Thanks to visit codestin.com
Credit goes to www.scribd.com

0% found this document useful (0 votes)
44 views215 pages

Vol 3 PDF

Uploaded by

Ashish Bharti
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
44 views215 pages

Vol 3 PDF

Uploaded by

Ashish Bharti
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 215

DELHI METRO RAIL CORPORATION LIMITED

Contract DC-26: Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar
Depot for Augmentation of Sarita Vihar Depot for Delhi MRTS Phase-IV Project

CONTRACT NO: DC-26

TENDER DOCUMENTS

VOLUME – III

EMPLOYER’S REQUIREMENTS WITH APPENDICES


GENERAL
FUNCTIONAL
CONSTRUCTION
DESIGN
APPENDICES

DELHI METRO RAIL CORPORATION LTD.


th
5 floor, A-wing,
Metro Bhawan, Fire Brigade Lane,
Barakhamba Road, New Delhi-110001

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

EMPLOYER’S REQUIREMENTS

A. EMPLOYER'S REQUIREMENTS – GENERAL

1. INTRODUCTION

These Employer's Requirements are divided into four sections as follows:


(a) General: these apply throughout the Contract.

(b) Functional: these include the specific core requirements for the design and
performance of the Works.
(c) Design: these apply in respect of duties & requirements relating to the design of the
Permanent Works.

(d) Construction: these apply in respect of duties and other requirements relating to the
construction of the Works.

2. DEFINITIONS AND INTERPRETATIONS

In addition to the words and expressions defined in the General Conditions of Contract (GCC), further
following words and expressions shall have the meaning assigned to them except where the context
otherwise requires :

"As-Built Drawings": means those drawings produced by the Contractor and endorsed by him as
true records of construction of the Permanent Works and which have been agreed with the Engineer.

"Combined Services Drawings" (CSD): means drawings showing the locations, layouts and sizes of
all services including those of other contractors co-ordinated so as to eliminate all clashes.
"Construction Phase": has the meaning identified in Clause 4 of the Employer's Requirements -
General.

"Construction Reference Drawings": means those drawings referred to in Clause 2(8) of the
Employer's Requirements - Design in respect of which a Notice has been issued.

"Construction Reference Drawings Submission": means the submission of Construction


Reference Drawings representing elements of the Permanent Works and for which the Contractor
seeks a Notice.

"Construction Specification": means those parts of the Standard Outline Specification which relate
to construction.

"Definitive Design Submission": means the submission of documents which comprise the whole or
parts of the proposed Definitive Design and for which the Contractor seeks a Notice.

"Design Manual": means the manual to be prepared and submitted by The Contractor as part of the
Definitive Design and as described in the Employer's Requirements - Design.

"Design Package": has the meaning identified in Clause 2(5) of the Employer's Requirements -
Design.

"Design Phase": has the meaning identified in Clause 4 of the Employer's Requirements - General.

"Design Criteria": means those parts of the Standard Outline Specification which relate to design.

“Final Design”: has the meaning identified in Clause 3(5) of Employer‟s Requirements – Design.

"Notice": means a Notice of No Objection.

"Particular Specification": means the combined specifications prepared by the Contractor in CSI
DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

format which combines the Employers Design Criteria, the Employer's Outline Construction
Specifications and those parts of the Contractor's Technical Proposals which specify standards for
design and construction which are developed during the Design Phase.

“Preliminary Design”: means the submission of documents which comprise the initial stage of the
design phase.
"Railway Envelope": means the zone or zones within the Works containing the trackwork and
equipment necessary for the operation of the railway.

“Services, Electrical, Mechanical Drawings”(SEM) : means those drawings produced by the


contractor executing the service works showing the locations, sizes and details for openings in
structural elements for mechanical and electrical facilities and other related contracts.
"Standard Outline Specification": means the Design Criteria and the Outline Construction
Specifications that specify standards issued by the Employer for development by the Contractor for
design and construction.

"Specification": has the meaning identified in Clause 5 of the Employer's Requirements - General.

"Structure Gauge": means the profile related to the designed normal co-ordinated axis of the track
into which no part of any structures or fixed equipment may penetrate.

"Working Drawings": comprise the Construction Reference Drawings and such other drawings and
documents, such as bar bending schedules and manufacturing drawings, as are necessary to amplify
the Construction Reference Drawings for construction purposes and endorsed as required by the
Engineer.

3 RELEVANT DOCUMENTS

The Design Criteria shall be read in conjunction with the General Conditions of Contract (GCC), the
Special Conditions of Contract (SCC), the Employer‟s Requirements, the Drawings and any other
document forming part of the Contract.
In the event of a conflict between the Employer‟s Requirements and any Design Criteria, the Design
criteria shall prevail.
In the event of a conflict between any Design Criteria and any other standards or specifications
quoted, the requirement of the Design Criteria shall prevail.
Notwithstanding the precedence specified above the Contractor shall always immediately seek advice
from the Engineer in the event of conflicts between Specifications.

The order of precedence is:

(i) Design Criteria


(ii) Employer‟s Requirements

(iii) Indian and other International Standards referenced herein.

(iv) Indian and other International Standards.

4 PHASES (DESIGN AND CONSTRUCTION)

(i) The Contractor shall execute the Works in two phases, the Design Phase and the Construction
Phase.

(ii) The Design Phase shall commence upon the date of issue of Letter of Acceptance. This phase
shall include the preparation and submission of:

(a) the Preliminary Design

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

(b) the Definitive Design; and

(c) the Construction Reference Drawings.


The Design Phase will be complete upon the issue of a Notice in respect of the comprehensive
and complete Construction Reference Drawings Submission for the whole of the Permanent
Works.
(iii) The requirements for the Preliminary Design, Definitive Design and Construction Reference
Drawings are stated in the Employer's Requirements -Design.

(iv) The Construction Phase for the whole or a part of the Permanent Works shall commence
immediately upon the issue of a Notice by the Engineer/Employer in respect of the relevant
Construction Reference Drawings Submission. Such Notice may be issued by the Engineer in
respect of a Construction Reference Drawing Submission covering a major and distinctive part
of the Permanent Works. However, construction shall not be commenced until the original
negatives of the appropriate Working Drawings have been endorsed:

(a) by the Contractor as "Good for Construction"; and

(b) by the Engineer that he has no objections to the drawing.

The Construction Phase shall include the completion and submission of the Final Design and
the preparation and submission of the As Built Drawings and other records as specified.
(v) Notwithstanding Clause 4(iv) above, for those elements identified under Clause 2(6) of the
Employer's Requirements - Design, the Construction Phase may commence immediately upon
the issue of the Notice in respect of the Definitive Design Submission in respect of each such
element subject to availability of the site in accordance with agreed programme.

5. SPECIFICATIONS
In accordance with the provisions of these Employer's Requirements, the Contract Specification
contained in the Contract shall be developed during the design stage and submitted as part of the
Definitive Design Submission. When the Specification has received a Notice of No Objection from the
Engineer it shall become the Particular Specifications and shall take precedence over the other
Specifications for construction purposes.

6. SPECIFICATIONS IN METRIC AND IMPERIAL UNITS

(i) The Contract shall utilise the SI system of units. Codes and Standards in imperial units shall not
be used unless the Engineer has given his consent.
(ii) Conversion between metric units and imperial units shall be in accordance with the relevant
Indian Standards.

7. WORKS PROGRAMME

(i) The Key Dates are defined in Appendix 2B to these Employer's Requirements.

(ii) The Contractor shall prepare and submit its Works Programme and three month rolling
programmes and the detailed requirements contained in Appendices 3 and 4 to these
Employer's Requirements.

(iii) In compiling its Works Programme and in all subsequent updating and reporting, the Contractor
shall make provision for the time required for co-ordinating and completing the design, testing,
commissioning and integrated testing of the Works, including, inter alia, design co-ordination

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

periods during which the Contractor shall co-ordinate its design with those of Designated
Contractors, the review procedures, determining and complying with the requirements of all
Government Departments and all others whose consent, permissions, authority or licence is
required prior to the execution of any work.

(iv) The Works Programme shall take full account of the Design Submission Programme.

8. MONITORING OF PROGRESS

(i) The Contractor shall submit to the Engineer three copies of a Monthly Progress Report (MPR),
as described in Appendix 5 to these Employer's Requirements, describing the progress and
current status of the Works. The MPR shall address the matters set out in the Works
Programme.

(ii) The MPR shall be submitted by the end of each calendar month. It shall account for all works
actually performed from twenty sixth day of the last month and up to twenty fifth day of the
current month

(iii) The MPR shall be divided into two sections. The first section shall cover progress and current
status relating to design and the second section shall cover progress and current status relating
to construction.
(iv) A monthly meeting to monitor & review the progress of the project shall be convened by the
Engineer. Contractor‟s site Representative & Designer Representative of Contractor and site
agent of all interfacing contractor shall also attend the meeting. The Employer may also be
present in the meeting.

(v) The Engineer or Employer may also conduct progress review meetings and interface meeting
on weekly /bi-weekly intervals depending upon the requirements or urgency of works. In these
review meetings Engineer may call Contractor‟s Supplier/Sub-Contractor/Designer etc. as per
the requirements.

9. QUALITY ASSURANCE

The Contractor shall establish and maintain a Quality Assurance System in accordance with
Appendix 6 to these Employer's Requirements for design and construction procedures and the
interfaces between them. This Quality Assurance system shall be applied without prejudice to, or
without in any way limiting, any Quality Assurance Systems that the Contractor already maintains.

10 SOFTWARE SUPPORT

10.1 GENERAL

(i) The Contractor shall provide full support to the Employer or Engineer for all computer programs
provided by the Contractor under the Contract.

(ii) The Contractor shall submit a software support plan at least 90 days before commencement of
software installation. This plan shall require the Contractor to provide all changes, bug fixes,
updates, modifications, amendments, and new versions of the program as required by the
Engineer.

(iii) The Contractor shall provide all tools, equipment, manuals and training necessary for the
Employer / Engineer to maintain and re-configure all the software provided under the Contract.

(iv) The Contractor shall submit all new versions to the Engineer for review at least 2 weeks prior to
their installation. New Versions of any program shall not result in any non-conformance with the
DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

Specification, or degrade the operation of the System. The Contractor shall:

(a) Ensure that all new versions are fully tested and validated on the simulation and development
system prior to installation.

(b) Ensure that all new versions are fully tested and commissioned once installed on the Site.

(c) Deliver to the Employer/Engineer any new version, together with the updated Operation and
Maintenance Manuals.

(v) The Engineer shall not be obliged to use any new version and that shall not relieve the
Contractor of any of its obligations. Any effect upon the performance or operation of the
computer controlled system that may be caused by a new version shall be brought to the
Engineer attention including updating the files to suit new version.

10.2 IMPLEMENTATION OF BIM SYSTEM


(i) Civil Contractor shall implement BIM system for executing and delivering the services set out in this
Agreement. Building Information Modelling (BIM) uses computing power and systems to create 3D
models of all kind of buildings and infrastructure, with information about its design, operation and
current condition. At the planning and design stage it enables designers, owners and users to work
together to produce the best possible designs and to test them virtually before they are constructed.
During construction, it enables DMRCs, contractors and suppliers to integrate all components cutting
out waste and reducing the risk of errors. In operation it provides users with real-time information
about available services and facility managers with accurate assessments of the condition of assets.
(ii) All station structure designs as well as viaduct designs/proof checking shall be done using BIM
modelling. Civil Contractor shall implement the necessary hardware, software and human resources
towards this end. 3D Coordination between all disciplines shall be achieved by incorporating them in a
single model.
(iii) Contractor shall be required to produce, update and present to DMRC on a fortnightly basis an
integrated 3D BIM model incorporating rail track (Viaduct), topography, architecture, structure,
plumbing and all other building services and system wide requirements in design review meetings.
These models shall be 3D rendered and shall help in design visualization and clash detection of
elements as well as finalization of design.
In addition, Contractor shall also provide following individual models: -
1. Rail Track Modelling
2. Terrain modelling
3. Quantity take-off from BIM model
4. Visualization and Animated Walkthrough

(iv) Final coordinated GFC drawings of all disciplines shall only be generated from the BIM model.
10.3 SECURITY OBLIGATIONS

(i) Within 14 days of the installation of any software into the Permanent Works by the Contractor,
the Contractor shall submit to the Engineer for retention by the Employer/Engineer two back up
copies of the software, which shall include, without limitation:

(a) All licenses in favour of Employer for their use.


(b) all source and executable code;

(c) all design documentation relating to the software; and

(d) Any specified development tools required for maintenance of the software, including, but not
limited to, editors, compilers and linkers.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

10.4 ERROR CORRECTION

(i) When a fault is discovered within delivered software or documentation, the Contractor shall
take necessary steps to rectify errors or faults at the earliest.

(ii) The Contractor shall provide written details as to the nature of the proposed correction to the
Engineer.
(iii) The Contractor shall notify the Employer promptly of any fixes or patches that are available to
correct or patch faults.

(iv) The Contractor shall detail any effect such fixes or patches are expected to have, upon the
applications.

10.5 TRAINING

(i) The Contractor shall provide training for the Employer‟s staff to enable the Employer to make
proper use of any software and its new versions. In case Contractor fails or unable to provide
training, the Engineer may ask for value engineering proposal.

11. CO-ORDINATION WITH DESIGNATED AND OTHER CONTRACTORS

11.1 General

(i) The Contractor is responsible for detailed co-ordination of his design and construction activities
with those of the Designated Contractors, Civil Contractors, Utility Agencies, Statutory
Authorities, Private Service Providers, Developers, Consultants and other Contractors whether or
not specifically mentioned in the contract, that may be working on or adjacent to the site for the
purpose of the Project. For the purpose of this Specification, all of the above parties shall be
referred to as Interfacing Contractors. The Contractor shall note that there are other contractors,
consultants, etc. which the Employer will engage from time to time with whom the Contractor
shall have to similarly co-ordinate. Such co-ordination responsibilities of the Contractor shall
include the following:

(a) To provide all information reasonably required by the Interfacing Contractors in a timely
and professional manner to allow them to proceed with their design or construction activities,
and specifically to meet their contractual obligations.
(b) To ensure that the Contractor‟s requirements are provided to all other Interfacing
Contractors before the cut-off dates to be identified in the Interface Management Plan (IMP).
(c) To obtain from the Interfacing Contractors information reasonably required to enable the
Contractor to meet the design submission dates as identified in Appendix 2B of Employer‟s
Requirement.
(d) Where the execution of the work of the Interfacing Contractors depends upon the site
management or information to be given by the Contractor, the Contractor shall provide to such
Interfacing Contractors the services or correct and accurate information required to enable
them to meet their own programme or construct their work.

(e) To co-ordinate access and delivery routes, and to ensure that all provisions for access and
delivery of Plant is co-ordinated with and reflected in the Interfacing Contractor‟s Delivery Route
Drawings. The Interfacing Contractors shall ensure that all Plants are delivered at the time
agreed to allow openings left in the structure for such delivery to be sealed in accordance with
the Contractor‟s programme.

(f) To co-ordinate with the Interfacing Contractors on attendance.


DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

(g) To attend regular co-ordination meetings convened by the Engineer with the Interfacing
Contractors. The Contractor shall conduct separate meetings with the Interfacing Contractors
as necessary to clarify particular aspects of the interfacing requirements of the Works. The
party who convenes the meeting shall prepare minutes recording all matters discussed and
agreed at the meeting.
(h) To ensure that copies of all correspondence, drawings, meeting minutes, programmes,
etc. relating to the Contractor‟s co-ordination with the Interfacing Contractors are issued to all
concerned parties and four (4) copies issued to the Engineer no later than two (2) calendar
days from the date of such correspondence and meetings.

(ii) The Contractor, shall in carrying out his co-ordination responsibilities, raise in good time and
provide sufficient information for the Engineer to decide on any disagreement between the
Contractor and the Interfacing Contractors as to the extent of services or information required to
pass between them. If such disagreement cannot be resolved by the Contractor despite having
taken all reasonable efforts, then the decision of the Engineer shall be final and binding on the
Contractor.

(iii) Where an Interfacing Contract is yet to be awarded the Contractor shall proceed with the co-
ordination activities with the Engineer until such time when the Interfacing Contractor is available.
The Contractor shall provide the Interfacing Contractor with all information necessary to enable
the Interfacing Contractor to follow-on and proceed with their co-ordination.

(iv) The cut-off dates to be identified in the IMP are the latest dates. Any claim of additional costs by
the Interfacing Contractors as a result of the Contractor‟s failure in adhering to these dates shall
be borne by the Contractor. The Contractor shall note that the information exchange is an
iterative process requiring the exchange and update of information at the earliest opportunity and
shall be carried out on a regular and progressive basis so that the process is completed for each
design stage by the cut-off dates.

(v) The Contractor shall co-ordinate with the Engineer on all matters relating to works that may affect
the Operation & Maintenance of the already operational Section corridor of the Employer in
general. Such work shall be subject to the rules and regulations imposed by the Employer.

11.2 Dedicated co-ordination team

(i) The Contractor shall establish a dedicated co-ordination team, led by a Chief Co-ordinator in
Delhi reporting to the Contractor‟s Site Agent (Team Leader). The primary function of the team
is to provide a vital link between the Contractor‟s design and construction teams and the
Interfacing Contractors.

(ii) The Chief Co-ordinator shall assess the progress of the co-ordination with Interfacing
Contractors by establishing lines of communications as indicated in the co-ordination model
shown in Figure 1 and promote regular exchange and updating of information so as to maintain
the Contractor‟s programme.
(iii) The complexity of the Project and the importance of ensuring that work is executed within time
limitations require detailed programming and monitoring of progress so that early programme
adjustments can be made in order to minimise the effects of potential delays.

(iv) The Chief Co-ordinator in conjunction with the Interfacing Contractors shall identify necessary
provisions in the Works for plant, equipment and facilities of the Interfacing Contractors. These
provisions shall be allowed by the Contractor in his design of the Works.

(v) During the course of the contract, information will be obtained in a number of ways. These may
include direct inspection, regular site meetings, the obtaining of progress reports and the use of
turn round document to obtain design and programme data. Turn round document shall be
DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

issued to the Interfacing Contractors to be returned giving the current positions on their
programme.

11.3 Design & Construction Interface

(i) The dates shown in Employer‟s Requirements Appendix 2B are critical to the timely completion
of the project. The Contractor shall commence design interface with the Interfacing Contractors
as soon as he has been notified by the Engineer that such Interfacing Contract has been
awarded. In the case of utility agencies and other statutory boards, interface shall commence as
soon as it is practicable. Where no design interface date has been established whether because
the Interfacing Contractor(s) have not been identified or for whatever reason, the Contractor shall
liase with such Interfacing Contractor/s as soon as they have been awarded.

(ii) The Contractor shall immediately upon award of the Contract gather all necessary information
and develop his design to a level where meaningful interaction can take place as soon as the
Interfacing Contracts are available. The Contractor shall submit together with each of his Design
Submissions a joint statement from the Contractor and the relevant Interfacing Contractor
confirming that design co-ordination has been completed and that they have jointly reviewed the
appropriate document to ensure that a consistent design is being presented.
(iii) The design interface is an iterative process requiring regular exchange and update of interfacing
information. The Contractor shall ensure that the information he requires from the Interfacing
Contractors is made known at the outset of each design interface and vice versa so that the
information can be provided in time for the Contractor and the Interfacing Contractors to
complete their design to meet their various design submission stages.

11.4 Construction Interface

(i) Construction interface will be necessary throughout the duration of the Works commencing from
the time the Contractor mobilises to the Site to the completion of the Works. Construction
interface will overlap design interface, involving cast-in and buried items such as pipes for
electrical and mechanical services, supports, brackets, plinths, ducts, service buildings,
openings, cableways, trenches etc. that are to be incorporated at the early stage of the
construction up to provision of attendance during the testing and commissioning stage.

(ii) The Contractor shall ensure that there is no interference with the Works of the Interfacing
Contractors and shall maintain close co-ordination with them to ensure that his work progresses
in a smooth and orderly manner. The Contractor shall carry out and complete the Works, or any
part thereof, in such order as may be agreed by the Engineer or in such revised order as may be
requested by the Engineer from time to time. The Contractor shall, unless otherwise provided, be
liable for and shall indemnify the Employer against all costs, charges, expenses and the like
resulting from failure of the Contractor to co-ordinate the Works as specified.

(iii) Auto CAD Operator :-

(a) The contractor shall provide one experienced Auto CAD operator/Survey along with
computer and A0 size plotter including cartridges, rolls, papers and other consumables etc.
exclusively for the Office of the Engineer till six months beyond the date of completion of project. The
contractor shall also provide one experienced person for digitization of all the documents/records
along with one PC, scanner of A-3 size including cartridges, papers and other consumables etc.
exclusively for the Office of the Engineer till six months beyond the date of completion of project.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

THE EMPLOYER

Approvals Reports

THE ENGINEER

Feedback
Monthly Report,
Feedback &
Management
Meeting
Liaison Status/
DESIGNATED Action Report Liaison Status/
Action Report
CONTRACTORS
CONTRACTOR’S OTHER INTERFACING
Status Report CONTRACTORS
and Meetings PROJECT
Status Report
CO-ORDINATION and Meetings
&
PROGRAMMING
TEAM

Regular Site Meetings


Status/Action Reports

CONTRACTOR’S

1. D
E
S
I
CONTRACTOR’S ORGANISATION G
Figure 1
N
12. SURVEY AND SITE INVESTIGATIONS &
(i) The datum used for the ContractCONSTRUCTION
shall be Mean Sea Level Datum
TEAM
(ii) The Contractor shall carry out all further site investigations necessary for the design of the
Permanent Works and to enable the determination of the methods of construction and the nature,
extent and design of the Temporary Works.

13 CLIMATIC CONDITIONS

Delhi experiences extreme climatic conditions and tenderers must acquaint themselves about the
same before submitting the tender. The Employer shall in no way be responsible on this account.
DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

14. PROJECT MANAGEMENT INFORMATION SYSTEM (PMIS)

The Contractor shall devise and utilise a PMIS such that all documents generated by the Contractor
can be transmitted to the Engineer by electronic means (and vice versa) and that all documents
generated by either party are electronically captured at the point of origin and can be reproduced
later, electronically and in hard copy. A similar link shall also be provided between the Engineer office
at site and the Employer‟s Office by the Contractor.

15 CONTRACTOR’S PROJECT ORGANISATION

(i) The Contractor shall have a competent team of Managers, Engineers, Technical staff etc. so as
to complete the work satisfactory as per various requirements of the contract.

(ii) A control room with round the clock radio communication or telephone switch board links with
all safety offices, works sites, site offices, batching plants, casting yards, workshops, fabrication
yard, off site offices, Engineers site office, Resident Engineer‟s office, testing labs etc. shall be
maintained and manned round the clock. Residences of all senior project team members shall
also be linked with the control room. Vehicles for emergency use should be on stand-by at the
control room around the clock along with one dedicated vehicle for use of engineer for girder
launching during night time.

(iii) The designations of the various project organisations team members shall be got approved by
the Engineer before adoption so as to avoid any duplication of the designations with those of
the Employer or the Engineer.

16. TECHNOLOGY TRANSFER


(i) The Contractor shall ensure that all local contractors and sub-contractors engaged in the works
are given training, guidance and the necessary opportunity for transfer of technology in various
areas of construction such as instrumentation, safety, quality assurance, viaduct and station
etc.

17. MAINTENANCE REPORT

(i) The Maintenance Report shall be submitted as part of the Definitive Design and shall include
full details of the long term inspection and maintenance operations for each major component
of viaduct, station, water supply.

(ii) The Contractor shall provide inspection and maintenance manuals for the civil, structural and
building works covering the following areas.

 Viaduct

 Station Structures (separated into the main structural elements)


(iii) For each area an inspection checklist shall be supplied giving inspection frequency, items to be
inspected, criteria for acceptance, criteria for remedial works and details of the remedial works,
including proposed materials and method statements. The recommended regular maintenance
regime of each area shall also be given including cleaning methods and frequency for different
surfaces; removal of leakage borne salts from concrete surfaces; cleaning of drainage
channels, sumps and pipes; repainting of metallic items;
(iv) A long term monitoring regime shall also be included covering items such as

 Ramp water leakage

 Differential movement at ramp or other areas identified in the design

(v) All instruments necessary to carry out the inspections and monitoring that are identified in the
report shall be provided by the Contractor within the lump sum tender price.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

EMPLOYER’S REQUIREMENTS – FUNCTIONAL FOR CIVIL WORKS

(B) EMPLOYER’S REQUIRMENTS – FUNCTIONAL OBJECTIVE

The objective of the contract is the construction, completion, testing and commissioning of the
permanent works by the Contractor 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 W orks.

(1). GENERAL

(i) The Permanent W orks shall be constructed to the highest standards available using
proven up-to-date good practice. 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 Tender Documents. Construction shall be carried out employing the
procedures established by the Contractor in his Quality, Safety and Environmental
management plans.

(ii) The Contractor shall be responsible for obtaining all necessary approvals from the
relevant agencies in the construction of the works.

(III) The design of the permanent works shall be provided by DMRC.

(2) SCOPE OF WORK

The work content against the item wise rate (as per BOQ) of the work Construction
of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for
Augmentation of Sarita Vihar Depot for Delhi MRTS Phase-IV Project.

All the Design of Permanent works for civil construction works is being
undertaken by a designer under arrangement of DMRC, while Design of temporary
works and working drawings (bar bending schedules etc.) and all non- structural
works will be in the scope of Contractor, broad scope of work of contractor is
given below:

2.1 Work Contents

2.1.1 Brief scope

To Provide for maintenance facilities for the Vehicles on upcoming Tughlakhabad – Aerocity Corridor and
Lajpat Nagar – Saket G Block Corridor and expansion of Depot cum workshop at Sarita Vihar. The civil
work including Depot development works is to be undertaken in this contract consists of construction of
Ramp, Demolition and restoration of Blower Room, Civil works for Shifting of ETP, Road Works, Railing
Works etc. including all the Design of temporary works to be undertaken by a designer under arrangement
of contractor including.

2.2 Work Contents

2.2.1 The Scope of works shall, inter-alia, include the following but not be limited to:-

a.) Cut and Cover Ramp by using Top-Down and Bottom up Technology including Waterproofing.

b.) Site clearance and dismantling of obstructions etc., before commencement of work as
specified or as directed. True and proper setting out and layout of the works, bench marks
and provisions of all necessary labour, instruments and appliances in connection therewith as
specified or as directed.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

c.) Provision o f open foundation/raft slab/pile foundation/slab for different structures.

Suggested method is indicated in the drawings; however the methodology is required to be


submitted by the tenderer and approved by DMRC before carrying out the works in this
stretch.

Adequate arrangements will have to be done by the contractor to stabilize the edge of excavated
earth for raft/open foundation.

All disposable excavated material shall be collected and transported for disposal in specified area
or at any other land fill sites approved by relevant authorities.

d.) Provision of column, floor beams and slabs, lintels, chajjas, staircases, coping, fascia‟s
drops, mullions, cornices, overhead & retaining structures etc. as specified or as directed by
Engineer.

e.) Staircases in steel/concrete as per details shown in tender drawings and as directed by the
Engineer.

f.) Flexible and rigid pavement for arterial and feeder roads. g.)

Plinth protection work.

h.) Clearing of site and handing over of all the works, as specified or as directed;

i.) All aspects of quality assurance, including testing of materials and other components of the
work, as specified or as directed;

j.) Maintenance of the completed work during the period as specified;

k.) Submission of completion (i.e. „as-built‟) drawing and other related documents as specified or as
directed;

l.) Road works, internal & external water supply, sewerage and drainage system for depot etc. m.)

Construction of passages/trenches, ducts, cable duct for crossing of various cables in the
depot.

n.) Any other items for work as may be required to be carried out for completing the work under this
contract in all respects in accordance with the provisions of the contract and/or to be ensure
the structural stability and safety during and after construction.

o.) Identification of utilities and diversions of the utilities coming in foundation area wherever required
including protection during construction is included in the scope of works and shall be paid
separately under relevant BOQ item. This shall be done with proper liaisoning with the
authorities controlling the utilities. The shifting of electric cables and P&T cables are not included
in the scope of this work.

The scope of work, inter-alia includes the following but not limited to:-

Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for
Augmentation of Sarita Vihar Depot for Delhi MRTS Phase-IV Project

The work content in this contract generally consists of Construction of Ramp for train movement
from Tughlakhabad – Aerocity Line and Lajpat Nagar – Saket G Block Line:-

 Cut and Cover Ramp by using Top-Down and Bottom up Technology including
Waterproofing.
 Road Works for New Development and Restoration.
 Subgrade preparation works for new Stabling Line.
 Civil Works for Shifting of Existing ETP to a new Location including dismantling.
 Railing Works in Depot Area.
DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

 Other Developmental works.

The following requirements are to be followed by the contractor:-

 The work for Phase-II can commence only after the work under Phase-I of the project are completed.
However, the contractor may propose a working methodology in which through access is provided for
vehicular movement in the depot amid ongoing works by provision of Decking etc. and can take up
Phase-I and Phase-II works simultaneously. Any such engineering proposal shall be payable under
the schedules of contract.
 As per the Sequence of Working in Sarita Vihar Depot, there would be break period of
approximately 16-24 weeks after Key Date No. 12. The agency shall demobilize all its material
and machinery, and make the depot available to DMRC O&M for operation works. The
agency will be required to remobilize and begin the work after access is granted again.
Nothing extra shall be payable on this account. Also, Idling of P&M and Manpower will not be
considered for any payment for the Break Period.
 All aspects of quality assurance, including procurement & testing of materials and other components
of the work, as specified or as directed.
 Clearing of site and handling over of all the works, as directed;
 Maintenance of the completed work during the maintenance period.
 Submission of completion (i.e. as-built) drawings and other related documents as specified.
 Any other requirement to commission the Depot at Sarita Vihar Depot for MRTS Project in all
respects in accordance with the provisions of the contract and/or to ensure the structure stability
and safety during and after construction.

2.2 - DELETED

2.2.1 DELETED

2.2.2 DELETED

2.2.3 DELETED

2.2.4 DELETED

2.2.5 DELETED

2.2.6 DELETED

2.2.2 Scope of Architectural works and Site Development

The work under this contract shall consist of, but not limited to, furnishing all labours,
materials equipment‟s tools plants and necessary machinery as required to completely
execute all the works relating to:

Architectural work comprises of--

i.) Brick work/masonry in foundation and in super structure, all wall treatments including
plastering, cladding, tilling and painting.

ii.) Flooring work with Kota stone / Marble / Granite & Ceramic Tiles etc., specified at
various location.

iii.) False flooring on pedestal supports as specified. iv.)

False ceiling.

v.) Veneering to walls and columns using kota stone/marble/granite/ceramic tiles or similar type
of materials as mentioned in specification in column and walls, outer skeleton etc, as
specified.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

vi.) Waterproofing in sunken floors/roof and underground and overhead water tanks etc. as
specified.
vii.) Aluminum/pre-laminated particle bonded doors with aluminum frames, aluminum
windows with glazing and steel doors with steel frames and M.S. fire check doors of
rating 2 hours and flush doors.
viii.) Railing, handrails, balustrades, grilles in stainless steel or mild steel as specified.

ix.) Gates – Rolling shutter and steel fate with architectural elements e.g. fins & louvers etc. x.)

Paints shall be synthetic enamel/Epoxy, distemper, oil bound distemper, plastic/acrylic


polyurethane textured paint and any other as specified.

xi.) Site development work including grading, sub-base, bituminous roads, concrete rods, precast
concrete/interlock tiles, pavers & kerb stones, concrete & stone pavings , plaster water
bodies, mounds etc. as specified,

2.2.3 Scope of Sanitary Engineering Work

The work under this contract shall consist of furnishing all labours, materials, equipment‟s, tools,
plants and necessary machinery as required to completely execute all the works relating to:-

i.) Plumbing & sanitary works for toilets and provision of water tanks, treatments,
boosting and installation of various sanitary fixtures and appliances as per requirement,
soil & waste pipe and disposal for sewage into sewer lines or by other alternatives method.

ii.) Storm water drainage system including drainage of the roof and railway tracks
consisting of vertical rain water pipes and open/underground drainage system.

iii.) Plumbing & sanitary works for coach washing, bogie washing and other washing facilities
in the Depot including provision of water tanks, pumps, supply pipes & drainage pipes.

The work is to be constructed and maintained as per the relevant codes, CPWD Specifications,
Special Specifications, Tender Drawings as per the tender documents or as directed by the
Engineer.

2.2.4 The value of the work shall be on rates accepted as per BOQs in letter of acceptance
subject to such additions thereto or deductions there from as may be made under the provisions
of the contract.

The rates shall be inclusive of all cost but not limited to the cost such as for plants,
Equipment‟s, Tools, all type of labors, supervision, all materials from the source of supplies as
approved by Engineer/Employer including all lead and lifts, transport, all temporary works,
erection, maintenance, contractors profits & establishment/overheads together with preparation of
designs and drawings pertaining to casting yard & temporary works etc. all general risks, taxes,
GST, royalties, duties, cess, octroy and other levies, insurance liabilities and all other obligations
set out or implied in the contract for completion of work except otherwise specified in Bill of
Quantities.

2.3 Interface work

In addition the contractor shall be required to carry out various miscellaneous works as per
interfacing requirements.

The Scope of work for various interfacing works for other contracts e.g. Signaling and
Telecommunication, Traction Power & Power Distribution, Track work, Rolling Stock, Pre-
Engineered buildings, Earth work & Land Development work, construction of boundary wall etc.
shall be but not limited to as described below:-

2.3.1 Interface with E&M Works


E&M works of the depot are to be executed by a separate E&M contractor. Civil contractor shall
ensure efficient interface and coordination with E&M contractor concerning Electrical, fire
Fighting and Hydraulic works in various sections within the Depot.
DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

Such interface works include:-

i. To obtain from the E&M contractor information reasonably require to meet the
construction target dates.

ii. The civil contractor will be the coordinating entity and play major role in the interface with
E&M contractor.

iii. E&M contractor will make sure that he provides the updated valid documents, for the
reference of the civil contractor in time, where E&M Contractor requires the Civil
contractor to execute work as his requirements. These documents will be the reference
documents for the interface Management being carried out by the civil Contractor.

iv. Where the execution of the civil Contractor depends upon the site Management or
information to be given by the E&M contractor, the E&M Contractor, the E&M Contractor
shall provide correct and accurate information in time so as to enable them to meet
their respective programs.

v. It is to be ensured that all provisions for access and delivery of plants is coordinated with
and reflected in the coordinated drawings for Delivery Routes. The E&M contractor shall
also ensure that all plants and equipments are delivered at mutually agreed time to
allow openings to be left in the structure for such delivery in accordance with the
Civil Contractor‟s Programme.

vi. E&M Contractor will ensure that the production of working drawings for Services to be
provided in the base slab, other slabs and structures such as earth mats, electrodes,
provision of conduit, cable support brackets, cable trays/cable ladders, cable routing,
fixture mounting, DB Mounting, lighting protection, piping, fire fighting system and other
works included in E&M tender in carried out in time and approval obtained from the
Employers Representative. Civil contractor shall obtain copy of drawings along with
schedule for execution of such works including information required for any
concreting/other works where electrical works is involved.

vii. The Civil Contractor shall conduct regular meetings with the E&M Contractor as necessary
to clarify particular aspects of the interfacing requirements of the works. He will also
attend regular coordination meetings convened by the Employer/Engineer for
interface.

viii. The Civil Contractor, shall in carrying out his coordination responsibilities, raised in good
time and provide sufficient information for the Employer to decide on any
disagreement with E&M contractor. If the contractor despite having taken all reasonable
efforts cannot resolve such disagreement, then the decision of the Engineer shall be final.

ix. The E&M contractor shall ensure that the presence of his qualified and experienced
Engineer (Chief – Co-Ordination), during Civil construction of the depot to enable proper
interface with Civil contractor so as to ensure smooth completion of works.

x. Access will be provided to the staff of the E&M contractor for carrying out their
works and bringing materials and equipments at the site. However, the security of the
materials and equipment brought at the site will be responsibility of the E&M Contractor.

xi. Construction of Plant rooms, ancillary building, cable duct, sumps for seepage and
sewage, provision of slope in slabs as per drainage requirements, shall be the
responsibility of the Civil Contractor. Civil contractor shall interface with E&M
contractor/other contractors regarding this requirement.

xii. Provision of brackets in structures for other designated contractor, with the
exception of E&M Contractor, shall be the responsibility of civil Contractor.

xiii. Civil Contractor shall interface with E&M contractor regarding cutouts to be made in
structures for routing E&M services. The Civil contractor shall provide these cutouts.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

xiv. Civil contractor shall construct appropriate passage/trenches, ducts, cable shaft, and
utility shaft and also keep provision of crossing of various cables in the depot area.

2.3.2 Interface with Pre-Engineered Steel Building works, Earthwork & Land Development work,
construction of boundary wall, system contracts for S&T, Traction Power, Track work
and Plant & Machinery Contractor.

Civil contractor will ensure proper interface with Pre-Engineered Steel Building contractor,
Earthwork/Land Development work & Construction of boundary wall, S&T, Traction Power and
Track Work contractor to achieve overall completion of Depot. Plant & Machinery.
Contractor will be installing various machines and equipment within Depot, So proper interfacing
and coordination shall be required between Civil Contractor, Plant & Machinery, E&M, Track,
OHE, Signaling and Telecommunication Contractors etc. for designing foundation &
commissioning of Plant & Machinery.

2.4 Design Criteria

The Design should cover all the items pertaining to all temporary works including pre-
casting, pre-tensioning, handling, stacking, transportation and erection of form work and staging,
in-situ work erection scheme of all structures transportation of same as required. The
contractor shall himself formulate a practical and viable scheme for various items of work.

Drawings furnished with the Tender Documents show the level of works based on available soil
investigation data. These may require change at the time of actual execution of works based on
further soil investigation.

2.5 Reference to the Standard Codes of Practice.

2.5.1 The contractor shall make available at site all relevant India Standard Codes of practice, CPWD
and MORTH Specification and IS, IRS & IRC codes as applicable and other relevant
British/German/American Standard.

2.5.2 Wherever Indian Standards do not cover some particular aspects of design/construction, relevant
British/German/American Standards will be referred to.

2.5.3 In case of discrepancy among standard codes of practice, CPWD Specifications, Special
Specifications and provision in sub-clauses in this NIT, the order of precedence will be as below:-

i. Provision in NIT and BOQ


ii. Special specifications
iii. CPWD Specifications.
iv. Standard codes of Practice.

In case of discrepancy among Standard Codes of practice viz. IRS, CPWD, IRC, IS, BS, DIN,
MOST, the decision of Engineer will be final and binding.

2.6 Dimensions

2.6.1 As regards errors, omissions and discrepancies in Specifications and Drawings, Clause 5.0 of
Special Conditions of Contract will apply.

2.6.2 The levels, measurements and other information concerning the existing site as shown on the
drawings are believed to be correct, but the contractor should verify them for himself and also
examine the nature of the ground as no claim or allowance whatsoever will be entertained on
account of any errors or omissions in the levels or strata turning out different from what is shown
on the drawings.

2.7 Associated Works

Works to be performed shall also include all general works preparatory to the construction and
works of any kind necessary for the due and satisfactory construction, completion and
DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

maintenance of the works to the intent and meaning of the drawings adopted and technical
specifications, to best Engineering standards and orders that may be issued by the
Engineer from time to time, compliance by the agency with all conditions of contract, supply of all
materials, apparatus, plants, equipment, tools, fuel, water, strutting, timbering, transport,
offices, stores, workshop, staff, labour and the provision of proper and sufficient protective works,
diversion, temporary fencing, lighting and watching required for the safety of the public and
protection of works on adjoining land; first aid equipment, sanitary accommodation for the staff and
workmen, effecting and maintenance of all insurances, the payment of all wages, salaries,
provident fund, fees, royalties, duties or the other charges arising out of the erection of works
and the regular clea4rnzsce of rubbish, clearing up, leaving the site perfect and tidy on
completion.

2.8 Utilities

The utilities are to be diverted with proper laisioning and approval of the utility owning agencies.
The utilities which are not be diverted but require supporting, proper supporting be done so that
they are not damaged along their tranches. Precautions to be taken while handling the utilities are
mentioned as under;

(i) Utilities must not be damaged at any cost. If due to some or the other reason,
mishappening occurs, it should be rectified immediately by the contractor at his own cost
under intimation of DMRC.

(ii) Till rectification of the damaged trunk sewers, the contractor shall arrange substitute
arrangement for sewer pumping and its disposal as per directions. The similar
arrangement be done for other utilities.

(iii) The manholes of T/Sewers should not be covered under the foundation as these may
create hindrances to the annual desilting/cleaning of sewer lines.

(iv) Sufficient distance of foundation from outer edge of T/Sewers be kept in view of
further maintenance/safety of T/Sewers.

(v) The cover of manholes be saved from heavy machinery movement to avoid any
accident/Slippage of malwa in manholes etc. into the T/Sewers which may cause blockage
of lines. In case of damage of manhole cover & frame the same shall be replaced
immediately by the contractor at his own cost.

(vi) Manholes of the trunk sewer should be kept freely accessible for cleaning and
removal of blockages and malwa should not be dumped over these manholes.

(vii) Branch sewer connections which are connected with the trunk sewers should also be
taken care of. If the same are damaged, the same should be restored immediately
on priority at contractor‟s cost.

These are only indicative; other precautions which are specified from time to time by the utility
owning agencies shall also be flowed. The central verge/footpath furnishings which are to be
dismantled be handed over to the concerned department in their stores. The transportation
of the same be arranged for which the payment shall be made under relevant items of
BOQ.

2.9 Preliminary Drawings

Preliminary drawings as listed in Volume 5 represent Employer‟s proposal based on preliminary


design. Detailed working drawings will be given for construction of work subsequently.

2.10 Construction Depot

For casting yard, batching plant and other activities land of suitable size as per contractors plan
accepted by DMRC shall be made available in the Depot area itself. Contractor should plan
execution of work accordingly

2.11 Time Schedule

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

The agency shall submit with the tender “Time Schedule” for completion of various portions of
works. This schedule is to be within the overall completion period of 18 months. The intermediate
milestones as mentioned in clause 16.0 of „Special Conditions of contract are to be indicated
specifically in the time schedule. The detailed program in the form of a quantified bar chart or CPM
network shall include all activities from start to completion

2.12 Tender Price

The tender price shall include all the above listed items in the scope of the work (Clause
2.1 to 2.12)

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

SITE INFORMATION

The project site is located in the Sarita Vihar, New Delhi. The location of the work and the general
site particulars are shown in the General Arrangements Drawings enclosed in the tender
documents.

The Tenderer should be prepared to deal with potential difficulties of excavating in mixed ground
consisting of silt, weathered but hard quartzite as well as occasional hard rock.

The contractor shall plan his works keeping in view restriction of approach and availability of
space and time.

The area in which the work lies is urban terrain.

The recorded highest and lowest temperatures in the past 10 years are 45.8 degree
Celsius and 2.4 degree Celsius respectively.

Summer season is from April to June and winter season is from November to March. Mean
average annual rainfall in the area over a five –year period is of the order of 735mm, a good
portion of which is concentrated during July to mid- September, when about 75 % of the annual
rainfall occurs. The heaviest rainfall recorded during 24-hours period is 191mm.

Delhi falls in Seismic Zone IV. Earthquake of maximum magnitude 8 on Modified scale has been
experienced in the past, in the region.
2.13 INSPECTION

DMRC may appoint an independent agency to ensure the quality checking of design,
supply, fabrication, erection and construction of all works under scope of work. The
contractor shall ensure the complete co-operation with the agency to perform their work
satisfactorily. In addition DMRC also reserves right to undertake quality check and
inspection directly by itself.

2.14 The tender price as mentioned in clause 10.0 of ITT shall include all the above listed items in
the scope of the work. (Clause 2.1 to 2.13).

3. ALIGNMENT OF TRACKWAYS

(1) The a l i g n m e n t shall be as shown in the tender drawings. The alignment has been
developed by the employer to meet operational and technical criteria. The contractor is not
required to evaluate the alignment for compliance with these criteria, but shall review it with
respect to his own design and construction proposals and shall satisfy himself that there is no
conflict with existing structures which are to be preserved.

(2) The contractor is permitted to propose minor deviations in alignment to suit his construction
proposals, but he must demonstrate that any such deviation shall comply with good design
practice and the alignment requirement of the Design Criteria. Such deviations shall require Prior
approval of the employer subject to following conditions:-

i. There is no extra cost to the employer.

ii. Changes proposed are essentially required to suit the contractor‟s specific design.

iii. There is no change at the contract boundaries or if there is any, the same is agreed by
the contractor of the adjoining section without any extra cost to the employer.

4. CLEARANCES

(1) The Permanent works shall not infringe the Structure Gauge as shown on the drawings
Extra clearance shall be provided on curved alignment as per the Schedule of Dimensions.

(2) The Permanent works shall provide for the installation by the designated contractors of
operating equipment for the railway and without infringement of the Structure Gauge.
DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

(3) Railway clearances:

Various clearances shall be provided as pert the schedule of dimensions approved for the
Delhi MRTS.

4. Construction limits:

(a) The limits of land for the works are shown on the worksite drawings. The contractor shall
design the works to be contained totally within these limits, respecting the regulations
concerning construction and properly boundaries of the local authorities. In the event that
the contractor, having used its best endeavors, is unable to design the permanent works
and utilities to be contained totally within these limits, then the employer will obtain the
necessary additional land or the contractor may be required to redesign the structure
as instructed by Engineer.

(b) The limits of land as shown in the right of way survey drawings may undergo
changes after final survey and the contractor shall make any adjustments
necessary to the design to acknowledge the changes to the limits as then defined.

5. DESIGN LIFE
The design lift of the Permanent works shall be: (a)

For all structures - 120 years

6. DURABILITY & MAINTENANCE

(1) The Permanent Works shall be designed and constructed such that, if maintained
reasonably and in accordance with the Contractor‟s statement of maintainability
contained in the contract, they shall endure in a serviceable condition throughout their minimum
lives.
(2) The permanent works shall be designed and constructed so as to minimize the cost of
maintenance whilst not compromising the performance characteristics and ride quality of the
railway.
(3) Restoration of roads, utilities and other services dislocated during construction.
(4) Survey, instrumentation, ground treatment, ground and building monitoring, risk analysis,
settlement prediction, preventive and corrective actions.
(5) Traffic management along the worksite including works connected with traffic
management.
(6) Reinstatement of services (such as street lighting, signaling system, bus stand,
footpath including kerb stone, boundary wall, horticulture work and any other work to bring
the site to original position) within barricading area as per current standards with new
materials (except electric/signal post which may be reused).
(7) The Contractor shall be responsible for obtaining relevant certificates or clearance from local civic
authorities viz completion certificate, fire clearance etc.
(8) The Contractor shall be responsible for obtaining approv al by a ll relevant civic
authorities having jurisdictional authority wherever required.

7. ENVIRONMENTAL CONSIDERATIONS

All provisions and conditions contained in the conditions of contract on SHE shall be strictly
complied with.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

8. TRAFFIC MANAGEMENT
The Contractor shall carry out the W orks so as to minimize disruption to road and
pedestrian traffic. The Contractor shall prepare his traffic m anagem ent plan based on his
proposed construction methodology in co-ordination with Engineer and in conjunction with Traffic
Police. He shall comply strictly with the approved plan during construction of his works. The
design shall provide for temporary road decking wherever necessary to provide minimum no. of
traffic lanes as agreed with Traffic Police.

9. STANDARDS

Reference to standards or to materials and equipment of a particular manufacturer shall be


regarded as followed by the words “or equivalent”. The Contractor may propose alternative
standard materials, or equipment that shall be equal to or better than those specified. If the
Contractor for any reason proposes alternatives to or deviations from the specified
standards, or desires to use materials or equipment not covered by the specified
standards, the Contractor shall apply for the consent of the Engineer. The Contractor shall
state the exact nature of the change, the reason for making the change and relevant
specifications of the materials and equipment in the English language. The decision of the
Engineer in the matter of quality will be final.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

EMPLOYER’S REQUIREMENTS

(C) EMPLOYER’S REQUIREMENTS – CONSTRUCTION


1. CONTRACTOR'S SUPERINTENDENCE

(1) The Contractor shall submit a Staff Organisation Plan in accordance with the GCC. This plan
shall be updated and resubmitted whenever there are changes to the staff. The plan shall show
the management structure and state clearly the duties, responsibilities and authority of each staff
member.
(2) The site agent and his associates/supervisors shall have experience and qualification
appropriate to the type and magnitude of the Works. Full details shall be submitted of the
qualifications and experience of all proposed staff to the Engineer for his approval.

2. CHECKING OF THE CONTRACTOR'S TEMPORARY WORKS:

The Contractor shall, prior to commencing the construction has to submit the Temporary Drawings
pertaining to Guide Wall, H-Pile and other supporting and strutting arrangement for approval of the
Engineer.

3. USE OF THE SITE


(1) The Site or Contractor's Equipment shall not be used by the Contractor for any purposes other
than for carrying out the Works, except that, with the consent in writing of the Engineer, the Site
or Contractor‟s Equipment such as batching and mixing plants for concrete and bituminous
materials may be used for the work in connection with other contracts under the Employer.

(2) Rock crushing plant shall not be used on the Site.

(3) The location and size of each stockpile of materials, including excavated materials, within
the Site shall be as permitted by the Engineer. Stockpiles shall be maintained at all times in a
stable condition.

(4) Entry to and exit from the Site shall be controlled and shall be only available at the
locations for which the Engineer has given his consent.

ACCESS TO THE SITE

(5) The Contractor shall make its own arrangements, subject to the consent of the Engineer, for any
further access required to the Site.

(6) In addition, the Contractor shall ensure that access to every portion of the Site is
continually available to the Employer and Engineer.

ACCESS TO OUTSIDE THE SITE

(7) The Contractor shall be responsible for ensuring that any access or egress through the Site
boundaries are controlled such that no disturbance to residents or damage to public or private
property occur as a result of the use of such access or egress by its employees and sub-
contractors.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

SURVEY OF THE SITE


(8) A survey shall be carried out of the Site to establish its precise boundaries and the existing
ground levels within it. This survey shall include a photographic survey sufficient to provide a full
record of the state of the Site before commencing the work with particular attention paid to
those areas where reinstatement will be carried out later on. The survey shall be carried out
before the site clearance wherever possible and in any case prior to the commencement of
work in any Works Area. The survey shall be carried out by the Contractor and agreed with
the Engineer.

BARRICADES AND SIGNBOARDS

(9) The Contractor shall erect barricades and gates around its areas of operations to prevent entry by
unauthorized persons to his Works Areas and necessary identity cards /permits should be issued
to workers and staff by the contractor. The Contractor shall submit proposal for barricades of the
complete perimeter of all works areas to the Engineer. Painting of the barricades shall be carried
out to the design and colours as directed by the Engineer and the Contractor shall carry out re-
painting of the entire barricades on an annual basis. No work shall be commenced in any Works
Area until the Engineer has been satisfied that the barricades installed by the Contractor are
sufficient to prevent, within reason, unauthorised entry.

(10). Project signboards shall be erected not more than four (4) weeks, or such other period as the
Engineer has given his consent, after the date of commencement of the Works. The types, sizes
and locations of project signboards shall be agreed with the Engineer before manufacture and
erection. Other advertising signs shall not be erected on the Site.
(11) The consent of the Engineer shall be obtained before hoardings, fences, gates or signs are
removed. Hoardings, fences, gates and signs which are to be left in positions after the
completion of the Works shall be repaired and repainted as instructed by the Engineer.
(12) Hoardings, barricades, gates and signs shall be maintained in clean and good order by the
Contractor until the completion of the Works, whether such hoardings, fences, gates and signs
have been installed by the Contractor or by others and transferred to the Contractor during
the period of the Works. All the fencing, hoardings, gates and signs etc. shall be mopped
minimum one in a week and washed monthly.
(13) All hoardings, barricades, gates and signs installed by the Contractor shall be removed by the
Contractor upon the completion of the Works, unless otherwise directed by the Engineer.
(14) Hoarding/ barricades can be reused after removing from one place to other locations /
sites provided they are in good condition and approved by Engineer.
(15) Damage/worn-out barricades /hoarding shall be replaced by contractor within 24 hours.
Engineer‟s decision regarding need for replacement shall be final and binding and if no action is
taken by contractor the cost of any repairs will be deducted by the Engineer from any payment
due to the Contractor.

CLEARANCE OF THE SITE


(16) All Temporary Works which are not to remain on the Site after the completion of the Works
shall be removed prior to completion of the Works or at other times instructed by the Engineer.
The Site shall be cleared and reinstated to the lines and levels and to the same condition as
existed before the Works started except as otherwise stated in the Contract.

4. SURVEY
(1) The Contractor shall relate the construction of the Works to the Site Grid. To facilitate this,
survey reference points have been established and the Engineer will provide benchmarks in the
vicinity of the Site.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

(2) Before the Contractor commences the setting out of the Works, the Engineer will provide a
drawing showing the position of each survey reference point and bench mark, together with the
co-ordinates and/or level assigned to each point. The Contractor shall satisfy itself that there
are no conflicts between the data given and shall establish and provide all subsidiary setting
out points, monuments, towers and the like which may be necessary for the proper and
accurate setting out and checking of the Works.

(3) The Contractor shall carefully protect all the survey reference points, bench marks, setting
out points, monuments, towers and the like from any damages and shall maintain them and
promptly repair or replace any points damaged from any causes whatsoever. The Contractor
shall regularly recheck the position of all setting out points, bench marks and the like to the
satisfaction of the Engineer.

(4) Upon handover to the Contractor, the survey reference points will become the responsibility
of the Contractor. The Contractor shall, by annual or more frequent review, ensure that
these survey points continue to remain consistent with the bench marks.

5. SAFETY, HEALTH AND ENVIRONMENTAL REQUIREMENTS

The Contractor shall comply with the conditions stipulated in the Conditions of
contracts on Safety & Health and Environment (SHE).

6. OTHER SAFETY MEASURES

Site Safety, Health & Environment Plan


(1) The Contractor shall, within 30 days of the date of Notice to Proceed/ LOA prepare and submit
to the Engineer for review his proposed Safety, Health and Environment plan which shall
contain as a minimum those items set out in Conditions of Contract on Safety & Health and
Environment.

Fire Regulations and Safety


(2) The Contractor shall provide and maintain all necessary temporary fire protection and fire
fighting facilities on the Site during the construction of the Works, and shall comply with all
requirements of the State Fire Services Department. These facilities may include, without
limitation, sprinkler systems and fire hose reels in temporary site buildings, raw water storage
tanks and portable fire extinguishers suitable for the conditions on the Site and potential
hazards.
(3) The Contractor shall submit details of these facilities to the Engineer for review prior to
commencement of work on the Site.
(4) If, in the Engineer's opinion, the use of naked lights may cause a fire hazard, the
Contractor shall take such additional precautions and provide such additional fire fighting
equipment (including breathing apparatus) as the Engineer considers necessary. The term
"naked light" shall be deemed to include electric arcs and oxyacetylene or other flames used
in welding or cutting metals.
(5) Oxyacetylene burning equipment will not be permitted in any confined space. Burning
equipment of the oxypropane type shall be used.

Hazard and Risk Assessments


(6) The Contractor shall, prior to the commencement of any operation carry out a detailed hazard
and risk assessment. The results of such assessments shall be recorded and the records kept for
inspection by the Engineer.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

(7) The Contractor shall produce detailed method statements for all medium and high risk
operations and shall submit them to the Engineer for his consent prior to commencement of any
task to which they relate.
(8) The Contractor shall produce and implement a Permit to Work system for all high risk
operations. The Permit to Work system shall be submitted to the Engineer for consent before
application.

Explosives
(9) Explosives shall not be used without prior written consent of the Engineer. Before consent
to blasting is granted, the Contractor shall prepare a Specification as to the size of charge, the
method of firing and any other restrictions that may be imposed from time to time.
(10) Where the Engineer has consented to the use of explosives, the Contractor shall be responsible
for obtaining the requisite licences and permits for complying with all statutory requirements
for blasting.
(11) The storage, transportation and use of explosives shall at all times be governed by the Explosives
Acts and such other statutory regulations which may be applicable and as imposed by the
Statutory Authorities.

Standby Equipment
(12) The Contractor shall provide adequate stand-by equipment to ensure the safety of personnel, the
Works and the public. These measures shall include as a minimum the following:-
(a) stand-by pumping and generating equipment for the control of water;
(b) stand-by equipment and spares for illumination of the Works; and
(c) Stand-by generating equipment and equipment for the lighting and ventilation of
underground works.

Co-operation
(13) The Contractor shall provide full co-operation and assistance in all safety surveillance carried out
by the Engineer or the Employer. Any breaches of the Site Safety Plan or the statutory
regulations or others disregard for the safety of any persons may be the reason for the Engineer
to exercise his authority to require the site agent‟s removal from the Site.

7. CARE OF THE WORKS

(1) Unless otherwise permitted by the Engineer all work shall be carried out in dry
conditions.

(2) The Works, including materials for use in the Works, shall be protected from damage due to
water. Water on the Site and water entering the Site shall be promptly removed by temporary
drainage or pumping systems or by other methods capable of keeping the Works free of water.
Silt and debris shall be removed by traps before the water is discharged and shall be disposed
of at a location or locations to which the Engineer has given his consent.

(3) The discharge points of the temporary systems shall be as per the consent of the
Engineer. The Contractor shall make all arrangements with and obtain the necessary approval
from the relevant authorities for discharging water to drains, watercourses etc. The relevant
work shall not be commenced until the approved arrangements for disposal of the water have
been implemented.

(4) The methods used for keeping the Works free of water shall be such that settlement of, or
damage to, new and existing structures do not occur.

(5) Measures shall be taken to prevent flotation of new and existing structures.
DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

PROTECTION OF THE WORKS FROM WEATHER

(6) Work shall not be carried out in weather conditions that may adversely affect the Works unless
proper protection is provided to the satisfaction of the Engineer.

(7) Permanent Works, including materials for such Works, shall be protected from
exposures of weather conditions that may adversely affect such Permanent Works or materials.

(8) During construction of the Works storm restraint systems shall be provided where
appropriate. These systems shall ensure the security of the partially completed and on going
stages of construction and in all weather conditions. Such storm restraint systems shall be
installed as soon as practicable and shall be compatible with the right of way, or other access
around or through- out the Site.

(9) The Contractor shall at all times programme and order progress of the work and make all
protective arrangements such that the Works can be made safe in the event of storms.

PROTECTION OF THE WORK

(10) The finished works shall be protected from any damage that could arise from any activities
on the adjacent site/ works.

8. DAMAGE AND INTERFERENCE

(1) Work shall be carried out in such a manner that there is no damage to or interference with:

(a) watercourses or drainage systems; (b) utilities; (c) structures (including foundations), roads,
including street furniture, or other properties; (d)public or private vehicular or pedestrian
access; (e)monuments trees, graves or burial grounds other than to the extent that is
necessary for them to be removed or diverted to permit the execution of the Works. Heritage
structures shall not be damaged or disfigured on any account. The Contractor shall inform
the Engineer as soon as practicable of any items which are not

stated in the Contract to be removed or diverted but which the Contractor considers need
to be removed or diverted to enable the Works to be carried out. Such items shall not be
removed or diverted until the consent of the Engineer to such removal or diversion has
been obtained.

(2) Items which are damaged or interfered with as a result of the Works and items which are
removed to enable work to be carried out shall be reinstated to the satisfaction of the
Engineer and to at least the same condition as existed before the work started. Any claims
by Utility Agencies due to damage of utilities by the Contractor shall be borne by the
Contractor.

STRUCTURES, ROADS AND OTHER PROPERTIES

(3) The Contractor shall immediately inform the Engineer of any damage to structures, roads or
other properties.

ACCESS

(4). Alternative access shall be provided to all premises if interference with the existing access,
public or private, is necessary to enable the Works to be carried out. The arrangements
for the alternative access shall be as agreed by the Engineer and the concerned agency. Unless
agreed otherwise, the permanent access shall be reinstated as soon as practicable after the
work is complete and the alternative access shall be removed immediately as it is no longer
required, and the ground surfaces reinstated to the satisfaction of the Engineer. Proper signage
and guidance shall be provided for the traffic / users regarding diversions.
DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

TREES
(5) The felling of trees in the Delhi is governed by the respective authorities or Ministry of
Environment & Forest, Govt. of India Acts & Regulations. The Contractor is not permitted to
cut any trees without the permission of the Employer. The Employer has assessed the number
of trees existing within the right-of-way and will arrange permission from Local Forest
Department for cutting back or removal of trees which are deemed to be affected by the right of
way (i.e within the limits of permanent works) construction works. The trees requiring to be felled
will be removed from ground level up by the Contractor prior to commencement of the
works. The Contractor will not be permitted to cut or remove any further trees. If for the
purposes of the works additional trees are required to be cut/trimmed or removed, the
Contractor must notify the Engineer of further tree felling requirements. Subject to compliance
with the aforementioned act, arrangements for permission from Forest Department for tree
felling may be made by the Employer. The payment of tree cutting, removal, transportation
required in this item shall be paid as per BOQ.

REMOVAL OF GRAVES AND OTHER OBSTRUCTIONS

(6) If any graves and other obstructions are required to be removed in order to execute the Works and
such removal has not already been arranged for, the Contractor shall draw the Engineer's
attention to them in good time to allow all necessary arrangements and authorizations for such
removal, and it shall not itself remove them unless the Engineer has given consent.

PROTECTION OF THE ADJACENT STRUCTURES AND WORKS

(7) The Contractor shall take all necessary precautions to protect the structures or works being
carried out by others adjacent to and, for the time being, within the Site from the effects of
vibrations, undermining and any other earth movements or the diversion of water flow arising
from its work.

9. WORK ON ROADS

(1) Traffic Management Plan

The Contractor shall develop a detailed Traffic Management Plan for the work under the contract.
The purpose is to develop a Traffic Management Plan to cope with the traffic disruption as a result
of construction activities by identifying strategies for traffic management on the roads and
neighborhoods impacted by the construction activities. The Contractor shall implement the
Traffic Management Plan throughout the whole period of the Contract.

Principles for Traffic Management

The basis for the Plan shall take into consideration four principles:

 to minimise the inconvenience of road users and the interruption to surface traffic through
the area impacted by the construction activities;
 to ensure the safety of road users in the impacted area;
 to facilitate access to the construction site, and to maintain reasonable construction
progress.
 to ensure traffic safety at each construction site.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

Integrated Traffic Management Plan

The Contractor shall prepare an integrated plan showing the arrangements to be made for
accommodating road and pedestrian traffic, at individual construction sites and
continuously along the alignment, to smooth traffic operations and for the safety of both construction
workers and road users. The Plan shall consider different measures such as:
 The use of top-down construction at sites to reduce the period of disruption to road users;
 proper phasing and timing of traffic signals;
 modifications to intersection geometry;
 changes in lane usage;
 parking prohibitions;
 re-location of bus stops;
 reducing width of footpaths and median;
 right-turn prohibition;
 work site access management;
 minimizing the duration of any road closure;
 reversible lane operations;
 modification of roadway alignment affected by the construction, which shall be in
conformance with the requirements and regulations defined by the relevant authorities;
 other traffic engineering measures as may be applicable. (2)

Mitigation of Traffic Disturbances

The Contractor shall manage the vehicular and pedestrian right of way during the period
of construction. The Contractor shall take account of the need to maintain essential traffic
requirements, as these may influence the construction process.

The Contractor shall include local traffic diversion routes and assess traffic impacts caused
by the construction in the affected areas. Signage layout shall be included to ensure that
adequate motorist information will be provided for traffic diversions.

Where it becomes necessary to close a road or intersection, or supplementary lanes are required to
satisfy the traffic demands, traffic diversion schemes to adjacent roadways shall be developed
with quantitative justifications. The Contractor shall co-ordinate with all relevant authorities.

Other considerations include:

 The minimum lane widths for fast traffic and mixed traffic shall follow the regulations of the
different authorities.
 Any roads or intersections that have no alternative access shall not be fully closed for
construction.
 Emergency access to all properties shall be maintained at all times.
 Access to business premises and property shall be maintained to the extent that normal
activities are not seriously disrupted.
 Minimum footpath width shall be 1.5 m, unless otherwise indicated. The footpath shall be
separated from vehicle traffic and not necessarily immediately adjacent to vehicle traffic;
 Where existing footbridges and underpasses are demolished or closed, provisions shall be
made for pedestrian crossing to minimise the conflicts between a traffic lane.
 Construction traffic shall be separated from other traffic wherever possible;

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

 Any traffic related facilities (bus stops, parking, etc.) which are affected by the
construction works shall be maintained or relocated to appropriate locations;
 Motorists, pedestrians, workmen, plant and equipment shall be protected from accident at
all times;
 Roadway designs, traffic management schemes, and installation of traffic control devices
shall be in conformance with the requirements and regulations defined by the relevant
authorities; and
 Where applicable, utility diversions shall be incorporated in the traffic management plan.

APPROVAL FOR TEMPORARY TRAFFIC ARRANGEMENTS AND CONTROL

(3) The Contractor shall make all arrangements with and obtain the necessary approval from the
transport authorities and the Traffic Police Department for temporary traffic arrangements and
control on public roads. In the event that the Contractor, having used its best endeavours, fails to
secure the necessary approval from the transport authorities and the Traffic Police Department
for temporary traffic arrangements and control on public roads, then the Employer will use its
best endeavours to assist the Contractor to secure such approval but without responsibility on the
part of the Employer to do so.

TEMPORARY TRAFFIC ARRANGEMENTS AND CONTROL

(4) Temporary traffic diversions and pedestrian routes shall be surfaced and shall be provided where
work on roads or a footpath obstructs the existing vehicular or pedestrian access. The
relevant work shall not be commenced until the approved temporary traffic arrangements and
control have been implemented.

(5) Temporary traffic arrangements and control for work on public roads and footpaths shall comply with
the requirements of the Traffic Police. Copies of documents containing such requirements shall be
kept on the Site at all times.

(6) Temporary traffic signs, including road marking, posts, backing plates and faces, shall comply with the
requirements of the Traffic Police and should be in accordance with the requirements of Ministry
of Surface Transport. All overhead traffic management signs that are fixed to bridges and
gantries shall be illuminated at night. Pedestrian routes shall be illuminated at night to a lighting
level of not less than 50 lux.
(7) Adequate number of traffic marshals shall be deployed for smooth regulation of traffic.

(8) Temporary traffic arrangements and control shall be inspected and maintained regularly, both by
day and night. Lights and signs shall be kept clean and legible. Equipment which are damaged,
dirty, incorrectly positioned or not in working order shall be repaired or replaced promptly.

PARTICULARS OF TEMPORARY TRAFFIC ARRANGEMENTS AND CONTROL

(9) The following particulars of the proposed temporary traffic arrangements and control on public roads
shall be submitted to the Engineer for consent at least 28 days before the traffic arrangements and
control are implemented:

(a) Details of traffic diversions and pedestrian routes;

(b) Details of lighting, signage, guarding and traffic control arrangements and equipment;

(c) Any conditions or restrictions imposed by Traffic Police or any other


relevant authorities, including copies of applications, correspondence and approval.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

(10) Where concrete barriers are used to separate flows of traffic, the barriers shall be in a continuous
unbroken line. No gaps shall be left between any sections of the barrier.

(11) Site perimeter fencing and barriers along the roadway, shall have flashing amber lights positioned
on the top of them every 50 meters apart and at every abrupt change in location. Directly
below the flashing light shall be fixed, in the vertical position, a white fluorescent light with a
waterproof cover.

USE OF ROADS AND FOOTPATHS

(12) Public roads and footpaths on the Site in which the work is not being carried out shall be
maintained in a clean and passable condition.

(13) Measures shall be taken to prevent the excavated materials, silt or debris from entering gullies
on roads and footpaths; entry of water to the gullies shall not be obstructed.

(14) Surfaced roads on the Site and leading to the Site shall not be used by tracked vehicles unless
protection against damage is provided.

(15) Contractor's Equipment and other vehicles leaving the Site shall be loaded in such a manner that
the excavated material, mud or debris will not be deposited on roads. All such loads shall be
covered or protected to prevent dust being emitted. The wheels of all vehicles shall be
washed when necessary before leaving the Site to avoid the deposition of mud and debris
on the roads.

REINSTATEMENT OF PUBLIC ROADS AND FOOTPATHS

(16) Temporary diversions, pedestrian access and lighting, signing, guarding and traffic control
equipment shall be removed immediately when they are no longer required. Roads,
footpaths and other items affected by temporary traffic arrangements and control shall be
reinstated to the same condition as existed before the work started or as permitted
by the Engineer immediately after the relevant work is complete or at other times permitted
by the Engineer. The cost of same shall be paid as per BOQ.

The Contractor shall submit his design for the reinstatement to the relevant authorities and
obtain their prior approval to carrying out the work. Reinstatement works shall include:

 Parking bays
 Footpath and kerbs
 Road Signage
 Street Lighting
 Landscaping
 Traffic Lights and Control Cable
 Road painting

10. SITE ESTABLISHMENT SITE LABORATORIES

(1) The Contractor shall provide, erect and maintain in a clean, stable and secure condition a
laboratory, equipped for the routine testing of concrete, soil and rock samples and for the storage
and curing of concrete cubes or cylinders only. This laboratory shall be located at the
Contractor's principal work site or at a location agreed to by the Engineer. Detailed requirements
for this laboratory are set out in Appendix 14 to these Employer's Requirements.

CONTRACTOR'S SITE ACCOMMODATION

(2) The Contractor shall provide and maintain its own site accommodation at locations
consented to by the Engineer. Offices, sheds, stores, mess rooms, garages, workshops, latrines

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

and other accommodation on the Site shall be maintained in a clean, stable and secure condition.
Living accommodation shall not be provided on the Site.

LATRINES AND WASHPLACES

(3) The Contractor shall provide latrines and washplaces for the use of its personnel and all
persons who will be on the Site. The size and disposition of latrines and washplaces shall
accord with the numbers and dispositions of persons entitled to be on the Site, which may
necessitate their location on structures and, where necessary there shall be separate facilities for
males and females. The capacities and layout shall be subject to approval of the Engineer.
The Contractor shall arrange regular disposal of effluent and sludge in a manner that shall be in
accordance with local laws/ regulations.

(4) The Contractor shall be responsible for maintaining all latrines and washplaces on the Site in
a clean and sanitary condition and for ensuring that they do not pose a nuisance or a health
threat. The Contractor shall also take such steps and make such provisions as may be necessary
or directed by the Engineer to ensure that vermin, mosquito breeding etc. are at all times
controlled.

SITE UTILITIES AND ACCESS


(5) (a) The Contractor shall be responsible for providing water, electricity, telephone, sewerage
and drainage facilities for contractors site offices, structures and buildings and for
all site laboratories in accordance with Attachment A to these Employer's
Requirements and all such services that are necessary for satisfactory
performance of the Works. The Contractor shall make all arrangements with
and obtain the necessary approval from the relevant civil and utility authorities for the
facilities.

(b) The Employer cannot guaranty provision of adequate, continuous power supply
however assistance will be given in obtaining the necessary permissions for site
generators and the like.

(6) Access roads and parking areas shall be provided within the Site as required and shall be
maintained in a clean, acceptable and stable condition. For lengths of roadway longer than
100 m and where vehicle movements exceed one hundred (100) movements/day and heavy
commercial vehicle are to ply the Contractor shall provide paved surfacing of adequate
thickness and quality to the satisfaction the Engineer.

(7) Any operation of the Works that interferes with the checking of lines and levels shall be temporarily
suspended at the request of the Engineer until the checking is complete.

SUBMISSION OF PARTICULARS

(8) The following particulars shall be submitted to the Engineer for his consent not more than
fifty six (56) days after the date of commencement of the Works:

(a) Drawings showing the formation works and the layout within earmarked area for the
Contractor's offices, project signboards, principal access and other major facilities required
early in the Contract, together with all service utilities;

(b) Drawings showing the details to be included on the project signboards and diversion
boards.

(9) Drawings showing location of stores, storage areas, concrete batching plants and other major
facilities and their access roads/paths shall be submitted to the Engineer for his consent as
early as possible but in any case not less than twenty eight (28) days prior to when such
facilities are intended to be constructed on the Site.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

11. SECURITY

(1) The Contractor shall be responsible for the security of the Site for the full time the Site is in its
possession, except for the specific case of the Railway Envelope after handover to the Railway
Operator. It shall set up and operate a system whereby only those persons entitled to be on the
Site can enter the Site. To this end, the Contractor shall with the consent of Engineer provide
the specific points only at which entry through the security fence can be effected, and shall
provide gates and barriers at such points of entry and whereby maintain a twenty four (24) hours
security guard, and such other security personnel and patrols elsewhere as may be necessary to
maintain security.
(2) The Contractor shall maintain all site boundary fences in first class condition, and shall so
arrange site boundary fences at all access drainage points of work areas that it‟s use of such
access points etc., are not restricted by the system or method of achieving the required security
measures. Notices shall be displayed at intervals around the Site to warn the public of the
dangers of entering the Site.
(3) During the progress of the Works the Contractor shall maintain such additional security patrols
over the areas of the Works as may be necessary to protect its own and its sub- contractor's work
and equipment and shall co-ordinate and plan the security of both the work under this Contract
and the work of others having access to and across the Site and the W orks.

(4) In order to operate such a security system it will be necessary to institute the issue of unique
passes to personnel and vehicles entitled to be on the Site, and which may need to be
separately identifiable according to the shifts being worked on Site. The Contractor shall at the
outset determine, together with the Engineer, a system and the design of passes to suit the
requirements of the foregoing and to suit the methods of work to be adopted by the Contractor.
The Contractor shall at all times ensure that the Engineer has an up to date list of all persons
entitled to be on the Site at any time .The contractor shall also introduce a system of issue
passes to any outsider or person/vehicles
belonging to agencies other than employer/ Engineers who may have to visit the site in
connection with work
(5) The Contractor shall liase with the Designated Contractors and the contractors responsible
for the adjacent and other interfacing contracts and ensure that co- ordinated security procedures
are operated, in particular in respect of vehicles permitted to pass through the Site and/or the
adjacent sites in the latter periods of the Contract.

(6) Security and checking arrangements as felt necessary shall be provided with advise and help of
Police.

12. TESTING GENERAL

(1) The Contractor shall provide and perform all forms of testing procedures applicable to the
Works and various components and the interfacing of the Works with the other Contract
works and shall conduct all necessary factory, site and acceptance tests.

(2) Deleted

(3) All testing procedures shall be submitted at least thirty (20) days prior to conducting any Test. The
Testing procedures shall show unambiguously the extent of testing covered by each submission,
the method of testing, the Acceptance Criteria, the relevant drawing (or modification) status and
the location.

(4) The testing Procedures shall be submitted, as required, by the Contractor during the duration of
the contract to reflect changes in system design or the identification of additional testing
requirements.

(5) The Engineer shall have the facilities for monitoring all tests and have access to all testing
records. Ample time shall be allowed within the testing programmes for necessary alterations to

equipment, systems and designs to be undertaken, together with re- testing prior to final
commissioning.
DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

(6) All costs associated with the Testing shall be borne by the Contractor, unless otherwise specified,
including the services of any specialised personnel or independent assessors. The Contractor shall
also bear any expenses incurred due to resetting caused by defects or failure of equipment to
meet the requirements of the Contract in the first instance.

(7) Unless agreed in writing by the Engineer, the personnel engaged on testing shall be independent
of those directly engaged in the design or installation of the same equipment.

(8) All testing equipment shall carry an appropriate and valid calibration labels.

BATCHES, SAMPLES AND SPECIMENS

(9) A batch of material is a specified quantity of the material that satisfies the specified conditions. If
one of the specified conditions is that the material is delivered to the Site at the same time, then
material delivered to the Site over a period of a few days may be considered as part of the same
batch if in the opinion of the Engineer there is sufficient proof that the other specified conditions
applying to the batch apply to all of the material delivered over the period.

(10) A sample is a specified quantity of material that is taken from a batch for testing and which
consists of a specified amount, or a specified number of pieces or units, of the material.

(11) A specimen is the portion of a sample that is to be tested.

SAMPLES FOR TESTING

(12) Samples shall be of sufficient size and in accordance with relevant Standards to carry out all
specified tests.

(13) Samples taken on the Site shall be selected by, and taken in the presence of, the
Engineer and shall be suitably marked for their identification. An identification marking system
should be evolved at the start of works in consultation with the Engineer.

(14) Samples shall be protected, handled and stored in such a manner that they are not
damaged or contaminated and such that the properties of the sample do not change.

(15) Samples shall be delivered by the Contractor, under the supervision of the Engineer, to the
specified place of testing. Samples on which non-destructive tests have been carried out shall be
collected from the place of testing after testing and delivered to the Site or other locations
instructed by the Engineer.

(16) Samples which have been tested may be incorporated in the Permanent Works provided that:

(a) the sample complies with the specified requirements;

(b) the sample is not damaged; and

(c) the sample is not required to be retained under any other provision of the Contract.

(17) Additional samples shall be provided for testing if in the opinion of the Engineer:

(a) material previously tested no longer complies with the specified requirements; or

(b) material has been handled or stored in such a manner that it may not comply with the specified
requirements.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

TESTING

(18) The Contractor shall be responsible for all on-site and off-site testing and for all in-situ testing. All
appropriate laboratory tests shall be carried out in the Contractor's laboratory, unless otherwise
permitted or required by the Engineer. Where the laboratory is not appropriately equipped and/or
staffed for some tests, or if agreed to by the Engineer, tests may be carried out in other
laboratories provided that:

(a) they are accredited for the relevant work to a standard acceptable to the Engineer

(b) particulars of the proposed laboratory are submitted to the Engineer for his consent.

(19) In-situ tests shall be done in the presence of the Engineer/Engineer „s Representative.

(20) Equipment, apparatus and materials for in-situ tests and laboratory compliance tests carried
out by the Contractor shall be provided by the Contractor. The equipment and apparatus shall
be maintained by the Contractor and shall be calibrated before the testing starts and at
regular intervals as permitted by the Engineer. The equipment, apparatus and materials for in-
the situ tests shall be removed by the Contractor as soon as practicable after the testing is
complete.

(21) The Contractor shall be entitled in all cases to attend the testing carried out in the
Employer's or other laboratories, to inspect the calibration certificates of the testing machines and
to undertake the testing on counterpart samples. Testing of such samples shall be
undertaken in laboratories complying with Clause 12(19)(a) above and particulars of the
laboratory proposed shall be submitted to the Engineer for consent prior to the testing.

(22) Attendance on tests, including that by the Engineer, Contractor and Designer, shall be
as laid down in the Quality Assurance procedures.

COMPLIANCE OF BATCH

(23) The results of tests on samples or specimens shall be considered to represent the whole batch
from which the sample was taken.

(24) A batch shall be considered as complying with the specified requirements for a material if the
results of specific tests for of the specified properties comply with the specified requirements for the
properties.

(25) If additional tests are permitted or required by the Engineer but separate compliance criteria
for the additional tests are not stated in the Contract, the Engineer shall determine if the batch
complies with the specified requirements for the material on the basis of the results of all tests,
including the additional tests, for every properties.

RECORDS OF TESTS

(26) Records of in-situ tests and laboratory compliance tests carried out by the Contractor shall be
kept by the Contractor on the Site and a report shall be submitted to the Engineer within
seven (7) days, or such other time stated in the Contract or in the Quality Assurance Programme,
after completion of each test. In addition to any other requirements, the report shall
contain the following details:

(a) material or part of the Works tested;

(b) location of the batch from which the samples were taken or location of the part of the Works;

(c) place of testing;

(d) date and time of tests;

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

(e) weather conditions in the case of in-situ tests;

(f) technical personnel supervising or carrying out the tests; (g)

size and description of samples and specimens;

(h) method of sampling; (i)

properties tested;

(j) method of testing;

(k) readings and measurements taken during the tests;

(l) test results, including any calculations and graphs;

(m) specified acceptance criteria; and

(n) Other details stated in the Contract.

(27) Reports of tests shall be signed by the site agent or his assistant, or by another
representative authorised by the Contractor.

(28) If requested, records of tests carried out by the Employer's staff or by the Engineer shall
be g i v e n to the Contractor.

13. RECORDS DRAWINGS PRODUCED BY THE CONTRACTOR

(1) Drawings produced by the Contractor including drawings of site layouts, Temporary Works,
Prefabricated roof structure work etc. for submission to the Engineer shall generally be to ISO
A1 size. They shall display a title block with the information as

detailed in Appendix 7 to these Employer's Requirements. The number of copies to be submitted to


the Engineer shall be as stated in the Contract, or as required by Engineer.

PROGRESS PHOTOGRAPHS

(2) The Contractor shall provide monthly progress photographs which have been properly recorded to
show the progress of the works to the Engineer. . The photographs, of not less than 72 in number,
shall be taken on locations agreed with the Engineer to record the exact progress of the Works. Two
sets of photographs shall be provided on CD ROM format with two sets of colour prints of 175 mm x
125 mm size.

(3) The Contractor shall mount each set of each month's progress photographs in a separate
album of a type to which the Engineer has given his consent, and shall provide for each
photograph two typed self-adhesive labels, one of which shall be mounted immediately below
the photograph and one on the back of the photograph. Each label shall record the location, a
brief description of the progress recorded and the date on which the photograph was taken.

(4) All photographs shall be taken by a skilled photographer whose name and experience shall be
submitted to the Engineer for consent and approval received. Processing shall be carried out by
a competent processing firm to the satisfaction of the Engineer.

(5) The Contractor shall ensure that no photography is permitted on the Site without the agreement of
the Engineer. Contractor should be aware of the local regulations and conditions with regard
to Photography in some “RESTRICTED AREA‟ in Delhi.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

RECORDS OF WAGE RATES

(6) The Contractor shall keep monthly records of the average, high and low wage rates for each
trade/tradesman employed on the Site and records shall be made available to the Engineer during
inspection.

14. MATERIALS

(1) Materials and goods for inclusion in the Permanent Works shall be new unless the Engineer
has consented otherwise. Preference shall be given to local materials where available. Approved
Manufacturers/Suppliers of few important items have been given in Appendix 10 of this document.
These materials shall be procured only for these manufacturers/Suppliers.

(2) Certificates of tests by manufacturers which are to be submitted to the Engineer shall be current
and shall relate to the batch of material delivered to the Site. Certified true copies of certificates
may be submitted if the original certificates could not be obtained from the manufacturer.

(3) Parts of materials which are to be assembled on the Site shall be marked to identify the different
parts.

(4) Materials which are specified by means of trade or proprietary names may be substituted
by materials from a different manufacturer which has received the consent of the Engineer
provided that the materials are of the same or better quality and comply with the specified
requirements.

(5) Samples of materials submitted to the Engineer for information or consent shall be kept on the
Site and shall not be returned to the Contractor or used in the Permanent Works unless permitted
by the Engineer. The samples shall be used as a mean of comparison which the Engineer shall
use to determine the quality of the materials subsequently delivered.

Materials delivered to the Site for use in the Permanent Works shall be of the same or better quality
as the samples which have received consent.

PROVISION AND DISPOSAL OF EARTHWORKS MATERIAL

(6) The Contractor shall be responsible for the provision of all classes of earthworks material required for
the Works, whether sourced from the excavations within the Contract or obtained from any
other sources, which are located outside the Site, for which the Engineer has given the
consent.

(7) For fill or dumping sites, the Contractor shall prepare a land plan with details of surface drainage
requirements, final formation levels, spreading and compaction of the fill during dumping
acceptable to the Engineer. The Contractor shall also provide security for such sites. The dumping
sites to be used by the Contractor shall be as directed by the Engineer.
(8) All excavated material, excluding waste material, bentonite fluid and bentonite contaminated
material shall be disposed of at the appointed site only. This material shall be placed and
compacted in accordance with the Construction Specification for Earth Works or as otherwise
directed by the Engineer's Representative. The disposal of waste
material, bentonite fluid and material contaminated with bentonite shall be the full
responsibility of the Contractor and these materials shall be disposed of by the Contractor
at an approved location. The dumping sites provided by the Employer shall not be used for
disposal of waste material, bentonite fluid or material contaminated with bentonite.

(9) Rock deposited as fill material at the dumpsites shall be capable of compaction with single
pieces no larger than 300mm.
`

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

15. RESTORATION OF AREAS DISTURBED BY CONSTRUCTION.

Unless otherwise directed by the Engineer, any areas disturbed by the construction activity,
either inside or outside the Project Right of Way, shall be reinstated as follows:

All areas affected by the construction work shall be reinstated to their original condition, with new
materials, including but not necessarily limited to, sidewalks, parking lots, access roads,
adjacent roads properties and landscaping. Grass cover shall be provided for any bare earth
surface areas, along with proper provisions for surface drainage.

16. Landscaping design must be submitted to the relevant authorities and match the
remaining all works areas and will submit his proposals to the relevant authorities for approval
before areas. In addition the Contractor shall carry out the design and construction of
landscaping for commencement of landscaping works.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

EMPLOYER'S REQUIREMENTS – DESIGN


(D) EMPLOYER REQUIRMENTS – DESIGN

1. INTRODUCTION
(i) DELETED
(ii) DELETED
(iii) The Contractor shall engage the Designer who shall undertake and prepare the design of
the Temporary Works with suitable Design Data and Design calculations. The Contractor shall
establish an office for his design team at the Site in Delhi. The design team shall function
from this office and all meetings and discussions relating to design shall be held in this office.
(iv) DELETED.
(v) DELETED.
2. REQUIREMENTS DURING DESIGN PHASE - DELETED

3. REQUIREMENTS DURING CONSTRUCTION PHASE


(i) The principal requirements relating to design during the Construction Phase are the production of
Working Drawings related to temporary works, the preparation of technical submissions as
required under the Contract.
(ii) Working Drawings shall be prepared as required under the Contract. They shall be endorsed by
the Contractor as being in accordance with the Construction Reference Drawings.
(iii) DELETED
(iv) DELETED. .
(v) DELETED.
(vi) The Contractor shall maintain all records necessary for preparation of the As- Built Drawings.
Upon completion of the Works or at such time as agreed to or required by the Engineer, the
Contractor shall assist the DDC engaged by DMRC to prepare drawings which, subject to the
Engineer's agreement, shall become the As-Built Drawings. All such drawings shall be endorsed by the
Contractor as true records of the construction of the Permanent Works and of all temporary works
that are to remain on the site. The Contractor shall also show the locations of utilities exposed, and
retained as directed.

4. DESIGN INTERFACES WITH DESIGNATED CONTRACTOR


DELETED.
5 DESIGN SUBMISSIONS: -
5.1 PRELIMINARY DESIGN SUBMISSION - DELETED

5.2 DEFINITIVE DESIGN SUBMISSION- DELETED

5.2.3 CONTRACT SPECIFICATION - DELETED

5.2.4 SUPPORTING DOCUMENTS

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

(i) GEOTECHNICAL INTERPRETATIVE REPORT

A report including site investigation results and covering the geotechnical interpretation of site
investigation work including that undertaken by the Contractor in sufficient detail to confirm and justify
parameters used in the foundation and geotechnical designs. The report shall include the full logs
and descriptions of confirmatory boreholes drilled by the Contractor.
(ii) SURVEY REPORT
A report on all survey work undertaken by the Contractor, including checks on mapping, survey
stations, co-ordinates and setting-out. Updated topographical and survey drawings shall also be
included.
(iii) UTILITIES REPORT
A report giving details of arrangements and working methods in respect of the existing utilities,
including protection measures, diversions, reinstatements and programme allowances.
(iv) TEMPORARY WORKS DESIGN REPORT
A report which provides sufficient information on the design of the Temporary Works to allow the
Engineer to assess their effects on the Permanent Works and to enable these to be taken into
account in the review of the Definitive Design.
(v) CONSTRUCTION / INSTALLATION ANALYSIS REPORT
A report containing a stage-by-stage construction / installation/erection sequence for all structures
components etc.
(vi) CONSTRUCTION METHOD STATEMENT
A report which provides sufficient information on the methods of construction and Contractor's
Equipment to allow the Engineer to assess their effects on the Permanent Works and to enable
these to be taken into account in the review of the Definitive Design.
(vii) PROJECT SCHEDULE REVIEW - DELETED

(viii) REPORT ON THE USE OF WORKS AREAS


A report updating the proposals from those contained in the Contractor's Technical Proposals
for the use of Works Areas and their reinstatement, detailing the station accesses and accesses
facilities.
5.2.5 NOTICES ON DEFINITIVE DESIGN SUBMISSION
DELETED.
6. DESIGN SUBMISSIONS - CONSTRUCTION REFERENCE DRAWINGS SUBMISSIONS
DELETED

7. DESIGN SUBMISSIONS - CONSTRUCTION PHASE


(i) As-Built Drawings, endorsed by the Contractor shall be submitted to the Engineer for
agreement in accordance with Clause 5.6 of the GCC.
8. DESIGN SUBMISSIONS - REVIEW PROCEDURES
(i) DELETED.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

9. DESIGN SUBMISSION PROGRAMME


(i) DELETED.

10. PROGRAMME FOR SUBMISSIONS DURING THE CONSTRUCTION PHASE


DELETED.
11. CALCULATIONS
DELETED.
12. DOCUMENTS REQUIREMENTS
(i) DELETED.
.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

ATTACHMENT D 1

DESIGN CERTIFICATE
DELETED

SAMPLE DRAWING TEMPLATE

DESIGN QUALITY ASSURANCE

The responsibility of control, check and verification of accuracy, correctness, completeness,


integration and full compliance of contract provisions in respect of design analysis and
drawings rests with the design consultants and the contractor.

By Designer By Contractor

Sig. : Sig. : Sig. : Sig. :

Date. : Date. : Date. : Date. :

Name : Name : Name : Name :

Designed by Checked by Approved by Accepted By

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita Vihar
d

Depot for Delhi MRTS Phase-IV Project

EMPLOYER'S REQUIREMENTS

APPENDIX 1

LIST OF DRAWINGS

The Tender Document 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.
The List of Drawings issued with the tender documents is stated in Volume -5.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
d

Vihar Depot for Delhi MRTS Phase-IV Project

EMPLOYER'S REQUIREMENTS

APPENDIX 2A

WORKS AREAS

The employer will provide the work areas of Approx. 500 sq.m. within 5 Km radius of work site as
per availability for construction of Batching Plant, stacking Depot. All the work areas (land for Batching
Plant & site office) are to be handed over back to the Employer within 28 days from the date of issue of
Take over Certificate.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
d

Vihar Depot for Delhi MRTS Phase-IV Project

EMPLOYER'S REQUIREMENTS APPENDIX 2B


CONTRACT KEY DATES AND COMPLETION DATE FOR CIVIL WORKS

Contractor shall prepare & submit his detailed programme of works so as to achieve Key dates
of various activities on time. The contractor shall complete the work in a planned manner by
fixing priorities to different stretches of work to give access to the other interfacing contractors
as per requirement of project from time to time as per the Key dates (mile stones).

Contract DC- : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for
Augmentation of Sarita Vihar Depot for Delhi MRTS Phase-IV Project
KEY DATES

Applicable LD
Key Dates Duration
Sl. No.
Description Weeks
PRE-BREAK ACTIVITIES
Submission of Detailed work programme with all 0.015% of contract price per day of
KD 1 3
activity for entire work. delay for the Key dates
Final submission of work programme incorporating all
0.015% of contract price per day of
KD 2 comments of Engineer, if any, including 2 weeks for 8
delay for the Key dates
review by Engineer.
0.015% of contract price per day of
KD 3 Submission of Design for Temporary Works 14
delay for the Key dates
Completion of Set up for D-wall Construction including
0.015% of contract price per day of
KD 4 Fabrication Yard, Batching Plant, Polymer Plant Etc. and 15
delay for the Key dates
Start of D-wall Construction.
0.015% of contract price per day of
KD 5 Completion of Base Slab for Phase-I of Works 40
delay for the Key dates
Road Restoration at Phase-I Location and Completion 0.015% of contract price per day of
KD 6 44
of Level Crossing Road Works delay for the Key dates
Completion of Sub-grade Works in Depot (Green Field 0.015% of contract price per day of
KD 7 50
Work) delay for the Key dates
0.015% of contract price per day of
KD 8 Access for Track Work in Depot (Green Field Work) 52
delay for the Key dates
0.015% of contract price per day of
KD 9 Completion of Base Slab for Phase-II of Works 60
delay for the Key dates
0.015% of contract price per day of
KD 10 Road Restoration for Phase-II Works 64
delay for the Key dates
0.015% of contract price per day of
KD 11 Completion of Base Slab for Phase-III of Works 76
delay for the Key dates
Road Restoration for Phase-III Works and winding-up 0.015% of contract price per day of
KD 12 80
and demobilization. delay for the Key dates
POST-BREAK ACTIVITIES
0.015% of contract price per day of
KD 13 Start of H-Pile Construction 100
delay for the Key dates
Completion of Railing and other required Works for 0.015% of contract price per day of
KD 14 104
commissioning of SBL delay for the Key dates
Completion of Balance Sub-grade Works in Depot 0.015% of contract price per day of
KD 15 120
(Brownfield Works). delay for the Key dates

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
d

Vihar Depot for Delhi MRTS Phase-IV Project

0.015% of contract price per day of


KD 16 Access for Track Work in Depot (Brownfield Works). 122
delay for the Key dates
0.015% of contract price per day of
KD 17 Completion of Phase-IV Works 130
delay for the Key dates
Completion of Track way Basic structure for designated
0.015% of contract price per day of
KD 18 contractor’s access - Track way including 1st stage track 138
delay for the Key dates
bed concrete.
0.015% of contract price per day of
KD 19 Road Restoration for Balance Section 150
delay for the Key dates
Completion of Entire Works in Sarita Vihar Depot 0.015% of contract price per day of
KD 20 152
required for testing and commission of Depot. delay for the Key dates
Completion of all other outstanding work like
0.015% of contract price per day of
KD 21 reinstatements etc. that does not affect the testing and 156
delay for the Key dates
commissioning of the section.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
d

Vihar Depot for Delhi MRTS Phase-IV Project

EMPLOYER'S REQUIREMENTS

APPENDIX 2C - Deleted

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
d

Vihar Depot for Delhi MRTS Phase-IV Project

EMPLOYER'S REQUIREMENTS

APPENDIX 2D

The Interface management Document of this Appendix-2D is given in 27 Pages from page no.1 to 27
shall also be complied.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

EMPLOYER'S REQUIREMENTS

APPENDIX 3

PROJECT CALENDAR

(1) The Project Weeks shall be commenced on a Monday. A day shall be deemed to commence
at 0001 hour on the morning of the day in question. Where reference is made to the
completion of an activity or Milestone by a particular week, this shall mean by midnight on the
Sunday of that week.

(2) Requirements for the computation of Key Dates are given in Appendix 2B to the Employer's
Requirements.
(3) A 7 day week calendar shall be adopted for various (Work) programme schedules for
scheduling purposes.

(4) For Project purposes, the presentation shall be in „Week‟ units.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

EMPLOYER'S REQUIREMENTS

APPENDIX 4
PROGRAMME REQUIREMENTS
1. GENERAL
(1) Purpose of Programme

There are two primary purposes for the requirement of Programme (Scheduling)
information described in this document:
a. Evaluation of Tender

b. Status Reports during Construction


To provide the Engineer with status reports for managing, monitoring and
coordinating the awarded contracts during their execution within the overall
multi-contract project schedule.

The requirements are organized in two stages. The first stage is a requirement for all
Tenderers and shall be submitted as part of Tender. The second stage is a
requirement of the Employer and describes a series of reports to be submitted by the
Contractor to the Engineer during the execution of the contract, following the award of
Contract.

(2) The Tenderer/ Contractor shall programme his work at all times to meet the Key
Dates stated in Appendix 2B to the Employer's Requirements and the specified
interface periods for the design and installation of the Works with those of the
Designated Contractors and shall during the progress of the Works constantly
monitor his progress against the programmes described below.

(3) The Tenderer/ Contractor shall include in all programmes his work obligations
towards shared access, shared Site areas and other coincident or adjacent Works
Areas.

(4) The Works Programme, and all more detailed or revised versions, shall be submitted
to the Engineer in hard copy as well as soft copy for his consent in accordance with
the provisions of the GCC.

2. METHODOLOGY
(1) The computerized Critical Path Method (CPM) network using the Precedence
Diagramming Method (PDM), has been selected by the Employer as the technique for
contract management system and in co-coordinating the multi-contract project. This
technique shall also be employed by the Tenderer in preparing their Tender
submissions and by the Contractor in their Construction Stage submissions.

(2) Unless otherwise agreed by the Engineer, all programmes submitted by the
Contractor shall be produced using computerized Critical Path Method (CPM)
Networks developed implementing the Precedence Diagramming Method (PDM) with
Cost Loaded Charts and Tables.

(3) The Contractor shall implement and use throughout the duration of the Contract, a
computerized system to plan, execute, maintain and manage the planning, design,
pre-construction, construction, and sub-contracts in executing the CPM scheduling by
PDM. The reports, documents and data provided shall be an accurate representation
of the current status of the Works and of the work remaining to be accomplished; shall

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

provide a sound basis for identifying problems, deviations from the planned works,
and for making decisions; and shall enable timely preparation of the same for
presentation to the Engineer.

3. PROGRAMME MANAGEMENT SOFTWARE

(1) CPM programming software used shall be Primavera Project Planning (P3) Program -
Ver 2.0b or later. Any other compatible system capable of direct file interchange
capability with software program used by the Employer - Primavera (P3), Ver 2.0b
can be used with Engineer‟s consent. Scheduling software and relevant instruction
manuals, licensed for use in connection with the contract, shall be provided by the
Contractor according to the Employer‟s specifications

(2) The Tenderer may use a system other than Primavera but will be required to
demonstrate that full electronic data transfer to Primavera is available and that the
various levels of reporting and coding capabilities are at least equivalent to
Primavera. Compatibility and comparable performance between Primavera and the
Tenderer's proposed system shall be demonstrated in his Tender submission. Should
compatibility not be demonstrated to the Employer's satisfaction the Contractor shall
utilise Primavera for development, statusing, updating and revision of all the
Programmes during the duration of the Contract. Upon the Engineer's consent of a
system other than Primavera, the Contractor shall supply the Engineer with an
original licensed copy, including manuals and approved training of the software and
any subsequent versions thereof at no extra cost.

4. (Not Used)
5. POST CONTRACT AWARD
5.1 The Contractor shall develop his Tender Programme into the Initial Works Programme
including an outline Narrative Statement and submit within 15 days of the date of the Notice to
Proceed and its more detailed version within sixty (60) days of receiving the Engineer‟s
consent to the proposed Initial W orks Programme.

5.2 The first Three Month Rolling Programme shall be submitted within thirty (30) days of the date
of Notice to Proceed and all subsequent editions shall accompany the Monthly Progress
Report. The Monthly Progress Reports shall also include a Programme Update as described
below. These programmes shall subsequently be updated as described below.
5.3 Following the Contractor's Initial Works Programme submission but in any case no later than six
(6) months from the date of award of contract, the contractor shall make submissions of the
detailed Works Programme suitably amended to take into account the programmes of
Designated Contracts. It is the Contractor's responsibility to ensure timely co-ordination with the
Designated Contractors to review, revise and finalise his Initial Work Programme so as not to
affect the progress of Works/ and or the works of the Designated Contractors. The resubmitted
programme when approved by the Engineer shall form the Baseline Programme against which
actual progress of the Contract shall be reckoned. As the work progresses, it may be necessary
to update/ revise the Baseline programme but such updating shall only be carried out with the
prior consent of the Engineer or when directed by them.

5.4 For Initial & Detail Work Programme submission, one (1) original and six (6) copies each of the
following Programmes and Reports shall be submitted to the Engineer:

a) Programme: Baseline CPM Network


b) Programme: Baseline Milestone based Cost Activity Schedule
c) Baseline Schedule Report
d) Narrative

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

e) Baseline Physical Progress 'S' curve


f) Baseline Resource Charts
5.4.1 The Engineer shall review and comment on the Contractor‟s programmes and information
submitted under this Clause. The Engineer will confirm his consent or otherwise of the
submissions within thirty (30) calendar days.

5.5 The Engineer shall require the Contractor to re-submit within thirty (30) calendar days if he is of
the opinion that the programmes and information submitted by the Contractor is unlikely to meet
the Contract key dates.

5.6 If in the opinion of the Engineer, any of the Contractor's revised programmes or Baseline
Schedule Report is not acceptable, it shall be construed as a failure of the Contractor to meet a
Milestone.

5.7 Notwithstanding the above, the Engineer may at any time during the course of the Contract
require the Contractor to reproduce the computer-generated Baseline Schedule Report
described above to reflect actual activity dates and generate schedules based upon "what if"
statements. The initial computer-generated report after receiving the Engineer‟s consent will
serve as the base against which the contract progress will be measured. Any changes to the
Report reflected in subsequent Baseline Schedule Reports shall also require the Engineer‟s
consent.

5.8 Failure to include any element of work required for performance of the Contract shall not relieve
the Contractor from completing all works required under the Contract to achieve the original or
any extended key completion date.

6. WORKS PROGRAMME

(1) The Works Programme shall show the Contractor's plan for organising and carrying out
whole of the W orks.

(2) The Works Programme shall be a computerised Critical Path Method (CPM) network
developed using the Precedence Diagramming Method (PDM) and shall be present in
bar chart and time-scaled network diagram format to a weekly or monthly time scale.

(3) Tasks in the W orks Programme shall be sufficiently detailed to describe activities and
events that include, but are not limited to, the following:

(a) Key Dates,


(b) All physical work to be undertaken in the performance of the Contract
obligations, including Temporary Works,
(c) The requested date for issue of any drawings or information by the Engineer,
(d) Incorporation of principal aspects of the Design Submission Programme,
(e) Procurement of major materials and the delivery and/or partial delivery date
on-Site of principal items of Contractor's Equipment,
(f) Any off-site work such as production or pre-fabrication of components,
(g) Installation of temporary construction facilities,
(h) Interface periods with Designated Contractors or utility undertakings,
(i) Design, supply and/or construction activities of sub-contractors,
(j) Any outside influence which will or may affect the Works.

(4) The Works Programme shall show achievement of all Key Dates.

(5) Activity descriptions shall be unique, describing discrete elements of work. Any activity
creating an imposed time or other constraint shall be fully defined by the Contractor.

(6) The Works Programme shall be organised in a logical work-breakdown-structure including


work stages and phases, and shall clearly indicate the critical path(s).
Each activity in the Works Programme shall be coded to indicate:

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

(a) Activity ID and Activity Code.

(b) The Engineer may request additional activity coding to the extent available without restraint to the
Contractor‟s utilisation of the programme software. When requested, the Contractor shall add
the required additional coding to the Programme. The Contractor shall use additional code
fields as requested to comply with the requirements and for the use of the Contractor.

(7) Activity duration shall not exceed two (2) weeks, unless otherwise consented to by the
Engineer, except non-construction activities such as submittals, submittal reviews,
procurement and delivery of materials or equipment and concrete curing. The Contractor
shall submit a Programme/Project Calendar cross reference clearly indicating the allowance
for holidays.

(8) The Works Programme, in each submission, shall be accompanied by an Activity Report
and a Narrative Statement as described below in both electronic (3½" diskettes or CD-R) and
hard copy format (time scale logic diagrams in A1 size, reports in A4 size).
(9) Activity Report shall list all activities, and events in the W orks Programme, sorted by activity
identification number.

The Activity Report shall include the following for each activity and event:

(a) Activity identification number and description,

(b) Duration expressed in


Days,

(c) early and late start, & early and late finish dates. Planned start and finish

dates, (d) Calculated total float and free float,

(e) Predecessor and successor(s), accompanying relationships and lead/lag duration,

(f) Imposed time or date constraints,

(g) Calendar.
(10) Narrative

Statement

The Narrative shall be a comprehensive statement of the Contractor‟s plan and approach for the
execution of the Works and the achievement of key dates, handover dates, submission dates
and any intermediate dates. It shall incorporate outline method statements in respect of major
items of work including construction sequences and primary item of plant, Construction
Equipment, Temporary W orks and the like. It shall fully explain the reasons for the main logic
links in the Programme and include particulars of how activity duration are established. This shall
include estimated quantities, production rates, hours per shift, work days per week and a listing
of the major items of Construction Equipment planned for use on the project. Activities, which
may be expedited by use of overtime or additional shifts, shall be identified and explained. A
listing of holidays, and other special non-work days being used for the computer reports shall be
included.

(11) Baseline Physical Progress 'S' Curve

The Contractor shall also submit a forecast Cumulative Physical Progress 'S' curve based on the
time-phased distribution of cost in the CPM Network Logic Diagram, expressed in percentage
terms. This „S‟ curve shall be generated from the computerised CPM Network Logic Diagram.

(12) Baseline Resource Charts


DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

The Contractor shall also submit a Resource Charts, generated from the Contractor's CPM
Network Diagram, showing the anticipated manpower and main Construction Equipment usage
during the execution of the Project.

As an additional monitoring facility, indicator resources shall be assigned to relevant activities for
the major items of work. Indicator resources shall be directly allocated for excavation (cum.),
piling (no.), pile cap(no, pier & pier cap(no), viaduct(RM), parapet wall(RM) concrete (cum) for
site etc. Resource indicators may be input as a daily rate, expected required rate, or as an
activity total in the relevant units. These are purely indicative quantities and do not form part of
contract.

(13) All submissions of proposed Works Programmes subsequently, after approval of the Initial
Works Programme, shall include the actual physical progress of work and forecast of the
remaining work. Actual progress shall be stated in percent complete, remaining duration, and
actual start and finish dates for each activity in the Works Programme.

7. INITIAL WORKS PROGRAMME


(1) The Initial Works Programme submitted as under Clause 5.1 need not include the full
details given under Clause 6 above. It should be a condensed version with combined
activities of longer. The outline Narrative Statement shall be in sufficient detail to
clearly show the Contractor's intention.

(2) Within sixty (30) days of the Engineer‟s consent to the Initial W orks Programme, the
Contractor shall submit to the Engineer an expanded and more detailed version of the
Initial W orks Programme containing all of the information and detail required under
Clause 5 above.

(3) Such submission shall make use of the Tender Programme submitted earlier but
refined to include the best estimates of dates for the work of Designated Contracts
which has impact on the Contractor's programme. Such programmes shall be
amended subsequently to incorporate the actual dates/ schedule of the affecting
contracts. It is the Contractor's responsibility to ensure timely co-ordination with the
Designated Contractors to finalise the Initial Programme, without affecting progress of
the work.

8. WORKS PROGRAMME REVISIONS


(1) The Contractor shall immediately notify the Engineer in writing of the need for any
changes in the W orks Programme, whether due to a change of intention or of
circumstances or for any other reason. Where such proposed change affects timely
completion of the W orks or any other Key Date the Contractor shall within
fourteen(14) days of the date of notifying the Engineer submit for the Engineer's
consent its proposed revised W orks Programme and accompanying Narrative
Statement. The proposed revised Works Programme shall show the sequence of
operations of any and all works related to the change and the impact of changed
work or changed conditions.

(2) If at any time the Engineer considers the actual or anticipated progress of the work
reflects a significant deviation from the W orks Programme, he may request
the Contractor to submit a proposed revised Programme which together with an
accompanying Activity Report and Narrative Statement, shall be submitted by the
Contractor within fourteen (14) days after the Engineer's instruction. The proposed
revised Works Programme shall show the sequence of operations of any and all work
related to the change and the impact of changed work or changed conditions.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

(3) All activities that have negative float must be analysed by the Contractor to identify
the impact on the timely completion of the W orks or on the achievement of Key
Dates.

9. THREE MONTH ROLLING PROGRAMME

(1) The Three Month Rolling Programme shall be an expansion of the current Works
Programme, covering sequential periods of three months. The Three Month Rolling
Programme shall provide more detail of the Contractor's plan, organisation
and execution of the work within these periods. In particular, the Contractor shall
expand each activity planned to occur during the next three(3) month period, if
necessary to a daily level of detail.

(2) The Three Month Rolling Programme shall be developed as a Critical Path Method
(CPM) network, and shall be presented in bar chart and time-scaled network
diagram format. Bar charts shall be presented on an A4 and time-scaled networks
diagrams on an A1 size reproducible media. Tasks in the programme shall be
derivatives of and directly related to tasks in the approved Works Programme.

(3) The Contractor shall describe the discrete work elements and work element inter-
relationships necessary to complete all works and any separable parts thereof
including work assigned to sub-contractors.

(4) Activity duration shall not exceed two (2) weeks unless otherwise consented to by
the
Engineer.

(5) Each activity in the Three Month Rolling Programme shall be coded, or described so
as clearly to indicate the corresponding activity in the Works Programme

10. THREE MONTH ROLLING PROGRAMME REVISIONS AND UPDATE

(1) The Three Month Rolling Programme shall be extended forward each month as
described under Clause 5(1) above. Each submission of the Three Month Rolling
Programme shall be accompanied by a Programme Analysis Report,
describing actual progress to date, and the forecast for activities occurring over the
next three- month period.
(2) If the Three Month Rolling Programme is at variance with the W orks Programme, the
Programme Analysis Report shall be accompanied by a supporting Narrative
Statement describing the Contractor's plan for the execution of the activities to be
undertaken over the three month period, including programme assumptions
and methods to be employed in achieving timely completion.
(3) The Contractor shall revise the Three Month Rolling Programme or propose
revisions of the Works Programme, or both, from time to time as may be
appropriate to ensure consistency between them.

11. THREE WEEK ROLLING BAR CHART SCHEDULE


Once a week, on a day mutually agreed to by the Engineer and the Contractor, a meeting
will be held to assess progress by the Contractor during the previous work week. The
Contractor shall submit a construction schedule listing activities completed and in-progress
from the previous week and the activities scheduled for the succeeding two weeks based
on the detailed W orks Programme. Copies of the schedule shall be submitted on A3 sized
paper.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

12. PROJECT CALENDAR


For the Project, the Contractor shall adopt 7 days a week calendar, identical calendar for
the purpose of programming and Execution of Works. Official documents shall be
transacted during 5 days week - Monday through Friday, except for National (Govt. of
India) Holidays. For Project purposes, a week begins at 0001 hours on a Monday and ends
at 2359 hours on a Sunday. The completion of an activity or the achievement of an event
when given a week number shall be taken to mean midnight on the Sunday at the end of the
numbered week. An access date or activity start date when given as a week number shall
be taken to mean 0001 hours on a Monday of the Numbered week.

13. PROGRAMMING PERSONNEL


The Contractor shall submit, as part of its Staff Organisation Plan, the names and required
information for the staff to be employed on W orks Programming. The principal W orks
Programmer shall hold reputable professional qualifications acceptable to the Engineer
including at least five (5) years relevant experience in programming civil engineering works.
Others in the group shall have at least three (3) years experience in such work. The
programmers shall be employed by the Contractor full time on the Contract until the
completion or such earlier time the Engineer may give his consent.

14. PROGRAMME AND REPORT SUBMISSION FORMAT

The Contractor shall submit one (1) original and six (6) copies and one (1) reproducible (for
Programmes) of all submissions to the Engineer. All submissions shall be in AO, A1, A3 or A4
size, as appropriate except as may otherwise be agreed by the Engineer. In addition, the
computerised programme and report shall be submitted in 3-1/2 inches diskettes (similarly for
submissions required under Clause 5.4).

The format for all Programme and Report submissions shall be strictly in accordance with the
format as stated herein or as requested by the Engineer.

15. FAILURE TO SUBMIT PROGRAMME


Failure of the Contractor to submit any programme, or any required revisions thereto within
the time limits stated for acceptance by the Engineer, shall be sufficient reason for not making
the relevant stage on account payment by the Engineer.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

EMPLOYER'S REQUIREMENTS
APPENDIX 5
MONTHLY PROGRESS REPORTS
1. GENERAL

(1) The Contractor shall submit to the Engineer, a Monthly Progress Report. This Report
shall be submitted by the end of each calendar month and shall account for all work
th
actually performed from 26 day of the last month and up to and including the twenty-
fifth (25th) day of the month of the submission. It shall be submitted in a format to
which the Engineer shall have given his consent and shall contain sections/sub-
sections.
2. FINANCIAL STATUS

(1) A narrative review of all significant financial matters, and actions proposed or taken in
respect to any outstanding matters.

(2) A spread sheet summarising each activity, the budget, costs incurred during the
period, costs to date, costs to go, cost forecast (total of costs to date and costs to go)
and cost variance (difference between cost forecast and budget).

(3) A spread sheet indicating the status of all payments due and made.
(4) A report on of the status of any outstanding claims. The report shall in particular
provide interim updated accounts of continuing claims.

3. PHYSICAL PROGRESS

(1) It shall describe the status of work performed, significant accomplishments, including
critical items and problem areas, corrective actions taken or planned and other
pertinent activities, and shall, in particular, address interface issues, problem s and
resolutions.

(2) It shall include a simplified representation of progress measured in percentage terms


compared with percentage planned as derived from the W orks Programme.

4. PROGRAMME UPDATE (For Entire Project)

Programme updating shall include:


(a) The monthly Programme Update which shall be prepared by recording actual
activity completion dates and percentage of activities completed up to the
th
twenty-fifth (25 ) of the month together with estimates of remaining duration
and expected activity completion based on current progress. The Programme
Update shall be accompanied by an Activity Report and a Narrative
Statement. The Narrative Statement shall explain the basis of the Contractor‟s
submittal:
(i) Early Work and Baseline Submittals – explains determination of
activity duration and describes the Contractor‟s approach for meeting
required Key Dates as specified in the Contract.
(ii) Updated Detail Programme Submittals – state in narrative the Works
actually completed and reflected along Critical Path in terms of days
ahead or behind allowable dates. Specific requirements of narrative
are:

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

 If the Updated Detailed Work Programme indicates an actual or


potential delay to Contract Completion date or Key Dates,
identify causes of delays and provide explanation of Work
affected and proposed corrective action to meet Key Dates or
mitigate potential delays. Identify deviation from pre vi o u s
month‟s critical path.
 Identify b y activity number and description, activities in
progress and activities scheduled to be completed.
 Discuss Variation Order Work Items, if any. (b)
the Programme Status which shall :
(i) Show W orks Programme status up to and including the current report
period, display Cumulative progress to date and a forecast of
remaining work.

(ii) Be presented as a bar-chart size A3 or A4 and as a time-related


logic network diagram on an A1 media, including activity listings;

(c) The Activity Variance Analysis which shall analyse activities planned to start
prior to or during the report period but not started at the end of the report
period as well as activities started and/or completed in advance of the Works
Programme.

5. KEY DATES STATUS

A report on the status of all Key dates due to have been achieved during the month and
forecasts of achievement of any missed Key dates, and those due in the next month.

6. THREE MONTH ROLLING PROGRAMME

The monthly issue of the Three Month Rolling Programme.

7. PLANNING AND CO-ORDINATION

(1) A summary of all planning/co-ordination activities during the month and details of
outstanding actions.

(2) A schedule of all submissions and consents/approvals obtained/outstanding.


8. PROCUREMENT REPORT

(1) A summary of all significant procurement activities during the month, including action
taken to overcome problems.

(2) A report listing major items of plant and materials which will be incorporated into the
Works. The items shall be segregated by type as listed in the Specifications and the
report should show as a minimum the following activities:

(a) purchase Order Date - Scheduled/Actual,

(b) manufacturer/Supplier and Origin,

(c) letter of Credit Issued date,


(d) manufacturer/Supplier Ship Date - Scheduled/Actual,
(e) method of Shipment,

(f) arrival Date in India- Scheduled/Actual.

9. PRODUCTION AND TESTING

Deleted

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

10. SAFETY

(1) A review of all safety aspects during the month including reports on all accidents and
actions proposed to prevent further occurrence.

11 ENVIRONMENTAL

(1) A review of all the environmental issues during the past month to include all
monitoring reports, mitigation measures undertaken, and activities to control
environmental impacts.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

EMPLOYER'S REQUIREMENTS

APPENDIX 6

QUALITY ASSURANCE

1. General
The Contractor shall implement a Project Quality Management Plan in accordance with ISO-
9001 "Quality System - Model for Quality Assurance in Design/Development, Production,
Installation and Servicing" to ensure that all materials, workmanship, plant and equipment
supplied and work done under the contract meets the requirements of the contract. This plan
shall apply to all activities related to the quality of items, including designing, purchasing,
inspecting, handling, assembling, testing, storing, and shipping of materials and equipment
and different elements of construction work and installations of system components.

The Quality Plan to be prepared by the Contractor and submitted to the Engineer shall follow
the requirements of ISO 9000 and address each element therein.

Registration of the Contractor's organisation, or subcontractors or sub-consultants is not


required for this Project but the Project Quality Management Plan as submitted shall meet the
intent of the ISO 9000 requirement in that there is a comprehensive and documented
approach to achieving the project quality requirements.

2. Quality Assurance Management Plan

The Project Quality Management Plan (PQMP) shall as a minimum address the quality
system elements as required by ISO 9001, generally noting the applicability to the
Contractor's Works Programme for the Project. Procedures or Quality Plans to be prepared
by others (Suppliers, Subcontractors, and Sub-consultants) and their incorporation in the
overall PQMP shall be identified.

The Contractor shall provide and maintain a Quality Assurance Plan (QA) to regulate
methods, procedures, and processes to ensure compliance with the Contract requirements.
The QA Plan, including QA written procedures, shall be submitted to the Engineer for his
review.

Adequate records shall be maintained in a readily retrievable manner to provide documented


evidence of quality monitoring and accountability. These records shall be available to
Employer at all times during the term of the Contract and during the Defects Liability Period
and for a five year period thereafter.

The Plan shall identify:


 Design Process: that control, check and verify the accuracy, completeness and
integration of the design shall be performed by certified personnel and in accordance with
documented procedure that have the written consent of the Engineer.
 Special Processes: that control or verify quality shall be performed by certified personnel
and in accordance with documented procedures that have the written consent of the
Engineer;
 Inspection and Test: Inspection and testing instructions shall provide for reporting non-
conformances or questionable conditions to the Engineer; Inspection shall occur at
appropriate points in the installation sequence to ensure compliance with drawings, test
specifications, process specifications, and quality standards. The Engineer shall
designate, if necessary, inspection hold points into installation or inspection planning
procedures;

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

 Receiving Inspection: These procedures shall be used to preclude the use of


nonconforming materials and to ensure that only correct and accepted items are used and
installed;

 Identification and Inspection Status: a system for identifying the progressive inspection
status of equipment, materials, components, subassemblies, and assemblies as to their
acceptance, rejection, or non-inspection shall be maintained;
 Identification and Control of Items: an item identification and traceability control shall be
provided;
 Handling, Storage, and Delivery: provide for adequate work, surveillance and inspection
instructions.

The Plan shall ensure that conditions adverse to quality such as failures, malfunctions,
deficiencies, deviations, and defects in materials and equipment shall be promptly identified
and corrected.

The Plan shall provide for establishing, and maintaining an effective and positive system for
controlling non-conforming material including procedures for the identification, segregation,
and disposal of all non-conforming material. Dispositions for the use or repair of non-
conforming materials shall require the Engineers consent.

3. Plan Implementation and Verification

The Plan shall clearly define the QA Organisation. Management responsibility for the QA
shall be set forth on the Contractor's policy and organisation chart. The Plan shall define the
requirements for QA personnel, their skills and training. Records of personnel certifications
shall be maintained and monitored by the QA personnel. These records shall be made
available to the Engineer for review, upon request.

The QA operations shall be subject to the Engineers, Employer or Employer's authorised


representative's verification at any time, including: surveillance of the operations to determine
that practices, methods and procedures of the plan are being properly applied; inspection to
measure quality of items to be offered for acceptance; and audits to ensure compliance with
the Contract documents.

The QA operations shall be subject to the Engineers, Employer or Employer's authorised


representative's verification at any time, including: surveillance of the operations to determine that
practices, methods and procedures of the plan are being properly applied; inspection to measure
quality of items to be offered for acceptance; and audits to ensure compliance with the Contract
documents.
Monthly Quality Report (MQR): The contractor shall submit the Monthly Quality Report, ont he lines
of sample document of MQR approved by the DMRC, to the Engineer, (Copy of sample document of
MQR is available with the Engineer). MQR will contain, apart from the Material Testing Reports, the
following major items:

a) Status of Approval of Method Statements: The Contractor shall submit Method Statements
including check lists & ITP (Inspection & Test Plan) for execution of each and every item of work
including temporary works at least four weeks before their execution, conforming to the outline
construction specifications given in the contract document and sample Method Statements approved
by the DMRC, for review and approval by the Engineer. (copies of sample Method Statements are
available with the Engineer).
b) Quality Walk: Quality Walk of the project site shall be held once in a week by the
employer/Employer‟s authorized representative.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

c) Weekly Quality Report (WQR): The contractor shall submit the Weekly Quality Report for review of
the quality by the Engineer in weekly progress review meeting. The WQR will be based on the lines
of MQR.

d) Internal Quality Audit (IQA): The contractor shall conduct an internal audit of the quality of the
project by the quality team of their HQ every month and shall submit the report to the Engineer.

e) External Quality Audit (EQA): The contractor shall get conducted the External Quality Audit
quarterly by the reputed agency approved by the Engineer and shall submit the report to the
Engineer.

f) Calibration of Batching Plant: The contractor shall et done the calibration of batching plant,
immediately after installation of the batching plant and at an interval of six months thereafter, by a
reputed external agency approved by the Engineer. However, the contractor shall check the
calibration in presence of Engineer‟s authorized representative on regular basis at least once in a
month.

g) Laboratory at Site: The contractor shall get calibrated the Laboratory equipment and their dial
gauges from the reputed agency/laboratory accredited by NABL and approved by the Engineer. The
calibration certificate including their validity shall be displayed near each and every equipment of the
Lab.

h) External Laboratory for Conducting Tests: The contractor shall get conducted the tests of
materials and elements of the work for which testing facility is not available in the field Lab, from the
external laboratories having valid accreditation of NABL approved by the Engineer. In addition to
this, the contractor shall get conducted 5% of the tests, for which testing facility is available in field
Lab also, in the external Lab, to facilitate independent review.

i) Water: The contractor shall get the water tested, from the reputed external laboratory approved by
the Engineer, at the start of the work and at an interval of three months thereafter. The contractor
shall also conduct the testing of the water at least once in a month in the field laboratory.

j) Status of deployment of Machinery and other T&P (Tools & Plants): The contractor shall deploy
machinery and other T&P as per the provisions of the contract. Method statements approved by the
Engineer and as per the requirement of the site. The contractor shall indicate the schedule of
deployment of the machinery and other T&P in the Monthly Quality Report. The fitness of the
machinery and other T&P shall be regularly got checked by the contractor by external
inspection/Audit Team.

k) NCNs (Non-Conformity Notice) of quality issued by DMRC & NCR‟s (Non-Conformity Report) of
quality raised by the Contractor: The status of MCNs and NCRs of quality shall be included by the
contractor in the Monthly Quality Report.
The Contractor shall provide all necessary access, assistance and facilities to enable the Engineer to
carry out on-site and off-site surveillance of Quality Assurance Audits to verify that the quality system
which has the consent of the Engineer is being implemented fully and properly.
The Contractor shall provide all necessary access, assistance and facilities to enable the Engineer to
carry out on-site and off-site surveillance of Quality Assurance Audits to verify that the quality system
which has the consent of the Engineer is being implemented fully and properly.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

EMPLOYER'S REQUIREMENTS
APPENDIX 7
DRAFTING AND CAD STANDARDS

1. INTRODUCTION

(1) The purpose of this document is to define the minimum Draughting and CAD standard
to be achieved by the Contractor for all drawings produced by the Contractor for the
purpose of the W orks.

(2) By defining a common format for the presentations of drawings and CAD files, the
exchange of drawn information is improved and will maximise the use of CAD in the co-
ordination process.

(3) All submissions shall be made to the Employer's Requirement in a format reviewed
without objection by the Employer's Requirement and in accordance with the
requirements in:
(a) the Contract;
(b) the Document Submittal Instructions to Consultants and Contractors.

(4) Paper and drawing sizes shall be “A” series sheets as specified in BS 3429.

(5) The following software latest and update version compatible for use with Intel-Windows
based computers shall be used, unless otherwise stated, for the various electronic
submissions required:
Document Type Electronic Document Format

Text Documents MS Word,

Spread Sheets MS Excel,

Data Base Files MS Access,

Presentation Files MS PowerPoint,

Programmes Ver2.0a Primavera for Windows, Suretrack

AutoCAD Graphics CorelDraw / AutoCAD

Photographic Adobe Photoshop,

Desktop Publishing Page Maker

CADD Drawings AutoCAD

(6) Media for Electronic File Submission


One copy shall be submitted unless otherwise stated in CD-ROM.
(7) Internet File Formats/Standards

(a) The following guidelines shall be followed when the Contractor uses the Internet
browser as the communication media to share information with the Employer.

(b) All the data formats or standards must be supported by Microsoft Internet
Explorer version 3 or above running on Windows NT and W indows 98.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

(c) The following lists the file types and the corresponding data formats to be used on
Internet. The Contractor shall comply with them unless prior consent is obtained
from the Employer's Requirement for a different Data format:

File Type Data Format


Photo Image Joint Photographic Experts Group
(JPEG)

Image other than Photo GIF or JPEG

Computer Aid Design files (CAD) Computer Graphics Metafile (CGM)

Video Window video (.avi)

Sound Wave file (.wav)

(8) The following states the standards to be used on Internet when connecting to
database(s). The Contractor shall comply with them unless prior consent is obtained
from the Employer's Requirement for a different standard:

Function to be Implemented Standard to be Complied With

Database connectivity Open Database Connectivity (ODBC)

Publishing hypertext language Hypertext Mark up Language (HTML)


on the World Wide Web

The hard copy of all documents shall be the contractual copy.


2. GENERAL REQUIREMENTS

2.1 General
(1) The Contractor shall adopt a title block similar to that used in the Drawings for all drawings
prepared under the Contract.

(2) Each drawing shall be uniquely referenced by a drawing number and shall define both the
current status and revision of the drawing.

(3) The current status of each drawing shall be clearly defined by the use of a single letter code
as follows:

P - Preliminary Design Drawing


D - Definitive Design Drawing
C - Construction Reference Drawing
W - Working Drawing
B - As-Built Drawing
M - As Manufactured Drawing
E - Employer's Drawing

2.2 Types of drawings

1) „Design drawings‟ mean all drawings except shop drawings and as-built drawings.
2) „Working drawings‟ are design drawings of sufficient detail to fully describe the Works

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

and adequate to use for construction or installation.


3) Site drawings and sketches‟ are drawings, often in sketch form, prepared on site to
describe modifications of the Working drawings where site conditions warrant
changes that do not invalidate the design.

4) 'Shop drawings' are special drawings prepared by the manufacturer or fabricator of


various items within the Works to facilitate manufacture or fabrication.
5) „As-built drawings‟ show the Works exactly as constructed or installed. They are
usually prepared by amending the working drawings to take into account changes
necessitated by site conditions and described in Site drawings. These drawings shall
be completed on a regular basis as the works progress, and shall not be left until
completion of the entire works.

3 COMPUTER AIDED DESIGN & DRAUGHTING (CAD) STANDARDS


3.1 Introduction

Scope of Use
Data input procedures between the Engineer and contractors must be co--ordinated, and the
key parameters used to form CAD data files must be standardised. The production of all CAD
data files shall comply with the following requirements.
3.2 Objectives

The main objectives of the CAD standards are as follows:


(a) To ensure that the CAD data files produced for Project are co-ordinated and referenced in
a consistent manner.

(b) To provide the information and procedures necessary for a CAD user from one
discipline or external organisation to access (and use as background reference),
information from a CAD data file prepared by another discipline or external
organisation.

(c) To standardise the information contained within CAD data files which may be common to
more than one discipline such as drawing borders, title boxes, grid lines etc.

(d) To establish procedures necessary for the management of CAD data files.
(e) To ensure all contractors use „Model space‟ and „Paper space‟ in the production of their
CAD files‟.
3.3 General
(1) To facilitate co-ordination between contractors, it is a requirement that all drawings
issued by contractors for co-ordination or record purposes shall be produced using
CAD methods. Drawings shall be issued in digital format in addition to the paper
copies.

(2) The intent of the issue of digital information is to aid the related design by others. The
definitive version of all drawings shall always be the paper or polyester film copies
which have been issued by the contractor or organisation originating the drawing.

(3) Drawings and drawing packages issued for co-ordination, record purposes or for
acceptance shall be accompanied by a complete set of the corresponding CAD data
files.
(4) Any contractor or organisation making use of the CAD data from others shall be
responsible for satisfying himself that such data is producing an accurate
representation of the information on the corresponding paper drawing which is
satisfactory for the purpose for which he is using it. Provided the general principles of

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

this section have been achieved by the originator of the CAD data, contractors making
use of the CAD data from others shall not be entitled to require alterations in the
manner in which such CAD data is being presented to them.

(5) In particular, automatic determination of physical dimensions from the data file shall
always be verified against the figured dimensions on the paper or polyester drawings.
Figured dimensions shall always be taken as correct where discrepancies occur.

3.4 Terminology & Associated Standards / Guidelines

Any terminology used within this section that is ambiguous to the user shall be clarified with
the Employer's Requirement. British Standard BS1192 is used in principle as a guide for
drawing practice, convention, CAD data structure and translation.
3.5 Paper Drawings

(1) For the Project “Paper” drawings are considered to be the main vehicle for the receipt
and transmittal of design and production information, typically plans, elevations and
sections.
(2) The Project wide accepted media for the receipt and transmittal of “Paper” drawings
will be paper and polyester film of various standard ISO „A‟ sizes. The composition of
this information shall be derived from a CAD “Model”.
(3) The CAD derived “Paper” drawing composition will reflect a window of information
contained within a CAD “Model Space” file together with a selection of information
contained within the associated CAD “Paper Space” file.

3.6 CAD Data Creation, Content & Presentation

A consistent method of CAD data creation, together with content and presentation is
essential. The method of CAD “Model Space and Paper Space” creation is as follows:
(1) Model Space Files

(a) Typically CAD “Model Space” files are required for general arrangement and
location plans and will consist of a series of other “Model Space” referenced
CAD files covering the total design extents at a defined building level (the
number of referenced files should be kept to an absolute minimum). Data
contained within a CAD “Model Space” files is drawn at full size (1:1) and
located at the correct global position and orientation on the Project Grid / or
defined reference points.

(b) Each CAD “Model Space” file will relate to an individual discipline. Drawing
border / text, match / section lines or detailed notation shall NOT be included
within a CAD “Model Space” file. Dimensions shall be included within a CAD
“Model Space” but located on a dedicated layer. Elevations, Long Sections
and Cross Sections shall also be presented in CAD “Model Space” as defined
above, but do not need to be positioned and orientated on the Project Grid.

(2) Paper Space CAD Files


(a) Paper Space” CAD files are utilised to aid the process of plotting “Paper”
drawings and are primarily a window of the CAD “Model Space” file. A “Paper
Space” CAD file will typically contain drawing borders, text, match or section lines
& detailed notation. Once these files are initially set up and positioned the
majority of “Paper Drawing” plots at various approved scales are efficiently and
consistently generated by displaying different combinations of element layers and
symbology contained within the “Paper Space” file and the referenced “Model
Space” files.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

(b) The purpose is to ensure that total co-ordination is achieved between the CAD
“Model Space” file and the “Paper Drawing” output during the revision cycle of the
design and production process. Duplicated data in “Model and Paper Space” files
will not be acceptable unless an automatic update link exists between the two
data sets. “Paper Space” files are not typically required as part of the CAD Media
Receipt from contractors, unless specifically requested.

3.7 CAD Quality Control Checks

(1) Random CAD Quality Control Audits will be carried out by Engineer on all CAD m edia
received and transmitted.

(2) These checks DO NOT verify the technical content of the CAD data received or
transmitted (as this is the responsibility of the originating organisation), however
compliance with Project CAD and Draughting Standards shall be checked.

(3) In addition, all contractors who transmit and receive CAD data from the Project shall
have CAD quality control procedures in place. A typical quality control procedure shall
contain CAD data quality checking routines coupled with standards for CAD data
transmittal and archiving.

3.8 CAD Data Transfer Media and Format

When CAD data is received & transmittal between Engineer and the Contractor, the media
shall be as follows:

(a) Data Exchange Format - Autocad Release 14 (.DWG)

(b) Operating System - / Window NT 3.51 /W indows 95/98

(c) Data Transfer Media :

3.5” high density diskettes in DOS format (Maximum 10 diskettes)

12cm Compact Disc (650 MB) is highly preferred


Portable SCSI harddisk (return to the Contractor upon data transfer) with software
(d) All floppy diskettes or tapes must be labelled on the data shield with:

(i) Name of Company

(ii) Project Title


(iii) Drawing Filenames (for diskettes only)

(vi) Diskette No. / Total No. of diskettes or Tape No. / Total No. of Tapes
(e) All media shall be submitted with a completed Form (CAD Disk/Tape Sheet)
(f) The Contractor must ensure the supplied media is free from virus. SUB-directories on
tapes or disks are not permitted. If CAD Data is created using UNIX, archive
commands must be unrooted.

3.9 CAD Media Receipt & Transmittal


(1) CAD Media Transmittal (from the Contractor to Engineer) - this will consist of the
following:

(a) CAD Digital Media (disk(s), CD‟s or tape (s)) shall typically contain CAD “Model
Space” and “Paper Space” files.

(b) CAD data sheet

(c) CAD issue / revision sheet

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

(d) CAD Quality Checklist confirming compliance.


(e) Plot of each “Model Space” file issued on an A1 drawing sheet (to best fit).
(2) The above CAD media will be collectively known as “CAD Media Transmittal Set”. The
CAD data file transmittal format required by Employer' Representative from all contractors
shall be in AutoCAD (version 14)

(3) All CAD media received from contractors will be retained by Engineer except for SCSI
disk (if used) as an audit trail / archive of a specific contractor‟s design evolution.

(4) CAD Media Receipt (from Engineer to the Contractor)

(a) CAD media should normally be obtained from the respective interfacing
contractor(s), but should Engineer issue CAD media it will consist of the following:

(i) CAD Digital Media (disk (s) or tape (s)) typically contain only CAD “Model
Space” files.
(ii) CAD data sheet.
(iii) CAD issue / revision sheet
(b) The above CAD media will be collectively known as the “CAD Media Receipt Set”.
The CAD data file transmittal format used by Engineer to all contractors will be in
AutoCAD (version 14)
(c) Each CAD transmittal disk / tape will be labelled with proper disk label as approved
by the Engineer. Any CAD data transmitted without this label is assumed to be
provisional information not to have been quality checked and therefore not formally
issued.
3.10 Revisions
(1) All „Revisions‟, „In Abeyance‟ and „Deletions‟ shall be located on a common layer.
This layer can be turned on or off for plotting purposes.
(2) The following example text indicates the current CAD file revision, i.e. „Revision [A]‟.
This shall be allocated to a defined layer on all CAD “Model Space” files, in text of a
size that will be readable when the CAD “Model Space” file is fitted to the screen, with
all levels on.

3.11 Block Libraries, Blocks, & Block Names

(1) All Construction Industry symbols produced as CAD Cells shall typically conform to
British Standard BS1192 - part 3.
(2) All Blocks created shall be Primitive (i.e. NOT Complex) and shall be placed Absolute
(i.e. NOT Relative).
(3) The Contractor's specific block libraries shall be transmitted to Engineer together with
an associated block library list containing the filename (max. 6 characters) and block
description. The Contractor shall ensure that the library is regularly updated and
circulated to all other users, together with the associated library listing.

(4) All Blocks of a common type, symbols or details should initially be created within a
CAD “Model Space File” specifically utilised for that purpose. These files will be made
available on request by Employer's Representative.

(5) All Blocks created will typically be 2D unless 3D is specifically requested. In both
instances they shall have an origin at a logical point located within the extents of each
Block‟s masked area or volume.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

3.12 CAD Dimensioning

Automatic CAD Dimensioning will be used at all times. Any dimensional change must involve
the necessary revision to the model space file. If the CAD Quality Control Checks find that
the revisions have not been correctly carried out, the rejection of the entire CAD submission
will result.
3.13 CAD Layering

All CAD elements shall be placed on the layers allocated for each different discipline. The
layer naming convention to be adopted by the Contractor shall be submitted for acceptance
and inclusion within these standards.
3.14 Global origin, Location & Orientation on the Alignment Drawing.
(1) Location or Plan information in “Model Space” files shall coincide with the correct
location and orientation on the Project grid for each specific contract.

(2) Location plans shall have at least three setting out points shown on each CAD “Model
Space” file. Each setting out point shall be indicated by a simple cross-hair together
with related Eastings and Northings co-ordinates. The Civil Contractor(s) will establish
the three setting out co-ordinates for their respective works, which will then be used by
all other contractors including the Contractor.

3.15 Line Thickness and Colour


To assist plotting by other users, the following colour codes will be assigned to the following
line thickness / pen sizes.
Colour Code No Line Thickness

Red 10 0.18
White 7 0.25
Yellow 2 0.35
Brown 34 0.5
Blue 130 0.7
Orange 30 1.0
Green 3 1.4
Grey 253 2.0

3.16 CAD Utilisation of 2D & 3D Files

Although the project standard is 2D CAD files, certain disciplines and contractors may use 3D
CAD files for specific applications or where the isolated use of 3D aids the design and
visualisation process (i.e. Architecture, Survey and Utilities). In these specific instances 3D
CAD data will only be transmitted if all other users can use this data. If this is not the case,
3D to 2D translation shall be processed by the creator prior to issue.
3.17 CAD File Numbering
(1) Contractors CAD File Numbering shall be described in 2.2 above.
(2) Employer CAD File numbering unlike most of the contractors, Employer will not be
required to produce numerous CAD files. This will follow the numbering system Except
that the status of the drawing in 2.1(3) shall be "E".
3.18 CAD File Naming Convention – General

CAD “Model Space” files shall be named in accordance with general drawing conventions.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

EMPLOYER'S REQUIREMENTS

APPENDIX 8
WORKS AREAS & TEMPORARY POWER SUPPLY

1. INTRODUCTION
(1) The Contractor shall provide within the designated principal W orks Areas, at locations agreed
with the Engineer, the compounds and facilities for the Engineer and other contractors of
the Employer defined under Clause 2 of this Appendix.

(2) The standard conditions applying to the use of any Works Area by the Contractor for its site
facilities are given under Clause 2 of this Appendix.

(3) The Conditions for supply of electricity by the Contractor to Designated Contractors are given
under Clause 3 of this Appendix.

2. STANDARD ENGINEERING CONDITIONS

The following standard engineering conditions apply to all W orks Areas:

(1) Formation

(a) The Works Areas shall be formed to the levels that the Engineer has given his
consent. No such levels shall be amended without prior consent of the Engineer.

(b) The Works Areas shall be surfaced in a manner agreed with the Engineer, compatible
with their intended use, and, in particular, footpaths and roadways connecting
facilities shall be clearly defined. Measures shall be taken to the satisfaction of the
Engineer to ensure all areas are properly drained and kept free of static water.

(c) The removal, diversion or reinstatement elsewhere as may be required of any existing
works or installation whatsoever within the W orks Areas shall be carried out to the
satisfaction of the Engineer.

(2) Roads & Parking


(a) Space shall be provided within the W orks Areas for parking, loading/unloading and
maneuvering of motor vehicles.

(b) Any damage done to the adjoining public roads and fixtures and properties (public or
private ) shall be made good to the satisfaction of the Engineer.

(3) Drainage & Sewerage


(a) All storm or rainwater from the Work Areas including any access roads thereto shall
be conveyed to the nearest stream course, catch-pit, channel or storm water drain
as required by the Engineer. All temporary and permanent works shall be carried
out in such a manner that no damage or nuisance are caused by storm water or
rain water to the adjacent property.
(b) No drain or watercourse shall be used without consent of the Engineer.
(c) Damages or obstructions caused to any watercourse , drain , water- main or other
installations within or adjoining the W orks Areas shall be made good to the
satisfaction of the Engineer.

(d) Treatment and disposal of sewage and wastewater from the Works Area shall be
provided to the satisfaction of the Engineer.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

(4) Buildings
(a) No permanent structures other than those required for the Permanent Works shall be
Temporary permitted on the W orks Areas.
(b) Electricity, water, telephone and sewerage shall be provided by the Contractor, as
required, for all temporary buildings.

(c) No potable water from the NDMC/MCD shall be used for heating, cooling and
humidification purposes, or vehicle washing without the written consent of the
Engineer.

(5) Pedestrian Access


Every existing pedestrian access throughout the W orks Areas shall be maintained in a usable
condition at all times to the satisfaction of the Engineer including lighting, signing
and guarding.

(6) Fencing

The Works Areas shall be secured against unauthorized access at all times. In particular
fencing or the like shall be maintained, removed and re-erected in the new location
wherever and whenever a Works Area is relinquished in stages.

3. Temporary Water & Power Supply to Designated Contractors

Designated Contractors, during construction phase, shall use power & water supply
provided by the Contractor. Facilities provided shall be:.

(a) At the ends of viaduct, at concourse level, a mains water supply of 25 mm diameter
complete with stopcock; and

(b) At agreed locations along the viaduct (at a maximum distance of 150 m), 415V three
phase / 230 V single phase power supply, suitably earthed and each with sockets
capable of receiving three (3) electric plugs of the size and type used for hand-held
construction equipment.

Such provisions shall be available to the Designated Contractors from the commencement
of the first Installation Interfacing and Co-ordination Period until the Permanent water and
power supplies are connected and commissioned within the respective site. The Designated
Contractors shall be responsible for reimbursement to the contractor of the utility charges
for consumption of mains water and electricity by the Designated Contractors, supplies shall
be individually metered for each Designated contractor. The Contractor shall charge
the Designated Contractors for consumption of mains water and electricity at the unit rates
as billed to the Contractor by the water and electricity authorities for such utilities.
4 Applicability

(1) Where the Contractor is required to provide temporary electrical supplies, or to use, extend or
expand on temporary supplies installed by others, all such activity shall be executed in
accordance with Paragraphs of this Appendix.

(2) When the Contractor makes use of temporary electrical supplies provided by others he will
observe and comply with the requirements of this Appendix.

5 Work on Site

(1) The Contractor shall nominate a representative whose name and qualifications shall be
submitted in writing to the Engineer for review not later than 4 weeks before the
appointment and who shall be solely responsible for ensuring the safety of all
temporary electrical equipment on Site. The Contractor shall not install or operate any

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

temporary Site electrical systems until this representative is appointed and has commenced
duties.

(2) The name and contact telephone number of the representative having been reviewed without
objection by the Engineer shall be displayed at the main distribution board for the
temporary electrical supply so that he can be contacted in case of an emergency.

(3) Schematic diagrams and the details of the equipment for all temporary electrical installations
shall be submitted by the Contractor, and these diagrams together with the temporary
electrical equipment shall be submitted to the Engineer for his consent.

(4) All electrical installation work on Site shall be carried out in accordance with the requirements
laid down in BS 7375 and the Specification. All work shall be supervised or executed by
qualified and suitably categorised electricians, who are registered as such under the
Electricity Ordinance 1990/Electricity (Registration) Regulations 1990.

6. Electrical General
Temporary electrical Site installations and distribution systems shall be in accordance with:-

(1) Indian Electricity Rules

(2) The Power Companies‟ Supply Rules;

(3) Electricity and its subsidiary Regulations;


th
(4) IEE W iring Regulations (16 Edition);
(5) BS 7375 Distribution of Electricity on Construction and Building Sites;

(6) BS 4363 Distribution Assemblies for Electricity Supplies for Construction and Building
Sites; and
(7) BS 6164 Safety in Tunnelling in the Construction Industry.

(8) Any other applicable national standards

7. Materials, Appliances and Components

All materials, appliances and components used within the distribution system shall comply
with BS 4363 and BS 7375 Appendix A.

8. Design Considerations

(1) Distribution equipment utilised within the temporary electrical distribution system shall
incorporate the following features:-

(a) lexibility in application for repeated use;

(b) suitability for transport and storage;

(c) robust construction to resist moisture and damage; and


(d) safety in use.
(2) All cabling shall be run at high level whenever possible and firmly secured to ensure they do
not present a hazard or obstruction to people and equipment.

(3) The installation on Site shall allow convenient access to authorized and competent operators
to work on the apparatus contained within.

9. Mains Voltage

(1) The Site mains voltage shall be as per the Electricity Authority, 415V/ 3 phase 4 wire system.

(a) Single phase voltage shall be as per the Electricity Authority, 230V supply.

(b) Reduced voltages shall conform to BS 7375.


DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

(2) Types of Distribution Supply


The following voltages shall be adhered to for typical applications throughout the distribution
systems:

(a) fixed plant - 415V/ 3 phase;


(b) movable plant fed by trailing cable - 415V /3 phase;

(c) installations in Site buildings - 230V /1 phase;


(d) fixed flood lighting - 230V/ 1 phase;

(e) portable and hand held tools - 115V /1 phase;


(f) Site lighting (other than flood lighting) - 115V /1 phase; and
(g) Portable hand-lamps (general use) - 115V /1 phase.
(3) When the low voltage supply is energised via the Employer's transformer, any power
utilised from that source shall be either 415V 3 phase or / 230V. 1 phase as appropriate.
The Contractor shall carry out any conversion that may be necessary to enable him to use
power from that source.

(4) Protection of Circuits


(a) Protection shall be provided for all main and sub-circuits against excess
current, under and over voltage, residual current and earth faults. The protective
devices shall be capable of interrupting (without damage to any equipment or the
mains or sub- circuits) any short circuit current that may occur.

(b) Discrimination between circuit breakers, circuit breakers and fuses shall be in
accordance with:-

(i) BS 88;

(ii) BS EN 60898; and


(iii) BS 7375;
(iv) Any other appropriate Indian Standards.
10. Earthing

(1) Earthing and bonding shall be provided for all electrical installations and equipment to
prevent the possibility of dangerous voltage rises and to ensure that faults are rapidly
cleared by installed circuit protection.

(2) Earthing systems shall conform to the following standards:-

(a) IEE W iring Regulations (16th Edition);

(b) BS 7430;
(c) BS 7375; and
(d) IEEE Standard 80 Guide for Safety in AC Substation Grounding.

11. Plugs, Socket Outlets and Couplers

Low voltage plugs, sockets and couplers shall be colour coded in accordance with BS 7375,
and constructed to conform to BS EN 60309. High voltage couplers and 'T' connections
shall be in accordance with BS 3905.
12. Cables

(1) Cables shall be selected after full consideration of the conditions to which they will be

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

exposed and the duties for which they are required. Supply cables up to 3.3KV shall be in
accordance with BS 6346.

(2) For supplies to mobile or transportable equipment where operation of the equipment subjects
the cable to flexing, the cable shall conform to one of the following specifications
appropriate to the duties imposed on it:

(a) BS 6708 flexible cables for use at mines and quarries;

(b) BS 6007 rubber insulated cables for electric power and lighting; and

(c) BS 6500 insulated flexible cords and cables.


(3) Where low voltage cables are to be used, reference shall be made to BS 7375. The following
specifications shall also be referred to particularly for underground cables:-

(a) BS 6346 for armoured PVC insulated cables; and


(b) BS 6708 Flexible cables for use at mines and quarries.

(4) All cables which have a voltage to earth exceeding 65 V (except for supplies from welding
transformers to welding electrodes) shall be of a type having a metal sheath and/or armour
which shall be continuous and effectively earthed. In the case of flexible or trailing cables,
such earthed metal sheath and/or armour shall be in addition to the earth core in the
cable and shall not be used as the sole earth conductor.

(5) Armoured cables having an oversheath of polyvinyl chloride (PVC) or an oil resisting and
flame retardant compound shall be used whenever there is a risk of mechanical damage
occurring.

(6) For resistance to the effects of sunlight, overall non-metallic covering of cables shall be black
in colour.

(7) Cables which have applied to them a voltage to earth exceeding 12 V but not normally
exceeding 65 V shall be of a type insulated and sheathed with a general purpose or heat
resisting elastomer.

(8) All cables which are likely to be frequently moved in normal use shall be flexible cables.
Flexible cables shall be in accordance with BS 6500 and BS 7375.
13. Lighting Installation

(1) Where Site inspection of the Works is required during the nights, the Lighting circuits shall be
run separate from other sub-circuits and shall be in accordance with BS 7375 and BS 4363.

(2) Voltage shall not exceed 55 V to earth except when the supply is to a fixed point and where
the lighting fixture is fixed in position.

(3) Luminaries shall have a degree of protection not less than IP 54. In particularly bad
environments where the luminaries are exposed to excesses of dust and water, a degree of
protection to IP 65 shall be employed.

(4) The Contractor shall upgrade the lighting level to a minimum of 200 lux by localised lighting in
all areas where required by the Engineer.

(5) Mechanical protection of luminaries against damage by impact shall be provided by use of
wire guards or other such devices whenever risk of damage occurs.

14. Electrical Motors

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

(1) Totally enclosed fan cooled motors to BS 4999: Part 105 shall be used.
(2) Motor control and protection circuits shall be as stipulated in BS 6164. Emergency stops for
machinery shall be provided.

15. Inspection and Testing

Electrical installations on Site shall be inspected and tested in accordance with


th
the requirements of the IEE W iring Regulations (16 Edition).

16. Identification

Identification labels of a type reviewed without objection by the Engineer shall be affixed to
all electrical switches, circuit breakers and motors to specify their purpose.

17. Maintenance:

(1) Strict maintenance and regular checks of control apparatus and wiring distribution systems
shall be carried out by an electrician (duly qualified to carry out the said checks) to ensure
safe and efficient operation of the systems. The Contractor shall submit for review by the
Engineer details of his maintenance schedule and maintenance works record.

(2) All portable electrical appliances shall be permanently numbered (scarf tag labels or similar)
and a record kept of the date of issue, date of the last inspection carried out and the
recommended inspection period.

18. Metering

The Contractor shall install a separately metered and invoiced supply or supplies of electricity
for:-

(a) Site fabrication facilities;


(b) Site workshops and work yards; and

(c) Site offices and stores.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

EMPLOYER'S REQUIREMENTS

APPENDIX 9

RAILWAY ENVELOPE

DELETED

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

EMPLOYER'S REQUIREMENTS

APPENDIX 10

APPROVED MANUFACTURERS / SUPPLIERS

The List of approved manufacturers / suppliers list issued with the tender documents is stated in
Volume -4.

Refer Outline Construction Specification for Phase-IV Civil Works (July 2019) & Refer Technical
Specification Architectural & Finishing Works.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

EMPLOYER'S REQUIREMENTS

APPENDIX 11

CURVE AND GRADIENT DETAILS

METRO CORRIDOR
Horizontal and Vertical Alignment
All details with regard to the Horizontal and Vertical Alignment are shown on the plan & profile sheets
of the drawings provided in Volume 5 of the tender documents.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

EMPLOYER'S REQUIREMENTS

APPENDIX 12

UTILITIES

DELETED

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

EMPLOYER'S REQUIREMENTS

APPENDIX 13

RELIABILITY, AVAILABILITY AND MAINTAINABILITY (RAM)

DELETED

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

EMPLOYER'S REQUIREMENTS

APPENDIX 14

CONTRACTOR'S SITE LABORATORY

1. SITE LABORATORY
2
(1) The Site Laboratory shall be approximately 250m in area. It shall consist of
the following accommodation:
2
1 concrete laboratory 60m floor area
2
1 Soil laboratory 30m floor area
2
2 office each15m floor area
2
1 store room 10m floor area
2
1 kitchen 10m floor
area male toilets, changing room & shower sufficient for 6
persons
2
(2) The remainder of the 250m shall consist of storage area for concrete cube curing tanks.
The laboratory, office etc. shall be in one building; the curing tank storage building
may be in a separate building, but if so it shall be adjacent to the laboratory building &
connected to it by a level, weatherproof passageway. In addition, an area of covered hard
2
standing of 50m for motor vehicles shall be provided adjacent to the laboratory.

2. STANDARD OF CONSTRUCTION

(1) The laboratory shall be constructed to the best Engineering practice and as approved
by the Engineer. Two independent telephone lines with two extensions each shall be
provided for the laboratory. Telephones shall be located in areas as agreed with the
Engineer.

(2) A water tank with minimum capacity of 2000 litres shall be installed, as a source of
constant water pressure (15 KPa minimum) for each laboratory.

(3) In the case of sinks used for washing samples, adequate trapping and/or separating
devices shall be provided to ensure the proper functioning of the facility.

3. FURNISHINGS AND FIXTURES

The contractor‟s site laboratory shall be provided with required furnishings and fixtures.
4. LABORATORY EQUIPMENT

(1) The laboratory equipment, as listed below, shall be approved by the Engineer. The
Contractor shall submit for the Engineer's approval within 2 weeks of the order to
commence work the name of the supplier it intends to use for each piece of
apparatus together with the relevant catalogue number.

(2) The layout of the equipment in the testing laboratory shall be instructed by the
Engineer. The equipment shall be maintained to an accuracy appropriate to the
required testing methods with routine calibration by an accredited organisation as
recommended by the appropriate Authority. Equipment shall also be calibrated after
maintenance or relocation.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

(3) The Contractor's site laboratory shall be equipped with the following material testing
equipment as a minimum. The nature and quantity of equipment required for testing
may be varied by the Engineer depending on the detail of the Contractor's Design
and Construction methods or for any other reason which he deems to be valid and
necessary for the proper control of quality:
Determining Liquid Limit (1 complete set)

Liquid limit device (Casagrande type) 1 set


Grooving tools 1 No.

Evaporating dish 1 No.


Spatula 100mm blade 1 No.

Laboratory balance, capacity 500 gm, 1 No.

(sensitivity 0.01 gms.)

Wash bottle, capacity 500 ml. 1 No.

Moisture cans, capacity 50 ml. 24 No.

Determining Plastic Limit (1 complete set)

Evaporating dish 1 No.

Spatula 100mm blade 1 No.

Glass plate 250mmx250mmx12mm 2 No.

Moisture cans, capacity 50 ml. 12 No.

Stainless steel rods, 3 mm dia. 2 No.


Determining Moisture Content (1 complete set)

Micro Oven, capacity 35 litres, control temperature


up to 200 °c 1 No.

Balance, capacity 200 gm., sensitivity 0.01 gm. 1 set


Lab. Tongs 1 No.

Moisture cans 75ml. with lid 36 No.


Compaction Characteristics (1 complete set)

Standard compaction mould 100mm dia. 1 No.


Modified compaction mould 150mm dia. 1 No.

Standard compaction Rammer, 2.5 kg. 1 No.

Modified compaction Rammer, 4.5kg. 1 No.


Straight edge 300mm long 1 No.

Sample ejector for 100mm and 150mm mould 1 No.


Sample tray 60 x 60 x 8 cm 3 No.

Wash bottle, 500 ml. 2 No.

Moisture cans 250 ml. 24 No.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

Density of soil in-place by sand cone method (2 complete set)


Sand density cone apparatus, 150mm 2 No.

Plate, 300mmx300mm with centre hold 150mm 2 No.

Glass jug for sand cone 2 No.

Chisel 25mmx 150mm 2 No.

Hammer 2 No.

One-gallon field cans 24 No.


Sampling spoon 2 No.

Soft hair brush 2 No.

Moisture cans 250 ml. 48 No.


Sieve Analysis

Sieve shaker (portable) 1 unit

Coarse sieves In Sizes from 100mm to 10mm (1 set

Fine Sieves #4,#8,#16,#30,#40,#50,#100,#200 each)

Pans & Covers

Specific Gravity and Absorption of Coarse Aggregate

Wire basket, 200mm dia.


Heavy duty suspension balance, 20 kg x 1 gm. with accessory
for weight in water 1 set

Suitable water container 1 No


Unit Weight of Aggregate

Balance, 100 kg. capacity with 10 gm precision 1 No.

Tamping rod 16mm diameter x 600mm long 1 No.

Measuring containers (3,10,15,30 litres) 1 each


Flakiness and Elongation

Flakiness gauge, elongation index 1 set


Soundness Test
Sodium sulphate 25 kg

Soaking tank 1 No.

Balance, Capacity 3 kg., Sensitivity 0.1 gm. 1 set

Sieves :Coarse 1 set


Fine 1 set
Concrete
Buckets for concrete sampling 12 No.
Slump cone 12 No.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

Tamping rod 12 No

Base plate 12 No.

Mixing pan for concrete 2 No.

Scoop for general purpose 2 No.


Concrete thermometer 1 No.

Concrete cylinder mould, 150 mm * 300 mm;

100 mm * 300 mm 10 each

Concrete cube mould, 100 mm cube & 150 mm cube 10 each

Adjustable spanners for dismantling cube moulds 6 No.

Capping set 2 No.


Capping compound

Concrete curing tank with capacity for 270 cubes,

temperature controlled, with circulation system drain

and lockable cover 5 No.

Schmidt test hammer 1 No.

Compression testing machine (simple hand operated) 1 No.

Mould oil

Temperature chart recorder 1No.


Miscellaneous

Vernier callipers to measure up to 200mm,


with elongated jaws 5 No.

Steel rule, 300 mm long graduated 2 No.

Rubber gloves 10 pr.


Cotton working gloves 20 pr.

First aid kit 1 set

Wire brush 6 No.

Steel tape, 3m, 5m, 30m 3 each

Ball peen hammer, 1 kg 2 No.


Paint scraper. Approx. 100mm wide 8 No.

Float, steel Approx.280 x 120 mm 8 No.


Sack barrow 1 No.

Shovel: Square Mouthed 2 No.

Round Mouthed 2 No.

24-wheel trolley, heavy duty, approx. 0.7m x 1.0m long

pneumatic tyred type 1 No.

Wheelbarrow, rubber tyred 1 No.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

Comprehensive tool kit. To include screwdrivers, pliers,


claw hammer, multi-grips, spanners (adjustable) 1 No.

Type NR Schmidt Hammer and tester with recording device 1 No.


Testing Anvil for Schmidt Hammer test (SHT) 1 No.

Chart recording paper for SHT 10 pkts


Covermeter for detecting metal objects to depth of 100mm
below the surface of non-magnetic objects 3 No.

Noise meter 1 No.

RCPT Testing Machine 1No.

Permeability Testing Machine 1No.

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

EMPLOYER'S REQUIREMENTS

APPENDIX 15

DELETED

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

EMPLOYER'S REQUIREMENTS

APPENDIX 16

EARTHING & GRID

DELETED

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita
Vihar Depot for Delhi MRTS Phase-IV Project

EMPLOYER'S REQUIREMENTS

APPENDIX 17

FOUNDATION DETAIL AND STATIC AND


DYNAMIC WEIGHT OF VARIOUS EQUIPMENTS

DELETED

DC-26/Vol-III/Employer’s Requirement
Contract DC-26 : Construction of Ramp and Cut & Cover and other Civil Works in Sarita Vihar Depot for Augmentation of Sarita Vihar
Depot for Delhi MRTS Phase-IV Project

EMPLOYER'S REQUIREMENTS

APPENDIX 18

SCHEDULE OF DIMENSIONS

FOR

STANDARD GAUGE

(Any update/revision in SOD issued by Ministry of Railways, RDSO, DMRC


etc. shall also be applicable)

SOD is attached herewith

DC-26/Vol-III/Employer’s Requirement
SCHEDULE
OF
DIMENSIONS
FOR

STANDARD GAUGE

(1435 MM)

(FOR 3200 mm wide stock)


November -2015

[Approved by Ministry of Railway vide letter No. 2K/Proj./DLI/30/3Vol.ll dated 04/07/2016]

DELHI METRO RAIL CORPORATION LIMITED.


METRO BHAWAN, FIRE BRIGADE LANE,
BARAKHAMBA ROAD,
NEWDELHI-110001
GOVERNMENT OF INDIA
MINISTRY OF RAILWAYS
(RAILWAY BOARD)

No.2K/Proj./Dll/30/3Vo!l.ll New Delhi, date 04.07.2016

Managing Director,
Delhi Metro Rail Corporation Ltd.,
Metro Bhavan, Fire Brigade Lane,
Barakhamba Road,
New Delhi-110001

Sub: Approval of DMRC Standard Gauge Schedule of Dimension (SoD) for 3200 mm wide
coach, (November, 2015).
Ref: DMRC's letter No. DMRC/20/III-106/2011 dated 26.02.2016 and 18,03.2016

Delhi Metro Rail Corporation's (DMRC) request for approval of Schedule of Dimension
(SoD) for Standard Gauge (1435 mm) for 3200 mm wide stock (November, 2015) has been

examined in consultation with RDSO and approval of Railway Board is hereby conveyed.

Accordingly, approved copy of SoD is enclosed.

End: as above (53 Pages)

(Ruth Changsan)
Director/Works Planning
Railway Board
®011-23097061

Copy to: Executive Director/UTHS, RDSO, Manak Nagar, Lucknow w.r.t their letter
No. UTHS/99/DMRC/Civil dated 23.06.2016 for information please.
SCHEDULE
OF
DIMENSIONS
FOR

STANDARD GAUGE
(1435mm)
(FOR 3200 mm wide stock)

-November-2015

DELHI METRO RAIL CORPORATION LIMITED

METRO BHAWAN, FIRE BRIGADE LANE,


BARAKHAMBA ROAD,
NEWDELHI-110001.
'INDEX

PARA NO. DESCRIPTION PAGE NO.

• Preamble

• Introduction 1

CHAPTER-1 GENERAL

1.1 Spacing of Tracks 2


1.2 Curves 2
1.3 Gradients 2
1.4 Buildings and Structures 3
1.5 Kinematic Envelope 4
1.6 Structure Gauge 4
1.7 Extra Clearances on Curves 5
1.8 Minimum Track Spacing on Curves 7
1.9 Cant and Cant Deficiency 9•
1.10 Walkways 9
1.11 Derailment Guard 9
1.12 Special Operating Condition 10
1.13 Additional Operating Condition for Elevated and At Grade Section 11

CHAPTER-2 STATION

2.1 Spacing of Track at Stations 12


2.2 Platforms 12
2.3 Track Gradient in Platform 13
2.4 Interlocking and Signal Gear 13
2.5 Points and Crossings 14
2.6 Super elevation and Speed at Stations on Curve with Turnouts of 15
Contrary and Similar Flexure
2.7 Additional Clearance for Platforms on Curves 16

CHAPTER - 3 ROLLING STOCK

3.1 Passenger Electric Multiple Units 17


3.2 Locomotives and Engineering Service Vehicles 19

CHAPTER - 4 OVERHEAD ELECTRIC TRACTION-25 kV AC 50 Hz

4.1 Electrical Clearances for Underground 20


4.2 Electrical Clearances for At Grade and Elevated Section 21

CHAPTER-5 PLATFORM GATE


5.1 Settina Out Dimensions
APPENDIX

APPENDIX NO. DESCRIPTION PAGE NO.

Appendix -1 Permissible Speed, Cant and Minimum 24


Track Spacing on Curves

Appendix - 2 Extra Horizontal Allowance on Curves 25


(Curvature effect)

Appendix-3 Cant Effect on Structure Gauge - Horizontal 26


At grade and Elevated

Appendix-3 (TNL) Cant Effect on Structure Gauge - Horizontal 27


'» Underground sections (Rectangular Box Tunnel)

Appendix 3A Cant Effect on Kinematic Envelope - Horizontal 28


At-Grade and Elevated Sections

Appendix 3A (TNL) Cant Effect on Kinematic Envelope - Underground 29


Sections (Rectangular Box Tunnel)

Appendix-4 Lateral and Vertical Shift of Centre of Circular Tunnel 30

Appendix-5 Additional Clearance for platforms on curves 31


LIST OF FIGURES

1 Figure No. DMWSG-1 Kinematic Envelope - At grade 32


and Elevated Sections on
level or constant grade
tangent track.

2 Figure No. DMWSG - 1A Kinematic Envelope - At grade 33


and Elevated Sections on
level or constant grade
tangent track at Platform.

3 Figure No. DMWSG - 1 Kinematic Envelope - 34


(TNL) Underground Sections
(Tunnels) on level or Constant
Grade Tangent Track.

4 Figure No. DMWSG -1A Kinematic Envelope - 35


(TNL) Underground Section on level
or constant grade tangent
track at Platform.

5 Figure No. DMWSG -2 Structure Gauge -At Grade 36


and Elevated Sections on
level or Constant Grade
Tangent Track
(Outside Station)
6 Figure No. DMWSG -2 Structure Gauge - 3.2m Wide 37
(TNL) car, Under Ground Section
(Tunnels) on Level or
Constant Grade Tangent
Track "(Outside Station)
.£-
'*$$&

7 Figure No. DMWSG -3 Shift of the Centre of circular 38


tunnel due to rotation of
Tunnel to provide for cant

8 Figure No. DMWSG -4 Effect of cant on Structure 39


Gauge

9 Figure No. DMWSG -4A Effect of cant on Kinematic 40


Envelope

10 Figure No. DMWSG- 5 Effect of vertical curve on 41


Structure Gauge

: s^— —"m
\& -: r-e-^
3K Sk. i
11 Figure No. DMWSG-6 Structure Gauge at-grade and 42
Elevated station with side
platforms on level or Constant
Grade Tangent Track

12 Figure No. DMWSG-6 (TNL) Structure Gauge at 43


underground station with side
platforms, rectangular box
tunnel on level or constant
grade tangent track

13 Figure No. DMWSG - 7 Structure Gauge at Elevated 44


Station with Island Platform on
level or constant grade
tangent track.

14 Figure No. DMWSG - Structure Gauge at Under 45


7(TNL) Ground Station with Island
Platform on level or constant
grade tangent track.

15 Figure No. DMWSG -8 Platform Gate - Elevated/At 46


Grade platform on level or
constant grade tangent track.

16 Figure No. DMWSG - Platform Gate - Underground 47


8(TNL) platform on level or constant
grade tangent track.

:
PREAMBLE

The schedule of Dimensions for Standard Gauge Corridor has been prepared
based on following factors:

1. The kinematic envelope and other infringements have been calculated for the
3200mm wide and 4048 mm high rolling stock, based on the kinematic
envelope calculations. The track and vehicle maintenance shall conform to
the clearances indicated therein during the period these stocks are in
operation.

2. The clearances are based on assumption that windows are sealed and doors
are closed during movement

3. Track shall be maintained to the tolerances taken for calculation of Kinematic


Envelope.

4. The Structure Gauge indicated in SOD shall not be violated under any
circumstances except for designated railway operational structures.
Designated railway operational structures include platform coping, platform
gates, hand railing in back-of-house platform edge, Track Access Gates.

5. The Kinematic Envelope(s) indicated in SOD shall not be violated under any
circumstance.

6. The vehicle Kinematic Envelope for the platform area shall be applied only
within confines of stations up to 80 Kmph vehicle speed for underground and
70 Kmph for elevated/At grade sections. At all other location, the Kinematic
envelope corresponding to 85 kmph vehicle speed shall be used for
determining the Structure Gauge and electrical clearances.

7. The maximum operating speed shall be 85 kmph.

8. The SOD is applicable for Ballastless track on main line and


ballasted/ballastless track in Depots.

9. No vertical curve shall be provided on the platform portion.


DELHI METRO

SCHEDULE OF DIMENSIONS
STANDARD GAUGE (1435 mm GAUGE)

(FOR 3200 mm wide stock)

INTRODUCTION

The dimensions given in this Schedule of Dimensions are to be observed in all works
on 1435 mm gauge (STANDARD GAUGE) and 3200 mm wide Rolling Stock, unless
prior sanction has been obtained from the Railway Board through the Commissioner of
Metro Railway Safety to execute works which infringe this Schedule of Dimensions

This Schedule of Dimensions is applicable to Under Ground, Elevated and At-Grade


sections of Delhi Metro which shall be with 25 kV AC Traction system and Over Head
current collection. The Rolling Stock shall be 3200 mm wide with sealed windows and
doors closed while in motion.

The Under Ground system may be with a Circular Tunnel or Rectangular Box or of any
other suitable shape while Elevated system may be with suitable Over Ground
Structures such as Viaducts. Both, Under Ground and Elevated systems shall have
suitably designed Ballastless (OFF) Track. For depot, the track may be
ballasted/ballastless.

The Schedule of Dimensions (SOD) has been divided into five chapters as under

Chapter-1 General
Chapter-2 Station
Chapter-3 Rolling Stock
Chapter-4 Electric Traction
Chapter-5 Platform Gate
CHAPTER-I
GENERAL

1.1 SPACING OF TRACKS

1.1.1 Minimum distance, centre to centre of tracks without any structure between
tracks for tangent (straight) track for:

(a) Under Ground Sections 3800mm


(b) Elevated Sections 3900mm
(c) At-Grade Sections 3900mm

Note: See Appendix-1 for minimum track centers on curves.

1.2 CURVES
1.2.1 Minimum radius of curves (horizontal)

i) On main running lines


a) Under Ground Sections 200m

b) Elevated and At-Grade Sections 120m

ii) Depot and other non-passenger Lines 100m

iii) At passenger platforms 1000m

1.2.2 Check rail/Restraining Rail

Check rail/Restraining Rail shall be provided on curves on main line where radius
is 190m or less. Check rail/Restraining Rail shall not be mandatory for curves in
depots, yards and non-passenger lines where speed is less than 25Kmph. The
clearance between check/restraining rail and running rail shall be suitably
decided by metro.

1.2.3 Minimum radius of vertical curve 1500m

1.3 GRADIENTS

1.3.1 The maximum grade (compensated) shall be 4%.

Note: (i) There will be no change of gradient in transition portion of curves.

(ii) The gradient will be compensated for curvature at the rate of 0.04% per
degree of curve.

13.2 Maximum permissible gradient on turnouts

i) On Ballasted Track 0.25%


ii) On Ballastless Track •">? 9 5%
Note:

There shall be no change of grade on and within 15 m of any turnout on


Ballastless track. Similarly, there shall be no change of grade on and
within 30 metres of any turnout on Ballasted track.
In case of Turnout on gradient, there shall be no horizontal curve on and
within 15 m of any Turnout on Baliastless track and 30 metres of any
Turnout on Ballasted track.

1.4 BUILDINGS AND STRUCTURES

1.4.1 Minimum horizontal distance from centre of track to any structure for heights
above rail level on level/constant grade tangent track shall be as under:

(a) Under Ground Sections

(i) Circular tunnels


Height from rail level Horizontal distance from C.L. of track

(i) Upto 65 mm 1585 mm


(ii) 65 mm to 200 mm 1585 mm increasing to 1720 mm
(in) 200 mm to 305 mm 1720mm
(iv) 305 mm to 880 mm 1720 mm increasing to 1849mm
(v) 880 mm to 1095 mm 1849mm
(vi) 1095 mm to 1130mm 1849 increasing to 1875 mm
(vii) 1130 mm to 2030 mm 1875mm
(viii) 2030 mm to 3346 mm 1875 mm decreasing to 1815 mm
(ix) 3346 mm to 3738 mm 1815 mm decreasing to 1390 mm
(x) 3738 mm to 4601 mm 1390mm
(xi) 4601 mm to 4970 mm 1390mm decreasing to zero
along an arc of radius 2800 mm

Also refer to Figure No. DMWSG-2 (TNL)

(ii) Rectangular Box Tunnels


Height from rail level Horizontal distance from C.L. of track

(i) Upto 65 mm 1585 mm


(ii) 65 mm to 200 mm 1585 mm increasing to 1720 mm
(iii) 200 mm to 305 mm 1720mm
(iv) 305 mm to 880 mm 1720 mm increasing to 1849mm
(v) 880 mm to 1095mm 1849mm
(vi) 1095 mm to 1130mm 1849 increasing to 1875 mm
(vii) 1130 mm to 2030 mm 1875mm
(viii) 2030 mm to 3346 mm 1875 mm decreasing to 1815 mm
(ix) 3346 mm to 3738 mm 1815 mm decreasing to 1390 mm
(x) 3738 mm to 4838 mm 1390mm

Also refer Lo Figure No. DfvTvVSG \)


Elevated and At-Grade Sections
(b)
Height from rail level Horizontal distance from C.L. of track
(i) Upto 65 mm 1585 mm
(ti) 65 mm to 200 mm 1585 mm increasing to 1745 mm
(iii) 200 mm to 305 mm 1745 mm increasing to 1771 mm
(iv) 305 mm to 880 mm 1771 mm increasing to 1903 mm
(v) 880mm to 1095mm 1903mm
(vi) 1095mm to 1130mm 1903 mm increasing to 1938mm
(vii) 1130mm to 2030 mm 1938mm
(viii) 2030 mm to 3300 mm 1938mm decreasing to 1875 mm
(ix) 3300 mm to 3736 mm 1875mm decreasing to 1540 mm
(x) 3736 mm to 6250 mm 1540 mm

Also refer to Figure No.DMWSG -2

Notes for (a) and (b) above:

i) Extra allowance shall be provided for curves as laid down at para 1.7.
ii) The term 'structure' covers any item including light ones like ladders,
isolated posts, cables etc. erected alongside the track.
iii) Minimum lateral clearance for OHE masts for tangent track shall be 2150
mm from Centre line of nearest track.
iv) For passenger platform refer to para 2.2.1 to 2.2.3 of chapter 2.

1.5 KINEMATIC ENVELOPE


The Kinematic Envelope for level or constant grade tangent track, refer to:
a) Figure No. DMWSG-1 for At-Grade and Elevated Sections
b) Figure No.DMWSG-1 (TNL) for Under Ground Sections

1.6 STRUCTURE GAUGE


1.6.1 Under Ground Sections
The Structure Gauge (Fixed Structure Line) has been arrived at by allowing a
minimum clearance of 100 mm to Kinematic Envelope and minimum electrical
clearance of 270 mm from 25 KV live parts conforming to the stipulations in
chapter- 4 of this SOD.
Refer to Figure No. DMWSG-2(TNL) for Structure Gauge for Outside station on
level or constant grade tangent track.
Note:
Extra allowance shall be provided for curves as laid down at para 1.7

1.6.2 Elevated Sections


The Structure Gauge (Fixed Structure Line) has been arrived at by allowing
minimum clearance of 150 mm to Kinematic Envelope and minimum electrical
clearance of 320 mm from 25 KV live parts conforming to the stipulations in
chapter-4ofthisSOD.

Refer to Figure No. DMWSG-2, for Structure Gauge for outside stations on level
or constant grade tangent track.
Note:
Extra allowance shall be provided for curves as laid down at paral .7
1.6.3 At-Grade Sections
The Structure Gauge (Fixed Structure Line) has been arrived at by allowing
minimum clearance of 150 mm to Kinematic Envelope and minimum electrical
clearance of 320 mm from 25 KV live parts, conforming to stipulations in chapter
4 of this SOD.
Refer to Figure No. DMWSG-2, for Structure Gauge for outside stations on level
or constant grade tangent track.
Note:
Extra allowance shall be provided for curves as laid down at para 1.7

1.7 EXTRA CLEARANCES ON CURVES


Following are the extra allowances considered for curves.
Abbreviations used in para 1.7:
C is the distance between centres of bogies in metres,
C-i is the coach (vehicle) length in metres,
R is the radius of curve in metres,
Ca is the Cant applied in mm,
h is the height from rail level in mm and
g is the distance between centres of rails in mm

1.7.1 INSIDE OF CURVE


(A) Curvature effect
i) Mid throw at the center of the vehicle = V (in mm) = 125xC2/R
ii) Allowance due to gauge widening on curves
For values of items (i) and (ii) above, refer to Appendix-2
Note:
Lateral shift of 32.0 mm due to nosing is included in Kinematic Envelope
for tangent track (and as a result, included in Structure Gauge also) shall
be subtracted from the total extra allowance worked out as at para
1.7.1 (A)- i and ii above for inside of a curve in case the value of mid throw
(V) is equal to or greater than 32.0 mm. In case the value of mid throw (V)
is less than 32.0 mm, the curvature effect shall be due to widening of the
gauge only. (The Mid throw minus 32.0 mm shall be taken as zero). Refer
to Appendix-2
(B) Allowance for Super elevation
(a) Under Ground {Box structures), Elevated and At-Grade Sections

The lean 'L1 due to Cant at any point at height 'h' above rail level is
given by:
L = Ca x h/g (all in mm)
For values of Structure Gauge (Ej) for inside of a curve with cant effect
only, (as shown in Figure No. DMWSG-4), refer to:
(i) Appendix -3(TNL) for Under Ground Sections
(ii) Appendix -3 for At-Grade and Elevated Sections
(b) Circular Tunnels
In the case of Circular Tunnel, the cant is provided by raising the outer rail
and suitably shifting the centre of the Circular Tunnel towards inside of
curve and upwards. This has same effect as assuming rotation of the
Circular Tunnel about mid point of top of inner rail resulting in shift of
Tunnel centre laterally towards inside of curve and also vertically upwards.
The Rigid OCS shall also be rotated with the tunnel so as to be along
the centre line of canted track.
For values of horizontal and vertical shifts of centre of Circular Tunnel
for different values of cant, refer to Appendix-4 and Figure No.DMWSG-3

(C) Allowance for vertical curve (vertical throw)


Vertical Throw Vi and V2 (in mm) for vertical curve shall be calculated as
under:
Vf (with vehicle centre in sag or vehicle end on summit) - 125xC2/R
V2 (with vehicle centre on summit or vehicle end in sag)
= (125xCi2/R)-(l25xC2/R)
Values of vertical throw due to vertical curves of different radii are given in
Figure- DMWSG-S.

1.7.2 OUTSIDE OF CURVE


(A) Curvature effect
i) End throw at the end of vehicle = Vo (in mm)
= [125xCi2/R]-[125xC2/R]
ii) Allowance due to gauge widening on curves
iii) Additional nosing due to gauge widening on curves
The values of items (i) to (iii) are shown in Appendix-2
(B) Allowance for Super elevation
(a) Under Ground (Box structures), Elevated and At-Grade Sections

The lean 'L1 due to Cant at any point at height (h' above rail level is
given by:
L = (-) Ca x-h/g (all in mm )
-ve sign indicates relief due to cant or reduction in clearance
required.
Note:
Full relief for lean due to cant (Ca) is to be taken into account only for calculation
of track spacing without any structure between tracks. In case there is a structure
adjacent to track, relief for lean is to be taken into account only if the cant
provided is greater than 50 mm and shall be limited to a value = (Ca - 50) x h/g.
Values of Structure Gauge (F-i) on outside of curve with cant effect only (as
shown in Figure No.DMWSG-4), refer to:
i) Appendix 3(TNL) for Under Ground Sections
ii) Appendix 3 for Elevated and At-Grade Sections
(b) Circular Tunnels
In the case of Circular Tunnel, the cant is provided by raising the outer rail
and suitably shifting the centre of the Circular Tunnel towards inside of
curve and upwards. This has same effect as assuming rotation of the
Circular Tunnel about mid point of top of inner rail resulting in shift of
Tunnel centre laterally towards inside of curve and also vertically upwards.
The Rigid OCS shall also be rotated with the tunnel so as to be along
the centre line of canted track,.
For values of horizontal and vertical shifts of centre of Circular Tunnel
for different values of cant, refer to Appendix-4 and Figure No.DMWSG-3
(C) Allowance for vertical curve (vertical throw)
The provisions at para 1.7.1 (C) above shall be applicable in this case
also.

1.8 MINIMUM TRACK SPACING ON CURVES


Under Ground, Elevated and At-Grade Sections
The worst case will be when the end of a bogie carriage on the inner track is
opposite the centre of a similar carriage on the outer track.
1.8.1 Without any structure between tracks

The minimum track spacing on curves without any structure between tracks
shall be the sum of the followina:
0 + F),
ii) T! (Extra lateral allowance due to curvature on inside of curve)
iii) T2 (Extra lateral allowance due to curvature on outside of curve)
iv) Minimum clearance between adjacent Kinematic Envelopes
stipulated is as under:
a) 200mm for Under-Ground Sections
b) 300 mm for Elevated and At-Grade Sections.
Where,
'E' is the distance from vertical axis of centre line of canted track to canted
Kinematic Envelope on inside of curve at a height 'h' (from rail level) for a
given cant (Figure No. DMWSG-4A) and
'F' is the distance from vertical axis of centre line of canted track to canted
Kinematic Envelope on outside of curve at a height 'h' (from rail level) for a
given cant (Figure No. DMWSG-4A).
Notes:
i) The value of 'F', calculated from the formula at Figure No.DMWSG-4A
includes full relief due to cant.
ii) The sum of 'E' and 'F' for same height (which are with cant effect only),
shall be the maximum of values calculated for various heights from rail
level.
For values of E7 F, TI and T2, refer to the Appendices as shown below:

SECTIONS For E & F


i) Under Ground 3A(TNI_)
ii) Elevated and At-Grade 3A
1.8.2 With a structure between adjacent tracks
The minimum track spacing on curves with a structure between tracks
shall be the sum of the following:
i)(Ei +Ti) Minimum clearance to the structure from centre line of track
on inside of curve (for outer track)
ii) (Fi +T2) Minimum clearance to the structure from centre line of track
on outside of curve (for inner track)
iii) Width of structure between adjacent tracks (measured across the
tracks)
Where,
EI is the horizontal distance from vertical axis of centre line of track to
canted Structure Gauge on Insjde of curve for a given cant,
FT is the horizontal distance from vertical axis of centre line of track to
canted Structure Gauge on outside of curve for a given cant,
T-, is extra lateral allowance due to-curvature on inside of ciirw anr)
T2 is extra lateral allowance
Notes:

a) The values of 'Ei' and 'F-i1 for a given cant Ca, shall each be the maximum of
values at different heights of structure from rail level. In case the cant
provided is greater than 50 mm on inner track, the value of Ft shall be for the
cant of (Ca-50) mm. In case the cant provided is 50 mm or less on inner
track, the value of FI shall be for ZERO cant.
b) Minimum track spacing, so worked out with a structure between the adjacent
tracks as per para 1.8.2 shall not be less than that calculated as per para
1 .8.1 for tracks without any structure between adjacent tracks.

For values of E-\, and T2, refer to the Appendices as shown below:

SECTIONS For Ei & Fi

a) Under Ground 3(TNL)


c). Elevated and At-Grade 3

1.9 CANT AND CANT DEFICIENCY


a) Maximum Cant on curves = 110mm
b) Maximum Cant Deficiency - 85 mm

1.10 WALKWAYS

(i) Minimum width of walkways 550mm


(ii) Minimum height of walkways 1000mm
(iii) Maximum height of walkways 1200mm

Note: Extra allowances shall be provided for curves as laid down at para 1.7
(i) Maximum and minimum heights of walkway on curves are above inner rail,
(ii) No structure, other than signaling and minor signaling equipment post, shall
be permitted within the minimum width of walkway,
(iii) Minimum clearance to walkway at the nearest edge from Kinematic Envelope
shall be 100 mm for Underground sections and 150 mm for Elevated and
Surface (At Grade) sections.
(iv) Walkway should be used by Metro Inspection Groups only in non-operation
periods and for evacuation of passengers in emergency.

1 DERAILMENT GUARD

(a) Derailment Guard shall be provided inside/outside of running rail on viaduct


as well as in tunnel having multiple tracks and at grade section at locations
specified by Metro Railway. In tunneJj^jf^Ue^railment guard should preferably
be provided inside the track so that it permits less sway of coach towards
tunnel wall in case of derailment
(b) Lateral Clearance between the running rail and the derailment Guard shall be
210 ± 30 mm. It shall not be lower than 25mm below the top of running rail
and should be clear of the rail fastenings to permit installation, replacement
and maintenance.
Note:-
In case of single track tunnels, the derailment guards shall be provided:
(i) Entry of tunnel: 200m from tunnel portal outside the tunnel to 50 m inside
the tunnel.
(ii) Exit of tunnel: 50m from inside of tunnel portal to 200m outside the tunnel.
(iii) In the curved track having radius 500 m or less including transition portion
but excluding locations where check rail is provided.
(iv) Covering locations of all important installations e.g. location of any
substation or hazardous structures inside the tunnel etc., damage to which
in the assessment of Metro Rail administration can result into serious loss
of life or/and infrastructure as a result of derailment in tunnel.

The above is subject to the condition that metro railway shall carry out the risk
assessment analysis for derailment .in tunnels and ensure that the
maintenance practices in the maintenance manual are as per the risk
assessment mitigation plan.

1.12 SPECIAL OPERATING CONDITIONS: (COMMON FOR UNDERGROUND AS


WELL AS ELEVATED AND AT GRADE SECTIONS)

1.12.1 Schedule maintenance of permanent way will be performed outside- service


hours only.
1.12.2 In view of chance of collision of derailed train with the train coming from other
direction, adequate measures shall be taken to restrict lateral movement of
derailed vehicles. Proper communication facilities should also be available at the
stations.
1-12.3 All the coaches will be provided with sealed windows including the cab, to
prevent limbs and heads of passengers projecting outside the train. The
passenger coaches will be provided with automatic remote controlled double leaf
doors with their control from drivers cab. Until all doors are proved closed, it will
not be possible to start the train. Likewise until the train has come to the stop, it
will not be possible to energize the door opening circuits.
1.12.4 Since minimum clearance with fully worn wheel with maximum treadwear under
fully loaded condition and primary springs with, maximum deflection, with the
exception of wheels and attachments thereto, -from rail level is 50 mm, the
coaches with the clearance less than 50 mm will not run on Metro Railway
network.

10
1.12.5 The way side signaling, wherever provided, in addition to ATP, on temporary or
permanent basis, will be so located that proper visibility to the driver is ensured.

1.12.6 The corridor when fully functional will also have way side signaling as well as
train protection by ATP. The way side signaling should be so located near the
masts so that the proper visibility to the driver is ensured considering the
alignment,
1.12.7 No workmen / Equipment are allowed between vehicle and structure gauge
during operation of trains.

1.13 ADDITIONAL OPERATING CONDITION FOR ELEVATED AND AT GRADE


SECTION.

113.1 In case of at grade section, the track is expected to be on the surface and
passing through populated areas and there are chances of people passing
through the track. Considering this fact to prevent the people to access the
track, the sections will be robustly fenced.

1.13.2 As the track will be open to the climate, temperature variation will take place in
the track, which may require patrolling of the section during extreme winter and
summer for this purpose, provision shall be made for visual inspection from the
walk way on the outside of each track permitting safe walking for patrolmen
during service hour.

1.13.3 The speed of trains shall be restricted to 40kmph on platform when wind speed
is more than 70kmph but less than 90kmph. When wind speed exceeds
90kmph, the train movement shall be halted. Stationary trains shall not be
started till wind speed is below 90kmph

11
CHAPTER - 2

STATION

2.1 SPACING OF TRACKS AT STATIONS

Minimum spacing of tracks at station on straight and on curve of radius of 1000m


and flatter, without any structure between tracks
At-Grade, Elevated and Under-Ground Stations... .. 4100 mm

2.2 PLATFORMS
2.2.1 Maximum horizontal distance from centre of track to face of passenger platform
coping
(i) For Elevated/At Grade section 1680 mm
(ii) For Underground section 1670 mm
2.2.2 Minimum horizontal distance from centre of track to face of passenger platform
coping
(i) For Elevated/At Grade section 1670 mm
(ii) For Underground section 1660 mm

Notes:
a) Platform faces shall be flared away smoothly from the centre line of the track
at either end for a distance of 1500 mm beyond passenger area/ at Platform end
so as to give from centre of track a minimum dimension :
• 1795 + 5 for Under Ground Stations
• 1785 + 5 for At-Grade and Elevated Stations
b) For additional clearance for platforms on curves, refer to para 2.7.

2.2.3 Height above rail level for passenger platform:

Maximum Minimum
(a) At-Grade 1085mm 1075 mm
(b) Elevated/Under Ground.... 1095 mm 1085 mm

2-2.4 (i) Minimum horizontal distance of any isolated


structure on a passenger platform from the edge
of coping except Platform Gates 2500 mm

ii) Minimum horizontal distance of any continuous


structure on a passenger platform from the edge
of coping except Platform Gates 3000 mm

12
Notes:

a) The Platform Gates (PG) may be installed at platform as per design of


Original Equipment Manufacturer (OEM) of PG but shall have a minimum
clearance of 10mm from Kinematic Envelope.

b) The structure on the platform is treated as isolated if the length along the
platform length is 2000 mm or less. Any structure having a length exceeding
2000 mm is treated as continuous structure. The clocks/mirrors/CCTV
screens etc shall not be considered structures and shall be located at a
minimum horizontal distance of 1000 mm from platform edge/coping with
minimum height of 2000 mm from top of platform.

c) For platform structure setting-out dimensions at stations, refer to figure No.


DMWSG-6 and DMWSG-7 for Elevated/ at grade station and DMWSG -
6(TNL) and DMWSG-7(TNL) for underground station. No fixed structures
should infringe the Structure Gauge except for designated railway operational
structures. Designated railway operational structures include platform coping,
platform gates, hand railing in back-of-house platform edge, Track Access
Gates. Such designated railway operational structures should not infringe the
Kinematic Envelope under any circumstances.

2.2.5 For Structure Gauge at station platforms, refer to following figures:


a) For Under Ground Station Figure No. DMWSG-6(TNL) &
DMWSG-7 (TNL)
b) For At-Grade and Elevated Stations Figure No. DMWSG-6 & DMWSG-7

2.3 TRACK GRADIENT IN PLATFORM

(a) Maximum 1 in 400


(b) Desirable Level

Note:- There shall be no change of gradient in platform line

2.4 INTERLOCKING AND SIGNAL GEAR


Maximum height above rail level of any part of interlocking or signal gear on
- either side of centre of track subject to the restrictions embodied in Note below
shall be as under:
fa) For Under Ground Stations

• From CL of track to 1450 mm 25 mm


• From 1450mm to 1585 mm rising to G-"- ~~r"
• From 1585 mm to 1720 65 mm rising to 200mm
13
p) For Surface and Elevated Stations

• From C.L. of track to 1450mm 25 mm


• From 1450 mm to 1585mm 25 mm increasing to 65 mm
• From 1585 mm to 1745mm 65 mm increasing to 200 mm

Note:
Except for check rails of ordinary and diamond crossings, or wing rails and point
rails of crossings leading to snag dead ends, or such parts of signalling gear as
are required to be actuated by the wheels, no gear or track fittings shall project
above rail level for a distance of 229 mm outside and 140 mm inside the gauge
face of the rails.

>.5 POINTS & CROSSING

1.5.1 Maximum clearance of check rail opposite nose of crossing 44 mm

.5.2 Minimum clearance of check rail opposite nose of crossings 41 mm

.5.3 Minimum clerance between switch rail and stock rail at heel 52 mm
of Switch Rail
|5.4 Maximum clearance of wing rail at nose of crossing 44 mm

.5 Minimum clearance of wing rail at nose of crossings. 41 mm

i.6 Minimum clerance between toe of open switch and stock rail. 160 mm

i.7 Minimum radius of curvature for slip points, turnouts and 190 metres
crossover roads.

|.8 On main lines, the turnouts and diamond Crossings shall be of the following types
orflatter-
a) 1 in 9 type turnout 300 m radius
b) 1 in 7 type turnout 190 m radius
c) Scissors cross-over of 1 in 9 type consisting of 4 turnouts and 1 diamond
crossing
d) Scissors cross-over of 1 in 7 type consisting of 4 turnouts and 1 diamond
crossing

On depot lines, the turnouts and diamond Crossings shall be of the following
types or rialler-

1 in 7 tvne turnout
b) Scissors cross-over of 1 in 7 type consisting of 4 turnouts and 1 diamond
crossing
c) 1 in 7 derailing switches/1 in 7 type symmetrical split turnout

2.5.10 Diamond crossings not to be flatter than 1 in 4.5.

Note:
a) The above restrictions shall not apply to moveable diamond crossings
b) There must be no change of superelevation (of outer over inner rail)
between points 18 metres outside toe of switch rail and nose of crossings
respectively, except in the case of special crossing leading to snag dead-ends
or under circumstances as provided for in item 2.6 below
2.5.11 Minimum length of tongue rail: 9000mm

2.6 SUPERELEVATION AND SPEED AT STATIONS ON CURVES WITH


TURNOUTS OF CONTRARY AND SIMILAR FLEXURE.
2.6.1 Main Line:

Subject to the permissible run through speed based on the standard of


interlocking, the equilibrium superelevation, calculated for the speed of the
fastest train may be reduced by a maximum amount of 85 mm without reducing
speed on the main fine.
2.6.2 Turnouts:
i) Curves of contrary flexure

The equilibrium superelevation (s) in mm should be =(1510/127)(V2/R)


Where, R = radius of turnout in metres and V is speed on turnout in Kmph.
The permissible negative superelevation on the turnout (which is also the actual
superelevation of the main line) may then be = (85 -s) mm

ii) Curves of Similar flexure

The question of reduction or otherwise of superelevation on the main line must


necessarily be determined by the administration concerned. In the case of a
reverse curve dose behind the crossing of a turnout, the superelevation may be
run out at the maximum of 1 mm in 440 mm.

15
2.7
CLEARANCE FOR

aPpendix-5

Note:
(i)
As the minimum radius of horizontal curve for station platform line is 1000
metres, there will be no superelevation and gauge widening at stations on
passenger platform lines.
(ii)
Platforms located in curves shall be fitted with a gap filler wherever
necessary to maintain the minimum stepping distance of 75 mm. The gap
filler shall be of elastic nature and flexible to allow train contact without any
adverse effect on passenger safety and stability of trains.

T. GUPTA
Chief Engineer Planning -
Delhi Metro Rat! Corp. Ltd.
Metro Bhgwari Firs S'tgade Lane
Barskhamba Road, New Delhi-110001
CHAPTER 3

ROLLING STOCK

PASSENGER ELECTRIC MULTIPLE UNITS.

(a) Maximum Length of the coach body 22010mm

(b) The maximum width of the coach body 3200 mm

(c) Height of the coach body (maximum with 4048 mm


pantograph in locked down condition)

(a) Distance between bogie centers 14750±350mm

(b) Maximum distance apart between any two


adjacent axles 12900 mm

lote-
Fittings on the end of a vehicle, such as step iron, brake/ drainage pipes, electrical
connection, cable or boxes, vestibule or gangway, fairings etc. need not be kept
within the prescribed maximum permissible length of the car body, but may project
beyond the end of body to a reasonable extent.

3. Kinematic Envelope for level tangent track

(i) For Underground Sections Figure No. DMWSG-1 (TNL)


(ii) For Underground section at platform Figure No DMWSG-IA(TNL)
(ii) For At-Grade and Elevated Sections Figure No. DMWSG-1
(iv) For At-Grade and Elevated Sections Figure No. DMWSG-1 A
at platform
(v) Same pantograph shall be used for underground and elevated corridors.
4 (a) Minimum clearance from rail level under fully loaded
condition for bogie mounted equipment in worst
condition* (*The worst condition means wheels with 75 mm
maximum tread wear and primary springs with
maximum deflection) in static condition.

Minimum clearance from rail level under fully loaded


condition for body mounted equipment in worst
condition* (*The worst condition means deflated 102mm
secondary air springs, wheels with maximum tread
^ M 'fff* ' -
.flAAfffduU
clliu jjinriaijf v v u r i iiiaAimum
static condition.

v
Chi"=-' i
Delhi Mej; / '
Metro 17
/cj Minimum clearance from rail level, under dynamic conditions
of fully loaded vehicle, with maximum tread wear and primary
springs with maximum deflection , with the exception of 50mm
wheels &attachments there to (vide note below '#'}.
£^—
tyre or an attachment to a wheel or sand pipes or Wheel/ Track Lubrication Nozzle
. ne with the wheel may project below the minimum height of 50mm from a distance of
11 mm inside to 216mm outside of the gauge face of the wheel.

Incline of Tread / Wheel Profile RDSOSK91146/S1002


Wheel
a) Maximum wheel gauge back to back distance 1360 mm
b) Minimum wheel gauge back to back distance 1358 mm

a) Maximum diameter on the tread measured


at 63.5mm from the wheel gauge face 860 mm

b) Minimum diameter on the tread measured


at 63.5 mm from the wheel gauge face 780 mm

a) Minimum projection for flange of new wheel


measured from tread
at 63.5 mm from the wheel gauge face for profile
asperSK-91146 28.5 mm

at 70 mm from the wheel gauge face for UIC profile


as per S1002 28mm

b) Maximum projection for flange of worn wheel 34 mm


measured from tread at 63.5 mm from the
wheel gauge face

a) Maximum thickness of flange of wheel


measured from wheel gauge face at 13 mm
from outer edge of flange. 29.4 mm

b) Minimum thickness of flange of wheel 25mm


measured from wheel gauge face at 13 mm
from outer edge of flange.

Minimum width of wheel 127mm


Floor Height

a) Maximum height above rail level for floor 1130mm


of any unloaded vehicle

b) Minimum height above rail level for floor of 1100mm


"V7
fully loaded normal vehicle T ft HIT/.

Ch:.»M
18
j a) Maximum height of centre coupler above rail
level for unloaded vehicle
815 mm

b) Minimum height of centre coupler above rail


level for fully loaded vehicle 740 mm

Maximum length over couplers


23000 mm
Length of rigid wheel base for single bogie
2200 mm to 2600 mm

LOCOMOTIVES AND ENGINEERING SERVICE VEHICLES

Metro System ( e thes °HE


maChifles' etc - used on Delhi
Kinematic Envelop ofThe Passenn ,?'y,ing) Wi" conform with fhe
No DMWSG-I(TNL) for Under "iple UnitS 3S stlown in Fi9u^
Elevated and A -Grade secHons "S ^ FigUre N°' DMWSG '1for

T GUPTA
Chieltr.
Delhi ML:-!-: 19
CHAPTER 4

OVERHEAD ELECTRIC TRACTION 25 KV/AC 50 CYCLES PER SECOND

Note: Wherever electric traction is in use, special precautions must be taken to maintain
following clearances:

4.1 ELECTRICAL CLEARANCES FOR UNDER GROUND

4.1.1 Minimum height form rail level to the underside


of Wearing Copper / Metal Conductor of Rigid OCS
(Overhead Contact System) in Tunnel .4318mm

Note:
(a) Location of level crossing from the exit point of the tunnel will take into
consideration the OHE height of 4318 mm at the tunnel exit and the
permissible contact wire gradient.
(b) In the Depot deck portion, where Rigid OCS is provided and the track is
Ballastless, the Electrical clearances laid down at paras 4.1.1 to 4.1.4
shall be applicable.
(c) For location of rigid OCS in circular tunnel with canted track, refer to para
1.7.1(B)-band 17.2 (B)-b.

(d) It shall be ensured that environment level inside the tunnel is controlled
suitably so that no extra air clearance, over and above the minimum
separation prescribed in para 4.1.3 and 4.1.4 on account of pollution, fog
etc. is required.

4.1.2 Stagger of Rigid OCS Conductor in Tunnels shall not be more than
(a) On Straight ±200 mm
(b) On Curves ±300 mm

4.1.3 Prescribed minimum clearance between live parts of contact/frres antibodies of


structures.

Air clearance between bodies of structures and live un-insulated parts of contact
lines, feeders and current collectors for 25 KV shall be as per IEC 60913 as
under;

Minimum clearance Absolute minimum


Condition between live parts dynamic clearance
and structures between live parts
and structures
a) Long duration (Static) 270 mm -
b) Short Duration f££Lmnn 150 mm*
(Dynamic ) /Sffi'cN

20
*in exceptional cases and considering operating in climatic conditions (Ref: IEC
60913)

4.1-4 Prescribed minimum clearance between live parts of contact lines and
bodies of vehicles
Minimum Air clearance between bodies of vehicles and the live un-insulated
parts of the contact line or feeders for 25 KV

Condition Clearance (mm)


a) Long duration (Static) 290mm
b) Short Duration (Dynamic) 190mm

4.1.5 Maximum width of pantograph -Under dynamic condition:

The Kinematic Envelope for the underground system with Ballastfess track is
shown in Figure DMWSG-I(TNL) The pantograph adopted should be such that
its actual half KE width does not exceed 820 mm and 980 mm at the top and
bottom respectively in pantograph raised condition for a contact wire height of
4318 mm to fulfill electrical clearance as per item 4.1.3

Note: These limits would not apply to special locations like insulated overlaps
and out of run wires.

4.2 ELECTRICAL CLEARANCES FOR AT-GRADE AND ELEVATED SECTIONS

4.2.] Minimum vertical distance between any live bare conductor (overhead equipment
or pantograph) and any earthed structure or other bodies (rolling stock, over
bridges, signal gantries etc.)

Condition For Flexible OHE


ffl Long duration (Static) 320mm
m Short Duration (Dynamic ) 270mm

Note:
A minimum vertical distance of 340 mm shall normally be provided between
rolling stock and contact wire to allow for a 20 mm temporary raising of the tracks
during maintenance. Wherever the allowance required for track maintenance
exceeds 20 mm, the vertical distance between rolling stock and contact wire shall
correspondingly be increased.

4-2-2 Minimum lateral distance between any bare live conductor(over head equipmentor
pantograph) or any earthed structure or other bodies ( rolling stock, over bridges,
Condition For Flexible OHE
Long duration (Static) 320mm
ihort Duration (Dynamic) 220 mm
14.2.3 Height of contact wire:
| Minimum height from rail level to the underside of live Conductor wire.

ln"tr!erobpredn9eS'in tUnne'S ** '" ramp area 4388 mm


At level crossings'.' ™°° mm
5500 mm
n running and carriage sheds wherever staff are
expected to work on the roof of rolling stock. 5200 mm

™2oCUrV!,S' 1" Vertical distances specified in items 4.2.3 above, shall be


Stion 3 lGVel °f the inner rail' increased half

.2.4 Maximum variation of the live conductor wire on either side of the centre line of
the track under static conditions:
iii) On straight ± 200mm
iv) On Curves ± 300mm

Note: These limits would not apply to special locations like insulated overlaps
and out of run wires.

2.5 Maximum width of pantograph collector :

The Kinematic Envelope with the size of Pantograph adopted, shall be within the
Kinematic Envelope shown at Figure No. DMWSG - 1.

T.GUPTA
Chief t"'ui" • " i-.i'-iij
Delhi Mjt:n i ., i ,,-|. Ltd.
Melio Blir.v'... . f • ' • - - . ]
Barskhamha Ru v.i. •;..-.• u t'22COOI
Chapter- 5

PLATFORM GATE

5.1 PLATFORM GATE SETTING OUT DIMENSIONS:

Minimum Platform Gate Width (clear opening) 2000 mm


Minimum Platform Gate Height from PF level 1500mm
Minimum Platform threshold offset from track centerline - 1660mm
straight track (Underground)
Minimum Platform gate panel offset from track centerline - 1675 mm
straight track (Underground)
Minimum Platform threshold offset from track centerline - 1670mm
straight track (Elevated/At Grade)
Minimum Platform gate panel offset from track center-fine - 1695 mm
straight track (Elevated/At Grade)
Minimum Height of PG Panel from rail level 2595 mm

Note:
(a) Assumed plus/minus 300 mm stopping accuracy.
(b) Platform gates at stations on curves shall be considered separately taking
into account the additional clearance as per Appendix-5.
(c) PJatform Gates are considered as designated railway operational structures.
Therefore, platform gates may infringe the structure gauge, but does not
infringe the station kinematic envelope and having minimum clearance of 10
mm from kinematic Envelope to Platform Gate.

23
Appendix-1

PERMISSIBLE SPEED, CANT AND


MINIMUM TRACK SPACING ON CURVES.
UNDER GROUND (TUNNELS). ELEVATED AND
AT-GRADE SECTIONS
(REFERENCE: PARA 1.1)
MAXIMUM MINIMUM DISTANCE BETWEEN
RADIUS OF PERMISSIBLE ADJACENT TRACKS
CURVE CANT SPEED See note (a]_
ELEVATED AND AT-
UNDER GROUND
GRADE
metres mm kmph mm mm
3000 0 85 3800 3900
"2 2800 15 85 3800 3900
2400 20 85 3800 3900
2000 20 85 3800 3900
1600 25 85 3800 3950
1500 30 85 3800 3950
1200 35 85 3800 3950
1000 45 85 3800 3950
800 55 85 3850 3950
600 70 85 3850 4000
500 85 85 3900 4000
450 105 85 3900 4050
400 105 80 3900 4050
350 110 75 3950 4050
300 110 70 3950 4100
200 110 55 4100 4200
150 110 50 4200 4300
150 0 30 4200 4300
120 110 45 4300 4400
120 0 30 4300 4400

Notes:
(a) The track spacing shown in the table above is without any column/structure between two
tracks and is with equal cant for both outer and inner tracks.
b) Track spacing shown in Table above is not applicable to stations which should be caculated
depending on specific requirement, but should not be less than as specified in para 2.1
c) Figures for any intermediate radius of curvature may be obtained by adopting the value for
sharper curve.
d) Cant provided is limited to desirable value of 110 mm
e) Maximum cant deficiency is 85mm.

24
APPEND1X-2

RFPPRFNrP- PARA 1 7 1
RADIUS MID-THROW NOSING INCLUDED IN EXTRA GAUGE EXTRA
( 28500/R } K.E/ STRUCTURE TOLERANCE ON HORIZONTAL
GAUGE FOR TANGENT CURVES ALLOWANCE ON REMARKS
TRACK CURVE
(metres) (mm) (mm) (mm) (mm)
R (V) _ _ . (N) (G) (T.)
120 237.5 32.0 9.0 215
150 190.0 32.0 9.0 167
|5 162.9 32-0 9.0 140
200 142.5 32.0 9.0 120
250 114.0 32.0 j 9.0 91 (G) EXTRA GAUGE TOLERANCE
300 95.0 32.0 9.0 72 ON CURVES SHARPER THAN
__35p__j 81.4 32.0 9.0 58 1000 M RADIUS:
400 71.3 32.0 9.0 48 9 mm FOR CURVES WITH
450 63.3 32.0 9.0 40 RADIUS SHARPER THAN
500 57.0 32.0 5.0 30 500 M AND
600 47.5 32.0 5.0 21 5mm FOR CURVES WITH
700 40.7 32.0 5.0 14 RADIUS OF 500 M TO
800 35.6 32.0 5.0 9 LESS THAN 1000M.
900 31.7 32.0 5.0 5
1000 28.5 0.0 0 T^V-N+G for V EQUAL TO
1200 23.8 32.0 0.0 0 OR GREATER THAN (N) AND
1500 19.0 32.0 0.0 0 T1=GforV<(N)
1600 17.8 32.0 0.0 0
2000 14.3 32.0 0.0 0
2400 11.9 32.0 0.0 0
2800 10.2 32.0 0.0 0
3000 9.5 32.0 0.0 0
ormore_ f

Mid throw ( in mm 1 V = f 125 x C!) /R= 28500/R


Where 'C' is the distance between bogie ceniers = 14.750*0.350=1 5.100m OR 14.750-0.350-14.400 m. .
Trie worst case will be wilh C=15.lOQm
R is the radius of curve in metres.
Mid throw { in mm ) V = (125 x C2) /R= 28500/R

OUTSIDE OF CURVE
REFERENCE PARA f.7.2
END-THROW EXTRA GAUGE EXTRA NOSING EXTRA
( 34635/R ) TOLERANCE ON DUE TO EXTRA HORIZONTAL
RADIUS REMARKS
CURVES GAUGE TOLERANCE ALLOWANCE ON
CURVE
(metres) (mm) (mm) (mm) (mm)
R Vo G (EN) Tz
120 288.6 9.0 2.3 300
150 230.9 9.0 2.3 242
175 197.9 9.0 2.3 209
200 173.2 9.0 2.3 184
250 138.5 9.0 2.3 150
300 115.5 9.0 2.3 127 (G) EXTRA GAUGE TOLERANCE
350 99.0 9.0 2.3 110 ON CURVES SHARPER THAN
400 86.6 9.0 2.3 98 1000 M RADIUS:
450 77.0 9.0 2.3 88 9 mm FOR CURVES WITH
500 69.3 5.0 1.3 76 RADIUS SHARPER THAN
600 57.7 5.0 1.3 64 500 M AND
700 49.5 5.0 1.3 56 5mm FOR CURVES WITH
800 43.3 5.0 1.3 50 RADIUS OF 500 M TO
900 38.5 I <To 1.3 45 LESS THAN 1000M.
1000 34.6 0.0 0.0 35
1200 28.9 0.0 0.0 29
1500 23.1 0.0 0.0 23
1600 21.6 0.0 0.0 22 EN=Gx0.25555555
~~2000~~ 17.3 0.0 0.0 17
2400 14.4 0.0 0.0 14
__280Q 12.4 0.0 0.0 12
^3000 ~ 11.5 0.0 0.0 12
or more

tnd Throw ( in rrirn ) Vo= (125 X C, *) IR - (125xC 2)/R = 34635/R


Where PC' is (he distance belween bogie centers = 14. 750*0.350=1 5. loom OR i4.7SH),350=i4.400m .
Worst cose will be wilh O14.400
C,' is lenglh of coach in meters = 22.010 m and 'R' is radius of curve in melers.
Cl'=22.282*(2201 0-21 740J+21 740 <<$0*5vN
/ f tf£
OC- jBJ&V • »**"-•» /.-'-*V^

W¥7\ / /T
25 ht#^°T An lJVr/jt:A, /
APPENDIX-3

DELHI METRO
CANT EFFECT ON STRUCTURE GAUGE-HORIZONTAL
AT-GRADE AND ELEVATED
REFERENCE: PARA 1.8.2
ALL FIGURES ARE IN mm
Height above rail level measured
perpendicular to plane of track h= 305 h= 1000 h= 2040 h= 3690 h= 6250
Distance from center line of track to .Structure
Gauge for tangent track. ab= 1775 ab= 1940 ab= 1940 ab= 1820 ab= 1820
Angle
Cant a Sin a cos a tsn a EI FI Hi H2 EI FI HI H2 E, FI HI H2 E, FI Hi N2 E1 FI H, H2
Degrees

110 4. 1 7 8 1 0.073 0.997 0.073 1793 1749 489 230 2008 1862 1194 912 2084 ^17871 2231 1949 ^081| 1547 3868 ;;;303 2271 1360 6421 6156
105 3.987 0.070 0.998 0.070 1792 1750 481 234 2005jJ866J 1185j^gifT 2078 ^1794~ 2223 1953 J2Z1 1560 3861 3608 2251 1381 J54HJ 6161
HotT 3,797 0.066 0.998 0.066 JZ?2j IJTSI]
[I472~ 237 _?Q02^[HZJL 1177 920 2071 il^OI^ 2214 1958 2061 1572 3853 ^£12, 2230 1403 6407 J>16<L
95 3.607 0,063 0.998 0.063 Jt791_ JLZS^Ll~464~ 241 joocr 1874 1168 924 2065 J80?, 2206 1962 2049 1585 3845 3616 2210 1424 6400 6171
90 3.417 A°J>°J 0.998 0.060 __!!?!_ 1754 456 244 1997 1877 1159 928 2059 1815 ^?198J 1966 2037 1597 3837 :*620 2190 1445 6393 6176
85 3.227 0.056 0.998 0.056 JZ90__|JZ56j 447^ 248 J§M_ ^iSfTT 1151 932 12052^^J823j 2189 1971 2025 1610 I3830j :'^25 2169 1466 6386 J>11L
80 3.037 0.053 P 0.999 0.053 1789 JZ^ 439 251 J§HTiSS^f 1M?_ 1^936 2046 [J83Li^2180^ 1975 2013 1622 3822 [ii-329 , 2149 1487 6378 ^185
75 2.847 0.050 0.999 0.050 1788 JZ5*T 431 254 J988J 1888 1133 940 J203ST 1837 12172^ 1979 2002 1635 3814 .im r2T2<r
1508 6371 6190
70 2.657 0.046 0.999 0.046 1788 1759 422 258 J985J 1892 1124 944 2033 1844 _?163J 1983 1990 1647 3806 :jg37 2108 1529 6363 Jilt
65 2.467 0.043 0.999 0,043 1787 1761 414 Lj2frT 1982 1896 1116 949 JM2ZJ[JML 2155 1988 1978 1660 3798 ^S41 2088 1550 6356 6199
60 2.277 0.040 0.999 0.040 1786 J762^^406^ 265 J9ZL 1899 1107 953 ^020^ 1858 2146 1992 1966 1672 3790 :-;f,45 2067 1571 6348 6203
55 2.087 0.036 0,999 0.036 1785 JLZ63, 397 I268~ 1976 1903 1098 957 2014 11865 2137 1996 J954 1685 3782 L:*349 2047 1592 6340J 6208
50 1.898 0.033 0.999 0.033 1785 1764 389 272 1973 1906 1089 9 6 1 | 2007 1872 2129 2000 1942 1697 3774 3653 2026 JM3J 6332 6212
45 1.708 0.030 1.000 0.030 1784 3Z66j^"381^ 275 1969 1910 1§§<L 965 _?00<LLjlZi]^12pjh2004~ 1930 1710 3766 ,iS57 2006 1633 J>32fL 6216
40 1.518 0.026 1.000 0.026 1783 ^TeT 372 278 1966 1913 1C 72 969 1994 1886 2111 2008 1918 J722, 3757 ;:6S1 1985 ^1654^[63l]rLJ322£r
35 1.328 0.023 1.000 0.023 1782 1768 364 282 J963JJ917J 1063 973 1987 1893 2102 2012 1906 (1734" 3749 ;;sss 1965 1675 6309 6224
• ,• •,*»n. rtU
30 1.138 0.020 1.000 0.020 1781 1769 356 285 M960J 1920 1054 J??jL 1981 1900 2094 2017 1893 1747 3741 *.---.'ij* 1944 1696 6300 6228
<'• .'' T**
25 0.949 0.017 1.000 0.017 1780 JLZZ?jL347^L28?L T9571 1924 J045 981 1974 1906 _?08^ 2021 1881 1759 L^733^ ,'o72 ^924^ -IZILj 6292 6232
20 0.759 0.013 1.000 0.013 1779 JZZL 339 292 1954 1927 1036 985 1967 1913 2076 2025 1869 1771 3724 :;S76 1903 1738 6284 6236
15 0.569 0.010 1.000 0.010 1778 1772 331 295 1950 1930 1027 989 Ll?61_ 1920 2067 2029 1857 1784 3716 o-sao 1882 1758 6276 6240
10 0.379 0.007 1.000 0.007 _1ZZZJ 1773 322 ^9<T 1947 1934 1018 993 _1954j 1927 2058 ^203^ 1845 1796 3707 :iS83 J862^ 1779 6267 6243
5 0.190 0.003 1.000 0.003 1777 1774 314 U?02L 1944 1937 1009 997 1947 LJ934^ 2049 2037 1833 1808 3699 3S37 1841 1800 6259 6247
0 0.000 0.000 1.000 0.000' 1ZZ5_j 1775 JH>5^ 305 J940^ 1940 1000 1000 1940 1940 2040 2040 1820 rT82rTr369f7 S390 1820 1820 6250 6250

REFER T6 FIGURE: DMWSG-4


E.,=[ab+(h x tan a)] x cos a
F^=[Ab- (h x tan a)] x cos a
H^fCa^J+fh / cos a)+(Ab-h x tan a)xsin a
H2=(Ca/2)+(h/cos ct)-(ab+h x tan cc)xsin a
ab=Ab=Distance from center line of vehicle to Structure gauge for Tangent track at height 'h' from rail level
ac=Distance from center line of canted track to Structure Gauge for Tangent track at height 'h' from rail level
bc=hxtana=Laterai increment due to cant (measured alontj the line parallel to line joining top of rails).

26

/ '
APPENDIX: 3 (TNL)

DELHI METRO
CANT EFFECT ON STRUCTURE GAUGE-HORIZONTAL
UNDER GROUND SECTIONS (Rectangular Box Tunnel)
REFERENCE: PARA 1.8.2
Height above rail level measured ^
h= 150 h= 1050 h= 1130 h= 2040 h= 3350 h= 3830
perpendicular to plane of track
Distance from center line of track to
ab= 1650 ab= 1853 ab= 1875 ab= 1875 ab= 18::0 ab== 1525
Structure Gauge for tangent track.

Angle
Cant Sin a cos a tan a E, Hi H2 EI Ft H! H2 EI FI HI H2 EI F, Hi H2 EI F, H1 H2 EI FI Hi H2
a fi

110 4.178 0.073 0.997 0.073 1657 1635 325 85 1925 1772 1238 968 1953 1788 1319 1046 ~20?9l 1722 2227 J953J 2060 rHra 352T 3264 1800 1242 _39§(J 3764
105 3.987 0.070 0.998 0.0697 1657 1636 317 88 1922 1776 1229 972 1950 1792 1311 1050 2013 1729 "mfT 1958 2049 ^«3 3521 3268 rr788~ 1255 3980 3768
100 3.797 0.066 0.998 0.0664 1657 1637 309 91 1919 1780 1221 975 1946 1797 1302 1054 , 2 0 0 6 , 1736 2210 1962 2038 15P5 3514 -3273^ 1776 1269 _397^ 3771
95 3.607 0.063 0.998 0.063 1657 1638 JSOLj 94 1916 1784 1212 979 1943 1801 J294J 1058 2000 1743 J?202J 1966 J2028J 1603 3506 3277 1763 1282 3966 3774
90 3.417 0.060 0,998 0.0597 1657 1639 294 97 1913 1788 ~7204n
983 ^\94Q~ 1805 1285 1062 1994 1751 2194 JSZfL 2017 16'.S 3498 3281 HTSI" 1295 3960 3778
85 3.227 0.056 0.998 0-.0564 1656 1639 286 100 1910 1791 1196 987 1936 1809 1277 nK)66~ 1987 rT75or 2185 1974^ 2006 ier:9 3490 LMlsTrT739T 1307 3953 3781
80 3.037 0.053 0.999 0.0531 J656J 1640 278 103 1907 1795 1187 991 1933 1813 1268 ^H)70~ J981, 1765 2177 1978 1995 1640 3482 ^3289" 1726 1320 J5946j 3784
75 2.847 0.050 0.999 0.0497 1656 1641 270 106 JiQ3j_1799JJ1Z9J 995 J92JL 1817 1260 1073 _11Z5^ 1772 2169 1982 _1985^ 1652 3474^ 3293 1714 1333 _3939| 3788
70 2.657 0.046 0.999 0.0464 1656 1642 262 109 1900JJ803I 1170 998 1926 1821 J25L 1077 1968 17ZL 2160J 1986 JL^Zi, 1663 3466 3298 1701 1346 3932 3791
65 2.467 0.043 0.999 0.0431 1655 1643 254 112 1897 IsoTl 1162 1002 1922 1825 1243 1081 1962 1786 2152 1990 1963 16V5 3458 3302 1689 PT359~ 3925 3794
60 2.277 0.040 0.999 0.0398 1655 1643 246 115 1894 1810 1153 1006 1919 1829 1234 1085 J1955, 1793 [ llilj 1994 1952 1686 3450 3306 1676 1372 -3918J 3797
55 J-087I 0.036 0.999 0.0364 1655 1644 ^38J 118 1891 ^I8t4~ 1145 ^^1010 1915 J133U 1226 1089 JlM^'Tsoif H2135~ 1998 J941, 16J;7 J?4.^ 3309 JJ36A) 1385 r39?T ,— 3800
50 JJJ98J_O033j 0.999 0.0331 JSSJ^ 1645 230 121 1887 1818 1136 1014 1912 1837 1217 1093 ^942^^807^ 2126 2002 J930_j 1709 J434j 3313 J651jJ398_j 3904 3803
45 1.708 0.030 1.000 0.0298 JjiS^ J645j 222 124 fl884~ J82±j J12*L 1017 1908 1841 1208 1097 1935 Ullli-2HL] 2006 J920J 1720 3426 3317 1639 1411J 3897 3806
40 1.518 0.026 r Too<r
0.0265 1654 1646 214 127 1881 1825 1119 1021 1905 1845 1200 1100 1929 1821 r2io<F 2010 1909 ^1 1 3418 H332T~ 1626 1424 3890 3809
35 ^328" 0.023 1.000 0.0232 1654 1647 L206~ 130 1877 1829 1111 1025 1901 1849 ^mT 1104 1922 M828~ 2101 ^20141 1898 hl?v;.2 3409 3325 1614 1436 3882 3812
30 1.138 ^020"JM300, 0.0199 1S53 1647 198 _133_ 1874 Tssif Pno2~JC2&J|_189?L 1853 1183 pToir _191!LrTasjT 2092 2018 'TaaT 17;ri4 3401 3329 1601 1449 3875 3814
L^T 0.949 0.017 1.000 LMIM. 1653 1648 J!<LL136_ 1871 1836 1094 1032 1894 1857 1174 1112 1909 1841 2084 2022 1876 J7t5 3393 3332 1589 1462 3868 3817
H20~ 0.759 0.013 1.000 0.0132 1652 1648 182 139 1867 1839 1085 1036 1890 1860 1165 1116 J90JL J184JL 2075 2025 1865 17/6 3384 3336 1576 1475 3860 3820
15 0.569 0.010 1.000 0.0099 1652 |J649_ 174 142 1864 1843 1076 104G 1887 1864 1157 1119 1896 1855 2067 2029 1854 1767 3376 3340 1563 1487 3853 3823
r7o~ 0.379 0.007 1.000 jy>06JLj 1651 1649 166 145 1860 1847 1068 104C< 1883 1868 1148 1123 1889 1862 2058 2033 i1843_ 17£8 3367 3343 1551 1500 3846 3825
5 0,190 0.003 1.000 0.0033 1651 1650 158 148 1857 1850 1059 1047 1879 1872 1139 1127 1882 1869 2049 2037 1832 1809 3359 3347 1538 1513 3838 3828
0 0.000 0.000 1.000 0 l|65<L 1650 150 150 1853 1853 1050 1050 1875 1875 1130 1130 1875 1875 2040 2040 J820j 1820 3350 3350 J525] 1525 3830 3830

REFER TO FIGURE: DMWSG-4


E1=[ab+(h x tan a)] x cos a
F^fAb- {h x tan a)] x cos a
Hi=(CaI2)+(h /cos a)+(Ab-h x tan ct)xsin a
H2=(Ca/2)+(h/ cos ct)-(ab+h x tan a)xsin a
ab=Ab=Distance from center line of vehicle to Structure gauge for Tangent track at height 'I
ac=Distance from center line of canted tack to Structure Gauc e for Tangent track at height 'h1 from rail level.
bc=hxtanct=Lateral increment due to cant (measured alonq the line parallel to line joining top of rails).

27
APPENDIX-3A

DELHI METRO
CANT EFFECT ON KINEMATIC ENVELOPE-HORIZONTAL
AT-GRADE AND ELEVATED SECTIONS
REF: PARA 1.8.1
Height above rail level measured ^ h= 880 h* 3300
h= 165 h= 1130 h= 3736 h= 4300 h= 501 8
perpendicular to plane of track
Distance from center line of ab= 1749 ab= 1788 ab= 1725
ab= 1585 ab= 1285 ab= 1220 ab= 880
track to K.E for tangent track.

Angle
Cant Sin a cos a tan a E F H, H2 E F HI H2 E F H, H2 E F Hi H2 E F H, H2 E F Ha E F H, H2
a

110 4.178 0.073 0.997 0.07 1593 1569 336 105 1909
1681 1061 806 1866 1701 1313 /1052_ 1961 1481 3472 3221 1554 1010 3875 3688 1531 904 4433 4255 1244 513 5124 4996
105 3.987 0.070 0.998 0.07 1593 1570 328 107 Teo? 1684 1052 809 1863 170E' 1305 1055 1951 1492 3465 3225 1542 1023 3869 3691 1517 919 4427 4258 1227 ,529_ 151^0 4998
100 3.797 0.066 0.998 0.07 1593 1571 ~32CT 110 1804 1687 1044 813 1859 LTMO 1296 1060 1940 1503 3457 3229 1530 1035 3863 3693 1503 933 -W22 4260 1211 546 5116 4999
95 3.607 0.063 0.998 0.06 1593
1572 312 113 1801 1691 1036 816 1856 LlZl!' 1288 1063 1930 1514 3450 3233 1518 1048 3857 3696 1489 948 4416 4263 1194 563 5111 5001
90 0.060 0.998 0.06 1593 11573 ,305_ 116 1799 1694 1028 820 1853 ^ITIfl L[28Q_ 1067 1919 1526 3442 3237 1506 1061 3851 3698 1475 962 4411 4265 1178 580 5107 5002
LldlL
85 3.227 0.056 0.998 0.06 1592 1574 297 119 1796 1697 1020 823 1849 /U2£ 1272 1071 1909 M53_7_ 3435 3241 1494 1073 3845 3701 1461 977 4405 4268 1162 597 5103 5004
80 3.037 0.053 ,0.999 0.05 1592 1575 289 121 1794 1700 1012 827 ^84? 1720 1264 1074 1898 TM? 3427 3244 1482 1086 3839 3703 1447 991 4399 4270 1145 15098^ 5005
L^L
75 2.847 0.050 0.999 0.05 1592 1575 282 124 1791 1704 1004 830 •\B42\91730 1255 1078 1887 /l£59 3420 3248 1469 1098 3833 3706 1433 1005 1393 4272 1129 630 5094 5006
70 2.657 |0.046_ 0.999 0.05 1591 1576 274 127 1788 1707 996 833 173* 1247 1081 1877 3412 3252 1457 1111 3827 3708 1419 1020 4387 4274 1112 647 5089 5007
ll^Zl
65 2.467 0.043 0.999 0.04 1591 1577 266 130 1786 1710 987 837 1835 1738 1239 1085 1866 1582 3404 3256 1445 1123 3821 3710 1404 1034 4332 4276 1096 664 5084 5008
60 2.277 0.040 0.999 0.04 1591 1578 258 132 1783 1713 979 840 1832 1742 1231 1089 1855 1593 3396 3259 1433 1136 3815 3712 1390 1049 4376 4279 1079 680 5080 5010
55 2.087 0.036 0.999 0.04 1590 1578 251 135 1780 1716 971 844 1828 1746 1222 1092 1845 1604 3389 3263 1421 1149 3808 3715 1376 1063 4370 4281 1063 697 5075 5011
50 1.898 0.033 0.999 0.03 1590 1579 243 138 1778 1719 963 847 1825 1750 1214 1096 1834 1615 3381 3267 1409 1161 3802 dill 1362 1077 4364 4283 1046 714 5070 5012
45 1.708 0.030 1.000 0.03 1590 1580 235 141 1775 1722 955 850 1821 ,1754 1206 1099 1823 1626 3373 3270 1396 1174 3796 1348 1092 4357 4285 1030 731 5065 5013
l
illl
40 1.518 0.026 1.000 0.03 ^fssgl 1581 227 143 1772 1726
947
854 1818 175;> 1197 1103 1812 1637 3365 LJ^Zl 1384 1186 3789 3721 1334 1106 4351 4287 1013 747 5060 5013
35 1.328 0.023 1.000 0.02 1589 1581 220 146 1769 1729 938 857 1814 1762 1189 1106 1802 1649 3357 3277 1372 1199 3783 3723_ 1320 1121 4345 4289 997 |764_ 5055 5014
30 1.138 0.020 1.000 0.02 1588 1582 212 149 1767 1732 930 861 1811 1766 1181 1110 1791 1660 3349 3281 1359 1211 3776 3725 Tso?~T135~j 4339 4290 980 781 5050 5015
25 0.949 0.017 1.000 0.02 1588 1583 204 152 1764 1735 922 864 1807 1770 1172 1113 1780 1671 3341 3284 1347 1223 ~J770[ 3727 1292 1149 |4333 4292 963 797 |5045_ 5016

20 0.759 0.013 1.000 0.01 1588 1583 196 154 1761 1738 914 867 1803 1773 1164 1117 1769 1682 3333 3287 1335 1236 3763 3729 1277 1163 432B 4294 ^4P 814 5040 5016
15 0.569 0.010 1.000 0.01 1587 1584 189 157 1758 1741 905 871 1800 1777 1156 1120 1758 1693 3325 3291 1323 1248 3757 3731 1263 ul^ZL 4320 4296 930 831 5034 u50T7_
10 0,379 0.007 1.000 0.01 1587 1584 181 160 1755 1744 897 874 1796 1781 1147 1124 1747 ^1704 3317 3294 1310 1261 3750 3733 1249 1192 4313 4297 914 847 ,5029^ 5018
5 0.190 0.003 1 .000 0 1586 1585 173 163 1752 1747 889 877 1792 1783 1139 1127 1736 1715 3309 3297 1298 1273 3743 3735 1235 1206 4307 4299 897 864 ^02? 5018
0 0,000 0.000 1.000 0 1585 1585 165 165 1749 1749 880 880 1788 1788 1130 1130 1725 1725 3300 3300 1285 1285 3736 3736 1220 1220 4300 4300 880 880 5018 5018

REFER TO FIGURE DMWSG-4A

E=[ab+(h x tan a)] x cos a


F=[Ab- (h x tan a)] x cos a
H1=(Ca/2)+(h / cos a)+(Ab-h x tan a)xsin a
H2=(Ca/2)+(h/ cos a)-(ab+h x tan a)xsin a
ab=Ab=Distance from center line of vehicle to K.E for Tangent track at height 'h' from rail level
ac=Distance from center line of canted tack to K.E for Tangent track at height 'h' from rail level.
bc=hxtana=Lateral increment due to cant(measured along the line parallel to line joining top of rails.

28
APPENDIX- 3A(TNL)

DELHI METRO
CANT EFFECT ON KINEMATIC ENVELOPE
UNDER GROUND SECTIONS (Rectangular Box Tunnel)
REF: PARA 1.8.1
Height above rail level measured
h- 165 h= 1095 h= 1130 h= 203C h= 3300 h= 3727 h= 4084 h= 4145 h= 4318
perpendicular to plane of track
Distance from center line of track
ab= 1585 ab= 1753 ab= 1775 ab= 1775 ab= 1715 ab= 1255 ab= 1097 ab= 980 ab= 820
to K.E for tangent track.

Angle '
Cant Sin a cos a tan a E F Hi H2 E F HI H2 E F Hi H2 E F Hi H2 E F Hi H2 E F HI H2 E F ft H2 F HI H2 E F Hi H2
a

110 4.178 0.073 0.997 0.073 1593 1569 336 105 1829 1669 1275 1020 1853 1688 1312 1053 1919 1623 2209 195 1951 1471 3472 3222 1524 981 3864 3631 1392 797 4209 4049 1233 676 4261 4118 1133 504 4422 4302
105 3.987 0.070 0.998 0.07 1593 1570 328 107 1825 1673 1267 1023 1850 1693 1304 1057 1912 1630 2202 1955 1941 1482 3464 3226 1512 993 3858 3684 1379 811 4203 4051 1266 690 4256 4120 1119 518 4418 4304
100 3.797 0.066 0.998 0.066 1593 1571 320 110 1822 1677 1259 1027 1846 1697 1296 1060 1906 1637 2194 1958 1930 1493 3457 3230 1500 1006 3852 3686 1366 825 4198 4053 1253 704 4251 4121 1105 533 4413 4305
95 3.607 0.063 0.998 0.063 1593 1572 312 113 1819 1681 1251 1031 1843 1701 1287 1064 1900 1644 2186 1962 1920 1504 3449 3234 1487 1019 3847 3689 1352 838 4193 4055 1239 718 4246 4123 1091 547 4409 4306
90 3.417 0.060 0.998 0.06 1593 1573 305 116 1816 1685 1243 1034 1840 1705 1279 1068 1893 165 2178 1966 1909 1516 3442 3237 1475 1031 3841 3691 1339 852 4188 4057 122$ 732 4242 4125 1076 562 4405 4307
85 3.227^ 0.056 0.998 0.056 1592 1574 297 119 1812 1689 1235 1038 1836 1709 1271 1071 1887 1658 2170 1970 1899 1527 3434 3241 1463 1044 3835 3693 1326 866 4182 4059 1212 746 4237 4126 1062 576 4400 4308
80 3.037 0.053 0.999 0.053' 1592 1575 289 121 1809 1693 1227 1041 1833 1713 1263 1075 1881 1666 2162 1974 1888 1538 3427 3245 1451 1056 3829 3696 1312 880 4177 4061 1199 760 4232 4128 1048 591 4396 4309
75 2.847 0.050 0.999 0.05 1592 1575 282 124 1806 1697 1219 1045 1829 1717 1255 1078 1874 167:: 2154 1977 1877 1549 3419 3249 1439 1069 3823 3698 1299 893 4171 4062 1185 773 4227 4129 1034 605 4391 4310
70 2.657 0.046 0.999 0.046 1591 1576 274 127 1802 1701 1211 1048 1826 1721 1247 1082 1868 1679 2146 1981 1867 1561 3411 3252 1427 1081 3817 3700 1286 907 4166 4064 1172 787 4221 4131 1020 619 4387 4311
65 2.467 0.043 0.999 0.043 1591 1577 266 130 1799 1705 1202 1052 1822 1725 1238 1086 1861 1685 2138 1985 1856 1572 3404 3256 1415 1094 3811 3703 1272 921 4160 4066 i 1158 801 4216 4132 1006 634 4382 4312
60 2.277 0.040 0.999 0.04 1591 1578 258 132 1796 1709 1194 1055 1819 1729 1230 1089 1855 1693 2129 1988 1845 1583 3396 3260 1403 1106 3804 3705 1259 934 4155 4068J 1144 815 4211 4133 991 648 4378 4313
55 2.087 0.036 0.999 0.036 1590 1578 251 135 1792 1712 1186 1058 1815 1733 1222 1093 1848 170C; 2121 1992 1835 1594 3388 3263 1390 1119 3798 3707 1246 948 4149 4069| 1131 829 4206 4135 977 663 4373 4313
50 1.898 0.033 0.999 0.033 1590 1579 243 138 1789 1716 1178 1062 1812 1737 1214 1096 1842 1707 2113 1996 1824 1605 3380 3267 1378 1131 3792 3709 1232 962 4144 4071 1117 843 4201 4136 963 677 4368 4314
45 1.708 0.030 1.000 0.03 1590 1580 235 141 1785 1720 1170 1065 1808 1741 1205 1100 1835 1714 2105 1999 1813 1616 3373 3270 1366 1144 3786 3711 1219 975 4138 4072 'i104 857 4195 4137 949 691 4364 4315
40 1.518 0.026 1.000 0.026 1589 1581 227 143 1782 1724 1162 1069 1805 1745 1197 1103 1829 172- 2097 2003 1802 1627 3365 3274 1354 1156 3779 3713 1205 989 4132 4074 1090 870 4190 4138 935 706 4359 4315
35 1.328 0.023 1.000 0.023 1589 1581 220 146 1778 1728 1153 1072 1801 1749 1189 1107 1822 172!. 2089 2006 1792 1639 3357 3277 1342 1169 3773 3715 1192 1003 41 2C 4075 1076 884 4185 4139 920 720 4354 4316
30 1.138 0.020 1.000 0.02 1588 1582 212 149 1775 1731 1145 1075 1798 1753 1181 1110 1815 173S 2080 2010 1781 1650 3349 3281 1329 1181 37G7 3717 1178 1016 4120 4077 1053 898 4179 4140 906 735 4349 4316
25 0.949 0.017 1.000 0.017 1588 1583 204 152 1771 1735 1137 1079 1794 1757 1172 1113 1809 174;: 2072 2013 1770 1661 3341 3284 1317 1194 3760 3719 1165 1030 4115 4078 1049 912 4174 4141 892 749 4344 4317
20 0.759 0.013 1.000 0.013 1588 1583 196 154 1768 1739 1129 1082 1790 1760 1164 1117 1802 1743 2064 2017; 1759 1672 3333 3287 1305 1206 3754 3721 1151 1043 4109 4080 1035 926 4168 4142 878 763 4339 4317
15 0.569 0.010 1.000 0.01 1587 1584 189 157 1764 1743 1120 1086 1787 1764 1156 1120 1796 1755 2056 2020 1748 1683 3325 3291 1292 1218 3747 3722 1138 1057 4103 4081 1022 939 4163 4143 863 778 4334 4318
10 0.379 0.007 1.000 0.007 1587 1584 181 160 1761 1746 1112 1089 1783 1768 1147 1124 1789 176:; | 2047 2024 1737 1694 3317 3294 1280 1231 3741 3724 1125 1070 4097 4082 1008 953 4157 4144 849 792 4329 4318
5 0.190 0.003 1.000 0.003 1586 1585 173 163 1757 1750 1104 1092 1779 1772 1139 1127 1782 176:3 1 2039 2027 1726 1705 3309 3297 1268 1243 3734 3726 1111 10C4 4091 4083 994 967 4151 4145 835 806 4324 4318
0 0.000 0.000 1.000 0 1585 1585 165 165 1753 1753 1095 1095 1775 1775 1130 1130 1775 1775 2030 2030 1715 1715 3300 3300 1255 1255 3727 3727 1097 1097 4084 4084 980 980 4145 4145 820 820 4318 4318

REFER TO FIGURE DMWSG-4A

E=[ab+(h x tan a)] x cos a


F=[Ab- (h x tan a)] x cos a
H.!=(Ca/2)+(h / cos ct)+(Ab-h x tan a)xsin a
H2=(Ca/2)+{h/ cos a)-{ab+h x tan a)xsin a
ab=Ab=Distance from center line of vehicle to K.E for Tangent track at height 'h' from rail level
ac=Distance from center line of canted tack to K.E for Tangent track at height 'h' from rail fevel.
be=hxtana=Lateral increment due to cant(measured along the line parallel to line joining top of rails.
APPENDIX-4
DELHI METRO
LATERAL AND VERTICAL SHIFT OF CENTRE OF CICULAR TUNNEL
FOR DIFFERENT CANT VALUES
(WITH 0^670 mm)
REFER TO FIGURE: DMWSG--3 AND PARA NOs 1.7.1 (B)-b AND 1.7.2 {B)-b
All figures are in mm

Lateral Vertical
tan6=
sin cc = shift of shift of
Cant Angle a (r-D1)/( Angle 0 REMARKS
Cant/1510 tunnel tunnel
9/2) centre=X centre=Y
-
mm Degrees Degrees mm mm
110 0.07285 4.1776 2.8212 70.4826 157 49
J05, 0.06954 3.9874 2.8212 70.4826 150 47
100 0.06623 3.7972 2.8212 70.4826 143 45 (a) The cant is provided by raising the outer rail which
95 0.06291 3.6071 2.8212 70.4826 136 43 will mean, rotating the tunnel about the mid point of
90 0.0596 3.417 2.8212 70.4826 128 41 top of inner rail.
85 0.05629 3.227 2.8212 70.4826 121 39
80 0.05298 3.037 2.8212 70.4826 114 37 (b) ' X' is lateral shift of the centre of the tunnel
75 0,04967 2.847 2.8212 70.4826 107 35 towards inside of the curve
70 0.04636 2.657 2.8212 70.4826 100 33 X= [{2 x (r-DO/sin 9 } x { sin a/2}] x cos (90- 6 - a/2)
65 0.04305 2.4671 2.8212 70.4826 92 31
60 0.03974 2.2773 2.8212 70.4826 85 28 { c ) 'Y1 is the vertical shift of the centre of the tunnel (upwErds)
55 0.03642 2.0874 2.8212 70.4826 78 26 Y=[ {2 x (r-D^/sin 9 } x { sin a/2}] x sin (90-9-0/2) where,
50 0.03311 1.8976 2.8212 70.4826 71 24
45 0.0298 1.7077 2.8212 70.4826 64 22 V is internal radius of the circular tunnel=2800 mm
40 0.02649 1.5179 2.8212 70.4826 57 19 D! = depth from rail level to invert of circular tunnel=670 mm
35 0.02318 1.3282 2.8212 70.4826 50 17 a = angle of rotation=sin"1 (Cant/g) and
30 0.01987 1.1384 2.8212 70.4826 42 15 6 = angle subtended by line joining top of two rails and the line
25 0.0,1856 0.9486 2.8212 70.4826 35 12 joining mid point of top of inner rail and the centre of circular
20 0.01325 0.7589 2.8212 70.4826 28 10- Tunnel
15 0.00993 0.5692 2.8212 70.4826 21 7 = tarT^r-Df) / ( g/2)] in degrees=
10 0.00662 0.3794 2.8212 70.4826 14 o 70.48261451
o
5 0.00331 0.1897 2.8212 70.4826 7 g= Centre to centre of rails = 1510 mm
0 0 0 2.8212 70.4826 0 0

30
APPENDIX-5

ADDITIONAL CLEARANCE FOR PLATFORMS ON CURVES

UNDER GROUND, ELEVATED AND AT GRADE SAT1ONS

REF: PARA 2.7


EXTRA CLEARANCE

INSIDE OF CURVE OUTSIDE OF CURVE

AT EDGE OF OPEN DOOR NEAREST TO AT END OF AT EDGE OF OPEN DOOR, FARTHEST FROM
RADIUS AT CENTRE LINE OF BOGIES
C.L OF BOGIES COACH C.L. OF BOGIES

ADDITIONAL ADDITIONAL ADDITIONAL


DIFFERENCE
MID THROW ADDITIONAL CLEARANCE (ROUNDED THROW NOSING ADDITIONAL CLEARANCE (ROUNDED END THROW THROW NOSING ADDFTiCNAL CLEARANCE (ROUNDED
NOSING BETWEEN
=28500/R CLEARANCE OFF TO NEAREST 5 mm) =28498/R = 15.65x0.873/10-97 CLEARANCE QFFTONEARESTSmm) = 33S25/R =19340/R =15.85x9.59/10.97 CLEARANCE OFF TO NEAREST 5 mm}
N AND N2
0) 00 (D

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15
R V Nf V-N V-N V3 NI VS-CN-N,) Vs-tig-NO V0 V4 H2 N-N2 Vr(N-N2) V4-(N-N,)

metres mm mm mm mm mm mm mm mm mm mm mm mm mm mm
1 2 3 4a 4 5 6 7a 7 8 9 10 11 12a 12
3000 9.5 15.85 -6.4 0 9.5 1.3 -5.1 0 11 6.4 13.9 2.0 4.5 5
2800 10.2 15.85 -5.7 0 10.2 1.3 -4.4 0 12 6.9 13.9 2.0 4.9 5
2400 11.9 15.85 -4.0 0 11.9 1.3 -2.7 0 14 8.1 13.9 2.0 6.1 10
2000 14.3 15.85 -1.6 0 14.2 1.3 -0.3 0 17 9.7 13.9 2.0 7.7 10
1800 15.8 15.85 0.0 5 15.8 1.3 1.2 5 19 10.7 13.9 2.0 8.8 10
1600 17.8 15.85 2.0 5 17.8 1.3 3.2 5 21 12.1 13.9 2.0 10.1 10
1500 19.0 15.85 3.2 5 19.0 1.3 4.4 5 22 12.9 13.9 2.0 10.9 15
1200 23.8 15.85 7.9 10 23.7 1.3 9.2 10 28 16.1 13.9 2.0 14.1 15
1000 28.5 15.85 12.7 15 28.5 1.3 13.9 15 34 19.3 13.9 2.0 17.3 20
800 35.6 15.85 19.8 20 35.6 1.3 21.0 25 42 24.2 13.9 2.0 22.2 25
NOTES:
1. For outside of curve, the difference between clearance required at coach end that at the farthest door edge is less than 25mm. As half
width of coach at ends is at least 25 mm less than that at door locations, additional clearance to be provided is additional clerance required
at the farthest door edge (column 15)

2. Values of additional clearances {columns 5, 9 and 15) are rounded off to the nearest 5 mm.

3. Negative values of additional clearance are taken as Zero in the columns 4 and 8 with rounded off figures.
4. Extra clearance for curve:
(a) Inside of curve:
V = (125C2/R)=28500/R with O15.10 m for the worst case.
V3=Fn25)x(15.12-4x0.8732)/Rl=28498/R
Ni=Nx(X)/(C1/2)=13x 0.873/10.97=1.03 mm
Minimum distance 'X' for the nearest edge of an open door from centre line of Bogies is 0.873 metre.
Higher of (i) column 4 and (ii) column 8 shall be adopted
(b) Outside of curve:
V0=(125C12/R)-(125C2/R)=34635/R for coach end with C=14.4 metres and 0^2x10.97 metres
V4=125x(19.18x19.18-14.4x14.4)/R = 20064/R for farthest edge of end dcor in open position with
(^=2x9.590=19.18 metres and C=14.40 metres for the worst case.
N2=Nosing at the farthest edge of an open door=N x (X)l(C,/2) =13x9.59110.97mm =11.3 mm
R=Radius of curve in metres
Maximum distance (X) for the farthest edge of open door from centre line of two Bogies=9.590 M _•
5. There will be no superelevation on curves in platform Portion.
31
K.E. FOR PANTOGRAPH IN RAISED POSITION.
(CONTACT WIRE AT 5000mm FROM
RAIL LEVEL FOR 25 kV SYSTEM.)

CO
880 PANTOGRAPH HEIGHT IN
LOCKED DOWN POSITION
1220 FOR 25 kV SYSTEM.

NDTES:

1. ALL DIMENSION ARE IN mm.

~ 1220
2. HORIZONTAL AND VERTICAL ALLOWANCES DUE TO CURVES, INCLUDING

VERTICAL CURVES AND CANT SHALL BE EXTRA .


1285
3. THE KINEMATIC ENVELOPE IS VALID FOR VEHICLES WITH SEALED WINDOWS

AND DOORS CLOSED WHILE IN MOTION.

4. CONDUCTOR HEIGHT ABOVE RA:L LEVEL SHALL ALSO TAKE INTO

CONSIDERATION PRESCRIBED ELECTRICAL CLEARANCES BETWEEN ALL LIVE

OVERHEAD EQUIPMENT AND PANTOGRAPH/VEHICLE AND PARTS THEREOF.

5. DIMENSION 'd' SHALL BE 50 mm (MINIMUM).

1788

CO CO CO CD
CO CO CD
CO CO
•9F CO

1753 .K
1788
1749
r
1585
LO CD
CD
CO
CO 1450

LEVEL
KINEMATIC ENVELOPE FOR
1435 3.2M WIDE CAR, STANDARD GAUGE
AT GRADE AND ELEVATED SECTIONS
ON
LEVEL OR CONSTANT GRADE TANGENT TRACK
25 kV ATTRACTION

DELHI METRO RAIL CORPORATION LTD DATE; 23-01-2015 FIGURE No. DMWSG-1
STANDARD GAUGE
1435 mm
SCALE: NOT TO SCALE

32
K.E. FOR PANTOGRAPH IN RAISED POSITION.
(CONTACT WIRE AT 5000mm FROM
RAIL LEVEL FOR 25 kV SYSTEM.)

CO-ORDINATES OF K.E
PANTOGRAPH HEIGHT IN
LOCKED DOWN POSITION X Y
FOR 25 kV SYSTEM. 1 0 5018
2 880 5018
5 3 1220 4833
6 4 880 4048
5 1220 3863
6 1285 3736
1 1685 3339
7
8 1685 1900
9 1665 1095
10 1665 165
11 1450 50

NOTES:
1. ALL DIMENSION ARE IN mm.

2. HORIZONTAL ALLOWANCES DUE TO :_.i?VES SHALL BE EXTRA.


3. THE KINEMATIC ENVELOPE IS VALID FOR VEHICLES WITH SEALED WINDOWS
AND DOORS CLOSED WHILE IN MOTION!
4. KINEMATIC ENVELOPE IS VALID FOR 5 ! EED UPTO 80 KMPH OPERATING SPEED
AND WIND SPEED OF 70 KMPH MAXIMUM
5. DIMENSION 'd' SHALL BE 50 rnn (MINIMUM)

6. THE MAXIMUM AND MINIMUM DISTANCE OF PLATFORM COPING FROM CENTRE LINE
OF TRACK SHALL BE AS PER P/-.RA 2.2.1(1) AND 2.2.2(i) RESPECTIVELY
7. THE MAXIMUM AND MINIMUM HEIGHT OF PLATFORM FROM RAIL LEVEL SHALL BE
AS PER PARA 2.2,3

10
RALLLEYEL x
\TIC ENVELOPE FOR
11 3.2M WIDE CAR, STANDARD GAUGE
AT _ , MD ELEVATED SECTIONS
ON LEVEL OR CONSTANT GRADE
TANGENT TRACK AT PLATFORM
25 kV ATTRACTION

DELHI METRO RAIL CORPORATION LTD DATE: 23-01-201ti


STANDARD GAUGE
1435 mm
WIRE AT 4318mm FROM
RAIL LEVEL_FOR_25 kV SYSTEM.)

PANTOGRAPH HEIGHT IN
LOCKED DOWN POSITION
FOR 25 kV SYSTEM.
NOTES:

1. ALL DIMENSION ARE IN mm.

2. HORIZONTAL AND VERTICAL ALLOWANCES DUE TO CURVES, INCLUDING

VERTICAL CURVES AND CANT J^HALL BE EXTRA .

3. THE KINEMATIC ENVELOPE IS vALJD FOR VEHICLES WITH SEALED WINDOWS

AND DOORS CLOSED WHILE IN MOTION.

4. CONDUCTOR HEIGHT ABOVE RAIL LEVEL SHALL ALSO TAKE INTO

CONSIDERATION PRESCRIBED tlECTRICAL CLEARANCES BETWEEN ALL LIVE

OVERHEAD EQUIPMENT AND PANTOGRAPH/VEHICLE AND PARTS THEREOF.

5. DIMENSION 'd' SHALL BE 50 mm (MINIMUM).

KINEMATIC ENVELOPE FOR


3.2M WIDE CAR, STANDARD GAUGE
UNDERGROUND SECTION (TUNNELS)
ON
LEVEL OR CONSTANT GRADE TANGENT TRACK
25 kV ATTRACTION

DELHI METRO RAIL CORPORATION LTD. DATE: 22-01-2015- FIGURE No. DMWSG-I(TNL)
STANDARD GAUGE
1435 mm
SCALE: NOT TO SCALE

34
K.E. FOR PANTOGRAPH IN RAISED POSITION.
(CONTACT WIRE AT 4318mm FROM
RAIL LEVEL !:OR 25 kV SYSTEM.)

PANTOGRAPH HEIGHT IN CO-ORDINATE OF K.E


LOCKED DOWN POSITION X Y
820 FOR 25 kV SYSTEM. 1 0 4318
2 820 4318
TW 3 1097 4145
> 4 980 4048
5 1255 3727
6 1665 3348
1255
7 1665 1900

1665
\^ 8
g
1655
1655
1095
165
' 10 1450 50

CO

NOTES:
CO 1. ALL DIMENSION ARE IN mm.
g

r
i
1665 f-~ 2. THE KINEMATIC ENVELOPE IS VALID FOR VEHICLES WITH SEALED
r-- WINDOWS AND DOORS CLUSED WHILE IN MOTION.
CO CO

ro 3. HORIZONTAL ALLOWANCES DUE TO CURVES SHALL BE EXTRA.


CO

4. KINEMATIC ENVELOPE IS VALID FOR SPEED UPTO SO KMPH OPERATING

SPEED
1655 5. DIMENSION 'd' SHALL BE 50 mm (MINIMUM)
CD
Min. 1660 o
CO 6. THE MAXIMUM AND MINIMUM DISTANCE OF PLATFORM COPING FROM CENTRE
Max. 1670 LINE OF TRACK SHALL BE \S PER PARA 2.2.1(ii) AND 2.2.2(ii) RESPECTIVELY
in 7. THE MAXIMUM AND MINIMUM HEIGHT OF PLATFORM FROM RAIL LEVEL SHALL
en
o BE AS PER PARA 2.2.3(t-)

1450 1655
RAIU LEVEL
1435
CO
KINEMATIC ENVELOPE FOR
3.2M WIDE CAR, STANDARD GAUGE
UNDERGROUND SECTIONS
ON LEVEL OR CONSTANT GRADE
TANGENT TRACK AT PLATFORM
25 kV A.C.TRACTION

DELHI METRO RAIL CORPORATION LTD DATE: 23-01-2015 FIGURENo.DMWSG-IA(TNL)


ITANDARD GAUGE
1435mm
SCALE: NOT TO SCALE

35
-1540- -1540—
STRUCTURE GAUGE FOR
TANGENT TRACK

K.E. HEIGHT OF PANTOGRAPH IN WORKING


215 POSITION. (CONTACT WIRE AT 5000mm
NOTES :-
FROM RAIL LEVEL FOR 25 kV SYSTEM.)
7
1. ALL DIMENSION ARE IN mm.
STATIC HEIGHT OF 2. THIS STRUCTURE GAUGE WILL ALSO BE
PANTOGRAPH IN LOCKED APPLICABLE FOR ROBs/FOBs AT STATIONS
1220 DOWN POSITION FOR 25 kV WITHOUT THE MAST UNDER THE STRUCTURES.
SYSTEM.
3. WHERE IT IS NECESSARY TO PROVIDE MAST
UNDER THE ROB/FOB, THE HEIGHT SHALL BE
INCREASED FROM 625C mm TO 6290 mm. INCASE
-320-*— THE CONTACT WIRE IS HIGHER, THE HEIGHT OF
THE ROB/FOB SHALL 8E INCREASED ACCORDINGLY.

4. MINIMUM CLEARANCE BETWEEN KINEMATIC


ENVELOPE AND STRUCTURE GAUGE WILL BE 150 mm.
MINIMUM ELECTRICAL CLEARANCE OF 320 mmSHALL
8E MAINTAINED BETWEEN 25 KV LIVE PARTS AND
THE EARTHED STRUCTURES.
5. MINIMUM LATERAL CLEARANCE FOR OHE MAST
WILL BE 2150 mm FROM THE CENTRE OF TRACK.
—150
6. THE KINEMATIC ENVELOPE AND STRUCTURE GAUGE
KINEMATIC ENVELOPE ARE VALID FOR ROLLING STOCK WITH SEALED
FOR TANGENT TRACK WINDOWS AND DOORS CLOSED WHILE IN MOTION.
CD AS PER FIGURE NO.
IO 7. HORIZONTAL AND VERTICAL ALLOWANCE DUE TO
CSI CURVES INCLUDING VERTICAL CURVE AND CANT
CD DMWSG-1
SHALL BE EXTRA.

—150 8. FOR KINEMATIC ENVELOPE, REFER TO FIGURE:


00 CO DMWSG-1
•^r co
C3 f-
9. WALKWAY WILL. BE PROVIDED AS PER PARA 1.10

KINEMATIC ENVELOPE

-1938-

RAlLLEVEL _
STRUCTURE GAUGE FOR
3.2M WIDE CAR ; STANDARD GAUGE
AT GRADE AND ELEVATED SECTIONS
ON
LEVEL OR CONSTANT GRADE TANGENT TRACK
_(Outside Station)
DELHI METRO RAIL CORPORATION LTD DATE: 23-01-2015
STANDARD GAUGE FIGURE No. DMWSG-2

1435 mm
SCALE: NOT TO SCALE

36
K.E, HEIGHT OF PANTOGRAPH IN WORKING
CONDITION (CONTACT WIRE AT 5000mm
FROM RAIL LEVEL FOR 35 kV SYSTEM.)
RIGID OCS CONDUCTOR AT
1390 1390 /~431S mm FROM RAIL LEVEL 1390 ' <:..
NOTES:-
1. ALL DIMENSION ARE IN mm.
2. HORIZONTAL AND VERTICAL ALLOWANCES DUE
CEILING TO CURVES, INCLUDING VERTICAL CURVES AND
CANT SHALL BE EXTRA.
270 3. THE STRUCTURE GAUGE IS VALID FOR VEHICLES
WITH SEALED WINDOWS AND DOORS CLOSED
WHILE IN MOTION.
4. STRUCTURE GAUGE FOR CURVE DOES NOT
1390 INCLUDE LATERAL SHIFT (Lean) DUE TO CANT.
5. CANT SHALL BE PROVIDED BY RAISING OUTER
RAIL ONLY AND SHIFTING OF THE CIRCULAR
1815 TUNNEL TOWARDS INSIDE OF THE CURVE AMD
UPWARDS. THIS WILL BE SAME AS ROTATING THE
CIRCULAR TUNNEL ABOUT THE MID POINT OF TOP
OF INNER RAIL
6. MINIMUM CLEARANCE BETWEEN KINEMATIC
ENVELOPE AND STRUCTURE GAUGE = 100 mm.
THE ELECTRICAL CLEARANCE FROM 25 KV LIVE
PARTS AND EARTHED STRUCTURE SHALL BE 270
mm.
7. VERTICAL THROW DUE TO VERTICAL CURVE HAS
1875
NOT BEEN SHOWN IN THE FIGURE AND SHALL BE
EXTRA.
FOR DETAILS OF KINEMATIC ENVELOPE REFER
TO FIGURE NO. DMWSG-1(TNL)
9. WALKWAY WILL BE PROVIDED AS PER PARA 1. iO

1875 1753

1349

1720
1585 1450

RAIL 1.FVEI

TOP OF FLOOR SLAB OF BOX TUNNEL

CIRCULAR TUNNEL 5600 mm DIA


RECTANGULAR BOX TUNNEL

STRUCTURE GAUGE
3.2M WIDE CAR, STANDARD GAUGE
UNDER GROUND SECTION (TUNNELS)
ON
_EVEL OR CONSTANT GRADE TANGENT TRACK
25 kV ATTRACTION (Outside Station)

-:ATE: 23-01-2015 FIGURE No. DMWSG-2(TNL)


DELHI METRO RAIL CORPORATION LTD. STANDARD GAUGE
1435mm
SCALE: NOT TO SCALE

3
tan 6 - (r-Di )/(g/2)
6 = tan" 1 [(r-Di)/(g/2)] NOTES:
sin cc — cant/g
1. THE CIRCULAR TUNNE:. IS ROTATED ABOUT CENTRE OF
oc = sin"1 (cant/g) TOP OF INNER RAIL(GRADE RAIL) FOR CANT.
Chord Ci C 2 = 2 x [(r-D, )/sin 0 ) x (sin cc /2)] 2. FOR VALUES OF SHIFf 'X' AND Y FOR VARIOUS VALUES OF CANT
X - Ci C 2 x cos (90 - 9 - oc/2) REFER TO APPENDIX-*
- 2 x [f(r-0i )/sin 9 j x (sin ex /2)] x cos(99 - 9 -«/2) 3. REFERENCE PARA 1.7.l(B)-b &1.7.2(B)-b
Y = 2 x [Kr-Di)/sin 9j x (sin oc/2)] x sin (90 -- 9 - oc/2)
Where V is internal radius of tunnel,
Dl - depth from Rail level to invert of tunnel
KE HEIGHT OF PANTOGRAPH
a = distance between centres of rails WORKING POSITION
= 1510 mm for STANDARD GAUGE with 60 Kg (UIC) rails

DETAIL AT CENTRE OF TUNNEL

Angle B (90-0)
Angle D (90-oc/2)
Angle E (O+cc/2)
Angle F (90-9-oc/2)
C2=CENTRE OF TUNNEL TUNNEL WITHOUT
WITH CANT IN TRACK AND
ROTATION OF TUNNEL f_g
CANT IN TRACK
IS CENTRE OF |
TUNNEL WITH TUNNEL FOR
CANT IN TRACK- CANTED TRACK \

C1=CENTRE OF TUNNEL
WITHOUT CANT AND WITHOUT
i \ \D KINEMATIC //' '
ROTATION OF TUNNEL
ENVELOPE / / I

TRACK

RAIL LEVELfUNCANTED'}

SHIFT OF THE CENTRE OF CIRCULAR TUNNEL


25 kV ATTRACTION DUf TO ROTATION OF TUNNEL FOR CANT

DATE: IGURE No. DMWSG-3


STANDARD GAUGE
DELHI METRO RAIL CORPORATION LTD 1435 nn

38
ab=Ab= Distance from centerline of track to Structure
Gauge for level tangent track at any height 'h'
sin oc = cant/g
g= 1510 mm for Standard Gauge
Ca = Cant applied
Ei=[ab+( h x tan oc)] x coscc
Fi=[Ab- (h x tan oc )] x cosoc
H! =(Ca/2)+(h/cos cc )+(Ab-h x tan oc) x sin oc
H2 =(Ca/2)+(h/cosoc ) - (ab+h x tan oc ) x sin oc
FOR VALUES OF E1, F1, H1, AND H2, REFER TO APPENDIX 3
STRUCTURE
AND 3(TNL)
GAUGE

NOTES:-
1. STRUCTURE GAUGE FOR AT-GRADE/ ELEVATED
SECTION HAS BEEN SHOWN AS A TYPICAL FIGURE

2. THE FORMULAE FOR B.Fi.Hi AND H2 SHOWN IN THIS


FIGURE WILL ALSO APPLY TO UNDER GROUND BOX
TUNNELS

RAILLEVE

EFFECT OF CANT
ON
25 KV A.C.TRACTION STRUCTURE GUAGE
STANDARD GAUGE DATE: 23-01-2015 FIGURE NO DMWSG - 4
DELHI METRO RAIL CORPORATION LTD. 11-35 mm
SCALE: NOT TO SCALE

39 i_ &M
••••
K.E. FOR PANTOGRAPH IN RAISED POSITION
(CONTACT WIRE AT 5000mm FROM RAIL LEVEL)

ab=Ab= Distance from centerline of track to Kinematic


Envelope for level tangent track at any height 'h1
sin cc= cant / g
g= 1510 mm for Standard Gauge
Ca = Cant applied
E=[ab+( h x tan cc)] x cos oc
F=[Ab- (h x tan oc )] x cos oc

Hi=(Ca/2)+(h/cos ex)+(Ab-h x tan oc) x sin oc


H 2=(Ca/2)+(h/cos cc) - (ab+h x tan oc) x sin oc
FOR VALUES OF E, F, Hi, AND H>, REFER TO
APPENDIX 3A AND 3A(TNL)

NOTES:-
1. KINEMATIC ENVELOP FOR AT-GRADE/ ELEVATED
SECTION HAS BEEN SHOWN AS A TYPICAL FIGURE

2. THE FORMULAE FOR E, F, Hi AND H2 SHOWN IN THIS


FIGURE WILL ALSO APPLY TO UNDER GROUND BOX
TUNNELS

EFFECT OF CANT
ON
25 kV A.C. TRACTION KINEMATIC ENVELOPE
STANDARD GAUGE DATE: 23-01-2015 FIGURE No. DMWSG4A
DELHI METRO RAIL CORPORATION LTD.

1435 MM
SCALE: NOT TO SCALE

40
STRUCTURE GAUGE STRUCTURE GAUGE
VEHICLE CENTER IN SAG VEHICLE CENTER ON SUMMIT
OR OR
STRUCTURE GAUGE VEHICLE END ON SUMMIT VEHICLE END IN SAG

ON TANGENT TRACK
WITH NO VERTICAL

CURVE

RADIUS OF NOTE:-
VERTICAL Vl (mm) V2 (mm)
CURVE(M) 1. THE FIGURE IS TYPICAL AND WILL
APPLY TO UNDER GROUND, ELEVATED
1500 19 23 AND AT-GRADE SECTIONS

1600 18 21
1700 17 20
1800 16 19
1900 15 18
2000 14 17
2100 14 16
2200 13 15
2300 12 15
2400 12 14
2500 11 14
2600 11 13
2700 11 13
2800 10 12
2900 10 12
3000 10 11

RAIL LEVEL

25 kV ATTRACTION ON STRUCTURE GAUGE

DATE: 07-11-2014 FIGURE NO DMWSG -


DELHI METRO RAIL CORPORATION LTD. STANDARD GAUGE
1425!\T OF VERTICAL CURVE SCALE: NOT TO SCALE

41
NOTES:
1. ALL DIMENSIONS ARE IN mm.
2. MINIMUM SPACING OF TRACKS AT STATIONS ON STRAIGHT AND ON CURVES OF RADIUS OF lOOOmtr OR FLATTER SHALL BE AS PER PARA 2.1
3. STRUCTURE GAUGE IS VALID FOR VEHICLES WITH SEALED WINDOWS AND DOOR CLOSED WHILE IN MOTION.
4. ONE IS SUSPENDED FROM CEILING BY DROP ARM.

RADIUS= 15078 mm. (THIS WILL VARY WITH TRACK SPACING AND OHE STRUCTURE).

3870 .... 3870

STATIC HEIGHT OF
PANTOGRAPH IN LOCKED
DOWN POSITION

STRUCTURE GAUGE AT-GRADE AND ELEVATED


STATION WITH SIDE PLATFORMS

LEVEL OR CONSTANT GRADE TANGENT TRACK

22-01-2015 FIGURE No. DMWSG-6


STANDARD GAUGE I3~?
DELHI METRO RAIL CORPORATION LTD 1435 nn SCALE* NOT TD SCALE

42
NOTES
1. ALL DIMENSIONS
DIMENSIONS ARE IN mm
2. MINIMUM SPACING OF TRACKS AT STATIONS ON STRAIGHT AND ON CURVES OF RADIUS OF IQOOmtr OR FLATTER SHALL BE AS Ci=R PARA 2.1
3. STRUCTURE GAUGE IS VALID FOR VEHICLES WITH SEALED WINDOWS AND DOOR CLOSED WHILE IN MOTION.
4. CLEARANCES 'Al' AND 'A2' FOR SERVICES ARE INDICATIVE.
5. FOR KINEMATIC ENVELOPE,REFER TO FIG. DMWSG-l(TNL).

KE HEIGHT OF
PANTOGRAPH IN
LOCKED DOWN POSITION
[4040 FROM RAIL LEVEL)

FLOOROF RECTANGULAR BOX TUNNEL MINIMUM = 4100+ W

STRUCTURE GAUGE
AT UNDER GROUND STATION WITH SIDE
PLATFORMS RECTANGULAR BOX TUNNEL
ON LEVEL OR CONSTANT GRADE
TANGENT TRACK
25 kV ATTRACTION

DATE: 23.01.2015 FIGURE No. OMWSG-6(TNL)


STANDARD GAUGE
DELHI METRO RAIL CORPORATION LTD
1435 mm : NOT TO SCALE

43
STRUCTURE GAUGE FOB

OHE MAST

STRUCTURE GAUGE FOB


TANGENT TRACK

PANTOGRAPH WORKING
STATIC HEIGHT OF STATIC HEIGHT Of
PANTOGRAPH IN LOCKED PANTOGRAPH IN LOCKED
DOWN POSITION 4048 FROM DOWN POSITION 4048 FROM
RAIL LEVEL BAIL LEVEL

CONTINUOUS CONTINUOUS
STRUCTURE 3 STRUCTURE

KINEMATIC ENVELOPE
LEVEL TINGENT TRACK ISOLATED ! LEVEL TAN GENT TRACK
AS PER FIG.NO. OMSG-1
STRUCTURE

MINIMUM 1670 MINIMUM 1670


MAXIMUM 1680 MAXIMUM 168C

3EFER TO PARA 2.4 REFER TO PARA 2.4

NOTES : TYPICAL FOR 8.0 m WIDE ISLAND PLATFORM.


a) AM Dimensions are in mm
b) Horizontal Allowance due to curves shall be extra.
c) Structure gauge is valid for vehicles with sealed windows and doors closed while in motion.
d) Distance of platform coping from center of track as the para 2.2. STRUCTURE GAUGE AT ELEVATED STATION
WITH ISLAND PLATFORM ON LEVEL OR
CONSTANT GRADE TANGENT TRACK
25 kV ATTRACTION

DATE; E3-01- FIGURE No, DMVSG-7


DELHI METRD RAIL CDRPDRATIDN LTD. STANDARD GAUGE
1435 nn O A I I— "~
,
SCALE' •CALE
#r
44
STATIC HEIGHT OF STATIC HEIGHT OF
PANTOGRAPH If* LOCKED PANTOGRAPH IN LOCKED
DOWN POSITION 4M8 FROM DOWN POSITION 4M8 FROM
RAIL LEVEL RAIL LEVEL

CONTINUOUS CONTINUOUS
STRUCTURE STRUCTURE

ISOLATED ISOLATED
STRUCTURE STRUCTURE

R = ,= ± 5 T3 PARA i -

1080+ 5 mm FOR BALLASTiED TRACK


1090+ 5 mm FOR BALLASTl =SS TRACK

TYPICAL FOR 8.0 m WIDE ISLAND PLATFORM


NOTES
STRUCTURE GAUGE AT UNDERGROUND
1) All Dimensions are in mm
2) Allowances for Horizontal curves shall be extra STATION WITH ISLAND PLATFORM ON
3) Structure gauge is valid for vehicles with sealed windows and doors closed while in motion. LEVEL OR CONSTANT GRADE TANGENT
4) Distance of platform coping from center of track as the para 2.2.
TRACK
25 kV A.C.TRACTION

DATE: 22-01-2015 FIGURE No. DMWSG-7(TNL)


DELHI METRO RAIL CORPORATION LTD. STANDARD GAUGE
1435mm
SCALE: NOT TO SCALE

45
K.E. FOR PANTOGRAPH IN RAISED POSITION.
DO (CONTACT WIRE AT 5000mm FROM
! -•
RAIL LEVEL FOR 25 kV SYSTEM.)
I I
CO
«-

1220
PANTOGRAPH HEIGHT IN
880 LOCKED DOWN POSITION
CO-ORDINATES OF K.E
FOR 25 kV SYSTEM.

in
X Y
CO
1220 1 0 5018
2 820 5018
1285
0 1220 4833
4 880 4048
5 1220 3863
1685 6 1285 3736
7 1685 3339
8 1685 1900
9 1665 1095
i_ 10
1665 165
11 1450 50
GLAZED

PANEL

1695 1. ALL DIMENSION ARE IN mm.


8
1685 2. HORIZONTAL ALLOWANCES DUE TO CURVES SHALL BE EXTRA.

3. THE KINEMATIC ENVELOPE IS VALID FOR VEHICLES WITH SEALED WINDOWS


CO CO co AND DOORS CLOSED WHILE IN LOTION.
CO
C3 CO
"3-
CD 4. KINEMATIC ENVELOPE IS FOR SPEED UPTO 80 KMPH AND WIND SPEED OF
70 KMPH MAXIMUM.
1665 5. MINIMUM GAP OF 10 MM SHALL BE MAINTAINED BETWEEN KE AND PLATFORM
GATE
1670-1680
PLATFORM

1665
1450

PLATFORM GATE
LO

1435 ELEVATED/ AT GRADE(PLATFORM)


ON LEVEL OR CONSTANT GRADE
TANGENT TRACK

25 kV ATTRACTION

DELHI METRO RAIL CORPORATION LTD DATE: 22-01-2015


STANDARD GAUGE FIGURE No. DMWSG-8

1435mm
:;CALE:

46
K.E. FOR PAMlOGRAPH IN RAISED POSITION.
(CONTACT WIRE AT 4318mm FROM
RAIL LEVEL FOR 25 kV SYSTEM.)

PANTOGRAPH HEIGHT IN
LOCKED DOWN POSITION CO-ORDINATES OF K.E
FOR 25 kV SYSTEM.
X Y
"I 0 4318
2 820 4318
3 1097 4145

V\ ix
4
5
6
7
980
1255
1665
1665
4048
3727
3348
1900
8 1655 1095
g 1655 165
10 1450 50

CO

tn NOTES:
"f
in
CO •^1- 1. ALL DIMENSION ARE IN mm.
M-
r- CJ
*=J- 's*- 2. HORIZONTAL ALLOWANCES DUE TO CURVES SHALL BE EXTRA.
, h-
en 3. THE KINEMATIC ENVELOPE IS VALID FOR VEHICLES WITH SEALED
CO
-* WINDOWS AND DOORS CLOSED WHILE IN MOTION.
4. KINEMATIC ENVELOPE IS fOR SPEED UPTO 80 KMPH

5. MINIMUM GAP OF 10 MM IS TO BE MAINTAINED BETWEEN KE AND


PLATFORM GATE

CD
O

R/ \IL LEEV ±U
"t X

IT

PLATFORM GATE
T—
UNDERGROUND (PLATFORM)
ON LEVEL OR CONSTANT GRADE
TANGENT TRACK
25 kV ATTRACTION

DELHI METRO RAIL CORPORATION LTD DATE: 23-01-2015 FIGURE No. DMWSG-8 (TNL)
STANDARD GAUGE
1435mm
SCALE:.

47

You might also like