OFFICIAL DOCUMENTS Principles of Collaboration (Serbia Road Rehabilitation and Safety Project) between INTERNATIONAL BANK FOR RECONSTRUCTION AND DEVELOPMENT and EUROPEAN INVESTMENT BANK Dated ,2018 PRINCIPLES OF COLLABORATION Principles of Collaboration ("PoC") dated 14 :5 , 2018 among the International Bank for Reconstruction and Development ("World Bank") and the European Investment Bank ("EIB") (collectively, the "Financiers" and individually each and any of them the "Financier"). WHEREAS (A) Republic of Serbia ("Borrower") has requested EIB and World Bank ("Financiers") to assist in the financing of parts of the "Serbia Road Rehabilitation and Safety Project" (the "Project") and has entered into, or will enter into, an agreement or agreements with each Financier setting forth the relevant terms and conditions of the financing (each such agreement being hereinafter referred to as a "Financing Agreement"); (B) the Financiers consider it appropriate and advisable, in the interest of the Project and in their own interest, to cooperate in certain matters of common interest relating to the implementation of the parts of the Project that are expected to be jointly co-financed by the Financiers (the "Co-Financed Parts"), as described in this PoC; (C) unless otherwise expressly specified in this PoC, each Financier's applicable policies (including, without limitation, environmental, complaints, and anti-fraud and anti-corruption policies) will be applied by such Financier on the basis of the relevant Financing Agreement. NOW, THEREFORE, the Financiers hereby set out the following Principles of Collaboration: 1. Co-Financed Parts (a) Without limitation to the description of the Project set forth in the Financiers' respective Financing Agreements, the Financiers acknowledge that the Project comprises those common components of each Financing Agreement as will be set forth in the agreed Procurement Plan for the Co-Financed Parts as defined in Section 3(d) below. (b) The amount of financing that each Financier intends to provide to the Borrower in respect of one or more Co-Financed Parts is set forth in their respective Financing Agreements, as the same may be amended from time to time (including to increase or decrease the amount of the corresponding financing). (c) The Financiers will jointly co-finance eligible expenditures in respect of the costs of works, goods, non-consulting and consulting services of the -2- Co-Financed Parts, and following their corresponding disbursement mechanisms, in accordance with the terms and conditions set forth or referred to in their respective Financing Agreements. 2. General Cooperation and Coordination on Implementation of Co-Financed Parts (a) Each of the Financiers will use reasonable efforts to: (i) ensure the prompt channeling of information regarding the Co- Financed Parts and their progress with the other Financier (subject to the applicable policies of each Financier regarding access to information); (ii) arrange and organize regular joint Co-Financed Parts review missions and other joint missions, as and when they consider it necessary or advisable (provided that one joint supervision mission per year should in any case be organized); (iii) arrange and organize meetings of the Financiers, as and when they consider it necessary or advisable, to discuss and resolve any issues arising during the implementation of the Co-Financed Parts; and (iv) ensure timely review of financial reports and annual audited Project financial statements and promptly communicate and discuss such results with the other Financier in order to coordinate a joint response to the Borrower. (b) To ensure the smooth operation and efficient monitoring of the Co- Financed Parts, the Financiers hereby agree that: (i) the World Bank shall act as the coordinator for all matters related to the technical, procurement, environmental and social safeguards ("Safeguards"). In that capacity the World Bank will coordinate the Relevant Procurement (as defined in Section 3(a) below) and Safeguards aspects of the Co-Financed Parts in accordance with the provisions of Sections 3 and 4 of this PoC, respectively, and coordinate the response to the Borrower with the results of the review of financial reports and annual audited Project financial statements in accordance with the provision of paragraph (a)(iv) of this Section; (ii) the Financiers shall nominate one (1) representative of each Financier to liaise with the other Financier (including attendance of meetings at the request of any of the Financiers to facilitate -3- the smooth implementation of the Co-Financed Parts). The Financiers shall promptly advise each other of the staff member nominated as its representative; and (iii) each Financier will bear the costs of its own employees' missions. 3. Procurement Arrangements Independently and without prejudice to the terms and conditions of each respective Financing Agreement, the Financiers agree to cooperate and coordinate their respective arrangements in relation to procurement and implementation of the Co- Financed Parts. Without limitation to the provisions of Section 2 of this PoC, the Financiers will endeavor to cooperate in accordance with the following: (a) The Financiers confirm that the World Bank's Procurement Guidelines ("Guidelines: Procurement of Goods, Works and Non-consulting Services under IBRD Loans and IDA Credits and Grants by World Bank Borrowers", dated January 2011 and Revised July 2014) and the World Bank Consulting Guidelines ("Guidelines: Selection and Employment of Consultants under IBRD Loans and IDA Credits and Grants by World Bank Borrowers", dated January 2011 and Revised July 2014) will apply to the procurement of all goods and works, non-consulting services and consulting services relating to the Co-Financed Parts (the "Relevant Procurement"). The Financiers further confirm that the World Bank will be responsible for the supervision of the Borrower's administration of the Relevant Procurement. (b) The Financiers acknowledge that ElIB will not finance its respective part of a contract to a bidder or consultant who is on any of the EU financial or commercial sanctions lists. (c) The Financiers agree that all Relevant Procurement processes will use the World Bank's Standard Bidding Documents or, as the case may be, national bidding documents acceptable to the World Bank (the "Bidding Documents"), including without limitation, the fraud and corruption provisions incorporated in said Bidding Documents. The World Bank will request the Borrower to include in such Bidding Documents EIB's covenant of integrity set out at Annex I of this PoC, and for contracts subject to prior review, will confirm the covenant's signature by the relevant appointed contractor, as part of the Borrower's furnishing to the Bank of a conformed copy of the contract. In addition, the Bidding Documents will contain a provision permitting each of the Financiers, and/or persons appointed by them, and/or entities authorized according to their respective policies, to inspect and copy all accounts, records, and other documents relating to the procurement process and performance of -4- the Project activities and to inspect or audit the records and accounts of any bidders, contractors, suppliers or service providers relating to the procurement process and performance of the Project activities, all in accordance with their respective policies and procedures. (d) The Financiers will jointly review the procurement plan applying to the Co-Financed Parts, as prepared and submitted by the Borrower (the "Procurement Plan", attached hereto). The Financiers acknowledge that the Procurement Plan shall define the thresholds for the procurement methods and the World Bank's review requirements, identifying those contracts that will be subject to World Bank's prior review and post review. The Procurement Plan will be periodically updated by the Borrower to reflect actual project implementation needs and each submitted update of the Procurement Plan will be jointly reviewed by the Financiers. The World Bank will be responsible, for prior- reviewing procurement documents for all those contracts as so identified in the Procurement Plan, and post reviewing on yearly basis a sample of those contracts subject to the World Bank's post-review as set forth in the Procurement Plan. (e) For all contracts relating to the Relevant Procurement, the World Bank will provide EIB, upon request, access to copies of all procurement documents reviewed and cleared by the World Bank and of all procurement reports. The World Bank will also inform EIB of any complex or delicate procurement decisions (including without limitation those related to procurement processes in which any complaint or any allegation as referenced under Section 5(a) of this PoC has been received or it is expected to be received and those in which a tenderer is excluded on the basis of a debarment) related to said contracts before the World Bank issues a no-objection on behalf of the Financiers. The EIB will have the right to seek information and/or clarifications or provide recommendations to the World Bank on any stage of the Relevant Procurement process. (f) For complaints against the Borrower's handling of procurement, the Financiers agree that, consistent with the rules and procedures of the respective institutions, the World Bank will normally take the lead in the response. If a complaint against the Borrower's handling of procurement is submitted to EIB, it shall be promptly forwarded to the World Bank for its review and final decision. Notwithstanding that the World Bank is designated as "leading" the complaint treatment, all complaints against the Borrower's handling of procurement will be dealt with on a collaborative basis. (g) To allow the EIB to comply with its own procurement policies, the World Bank undertakes to notify the EIB or to ensure that the Borrower -5- notifies the EIB of any contracts to be procured above an amount of EUR 5,000,000 for contracts relating to works and EUR 200,000 for contracts relating to services, in order to enable publication by the EIB of the relevant procurement notices for the jointly co-financed contracts in the Official Journal of the European Union. (h) Without limitation to the provisions of their respective Financing Agreements and, in any case, without prejudice to the provision under Section 7(b) below, the Financiers will endeavor to inform each other as to the grounds to exercise remedies under their respective Financing Agreements in respect of Relevant Procurement, including declarations of misprocurement. 4. Cooperation on Safeguards Requirements (a) The Financiers recognize the importance of environmental and social safeguards compliance requirements under the Project and will endeavor to cooperate with each other in the coordination, implementation and monitoring of the requirements of each of the Safeguards documents prepared in respect of the Co-Financed Parts (the "Safeguard Documents"). (b) In accordance with the Financing Agreements of each of the Financiers, the Financiers expect that the Co-Financed Parts shall be carried out pursuant to, and in compliance with, the environmental and social policies, practices, procedures and guidelines of both Financiers. To this end, the Financiers will endeavor to verify that any new environmental and/or social documentation to be developed and adopted by the Borrower during preparation and implementation of the Co-Financed Parts (e.g., site-specific environmental and social impact assessments or management plans and site-specific resettlement action plans) will be prepared pursuant to, and in compliance with, the policies, practices, procedures and guidelines of both Financiers. (c) Each Financier will independently review drafts of the Safeguard Documents, with the aim of forming a joint, mutually acceptable position; provided, however, that no Financier shall be obliged to appraise, supervise and/or monitor any requirement of the other Financier's policies, practices, procedures and guidelines which the first Financier deems is beyond the scope of its mandate. The Financiers will coordinate terms of reference of the consultants to be hired for the Project supervision, including verification of safeguards, to include any specificities of the relevant safeguard policies of each Financier. -6- (d) In the event the Financiers cannot form a mutually acceptable position on any of the aforementioned matters, the procedure set forth in Section 8 of this PoC shall apply. 5. Integrity Matters (a) In accordance with their respective Financing Agreements, and subject to their respective applicable policies and guidelines, the Financiers agree to pursue their best efforts to consult and inform each other in the case that a material and credible allegation of fraud, corruption, collusion, coercion or obstruction (collectively "fraud or corruption") or a material and credible allegation of money laundering, financing of terrorism relating to the procurement process, and/or the Project activities and/or Project implementation occurs, with a view to agreeing on a coordinated approach to such allegations, including, where appropriate, joint or parallel investigations. (b) The Financiers will, subject to their respective policies on access to information, promptly exchange information in relation to any such allegation of fraud or corruption, and investigations relating to such allegations, in accordance with Section 6 of this PoC. (c) Without limiting their rights under their respective Financing Agreement, and subject to their respective applicable policies (and, in any case, without prejudice to the provision under Section 7(b) below), the Financiers will endeavor to inform each other when exercising contractual remedies arising from fraud or corruption in connection with the Project. The Financiers may explore how sanctions or other results of investigations taken by one Financier can be supported by the other Financier. 6. Cooperation, Coordination and Exchange of Information Subject to their respective applicable policies, in particular those on access to information, and their rights and obligations under their respective Financing Agreement, the Financiers will endeavor to: (a) coordinate, cooperate and, subject to the requirements of their respective policies on access to information, exchange information in relation to fraud or corruption relating to the Relevant Procurement process. (b) inform the other Financier, as soon as practicable, of any substantial breach committed by the Borrower under their respective Financing Agreement. -7- (c) inform the other Financier, as soon as practicable, of any complaint in relation to the Co-Financed Parts brought to the World Bank Inspection Panel or the EIB Complaints Mechanism. 7. Resolution of Differences (a) Without prejudice to the provision under Section 8(c) below, the Financiers will, to the extent possible, strive to resolve promptly and amicably questions of interpretation and application of this PoC and any disputes arising out of or in relation to this PoC. Any material differences on the implementation of the Project, and the interpretation and application of this PoC will be resolved through consultation and dialogue between the Financiers' representatives. If the representatives are not able to resolve any such differences in a reasonable period of time, the differences will be referred to the Financiers' senior management. In the event of a continuing unremedied dispute after ninety (90) days as from referral to the Financiers' senior management, this PoC shall be ipso facto terminated without any responsibility or liability whatsoever arising for either Party. (b) Each Financier hereby expressly acknowledges and agrees that nothing in this PoC shall to any extent exclude, limit or otherwise adversely affect each Financier's ability to exercise all remedies available to it under the relevant Financing Agreement at any time (with no need to seek for any prior approval and/or clearance whatsoever by the other Financier). Notwithstanding any other provision of this PoC, each Financier reserves the right to enforce all its rights under its respective Financing Agreement. In case of any conflict between this PoC and the respective Financing Agreement, the latter shall take precedence. 8. Execution, Effectiveness, Termination, Amendments, and Miscellaneous (a) This PoC may be signed in several counterparts, all of which will be an original. (b) This PoC will come into operation upon signature by the last signatory of the Financiers. This PoC sets forth principles and actions that the Financiers intend to implement and follow in relation to the Project, and shall not constitute and is not intended to establish any legally binding contractual obligation between the Financiers. As a consequence, nothing in this PoC shall give rise to any liability on either Financier's part. (c) This PoC will terminate in respect of a Financier on the earlier of: (i) the date that the Financier has notified the other Financier of its decision not to proceed with its proposed financing of the Co-Financed Parts; (ii) the -8- closing date as set forth in its Financing Agreement; (iii) the date of termination under Section 7(a) above; and (iv) the date of termination as per the following sentence of this Section 8(c). Should either Financier determine, at its sole discretion, that the continuation of this PoC is no longer appropriate, such Financier will notify the other its concerns and the rationale for requesting termination. If such concerns cannot be resolved in a mutually satisfactory manner within thirty (30) days, either Financier has the right to withdraw from this PoC at any time by giving prior thirty (30) days' written notice to the other Financier. (d) All additions, amendments or variations to this PoC will be taken into consideration only if in writing and signed by the duly authorized representative(s) of the Financiers. (e) Nothing in this PoC will operate or will be construed as a waiver, renunciation or any other modification of any of the privileges, immunities or exemptions of any Financier under its organizational documents, or any international convention, or any applicable law, including, without limiting the generality of the foregoing, the privileges, immunities and exemptions of: (i) the World Bank under the Articles of Agreement of the International Bank for Reconstruction and Development; and (ii) the EIB under its Statute and under the European Union Treaties. (f) The World Bank will exercise the same care in the discharge of its role of coordinator of the Relevant Procurement under this PoC as it exercises with respect to the administration and management of its own affairs, and will have no further responsibility in respect thereof to the EIB. (g) This PoC may be disclosed by any of the Financiers in accordance with such Financier's policy on transparency and disclosure of information as in force from time to time. (h) This PoC is not intended to be, and shall not constitute, a commitment or undertaking by any Financier to approve, organize and/or underwrite or commit to approve, organize and/or underwrite the funding of (in full or in part) of the Project and nothing in this PoC will be construed as imposing any financial obligation on the part of the Financiers. (i) No provision of this PoC shall be construed so as to run counter to, or modify, the respective statutory or charter obligations of any Financier, per such Financier's applicable regulatory framework. -9- 9. Notices Any notice of request required or permitted to be given or made under this PoC will be in writing. Such notice or request will be deemed to have been duly given or made when it will be delivered by hand or mail, facsimile or electronic mail to the party to which it is required to permitted to be given or made at such party's address specified below: For World Bank: International Bank for Reconstruction and Development 1818 H Street, N.W. Washington, D.C. 20433 United States of America Phone: 1- 202-473-1000 Fax: 1-202-477-6391 For EIB: European Investment Bank Attention: PJ - Mobility Department 98-100, boulevard Konrad Adenauer L-2950 Luxembourg Phone: (+352) 43 79 1 Fax: (+352) 43 77 04 IN WITNESS WHEREOF, the parties hereto, acting through their duly authorized representatives, have caused this PoC to be signed in their respective names as of the date first hereinabove mentioned. EUROPEAN INVESTMENT BANK INTERNATIONAL BANK FOR RECONSTRUCTION AND DEVELOPM By _ _ _ By_ Name: _ _ _ _ _ _ Name: tArL~LL ftL Title: SA GVC AYj ' VOC Title: .au IY1c" rYC-q -- eI 98-100 Avenue Konrad Adenauer 1818 H Street, NW L-2950 Luxembourg Washington, D.C. 20433 USA -IAC. 4 0bf \;10 - 10- Annex 1: ELB's Covenant of Integrity for co-financed projects COVENANT OF INTEGRITY to the Borrower / Promoter from a Tenderer, Contractor, Supplier or Consultant to be attached to its Tender "We declare and covenant that neither we nor anyone, including any of our directors, employees, agents, joint venture partners or sub-contractors, where these exist, acting on our behalf with due authority or with our knowledge or consent, or facilitated by us, has engaged, or will engage, in any Prohibited Conduct in connection with the tendering process or in the execution or supply of any works, goods or services for [ ] (the "Contract") and covenant to so inform you if any instance of any such Prohibited Conduct shall come to the attention of any person in our organisation having responsibility for ensuring compliance with this Covenant. We shall, for the duration of the tender process and, if we are successful in our tender, for the duration of the Contract, appoint and maintain in office an officer, who shall be a person reasonably satisfactory to you and to whom you shall have full and immediate access, having the duty, and the necessary powers, to ensure compliance with this Covenant. If (i) we have been, or any such director, employee, agent or joint venture partner, where this exists, acting as aforesaid has been, convicted in any court of any offence involving a Prohibited Conduct in connection with any tendering process or provision of works, goods or services during the five years immediately preceding the date of this Covenant, or (ii) any such director, employee, agent or a representative of a joint venture partner, where this exists, has been dismissed or has resigned from any employment on the grounds of being implicated in any Prohibited Conduct, or (iii) we have been, or any of our directors, employees, agents or joint venture partners, where these exist, acting as aforesaid has been excluded by the EU Institutions or any major Multi-lateral Development Bank (including World Bank Group, African Development Bank, Asian Development Bank, European Bank for Reconstruction and Development, European Investment Bank or Inter-American Development Bank) from participation in a tendering procedure on the grounds of Prohibited Conduct, we give details of that conviction, dismissal or resignation, or exclusion below, together with details of the measures that we have taken, or shall take, to ensure that neither this company nor any of our directors, employees or agents commits any Prohibited Conduct in connection with the Contract. In the event that we are awarded the Contract, we grant the Project Owner, the European Investment Bank (EIB) and auditors appointed by either of them, as well as any authority or European Union institution or body having competence under European Union law, the right of inspection of our records and those of all our sub-contractors under the Contract. We accept to preserve these records generally in accordance with applicable law but in any case for at least six years from the date of substantial performance of the Contract." For the purpose of this Covenant, all capitalized terms have the meaning ascribed to them in EIB's Guide to Procurement, Annex 3 (June 2011 version)a a http://www.eib.or/attachments/thematic/procurement en.pdf - 11 - Annex 2 - Procurement Plan Services & . Review o Estimated Cony, to Selection ReiW o Road Rehabilitation and Safety Project WB Proc. Ref. # EIB Proc. Ref. # e Budget mu to Meto byiWB z Name of Assignment / Contract ( E mil. USD Method Prior S(mil. EUR) Ps UPost Emergency Works Component Technical Control of Designs and Supervision of CS- 1 Road Emergency Works and Environmental RRSP/EW-SaE/2014-01 2012 0367- 1 EW 2.280 2.953 FBS Prior Monitoring Component 2: Institutional Strengthening 2 Road Safety Inspection on roads out of RRSP RRSP/CS2-RSI/2015-09 2012 0367- 19 CS-2 0.150 0.194 CQS Prior 3 Awareness campaigns in schools in vicinity of RRSP/CS2-RSAC/2016-07 2012 0367- 40 CS-2 0.100 0.130 CQS Post project roads Road Safety Awareness Campaigns in Schools in 2012 0367- Vicinity of Project Roads 4 Certification of Road Safety Auditors (RSA RRSP/CS2-RSATC/2016-06 2012 0367- 41 CS-2 0.100 0.130 CQS Post Training and Certification) 5 Road network condition surveying RRSP/CS2-RNCS/2015-16 2012 0367- 42 CS-2 1.600 2.072 QCBS Prior Preparation and adaption of annual rehabilitation 6 program circular based on clear economic and RRSP/CS2-RPC/2018- 2012 0367- 43 CS-2 0.100 0.130 CQS Post regional considerations 7 Adaption of revised maintenance and rehabilitation 2012 0367- ? CS-2 0.050 0.065 CQS Post design standards Component 3: Project Detailed Design, Supervision, Management and Monitoring 8 Supervision with Environmental and Safeguard RRSP/CS3-SESM1/2015-01 2012 0367- 11 CS-3 7.514 9.731 QCBS Prior monitoring (PERS/EIBANB) 9 Supervision with Environmental and Safeguard RRSP/CS3-SESM2/2015-02 2012 0367- 12 CS-3 2.650 3.432 QCBS Prior monitoring (PERS/EBRD) 10 Preparation of detailed design for rehabilitation of RRSP/CS3-1B39VS/2015-04 2012 0367- 14 CS-3 0.145 0.188 CQS Post state road lB 39, Section: Vlasotince-Svodje Preparation of detailed design for rehabilitation of 11 state road lB 21, Section: Irig 2 - Ruma 1 RRSP/CS3-IB21IR/2015-05 2012 0367- 15 CS-3 0.139 0.180 CQS Post (motorway) 12 Preparation of detailed design for rehabilitation of RRSP/CS3-IB25TK/2015-11 2012 0367- 44 CS-3 0.217 0.281 CQS Prior state road IB 25, Section: Topola 2-Kragujevac 5 1 13 Preparation of detailed design for rehabilitation of RRSP/CS3-B21 PI/2015-12 2012 0367- 21 CS-3 0.257 0.333 QCBS Prior state road lB 21, Section: Pozega-Ivanjica - 12- Review o Estimated o Road Rehabilitation and Safety Project WB Proc. Ref # EIB Proc. Ref. # Bud Conv. to Selection by WB z Name of Assignment / Contract W (. Budget mil. USD Method Priori of Asignmet Cotract' '~(mil. EUR) Ps Post 14 Preparation of detailed design for rehabilitation of RRSP/CS3-IB35KBP/2015-06 2012 0367- 16 CS-3 0.225 0.291 CQS Prior state road IB 35, Section: Kladovo-Brza Palanka Preparation of detailed design for rehabilitation of RRSP/CS3-IB2328BZU/2015- 15 state roads IB 23 and 28, Section: Knezevici-Bela 132012 0367- 45 CS-3 0.152 0.197 CQS Post Zemlia-Uzice 3 Preparation of detailed design for rehabilitation of 16 state road IB 29, Section: Prijepolje-Sjenica 3 RRSP/CS3-IB29PS/2015-10 2012 0367- 46 CS-3 0.135 0.175 CQS Post (Medare) Preparation of detailed design for rehabilitation of 17 state road A3, Section: Border CRO/SER RRSP/CS3-lA3BK/2015-07 2012 0367- 17 CS-3 0.191 0.247 CQS Post (Batrovci) - Kuzmin 1 (highway) Preparation of detailed design for rehabilitation of 18 state road IB 35, Section: Zajecar 5 - Knjazevac 1 RRSP/CS3-IB35ZK/2015-03 2012 0367- 13 CS-3 0.159 0.206 CQS Prior (Trgoviste) Preparation of detailed design for rehabilitation of state road IB 21, Sections: Valjevo (bypass) - 0.199 0.258 19 Kaona - Kosjerid (Varda) RRSP/CS3-VKL/2016-08 2012 0367- 47 CS-3 CQS Prior Preparation of detailed design for rehabilitation of state road IB 39, Section: Leskovac south 0.050 0.065 (connection with Al) - Leskovac (Bratimilovce) Preparation of detailed design for rehabilitation of 0.054 0.070 saeroad lB 29, Section: Stavalj-Susica 20 state of det in forvrehabia RRSP/CS3-1B29SSD/2016-10 2012 0367- 48 CS-3 QCBS Prior Preparation of detailed design for rehabilitation of 0.227 0.294 state road IB 29, Section: Susica - Dojevice Preparation of detailed design for rehabilitation of RRSP/CS3-IB35MPBR/2016- 21 state road IB 35, Sections: Merosina-Prokuplje 09 2012 0367- 49 CS-3 0.248 0.321 QCBS Prior (Orljane) and Beloljin-Kursumlija-Rudare Preparation of detailed design for rehabilitation of state road IB 10, Sections: Border of APV CS-3 0.065 0.084 (Pancevo)-Pancevo (Kovin) and Pancevo (Kovin)- Border of APV (Pancevo) 22 Preparation of detailed design for rehabilitation of RRSP/CS3-PSM/2016-03 2012 0367- 50 CQS Prior state road IB 27, Section: Markovac (highway)- CS-3 0.055 0.071 Svilajnac Preparation of detailed design for rehabilitation of state road IIA 160, Section: Svilajnac (Crkvenac) - CS-3 0.142 0.184 Medveda (Glogovac) - 13 - & . Review 0 o Estimated Cony, to Selection ReiW Road Rehabilitation and Safety Project WB Proc. Ref. # ElB Proc. Ref. # ? Budget min. to Meto byiWB Name of Assignment / Contract 1 (mil. EUR) Post Post Preparation of Main Design for Heavy 23 Maintenance (Road Rehabilitation-Upgrading) of RRSP/CS3- 2012 0367- 51 CS-3 0.293 0.379 QCBS Prior the State Roads IB 14 and IB 33, Section: Border IB14APVRP/2016-01 of APV (Kovin) - RaIJa - Pozarevac (Orljevo) Preparation of detailed design for rehabilitation of state road IB 15, Section: Kula (Backa Topola) - 0.094 0.122 Vrbas (Savino Selo) 24 RRSP/CS3-IB15KVS/2016-02 2012 0367- 52 CS-3 CQS Prior Preparation of detailed design for rehabilitation of state road IB 15, Section: Vrbas (Zmajevo) - 0.082 0.106 Srbobran (Feketid) Preparation of detailed design for rehabilitation of CS-3 0.232 0.300 Prior state road IB 13, Section: Kosjeric (Varda)-Pozega Preparation of detailed design for rehabilitation of state road IB 22, Section: Raska (K. Mitrovica)- CS-3 0.112 0.145 Post 25 Novi Pazar (Banja) RRSP/CS3-RRD3-1/2016-11 2012 0367- 53 QCBS Preparation of detailed design for rehabilitation of CS-3 0.210 0.272 Prior state road IB 21, Section: Ivanjica-Sjenica Preparation of detailed design for rehabilitation of CS-3 0.071 0.092 Post state road IB 13, Section: Zrenjanin 8 (Ecka)-Ecka Preparation of detailed design for rehabilitation of CS-3 0.239 0.310 Prior state road IB 39, Section: Babusnica-Svodje Preparation of detailed design for rehabilitation of state road 160, Section: Cuprija (Despotovac) - CS-3 0.203 0.263 Prior Despotovac 26 Preparation of detailed design for rehabilitation of RRSP/CS3-RRD3-3/2016-13 2012 0367- 57 QCBS state road IB 33, Section: Negotin (Radujevac) - CS-3 0.109 0.141 Post Border of SRB/BUG (Mokranje) Preparation of detailed design for rehabilitation of state road Al, Sections: Nis 1 (Trupale)-Nis 3 CS-3 0.150 0.194 Post (Batusinac) and Nis 3 (Batusinac)-Nis 1 (Trupale) - 14- 2_1 . Review o Road Rehabilitation and Safety Project WB Proc. Ref # EIB Proc. R # o Estimated Conv. to Selection by WB Z Name of Assignment / ContractE mil. USD Method Priori of Asignmet, Cntrac ~ ~(mil. EUR) Ps 0 Post Preparation of detailed design for rehabilitation of CS-3 0.210 0.272 Prior state road Al, Section: Razanj 1-Paracin 1 Preparation of detailed design for rehabilitation of CS-3 0.198 0.256 Prior 27 state road Al, Section: Aleksinac 1-Razanj 1 RRSP/CS3-RRD3-2/2016-12 2012 0367- 61 QCBS Preparation of detailed design for rehabilitation of CS-3 0.109 0.141 Post state road A3, Section: Ruma 1-Pecinci 1 Preparation of detailed design for rehabilitation of CS-3 0.115 0.149 Post state road A3, Section: Sremska Mitrovica-Ruma 1 Preparation of detailed design for rehabilitation of state road lB 34, Section: Bratinac (Nabrdje)- CS-3 0.218 0.282 Prior Branicevo (Tribrode) Preparation of detailed design for rehabilitation of 28 state road lB 33, Section: Pozarevac (Orljevo)- RRSP/CS3-RRD4-1/2017-01 2012 0367- 65 CS-3 0.286 0.370 QCBS Prior Ljesnica Preparation of detailed design for rehabilitation of state road Al, Section: Razanj (interchange)- CS-3 0.198 0.256 Prior Aleksinac (interchange) Preparation of detailed design for rehabilitation of state road lB 22, Section: Usce-Raska (Kosovska CS-3 0.196 0.254 Prior Mitrovica) Preparation of detailed design for rehabilitation of state road lB 22, Section: Novi Pazar (Brdjani)- CS-3 0.191 0.247 Post 29 Ribarice RRSP/CS3-RRD4-2/2017-02 2012 0367- 69 QCBS Preparation of detailed design for rehabilitation of state road 147, Section: Smederevska Palanka CS-3 0.077 0.100 Post (Azanja)-Velika Plana Preparation of detailed design for rehabilitation of state road Al, Section: Brestovac (interchange)- CS-3 0.051 0.066 Post Doljevac (interchange) Preparation of detailed design for rehabilitation of CS-3 0.296 0.383 Prior state road IB 21, Section: Ivanjica-Sjenica 30 Preparation of detailed design for rehabilitation of RRSP/CS3-RRD4-3/2017-03 2012 0367- 72 QCBS state road lB 15, Section: Sombor (Industrial CS-3 0.251 0.325 Prior zone)-Kula 31 Road Safety Audit (I Year) RRSP/CS3-RSA1/2015-13 2012 0367- 74 CS-3 0.039 0.051 CQS Post 32 Technical Control (I Year) RRSP/CS3-TC1/2015-08 2012 0367- 75 CS-3 0.162 0.210 CQS Post 33 Road Safety Audit (II Year) RRSP/CS3-RSA2/2016-05 2012 0367- 76 CS-3 0.034 0.044 CQS Post - 15- 211 .Review o Estimated o Road Rehabilitation and Safety Project WB PcEstrod Conv. to Selection by WB z Name ofWB Proc. Ref. # EIB Proc. Ref. # Budget mil. USD Method Priori of Asignmnt Cotrac ' ~ (mil. EUR) Ps U Post 34 Technical Control (II Year) RRSP/CS3-TC2/2016-04 2012 0367- 77 CS-3 0.151 0.196 CQS Post 35 Road Safety Audit (III Year) RRSP/CS3-RSA3/2016-15 2012 0367- 78 CS-3 0.045 0.054 CQS Post 36 Technical Control (1il Year) RRSP/CS3-TC3/2016-14 2012 0367- 79 CS-3 0.196 0.254 CQS Prior 37 Road Safety Audit (IV Year) RRSP/CS3-RSA4/2017-04 2012 0367- 80 CS-3 0.050 0.065 CQS Post 38 Technical Control (IV Year) RRSP/CS3-TC4/2017-05 2012 0367- 81 CS-3 0.176 0.228 CQS Post 39 TA to PIT (Project Management Assistance) RRSP/CS3-TA/2014-10 2012 0367- 2 CS-3 2.000 2.590 QCBS Prior 40 Performance monitoring RRSP/CS3-PM/2015-15 2012 0367- 18 CS-3 1.750 2.266 QCBS Prior 40a Performance monitoring (reinvited) RRSP/CS3-PM/2017-06 2012 0367- 18 ? CS-3 0.660 0.855 QCBS Prior 41 Project Financial Auditing RRSP/CS3-PFA/2015-17 2012 0367- 5 CS-3 0.050 0.065 LCS Prior - 16- Works EIB Review 0 Name of Assgnr Procurement 0 Estimated Conv. to Selection by WB N of Assignment/Contract W Procurement Ref. # Pore Cost mil. USD Method Prior / Ref. # a R (mil. EUR) Post Emergency Works Component Urgent maintenance and remedy of damages 1 on the state road lB 27, Section: Arandjelovac RRSP/EW-127AK/2014-04 2012 0367-4 EW 2.973 3.850 LIB Prior 4 (Orasac) - Krcevac, L=8.713km Urgent maintenance and remedy of damages 2 on the state road IB 27, Section: Lazarevac 4 - RRSP/EW-127LA/2014-03 2012 0367- 3 EW 5.381 6.968 LIB Prior Arandjelovac 1, L=17.607km Urgent maintenance and remedy of damages 3 on the state road lB 27, Section: Zavlaka 2 - RRSP/EW-127ZP/2014-06 2012 0367-6 EW 8.918 11.549 LIB Prior Pricevici, L = 27.018 km Urgent maintenance and remedy of damages 4 on the state road lB 27, Section: Section: Krst RRSP/EW-127KZ/2014-02 2012 0367- 10 EW 6.253 8.098 LIB Prior - Zavlaka 2, L=20.279km Urgent Maintenance and Remedy of Damages on the State Road IB 26 Beograd - Sabac - 5 Mali Zvornik, Section: Banja Koviljaca - Mali RRSP/EW-126128/2014-09 2012 0367- 9 EW 10.502 13.600 LIB Prior Zvornik L=14.150 and on the state road IB 28, Section: Mali Zvornik - Ljubovija 1, L=1 3.526km Urgent maintenance and remedy of damages 6 on the state road lB 28, Section: Mali Zvornik - RRSP/EW-128MZG/2014-08 20120367-8 EW 11.492 14.882 LIB Prior Gracanica, from km 4+540 to km 28+160, L=23.620km Component 1: Road Rehabilitation and Safety Investments Pavement rehabilitation upgrading on the state 7 road IB 39, Section: Vlasotince-Svodje, RRSP/RRW-IB39VS/2017- 2012 0367- 22 W-1 5.818 7.534 ICB Prior L=12.510 km - 17- Review eEIB Estimated Conv. to Selection by WB zName of Assignment/Contract WB Procurement Ref. # Procurement >, Cost mil. USD Method Prior / Ref. # I-0 Q (mil. EUR) Post Pavement rehabilitation upgrading on the state 8 road IB 21, Section: Irig 2-Ruma 1 (motorway), RRSP/RRW-IB211R/2017- 2012 0367- 23 W-1 5.546 7.182 ICB Prior L=15.245 km Heavy Maintenance (upgrading) of the state RRSP/RRW-IB23UKS/2015- 9 road IB 23, Section: Uzice 3-Kratovska Stena, 202012 0367- 24 W-1 11.500 14.893 ICB Prior L=37,028 km Pavement rehabilitation upgrading on the state 10 road IB 25, Section: Topola 2-Kragujevac 5, RRSP/RRW-IB25TK/2017- 2012 0367- 25 W-1 8.673 11.232 ICB Prior L=31.714 km Pavement rehabilitation upgrading on the state 11 road IB 21, Section: Pozega-lvanjica, RRSP/RRW-IB21PI/2018- 2012 0367- 26 W-1 10.270 13.300 ICB Prior L=38.930 km Pavement rehabilitation upgrading on the state 12 road IB 35, Section: Kladovo-Brza Palanka, RRSP/RRW-IB35KBP/2017- 2012 0367- 27 W-1 9.000 11.655 ICB Prior L=23.565 km Pavement rehabilitation upgrading on the state 13 roads IB 23 and 28, Section: Knezevici-Bela RRSP/RRW-1B29BZK/2017- 2012 0367- 28 W-1 6.071 7.862 ICB Post Zemlja-Uzice 3, L=15.234 km Pavement rehabilitation upgrading on the state 14 road IB 29, Section: Prijepolje-Sjenica 3 RRSP/RRW-IB29PS/2017- 2012 0367- 29 W-1 5.415 7.012 ICB Post (Medare), L=13.800 km Rehabilitation of the highway IA (E-75), 15 Section: Novi Sad -Belgrade (right RRSP/RRW-E75BNS/2015-18 2012 0367- 30 W-1 2.692 3.486 NCB Prior carriageway), Chainage: from km 111+700 to km 117+200, L=5,5 km Pavement rehabilitation upgrading on the state 16 road IB 39, Section: Leskovac south RRSP/RRW-IB39L/2017- 2012 0367- 32 W-1 2.014 2.608 NCB Post (connection with Al) - Leskovac (Bratimilovce), L=6.319 KM - 18 - EIB Review EIB c o Estimated Conv. to Selection by WB Name of Assignment/Contract WB Procurement Ref. # Procurement >, Cost mil. USD Method Priori Ref. # to< o (mil. EUR) Post Pavement rehabilitation upgrading on the state 17 road IB 29, Section: Stavalj-Susica, L=9.015 RRSP/RRW-IB29SS/2018- 2012 0367- 33 W-1 2.168 2.808 NCB Post km Pavement rehabilitation upgrading on the state 18 road IB 29, Section: Susica - Dojevice, RRSP/RRW-1B29SD/2018- 2012 0367- 34 W-1 9.086 11.766 ICB Prior L=26.700 km Pavement rehabilitation upgrading on the state 19 road IB 35, Sections: Merosina-Prokuplje . RRSP/RRW-IB35MPBR/2018- 2012 0367- 35 W-1 9.900 12.821 ICB Prior (Orljane), L=11.503 km and Beloljin-Kursumlija - Rudare, L=24.171 km Pavement rehabilitation upgrading on the state 20 road IB 21, Section: Valjevo (bypass)-Kaona- RRSP/RRW-lB21VKl2018- 2012 0367- 36 W-1 7.966 10.316 ICB Prior Kosjeric (Varda), L=21.100 km Pavement rehabilitation upgrading on the state 21 road 160, Section: Svilajnac 3 (Crkvenac)- RRSP/RRW-160SM/2018- 2012 0367- 37 W-1 5.680 7.356 ICB Post Medvedja, L=14.774 km Pavement rehabilitation upgrading on the state 22 road IB 15, Section: Vrbas (Zmajevo)- RRSP/RRW-IB15VS/2018- 2012 0367- 38 W-1 3.282 4.250 ICB Post Srbobran (Feketic), L=9.492 km Pavement rehabilitation upgrading on the state 23 road IB 27, Section: Markovac (highway) - RRSP/RRW-IB27MS/2018- 2012 0367- 39 W-1 2.215 2.868 NCB Post Svilajnac, L=6.208 km Pavement rehabilitation upgrading on the state road IB 10, Sections: Border of APV (Pancevo) 24 - Pancevo (Kovin), L=2.766 km and Pancevo RRSP/RRW-IB10KRP/2018- 2012 0367- 82 W-1 2.600 3.367 NCB Post (Kovin) - Border of APV (Pancevo), L=2.754 km Pavement rehabilitation upgrading on the state 25 road IB 21, Section: Kosjeric (Varda)-Pozega, RRSP/RRW-IB21KP/2018- 2012 0367- 83 W-1 9.269 12.003 ICB Prior L= 22.135 km - 19- EIB Review oI a Estimated Conv. to Selection by WB3 0 Name of Assignment/Contract WB Procurement Ref. # Procurement C. 0) Est to S et io r / 41. Cost mil. USD Method Prior Ref. # I- 0 (mil. EUR) Post Pavement rehabilitation upgrading on the state 26 road IB 22, Section: Raska (K.Mitrovica)-Novi RRSP/RRW-IB22RNP/2018- 2012 0367- 84 W-1 4.476 5.796 ICB Post Pazar (Banja), L= 17.974 km Pavement rehabilitation upgrading on the state 27 road IB 39, Section: Babusnica-Svodje, RRSP/RRW-IB39BS/2018- 2012 0367- 85 W-1 9.553 12.371 ICB Prior L=19.519 Pavement rehabilitation upgrading on the state 28 road IB 21, Section: Ivanjica-Sjenica, L= RRSP/RRW-IB21IS/2018- 2012 0367- 86 W-1 8.404 10.883 ICB Prior 23.036 km Pavement rehabilitation upgrading on the state 29 road 160, Section: Cuprija (Despotovac)- RRSP/RRW-160CD/2018- 2012 0367- 87 W-1 8.108 10.500 ICB Prior Despotovac, L= 21.440 km Pavement rehabilitation upgrading on the state 30 road IB 33, Section: Negotin (Radujevac)- RRSP/RRW-IB33NM/2018- 2012 0367- 88 W-1 4.378 5.670 ICB Post Border of SRB/BUG (Mokranje), L=12.919 km Pavement rehabilitation upgrading on the state 31 road IB 13, Section: Zrenjanin (Ecka)-Ecka, RRSP/RRW-IB13ZE/2018- 2012 0367- 89 W-1 2.822 3.654 NCB Post L=8.620 km Pavement rehabilitation upgrading on the state 32 road lB 34, Section: Bratinac (Nabrdje)- RRSP/RRW-IB34BB/2018- 2012 0367- 90 W-1 8.731 11.307 ICB Prior Branicevo (Tribrode), L= 31.003 km Pavement rehabilitation upgrading on the state 33 road IB 22, Section: Usce-Raska (Kosovska RRSP/RRW-IB22UR/2018- 2012 0367- 91 W-1 7.828 10.137 ICB Prior Mitrovica), L= 32.103 km Pavement rehabilitation upgrading on the state 34 road IB 21, Section: Ivanjica-Sjenica, L=38,300 RRSP/RRW-IB211S/2018- 2012 0367- 92 W-1 11.839 15.332 ICB Prior km - 20 - EIB &Review ol a oo Estimated Conv. to Selection by WB Name of Assignment/Contract WB Procurement Ref. # Procurement ( ost to Selet io r / > Cost mil. USD Method Prior Ref. # 1- a 0 (mil. EUR) Post Pavement rehabilitation upgrading on the state 35 road IB 22, Sections: Pozarevac (Orljevo)- RRSP/RRW-IB22PLJ/2018- 2012 0367- 93 W-1 11.451 14.829 ICB Prior Ljesnica, L=35,057 km Pavement rehabilitation upgrading on the state 36 road IB 22, Section: Novi Pazar (Brdjani)- RRSP/RRW-IB22NPR/2018- 2012 0367- 94 W-1 7.623 9.872 ICB Prior Ribarice, L=24.360 km Pavement rehabilitation upgrading on the state 37 road IB 15, Section: Sombor (Industrial zone)- RRSP/RRW-IB15SK/2018- 2012 0367- 95 W-1 10.036 12.997 ICB Prior Kula, L=39.445 km Pavement rehabilitation upgrading on the state 38 road 147, Section: Smederevska Palanka RRSP/RRW-147SPVP/2018- 2012 0367- 96 W-1 3.069 3.974 NCB Post (Azanja)-Velika Plana, L= 13.532 km