Delhi Metro Update: Tender invited for preparation of master plan for rail based MRT System covering areas of Bhubaneswar City & connecting same to Khorda, Puri & Cuttack

Delhi Metro Rail Corporation Limited (DMRC) has invited open e-tenders from eligible applicants, who fulfil qualification criteria for Preparation of master plan for a Rail Based MRT System covering areas of Bhubaneswar City and Connecting the same to Khorda, Puri and Cuttack.

  • Tender Reference Number: NIT/02/Sr.GM/BD/2023-24
  • Name of Work: Preparation of master plan for a Rail Based MRT System covering areas of Bhubaneswar City and Connecting the same to Khorda, Puri and Cuttack.
  • Approximate Cost of Work: INR 1,43,69,164/-
  • EMD: INR 1,43,691/-
  • Completion Period: 90 Days
  • Document Download/Sale Start Date: 17 Aug, 2023
  • Document Download/Sale End Date: 04th Sep, 2023
  • Bid Submission Start Date: 17th Aug, 2023
  • Bid Submission End Date: 04th Sep, 2023
  • Tender Opening Date: 05th Sep, 2023

Introduction:

  • The work mainly comprises all relevant tasks/activities for Preparation of Master Plan for a Rail Based MRT System Covering Areas of Bhubaneswar City and Connecting the same to Khorda, Puri and Cuttack. Activities to be performed broadly are as described in detail in the sub-sections to follow.

The corridor details are as follows:

Sr. No.MRTS RouteLength (Approx.)
1Bhubaneswar Airport to Puri56 kms
2Jaydev Vihar to Khorda25 kms
3Trisulia Square to Cuttack10 kms
 Total91 kms

Scope of Work:

  • Data Collection and Primary Surveys to estimate the travel demand of the study area. The following surveys to be conducted as Indian Standards:
  • Classified Traffic Volume Count (CTVC) Surveys for one day (24 hours) on a typical weekday through videography at selected locations (mid- block). CTVC Surveys to be conducted at least 10 locations and the locations of the surveys to be finalised in  consultation with the client.
  • Classified Traffic Volume Count (CTVC) Surveys for two days (48 hours), one on a typical weekday and one on weekend (Sunday) through videography conducted at least 5 locations (mid- block) and the locations of the surveys to be finalised in consultation with the client.
  • Classified Traffic Volume Count (CTVC) Surveys for one day (24 hours), on a typical weekday through videography at selected locations (at Junctions) CTVC Surveys to be conducted at least 5 locations and the locations of the surveys to be finalised in consultation with the client.
  • Videographic Entry-Exit Head Counts Surveys for two days (48 hours), on a typical weekday and one weekend (Sunday) at selected railway stations /Bus terminals. The Surveys need to be conducted at least two locations and the locations of the surveys to be finalised in consultation with the client.
  • Origin-Destination (OD) Surveys for one- day (16 hours) to be conducted on a typical weekday. The OD Survey needs to be conducted for at least 8 locations and the locations with the client.
  • Origin-Destination Surveys for two days (16 hours per day) – one on a typical weekday and one on weekend (Sunday). The OD Surveys need to be conducted for at least 5 locations and the locations of the surveys to be finalised in consultation with the client.
  • Origin-Destination Surveys for two days (16 hours per day) – on a typical weekday and weekend (Sunday) at selected Railway Stations/Bus Terminals. The Surveys need to be conducted for at least 2 locations and the locations of the surveys to be finalised in consultation with the client.
  • Classified Manual Occupancy Surveys for one day (16 hrs.), on a typical weekday at selected locations. The Survey shall be conducted for at least 3 locations and the locations shall be finalised in consultation with the client.
  • On-Board Passenger Survey to be conducted on intercity bus routes of Bhubaneswar, Cuttack, Puri & Khordha for a period of 16 hours. 
  • The basic purpose of the survey is to collect information regarding origin-destination, trip purpose, frequency of travel, traveller characteristic, willingness to shift & pay to proposed MRTS, & other particulars. The random survey sampling technique to be adopted.
  • All required secondary data (data from public domain) collection shall be the sole responsibility of the consultant.

Traffic Analysis and Travel Demand Modeling:

  • All collected primary survey data and secondary data to be analysed to understand/ showcase the traffic and travel pattern of the study area.
  • The counting through Videographic Classified Volume Counts must be digital i.e., through traffic counting software (like camera based automated traffic counting and classification or ATCC). The software used should have proven and certified accuracy of 90% and above.
  • The counted vehicles should be time stamped and have a classification frame attached with them in the processed videos. The raw and processed (ATCC based counting) videos should be submitted in physical storage media.
  • Travel Demand Model should be prepared as per the Four Stage Travel Demand Modeling technique using PTV Visum software. The prepared model in PTV Visum software (ver file) along with all supporting data and input files must be submitted to the client. The travel demand model should include at least two scenarios (like moderate and optimistic scenarios with suitable justification).
  • Travel Demand Model output must include the following details regarding the estimated ridership for proposed corridors across all horizon years.
  • Corridor-wise ridership summary including average daily ridership (boarding), trips, PHPDT, passenger-km and average trip length.
  • Station-wise journey-direction specific average daily boarding alighting summary for each corridor.
  • Station-wise journey-direction specific peak hour boarding-alighting summary for each corridor.

Topographical Survey:

  • The work involves carrying out a detailed engineering topographic survey in city areas 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-metre 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 250 m 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 degree 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 stations selected shall be obstruction free towards sky at an angle of 15 degree 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 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 or obtuse, with sufficient redundancy so that a baseline 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 a 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 coordinates 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 5 km 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 finalised after taking the mean value of observed coordinates from 3 successive triangulation control points and minimum two sets of observations shall be taken and the accuracy of the 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 centre of pillar to mark location of traverse station.
  • Top of the control point shall be at the 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 include the 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 benchmarks or benchmarks 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 metres intervals (with grid) and at sudden changes in levels and all features. Output shall be on a 75-micron thick double matt transparent sheet and an electronic version  in AutoCAD, to be provided or as directed by the 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 areas (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 Autocad. 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 coordinates of all spot / ground points shall be provided in CSV file as directed by Engineerin-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 overhead 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 stories 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 (firefighting and others), transformers telephone posts etc.
  • Name of all the adjacent colonies including number of houses, Jhuggi 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, areas 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.
  • Any other structure or details which the contractor may feel important and or as instructed by the Engineer-in-charge.

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


Source: DMRC- Tender | Image Credit (representational): DMRC