Mumbai Metro update: Tender invited for Topographical Survey for preparation of DPR for extension of Metro Line-5

The Delhi Metro Rail Corporation (DMRC) has invited e-tender in prescribed proforma on Limited Tender basis, for the following works for preparation of DPR for extension of Metro Corridor from Rajiv Gandhi Chowk to Temghar via Vanjarpatti Naka and Durgadi Chowk to Ulhasnagar via Kharakpada and Shahad.

  • Description of work: work for preparation of DPR for extension of Mumbai Metro Line-5 from Rajiv Gandhi Chowk to Temghar and Durgadi Chowk to Ulhasnagar
  • Tender Reference Number: NIT/02/GM/CS/2020-21
  • Earnest Money Deposit: 6,500/
  • Period of completion: 10 weeks
  • Estimated cost: 3,24,376/ plus GST as applicable
  • Cost of Tender Document: INR1,180/- (inclusive of 18% GST)
  • Document Download/Sale Start Date: 14-Sep-2020 
  • Document Download/Sale End Date: 28-Sep-2020

Scope of work:

General:

The work mainly comprises of Topographical Survey for preparation of DPR for extension of Mumbai Metro Line-5 from Rajiv Gandhi Chowk to Temghar and Durgadi Chowk to Ulhasnagar (Total length 15 km approx.). Activities to be performed broadly are as follows:

  • Fixing of a pair of survey control points at 5km interval along the corridor by Differential Global Positioning System (DGPS)
  • Topographical Survey with Total Station Instrument of Running Section and Station areas/depot location.
  • Triangulation Survey of Section.
  • Precise Leveling of Control points.
  • Profile Leveling.
  • Preparation of river bed profile along the proposed alignment.

Topographical Survey: 

The work involves carrying out a detailed engineering topographic survey in city area along the alignment (not less than 50m wide or up to built up lines whichever is more) as well as on station areas (up to 100m wide) as directed by Engineer in charge.

  • The survey should cover built up line to built up line (and show setback as well) inclusive of all the roads as directed by Engineer-in charge showing all the bye lanes, footpaths, dividers/central verges, roads, trees manholes other structures, nallahs, Storm water drains, H.T., L.T. Transmission lines etc. Spot / Ground levels shall be at 25 meter Intervals in longitudinal as well as transverse direction (with grid and duly marked on the drawing) and at sudden change of levels and other features etc. as decided by the Engineer-in-charge.
  • Before the commencement of Topographical Survey, Horizontal control grid will be established using Differential Global Positioning System (DGPS) at every 5 km (approx) along the corridor and fixing of a pair of control stations/control points at a distance of about 250m from the DGPS station, as per specifications or as per instruction of engineer In charge. The DGPS sets used shall be with at least 12 channels having differential post processed accuracy of at least ± (5mm+1ppm x Baseline Length). The stations selected shall be obstruction free towards sky at an angle of 15 deg with horizontal plane. Minimum common period of observation shall be not less than one hour. Measurements taken with Geometric Dilution of Precision (GDOP exceeding 5 should not be considered. GPS observations shall be taken at control points in differential mode of a well formed triangle.

The control point locations should be selected so as to be:

    • Clear of HT/LT lines
    • Free from multipath problems
    • Free from foliage
    • Open to sky
    • Close to the proposed alignment
    • At least two adjacent control points (i.e. a pair of DGPS control points) shall be inter-visible with reference to each.
  • The contractor shall plan closed loops consisting of a network of triangles, connecting these control points. The triangles shall be well formed and preferably not too acute nor obtuse, with sufficient redundancy so that a base line could be confirmed by observations from multiple control points. There may be occasions where due to some specific site constraints, this network may require change.
  • The Surveyor shall download the raw GPS data on a PC at site itself and thereafter apply suitable projection system so as to arrive at grid coordinates from geographical coordinates observed at site. For doing the network adjustment, one permanent control point may be fixed for both horizontal and vertical control. The parameters used for transformation shall be duly documented in the Report provided by the Contractor. All the teams shall ensure that details in required format are furnished in softcopy and hardcopy forms, duly checked and verified, supported with “not to scale” neat sketches.
  • The Surveyor shall also submit photographs of all the control points surveyed by him. The photographs shall indicate the pillars/points and its surrounding areas clearly. The co-ordinates for the entire section shall be with reference to single grid in metric system and World Geodetic System (WGS) datum on Universal Transverse Mercator (UTM) projection system.
  • The contractor shall also carry out comparative analysis of GPS coordinates obtained by observations from subsequent control points forming redundant triangles. The accuracy of these shall be at least 1 in 100,000 or better.
  • After fixing survey control points by DGPS at 5km interval; Secondary survey control shall be established all along the section by Triangulation with reference to grid coordinates obtained by converting WGS-84. Each triangulation point will be finalized after taking mean value of observed coordinates from 3 successive triangulation control point and minimum two sets of observations shall be taken And the accuracy of control point should be  2mm.
  • The control points pillar shall be made of cement concrete of grade M-15 (1:2:4), rectangular in shape and size of 300mm x 300mm x 400mm. A rod of 20 mm diameter and 350 mm long of Mild Steel shall be provided at the center of pillar to mark location of traverse station. Top of control point shall be at same level as that of adjoining ground level. Each control point pillar shall be painted to mark its number. It is deemed that rates quoted by the contractor are including cost of survey control points. No payment for the control points pillar shall be made separately. The control points shall be maintained until survey is taken over by DMRC.
  • All levels shall be taken with respect to GTS bench marks or bench marks as supplied by the DMRC and the bench marks will be fixed as per instruction of Engineer-in-charge.
  • Preparation of survey drawing on 1: 1000 scale and plotting of spot / ground levels at twenty five meters intervals (with grid) and at sudden changes in levels and all features. Output shall be on 75-micron thick double matt transparent sheet and an electronic version in AutoCAD, to be provided or as directed by Engineer in charge.
  • Location and list of trees with girth more than 30 cm (measured at 1 m height from ground level). A table showing location, reference number duly shown on the plan shall be made in separate AutoCAD layer. The trees at site to be numbered with paint as directed by Engineer-in-charge.
  • Marking outer dimension of all built up area (details of buildings such as name, number of floors, type of structure, residential, commercial etc. to be marked), with plot numbers and ownership such as private, government, residential and commercial etc. within survey limits.
  • All drawings shall be prepared on Auto CAD. The Auto CAD drawings shall have different layers for different entities like Road, Spot/ Ground levels, Drain, Building, Boundary Wall, Over Ground utility and Ground Utility, Tree, Traverse Station, ROB / RUB etc. as instructed by Engineer In charge. X, Y, Z co-ordinates of all spot / ground points shall be provided in CSV file as directed by Engineer-in-charge with point numbers and feature coding as per list of codes given by Engineer-in-charge.
  • Details of built-up areas including setbacks from building line/boundary wall, utility services such as electric lines, telephone lines, HT lines and over head crossings, manhole details, vertical clearance of overhead utilities etc., if any.
  • Location of approach roads, main roads, lanes etc. showing road / lane name, carriageway, footpaths, central verge, drains and the widths of all the main and approach roads and at locations where there is a sudden change in widths of roads shall be measured physically and marked on the drawings.
  • Details of land along the route and their uses such as residential areas, commercial areas, religious, parks, green areas, vacant lands etc.
  • Details of open Drains, nallahs, with bed levels and HFL’s.
  • Type of building, such as temporary, permanent including number of storeys and basement details.
  • Survey of Level crossings (if any) with their numbers, class, manned or unmanned, Road-Over-Bridges (Robs) Road-Under-Bridges (Rubs) and Foot-Over Bridges (FOBs), Railway bridges with their structural details, angle of crossing and road & rail levels.
  • Details of Religious structures such as temple, Gurudwara, Mosque, Church, Monuments, tombs, etc.
  • Indicate Trees with girth, traffic signals, light posts, bus stops, junction boxes (telephone and power), fire and water hydrants (fire fighting and others), transformers telephone posts etc.
  • Name of all the adjacent colonies including number of houses, Jhuggie clusters with number of jhuggies along the route of the survey.
  • Vertical clearances to power line or telephone / telegraph lines at crossings of the roads / railway line.
  • Levels at important locations like road junctions, area where there are major undulations of the ground etc.
  • Details of Railway tracks near the proposed alignment including take off points, curves, transitions, crossings, switches and other details including electrical structures with their distances from the existing tracks.

Tender document can only be obtained online after registration of tenderer on the website https://eprocure.gov.in/eprocure/app.


Source: DMRC-Tender