benkelman towing

Transcription

benkelman towing
MONTHLY OPERATION AND MAINTENANCE
REPORT APRIL - 2014
Independent Consultant: Unihorn India Pvt Ltd
CONTRACT PACKAGE: NS2/BOT/KNT-01
PDF processed with CutePDF evaluation edition www.CutePDF.com
TABLE OF CONTENTS
PROJECT KEY PLAN
1.0
EXECUTIVE SUMMARY
1.1
Background and Scope of the Project.
1.2
Design Specification & Salient Features of the Project.
1.3
1.4
1.5
Punch list Items.
Toll Collections.
Monthly Operation Report.
2.0
OPERATION AND MAINTENANCE PROGRAMME
3.0
PROJECT PREVIEW
3.1
Contractual Data
3.2
Project Statistics for Four laning
3.3
Major Quantities executed
4.0
STAFF MOBILIZATION BY INDEPENDENT CONSULTANT
5.0
STAFF MOBILIZATION BY CONCESSIONAIRE.
6.0
HIGHWAY SAFETY MEASURES.
6.1
Emergency service locations along the project highway
6.2
Brief description of Highway safety measures
7.0
LANE NON AVAILABILITY REPORT
8.0
EMERGENCY DE-COMMISSIONING REPORT
9.0
ESCROW ACCOUNT STATEMENT
CONTRACT PACKAGE: NS2/BOT/KNT-01
1.0 Executive Summary
1.0 Executive Summary.
1.1
Background and scope of the Project.
The Government of India in the Ministry of Shipping, Road Transport and
Highways earlier Ministry of Road Transport and Highway, (MOSRTH)
authorized NHAI for widening the existing 2 lane from km 462/174 (AP /
Karnataka border) to km 523/600 (Avathi Village) covering 60.40 kms on
National highway No-7 (NH-7) in the state of Karnataka, to 4 lane as a part of
North – South (Kashmir to Kanyakumari) and East- West corridor (Silchar to
Saurastra)
The National Highway authority of India (NHAI) awarded the work of Design,
construction, Development, Finance, Operation and Maintenance development of
NH-7 KNT-01 on BOT / Annuity basis to M/s Patel-KNR Infrastructure Pvt Ltd
(SPV) and accordingly the concession agreement was signed on 28th September
2006. According to the concession agreement a development period of 180 days
was prescribed, after signing of the concession agreement and commencement
date of the project fixed, after expiry of 180 days and project completion date
was 26 March 2009 (Construction period of 24Months). And Concession period
is 20 years, including construction period, which expires on 25th March-2027
until and unless agreement is terminated due to reasons mentioned in the
concession agreement.
Under the scope of the project highway concessionaire was to do:a) Design, Construction, Development, Finance, Operation & Maintenance of the
existing 2 lane - from km 463/600 (AP / Karnataka border) to km 524/000
(Avathi Village) covering 61.42kms - to 4 lane including New construction of
4 lane Bye-pass for Chikkaballapur town.
b) Improvement, Operations and Maintenance of km. 524/000 (Avathi Village) to
km. 527/000 (Nandi Hill Crossing) and km. 535/000 (Devanahalli Village)
km. 539/000 (Meenukunte Village).
The National Highway No 7. is an important artery of the NH Network
connecting Varanasi in UP with Kanyakumari in Tamilnadu. The present project
road falls in the Southern part of Karnataka States connecting four taluks namely
Bagepalli, Gudibanda, and Chikkballapur in Chikkaballapur District and
Devanahalli in the Bengaluru Rural district. The total length of the project is
61.40 km including Bypass for Chikkaballapur town.
Provisional completion certificate / COD to the concessionaire was issued by the
Independent Consultant, on 21st December 2009, pursuant to the clause 16.4 of
the concession agreement. Project completion got delayed by almost 9 months,
mainly due to non-handing over of the land, by NHAI.
CONTRACT PACKAGE: NS2/BOT/KNT-01
1.2
Design Specification and Salient features of the KNT-01Project.
1.2.1 Name of the Road
:
Widening and Strengthening of NH-7 from 2 lane to 4
Lane from Km.463.6 to Km. 524.000.
1.2.2 Type of Project
:
BOT / Annuity
1.2.3 Design Speed
:
100 Km. / hour
1.2.4 Length of the Road
:
61.40 Kms.
1.2.5 Land Acquisition
:
1.2.6 No. of Bye pass
:
One (01) at Chikkaballapura
1.2.7 Length of Bye pass
:
8.4 Kms.
1.2.8 Length of Service Road:
1.2.9 No. of Curves
:
1.2.10 CD Structures
:
a)
b)
c)
d)
e)
:
:
:
:
:
Minor Bridges
ROB
Underpasses
Major Bridges
Culverts
1.2.11 Terrain
(a)
(b)
a) Agriculture Land: 176.0 Hect.
b) Forest Land
: 14.2 Hect.
Start Point - 506.450
End Point - 514.090
24.64 Kms.
a) Horizontal
:
20 Nos. (< 60.0m Span)
03 Nos.
11 Nos.
NIL (Span > 60.0m)
a) Pipe Culverts
:
b) Box Culverts
:
57 Nos.
61 Nos.
18 Nos.
:
Rolling
Plain
:
:
Km. 463/600 – Km. 501/000
Km. 501/000 – Km. 524/000
1.2.12 Cross Road
:
69 Nos.
1.2.13 Major Cross Road
:
14 Nos.
1.2.14 Environment
:
MOEF clearances completed
1.2.15 Cross Sectional Elements
(a)Main Carriageway
(b)Paved Shoulder
(c)Unpaved (Earthen) Shoulder
(d)Median Width
1.2.16 Type of Widening
:
:
:
:
:
7.25m (Kerb shyness 0.25m)
1.50m
1.0m
(i) Preferred :
4.50m
(ii) Minimum :
1.50m
:
CONTRACT PACKAGE: NS2/BOT/KNT-01
(a)
(b)
Concentric
Eccentric
:
:
4.50 Kms.
(i) Left
(ii) Right
(c)
New Carriageway
:
8.4 Kms.
1.2.17 Type of Pavement
:
Flexible
1.2.18 Pavement Composition
:
(i)
New Pavement
:
:
:
45.61 Kms.
2.65 Kms.
HS 1 : Km. 463/600 – 506/625
Pavement Composition
BC
DBM – Top Layer
DBM – Bottom Layer
WMM
GSB Gr. 1
Layer Thickness ( in mm )
40
70
70
260
200
Pavement Composition
HS 2: Chikkballapur Bypass
Layer Thickness ( in mm )
BC
DBM – Top Layer
DBM – Bottom Layer
WMM
GSB Gr. 1
Pavement Composition
40
50
75
270
200
HS 3: Km. 514/090 – 524/000
Layer Thickness ( in mm )
BC
DBM – Top Layer
DBM – Bottom Layer
WMM
GSB Gr. 1
40
90
50
300
200
Overlay :
Overlay Thickness for Different Homogeneous Section
Thickness for HS 1
Thickness for HS 3
Pavement Composition
( in mm )
( in mm )
BC
40
40
DBM – Top Layer
90
70
iii. Service Road
Pavement
Structure
SDBC (mm)
DBM (mm)
WMM (mm)
GSB (mm)
:
Pavement Composition for Service Road
HS – 1
(km 463/600 – 506/625)
25
50
250
200
HS – 2
(km 506/625 – 514/115)
25
60
250
210
CONTRACT PACKAGE: NS2/BOT/KNT-01
HS – 3
(km 514/115-524/000)
25
60
250
200
iv.
Rigid Pavement (For Toll Plaza)
1.2.19 Toll Plaza
1.2.20
Lay Bye’s
:GSB -150 mm , DLC-100 mm, PQC-300 mm
:
01 Nos.
:(a)
Truck Lay Bye: 02 Nos. (Two) 470.150 & 514.900
Bus Bye : 38 Nos. (Thirty Eight)
(b)
1.2.21
Utility Duct - 300mm NP4 Pipes
1.2.22
Drainage :
(i)
(ii)
(iii)
( Km. 466/200 )
:
Urban @ 500.0 m c/c
Rural @ 2000.0 m c/c
Covered Lined Drain :
Open Lined Drain
:
Earthen Drain
:
9780.0 m
1625.0 m
39962.0 m
1.3. Punch List Items: - Punch list items have been completed except for the items where
land problem still exists.
1.4. Toll collections: - Toll is collected by the NHAI approved agency M/s. Chabbras
Associates an approved agency of Director General of Resettlement (Defense).
1.5 Monthly Operation Report:All activities of operation and maintenance is attended like.
a) Routine maintenance.
b) Operation and maintenance compliance Report
c) Accident Report is given in table below: - Report Enclosed.
Year
April-2014
Number of
cases Reported
Number of
persons Killed
Number of
persons Injured
6
2
10
CONTRACT PACKAGE: NS2/BOT/KNT-01
2.0 Operation and Maintenance Program
CONTRACT PACKAGE: NS2/BOT/KNT-01
Operation and Maintenance Programme
Requirement and Scope of Operation & Maintenance:
i) Road Maintenance: This includes routine maintenance, periodic
maintenance, preventive maintenance and special repairs.
ii) Traffic Maintenance: This includes incident management; hazard
response, road patrols and surveillance.
iii) Safety Management: This includes accident prevention, after care,
user behavior, education, enforcement, data collection and analysis.
iv) Facility Management: This includes periodic inspection, routine
maintenance, rehabilitation etc.
v) Road Asset Management: This includes management of access,
encroachment and ribbon development.
vi) Other Maintenance Activities: This includes maintenance of traffic
signs, highway lighting system, highway landscape, highway traffic
management system, user fee collection plaza and other road
furniture.
Maintenance Program:
The maintenance methodology and maintenance program will guide the
O&M team to undertake the routine & periodic maintenance works of the
project facilities. This program is the basic indicator of the intended works
by the O&M Team over a accounting Year 2013-14.
The maintenance of road consists of routine and periodic maintenance.
CONTRACT PACKAGE: NS2/BOT/KNT-01
Routine Maintenance:
Routine Maintenance of road includes following Activities:
a)
b)
c)
d)
e)
f)
g)
Maintenance of Pavement
Maintenance of turfed areas and landscaping
Maintenance of drainage system
General Cleaning including CD Structures
Cleaning & maintenance of building
Maintenance of road furniture
Maintenance of ROW Fencing
CONTRACT PACKAGE: NS2/BOT/KNT-01
3.0 Project Preview
CONTRACT PACKAGE: NS2/BOT/KNT-01
3.1 CONTRATUAL DATA
Employer
:
National Highway Authority of India (NHAI).
Concessionaire
:
M/s Patel- KNR Infrastructure Pvt Ltd (SPV).
Independent Consultant
:
M/S Aarvee Associates, Hydarabad.
EPC Contractor
:
M/s KNR Construction Ltd.
Project Cost
:
Rs.402.87 Crores.
Date of Signing of Agreement
:
28 September 2006.
Development Period
:
180 day.
Commencement Date
:
27 March 2007.
Construction Period
:
24Months.
COD
:
21st Dec 2009.
Concession Period
:
20 year (including 2 years of Construction Period).
3.2 Project Statistics for Four laning.
Right of Way width
:
Varies from 60.0 m to 130.0 m.
Roadway width (Existing) :
Varies from 30.0m to 57.20 m
Carriageway width
:
2 X 8.75m (divided carriageway).
Paved Shoulder
:
2 X 1.50m.
Earthen Shoulder
:
2 X 1.00m.
Median
:
Varies from 1.50m to 4.50m.
Service Road Width
:
7.0m.& 5.5m.
3.3 Major Quantity executed.
1
2
3
4
5
6
7
Clearing & Grubbing
:
235.0 Hect.
Earth Work
:
48,20,000 Cum.
Granular Sub Base
:
3,65,000 Cum.
Wet Mix Macadam
:
4,10,000 Cum.
Dense Bituminous Macadam : 1, 68,000 Cum.
Bituminous Concrete
:
56,428 Cum.
Culverts & Bridges
:
a. Pipe Culverts (1000mm dia)
4500 Rm.
b. Pipes 1200Dia
450 Rm.
c. M-15 Concrete
19400 Cum.
d. M-20 Concrete
13856 Cum.
e. M-30 Concrete
44592 Cum
f. M-35 Concrete
12791 Cum.
g. M-40 Concrete
1098 Cum.
h. M-50 Concrete
(ROB)
-
7500 Cum.
CONTRACT PACKAGE: NS2/BOT/KNT-01
4.0 Staff Mobilization by Independent Consultant
Technical Staff of O&M Consultant
Sl No
Name of the Employee
Designation
1
Col.(Retd) Surinder Singh
Team Leader
2
Pattan Shetty
Assistant Highway Engineer
3
Siva Pradeep
Assistant Bridge Engineer
CONTRACT PACKAGE: NS2/BOT/KNT-01
5.0 Staff Mobilization by the Concessionaire
Technical Staff of KNT-01 Package
Arur village, Chickballapur
Sl No
Name of the Employee
Designation
1
K.Somu Sunder Reddy
Project Co odinator
2
B. T. S. Murthy
O&M Manager
3
Hari Babu
Civil/Structural Maintenance Engineer
4
Ashok Reddy
Mechanical Engineer
5
P.Surender Reddy
Traffic Safety officer/patrolling officer
6
AR.Govardhana
PRO
7
T.V.K.Naveen
Maintenance Executive
8
A.Manikyala Rao
Accounts officer
9
MS.Venkat Reddy
HTMS Operator
10
Dilip
HTMS Operator
11
Sujatamma
Staff Nurse
12
Manjula
Staff Nurse
13
TV.Balakrishnappa
Compounder
14
Muni raju
Compounder
15
Akhil
Compounder
16
Prashanth Reddy
Patrolling Supervisor
17
Raju
Patrolling Supervisor
18
K.B.Ananda
Electrician
19
Eeshaan
Patrolling Vehicle Driver
20
Faqruddin
Patrolling Vehicle Driver
21
Suresh
Patrolling Vehicle Driver
22
Arudra
Patrolling Vehicle Driver
23
Ashok
Ambulance Driver
24
Raghuvansh Pandey
Ambulance Driver
25
Asgar Ali
Hydra Operator
26
Ramesh
Towing Vehicle Operator
27
Kiran Jamboti
JCB Operator
CONTRACT PACKAGE: NS2/BOT/KNT-01
6.0 Highway Safety Measures
CONTRACT PACKAGE: NS2/BOT/KNT-01
6.1 EMERGENCY SERVICE LOCATIONS ALONG THE PROJECT HIGHWAY
A. Major Hospitals & Ambulance Services
Sr.No.
Description
Contact Number
1
Govt. Hospital, Bagepalli
08150-282210
2
108
08156-272388,270862
4
108 Service
Govt. Hospital,
Chickballapur
Manjunath Hospital
(Private)
5
CSI Hospital (Private)
08156-272269
3
08156-273110
B. Police Stations
Sr.No.
Description
Contact Number
1
Bagepalli
08150-282233
2
Gudibande
08156-261025
3
Chickballapur
08156-2272423,270860,272262
C. Fire Stations
Sr.No.
1
Description
Chickballapur
Contact Number
08156-270861
CONTRACT PACKAGE: NS2/BOT/KNT-01
6.2 BREIF DESCREPTION OF HIGHWAY SAFETY MEASURES
1. Metal Beam Crash Barrier
The Metal beam crash barrier has been provided in the locations where the
height of embankment is more than 3m in the project highway along the
shoulders. In the median opening locations where the median width taper from
4.5m to 1.5m, W-Beam has been installed on both sides of the crash barrier in
the central median and it has been installed on only one side in the shoulder
portion.
2. Guard Posts
Gaur posts have been provided throughout the project corridor at an interval
of 5m where the embankment height varies from 2m to 3m.
3. Sign Boards
Various types of sign boards such as mandatory/regularity, warning/cautionary
and information/destination boards have been erected in single post, double
post and cantilever and gantry types. Hazard markers have been provided at all
traffic islands in median openings, truck lay byes, miner bridges and Box
culverts. Rout markers are erected at all junctions to guide the road users to
know the direction of all NH roads.
4. Pedestrian Guard Rails
These are provided at all bus bay locations to safe guard and organize the
pedestrian movement.
5. Traffic Blinker Signal (LED)
Traffic blinker signals are provided at median openings having considerable
traffic and pedestrian movement. This signal warns the road user about the
median opening so that they will be alert while crossing that location.
6. Delineators
These are provided at all horizontal curves of radius up to 1000m. The spacing
of the delineators varies with the radius of the circular curve. These are all used
to guide the road users to indicate the edge of the roadway.
CONTRACT PACKAGE: NS2/BOT/KNT-01
7. Raised Pavement Markers (Road Studs)
These are provided at all the horizontal curves, pedestrian crossings and
approaching side of all intersections. White colour studs are provided along
edges of all lanes on the approaching side of all cross road to indicate the
extent of the carriage way during night time. Red colour studs have been
provided at pedestrian crossing locations giving warning about median
openings, bus stops and truck lay byes.
8. Highway Lighting
High mast lighting of 30m has been provided at toll plaza at Km.466.200.
Conventional lighting arrangement are made at all major, minor intersections
and lay bye locations.
9. Highway Traffic Management System
The HTMS control system has been located at toll plaza at km.466.200. Five
variable message sign boards are provided along the project highway to guide
and forewarn the road users the traffic and weather conditions on the project
highway. CCTV’s have been erected at four locations in the project highway to
identify the incident / Accident occurred if any so that the information can be
communicated to the emergency response team. The ECB’s have been
provided throughout the project highway at an interval of 2 Km along the
highway for both directions of travel. The ATCC are located two locations to
account to count and classify the vehicles.
10.
Speed Breakers
Speed breakers have been provided to regulate the speed of vehicle before
entering to the main carriage way from all cross roads and in front of toll plaza
in order to prevent the accidents.
11.
Pavement Marking
Pavement marking has been done on the entire main carriage way and
service road. Different type of pavement markings have been provided at
the intersections, median openings, pedestrian crossings, bus stops,
truck lay byes and merging & diverging locations.
12.
Fencing
Fencing is being provided to prevent unexpected access of animals and
pedestrians to the project highway and also to provide safety and
security of the project highway.
CONTRACT PACKAGE: NS2/BOT/KNT-01
7. Lane non availability report
CONTRACT PACKAGE: NS2/BOT/KNT-01
SUMMARY OF LANE NON AVAILABILITY REPORT
Month:April’014
Sl.no
Date
Chainage
affected
from
To
Length
in Km
Length to be
consider for
non availability
Time
Side
Lane
From
To
Total
(Hrs)
Nill
CONTRACT PACKAGE: NS2/BOT/KNT-01
Qty
km
Lane
Hr
Exempted
Qty Km hr
NonAvailability
Km lane hr
Remarks
8. Emergency De-Commissioning Report
CONTRACT PACKAGE: NS2/BOT/KNT-01
Emergency De-Commissioning Report
Month: April’014
Sl.no
1
Description of
the emergency
incident
Reason of the
emergency
Chainage affected
Date & time
affecting
lane closure
from
From
To
Nil
CONTRACT PACKAGE: NS2/BOT/KNT-01
To
Total lane Closure
(kmhr)
9. Escrow Account statement
CONTRACT PACKAGE: NS2/BOT/KNT-01
ACCIDENTS REPORT FOR THE MONTH OF APRIL - 2014
A
B
C
D
E
F
G
H
I
Location
Nature
Classification
Causes
Road Feature
Road Condition
Junction
Type
Weather
Vehical No.
Affected persons
Help provided by
Ambulance/Patrol
Vehical
Date
1
01.04.2014
9.30am
491 RHS
6
3
2
4
1
-
1
KA 51 E 4405
1
Ambulance &
Patrol Vehical
2
08.04.2014
4.30pm
475.800
RHS
3
3
3
4
1
-
1
AP 02 Y 4864 & Unknown
vehicle
2
Ambulance &
Patrol Vehical
3
09.04.2014
4.00am
474.800
LHS
6
2
2
4
1
-
1
AP 09 BC 7269
4
Ambulance &
Patrol Vehical
4
13.04.2014
4.00am
491.200
LHS
3
1
4
4
1
-
1
KA 03 EC 2409 & CG 04 JD
4277
9.30am
490.800
LHS
1
2
4
4
1
-
1
KA 40 8553
7.30pm
487.800
LHS
2
1
4
1
1
-
1
KA 40 F 206 & Bike
5
6
13.04.2014
17.04.2014
Time
Note:
A
Urban/Rural and details of surrounding land use.
B
1-overturning,2-Head on collisin,3-Rear end collisin,4-Collisin brush/side wipe,5-Left turn collisin,6-Skidding,7-Right turn collisin,8-Others
C
1-Fatal,2-Grievous injured,3-Minor injured 4-Non injured
D
1-Drunken,2-Over speeding,3-Vehical out of controle,4-Fault of driver,5-Fault of pedestrain passanger,6-Defect in road surface
E
1-Single lane,2-Two lanes,3-Three lanes or more without divider(median),4-Four lanes or more with central divider.
F
1-Straiht road,2-Slight curve,3-Sharp curve,4-Flat road,5-Gentle incline,7-Hump,8-Dip,9-Others(pl specific)-Straight road with bus stand.
G
1-T-junction,2-Y-junction,3-Foue armd junction,4-Straggerred junction,5-junction with more than 4 arms,6-Round about junction,7-Manned rail.
H
1-Fine,2-Mist/Fog,3-Cloudy,4-Light rain,5-Heavy rain,6-Hail/Sleet,7-Snow,8-Strong wind,9-Dust storm,10-Very hot,11-Very cold,12-Others
Fatal
Grievous
1
1
1
Minor
NonInjured
No.of Animals
injured
No.of
Animals
killed
SL.
No
1
Ambulance &
Patrol Vehical
1
Ambulance &
Patrol Vehical
Patrol vehicle
Remarks
Spot death
spot death & Patrolling vehicle
fired by local villagers
Operation & Maintenance programme for Routine Maintenance work for the year 2014-2015
Routine Maintenance
Description
Item
1. Road Works
Cleaning vegetation, Rubbish and Debris on Road
1.1
Surface
a
Km. 462.174 to Km. 529.574
Earth Work in restoring rain cuts and eroded portion
1.2
of embankment slopes
1.3
Clearing landslides
1.4
Repair of flexible pavement
1.4.1
Pot hole filling
1.4.2
Patching of local areas
Unit
Apr
May
Jun
July
Month Wise Program
Aug Sept Oct
Nov
Sqm
Km
Minimum once a month
Cum
As and when required
LS
As and when required
Sqm
Sqm
As and when required
As and when required
1.4.3
Crack sealing
Sqm
As and when required
1.4.4
Treatment of ravelling
Sqm
As and when required
1.4.5
Sand blinding of bleeding areas
Sqm
As and when required
1.4.6
Treatment of hungry areas
Sqm
As and when required
Sqm
Nos
Nos
Cum
As and when required
LS
As and when required
1.4.7
1.4.8
1.4.9
1.5
2. Bridge
2.1
a
b
c
d
2.2
2.3
2.4
2.4.1
2.4.2
a
b
c
d
e
f
g
Repair of damaged edge
Benkelman beam deflection test
Surface Roughness Test
Shoulder maintenance
and Culvert Works
Clearing silt vegetation, rubbish and debris from the
bridge and deck drainage system
ROB's
Minor bridges
Box culverts
Pipe culverts
Earth work in restoring rain-cuts 7 erided portion of
embankment slopes
Slope protection and Bed Protection
Repair of railing/Parapet/Crash barriers
Replacement
Painting Works
Kilometer stones all along highway
Hectometer stone all along highway
Railing
Parapet/head wall of all structures
RCC crash barrier
Traffic sign Boards /pole
Painting of gantry post/name board post
As and when required
Nos
Nos
Nos
Nos
Cum
As and when required
Cum
Rmtr
Rmtr
Rmtr
Rmtr
Rmtr
Rmtr
Rmtr
Rmtr
Rmtr
h
VMS Cantilever Gantry& vertical post
Rmtr
i
j
Toll Plaza Adminstrative Building
Toll booth & vechile lane platform
Rmtr
Rmtr
As and when required
As and when required
Dec
Jan
Feb
Mar
Remarks
Item
k
l
Routine Maintenance
Description
Bus shelters
Water kiosk
2.4.3
2.5
Minor repair
Repair of footpath slabs and kerbs
2.5.1
2.5.2
2.5.3
2.6
2.6.1
2.6.2
2.7
2.8
2.8.1
As and when required
Replacement of kerbs
Rmtr
Bearing
Cleaning of bearings
Nos
Replacement of damaged bearings
Sqm
Repair of wearing course
Sqm
Repair of concrete works in superstructure, foundation, retaining wall, wing wall, head wall, etc
As and when required
Repairs of cracks
Rmtr
Unit
Apr
May
Jun
July
Month Wise Program
Aug Sept Oct
Nov
As and when required
Concrete works
Cum
As and when required
Replacement of covers
Rmtr
As and when required
Repairs of honeycomb, spalling and soft or spongy
concrete surface
2.8.3
Repair of corroded reinforcement
3. Drainage and Protection Works
Lined, Unlined Drains & Median Drains
3.1
Jan
Sqm
As and when required
Kg
As and when required
3.1.1
Cleaning/Reshape/Deepening of unlined drains
Rmtr
3.1.2
3.1.3
3.2
3.2.1
3.3
3.3.1
Cleaning of lined & median drains
Repair of lined & median drains
Catchpit
Rmtr
Rmtr
As and when required
Clearing & cleaning of rain harvesting pit
Chute drain
Cleaning & clearing of drain
Nos
As and when required
Rmtr
3.3.2
Repair of chute drain, stone bedding or cut-off wall
Rmtr
As and when required
3.3.3
3.4
Replacement of eroded soil at out fall
Reparing of retaining wall
Cum
Rmtr
As and when required
As and when required
Cum
As and when required
Nos
Sqm
As and when required
As and when required except in monsoon period
Nos
As and when required except in monsoon period
Stone pitching including replacing missing stones
and replacing eroded soil below the same
4. Miscellaneous Works
4.1
Traffic signs
4.2
Road markings
3.5
4.3
4.4
4.5
4.6
4.7
4.8
Road studs
Distance measure stones and culvert/bridge marker
post
Metal beam crash barrier
Delinators/Guard posts
Pedestrain guard rail
Maintenance of toll plaza
Feb
Rmtr
Rmtr
LS
2.8.2
Dec
Nos
As and when required
Rmtr
Rmtr
Rmtr
Month
Will be replaced imediately after filing FIR for insurance purpose
Will be replaced imediately after filing FIR for insurance purpose
Will be replaced imediately after filing FIR for insurance purpose
As and when required
Mar
Remarks
Item
4.9
a
b
c
Routine Maintenance
Description
Cleaning of median & shoulder
Km. 462.174 to Km. 486.574
Km. 486.574 to Km. 508.574
Km. 508.574 to Km. 529.574
Month
Km
Km
Km
4.10
Maintenance of Avenue plantation & median plants
Month
Will be maintained regularly
4.11
Watering for Avenue plantation & median plants
Month
Will be done on daily basis
4.13
4.14
4.15
4.16
4.17
Replantation of median & ROW plants in place of the
dead plants
Maintenance of turfing
Maintenance of bus bays
Maintenance of truck laybays
Highway lighting maintenance
Encroachment
4.18
Incident management & safety
4.12
Unit
Apr
May
Jun
July
Month Wise Program
Aug Sept Oct
Nov
As and when required
Nos
Will be maintained regularly
Will be maintained regularly
Will be maintained regularly
Will be maintained regularly
As and when required
Will be maintained regularly
Dec
Jan
Feb
Mar
Remarks
PATEL KNR INFRASTRUCTURES PVT.LTD.ESCROW A/C
Statement Generated By :- 32827
Joint Holder :- C/O PATEL ENGINEERING LTD.,12H SQUARE BL
3RD FLR, ROAD 12,BANJARA HILLS,
HYDERABAD
ANDHRA PRADESH
500034
Customer No :233007768
Scheme :CA-SPECIAL
Currency :INR
Statement of Account No :004010201132227 for the period (From : 01-04-2014 To : 30-04-2014)
Tran Date
Chq No
Particulars
Debit
Credit
Balance
Init.
Br
322961227.69
OPENING BALANCE
04-04-2014
TRF TO KNR CONSTRUCTIONS LIMITED
07-04-2014
10-04-2014
TRF TO 02.1036400
BRN-RTGS-UTIBH14100064214-LIFE
INSURANCE BRN-RTGS-UTIBH14100064473-LIFE
INSURANCE -
26-04-2014
TO For 913040020652631
26974329.00
65891032.69 004
28-04-2014
TO For 913040048208139
67714036.00
133605068.69 004
30-04-2014
FD BKD
10-04-2014
TRANSACTION TOTAL
18744721.00
304216506.69 004
1500000.00
302716506.69 004
168299803.00
134416703.69 004
95500000.00
38916703.69 004
30000000.00
103605068.69 004
314044524.00 94688365.00
CLOSING BALANCE
103605068.69
Unless the constituent notifies the bank immediately of any discrepancy found by him/her in this statement of Account, it will be taken that
he/she has found the account correct.
The closing balance as shown/displayed includes not only the credit balance and / or overdraft limit, but also funds which are under clearing. It
excludes the amount marked as lien, if any. Hence the closing balance displayed may not be the effective available balance. For any further
clarifications, please contact the Branch.
We would like to reiterate that, as a policy, Axis Bank does not ask you to part with/disclose/revalidate of your iConnect passord,login id and
debit card number through emails OR phone call Further,we would like to reiterate that Axis Bank shall not be liable for any losses arising
from you sharing/disclosing of your login id, password and debit card number to anyone. Please co-operate by forwarding all such
suspicious/spam emails, if received by you, to [email protected]
REGISTERED OFFICE - AXIS BANK LTD,TRISHUL,Opp. Samartheswar Temple, Near Law Garden, Ellisbridge, Ahmedabad .
380006.This is a system generated output and requires no signature.
Legends :
ICONN-Transaction trough Internet Banking
VMT-ICON-Visa Money Transfer through Internet Banking
AUTOSWEEP-Transfer to linked fixed deposit
REV SWEEP-Interest on Linked fixed Deposit
SWEEP TRF-Transfer from Linked Fixed Deposit / Account
VMT-Visa Money Transfer through ATM
CWDR-Cash Withdrawal through ATM
PUR-POS purchase
TIP/ SCG-Surcharge on usage of debit card at pumps/railway ticket purchase or hotel tips
RATE.DIFF-Difference in rates on usage of card internationally
CLG-Cheque Clearing Transaction
EDC-Credit transaction through EDC Machine
SETU -Seamless electronic fund transfer through AXIS Bank
Int.pd-Interest paid to customer
Int.Coll-Interest collected from the customer
++++ End of Statement ++++