You are on page 1of 22

LETTER OF INVITATION

Subject: - Consultancy for Proof-checking the Revised Cost Estimates/DPR of


Mughal Road.

Dear Sirs,

1. You are hereby invited to submit technical and financial proposals for consultancy
services required for proof-checking the Revised Cost Estimates/DPR of Mughal
Road Project which could form the basis for future negotiations and ultimately a
contract between your firm and Mughal Road Organization.
2. The purpose of this assignment is to verify the correctness and completeness of Revised
Cost Estimates /DPR of Mughal Road prepared by Mughal Road Organization of state
PW(R&B) Department, J&K for Rs. 639.85 Crores
3. The following documents are enclosed to enable you to submit
your proposal:
(a) Terms of reference (TOR) (Annexure 1);
(b) Supplementary information for consultants, including a suggested format of
curriculum vitae (Annexure 2); and
(c) A Sample Form of Contract for Consultants' Services under which the services will
be performed (Annexure 3).
4. In order to obtain first hand information on the assignment and the site conditions,
it is considered desirable that a representative of your firm visit office of the Chief
Engineer, Mughal Road Project, Sector-2 Channi Himmat, Jammu before the proposal is
submitted. Your representative may meet the following official:

TechnicalOfficer to
Chief Engineer,
Mughal Road Project,
Sector-2, Channi Himmat,
Jammu
Ph: 0191-2463124

Please ensure that advance intimation regarding your visit is sent to enable him to
be available.
5. The Submission of Proposals: The proposals shall be submitted in two parts, viz.,
Technical and Financial and should follow the form given in the "Supplementary
Information for Consultants."

5.1 The "Technical" and "Financial" proposals must be submitted in two separate sealed
envelopes (with respective marking in bold letters) following the formats/schedules given
in the supplementary information for consultants. The first envelope marked "Technical
proposal" should include the description of the firm/organization, the firms general
experience in the field of assignment, the qualification and competency of the personnel
proposed for the assignment and the proposed work plan methodology and approach
response to suggested terms of reference. The first envelope should not contain any cost
information whatsoever. The second envelope marked 'FINANCIAL PROPOSAL' must
also be sealed with sealing wax and initialed twice across the seal and should contain the
detailed price offer for the consultancy services.

You will provide detailed break down of costs and fees as follows:

- Staffing billing rate plus overheads;


- Travel and accommodation;
- Report reproduction; and
- ____________________
Both the sealed envelopes should again be placed in a sealed cover which will be
received in the office of Chief Engineer, Mughal Road Project, Sector-2 Channi Himmat,
Jammu up to 1500 hours on 29/03/2010.
5.2 Opening of proposal
The proposals (first envelope containing technical proposal only) will be opened in
the office of Chief Engineer, Mughal Road Project, Sector-2 Channi Himmat, Jammu
1530 hours on 29/03/2010. It may please be noted that the second envelope containing
the detailed price offer will not be opened until technical evaluation has been
completed and the result of comparative statement notified to all eligible consultants.
6. Evaluation
6.1 A two-stage procedure will be adopted in evaluating the proposals: i) a technical
evaluation, which will be carried out prior to opening any financial proposal;
ii) a financial evaluation.
6.2 Technical Proposal:
The evaluation committee will carry out detailed evaluation of the technical proposals
in order to determine whether consultants are qualified and whether technical
proposals submitted as per Annexure-2 (Supplementary Information to Consultants)
are substantially responsive.
In addition, Curriculum vitae of senior personnel in each discipline for assessing the
qualifications and experience of the personnel proposed to be deployed for the studies
should be included with the technical proposal (in the format of the sample curriculum
vitae as per Form-5).
The price envelopes of others will not be considered and returned unopened after completing the
selection process. The client shall notify the consultants, results of the technical evaluation and
invite those who qualify for opening of the financial proposals indicating the date and time.

6.3 Financial Proposal:


6.3.1 Opening:
The financial proposal shall be opened in the presence of the consultants’ representatives
who choose to attend. The name of the consultant, and the proposed prices shall be read
out and recorded.
6.3.2 Evaluation:
The evaluation committee will determine if the financial proposals are complete and
without computational errors. The consultant who has submitted lowest financial
proposal will be invited for negotiations.
7. Negotiations
7.1 Prior to the expiration period of proposal validity, the Client will notify the successful
Consultant in writing by registered letter, cable telex or facsimile and invite him
negotiate the Contract.
7.2 The aim of negotiation is to reach agreement on all points, and initial a draft contract by
the conclusion of Negotiations.
7.3 Negotiations will commence with a discussion of your technical proposal, the proposed
methodology (work plan), staffing and any suggestions you may have made to improve
the TOR. Agreement must then be reached on the final TOR, the staffing and staff
months, logistics and reporting. Special attention will be paid to optimize the required
outputs from the Consultants and to define clearly the inputs required from the Client to
ensure satisfactory implementation of the Assignment.
7.4 Changes agreed upon will then be reflected in the draft contract, using proposed unit rates.
7.5 Having selected Consultants, among other things, on the basis of an evaluation of
proposed key professional staff, the Client expects to negotiate a contract on the basis
these staff named in the proposal and, prior to contract negotiations, will require
assurance that these staff will be actually available. The Client will not consider
substitutions during contract negotiations except in cases of unexpected delays in the
starting date or incapacity of key professional staff for reasons of health.
7.6 The negotiations will be concluded with a review of the draft form of Contract. The Client
and the Consultants will finalize the contract to conclude negotiations.

7.7 The Contract will be awarded after successful negotiations, with the selected
Consultant. If negotiations fail, the Client will invite the Consultants having submitted
the second lowest financial offer to Contract negotiations. Upon successful completion,
the Client will promptly inform the other Consultants that their proposals have not
been selected.
8. Please note that the Mughal Road Organization is bound to select amongst those firms
empanelled with MORT&H. The Mughal Road Organization does not bind itself in any
way to select the firm offering the lowest price.

9. It is estimated that about 2 months of services will be required for the a s s i g n m e n t


and generally you should base your financial proposal accordingly.
10. You are requested to hold your proposal valid for 90 days from the last date of
submission without change the personnel proposed for the assignment and your proposed
price. The Mughal Road Organization will make its best efforts to select a consultant
firm within this period.
11. Please note that the cost of preparing a proposal and of negotiating a contract including
visits to Jammu and other places, if any is not reimbursable.
12. Assuming that the contract can be satisfactorily concluded in 60 days, you will be
expected to take- up/commence with the assignment in April 2010.
13. We wish to remind you that any manufacturing or construction firm, with which you
might be associated with, will not be eligible to participate in bidding for any goods or
works resulting from or associated with the project of which this consulting assignment
forms a part.
14. Please note that the remuneration which you receive from the contract will be subject to
normal tax liability in India. Kindly contact the concerned tax authorities for further
information in this regard if required.
Yours faithfully,

Sd/-
Chief Engineer
Mughal Road Project,
Sector-2, Channi Himmat,
Jammu
Enclosures:
1. Terms of Reference.
2. Supplementary Information to Consultants.
3. Draft contract under which service will be performed.
Annexure - 1
TERMS OF REFERENCE FOR
PROOF CHECKING REVISED COST ESTIMATES /DPR OF
MUGHAL ROAD

1. Background:
The ancient route Mughal Road, when developed, will help in overall development of the
area and mitigate the hardships of People of Poonch & Rajouri.
It will considerably reduce the travel distances between Poonch and Rajouri Districts with
Srinagar. As against distances of 540Kms and 455Kms between Poonch & Rajouri District
respectively with Srinagar via Jammu and NHIA, the distance along Mughal road between
Srinagar with Poonch and Rajouri Districts shall be only 175Kms and 200Kms respectively.
The Historical background of the proposed road and the beautiful meadows at Pir Panjal
is expected to attract a large number of tourists, thereby boosting economy of the people.
Besides the road will benefit the pilgrims from Kashmir Valley who visit the famous shrine of
Baba Gulam Shah Badshah at Rajouri.
The National Highway between Jammu & Srinagar (NH-1A) is under tremendous
pressure with the increase in traffic. The road passes through steep mountainous terrain which
are prone to landslides, rock falls and geological failures. As a result the road remains closed
for days together not only in winter, but also in summer during rainy season. The two-lane road
between Bafliaz and Shopian, cutting across the Pir-Panjal mountains, will provide substantial
traffic relief to NH-1A by diverting traffic of Rajouri and Ponch districts to this new road
heading for valley and hence shall serve as an alternate seasonal road (April-November)
connecting Kashmir valley with rest of the country.
The proposed road will promote economic, industrial, social and cultural development of
the project influence area. It will help in raising living standards of the people, advancement of
the community, improvement in medical, educational, post & telegraph and recreational
facility. Employment potential in the area will be generated to a large extent.
The proposed road will give a boost to the agricultural, industrial, building and
commercial activities in the project influence area, which will create opportunities for
economic uplift of the people. With the opening of this area to communications, the land value
will go up. Farmers will get motorable access to the markets for selling their produce and this
will give impetus to the agricultural production in this area.
With the adoption of higher standards of proposed road, there will be reduction in the
vehicle operating costs, fuel consumption, wear& tear of tyres, saving in time of passengers and
vehicles and faster mobility of essential services. The fatigue and discomfort during travel will
also be considerably reduced.

Brief Description of DPR:

The Govt. of Jammu and Kashmir is constructing Mughal Road 84 Km, long two lane
flexible pavement road from Bafliaz (Poonch) to Shopian (Kashmir) at an estimated cost of Rs
639.85 Crores and the principle executing agency is M/S Hindustan Construction Company
Ltd. Mumbai
The construction of MRP was taken up for execution in March 2006 under PMRP in J&K
state. The proposed project was earlier approved by the Govt. for Rs 159.00 Crores on the basis
of M/S RITES Feasibility Report. The cost of Rs 159.00 Crores as projected earlier based of
RITES Feasibility Report prepared by them on the basis of 1998 BRO Schedule of rates which
was raised up to Rs 255.00 Crores, due to escalation that had occurred from the year (1999-
2000) to (2005-2006) which led to the fixing of contract with M/S HCC Ltd. at Rs 214.40
Crores allotted vide Govt. Order 61-PWD(R&B) of 2006 Dt: 08-02-2006 against advertised
cost RS 148.10 Crores.
The AAA for Rs 255.00 Crores stands accorded vide J&K Govt. order No. 60-PW(R&B)
of 2006 Dt: 08-02-2006.
The preparation of Revised Cost Estimates/DPR with revised cost became necessary as the cost
of the project for Rs 255.00 Crores was based on the quantities indicated in the RITES
Feasibility report which had been worked on the basis of Remote Sensing (Satellite imagery)
and Topo Sheets which was bound to increase as per actual detailed survey which got
conducted along the alignment. Accordingly DPR was framed for the Mughal Road by the State
PWD Govt. of J&K to the tune of Rs 639.85Crores for which AAA stands accorded vide Govt.
order No. 509-PW(R&B) of 2008 Dt: 17-10-2008 and was submitted to the Ministry of Road,
Transport and Highways Govt. of India in March 2008.
However, the Planning Commission Govt. of India has desired to get the DPR examined
by the third party / Consultants empanelled with MORT&H.The copy of original Feasibility
Report of M/s RITES for Rs 159 Crores shall be made available to the successful bidder after
award of work.

Cost:

The cost of the construction of Mughal Road as per Revised Cost Estimates /DPR is Rs 639.85
Crores for which AAA stands accorded by Govt. of Jammu&Kashmir.

Proof checking:

It is proposed to hire consultancy firms to scrutinize the Detailed Project Report prepared by
Mughal Road Organization of state PW(R&B) Department, J&K.

2. Objective:

The objective of the assignment is to verify the correctness and completeness of the Revised Cost
Estimates /Detailed Project Report prepared by Mughal Road Organization of state
PW(R&B) Department J&K and examine in detail the additional items, variation in quantities,
variation in rates of different items and their justification from original sanctioned work.

3. Scope of Work:

The consultants will have to work closely with the officials of Mughal Road Organization. The
scope of the work covers but not limited to the following:

a) To study various provisions of the Revised Cost Estimates /DPR estimated @ Rs


639.85 Crores and to establish its justification/necessity in comparison to the
inadequate provisions of original AAA/cost estimates @ Rs 255.00 Crores evaluated
on the basis of preliminary feasibility report of RITES in the year 1999-2000. To check
the Revised Cost Estimates/ DPR in the spirit of Ministry’s Policy Circular No. NH
III/P/50/76 Dt: 1-07-1976,it shall clearly elaborate with details of items, quantity
executed, agreement rate, payment made, and amount spent for work already executed.
Also it shall clearly elaborate with details for each item, balance quantity to be
executed, rate and amount.

b) To Inspect the site for random/test check of various provisions necessitated in the
revised AAA at the cost Rs 639.85 Crores.

c) Study the avalanche prone zone and structures required and suggest as to whether
adequate provision is put in the DPR.

d) To make any other valuable suggestion/recommendation if required to undertake any


other examination, contigent to comprehensive checking the DPR.

(e) To furnish the Physical and Financial bar chart (item wise and Year wise) till
completion of project and input man and machinery required to accomplish the same
without slippage of the project. The same shall be part of work programme to be
submitted subsequently by the contractor.

4. Schedule of Completion of Tasks:

The entire tasks shall be completed within 60 days from the date of award of Contract.

5. Terms of Payment:

The mode of payments to be made in consideration of the work to be performed by the


consultants shall be as follows:

(i) 30% of contract value On submission of the interim report


and on approval of the same by the Review Committee.
(ii) 45% of contract value On submission of the Final report
and on approval of same by the Review Committee.

(iii) 25% of contract value On concurrence of the Final report by MORT&H


6. Data, Services and facilities to be provided by the Mughal Road Organisation:

A copy of DPR prepared by Mughal Road Organisation, PW(R&B) Department of J&K will be
provided.

7. Composition of review committee and procedure for review:

A review committee consisting of following members will review and monitor the progress of
the assignment and suggest any modifications/changes considered necessary then and there.

(i) Chief Engineer, Mughal Road Project (Member Secretary)


(ii) Chief Engineer, R&B Kashmir
(iii) Chief Engineer, R&B Jammu
(iv) Superintending Engineer, Mughal Road Project
8. List of key professional* positions whose CV and experience would be evaluated:

S. No. Key Professional No. of Experience


1. Highway Persons
2 A post graduate in Transporatation Engineering
Engineer with about 15 years experience in Planning and
Designing of National Highways/State highways/
2. Structural/Bridge 1 A post graduate in Structural/Bridge
Engineer Engineering with about 15 years experience in
Planning and Designing of all types bridges,
3. Quantity Surveyor 1 A graduate in Civil Engineering with about
10 years experience in estimation of quantities
4. Field Surveyor 1 A graduate in Civil Engineering with
about 10 years experience in field survey,

* Key professionals shall not be ex-staff of Mughal Road Organization, PW(R&B)


Department J&K.

* More experienced in the field of Highway among the two Highway Engineers shall be the
Team Leader
Annexure1(a)

Note
Annexure 1(a) which forms part of this RFP document is the Letter No. NHIII/P/50/76 Dt: Ist
July 1976 addressed to all Chief Engineers of states (Dealing with National Highways) regarding
“Revised Estimates of National Highways (Road and Bridge Works: Check Lists)”.The
bidder may obtain the copy of the same from Ministry of Road Transport and Highways. A hard
copy of the same is also available with our office .The same can be sent to the interested bidders
on specific request.
Annexure - 2
SUPPLEMENTARY INFORMATION FOR CONSULTANTS
Proposals

(1) Proposals should include the following information:

(a) Technical Proposal

(i) A brief description of the firm/organization and an outline of recent experience on


assignments/projects of similar nature executed during the last 5 years in the format
given in Form F-2.
(ii) Any comments or suggestions of the consultant on the Terms of Reference (TOR).
(iii) A description of the manner in which consultants would plan to execute the work.
Work plan time schedule in Form F-3 and approach or methodology proposed for
carrying out the required work.

(iv) The composition of the team of personnel which the consultant would propose to
provide and the tasks which would be assigned to each team member in Form F-4.

(v) Curricula Vitae of the individual key staff members to be assigned to the work and
of the team leader who would be responsible for supervision of the team. The
curricula vitae should follow the attached Format (F-5) duly signed by the
concerned personnel.

(vi) The consultant's comments, if any, on the data, services and facilities to be provided
by Mughal Road Organization indicated in the Terms of Reference (TOR).

(b) Financial Proposals


The financial proposals should include the following:

(i) Schedule of Price Bid in Form No.F-6 with cost break-up.


(2) The proposals should be submitted to Chief Engineer, Mughal Road Project, Sector-2
Channi Himmat, Jammu.
(3) Terms of Payment

The mode of payments to be made in consideration of the work to be performed by the


consultant shall be as follows:

(i) 30% of contract value On submission of the interim report


and on approval of the same by the Review Committee.
(ii) 45% of contract value On submission of the Final report
and on approval of same by the Review Committee.

(iii) 25% of contract value On concurrence of the Final report by MORT&H

Note: All payments shall be made on submission of pre-receipted bills by the consultants in
duplicate for respective stages.

(5) Review of reports

A review committee consisting of following officers will review all reports of consultants and
suggest any modifications/changes considered necessary.

(i) Chief Engineer, Mughal Road Project (Member Secretary)


(ii) Chief Engineer, R&B Kashmir
(iii) Chief Engineer, R&B Jammu
(iv) Superintending Engineer, Mughal Road Project

A copy of the above reports would be forwarded to the Ministry of Road, Transport and Highway
for comments /suggestion at every stage.
FORM F-1

From To

——— Chief Engineer


——— Mughal Road Project
——— Sector-2, Channi Himmat
——— Jammu

Sir,

Subject: - Hiring of Consultancy services for Proof Checking/ Scrutiny of DPR for
Mughal Road Project

I/We ——————————— consultant/consultancy firm/organization herewith enclose


Technical and Financial Proposal for selection of my/our firm as consultant for Proof
Checking/ Scrutiny of DPR for Mughal Road Project

Yours faithfully,

Signature: —————
Full name —————
and address: —————

Signature of
( Authorized Representative)
FORM F-2

ASSIGNMENTS OF SIMILAR NATURE SUCCESSFULLY COMPLETED DURING


LAST 5 YEARS

1. Brief Description of the Firm/Organization:

2. Outline of recent experience on assignments of similar nature:

Sl.No. Name of Name of Owner or Cost of Date of Date of Was


assign- project sponsoring assign- commenceme completio assign-
ment authority ment nt n ment
satisfac-
torily
complet
ed

1 2 3 4 5 6 7 8

Note: Please attach certificates from the employer by way of documentary proof. (Issued by
the Officer of rank not below the rank of Superintending Engineer or equivalent.)
FORM F-3

WORK PLAN TIME SCHEDULE


A. Field Study/ Survey

Sl. Item Week wise Program


No. 1st 2nd 3rd 4th 5th 6th 7th 8th

B. Compilation and submission of reports supplemented with necessary documents/


drawings*

1. Interim Status Report } As indicated under TOR


}

2. Draft Final Report

3. Final Report

C. A short note on the line of approach and methodology outlining various steps for

performing the study.

D. Comments or suggestions on "Terms of Reference."

* Note: Soft Copies ( 3 CD Roms) and Hard Copies (7 sets )


FORM NO.F-4

Composition of the Team Personnel and the task which would be


assigned to each Team Member

1. Technical/Managerial Staff

Sl.No. Name Position Task assignment

2. Support Staff

Sl.No. Name Position Task assignment


FORM F-5
SUGGESTED FORMAT OF CURRICULUM VITAE
FOR MEMBERS OF CONSULTANT'S TEAM

1. Name:

2. Profession/ Recent
Present Designation: Photograph

3. Years with Firm/Organization: Nationality:

4. Area of Specialization:

5. Proposed Position on Team:

6. Key Qualifications:

(Under this heading, give outline of staff member's experience and training
most pertinent to assigned work on proposed team. Describe degree of
responsibility held by staff member on relevant previous assignments and
give dates and locations. Use up to half-a-page.)

7. Education:

(Under this heading, summarize college/university and other specialized


education of staff member, giving names of schools/colleges, etc., dates attended
and degrees obtained. Use up to a quarter page.)

8. Experience:

(Under this heading, list all positions held by staff member since graduation,
giving dates, names of employing organization, title of positions held and location
of assignments. For experience in last ten years, also give types of activities
performed and client references, where appropriate. Use up to three quarters of a
page.)

9. Languages:

(Indicate proficiency in speaking, reading and writing of each language by


'excellent', 'good' or
'poor'.)

Signature of Staff Member Date:


FORM NO.F-6
SCHEDULE OF PRICE BID

Items Amount
In figures In words

1. Consultancy services for


Proof checking/ Scrutiny
Of DPR for Mughal Road Project
(With separate Cost break up
appended herewith)

Signature of Consultant

(Authorized representative)
Consulting Services
Draft Letter of Contract/Agreement to be carried out by Consultants

Subject: Proof checking the Revised Cost


(Name of Estimates/DPR of Mughal Road
Consultant)

1. Set out below are the terms and conditions under which (Name of Consultant) has agreed
to carry out for Chief Engineer, Mughal Road Project the above-mentioned assignment
specified in the attached Terms of Reference.

2. For administrative purposes Superintending Engineer, Mughal Road Project has been
assigned to administer the assignment and to provide [Name of Consultant] with all
relevant information needed to carry out the assignment. The services will be required in
Proof Checking/ Scrutiny of the DPR of Mughal Road for about eight weeks.

3. The Chief Engineer, Mughal Road Project may find it necessary to postpone or cancel
the assignment and/or shorten or extend its duration. In such case, every effort will be
made to give you, as early as possible, notice of any changes. In the event of termination,
the (Name of Consultants) shall be paid for the services rendered for carrying out the
assignment to the date of termination, and the [Name of Consultant] will provide the
Chief Engineer, Mughal Road Project with any reports or parts thereof, or any other
information and documentation gathered under this Agreement prior to the date of
termination.

4. The services to be performed, the estimated time to be spent, and the reports to be
submitted will be in accordance with the attached Terms of Reference.

5. This Agreement, its meaning and interpretation and the relation between the parties
shall be governed by the laws of Union of India

6. This Agreement will become effective upon confirmation of this letter on behalf of
(Name of Consultant) and will terminate on expiry of the assignment, or such other date
as mutually agreed between the Chief Engineer, Mughal Road Project and the (Name of
Consultants).
7. Payments for the services provided by the consultant shall be as per details pointed out in
TOR.The remuneration to the consultant includes all the costs related to carrying out the
services, including overhead and any taxes imposed on [Name of Consultants.]
8. The [Name of Consultants] will be responsible for appropriate insurance coverage. In
this regard, the [Name of Consultants] shall maintain workers compensation,
employment liability insurance for their staff on the assignment. The Consultants shall
also maintain comprehensive general liability insurance, including contractual liability
coverage adequate to cover the indemnity of obligation against all damages, costs, and
charges and expenses for injury to any person or damage to any property arising out of,
or in connection with, the services which result from the fault of the [Name of
Consultants] or its staff. The [Name of Consultants] shall provide the (Name of
Borrower) with certification thereof upon request.
9. The [Name of Consultants] shall indemnify and hold harmless the Chief Engineer,
Mughal Road Project against any and all claims, demands, and/or judgements of any
nature brought against the (Name of Borrower) arising out of
the services by the [Name of Consultants] under this Agreement. The obligation under
this paragraph shall survive the termination of this Agreement.

10. The Consultants agree that any manufacturing or construction firm with which they
might be associated with will not be eligible to participate in bidding for any goods or
works resulting from or associated with the project of which this consulting assignment
forms a part.

11. All final plans, drawings, specifications, designs, reports and other documents or
software submitted by the [Name of Consultants] in the performance of the Services
shall become and remain the property of the Client. The Consultants may retain a copy
of such documents but shall not use them for purposes unrelated to this Contract without
the prior written approval of the Client.

12. The Consultant undertake to carry out the assignment in accordance with the highest
standard of professional and ethical competence and integrity, having due regard to the
nature and purpose of the assignment, and to ensure that the staff assigned to perform the
services under this Agreement, will conduct themselves in a manner consistent herewith.

13. The consultant will not assign this Contract or sub-contract or any portion of it without
the Client’s prior written consent.

14. The [Name of Consultants] shall pay the taxes, duties fee, levies and other impositions
levied under the Applicable law and the Client shall perform such duties, in regard to
the deduction of such tax, as may be lawfully imposed. No claim whatsoever shall be
accepted by the client in respect of taxes payable by the consultant

15. The [Name of Consultants] also agree that all knowledge and information not within the
public domain which may be acquired during the carrying out of this Agreement, shall
be, for all time and for all purpose, regarded as strictly confidential and held in
confidence, and shall not be directly or indirectly disclosed to any person whatsoever,
except with the Chief Engineer, Mughal Road Project written permission.

16. Any dispute arising out of the Contract, which cannot be amicably settled between
the parties, shall be referred to the Superintending Engineer, Mughal Road Project,
the sole arbitrator.

Place:
Date ...................................................................(Signature of Authorized Representative
.......................................... ....................................... on behalf of Consultant)
.......................................... .......................................
.......................................... ..........................(Signature & Name of the Client's
Representative)

You might also like