293
Public Works Department GOVERNMENT OF UTTARAKHAND Request for Proposal for Development of Bridge across Kosi River at Ramnagar, Nainital in Build, Operate and Transfer (BOT) Annuity mode Due on July 27, 2011

RFP DCA Annexures Kosi Bridge

  • Upload
    pppnews

  • View
    926

  • Download
    2

Embed Size (px)

Citation preview

Page 1: RFP DCA Annexures Kosi Bridge

Public Works Department

GOVERNMENT OF UTTARAKHAND

Request for Proposal

for

Development of Bridge across Kosi River at Ramnagar, Nainital

in

Build, Operate and Transfer (BOT) Annuity mode

Due on July 27, 2011

Page 2: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Disclaimer ii

Public Works Department

Disclaimer

The information contained in this Request for Proposal (“RFP”) Document or subsequently provided to Bidder, whether verbally or in documentary form by or on behalf of the Public Works Department, Government of Uttarakhand (“Government Representatives”) or any of their employees or Uttarakhand Public Private Partnership Cell, is provided to the Bidder on the terms and conditions set out in this RFP Document and any other terms and conditions subject to which such information is provided. This RFP Document is not an agreement and is not an offer or invitation by the Government Representatives to any party other than the Bidders who are qualified to submit the Proposal (Bidders). The purpose of this RFP Document is to provide the Bidder with information to assist the formulation of their proposals. This RFP Document does not purport to contain all the information each Bidder may require. This RFP Document may not be appropriate for all persons, and it is not possible for the Government Representatives, their employees or advisors, Uttarakhand Public Private Partnership Cell to consider the investment objectives, financial situation and particular needs of each party who reads or uses this RFP Document. Each Bidder should conduct its own investigations and analysis and should check the accuracy, reliability and completeness of the information in this RFP Document and where necessary obtain independent advice from appropriate sources. The Government Representatives, their employees and advisors make no representation or warranty and shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of the RFP Document. The Government Representatives may in their absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this RFP Document.

Page 3: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Contents iii

Contents of RFP Document

Part I Instructions to Bidders

Part II Draft Concession Agreement

Page 4: RFP DCA Annexures Kosi Bridge

Instructions to Bidders 1

Part I

Instructions to Bidders

Page 5: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 2

Table of Contents

Sr. No.

Contents Page No.

Cover Page i Disclaimer ii Content of RFP Document iii 1 Instructions to Bidders 1 2 Table of Content 2 3 Bidding Procedure 3 4 Schedule of Bidding Process 19 5 Scope of the Project 20 6 Evaluation Methodology 22 Appendices 1. Format for Acknowledgement of RFP Document and

Notification of Intent to Submit Proposal 25

2. Format for Covering Letter cum Project Undertaking 26 3. Format for Anti-Collusion Certificate 27 4. Details of Applicant 28 5. Bank Guarantee for Bid Security 30 6. Format for Power of Attorney for Signing of Proposal 33 7. Power of Attorney for Lead Member of Consortium 34 8. Joint Bidding Agreement 36 9. Format for Financial Capability Proposal 41 10. Format for Technical Capability Proposal 42 11. Format for Eligible Project Details 43 12. Guidelines for Providing Information Related to

Experience 44

13. Format for Financial Proposal 45 14. List of attachments with the bid 46

Page 6: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 3

1 Bidding Procedure A. General

1.1 Scope of Proposal 1.1.1 Public Works Department, Government of Uttarakhand,

(hereinafter referred to as “PWD”) invites detailed Proposals (Key Submissions, Technical Proposal and Financial Proposals) from Bidders who fulfil the pre qualification criteria indicated in clause 1.24.2 for Development of Bridge across Kosi River, at Ramnagar, Nainital on Build, Operate and Transfer Annuity (BOT) basis (the “Project”). The length of the proposed bridge is 360 meters approx with 410 meter of connecting road and covering of canal approximate length of 217 meter & minor bridges (4 nos.) of approximate length of 88 meter. The conceptual plan, designs/ drawings/ layouts for the proposed project shall be as per the Techno Economic Feasibility Report (TEFR).

1.1.2 The Proposals would be evaluated on the basis of the evaluation criteria set out in this RFP Document (“Evaluation Methodology”) in order to identify the successful Bidder for the Project (“Successful Bidder”). The Successful Bidder would then have to enter into a suitable agreement with PWD and perform the obligations as stipulated therein, in respect of the Project.

1.1.3 Terms used in this RFP Document which have not been defined

herein shall have the meaning ascribed thereto in the Draft Concession Agreement.

1.2 Eligible Bidders 1.2.1 Bidders who have responded and short listed based on Expression

of Interest (EOI) issued by PWD with last date of submission on October 27, 2010 are eligible to apply. Other bidders who fulfil the pre qualification criteria indicated in clause 1.24.2 are also eligible to submit Technical and Financial Proposal in response to this RFP Document. Bidders shall acknowledge receipt of this RFP Document and notify their intention to bid for the Project in the format provided as Appendix 1.

1.2.2 Bidders shall provide such evidence of their continued eligibility to

the satisfaction of PWD, as the PWD may reasonably request. 1.2.3 A Power of Attorney for signing of Proposals needs to be furnished

in favour of the Authorised Signatory as per format provided in Appendix - 6.

Page 7: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 4

1.2.4 In the case of a Consortium, the Members should submit a Power of Attorney in favour of the Lead Member as per format provided in Appendix-7.

1.2.5 In case the Bidder is a Consortium, it shall, in addition to forming

an Special Purpose Vehicle (SPV), comply with the following additional requirements:

a) Number of members in a consortium shall not exceed 4 (four),

b) Subject to the provisions of sub-clause (a) above, the Proposal

should contain the information required for each member of the Consortium;

c) Members of the Consortium shall nominate one member as the

lead member (the “Lead Member”), who shall have an equity share holding of at least 26% (twenty six per cent) of the paid up and subscribed equity of the SPV. The nomination(s) shall be supported by a Power of Attorney, as per the format at Appendix-9, signed by all the other members of the Consortium;

d) The Proposal should include a brief description of the roles and

responsibilities of individual members, particularly with reference to financial, technical and O&M obligations;

e) An individual Bidder cannot apply as a sole Bidder and at the

same time be member of a Consortium. Further, a member of a particular Bidder Consortium cannot be member of any other Bidder Consortium;

f) The members of a Consortium shall form an appropriate SPV to

execute the Project, if awarded to the Consortium;

g) Members of the Consortium shall enter into a binding Joint Bidding Agreement, substantially in the form specified at Appendix-8 (the “Jt. Bidding Agreement”), for the purpose of making the Proposal and submitting a Bid.

h) The Jt. Bidding Agreement, to be submitted along with the

Proposal, shall, inter alia:

i. Convey the intent to form an SPV with shareholding/ ownership equity commitment(s) in accordance with this RFP, which would enter into the Concession Agreement and subsequently perform all the obligations of the Concessionaire in terms of the Concession Agreement, in case the concession to undertake the Project is awarded to the Consortium;

Page 8: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 5

ii. Clearly outline the proposed roles and responsibilities, if any, of each member;

iii. Commit the minimum equity stake to be held by each

member;

iv. Commit that each of the members, whose experience will be evaluated for the purposes of this RFP, shall subscribe to 26% (twenty six per cent) or more of the paid up equity of the SPV and shall further commit that each such member shall, for a period of 2 (two) years from the date of commercial operation of the Project, hold equity share capital not less than: (i) 26% (twenty six per cent) of the paid up equity share capital of the SPV; and (ii) 5% (five per cent) of the Total Project Cost.

v. Members of the Consortium undertake that they shall

collectively hold at least 51% (fifty one per cent) of the paid up equity of the SPV at all times until the end of two years commercial operation of the Project.

vi. Include a statement to the effect that all members of

the Consortium shall be liable jointly and severally for all obligations of the Concessionaire in relation to the Project until the Financial Close of the Project is achieved in accordance with the Concession Agreement.

vii. Except as provided under this RFP and the Bidding

Documents, there shall not be any amendment to the Jt. Bidding Agreement without the prior written consent of the PWD.

1.3 Additional Requirements for Proposals Submitted by a

Consortium

(a) Wherever required, the Proposal shall contain the information required for each of the member of the Consortium;

(b) The Proposal shall be signed by the duly Authorised

Signatory of the Lead Member and shall be legally binding on all the members of the Consortium;

(c) All witnesses and sureties shall be persons of status and

probity and their full names and addresses shall be stated below their signature. All signatures in the Proposal documents shall be dated.

Page 9: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 6

1.4 Change in Composition of the Bidder 1.4.1 Any change in composition of the Bidder after the Pre

Qualification stage would be at the sole discretion of PWD and with prior written permission of PWD.

1.5 Number of Proposals

1.5.1 Each Bidder shall submit only one (1) Proposal for the Project in

response to this RFP Document. Any entity, which submits or participates in more than one Proposal for the Project will be disqualified and will also cause the disqualification of Consortium in which it is a member.

1.6 Proposal Preparation Cost 1.6.1 The Bidder shall be responsible for all the costs associated with

the preparation of its Proposal and its participation in the bidding process. PWD will not be responsible or in any way liable for such costs, regardless of the conduct or outcome of bidding.

1.7 Contents of RFP Document 1.7.1 The RFP Document consists of 2 Parts as listed below and would

include any addenda issued in accordance with Clause 1.9.

Part I Instructions to Bidders Part II Draft Concession Agreement

1.8 Clarifications 1.8.1 Bidders requiring any clarification on the RFP Document may

notify PWD in writing or by facsimile within such date as specified in the Schedule of Bidding Process. Based on its sole discretion, PWD may forward to all Bidders, copies of PWD response, including a description of the enquiry but without identifying its source.

1.9 Amendment of RFP Document 1.9.1 At any time prior to the Proposal Due Date, PWD may, for any

reason, whether at its own initiative or in response to clarifications requested by a Bidder, modify the RFP Document by the issuance of Addenda.

1.9.2 Any Addendum thus issued will be sent in writing to all the Bidders

who have received and acknowledged the RFP Document and will

Page 10: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 7

be binding upon them. Bidders shall promptly acknowledge receipt thereof to PWD.

1.9.3 In order to afford Bidders reasonable time in which to take an

Addendum into account, or for any other reason, PWD may, at its own discretion, extend the Proposal Due Date.

B. Preparation and Submission of Proposal 1.10 Language and Currency 1.10.1 The Proposal and all related correspondence and documents shall

be written in the English language. Supporting documents and printed literature furnished by the Bidder with the Proposal may be in any other language provided that they are accompanied by an appropriate translation into English. Supporting materials that are not translated into English may not be considered. For the purpose of interpretation and evaluation of the Proposal, the English language translation shall prevail.

1.10.2 The currency for the purpose of the Proposal shall be the Indian

Rupee (INR). 1.11 Bid Security

1.11.1 Proposals would need to be accompanied by a Bid Security for an

amount of Rs 20.00 Lakhs only (Rs Twenty Lakhs only) in the form of a Bank Guarantee drawn on any Scheduled Bank in favour of “Superintendent Engineer, Public Works Department, Government of Uttarakhand”. Bid Security can also be in form of a demand draft in favour of “Superintendent Engineer, Public Works Department, Government of Uttarakhand” payable at Dehradun.

1.11.2 The Bid Security shall be kept valid through the Proposal Validity

Period and would be required to be extended if so required by PWD.

1.11.3 The Bid Security shall be returned to unsuccessful Bidders within a

period of thirty (30) days from the date of announcement of the Successful Bidder. The Bid Security submitted by the Successful Bidder shall be released upon furnishing of the Performance Security in the form and manner stipulated in the Draft Concession Agreement.

Page 11: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 8

1.11.4 The Bid Security shall be forfeited in the following cases:

(a) If the Bidder withdraws its Proposal except as provided in Clause 1.20;

(b) If the Bidder withdraws its Proposal during the interval

between the Proposal Due Date and expiration of the Proposal Validity Period; and

(c) If the Successful Bidder fails to provide the Performance

Security within the stipulated time or any extension thereof provided by PWD.

1.12 Validity of Proposal 1.12.1 The Proposal shall indicate that it would remain valid for a period

not less than nine (9) months from the Proposal Due Date (Proposal Validity Period). PWD reserves the right to reject any Proposal that does not meet this requirement.

1.12.2 Prior to expiry of the original Proposal Validity Period, PWD may

request that the Bidders extend the period of validity for a specified additional period. A Bidder may refuse the request without forfeiting its Bid Security. A Bidder agreeing to the request will not be allowed to modify its Proposal, but would be required to extend the validity of its Bid Security for the period of extension and comply with Clause 1.11 of this document in all respects.

1.12.3 The Successful Bidder shall extend the Proposal Validity Period till

the date of execution of the Concession Agreement. 1.13 Project Inspection / Site Visit

1.13.1 The Bidder may carry out Project Inspection / Site Visit at any

time at their own cost.

1.14 Bidder’s Responsibility 1.14.1 The Bidder is expected to examine carefully the contents of all

the documents provided. Failure to comply with the requirements of RFP Document will be at the Bidder’s own risk.

1.14.2 It would be deemed that prior to the submission of Proposal, the

Bidder has:

(a) made a complete and careful examination of requirements, and other information set forth in this RFP Document;

(b) received all such relevant information as it has requested from PWD; and

Page 12: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 9

(c) made a complete and careful examination of the various aspects of the Project including but not limited to:

(i) the Project site (ii) existing facilities and structures (iii) space availability (iv) water availability (v) the conditions of the access roads and utilities in

the vicinity of the Project Site (vi) conditions affecting transportation, access,

disposal, handling and storage of the materials (vii) clearances obtained by PWD for the Project; and (viii) all other matters that might affect the Bidder’s

performance under the terms of this RFP Document.

1.14.3 PWD shall not be liable for any mistake or error or neglect by the

Bidder in respect of the above. 1.15 Pre-Proposal Meeting

1.15.1 To clarify and discuss issues with respect to the Project and the

RFP Document, PWD will hold Pre-Proposal meeting/s on date specified in the schedule of bidding process.

1.15.2 Prior to the Pre-Proposal meeting/s, the Bidders may submit a list

of queries and propose deviations, if any, to the Project requirements and/or the Draft Concession Agreement. Bidders must formulate their responses and forward the same to PWD at least seven (7) days prior to the meeting. PWD may amend the RFP Document based on inputs provided by Bidders that may be considered acceptable in its sole discretion.

1.15.3 Bidders may note that PWD will not entertain any deviations to

the RFP Document at the time of submission of the Proposal or thereafter. The Proposal to be submitted by the Bidders will be unconditional and unqualified and the Bidders would be deemed to have accepted the terms and conditions of the RFP Document with all its contents including the Draft Concession Agreement. Any conditional Proposal shall be regarded as non-responsive and would be liable for rejection.

1.15.4 PWD will endeavour to hold the meeting as per Schedule of

Bidding Process. The details of the meeting will be separately communicated to the Bidders.

1.15.5 Attendance of the Bidders at the Pre-Proposal meeting is not

mandatory. However, subsequent to the meeting, PWD may not respond to queries from any Bidder who has not attended the Pre-Proposal meeting.

Page 13: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 10

1.15.6 All correspondence / enquiries should be submitted to the

following in writing by fax /post / courier:

ATTN. OF: Superintendent Engineer ADDRESS: Public Works Department

2nd Circle P.W.D. Nainital

1.15.7 No interpretation, revision, or other communication from PWD regarding this solicitation is valid unless in writing and is signed by Superintendent Engineer, Public Works Department, Government of Uttarakhand or its authorised representative. PWD may choose to send to all Bidders, written copies of PWD’s responses, including a description of the enquiry but without identifying its source to all the Bidders.

1.16 Format and Signing of Proposal

1.16.1 Bidders would provide all the information as per this RFP

Document and in the specified formats. PWD reserves the right to reject any Proposal that is not in the specified formats.

1.16.2 The Proposal should be submitted in 3 parts:

Part 1 : Key Submissions, which would include:

i. Covering Letter cum Project Undertaking as per Appendix 2 stating the Proposal Validity Period

ii. Format for Anti-Collusion Certificate as per Appendix 3

iii. Details of Applicant as per Appendix 4 iv. Bank Draft or Bank Guarantee for Bid Security as per

Appendix 5 v. Power of Attorney for Signing of Proposal as per

Appendix 6 vi. Power of Attorney for Lead Member of Consortium

as per Appendix 7 vii. Joint Bidding Agreement in case of Consortium as

per Appendix 8 viii. Financial Capability as per Appendix 9 ix. Bank Draft towards cost of RFP Document or copy of

the receipt, if hard copy of RFP is purchased Part 2 : Technical Proposal would include:

Technical Capability as per format set out in Appendix 10, 10A and 10B

Part 3 : Financial Proposal as per the format set out in

Appendix 11

Page 14: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 11

1.16.3 The Bidder shall prepare one original of the documents comprising the Proposal as described in Clause 1.17, clearly marked “ORIGINAL”. In addition, the Bidder shall make one copy of the Proposal, clearly marked “COPY”. In the event of any discrepancy between the original and the copy, the original shall prevail.

1.16.4 If the Proposal consists of more than one volume, Bidder must

clearly number the volumes and provide an indexed table of contents.

1.16.5 The Proposal and the copy shall be typed or printed in indelible

ink and the Bidder shall initial each page. All the alterations, omissions, additions, or any other amendments made to the Proposal shall be initialled by the person/s signing the Proposal.

1.17 Sealing and Marking of Proposals

1.17.1 The Bidder shall seal the Key Submissions, Technical Proposal and

the Financial Proposal in separate envelopes, duly marking the envelopes as “KEY SUBMISSIONS”, “TECHNICAL PROPOSAL” and “FINANCIAL PROPOSAL”. These envelopes shall then be sealed in an outer envelope.

1.17.2 The original and the copy of the Proposal shall be provided in

separate envelopes, duly marking the outer envelopes as “ORIGINAL” and “COPY”.

1.17.3 Each envelope shall indicate the name and address of the Bidder 1.17.4 The envelopes shall clearly bear the following identification:

“Proposal for Development of Bridge Across Kosi River at Ramnagar, Nainital on Build, Operate and Transfer Annuity (BOT)

basis, in Uttarakhand”

“To be opened by Tender Opening Committee only” and

“Submitted by

Name, Address and Contact Phone No. of the Bidder” 1.17.5 The envelope shall be addressed to:

ATTN. OF: Superintendent Engineer ADDRESS: Public Works Department

2nd Circle P.W.D. Nainital

Page 15: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 12

1.17.6 If the envelope is not sealed and marked as instructed above, the Proposal may be deemed to non-responsive and would be liable for rejection. PWD assumes no responsibility for the misplacement or premature opening of such Proposal submitted.

1.18 Proposal Due Date

1.18.1 Proposals should be submitted before 1400 hours IST on the

Proposal Due Date mentioned in the Schedule of Bidding Process, to the address provided in Clause 1.17.5 in the manner and form as detailed in this RFP Document. Proposals submitted by either facsimile transmission or telex will not be acceptable.

1.18.2 PWD, at its sole discretion, may extend the Proposal Due Date by

issuing an Addendum in accordance with Clause 1.9. 1.19 Late Proposals 1.19.1 Any Proposal received by PWD after 1400 hours IST on the

Proposal Due Date will be returned unopened to the Bidder. 1.20 Modification and Withdrawal of Proposals 1.20.1 The Bidder may modify or withdraw its Proposal after submission,

provided that written notice of the modification or withdrawal is received by PWD before the Proposal Due Date. No Proposal shall be modified or withdrawn by the Bidder after the Proposal Due Date.

1.20.2 The Bidder’s modification or withdrawal notice shall be prepared,

sealed, marked and delivered in accordance with the provisions of Clause 1.17 with outer envelopes additionally marked “MODIFICATION” or “WITHDRAWAL” and also “KEY SUBMISSIONS”, “TECHNICAL PROPOSAL” or “FINANCIAL PROPOSAL” as appropriate.

1.20.3 Withdrawal of a Proposal during the interval between the Proposal

Due Date and expiration of the Proposal Validity Period would result in forfeiture of the Bid Security in accordance with Clause 1.11.4 of this document.

Page 16: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 13

1.21 Tests of responsiveness

1.21.1 Prior to evaluation of Proposals, PWD will determine whether each Proposal is responsive to the requirements of the RFP Document. A Proposal shall be considered responsive if (a) it is received by the Proposal Due Date. (b) it is signed, sealed, and marked as stipulated in Clause

1.17. (c) it contains the information and documents as requested in

the RFP Document. (d) it contains information in formats specified in the RFP

Document. (e) it mentions the proposal validity period as set out in Clause

1.12. (f) it provides the information in reasonable detail.

(“Reasonable Detail” means that, but for minor deviations, the information can be reviewed and evaluated by PWD without communication with the Bidder). PWD reserves the right to determine whether the information has been provided in reasonable detail.

(g) there are no inconsistencies between the Proposal and the supporting documents.

1.21.2 A Proposal that is substantially responsive is one that conforms to

the preceding requirements without material deviation or reservation. A material deviation or reservation is one (a) which affects in any substantial way, the scope, quality, or

performance of the Project, or (b) which limits in any substantial way, inconsistent with the

RFP Document, PWD’s rights or the Bidder’s obligations under the Concession Agreement, or

(c) which would affect unfairly the competitive position of other Bidders presenting substantially responsive bids.

1.21.3 PWD reserves the right to reject any Proposal which in its opinion

is non-responsive and no request for modification or withdrawal shall be entertained by PWD in respect of such Proposals.

1.21.4 Conditional proposal shall not be considered. Any bid found to contain conditions attached, will be rejected.

1.22 Confidentiality

1.22.1 Information relating to the examination, clarification, evaluation and recommendation for the short listed Bidders shall not be disclosed to any person not officially concerned with the process. PWD will treat all information submitted as part of Proposal in confidence and will ensure that all who have access to such material treat it in confidence. PWD will not divulge any such

Page 17: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 14

information unless it is ordered to do so by any Government authority that has the power under law to require its disclosure.

1.23 Clarifications 1.23.1 To assist in the process of evaluation of Proposals, PWD may, at

its sole discretion, ask any Bidder for clarification on its Proposal. The request for clarification and the response shall be in writing or by facsimile. No change in the substance of the Proposal would be permitted by way of such clarifications.

1.24 Proposal Evaluation 1.24.1 To assist in the examination, evaluation, and comparison of

Proposals, PWD may utilise the services of consultant/s or advisor/s.

1.24.2 Before opening and evaluation of the Technical Proposals, Bidders are expected to meet the following pre-qualification criteria which would be a part of the Technical Proposal. Bidders failing to meet these criteria or not submitting requisite proof for supporting pre-qualification criteria are liable to be rejected at the Technical Proposal level.

Sl. No.

Criteria Whether Met

Reference Details

1 The bidder should be an organization registered in India, registered with the Income Tax Authorities or the Service Tax Authorities and operating for the last five years

Yes / No Certificate of Incorporation / Any other relevant document

2 The Bidder must have a minimum annual turnover of at least Rs 10.00 Crores of the immediately preceding three years (FY08 FY 09, and FY10).

Yes / No Audited Profit / Loss Statement and Balance Sheet and details as per Appendix 9

3 The bidder should have a minimum networth of Rs. 6.00 Crores as on 31st March 2010) Financial capability of all the members of consortium having equity participation of more than 26% shall be considered for the purpose of evaluation.

Yes / No Audited Profit / Loss Statement and Balance Sheet and details as per Appendix 9

4 The bidder should have at least five (5) years experience in Development, operating and managing of Highway or Core Sector Projects as defined in Clause 4.1.

Yes / No Appropriate Certificates from competent authority.

Page 18: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 15

1.24.3 The bidder shall attach signed agreement between consortium members specifying the equity participation in the project.

1.24.4 Evaluation of Proposals will be done in two stages.

1.24.5 In Stage I of Proposal Evaluation, the Key Submissions submitted

by the Bidders shall be checked for responsiveness with the requirements of the RFP Document.

1.24.6 The evaluation of Technical Proposal of a Bidder shall be taken up

only after the contents of the Key Submissions are found to meet the requirements of this RFP Document. PWD reserves the right to reject the Proposal of a Bidder without opening the Technical Proposal if the contents of Key Submissions are not substantially responsive with the requirements of this RFP Document.

1.24.7 After checking the responsiveness of the Key submission, the Technical Proposal will be opened. The minimum qualifying marks of the Technical Capability Evaluation is 100 (Threshold Experience Score) as mentioned in Clause 4.1.6.

1.25 Evaluation of the Financial Proposal 1.25.1 In Stage II, the Financial Proposals of all the Bidders who pass the

Stage I evaluation will be opened in the presence of the Bidders’ representatives who choose to attend. The Bidders’ representatives who choose to be present shall be required to sign and record their attendance.

1.25.2 The bidder shall quote the Annuity amount to be paid by PWD as

per format prescribed in Appendix 11. The Bidder who quotes the lowest Annuity to be paid by the PWD shall be declared as the Selected Bidder.

1.25.3 The Annuity shall mean fixed amount payable annually during the

Concession Period with no escalation.

1.25.4 In the event that two or more Bidders quotes the same amount of Annuity then the PWD may :

(a) invite fresh Proposals from the Bidders;

OR

(b) declaring the bidder securing highest technical capability marks (Experience Score) amongst the bidders quoting the same amount of Annuity, as Selected Bidder

Page 19: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 16

OR

(c) take any such measure as may be deemed fit in its sole discretion or annulment of the bidding process.

1.26 Notifications 1.26.1 Upon acceptance of the Financial Proposal of the Preferred

Bidders with or without negotiations, PWD shall declare the Preferred Bidder as Successful Bidder.

1.26.2 PWD will notify the Successful Bidder by facsimile and by a letter that its Proposal has been accepted.

1.27 PWD’s Right to Accept or Reject Proposal 1.27.1 PWD reserves the right to accept or reject any or all of the

Proposals without assigning any reason and to take any measure as it may deem fit, including annulment of the bidding process, at any time prior to award of Project, without liability or any obligation for such acceptance, rejection or annulment.

1.27.2 PWD reserves the right to invite revised Financial Proposals from

Bidders with or without amendment of the RFP Document at any stage, without liability or any obligation for such invitation and without assigning any reason.

1.27.3 PWD reserves the right to reject any Proposal if:

(a) at any time, a material misrepresentation is made or uncovered;

OR (b) the Bidder does not respond promptly and thoroughly to

requests for supplemental information required for the evaluation of the Proposal.

This would lead to the disqualification of the Bidder. If the Bidder is a Consortium, then the entire Consortium would be disqualified / rejected. If such disqualification / rejection occur after the Financial Proposals have been opened and the highest Bidder gets disqualified / rejected, then PWD reserves the right to:

(a) either invite the next highest Bidder to match the Financial

Proposal submitted by the highest Bidder; OR

(b) take any such measure as may be deemed fit in the sole discretion of PWD, including annulment of the bidding process.

Page 20: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 17

1.28 Acknowledgement of Letter of Acceptance (LOA) 1.28.1 Within two (2) weeks from the date of issue of the LOA, the

Preferred Bidder shall acknowledge the receipt of LOA. 1.29 Execution of Concession Agreement 1.29.1 The Successful Bidder shall execute the Concession Agreement

within six (6) weeks of the issue of LOA or such time as indicated by PWD.

1.29.2 PWD will promptly notify other Bidders that their Proposals have

been unsuccessful and their Bid Security will be returned as promptly as possible in any case not later than 30 (thirty) days from the date of announcement of the Successful Bidder.

1.30 Performance Security 1.30.1 The Successful Bidder shall furnish Performance Security for due

and punctual performance of its obligations during the Implementation Period, deliver to PWD, simultaneously with the execution of the Draft Concession Agreement a bank guarantee from a scheduled bank acceptable to PWD (the "Performance Security for construction”) for a sum of Rs.60,00,000/- (Rupees Sixty Lakhs Only).

1.30.2 The Successful Bidder shall furnish Performance Security for due

and punctual performance of obligations during the Operations Period deliver to PWD, on or before the COD, the bank guarantee from a scheduled bank acceptable to PWD (Performance Security for operation and maintenance) for a sum of Rs.40,00,000/- (Rupees Forty Lakhs Only).

1.30.3 The Performance Security shall be in the form of an irrevocable Bank Guarantee in favour of Superintendent Engineer, Public Works Department, Government of Uttarakhand, as per the format set out in Draft Concession Agreement. The Performance Security would be valid for one year and renewable every year during the entire project term

1.30.4 The Performance Security shall be forfeited and en-cashed in the

following cases:

(a) If the Successful Bidder withdraws from the project midway during the project term

(b) If during the project term, there is any incident of gross

professional negligence

Page 21: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 18

(c) If during the project term, there successful bidder is found to charge the vehicle owners excess of prevailing rates

(d) Any other act or acts of the successful bidder which renders

the project un-operational and PWD establishes sufficient reasons to forfeit the Performance Security in accordance with provisions of the Draft Concession Agreement.

1.31 Cost of RFP document 1.31.1 The RFP document can be downloaded from http://upppc.org.

The cost of RFP document is Rs 1,150/- (Rs One Thousand One hundred Fifty Only), inclusive of VAT. The Proposals must accompany with cost of RFP document in the form of a bank draft in favour of “Superintendent Engineer, Public Works Department, Government of Uttarakhand” payable at Dehradun of Rs 1,150/- (Rs One Thousand One hundred Fifty Only). The bidders may also obtain a hard copy of the RFP from the office of Superintendent Engineer, Public Works Department, Government of Uttarakhand. The bidders purchasing the hard copy of the RFP must attach the copy of Receipt along with the Proposal.

1.32 Cost of Techno Economic Feasibility Report 1.32.1 Techno Economic Feasibility Report can be purchased by the

bidder on payment of Rs. 10,000/- (Rupees Ten Thousand Only) and can be obtained from the office of Superintending Engineer, 2nd circle P.W.D.

Page 22: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 19

2. Schedule of Bidding Process

PWD would endeavour to adhere to the following schedule:

Sr. No. Activity Description Date

1. Last date for receiving queries June 22, 2011 2. Pre-Proposal meeting June 29, 2011 3. Proposal Due Date July 27, 2011 4. Opening of Technical Proposals July 27, 2011 5. Opening of Financial Proposals To be informed later

Page 23: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 20

3. Scope of the Project 3.1 Public Works Department (PWD), Ramnagar proposes to construct a Bridge

across Kosi River at Ramnagar, Nainital along with connecting road through Public Private Partnership (PPP) mode, on BOT-Annuity basis.

3.2 A new bridge facility is urgently required across Kosi River so as to facilitate

movement of increased traffic volumes, reduce distance and to ease traffic congestion in the city.

3.3 The length of the proposed bridge is 360 meters approx with 410 meter of

connecting road and covering of canal approximate length of 217 meter & minor bridges (4 nos.) of approximate length of 88 meter. The conceptual plan, designs/ drawings/ layouts for the proposed project shall be as per the Techno Economic Feasibility Report (TEFR).

3.4 Techno Economic Feasibility Report includes the following reports :

a) Traffic Data Analysis b) Traffic Projections c) Sub Soil Investigation Report d) Hydraulic Calculations e) General Arrangement Drawings (GAD) for structures f) Itemised Bill of Quantities (BOQ)

1. Broad Scope of Work :

The scope of work for the Private Partner will include:

I. Develop and construct a Bridge across Kosi River at Ramnagar,

Nainital along with connecting road, minor bridges & covering of existing canal.

II. Operate, maintain and transfer the proposed project and existing Bridge as per the terms and conditions specified in Draft Concession Agreement throughout the concession period.

III. Shall construct, operate and maintain the Project in accordance

with the Specifications and Drawings mentioned in the TEFR.

IV. Compliance with all regulatory/legal requirements

V. To achieve the Service Levels agreed with PWD

VI. Avoid unauthorized usage of Project infrastructure

Page 24: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 21

3.5 Traffic Details :

a. Haldwani to Ramnagar

Date Day Vehicle PCU,s

MT NMT Total MT NMT Total 29-Nov-09 Sunday 1,843 45 1,888 1,807 20 1,827 30-Nov-09 Monday 2,014 37 2,051 1,969 228 2,197 01-Dec-09 Tuesday 1,922 54 1,976 1,932 23 1,955 02-Dec-09 Wednesday 1,731 52 1,783 1,760 21 1,781 03-Dec-09 Thursday 1,760 47 1,807 1,720 24 1,744 04-Dec-09 Friday 1,720 58 1,778 1,687 23 1,711 05-Dec-09 Saturday 1,736 69 1,805 1,687 324 2,011

Average 1,818 52 1,870 1,795 95 1,889

b. Ramnagar to Haldwani

Date Day Vehicle PCU,s

MT NMT Total MT NMT Total 29-Nov-09 Sunday 1,732 40 1,772 1703.7 16 1,720 30-Nov-09 Monday 2,151 44 2,195 2084.8 19.2 2,104 01-Dec-09 Tuesday 1,911 55 1,966 1928.6 220 2,149 02-Dec-09 Wednesday 1,785 60 1,845 1818.9 24 1,843 03-Dec-09 Thursday 1,792 64 1,856 1811.2 25.6 1,837 04-Dec-09 Friday 1,863 68 1,931 1881 30.4 1,911 05-Dec-09 Saturday 1,780 74 1,854 1771.9 29.6 1,802

Average 1,859 58 1,917 1,857 52 1,909

MT : motorised traffic NMT : non motorised traffic PCU : Passenger car unit

Page 25: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 22

4. Evaluation Methodology

4.1 Evaluation of Technical Proposal

4.1.1 The bidder’s technical capability would be evaluated on the basis of

the following categories:

Category 1: Project experience on Eligible Projects in highways sector that

qualify under Clause 4.1.2

Category 2: Project experience on Eligible Projects in core sector that qualify under Clause 4.1.2

Category 3: Construction experience on Eligible Projects in highways sector that qualify under Clause 4.1.3

Category 4: Construction experience on Eligible Projects in core sector that qualify under Clause 4.1.3

For the purpose of this RFP and Clause 4.1 above :

i. Highways Sector would be deemed to include highways, expressways,

rural roads, bridges, tunnels and airfields; and ii. Core Sector would be deemed to include power, telecom, ports,

airports, railways, industrial parks, petroleum and natural gas, pipelines, irrigation, water supply, sewerage and real estate development.

4.1.2 Eligible Experience would be measured only for a maximum of ten (10) projects which meets the conditions set out below for Project under Category 1 and 2 :

a. For a project to qualify as Eligible Project it should have been

undertaken on BOT, BOLT, BOO, BOOT or other similar basis for providing its output or services to a public sector entity or for providing non-discriminatory access to users in pursuance of its charter, concession or contract, as the case may be;

b. the entity claiming experience should have held, in the company owning the Eligible Project, a minimum of 26% equity during the period for which Eligible Experience is being claimed;

c. the project should have been commissioned on or after January 2001;

Page 26: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 23

4.1.3 Eligible Experience would be measured only for a maximum of ten (10) projects which meets the conditions set out below for Project under Category 3 and 4 :

a) For a project to qualify as an Eligible Project under this Categories the

Applicant should have received payments from its client(s) for construction works executed, fully or partially, on or after January 2001 shall qualify for purposes of computing the Experience Score.

b) For the avoidance of doubt, construction works shall not include supply of goods or equipment except when such goods or equipment form part of a turn-key construction contract/ EPC contract for the project. Further, the cost of land shall not be included in construction works.

4.1.4 Applicant shall quote experience in respect of a particular project under

any one category only, even though the Applicant (either individually or along with other member/s of the Consortium) may have played both the roles in the cited project.

4.1.5 Applicants’ experience shall be measured in terms of Experience Score.

Experience Score for a given category would be Project Cost/ Certified Billings in Rupees millions, as the case may be, multiplied by the applicable factor in Table 1 below. In case the Applicant has experience across different categories the score for each category would be computed as above and then aggregated to arrive at the Experience Score.

Table 1: Factors for Experience Across Categories

Factor Category 1: 1.00 Category 2: 0.66 Category 3: 0.75 Category 4: 0.33

4.1.6 Any Applicant who achieves an Experience Score of 100 (Threshold

Experience Score) would be deemed to meet the experience criterion for qualification.

4.1.7 The Applicants must provide the necessary information as per Appendix 10, 10A and 10B.

Page 27: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 24

4.2 Evaluation of Financial Proposals 4.2.1 Financial Proposals of only those Bidders will be opened who scores

minimum Threshold Experience Score as per clause 4.1.6.

4.2.2 The bidder shall quote the Annuity amount to be paid by PWD as per format prescribed in Appendix 11. The Bidder who quotes the lowest Annuity to be paid by the PWD shall be declared as the Selected Bidder.

4.2.3 The Annuity shall mean fixed amount payable annually during the

Concession Period with no escalation.

4.2.4 In the event that two or more Bidders quotes the same amount of Annuity then the PWD may :

(a) invite fresh Proposals from the Bidders;

OR

(b) declaring the bidder securing highest technical capability marks (Experience Score) amongst the bidders quoting the same amount of Annuity, as Selected Bidder

OR

(c) take any such measure as may be deemed fit in its sole discretion or annulment of the bidding process.

Page 28: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 25

APPENDIX 1

Format for Acknowledgement of RFP Document and Notification of Intent to Submit Proposal

Date : To Superintendent Engineer Public Works Department 2nd Circle P.W.D. Nainital Dear Sir, Re: Proposal for Development of Bridge across Kosi River, at Ramnagar, Nainital on Build, Operate and Transfer Annuity (BOT) basis in Uttarakhand (the “Project”) The undersigned hereby acknowledges and confirms receipt of all the Parts (Part I and Part II) of the Request for Proposal (RFP) Document for the captioned project from PWD and conveys its intention to submit a Proposal for the Project, under BOT Annuity (Build, Operate and Transfer) structure. ……………………………………………. Name of the Bidder ……………………………………………. Signature of the Authorised Person ……………………………………………. Name of the Authorised Person Note: § On the Letterhead of the Bidder or Lead Member of Consortium. § To be signed by the Lead Member in case of a Consortium. § The acknowledgement should be sent within 2 weeks of receipt of the RFP Document

Page 29: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 26

APPENDIX 2

Format for Covering Letter Cum Project Undertaking To, Superintendent Engineer Public Works Department 2nd Circle P.W.D. Nainital Dear Sir, Re: Proposal for Development of Bridge across Kosi River, at Ramnagar, Nainital on Build, Operate and Transfer Annuity (BOT) basis, in Uttarakhand (the “Project”) We have read and understood the Request for Proposal (RFP) Document in respect of the Project provided to us by PWD. We hereby submit our Proposal for the captioned project. We are enclosing our Proposal in one (1) original plus one (1) copy, with the details as per the requirements of the RFP Document, for your evaluation. We confirm that our Proposal is valid for a period of nine (9) months from ………… (Proposal Due Date). We hereby agree and undertake as under:

Notwithstanding any qualifications or conditions, whether implied or otherwise, contained in our Proposal we hereby represent and confirm that our Proposal is unqualified and unconditional in all respects and we agree to the terms of the Draft Concession Agreement, a draft of which also forms a part of the RFP Document provided to us.

Dated this ……………………..Day of …………………., 2011.

Name of the Bidder ……………………………………………. Signature of the Authorised Person ……………………………………………. Name of the Authorised Person Note: · On the Letterhead of the Bidder.

Page 30: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 27

APPENDIX 3

Format for Anti-Collusion Certificate

Anti-Collusion Certificate

We hereby certify and confirm that in the preparation and submission of this Proposal, we have not acted in concert or in collusion with any other Bidder or other person/s and also not done any act, deed or thing which is or could be regarded as anti-competitive.

We further confirm that we have not offered nor will offer any illegal gratification in cash or kind to any person or agency in connection with the instant Proposal.

Dated this ……………………..Day of …………………., 2011 Name of the Bidder ……………………………………………. Signature of the Authorised Person ……………………………………………. Name of the Authorised Person

Page 31: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 28

APPENDIX 4

Details of Applicant

1. (a) Name:

(b) Country of incorporation:

(c) Address of the corporate headquarters and its branch office(s), if any, in India:

(d) Date of incorporation and/ or commencement of business:

2. Brief description of the Company including details of its main lines of business and proposed role and responsibilities in this Project]:

3. Details of individual(s) who will serve as the point of contact/ communication for the Authority:

(a) Name:

(b) Designation:

(c) Company:

(d) Address:

(e) Telephone Number:

(f) E-Mail Address:

(g) Fax Number:

4. Particulars of the Authorised Signatory of the Applicant:

(a) Name:

(b) Designation:

(c) Address:

(d) Phone Number:

(e) Fax Number:

5. In case of a Consortium:

a. The information above (1-4) should be provided for all the Members of the Consortium.

Page 32: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 29

b. Information regarding the role of each Member should be provided as per table below:

SI. No.

Name of Member Role*

Percentage of equity in the Consortium {Refer Clauses 1.2.5 (a), (c)&(h)}

1. 2. 3. 4.

* The role of each Member, as may be determined by the Applicant, should be indicated in accordance with instruction 4 at Appendix 8.

c. The following information shall also be provided by each Bidder and for each Member of the Consortium:

Name of Applicant/ member of Consortium:

No. Criteria Yes No

1. Has the Applicant/ constituent of the Consortium been barred by the [Central/ State] Government, or any entity controlled by it, from participating in any project (BOT, BOT or otherwise).

2. If the answer to 1 is yes, does the bar subsist as on the date of Proposal.

3. Has the Applicant/ constituent of the Consortium paid liquidated damages of more man 5% of the contract value in a contract due to delay or has been penalised due to any other reason in relation to execution of a contract, in the last three years?

6. A statement by the Applicant and each of the Members of its Consortium (where applicable) or any of their Associates disclosing material non-performance or contractual non-compliance in past projects, contractual disputes and litigation/ arbitration in the recent past is given below (Attach extra sheets, if necessary):

Page 33: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 30

APPENDIX 5

(Proforma of Bank Guarantee)

Bank Guarantee for Bid Security (Refer Clause 1.11)

B.G. No. Dated:

1. In consideration of you, The Superintendent Engineer, Public Works Department having its office at 2nd Circle P.W.D. Nainital. (hereinafter referred to as the “Authority”, which expression shall unless it be repugnant to the subject or context thereof include its, successors and assigns) having agreed to receive the Bid of _____________ [a Company registered under provision of the Companies Act, 1956] and having its registered office at ____________ [and acting on behalf of its Consortium] (hereinafter referred to as the “Bidder” which expression shall unless it be repugnant to the subject or context thereof include its/their executors administrators, successors and assigns), for the ***** Project on [BOT]-Annuity basis (hereinafter referred to as “the Project”) pursuant to the RFP Document dated ***** issued in respect of the Project and other related documents (hereinafter collectively referred to as “Bidding Documents”), we [Name of the Bank] having our registered office at _____________ and one of its branches at ____________ (hereinafter referred to as the “Bank”), at the request of the Bidder, do hereby in terms of Clause 1.11 of the RFP Document, irrevocably, unconditionally and without reservation guarantee the due and faithful fulfilment and compliance of the terms and conditions of the Bidding Documents (including the RFP Document) by the said Bidder and unconditionally and irrevocably undertake to pay forthwith to the Authority an amount of Rs. ***** (Rupees ***** only) as bid security (hereinafter referred to as the “Bid Security”) as our primary obligation without any demur, reservation, recourse, contest or protest and without reference to the Bidder if the Bidder shall fail to fulfil or comply with all or any of the terms and conditions contained in the said Bidding Documents.

2. Any such written demand made by the Authority stating that the Bidder is in

default of the due and faithful fulfilment and compliance with the terms and conditions contained in the Bidding Documents shall be final, conclusive and binding on the Bank.

3. We, the Bank, do hereby unconditionally undertake to pay the amounts due and payable under this Guarantee without any demur, reservation, recourse, contest or protest and without any reference to the Bidder or any other person and irrespective of whether the claim of the Authority is disputed by the Bidder or not merely on the first demand from the Authority stating that the amount claimed is due to the Authority by reason of failure of the Bidder to fulfil and comply with the terms and conditions contained in the Bidding Documents including failure of the said Bidder to keep its Bid open during the Bid validity period as setforth in the said Bidding Documents for any reason whatsoever. Any such demand made on the Bank shall be conclusive as regards amount due and payable by the Bank under this Guarantee. However, our liability under this Guarantee shall be restricted to an amount not exceeding Rs. ***** (Rupees ***** only).

Page 34: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 31

4. This Guarantee shall be irrevocable and remain in full force for a period of

180 (one hundred and eighty) days from the Proposal Due Date inclusive of a claim period of 60 (sixty) days or for such extended period as may be mutually agreed between the Authority and the Bidder, and agreed to by the Bank, and shall continue to be enforceable till all amounts under this Guarantee have been paid.

5. We, the Bank, further agree that the Authority shall be the sole judge to decide as to whether the Bidder is in default of due and faithful fulfilment and compliance with the terms and conditions contained in the Bidding Documents including, inter alia, the failure of the Bidder to keep its Bid open during the Bid validity period set forth in the said Bidding Documents, and the decision of the Authority that the Bidder is in default as aforesaid shall be final and binding on us, notwithstanding any differences between the Authority and the Bidder or any dispute pending before any Court, Tribunal, Arbitrator or any other Authority.

6. The Guarantee shall not be affected by any change in the constitution or winding up of the Bidder or the Bank or any absorption, merger or amalgamation of the Bidder or the Bank with any other person.

7. In order to give full effect to this Guarantee, the Authority shall be entitled to treat the Bank as the principal debtor. The Authority shall have the fullest liberty without affecting in any way the liability of the Bank under this Guarantee from time to time to vary any of the terms and conditions contained in the said Bidding Documents or to extend time for submission of the Bids or the Bid validity period or the period for conveying acceptance of Letter of Award by the Bidder or the period for fulfilment and compliance with all or any of the terms and conditions contained in the said Bidding Documents by the said Bidder or to postpone for any time and from time to time any of the powers exercisable by it against the said Bidder and either to enforce or forbear from enforcing any of the terms and conditions contained in the said Bidding Documents or the securities available to the Authority, and the Bank shall not be released from its liability under these presents by any exercise by the Authority of the liberty with reference to the matters aforesaid or by reason of time being given to the said Bidder or any other forbearance, act or omission on the part of the Authority or any indulgence by the Authority to the said Bidder or by any change in the constitution of the Authority or its absorption, merger or amalgamation with any other person or any other matter or thing whatsoever which under the law relating to sureties would but for this provision have the effect of releasing the Bank from its such liability.

8. Any notice by way of request, demand or otherwise hereunder shall be

sufficiently given or made if addressed to the Bank and sent by registered mail to the Bank at the address set forth herein.

9. We undertake to make the payment on receipt of your notice of claim on us addressed to [name of Bank along with branch address] and delivered at our above branch who shall be deemed to have been duly authorised to receive the said notice of claim.

Page 35: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 32

10. It shall not be necessary for the Authority to proceed against the said Bidder before proceeding against the Bank and the guarantee herein contained shall be enforceable against the Bank, notwithstanding any other security which the Authority may have obtained from the said Bidder or any other person and which shall, at the time when proceedings are taken against the Bank hereunder, be outstanding or unrealised.

11. We, the Bank, further undertake not to revoke this Guarantee during its currency except with the previous express consent of the Authority in writing.

12. The Bank declares that it has power to issue this Guarantee and discharge the obligations contemplated herein, the undersigned is duly authorised and has full power to execute this Guarantee for and on behalf of the Bank.

Signed and Delivered by ____________ Bank By the hand of Mr./Ms ____________, its ____________ and authorised official. (Signature of the Authorised Signatory) (Official Seal)

Page 36: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 33

Appendix 6

Format for Power of Attorney for Signing of Proposal

(On a Stamp Paper of relevant value) Power of Attorney

Know all men by these presents, we …………………………………………… (name and address of the registered office) do hereby constitute, appoint and authorise Mr / Ms…………………… ………… (name and residential address) who is presently employed with us and holding the position of ………………………………………. as our attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in connection with or incidental to our bid for the Project envisaging Development of Bridge across Kosi River, at Ramnagar, Nainital on Build, Operate and Transfer (BOT)- Annuity basis through public private partnership, (the “Project”) including signing and submission of all documents and providing information / responses to Public Works Department (PWD) representing us in all matters before PWD, and generally dealing with PWD in all matters in connection with our bid for the said Project. We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and shall always be deemed to have been done by us.

For

_________________________ (Signature)

(Name, Title and

Address)

Accepted ………….. (Signature) (Name, Title and Address of the Attorney) Note: § To be executed by the Lead Member in case of a Consortium. § The mode of execution of the Power of Attorney should be in accordance with the

procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.

§ In case the Proposal is signed by a Partner/ authorised Director of the Applicant, a certified copy of the appropriate resolution/ document conveying such authority may be enclosed in lieu of the Power of Attorney.

Page 37: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 34

APPENDIX -7

Power of Attorney for Lead Member of Consortium

Whereas the Public Works Department, Government of Uttarakhand has invited Proposals from eligible bidders for Development of Bridge across Kosi River, at Ramnagar, Nainital on Build, Operate and Transfer (BOT)- Annuity basis, in Uttarakhand (the “Project”). Whereas, …………………….., …………………….., …………………….. and…………………….. (collectively the “Consortium”) being Members of the Consortium are interested in bidding for the Project in accordance with the terms and conditions of the Request for Proposal (RFP) and other connected documents in respect of the Project,

AND

Whereas, it is necessary for the Members of the Consortium to designate one of them as the Lead Member with all necessary power and authority to do for and on behalf of the Consortium, all acts, deeds and things as may be necessary in connection with the Consortium’s bid for the Project and its execution. NOW, THEREFORE, KNOW ALL MEN BY THESE PRESENTS We, …………………….. having our registered office at …………………….., M/s. …………………….. having our registered office at …………………….., M/s. …………………….. having our registered office at …………………….., and M/s. …………………….. having our registered office at …………………….., (hereinafter collectively referred to as the “Principals”) do hereby irrevocably designate, nominate, constitute, appoint and authorise M/s. …………………….. having its registered office at …………………….., being one of the Members of the Consortium, as the Lead Member and true and lawful attorney of the Consortium (hereinafter referred to as the “Attorney”). We hereby irrevocably authorise the Attorney (with power to sub-delegate) to conduct all business for and on behalf of the Consortium and any one of us during the bidding process and, in the event the Consortium is awarded the concession/contract, during the execution of the Project and in this regard, to do on our behalf and on behalf of the Consortium, all or any of such acts, deeds or things as are necessary or required or incidental to the pre-qualification of the Consortium and submission of its bid for the Project, including but not limited to signing and submission of all Proposal’s, bids and other documents and writings, participate in bidders and other conferences, respond to queries, submit information/ documents, sign and execute contracts and undertakings consequent to acceptance of the bid of the Consortium and generally to represent the Consortium in all its dealings

Page 38: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 35

with the Authority, and/ or any other Government Agency or any person, in all matters in connection with or relating to or arising out of the Consortium’s bid for the Project and/ or upon award thereof till the Concession Agreement is entered into with the Authority. AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by this Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise of the powers hereby conferred shall and shall always be deemed to have been done by us/ Consortium. IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS …………………. DAY OF ………., 20.....… For …………………….. (Signature) …………………….. (Name & Title) For …………………….. (Signature) …………………….. (Name & Title) For …………………….. (Signature) …………………….. (Name & Title) Witnesses: 1. 2. ……………………………………… (Executants) (To be executed by all the Members of the Consortium) Notes: 1. The mode of execution of the Power of Attorney should be in accordance with

the procedure, if any, lay down by the applicable law and the charter documents of the executants(s) and when it is so required, the same should be under common seal affixed in accordance with the required procedure.

2. Also, wherever required, the Bidder should submit for verification the extract of the charter documents and documents such as a board or shareholders’ resolution/ power of attorney in favour of the person executing this Power of Attorney for the delegation of power hereunder on behalf of the Bidder.

For a Power of Attorney executed and issued overseas, the document will also have to be legalised by the Indian Embassy and notarised in the jurisdiction where the Power of Attorney is being issued. However, the Power of Attorney provided by Bidders from countries that have signed The Hague Legislation Convention, 1961 are not required to be legalised by the Indian Embassy if it carries a conforming Appostille certificate.

Page 39: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 36

Appendix - 8

Joint Bidding Agreement

(To be executed on Stamp paper of appropriate value) THIS JOINT BIDDING AGREEMENT is entered into on this the ………… day of ………, 2010

AMONGST 1. {………… Limited, a company incorporated under the Companies Act, 1956} and having its registered office at ………… (hereinafter referred to as the “First Part” which expression shall, unless repugnant to the context include its successors and permitted assigns)

AND 2. {………… Limited, a company incorporated under the Companies Act, 1956} and having its registered office at ………… (hereinafter referred to as the “Second Part” which expression shall, unless repugnant to the context include its successors and permitted assigns)

AND 3. {………… Limited, a company incorporated under the Companies Act, 1956 and having its registered office at ………… (hereinafter referred to as the “Third Part” which expression shall, unless repugnant to the context include its successors and permitted assigns)}

AND 4. {………… Limited, a company incorporated under the Companies Act, 1956 and having its registered office at ………… (hereinafter referred to as the “Fourth Part” which expression shall, unless repugnant to the context include its successors and permitted assigns)}$ The above mentioned parties of the FIRST, SECOND, {THIRD and FOURTH} PART are collectively referred to as the “Parties” and each is individually referred to as a “Party” WHEREAS A. Public Works Department, Government of Uttarakhand, represented by

Superintendent Engineer and having its office at 2nd Circle P.W.D. Nainital, hereinafter referred to as “PWD”, which expression shall, unless repugnant to the context or meaning thereof include its administrators, successors or assigns has invited Proposal (the Proposal”) by its Request for Proposal No. ………… dated …………(the “RFP”) for short-listing of bidders for Development of Bridge across Kosi River, at Ramnagar, Nainital on Build, Operate and Transfer (BOT)-Annuity basis, in Uttarakhand (the “Project”)

B. The Parties are interested in jointly bidding for the Project as members of a

Consortium and in accordance with the terms and conditions of the RFP document and other bid documents in respect of the Project, and

C. It is a necessary condition under the RFP document that the members of the

Consortium shall enter into a Joint Bidding Agreement and furnish a copy thereof with the Proposal.

Page 40: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 37

NOW IT IS HEREBY AGREED as follows: 1. Definitions and Interpretations a) In this Agreement, the capitalised terms shall, unless the context otherwise

requires, have the meaning ascribed thereto under the RFP. 2. Consortium a) The Parties do hereby irrevocably constitute a consortium (the “Consortium”)

for the purposes of jointly participating in the Bidding Process for the Project. b) The Parties hereby undertake to participate in the Bidding Process only through

this Consortium and not individually and/ or through any other consortium constituted for this Project, either directly or indirectly or through any of their Associates.

3. Covenants a) The Parties hereby undertake that in the event the Consortium is declared the

Successful Bidder and awarded the Project, it shall incorporate a special purpose vehicle (the “SPV”) under the Indian Companies Act, 1956 for entering into a Concession Agreement with the Authority and for performing all its obligations as the Concessionaire in terms of the Concession Agreement for the Project.

4. Role of the Parties The Parties hereby undertake to perform the roles and responsibilities as described below: a) Party of the First Part shall be the Lead member of the Consortium and shall

have the power of attorney from all Parties for conducting all business for and on behalf of the Consortium during the Bidding Process and until the Appointed Date under the Concession Agreement when all the obligations of the SPV shall become effective;

b) Party of the Second Part shall be the Technical Member of the Consortium; c) Party of the Third Part shall be the Financial Member of the Consortium; d) Party of the Fourth Part shall be the Operation and Maintenance Member/

Other Member of the Consortium. 5. Joint and Several Liabilities

a) The Parties do hereby undertake to be jointly and severally responsible for all

obligations and liabilities relating to the Project and in accordance with the terms of the RFP and the Concession Agreement, till such time as the Financial Close for the Project is achieved under and in accordance with the Concession Agreement.

Page 41: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 38

6. Shareholding in the SPV

a) The Parties agree that the proportion of shareholding among the Parties in the SPV shall be as follows:

· First Party: ............................ · Second Party: ......................... · Third Party: ............................ · Fourth Party: ..........................

b) The Parties undertake that a minimum of 26% (twenty six per cent) of the

subscribed and paid up equity share capital of the SPV shall, at all times till the second anniversary of the date of commercial operation of the Project, be held by the Parties of the First, {Second and Third} Part whose experience and net worth have been reckoned for the purposes of qualification and short-listing of Bidders for the Project in terms of the RFP

c) The Parties undertake that each of the Parties specified in Clause 6 (b) above

shall, at all times between the commercial operation date of the Project and the second anniversary thereof, hold subscribed and paid up equity share capital of SPV equivalent to at least 5% (five per cent) of the Total Project Cost.

d) The Parties undertake that they shall collectively hold at least 51% (fifty one

per cent) of the subscribed and paid up equity share capital of the SPV at all times until two (2) years of the commercial operation date of the Project.

e) The Parties undertake that they shall comply with all equity lock-in

requirements set forth in the Concession Agreement. f) The Parties undertake that the O&M Member shall subscribe and hold at least

10% (ten per cent) of the subscribed and paid up equity shares in the SPV in terms of the Concession Agreement.

7. Representation of the Parties Each Party represents to the other Parties as of the date of this Agreement that:

(a) Such Party is duly organised, validly existing and in good standing under the laws of its incorporation and has all requisite power and authority to enter into this Agreement;

(b) The execution, delivery and performance by such Party of this Agreement has been authorised by all necessary and appropriate corporate or governmental action and a copy of the extract of the charter documents and board resolution/ power of attorney in favour of the person executing this Agreement for the delegation of power and authority to execute this Agreement on behalf of the Consortium Member is annexed to this Agreement, and will not, to the best of its knowledge:

i. require any consent or approval not already obtained; ii. violate any Applicable Law presently in effect and having

applicability to it;

Page 42: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 39

iii. violate the memorandum and articles of association, by-laws or other applicable organisational documents thereof;

iv. violate any clearance, permit, concession, grant, license or other governmental authorisation, approval, judgement, order or decree or any mortgage agreement, indenture or any other instrument to which such Party is a party or by which such Party or any of its properties or assets are bound or that is otherwise applicable to such Party; or

v. create or impose any liens, mortgages, pledges, claims, security interests, charges or Encumbrances or obligations to create a lien, charge, pledge, security interest, encumbrances or mortgage in or on the property of such Party, except for encumbrances that would not, individually or in the aggregate, have a material adverse effect on the financial condition or prospects or business of such Party so as to prevent such Party from fulfilling its obligations under this Agreement;

(c) This Agreement is the legal and binding obligation of such Party, enforceable in accordance with its terms against it.

(d) There is no litigation pending or, to the best of such Party’s knowledge, threatened to which it or any of its Affiliates is a party that presently affects or which would have a material adverse effect on the financial condition or prospects or business of such Party in the fulfilment of its obligations under this Agreement.

8. Termination

a) This Agreement shall be effective from the date hereof and shall continue in full force and effect until the Financial Close of the Project is achieved under and in accordance with the Concession Agreement, in case the Project is awarded to the Consortium.

b) However, in case the Consortium is either not pre-qualified for the Project

or does not get selected for award of the Project, the Agreement will stand terminated in case the Bidder is not pre-qualified or upon return of the Bid Security by the Authority to the Bidder, as the case may be.

9. Miscellaneous This Joint Bidding Agreement shall be governed by laws of India. The Parties acknowledge and accept that this Agreement shall not be amended by the Parties without the prior written consent of the Authority. IN WITNESS WHEREOF THE PARTIES ABOVE NAMED HAVE EXECUTED AND DELIVERED THIS AGREEMENT AS OF THE DATE FIRST ABOVE WRITTEN. SIGNED, SEALED AND DELIVERED For and on behalf of : LEAD MEMBER by: (Signature)

Page 43: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 40

(Name) (Designation) (Address) SIGNED, SEALED AND DELIVERED For and on behalf of : SECOND PART by: (Signature) (Name) (Designation) (Address) SIGNED, SEALED AND DELIVERED For and on behalf of : THIRD PART by: (Signature) (Name) (Designation) (Address) SIGNED, SEALED AND DELIVERED For and on behalf of : FOURTH PART by: (Signature) (Name) (Designation) (Address) In the presence of:

1) 2)

Notes: 1. The mode of the execution of the Joint Bidding Agreement should be in

accordance with the procedure, if any, lay down by the Applicable Law and the charter documents of the executants(s) and when it is so required, the same should be under common seal affixed in accordance with the required procedure.

2. Each Joint Bidding Agreement should attach a copy of the extract of the

charter documents and documents such as resolution / power of attorney in favour of the person executing this Agreement for the delegation of power and authority to execute this Agreement on behalf of the Consortium Member.

3. For a Joint Bidding Agreement executed and issued overseas, the document

shall be legalised by the Indian Embassy and notarised in the jurisdiction here the Power of Attorney has been executed.

Page 44: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 41

APPENDIX 9

Format for Financial Capability Proposal

(Equivalent in Rs. lakhs)

Bidder

Net Worth Annual Turnover

Year 1 (As on 31st

March 2010)

Year 1 (From 1st April 2009 to 31st March

2010)

Year 2 (From 1st April 2008 to 31st March

2009)

Year 3 (From 1st April 2007 to 31st March

2008) Sole Bidder Lead Member of Consortium

Other Member 1 (in case of Consortium)

Other Member 2 (in case of Consortium)

Other Member 3 (in case of Consortium)

Other Member 4 (in case of Consortium)

Total

1. Any Sole Bidder should fill in details as per the row titled Sole Bidder

and ignore the rows below. In case of a Consortium, ignore the first row and provide relevant details in subsequent rows.

General Instructions:

1. Net Worth

· For Company = (Paid-up Capital fund + Reserves) - (Revaluation reserves + Miscellaneous expenditure not written off)

2. Annual Turnover = Total revenues earned from business operation as

indicated in the annual financial statement 3. The financial year would be the same as followed by the Bidder for its

annual report. Year I will be the latest completed financial year for which the audited balance sheet is available. Year 2 shall be the year immediately preceding Year 1.

4. The Bidder shall provide the audited annual financial statements as required for this RFP Document. Failure to do so would be considered as a non-responsive bid.

5. The Bidder should clearly indicate the calculations and references in the financial statements in arriving at the above numbers in an attached worksheet.

Page 45: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 42

APPENDIX 10

Format for Technical Capability Proposal

Sr. No

Name of the Applicant

Name of Project Category

Project Code

Project Cost / Certified billings (Rs. in millions)

Factor Experience Score

1 Sole Applicant a b c

2 Lead Member of Consortium

1a 1b 1c

3 Other Member 1 (in case of Consortium)

2a 2b 2c

4 Other Member 2 (in case of Consortium)

3a 3b 3c

Total

* Multiply Experience by applicable factor set out in Table 1 in Clause 4.1.5.

Note: 1. Any Bidder consisting of a single entity should fill in details as per the row

titled Sole Bidder and ignore the other rows mentioned below. In case of a Consortium, the details need to be provided as per the lower rows and the row titled Single Entity Bidder may be ignored.

2. For a Sole Bidder, the Project Codes would be a, b, c etc. In case the Bidder is a Consortium then for Lead Member the project codes would be 1a, 1b, 1c, etc., for Other Member 1, the Project Codes shall be 2a, 2b, 2c, etc and for Other Member 2, the Project Codes shall be 3a, 3b, 3c, etc.

3. In the event that both the members of a Consortium had participated in the same project, only one member should mention the project. In case both the members mention the project, the experience of the member with the highest experience factor for that project shall be considered and the experience of the other member shall not be considered for the purpose of evaluation of the Proposals.

However in case that both the members intending to quote experience under Category 3&4 have participated in the same project, then these members may quote same project provided that their scope of work were independent.

The scope of work shall not be considered to be independent in case of any project if:

i) Any member is sub-contractor of other member. ii) Payment of billings to any member has been made out of billings

of the other member. iii) Payments of billings have been made jointly to the members as a

consequence of a joint contract with the party making the payment specifically providing for such joint payment.

Page 46: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 43

Appendix 10A

Format for Eligible Project Details

Refer Instruction

(Bidder to fill up the Details here)

Name of the Entity1 Category 3 Project Code 7 Title & Nature of the Project Entity for which the project was constructed/ developed 4

Location Date of Commencement of Project/ Contract

Date of Completion/ Commissioning 5

Equity Shareholding 6 Instructions 1. Bidders are expected to provide information in respect of projects in this

section. Information provided in this section is intended to serve as a back up for information provided in accordance with Appendix 10.

2. A separate sheet should be filled for each of the projects. 3. Refer Clause 4.1.5 for Category. 4. Own/ Government Agency (Concession Grantor, Counter Party to PPA, etc.)/

Client (in case of construction contract). Details such as name, address and contact details need to be provided.

5. For Category 1, 2 date of commissioning should be provided. In case of Category 3,4 date of completion should be provided.

6. For all the Categories, the equity shareholding of the Bidder in the project as on date of commissioning needs to be provided.

7. Refer Appendix 10. 8. Certificate from the client / employer/ relevant authority (in case of Category

3,4) or a certificate from the Bidder’s relevant authority/ statutory auditor (in case of Category 1 and 2) must be furnished stating the following details (as provided in Appendix 10B):

(a) Date of completion / date of commissioning of the project (b) Project Cost(in case of Category 1)/ Certified Billings (in case of

Category 2) (c) Equity shareholding as on date of commissioning (only in case of

Category 1). It may be noted that in the absence of anyone of the above (including the Bidder’s Certificate), the information would be considered inadequate and could lead to exclusion of the relevant project in computation of Experience Score.

1 Name of Sole Applicant, Lead Member or Other Member who has undertaken the Project

Page 47: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 44

Appendix 10B

Guidelines for Providing Information Related to Experience It may be noted that in the absence of any detail from the certificates specified in the following paragraphs, the information would be considered inadequate and could lead to exclusion of the relevant project in computation of Experience Score2

.

1. If the Bidder is claiming experience under Category 1 and 23

This is to certify that ___________ (Name of the Bidder) had developed the _____________ (Title, Location & Nature of the Project) project and was commissioned on _______ and __________ (Name of the Bidder) held ____% of the equity capital in the Project as on the date of commissioning.

, the Bidder should provide a certificate from his statutory auditor in format given below:

We further certify that total cost of the Project as on the date of commissioning was _______. Signature of the Authorised Signatory

2. If the Bidder is claiming experience under Category 3 and 44

a. the Bidder should provide certificate from the client / employer, which should contain the following minimum details:

,

· Title & Nature of the Project · Entity for which the Project was constructed · Work executed by the Bidder · Names of all the Consortium members (in case of jobs / contracts

which have been executed as part of a Consortium) · Value of the job / contract / certified billing · Date of completion / certified billing

b. In case a particular job / contract has been jointly executed by the Bidder (as part of a consortium), he should further support his claim for the share in work done for that particular job / contract by producing a certificate from his statutory auditor or the client / employer in the format given below. This certificate would be in addition to the above-mentioned certificate from the client. Certificate from the Statutory Auditor5

/ Client / Employer

This is to certify that ___________ (Name of the Bidder) has constructed _____________ (Title of the Project). We further certify that _________ (Name of the Bidder) has earned an income of ________ (Amount) from this project. Signature of the Authorised Signatory

2 Refer Clause 4.1.6 of the RFP document 3 Refer Clause 4.1.1 of the RFP document 4 Refer Clause 4.1.1 of the RFP document 5 To be provided in case of jobs / contracts executed as part of a Consortium / Joint Venture

Page 48: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 45

APPENDIX 11 : Format for Financial Proposal

Date : To, Superintendent Engineer Public Works Department 2nd Circle P.W.D. Nainital Dear Sir, Re: Proposal for Development of Bridge across Kosi River, at Ramnagar, Nainital on Build, Operate and Transfer (BOT)-Annuity basis, in Uttarakhand (the “Project”) We are pleased to submit our Financial Proposal for the Development of Bridge across Kosi River, at Ramnagar, Nainital (the "Project").

Description (Amount in Figures) (Amount in Words)

Annuity Payment*

* Payable annually in terms of Schedule U of the Draft Concession Agreement.

We have reviewed all the terms and conditions of the Request for Proposal (RFP) Document including the Draft Concession Agreement and will undertake to abide by all the terms and conditions contained therein. We hereby declare that there are, and shall be, no deviations from the stated terms in the RFP Document.

……………………………………………. Name of the Bidder …………………………………………….Signature of the Authorised Person …………………………………………….Name of the Authorised Person Note: § On the Letterhead of the Bidder and to be signed by the bidder. § In case of difference in amount quoted in figures and words, the lower value

would be considered for evaluation.

Page 49: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Instruction to Bidders 46

APPENDIX 12

List of attachments with the bid

S No Description 1. Acknowledgement of RFP Document and Notification of Intent to Submit Proposal 2. Key Submissions (as per Appendix 1 to 9) 3. Technical Proposal 4. Financial Proposal 5. Bank Draft towards cost of RFP document or copy of the receipt, if hard copy of

RFP purchased.

Page 50: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 1

Part II

Draft Concession Agreement

Page 51: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 2

Draft Concession Agreement

between

THE Public Works Department, Government of Uttarakhand (‘PWD’) acting through

______________________ (designation of authorised officer)

and

___________________________________________ (Concessionaire)

For

Development of Bridge across Kosi River at Ramnagar, Nainital

in Build, Operate and Transfer (BOT)

Annuity mode

Page 52: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 3

TableofContents1.  ARTICLE 1 : DEFINITIONS AND INTERPRETATION .......................................... 7 

2.  ARTICLE 2 : CONCESSION AND PROJECT SITE ............................................. 18 

3.  ARTICLE 3 : PERFORMANCE SECURITY ........................................................... 21 

4.  ARTICLE 4 : ANNUITY ......................................................................................... 22 

5.  ARTICLE 5 : FEE ................................................................................................... 25 

6.  ARTICLE 6 : OBLIGATIONS AND UNDERTAKINGS .......................................... 26 

7.  ARTICLE 7 : INDEPENDENT ENGINEER ............................................................ 30 

8.  ARTICLE 8 : STEERING GROUP .......................................................................... 31 

9.  ARTICLE 9 : DRAWINGS ...................................................................................... 32 

10.  ARTICLE 10 : PROJECT IMPLEMENTATION AND OPERATIONS ................... 34 

11.  ARTICLE 11 : FINANCING ARRANGEMENT ...................................................... 42 

12.  ARTICLE 12 : SUPERVISION CHARGES ............................................................. 42 

13.  ARTICLE 13 : INSURANCES ................................................................................ 43 

14.  ARTICLE 14 : CHANGE OF SCOPE ..................................................................... 44 

15.  ARTICLE 15 : CAPACITY AUGMENTATION AND ADDITIONAL FACILITY .... 46 

16.  ARTICLE 16 : FORCE MAJEURE......................................................................... 47 

17.  ARTICLE 17 : EVENTS OF DEFAULT AND TERMINATION ............................. 53 

18.  ARTICLE 18 : CHANGE IN LAW .......................................................................... 58 

19.  ARTICLE 19 : HANDOVER AND DEFECT LIABILITY PERIOD ......................... 58 

20.  ARTICLE 20 : DISPUTE RESOLUTION ............................................................... 59 

21.  ARTICLE 21 : REPRESENTATIONS AND WARRANTIES, DISCLAIMER .......... 61 

22.  ARTICLE 22 : MISCELLANEOUS ......................................................................... 64 

SCHEDULE A : PROJECT ................................................................................................. 71 

SCHEDULE B : PROJECT SITE ........................................................................................ 75 

SCHEDULE C : PROJECT FACILITY ............................................................................... 76 

Page 53: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 4

SCHEDULE D : PROJECT COMPLETION SCHEDULE ................................................... 77 

SCHEDULE E : BILL OF QUANTITIES ............................................................................ 78 

SCHEDULE F : FEE NOTIFICATION ............................................................................... 79 

SCHEDULE G : ENVIRONMENTAL CLEARANCES ......................................................... 80 

SCHEDULE H : CASHFLOW PROJECTIONS .................................................................. 81 

SCHEDULE I : STATE SUPPORT AGREEMENT ............................................................. 82 

SCHEDULE J : PART A : INDEPENDENT ENGINEER'S SERVICES .............................. 91 

SCHEDULE J : PART B : PWD ENGINEER'S SERVICES ................................................ 93 

SCHEDULE K : DRAWINGS .............................................................................................. 94 

SCHEDULE L : SPECIFICATIONS AND STANDARDS .................................................... 97 

SCHEDULE M : TESTS .................................................................................................... 101 

SCHEDULE N : COMPLETION CERTIFICATE .............................................................. 106 

SCHEDULE O : MINIMUM MAINTENANCE REQUIREMENTS ..................................... 107 

SCHEDULE P : SAFETY STANDARDS ........................................................................... 112 

SCHEDULE Q : PROFORMA OF BANK GUARANTEE – I ............................................ 113 

SCHEDULE S : SUBSTITUTION AGREEMENT .............................................................. 118 

SCHEDULE T : MEMORANDUM OF UNDERSTANDING .............................................. 128 

SCHEDULE U : ANNUITY PAYMENTS .......................................................................... 129 

Page 54: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 5

CONCESSION AGREEMENT

THIS CONCESSION AGREEMENT is entered into on this the -------- day of -

-------- (Month) ------ (Year) at -------------.

BETWEEN,

THE Public Works Department, Government of Uttarakhand, represented by its ____________ and having its office at ____________________ (hereinafter referred to as the “Authority” or “PWD” which expression shall, unless repugnant to the context or meaning thereof, include its administrators, successors and assigns) of One Part;

AND

M/s _______________ Limited, a company incorporated under the Companies Act, 1956, having its registered office at ----------------------------- hereinafter referred to as the "Concessionaire" (which expression shall include its permitted successors and assigns).

WHEREAS,

A. Public Works Department, Government of Uttarakhand, propose Development of Bridge across Kosi River, at Ramnagar, Nainital on Build, Operate and Transfer (BOT) Annuity basis (the “Project”). The length of the proposed bridge is 360 meters approx with 410 meter of connecting road and covering of canal approximate length of 217 meter & minor bridges (4 nos.) of approximate length of 88 meter. The conceptual plan, designs/ drawings/ layouts for the proposed project shall be as per the Techno Economic Feasibility Report (TEFR).

B. The Authority had accordingly invited proposals by its Notice/ Request for Proposal No. Nil dated __________ (the “Request for Proposal” or “RFP”) for short listing of bidders for development, construction, operation and maintenance of the above referred Project on BOT Annuity basis and had shortlisted certain bidders including, inter alia, the {the selected bidder/ consortium comprising ……………………., ……………………. and ………………………… (collectively the “Consortium”) with ………………….. as its Lead Member}.

C. The Authority had prescribed the technical and commercial terms and conditions, and invited bids (the “Request for Proposals” or “RFP”) from the bidders shortlisted for undertaking the Project.

Page 55: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 6

D. After evaluation of the bids received, the Authority had accepted the bid of the {selected bidder/ Consortium} and issued its Letter of Award No. …….. dated ………….. (hereinafter called the “LOA”) to the {selected bidder/ Consortium} requiring, inter alia, the execution of this Concession Agreement within 45 (forty-five) days of the date of issue thereof.

E. {The selected bidder/ Consortium has since promoted and incorporated the Concessionaire as a limited liability company under the Companies Act 1956, and has requested the Authority to accept the Concessionaire as the entity which shall undertake and perform the obligations and exercise the rights of the selected bidder/ Consortium under the LOA,} including the obligation to enter into this Concession Agreement pursuant to the LOA for executing the Project.

F. {By its letter dated …………., the Concessionaire has also joined in the said request of the selected bidder/ Consortium to the Authority to accept it as the entity which shall undertake and perform the obligations and exercise the rights of the selected bidder/ Consortium including the obligation to enter into this Concession Agreement pursuant to the LOA. The Concessionaire has further represented to the effect that it has been promoted by the selected bidder/ Consortium for the purposes hereof.}

G. The Authority has agreed to the said request of the {selected bidder/Consortium and the} Concessionaire, and has accordingly agreed to enter into this Concession Agreement with the Concessionaire for execution of the Project on BOT Annuity basis, subject to and on the terms and conditions set forth hereinafter.

Page 56: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 7

NOW THEREFORE THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. ARTICLE 1 : DEFINITIONS AND INTERPRETATION 1.1. Definitions In this Agreement, the following words and expressions shall, unless repugnant to the context or meaning thereof, have the meaning hereinafter respectively assigned to them: "Accounting Year" means the financial year commencing from 1st April of any calendar year and ending on 31st March of the next calendar year. "Agreement" means this agreement including Schedules 'A' through ‘U‘ hereto, and any amendments thereto made in accordance with the provisions of this Agreement. “Annuity” shall have the meaning ascribed to it in Article 4. “Annuity Payment Date” means each date specified as such in Article 4. “Annuity Payment Period” means each period for which the Annuity is payable in accordance with the provisions of this Agreement as set out in Article 4.

"Applicable Laws" means all laws, promulgated or brought into force and effect by PWD or STG including regulations and rules made thereunder, and judgements, decrees, injunctions, writs and orders of any court of record, as may be in force and effect during the subsistence of this Agreement. "Applicable Permits" means all clearances, permits, authorisations, consents and approvals under or pursuant to Applicable Laws, required to be obtained and maintained by the Concessionaire, in order to implement the Project and to provide Project Facility in accordance with this Agreement.

“Arbitration Act” means the Arbitration and Concilation Act, 1996 and shall include modifications to or any re-enactment thereof as in force from time to time. "Bill of Quantities" means bill of quantities set forth in Schedule ‘E‘. “Cashflow Projections” means the estimates of cashflows of the Project as set out in Schedule “H”. “Change in Law” means the occurrence of any of the following after the date of this Agreement :

Page 57: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 8

a. the enactment of any new Indian law;

b. the repeal, modification or re-enactment of any existing Indian law:

c. the commencement of any Indian law which has not entered into effect

until the date of this Agreement;

d. a change in the interpretation or application of any Indian law by a court of record as compared to such interpretation or application by a court of record prior to the date of this Agreement; or

e. any change in the rates of any of the Taxes. “COD" means the commercial operations date of the Project which shall be the date on which the Independent Engineer has issued the Completion Certificate or the Provisional Certificate in accordance with the provisions of this Agreement.

“Commencement Date” means the date on which the physical possession of the Project Site is delivered by PWD to the Concessionaire, which shall not be later than 30 days from the date of this Agreement. “Completion Certificate” means the certificate issued by the Independent Engineer pursuant to Article 10.3(d).

“Concession” shall have the meaning ascribed thereto in Article 2.1.

"Concession Period" means the period as applicable specified in Article 2.2.

"Concessionaire" means M/s. XXXX and shall include its successors and permitted assigns expressly approved by PWD. “Consortium”1 means the consortium consisting of (i) AAAA (ii) BBBB and (iii) CCCC formed/ acting pursuant to the Memorandum of Understanding dated --------------- (Schedule ‘T’) entered into by them, for the purpose of bidding for the Project and in the event of being successful to implement the Project through a special purpose vehicle to be formed and incorporated by them in India.

1 This definition is project specific – would be required only where a consortium is the successful bidder and not otherwise.

Page 58: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 9

"Construction Works" means all works and things necessary to achieve commercial operation of the Project in accordance with this Agreement. “Contractor” means Person with whom the Concessionaire has entered into/ may enter into all or any of the Project Agreements. "Cure Period" means the period specified in this Agreement for curing any breach or default of any provision of this Agreement by the Party responsible for such breach or default.

“Debt Due" means the aggregate of the following sums expressed in Rupees outstanding and payable to the Lenders under the Financing Documents:

(i) the principal amount of the debt provided by the Lenders under the

Financing Documents for financing the Project (the"principal") which is outstanding as on the Termination Date but excluding any part of the principal that had fallen due for repayment one year prior to the Termination Date unless such repayment had been rescheduled with the prior consent of PWD; and

(ii) all accrued interest, financing fees and charges payable on or in respect

of the debt referred to in sub-clause (i) above up to the date preceding the Termination Date but excluding (a) any interest, fees or charges that had fallen due one year prior to the Termination Date, and (b) penal interest or charges payable under the Financing Documents to the Lenders. "Dispute" shall have the meaning ascribed thereto in Article 20.1.

"Dispute Resolution Procedure" means the procedure for resolution of Dispute set forth in Article 20.

"Drawings" means all of the drawings, designs, calculations and documents pertaining to the Project as set forth in Schedule ‘K’ and shall include "as built" drawings of the Project.

"Emergency" means a condition or situation that is likely to endanger the security of the individuals on or about the Project including users thereof or which poses an immediate threat of material damage to any of the Project Assets.

"Encumbrance" means any encumbrance such as mortgage, charge, pledge, lien, hypothecation, security interest, assignment, privilege or priority of any kind having the effect of security or other such obligations and shall include without limitation any designation of loss payees or beneficiaries or any similar arrangement under any insurance policy pertaining to the Project, physical encumbrances and encroachments on the Project Site.

Page 59: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 10

"Equity" means the sum expressed in Rupees representing the equity share capital of the Concessionaire and shall include the funds advanced by any member of the Consortium or by any of its shareholders to the Concessionaire for meeting equity component of the Total Project Cost. Provided, however, that for purposes of computing Termination Payment under this Agreement, Equity shall be reckoned as an amount that is arrived at after excluding from the equity share capital of the Concessionaire the sum by which the capital cost of the Project as stated by the Concessionaire for purposes of claiming Termination Payment exceeded the Total Project Cost unless such excess cost has been incurred with the approval of the Lenders and PWD. Provided further, any equity brought in after COD shall not be considered or taken into account for the purpose of Termination Payment. "Fee" means the fee chargeable for a vehicle using the Project Facility in accordance with the Fee Notification. “Fee Notification” means the notification as per draft appended hereto as Schedule ‘F’ to be published by PWD, in exercise of the powers conferred by the relevant provisions by the State Government and the rules framed thereunder, authorising the levy and collection of the Fee by the PWD or its authorised Contractor in accordance with the provisions of this Agreement and includes a revised Fee Notification, if any.

"Financing Documents" means the documents executed by the Concessionaire in respect of financial assistance (including refinancing) for the Project to be provided by the Lenders by way of loans, advances, subscription to debentures and other debt instruments and guarantees, risk participation, take-out financing or any other form of credit enhancement and shall include loan agreements, guarantee agreements, subscription agreements, notes and any documents providing security for such financial assistance, and includes amendments or modifications made thereto. "Financial Close" means the date on which the Financing Documents providing for funding by the Lenders have become effective and the Concessionaire has immediate access to such funding under the Financing Documents. “Financial Package” means the financing package indicating the total capital cost of the Project and the means of financing thereof, as set forth in the Techno Economic Feasibility Report and approved by Senior Lenders, and includes Equity, all financial assistance specified in the Financing Agreements, Subordinated Debt and Equity Support, if any; "Force Majeure Event" shall have meaning ascribed thereto in Article 16.1.

Page 60: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 11

"Good Industry Practice" means those practices, methods, techniques, standards, skills, diligence and prudence which are generally and reasonably expected of and accepted internationally from a reasonably skilled and experienced operator engaged in the same type of undertaking as envisaged under this Agreement and acting generally in accordance with the provisions of the NH Act, and would mean good engineering practices in the design, engineering, construction and project management and which would be expected to result in the performance of its obligations by the Concessionaire and in the operation and maintenance of the Project in accordance with this Agreement, Applicable laws, Applicable Permits, reliability, safety, environment protection, economy and efficiency.

"Government Agency" means PWD, STG or any state government or governmental, department, commission, board, body, bureau, agency, authority, instrumentality, court or other judicial or administrative body, central, state, or local, having jurisdiction over the Concessionaire, the Project Assets or any portion thereof, or the performance of all or any of the services or obligations of the Concessionaire under or pursuant to this Agreement. "Implementation Period" means the period beginning from the Commencement Date and ending on the COD “Independent Engineer” means the Independent Engineer appointed pursuant to Article 7.1. “Indirect Political Event” shall have the meaning ascribed thereto in Article 16.3. “Initial Investment” shall have the meaning ascribed thereto in Schedule ‘H’ "Internal Rate of Return" shall have the meaning ascribed thereto in Schedule ‘H’. "Lenders" means financial institutions, banks, funds, trusts or trustees of the holders of debentures or other securities their successors and assigns, who provide financial assistance to the Concessionaire under any of the Financing Documents. “Maintenance Manual” shall have the meaning ascribed to it in Article 10.5. "Maintenance Programme" shall have the meaning ascribed to it in Article 10.6.

Page 61: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 12

"Material Adverse Effect" means material adverse effect on (a) the ability of the Concessionaire to observe and perform any of its rights and obligations under and in accordance with the provisions of this Agreement and/or (b) the legality, validity, binding nature or enforceability of this Agreement. “Material Breach” means a breach by either Party of any of its obligations under this Agreement which has/ likely to have a Material Adverse Effect on the Project and which such Party shall have failed to cure within the Cure Period. “Minimum Maintenance Requirements” means minimum maintenance requirements for the maintenance of the Project as set forth in Schedule ‘O’.

“Non Political Event” shall have the meaning ascribed thereto in Article 16.2. "O&M" means the operation and maintenance of the Project during Operations Period including but not limited to functions of maintenance, and performance of other services incidental thereto. "O&M Contract" means the Operation and Maintenance Contract that may be entered into between the Concessionaire and the O&M Contractor for O&M of the Project/Project Facility.

"O&M Contractor" means the person or entity with whom the Concessionaire has entered into an O&M Contract for discharging O&M functions for and on behalf of the Concessionaire.

"O&M Expense" means expenses incurred by or on behalf of the Concessionaire, duly certified by its Statutory Auditors for all regularly scheduled and reasonably anticipated O&M during Operations Period, including, without limitation (a) all cost of salaries and other employee compensation and contract fee payable to the O&M Contractor, if any, (b) cost of materials, supplies, utilities and other services, (c) premia for insurance, (d) all franchise, excise, property and other similar taxes and all costs and fees incurred in order to obtain and maintain all Applicable Permits necessary for the O&M of the Project/Project Facility at its full design capacity, (e) all repair, replacement and maintenance costs of the Project/Project Facility, and (f) all other expenditures required to be incurred under Applicable Law or under Applicable Permits necessary for the operation and maintenance of the Project according to the Specifications and Standards at its full design capacity. "Operations Period" means the period commencing from COD and ending at the expiry of the Concession Period.

Page 62: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 13

"Parties” means the parties to this Agreement collectively and "Party" shall mean either of the Parties to this Agreement individually.

"Performance Security" means the Performance Security for construction or Performance Security for operation and maintenance as applicable in terms of Article 3. “Person” means any individual, company, corporation, partnership, joint venture, trust, unincorporated organisation, government or Government Agency or any other legal entity. “Political Event” shall have the meaning ascribed thereto in Article 16.4. "Project" means the project described in Schedule ‘A’ and the Project Assets and Project Facilities as decsribed in Schedule C which the Concessionaire is required to design, engineer, procure, finance, construct, operate, maintain and transfer in accordance with the provisions of this Agreement. “Project Agreements” means collectively this Agreement, any contract for the design, engineering, procurement and construction of the Project, O&M Contract and any other material contract (other than the Financing Documents) entered into or may hereafter be entered into by the Concessionaire in connection with the Project. “Project Assets” means all physical and other assets relating to and forming part of the Site including (a) rights over the Site in the form of licence, Right of Way or otherwise; (b) tangible assets such as civil works and equipment including foundations, embankments, pavements, road surface, interchanges, bridges, culverts, road over bridges, drainage works, traffic signals, sign boards, kilometrestones, electrical systems, communication systems, rest areas, relief centres, maintenance depots and administrative offices; (c) Project Facilities situated on the Site; (d) all rights of the Concessionaire under the Project Agreements; (e) financial assets, such as receivables, security deposits etc.; (f) insurance proceeds; and (g) Applicable Permits and authorisations relating to or in respect of the Project;

"Project Completion" shall have the meaning ascribed thereto in Article 10.2.

"Project Completion Schedule” means the progressive Project milestones set forth in Schedule ‘D’ for the implementation of the Project. "Project Facility" means collectively the facilities on the Project Site to be constructed, built, installed, errected or provided by the

Page 63: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 14

Concessionaire for use of the traffic by implementing the Project and more specifically set out in Schedule ‘C’.

“Project Site” means the real estate particulars whereof are set out in Schedule ‘B’ on which the Project is to be implemented and the Project Facility is to be provided in accordance with this Agreement. "Provisional Certificate" shall have the meaning ascribed to it in Article 10.3(e).

"Punch List" shall have the meaning ascribed thereto in Article 10.3(e). “PWD Engineer” means the Engineer in the Public Works Department/ Roads and Building Department of STG designated by PWD under written communication to the Concessionaire, to undertake, perform, carry out such functions, duties, responsibilities, services and activities set forth in Part ‘B’ of Schedule ‘J’ hereto and elsewhere in this Agreement.

"Rs." or "Rupees" refers to the lawful currency of the Republic of India.

"SBI PLR" means the prime lending rate per annum for loans with 1 (one) year maturity as fixed from time to time by the State Bank of India, and in the absence of such rate, the average of the prime lending rates for loans with 1 (one) year maturity fixed by the Bank of India and the Bank of Baroda and failing that any other arrangement that substitutes such prime lending rate as mutually agreed between the Parties.

"Scheduled Project Completion Date" shall have the meaning set forth in Article 10.2(b). "Specifications and Standards" means the specifications and standards relating to the quality, capacity and other requirements for the Project as set forth in Schedule ‘L’ and any modifications thereof, or additions thereto as included in the design and engineering for the Project submitted by the Concessionaire to, and expressly approved by PWD. “Sponsors” shall mean (i) ---------------- (ii) ---------------- (iii) ------- and (iv) -----------------. “STG” means the government of the State of Uttarakhand. “State Support Agreement” means the agreement substantially in the form set out in Schedule ‘I’ to be entered into amongst STG, PWD and the Concessionaire. "Statutory Auditors" means a reputed firm of Chartered Accountants duly licensed to practice in India acting as statutory auditors of the Concessionaire.

Page 64: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 15

“Steering Group” means the Steering Group constituted pursuant to Article 8.1. "Substitution Agreement" means the agreement to be entered into among the Concessionaire, PWD, STG and the Lenders in the form set forth in Schedule ‘S’ providing, inter alia, for the substitution of the Concessionaire by another Person subject to and in accordance with the provisions of this Agreement and the Substitution Agreement. "Termination" means temination of this Agreement and the Concession hereunder pursuant to a Termination Notice or otherwise in accordance with the provisions of this Agreement but shall not, unless the context otherwise requires, include the expiry of this Agreement/Concession due to expiry to the Concession Period in the normal course. "Termination Date" means the date on which the Termination occurs which shall be the date on which Termination Notice has been delivered or deemed to have been delivered by a Party issuing the same to the other Party in accordance with the provisions of this Agreement. “Termination Notice” means a communication in writing by a Party to the other Party regarding Termination in accordance with the applicable provisions of this Agreement. “Termination Payment” means the aggregate of the amounts payable by PWD to the Concessionaire under this Agreement upon Termination including Termination Payment receivable by the Concessionaire pursuant to Article 17.4. “Tests” means the tests to be carried out as set forth in and in accordance with Schedule ‘M’ to determine the Project Completion and its certification by the Independent Engineer prior to commencement of commercial operation of the Project. “Toll Plaza” means collectively the structures, equipment, system or mechanism and barriers erected or installed for the purpose of regulating the entry/exit of vehicles using the Project and for collection of Fee in accordance with the provisions of this Agreement. “Total Project Cost” means the lowest of the following :

a. a sum of Rs. 21.17 crores; b. actual capital cost of the Project upon completion of the Project

as certified by the Statutory Auditors; or c. total project cost as set forth in Financing Documents.

“WPI’ means the wholesale price index published monthly by the Ministry of Industry, India and shall include any index which substitutes the WPI.

Page 65: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 16

1.2 Interpretation

1.2.1 In this Agreement, unless the context otherwise requires,

(a) any reference to a statutory provision shall include such provision as is from time to time modified or re-enacted or consolidated so far as such modification or re-enactment or consolidation applies or is capable of applying to any transactions entered into hereunder;

(b) references to Indian law shall include the laws, acts, ordinances, rules, regulations, guidelines or byelaws which have the force of law in any State or Union Territory forming part of the Union of India;

(c) the words importing singular shall include plural and vice versa, and

words denoting natural persons shall include partnerships, firms, companies, corporations, joint ventures, trusts, associations, organisations or other entities (whether or not having a separate legal entity);

(d) the headings are for convenience of reference only and shall not be used

in, and shall not affect, the/construction or interpretation of this Agreement;

(e) terms and words beginning with capital letters and defined in this

Agreement including the Schedules; (f) the words "include" and "including" are to be construed without

limitation; (g) references to "construction" include, unless the context otherwise

requires investigation, design, engineering, procurement, delivery, transportation, installation, processing, fabrication, testing, commissioning and other activities incidental to the construction;

(h) any reference to any period of time shall mean a reference to that

according to Indian Standard Time; (i) any reference to day shall mean a reference to a calendar day;

(j) any reference to month shall mean a reference to a calendar month; (k) the Schedules to this Agreement form an integral part of this Agreement

and will be in full force and effect as though they were expressly set out in the body of this Agreement;

(l) any reference at any time to any agreement, deed, instrument, license

or document of any description shall be construed as reference to that agreement, deed, instrument, license or other document as amended,

Page 66: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 17

varied, supplemented, modified or suspended at the time of such reference;

(m) references to recitals, Articles, sub-articles, clauses, or Schedules in this

Agreement shall, except where the context otherwise requires, be deemed to be references to recitals, Articles, sub-articles, clauses and Schedules of or to this Agreement;

(n) any agreement, consent, approval, authorisation, notice,

communication, information or report required under or pursuant to this Agreement from or by any Party or the Independent Engineer shall be valid and effectual only if it is in writing under the hands of duly authorised representative of such Party or the Independent Engineer, as the case may be, in this behalf and not otherwise;

(o) any reference to any period commencing "from" a specified day or date

and "till" or "until" a specified day or date shall include both such days or dates; and

(p) the damages payable by either Party to the other of them as set forth in this Agreement, whether on per diem basis or otherwise, are mutually agreed genuine pre-estimated loss and damage likely to be suffered and incurred by the Party entitled to receive the same and are not by way of penalty or liquidated damages;

(q) unless otherwise expressly provided in this Agreement, any documentation required to be provided or furnished by the Concessionaire to PWD/Steering Group and/or the Independent Engineer shall be provided free of cost and in three copies and if PWD/Steering Group and/or the Independent Engineer is required to return any such documentation with their comments and/or approval, they shall be entitled to retain two copies thereof.

1.2.2 Measurements and Arithmetic Conventions All measurements and calculations shall be in metric system and calculations done to 2 decimal places, with the third digit of 5 or above being rounded up and below 5 being rounded down except in Fee calculation which shall be rounded off to nearest rupee.

1.2.3 In case of ambiguities or discrepancies within this Agreement, the following shall apply:

(i) between two Articles of this Agreement, the provisions of specific Articles relevant to the issue under consideration shall prevail over those in other Articles;

(ii) between the Articles and the Schedules, the Articles shall prevail;

Page 67: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 18

(iii) between the written description on the Drawings and the Specifications and Standards, the latter shall prevail;

(iv) between the dimension scaled from the Drawing and its specific written

dimension, the latter shall prevail; (v) between any value written in numerals and that in words, the latter shall

prevail.

2. ARTICLE 2 : CONCESSION AND PROJECT SITE

2.1 Grant of Concession

2.1.1 Subject to and in accordance with the terms and conditions set forth in this Agreement, PWD hereby grants and authorises the Concessionaire to investigate, study, design, engineer, procure, finance, construct, operate and maintain the Project/Project Facility and to exercise and/or enjoy the rights, powers, privileges, authorisations and entitlements as set forth in this Agreement, (collectively “the Concession”).

2.1.2 Subject to and in accordance with the provisions of this Agreement, the Concession hereby granted shall oblige or entitle (as the case may be) the Concessionaire to:

a. Right of Way, access and licence to the Site for the purpose of and to the extent conferred by the provisions of this Agreement;

b. construct the Project; c. Subject to Clause 2.1.2(d), manage, operate and maintain the

Project d. and regulate the use thereof by third parties; e. allow and assist the PWD’s Representative/Contractor(s) in

demanding, collecting and appropriating Fee from vehicles and persons liable for payment of Fee for using the Project or any part thereof and in refusing entry of any vehicle if the Fee due is not paid;

f. perform and fulfil all of the Concessionaire’s obligations under and in accordance with this Agreement;

g. bear and pay all costs, expenses and charges in connection with or h. incidental to the performance of the obligations of the

Concessionaire under this Agreement; and i. not assign, transfer or sublet or create any lien or Encumbrance on

this Agreement, or the Concession hereby granted or on the whole or any part of the Project nor transfer, lease or part possession thereof, save and except as expressly permitted by this Agreement or the Substitution Agreement.

Page 68: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 19

2.2 Concession Period The Concession hereby granted is for a period of 25 (twenty five) years commencing from the Commencement Date ( the Concession Period) during which the Concessionaire is authorised to implement the Project and to operate Project Facility in accordance with the provisions hereof. Provided that ;

(a) in the event of the Concession being extended by PWD beyond the said period of 25 (twenty five) years in accordance with the provisions of this Agreement, the Concession Period shall include the period/aggregate period by which the Concession is so extended, and

(b) in the event of Termination, the Concession Period shall mean and be limited to the period commencing from the Commencement Date and ending with the Termination.

2.3 Acceptance of the Concession The Concessionaire hereby accepts the Concession and agrees and undertakes to implement the Project/provide Project Facility, and to perform/discharge all of its obligations in accordance with the terms and conditions setforth in this Agreement.

2.4 Project Site

a. PWD hereby undertakes to handover to the Concessionaire physical possession of the Project Site free from Encumbrance within 30 days from the date of this Agreement together with the necessary rights of way/way leaves for the purpose of implementing the Project in accordance with this Agreement.

b. PWD confirms that upon the Project Site being handed over pursuant

to the preceding sub-article (a) the Concessionaire shall have the exclusive right to enter upon, occupy and use the Project Site and to make at its costs, charges and expenses such development and improvements in the Project Site as may be necessary or appropriate to implement the Project and to provide Project Facility subject to and in accordance with the provisions of this Agreement.

2.5 Use of the Project Site

The Concessionaire shall not without prior written consent or approval of PWD use the Project Site for any purpose other than for the purposes of the Project/the Project Facility and purposes incidental thereto as permitted under this Agreement or as may otherwise be approved by PWD.

Page 69: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 20

2.6 Information about the Project Site

The information about the Project Site set out in Schedule ‘B’ is provided by PWD in good faith and with due regard to the matters for which such information is required by the Concessionaire. PWD agrees to provide to the Concessionaire, upon a reasonable request, any further information relating to the Project Site, which PWD may now possess or may hereafter come to possess. Subject to this PWD makes no representation and gives no warranty to the Concessionaire in respect of the condition of the Project Site.

2.7 Peaceful Possession PWD warrants that :

(a) the Project Site together with the necessary right of way/ way leaves having been acquired through the due process of law belongs to and vested in PWD, and that PWD has full powers to hold, dispose of and deal with the same consistent, interalia, with the provisions of this Agreement;

(b) the Concessionaire shall have no obligation/liability as to payment of any compensation whatsoever to or the rehabilitation and resettlement of any Person from whom the Project Site or any part thereof had been acquired and that the same shall be the sole responsibility of PWD; and

(c) the Concessionaire shall, subject to complying with the terms and conditions of this Agreement, remain in peaceful possession and enjoyment of the Project Site during the Concession Period. In the event the Concessionaire is obstructed by any Person claiming any right, title or interest in or over the Project Site or any part thereof or in the event of any enforcement action including any attachment, distraint, appointment of receiver or liquidator being initiated by any Person claiming to have any interest in/ charge on the Project Site or any part thereof, PWD shall, if called upon by the Concessionaire, defend such claims and proceedings and also keep the Concessionaire indemnified against any direct or consequential loss or damages which the Concessionaire may suffer, on account of any such right, title, interest or charge.

2.8 Rights and Title over the Project Site

(a) The Concessionaire shall have exclusive rights to the use of the Project Site in accordance with the provisions of this Agreement and for this purpose it may regulate the entry and use of the same by third parties.

Page 70: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 21

(b) The Concessionaire shall allow access to, and use of the Project Site/ Project Facility for telegraph lines, electric lines or such other public purposes as PWD may specify, provided that such access or use does not result in a Material Adverse Effect or closure of Project Facility for a period exceeding 120 days and that PWD undertakes to ensure that the Project Facility is restored at the cost and expenses of PWD as per the Specifications and Standards.

(c) The Concessionaire shall not part with or create any Encumbrance on the

whole or any part of the Project Site save and except as set forth and permitted under this Agreement provided however that nothing contained herein shall be construed or interpreted as restriction on the right of the Concessionaire to appoint any Contractor for the performance of its obligations hereunder including for operation and maintenance of all or any part of the Project / Project Facility.

2.9 Environmental Clearance PWD confirms that the Project/Project Site has been granted clearances relating to environmental protection and conservation as listed in Schedule ‘G’2. The Concessionaire shall, however, apply for and obtain any other Applicable Permits related to environmental matters that may be necessary or required for the Project under any Applicable Laws.

3. ARTICLE 3 : PERFORMANCE SECURITY

3.1. Performance Security

(a) The Concessionaire shall, for due and punctual performance of its obligations during the Implementation Period, deliver to PWD, simultaneously with the execution of this Agreement a bank guarantee from a scheduled bank acceptable to PWD, in the form set forth in Schedule ‘Q’, (the "Performance Security for construction”) for a sum of Rs. 60,00,000/- (Rupees Sixty Lakhs Only).

(b) The Concessionaire shall for due and punctual performance of obligations during the Operations Period deliver to PWD, on or before the COD, the bank guarantee from a scheduled bank acceptable to PWD in form setforth in Schedule ‘R’ (Performance Security for operation and maintenance) for a sum of Rs. 40,00,000/- (Rupees Forty Lakhs Only).

2 The environmental clearances required for the Project.

Page 71: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 22

3.2. Fresh Performance Security

In the event of the encashment of the Performance Security by PWD pursuant to Encashment Notice issued in accordance with the provisions of Article 17.2 the Concessionaire shall within 30 (thirty) days of the Encashment Notice furnish to PWD fresh Performance Security failing which PWD shall be entitled to terminate this Agreement in accordance with the provisions of Article 17. The provisions set forth in Article 3 above shall apply mutatis mutandis to such fresh Performance Security.

4. ARTICLE 4 : ANNUITY

4.1 Annuity

4.1.1 Subject to the provisions of this Agreement, the Concessionaire upon achieving COD for the Project and in consideration of the Concessionaire accepting the Concession and undertaking to perform and discharge its obligations in accordance with the terms, conditions and covenants set forth in this Agreement, PWD agrees and undertakes to pay to the Concessionaire, for each Annuity Payment Period, on each Annuity Payment Date as set forth in Schedule U – Annuity Payment Schedule, the sum of Rs. _____ (the “Annuity”) as set forth in Appendix 11 of the RFP Document.

4.1.2 The Annuity amount shall be inclusive of all Taxes as may be applicable. Further PWD will perform such duties in regard to the deduction of such taxes and other levies at source as per Applicable Laws.

4.2 Payment of Annuity

4.2.1 Subject to the provisions of this Article 4 and any other applicable provisions of this Agreement, PWD shall make payment of Annuity to the Concessionaire on each Annuity Payment Date. For avoidance of doubt the number of such Annuities shall not exceed [____] over the Concession Period and will commence from COD.

4.2.2 The first Annuity payment date shall be the date falling after 12 (twelve) calendar months from COD. In case COD is different from the SPCD, the Annuity payment schedule at Schedule U shall be suitably modified. Each Annuity payment period shall be deemed to be a period of 12 (twelve) calendar months from the preceding Annuity payment date.

4.2.3 Notwithstanding anything contrary contained to anywhere in this

Agreement, PWD obligation to pay Annuity shall arise subject to and only upon occurrence of COD.

Page 72: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 23

4.3 Bonus in Annuity on account of early Project Completion

4.3.1 The Concessionaire shall either receive bonus for early completion of the Project (the Bonus) or incur reduction in Annuity for delayed completion of the Project (the Reduction) as the case may be.

4.3.2 For the purpose of this Article 4, each Annuity Payment Period shall be

deemed to be a period of 180 days.

4.3.3 The Bonus or Reduction as the case may be shall be computed as under :

i. If COD is achieved prior to first Annuity Payment Date :

B or R = [(SPCD – COD) + X ] * A/180 days

ii. If COD is achieved between 2 Annuity Payment Dates : B or R = [(PAPD – COD) + X ] * A/180 days Where : A = Annuity B = Bonus PAPD = Previous Annuity Payment Date R = Reduction SPCD = Scheduled Project Completion Date X = As certified by the Independent Engineer, the

aggregate number of days of delay caused by:

a. Delay in delivery of Project Site or any part thereof by PWD

b. Suspension or stoppage of Construction Works or part thereof by PWD or the Independent Engineer, for reasons not attributable to the Concessionaire;

c. Change of Scope pursuant to Article 14 d. Force Majeure Event which is a Political Event;

and e. PWD Event of Default

4.3.4 If the resultant figure arrived pursuant to computation made in

accordance with preceding clause 4.3.3 above is positive, the same shall be the amount of Bonus payable to the Concessionaire and if negative, the same shall be the amount of Reduction.

Page 73: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 24

4.3.5 The Bonus shall be paid or Reduction shall be affected on the first Annuity Payment Date occurring after COD.

4.3.6 Notwithstanding anything inconsistent contained anywhere in this

Agreement, PWD’s obligation to pay Annuity shall arise subject to and only upon occurrence of COD.

4.4 Submission of invoice, adjustment and certification

4.4.1 The Concessionaire shall at least 30 days prior to the relevant Annuity

Payment Date submit to the Independent Engineer, its invoice, addressed to PWD for payment of Annuity for the applicable Annuity Payment Period.

4.4.2 The Independent Engineer/ PWD shall verify the invoices and duly adjust

the same in accordance with Article 4 of this Agreement.

4.4.3 The Independent Engineer/ PWD shall after verification and certification of the amount claimed in the invoice along with adjustments, forward the invoice to PWD with necessary documentation recommending payment in full or part thereof so as to reach PWD at least 15 days prior to the relevant Annuity Payment Date.

4.4.4 Upon receipt of the invoice together with recommendation for payment

forwarded by the Independent Engineer, PWD shall take all necessary steps and ensure payment of Annuity on the relevant Annuity Payment Date. The mode of payment of Annuity shall be as provided in Clause 4.5.

4.4.5 For avoidance of doubt, the Parties agree that notwithstanding any

dispute which either of them may have as to the amount of invoice/Annuity certified and recommended for payment by the Independent Engineer, the Annuity payable on the relevant Annuity Payment Date shall be that certified by the Independent Engineer. Provided such payment shall be without prejudice to a final adjustment according to the terms on which such dispute is resolved whether amicably or through arbitration in accordance with the provisions of Article 20.

4.5 Mode of Payment

4.5.1 The Concessionaire hereby expressly authorizes PWD to pay the Annuity,

Bonus, Termination Payments or any other payment which becomes payable by PWD to the Concessionaire under this Agreement directly to the credit of such bank account, as may be, collectively designated by the Lenders and advised to PWD and the Concessionaire ( the Designated Account) in writing, and/or to make/ issue and deliver cheques, drafts or other instruments in respect of such payments in favour of a bank at ____________ collectively designated by the Lenders as their Agents or trustees and advised to PWD (the Designated Bank).

Page 74: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 25

4.5.2 Valid Discharge

The Concessionaire hereby agrees, undertakes and confirms that

a. the payment to the credit of the Designated Account or to the Designated Bank shall be made by PWD notwithstanding any instructions to the contrary issued or disputes raised by the Concessionaire

b. any payments made in accordance with preceeding sub Clause a shall constitute PWD valid discharge and PWD shall to the extent of the payment so made be relieved and discharged of all its obligations in respect of such payments under this Agreement. Provided no such discharge shall prejudice any claim which the Concessionaire may have against the Lenders.

c. In the absence of the Designated Account or upon the Concessionaire procuring and furnishing to PWD a certificate to the Lenders to the effect that the Concessionaire has discharged all its obligations under the Financing Documents, all payments accruing to the Concessionaire under this Agreement shall be made by PWD to the Concessionaire directly.

5. ARTICLE 5 : FEE

5.1 Levy, Collection and appropriation of Fee

(a) The Concessionaire shall not levy, demand or collect from or in respect

of any User, vehicle or Person, for the use of Project Facilities, any sum whatsoever in the nature of a toll or fee.

5.2 PWD’s Rights

5.2.1 Notwithstanding anything to the contrary contained in this Agreement, PWD shall have the right and authority to levy toll or fee on the Users and vehicles using the Project Facilities (“the Fee”) and to demand, collect, retain and appropriate the Fee in accordance with the Applicable Laws.

5.2.2 PWD may at its sole discretion levy, demand, collect, retain and appropriate the Fee either by itself or authorize any Person (the “PWD Contractor”) by contract or otherwise to levy, demand, collect, retain and appropriate the same as PWD may deem fit in its sole discretion and in accordance with the Applicable Laws.

Page 75: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 26

5.2.3 Any arrangement or contract made or entered into by PWD for levy and

collection of fee shall be independent of this Agreement and that no such arrangement or contract shall have the effect of adding to or enlarging in any way the obligations or the scope thereof or the liability of the Concessionaire under this Agreement and that the Concessionaire’s obligations and liabilities shall be limited to, those contained in this Agreement only.

5.2.4 PWD / PWD Contractor shall have access to and use of the Project Site for all purposes necessary or incidental to levy and collection of the Fee. Provided, that to the extent such access and use allowed by the Concessionaire affects the performance of any of its obligations hereunder, the Concessionaire shall not be deemed or construed to be in breach of its obligations nor shall it incur/suffer any liability on account thereof. Provided further, that PWD shall, in the event of any physical damage to the Project Facilities on account of such access or use, ensure that such damage is promptly repaired and the Project Facilities are restored at its own cost and expenses.

6. ARTICLE 6 : OBLIGATIONS AND UNDERTAKINGS In addition to and not in derogation or substitution of any of the obligations set out elsewhere in this Agreement, the Parties agree and undertake as under :

6.1 General Obligations of the Concessionaire

The Concessionaire shall at its own cost and expense :

(i) investigate, study, design, construct, operate and maintain the Project Assets/Project Facility in accordance with the provisions of this Agreement, Good Industry Practice and Applicable Laws;

(ii) obtain all Applicable Permits in conformity with the Applicable Laws and be in compliance with thereof at all times during the Concession Period;

(iii) procure and maintain in full force and effect, as necessary, appropriate proprietary rights, licenses, agreements and permissions for materials, methods, processes and systems used in or incorporated into the Project;

(iv) ensure and procure that each Project Agreement contains provisions that would entitle PWD or a nominee of PWD to step into such agreement at PWD’s discretion, in place and substitution of the Concessionaire in the event of Termination pursuant to the provisions of this Agreement;

Page 76: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 27

(v) provide all assistance to the PWD Engineer, Independent Engineer and Steering Group as they may reasonably require for the performance of their duties and services under this Agreement;

(vi) provide to the Steering Group reports on a regular basis during the

Implementation Period and the Operations Period in accordance with the provisions of this Agreement;

(vii) appoint, supervise, monitor and control the activities of Contractors under their respective Project Agreements as may be necessary;

(viii) make efforts to maintain harmony and good industrial relations among

the personnel employed in connection with the performance of the Concessionaire's obligations under this Agreement;

(ix) develop, implement and administer a surveillance and safety program for

the Project/Project Facility and the users thereof and the Contractors personnel engaged in the provision of any services under any of the Project Agreements including correction of safety violations and deficiencies, and taking of all other actions necessary to provide a safe environment in accordance with Applicable Laws and Good Industry Practice;

(x) take all reasonable precautions for the prevention of accidents on or

about the Project Site/Project Facility and provide all reasonable assistance and emergency medical aid to accident victims;

(xi) not to place or create nor to permit any Contractor or other person

claiming through or under the Concessionaire to create or place any Encumbrance over all or any part of the Project Assets, or on any rights of the Concessionaire therein, save and except as expressly set forth in this Agreement;

(xii) make its own arrangements for quarrying, if necessary, and observe and

fulfill the environmental and other requirements under the Applicable Laws and Applicable Permits;

(xiii) be responsible for safety, soundness and durability of the Project Facility

including all structures forming part thereof and their compliance with the Specifications and Standards;

(xiv) ensure that the Project Site remains free from all encroachments and take all steps necessary to remove encroachments, if any;

(xv) make payment to Police Department or any Government Agency, if

required, for provision of such services as are not provided in the normal course or are available only on payment;

Page 77: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 28

(xvi) operate and maintain the Project at all times during the Operations Period in conformity with this Agreement including but not limited to the Specifications and Standards, the Maintenance Programme and Good Industry Practice;

(xvii) remove promptly according to Good Industry Practice, from the Project Site, all surplus construction machinery and materials, waste materials (including, without limitation, hazardous materials and waste water), rubbish and other debris (including without limitation accident debris) and keep the Project Site in a neat and clean condition and in conformity with the Applicable Laws and Applicable Permits.

6.2 Obligations of the Concessionaire during Implementation Period

a. The Concessionaire shall, before commencement of construction of the Project;

(i) submit to the Independent Engineer with due regard to Project Completion Schedule and Scheduled Project Completion Date, its design, engineering and construction time schedule and shall formulate and provide Critical Path Method (CPM)/ Project Evaluation and Review Technique (PERT) charts for the completion of the said activities;

(ii) have requisite organisation and designate and appoint suitable officers/ representatives as it may deem appropriate to supervise the Project and to deal with the Independent Engineer/the Steering Group and to be responsible for all necessary exchange of information required pursuant to this Agreement;

(iii) undertake, do and perform all such acts, deeds and things as may be necessary or required to adhere to the Project Completion Schedule and to achieve Project Completion under and in accordance with this Agreement;

(iv) construct, provide and maintain a furnished site office accomodation for the Independent Engineer at the Project Site; and

(v) provide and maintain an adequately equipped field laboratory as required for the Project Site control on the quality of materials and the Construction Works.

b. The Concessionaire shall, at all times, afford access to the Project Site, to the Steering Group, the authorised representatives of PWD, the Independent Engineer and officer of any Government Agency having jurisdiction over the Project, including those concerned with safety, security or environmental protection to inspect the Project and to investigate any matter within their authority and upon reasonable notice, the Concessionaire shall provide to such persons reasonable assistance necessary to carry out their respective duties and functions.

Page 78: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 29

c. The Concessionaire shall:

i. apply for and obtain all necessary clearances and/or approvals for the

construction of Bridge and other Project Facility and Project Assests.

ii. shall apply for and obtain all necessary approvals of the General Arrangement Drawing (GAD), detailed designs and all construction drawings for the construction of the Project Facility and Project Assests;

iii. make payments, if any, to the concerened departments for (a) for

approval of designs, (b) shifting of utilities, (c) safety features, (d) supervision of construction and (e) maintenance during the Concession Period;

d. The Concessionaire shall be responsible for ensuring that any existing utility on, under or above the Project Site is kept in continuous satisfactory use, if necessary, by the use of suitable temporary or permanent diversions.

e. The Concessionaire shall bear all costs and charges for special or temporary rights of way required by it in connection with access to the Project Site. The Concessionaire shall obtain at its cost such facilities on or outside the Project Site as may be required by it for the purposes of the Project and the performance of its obligations under this Agreement.

6.3 Obligations of PWD

6.3.1 PWD shall:

(i) hand over the physical possession of Project Site together with necessary right of way/ way leaves to the Concessionaire within 30 days from the date of this Agreement, free from any Encumbrance;

(ii) procure execution of the State Support Agreement within 30 days from the date of this Agreement;

(iii) grant or where appropriate provide necessary assistance to the Concessionaire in securing Applicable Permits;

(iv) grant in a timely manner all such approvals, permissions and authorisations which the Concessionaire may require or is obliged to seek from PWD in connection with implementation of the Project and the performance of the Concessionaire’s obligations under this Agreement;

Page 79: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 30

(v) subscribe to the Substitution Agreement within 15 days of intimation by the Concessionaire regarding Financial Close;

(vi) not include any additional category of vehicles in the list of Exempted Vehicles during the Concession Period;

(vii) ensure peaceful use of the Project Site by the Concessionaire under and in accordance with the provisions of this Agreement without any let or hindrance from PWD or persons claiming through or under it;

(viii) upon written request from the Concessionaire, assist the Concessionaire in obtaining access to all necessary infrastructure facilities and utilities, including water, electricity and telecommunication facilities at rates and on terms no less favourable to the Concessionaire than those generally available to commercial customers receiving substantially equivalent facilities/utilities;

(ix) procure that no barriers are erected or placed by PWD or any Governmental Agency on the Project Facility/Project Site, except on account of any law and order situation or upon national security considerations;

(x) assist the Concessionaire in obtaining necessary authority to regulate traffic on the Project Site/Project Facility subject to and in accordance with the Applicable Laws;

(xi) assist the Concessionaire in obtaining police assistance against payment of prescribed costs and charges, if any, for traffic regulation, patrolling and provision of security on the Project Site/Project Facility and implementing this Agreement in accordance with the provisions hereof;

(xii) observe and comply with all its obligations set forth in this Agreement.

7. ARTICLE 7 : INDEPENDENT ENGINEER

7.1 Appointment of Independent Engineer

(a) The Concessionaire shall within 30 days from the date hereof submit to PWD a panel consisting of atleast three reputed firms or companies or body corporates or a combination thereof, having necessary expertise for appointment of the Independent Engineer, to undertake, perform, carry out the duties, responsibilities, services and activlties set forth in Part A of Schedule ‘J’ and elsewhere in this Agreement.

(b) PWD shall within 30 days from the date of receipt of such panel, appoint the Independent Engineer from out of such panel, and communicate the same to the Concessionaire. The tenure and the scope of work and the reports to be submitted by the Independent Engineer shall be as set out in Part A of Schedule ‘J’.

Page 80: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 31

(c) The Independent Engineer shall submit to the Steering Group reports at

least once every month or more frequently as the situation may warrant on the progress of implementation of the Project. Such reports of Independent Engineer shall include but not be limited to the matters and things set forth in said Schedule ‘J’.

(d) The Independent Engineer shall submit bills for periodic payment in accordance with terms of its appointment to PWD. Upon certification of such bills being intimated in writing by PWD, the Concessionaire shall within 15 days of such intimation, pay to PWD 50% of the amount of bills certified by PWD.

(e) If either party disputes any advice, instruction or decision of the Independent Engineer, the same shall be resolved in accordance with the Dispute Resolution Procedure.

7.2 Termination and Fresh Appointment If PWD or the Concessionaire have reason to believe that the Independent Engineer is not discharging its duties in a fair, appropriate and diligent manner, PWD may terminate the appointment of the Independent Engineer and appoint another Independent Engineer in accordance with the preceeding sub - articles (a) and (b) of Article 7.1 above.

8. ARTICLE 8 : STEERING GROUP

8.1 Constitution PWD shall through an office order, consitute a Steering Group comprising of domain experts from the PWD, STG and the Concessionaire within 60 days of this Agreement.

The Steering Group would be chaired by a representative, not below the rank of Secretary, from the department of PWD, Government of Uttarakhand

The other members of the expert committee would be as under:

(a) Representative of PWD not below the rank of Superintendent

Engineer (b) Two transport specialist from Government Departments (c) Representative from public group

Page 81: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 32

8.2 Functions

8.2.1 The Steering Group shall hold meetings atleast once every three months to review the progress during the Implementation Period and every six months during the Operations Period. The Steering Group shall carry out such functions and exercise such powers as are prescribed/conferred under this Agreement.

8.2.2 Since the outputs in terms of availability of bridge facility, regular repair

and maintenance activities, smooth flow of traffic and decongestion are the prime deliverables of the entire project, the Steering Group would evaluate the efforts and outputs of these activities by the Concessionaire.

8.2.3 The Steering Group shall submit its report to the government regarding

the achievement of projects deliverables - low, moderate, satisfactory, excellent etc with specific recommendation(s) on continuance / discontinuance / restructuring of the project. The findings of the expert committee would be considered to be final and binding.

8.2.4 If the project deliverables are found to be moderate or low, the expert

committee would direct PWD to plan corrective action(s) with the concessionaire and implement the same to achieve desired outputs within sixty (60) days.

8.2.5 The Steering Group shall evaluate project deliverables on a three

monthly basis during Construction Period and six monthly basis during O&M Period based on visit to the facility, review of auditors’ reports, reports provided by concessionaire, information received from general public including project stakeholders etc.

PWD and the Concessionaire shall facilitate the Steering Group in information gathering, conducting facility visit, meetings, interviews etc.

9. ARTICLE 9 : DRAWINGS

9.1 Preparation of Drawings. The Concessionaire shall, at its cost, charges and expenses, cause Drawings to be prepared in accordance with the Specification and Standards. The Concessionaire may, for this purpose, adopt with or without any modifications the Drawings, if any, made available by PWD, provided, nothwithstanding such adoption, the Concessionaire shall be solely responsible for the adequacy of the Drawings.

Page 82: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 33

9.2 Review and Approval of Drawings. a. The Concessionaire shall promptly and in such sequence as is

consistent with the Project Completion Schedule, submit a copy each of all Drawings to the Independent Engineer and the Steering Group.

b. By forwarding the Drawings to the Independent Engineer and the

Steering Group pursuant to sub-article (a) above, the Concessionaire represents that it has determined and verified that the design and engineering including field construction criteria related thereto are in conformity with the Specifications and Standards.

c. Within 15 (fifteen) days of the receipt of the Drawings, Independent

Engineer shall review the same taking into account, interalia, comments of the Steering Group, if any, on such Drawings made available to the Independent Engineer, and convey its comments/observations, if any, thereon to the Concessionaire with particular reference to the conformity or otherwise with the Specifications and Standards. It is expressly agreed that notwithstanding any review or failure to review by the Independent Engineer or the Steering Group or any comments/observations of the Independent Engineer/ Steering Group, PWD shall not be liable for the adequacy of the Drawings and that the Concessionaire shall solely be responsible therefor and shall not be relieved or absolved in any manner whatsoever of its obligations, duties and liabilities as set forth in this Agreement.

d. If the comments/observations of Independent Engineer indicate that

the Drawings are not in conformity with the Specifications and Standards, such Drawings shall be revised by the Concessionaire to the extent necessary and resubmitted to Independent Engineer for further review. Independent Engineer shall give its observations and comments, if any, within 15 (fifteen) days of the receipt of such revised Drawings. Provided, however, that any observations or comments of Independent Engineer or failure of Independent Engineer to give any observations or comments on such revised Drawings shall not relieve or absolve the Concessionaire of its obligation to conform to such Specifications and Standards.

e. If the Independent Engineer does not object to the Drawings

submitted to it by the Concessionaire within a period stipulated in above sub-article (c) or (d) as applicable, the Concessionaire shall be entitled to proceed with the Project accordingly.

f. The Concessionaire shall be responsible for delays in Project

Completion and consequences thereof caused by reason of any Drawings not being in conformity with the Specifications and Standards and shall not be entitled to seek any relief in this regard from PWD.

Page 83: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 34

g. Within 90 (ninety) days of the COD, the Concessionaire shall furnish

to PWD three copies of "as built" Drawings duly vetted by the Independent Engineer reflecting the Project as actually designed, engineered and constructed, including without limitation an "as built” survey illustrating the layout of the Project and setback lines, if any, of the buildings and structures forming part of Project Facility.

10. ARTICLE 10 : PROJECT IMPLEMENTATION AND OPERATIONS

10.1 Monitoring and Supervision during Implementation

(a) During the Implementation Period, the Concessionaire shall furnish to the Steering Group quarterly reports on actual progress of the Construction Works and furnish any other relevant information as may reasonably be required by the Steering Group.

(b) For the purposes of determining that Construction Works are being undertaken in accordance with Specifications and Standards and Good Industry Practice and for quality assurance, the Concessionaire shall carry out such Tests at such time and frequency and in such manner as may be required by the Independent Engineer or as may be necessary in accordance with Good Industry Practice. The Concessionaire shall with due diligence carry out all such Tests in accordance with the instructions and under the supervision of the Independent Engineer. The Concessionaire shall promptly carry out such remedial measures as may be necessary to cure the defects or deficiencies, if any, indicated in such Test results. The Independent Engineer shall furnish the results of such Tests to the Steering Group within seven days thereof and also promptly report to the Steering Group the remedial measures taken by the Concessionaire to cure the defects/deficiencies if any indicated in the Test results.

(c) If the Independent Engineer reasonably determines that the rate of progress of the construction of the Project is such that the Project Completion is not feasible on or before the Scheduled Project Completion Date, it shall so notify the Concessionaire and the Steering Group. Thereupon, the Concessionaire shall within 15 (fifteen) days thereof notify the Steering Group and the Independent Engineer about the steps it proposes to take to expedite progress and the period within which it shall achieve COD.

(d) Upon recommendation of the Independent Engineer, Steering Group may, by written notice, require the Concessionaire to suspend forthwith the whole or any part of the Construction Works if in the reasonable opinion of the Steering Group such work is being carried on in a manner which threatens the safety of the Construction Works or the users of the Project.

Page 84: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 35

(e) The Concessionaire shall upon, instructions of the Steering Group pursuant to sub-article (d) above suspend the Construction Works or any part thereof as the case may be, for such time and in such manner as may be specified by Steering Group and the costs if any incurred by PWD during such suspension to properly protect and secure the Construction Works or such part thereof as is necessary in the opinion of the Steering Group ("Preservation Costs"), shall be borne by the Concessionaire.

(f) If the Steering Group issues any instructions requiring suspension of Construction Works for any reason other than default or breach of this Agreement by the Concessionaire –

i. the Project Completion Schedule and the Scheduled Project Completion Date shall be extended by the period of suspension, and

ii. the Concession Period shall be extended in accordance with the

recommendations of the Independent Engineer pursuant to and in accordance with sub-article (g) below.

(g) Independent Engineer shall add the Preservation Costs if any incurred by

the Concessionaire to the Initial Investment in the Cashflow Projections taking into account the resultant loss of revenue due to suspension of Construction Works and determine extension to the Concession Period in order to maintain the Internal Rate of Return. Provided, that the projections for years beyond the Concession Period shall be average of three years immediately preceding the last year of the original Cashflow Projections. Thereupon the Independent Engineer shall communicate its recommendation to the Steering Group.

10.2 Project Completion

(a) The Project shall be deemed to be complete and open to traffic only when the Completion Certificate or the Provisional Certificate is issued by the Independent Engineer in accordance with the provisions of Article 10.3 (the "Project Completion").

(b) The Concessionaire guarantees that the Project Completion shall be achieved in accordance with the provisions of this Agreement on a date not later than 18 months from the Commencement Date ("the Scheduled Project Completion Date").

(c) If the Project Completion is not achieved by the Scheduled Project Completion Date for any reason other than Force Majeure or reasons attributable to PWD, the Concessionaire shall be liable to pay liquidated damages for delay beyond the Scheduled Project Completion Date, to the extent of Rs. 50,000/- per day for every day of delay. Provided that such liquidated damages do not exceed in aggregate Rs. One Crore Only. Provided further that nothing contained in this sub-article (d) shall be

Page 85: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 36

deemed or construed to authorise any delay in achieving Project Completion.

(d) If the COD does not occur within 180 days from the Scheduled Project Completion Date, PWD shall subject to the provisions of this Agreement relating to excuse from performance of the Concessionaire’s obligations hereunder, be entitled to Terminate this Agreement in accordance with the provisions of Article 17.2.

10.3 Tests

a. At least 30 (thirty) days prior to the likely completion of the Project, the Concessionaire shall notify the Independent Engineer and the Steering Group of the same and shall give notice to them of its intent to conduct Tests. The Concessionaire shall give the Independent Engineer and the Steering Group at least 10 (ten) days prior notice of the actual date on which it intends to commence the Tests and at least 7 (seven) days prior notice of the commencement date of any subsequent Tests.

b. AII Tests shall be conducted in accordance with Schedule ‘M’ and the

Applicable Laws and Applicable Permits. The Steering Group shall have the right to suspend or postpone any Test if it is reasonably anticipated or determined during the course of the Test that the performance of the Project or any part thereof does not meet the Specifications and Standards. The Steering Group may designate a representative with suitable qualifications and experience to witness and observe the Tests.

c. The Independent Engineer shall monitor the results of the Tests to

determine the compliance of the Project with the Specifications and Standards and shall provide to the Steering Group copies of all Test data including detailed Test results.

d. Upon the Independent Engineer determining the Tests to be successful, it

shall forthwith issue to the Concessionaire a certificate substantially in the form set forth in Schedule ‘N’ (the “Completion Certificate ").

e. The Independent Engineer may at the request of the Concessionaire issue

a provisional certificate of completion ("Provisional Certificate") if the Tests are successful and all parts of Project can be legally, safely and reliably opened commercial operation though certain works or things forming part thereof are not yet complete. In such an event, Provisional Certificate shall have appended thereto a list of outstanding items signed jointly by the Independent Engineer and the Concessionaire ("Punch List"). All Punch List items shall be completed by the Concessionaire within 120 (one hundred twenty) days of the date of issue of such Provisional Certificate. Upon completion of all Punch List items to the satisfaction of the Independent Engineer, it shall issue the Completion Certificate to the Concessionaire with a copy each marked to PWD and STG. In the event of the Concessionaire’s failure to complete the Punch

Page 86: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 37

List items within the said period of 120 days, PWD may, without prejudice to any other rights or remedy available to it under this Agreement, have such items completed at the risk and costs of the Concessionaire. The Concessionaire shall reimburse to PWD on demand the entire costs incurred by PWD in completing the Punch List items.

f. If the Independent Engineer certifies that it is unable to issue the

Completion Certificate or Provisional Certificate because of events or circumstances which excuse the performance of the Concessionaire's obligations in accordance with this Agreement and as a consequence thereof the Tests could not be held or had to be suspended, the Concessionaire shall re-schedule the Tests and hold the same as soon as reasonably practicable.

g. The Concessionaire shall bear all the expenses relating to Tests under

this Agreement.

10.4 Operation and Maintenance Subject to and on the terms and conditions of this Agreement, the Concessionaire shall at its cost and expense procure finance for and undertake the designing, engineering, procurement, construction, operation and maintenance and transfer the Project and observe, fulfil, comply with and perform all its obligations set out in this Agreement or arising hereunder :

i. ensuring smooth and uninterrupted flow of traffic during normal operating conditions;

ii. minimizing disruption to traffic in the event of accidents or other incidents affecting the safety and use of the Project/ Project Facility by providing a rapid and effective response and for this purpose maintaining liaison with emergency services;

iii. undertaking routine maintenance including prompt repairs of

potholes, cracks, concrete joints, drains, line marking, lighting and signage;

iv. undertaking maintenance works in accordance with Maintenance

Manual and the Maintenance Programme;

v. preventing with the assistance of concerned law enforcement agencies where necessary, any unauthorised entry to and exit from the Project;

vi. preventing with the assistance of the concerned law enforcement

agencies where necessary, any encroachments on the Project/Project Site and preserving the right of way of the Project;

Page 87: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 38

vii. adherence to the Safety Standards set out in Schedule ‘P’.

10.5 Maintenance Manual

The Concessionaire shall in consultation with the Steering Group evolve not later than 120 (one hundred twenty) days before the Scheduled Project Completion Date, a manual for the regular and preventive maintenance (the "Maintenance Manual"), and shall ensure and procure that at all times during the Operations Period, the Project is maintained in a manner that it complies with the Specifications and Standards. The Concessionaire shall supply, at least two months before the COD, 10 (ten) copies of the Maintenance Manual to the Steering Group.

10.6 Maintenance Programme

a. Not later than forty five (45) days before the beginning of each Accounting Year, the Concessionaire shall provide to PWD Engineer, its proposed programme of preventive and other scheduled maintenance of the Project subject to the Minimum Maintenance Requirements setforth in Schedule ‘O’ necessary to maintain the Project at all times in conformity with the Specifications and Standards (the "Maintenance Programme"). Such Maintenance Programme shall include but not be limited to the following:

i. intervals and procedures for the carrying out of inspection of all elements of the Project;

ii. criteria to be adopted for deciding maintenance needs;

iii. preventive maintenance schedule; iv. intervals at which the Concessionaire shall carry out periodic

maintenance; and

v. intervals for major maintenance and the scope thereof.

b. Maintenance shall include replacement of equipment, consumables, horticultural maintenance and repairs to equipment, pavements, bridges, structures and other civil works which are part of the Project/Project Facility.

c. The Concessionaire shall keep the Project Facility in a clean, tidy and orderly condition free of litter and debris.

d. The Concessionaire shall be responsible for the maintenance of the approach roads to and underpasses, overpasses and drainages within the Project Site in accordance with Good Industry Practice.

Page 88: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 39

10.7 Vehicle Breakdown and Accident

(a) In the case of unsafe conditions, vehicle breakdowns and accidents, the

Concessionaire shall follow the relevant operating procedures, which shall include the setting up of temporary traffic cones and lights as well as the removal of obstruction and debris expeditiously. Such procedures shall be in accordance with Applicable Laws, Applicable Permits and the provisions of this Agreement.

(b) The Concessionaire shall ensure that any diversion or interruption of traffic is remedied without delay. The Concessionaire's responsibility for rescue operations on the Project shall be limited to the removal of vehicles or debris or any other obstruction, which may endanger or interrupt the smooth traffic flow on the Project.

10.8 Emergency De-commissioning

(a) If, in the reasonable opinion of the Concessionaire there exists an Emergency which warrants decommissioning and closure to traffic of whole or any part of the Project/Project Facility, the Concessionaire shall be entitled to de-commission and close the whole or the relevant part of the Project to traffic for so long as such Emergency and the consequences thereof warrant. Provided, however, that such decommissioning will be notified to the PWD Engineer promptly. The PWD Engineer may issue such directions as it may deem appropriate to the Concessionaire for dealing with such Emergency and the Concessionaire shall abide by the same.

(b) The Concessionaire shall re-commission the Project/Project Facility or the affected part thereof as quickly as practicable after the Emergency leading to its de-commissioning and closure has ceased to exist.

(c) The Concessionaire shall not close any partof the Project/Project Facility for undertaking maintenance or repair works except with the prior written approval of the PWD Engineer. Such approval shall be sought by the Concessionaire through a written request to be made at least 7 (seven) days before the proposed closure of part and shall be accompanied by particulars indicating the nature and extent of repair works and the arrangements made for safe movement of traffic, the length and section required to be closed and the period of closure. The Concessionaire shall also furnish particulars indicating the minimum time required for completing such repair works. Within 5 (five) days of receiving such request, the PWD Engineer shall grant permission with such modifications as he may deem necessary. Upon receiving such permission, the Concessionaire shall be entitled to close the part in accordance with such permission and re-open it within the period stipulated in such permission.

Page 89: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 40

(d) Save and except as otherwise expressly provided in this Agreement, if the Project or any part thereof shall suffer any loss or damage during the Concession Period, from any cause whatsoever, the Concessionaire shall, at its cost and expense rectify and remedy such loss or damage in a manner so as to make the Project conform in every respect to the Specifications and Standards, quality and performance as prescribed by this Agreement.

(e) In the event the Concessionaire does not maintain and/ or repair the Project or part thereof upto and in accordance with the Specifications and Standards and / or in accordance with the Maintenance Programme or the Maintenance Manual or the O&M Inspection Report, as the case may be, and shall have failed to commence remedial works within (30) thirty days of notice in this behalf from the PWD Engineer , PWD shall, without prejudice to its rights/remedies under this Agreement, including Termination, be entitled to undertake to cause the repair and maintenance of the Project at the risk and cost of the Concessionaire. The Concessionaire shall, reimburse to PWD within seven days of demand the costs and expenses incurred for undertaking such repairs and maintenance. .

(f) If the Concessionaire commences any works for curing any defects or deficiencies in the Project, it shall complete such works expeditiously in accordance with Good Industry Practice.

(g) The Concessionaire shall not be considered in breach of its obligations under this Agreement if any part of the Project is not available to traffic on account of any of the following for the duration thereof: (i) Force Majeure Event;

(ii) measures taken to ensure the safe use of the Project except when unsafe conditions on the road occured because of failure of the Concessionaire to perform its obligations under this Agreement; or

(iii) compliance with a request from PWD/STG or the directions of any Government Agency the effect of which is to close all or any part of the Project. Notwithstanding the above, the Concessionaire shall keep all unaffected parts of the Project open to traffic and use provided they can be safely operated and kept open to traffic.

Page 90: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 41

10.9 Monitoring and Supervision during Operations

(a) The Concessionaire shall undertake periodic inspection of the Project in accordance with the Maintenance Manual, the Maintenance Programme, Specifications and Standards and this Agreement and shall submit reports of such inspection ("Maintenance Reports") to the Steering Group and the PWD Engineer.

(b) The PWD Engineer shall undertake periodic (at least once every calendar quarter but once every week during monsoon) inspection of the Project jointly with the Concessionaire to determine the condition of the Project including its compliance or otherwise with the Maintenance Manual, the Maintenance Programme, Specifications and Standards and this Agreement and make out a report of such inspection (the "O&M Inspection Report') and forward it to the Concessionaire with a copy thereof to the Steering Group. The O&M Inspection Report shall set forth defects and deficiencies, if any, and may also require the Concessionaire to undertake such tests as may be specified by the PWD Engineer for the purpose of determining that the Project is at all times in conformity with the Specifications and Standards. The Concessionaire shall within 30 (thirty) days of the receipt of the O&M Inspection Report from the PWD Engineer remedy the defects and deficiencies and undertake such tests, if any, set forth therein, without any delay and furnish compliance thereto and/or results thereof to the PWD Engineer along with a report (O&M Inspection Compliance Report) with a copy to the Steering Group specifying in reasonable detail the measures, if any, that have been undertaken for curing the defects or deficiencies indicated in such results. Such inspection or submission of O&M Inspection Compliance Report by the Concessionaire shall not relieve or absolve the Concessionaire of its obligations and liabilities hereunder in any manner whatsoever. Where the remedying of such defects or deficiencies and/or undertaking such tests is likely to take more than 30 (thirty) days in accordance with Good Industry Practice, the Concessionaire shall undertake the works in accordance with such practice and submit progress reports of such works every fortnight and finally the O&M Inspection Compliance Report.

Page 91: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 42

11. ARTICLE 11 : FINANCING ARRANGEMENT

11.1 Financing Arrangement

a. The Concessionaire shall at its cost, expenses and risk make such

financing arrangement as would be necessary to finance the Project and to meet its obligations under this Agreement in a timely manner.

b. In the event of the Concessionaire employing the funds borrrowed

from the Lenders to finance the Project, the provisions relating to Lenders including those relating to Financial Close and Substitution Agreement shall apply.

c. The Concessionaire shall within 7 days of achieving Financial Close

submit to PWD one set of Financing Documents evidencing Financial Close.

11.2 Amendments to Financing Documents

For the avoidance of doubt the Parties agree that no amendment made to the Financing Documents without express consent of PWD shall have the effect of enlarging in any manner, the obligation of PWD in respect of Termination Payment under this Agreement.

12. ARTICLE 12 : SUPERVISION CHARGES

12.1 Supervision Charges

(a) All works under or in course of execution/ or executed in pursuance of this Agreement shall at all times be open to the inspection and supervision by the authorised representatives of PWD/STG. The Concessionaire shall at all the times during the usual working hours and at all other times at which reasonable notice of the intention of the representatives of STG and/or PWD to visit the work shall have been given to the Concessionaire, have a responsible agent/representative present at the Project for that purpose.

(b) Each Party may undertake supervision or Project Monitoring activies at its own cost and expense.

Page 92: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 43

13. ARTICLE 13 : INSURANCES

13.1. Insurance during the Implementation Period The Concessionaire shall, at its cost and expense, purchase and maintain during the Implementation Period such insurances as are necessary, including but not limited to the following:

(a) builders’ all risk insurance;

(b) comprehensive third party liability insurance including injury or death to personnel of Persons who may enter the Project Site;

(c) workmen’s compensation insurance;

(d) any other insurance that may be necessary to protect the

Concessionaire, its employees and its assets (against loss, damage or destruction at replacement value) including all Force Majeure Events that are insurable and not otherwise covered in items (a) to (d).

13.2. Insurance during the Operations Period The Concessionaire shall, at its cost and expense, purchase and maintain during the Operations Period insurance to cover against:

(a) loss, damage or destruction of the Project Facility, at replacement value;

(b) the Concessionaire’s general liability arising out of the Concession;

(c) liability to third parties; and

(d) any other insurance that may be necessary to protect the Concessionaire

and its employees, including all Force Majeure Events that are insurable and not otherwise covered in items (a) to (c).

13.3. Insurance Companies

The Concessionaire shall insure all insurable assets comprised in the Project Assets and/or the Project Facility through Indian insurance companies and if so permitted by PWD, through foreign insurance companies, to the extent that insurances are necessary to be effected through them.

Page 93: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 44

13.4. Evidence of Insurance Cover The Concessionaire shall, from time to time, provide to PWD copies of all insurance policies (or appropriate endorsements, certifications or other satisfactory evidence of insurance) obtained by the Concessionaire in accordance with this Agreement.

13.5. Application of Insurance Proceeds Subject to the provisions of the Financing Documents, all moneys received under insurance policies shall be promptly applied by the Concessionaire towards repair or renovation or restoration or substitution of the Project Facility or any part thereof which may have been damaged or destroyed. The Concessionaire may designate the Lenders as the loss payees under the insurance policies/assign the insurance policies in their favour as security for the financial assistance. The Concessionaire shall carry out such repair or renovation or restoration or substitution to the extent possible in such manner that the Project Facility or any part thereof, shall, after such repair or renovation or restoration or substitution be as far as possible in the same condition as they were before such damage or destruction, normal wear and tear excepted.

13.6. Validity of the Insurance Cover

The Concessionaire shall pay the premium payable on such insurance policy(ies) so as to keep the policy(ies) in force and valid throughout the Concession Period and furnish copies of the same to PWD. Each insurance policy shall provide that the same shall not be cancelled or terminated unless 10 Days' clear notice of cancellation is provided to PWD in writing. If at any time the Concessionaire fails to purchase and maintain in full force and effect any and all of the insurances required under this Agreement, PWD may at its option purchase and maintain such insurance and all sums incurred by the PWD therefor shall be reimbursed by the Concessionaire forthwith on demand, failing which the same shall be recovered by the PWD by exercising right of set off or otherwise.

14. ARTICLE 14 : CHANGE OF SCOPE

14.1 Change of Scope

PWD may, notwithstanding anything to the contrary contained in this Agreement, require provision of such addition/deletion to the works and services on or about the Project which are beyond the scope of the Project as contemplated by this Agreement ("Change of Scope"), Provided such changes do not require expenditure exceeding Rs. One Crore only and do not adversely affect the Scheduled Project Completion Date. All such changes shall be made by PWD by an order (the "Change of Scope Order”) issued in accordance with the procedure set forth in Article 14.2.

Page 94: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 45

14.2 Procedure for Change of Scope

(a) PWD shall whenever it desires provision of addition/deletion of works

and services referred to in Article 14.1 above, issue to the Concessionaire a notice of Change of Scope (the "Change of Scope Notice") through the Independent Engineer.

(b) Upon receipt of Change of Scope Notice, the Concessionaire shall, within a period of 15 (fifteen) days, provide to the Independent Engineer such information as is necessary and reasonable together with preliminary documentation in support of the following:

i. the impact which the Change of Scope is likely to have on the Project Completion Schedule if the work is required to be carried out before COD, and

ii. (ii) the cost to the Concessionaire of complying with such Change of

Scope Notice on account of increases in quantities of items of work mentioned in the Bill of Quantities at the rate mentioned therein. In case the Bill of Quantities does not carry certain items of work required under the Change of Scope, the Concessionaire shall provide the analysis of rates for carrying out such items of work.

(c) Independent Engineer shall review the information provided by the

Concessionaire, assess the change in quantities of items of work, verify the analysis of rates if required, determine the additional cost to the Concessionaire as a result of such Change of Scope, add such additional cost to Initial Investment in the Cashflow Projections and determine the extension, if any, to the Concession Period in order to maintain the Internal Rate of Return. Provided, that the projections for years beyond the Concession Period shall be average of three years immediately preceding the last year of the original Cashflow Projections. The Independent Engineer shall communicate its recommendation to the Steering Group within a period of 15(fifteen) days from the receipt of information from the Concessionaire.

(d) PWD shall issue the Change of Scope Order within a period of 15 (fifteen) days from the date of recommendation made by the Independent Engineer in accordance with preceding sub-article (c) above.

(e) The Change of Scope Order shall be effective and binding upon receipt thereof by the Concessionaire. Notwithstanding a Dispute regarding cost and time for implementation of such order, the Concessionaire shall proceed with the performance of such order promptly following receipt thereof. Any Dispute regarding the extension in the Concession Period recommended by the Independent Engineer shall be resolved in accordance with the Dispute Resolution Procedure.

Page 95: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 46

(f) All claims by the Concessionaire pursuant to this Article 14.2 shall be

supported by such documentation as is reasonably sufficient for Independent Engineer to determine the accuracy thereof, including invoices from Contractors and certification of such claims by the Statutory Auditors.

15. ARTICLE 15 : CAPACITY AUGMENTATION AND ADDITIONAL FACILITY

15.1. Capacity Augmentation of the Project

(a) The PWD may following a detailed traffic study conducted by it, at any time after COD decide to augment/increase the capacity of the Project (Capacity Augmentation) with a view to provide the desired level of service to the users of the Project Facility.

(b) The PWD shall invite proposals from eligible Persons for Capacity Augmentation. The Concessionaire shall have option to submit its proposal for Capacity Augmentation.

(c) The bid document for Capacity Augmentation shall specify a Termination Payment to be made to the Concessionaire in case the Concessionaire chooses not to submit its proposal or fails or declines to match the preferred offer as mentioned in sub-article (e) below.

(d) In case the Concessionaire, after participating in the bidding procedure, fails to give the lowest offer, the Concessionaire shall be given the first right of refusal to match the preferred offer. If the Concessionaire matches the preferred offer the Parties shall enter into a suitable agreement supplemental to this Agreement to give effect to the changes in scope of the Project, Concession Period and all other necessary and consequential changes. In such an event the Concessionaire shall pay to the bidder who had made the lowest offer sum of Rs. Two Lakhs Fifity Thousand only subject to maximum of Rs. 10 Lacs towards bidding costs incurred by such bidder.

(e) In case the Concessionaire (i) chooses not to submit its proposal for Capacity Augmentation or (ii) is not the preferred bidder and also fails or declines to match the preferred offer, PWD shall be entitled to terminate this Agreement upon payment to the Concessionaire of the Termination Payment.

(f) The Termination Payment referred to in the preceding sub-articles (c) and (e) above shall be the amount equivalent to the amount of Termination Payment set out in Article 17.2.

Page 96: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 47

15.2. Additional Facility

PWD shall not construct and operate either itself or have the same,

interalia, built and operated on PPP mode or otherwise a competing facility, either toll free or otherwise during the Concession Period. Provided, PWD may build and operate such a facility subject to the fee charged for vehicles using such facility being at any not less than 133% of Fee for the time being charged for the vehicles using the Project Facility.

16. ARTICLE 16 : FORCE MAJEURE

16.1. Force Majeure Event As used in this Agreement, a Force Majeure Event shall mean occurrence in India of any or all of Non Political Event, Indirect Political Event and/or Political Event as defined in Article 16.2, 16.3 and 16.4 respectively which prevent the Party claiming Force Majeure (the "Affected Party") from performing its obligations under this Agreement and which act or event (i) is beyond the reasonable control and not arising out of the fault of the Affected Party, (ii) the Affected Party has been unable to overcome such act or event by the exercise of due diligence and reasonable efforts, skill and care, and (iii) has a Material Adverse Effect on the Project.

16.2. Non Political Event. For purposes of Article 16.1 hereinabove, Non-Political Event shall mean one or more of the following acts or events:

(i) acts of God or events beyond the reasonable control of the Affected Party which could not reasonably have been expected to occur, exceptionally adverse weather conditions, lightning, earthquake, cyclone, flood, volcanic eruption or fire (to the extent originating from a source external to the Project Site or beyond design specifications for the Construction Works) or landslide;

(ii) radioactive contamination or ionizing radiation; (iii) strikes or boycotts (other than those involving the Concessionaire,

Contractors or their respective employees/representatives or attributable to any act or omission of any of them) interrupting supplies and services to the Project for a period exceeding 7 (seven) days in an Accounting Year, and not being an Indirect Political Event set forth in Article 16.3;

Page 97: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 48

(iv) any failure or delay of a Contractor but only to the extent caused by

another Non-Political Event and which does not result in any offsetting compensation being payable to the Concessionaire by or on behalf of such Contractor;

(v) any judgement or order of any court of competent jurisdiction or

statutory authority in India made against the Concessionaire in any proceedings for reasons other than failure of the Concessionaire to comply with any Applicable Law or Applicable Permits or on account of breach thereof, or of any contract, or enforcement of this Agreement or exercise of any of its rights under this Agreement by PWD;

(vi) any event or circumstances of anature analogous to any of the forePWDng.

16.3. Indirect Political Event For purposes of Article 16.1 hereinabove, Indirect Political Event shall mean one or more of the following acts or events :

(i) An act of war (whether declared or undeclared), invasion, armed conflict or act of foreign enemy, blockade, embargo, riot, insurrection, terrorist or military action, civil commotion, or politically motivated sabotage;

(ii) Industry wide or state wide or India wide strikes or industrial action for a continuous period exceeding a continous period of 7(seven) days in an Accounting Year; or

(iii) any civil commotion, boycott or political agitation which prevents the Affected Party from performing any of its obligations for a continuous period of 7 (seven) days

(iv) any failure or delay of a Contractor to the extent caused by any Indirect

Political Event and which does not result in any offsetting compensation being payable to the Concessionaire by or on behalf of such Contractor;

(v) any Indirect Political Event that causes a Non-Political Event; or

(vi) any event or circumstances of a nature analogous to any of the foregoing.

16.4. Political Event For purposes of Article 16.1 hereinabove, Political Event shall mean one or more of the following acts or events by or on account of PWD, STG or any other Government Agency:

(i) Change in Law, only when provisions of Article 18 cannot be applied;

Page 98: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 49

(ii) Expropriation or compulsory acquisition by any Government Agency of

any Project Assets or rights of the Concessionaire or of the Contractors; or

(iii) Any unlawful or unauthorised or without jurisdiction revocation of, or refusal to renew or grant without valid cause any consent or approval required by the Concessionaire or any of the Contractors to perform their respective obligations under the Project Agreements (other than a consent the obtaining of which is condition precedent) provided that such delay, modification, denial, refusal or revocation did not result from the Concessionaire’s or any Contactor’s inability or failure to comply with any condition relating to grant, maintenance or renewal of such consents or permits.

16.5. Effect of Force Majeure Event. Upon occurrence of any Force Majeure Event, the following shall apply:

(a) There shall be no Termination of this Agreement except as provided in Article 16.7 hereinafter;

(b) Where the Force Majeure Event occurs before COD, the dates set forth in the Project Completion Schedule, and the Concession Period shall be extended by the period for which such Force Majeure Event shall subsist;

(c) Where a Force Majeure Event occurs after COD, the Concessionaire shall continue to make all reasonable efforts to operate the Project, but if it is unable or prevented from doing so, the Concession Period shall, having due regard to the extent of the impact thereof as determined by the Steering Group, be extended by the period for which Operation and Maintenacne of the Project remains affected on account thereof; and

(d) Costs arising out of or concerning such Force Majeure Event shall be borne in accordance with the provisions of the Article 16.6 hereinafter.

16.6. Allocation of costs during subsistence of Force Majeure Subject to the provisions of Article 16.5 hereinabove, upon occurrence of a Force Majeure Event, the costs arising out of such event shall be allocated as follows:

(a) When the Force Majeure Event is a Non Political Event, the Parties shall bear their respective costs and neither Party shall be required to pay to the other Party any costs arising out of any such Force Majeure Event;

(b) Where the Force Majeure Event is an Indirect Political Event, the costs attributable to such Force Majeure Event and directly relating to the Project (the "Force Majeure Costs") shall be borne by the Concessionaire

Page 99: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 50

to the extent of the Insurance Cover, and to the extent Force Majeure Costs as duly certified by the Statutory Auditors exceed the Insurance Cover, one half of the same shall be reimbursed by PWD to the Concessionaire within 90 days from the date of receipt of Concessionaire’s claim therefor;

(c) Where the Force Majeure Event is a Political Event, the Force Majeure Costs to the extent actually incurred and certified by the statutory Auditors of Concessionaire shall be reimbursed by PWD to the Concessionaire within 90 days from the date of receipt of Concessionaire’s claim therefor; and

(d) PWD may at its option reimburse the Force Majeure Costs to the

Concessionaire in cash or compensate the Concessionaire for such costs by appropriate extension of the Concession Period, which extension shall also be given effect within the period of 90 days specified in preceding sub-article (b) or (c) as the case may be. For avoidance of doubt, Force Majeure Costs shall not include loss of Fee revenues or any debt repayment obligations but shall include interest payments on such debt, O&M Expenses and all other costs directly attributable to the Force Majeure Event.

16.7. Termination. If a Force Majeure Event continues or is in the reasonable judgement of the Parties is likely to continue beyond a period 120 days, the Parties may mutually decide to terminate this Agreement or continue this Agreement on mutually agreed revised terms. If the Parties are unable to reach an agreement in this regard, the Affected Party shall after the expiry of the said period of 120 days, be entitled to terminate this Agreement by issuing Termination Notice.

16.8. Termination Payment for Force Majeure Events Upon Termination of this Agreement pursuant to Article 16.7 hereinabove, Termination Payment to the Concessionaire shall be made in accordance with the following:

(a) If the Termination is on account of a Non Political Event, the Concessionaire shall be entitled to receive from PWD by way of Termination Payment an amount equal to 90% of the Debt Due less pending insurance claims, if any. Provided that in the event such insurance claims or any part thereof are not admitted and paid, the Concessionaire shall be entitled to receive from PWD further sum equal to 90% of amount of such claims not admitted.

Page 100: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 51

(b) If the Termination is on account of an Indirect Political Event, the Concessionaire shall be entitled to receive from PWD by way of Termination Payment an amount equal to:

(i) the total Debt Due, less pending Insurance claims, if any. Provided, however, that if any of such insurance claims are not admitted and paid, the Concessionaire shall be entitled to receive from PWD further sum equal to 80%(eighty percent) of such claims not admitted, plus

(ii) 110% (one hundred ten percent) of the Equity subscribed in cash and actually spent on the Project if such Termination occurs at any time during three years commencing from the Commencement Date and for each successive year thereafter, such amount shall be adjusted every year to fully reflect the changes in WPI during such year, and the adjusted amount so arrived shall be reduced every year by 7.5%(seven and half percent) per annum.

(c) If the Termination of this Agreement is on account of a Political Event, the Concessionaire shall be entitled to receive from PWD by way of Termination Payment an amount equal to:

(i) the total Debt Due, plus (ii) 150% (one hundred fifty percent) of the Equity subscribed in cash and

actually spent on the Project if such Termination occurs at any time during three years commencing from the Commencement Date and for each successive year thereafter, such amount shall be adjusted every year to fully reflect the changes in WPI during such year, and the adjusted amount so arrived at shall be reduced by 7.5% (seven and half percent) per annum.

16.9. Dispute Resolution In the event that the Parties are unable to agree in good faith about the occurrence or existence of a Force Majeure Event, such Dispute shall be finally settled in accordance with the Dispute Resolution Procedure, provided however that the burden of proof as to the occurrence or existence of such Force Majeure Event shall be upon the Party claiming relief and/or excuse on account of such Force Majeure Event.

16.10. Liability for other losses, damages etc.

Save and except as expressly provided in this Article 16, neither Party hereto shall be liable in any manner whatsoever to the other Party in respect of any loss, damage, cost, expense, claims, demands and proceedings relating to or arising out of occurrence or existence of any Force Majeure Event or exercise of any right pursuant to this Article 16.

Page 101: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 52

16.11. Duty to Report The Affected Party shall discharge the following obligations in relation to reporting the occurrence of a Force Majeure Event to the other Party:

(a) The Affected Party shall not claim any relief for or in respect of a Force Majeure Event unless it shall have notified the other Party in writing of the occurrence of the Force Majeure Event as soon as reasonably practicable, and in any event within 7 (seven) days after the Affected Party knew, or ought reasonably to have known, of its occurrence and the probable material affect that the Force Majeure Event is likely to have on the performance of its obligations under this Agreement.

(b) Any notice pursuant to this Article 16.11 shall include full particulars of: (i) the nature and extent of each Force Majeure Event which is the subject

of any claim for relief under this Article 16 with evidence in support thereof;

(ii) the estimated duration and the effect or probable effect which such

Force Majeure Event is having or will have on the Affected Party's performance of its obligations under this Agreement;

(iii) the measures which the Affected Party is taking, or proposes to take, to

alleviate the impact of such Force Majeure Event; and

(iv) any other information relevant to the Affected Party's claim. (c) For so long as the Affected Party continues to claim to be affected by

such Force Majeure Event, it shall provide the other Party with regular (and not less than weekly) written reports containing information as required by this Article 16.11 and such other information as the other Party may reasonably request the Affected Party to provide.

16.12. Excuse from performance of obligations If the Affected Party is rendered wholly or partially unable to perform its obligations under this Agreement because of a Force Majeure Event, it shall be excused from performance of such of its obligations to the extent it is unable to perform on account of such Force Majeure Event provided that:

(a) the suspension of performance shall be of no greater scope and of no longer duration than is reasonably required by the Force Majeure Event;

(b) the Affected Party shall make all reasonable efforts to mitigate or limit

damage to the other Party arising out of or as a result of the existence or occurrence of such Force Majeure Event and to cure the same with due diligence: and

Page 102: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 53

(c) when the Affected Party is able to resume performance of its obligations

under this Agreement, it shall give to the other Party written notice to that effect and shall promptly resume performance of its obligations hereunder.

17. ARTICLE 17 : EVENTS OF DEFAULT AND TERMINATION

17.1 Event of Default Event of Default means the Concessionaire Event of Default or the PWD Event of Default or both as the context may admit or require.

A. Concessionaire Event of Default Any of the following events shall constitute an event of default by the Concessionaire ("Concessionaire Event of Default") unless such event has occurred as a result of PWD Event of Default or a Force Majeure Event;

(1) The Concessionaire fails to commence the Construction Works within 30 days from the Commencement Date.

(2) The Concessionaire fails to achieve COD within 180 days from the Scheduled Project Completion Date.

(3) Any representation made or warranties given by the Concessionaire under this Agreement is found to be false or misleading.

(4) The Concessionaire creates any Encumbrance on the Project Site/ Project Facility in favour of any Person save and except as otherwise expressly permitted under Article 22.1.

(5) The aggregate shareholding of the members of the Consortium/Sponsors falls below the minimum prescribed under Article 21.1 (xi).

(6) The transfer, pursuant to law of either (a) the rights and/or obligations of the Concessionaire under any of the Project Agreements, or (b) all or material part of the Concessionaire except where such transfer in the reasonable opinion of PWD does not affect the ability of the Concessionaire to perform, and the Concessionaire has the financial and technical capability to perform, its material obligations under the Project Agreements.

(7) A resolution is passed by the shareholders of the Concessionaire for the voluntary winding up of the Concessionaire.

Page 103: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 54

(8) Any petition for winding up of the Concessionaire is admitted by a court of competent jurisdiction or the Concessionaire is ordered to be wound up by Court except for the purpose of amalgamation or reconstruction, provided that, as part of such amalgamation or reconstruction, the property, assets and undertaking of the Concessionaire are transferred to the amalgamated or reconstructed entity and that the amalgamated or reconstructed entity has unconditionally assumed the obligations of the Concessionaire under this Agreement and the Project Agreements, and provided that:

(i) the amalgamated or reconstructed entity has the technical capability and operating experience necessary for the performance of its obligations under this Agreement and the Project Agreements;

(ii) the amalgamated or reconstructed entity has the financial standing to perform its obligations under this Agreement and the Project Agreements and has a credit worthiness at least as good as that of the Concessionaire as at Commencement Date; and

(iii) each of the Project Agreements remains in full force and effect.

(9) A default has occurred under any of the Financing Documents and any of the Lenders has recalled its financial assistance and demanded payment of the amounts outstanding under the Financing Documents or any of them as applicable.

(10) The Concessionaire suspends or abandons the operations of the Project without the prior consent of PWD, provided that the Concessionaire shall be deemed not to have suspended/ abandoned operation if such suspension/ abandonment was (i) as a result of Force Majeure Event and is only for the period such Force Majeure is continuing, or (ii) is on account of a breach of its obligations under this Agreement by PWD or of STG under the State Support Agreement.

(11) The Concessionaire repudiates this Agreement or otherwise evidences an intention not to be bound by this Agreement.

(12) The Concessionaire suffers an attachment being levied on any of its assets causing a Material Adverse Affect on the Project and such attachment continues for a period exceeding 45 days.

(13) The Concessionaire has delayed any payment that has fallen due under this Agreement and if such delay exceeds 90(ninety) days.

(14) The Concessionaire is otherwise in Material Breach of this Agreement.

Page 104: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 55

B. PWD Event of Default.

The following events shall constitute events of default by PWD (each a "PWD Event of Default”), unless any such PWD Event of Default has occurred as a result of Concessionaire Event of Default or due to a Force Majeure Event:

(1) PWD is in breach of this Agreement and has failed to cure such breach within 60 (sixty) days of receipt of notice in that behalf from the Concessionaire;

(2) PWD repudiates this Agreement or otherwise evidences an intention not to be bound by this Agreement.

(3) PWD is in breach of any of its obligations under the State Support Agreement, and such breach has not been cured within 30 days from the date of written notice thereof by the Concessionaire.

(4) PWD or STG or any Governmental Agency has by an act of commission or ommission created circumstances that have a Material Adverse Effect on the performance of its obligations by the Concessionaire and has failed to cure the same within 60 days of notice thereof by the Concessionaire.

(5) PWD has delayed payment of any amount that has fallen due in terms of this Agreement beyond 90 (ninety) days.

(6) Any representation made or warranties given by the PWD under this Agreement is found to be false or misleading

17.2 Termination due to Event of Default

A. Termination for Concessionaire Event of Default

(1) Without prejudice to any other right or remedy which PWD may have in respect thereof under this Agreement, upon the occurrence of a Concessionaire Event of Default, PWD shall, subject to the provisions of the Substituion Agreement, be entitled to terminate this Agreement by issuing a Termination Notice to the Concessionaire, provided that before issuing the Termination Notice, PWD shall by a notice in writing inform the Concessionaire of its intention to issue the Termination Notice (the "Preliminary Notice"). In case the underlying breach/default is not cured within a period of 60(sixty) days from the date of the Preliminary Notice (Cure Period) PWD shall be entitled, to terminate this Agreement by issuing the Termination Notice. Provided further, that

(a) if the default is not cured within 30(thirty) days of the Preliminary Notice, PWD shall be entitled to encash the Performance Security with a notice to the Concessionaire (Encashment Notice),

Page 105: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 56

(b) if the default is not cured within 30 (thirty) days of the Encashment

Notice and a fresh Performance Security is not furnished within the same period in accordance with Article 3.2, PWD shall subject to the provisions of the Substitution Agreement be entitled to issue the Termination Notice.

(2) The following shall apply in respect of cure of any of the defaults and/or breaches of this Agreement :

i. The Cure Period provided in this Agreement shall not relieve the Concessionaire from liability for damages caused by its breach or default;

ii. The Cure Period shall not in any way be extended by any period of suspension under this Agreement;

iii. If the cure of any breach by the Concessionaire requires any reasonable action by Concessionaire that must be approved by PWD or the Government Agency hereunder the applicable Cure Period shall be extended by the period taken by PWD or the Government Agency to accord the required approval.

(3) Upon Termination by PWD on account of occurrence of a Concessionaire

Event of Default during the Operations Period, the PWD shall pay to the Concessionaire by way of Termination Payment an amount equal to 90% of the Debt Due less pending insurance claims, if any. Provided, however, that in the event of such insurance claims or any part thereof are not admitted and paid, the Concessionaire shall be entitled to receive from PWD further sum equal to 80%(eighty percent) of amount of such claims not admitted.

B. Termination for PWD Events of Default

(1) The Concessionaire may, upon the occurrence and continuation of any of

PWD Event of Default terminate this Agreement by issuing Termination Notice to PWD.

(2) Upon Termination of this Agreement by the Concessionaire due to a PWD Event of Default, the Concessionaire shall be entitled to receive from PWD, by way of Termination Payment a sum equal to:

i. the total Debt Due, plus ii. 150% (one hundred fifty percent) of the Equity subscribed in cash

and actually spent on the Project if such Termination occurs at any time during three years commencing from the Commencement Date and for each successive year thereafter, such amount shall be adjusted every year to fully reflect the changes in WPI during such year and the adjusted amount so arrived at shall be reduced by 7.5% (seven and half percent) per annum.

Page 106: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 57

17.3 Rights of PWD on Termination

Upon Termination of this Agreement for any reason whatsoever, PWD

shall have the power and authority to

i. take possession and control of Project Assets forthwith;

ii. prohibit the Concessionaire and any person claiming through or under the Concessionaire from entering upon the Project Assets/dealing with or any part thereof;

iii. step in and succeed upon election by PWD without the necessity of

any further action by the Concessionaire, to the interests of the Concessionaire under such of the Project Agreements as PWD may in its discretion deem appropriate with effect from the date of communication of such election to the counter party to the relative Project Agreements. Provided any sums claimed by such counter party as being due and owing for work and services performed or accruing on account of any act, omission or event prior to such date of election shall and shall always constitute debt between the Concessionaire and such counter party and PWD shall in no way or manner be liable or responsible for such sums. The Concessionaire shall ensure that the Project Agreements contain provisions necessary to give effect to the provision of this Article 17.3.

17.4 Termination Payments

The Termination Payment pursuant to Article 16 or 17 as the case may be, shall be payable to the Concessionaire by PWD within thirty days of demand being made by the Concessionaire with the necessary particulars duly certified by the Statutory Auditors. If PWD fails to pay Termination Payment in full within the said period of 60 days, the amount remaining unpaid shall be paid along with interest @ SBI PLR plus two percent from the Termination Date till payment.

17.5 Mode of Payment Notwithstanding any instructions to the contrary issued or any dispute raised by the Concessionaire, the Termination Payment, and all other payments that would become payable by PWD under any of the provisions of this Agreement shall, so long as the Debt Due is remaining outstanding, be made only by way of credit directly to a bank account designated therefor by the Lenders and advised to PWD and the Concessionaire in writing. Any payment so made shall to the extent of such payment constitute a valid discharge to PWD of its obligations towards the Concessionaire with regard to the Termination Payment and payment of any other monies due hereunder.

Page 107: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 58

17.6 Notwithstanding anything to the contrary contained in this Agreement, any Termination pursuant to the provisions of this Agreement shall be without prejudice to accrued rights of either Party including its right to claim and recover money damages and other rights and remedies which it may have in law or contract. All rights and obligations of either Party under this Agreement, including without limitation Termination Payment, shall survive the Termination of this Agreement to the extent such survival is necessary for giving effect to such rights and obligations.

18. ARTICLE 18 : CHANGE IN LAW 18.1. Change in Law

If as a result of Change in Law, the Concessionaire suffers an increase in costs or reduction in net after tax return or other financial burden, the aggregate financial effect of which exceeds Rs. 20,00,000 (Rupees Twenty Lakhs Only) in any Accounting year, the Concessionaire may notify the same to PWD/the Steering Group and propose amendments to this Agreement so as to put the Concessionaire in the same financial position as it would have occupied had there been no such Change in Law resulting in such cost increase, reduction in return or other financial burden as aforesaid.

18.2. Extension of Concession Period The Steering Group shall upon being notified by the Concessionaire of the Change in Law and the proposed amendments to this Agreement, assess the change in the financial position as a result of such Change of Law and determine the extension to the Concession Period so as to put the Concessionaire in the same financial position as it would have occupied had there been no such Change in Law and recommend the same to PWD. PWD shall, within 30 days of receipt of such recommendation, extend the Concession Period by such period as has been recommended by the Steering Group.

19. ARTICLE 19 : HANDOVER AND DEFECT LIABILITY PERIOD

19.1. Handing Over of the Project Assets Upon the expiry of the Concession by efflux of time and in the normal course, the Concessionaire shall at the end of the Concession Period, hand over vacant and peaceful possession of the Project Assets including Project Site/Facility at no cost to PWD.

Page 108: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 59

19.2. Joint Inspection and Removal of Deficiency The handing over process shall be initiated atleast 12 months before the actual date of expiry of the Concession Period by a joint inspection by the PWD Engineer and the Concessionaire. The PWD Engineer shall, within 15 days of such inspection prepare and furnish to the Concessionaire a list of works/jobs/additions/alterations, if any, to be carried out to bring the Project to the prescribed level of service condition at least two months prior to the date of expiry of the Concession Period. In case the Concessionaire fails to carry out the above works, within the stipulated time period the PWD shall be at liberty to have these works executed by any other Person at the risk and cost of the Concessionaire and any cost incurred by PWD in this regard shall be reimbursed by the Concessionaire to PWD within 7 days of receipt of demand. For this purpose, PWD shall without prejudice to any other right/remedy available to it, under this Agreement, have the right to appropriate the Performance Security and/or to set off any amounts due, if any, and payable by PWD to the Concessionaire to the extent required/ available and to recover deficit amount, if any, from the Concessionaire.

20. ARTICLE 20 : DISPUTE RESOLUTION

20.1. Amicable Resolution

(a) Save where expressly stated otherwise in this Agreement, any dispute, difference or controversy of whatever nature howsoever arising under, out of or in relation to this Agreement including incompletion of the Project between the Parties and so notified in writing by either Party to the other (the "Dispute") in the first instance shall be attempted to be resolved amicably by the Steering Group and failing resolution of the same in accordance with the procedure set forth in sub-article (b) below.

(b) Either Party may require the Dispute to be referred to the Secretary, PWD, Government of Uttarakhand and the Chairman of the Board of Directors of the Concessionaire, for the time being for amicable settlement. Upon such reference, the two shall meet at the earliest mutual convenience and in any event within 15 days of such reference to discuss and attempt to amicably resolve the Dispute. If the Dispute is not amicably settled within 15 (fifteen) days of such meeting between the two, either Party may refer the Dispute to arbitration in accordance with the provisions of Article 20.2 below.

Page 109: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 60

20.2. Arbitration

a) Arbitrators

Any Dispute which is not resolved amicably as provided in Article 20.1(a)

shall be finally settled by binding arbitration under the Arbitration and Conciliation Act, 1996. The arbitration shall be by a panel of three arbitrators, one to be appointed by each Party and the third to be appointed by the two arbitrators appointed by the Parties. A Party requiring arbitration shall appoint an arbitrator in writing, inform the other Party about such appointment and call upon the other Party to appoint its arbitrator if the other Party fails to appoint its arbitrator, the Party appointing arbitrator shall take steps in accordance with Arbitration and Conciliation Act, 1996.

b) Place of Arbitration The place of arbitration shall be Nainital but by agreement of the

Parties, the arbitration hearings, if required, can be held elsewhere from time to time.

c) English Language The request for arbitration, the answer to the request, the terms of

reference, any written submissions, any orders and rulings shall be in English and, if oral hearings take place, English shall be the language to be used in the hearings.

d) Procedure The procedure to be followed within the arbitration, including

appointment of arbitrator / arbitral tribunal, the rules of evidence which are to apply shall be in accordance with the Arbitration and Conciliation Act, 1996.

e) Enforcement of Award

Any decision or award resulting from arbitration shall be final and binding upon the Parties. The Parties hereto hereby waive, to the extent permitted by law, any rights to appeal or to review of such award by any court or tribunal. The Parties hereto agree that the arbitral award may be enforced against the Parties to the arbitration proceeding or their assets wherever they may be found and that a judgment upon the arbitral award may be entered in any court having jurisdiction thereof.

Page 110: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 61

f) Fees and Expenses

The fees and expenses of the arbitrators and all other expenses of the arbitration shall be initially borne and paid by respective Parties subject to determination by the arbitrators. The arbitrators may provide in the arbitral award for the reimbursement to the prevailing party of its costs and expenses in bringing or defending the arbitration claim, including legal fees and expenses incurred by Party.

g) Performance during Arbitration

Pending the submission of and/or decision on a Dispute, difference, or claim or until the arbitral award is published; the Parties shall continue to perform all of their obligations under this Agreement without prejudice to a final adjustment in accordance with such award.

21. ARTICLE 21 : REPRESENTATIONS AND WARRANTIES, DISCLAIMER

21.1. Representations and Warranties of the Concessionaire

The Concessionaire represents and warrants to PWD that:

(i) it is duly organised, validly existing and in good standing under the laws of India;

(ii) it has full power and authority to execute, deliver and perform its obligations under this Agreement and to carry out the transactions contemplated hereby;

(iii) it has taken all necessary corporate and other action under Applicable Laws and its constitutional documents to authorize the execution, delivery and performance of this Agreement;

(iv) it has the financial standing and capacity to undertake the Project;

(v) this Agreement constitutes its legal, valid and binding obligation enforceable against it in accordance with the terms hereof;

(vi) it is subject to civil and commercial laws of India with respect to this Agreement and it hereby expressly and irrevocably waives any immunity in any jurisdiction in respect thereof;

(vii) the execution, delivery and performance of this Agreement will not conflict with, result in the breach of, constitute a default under or accelerate performance required by any of the terms of the

Page 111: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 62

Concessionaire's Memorandum and Articles of Association or any member of the Consortium or any Applicable Laws or any covenant, agreement, understanding, decree or order to which it is a party or by which it or any of its properties or assets is bound or affected;

(viii) there are no actions, suits, proceedings, or investigations pending or, to the Concessionaire's knowledge, threatened against it at law or in equity before any court or before any other judicial, quasi judicial or other authority, the outcome of which may result in the breach of or constitute a default of the Concessionaire under this Agreement or which individually or in the aggregate may result in any Material Adverse Effect;

(ix) it has no knowledge of any violation or default with respect to any order,

writ, injunction or any decree of any court or any legally binding order of any Government Agency which may result in any material adverse effect or impairment of the Concessionaire's ability to perform its obligations and duties under this Agreement;

(x) it has complied with all Applicable Laws and has not been subject to any fines, penalties, injunctive relief or any other Civil or criminal liabilities which in the aggregate have or may have Material Adverse Effect;

(xi) the aggregate equity share holding of the members of Consortium /Sponsors in the issued and paid up equity share capital of the Concessionaire shall not be less than (a) 51% (fifty one per cent) until expiry of 3 (three) years following COD, and (b) 26% (twenty six per cent) during the remaining Operations Period;

(xii) each member of Consortium was and is duly organised and existing under the laws of the jurisdiction of its incorporation and has full power and authority to consent to and has validly consented to and requested PWD to enter into this Agreement with the Concessionaire and has agreed to and unconditionally accepted the terms and conditions set forth in this Agreement;

(xiii) subject to receipt by the Concessionaire from PWD of the Termination Payment and any other amount due under any of the provisions of this Agreement, in the manner and to the extent provided for under the applicable provisions of this Agreement all rights and interests of the Concessionaire in and to the Project Assets shall pass to and vest in PWD on the Termination Date free and clear of all Encumbrances without any further act or deed on the part of the Concessionaire or PWD;

(xiv) no representation or warranty by the Concessionaire contained herein or in any other document furnished by it to PWD or to any Government Agency in relation to Applicable Permits contains or will contain any untrue statement of material fact or omits or will omit to state a

Page 112: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 63

material fact necessary to make such representation or warranty not misleading; and

(xv) no sums, in cash or kind, have been paid or will be paid, by or on behalf of the Concessionaire, to any person by way of fees, commission or otherwise for securing the Concession or entering into of this Agreement or for influencing or attempting to influence any officer or employee of PWD in connection therewith.

21.2. Disclaimer

(a) Without prejudice to any express provision contained in this Agreement, the Concessionaire acknowledges that prior to the execution of this Agreement, the Concessionaire has after a complete and careful examination made an independent evaluation of the traffic volumes, Specifications and Standards, Project Site and all the information provided by PWD, and has determined to the Concessionaire's satisfaction the nature and extent of such difficulties, risks and hazards as are likely to arise or may be faced by the Concessionaire in the course of performance of its obligations hereunder.

(b) The Concessionaire further acknowledges and hereby accepts the risk of inadequacy, mistake or error in or relating to any of the matters set forth in (a) above and hereby confirms that PWD/STG shall not be liable for the same in any manner whatsoever to the Concessionaire.

21.3. Representations and Warranties of PWD PWD represents and warrants to the Concessionaire that:

(i) PWD has full power and authority to grant the Concession;

(ii) PWD has taken all necessary action to authorise the execution, delivery and performance of this Agreement;

(iii) this Agreement constitutes its legal, valid and binding obligation enforceable against it in accordance with the terms hereof.

Page 113: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 64

22. ARTICLE 22 : MISCELLANEOUS

22.1. Assignment and Charges

a. Subject to sub-articles (b) and (c) hereinbelow, this Agreement shall not be assigned by the Concessionaire save and except with prior consent in writing of PWD, which consent PWD shall be entitled to decline without assigning any reason whatsoever.

b. Subject to sub-article (c) hereinbelow, the Concessionaire shall not

create nor permit to subsist any Encumbrance over or otherwise transfer or dispose of all or any of its rights and benefits under this Agreement or any Project Agreement to which Concessionaire is a party except with prior consent in writing of PWD, which consent PWD shall be entitled to decline without assigning any reason whatsoever.

c. Restraint set forth in sub-articles (a) and (b) above shall not apply to:

i. liens/encumbrances arising by operation of law (or by an agreement

evidencing the same) in the ordinary course of business of the Project; ii. mortgages/pledges/hypothecation of goods/assets other than Project

Site, as security for indebtedness, in favour of the Lenders and working capital providers for the Project;

iii. assignment of Concessionaire’s rights, title and interest under this Agreement to or in favour of the Lenders pursuant to and in accordance with the Substitution Agreement as security for their financial assistance.

d. Upon occurrence of the Concessionaire Event of Default the Lenders shall

have the right of substitution as provided in the Substitution Agreement.

22.2. Liability And Indemnity

a. General Indemnity

i. The Concessionaire shall indemnify, defend and hold PWD harmless against any and all proceedings, actions and, third party claims arising out of a breach by Concessionaire of any of its obligations under this Agreement except to the extent that any such claim has arisen due to PWD Event of Default).

ii. PWD will, indemnify, defend and hold harmless the Concessionaire

against any and all proceedings, actions, third party claims for loss,

Page 114: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 65

damage and expense of whatever kind and nature arising out of defect in title and/or the rights of PWD and/or arising of a breach by PWD, its officers, servants and agents of any obligations of PWD under this Agreement except to the extent that any such claim has arisen due to Concessionaire Event of Default.

b. Without limiting the generality of this Article 22.2 the Concessionaire

shall fully indemnify, save harmless and defend PWD including its officers servants, agents and subsidiaries from and against any and all loss and damages arising out of or with respect to (a) failure of the Concessionaire to comply with Applicable Laws and Applicable Permits, (b) payments of taxes relating to the Concessionaire's Contractors, suppliers and representatives income or other taxes required to be paid by the Concessionaire without reimbursement hereunder, or (c) non-payment of amounts due as a result of materials or services furnished to the Concessionaire or any of its Contractors which are payable by the Concessionaire or any of its Contractors.

c. Without limiting the generality of the provisions of this Article 22.2, the

Concessionaire shall fully indemnify, save harmless and defend the PWD from and against any and all damages which the PWD may hereafter suffer, or pay by reason of any demands, claims, suits or proceedings arising out of claims of infringement of any domestic or foreign patent rights, copyrights or other intellectual property, proprietary or confidentiality rights with respect to any materials, information, design or process used by the Concessionaire or by the Concessionaire's Contractors in performing the Concessionaire’s obligations or in any way incorporated in or related to the Project. If in any such suit, claim or proceedings, a temporary restraint order or preliminary injunction is granted, the Concessionaire shall make every reasonable effort, by giving a satisfactory bond or otherwise, to secure the suspension of the injunction or restraint order. If, in any such suit claim or proceedings, the Project, or any part, thereof or comprised therein is held to constitute an infringement and its use is permanently injuncted, the Concessionaire shall promptly make every reasonable effort to secure for PWD a license, at no cost to PWD, authorising continued use of the infring work. If the Concessionaire is unable to secure such license within a reasonable time, the Concessionaire shall, at its own expense and without impairing the Specifications and Standards either replace the affected work, or part, or process thereof with non-infringing work or parts or process, or modify the same so that it becomes non-infringing.

d. In the event that either Party receives a claim from a third party in respect of which it is entitled to the benefit of an indemnity under this Article 22.2 (the 'Indemnified Party') it shall notify the other Party ("Indemnifying Party") within 14 (fourteen) days of receipt of the claim and shall not settle or pay the claim without the prior approval of the Indemnifying Party, such approval not to be unreasonably withheld or delayed. In the event that the Indemnifying Party wishes to contest or

Page 115: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 66

dispute the claim it may conduct the proceedings in the name of the Indemnified Party subject to the Indemnified Party being secured against any costs involved to its reasonable satisfaction.

e. Defence of Claims

i. The Indemnified Party shall have the right, but not the obligation, to

contest, defend and litigate any claim, action, suit or proceeding by any third party alleged or asserted against such party in respect of, resulting from, related to or arising out of any matter for which it is entitled to be indemnified hereunder and their reasonable costs and expenses shall be indemnified by the Indemnifying Party. If the Indemnifying Party acknowledges in writing its obligation to indemnify the person indemnified in respect of loss to the full extent provided by this Article 22.2, the Indemnifying Party shall be entitled, at its option, to assume and control the defence of such claim, action. suit or proceeding liabilities, payments and obligations at its expense and through counsel of its choice provided it gives prompt notice of its intention to do so to the Indemnified Party and reimburses the Indemnified Party for the reasonable cost and expenses incurred by the Indemnified Party prior to the assumption by the Indemnifying Party of such defence. The Indemnifying Party shall not be entitled to settle or compromise any claim, action, suit or proceeding without the prior written consent of the Indemnified Party unless the Indemnifying Party provides such security to the Indemnified Party as shall be reasonably required by the Indemnified Party to secure, the loss to be indemnified hereunder to the extent so compromised or settled.

ii. If the Indemnifying Party has exercised its rights under Article 22.2(d)

above, the Indemnified Party shall not be entitled to settle or compromise any claim, action, suit or proceeding without the prior written consent of the indemnifying Party (which consent shall not be unreasonably withheld or delayed).

iii. If the Indemnifying Party exercises its rights under Article 22.2(d)

above, then the Indemnified Party shall nevertheless have the right to employ its own counsel and such counsel may participate in such action, but the fees and expenses of such counsel shall be at the expense of such Indemnified Party, when and as incurred, unless:

1) the employment of counsel by such party has been authorised in

writing by the Indemnifying Party; or

2) the Indemnified Party shall have reasonably concluded that there may be a conflict of interest between the Indemnifying Party and the Indemnified Party in the conduct of the defence of such action; or

Page 116: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 67

3) the indemnifying Party shall not in fact have employed independent counsel reasonably satisfactory to the Indemnified Party to assume the defence of such action and shall have been so notified by the Indemnified Party; or

4) the Indemnified Party shall have reasonably concluded and specifically notified the Indemnifying Party either (a) that there may be specific defences available to it which

are different from or additional to those available to the Indemnifying Party; or

(b) that such claim, action, suit or proceeding involves or could

have a material adverse effect upon it beyond the scope of this Agreement,

provided that if sub-articles (2), (3) or (4) of Article 22.2(e)(ii) shall be applicable, counsel for the Indemnified Party shall have the right to direct the defence of such claim, action, suit or proceeding on behalf of the Indemnified Party and the reasonable fees and disbursements of such counsel shall constitute legal or other expenses hereunder.

22.3. Advertising on the Project Site

The Concessionaire shall not undertake or permit any form of commercial advertising, display or hoarding at any place on the Project Site if such advertising, display or hoarding shall affect the safety of users of the Project Facility while driving. Provided, however, that this sub-article shall not apply within the rest areas on the Project Site.

22.4. Governing Law and Jurisdiction

This Agreement shall be construed and interpreted in accordance with

and governed by the laws of India and the Courts at Nainital, India shall have jurisdiction over all matters arising out of or relating to this Agreement.

22.5. Waiver

a) Waiver by either Party of any default by the other Party in the

observance and performance of any provision of or obligations or under this Agreement:

Page 117: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 68

i. shall not operate or be construed as a waiver of any other or subsequent default hereof or of other provisions or obligations under this Agreement:

ii.shall not be effective unless it is in writing and executed by a duly authorised representative of such Party; and

iii.shall not affect the validity or enforceability of this Agreement in any manner.

b) Neither the failure by either Party to insist on any occasion upon the performance of the terms, conditions and provisions of this Agreement or any obligation thereunder nor time or other indulgence granted by a Party to the other Party shall be treated or deemed as waiver of such breach or acceptance of any variation or the relinquishment of any such right hereunder.

22.6. Survival Termination of this Agreement (a) shall not relieve the Concessionaire or PWD of any obligations hereunder which expressly or by implication survives Termination hereof, and (b) except as otherwise provided in any provision of this Agreement expressly limiting the liability of either Party, shall not relieve either Party of any obligations or liabilities for loss or damage to the other Party arising out of or caused by acts or omissions of such Party prior to the effectiveness of such Termination or arising out of such Termination.

22.7. Amendments This Agreement and the Schedules together constitute a complete and exclusive statement of the terms of the Agreement between the Parties on the subject hereof and no amendment or modification hereto shall be valid and effective unless agreed to by all the Parties hereto and evidenced in writing.

22.8. Notices Unless otherwise stated, notices to be given under this Agreement including but not limited to a notice of waiver of any term, breach of any term of this Agreement and termination of this Agreement, shall be in writing and shall be given by hand delivery, recognised international courier, mail, telex or facsimile transmission and delivered or transmitted to the Parties at their respective addresses set forth below : If to the PWD -------------------------------------------------------- -------------------------------------------------------- Fax No. ---------------------------------------------

Page 118: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 69

If to the Concessionaire The Managing Director, ------------------------------------------ Limited, -----------------------------------------------------. Fax No. ------------------------------------------ Or such address, telex number, or facsimile number as may be duly notified by the respective Parties from time to time, and shall be deemed to have been made or delivered (i) in the case of any communication made by letter, when delivered by hand, by recognised international courier or by mail (registered, return receipt requested) at that address and (ii) in the case of any communication made by telex or facsimile, when transmitted properly addressed to such telex number or facsimile number.

22.9. Severability If for any reason whatever any provision of this Agreement is or becomes invalid, illegal or unenforceable or is declared by any court of competent jurisdiction or any other instrumentality to be invalid, illegal or unenforceable, the validity, legality or enforceability of the remaining provisions shall not be affected in any manner, and the Parties will negotiate in good faith with a view to agreeing upon one or more provisions which may be substituted for such invalid, unenforceable or illegal provisions, as nearly as is practicable. Provided failure to agree upon any such provisions shall not be subject to dispute resolution under this Agreement or otherwise.

22.10. No Partnership Nothing contained in this Agreement shall be construed or interpreted as constituting a partnership between the Parties. Neither Party shall have any authority to bind the other in any manner whatsoever.

22.11. Language All notices required to be given under this Agreement and all communications, documentation and proceedings which are in any way relevant to this Agreement shall be in writing and in English language.

22.12. Exclusion of Implied Warranties etc. This Agreement expressly excludes any warranty, condition or other undertaking implied at law or by custom or otherwise arising out of any

Page 119: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 70

other agreement between the Parties or any representation by any Party not contained in a binding legal agreement executed by the Parties.

22.13. Counterparts This Agreement may be executed in two counterparts, each of which when executed and delivered shall constitute an original of this Agreement. IN WITNESS WHEREOF THE, PARTIES HAVE EXECUTED AND DELIVERED THIS AGREEMENT AS OF THE DATE FIRST ABOVE WRITTEN. SIGNED SEALED AND DELIVERED For and on behalf of The Public Works Department , Government of Uttarakhand by (Signature) (Name) (Designation) SIGNED, SEALED AND DELIVERED For and on behalf of CONCESSIONAIRE by: In the presence of. 1) 2)

Page 120: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 71

SCHEDULE A : PROJECT

1. Need for the Project

Entire traffic travelling to Haldwani, Nainital and surrounding areas is presently using the only available road over irrigation barrage at Kosi River. The bridge has not been designed to handle such a large volume of traffic and is not in a structurally sound position to serve the increased density of traffic load. Moreover the road width is also inadequate and carriageway width does not support uninterrupted two way movement over the road. A new bridge facility is, therefore urgently required across this river so as to facilitate this large volume of traffic, to reduce connecting distance and to ease traffic congestion in the city. On the basis of reconnaissance survey of the area, it is proposed to develop a new alignment about 500 m downstream of the site of barrage. The location of project section is shown in Figure below.

Project Section

Page 121: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 72

2. Scope of the Project

Scope of the Project (the “Scope of the Project” shall mean and include, during the Concession Period :

a. Construction of the Project on the Site set forth in Schedule B together with provision of Project Facilities as specified in Schedule C, and in confirmity with the Specifications and Standards set forth in Schedule L.

b. Operation and maintenance of the Project in accordance with the provisions of this Agreement;

c. Operation and maintenance of the existing bridge constructed by PWD at a distance of 6 km from the proposed new bridge and the 6 km road section between the two bridges forming part of the Project in accordance with the provisions of this Agreement; and

d. Performance and fulfilment of all other obligations of the Concessionaire in accordance with the provisions of this Agreement and matters incidental thereto or necessary for the performance of any or all of the obligations of the Concessionaire under this Agreement.

3. Project Location including site map

Attached as Annexure IV

4. Site related information

The existing Barrage was constructed across river Kosi many years ago for irrigation purpose. The canals were constructed to feed the water for agricultural land and other purposes. Requirement of a new bridge has been felt for many years. The maximum discharge was observed in the barrage in year 1993.It is observed the water rose in the river upto a level of R.L. i.e. H.F.L. which resulted in a discharge which is found to be very near to the design discharge calculations done on the basis of topographic survey and hydraulic studies. It requires a linear water way of approximate 404m length for such a discharge to pass through. Since there is a forest area on one side of the proposed bridge site, it would be more appropriate to fix HFL such that even for 90% linear water way i.e. 360m (the highest anticipated discharge) shall easily pass through the bridge. It is proposed to provide 11.50 m wide bridge with 12 spans of 30m c/c each. Such span shall be a good compromise between an economical and least obstructionist arrangement. It is also proposed to provide PSC T Girder so that depth of the superstructure can be restricted, RCC Pier and well foundation so that a stable and safe base can be arrived at so as to reduce any risk even during the High floods. The carriageway is

Page 122: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 73

proposed as 7.5m with 1.5m wide footpath and 0.5m wide RCC crash barrier to reduce the chances of falling of vehicles in the river in case of deviating vehicles hitting railings (shown in drawing: GAD details of structure 6). Full utility of the bridge shall be obviated if proper arrangements are not ensured at the entrance and exit intersections of the city area. This would require the two canals near city to be covered from the top. It is proposed that box culverts of suitable spans of proper width of carriage way should be provided along the canal length at the entry point of the city and across the canals wherever canals cross the proposed alignment of the road (Drawing: GAD of Structure 1 and 2). In case of Box culverts, foundation spread can be restricted to canal width only which shall obviate any need to disturb existing properties (Constructed houses). By covering the canals, the width of available road will be more than 10m at the entrance and exit regions. This will ensure smooth flow of traffic. As per IRC guidelines, the design speed for mountainous region is 50 km/h and the required radius is 90m. In the proposed arrangement a radius greater than 100m can be ensured, which in turn can allow speeds greater than 50 km/h for vehicles plying on the road. The formation width of new road in forest area connecting the existing road (towards Haldwani) and new bridge is taken as 12.0m, including 7.0m carriageway and 2.5m wide earthen shoulders on both sides. The Forest Department has permitted use of 15.0 m wide strip for the aforesaid purpose. The proposed GAD arrangement is depicted in drawings placed at Annexure-IV.

5. The Project Assets to be constructed, built, installed, erected, operated and maintained by the Concessionaire on the Project Site is set out in detail in the Bill of Quantities and includes the following :

a. A two lane 7.0 m wide carriage way with 2.5 m wide earthen shoulders on both sides for the proposed approach road and 11.50 m wide bridge with 7.5m wide carriageway and 0.5 wide RCC crash barrier and 1.5m wide safety kerbs on both sides in the bridge portion.

b. Total length of bridge is 360m and the length of the proposed road towards city area is 160m & towards Haldwani side is 208m. These lengths also include approaches.

c. The width of road has been increased at the junction i.e. for the traffic coming from city and going towards Haldwani and for the traffic coming from Haldwani and going to the city area. An island shall be designed at the junction. Width of road shall gradually decrease after the junction for a length of 80m.

d. To avoid any conflict point, separate entry for the vehicle going to Haldwani and those coming from Haldwani has been proposed. Since the

Page 123: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 74

width of existing road is only 4.0m, it shall be widened by covering the existing drain/canal (100m length & 4.5m-6.0m wide). Similarly the separate entry for the vehicles coming from Haldwani and going to city shall be made available by covering another canal (120m length & 10m to17m wide).

e. Operation and maintenance of the existing bridge constructed by PWD at a distance of 6 km from the proposed new bridge and the 6 km road section between the two bridges forming part of the Project in accordance with the provisions of this Agreement.

6. Traffic estimates Attached as Annexure I

7. Annexures attched and forming part of the Project and Draft Concession Agreement

I. Annexure Ia: Traffic Data Analysis II. Annexure Ib: Traffic Projections III. Annexure II: Sub-Soil Investigation Report IV. Annexure III: Hydraulic Calculations V. Annexure IV: General Arrangement Drawing (GAD) for Structures VI. Annexure V: Rate Analysis VII. Annexure VI(a-i): Itemized Bill of Quantities (BoQ)

Please note that the rates provided in BoQ are indicative and are based on pre feasibility studies carried out by PWD. Bidders are advised to carry out their own pre feasibility studies and prepare own costs estimates before bidding for the Project.

Page 124: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 75

SCHEDULE B : PROJECT SITE

(Description and particulars of the land on which the Project is to be implemented would need to be set out.)

Page 125: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 76

SCHEDULE C : PROJECT FACILITY

1) The facilities to be constructed, built, installed, erected or provided by the Concessionaire in the Project Site are to be set out, with brief description/ specifications. The Project Facilities shall include:

a. toll plaza(s); b. roadside furniture; c. Wayside Amenities; d. tree plantation; e. pedestrian facilities; f. others

1.1. Toll Plaza The Concessionaire provide Toll Plaza at 1 location in consultation with the Independent Engineer and PWD. The Concessionaire shall only construct the Toll Plaza. Any equipment required to be installed in the Toll Plaza for collection of Fees shall be purchased by the PWD or its Contractor.

1.2. Way Side Amenities Way side amenities shall be provided at two locations by the Concessionaire in consultation with the Independent Engineer and PWD. These shall have provisions for toilets, drinking water facilities and emergency health care facilities for accident victims. The location and layout plan of way side amenities shall be finalized in consultation with Independent Engineer and PWD.

1.3. Tree Plantation Trees shall be planted in rows by the Concessionaire and on the Project Site with staggered pitch as per norms provided by IRC and MoRT&H.

Page 126: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 77

SCHEDULE D : PROJECT COMPLETION SCHEDULE

1. Project Completion Schedule

During Construction Period, the Concessionaire shall comply with the requirements set forth in this Schedule-D for each of the Project Milestones and the “Project Completion Schedule”. Within 15 (fifteen) days of the date of each Project Milestone, the Concessionaire shall notify PWD of such compliance alongwith necessary particulars thereof.

2. Project Milestone-I

2.1. Project Milestone-I shall occur on the date falling on the 60th (sixty) day from the Appointed Date (the “Project Milestone-I”).

2.2. Prior to the occurrence of Project Milestone-I, the Concessionaire shall have progressed construction of the Project and progressed not less than 10% (ten per cent) of the total capital cost set forth in the Financial Package.

3. Project Milestone-II

3.1. Project Milestone-II shall occur on the date falling on the 120th (one hundred and twenty) day from the Appointed Date (the “Project Milestone-II”).

3.2. Prior to the occurrence of Project Milestone-II, the Concessionaire shall have progressed construction of all bridges and expended not less than 35% (thirty five per cent) of the total capital cost set forth in the Financial Package.

4. Project Milestone-III

4.1. Project Milestone-III shall occur on the date falling on the 450th (four hundred and fifty) day from the Appointed Date (the “Project Milestone-III”).

4.2. Prior to the occurrence of Project Milestone-III, the Concessionaire shall have progressed construction of all Project Facilities and expended not less than 70% (Seventy per cent) of the total capital cost set forth in the Financial Package.

5. Extension of period

5.1. Upon extension of any or all of the aforesaid Project Milestones or the Scheduled Request for Proposal – Bid Document, PWD as the case may be, under and in accordance with the provisions of this Agreement, the Project Completion Schedule shall be deemed to have been amended accordingly. However, the extension of time should be necessarily got approved from PWD based on the recommendations of Independent Engineer.

Page 127: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 78

SCHEDULE E : BILL OF QUANTITIES

Attached as Annexure

Page 128: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 79

SCHEDULE F : FEE NOTIFICATION (Note : PWD may collect the Fees itself or through a Contactor)

Government of Uttarakhand Public Works Department

NOTIFICATION

S.O. --------. – In exercise of powers conferred by Sections _________ and ________, the State Government hereby notifies that there shall be levied and paid fees on mechanical vehicles, for the use of the Bridge across river Kosi at Ramanagar, Nainital (hereinafter referred as Ramanagar Bridge) at the rates specified in Schedule hereunder and having regard to the Concession Agreement dated ----------- entered into with ______(Name of the Concessionaire) -----------------------, having its registered office at ---------------------------- to build, operate and transfer the ____( Name of the Project Facility) and for service provided by it, hereby authorise the said ______ (Name of the Contactor) or its authorised legal representative to collect and retain fees at the rates specified in the said Schedule from the _____(Scheduled Project Completion Date) to (Last day of the Concession Period)

Page 129: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 80

SCHEDULE G : ENVIRONMENTAL CLEARANCES

Details of the Environmental Clearances obtained/issued by PWD for the Project and the conditions to be fulfilled for the same to be effecive are to be listed and the environmental clearance letters may be attached.

Page 130: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 81

SCHEDULE H : CASHFLOW PROJECTIONS Cash Flow Projections

(To be finalized within 60 days of COD)

Cash Flow Projections

C1 C2

Equity (as provided by Concessionaire) (1)

Debt (as provided by the Concessionaire) (2)

End of Annuity Payment Period from COD

1 2 ----- 25

Annuity Amount (3) Less: Projected Operation & Routine Maintenance Cost (4)

Projected Periodic Maintenance Cost (5)

Debt repayment (principal) (6) Debt repayment (interest) (7) Projected Total O&M Expenses (8) = (4) + (5) +(6)+ (7)

Projected Net Cash Flows to Equity (9) = (3)- (1)-(8)

Internal Rate of Return for Equity– IRR of (10)

*C1 and C2 denotes Construction Period Note: “Discounted Value of Future Net Cash Flows to Equity” would be calculated on any day during the Operations Period, by discounting the Projected Net Cash Flows to Equity (item no. 9 in the table above) from that date till the end of the Concession Period at the rate equal to the Internal Rate of Return for Equity as calculated in the above table (item no 10).

Page 131: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 82

SCHEDULE I : STATE SUPPORT AGREEMENT

THIS STATE SUPPORT AGREEMENT is entered into on this the ------ day

of ----- (Month) ------ (Year) at -------------.

AMONGST,

THE ______________________ in his executive capacity for the Government of Uttarakhand, represented by the Public Works Department, Government of Uttarakhand, hereinafter referred to as “PWD” (which expression shall include its successors and assigns ), THE ___________________ in his executive capacity for the State of Uttarakhand, acting through the Public Works Department/ Roads and Building Department, Government of Uttarakhand hereinafter referrred to as “STG” (which expression shall include its successors and assigns), And M/s XXXX Limited, a company incorporated under the Companies Act, 1956, having its registered office at ----------------------------- hereinafter referred to as the "Concessionaire" (which expression shall include its permitted successors and assigns)

WHEREAS,

A. Public Works Department, Government of Uttarakhand, propose Development of Bridge across Kosi River, at Ramnagar, Nainital on Build, Operate and Transfer (BOT) Annuity basis (more particularly described in Schedule ‘A’ the “Project”). The length of the proposed bridge is 360 meters approx with 410 meter of connecting road and covering of canal approximate length of 217 meter & minor bridges (4 nos.) of approximate length of 88 meter. The conceptual plan, designs/ drawings/ layouts for the proposed project shall be as per the Techno Economic Feasibility Report (TEFR).

B. By the Concession Agreement dated ----------- entered into between PWD and the Concessionaire (hereinafter referred to as “the Concession Agreement”) the Concessionaire has been granted the Concession to implement the Project on BOT Annuity basis basis;

C. With the view to facilitate Implementation and operation of the Project by the Concessionaire in accordance with the Concession Agreement, STG has agreed to enter into State Support Agreement, being these presents with the Concessionaire to extend continued support and grant

Page 132: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 83

certain rights and authoroties as hereinafter set forth to the Concessionaire. NOW, THEREFORE, THIS AGREEMENT WITNESSETH AS FOLLOWS :

1. DEFINITIONS AND INTERPRETATION

1.1. Definitions

In this Agreement the following words and expressions shall, unless repugnant to the context or meaning thereof, have the meaning hereafter respectively assigned to them. “Agreement” means this agreement and includes any amendment or modifaction made to this agreement in accordance with the provisions hereof. “STG Support” means the obligations assumed and the facilities agreed to be provided by STG to the Concessionaire pursuant hereto or the Substitution Agreement as applicable.

1.2. Capitalised terms used in this Agreement but not defined shall have the

meaning assigned to them respectively in the Concession Agreement or the Substitution Agreement as the case may be.

2. TERM

2.1. 2.1 This Agreement shall come into force from the date hereof and

shall be in force and effect during the Concession Period.

3. SUPPORT OF STG

3.1. Upon and with effect from the date hereof, STG agrees :

(i) so long as the Concessionaire is not in breach of the obligations under this Agreement, STG agrees to enable access to the Project Site to the Concessionaire for peaceful use of and operations at the Project Site by the Concessionaire under and in accordance with the provisions of the Concession Agreement without any let or hindrance from STG or persons claiming through or under it;

(ii) subject to the Concessionaire complying with Applicable Laws, provide to the Concessionaire Applicable Permits to the extent STG or any of its agencies is entitiled to issue;

(iii) upon written request from the Concessionaire, provide and/or assist the Concessionaire in obtaining access to all necessary infrastructure facilities and utilities, including water, electricity and telecommunication facilities at rates and on terms no less favourable to

Page 133: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 84

the Concessionaire than those generally available to commercial customers receiving substantially equivalent services;

(iv) ensure that no barriers are erected or placed by STG or anyof its agencies that interupts free flow of traffic on the Project /Project Facility except on account of any law and order situation or upon national security consideration;

(v) provide the Concessionaire with assistance through a dedicated team against payment of prescribed fee and charges, if any, for regulation of traffic on the Project/Project Facility;

(vi) provide to the Concessionaire with police assistance in the form of dedicated highway patrol parties against payment of prescribed costs and charges, if any, for patrolling and provision of security on the Project/Project Facility;

(vii) observe and comply with its obligations set forth in this Agreement;

(viii) support, cooperate with and facilitate PWD and the Concessioniare in the implementaion of the Project;

(ix) subject to and in accordance with the Applicable Laws, assist the Concessionaire in the procurement of all Applicable Permits required from any municipal and other local authorities and bodies including pachayats, in the State of --------------- for the implementation of the Project;

(x) ensure, subject to and in accordance with the Applicable Laws, that all relevant municipal and other local authorities and bodies including panchayats in the State of -------------- do not put any barriers or other obstructions that interrupt free flow of traffic on the Project/Project Facility; and

(xi) not do or omit to do any act, deed or thing which may in any manner be violative of or cause the Concessionaire tp violate any the provisions of the Concession Agreement.

3.2. STG agrees and undertakes that it shall not construct and operate either

itself or have the same, interalia, built and operated on BOT Annuity basis or otherwise a competing facility, either toll free or otherwise during the Concession Period.

3.3. STG agrees and undertakes that it shall not levy any additional toll, fee, charge or tax on the use of whole or any part of the Project Facility. STG acknowledges the rights of Lender(s) and PWD under the Substitution Agreement and hereby covenants that upon substitution of the Concessionaire by the Selectee pursuant to the Substitution Agreement, it shall be deemed for the purposes of this Agreement that the Selectee is a party hereto and the Selectee shall accordingly be deemed to have

Page 134: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 85

succeeded to the rights and obligations of the Concessionaire under this Agreement on and with effect from the date of substitution of the Concessionaire by the Selectee.

4. CONCESSIONAIRE’S OBLIGATIONS

4.1. Concessionaire agrees and undertakes to perform, observe and comply with the following :

(i) All Applicable Laws and Applicable Permits; (ii) The provisions of the Concession Agreement, the Substitution

Agreement, and the Project Agreements; and (iii) Observe, comply and perform its obligations under this Agreement.

5. REPRESENTATIONS AND WARRANTIES

5.1. The Concessionaire represents and warrants to STG that:

(i) it is duly organised, validly existing and in good standing under the laws

of India;

(ii) it has full power and authority to execute, deliver and perform its obligations under this Agreement and to carry out the transactions contemplated hereby;

(iii) it has taken all necessary corporate and other action under Applicable Laws and its constitutional documents to authorize the execution, delivery and performance of this Agreement;

(iv) this Agreement constitutes its legal, valid and binding obligation enforceable against it in accordance with the terms hereof;

(v) it is subject to civil and commercial laws of India with respect to this Agreement and it hereby expressly and irrevocably waives any immunity in any jurisdiction in respect thereof;

(vi) the execution, delivery and performance of this Agreement will not conflict with nor will the same result in any breach or default under the Memorandum and Articles of Association of the Concessionaire or any member of the Consortium or any Applicable Laws or any covenant, agreement, understanding, decree or order to which it is a party or by which it or any of its properties or assets is bound or affected;

(vii) there are no actions, suits, proceedings, or investigations pending or, to the Concessionaire's knowledge, threatened against it at law or in equity before any court or before any other judicial, quasi judicial or other authority, the outcome of which may result in the breach of or

Page 135: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 86

constitute a default of the Concessionaire under this Agreement or which individually or in the aggregate may result in any Material Adverse Effect;

(viii) it has no knowledge of any violation or default with respect to any order, writ, injunction or any decree of any court or any order of any Government Authority which may result in any Material Adverse Effect;

(ix) it has complied with all Applicable Laws and has not been subject to any fines, penalties, injunctive relief or any other Civil or criminal liabilities which in the aggregate have or may have Material Adverse Effect;

(x) No representation or warranty by the Concessionaire contained herein or in any other document furnished by it to STG, or to any Governmental Agency in relation to Applicable Permits contains or will contain any untrue statement or material fact necessary to make such representation or warranty not misleading;

(xi) No sums have been paid or will be paid by or on behalf of the Concessionaire to any Person by way of fees, commission or otherwise for entering into this Agreement or for influencing or attempting to influence any officer or employee of PWD/STG in connection therewith.

5.2. STG represents and warrants to the Concessionaire that:

(i) It has full power and authority to execute, deliver and perform this Agreement;

(ii) It has taken all necessary action to authorise the execution, delivery and performance of this Agreement;

(iii) this Agreement constitutes its legal, valid and binding obligation enforceable against it in accordance with the terms hereof.

6. SOVEREIGN IMMUNITY

6.1. STG hereto unconditionally and irrecovably :

(i) Agrees that the execution, delivery and performance by it of this Agreement do not constitute soverign acts;

(ii) Agrees that should any proceedings be brought against it or its assets in relation to this Agreement or any transaction contemplated by this Agreement, no sovereign immunity from such proceedings, execution, attachment or other legal process shall be claimed by or in behalf of itself or with respect to any of its assets, to the extent permitted by law; and

Page 136: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 87

(iii) To the extent permitted by law, waives right of soverign immunity, which it or its assets now has or may acquire in future.

6.2. Notwithstanding anything to the contrary herein contained such waiver of right of immunity shall not apply to i. Property and assets of any consular or diplomatic mission or

consulate or

ii. Property belonging to the Defence Services and such assets of the Union of India.

7. BREACH AND COMPENSATION

7.1. In case STG is in breach of any of its obligations under this Agreement,

which breach is not cured within 30 days of receipt of notice in writing from the Concessionaire and which has not occurred as a result of Concessionaire’s breach of its obligation under this Agreement or the Concession Agreement, STG shall pay to the Concessionaire by way of Compensation, all direct additional costs sufferred or incurred by the Concessionaire and determined by PWD as arising out of such material default by STG.

7.2. In case of any dispute by STG as to the extent of compensation determined by PWD, the same shall be settled as per provisions of the Dispute Settlement Mechanism provided in Article 10 of this Agreement.

7.3. Any sum payable by STG to the Concessionaire pursuant to the preceding sub-article 7.1 shall be paid to the Concessionaire in one lumpsum within 60 (sixty) days of receiving PWD’s determination thereof. Failing such payment, PWD shall within the next 30 days pay the sum due to the Concessionaire and seek reimbursement of the same from STG.

8. INDEMNITY

8.1. The Concessionaire will indemnify, defend and hold STG harmless against any and all proceedings, actions and claims for any loss, damage, cost and expense of whatever kind and nature arising out of design, engineering, construction, operation and maintenance of the Project/Project Facility or arising out of any breach by the Concessionaire of any of its obligations under this Agreement or on account of failure of the Concessionaire to comply with and observe Applicable Laws and Applicable Permits;

8.2. STG will, indemnify, defend and hold harmless the Concessionaire against any and all proceedings,actions and third party claims for any loss, damage, cost and expense arising out of failure of STG to fulfill any of its obligations under this Agreement adversely affecting the performance of the Concessionaire’s obligations under the Concession

Page 137: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 88

Agreement other than any loss, damage, cost and expense, arising out of acts done in discharge of their lawful functions by STG, its officers, servants and agents;

8.3. Without limiting the generality of Clause 8.2, PWD shall indemnify the Concessionaire and shall save it harmless from and against any payments required to be made by the Concessionaire with respect to levy of any Local Taxes provided nothing contained herein shall be construed or interpreted as restricting in any way or manner the right to STG or any municipal, panchayat or other local authoroties to levy any taxes which they or any of them are lawfully entitled to levy, impose or collect (the”Expected Taxes”). The Concessionaire shall not be entitled to and STG shall be under no obligation to reimburse Expected Taxes to the Concessionaire or any person claiming through or under the Concessionaire;

8.4. In the event that either party hereto receives a claim from a third party in respect of which it is entitled to the benefit of an indemnity under this Clause 8 or in respect of which it is entitled to reimbursement (the 'Indemnified Party') it shall notify the other Party ("Indemnifying Party") within 14 (fourteen) days of receipt of the claim and shall not settle or pay the claim without the prior approval of the Indemnifying Party. In the event that the Indemnifying Party wishes to contest or dispute the claim it may conduct the proceedings in the name of the Indemnified Party and shall bear all costs involved in contesting the same. The Indemnified Party shall provide all co-operation and assistance in contesting any claim and shall sign all such writings, and documents as the Indemnified Party may reasonably require.

9. GOVERNING LAW AND DISPUTE SETTLEMENT

9.1. This Agreement shall be governed by and construed and interpreted in accordance with the laws of India. The provisions contained in Clause 8 shall survive the termination of this Agreement.

9.2. Any dispute, difference or claim arising out of ir in connection with or in relation to this Agreement which is not resolved amiocably shall be decided finally by reference to arbitration to a Board or Arbitrators comprising of one nominee of each party to the dispute. Such arbitration shall be held in accordance with the Rules of Arbitration of the Indian Counsel of Arbitration and shall be subject to the provisions of the Arbitration and Concilation Act, 1996. The Arbitrators shall issue a reasoned award. The venue of such arbitration shall be -------------------. The Award shall be final and binding on the Parties.

Page 138: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 89

10. MISCELLANEOUS

10.1. Alteration of Terms

All additions, amendments, modifications and variations to this Agreement shall be effectual and binding only if in writing and signed by the duly authorised representatives of STG and the Concessionaire.

10.2. Time or Indulgence Allowed An indulgence by one Party to the other in respect of any obligation or matter hereunder including time for performance to the other party hereunder or to remedy any breach hereof shall not be constued as a waiver of any of its rights hereunder Party may be on such terms and subject to such conditions as the Party giving it may specify and shall be without prejudice to that Party’s then accrued rights under this Agreement except to the extent expressly varied in writing when giving such time or other indulgence.

10.3. Severence of Terms If any provisions of this Agreement are declared to be invalid, unenforceable or illegal by any competent arbitration tribunal or court, such invalidity, unenforceability or illegality shall not prejudice or affect the remaining provisions of this Agreement, which shall continue in full force and effect.

10.4. Language All notices, certificates, correspondence or other communications under or in connection with the Agreement shall be in English.

10.5. Notices Any notice or communication hereunder shall be in writing and shall either be delivered personally or sent by registered post, with copy by facsimile transmission or other means of telecommunication in permanent written form. A copy of all notices and communications will also be forwarded to the Lender’s Representative. The service of notice shall unless otherwise notified by a notice hereunder to the parties at their following address: IF to STG : Attn : Fax No: Tel No:

Page 139: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 90

IF to PWD : Attn : Fax No : Tel No : IF to the Concessionaire : Attn : Fax No : Tel No : The notice pursuant hereto will be deemed to have been received on the date when such notice is in fact received by the addressee.

10.6. Authorised Representatives Each of the Parties shall by notice in writing designate their respective authorised representative through whom only all communications shall be made. A Party hereot shall be entitled to remove and/or substitute or make fresh appointment of its such authorised representative by similar notice.

10.7. Original Document This Agreement is made in three counterparts, each of which shall be deemed to be an original but shall constitute one document. IN WITNESS WHEREOF THE PARTIES HERETO HAVE PUT THEIR HANDS HEREUNTO ON THE DAY, MONTH AND YEAR FIRST ABOVE WRITTEN. For the Concessinaire By :---------------------------------- Name ------------------------------ Title -------------------------------- For STG By :---------------------------------- Name ------------------------------ Title -------------------------------- For PWD By :---------------------------------- Name ------------------------------ Title --------------------------------

Page 140: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 91

SCHEDULE J : PART A : INDEPENDENT ENGINEER'S SERVICES

TERMS OF REFERENCE

1. OBJECTIVES The Independent Engineer shall be required to :

(i) Act independently on behalf of both PWD and the Concessionaire to review and monitor all activities associated with design, construction, operation and maintenance3 to ensure compliance with provisions of the Concession Agreement.

(ii) Visit, inspect, and report to PWD/Steering Group on various aspects of the project and carry out all such activities as are provided in the Concession Agreement. Without prejudice to this, the scope of services of the Independent Engineer shall be as specified in para 2 to 4. The Independent Engineer shall have no authority to relieve the Concessionaire of any of itsduties or to impose additional obligations other than those expressly provided in the Concession Agreement.

2. SCOPE OF SERVICES 2.1. Pre-implementation Period

(i) Review the Project Report prepared by the Concessionaire. (ii) Review the Implementation Schedule submitted by the Concessionaire. (iii) Proof checking of designs, calculations and working drawings prepared

by the Concessionaire for the construction of various components of the Project Facility in accordance with provisions of the Concession Agreement.

(iv) Review the adequacy of the geo-technical studies, sub-soil investigations, hydrological investigation and the topographical survey, if any, carried out by the Concessionaire.

(v) Review the environmental management plan for the Project during Implementation Period and Operations Period.

(vi) Review the proposed quality assurance and quality control procedures during the Implementation Period and Operations Period.

(vii) Review the safety measures proposed during Implementation Period and Operations Period.

3 In case where PWD Engineer is designated.

Page 141: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 92

2.2. Implementation Period

(i) Monitor quality assurance and quality control during Implementation period.

(ii) Review the material testing results, mix designs and order special tests of materials and/or completed works, and/or order removal and substitution of substandard materials and/or works as required.

(iii) Ensure that the construction work is carried out in accordance with the Specifications and Standards and Good Industry Practice.

(iv) Identify delays in completion and recommend to the Steering Group/ Concessionaire the remedial measures to expedite the progress.

(v) Review “As Built” drawings for each component of the works prepared by the Concessionaire.

(vi) Review the safety measures provided by the Concessionaire. (vii) Supervise and monitor various Completion Tests as provided in the

Concession Agreement (viii) Issue Provisional Completion Certificate or the Completion Certificate, as

the case may be, in accordance with the provisions of the Concession Agreement.

(ix) Review and approve the Maintenance Manual prepared by the Concessionaire.

2.3. General

(i) Design a Management Information System (MIS) for monitoring of the Project by PWD.

(ii) Determine and recommend changes to the Project Completion Schedule, Scheduled Project Completion Date and the Concession Period in accordance with the Concession Agreement.

(iii) Mediate and assist in resolving disputes between PWD/STG and Concessionaire.

3. INTERACTION WITH STEERING GROUP The Independent Engineer shall interact with the Steering Group on a regular basis.

4. REPORTING REQUIREMENTS The Independent Engineer shall prepare and submit to the Steering

Group three copies and to the Concessionaire two copies each of the following reports.

(a) Implementation Period : Monthly Progress Report (b) Various other reports as provided in the Concession Agreement such as

Completion Report.

5. PERIOD OF SERVICES The period of services shall be the Implementation Period.

Page 142: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 93

SCHEDULE J : PART B : PWD ENGINEER'S SERVICES

TERMS OF REFERENCE

1. OBJECTIVES The PWD Engineer shall be required to :

(i) To review and monitor all activities associated with operation and maintenance to ensure compliance with provisions of the Concession Agreement.

(i) Visit, inspect, and report to PWD/Steering Group on various aspects of the project and carry out such other activities as provided in the Concession Agreement. Without prejudice to this, the scope of services of the PWD Engineer shall be as specified in para 2 to 4. The PWD Engineer shall have no authority to relieve the Concessionaire of any of their duties or to impose additional obligations other than those expressly provided in the Concession Agreement.

2. SCOPE OF SERVICES

(i) Review work plan and schedules of various operation and maintenance activities.

(ii) Review and ensure compliance with Maintenance Programme, Minimum Maintenance Requirements and the Maintenance Manual.

(iii) Supervise action to undertaken by PWD's contractor(s) to carry out maintenance obligations of the Concessionaire at the risk and cost of the Concessionaire in the event of his failure to carry out the same.

(iv) Undertake audit of the traffic using the Project at least once a month. (v) Review and inspect the Project at least once a month during the Operations

Period and submit an Inspection Report thereafter to PWD. (vi) Mediate and assist in resolving disputes between PWD/STG and Concessionaire.

3. REPORTING REQUIREMENTS

The Independent Engineer shall prepare and submit to the Steering Group three

copies and to the Concessionaire two copies each of the following reports. Monthly and Quarterly Inspection Reports Monthly report on audit of the traffic using the Project

4. PERIOD OF SERVICES

The period of services shall be the Operations Period.

Page 143: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 94

SCHEDULE K : DRAWINGS

1. In compliance of the obligations set forth in Clause 9.2 of this Agreement, the Concessionaire shall furnish to the Independent Engineer and PWD, free of cost, all Drawings listed in Annex-I of this Schedule-K.

2. The Concessionaire shall adhere to the following sequence of preparation of the drawings listed in Annex I. All drawings shall be prepared by the Concessionaire and submitted for review and approval to the Independent Engineer and PWD.

3. During the Development Period :

A. Road Way Geometrics:

(i) Typical Pavement Cross Sections, (ii) Horizontal and Vertical Alignment with details of reference pillars, (iii) Alignment Stake out details, (iv) Horizontal Intersection Points, Vertical Intersection Points, (v) Curve details, and sight distances, (vi) Detailed Plan and Profile Drawings with Finished Road Levels (FRL), (vii) Geometric Cross-sections,

B. Structures

(i) GAD’s with Typical Details

C. Project Facilities Other Specialized Drawings: (i) Location plans, layout design, General Arrangement Plans (ii) Conceptual Drawings for: a. Underpasses, interchanges, major intersections and grade

separators. b. Traffic Control Centre c. Road furniture items incl traffic signage, markings, safety barriers

etc. d. Traffic diversion plans and traffic control measures e. Road drainage measures f. Typical details of slope protection measures g. Landscaping and horticulture h. Pedestrian and cattle crossings i. Street lighting j. General Arrangement of Base camp and Administrative Block.

(iii) Other Crossing Structure’s General Agreement Drawing (like Canal) for approval from Irrigation/concern Government department after clearance from Independent Engineer and PWD.

Page 144: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 95

4. During the construction period,

D. Road Way Geometrics:

(i) Good For Construction (GFC) Drawings for Geometrics and Pavement, (ii) Misc. Works duly approved by IE as prepared (i) above.

E. Structures:

(i) Detailed Designs, Detailed GFC Construction Drawings, Working

Drawings duly approved by Independent Engineer.

F. Project Facilities:

1. Detailed GFC Drawings and Plans as duly approved by Independent Engineer listed above

5. On achievement of substantial completion of works

As-built drawings for all components of the Project. The approval of the as-built drawings shall be pre-requisite for issue of Completion Certificate.

6. Additional drawings If the Independent Engineer determines that for discharging its duties and functions under this Agreement, it requires any drawings other than those listed in para 7, it shall by notice, require the Concessionaire to prepare and furnish such drawings forthwith. Upon receiving a requisition to this effect, the Concessionaire shall promptly prepare and furnish such drawings to the Independent Engineer and PWD for review and approval, as if such drawings formed part of para 7 of this Schedule-K.

7. Indicative List of Drawings to be prepared a. All the Drawings that the Concessionaire is required to furnish

under Article 9. b. Horizontal and Vertical Alignment with details of reference pillars,

Horizontal Intersection Points, Vertical Intersection Points, elements of curves, and sight distances.

c. Cross-section at 25m interval along the alignment within ROW d. Typical cross-section with details of pavement structures e. Detailed drawings of individual Bridges and Structures f. Detailed drawings for individual culverts g. Detailed layout drawings for intersections and interchanges h. Drawings for Road signs, Markings, Parking areas i. Detailed layout drawings for traffic circulation for service roads,

for vehicular underpasses including cross-section drawings through vehicular and pedestrian underpasses at the Project level and the structure bed level

Page 145: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 96

j. Street lighting k. Landscaping &Tree plantation l. Traffic management drawings for safety in construction zones m. Detailed drawings of road side furniture and safety structures n. Any other drawings for completion of work.

Page 146: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 97

SCHEDULE L : SPECIFICATIONS AND STANDARDS

A. DESIGN STANDARDS

1 The geometric design standards of new road would generally conform to IRC 92-1985. The following standards have been followed.

Design Speed 50 kmph for mountainous region Radius of Curvature (m)

Minimum 90.0m

Cross - Section Two lane undivided carriageway (7.0 m width ) with 2.5m earthen shoulders

Cross - Slope 2.5% on carriageway and 3.5% on earthen shoulders

2 The component wise design feature summary is given below:

a. Span Arrangement The proposed span system is as follows: 12 nos.x 30.0m Total length of Bridge is 360 m. Length of approach embankments with CC wall is 160 m on City area side & 208 m Haldwani side.

b. Components

i. Superstructure PSC Girders (12 no. spans) ii. Substructure Single circular RCC pier of Dia. of 2.50 m iii. Foundation Well foundation of outer dia 8.0m for Piers iv. Retaining wall C.C.

c. Bearing

All the bearings shall be POT – PTEF.

d. Drainage Provisions

GI Drainage spout with GI grating shall be provided at the superstructure near the pier locations.

e. Wearing Coat Wearing Coat shall be reinforced cement concrete wearing coat type & of thickness 65 mm.

Page 147: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 98

f. Expansion Joints Single Strip seal type of expansion joint has been proposed for every expansion joint in superstructure.

g. Crash Barrier

Crash Barrier of 500mm thickness would be provided at the outer edge of the structures.

h. Foot path

Foot path of 1500mm wide for pedestrians

i. Service Duct

Provision of the service duct has been kept in each footpath. Such duct would be of PVC pipe having 150 mm dia. One such duct would be proposed at each crash barrier.

B. GRADE OF MATERIALS

1 Concrete, Reinforcements and pre-stressing steel

Grade of Concrete for different element of the structure shall be as follows:

Superstructure M-40 Reinforced Concrete Pier, Pier cap M-35 Crash Barrier M-40 Well Steining & Well Curb M-25 Well cap M-30 Intermediate plug M-25 Bottom plug M-25 All PCC leveling course M-15 Grade of Reinforcement Fe 415

HYSD bars (Grade Fe 415) conforming to IS: 1786 shall be provided. All prestressing steel shall be Low relaxation strand as per IS 14268. All internal sheathing duct shall be Galvanized cold rolled cold annealed mild steel as per IRC 18-2000. The minimum cover to reinforcement shall be determined from the recommendations of IRC: 21-2000 taking into account the local environmental conditions. Following clear cover shall be adopted for various components:

Page 148: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 99

Element Clear Cover to reinforcement

Superstructure 40mm Pier, Pier cap 50mm

2 TECHNICAL FEATURES OF SINGLE RCC BOX OVER CANAL/DRAIN ON CHAINAGE A-0/0-98/30 (STR NO.1)

Item Dimensions Length of Bridge 98.30 m Size of Box Inner Dimension – 6.0 m X 2.1 m

Outer Dimension – 7.7m X 3.6 m Grade of Concrete M 35

3 TECHNICAL FEATURES OF DOUBLE RCC BOX OVER CANAL ON CHAINAGE B-

0/0 TO 118/35 (STR No.2)

Item Dimensions Length of Bridge 118.35 m Size of Box Twin Boxes of Inner Dimension 5.40X4.0m each Grade of Concrete M 35

4 TECHNICAL FEATURES OF RCC T-BEAM BRIDGE OVER CANAL ON CHAINAGE

150/0 (STR No.3)

Item Dimensions Length of Bridge 21.60m (Skew) Longitudinal Girders

Single Span, RCC T Beam Type, 4 nos, M35

Abutment R.C.C. Wall Type, M30 Carriage Way 7.5 m (Minimum)

5 TECHNICAL FEATURES OF MINOR BRIDGE OVER CANAL ON CHAINAGE 175/0 (STR No.4)

Item Dimensions Length of Bridge 8.00m Type of Bridge R.C.C.Solid Slab in M30 Carriage Way 7.5 m (Minimum)

6 TECHNICAL FEATURES OF SINGLE RCC BOX OVER CANAL ON CHAINAGE

265/0 (STR No.5)

Item Dimensions Length of Bridge 19 m

Page 149: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 100

Size of Box Inner Dimension – 3.0 m X 4.18 m Outer Dimension – 3.96m X 5.08 m

Grade of Concrete M 35 Carriage Way 7.5 m (Minimum)

7 TECHNICAL FEATURES OF SINGLE RCC BOX OVER CANAL ON CHAINAGE

760/0 (STR No.7)

Item Dimensions Length of Bridge 26.45 m Size of Box Triple Boxes of Inner Dimension –

8.0 m X 5.7 m each Grade of Concrete M 35 Carriage Way 7.5 m (Minimum)

8 TECHNICAL FEATURES OF SINGLE RCC BOX OVER CANAL ON CHAINAGE

805/0 (STR No.8)

Item Dimensions Length of Bridge 13 m Size of Box Inner Dimension – 3.0 m X 2.0 m

Outer Dimension – 3.96m X 2.9 m Grade of Concrete M 35 Carriage Way 7.5 m (Minimum)

Page 150: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 101

SCHEDULE M : TESTS

1. Schedule of Tests during development and construction

1.1. The Concessionaire shall, ensure that the construction of the laboratory for the project, is complete and it is equipped with all necessary equipments and staff, prior to the Appointed Date.

1.2. The Project Execution Plan, to be formulated in the Development period shall include a Detailed Quality Assurance Plan (QAP) during the construction and maintenance stages of the Project. The QAP shall conform to the MORT&H specifications for Road and Bridge Works, 2001 (fourth revision) and applicable Codal provisions. The QAP shall include details pertaining to the nature and type of tests and investigations to be carried out, methods to carry out the same, frequency of testing and analysis protocols in line with the standard engineering practices. The QAP shall be reviewed and approved by the IE, and shall form a control chart for monitoring the testing and investigations to be carried out by the Concessionaire. Table 1: Indicative Listing of Tests to be carried out during Development and Construction Period

Sl. No.

Item

Test

Earthwork for embankment, subgrade construction and cut formation Embankment and

sub grade borrow materials

Moisture Content test as per IS : 2720 (Part 2) Sand Content Test according to IS : 2720 (Part 4) Plasticity Characteristics of soils according to IS : 2720 (Part

5) Moisture Content-Dry Density relationship using heavy

compaction according to IS: 2720 Part 8. Determination of total soluble sulphate content as per IS :

2720 Part 37 IS : 2720 (Part 40): Determination of Free Swelling Index of

solutions Deleterious Content Test as per IS: 2720 (Part 27) CBR Test as per IS: 2720 (Part 16)

Compaction Compaction density Determination of dry density of soils in place according to IS-

2720, Part 28 by the Sand Replacement Method Pavement Structure Granular Sub base

and base courses Plasticity Characteristics of soils according to IS : 2720 Part 5 Dry density of soils in place according to IS : 2720 Part 28 Determination of total soluble sulphate content as per IS :

2720 Part 37 Deleterious Content Test CBR test as per IS : 2720, Part 16

Page 151: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 102

Dry density-moisture content relationship as per IS: 2720 Part 8

Aggregate grading as per Job Mix Formula Aggregate Impact value as per IS: 2386 (Part 4) or IS : 5640 Particle size and shape as per IS : 2386 (Part I)

Bituminous base and wearing courses

Quality of binder Aggregate Impact Value/ Los Angeles Value as per IS 2386

(Part 4) Flakiness Index and Elongation Index Stripping value test as per AASHTO T182 Water absorption of Aggregates as per IS : 2386 (Part 3) Water Sensitivity of Mix Polished Stone Value Grading of Aggregates Sand Equivalent Test Plasticity Index Soundness Test as per IS : 2386 Part 5 Marshall stability test as per ASTM D-1559 Stability of Mix Swell test on the Mix Rate of spread of mixed material Density of mixed material

Cement concrete Pavement

Aggregate Impact Value as per IS : 2386 (Part 4) Gradation Soundness Test as per IS: 2386 (Part 5) Alkali Aggregate Reactivity IS : 2386 (Part 7) Strength of Concrete (Tests on Cubes and beams) as per IS :

516 Workability of fresh Concrete - Slump Test IS : 1199 Core strength of hardened concrete as per IS: 516 Workability of fresh concrete- Slump test as per IS: 1199 Thickness determination Thickness measurement for trial strength

Bridges Cement, aggregate,

reinforcement prestressing steel and Concrete

Tests and Standards of Acceptance as per MORT&H Specifications of Tests performed during construction

Superstructure Static load testing of any one span of the structure for carrying design load as per IRC SP 37

Expansion Joints Checking and verification of the Expansion joints to ascertain proper functioning as per MORT&H Specifications

2. Schedule for Tests during construction completion

2.1. The Concessionaire shall, not later than 30 (thirty) days prior to

the likely completion of the Project, notify the IE and PWD of its intent to subject the Project to Tests, and not later than 7 (seven) days prior to the actual date of Tests, furnish to the Independent

Page 152: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 103

Engineer and PWD detailed inventory and particulars of all works and equipment forming part of the Project.

2.2. The Concessionaire shall notify the Independent Engineer of its readiness to subject the Project to Tests at any time after 7 (seven) days from the date of such notice, and upon receipt of such notice, the Independent Engineer shall, in consultation with the Concessionaire, determine the date and time for each Test and notify the same to PWD who may designate its representative to witness the Tests. The Independent Engineer shall thereupon conduct the Tests itself or cause any of the Tests to be conducted in accordance with Article 10.3 and this Schedule.

3. Tests

3.1. Visual and physical Test: The Independent Engineer shall conduct a

visual and physical check of the Project to determine that all works and equipment forming part thereof conform to the provisions of this Agreement.

3.2. Test drive: The Independent Engineer shall undertake a test drive of the Project Bridge by a Car to determine that the quality of service conforms to the provisions of the Agreement.

3.3. Riding quality Test: Riding quality of each lane of the carriageway shall be checked with the help of a calibrated bump integrator.

3.4. Pavement Composition Test: The thickness and composition of the pavement structure shall be checked on a sample basis by digging pits to determine conformity of such pavement structure with Specifications and Standards. The sample shall consist of one pit in each direction of travel to be chosen at random in each stretch of 3 (three) kilometres of the Project. The first pit for the sample shall be selected by the Independent Engineer through an open draw of lots and every fifth kilometre from such first pit shall form part of the sample for this pavement quality Test.

3.5. Cross-section Test: The cross-sections of the Project shall be checked on a sample basis through physical measurement of their dimensions for determining the conformity thereof with Specifications and Standards. For the road portion, the sample shall consist of one spot to be selected at random in each stretch of 1 (one) kilometre of the Project. The first spot for the sample shall be selected by the Independent Engineer through an open draw of lots and the spots located at every one kilometre from such first spot shall form part of the sample. For the bridge portion, one spot shall be selected at random by the Independent Engineer in each span of the bridge.

3.6. Structural Test for bridges: All major and minor bridges constructed by the

3.7. Concessionaire shall be subjected to the Rebound Hammer and Ultrasonic Pulse Velocity tests, to be conducted in accordance with the procedure described in Special Report No. 17: 1996 of the IRC Highway Research Board on Non destructive Testing Techniques, at

Page 153: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 104

two spots in every span, to be chosen at random by the Independent Engineer. Bridges with a span of 15 (fifteen) metres or more shall also be subjected to load testing.

3.8. Other Tests: The Independent Engineer may require the Concessionaire to carry out or cause to be carried additional Tests, in accordance with Good Industry Practice, for determining compliance of Project with Specifications and Standards.

3.9. 3.8 Environmental audit: The Independent Engineer shall carry out a check to determine conformity of

3.10. the Project with the environmental requirements set forth in Applicable Laws and Applicable Permits.

3.11. Safety review: Safety audit of the Project shall be undertaken by the Independent Engineer.

4. Agency for conducting Tests All Tests set forth in this Schedule-M shall be conducted by the Independent Engineer or such other agency or person as it may specify in consultation with PWD.

5. Completion Certificate and Provisional Certificate Upon successful completion of Tests, the Independent Engineer shall issue the Completion / Provisional Certificates, as the case may be, after obtaining consent from PWD, in accordance with the provisions of Article 10.3.

6. Tests during Operation and Maintenance

6.1. The Concessionaire shall carry out, on a quarterly basis, the key tests specified to be undertaken during O&M Period and any other specific tests required by the Independent Engineer or PWD. The periodic quarterly tests shall be carried out by the Concessionaire at the Project laboratory under the Supervision of the PWD Engineer, unless and until specifically requested otherwise by the PWD Engineer or PWD to carry out the tests at a different laboratory / institution. Expenses for all tests carried out shall be borne by the Concessionaire.

7. Key Tests during Maintenance Period

Pavement Surface Condition Test: The condition of the pavement shall be recorded on each kilometre of Project, and should specify the condition of Pavement (such as cracking, potholing ravelling, rutting or such parameters, as suggested by PWD Engineer) in terms of percentage for each kilometer of the Project. The concessionaire shall incorporate rectification measures for this distress in maintenance plan.

Page 154: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 105

Structural Strength Test for Pavement: The pavement shall be tested for characteristic deflection with Benkelman beam test as specified in IRC:81-1997 or as set forth in Schedule-L. Deficiency in the structural strength assessed based on the tests shall form basis for pavement strengthening as specified in IRC: 81-1997 Riding Quality Test: Riding quality of each lane of the carriageway shall be checked with the help of a calibrated bump integrator and the maximum permissible roughness for purposes of this Test shall be 2,000 (two thousand) mm for each kilometre. Structural Test for bridges: All major and minor bridges constructed by the Concessionaire shall be subject to the Rebound Hammer and Ultrasonic Pulse Velocity tests, to be conducted in accordance with the procedure described in Special Report No. 17: 1996 of the IRC Highway Research Board on Non destructive Testing Techniques, at two spots in every span, to be chosen at random by the PWD Engineer. Bridges with a span of 15 (fifteen) metres or more shall also be subjected to load testing.

Page 155: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 106

SCHEDULE N : COMPLETION CERTIFICATE

1. We ,**********., having our Registered Office at *************** as the

Independent Engineer under and in accordance with the Concession Agreement dated *** (the “Agreement”), for “Development of Bridge across river Kosi at Ramnagar, Nainital” on Build, Operate and Transfer (BOT) Annuity Basis through **** (Name of Concessionaire), hereby certify that the Tests specified in Article 10.3 and Schedule M of the Agreement have been successfully undertaken to determine compliance of the Project with the provisions of the Agreement. Further, we have also obtained the consent of Public Works Department, Government of Uttarakhand acting as the _______________ to issue this certificate.

2. Based on the above we are satisfied that the Project can be safely and reliably placed in commercial service of the Users thereof. Hence we hereby certify that, in terms of the aforesaid Agreement, all works forming part of the Project have been completed, and the Project is hereby declared fit for entry into commercial operation on this the *** day of *** 20**.

SIGNED, SEALED AND DELIVERED INDEPENDENT ENGINEER., (Signature) (Name) (Designation) (Address)

Page 156: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 107

SCHEDULE O : MINIMUM MAINTENANCE REQUIREMENTS

1 Maintenance Requirements

1.1. The Concessionaire shall, at all times, operate and maintain the Project

in accordance with the provisions of the Agreement, Applicable Laws and Applicable Permits. In particular, the Concessionaire shall, at all times during the Operation Period, conform to the maintenance requirements set forth in this Schedule-O (the “Maintenance Requirements”).

1.2. The Concessionaire shall repair or rectify any defect or deficiency set forth in Paragraph 2 of this Schedule-O within the time limit specified therein and any failure in this behalf shall constitute a breach of the Agreement. Upon occurrence of any breach hereunder, PWD shall be entitled to recover Damages as set forth this Agreement, without prejudice to the rights of PWD under the Agreement, including Termination thereof.

2 Repair/rectification of defects and deficiencies The obligations of the Concessionaire in respect of Maintenance Requirements shall include repair and rectification of the defects and deficiencies specified in Annex - I of this Schedule - O within the time limit set forth therein.

3 Other defects and deficiencies 3.1. In respect of any defect or deficiency not specified in Annex - I of this

Schedule- O, the Concessionaire shall undertake repair or rectification in accordance with Good Industry Practice.

3.2. In respect of any defect or deficiency not specified in Annex - I of this Schedule- O, the IE may, in conformity with Good Industry Practice, specify the permissible limit of deviation or deterioration with reference to the Specifications and Standards, and any deviation or deterioration beyond the permissible limit shall be repaired or rectified by the Concessionaire within the time limit specified by the IE.

4 Extension of time limit Notwithstanding anything to the contrary specified in this Schedule-O, if the nature and extent of any defect or deficiency justifies more time for its repair or rectification than the time specified herein, the Concessionaire shall be entitled to additional time in conformity with Good Industry Practice. Such additional time shall be determined by the IE and conveyed to the Concessionaire and PWD with reasons thereof. The extension of time will be decided by IE after getting the approval of PWD.

5 Emergency repairs/restoration Notwithstanding anything to the contrary contained in this Schedule-O, if any defect, deficiency or deterioration in the Project poses danger to the life or property of the Users thereof, the Concessionaire shall promptly take all reasonable measures for eliminating or minimizing such danger.

Page 157: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 108

6 Daily Inspection by the Concessionaire

The Concessionaire shall, through its engineer, undertake a daily visual inspection of the Project and maintain a record thereof in a register to be kept in such form and manner as the IE may specify. Such record shall be kept in safe custody of the Concessionaire and shall be open to inspection by PWD and the IE at any time during office hours.

7 Divestment Requirements All defects and deficiencies specified in this Schedule-O shall be repaired and rectified by the Concessionaire so that the Project conforms to the Maintenance Requirements on the Transfer Date.

8 Display of Schedule - O The Concessionaire shall display a copy of this Schedule – O at the Toll Plaza[s] along with the Complaint Register.

Page 158: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 109

Annex 1 (Schedule-O)

Repair/Rectification of Defects and Deficiencies

The Concessionaire shall repair and rectify the defects and deficiencies specified in this Annex-I of Schedule-O within the time limit set forth

herein.

Nature of defect or deficiency Time limit for repair/ rectification

ROADS (a) Carriageway and paved shoulders

(i) Breach or blockade

- Temporary restoration of traffic within 24 hours; permanent restoration within 15 days

(ii) Roughness value exceeding 2,000 mm in a stretch of 1 km (as measured by a standardised roughometer/bump integrator)

- 180 days

(iii) Pot holes - 48 hours (iv) Cracking in more than 5% of road surface in a stretch of 1 km

- 30 days

(v) Rutting exceeding 10 mm in more than 2% of road surface in a stretch of 1 km (measured with 3 m straight edge)

- 30 days

(vi) Bleeding/skidding - 7 days (vii) Ravelling/Stripping of bitumen surface exceeding 10 sq m

- 15 days

(viii) Damage to pavement edges exceeding 10 cm - 15 days (ix) Removal of debris - 6 hours (b) Hard/earth shoulders, side slopes, drains and culverts (i) Variation by more than 2% in the prescribed slope of camber/cross fall

- 30 days

(ii) Edge drop at shoulders exceeding 40 mm - 7 days (iii) Variation by more than 15% in the prescribed side (embankment) slopes

- 30 days

(iv) Rain cuts/gullies in slope - 7 days (v) Damage to or silting of culverts and side drains during and immediately preceding the rainy season - 7 days (vi) Desilting of drains in urban/semi-urban areas - 48 hours (c) Road side furniture including road signs and pavement marking

Page 159: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 110

Damage to shape or position; poor visibility or loss of retro-reflectivity

- 48 hours

(d) Street lighting and telecom (ATMS) (i) Any major failure of the system - 24 hours (ii) Faults and minor failures - 8 hours (e) Trees and plantation (i) Obstruction in a minimum head-room of 5 m above carriageway or obstruction in visibility of road signs

- 24 hours

(ii) Deterioration in health of trees and bushes - Timely watering and Treatment

(iii) Replacement of trees and bushes - 90 days (iv) Removal of vegetation affecting sight line and road structures

- 15 days

(f ) Rest areas (i) Cleaning of toilets - Every 4 hours (ii) Defects in electrical, water and sanitary installations

- 24 hours

(g) Toll plaza[s] (i) Failure of toll collection equipment or lighting - 8 hours ii) Damage to toll plaza - 7 days (h) Other Project Facilities and Approach roads (i) Damage or deterioration in Approach Roads, - [pedestrian facilities,cattle crossings, Traffic Aid Posts, Medical Aid Posts and other works]

- 15 days

BRIDGES (a) Superstructure of bridges (i) Cracks Temporary measures Permanent measures

within 48 hours within 30 days

(ii) Spalling/scaling - 15 days (b) Foundations of bridges (i) Scouring and/or cavitation - 15 days (c) Piers, abutments, return walls and wing walls of bridges (i) Cracks and damages including settlement and tilting - 30 days (d) Bearings (metallic) of bridges (i) Deformation - 15 days (e) Joints in bridges (i) Loosening and malfunctioning of joints - 15 days (f) Other items relating to bridges (i) Deforming of pads in elastomeric bearings - 7 days (ii) Gathering of dirt in bearings and joints; or clogging of spouts, weep holes and vent-holes

- 3 days

(iii) Damage or deterioration in parapets and handrails - 3 days

Page 160: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 111

(iv) Rain-cuts or erosion of banks of the side slopes of approaches - 7 days (v) Damage to wearing coat - 15 days (vi) Damage or deterioration in approach slabs, pitching, apron, toes, floor or guide bunds

- 15 days

(vii) Growth of vegetation affecting the structure or obstructing the waterway

- 15 days

Page 161: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 112

SCHEDULE P : SAFETY STANDARDS

1 Guiding principles 1.1. Safety Requirements aim at reduction in injuries, loss of life and

damage to the properties resulting from accidents on the Project, irrespective of the person(s) at fault.

1.2. Users of the Project include motorised and non-motorised vehicles as well as pedestrians and animals involved in, or associated with accidents. Vulnerable Road Users (VRU) include pedestrians as well as riders of motorised two-wheelers, bicycles and other vehicles which do not provide adequate occupant protection.

1.3. Safety Requirements apply to all phases of construction, operation and maintenance with emphasis on identification of factors associated with accidents, consideration of the same, and implementation of appropriate remedial measures.

1.4. Safety Requirements include measures associated with traffic management and regulation such as road signs, pavement marking, traffic control devices, roadside furniture, bridge design elements, enforcement and emergency response.

2 Obligations of the Concessionaire The Concessionaire shall abide by the following as they relate to safety of the Users:

a. Applicable Laws and Applicable Permits; b. Manual for Safety in Road and Bridge Design, issued by MOSRTH; c. relevant Standards/Guidelines of IRC relating to safety, road

geometrics, bridges, culverts, road signs, pavement marking and roadside furniture;

d. provisions of this Agreement; and e. Good Industry Practice. f. Appoint a safety officer to ensure all the safety measures are

implemented by the concessionaire.

Page 162: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 113

SCHEDULE Q : PROFORMA OF BANK GUARANTEE – I

(FOR IMPLEMENTATION PERIOD) (To be issued by a Scheduled Bank in India )

THIS DEED OF GUARANTEE executed on this the ---- day of ----- at ------ by ------------------------------------------ (Name of the Bank) having its Head/Registered office at ------------------------------------------------------------------- hereinafter referred to as “the Guarantor” which expression shall unless it be repugnant to the subject or context thereof include successors and assigns; In favour of The Public Works Department, Government of Uttarakhand, represented by ___________________, hereinafter called “PWD” (which expression shall include its successors and assigns); WHEREAS

A. By the Concession Agreement dated ------------------- entered into between PWD and M/s. XXXX Limited, a company incorporated under the Companies Act, 1956 having its registered office at ----------------------- hereinafter called “the Company”, (“the Concession Agreement”) the Company has been granted the Concession to implement the project envisaging construction, operation and maintenance of ------------------ on build, operate and transfer basis.

B. In terms of Article 3.1(a) of the Concession Agreement, the Company is required to furnish to PWD, an unconditional and irrevocable bank guarantee for an amount of Rs.------------ (Rupees ------------------- only) as security for due and punctual performance/discharge of its obligations under the Concession Agreement during the Implementation Period, substantially in the format annexed as Schedule ‘Q‘ to the Concession Agreement.

C. At the request of the Company, the Guarantor has agreed to provide guarantee, being these presents guaranteeing the due and punctual performance/discharge by the Company of its obligations under the Concession Agreement during the Implementation Period. NOW THEREFORE THIS DEED WITNESSETH AS FOLLOWS :

1. Capitalised terms used herein but not defined shall have the meaning assigned to them respectively in the Concession Agreement.

2. The Guarantor hereby guarantees the due and punctual performance by the Company of all its obligations under the Concession Agreement during the Implementation Period.

Page 163: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 114

3. The Guarantor shall, without demur, pay to PWD sums not exceeding in

aggregate Rs.------------- (Rupees ------------------- only), within five (5) days of receipt of a written demand therefor from PWD stating that the Company has failed to meet its performance obligations under the Concession Agreement during the Implementation Period. The Guarantor shall have no obligation to go into the veracity of any demand so made by PWD and shall pay the amount specified in the demand notwithstanding any direction to the contrary given or any dispute whatsoever raised by the Company or any other Person.

4. In order to give effect to this Guarantee PWD shall be entitled to treat the Guarantor as the principal debtor. The obligations of the Guarantor shall not be affected by any variations in the terms and conditions of the Concession Agreement or other documents or by the extension of time for performance granted to the Company or postponement/non exercise/ delayed exercise of any of its rights by PWD or any indulgence shown by PWD to the Concessionaire and the Guarantor shall not be relieved from its obligations under this Guarantee on account of any such variation, extension, postponement, non exercise, delayed exercise of any of its rights by PWD or any indulgence shown by PWD provided nothing contained herein shall enlarge the Guarantor’s obligation hereunder.

5. This Guarantee shall be irrevocable and shall remain in full force and effect until discharge by the Guarantor of all its obligations hereunder.

6. This Guarantee shall not be affected by any change in the constitution or winding up of the Company/the Guarantor or any absorption, merger or amalgamation of the Company/the Guarantor with any other Person.

7. The Guarantor has power to issue this guarantee and discharge the obligations contemplated herein, and the undersigned is duly authorised to execute this Guarantee pursuant to the power granted under ______________. IN WITNESS WHEREOF THE GUARANTOR HAS SET ITS HANDS HEREUNTO ON THE DAY, MONTH AND YEAR FIRST HEREINABOVE WRITTEN. SIGNED AND DELIVERED by ------------ Bank by the hand of Shri -------------------------- its -------------- and authorised official.

Page 164: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 115

SCHEDULE R : PROFORMA OF BANK GUARANTEE – II (FOR OPERATIONS PERIOD)

(To be issued by a Scheduled Bank in India ) THIS DEED OF GUARANTEE executed on this the ------- day of --- at -----by ------------------------------------------ (Name of the Bank) having its Head/Registered office at ------------------------------------------------------------------- hereinafter referred to as “the Guarantor” which expression shall unless it be repugnant to the subject or context thereof include its successors and assigns; In favour of The Public Works Department, Government of Uttarakhand, represented by ___________________, hereinafter called “PWD” (which expression shall include its successors and assigns); WHEREAS

A. By the Concession Agreement dated ------------------- entered into between PWD and M/s. _______________ Limited, a company incorporated under the Companies Act, 1956 having its registered office at ----------------------- hereinafter called “the Company”, (“the Concession Agreement”) the Company has been granted the Concession to implement the project envisaging construction, operation and maintenance of Bridge across Kosi River, at Ramnagar, Nainital on Build, Operate and Transfer (BOT) Annuity basis. The length of the proposed bridge is 360 meters approx with 410 meter of connecting road and covering of canal approximate length of 217 meter & minor bridges (4 nos.) of approximate length of 88 meter.

B. In terms of Article 3.1(a) of the Concession Agreement, the Company is required to furnish to PWD, an unconditional and irrevocable bank guarantee for an amount of Rs.------------ (Rupees ------------------- only) as security for due and punctual performance/discharge of its obligation under the Concession Agreement during the Operations Period substantially in the format annexed as Schedule R to the Concession Agreement.

C. At the request of the Company, the Guarantor has agreed to provide guarantee, being these presents guaranteeing the due and punctual performance/discharge by the Company of its obligations under the Concession Agreement during the Operations Period. NOW THEREFORE THIS DEED WITNESSETH AS FOLLOWS :

Page 165: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 116

1. Capitalised terms used herein but not defined shall have the meaning assigned to them respectively in the Concession Agreement.

2. The Guarantor hereby guarantees the due and punctual performance by the Company of all its obligations under the Concession Agreement during the Operations Period.

3. The Guarantor shall, without demur, pay to PWD sums not exceeding in aggregate Rs.------------- (Rupees ------------------- only), within five (5) days of receipt of a written demand therefor from PWD stating that the Company has failed to meet its performance obligations under the Concession Agreement during the Operations Period4. The Guarantor shall have no obligation to go into the veracity of any demand made by PWD and shall pay the amounts specified in the demand notwithstanding any direction to the contrary given or any dispute whatsoever raised by the Company or any other Person.

4. In order to give effect to this Guarantee PWD shall be entitled to treat the Guarantor as the principal debtor. The obligations of the Guarantor shall not be affected by any variations in the terms and conditions of the Concession Agreement or other documents or by the extension of time for performance granted to the Company or postponement/non exercise/ delayed exercise of any of its rights by PWD or any indulgence shown by PWD to the Concessionaire and the Guarantor shall not be relieved from its obligations under this Guarantee on account of any such variation, extension, postponement, non exercise, delayed exercise of any of its rights by PWD or any indulgence shown by PWD provided nothing contained herein shall enlarge the Guarantor’s obligation hereunder.

5. This Guarantee shall be irrevocable and shall remain in full force and effect until discharged by the Guarantor of all its obligations hereunder.

6. This Guarantee shall not be affected by any change in the constitution or winding up of the Company/the Guarantor or any absorption, merger or amalgamation of the Company/the Guarantor with any other Person.

7. The Guarantor has power to issue this guarantee and discharge the obligations contemplated herein, and the undersigned is duly authorised to execute this Guarantee pursuant to the power granted under ______________. IN WITNESS WHEREOF THE GUARANTOR HAS SET ITS HANDS HEREUNTO ON THE DAY, MONTH AND YEAR FIRST HEREINABOVE WRITTEN.

4 Banks are unlikely to issue guarantee for the entire Operations Period in one stretch. Initially the guarantee may be issued for a period of 2-3 years. The Company shall have to keep the guarantee valid throughout the Operations Period by seeking extension from time to time.

Page 166: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 117

SIGNED AND DELIVERED by ------------ Bank by the hand of Shri -------------------------- its -------------- and authorised official.

Page 167: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 118

SCHEDULE S : SUBSTITUTION AGREEMENT

THIS SUBSTITUTION AGREEMENT is entered into on this the --------- day of ------------- (Month) ---- (Year) at ------------------------.

AMONGST, The Public Works Department, Government of Uttarakhand, represented by ___________________, hereinafter called “PWD” (which expression shall unless repugnant to the context of meaning thereof include its successors and assigns); M/s. XXXX Limited, a company incorporated under the provisions of the Companies Act, 1956 and having its Registered Office at ---------------------- hereinafter referred to as “the Concessionaire” (which expression shall unless repugnant to the context or meaning thereof include its successors and assigns), AND YYYY (Financial Institution/ Bank) having its Registered 0ffice/Head Office at ----------------------------------------------- hereinafter referred to as “the Lender”.

OR

ZZZZ (Financial Institution/Bank) having its Registered Office/Head Office at------------------------------------------------ acting for and on behalf of the Lenders listed in Schedule I hereto (hereinafter referred as “the Lender’s Representative” . WHEREAS,

A. PWD is keen to implement a project envisaging construction, operation

and maintenance of Bridge across Kosi River, at Ramnagar, Nainital on Build, Operate and Transfer (BOT) Annuity basis (more particularly described in Schedule ‘A’ and hereinafter referred to as “the Project“) with private sector participation. The length of the proposed bridge is 360 meters approx with 410 meter of connecting road and covering of canal approximate length of 217 meter & minor bridges (4 nos.) of approximate length of 88 meter;

B. By the Concession Agreement dated ------------ entered into between PWD and the Concessionaire (hereinafter referred to as “the Concession Agreement”) the Concessionaire has been granted the Concession to implement the Project on BOT Annuity basis;

Page 168: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 119

C. With a view to facilitate financing of the Project by the Concessionaire, in pursuance of Article 11.1 of the Concession Agreement, PWD and the Concessionaire have agreed to enter into Substitution Agreement being these presents with the Lender/s/Lenders’ Representative.

D. As a condition to making any disbursement pursuant to the Financing Documents, the Lender(s) has/ have required that the Substitution Agreement being these presents be entered into, and PWD and the Concessaionaire have agreed to the same NOW, THEREFORE, THIS AGREEMENT WITNESSETH AS FOLLOWS :

ARTICLE 1

DEFINITIONS AND INTERPRETATION 1.1 Definitions

In this Agreement the following words and expressions shall, unless repugnant to the context or meaning thereof, have the meaning hereafter respectively assigned to them. “Agreement” means this agreement and includes any amendment or modifaction made to this agreement in accordance with the provisions hereof. “Financial Assistance” means the financial assistance setforth in Schedule I hereto, agreed to be provided by the Lender(s) to the Concessionaire for financing the the Project. “Lender(s)” means the financial institutions/banks whose name(s) and addresses are set out in Schedule I hereto. “Residual Concession Period” means the period which shall be be aggregate remainder of the Concession Period as the Suspension Period. “Selectee” means a Person proposed by the Lender/Lender’s Representative pursuant to this Agreement and approved by PWD for substituting the Concessionaire for the residual Concession Period, in accordance with the provisions of this Agreement. Suspension Period” means the period commencing from the expiry of the Cure Period specified in the Preliminary Notice and ending on the date on which all formalities connected with substitution of the Concessionaire by the Selectee including handing over of Project Site/Project Facility, in accordance with this Agreement are completed and the substitution has become effective.

Page 169: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 120

1.2 Capitalised terms used in this Agreement but not defined shall have the meaning assigned to them respectively in the Concession Agreement.

ARTICLE 2

SUBSTITUTION OF THE CONCESSIONAIRE BY THE SELECTEE

2.1 Lenders right to Substitute PWD and the Concessionaire hereby irrevocably agree that upon occurance of an Concessionaire Event of Default, the Lender(s) shall, without prejudice to any other rights or remedies available to them under law/Financing Documents and without being required to exercise or exhaust such rights or remedies, have the right to seek substitution of the Concessionaire by Selectee for the residual Concession under the Concession Agreement in accordance with the provisions of this Agreement. Provided upon substitution the Selectee shall be entitled to the extension of the remainder of the Concession Period by the Suspension Period. 2.2 Preliminary Notice of Termination PWD shall as soon as possible but in any case not later than 15 days of its knowledge of the occurance of the Concessionaire Event of Default issue Preliminary Notice of Termination to the Concessionaire in terms of Article 17.2(a) of the Concession Agreement, with a copy thereof simultaneously to the Lenders. Provided if the Concessionaire Event of Default is the one set out in Article 17.1(a)(9) of the Concession Agreement, the PWD shall not be obliged to issue Preliminary Termination Notice until receipt by PWD of the recall notice issued by the Lender(s) to the Concessionaire

2.3 Suspension of Concession and Takeover of the Project Facility

The Concessionaire irrevocably agrees that if the Cure Period specified in the Preliminary Notice of Termination lapses without the Concessionaire Event of Default having been cured, the Concession shall effective from the expiry of such Cure Period stand suspended without any further notice or other act of PWD being required, and that PWD shall have the right to enter upon and takeover the Project Site/Project Facility and to take all such steps as are necessary for the continued operation and maintenance of the Project Facility, levy, collection and appropriation of Fee subject to servicing the Debt Due as per the Financing Documents, and the substitution of the Concessionaire by the Selectee in accordance with this Agreement. The Concessionaire hereby irrevocably consents to the takeover of the Project Facility/ Project Site by PWD forthwith upon suspension becoming effective.

Page 170: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 121

2.4 Substitution Notice PWD and the Concessionaire hereby irrevocably agree that in the event of the Concessionaire’s failure to cure the Event of Default specified in the Preliminary Notice of Termination.The Lender/Lender’s Representative may, within 30 (thirty) days of the expiry of the Cure Period specified therein notify PWD and the Concessionaire about the intention of the Lender(s) to seek substitution of the Concessionaire by the Selectee for the Residual Concession (the “Substitution Notice”).

2.5 Criteria for selection of the Selectee.

The Lender/ Lenders’ Representative shall in addition to any other criteria that it may deem fit and necessary, apply the following criteria in the selection of the Selectee:

(i) the Selectee shall possess the networth, experience, technical capability

and managerial ability to perform and discharge all the residual duties, obligations and liabilities of the Concessionaire in respect of the Concession, under the Concession Agreement;

(ii) the Selectee shall have the capability and shall unconditionally consent to assume the liability for the payment and discharge of dues, if any, of the Concessionaire to PWD under and in accordance with the Concession Agreements and also payment of Debt Due to the Lender(s) upon terms and conditions as agreed to between the Selectee and the Lenders.

ARTICLE 3

MODALITY FOR SUBSTITUTION

3.1 Modalities for Substitution.

The following modalities shall be followed for substitution of the Concessionaire by the Selectee pursuant to this Agreement:

(i) The Lender(s)/Lenders’ Representative shall be entitled, within a period

of 120 (one hundred twenty) days from the date of delivery of the Substitution Notice pursuant to the preceding Article 2.2 to invite or procure offers either through private negotiations or public auction or process of tender or otherwise from the eligible Persons, for the substitution of the Concessionaire by the Selectee and propose to PWD for its approval the Selectee (the “Proposal”). The Proposal of the Lender/Lender’s Representative shall contain the particulars and information in respect of the Selectee, the terms of Substitution, particulars of the Debt Due and such data and information as would be necessary and relevant for PWD to decide as to the acceptability of the Selectee. The Lender/ Lender’s Representative shall provide to PWD such additional information and clarification in respect of any data,

Page 171: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 122

particulars or information contained in the Proposal, as PWD may promptly and reasonably require.

(ii) The Proposal shall be accompanied by an unconditional undertaking of the Selectee to the effect that it shall upon acceptance by PWD of the Proposal observe, comply with, perform and fulfill the residual terms, conditions and covenants of the Concession Agreement as if the Selectee had been the Concessionaire under the Concession Agreement and to assume, discharge and pay the Debt Due on the terms and conditions agreed to by the Selectee with the Lenders. The Selectee shall also undetake to enter into such documents and writings with PWD and the Lender(s) as may be necessary or required to give effect to the substitution of the Concessionaire by the Selectee.

(iii) PWD shall convey to the Lender/ Lenders’ Representative its acceptance or otherwise of the Selectee within 30(thirty) days of (a) the date of receipt of the Proposal by PWD, or (b) the date of receipt of the additional information and clarifications in respect of any data, particulars or information comprised in the Proposal, provided by the Lender/Lender’s Representative to the PWD, whichever is later.

(iv) At any time prior to the acceptance of the Selectee by PWD pursuant to this Agreement, PWD may require the Lender/Lenders’ Representative to satisfy it as to the eligibility of the Selectee and the decision of PWD as to acceptance or rejection of any Selectee ( which shall be reasonable), shall be final, conclusive and binding on the Lender(s), the Selectee and the Concessionaire. In the event that PWD fails to communicate its acceptance or otherwise or the objections if any it has to the acceptance of the Proposal/ the Selectee within a period of 30 days prescribed in preceding sub-article (iii), PWD shall be deemed to have accepted the Proposal/ the Selectee

(v) The rejection of the Selectee if made by PWD shall be reasoned and be made after hearing the Lender/Lenders’ Representative. Following the rejection of the Proposal, the Lender/Lenders’ Representative shall have the right to submit a fresh Proposal, proposing another Selectee, within 30 days of receipt of communication regarding rejection of the Selectee previously proposed. The provisions of preceding sub-article (iii) and (iv) shall apply mutatis mutandis to such fresh Proposal.

(vi) If PWD accepts the Proposal/fresh Proposal, PWD shall take all necessary steps to substitute the Concessionaire by the Selectee by amendment of the Concession Agreement or by execution of fresh agreement or such other writing as may be required or necessary to give effect to the substitution of the Concessionaire by the Selectee for the Residual Concession Period.

(vii) The substitution of the Concessionaire by the Selectee shall be deemed to be complete upon the Selectee executing all necessary documents and

Page 172: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 123

writings with or in favour of PWD and the Lender(s) so as to give full effect to the terms and conditions of substitution subject to which the Selectee has been accepted by the Lender(s) and PWD and upon the delivery by PWD of the Project Assets to the Selectee. Upon the substitution becoming effective pursuant to this sub-article all the rights of the Concessionaire under the Concession Agreement shall cease to exist. Provided nothing contained in this sub-article shall prejudice any pending/subsisting claims of the Concessionaire against PWD or any claim of PWD against the Concessionaire and the Selectee shall incur no liability or consequence on account of any previous breach/default and shall subject to the terms and conditions of the substitution, have a period of 90 days to cure any breach/default subsisting on the date of subsitution and required to be cured.

(viii) The decision of the Lenders and PWD in the selection of the Selectee shall be final and binding on the Concessionaire and shall be deemed to have been made with the concurrence of the Concessionaire. The Concessionaire hereby expressly waives all rights to object to or challenge such selection of the Selectee on any ground whatsoever.

3.2 Termination and Termination Payment.

(i) Where the Lender/Lenders’ Representative (on behalf of all the Lenders) communicates in writing that (i) the Lender/ Lender’s Representative does not intend to seek substitution of the Concessionaire, or (ii) that the Lender/Lenders’ Representative has not been able to find suitable Selectee or (iii) that PWD has declined to accept the Selectee proposed by the Lender/Lenders’ Representative, PWD shall proceed to terminate the Concession and to make Termination Payment, in accordance with the provisions of the Concession Agreement.

(ii) Notwithstanding anything contained hereinabove, PWD shall not upon

Termination of the Concession Agreement, be required to take over, the Debt Due save and except to the extent of Termination Payment due and payable under the Concession Agreement. In such an event the PWD’s obligation shall be limited to assumption of such liabilities and payments of Debt Due as PWD has agreed to bear under the Concession Agreement.

(iii) Nothing contained in these presents shall mean or be interpreted as

provision of any guarantee or surety by PWD and it is expressly agreed that PWD has not provided any surety, guarantee or counter guarantee whether directly or indirectly for the recovery of amounts advanced by the Lenders to the Concessionaire.

Page 173: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 124

ARTICLE 4

MODE OF TERMINATION PAYMENTS

4.1 Mode of Payment

(i) PWD and Concessionaire hereby irrevocably agree, and confirm that so long as the Debt Due is outstanding the Termination Payment and any other amounts due and payable by PWD to the Concessionaire under any of the provisions of the Concession Agreement shall be paid only by way of credit directly to a bank account designated therefor by the Lender(s)/Lenders’ Representative and advised to PWD and the Concessionaire in writing. The Lender(s) shall be entitled to receive and appropriate the same without any further reference to or consent of the Concessionaire towards the satisfaction of the Debt Due, subject to payment by the Lender(s) of the surplus amount if any remaining after satisfaction of the Debt Due, to the Concessionaire. Any payment so made shall to the extent of such payment constitute a valid discharge to PWD of its obligations with regard to the Termination Payment and of any other monies due to the Concessionaire under the Concession Agreement.

(ii) For the purpose of giving full effect to the provisions contained in the

preceding sub-article (i), the Lender(s)/the Lender’s Representative shall be entitled to make a demand for payment of the Termination Payment if the Concessionaire has failed to make such demand as required under Article 17.4 of the Concession Agreement within 15 days from the Termination Date under intimation to the Lender(s)/Lender’s Representative.

(iv) The Concessionaire hereby irrevocably appoints and constitutes the

Lender(s)/Lenders’ Representative as its agent to make such demand for Termination Payment. Any demand made by the Lender(s)/Lenders’ Representative pursuant to the power and authority conferred hereby shall for the purpose of the Article 17.4 of the Concession Agreement be deemed to be a demand for Termination Payment made by the Concessionaire.

ARTICLE 5 GENERAL

5.1 General

(i) The Parties hereto expressly represent and warrant that they are duly

empowered to sign and execute this Agreement and the Lenders Representative is duly and fully authorised by each of the Lenders to enter into this Agreement on their behalf.

Page 174: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 125

(ii) Notices under this Agreement shall be sent to the Addresses first hereinabove mentioned. Any change in the address of any Party shall be duly notified by a Registered post acknowledgement due and delivered to the other parties.

(iii) The expressions “PWD”, the “Concessionaire”, the “Lender” and the

“Lenders’ Representative” herein used shall unless there be anything repugnant to the subject or context include the respective successors, legal representatives, administrators and permitted assigns.

(iv) This Agreement shall not be affected by reorganisation of any Lender,

the Concessionaire or PWD and the successor in interest of the Lender or PWD shall have the benefit of this Agreement.

(v) Any dispute, difference or claim arising out of or in connection with or in

relation to this Agreement which is not resolved amicably shall be decided finally by arbitration by a Board of Arbitrators comprising of a nominee of each party to the dispute. Such arbitration shall be held in accordance with the Rules of Arbitration of the Indian Council of Arbitration and shall be subject to the provisions of the Arbitration and Conciliation Act, 1996. The arbitrators shall issue a reasoned award. The venue of such arbitration shall be Nainital, India. The Award shall be final and binding on the Parties. The Parties agree and undertake to carry out the award of the arbitrators (the “Award”) without delay.

(vi) This Agreement and rights and obligations of the Parties shall remain in

full force and effect pending the Award in any arbitration proceeding hereunder. The Courts in Nainital alone shall have jurisdiction over all matters arising out of or relating to the arbitration agreement contained herein or proceedings arising out of or relating to the arbitration proceedings thereunder.

(vii) The consultation, recommendation or approval of the Lenders’

Representative under this Agreement shall always be taken as consultation, recommendation or approval of every concerned Lender and each such Lender shall be bound by the same.

(viii) This Agreement shall be in addition to and shall not be in derogation of

the terms of the Financing Documents. (ix) It shall not be necessary for the Lender(s) or the Lenders’ Representative

to enforce or exhaust any other remedy available to them before invoking the provisions of this Agreement.

(x) No amendment, variation or modification to this Agreement shall be

valid and effectual unless made in writing and executed by the duly authorised representatives of all the Parties hereto.

Page 175: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 126

(xi) All stamp duties or other imposts and charges as are applicable on this Agreement or on amendment of the Concession Agreement or execution of fresh Concession Agreement for the purpose of substitution as aforesaid shall be borne by and be to the account of the Concessionaire. In the event of the Lenders making such payment for the time being, it shall be deemed to be a part of the Debt Dues.

(xii) The Parties hereby expressly agree that for the purpose of giving full and

proper effect to this Agreement, the Concession Agreement and this Agreement shall be read together an construed harmoniously. The terms of this Agreement shall prevail in the event of any inconsistency with the Concession Agreement.

Page 176: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 127

SCHEDULE I

PARTICULARS OF FINANCIAL ASSISTANCE. Name and Address of the Lender

Nature and Amount of Financing Assistance

IN WITNESS WHEREOF THE PARTIES HERETO HAVE SET THEIR HANDS HEREUNTO ON THE DAY, MONTH AND YEAR HEREINABOVE MENTIONED. SIGNED AND DELIVERED ON BEHALF OF ----------------------------------------------LIMITED BY : _______________________________ Name : Title : SIGNED AND DELIVERED ON BEHALF OF Government of Uttarakhand BY : _______________________________ Name : Title : SIGNED AND DELIVERED ON BEHALF OF ---------------------------- ON BEHALF OF THE LENDERS SETFORTH IN SCHEDULE I BY : _______________________________ Name :

Page 177: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 128

SCHEDULE T : MEMORANDUM OF UNDERSTANDING

Where the Project is being implemented by a Consortium, the Memorandum of Understanding or the Joint Bidding Agreement entered into them for the purpose of implementing the Project may be appended.

Page 178: RFP DCA Annexures Kosi Bridge

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement 129

SCHEDULE U : ANNUITY PAYMENTS

Sr.No. Annuity Payment Date Annuity Amount

Annuity Amount

Rs. in Figures Rs. in Words

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25

Note: Based on the Bid submitted by the Bidder / Concessionaire

Page 179: RFP DCA Annexures Kosi Bridge

Location CHECK POST BELGARH, RAMNAGAR Date 29-Nov-09Direction HALDWANI TO RAMNAGAR Day Sunday

Cycle Hand

rickshaw CartMT NMT Total MT NMT Total

8 to 9 14 2 2 30 4 2 3 1 1 0 2 0 6 0 0 61 6 67 62.3 2.4 64.7

9 to 10 46 1 5 53 5 2 1 2 0 0 2 1 2 0 0 118 2 120 116.8 0.8 117.6

10 to 11 41 1 3 107 5 4 5 3 0 0 2 1 4 0 0 172 4 176 162.1 1.6 163.7

11 to 12 58 4 2 129 1 4 5 2 0 0 0 0 8 0 0 205 8 213 182.8 3.2 186.0

12 to 13 77 0 6 121 6 2 4 4 1 0 1 3 3 0 0 225 3 228 217.8 1.2 219.0

13 to 14 41 1 3 86 2 4 2 1 0 0 0 2 0 0 0 142 0 142 134.7 0.0 134.7

14 to 15 44 0 3 82 5 0 4 1 0 0 1 4 6 0 0 144 6 150 141.3 2.4 143.7

15 to 16 30 5 4 74 4 1 6 0 0 2 0 2 1 0 0 128 1 129 127.5 0.4 127.9

16 to 17 39 1 2 71 5 3 7 0 0 0 0 3 4 0 0 131 4 135 131.1 1.6 132.7

17 to 18 44 2 3 63 4 2 3 2 1 0 0 0 0 0 1 124 1 125 117.7 2.0 119.7

18 to 19 34 1 6 40 2 3 1 2 3 1 2 0 0 0 0 95 0 95 100.8 0.0 100.8

19 to 20 31 0 2 17 1 2 2 0 1 0 1 0 0 0 0 57 0 57 58.4 0.0 58.4

20 to 21 16 1 2 8 0 0 0 1 0 0 0 0 0 0 0 28 0 28 27.6 0.0 27.6

21 to 22 27 1 0 11 0 0 0 1 0 0 0 0 0 0 0 40 0 40 38.5 0.0 38.5

22 to 23 19 0 1 7 0 0 0 2 1 0 0 0 0 0 0 30 0 30 32.1 0.0 32.1

23 to 24 14 0 0 4 0 0 0 0 0 0 0 0 0 0 0 18 0 18 17.0 0.0 17.0

24 to 1 9 1 0 6 0 1 0 0 1 0 0 0 0 0 0 18 0 18 18.9 0.0 18.9

1 to 2 4 1 0 0 0 0 0 0 0 0 0 0 0 0 0 5 0 5 5.0 0.0 5.0

2 to 3 2 0 0 1 0 0 0 0 0 0 0 0 0 0 0 3 0 3 2.8 0.0 2.8

3 to 4 5 0 0 0 1 2 1 0 0 0 0 0 0 0 0 9 0 9 12.2 0.0 12.2

4 to 5 4 2 1 2 0 1 0 1 0 0 0 0 2 0 0 11 2 13 13.1 0.8 13.9

5 to 6 7 1 1 0 0 0 0 1 1 0 0 0 0 0 0 11 0 11 13.6 0.0 13.6

6 to 7 8 1 3 12 0 1 4 1 0 0 0 0 5 0 0 30 5 35 31.6 2.0 33.6

7 to 8 7 1 2 17 1 4 5 0 0 0 1 0 3 0 0 38 3 41 41.8 1.2 43.0

Total 621 27 51 941 46 38 53 25 10 3 12 16 44 0 1 1843 45 1888 1807.0 19.6 1826.6

Car / jeep / van Private

Jeep / Taxi Govt

Auto Rickshaw

2 Wheeler

Time Interval

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram NagarClassified Traffic Volume Count Survey

Vehicles PCUsBusMini

Bus3axle Truck

LCV 2axle Truck

MAV Tractor Tractor Trailor

Cycle

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-Ia

Annexure-Ia: Page 1

Page 180: RFP DCA Annexures Kosi Bridge

Location CHECK POST BELGARH, RAMNAGAR Date 29-Nov-09Direction RAMNAGAR TO HALDWANI Day Sunday

Cycle Hand

rickshaw Cart MT NMT Total MT NMT Total

8 to 9 18 1 2 22 0 1 1 0 1 0 0 0 2 0 0 46 2 48 43.7 0.8 44.5

9 to 10 38 0 4 47 4 0 5 1 2 0 0 0 6 0 0 101 6 107 97.3 2.4 99.7

10 to 11 45 0 2 58 2 4 6 8 0 0 0 2 3 0 0 127 3 130 136.5 1.2 137.7

11 to 12 52 1 6 96 3 4 7 3 0 0 0 2 7 0 0 174 7 181 169.6 2.8 172.4

12 to 13 42 0 3 74 1 2 6 1 0 0 0 2 6 0 0 131 6 137 125.5 2.4 127.9

13 to 14 47 2 6 110 4 3 5 2 0 0 1 1 4 0 0 181 4 185 167.7 1.6 169.3

14 to 15 48 5 5 77 8 0 5 1 0 0 1 1 2 0 0 151 2 153 142.6 0.8 143.4

15 to 16 52 3 2 85 4 1 4 3 0 0 0 0 1 0 0 154 1 155 141.2 0.4 141.6

16 to 17 40 4 1 86 4 2 4 4 0 0 0 2 4 0 0 147 4 151 142.1 1.6 143.7

17 to 18 60 3 1 61 2 6 2 2 0 0 1 2 5 0 0 140 5 145 142.6 2.0 144.6

18 to 19 57 0 4 42 0 2 0 0 0 0 0 1 0 0 0 106 0 106 101.7 0.0 101.7

19 to 20 37 0 6 25 1 0 1 0 0 0 0 1 0 0 0 71 0 71 69.8 0.0 69.8

20 to 21 18 0 0 17 0 1 2 2 2 0 1 0 0 0 0 43 0 43 46.0 0.0 46.0

21 to 22 9 0 0 7 0 0 2 0 0 0 1 0 0 0 0 19 0 19 18.5 0.0 18.5

22 to 23 10 0 0 4 0 0 1 0 0 0 1 0 0 0 0 16 0 16 15.8 0.0 15.8

23 to 24 7 1 0 4 0 0 0 2 0 0 0 0 0 0 0 14 0 14 15.4 0.0 15.4

24 to 1 4 0 0 2 0 0 2 0 0 0 0 0 0 0 0 8 0 8 8.3 0.0 8.3

1 to 2 2 0 0 0 0 1 1 0 0 0 0 0 0 0 0 4 0 4 5.6 0.0 5.6

2 to 3 4 0 0 1 0 0 0 2 0 0 1 0 0 0 0 8 0 8 10.6 0.0 10.6

3 to 4 4 1 0 2 0 0 0 1 0 0 0 0 0 0 0 8 0 8 8.7 0.0 8.7

4 to 5 8 0 1 4 0 1 1 0 0 0 0 0 0 0 0 15 0 15 15.8 0.0 15.8

5 to 6 8 0 0 5 0 0 1 2 0 0 0 2 0 0 0 18 0 18 25.6 0.0 25.6

6 to 7 8 0 1 7 0 0 1 0 1 0 1 0 0 0 0 19 0 19 19.5 0.0 19.5

7 to 8 12 1 1 11 0 3 2 1 0 0 0 0 0 0 0 31 0 31 34.1 0.0 34.1

Total 630 22 45 847 33 31 59 35 6 0 8 16 40 0 0 1732 40 1772 1703.7 16.0 1719.7

Classified Traffic Volume Count Survey

Vehicles

MAV TractorTractor TrailorTime Interval

PCUs

Cycle2

WheelerMini Bus Bus LCV

2axle Truck

3axle Truck

Car / jeep / van Private

Jeep / Taxi Govt

Auto Rickshaw

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram Nagar

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-Ia

Annexure-Ia: Page 2

Page 181: RFP DCA Annexures Kosi Bridge

Location CHECK POST BELGARH, RAMNAGAR Date 30-Nov-09Direction HALDWANI TO RAMNAGAR Day Monday

Cycle Hand

rickshaw Cart MT NMT Total MT NMT Total

8 to 9 29 0 2 32 5 3 0 1 0 0 0 0 5 0 0 72 5 77 71.2 2.0 73.2

9 to 10 42 0 3 82 2 7 5 0 0 0 1 0 4 0 0 142 4 146 133.7 1.6 135.3

10 to 11 44 3 1 124 2 6 5 1 0 0 2 0 5 0 0 188 5 193 169.2 2.0 171.2

11 to 12 61 1 3 132 5 0 6 4 0 0 4 0 0 0 4 216 4 220 194.4 8.0 202.4

12 to 13 56 10 1 147 9 5 7 3 0 0 2 4 2 0 0 244 2 246 236.3 0.8 237.1

13 to 14 35 1 2 88 0 0 10 5 0 0 0 4 3 0 0 145 3 148 145.4 1.2 146.6

14 to 15 44 3 4 129 3 3 9 5 0 0 0 5 3 0 0 205 3 208 203.0 1.2 204.2

15 to 16 20 1 0 89 2 5 6 4 0 0 1 1 0 0 0 129 0 129 124.2 0.0 124.2

16 to 17 46 1 5 91 2 5 10 4 1 0 0 0 3 0 1 165 4 169 160.1 3.2 163.3

17 to 18 60 0 4 72 0 3 2 2 0 0 0 1 1 0 0 144 1 145 136.6 0.4 137.0

18 to 19 57 0 2 47 2 6 3 1 0 0 0 1 0 0 0 119 0 119 121.1 0.0 121.1

19 to 20 34 3 2 18 1 1 5 2 0 0 0 0 0 0 0 66 0 66 67.9 0.0 67.9

20 to 21 9 1 0 5 0 0 1 0 0 0 0 0 0 0 0 16 0 16 15.2 0.0 15.2

21 to 22 12 1 0 5 1 1 1 2 0 0 0 0 0 0 0 23 0 23 26.2 0.0 26.2

22 to 23 9 0 0 7 0 0 0 0 2 0 0 0 0 0 0 18 0 18 18.7 0.0 18.7

23 to 24 4 1 0 2 0 0 3 0 0 0 0 0 0 0 0 10 0 10 10.7 0.0 10.7

24 to 1 4 0 0 0 0 1 0 1 1 0 0 0 0 0 0 7 0 7 10.6 0.0 10.6

1 to 2 3 0 0 2 0 1 2 0 0 0 0 0 0 0 0 8 0 8 9.5 0.0 9.5

2 to 3 5 1 0 0 0 0 1 2 0 0 0 0 0 0 0 9 0 9 11.8 0.0 11.8

3 to 4 2 1 0 4 1 0 0 0 0 0 0 0 0 0 0 8 0 8 7.4 0.0 7.4

4 to 5 4 0 1 1 0 1 1 0 0 0 0 1 0 0 0 9 0 9 13.6 0.0 13.6

5 to 6 2 1 0 0 0 0 0 1 0 0 0 0 0 0 0 4 0 4 5.2 0.0 5.2

6 to 7 12 0 0 10 1 0 6 0 0 0 0 0 5 0 0 29 5 34 29.3 2.0 31.3

7 to 8 8 0 1 20 0 5 0 1 1 0 0 2 1 0 0 38 1 39 47.6 0.4 48.0

Total 602 29 31 1107 36 53 83 39 5 0 10 19 32 0 5 2014 37 2051 1968.5 22.8 1991.3

PCUs

Time IntervalCar / jeep / van Private

Jeep / Taxi Govt

Auto Rickshaw

Mini Bus

3axle Truck

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram NagarClassified Traffic Volume Count Survey

Bus LCV 2axle Truck

VehiclesTractor Trailor CycleTractor

2 Wheeler MAV

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-Ia

Annexure-Ia: Page 3

Page 182: RFP DCA Annexures Kosi Bridge

Location CHECK POST BELGARH, RAMNAGAR Date 30-Nov-09Direction RAMNAGAR TO HALDWANI Day Monday

Cycle Hand

rickshaw Cart MT NMT Total MT NMT Total

8 to 9 28 6 1 59 3 1 3 1 1 0 0 0 10 0 1 103 11 114 94.5 6.0 100.5

9 to 10 36 5 4 82 5 5 4 5 1 0 0 1 4 0 0 148 4 152 148.1 1.6 149.7

10 to 11 62 5 1 92 3 2 2 3 0 0 0 0 2 0 0 170 2 172 155.2 0.8 156.0

11 to 12 40 2 1 113 5 4 3 2 1 0 0 2 3 0 0 173 3 176 162.6 1.2 163.8

12 to 13 52 10 3 128 9 5 3 9 0 0 0 1 6 0 0 220 6 226 213.2 2.4 215.6

13 to 14 70 4 5 95 3 3 3 4 0 0 0 2 3 0 0 189 3 192 183.1 1.2 184.3

14 to 15 55 6 2 107 3 2 3 2 0 0 1 0 2 0 0 181 2 183 162.3 0.8 163.1

15 to 16 65 4 1 133 3 5 4 2 0 0 0 3 4 0 0 220 4 224 207.2 1.6 208.8

16 to 17 59 5 5 120 3 3 8 4 0 0 0 4 2 0 0 211 2 213 206.8 0.8 207.6

17 to 18 82 3 3 88 3 2 4 0 1 0 1 1 3 0 0 188 3 191 176.4 1.2 177.6

18 to 19 70 4 2 37 1 2 3 0 1 0 0 1 1 0 0 121 1 122 120.4 0.4 120.8

19 to 20 24 0 3 14 0 1 0 2 0 0 0 1 1 0 0 45 1 46 48.7 0.4 49.1

20 to 21 8 1 1 9 0 3 2 2 0 0 0 0 0 0 0 26 0 26 30.8 0.0 30.8

21 to 22 8 2 2 10 1 0 2 1 0 0 0 0 0 0 0 26 0 26 26.3 0.0 26.3

22 to 23 0 0 0 7 0 0 1 0 0 0 0 0 0 0 0 8 0 8 6.7 0.0 6.7

23 to 24 4 0 0 2 0 0 0 2 0 0 0 0 0 0 0 8 0 8 9.9 0.0 9.9

24 to 1 2 0 0 0 0 1 0 0 1 0 0 0 0 0 0 4 0 4 6.4 0.0 6.4

1 to 2 2 0 0 0 0 0 2 0 0 0 0 0 0 0 0 4 0 4 4.8 0.0 4.8

2 to 3 3 0 0 0 0 0 0 1 0 0 0 0 0 0 0 4 0 4 5.2 0.0 5.2

3 to 4 3 1 0 2 0 1 0 0 0 0 0 1 0 0 0 8 0 8 11.7 0.0 11.7

4 to 5 8 0 0 3 0 1 0 2 0 0 0 1 0 0 0 15 0 15 20.9 0.0 20.9

5 to 6 6 0 0 1 0 0 0 0 0 0 0 0 0 0 0 7 0 7 6.8 0.0 6.8

6 to 7 14 0 0 13 1 3 2 0 0 0 0 0 0 0 0 33 0 33 34.6 0.0 34.6

7 to 8 15 0 0 18 1 4 0 0 0 0 0 1 2 0 0 39 2 41 42.7 0.8 43.5

Total 716 58 34 1133 44 48 49 42 6 0 2 19 43 0 1 2151 44 2195 2084.8 19.2 2104.0

3axle Truck MAV

Vehicles PCUs

TractorTractor Trailor Cycle

Classified Traffic Volume Count Survey

Time IntervalCar / jeep / van Private

Jeep / Taxi Govt

Auto Rickshaw

2 Wheeler

Mini Bus Bus LCV

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram Nagar

2axle Truck

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-Ia

Annexure-Ia: Page 4

Page 183: RFP DCA Annexures Kosi Bridge

Location CHECK POST BELGARH, RAMNAGAR Date 1-Dec-09Direction HALDWANI TO RAMNAGAR Day Tuesday

Cycle Hand

rickshaw Cart MT NMT Total MT NMT Total

8 to 9 21 0 3 30 5 6 3 2 0 0 0 4 7 0 0 74 7 81 91.9 2.8 94.7

9 to 10 33 0 1 99 3 3 8 6 0 0 0 2 8 0 0 155 8 163 151.7 3.2 154.9

10 to 11 46 4 0 125 5 8 9 1 0 0 3 0 8 0 0 201 8 209 187.4 3.2 190.6

11 to 12 49 2 1 126 2 1 11 2 1 0 2 3 6 0 0 200 6 206 188.5 2.4 190.9

12 to 13 50 1 4 111 2 5 9 4 0 0 1 4 2 0 0 191 2 193 191.7 0.8 192.5

13 to 14 36 1 2 99 1 3 6 2 0 0 0 1 5 0 0 151 5 156 138.5 2.0 140.5

14 to 15 24 2 1 63 2 7 9 2 1 0 0 3 3 0 0 114 3 117 123.9 1.2 125.1

15 to 16 47 1 0 84 1 6 10 2 2 0 0 4 2 0 0 157 2 159 164.4 0.8 165.2

16 to 17 34 2 4 101 2 2 8 5 1 0 0 1 3 0 0 160 3 163 152.2 1.2 153.4

17 to 18 55 0 4 86 4 0 2 9 0 0 0 1 4 0 0 161 4 165 156.5 1.6 158.1

18 to 19 37 4 0 36 4 5 2 2 0 0 1 0 0 0 0 91 0 91 93.2 0.0 93.2

19 to 20 39 0 2 23 1 0 3 1 0 0 0 1 0 0 0 70 0 70 70.5 0.0 70.5

20 to 21 26 0 0 8 0 1 1 1 0 0 0 0 0 0 0 37 0 37 37.8 0.0 37.8

21 to 22 7 1 1 3 0 0 1 0 0 0 0 0 0 0 0 13 0 13 12.9 0.0 12.9

22 to 23 6 0 0 4 0 0 0 0 0 0 0 0 0 0 0 10 0 10 9.0 0.0 9.0

23 to 24 4 1 0 2 0 1 1 2 0 0 0 0 0 0 0 11 0 11 14.5 0.0 14.5

24 to 1 8 0 0 0 0 0 2 0 0 0 0 0 0 0 0 10 0 10 10.8 0.0 10.8

1 to 2 5 0 0 0 0 0 2 0 0 0 0 0 0 0 0 7 0 7 7.8 0.0 7.8

2 to 3 3 2 0 1 0 0 1 1 0 0 0 0 0 0 0 8 0 8 9.4 0.0 9.4

3 to 4 6 1 0 3 1 2 0 2 0 0 0 0 0 0 1 15 1 16 19.5 2.0 21.5

4 to 5 12 1 2 5 1 0 2 0 0 0 0 2 2 0 0 25 2 27 31.4 0.8 32.2

5 to 6 4 0 1 2 0 0 0 1 0 0 0 0 0 0 0 8 0 8 8.9 0.0 8.9

6 to 7 3 1 2 12 0 1 6 0 0 0 0 0 3 0 0 25 3 28 26.0 1.2 27.2

7 to 8 6 2 0 10 1 5 1 1 0 0 2 0 0 0 0 28 0 28 34.3 0.0 34.3

Total 561 26 28 1033 35 56 97 46 5 0 9 26 53 0 1 1922 54 1976 1932.2 23.2 1955.4

Time IntervalAuto

Rickshaw2

Wheeler LCV

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram NagarClassified Traffic Volume Count Survey

Vehicles PCUs

BusTractor Trailor

3axle Truck

Car / jeep / van Private

Jeep / Taxi Govt MAV Tractor Cycle

2axle Truck

Mini Bus

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-Ia

Annexure-Ia: Page 5

Page 184: RFP DCA Annexures Kosi Bridge

Location CHECK POST BELGARH, RAMNAGAR Date 1-Dec-09Direction RAMNAGAR TO HALDWANI Day Tuesday

Cycle Hand

rickshaw Cart MT NMT Total MT NMT Total

8 to 9 19 7 0 71 2 1 7 1 0 0 0 0 11 0 0 108 11 119 96.3 4.4 100.7

9 to 10 39 3 1 69 3 4 4 4 0 0 0 0 4 0 0 127 4 131 122.4 1.6 124.0

10 to 11 53 0 2 98 1 1 3 4 0 0 0 6 2 0 0 168 2 170 169.5 0.8 170.3

11 to 12 32 6 2 66 4 0 4 4 1 0 0 2 9 0 0 121 9 130 120.1 3.6 123.7

12 to 13 51 3 5 84 2 5 7 3 0 0 1 0 6 0 0 161 6 167 154.6 2.4 157.0

13 to 14 48 4 1 87 1 4 3 4 0 0 0 5 3 0 0 157 3 160 161.7 1.2 162.9

14 to 15 58 3 1 92 2 2 4 2 0 0 0 3 0 0 0 167 0 167 160.4 0.0 160.4

15 to 16 45 3 6 98 6 2 5 2 0 0 0 3 2 0 0 170 2 172 164.9 0.8 165.7

16 to 17 57 8 2 108 3 5 3 4 0 0 0 3 2 0 0 193 2 195 188.6 0.8 189.4

17 to 18 67 1 3 91 1 5 2 4 3 0 1 2 6 0 0 180 6 186 179.9 2.4 182.3

18 to 19 44 1 0 34 0 3 3 3 0 0 0 1 1 0 0 89 1 90 91.9 0.4 92.3

19 to 20 20 4 3 24 0 0 3 3 0 0 0 0 0 0 0 57 0 57 56.4 0.0 56.4

20 to 21 21 0 2 12 0 3 1 7 0 0 0 0 1 0 0 46 1 47 55.8 0.4 56.2

21 to 22 2 0 0 6 0 0 0 2 0 0 1 1 0 0 0 12 0 12 16.3 0.0 16.3

22 to 23 4 1 1 2 0 1 2 0 0 0 0 0 0 0 0 11 0 11 12.7 0.0 12.7

23 to 24 3 0 0 0 0 0 2 1 1 0 0 0 0 0 0 7 0 7 10.2 0.0 10.2

24 to 1 2 0 0 0 0 1 0 2 0 0 0 2 0 0 0 7 0 7 16.6 0.0 16.6

1 to 2 4 0 0 0 0 0 2 0 0 0 0 1 0 0 0 7 0 7 10.8 0.0 10.8

2 to 3 2 0 0 0 0 0 0 1 2 0 0 0 0 0 0 5 0 5 8.6 0.0 8.6

3 to 4 4 1 0 2 0 1 2 0 1 0 0 0 0 0 0 11 0 11 13.7 0.0 13.7

4 to 5 6 2 0 4 1 0 0 1 0 0 0 0 0 0 0 14 0 14 14.6 0.0 14.6

5 to 6 9 2 2 8 1 2 0 1 0 0 0 0 0 0 0 25 0 25 27.4 0.0 27.4

6 to 7 16 1 0 13 0 2 2 0 0 0 0 2 2 0 0 36 2 38 42.0 0.8 42.8

7 to 8 10 2 2 12 3 2 0 0 0 0 1 0 6 0 0 32 6 38 33.4 2.4 35.8

Total 616 52 33 981 30 44 59 53 8 0 4 31 55 0 0 1911 55 1966 1928.6 22.0 1950.6

Auto Rickshaw

Vehicles

MAV Tractor

PCUs

Cycle

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram NagarClassified Traffic Volume Count Survey

Time IntervalCar / jeep / van Private

Jeep / Taxi Govt

2axle Truck

3axle Truck

Tractor Trailor

2 Wheeler

Mini Bus Bus LCV

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-Ia

Annexure-Ia: Page 6

Page 185: RFP DCA Annexures Kosi Bridge

Location CHECK POST BELGARH, RAMNAGAR Date 2-Dec-09Direction HALDWANI TO RAMNAGAR Day Wednesday

Cycle Hand

rickshaw Cart MT NMT Total MT NMT Total

8 to 9 14 1 3 41 2 7 1 4 0 0 0 2 10 0 0 75 10 85 85.8 4.0 89.8

9 to 10 17 3 2 56 1 4 1 3 0 0 0 4 4 0 0 91 4 95 98.6 1.6 100.2

10 to 11 39 7 2 105 4 9 0 3 0 0 0 3 9 0 0 172 9 181 171.2 3.6 174.8

11 to 12 36 3 1 95 3 2 0 2 0 0 1 0 3 0 0 143 3 146 125.9 1.2 127.1

12 to 13 79 6 3 121 4 7 0 3 0 0 0 4 3 0 0 227 3 230 223.0 1.2 224.2

13 to 14 45 3 3 93 0 5 9 6 0 0 0 2 6 0 0 166 6 172 166.2 2.4 168.6

14 to 15 37 5 2 72 3 4 4 5 0 0 0 2 5 0 0 134 5 139 136.0 2.0 138.0

15 to 16 40 5 0 92 2 5 2 7 0 0 0 3 2 0 0 156 2 158 158.0 0.8 158.8

16 to 17 30 1 3 83 3 3 3 0 0 0 0 2 2 0 0 128 2 130 119.9 0.8 120.7

17 to 18 44 2 2 76 5 2 8 4 0 0 1 1 1 0 0 145 1 146 142.2 0.4 142.6

18 to 19 33 2 3 42 2 6 7 3 0 0 0 2 0 0 0 100 0 100 110.5 0.0 110.5

19 to 20 18 0 1 23 0 3 7 3 0 0 0 1 0 0 0 56 0 56 63.5 0.0 63.5

20 to 21 12 1 1 7 0 0 0 1 0 0 0 0 0 0 0 22 0 22 21.7 0.0 21.7

21 to 22 7 0 0 3 0 0 2 0 0 0 0 0 0 0 0 12 0 12 12.1 0.0 12.1

22 to 23 4 0 0 1 0 0 0 0 0 0 0 0 0 0 0 5 0 5 4.8 0.0 4.8

23 to 24 5 1 0 0 0 1 1 2 0 0 0 0 0 0 0 10 0 10 14.0 0.0 14.0

24 to 1 2 0 0 1 0 0 1 1 0 0 0 0 0 0 0 5 0 5 6.4 0.0 6.4

1 to 2 2 2 0 0 0 1 0 1 0 0 0 0 0 0 0 6 0 6 8.4 0.0 8.4

2 to 3 1 1 0 0 2 0 2 0 0 0 0 0 0 0 0 6 0 6 7.6 0.0 7.6

3 to 4 3 1 0 1 0 1 1 3 0 0 0 0 0 0 0 10 0 10 15.0 0.0 15.0

4 to 5 5 2 1 3 3 0 4 0 0 0 0 0 4 0 0 18 4 22 20.3 1.6 21.9

5 to 6 2 1 0 3 0 0 0 0 0 0 0 0 0 0 0 6 0 6 5.3 0.0 5.3

6 to 7 1 1 2 6 1 0 4 0 0 0 0 0 2 0 0 15 2 17 15.9 0.8 16.7

7 to 8 2 2 3 7 1 4 3 0 0 0 1 0 1 0 0 23 1 24 28.7 0.4 29.1

Total 478 50 32 931 36 64 60 51 0 0 3 26 52 0 0 1731 52 1783 1760.3 20.8 1781.1

3axle Truck

PCUs

Time IntervalAuto

Rickshaw

Vehicles2

WheelerMini Bus

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram NagarClassified Traffic Volume Count Survey

Bus TractorCar / jeep / van Private

Jeep / Taxi Govt MAVLCV Cycle

Tractor Trailor

2axle Truck

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-Ia

Annexure-Ia: Page 7

Page 186: RFP DCA Annexures Kosi Bridge

Location CHECK POST BELGARH, RAMNAGAR Date 2-Dec-09Direction RAMNAGAR TO HALDWANI Day Wednesday

Cycle Hand

rickshaw Cart MT NMT Total MT NMT Total

8 to 9 32 4 1 66 5 2 4 2 0 0 0 2 10 0 0 118 10 128 116.1 4.0 120.1

9 to 10 42 3 3 108 6 3 10 4 3 0 0 3 3 0 0 185 3 188 186.0 1.2 187.2

10 to 11 50 3 2 80 4 2 14 5 0 0 0 1 4 0 0 161 4 165 160.0 1.6 161.6

11 to 12 57 1 2 97 4 2 14 5 0 0 0 1 6 0 0 183 6 189 177.8 2.4 180.2

12 to 13 45 1 6 71 3 1 7 2 0 0 0 0 1 0 0 136 1 137 127.1 0.4 127.5

13 to 14 31 4 1 90 4 3 10 2 0 0 0 2 6 0 0 147 6 153 142.3 2.4 144.7

14 to 15 35 4 1 79 5 4 10 7 0 0 1 1 2 0 0 147 2 149 150.1 0.8 150.9

15 to 16 49 3 3 74 10 5 5 8 0 0 0 8 6 0 0 165 6 171 192.7 2.4 195.1

16 to 17 65 0 2 98 3 4 5 3 0 0 0 0 3 0 0 180 3 183 167.5 1.2 168.7

17 to 18 45 2 2 80 1 3 3 3 0 0 0 2 0 0 0 141 0 141 136.2 0.0 136.2

18 to 19 26 3 4 30 0 0 4 0 0 0 1 0 5 0 0 68 5 73 63.3 2.0 65.3

19 to 20 19 1 1 14 0 1 3 1 1 0 0 0 1 0 0 41 1 42 42.5 0.4 42.9

20 to 21 3 0 0 5 0 0 1 3 0 0 0 0 0 0 0 12 0 12 14.8 0.0 14.8

21 to 22 2 0 0 1 0 0 1 0 0 0 0 0 0 0 0 4 0 4 4.2 0.0 4.2

22 to 23 1 0 0 2 0 0 0 2 0 0 0 1 0 0 0 6 0 6 10.9 0.0 10.9

23 to 24 3 0 0 0 0 1 2 1 0 0 0 0 0 0 0 7 0 7 10.2 0.0 10.2

24 to 1 2 0 0 0 0 0 1 2 0 0 0 1 0 0 0 6 0 6 11.8 0.0 11.8

1 to 2 0 0 0 0 0 0 1 1 2 0 0 0 0 0 0 4 0 4 8.0 0.0 8.0

2 to 3 2 0 0 0 0 0 0 1 0 0 0 0 0 0 0 3 0 3 4.2 0.0 4.2

3 to 4 2 0 0 0 0 0 2 0 0 0 0 0 0 0 0 4 0 4 4.8 0.0 4.8

4 to 5 3 0 0 2 2 0 0 2 0 0 0 0 0 0 0 9 0 9 11.7 0.0 11.7

5 to 6 3 0 0 2 0 0 1 0 0 0 0 1 0 0 0 7 0 7 9.9 0.0 9.9

6 to 7 6 0 0 4 2 1 0 3 0 0 0 1 0 0 0 17 0 17 24.6 0.0 24.6

7 to 8 9 1 0 16 1 4 0 1 0 0 0 2 13 0 0 34 13 47 42.4 5.2 47.6

Total 532 30 28 919 50 36 98 58 6 0 2 26 60 0 0 1785 60 1845 1818.9 24.0 1842.9

VehiclesTractor TrailorTractor Cycle

3axle TruckBus

2 Wheeler MAV

Mini Bus

2axle Truck

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram Nagar

Car / jeep / van Private LCV

Jeep / Taxi Govt

Auto Rickshaw

Classified Traffic Volume Count Survey

Time Interval

PCUs

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-Ia

Annexure-Ia: Page 8

Page 187: RFP DCA Annexures Kosi Bridge

Location CHECK POST BELGARH, RAMNAGAR Date 3-Dec-09Direction HALDWANI TO RAMNAGAR Day Thursday

Cycle Hand

rickshaw Cart MT NMT Total MT NMT Total

8 to 9 12 3 0 19 3 4 0 0 0 0 0 1 11 0 0 42 11 53 46.3 4.4 50.7

9 to 10 25 3 1 56 5 1 1 1 0 0 1 1 6 0 0 95 6 101 89.4 2.4 91.8

10 to 11 45 7 3 97 5 5 6 0 0 0 2 0 0 0 3 170 3 173 157.6 6.0 163.6

11 to 12 57 4 1 118 5 3 8 6 0 0 0 4 5 0 0 206 5 211 204.7 2.0 206.7

12 to 13 37 3 1 110 1 5 3 3 0 0 0 2 9 0 0 165 9 174 154.9 3.6 158.5

13 to 14 41 6 0 86 2 3 4 0 0 0 0 2 4 0 0 144 4 148 134.5 1.6 136.1

14 to 15 46 7 2 68 2 3 5 3 0 0 0 0 0 0 0 136 0 136 129.4 0.0 129.4

15 to 16 38 9 4 88 4 5 2 0 0 0 0 0 0 0 0 150 0 150 137.2 0.0 137.2

16 to 17 39 10 4 85 5 1 5 0 0 0 0 0 0 0 0 149 0 149 133.8 0.0 133.8

17 to 18 42 4 12 68 2 2 4 1 0 0 0 3 2 0 0 138 2 140 138.4 0.8 139.2

18 to 19 45 8 4 50 5 1 0 3 1 0 0 1 2 0 0 118 2 120 117.3 0.8 118.1

19 to 20 46 4 1 24 3 3 2 9 0 0 0 0 0 0 0 92 0 92 102.6 0.0 102.6

20 to 21 12 0 1 5 0 0 2 4 0 0 0 0 0 0 0 24 0 24 28.6 0.0 28.6

21 to 22 22 0 0 6 0 1 3 2 0 0 0 0 2 0 0 34 2 36 37.3 0.8 38.1

22 to 23 6 0 0 1 0 0 1 1 0 0 1 1 0 0 0 11 0 11 15.8 0.0 15.8

23 to 24 4 1 0 2 0 0 1 0 0 0 0 0 0 0 0 8 0 8 7.9 0.0 7.9

24 to 1 2 0 0 0 0 0 0 0 0 0 0 0 0 0 0 2 0 2 2.0 0.0 2.0

1 to 2 0 0 0 1 0 0 2 0 0 0 0 0 0 0 0 3 0 3 3.6 0.0 3.6

2 to 3 1 1 0 0 0 2 0 1 0 0 0 0 0 0 0 5 0 5 8.6 0.0 8.6

3 to 4 3 0 0 2 0 0 1 0 0 0 0 0 0 0 0 6 0 6 5.9 0.0 5.9

4 to 5 4 3 0 5 0 0 2 0 0 0 0 0 1 0 0 14 1 15 13.6 0.4 14.0

5 to 6 2 1 0 3 0 1 1 0 0 0 0 0 0 0 0 8 0 8 8.9 0.0 8.9

6 to 7 4 3 0 5 0 0 0 1 0 0 0 0 0 0 0 13 0 13 13.0 0.0 13.0

7 to 8 11 0 0 10 2 3 1 0 0 0 0 0 2 0 0 27 2 29 29.3 0.8 30.1

Total 544 77 34 909 44 43 54 35 1 0 4 15 44 0 3 1760 47 1807 1720.2 23.6 1743.8

Auto Rickshaw

2 WheelerTime Interval

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram NagarClassified Traffic Volume Count Survey

Vehicles PCUs

Bus3axle Truck

Car / jeep / van Private

Mini Bus

Jeep / Taxi Govt LCV MAV Tractor

2axle Truck Cycle

Tractor Trailor

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-Ia

Annexure-Ia: Page 9

Page 188: RFP DCA Annexures Kosi Bridge

Location CHECK POST BELGARH, RAMNAGAR Date 3-Dec-09Direction RAMNAGAR TO HALDWANI Day Thursday

Cycle Hand

rickshaw Cart MT NMT Total MT NMT Total

8 to 9 23 2 0 41 2 2 4 5 1 0 0 1 10 0 0 81 10 91 85.8 4.0 89.8

9 to 10 40 6 1 101 2 9 4 7 0 0 0 0 5 0 0 170 5 175 166.6 2.0 168.6

10 to 11 42 8 3 61 3 1 7 2 0 0 0 0 3 0 0 127 3 130 120.0 1.2 121.2

11 to 12 53 10 0 95 6 3 3 5 0 0 1 0 6 0 0 176 6 182 165.9 2.4 168.3

12 to 13 38 6 2 87 1 3 5 6 0 0 0 0 10 0 0 148 10 158 139.9 4.0 143.9

13 to 14 31 2 4 77 2 4 3 5 0 0 0 1 5 0 0 129 5 134 126.4 2.0 128.4

14 to 15 42 4 2 66 4 2 6 2 0 0 0 2 1 0 0 130 1 131 128.7 0.4 129.1

15 to 16 27 4 2 62 3 5 2 1 0 0 0 3 1 0 0 109 1 110 112.1 0.4 112.5

16 to 17 49 3 2 64 1 3 4 2 0 0 0 1 2 0 0 129 2 131 124.4 0.8 125.2

17 to 18 59 6 3 63 3 4 1 6 0 0 0 4 5 0 0 149 5 154 159.5 2.0 161.5

18 to 19 64 1 8 30 2 4 5 7 0 0 2 3 8 0 0 126 8 134 145.9 3.2 149.1

19 to 20 53 1 2 35 0 1 2 5 0 0 0 0 1 0 0 99 1 100 98.7 0.4 99.1

20 to 21 40 2 1 34 0 0 0 2 0 0 2 0 0 0 0 81 0 81 75.9 0.0 75.9

21 to 22 6 0 0 9 0 2 0 6 0 0 0 0 2 0 0 23 2 25 30.4 0.8 31.2

22 to 23 2 0 1 2 0 1 0 0 0 0 0 0 0 0 0 6 0 6 6.9 0.0 6.9

23 to 24 3 0 0 0 0 0 0 1 0 0 0 0 0 0 0 4 0 4 5.2 0.0 5.2

24 to 1 2 0 0 0 0 0 0 2 0 0 0 0 0 0 0 4 0 4 6.4 0.0 6.4

1 to 2 1 0 0 0 0 0 1 0 0 0 0 0 0 0 0 2 0 2 2.4 0.0 2.4

2 to 3 2 0 0 0 0 0 1 1 0 0 0 0 0 0 0 4 0 4 5.6 0.0 5.6

3 to 4 4 0 0 0 1 0 0 2 0 0 0 1 0 0 0 8 0 8 13.8 0.0 13.8

4 to 5 7 0 0 3 0 2 1 0 0 0 0 0 0 0 0 13 0 13 15.1 0.0 15.1

5 to 6 8 2 0 5 0 2 0 0 0 0 0 0 2 0 0 17 2 19 18.2 0.8 19.0

6 to 7 12 0 0 8 0 1 2 0 0 0 0 0 3 0 0 23 3 26 23.0 1.2 24.2

7 to 8 12 0 0 17 1 3 0 1 0 0 0 0 0 0 0 34 0 34 35.0 0.0 35.0

Total 620 57 31 860 31 52 51 68 1 0 5 16 64 0 0 1792 64 1856 1811.2 25.6 1836.8

PCUs

Cycle

Vehicles

Time IntervalCar / jeep / van Private

Jeep / Taxi Govt

Tractor Trailor

Mini Bus Bus MAV Tractor

Auto Rickshaw

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram NagarClassified Traffic Volume Count Survey

LCV 2axle Truck

3axle Truck

2 Wheeler

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-Ia

Annexure-Ia: Page 10

Page 189: RFP DCA Annexures Kosi Bridge

Location CHECK POST BELGARH, RAMNAGAR Date 4-Dec-09Direction HALDWANI TO RAMNAGAR Day Friday

Cycle Hand

rickshaw Cart MT NMT Total MT NMT Total

8 to 9 13 1 0 19 4 3 0 0 0 0 0 2 3 0 0 42 3 45 48.5 1.2 49.7

9 to 10 27 5 0 79 3 4 3 4 0 0 0 1 12 0 0 126 12 138 121.3 4.8 126.1

10 to 11 27 6 1 92 5 7 1 2 0 0 3 0 6 0 0 144 6 150 135.6 2.4 138.0

11 to 12 50 12 1 112 6 4 3 0 0 0 1 0 4 0 0 189 4 193 170.0 1.6 171.6

12 to 13 53 13 1 97 4 1 2 5 0 0 2 2 4 0 0 180 4 184 172.4 1.6 174.0

13 to 14 64 3 1 69 1 2 2 0 0 0 0 2 0 0 0 144 0 144 136.6 0.0 136.6

14 to 15 36 4 3 62 3 4 4 3 1 0 0 2 6 0 0 122 6 128 125.5 2.4 127.9

15 to 16 43 5 1 74 3 6 2 4 0 0 1 1 2 0 0 140 2 142 139.1 0.8 139.9

16 to 17 35 5 1 79 3 2 1 6 0 0 1 0 4 0 0 133 4 137 125.1 1.6 126.7

17 to 18 35 3 3 66 4 2 0 4 0 0 0 0 5 0 0 117 5 122 109.9 2.0 111.9

18 to 19 34 6 2 64 1 3 1 4 0 0 0 1 0 0 0 116 0 116 112.6 0.0 112.6

19 to 20 17 2 1 24 3 2 0 2 0 0 0 0 1 0 0 51 1 52 51.2 0.4 51.6

20 to 21 18 4 1 8 1 1 2 0 0 0 0 0 0 0 0 35 0 35 35.6 0.0 35.6

21 to 22 3 0 1 5 2 0 0 0 0 0 0 0 0 0 0 11 0 11 10.8 0.0 10.8

22 to 23 2 2 0 3 0 1 1 1 0 0 0 0 0 0 0 10 0 10 12.1 0.0 12.1

23 to 24 7 0 0 6 0 1 0 0 0 0 0 0 0 0 0 14 0 14 13.7 0.0 13.7

24 to 1 3 3 0 2 0 0 1 2 0 0 0 0 0 0 0 11 0 11 13.3 0.0 13.3

1 to 2 0 1 0 0 0 0 2 1 0 0 0 0 0 0 0 4 0 4 6.0 0.0 6.0

2 to 3 2 0 0 0 0 1 1 0 0 0 0 0 0 0 0 4 0 4 5.6 0.0 5.6

3 to 4 4 2 0 3 1 0 0 0 0 0 0 0 0 0 0 10 0 10 9.7 0.0 9.7

4 to 5 3 0 1 3 2 1 3 2 0 0 0 1 4 0 0 16 4 20 24.1 1.6 25.7

5 to 6 5 3 0 8 1 0 2 0 0 0 0 0 2 0 0 19 2 21 18.2 0.8 19.0

6 to 7 7 5 1 12 2 0 0 3 0 0 0 0 4 0 0 30 4 34 31.6 1.6 33.2

7 to 8 8 6 2 23 3 3 2 3 0 0 1 1 1 0 0 52 1 53 59.3 0.4 59.7

Total 496 91 21 910 52 48 33 46 1 0 9 13 58 0 0 1720 58 1778 1687.3 23.2 1710.5

LCV 2axle Truck

Car / jeep / van Private

Auto Rickshaw

2 Wheeler

Jeep / Taxi Govt Bus

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram NagarClassified Traffic Volume Count Survey

Vehicles PCUsTractor Trailor

3axle Truck CycleTime Interval MAV

Mini Bus Tractor

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-Ia

Annexure-Ia: Page 11

Page 190: RFP DCA Annexures Kosi Bridge

Location CHECK POST BELGARH, RAMNAGAR Date 4-Dec-09Direction RAMNAGAR TO HALDWANI Day Friday

Cycle Hand

rickshaw Cart MT NMT Total MT NMT Total

8 to 9 29 1 0 38 2 3 1 3 0 0 0 0 4 0 0 77 4 81 75.9 1.6 77.5

9 to 10 37 4 2 82 5 6 6 5 0 0 0 0 4 0 0 147 4 151 144.5 1.6 146.1

10 to 11 39 8 1 69 3 1 4 3 1 0 1 4 2 0 0 134 2 136 138.2 0.8 139.0

11 to 12 35 1 1 77 4 1 3 6 0 0 0 0 4 0 0 128 4 132 120.2 1.6 121.8

12 to 13 52 6 0 85 1 4 1 7 0 0 0 0 8 0 0 156 8 164 148.8 3.2 152.0

13 to 14 53 3 0 62 3 2 1 8 0 0 0 1 0 0 0 133 0 133 134.1 0.0 134.1

14 to 15 47 6 2 79 5 3 1 1 0 0 0 4 6 0 0 148 6 154 147.9 2.4 150.3

15 to 16 39 8 2 88 4 3 3 3 0 0 0 1 5 0 0 151 5 156 142.4 2.0 144.4

16 to 17 65 6 1 84 1 6 4 3 1 0 0 1 5 0 0 172 5 177 168.2 2.0 170.2

17 to 18 26 4 3 64 1 4 5 0 0 0 0 0 6 0 0 107 6 113 98.8 2.4 101.2

18 to 19 38 2 3 44 1 1 5 7 0 0 0 1 3 0 0 102 3 105 106.6 1.2 107.8

19 to 20 32 2 1 36 0 2 3 2 0 0 0 1 5 0 0 79 5 84 79.2 2.0 81.2

20 to 21 28 3 2 33 0 2 2 3 0 0 0 1 3 0 0 74 3 77 76.0 1.2 77.2

21 to 22 22 2 0 18 1 1 2 3 0 0 0 0 0 0 0 49 0 49 50.5 0.0 50.5

22 to 23 19 0 1 12 0 0 3 2 0 0 0 2 0 0 0 39 0 39 45.8 0.0 45.8

23 to 24 8 0 0 5 0 0 2 4 1 0 0 0 0 0 0 20 0 20 25.6 0.0 25.6

24 to 1 9 0 0 2 0 0 4 2 0 0 0 0 0 0 0 17 0 17 20.5 0.0 20.5

1 to 2 3 0 0 0 0 0 3 2 0 0 0 0 0 0 0 8 0 8 11.6 0.0 11.6

2 to 3 3 0 0 0 0 0 0 4 0 0 0 0 0 0 0 7 0 7 11.8 0.0 11.8

3 to 4 1 1 0 0 0 1 2 2 0 0 0 0 0 0 0 7 0 7 11.4 0.0 11.4

4 to 5 7 2 0 2 0 2 3 1 0 0 0 1 2 0 0 18 2 20 25.3 0.8 26.1

5 to 6 11 1 0 7 0 3 0 0 0 0 0 0 3 0 0 22 3 25 23.9 1.2 25.1

6 to 7 16 0 0 11 0 2 3 2 0 0 0 0 4 0 0 34 4 38 37.3 1.6 38.9

7 to 8 14 0 0 14 1 3 0 2 0 0 0 0 2 0 2 34 4 38 36.9 4.8 41.7

Total 633 60 19 912 32 50 61 75 3 0 1 17 66 0 2 1863 68 1931 1881.0 30.4 1911.4

Time Interval

PCUs

Cycle

VehiclesTractor Trailor

3axle Truck

2axle Truck

Jeep / Taxi Govt

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram NagarClassified Traffic Volume Count Survey

2 Wheeler

Mini Bus MAV Tractor

Car / jeep / van Private LCV

Auto Rickshaw Bus

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-Ia

Annexure-Ia: Page 12

Page 191: RFP DCA Annexures Kosi Bridge

Location CHECK POST BELGARH, RAMNAGAR Date 5-Dec-09Direction HALDWANI TO RAMNAGAR Day Saturday

Cycle Hand

rickshaw Cart MT NMT Total MT NMT Total

8 to 9 14 5 0 21 2 3 0 4 0 0 0 1 9 0 0 50 9 59 57.0 3.6 60.6

9 to 10 23 3 0 87 4 2 2 2 0 0 0 0 5 0 0 123 5 128 108.5 2.0 110.5

10 to 11 32 6 2 104 2 3 4 5 0 0 0 1 12 0 0 159 12 171 148.4 4.8 153.2

11 to 12 48 11 0 117 7 4 5 1 0 0 1 2 3 0 0 196 3 199 184.0 1.2 185.2

12 to 13 54 9 1 103 3 2 3 2 0 0 1 0 6 0 0 178 6 184 160.1 2.4 162.5

13 to 14 38 4 2 54 2 2 6 3 0 0 0 2 5 0 0 113 5 118 115.1 2.0 117.1

14 to 15 44 8 1 76 3 2 4 2 0 0 0 3 7 0 0 143 7 150 140.8 2.8 143.6

15 to 16 37 5 4 87 5 4 3 0 0 0 0 0 4 0 0 145 4 149 132.1 1.6 133.7

16 to 17 42 10 1 83 3 0 2 5 0 0 0 1 3 0 0 147 3 150 137.5 1.2 138.7

17 to 18 31 5 2 72 2 1 1 4 0 0 2 1 3 0 0 121 3 124 114.4 1.2 115.6

18 to 19 39 7 3 46 2 2 0 2 0 0 0 1 2 0 0 102 2 104 99.7 0.8 100.5

19 to 20 31 2 1 21 3 1 2 5 0 0 0 0 0 0 0 66 0 66 70.2 0.0 70.2

20 to 21 14 0 0 9 2 3 1 3 0 0 0 0 0 0 0 32 0 32 38.2 0.0 38.2

21 to 22 7 0 0 4 0 0 0 0 0 0 0 0 0 0 0 11 0 11 10.0 0.0 10.0

22 to 23 4 1 1 1 0 0 2 0 0 0 0 0 0 0 0 9 0 9 9.8 0.0 9.8

23 to 24 3 3 0 3 0 1 3 0 0 0 0 0 0 0 0 13 0 13 14.7 0.0 14.7

24 to 1 5 0 0 0 0 2 0 2 0 0 0 0 0 0 0 9 0 9 13.8 0.0 13.8

1 to 2 1 0 0 3 0 0 2 1 0 0 0 0 0 0 0 7 0 7 8.3 0.0 8.3

2 to 3 3 0 0 0 0 0 1 0 0 0 0 0 0 0 0 4 0 4 4.4 0.0 4.4

3 to 4 2 2 1 0 1 2 4 2 0 0 0 0 0 0 0 14 0 14 21.0 0.0 21.0

4 to 5 2 2 1 2 1 1 1 1 0 0 0 0 2 0 0 11 2 13 13.9 0.8 14.7

5 to 6 4 2 0 6 2 1 2 1 0 0 0 0 0 0 0 18 0 18 20.5 0.0 20.5

6 to 7 4 1 2 9 0 1 4 2 0 0 2 0 0 0 3 25 3 28 29.2 6.0 35.2

7 to 8 9 4 0 24 1 0 1 1 0 0 0 0 5 0 0 40 5 45 36.0 2.0 38.0

Total 491 90 22 932 45 37 53 48 0 0 6 12 66 0 3 1736 69 1805 1687.0 32.4 1719.4

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram NagarClassified Traffic Volume Count Survey

Vehicles PCUs

LCV BusTime IntervalCar / jeep / van Private

Tractor Trailor

3axle Truck

Jeep / Taxi Govt

Auto Rickshaw

2 Wheeler

Mini Bus MAV Tractor

2axle Truck Cycle

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-Ia

Annexure-Ia: Page 13

Page 192: RFP DCA Annexures Kosi Bridge

Location CHECK POST BELGARH, RAMNAGAR Date 5-Dec-09Direction RAMNAGAR TO HALDWANI Day Saturday

Cycle Hand

rickshaw Cart MT NMT Total MT NMT Total

8 to 9 27 0 0 33 1 3 2 3 0 0 0 2 5 0 0 71 5 76 77.2 2.0 79.2

9 to 10 48 4 2 97 1 6 3 4 0 0 0 0 3 0 0 165 3 168 154.8 1.2 156.0

10 to 11 42 4 3 57 2 4 5 2 0 0 0 0 6 0 0 119 6 125 115.4 2.4 117.8

11 to 12 64 8 1 79 0 7 2 0 2 0 0 0 2 0 0 163 2 165 155.1 0.8 155.9

12 to 13 52 4 0 68 2 4 3 0 0 0 0 2 6 0 0 135 6 141 130.8 2.4 133.2

13 to 14 34 5 2 68 3 2 2 2 0 0 0 0 3 0 0 118 3 121 108.2 1.2 109.4

14 to 15 47 3 0 73 1 4 6 5 0 0 0 0 2 0 0 139 2 141 134.4 0.8 135.2

15 to 16 39 7 2 69 2 6 2 2 0 0 0 0 7 0 0 129 7 136 123.4 2.8 126.2

16 to 17 44 2 0 77 3 1 1 3 0 0 0 0 1 0 0 131 1 132 118.2 0.4 118.6

17 to 18 53 4 2 64 1 3 4 4 0 0 0 1 5 0 0 136 5 141 133.8 2.0 135.8

18 to 19 44 3 2 42 2 2 3 2 0 0 0 1 10 0 0 101 10 111 100.7 4.0 104.7

19 to 20 52 7 3 31 1 5 1 6 0 0 0 0 7 0 0 106 7 113 112.9 2.8 115.7

20 to 21 48 5 1 39 1 2 3 3 0 0 0 0 8 0 0 102 8 110 100.1 3.2 103.3

21 to 22 7 0 0 11 0 3 1 4 0 0 0 0 2 0 0 26 2 28 32.1 0.8 32.9

22 to 23 4 0 0 10 0 1 0 2 0 0 0 0 0 0 0 17 0 17 18.1 0.0 18.1

23 to 24 2 0 0 2 0 0 2 2 0 0 0 1 0 0 0 9 0 9 14.7 0.0 14.7

24 to 1 3 0 0 0 0 0 0 3 0 0 0 0 0 0 0 6 0 6 9.6 0.0 9.6

1 to 2 2 0 0 0 0 0 1 2 0 0 0 0 0 0 0 5 0 5 7.8 0.0 7.8

2 to 3 0 0 0 0 0 0 0 2 0 0 0 0 0 0 0 2 0 2 4.4 0.0 4.4

3 to 4 3 2 0 0 1 2 0 0 0 0 0 0 0 0 0 8 0 8 10.8 0.0 10.8

4 to 5 4 0 0 2 0 1 1 2 0 0 0 1 0 0 0 11 0 11 17.5 0.0 17.5

5 to 6 8 0 0 4 0 2 0 2 0 0 0 1 1 0 0 17 1 18 23.8 0.4 24.2

6 to 7 11 0 0 13 1 1 0 3 0 0 0 0 4 0 0 29 4 33 31.0 1.6 32.6

7 to 8 17 0 0 12 1 2 1 0 2 0 0 0 2 0 0 35 2 37 37.6 0.8 38.4

Total 655 58 18 851 23 61 43 58 4 0 0 9 74 0 0 1780 74 1854 1771.9 29.6 1801.5

Tractor Trailor

PCUs

Cycle

Vehicles2axle Truck

3axle Truck MAV Tractor

2 Wheeler 1

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram NagarClassified Traffic Volume Count Survey

Time IntervalCar / jeep / van Private

Jeep / Taxi Govt

Auto Rickshaw Bus LCV

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-Ia

Annexure-Ia: Page 14

Page 193: RFP DCA Annexures Kosi Bridge

Location CHECK POST BELGARH, RAMNAGAR DateDirection HALDWANI TO RAMNAGAR Day

Cycle Hand

rickshaw Cart MT NMT Total MT NMT Total

8 to 9 16.7 1.7 1.4 27.4 3.6 4.0 1.0 1.7 0.1 0.0 0.3 1.4 7.3 0.0 0.0 59.4 7.3 66.7 66.1 2.9 69.0

9 to 10 30.4 2.1 1.7 73.1 3.3 3.3 3.0 2.6 0.0 0.0 0.6 1.3 5.9 0.0 0.0 121.4 5.9 127.3 117.1 2.3 119.5

10 to 11 39.1 4.9 1.7 107.7 4.0 6.0 4.3 2.1 0.0 0.0 1.7 0.7 6.3 0.0 0.4 172.3 6.7 179.0 161.6 3.4 165.0

11 to 12 51.3 5.3 1.3 118.4 4.1 2.6 5.4 2.4 0.1 0.0 1.3 1.3 4.1 0.0 0.6 193.6 4.7 198.3 178.6 2.8 181.4

12 to 13 58.0 6.0 2.4 115.7 4.1 3.9 4.0 3.4 0.1 0.0 1.0 2.7 4.1 0.0 0.0 201.4 4.1 205.6 193.7 1.7 195.4

13 to 14 42.9 2.7 1.9 82.1 1.1 2.7 5.6 2.4 0.0 0.0 0.0 2.1 3.3 0.0 0.0 143.6 3.3 146.9 138.7 1.3 140.0

14 to 15 39.3 4.1 2.3 78.9 3.0 3.3 5.6 3.0 0.3 0.0 0.1 2.7 4.3 0.0 0.0 142.6 4.3 146.9 142.8 1.7 144.5

15 to 16 36.4 4.4 1.9 84.0 3.0 4.6 4.4 2.4 0.3 0.3 0.3 1.6 1.6 0.0 0.0 143.6 1.6 145.1 140.3 0.6 141.0

16 to 17 37.9 4.3 2.9 84.7 3.3 2.3 5.1 2.9 0.3 0.0 0.1 1.0 2.7 0.0 0.1 144.7 2.9 147.6 137.1 1.4 138.4

17 to 18 44.4 2.3 4.3 71.9 3.0 1.7 2.9 3.7 0.1 0.0 0.4 1.0 2.3 0.0 0.1 135.7 2.4 138.1 130.8 1.2 132.0

18 to 19 39.9 4.0 2.9 46.4 2.6 3.7 2.0 2.4 0.6 0.1 0.4 0.9 0.6 0.0 0.0 105.9 0.6 106.4 107.9 0.2 108.1

19 to 20 30.9 1.6 1.4 21.4 1.7 1.7 3.0 3.1 0.1 0.0 0.1 0.3 0.1 0.0 0.0 65.4 0.1 65.6 69.2 0.1 69.2

20 to 21 15.3 1.0 0.7 7.1 0.4 0.7 1.0 1.4 0.0 0.0 0.0 0.0 0.0 0.0 0.0 27.7 0.0 27.7 29.2 0.0 29.2

21 to 22 12.1 0.4 0.3 5.3 0.4 0.3 1.0 0.7 0.0 0.0 0.0 0.0 0.3 0.0 0.0 20.6 0.3 20.9 21.1 0.1 21.2

22 to 23 7.1 0.4 0.3 3.4 0.0 0.1 0.6 0.6 0.4 0.0 0.1 0.1 0.0 0.0 0.0 13.3 0.0 13.3 14.6 0.0 14.6

23 to 24 5.9 1.0 0.0 2.7 0.0 0.6 1.3 0.6 0.0 0.0 0.0 0.0 0.0 0.0 0.0 12.0 0.0 12.0 13.2 0.0 13.2

24 to 1 4.7 0.6 0.0 1.3 0.0 0.6 0.6 0.9 0.3 0.0 0.0 0.0 0.0 0.0 0.0 8.9 0.0 8.9 10.8 0.0 10.8

1 to 2 2.1 0.6 0.0 0.9 0.0 0.3 1.4 0.4 0.0 0.0 0.0 0.0 0.0 0.0 0.0 5.7 0.0 5.7 6.9 0.0 6.9

2 to 3 2.4 0.7 0.0 0.3 0.3 0.4 0.9 0.6 0.0 0.0 0.0 0.0 0.0 0.0 0.0 5.6 0.0 5.6 7.2 0.0 7.2

3 to 4 3.6 1.0 0.1 1.9 0.7 1.0 1.0 1.0 0.0 0.0 0.0 0.0 0.0 0.0 0.1 10.3 0.1 10.4 12.9 0.3 13.2

4 to 5 4.9 1.4 1.0 3.0 1.0 0.6 1.9 0.6 0.0 0.0 0.0 0.6 2.1 0.0 0.0 14.9 2.1 17.0 18.5 0.9 19.4

5 to 6 3.7 1.3 0.3 3.1 0.4 0.3 0.7 0.6 0.1 0.0 0.0 0.0 0.3 0.0 0.0 10.6 0.3 10.9 11.5 0.1 11.6

6 to 7 5.6 1.7 1.4 9.4 0.6 0.4 3.4 1.0 0.0 0.0 0.3 0.0 2.7 0.0 0.4 23.9 3.1 27.0 25.2 1.9 27.2

7 to 8 7.3 2.1 1.1 15.9 1.3 3.4 1.9 0.9 0.1 0.0 0.7 0.4 1.9 0.0 0.0 35.1 1.9 37.0 39.6 0.7 40.3

Total 541.9 55.7 31.3 966.1 42.0 48.4 61.9 41.4 3.1 0.4 7.6 18.1 49.9 0.0 1.9 1818.0 51.7 1869.7 1794.6 23.7 1818.3

Time Interval

Car / jeep / van Private

Jeep / Taxi Govt

Auto Rickshaw

3axle Truck MAV

PCUs

CycleMini Bus

Tractor Trailor

2axle Truck

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram NagarAverage Daily Traffic

Bus LCV

Vehicles

Tractor2

Wheeler

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-Ia

Annexure-Ia: Page 15

Page 194: RFP DCA Annexures Kosi Bridge

Location CHECK POST BELGARH, RAMNAGAR DateDirection RAMNAGAR TO HALDWANI Day

Cycle Hand

rickshaw Cart MT NMT Total MT NMT Total

8 to 9 25.1 3.0 0.6 47.1 2.1 1.9 3.1 2.1 0.4 0.0 0.0 0.7 7.4 0.0 0.1 86.3 7.6 93.9 84.2 3.3 87.4

9 to 10 40.0 3.6 2.4 83.7 3.7 4.7 5.1 4.3 0.9 0.0 0.0 0.6 4.1 0.0 0.0 149.0 4.1 153.1 145.6 1.7 147.3

10 to 11 47.6 4.0 2.0 73.6 2.6 2.1 5.9 3.9 0.1 0.0 0.1 1.9 3.1 0.0 0.0 143.7 3.1 146.9 142.1 1.3 143.4

11 to 12 47.6 4.1 1.9 89.0 3.7 3.0 5.1 3.6 0.6 0.0 0.1 1.0 5.3 0.0 0.0 159.7 5.3 165.0 153.0 2.1 155.1

12 to 13 47.4 4.3 2.7 85.3 2.7 3.4 4.6 4.0 0.0 0.0 0.1 0.7 6.1 0.0 0.0 155.3 6.1 161.4 148.5 2.5 151.0

13 to 14 44.9 3.4 2.7 84.1 2.9 3.0 3.9 3.9 0.0 0.0 0.1 1.7 3.4 0.0 0.0 150.6 3.4 154.0 146.2 1.4 147.6

14 to 15 47.4 4.4 1.9 81.9 4.0 2.4 5.0 2.9 0.0 0.0 0.4 1.6 2.1 0.0 0.0 151.9 2.1 154.0 146.6 0.9 147.5

15 to 16 45.1 4.6 2.6 87.0 4.6 3.9 3.6 3.0 0.0 0.0 0.0 2.6 3.7 0.0 0.0 156.9 3.7 160.6 154.8 1.5 156.3

16 to 17 54.1 4.0 1.9 91.0 2.6 3.4 4.1 3.3 0.1 0.0 0.0 1.6 2.7 0.0 0.0 166.1 2.7 168.9 159.4 1.1 160.5

17 to 18 56.0 3.3 2.4 73.0 1.7 3.9 3.0 2.7 0.6 0.0 0.4 1.7 4.3 0.0 0.0 148.7 4.3 153.0 146.7 1.7 148.4

18 to 19 49.0 2.0 3.3 37.0 0.9 2.0 3.3 2.7 0.1 0.0 0.4 1.1 4.0 0.0 0.0 101.9 4.0 105.9 104.4 1.6 106.0

19 to 20 33.9 2.1 2.7 25.6 0.3 1.4 1.9 2.7 0.1 0.0 0.0 0.4 2.1 0.0 0.0 71.1 2.1 73.3 72.6 0.9 73.4

20 to 21 23.7 1.6 1.0 21.3 0.1 1.6 1.6 3.1 0.3 0.0 0.4 0.1 1.7 0.0 0.0 54.9 1.7 56.6 57.0 0.7 57.7

21 to 22 8.0 0.6 0.3 8.9 0.3 0.9 1.1 2.3 0.0 0.0 0.3 0.1 0.6 0.0 0.0 22.7 0.6 23.3 25.4 0.2 25.7

22 to 23 5.7 0.1 0.4 5.6 0.0 0.4 1.0 0.9 0.0 0.0 0.1 0.4 0.0 0.0 0.0 14.7 0.0 14.7 16.7 0.0 16.7

23 to 24 4.3 0.1 0.0 1.9 0.0 0.1 1.1 1.9 0.3 0.0 0.0 0.1 0.0 0.0 0.0 9.9 0.0 9.9 13.0 0.0 13.0

24 to 1 3.4 0.0 0.0 0.6 0.0 0.3 1.0 1.6 0.1 0.0 0.0 0.4 0.0 0.0 0.0 7.4 0.0 7.4 11.4 0.0 11.4

1 to 2 2.0 0.0 0.0 0.0 0.0 0.1 1.6 0.7 0.3 0.0 0.0 0.1 0.0 0.0 0.0 4.9 0.0 4.9 7.3 0.0 7.3

2 to 3 2.3 0.0 0.0 0.1 0.0 0.0 0.1 1.7 0.3 0.0 0.1 0.0 0.0 0.0 0.0 4.7 0.0 4.7 7.2 0.0 7.2

3 to 4 3.0 0.9 0.0 0.9 0.3 0.7 0.9 0.7 0.1 0.0 0.0 0.3 0.0 0.0 0.0 7.7 0.0 7.7 10.7 0.0 10.7

4 to 5 6.1 0.6 0.1 2.9 0.4 1.0 0.9 1.1 0.0 0.0 0.0 0.4 0.3 0.0 0.0 13.6 0.3 13.9 17.3 0.1 17.4

5 to 6 7.6 0.7 0.3 4.6 0.1 1.3 0.3 0.7 0.0 0.0 0.0 0.6 0.9 0.0 0.0 16.1 0.9 17.0 19.3 0.3 19.7

6 to 7 11.9 0.1 0.1 9.9 0.6 1.4 1.4 1.1 0.1 0.0 0.1 0.4 1.9 0.0 0.0 27.3 1.9 29.1 30.3 0.7 31.0

7 to 8 12.7 0.6 0.4 14.3 1.1 3.0 0.4 0.7 0.3 0.0 0.1 0.4 3.6 0.0 0.3 34.1 3.9 38.0 37.4 2.0 39.4

Total 628.9 48.1 29.7 929.0 34.7 46.0 60.0 55.6 4.9 0.0 3.1 19.1 57.4 0.0 0.4 1859.1 57.9 1917.0 1857.1 23.8 1881.0

TractorTractor Trailor CycleMAV

VehiclesCar / jeep / van Private

Jeep / Taxi Govt

Auto Rickshaw

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram Nagar

Mini Bus Bus LCV

Time Interval

3axle Truck

2axle Truck

PCUs2

Wheeler

Average Daily Traffic

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-Ia

Annexure-Ia: Page 16

Page 195: RFP DCA Annexures Kosi Bridge

Location CHECK POST BELGARH, RAMNAGAR DateDirection Both Direction Day

Cycle Hand

rickshaw Cart MT NMT Total MT NMT Total

8 to 9 41.9 4.7 2.0 74.6 5.7 5.9 4.1 3.9 0.6 0.0 0.3 2.1 14.7 0.0 0.1 145.7 14.9 160.6 150.3 6.2 156.5

9 to 10 70.4 5.7 4.1 156.9 7.0 8.0 8.1 6.9 0.9 0.0 0.6 1.9 10.0 0.0 0.0 270.4 10.0 280.4 262.8 4.0 266.8

10 to 11 86.7 8.9 3.7 181.3 6.6 8.1 10.1 6.0 0.1 0.0 1.9 2.6 9.4 0.0 0.4 316.0 9.9 325.9 303.7 4.6 308.3

11 to 12 98.9 9.4 3.1 207.4 7.9 5.6 10.6 6.0 0.7 0.0 1.4 2.3 9.4 0.0 0.6 353.3 10.0 363.3 331.6 4.9 336.5

12 to 13 105.4 10.3 5.1 201.0 6.9 7.3 8.6 7.4 0.1 0.0 1.1 3.4 10.3 0.0 0.0 356.7 10.3 367.0 342.2 4.1 346.4

13 to 14 87.7 6.1 4.6 166.3 4.0 5.7 9.4 6.3 0.0 0.0 0.1 3.9 6.7 0.0 0.0 294.1 6.7 300.9 284.9 2.7 287.6

14 to 15 86.7 8.6 4.1 160.7 7.0 5.7 10.6 5.9 0.3 0.0 0.6 4.3 6.4 0.0 0.0 294.4 6.4 300.9 289.4 2.6 292.0

15 to 16 81.6 9.0 4.4 171.0 7.6 8.4 8.0 5.4 0.3 0.3 0.3 4.1 5.3 0.0 0.0 300.4 5.3 305.7 295.2 2.1 297.3

16 to 17 92.0 8.3 4.7 175.7 5.9 5.7 9.3 6.1 0.4 0.0 0.1 2.6 5.4 0.0 0.1 310.9 5.6 316.4 296.4 2.5 298.9

17 to 18 100.4 5.6 6.7 144.9 4.7 5.6 5.9 6.4 0.7 0.0 0.9 2.7 6.6 0.0 0.1 284.4 6.7 291.1 277.5 2.9 280.4

18 to 19 88.9 6.0 6.1 83.4 3.4 5.7 5.3 5.1 0.7 0.1 0.9 2.0 4.6 0.0 0.0 207.7 4.6 212.3 212.2 1.8 214.1

19 to 20 64.7 3.7 4.1 47.0 2.0 3.1 4.9 5.9 0.3 0.0 0.1 0.7 2.3 0.0 0.0 136.6 2.3 138.9 141.7 0.9 142.7

20 to 21 39.0 2.6 1.7 28.4 0.6 2.3 2.6 4.6 0.3 0.0 0.4 0.1 1.7 0.0 0.0 82.6 1.7 84.3 86.2 0.7 86.9

21 to 22 20.1 1.0 0.6 14.1 0.7 1.1 2.1 3.0 0.0 0.0 0.3 0.1 0.9 0.0 0.0 43.3 0.9 44.1 46.5 0.3 46.9

22 to 23 12.9 0.6 0.7 9.0 0.0 0.6 1.6 1.4 0.4 0.0 0.3 0.6 0.0 0.0 0.0 28.0 0.0 28.0 31.3 0.0 31.3

23 to 24 10.1 1.1 0.0 4.6 0.0 0.7 2.4 2.4 0.3 0.0 0.0 0.1 0.0 0.0 0.0 21.9 0.0 21.9 26.2 0.0 26.2

24 to 1 8.1 0.6 0.0 1.9 0.0 0.9 1.6 2.4 0.4 0.0 0.0 0.4 0.0 0.0 0.0 16.3 0.0 16.3 22.2 0.0 22.2

1 to 2 4.1 0.6 0.0 0.9 0.0 0.4 3.0 1.1 0.3 0.0 0.0 0.1 0.0 0.0 0.0 10.6 0.0 10.6 14.2 0.0 14.2

2 to 3 4.7 0.7 0.0 0.4 0.3 0.4 1.0 2.3 0.3 0.0 0.1 0.0 0.0 0.0 0.0 10.3 0.0 10.3 14.4 0.0 14.4

3 to 4 6.6 1.9 0.1 2.7 1.0 1.7 1.9 1.7 0.1 0.0 0.0 0.3 0.0 0.0 0.1 18.0 0.1 18.1 23.6 0.3 23.9

4 to 5 11.0 2.0 1.1 5.9 1.4 1.6 2.7 1.7 0.0 0.0 0.0 1.0 2.4 0.0 0.0 28.4 2.4 30.9 35.8 1.0 36.8

5 to 6 11.3 2.0 0.6 7.7 0.6 1.6 1.0 1.3 0.1 0.0 0.0 0.6 1.1 0.0 0.0 26.7 1.1 27.9 30.8 0.5 31.3

6 to 7 17.4 1.9 1.6 19.3 1.1 1.9 4.9 2.1 0.1 0.0 0.4 0.4 4.6 0.0 0.4 51.1 5.0 56.1 55.5 2.7 58.2

7 to 8 20.0 2.7 1.6 30.1 2.4 6.4 2.3 1.6 0.4 0.0 0.9 0.9 5.4 0.0 0.3 69.3 5.7 75.0 77.0 2.7 79.7

Total 1170.7 103.9 61.0 1895.1 76.7 94.4 121.9 97.0 8.0 0.4 10.7 37.3 107.3 0.0 2.3 3677.1 109.6 3786.7 3651.7 47.5 3699.2

Tractor

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram NagarAverage Daily Traffic

Tractor Trailor

2 Wheeler

2axle Truck

PCUsTime

Interval

VehiclesCar / jeep / van Private

Jeep / Taxi Govt

Auto Rickshaw CycleBus LCV

3axle Truck MAV

Mini Bus

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-Ia

Annexure-Ia: Page 17

Page 196: RFP DCA Annexures Kosi Bridge

Location CHECK POST BELGARH, RAMNAGAR Date:Direction HALDWANI TO RAMNAGAR Day:

MT NMT Total MT NMT Total

8 to 9 16.7 1.7 1.4 27.4 3.6 4.0 1.0 1.7 0.1 0.0 0.3 1.4 7.3 0.0 0.0 59.4 7.3 66.7 66.1 2.9 69.0

9 to 10 30.4 2.1 1.7 73.1 3.3 3.3 3.0 2.6 0.0 0.0 0.6 1.3 5.9 0.0 0.0 121.4 5.9 127.3 117.1 2.3 119.5

10 to 11 39.1 4.9 1.7 107.7 4.0 6.0 4.3 2.1 0.0 0.0 1.7 0.7 6.3 0.0 0.4 172.3 6.7 179.0 161.6 3.4 165.0

11 to 12 51.3 5.3 1.3 118.4 4.1 2.6 5.4 2.4 0.1 0.0 1.3 1.3 4.1 0.0 0.6 193.6 4.7 198.3 178.6 2.8 181.4

12 to 13 58.0 6.0 2.4 115.7 4.1 3.9 4.0 3.4 0.1 0.0 1.0 2.7 4.1 0.0 0.0 201.4 4.1 205.6 193.7 1.7 195.4

13 to 14 42.9 2.7 1.9 82.1 1.1 2.7 5.6 2.4 0.0 0.0 0.0 2.1 3.3 0.0 0.0 143.6 3.3 146.9 138.7 1.3 140.0

14 to 15 39.3 4.1 2.3 78.9 3.0 3.3 5.6 3.0 0.3 0.0 0.1 2.7 4.3 0.0 0.0 142.6 4.3 146.9 142.8 1.7 144.5

15 to 16 36.4 4.4 1.9 84.0 3.0 4.6 4.4 2.4 0.3 0.3 0.3 1.6 1.6 0.0 0.0 143.6 1.6 145.1 140.3 0.6 141.0

16 to 17 37.9 4.3 2.9 84.7 3.3 2.3 5.1 2.9 0.3 0.0 0.1 1.0 2.7 0.0 0.1 144.7 2.9 147.6 137.1 1.4 138.4

17 to 18 44.4 2.3 4.3 71.9 3.0 1.7 2.9 3.7 0.1 0.0 0.4 1.0 2.3 0.0 0.1 135.7 2.4 138.1 130.8 1.2 132.0

18 to 19 39.9 4.0 2.9 46.4 2.6 3.7 2.0 2.4 0.6 0.1 0.4 0.9 0.6 0.0 0.0 105.9 0.6 106.4 107.9 0.2 108.1

19 to 20 30.9 1.6 1.4 21.4 1.7 1.7 3.0 3.1 0.1 0.0 0.1 0.3 0.1 0.0 0.0 65.4 0.1 65.6 69.2 0.1 69.2

20 to 21 15.3 1.0 0.7 7.1 0.4 0.7 1.0 1.4 0.0 0.0 0.0 0.0 0.0 0.0 0.0 27.7 0.0 27.7 29.2 0.0 29.2

21 to 22 12.1 0.4 0.3 5.3 0.4 0.3 1.0 0.7 0.0 0.0 0.0 0.0 0.3 0.0 0.0 20.6 0.3 20.9 21.1 0.1 21.2

22 to 23 7.1 0.4 0.3 3.4 0.0 0.1 0.6 0.6 0.4 0.0 0.1 0.1 0.0 0.0 0.0 13.3 0.0 13.3 14.6 0.0 14.6

23 to 24 5.9 1.0 0.0 2.7 0.0 0.6 1.3 0.6 0.0 0.0 0.0 0.0 0.0 0.0 0.0 12.0 0.0 12.0 13.2 0.0 13.2

24 to 1 4.7 0.6 0.0 1.3 0.0 0.6 0.6 0.9 0.3 0.0 0.0 0.0 0.0 0.0 0.0 8.9 0.0 8.9 10.8 0.0 10.8

1 to 2 2.1 0.6 0.0 0.9 0.0 0.3 1.4 0.4 0.0 0.0 0.0 0.0 0.0 0.0 0.0 5.7 0.0 5.7 6.9 0.0 6.9

2 to 3 2.4 0.7 0.0 0.3 0.3 0.4 0.9 0.6 0.0 0.0 0.0 0.0 0.0 0.0 0.0 5.6 0.0 5.6 7.2 0.0 7.2

3 to 4 3.6 1.0 0.1 1.9 0.7 1.0 1.0 1.0 0.0 0.0 0.0 0.0 0.0 0.0 0.1 10.3 0.1 10.4 12.9 0.3 13.2

4 to 5 4.9 1.4 1.0 3.0 1.0 0.6 1.9 0.6 0.0 0.0 0.0 0.6 2.1 0.0 0.0 14.9 2.1 17.0 18.5 0.9 19.4

5 to 6 3.7 1.3 0.3 3.1 0.4 0.3 0.7 0.6 0.1 0.0 0.0 0.0 0.3 0.0 0.0 10.6 0.3 10.9 11.5 0.1 11.6

6 to 7 5.6 1.7 1.4 9.4 0.6 0.4 3.4 1.0 0.0 0.0 0.3 0.0 2.7 0.0 0.4 23.9 3.1 27.0 25.2 1.9 27.2

7 to 8 7.3 2.1 1.1 15.9 1.3 3.4 1.9 0.9 0.1 0.0 0.7 0.4 1.9 0.0 0.0 35.1 1.9 37.0 39.6 0.7 40.3

Total 541.9 55.7 31.3 966.1 42.0 48.4 61.9 41.4 3.1 0.4 7.6 18.1 49.9 0.0 1.9 1818.0 51.7 1869.7 1794.6 23.7 1818.3

VehiclesMAV Tractor Tractor

Trailor3axle Truck

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram NagarAnnual Average Daily Traffic

Time Interval

Car/jeep/van Tempo Auto

Rickshaw

PCUs2 Wheeler

Cycle rickshaw

Animal/Hand cart

Mini Bus CycleLCV Bus 2axle

Truck

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-Ia

Annexure-Ia: Page 18

Page 197: RFP DCA Annexures Kosi Bridge

Location CHECK POST BELGARH, RAMNAGAR Date:Direction RAMNAGAR TO HALDWANI Day:

MT NMT Total MT NMT Total

8 to 9 25.1 3.0 0.6 47.1 2.1 1.9 3.1 2.1 0.4 0.0 0.0 0.7 7.4 0.0 0.1 86.3 7.6 93.9 84.2 3.3 87.4

9 to 10 40.0 3.6 2.4 83.7 3.7 4.7 5.1 4.3 0.9 0.0 0.0 0.6 4.1 0.0 0.0 149.0 4.1 153.1 145.6 1.7 147.3

10 to 11 47.6 4.0 2.0 73.6 2.6 2.1 5.9 3.9 0.1 0.0 0.1 1.9 3.1 0.0 0.0 143.7 3.1 146.9 142.1 1.3 143.4

11 to 12 47.6 4.1 1.9 89.0 3.7 3.0 5.1 3.6 0.6 0.0 0.1 1.0 5.3 0.0 0.0 159.7 5.3 165.0 153.0 2.1 155.1

12 to 13 47.4 4.3 2.7 85.3 2.7 3.4 4.6 4.0 0.0 0.0 0.1 0.7 6.1 0.0 0.0 155.3 6.1 161.4 148.5 2.5 151.0

13 to 14 44.9 3.4 2.7 84.1 2.9 3.0 3.9 3.9 0.0 0.0 0.1 1.7 3.4 0.0 0.0 150.6 3.4 154.0 146.2 1.4 147.6

14 to 15 47.4 4.4 1.9 81.9 4.0 2.4 5.0 2.9 0.0 0.0 0.4 1.6 2.1 0.0 0.0 151.9 2.1 154.0 146.6 0.9 147.5

15 to 16 45.1 4.6 2.6 87.0 4.6 3.9 3.6 3.0 0.0 0.0 0.0 2.6 3.7 0.0 0.0 156.9 3.7 160.6 154.8 1.5 156.3

16 to 17 54.1 4.0 1.9 91.0 2.6 3.4 4.1 3.3 0.1 0.0 0.0 1.6 2.7 0.0 0.0 166.1 2.7 168.9 159.4 1.1 160.5

17 to 18 56.0 3.3 2.4 73.0 1.7 3.9 3.0 2.7 0.6 0.0 0.4 1.7 4.3 0.0 0.0 148.7 4.3 153.0 146.7 1.7 148.4

18 to 19 49.0 2.0 3.3 37.0 0.9 2.0 3.3 2.7 0.1 0.0 0.4 1.1 4.0 0.0 0.0 101.9 4.0 105.9 104.4 1.6 106.0

19 to 20 33.9 2.1 2.7 25.6 0.3 1.4 1.9 2.7 0.1 0.0 0.0 0.4 2.1 0.0 0.0 71.1 2.1 73.3 72.6 0.9 73.4

20 to 21 23.7 1.6 1.0 21.3 0.1 1.6 1.6 3.1 0.3 0.0 0.4 0.1 1.7 0.0 0.0 54.9 1.7 56.6 57.0 0.7 57.7

21 to 22 8.0 0.6 0.3 8.9 0.3 0.9 1.1 2.3 0.0 0.0 0.3 0.1 0.6 0.0 0.0 22.7 0.6 23.3 25.4 0.2 25.7

22 to 23 5.7 0.1 0.4 5.6 0.0 0.4 1.0 0.9 0.0 0.0 0.1 0.4 0.0 0.0 0.0 14.7 0.0 14.7 16.7 0.0 16.7

23 to 24 4.3 0.1 0.0 1.9 0.0 0.1 1.1 1.9 0.3 0.0 0.0 0.1 0.0 0.0 0.0 9.9 0.0 9.9 13.0 0.0 13.0

24 to 1 3.4 0.0 0.0 0.6 0.0 0.3 1.0 1.6 0.1 0.0 0.0 0.4 0.0 0.0 0.0 7.4 0.0 7.4 11.4 0.0 11.4

1 to 2 2.0 0.0 0.0 0.0 0.0 0.1 1.6 0.7 0.3 0.0 0.0 0.1 0.0 0.0 0.0 4.9 0.0 4.9 7.3 0.0 7.3

2 to 3 2.3 0.0 0.0 0.1 0.0 0.0 0.1 1.7 0.3 0.0 0.1 0.0 0.0 0.0 0.0 4.7 0.0 4.7 7.2 0.0 7.2

3 to 4 3.0 0.9 0.0 0.9 0.3 0.7 0.9 0.7 0.1 0.0 0.0 0.3 0.0 0.0 0.0 7.7 0.0 7.7 10.7 0.0 10.7

4 to 5 6.1 0.6 0.1 2.9 0.4 1.0 0.9 1.1 0.0 0.0 0.0 0.4 0.3 0.0 0.0 13.6 0.3 13.9 17.3 0.1 17.4

5 to 6 7.6 0.7 0.3 4.6 0.1 1.3 0.3 0.7 0.0 0.0 0.0 0.6 0.9 0.0 0.0 16.1 0.9 17.0 19.3 0.3 19.7

6 to 7 11.9 0.1 0.1 9.9 0.6 1.4 1.4 1.1 0.1 0.0 0.1 0.4 1.9 0.0 0.0 27.3 1.9 29.1 30.3 0.7 31.0

7 to 8 12.7 0.6 0.4 14.3 1.1 3.0 0.4 0.7 0.3 0.0 0.1 0.4 3.6 0.0 0.3 34.1 3.9 38.0 37.4 2.0 39.4

Total 628.9 48.1 29.7 929.0 34.7 46.0 60.0 55.6 4.9 0.0 3.1 19.1 57.4 0.0 0.4 1859.1 57.9 1917.0 1857.1 23.8 1881.0

Time Interval

Car/jeep/van Tempo Auto

Rickshaw

Annual Average Daily Traffic

MAV2axle Truck

3axle Truck

2 Wheeler Bus CycleTractor

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram Nagar

PCUsCycle rickshaw

Animal/Hand cart

Mini Bus LCV

VehiclesTractor Trailor

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-Ia

Annexure-Ia: Page 19

Page 198: RFP DCA Annexures Kosi Bridge

Location CHECK POST BELGARH, RAMNAGAR Date:Direction Both Direction Day:

MT NMT Total MT NMT Total

8 to 9 41.9 4.7 2.0 74.6 5.7 5.9 4.1 3.9 0.6 0.0 0.3 2.1 14.7 0.0 0.1 145.7 14.9 160.6 150.3 6.2 156.5

9 to 10 70.4 5.7 4.1 156.9 7.0 8.0 8.1 6.9 0.9 0.0 0.6 1.9 10.0 0.0 0.0 270.4 10.0 280.4 262.8 4.0 266.8

10 to 11 86.7 8.9 3.7 181.3 6.6 8.1 10.1 6.0 0.1 0.0 1.9 2.6 9.4 0.0 0.4 316.0 9.9 325.9 303.7 4.6 308.3

11 to 12 98.9 9.4 3.1 207.4 7.9 5.6 10.6 6.0 0.7 0.0 1.4 2.3 9.4 0.0 0.6 353.3 10.0 363.3 331.6 4.9 336.5

12 to 13 105.4 10.3 5.1 201.0 6.9 7.3 8.6 7.4 0.1 0.0 1.1 3.4 10.3 0.0 0.0 356.7 10.3 367.0 342.2 4.1 346.4

13 to 14 87.7 6.1 4.6 166.3 4.0 5.7 9.4 6.3 0.0 0.0 0.1 3.9 6.7 0.0 0.0 294.1 6.7 300.9 284.9 2.7 287.6

14 to 15 86.7 8.6 4.1 160.7 7.0 5.7 10.6 5.9 0.3 0.0 0.6 4.3 6.4 0.0 0.0 294.4 6.4 300.9 289.4 2.6 292.0

15 to 16 81.6 9.0 4.4 171.0 7.6 8.4 8.0 5.4 0.3 0.3 0.3 4.1 5.3 0.0 0.0 300.4 5.3 305.7 295.2 2.1 297.3

16 to 17 92.0 8.3 4.7 175.7 5.9 5.7 9.3 6.1 0.4 0.0 0.1 2.6 5.4 0.0 0.1 310.9 5.6 316.4 296.4 2.5 298.9

17 to 18 100.4 5.6 6.7 144.9 4.7 5.6 5.9 6.4 0.7 0.0 0.9 2.7 6.6 0.0 0.1 284.4 6.7 291.1 277.5 2.9 280.4

18 to 19 88.9 6.0 6.1 83.4 3.4 5.7 5.3 5.1 0.7 0.1 0.9 2.0 4.6 0.0 0.0 207.7 4.6 212.3 212.2 1.8 214.1

19 to 20 64.7 3.7 4.1 47.0 2.0 3.1 4.9 5.9 0.3 0.0 0.1 0.7 2.3 0.0 0.0 136.6 2.3 138.9 141.7 0.9 142.7

20 to 21 39.0 2.6 1.7 28.4 0.6 2.3 2.6 4.6 0.3 0.0 0.4 0.1 1.7 0.0 0.0 82.6 1.7 84.3 86.2 0.7 86.9

21 to 22 20.1 1.0 0.6 14.1 0.7 1.1 2.1 3.0 0.0 0.0 0.3 0.1 0.9 0.0 0.0 43.3 0.9 44.1 46.5 0.3 46.9

22 to 23 12.9 0.6 0.7 9.0 0.0 0.6 1.6 1.4 0.4 0.0 0.3 0.6 0.0 0.0 0.0 28.0 0.0 28.0 31.3 0.0 31.3

23 to 24 10.1 1.1 0.0 4.6 0.0 0.7 2.4 2.4 0.3 0.0 0.0 0.1 0.0 0.0 0.0 21.9 0.0 21.9 26.2 0.0 26.2

24 to 1 8.1 0.6 0.0 1.9 0.0 0.9 1.6 2.4 0.4 0.0 0.0 0.4 0.0 0.0 0.0 16.3 0.0 16.3 22.2 0.0 22.2

1 to 2 4.1 0.6 0.0 0.9 0.0 0.4 3.0 1.1 0.3 0.0 0.0 0.1 0.0 0.0 0.0 10.6 0.0 10.6 14.2 0.0 14.2

2 to 3 4.7 0.7 0.0 0.4 0.3 0.4 1.0 2.3 0.3 0.0 0.1 0.0 0.0 0.0 0.0 10.3 0.0 10.3 14.4 0.0 14.4

3 to 4 6.6 1.9 0.1 2.7 1.0 1.7 1.9 1.7 0.1 0.0 0.0 0.3 0.0 0.0 0.1 18.0 0.1 18.1 23.6 0.3 23.9

4 to 5 11.0 2.0 1.1 5.9 1.4 1.6 2.7 1.7 0.0 0.0 0.0 1.0 2.4 0.0 0.0 28.4 2.4 30.9 35.8 1.0 36.8

5 to 6 11.3 2.0 0.6 7.7 0.6 1.6 1.0 1.3 0.1 0.0 0.0 0.6 1.1 0.0 0.0 26.7 1.1 27.9 30.8 0.5 31.3

6 to 7 17.4 1.9 1.6 19.3 1.1 1.9 4.9 2.1 0.1 0.0 0.4 0.4 4.6 0.0 0.4 51.1 5.0 56.1 55.5 2.7 58.2

7 to 8 20.0 2.7 1.6 30.1 2.4 6.4 2.3 1.6 0.4 0.0 0.9 0.9 5.4 0.0 0.3 69.3 5.7 75.0 77.0 2.7 79.7

Total 1170.7 103.9 61.0 1895.1 76.7 94.4 121.9 97.0 8.0 0.4 10.7 37.3 107.3 0.0 2.3 3677.1 109.6 3786.7 3651.7 47.5 3699.2

BusAuto Rickshaw

2 Wheeler

Mini Bus

Tractor TrailorTractor Cycle

rickshawAnimal/Hand cart

Time Interval

Car/jeep/van

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram Nagar

PCUsCycle

Annual Average Daily Traffic

Tempo LCV 2axle Truck

Vehicles3axle Truck MAV

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-Ia

Annexure-Ia: Page 20

Page 199: RFP DCA Annexures Kosi Bridge

Location CHECK POST BELGARH, RAMNAGAR Direction HALDWANI TO RAMNAGAR

MT NMT Total MT NMT Total29-Nov-09 Sunday 621 27 51 941 46 38 53 25 10 3 12 16 44 0 1 1843 45 1888 1807.0 19.6 1826.630-Nov-09 Monday 602 29 31 1107 36 53 83 39 5 0 10 19 32 0 5 2014 37 2051 1968.5 22.8 1991.31-Dec-09 Tuesday 561 26 28 1033 35 56 97 46 5 0 9 26 53 0 1 1922 54 1976 1932.2 23.2 1955.42-Dec-09 Wednesday 478 50 32 931 36 64 60 51 0 0 3 26 52 0 0 1731 52 1783 1760.3 20.8 1781.13-Dec-09 Thursday 544 77 34 909 44 43 54 35 1 0 4 15 44 0 3 1760 47 1807 1720.2 23.6 1743.84-Dec-09 Friday 496 91 21 910 52 48 33 46 1 0 9 13 58 0 0 1720 58 1778 1687.3 23.2 1710.55-Dec-09 Saturday 491 90 22 932 45 37 53 48 0 0 6 12 66 0 3 1736 69 1805 1687.0 32.4 1719.4

1818 52 1870 1795 24 1818Location CHECK POST BELGARH, RAMNAGAR Direction RAMNAGAR TO HALDWANI

MT NMT Total MT NMT Total29-Nov-09 Sunday 630 22 45 847 33 31 59 35 6 0 8 16 40 0 0 1732 40 1772 1703.7 16.0 1719.730-Nov-09 Monday 716 58 34 1133 44 48 49 42 6 0 2 19 43 0 1 2151 44 2195 2084.8 19.2 2104.01-Dec-09 Tuesday 616 52 33 981 30 44 59 53 8 0 4 31 55 0 0 1911 55 1966 1928.6 22.0 1950.62-Dec-09 Wednesday 532 30 28 919 50 36 98 58 6 0 2 26 60 0 0 1785 60 1845 1818.9 24.0 1842.93-Dec-09 Thursday 620 57 31 860 31 52 51 68 1 0 5 16 64 0 0 1792 64 1856 1811.2 25.6 1836.84-Dec-09 Friday 633 60 19 912 32 50 61 75 3 0 1 17 66 0 2 1863 68 1931 1881.0 30.4 1911.45-Dec-09 Saturday 655 58 18 851 23 61 43 58 4 0 0 9 74 0 0 1780 74 1854 1771.9 29.6 1801.5

1859 58 1917 1857 24 1881Location CHECK POST BELGARH, RAMNAGAR Direction Both

MT NMT Total MT NMT Total29-Nov-09 Sunday 1251 49 96 1788 79 69 112 60 16 3 20 32 84 0 1 3575 85 3660 3510.6 35.6 3546.230-Nov-09 Monday 1318 87 65 2240 80 101 132 81 11 0 12 38 75 0 6 4165 81 4246 4053.2 42 4095.21-Dec-09 Tuesday 1177 78 61 2014 65 100 156 99 13 0 13 57 108 0 1 3833 109 3942 3860.7 45.2 3905.92-Dec-09 Wednesday 1010 80 60 1850 86 100 158 109 6 0 5 52 112 0 0 3516 112 3628 3579.1 44.8 3623.93-Dec-09 Thursday 1164 134 65 1769 75 95 105 103 2 0 9 31 108 0 3 3552 111 3663 3531.4 49.2 3580.64-Dec-09 Friday 1129 151 40 1822 84 98 94 121 4 0 10 30 124 0 2 3583 126 3709 3568.3 53.6 3621.95-Dec-09 Saturday 1146 148 40 1783 68 98 96 106 4 0 6 21 140 0 3 3516 143 3659 3458.9 62 3520.9

3677 110 3787 3652 47 3699

Tractor Trailor CycleMAV

LCV 2axle Truck

3axle Truck MAV Tractor

Auto Rickshaw 2 Wheeler Mini

Bus TractorBus

Tractor

Tractor Trailor Cycle Animal /

Hand cartCycle

rickshaw

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram NagarClassified Traffic Volume Count Survey

VehiclesMAV

Vehicles PCUs

PCUsVehicles

Date

Date

DayCar / jeep / van

TempoPCUs

LCV 2axle Truck

3axle Truck

Date Bus LCV Auto Rickshaw 2 Wheeler Mini

BusTempo

Tempo

DayCar / jeep / van

Auto Rickshaw

2axle Truck

DayCar / jeep / van

Cycle rickshaw

Animal / Hand cart

Cycle rickshaw

Animal / Hand cart

3axle Truck

2 Wheeler Mini Bus Bus Tractor

Trailor Cycle

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-Ia

Annexure-Ia: Page 21

Page 200: RFP DCA Annexures Kosi Bridge

Projected Tollable Traffic

MT NMT Total MT NMT Total2010 3516 112 3628 3579 45 36242011 3692 114 3806 3758 46 38042012 3876 117 3993 3946 47 39932013 4070 119 4189 4143 48 41912014 4274 121 4395 4350 48 43992015 4487 124 4611 4568 49 46172016 4712 126 4838 4796 50 48472017 4947 129 5076 5036 51 50882018 5195 131 5326 5288 52 53402019 5454 134 5588 5552 54 56062020 5727 137 5864 5830 55 58852021 6014 139 6153 6121 56 61772022 6314 142 6456 6428 57 64842023 6630 145 6775 6749 58 68072024 6961 148 7109 7086 59 71452025 7310 151 7460 7441 60 75012026 7675 154 7829 7813 62 78742027 8059 157 8216 8203 63 82662028 8462 160 8622 8614 64 86782029 8885 163 9048 9044 65 91092030 9329 166 9495 9496 67 95632031 9795 170 9965 9971 68 100392032 10285 173 10458 10470 69 105392033 10799 177 10976 10993 71 110642034 11339 180 11520 11543 72 116152035 11906 184 12090 12120 73 12194

PCUsVehiclesYear

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-Ib

Annexure-Ib: Page 1

Page 201: RFP DCA Annexures Kosi Bridge

REPORT ON SOIL INVESTIGATION WORK NEAR BARRAGE,

RAM NAGAR, UTTARAKHAND

1.0 INTRODUCTION

The PWD Uttarakhand has planned for feasibility study of the work-

“Techno Economic Study for Construction of Bridge across river Kosi at

Ramnagar”. To assess the underlying subsoil strata, to evaluate the various

requisite soil parameters and to determine the ground water conditions at

site, for design of appropriate type of foundations for the proposed structure

it was decided by the client for soil investigation work at site.

This presented report is based on the results of drilling of two boreholes. The

Report describes various activities executed at the site and also includes

recommendations for safe bearing capacity along with the type of foundation.

2.0 BRIEF DESCRIPTION OF GEOLOGY AND TYPE OF STRUCTURE

The site for proposed structure falls in hilly / Rolling terrain of Uttarakhand

The expected structure is likely to come at this site i.e. across the river is a

Prestressed Bridge.

3.0 SCOPE OF WORK

The scope of geotechnical investigation included making Two nos. of bore

holes of 100-150 mm dia in soil strata and in rocky/ boulder strata using

rotary drilling machine with diamond drill bits up to 20.0m depth below

existing ground surface.

Conducting standard penetration tests in bore hole @ 1.5m interval in soil

strata and @ 3.0m interval in rocky strata along with penetration of sampler

or at every change of strata whichever occurs earlier.

Collecting undisturbed & disturbed soil samples in soil strata at regular

Intervals of 3.0m depth or at every change of strata whichever occurs earlier.

If refusal occurred penetration of the sampler was also recorded.

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-II

Annexure-II Page 1

Page 202: RFP DCA Annexures Kosi Bridge

Following laboratory tests on selected soil samples/rock cores were also

conducted.

A. On soil samples

a) Natural moisture content

b) Dry density

c) Particle size analysis

d) Atterberg‟s limits

e) Unconfined compression Test

f) Direct shear test

B. On rock cores

a) Dry density

b) Natural moisture content

c) Water absorption

d) Specific Gravity

e) Uniaxial compressive strength

Preparation & submission of the geotechnical investigation report in

duplicate after summarizing all the field and laboratory tests is being done

and recommendations regarding depth & type of foundations is also being

made.

4.0 SITE EXPLORATION

The required equipment and team were mobilized to the site for carrying out

the required field work. The locations for bore holes and depths adopted

were selected after consultation with the engineer – in – charge. Both the

boreholes were drilled at the specified locations using rotary drilling machine

with diamond drill bits.

All locations are exhibited in site plan. The boreholes were terminated on

meeting the specified depth. The standard penetration tests were conducted

at 1.5m/3.0m intervals during the advancement of boreholes. For conducting

SPT, IS Code: 2131-1981 / was followed. After reaching the required depth of

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-II

Annexure-II Page 2

Page 203: RFP DCA Annexures Kosi Bridge

test, the bottom of the bore hole was cleaned properly and spoon was

properly and centrally seated in position in the borehole. Standard split

spoon sampler attached to lower end of “A” drill rods was driven in the bore

holes by means of standard hammer of 63.5kg.falling freely from a height of

75 cm. The sampler was driven 45 cm. and the number of blows required for

each 15 cm. penetration were recorded. The number of blows for the first 15

cm. penetration was considered as seating drive. The number of blows for last

30 cm penetration were designated as SPT „N‟ value. SPT soil samples

obtained from standard split spoon sampler for all above standard

penetration tests were collected in polythene bags, sealed, labeled and sent to

the laboratory for testing.

The rock cores were collected during drilling of the bore holes. The record of

core recovery, observed RQD etc. were also prepared. All the rock cores were

stored in suitably prepared wooden core boxes. The core boxes along with

rock cores were transported to the laboratory for conduction of requisite tests.

The ground water was encountered, at 5.5m and 8.0m depths respectively

below existing ground surface in the boreholes.

The measured ground water level may fluctuate due to variation in climatic

conditions, how ever for design purposes the ground water level may be

considered at 3.0m below ground depth as the ground water level may rise in

heavy rainy seasonetc.

5.0 LABORATORY TESTING

The following laboratory tests was conducted on representative soil/

samples/ rock cores in the laboratory.

A) On soil samples

a) Particle size analysis as per IS:2720(pt-IV)

b) Atterberg‟s limits as per IS:2720(pt-V)

c) Direct shear test as per IS:2720(pt-XIII)

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-II

Annexure-II Page 3

Page 204: RFP DCA Annexures Kosi Bridge

B) On rock cores

a) Dry density

b) Natural moisture content

c) Water absorption

d) Specific gravity

e) uniaxial compressive strength

Summary of Boreholes:

Sl.

No.

Bore Hole

No.

Depth of

Overburden

soil

Total Depth

(m)

Depth of

Ground Water

Table (m)

Ground RL.

1. BH-1 0.0 20.0 5.5 343.146

2. BH-2 0.0 20.0 8.0 346.833

6.0 FINDINGS OF GEOTECHNICAL INVESTIGATION

The classification of subsoil strata met at this site was done according to

IS:1498-1970. From the bore logs enclosed with the report, the test results can

be summarized as below-

BH-1 : The subsoil strata from GL. to 1.5m depth consists of hard pebbles and

cobbles with silty sand and below 1.5m depth the subsoil strata consists of

hard sand stone boulders with silty sand up to the depth of exploration.

BH-2: The subsoil strata from GL. to 20.0M depth consist of hard sand stone

boulders with silty sand.

Depth (m) c φ Effective density

(under water)

from To Kg/cm degree gm/cc

GL. 1.5 29 1.00

1.5 5.0 0.0 30 1.00

5.0 8.0 0.0 31 1.00

8.0 20.0 0.0 32 1.00

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-II

Annexure-II Page 4

Page 205: RFP DCA Annexures Kosi Bridge

Where

C & φ – Shear Parameters

The depth wise lowest SPT values „N‟ (observed/corrected) at the site may be

adopted from the following table

Depth wise lowest observed/corrected SPT Values at the site

Depth below

existing

ground level

(m)

Lowest SPT Values Corrected

Nvalue

(corrected for

submerged

condition

Observed

1.5 102 58.5

3.0 110 62.5

6.0 110 62.5

7.0 107 61.0

9.0 108 61.5

12.0 108 61.0

15.0 106 60.5

18.0 105 60

20.0 107 61

GROUND WATER

The ground water was encountered, at 5.5m and 8.0m depths below existing

ground surface in the boreholes.

The measured ground water level may fluctuate due to variation in climatic

conditions, how ever for design purposes the ground water level may be

considered at level 3.0m below the ground level. Water level may rise in

heavy rainy season or due to other unforeseen reasons.

7.0 PROPOSED DEPTH & TYPE OF FOUNDATIONS

Depending upon the visual examination of existing subsoil strata, field and

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-II

Annexure-II Page 5

Page 206: RFP DCA Annexures Kosi Bridge

laboratory test results and the type of structures proposed at this site, the safe

Bearing capacity of sub-soil strata for circular well foundation has been

analyzed.

The details of the proposed foundations are presented in the following

paragraphs:

a) Circular well foundation of 8.0m dia with base of foundation at 20.0m

depth below existing bed level.

8.0 COMPUTATION OF SAFE /ALLOWABLE BEARING CAPACITY:

Shear and settlement failure criteria as per IS: 6403- 1981 , IS : 8009 (part-

II)- 1976 and IS: 1904-1986 have been considered to compute the safe /

Allowable bearing capacity of underlying soil strata.

The safe/allowable bearing capacity from both criteria is given as follows:-

8.1 SHEAR FAILURE CRITERION:

The net safe bearing capacity of sub-soil strata has been computed using the

following equation for calculating the net ultimate bearing capacity as per

IS: 6403.

Qnu = CN„c scdcic + q (Nq‟–1) sqdqiq + 1/2 rBNr‟srdrirx W‟,

The shear parameters are selected from table no.1 according to the depth of

foundations.

Where C, Ø-cohesion, angle of friction at foundation level

Shape factors have been taken as follows:-

Sc = 1.3 Sq = 1.2 and Sr = 0.6 …… for circular well

dc = dq = dr = 1.0 …. To be on safer side

ic = iq = ir = 1.0 …. For vertical loading

In present case, w‟ = 0.5

Factor of safety F.O.S= 3.5

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-II

Annexure-II Page 6

Page 207: RFP DCA Annexures Kosi Bridge

8.2 SETTLEMENT FAILURE CRITERION:

The settlement of cohesion less /less cohesive layers below the foundation

level and up to the zone of Influence are computed by using the chart of

settlement Vs SPT „N‟ given on page 17 of IS 8009, part-I and as per IS: 8009,

part-II.

For well foundation, the zone of influence below the foundation depth is

considered equal to 2.0B, where B is the width/dia. of foundation.

The following total permissible settlements have been considered

for well foundation = 50mm

On the basis of field and laboratory test results and analysis in section 8.0, the

values of gross safe bearing capacity obtained from shear failure criterion and

gross allowable pressure intensity obtained from settlement failure criterion,

are given in the following table

Depth of

foundation

below

existing bed

level (m)

Type of

foundation

(m)

Dia. of

well(m)

Gross

SBC in

Shear

(t/m2)

Gross

Allowable

Pressure

intensity (t/m2)

Recommended

gross SBC

(t/m2)

20.0 Circular

well

8.0 130.45 98.1 98.1

9.0 CONCLUSION WITH RECOMMENDATIONS:

On the basis of above Geotechnical investigation it is recommended that well

foundations of dia 8.0 m and depth of 20m with safe bearing capacity of 98.1

t/m2 should be adopted. However, if difference is noticed in reported soil

strata and observed soil strata during excavation this should be brought into

notice of soil consultanant for further suggestions.

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-II

Annexure-II Page 7

Page 208: RFP DCA Annexures Kosi Bridge

GR

OU

ND

RL.

346.

833

DEP

THLI

QU

ID

LIM

ITPL

AST

IC

LIM

ITD

RY/B

ULK

D

ENSI

TYSP

ECIF

IC

GRA

VIT

Y

GRA

VEL

SAN

DC

LAY

m %

%%

%%

gm/c

ckg

/cm

2de

g.

630

0.5

DS-

1

105

1.5

SPT-

1

2.5

DS-

2

110

3.0

SPT-

2

108

6.0

SPT-

374

0

7.0

DS-

3

103

9.0

SPT-

4

108

12.0

SPT-

581

19

15.0

SPT-

6

109

18.0

SPT-

7

112

20.0

SPT-

8

20.0

08.

002

SOIL

PR

OFI

LEBO

REH

OLE

NO

BOR

ING

DA

TETE

RM

INA

TIO

N D

EPTH

W

ATE

R T

ABL

E (m

)

Pene

trat

ion

= 2c

m

Pene

trat

ion

= 2.

5cm

Pene

trat

ion

= 3c

m

Pene

trat

ion

= 4c

m

Pene

trat

ion

= 3c

m

37

N V

ALU

ESSA

MPL

E TY

PED

ESC

RIPT

ION

OF

SOIL

IS c

lass

ifica

tion

(-

) 4.7

5mm

por

tion

Har

d Pe

bble

s an

d C

obbl

es w

ith s

ilty

sand

Har

d Bo

ulde

rs

with

silt

y sa

nd

Pene

trat

ion

= 5c

m

SHEA

R PA

RAM

ETER

SILT

TE

ST T

YPE

GRA

IN S

IZE

AN

ALY

SIS

(-) 4

.75m

m p

ortio

n M

OIS

T. C

ON

T

%% 26

Np

Np

Np

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-II

Annexure-II Page 8

Page 209: RFP DCA Annexures Kosi Bridge

SOIL

PRO

FILE

GR

OU

ND

RL.

346.

833

LIQ

UID

LI

MIT

SHEA

R PA

RAM

ETE

R

DRY

/BU

LK

D

ENSI

TY

SPEC

IFIC

G

RAV

ITY

CLA

Y

SAN

DSI

LT

CLA

Y TE

ST

TYPE

m

%%

%%

%%

gm/c

ckg

/cm

2kg

/cm

2de

g.

0.5

DS-

140

105

1.5

SPT-

1

Pene

trat

ion

= 3c

m

2.5

DS-

2

110

3.0

SPT-

2

108

6.0

SPT-

334

7.0

DS-

3

103

9.0

SPT-

4

Pene

trat

ion

= 3c

m10

812

.0SP

T-5

SM81

19

15.0

SPT-

671

29

109

18.0

SPT-

7

112

20.0

SPT-

8

SOIL

PR

IS

clas

sific

atio

n

m

Np

Np

Np

60

Har

d C

obbl

esan

d bo

ulde

rs w

ith

silty

san

d

Pene

trat

ion

= 2c

m

Pene

trat

ion

= 1.

5cm

Pene

trat

ion

= 2c

m

Pene

trat

ion

= 4c

m66

N

VA

LUES

SAM

PLE

TYPE

GRA

IN S

IZE

AN

ALY

SIS

(-) 4

.75m

m

port

ion

IS c

lass

ifica

tion

(-)

4.7

5mm

por

tion

WA

TER

TA

BLE

(m)

8.00

BOR

ING

DA

TE2

BOR

ING

DA

TETE

RM

INA

TIO

N

20.0

0

SPEC

IFIC

G

RAV

ITY

SILT

TE

ST

TYPE

GRA

IN S

IZE

AN

ALY

SIS

(-) 4

.75m

m p

ortio

n M

OIS

T. C

ON

T

kg/c

m2

%

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-II

Annexure-II Page 9

Page 210: RFP DCA Annexures Kosi Bridge

NO. OF BLOWS

0

1

0 10 20 30 40 50 60 70 80 90 100 110 120

2

3

4

55

6

7

8

9

10

11

12

DE

PT

H IN

M

13

14

15

1616

17

18

19

BH-1

SPT CURVE

20

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-II

Annexure-II Page 10

Page 211: RFP DCA Annexures Kosi Bridge

NO. OF BLOWS

0

1

0 10 20 30 40 50 60 70 80 90 100 110 120

2

3

4

5

6

7

8

9M 9

10

11

12

13

DE

PT

H IN

M

13

14

15

16

BH-2

17

18

19

20BH 2

SPT CURVE

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-II

Annexure-II Page 11

Page 212: RFP DCA Annexures Kosi Bridge

Bore Hole No. BH - 1

Symbol Description of soil Depth (m) Gravel (%) Sand (%) Silt (%) Clay (%)

0.50 63 37 0

6.00 74 26 0

12.00 81 19 0

GRAIN SIZE ANALYSIS of - 4.75mm fraction

0.0

10.0

20.0

30.0

40.0

50.0

60.0

70.0

80.0

90.0

100.0

0.001 0.01 0.1 1 10

Pe

rce

nta

ge

pa

ss

ing

Particle size (mm)

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-II

Annexure-II Page 12

Page 213: RFP DCA Annexures Kosi Bridge

PARTICLE SIZE % FINER20 100.0

4.75 100.02 98.0

0.425 93.00.3 86.0

0.15 41.00.075 37.00.05 28.00.02 26.00.01 19.0

0.006 17.00.003 5.00.001 0.04

PARTICLE SIZE % FINER20 100.0

4.75 100.02 93.0

0.425 92.00.3 86.0

0.15 46.00.075 26.00.05 24.00.02 16.00.01 10.0

0.006 8.00.003 3.00.001 0.025

PARTICLE SIZE % FINER20 100.0

4.75 96.02 88.0

0.425 83.00.3 65.0

0.15 38.00.075 19.00.05 18.00.02 11.00.01 10.0

0.006 6.00.003 4.00.001 0.04

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-II

Annexure-II Page 13

Page 214: RFP DCA Annexures Kosi Bridge

Bore Hole No. BH - 2

Symbol Description of soil Depth (m) Gravel (%) Sand (%) Silt (%) Clay (%)

Silty sand 1.50 0 60 40 0

Silty sand 6.00 0 66 34 0

Silty sand 15.00 0 71 29 0

GRAIN SIZE ANALYSIS of - 4.75mm fraction

0.0

10.0

20.0

30.0

40.0

50.0

60.0

70.0

80.0

90.0

100.0

0.001 0.01 0.1 1 10

Pe

rce

nta

ge

pa

ss

ing

Particle size (mm)

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-II

Annexure-II Page 14

Page 215: RFP DCA Annexures Kosi Bridge

PARTICLE SIZE % FINER20 100.0

4.75 100.02 98.0

0.425 96.00.3 90.0

0.15 88.00.075 40.00.05 33.00.02 22.00.01 17.0

0.006 7.00.003 5.00.001 0.1

PARTICLE SIZE % FINER20 100.0

4.75 100.02 93.0

0.425 92.00.3 85.0

0.15 71.00.075 34.00.05 31.00.02 27.00.01 21.0

0.006 13.00.003 5.00.001 0.05

PARTICLE SIZE % FINER20 100.0

4.75 100.02 90.0

0.425 76.00.3 64.0

0.15 45.00.075 29.00.05 24.00.02 15.00.01 8.0

0.006 6.00.003 4.00.001 0.025

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-II

Annexure-II Page 15

Page 216: RFP DCA Annexures Kosi Bridge

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-II

Annexure-II Page 16

Page 217: RFP DCA Annexures Kosi Bridge

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-II

Annexure-II Page 17

Page 218: RFP DCA Annexures Kosi Bridge

SAMPLE CALCULATION

Type of Foundation – Circular well

Depth of Foundation – 20.0 m below Existing bed level

Dia of well = 8.0m (B = 8.0m)

Allowable Settlement S = 50 mm for well foundation

1.0 SHEAR FALUIRE CRITERIA (REF. IS: 6403) Average soil data Cohesion, c = 0.0 kg/cm2 = 0.0 T/m2

Angle of Shear Resistance, =320

Natural effective Density ( in submerged condition eff = 1.0 T/m2 for 20.0m depth below Bed Level

Water correction factor w‟ = 0.5 Condition of subsoil strata below Foundation- medium dense Overburden pressure q =1.0x20 = 20.0T/m2

Nc = 26.859, Nq = 16.252, N = 17.119

dc = dq =d = 1.0

ic=iq=i = 1 Sc = Sq = 1.2 Sy = 0.6 ….. For circular shaped foundation Factor of Safety = 3.5

Qns = [.cNc.Sc.dc.ic + q (Nq – 1).sq.dq.iq + 0.5 eff.B.Nr.S .d .i .w‟]/ 3.5 = (0.0 + 366.048 + 20.543)/3.5 = 110.45T/m2 And gross SBC = 110.45 +20.0 ( effective overburden pressure = 130.45 T/m2 2.0 SETTLE MENT CRITERIA (IS: 8009, Pt.I) Average N value at 20.0 m depth (below Bed Level) = 61., w‟= 0.5

Influence Zone is considered 2B below foundation level.

From Chart N vs settlement given on page 17 of IS: 8009 (Part 1-1978)

The Settlement at a load of 1.0 Kg/cm2 = 4.0 mm

Applying water correction factor- 0.5 and rigidity factor- 0.8

Thcorrected settlement = 4.0/.5 x0.8 = 6.4mm

Hence for 50mm permissible settlement, net API = 50 / 6.4 = 7.81 Kg/cm2 = 78.1 T/ m2 And gross API = 78.1 + 20 ( Effective overburden pressure = 98.1 T/m2 RECOMMENDATION: LEAST OF THE VALUES OF GROSS SBC/API OBTAINED FROM SHEAR FAILURE

CRITERIA, SETTLEMENT FAILURE CRITERIA AND PLATE LOAD TEST i.e. 98.1 T/m2

FOR 50mm PERMISSIBLE SETTLEMENT MAY BE ADOPTED FOR DESIGN

PURPOSES.

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-II

Annexure-II Page 18

Page 219: RFP DCA Annexures Kosi Bridge

Table-Record of Rock Drilling and Properties of Rock

Bore Hole NO.- BH-1,

Dia of Bore Hole- Nx size,

Drilling equipment: rotary drilling machine,

Type of Bit used : Diamond bits,

Depth of Bore Hole- 20.0m

Ground Water Level 5.5m depth below EGL

Ground RL. 343.146

Depth (m)

Co

re R

eco

ve

ry (

cm)

% c

ore

Re

cov

ery

RQ

D

(%)

Dry

de

nsi

ty

( g

m/

cc)

Na

tura

l w

ate

r co

nte

nt

(%)

Mo

istu

tre a

bso

rpti

on

(%)

Sp

eci

fic

gra

vit

y

Po

rosi

ty

(%)

Un

iax

ial

Co

mp

ress

ive

stre

ng

th

(kg

/cm

2)

Fro

m

To

Ru

n (

m)

0.0 1.5 1.5 13.5 9 0.0

1.5 3.0 1.5 18 12 0.0

3.0 4.5 1.5 8

4.5 6.0 1.5 22.5 15 11 2.63 0.125 0.43 2.66 1.13 282.8

6.0 7.5 1.5 22 13

7.5 9.0 1.5 28.5 19 15 2.64 0.25 0.56 2.68 1.5 314.3

9.0 10.5 1.5 21 11

10.5 12.0 1.5 48 32 17

12.0 13.5 1.5 52.5 35 12

13.5 15.0 1.5 42 21 2.62 2.70 2.96 294.8

15.0 16.5 1.5 18 12

16.5 18.0 1.5 15 10

18.0 19.5 1.5 18 12 2.65 0.84 2.71 2.2 438.4

19.5 20.0 0.5 31.5 11

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-II

Annexure-II Page 19

Page 220: RFP DCA Annexures Kosi Bridge

Table-Record of Rock Drilling and Properties of Rock

Bore Hole NO.- BH-2,

Dia of Bore Hole- Nx size,

Drilling equipment: rotary drilling machine,

Type of Bit used : Diamond bits,

Depth of Bore Hole- 20.0m

Ground Water Level- 8.0m depth below EGL Ground RL. 346.833

Depth (m)

Co

re R

eco

ve

ry (

cm)

RQ

D

(%)

Dry

de

nsi

ty (

gm

/cc

)

Na

tura

l w

ate

r co

nte

nt

(%)

Mo

istu

tre a

bso

rpti

on

(%)

Sp

eci

fic

gra

vit

y

Po

rosi

ty

(%)

Un

iax

ial

Co

mp

ress

ive

stre

ng

th

(kg

/cm

2)

Fro

m

To

Ru

n (

m)

% c

ore

Re

cov

ery

0.0 1.5 1.5 19.5 13 0.0

1.5 3.0 1.5 13.5 9 0.0 2.64 1.08 2.71 305.6

3.0 4.5 1.5 16.5 11 7

4.5 6.0 1.5 21 14 10

6.0 7.5 1.5 31.5 21 11

7.5 9.0 1.5 33.75 22.5 13 2.67 0.095 009 2.72 272.4

9.0 10.5 1.5 24.75 16.5 10

10.5 12.0 1.5 38.25 25.5 13

12.0 13.5 1.5 27 18 111

13.5 15.0 1.5 47.25 31.5 17

15.0 16.5 1.5 27 18 10

16.5 18.0 1.5 22.5 15 14

18.0 19.5 1.5 27.0 18 32 2.70 1.12 0.095 2.73 1.11 316.2

19.5 20.0 0.5 21.5 43 52

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-II

Annexure-II Page 20

Page 221: RFP DCA Annexures Kosi Bridge

(A) FLOOD ESTIMATION

By Dicken's Formula Q = CM3/4

Q The peak runoff in cum/secC Constant

As per guidelines provided for selecting value of C(Refer Engineering Hydrology by K Subramanya, chapter "Floods")

Value of C

North Indian Plains 6North Indian Hilly regions 11 to 14Central India 14 to 28Coastal Andhra and Orissa 22 to 28

C= Constant 14M= Catchment Area in SqKM 1782 SqKm

Q = 3840 Cumec

(B) HFL Calculation at Bridge Site with respect to Design Discharge

CALCULATIONS FOR DESIGN DISCHARGE AT KOSI RIVER, RAMNAGAR

y = -0.012x + 349.7L Slope

Average Bed Slope of River, S = 0.0120 from above equationManning's Coefficient,n = 0.03

y 0.012x 349.7

336.000

340.000

344.000

348.000

352.000

0.00 100.00 200.00 300.00 400.00 500.00 600.00

Red

uce

d L

evel

(m

)

Reduced Distance (m)

_ p

Series1 Linear (Series1)

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-III

Annexure-III Page 1

Page 222: RFP DCA Annexures Kosi Bridge

At Bridge Site

338

340

342

344

346

348

350

0 20 40 60 80 100 120 140 160 180 200 220 240 260 280 300 320 340 360

R.L

(m

)

R.D (m)

Cross Section At Bridge Site

R.L. of Existing G.L.HFL

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-III

Annexure-III Page 2

Page 223: RFP DCA Annexures Kosi Bridge

DistanceRL of

Existing GL

RL of Modified GL,if any

Observed HFL a p r=a/p q

0.00 348.803 348.803 346.500 - - - -10.00 348.623 348.62320.00 344.974 344.97430.00 339.958 339.958 40.340 11.188 3.606 346.370140.00 338.720 338.720 71.610 10.076 7.107 966.548450.00 339.451 339.451 74.145 10.027 7.395 1027.624260.00 340.861 340.861 63.440 10.099 6.282 788.663070.00 342.272 342.272 49.335 10.099 4.885 518.649680.00 342.996 342.996 38.660 10.026 3.856 347.122190.00 343.014 343.014 34.950 10.000 3.495 293.9099

100.00 343.301 343.301 33.425 10.004 3.341 272.7737110.00 343.608 343.608 30.455 10.005 3.044 233.5773120.00 343.809 343.809 27.915 10.002 2.791 202.0569130.00 343.923 343.923 26.340 10.001 2.634 183.4327140.00 344.037 344.037 25.200 10.001 2.520 170.3929150.00 344.151 344.151 24.060 10.001 2.406 157.7405160.00 344.265 344.265 22.920 10.001 2.292 145.4817170.00 344.379 344.379 21.780 10.001 2.178 133.6227180.00 344.783 344.783 19.190 10.008 1.917 108.1496190.00 345.395 345.395 14.110 10.019 1.408 64.7351200.00 346.007 346.007 7.990 10.019 0.798 25.0903210.00 346.620 346.620 1.865 10.019 0.186 2.2202220.00 347.220 347.220230.00 346.958 346.958240.00 346.789 346.789250.00 346.708 346.708260.00 346.611 346.611270.00 346.477 346.477280.00 346.375 346.375 0.740 10.001 0.074 0.4763290.00 346.358 346.358 1.335 10.000 0.133 1.2733300.00 346.346 346.346 1.480 10.000 0.148 1.5121310.00 346.273 346.273 1.905 10.000 0.190 2.3030320.00 346.124 346.124 3.015 10.001 0.301 4.9497330.00 346.104 346.104 3.860 10.000 0.386 7.4722340.00 346.243 346.243 3.265 10.001 0.326 5.6526350.00 346.167 346.167 2.950 10.000 0.295 4.7734360.00 346.086 346.086 3.735 10.000 0.373 7.0731

An1= 650 sq m Q= 6024 cumec

Observed Maximum discharge at the site Q= 180000 cusec(As per Irrigation Department Data) Q= 5101 cumec

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-III

Annexure-III Page 3

Page 224: RFP DCA Annexures Kosi Bridge

(C) Afflux Calculation

Determination of Obstructed Bridge Area

338.0

340.0

342.0

344.0

346.0

348.0

350.0

0 20 40 60 80 100 120 140 160 180 200 220 240 260 280 300 320 340 360

R.L

. (m

)

R.D. (m)

Proposed Bridge At Site

R.L.of Existing Ground HFL

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-III

Annexure-III Page 4

Page 225: RFP DCA Annexures Kosi Bridge

DistanceRL of

Existing GL

RL of Modified GL,if any

Observed HFL a p r=a/p q depth, d

0.00 348.803 348.803 346.500 - - - - -10.00 348.623 348.62320.00 344.974 344.974 1.526030.00 339.958 339.958 40.340 11.188 3.606 346.370 6.542040.00 338.720 338.720 71.610 10.076 7.107 966.548 7.780050.00 339.451 339.451 74.145 10.027 7.395 1027.624 7.049060.00 340.861 340.861 63.440 10.099 6.282 788.663 5.639070.00 342.272 342.272 49.335 10.099 4.885 518.650 4.228080.00 342.996 342.996 38.660 10.026 3.856 347.122 3.504090.00 343.014 343.014 34.950 10.000 3.495 293.910 3.4860

100.00 343.301 343.301 33.425 10.004 3.341 272.774 3.1990110.00 343.608 343.608 30.455 10.005 3.044 233.577 2.8920120.00 343.809 343.809 27.915 10.002 2.791 202.057 2.6910130.00 343.923 343.923 26.340 10.001 2.634 183.433 2.5770140.00 344.037 344.037 25.200 10.001 2.520 170.393 2.4630150.00 344.151 344.151 24.060 10.001 2.406 157.741 2.3490160.00 344.265 344.265 22.920 10.001 2.292 145.482 2.2350170.00 344.379 344.379 21.780 10.001 2.178 133.623 2.1210180.00 344.783 344.783 19.190 10.008 1.917 108.150 1.7170190.00 345.395 345.395 14.110 10.019 1.408 64.735 1.1050200.00 346.007 346.007 7.990 10.019 0.798 25.090 0.4930210.00 346.620 346.620 1.865 10.019 0.186 2.220220.00 347.220 347.220230.00 346.958 346.958240.00 346.789 346.789250.00 346.708 346.708260.00 346.611 346.611270.00 346.477 346.477 0.0230280.00 346.375 346.375 0.740 10.001 0.074 0.476 0.1250290.00 346.358 346.358 1.335 10.000 0.133 1.273 0.1420300.00 346.346 346.346 1.480 10.000 0.148 1.512 0.1540310.00 346.273 346.273 1.905 10.000 0.190 2.303 0.2270320.00 346.124 346.124 3.015 10.001 0.301 4.950 0.3760330.00 346.104 346.104 3.860 10.000 0.386 7.472 0.3960340.00 346.243 346.243 3.265 10.001 0.326 5.653 0.2570350.00 346.167 346.167 2.950 10.000 0.295 4.773 0.3330360.00 346.086 346.086 3.735 10.000 0.373 7.073 0.4140

An2*= 650 sq mAverage depth, d = 2.277 mLowest Bed Level = 338.720 m

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-III

Annexure-III Page 5

Page 226: RFP DCA Annexures Kosi Bridge

Therefore,Discharge, Q = 6024.00 cumecAdd Discharge due to any = 0.00 cumecTributary on Bridge at this chainage

Total Discharge, Q 6024.00 cumecHFL (Without Afflux) = 346.500 mAverage Depth, d = 2.277 mArea before constriction

An1 = 650.015 sq mArea after constriction (excluding width of pier)

An2* = 650.015 sq mAverage velocity prior to constriction

Vn1 = Q/An1= 9.267 m/s

Area after constrictionAn2 = An2* - no's of piers * average width of piers * average depth (d)

= 581.695 sq mAverage Velocity after constriction

Vn2 = Q/An2= 10.356 m/s

Afflux due to constriction (By Molesworth Formula)h = [(Vn1^2)/17.88+0.015] [ (An1/An2)^2-1]

Afflux h = 1.198 m

Now Total Discharge, Q = 6024.000 cumecsSince Catchment area is between 500 sqkm -5000 sqkm, therefore as per IRC:78-2000 Increase in discharge by = 25 % (Max Value for the range)Increase in discharge by 25 % (Max Value for the range)

Design Discharge, Q = 7530 cumecs

Design Affluxed HFL = 347.698 m

Minimum vertical clearance for above disharge= 1.500 m

Minimum R.L. for Soffit = 349.198 m

Average Velocity, Vn2 = 10.356 m/sec

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-III

Annexure-III Page 6

Page 227: RFP DCA Annexures Kosi Bridge

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure IV

Annexure IV: Page 1

Page 228: RFP DCA Annexures Kosi Bridge

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure IV

Annexure IV: Page 2

Page 229: RFP DCA Annexures Kosi Bridge

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure IV

Annexure IV: Page 3

Page 230: RFP DCA Annexures Kosi Bridge

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure IV

Annexure IV: Page 4

Page 231: RFP DCA Annexures Kosi Bridge

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure IV

Annexure IV: Page 5

Page 232: RFP DCA Annexures Kosi Bridge

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure IV

Annexure IV: Page 6

Page 233: RFP DCA Annexures Kosi Bridge

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure IV

Annexure IV: Page 7

Page 234: RFP DCA Annexures Kosi Bridge

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure IV

Annexure IV: Page 8

Page 235: RFP DCA Annexures Kosi Bridge

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure IV

Annexure IV: Page 9

Page 236: RFP DCA Annexures Kosi Bridge

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure IV

Annexure IV: Page 10

Page 237: RFP DCA Annexures Kosi Bridge

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure IV

Annexure IV: Page 11

Page 238: RFP DCA Annexures Kosi Bridge

CHAPTER-1CARRIAGE OF MATERIALS

Sr NoRef. to MoRTH Spec.

Description Unit Quantity Rate Rs Cost Rs Remarks/ Input ref.

1.1 1.1 Loading and Unloading of Stone Boulder/Stoneaggregates/Sand/Kanker/Moorum.

cum

Placing tipper at loading point, loading with front end loader,dumping, turning for return trip, excluding time for haulageand return tripUnit = cumTaking output = 5.5 cum Time required for

i) Positioning of tipper at loading point 1 Minii) Loading by front end loader 1 cum bucket capacity @ 25 cum per hour

13 Min

iii) Maneuvering, reversing, dumping and turning for return

2 Min

iv) Waiting time, unforeseen contingencies etc 4 MinTotal 20 Min

a) MachineryTipper 5.5 tonnes capacity hour 0.440 175.00 77.00 P&M-048Front end-loader 1 cum bucket capacity @ 25 cum/hour hour 0.440 500.00 220.00 P&M-017

b) Overhead charges @ 10 % on (a) 29.70c) Contractor's profit @ 10 % on (a+b) 32.67Cost for 5.5 cum = a+b+c 359.37Rate per cum = (a+b+c)/ 5.5 65.34

Note Unloading will be by tipping. say 65.00

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-V

Annexure-V: Page 1

Page 239: RFP DCA Annexures Kosi Bridge

CHAPTER-2SITE CLEARANCE

Sr NoRef. to MoRTH Spec.

Description Unit Quantity Rate Rs Cost Rs Remarks/ Input ref.

2.1 201 Cutting of Trees, including cutting of Trunks, Branchesand Removal Cutting of trees, including cutting of trunks, branches andremoval of stumps, roots, stacking of serviceable materialwith all lifts and up to a lead of 1000 metres and earth fillingin the depression/pit.Unit = Each

2.1.1 (i) Girth from 300 mm to 600 mma) Labour

Mate day 0.020 230.00 4.60 L-12Mazdoors for cutting trees including cutting, refilling, compaction of backfilling and stacking of serviceable materials within 1000 metres lead by manual means.

day 0.600 115.00 69.00 L-13

b) MachineryTractor-trolley hour 0.100 125.00 12.50 P&M-053

c) Overhead charges @ 10 % on (a+b) 8.61d) Contractor's profit @ 10 % on (a+b+c) 9.47Rate for each tree = a+b+c+d 104.18

say 104.002.1.2 (ii) Girth from 600 mm to 900 mm

a) LabourMate day 0.040 230.00 9.20 L-12Mazdoors for cutting trees including cutting, refilling, compaction of backfilling, and stacking of serviceable materials within 1000 metres lead by manual means

day 0.900 115.00 103.50 L-13

b) MachineryTractor-trolley hour 0.300 125.00 37.50 P&M-053

c) Overhead charges @ 10 % on (a+b) 15 02c) Overhead charges @ 10 % on (a+b) 15.02d) Contractor's profit @ 10 % on (a+b+c) 16.52Rate for each tree = a+b+c+d 181.74

say 182.002.1.3 (iii) Girth from 900 mm to 1800 mm

a) LabourMate day 0.080 230.00 18.40 L-12Mazdoors for cutting trees including cutting, refilling, compaction of backfilling and stacking of serviceable materials within 1000 metres

day 2.000 115.00 230.00 L-13

b) MachineryTractor-trolley hour 0.400 125.00 50.00 P&M-053

c) Overhead charges @ 10 % on (a+b) 29.84d) Contractor's profit @ 10 % on (a+b+c) 32.82Rate for each tree = a+b+c+d 361.06

say 361.002.1.4 (iv) Girth above 1800 mm

a) LabourMate day 0.160 230.00 36.80 L-12Mazdoors for cutting trees including cutting, refilling, compaction of backfilling and stacking of serviceable materials within 1000 metres

day 4.000 115.00 460.00 L-13

b) MachineryTractor-trolley hour 0.600 125.00 75.00 P&M-053

c) Overhead charges @ 10 % on (a+b) 57.18d) Contractor's profit @ 10 % on (a+b+c) 62.90Rate for each tree = a+b+c+d 691.88

say 692.002.3 201 Clearing and Grubbing Road Land .

Clearing and grubbing road land including uprooting rank vegetation, grass, bushes, shrubs, saplings and trees girth up to 300 mm, removal of stumps of trees cut earlier and disposal of unserviceable materials and stacking of serviceable material to be used or auctioned, up to a lead of 1000 metres including removal and disposal of top organic soil not exceeding 150 mm in thickness.Unit = HectareTaking output = 1 Hectare

2.3.2 (ii) By Mechanical Means

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-V

Annexure-V: Page 2

Page 240: RFP DCA Annexures Kosi Bridge

Sr NoRef. to MoRTH Spec.

Description Unit Quantity Rate Rs Cost Rs Remarks/ Input ref.

2.3.2.1 A In area of light junglea) Labour

Mate day 0.160 230.00 36.80 L-12Mazdoor day 4.000 115.00 460.00 L-13

b) MachineryDozer 80 HP with attachment for removal of trees & stumps

hour 10.000 2000.00 20000.00 P&M-014

Tractor-trolley hour 1.000 125.00 125.00 P&M-053c) Overhead charges @ 10 % on (a+b) 2062.18d) Contractor's profit @ 10 % on (a+b+c) 2268.40Rate per Hectare = a+b+c+d 24952.38

say 24952.00

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-V

Annexure-V: Page 3

Page 241: RFP DCA Annexures Kosi Bridge

301 Excavation in Soil with Dozer with lead upto 100 metres

3.3 Excavation for road way in soil by mechanical meansincluding cutting and pushing the earth to site of embankmentupto a distance of 100 metres (average lead50 metres),including trimming bottom and side slopes in accordance with requirements of lines, grades and cross sections.

Unit = cumTaking output = 180 cuma) Labour

Mate day 0.080 230.00 18.40 L-12Mazdoor day 2.000 115.00 230.00 L-13

b) MachineryDozer, 80 HP @ 30 cum per hour hour 6.000 700.00 4200.00 P&M-014

c) Overhead charges @ 10 % on (a+b) 444.84d) Contractor's profit @ 10 % on (a+b+c) 489.32Cost for 180 cum = a+b+c+d 5382.56Rate per cum = (a+b+c+d)/180 29.90

say 30.00305 Construction of Embankment with Material Deposited

from Roadway Cutting3.17 Construction of embankment with approved materials

deposited at site from roadway cutting and excavation fromdrain and foundation of other structures graded andcompacted to meet requirement of table 300-2.Unit = cumTaking output = 100 cuma) Labour

Mate day 0.020 230.00 4.60 L-12Mazdoor day 0.500 115.00 57.50 L-13

b) MachineryDozer 80 HP for spreading @ 200 cum per hour hour 0 500 2000 00 1000 00 P&M-014Dozer 80 HP for spreading @ 200 cum per hour hour 0.500 2000.00 1000.00 P&M-014Motor grader for grading @ 100 cum per hour hour 1.000 1200.00 1200.00 P&M-032Water tanker6 KL capacity hour 4.000 100.00 400.00 P&M-060Vibratory roller 8-10 tonnes @ 100 cum per hour hour 1.000 1000.00 1000.00 P&M-059

c) MaterialCost of water KL 24.000 50.00 1200.00 M-189

d) Overhead charges @ 10 % on (a+b+c) 486.21e) Contractor's profit @ 10 % on (a+b+c+d) 534.83Rate for 100 cum = a+b+c+d+e 5883.14Rate per cum = (a+b+c+d+e)/100 58.83

say 59.00

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-V

Annexure-V: Page 4

Page 242: RFP DCA Annexures Kosi Bridge

Granular Sub-Base with Close Graded Material (Table:- 400-1)

A Plant Mix Method4.3 Construction of granular sub-base by providing close graded

Material, mixing in a mechanical mix plant at OMC, carriage ofmixed Material to work site, spreading in uniform layers withmotor grader on prepared surface and compacting withvibratory power roller to achieve the desired density, completeas per clause 401 Unit = cumTaking output = 225 cum (450 tonne)a) Labour

Mate day 0.400 230.00 92.00 L-12Mazdoor skilled day 2.000 150.00 300.00 L-15Mazdoor day 8.000 115.00 920.00 L-13

b) MachineryWet mix plant @ 75 tonne capacity per hour hour 8.000 2000.00 16000.00 P&M-093Electric generator 125 KVA hour 8.000 600.00 4800.00 P&M-018Water tanker 6 KL capacity 5 km lead with one trip per hour

hour 8.000 100.00 800.00 P&M-060

Front end loader 1 cum bucket capacity hour 8.000 500.00 4000.00 P&M-017Tipper 10 tonne tonne.km 450 x L 1.74 783.00 Lead =1 km

& P&M-058

Add 10 per cent of cost of carriage to cover loading and unloading

78.30

Motor Grader 110 HP hour 8.000 1200.00 9600.00 P&M-032Vibratory roller 8-10 t hour 8.000 1000.00 8000.00 P&M-059

c) MaterialClose graded Granular sub-base Material as per table 400-1

4.3.1 For Grading-I Material53 mm to 9.5 mm @ 50 per cent cum 144.000 350.00 50400.00 M-0139.5 mm to 2.36 mm @ 20 per cent cum 57.000 350.00 19950.00 M-0179.5 mm to 2.36 mm @ 20 per cent cum 57.000 350.00 19950.00 M 0172.36 mm below @ 30 per cent cum 86.400 350.00 30240.00 M-020Cost of water KL 27.000 50.00 1350.00 M-189

OR4.3.2 For Grading-II Material

26.5 mm to 9.5 mm @ 35 per cent cum 100.800 350.00 35280.00 M-0159.5 mm to 2.36 mm @ 25 per cent cum 72.000 350.00 25200.00 M-0172.36 mm below @ 40 per cent cum 115.200 350.00 40320.00 M-020Cost of water KL 27.000 50.00 1350.00 M-189

OR4.3.3 For Grading-III Material

9.5 mm to 4.75 mm @ 35 per cent cum 100.800 350.00 35280.00 M-0164.75 mm to 2.36 mm @ 12.5 per cent cum 36.000 350.00 12600.00 M-0182.36 mm below @ 52.5 per cent cum 151.200 350.00 52920.00 M-020Cost of water KL 27.000 50.00 1350.00 M-189

(i) Rate per cum for grading-I Materiald) Overhead charges @ 10 % on (a+b+c) 14731.33e) Contractor's profit @ 10 % on (a+b+c+d) 16204.46Cost for 225 cum = a+b+c+d+e 178249.09Rate per cum = (a+b+c+d+e)/225 792.22

say 792.00(ii) Rate per cum for grading-II Material

d) Overhead charges @ 10 % on (a+b+c) 14752.33e) Contractor's profit @ 10 % on (a+b+c+d) 16227.56Cost for 225 cum = a+b+c+d+e 178503.19Rate per cum = (a+b+c+d+e)/225 793.35

say 793.005.3 406 Wet Mix Macadam

Providing, laying, spreading and compacting graded stoneaggregate to wet mix macadam specification includingpremixing the Material with water at OMC in mechanical mixplant carriage of mixed Material by tipper to site, laying inuniform layers with paver in sub- base / base course on wellprepared surface and compacting with vibratory roller toachieve the desired density.Unit = cumTaking output = 225 cum (495 tonnes)a) Labour

Mate day 0.480 230.00 110.40 L-12

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-V

Annexure-V: Page 5

Page 243: RFP DCA Annexures Kosi Bridge

Mazdoor skilled day 2.000 150.00 300.00 L-15Mazdoor day 10.000 115.00 1150.00 L-13

b) MachineryWet mix plant of 75 tonne hourly capacity hour 6.600 2000.00 13200.00 P&M-094Electric generator 125 KVA hour 6.000 600.00 3600.00 P&M-018Front end loader 1 cum capacity hour 6.000 500.00 3000.00 P&M-017Paver finisher hour 6.000 550.00 3300.00 P&M-035Vibratory roller 8 - 10 tonne hour 6x0.65 1000.00 3900.00 P&M-059

orSmooth 3 wheeled steel roller @ 8-10 tonnes. hour 12.000Water tanker 6 KL capacity hour 3.000 100.00 300.00 P&M-060Tipper tonne.km 495 x L 3.00 1485.00 Lead =1 km

& P&M-058

Add 10 per cent of cost of carriage to cover cost of loading and unloading

148.50

c) Material ( Table 400-11)45 mm to 22.4 mm@ 30 per cent cum 89.100 550.00 49005.00 M-03422.4 mm to 2.36 mm @ 40 per cent cum 118.800 550.00 65340.00 M-0312.36 mm to 75 micron@ 30 per cent cum 89.100 350.00 31185.00 M-022Cost of water KL 18.000 50.00 900.00 M-189

d) Overhead charges @ 10 % on (a+b+c) 17692.39e) Contractor's profit @ 10 % on (a+b+c+d) 19461.63Cost for 225 cum = a+b+c+d+e 214077.92Rate per cum = (a+b+c+d+e)/225 951.46

say 951.00

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-V

Annexure-V: Page 6

Page 244: RFP DCA Annexures Kosi Bridge

CHAPTER - 6BASES AND SURFACE COURSES (BITUMINOUS)

Sr No

Ref. to MoRT

H Spec.

Description Unit Quantity Rate Rs Cost Rs Remarks/ Input ref.

6.1 502 Prime CoatProviding and applying primer coat with bitumenemulsion on prepared surface of granular Base includingclearing of road surface and spraying primer at the rateof 0.60 kg/sqm using mechanical means.

Unit = sqmTaking output = 3500 sqma) Labour

Mate day 0.080 230.00 18.40 L-12Mazdoor day 2.000 115.00 230.00 L-13

b) MachineryMechanical broom @ 1250 sqm per hour hour 2.800 150.00 420.00 P&M-031Air compressor 250 cfm hour 2.800 225.00 630.00 P&M-001Bitumen pressure distributor @ 1750 sqm per hour hour 2.000 600.00 1200.00 P&M-004Water tanker 6 KL capacity @ 1 trip per hour hour 1.000 100.00 100.00 P&M-060

c) MaterialBitumen emulsion @ 0.6 kg per sqm tonne 2.100 40000.00 84000.00 M-077Cost of water KL 6.000 50.00 300.00 M-189

d) Overhead charges @ 10 % on (a+b+c) 8689.84e) Contractor's profit @ 10 % on (a+b+c+d) 9558.82Cost for 3500 sqm = a+b+c+d+e 105147.06Rate per sqm = (a+b+c+d+e)/3500 30.04

say 30.006.2 503 Tack Coat

Providing and applying tack coat with bitumen emulsionusing emulsion pressure distributor at the rate of 0 20 kg perusing emulsion pressure distributor at the rate of 0.20 kg persqm on the prepared bituminous/granular surface cleanedwith mechanical broom.Unit = sqmTaking output = 3500 sqma) Labour

Mate day 0.080 230.00 18.40 L-12Mazdoor day 2.000 115.00 230.00 L-13

b) MachineryMechanical broom @ 1250 sqm per hour hour 2.800 150.00 420.00 P&M-031Air compressor 250 cfm hour 2.800 225.00 630.00 P&M-001Emulsion pressure distributor @ 1750 sqm per hour hour 2.000 600.00 1200.00 P&M-004

c) MaterialBitumen emulsion @ 0.2 kg per sqm tonne 0.700 43000.00 30100.00 M-077

d) Overhead charges @ 10 % on (a+b+c) 3259.84e) Contractor's profit @ 10 % on (a+b+c+d) 3585.82Cost for 3500 sqm = a+b+c+d+e 39444.06Rate per sqm = (a+b+c+d+e)/3500 11.27

say 11.00

6.3 504 Bituminous MacadamProviding and laying bituminous macadam with 100-120 TPHhot mix plant producing an average output of 75 tonnes perhour using crushed aggregates of specified grading premixedwith bituminous binder, transported to site, laid over apreviously prepared surface with paver finisher to therequired grade, level and alignment and rolled as per clauses501.6 and 501.7 to achieve the desired compaction

Unit = cumTaking output = 205 cum (450 tonnes)a) Labour

Mate day 0.840 230.00 193.20 L-12Mazdoor working with HMP, mechanical broom, paver, roller, asphalt cutter and assistance for setting out lines, levels and layout of construction

day 16.000 115.00 1840.00 L-13

Skilled mazdoor for checking line & levels day 5.000 150.00 750.00 L-15b) Machinery

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-V

Annexure-V: Page 7

Page 245: RFP DCA Annexures Kosi Bridge

Sr No

Ref. to MoRT

H Spec.

Description Unit Quantity Rate Rs Cost Rs Remarks/ Input ref.

Batch mix HMP 100-120 TPH @ 75 tonne per hour actual output

hour 6.000 10800.00 64800.00 P&M-021

Mechanical broom hydraulic @ 1250 sqm per hour hour 2.200 150.00 330.00 P&M-031Air compressor 250 cfm hour 2.200 225.00 495.00 P&M-001Paver finisher hydrostatic with sensor control @ 75 cum per hour

hour 6.000 1400.00 8400.00 P&M-034

Generator 250 KVA hour 6.000 700.00 4200.00 P&M-081Front end loader 1 cum bucket capacity hour 6.000 500.00 3000.00 P&M-017Tipper 10 tonne capacity tonne.km 450 x L 1.74 783.00 Lead =1 km

& P&M-058Add 10 per cent of cost of carriage to cover cost of loadingand unloading

78.30

Smooth wheeled roller 8-10 tonnes for initial break down rolling.

hour 6.00x0.65* 200.00 780.00 P&M-044

Vibratory roller 8 tonnes for intermediate rolling. hour 6.00x0.65* 1000.00 3900.00 P&M-059Finish rolling with 6-8 tonnes smooth wheeled tandem roller.

hour 6.00x0.65* 700.00 2730.00 P&M-045

c) Materiali) Bitumen@ 3.3 per cent of mix tonne 14.850 41000.00 608850.00 M-074

weight of mix = 205 x 2.2 = 450 tonneii) AggregateTotal weight of mix = 450 tonnesWeight of bitumen = 14.85 tonnesWeight of aggregate = 450 -14.85 = 435.15 tonnesTaking density of aggregate = 1.5 ton/cumVolume of aggregate = 290.1 cumgg g*Grading I ( 40 mm nominal size )

37.5 - 25 mm 15 per cent cum 43.510 500.00 21755.00 M-04925 - 10 mm 45 per cent cum 130.550 500.00 65275.00 M-04610 - 5 mm 25 per cent cum 72.530 500.00 36265.00 M-0405 mm and below15 per cent cum 43.510 520.00 22625.20 M-030

orGradingII(19 mm nominal size)

25 - 10 mm 40 per cent cum 116.040 500.00 58020.00 M-04610 - 5 mm 40 per cent cum 116.040 500.00 58020.00 M-0405 mm and below 20 per cent cum 58.020 520.00 30170.40 M-030

* Any one of the alternative may be adopted as per approveddesign

say 5000.00(ii) for GradingII(19 mm nominal size)

d) Overhead charges @ 10 % on (a+b+c) 84733.99e) Contractor's profit @ 10 % on (a+b+c+d) 93207.39Cost for 205 cum = a+b+c+d+e 1025281.28Rate per cum = (a+b+c+d+e)/205 (For Grading-II) 5001.37

say 5001.006.8 508 Semi-Dense Bituminous Concrete

Providing and laying semi dense bituminous concrete with100-120 TPH batch type HMP producing an average outputof 75 tonnes per hour using crushed aggregates of specifiedgrading, premixed with bituminous binder @ 5 percent ofmix and filler, transporting the hot mix to work site, laying with a hydrostatic paver finisher with sensor control to therequired grade, level and alignment, rolling with smoothwheeled, vibratory and tandem rollers to achieve the desiredcompaction as per MoRTH specification clause No. 508complete in all respectsUnit = cumTaking output = 195 cum (450 tonnes)a) Labour

Mate day 0.840 230.00 193.20 L-12

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-V

Annexure-V: Page 8

Page 246: RFP DCA Annexures Kosi Bridge

Sr No

Ref. to MoRT

H Spec.

Description Unit Quantity Rate Rs Cost Rs Remarks/ Input ref.

Mazdoor working with HMP, mechanical broom, paver, roller, asphalt cutter and assistance for setting out lines, levels and layout of construction

day 16.000 115.00 1840.00 L-13

Skilled mazdoor for checking line & levels day 5.000 150.00 750.00 L-15b) Machinery

Batch mix HMP @ 75 tonne per hour hour 6.000 8300.00 49800.00 P&M-022Paver finisher hydrostatic with sensor control @ 75 cum per hour

hour 6.000 1400.00 8400.00 P&M-034

Generator 250 KVA hour 6.000 700.00 4200.00 P&M-081Front end loader 1 cum bucket capacity hour 6.000 500.00 3000.00 P&M-017Tipper 10 tonne capacity tonne.km 450 x L 1.74 783.00 Lead =1 km

& P&M-058Add 10 per cent of cost of carriage to cover cost of loading and unloading

78.30

Smooth wheeled roller 8-10 tonnes for initial break down rolling.

hour 6.00x0.65* 200.00 780.00 P&M-044

Vibratory roller 8 tonnes for intermediate rolling. hour 6.00x0.65* 1000.00 3900.00 P&M-059Finish rolling with 6-8 tonnes smooth wheeled tandem hour 6.00x0.65* 700.00 2730.00 P&M-045

c) Material* Grading I: 13 mm (Nominal Size)

i) Bitumen@ 4.5 per cent of weight of mix tonne 20.250 41000.00 830250.00 M-074ii) AggregateTotal weight of mix = 450 tonnesWeight of bitumen = 20.25 tonnesWeight of aggregate = 450-20.25 = 429.75 tonnesTaking density of aggregate = 1.5 ton/cumVolume of aggregate = 286.5 cum

13.2 - 10 mm20 per cent cum 57.300 500.00 28650.00 M-04410 - 5 mm 38 per cent cum 108.870 500.00 54435.00 M-0405 mm and below 40 per cent cum 114.600 520.00 59592.00 M-030Filler @ 2 per cent of weight of aggregates. tonne 8.620 2400.00 20688.00 M-188

orGrading II: 10 mm (Nominal Size)

Bitumen@5 per cent of weight of mix tonne 22.500 41000.00 922500.00 M-074weight of mix = 450 tonne

AggregateTotal weight of mix = 450 tonnesWeight of bitumen = 22.5 tonnesWeight of aggregate = 450 -22.50 = 427.50 tonnesTaking density of aggregate = 1.5 ton/cumVolume of aggregate = 285 cum

9.5 - 4.75 mm@ 57 per cent cum 162.450 500.00 81225.00 M-0404.75 and below@ 41 per cent cum 116.850 520.00 60762.00 M-030Filler @ 2 per cent of weight of aggregates. tonne 8.620 2400.00 20688.00 M-188

*Any one of the alternative may be adopted as perapproved design

(i) for Grading I ( 13 mm nominal size )d) Overhead charges @ 10 % on (a+b+c) 107006.95e) Contractor's profit @ 10 % on (a+b+c+d) 117707.65Cost for195 cum = a+b+c+d+e 1294784.10Rate per cum = (a+b+c+d+e)/195 (For Grading I) 6639.92

say 6640.00

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-V

Annexure-V: Page 9

Page 247: RFP DCA Annexures Kosi Bridge

CHAPTER-11FOUNDATIONS

Sr NoRef. to MoRTH Spec.

Description Unit Quantity Rate Rs Cost Rs Remarks/ Input ref.

11.0 304 Excavation for StructuresEarth work in excavation of foundation of structures as perdrawing and technical specification, including setting out,construction of shoring and bracing, removal of stumps andother deleterious matter, dressing of sides and bottom andbackfilling with approved material.

11.1 I Ordinary soilUnit = cumTaking output = 10 cum

A Manual Means11.1.1 (i) Depth upto 3 m

a) LabourMate day 0.16 230.00 36.80 L-12Mazdoor day 5.00 115.00 575.00 L-13

b) Overhead charges @ 10 % on (a) 61.18c) Contractor's profit @ 10 % on (a+b) 67.30Cost for 10 cum = a+b+c 740.28Rate per cum = (a+b+c)/10 74.03

say 74.00Note 1. Cost of dewatering may be added where required upto, 10

per cent of labour cost Assessment for dewatering shall bemade as per site conditions.2.The excavated earth can be used partially for backfilling of foundation pit and partly for road work except for marshy soil. Hence cost of disposal has not been added except for marshy soil. This remark is common to all cases of item 12.1 excluding marshy soil.3.The cost of shoring and shuttering, where needed, may be added @ 1 per cent on cost of excavation for open foundation.

11.1.2 (ii) Depth 3 m to 6 m a) Labour

Mate/Supervisor day 0.20 230.00 46.00 L-12 Mazdoor day 6.00 115.00 690.00 L-13

b) Overhead charges @ 10 % on (a) 73.60c) Contractor's profit @ 10 % on (a+b) 80.96Cost for 10 cum = a+b+c 890.56Rate per cum = (a+b+c)/10 89.06

say 89.00Note Cost of dewatering may be added where required upto 15 per

cent of labour cost. Assessment for dewatering shall bedone as per actual ground conditions.

11.5 304 Back Filling in behind abutment, wingwall, retuen wall asper Drawing & Technical Specification

Unit = cumTaking output = 1 cum

11.5.2 b) Sandy Materiala) Labour

Mate day 0.01 230.00 2.30Mazdoor day 0.20 115.00 23.00

b) MaterialSand (assuming 20 per cent voids) cum 0.35 500.00 175.00

c) Overhead charges @ 10 % on (a+b) 20.03d) Contractor's profit @ 10 % on (a+b+c) 22.03Rate per cum = a+b+c+d 242.36

say 242.00

11.6 Filter medium behing abutment, wing wall, retuen wall asper Technical specificationa) Labour

Mate day 0.01 230.00 2.30Mazdoor day 0.30 115.00 34.50

b) Material

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-V

Annexure-V: Page 10

Page 248: RFP DCA Annexures Kosi Bridge

Sr NoRef. to MoRTH Spec.

Description Unit Quantity Rate Rs Cost Rs Remarks/ Input ref.

Filter media/Filter Material as per Table 300-3 (MoRT&H Specification)

cum 1.30 450.00 585.00

c) Overhead charges @ 10 % on (a+b) 62.18d) Contractor's profit @ 10 % on (a+b+c) 68.40Rate per cum = a+b+c+d 752.38

say 752.00

11.9.1 1500, 1700 & 2100

Plain/Reinforced Cement Concrete in Open Foundationcomplete as per Drawing and Technical Specifications.

11.9.1.1 D PCC Grade M25Case I Using Concrete Mixer

Unit = cumTaking output = 15 cuma) Material

Cement tonne 5.99 4700.00 28153.00 M-081Coarse sand cum 6.75 500.00 3375.00 M-00540 mm Aggregate cum 5.40 600.00 3240.00 M-05520 mm Aggregate cum 5.40 600.00 3240.00 M-05310 mm Aggregate cum 2.70 600.00 1620.00 M-051

b) LabourMate day 0.86 230.00 197.80 L-12Mason day 1.50 220.00 330.00 L-11Mazdoor day 20.00 115.00 2300.00 L-13

c) MachineryConcrete mixer (cap. 0.40/0.28 cum) hour 6.00 100.00 600.00 P&M-009G t 33 KVA h 6 00 400 00 2400 00 P&M 079Generator 33 KVA hour 6.00 400.00 2400.00 P&M-079Per Cum Basic Cost of Labour, Material & Machinery

(a+b+c) 3031.00

d) Formwork @ 3.75 per cent of (a+b+c) 1704.59e) Overhead charges @ 10 % on (a+b+c+d) 4716.04f) Contractor's profit @ 10 % on (a+b+c+d+e) 5187.64Cost for 15 cum = a+b+c+d+e+f 57064.07Rate per cum = ( a+b+c+d+e+f )/15 3804.27

say 3804.00

11.9.2 1500, 1700 & 2100

Plain/Reinforced Cement Concrete in Open Foundationcomplete as per Drawing and Technical Specifications.

11.9.2.1 A PCC Grade M15 Unit = cumTaking output = 15 cuma) Material

Cement tonne 4.13 4700.00 19411.00 M-081Coarse sand cum 6.75 500.00 3375.00 M-00540 mm Aggregate cum 8.10 600.00 4860.00 M-05520 mm Aggregate cum 4.05 600.00 2430.00 M-05310 mm Aggregate cum 1.35 600.00 810.00 M-051

b) LabourMate day 0.86 230.00 197.80 L-12Mason day 1.50 220.00 330.00 L-11Mazdoor day 20.00 115.00 2300.00 L-13

c) MachineryConcrete mixer (cap. 0.40/0.28 cum) hour 6.00 100.00 600.00 P&M-009Generator 63 KVA hour 6.00 500.00 3000.00 P&M-019Per Cum Basic Cost of Labour, Material & Machinery

(a+b+c)2488.00

d) Formwork @ 4 per cent on cost of concrete i.e. cost of material, labour and machinery

1492.55

e) Overhead charges @ 10 % on (a+b+c+d) 3880.64f) Contractor's profit @ 10 % on (a+b+c+d+e) 4268.70Cost for 15 cum = a+b+c+d+e+f 46955.69Rate per cum = (a+b+c+d+e+f)/15 3130.38

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-V

Annexure-V: Page 11

Page 249: RFP DCA Annexures Kosi Bridge

Sr NoRef. to MoRTH Spec.

Description Unit Quantity Rate Rs Cost Rs Remarks/ Input ref.

say 3130.0011.10 1200 &

1900Providing and Laying Cutting Edge of Mild Steelweighing 40 kg per metre for Well Foundation completeas per Drawing and Technical Specification.

Unit = 1 MTTaking output = 1 MTa) Material

Structural steel in plates, angles, etc including 5 per cent wastage

tonne 1.05 35000.00 36750.00 M-179

Nuts & bolts Kg 20.00 40.00 800.00 M-130b) Labour(for cutting, bending, making holes, joining, welding anderecting in position)

Mate day 1.32 230.00 303.60 L-12Fitter day 5.50 170.00 935.00 L-08Blacksmith day 5.50 190.00 1045.00 L-02Welder day 5.50 190.00 1045.00 L-02Mazdoor day 16.50 115.00 1897.50 L-13

Electrodes, cutting gas and other consumables @ 10 percent of cost of (a) above

3755.00

c) Overhead charges @ 10 % on (a+b) 4653.11d) Contractor's profit @ 10 % on (a+b+c) 5118.42Rate per MT (a+b+c+d) 56302.63

say 56303.00

11.11 1200, 1500 & 1700

Plain/Reinforced Cement Concrete, in Well Foundationcomplete as per Drawing and Technical Specification.

Unit = 1 cumT ki t t 1 Taking output = 1 cum

11.15.1 A Well curb11.15.1.2 (ii) RCC M25 Grade

Same as for 12.8 (E) except for formwork which shall be@20 per cent of the cost of concrete instead of 3.75 per cent.

Case I Using Concrete Mixer Per Cum Basic Cost of Labour, Material & Machinery(a+b+c)

3050.00

d) formwork @ 20 per cent of the cost of concrete 610.00e) Overhead charges @ 10 % on (a+b+c+d) 366.00f) Contractor's profit @ 10 % on (a+b+c+d+e) 402.60Rate perm (a+b+c+d+e+f) 4428.60

say 4429.0011.16 B Well steining

11.16.3 (v) RCC M25 Grade Same as for 12.8 (E) except for formwork which shall be @10 per cent of the cost of concrete instead of 3.5 per cent.

Case I Using Concrete Mixer Per Cum Basic Cost of Labour, Material & Machinery(a+b+c)

3031.00

d) formwork @ 10 per cent of the cost of concrete 303.10e) Overhead charges @ 10 % on (a+b+c+d) 333.41f) Contractor's profit @ 10 % on (a+b+c+d+e) 366.75Rate perm (a+b+c+d+e+f) 4034.26

say 4034.0011.17 Bottom Plug

Concrete to be placed using tremie pipeNote: 10% extra cement to be added where under water concreting is involved

(i) PCC Grade M20 Case I Using Concrete Mixer

Unit = cumTaking output = 15 cum

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-V

Annexure-V: Page 12

Page 250: RFP DCA Annexures Kosi Bridge

Sr NoRef. to MoRTH Spec.

Description Unit Quantity Rate Rs Cost Rs Remarks/ Input ref.

a) MaterialCement tonne 5.55 4700.00 26085.00 M-081Coarse sand cum 6.75 500.00 3375.00 M-00540 mm Aggregate cum 5.40 600.00 3240.00 M-05520 mm Aggregate cum 5.40 600.00 3240.00 M-05310 mm Aggregate cum 2.70 600.00 1620.00 M-051Admixture Kg 18.60 10.00 186.00 M-180

b) LabourMate day 0.90 230.00 207.00 L-12Mason day 1.50 220.00 330.00 L-11Mazdoor day 20.00 115.00 2300.00 L-13

c) MachineryConcrete mixer (cap. 0.40/0.28 cum) hour 6.00 100.00 600.00 P&M-009Generator 33 KVA hour 6.00 400.00 2400.00 P&M-079Light Crane 3 tonnes capacity for handling tremie pipe hour 6.00 225.00 1350.00 P&M-013

Per Cum Basic Cost of Labour, Material & Machinery (a+b+c)

2996.00

Add 5 per cent of cost of material and labour towards cost offorming sump, protective bunds, chiselling and makingarrangements for under water concreting with tremie pipe..

2029.15

d) Overhead charges @ 10 % on (a+b+c) 4696.22e) Contractor's profit @ 10 % on (a+b+c+d) 5165.84cost of 15 cum = a+b+c+d+e 56824.20Rate per cum = (a+b+c+d+e)/15 3788.28

say 3788.00say 3 88 00D Intermediate plug

11.13.1 (ii) Grade M25 PCCSame as in bottom plug concrete, excluding cost of formingsump, protective bunds, chiseling etc.

Case I Using Concrete MixerPer Cum Basic Cost of Labour, Material & Machinery(a+b+c)

3136.00

d) Overhead charges @ 10 % on (a+b+c) 313.60e) Contractor's profit @ 10 % on (a+b+c+d) 344.96Rate per cum = (a+b+c+d+e) 3794.56

say 3795.0011.18.1.3 (iii) RCC Grade M30

Case I Using Concrete MixerUnit = cumTaking output = 15 cuma) Material

Cement tonne 6.10 4700.00 28670.00 M-081Coarse sand cum 6.75 500.00 3375.00 M-00520 mm Aggregate cum 8.10 600.00 4860.00 M-05310 mm Aggregate cum 5.40 600.00 3240.00 M-051

b) LabourMate day 0.86 230.00 197.80 L-12Mason day 1.50 220.00 330.00 L-11Mazdoor day 20.00 115.00 2300.00 L-13

c) MachineryConcrete mixer (cap. 0.40/0.28 cum) hour 6.00 100.00 600.00 P&M-009Generator 33 KVA hour 6.00 400.00 2400.00 P&M-079 Formwork @ 3.5 per cent of (a+b+c) 1609.05

d) Overhead charges @ 10 % on (a+b+c) 4758.18e) Contractor's profit @ 10 % on (a+b+c+d) 5234.00cost of 15 cum = a+b+c+d+e 57574.04Rate per cum = (a+b+c+d+e)/15 3838.27

say 3838.00

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-V

Annexure-V: Page 13

Page 251: RFP DCA Annexures Kosi Bridge

Sr NoRef. to MoRTH Spec.

Description Unit Quantity Rate Rs Cost Rs Remarks/ Input ref.

11.19 Section 1200

Sinking of well (other than pneumatic method ofsinking) through all types of strata namely sandy soil,clayey soil and rock as shown against each case,complete as per drawing and technical specifications.Depth of sinking is reckoned from bed level.

11.19.4.2 D Soft Rock ( 9m dia well )Unit = Running MeterTaking output = 1 mDiameter of well - 9 m.Rate of sinking = 0.17 m per hour.a) Material

Gelatine 80 per cent Kg 7.00 50.00 350.00 M-104Electric Detonators each 30.00 5.00 150.00 M-094/100

b) LabourMate day 1.60 230.00 368.00 L-12Driller day 2.00 150.00 300.00 L-06Blaster day 0.25 140.00 35.00 L-03Mazdoor day 18.00 115.00 2070.00 L-13Mazdoor (Skilled) day 4.00 150.00 600.00 L-15Diver day 0.50 150.00 75.00 L-07

c) MachineryHire & running charges of crane with grab bucket of 0.75 cum capacity and accessories.

hour 18.00 550.00 9900.00 P&M-075

Hire & running charges of compressor with pneumatic breaker/Jack hammer for drilling.

hour 16.00 150.00 2400.00 P&M-063

Dewatering @ 5 per cent of cost of (b+c), if required. 787.40Consumables in sinking @ 10 per cent of cost of (b). 1308.74

d) Overhead charges @ 10 % on (a+b+c) 1834.41e) Contractor's profit @ 10 % on (a+b+c+d) 2017.86Rate per metre = (a+b+c+d+e) 22196.41

say 22196.0011.19.3.3 C Soft Rock ( 8m dia well )

Unit = Running Meter.Taking output = 1 m8m dia WellRate of sinking @ 0.20 m/houra) Labour

Mate day 0.68 230.00 156.40 L-12Sinker ( skilled ) day 4.00 150.00 600.00 L-15Sinking helper ( semi-skilled ) day 12.00 120.00 1440.00 L-14Diver day 1.00 150.00 150.00 L-07

b) MachineryHire & running charges of crane with grab bucket of 0.75 cum capacity and accessories.

hour 19.00 550.00 10450.00 P&M-075

Air compressor with pneumatic breakers hour 15.00 150.00 2250.00 P&M-063Consumables in sinking @ 10 per cent of (b) 1270.00Add for dewatering @ of 5 per cent of (a+b), if required 815.82

c) Overhead charges @ 10 % on (a+b) 1713.22d) Contractor's profit @ 10 % on (a+b+c) 1884.54Rate per metre = (a+b+c+d) 20729.99

say 20730.0011.20 1207 Sand Filling in Wells complete as per Drawing and

Technical Specifications.Unit = 1 cumTaking output = 1 cuma) Material

Sand (assuming 20 per cent voids ) cum 0.15 500.00 75.00 M-006b) Labour

Mate day 0.01 230.00 2.30 L-12

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-V

Annexure-V: Page 14

Page 252: RFP DCA Annexures Kosi Bridge

Sr NoRef. to MoRTH Spec.

Description Unit Quantity Rate Rs Cost Rs Remarks/ Input ref.

Mazdoor day 0.30 115.00 34.50 L-13c) Overhead charges @ 10 % on (a+b) 11.18d) Contractor's profit @ 10 % on (a+b+c) 12.30Rate per cum (a+b+c+d) 135.28

say 135.00

11.21 1600 Supplying, Fitting and Placing un-coated HYSD barReinforcement in Foundation complete as per Drawingand Technical Specifications. Unit = 1 MTTaking output = 1 MT

11.21.1 HYSD Bar Reinforcementa) Material

HYSD bars including5 per cent overlaps and wastage tonne 1.05 36000.00 37800.00 M-082

Binding wire Kg 6.00 40.00 240.00 M-072b) Labour for cutting, bending, shifting to site, tyingand placing in position

Mate day 0.40 230.00 92.00 L-12Blacksmith day 2.00 190.00 380.00 L-02Mazdoor day 6.00 115.00 690.00 L-13

3920.204312.22

47434.42say 47434.00

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-V

Annexure-V: Page 15

Page 253: RFP DCA Annexures Kosi Bridge

CHAPTER-12SUB-STRUCTURE

12.5.8 H RCC Grade M3512.5.8.2 (q) Height 5m to 10m

For height, upto 10m, add 1.4 per cent of cost as aboveexcluding formwork. For cost of formwork add 11 per cent ofcost of material, labour and machinery .

Case I

Using concrete Mixer

Per Cum Basic Cost of Labour, Material & Machinery(a+b+c) of Item 12.8 (H) Case I

3137.00

d) formwork Add 11 per cent of cost of material, labour and machinery (a+b+c) for Formwork

11.00 345.07

Add 1.4 per cent of cost of material, Labour and machinery excluding formwork to cater for extra lift

1.40 43.92

e) Overhead charges @ 10 % on (a+b+c+d) 352.60f) Contractor's profit @ 10 % on (a+b+c+d+e) 387.86Rate perm (a+b+c+d+e+f) 4266.45

say 4266.0012.6 Section

1600 & 2200

Supplying, fitting and placing HYSD bar reinforcement insub-structure complete as per drawing and TechnicalSpecifications Output: MTTaking output = 1 MTa) Material

HYSD bars including 5 per cent overlaps and wastage tonne 1.05 36000.00 37800.00 M-082

Binding wire kg 6.00 40.00 240.00 M-072b) Labour for cutting, bending, shifting to site, tyingand placing in position

Mate day 0.34 230.00 78.20 L-12Blacksmith day 2.00 190.00 380.00 L-02Mazdoor day 6.50 115.00 747.50 L-13

c) Overhead charges @ 10 % on (a+b) 3924.57d) Contractor's profit @ 10 % on (a+b+c) 4317.03Rate for per MT (a+b+c+d) 47487.30

say 47487.0012.16 2000 &

2200Supplying, fitting and fixing in position true to line andlevel POT-PTFE bearing consisting of a metal pistonsupported by a disc or unreinforced elastomer confinedwithin a metal cylinder, sealing rings, dust seals, PTFEsurface sliding against stainless steel mating surface,complete assembly to be of cast steel/fabricatedstructural steel, metal and elastomer elements to be asper IRC: 83 part-I & II respectively and other partsconforming to BS: 5400, section 9.1 & 9.2 and clause2006 of MoRTH Specifications complete as per drawingand approved Technical Specifications.

Unit: one tonne capacity 387.20Considering a Pot bearing assembly of 250 tonne capacityfor this analysis.a) Labour

Mate day 0.08 230.00 18.40 L-12Mazdoor day 1.50 115.00 172.50 L-13Mazdoor (Skilled) day 0.50 150.00 75.00 L-15

b) MaterialPot type bearing assembly consisting of a metal piston supported by a disc, PTFE pads providing sliding surfaces against stainless steel mating together with cast steel assemblies/fabricated structural steel assemblies duly painted with all components as per clause 2006 and complete as per drawings and Technical Specifications.

each. 1.00 60000.00 60000.00 M-068

Add 1 per cent of cost of bearing assembly for foundation anchorage bolts and consumables.

600.00

c) Overhead charges @ 10 % on (a+b) 6086.59

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-V

Annexure-V: Page 16

Page 254: RFP DCA Annexures Kosi Bridge

d) Contractor's profit @ 10 % on (a+b+c) 6695.25cost for 250 tonnes capacity bearing = a+b+c+d 73647.74Rate per tonne capacity = (a+b+c+d)/250 294.59

say 295.00

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-V

Annexure-V: Page 17

Page 255: RFP DCA Annexures Kosi Bridge

CHAPTER-13SUPER-STRUCTURE

13.1.5 E PSC Grade M-4013.1.5.1 Case 1 Using concrete mixer.

Unit = 1 cumTaking output = 15 cuma) Material

Cement tonne 6.45 4700.00 30315.00 M-081Coarse sand cum 6.75 500.00 3375.00 M-00520 mm Aggregate cum 8.10 600.00 4860.00 M-05310 mm Aggregate cum 5.40 600.00 3240.00 M-051Admixture @ 0.4 per cent of cement kg 25.80 10.00 258.00 M-180

b) LabourMate day 0.96 230.00 220.80 L-12Mason day 2.00 220.00 440.00 L-11Mazdoor day 22.00 115.00 2530.00 L-13

c) MachineryConcrete mixer (cap. 0.40/0.28 cum) hour 6.00 100.00 600.00 P&M-009Generator 33 KVA hour 6.00 400.00 2400.00 P&M-079Basic Cost of Labour, Material & Machinery (a+b+c)

for 15 cum48239.00

For formwork and staging add the following:13.1.5.1.1 (i) For solid slab super-structure, 20-30 per cent of (a+b+c)

13.1.5.1.1.1 (p) Height upto 5m

Basic Cost of Labour, Material & Machinery (a+b+c) for 15 cum

48239.00

d) Formwork and staging 20 per cent of (a+b+c) 20.00 9647.80e) Overhead charges @ 10 % on (a+b+c+d) 5788.68f) Contractor's profit @ 10 % on (a+b+c+d+e) 6367.55Cost for 15 cum = a+b+c+d+e+f 70043.03Rate per cum = (a+b+c+d+e+f)/15 4669.54

say 4670.0013.2 1600 Supplying, fitting and placing HYSD bar reinforcement in

super-structure complete as per drawing and technicalspecifications Unit = 1 MTTaking output = 1 MTa) Material

HYSD bars including 5 per cent for laps and wastage tonne 1.05 36000.00 37800.00 M-082

Binding wire Kg 8.00 40.00 320.00 M-072b) Labour for cutting, bending, tying and placing inposition

Mate day 0.44 230.00 101.20 L-12Blacksmith day 3.00 190.00 570.00 L-02Mazdoor day 8.00 115.00 920.00 L-13

Basic Cost of Labour & Material (a+b) 39712.00c) Overhead charges @ 10 % on (a+b) 3971.12d) Contractor's profit @ 10 % on (a+b+c) 4368.23Rate per MT = a+b+c+d 48050.55

say 48051.0013.3 1800 High tensile steel wires/strands including all accessories

for stressing, stressing operations and groutingcomplete as per drawing and Technical Specifications

Unit = 1 MTTaking output = 0.377 MTDetails of cost for 12T13 strand 40 m long cable (weight = 0.377 MT)a) Material

H.T. Strand @ 9.42 kg/m including 2 per cent for wastage and extra length for jacking

tonne 0.39 70000.00 26950.00 M-119

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-V

Annexure-V: Page 18

Page 256: RFP DCA Annexures Kosi Bridge

Sheathing duct ID 66 mm along with 5 per cent extra length 40 x 1.05 = 42 m.

metre 42.00 200.00 8400.00 M-165

Tube anchorage set complete with bearing plate, permanent wedges etc

each 2.00 25.00 50.00 M-187

Cement for grouting including 3 per cent wastage @ 3.00 kg/m = 3 x 1.03 x 40 = 123.60 kg (say, = 125 kg)

tonne 0.125 4700.00 587.50 M-081

Add 0.50 per cent cost of material for Spacers, Insulation tape and miscellaneous items

1799.38

b) Labouri) For making and fixing cables, anchorages

Mate day 0.16 230.00 36.80 L-12Blacksmith day 1.00 190.00 190.00 L-02Mazdoor day 3.00 115.00 345.00 L-13

ii) For prestressing Mate/Supervisor day 0.05 230.00 11.50 L-12Prestressing operator / Fitter day 0.25 170.00 42.50 L-08Mazdoor day 1.00 115.00 115.00 L-13

iii) For groutingMate/Supervisor day 0.05 230.00 11.50 L-12Mason day 0.25 220.00 55.00 L-11Mazdoor day 1.00 115.00 115.00 L-13

c) MachineryStressing jack with pump hour 2.50 80.00 200.00 P&M-040Grouting pump with agitator hour 1.00 300.00 300.00 M-111Generator 33 KVA. hour 3.50 400.00 1400.00 P&M-079

d) Overhead charges @ 10 % on (a+b+c) 282.23e) Contractor's profit @ 10 % on (a+b+c+d) 310.45Cost for 0.377 MT (a+b+c+d+e) 41201.86R t MT ( +b+ +d+ )/0 377 109288 75Rate per MT = (a+b+c+d+e)/0.377 109288.75

say 109289.002705 Drainage Spouts complete as per drawing and Technical

specificationUnit = 1 No.Taking output = 1 No.a) Material

Corrosion resistant Structural steel including 5 per cent wastage

Kg 4.00 26.00 104.00 M-087/1000

GI pipe 100mm dia metre 6.00 10.00 60.00 M-056GI bolt 10 mm Dia each 6.00 5.00 30.00 M-110Galvanised MS flat clamp each 2.00 250.00 500.00 M-101

b) LabourFor fabrication

Mate day 0.02 230.00 4.60 L-12Skilled (Blacksmith, welder etc.) day 0.02 190.00 3.80 L-02Mazdoor day 0.02 115.00 2.30 L-13

For fixing in positionMate day 0.01 230.00 2.30 L-12Mason day 0.01 220.00 2.20 L-11Mazdoor day 0.20 115.00 23.00 L-13Add @ 5 per cent of cost of material and labour for electrodes, cutting gas, sealant, anti-corrosive bituminous paint, mild steel grating etc.

36.61

c) Overhead charges @ 10 % on (a+b) 76.88d) Contractor's profit @ 10 % on (a+b+c) 84.57Rate per metre (a+b+c+d) 930.26

say 930.00Note 1. In case of viaducts in urban areas, the drainage spouts

should be connected with suitably located pipelines to discharge the surface run-off to drains provided at ground level.2. In case of bridges, sufficient length of G.I Pipe shall be provided to ensure that there is no splashing of water from the drainage spout on the structure.

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-V

Annexure-V: Page 19

Page 257: RFP DCA Annexures Kosi Bridge

13.9 2700 PCC M15 Grade leveling course below approach slabcomplete as per drawing and Technical specification

Unit = 1 cumTaking output = 1 cum Material

Concrete, Rate as per item No. 12.8 (A) excluding formworks

cum 1.00 3010.00 3010.00 Item 12.8 (A)

Rate per cum say 3010.0013.10 1500,160

0,1700 & 2704

Reinforced cement concrete approach slab includingreinforcement and formwork complete as per drawingand Technical specificationUnit = 1 cumTaking output = 1 cuma) Material

Cement concreteM30 Grade Refer relevant item of concrete in item 12.8(G)by using batching plant, excluding formwork i.e. per cum basic cost (a+b+c) (Excluding OH & CP)

cum 1.00 2951.00 2951.00 Item 12.8 (G)

( Refer relevant item of concrete in item No. 13.8 (G) except that form work may be added at the rate of 2 per cent of cost against 3.5 per cent provided in the foundation concrete.

59.02

HYSD bar reinforcement Rate as per item No 14.2(Excluding OH & CP)

tonne 0.05 39712.00 1985.60 Item 14.2 A

b) Overhead charges @ 10 % on (a) 499.56c) Contractor's profit @ 10 % on(a+b) 549.52Rate per cum (a+b+c) 6044.70

say 6045.002606 Elastomeric Slab Steel Expansion Joint

Providing and laying of an elastomeric slab steel expansion joint, catering to right or skew (less than 20 deg., moderately curved with maximum horizontal movement upto 50 mm, complete as per approved drawings and standard specifications to be installed by the manufacturer/supplier or their authorised representative ensuring compliance to the manufacturer's instructions for installation and clause 2606 of MoRTH specifications for road & bridge works.

Unit = Running meterTaking output = 12 m a) Labour

Mate day 0.06 230.00 13.80 L-12Mazdoor day 1.00 115.00 115.00 L-13Mazdoor (Skilled) day 0.50 150.00 75.00 L-15

b) MaterialSupply of elastomeric slab seal expansion joint assembly manufactured by using chloroprene, elastomer for elastomeric slab unit conforming to clause 915.1 of IRC: 83 (part II), complete as per approved drawings and standard specification conforming to clause 2606 of MoRT&H Specification

metre 12.00 10000.00 120000.00 M-093

Add 5 per cent of cost of material for anchorage reinforcement, welding and other incidentals.

6000.00

c) Overhead charges @ 10 % on (a+b) 12620.38d) Contractor's profit @ 10 % on (a+b+c) 13882.42Cost for 12 m = (a+b+c+d) 152706.60Rate per m = (a+b+c+d)/12 12725.55

say 12726.00

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-V

Annexure-V: Page 20

Page 258: RFP DCA Annexures Kosi Bridge

CHAPTER - 14RIVER TRAINING AND PROTECTION WORKS

Sr NoRef. to MoRTH Spec.

Description Unit Quantity Rate Rs Cost Rs Remarks/ Input ref.

14.1 2503 Providing and laying boulders apron on river bed forprotection against scour with stone boulders weighing notless than 40 kg each complete as per drawing and Technicalspecification.

A Boulder Laid Dry Without Wire Crates.Unit = cumTaking output = 1 cuma) Material

Stone cum 1.00 450.00 450.00 M-003Stone Spalls cum 0.20 150.00 30.00 M-008

b) LabourMate day 0.04 230.00 9.20 L-12Mason day 0.35 220.00 77.00 L-11Mazdoor * day 0.75 115.00 86.25 L-13

c) Overhead charges @ 10 % on (a+b) 65.25d) Contractor's profit @ 10 % on (a+b+c) 71.77Rate per cum = (a+b+c+d) 789.46

say 789.0014.4 2504 Providing and laying Pitching on slopes laid over prepared

filter media including boulder apron laid dry in front of toe of embankment complete as per drawing and Technical specifications

A Stone/BoulderUnit = cumTaking output = 1 cuma) Material

Stone weighing not less than 40kg cum 1.00 450.00 450.00 M-003Stone spalls of minimum 25 mm size cum 0.20 150.00 30.00 M-008

b) LabourMate day 0.04 230.00 9.20 L-12Mason day 0.35 220.00 77.00 L-11Mazdoor day 0.75 115.00 86.25 L-13

c) Overhead charges @ 10 % on (a+b) 65.25d) Contractor's profit @ 10 % on (a+b+c) 71.77Rate per cum = (a+b+c+d) 789.46

say 789.0014.5 2504 Providing and laying Filter material underneath pitching

in slopes complete as per drawing and TechnicalspecificationUnit = cumTaking output = 1 cuma) Material

Graded stone aggregate of required size cum 1.20 450.00 540.00 M-012b) Labour

Mate day 0.05 230.00 11.50 L-12Mazdoor (Skilled) day 0.25 150.00 37.50 L-15Mazdoor * day 1.00 115.00 115.00 L-13

c) Overhead charges @ 10 % on (a+b) 70.40d) Contractor's profit @ 10 % on (a+b+c) 77.44Rate per cum = (a+b+c+d) 851.84

say 852.00Includes Mazdoor required for trimming of slope to proper profile and preparation of bed.

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-V

Annexure-V: Page 21

Page 259: RFP DCA Annexures Kosi Bridge

Item No. Description Unit No. Length Breadth Height Quantity

BRIDGES

1 Earthwork in excavation of foundations for structurescomplete as per drawings and Technical SpecificationsClause 304 including all leads and lifts.

Depth upto 3.0m CumFor Abutment wells 2 (11.5 x 4.8 + 2/3 x 11.5 x 4.2) x 2+0.5 437.000 For Pier wells 10 3.142 8/2 x 8/2 2.500 1,256.800

1,694.000

2 Back filling behind abutments, wing walls and return wallswith selected imported granular material of approvedquality, complete including all leads and lifts as perdrawings and Technical Specifications Clause 305. Cum

Behind Abutments 2 9.300 1/2 x 7.3 x 7.3 x tan 35° 347.02 Behind Return Wall 4 3.600 1/2 x 7.3 x 7.3 x tan 35° 268.66

616.00 3 Providing filter media behind abutments, wing walls &

return walls with well packed material to specifiedthickness with smaller size towards the soil and bigger sizetowards the wall complete with all leads and lifts as perdrawings and Technical Specifications Clause 2504. Cum

Behind Abutments 2 10.500 0.600 7.300 91.980 Behind Return Wall 4 3.600 0.600 7.300 63.072

155.000

DETAIL OF QUANTITYBridge across Kosi River on Ram Nagar

(Length 360.0m F/F of Dirt Wall, Well Foundation, PSC Girder 2 lane CW)

4 Supplying , fabricating and fixing in position mild steelcutting edge with MS anchoraches including welding,splicing and making provisions for the fixing ofreinforcements of well curb as per approved drawing andTechnical Specification Section 1200 and 1900. T

For Abutment wells 2 1.724 As per details attached 3.448 For Pier wells 10 1.535 As per details attached 15.355

19.000 5 Cement concrete for plain concrete/ Reinforced cement

concrete complete excluding reinforcement as per drawingand Technical Specification Clauses 1200,1500 and 1700. Cumi) Well curb

M-25 gradeAbutment 2 74.919 As per details attached 149.838 Pier 10 48.958 As per details attached 489.581

639.000 ii) Well steining

M-25 gradeAbutment 2 648.837 As per details attached 1,297.675 Pier 10 540.935 As per details attached 5,409.351

6,707.000 iii) Well Cap

M-30 gradeAbutment 2 174.800 As per details attached 349.600 Pier 10 100.544 As per details attached 1,005.440

1,355.000 iv) Intermediate plug

M-25 gradeAbutment 2 12.759 As per details attached 25.518 Pier 10 9.817 As per details attached 98.175

124.000

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-VIa

Annexure-VIa: Page 1

Page 260: RFP DCA Annexures Kosi Bridge

Item No. Description Unit No. Length Breadth Height Quantity

DETAIL OF QUANTITYBridge across Kosi River on Ram Nagar

(Length 360.0m F/F of Dirt Wall, Well Foundation, PSC Girder 2 lane CW)

v) Bottom plugM-25 gradeAbutment 2 159.314 As per details attached 318.628 Pier 10 97.942 As per details attached 979.416

1,298.000

6 Sinking of wells through all types of soils (other thanpneumatic method of sinking) complete as per drawing andTechnical Specifications Clause 1200. Lm.For Abutment (9m outer dia)

Depth upto 3.00m 2 - - 3.000 6.000 Depth 3.00m to 10.00m 2 - - 7.000 14.000 Depth 10.00m to 15.00m 2 - - 5.000 10.000 Depth 15.00m to 20.0m 2 - - 5.000 10.000 Depth 20.00m to 25.00m 2 - - - - Depth 25.00m to 30.00m 2 - - - - Depth 30.00m to 35.00m 2 - - - -

40.000 For Pier (8m outer dia) Lm.

Depth 0.00m to 3.00m 10 - - 3.000 30.000 Depth 3.00m to 10.00m 10 - - 7.000 70.000 Depth 10.00m to 15.00m 10 - - 5.000 50.000 Depth 15.00m to 20.0m 10 - - - - Depth 20.00m to 25.00m 10 - - - - Depth 25.00m to 30.00m 10 - - - -

150.000

7 Sand filling in wells as per drawings and TechnicalSpecifications Clause 1209. Cum

Abutment 2 260.739 As per details attached 521.477 Piers 10 208.052 As per details attached 2,080.520

2,602.000

8 Plain Cement Concrete/ Reinforced Cement Concrete forsubstructure complete excluding reinforcement as perdrawings and Technical Specifications Sections 1500,1700 and 2200.M-35 grade Cum

Abutment wall 2 11.500 0.600 7.300 100.740 Abutment Cap 2 11.500 (3.7+0.6)/2 0.750 37.088

2 11.500 3.700 0.750 63.825 Dirt walls 2 11.500 0.300 3.000 20.700 Bracket 2 11.500 0.048 1.104 Pier shaft 10 3.142 1.25 x 1.25 7.300 587.177 Pier cap 10 8.400 3.700 0.750 233.100

10 (8.4 x 3.7 + 2.5 x 2.5)/2 x 0.750 139.988 Pedestals blocks for Bearings 64 0.860 0.700 0.300 11.558 Return walls 4 4.20 0.500 7.300 149.438 Counterforts 6 4.20 0.500 7.300 91.980

1,437.000

9 Structural Cement concrete using for Prestressed concretein superstructure complete excluding reinforcement as perdrawings and Technical Specifications Sections 1500,1700, 1800 and 2300.M-40 grade Cum

PSC Girders 12 233.263 As per details attached 2,799.00

10 HYSD bar reinforcement for all components as completeas per drawings and Technical Specifications section 1600.

(i) For Foundation T 2x(5.62+19.47+20.98)+10x(3.67+16.23+12.07) 411.772

(ii) For Sub structure T 1,437.000 x 90/1000 129.330 ii) For Superstructure T 2,799.000 x 130/1000 363.870 iii) For Crash barrier T 218.000 x 200/1000 43.600

949.000

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-VIa

Annexure-VIa: Page 2

Page 261: RFP DCA Annexures Kosi Bridge

Item No. Description Unit No. Length Breadth Height Quantity

DETAIL OF QUANTITYBridge across Kosi River on Ram Nagar

(Length 360.0m F/F of Dirt Wall, Well Foundation, PSC Girder 2 lane CW)

11 Providing high tensile steel strands including all accessoriesfor stressing and jacking operations and grouting etc.complete as per drawings and Technical SpecificationsSection - 1800. T 2,799.000 x 35/1000 98.000

12 Providing 65mm thick wearing course consisting of 50mmthick, Asphaltic concrete in two layers of 25mm each over15mm mastic asphalt as per Technical SpecificationsSection 500 Sqm 1 360.000 7.500 2,700.000

13 Providing and fixing drainage spouts as per drawings andTechnical Specifications Clause 2705. Nr. 2 32.000 64.000

14 Supplying and fixing of bearings complete as per drawings and Technical Specifications Section 2000. Pot cum PTFE bearings Nr. 66 100.000 6,600.00

15 Supplying and fixing of expansion joints complete as perdrawings and Technical Specifications Section 2600.

50mm movement Strip seal type Lm. 11 12.000 132.000

16 Reinforced Cement Concrete railing / crash barriercomplete including reinforcement as per drawings andTechnical Specifications Sections 1500, 1600, 1700, 2200and Clause 2703 and 809.M-40 Grade

i) Crash Barriers Cum 2 0.303 360.000 218.000

17 Pl i C t C t i l li i f d ti d17 Plain Cement Concrete in leveling course in foundation andunder the approach slabs complete as per drawings andTechnical Specifications Section 1500 & 1700. & 2700.M-15 grade Cum 2 12.000 3.500 0.100 8.000

18 Reinforced Cement Concrete in approach slabs includingreinforcement complete as per drawings and TechnicalSpecifications Sections 1500, 1600, 1700 and Clause2704.M-30 grade Cum 2 12.000 3.500 0.300 25.000

19 Providing boulder apron complete as per drawings andTechnical Specifications Section 2500. Cum

Circular portion 1 2 x 3.142 x (17.49 + 4.00) x 8.00 x (2 + 1.35)/2 1,809.58 Facing abutment 2 13.000 8.000 (2 + 1.35)/2 348.40 Key 1 2 x 3.142 x (17.49 + 0.50) x 0.75 x (0.75 + 1)/2 28.11

2 37.00 41.63 2,228.00

20 Providing and laying filter material underneath stoneboulder pitching on slopes complete as per drawings andTechnical Specifications Section 2500. Cum 1,301.000 x 0.20/0.90 289.00

21 Providing and laying stone boulder pitching on slopescomplete as per drawings and Technical SpecificationsSection 2500. Cum

Circular portion 1 3.142 x 13.44 x 8.96 x 1.8 x 0.9 612.95 Inbetween Abutments 2 377.40

2 311.04 1,301.00

22 Providing weep holes in abutments, wing walls, retainingwalls, return walls etc. complete as per drawings andTechnical Specifications Clause 2706. Nr. 2 11.000 7.000 154.000

0.75(0.5+1.00)/2

13.00x8.96x1.8x0.9024.00x4.00x1.80x0.90

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-VIa

Annexure-VIa: Page 3

Page 262: RFP DCA Annexures Kosi Bridge

(Based on BSR)

Item No. Description Unit Quantity Rate Amount

MAIN BRIDGES

1 Earthwork in excavation of foundations for structurescomplete as per drawings and Technical SpecificationsClause 304 including all leads and lifts.Depth upto 3.0m Cum 1,694.00 74.00 125356.00

2 Back filling behind abutments, wing walls and return wallswith selected imported granular material of approvedquality, complete including all leads and lifts as perdrawings and Technical Specifications Clause 305. Cum 616.00 242.00 149072.00

3 Providing filter media behind abutments, wing walls &return walls with well packed material to specifiedthickness with smaller size towards the soil and bigger sizetowards the wall complete with all leads and lifts as perdrawings and Technical Specifications Clause 2504. Cum 155.00 752.00 116560.00

4 Supplying , fabricating and fixing in position mild steelcutting edge with MS anchoraches including welding,splicing and making provisions for the fixing ofreinforcements of well curb as per approved drawing andTechnical Specification Section 1200 and 1900. T 19.00 56303.00 1069757.00

5 Cement concrete for plain concrete/ Reinforced cementconcrete complete excluding reinforcement as per drawingand Technical Specification Clauses 1200,1500 and 1700

i) Well curbM-25 grade Cum 639.00 4429.00 2830131.00ii) Well steiningM-25 grade Cum 6,707.00 4034.00 27056038.00iii) Well CapM-30 grade Cum 1,355.00 3838.00 5200490.00iv) Intermediate plugM-25 grade Cum 124.00 3795.00 470580.00v) Bottom plugM-25 grade Cum 1,298.00 3788.00 4916824.00

6 Sinking of wells through all types of soils (other thanpneumatic method of sinking) complete as per drawing andTechnical Specifications Clause 1200.For Abutment (9m outer dia) Lm. 40.00 22196.00 887840.00For Pier (8m outer dia) Lm. 150.00 20730.00 3109500.00

7 Sand filling in wells as per drawings and TechnicalSpecifications Clause 1209. Cum 2,602.00 135.00 351270.00

8 Plain Cement Concrete/ Reinforced Cement Concrete forsubstructure complete excluding reinforcement as perdrawings and Technical Specifications Sections 1500,1700 and 2200.M-35 grade Cum 1,437.00 4266.00 6130242.00

9 Structural Cement concrete using for Prestressed concretein superstructure complete excluding reinforcement as perdrawings and Technical Specifications Sections 1500,1700, 1800 and 2300.M-40 grade Cum 2,799.00 4670.00 13071330.00

10 HYSD bar reinforcement for all components as completeas per drawings and Technical Specifications section 1600.Foundation T 411.77 47434.00 19531991.03Sub Structure T 129.33 47487.00 6141493.71Superstructure T 407.47 48051.00 19579340.97

11 Providing high tensile steel strands including all accessoriesfor stressing and jacking operations and grouting etc.complete as per drawings and Technical SpecificationsSection - 1800. T 98.00 109289.00 10710322.00

Bridge across Kosi River on Ram Nagar (Length 360.0m F/F of Dirt Wall, Well Foundation, PSC Girder 2 lane CW)

Abstract

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-VIa

Annexure-VIa: Page 4

Page 263: RFP DCA Annexures Kosi Bridge

(Based on BSR)

Item No. Description Unit Quantity Rate Amount

12 Providing 65mm thick wearing course consisting of 50mmthick, Asphaltic concrete in two layers of 25mm each over15mm mastic asphalt as per Technical SpecificationsSection 500 Sqm 2,700.00 450.00 1215000.00

13 Providing and fixing drainage spouts as per drawings andTechnical Specifications Clause 2705. Nr. 64.00 930.00 59520.00

14 Supplying and fixing of bearings complete as per drawings and Technical Specifications Section 2000. iii) Pot cum PTFE bearingsPot cum PTFE T 6,600.00 295.00 1947000.00

15 Supplying and fixing of expansion joints complete as perdrawings and Technical Specifications Section 2600.

50mm movement Strip seal type Lm. 132.00 12500.00 1650000.00

16 Reinforced Cement Concrete railing / crash barriercomplete including reinforcement as per drawings andTechnical Specifications Sections 1500, 1600, 1700, 2200and Clause 2703 and 809.M-40 Grade Cum 218.00 5500.00 1199000.00

17 Plain Cement Concrete in leveling course in foundation andunder the approach slabs complete as per drawings andTechnical Specifications Section 1500 & 1700. & 2700.M-15 grade Cum 8.00 3010.00 24080.00

18 Reinforced Cement Concrete in approach slabs includingreinforcement complete as per drawings and TechnicalSpecifications Sections 1500, 1600, 1700 and Clause2704.M-30 grade Cum 25.00 6045.00 151125.00

19 Providing boulder apron complete as per drawings andTechnical Specifications Section 2500. Cum 2,228.00 789.00 1757892.00

20 Providing and laying filter material underneath stoneboulder pitching on slopes complete as per drawings andTechnical Specifications Section 2500. Cum 289.00 852.00 246228.00

21 Providing and laying stone boulder pitching on slopescomplete as per drawings and Technical SpecificationsSection 2500. Cum 1,301.00 789.00 1026489.00

22 Providing weep holes in abutments, wing walls, retainingwalls, return walls etc. complete as per drawings andTechnical Specifications Clause 2706. Nr. 154.00 60.00 9240.00

130733711.71Cost per Rm 363149.20Cost per Sqm 31578.19

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-VIa

Annexure-VIa: Page 5

Page 264: RFP DCA Annexures Kosi Bridge

For Abutment (9m outer dia)1) Well curb

M-25 gradeA outer A1 = π x 9.15 x 9.15 = 65.76 m²

4

A Inner at top A2 = π x 5.7 x 5.7 = 25.52 m²

4

at bottom A3 = π x 8.85 x 8.85 = 61.51 m²

4

H = 2.97 m

Volume = 65.76 x 2.97 - 2.67/3 x (25.52 + 61.51 + sqrt(25.52 x 61.51) - 25.52 x 0.30

= 74.92 m³

2) Bottom Plug with 10% extra cement

M-25 grade=

= 159.31 m³

3 Well steining

M-25 gradeA outer = π x 9 x 9 = 63.62 m²

4A inner = π x 5.7 x 5.7 = 25.52 m²

4Volume

Abutment = (63.62 - 25.52) x 17.03 = 648.84 cum

4 Well cap M-30 gradeFor Abutment = (11.5 x 4.8 + 2/3 x 11.5 x 4.2) x 2 174.80 m³

5 Sand filling For Abutment = 25.52 x 10.22 = 260.74 m³

6 Intermediate PlugM-25 gradeFor Abutment = 25.52 x 0.50 = 12.76 m³

7 Reinforcment (incl. 5% wastage, cuttings etc.)a) in well curb @75 kg/m³ 74.92 x 75 = 5.62 T

1000b) in steining @30 kg/m³

For abutment 648.84 30 = 19.47 T1000

c) in well cap @120 kg/m³For abutment 174.80 120 = 20.98 T

10008 Structural Steel in cutting edge

@60kg/m(incl. 5% wastage, cuttings etc.) 3.142 x 9.15 x 60/1000 = 1.72 T

9 Sinking of Well = 20.00 M(9.00m dia)

Bridge across Kosi River on Ram Nagar DETAIL OF WELL FOUNDATION

2.67/3 x (25.52 + 61.51 + sqrt(25.52 x 61.51) + 25.52 x0.60 + 3.142 x 1 x 1(10.29 - 1/3 x 1)

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-VIa

Annexure-VIa: Page 6

Page 265: RFP DCA Annexures Kosi Bridge

For Pier (8m outer dia)1) Well curb

M-25 gradeA outer A1 = π x 8.15 x 8.15 = 52.17 m²

4

A Inner at top A2 = π x 5 x 5 = 19.63 m²

4

at bottom A3 = π x 7.85 x 7.85 = 48.40 m²

4

H = 2.34 m

Volume = 52.17 x 2.34 - 2.04/3 x (19.63 + 48.4 + sqrt(19.63 x 48.4) - 19.63 x 0.30

= 48.96 m³

2) Bottom Plug with 10% extra cement

M-25 grade

=

= 97.94 m³

3 Well steiningM-25 grade

A outer = π x 8 x 8 = 50.27 m²4

A inner = π x 5 x 5 = 19.63 m²4

Volume For Pier = (50.27 - 19.63) x 17.66 = 540.94 cum

4 Well cap M-30 gradeFor Pier = (3.142 x 4 x 4 x2) = 100.54 m³

5 Sand filling For Pier = 19.63 x 10.60 = 208.05 m³

6 Intermediate PlugM-25 gradeFor Pier = 19.63 x 0.50 = 9.82 m³

7 Reinforcment (incl. 5% wastage, cuttings etc.)a) in well curb @75 kg/m³ 48.96 x 75 = 3.67 T

1000b) in steining @30 kg/m³

For Pier 540.94 30 = 16.23 T1000

c) in well cap @120 kg/m³For pier 100.54 120 = 12.07 T

10008 Structural Steel in cutting edge

@60kg/m(incl. 5% wastage, cuttings etc.) 3.142 x 8.15 x 60/1000 = 1.54 T

9 Sinking of Well (8.00 m dia) = 20.00 m

Bridge across Kosi River on Ram Nagar DETAIL OF WELL FOUNDATION

2.04/3 x (19.63 + 48.4 + sqrt(19.63 x 48.4) + 19.63 x 0.60+ 3.142 x 1 x 1(6.36 - 1/3 x 1)

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-VIa

Annexure-VIa: Page 7

Page 266: RFP DCA Annexures Kosi Bridge

Central L - Girder at the Span L - Girder at the Support

1.800 m 1.800 m

0.180 0.28 0.180 0.28

2.300 0.275 2.300

Y Y0.2

0.24

0.83 0.83

SL.No. A SL.No. A1. Rctangular top Flange 0.32400 1. Rctangular top Flange 0.324002. Triangular top Flange 0.07625 2. Triangular top Flange 0.048503. Web + top & bottom rec. Haunch 0.51700 3. Web + top & Haunch, rectangle 1.759604. Bottom Bulb, Triangle 0.055505. Bottom Bulb, Rectangle 0.19920Girder Only Σ 1.17195 2.13210

L Girders

Wider part Taper part Narrow part Total Wider part Taper part Narrow part3 2.9 2.5 8.5 27.8 2.132 1.652 1.172

Cross GirdersNo. Width Depth Length5 0.3 1.860 6

Deck slabNo. Width Depth Length1 11.5 0.275 30

S.N. Item Area1 L girder 121.652 X girder 16.743 Deck slab 94 875

No.of Girder

CS area ofLength of

3 Deck slab 94.875

Total 233.26

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-VIa

Annexure-VIa: Page 8

Page 267: RFP DCA Annexures Kosi Bridge

Item No. Description Unit Quantity Rate Amount

CROSS-DRAINAGE WORKS

1 Earthwork in excavation of foundationfor structures including pipe culverts in all types of soil complete as per drawingsand Technical Specification Clause 304,309 Cum 1,124.55 74.00 83,216.85 and 2903.

2 Cement concrete in foundation/levellingcourseon pipe culvert and under approachslab etc.including centering and shuttering allcomplete as drawing and TechnicalSpecifications Sections 2100 and 2200 Cum 102.23 3,130.00 319,986.16 M-15 grade

3 Providing and laying cement concrete for reinforcedcement concrete in box culvert including centering andform work complete as per drawing and Technicalspecifications as per Sections 1500, 1700 Cum 1,690.76 3,804.00 6,431,651.04 M-25 box culvert

4 Providing HYSD bar reinforcement insub-structure complete as per drawing andTechnical Specifications asper Section 1600 T 118.35 47,487.00 5,620,238.41

5 Providing weep holes in abutments,wing walls,retaining walls, return walls etc.complete as perdrawing and Technical Specifications Clause 2706. Nr. 393.20 60.00 23,592.00

6 Reinforced Cement Concrete railing / crash barrier

complete including reinforcement as per drawings

and Technical Specifications Sections 1500, 1600,

1700, 2200 and Clause 2703 and 809.

M40 grade Cum 29.78 5,500.00 163,816.95

7 Providing 65mm thick wearing course consisting

of 50mm thick, Asphaltic concrete in two layers

of 25mm each over 15mm mastic asphalt as per

Technical Specifications Section 503

Sqm 707.76 450.00 318,492.00

12,960,993.41

Say Rs. 12,960,000.00

Bridge across Kosi River on Ram Nagar

BOX CULVERT STRUCTURE NO 1 (6 x 2.1m)

ABSTRACT OF COST

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-VIb

Annexure-VIb: Page 1

Page 268: RFP DCA Annexures Kosi Bridge

Description Unit No. Length Breadth Height Quantity

CROSS-DRAINAGE WORKS

CD No. No. of culverts LengthStructure 1 Chainage A 0/0 to 98/300 6.0 x 2.1 1 98.30 m

1 Earthwork in excavation of foundationfor structures including pipe culverts in all types of soil complete as per drawingsand Technical Specification Clause 304,309 Cumand 2903.

Box 1 x 1 98.30 10.40 1.10 1,124.55 1,124.55

2 Cement concrete in foundation/levellingcourseon pipe culvert and under approachslab etc.including centering and shuttering allcomplete as drawing and TechnicalSpecifications Sections 2100 and 2200 Cum

M-15 gradeBox 1 x 1 98.30 10.40 0.10 102.23

102.23

3 Providing and laying cement concrete for reinforcedt t i b l t i l di t i d

Bridge across Kosi River on Ram Nagar

Size

BOX CULVERT STRUCTURE NO 1 (6 x 2.1m)

Item No.

DETAILS OF QUANTITIES

cement concrete in box culvert including centering andform work complete as per drawing and Technicalspecifications as per Sections 1500, 1700 Cum

M-25 box culvertTop Slab 1 98.30 7.70 0.700 529.84 Bottom Slab 1 98.30 10.20 0.800 802.13 Vertical wall 2 98.30 0.850 2.10 350.93 Haunches 4 98.30 1/2 x 0.2 x 0.2 7.86

1,690.76

4 Providing HYSD bar reinforcement insub-structure complete as per drawing andTechnical Specifications asper Section 1600 T

i) Reinforcement for 1690.76 x 70 118.35 For Box 1000

5 Providing weep holes in abutments,wing walls,retaining walls, return walls etc.complete as perdrawing and Technical Specifications Clause 2706. Nr.

Verticall wall x 2 98 2 393.20

6 Reinforced Cement Concrete railing / crash barrier complete including reinforcement as per drawings and Technical Specifications Sections 1500, 1600, 1700, 2200 and Clause 2703 and 809. Cum

M-40 1 x 1 0.303 98.30 29.78

7 Providing 65mm thick wearing course consisting of 50mm thick, Asphaltic concrete in two layers of 25mm each over 15mm mastic asphalt as per Technical Specifications Section 503 Sqm

1 x 1 7.20 98.30 707.76

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-VIb

Annexure-VIb: Page 2

Page 269: RFP DCA Annexures Kosi Bridge

Item No. Description Unit Quantity Rate Amount

CROSS-DRAINAGE WORKS

1 Earthwork in excavation of foundationfor structures including pipe culverts in all types of soil complete as per drawingsand Technical Specification Clause 304,309 Cum 1,395.42 74.00 103,261.11 and 2903.

2 Cement concrete in foundation/levellingcourseon pipe culvert and under approachslab etc.including centering and shuttering allcomplete as drawing and TechnicalSpecifications Sections 2100 and 2200 Cum 159.48 3,130.00 499,161.84 M-15 grade

3 Providing and laying cement concrete for reinforcedcement concrete in box culvert including centering andform work complete as per drawing and Technicalspecifications as per Sections 1500, 1700 Cum 2,434.98 3,804.00 9,262,653.58 M-25 box culvert

4 Providing HYSD bar reinforcement insub-structure complete as per drawing andTechnical Specifications asper Section 1600 T 170.45 47,487.00 8,094,083.63

5 Providing weep holes in abutments,wing walls,retaining walls, return walls etc.complete as perdrawing and Technical Specifications Clause 2706. Nr. 473.40 60.00 28,404.00

6 Reinforced Cement Concrete railing / crash barrier

complete including reinforcement as per drawings

and Technical Specifications Sections 1500, 1600,

1700, 2200 and Clause 2703 and 809.

M40 grade Cum 71.72 5,500.00 394,460.55

7 Providing 65mm thick wearing course consisting

of 50mm thick, Asphaltic concrete in two layers

of 25mm each over 15mm mastic asphalt as per

Technical Specifications Section 503

Sqm 1,322.56 450.00 595,152.56

18,977,177.27

Say Rs. 18,980,000.00

Bridge across Kosi River on Ram Nagar

BOX CULVERT STRUCTURE NO 2 (2 Box of size 5.4 x 4 m)

ABSTRACT OF COST

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-VIc

Annexure-VIc: Page 1

Page 270: RFP DCA Annexures Kosi Bridge

Description Unit No. Length Breadth Height Quantity

CROSS-DRAINAGE WORKS

CD No. No. of culverts LengthStructure 2 Chainage 0/0 to 118/350 5.4 x 4.0 1 118.35 m

1 Earthwork in excavation of foundationfor structures including pipe culverts in all types of soil complete as per drawingsand Technical Specification Clause 304,309 Cumand 2903.

Box 1 x 1 118.35 13.48 0.88 1,395.42 1,395.42

2 Cement concrete in foundation/levellingcourseon pipe culvert and under approachslab etc.including centering and shuttering allcomplete as drawing and TechnicalSpecifications Sections 2100 and 2200 Cum

M-15 gradeBox 1 x 1 118.35 13.48 0.10 159.48

159.48

3 Providing and laying cement concrete for reinforcedcement concrete in box culvert including centering andform work complete as per drawing and Technical

Bridge across Kosi River on Ram Nagar

Size

BOX CULVERT STRUCTURE NO 2 (2 Box of size 5.4 x 4 m)

Item No.

DETAILS OF QUANTITIES

form work complete as per drawing and Technicalspecifications as per Sections 1500, 1700 Cum

M-25 box culvertTop Slab 1 118.35 12.18 0.600 864.55 Bottom Slab 1 118.35 12.18 0.625 900.57 Vertical wall 2 118.35 0.525 4.00 497.07

1 118.35 0.325 4.00 153.86 Haunches 8 118.35 1/2 x 0.2 x 0.2 18.94

2,434.98

4 Providing HYSD bar reinforcement insub-structure complete as per drawing andTechnical Specifications asper Section 1600 T

i) Reinforcement for 2434.98 x 70 170.45 For Box 1000

5 Providing weep holes in abutments,wing walls,retaining walls, return walls etc.complete as perdrawing and Technical Specifications Clause 2706. Nr.

Verticall wall 2 118 2 473.40

6 Reinforced Cement Concrete railing / crash barrier complete including reinforcement as per drawings and Technical Specifications Sections 1500, 1600, 1700, 2200 and Clause 2703 and 809. Cum

M-40 1 x 2 0.303 118.35 71.72

7 Providing 65mm thick wearing course consisting of 50mm thick, Asphaltic concrete in two layers of 25mm each over 15mm mastic asphalt as per Technical Specifications Section 503 Sqm

1 x 1 11.18 118.35 1,322.56

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-VIc

Annexure-VIc: Page 2

Page 271: RFP DCA Annexures Kosi Bridge

Item No. Description Unit No. Length Breadth Height Quantity

MINOR BRIDGES

1 Earthwork in excavation of foundations for structurescomplete as per drawings and Technical SpecificationsClause 304 including all leads and lifts.

Depth upto 3.0m CumFor Abutment 2 15.850 6.80 2.500 538.900

2 Back filling behind abutments, wing walls and returnwalls with selected imported granular material ofapproved quality, complete including all leads and lifts asper drawings and Technical Specifications Clause 305. Cum

Behind Abutments 2 13.650 1/2 x 6.7 x 6.7 x tan 35° 429.05 Behind Return Wall 4 4.775 1/2 x 6.7 x 6.7 x tan 35° 300.18

729.00 3 Providing filter media behind abutments, wing walls &

return walls with well packed material to specifiedthickness with smaller size towards the soil and biggersize towards the wall complete with all leads and lifts as

DETAIL OF QUANTITYBridge across Kosi River on Ram Nagar

Minor Bridge (T Beam Girder) structure No. 3 at Chainage 150/0

pper drawings and Technical Specifications Clause 2504. Cum

Behind Abutments 2 14.850 0.600 6.700 119.394 Behind Return Wall 4 4.775 0.600 6.700 76.782

196.000

4 Plain Cement Concrete / Reinforced Cement Concrete inopen foundations complete excluding reinforcement as per drawings and Technical Specifications Section 1500,1700 and 2100. CumAbutment foundation 2 15.85 6.500 1.000 206.050

5 Plain Cement Concrete/ Reinforced Cement Concrete forsubstructure complete excluding reinforcement as perdrawings and Technical Specifications Sections 1500,1700 and 2200.M-35 grade Cum

Abutment wall 2 15.850 1.125 6.700 238.939 Abutment Cap 2 15.850 (1.1+1.125)/2 0.225 7.935 Abutment Cap 2 15.850 1.100 0.225 7.846 Dirt walls 2 15.850 0.300 2.400 22.824 Bracket 2 15.850 0.048 1.522 Pedestals blocks for Bearings 4 0.860 0.700 0.300 0.722 Return walls 4 6.50 0.500 6.700 149.438

429.000

6 Structural Cement concrete using for Reinforced concretein superstructure complete excluding reinforcement as perdrawings and Technical Specifications Sections 1500,1700, 1800 and 2300.M-45 grade Cum

RCC Girders 1 1.000 152.600 As per MoRTH 152.60 152.60

-

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-VId

Annexure-VId: Page 1

Page 272: RFP DCA Annexures Kosi Bridge

Item No. Description Unit No. Length Breadth Height Quantity

DETAIL OF QUANTITYBridge across Kosi River on Ram Nagar

Minor Bridge (T Beam Girder) structure No. 3 at Chainage 150/0

7 HYSD bar reinforcement for all components as completeas per drawings and Technical Specifications section

(i) For Foundation T 206.050 x 90/1000 18.545 (ii) For Sub structure T 429.000 x 90/1000 38.610 ii) For Superstructure T 152.600 x 130/1000 19.838 iii) For Crash barrier T 6.000 x 200/1000 1.200

78.000

8 Providing 65mm thick wearing course consisting of50mm thick, Asphaltic concrete in two layers of 25mmeach over 15mm mastic asphalt as per TechnicalSpecifications Section 500 Sqm 1 9.500 7.500 71.000

9 Providing and fixing drainage spouts as per drawings andTechnical Specifications Clause 2705. Nr. 2 4.000 8.000

10 Reinforced Cement Concrete railing / crash barriercomplete including reinforcement as per drawings andTechnical Specifications Sections 1500, 1600, 1700, 2200and Clause 2703 and 809and Clause 2703 and 809.M-40 Grade

i) Crash Barriers Cum 2 0.303 9.500 6.000

11 Plain Cement Concrete in leveling course in foundationand under the approach slabs complete as per drawingsand Technical Specifications Section 1500 & 1700. & M-15 grade Cum 2 15.850 3.500 0.100 11.000

12 Reinforced Cement Concrete in approach slabs includingreinforcement complete as per drawings and TechnicalSpecifications Sections 1500, 1600, 1700 and Clause2704.M-30 grade Cum 2 15.850 3.500 0.300 33.000

13 Providing weep holes in abutments, wing walls, retainingwalls, return walls etc. complete as per drawings andTechnical Specifications Clause 2706. Nr. 2 15.000 6.000 180.000

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-VId

Annexure-VId: Page 2

Page 273: RFP DCA Annexures Kosi Bridge

(Based on BSR)

Item No. Description Unit Quantity Rate Amount

MAIN BRIDGES

1 Earthwork in excavation of foundations for structurescomplete as per drawings and Technical SpecificationsClause 304 including all leads and lifts.Depth upto 3.0m Cum 539.00 74.00 39886.00

2 Back filling behind abutments, wing walls and returnwalls with selected imported granular material ofapproved quality, complete including all leads and lifts asper drawings and Technical Specifications Clause 305. Cum 729.00 242.00 176418.00

3 Providing filter media behind abutments, wing walls &return walls with well packed material to specifiedthickness with smaller size towards the soil and biggersize towards the wall complete with all leads and lifts asper drawings and Technical Specifications Clause 2504. Cum 196.00 752.00 147392.00

4 Plain Cement Concrete / Reinforced Cement Concrete inopen foundations complete excluding reinforcement as perdrawings and Technical Specifications Section 1500, 1700 and 2100. M25 grade Cum 206.05 3804.00 783814.20

5 Plain Cement Concrete/ Reinforced Cement Concrete forsubstructure complete excluding reinforcement as perdrawings and Technical Specifications Sections 1500,1700 and 2200.M-35 grade Cum 429.00 4266.00 1830114.00

6 Structural Cement concrete using for Reinforced concretein superstructure complete excluding reinforcement as perdrawings and Technical Specifications Sections 1500,1700, 1800 and 2300.M-40 grade Cum 152.60 4670.00 712642.00

7 HYSD bar reinforcement for all components as completeas per drawings and Technical Specifications section

T78.00 47487.00 3703986.00

8 Providing 65mm thick wearing course consisting of 50mmthick, Asphaltic concrete in two layers of 25mm each over15mm mastic asphalt as per Technical SpecificationsSection 500 Sqm 71.00 450.00 31950.00

9 Providing and fixing drainage spouts as per drawings andTechnical Specifications Clause 2705. Nr. 8.00 930.00 7440.00

10 Reinforced Cement Concrete railing / crash barriercomplete including reinforcement as per drawings andTechnical Specifications Sections 1500, 1600, 1700, 2200and Clause 2703 and 809.M-40 Grade Cum 6.00 5500.00 33000.00

Bridge across Kosi River on Ram Nagar Minor Bridge (T Beam Girder) structure No. 3 at Chainage 150/0

Abstract

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-VId

Annexure-VId: Page 3

Page 274: RFP DCA Annexures Kosi Bridge

(Based on BSR)

Item No. Description Unit Quantity Rate Amount

11 Plain Cement Concrete in leveling course in foundationand under the approach slabs complete as per drawingsand Technical Specifications Section 1500 & 1700. & M-15 grade Cum 11.00 3010.00 33110.00

12 Reinforced Cement Concrete in approach slabs includingreinforcement complete as per drawings and TechnicalSpecifications Sections 1500, 1600, 1700 and Clause2704.M-30 grade Cum 33.00 6045.00 199485.00

13 Providing weep holes in abutments, wing walls, retainingwalls, return walls etc. complete as per drawings andTechnical Specifications Clause 2706. Nr. 180.00 60.00 10800.00

8335037.20

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-VId

Annexure-VId: Page 4

Page 275: RFP DCA Annexures Kosi Bridge

Item No. Description Unit No. Length Breadth Height Quantity

MINOR BRIDGES

1 Earthwork in excavation of foundations for structurescomplete as per drawings and Technical SpecificationsClause 304 including all leads and lifts.

Depth upto 3.0m CumFor Abutment 2 13.600 3.80 2.500 258.400

2 Back filling behind abutments, wing walls and returnwalls with selected imported granular material ofapproved quality, complete including all leads and lifts asper drawings and Technical Specifications Clause 305. Cum

Behind Abutments 2 11.400 1/2 x 5.1 x 5.1 x tan 35° 207.62 Behind Return Wall 4 1.150 1/2 x 5.1 x 5.1 x tan 35° 41.89

250.00 3 Providing filter media behind abutments, wing walls &

return walls with well packed material to specifiedthickness with smaller size towards the soil and biggersize towards the wall complete with all leads and lifts as

DETAIL OF QUANTITYBridge across Kosi River on Ram Nagar Minor Bridge (RCC solid slab) at Chainage 175/0

pper drawings and Technical Specifications Clause 2504. Cum

Behind Abutments 2 12.600 0.600 5.100 77.112 Behind Return Wall 4 1.150 0.600 5.100 14.076

91.000

4 Plain Cement Concrete / Reinforced Cement Concrete inopen foundations complete excluding reinforcement as per drawings and Technical Specifications Section 1500,1700 and 2100. CumAbutment foundation 2 13.60 3.500 1.000 95.200

5 Plain Cement Concrete/ Reinforced Cement Concrete forsubstructure complete excluding reinforcement as perdrawings and Technical Specifications Sections 1500,1700 and 2200.M-35 grade Cum

Abutment wall 2 13.600 1.750 5.100 242.760 Abutment Cap 2 13.600 2.750 0.300 22.440 Dirt walls 2 13.600 0.300 0.800 6.528 Bracket 2 13.600 0.048 1.306 Pedestals blocks for Bearings 4 0.860 0.700 0.300 0.722 Return walls 4 3.50 0.500 5.100 149.438 RCC Retainling wall 4 3.00 0.850 5.100 52.020

475.000

6 Structural Cement concrete using for Reinforced concretein superstructure complete excluding reinforcement as perdrawings and Technical Specifications Sections 1500,1700, 1800 and 2300.M-40 grade Cum

Deck slab 1 13.600 9.500 0.800 103.36

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-VIe

Annexure-VIe: Page 1

Page 276: RFP DCA Annexures Kosi Bridge

Item No. Description Unit No. Length Breadth Height Quantity

DETAIL OF QUANTITYBridge across Kosi River on Ram Nagar Minor Bridge (RCC solid slab) at Chainage 175/0

7 HYSD bar reinforcement for all components as completeas per drawings and Technical Specifications section

ii) For Superstructure T 103.360 x 130/1000 13.437 iii) For Crash barrier T 6.000 x 200/1000 1.200

15.000

8 Providing 65mm thick wearing course consisting of50mm thick, Asphaltic concrete in two layers of 25mmeach over 15mm mastic asphalt as per TechnicalSpecifications Section 500 Sqm 1 9.500 7.500 71.000

9 Providing and fixing drainage spouts as per drawings andTechnical Specifications Clause 2705. Nr. 2 4.000 8.000

10 Reinforced Cement Concrete railing / crash barriercomplete including reinforcement as per drawings andTechnical Specifications Sections 1500, 1600, 1700, 2200and Clause 2703 and 809.M-40 Grade

i) Crash Barriers Cum 2 0.303 9.500 6.000

11 Plain Cement Concrete in leveling course in foundationand under the approach slabs complete as per drawingsand Technical Specifications Section 1500 & 1700. & M-15 grade Cum 2 13.600 3.500 0.100 10.000

12 Reinforced Cement Concrete in approach slabs includingreinforcement complete as per drawings and TechnicalSpecifications Sections 1500, 1600, 1700 and Clause2704.M-30 grade Cum 2 13.600 3.500 0.300 29.000

13 Providing weep holes in abutments, wing walls, retainingwalls, return walls etc. complete as per drawings andTechnical Specifications Clause 2706. Nr. 2 13.000 5.000 130.000

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-VIe

Annexure-VIe: Page 2

Page 277: RFP DCA Annexures Kosi Bridge

(Based on BSR)

Item No. Description Unit Quantity Rate Amount

MAIN BRIDGES

1 Earthwork in excavation of foundations for structurescomplete as per drawings and Technical SpecificationsClause 304 including all leads and lifts.Depth upto 3.0m Cum 258.00 74.00 19092.00

2 Back filling behind abutments, wing walls and return wallswith selected imported granular material of approvedquality, complete including all leads and lifts as perdrawings and Technical Specifications Clause 305. Cum 250.00 242.00 60500.00

3 Providing filter media behind abutments, wing walls &return walls with well packed material to specifiedthickness with smaller size towards the soil and bigger sizetowards the wall complete with all leads and lifts as perdrawings and Technical Specifications Clause 2504. Cum 91.00 752.00 68432.00

4 Plain Cement Concrete / Reinforced Cement Concrete inopen foundations complete excluding reinforcement as perdrawings and Technical Specifications Section 1500, 1700and 2100. M25 grade Cum 95.20 3804.00 362140.80

5 Plain Cement Concrete/ Reinforced Cement Concrete forsubstructure complete excluding reinforcement as perdrawings and Technical Specifications Sections 1500,1700 and 2200.M-35 grade Cum 475.00 4266.00 2026350.00

6 Structural Cement concrete using for Reinforced concretein superstructure complete excluding reinforcement as perdrawings and Technical Specifications Sections 1500,1700, 1800 and 2300.M-40 grade Cum 103.36 4670.00 482691.20

7 HYSD bar reinforcement for all components as completeas per drawings and Technical Specifications section 1600.

T15.00 47487.00 712305.00

8 Providing 65mm thick wearing course consisting of 50mmthick, Asphaltic concrete in two layers of 25mm each over15mm mastic asphalt as per Technical SpecificationsSection 500 Sqm 71.00 450.00 31950.00

9 Providing and fixing drainage spouts as per drawings andTechnical Specifications Clause 2705. Nr. 8.00 930.00 7440.00

10 Reinforced Cement Concrete railing / crash barriercomplete including reinforcement as per drawings andTechnical Specifications Sections 1500, 1600, 1700, 2200and Clause 2703 and 809.M-40 Grade Cum 6.00 5500.00 33000.00

Bridge across Kosi River on Ram Nagar Minor Bridge (RCC solid slab) at Chainage 175/0

Abstract

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-VIe

Annexure-VIe: Page 3

Page 278: RFP DCA Annexures Kosi Bridge

(Based on BSR)

Item No. Description Unit Quantity Rate Amount

11 Plain Cement Concrete in leveling course in foundation andunder the approach slabs complete as per drawings andTechnical Specifications Section 1500 & 1700. & 2700.M-15 grade Cum 10.00 3010.00 30100.00

12 Reinforced Cement Concrete in approach slabs includingreinforcement complete as per drawings and TechnicalSpecifications Sections 1500, 1600, 1700 and Clause2704.M-30 grade Cum 29.00 6045.00 175305.00

13 Providing weep holes in abutments, wing walls, retainingwalls, return walls etc. complete as per drawings andTechnical Specifications Clause 2706. Nr. 130.00 6045.00 785850.00

4795156.00

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-VIe

Annexure-VIe: Page 4

Page 279: RFP DCA Annexures Kosi Bridge

Item No. Description Unit Quantity Rate Amount

CROSS-DRAINAGE WORKS

1 Earthwork in excavation of foundationfor structures including pipe culverts in all types of soil complete as per drawingsand Technical Specification Clause 304,309 Cum 95.76 74.00 7,086.24 and 2903.

2 Cement concrete in foundation/levellingcourseon pipe culvert and under approachslab etc.including centering and shuttering allcomplete as drawing and TechnicalSpecifications Sections 2100 and 2200 Cum 11.97 3,130.00 37,466.10 M-15 grade

3 Providing and laying cement concrete for reinforcedcement concrete in box culvert including centering andform work complete as per drawing and Technicalspecifications as per Sections 1500, 1700 Cum 172.43 3,804.00 655,904.70 M-25 box culvert

4 Providing HYSD bar reinforcement insub-structure complete as per drawing andTechnical Specifications asper Section 1600 T 12.07 47,487.00 573,156.22

5 Providing weep holes in abutments,wing walls,retaining walls, return walls etc.complete as perdrawing and Technical Specifications Clause 2706. Nr. 76.00 60.00 4,560.00

6 Reinforced Cement Concrete railing / crash barrier

complete including reinforcement as per drawings

and Technical Specifications Sections 1500, 1600,

1700, 2200 and Clause 2703 and 809.

M40 grade Cum 5.76 5,500.00 31,663.50

7 Providing 65mm thick wearing course consisting

of 50mm thick, Asphaltic concrete in two layers

of 25mm each over 15mm mastic asphalt as per

Technical Specifications Section 503

Sqm 64.60 450.00 29,070.00

1,338,906.76

Say Rs. 1,340,000.00

Bridge across Kosi River on Ram Nagar

BOX CULVERT STRUCTURE NO 5 (3 x 4.17m)

ABSTRACT OF COST

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-VIf

Annexure-VIf: Page 1

Page 280: RFP DCA Annexures Kosi Bridge

Description Unit No. Length Breadth Height Quantity

CROSS-DRAINAGE WORKS

CD No. No. of culverts LengthStructure 5 Chainage 264 3.0 x 4.1 1 19.00 m

1 Earthwork in excavation of foundationfor structures including pipe culverts in all types of soil complete as per drawingsand Technical Specification Clause 304,309 Cumand 2903.

Box 1 x 1 19.00 6.30 0.80 95.76 95.76

- 2 Cement concrete in foundation/levelling

courseon pipe culvert and under approachslab etc.including centering and shuttering allcomplete as drawing and TechnicalSpecifications Sections 2100 and 2200 Cum

M-15 gradeBox 1 x 1 19.00 6.30 0.10 11.97

11.97

3 Providing and laying cement concrete for reinforcedcement concrete in box culvert including centering andform work complete as per drawing and Technicalspecifications as per Sections 1500, 1700 Cum

Bridge across Kosi River on Ram Nagar

Size

BOX CULVERT STRUCTURE NO 5 (3 x 4.17m)

Item No.

DETAILS OF QUANTITIES

M-25 box culvertTop Slab 1 19.00 3.90 0.500 37.05 Bottom Slab 1 19.00 6.10 0.550 63.75 Vertical wall 2 19.00 0.450 4.10 70.11 Haunches 4 19.00 1/2 x 0.2 x 0.2 1.52

172.43

4 Providing HYSD bar reinforcement insub-structure complete as per drawing andTechnical Specifications asper Section 1600 T

i) Reinforcement for 172.43 x 70 12.07 For Box 1000

5 Providing weep holes in abutments,wing walls,retaining walls, return walls etc.complete as perdrawing and Technical Specifications Clause 2706. Nr.

Verticall wall x 2 19 2 76.00

6 Reinforced Cement Concrete railing / crash barrier complete including reinforcement as per drawings and Technical Specifications Sections 1500, 1600, 1700, 2200 and Clause 2703 and 809. Cum

M-40 1 x 1 0.303 19.00 5.76

7 Providing 65mm thick wearing course consisting of 50mm thick, Asphaltic concrete in two layers of 25mm each over 15mm mastic asphalt as per Technical Specifications Section 503 Sqm

1 x 1 3.40 19.00 64.60

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-VIf

Annexure-VIf: Page 2

Page 281: RFP DCA Annexures Kosi Bridge

Item No. Description Unit Quantity Rate Amount

CROSS-DRAINAGE WORKS

1 Earthwork in excavation of foundationfor structures including pipe culverts in all types of soil complete as per drawingsand Technical Specification Clause 304,309 Cum 539.71 74.00 39,938.61 and 2903.

2 Back filling behind abutments, wing walland return walls with selected granularmaterial of approved quality including allthe material, labor equipment carriage etc.all complete as per drawing and TechnicalSpecifications Clause 305 Cum 287.03 242.00 69,461.49

3 Filter media behind abutments, wing wallsand return walls, including all material,labour, equipment carriage etc all completeas per drawing and Technical Specifications Cum 85.91 752.00 64,600.56 Clause 305 and 309.

4 Cement concrete in foundation/levellingcourseon pipe culvert and under approachslab etc.including centering and shuttering allcomplete as drawing and TechnicalSpecifications Sections 2100 and 2200 Cum 42.77 3,130.00 133,873.23 M-15 grade

5 Providing and laying cement concrete for reinforcedcement concrete in box culvert including centering andform work complete as per drawing and Technicalspecifications as per Sections 1500, 1700 Cum 521.11 3,804.00 1,982,295.31 M-25 box culvert

6 Providing HYSD bar reinforcement insub-structure complete as per drawing andTechnical Specifications asper Section 1600 T 36.48 47,487.00 1,732,210.31

7 Providing and laying Stone boulder apron complete as per drawings and Technical Specifications Section 2500. Cum 6.97 789.00 5,498.54

8 Filter material underneath stone boulderpitching on slopes complete as per drawingand Technical Specification Section 2500. Cum 559.06 852.00 476,317.70

9 Providing and laying stone boulder pitchingon slopes complete as per drawing andTechnical Specification Section 2500 Cum 1,118.12 789.00 882,194.04

10 Providing weep holes in abutments,wing walls,retaining walls, return walls etc.complete as per

Bridge across Kosi River on Ram Nagar

BOX CULVERT STRUCTURE NO 7 (3 Box of size 8 x 6 m)

ABSTRACT OF COST

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-VIg

Annexure-VIg: Page 1

Page 282: RFP DCA Annexures Kosi Bridge

Item No. Description Unit Quantity Rate Amount

Bridge across Kosi River on Ram Nagar

BOX CULVERT STRUCTURE NO 7 (3 Box of size 8 x 6 m)

ABSTRACT OF COST

drawing and Technical Specifications Clause 2706. Nr. 46.00 60.00 2,760.00

11 Providing cement concrete M-15 grade in cut off wall / foundation complete as per drawing and Technical Specifications Sections 1500 & 1700 and Clause 2507. Cum 154.86 3,010.00 466,128.60 Curtain Wall

12 Reinforced Cement Concrete railing / crash barrier

complete including reinforcement as per drawings

and Technical Specifications Sections 1500, 1600,

1700, 2200 and Clause 2703 and 809.

M40 grade Cum 6.97 5,500.00 38,329.50

13 Providing 65mm thick wearing course consisting

of 50mm thick, Asphaltic concrete in two layers

of 25mm each over 15mm mastic asphalt as per

Technical Specifications Section 503

Sqm 285.78 450.00 128,598.75

14 Reinforced Cement Concrete in approach slabs

including reinforcement complete as per drawings

and Technical Specifications Sections 1500, 1600,

1700 and Clause 2704.

M-30 grade Cum 24.15 6,045.00 145,986.75

15 Plain Cement Concrete in leveling course in foundation

and under the approach slabs complete as per drawings

and Technical Specifications Section 1500 & 1700. & 2700.

M-15 grade Cum 12.08 3,010.00 36,345.75

6,204,539.14

Say Rs. 6,200,000.00

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-VIg

Annexure-VIg: Page 2

Page 283: RFP DCA Annexures Kosi Bridge

Description Unit No. Length Breadth Height Quantity

CROSS-DRAINAGE WORKS

CD No. No. of culverts LengthStructure 7 Chainage 760 8.0 x 6.0 1 11.50 m

1 Earthwork in excavation of foundationfor structures including pipe culverts in all types of soil complete as per drawingsand Technical Specification Clause 304,309 Cumand 2903.

Box 1 x 1 11.50 26.90 0.85 262.95 Boulder apron U/S 1 x 1 26.90 3.00 0.45 3.15 Boulder apron D/S 1 x 1 26.90 5.00 0.45 7.30 Curtain wall U/S 1 x 1 26.90 2.20 2.00 118.36 Curtain wall D/S 1 x 1 26.90 2.20 2.50 147.95

539.71

2 Back filling behind abutments, wing walland return walls with selected granularmaterial of approved quality including allthe material, labor equipment carriage etc. Cumall complete as per drawing and TechnicalSpecifications Clause 305

Vertical Wall12 48 1 2 11 50 12 48 287 03

Bridge across Kosi River on Ram Nagar

Size

BOX CULVERT STRUCTURE NO 7 (3 Box of size 8 x 6 m)

Item No.

DETAILS OF QUANTITIES

= 12.48 1 x 2 11.50 12.48 287.03

3 Filter media behind abutments, wing wallsand return walls, including all material,labour, equipment carriage etc all completeas per drawing and Technical Specifications CumClause 305 and 309.

Vertical wall 1 x 2 11.50 0.60 6.225 85.91 85.91

4 Cement concrete in foundation/levellingcourseon pipe culvert and under approachslab etc.including centering and shuttering allcomplete as drawing and TechnicalSpecifications Sections 2100 and 2200 Cum

M-15 gradeBox 1 x 1 11.50 26.90 0.10 30.94 Curtain Wall U/S 1 x 1 26.90 2.20 0.10 5.92 Curtain Wall D/S 1 x 1 26.90 2.20 0.10 5.92

42.77

5 Providing and laying cement concrete for reinforcedcement concrete in box culvert including centering andform work complete as per drawing and Technicalspecifications as per Sections 1500, 1700 Cum

M-25 box culvertTop Slab 1 11.50 25.85 0.575 170.93 Bottom Slab 1 11.50 25.85 0.600 178.37 Vertical wall 2 11.50 0.625 6.00 86.25

2 11.50 0.600 6.00 82.80 Haunches 12 11.50 1/2 x 0.2 x 0.2 2.76

521.11

6 Providing HYSD bar reinforcement insub-structure complete as per drawing andTechnical Specifications asper Section 1600 T

i) Reinforcement for 521.11 x 70 36.48 For Box 1000

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-VIg

Annexure-VIg: Page 3

Page 284: RFP DCA Annexures Kosi Bridge

Description Unit No. Length Breadth Height Quantity

Bridge across Kosi River on Ram Nagar

BOX CULVERT STRUCTURE NO 7 (3 Box of size 8 x 6 m)

Item No.

DETAILS OF QUANTITIES

7 Providing and laying Stone boulder apron complete as per drawings and Technical Specifications Section 2500.

U/S Cum 1 x 1 26.90 3.00 0.30 2.10 D/S 1 x 1 26.90 5.00 0.30 4.87

6.97 8 Filter material underneath stone boulder

pitching on slopes complete as per drawingand Technical Specification Section 2500. Cum 1 x 4 931.76 0.15 559.06

9 Providing and laying stone boulder pitchingon slopes complete as per drawing andTechnical Specification Section 2500 Cum 1 x 4 931.76 0.30 1,118.12

L == 114.22

Area == 931.76

10 Providing weep holes in abutments,wing walls,retaining walls, return walls etc.complete as perdrawing and Technical Specifications Clause 2706. Nr.

Verticall wall 2 12 2 46.00

11 Providing cement concrete M-15 grade i ff ll / f d i lin cut off wall / foundation complete as per

drawing and Technical Specifications Sections 1500 & 1700 and Clause 2507. CumCurtain Wall

U/S = 1 x 1 26.70 2.65 70.76 =

D/S = (0.45x0.2+0.4x0.98) 1 x 1 26.70 3.15 84.11 = 3.15 154.86

12 Reinforced Cement Concrete railing / crash barrier complete including reinforcement as per drawings and Technical Specifications Sections 1500, 1600, 1700, 2200 and Clause 2703 and 809. Cum

M-40 1 x 2 0.303 11.50 6.97

13 Providing 65mm thick wearing course consisting of 50mm thick, Asphaltic concrete in two layers of 25mm each over 15mm mastic asphalt as per Technical Specifications Section 503 Sqm

1 x 1 24.85 11.50 285.78

14 Reinforced Cement Concrete in approach slabs including reinforcement complete as per drawings and Technical Specifications Sections 1500, 1600, 1700 and Clause 2704.M-30 grade

Cum1 x 2 11.500 3.50 0.30 24.15

15 Plain Cement Concrete in leveling course in foundation and under the approach slabs complete as per drawings and Technical Specifications Section 1500 & 1700. & 2700.M-15 grade

Cum1 x 2 11.500 3.50 0.15 12.08

2.65

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-VIg

Annexure-VIg: Page 4

Page 285: RFP DCA Annexures Kosi Bridge

Item No. Description Unit Quantity Rate Amount

CROSS-DRAINAGE WORKS

1 Earthwork in excavation of foundationfor structures including pipe culverts in all types of soil complete as per drawingsand Technical Specification Clause 304,309 Cum 60.36 74.00 4,466.37 and 2903.

2 Cement concrete in foundation/levellingcourseon pipe culvert and under approachslab etc.including centering and shuttering allcomplete as drawing and TechnicalSpecifications Sections 2100 and 2200 Cum 8.27 3,130.00 25,878.84 M-15 grade

3 Providing and laying cement concrete for reinforcedcement concrete in box culvert including centering andform work complete as per drawing and Technicalspecifications as per Sections 1500, 1700 Cum 87.60 3,804.00 333,247.14 M-25 box culvert

4 Providing HYSD bar reinforcement insub-structure complete as per drawing andTechnical Specifications asper Section 1600 T 6.13 47,487.00 291,204.91

5 Providing weep holes in abutments,wing walls,retaining walls, return walls etc.complete as perdrawing and Technical Specifications Clause 2706. Nr. 52.00 60.00 3,120.00

6 Reinforced Cement Concrete railing / crash barrier

complete including reinforcement as per drawings

and Technical Specifications Sections 1500, 1600,

1700, 2200 and Clause 2703 and 809.

M40 grade Cum 3.94 5,500.00 21,664.50

7 Providing 65mm thick wearing course consisting

of 50mm thick, Asphaltic concrete in two layers

of 25mm each over 15mm mastic asphalt as per

Technical Specifications Section 503

Sqm 44.98 450.00 20,241.00

Bridge across Kosi River on Ram Nagar

BOX CULVERT STRUCTURE NO 8 (3 x2 m)

ABSTRACT OF COST

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-VIh

Annexure-VIh: Page 1

Page 286: RFP DCA Annexures Kosi Bridge

Item No. Description Unit Quantity Rate Amount

Bridge across Kosi River on Ram Nagar

BOX CULVERT STRUCTURE NO 8 (3 x2 m)

ABSTRACT OF COST

8 Reinforced Cement Concrete in approach slabs

including reinforcement complete as per drawings

and Technical Specifications Sections 1500, 1600,

1700 and Clause 2704.

M-30 grade Cum 27.30 6,045.00 165,028.50

9 Plain Cement Concrete in leveling course in foundation

and under the approach slabs complete as per drawings

and Technical Specifications Section 1500 & 1700. & 2700.

M-15 grade Cum 13.65 3,010.00 41,086.50

905,937.76

Say Rs. 910,000.00

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-VIh

Annexure-VIh: Page 2

Page 287: RFP DCA Annexures Kosi Bridge

Description Unit No. Length Breadth Height Quantity

CROSS-DRAINAGE WORKS

CD No. No. of culverts LengthStructure 8 Chainage 805 3.0 x 2.0 1 13.00 m

1 Earthwork in excavation of foundationfor structures including pipe culverts in all types of soil complete as per drawingsand Technical Specification Clause 304,309 Cumand 2903.

Box 1 x 1 13.00 6.36 0.73 60.36 60.36

- 2 Cement concrete in foundation/levelling

courseon pipe culvert and under approachslab etc.including centering and shuttering allcomplete as drawing and TechnicalSpecifications Sections 2100 and 2200 Cum

M-15 gradeBox 1 x 1 13.00 6.36 0.10 8.27

8.27

3 P idi d l i t t f i f d

Bridge across Kosi River on Ram Nagar

Size

BOX CULVERT STRUCTURE NO 8 (3 x2 m)

Item No.

DETAILS OF QUANTITIES

3 Providing and laying cement concrete for reinforcedcement concrete in box culvert including centering andform work complete as per drawing and Technicalspecifications as per Sections 1500, 1700 Cum

M-25 box culvertTop Slab 1 13.00 3.96 0.450 23.17 Bottom Slab 1 13.00 6.16 0.480 38.44 Vertical wall 2 13.00 0.480 2.00 24.96 Haunches 4 13.00 1/2 x 0.2 x 0.2 1.04

87.60

4 Providing HYSD bar reinforcement insub-structure complete as per drawing andTechnical Specifications asper Section 1600 T

i) Reinforcement for 87.60 x 70 6.13 For Box 1000

5 Providing weep holes in abutments,wing walls,retaining walls, return walls etc.complete as perdrawing and Technical Specifications Clause 2706. Nr.

Verticall wall x 2 13 2 52.00

6 Reinforced Cement Concrete railing / crash barrier complete including reinforcement as per drawings and Technical Specifications Sections 1500, 1600, 1700, 2200 and Clause 2703 and 809. Cum

M-40 1 x 1 0.303 13.00 3.94

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-VIh

Annexure-VIh: Page 3

Page 288: RFP DCA Annexures Kosi Bridge

Description Unit No. Length Breadth Height Quantity

Bridge across Kosi River on Ram Nagar

BOX CULVERT STRUCTURE NO 8 (3 x2 m)

Item No.

DETAILS OF QUANTITIES

7 Providing 65mm thick wearing course consisting of 50mm thick, Asphaltic concrete in two layers of 25mm each over 15mm mastic asphalt as per Technical Specifications Section 503 Sqm

1 x 1 3.46 13.00 44.98

8 Reinforced Cement Concrete in approach slabs including reinforcement complete as per drawings and Technical Specifications Sections 1500, 1600, 1700 and Clause 2704.M-30 grade

Cum1 x 2 13.000 3.50 0.30 27.30

9 Plain Cement Concrete in leveling course in foundation and under the approach slabs complete as per drawings and Technical Specifications Section 1500 & 1700. & 2700.M-15 grade

Cum1 x 2 13.000 3.50 0.15 13.65

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-VIh

Annexure-VIh: Page 4

Page 289: RFP DCA Annexures Kosi Bridge

Item No. Description Unit No. Length Breadth Height Quantity

1 Cutting of Trees, including Cutting of Trunks, Branchesand Removal ( Cutting of trees, including cutting oftrunks, branches and removal of stumps, roots, stacking ofserviceable material with all lifts and up to a lead of 1000mtrs and earth filling in the depression/pit.)

i Girth from 300 mm to 600 mm each 20 ii Girth from 600 mm to 900 mm each 20 iii Girth from 900 mm to 1800 mm each 20 iv Girth above 1800 mm each 20

2 Clearing and Grubbing Road Land .(Clearing andgrubbing road land including uprooting rank vegetation,grass, bushes, shrubs, saplings and trees girth up to 300mm, removal of stumps of trees cut earlier and disposal ofunserviceable materials and stacking of serviceablematerial to be used or auctioned up to a lead of 1000metres including removal and disposal of top organic soilnot exceeding 150 mm in thickness.)By Mechanical MeansIn area of light jungle

hectare 1 700.00 15.00 10,500.00

hectare 1.05

3 Construction of Embankment with Material Depositedfrom Roadway Cutting (Construction of embankmentwith approved materials deposited at site from roadwaycutting and excavation from drain and foundation of otherstructures graded and compacted to meet requirement oftable 300-2)

Cum

Earth quantity for refilling in embankmentEmbankment Heigth up to 1.5 m 100.000 12.00 0.750 900.00 Embankment Heigth betwen 3m to 1.5 m 100.000 12.00 2.250 2,700.00 Embankment Heigth between 6m to 3m 210.000 12.00 4.500 11,340.00

410.00 14,940.00 Deduct quantity for PCC Reataining wall (1/3 of item 13) Cum 1,112.760

13,827.24

4 Excavation in Soil with Dozer with lead upto 100 metres(Excavation for road way in soil by mechanical meansincluding cutting and pushing the earth to site ofembankment upto a distance of 100 metres (averagelead50 metres), including trimming bottom and sideslopes in accordance with requirements of lines, gradesand cross sections.)Qty. required for embankment 13,827.24 Available earth from structuresForm Structure No. 6 Major Bridge 1,694.00 Form Structure No. 3 Minor Bridge 539.00 Form Structure No. 4 Minor Bridge 258.00 From Retaining Wall of Road 2,202.00

4,693.00

Net Quantity 9,134.24

5 Loading and unloading of stone boulder / stoneaggregates / sand / kanker / moorum. (Placing tipper atloading point, loading with front end loader, dumping,turning for return trip, excluding time for haulage andreturn trip)Qty same as item no. 4 9,134.240

DETAIL OF QUANTITYBridge across Kosi River on Ram Nagar

(Road work)

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-VI(i)

Annexure-VI(i): Page 1

Page 290: RFP DCA Annexures Kosi Bridge

Item No. Description Unit No. Length Breadth Height Quantity

DETAIL OF QUANTITYBridge across Kosi River on Ram Nagar

(Road work)

6 Plant Mix Method ( Construction of granular sub-base byproviding close graded Material, mixing in a mechanicalmix plant at OMC, carriage of mixed Material to worksite, spreading in uniform layers with motor grader onprepared surface and compacting with vibratory powerroller to achieve the desired density, complete as perclause 401 )for grading- II Material

Cum 410.00 7.50 0.25 768.75

7 Wet Mix Macadam (Providing, laying, spreading andcompacting graded stone aggregate to wet mix macadamspecification including premixing the Material with waterat OMC in mechanical mix plant carriage of mixedMaterial by tipper to site, laying in uniform layers withpaver in sub- base / base course on well prepared surfaceand compacting with vibratory roller to achieve thedesired density.)

Cum 410.00 7.50 0.25 768.75

8 Prime coat (Providing and applying primer coat withbitumen emulsion on prepared surface of granular Baseincluding clearing of road surface and spraying primer atthe rate of 0.60 kg/sqm using mechanical means.)

Sqm 410.00 7.00 2,870.00

9 Providing and applying tack coat with bitumen emulsionusing emulsion pressure distributor at the rate of 0.20 kgper sqm on the prepared bituminous/granular surfacecleaned with mechanical broom.

Sqm 410.00 7.00 2,870.00

10 Bituminous Macadam ( Providing and laying bituminousmacadam with 100-120 TPH hot mix plant producing anaverage output of 75 tonnes per hour using crushedaggregates of specified grading premixed with bituminousbinder, transported to site, laid over a previously preparedsurface with paver finisher to the required grade, leveland alignment and rolled as per clauses 501.6 and 501.7to achieve the desired compaction)for GradingII(19 mm nominal size)50 mm BM

Cum 410.00 7.00 0.05 143.50

11 Semi - Dense Bituminous Concrete ( Providing and layingsemi dense bituminous concrete with 100-120 TPH batchtype HMP producing an average output of 75 tonnes perhour using crushed aggregates of specified grading,premixed with bituminous binder @ 4.5 to 5 % of mixand filler, transporting the hot mix to work site, layingwith a hydrostatic paver finisher with sensor control tothe required grade, level and alignment, rolling withsmooth wheeled, vibratory and tandem rollers to achievethe desired compaction as per MoRTH specificationclause No. 508 complete in all respects)for Grading I ( 13 mm nominal size )25 mm SDBC

Cum 410.00 7.00 0.025 71.75

12 Earthwork in excavation of foundations for structurescomplete as per drawings and Technical SpecificationsClause 304 including all leads and lifts.Depth upto 3.0m CumEmbankment Heigth up to 1.5 m 2 100.000 1.00 1.200 240.00 Embankment Heigth betwen 3m to 1.5 m 2 100.000 1.50 1.500 450.00

690.00 Embankment Heigth between 6m to 3m 2 210.000 2.00 1.800 1,512.00

2,202.00

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-VI(i)

Annexure-VI(i): Page 2

Page 291: RFP DCA Annexures Kosi Bridge

Item No. Description Unit No. Length Breadth Height Quantity

DETAIL OF QUANTITYBridge across Kosi River on Ram Nagar

(Road work)

13 Plain Cement Concrete / Reinforced Cement Concrete inopen foundations complete excluding reinforcement asper drawings and Technical Specifications Section 1500,1700 and 2100. M15 grade PCC CumEmbankment Heigth up to 1.5 m 2 100.00 1.00 0.150 30.00 Embankment Heigth betwen 3m to 1.5 m 2 100.00 1.50 1.150 345.00 Embankment Heigth between 6m to 3m 2 210.00 2.00 2.150 1,806.00

2,181.000 14 Plain Cement Concrete / Reinforced Cement Concrete in

open foundations complete excluding reinforcement asper drawings and Technical Specifications Section 1500,1700 and 2100. M25 grade PCC CumEmbankment Heigth up to 1.5 m 2 100.00 0.600 0.75 90.00 Embankment Heigth betwen 3m to 1.5 m 2 100.00 0.850 3.00 510.00 Embankment Heigth between 6m to 3m 2 210.00 1.100 6.00 2,772.00

3,372.000 15 Reinforced Cement Concrete railing / crash barrier

complete including reinforcement as per drawings andTechnical Specifications Sections 1500, 1600, 1700, 2200and Clause 2703 and 809.M-40 Grade

i) Crash Barriers Cum 2 0.303 410.000 248.000

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-VI(i)

Annexure-VI(i): Page 3

Page 292: RFP DCA Annexures Kosi Bridge

(Based on BSR)

Item No. Description Unit Quantity Rate Amount

1 Cutting of Trees, including Cutting of Trunks, Branchesand Removal ( Cutting of trees, including cutting oftrunks, branches and removal of stumps, roots, stacking ofserviceable material with all lifts and up to a lead of 1000mtrs and earth filling in the depression/pit.)

i Girth from 300 mm to 600 mm each 20 104.00 2080.00ii Girth from 600 mm to 900 mm each 20 182.00 3640.00iii Girth from 900 mm to 1800 mm each 20 361.00 7220.00iv Girth above 1800 mm each 20 692.00 13840.00

2 Clearing and Grubbing Road Land .(Clearing andgrubbing road land including uprooting rank vegetation,grass, bushes, shrubs, saplings and trees girth up to 300mm, removal of stumps of trees cut earlier and disposal ofunserviceable materials and stacking of serviceablematerial to be used or auctioned up to a lead of 1000metres including removal and disposal of top organic soilnot exceeding 150 mm in thickness.)By Mechanical MeansIn area of light jungle

hectare 1.05 24952.00 26199.60

3 Construction of Embankment with Material Depositedfrom Roadway Cutting (Construction of embankmentwith approved materials deposited at site from roadwaycutting and excavation from drain and foundation of otherstructures graded and compacted to meet requirement oftable 300-2)

Cum 13,827.24 59.00 815807.16

4 Excavation in Soil with Dozer with lead upto 100 metres(Excavation for road way in soil by mechanical meansincluding cutting and pushing the earth to site ofembankment upto a distance of 100 metres (averagelead50 metres), including trimming bottom and sideslopes in accordance with requirements of lines, gradesand cross sections.)

Cum 4,693.00 30.00 140790.00

5 Loading and unloading of stone boulder / stoneaggregates / sand / kanker / moorum. (Placing tipper atloading point, loading with front end loader, dumping,turning for return trip, excluding time for haulage andreturn trip)

Cum 9,134.24 65.00 593725.60

6 Plant Mix Method ( Construction of granular sub-base byproviding close graded Material, mixing in a mechanicalmix plant at OMC, carriage of mixed Material to worksite, spreading in uniform layers with motor grader onprepared surface and compacting with vibratory powerroller to achieve the desired density, complete as perclause 401 )

Cum 768.75 793.00 609618.75

7 Wet Mix Macadam (Providing, laying, spreading andcompacting graded stone aggregate to wet mix macadamspecification including premixing the Material with waterat OMC in mechanical mix plant carriage of mixedMaterial by tipper to site, laying in uniform layers withpaver in sub- base / base course on well prepared surfaceand compacting with vibratory roller to achieve thedesired density.)

Cum 768.75 951.00 731081.25

8 Prime coat (Providing and applying primer coat withbitumen emulsion on prepared surface of granular Baseincluding clearing of road surface and spraying primer atthe rate of 0.60 kg/sqm using mechanical means.)

Sqm 410.00 30.00 12300.00

9 Providing and applying tack coat with bitumen emulsionusing emulsion pressure distributor at the rate of 0.20 kgper sqm on the prepared bituminous/granular surfacecleaned with mechanical broom.

Sqm 2,870.00 11.00 31570.00

Bridge across Kosi River on Ram Nagar (Road work)

Abstract

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-VI(i)

Annexure-VI(i): Page 4

Page 293: RFP DCA Annexures Kosi Bridge

(Based on BSR)

Item No. Description Unit Quantity Rate Amount

10 Bituminous Macadam ( Providing and laying bituminousmacadam with 100-120 TPH hot mix plant producing anaverage output of 75 tonnes per hour using crushedaggregates of specified grading premixed with bituminousbinder, transported to site, laid over a previously preparedsurface with paver finisher to the required grade, leveland alignment and rolled as per clauses 501.6 and 501.7to achieve the desired compaction)for GradingII(19 mm nominal size)50 mm BM

Cum 143.50 5001.00 717643.50

11 Semi - Dense Bituminous Concrete ( Providing and laying

semi dense bituminous concrete with 100-120 TPH batchtype HMP producing an average output of 75 tonnes perhour using crushed aggregates of specified grading,premixed with bituminous binder @ 4.5 to 5 % of mixand filler, transporting the hot mix to work site, layingwith a hydrostatic paver finisher with sensor control tothe required grade, level and alignment, rolling withsmooth wheeled, vibratory and tandem rollers to achievethe desired compaction as per MoRTH specificationclause No. 508 complete in all respects)for Grading I ( 13 mm nominal size )25 mm SDBC

Cum 71.75 6640.00 476420.00

12 Earthwork in excavation of foundations for structurescomplete as per drawings and Technical SpecificationsClause 304 including all leads and lifts.Depth upto 3 m Cum 690.00 74.00 51060.00Depth 3 m to 6 m Cum 1,512.00 89.00 134568.00

13 Plain Cement Concrete / Reinforced Cement Concrete inopen foundations complete excluding reinforcement asper drawings and Technical Specifications Section 1500,1700 and 2100. M15 grade PCC

Cum 2,181.00 3130.00 6826530.00

14 Plain Cement Concrete / Reinforced Cement Concrete inopen foundations complete excluding reinforcement asper drawings and Technical Specifications Section 1500,1700 and 2100. M25 grade PCC

Cum 3,372.00 3804.00 12827088.00

15 Reinforced Cement Concrete railing / crash barriercomplete including reinforcement as per drawings andTechnical Specifications Sections 1500, 1600, 1700, 2200and Clause 2703 and 809.M-40 Grade

i) Crash Barriers Cum 248.00 5500.00 1364000.00

25385182

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study Annexure-VI(i)

Annexure-VI(i): Page 5