You are on page 1of 86

Assignment name: Approx.

value of the contract (in


current PKR ): Rs. 22.63 Billion (USD
Preparation Of Development Plan For Parcel 1 Of Phase-1, New Kabul City,
218.52 Million)
Afghanistan. (50 Square Kms) JICA FUNDED
Country: Afghanistan Duration of assignment (months): 15
Location within country: Kabul – Afghanistan Months
Name of PE: Dehsabz-Barikab City Development Authority Kabul, Afghanistan.
Total No. of staff-months of the
Address: Procurement Department of DCDA, Qalah Fatehullah khan, Street 6,
assignment: 32
House # 4,10th precinct, Kabul, Afghanistan E-mail: procurement@dcda.gov.af
Approx Value of the Services Provided
Start date (month/year): June 2012 by your Firm under the Contract ( in
Completion date (month/year): December 2013 Current PKR):
Rs. 47.460 Million US$ 504900
Name of associated Name of senior professional staff of your consulting firm/organization involved and
Consultants, if any: designation and/or functions performed (e.g. Project Director/Coordinator, Team Leader):
1. Syed Muhammad Shah Team Leader/Sr. Urban Planner
Van Dijk International, 2. Jan van Dijk Sr. Architect/Planner
Ireland 3. Syed Jawed Sr. Water Supply and Sanitation Engineer
Afghan Tarin Engineering 4. Saeed Mukhtar Transportation Engineer
Services, Afghanistan 5. Muhammad Amir Sangi Traffic Engineer
6. PirJamil Shah Sr. Drainage Design Engineer
7. ZahidRazi Electrical Engineer
Narrative Description of Project:

Dehsabz-Barikab City Development Authority


(DCDA), intends to Kabul is the capital and
largest city of Afghanistan. It is the 5th fastest
growing city in the world and the world's 64th
largest city. It is also the capital of Kabul
Province, located in the eastern section of
Afghanistan. According to latest estimates, the
population of the Kabul metropolitan area is over
4 million and is expected increase to 6.5 millions
in 2025. And the existing infrastructure and
public facilities of Kabul doesn’t have that much
capacity to supply the required demand. In this
background, the government initiated the
process for developing a new city. Independent
Board for the development of new city was
established in 2006. The new city was planned
in Dehsabz and Barikab area. Subsequently,
Dehsabz-Barikab City Development Authority
(DCDA) was formed for implementation of the
Task. JICA prepared the Master Plan Study on
Kabul Metropolitan Area (KMA) Development in
2009. The Kabul New City (KNC) was planned
as a part of KMA development. KNC is spread
over an area of about 740 sq. km, is divided in to
four broad region, Dehsabz South, Dehsabz North, Paymonar and Barikab.
Description of actual services provided by your staff within the assignment:

1. Inception Report
2. Concept Plan
3. Infrastructure Plan

a. WATER SUPPLY SYSTEM


i. Per Capita Water Supply and Consumption
ii. Design Criteria for Water Consumptions.
iii. Water Allocation and Service Population
iv. Water Allocation and Service Population for Zone 2
v. Land Requirements for Key Facilities
vi. Water Reuse and Recycle
vii. Modified Distribution of Urban House Hold Water
b. SEWERAGE SYSTEM
i. Sanitary Sewer Design (2025)
ii. Site Selection of STP’s According to Sewage Zones
iii. Inflow Estimation According to Sewage Zones
iv. Sewage Treatment Process
v. Primary and Secondary Sedimentation
vi. Sewage Treatment Plant– Detail Design and Drawings
vii. Polyvinyl Chloride Pipe (PVC Pipe)
viii. Fiber Reinforced Plastic Pipes and Fittings (FRP)
ix. Reinforced Cement Concrete Pipe (RCC Pipe)
x. Inspection and Testing of Pipelines and Structures
xi. Installation of Protective Coatings and Liners to Concrete
c. STORM WATER DRAINAGE
i. Criteria for Design of Gullies
ii. Low Impact Development Plan
iii. Gabions walls
iv. Cunnet Details
d. ELECTRICITY SYSTEM AND RENEWABLE ENERGY
i. Codes and Standards
ii. Design Criteria
iii. Electrical Power Demands
iv. Electrical Concept Network and Layouts
v. Proposed Power Supply and Grid Station
vi. Power Supply Plan
vii. Renewable Energy
e. SOLID WASTE MANAGEMENT RECYCLING, REUSE AND DISPOSAL
i. Solid Waste Management Recycling, Reuse and Disposal in KNC,Phase1
ii. Solid Waste Generation
iii. Solid Waste Generation in Phase 1 KNC
iv. Landfill Disposal
v. Options for Solid Waste Management
vi. Proposed Solid Waste Management, Recycling & Disposal
vii. Solid Waste Management and Resource Recovery
f. LAND PREPARATION PLAN
i. Existing Situation of Phase 1 Area Related To Land Preparation Plan
ii. Basic Principles of Land Preparation Planning
iii. Examination of Land Preparation Plan for Phase 1, KNC
iv. Earthwork Calculation and Balancing
g. TRAFFIC AND TRANSPORTATION
i. Transport Related Issues And Challenges
ii. Road Classification And Road Referencing System
iii. Travel Demand Analyses
iv. Roads And Streets Network Plan
v. Grade Separated Facilities
vi. Bicycle Lanes And Pedestrian Traffic
vii. Facilities For Disabled And Visually Impaired
viii. Parking Plans
ix. Road Safety
x. Roadside Lighting
xi. Road Drainage
xii. Road Maintenance Management System (RMMS)
xiii. Bus Rapid Transit (BRT) System
xiv. Light Rail Transit (LRT) System
xv. Freight & Goods Transportation
xvi. Intelligent Transportation System (ITS)

4. Technical Plan
5. Public Facilities Plan
6. Block Plan
7. The Final Developmental Plan

Firm Name: Umar Munshi Associates – Pakistan


Assignment name: Approx. value of the contract (in
current PKR ):
Consultancy Services for Development Works Of Zulfikarabad Development
Authority: Rs. 56.6 Billion
1. Category – 1: Specific Consultancy Services and Bridge / Expressway
Design and Construction:
2. Category – 2: Master Planning, Infrastructure Design, Project
Management and Construction Supervision of Zulfikarabad City along
The Coastal Belt Of The Thatta District (6.680 ha acres).

Country: Pakistan Duration of assignment (months): 22


Location within country: Thatta – Sindh Months
Name of PE: Zulfikarabad Development Authority – ZDA Total No. of staff-months of the
Address: D/8, Kehkashan Clifton Block 2, Karachi. Telephone: 021-99251577 assignment: 225
Approx Value of the Services Provided
Start date (month/year): October 2012 by your Firm under the Contract ( in
Completion date (month/year): Ongoing Current PKR):
Rs. 41.00 Million
Name of associated Name of senior professional staff of your consulting firm/organization involved and
Consultants, if any: designation and/or functions performed (e.g. Project Director/Coordinator, Team Leader):
1. Khan Abdul Qayyum Team Leader - / Master Planner
Consolidated Consultant, 2. Muhammad Shah Lead Planner
Jordan 3. FarooqAzamFareed Senior Planner
4. ZahidRazi Sector Specialist Energy
5. Sadiq Ahmed Lakhani GIS Specialist
6. Amir Ali Sangi Transportation Planner
7. Jalil Ahmed Sr. Transportation Engineer
8. Dr. Syed AbulKhairMasroor Sr. Structural Engineer
9. MirzaArifBaig Treatment Plant Specialist
10. Syed Jawed Shah Sr. Sewerage / Sewage Engineer
11. YounusShaikh Solid Waste Specialist
12. ZahidRazi Sr. Electrical Engineer
13. ObaidZahidi Contracts specialist
14. Qutubud Din Sr. Quantity Surveyor
15. Saif Ahmed Saeed Sr. Geotech Engineer
16. Rashid Ahmed Sr. Coastal / Marine Engineer
17. Shahid A. Lutfi Environmental Engineer
18. SM. Shah, Maqbbol Elahi Master Planner
19. Dr. Amir Khan - Khan Ghulam GIS Professional
20. M Imran - ZakaurRehman Transportation Engineer
21. Zia urRehman – Saleha Rizvi Structural Engineer
22. Nausheem - Zaid Ahmed Faiz Water Supply Engineer
23. SarwatNajam - ImadHussain Sewerage / Sewage Engineer
24. Myshtaq Ahmed Mirani Electrical Engineer
25. Muhammad Amin Latif Contracts Engineer
Narrative Description of Project:

This creation of Zulfikarabad underpinned by a creative and sustainably


based 21st Century development Plan has the potential to transform
the image of Karachi Internationally and to provide a catalyst for
positive change, economic growth and strengthened pride in the
countries heritage and in its future. All of this will need to be
underpinned by substantial investment by both the public and private
sectors in modern infrastructure to catch up with the country’s
infrastructural deficit and continue to up-grade, modernize, provide and
expand infrastructure such as roads, public transport, energy and telecommunications.
Description of actual services provided by your staff within the assignment:

 Master Planning of Phase I (58000 Acres)


 Preparation Of Bid Document For Topographic Survey
 Preparation of Bid Document For Geotechnical Investigation
 Environmental Impact Assessment:
 Development of Digital Base Map
 FORMULATION OF ZONING PLANS:
1. Residential Zone:
2. Commercial Zone:
3. Recreational Zone:
 INFRASTRUCTURE DESIGN:
1. Roads.
 Aesthetically
Appealing, Safe
(Curves,
Gradients Sight
Distance Width.
etc.).
 Roads drainage (surface and side drains)
 Guide and warning signs.
2. Traffic And Transportation
 Transport Related Issues And Challenges
 Road Classification And Road Referencing System
 Travel Demand Analyses
 Roads And Streets Network Plan
 Grade Separated Facilities
 Bicycle Lanes And Pedestrian Traffic
 Facilities For Disabled And Visually Impaired
 Parking Plans
 Road Safety
 Roadside Lighting
 Road Drainage
 Road Maintenance Management System (RMMS)
 Bus Rapid Transit (BRT) System
 Light Rail Transit (LRT) System
 Freight & Goods Transportation
 Intelligent Transportation System (ITS)
3. Water Supply.
4. Storm Water Drainage.
5. Sewerage.
6. Electricity, Sui Gas and Telephone
Facilities.
7. Landscaping.
8. Sewerage Treatment Plant
9. Planning of Solid Waste Disposal
Sites
 Cost Estimates
 Standard Construction Contract Documents.
 Evaluation of Tenders

Firm Name: Umar Munshi Associates – Pakistan


Assignment name: Approx. value of the contract (in
current PKR ):
Consultancy Services for Master Planning, Detailed Design and Tender
Documentation for Construction of Residential Staff Houses at Sinjhoro Central Rs. 437.01 Million
Facilities at District Sanghar, Sindh

Country: Pakistan Duration of assignment (months): 10


Location within country: Sanghar Months
Name of PE: Oil & Gas Development Company Ltd. Total No. of staff-months of the
Address: F-8 Markaz, Islamabad assignment: 24
Start date (month/year): August 2011 Approx Value of the Services Provided
Completion date (month/year): June 2012 by your Firm under the Contract ( in
Current PKR):
Rs. 2.43 Million
Name of associated Name of senior professional staff of your consulting firm/organization involved and
Consultants, if any: designation and/or functions performed (e.g. Project Director/Coordinator, Team Leader):

1. M. Ejaz Munshi Project Manager


NIL 2. Qutubuddin Soomro Project Coordinator
3. Pirzada Anwar Sr. Architect
4. Zia ur Rehman Sr. Structural Engineer
5. Tanvir Ahmed Farooqi Sr. Quantity Surveyor
6. Rasheed Ahmed Jumani Sr. Procurement Specialist

Narrative Description of Project:

The OGDCL assigned to carry out the Consultancy Services For Design & Consultancy Services for Construction of
Residential Staff Houses at Sinjhoro Central Facilities at District Sanghar, Sindh
Following Facilities have been designed.
Masjid Guest House F.C Barracks - Block A F.C Barracks - Block B
F.C Barracks - Block C F.C Barracks - Block D Dispensary Sports Complex
Check Post Badminton Court Over Head Tank Worker Houses
Assistant Houses Officer Houses Road External Development
External Water Supply External Drainage External & Internal Sui Gas Sub station
Electrical Works Sewerage Treatment Plant
Description of actual services provided by your staff within the assignment:

1. Site Survey & Data Collection And Architectural, Designs For In Divided Buildings And Design Of Services
Infrastructure, Including Coordination And Approval Of The Same By The Client.
2. Architectural & Structural Design.
3. Building Services Design
4. External Services Design.
5. Engineer’s Estimates
6. Evaluation Of Bids & Award Of Work

Firm Name: Umar Munshi Associates – Pakistan


Assignment name: Approx. value of the contract (in
current PKR ):
Consultancy Services for Design of Master Plan, Detailed Engineering Design,
Procurement for Construction of Economic Faculty Building, Auditorium, Water US$ 165,546/-
Supply Network, Sewerage Network, and Electricity Distribution Network for Rs. 16.81 Million
Baghlan University.
Country: Afghanistan Duration of assignment (months): 24
Location within country: Baghlan Months
Name of PE: Ministry of Higher Education , Islamic Republic Of Afghanistan.
Address: Afghanistan Reconstruction & Development Services Total No. of staff-months of the
4th & 5th floors, Ministry of Economy Building, Malik Asghar Square, Kabul, assignment: 40
Afghanistan
Approx Value of the Services Provided
Start date (month/year): January 2016 by your Firm under the Contract ( in
Completion date (month/year): Ongoing Current PKR):
Rs. 13.48 Million
Name of associated Name of senior professional staff of your consulting firm/organization involved and
Consultants, if any: designation and/or functions performed (e.g. Project Director/Coordinator, Team Leader):

 Anjum Zafar Team Leader


Aghan Tarin Engineering  Farooq Azam Fareed Architect
Services, Afghanistan  Dr. Syed Abul Khair Masroor Civil Engineer
 Ajmal Shirzad Electrical Engineer
 Mohammad Azim Rasuli Mechanical Engineer
Narrative Description of Project:

The Baghlan University is one of the universities at North of Afghanistan, founded in 1993. The main campus is located at city
of Baghlan, the capital of Baghlan Province. The university has five colleges, namely, Agriculture, Education, Economics,
Journalism, and engineering; the total number of student at this university is 3500 and this university has 89 professors.
1. Economics Faculty building Estimated area 1100 m2
The Baghlan University requires constructing the Economics Faculty building to be located in the University
campus.
2. Auditorium building Estimated area 2500 m2
Baghlan University requires constructing the Auditorium building to be located in the university campus. The
building would be expected to serve 500 students.
3. Master Plan for University campus
The Baghlan University requires a Master Plan to be developed for its campuses. The campuses consist of some
existing buildings, some buildings under construction, and vacant land. The area of the campus is almost 200
Jerib land.
There are 5 faculties, student population of 3500, resident students on campus of 500, housing for faculty and
staff of 120. These are indicative figures, and the consultant would be required to study and survey the
requirements.

Description of actual services provided by your staff within the assignment:

 INCEPTION OF THE PROJECT


o Project Initiation & Kick Off Meeting
o Mobilisation of Team
o Site Reconnaissance Visit
o Discussions With Client's Officials
 DESIGN AND TENDER DOCUMENTATION
o Data Collection Operation
o Topo-Survey and Geotechnical Investigation
 Topographic Survey
 Geotechnical Investigation
o Master Plan
o Architectural Design
o Structural Design
 Foundation
 Design Rules for Earthquake and Flood-Safe Foundations
 Concrete Frames
 Walls
 Roof
o Electrical Design
o Plumbing, Water and Sewerage Design
o HVAC Design
o Surface and Sub-surface Drainage Consideration
o Utility Connection - External
o Roads.
o Landscaping.
o Cost Estimates
o Prepare Standard Contract Documents
o Evaluation Of Tenders
 DELIVERABLES
o Inception Report
o Project Brief
o Monthly Progress Report
o Draft Design Report and Tender Documents
o Final Design Report and Tender Documents
o Tender Evaluation Report
o Design Completion Report

Firm Name: Umar Munshi Associates – Pakistan


Assignment name: Approx. value of the contract (in
current PKR ):
Consultancy Services for Design of Master Plan, Detailed Engineering Design,
Procurement for Construction of Computer Science Faculty Building, Agriculture US$ 349,860/-
Faculty Building, Water Supply Network, Sewerage Network, Electricity Rs. 35.54 Million
Distribution Network for Kondoz University
Country: Afghanistan Duration of assignment (months): 24
Location within country: Kondoz Months
Name of PE: Ministry of Higher Education , Islamic Republic Of Afghanistan.
Address: Afghanistan Reconstruction & Development Services Total No. of staff-months of the
4th & 5th floors, Ministry of Economy Building, Malik Asghar Square, Kabul, assignment: 97.50
Afghanistan
Approx Value of the Services Provided
Start date (month/year): January 2016 by your Firm under the Contract ( in
Completion date (month/year): Ongoing Current PKR):
Rs. 28.43 Million
Name of associated Name of senior professional staff of your consulting firm/organization involved and
Consultants, if any: designation and/or functions performed (e.g. Project Director/Coordinator, Team Leader):

 Anjum Zafar Team Leader


Aghan Tarin Engineering  Farooq Azam Fareed Architect
Services, Afghanistan  Dr. Syed Abul Khair Masroor Civil Engineer
 Ajmal Shirzad Electrical Engineer
 Mohammad Azim Rasuli Mechanical Engineer
Narrative Description of Project:

The Kondoz University is one of the universities at North of Afghanistan, founded in 1967. The main campus is located at
Awdan desert of Kondoz, the capital of Kondoz Province. The university has six colleges, namely, Agriculture, Education, Civil
law, Computer Science, Economic and Stomatology. The total number of student at this university is 3500 and this university
has 138 professors. There is need of construction of new buildings in Kondoz University; as there is an increase in number of
students who are interested in a University education. The Kondoz University is developing the campus.

1. Computer Science Faculty Building - Estimated Area 1200 m2


The Kondoz University requires constructing the Computer Science Faculty building to be located in the University
campus.
2. Agriculture Faculty Building - Estimated Area 1500 m2
The Kondoz University requires constructing the Agriculture Faculty building to be located in the University
campus
3. Master Plan for University campus
The Kondoz University requires a Master Plan to be developed for its campuses. The campuses consist of some
existing buildings, some buildings under construction, and vacant land. The area of the campus is almost
approximately 2000 Jerib land.
There are 6 faculties, student population of 3550, resident students on campus of 1,000, housing for faculty and
staff of 150. These are indicative figures, and the consultant would be required to study and survey the
requirements.

Description of actual services provided by your staff within the assignment:

 INCEPTION OF THE PROJECT


o Project Initiation & Kick Off Meeting
o Mobilisation of Team
o Site Reconnaissance Visit
o Discussions With Client's Officials
 DESIGN AND TENDER DOCUMENTATION
o Data Collection Operation
o Topo-Survey and Geotechnical Investigation
 Topographic Survey
 Geotechnical Investigation
o Master Plan
o Architectural Design
o Structural Design
 Foundation
 Design Rules for Earthquake and Flood-Safe Foundations
 Concrete Frames
 Walls
 Roof
o Electrical Design
o Plumbing, Water and Sewerage Design
o HVAC Design
o Surface and Sub-surface Drainage Consideration
o Utility Connection - External
o Roads.
o Landscaping.
o Cost Estimates
o Prepare Standard Contract Documents
o Evaluation Of Tenders
 DELIVERABLES
o Inception Report
o Project Brief
o Monthly Progress Report
o Draft Design Report and Tender Documents
o Final Design Report and Tender Documents
o Tender Evaluation Report
o Design Completion Report

Firm Name: Umar Munshi Associates – Pakistan


Assignment name: Approx. value of the contract (in
current PKR ):
Consultancy Services for Design of Master Plan, Detailed Engineering Design,
Procurement for Construction of Civil Law Faculty Building, Gymnasium US$ 165,546/-
Building, Water Supply Network, Electricity Distribution Network, Sewerage Rs. 16.81 Million
Network for Paktia University
Country: Afghanistan Duration of assignment (months): 24
Location within country: Paktia Months
Name of PE: Ministry of Higher Education , Islamic Republic Of Afghanistan.
Address: Afghanistan Reconstruction & Development Services Total No. of staff-months of the
4th & 5th floors, Ministry of Economy Building, Malik Asghar Square, Kabul, assignment: 40
Afghanistan
Approx Value of the Services Provided
Start date (month/year): January 2016 by your Firm under the Contract ( in
Completion date (month/year): Ongoing Current PKR):
Rs. 13.48 Million
Name of associated Name of senior professional staff of your consulting firm/organization involved and
Consultants, if any: designation and/or functions performed (e.g. Project Director/Coordinator, Team Leader):

 Anjum Zafar Team Leader


Aghan Tarin Engineering  Farooq Azam Fareed Architect
Services, Afghanistan  Dr. Syed Abul Khair Masroor Civil Engineer
 Ajmal Shirzad Electrical Engineer
 Mohammad Azim Rasuli Mechanical Engineer
Narrative Description of Project:

The Paktia University is one of the universities at South of Afghanistan, founded in 2004. The main campus is located at
Gardize City of Paktia, the capital of Paktia Province. The university has six colleges, namely, Agriculture, Education, Civil law,
Medical, Engineering and Literature; the total number of student at this university is 5000 and this university has150 professors.
There is need of construction of new buildings in Paktia University; as there is an increase in number of students who are
interested in a University education. The Paktia University is developing the campus.

1. Civil law Faculty Building-Estimated area 1200 m2


The Paktia University requires constructing the Civil law Faculty building to be located in the University campus.
2. Gymnasium building- Estimated area 2500 m2
Paktia University requires constructing the Gymnasium building to be located in the university campus. The
building would be expected to serve 500 students.
3. Master Plan for University campus
The Paktia University requires a Master Plan to be developed for its campus. The campus consists of some
existing buildings, some buildings under construction, and vacant land. The area of the campus is almost
approximately 110 Jerib land.
There are 6 faculties, student population of 5000, resident students on campus of 2500, housing for faculty and
staff of 150. These are indicative figures, and the consultant would be required to study and survey the
requirements.

Description of actual services provided by your staff within the assignment:

 INCEPTION OF THE PROJECT


o Project Initiation & Kick Off Meeting
o Mobilisation of Team
o Site Reconnaissance Visit
o Discussions With Client's Officials
 DESIGN AND TENDER DOCUMENTATION
o Data Collection Operation
o Topo-Survey and Geotechnical Investigation
 Topographic Survey
 Geotechnical Investigation
o Master Plan
o Architectural Design
o Structural Design
 Foundation
 Design Rules for Earthquake and Flood-Safe Foundations
 Concrete Frames
 Walls
 Roof
o Electrical Design
o Plumbing, Water and Sewerage Design
o HVAC Design
o Surface and Sub-surface Drainage Consideration
o Utility Connection - External
o Roads.
o Landscaping.
o Cost Estimates
o Prepare Standard Contract Documents
o Evaluation Of Tenders
 DELIVERABLES
o Inception Report
o Project Brief
o Monthly Progress Report
o Draft Design Report and Tender Documents
o Final Design Report and Tender Documents
o Tender Evaluation Report
o Design Completion Report

Firm Name: Umar Munshi Associates – Pakistan


Assignment name: Approx. value of the contract (in
Consultancy Services for Design of Master Plan, Detailed Engineering Design, current PKR ):
Procurement for Laghman University campus, Design of Veterinary Faculty
Building, Dormitory Building, Water Supply Network, Sewerage Network, and US$ 165,546/-
Electricity Distribution Network for Laghman University Rs. 16.81 Million
Country: Afghanistan Duration of assignment (months): 24
Location within country: Laghman Months
Name of PE: Ministry of Higher Education , Islamic Republic Of Afghanistan.
Address: Afghanistan Reconstruction & Development Services Total No. of staff-months of the
4th & 5th floors, Ministry of Economy Building, Malik Asghar Square, Kabul, assignment: 40
Afghanistan
Approx Value of the Services Provided
Start date (month/year): May 2016 by your Firm under the Contract ( in
Completion date (month/year): Ongoing Current PKR):
Rs. 13.48 Million
Name of associated Name of senior professional staff of your consulting firm/organization involved and
Consultants, if any: designation and/or functions performed (e.g. Project Director/Coordinator, Team Leader):
 Anjum Zafar Team Leader
 Farooq Azam Fareed Architect
Aghan Tarin Engineering  Dr. Syed Abul Khair Masroor Civil Engineer
Services, Afghanistan  Ajmal Shirzad Electrical Engineer
 Mohammad Azim Rasuli Mechanical Engineer
Narrative Description of Project:
The Laghman University is one of the universities at West of Afghanistan, founded in 2011. The main campus is located at
Laghman Province. The university has four colleges, namely, Veterinary, Agriculture, Education and Literature; the total
number of students at this university is 1500 and this university has 50 professors. There is need of construction of new
buildings in Laghman University; as there is an increase in number of students who are interested in a University education.
The Laghman University is developing the campus.
1. Water Supply network, Sewerage network, & Electricity Distribution network
The Laghman University requires design for constructing the Water Supply network, Sewerage network, & Electricity
Distribution network to cover the University campus.
The requirement for Water Supply network, & Sewerage network, to be met is as follows:
 To cover the campus and service all the buildings on the campus
 A separate water supply network and a separate sewerage network
 All associated installations to support the networks
The requirement for Electricity Distribution System to be met is as follows:
o Electricity Distribution to cover campus
o Number of transformers: two
o Capacity of transformers: (at least) 500 KVA
o High Voltage Distribution Machine considering the two strengthening cables
o Low Voltage Distributing Machine with a capacity of adequate for campus buildings ( two strengthening cables to
be considered for each building)
o Room including bathroom for the staff and workers
Provision is to be made for firefighting system in the installations where relevant
2. Veterinary Faculty building Estimated area 1100 m2,
The Laghman University requires constructing the Veterinary Faculty building to be located in the University campus.
The requirement to be met is as follows:
 Veterinary Faculty building for serving the different needs – class rooms, laboratories, faculty members rooms,
seminar rooms, department library, department computer center – student body of 1500 and faculty members
strength of 25 (indicative figures)
 Contemporary functional design incorporating the current technology, and according to international standards, a
three stories structure
 Architectural design to match the region – culture and history.
 Laboratory rooms for all Veterinary faculty departments.
 All other necessary requirement as per medical faculty need.
The building should be insulated against humidity, heat, and dust. Emphasis is to be given for sound proofing of class
rooms and the illumination levels. Provision is to be made for Firefighting and smoke detection alarm system.
3. Dormitory building Estimated area 1500 m2, Baghlan University requires constructing the Dormitory building to be
located in the university campus. The building would be expected to serve 600 students. The Dormitory design would
be modern functional and design incorporating the current technology, and according to international standards. The
building should be insulated against humidity, heat, and dust. Emphasis is to be given for sound proofing and the
illumination levels. Provision is to be made for Firefighting and smoke detection alarm system.
4. Master Plan for University campus The Laghman University requires a Master Plan to be developed for its campuses.
The campuses consist of some existing buildings, some buildings under construction, and vacant land. The area of the
campus is almost approximately 220 Jerib land.
The requirements of the Master Plan are:
 Planning for the entire campus for the location of the buildings for the colleges, faculties, dormitories, and
housing (forecasting for the next 20 years)
 Defining the land use patterns and the zoning of the campuses
Planning and design for the utility services – roads, signage’s, electricity, communications, water supply and sewerage
systems, sports and recreation, water recycling, green & energy efficiencies, firefighting, solid waste management and
waste water treatments.
Description of actual services provided by your staff within the assignment:
 INCEPTION OF THE PROJECT
o Project Initiation & Kick Off Meeting
o Mobilisation of Team
o Site Reconnaissance Visit
o Discussions With Client's Officials
 DESIGN AND TENDER DOCUMENTATION
o Data Collection Operation
o Topo-Survey and Geotechnical Investigation
 Topographic Survey
 Geotechnical Investigation
o Master Plan
o Architectural Design
o Structural Design
 Foundation
 Design Rules for Earthquake and Flood-Safe Foundations
 Concrete Frames
 Walls
 Roof
o Electrical Design
o Plumbing, Water and Sewerage Design
o HVAC Design
o Surface and Sub-surface Drainage Consideration
o Utility Connection - External
o Roads.
o Landscaping.
o Cost Estimates
o Prepare Standard Contract Documents
o Evaluation Of Tenders
 DELIVERABLES
o Inception Report
o Project Brief
o Monthly Progress Report
o Draft Design Report and Tender Documents
o Final Design Report and Tender Documents
o Tender Evaluation Report
o Design Completion Report
Firm Name: Umar Munshi Associates – Pakistan
 Assignment Name  Approx value of the contract in current US$ or
Euro):
Preparation of priority investment proposals for Kabul Rs. 3.5 Billion (Estimated)
water supply and sanitation/sewerage. US$ 35.35 Million
 Country : Afghanistan  Duration of Assignment.
 Location within Country: 14 Months
Kabul New City
 Name of Client:  Total No. of staff-
Afghanistan Urban Water Supply and Sewerage Corporation (AUWSSC) HQ months on the
Office, Sari Tapa karti-e-Now Beside Habib Gulzar Beverage company, assignment.
Afghanistan Telephone: Mobile No- +93(0) 700 277 129 / 798 002 277 E-mail: 358.50 Nos.
dbaheer15@gmail.com and : dbaheer15@yahoo.com
 Start Date : June 2013  Value of consultancy services provided by your
 Completion Date : September 2014 firm under the agreement.
US$ 2.9 Million (Rs. 287.10 Million)
 Name of Associated Consultant, if any  No. of Professional staff-months provided by the
Lyon Island Engineering Experts, Hawaii (Lead) associated consultant. 213.00
Afghan Tarin Engineering Services, Afghanistan
 Name of Senior Professional Staff Involved and Functions Performed
1. Syed Jawiad Shah Water Supply System & Rehabilitation Engineer and Deputy Team Leader
2. Syed Mohammad Ali Economist & Financial Analyst
3. Shahid A. Lutfi Environmental Specialist
4. Fazal Karim Khatri Social Development Specialist
5. Syed Perwaiz Majeed Procurement Specialist
 Detailed Narrative Description of the Project

The project area comprises of


the Bagrami and Arzan Qaimat
areas, Districts 8, 12 and 22,
and part of District 16 of Kabul
City. It is the most populated
area of Kabul city and comprises
of 18747 hectare land mass
district area with a total
population of 494600 residing
approximately in 76500 houses
according to year 2010 statistic,
out of 18747 hectare district
area 5750 hectare is considered
for the project.

The project area is close to Logar River well field and do not have water supply network and piped water.
People are using house hold constructed dug and tube wells. It has Government developed area, planned
area by Kabul Municipality, private sector developed area, planned area approved by Governmental
Organizations (Kabul Municipality or Ministry of Urban Development Affairs or others), semi-planned area,
completely unplanned areas like some villages. The project area is located in the heart of Bagrami district of
Kabul province of ILGD ( district 16,part of district 8, district 12 and district 22 of Kabul Municipality ) and close
to the well field of Bagrami, Logar River and Kabul River

The proposed project is to be implemented in 5 years. The consultants will make an assessment of the
capacity of the AUWSSC, Kabul SBU and local construction industry and make a rough estimate as to how
much works is possible in 5 years. However, AUWSSC and Kabul SBU estimates that expenditures to the
tune of US$ 15 million can be reached right in the first year starting with the rehabilitation works and it could be
doubled or even more by the end of the project period of 5 years. Priority investment to the tune of US$ 100
million is considered about right by AUWSSC and Kabul SBU.

This priority investment program to be prepared under this assignment should be able to be appraised by the
World Bank and constitute a project with water supply, sanitation and wastewater, support to operation and
engineering and technical services components. Support to operating cost and the engineering and technical
services component of the project may include engineering services (such as construction supervision for the
project implementation), as well as consulting services for the updating of the existing water supply Master
Plan, feasibility studies and detailed engineering and bid documents for follow-up projects in Kabul and
provincial towns, establishment of water quality monitoring system, and support for strengthening institutional
(AUWSSC and SBUs) capacity.

As a result of the studies mentioned below, the consultant should identify the priority investment program that
would be implemented under the proposed project. The project may include five components, such as:

1. Component 1: Rehabilitation and strengthening of existing water production, transmission and


storage facilities
2. Component 2: Construction of water supply system
3. Component 3: Construction of wastewater collection and disposal system
4. Component 4: Support to AUWSSC and SBU operation (operating cost)
5. Component 5: Engineering and Technical Services

 Bagrami (Logar) Well Improvements: The rehabilitation of ten (10) existing Bagrami well houses includes
construction of new Guard Room and Compost Latrine as well as installation of new main gate and steel
grilles on existing boundary walls. Bagrami Well improvements (Wells No.1 to 10),
 Bagrami Transmission Line Rehabilitation (3.7km) from Bagrami Booster Pump House to existing Bagrami
transmission main. The work is to replace the old waterline with new water pipes, fittings & fixtures and
appurtenances.
 Nasaji Well Improvements: This package is for the rehabilitation of two (2) existing Nasaji well houses with
the construction of a boundary wall, new well house, new guardroom, compost latrine and new generator
room.
 Nasaji Water Supply Line Rehabilitation (6.0km) from Nasaji well house no. 2 & 3, to Nasaji Booster Pump
House. The work is replacing the old line with a new waterline; supply and installation of new water pipes,
fittings and appurtenances.
 New Nasaji Booster Pump House & New Nasaji Reservoir No. 1 is to be implemented by Year 2017.
Package 5 is for the construction of New Nasaji Booster Pump House with generator room, chlorination
house, guard tower and compost latrine including electrical and mechanical works. Construction of Water
Reservoir with a capacity of 7000 m3, fuel tank and sub-station, boundary wall and main gate, supply and
installation of new waterlines from Pumping Station to Transmission Main. Package 10 is for the
construction of New Nasaji Reservoir with a 5000m3 capacity.
 New Nasaji Transmission Main & New Water Supply System in District 22 is to be implemented by Year
2018. Package 11 is for the supply and installation of waterline materials with complete fittings and
appurtenances while Package 7 is for the supply and installation of waterline materials including fittings and
appurtenances, reflux valves/washouts, pressure reducing valves and installation of air valves with
chambers to complete the new waterlines for the distribution of water supply system.
 New Basin “E: Wastewater Treatment Plant: This package is for the construction of New Wastewater
Treatment Plant with aeration tank, clarifier tank, sludge digester, sludge holding tank and bar screening.
Supply and installation of electrical fixtures, mechanical machineries and internal piping connections and
some additional works to complete the Treatment Plant.

 Detailed Description of the Actual Services Provided by your Firm

1. Priority investment proposals –Water Supply


a. Study existing situation
b. Conceptual design of water supply for the project area.
c. Study of feasibility of water supply priority investments
d. Preparation of detailed engineering designs.
e. Engineering detailed design documents.
f. Preparation of bidding documents.
2. Priority investment proposals – Sanitation and Wastewater Treatment Plants
a. Study existing situation.
b. Conceptual design of sanitation and wastewater management in the project area.
c. Study of feasibility of sanitation and wastewater priority investments
d. Preparation of detailed engineering designs.
e. Engineering detailed design documents
f. Preparation of bidding documents
3. Rehabilitation of the production, transmission and storage of Kabul water supply
a. Study existing situation.
b. Prepare Standard design of rehabilitation of water supply systems.
c. Study of feasibility of rehabilitation of water supply system.
d. Preparation of detailed engineering designs
e. Preparation of bidding documents.
4. Environmental Impact Assessment
a. Scoping
b. Stakeholder Consultations
c. Data Collection/Compilation
d. Impact Assessment and mitigation
e. Legislative and Regulatory Framework
f. Assessment Of Environmental Impacts
g. Environmental Management Plan
h. Environmental Monitoring Plan
i. Emergency Preparedness Plan
j. Report Compilation
5. Land Acquisition and Resettlement Plan
a. Water Supply:
 Construction of 19 New Tube-wells (each requiring around 900 square meters off
land, which is almost exclusively private agricultural land in and around expanding
housing areas;
 Preparation of land acquisition and resettlement plans form booster pump station,
treatment plant, uphill main, tertiary reservoirs, and feeder and transmission lines.
 Land acquisition and resettlement plans for Logar’s River’s water and
rainwater/snow fed dams/reservoirs through a series of information disclosure and
consultation process with local communities.
b. Sanitation/Sewerage:
 Land acquisition and resettlement plan for wastewater disposal drains, sewerage
lines, treatment plant.
6. Project proposal for World Bank funding
7. Support to AUWSSC and SBU operation.
8. Engineering and technical services.
9. Project proposal.

NAME OF THE FIRM: UMAR MUNSHI ASSOCIATES – PAKISTAN


Assignment Name: Approx value of the contract in current US$ or
Detailed design & top supervision of gombe regional Euro):
water supply scheme nigeria. (140 km pipeline) and Total Cost of the Project:
100mld water treatment filter plant Rs. 4.6 Billion/US$ 71.60 Million
Country: Nigeria Duration of assignment (months): 40
Location within country:
Gombe

Name of Client: Gombe State Water Corporation Total No of Staff-Months of the assignment: 176
Nigeria.
Address: Approx value of the services provided by your firm
Kabul - Afghanistan under the contract (in current US$ or Euro): USD
3.73 Million
Start date: (Month/Year): August 2001 - No of Staff-Months of Professional Staff provided by
Completion date (Month/Year): November 2004 associated Consultants:
Name of Associated Consultants, it any:
 Name of Senior Staff Involved and Functions Performed
1. Sami-ur-Rehran PM/Principal Structural Engineer
2. Fareed Ahmed Principal Architects
3. Mira Ahmed Principal Public Health Engineer
4. Fazl-e-Haq Sr. Public Health Engineer
5. Rafiq Malik Sr. Electrical Engineer.
6. Maqsood Shaikh Resident Engineer
7. Naeem ul Haq Asst. Resident Engineer
8. Nafees Malik Mechanical Engineer
9. Muhammad Dilshad Electrical Engineer
10. Uzair Bhatti Quantity Surveyor
 Detailed Narrative Description of the Project

Largest single water supply project ever awarded in Nigeria, for conveying, treating, storing, pumping and
distributing water to Gombe City 60 km. away from DadinKowa dam, and serving 10 townships en route.
Design and construction of 1000mm, 800mm, 600mm, 400mm ductile iron mains and 300mm and 200mm
distribution system totaling approximately 140km. Design and construction of 100 Mld water treatment plant
with iron removal capability, two pumping stations including installation of pumps and commissioning, 1 x 50
million litre and 2 x 25 million litre treated water reservoirs. Break-pressure tanks, overhead tanks for
distribution water supply, ancillary structures, housing colony (30 houses) for operating staff, training of staff.
 Detailed Description of the Actual Services Provided by your Firm

1. Master Planning of Housing, Treatment Plant & associated Buildings


2. Detailed Topographic Survey (140 Km Long Pipe Line)
3. Soil Investigation
4. Detailed Design / Drawings of Pumping Stations / Treatment Plant and associated buildings.
5. Detail Design / Drawings of Raw Water, Treated Water and Distribution Pipeline Design.
6. Pipeline stress analysis and wall thickness computation
7. Pipeline surge analysis
8. Preparation of Design Memorandum.
9. “Simflex. S” Software of M/s. Peng Engineering Houston, Texas, USA, for Pipe Stress Analysis.
10. PAULA PLUS/ NATASHA Software of M/s. Fluid Flow Consultants, Tulsa, Oklahoma, USA, for
Pipeline Surge Analysis.
11. Top Supervision
NAME OF THE FIRM: UMAR MUNSHI ASSOCIATES – PAKISTAN
Assignment Name: Country:
ENGINEERING CONSULTANCY SERVICES for Feasibility
Study & Design for Construction of Gravity Based Water
Supply Schemes in District Swat. ADP NO. 143/190025(2019- Pakistan
20)
Location within country: Gilgit Duration of assignment (months): 06 Months
Name of Client: The Executive Engineer, Public Health No. of Staff = 10
Engineering Department, Address: Public Health Engineering Total No of Staff-Months of the assignment: 118 Nos.
Division, Public Health Engineering Department Government
of Khyber Pakhtunkhwa, SWAT. 0946-9240163Swat.
Start date: (Month/Year): Completion date (Month/Year): Approx value of the services provided by your firm
March 2020 September 2020 under the contract (in current US$ or Euro): Rs.
11.060 Million USD: 72,000
Name of Associated Consultants, it any: No of Staff-Months of Professional Staff provided by
Indus Associated Consutlant (Pvt) Ltd. & / Cascade associated Consultants: 65
Name of Senior Staff Involved and Functions Performed:
1. Syed Jawed Shah: Principal Water Supply Engineer/R.E
2. J.I. Rana: Structure Engineer
3. Shabir Ahmed Khan: Environmental Engineer
4. Usman Ghani Dar: GIS Specialist
5. Faraz Nazar - Jameel Ahmed Larik - Ghulam Mustafa - Zafar ullah Khan - Sadiq Islam: Jr W/S Engineer/AREs
(5 x 6)
Detailed Narrative Description of the Project:
The scheme "Feasibility Study & Design for Construction of Gravity Based Water Supply Schemes in District
Swat" is reflected in ADP 2019-20. Under the scheme feasibility study & design will be carried out for Gravity
Based Drinking Water Supply Projects of District Swat. Besides this detailed technical design, Topographic
surveys, Design Reports, Inception Reports, Construction Drawings, Cost Estimates & Tender Documents will
be prepared. Furthermore, yield of the selected gravity sources will be ascertained and water quality will be
checked to decide type of treatment required. The detail design will cover all relevant parameters with drawings
followed by preparation of PC-I/cost estimate covering technical and financial viability. The PC-II has been
framed on the basis of estimates for technical, financial and logistic services to be rendered by reputed
consultants in the field.
Detailed Description of the Actual Services Provided by your Firm:

Mobilization & Inception


 Mobilization
 "Site vist of WTP SITE, Pumping Stations and Water network in three cities "
 "Collection & review of available data, informations, metrological & hydrological reports & drawings for
desk studies Proposed project Implementation Process with maximum control at all times."
 Submission of Inception Report
Water Assessment Surveys & Investigation & Socio Economic Survey
 "Base line survey, need analysis of community, water consumption, willingness to pay survey, socio
economic and field survey"
 "Topographic Survey, Land Use, Soil and Hydrological Investigation and Field Surveys"
 Interpreting the available data and analysis of field data Suveys
 Finalization design criteria & standards for WTP
 Submission of Progress Report and approval of design criteria
 Development of Concept Design of Water supply for three cities of Sawat River
Concept Design
 "Package 01 : Concept design of Water Treatment Plants (in 3 cities), grouped under one package"
 Package 02: Water supply network (Gravity Based)
 "Package 03: Water Supply (gravity based), grouped under one package "
Preliminary Engineering Design
 Package 01: "The three water supply and water treatment plants (in 3 cities), grouped under one
package, "
 Package 02: Water Treatment Network (including pumping stations)
 Package 03: Water supply distribution network grouped under one package
Detailed Engineering Design
 Package 01:
o Draft detail Enginering design Package 01
o "BOQ, Cost Estimates and drawings"
o Submitted to PHED for comments
o Final detail Enginering design Package 01
o "Final design including BOQ, Cost Estimat and drawings after 2 weeks of draft submission to
PHED"
 Package 02
o Draft detail Enginering design Package 02
o "BOQ, Cost Estimat and drawings"
o Submitted to PHED for comments
o Final detail Enginering design Package 02
o "Final design including BOQ, Cost Estimat and drawings after 2 weeks of draft submission"
 Package 03 (selected by client)
o Draft detail engineering design package 03
o "BoQ, cost estimate and drawings "
o Submitted to PHED for comments
o Final detail engineering design package 03
o "Final design including BoQ, Cost Estimate and drawings after 2 weeks of draft "
Bidding Document
 Package 01
o Draft bidding document of Package 01 and submitted to PHED after detail design
o Final bidding document of package 01 after 2 weeks the comments shall be incorporated the
comments
o Final bidding document submit to PHED
 Package 02
o Draft bidding document of package 02 and submitted to PHED after detail design
o Final bidding document of package 02 after 2 weeks the comments shall be incorporated the
comments
o Final bidding document submit to PHED
 Package 03
o Draft bidding document of package 03 and submitted to PHED after detail design
o Final biddingi document of package 03 after 2 weeks the comments shall be incorporated the
comments
o Final biddng document submit to PHED
LIST OF DELIVERABLES
Inception Report; Interim Report; Draft Feasibility Report with water quality test; Final Feasibility Report; Draft
Design Report; Final Design Report; PCI document; Monthly Progress Report; All data in soft copy & hard copy
Firm Name: M/s. Umar Munshi Associates, Pakistan
 Assignment Name  Approx value of the contract in current US$ or
CONSULTANCY SERVICES FOR GILGIT Euro):
ENVIRONMENTAL IMPROVEMENT PROJECT – Rs. 800 Million
WATER SUPPLY SYSTEM SEWERAGE NETWORK US$ 7.90 Million
 Country : Pakistan  Duration of Assignment.
 Location within Country : Gilgit, 18 Months
Baldistan
Name of Client: DIRECTOR GENERAL, Gilgit Development Authority,  Total No. of staff-months on
Raja Anwar Villa River Road, Chinar Bagh, Gilgit – Pakistan the assignment. 87
Engr. Waqar Ahmed Khan – Dy. Director Works
Waqarak79@gmail.com
 Start Date : October 2015  Value of consultancy services provided by your
 Completion Date : March 2017 firm under the agreement.
Rs. 12.71 Million / US$ 125,600
 Name of Associated Consultant, if any  No. of Professional staff-months provided by the
associated consultant.
 Name of Senior Staff Involved and Functions Performed
1. Syed Jawed Shah Water Treatment & Supply Expert Team Leader
2. Mirza Arif Baig Water Distribution Design Engineer
3. Khalid Khan Hydraulic Modeler / Hydraulic Engineer
4. Syed Azhar Maqsood Water Supply Design Engineer
5. Khan Abdul Qayyum Master Planning Specialist
6. Engr. A Rashid Malik Electrical Engineer
7. Imran Ali Mechanical Engineer
8. Jaweed Azhar Ansari SCADA Specialist
9. Faraz Nazar Junior Design Engineer
10. Shahid Shaikh Junior Design Engineer
11. M. Sagheer Bhatti Quantity / Costing Engineer
 Detailed Narrative Description of the Project
Objective of the Gilgit project is to prepare master plan of water supply system in Gilgit district having
population of 1.8 Million. Two sources of water supply have been proposed spring water source has been
selected supply water to elevated areas through 600mm dia pipe including spring protection, pressure
breaking chambers, 3600 cubic meter Water Storage Reservoir.Another water source is from Gilgit River, the
intake is situated at 25 km from Gilgit town 4 Nos. of 630mm dia HDPE pipes are designed along road with
water treatment plant, water storage Reservoir and distribution network water treatment consists of
sedimentation coagulation filtration and chlorination.

Physical achievement for Phase-I (1st Year Plan) Total Amount 1045.321 Millions: Water Supply from Intake
Structure Markaz to 2nd Stage Pumping to Water Treatment Plant to Nagar Colony, 2nd Stage to Skarkoi, WTP
Markaz to Power House, 2nd Stage Pumping to Burmas Bala. Water Treatment Plant No.02 Some
Components and Fencing, Main Gate, Office Block (1 Nos.) and Pumping Machinery Stage i-ii and Generator's
Phase-i and Vehicle's and Partially Land Aqusition>

24" dia Ductile Pipe i/c chamber and Valves 1720 ft


24" dia HDPE pipe i/c chamber and Valves 6881 ft
18" dia ductile pipe i/c chamber and Valves 850 ft
18" dia HDPE pipe length i/c chamber and Valves 3401 ft
15" dia Ductile pipe i/c chamber and Valves 2301 ft
15" dia HDPE pipe i/c chamber and Valves 9243.6 ft
8" dia HDPE pipe i/c chamber and Valves 12317.63 ft
6" dia HDPE pipe i/c chamber and Valves 12206 ft
New Road From WTP to KIU at Markaz 1 Nos.
Construction of Internal Road at Markaz 1 Nos.
Water treatment Plant at Markaz  
Chlorination Unit at Markaz 1 Nos.
Fluorination Unit at Markaz 1 Nos.
Sedimentation Tank at Markaz 1 Nos.
Coagulation at Markaz 2 Nos.
Sludge Drying Bed at Markaz 1 Nos.
Intake Structure at Markaz 1 Nos.
Clarifier Unit at Markaz 2 Nos.
Roughening Filter at Markaz 1 Nos.
Roughening Filter Media with Storage at Markaz 1 Nos.
Under Ground Reservoir 500000 M Gallon 1 Nos.
Office Block at Markaz 1 Nos.
Fencing at Markaz 2310 Rft
Main Gate at Markaz 3 Nos.
3% Contingency 3% 1 to 17
Pumping Machinery stage-I (4789) 1 Nos.
Pumping Machinery stage-ii (5000) 1 Nos.
Generator Phase-I 2 Nos.
Vehicle 2 Nos.
Revenue Land Acquisition Partially 184.521 M

Physical achievement for Phase-II (2nd Year Plan): Total Amount 1345 Millions: Water Supply from Power
House Colony to Upper Jutial from WTP Jutial to Satellite Town 3 from Kareem Town Zulfiqarabad to Satellite
Town from WTP Jutial to Khumer from Yasin Colony to Shami Mohallah and Remaining Treatment Plant at
Markaz and Water Treatment Plant at Jutial, Fencing, Compost Latrine, Main Gate, Office Block at Jutial,
Office Block (2 Nos) at Markaz, Reservoir 1000000 M (2 Nos) and Construction Pressure Breaking / Grit
Chamber, and Revenue

24" dia Ductile Pipe i/c chamber and Valves 6602 ft


24" dia HDPE pipe i/c chamber and Valves 26409.1 ft
18" dia ductile pipe i/c chamber and Valves 1874 ft
18" dia HDPE pipe i/c chamber and Valves 7493.7 ft
15" dia Ductile pipe i/c chamber and Valves 1731.02 ft
15" dia HDPE pipe i/c chamber and Valves 6920.40 ft
12" dia HDPE pipe i/c chamber and Valves 5095.1 ft
Water treatment Plant at Markaz Remaining Components  
Rapid sand media Filter at Markaz 1 Nos
Water treatment Plant at Jutial  
Chlorination Unit at Jutial 1 Nos
Fluorination Unit at Jutial 1 Nos
Sedimentation Tank at Jutial 1 Nos
Coagulation at Jutial 2 Nos
Clarifier Unit at Jutial 2 Nos
Roughening Filter at Jutial 1 Nos
Roughening Filter Media with Storage at Jutial 1 Nos
Rapid Media Sand Filter at Jutial 1 Nos
Compost Latrine at Jutial 1 Nos
Fencing at Jutial 2400 Rft
Main Gate at Jutial 1 Nos
Ground Tank Reservoir 1000000 M Gallon at Pumping Station & Zulfiqarabad 2 Nos
Construction of Pressure Breaking / Grit Chamber at Pumping Station & Zulfiqarabad 2 Nos
Office Block at Markaz 1 Nos
Office Block at Jutial 1 Nos
3% contingency 3% 1 to 16
Additional Pumping Machinery Stage-I 1 Nos
Additional Pumping Machinery Stage-II 1 Nos
Additional Pumping Machinery Stage-III 1 Nos
Pumping Machine 400 HP 3 Nos
Generator Phase-III 1 Nos

Physical achievement for Phase-III (3rd Year Plan): Total Amount 678 Millions: Water Supply from CPEC to
Ghar Kat, Ground Tank Reservoir 4.5 M Gallon at Jutial, with Pressure Breaking / Grit Chamber, Ground Tank
Reservoir (500000 M) Gallon (8 Nos.), and Reservoir at Jutial (4.5 M) Gallon, Electrical Works, External
Development, Jutial Nullah Misc Works, Rehabilitation and Up-Gradation of Water Distribution Network.

12" dia HDPE pipe i/c chamber and Valves 3743.9 ft


Ground Tank Reservoir at Different Places 500000 M Gallon 8 Nos
Ground Tank Reservoir at Jutial 4.5 M Gallon 1 Nos.
Construction of Pressure Breaking / Grit Chamber (1 Nos) at Jutial 1 Nos.
Jutial Nullah Misc Works L/S 1 Nos.
Rehabilitation and up-gradation of water distribution network including pipe laying
1 Nos.
replacement of Valves, valve chamber and accessories complete L/S Partially
3% contingency 3% 1 to 9
Electrical Works Remaining 27.287 M
External Development 64.892 M

Physical achievement for Phase-V (5th Year Plan): Total Amount 482.259 Millions: Water Supply from
Sakawar Zonal Boundary to Minawar Boundary, External Devolopment and Conversation of Power Supply to
Alternate (Solar Energy)

18" dia Ductile pipe i/c chamber and Valves 2245.64 ft


18" dia HDPE pipe i/c chamber and Valves 8982.56 ft
6" dia HDPE pipe i/c chamber and Valves 17794 ft
3% Contingency 3% 1 to 3
External Development Remaining 3.640 M
Conversation of Power Supply to Alternate Energy (Solar Power) at WTP 2 Nos
 Detailed Description of the Actual Services Provided by your Firm
1. Data and Information Collection
2. Field Studies Soil Investigation and Topographical Survey
3. Data Analysis
4. Development of Conceptual Plan
5. Preparation of BOQ and Cost Estimate
6. Preparation (PC-1)
7. Economic and Financial Analysis
8. Environment Social Management Frame Work
9. Draft Master Plan Water Supply and Water Treatment
10. Detail Engineering Design & Drawing
11. Biding Document
12. Draft Feasibility Report
13. Final Feasibility
14. Prequalification of Contractors
15. Tendering
16. Award of Contract
NAME OF THE FIRM: UMAR MUNSHI ASSOCIATES – PAKISTAN

 Assignment Name Approx value of the contract in current US$ or


Institutional Consultancy To Research The Status Of Euro):
Existing Water Supply, Sanitation And Drainage Total Cost of the Project:
Infrastructure And Service Delivery Mechanisms In USD 389.46 Million
Somalia
 Country: Somalia  Duration of Assignment. 06 Months
 Location within Country: Merka, ,
Dollow, Baidao
 Name of Client: UNICEF - UNICEF, Somalia Support Center, P.O. Box  Total No. of staff-months on
44145-00100, Nairobi, Kenya Sahr Kemah – WASH Manager the assignment. 49.00
skemoh@unicef.org
 Start Date : May 2015  Value of consultancy services provided by your
 Completion Date : Dec 2016 firm under the agreement.(US$): 243450/-
 Name of Associated Consultant, if any  No. of Professional staff-months provided by the
Norken International Ltd. Kenya Umar Munshi associated consultant. 20
Associate Ltd. Kenay (Local Associates )
 Name of Senior Professional Staff Involved and Functions Performed
1. Syed Jawed Shah Team Leader / Water and Sanitary Engineer
2. Syed Mohammad Ali Economist and Financial Analyst
3. HAROUB, Ahmed Haroub Environmental Specialist
4. Syed Ashraf Wasti Institutional Development Analyst
5. WAHOME, Samuel Muraguri Electrical Engineer
6. Mirza Arif Baig Mechanical Engineer
7. Philip Wandera Social Development Specialist
8. Dan Odero Hydrologist
 Detailed Narrative Description of the Project
UNICEF is proposing to re-engage with the existing water utilities and water boards as well as the new local authorities for
the seven towns of Merka (lower ShabeUe), Afgoye (lower Shabelle), Dollow (Gedo), Baidao (Bay), Qoryole (lower
Shabelle), Jowhar (Middle Shabelle) and Beletyewne (Hiran) to implement an integrated water and sanitation project. The
aim of the re-engagement is to upgrade the service delivery and assist the local authorities to plan for sanitation and
drainage improvements to reduce risks of WASH disease outbreak. This re-engagement is in-line with the aspirations and
recent work of the Joint Programme for Local Governance (JPlG) which clearly outlined priority actions for establishing
core service delivery models for urban water supply systems. It underscores full engagement of local government with
private sector in an effort to achieve more durable safe water mechanisms. It was agreed in response to a project
proposal presented by UNICEF to the EC in December 2004. In their funding agreement UNICEF and the EC committed
to undertake a final evaluation study to assess the validity of the applied approaches and the eventual impact of the
project following completion as well as replicating the approach at a wider scale.

In poor countries like Somalia, the access to safe and sustainable water supply and its disposal after uses have had
remained a major concern. In this regard, UNICEF has proposed to re-engage the water boards as well as the new
local authorities to implement an integrated water and sanitation project in seven selected towns. These towns
selected different administrative divisions of Somalia. Originally they include Merka (lower ShabeUe), Dollow (Gedo)
and Baidao (Bay).

Merka: Merka is an ancient port city in the southern Lower Shebelle (Shabellaha Hoose) region of Somalia.
Facing the Indian Ocean, it is the main town in the province. It is located approximately 109 km (68 mi) to the
southwest of the nation's capital, Mogadishu. The Merka town is consisted on an area of 930 Sqkm and has
Population of 230,000 in habitants (2012). The general growth rate of Somalia 1.75 percent per annum
reported by CIA 2014.

Dollow: Dolow, also spelled Doolow, is a town in the southern Gedo region of Somalia. The Doolow (Gedo)
town is consisted on an area of 1796 Sqkm and has Population of 51,300in habitants (2012). The general
growth rate is same as in other parts of the Country.

Baidao: Baidoa, also known as Iscia Baidoa, is a city in the south-central Bay region of Somalia. It is situated
256 kilometers (159 mi) by road northwest of the national capital Mogadishu. For a brief period during the mid-
2000s, Baidoa served as the temporary seat of the Transitional Federal Government. In 2014, it was made the
capital of the Southwestern State of Somalia, a prospective Federal Member State. The town lies 90 km (50
mi) along a major road north of the national capital of Mogadishu. There is also an airport in the northern part
of the town. The Baidoa town is consisted on an area of 13223 Sqkm and has Population of 157,500 in
habitants (2012). The general growth rate of Somalia 1.75 percent per annum reported by CIA 2014.

 Detailed Description of the Actual Services Provided by your Firm

A Phase -1
1 Desk Review of Existing Documentation, Information Data
2 Review of Proposed Approach Methodology
3 Comment on Methodology and Proposal of Final Approach
4 Time Frame and Method of Data Collection and Analysis
5 Consultation with UNICEF and International Partners
6 Consultation with EC and Approval
7 Consultation and Data Collection in the Field and Analysis
8 Stakeholder workshops and Recommendations
9 Preparation of draft report
10 Finalization of evaluation report

B Phase -2
The outcome of phase-1 will be used for working in phase-2

DELIVERABLES:

 Inception Report;
 Consultation and Data Collection in the Field and Analysis Report;
 Preparation of draft report;
 Finalization of evaluation report;
NAME OF THE FIRM: UMAR MUNSHI ASSOCIATES – PAKISTAN

 Assignment Name  Approx value of the contract in current US$ or


Conceptual Design of Drainage and Sewerage System Euro):
for whole Kabul New City and Outline Design of
Drainage and Sewerage Network Mains for Phase-1 Rs. 8.0 Billion
Development Area (PDA) of Kabul New City (KNC) US $ 85.10 Million
 Country : Afghanistan  Duration of Assignment.
 Location within Country : Kabul City 8 Months

 Name of Client: Dehsabz-Barikab city Development Authority Kabul,  Total No. of staff-months on the
Afghanistan. Kabul, Islamic Republic of Afghanistan. Qalah assignment.
Fatehullah khan, Street 6, House # 4, 10th Precinct, Kabul, Afghanista 91 Nos.
procurement@dcda.gov.af Mr. Fazal e Rahim Director Infrastructure
DCDA..
 Start Date : June -2012  Value of consultancy services provided by your
 Completion Date : August 2013 firm under the agreement.
Rs. 37.13 Million US$ 395000
 Name of Associated Consultant, if any  No. of Professional staff-months provided by the
Afghan Tarin Engineering Services, Afghanistan associated consultant. 32
 Name of Senior Professional Staff Involved and Functions Performed
1. Syed Jawaid Shah Team Leader
2. Mirza Arif Baig Drainage & Sewerage Planner
3. Muhammad Shah Drainage & Sewerage Engineer
4. Faraz Nazar Utility Engineer
5. Syed Ameenuddin Cost Estimator
 Detailed Narrative Description of the Project

Dehsabz-Barikab City Development Authority (DCDA), (hereinafter referred to as the Client) intends to
outsource the conceptual Design of Sewerage and Drainage Water for the whole Kabul New City (KNC) having
population of 4.635 million, and to suggest the best Sewerage and Drainage System (Outline Design) for the
whole KNC (hereinafter called the project). The outline design of sewerage and drainage Main Network for
phase-1 would be done by the same firm. The target area for phase-1 is approximately 4928ha. The total
length of the primary and secondary roads to be developed in PDA is about 146.902 Km length.PDA (phase-1)
is further divided in 11 Parcels and JICA will develop the primary and secondary roads and water supply
networks of Parcel-1 area which will cover about 26.38 Km of roads. In order to extend the sewerage and
drainage infrastructure a concept and detail design of the proposed developmental area should be developed.
While the drainage system will include sewer and storm drainage, storm water management; the sewerage
system should be envisioned in ducting systems erected along the main, secondary and tertiary roads to the
extent possible. Telecommunication cables, power supply cables, water supply pipelines, sewer pipes and the
remaining facilities will be in ducting system along the major roads, which will have the right of way equal or
greater than 43 m. The main objectives of the assignment is to prepare Drainage and Sewerage system
Strategy for the whole Kabul New City and its outline design for PDA, encompassing storm water, sludge,
drainage and wastewater disposal and management. This task entails identifying the worst affected areas and
the cause of flooding, poor wastewater disposal, and evaluating options for mitigation.

10 Nos. of Sewage Treatment Plants.


Marking of Sewage
Flow (MGD) LOCATION
Zone
ZONE 1 2.2 Dehsabz South SE
ZONE 2 5.7 Dehsabz South SE, Dehsabz South E
ZONE 3 2.4 Dehsabz South SE, Dehsabz South S
ZONE 4 2.8 Dehsabz South SE, Dehsabz South S
ZONE 5 6.0 Dehsabz South SE, Dehsabz South E
ZONE 6 8.3 Dehsabz North E
ZONE 7 6.9 Dehsabz South S, Paymonar
Dehsabz South E, Dehsabz North E, Dehsabz North W,
ZONE 8 7.2
Paymonar
ZONE 9 5.5 Barikab
ZONE 10 0.8 Barikab
TOTAL 49  
 Detailed Description of the Actual Services Provided by your Firm

COMPONENT 1 - Conceptual Design For KNC Sewerage And Drainage System


 Preparation Of Design Standards
 Conceptual Plan

COMPONENT 2 - Outline Design For KNC Sewerage And Drainage System


 Preparation of Design Standards
 Preliminary Engineering Design
 Detail Engineering Design
 Tender Documentation
NAME OF THE FIRM: UMAR MUNSHI ASSOCIATES – PAKISTAN

 Assignment Name  Approx value of the contract in current US$ or


Euro):
Design Review And Construction Supervision For Water
Supply And Sanitation Schemes In Public Health US$ 59.70 Million
Engineering Departments:
1. Package-I (South Zone)
2. Package –III (North Zone)

 Country : Pakistan  Duration of Assignment.


 Location within Country: 48 Months
Punjab South & North
 Name of Client: Public Health Engineering Department, Govt. of Punjab.  Total No. of staff-
PHED Department, 2-Lake Road, Lahore, Punjab, Pakistan - Punjab Tel: +92 42 months on the
99212674 Fax: +92 42 99212675 assignment.
Director Design – phecenorth@yahoo.com 485 Nos.
Start Date : April 2011  Value of consultancy services provided by your
Completion Date : April 2015 firm under the agreement.
US$ 3.32 Million
 Name of Associated Consultant, if any  No. of Professional staff-months provided by the
associated consultant.
 Name of Senior Professional Staff Involved and Functions Performed
1. Syed Jawed Shah Team Leader
2. Mirza Arif Baig Sanitation Specialist
3. Arif Shaikh Resident Engineer
4. Muhammad Nadeem Resident Engineer
5. Abdul Qadir Shaikh Asst. Resident Engineer (Civil)
6. Junaid Ahmed Bhatti Asst. Resident Engineer (Civil)
7. Muhammad Ameen Asst. Resident Engineer (Civil)
8. Shahid Shaikh Asst. Resident Engineer (Civil)
9. Pir Muhammad Qasim Asst. Resident Engineer (Civil)
10. Nafees Ahmed Asst. Resident Engineer (Civil)
11. Javed Iqbal Asst. Resident Engineer (Civil)
12. Muhammad Khan Abbasi Asst. Resident Engineer (Civil)
13. Pir Muhammad Memon Asst. Resident Engineer (Civil)
14. Naresh Kumar Asst. Resident Engineer (Civil)
15. Lal Chand Inspector (Mechanical)
16. Anis ur Rehman Inspector (Mechanical)
17. Zahid Razi Inspector (Electrical)
18. Ameer Hyder Palijo Inspector (Electrical)
 Detailed Narrative Description of the Project
Government of Punjab has approved Annual development Program for social uplift of the province. Package-I
(South Zone) & Package-III (North Zone) comprises of the following schemes:

1. Urban Water Supply Scheme, Fort Abbas, District Bahawalnagar (Population 423,529)
2. Water Supply Scheme/Replacement of old damaged/outlived Pipelines, Tehsil Head Quarter Chishtian, and District
Bahawalnagar. (Population 149,939)
3. Replacement and Up-gradation of Urban Water Supply Scheme Bahawalnagar. (Population 2.982 million)
4. Comprehensive Sewerage Scheme Bahawalnagar. (Population 2.982 million)
5. Comprehensive Sewerage Scheme, Haroonabad. (Population 142,909)
6. Comprehensive Water Supply & Drainage/Sewerage Scheme Phullarwan District Sargodha. (Population 458,440)
7. Augmentation of Water Supply scheme Sargodha. (Population 659,862)
8. Comprehensive Water Supply & Sewerage Scheme Khushab (Population 110,868)
9. Comprehensive Urban Water Supply & Drainage/Sewerage Scheme Jauhar Abad (Population 46,000)
10. Comprehensive Water Supply & Sewerage Scheme MianWali. (Population 1.546 Million)

1. Urban Water Supply Scheme, Fort Abbas, District Bahawalnagar: Test Tube Well 0.5 Cusec= 2 No.; Trail Bore=15 Nos.;
Tube Well 0.50 Cusec=13 Nos.; Pump House 12x12=15 Nos.; Pumping Machinery 0.5 Cusec=15 Set.; Replacement
Old/Damaged P/ Machinery for Tube Wells= 4 Set.; Inter Connections for T/Well = 6" i/d AC/PVC-4300 Rft, 8" i/d
AC/PVC-7100 Rft, 10" i/d AC/PVC-2875 Rft, 12" i/d AC/PVC-1350 Rft, 14" i/d AC/PVC-1000 Rft, 16" i/d AC/PVC-1200
Rft; OHT Line= 19 Jobs; Rising Main=12" i/d AC/PVC-12050 Rft, 14" i/d AC/PVC-9560 Rft, 18" i/d AC/PVC-15455 Rft;
Distribution System= 3" i/d AC/PVC-67216 Rft, 4" i/d AC/PVC-39403 Rft, 06" i/d AC/PVC-28424 Rft, 08" i/d AC/PVC-
13896 Rft, 10" Dia AC/PVC- 3460 Rft, 12" Dia AC/PVC-2839 Rft, 14" Dia AC/PVC- 940 Rft; GST (Capacity 1,50,000
Glns)= 3 Nos.; Pump House 18' x 12'= 3 Nos.; P/Machinery for Water Works= 6 Set.; Boundary Wall=2110 Rft; Double
Room Staff Quarter=8 Nos; Filters Beds Converted into GST (50' x 25')=4 Nos

2. Water Supply Scheme/Replacement of old damaged/outlived Pipelines, Tehsil Head Quarter Chishtian, and District
Bahawalnagar. Trial Bore= 4 Nrs.; Tube Well 1.00 cusecs= 9 Nrs.; Pump House 12’x12’= 9 Nrs.; Pumping Machinery=9
Nrs.; O.H.T. Line= 9 Job; INTERCONNECTION= 18” Dia P.V.C / AC Pipe-200 Rft., 16” Dia P.V.C / AC Pipe- 800 Rft.,
14” Dia P.V.C / AC Pipe-800 Rft., 12” Dia P.V.C / AC Pipe- 800 Rft., 10” Dia P.V.C / AC Pipe- 800 Rft., 08” Dia P.V.C /
AC Pipe- 800 Rft.; RISING MAIN= 24” Dia P.V.C / AC Pipe - 10740 Rft., 20” Dia P.V.C / AC Pipe - 14700 Rft., 16” Dia
P.V.C / AC Pipe - 14750 Rft.; DISTRIBUTION= 12” Dia PVC / AC pipe-2600 Rft., 10” Dia PVC / AC pipe-3930 Rft., 08”
Dia PVC / AC pipe=8670 Rft., 06” Dia PVC pipe- 13350 Rft., 04” Dia PVC pipe-10935 Rft., 03” Dia PVC pipe-91610
Rft.; Single Room Staff Quarter=5 Nrs.; Rep: of Old Damaged house connection= 3000 Nrs.

3. Replacement and Up-gradation of Urban Water Supply Scheme Bahawalnagar. Test Well 1.00 Cusec= 1 No.; Trail Bore=9
Nos.; Tube Well 0.50 Cusec=9 Nos.; Pump House 12x12=10 Nos.; Pumping Machinery 0.5 Cusec= 10 Sets.; Inter
Connections= 20" i/d AC/PVC-2400 Rft.; Rising Main= 24" Dia AC/GRP- 35000 Rft.; Pumping Machinery Centrifugal
Pump 2 Cusec -2 Set.; Inter Connections = 16" i/d AC/PVC-1600 Rft.; 18" i/d AC/PVC- 3200 Rft.; Rising Main= 24" Dia
AC/GRP-15123 Rft.; Replacement Old/damaged pipe AC/PVC= 3'' Dia.-45899 Rft., 4'' Dia.-20144 Rft., 6'' Dia.-20898
Rft., 8'' Dia.-4730 Rft., 10'' Dia.- 4917 Rft., 12'' Dia.- 1754 Rft., 14'' Dia.- 979 Rft.; Pump House For G.S.T 18'x12'= 1
No.; Double Room Staff Quarter=2 Nos.; G.S.T (1,00,000 Glns)= 1 No.

4. Comprehensive Sewerage Scheme Bahawalnagar: Zone A: RCC Sewer 12" i/d Sewer = 18881 Rft.; Zone B: RCC
Sewer= 12" i/d (2348+9320)- 11668 Rft., 15" i/d-3877 Rft., 18" i/d-1355 Rft., 21" i/d-1694 Rft., 24" i/d- 3863 Rft., 27" i/d-
790 Rft., 30" i/d- 2052 Rft., 33" i/d- 200 Rft., 36" i/d- 444 Rft.; Disposal Work= i. Screening Chamber-1 No, ii. Collecting
Tank-2 No, iii. Pumping Chamber-1 No, iv. Pumping Machinery-4 Set, v. O.H.T. LINE-1 Job, vi. Boundary Wall & Gate-
836 Rft., vii. Single Room Staff Quarter- Nos., ix. Diesel Generator-1 Job, x. Force Main-5600 Rft; Covered Drain &
Street Pavement=1 job; Zone C: RCC Sewer= 12" i/d (4406+1850)-6256 Rft., 15" i/d-4523 Rft., 18" i/d-2717 Rft., 21"
i/d-2332 Rft., 36" i/d-2666 Rft., 42" i/d-48 Rft.; Disposal Work= i. Screening Chamber-1 No, ii. Collecting Tank-2 No, iii.
Pumping Chamber-1 No, iv. Pumping Machinery-5 Set., v. O.H.T. LINE-1 Job, vi. Boundary Wall & Gate-666 Rft., vii.
Single Room Staff Quarter-2 Nos., viii. Force Main-1300 Rft, ix. Diesel Generator-1 Job, Covered Drain & Street
Pavement-1 Job

5. Comprehensive Sewerage Scheme, Haroonabad. Zone A: RCC Sewer = 12” Dia-6158 RFT, 15” Dia-7273RFT, 18” Dia-
2014RFT, 21” Dia-2428 RFT, 27” Dia- 4072 RFT, 42” Dia-580 RFT; Disposal Work= i Screening Chamber (23’x10.
125)- 1 No, ii. Collecting Tank (24” Dia)-2 No, iii. Pumping Chamber (26” Dia)-1 No, iv. Pumping Machinery (3 Cusec)-4
Set, v. O.H.T. Line- 1 Job, vi. Single Room Staff Quarter-2 No, Vii. Force Main (24” Dia AC)-2250 RFT, viii. Pacca
Slluge Carrier-5100 RFT, ix. Diesel Generator (200 KVA)-1 Job, x. Generator Room (16’x14’)- 1 Job; Zone B: RCC
Sewer= 12” Dia- 6931 RFT, 15” Dia-2688 RFT, 18” Dia-1389 RFT, 21” Dia-4181 RFT, 30” Dia= 4273 RFT, 33” Dia- 874
RFT; Disposal Work = i.Screening Chamber (23’x10. 125)-1 No, ii. Collecting Tank (24” Dia)- 2 No, iii. Pumping
Chamber (26” Dia)-1 No, iv. Pumping Machinery (3 Cusec)-3 Set, v. O.H.T. Line-1 No, vi. Boundary Wall & Gate-600
Rft, vii. Single Room Staff Quarter-1 Job, Vii Force Main-1500 Rft, viii. Pacca Slluge Carrier-1 No, ix. Diesel Generator
(100 KVA)-1 No, x. Generator Room (16’x14’)-1 No; Land acquisition= 4 kanal; Zone C: RCC Sewer = 12” Dia- 1757
RFT, 15” Dia- 5187 RFT, 18” Dia-1075 RFT, 21” Dia-4059 RFT, 24” Dia-1132 RFT, 30” Dia- 1068 RFT, 36” Dia-874
RFTs; Disposal Work=i.Screening Chamber (23’x10. 125)- 1 No, ii. Collecting Tank (24” Dia)-2 No. iii. Pumping
Chamber (26” Dia)-1 No, iv. Pumping Machinery (3 Cusec)-3 Set, v. O.H.T. Line- 1Job, vi. Boundary Wall & Gate- 600
RFT, vii. Single Room Staff Quarter- 1 NO, viii. Pacca Slluge Carrier- 1100 RFT, ix. Diesel Generator (100 KVA)-1 Job,
x. Generator Room (16’x14’)- 1 Job, xi. Force Main 20” Dia-725 Rft; Land acquisition= 4 kanal
5. Comprehensive Water Supply & Drainage/Sewerage Scheme Phullarwan District Sargodha: [Water Component:
T/well boring & conversation. 01-Job; Pumping Chamber 10 Nos.; Pumping Machinery 10-Set; Staff Quarter 02-Nos;
Rising Main: 18” to 08: i/d A/C and MS Pipe 10110 Rft Distribution System: 3” to 18” i/d PVC, A/C and MS 121660Rft;
OHR (100000) Gallons 01-No Transmission Line 10-Job][Sewerage/Drainage Component: R.C.C Sewer Pipe: 09” to
27” i/d=33585 Rft, Sullage carrier: 2.5x3 = 4550-Rft, 1.5x2.0=8145-Rft; Screening Chamber 15’ dia. 02-No; Collecting
Tank 25’ dia. 02-Nos. Discharge Sump 02- Nos. Staff Quarter 01-Nos 1-No Repair]

6. Augmentation Of Water Supply Scheme Sargodha.[ Water Component: Installation of 24-Nos water pumping units /
tube wells having design discharge capacity of 0.5-cusecs each at left bank of River Jhelum. Total production of 24
units (12-Cfs) to be conveyed through rising main (to be laid) of 24”i/d and to the newly proposed storage tanks and
then to distribution system. The rising main of of 8100 Rft was proposed between G.S Tanks of (600000)- Glns &
(400000) -Glns which now has been reduced to 7000 Rft due to change of route.][Sewerage Component: Laying of
sewer pipe (9”i/d to 12”i/d) 14500-Rft; The construction of sullage carrier 11700-Rft]

7. Comprehensive Water Supply & Sewerage Scheme Khushab [Water Component: Trial Bore & Investigation 1 Job;
Tube Well & Conversion 24 Nos; Pump House 24 Nos; Staff Quarter 3 Nos; Pumping Machinery at tube well (Q=0.5
Cusec, H=310 ft, BHP=25, Column pipe=50 ft) 24 Set; Pumping Machinery at water works (Q=2.0 Cusec, H=150 ft,
BHP=50) 5 Set; Transmission line.26 Job; Rising Main: AC Pipe C–Class 6”i/d 6390 Rft; AC Pipe C–Class 8”i/d 3928
Rft; AC Pipe C–Class 10”i/d 2015 Rft; AC Pipe C–Class 12”i/d 2532 Rft; AC Pipe C–Class 16”i/d 2760 Rft; AC Pipe C–
Class 18”i/d 330 Rft; AC Pipe C–Class 20”i/d 860 Rft; AC Pipe C–Class 24”i/d 12500 Rft; AC Pipe B–Class 14”i/d 7000
Rft; AC Pipe B–Class 24”i/d 2000 Rft; M.S Pipe 24”i/d 2900 Rft: Distribution System: PVC Pipe B Class 03”i/d 30350
Rft; PVC Pipe B Class 04”i/d 8070 Rft; PVC Pipe B Class 06”i/d 18650 Rft; PVC Pipe B Class 08”i/d 29900 Rft; PVC
Pipe B Class 10”i/d 8800 Rft; PVC Pipe B Class 12”i/d 8900 Rft; AC Pipe B Class 16”i/d 50 Rft; AC Pipe B Class 18”i/d
3300 Rft; AC Pipe B Class 20”i/d 700 Rft; Ground Storage Tanks: 600000 Glns 1 No; 400000 Glns 1 No][Sewerage
Component: RCC Sewer Pipe: 9”i/d 12300 Rft; 12”i/d 2260 Rft; Sullage Carrier 12760 Rft]

8. Comprehensive Urban Water Supply & Drainage/Sewerage Scheme Jauhar Abad [Water Component: Trial Bore &
Investigation 5 Job; Tube Well & Conversion 10 Nos; Pump House (12' X 12') 10 Nos; Staff Quarter 4 Nos; Pumping
Machinery (at tube well) 10 Set; Pumping Machinery (at water works) 3 Set; Transmission line. 11 Job; Bulk main &
Collector main Rising Main: AC Pipe C Class and MS 06" to 20” i/d 48,165 Rft; Distribution System: AC/PVC/MS
Pipe/GI B Class 3” to 20” i/d 129079 Rft; Ground Storage Tank: 800000-Glns 1 No; Boundary Wall: 2200 Rft;]
[Sewerage Component: RCC Sewer: 9” to 30” i/d 95547 Rft; Screening Chamber 3 Nos; Collecting Tank 5 Nos;
Pumping Chamber 3 Nos; Discharge Sump 3 Nos; Sullage Carrier 800 Rft; Pumping Machinery 9 Set; Transmission
Line 3 Job; Staff Quarter 3 Nos; Boundary Wall 1600 Rft; Generator (60-KVA) 2 Set]

9. Comprehensive Water Supply & Sewerage Scheme MianWali. [Water Component: T/ Well8-Nos; P/House 12’x12’ 8-
Nos; P/Machinery Q.1.30 cusec H.200’ 40 BHP 9-Set; Rising Main. 12” to 3” i/d PVC/AC Pipe 208247-Rft; O.H.R-
50000-Gallons 3-Nos; Transmission Line 8-Job; Chlorinator 7-No][Sewerage Component: RCC Pipe Sewer: 42” to 9”
(varies) i/d = 284690 Rft; Sullage Carrier (i) 4’x3’2100-Rft; (ii) 3.5’x3’ 6400-Rft: Oxidation Pond 2-Nos]

 Detailed Description of the Actual Services Provided by your Firm


1. Review of Data & Present Condition
2. Review of Surveys and Water Sources Investigation
3. Review of Engineering Design
4. Reviews of Contract Documentation
5. Supervision of Construction
 Start-up Procedures
 Review and approve Contractor's programme of Work and Method Statements,
 Review and approve Contractor's Quality Assurance and Health & Safety systems,
 Check Contractor's insurance policies, security and performance guarantee,
 Support the Employer and Contractor in obtaining Approvals, Licenses, and Permits,
 Monitoring Progress of Works,
 Approval of Contractor's Working Drawings,
 Chair Weekly Site Meetings and Monthly Progress Meetings,
 Approval of Sub-contractors and Materials,
 Conduct additional tests where necessary,
 Site Inspections and Site Instructions,
 Design Adjustments,
 Verify and Approve "As-Built" documents,
 Approval of Contractor's proposal for Tests on Completion,
 Attend and Record Contractors tests and confirm compliance,
 Taking-Over Inspection and Taking-Over Certificates, List of Defects, etc.
 Control and approval of Contractor's O&M manuals and prepare maintenance program,
 Variation orders: Analyse and negotiate with Contractor and recommend to Client,
 Analyse Contractors applications for payment and Issue Interim payment certificates,
 Advise on claims and Contractual disputes,
 Advise Employer and PIU on possible project expenditure reductions,
 Issue Taking-Over Certificate.
NAME OF THE FIRM: UMAR MUNSHI ASSOCIATES – PAKISTAN
 Assignment Name  Approx value of the contract in current US$ or
Engineering Services For Planning, Designing, Tender Euro):
Documentation, Project Management & Detailed
Supervision Of Water Supply & Sanitation Works By
KW&SB IN KARACHI CITY.
 Orangi Town (60 Km2) US$ 49. 05 Million
 Gadap Town (1200 Km ), 2

 SITE Town (18 Km2)


 Baldia Town (12Km2)
 Country : Pakistan  Duration of Assignment.
 Location within Country: 54 Months
Orangi, Baldia, Gadap, SITE towns,
 Name of Client: Karachi Water & Sewerage Board  Total No. of staff-
9th Mile, Karsaz, Main Shara-e-Faisal, Karachi, Pakistan months on the
Tel: +92 21 99245153 assignment.
Chief Engineer pmtkp@kwsb.gos.pk 570 Nos.
 Start Date : June -2010  Value of consultancy services provided by your
 Completion Date : December 2014 firm under the agreement.
USD 2.95 Million
 Name of Associated Consultant, if any  No. of Professional staff-months provided by the
associated consultant.
 Name of Senior Professional Staff Involved and Functions Performed
1. Mr. S. Zafar Ali : Project Manager
2. Mr. Younis Sheikh : Sr. Design Engineer
3. Mr. Akhter Hussain Naviwalla : Sr. Contract Engineer
4. Mr. Abdul Wahab Sheikh : Resident Engineer
5. Mr. Tahseen Ahmed : Resident Engineer
6. Mr. Zafeer-ul-Haq : Resident Engineer
7. Mr. Perwaiz Majeed : Resident Engineer
 Detailed Narrative Description of the Project

Orangi Town is a town in the northwestern part of Karachi, Sindh, Pakistan. It is bordered by New
Karachi Town to the north across the Shahrah-e-Zahid Hussain, Gulberg Town to the east across the
Gujjar Nala stream, Liaquatabad Town to the south, and SITE Town to the west. This scheme of
Water Supply & Sanitation Works by KW&SB served total population (1.54 million) of town.

SITE Town is a town in western part of Karachi, Sindh, Pakistan and is named after the Sindh
Industrial and Trading Estate (SITE) area. The town is bordered by Gadap Town to the north,
Liaquatabad and North Nazimabad to the east across the Orangi Nala stream, Lyari and Saddar to
the south across the Lyari River and Kiamari to the west. Also neighbouring the town are Baldia and
Orangi to the northwest. This scheme of Water Supply & Sanitation Works by KW&SB served total
population (616,721) of town.

Gadap Town is a town in the northwestern part of Karachi with the Hub River on its western limits also
forming the provincial border between Sindh and Balochistan, while to the north and east are
Jamshoro District and the Kirthar Mountains.There over 400 rural villages in Gadap Town. This
scheme of Water Supply & Sanitation Works by KW&SB served total population (439,675) of town.
Baldia Town is a town located in the western part of Karachi, Sindh, Pakistan. It is bordered by SITE
Town and Orangi to the east and by Kiamari Town to the north and west, with most of the western
boundary formed by part of the RCD Highway. This scheme of Water Supply & Sanitation Works by
KW&SB served total population (616,721) of town.

The Scope of Services fall into four categories:


1. Stage 1: Data Collection, Review of Present Conditions, required physical Survey and
Geotechnical Investigation
2. Stage 2: Preliminary Engineering Design and Feasibliity Studies including drawings ans
estimates
3. Stage 3: Detailed Enigneering Design, Construction Drawings and Tender Documentations
and tender process
4. Supervision Construction

 Detailed Description of the Actual Services Provided by your Firm

1. Review of Present Conditions.


2. Topographic Surveys.
3. Geotechnical Investigation
4. Development of Norms and Standards to asses present and future requirements.
5. Preparation of Preliminary Design, Drawings, Estimates and Feasibility Studies.
6. Preparation of Engineer Estimates
7. Detailed Design
8. Tender Documents
9. Construction Drawings
10. Construction Supervision
a. Start-up Procedures
b. Review and approve Contractor's programme of Work and Method Statements,
c. Review and approve Contractor's Quality Assurance and Health & Safety systems,
d. Check Contractor's insurance policies, security and performance guarantee,
e. Support the Employer and Contractor in obtaining Approvals, Licenses, and Permits,
f. Monitoring Progress of Works,
g. Approval of Contractor's Working Drawings,
h. Chair Weekly Site Meetings and Monthly Progress Meetings,
i. Approval of Sub-contractors and Materials,
j. Conduct additional tests where necessary,
k. Site Inspections and Site Instructions,
l. Design Adjustments,
m. Verify and Approve "As-Built" documents,
n. Approval of Contractor's proposal for Tests on Completion,
o. Attend and Record Contractors tests and confirm compliance,
p. Taking-Over Inspection and Taking-Over Certificates, List of Defects, etc.
q. Control and approval of Contractor's O&M manuals and prepare maintenance program,
r. Variation orders: Analyse and negotiate with Contractor and recommend to Client,
s. Analyse Contractors applications for payment and Issue Interim payment certificates,
t. Advise on claims and Contractual disputes,
u. Advise Employer and PIU on possible project expenditure reductions,
v. Issue Taking-Over Certificate.
NAME OF THE FIRM: UMAR MUNSHI ASSOCIATES – PAKISTAN
 Assignment Name  Approx value of the contract in current US$ or
Consultancy Services for Review and Update of Detail Euro):
Design and Preparation of Final Tender Documents and
Construction Supervision forAL-QAIDA WASTE WATER US$ 10.0 Million
NETWORK AND TREATMENT PLANT.
 Country : Yemen  Duration of Assignment. 48 months
 Location within Country: Al-Qaida

 Name of Client: Urban Water Supply and Sanitation Project, Project  Total No. of staff-months
Management Unit (PMU) Ministry of Water & Environment, Sana’a, on the assignment. 82.00
Republic of Yemen. Villa No. 33, Al-Sermi Street, North Al-Dewan
Restaurant, Hadda, Sana’a Republic of Yemen P.O. Box 19482 Tel: +967 1
425253/4 Fax +967 1 425255 uwsspmu@gmail.com Eng. Jamal Al Sayadi,
Project General Director, Urban Water Supply and Sanitation Project
Management Unit
 Start Date : July 2014  Value of consultancy services provided by your
 Completion Date : On going firm under the agreement.
US$ 883,000
 Name of Associated Consultant, if any  No. of Professional staff-months provided by the
BETS Consulting Services Limited, Bangladesh and associated consultant. 213
Al-Fajar Engineering Officer, Yemen
 Name of Senior Professional Staff Involved and Functions Performed

Updating and Detailed Design and Preparation of Tender Documents


1. Project Manager Kamal Bikram Khadka
2. Surveyor Engineer Mohammad Eunus Ali
3. Design Engineer Syed Jawed Shah
4. Electrical Engineer Engr. Abdul Mannan Mollah
5. Mechanical Engineer M. Abu Musa Mollah
6. Sewer CAD Program Engineer Faraz Nazar
7. Structural Engineer Shehzad Asif
Tendering and Evaluation Selection
8. Project Manager Kamal Bikram Khadka
9. Procurement Engineer Md. Arifur Rahman
Project Construction Supervision
10. Project Manager Kamal Bikram Khadka
11. Resident Engineer Md. Furkan Ahmed
12. Civil/Wastewater Engineer (Pipelines) Manoj Dev Manandhar
13. Civil/Wastewater Engineer (STP) AKM Abdus Satter
14. Material Engineer Faris Ali Saif Alarshani
15. Electrical Engineer Engr. Abdul Mannan Mollah
16. Mechanical Engineer Mohammad Abu Musa Mollah
17. Operation and Maintenance Expert Pir Jamil Shah
 Detailed Narrative Description of the Project
The Republic of Yemen represented by the Ministry of Water and Environment, Urban Water Supply and
Sanitation Project has received financing from the International Development Association (IDA) toward the cost
of the water sector support project-Urban Water Supply and Sanitation sub-sector. The borrower intends to
apply a portion of the funds to eligible payments under the contract for provision/ improvement of Wastewater
Network and Treatment Plant for Al-Qaida City.

Al-Qaida is having population of about 33000 and is located in Ibb Province on the road between Taiz and
Sana’a. It is about 30 Km north of Taiz and approximately 90 Km inland from the Red Sea. The elevation of
town varies between 1550 and 1650 meter above sea level with an average rainfall of 600-700 mm.

The Urban Water Supply and Sanitation Project assigned to UMA to provide the consultancy services: Review
and Update of Detail Design & Preparation of Final Tender Documents and Construction Supervision for Al-
Qaida Wastewater Network and Treatment Plant.
 Detailed Description of the Actual Services Provided by your Firm

A INCEPTION OF THE PROJECT


1 Project Initiation
2 Mobilisation of The Team
3 Establishment of Office
4 Site Reconnaissance Visit
5 Discussions With Officials

B REVIEW AND UPDATE OF DETAIL DESIGN & PREPARATION OF FINAL TENDER DOCUMENTS
6 Existing Data Collection
7 Site survey
8 Soil investigation
9 Site Analysis/Need Analysis
10 Growth and Demand Forecast
11 Situation Analysis of Existing Wastewater System
12 Formulation of Strategy and Wastewater Master Plan
13 Programming/ Conceptual Design
14 Preliminary/Draft Design
15 Final Design
16 Technical Specifications
17 Tender Documents
18 Tender Services including Evaluation/Award

C CONSTRUCTION SUPERVISION
19 Approve Contractor’s Work Program, Working Methods, Plant and Equipment
20 Equipment, Plant, Materials and Workmanship
21 Survey and Measurement Control
22 Contractor’s Quality Plans – Inspection and Test Plans
23 Health, Safety & Security and Traffic Management
24 Environmental Management
25 Review of shop drawings
26 Verification of As-Built Drawings
27 Payment Verifications and Measurements
28 Training for Technical Staff

D DEFECT LIABILITY PERIOD


29 Inspection and Certification During the Defects Liability Period
NAME OF THE FIRM:UMAR MUNSHI ASSOCIATES – PAKISTAN

Assignment Name: Approx value of the contract in current US$ or


Euro):
Design Review And Construction Supervision Of Urban Total Cost of the Project: Rs. 1.35 Billion
Water Supply Schemes In Toba Tek Singh, Punjab. US$ 15.88 Million

Country: Pakistan Duration of assignment (months): 51


Location within country: Tobatek Sindh
Name of Client: Chief Engineer (South), Public Health Total No of Staff-Months of the assignment: 120
Engineering Department, Government of the Punjab,
Lahore.
Address: Approx value of the services provided by your firm
Lahore - Punjab under the contract (in current US$ or Euro): Rs.
25.06 Million / US$ 417,600
Start date: (Month/Year): June -2011 No of Staff-Months of Professional Staff provided by
Completion date (Month/Year):Sep 2015 associated Consultants:
Name of Associated Consultants, it any: N/A
 Name of Senior Staff (Project Director/Coordinator, Team Leader) Involved and Functions Performed

1. Muhammad Sadiq Team Leader / Sr. Engineer


2. Hammad Fazal Asst. Resident Engineer (Civil)
3. Lal Chand Oad Asst. Resident Engineer (Mechanical)
4. Abdul Aleem Asst. Resident Engineer (Electrical)
5. Pir Muhammad Qasim Site Inspector (Civil)
6. Ameer Hyder Palijo Site Inspector (Mechanical)
7. Muhammad Amin Dehraj Site Inspector (Electrical)

 Detailed Narrative Description of the Project

POPULATION: 2.19 million.


SOURCE: 09-Nos Tube Wells having 02-Cusec discharge each (45000 Gallons Per hour) have been installed
on the left bank of Chenab river near Trimoo Head works. Quality of water is exceptionally good having 180-
190 mg/L of total dissolved solids against desirable limit of 500 mg/L recommended by World Health
Organization. These Tube wells shall suffice the requirement of Toba Tek Singh City for the next 20-years.
Water shall be pumped to the intermediate pumping station proposed at a distance of 59000-Rft on Akalwala
Road near village Majhi Sultan. Pumping machinery installed on the Tube Wells shall have 02-cusec discharge
and 80-BHP Electric motor.
INTERMEDIAT PUMPING STATION: A pumping station is proposed to be constructed at a distance of 49000-
Rft from Toba Tek Singh Town and 59000-Rft from source on Akawala Road near village Majhi Sultan. 02-Nos
Ground Storage Tanks having capacity of 500,000 Glns each shall be constructed at IPS and 04-Sets of
Vertical Turbine Pumping Units having discharge of 04-cusec and 180BHP Electric Motor shall be installed at
IPS.
STORAGE IN THE TOWN: Although required storage is already available in the Town at different Water Works
still it has been proposed to augment it by constructing 200,000 Glns capacity GSTs at water works No. 2,
200,000 Glns capacity GST at water works near District Courts and 100,000 Glns capacity GST at Wariamwala
Road near already constructed OHR.
RISING MAIN: It has been proposed to lay 108000-Rft 32” i/d pipe rising main from tube wells to IPS and from
IPS to four water works existing in the town.
BACK UP:
 It has been proposed to install 02-Nos 300 KVA Generating sets at tube wells which shall be able to
operate 04 tube wells out of 09 installed tube wells in case of load shedding or power failure.
 02-Nos Generating sets of 600 KVA shall be installed at IPS.
 To facilitate TMA in operation and maintenance following quantities of pipe shall be supplied to the
TMA at the time of completion and handing over of the Project to TMA.
 6” i/d AC “B” class pipe 100-Rft
 10” i/d AC “B” class pipe 100-Rft
 12” i/d AC “B” class pipe 100-Rft
 14” i/d AC “B” class pipe 100-Rft
 16” i/d AC “B” class pipe 100-Rft
 18” i/d AC “B” class pipe 100-Rft
 32” i/d AC “B” class pipe 1500-Rft
 32” i/d AC “C” class pipe 500-Rft
OPERATION OF THE PROJECT: It has been proposed to establish central control room in the town from
where tube wells can be operated remotely. However provision has also been made to shut off / switch on the
tube wells with the variation of water level in the Ground Storage tanks automatically. After implementation of
the project people of the town shall get un- interrupted water supply for next 20 years and this may extended to
30 years by increasing the working time of tube wells.

1. Test Wells [Piezometric Wells 4 Nos, Test Wells 2 Cusec Each 1 No, Test Wells 3 Cusec Each 1 No]
2. Tube well 2 cusec 7 Nos.
3. Pump House /Transformation Room [At tube wells (12*18) 9 Nos, At IPS near majhi sultan 2 Nos, At
GST waiamwala works 1 Nos]
4. Collector main [12” i/d AC "B" class 1869 rft, 14” i/d AC "B" class 1694rft, 16” i/d AC "B" class 1725rft,
18” i/d AC "B" class 1805rft]
5. Transmission Line [6” i/d AC "B" Class 2582rft, 10” i/d AC "B" Class 6583rft, 14” i/d AC "B" Class
2200rft, 18” i/d AC "B" Class 9940rft, 32"i/d MS Pipe 825rft, 32"i/d GRP Pipe B CLASS 90673rft, 32"i/d
GRP Pipe C CLASS 17000rft
6. RCC GROUND STORAGE TANK [At Variam Road (1,00,000-Glns) Each1-No., At W.W# 2&4 (2,00,000-
Glns) Each 2-N0., At IPS (500,000–Glns ) Each 2 Nos
7. Pumping Machinery [At Intermediate Pumping Station -180bhp 4-Sets, At Gst Wariamwala (W.Works)-
25bhp 1-Set, For Tube Well 2 Cusec Each 80 Bhp, 9set]
8. Central Control Room 1 JOB
9. Electrical Transmission Line 14 JOB
10. Railways, Roads, Canal, Sui Gas Crossing 4 JOB
11. Boundary Wall & Gate Pillars 1080RFT
12. Diesel Generator With Generator Room 2 NOs
13. Single Room Staff Quarter 7NO

 Detailed Description of the Actual Services Provided by your Firm


1. Review of Data & Present Condition
2. Review of Surveys and Water Sources Investigation
3. Review of Engineering Design
4. Reviews of Contract Documentation
5. Supervision of Construction
 Start-up Procedures
 Review and approve Contractor's programme of Work and Method Statements,
 Review and approve Contractor's Quality Assurance and Health & Safety systems,
 Check Contractor's insurance policies, security and performance guarantee,
 Support the Employer and Contractor in obtaining Approvals, Licenses, and Permits,
 Monitoring Progress of Works,
 Approval of Contractor's Working Drawings,
 Chair Weekly Site Meetings and Monthly Progress Meetings,
 Approval of Sub-contractors and Materials,
 Conduct additional tests where necessary,
 Site Inspections and Site Instructions,
 Design Adjustments,
 Verify and Approve "As-Built" documents,
 Approval of Contractor's proposal for Tests on Completion,
 Attend and Record Contractors tests and confirm compliance,
 Taking-Over Inspection and Taking-Over Certificates, List of Defects, etc.
 Control and approval of Contractor's O&M manuals and prepare maintenance program,
 Variation orders: Analyse and negotiate with Contractor and recommend to Client,
 Analyse Contractors applications for payment and Issue Interim payment certificates,
 Advise on claims and Contractual disputes,
 Advise Employer and PIU on possible project expenditure reductions,
 Issue Taking-Over Certificate.
NAME OF THE FIRM: UMAR MUNSHI ASSOCIATES – PAKISTAN
Assignment Name: Approx value of the contract in current US$ or Euro):
Design Review And Resident Supervision For Total Cost of the Project:
Comprehensive Water Supply Scheme For Gulraiz, Rs. 1098.11 Million (USD 11.58 Million)
Dhoke Choudrian, Morgah, Kothakalan &
Neighboring Colonies
Country: Pakistan Duration of assignment (months): 24
Location within country: RAwalpindi
Name of Client: WASA RDA, Rawalpindi Total No of Staff-Months of the assignment: 120
Address: Approx value of the services provided by your firm
WASA, RDA, Rawalpindi under the contract (in current US$ or Euro): Rs.
12.73 Million / US$ 125,800
Start date: (Month/Year): September 2015 No of Staff-Months of Professional Staff provided by
Completion date (Month/Year): Sep 2017 associated Consultants: 65
Name of Associated Consultants, it any: Master Consulting Pvt Ltd. Lahore
 Name of Senior Staff (Project Director/Coordinator, Team Leader) Involved and Functions Performed
1. Pir Jamil Shah Team Leader / Resident Engineer
2. Syed Jawed Shah Environmental Expert
3. Muhammad Anwar Chattha Asst. Resident Engineer (Civil)
4. Farooq Ahmed Solangi Inspector – Civil
5. Khalil ur Rehman Khalil Inspector – Civil
6. Muhammad Yaqoob Raza Inspector – Civil
7. Ch. Muhammad Aslam Inspector – Electrical & Mechanical
8. Wajid Ali Quantity Surveyor
9. Sagheer Ahmed Bhatti Quantity Surveyor
10. Muhammad Muzammil Quantity Surveyor
 Detailed Narrative Description of the Project
Water and Sanitation Agency (WASA), Rawalpindi is executing subject water supply scheme in Rawalpindi city
having population of 2.098 million under Annual Development Programme (ADP) No. 2241. It is proposed to
install 18 No. Tube Well of 0.25 cusec discharge each in Ghori town and water will, transmitted through Rising
Maimain (M.S) 18” dia 23400 Rft from Ghori Town to Shaka Chouhdrain where 400,000 Gallons capacity
Ground storage tank(GST) will be constructed. Water will be pumped through Rising main M.S 10” dia 4500Rft
from this GST to existing Over head reservoir 30,000 Gallons capacity at Dhoke Chaudrian & proposed OHR
10,000 gallon capacity and then it will be supplied to the public through existing and newly proposed
distribution system. Portion of water will be further pumped from GST 400,000 Gallons capacity to GST
250,000 gallons capacity proposed at Kotha Kalan through 14” dia M.S pipe line from where water will be
pumped into proposed O.H.R 30,000 Gallons. It will be then supplied to the public of Kotha Kalan through
existing and new proposed distribution system. It is also proposed to construct 50,000 gallons capacity O.H.R
at Morgah and to lay rising Main 12” i/d M.S pipe 5100 Rft from GST 250,000 gallon to proposed OHR. The
water will be pumped by installing 2No pumping sets at G.S.T 250,000 gallons capacity for pumping upto
50,000 gallons capacity Over Head reservoir. It will be supplied to the community by using old and proposed
distribution network.
 Detailed Description of the Actual Services Provided by your Firm

A. ACTIVITIES PHASE 1 : PRE-CONSTRUCTION


1 Mobilization
2 Set-up of Reporting and Communication Lines
3 Start-up assistance to Employer and Contractor
4 Preparation of Contract Procedures and QA manuals
5 Design Review
6 Set-up supervision organization
7 Set-up of Management Information System and Archival System
8 Preparation of Inception Report
9 Initial Environmental Examination /Environmental Impact Assessment
B. ACTIVITIES PHASE 2 : CONSTRUCTION
A: Administrative Control:
1 Start-up Procedures
2 Review and approve Contractor's programme of Work and Method Statements
3 Review and approve Contractor's Quality Assurance and Health & Safety systems
4 Check Contractor's insurance policies, security and performance guarantee
5 Support the Employer and Contractor in obtaining Approvals, Licenses, and Permits
B: Monitoring and Technical control:
6 Monitoring Progress of Works
7 Approval of Contractor's Working Drawings
8 Chair Weekly Site Meetings and Monthly Progress Meetings
9 Approval of Sub-contractors and Materials
10 Conduct additional tests where necessary
11 Site Inspections and Site Instructions
12 Design Adjustments
13 Verify and Approve "As-Built" documents
14 Approval of Contractor's proposal for Tests on Completion
15 Attend and Record Contractors tests and confirm compliance
16 Taking-Over Inspection and Taking-Over Certificates, List of Defects, etc.
17 Control and approval of Contractor's O&M manuals and prepare maintenance program.
C: Financial control:
18 Variation orders: Analyse and negotiate with Contractor and recommend to Client
19 Analyse Contractors applications for payment and Issue Interim payment certificates
20 Advise on claims and Contractual disputes
21 Advise Employer and PIU on possible project expenditure reductions
22 Issue Taking-Over Certificate
C. ACTIVITIES PHASE 3 : POST CONSTRUCTION
1 Organize and perform Inspection during DLP
2 Supervise contractor's remedial Works
3 Make final inspection and issue Performance Certificate
4 Check Contractor's Final Statement and issue Final Payment Certificate
5 Return of Bonds and retention money
6 Settlement of eventual disputes
7 Consultation and supervision during DLP
D. DELIVERABLES
1 Inception Report
2 Monthly Progress Report
3 Project Completion Report
4 IEE/EIA Report
NAME OF THE FIRM: UMAR MUNSHI ASSOCIATES – PAKISTAN
SPECIFIC EXPERIENCE IN EXECUTION / SUPERVISION OF ROADS, HIGHWAYS, AND ALLIED STRUCTURES,
BRIDGES & STORM WATER DRAINS

Assignment Name: Country:

ADB FUNDED: PROJECT MANAGEMENT CONSULTANT (PMC) FOR SINDH


PROVINCIAL ROAD IMPROVEMENT PROJECT (SPRIP) – 328KM
Pakistan
Location within country: Kandikot-Jakobabad, Jakobabad-Rotodero, Khyber- Duration of assignment (months):
Sanghar, Sanghar-Mirpurkhas, TMKhan-Badin, Mirwah-Naukot 45 Months
Name of Client: Works & Services Department, Govt. of Sindh, / Asian No. of Staff=
Development Bank. Address: Project Director, Project Management Unit (PMU), Sindh Provincial Road Total No of Staff-Months of the
Improvement Project (SPRIP), Works and Services Department Sindh, Hyderabad, Address: Bungalow No. 108, assignment: 2055
Defence Officers Housing Society Phase-II, Hyderabad, Sindh, Pakistan, Telephone:0092-22-9201230, Facsimile:
0092-22-9201230, Email: pd@spripwsd.gos.pk
Approx value of the services provided by your firm under the contract (in
current US$ or Euro): Total Fee: Rs. 448,519,135 (448.52 Million)
Start date: Completion date
Yooshin Share: 138,608,440 ( 138.61 Million)
(Month/Year): (Month/Year):
UMA Share: Rs. 154,955,347 (154.955 Million)
31-10-2016 December 2020
PEASE Share: Rs. 154,955,347 (154.955 Million)
Project Cost= Rs. 19.208 Billion(USD 187.40 Million)
Name of Associated Consultants, it any: No of Staff-Months of Professional Staff provided by
Yooshin Engineering Corporation – Lead Partner Umar associated Consultants: 1345
Munshi Associates (UMA) – JV Partner; PEAS
CONSULTING Pvt. Ltd (PEAS), JV Partner
Name of Senior Staff Involved and Functions Performed:
INTERNATIONAL KEY STAFF
a. Team Leader Kim, Jang Deuk
b. Contract Specialist Mohammad Arifur Rahman
c. Performance Based Maintenance Specialist AKM Shahid Ullah
d. Materials Engineer. Moazzem Hossain Khan
e. Environment Specialist MD. Mohsin Almaji
NATIONAL EXPERTS
f. Deputy Team Leader I SRE Manzoor Hussain Shah
g. Contract Specialist Habib ur Rehman Babar
h. Financial Analyst Syed Ashraf Wasti
i. Resettlement Specialist Mohammad Iqbal Akhtar Niazi
j. Resident Engineer Abdul Samad
k. Resident Engineer Qurban Ali Mangi
l. Highway Engineers (ARE) Asif Khalid Solangi
m. Highway Engineers (ARE) Kafeel Ahmed Shaikh
n. Highway Engineers (ARE) Ghulam Shabir Narejo
o. Structure Engineers (ARE) Abdul Wahab Shaikh
p. Structure Engineers (ARE) Ali Raza Solangi
q. Structure Engineers (ARE) Ghulam Murtaza Baghai
r. Material Engineer Mumtaz Ali Qureshi
s. Material Engineer Sye d Shen Shah
t. Material Engineer Abdul Rehman Sheikh
u. Environmental Specialist Shabir Ahmed
v. Drainage Engineer Pir Jamil Shah
w. Highway Design Engineer Navid Akhtar
x. Structural Design Engineer Zia-ur Rehman
INTERNATIONAL EXPERTS (DESIGN REVIEW)
y. Senior Highway Design Engineer/ Team Leader Cho, Kang Sik
z. Senior Structural Engineer Kim, Hyun Tae
aa. Geotechnical Engineer Jang Hee LEE
bb. Highway Safety Auditor PARK, Seung Rae
NATIONAL EXPERTS (DESIGN REVIEW)
cc. Highway Design Engineer Saeed Mukhtar
dd. Structure Design Engineer Ishrat Ala
ee. Drainage Engineer Syed Jawed Shah
Detailed Narrative Description of the Project:

The Sindh provincial road network is


known to be deteriorating. In common with
many developing country governments, the
Government of Sindh (GoS) has
insufficient money to spend on road
maintenance, and as a result the
pavement is failing and ride quality is
getting worse. To help address the
situation, GoS proposed to borrow from the
ADB to rehabilitate 400 km of deteriorated
roads.

This road project is part of major route


from Hyderabad to Badin. Hyderabad to
Tando Muhammad khan section is already
taken up in Public Private Partnership
(PPP) mode. This is second busiest
provincial road after Hyderbad- Mirpukhas
road. This road connects Badin town to
Karachi City with two major highways M9
Karachi- Hyderabad Motorway and N5
National Highway.

Project is located in Sindh Province. All selected six roads are spread over in both region. Details are as under.

Sr. Road Section Length (Km) Region


1 Thull to kandhkot 44 Northern Sindh Region
2 Sheranpur to Ratodero 36 Northern Sindh Region
3 3 Khyber to Sanghar 64 Southern Sindh Region
4 Sanghar to Mirpurkhas 63 Southern Sindh Region
5 Tando Muhammad to Badin 67 Southern Sindh Region
6 Digri to Naukot 54 Southern Sindh Region
Total 328  

Sheranpur To Khyber To Sanghar To TM Khan To


Thull-Khandhkot: Digri To Naukot:
Ratodero: - Sanghar:- Mirpurkhas: Badin:
Total Length: Total Length: Total Length: Total Length: Total Length: Total Length:
L=44km; Width L=36km; Width L=64km; Width L=63km; Width L=67km; Width L=54km; Width
of Road = Varies of Road = 3.35 of Road = varies of Road = of Road = Varies of Road = Varies
from 5.5m to to 5.5 m; from 5.5 m to Varies from 5.5 from 5.5 m to from 5.5 m to
7.3m; Shoulder Shoulder Width 7.3m; Shoulder m to 7.3m; 7.3m; Shoulder 7.3m; Shoulder
Width = Earthen = Earthen Width = Earthen Shoulder Width Width = Earthen Width = Earthen
shoulder varies shoulder varies shoulder varies = Earthen shoulder varies: shoulder varies
from 1.5m to 2.0 from 0.5m to from 1.5m to 3.0 shoulder varies from 1.0m to 3.0 from 0.5m to 2.0
m 2.0 m m from 0.5m to m m
2.5 m

Detailed Description of the Actual Services Provided by your Firm:

REVIEW OF DETAILED DESIGN


1. A-1: Task Group I: Project Identification Based on Site Visit, Data / Document Collection and
Review
a. A-1-1 Mobilization of Project Team and Interaction.
b. A-1-2 Site Reconnaissance
c. A-1-3 Collection of Data and Documents
d. A-1-4 Review of Contact conditions and specifications
2. A-2 Task Group II: Surveys and Investigations
a. A-2-1 Review of Geo-technical Investigations
b. A-2-2 Availability and Suitability of Construction Materials
c. A-2-3 Review of Quality Assurance Plan
d. A-2-4 Environment Management / Monitoring Plan

B CONSTRUCTION MANAGEMENT

1. B-1 Task Group IV: Contract Management


a. B-1-1 Establishing Construction Activities
b. B-1-2 Review Contractor’s Work Plan including Temporary Works
c. B-1-3 Review Contractor’s Mobilization Plan
d. B-1-4 Review Contractor’s Key Personnel
e. B-1-5 Inspection of Contractor’s Plant Machinery and Laboratory Equipment
f. B-1-6 Check Contractor’s matters concerning Site, Health, Safety and Security
Management
g. B-1-7 Verify Contractor’s Bill of Quantities and Cost Control
h. B-1-8 Check Material Procurement Schedule and Sources
i. B-1-9 Environment Management Plan (EMP)
j. B-1-10 Assistance in Claims / Disputes Settlement
k. B-1-11 Issue of Performance Certificate
l. B-1-12 Review of insurance policy for works, equipment, personnel to ensure performance
security in place

C SITE SUPERVISION
1. C-1 Task Group V: Construction Management and Supervision
a. C-1-1 Preparation of Construction Supervision Plan
b. C-1-2 Check and review Contractor’s Construction Methodology
c. C-1-3 Verify CPM/PERT/Bar Chart Project Execution
d. C-1-4 The Construction Method Statement
e. C-1-5 Check of Construction Materials and its Sources
f. C-1-6 Supervise Quality Control Measures
g. C-1-7 Check Job Mix Design for Cement Concrete Works
h. C-1-8 Check of Disposal Area
i. C-1-9 Prepare Interim and Final Payment Certificates and monitor the Payment Process
j. C-1-10 Removal / Rectification of Sub-standard Works and Improper Materials
k. C-1-11 Hand-over Activities
2. C-2 Task Group VI: Monitoring
a. C-2-1 Hold Site Meeting with Contractor and clients
b. C-2-2 Issue Notice to Contractor for Slow Progress/Slippage/Revision of Work Programme

3. C-3 Task Group VII: Documentation


a. C-3-1 Maintain Accurate Records of all Measurement and Bills
b. C-3-2 Maintain Accurate Records of Quality Control Tests, Rejected/Rectified Works
c. C-3-3 Maintain Records for Works Taken Over/Outstanding Works and their Completion,
Defects and Rectification Done
d. C-3-4 Verify, Certify and Submit ‘As-Built Drawings’ for Completed Works prepared by the
Contractor
e. C-3-5 Maintain Project Site Documentation
4. C-4 Task Group VIII: Technology Transfer on-the Job Training
a. C-4-1 Schedule of on-the Job Training 4.e
5. C-5 Task Group IX : Inspection during Defect Liability Period
a. C-5-1 Inspection During Defect Liability Period

D REPORTING
6. D-1 Task Group X: Project Reporting
a. D-1-1 Inception Report
b. D-1-2 Design Review Report
c. D-1-3 Monthly Contract Administration Reports
d. D-1-4 Annual Management Information Reports
e. D-1-5 Resettlement Monitoring Reports
f. D-1-6 Technical Reports
g. D-1-7 Interim Contract Completion Reports
h. D-1-8 Final Project Completion Report
i. D-1-9 Project Documentary Reports
j. D-1-10 Roughness Survey Report

Firm Name: M/s. Umar Munshi Associates, Pakistan

Assignment Name: Country:

ADB FUNDED: Detailed Design Supervision Of Three Additional Roads For


Sindh Provincial Road Improvement Project (SPRIP) – 79 KM Pakistan
Location within country: Sehwan to Dadu-Moro Road; Chambar to Tando Duration of assignment (months): 16
Allahyar; Jehan Khan to Chak to A- Laro N55 Months
Name of Client: Works & Services Department, Govt. of Sindh, / Asian Total No of Staff-Months of the
Development Bank. Address: Project Director, Project Management Unit (PMU), Sindh assignment: Staff Man Month: 392.18
Provincial Road Improvement Project (SPRIP), Works and Services Department Sindh, Hyderabad, Yooshin= 9 UMA= 191.59 PEAS=191.59
Address: Bungalow No. 108, Defence Officers Housing Society Phase-II, Hyderabad, Sindh, Pakistan,
Telephone:0092-22-9201230, Facsimile: 0092-22-9201230, Email: pd@spripwsd.gos.pk
Start date: Completion date Approx value of the services provided by your firm under the contract (in
(Month/Year): (Month/Year): Julycurrent US$ or Euro): Total Fee: Rs. 59.684 Million (USD 0.48 Million)
15 April 2018 2019 Yooshin Share: 19.47 Million (USD 0 .16 Million)
UMA Share: Rs. 20.10Million (USD 0.16 Million)
PEASE Share: Rs.20.10 Million (USD 0.16 Million)
Project Cost= Rs. 4.21 Billion (USD 34.00 Million)
Name of Associated Consultants, it any: Yooshin Engineering Corporation No of Staff-Months of Professional Staff
– Lead Partner Umar Munshi Associates (UMA) – JV Partner; PEAS provided by associated Consultants:
CONSULTING Pvt. Ltd (PEAS), JV Partner 200.59
Name of Senior Staff Involved and Functions Performed:
INTERNATIONAL KEY STAFF
a. Team Leader Kim, Jang Deuk
b. MaterialsEngineer. Moazzem Hossain Khan
NATIONAL EXPERTS
c. Pavement Design Engineer Faisal Waraich
d. Sr. Highway Design Engineer Saeed Mukhtar
e. Environmental Specialist Aleem Butt
f. Resettlment Specialist Saeed uz Zafar
g. Structure Design Engineer Ishrat Alam
h. Drainage Engineer Syed Jawed Shah
i. Geotech Engineer Nasir Khursheed
j. Material Engineer Muhammad Saleem
k. Chief Surveyor Nawab Ali
l. Resident Engineer Abdul Samad
m. Resident Engineer Qurban Ali Mangi
n. Highway Engineers (ARE) Asif Khalid Solangi
o. Highway Engineers (ARE) Kafeel Ahmed Shaikh
p. Structure Engineers (ARE) Abdul Wahab Shaikh
q. Structure Engineers (ARE) Ali Raza Solangi
r. Material Engineer Mumtaz Ali Qureshi
s. Material Engineer Sye d Shen Shah
Detailed Narrative Description of the Project:
Under the ADB loan, the Government of Sindh has proposed the rehabilitation and reconstruction of additional 3 Road
packages. The additional packages are given in the following:

TANDO ALLAHYAR - CHAMBER ROAD


 Length from Tando Allahyar to Chamber =19.0 KM
 Width of Road = Varies from 5.3 m to 5.9 m
 Shoulder Width = Earthen shoulder varies From 1.5m to 4.0 m
 Topography of the area = Topography of the project area is predominantly flat with mild slope towards south.

ROAD FROM INDUS HIGHWAY (N-55) AT SEHWAN RAILWAY CROSSING TO DADU VIA TILTI UP TO DADU- MORO
ROAD .
 Length from Sehwan Railway Crossing to Dadu -Moro Road via Tilti= 32.0 KM
 Width of Road = 3.60 m to 3.65 m
 Shoulder Width = Earthen shoulder varies
 From 1.1 m to 4.0 m
 Topography of the area = Topography of the project area is predominantly flat..
3.2.1.
3.2.2. ROAD FROM (N-65) JAHAN KHAN TO FAIZULARRO (N-55) VIA CHAK-RUSTAM
 Length from Jehan Khan to Fezularo via Chak = 28.0 Km.
 Width of Road = Varies from 6.4 m to 7.3m
 Shoulder Width = Earthen shoulder varies
 from 0.4m to 2.1 m
 Topography of the area = Topography of the project area is predominantly flat.
TANDO ALLAHYAR TO CHAMBER ROAD (SCHEDULE OF BRIDGES/CULVERTS)
Sr. Chaingage Length Recommendation Sr. Chaingage Length Recommendation
1 0+591.72 10.00 Rehabilitation 13 7+481.51 10.00 Reconstruction
2 1+462.77 10.00 Rehabilitation 14 8+923.60 10.00 Rehabilitation
3 1+465.37 10.00 Rehabilitation 15 9+740.00 11.00 Rehabilitation
4 1+750.53 10.60 Rehabilitation 16 10+488.35 11.60 Rehabilitation
5 3+110.20 9.50 Reconstruction 17 10+647.67 11.60 Replace Top Slab
6 3+883.69 11.50 Rehabilitation 18 10+834.86 11.60 Replace Top Slab
7 4+334.95 11.00 Reconstruction 19 10+975.01 11.00 Replace Top Slab
8 4+909.50 10.60 Reconstruction 20 16+313.25 12.00 Rehabilitation
9 5+753.13 10.00 Rehabilitation 21 16+572.06 10.00 Reconstruction
10 6+398.70 10.00 Rehabilitation 22 17+345.86 12.00 Rehabilitation
11 6+988.90 14.75 Rehabilitation 23 18+368.13 10.00 Reconstruction
12 7+215.97 12.50 Reconstruction 24 18+713.34 10.00 Reconstruction
25 18+975.74 10.00 Reconstruction

SEHWAN TO DADU (SCHEDULE OF BRIDGES/CULVERTS)


Sr. Chaingage Length Recommendation Sr. Chaingage Length Recommendation
1 0+618 10.10 Rehabilitation 27 10+914 9.60 Rehabilitation
2 1+132 11.10 Rehabilitation 28 11+120 10.60 Rehabilitation
3 1+811 9.60 Rehabilitation 29 11+483 10.60 Rehabilitation
4 1+823 8.60 Rehabilitation 30 11+529 10.60 Reconstruction
5 1+944 10.60 Reconstruction 31 11+622 8.60 Rehabilitation
6 2+158 8.60 Reconstruction 32 13+835 10.60 Rehabilitation
7 2+970 9.60 Rehabilitation 33 14+076 10.10 Rehabilitation
8 3+321 11.10 Reconstruction 34 14+293 10.10 Rehabilitation
9 3+495 10.60 Rehabilitation 35 14+680 10.10 Rehabilitation
10 3+629 10.60 Rehabilitation 36 15+280 10.60 Reconstruction
11 4+308 10.60 Reconstruction 37 15+580 10.60 Reconstruction
12 4+490 9.60 Rehabilitation 38 16+153 10.60 Rehabilitation
13 4+880 9.60 Rehabilitation 39 16+700 9.60 Rehabilitation
14 5+384 9.60 Rehabilitation 40 17+238 9.60 Rehabilitation
15 6+593 9.60 Rehabilitation 41 17+470 10.60 Rehabilitation
16 7+089 9.60 Rehabilitation 42 18+604 10.60 Reconstruction
17 7+367 8.80 Replace Top Slab 43 18+900 10.10 Rehabilitation
18 7+633 11.10 Rehabilitation 44 19+400 10.10 Rehabilitation
19 7+662 9.60 Rehabilitation 45 19+711 10.10 Rehabilitation
20 8+345 10.60 Rehabilitation 46 21+843 9.60 Rehabilitation
21 8+418 10.60 Rehabilitation 47 22+930 9.60 Reconstruction
22 9+459 10.60 Replace Top Slab 48 23+454 9.60 Reconstruction
23 9+717 10.60 Rehabilitation 49 23+993 9.60 Replace Top Slab
24 9+918 10.60 Rehabilitation 50 26+882 10.10 Reconstruction
25 10+211 10.60 Reconstruction 51 27+950 10.10 Reconstruction
26 10+465 10.60 Rehabilitation 52 28+840 10.60 Rehabilitation
53 29+374 10.10 Rehabilitation

JAHAN KHAN TO CHAK ROAD (SCHEDULE OF BRIDGES/CULVERTS)


Sr. Chaingage Length Recommendation Sr. Chaingage Length Recommendation
1 0+240.88 13.00 Reconstruction 13 4+357.42 13.60 Reconstruction
2 0+365.59 13.00 Reconstruction 14 4+440.67 13.00 Reconstruction
3 0+888.77 13.00 Reconstruction 15 4+690.08 13.60 Reconstruction
4 1+000 13.00 Reconstruction 16 4+854.84 13.00 Reconstruction
5 1+286.42 13.00 Reconstruction 17 5+063.41 13.00 Reconstruction
6 1+312.27 10.60 Reconstruction 18 5+522.90 13.00 Replace Top Slab
7 1+464.20 13.00 Reconstruction 19 5+833.58 13.00 Reconstruction
8 2+233.64 14.00 Reconstruction 20 6+274.61 10.00 Reconstruction
9 2+334.48 13.00 Reconstruction 21 6+892.20 12.60 Reconstruction
10 2+799.79 15.60 Reconstruction 22 7+486.06 7.00 Replace Top Slab
11 3+759.06 14.75 Rehabilitation 23 9+314.34 11.00 Replace Top Slab
12 4+342.18 12.00 Reconstruction 24 10+433.20 12.00 Rehabilitation

CHAK TO FAIZO LARO (SCHEDULE OF BRIDGES/CULVERTS)


Sr. Chaingage Length Recommendation Sr. Chaingage Length Recommendation
1 1+285.021 10.60 Reconstruction 19 10+021.832 10.00 Reconstruction
2 1+995.252 10.60 Replace Top Slab 20 10+124.890 11.00 Reconstruction
3 2+311.484 11.00 Reconstruction 21 10+338.199 11.00 Reconstruction
4 2+685.250 11.00 Reconstruction 22 10+535.058 11.00 Reconstruction
5 3+341.350 10.60 Reconstruction 23 11+089.935 10.60 Reconstruction
6 3+431.222 10.60 Reconstruction 24 11+449.900 11.00 Reconstruction
7 4+057.610 10.60 Rehabilitation 25 11+602.574 12.60 Rehabilitation
8 4+200.687 11.00 Reconstruction 26 11+614.600 20.20 Replace Top Slab
9 4+293.787 12.60 Rehabilitation 27 11+647.800 21.60 Reconstruction
10 5+979.187 10.60 Reconstruction 28 11+747.034 13.60 Reconstruction
11 6+008.797 5.60 Reconstruction 29 12+062.413 20.00 Rehabilitation
12 6+045.457 10.30 Reconstruction 30 12+838.649 15.00 Rehabilitation
13 6+942.319 10.60 Reconstruction 31 14+536.662 14.00 Rehabilitation
14 7+394.470 13.00 Reconstruction 32 15+458.177 9.10 Rehabilitation
15 7+660.541 11.00 Reconstruction 33 15+997.001 9.60 Rehabilitation
16 8+324.136 11.00 Replace Top Slab 34 16+076.120 9.10 Reconstruction
17 9+624.054 10.60 Reconstruction 35 16+836.615 14.80 Reconstruction
18 9+997.832 11.00 Reconstruction 36 17+705.850 14.60 Reconstruction
Detailed Description of the Actual Services Provided by your Firm:

A DETAILED DESIGN
1 Topographical Survey
2 Soils and Materials Investigation
3 Drainage and Bridge Site Investigations
4 Geometric Design
5 Earthworks and Pavements
6 Drainage and Bridge Design
7 Traffic Engineering Design
8 Construction Water
9 Engineering Plans
10 Construction Quantities
11 Environmental Impact Assessment
12 Social Impact Assessment and Resettlement Action Plan
13 Land Acquisition Plan
14 Cost Estimates
15 Bidding and Contract Documents

B CONSTRUCTION MANAGEMENT

2. B-1 Task Group IV: Contract Management


a. B-1-1 Establishing Construction Activities
b. B-1-2 Review Contractor’s Work Plan including Temporary Works
c. B-1-3 Review Contractor’s Mobilization Plan
d. B-1-4 Review Contractor’s Key Personnel
e. B-1-5 Inspection of Contractor’s Plant Machinery and Laboratory Equipment
f. B-1-6 Check Contractor’s matters concerning Site, Health, Safety and Security Management
g. B-1-7 Verify Contractor’s Bill of Quantities and Cost Control
h. B-1-8 Check Material Procurement Schedule and Sources
i. B-1-9 Environment Management Plan (EMP)
j. B-1-10 Assistance in Claims / Disputes Settlement
k. B-1-11 Issue of Performance Certificate
l. B-1-12 Review of insurance policy for works, equipment, personnel to ensure performance security
in place
C SITE SUPERVISION
7. C-1 Task Group V: Construction Management and Supervision
l. C-1-1 Preparation of Construction Supervision Plan
m. C-1-2 Check and review Contractor’s Construction Methodology
n. C-1-3 Verify CPM/PERT/Bar Chart Project Execution
o. C-1-4 The Construction Method Statement
p. C-1-5 Check of Construction Materials and its Sources
q. C-1-6 Supervise Quality Control Measures
r. C-1-7 Check Job Mix Design for Cement Concrete Works
s. C-1-8 Check of Disposal Area
t. C-1-9 Prepare Interim and Final Payment Certificates and monitor the Payment Process
u. C-1-10 Removal / Rectification of Sub-standard Works and Improper Materials
v. C-1-11 Hand-over Activities
8. C-2 Task Group VI: Monitoring
c. C-2-1 Hold Site Meeting with Contractor and clients
d. C-2-2 Issue Notice to Contractor for Slow Progress/Slippage/Revision of Work Programme

9. C-3 Task Group VII: Documentation


f. C-3-1 Maintain Accurate Records of all Measurement and Bills
g. C-3-2 Maintain Accurate Records of Quality Control Tests, Rejected/Rectified Works
h. C-3-3 Maintain Records for Works Taken Over/Outstanding Works and their Completion, Defects
and Rectification Done
i. C-3-4 Verify, Certify and Submit ‘As-Built Drawings’ for Completed Works prepared by the
Contractor
j. C-3-5 Maintain Project Site Documentation

10. C-4 Task Group VIII: Technology Transfer on-the Job Training
b. C-4-1 Schedule of on-the Job Training 4.e

11. C-5 Task Group IX : Inspection during Defect Liability Period


b. C-5-1 Inspection During Defect Liability Period

D REPORTING
12. D-1 Task Group X: Project Reporting
k. D-1-1 Inception Report
l. D-1-2 Design Report & Estimates, Tender Documentation
m. D-1-3 Monthly Contract Administration Reports
n. D-1-4 Annual Management Information Reports
o. D-1-5 Resettlement Monitoring Reports
p. D-1-6 Technical Reports
q. D-1-7 Interim Contract Completion Reports
r. D-1-8 Final Project Completion Report
s. D-1-9 Project Documentary Reports
t. D-1-10 Roughness Survey Report

Firm Name: M/s. Umar Munshi Associates, Pakistan

Assignment Name: Country:


Consultancy Services for Design Review and Construction Supervision of
Rehabilitation and Reconstruction of NH6 National Highway, Gardendewal
Chagcharan Road Length: 40 Km.
Afghanistan
Location within country: Chagcharan Duration of assignment (months): 24
Name of Client: MINISTRY OF PUBLIC WORKS (MPW) Months
Address: Khayal Mohammad, Procurement Liaison Officer, Afghanistan Total No of Staff-Months of the
Reconstruction and Development Services (ARDS), 4th and 5th Floor, assignment: 195
Ministry of Economy Building, Malik Asghar Square, Kabul, Afghanistan.
khayal.mohammad@ards.org.af tanka.prasad@ards.org.af
Start date: (Month/Year): Completion date Approx value of the services provided by your firm under the
Sep 2012 (Month/Year): Nov 2014 contract (in current US$ or Euro): $753,150/-
Project Cost= Rs. 11.23 Billion (USD 109 Million)
Name of Associated Consultants, it any: Afghan Trarin Engineering No of Staff-Months of Professional Staff
Services, Afghanistan. provided by associated Consultants: 93
Name of Senior Staff Involved and Functions Performed:
1. Muhammad Khurshid ul Hassan Team leader/Resident Engineer
2. Kashif Sajjad Pavement /Material Engineer
3. Syed Perwaiz Majeed Contract Specialist
4. Fazal Karim Khatri Environmental/Social Specialist
5. Noor Ul Amin Pavement /Materials Engineer
6. Gul Mohammad Bridge Engineer
7. Hassenullah Ahmadzai Quantity Engineer
8. Abdul Jabar Field Engineer
9. Gul Rahman Quality Control Engineer
Detailed Narrative Description of the Project:
The main responsibilities of the supervision consultants include review and approval of design carried by the contractor,
certification of all the works under the civil works contract for quality and quantity, civil works contract administration,
supervision of supply and installation of tolling facility, and benefit monitoring and evaluation. MPW engaged UMA to function
as supervision consultants to supervise the construction of one of it’s road projects – Rehabilitation and Reconstruction of
NH6 National Highway, Garden Dewal-Chagcharan Road (Section from 0km to 40km). MPW is the Executing Agency for the
Project. The civil works carried out in accordance with the detailed engineering design prepared by the Employer (MPW).
The consulting services involve approval of design made by the contractor, certification of all the works under the civil works
contract for quality and quantity, civil works contract administration, supervision of supply and installation of tolling facility, and
benefit monitoring and evaluation. The primary objectives of the consulting services are to:
 Function as the Engineer in administering the civil works contract (the Contract) in accordance with the
FIDIC/similar conditions of Contract;
 Review and approve the detailed design for construction of project highway by the civil works contractor (the
Contractor);
 Ensure that the permanent and temporary works have been designed and are constructed in accordance with
the provisions of the Contracts and in accordance with the Afghan Interim Road Standards; and
 Advise MPW on all matters concerning implementation of the Contracts including quality control, work progress,
implementation issues, and arbitration or litigation etc.
Four bridges are designed for the proposed alignment of phase-1 (0-100 kms) of the road project which have been
indicated below:
Bridge No. Location Chainage KM Design Span (M) Skew Angle
1. 18+922.32 1x30 25
2. 47+884.34 1x30 0
3. 57+960 6x20 22
4. 88+140.00 1x30 0
Reinforced concrete box culverts have been designed for the following opening areas:
 1.0 m × 1.0 m
 1.5 m × 1.0 m
 2.0 m × 2.0 m (single and double cell)
 4.0 m × 2.0 m (single and double cell)
 6.0 m × 4.0 m
Detailed Description of the Actual Services Provided by your Firm:

INCEPTION REPORT
 Finalization of Approach and Methodology
 Work Plan
 Schedule of Project Activities
 Finalization of Deliverables with Dates
 Submission of Inception Report
DESIGN REVIEW
 Review of Alignment Corridor
 Review of Road Cross Section
 Review of Engineering Survey Report
 Review of Geometric Design Report
 Review of Traffic Studies and Pavement Design
 Review of Hydrological & Hydraulic Studies
 Review of Geotechnical Report
 Review of Structural Design
 Review of Design of Appurtenant Structures and Facilities
 Review of Relocation of Utility Services Plan and Existing Structures Condition
 Review of Construction Materials Study Report
 Review of Landscaping Proposal
 Review Of Environmental Impact Assessment Land Acquisition And Resettlement Plans
1. Ensure that the construction methods as proposed by the contractor for carrying out the works are
satisfactory, with particular references to the technical requirements of sound environmental standards;
2. Up dating initial environmental examination (IEE) report, if necessary, of implementing this plan as part
of project implementation project, and carry out environmental management seminars for contractors
and MoPW staff;
3. Assist land acquisition and resettlement activities being undertaken by the government and the
4. Assist MoPW and other authorities in the administration of any resettlement activities, including
arranging consultation with local communities, as well as affected people, preparation and serving of
notices to affected people, liaising with affected people and ensuring that any communications and
grievances raised by affected people are promptly passed onto the relevant authorities;
5. Review detailed social screening and mitigation plan of the employer for implementation;
6. Ensure minimum disruption of local settlement, monitoring impact and reporting to the employer;
7. Ensure no child labor used in the construction contract
8. Identify performance indicators to be monitored during implementation
9. Identify performance indicators to be monitored during implementation, carry out baseline survey on
poverty, socio-economic survey, gender development and employment generation
10. Collect required data and undertake other relevant surveys
11. Maintain close liaison with the MoPW, other relevant agencies, regional authorities, and local
stakeholders during the implementation of the resettlement plan;
12. Prepare resettlement plans if needed; review of technical specifications
 Alterations/Modifications and Re-engineering Design

CONTRACT ADMINISTRATION
 Handing of BM
 Handing of Drawing
 Mobilization
 Construction Supervision
 Project Reports
 Report on the Data Collection System and Base line Survey for PPM/BM&E; Weekly Reports
 Monthly Reports
 Quarterly Progress Report
 Project Completion Report
 Maintenance Manual

Firm Name: M/s. Umar Munshi Associates, Pakistan


Assignment Name: Country:
Consultancy Services for Design Review and Construction Supervision of
Rehabilitation and Reconstruction of NH6 National Highway, Armalik –
Laman Road 52km (ISDB FUNDED)
Afghanistan
Location within country: Armalik–Laman Road Duration of assignment (months): 28
Name of Client: MINISTRY OF PUBLIC WORKS (MPW) / Islamic Months
Development Bank Fund) Address: Khayal Mohammad, Procurement Liaison Total No of Staff-Months of the
Officer, Afghanistan Reconstruction and Development Services (ARDS), 4th and 5th assignment: 126
Floor, Ministry of Economy Building, Malik Asghar Square, Kabul, Afghanistan.
khayal.mohammad@ards.org.af tanka.prasad@ards.org.af
Start date: Completion date Approx value of the services provided by your firm under the
(Month/Year): (Month/Year): contract (in current US$ or Euro): $989000
May 2013 Sep 2015 Project Cost: Rs. 12.689 Billion (USD 123.19 Million)
Name of Associated Consultants, it any: No of Staff-Months of Professional Staff
Afghan Trarin Engineering Services, Afghanistan. provided by associated Consultants: 87
Name of Senior Staff Involved and Functions Performed:
 Team Leader / Sr. Highway Engineer Abdul Mannan Khan
 Bridge Specialist/Structural Engineer Ishrat Alam
 Material/Pavement/Geo-Tech Engineer Abdul Samad
 Contract Specialist Muhammad Amin Latif
 Resident Engineer Noor Rahman Hemat
 Material/Pavement/Geo-Tech Engineer Nasrullah Amini
 Quality Control Engineer Khalil Ahmad Mirani
 Quantity Engineer Habiburahman Hidary
 Bridge/Structural Engineer Rafiullah Shagiwal
 Environmental Specialist Zahir Nadery
 Filed Engineer Qaribullah (nazari)
Detailed Narrative Description of the Project:
The main responsibilities of the supervision consultants include review and approval of design carried by the contractor,
certification of all the works under the civil works contract for quality and quantity, civil works contract administration,
supervision of supply and installation of tolling facility, and benefit monitoring and evaluation. MPW engaged UMA to function
as supervision consultants to supervise the construction of one of it’s road projects – Rehabilitation and Reconstruction of
Armalik – Laman Road (Section from 60 + 000km to 112 + 000 km). MPW is the Executing Agency for the Project. The civil
works carried out in accordance with the detailed engineering design prepared by contractor. The consulting services involve
approval of design made by the contractor, certification of all the works under the civil works contract for quality and quantity,
civil works contract administration and benefit monitoring and evaluation. The primary objectives of the consulting services
are to:

1. Function as the Engineer in administering the civil works contract (the Contract) in accordance with the
FIDIC/similar conditions of Contract;
2. Review and approve the detailed design for construction of project highway by the civil works contractor (the
Contractor);

Detailed Description of the Actual Services Provided by your Firm:

1. INCEPTION REPORT
 Finalization of Approach and Methodology
 Work Plan
 Schedule of Project Activities
 Finalization of Deliverables with Dates
 Submission of Inception Report

2. REVIEW OF DESIGN PHASE


 Collection of Data and Drawing
 Review of Alignment Corridor
 Review of Expressway Cross Section
 Review of Engineering Survey Report
 Review of Geometric Design Report
 Review of Traffic Studies and Pavement Design
 Review of Hydrological & Hydraulic Studies
 Review of Geotechnical Report
 Review of Structural Design
 Review of Design of Appurtenant Structures and Facilities
 Review of Relocation of Utility Services Plan and Existing Structures Condition
 Review of Construction Materials Study Report
 Review of Landscaping Proposal and Environmental Impact Assessment
 Review of Technical Specifications
 Alterations/Modifications and Re-engineering Design

3. CONSTRUCTION SUPERVISION
 General Approach to Supervision
 Contract Management Administration System
 General Organization and Relationships
 Approve Contractor’s Work Program, Working Methods, Plant & Equipment
 Assist Contractor in Establishing Laboratories and Materials Testing
 Check Quality of Materials and Construction
 Approve/Issue Working Drawings, Setting Out and Instruct Contractor
 Make Measurements and Keep Measurement Records
 Maintain Project Records, Correspondence and Diaries
 Certify Work Volume and Interim Payment Certificates
 Evaluate Contract Performance
 Certify Completion of the Works
 Inspect and Certification during the Defects Liability Period
 Advise the Employer on Contractors’ Claims
 Monitor and Report on Social/Environmental Issues
 Check the Contractors’ Traffic Management and Health and Safety Provisions

Firm Name: M/s. Umar Munshi Associates, Pakistan

Assignment Name: Country:


Design Review, Tender Documentation And Construction Supervision For
Construction Of Shitalakhya Bridge (1.3km) Project (3rd Shitalakhya Bridge
Construction Project At Bandar Upazilla, Narayanganj), And 72 Km Road,
Bangladesh (Saudi Fund for Development) Bangladesh
Location within country: Syedpur – Madangonj Duration of assignment (months): 40
Name of Client: Roads and Highways Department, Bangladesh Months. Total No of Staff-Months of the
Address: Dhaka-Bangladesh assignment: 1373+1476
Start date: Completion date Approx value of the services provided by your firm under the
(Month/Year): (Month/Year): contract (in current US$ or Euro): $ 1.594 Million /-
Jan 2014 April 2022 Project Cost: Rs. 10.225 Billion (USD 99.23 Million)
Name of Associated Consultants, it any: No of Staff-Months of Professional Staff
SARM Associated Ltd., Bangladesh, Al-Muhandis, KSA. provided by associated Consultants: 1476
Name of Senior Staff Involved and Functions Performed:
1. Muhammad Farukh Zaki Team Leader
2. Muhammad Athar Soil & Material Specialist
3. Ishrat Alam Bridge Design Specialist
4. Abdul Samad Memon Foundation Specialist
5. Kashif Sajjad Pavement Specialist
6. Khalid Pervez Environmental Specialist
7. Syed Perwaiz Majeed Contract Specialist
Detailed Narrative Description of the Project:

Construction of the main bridge on the Shitalakya river with length


of about 1290m including via duct of 890 m and an overall width of
about 22.15 m, comprising 2x7.30 m motorized and 2.05 m non
motorized lanes and 1.10 m wide footpaths on both side and 0.6 m
width median and incorporating navigational openings not less that
76.2 m wide and 18.30 m high above high flood level and including
river training and protection works. Construction of access and link
roads between the main bridge with Nitaigonj (Naryangonj) with a
total length of about 72 km. Construction of a decorative
superstructure
with stainless steel pipes on the median for separation of lanes
including other road safety measures along the total bridge length.

The bridge has tolled and for the purpose a computerized toll
collection system along with Weigh Bridge and related electrical and
mechanical works has also constructed. Navigational openings as per
BIWTA requirements above high flood level have been incorporated.
The heights of air fun net restriction imposed by the Civil Aviation
Authority have governed the height of any pylon to be constructed for
the bridge.

Detailed Description of the Actual Services Provided by your Firm:


A INCEPTION OF THE PROJECT
1. Project Initiation
2. Mobilisation Of The Team
3. Establishment Of Office
4. Site Reconnaissance Visit
5. Discussions With RHD Officials
B ASSISTANCE IN PRECONSTRUCTION STAGE
3. Assist the RHD for preparation of documents required for the land acquisition (LA) and Resettlement Plan as
well as its implementation process.
4. Preparation of tender document for construction of 3rd Shitalakhya bridge by design build method under two
stage tendering method (International Competitive Tendering)
5. Preparation of replies to queries regarding the tender documents and advising the RHD on issuing circulars
and other information to tenderers.
B DESIGN REVIEW
1. Review Of Bridge Alignment
2. Review Of Engineering Survey Report
3. Review Of Hydrological & Hydraulic Studies
4. Review Of Geotechnical Report
5. Review Of Structural Design
6. Review Of Construction Materials Study Report
7. Review Of Land Acquisition and Resettlement Plans and Its Implementation
8. Review and Consultation with local communities for implementation of land acquisition & resettlement
plans.
C CONSTRUCTION SUPERVISION
1 Approve Contractor’s Work Program, Working Methods, Plant and Equipment
2 Equipment, Plant, Materials and Workmanship
3 Survey and Measurement Control
4 Contractor’s Quality Plans – Inspection and Test Plans
5 Health, Safety & Security and Traffic Management
6 Review of Shop Drawings
7 Verification of As-Built Drawings
8 Payment Verifications and Measurements
9 Construction Supervision Documents
10 Toll Rated Activites
11 On-the-Job-Training
12 Transfer & Training
13 Prepartion of a DPP for 72Kms Road
D DEFECT LIABILITY PERIOD
1 Inspection and Certification During the Defects Liability Period
2 Operation and Maintenance

Firm Name: M/s. Umar Munshi Associates, Pakistan

Assignment Name: Country:


Consultancy Services for Preparation of Detail Structural Design, Estimate,
Technical Specification and Standard Tender Document and Sub-Soil
Investigation of PROPOSED 1.4KM LONG BRIDGE OVER KACHIPARA-
KARKHANA RIVER in between Bakergonj Upazila under Barisal District & Bangladesh
Bauphal Upazilla under Patuakhali District
Location within country: Bakergonj Upazila under Barisal District & Bauphal Duration of assignment (months): 06
Upazilla under Patuakhali District Months. Total No of Staff-Months of the
Name of Client: Local Government Engineering Department assignment: 20
Address: Dhaka-Bangladesh
Start date: Completion date Approx value of the services provided by your firm under the
(Month/Year): (Month/Year): contract (in current US$ or Euro): $ 1.594 Million /-
April 2014 September 2014 Project Cost: USD 55.60 Million (Approx)
Name of Associated Consultants, it any: No of Staff-Months of Professional Staff
SARM Assocaite Ltd. Bangladesh provided by associated Consultants: 7.50
Name of Senior Staff Involved and Functions Performed:
1. Sheikh Mohammad Hosssain Bridge Design Engineer / Team Leader
2. Md. Shahjahan Khan Foundation Engineer
3. Aziz-Ur-Rehman Environmentalist Specialist
4. Md. Golam Kibria Jr. Engineer
5. Sheikh Masum Md. Salahuddin Jr. Engineer
Detailed Narrative Description of the Project:

Bridge Details: Total Length of Bridge = 1.4Km. Foundation Type = Pile. P.S.C Girder = I-Girders. Typical Span = 50m.
Concrete Deck Slab. P.S.C Girders = Post Tensioned. Transom = Rectangular. Diaphragm = Rectangular.

Government of Bangladesh GoB is emphasizing on establishing efficient rural transportation network for easy movement
of commodities, ensure reasonable price of agricultural products, raise purchasing power of rural poor and thereby
improve their living standard and socio-economic condition. A number of development projects assisted by GOB and
development partners are under implementation in different district of Bangladesh. Those projects primarily include
development of rural roads & roads structures, other physical infrastructures like construction of schools, flood shelters,
Union Parishad, community health clinics etc. The effectiveness of the local primary, secondary and tertiary road network
cannot be optimized because of existence of large gap on rivers/Khals. That is why economic growth of the area could not
keep pace with national development and the living standard of the local people also remained below the national
average. Thus the road network of the two districts needs construction of major Bridge over Karkhana Kachipara
between Barisal & Patuakhali District.
Detailed Description of the Actual Services Provided by your Firm:

1. INCEPTION OF THE PROJECT


a. Work Award/ Mobilization
b. Meetings and Discussions
c. Collection of Available Data and Review
d. Reconnaissance and Visual Survey/ Alternate Alignment Survey
2. DATA COLLECTIONS, INVESTIGATIONS AND SURVEYS
a. Traffic Analysis
b. Digital Topographic Survey
i. Digital topographical survey of bridge site including 2 km both sides of bridge approach.
ii. Establishing a Temporary bench Mark (TBM) at the site with pucca pillar with respect to SoB/m PWD
bench marks;
iii. Earthwork volume calculation for bridge approach road shall be made using LGEO software and cross
section, long profile drawings to be submitted along with the estimates;
iv. For land acquisition plan of bridge approach road, survey was carried out in order to prepare land
acquisition proposal made as per latest mouza map and plot wise calculation for required total value of
land and owners name in both side of approach road.
c. Sub-Soil Investigation, Analysis and Reporting
d. Hydrological and Morphological Investigation Analysis
3. PREPARATION OF PLAN AND STRUCTURAL DESIGN
a. Establishment of Design Criteria
b. Design of Bridge Superstructure
c. Design of Foundations
d. Approach Roads
e. River Training and Bank Protection
4. PREPARATION OF BOQ, SPECIFICATIONS AND TENDER DOCUMENTS
a. Bills of Quantities
b. Technical Specifications
c. Tender Documents
5. LAND ACQUISITION AND RESETTLEMENT PLAN, EIA, ANIMATION AND MISCELLANEOUS
a. Preparation of Land Acquisition Plan
b. Environmental Impact Assessment
c. Perspective Views
d. Animation

DELIVERABLES
D-1 Inception Report
D-2 Detail Topographic Survey Report
D-3 Sub-Soil Investigation Report
D-4 Structural Design Report
D-5 Draft Detail Drawing of Bridge
D-6 Draft Tender Documents
D-7 Final Tender Documents
D-8 Land Acquisition/Resettlement Plan
D-9 Environmental Report

Firm Name: M/s. Umar Munshi Associates, Pakistan

Assignment Name: Country:


Feasibility Study, Detailed Design And Tender Documentation For
Construction Of Bund Wall And Development Of Urban Road (13.50 Km)
And Interchange Along Chinna Creek From Kemari To Clifton, Karachi City. Pakistan
Location within country: Karachi, Pakistan Duration of assignment (months): 30
Name of Client: Karachi Port Trust – KPT Months Total No of Staff-Months of the
Address: KPT Building, Eduljee Dinshaw Road, Karachi assignment: 240.75
Start date: Completion date Approx value of the services provided by your firm under the contract (in
(Month/Year): (Month/Year): current US$ or Euro): Rs. 23.11 Million
September 2012 March 2015 Project Cost= Rs. 4.23 Billion(USD 41.30 Million)
Name of Associated Consultants, it any: No of Staff-Months of Professional Staff
provided by associated Consultants:
Name of Senior Staff Involved and Functions Performed:
1. M. Ejaz Munshi Project Director
2. Dr. Syed Abul Khair Masroor Sr. Civil Engineer
3. Jalil Ahmed Jr. Civil Engineer
4. Saif Ahmed Saeed Geotechnical Engineer
5. Mian Abdul Majeed Transportation Engineer
6. Shakil Akhter Surveying Engineer
7. Shakil A. Shaikh Utilities/Resettlement Engineer
8. Quteb ud Din Quantity Surveyor Engineer
Detailed Narrative Description of the Project:
The port of Karachi is the premier port of Pakistan and handles
over 30 million tons of Cargo per annum. At the port there are
address the needs of modem operation, considerable changes
will have to be take place, if it is to manage the city large and
rapidly growing road network effectively. The East Wharf is
bounded with a security wall right from the foot of Jinnah Bridge
(NOB Gate) extended up to in front of Ghaib Shah Mazar. At the
right of M.A. Jinnah Road, whereas at the left side Timber Pond
area & other areas of Keamari exist. A large area of about 218
acres has been encroached at the extension of Keamari
Township. Majeed / Dock Colony know as Sikandarabad. These
encroachments are continuously extending towards sea,
therefore to check the encroachment of valuable KPT land from
land grabbers at Eastern Back Waters a Bund / Embankment is proposed with road connection from Keamari to Clifton.
Existing creek also catering a railway line and a bridge, which was constructed in 1913. The bridge has 39 plate girder spans
of 31ft 10 inches size. The bridge has provision for 03 tracks. The piers comprise six cast iron piles, which are braced
together. A cross girder is laid on the top of all the six
piles, which makes the pier a monolithic unit to serve
for three tracks. The fixed ends of the plate girder
spans are attached with web plate of the cross girder
through vertical angles and bronze bearing plates
provided at free ends which rest on the bottom main
angle of the cross of the cross girder. Water level
under the bridge rises to top of cast iron piles when the
sea tides travel towards the coast and recede by about
8-ft when the tides travel back. This phenomenon
takes place thrice in 24 hours. Thus the top portion of
the piers gets wet and dry frequently and hence
creates an ideal condition for development of corrosion. The effect of corrosion on the steel bracing angles of piles is
enormous. Bracing angles of piles are missing on some piers, as same have been completely eaten up by corrosion. The
said bridge is in a deplorable condition and requires rehabilitation or replacement. Detailed study is required to assess
whether the bridge can be rehabilitated and strengthened or requires reconstruction. Also, the existing conditions of the
railway line need to be investigated for its replacement or realignment. We have also conducted a reconnaissance survey of
the site, and it is concluded that a number of encroachments and population will required to be shifted in order to construct
this road. Therefore, a resettlement plan will be a necessity for the construction of this project.
Detailed Description of the Actual Services Provided by your Firm:
Stage - I : Survey & Soil Investigation
 Collection of existing data and review
 Topographic survey / alignment studies
 Existing Condition Survey
 Geotechnical investigation
 Utilities/Drainage
 Traffic surveys, analysis and forecasts
 Sounding survey
Stage - II : Preliminary Engineering Design
 Development Design Criteria
 Geometric Design
 Pavement Design
 Road Side Drainage
 Structure / Utilities
 Electrification
 BOQ & Cost Estimates
 Implementation Program
Stage - III : Detailed Engineering Design and Tender Documentation
 Design Criteria
 Geometric Design
 Plan & Profile
 Pavement Design
 Drainage Design
 Public Utilities
 Electrification
 Traffic Signs & Lane Marking
 Temporary Traffic Diversion Plan
 Road Construction Materials
 Location of Parking & Bus Bays
 Final BOQ & Cost Estimates
 Environmental Impact Assessment Study
 Final Engineering Report
 Tender Documents, Bid Evaluation
Stage - IV : Construction Supervision

Firm Name: M/s. Umar Munshi Associates, Pakistan

Assignment Name: Country:

Design Review and Resident Supervision Of Roads / Highway Projects Of


Provincial Highway Circle, Gujranwala (267.76 KM). Pakistan
Location within country: Gujranwala Duration of assignment (months): 61
Name of Client: Provincial Highway Circle, Gujranwala Months Total No of Staff-Months of the
Address: Provincial Highway Circle Gujranwala, GT Road, near Madina assignment: 615
Floor Mill, Gujranwala.
Start date: Completion date Approx value of the services provided by your firm under the contract (in
(Month/Year): (Month/Year): current US$ or Euro): Rs. 64.50 Million
November 2009 June 2014 Project Cost= Rs. 12.147 Billion
Name of Associated Consultants, it any: No of Staff-Months of Professional Staff
provided by associated Consultants:
Name of Senior Staff Involved and Functions Performed:
1. Kashif Sajjad - Resident 16. Umar Farooq - Site
Engineer Inspector
2. Tassawar H. Kamal -Asst. 17. Imran Rasheed - Surveyor
Resident Engineer 18. Mr. Muhammad Amir
3. Muhammad Sagheer- Shoaib - Surveyor
Quantity Surveyor 19. Muhammad Asam - Asst.
4. Farhat Ali - Material Resident Engineer
Engineer 20. Muhammad Kashif -
5. Muhammad Shafique - Material Engineer
Site Inspector 21. Sikandar Hayat - Site
6. Zulfiqar Abid - Surveyor Inspector
7. Abdul Wahid Sheikh - Site 22. Sajjad Mukhtar Ahmad -
Inspector Site Inspector
8. Mehmood Akhtar - Asst. 23. Fawad Ahmad - Site
Resident Engineer Inspector
9. Mr. Zafar Iqbal - Material 24. Yasir Irfat - Site Inspector
Engineer 25. Muhammad Jehangir - Site
10. Sarfarz Bahtti - Site Inspector
Inspector 26. Mullazam Hussain -
11. Mati Ullah - Quantity Surveyor
Surveyor 27. Azhar Iqbal - Surveyor
12. Zaheer Ahmad Kiani - Site 28. Muhammad Mansoor –
Inspector Surveyor
13. Sajid Abbas - Site 29. Sagheer Ahmad -
Inspector Surveyor
14. Muhammad Affzal - Site
Inspector
15. Ghulam Yaseen - Site
Inspector

Detailed Narrative Description of the Project:


Provincial Highway Circle, Gujranwala assigned the project to Umar Munshi Association For Resident Supervision Of
Roads / Bridges In Provincial Highway Circle, Gujranawala.
1. W/I Of Gujranwala Alipur Qadirabad Mano Chak Road Km 4.50 To 69.90 District
Gjuranwala & Gujrat.
2. W/I Of Road From Gujranwala Awan Chowk To Baghwala Chowk Via Nowshera
Virkan Karyal Road Length 44.00 Kms District Gujranwala
3. W/I Of Road From Nowshera Virkan To Hardo Artali Virkan Link Sheikhupura Road
Length = 14.54 Kms District Gujranwala
4. W/I Of Sialkot Wazirabad Rasul Nagar Kot Harra Jalal Pur Bhattian Road (Section
Qadirabad Road To Jalal Pur Bhattian) Km No. 92.00 To 134.00 District Hafizabad
5. W/I Of Road From Interchange Khankah Dogran To Hafizabad Length = 38.24 Kms
District Gujranwala.
6. W/I Of Road From Jinnah Chowk To Pindi Bhattian Interchange Km No. 48.80 To
79.03 And 83.73 To 99.06 With Jalal Pur Bhattian Bypass (5.09kms) Length =
51.45 Kms District Hafizabad
7. Raising /Improvement Of Lahore Sheikhpura Sargodha Road Km 83.32 To 110
Length = 28.68 Kms District Hafizabad.
8. W/I Of Gujrat Dinga Road Length = 30.40 Kms District Gujrat
9. Construction Of Dual Carriageway From Gujrat To Salam Interchange (Motorway)
Through Mandi Bahuddin District M.B.Din
10. W/I Of Road From Mano Chak To Satsira Via Hallen Length = 23.70 Kms District
Mandi Bahuddin
11. Construction / Improvement Dual Carraigeway From Bijli Garh To District Complex
Narowal Via Jassar Length = 4.8 Kms District Narowal
12. W/I Of Road From Nowshera Virkan To Hafizabad Length =30.90 Kms District
Gujranwala
13. W/I Of Road From Dinga To Phalia Via Hallen Length = 27.50 Kms District Mandi
Bahuddin
14. Construction Of Road From Narowal To Lahore Via Baddomalhi Narang Shahdra
Length = 42.7 Kms District Narowal.
15. W/I Of Road From Lala Musa To Noonawali I/C Link To Chak Dina Length 21.0
Kms
16. Construction Of Road (24 Feet Wide) From Pul Khawaspur To Gujrat Dinga Road
Chakori Bhelowal Via Gt Road Gakbri Paswal Umeas Chak Length 20.20kms.
17. Construction Of Road (12 Feet Wide) From Gt Road To Mghulian Wali Via Dalla-
Rajadi-Hakla Length 6.0 Kms
18. Widening / Improvement Of Road From Tanda To Kariawala Road Length 9.97
Kms.
19. W/I Of Road From Jalal Pur Jattan Shabaz Pur Road To Head Marala Via Chopala
Length 17.21 Kms.
20. Widening / Improvement Of Road From Kotla To Dilawarpur Length 11.40 Kms.
21. W/I Of Road From Hasan Pathan To Chowk Pakistan Samrala Length 4.53 Kms.
22. Repair / Widening Of Road From Kotla To Qutub Golra Length 6.20 Kms.
23. Widening And Improvement Of Road From Gulyana To Kharian Cantt Malkah Via
Bagwal Chak Bakhtawar Length 12.50 Kms.
24. Construction Of Road From Sadwal To Chhany & Majra Puli (Phase–I Sadwal-
Majra Puli) Length 10.90 Kms
25. Construction Of Road Including Bridges From Gt Road To Goteryala Via Bawali,
Qasbah Karyali & Bridges At Narwal Kass (Phase – I From Gt Road To Qasba &
Bridge At Narwal Kass) Length 5.10 Kms
26. Construction Of Bridge Over Ujc At Gurah Jatan Length 325 Rft.
27. Repair / Widening Of Road From Gojran To Malikwal Length 22 Kms. District Mb
Din
28. Rehabilitation Of Road From Rq Link Coal To Kala Shadian Length 16 Kms.
29. Widening Of Road From Dinga To Samima Road Via Prianwali Including Bypass
At Prianwali Length 31.25 Kms.
30. Construction Of Road From Pharianwali Dinga Road To Phalia Dina Road Via
Chicheswali Noor Jamal
31. Construction Of Road From Majianwali To Chak Sher Mohammad.
32. Construction Of Road On Left Bank Of Rq Link Canal Adda Ranmal To Jokaian
Pull
33. Construction Of Road From Hazara Bridge To Pakistan Boundary Via Pir Khana
And Nares To Manid Bhattian Via Shah Ghora To Pir Khana

Detailed Description of the Actual Services Provided by your Firm:

1. Survey data for setting out the works


2. Check contractor's setting out of project layout
3. Supervision of works
4. Quality control
5. Review and verify contractor’s payment certificates
6. Contract changes, claims, disputes and other matters
7. Management and management information systems
8. Environmental assistance and monitoring
9. Reports on time and cost to complete on time
10. Meetings and coordination
11. Construction progress report
Firm Name: M/s. Umar Munshi Associates, Pakistan

Assignment Name: Country:

Design Review and Resident Supervision of Roads / Bridges In Provincial


Highway Circle, Rawalpindi (234.61 KM). Pakistan
Location within country: Rawalpindi Duration of assignment (months): 47
Name of Client: Provincial Highway Circle, Gujranwala Months Total No of Staff-Months of the
Address: Provincial Highway Circle, Rawalpindi assignment: 730
Start date: Completion date Approx value of the services provided by your firm under the contract (in
(Month/Year): (Month/Year): current US$ or Euro): Rs. 57.09 Million
November 2009 September 2013 Project Cost= Rs. 10.87 Billion
Name of Associated Consultants, it any: No of Staff-Months of Professional Staff
provided by associated Consultants:
Name of Senior Staff Involved and Functions Performed:
1. Sheikh M. Yousuf Resident Engineer
2. Manzoor H. Bosal , Irfan Akber Asst. Resident Engineer
3. Raghib Nazar Material Engineer
4. Muhammad Owais Quantity Surveyor
5. Abdul Ghafoor, Sana Ullah, M. Abdullah Inspectors
6. Qaiser Rashid , Zahoor ul Hassan Inspector
7. Asad Hussain Satti Surveyor
Detailed Narrative Description of the Project:
Provincial Highway Circle, Rawalpindi assigned the project to Umar Munshi Association For Resident Supervision Of
Roads / Bridges In Provincial Highway Circle, Rawalpindi.
 W/I Of Road From Gali Jagir Fetah Jang To Chakri Interchange Of Motorway Length = 23.56 Kms In District Attock /
Rawalpindi.
 W/I Of Main Karror Tehsil Kotli Sattian L=36.70 Kms In District Rawalpindi I/C Brdige In Km 8
 Construction Of Brdige Saroba Near Village Sarboa Tehsil And District Rawalpindi
 Widening Of Road From Chowk Habib To Village Thati I/C Construction Of Roaf From Thati To Sehar Length = 19.75
Kms Tehsil Gujar Khan District, Rawalpindi
 W/I Of Rawalpindi Kahuta Road District Rawalpindi (Section Ari Syedan To Kahuta L=13kms)
 Improvement / Carpeting Of Road From Bahtar More To Fatehjang District Attock Including Link To Bahtar Village
Length = 29.30kms
 Construction Of Road From Sanjwal More To 3 Mile Chowk In District Attock Length = 16.90 Kms
 Dualization / Improvement Of Qutba Chowk To 3 Mile Chowk Length = 10.00 Kms
 Construction Of High Level Brdige Of River Harrow Near Village Nikku Bafhad Sabaz Pir Length = 900 Rft In District
Attock
 W/I Of Sctm Road From Chakwal To Balkassar Interchange Length = 18.00 Kms District Chakwal.
 W/I Of Sctm Road From Balkassar To Terhada Section Km 88.00 To 154.40 Length = 66.40 Kms
 Rehabilitation Of Lehri Pachoor Road Length 23.34 Km I/C Improvement Of Dangerous Points, District Jehlum
 Rehabilitation Of Sohan To Domeli Road I/C Construction Of Vented Causeway Length 10 Km Tehsil Sohawa
District Jhelum.
 Rehabilitation Of Road From Mangwal To Thanail Kamal Length 14km District Chakwal
Detailed Description of the Actual Services Provided by your Firm:
1. Survey data for setting out the works
2. Check contractor's setting out of project layout
3. Supervision of works
4. Quality control
5. Review and verify contractor’s payment certificates
6. Contract changes, claims, disputes and other matters
7. Management and management information systems
8. Environmental assistance and monitoring
9. Reports on time and cost to complete on time
10. Meetings and coordination
11. Construction progress report
Firm Name: M/s. Umar Munshi Associates, Pakistan
Assignment Name: Country:
Feasibility Study of Herat to Chishti Sharif Road of Herat Province of
Afghanistan (155KM). (UNOPs FUNDED
Afghanistan
Location within country: Chishti Sharif Duration of assignment (months): 14
Name of Client: United Nations Office for Project Services UNOPS. Months No. of person months 16.75
Address: Afghanistan Operations Centre (AGOC), PO Box 1772, Central
Post Office Kabul, Afghanistan
Start date: Completion date Approx value of the services provided by your firm under the contract (in
(Month/Year): (Month/Year): current US$ or Euro): (US$): 228,550/-
October 2012 December 2013 Project Cost= Rs. 9.526 Billion (USD 100.54 Million)
Name of Associated Consultants, it any: No of Staff-Months of Professional Staff
Consolidated Consultant, Jordan and Afghan Tarin Engineering Services, provided by associated Consultants: 4.00
ATES, Afghanistan.
Name of Senior Staff Involved and Functions Performed:
 Muhammad Ejaz Munshi: Project Manager
 Jalil Ahmed: Road Design Engineer
 Avdul Wahab Shaikh: Geotechnical Engineer / Material Engineer
 Zaid Faiz Chandio: Hydrologist
 Faraz Nazar: Environmental Engineer
 Fazal Karim Khatri: Sociologist
 Mohammad M. Sartawi: Economist
Detailed Narrative Description of the Project:
The Government of Islamic Republic of Afghanistan
(GoIRA) has prioritized the need for construction of 155
km Herat - Chishti Sharif Road. To this end GoIRA is
presently discussing with the Government of Italy the
terms for receiving a soft loan for the rehabilitation of the
155 km long road from Herat to Chishti Sharif.

The consultant conducted the feasibility study of the Herat


to Chishti Sharif Road construction project under
management and supervision by the United Office for
Project Services (UNOPS) and in close coordination with
The Italian Development Co-operation (IDC), Ministry of
Public Works Afghanistan (MPW) and other key stakeholders of the project.
The consultant reviewed the available information from the previous road feasibility studies, including the 2005 study funded
by SIDA and 2011 study funded by USAID. The consultant will verify the studies’ findings and recommendations to determine
if these are still valid.
In addition, the consultant also conducted its own feasibility study of the road focusing on social, economic and
environmental aspects of Herat – Chishti Sharif economic corridor.
Based on the above criteria the consultant done:
 Review existing reports related to the previous studies of the Herat to Chishti Sharif Road and Herat Economic
Corridor.
 Verify and update the data contained in the reports.
 Undertake its own feasibility studies of the Herat to Chishti Sharif Road construction project supplementing existing
information, focussing on social, economic and environmental aspects and
 Produce a comprehensive feasibility study report to substantiate the road construction project.
Major Repair Required Minor Repair Required
S.No Description Proposed (New) Nos.
Nos. Nos.
04
10 meter extension
1. Bridges 52 (running meter) 15 m length (03 nos)
required
60 m length (01 nos)
2. Retaining Wall Nil Nil 1200 running meter
3. Stone Wall Nil Nil 400 running meter
4. Wash Wall Nil 50 meter 215 running meter
Detailed Description of the Actual Services Provided by your Firm:
 Overall Management, Coordination, Liaison with Client
 Meetings & Presentations (As & when required)
INCEPTION REPORT
Review of available data, reports and information
 Work methodology & detailed program
 Preparation of Inception Report
FEASIBILITY STUDY
BASELINE SOCIO – ECONOMIC SURVEY AND STUDY
 Interviews and consultation from local communities
 Possible socio-economic related mitigation measures
 ECONOMIC AND FINANCIAL STUDY
 Present Scenario study Herat to Chishti Sharif Road
 Cost component study
 Benefit component study
 Economic Evaluation
 ENVIRONMENTAL STUDY
 Data collection of Present Air & Water quality
 Climate & temperature
 Flora & Fauna
 Possible environmental Impacts during construction & operation phases
 Mitigation Measures
 Conclusion & Recommendations
 PRELIMINARY ENGINEERING DESIGN
 Geometric Design
 Pavement Design
 Hydrological Studies & Design
 Structural Design
 Preparation of Bill of quantities
 FINAL FEASIBILITY REPORT
 Preparation of Final Feasibility Study Report

Firm Name: M/s. Umar Munshi Associates, Pakistan


Assignment Name: Country:
Techno-Economic Studies, Structural Assessment Of Embankments,
Culverts, Existing Bridges Including Preparation Of The Detailed
Engineering Designs Of The Identified Weak Embankments, Proposed
Bridge Structures And Preparation Of The Detailed Road Designs Including
Tender Documents Of The Batoka Maamba Road (70km) In Southern
Zambia
Province, Zambia.
Location within country: Batoka Maamba Duration of assignment (months): 12
Name of Client: ROAD DEVELOPMENT AGENCY, Months No of staff: 15
Lusaka Province, Zambia No. of staff Months: 160
Start date: Completion date Approx value of the services provided by your firm under the contract (in
(Month/Year): (Month/Year): current US$ or Euro): (US$): $ 968,018/-)/-
September 2014 October 2015 Project Cost= Rs. 7.954 Billion (USD 83.95 Million)
Name of Associated Consultants, it any: No of Staff-Months of Professional Staff
Kaplum & Associated Ltd, Zambia. provided by associated Consultants:
57.50
Name of Senior Staff Involved and Functions Performed:
 Muhammad Naeem: Team Leader
 Dr. Ignasio Ngoma: Pavement Engineer
 Peter Masumba: Geotechnical /Material Engineer
 Ishrat Alam: Bridge / Drainage Engineer
 Ammiel Chamiti: Traffic Engineer
 Syed Muhammad Ali: Transport Economist
 Edward Chikhwenda: Dr. Surveyor
 Felix Chabala: Environmental Specialist
 Tops Masimbi: Material Technician
 Brian Ngana: Material Technician
Detailed Narrative Description of the Project:
The Batoka-Maamba road stretches about 70
kilometers with a number of bridges and drainage
structure. The road is supposed to be carry loads up to
56t Gross Vehicle mass, especially because of the coal
mining activities in Sinazeze and Maamba. The
drainage structures are mainly in for of Armco Pipe
Culverts installed more than 15 years ago. All the
Armco Culverts have outlived their design life of about
15 years and are corroded and collapses have been
experienced in the recent years. The Armco pies are
also prone to vandalism as the material is used for the
manufacture of hoes and axes. In a few cases the failed
culverts have been replaced by concrete pipe culverts
which have longer lifespan and rarely vandalized. The
stretch of road earmarked for this study is the Batoka
Maamba. It extends in a generally southwards direction
about 75 kilometres towards Maamba Mine Maziba
Crossing where a bridge structure has been proposed.

Under the this project following bridge selected for rehabilitation and new construction as well as.

X-sectional Total Length Of


Road No. Stake Value (CH.) Requirement Description
Width Bridge
D775 11+350 New Proposed Bridge 9.8m 20.0m
D775 49+477 New Proposed Bridge 9.8m 40.0m
D775 65+894 New Proposed Bridge 9.8m 40.0m
D775 66+900 Rehabilitation 9.8m 67.8m
D775 71+133 Rehabilitation 9.8m 45.2m
D775 85+565 Rehabilitation 9.8m 45.2m
D775 86+003 Rehabilitation 9.8m 45.2m
Detailed Description of the Actual Services Provided by your Firm:

A. FEASIBILITY AND PRELIMINARY ENGINEERING STUDIES


1. EXISTING DATA COLLECTION
 Undertake Data Collection
 Preliminary Reconnaissance
 Road Inventory Survey
2. INITIAL FIELD INVESTIGATION
 Traffic Studies
 Traffic Count Survey
 Origin and Destination Survey (O&D)
 Axle Load Survey
 Topographic Survey
 Control Survey
 Topographic (Detailed) Survey
 Preparation of Digital Terrain Model (DTM)
 Preparation of Survey Deliverables
 Pavement Condition Surveys
 Visual Pavement Condition Surveys
 Road Roughness Survey
 Dynamic Cone Penetrometer Survey
 Falling Weight Deflectormeter (FWD) Surveys
 Pavement Constriction (Trail Pit)
 Construction Materials Survey
 Drainage Investigations
 Structure Condition Assessment
 Determine Structure Work Required
 Road Safety
 Utilities Investigation

B. PRELIMINARY ENGINEERING DESIGN


1. TRAFFIC ANALYSIS
 Traffic Analysis
2. RECOMMENDATION OF DESIGN STANDARDS AND GEOMETRIC DESIGN
 Determine Appropriate Standard
 Geometric Design
3. PAVEMENT DESIGN
 Determine Appropriate Standard
 Design Rehabilitation Options
4. CONSTRUCTION MATERIALS STUDY
 Study of Materials Resources
 Design Rehabilitation Options
5. DRAINAGE AND HYDRAULIC DESIGN
 Hydrological Analysis
 Hydraulic and Scour Analysis
 Hydraulic Design – Design of Surface Drains
 Hydraulic Design – Structural Assessment and Design
6. ANCILLARY WORKS
 Determine Ancillary Works Requirements
7. CONSTRUCTION SCHEDULE
 Construction Schedule
8. SELECTION OF STANDARD DESIGN AND PRELIMINARY DESIGN
 Selection of Standards
 Preliminary Drawings
9. PRELIMINARY COST ESTIMATE
 Preliminary Construction Quantity and Cost Estimate
10. ECONOMIC ANALYSIS
 Economic Cost Determination
 Cost/Benefit and Sensitivity Analysis
C. ENVIRONMENTAL IMPACT ASSESSMENT
1. ENVIRONMENTAL PROJECT BRIEF
 Establish Policy, Institutional and Legislative Review
 Project Design Review
 Stakeholder Analysis (SA) and Initial Institutional Consultations
 Define Existing Environment and Social Conditions
 Determine Project Area of Influence
 Initial Impact Evaluation and Identification of Mitigation Measures
 Preparation of Environmental Project Brief (EPB)
2. SCOPING AND PREPARATION OF TERMS OF REFERENCE
 Institutional Stakeholder Consultation
 Public Consultation
 Scoping Report and Terms of Reference for EIA Study
3. UNDERTAKE ENVIRONMENTAL IMPACT ASSESSMENT
 Significance and Magnitude of Impact Assessment
 Impact Evaluation
 Identification of Mitigation Measures
 Assessment of Alternatives
 Preparation of EIS
4. ENVIRONMENTAL MANAGEMENT PLAN
 Prepare Environmental Management Plan
5. RESETTLEMENT ACTION PLAN (RAP)
 Desk Study and Review of Secondary Data
 Institutional Consultations
 Field Survey
 Mitigation Measures
 Compensation Framework

D. DETAILED ENGINEERING DESIGN AND REPARATION OF BIDDING DOCUMENTS


1. ADDITIONAL MATERIALS TESTING
 Additional Materials Source Survey
 Laboratory Testing
2. PREPARATION OF DETAILED DRWAINGS
 Content of Detailed Design Drawings
3. PREPARATION OF BIDDING DOCUMENTS
 Preparation of Bill of Quantities
 Preparation of Final Cost Estimate
 Preparation of Construction Schedule
 Establish Environmental & Social Management Plan
 Preparation of Condition of Contract and Specification
 Preparation of Final Design Report and Bidding Documents

E. DELIVERABLES
1. FOR THE ROAD COMPONENT
 Inception Report
 Technical And Economic Options Report
 EIS Or EPB
 Initial Report
 Draft Proposed Final Documents
 Final Bidding Documents
2. FOR THE BRIDGE COMPONENT
 Inception Report
 Preliminary Design Report
 Draft Design Final Report + Bidding Documents
 Final Design Report And Bidding Documents

Firm Name: M/s. Umar Munshi Associates, Pakistan


Assignment Name: Country:

Preparation of Feasibility Studies, Detailed Engineering Designs and


Tender Documents for the 64 km Pandamatenga – Nata road section in
Botswana Botswana
Location within country: Pandamatenga – Nata road section Duration of assignment (months): 08
Name of Client: Common Market for Eastern and South Africa Months No of staff: 08
South Africa – Botswana No. of staff Months: 45
Start date: Completion date Approx value of the services provided by your firm under the contract (in
(Month/Year): (Month/Year): current US$ or Euro): USD 843,575/-
June 2015 February 2016 Project Cost= Rs. 6.26 Billion (USD 65.75 Million)
Name of Associated Consultants, it any: No of Staff-Months of Professional Staff
JV Partner with Yooshin Engineering Corporation, Korea provided by associated Consultants: 25
Name of Senior Staff Involved and Functions Performed:
 Kim, YeongSik-TL/Contract Specialist;
 Randy J. Paulino-Pavement / Materials Engineer;
 Md. Gias uddin-Highway Design Engineer;
 Aniceta d. Mago-Transport Economists;
 MD. Asaduzzaman-Drainage Engineer;
 Mopati Gopane-Surveyor;
 Kgomotsego Motlopi-Environmentalist / EIA Expert;
 Kutlwano Mulale-Social Scientist / Socio economic Expert
Detailed Narrative Description of the Project:

Road A33 which was constructed in 1984 is one of the three (3) international trunk routes connecting Botswana with its
neighboring countries of Zambia, Namibia, Zimbabwe and South Africa. It thus forms an important component of the
Southern African Development Community (SADC). And the road also acts as a transit route for imports and exports for
Zambia, Democratic Republic of Congo etc. The section of the road A33 from Nata to Pandamatenga have many porthole,
patching and re-sealing of short sections in Project area (64km) due to long term aging. These situations have negative
effect on transportation and regional economic development of bulk goods between countries. In order to lead to
reductions in transportation costs and an increase in Botswana's GDP as well as that of other countries benefiting from
the North—South Corridor has to be rehabilitated Pandamatenga to Nata.

 The major objectives of Rehabilitation of Link #1, #3. Construction Projects are:
 To promote the efficiency of cross- country transportation costs along the North-South Corridor.
 To reduce the road maintenance cost and promote road safety by improving pavement performance.
 To enhance the accessibility of the project region and promote regional economic development.

Detailed Description of the Actual Services Provided by your Firm:

FEASIBILITY STUDY PHASE: Feasibility Study; Route Assessment; Define the project road corridor and identify the most
suitable route and junction types; Geographical and agro-ecological condition; Demographic and Settlement Pattern;
Transport survey; Land Acquisition; Traffic Studies; Traffic survey; Traffic Forecasts; Axle load survey and traffic
engineering; Preliminary Cost Estimates; Economic and Financial Evaluation; Carry out an economic evaluation of the
road project; ;Preliminary design; Extensive analysis and consultations of Project route; Consideration to derive the most
optimal solution of providing an Expressway.

DETAILED DESIGN PHASE: Detailed Design; Detailed Engineering Design; ;Detailed Engineering Design works include
the followings; All investigation work for design; Geometric design; Typical cross section and super elevation; Pavement
design; Earthwork & drainage design; Design of Ancillary Features; Structure design; Safety facility design; Social
safeguards Issues; Quantity and Cost Estimate; Drawing of Detailed Design; Environmental management and Monitoring
Plan; Social/gender Reports; Technical Specifications and Standards (Design Criteria, etc.); Project Implementation Plan;

Firm Name: M/s. Umar Munshi Associates, Pakistan


Assignment Name: Country:

Review of Feasibility Study, Economic Evaluation, Environmental And


Social Impact Assessment, Detailed Engineering Design including Tender
Documents Of Isiolo – Nginyang Road (241Km), Kenya. Kenya
Location within country: Isiolo – Nginyang Duration of assignment (months): 20
Name of Client: Kenya National Highways Authority (KeNHA) Months No of staff: 12
Nairobi – Kenya No. of staff Months: 150
Start date: Completion date Approx value of the services provided by your firm under the contract (in
(Month/Year): (Month/Year): current US$ or Euro): USD 1.537 Million (Rs. 159.07 Million)
July 2014 November 2016 Project Cost= Rs. 17.03 Billion (USD. 162.46 Million)
Name of Associated Consultants, it any: No of Staff-Months of Professional Staff
Norken (I) Ltd. Kenya provided by associated Consultants: 119
Name of Senior Staff Involved and Functions Performed:
o Team Leader- Md. Gias uddin;
o Highway Design Engineer-Mwangi Meshack;
o Materials Engineer-Protas Murunga;
o Senior Surveyor-Rukaria E. Magana;
o Drainage/Structural Engineer-Williamor C. Ramos;
o Environmentalist-Joseph Ndungu;
o Hydrologist- Md. Assaduzzaman;
o CAD Engineer-Gicheru Francis;
o Transport Economist-Marco Pascucci;
o Social/ Gender Specialist- Samuel Abaya;
o Senior Land Economist/Valuer-Casty Mbae
Detailed Narrative Description of the Project:
The Government of the Republic of Kenya has received financing from the African Development Fund (ADF), the lending
arm of the African Development Bank (AfDB) towards the cost of the
Mombasa – Nairobi – Addis Ababa Road Corridor Development Project
Phase III – Upgrading of Turbi – Moyale Road (A2) Section and intends
to apply part of the proceeds of this loan to payments for Environmental
and Social Impact Assessment and Detailed Engineering Design for
Isiolo Nginyang Road.

This road forms part of the LAPSSET (Lamu Port – Southern Sudan –
Ethiopia Transport Corridor Development Project) from Lamu through
Isiolo to Addis Ababa and South Sudan with other components in/along
the corridor being Railway line, Pipeline, 2 new airports at Isiolo and
Lokichogio and resort cities in Isiolo and Lake Turkana.

The Government of Kenya, through its implementing agency, the Kenya


National Highways Authority (KeNHA) shall require the Consultant to
carry out the Review of Feasibility Study and Preliminary Design;
Environmental and Social Impact Assessment and Detailed Engineering
Design for Isiolo – Nginyang Road. The project road is approximately 241
km long and forms part of the 1,250 Km road from Lamu of the LAPSSET
corridor.

The proposed road runs from Isiolo in a North Westerly direction slightly above Ol Donyo Degishu and the
Ndare/Mukogodo Forest to the South West, and below the Buffalo Springs National/Samburu National Reserve to the
north-east, through Kipsing Gap and onto Longopito towards Maralal on the C78 road from where it takes a westerly
direction just before Kisima all the way to Nginyang.

11 Nos. of Bridges are included 241 KM Road.


Bridge Span in Meter
Section
200 100 80 60 40 20 Total
Isiolo - Nginyang 1 4 1 1 2 2 11
Detailed Description of the Actual Services Provided by your Firm:
A INCEPTION OF THE PROJECT
1 Data Collection
2 Site Inspection
3 Meeting with Clients / Govt. / Agencies
B REVIEW OF FEASIBILITY STUDY AND PRELIMINARY ENGINEERING DESIGN
1 Review of Mapping and Aerial Photography
2 Gathering, Compilation, Analysis and Review of Existing Information.
3 Economic costs Determination
4 Cost/Benefit and Sensitivity Analysis
5 Hydrological and Drainage Investigations
6 Traffic Analysis
7 Preliminary Soil Investigations
8 Construction Water
9 Design Standards
10 Preliminary Cost Estimates
11 Environmental Impact Assessment
C DETAILED ENGINEERING DESIGN
1 Topographical Survey
2 Soils and Materials Investigation
3 Drainage and Bridge Site Investigations
4 Geometric Design
5 Earthworks and Pavements
6 Drainage and Bridge Design
7 Traffic Engineering Design
8 Construction Water
9 Engineering Plans
10 Construction Quantities
11 Environmental Impact Assessment
12 Social Impact Assessment and Resettlement Action Plan
13 Land Acquisition Plan
14 Cost Estimates
15 Bidding and Contract Documents

PLANNING FOR DELIVERABLES

D-1 INCEPTION REPORT


D-2 PROGRESS REPORT
D-3 DRAFT PRELIMINARY REPORT WORKSHOP COMMENTS AND APPROVAL BY KeNHA
D-4 PRELIMINARY DESIGN REPORT
D-5 DRAFT FINAL REPORT WORKSHOPCOMMENTS AND APPROVAL BY KeNHA
D-6 FINAL REPORT

Firm Name: M/s. Umar Munshi Associates, Pakistan


Assignment Name: Country:
RURAL ACCESS AND MOBILITY PROJECT (RAMP-2): Detailed
Engineering Design, Environmental And Social Impact Assessment,
Procurement Support, And Construction Supervision Of Rehabilitation Of Nigeria
Rural Roads IN ENUGU STATE
Location within country: : Enugu Estate Duration of assignment (months): 60
Name of Client: Enugu State Project Implementation Unit, Rural Access Months No. of staff 25;
and Mobility Project, Address: Enugu State Project Implementation Unit, No. of person months 301
Rural Access and Mobility Project, State Project Implementation Unit
(SPIU), 24 Colliery Ave. GRA. Enugu, ENUGU STATE
Start date: Completion date Approx value of the services provided by your firm under the contract (in
(Month/Year): (Month/Year): current US$ or Euro): Phase 1 & 2:US$ 457,700.00/- Phase 3: US$
October 2018 June 2023 1,462,800.00 Project Cost= Rs. 11.22 Billion (USD 85 Million)
Name of Associated Consultants, it any: No of Staff-Months of Professional Staff
Allott (Nigeria) Ltd. Nigeria provided by associated Consultants: 250
Name of Senior Staff Involved and Functions Performed:
1. Senior Highway Design Engineer / Team Leader Saeed Mukhtar
2. Structural Engineer Muhammad Khizar Barakzai
3. Hydraulic Engineer Syed Jawed Shah
4. Senior Soils / Geotechnical Engineer Ademola Adetoro
5. Transport Economist Victoria A. Corpuz
6. Environmental and Social Specialist Attahiru Bala Usman
7. Senior Land Surveyor Maxwell Anyika
8. Quantity Surveyor John Adepoju
9. Contract/ Procurement Specialist Mohammad Arifur Rahman
10. Chief/Resident Engineer (Team Leader) Mehboob Hussain
11. Senior Pavement/ Highway Engineer Randy J. Paulino
12. Structural Engineer Adepoju, SimiyuAdekola James
13. Social and Environmental Specialist Engineer Kemi Dan Owolabi
14. Senior Land Surveyor Maxwell Anyika
15. Quantity Surveyor John Adepoju
16. Senior Quality/Material Engineer Iroegbute, Vincent Uzodinma
17. Civil Engineer Festus Chinedu Igboekwu
Detailed Narrative Description of the Project:
The Second Rural Access and Mobility Project (RAMP-2) support the implementation of the Federal Government of
Nigeria’s Rural Travel and Transport Policy (RTTP) in the
States of Adamawa, Enugu, Niger, and Osun. The Project is
implemented in each of the four States by the respective
State Project Implementation Unit (SPIU). In addition to the
states’ counterpart funds, the Project is co-financed by the
World Bank and French Development Agency.

The main objective of the Project is to improve transport


conditions and bring sustained access to the rural
population, through rehabilitating and maintaining key rural
transport infrastructure in a sustainable manner in the
selected Nigerian states.

Enugu State being one of the RAMP-2 participating States


has already initiated, under a first phase of RAMP-2, the
rehabilitation/reconstruction of 143.5kmof rural roads.

Enugu State hired, under the Project, UMA/Allot, with satisfactory experience on assignments similar in size and nature to
that described in these Terms of Reference, to carry out the detailed engineering design, environmental and social impact
assessment, procurement support, and construction supervision of the rehabilitation of approximately 400km of rural
roads across the State, under a second phase, as described in these Terms of Reference.

Detailed Description of the Actual Services Provided by your Firm:


 PHASE I DESIGN PHASE (6 months)
o Mobilization & Inception
 Mobilization
 Site Visit
 Inception Report Preparation
o Survey Investigation Stage
 Detailed Road Inventory Data Collection
 Topographic Survey
 Geotechnical Soil Investigation and testing
 Material Investigation and testing
 Identify and locate beacons and benchmarks, including field checks to confirm integrity of
survey data
 Traffic Count & Analysis
 Preparation of Topographic Survey Report
 Preparation of Geotechnical Report
o Design Stage
 Geometric Design of Road
 Design of Hydraulic Structures, Culverts, Causeways, Retaining Walls and roadside
drainage facilities
 Design of roadside amenities and heavy truck parking area at the proposed locations and
issuance of working drawings to the Contractor
 Preparation of Design, drawings and specifications of project works
 Preparation of Geometric Design Report
 Preparation of Hydraulic Design Report
o ESIA & RAP
 Preparation of Environmental & Social Impact Assessment of Project
 Preparation of Resettlement Action Plan of Project
o Deliverables for Phase I
 Inception Report
 Monthly Progress Report
 Interim Report
 Draft Final Design Report
 Final Design Report including ESIA and RAP
 PHASE 2 BIDDING DOCUMENT PHASE (2 MONTHS)
o Preparation of Bill of Quantities
o Cost Estimates of Project
o Economic Analysis of Road using RED Model
o Bidding Document Preparation
o Deliverables for Phase 2
 Specific Procurement Notice
 Notice of Site Inspection for Bidders for each Cluster/Lot
 Itinerary for the Site Inspection for Bidders for each Cluster/Lot
 Site Inspection attendance and email contact records, issues raised and clarifications
issued during the Site inspection for Bidders
 Issues Raised and Clarifications issued
 Minutes of Bid Opening
 Formulation of a Bid Evaluation Committee
 Bid Evaluation Report for each Cluster/Lot
 Contract Award Negotiations
 Compile the Contract for Signature for each Cluster/Lot
 Circulate the Formal Signed Contract to the Employer
 PHASE 3 CONSTRUCTION SUPERVISION & MAINTENANCE
o PHASE 3A CONSTRUCTION (18 MONTHS)
 Quality Assurance & Quality Control
 A system for monitoring performance standards for MPW PMT staff and other
entities involved in project implementation
 Monitor if actual response times are within the allowed maximum, in order to
avoid processing delays"
 Monitor the performance standards applied during construction
 QMP IMPLEMENTATION
 Quality objectives.
 Project organization chart and detailed roles and responsibilities.
 Quality plan integration with third-party services.
 Application of design codes and standards.
 Design reviews.
 Documentation production, distribution, filing and change control procedures."
 Supervise the Construction Supervision and assist State Project Implementation Unit to
take necessary action
 Ensure that the contractor incorporated all aspect of road safety and
environmental issues (if any)
 Ensure that the contractor completely analyze and understand the engineering
report and the Bill of Quantities (BOQ)
 Conduct independent technical review of road safety audit
 Implement and monitor an agreed monitoring progress of Quality Assurance
(QA),"
 Carry out an independent performance monitoring of the effectiveness and
construction supervision
 Ensure the compliance of the State Project Implementation Unit (SPIU) with their
stated quality assurance standard
 Ensure the implementation of quality assurance fully implemented
 Ensure the implementation of construction supervision compliance with FIDIC
 Conduct review of the performance of the contractor
 Ensure the effectiveness of the supervision team,"
 Conducts routine review of contractor's Quality Assurance plan & report (status
30% and 60% construction progress, or agreed time with client "
 Coordinate with SPIU Official to approve technical audit and construction checks
 Identify issues at early stage regarding the implementation,"
 Monitor the overall performance of the contractor in their supervision of each
contract,
 Ensure adequate management and quality control of engineering and other
consulting services hired by SPIU
 Check and approve all arrangements made during the construction
 Examine and approve the details of plans and programs submitted by the
Contractor
 Prepare variation orders whenever required and shall issue them to the
Contractor with written approval from SPIU
 Give the necessary instructions to the Contractor and assist SPIU in dealing with
disputes, which may arise between Client and the Contractor"
 Ensure the Contractor complies with HIV/AIDs and all other Social and
Environmental mitigation measures as stated in the contract document and ESIA
 Maintain, update, monitor, report on and, where applicable, administer the
project’s risk management framework
 Actively follow up on Financial Management and on Disbursement
 Establish procedures and systems to be used to collect, manage, and report all
project cost data to SPIU
 Accurately track contracted and incurred costs for the project and measure
performance against the approved project budget
 Provide the SPIU with the data required to make informed decisions on cost
management issues
 Conduct regular cost planning exercises to ensure that the awarded contract sum
is not exceeded
 Identification the earliest possible issues that may result to potential budget
overruns, in order to forewarn the SPIU and provide suggestions for rectification"
 Maintain comprehensive records of all reviews, payment information, etc. "
 Providing continuous on-the-job and also classroom training for SPIU nominated
staff
 Undertake training of three Professionals (staff from the SPIU) on construction
project management, contract management, value engineering, project impact
evaluation
o PHASE 3B DEFECTS LIABILITY (12 MONTHS)
 Supervise the maintenance of the works (including the administrative aspects of the works)
during the defects liability period
 Assign a team of his personnel to conduct periodic inspection of the works
 Draw the attention of the Contractor to any defects as soon as such defects are noticed on
the road
 Supervise the subsequent remedial works if any
 Final Completion Report
 Deliverables for Construction Supervision & Defects Liability Phase (3A & 3B)
 Inception report
 Construction Supervision manual
 Monthly Progress Report including ESIA and RAP compliance
 Quarterly Progress Report
 Maintenance Manual for Defects Notification Period
 Final Completion Report/Final Account
 Substantial Completion Report
o PHASE 3C Provisional Road Maintenance Supervision (36 months)
 Preparation of draft community-based contracts for the routine maintenance of the Works
prior to the substantial completion date of each 10 km section
 Carry out a spot inspection of the Works and the maintenance carried out and determine
the need for and type of mechanized maintenance needed (dragging, light grading, or
heavy motorized grading.)"
 Deliverables for Labour Based Maintenance Contracts (Phase 3C)
 Monthly progress Report on the Labour-based maintenance Contracts
 Final Report on the Labour-based Maintenance Contracts
Firm Name: M/s. Umar Munshi Associates, Pakistan
Assignment Name: Country:
[Skills Training and Education Pathways Up-gradation Project (STEP-UP)]
Design and Supervision of establishment of Technical Training Institute at
Serbithang, Thimphu and Supervision of Construction of additional
infrastructure at Technical Training Institute at Samthang, Bhutan
Wangduephodrang.
Location within country: Samthang, Wangduephodrang. Duration of assignment (months):
Name of Client: Ministry of Labour and Human Resources, Royal 15 Months
Government of Bhutan No. of Staff = 11
Address: Ministry of Labour and Human Resources, Royal Government of Total No of Staff-Months of the
Bhutan, PO Box 1036, GPO Thimphu, Bhutan., Tel: +975-2- assignment: 184
327337/334397/333867/336207, Email: dte@molhr.gov.bt
Start date: (Month/Year): Completion date Approx value of the services provided by your firm under the
October 2018 (Month/Year): contract (in current US$ or Euro): USD 158,750.00
September 2020 Nu. 13,817,500.00
Project Cost= Rs. 227,019,165 (Rs. 227. Million)
Name of Associated Consultants, it any: Progressive Research & No of Staff-Months of Professional Staff
Consultancy Services (PR&CS), Bhuttan provided by associated Consultants: 69
Name of Senior Staff Involved and Functions Performed:
Phase I: Detailed Design, Drawing and Estimation
1. Project Team Leader: Mr. Nurur Rahman Khan
2. Architect-1: Mrs. Rebecca Gurung
3. Architect-2: Mrs. Pema Yangdon
4. Civil/Structural Engineer-1: Mr. Jiwan Nath Siwakoti
5. Civil/Structural Engineer-2: Mr. Mon Prasad Nepal
6. Electrical Engineer: Mr. Hemlal S Dahal
7. Quantity Surveyor / Surveyor: Mr.Harilal Thapa
Phase II: Construction Supervision Key Experts
8. Project Manager: Mr. Mr. Liaquat Ali
9. Project Engineer -1: Mr. Dil Bahadur Karki
10. Project Engineer-2: Mr. Sahabir Gurung
11. Electrical Engineer: Mr. Sonam Tshering
Detailed Narrative Description of the Project:
The Royal Government of Bhutan has applied for a grant from the Asian Development Bank (ADB) for the Skills
Development Project and intends to apply part of the Grant for the establishment of Technical Training Institute, Thimphu
and expansion of Technical Training Institute, Samthang, Wangduephodrang.

1. The main objective of the consultant is to assist the Ministry of Labour and Human Resource (MoLHR) to:
a. prepare the campus master plan showing vehicular access, parking, footpath linkages, proposed building
blocks and zoning;
b. prepare detailed architectural, structural, mechanical, electrical, plumbingand sanitation design for new TTI
as per the Client’s brief /list of facilities to be designed;
c. prepare detailed designs for site development works including landscaping;
d. prepare detailed specifications for the various items of works;
e. prepare the detailed cost estimate and bill of quantities.
f. supervise the construction of infrastructure and facilities
g. provide project management and supervision assistance;
2. The major components of the consultancy services are;
a. Detailed design and construction supervision for the new TTI Thimphu located at Serbithang, Thimphu
b. Construction supervision of the new workshops, classrooms and laboratories for TTI Samthang at
Wangduephodrang.
c. Construction Supervision of 3 numbers of trainees hostels at TTI Samthang.

Detailed Description of the Actual Services Provided by your Firm:


 PHASE 1: DETAILED DESIGN, DRAWINGS AND ESTIMATE

o D-1: INCEPTION REPORT


 Formation of Design Team
 Preparation of Work Plan
 Preparation of Approach and Methodology
 Freezing Of The Design Parameters
 Preparation Of Conceptual Master Plan
 Preparation Of The Conceptual Architectural Designs
o D-2: INTERIM REPORT
 Preparation Of The Master Plan With Site Development Works, Footpath, Drainage, Internal
Roads, Parking, Boundary Wall, Compound Lighting And Landscaping
 Preparation Of The Detailed Architectural Drawings
 Preparation Of Preliminary Structural Analysis And Design Calculation
 Preparation Of Soil Investigation Data And Report
o D-3: DRAFT FINAL REPORT
 Preparation Of Detailed Structural Design And Drawings
 Preparation Of Detailed Electrical Design And Drawings
 Preparation Of Detailed Water Supply/ Plumbing Design And Drawings
 Preparation Of Detailed Sanitation / Sewerage Designs And Drawings
 Preparation Of Design And Drawings For Services Like Tele And LAN
o D-4: FINAL REPORT
 Incorporation Of Comments In The Following:
 Detailed Structural Design And Drawings
 Detailed Electrical Design And Drawings
 Detailed Water Supply/ Plumbing Design And Drawings
 Detailed Sanitation / Sewerage Designs And Drawings
 Services Like Telephone And LAN Network
o D-5: FINAL SUBMISSION
 Preparation of detailed bill of quantities (BoQ)
 Preparation of Detailed Cost Estimate
 Preparation of final specification of materials/ works

 PHASE 2: CONSTRUCTION S UPERVISION

o Task Group 1: REVIEW & APPROVAL OF DRAWINGS AND WORK PROCEDURES


 Task 1-1:Representation Of Interest Of Client To Contractor
 Task 1-2: Review Of Contractor’s Work Schedule
 Task 1-3: Review Of Quality Assurance Plan & Program By Contractor
o Task Group 2: PROJECT PERFORMANCE & QUALITY MONITORING AND EVALUATION OF
PROGRESS
 Task 2-1: Assessment For Adequacy Of All Input By Contractor
 Task 2-2: Inspection And Evaluation Of All Installation By Contractor
 Task 2-3: Recommendation For All Claims From Contractor
 Task 2-4: Provide Assistance To The Contractor As Appropriate
 Task 2-5: Recommendation For Acceptance Of Materials
 Task 2-6: Assessment For Testing Procedures And Mechanism
 Task 2-7: Inspection Of Safety Operation By Contractor
 Task 2-8: Assistance For Negotiation / Execution Of Variation Order
 Task 2-9: Inspection Of Issuance Of Certificate Of Completion

o Task Group 3: SUPERVISION OF PAYMENTS TO THE CONTRACTOR & PROJECT ACCOUNTS.


 Task 3-1: Recommendation For Payment Certificate
 Task 3-2: Recommendation Project Management Team With Accounting & Withdrawal
Application

o Task Group 4: DOCUMENTS AND REPORTS


 Task 4-1: Periodic Submission of Project Reports
 Task 4-2: Inception Report For The Project
 Task 4-3: Monthly Progress Report For The Project
 Task 4-4: Consultant’s Work Completion Report
o Task Group 5: SUPPORT FACILITIES AND SERVICES
 Task5-2 Provision Of Adequate Facilities For Site Office Of Consultant

o Task Group 6: ONSITE TRAINING FOR THE CLIENT’S STAFF


 Task 6-1: Execution Of On-Site Training Of Client Staff

Firm Name: M/s. Umar Munshi Associates, Pakistan

Assignment Name: Country:

DISASTER RESILIENCE OF SCHOOLS PROJECT (DRSP)


(L3702 and Grants0601/0602): Consulting Services for Design and
Supervision Consultant (DSC) for schools reconstruction and retrofitting
Nepal
Location within country: Dhading, Dolakha, Gorkha, Kathmandu, Kavre, Duration of assignment (months):
Lalitpur, Bhaktapur, Nuwakot, Okhaldungha, Ramecchap, Sindhuli, Rasuwa, 48 Months
Makawanpur and Sindhupalchwok. No. of Staff = 11
Name of Client: National Reconstruction Authority, Central Level Project Total No of Staff-Months of the
Implementation Unit (Education) assignment: 6624
Address: National Reconstruction Authority, Central Level Project
Implementation Unit (Education), Shanta Plaza 4th Floor, Gyaneshwor,
Kathmandu-Nepal
Start date: (Month/Year): Completion date Approx value of the services provided by your firm under the
March 2019 (Month/Year): March contract (in current US$ or Euro): UMA Share= USD
2023 3,328,021.94 Local Share = NRs. 771,164,600.00
Project Cost= Rs. 227,019,165 (Rs. 227. Million)
Name of Associated Consultants, it any: No of Staff-Months of Professional Staff
ERMC (P) Ltd., Nepal, PACE Consultant, Nepal and provided by associated Consultants: 6456
Progressive Research & Consultancy Services (PR&CS), Bhuttan
Name of Senior Staff Involved and Functions Performed:
1. Antonio Paulo Barbosa: Chief Resident Engineer (CRE) cum Team Leader
2. Engr. Zia Ud Din Sr. Monitoring Eng. Deputy TL
3. Udaya Sri Nilantha Bandara Dissanayake Sr. Monitoring Eng. Deputy TL
4. Jiwan Nath Siwakoti Sr. Design Engineer (Structure)
5. Nurur Rahman Khan Sr. Architect
6. Prabhat Mishra Sr/ Quality/Mateial Engineer
7. Dilip K. Gasi Sr. Cost/Qunatity Engineer
8. Ratna M. Bajracharya Social Safeguards Experts
9. Prakash Panday GESI Safeguards Experts
10. Rikesh Chitraker Environmental Safeguard Experts
Detailed Narrative Description of the Project:
It is expected that the DSC will prepare the design and
drawings, BOQ, and bidding documents for some schools
of Recon 2 if EEAP DSC is unable to complete all schools
design and BoQ within stipulate time or there seems
budget surplus allocated for the project after evaluating
bids. Further, The DSC will prepare the design and
drawings, BOQ, and bidding documents for Retrof 1 and 2,
provide assistance for bid evaluation of the Recon 2 and
Retrof 1 and 2, and supervise all Recon 1 and 2 and Retrof
1 and 2 civil works. The consultancy services are required
during the planned four years of the Disaster Resilience of
Public-School Infrastructure and Communities (DR-PSIC)
project implementation. The principal service of the
consultants is to support the CLPIU and 14 DLPIUs with comprehensive technical assistance to reconstruct, retrofit, and
upgrade of about 400 earthquake-damaged schools in the 14 earthquake most-affected districts of Nepal by providing
technical and management assistance through:

 School Site Assessment


 Topographical Survey of School Site
 Site investigation for Retrofitting works
 Geotechnical Investigation (where required)
 Environmental Training & Capacity Building of CLPIU & DLPIU officials
 Architectural Designs of School Buildings
 Detailed Structural Design for Retrofitting & Reconstruction works including Construction Drawings, BoQs,
Estimates
 Contract Management, Procurement Plans, Evaluation Report for contract
 Construction Supervision, Management & Monitoring of Schools (both Reconstruction & Retrofitting)
 Training and capacity building

The 14 districts currently targeted under the project are:


Dhading, Dolakha, Gorkha, Kathmandu, Kavre, Lalitpur, Bhaktapur, Nuwakot, Okhaldungha, Ramecchap,
Sindhuli, Rasuwa, Makawanpur and Sindhupalchwok.
We shall proceed with the design of school buildings to be conduct by a Team-A from our Head Quarter in Katmandu
while establish two Field Design Teams Team –B and Team-C, each will take care of design pertaining to the field. Two
Senior Design Engineer(s) shall lead the two mobile teams in the field ie, Team –B and Team-C. Each Senior Design
Engineer shall be assisted by one Architect and one Civil Engineer in the field and all field staff shall be nationals. One
Senior Design Engineer (international) shall lead the design team in HQ, the other team members shall be comprises of,
one Senior Architect (international) and four Design Engineers, one Sanitation Engineer and one Electrical Engineer, all
nationals. Design services shall commence soon after signing of the agreement and anticipated to accomplish in 12
months, however one of the Design Engineer(s) (National) shall continue until completion of entire project under DSC
scope to assist HQ in handling any design issue. Electrical and Sanitation Engineers shall contribute intermittently (for 3
months staggered period each, each year) to deal with any revision in retrofitting and reconstruction design until
completion of entire supervision under DSC’s scope.

Detailed Description of the Actual Services Provided by your Firm:

A. DESIGN PHASE
 Mobilization
 Kick Off Meeting
 Site Visit
 Inception Report
 School Site Assessment
o Assessment of damaged structure
o Visual investigation
o For detailed investigation, tests for insitu quality of reinforced concrete
o Tests for concrete strength
o Non Destructive Testing
 Topographical Survey
o Topographical Layout
o Benching
o Topographical Survey
o Topographical survey report
 Site Investigation for Retrofitting
o Structural Analysis of Damaged Structure
 Geo Technical Investigation
o Deep Machine Boring
o Trial Pits to a maximum depth of 3.0 meter
o Trial Hand Auger Bore upto a depth of 7.0 meter 60
 Environmental Training & Capacity Building
o Environmental Screening
o Environmental Training & Capacity Building
 Architectural Design
o Architectural layout (conceptual)
o 3d Arch Models
o Architectural Plans, Elevation
o Detailed Arch Drawings
 Structural Design
o Structural Design
o Detailed Structural Drawings
 Contract management, Procurement Plan
o Bill of Quantities
o Engineering Estimates
o Engineering Specifications
o Procurement Plan for Goods
o Bid Documents
o Issuance of Tender
B. CONSTRUCTION SUPERVISION, MANAGEMENT & MONITORING
 Assist CLPIU in all aspects of monitoring of the works program implementation
 Disseminate information on good construction practices to contractors
 Review and recommend approving the detailed work program drafted by the Contractor
 Follow-up on site supervision visits by the different designers
 Monitor, supervise and inspect the quality of the works as to ensure conformity with the Specifications
 Provide any needed design, detail, information and clarifications necessary during the implementation phase
 Examine and recommend for approval the implementation plan proposed by the Contractor
 Review and assist where needed, and recommend for approval the Contractor's proposals
 Assess any design modifications that may become necessary during construction
 Monitor construction methods and operations to ensure compliance
 Monitor reconstruction and retrofitting progress to ensure compliance
 Ensure that the Contractor submits all necessary documents
 Ensure that a daily diary of the progress of the works on site is maintained
 Inspect materials delivered to site and prepare report
 As appropriate, instruct the opening up of completed works to determine compliance
 Maintain information relevant to progress, performance, quality, quantity, resources and cost

C. DELIEVERABLES
 Inception Report
 Site Assessment & Topographical Survey Report for Reconstruction
 Site Assessment for Retrofitting Works \
 Geotechnical Investigation Report
 Design of Reconstruction Work s
 Design of Retrofitting Works
 Bid Documents
 Monthly Reports
 Quarterly Reports
 Completion Report

Firm Name: M/s. Umar Munshi Associates, Pakistan


Assignment Name: Country:

World Bank Funded: Consultant Services (Civil Works) Detailed


Design and Supervision for Sindh Agricultural Growth Project
(Livestock Component). Pakistan

Location within country: Sindh . Duration of assignment (months):


Name of Client: Livestock & Fisheries department Government of Sindh 30 Months
Address: No. of Staff = 15
Total No of Staff-Months of the
assignment: 200
Start date: (Month/Year): Completion date Approx value of the services provided by your firm under the
July 2016 (Month/Year): December contract (in current US$ or Euro): Rs. 109.27 Million
2018 Project Cost= Rs. 7.64 Billion (USD 72.76 Million)
Name of Associated Consultants, it any: No of Staff-Months of Professional Staff
provided by associated Consultants:
Name of Senior Staff Involved and Functions Performed:
Ishrat Alam : Structural Engineer
Qutubuddin Soomro : Quantity Surveyor
Junaid Ahmed Bhatti : Quantity Surveyor
Rehan Abdul Rashid : Architect
Syed Jawed Shah : HVAC Engineer
Muhammad Ameen Dehraj : Resident Engineer
Shahid Zaman Bhatti : Resident Engineer
Jamil Ahmed Larik : Site Engineer
Aijaz Ahmed Shaikh : Site Engineer
Noor Mustafa Surhiyo : Site Engineer
Waqar Ali Bhellar : Site Engineer
Mumtaz Ali Tunio : Q.A/ Q.C and Surveyor
Pervez Ahmed Siddiqui : Lab Technician/ Material Engineer
Mehmood Sultan : Manager/ Admin
Mirza Tanweer Ahmed Baig : Finance Manager
Detailed Narrative Description of the Project:

Livestock & Fisheries Department, Government of Sindh, under the World Bank assisted ongoing Sindh Agriculture
Growth Project-Livestock component (SAGP-L), is determined to address fundamental sector challenges by improving
and rehabilitating rain-flood affected veterinary institution buildings, establishing dairy value chain through milk collection
and bulking centers, improve productivity of animals by enhanced veterinary services cover, breed improvement through
artificial insemination services and capacity building of farmers, staff members and other stake holders to increase the
productivity of livestock of Sindh province and establish marketing channels for milk and dairy products.

In order to achieve the above said goals, the following civil works are to be carried under the SAGP-L project;
1. Rehabilitation of 100 veterinary hospitals/ dispensaries throughout Sindh province, 13 Livestock Production
Offices in various districts, 02 Semen Production Units at Rohri and Karachi, and 06 Central Veterinary
Diagnostic Laboratories sub-centres located at Karachi, Mithi, Sukkur, Larkana, Dadu, and Naushehro Feroze.
2. Establishment of Artificial Insemination Training Centre at Tandojam, Hyderabad.
3. Establishment of (construction/pre-fabricated) 153 chiller rooms for milk collection and bulking centres in 09
districts of Sindh province i.e., Tharparkar, Mirpurhas, Hyderabad, Thatta, Shaheed Benazirabad, Naushehro
Feroze, Khairpur Mir’s, Sukkur and Larkana.

Scope of Consultancy services:


1. To prepare documents, CW drawings, maps, lay out plan, bill of uantities nd specifications of materials.
2. Seek approval of Project Management Unit (PMU)/ World Bank on the said documents as and where required.
3. Visit the location/ site for new construction / rehabilitation.
4. Inspect the site to ensure that all the related rules regulations safety precautions have been followed.
5. Monitor the quality of construction periodically to ensure that structure of the buildings are constructed in the
safest and sturdiest manner.
6. Guide PMU and suggest remedial action if required.
7. Carry out regular site supervision
8. Review and provide comments on civil work suggestions received from PMU to ensure compliance of rules and
regulations.
9. Preparation of Reporting Formats, Checklists and Guidelines, as necessary to facilitate/supplement/document
for construction work.
10. Preparation of status reports for PMU and World Bank on construction work.
11. Preparation of Mid Term Review Report for the project
12. Preparation on Quarterly Progress Report for PMU and World Bank
13. Preparation of Monthly Progress Briefs/Notes for DoLF and World Bank
14. Undertake documentation of Case Histories (such as good and bad practices) with regard to construction work.
15. To work as an Engineering unit to supervise and monitor the civil works and evaluate, assess and verify the bills
of the contractor.
Monitor and inspect progress of construction works, by making regular follow up visits to construction sites in order to
ensure that construction and rehabilitation works are performed within the agreed deadline.
Detailed Description of the Actual Services Provided by your Firm:
In order to address above mentioned scope and objectives for effective implementation, the selected engineering
consulting firm (s) will be required to achieve the following key program deliverables.
1. To design of infrastructural, civil and building works
a. Preparation of rough cost estimates and obtaining their technical sanction from the quarter concerned.
b. Preparation of detailed architectural and engineering design & drawings of buildings and chiller rooms.
c. Prepare drawings and get these approved from relevant agencies.
2. Under the rehabilitation of veterinary buildings component of the project, To evaluate the existing architectural
planning as well as structural designs in vogue for veterinary hospitals/ dispensaries, SPU/LPO offices and
CVDL Sub-centers affected by rain and flood and provide innovative, cost effective architectural
planning/layouts and safe, stable (conforming to standards) structural/other designs appropriate for these
areas/sites to rehabilitate the damaged structures.
3. To provide ongoing procurement supervision at all steps including bid evaluation, contract awards,
measurement of works/ validation of payments to contractors, completion of contracts etc. and maintain all such
data/information for access to project /provincial government, and prepare reports and submit to the project.
4. To perform duties of “Engineer In charge” as per Client’s agreement with the contractor (s) to supervise
construction with the best professional and consulting standards to ensure that the building is constructed
satisfactorily.
5. To assign field personnel of professional caliber and in sufficient number as deemed necessary by him in
consultation with the Client.
6. In carrying out the assignment, to undertake the following works:
a. Issue instructions to the contractor (s) and provide engineering supervision to the execution of works.
b. Ensure quality control through laboratory tests and other nondestructive tests at the expense of the
contractor.
c. Make measurements of the work done as basis for running payments to the contractor (s).
d. Issue variation orders with the Client’s consent.
e. Prepare monthly progress reports. Maintain estimate and comparative statement of project costs and
submit reports to the Client.
f. Assist in liaison between the Client and Contractor.
g. Review and approve “As Built” drawings prepared by the Contractor.
7. To certify that works are executed as per approved design, drawings, standard specifications, technically
sanctioned estimates and within the provisions of contract agreement.
8. To supervise the contractor in all matters concerning safety and care of the work and advise the Client on any
problem arising in the construction work during its execution.
9. To certify that the construction material brought at site by the contractor(s) is in accordance with the
specifications and is got tested as per standard practices.
10. The reports in respect of receipt and test of materials, submitted to client on weekly basis in the prescribed
forms.
11. To check systematically the progress of work according to the construction schedule of the agreement and shall
submit monthly progress report in the prescribed form to Client pointing out the deficiencies and suggest
remedial measures.
12. To certify the contractor’s running payments clearly indicating that the quality of work executed is according to
the specifications, design, drawings, technically sanctioned estimate and contract agreement and make
recommendations for payment to the contractor along with test reports. The Consultant shall further be
responsible for quality and quantity of works.
13. To keep the record of daily inspection reports in the prescribed forms at the site office and submit it to the Client
on weekly basis.
14. To carry out detailed final inspection of the work and shall recommend to the client for issuance of completion
certificate stating that the work has been completed as per design, drawings, standard specifications and
contract agreement.
15. One month prior to the expiry of completion period, carry out a detailed final inspection of the work and submit a
report to the client pointing out the defects in the work, if any.
16. To responsible for getting all such defects rectified from the concerned contractor(s) and final payment of the
contractor(s) shall be verified only after satisfactory removal of the defects.
17. To be at liberty to increase or decrease the quantum of work without assigning any reason.
18. Plan and design the work of interior furnishing meeting the best standards.
19. Supervise the work of interior design to ensure quality of work as per contracted design and specifications.
20. Maintain Proper records of all tests carried out to ensure quality work.

DELIVERABLES
 Draft Inception Report
 Final Inception Report
 Monthly Progress Report
 Quarterly Progress Report
 Annual Progress Report
 Revised Planning Commission Proforma-I (PC-I)
 Draft Project Completion Report
 Final Project Completion Report
 Planning Commission Proforma-IV (PC-IV)
 Special Reports

Firm Name: M/s. Umar Munshi Associates, Pakistan

You might also like