Sei sulla pagina 1di 145

Annex-A

Amendments in RFP
Sr. Clause Existing Clause Amended Clause
No. Reference

1. Clause 2.11.1 Appendix-IA (Letter comprising the Appendix-IA (Letter comprising the
(a) of the RFP Technical Bid) including Annexure I, Technical Bid) including Annexure I, IV,
IV and V and supporting certificates / V and VI and supporting certificates /
documents. documents.
copy of Memorandum and Articles of
Clause 2.11.1 Association, if the Applicant is a body
2. ------------------------- corporate, and if a partnership then a
(j) (a) of RFP
copy of its partnership deed

3. Clause 3.1.6.1 Technical BID is received online as Technical BID is received online as per
(a) of RFP per the format at Appendix-IA the format at Appendix-IA including
including Annexure I to IV and V Annexure I, IV, V and VI
Annex-B

Amendments in Technical Schedules

Schedule A

Clause 1.4: stands amended and shall be read as under:

The alignment plans of the Project Highway are specified in Annex-III. The proposed levels
(FRL) as indicated in the alignment plan shall be treated as an approximate assessment.
The contractor shall design the Road Profile of the project highway based on site/design
requirement mentioned in Schedule D.

Annex-III (Schedule-A): stands amended and shall be read as under:

Alignment Plans:

1. The alignment of the Project Highway is enclosed in alignment plan. Finished road level
indicated in the alignment plan shall be treated as an approximate assessment. The
contractor shall design the Road profile of the project highway based on site/design
requirement mentioned in Schedule D.

2. Traffic Signage plan of the Project Highway showing numbers & location of traffic signs is
enclosed. The contractor shall, however, improve/upgrade upon the traffic signage plan
as indicated in Annexure-III based on site/design requirement as per IRC: SP: 99-2013 &
IRC: 67-2012.

Schedule B

Clause 1: stands amended and shall be read as under:

Development of the Project Highway shall include design and construction of the Project
Highway as described in this Schedule-B and in Schedule-C. The alignment plans of the
Project Highway are specified in Annex-III of Schedule A. The proposed profile of the
project highway as indicated in the Annex-III of Schedule A shall be treated as an
approximate assessment. Based on site/design requirement, the Contractor shall design
the alignment plans and profiles of the project highway based on site/design requirement
mentioned in Schedule D with approval from the Authority’s Engineer within the available
Right of Way.

Annexure-I of Schedule B

Para 2 under Description of the Project: stands amended and shall be read as under:

The Project Highway shall follow the horizontal alignment shown in the plan specified in
Annex III of Schedule-A, unless otherwise specified by the Authority. Notwithstanding
anything to the contrary contained in this Agreement or IRC:SP:99-2013, the proposed
profile of the project highway as indicated in the Annexure-III of Schedule-A shall be
treated as an approximate assessment. Based on site/design requirement, the Contractor
shall design the alignment plans and profiles of the project highway based on site/design
requirement mentioned in Schedule D with approval from the Authority’s Engineer within
the available Right of Way. The same shall not constitute a change of scope, save and
except any variations arising out of a change of scope expressly undertaken in accordance
with the provision of Article 13.

Clause 2.6: Table in the said clause stands amended and shall be read as under:

Service Roads / Slip Roads / Connecting Roads shall be constructed at the locations and
for the lengths indicated below:

Sl. Location of Service Right Hand Side Length Remarks


No. Roads/Slip Roads (RHS)/Left Hand (m)
(Design Chainage) Side) or Both
From To Sides
1 99+550 99+600 Both sides 100 5.5 m wide

Sl. No. Stretches of Structure Type Length on Length on


Connecting Roads LHS (m) RHS (m)
From To
1 86+170 86+300 SVUP 140 0
2 97+100 97+670 LVUP 600 0
3 97+898 98+100 BOX CULVERT 0 200
4 99+000 99+100 LVUP 0 100
5 102+450 102+900 Box Culvert 450 0
5 104+385 104+720 BOX CULVERT 400 0
6 109+600 109+930 SVUP 330 300
Total 1920 600

Clause4: stands amended and shall be read as under:

Construction of new road embankment/cuttings shall conform to the Specifications and


Standards given in section 4 of the IRC:SP:99-2013 and the specified cross sectional
details. Notwithstanding anything to the contrary contained in this Agreement or
IRC:SP:99-2013, the proposed profile of the project highway as indicated in the Annex-III
of Schedule shall be treated as an approximate assessment. Based on site/design
requirement, the Contractor shall design the alignment plans and profiles of the project
highway based on site/design requirement mentioned in Schedule D with approval from
the Authority’s Engineer within the available Right of Way.

Clause 5.3.2 Design Traffic: stands amended and shall be read as under:

Notwithstanding anything to the contrary contained in this Agreement or the IRC:SP:99-


2013, the Contractor shall design the pavement of main carriageway as long life perpetual
flexible pavement while the pavement for connecting/service/slip road shall be designed
for design traffic of 10 MSA.
In order to meet the intended functional requirement of respective pavement layers as well
as compaction of heavy bituminous layers on main carriageway, the minimum thickness
of respective pavement layers for main carriageway and connecting/ service/slip road
shall, however, in no case be less than as given below:

Main carriageway

Pavement Composition Pavement Minimum Crust


Type Thickness (mm)
Stone Matrix Asphalt (SMA) as wearing course Perpetual 50
Bituminous base course 250
Non-bituminous base course 150
Sub-base course 200

Connecting/Service/Slip road

Pavement Composition Pavement Minimum Crust


Type Thickness (mm)
Bituminous Concrete (BC) as wearing course Flexible 40
Bituminous base course 50
Non-bituminous base course 250
Sub-base course 200

Clause 9. Roadside furniture: Shall be read as under:

9.1 Roadside furniture like km/Hectometer Stones, Railings, Traffic Impact Attenuators,
Delineators shall be provided in accordance with the provisions of Section 10 & Section
12 of IRC:SP:992013 and Traffic Signage plan as indicated in Annexure-III of Schedule-A
& deemed to be part of this Schedule-B.

S. Project Facility Location Design Requirements


No.
1 Traffic Signs and Entire length of project road As per Schedule D
Pavement Markings
2 Kilometer and 200m Entire length of project road As per Schedule D
stones
3 Road side Delineators Horizontal curves of project road As per Schedule D

9.2 RCC boundary wall shall be provided along the entire length on either side (including
transverse requirements at structure locations) as per typical layout drawing enclosed with
the bid documents.
9.3 Traffic Signs (excluding overhead signs at Toll Plaza): Traffic sign boards as per details
given below shall be provided in the project highway as per road signage plan indicated in
Annexure-III of Schedule-A and deemed to be part of this Schedule-B

Sl. No. Type of Sign


1 One Way Object Hazard Marker (OHM)
2 Two Way Object Hazard Marker (OHM)
3 Height restriction (Regulatory Sign)
4 Speed Limit Signs (Regulatory Sign)
5 Merging Traffic Ahead (Cautionary Sign)
6 Compulsory Keep Left Sign (Regulatory Sign)
7 Compulsory Ahead Sign (Regulatory Sign)
8 U-Turn Prohibited Sign (Regulatory Sign)
9 Give way sign (Regulatory Sign)
10 Chevron Marker (At Curves)
11 Triple Chevron Marker (At roundabout)
12 Reassurance Sign (Direction & Place Identification Sign)
13 Roundabout Sign (Cautionary Sign)
14 Left/ Right Hand Curve (Cautionary Sign)
15 Expressway Route Marker Sign
16 Entry/ Exit Expressway Sign (Information Sign)
17 End of Expressway Sign
18 Map type Advance Direction Sign
19 Flag type Advance Direction Sign
20 Advance Directional Sign (Overhead Cantilever/ Gantry)
21 Rest Area Information Sign (Overhead Cantilever/ Gantry)
22 Slogan Gantry

Note: The numbers and location of Traffic Signages shown in Traffic Signage plan as indicated
in Annexure-III of Schedule-A are tentative and minimum specified. The actual numbers
and location of Traffic Signages shall be determined by the Contractor in accordance
with the IRC:SP:99-2013 requirements with approval from the Authority’s Engineer. Any
increase in the number and type of road sign boards specified in this Clause of Schedule-
B shall not constitute a Change of Scope, save and except any variations in the length
arising out of a Change of Scope expressly undertaken in accordance with the provisions
of Article 13.

Additional Para 16 added as given below;

16. Canal/stream shifting is to be undertaken from Km 108.935 to Km 109.590 on RHS. The


typical cross-section to be adopted for such shifting work has already been provided in the
plan & profile specified in Annexure III of Schedule A. The actual cross-section of canal/
stream to be shifted and extent of such shifting (length) shall be determined by the
Contractor as per the site/design requirement with approval of concerned irrigation
authority & Authority’s Engineer. Any variation in the cross-section and length specified in
this Clause of Schedule-B shall not constitute a Change of Scope, save and except any
variations in the length arising out of a Change of Scope expressly undertaken in
accordance with the provisions of Article 13.
Schedule C

Clause 2.2.8:Boundary wall: stands amended and shall be read as under:

Boundary wall
As the Highway is completely access controlled facility, boundary wall is its integral part to help
enforcing of the acquired access rights.
Access control extends to the limits of the legal access control on the ramps i.e., along the ramps
to the beginning of the taper on the local road.
RCC boundary wall shall be provided along the entire length on either side (including transverse
requirements at structure locations) in accordance with Schedule B and Schedule D.

Clause 2.4.3 (g) : stands amended and shall be read as under:

Fuelling Station: The contractor shall provide, construct and maintain the basic infrastructure for
the wayside amenities as per the typical layout and requirements specified in Schedule C and
Schedule D.
Subsequent establishment and operation of the fuel stations shall be responsibility of the
Authority.
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
1 RFP and Schedule Length of the Project Length of the project not matching with the Project start is Ch.78+800. TCS as at Ch.
B, Clause 2.8 chainage mentioned, In TCS implication 79+000 is to followed for the stretch
table, it is started from 79+000 whereas the 78+800 to 79+000
Project start is from 78+800, kindly clarify
2 Clause no. 5.2.2 of Recommended Details of the Axle Load Survey is not Copy of the axle load survey is enclosed.
Schedule B Pavement Design available with the provided documents.
Kindly provide the same.
3 Schedule A of Environment clearances In the Annex-IV it is mentioned as TOR for environmental clearance has
(Annex IV) Environment clearances under process, been approved by MOEF and preparation
Please let us know the status or expected of EIA report is under progress.
period of obtaining the environmental Environmental clearance is expected by
clearance Dec., 2018
4 Clause no. 9. a) of Road Boundary Wall It is mentioned in Schedule-B and Schedule Typical modified drawing of the boundary
Schedule B and that Road Boundary wall of 0.6m above wall to be adopted is enclosed with the
Clause no. 2.2.8 of ground level shall be constructed as reply to the pre-bid queries. However, the
Schedule C specified in Ministry Circular No. RW/NH- contractor, at his own expenses, can
24036/27/2010-PPP Dated. 25.04.2018. improve upon the same and provide wire
However, as per Clause 10.10 of Manual, fencing over and above the minimum
Fencing of 2.5m height above ground level specified height of the boundary wall.
and shall comprise of mild steel sections
and welded steel wire mesh. Further, in
Structure Drawing Volume, the Drawing of
Boundary Wall is provided with height of 4m
above ground level. No mention of the same
is there in Schedule-D. Please clarify which
boundary wall section to adopted.
5 Clause No. 2.6 of Connecting Roads/ As per Note 2 of Clause 2.6 of Schedule B, 3A notification for acquisition of the
Schedule B Service Roads/ Slip the realignment of the existing track to the additional RoW to provide connecting
Roads SVUP outside the PROW and connecting roads has been published and 3D
roads between consecutive underpasses notification is under progress. Additional
wherever required as per Plan & Profile are land for connecting roads beyond the
Page 1 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
to be constructed by the Contractor. Kindly RoW will be provided within 150 days of
confirm the availability of additional land the appointed date.
beyond ROW for these connecting roads.
Also kindly confirm the Date of providing the
land beyond PROW for this work.
6 Feasibility Report Feasibility Report Please provide Feasibility report of the All available data has been uploaded
project. along with bid documents.
7 Material Material Investigation Please provide Material Testing Report / Material report is enclosed with the reply
Investigation Data to pre-bid queries.
8 Drawings Drawings Kindly provide the Drawings for Toll Booths,
To be designed and provided by the
Operation and Maintenance Centres and Contractor as per manual and minimum
Rain Water Harvesting requirements specified in the Schedules
B and C. Rainwater Harvesting is to be
provided as per latest IRC guidelines and
MoEF notifications in this regards.
9 Structure Drawings Drawings of Wayside As per Clause 1 d), e) & f) of Schedule-C; Drawings relevant to the wayside amenity
Folder Amenities/ Service Area Wayside amenities/ Service Areas, Smaller specified in Schedule C is to be followed.
Parking Places with Toilet Facilities Service
Area and Truck Parking Areas are to be
provided. Whereas, in Clause 2.4.1 only one
Smaller Parking Places with Toilet Facilities
Service Area is mentioned. In the Structure
Drawing folder, Drawings of 18 hectare as
well 0.8 hectare Service Area is provided.
Please clarify.
10 Drawings Plan & Profile Vertical Profile is to be designed for Speed Vertical Profile is to be designed for
120 kmph and ISD to be followed as per IRC Speed 120 kmph and ISD to be followed
SP:99-2013. Kindly confirm. as per IRC SP:99-2013
11 Drawings TCS The embankment side slope is changed as The Contractor shall design and provide
per Schedule-D. The details of Slope appropriate slope protection measures as
per site and manual requirements
Page 2 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
Protection is not mentioned in the TCS
Drawings or in the Schedules.
12 Drawings TCS TCS Type 06 is provided in the Drawing TCS Type 06 is not applicable for the
Folder. Please clarify whether it is to beproject highway as mentioned in the TCS
followed at any locations. schedule specified in Schedule B
13 Clause no. 6 Roadside Drainage The details of the Median Drain is not As mentioned in Cl. 6 of Schedule B,
provided in the Schedule. drainage system including surface and
sub-surface drain is to be provided for the
project highway as per IRC:SP:99-2013
and site requirements. Longitudinal
median drains for draining of water is,
therefore, included in the scope of work.
14 Clause no. 7.4.1 of ROB Status of the approval of the ROB from the Joint inspection of the site for the RoB has
Schedule B Railways Authority may please be shared. been completed and the GAD is being
submitted for approval Railways after joint
inspection
15 Hydrology Data Hydrology Data Kindly provide the Hydrology data and All available data has been uploaded
Report for the Major Bridge at Km 91+900 alongwith the bid documents.
and Minor Bridge at Km 81+000.
16 Geotechnical Geotechnical Report Complete Geotechnical Report is not Copy of the geotechnical report is
Report available. However, Geotechnical Report for uploaded alongwith the reply to pre-bid
Flyover at Km 93+617 may be provided. queries.
17 General Length of Cross road Kindly specify the minimum length of cross Minimum length of the cross roads to be
roads for development developed shall be as per junction lay-out
drawings uploaded along with the bid
documents.
18 General Development of Kindly clarify the ROW acquired for the 3A notification for acquisition of the
Interchange development of interchange additional RoW for development of
interchange has been published and 3D
notification is under progress. Additional
land for connecting roads beyond the
Page 3 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
RoW will be provided within 150 days of
the appointed date.
19 Drawings Kindly share the AutoCAD drawings for the All available data has been uploaded
structures along with bid documents.
20 General TCS TCS for Toll Plaza Kindly share the TCS for toll plaza section Typical layout of the toll plaza has been
uploaded along with the bid documents.
The same is appended with the reply to
pre-bid queries alongwith the typical
cross-section to be followed at toll plaza
location.
21 Plan & Profile FRL in P&P Design Road Level are mentioned in Plan & The FRLs indicated are at both side
Drawings Profile drawings, however the location at median edge
which these levels are to be maintained is
not specified. Kindly confirm whether these
FRL mentioned are at both side median
edge.
22 Drawings Interchange TCS Kindly Provide the TCS for the interchange Detailed drawings have been uploaded
Loops & Ramps. along with the bid documents. However,
the copy of the same is annexed.
23 Schedule B MSA for Road design Kindly confirm the MSA for Main The Contractor shall design the
carriageway for expressway to be adopted pavement of main carriageway as long
for design of road. life perpetual flexible pavement while the
pavement for connecting/service/ slip
road shall be designed for design traffic of
10 MSA
24 General Land Acquisition During the site visit it was observed the land 3A notification for land acquisition has
acquisition is pending for the entire been published and publication of 3D
alignment. Kindly confirm the status of the notification is under progress. 90% of
land acquisition. RoW will be provided on appointed date
and remaining 10% will be handed over

Page 4 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
within the time period specified in the draft
Contract Agreement.
25 General Connecting Road / As per the plan and profile drawings, The length of the connecting road shall be
realignment at culvert development of connecting roads / as per actual site requirement subject to
locations beyond ROW realignment at box culverts beyond PROW minimum indicated in the amendment to
at various locations. The Length of these Schedule B and updated plan & profile
connecting roads / Realignment of culverts appended to the reply to pre-bid queries.
are not mentioned in schedule B. Kindly The additional RoW for these connecting
confirm the same. Also, please confirm roads shall be provided.
about the additional land required beyond
ROW for development of the same. The list
of these connecting roads/ culverts is as
follows
Connecting Roads Type Chainage Remarks
beyond ROW Locations SVUP 79+576 Connecting road length shared, kindly confirm
as per P&P SVUP 82+800 Connecting road length not shared
SVUP 84+305 Connecting road length not shared
LVUP 85+070 Connecting road length not shared
SVUP 85+543 Connecting road length not shared
LVUP 88+183 Connecting road length not shared
SVUP 88+991 Connecting road length not shared
VUP 89+810 Connecting road length not shared
LVUP 90+809 Connecting road length not shared
SVUP 95+785 Connecting road length not shared
LVUP 97+562 Connecting road length not shared
SVUP 98+390 Connecting road length not shared
LVUP 99+032 Connecting road length not shared
SVUP 100+586 Connecting road length not shared
SVUP 101+293 Connecting road length not shared
SVUP 103+140 Connecting road length not shared
LVUP 104+072 Connecting road length not shared
SVUP 106+883 Connecting road length not shared
SVUP 109+000 Connecting road length not shared
SVUP 109+940 Connecting road length not shared
SVUP 110+787 Connecting road length not shared
SVUP 111+475 Connecting road length not shared
VUP 115+010 Connecting road length not shared

Page 5 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
Realignment at culvert Box 85+377 Connecting road length not shared
beyond ROW Locations Box 85+543 Connecting road length not shared
as per P&P Ex Road 86+200 Connecting road length not shared
Box 89+403 Connecting road length not shared
Box 90+642 Connecting road length not shared
Box 91+416 Connecting road length not shared
Box 94+750 Connecting road length not shared
Box 97+898 Connecting road length not shared
Box 102+855 Connecting road length not shared
Box 103+575 Connecting road length not shared
Box 104+385 Connecting road length not shared
Box 106+128 Connecting road length not shared
Box 107+590 Connecting road length not shared
Box 115+601 Connecting road length not shared
26 RFP Cl. 1.1.3 The scope of work will Defect Liability Period of 4 years is high, As per RFP
Section – 1: broadly include Bidder request to reduce Defect Liability
Introduction - Construction of Eight Period to 2 years as in case of model EPC
Background Lane Carriageway Agreement of MoRT&H. Please confirm.
……………………..
during the Defect
Liability Period, which
shall be 4 (four) years.
27 RFP Cl. 2.5.2 It shall be deemed that As it is not possible for any prudent Bidder As per RFP
Section – 2: by submitting a BID, the to verify such vast documents provided by
Instructions to Bidder has: the Authority and also the condition of the
Bidders - Site (a) made a complete Site in such short period of time, Bidder
visit and and careful examination requests to delete such unilateral provision
verification of of the Bidding wherever available under the RFP or under
information Documents, Schedules the EPC Agreement.
annexed to EPC
agreement Document;
Page 6 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
(b) received all relevant
information requested
from the Authority;
(c) accepted the risk of
inadequacy, error or
mistake in the
information provided in
the Bidding Documents
or furnished by or on
behalf of the Authority
relating to any of the
matters referred to in
Clause 2.5.1 above. No
claim shall be
admissible at any stage
on this account.
…………………………
….
28 Cl. 1.2.1(e) – the words “include” and Bidder understands that this particular As per RFP
Interpretation “including” are to be clause is not applicable to Schedule B, C, D
(Page No. 11) construed without and any variation in this regard will be dealt
limitation and shall be in accordance with Article 13 [Change of
deemed to be followed Scope]. Please confirm.
by “without limitation” or
“but not limited to”
whether or not they are
followed by such
phrases;
29 Cl. 1.2.1(s) – save and except as The Bidder requested to modify the Clause As per RFP
Interpretation otherwise provided in 1.2.1(s) as follows; "save and except as
(Page No. 13) this Agreement, any otherwise provided in this Agreement, any
Page 7 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
reference, at any time, reference, at any time, to any agreement,
to any agreement, deed, deed, instrument, licence or document of
instrument, licence or any description shall be construed as
document of any reference to that agreement, deed,
description shall be instrument, licence or other document as
construed as reference amended, varied, supplemented, modified
to that agreement, deed, or suspended at the time of such reference;
instrument, licence or provided that this Clause shall not operate
other document as so as to increase liabilities or obligations of
amended, varied, the Authority and the Contractor hereunder
supplemented, modified or pursuant hereto in any manner
or suspended at the whatsoever;"
time of such reference;
provided that this
Clause shall not operate
so as to increase
liabilities or obligations
of the Authority
hereunder or pursuant
hereto in any manner
whatsoever;
30 Cl. 2.1 - (a) construction of the Bidder understand that design is in the As per RFP
Scope of the Project Highway on the Scope of the Contractor.
Project Site set forth in
(Page No. 17) Schedule-A and as
specified in Schedule-B
together with provision
of Project Facilities as
specified in Schedule-C,
and in conformity with
the Specifications and
Page 8 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
Standards set forth in
Schedule-D; and in
conformity with the
designs provided by the
Authority under this
Agreement;;
31 Cl. 3.1.4 – The Contractor shall Bidder request to modify clause as under: As per RFP
Obligations of the remedy any and all loss The Contractor shall remedy any and all loss
Contractor or damage to the Project or damage to the Project Highway from the
(Page No. 18) Highway from the Appointed Date until the end of the
Appointed Date until the Construction Period at the Contractor’s cost,
end of the Construction but only to the extent that such loss or
Period at the damage shall have arisen from the reason
Contractor’s cost, save solely attributable to the Contractor.
and except to the extent
that any such loss or
damage shall have
arisen from any default
or neglect of the
Authority.
32 Cl. 3.1.6 – The Contractor shall Bidder requests to modify the Clause 3.1.6 As per RFP
Obligations of the remedy any and all loss as follows:
Contractor or damage to the Project "The Contractor shall remedy any and all
(Page No. 18) Highway during the loss or damage to the Project Highway
Maintenance Period at during the Operation and Maintenance
the Contractor’s cost, Period at the Contractor’s cost, including
including those stated in those stated in Clause 14.1.2, if such loss or
Clause 14.1.2, save and damage shall have arisen solely on
except to the extent that account of any default or neglect of the
any such loss or Contractor".
damage shall have
Page 9 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
arisen on account of any
default or neglect of the
Authority or on account
of a Force Majeure
Event.
33 Cl. 3.2.1 The Contractor, whether Bidder requests to modify the clause as As per RFP
Obligations Consortium/Joint follows:
relating to sub- Venture or sole, shall
contracts and any not sub-contract any The Contractor, whether Consortium/Joint
other agreements Works in more than 49% Venture or sole, shall not sub-contract any
(Page No. 19 & 20) (forty nine per cent) of Works in more than 80% (eighty per cent)
the total length of the of the total length of the Project Highway and
Project Highway and shall carry out Works directly under its own
shall carry out Works supervision and through its own personnel
directly under its own and equipment in at least 20% (twenty per
supervision and through cent) of the total length of the Project
its own personnel and Highway. Provided, however, that in respect
equipment in at least of the Works carried out directly by the
51% (fifty one per cent) Contractor, it may enter into contracts for the
of the total length of the supply and installation of Materials, Plant,
Project Highway. equipment, road furniture, safety devices
Provided, however, that and labour, as the case may be, for such
in respect of the Works Works. The Parties further agree that all
carried out directly by obligations and liabilities under this
the Contractor, it may Agreement for the entire project Highway
enter into contracts for shall at all times remain with the Contractor.
the supply and
installation of Materials,
Plant, equipment, road
furniture, safety devices
and labour, as the case
Page 10 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
may be, for such Works.
For the avoidance of
doubt, the Parties agree
that the Contractor may
sub-divide the aforesaid
length of 51% (fifty one
per cent) in no more
than 5 (five) sections of
the Project Highway.
The Parties further
agree that all obligations
and liabilities under this
Agreement for the entire
project Highway shall at
all times remain with the
Contractor.*
* May be deleted if the
Contractor is not a
Consortium
34 Cl. 3.6 - The Contractor shall Bidder understands that Contractor shall not As per RFP
Contractor's care bear full risk in and take be responsible for any loss or damage
of the Works full responsibility for the arisen from any default or neglect of the
(Page No. 21) care of the Works, and Authority, its representative, old contractor,
of the Materials, goods any other third party or on account of Force
and equipment for Majeure Event. Accordingly requests to
incorporation therein, modify the Clause 3.6 as follows:
from the Appointed Date
until the date of "The Contractor shall bear full risk in and
Provisional Certificate take full responsibility for the care of the
(with respect to the Works, and of the Materials, goods and
Works completed prior equipment for incorporation therein, from
Page 11 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
to the issuance of the the Appointed Date until the date of
Provisional Certificate) Provisional Certificate (with respect to the
and/or Completion Works completed prior to the issuance of the
Certificate (with respect Provisional Certificate) and/or Completion
to the Works referred to Certificate (with respect to the Works
in the Punch List), save referred to in the Punch List), save and
and except to the extent except to the extent that any such loss or
that any such loss or damage shall have arisen from any default
damage shall have or neglect of the Authority, Authority’s
arisen from any default Representative, old contractor, any other
or neglect of the third party or on account of Force
Authority. Majeure Event".
35 Cl. 3.8 - Except as otherwise The Bidder requests the Authority to delete As per RFP
Unforeseeable stated in the Agreement: such unilateral provision as it is impossible
difficulties (a) the Contractor for any bidder to ascertain unforeseen
(Page No. 22) accepts complete difficulties at the time of bidding. It is
responsibility for requested to make suitable provisions to
having foreseen all cater such unforeseen difficulties duly
difficulties and costs considering the time and cost implications.
of successfully Please confirm.
completing the Works;
(b) the Contract Price
shall not be adjusted to
take account of any
unforeseen difficulties or
costs; and
(c) the Scheduled
Completion Date shall
not be adjusted to take
account of any

Page 12 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
unforeseen difficulties or
costs.
36 Cl. 4.1.5 - Notwithstanding The bidder submits that Damages to the As per RFP
Obligations of the anything to the contrary tune of 1% of the Contract Price is very
Authority contained in this minimal in comparison to the actual losses
(Page No. 23) Agreement, the Parties suffered by the Contractor under Clauses
expressly agree that the 4.1.4, 8.3 and 9.2. Accordingly, the
aggregate Damages Employer is requested to modify the clause
payable under Clauses in such a way that damages will be paid to
4.1.4, 8.3 and 9.2 shall the Contractor as per actuals.
not exceed 1% (one per
cent) of the Contract
Price. …………………
37 Cl. 4.1.6 - The Authority agrees to Bidder understands that the Authority shall As per RFP
Obligations of the provide support to the allow Time Extension and adjustment to the
Authority Contractor and Contract Price for additional costs incurred
(Page No. 24) undertakes to observe, by the Contractor for delay in procurement
comply with and of Applicable Permits and also for delay in
perform, subject to and obtaining access to all necessary
in accordance with the infrastructure facilities and utilities, including
provisions of this water and electricity beyond 18 days of
Agreement and the Contractor's request in this regard and if
Applicable Laws, the such delays are not attributable to the
following: Contractor. Please confirm. Bidder also
………………………… request Authority to provide copy of the
… Applicable Permits already obtained for the
Project.
38 Cl. 4.2 - The Authority shall, prior Bidder request to modify Clause as under: As per RFP
Maintenance to the Appointed Date, The Authority shall, prior to the Appointed
obligations prior maintain the Project Date, maintain the Project Highway, at its
Highway, at its own cost own cost and expense, so that its traffic
Page 13 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
to the Appointed and expense, so that its worthiness and safety are at no time
Date traffic worthiness and materially inferior as compared to its
(Page No. 24) safety are at no time condition 10 (ten) days prior to the last date
materially inferior as for submission of the Bid, and in the event of
compared to its any material deterioration or damage other
condition 10 (ten) days than normal wear and tear, undertake repair
prior to the last date for thereof. For the avoidance of doubt, the
submission of the Bid, Authority shall undertake only routine
and in the event of any maintenance prior to the Appointed Date,
material deterioration or and it shall undertake repairs in the event of
damage other than deterioration or damage are caused due to
normal wear and tear, events including faulty design or
undertake repair substandard work executed by old
thereof. For the contractor, floods, & earthquake.
avoidance of doubt, the
Authority shall
undertake only routine
maintenance prior to the
Appointed Date, and it
shall undertake special
repairs only in the event
of excessive
deterioration or damage
caused due to
unforeseen events such
as floods or earthquake.
39 Cl. 5.2 - The Authority The Bidder requests to add the following As per RFP
Representations represents and warrants provisions under the Sub Clause 5.2:
and warranties of to the Contractor that: (i) all information provided by it in the Tender
the Authority ………………………… Notice and invitation to bid in connection
(Page No. 27) …. with the Project is, to the best of its
Page 14 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
knowledge and belief, true and accurate in
all material respects;"
40 Cl. 6.1.1 - The Contractor The bidder requests the Employer to delete As per RFP
Disclaimer acknowledges that prior such unilateral provision as it is impossible
(Page No. 29) to the execution of this for any bidder to ascertain unforeseen
Agreement, the difficulties at the time of bidding. It is
Contractor has, requested to make suitable provisions to
………………………… cater such unforeseen difficulties duly
……. has determined to considering the time and cost implications.
its satisfaction the Please confirm.
accuracy or otherwise
thereof and the nature
and extent of difficulties,
risks and hazards as are
likely to arise or may be
faced by it in the course
of performance of its
obligations hereunder.
Save as provided in
Clause 4.1.2 and
Clause 5.2, the
Authority makes no
representation
whatsoever, express,
implicit or otherwise,
regarding the accuracy,
adequacy, correctness,
reliability and/or
completeness of any
assessment,
assumptions, statement
Page 15 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
or information provided
by it and the Contractor
confirms that it shall
have no claim
whatsoever against the
Authority in this regard.
However, this Clause
6.1.1 shall not be
applicable on designs
provided by the
Authority under this
Agreement.
41 Cl. 6.1.3 - The Contractor As per RFP
Disclaimer acknowledges and
(Page No. 29) hereby accepts the risk
of inadequacy, mistake
or error in or relating to
any of the matters set
forth in Clause 6.1.1
above and hereby
acknowledges and
agrees that the Authority
shall not be liable for the
same in any manner
whatsoever to the
Contractor, or any
person claiming through
or under any of them,
and shall not lead to any
adjustment of Contract

Page 16 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
Price or Scheduled
Completion Date.
42 Cl. 6.1.6 - Except as otherwise As per RFP
Disclaimer provided in this
(Page No. 29) Agreement, all risks
relating to the Project
shall be borne by the
Contractor; and the
Authority shall not be
liable in any manner for
such risks or the
consequences thereof.
43 Cl. 7.1.1 – ………… The Bidder request to delete provision of As per RFP
Performance Contractor shall along Additional Performance Security.
Security with the Performance
(Page No. 31) Security provide to the
Authority an irrevocable
and unconditional
guarantee from a Bank
for a sum equivalent to
Rs. ......... crore (Rupees
.... crore) in the form set
forth in Schedule-G (the
"Additional Performance
Security"), to be
modified, mutatis
mutandis, for this
purpose as security to
the Authority if the Bid
Price offered by the
Contractor is lower by
Page 17 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
more than 10% with
respect to the Estimated
Project Cost. ………
44 Cl. 7.1.3 - In the event the The Bid Security provided along the Bid As per RFP
Performance Contractor fails to shall remain in force and effect till the
Security provide the submission of Performance Security.
(Page No. 32) Performance Security Hence, the bidder requests the Authority to
within 10 (ten) days of abolish delay damages provision for delay in
this Agreement, it may providing the same.
seek extension of time Please confirm.
for a period not
exceeding 30 (Thirty)
days on payment of
Damages for such
extended period in a
sum calculated at the
rate of 0.01% (zero point
zero one per cent) of the
Contract Price for each
day until the
Performance Security is
provided. For the
avoidance of doubt the
agreement shall be
deemed to be
terminated on expiry of
additional 30 days time
period and Bid security
shall be encashed by
the Authority.

Page 18 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
45 Cl. 7.3.1 - Upon occurrence of a Bidder requests the Authority to modify the As per RFP
Appropriation of Contractor’s Default, the Clause 7.3.1 as follows:
Performance Authority shall, without
Security prejudice to its other "Upon occurrence of a Contractor’s Default,
(Page No. 32) rights and remedies the Authority shall, without prejudice to its
hereunder or in law, be other rights and remedies hereunder or in
entitled to encash and law, be entitled to encash and appropriate
appropriate the relevant the relevant amounts from the Performance
amounts from the Security as Damages for such Contractor’s
Performance Security Default. The Authority shall notify the
as Damages for such Contractor of its decision to encash the
Contractor’s Default. Performance Security in pursuance with
the provisions of this Clause 7.3.1
provided that no encashment of
Performance Security on account of any
reason shall be effected by the Authority
without notifying the Contractor of its
decision to encash Performance
Security, and taking into consideration
the representation, if any, made by the
Contractor within 20 (twenty) days of
such notice."
46 Cl. 7.3.3 - The Additional Since the Additional Performance Security As per RFP
Appropriation of Performance Security is a security against unbalanced bids, hence
Performance shall be encashed, in bidder requests not to encash the Additional
Security case the Contractor Performance Security, in case the
(Page No. 32) cannot achieve the Contractor cannot achieve the Milestones –
Milestones –II/III/IV … II/III/IV.
within the prescribed
period as per this

Page 19 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
Agreement due to the
fault of the Contractor.
47 Cl. 7.4.1 - The Authority shall Bidder requests the Authority to modify the As per RFP
Release of return the Performance Clause 7.4.1 as follows:
Performance Security to the
Security Contractor within 60 "The Authority shall return one half of the
(Page No. 33) (sixty) days of the later Performance Security to the Contractor
of the expiry of the upon issuance of the Provisional Certificate
Maintenance Period or and balance shall be released within 7
the Defects Liability (seven) days of the expiry of the Defects
Period under this Liability Period under this Agreement.
Agreement. Notwithstanding the aforesaid, the Parties
Notwithstanding the agree that the Authority shall not be obliged
aforesaid, the Parties to release the Performance Security until all
agree that the Authority Defects identified during the Defects Liability
shall not be obliged to Period have been rectified."
release the
Performance Security
until all Defects
identified during the
Defects Liability Period
have been rectified.
48 Cl. 7.4.2 - The Authority shall Bidder requests the Authority to modify the As per RFP
Release of return the Additional Clause 7.4.2 as follows:
Performance Performance Security to “The Authority shall return one half of the
Security the Contractor within 28 Additional Performance Security to the
(Page No. 33) (twenty eight) days from Contractor upon issuance of the Provisional
the date of issue of Certificate and balance shall be released
Completion Certificate within 7 (seven) days after issuance of
under Article 12 of this Completion Certificate under Article 12 of
Agreement. this Agreement.”
Page 20 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
49 Cl. 7.5.2 - Upon occurrence of a Bidder requests the Authority to modify the As per RFP
Retention Money Contractor’s Default, the Clause 7.5.2 as follows:
(Page No. 33) Authority shall, without
prejudice to its other "Upon occurrence of a Contractor’s Default,
rights and remedies the Authority shall, without prejudice to its
hereunder or in law, be other rights and remedies hereunder or in
entitled to appropriate law, be entitled to appropriate the relevant
the relevant amounts amounts from the Retention Money as
from the Retention Damages for such Contractor’s Default. The
Money as Damages for Authority shall notify the Contractor of
such Contractor’s its decision to appropriate the relevant
Default. amount in pursuance with the provisions
of this Clause 7.5.2 provided that no
deduction of amount on account of
Contractor's Default shall be effected by
the Authority without notifying the
Contractor of its decision for such
deductions, and taking into
consideration the representation, if any,
made by the Contractor within 20
(twenty) days of such notice."
50 Cl. 7.5.3 - The Contractor may, The Bidder requests the Authority to refund As per RFP
Retention Money upon furnishing an the Retention Money to the Contractor in
(Page No. 33) irrevocable and tranches of Rs. 1 Cr to maintain smooth
unconditional bank cash flow. Please confirm.
guarantee substantially
in the form provided at
Annex-II of Schedule-G,
require the Authority to
refund the Retention
Money deducted by the
Page 21 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
Authority under the
provisions of Clause
7.5.1. Provided that the
refund hereunder shall
be made in tranches of
not less than 1% (one
per cent) of the Contract
Price.
51 Cl. 7.5.5 - The Parties agree that in The Bidder requests to modify the Clause As per RFP
Retention Money the event of Termination 7.5.5 as follows:
(Page No. 33) of this Agreement, the "The Parties agree that in the event of
Retention Money and Termination of this Agreement on account
the bank guarantees of the Contractor's Default, the Retention
specified in this Clause Money and the bank guarantees specified in
7.5 shall be treated as if this Clause 7.5 shall be treated as if they are
they are Performance Performance Security and shall be reckoned
Security and shall be as such for the purposes of Termination
reckoned as such for the Payment under Clause 23.6."
purposes of Termination
Payment under Clause
23.6.
52 Cl. 8.2.1 – The Authority The bidder requests to modify first para of As per RFP
Procurement of Representative and the the Clause 8.2.1 as follows:
the Site Contractor shall, within "The Authority Representative and the
(Page No. 34) 30 (thirty) days of the Contractor shall, within 30 (thirty) days of the
date of this Agreement, date of this Agreement, inspect the Site and
inspect the Site and prepare a memorandum containing an
prepare a memorandum inventory of the Site including the vacant
containing an inventory and unencumbered land, free from
of the Site including the encumbrances, encroachments comprising
vacant and of buildings, structures, road works, trees
Page 22 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
unencumbered land, and any other immovable property on or
buildings, structures, attached to Site and in a continuous
road works, trees and length. Subject to the provisions of Clause
any other immovable 8.2.3, such memorandum shall have
property on or attached appended thereto an appendix (the
to the Site. Subject to “Appendix”) specifying in reasonable detail
the provisions of Clause those parts of the Site to which vacant
8.2.3, such access and Right of Way has not been given
memorandum shall to the Contractor. Signing of the
have appended thereto memorandum, in two counterparts (each of
an appendix (the which shall constitute an original), by the
“Appendix”) specifying authorized representatives of the Parties
in reasonable detail shall be deemed to constitute a valid
those parts of the Site to evidence of giving the Right of Way to the
which vacant access Contractor for discharging its obligations
and Right of Way has under and in accordance with the provisions
not been given to the of this Agreement and for no other purpose
Contractor. Signing of whatsoever. For the avoidance of doubt,
the memorandum, in the permits / clearances / NOCs / cost
two counterparts (each estimates required for dismantling /
of which shall constitute shifting of buildings, structures, road
an original), by the works, trees and any other immovable
authorised property on or attached to the Site, if
representatives of the such obstruction adversely affects the
Parties shall be deemed execution of Works or Maintenance of
to constitute a valid the Project, shall be provided by the
evidence of giving the Authority along with the memorandum."
Right of Way to the Bidder further understands that any delay in
Contractor for providing such permits/ clearances/ NOCs
discharging its shall be considered for determining
obligations under and in
Page 23 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
accordance with the extension of time and related costs at
provisions of this actuals. Please confirm.
Agreement and for no
other purpose
whatsoever. ………
53 Cl. 8.2.1 – The Authority Bidder request that a separate As per RFP
Procurement of Representative and the memorandum shall be prepared and signed
the Site Contractor shall, within jointly by the Authority Representative and
(Page No. 34) 30 (thirty) days of the the Contractor, wherein the present
date of this Agreement, condition of the works executed by the old
inspect the Site and contractor shall be recorded duly verifying
prepare a memorandum the compliance of such works with the
containing an inventory Specifications and Standards. The
of the Site memorandum shall also record the details of
……………………… the works that needs reconstruction /
restoration.
All works executed by old contractor which
requires reconstruction / restoration,
maintenance of works executed by old
contractor during Construction Period, its
Maintenance and its Defects Liability shall
be dealt as per Article 13 [Change of Scope]
of the Agreement.
54 Cl. 8.3.1 - "In the event the Right of Bidder requests: As per RFP
Damages for Way to any part of the Either Compensation should be as per
delay in handing Site is not provided by actuals.
over the Site the Authority on or or
(Page No. 35) before the date(s) As per amended formula as below:
specified in Clause 8.2 Amount of Damages in Rs. per day per
for any reason other meter =
than Force Majeure or 2.5 x C x 1/L x 1/N
Page 24 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
breach of this The Contractor understands that the
Agreement by the compensation under this formula shall be
Contractor, the Authority applicable for the stretches where full / part
shall pay Damages to width ROW is not available. Please confirm.
the Contractor in a sum
calculated in
accordance with the
following formula for and
in respect of those parts
of the Site to which the
Right of Way has not
been provided:
Amount of Damages in
Rs. per day per meter =
0.05 x C x 1/L x 1/N
Where
C = the Contract Price; L
= length of the Project
Highway in meters; and
N = Completion period
in days (Appointed Date
to Scheduled
Completion Date)…."
55 Cl. 8.4 - "Subject to the Bidder requests to modify the clause as As per RFP
Site to be free provisions of Clause follows:
from 8.2, the Site shall be "Subject to the provisions of Clause 8.2, the
Encumbrances made available by the Site shall be made available by the Authority
(Page No. 36) Authority to the to the Contractor pursuant hereto free from
Contractor pursuant all Encumbrances and occupations and
hereto free from all without the Contractor being required to
Encumbrances and make any payment to the Authority on
Page 25 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
occupations and without account of any costs, compensation,
the Contractor being expenses and charges for the acquisition
required to make any and use of such Site for the duration of the
payment to the Authority Project Completion Schedule. For the
on account of any costs, avoidance of doubt, it is agreed that the
compensation, existing rights of way, easements,
expenses and charges privileges, liberties and appurtenances to
for the acquisition and the Site shall not be deemed to be
use of such Site for the Encumbrances as long as it does not
duration of the Project adversely affect Construction and
Completion Schedule. Maintenance of the Project Highway."
For the avoidance of
doubt, it is agreed that
the existing rights of
way, easements,
privileges, liberties and
appurtenances to the
Site shall not be
deemed to be
Encumbrances. It is
further agreed that,
unless otherwise
specified in this
Agreement, the
Contractor accepts and
undertakes to bear any
and all risks arising out
of the inadequacy or
physical condition of the
Site."

Page 26 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
56 Cl. 8.6 - The Contractor shall Bidder understands that the Clause 8.6 shall Contractor to bear all costs and charges
Special/ bear all costs and be dealt under Clause 13 [Change of under this clause for any special or
temporary Right charges for any special Scope], if the ROW is provided on piece- temporary right of way as defined in the
of Way or temporary right of meal basis than that envisaged under the RFP
(Page No. 37) way required by it in relevant terms of the Agreement. Please
connection with access confirm.
to the Site. The
Contractor shall obtain
at its cost such facilities
on or outside the Site as
may be required by it for
the purposes of the
Project Highway and the
performance of its
obligations under this
Agreement.
57 Cl. 8.8 - "................The The bidder understands that in case of As per RFP
Geological and Contractor shall take all geological or archaeological findings at Site
archaeological reasonable precautions affecting the construction activities, the
finds to prevent its workmen selected bidder shall be entitled to Time
(Page No. 37) or any other person from Extension and also adjustment to the
removing or damaging Contract Price at actuals. Please confirm.
such interest or property
and shall inform the
Authority forthwith of the
discovery thereof and
comply with such
instructions as the
concerned Government
Instrumentality may
reasonably give for the
Page 27 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
removal of such
property. For the
avoidance of doubt, it is
agreed that any
reasonable expenses
incurred by the
Contractor hereunder
shall be reimbursed by
the Authority. It is also
agreed that the
Authority shall procure
that the instructions
hereunder are issued by
the concerned
Government
Instrumentality within a
reasonable period."
58 Cl. 9.2 - The Contractor shall, in Bidder understands that the Authority shall As per RFP
Shifting of accordance with cause shifting of all utilities as it shall be in a
obstructing Applicable Laws and better position to get necessary
utilities with assistance of the approvals/shifting from the concerned
(Page No. 39) Authority, cause shifting authorities expeditiously.
of any utility (including
electric lines, water Or else
pipes and telephone
cables) to an Following para to be added at the end of the
appropriate location or clause:
alignment, if such utility
or obstruction adversely "………... For the avoidance of doubt, the
affects the execution of land required for construction of Project
Works or Maintenance Highway hindered by such utility shall be
Page 28 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
of the Project Highway included in Cl 8.2, (the Appendix) and
in accordance with this dealt with accordingly"
Agreement. The actual
cost of such shifting, as Bidder requests to provide the following
approved and details with regards to shifting of obstructing
communicated by the utilities:
entity owning the utility, a) details of utilities present within the RoW,
shall be paid by the b) detailed estimate sanctioned by the utility
Contractor and owning agencies,
reimbursed by the c) status of approval of estimate by the
Authority to the competent authority of the Authority,
Contractor. In the event d) details of supervision charges deposited.
of any delay in such e) details pertaining to shifting of
shifting by the entity obstructing utilities.
owning the utility f) Mode of reimbursement of the amount
beyond a period of 180 that will be incurred by the Contractor for
(one hundred and shifting of utilities.
eighty) days from the
date of notice by the
Contractor to the entity
owning the utility and to
the Authority, the
Contractor shall be
entitled to Damages in a
sum calculated in
accordance with the
formula specified in
Clause 8.3.1 for the
period of delay, and to
Time Extension in
accordance with Clause
Page 29 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
10.5 for and in respect of
the part(s) of the Works
affected by such delay;
provided that if the
delays involve any time
overlaps, the overlaps
shall not be additive.
59 Cl. 9.3.4 – In the event the The Bidder requests to modify this Clause As per RFP
New utilities construction of any 9.3.4 as under:
(Page No. 40) Works is affected by a
new utility or works "In the event the construction of any Works
undertaken in is affected by a new utility or works
accordance with this undertaken in accordance with this Clause
Clause 9.3, the 9.3, the Contractor shall be entitled to a
Contractor shall be reasonable Time Extension and also
entitled to a reasonable adjustment to Contract Price due to
Time Extension as additional costs incurred by the
determined by the Contractor."
Authority’s Engineer.
60 Cl. 9.4 – The Authority shall 1. Bidder requests the Authority to obtain the As per RFP
Felling of Trees assist the Contractor in permits for felling of trees falling within the
(Page No. 40) obtaining the Applicable ROW and causing hindrance to the
Permits for felling of construction and maintenance of the Project
trees to be identified by before Appointed Date. Please Confirm.
the Authority for this 2. Bidder understands that any delay in
purpose if and only if procurement of approval for felling of trees
such trees cause a shall be considered for the compensation in
Material Adverse Effect terms of time and cost at actuals. Please
on the construction or confirm.
maintenance of the 3. Bidder requests to modify the Clause 9.4
Project Highway. The as follows:
Page 30 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
cost of such felling shall "The Authority shall obtain the
be borne by the Applicable Permits for felling of trees to be
Authority and in the identified by the Authority for this purpose if
event of any delay in and only if such trees cause a Material
felling thereof for Adverse Effect on the Construction or
reasons beyond the Maintenance of the Project Works. The cost
control of the of such felling shall be borne by the Authority
Contractor; it shall be and in the event of any delay in felling
excused for failure to thereof for reasons beyond the control of the
perform any of its Contractor; it shall be excused for failure to
obligations hereunder if perform any of its obligations hereunder if
such failure is a direct such failure is a direct consequence of delay
consequence of delay in in the felling of trees. The land required for
the felling of trees. The construction of Project Highway
Parties hereto agree hindered by such trees shall be included
that the felled trees shall in Clause 8.2, the Appendix and dealt
be deemed to be owned with accordingly. The Parties hereto agree
by the Authority and that the felled trees shall be deemed to be
shall be disposed in owned by the Authority and shall be
such manner and disposed in such manner and subject to
subject to such such conditions as the Authority may in its
conditions as the sole discretion deem appropriate. For the
Authority may in its sole avoidance of doubt, the Parties agree that
discretion deem the Applicable Permit for felling of trees
appropriate. For the hereunder shall be procured by the Authority
avoidance of doubt, the on or before the Appointed Date and any
Parties agree that if any delay in getting such approval affecting the
felling of trees works shall be considered for adequate
hereunder is in a forest compensation for time and cost."
area, the Applicable
Permit thereof shall be
Page 31 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
procured by the Bidder request to provide the following
Authority within the time details:
specified in the a) No. of trees presently existing in RoW.
Agreement. b) Status of latest permissions for felling of
revenue trees/forest trees.
c) Status of latest estimate for felling of
trees and its approval from the
competent authority.
d) Status of deposition of demand amount.
e) Mode of reimbursement of the amount
that will be incurred by the Contractor for
felling trees.
61 Cl. 10.1.1 – “Within 20 (twenty) days As acquiring of mining permission & borrow As per RFP
Obligations prior of the Appointed Date, area approval is quite a time-consuming
to the Contractor shall: exercise and vital time is lost in the same,
commencement (a)…………… the Bidder requests the Authority (i.e. NHAI)
of Works (b)…………… to directly procure mining rights & borrow
(Page No. 41) (c) ………….. area approval in advance at the bidding
(d) make its own stage itself, which can be leased out to the
arrangements for Contractor for execution and completion of
quarrying of materials the Works.
needed for the Project
Highway under and in Further, the Bidder requests information on
accordance with the the mining right presently available for the
Applicable Laws and Project and also details pertaining to
Applicable Permits.” approved borrow areas.
62 Cl. 10.1.2 – “The Authority shall, Bidder understands that, Appointment of the As per RFP
Obligations prior within 30 (thirty) days of full time Authority’s Engineer will be made
to the date of this before the Appointed Date and the
commencement Agreement, appoint an Contractor shall be entitled for additional
of Works engineer (the
Page 32 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
(Page No. 41) “Authority’s time & cost for delay in Appointment of full
Engineer”) to discharge time Authority’s Engineer.
the functions and duties
specified in this
Agreement, and shall
notify to the Contractor
the name, address and
the date of appointment
of the Authority’s
Engineer forthwith.”
63 Cl. 10.1.6 – The safety audit Bidder requests to modify the clause as
Obligations prior pursuant to Clause under:
to 10.1.5 shall be carried The safety audit pursuant to Clause 10.1.5
commencement out by the Safety shall be carried out by the Safety Consultant
of Works Consultant in respect of in respect of all such design details that have
(Page No. 42) all such design details a bearing on safety of Users as well as
that have a bearing on pedestrians and animals involved in or
safety of Users as well associated with accidents. The
as pedestrians and recommendations of the Safety Consultant
animals involved in or shall be incorporated in the design of the
associated with Project Highway and the Contractor shall
accidents. In the event forward to the Authority’s Engineer a
that any works required certificate to this effect together with the
by the Safety Consultant recommendations of the Safety Consultant.
shall fall beyond the In the event that any works required by the
scope of the Project, the Safety Consultant shall fall beyond the
Contractor shall make a scope of Schedule-B, Schedule-C or
report thereon and seek Schedule-D, the Contractor shall make a
the instructions of the report thereon and seek the instructions of
Authority for Change in the Authority for Change in Scope. For the
Scope. For the avoidance of doubt, the Safety Consultant to
Page 33 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
avoidance of doubt, the be engaged by the Contractor shall be
Safety Consultant to be independent of the design and
engaged by the implementation team of the Contractor.
Contractor shall be
independent of the
design and
implementation team of
the Contractor.
64 Cl. 10.2.1 – Design and Drawings Bidder understands that such works The design of the project highway
Design and shall be developed in pursuant to alternative design shall be including any alternative design criteria
Drawings conformity with the valued as per Clause 13 [Change of Scope]. on account of relaxation in design
(Page No. 43) Specifications and Please confirm. standards due to restricted Right of Way
Standards set forth in Bidder requests to add the following at the in any section is within the scope of work
Schedule-D and in this end of the para: of the Contractor.
Agreement. In the event, the Contractor requires any
relaxation in design standards due to
restricted Right of Way in any section, the
alternative design criteria for such section
shall be provided for review of the
Authority’s Engineer.
65 Cl. 10.2.4(c) - within 15 (fifteen) days Bidder requests to modify the Clause As per RFP
Design and of the receipt of the 10.2.4(c) as follows:
Drawings Drawings, the "within 15 (fifteen) days of the receipt of the
(Page No. 44) Authority’s Engineer Drawings, the Authority’s Engineer shall
shall review the same review the same and convey its
and convey its observations to the Contractor with
observations to the particular reference to their conformity or
Contractor with otherwise with the Scope of the Project and
particular reference to the Specifications and Standards. The
their conformity or Contractor shall not be obliged to await the
otherwise with the observations of the Authority’s Engineer on
Page 34 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
Scope of the Project and the Drawings submitted pursuant hereto
the Specifications and beyond the said period of 15 (fifteen) days
Standards. The and if no such observation is conveyed
Contractor shall not be within the said period the drawings are
obliged to await the deemed acceptable to the Authority's
observations of the Engineer and Contractor shall begin or
Authority’s Engineer on continue Works. Provided, however that in
the Drawings submitted case of a Major Bridge or Structure, the
pursuant hereto beyond aforesaid period of 15 (fifteen) days may be
the said period of 15 extended up to 30 (thirty) days;"
(fifteen) days and may
begin or continue Works
at its own discretion and
risk; Provided, however
that in case of a Major
Bridge or Structure, the
aforesaid period of 15
(fifteen) days may be
extended upto 30 (thirty)
days;
66 Cl. 10.2.5 – Any cost or delay in The Bidder requests the Authority to delete As per RFP
Design and construction arising such unilateral clause.
Drawings from review by the
(Page No. 46) Authority’s Engineer
shall be borne by the
Contractor.
67a Cl. 10.3.1 – The Contractor shall Bidder understand that design & drawings The “Scheduled Completion Date”
Construction of construct the Project are part of Contractor’s scope of work. mentioned in Clause 10.3.1 of the Draft
the Project Highway as specified in Please confirm. Contract Agreement and Clause 5 of
Highway Schedule-B and Bidder understand that reconstruction / the Schedule J shall be read as 730th
(Page No. 45) Schedule-C, and in restoration of the works executed by the old
Page 35 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
conformity with the contractor shall be executed as Change of (Seven Hundred and Thirtieth) day
Specifications and Scope. Hence, the Contractor shall be from the Appointed Date
Standards set forth in entitled for additional time for completion of
Schedule-D and such works over and above the contract
designs provided by the period.
Authority under this Clause 5.1 of Schedule – J specifies the
Agreement. The Scheduled Complete Date shall occur on
Contractor shall be the 730th (Seven Hundred and Tenth) day
responsible for the from the Appointed Date. Please confirm the
correct positioning of all exact date on which Schedule completion
parts of the Works, and date occurs, whether on:
shall rectify any error in
the positions, levels, i) 240 days as per Cl. 10.3.1
dimensions or alignment ii) 730 days as per Cl. 5 (Schedule – J)
of the Works. The 240th iii) (Seven Hundred and Tenth) day as per
(seven hundred and (Schedule – J)
thirtieth) day from the
Appointed Date shall be
the scheduled
completion date (the
“Scheduled
Completion Date”) and
the Contractor agrees
and undertakes that the
construction shall be
completed on or before
the Scheduled
Completion Date,
including any extension
thereof.

Page 36 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
67b Cl. 10.3.2 – "The Contractor shall 1. Bidder requests the Authority to modify As per RFP
Construction of construct the Project the clause restricting applicability of
the Project Highway in accordance Damages only in case of non-achievement
Highway with the Project of the Scheduled Completion Date by the
(Page No. 45) Completion Schedule Contractor for reasons solely attributable to
set forth in Schedule-J. the Contractor. Please confirm.
In the event that the 2. Further, the Bidder request the Authority
Contractor fails to to modify the clause as follows:
achieve any Project "The Contractor shall construct the Project
Milestone or the Highway in accordance with the Project
Scheduled Completion Completion Schedule set forth in Schedule-
Date within a period of J. In the event that the Contractor fails to
30 (thirty) days from the achieve the Scheduled Completion Date
date set forth in within a period of 90 (ninety) days from the
Schedule-J, unless such date set forth in Schedule-J, for the
failure has occurred due reasons solely attributable to the
to Force Majeure or for Contractor, it shall pay Damages to the
reasons solely Authority of a sum calculated at the rate of
attributable to the 0.02% (zero point zero two percent) of the
Authority, it shall pay Contract Price for delay of each day
Damages to the reckoned from the Scheduled Completion
Authority of a sum Date till actual completion of the Works is
calculated at the rate of achieved or the Works are completed;
0.05% (zero point zero provided that if the period for any or all
five percent) of the Project Milestones or the Scheduled
Contract Price for delay Completion Date is extended in accordance
of each day reckoned with the provisions of this Agreement, the
from the date specified date set forth in Schedule-J shall be deemed
in Schedule –J and until to be modified accordingly ..................."
such Project Milestone
is achieved or the Works
Page 37 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
are completed; provided
that if the period for any
or all Project Milestones
or the Scheduled
Completion Date is
extended in accordance
with the provisions of
this Agreement, the
dates set forth in
Schedule-J shall be
deemed to be modified
accordingly ................."
68 Cl. 10.4.1 – During the Construction Bidder request to modify Clause as under: As per RFP
Maintenance Period, the Contractor During the Construction Period, the
during shall maintain, at its Contractor shall maintain, at its cost, the
Construction cost, the existing lane(s) existing lane(s) of the Project Highway so
Period of the Project Highway that the traffic worthiness and safety thereof
(Page No. 46) so that the traffic are at no time materially inferior as
worthiness and safety compared to their condition 10 (ten) days
thereof are at no time prior to the date of this Agreement,
materially inferior as ……………….
compared to their
condition 10 (ten) days
prior to the date of this
Agreement,……………
….
69 Cl. 10.5.1 – "Without prejudice to Bidder requests to add the following delay As per RFP
Extension of time any other provision of event to be considered for extension of time:
for completion this Agreement for and "(f) any delay, impediment or prevention
(Page No. 46 & 47) in respect of extension caused by other authorities/ public or private
of time, the Contractor entities, it's personnel or any other third
Page 38 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
shall be entitled to parties for the reasons not at all attributable
extension of time in the to the Contractor."
Project Completion
Schedule (the “Time
Extension”) to the
extent that completion of
any Project Milestone is
or will be delayed by any
of the following, namely:
(a)............
(b)............
(c)...........
(d).............;and
(e) ..............."
70 Cl. 10.5.5(b) – "(b) the Contractor shall, The Bidder request the Authority to modify As per RFP
Extension of time no later than 10 (ten) the sub Clause 10.5.5(b) as follows. It shall
for completion days after the close of help the prospective Contractor to submit a
(Page No. 48) each month, send realistic Extension of Time application as
further interim claims well as to ascertain the delay with more
specifying the details.
accumulated delay, the
extension of time"(b) the Contractor shall, no later than 10
claimed, and such (ten) days after the close of each quarter,
further particulars as the send further interim claims specifying the
Authority’s Engineer accumulated delay, the extension of time
may reasonably require; claimed, and such further particulars as the
and" Authority’s Engineer may reasonably
require; and"
71 Cl. 11.10 – 11.10.1 For determining Bidder understand that, any cost incurred by As per RFP
Tests that the Works conform the Contractor for testing of the works
(Page No. 51) to the Specifications and executed by the old contractor and remedial
Page 39 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
Standards, the measure in pursuance thereof shall be
Authority’s Engineer reimbursed to the Contractor at actuals in
shall require the addition to the Time Extension.
Contractor to carry out
or cause to be carried
out tests,
…………………
11.10.2 In the event that
results of any tests
conducted under this
Clause 11.10 establish
any Defects or
deficiencies in the
Works, the Contractor
shall carry out remedial
measures and furnish a
report…………..
72 Cl. 11.12 – If, as a result of an Bidder understand that provision of Sub- As per RFP
Rejections examination, inspection, Clause 11.12 is not applicable to the works
(Page No. 52) measurement or testing, executed by the old contractor and any cost
any Plant, Materials, incurred by the Contractor for complying
design or workmanship with the provision of Sub-Clause 11.12 with
is found to be defective respect to works executed by the old
or otherwise not in contractor shall be reimbursed to the
accordance with the Contractor at actuals.
provisions of this
Agreement,……….
73 Cl. 11.13 – "11.13.1 The Bidder requests to modify the Clause As per RFP
Remedial Work Notwithstanding any 11.13.1 as follows:
(Page No. 52 & 53) previous test or
certification, the "Notwithstanding any previous test or
Page 40 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
Authority’s Engineer certification, the Authority’s Engineer may
may instruct the instruct the Contractor in writing
Contractor to: specifying the reasons to:
…………… (a) remove from the Site and replace any
Plant or Materials which are not in
11.13.2 If the Contractor accordance with the provisions of this
fails to comply with the Agreement;
instructions issued by (b) remove and re-execute any work which
the Authority’s Engineer is not in accordance with the provisions of
under Clause 11.13.1, this Agreement and the Specification and
……………… Standards; and
(c) execute any work which is urgently
required for the safety of the Project
Highway, whether because of an accident,
unforeseeable event or otherwise; provided
that in case of any work required on account
of a Force Majeure Event, the provisions of
Clause 21.6 shall apply. "
Bidder understand that the provision of Sub-
Clause 11.3 shall not apply to the works
executed by the old contractor.
74 Cl. 11.17.4 – If suspension of Works The Bidder requests to modify the Clause As per RFP
Suspension of is for reasons not 11.17.4 as follows:
unsafe attributable to the "If suspension of Works is for reasons not
Construction Contractor, the attributable to the Contractor, the Authority’s
Works Authority’s Engineer Engineer shall determine as per good
(Page No. 54) shall determine any industry practice any Time Extension and
Time Extension to which also adjustment to the Contract Price to
the Contractor is which the Contractor is reasonably entitled."
reasonably entitled.

Page 41 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
75 Cl. 12.1.2 – "......................For the The Bidder understands that the Contract As per RFP
Tests on avoidance of doubt, it is Price will be adjusted on account of
completion expressly agreed that additional costs incurred due to such
(Page No. 55) the Authority’s Engineer additional tests. Further, the Bidder
may require the understands that the Contractor shall be
Contractor to carry out entitled to Time Extension and also
or cause to be carried adjustment to Contract Price in case of
out additional Tests, in delay arising out of such event. Please
accordance with Good confirm.
Industry Practice, for
determining the
compliance of the
Project Highway or
Section thereof with the
Specifications and
Standards."
76 Cl. 12.2.1 – "Subject to the Bidder requests to modify the Clause 12.2.1 As per RFP
Provisional provisions of Clause as follows:
Certificate 12.2.5, upon completion "Subject to the provisions of Clause 12.2.5,
(Page No. 55 & 56) of all Works forming part upon completion of all Works forming part of
of the Project Highway, the Project Highway, save and except the
save and except the Works for which Time Extension has been
Works for which Time granted under Clause 10.5, the Authority’s
Extension has been Engineer shall, at the request of the
granted under Clause Contractor, issue a provisional certificate of
10.5, the Authority’s completion substantially in the form set forth
Engineer shall, at the in Schedule-L (the “Provisional Certificate”)
request of the if the Tests for and in respect of the
Contractor, issue a completed Works are successful. The
provisional certificate of Provisional Certificate shall have appended
completion substantially thereto a list of outstanding items of work
Page 42 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
in the form set forth in (the “Punch List”) that need to be completed
Schedule-L (the in accordance with the provisions of this
“Provisional Agreement. The Contractor undertakes to
Certificate”) if the Tests complete the minor outstanding items of
for and in respect of the works in respect of those Sections of the
completed Works are Project Highway for which the Provisional
successful. The Certificate has been issued, within a period
Provisional Certificate of 180 (one hundred and eighty) days of
shall have appended the date of Provisional Certificate, and those
thereto a list of parts of the Works in respect of which Time
outstanding items of Extension has been granted, within the
work (the “Punch List”) extended period thereof.
that need to be .........................The Parties further agree
completed in that Provisional Certificate shall not be
accordance with the issued if the completed Works cannot be
provisions of this safely and reliably placed in service of the
Agreement. The Users thereof. The Authority's Engineer
Contractor undertakes shall issue the Provisional Certificate
to complete the minor within 60 (sixty) days from the date of
outstanding items of request by the Contractor for issuance of
works in respect of the same. If the Authority's Engineer fails
those Sections of the to provide the Provisional Certificate, for
Project Highway for the reasons not attributable to the
which the Provisional Contractor, the Provisional Certificate
Certificate has been shall be deemed to have been issued on
issued, within a period 14th day of expiry of aforementioned 60
of 30 (thirty) days of the days period and any Dispute pertaining
date of Provisional to the same shall be dealt as per Article
Certificate, and those 26 [Dispute Resolution]"
parts of the Works in
respect of which Time
Page 43 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
Extension has been
granted, within the
extended period thereof.
.........................The
Parties further agree
that Provisional
Certificate shall not be
issued if the completed
Works cannot be safely
and reliably placed in
service of the Users
thereof."
77 Cl. 12.2.1 – "..................The Bidder understand that, the works for which As per RFP
Provisional Contractor undertakes Time Extension has been granted, the
Certificate to complete the minor period of 180 days shall be reckoned from
(Page No. 55 & 56) outstanding items of the actual date of completion of such works.
works in respect of Bidder requests that the Damages pursuant
those Sections of the to Sub-Clause 10.3.2 of this Agreement
Project Highway for shall be calculated as percentage of value of
which the Provisional such remaining work and not the Contract
Certificate has been Price. Please confirm.
issued, within a period Bidder requests that, the Contractor liability
of 30 (thirty) days of the to pay Damages for delay in completion of
date of Provisional the remaining Works shall arise only if the
Certificate, and those reasons for delay are solely attributable to
parts of the Works in the Contractor.
respect of which Time
Extension has been
granted, within the
extended period
thereof............."
Page 44 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
78 Cl. 12.3 – "All items in the Punch As per RFP
Completion of List shall be completed
remaining Works by the Contractor in
(Page No. 56 & 57) accordance with the
provisions of this
Agreement. For any
delay in their completion
other than for the
reasons solely
attributable to the
Authority or due to
Force Majeure, the
Authority shall be
entitled to recover
Damages from the
Contractor in
accordance with the
provisions of Clause
10.3.2 of this
Agreement."
79 Cl. 12.2.5 – "No Provisional Bidder understands that in the event the As per RFP
Provisional Certificate shall be Authority could not hand over certain
Certificate issued under the part/section of the ROW to the Contractor
(Page No. 56) provisions of this Clause for any reason whatsoever, one year prior to
12.2 until the Contractor the Scheduled Completion Date, the
has submitted valid Authority shall delink the said part/ section
claims for payment of at of the Project for purpose of issuance of the
least 80% (eighty per Provisional Certificate under Clause 12.2.
cent) of the amount Please confirm.
arrived at after reducing
the lump sum price
Page 45 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
specified in Clause
19.1.1 by the amount
attributable to works
which have been
withdrawn under the
provisions of Clause
8.3.3.............."
80 Cl. 13.1.2 – "Change of Scope shall Bidder requests the Authority to add the As per RFP
Change of Scope mean: following event under this categories of
(Page No. 58) (a) change in Clause 13.1.2:
specifications of any "d. reconstruction / restoration of the works
item of Works; already executed by the old contractor,
(b) omission of any work maintenance of the works executed by the
from the Scope of the old contractor during Construction Period,
Project except under its Maintenance and its Defects Liability.
Clause 8.3.3; provided e. changes to the levels, positions and/or
that, subject to Clause dimensions of any part of the Works.
13.5, the Authority shall f. changes to the sequence or timing of the
not omit any work under execution of the Works.
this Clause in order to g. execute additional work of any kind
get it executed by any necessary for the completion of the Works;
other authority; and / or and/or
(c) any additional work, h. any change in Authority's requirement
Plant, Materials or including the provisions stated under
services which are not applicable Schedules forming the Scope of
included in the Scope of Works."
the Project, including
any associated Tests on
completion of
construction."

Page 46 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
Bidder understands that, the Authority shall
not require the contractor to undertake any
changes after 50% financial progress w.r.t
Contract Price have been achieved.
If the situation warrants, the COS Order can
be issued thereafter also subject to the
condition that the works forming part of or
affected by such Order shall not be
reckoned for purposes of determining
completion of the Works and issuing of the
Provisional Certificate. A similar provision is
also there in the concession agreement
wherein the Authority shall not require the
contractor to undertake changes if such
changes are likely to delay the works.
Secondly, the Authority must issue COS
Order within 15 days of receipt of requisite
information from the Contractor. Please
confirm.
81 Cl. 13.2.1 - In the event of the Bidder requests to issue Change of Scope As per RFP
Procedure for Authority determining Order within 15 days from the date of
Change of Scope that a Change of Scope submission of cost estimate of the same.
(Page No. 58) is necessary, it may Further, Authority is requested to pay 25%
direct the Authority’s of total value of such Change of Scope
Engineer to issue to the Order as an advance payment along with
Contractor a notice the Change of Scope Order to take up such
specifying in reasonable works. Please confirm.
detail the works and
services contemplated
thereunder (the

Page 47 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
“Change of Scope
Notice”).
82 Cl. 13.2.3 - “The Contractor’s In case of any COS, the design and As per RFP
Procedure for quotation of costs for the drawings have to be developed by the
Change of Scope Change of Scope shall Contractor by incurring additional costs,
(Page No. 59) be determined on the which the Contractor could not get
following principles: compensated by the cost arrived at by using
……………………..” the MORTH Standard Data Book. Further,
the contract contemplates that the Contract
Price includes all duties, taxes, royalty, and
fee levied in accordance with the laws and
regulations in force, however, there is no
provision for payment of such duties, taxes,
royalty, and fee under calculation as per
MoRTH Standard Data Book.
Therefore, the Bidder request that, the
procedure for deriving the cost of COS
under Sub-Clause 13.2 of the EPC
Agreement should be amended duly taking
into account the design charges and also all
duties, taxes, royalty, and fee levied in
accordance with the laws and regulations in
force at the time of COS. Please confirm.
83 Cl. 13.3 – Payment for Change of 1. The payment of such Change of Scope As per RFP
Payment for Scope shall be made in works shall be released progressively and
Change of Scope accordance with the shall be settled completely within 30 days of
(Page No. 60) payment schedule completion of such works. Any delay in
specified in the Change payment shall carry interest at the existing
of Scope Order. rate of Base Rate plus 2%. Please confirm.
2. The Bidder understands that the Change
of Scope works shall be adjusted for price
Page 48 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
adjustment of various components as per
Clause 19.10 and the Base Date for this
purpose shall be the date of preparation of
estimate for Change of Scope Order or any
other suitable date as fairly determined by
the Authority's Engineer. Please confirm.
84 Cl. 13.4 – "13.4.1 No Change of Bidder requests for addition of the following As per RFP
Restrictions on Scope shall be executed point in Clause 13.4:
Change of Scope unless the Authority has "13.4.4 No Change of Scope Order shall be
(Page No. 60) issued the Change of issued after 50% financial progress w.r.t
Scope Order save and Contract Price have been achieved"
except any Works
necessary for meeting
any Emergency.
13.4.2 Unless the
Parties mutually agree
to the contrary, the total
value of all Change of
Scope Orders shall not
exceed 10 (ten) per cent
of the Contract Price.
13.4.3 Notwithstanding
anything to the contrary
in this Article 13, no
change made
necessary because of
any default of the
Contractor in the
performance of its
obligations under this
Agreement shall be
Page 49 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
deemed to be Change
of Scope, and shall not
result in any adjustment
of the Contract Price or
the Project Completion
Schedule."
85 Cl. 14.1.1 – The Contractor shall Bidder understand the Article 14 As per RFP
Maintenance maintain the Project (Maintenance) shall apply to the Works
obligations of the Highway for a period of excluding works executed by the old
Contractor 4 (four) years contractor which shall be dealt Change of
(Page No. 62) commencing from the Scope under Article 13.
date of the Provisional
Certificate (the
“Maintenance Period”).
For the performance of
its Maintenance
obligations, the
contractor shall be paid
0.5% of the Contract
Price for the first year
and 1%, 1.5%, 2% of the
Contract Price for the
second, third and fourth
year respectively in
case of road
projects…………….
86 Cl. 14.7 – "In the event the Bidder requests the Authority to modify the As per RFP
Authority’s right Contractor does not Clause 14.7 as follows:
to take remedial maintain and/or repair "In the event the Contractor does not
measures the Project Highway or maintain and/or repair the Project or any
(Page No. 64) any part thereof in part thereof in conformity with the
Page 50 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
conformity with the Maintenance Requirements, the
Maintenance Maintenance Manual or the Maintenance
Requirements, the Programme, as the case may be, and fails
Maintenance Manual or to commence remedial works or have
the Maintenance established such reasons for not being
Programme, as the case able to commence remedial work within 15
may be, and fails to (fifteen) days but not later that 30 (Thirty)
commence remedial days of receipt of the Maintenance
works within 15 (fifteen) Inspection Report under Clause 15.2 or a
days of receipt of the notice in this behalf from the Authority or the
Maintenance Inspection Authority’s Engineer, as the case may be,
Report under Clause the Authority shall, without prejudice to its
15.2 or a notice in this rights under this Agreement including
behalf from the Authority Termination thereof, be entitled to undertake
or the Authority’s such remedial measures at the cost of the
Engineer, as the case Contractor, and to recover its cost from the
may be, the Authority Contractor. In addition to recovery of the
shall, without prejudice aforesaid cost, a sum equal to 10% (ten per
to its rights under this cent) of such cost shall be paid by the
Agreement including Contractor to the Authority as Damages."
Termination thereof, be Please confirm.
entitled to undertake
such remedial
measures at the cost of
the Contractor, and to
recover its cost from the
Contractor. In addition
to recovery of the
aforesaid cost, a sum
equal to 20% (twenty
per cent) of such cost
Page 51 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
shall be paid by the
Contractor to the
Authority as Damages."
87 Cl. 15.2.4 – Any deduction made on The Bidder requests the Authority to modify As per RFP
Inspection and account of non- the Sub-Clauses as follows:
payments compliance will not be "Any deduction made on account of non-
(Page No. 66) paid subsequently even compliance will not be paid subsequently
after establishing the provided the Contractor establish the
compliance thereof. compliance thereof within 30 days of such
Such deductions will deduction with valid reasons for delay in
continue to be made compliance and agreed by the Authority's
every month until the Engineer. Such deductions will continue to
compliance is procured. be made every month until the compliance
is procured."
88 Cl. 17.4 – "In the event that the The Bidder requests the Authority to modify As per RFP
Contractor’s Contractor fails to repair the Clause 17.4 as follows:
failure to rectify or rectify such Defect or "In the event that the Contractor fails to
Defects deficiency within the repair or rectify Defect or deficiency
(Page No. 70) period specified in aroused due to the reason solely
Clause 17.2, the attributable to the Contractor, within the
Authority shall be period specified in Clause 17.2 or have
entitled to get the same established such reasons for not being
repaired, rectified or able to commence defect rectification in
remedied at the 15 days but not later than 30 days which
Contractor’s cost so as is agreed by the Authority’s Engineer, the
to make the Project Authority shall be entitled to get the same
Highway conform to the repaired, rectified or remedied at the
Specifications and Contractor’s cost so as to make the Project
Standards and the conform to the Specifications and Standards
provisions of this and the provisions of this Agreement. All
Agreement. All costs costs consequent thereon shall, after due
Page 52 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
consequent thereon consultation with the Authority and the
shall, after due Contractor, be determined by the Authority’s
consultation with the Engineer. The cost so determined and an
Authority and the amount equal to 10% (ten percent) of the
Contractor, be cost as Damages shall be recoverable by
determined by the the Authority from the Contractor and may
Authority’s Engineer. be deducted by the Authority from any
The cost so determined monies due to the Contractor."
and an amount equal to
twenty percent of the
cost as Damages shall
be recoverable by the
Authority from the
Contractor and may be
deducted by the
Authority from any
monies due to the
Contractor"
89 Cl. 18.1.2 – The Authority’s Bidder understands that, Appointment of the As per RFP
Appointment of Engineer should be full time Authority’s Engineer will not be
the Authority’s appointed within 30 delayed the Appointed Date and the
Engineer days from the date of Contractor shall be entitled for additional
(Page No. 71) this Agreement or time & cost for delay in Appointment of the
before declaration of full time Authority’s Engineer.
Appointed Date. The
Authority shall notify the
appointment or
replacement of the
Authority’s Engineer to
the Contractor.

Page 53 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
90 Cl. 19.2 – “The Authority shall 1. Bidder requests to make an interest free As per RFP
Advance make an interest- Advance Payment to facilitate the
Payment bearing (@ Bank Rate$) Contractor and the amount of Bank
(Page No. 75) advance payment (the Guarantee shall be equal to the amount of
“Advance Payment”), the advance being availed by the
equal in amount to 10 Contractor.
(ten) percent of the 2. Bidder also requests the Authority to stay
Contract Price, abide by the schedule of Advance Payment
exclusive for stated under Cl 19.2 to avoid cash flow crisis
mobilisation expenses. for mobilization works. In case of delay in
The Advance Payment release of Advance Payment for reasons not
for mobilisation attributable to the Contractor, further
expenses shall be made delaying the works shall be considered for
in two instalments each determining Time Extension and related
equal to 5% (five costs, if any, at actuals. Please confirm.
percent) of the Contract
Price. The second 5%
(five percent)
mobilisation advance
would be released after
submission of utilization
certificate by the
Contractor for the first
5% advance already
released earlier.
………………………….”
91 Cl. 19.2.8 – If the Advance Payment Bidder request that interest shall be levied As per RFP
Advance has not been fully repaid only on part of the Advance Payment
Payment prior to Termination balance to be re-paid at the time of
(Page No. 77) under Clause 21.7 or Termination and that too if the reason for
Article 23, as the case
Page 54 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
may be, the whole of the Termination is solely attributable to the
balance then Contractor. Please confirm.
outstanding shall
immediately become
due and payable by the
Contractor to the
Authority. Without
prejudice to the
provisions of Clause
19.2.7, in the event of
Termination for
Contractor Default, the
Advance Payment shall
be deemed to carry
interest at the rate of
10% (ten per cent) per
annum from the date of
Advance Payment to the
date of recovery by
encashment of the Bank
Guarantee for the
Advance Payment. For
the avoidance of doubt,
the aforesaid interest
shall be payable on
each instalment of the
Advance Payment,
regardless of whether
the instalment or any
part thereof has been

Page 55 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
repaid to the Authority
prior to Termination.
92 Cl. 19.7.4 – The Authority shall pay The bidder request release of maintenance As per RFP
Payment for to the Contractor every payment on monthly basis in line with
Maintenance of quarter any amount due Clause 19.4 and 19.5 to maintain the steady
the Project under any IPC under cash flow for carrying out Maintenance
Highway this Clause 19.7. The Works.
(Page No. 79) payment shall be made
no later than 30 (thirty)
days from the date of
submission of the last
IPC for the relevant
quarter.
93 Cl. 19.9.1 – “…………………….. Bidder understands that, period of 30 days As per RFP
Time of payment (a) payment shall be mentioned under Clause 19.9.1 (a) for
and interest made no later than 30 releasing payment is specifically with
(Page No. 80) (thirty) days from the respect to the payment of balance 10% of
date of submission of the Stage Payment Works under Clause
the Stage Payment 19.5.2.
Statement by the
Contractor to the
Authority’s Engineer for
certification in
accordance with the
provisions of Clause
19.4 for an IPC;
provided that, in the
event the IPC is not
issued by the Authority’s
Engineer within the
aforesaid period of 30
Page 56 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
(thirty) days, the
Authority shall pay the
amount shown in the
Contractor’s Stage
Payment Statement and
any discrepancy therein
shall be added to, or
deducted from, the next
payment certificate
issued to the Contractor;
and
(b) …………………..”
94 Cl. 19.10.4 (d) – "AI = The WPI for As the base year of All-India Wholesale The WPI for “Manufacture of machinery
Price adjustment construction machinery Price Index (WPI) has been revised from for mining, quarrying and construction”
for the Works for the month three 2004-05 to 2011-12 by the Office of shall be considered in substitution of
(Page No. 82) months prior to the Economic Advisor (OEA), Department of construction machinery.
month to which the IPC Industrial Policy and Promotion, Ministry of
relates." Commerce and Industry, construction
machinery is no more the part of update
WPI. Please clarify which item to be
considered in substitution.
95 Cl. 19.10.4 (d) – "CO = The WPI for grey As the base year of All-India Wholesale The WPI for “ordinary port land cement”
Price adjustment cement for the month of Price Index (WPI) has been revised from shall be considered in substitution of grey
for the Works the Base Date” 2004-05 to 2011-12 by the Office of cement.
(Page No. 82) Economic Advisor (OEA), Department of
Industrial Policy and Promotion, Ministry of
Commerce and Industry, grey cement is no
more the part of update WPI. Please clarify
which item to be considered in substitution.
96 Cl. 19.10.4 (d) – "LO = The consumer Bidder requests to modify this clause as As per RFP
price index for industrial follows:
Page 57 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
Price adjustment workers for the circle in "LO = Minimum rates of Wages published by
for the Works the State of Rajasthan the Chief Labour Commissioner, Ministry of
(Page No. 82) (Jaipur), published by Labour & Employment, Govt. of India or
Labour Bureau, Ministry Labour Commissioner of State, whichever
of Labour, Government higher, for the month of the Base Date.
of India, (hereinafter
called “CPI”) for the LI = Minimum rates of Wages published by
month of the Base Date. the Chief Labour Commissioner, Ministry of
Labour & Employment, Govt. of India or
LI = The CPI for the Labour Commissioner of State, whichever
month three months higher, for the month to which the IPC
prior to the month to relates."
which the IPC relates."
97 Cl. 19.10.4 (d) – "SI = The WPI for steel As the base year of All-India Wholesale The WPI for “mild steel – long products”
Price adjustment (re-bars) for the month Price Index (WPI) has been revised from shall be considered in substitution of steel
for the Works three months prior to the 2004-05 to 2011-12 by the Office of (re-bars).
(Page No. 82) month to which the IPC Economic Advisor (OEA), Department of
relates.” Industrial Policy and Promotion, Ministry of
Commerce and Industry, steel (re-bars) is
no more the part of update WPI. Please
clarify which item to be considered in
substitution.
98 Cl. 19.17.3 – "The Authority’s The Bidder understands that selected bidder As per RFP
Change in Law Engineer shall, within 15 shall be compensated at actuals in terms of
(Page No. 86) (fifteen) days from the both time and related costs in case of such
date of receipt of the eventuality hampering the scheduled project
notice from the completion date or any extension thereof.
Contractor or the Please confirm.
Authority, determine any
addition or reduction to
the Contract Price, as
Page 58 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
the case may be, due to
the Change in Law."
99 Cl. 21.8.1 – In the event of this The Bidder requests to compensate the As per RFP
Termination Agreement being Contractor for losses due to idling/ retention
Payment for terminated on account of resources on the Site during such period
Force Majeure of a Non-Political Event, of Force Majeure causing Termination as
Event the Termination Termination shall occur only upon the
(Page No. 96) Payment shall be an occurrence of such event for a period of 60
amount equal to the days or more within a continuous period of
sum payable under 120 days causing idling/ retention of
Clause 23.5. selected bidder's resources for such period.
Provided that in the Please confirm the same.
event Termination
occurs during the
Maintenance Period, the
Authority’s Engineer
shall only determine the
value of Works
associated with
Maintenance.
100 Cl. 21.8.2 – If Termination is on As per RFP
Termination account of an Indirect
Payment for Political Event, the
Force Majeure Termination Payment
Event shall include:
(Page No. 96 & 97) (a) any sums due and
payable under Clause
23.5; and
(b) the reasonable cost,
as determined by the
Authority’s Engineer, of
Page 59 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
the Plant and Materials
procured by the
Contractor and
transferred to the
Authority for use in
Construction or
Maintenance, only if
such Plant and
Materials are in
conformity with the
Specifications and
Standards;
………………..
101 Cl. 21.8.3 – "If Termination is on As per RFP
Termination account of a Political
Payment for Event, the Authority
Force Majeure shall make a
Event Termination Payment to
(Page No. 97) the Contractor in an
amount that would be
payable under Clause
23.6.2 as if it were an
Authority Default."
102 Cl. 23.5.1 – "Within a period of 45 As per RFP
Valuation of (forty-five) days after
Unpaid Works Termination under
(Page No. 104) Clause 23.1, 23.2 or
23.3, as the case may
be, has taken effect, the
Authority’s Engineer
shall proceed in
Page 60 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
accordance with Clause
18.5 to determine as
follows the valuation of
unpaid Works (the
“Valuation of Unpaid
Works”):
(a) value of the
completed stage of the
Works, less payments
already made;
(b) reasonable value of
the partially completed
stages of works as on
the date of Termination,
only if such works
conform with the
Specifications and
Standards; and
(c) value of
Maintenance, if any, for
completed months, less
payments already
made,"
103 Cl. 23.1.1 – "……………… Bidder requests to replace the following As per RFP
Termination for (c) the Contractor does points of the said clause:
Contractor not achieve the latest "(c) the Contractor does not achieve the
Default outstanding Project latest outstanding Project Milestone due in
(Page No. 100) Milestone due in accordance with the provisions of Schedule-
accordance with the J, subject to any Time Extension, and
provisions of Schedule- continues to be in default for 45 (forty five)
J, subject to any Time
Page 61 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
Extension, and days for reasons solely attributable to the
continues to be in Contractor;
default for 45 (forty five) (f) the Project Completion Date does not
days; occur within the period specified in
(d)……………… Schedule-J for the Scheduled Completion
(e)…………….. Date, or any extension thereof, for reasons
(f) the Project solely attributable to the Contractor;
Completion Date does (g) to be deleted"
not occur within the
period specified in
Schedule-J for the
Scheduled Completion
Date, or any extension
thereof;
(g) failure to complete
the Punch List items
within the periods
stipulated there for in
Clause 12.2.1;
…………………………
…."
104 Cl. 23.2.1 – "In the event that any of Bidder request the Authority to include the As per RFP
Termination for the defaults specified following provision:
Authority Default below shall have
(Page No. 102) occurred, and the "f) the Authority fails to provide, within a
Authority fails to cure period of 365 (three hundred and sixty five
such default within a days) from the Appointed Date, the Right of
Cure Period of 90 Way and other statutory clearances required
(ninety) days or such for construction of the Project; "
longer period as has
been expressly provided
Page 62 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
in this Agreement, the
Authority shall be
deemed to be in default
of this Agreement (the
“Authority Default”)
unless the default has
occurred as a result of
any breach of this
Agreement by the
Contractor or due to
Force Majeure. The
defaults referred to
herein shall
…………………………
…..”
105 Cl. 28.1 – ““Appointed Date” This provision of Appointed Date and the As per RFP
Definitions means that date which conditions set forth herein does not address
(Page No. 120) is later of the 30th day of the actual bottlenecks encountered by the
the date of this contractors before the commencement of
Agreement, the date on the Works.
which the Contractor In addition to aforesaid provision, it is
has delivered the requested to include the following provisions
Performance Security in as a condition precedent to be fulfilled by the
accordance with the Authority prior to declaration of the
provisions of Article 7 Appointed Date:
and the date on which a. For the purposes of providing constructive
the Authority has possession of the Right of Way to the
provided the working Contractor, ROW must be available in full
front on no less than width and having completed all the
90% (Ninety per cent) of formalities as per provision of 3 H of NH
Act, 1956.
Page 63 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
the total length of b. A full-time Authority’s Engineer must have
Project Highway;" been appointed.
c. Necessary permits and sanction of
estimate of utility shifting (i.e. installation of
new utilities and removal of existing
utilities) is in place, payment have been
deposited directly by the Authority with the
entity owning the utility including the
supervision charges.
d. Necessary permits and approved cost
estimate for felling of trees must be in
place. All the formalities required for
commencing felling of trees in forest area
including the nationalized trees have been
concluded by the forest department.
e. Necessary permits and approved cost
estimates for removal of structures have
been completed by the Authority. All the
formalities required for commencing
dismantling of obstructing structures have
been concluded by the Authority.

Further, in case of any delay in declaring


Appointed Date beyond 120 days from the
last date of submission of Bid, the Bid price
shall be revised for escalation in prices to be
paid upfront for the period between
scheduled Appointed Date and actual
Appointed Date along with the other
compensation, if any, arising due to such
delay. Notwithstanding the above, the
Page 64 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
Contractor shall be at liberty to terminate the
Contract Agreement at any time beyond this
period if Appointed Date is not declared so.
In such case the selected bidder shall be
compensated at actuals in case of any
losses suffered by it during this period.
Please confirm.

Also, Appointed Date shall not be declared


on the onset of or during the monsoon
season. Please confirm.
106 Cl. 28.1 – ““Taxes” means any Bidder requests to modify this Clause as The word GST stands inserted after the
Definitions Indian taxes including follows: word ‘including’ and before the word
(Page No. 127) excise duties, customs “Taxes” means any Indian taxes including ‘excise duties’ in the given definition.
duties, value added tax, GST, excise duties, customs duties, value
sales tax, local taxes, added tax, sales tax, local taxes, cess and
cess and any impost or any impost or surcharge of like nature
surcharge of like nature (whether Central, State or local) on the
(whether Central, State goods, Materials, equipment and services
or local) on the goods, incorporated in and forming part of the
Materials, equipment Project Highway charged, levied or imposed
and services by any Government Instrumentality, but
incorporated in and excluding any interest, penalties and other
forming part of the sums in relation thereto imposed on any
Project Highway account whatsoever. For the avoidance of
charged, levied or doubt, Taxes shall not include taxes on
imposed by any corporate income;
Government
Instrumentality, but
excluding any interest,
penalties and other
Page 65 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
sums in relation thereto
imposed on any account
whatsoever. For the
avoidance of doubt,
Taxes shall not include
taxes on corporate
income;”
107 Annex II The dates on which the Bidder understand that Right of Way shall 90% of RoW including additional land for
(Schedule – A) – Authority shall provide be handed over to the Contractor on full development of interchanges, wayside
Dates for Right of Way to the length and full width of the section as amenities and other project facilities will
providing Right of Contractor on different mentioned under this Clause. be provided on appointed date and
Way (Page No. 8) stretches of the Site are remaining 10% will be handed over within
stated below:……… the time period specified in the draft
Contract Agreement.
108 Cl. 1.2.6 The entire cross- The Bidder understands that the scope As per RFP
(Schedule – B) – sectional elements shall defined in the schedules is accurate and
Width of be accommodated in forms the base for arriving at the bid price.
Carriageway the available/proposed Hence, requests the Authority to delete such
(Page no. 29) ROW. If required, arbitrary provision.
suitable retaining
structures shall be
provided to
accommodate the
highway cross section
within the available/
proposed ROW and the
same shall not
constitute a Change of
Scope, save and except
any variations in the
length arising out of a
Page 66 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
Change of Scope
expressly undertaken in
accordance with the
provisions of Article 13.
109 Cl. 2.6 Connecting The Bidder understands that the scope As per RFP
(Schedule – B) – Roads/Service Roads/ defined in the schedules is accurate and
Connecting Slip Roads shall be forms the base for arriving at the bid price.
Roads/Service constructed at the Hence, requests the Authority to delete such
Roads/Slip Roads locations and for the arbitrary provision.
(Page no. 30 & 31) lengths indicated below:
…………………
Note:
1. Above length of the
service/ slip/ connecting
roads is indicative and
minimum specified. The
actual length of the
service/ slip/ connecting
roads shall be
determined by the
Contractor in
accordance with the
IRC:SP:99-2013
requirements with
approval from the
Authority’s Engineer.
Any increase in the
length specified in this
Clause of Schedule-B
shall not constitute a
Change of Scope, save
Page 67 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
and except any
variations in the length
arising out of a Change
of Scope expressly
undertaken in
accordance with the
provisions of Article 13.
2. The realignment of
existing track to the
SVUP outside the
PROW and connecting
roads between
consecutive
underpasses wherever
required as per plan &
profile uploaded with bid
document and specified
in Annex III of schedule
A is to be constructed by
the contractor as per
site requirement in
consultation with
Authority Engineer and
the same would not
constitute any change of
scope.
3. ……………………….
110 Cl. 2.7 Grade separated As per RFP
(Schedule – B) – structures shall be
provided as per
paragraph 2.13 of the
Page 68 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
Grade separated IRC:SP:99-2013.
structures (Page Proposed levels at
no. 31 & 33) structure locations as
shown in plan & profile
specified in Annex III of
schedule A are only for
guidance and any
changes in levels shall
not constitute any
change of scope. The
requisite particulars are
given below:
…………………………
….
Note: The length of
loops and ramps are
minimum and likely to
get changed as per site
requirement; Any
change as per site
requirement may not
constitute change of
scope, save and except
any variations in the
length arising out of a
Change of Scope
expressly undertaken in
accordance with the
provisions of Article 13.
111 Cl. 3 (a) ………………………… As per RFP
(Schedule – B) – ….
Page 69 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
Intersections and Note:
grade separators (i) ………………..
(Page no. 36 & 37) (ii) Any other
junction not mentioned
above but observed
during the construction
of the project shall be
improved as per
IRC:SP:99-2013
requirements. The
same shall not
constitute a Change of
Scope, save and except
any variations arising
out of a Change of
Scope expressly
undertaken in
accordance with the
provisions of Article 13.
(iii) The contractor
shall take up ‘Detailed
Engineering study’ to
ascertain further details
of all intersections and
treatment of the
intersections shall be
designed in accordance
with the latest
guidelines mentioned
out in section-3 of
IRC:SP:99-2013.The
Page 70 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
same shall not
constitute a Change of
Scope, save and except
any variations arising
out of a Change of
Scope expressly
undertaken in
accordance with the
provisions of Article 13.
(iv) …………………

(v) Location and
span arrangement of
grade-separated
structures are
indicative. Exact
location may be decided
in consultation with
Authority Engineer. Any
Change in span
arrangement shall not
be treated as change of
scope, save and except
any variations in the
length arising out of a
Change of Scope
expressly undertaken in
accordance with the
provisions of Article 16.
112 Cl. 7.2 ……………….. The Bidder understands that the scope As per RFP
(Schedule – B) – Note: defined in the schedules is accurate and
Page 71 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
Culverts 1. forms the base for arriving at the bid price.
(Page no. 40) ………………………… Hence, requests the Authority to delete such
…... Any additional arbitrary provision.
Barrel length required
as per site conditions
shall not constitute a
Change of Scope, save
and except any
variations arising out of
a Change of Scope
expressly undertaken in
accordance with the
provisions of Article 13.
2.
…………………………
……. Any variations in
ventway/span
arrangements specified
in this Schedule-B shall
not constitute a Change
of Scope, save and
except any variations in
the length arising out of
a Change of Scope
expressly undertaken in
accordance with the
provisions of Article 13.
113 Cl. 10 Minimum 10,000 no. of As per RFP
(Schedule – B) – trees are required to be
planted by the
contractor as
Page 72 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
Compulsory compensatory
Afforestation afforestation in
(Page no. 44) accordance with
IRC:SP:99-2013
keeping in view
IRC:SP:21-2009. Any
increase in no. of trees
shall not be treated as
change of scope, save
and except any
variations arising out of
a Change of Scope
expressly undertaken in
accordance with the
provisions of Article 13.
114 Cl. 12 ………………………… As per RFP
(Schedule – B) – ….
Toe Wall and Note: Above Length
Retaining Walls and height of Toe Wall/
(Page no. 46) Retaining wall is
tentative and minimum
specified. The actual
length of Toe Wall/
Retaining wall shall be
determined by the
Contractor in
accordance with the
IRC:SP:99-2013
requirements with
approval from the
Authority’s Engineer.
Page 73 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
Any increase in the
length and height
specified in this Clause
of Schedule-B shall not
constitute a Change of
Scope, save and except
any variations in the
length arising out of a
Change of Scope
expressly undertaken in
accordance with the
provisions of Article 13.
115 Cl. 15 The length of Structures The Bidder understands that the scope As per RFP
(Schedule – B) – and bridges specified defined in the schedules is accurate and
Change of Scope hereinabove shall be forms the base for arriving at the bid price.
(Page no. 45) treated as an Hence, requests the Authority to delete such
approximate arbitrary provision.
assessment. The
proposed span
arrangement of above
structures may be
changed based on
innovative design of
structure, latest
construction techniques
and aesthetics of
structures and the
actual lengths of
Structures and bridges
as required on the basis
of detailed
Page 74 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
investigations shall be
determined by the
Contractor in
accordance with the
Specifications and
Standards. Any
variations in the lengths
specified in this
Schedule-B shall not
constitute a Change of
Scope, save and except
any variations in the
length arising out of a
Change of Scope
expressly undertaken in
accordance with the
provisions of Article 13.
116 Cl. 2.1 ………………………… As per RFP
Annex - I ….
(Schedule – C) – No. of toll lanes
Toll Plazas specified above are
(Page no. C-2) minimum indicative. The
Contractor shall design
and provide toll lane as
per IRC: SP:99-2013
subject to minimum
specified above. Any
increase in no. of toll
lane shall not be treated
as change of scope,
save and except any
Page 75 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
variations in the length
arising out of a Change
of Scope expressly
undertaken in
accordance with the
provisions of Article 13.
117 Cl. 1.2 ………………………… Bidder requests the Authority to add the As per RFP
(Schedule – E) – ……..Upon occurrence following para at the end of Clause 1.2
Maintenance of any breach (Schedule – E):
Requirements hereunder, the Authority The Authority shall notify the Contractor of
(Page No. 131) shall be entitled to effect its decision to appropriate the relevant
reduction in monthly amount in pursuance with the provisions of
lump sum payment as this Clause 1.2 provided that no deduction
set forth in Clause 14.6 of amount on account of Contractor's
of this Agreement, Default shall be effected by the Authority
without prejudice to the without notifying the Contractor of its
rights of the Authority decision for such deductions, and taking into
under this Agreement, consideration the representation, if any,
including Termination made by the Contractor within 20 (twenty)
thereof. days of such notice."
118 Cl. 4 Notwithstanding Bidder requests the Authority to modify this As per RFP
(Schedule – E) – anything to the contrary Clause as under:
Extension of time specified in this Notwithstanding anything to the contrary
limit Schedule-E, if the specified in this Schedule-E, if the nature
(Page No. 131 & nature and extent of any and extent of any Defect or deficiency
132) Defect or deficiency justifies more time for its repair or
justifies more time for its rectification than the time specified herein,
repair or rectification the Contractor shall be entitled to additional
than the time specified time & cost in conformity with Good Industry
herein, the Contractor Practice. Such additional time & cost shall
shall be entitled to be determined by the Authority’s Engineer
Page 76 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
additional time in and conveyed to the Contractor and the
conformity with Good Authority with reasons thereof.
Industry Practice. Such
additional time shall be
determined by the
Authority’s Engineer
and conveyed to the
Contractor and the
Authority with reasons
thereof.
119 Cl. 1 “The Contractor shall i) Bidder understands that any delay and As per RFP
(Schedule – F) – obtain, as requiredimpediment on account of government
Applicable under the Applicable instrumentalities/ authorities in procuring
Permits Laws, the following various permits and approvals shall entitle
(Page No. 137) Applicable Permits: the Contractor for appropriate Time
Extension and related costs. Please
(a)…………….... confirm.
ii) Bidder request to provide list of Applicable
to Permits already in place for the project.
iii) Bidder also requests the Authority to
(i)…………….” provide clarification, whether forest
clearance is required for the project. If yes,
what is the status of the clearance?
120 Cl. 1.3 1.3 Procedure of Stringent payment procedure as per Modified Schedule H for the project
(Schedule – H) – estimating the value of Schedule H would strangulate the highway is enclosed.
Procedure of work done Contractor’s cash flow. Hence, Bidder
estimating the requests for release of payment as under:
value of work ……………………. Road Works:
done Reconstruction/New 8-Lane
(Page No. 6) Realignment/Bypass (Flexible
Pavement):
Page 77 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
Earthwork up to top of the sub-grade + Site
Clearance – 1 km length
Earthwork in Shoulders – 1 Km length
Sub-base Course (CTSB) – 1 km length
Non bituminous Base course (WMM) – 1 km
length
Bituminous Base course – 1 Km length
Wearing Coat – 1 km length

Culverts/ Minor Bridges and


Underpasses/Overpasses/ Major Bridge
works, ROB/RUB and Structures:
On completion of foundation/ Sub-structure/
Super-structure / Protection Works/ RE Wall
Works [as applicable].
121 Cl. 5.1 The Scheduled Bidder requests to clarify the exact date on Shall be read as 730th (Seven Hundred
(Schedule-J) Completion Date shall which Scheduled Completion Date will occur and Thirtieth) day from the Appointed
Project occur on the 730th from the Appointed Date. Whether on 730 Date.
Completion (Seven Hundred and days or (Seven Hundred and Tenth) from
Schedule Tenth) day from the Appointed Date?
(Page no. 150) Appointed Date.
122 Cl. 1.2 “Any deduction made on Bidder requests to modify the clause as As per RFP
(Schedule – M) – account of non- follows:
Payment compliance with the "Any deduction made on account of non-
reduction for non- Maintenance compliance with the Maintenance
compliance with Requirements shall not Requirements shall not be paid
the Maintenance be paid even after subsequently provided the Contractor
Requirements compliance establish the compliance thereof within 30
(Page No. 156) subsequently. The days of such deduction with valid reasons
deductions shall for delay in compliance and agreed by the
continue to be made Authority's Engineer.”
Page 78 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
every month until
compliance is done.”
123 Cl. 4.18 The Authority’s 1. The Bidder understands that Authority's As per RFP
Annex - I Engineer shall carry out, Engineer shall be the authorized person to
(Schedule – N) – or cause to be carried issue Provisional/ Completion Certificate
Construction out, all the Tests and shall issue the same as per the terms of
Period specified in Schedule-K this Agreement. Please confirm.
(Page No. 162 & and issue a Completion 2. Further, bidder understands that any
163) Certificate or Provisional determination of Time Extension and/ or
Certificate, as the case additional costs shall be carried out within
may be. For carrying out reasonable time and shall not be delayed
its functions under this beyond 60 days from the date of
Paragraph 4.18 and all Contractor's notice in this regard. Please
matters incidental confirm.
thereto, the Authority’s 3. The Bidder understands that the
Engineer shall act under Authority's Engineer shall forward all the
and in accordance with correspondences exchanged between the
the provisions of Article Authority's Engineer & Authority related to
12 and Schedule-K. Project to the Contractor. Please confirm.
124 Cl. 6 6.1 The Authority’s As per RFP
Annex - I Engineer shall
(Schedule – N) – determine the costs,
Determination of and/or their
costs and time reasonableness, that
(Page No. 163 & are required to be
164) determined by it under
the Agreement.
6.2 The Authority’s
Engineer shall
determine the period of
Time Extension that is
Page 79 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
required to be
determined by it under
the Agreement.
6.3 The Authority’s
Engineer shall consult
each Party in every case
of determination in
accordance with the
provisions of Clause
18.5.
125 Cl. 4 “The insurance under The bidder requests to modify the Clause as As per RFP
(Schedule – P) – paragraphs 1 to 3 above follows:
Insurance to be in shall be in the joint “The insurance under paragraphs 1 to 3
joint names names of the Contractor except the resources mobilized by the
(Page No. 168) and the Authority.” Contractor shall be in the joint names of the
Contractor and the Authority.”
Please confirm.
126 General Hydraulic Report Please provide the following hydraulic data All available data has been uploaded
of River/ Nala for all bridges structures. along with the bid document.
1. Bed level
2. Velocity of water
3. Linear water way
127 General Utility shifting Please provide a detailed Utility Relocation Please refer Article 9 of the draft Contract
plan and network drawings of underground Agreement.
telephone lines, OFC & Electric cable lines,
pipe line and other utilities.
We presume that, Authority will obtain the
necessary approvals/permissions regarding
utility shifting plans and their cost estimates
from respective departments. Please
confirm the status.
Page 80 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
128 General Mining and Quarry Request to clarify the restriction on Mining, As per Article 3 of the draft Contract
availability if any, We presume that Authority will obtain Agreement uploaded along with the bid
the necessary permissions/ approvals from document.
respective department before awarding the
project. Please confirm.
129 General Forest Kindly clarify whether any part of the Project The project stretch passes through
Department/Wildlife Highway or any Project Facilities comes protected forest and the proposal for
Sanctuary/Reserved under the Forest Department/Wildlife necessary clearances is under
Forest/Protected Forest Sanctuary/Reserved Forest/Protected submission to the concerned authorities.
Forest and status of the clearance for the
same.
130 Drawing no Chainages of ramps Please provide chainages of all the Ramp Please refer the layout drawings
FIPL/HW/LOT- have not been Alignments MC00, MC10, MC20, MC40 in uploaded along with the bid documents.
4/INT-01 mentioned in the layout plan Copy of the same is appended again for
drawing. reference.
131 Clause 1.4, Clause 1.4 of Schedule Responsibility of the contractor involves The proposed profile of the project
Schedule A, Pg. A states that "The both design and construction. Schedule B, highway as indicated in the Annex-III of
No. 3, Clause 1, alignment plans of the Clause 2 give the freedom to design the Schedule A is an approximate
Annex – III, Project Highway are geometry of the expressway as per assessment. The Contractor shall design
Schedule A, Pg. specified in Annex-III. IRC:SP:99 – 2013. Though there are the alignment plan and profile of the
No. 26, The proposed levels limitations in changing the horizontal project highway based on site as well as
Clause 1, (minimum FRL) as alignment due to land constraints, vertical design requirement mentioned in
Schedule B, Pg. indicated in the profile of the highway has to be designed Schedule D within the available RoW. In
No. 28 alignment plan shall be afresh based on the original ground levels this regard amendment to relevant clause
followed by the obtained from topographic surveys. of Schedule A and B uploaded along with
contractor. The Stipulating minimum FRL criteria is not the reply to pre-bid queries may be
contractor, however, prudent as there is no guarantee on the referred to.
improve/upgrade the original ground levels considered in
Road Profile as Schedule B drawings. The profile of the
indicated in Annexure-III project road is governed by the top level of
structures (VUP, PUP, FO etc.). Minimum
Page 81 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
based on site/design vertical clearance of the structures is fixed.
requirement." However, the depth of superstructure may
Clause 1 (Annex - III) of vary depend on the structural design and
Schedule A states hence the top level guiding the FRL. There
"Finished road level may also be changes in invert levels of VUP
indicated in the & PUPs during the detail design. Hence
alignment plan shall be there will be both raising OR lowering of the
followed by the profile during detailed design, which are
contractor as minimum technically justified. In anyways IRC: SP:99
FRL. In any case, the – 2013 clearly specifies the minimum
finished road level of the embankment height to be followed.
project highway shall Considering the above, the minimum FRL
not be less than those criteria shall be deleted and design freedom
indicated in the as per the essence of EPC contract shall be
alignment plan. The given to the contractor. Kindly confirm.
contractor shall,
however,
improve/upgrade the
Road profile as
indicated in Annexure-III
based on site/design
requirement."
Clause 1 of Schedule A
states "The proposed
profile of the project
highway as indicated in
the Annex-III of
Schedule A shall be
followed by the
contractor (as minimum
FRL) as given in the
Page 82 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
alignment plan. Based
on site/design
requirement, the
Contractor may,
however,
improve/upgrade upon
the alignment plans and
profiles as indicated in
Annexure – III of
Schedule A and raise
the finished roadway
level (FRL) with
approval from the
Authority’s Engineer
within the available
Right of Way."
132 Clause 2.6 Clause 2.6 (Annexure – Kindly confirm that scope of connecting The length of the connecting road shall be
,Annexure – I, I) of Schedule B enlists roads shall be as shown in Plan & Profile as per actual site requirement subject to
Schedule B, Pg. the ‘Stretches of and kindly include all the locations in Clause minimum indicated in the amendment to
No. 30 Connecting Roads’ and 2.6 of Annexure I Schedule B. Schedule B and updated plan & profile
Plan & Profile the respective lengths appended to the reply to pre-bid queries.
Drawing on LHS and RHS. The width of the connecting road shall be
However, from the Plan equal to the width of the existing road/cart
& Profile, connecting track subject to minimum specified in Cl.
roads have been 2.12.3 of IRC: SP: 99-2013.The additional
observed at numerous RoW for these connecting roads shall be
locations other than provided.
those listed in Clause
2.6 (Annexure – I) of
Schedule B.

Page 83 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
Ex: Connecting road km
79+530 to 79+610
(LHS& RHS) and km
85+000 to km 85+120
(LHS & RHS) at LVUP
85+070
133 Clause 2.8, From the typical cross Kindly confirm that the TCS schedule given The TCS schedule as given in Schedule
Annexure – I, section table given in in Schedule B is tentative and actual B is to be followed and shall be treated as
Schedule B, Pg. the cited clause and the schedule shall be as per detail design. an approximate assessment. Actual
No. 33 Plan & Profile Drawing, length of the TCS schedule shall be
Plan & Profile it has been observed prepared by the contractor based on
Drawing that there are TCS detailed investigations and site
mismatch at numerous requirements. Any variation in length of
locations. respective TCS specified in Schedule B
Eg: (1)Between CH shall not constitute a change of scope,
79190- CH 79690 there save and except any variations in the
is no VUP LVUP SVUP length arising out of a change of scope
(2) TCS 2 at the location expressly undertaken in accordance with
of Minor Bridge at CH the provisions of Article 13.
81000
(3) Provision of TCS 3
at CH 90000-CH 90030
although there is no
ROB in the section
(4) TCS 3 is adjacent to
ROB (Span 1X20 at CH
94305) with TCS 3 at
CH 93480 to CH 94840
(5) At CH 90000- CH
90030 No VUP, SVUP,
LVUP, exist TCS
Page 84 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
between CH 79190-
CH79690 should be
Type 1 instead of Type
2
Etc.
134 Clause 2.8, The TCS schedule We understand that at all structure locations As per the TCS schedule specified in
Annexure – I, provided in the clause (MNB/MJB), TCS 4 as given in TCS Schedule B
Schedule B, Pg. includes both drawings is applicable.
No. 33 approaches and Kindly Confirm.
TCS Drawings, pg structures span for
50 MNB/MJB along the
project corridor.
135 Clause 2.8, It has been observed Kindly confirm that TCS type 6 is not TCS Type 06 is not applicable for the
Annexure – I, that TCS 6 that was applicable for the project. project highway as mentioned in the TCS
Schedule B, Pg. provided along with the schedule specified in Schedule B
No. 33 tender documents, has
TCS Drawings not been assigned to
any Chainage as per
TCS widening schedule.
136 Clause 2.8, It has been observed Kindly provide the TCS drawings for loops Query is not concerned with the project
Annexure – I, that the TCS for ramps and ramps. stretch
Schedule B, Pg. and loops have not been
No. 33 provided for the
TCS Drawings interchange at km
181+452.
137 Clause 7.4.1 ROB shall be provided Please confirm the status of GAD approval Joint inspection of the site for the RoB has
,Annexure – I, at km 94+305 from Railways Authority. been completed and the GAD is being
Schedule B submitted for approval Railways after joint
inspection
138 Clause 10, Minimum 10,000 no. of Kindly clarify the number of trees to be The total number of trees to be planted
Annexure – I, trees are required to be planted by the contractor. shall be sum of the number of trees
Page 85 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
Schedule B, Pg. planted by the mentioned under Clause 10, Annexure –
No. 44 contractor as I, Schedule B, and Clause 2.8 , Annex –
Clause 2.8 , Annex compensatory I, Schedule C,
– I, Schedule C, afforestation in
Pg. No. C-12 accordance with IRC:
SP:99-2013 keeping in
view IRC: SP:21-2009.
Any increase in no. of
trees shall not be
treated as change of
scope, save and except
any variations arising
out of a Change of
Scope expressly
undertaken in
accordance with the
provisions of Article 13.

Minimum 40,000 nos. of


trees of desired type in
two rows @5 m c/c near
edge of ROW on both
side and three rows @5
m c/c on central
median(As per
Schedule D) preferably
local varieties like
mango, Neem,
Sheesham, Babul,
Peepal etc. shall be
planted
Page 86 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
139 Clause 12 of Toe wall and retaining Kindly confirm that the mentioned locations The locations of toe walls and retaining
Annexure I, walls : The cited clause are tentative and the wall height shall be aswalls as given in Schedule B is to be
Schedule B, pg 12 mentions the stretches per detailed design. followed and shall be treated as an
of retaining walls. approximate assessment. Actual length
and height of the toe walls and retaining
walls shall be determined by the
contractor based on detailed
investigations and site requirements. Any
variation in length and height of toe walls
and retaining walls specified in Schedule
B shall not constitute a change of scope,
save and except any variations in the
length arising out of a change of scope
expressly undertaken in accordance with
the provisions of Article 13.
140 Clause 3 of Notes: Request the Authority to specify the exact As per RFP
Annexure-I of In most of the notes it isnumber of junctions to avoid the ambiguity.
Schedule B. specified that other Request the authority to specify the exact
junction not mentioned span and length of the grade separated
in schedules shall not structures.
Constitute a change of Any change in the structure length shall be
Scope. treated as COS.
Even it is specified that
the span arrangement of
Grade separated
structures is tentative.
141 Clause 2.2.7 , The cited clause in Kindly clarify the requirement of providing Thrie beam metal crash barriers shall be
Annex – I, schedule C states "Thrie the thrie beam along the median for both provided as mentioned in Cl. 8.1 of
Schedule C, Pg. beam metal crash carriageways. Annexure-I of Schedule B and Clasue-
No. C-3 barriers shall be 2.2.7 of Annexure-I of Schedule C.
Sr. No 6, Clause 2, provided in entire length
Page 87 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
Annex - I, on both sides of each
Schedule D, Pg. main carriageway (i.e.
No. D-2 on earthen shoulder of
TCS Drawings Pg. both side carriageway),
No. 47-49 Loops and Ramps
excluding stretches
covered by bridges and
RE wall structures,
where concrete barriers
to be provided."
The cited clause of
Schedule D states
"Three beam metal
crash barriers shall be
provided in entire length
on both sides of each
main carriageway (i.e.
on median and on
earthen shoulder of both
carriageway), Loops
and Ramps excluding
stretches covered by
bridges and RE wall
structures, where
concrete barriers to be
provided"
However, the TCS
drawings do not indicate
Thrie beam metal crash
barrier on the median
side.
Page 88 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
142 TCS Drawings Pg. The cited clause of Kindly confirm that continuous surface RCC Adequate drainage shall be provided in
No. 46-51 Sr. No 5,
Schedule - D mentions drain shall be provided on earthen shoulders embankments with height more than 6 m
Clause 2, Annex - “Drainage where for all heights of embankment. Also kindly and approaches to structures as per Cl.
I, Schedule D, Pg.Embankment Height is include the same in TCS drawings. 9.4 of the IRC SP 99:2013.
No. D-2 more than 6 meters:
Adequate Continuous
Surface RCC drain
(Except Structures
having approach slabs)
shall be provided on
both side Earthen
Shoulder including RCC
Chutes at designed
intervals with energy
dissipation basin
irrespective of any
Height of Embankment.
The drainage system
shown in TCS shall be
minimum.'However, the
provided TCS drawing
do not show any such
provision for high
embankment sections.
143 TCS Drawings Pg. TCS type 2 and 3 shows It is understood that the stone pitching is Stone pitching is to be provided as per
No. 47-49 Stone pitching in the proposed on slopes near the abutment of relevant TCS and manual requirements
depressed median for the structures and not for the entire length of
full height of the the approach.
embankment. Kindly confirm.
144 Clause 2.1, Annex It has been observed Kindly confirm the total number of toll plaza Toll plaza shall be provided for each
– I, Schedule C, from the Plan & Profile to be provided for each ramp. entry/exit ramp as indicated in the plan
Page 89 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
Pg. No. C-2 and that toll plazas have Also confirm the number of toll lanes to be and profile. No. of toll lane specified each
Plan & Profile been provided on each provided at each location. entry/exit ramp in this clause of Schedule
Drawings for Ramp location. C are minimum indicative. The Contractor
Loops and Ramps However the scope on shall design and provide toll lane as per
number of toll plazas is IRC:SP:99-2013 subject to minimum
unclear in schedule C. specified above. Any increase in no. of toll
lanes shall not be treated as change of
scope, save and except any variations in
the length arising out of a Change of
Scope expressly undertaken in
accordance with the provisions of Article
13.
145 Clause 5.2 of Perpetual Flexible Since perpetual pavement is proposed for Minimum thickness of the pavement
Annexure I of Pavement the project, the thickness shall be fixed as layers has been specified to meet the
Schedule B, pg 37 given Schedule B. The minimum clause for intended functional requirement. Please
traffic and thickness shall be eliminated. refer amendment to schedule B uploaded
Kindly confirm. alongwith reply to pre-bid queries.
146 Clause 5.1, Annex- The cited clause from Kindly confirm that, as per Schedule B, The pavement type for toll plaza shall be
I, Schedule B, Pg. Schedule B states " The Pavement type for Toll Plaza is perpetual rigid pavement as specified in Cl. 12.4.14
No. 37 pavement shall be flexible pavement. of IRC SP:99-2013.
perpetual type for entire
length of project Also update the list of deviation in Schedule
highway; except for D accordingly.
connecting road/slip
road/service road and
wayside amenities
where, flexible
pavement shall be
proposed".

Page 90 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
147 Clause 15, Change of Scope Since this is being a green field project and Clause 15 of Annexure I of Schedule B is
Annexure I of limited time of Bidding period it is impractical clear in this regard
Schedule B, pg 45 for bidders to carry out due diligence in
assessing the total length of structures.
We presume that the Bidders are free to
rearrange the Span arrangement for the
Major and Minor Bridges, keeping the length
of the structure unchanged, as per Schedule
B. Please confirm.
148 Clause 2.6 of Note 2: specifies that, Request the Authority to specify the same in The length of the connecting road shall be
Annexure-I of “The realignment of Annexure-I of schedule-B in tabular form as per actual site requirement subject to
Schedule B. existing track to the indicating the length, width etc. minimum indicated in the amendment to
SVUP outside the Schedule B and updated plan & profile
PROW and connecting appended to the reply to pre-bid queries.
roads between The additional RoW for these connecting
consecutive roads shall be provided.
underpasses wherever
required as per plan &
profile uploaded with bid
document and specified
in Annex III of schedule
A is to be constructed by
the contractor as per
site requirement in
consultation with
Authority Engineer and
the same would not
constitute any change of
scope

Page 91 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
149 Clause 2.4.1 (A), The cited clause states Kindly provide the layout drawing of Rest Typical layout of the proposed wayside
Annex I ofthat "Wayside amenities area as mentioned in the cited clause. amenity as per Schedule C has been
Schedule C, Page of about 0.8 Hectares uploaded alongwith the bid documents
C-4 shall be developed at
the following locations in
accordance to Schedule
- D. The layout with
minimum number of
units per facility and the
minimum area per
facility to be developed
is given in given in the
drawings folder
uploaded along with the
bid documents.
However, the provisions
given in above referred
drawings shall be
minimum".
However, drawings are
not provided for Rest
Area / Other amenities
layout.
150 Clause 2.8 of Landscaping and Tree Contractor requests to provide source of As per Article 3 of the draft Contract
Annex-I of Plantation water for providing Drip Irrigation System. Agreement uploaded along with the bid
Schedule C, pg C- document.
12
151 Clause 2.8 of Landscaping and Tree Contractor requests to provide details and As per Article 3 of the draft Contract
Annex-I of Plantation specifications for the Drip Irrigation System Agreement uploaded along with the bid
Schedule C, pg C- to be provided. document.
12
Page 92 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
152 Clause 2.6, Lighting We understand that the lighting for the Contractor shall provide the entire
Schedule C, pg C- project facilities shall be as per IRC: SP: 99- infrastructure for lighting of the project
11 2013 as mentioned in schedule D. facilities including LT feeders at required
Contractor understands that the requisite LT locations.
feeders at required locations shall be
provided by the Authority.
153 Clause 1.8, Meteorological Data Request to confirm the provisions as this Meteorological data system shall be
Annexure II, System package is only of 36.9 km, approx. provided for the project highway at
Schedule D, pg D- Location : The proposed interchange at Ch. 181+452.
22 Meteorological Data
System shall be located
at an interval of average
100km.
154 Clause 1.6, Annex The Camera viewing By this clause contractor understands that As per Annexure-II of Schedule D.
– II of Schedule D, distance of at least 1km the CCTV camera shall be installed at 2km
pg D-18 in each direction. interval. Please confirm.
155 Clause 1.2, Annex The ATMS shall among Kindly specify the numbers and locations/ As per Annexure-II of Schedule D and
II of Schedule D many things comprise chainages of each of the sub-systems to be reply at S.No. 153 above.
following sub-systems: provided.
i. Communication
backbone
ii. Emergency
Communication System
iii. Mobile
Communication System
iv. Variable Message
Sign System
v. Meteorological Data
System

Page 93 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
vi. Automatic traffic
counter-cum-classifier
system
vii. Video Surveillance
System
viii. Video Incident
Detection System
(VIDS)
ix. Central Control
Room (CCR)
xi. Power Supply
System
156 Schedule B Clause This clause specifies Please confirm that the quantities and Please refer the amendment uploaded
9b for ‘Overhead locations of overhead chainages specified in this clause are not alongwith the reply to pre-bid querries
Cantilever Sign’, cantilever signs. binding and the Contractor shall design as
Pg44 Please confirm that the per IRC:SP:99-2013.
quantities and
chainages specified in
this clause are not
binding and the
Contractor shall design
as per IRC:SP:99-2013.
157 Schedule B Clause This clause specifies Please specify quantity and chainages of
9b for ‘Overhead overhead/cantilever overhead signs at approaches of toll
Cantilever Sign’, signs "other than toll plaza/booths.
Pg44 plaza locations".
However, IRC:SP:99-
2013 does not specify
that overhead signs are
required for toll plaza
approaches.
Page 94 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
Please specify quantity
and chainages of
overhead signs at
approaches of toll
plaza/booths.
158 Schedule B Clause This clause specifies Please confirm that the chainages specified
9b for ‘Overhead locations of overhead in this clause are not binding and the
Gantry Sign’, Pg44 gantry signs. However, Contractor is free to decide locactions of
the locations are on overhead gantry signs as appropriate
straight stretches of the keeping the quantity same as per this
MCW and not at the Clause.
approaches of any
specific
interchange/exit/structur
e, etc.
Please confirm that the
chainages specified in
this clause are not
binding and the
Contractor is free to
decide locactions of
overhead gantry signs
as appropriate keeping
the quantity same as per
this Clause.
159 General Hydraulic data for major 1) Kindly provide the max. Discharge, Available data has been uploaded along
bridges & minor bridges maximum velocity, HFL, lowest water level with the bid documents.
for all major and minor bridges.
2) Whether benefit of the apron shall be As per manual
consider in the major and minor bridges?
Please confirm.
Page 95 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
160 General MNB cum LVUP at ch. Kindly provide the max. Discharge, Available data has been uploaded along
108+782 maximum velocity, HFL, lowest water level with the bid documents.
for minor bridges.
161 General Type & grade of material As an EPC contract, can bidder adopt As per manual
alternate material of structures? Please
confirm. As an EPC contract, can bidder
have flexibility to change the grade
materials? Please confirm.
162 Schedule B Type of Structure and As an EPC contract, can bidder adopt As per manual and Schedule B
span configuration innovative alternate structure or alter the
span or structural configuration of structures
by maintaining client requirements i.e. total
span length & clearances? Please confirm.
163 Schedule B Span arrangements are It is understood that the span arrangement As per Schedule B
given in schedule B for mentioned in “Schedule-B” for all structures
different Structures. (except box type) are Centre line to Centre
line of expansion joint (EJ). However, the
structural drawings provided for the
Vehicular Underpass, Flyover and
Interchanges shows the span arrangement
as clear span (i.e. face to face of pier).
Kindly clarify.
164 General Location of project Whether stretch under consideration is Coordinates of the project highway and
nearer to heavy industries or mines? Please .kmz file of the project alignment has
confirm. already been uploaded for reference of
the bidder.
165 General Special vehicle loading Special vehicle loading is not required. As per Schedule B
Please confirm.
166 Schedule B- Cl. Project Highway is As per IRC SP:99-2013, Cl. 6.2 (i), “Design As project highway is proposed to be
No.7.1 proposed to be loads and stresses shall be as per IRC 6” constructed to eight-lane configuration
constructed to eight- and IRC 6-2017 provides minimum edge with provision for widening to twelve-lane
Page 96 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
lane configuration with clearance for several type of Vehicles. configuration in future, superstructure of
provision for widening to Kindly clarify whether edge clearance as per all structures is to be designed for edge
twelve-lane IRC 6-2017 needs to be considered for movement of the vehicle considering
configuration in future. widening of structures, if not this may lead to stitching of new superstructure in future at
As such, superstructure deviation from manual, hence the same the time of widening. Clause 6.2(i) of the
of all bridges, culverts needs to be updated in Schedule – D of CA. manual, therefore, stands amended and
and structures is to be Schedule D of the Draft Concession
designed for edge Agreement stands updated to the extent
movement of the vehicle specified in this Clause 7.1 of Schedule B
considering stitching of
new superstructure in
future due to widening
for additional lane.
167 General Congestion Factor Congestion factor is not required for this As the project highway is access
project. Please confirm. controlled, congestion factor may not be
considered in calculating live load.
168 Executive Wearing Coat – 50mm As per the “Executive summary” it is As per structural drawing subject to
Summary thick mentioned as 50mm thick wearing coat manual and design requirements
(Project Report) – however the same is mentioned in the
Table 1.16. structural drawing as 65mm thick (40mm
S.No.16 (Page 18 thick bituminous concrete overlaid + 25mm
of 66) thick bituminous mastic asphalt layer).
Kindly clarify.
169 General Existing utilities It is requested that the network drawings of Please refer Article 9 of draft Contract
information regarding the underground and Agreement.
overhead utilities should be made available
along with the detailed relocation plan to all
the bidders.
170 General Seismic Zone Seismic zone is III. Please confirm. As per manual
171 General Basic wind speed Basic wind speed is 39 m/sec. Please As per manual
confirm.
Page 97 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
172 General Exposure condition Exposure condition is moderate as per IRC: As per manual
112. Please confirm.
173 General Material grades – Any change in material grade is permitted to As per manual and Clause 15 of the
(drawings) match with the alternate structural Schedule B
configuration proposed by bidder.
174 General Type of foundation Can bidder proposed alternate type of As per manual and Clause 15 of the
foundation meeting desired contractual Schedule B
requirement.
175 General Expansion joints (a) Can the spacing of expansion joint be As per manual and Clause 15 of the
altered to improve the riding quality Schedule B
(b) Can the bidder avail structural benefit As per manual and Clause 15 of the
of spacing of expansion joint? Schedule B
176 General Protective paints (a) Is elastomeric coating mandatory for As per manual and Clause 15 of the
all component (superstructure / Schedule B
substructure)
(b) Can the bidder avail structural benefit As per manual and Clause 15 of the
of protective paint in exposure condition / Schedule B
cover / crack width estimation.
177 General Bearings Is bidder allowed to consider alternate type As per manual and Clause 15 of the
of bearings? Schedule B
178 General Foundation cutoff / Are founding cutoff levels / founding levels As per manual and Clause 15 of the
Founding levels final or likely to be change as per final soil Schedule B
investigation.
179 General Soil Bearing Capacity Can the bidder consider SBC mentioned in The bidder to carry out detailed
indicated in various various drawings. Please confirm. investigation at the time design and
drawings implementation. However, the SBC as
indicated in drawings based on
geotechnical investigation done by the
Consultant is only for reference.

Page 98 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
180 General Underpasses & culverts Kindly provide the skew angles for Please refer structural drawing and plan
underpasses and culverts. & profile uploaded alongwith the bid
documents
181 General Utility Any change in structure due to unknown As per Clause 15 of the Schedule B
utility consider as change of scope. Please
confirm.
182 General Safe bearing capacity Please confirm the level below the ground / Please refer structural drawing uploaded
of soil bed level to arrive at Safe bearing capacity alongwith the bid documents
mentioned in the drawing.
183 Schedule B Bridges Minimum vertical clearance at center of As per manual and design requirements.
opening shall be maintained below soffit
level of superstructure of bridges as per
relevant IRC standards.
184 Schedule B- Cl. ROB Span arrangement Whether the GAD and span arrangement of Joint inspection of the site for the RoB has
No.7.4.1 (Page 42 and GAD ROB is principally approved by Railway? been completed and the GAD is being
of 51) Can we alter the span arrangement of ROB? submitted for approval Railways after joint
inspection
185 General ROB a) Can temporary supports for erection As per conditions stipulated by the
of steel superstructure for ROB spans within Railways Authorities at the time of
the Railway boundary permitted. Please approval of GAD for RoBs.
confirm.
b) Please confirm any special design
consideration for railway track adjoining
structures.
c) Whether structural dimensions
shown in ROB drawings for steel structure
can be change based on bidders design or
adhere to RDSO design. Please confirm.
186 Schedule B, 7.2 Culverts 1. In case of Earth cushion over box Approach slab can be dispensed with in
culverts, approach slab shall be provided as case of culverts

Page 99 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
per IRC: SP 13, plate 16, 18 and 20. Please
confirm.
2. Bidder under that the roadway width As per manual and design requirements
mentioned in schedule B, 7.2 for new box
culverts are final. Box culverts shall be
provided at main carriageways only. Please
confirm.
3. Additional 36 no. of box culvert 2x2m for Additional culverts are within the scope of
facilitating access to farmers to field are work as defined in Schedule B
final. Additional no. will be treated as change
of scope. Please confirm.
4. Bidder understand that the provisions Please refer clause 15 of the Schedule B
given in IRC: SP – 13 are the guidelines for
the designer. However as an EPC contract,
bidder have a freedom / flexibility in the
design of culverts. Please confirm.
187 clause 2.8, Chainage starts with TCS chainage starts with 79+000. Please The project starts at Haryana/Rajasthan
Schedule B, page 79+000 whereas title confirm start chainage. state boundary which is at skew with the
33 says 78+800 project alignment. The start Chainage of
the project is 78+800 and TCS as at Ch.
79+000 is to be adopted for the stretch
from 78+800 to 79+000.
188 Schedule D Specifications and In case of conflicts in the IRC codes due to As per manual and design requirements
standards revision, latest provisions in MORTH or IRC
codes shall be referred. Please confirm.
189 1.3 Procedure of estimating the value of work done
(a) 1.3.1 Road works
Procedure for estimating the value of road work done shall be as follows:
Table 1.3.1
A. Deleted.

Page 100 of 138


Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
B.1- Modified Schedule H for the project
Reconstruction/N highway is enclosed.
ew 8-Lane
Realignment /
Bypass (Flexible
Pavement)
(1) Earthwork up to Unit of measurement is Unit of measurement is linear length.
top of the sub- linear length. Payment Payment of each stage shall be made on pro
grade + Site of each stage shall be rata basis on completion of a stage in full
Clearance made on pro rata basis length or 1(one) km length, whichever is
(2) Earthwork in on completion of a stage less.
Shoulders in full length or 5(five)
(3) Sub-base km length, whichever is
Course (CTSB) less.
(4) Non bituminous
Base course
(WMM)
(5) Bituminous
Base course
(6) Wearing Coat
B.2- Modified Schedule H for the project
Reconstruction/N highway is enclosed.
ew 8-Lane
Realignment /
Bypass (Rigid
Pavement)
(1) Earthwork up Unit of measurement is Unit of measurement is linear length.
to top of the sub- linear length. Payment Payment of each stage shall be made on pro
grade of each stage shall be rata basis on completion of a stage in full
(2) Sub Base made on pro rata basis length or 1(one) km length, whichever is
Course on completion of a stage less.
Page 101 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
(3) Dry Lean in full length or 5(five)
Concrete (DLC) km length, whichever is
Course less.
(4) Pavement
Quality Control
(PQC) Course
C.1- Modified Schedule H for the project
Reconstruction/ highway is enclosed.
New Service
Road/ Slip Road
(Flexible
Pavement)
(1) Earthwork up to Unit of measurement is Unit of measurement is linear length.
top of the sub- linear length. Payment Payment of each stage shall be made on pro
grade of each stage shall be rata basis on completion of a stage in full
(2) Earthwork in made on pro rata basis length or 1(one) km length, whichever is
Shoulders on completion of a stage less.
(3) Sub-base in full length or 5(five)
Course (CTSB) km length, whichever is
(4) Non bituminous less.
Base course
(WMM)
(5) Bituminous
Base course
(6) Wearing Coat
C.2- Modified Schedule H for the project
Reconstruction/N highway is enclosed.
ew Service road
(Rigid
Pavement)

Page 102 of 138


Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
(1) Earthwork. up Unit of measurement is Unit of measurement is linear length.
to top of the sub- linear length. Payment Payment of each stage shall be made on pro
grade of each stage shall be rata basis on completion of a stage in full
(2) Sub Base made on pro rata basis length or 1(one) km length, whichever is
Course on completion of a stage less.
(3) Dry Lean in full length or 5(five)
Concrete (DLC) km length, whichever is
Course less.
(4) Pavement
Quality Control
(PQC) Course
D- Cost of each culverts For cast in Situ Culvert: Cost of each culvert Modified Schedule H for the project
Reconstruction & shall be shall be determined on pro rata basis with highway is enclosed.
New Culverts on determined on pro rata respect to the total number of culverts.
on existing basis with respect to the Payment shall be made on the completion of
road, total number of culverts. each Culvert
realignments, Payment shall be made
bypasses on the completion of at
least five culverts

Culverts (length For Pre Cast Culvert: Cost of each culvert


<6m) shall be determined on pro rata basis with
respect to the total number of culverts.
Payment shall be made on the completion of
Additional a. Precast Box/ Hume Pipe – 70%
Culverts b. Transportation – 10%
c. Installation – 20 %
(b) 1.3.2 Minor Bridge works and Underpasses/Overpasses.
Procedure for estimating the value of Minor bridge and Underpasses/Overpasses shall be as stated in
Table 1.3.2:
A.I- Deleted.
Page 103 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
A.2- New Minor Modified Schedule H for the project
Bridges highway is enclosed.
(length>6m &
<60m)
(1) Foundation: On Foundation: Cost of Foundation: Cost of each minor bridge shall
completion of the each minor bridge shall be determined on pro- rata basis with
foundation work be determined on pro- respect to the total linear length (m) of the
including rata basis with respect minor bridges. Payment against foundation
foundations for to the total linear length shall be made on pro-rata basis on
wing and return (m) of the minor bridges. completion of atleast two foundations of
walls, abutments, Payment against each bridge.
piers. foundation shall be In case where load testing is required for
made on pro-rata basis foundation, the trigger of first payment shall
on completion of a stage include load testing also where specified.
i.e. not less than 25% of
the scope of foundation
of each bridge subject to
completion of atleast
two foundations of each
bridge.
In case where load
testing is required for
foundation, the trigger of
first payment shall
include load testing also
where specified.
(2) Sub-structure: Sub-structure: Cost of Sub-structure: Cost of each minor bridge
On completion of each minor bridge shall shall be determined on pro- rata basis with
abutments, piers be determined on pro- respect to the total linear length (m) of the
upto the abutment/ rata basis with respect minor bridges. Payment against sub-
pier cap including to the total linear length structure shall be made on pro-rata basis on
Page 104 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
wing/ return/ (m) of the minor bridges. completion of at least two sub structures
retaining wall upto Payment against sub- upto abutment/pier cap level of each bridge.
top structure shall be made
on pro-rata basis on
completion of a stage
i.e. not less than 25% of
the scope of sub-
structure of each bridge
subject to completion of
at least two sub
structures upto
abutment/pier cap level
of each bridge.
(3) Super- Super-structure: (3) Super-structure: Payment shall be made
structure: On Payment shall be made on prorata basis on completion of a stage
completion of the on pro-rata basis on i.e. completion of
super-structure in completion of a stage a. Slab – 80%
all respects i.e. completion of super• b. Wearing Coat, Expansion Joint, Hand
including Girder, structure of atleast one Rail, Crash Barrier, road sign & markings,
Deck slab, span in all respects as tests on completion etc complete in all
bearings, tests on specified in the column respect – 20%
completion in all of "Stage of Payment" in
respect this sub-clause.
(4) Approaches: (4) Approaches: Payments shall be for each
On completion of Minor Bridge made on prorate basis after
approaches completion of both approaches including
including Retaining stone pitching, protection works, etc.
walls, stone complete in all respects as specified.
pitching, protection
works complete in

Page 105 of 138


Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
all respect and fit
for use
(5) Guide Bunds (5) Guide Bonds and River Training Works:
and River Training Payment shall be made on prorata basis on
Works: On completion of a stage i.e. completion of
completion of Guide Bunds and River training Works in all
Guide Bunds and respects as specified.
river training works
complete in all
respects
6) Other Ancillary (6) Other Ancillary Works: Payment shall be
Works: On made on pro-rata basis on completion of a
completion of stage in all respects as specified
wearing coat,
expansion joints,
hand rails, crash
barriers, road signs
& markings, tests
on completion in all
respect.
B.1-Deleted.
B.2- New Modified Schedule H for the project
Underpasses/Ove highway is enclosed.
rpasses
(1) Foundation: On Foundation: Cost of Foundation: Cost of each
completion of the each Underpass/Overpass shall be determined
foundation work Underpass/Overpass on pro- rata basis with respect to the total
including shall be determined on linear length (m) of the minor bridges.
foundations for pro- rata basis with Payment against foundation shall be made
wing and return respect to the total linear on pro-rata basis on completion of atleast
length (m) of the minor
Page 106 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
walls, abutments, bridges. Payment two foundations of each
piers. against foundation shall Underpass/Overpass.
be made on pro-rata In case where load testing is required for
basis on completion of a foundation, the trigger of first payment shall
stage i.e. not less than include load testing also where specified.
25% of the scope of
foundation of each
bridge subject to
completion of atleast
two foundations of each
Underpass/Overpass
In case where load
testing is required for
foundation, the trigger of
first payment shall
include load testing also
where specified.
(2) Sub-structure: Sub-structure: Cost of Sub-structure: Cost of each
On completion of each Underpass/Overpass shall be determined
abutments, piers Underpass/Overpass on pro- rata basis with respect to the total
upto the abutment/ shall be determined on linear length (m) of the minor bridges.
pier cap including pro- rata basis with Payment against sub-structure shall be
wing/ return/ respect to the total linear made on pro-rata basis on completion of at
retaining wall upto length (m) of the minor least two sub structures upto abutment/pier
top bridges. Payment cap level of each Underpass/Overpass.
against sub-structure
shall be made on pro-
rata basis on completion
of a stage i.e. not less
than 25% of the scope of
sub-structure of each
Page 107 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
bridge subject to
completion of at least
two sub structures upto
abutment/pier cap level
of each
Underpass/Overpass.
(3) Super- Super-structure: (3) Super-structure: Payment shall be made
structure: On Payment shall be made on prorata basis on completion of a stage
completion of the on pro-rata basis on i.e. completion of
super-structure in completion of a stage a. Slab – 80%
all respects i.e. completion of super• b. Wearing Coat, Expansion Joint, Hand
including Girder, structure of atleast one Rail, Crash Barrier, road sign & markings,
Deck slab, span in all respects as tests on completion etc complete in all
bearings, tests on specified in the column respect – 20%
completion in all of "Stage of Payment" in
respect this sub-clause.
(4) Approaches: (4) Approaches: Payments shall be for each
On completion of Underpass/Overpass made on prorate basis
approaches after completion of both approaches
including Retaining including stone pitching, protection works,
walls, stone etc. complete in all respects as specified.
pitching, protection
works complete in
all respect and fit
for use
(5) Other Ancillary (5) Other Ancillary Works: Payment shall be
Works: On made on pro-rata basis on completion of a
completion of stage in all respects as specified
wearing coat,
expansion joints,
hand rails, crash
Page 108 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
barriers, road signs
& markings, tests
on completion in all
respect.
(c) 1.3.3 Major bridge works, ROB/RUB and Structures.
Procedure for estimating the value of Major bridge works, ROB/RUB and Structures shall be as
stated in table 1.3.3:
A.1- Deleted.
A.2- New Major Modified Schedule H for the project
Bridges highway is enclosed.
(i) Foundation (i) Foundation: Cost of (i) Foundation: Cost of each Major Bridge
each Major Bridge shall shall be determined on pro rata basis with
be determined on pro respect to the total linear length (m) of the
rata basis with respect Major Bridge. Payment against foundation
to the total linear length shall be made on pro-rata basis on
(m) of the Major Bridge. completion of a stage i.e. on completion of
Payment against atleast one foundations of the major Bridge.
foundation shall be In case where load testing is required for
made on pro-rata basis foundation, the trigger of first payment shall
on completion of a stage include load testing also where specified.
i.e. not less than 25% of
the scope of foundation
of the major Bridge
subject to
completion of atleast
two foundations of the
major Bridge. In case
where load testing is
required for foundation,
the trigger of first
payment shall include
Page 109 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
load testing also where
specified.
(ii) Sub-structure (ii) Sub-Structure:. (ii) Sub-Structure:. Payment against Sub-
Payment against Sub- structure shall be made on pro-rata basis on
structure shall be made completion of a stage i.e. on completion of
on pro-rata basis on atleast one sub-structures of
completion of a stage abutments/piers up to abutment/pier cap
i.e. not less than 25% of level of the major bridge.
the scope of sub-
structure of the major
bridge subject to
completion of atleast
two sub-structures of
abutments/piers upto
abutment/pier cap level
of the major bridge.
(iii) Super-structure (iii) Super-structure: (iii) Super-structure: Payment shall be
(including Payment shall be made made on pro- rata basis on completion of a
bearings) on pro- rata basis on stage i.e. completion of super- structure
completion of a stage including bearings of at least one span in all
i.e. completion of super- respects as specified.
structure including If Pre cast method is adopted Payment @
bearings of at least one 80 % for each span of Girders
span in all respects as &
specified. 20% shall be paid for erection and remaining
works.
(iv) Wearing Coat (iv) Wearing Coat: (iv) Wearing Coat: Payment shall be made
including Payment shall be made on completion of wearing coat including
expansion joints on completion of expansionjoints complete in all respects as
wearing coat including specified.
expansionjoints
Page 110 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
complete in all respects
as specified.
(v) Miscellaneous (v) Miscellaneous: (v) Miscellaneous: Payments shall be made
Items like hand Payments shall be on prorata basis ie on completion of all
rails, crash made on completion of miscellaneous works like hand rails, crash
barriers, road all miscellaneous works barriers, road markings etc. complete in all
markings etc. like hand rails, crash respects as specified.
barriers, road markings
etc. complete in all
respects as specified.
(vi) Wing (vi) Wing walls/return (vi) Wing walls/return walls: Payments
walls/return walls walls: Payments shall shall be made on prorate basis i.e on
be made on completion completion of all wing walls/return walls
of all wing walls/return complete in all respects as specified.
walls complete in all
respects as specified.
(vii) Guide Bunds, (vii) Guide Bunds, River (vii) Guide Bunds, River Training works:
River Training Training works: Payments shall be made on prorate basis
works etc. Payments shall be i.e on completion of all guide bunds/river
made on completion of training works etc. complete in all respects
all guide bunds/river as specified.
training works etc.
complete in all respects
as specified.
(viii) Approaches (viii) Approaches: (viii) Approaches: Payments shall be made
(including Payments shall be on prorate basis i.e.completion of both
Retaining walls, made on completion of approaches including stone pitching,
stone pitching and both approaches protection works, etc. complete in all
protection works) including stone pitching, respects as specified.
protection works, etc.

Page 111 of 138


Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
complete in all respects
as specified.
B.1 – Deleted.
B.2 - (a) ROB Modified Schedule H for the project
(b) RUB highway is enclosed.
(i) Foundation (i)Foundation: Cost of (i)Foundation: Cost of each ROB/RUB shall
each ROB/RUB shall be be determined on pro rata basis with respect
determined on to the total linear length (m) of the
pro rata basis with ROBs/RUBs. Payment against foundation
respect to the total linear shall be made on pro- rata basis on
length (m) of the completion of a stage i.e. on completion of
ROBs/RUBs. Payment atleast onefoundations of the ROB/RUB.
against foundation shall
be made on prorata In case where load testing is required for
basis on completion of a foundation, the trigger of first payment shall
stage i.e. not less than include load testing also where specified.
25% of the scope of
foundation of the
ROB/RUB subject to
completion of atleast
two foundations of the
ROB/RUB.
In case where load
testing is required for
foundation, the trigger
of first payment shall
include load testing also
where specified.
(ii) Sub-structure (ii) Sub-Structure:. (ii) Sub-Structure:. Payment against Sub-
Payment against Sub- structure shall be made on pro-rata basis on
structure shall be made completion of a stage i.e. oncompletion of
Page 112 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
on pro-rata basis on atleast one sub-structures of
completion of a stage abutments/piers upto abutment/pier cap
i.e. not less than 25% of level of the ROB/RUB.
the scope of sub-
structure of the
ROB/RUB subject to
completion of atleast
two sub-structures of
butments/piers upto
abutment/pier cap level
of the ROB/RUB.
(iii) Super-structure (iii) Super-structure: (iii) Super-structure: Payment shall be made
(including Payment shall be made on pro- rate basis on completion of a stage
bearings) on pro- rate basis on be. Completion of super- structure including
completion of a stage bearings of at least one span in all respects
be. Completion of as specified.
super- structure If Pre cast method is adopted Payment @
including bearings of 80 % for each span of Girders
atleast one span in all &
respects as specified. 20% shall be paid for erection and remaining
works.
(iv) Wearing Coat Wearing Coat: Payment Wearing Coat: Payment shall be made on
including shall be made on completion of (a) in case of ROB- wearing
expansion joints in completion of (a) in case coat including expansion joints complete
case of ROB. In of ROB- wearing coat in all respects as specified and (b) in case
case of RUB, rigid including expansion of RUB- rigid pavement under RUB
pavement under joints complete in all including drainage facility complete in all
RUB including respects as specified respects as specified as specified
drainage facility as and (b) in case of RUB-
specified. rigid pavement under
RUB including drainage
Page 113 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
facility |complete in all
respects as specified as
specified
(v) Miscellaneous (v) Miscellaneous: (v) Miscellaneous: Payments shall be made
Items like hand Payments shall be on pro rata basis i.e on .completion of all
rails, crash made on completion of miscellaneous works like hand rails, crash
barriers, road all miscellaneous works barriers, road markings etc. complete in all
markings etc. like hand rails, crash respects as specified
barriers, road markings
etc. complete in all
respects as specified
(vi) Wing (vi) Wing walls/return (vi) Wing walls/return walls: Payments shall
walls/return walls walls: Payments shall be made on prorate basis i.e. on completion
be made on completion of all wing walls/ret^ walls complete in all
of all wing walls/ret^ respects as specified.
walls complete in all
respects as specified.
(vii) Approaches (vii) Approaches: (iii) Approaches: Payment shall be made on
(including Payments shall be pro-rata basis on completion of a stage i.e.
Retaining walls/ made on completion of a. Casting of Panel – 20% ( for each
Reinforced Earth both approaches approach )
wall, stone pitching including stone pitching, b. Backfilling / Erection of Panel – 60% (
and protection protection works, etc. To be paid on completion of 25% of scope
works) complete in all respects for each Approach)
as specified. c. Finishing in all respect – 20 % ( for each
Approach)
C.1- Deleted.
C2 – New Modified Schedule H for the project
Elevated Section / highway is enclosed.
Flyovers/Grade
Separators
Page 114 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
(1) Foundation (i) Foundation; Cost of (1) Foundation; Cost of each Structure shall
each Structure shall be be determination pro rata basis with respect
determination pro rata to the total Linear length (m) of the
basis with respect to the structures. Payment against foundation
total Linear length (m) of shall be made on pro- rata basis on
the structures. Payment completion of at least one foundations of the
against foundation shall structure.
be made on prorata In case where load testing is required for
basis on completion of a foundation, the trigger of first payment shall
stage i.e. not jess than include load testing also where specified.
25% of the scope of
foundation of the
structure subject to
completion of at least
two foundations of the
structure. In case where
load testing is required
for foundation, the
trigger of first payment
shall include load testing
also where specified.
(2) Sub-structure (ii) Sub-Structure: (2) Sub-Structure: Payment against Sub-
Payment against Sub- structure shall be made on pro-rata basis on
structure shall be made completion of a stage i.e. on completion of
on pro-rata basis on at least onesub-structures of
completion of a stage abutments/piers upt abutment/pier cap level
i.e. not less than 25% of of the structure
the scope of sub-
structure of the structure
subject to completion of
at least two sub-
Page 115 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
structures of
abutments/piers upt0
abutment/pier cap level
of the structure
(3) Super- (iii)Super- (3) Super-structure: Payment shall be made
structure (including structure:Payment shall on pro- rata basis on completion of a stage
bearings) be made on pro- rata i.e. completion of super- structure including
basis bearings of at least one span in all respects
on completion of a stage as specified.
i.e. completion of super- If Pre cast method is adopted Payment @
structure 80 % for each span of Girders
including bearings of at &
least one span in all 20% shall be paid for erection and remaining
respects as works.
specified.
(4) Wearing Coat (iv) Wearing Coat: (4) Wearing Coat: Payment shall be made
including Payment shall be made on comp1etion of wearing coat including
expansion joints on comp1et«on of expansion Joints complete in all respects as
wearing coat including specified.
expansion Joints
complete in all respects
as specified.
(5) Miscellaneous (v)Miscellaneous: (5) Miscellaneous: Payments shall be made
Items like hand Paymentsshall be made on prorate basis i.e.completion of all
rails, crash on completion of all miscellaneous works like hand rails, crash
barriers, road miscellaneous works barriers, road markings etc. complete in all
markings etc like hand rails, crash respects as specified.
barriers, road
markings etc. complete
in all respects as
specified.
Page 116 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
(6) Wing (vi) Wing walls/return (6) Wing walls/return walls: Payments
walls/return walls walls: Payments shall shall be made on pro rata basis i.e.
be made on completion of all wing walls/return walls
completion of all wing complete in all respects as specified.
walls/return walls
complete in all respects
as specified.
(7) Approaches (vii) Approaches: (7) Approaches: Payments shall be
(including Payments shall be made on completion of 10 (ten) percent of
Retaining made on completion of total area of approaches including stone
walls/Reinforced both approaches pitching, protection works etc."
Earth wall, stone including stone pitching,
pitching and protection works, etc.
protection works) complete in all respects
as specified
(d) 1.3.4 Other Works
Procedure for estimating the value of other works done shall be as stated in table 1.3.4:
(1) Toll plaza Unit of measurement is Unit of measurement is each completed toll Modified Schedule H for the project
each completed toll plaza. Payment of each toll plaza shall be highway is enclosed.
plaza.Payment of each made on pro rata basis with respect to the
toll plaza shall be made total of all toll plazas
on pro ratabasis with
respect to the total of all
toll plazas
(2) Road side Unit of measurement is Unit of measurement is linear length in km.
drains linear length in km. Payment shall be made on pro rata basis on
Lined Drains / Payment completion of a stage in a length of not less
Unlined Drain shall be made on pro than 5 % (ten per cent) of the total length.
(3) Road signs, rata basis on completion
markings, Km of a

Page 117 of 138


Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
stones, Safety stage in a length of not
devices etc. less than 10 % (ten per
(4) Crash Barrier cent)
of the total length.
(5) Project Payment shall be made Payment shall be made on pro rata basis
Facilities on pro rata basis for for completed facilities.
a) Bus bays completed facilities.
b) Wayside
Amenities
excluding Slip
Roads & but
including all
internal roads
(Service areas
including Truck
Lay-Byes)
c) others
(6) Rain Water Unit of measurement is Unit of measurement is linear length.
Harvesting linear length. Payment Payment shall be made on pro rata basis on
(7) Retaining Wall shall completion of a stage in a length of not less
(8) RE Wall be made on pro rata than 5% (five per cent) of the total length.
(9) Street Lighting basis on completion of a
(10) Utility Ducts stage
(11) ATMS in a length of not less
(12) Road side than 10% (ten per cent)
Plantation of the
including total length.
Horticultrure in
Wayside Amenities
(13) Repair of
protection works
Page 118 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
other than
approaches to the
bridges, elevated
sections/
flyovers/grade
separators and
ROBs/RUBs.
(14) Gabion Wall
(14) safety and Payment shall be made Payment shall be made on prorate basis
traffic on prorate basis every every 3 months.
management six
during construction months.
(15) Other Payment shall be made on prorate basis
miscellaneous every 3 months.
works including
Connecting road &
Junction under
Grade separator
190 Schedule D,
In fill section the Can we reduce the slope as per standard Clause 2, item no. 11 in Schedule D shall
Clause No. 2, Page embankment side slope and IRC specification. be read as 1.5H:1V
D-3 shall be minimum 1.5
(H) : I (V). The
embankment height>6m
shall be designed in
accordance with IRC:75
191 Schedule D, Three beam metal crash Can we provide rope barrier instead of thrie As per RFP
Clause No. 2, Page barriers shall be beam metal beam crash barrier as per
D-3 provided in the entire manual specification.
length on both sides of
each main carriageway
(i.e. on median and on
Page 119 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
earthen shoulder of both
carriageway), loops and
ramps excluding
stretches covered by
bridges and RE wall
structures, where
concrete barriers to be
provided.
191 Schedule B, Minimum 10,000 no. of But as per Schedule C it is given as 40000 The total number of trees to be plated
Clause 10 trees are required to be please clarify. shall be sum of the number of trees
planted by the mentioned under Clause 10, Annexure –
contractor as I, Schedule B, and Clause 2.8 , Annex –
compensatory I, Schedule C,
afforestation in
accordance with
IRC:SP:99-2013
keeping in view
IRC:SP:21-2009. Any
increase in no. of trees
shall not be treated as
change of scope, save
and except any
variations arising out of
a Change of Scope
expressly undertaken in
accordance with the
provisions of Article 13.
192 General Pavement at toll plaza Please clarify will it be rigid or flexible. The pavement type for toll plaza shall be
location rigid pavement as specified in Cl. 12.4.14
of IRC SP:99-2013.

Page 120 of 138


Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
193 Schedule-C, Toll booth buildings Construction of toll booth building is not in Construction of all project facilities
Project facilities the scope of contractor. Please confirm. If including Toll booths as per manual
otherwise, please provide drawings for requirements and as specified in
buildings. Schedule C is included in the scope of
work of the Contractor.
194 Schedule-C, Operation & Construction of operation & maintenance Within the scope of the Contractor as
Project facilities maintenance centre centres is not in the scope of contractor. specified in the Schedule C
Please confirm. If otherwise, please provide
drawings for buildings.
195 General - What is the status of environmental TOR for environmental clearance has
clearance for the project. Please confirm. been approved by MOEF and preparation
of EIA report is under progress.
Environmental clearance is expected by
Dec., 2018
196 General - What is the status of land acquisition for the 3A notification for land acquisition has
project. Is the land for entire project including been published and publication of 3D
land requirement for wayside amenities, slip notification is under progress.
roads, service roads & connecting road is
acquired. Please confirm.
197 General - In view of the fact that number of packages Please refer the amendment uploaded on
of the project are scheduled for submission the portal.
on same date. To ensure good participation
in all the packages & to allow sufficient time
to bidder to assess scope of work for each
of the package it is requested to extend the
date of submission by at least 01 (one)
months.
198 Schedule B, As per Schedule B, Clause 10, Compulsory The total number of trees to be plated
Clause 10 Afforestation Minimum no. of tress are shall be sum of the number of trees
10,000 whereas as per Schedule C under mentioned under Clause 10, Annexure –
section 2.8 Landscaping and Tree
Page 121 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
Plantation point No. 3 Minimum No. of trees I, Schedule B, and Clause 2.8 , Annex –
are mentioned as 40,000. Please Clarify. I, Schedule C,
199 Schedule-H In Schedule-H Column 4 (Percentage Amended Schedule H has been
weightage) appended with the reply to the pre-bid
1. Minor Bridges, Underpasses, queries.
Overpasses the percentage comes
100.02% instead of 100%. Please clarify.
2. For Other works percentage comes out
99.99% instead of 100%. Please Clarify.
200 General What is the status of pre-construction 3A notification for land acquisition has
activities, such as land acquisition, utility been published and publication of 3D
relocations, etc.? notification is under progress. As regards
utility shifting, the joint inspection with
concerned agencies is under progress
and approval of utility shifting estimates
will be ensured at the time of appointed
date.
201 General Does the project road passes through any The project highway passes through
forest land? protected forest and requisite forest
proposal is under submission with the
concerned authorities for necessary
approval.
202 General Please provide us the Feasibility Report Available data has been uploaded along
prepared for the project Road for reference with bid documents.
purpose
203 Shifting of Utilities a.) We presume that there shall be utilities a) The joint inspection for utility shifting is
such as water pipelines, gas pipelines etc. under progress with concerned agencies
running along or crossing over the Project and approval of utility shifting estimates
road. Request Authority to kindly clarify the will be ensured at the time of appointed
status of shifting of such utilities. date.

Page 122 of 138


Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
b.) We understand that the Authority shall be b) Please refer Article 9 of the draft
responsible for shifting of such utilities and Contract Agreement uploaded along with
all cost shall be borne by the Authority. the bid document.
204 Detailed Feasibility Request you to please upload the Feasibility Available data has been uploaded along
Report / Detailed Project Report for reference. with bid documents.
205 Forest Land & Request the Authority to kindly provide The project highway passes through
Clearance details of Forest land to be diverted and protected forest and requisite forest
status of Forest Clearance proposal is under submission with the
concerned authorities for necessary
approval.
206 Wildlife Clearance Request the Authority to kindly provide The project reach does not pass through
Applicability and status of wildlife clearance any wildlife area.

207 Details of Pending Details of all pending litigation against the No litigation at this stage of bidding.
Litigations project?
208 Status of Land (i) Total land required for project (in Ha.) 3A notification for land acquisition has
Acquisition (ii) Land already in possession (EROW) (in been published and publication of 3D
Ha.) notification is under progress.
(iii) Total additional land to be acquired
a) Private land (in Ha.)
b) Govt land (in Ha.)
c) Forest (in Ha.)
(iv) Notification under Section 3(A)
Completed for (in Ha.)
(v) Notification under Section 3(D)
Completed for (in Ha.)
(vi) Determination of Compensation amount
under Section 3(G)
(vii) Area of land for which Funds have been
deposited with Competent Authority for
Land Acquisition (CALA) by NHAI (in Ha.)
Page 123 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
(viii) Areas of land for which compensation
has been disbursed by CALA (in Ha.)
209 Schedule C The Contractor Shall maintain and operate The Contractor shall provide and maintain
Highway Lighting the Highway Lightening including its the Highway Lightening during the
At Toll Plazas, Maintenance during Maintenance Period. maintenance period. The operational cost
Truck Lay Byes, of the same including expenses for
Grade Separated electricity, if any, shall be borne by the
Structures, Authority.
Underpasses,
Build up sections,
Major intersections
& Bus Stops
Locations Bidder
understand that
the electricity
charges shall not
be included in the
scope of the
Contractor. Please
confirm.
210 General Pending Litigation No litigation at this stage of bidding
Delay in execution of the project highways
due to pending litigation , if any, shall be
treated as Political Force Majeure event
amd contractor may kindly be
compensated accodingly .
211 General Bore Well Permissions Please refer Article 3 of the draft Contract
Bidder Request NHAI to Facilitate for getting Agreement uploaded along with the bid
the borewell permission for the excution of document.
work, as it is learnt that the minimum 3-4

Page 124 of 138


Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
month timeframe is required for getting
such permission.
212 Article 4 What is the status of pre-construction The status of pre-construction activities
Obligations of the activities like land acquisition, additional for the project highway including
Authority- 4.l lands as required for Toll Plaza, Bus bays additional RoW to be acquired for various
Obligation of the etc., utility relocations and necessary project facilities has already been
Authority Environmental clearances, forest land indicated above in reference to queries
diversion, tree cutting permission etc.? raised by the bidder.
Since the limit of the project is less months
and there are heavy penalties on non-
achievement of the milestone, any pending
pre-construction activity shall delay the
project and cause under financial loss to the
contractor.
213 Annex-II (Schedule What about the ECA and FCA status for the Please refer above
A) Dates for additional ROW which is under the process
Providing Right of of additional land acquisition by NHAI; as
Way. indicated under footnote.
214 The Government GST is applicable on the above mentioned The bidder has to quote his cost for the
of India (GOI) has components, the Estimated Project Cost of project highway including GST.
introduced Goods NHAI mentioned in RFP Documents may
and Service Tax kindly be revised to that extent.
(GST) in place of
VAT, Central Sales
Tax, Excise Duty
etc. w.e.f.
01.07.2017. At
present, the Road
Infrastructure is
proposed to be
taxed @ 12%
Page 125 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
Goods and
Services Tax
(GST) as per
revised notification
dated 22nd
August, 2017.
215 Pavement Can Contractor adopt alternate pavement To meet the intended functional
thickness for technique as per IRC specification/ requirement of respective pavement layer
Main manual? as well as proper compaction of heavy
Carriageway, Please clarify. bituminous layers on main carriageway,
Service Road, the minimum thickness of respective
Truck Laybye, pavement layers has been indicated in
Bus-bay, etc. Clause 5.2 of Annexure I of Schedule B.
In this regard, amendment to this clause
5.2 of Annexure I of Schedule B uploaded
alongwith pre-bid queries may also be
referred to.
216 28.1 - Definitions 1. In case of any delay in declaring As per RFP
Appointed Date” Appointed Date beyond 120 days from the
means that date date of submission of Bid, the Bid price shall
which is later of the be revised for escalation in prices to be paid
30th day of the upfront for the period between scheduled
date of this Appointed Date and actual Appointed Date
Agreement, the along with the other compensation, if any,
date on which the arising due to such delay. Notwithstanding
Contractor has the above, selected bidder shall be at liberty
delivered the to terminate the Contract Agreement at any
Performance time beyond this period if Appointed Date is
Security in not declared so. In such case the selected
accordance with bidder shall be compensated at actuals in
the provisions of
Page 126 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
Article 7 and the case of any losses suffered by it during this
date on which the period. Please confirm.
Authority has 2- Appointed Date shall not be declared on
provided the Right the onset of or during the monsoon season.
of Way on no less Please confirm.
than 90% (Ninety
per cent) of the
total length of
“Project Highway”
217 Technical You have uploaded the technical schedules Available data relevant to the project has
Schedules A & B of A&B for Pkg. 5 in place of Pkg. 4 in the already been uploaded and amendments
Corrigendum dated 23.08.2018. You are to the same are appended with the reply
requested to kindly provide the technical to the pre-bid queries.
schedules of A&B for the above mentioned
subject work.
218 Plan & Profile In Plan & Profile rom ch. 78730 to ch. 78920
ground levels are mentioned as 999.000.
Hence, you are requested to kindly provide
the ground levels from ch. 78730 to ch.
78920 for the above mentioned subject
work.
219 Feasibility report Kindly provide feasibility report for the above Available data has been uploaded along
mentioned subject work. with bid documents.
220 DCA Price adjustment for the As the base year of WPI is changed from The base year of WPI shall be read as
Cl. 19.10 Works 2004-05 to 2011-12, the commodities are 2011-12 with following change in the
also changed. So, please change the commodities:
commodities to be consider for WPI
changes as per base year 2011-12. The WPI for “Manufacture of machinery
for mining, quarrying and construction”
shall be considered in substitution of
construction machinery.
Page 127 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.

The WPI for “ordinary port land cement”


shall be considered in substitution of grey
cement.

The WPI for “mild steel – long products”


shall be considered in substitution of steel
(re-bars).
221 Schedule B Pavement design Type of pavement at Toll plaza/Toll booths The type of pavement at toll plazas shall
Cl. 5 is not mentioned. Please provide the same. be rigid pavement as mentioned at Cl.
12.4.14 of IRC SP 99-2013.
222 Schedule B Utility ducts in form ofAs per schedule Built-up area is not in Box culverts proposed in Schedule B
Cl. 7.2.9 NP-4 Hume Pipe dia alignment, there is no need of providing shall be used for crossing of underground
1.2m shall be provided utility crossings. Please confirm. utilities, wherever required. However, in
across the Project location where the distance between two
Highway and along with adjacent box culverts is more than 1 km,
inspection chamber for utility ducts in the form of Pipe Culverts
crossing of underground with 1200mm dia for crossings of
utilities in Built-up areas underground utilities shall be provided
as per IRC:SP:99-2013 across the project Highway as per IRC:
requirements. Location SP:99-2013.
for such utility crossing
shall be finalized in
consultation with
Authority Engineer.
223 Schedule C Boundary wall: As the Can we provide the Barbed wire fencing or Typical modified drawing of the boundary
Cl. 2.2.8 Highway is completely Chain link fencing instead of RCC boundary wall to be adopted is enclosed with the
access controlled wall. Please confirm. reply to the pre-bid queries. However, the
facility, boundary wall is contractor, at his own expenses, can
its integral part to help improve upon the same and provide wire
enforcing of the
Page 128 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
acquired access rights. fencing over and above the minimum
Access control extends specified height of the boundary wall.
to the limits of the legal
access control on the
ramps i.e., along the
ramps to the beginning
of the taper on the local
road.
RCC boundary wall
shall be provided along
the entire length on
either side (including
transverse requirements
at structure locations) in
accordance with
Schedule D and
Guidelines vide circular
No.RW/NH-
24036/27/2010-PPP
dated 25.04.2018.
224 Schedule B, Schedule B Cl. 7.3.6- Clauses mentioned are contradictory. So, As per manual and design requirements.
Schedule D Structures in marine please cofirm that we have to consider the
Cl. 7.3.6, environment: Nil Marine/Aggressive environment or not?
Cl. 2 Sl. No. 14 Schedule D Cl.2 Sl. No.
14- Additional protection
measures shall be taken
as per IRC: SP: 80 with
all amendments
considering all
structures in

Page 129 of 138


Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
Marine/Aggressive
Environment
225 Schedule C, Schedule C Cl. 2.2.7- As per schedule B it is mentioned to provide Thrie beam metal crash barriers shall be
Schedule D Crash BarriersThrie Thrie beam crash barrier on earthen provided as mentioned in Cl. 8.1 of
Cl. 2.2.7,Cl. 2 Sl. Beam Steel shoulder only, but as per schedule D it is Annexure-I of Schedule B and Clasue-
No. 8 BarriersThrie beam mentioned to provide Thrie beam crash 2.2.7 of Annexure-I of Schedule C.
metal crash barriers barrier on earthen shoulder and median
shall be provided in also.So, please cofirm which clause we
entire length on both have to consider.
sides of each main
carriageway (i.e. on
earthen shoulder of both
side carriageway),
Loops and Ramps
excluding stretches
covered by bridges and
RE wall structures,
where concrete barriers
to be provided.Concrete
crash barriers shall be
provided on
bridges/structures, RE
Walls/ retaining walls as
specified in Schedule
BSchedule D Cl.2 Sl.
No. 8- Thrie beam metal
crash barriers shall be
provided in entire length
on both sides of each
main carriageway (i.e.
on median and on
Page 130 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
earthen shoulder of both
carriageway), Loops
and Ramps excluding
stretches covered by
bridges and RE wall
structures, where
concrete barriers to be
provided
226 Schedule B Connecting Please provide width of Connecting Road. The width of the connecting road shall be
CL 2.6 Roads/Service equal to the width of the existing road/cart
Roads/Slip Roads track subject to minimum specified in Cl.
2.12.3 of IRC: SP: 99-2013.
227 Schedule B Details of Loop and Please provide chainages and width of Loop Amended layout of the interchange
CL 2.7 Ramp and Ramp indicating the plan & profile of the loop
and ramps along with TCS to be followed
is enclosed.
228 Schedule B Typical Cross Section of Please provide TCS for Loop and Ramp. Amended layout of the interchange
CL 2.8 Project Highway indicating the plan & profile of the loop
and ramps along with TCS to be followed
is enclosed.
229 Schedule B Type of Pavement Please provide Type of Pavement for Toll The type of pavement at toll plazas shall
CL 5.1 Booths Area. be rigid pavement as mentioned at Cl.
12.4.14 of IRC SP 99-2013.
230 Schedule B Minimum 10,000 no. of As per Schedule C, cl 2.8 Land Scaping and The total number of trees to be plated
CL 10.0 trees are required to be Tree Plantation, minimum 40,000 of trees to shall be sum of the number of trees
planted by the be Plant. Please clarify the minimum no of mentioned under Clause 10, Annexure –
contractor as trees to be planted. I, Schedule B, and Clause 2.8 , Annex –
compensatory I, Schedule C,
afforestation in
accordance
withIRC:SP:99-2013
Page 131 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
keeping in view
IRC:SP:21-2009
231 GAD Drawings of The Bearing Type Can POT PTFE bearings be used instead of As per manual and design requirements
Bridges Mentioned for the Spherical Bearings? Please Reply.
Bridges is Spherical
Type
232 General Please mention the Specification of Painting As per manual and design requirements
for Substructure and Superstructure if any?
233 Schedule C Toll Booth Please provide Type of Pavement for Toll The type of pavement at toll plazas shall
CL 2.10 Booths Area. be rigid pavement as mentioned at Cl.
12.4.14 of IRC SP 99-2013.
234 Article 5 5.2 Representations Kindly confirm whether Authority has 3A notification for land acquisition has
5.2 and warranties of the procured the Right of way for 90% of total been published and publication of 3D
Authority length of project Highway. notification is under progress.
h) it has procured Right We request you to provide us the details of
of Way and environment stretches, for which the Land Acquisition
clearances such that the process has been completed. Please
Contractor can provide the status of payment of
commence construction compensation & physical availability of land
forthwith on 90% (ninety on appointed date.
per cent) of the total
length of the Project
Highway.
235 General Utility Shifting Please provide the status of approval of The joint inspection for utility shifting is
concerned Authority for utility shifting. under progress with concerned agencies
and approval of utility shifting estimates
will be ensured at the time of appointed
date.
236 General We request you to kindly extend the Bid Please refer the amendment uploaded on
submission date by 3 weeks the portal.

Page 132 of 138


Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
237 Cl. 2.1.19.1 of RFP The bidder including As per RFP and the draft EPC Agreement in The bidders to provide information of all
individual or any of its JV the tender – Authority means NHAI, Govt. ongoing litigations with agencies working
Member may provide means Govt. of India on National Highways and other Centrally
details of all the on- If bidder has any ongoing litigations with a Sponsored projects of Ministry of Road
going projects along client (which is a public client under the Transport & Highways including NHAI,
with updated stage of State Govt. in India but is not an agency of NHIDCL, State PWDs and other State
litigation, if so, against MoRTH/NHAI), then in such case is the Govt. agencies as mentioned in the RFP
the Bidder required to provide details of such
Authority/Governments. litigations also OR the bidder is required to
provide litigation details only if any, against
the Authority (NHAI/MORTH or its
implementing agencies) or directly against
the Govt. of India.
238 Cl. 2.1.19.2of RFP The bidder including As per RFP and the draft EPC Agreement in The bidders to provide information of all
individual or any of its JV the tender, Authority means NHAI and Govt. ongoing litigations with agencies working
Member may also means Govt. of India. on National Highways and other Centrally
provide details of If a bidder has any ongoing Sponsored projects of Ministry of Road
updated ongoing blacklisting/debarment with a client which is Transport & Highways including NHAI,
process of blacklisting if a public client under the State Govt. in India NHIDCL, State PWDs and other State
so, under any contract but is not a agency of MORTH/NHAI), then Govt. agencies as mentioned in the RFP
with in such case is the bidder required to provide
Authority/Government. details of such blacklisting also OR the
bidder is required to provide blacklisting/
debarment details only if any against the
Authority (NHAI/MORTH or its implementing
agencies) or directly against the Govt. of
India.
239 Schedule-C, 2.4.3 Wayside Amenities - Request to provide eligibility criteria as The contractor has to provide, construct and
(g) Fuelling Station: The determined by the concerned Oil Marketing maintain the basic infrastructure for the
Contractor shall Companies (OMCs) for setting up of a fuel wayside amenities as per the typical layout
establish the fuel station station and requirements specified in Schedule C
Page 133 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
in the area earmarked and Schedule D. Subsequent establishment
for such fuel station and and operation of the fuel stations shall be
is required to fulfill the responsibility of the Authority.
eligibility criteria as
determined by the
concerned Oil Marketing
Companies (OMCs) for
setting up of a fuel
station with prior
approval from Authority
Engineer and NHAI.
240 7.2 of schedule B, In addition to above, Please clarify if more than 36nos. of culvert These culverts are proposed for
Page 40 additional 36 nos. box required will form change of scope or not. facilitating the irrigation and movement
culverts of size 2m x 2m requirement of the farmers whose eland
shall be provided as per holding is likely to be divided into two
site requirements for parts. Therefore, as mentioned in the
facilitating access of Schedule B, the location of these
farmers to field channels additional culverts of size 2x2 m shall be
on either side of the determined and decided in consultation
carriageway. The with the Authority Engineer at the time of
location of such culverts execution.
shall be decided in
consultation with
Authority Engineer.
241 7.2 of schedule B, Utility ducts in form of We understand that Utility ducts along with Box culverts proposed in Schedule B
Page 42 NP-4 Hume Pipe 1.2m Inspection chambers need to be provided shall be used for crossing of underground
diameter shall be only in Built up areas. As there are no Built utilities, wherever required. However, in
provided across the up areas as per Schedule A, we presume location where the distance between two
Project Highway and that No Utility duct and Inspection chambers adjacent box culverts is more than 1 km,
along with inspection are to be provided. Please clarify. utility ducts in the form of Pipe Culverts
chamber for crossing of with 1200mm dia for crossings of
Page 134 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
underground utilities at underground utilities shall be provided
every 500m interval as across the project Highway as per IRC:
per IRC:SP:99-2013 SP:99-2013
requirements. Location
for such utility crossing
shall be finalized in
consultation with
Authority Engineer.
242 10 of schedule B, Minimum 10,000 no. of Please clarify the given quantity will be The total number of trees to be plated
Page 44 trees are required to be included in tree plantation along the project shall be sum of the number of trees
planted by the road on Available open land within ROW as mentioned under Clause 10, Annexure –
contractor as per 2.8 of schedule C or in excess of it. I, Schedule B, and Clause 2.8 , Annex –
compensatory I, Schedule C,
afforestation in
accordance with
IRC:SP:99-2013
keeping in view
IRC:SP:21-2009.
243 15 of schedule B, The length of Structures We presume that any change in span As per RFP
Page 45 and bridges specified arrangement shall be deemed to be covered
hereinabove shall be within the scope of work provide the overall
treated as an structure length is equal in both cases.
approximate Further, we presume that, In case if there is
assessment. The any increase in the overall structure length,
proposed span increase in approach length due to increase
arrangement of above in depth of girder for increased span , the
structures may be same shall be treated as COS.
changed based on
innovative design of
structure, latest
construction techniques
Page 135 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
and aesthetics of
structures and the
actual lengths of
Structures and bridges
as required on the basis
of detailed
investigations shall be
determined by the
Contractor in
accordance with the
Specifications and
Standards. Any
variations in the lengths
specified in this
Schedule-B shall not
constitute a Change of
Scope, save and except
any variations in the
length arising out of a
Change of Scope
expressly undertaken in
accordance with the
provisions of Article 13.
244 5.2.2 of schedule B, Perpetual Flexible Please clarify Subgrade will be provided Pavement to be designed as per the
Page 38 below Cement Treated Sub base or not. actual site/design requirements specified
in the manual subject to minimum
stipulated in Clause 5 of Schedule B
245 5.2.2 of schedule B, Perpetual Flexible Numbers of layers given does not match Pavement to be designed as per the
Page 38 with the TCS. Please clarify. actual site/design requirements specified
in the manual subject to minimum
stipulated in Clause 5 of Schedule B
Page 136 of 138
Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
246 General Structures GAD of ROB Please specify approval status of GAD’s of Joint inspection of the site for the RoB has
ROB. been completed and the GAD is being
submitted for approval Railways after joint
inspection
247 Schedule-A, Annex- Environment We understand that Environmental TOR for environmental clearance has
IV Clearances Clearances shall be obtained by Bid been approved by MOEF and preparation
Under Process submission date. of EIA report is under progress.
Environmental clearance is expected by
Dec., 2018.
248 Schedule-A, Annex- Dates for providing We understand ROW for entire project land 90% of RoW including additional land for
II Right of Way with 100 M width shall be handed over by development of interchanges, wayside
36.9 Km of 100 M width Appointed date without any delay. amenities and other project facilities will
on Appointed date be provided on appointed date and
remaining 10% will be handed over within
the time period specified in the draft
Contract Agreement.
249 Clause 10.3.1 Schedule Completion Since the project comprises lot of Structures As per RFP
date and Other significant scope of works, 2
years’ time for completion may not be not
sufficient, request the Authority to increase
the completion period at least by 12 months.
250 General As per Plan & profile As per the type of TCS provided there are no Slip roads/connecting roads have been
dwgs and schedule B service roads/slip roads at designated provided at location of interchanges,
there are slip roads locations as mentioned in Schedule B, wayside amenities and interconnecting/
provided. please clarify. realigning the side roads with
VUPs/LVUPs/SVUPs as mentioned in the
plan & profile. The plan & profile as well
as lay-out of the interchanges and
wayside amenities may be referred to for
such locations.

Page 137 of 138


Reply to pre-bid queries for the Project for Construction of Eight Lane carriageway starting at Haryana-Rajasthan Border and ends at
Junction with SH44 (km 78+800 to km 115+700) section of Delhi-Vadodara Greenfield alignment (NH-148N) on EPC mode under
Bharatmala Pariyojana in the State of Rajasthan [Tender id: 2018_NHAI_14269_1]- Annex-C

Sl. Cl. No. / Section Description Query Authority’s reply to the pre-bid query
No. / Page No.
251 General EPC Agreement Please clarify whether Contractor need to Any amendment uploaded on the e-
refer any amendments in addition to the tender portal before Bid Due Date will
EPC agreement of Bid documents. form part of the Bid Documents
252 General Type of Structure Since the project is EPC, we presume that Please refer Article 10 of the Draft
the contractor shall be allowed to submit Contract Agreement uploaded alongwith
their own design for all the proposed the bid documents.
structure based on individual assessments
by any suitable method within codal
provisions and specifications such as open
foundation as an alternative for pile
foundation or vice versa kindly confirm.
253 General Geotechnical Please provide the complete sub soil All available data has been uploaded
Investigation report investigation report for structures along with the bid document.

Page 138 of 138

Potrebbero piacerti anche