Sie sind auf Seite 1von 12

Contract: DMRC/MU/LINE2/AC/02: Part design and construction of elevated viaduct and 8 elevated

stations viz., Charkop, Malad Metro, Kasturi Park, Bangur Nagar, Goregaon Metro, Adarsha Nagar,
Shastri Nagar and DN Nagar (excluding architectural finishing and pre-engineered steel roof structure)
from chainage 8283.501 to 18181.343 including third track at Shastri Nagar station and “viaduct & ramp
for depot entry” of Dahisar (East) – D N Nagar Corridor of Mumbai Metro Rail Project

SUMMARY SHEET

Addendum No. 2

Tender Page Clause No. / Item Addendum /


S. No Remarks
Document No. No. Corrigendum

NIT Page 1R is replaced


1. 1R Clause 1.1.1 Name of work is revised.
(Vol. 1) with page 1RR.

(i) Approximate cost of


work is revised.
NIT Clause 1.1.2 Page 1R is replaced
2. 1R
(Vol. 1) with page 1RR.
(ii) Amount of Tender
Security is revised.

Work Experience:
Pages 4 & 5 are
NIT Requirements stipulated replaced with pages
3. 4&5 Clause 1.1.3.2 A (ii)
(Vol. 1) under “Specific 4R & 5R
Construction Experience” respectively.
are revised

Financial Standing:
Pages 6 & 7 are
Requirements stipulated
NIT Clause 1.1.3.2 B (i), replaced with pages
4. 6&7 under the criteria of
(Vol. 1) (iii) & (iv) 6R & 7R
‘Liquidity’, ‘Net Worth’ &
respectively.
‘Annual Turnover’ have
been revised.

Employer’s
Page 12 is replaced
5. Requirements 12 Clause 2.0 & 2.1.1 Clauses are revised
with page 12R.
(Vol. 3)

Employer’s
Clause 2.1.2 (xxx) is newly Page 15 is replaced
6. Requirements 15 Clause 2.1.2
added with page 15R.
(Vol. 3)

Page 1 of 2
Pages 63, 66, & 67
Employer’s Appendix-1 of
63, 66, are replaced with
7. Requirements Employer’s Drawing list is revised
& 67 pages 63R, 66R, &
(Vol. 3) Requirements
67R respectively.

Tender General Alignment Drawings mentioned at S. No. 1 to 12 and all architectural


8. Drawings drawings have been revised. Architectural Drawings for Adarsha Nagar (4 Nos.),
(Vol. 5) Shastri Nagar (4 Nos.) & D N Nagar (8 Nos.) are newly incorporated.

Tender Drawing list provided along-with original tender drawings shall be deemed to have
9. Drawings amended in accordance with revised drawing list given in Appendix-1 of Employer’s
(Vol. 5) Requirements as stated at S. No. 7 above.

Financial Package
Financial Package is
(i.e. excel file) on
10. Financial Package Revised due to change in
tenderwizard is
scope of work
revised.

Encl.: As above

Page 2 of 2
Contract: DMRC/MU/LINE2/AC/02: Part design and construction of elevated viaduct and 8 elevated stations viz., Charkop, Malad
Metro, Kasturi Park, Bangur Nagar, Goregaon Metro, Adarsha Nagar, Shastri Nagar and DN Nagar (excluding architectural finishing
and pre-engineered steel roof structure) from chainage 8283.501 to 18181.343 including third track at Shastri Nagar station and
“viaduct & ramp for depot entry” of Dahisar (East) – D N Nagar Corridor of Mumbai Metro Rail Project

NOTICE INVITING TENDER (NIT)


(e-Tender)
1.1 GENERAL

1.1.1 Name of Work:

Delhi Metro Rail Corporation (DMRC) Ltd. Invites online open e-tenders from eligible applicants,
who fulfil qualification criteria as stipulated in Clause 1.1.3 of NIT, for the work
“Contract: DMRC/MU/LINE2/AC/02: Part design and construction of elevated
viaduct and 8 elevated stations viz., Charkop, Malad Metro, Kasturi Park, Bangur Nagar,
Goregaon Metro, Adarsha Nagar, Shastri Nagar and DN Nagar (excluding architectural finishing
and pre-engineered steel roof structure) from chainage 8292.178 8283.501 ((i.e. end of Kamraj
Nagar station, DN Nagar end) to 18189.020 18181.343 including third track at Shastri Nagar station
and “viaduct & ramp for depot entry” of Dahisar (East) – D N Nagar Corridor of Mumbai Metro
Rail Project”
NOTE: Name of the work otherwise mentioned elsewhere in the tender documents shall be deemed
have been amended as above.
The brief scope of the work is provided in Clause A1 of ITT (Volume-1) and Employer’s
Requirement (Volume-3).
1.1.2 Key details :

Approximate cost of work INR 776 834 crore

INR 7.76 8.34 crore


Tender Security (in original) as per clause C18 of ITT shall be
Tender Security accepted only up to 1500 hrs on 09.03.2016 28.03.2016 in the
office of Executive Director/Contracts at the address mentioned
hereinafter.

Completion period of the Work 30 (Thirty) months

From 28.01.2016 to 09.03.2016 28.03.2016 (up to 1100 hrs) on


e-tendering website www.tenderwizard.com/DMRC.

Tender documents on sale Tender document can only be obtained online after registration of
tenderer on the website www.tenderwizard.com/DMRC. For
further information in this regard bidders are advised to contact on
011-49424307, 011-49424365 or 011-23417910.

INR 21,000/- (inclusive of 5% DVAT) Non-Refundable


(Demand Draft /Banker’s cheque drawn on a Scheduled
Commercial Bank based in India and should be in favour of “Delhi
Cost of Tender documents Metro Rail Corporation Ltd” payable at New Delhi)
Cost of tender documents i.e, D.D. / Banker’s cheque, in original,
shall be accepted only up to 1500 hrs on 09.03.2016 28.03.2016
in the office of Executive Director/Contracts at the address
mentioned hereinafter.

15.02.2016 29.02.2016 up to 0900 hrs.


Last date of Seeking Clarifications Queries/clarifications from bidders after due date and time may
not be entertained.
Pre-bid Meeting 11.02.2016 25.02.2016 at 1100 hrs.

Last date of issuing addendum 24.02.2016 10.03.2016

Date & time of Submission of Tender


09.03.2016 28.03.2016 up to 1500 hrs
online

DMRC/MU/LINE2/AC/02/Vol-1/NIT Page 1RR


Contract: DMRC/MU/LINE2/AC/02: Part design and construction of elevated viaduct and 8 elevated stations viz., Charkop, Malad
Metro, Kasturi Park, Bangur Nagar, Goregaon Metro, Adarsha Nagar, Shastri Nagar and DN Nagar (excluding architectural finishing
and pre-engineered steel roof structure) from chainage 8283.501 to 18181.343 including third track at Shastri Nagar station and
“viaduct & ramp for depot entry” of Dahisar (East) – D N Nagar Corridor of Mumbai Metro Rail Project

Work Experience Eligibility Criteria Compliance Requirements Documentation

Joint Venture/Consortium

Submission
No. Subject Requirement Single Entity All Substantial Each One
Requirements
Partners Substantial Substantial
Combined Partner Partner

construction experience
as under:

Construction of 2.44 km
of pre-stressed
concrete superstructure
viaduct/flyover/bridge
(excluding approaches
and embankments) in a
single contract.

OR

Construction of 13000
sqm area of elevated
metro station(s)/RCC
multi-storey
building(s)/RCC
shopping mall(s), etc. in
a single contract.

Specific
(ii) Construction
(a) The tenderers shall Must meet Must meet N/A N/A Appendices-
Experience have completed requirement requirement 17 and 17C
work(s), during last of FOT
seven years ending
29.02.2016, as
prime/lead contractor,
joint venture/consortium
member or sub-
contractor as given
below.

At least one “similar


work” * of value INR
620.80 667.20 crore or
more.
OR

At least two “similar


works” * each of value
INR 388.00 417.00
crore or more.

OR

At least three “similar


works” * each of value
INR 310.40 333.60
crore or more.

* The “similar work”


for this contract shall be
“Construction of

DMRC/MU/LINE2/AC/02/Vol-1/NIT Page 4R
Contract: DMRC/MU/LINE2/AC/02: Part design and construction of elevated viaduct and 8 elevated stations viz., Charkop, Malad
Metro, Kasturi Park, Bangur Nagar, Goregaon Metro, Adarsha Nagar, Shastri Nagar and DN Nagar (excluding architectural finishing
and pre-engineered steel roof structure) from chainage 8283.501 to 18181.343 including third track at Shastri Nagar station and
“viaduct & ramp for depot entry” of Dahisar (East) – D N Nagar Corridor of Mumbai Metro Rail Project

Work Experience Eligibility Criteria Compliance Requirements Documentation

Joint Venture/Consortium

Submission
No. Subject Requirement Single Entity All Substantial Each One
Requirements
Partners Substantial Substantial
Combined Partner Partner

Viaduct (which may


include station along
with viaduct)/ Bridge/
Flyover (excluding
approaches &
embankments) having
a pre-stressed concrete
superstructure.

(b) Requirement for


substantial foreign N/A N/A N/A Must meet Appendices-
partner(s) of a requirement 17A and 17C
JV/Consortium: If the by each of FOT
tenderer is a substantial
JV/Consortium having foreign
foreign member(s) and partner
above work(s) have
been executed by the
foreign member of the
JV/Consortium and the
work(s) were done in
the country of the origin
of the foreign member,
then in addition to this
the foreign
JV/Consortium member
must have executed
works of value INR
310.40 333.60 crore or
more outside the
country of the foreign
member.

Notes:
1. The tenderer shall submit details of works executed by them in the Performa of Appendix-
17, 17A, 17B and 17C of FOT (as applicable as per the table above) for the works to be
considered for qualification of specific and general construction experience criteria.
Documentary proof such as completion certificates from client clearly indicating the
nature/scope of work, actual completion cost (for specific construction experience), actual
completed quantum of work (for general construction experience) and actual date of
completion for such work should be submitted. The offers submitted without this
documentary proof shall not be evaluated. In case the work is executed for private client,
copy of work order, bill of quantities, bill wise details of payment received certified by C.A.,
T.D.S certificates for all payments received and copy of final/last bill paid by client shall also
be submitted.
2. Value of successfully completed substantial portion of any ongoing work, for specific
construction experience, up to 29.02.2016 will also be considered for qualification of work
experience criteria. In case of ongoing works of viaduct / bridge / flyover, tenderer shall

DMRC/MU/LINE2/AC/02/Vol-1/NIT Page 5R
Contract: DMRC/MU/LINE2/AC/02: Part design and construction of elevated viaduct and 8 elevated stations viz., Charkop, Malad
Metro, Kasturi Park, Bangur Nagar, Goregaon Metro, Adarsha Nagar, Shastri Nagar and DN Nagar (excluding architectural finishing
and pre-engineered steel roof structure) from chainage 8283.501 to 18181.343 including third track at Shastri Nagar station and
“viaduct & ramp for depot entry” of Dahisar (East) – D N Nagar Corridor of Mumbai Metro Rail Project

submit certificate issued by competent authority certifying substantial completion that


includes substructure as well as superstructure of viaduct.
3. For completed works, value of work done shall be updated to 29.02.2016 price level
assuming 5% inflation for Indian Rupees every year and 2% for foreign currency portions per
year. The exchange rate of foreign currency shall be applicable 28 days before the
submission date of tender.
4. In case of joint venture / Consortium, full value/quantum of the work, if done by the same
joint venture shall be considered. However, if the qualifying work(s) were done by them in
JV/Consortium having different constituents, then the value/quantum of work as per their
percentage participation in such JV/Consortium shall be considered.

5. In the case of JV/Consortium, the value of contracts performed by its members shall not be
aggregated to determine whether the requirement of the minimum value of similar work(s)
has been met. Instead, each contract performed by each member shall satisfy the minimum
value of similar work(s) as required for single entity.

6. If the above work(s) (i.e. Construction of Viaduct (which may include station along with
viaduct)/ Bridge/ Flyover (excluding approaches & embankments) having a pre-stressed
concrete superstructure and construction of elevated metro station(s)/RCC multi-storey
building(s)/RCC shopping mall(s), etc.) comprise other works, then client’s certificate clearly
indicating the amount of work done/quantum of work done in respect of the “similar work”
shall be furnished by the tenderer in support of the work experience along-with their tender
submissions.

B. Financial Standing: The tenderers will be qualified only if they have minimum financial
capabilities as below:

(i) T1 – Liquidity: It is necessary that the firm can withstand cash flow that the contract will require
until payments received from the Employer. Liquidity therefore becomes an important
consideration.
This shall be seen from the balance sheets and/or from the banking reference. Net current
assets and/or documents including banking reference (as per proforma given in Annexure-8 of
ITT), should show that the applicant has access to or has available liquid assets, lines of credit
and other financial means to meet cash flow of INR 44.34 47.66 crore for this contract, net of
applicant’s commitments for other Contracts. Banking reference should contain in clear terms
the amount that bank will be in a position to lend for this work to the applicant/member of the
Joint Venture/Consortium. In case the Net Current Assets (as seen from the Balance Sheets)
are negative, only the Banking references will be considered. Otherwise the aggregate of the
Net Current Assets and submitted Banking references will be considered for working out the
Liquidity.

The banking reference should be from a Scheduled Bank in India or (in case of foreign parties)
from an international bank of repute acceptable to DMRC and it should not be more than 3
months old as on date of submission of bids.

In Case of JV- Requirement of liquidity is to be distributed between members as per their


percentage participation and every member should satisfy the minimum requirement.
Example: Let member-1 has percentage participation = M and member-2 has percentage
participation = N.

If minimum liquidity required is ‘W’ then liquidity of member-1 ≥ W M


100
and liquidity of member-2 ≥ W N.
100

DMRC/MU/LINE2/AC/02/Vol-1/NIT Page 6R
Contract: DMRC/MU/LINE2/AC/02: Part design and construction of elevated viaduct and 8 elevated stations viz., Charkop, Malad
Metro, Kasturi Park, Bangur Nagar, Goregaon Metro, Adarsha Nagar, Shastri Nagar and DN Nagar (excluding architectural finishing
and pre-engineered steel roof structure) from chainage 8283.501 to 18181.343 including third track at Shastri Nagar station and
“viaduct & ramp for depot entry” of Dahisar (East) – D N Nagar Corridor of Mumbai Metro Rail Project

This eligibility requirement (i.e., ‘T1 – Liquidity’) shall satisfy the condition given in Clause 1.1.3.4
hereinafter.

(ii) T2 - Profitability: Profit before Tax should be Positive in at least 2 (two) years, out of the last
five audited financial years.

In Case of JV: The profitability of only lead member shall be evaluated.

(iii) T3 - Net Worth: Net Worth of tenderer during last audited financial year should be > INR 62.08
66.72 crore

In Case of JV- Net worth will be based on the percentage participation of each Member.

Example: Let Member-1 has percentage participation = M and Member-2 has = N. Let the Net
worth of Member-1 is ‘A’ and that of Member-2 is ‘B’, then the Net worth of JV will be

= AM+BN
100
(iv) T4 - Annual Turnover: The average annual turnover from construction of last five financial
years should be > Rs. 248.32 266.88 crores.

The average annual turnover of JV will be based on percentage participation of each member.

Example: Let Member-1 has percentage participation = M and Member - 2 has = N. Let the
average annual turnover of Member-1 is ‘A’ and that of Member-2 is ‘B’, then the average
annual turnover of JV will be

= AM+BN
100

Notes :
1. Financial data for latest last five audited financial years has to be submitted by the tenderer in
Appendix-18 of FOT along with audited balance sheets. The financial data in the prescribed
format shall be certified by Chartered Accountant with his stamp and signature in original with
membership number. In case audited balance sheet of the last financial year is not made
available by the bidder, he has to submit an affidavit certifying that ‘the balance sheet has
actually not been audited so far’. In such a case the financial data of previous ‘4’ audited
financial years will be taken into consideration for evaluation. If audited balance sheet of any
year other than the last year is not submitted, the tender may be considered as non-responsive.

2. Where a work is undertaken by a group, only that portion of the contract which is undertaken by
the concerned applicant/member should be indicated and the remaining done by the other
members of the group be excluded. This is to be substantiated with documentary evidence.

1.1.1.1 Bid Capacity Criteria :

Bid Capacity: The tenderers will be qualified only if their available bid capacity is more than the
approximate cost of work as per NIT. Available bid capacity will be calculated based on the
following formula:

Available Bid Capacity = 2*A*N – B

Where,
A= Maximum of the value of construction works executed in any one year during the
last five financial years (updated to 29.02.2016 price level assuming 5% inflation for Indian
Rupees every year and 2% for foreign currency portions per year).

DMRC/MU/LINE2/AC/02/Vol-1/NIT Page 7R
Contract: DMRC/MU/LINE2/AC/02: Part design and construction of elevated viaduct and 8 elevated stations viz., Charkop,
Malad Metro, Kasturi Park, Bangur Nagar, Goregaon Metro, Adarsha Nagar, Shastri Nagar and DN Nagar (excluding
architectural finishing and pre-engineered steel roof structure) from chainage 8283.501 to 18181.343 including third track
at Shastri Nagar station and “viaduct & ramp for depot entry” of Dahisar (East) – D N Nagar Corridor of Mumbai Metro Rail
Project

EMPLOYER'S REQUIREMENTS - FUNCTIONAL


Objective

The objective of the contract is the design, construction completion, testing and
commissioning of the permanent works by the Contractor (including without limitation, the
design, construction and removal of the Temporary Works) and the rectification of defects
appearing in Permanent Works in the manner and to the standards and within the time
stipulated by the Contract. In full recognition of this objective, and with full acceptance of the
obligations, liabilities and risks which may be involved, the Contractor shall undertake the
execution of the Works.

1. GENERAL
1.1 The design and performance of the Permanent Works shall comply with the specific core
requirements contained in these Employer’s Requirements -Functional.

1.2 The design of the Permanent Works shall be developed in accordance with these Employer's
Requirements - Functional, the Contractor's Technical Proposals and the other requirements
of the Contract.

1.3 The Permanent Works shall be designed and constructed to the highest standards available
using proven up-to-date good Engineering practices. The Specification shall in any case not
specify standards which, in the Engineer's opinion, are less than or inferior to those described
in the Design Basis Report (Design Criteria) and Technical Specifications contained in the
Tender Documents. Construction shall be carried out employing the procedures established
by the Contractor in his Quality, Safety Health and Environmental management plans.

1.4 The Contractor shall be responsible for obtaining all necessary approvals from the relevant
Public/Government/Local/Statutory or any agencies in the design and construction of the
works.
2. SCOPE OF WORKS
2.0 GENERAL

“Contract: DMRC/MU/LINE2/AC/02: Part design and construction of elevated


viaduct and 8 elevated stations viz., Charkop, Malad Metro, Kasturi Park, Bangur Nagar,
Goregaon Metro, Adarsha Nagar, Shastri Nagar and DN Nagar (excluding architectural
finishing and pre-engineered steel roof structure) from chainage 8292.178 8283.501 ((i.e. end
of Kamraj Nagar station, DN Nagar end) to 18189.020 18181.343 including third track at
Shastri Nagar station and viaduct & ramp for depot entry of Dahisar (East) – D N Nagar
Corridor of Mumbai Metro Rail Project” including entry / exit structures of the stations as
shown in the GAD No. DMRC/MUMBAI/LINE-2/GAD/2016/09 to 18/R0 1 Sheet No. 09 of 18
to Sheet No.18 of 18 and Depot Entry (2 sheets) viz., DMRC/MUMBAI/LINE2/GAD/DEPOT-
ENTRY PAHARI GOREGAON/2016/01 to 02/ R0 1 and DMRC/MUMBAI/LINE2/GAD/DEPOT-
PAHARI GOREGAON/2016/02/ R 1 Sheet No. 01 of 02 to Sheet No.02 of 02.
2.1 Scope under Lump Sum price:
2.1.1 The scope of work in brief is given below but the scope includes all other requirements
stipulated in various parts/volumes of the contract document including appendices and
annexure thereto. Entire scope of work for viaduct section, viaduct in station portion, third
track at Shastri Nagar station, viaduct and ramp for depot entry and structural work of
stations (excluding finishing work of stations, prefabricated steel roof structures and roof
sheeting of stations) shall be included in Lump

DMRC/MU/LINE2/AC/02/Volume-3/ Employer's Requirements/Section–B/Functional 12R


Contract: DMRC/MU/LINE2/AC/02: Part design and construction of elevated viaduct and 8 elevated stations viz., Charkop,
Malad Metro, Kasturi Park, Bangur Nagar, Goregaon Metro, Adarsha Nagar, Shastri Nagar and DN Nagar (excluding
architectural finishing and pre-engineered steel roof structure) from chainage 8283.501 to 18181.343 including third track
at Shastri Nagar station and “viaduct & ramp for depot entry” of Dahisar (East) – D N Nagar Corridor of Mumbai Metro Rail
Project
(xx) Design and construction of foundation systems, piers, pier caps, pedestal, bearings
and shear restraining devices at Chainage 8292.178 (i.e. station pier of Kamraj
Nagar station, DN Nagar side) shall be in the scope of adjoining contract.This shall be
designed by considering the loads from this contract. Similarly, design and
construction of foundation systems piers, pier cap, pedestal, bearings and shear
restraining devices at Chainage 18189.020 shall be in the scope of this contract. This
shall be designed considering loads in future from a standard span of adjoining
section.Provision for cut-outs in the viaducts required for services in coordination with
various system contractors.
(xxi) Inserts/Fixtures/Supports/Hangers for system contractors.
(xxii) Provision for MS/ RCC ladders / staircases along with railing for approaching the
viaduct track bed from station platform at both ends for up & down lines shall be
inclusive.
(xxiii) At some locations tenderer may have to do cast-in-situ construction for the viaduct
depending on the site constraints.
(xxiv) Pier locations and span arrangement for obligatory spans have been shown in the
alignment GAD drawings.
(xxv) The design of bearing and seismic restrainers shall also be done by the contractor,
which shall be approved by DMRC.
(xxvi) Demolition/dismantling of RCC framed /steel structures/buildings, masonry buildings
including basement, ground and above floors as existing at site on the alignment of
viaduct and station locations as indicated in GAD without making damages to the
adjacent structures, utilities, etc. including disposing off retrieved materials out of site
of work. Demolition/dismantling of road, footpath, kerbstone, central verge, boundary
wall, etc. Tenderer must visit the site and ascertain actual magnitude of quantum of
work involved for footpaths, kerbstone, central verge, boundary wall, etc. and nothing
shall be payable on this account. Retrieved materials obtained from
demolition/dismantling shall be property of the contractor.
(xxvii) The contractor has to get necessary permission/ NOC from the railway, road,
municipal and other concerned regulatory authorities for block and working in such
locations. Employer will facilitate for getting the permission from concerned regulatory
authorities for working in such locations.
(xxviii) Making access to site to facilitate movement of vehicles and preparation of area for
positioning of cranes and any other machinery for construction etc.
(xxix) Dynamic integrity test on 75% piles and sonic test on 25% of piles.
(xxx) Width of structure for track at ramp shall be 15.50 m in a length of 100.0 M. The
length for widening from normal width to 15.50 m shall be additional.
NOTES:-
1) Earth filling of pile cap area to be done with proper compaction with good earth up to plinth
level wherever required. For the area falling on the road, backfilling shall be done with
Crushed sand/granular material only. This provision shall supercede the corresponding
provision stated anywhere else in the tender document and also order of precedence of
tender documents as mentioned in GCC Clause 1.5.
2) It is obligatory for the contractor to provide a single pier structure in the viaduct of minimum
dia 1.80 m.
3) Contractor has to maintain a minimum vertical clearance of 5.5 m from road surface to bottom
of any structure.
4) The location of piers should be decided in such a way that they do not disturb the road
geometry and also should not obstruct the traffic flow for which the decision of Engineer shall
be final.

2.1.3 Stations: Charkop, Malad Metro, Kasturi Park, Bangur Nagar, Goregaon Metro, Adarsha
Nagar, Shastri Nagar and DN Nagar

DMRC/MU/LINE2/AC/02/Volume-3/ Employer's Requirements/Section–B/Functional 15R


Contract: DMRC/MU/LINE2/AC/02: Part design and construction of elevated viaduct and 8 elevated stations viz., Charkop,
Malad Metro, Kasturi Park, Bangur Nagar, Goregaon Metro, Adarsha Nagar, Shastri Nagar and DN Nagar (excluding
architectural finishing and pre-engineered steel roof structure) from chainage 8283.501 to 18181.343 including third track
at Shastri Nagar station and “viaduct & ramp for depot entry” of Dahisar (East) – D N Nagar Corridor of Mumbai Metro Rail
Project
EMPLOYER'S REQUIREMENTS
APPENDIX 1
DRAWING LIST
The Tender Documents contains a set of reference/Tender drawings that are applicable to the
Contract Works. The Tenderer shall incorporate into the Tender only those drawings from that set
which amplify aspects of the Contractor's Technical Proposals. General information drawings will not
be included in the Contract.

[ Given in Vol-V Tender Drawings]

GENEARL ARRANGEMENT DRAWINGS

INDEX
CONTRAT No. DMRC/MU/LINE2/AC/02
Sr No. Description Drawing number Sheet no.
1 General Alignment drawing DMRC/MUMBAI/LINE-2/GAD/2016/09/R0 R1 9 OF 18
2 General Alignment drawing DMRC/MUMBAI/LINE-2/GAD/2016/10/ R0 R1 10 OF 18
3 General Alignment drawing DMRC/MUMBAI/LINE-2/GAD/2016/11/ R0 R1 11 OF 18
4 General Alignment drawing DMRC/MUMBAI/LINE-2/GAD/2016/12/ R0 R1 12 OF 18
5 General Alignment drawing DMRC/MUMBAI/LINE-2/GAD/2016/13/ R0 R1 13 OF 18
6 General Alignment drawing DMRC/MUMBAI/LINE-2/GAD/2016/14/ R0 R1 14 OF 18
7 General Alignment drawing DMRC/MUMBAI/LINE-2/GAD/2016/15/ R0 R1 15 OF 18
8 General Alignment drawing DMRC/MUMBAI/LINE-2/GAD/2016/16/ R0 R1 16 OF 18
9 General Alignment drawing DMRC/MUMBAI/LINE-2/GAD/2016/17/ R0 R1 17OF 18
10 General Alignment drawing DMRC/MUMBAI/LINE-2/GAD/2016/18/ R0 R1 18 OF 18
11 General Alignment drawing (depot DMRC/MUMBAI/LINE-2/GAD/DEPOT-ENTRY-
entry alignment) PAHARI GOREGAON/2016/01/ R0 R1 01 OF 02
12 General Alignment drawing (depot DMRC/MUMBAI/LINE-2/GAD/DEPOT-ENTRY-
entry alignment) PAHARI GOREGAON/2016/02/ R0 R1 02 OF 02
STRUCTURAL DRAWINGS

S.No. DRAWING NO. REVISION DATE TITLE 1 TITLE 2


SUPERSTRUCTURE DRAWINGS
DMRC/DESIGN/MU/LINE2/AC01 &
1 0 13-01-2016 DRAWING LIST
AC02/SV-11000
DMRC/DESIGN/MU/LINE2/AC01 &
2 0 13-01-2016 GENERAL NOTES SHEET 1 OF 2
AC02/SV-11001
DMRC/DESIGN/MU/LINE2/AC01 &
3 0 13-01-2016 GENERAL NOTES SHEET 2 OF 2
AC02/SV-11002
DMRC/DESIGN/MU/LINE2/AC01 & STANDARD U- PLAN VIEW AND
4 0 13-01-2016
AC02/SV-11011 GIRDER SPAN ELEVATION
DMRC/DESIGN/MU/LINE2/AC01 & STANDARD U- TYPICAL CROSS-
5 0 13-01-2016
AC02/SV-11012 GIRDER SPAN SECTION
DMRC/DESIGN/MU/LINE2/AC01 & U-GIRDER SPANS - PRESTRESSING
6 0 13-01-2016
AC02/SV-11061 VARIOUS LENGTHS LAYOUT
7 DMRC/DESIGN/MU/LINE2/AC01 & 0 13-01-2016 STANDARD U- REINFORCEMENT -

DMRC/MU/LINE2/AC/02/Volume-3/ Employer’s Requirement/Appendices Page 63R


Contract: DMRC/MU/LINE2/AC/02: Part design and construction of elevated viaduct and 8 elevated stations viz., Charkop,
Malad Metro, Kasturi Park, Bangur Nagar, Goregaon Metro, Adarsha Nagar, Shastri Nagar and DN Nagar (excluding
architectural finishing and pre-engineered steel roof structure) from chainage 8283.501 to 18181.343 including third track
at Shastri Nagar station and “viaduct & ramp for depot entry” of Dahisar (East) – D N Nagar Corridor of Mumbai Metro Rail
Project
DMRC/DESIGN/MU/LINE2/AC01 & HOLE & CUT OUT U - GIRDER SPANS -
46 0 13-01-2016
AC02/SV-11253 DETAIL VIADUCT
DMRC/DESIGN/MU/LINE2/AC01 & DRAINAGE PRINCIPLE
47 0 13-01-2016 U-GIRDER SPAN
AC02/SV-11261 - SUPERSTRUCTURE
DRAINAGE PRINCIPLE
DMRC/DESIGN/MU/LINE2/AC01 &
48 0 13-01-2016 U-GIRDER SPAN - WATER PROOFING
AC02/SV-11262
EXPANSION JOINT
INTERFACE DETAIL
DMRC/DESIGN/MU/LINE2/AC01 &
49 0 13-01-2016 U-GIRDER SPAN AT VIADUCT AND
AC02/SV-11263
STATION LOCATION
Dmrc/Design/MU/Line- Barricading 2m
50 0 03.01.2016
2/AC01&AC02/SV-701 Height (Temporary)
Dimensions &
Dmrc/Design/MU/Line- Reinforcement
51 0 25.11.2014
2/AC01&AC02/SV-702 Detail of Crash
Barrier Around Pier
General
52 Dmrc/Design/MU/Line-2/ AC02/SV-901 0 03.01.2016 Ramp Arrangement of
Ramp (Shhet 1 of 6)
General
53 Dmrc/Design/MU/Line-2/ AC02/SV-902 0 03.01.2016 Ramp Arrangement of
Ramp (Sheet 2 of 6)
General
54 Dmrc/Design/MU/Line-2/ AC02/SV-903 0 03.01.2016 Ramp Arrangement of
Ramp (Sheet 3 of 6)
General
55 Dmrc/Design/MU/Line-2/ AC02/SV-904 0 03.01.2016 Ramp Arrangement of
Ramp (Sheet 4 of 6)
General
56 Dmrc/Design/MU/Line-2/ AC02/SV-905 0 03.01.2016 Ramp Arrangement of
Ramp (Sheet 5 of 6)
General
57 Dmrc/Design/MU/Line-2/ AC02/SV-906 0 03.01.2016 Ramp Arrangement of
Ramp (Sheet 6 of 6)

ARCHITECTURAL DRAWINGS
S. No. STATION NAME Drawing No. Drawing Title Revision
CHARKOP STATION DMRC-MM-ARCH-10CH-1101 SITE PLAN
1 R-0 R1
MALAD METRO STATION DMRC-MM- ARCH -11MM-1101 SITE PLAN
2 R-0 R1
KASTURI PARK DMRC-MM- ARCH -12KP T-1101 SITE PLAN
3 R-0 R1
BANGUR NAGAR STATION DMRC-MM- ARCH -13BN-1101 SITE PLAN
4 R-0 R1
GORE GAON METRO STATION DMRC-MM- ARCH -14GG-1101 SITE PLAN
5 R-0 R1
ADARSHA NAGAR STATION DMRC-MM- ARCH -15AD-1101 SITE PLAN
6 R-0 R1
SHASTRI NAGAR STATION DMRC-MM- ARCH -16SH S-1101 SITE PLAN
7 R-0 R1
DN NAGAR STATION DMRC-MM- ARCH -17DN-1101 SITE PLAN
8 R-0 R1
TYPICAL DRAWINGS
TYPE 1 STATION

IC COLONY, EKSAR STAION, DON


GROUND &
BOSCO, SHIMPOLI, MAHAVIR NAGAR,
1 DMRC-MM- ARCH -TYP1-1001 CONCOURSE LVL R-0 R1
KAMRAJ NAGAR, MALAD METRO,
PLAN
GORE GAON, SHASTRI NAGAR

DMRC/MU/LINE2/AC/02/Volume-3/ Employer’s Requirement/Appendices Page 66R


Contract: DMRC/MU/LINE2/AC/02: Part design and construction of elevated viaduct and 8 elevated stations viz., Charkop,
Malad Metro, Kasturi Park, Bangur Nagar, Goregaon Metro, Adarsha Nagar, Shastri Nagar and DN Nagar (excluding
architectural finishing and pre-engineered steel roof structure) from chainage 8283.501 to 18181.343 including third track
at Shastri Nagar station and “viaduct & ramp for depot entry” of Dahisar (East) – D N Nagar Corridor of Mumbai Metro Rail
Project
IC COLONY, EKSAR STAION, DON
BOSCO, SHIMPOLI, MAHAVIR NAGAR, PLATFORM &
2 DMRC-MM- ARCH -TYP1-1002 R-0 R1
KAMRAJ NAGAR, MALAD METRO, ROOF LVL PLAN
GORE GAON, SHASTRI NAGAR
IC COLONY, EKSAR STAION, DON
BOSCO, SHIMPOLI, MAHAVIR NAGAR,
3 DMRC-MM- ARCH -TYP1-1003 CROSS SECTIONS R-0 R1
KAMRAJ NAGAR, MALAD METRO,
GORE GAON, SHASTRI NAGAR
IC COLONY, EKSAR STAION, DON
BOSCO, SHIMPOLI, MAHAVIR NAGAR,
4 DMRC-MM- ARCH -TYP1-1004 LONG SECTION R-0 R1
KAMRAJ NAGAR, MALAD METRO,
GORE GAON, SHASTRI NAGAR
TYPE 2 STATION
ANAND NAGAR, RISHI SANKOOL,
CHARKOP, KASTURI PARK, BANGUR
1 DMRC-MM- ARCH -TYP2-1001 ROAD LVL PLAN R-0 R1
NAGAR , ADARSHA NAGAR, DN
NAGAR

ANAND NAGAR, RISHI SANKOOL,


CONCOURSE &
CHARKOP, KASTURI PARK, BANGUR
2 DMRC-MM- ARCH -TYP2-1002 PLATFORM LVL R-0 R1
NAGAR , ADARSHA NAGAR, DN
PLAN
NAGAR

ANAND NAGAR, RISHI SANKOOL,


CHARKOP, KASTURI PARK, BANGUR
3 DMRC-MM- ARCH -TYP2-1003 CROSS SECTIONS R-0 R1
NAGAR , ADARSHA NAGAR, DN
NAGAR
ADARSH NAGAR STATION
1 DMRC-MM-ARCH-15AD-1001 ROAD & CONCOURSE LEVEL PLAN R1

2 DMRC-MM-ARCH-15AD-1002 PLATFORM & ROOF LEVEL PLAN R1

3 DMRC-MM-ARCH-15AD-1003 LONG SECTION CC R1


4 DMRC-MM-ARCH-15AD-1004 ELEVATION 1 R1

SHASTRI NAGAR STATION

1 DMRC-MM-ARCH-16SS-1002 ROAD & ROOF LEVEL PLAN R1

2 DMRC-MM-ARCH-16SS-1003 CONCOURSE & PLATFORM LEVEL PLAN R1

3 DMRC-MM-ARCH-16SS-1004 CROSS SECTION AA & BB R1

4 DMRC-MM-ARCH-16SS-1005 LONG SECTION CC R1

D N NAGAR STATION

1 DMRC-MM-ARCH-DNN-1001 ROAD & PD 1 LEVEL PLAN R1

2 DMRC-MM-ARCH- DNN -1002 CONCOURSE & PD 2 LEVEL PLAN R1

3 DMRC-MM-ARCH- DNN -1003 PLATFORM & ROOF LEVEL PLAN R1

4 DMRC-MM-ARCH- DNN -1004 CROSS SECTION BB R1


5 R1
DMRC-MM-ARCH- DNN -1005 ELEVATION PART 1
6 R1
DMRC-MM-ARCH- DNN -1006 ELEVATION PART 2
7 R1
DMRC-MM-ARCH- DNN -1007 LONG SECTION CC PART 1
8 R1
DMRC-MM-ARCH- DNN -1008 LONG SECTION CC PART 2
Note:
(i) Revised and newly added General Alignment drawings and Architectural drawings are attached herewith in pdf as
well as in AutoCad format.
(ii) Please note that for the contract administration purpose pdf format drawings shall only be considered.

DMRC/MU/LINE2/AC/02/Volume-3/ Employer’s Requirement/Appendices Page 67R

Das könnte Ihnen auch gefallen