduct public hearing, the consultants will assist the
client for the same and in obtaining NOC from KP-EPA as per KP Environmental Protection
Act, 2014.

2.26 ECONOMIC ANALYSIS


For the proposed project water related indicators such, water use (consumption patterns, demand
and growth), water generation, water reuse (drinking) and water scarcity would be considered for
the feasibility purpose. Population, indicators would be taken into account to review the demand
for water. All other water related indicators such as, access to safe drinking water would also be
considered where required.
Economic justification of the project would be decided based on the results obtained by the
application of the efficiency criterion of public investment using the “Discounted Cash Flow”
technique.
Economic parameter such as discount rate, standard conversion factor, valuation of labor, border
prices, project life etc. would be calculated to calculated project economic benefits.
2.26.1 Estimation of Project Benefits
Benefits likely to accurate from the investigation of the proposed project as the case may be
comprise of tangible and intangible benefits. Tangible or direct benefits would be quantified in
monetary of tangible and intangible benefits. Tangible or direct benefits would be quantified in
monetary terms while intangible or indirect benefits would be expressed qualitatively.
Tangible project benefits attributed to the proposed work are likely to accurate on account of;
 Water Supply Benefits
Economics benefits of water supply that would be measured and expressed in monetary
terms would therefore include;
 Incremental Water revenues on the basis of tariff
Annual receipts attributed to improved/increased water supplies through the project
works would be calculated based on annual water sold and will be converted to economic
prices for economic justification of the project.

 New Water Connection Charges


The new/additional water connection would be available due to additional water supplies,
resulting into monetary benefits in the form of receipts against new construction charges
will be converted in economics prices to be used in the economics analysis of the project.
 Saving in Health Expenditure/Health Benefits
The low quantity and quality of drinking water usually leads to increased viral and
bacterial infections. (Provision of quantity drinking water supply would results in
considerable reduction in water borne and environmental prone diseases, People affected
by these diseases may have to purchase medicines, consult a doctor, admitted to hospital
or lose a day’s wage. With the implementation of proposed project, economic benefits
would be gained through saving of health related expenditures.

2.26.2 Project Economic Costs


Economic costs associated with the project would include initial capital costs of the proposed
infrastructure elements and future operations and maintenance costs. These initial capital costs
would cover all costs associated with initial project implementation.
Future operation and maintenance (O & M) costs are recurring costs that would be incurred over
the life of the project elements and would be worked out for the project.
For economics analysis, the maintenance (O & M) costs are recurring costs that would be
incurred over the life of the project element and would be worked out of the project.
For economic analysis, the engineering estimates of costs clearly indicating component of duties
and taxes would be utilized and expressed in economic terms by applying appropriate adjustment
factors.
2.26.3 Results of Economic Analysis
Economic justification of the project would be decided based on the results obtained by the
application of efficiency criterion of public investment using the “Discounted Cash Flow”
technique. Such parameters as ‘Not Present Worth’, ‘Benefit Cost Ratio’ and ‘Economic
Internal Rate of Return’ would be computed.
2.26.4 Sensitivity Risk Analysis
Alternate analyses would be done to indicate the sensitivity of the results with regards to the key
assumptions relating to the project benefits and costs, climatic conditions, availability of land,
energy bills, etc. and probable combination of these items The sensitivity test would comprise of
the following;
 Over runs in project construction cost;
 Major construction delays;
 Different economics life, and discount rates; and
 Reduction in project benefits etc.
2.27 PROJECT FINANCIAL ANALYSIS
The objectives of the financial analysis are to assess (i) the viability of the proposed investment
and amount of cost recovery (ii) the affordability of the proposed treated water tariff to target
beneficiaries, and (iii) the sustainability of future operations of the water treatment system. The
financial analysis also explains the project-financing plan, funding requirement etc.
The financial analysis would be done based on CAPEX, OPEX of the proposed system and
future financial benefits estimation based on data available and further studies.
The financial would cover;
 Defining assumptions and parameters
 Calculation of Project Financial Revenues
 Computation of Project Financial Costs
 Calculation of Net Financial Benefits
 Computation of Project Funding Requirements
 Computation of Financial Internal Rate Return (FIRR)
 Financial Net Present Value (FNVP)
 Benefits Cost (B/C) Ratio

2.27.1 Financial Revenues


Benefits likely to accurate from the construction of the proposed schemes as the case may be
comprise of tangible and intangible benefits. Tangible or direct benefits would be quantified in
monetary terms while tangible or indirect benefits would be expressed qualitatively, Tangible
project benefits attributed to the proposed work are likely to accrue because of water treatment
benefits as following;
 Water Supply Connectivity
With the proposed arrangements, the more area would get coverage and the revenues
collected against new connections will comprise the major benefits in this regard.
Various parameters required to calculate project benefits include the data/information
regarding served population (existing and future), present and future water connections,
water tariffs etc.
Financial benefits of treated water that would be measured and expressed in monetary
terms would therefore include:
I) Incremental revenues on the basis of water tariff/fee from households,
commercial institutional and industrial consumers.
II) Incremental revenues in the form of any sludge (sale) produced as a result of
treatment.
(if any)

2.27.1 Project Funding Requirements


Project funding requirements would be calculated assuming various modes of project financing.
The mode of financing and borrowing rates would be adopted in consultation with client.

2.28 DETAILED DESIGN REPORT


The consultant will prepare updated detailed engineering design, drawings and other technical
submittals related to all civil, Electrical, Mechanical equipment/systems and SCADA works on
the basis of the establishment criteria and international standards i.e. ASME ASTM, USBR
AISC, DIN, TSGP, SSPC, AWWA, API & HI etc.

2.29 ENGINEER’S ESTIMATE


With the completion of detailed design, a detailed estimate based on current market rates will be
prepared. This estimate will be based on the most up-to-date assessment of construction rates
prevailing at the time and MRS rates. Full consideration will be given to contingencies and site
conditions etc. Correspondence will be done with various manufactures of mechanical equipment
to determine the availability of requisite equipment in the market and its budgetary prices.
The prepared engineer estimate will be inclusive of supply of mechanical equipment, erection,
commissioning, operation and maintenance, overhead charges and contractor’s profit etc.
2.30 TENDER DOCUMENTS
Tender documents will be prepared on the basis of the approved Design Criteria and Detailed
Engineering Design. The Tender Documents will comprise the following;
 Invitation to Bid
 Instruction to Bidder
 Form of Contract
 General Condition of Contract (GCC)
 Particular Condition of Contract (PCC)
 Bill of Quantities/Bid Schedules
The tender documents will include technical specifications, technical schedules, tender drawings
and bill of quantities for mechanical equipment including a list of items to be supplied by the
contractor such as spare parts, erection & maintenance supplies, contractor’s submittal
requirements i.e. shop drawings, method statements, welding procedure specifications, painting
schedule, fabrication techniques, variation orders, quality control and quality assurance
procedure etc. standard design codes, allowable stresses, design criteria including installation
tolerance, shop and field test requirements etc.
2.31 PC-I DOCUMENT
PC-I Performa will be prepared after approval of detailed design report and it will include the
following:
 Project Digest
 Project Description & Financing
 Project Requirements
 Project Scheduling
Draft PC-I will be submitted to the client for comments and approval. In case of comments given
by the client on Draft PC-I, these comments will be incorporated and PC-I will be submitted to
the client.
The consultant will prepare PC-I/Estimates supported by the units Rate Analysis having latest
input rate.
FORM -3 COMMENTS / SUGGESTION OF
CONSULTANT ON TOR
FORM-4 LIST & CURRICULUM VITAE
(CV) FOR PROPOSED KEY STAFF

LIST OF KEY STAFF


Sr.No Name Designation

1 Mr. Mushtaq Ahmed Water Supply Expert/ Team Leasder

2 Mr. Mehmood Ahmed Water Treatment Engineer

3 Mr. Hafiz Muhammad Ahmad Structural Design Expert

4 Mr. Imran Ishaq Highway/ Road Expert

5 Mr. Saeed Mehmood Gul Khan Electrical Expert

6 Mr. Raja Ammar Niazi Mechanical Expert

7 Mr. Ramzan Javed Environmental Expert

8 Mr. Aneeque Ahmed Junior Water Supply Engineer

9 Mr. Saeed Hussain Social Expert-I


10 Mr. Muhammad Sajjad Social Expert-II

11 Mr. Asif Junaid Kareem Contract Management Expert

12 Mr. Muhammad Tahir Survey Engineer

13 Mr. Asim Masud Geotechnical Engineer

14 Mr. Safdar Hussain GIS Expert

15 Mr. Waheed Anjum Economist

16 Mr. Omer Saeed Malik Architect

Curriculum Vitae
1. Proposed Position : Water Supply Expert / Team Leader
2. Name of Firm Pakistan : National Engineering Services
3. Name of Staff : MUSHTAQ AHMAD
4. Date of Birth : November 1961
5. CNIC No : 35200-1503769-9
6. Academic Qualification : B. Sc. Civil Engineering
Name of institute Year Degree
University of Engineering 1988 B.Sc. Civil Engineering
And Technology, Lahore,
Pakistan

7. Other Trainings

8. Membership in Professional Member Pakistan Engineering Council, PEC


Societies Registration No; (Civil/10265)

9. RELEVENT EXPERIENCE;

Summary of Activities
Employing Organization Country / Location performed Relevant to the
Duration Title/Position Assignment

Project: Consultancy service for Detailed Feasibility Studies, Detailed Design, Estimation, Tender
Documents and PC-I for Greater Water Supply Scheme, Kotli (Phase-II) Azad Jammu & Kashmir.
January, 2020 to NESPAK (Pvt) Limited Pakistan Activities/Responsibilities:
date General Manager / Responsible for Overall
Project Manager Project Management
coordination with Client
and other specialties
working on the project,
timely completion of all
deliverables including
inception Report, Pre-
Feasibility report Draft
Feasibility Report Final
Feasibility Report,
Preliminary Engineering
Design, Tender documents
and Engineer’s Cost
Estimate related to Design
of water supply system
and water treatment
Plant (Conventional
Surface Water
Treatment) having 12
MGD capacity.
Project: Detailed Design of Jalalpur Irrigation Project (JIP)
February 2019 to General Manager / Team Pakistan Scope of Service comprise
July, 2019 Leader design of water supply,
sewerage, and stormwater
Drainage system, Plumbing
System, Water Treatment
Plant (Slow Sand Filter)
and Wastewater treatment
Plant (Wastewater
Stabilization Ponds) for
PID Staff Colony at Pind
Dadan Khan.
Project: Water Supply to Newly Developed Areas of Bhala Wilayat in Sultanate Oman (Phase II)
June, 2009 to June, NESPAK (Pvt.) Limited Oman Preparation of Water
2009 Principal Engineer Supply Report/ Water
Transmission system, water
Distribution Networks and
Reserviors.
Project: Sinaw Water Supply Project, Sultanate of Oman
August, 2003 to NESPAK (Pvt.) Limited Oman Preparation of water
June, 2009 Principal Engineer/ Transmission System,
Project Manager Water Distribution
Networks and Services
Reservoirs.
Project: Construction Supervision of Transmission System of Nizwa - Manah and Bahla – Hamrah in
Sultanate of Oman.
August, 2003 to NESPAK (Pvt.) Limited Oman As senior water supply
June, 2009 Senior Engineer engineer designed the
following water supply
schemes and prepared
tender documents, cost
estimates
Project: Water Supply to Bahla Wilayat – Phase I, Sultanate of Oman
April 2001 to NESPAK (Pvt.) Limited Oman As senior water supply
August 2003 Senior Engineer engineer designed the
following water supply
schemes and prepared
tender documents, cost
equipment.
Project: Water supply to Al Ghalila Village, Sultanate of Oman
April 2001 to NESPAK (Pvt.) Limited Oman As senior water supply
August 2003 Senior Engineer engineer designed the
following water supply
schemes and prepared
tender documents, cost
equipment.
Project: Water Distribution Network for Sohar
June 1998 to April NESPAK (Pvt.) Limited Oman As senior water supply
2001 Senior Engineer engineer designed the
following water supply
schemes and prepared
tender documents, cost
equipment.
Project: Water Supply ans Sanitary Drainage System for Developed Areas of Al Kharj City, Kingdom
of Saudi Arabia
June, 1991 to NESPAK (Pvt.) Limited Kingdom of As Senior Engineer was
July,1997 Resident Engineer Saudi responsible for the
Arabia preparation of design and
tender documents for water
supply system.
Project: Water Distribution Network for Buraidah & Unaizah Cities, kingdom of Saudi Arabi.
June, 1991 to July, NESPAK (Pvt.) Limited Kingdom of As Senior Engineer was
1997 Resident Engineer Saudi responsible for the
Arabia preparation of design and
tender documents for water
supply system.

EMPLOYMENT RECORD:
Employer National Engineering Services Pakistan (Pvt.) Limited
Position held General Manager
Duration June, 2016 to date
Location Lahore Pakistan
Nature of Assignment Quality Assurance / Design Reports

Activities
As general manager worked on the following projects:
 Consultancy Services for detailed Feasibility Studies, detailed design, estimation. Tender
documents and PC-I for Greater Water Supply Scheme, Kotli (Phase-II) Azad Jammu &
Kashmir.
Responsible for Overall Project Management, coordination with client and other
specialties working on the project, timely completion of all deliverables including
inception report, Pre-feasibility report, draft feasibility report, final feasibility report,
preliminary engineering design & PC-4, Detailed Engineering Design, Tender documents
and Engineering cost estimate related to Design of Water supply system and water
treatment plant (Conventional Surface Water Treatment) having 12MGD capacity.
 Master Planning and Development of Ziara Town.
Responsibility for preparation of Design Report, Tender Document and PC-1
 Feasibility study of present network of Karli Beggar Feeder and Keenjhar Lake and
suggesting measures for Upgradation to enhance water Requirement (1,200 cuses for K-
IV) project) from Keenjhar Lake to Karachi water sewerage board.
Scope of services comprises Population Forecasting & water Demand Calculation for
years 2050, study of water quality Assessment of Keenjhar, Hadero and Haleji Lakes and
Study of impact of combining three lakes (by interlinking or merging them to a single
lake) on the quality of water.
 Detailed Design of Jalalpur Irrigation Project (JIP)
Scope of services comprise design of Water Supply, Sewerage and Storm water Drainage
system, Plumbing System. Water Treatment plant and waste water treatment Plant for
PID staff Colony at Pind Dadan Khan.
 Engineering design of infrastructure work for Defense Housing Authority (DHA),
Gujranwala Scheme comprising integrated Water Supply System Sewerage and Storm
water Drainage system for housing project at Gujranwala. Responsible for preparation of
design Report, Tender Document and Engineer cost Estimate
 Preparation of design report, tender document and engineer cost estimate for the project
tilted as Consultancy Services for Design & Construction Supervision of Model custom
Collectorate Gilgit, Director of CEPEC Transit Trade, E-Facilitation Centre Sost, Transit
Accommodation Sost, Barraks for Customs Sepoys at Sost & Custom Forensic
Laboratory.
 Design of water supply and Sewerage System along with water Filtration Plant for
Trimmu Barrage staff colony under the project tilted as “Rehabilitation and Upgradation
of Trimmu
Barrage contract no TPBP/CB-31” encompassing the preparation of design reports,
tender document and engineer cost estimate.
 Permanent Reconstruction Works in Miran Shah City Market and Makeen City Market,
North Waziristan Agency, FATA, Pakistan

Employer National Engineering Services Pakistan (Pvt.) Limited


Position held Chief Engineer
Duration June, 2009 to June 2016
Location Lahore Pakistan
Nature of Assignment Design Reports

As Chief Engineer worked as team leader the following projects:


 Preparation of design reports and tender document, cost estimate of storm water drainage
and prevention of storm water danger for cities of Qilwah, AL Makhwah, Biljurashi, Al
Mandaq and Al Aqiq in Al Baha Region Kingdom of Saudi Arabia. The project
comprises storm sewers comprises RCC pipes of sizes ranging from 400 to 1200mm
diameter, box culverts of sizes 2m x 3m and outlet structure.
 Preparation of design and tender documents, cost estimates of design of storm water
drainage and prevention of storm water Danger for Abu Arish City in Jazan Region
Kingdom of Saudi Arabia. The project comprises storm sewers compromises RCC pipes
of sizes ranging from 400mm to 1200mm diameter, box culvert of sizes 2m x 3m and
outlet structures.
 Preparation of design report and tender documents, cost estimate for water supply to
newly developed areas of Bahla Wilayat in Sultanate Oman.
 Design of Infrastructural work for Qurtaba city in Rawalpindi, Pakistan Scope of services
include water supply, sewerage, sewage treatment plants solid waste management, road
network and allied treatments works.
 Detailed design and construction supervision of water supply, Gujrat, Pakistan. The
project compromises laying of about 210 Km of Upvc water tanks of capacity 100,000
gallons and 50,000 gallons and 17 tube wells each of 2 cusecs capacity.

Employer National Engineering Services Pakistan (Pvt.) Limited


Position held Project Manager
Duration August 2003- June 2009
Location Sultanate of Oman
Nature of Assignment Design Reports

Activities
As a Project coordinator/ Project Manager in Oman main responsibilities included delivering
technical assistance to design teams, resident engineers and coordination between Clients,
Contactor and Consultants for water supply and sewerage projects in sultanate of Oman.
Collection of pertinent data from the field as well as from various ministries/ agencies, selection
of sites, technical guidance to survey teams.
Water Supply Sector
Water Supply to Newly Developed Areas Bhala Wilayat in Sultanate Oman
The major components are transmission system, high ground service reservoir 1500cu.m
capacity, pumping stations, tanker filing stations and water distribution network of pipe sizes
100mm to 600mm diameter.
Sinaw Water Supply Project, Sultanate of Oman
The major components are transmission system, ground service reservoir 4000cu.m capacity,
pumping stations, tanker filing stations and elevated tanks of 900 cu.m & 700 cu.m capacities
and distribution network of pipe sizes 100mm to 600mm diameter.
Construction Supervision of Transmission system of Nizwa- Manah and Bahla- Hamrah in
sultanate of Oman
The major components consist of Ductile Iron transmission mains of 300 mm diameter of about
15 km high ground services reservoir of 3000cu.m capacity, tanker filling stations.
Sewerage Sector
Design and construction super vision of sewerage network system for Sumail Town-
Dakhilya Region, Sultanate of Oman
The major components comprises 65 Km gravity sewers, two lifting stations, pumping station
and sewage treatment plant of 2500 cu m / day capacity.
Upgrading and Rehabilitation of Sewage Treatment Plant and Sewerage Network System
at Nizwa, Sultanate of Oman
The major components consist of 94 km gravity sewers, seven lifting stations, two main pumping
section and sewage treatment plant of 5600m³ / day capacity.
Upgrading and Rehabilitation of Sewage Treatment Plant and Sewerage Network System
at Buraimi, Sultanate of Oman
The major components consist of 70 km gravity sewers, two lifting stations, one main pumping
section and sewage treatment plant of 3000cum / day capacity.

Upgrading and Rehabilitation of Sewage Treatment Plant and Sewerage Network System
at Sur, Sultanate of Oman
The major components consist of 30 km gravity sewers, two lifting stations, one main pumping
section and sewage treatment plant of 1400cum / day capacity.
Upgrading and Rehabilitation of Sewage Treatment Plant and Sewerage Network System
at Khasab, Sultanate of Oman
The major components consist of 25 km gravity sewers, two lifting stations, one main pumping
section and sewage treatment plant of 1250cum / day capacity.
Sewage Treatment Plant and Sewerage Network System for Misfat Al Abrean Al Hamrah
Wilayat, Sultanate of Oman
The major components consist of 6 km gravity sewers, five lifting stations/pumping section and
sewage treatment plant of 250cum / day capacity.

Employer National Engineering Services Pakistan (Pvt.) Limited


Position held Senior Engineer
Duration August 2001- June 2003
Location Sultanate of Oman
Nature of Assignment Design Reports
Activities
As senior water supply engineer designed the following water supply schemes and prepared the
tender documents, cost estimate; the major components included booster pump station, pumping
main, high ground services reservoir and distribution network of pipe sizes 100mm to 300mm
diameter
 Extension of Water Supply Scheme in Khasab, Sultanate of Oman
 Extension of Water Supply Scheme in Sur, Sultanate of Oman
 Water Supply to Bahla Wilayat, Sultanate of Oman
 Water Supply to Al Ghalila Village, Sultanate of Oman

Employer National Engineering Services Pakistan (Pvt.) Limited


Position held Senior Engineer
Duration June 1998 to April 2001
Location Lahore Pakistan
Nature of Assignment Design Reports

Activities
Water Distribution Network for Sohar
As senior water supply engineer main responsibilities include design and preparation of tender
document and engineer cost Estimate.
The scope of work include design and construction supervision. The design part included
preparation of preliminary design report, draft and final design report and tender document along
with engineer cost estimate.

Employer National Engineering Services Pakistan (Pvt.) Limited


Position held Resident Engineer
Duration June 1997 to April 1998
Location Ibri - Sultanate of Oman
Nature of Assignment Design Reports

Activities
Sewage Treatment Facilities Re-use and disposal of Treated Effluent and other Associated
Work at Ibri- Sultanate of Oman
As Resident Engineer was responsible for construction supervision and verification of payment
to the contractor of sewage treatment plant at Ibri-sultanate of Oman.
The sewage treatment plant consist of stabilization ponds such as anaerobic ponds, facultative
and maturation ponds, reed beds and grassy plots and for disinfection of treated sewage chlorine
contact tank and storage basin. The plant was lined with HDPE liners.

Employer National Engineering Services Pakistan (Pvt.) Limited


Position held Senior Engineer
Duration June 1991 to April 1997
Location Lahore - Pakistan
Nature of Assignment Design Reports

Activities
Water supply and Sanitary Drainage System for Developed Areas of Al Kharj City,
Kingdom of Saudi Arabia
The scope of work included preparation of preliminary design report, Draft & Final Design
Report and tender document along with engineer cost estimate for water supply and sanitary
drainage system for developed areas of Al Khraj City. Main responsibility included the
preparation of design and tender document for water supply system.
Water Distribution Network for Buraidah & Unaizah Cities, Kingdom of Saudi Arabia
The scope of work included evaluation of existing water supply system and integration of
existing system with the proposed distribution network, preparation of preliminary Engineering
Design Report. Main responsibilities was to prepare preliminary Engineering Design Report.
Housing Development Scheme in Punjab District- Pakistan
The scope of work included preparation of preliminary design report, Draft & Final Design
Report and tender document along with engineer cost estimate for water supply and sanitary
drainage system for developed areas of Al Khraj City. Main responsibility included the
preparation of design and tender document for water supply system.

Employer Military Engineer Services Pakistan Army


Position held Assistant Executive Engineer
Duration June 1989 to April 1991
Location Quetta - Pakistan
Nature of Assignment Maintance

Activities
Worked as Administrative Officer and supervised construction of new building, maintenance of
water supply network in the cantonment.

Employer National Engineering Services Pakistan (Pvt.) Limited


Position held Junior Engineer
Duration March 1988 to July 1989
Location Lahore - Pakistan
Nature of Assignment Design Reports

Activities
Worked on the following projects sponsored Government of Baluchistan, Financed by World
Bank
Ziarat Water Supply Scheme
The assignment included preparation of engineering design and tender document. Main
responsibility was to design the distribution network for Ziarat Town.
Baluchistan Township Water Supply and Sanitation Project
The scope of work included preparation of feasibility and preliminary engineering design Report
along with PC-1 Proforma of water supply facilities for 6 towns namely Hub, Gawadar, Turbat,
Kharan, Mastung and Loralai in addition to sanitation System for 16 towns namely Dera Murad
Jamli, Bellapt, Bhag, Lehri, Mastung, Kuchhalk, Ziarat, Loralai, Kharan, Nokundi, Hub, Turbat,
Gawadar, Pishukan, Ganz and Jiwani. The estimated cost was U.S $100 Million.
Main responsibility was to design the sanitary drainage network for Nokundi Town.

Curriculum Vitae
1. Proposed Position : Water Treatment Engineer
2. Name of Firm Pakistan : National Engineering Services
3. Name of Staff : MAHMOOD AHMAD
4. Date of Birth : November 01, 1972
5. CNIC No : 31101-1665166-9
6. Academic Qualification : B. Sc. Civil Engineering
Name of institute Year Degree
University of Engineering 1995 B.Sc. Civil Engineering
And Technology, Lahore,
Pakistan

7. Other Trainings

8. Membership in Professional Member Pakistan Engineering Council, PEC


Societies Registration No; (Civil/16706)

9. RELEVENT EXPERIENCE;
Summary of Activities
Employing Organization Country / Location performed Relevant to the
Duration Title/Position Assignment
Project 1:Design & Construction of water Treatment Plant and Water Transmission Lines from
Khulais and Rabigh Dam to Jeddah City
Project 2: Design & Construction of water Treatment Plants and Water Transmission lines from Halli,
Yubah, Qanuna and Al-Laith Dams to Shuaiba Phase-1, Phase-2, Phase-3, Phase-4, Phase,5
October 2009 to National Engineering Kingdom of Saudi Activities/Responsibilities:
2014 Services Pakistan Arabia Posted in Ministry of
(NESPAK) Environment Water and
Team Leader/ Hydraulic Agriculture head office, on
Engineer behalf of NESPAK Saudi
Arabia and as a Team
Leader responsible for
hydraulic and process
design review of the water
treatment plants and cross-
country water transmission
lines, building and road
works within plant site.
Also responsible for
coordination between
Nespak supervision staff,
contractor and the ministry
of Environment, Water and
Agriculture for approval of
Design, drawing and
construction issues,
handing and taking over
process, preparation of
progress reports, project
completion reports and to
deal with other contractual
issues.
Project: Preparation of PC-1 for Provision of Basic Utilities to the three industrial Zones along
Lahore-Sialkot Motorway.
2006-2007 National Engineering Pakistan As a project Manager /
Services Pakistan Team Leader worked on
Project Manager design of infrastructure
facilities involved in the
project. The responsibilities
included planning & design
works and construction
management,
correspondence and
coordination with client,
project planning,
preliminary and detailed
engineering design, cost
estimates, tender document
and PC-1 for this project.
Project: Planning and Design of water supply system of Gujrat city
From 2005 to 2006 National Engineering Lahore Pakistan As a project Manager /
Services Pakistan Team Leader worked on
Project Manager design of water supply
system of Gujrat City. The
responsibilities included
planning & design works
and construction
management,
correspondence and
coordination with client,
project planning,
preliminary and detailed
engineering design, cost
estimates, tender document
and PC-1 for this project.
Project: Design of water supply and sewerage works of International Housing Complex Faisalabad
From 2002 to 2003 National Engineering Faisalabad, Pakistan As a Junior Engineer
Services Pakistan involved in design of water
Junior Engineer supply and sewerage
system.

EMPLOYMENT RECORD:
Employer National Engineering Services Pakistan (Pvt.) Limited
Position held Project Coordinator / Hydraulic Engineer
Duration October 2009 till to date
Location Riyadh, Saudi Arabia
Nature of Assignment Design Review

Posted in Ministry of Environment Water and Agriculture head office, on behalf of Nespak
Saudis Arabia and responsible for hydraulic and process design review of the water treatment
Plants and cross country water transmission lines. Also responsible for coordination between
Nespak supervision staff, Contractor and the Ministry of Environment, Water and Agriculture for
approval of design, drawing and construction issues and have worked on the following projects.

You might also like