1

NATIONAL HIGHWAYS AUTHORITY OF (Ministry of Road Transport & Highways)

REHABILITATION AND UPGRADATION TO 2 LANE WITH PAVED SHOULDERS OF ROAD SECTIONS IN THE STATE OF . 1. - Road (SH 47) 90 km 2. Amarwara-Umranala including bypass for Chindwara (SH 47 &SH 19) 85 km 3. Umranala –Saoner ( SH 19 &SH 250) 70km 4. Multai – Chindwara (SH 26) 92 km 5. Chindwara – Seoni Road Section (SH 26) 69 km

Pre-qualification Document

November, 2009

Plot No. G-5 & G-6, Sector-10 Dwarka, New Delhi – 110 045 Tel: +91-11-2507 4100, Ext 1101 2

REHABILITATION AND UPGRADATION TO 2 LANE WITH PAVED SHOULDERS OF ROAD SECTIONS IN THE STATE OF MADHYA PRADESH. 1. Narsinghpur-Amarwara Road (SH 47) 90 km 2. Amarwara-Umranala including bypass for Chindwara(SH 47 &SH 19) 85 km 3. Umranala –Saoner ( SH 19 &SH 250) 70km 4. Multai – Chindwara (SH 26) 92 km 5. Chindwara – Seoni Road Section (SH 26) 69 km

Pre-qualification Document

CONTENT

S. No. Description Page No.

1 Preamble

2 Invitation for Prequalification

3 Instructions to Applicants

4 Prequalification Application Forms

5 Annexure

6 Appendix

Document: NHAI/NRP-SNR & MLT-CND & CND-SNI Road

(SH-47, SH-19, SH-250 & SH-26/PQ Doc/Madhya Pradesh Page: 3

PREAMBLE

The National Highways Authority of India (NHAI) is entrusted with the work of Rehabilitation and Upgradation to 2 Lane with Paved Shoulders of Road Sections in the State of Madhya Pradesh. The total length of project road is about ….. Kms and it consist of five packages as describe below. 1. Narsinghpur-Amarwara Road (SH 47) 90 km 2. Amarwara-Umranala including bypass for Chindwara(SH 47 &SH 19) 85 km 3. Umranala –Saoner ( SH 19 &SH 250) 70km 4. Multai – Chindwara (SH 26) 92 km 5. Chindwara – Seoni Road Section (SH 26) 69 km

1. NARSINGHPUR-HARAI-AMARWARA section

The project road starts at Junction of NH 26, Narsinghpur Bypass in and ends at Amarwara in district. The project road passes through the flat/plain terrain in 60 km length and rolling to peak rolling terrain in remaining 30 km length.

The project road section has single intermediate lane configuration with flexible pavement. This is the one of the important route connecting Chhindwara / to Jhansi/Sagar through NH 26.

The project road has one recently constructed Major bridge along the project road at Km 82/700 near Karabdol village .Out of 34 Minor Bridges 18 are to be reconstructed and 16 bridges are to be retained . There are 31 minor and 3 major junctions respectively. There are 2 proposed bypass at Amarwara & Harai and proposed realignments to 2 villages and 7 at structural bridge approach locations. The existing intermediate lane is to be developed in to two lane carriageway with 1.5 m paved shoulders on either side. The total civil cost of the project is 195 crore.

2. AMARWARA-UMRANALA section including bypass

The Project starts from Km 37 of SH 47(Narsinghpur-Amarwara-Chindwara Road) up to Km 10 to of SH 47 near Serna Village. In Chindwara-Umranala Section SH 19 the scope of work is from Km 10.5 to Km 18 of existing SH 19.

The Bypass to Chindwara town starts from Km 10 of SH 47 near Sarna village and turns East and meets Seoni road SH 26 at Km 153.00 It further crossing SH 19 at Km 10.5 near Linga village and then joins Parasia road SH 19 at Km 8.00.

The Project involves Upgradation and improvement of 27 km of SH 47, 7.5 Km of SH 19, and 50.5 Km of Bypass. The Total length of project road is nearly 85 Kms. The project shall have 3 ROB’s, 2 Major Bridges on river Kulbhera and Approximately 10 Minor Bridges. Junctions of new Bypass and existing road at SH 47and SH 19 shall be at–grade with provision of rotary. The

Letter of Application

4 existing intermediate lane is to be developed in to two lane carriageway with 1.5 m paved shoulders on either side.

3. UMRANALA – RAMKONA – – SAONER in the state of Madhya Pradesh / Maharashtra:

The project road starts from Km 19 just ahead of Umranala on SH 19 and terminates at Km 13 on SH 250 at the intersection with NH 69.The total length of the project road is 68kms.

The project road has 2 Major bridges out of which one is to be reconstructed and the other is to be rehabilitated. The existing Minor Bridges will be widened to the design deck width. There are 2 ROB’s one with 2 Lane & the other with 4 Lane proposed structure respectively. Three short realignments are proposed in the corridor, mainly in Umranalla, Khautama and Ramakona (Kanhan Bridge location). The existing intermediate lane is to be developed in to two lane carriageway with 1.5 m paved shoulders on either side.

4. MULTAI-CHINDWARA section

The project road takes off at km 160.0 of SH 26 near Indira Tiraha, Chhindwara and travels up to Junction with existing NH 69 at Multai. It also includes a link of about 6 km between junction of SH 26 and SH 19 at Imli Khera and proposed bypass of Chhindwara town towards eastern side. The scope of work comprises of widening and strengthening of existing intermediate lane/two lane road to 2-lane with paved shoulders, construction of 3 major bridges (2 Nos 4-lane and 1 No. two lane), 4-Nos minor bridges, one ROB and one flyover besides widening of existing bridges and culverts.

The road passes through forest area in 25 km length. The terrain is partly hilly and partly plain/rolling.

5. CHINDWARA - CHAURAI-SEONI section The Project starts from Km 91.3 near Seoni up to Km 159.9 near Chindwara on SH 26 and the total project road length is 69 km. There is one proposed bypass at Chourai approximately 2.8 km in length and 5 realignments 2.25 km in length. The project shall have 1 ROB, no Major Bridge, 1 Minor Bridge to be widened and 4 minor bridges to be reconstructed. Junctions of new Bypass and existing road at SH 47and SH 19 shall be at–grade with provision of rotary. The existing intermediate lane is to be developed in to two lane carriageway with 1.5 m hard shoulder & 1m earthen shoulder on either side. The approximate project cost is 150 crore.

Letter of Application

5 NATIONAL HIGHWAYS AUTHORITY OF INDIA (Ministry of Road Transport & Highways, Govt. of India, New Delhi)

INVITATION FOR PREQUALIFICATION OF CONTRACTORS Inter-National Competitive Bidding

REHABILITATION AND UPGRADATION TO 2 LANE WITH PAVED SHOULDERS OF ROAD SECTIONS IN THE STATE OF MADHYA PRADESH

1. National Highways Authority of India (NHAI) intends to carry out the prequalification of Contractors for civil works of the above mentioned project. 2. The total length of the project consist of five packages is described as below:

Approx. Period of Approx. estimated cost Short Description Length Completion (Rupees in crores) (km) 1. Upgradation of NARSINGHPUR-HARAI- AMARWARA section in 90 30 months 195 the state of Madhya Pradesh 2.Upgradation of AMARWARA- UMRANALA section 85 30 Months 190 including bypass for Chindwara in the state of Madhya Pradesh 3.Upgradation of UMRANALA – RAMKONA – SAUSAR – SAONER in the state of 70 30 Months 170 Madhya Pradesh / Maharashtra

4.Upgradation of MULTAI-CHINDWARA section in the State of 92 30 Months 200 Madhya Pradesh

5.Upgradation of CHINDWARA- CHAURAI-SEONI section in the State of Madhya 69 30 Months 150 Pradesh

Letter of Application

6 3. Pre-qualification is open to contracting firms. Only firms prequalified under this procedure will be invited to bid at a subsequent date. Invitation to Bid is expected to be made in January 2010. 4. The Pre-qualification document can be obtained from the address for communication given below between 1000Hrs and 1700 Hrs from on payment of document fee (non- refundable) of Rs. 50,000 /- paid in the form of Demand Draft favouring National Highways Authority of India payable at New Delhi. The document can also be obtained by post in which case an additional sum of Rs. 1000/- for postage should also be sent along with the request. The Employer will promptly despatch the documents, but under no circumstances will be held responsible for late delivery or loss of the documents so mailed. 5. The request for the prequalification document must clearly state: Request for prequalification document – Rehabilitation and Upgradation to 2 Lane with Paved Shoulders of Road Sections in the State of Madhya Pradesh ” 1. Narsinghpur-Amarwara Road (SH 47) 90 km 2. Amarwara-Umranala including bypass for Chindwara(SH 47 &SH 19) 85 km 3. Umranala –Saoner ( SH 19 &SH 250) 70km 4. Multai – Chindwara (SH 26) 92 km 5. Chindwara – Seoni Road Section (SH 26) 69 km 6. Sealed envelopes containing duly filled up prequalification document should reach NHAI at the address for communication given below not later than 1100 hrs on 21.12.09 and should be clearly marked “Application for Prequalification of the project of Rehabilitation and Upgradation to 2 Lane with Paved Shoulders of Road Sections in the State of Madhya Pradesh ” 1. Narsinghpur-Amarwara Road (SH 47) 90 km 2. Amarwara-Umranala including bypass for Chindwara(SH 47 &SH 19) 85 km 3. Umranala –Saoner ( SH 19 &SH 250) 7 0km 4. Multai – Chindwara (SH 26) 92 km 5. Chindwara – Seoni Road Section (SH 26) 69 km 7. The prequalification document can also be downloaded from website http://www.nhai.org and shall be submitted to NHAI along with a document fee of Rs. 50,000/- in the form of a Demand Draft favouring National Highways Authority of India, and payable at New Delhi. Downloaded prequalification document submitted without document fee will be summarily rejected. 8. NHAI will not be responsible for any delay in receiving the documents and reserves the right to accept/ reject any or all applications, without assigning any reason thereof.

Address for communication: SS Gaharwar, General Manager Tech, / Akhil Khare, Dy. General Manager National Highways Authority of India, Plot No. G-5 & G-6, Sector-10, Dwarka, New Delhi 110045. Tel: 91-11-25074100 Ext; 1339/2237 Fax: 91-11- 25074100 Ext. 2619 E-mail: [email protected], [email protected] Website: http://www.nhai.org

Letter of Application

Document: NHAI/NRP-SNR & MLT-CND & CND-SNI Road

(SH-47, SH-19, SH-250 & SH-26/PQ Doc/Madhya Pradesh Page: 7

NATIONAL HIGHWAYS AUTHORITY OF INDIA (Ministry of Road Transport & Highways, Govt. of India, New Delhi)

INSTRUCTIONS TO APPLICANTS

1. Scope of Work and General Conditions of Bid 1.1 The National Highways Authority of India (NHAI) has taken up the project of Rehabilitation and Upgradation to 2 Lane with Paved Shoulders of Road Sections in the State of Madhya Pradesh. 1. Narsinghpur-Amarwara Road (SH 47) 90 km 2. Amarwara-Umranala including bypass for Chindwara(SH 47 &SH 19) 85km 3. Umranala –Saoner ( SH 19 &SH 250) 7 0km 4. Multai – Chindwara (SH 26) 92 km 5. Chindwara – Seoni Road Section (SH 26) 69 km

1.2 NHAI intends to prequalify firms for the civil work contract pacakage as listed below:

Short Description Approx. Period of Approx. Length Completion estimated (km) cost (Rs in Cr.) 1. Upgradation of NARSINGHPUR-HARAI- 90 30 months 195 AMARWARA section in the state of Madhya Pradesh 2.Upgradation of AMARWARA-UMRANALA 85 30 Months 190 section including bypass for Chindwara in the state of Madhya Pradesh 3.Upgradation of UMRANALA – RAMKONA 70 30 Months 170 – SAUSAR – SAONER in the state of Madhya Pradesh / Maharashtra

4.Upgradation of MULTAI-CHINDWARA 92 30 Months 200 section in the State of Madhya Pradesh

5.Upgradation of CHINDWARA-CHAURAI- 69 30 Months 150 SEONI section in the State of Madhya Pradesh

1.3 It is expected that invitation for bids for the above project will be made in January 2010.

1.4 Pre-qualification is open to contracting firms. The Prequalification of contractors and their eligibility limit for award of contract shall be determined on the basis of objective evaluation of their past experience, technical qualifications and financial capabilities.

1.5 General information on the project details, estimated cost, climate, hydrology, topography, access to site, transportation and communication facilities, project layout,

Letter of Application

8 expected construction period etc. is attached at Appendix-I. The contract will be an item rate contract.

1.6 Salient conditions of contract are intimated as under: 1.6.1 The general conditions of contract will be as per bidding document being followed for similar works on National Highways by NHAI. 1.6.2 Bidders will be required to provide bid security in the form and amount indicated in the bidding documents at the time of submission of bids. The successful bidder will be required to provide performance security in the form and amount indicated in the bidding document. 1.6.3 An interest bearing mobilization advance amounting to 10% of the accepted bid price will be paid in two installments against Bank Guarantee. Additional advance upto 5% of the accepted bid price may be paid against equipment owned by the contractor and brought to site against Bank Guarantee. Running payment to the Contractor will be made monthly against (i) the permanent works executed and (ii) Secured advance of 75% of the value of the non-perishable construction material brought to the site to a reasonable extent for incorporation in the permanent works. Secured advance shall be paid on indemnity bond. 1.6.3 Contractor shall not subcontract any element of works to subcontractors without prior written consent of the Employer. In no case, the Contractor will be permitted to subcontract more than 33% (Thirty three percent) of the value of the works, including those to specialized subcontractors. 1.6.4 The contract will allow for price variation of labour, materials and POL. 1.6.5 The bids will be invited in prescribed format for item rate contract. The Contractor will not be required to prepare detailed design of permanent works. The contractors shall not be permitted to quote on the basis of their alternative design. 1.6.6 All design and works shall conform to the specifications, standards and codes of Indian Roads Congress, specifications of Ministry of Road Transport and Highways including modifications, if any, in the bid document and other relevant Indian Standards or equivalent standards mentioned in the bid documents or as approved by the Engineer. 1.6.7 If the works are completed before prescribed period of completion, the Contractor will be entitled to payment of bonus. Similarly, if the Contractor does not complete the work by prescribed time, the Contractor will be liable to pay damages.

1.7 The works will be supervised by the Consultant appointed by NHAI and monitored by NHAI.

1.8 Disqualification

Attention is invited to Clause 3.10 of this document, which gives criteria for disqualification of Applicants from prequalification.

2. Submission of Application

2.1 Completed Prequalification Applications must be delivered in a sealed envelope either by hand or by registered mail, or by courier to:

Sh. SS Gaharwar, General Manager Tech , National Highways Authority of India, Plot No. G-5 & G-6, Sector-10, Dwarka, New Delhi – 110 045.

Letter of Application

9 not later than 11: 00 Hrs on 21.12.09 and be clearly marked:

“Application for Prequalification for Rehabilitation and Upgradation to 2 Lane with Paved Shoulders of Road Sections in the State of Madhya Pradesh .” 1. Narsinghpur-Amarwara Road (SH 47) 90 km 2. Amarwara-Umranala including bypass for Chindwara(SH 47 &SH 19) 85 km 3. Umranala –Saoner ( SH 19 &SH 250) 7 0km 4. Multai – Chindwara (SH 26) 92km 5. Chindwara – Seoni Road Section (SH 26) 69 km

2.2 The name and mailing address of the Applicant shall be clearly marked on the envelope.

2.3 All information requested for prequalification shall be answered in English language only.

2.4 Failure to provide information, which is essential for the evaluation of the Applicant’s qualifications or failure to provide timely clarification or substantiation of the information supplied, may result in disqualification of the Applicant.

2.5 Applicants may request for any clarification regarding prequalification document. A request for clarification shall be made in writing to Employer’s address indicated elsewhere. The Employer will respond to any requests for clarification that it receives earlier than 14 days prior to the deadline for submission of applications. Copies of the Employer’s response including a description of enquiry but without identifying its source, will be forwarded to all purchasers of prequalification documents and will be displayed on NHAI web site, if considered necessary.

2.6 All costs incurred by the Applicant in connection with, or costs arising out of the preparation of his Application shall be borne by the Applicant itself and the NHAI shall, in no case, be responsible or liable for any such costs.

2.7 Method of Applying

2.7.1 If the application is made by a proprietary firm, it shall be signed by the proprietor above his full type written name and full name of his firm with its current address. 2.7.2 If the application is made by a firm in partnership, it shall be signed by all the partners of the firm above their full typewritten names and current addresses, or alternatively by a partner holding power of attorney for the firm (a certified copy of the power of attorney shall accompany the application). A certified copy of the partnership deed and current address of all the partners of the firm shall also accompany the application. 2.7.3 If the application is made by a limited company or a corporation, it shall be signed by a duly authorized person holding power of attorney for signing the application, in which case a certified copy of the power of attorney shall accompany the application. Such limited company or corporation may be required to furnish satisfactory evidence of its existence before the prequalification application is filed. 2.7.4 Deleted 2.7.5 Power of Attorney should be on stamp paper duly notarized.

Letter of Application

10 2.8 Site Visit

2.8.1 The Applicant is advised to visit and examine the site of works and the surroundings and obtain for himself, on his own responsibility, all information that may be necessary for preparing prequalification application. The cost of visiting the site shall be borne by the Applicant.

2.8.2 The Applicant or any of his authorized personnel may be granted permission by the NHAI to enter upon the National Highway section and stay for the purpose of inspection. The express condition is that the Applicant or his personnel will release and indemnify the NHAI against all liability in respect thereof and will be responsible for personal injury (whether fatal or otherwise), loss or damage to property and any other loss, damage, costs and expenses however caused.

3. Qualification Criteria

3.1 Prequalification will be based on Applicants meeting all the following minimum pass/fail criteria regarding their general and particular experience, financial position, personnel and equipment capabilities and other relevant information as demonstrated by the Applicant’s responses in the forms attached to the Letter of Application. The qualifications, capacity and resources of proposed subcontractors will not be taken into account in determining the Applicant’s compliance with the qualifying criteria.

3.2 Base Year and Escalation 2008-2009

The base year shall be taken as Following enhancement factors will be used by the Employer for the costs of works executed and the financial figures to a common base value for works completed in India.

One 1.10 Two 1.21 Three 1.33 Four 1.46 Five 1.61 Six 1.77 Seven 1.95

Applicant should indicate actual figures of costs and amount for the works executed by them in the schedule without accounting for the above-mentioned factors.

In case the financial figure and value of completed works are in foreign currency, the above enhanced factors will not be applied. Instead, the foreign currency will be converted into the equivalent Indian Rupees (INR) at the State Bank of India BC selling rate as on the date of submission.

3.3 Experience and Turnover

3.3.1 Experience

(a) The applicant shall provide documentary evidence that it has been actively engaged in the civil works construction business during the last five years in the role of prime contractor, partner in joint venture or subcontractor.

Letter of Application

11

(b) Particular Construction Experience

The Applicant shall provide evidence that it has successfully completed or substantially completed within the last seven years (commencing from the year 2001–2002) at least one contract pertaining to highways (Road/ and or bridge works)/ airport runway of size at least 40% of the value of the contract applied for.

The works may have been executed by the applicant as prime contractor or proportionately as member of joint venture or sub contractor. As sub contractor, he should have acquired the experience of execution of all types of pavement layers.

Substantially completed works means those works which are at least 90% completed as on the date of submission (i.e. gross value of work done up to the last date of submission is 90% or more of the original contract price) and continuing satisfactorily. For theses, a certificate from the employer shall be submitted along with the application incorporating clearly the name of works, Contract value, billing amount, date of commencement of works, satisfactory performance of the contractor and any other relevant information.

In case a project has been executed as JV by two or more firms, weightage towards experience in the project would be given to the JV partners in proportion to their participation in the JV.

The escalation factors as mentioned in para 3.2 shall be applied on the cost of completion.

(C) Additional Experience in Bridges

The applicant shall meet the following additional criteria in respect of their experience in construction of bridges:

He should have completed/substantially completed as civil work contractor within the last seven years at least one bridge / flyover of 150m length.

3.3.2 Turn over

The Applicant shall have generated a minimum average annual civil construction turnover during the last 5 years (commencing from the year 2003-2004) equivalent to 40% of the value of the contract applied for.

3.4 Personnel Capabilities

The Applicant shall supply general information on the management structure of the firm and shall make provision for suitably qualified personnel to fill the key positions as required during contract implementation and as suggested in Annex-II.

Requirement of minimum Key personnel with qualification and experience is given in Annex-II. The applicant shall give an undertaking to provide personnel for these positions satisfying the qualification and experience requirements.

Letter of Application

12 3.5 Equipment Capabilities

The Applicant is required to own or have assured access through hire or lease to the key items of equipment required for implementation of the project. However, no equipment advance will be provided against hired/ leased equipments. A minimum number of items of the plant and machinery required for the project are suggested in Annex-III. The applicant shall give an undertaking in the prescribed format to provide all the plant and machinery required for the project.

3.6 Financial Capabilities

The Applicant shall demonstrate that it has access to, or has available liquid assets (aggregate of working capital, cash in hand and uncommitted bank guarantee), lines of credit and other financial means (independent of any contractual advance payment) sufficient to meet the construction cash flow requirements, minimum estimated as 10% of the value of the works applied for, net of the Applicant’s commitments for other contracts. To be furnished as Application Form 7A & 7B (enclosed).

3.7 Deleted.

3.8 The audited balance sheets for the last five years shall be submitted. The Applicant must demonstrate the current soundness of their financial position, and indicate its long-term profitability (including an estimated financial projection for the next two years). If deemed necessary, NHAI shall have the authority to make inquiries with the Applicant’s bankers.

3.9 Litigation History

The Applicant should provide accurate information about any litigation or arbitration resulting from contracts completed or ongoing under its execution over the last five years. A consistent history of awards against the Applicant or any partner of a joint venture will result in failure of the application. Suppression of any information or material in this regard would be construed as a fundamental breach and NHAI reserves its right to take appropriate action including cancellation of the bid, forfeiting of bid security etc. as may be deemed fit and proper by NHAI at any time without requiring to give any notice to the Applicant in this regard.

3.10 Disqualification

Even though the Applicants meet the above criteria, they are subject to be disqualified if the Applicant or any of its partners have:

◊ made misleading or false representation in the forms, statements and attachments submitted; or,

◊ records of poor performance during the last 5 years as on the date of application such as abandoning the work, rescinding of contract for which the reasons are attributable to the non-performance of the contractor, inordinate delays in completion, consistent history of litigation awarded against the Applicant or any of its constituents or financial failure due to bankruptcy, etc. The rescinding of contract of a joint venture on account of reasons other than non-performance, such as Most Experienced

Letter of Application

13 Partner (Lead Partner) of joint venture pulling out, court directions leading to breaking up of a joint venture before the start of work, which are not attributable to the poor performance of the contractor will, however, not affect the pre-qualification of the individual partner; or

◊ shown very poor performance in implementation of the works of NHAI; or

◊ been debarred by NHAI, or

In case of a proprietary firm, partnership firm or a joint venture, the following are the disqualifications in case of failure to disclose information by partners or the proprietor. i. if, any of the partners or the proprietor is debarred by NHAI or any other Agency of Government of India or any of the State Governments; ii. if, any of the partners or the proprietor has a criminal history or has been convicted by any court of law for any of the offenses under any Indian laws; iii. if, any criminal proceeding is pending in any court of law in India against any of the partners or a proprietor and if any such proceeding culminates into conviction in last five years.

3.11 Bid Capacity

The prequalified Applicants meeting the minimum qualification criteria will be invited for bids. The available bid capacity of the prequalified bidders will be assessed at the time of bidding. The bidders to be eligible for award of work shall have the bidding capacity more than the total estimated cost of the works as indicated in the Prequalification Document. The available bid capacity will be calculated as under:

Assessed Available Bid Capacity = (A*N*1.5 - B), where

A = Maximum value of civil works executed during one financial year in the last five years (updated to the current price level) which will take into account the completed as well as works in progress; B = Value at current price level of the existing commitments and ongoing works to be completed during the next 30 months (period of completion of works for which bids are invited). N = Number of years prescribed for completion of the works for which the bids are invited ( 30months).

Note: In case of a Joint Venture, the available bid capacity will be applied for each partner to the extent of his proposed participation in the execution of the works and combined.

4. Joint Venture

Deleted

5. Public Sector Companies

Majority publicly owned enterprises domiciled in India may be eligible to qualify, if, in addition to meeting all the above requirements, they are also:

Letter of Application

14

a) commercially oriented legal entities distinct from his Employer; b) financially autonomous, for which the Applicants must demonstrate with reference to requirements in their constitutions to provide separate audited accounts and return on capital, powers to raise loans and obtain revenues through sale of goods or services; and c) managerially autonomous.

6. Conflict of Interest

6.1 Association with the Design or proof consultants

The Applicant (including all members of a joint venture) should not be associated, nor have been associated for the project under consideration with the consultants,

1. RITES:Narsinghpur-Amarwara Road (SH 47) 90 km 2. EMAUNIHORN: Amarwara-Umranala including bypass for Chindwara (SH 47 &SH 19) 85 km 3. LASA: Umranala –Saoner ( SH 19 &SH 250) 70 km 4. CEG: Multai – Chindwara (SH 26) 92 km 5. LBG: Chindwara – Seoni Road Section (SH 26) 69 km

who have been associated in detailed engineering design, specifications, and other prequalification and bidding documents for the contract. Any such association will result in the disqualification of the Applicant.

7. Material Changes

Applicants and those subsequently prequalified or conditionally prequalified, shall inform the NHAI of any material change in information that might affect their qualification status. Bidders shall be required to update key prequalification information at the time of bidding. Prior to award of contract, the lowest evaluated bidder will be required to confirm its continued qualified status in a post qualification review process.

8. Conditional Prequalification

An Applicant may be “conditionally prequalified”, that is, qualified subject to certain specified nonmaterial deficiencies in the prequalification requirements being met by the Applicant to the satisfaction of the Employer, before submitting a bid. Upon full compliance with the prequalification requirements, other Applicants will be notified accordingly.

9. Changes after Prequalification

Any change in the structure or formation of an Applicant after being prequalified and invited shall not be entertained. The same will be considered as a breach and the Applicant shall be disqualified by NHAI and his application will be rejected without any further notice.

10. Only firms that have been prequalified under this procedure shall be invited to submit a bid. A firm shall submit only one bid in the same bidding process. No firm can be a subcontractor while submitting a bid in the same bidding process. A firm, if acting in the capacity of subcontractor in any bid, may participate in more than one bid, but only in that

Letter of Application

15 capacity. A Bidder who submits, or participates in, more than one bid will cause all the proposals in which the Bidder has participated to be disqualified.

11. Employer’s Rights

The Employer reserves the right to take the following actions, and shall not be liable for any Claims for damages or losses on the ground of breach, estopple, specific relief and laches or delay for taking the following actions:

(a) amend the scope and cost of the contract package to be bid under this project; and/ or (b) cancel the prequalification process and reject all applications.

Letter of Application

Document: NHAI/NRP-SNR & MLT-CND & CND-SNI Road

(SH-47, SH-19, SH-250 & SH-26/PQ Doc/Madhya Pradesh Page: 16

SECTION III

LETTER OF APPLICATION

[Letterhead paper of the Applicant, including full postal address, telephone no., fax no., telex no., email address and cable address]

Date: ______

To Shri SS Gaharwar General Manager Tech National Highways Authority of India Plot No. G-5 & G-6, Sector-10, Dwarka, New Delhi – 110045

Ref.: Advertisement for Prequalification of Contractors for “Rehabilitation and Upgradation to 2 Lane with Paved Shoulders of Road Sections in the State of Madhya Pradesh ”. 1. Narsinghpur-Amarwara Road (SH 47) 90 km 2. Amarwara-Umranala including bypass for Chindwara(SH 47 &SH 19) 85 km 3. Umranala –Saoner ( SH 19 &SH 250) 7 0km 4. Multai – Chindwara (SH 26) 92km 5. Chindwara – Seoni Road Section (SH 26) 69 km , Sir,

1. Being duly authorised to represent and act on behalf of ______(hereinafter ‘the Applicant’), and having reviewed and fully understood all the prequalification requirements and information provided, the undersigned hereby applies for prequalification to bid on the contract as mentioned above.

2. Attached to this letter are copies of original documents defining:

a) the Applicant’s legal status; b) the principal place of business; c) the place of incorporation (for applicants who are corporations); or the place of registration and the nationality of the owners (for applicants who are partnerships or individually-owned firms); and d) authority letter(s) for signatory(ies)

3. With reference to Instructions to Applicants clause 1.7.4, it is our intention to subcontract approximately ______percentage of Bid/ Contract Price, details of which are provided herein.

4. Your Agency and its authorized representatives are hereby authorized to conduct any inquiries or investigations to verify the statements, documents, and information submitted in connection with this Application, and to seek clarification from our bankers and client regarding any financial and technical aspects. This Letter of Application will also serve as authorization to any individual or Authorized Representative of any institution referred to in the supporting information, to provide such information deemed necessary and requested by

Letter of Application

17 yourselves to verify statements and information provided in this application such as the resources, experience, and competence of the Applicant.

5. Your Agency and its Authorized Representatives may contact the following persons for further information :

Nature of Inquiry Name, Telephone, Fax and Email Address General and Managerial Inquiries Personnel Inquiries Technical Inquiries Financial Inquiries

6. This application is made in the full understanding and Agreement of the terms and conditions contained in ‘Instructions to Applicant’ and other terms and conditions supplied to us by NHAI along with ‘Invitation for Prequalification of Contractors’ that:

(a) Bids by prequalified Applicants will be subject to verification of all information submitted for prequalification at the time of bidding;

(b) Your Agency reserves the right to:

o amend the scope and value of contract to be bid under this project; in which event, bids will be invited only from those Applicants who meet the resulting amended prequalification requirements; and

o reject or accept any application, cancel the prequalification process, and reject all applications;

(c) Your Agency shall not be liable for any such actions under 6 (b) above and Clause 11 of 'Instruction to the Applicants'.

7. Appended to this application, we give details of the participation of each party, including capital contribution and profit/loss agreements, to the joint venture or association. We also specify the financial commitment in terms of the percentage of the value of the Contract (each), and the responsibilities for execution of the contract (each).

8. We confirm that if we bid, that bid, as well as any resulting contract, will be :

(a) signed so as to legally bind all partners, jointly and severally; and

(b) submitted with a joint venture agreement providing the joint and several liabilities of all partners in the event the contract is awarded to us.

9. The undersigned declare that the statements made and the information provided in the duly completed application are complete, true and correct in every detail.

Signature______

Name ______

for and on behalf of (name of Applicant) ______

Letter of Application

Document: NHAI/NRP-SNR & MLT-CND & CND-SNI Road

(SH-47, SH-19, SH-250 & SH-26/PQ Doc/Madhya Pradesh Page: 18

APPLICATION FORM (1)

General Information

All individual firms applying for Prequalification are requested to complete the information in this form. Nationality information to be provided for all Owners or Applicants, who are partnerships or individually owned firms. Following information with regard to the nature of your interests in the firms may also be provided.

(a) Shareholding pattern or percentage of shares held by the individual partners. (b) Firms interests in other areas of business (c) If, they represent a group of companies all the relevant details.

Where the Applicant proposes to use named subcontractors for critical components of the works, or for work contents in excess of 10 percent of the value of the whole works, the following information should also be supplied for the specialist subcontractor(s).

1 Name of Firm: 2 Head Office Address:

3 Contact No. Telephone No. Fax No. Email Address Telex No. 4 Incorporation/Registration Details Place of Incorporation/ Registration: Year of Incorporation/ Registration:

Nationality of Owners Name Nationality 1 2 3

Application Forms

19 APPLICATION FORM (1A)

Structure and Organisation

1. The Applicant is

A An Individual Firm B A Proprietary Firm C A Firm in Partnership D A Limited Company or Corporation E A Group of Firms/Joint Venture (If “Yes”, give complete Information in respect of Each Partner)

2. Attach the Organisation Chart showing the structure of organisation, including the names of the Director and position of Directors.

3. Number of Years of Experience:

A As a Prime Contractor (Contractor Shouldering Major Responsibility) i) in Own Country ii) in Other Countries [Specify, Country(ies)] b In a Joint Venture i) in Own Country ii) in Other Countries [Specify, Country(ies)] c As Sub-Contractor (Specify Main Contractor) i) in Own Country ii) in Other Countries [Specify, Country(ies)]

4. a) For how many years has your organisation been in the business of similar work under its present name? b) What were your fields when your organisation was established? c) Whether any new fields were added in your organisation? d) And if so, when?

A B C D

5. a) Were you ever required to suspend construction for a period of more than six months continuously after you started? b) If so, give name of project and give reasons thereof.

A B

6. a) Have you ever left the work awarded to you incomplete? b) If so, give name of the project and reasons for not completing work.

A B

Application Forms

20 7. In which fields of civil engineering construction do you claim specialisation and interest?

8. Give details of your experience in using heavy earthmoving equipment and quality control in compaction of soils.

9. Give details of your Soil and Material Testing Laboratory, if any (include full range of equipments available; ‘make’, year and functional condition details etc. including present status indicating their availability for the contract being applied for).

10. Give details of your experience in mechanized granular sub-base and base (Wet mix macadam) pavement construction.

11. Give details of your experience in laying of bituminous mix in layers.

Application Forms

Document: NHAI/NRP-SNR & MLT-CND & CND-SNI Road

(SH-47, SH-19, SH-250 & SH-26/PQ Doc/Madhya Pradesh Page: 21

APPLICATION FORM (2)

General Construction Experience Record

Name of Applicant:

The Applicants are requested to complete the information in this form with regard to the management of works contracts generally. The information supplied shall be the annual turnover of the Applicant in terms of the amounts billed to Clients for each year for work in progress or completed.

A brief note on each contract should be appended, describing the nature of the work, duration and amount of contract, managerial arrangements, employer and other relevant details.

Applicants should not enclose testimonials, certificates and publicity materials with their applications; they will not be taken into account in the evaluation of qualifications.

A. Annual Turnover Data (From all sources) SL.NR. Financial Year Turnover (Indian Rupees) 1 2 3 4 5

B. Annual Turnover Data (From Civil Construction alone) SL.NR. Financial Year Turnover (Indian Rupees) 1 2 3 4 5

Application Forms

Document: NHAI/NRP-SNR & MLT-CND & CND-SNI Road

(SH-47, SH-19, SH-250 & SH-26/PQ Doc/Madhya Pradesh Page: 22

APPLICATION FORM (2A)

Joint Venture Summary

SL. NR. Name of all Partners of a Joint Venture 1 Lead Partner 2 Partner 3 Partner

The total Value of Annual Construction Turnover (for projects carried out under Joint Venture), in terms of work billed to the Clients, in Indian Rupees, converted at the rate of exchange at the

end of period reported:

Annual Turnover Data (Construction Works only) SL. NR. Partner Year-1 Year-2 Year-3 Year-4 Year-5 1 Lead Partner 2 Partner 3 Partner Total

Indicate responsibility in respect of planning, finance, construction equipment, key personnel and execution of the Lead Firm of the Joint Venture and each of the Joint Venture Partners:

◊ Details regarding the financial responsibility and participation (percentage share in the total) of each firm in the Joint Venture. Attach a Memorandum of Understanding (MoU) for the proposed Agreement of the Joint Venture, which should lay down the responsibility regarding work and financial arrangement in respect of each firm of the Joint Venture.

Application Forms

Document: NHAI/NRP-SNR & MLT-CND & CND-SNI Road

(SH-47, SH-19, SH-250 & SH-26/PQ Doc/Madhya Pradesh Page: 23

APPLICATION FORM (3)

Particular Construction Experience Record

Name of Applicant:

To prequalify the Applicants shall be required to pass the specified requirements applicable to this form, as set out in the “Prequalification Instruction to Applicants”

On a separate page, using the format of Form 3(A), the Applicant is requested to list contract(s) of a similar nature, complexity, and requiring similar construction technology to the contract for which the Applicant wishes to qualify and which the Applicant has undertaken during the last seven years. The contract value should be based on the payment currencies of the contracts converted into Indian Rupees on the last date of submission at the prevailing SBY BC selling rate. The information is to be summarized, using For 3(A) for each contract completed or under execution by the Applicant.

Application Forms

Document: NHAI/NRP-SNR & MLT-CND & CND-SNI Road

(SH-47, SH-19, SH-250 & SH-26/PQ Doc/Madhya Pradesh Page: 24

APPLICATION FORM (3A)

Details of Contracts of Similar Nature and Complexity

Name of Applicant:

Use separate sheet for each contract as per following format:

1 a) Number of Contract b) Name of Contract c) Length of highway/bridge under the contract d) Type of highway under the contract (NH/SH etc.) e) Country 2 Name of Employer 3 Employer’s Address (Tel/fax no.) 4 Nature of Works and Special Features relevant to the Contract for which the Applicant wishes to Prequalify 5 Contract Role (check one) Prime Contractor Sub-Contractor Partner in a joint venture (Percentage Participation) 6 Value of the total Contract Amount of Share of the firm (attach proof) (amount to be indicated in specified currencies at completion, or at date of award for current contracts) Amount of work sub-contracted by the firm 7 Date of Award (Original and Actual) 8 Date of Completion (Original and Actual) 9 Contract duration (Years and Months) ______Year ______Months 10 Specify Quantities of Following Major Items of Work: A)- Road Works: a) Earthwork in Embankment, cum b) WMM, cum c) Bituminous Work (DBM/BC), cum B)- Structures: a) Structure Length, m b) Type of Structure c) Type of foundation

Application Forms

25

d) Type of superstructure 11 Name and Professional Qualifications of Applicant’s Engineer-in-Charge of the Work 12 Were there any Penalties/Fines/Stop- Notice/Compensation/Liquidated Damages Imposed? (Yes or No). If yes, give Amount and Explanation: Notes ◊ In case of turnovers in foreign currency, the figures are to be given in relevant currencies and figures in INR may be worked out as per SBI BC selling rate prevalent on the last date of submission. ◊ A certificate of completion from the Employer / Engineer must be enclosed.

Application Forms

26 Document: NHAI/NRP-SNR & MLT-CND & CND-SNI Road

(SH-47, SH-19, SH-250 & SH-26/PQ Doc/Madhya Pradesh

APPLICATION FORM (4)

Summary Sheet: Current Contract Commitments / Works in Progress

Name of Applicant

The Applicants and each Partner to an Application should provide information on their current commitments on all contracts that have been awarded, or for which a letter of intent or acceptance has been received, or for contracts approaching completion, but for which an unqualified, full completion certificate has yet to be issued.

S. N. Name of the Contract Percentage and Percentage Name & Address of Contract Length of Stipulated Value of Estimated Contract, Location No. & Date amount of and amount Client (including Value the date of outstanding completion and nature of the Participation of of Sub- Tel & Fax No.) Project completion work date Work Firm in the contracted by Project the Firm 1 2 3 4 5 6 7 8 9 10 11 1 2 3 4 5 6

Note: a) Attach certificate(s) from the Engineer(s)-in-charge or a notarized self certificate. b) In case of turnovers in foreign currency, the figures are to be given in relevant currencies and figures in INR may be worked out as per SBI BC selling rate prevalent on the last date of submission.

Application Forms 27 Document: NHAI/NRP-SNR & MLT-CND & CND-SNI Road

(SH-47, SH-19, SH-250 & SH-26/PQ Doc/Madhya Pradesh

APPLICATION FORM (4A)

Summary Sheet: Experience as Prime Contractor or as Partner in JV on Works of Similar Nature over the Last Seven Years

Name of Applicant

Project Name of Description of Contract No. Value of % & amount Date of Stipulated Actual date Remarks explaining Name the Work & Date Contract of Share of Issue of period & date of reasons for delay in work Employer Firm Work Order of completion completion completion, if any 2 3 4 5 6 7 8 9 10 11

Note: a) Attach certificate(s) from the Engineer(s)-in-charge or a notarized self certificate. b) In case of turnovers in foreign currency, the figures are to be given in relevant currencies and figures in INR may be worked out as per SBI BC selling rate prevalent on the last date of submission.

Application Forms 28 Document: NHAI/NRP-SNR & MLT-CND & CND-SNI Road

(SH-47, SH-19, SH-250 & SH-26/PQ Doc/Madhya Pradesh

APPLICATION FORM (5)

Personnel Capabilities

UNDERTAKING

I, the undersigned do hereby undertake that our firm M/s ______shall make provision for suitably qualified personnel to fill the key positions as required during contract implementation. I also undertake to provide personnel for the key positions specified in Annex-II of Prequalification documents satisfying the qualification and experience requirements.

______Signed by an Authorized Officer of the Firm

______Title of Officer

______Name of Firm

______Date

Application Forms

29 Document: NHAI/NRP-SNR & MLT-CND & CND-SNI Road

(SH-47, SH-19, SH-250 & SH-26/PQ Doc/Madhya Pradesh

APPLICATION FORM (6)

Personnel Capabilities

UNDERTAKING

I, the undersigned do hereby undertake that our firm M/s ______shall deploy all plants and equipments required for implementation of the project as per technical specifications. I also undertake to either own or have assured access through hire or lease the key items of the equipments as specified in Annex-III of the Prequalification Document.

______Signed by an Authorized Officer of the Firm

______Title of Officer

______Name of Firm

______Date

Application Forms

30 Document: NHAI/NRP-SNR & MLT-CND & CND-SNI Road

(SH-47, SH-19, SH-250 & SH-26/PQ Doc/Madhya Pradesh

APPLICATION FORM (7)

Financial Capability

Name of Applicant

Applicants, including each partner of a joint venture, should provide financial information to demonstrate that they meet the requirements stated in the instructions to applicants. Each applicant or partner of a joint venture shall complete this form. If necessary, use separate sheets to provide complete banker information. A copy of the audited balance sheets should be attached.

Autonomous construction subdivisions of parent conglomerate business shall submit financial information related only to the particular activities of the subdivision.

Banker Name of Banker Address of Banker Telephone Contact Name & Title Fax Email

• Summarized actual assets and liabilities for the previous five years • Foreign applicants should summarize actual assets and liabilities for previous five years in relevant currency at the end of the period reported and figures converted into Indian Rupees at the prevailing SBI BC selling rate may also be furnished.

Year 1 Year 2 Year 3 Year 4 Year 5

Financial Information in Actual: Previous five years Indian Rupees Financial Year 5 4 3 2 1 1. Total Assets 2. Current Assets 3. Total Liabilities 4. Net Worth 5. Current Liabilities 6. Profit before Taxes 7. Profit after Taxes

Specify proposed sources of financing such as liquid assets, unencumbered real estates, lines of credit and other financial means, net of current commitments, available to meet the total construction cash flow demands of the subject contract or contracts as indicated in instructions to applicants Clause 3.6

Application Forms

31 Document: NHAI/NRP-SNR & MLT-CND & CND-SNI Road

(SH-47, SH-19, SH-250 & SH-26/PQ Doc/Madhya Pradesh

Source of Financing Amount in Indian Rupees 1. 2. 3. 4. 5.

Attach audited financial statements for the last five years (for the individual Applicant or each partner of a joint venture)

Application Forms

32 Document: NHAI/NRP-SNR & MLT-CND & CND-SNI Road

(SH-47, SH-19, SH-250 & SH-26/PQ Doc/Madhya Pradesh

APPLICATION FORM (7A)

Financial Capability

Name of Applicant

Applicants, including each partner of a joint venture, should provide financial information to demonstrate that they meet the requirements stated in the instructions to applicants. Each applicant or partner of a joint venture shall complete this form. If necessary, use separate sheets to provide complete banker information. A copy of the audited balance sheets should be attached.

Autonomous construction subdivisions of parent conglomerate business shall submit financial information related only to the particular activities of the subdivision.

Banker* Name of Banker Address of Banker Telephone Contact Name & Title Fax Email

*If more than one Banker is proposing to finance the project, the details in the above format may be appendix on all Bankers.

The details of financial capability (as indicated in Clause 3.6 of Instructions to Applicant) are as under:

Description Amount (Rs Lacs) A. Source of Financing 1. Net Working Capital 2. Lines of Credit from Bank (Format 7B) 3. Other Financial Means 4. Own resources 5. Available Money Guarantees (Name and addresses of Banks given) Total of A B. Liability during next 7 months 1. Financial commitments for ongoing civil works 2. Other Commitments Total of B

Note: All the above items shall be supported by specific details / list of items/ certified/ balance sheet analyzed.

Application Forms

33 Document: NHAI/NRP-SNR & MLT-CND & CND-SNI Road

(SH-47, SH-19, SH-250 & SH-26/PQ Doc/Madhya Pradesh

APPLICATION FORM (7B)

FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABLE OF OVERDRAFT/ CREDIT FACILITIES

BANK CERTIFICATE

This is to certify that M/s. ______is a reputed company with a good financial standing.

If the contract for the work, “Rehabilitation and Upgradation to 2 Lane with Paved Shoulders of Road Sections in the State of Madhya Pradesh ” is awarded to the above firm, we shall be able to provide overdraft/ credit facilities to the extent of Rs. ______to meet their working capital requirements for executing the above contract.

______(Signature)

Name of Bank Senior Bank Manager Address of the Bank

Application Forms

34 Document: NHAI/NRP-SNR & MLT-CND & CND-SNI Road

(SH-47, SH-19, SH-250 & SH-26/PQ Doc/Madhya Pradesh

APPLICATION FORM (8)

Litigation/ Arbitration History

Name of Applicant

The Applicant should provide information on any history of litigation or arbitration resulting from contracts executed in the last five years or currently under execution (Instruction to Applicants Clause 3.9).

Year Award FOR or Name of Client, Cause Disputed Amount Actual AGAINST of Litigation and (Current Value in Awarded Applicants Matter in Dispute Indian Rs.) Amount in Indian Rs.

Note: In case of turnovers in foreign currency, the figures are to be given in relevant currencies and figures in INR may be worked out as per SBI BC selling rate prevalent on the last date of submission.

Application Forms

35 Document: NHAI/NRP-SNR & MLT-CND & CND-SNI Road

(SH-47, SH-19, SH-250 & SH-26/PQ Doc/Madhya Pradesh

APPLICATION FORM (9)

INFORMATION REGARDING CURRENT LITIGATION, DEBARRING / EXPELLING OF TENDERER OR ABANDONMENT OF WORK BY TENDERER

1. (a) Has the Applicant or its constituent partners history of litigation awarded against him?

Yes No

(b) If yes, give details.

2. (a) Has the Applicant or any of its Constituent Partners been debarred/expelled by any Agency in India, during the last 5 years as on the date of application, excepting on account of reasons other than non-performance, such as rescinding of Joint Venture due to Most Experienced Partner of Joint Venture pulling out, court directions leading to breaking of a Joint Venture before start of the Work?

Yes No

(b) If yes, give details

3. (a) Has the Applicant or any of its Constituent Partners abandoned any contract work in India, during the last 5 years?

Yes No

(b) If yes, give details

4. (a) Has the Applicant, or any of its Constituent Partners, been declared bankrupt during the last 5 years?

Yes No

(b) If yes, give details, including present status

Application Forms

36 Document: NHAI/NRP-SNR & MLT-CND & CND-SNI Road

(SH-47, SH-19, SH-250 & SH-26/PQ Doc/Madhya Pradesh

5. Has the Applicant, or any of its Constituent Partners, been debarred by NHAI for as on the date of application?

Yes No

Note: If any information in this schedule is found to be incorrect or concealed, prequalification application will be summarily rejected.

Application Forms

37 Document: NHAI/NRP-SNR & MLT-CND & CND-SNI Road

(SH-47, SH-19, SH-250 & SH-26/PQ Doc/Madhya Pradesh

APPLICATION FORM (10)

AFFIDAVIT

(To be signed by Applicant)

I, the undersigned, do hereby certify that all the statements made in the required attachments are true and correct.

The undersigned also hereby certifies that neither our firm M/S ______nor any of its constituent partners have abandoned any work on National Highways in India nor any contract awarded to us for such works have been rescinded, during last five years prior to the date of this application.

The undersigned also furnish undertaking that we are not declared by any court of law as proclaimed offenders also that we are not convicted under any lay for the offences punishable under Indian Penal Code, TADA, POTA, Negotiable Instruments Act or any Labour/ employee beneficial legislation’s.

The undersigned hereby authorize(s) and request(s) any bank, person, firm or corporation to furnish pertinent information deemed necessary and requested by the NHAI to verify this statement or regarding my (our) competence and general reputation.

The undersigned understand and agrees that further qualifying information may be requested, and agrees to furnish any such information at the request of the NHAI.

______(Signed by an Authorised Officer of the Firm)

______Title of Officer

______Name of Firm

______Date

Note: To be given on Non-Judicial Stamp Paper duly signed by authorized notary.

Application Forms

38 Document: NHAI/NRP-SNR & MLT-CND & CND-SNI Road

(SH-47, SH-19, SH-250 & SH-26/PQ Doc/Madhya Pradesh

ANNEX – I

DESCRIPTION OF THE PROJECT

Project Country

India occupies a strategic position in Asia, looking across the seas to Arabia and Africa on the west and Myanmar, Malaysia and the Indonesian Archipelago on the east. Geographically, the Himalayan ranges keep India apart from the rest of Asia.

The Project Area

1. NARSINGHPUR-HARAI-AMARWARA section

The project road starts at Junction of NH 26, Narsinghpur Bypass in Narsinghpur district and ends at Amarwara in . The project road passes through the flat/plain terrain in 60 km length and rolling to peak rolling terrain in remaining 30 km length.

The project road section has single intermediate lane configuration with flexible pavement. This is the one of the important route connecting Chhindwara / Nagpur to Jhansi/Sagar through NH 26.

The project road has one recently constructed Major bridge along the project road at Km 82/700 near Karabdol village .Out of 34 Minor Bridges 18 are to be reconstructed and 16 bridges are to be retained. There are 31 minor and 3 major junctions respectively. There are 2 proposed bypass at Amarwara & Harai and proposed realignments to 2 villages and 7 at structural bridge approach locations. The existing intermediate lane is to be developed in to two lane carriageway with 1.5 m paved shoulders on either side. The total civil cost of the project is 195 crore.

2. AMARWARA-UMRANALA section including bypass

The Project starts from Km 37 of SH 47(Narsinghpur-Amarwara-Chindwara Road) up to Km 10 to of SH 47 near Serna Village. In Chindwara-Umranala Section SH 19 the scope of work is from Km 10.5 to Km 18 of existing SH 19.

The Bypass to Chindwara town starts from Km 10 of SH 47 near Sarna village and turns East and meets Seoni road SH 26 at Km 153.00 It further crossing SH 19 at Km 10.5 near Linga village and then joins Parasia road SH 19 at Km 8.00.

The Project involves upgradation and improvement of 27 km of SH 47, 7.5 Km of SH 19, and 50.5 Km of Bypass. The Total length of project road is nearly 85 Kms.

Application Forms

39 Document: NHAI/NRP-SNR & MLT-CND & CND-SNI Road

(SH-47, SH-19, SH-250 & SH-26/PQ Doc/Madhya Pradesh

The project shall have 3 ROB’s, 2 Major Bridges on river Kulbhera and Approximately 10 Minor Bridges. Junctions of new Bypass and existing road at SH 47and SH 19 shall be at–grade with provision of rotary. The existing intermediate lane is to be developed in to two lane carriageway with 1.5 m paved shoulders on either side.

3. UMRANALA – RAMKONA – SAUSAR – SAONER in the state of Madhya Pradesh / Maharashtra:

The project road starts from Km 19 just ahead of Umranala on SH 19 and terminates at Km 13 on SH 250 at the intersection with NH 69.The total length of the project road is 68kms.

The project road has 2 Major bridges out of which one is to be reconstructed and the other is to be rehabilitated. The existing Minor Bridges will be widened to the design deck width. There are 2 ROB’s one with 2 Lane & the other with 4 Lane proposed structure respectively. Three short realignments are proposed in the corridor, mainly in Umranalla, Khautama and Ramakona (Kanhan Bridge location). The existing intermediate lane is to be developed in to two lane carriageway with 1.5 m paved shoulders on either side.

4. MULTAI-CHINDWARA section

The project road takes off at km 160.0 of SH 26 near Indira Tiraha, Chhindwara and travels up to Junction with existing NH 69 at Multai. It also includes a link of about 6 km between junction of SH 26 and SH 19 at Imli Khera and proposed bypass of Chhindwara town towards eastern side. The scope of work comprises of widening and strengthening of existing intermediate lane/two lane road to 2-lane with paved shoulders, construction of 3 major bridges (2 Nos 4-lane and 1 No. two lane), 4-Nos minor bridges, one ROB and one flyover besides widening of existing bridges and culverts.

The road passes through forest area in 25 km length. The terrain is partly hilly and partly plain/rolling.

5. CHINDWARA - CHAURAI-SEONI section

The Project starts from Km 91.3 near Seoni up to Km 159.9 near Chindwara on SH 26 and the total project road length is 69 km. There is one proposed bypass at Chourai approximately 2.8 km in length and 5 realignments 2.25 km in length.

The project shall have 1 ROB, no Major Bridge, 1 Minor Bridge to be widened and 4 minor bridges to be reconstructed. Junctions of new Bypass and existing road at SH 47and SH 19 shall be at– grade with provision of rotary. The existing intermediate lane is to be developed in to two lane carriageway with 1.5 m hard shoulder & 1m earthen shoulder on either side. The approximate project cost is 150 crore.

Short Description of the Works

The Project involves up gradation and improvement of existing intermediate lane is to be developed in to two lane carriageway with 1.5 m paved shoulders on either side

Application Forms

40 Document: NHAI/NRP-SNR & MLT-CND & CND-SNI Road

(SH-47, SH-19, SH-250 & SH-26/PQ Doc/Madhya Pradesh

ANNEX – II

MINIMUM KEY PERSONNEL FOR THE PROJECT

Whereas it is entirely the responsibility of the Contractor to deploy sufficient key personnel at the head office and at the site to ensure compliance with his obligations under the Contract, the list hereunder constitutes the Employer's assessment of minimum key site personnel requirements and is issued for information only.

SL. Personnel Qualification Particular No. of NR. Experience Personnel (Minimum (Minimum) Requirement) 1 Project B.E. (Civil) + 15 Years 5 years as Project 1 Manager Experience Manager on Major Highway works 2 Dy. Project B.E. (Civil) +10 years 4 years as Dy. Project 1 Manager Experience Manager on major bridge/highway construction work. 3 Highway B.E. (Civil) + 10Years 5 years as highway 2 Engineer (Site Experience Engineer on Engineer) construction of major highway work. 4 Bridge Engineer B.E. (Civil)+10 years 5 years on bridge 1 (Site Engineer) Experience construction work. 5 Plant B.E. (Mech./Elect.) + 5 years on highway 1 Engineer 7 years Experience construction plant. OR Diploma (Mech./Elect.) + 12 years Experience 6 Quantity B.E. (Civil) + 5 years 5 years on highway 1 Surveyor Experience contract works OR Diploma (Civil) + 10 years Experience 7 Soil and Material B.E. (Civil) + 10years 5 years on soil and 1 Engineer Experience material testing

8 Surveyor B.E. (Civil) + 5 years 3 years as surveyor on 2 Experience highway construction OR Diploma (Civil) + 8 years Experience

Application Forms

41 Document: NHAI/NRP-SNR & MLT-CND & CND-SNI Road

(SH-47, SH-19, SH-250 & SH-26/PQ Doc/Madhya Pradesh

ANNEX - III

LIST OF PLANT AND EQUIPMENT

Whereas it is entirely the responsibility of the Contractor to deploy sufficient plant and mechanical equipment to ensure compliance with his obligations under the Contract, the list hereunder is included for information. This list constitutes the Employer's estimate of the minimum essential basic holding of plant and mechanical equipment which the Contractor will require in order to meet all of his performance obligations under this Contract.

SL. Type of Equipment Maximum No. of Plant & NR. Age Equipment for (in years) Work 1 Motor Grader (hydraulic type) 5 3 2 Dozer/Excavator 5 3 3 Front end Loader 5 5 4 Smooth Wheeled Roller 5 6 5 Vibratory Roller 5 5 6 Hot mix plant (Batch type) with Electronic Controls 5 1 (Minimum 60 TPH Capacity) 7 Bituminous Paver Finisher with Electronic sensor (11 m 5 2 width) 8 Water Tanker 5 12 9 Bitumen Sprayer 5-7 2 10 Pneumatic Typed Roller 5 4

11 Wet mix Macadam Mixing Plant 5 1

12 Concrete Batching and Mixing plant with automatic 5 1 control (Minimum capacity 30 cum per hour) 13 Transit Mixer (5 cum Capacity) 5 4 14 Bin feeder and pugmill for Wet Mix Macadam 5 1 15 Tipper trucks 5 - 7 20 16 Concrete Pumps of 40 & 30cum capacity 5 1 17 Cranes 35tonnes capacity 5 1 18 Power generating set 5 4

Application Forms