Addendum No. 4 Page 1 of 25
Bidding Document for 'MRS1' Single-Stage: Two-Envelope
BIDDING DOCUMENTS
FOR
DESIGN, MANUFACTURE, SUPPLY, TESTING, COMMISSIONING AND
TRAINING OF 378 NOS. OF STANDARD GAUGE CARS
FOR MUMBAI METRO PROJECT
BID NO. MRS1
ADDENDUM NO. 4
Addendum No. 4 Page 2 of 25
Bidding Document for 'MRS1' Single-Stage: Two-Envelope
‘MRS1’ Bid document: Addendum No. 4
Part, Section, Clause, Description, Page, Location etc.
Amendments
• Part-II: Supply Requirements,
• Section-6A: ERGS
• Clause 1.1.4: Scope
• Page 4 of 63
REPLACE “The Scope of Works under this Contract covers design, manufacture, supply, testing and commissioning of passenger rolling stock and the training of operation and maintenance personnel for Mumbai MRTS. The Scope also covers supply of spares, special tools, testing and diagnostics equipment, jigs and fixture etc for maintenance, repair and overhaul of cars. The cars required for the corridors shall be of modern design, lightweight made of stainless steel/aluminium, with 3 phase AC drive having V.V.V.F control, regenerative braking, suitable for CBTC based ATP, ATO, etc. provided by other Designated Contractors and shall be suitable for Unattended Train Operation conforming to Grade of Automation– ‘GOA4’ as specified in IEC62290-1:2006. The cars shall operate on 25 kV AC single phase 50 Hz flexible OCS system for elevated and at-grade sections. The detailed performance requirements, and design criteria of the cars and equipment are covered in Employer's Requirements -Technical Specification.” WITH
“The Scope of Works under this Contract covers design, manufacture, supply, testing and commissioning of passenger rolling stock and the training of operation and maintenance personnel for Mumbai MRTS. The Scope also covers supply of spares, special tools, testing and diagnostics equipment, jigs and fixture etc. for maintenance, repair and overhaul of cars. The cars required for the corridors shall be of modern design, lightweight made of stainless steel, with 3 phase AC drive having V.V.V.F control, regenerative braking, suitable for CBTC based ATP, ATO, etc. provided by other Designated Contractors and shall be suitable for Unattended Train Operation conforming to Grade of Automation– ‘GOA4’ as specified in IEC62290-1:2006. The cars shall operate on 25 kV AC single phase 50 Hz flexible OCS system for elevated and at-grade sections. The detailed performance requirements, and design criteria of the cars and equipment are covered in Employer's Requirements -Technical Specification.”
• Part-II: Supply Requirements,
• Section-6A: ERGS
• Clause 6.9.1: Test Software
• Page 37 of 63
REPLACE “All test software, with the exclusion of built-in test software, shall be produced in accordance with a quality system controlled under the requirements of accepted international standards. Test software shall be developed and documented using structured techniques and shall be designed to be maintainable throughout the duration of the Contract. All test software shall be documented to be supportive of maintenance. Any test software, which is to be delivered to the Employer (for long term testing use), shall be fully documented including source code listings to allow the Employer to maintain the software for the life of the supported system.” WITH “All test software, with the exclusion of built-in test software, shall be produced in accordance with a quality system controlled under the requirements of accepted
Addendum No. 4 Page 3 of 25
Bidding Document for 'MRS1' Single-Stage: Two-Envelope
international standards. Test software shall be developed and documented using structured techniques and shall be designed to be maintainable throughout the duration of the Contract. All test software shall be documented to be supportive of maintenance. Any test software, which is to be delivered to the Employer (for long term testing use), shall be fully documented to allow the Employer to maintain the software for the life of the supported system.”
• Part-II: Supply Requirements,
• Section-6A: ERGS
• Clause 9.1.1 • Page 47 of 63
REPLACE
“ (i) Training of Project Owner’s Driving Instructors and Drivers (4 man
months) in operation of Trains (as per GoA2/GoA3/GoA4) off –shore and on-shore including the test track in the Contractor’s Works.
(ii) Training of Project Owner’s maintenance personnel (20 man months) in Contractors / Sub-Contractor’s Works and MRTS off-shore and on-shore.
(iii) DELETED.
(iv) Provision of OEM’s Experts / Instructors (24-man month) for Training of Project Owner’s maintenance personnel in India.
” WITH “
(i) Training of Project Owner’s Driving Instructors and Drivers (2 man months) in operation of Trains (as per GoA2/GoA3/GoA4) in the Contractor’s Works.
(ii) Training of Project Owner’s/Employer’s maintenance personnel (10 man months) in Contractors / Sub-Contractor’s Works and MRTS.
(iii) Provision of Contractor’s Driving Instructors (2 man months) for training of Project Owner’s operating personnel in India.
(iv) Provision of OEM’s Experts / Instructors (12 man month) for Training of Project Owner’s maintenance personnel in India.
” • Part-II: Supply
Requirements, • Section-6A:
ERGS • Clause 12.1.2 • Page 57 of 63
REPLACE
“Thirty days before the date of commencement of test running of the first EMU train, the Contractor shall deliver the originals and 6 coloured copies each of the final Operation and Maintenance manuals. These manuals shall have been submitted for proof reading and training purposes prior to delivery. It is accepted that further amendments may subsequently be required.” WITH
“Thirty days before the date of commencement of test running of the first EMU train, the Contractor shall deliver the originals and 5 coloured copies each of the final Operation and Maintenance manuals. These manuals shall have been submitted for proof reading and training purposes prior to delivery. It is accepted that further amendments may
Addendum No. 4 Page 4 of 25
Bidding Document for 'MRS1' Single-Stage: Two-Envelope
subsequently be required.”
• Part-II: Supply Requirements,
• Section-6A: ERGS
• Clause 12.3.2(iv) • Page 57 of 63
REPLACE “programme listing including comprehensive 'comment statements' in hard copy and soft format for source code, compilers and development tools necessary to modify and recompile software;” WITH “programme listing in hard copy and soft copy format, compilers and development tools necessary to modify and recompile software;”
• Part-II: Supply Requirements,
• Section-6B: Appendix to ERGS
• Appendix-7: Annexure (iv)
• Clause 4: Interface with PSD Contractors
• First Paragraph • Page 25 of 30
REPLACE “Platform Screen Door (PSD) shall be provided for this project. Passenger doors shall be of bi-parting, power operated sliding doors into door pocket accommodated inside the car body side structure. The two door panels at each passenger doorway shall be synchronously controlled and shall provide a door clear opening width of 1400mm.The passenger door pitch shall be approximately equally spaced to provide the smooth passenger flow. The Rolling Stock contractor shall provide KE and door drawings of train to PSD contractor for placement of Platform Screen Doors. The passenger door pitch shall be compatible with that of passenger pitch of the PSD being installed in the stations.” WITH “Platform Screen/Edge Door (PSD/PED) shall be provided for this project. Passenger doors of train shall be as per ERTS Chapter 7. The two door panels at each passenger doorway shall be synchronously controlled and shall provide a door clear opening width of 1400mm.The passenger door pitch shall be approximately equally spaced to provide the smooth passenger flow. The Rolling Stock contractor shall provide KE and door drawings of train to PSD contractor for placement of Platform Screen Doors. The passenger door pitch shall be compatible with that of passenger pitch of the PSD being installed in the stations.”
• Part-II: Supply Requirements,
• Section-6B: Appendix to ERGS
• Appendix-9: Simulator
• Page 27 of 30
REPLACE “APPENDIX-9” WITH Revised “APPENDIX-9” is attached as Annexure-I to this Addendum.
Addendum No. 4 Page 5 of 25
Bidding Document for 'MRS1' Single-Stage: Two-Envelope
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 2.22.1: Deliverables
• Page 28 of 240
REPLACE “
S.No. Clause No.
Tools/Equipment/Software Quantity
1. 2.18.1 (ix)
Noise Simulation software tools. As advised by Engineer.
” WITH “
S.No. Clause No.
Tools/Equipment/Software Quantity
1. 2.18.1 (ix)
Noise Simulation software tools. One set at nominated depot.
” • Part-II: Supply
Requirements, • Section-6C:
ERTS • Clause 3.2.6:
Approval for manufacturing plant(s) for Rolling Stock
• Page 30 of 240
ADD THE FOLLOWING AT THE END OF CLAUSE 3.2.6 “In case Contractor proposes a new manufacturing plant(s) then the Contractor shall furnish sufficient information to prove the basic soundness and reliability of the proposal for review of the Engineer. The Engineer’s decision on contractor’s proposal shall be final and binding.”
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 3.17.1 • Table 3.5:
Current Collection System
• Page 36 of 240
REPLACE “
Height of Contact Wire from rail level
a. 4800mm min. and 5500mm max. for elevated, at-grade and depot sections. b. 4310mm min. for underground sections.
” WITH “
Height of Contact Wire from rail level
a. 4800mm min. and 5500mm max. for elevated, at-grade and depot sections. b. 4318mm min. for underground sections.
” • Part-II: Supply
Requirements, • Section-6C:
ERTS • Clause 3.22.6 • Table 3.9 • Line-7 (Andheri
East to Dahisar East)
• Page 46 of 240
REPLACE “
30 At National Park 180 ”
WITH “
30 At National Park 30 ”
Addendum No. 4 Page 6 of 25
Bidding Document for 'MRS1' Single-Stage: Two-Envelope
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 4.10.8 • Page 62 of 240
REPLACE “All the couplers (Auto, semi-permanent) shall have the shear-off functionality. Wearing parts/plates of the gangway and couplers shall give a service life of minimum fifteen years.” WITH “All the couplers (Auto, semi-permanent) shall have the shear-off functionality. Wearing parts/plates of couplers shall give a service life of minimum fifteen years.”
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 4.15: Inter-Car Gangways
• Page 69 of 240
REPLACE “Single piece, single skin with interior panel gangway suitably protected from heat and dust (subject to Engineer’s approval) with suitable clamping and jointing arrangement on both ends with saloon end walls shall be provided within the unit. The attenuation of outside noise through the gangway shall not be less than 33 dB. In case of separation of cars, the gangways shall have securing arrangement and shall not get damaged or de-shaped. Suitable form of guiding pin/plate etc. shall be provided so that the coupling /uncoupling of gangways can be carried out by one person.” WITH “Single piece/Double piece, single skin/double skin with interior panel gangway suitably protected from heat and dust (subject to Engineer’s approval) with suitable clamping and jointing arrangement on both ends with saloon end walls shall be provided within the unit. The attenuation of outside noise through the gangway shall not be less than 33 dB. In case of separation of cars, the gangways shall have securing arrangement and shall not get damaged or de-shaped. Suitable form of guiding pin/plate etc. shall be provided so that the coupling /uncoupling of gangways can be carried out by one person.”
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 4.15.3(vi) • Page 70 of 240
REPLACE “The rubber/elastomer elements of the gangway shall give a service life of minimum fifteen years.” WITH “The rubber/elastomer elements of the gangway shall give a service life of minimum eight years. However, bellows shall give the service life of minimum fifteen years.”
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 4.15.5 • Page 71 of 240
REPLACE “Wearing parts/plates of the gangway and couplers shall give a service life of minimum fifteen years.” WITH “Deleted.”
Addendum No. 4 Page 7 of 25
Bidding Document for 'MRS1' Single-Stage: Two-Envelope
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 4.18: Obstruction Deflection Device
• Page 72 of 240
REPLACE “4.18 Obstruction Deflection Device 4.18.1 At the front of the cab car, an obstruction deflection device shall be installed to
push away objects on track to avoid derailment. The actuation of the deflection device due to impact of the object, shall initiate the emergency brake and shall be recorded by the TCMS. The design of obstacle deflection device and its mounting arrangement shall be proven and should be in use in similar metro applications.
4.18.2 The Contractor shall submit the detailed calculation of design proof load,
installation arrangement, safety against derailment, energy absorbing capabilities etc. during detailed design.
4.18.3 Obstruction deflection device mounted on the leading bogie shall be preferred.
Detailed arrangement shall however, be discussed during the detailed design and approval of the Engineer shall be obtained. Engineer decision shall be final and binding.”
WITH “4.18 Obstruction Deflection & Derailment Detection Device (ODD) 4.18.1 At the front of the DM car, an obstruction deflection & derailment detection
device shall be installed to push away objects on track to avoid derailment along with derailment detection functionality. The actuation of the obstruction deflection & derailment detection device due to impact of the object, shall initiate the emergency brake and shall be recorded by the TCMS. The design of obstacle deflection & derailment detection device and its mounting arrangement shall be proven and should be in use in similar metro applications.
4.18.2 The Contractor shall submit the detailed calculation of design proof load,
installation arrangement, safety against derailment, energy absorbing capabilities etc. during detailed design.
4.18.3 Obstruction deflection & derailment detection device mounted on the leading
bogie shall be preferred. Detailed arrangement shall however, be discussed during the detailed design and approval of the Engineer shall be obtained. Engineer decision shall be final and binding.”
Addendum No. 4 Page 8 of 25
Bidding Document for 'MRS1' Single-Stage: Two-Envelope
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 5.1.1 • Page 74 of 240
REPLACE
“The bogies proposed to be supplied against the tender shall be of proven design principles. Similar bogies as proposed for this tender, shall have been in use and have established their satisfactory performance and reliability on at least three mass rapid transit systems in revenue service over a period of five years or more (in each MRTS) either outside the country of origin or in Indian Metros. The Tenderer should submit performance certificate on the letterhead of metro operator, confirming that the supplied bogies have completed satisfactory performance for more than five years. Tenderers must submit following information with their offer” WITH
“The bogies proposed to be supplied against the tender shall be of proven design principles. Similar bogies as proposed for this tender, shall have been in use and have established their satisfactory performance and reliability on at least three mass rapid transit systems in revenue service over a period of three years or more (in each MRTS) either outside the country of origin or in Indian Metros. The Tenderer should submit performance certificate on the letterhead of metro operator, confirming that the supplied bogies have completed satisfactory performance for more than five years. Tenderers must submit following information with their offer”
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 5.1.12 • Page 75 of 240
REPLACE “The design life of the car the bogie shall not need any rebuilding, repair or strengthening of structural members.” WITH “The design life of the car and the bogie shall not need any rebuilding, repair or strengthening of structural members. The service life of rubber bonded metal components shall not be less than 8 years and shall be warranted for the same.”
Addendum No. 4 Page 9 of 25
Bidding Document for 'MRS1' Single-Stage: Two-Envelope
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 5.2.3 • Page 75 of 240
REPLACE “The bogie suspension, in conjunction with the car body, shall be designed to enable cars to operate satisfactorily on track with the maximum specified track twist. The maximum offloading of wheels ‘ΔQ/Q’ shall not exceed 60% of nominal wheel load for track twist 1 in 330 and maximum cant grad 1 in 200 in both inflated and deflated conditions up to maximum permissible speeds.” WITH “The bogie suspension, in conjunction with the car body, shall be designed to enable cars to operate satisfactorily on track with the maximum specified track twist. The maximum offloading of wheels ‘ΔQ/Q’ shall not exceed 60% of nominal wheel load for bogie twist and vehicle body twist as per EN 14363 in both inflated and deflated conditions.”
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 5.4.1: First Paragraph
• Page 76 of 240
REPLACE “The Contractor shall submit a proposal for the primary suspension system of proven helical coil steel springs. Vertical damper shall be provided with primary suspension and secondary pneumatic suspension system, and contractor shall declare the estimated mean service life for operation in the Mumbai environment. Quality of dampers used shall be very high and guaranteed against any oil leakage/oozing. The service life of rubber bonded metal components shall not be less than 12 years, and shall be warranted for the same.” WITH “The Contractor shall submit a proposal for the primary suspension system of proven helical coil steel springs. Vertical damper shall be provided with primary suspension and secondary pneumatic suspension system, and contractor shall declare the estimated mean service life for operation in the Mumbai environment. Quality of dampers used shall be very high and guaranteed against any oil leakage/oozing.”
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 5.10.2 • Page 78 of 240
REPLACE “The gearbox shall be compatible with the flexible single stage coupling. The motor and the gearbox shall be proven for the proposed gear ratio selected by the Contractor. Gearbox movement shall be restrained by a torque reaction link between the gearbox and bogie frame. A safety device shall be incorporated to restrain gearbox rotation should the link fail in service. The gears including bearings shall not require overhaul at least earlier than 1.2 million kms. No sensor shall be installed in the gear case. Comprehensive, flexible and fully automatic test bench(s) shall be provided to test an overhauled/newly assembled gear case with transmission arrangement and duly mounted on the wheel set. The specification shall be got approved from the Engineer.” WITH “The gearbox shall be compatible with the flexible single stage/double stage coupling.
Addendum No. 4 Page 10 of 25
Bidding Document for 'MRS1' Single-Stage: Two-Envelope
The motor and the gearbox shall be proven for the proposed gear ratio selected by the Contractor. Gearbox movement shall be restrained by a torque reaction link between the gearbox and bogie frame. A safety device shall be incorporated to restrain gearbox rotation should the link fail in service. The gears including bearings shall not require overhaul at least earlier than 1.2 million kms. No sensor shall be installed in the gear case. Comprehensive, flexible and fully automatic test bench(s) shall be provided to test an overhauled/newly assembled gear case with transmission arrangement and duly mounted on the wheel set. The specification shall be got approved from the Engineer.”
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 5.11.10 • Page 79 of 240
REPLACE “Wheel shall not cause squealing on curves.” WITH “Squeal noise shall be measured for at least one sharpest curve by placing
microphone at 7.5m distance from rail centre at 3.5m height from rail top toward the direction of both inner rail and outer rail at elevated section (beyond the parapet wall by fixing the microphone on suitable height pole/ mast etc.) or at grade, with normal vehicle operating conditions (i.e. TOR, WFL ,Wheel Dampers as available in operating condition) including all installed assets, environmental and track conditions as per ISO 3095 at normal operational speed. Sound measuring time shall be the train pass by time (from train head passing time to train tail passing time) as per ISO 3095. A squeal noise shall be evaluated on basis of tone to noise ratio method/prominence ratio method as per Annex A of ANSI S1.13-2005.”
• Part-II: Supply
Requirements, • Section-6C:
ERTS • Clause 6.2.3
Page 82 of 240
REPLACE
“In the event of total failure of electric brakes and one air compressor on a fully loaded six-car train, the remaining air compressor on the train shall have sufficient capacity to enable the train to remain in service for at least four (4) hours. An “intelligent air compressor management” (with option of forced start) shall be provided to ensure that both the compressors on a six-car train are operated during fill-up and both the compressors in the train are operated alternatively thereafter, to avoid moisture condensation in the compressor due to low duty cycle.” WITH
“In the event of total failure of electric brakes and one air compressor on a fully loaded six as well as eight car train, the remaining air compressor on the train shall have sufficient capacity to enable the train to remain in service for at least four (4) hours. An “intelligent air compressor management” (with option of forced start) shall be provided to ensure that both the compressors on a six as well as eight car train are operated during fill-up and both the compressors in the train are operated alternatively thereafter, to avoid moisture condensation in the compressor due to low duty cycle.”
Addendum No. 4 Page 11 of 25
Bidding Document for 'MRS1' Single-Stage: Two-Envelope
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 6.13.1 • First Paragraph • Page 85 of 240
REPLACE
“The brake system and components shall be proven, state of art and widely used in modern metro rolling stock. The brake components, valves etc. shall have been in use and have established their satisfactory performance and reliability on at least three mass rapid transit systems in revenue service over a period of last five years or more (in each MRTS) outside the country of origin in three different countries or in an MRTS in India. The options for brake system have been specified in clause 5.12.1. Train braking performance shall be as specified in Chapter 3, Clause 3.22.1 and shall be designed for 90 kmph. The operational speed shall be 80 kmph. The system shall generally conform to EN13452.” WITH “The brake system and components shall be proven, state of art and widely used in modern metro rolling stock. The brake components, valves etc. shall have been in use and have established their satisfactory performance and reliability on at least three mass rapid transit systems in revenue service over a period of last three years or more (in each MRTS) outside the country of origin in three different countries or in an MRTS in India. The options for brake system have been specified in clause 5.12.1. Train braking performance shall be as specified in Chapter 3, Clause 3.22.1 and shall be designed for 90 kmph. The operational speed shall be 80 kmph. The system shall generally conform to EN13452.”
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 6.13.3 • Page 86 of 240
REPLACE
“The EP brake shall be so designed that its control function including Wheel Slide Protection (WSP) can be taken over by the other redundant control elements in the case of failure of individual electronic or electrical control elements.
Redundant power supply and processor card for hot stand by in the control unit and spare slots for I/O cards shall be ensured. However, any other suitable design for redundancy of EP Brake control function including WSP may be proposed by the Contractor subject to approval of the Engineer.”
WITH
“The EP brake shall be so designed that its control function can be taken over by the other redundant control elements in the case of failure of individual electronic or electrical control elements.
Redundant power supply and processor card for hot stand by in the control unit and spare slots for I/O cards shall be ensured. However, any other suitable design for redundancy of EP Brake control function may be proposed by the Contractor subject to approval of the Engineer.”
Addendum No. 4 Page 12 of 25
Bidding Document for 'MRS1' Single-Stage: Two-Envelope
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 6.15.2 • Page 88 of 240
REPLACE “Parking brakes shall be applied in the event of loss of the main compressed air supply. The parking brakes shall be capable of release from within the driving console when the compressed air supply is present. With no compressed air supply available, it shall be possible to release individual parking brake actuators manually from saloon. Application of parking brakes shall also be controllable from the driving console and remotely from OCC. The design shall be such that the parking brakes will take effect prior to fade off of service brake and shall ensure that the combined brake effect of the pneumatic brake and parking brake is never less than the full brake effort of the parking brake alone. Parking brakes shall be directly actuated by MR pressure.” WITH “Parking brakes shall be applied in the event of loss of the main compressed air supply. The parking brakes shall be capable of release from within the driving console when the compressed air supply is present. With no compressed air supply available, it shall be possible to release individual parking brake actuators manually from saloon or from platform level. Application of parking brakes shall also be controllable from the driving console and remotely from OCC. The design shall be such that the parking brakes will take effect prior to fade off of service brake and shall ensure that the combined brake effect of the pneumatic brake and parking brake is never less than the full brake effort of the parking brake alone. Parking brakes shall be directly actuated by MR pressure.”
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 6.15.4 • Page 88 of 240
REPLACE “In the event of air leakage from the air feed to parking brake/within the unit and consequential application of parking brake/traction block, arrangement shall be provided for isolation and manual release of Parking Brake(s) so that traction block is released and train is operable as usual. The parking brake manual release arrangement shall be provided in each car and it shall not be accessible to the passengers. Separate Isolating cocks (PIC- Parking Isolation Cock), adjacent to the Isolating cocks (BIC) shall be provided in each car. For DM cars, these shall be in Driving Console. No traction block shall occur on account of parking brakes, after the same has been isolated.” WITH “In the event of air leakage from the air feed to parking brake/within the unit and consequential application of parking brake/traction block, arrangement shall be provided for isolation and manual release of Parking Brake(s) so that traction block is released and train is operable as usual. The parking brake manual release arrangement shall be provided in each car or at platform level and it shall not be accessible to the passengers. If manual release arrangement for parking brake is provided at platform level then special tools shall be provided for accessing it from platform level when train stops at any position with respect to Platform Screen Doors (PSD). Two (2) no. of such tools shall be provided in each train. Separate Isolating cocks (PIC- Parking Isolation Cock), adjacent to the Isolating cocks (BIC) shall be provided in each car. For DM cars, these shall be in Driving Console. No traction block shall occur on account of parking brakes, after the same has been isolated.”
Addendum No. 4 Page 13 of 25
Bidding Document for 'MRS1' Single-Stage: Two-Envelope
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 6.26: Deliverables
• Page 92 of 240
REPLACE “
S.No. Clause No.
Tools/Equipment/Software Quantity
3. 6.25 Hardware/Software tool to adjust/change Brake Cylinder Pressure.
As advised by Engineer.
” WITH “
S.No. Clause No.
Tools/Equipment/Software Quantity
3. 6.25 Hardware/Software tool to adjust/change Brake Cylinder Pressure.
One set at each depot.
” • Part-II: Supply
Requirements, • Section-6C:
ERTS • Clause 7.2.3(vii) • Page 96 of 240
REPLACE “The force required for closing/opening of any door leaf, when fully connected with the driving gear shall not exceed 60 N.” WITH “The force required for closing/opening of any door leaf, when fully connected with the driving gear shall not exceed as mentioned in EN14752:2015 or latest.”
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 7.2.6 (a): Emergency Release of Doors
• Page 98 of 240
REPLACE “On each side of every car, a device (Emergency Access Device - EAD) shall be provided, close to the mid-point of the vehicle. This device shall be operable from outside the vehicle from platform level or track-side. Operation of this device shall release the “locking” mechanism on the adjacent door. Manual emergency release device shall be unobtrusive, flushed with, or recessed into, the car side, but readily available in an emergency. The manual emergency release device shall be provided with spring loaded cover to ensure water tightness. This shall require a special key so that only authorised personnel can operate the same.” WITH “On each side of every car, a device (Emergency Access Device - EAD) shall be provided. The location of EAD shall be finalized through interface with the PSD Contractor during design stage with the approval of Engineer. This device shall be operable from outside the vehicle from platform level or track-side. Operation of this device shall release the “locking” mechanism on the adjacent door. Manual emergency release device shall be unobtrusive, flushed with, or recessed into, the car side, but readily available in an emergency. The manual emergency release device shall be provided with spring loaded cover to ensure water tightness. This shall require a special key so that only authorised personnel can operate the same.”
Addendum No. 4 Page 14 of 25
Bidding Document for 'MRS1' Single-Stage: Two-Envelope
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 8.2.14 • Page 104 of 240
REPLACE “Deleted” WITH “In case of entanglement of any pantograph with OHE, other pantographs of the
same train shall be protected by Auto Dropping Device (ADD) feature in train. The system shall react immediately to lock down the other pantographs to avoid any physical damage to the system. It shall be demonstrated through the tests.”
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 8.10.7:AC Traction Motor
• Page 110 of 240
REPLACE “The motor bearing maintenance inspection interval (excluding lubrication if required) shall exceed 1.2 million kilometres and the insulated bearing shall have a design life of minimum 2.1 million kilometres. Lubrication of motor and gearbox bearings shall be accessible without the need of equipment removal. Calculations supporting the choice of bearings shall be submitted for review. Minimum four traction motors shall be fully wired on four different trains on each line fully equipped with data logger for data recording.” WITH “The motor bearing maintenance inspection interval (excluding lubrication if required) shall exceed 1.2 million kilometres and the insulated bearing shall have a design life of minimum 2.1 million kilometres. Lubrication of motor and gearbox bearings shall be accessible without the need of equipment removal. Calculations supporting the choice of bearings shall be submitted for review. Minimum Four traction motors shall be fully wired on four different trains (one Traction Motor on each train) fully equipped with data logger for data recording and sensors/thermocouples. The data loggers shall be able to record temperatures and vibrations at various points of traction motor at different speeds. The detailed locations of sensors in traction motors shall be as per the test bed scheme which shall be finalised during design stage.”
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 8.10.11 • Page 110 of 240
REPLACE
“The traction motor shall be connected to the single stage gear unit through a flexible coupling. The coupling design and the motor to gear unit mounting arrangement shall minimize coupling dynamic angular displacement. The motor shall be dynamic balanced. The gaskets shall be of suitable material, compatible for use with gear case oil and service life shall be more than 1,000,000 kms.” WITH “The traction motor shall be connected to the single stage/double stage gear unit through a flexible coupling. The coupling design and the motor to gear unit mounting arrangement shall minimize coupling dynamic angular displacement. The motor shall be dynamic balanced. The gaskets shall be of suitable material, compatible for use with gear case oil and service life shall be more than 1,000,000 kms.”
Addendum No. 4 Page 15 of 25
Bidding Document for 'MRS1' Single-Stage: Two-Envelope
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 8.12: Deliverables
• Page 112 of 240
REPLACE “
S.No. Clause No.
Tools/Equipment/Software Quantity
2. 8.2.18 Wayside measurement device for measurement of carbon strip width of pantograph and complete roof body inspection for any external agents (if any) during entry /exit point in the depot.
At least one in each depot.
4. 8.9.12(i) Test equipment as per clause 8.9.12(i).
As advised by the Engineer.
6. 8.9.16 All necessary tools, jigs/fixtures/hardware & software/test bench required for in-house maintenance (both preventive and breakdown) of the CI and other equipment.
As advised by the Engineer.
” WITH “
S.No. Clause No.
Tools/Equipment/Software Quantity
2. 8.2.17 Wayside measurement device for measurement of carbon strip width of pantograph and complete roof body inspection for any external agents (if any) during entry /exit point in the depot.
One set at nominated depot.
4. 8.9.12(i) Test equipment as per clause 8.9.12(i).
One set at each depot.
6. 8.9.16 All necessary tools, jigs/fixtures/hardware & software/test bench required for in-house maintenance (both preventive and breakdown) of the CI and other equipment.
One set at each depot.
” • Part-II: Supply
Requirements, • Section-6C:
ERTS • Clause 10.1.11 • Page 119 of 240
REPLACE “The cables which are intended to be used in emergency circuit for alarms and communication shall have intrinsic fire resistant property in compliance with EN 50200-PH90.” WITH “The cables which are intended to be used in emergency circuit for alarms and communication shall have intrinsic fire resistant property in compliance with EN 50200.”
Addendum No. 4 Page 16 of 25
Bidding Document for 'MRS1' Single-Stage: Two-Envelope
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 10.2.3: Ethernet Consist Network (ECN)
• Page 120 of 240
REPLACE “Ethernet Consist Network with dual-homing ladder-type topology (compliant with IEC 61375-3-4) shall be adopted. The ECN shall maintain redundant communication links to the ETB.” WITH “Ethernet Consist Network with dual-homing ladder-type topology/dual-homing ring-type topology (compliant with IEC 61375-3-4) shall be adopted. The ECN shall maintain redundant communication links to the ETB.”
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 10.11.1(ii) • Page 129 of 240
REPLACE
“Remote downloading of TCMS data (as defined in ERTS 10.10) to wayside central server through wireless communication network of signalling/telecom using maintenance notebook computers. The Contractor shall conduct necessary interface with S&T and shall be responsible for complete set up, commissioning and satisfactory working of the system during DLP. Train to ground connection from the onboard network to a ground network shall be provided by Mobile Communication Gateways (MCG) as defined in Para 4.5 of IEC 61375-1. A MCG shall provide at least two interfaces, one to the onboard network and one to the ground network. Mobile Communication Gateways shall support 4G (LTE) and upgradable to latest technology. The facilities of remote downloading shall be in addition to the hardwire downloading.” WITH
“Remote downloading of TCMS data (as defined in ERTS 10.10) to wayside central server through wireless communication network of signalling/telecom using maintenance notebook computers: The Contractor shall conduct necessary interface with S&T and shall be responsible for complete set up, commissioning and satisfactory working of the system during DLP.
The facilities of remote downloading shall be in addition to the hardwire downloading.”
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 10.11.3(i): Download Triggers
• Page 130 of 240
REPLACE “The triggers for remote downloading to central server shall be time interval actuated, fault actuated, manual triggered from train and forced downloaded remotely by authorized metro personnel.” WITH “The triggers for remote downloading to central server shall be time interval actuated, fault actuated, manual triggered from OCC/BCC and forced downloaded remotely by authorized metro personnel.”
Addendum No. 4 Page 17 of 25
Bidding Document for 'MRS1' Single-Stage: Two-Envelope
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 10.14: Deliverables
• Page 132 of 240
REPLACE “
S.No. Clause No.
Tools/Equipment/Software Quantity
3. 10.10.7 Tools required for reading and processing of recorded data log files as per clause 10.10.7
As decided by the Engineer.
4. 10.12.4 Analytical Software Tools as per clause 10.12.4
As decided by the Engineer.
” WITH “
S.No. Clause No.
Tools/Equipment/Software Quantity
3. 10.10.7 Tools required for reading and processing of recorded data log files as per clause 10.10.7
One set at each depot.
4. 10.12.4 Analytical Software Tools as per clause 10.12.4
One set at each depot.
”
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 11.2.14 • Page 135 of 240
REPLACE
“Employer expects that an energy efficient system comparable with the best available in the market shall be provided. Good energy efficiency shall be achieved in cooling and de-humidification operations of the HVAC. Contractor shall furnish Energy Efficiency Ratio (EER) for the offered system. In cooling mode, the Coefficient of Performance (COP) of HVAC shall be at least 2.8 in summer ambient conditions under all loading conditions from AW0 to AW3 which may be achieved by utilizing variable frequency control (if required) of compressors or any other control mechanism. The COP shall be validated as per IS8148, ASHRAE 37 or any other relevant standard, as agreed by the Engineer. The Contractor shall submit the record of proven system already functional in any metros with the specified COP. The Contractor shall furnish expected power consumption of the HVACs per car for peak Summer, Monsoon and Winter ambient conditions for AW0, AW1, AW2 and AW3 passenger loads.”
WITH
“Employer expects that an energy efficient system comparable with the best available in the market shall be provided. Good energy efficiency shall be achieved in cooling and de-humidification operations of the HVAC. Contractor shall furnish Energy Efficiency Ratio (EER) for the offered system. In cooling mode, the Coefficient of Performance (COP) of HVAC shall be at least 2.5 in summer ambient conditions under all loading conditions from AW0 to AW3 which may be achieved by utilizing variable frequency control (if required) of compressors or any other control mechanism. The COP shall be validated as per IS8148, ASHRAE 37 or any other relevant standard, as agreed by the Engineer. The Contractor shall submit the record of proven system already functional in any metros with the specified COP. The Contractor shall furnish expected power consumption of the HVACs per car for peak Summer, Monsoon and Winter ambient conditions for AW0, AW1, AW2 and AW3 passenger loads.”
Addendum No. 4 Page 18 of 25
Bidding Document for 'MRS1' Single-Stage: Two-Envelope
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 11.4.7 • Page 136 of 240
REPLACE “Air-conditioned unit shall have noise less compressors & condenser fans. Condenser fan assembly and evaporator motor-blower assembly shall be balanced in two planes, in-situ, as defined in ANSI/AMCA 204, and the residual unbalance should limit vibrations at motor end bells within 0.025 mm peak-to-peak displacement, or 2.3 mm/s RMS velocity, in any direction. This shall be a type test on prototype unit.” WITH “Air-conditioned unit shall have noise less compressors & condenser fans. Condenser fan assembly and evaporator motor-blower assembly shall be balanced in two planes, in-situ, as defined in ANSI/AMCA 204, and the residual unbalance should limit vibrations at motor end bells within 0.025 mm peak-to-peak displacement, or 2.3 mm/s RMS velocity, in any direction. However, any other balancing method may be proposed by the Contractor with the approval of Engineer. This shall be a type test on prototype unit.”
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 11.4.9 • Page 136 of 240
REPLACE “The design shall ensure easy cleaning of the drains, evaporator coils, and condenser coils without need for lifting of HVAC unit from the car roof. LP and HP switches, filter replacement, data downloading by PTU, electrical connection cubicle, control panel cubicle etc. shall be easily accessible from inside of saloon to the maintenance personnel, but not to the passengers.” WITH “The design shall ensure easy cleaning of the drains, evaporator coils, and condenser coils without need for lifting of HVAC unit from the car roof. Filter replacement, data downloading by PTU, electrical connection cubicle, control panel cubicle etc. shall be easily accessible from inside of saloon to the maintenance personnel, but not to the passengers.”
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 12.2.1(B)(k)
• First & Second Paragraph
• Page 140 of 240
REPLACE “OCC shall get details of the track conditions such as rail fractures, running edge defects, rail head surface defects, missing fasteners etc. through a suitably designed Digital Line Scan Camera with automatic real time detection and warning up to 90 kmph of train speed. Such camera shall be installed on both DM cars of 6 no. of trains. Trains on which the equipment shall be installed shall be decided by the Engineer. Similarly, a Digital Line Scan Camera with automatic real time detection and warning shall also be installed on leading (DM) cars of 6 no. of trains at appropriate place for monitoring of overhead catenary conditions and interface between OHE and pantograph, up to 90kmph of train speed.”
WITH “OCC shall get details of the track conditions such as rail fractures, running edge
Addendum No. 4 Page 19 of 25
Bidding Document for 'MRS1' Single-Stage: Two-Envelope
defects, rail head surface defects, missing fasteners etc. through a suitably designed Digital Line Scan Camera with automatic real time detection and warning up to 90 kmph of train speed. Such camera shall be installed on both DM cars of 4 no. of trains. Trains on which the equipment shall be installed shall be decided by the Engineer. Similarly, a Digital Line Scan Camera with automatic real time detection and warning shall also be installed on leading (DM) cars of 4 no. of trains at appropriate place for monitoring of overhead catenary conditions and interface between OHE and pantograph, up to 90kmph of train speed.”
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 12.5.3 • Page 144 of 240
REPLACE “Fire resistant cables shall be proposed for circuits, which should survive for long periods during fire, as per applicable international standards. As a minimum, the cables and wires for Public Address System, emergency lighting, door opening and warning systems shall be fire resistant in compliant to EN 50200- PH15.” WITH “Fire resistant cables shall be proposed for circuits, which should survive for long periods during fire, as per applicable international standards. As a minimum, the cables and wires for Public Address System, emergency lighting, door opening and warning systems shall be fire resistant in compliant to EN 50200.”
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 12.9.3 • Page 149 of 240
REPLACE “All cubicles shall have sufficient lighting arrangement for facilitating their maintenance related works and it should be supplied from battery line, duly interlocked with door of that cubicle.” WITH “All cubicles shall have sufficient lighting arrangement for facilitating their maintenance related works and it should be supplied from battery line, duly interlocked with door of that cubicle. Lighting in the cubicles for maintenance related works shall be made available even after isolation of control supply of the train.”
Addendum No. 4 Page 20 of 25
Bidding Document for 'MRS1' Single-Stage: Two-Envelope
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 13.9.8 • Page 160 of 240
REPLACE
“Similarly, in case of certain critical events like opening of Emergency door, Fire & Smoke, opening of driver console desk, Obstacle detected by saloon door or by obstruction deflection device track/catenary/infrastructure related events etc. the camera(s) shall focus and alert the train operator/OCC by automatically flashing the image. Full details shall be submitted for Engineer’s review.”
WITH
“Similarly, in case of certain critical events like opening of Emergency door, Fire & Smoke, opening of driver console desk, Obstacle detected by saloon door or by obstruction deflection device, ADD (Auto-Dropping Device) /track/catenary/infrastructure related events etc. the camera(s) shall focus and alert the train operator/OCC by automatically flashing the image (Refer Clause TD 3.1.20 of Appendix TD). Full details shall be submitted for Engineer’s review.”
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 13.9.20 • Page 161 of 240
REPLACE “Suitable provision to detect & capture rail fracture, missing fasteners etc. shall be provided by the Rolling Stock contractor. Full details shall be discussed during the design stage.” WITH “Suitable provision for monitoring of track, pantograph, OHE shall be in line with ERTS Clause 12.2.1(B)(k). Full details shall be discussed during the design stage.”
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 13.11.4 • Page 161 of 240
REPLACE
“Wi-fi internet facility in train shall be installed by Signalling Contractor. Rolling Stock Contractor shall install 8 core gigabyte communication cable or latest standard cable. Complete routing to access points, router, and internet antennae shall be carried out by Rolling Stock Contractor. Full details shall be submitted for review by the Engineer.” WITH
“Wi-Fi internet facility in train shall be installed by Designated Contractor. Rolling Stock Contractor shall install CAT 7 standard communication cable or latest standard cable. Complete cabling to access points, router, and internet antennae etc. shall be carried out by Rolling Stock Contractor. Full details shall be submitted for review by the Engineer.”
• Part-II: Supply
Requirements, • Section-6C:
ERTS • Clause 13.13:
REPLACE “
S.No. Clause No.
Tools/Equipment/Software Quantity
Addendum No. 4 Page 21 of 25
Bidding Document for 'MRS1' Single-Stage: Two-Envelope
Deliverables • Page 162 of 240
1. 13.1.1 (xi) Complete tools including software, hardware, equipment etc. as per clause 13.1.1 (xi)
As advised by Engineer.
2. 13.4.9 Software / hardware configurator for enabling the Employer’s personnel carry out the adjustment as per the proposed system in line with clause 13.4.9.
As advised by Engineer.
3. 13.6.1(v) The hardware and dedicated software etc. for editing, creating and modifying the speech and route database in line with clause 13.6.1(v).
As advised by Engineer.
4. 13.6.1(vi) Equipment and means for display and announcement of computer generated messages for AVAS.
As advised by Engineer.
5. 13.9.2 Any additional tool hardware/software required as per clause 13.9.2
As advised by Engineer.
8. 13.12 Set-up facilities for PA, PIS & PSSS in depots as per clause 13.12.
As decided by the Engineer.
” WITH “
S.No. Clause No.
Tools/Equipment/Software Quantity
1. 13.1.1 (xi) Complete tools including software, hardware, equipment etc. as per clause 13.1.1 (xi)
One Complete set at each depot.
2. Deleted.
3. 13.6.1(v) The hardware and dedicated software etc. for editing, creating and modifying the speech and route database in line with clause 13.6.1(v).
One Complete set at each depot.
4. Deleted.
5. 13.9.2 Any additional tool hardware/software required as per clause 13.9.2
One Complete set at each depot, if required.
8. 13.12 Set-up facilities for PA, PIS & PSSS in depots as per clause 13.12.
One Complete set at each Depot.
” • Part-II: Supply
Requirements, • Section-6C:
ERTS • Clause 14.12.1(i) • Page 167 of 240
REPLACE “Dry heat test: The dry heat test shall be tested for class T3 and temperature shall be considered 80oC against 70oC specified in IEC/EN. An extra performance check at 98oC shall also be carried out for 10 minutes over temperature value. LCD display units may be tested into 70oC.”
Addendum No. 4 Page 22 of 25
Bidding Document for 'MRS1' Single-Stage: Two-Envelope
WITH “Dry heat test: The dry heat test shall be conducted for class T3 and temperature shall be considered 80oC against 70oC specified in IEC/EN. An extra performance check at 95oC shall also be carried out for 10 minutes over temperature value. LCD/LED display units may be tested into 70oC and an extra performance check at 85oC shall also be carried out for 10 minutes over temperature value.”
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 14.14.1 • Page 168 of 240
REPLACE “Software shall be written in a structured manner and fully documented during all stages of its design and development, with at least two levels of documentation above the source code level.” WITH “Software shall be written in a structured manner and fully documented during all stages of its design and development.”
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 15.16.1: First Paragraph
• Page 179 of 240
REPLACE
“A complete set of brake equipment comprising all items of equipment forming the Brake System shall be assembled and shall be subjected to brake dynamometer tests. These shall include the Brake Controller and interface with ATO equipment and a transceiver to measure force at the push rod of Brake unit. A complete series of tests shall be carried out on this rig under all service conditions to demonstrate the function of the brake system as a whole, both in manual and auto modes.”
WITH
“A complete set of brake equipment comprising all items of equipment forming the Brake System shall be assembled and shall be subjected to brake system bed test. These shall include the Brake Controller and interface with ATO equipment and a transceiver to measure force at the push rod of Brake unit. A complete series of tests shall be carried out on this rig under all service conditions to demonstrate the function of the brake system as a whole, both in manual and auto modes.”
Addendum No. 4 Page 23 of 25
Bidding Document for 'MRS1' Single-Stage: Two-Envelope
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Clause 15.30: Deliverables
• Page 186 of 240
REPLACE “
S.No. Clause No.
Tools/Equipment/Software Quantity
1. 15.5.5 Software package required for analysis of the raw data acquired during oscillation trials.
As advised by Engineer.
” WITH “
S.No. Clause No.
Tools/Equipment/Software Quantity
1. 15.5.5 Software package required for analysis of the raw data acquired during oscillation trials.
One set at nominated depot.
” • Part-II: Supply
Requirements, • Section-6C:
ERTS • Appendix TD • Clause TD 3.1.20 • Page 218 of 240
REPLACE “ Rolling Stock and Signalling Contractors shall interface to ensure that at least but not
limited to following emergency conditions should result in the event based auto popup of CCTV images via CCTV network on RS Controller Terminal. The detail implementation shall be finalized during interface with the approval of Engineers. The utilization of bandwidth of CCTV network shall be managed dynamically.
- PAD activation - Detrainment Door Activation - ODD activation - Side Door Obstacle detection - Fire/Smoke Detection - CCTV Emergency Button Activation - Driving console cover open
Transfer and display of such images from CCTV Server to LVS and Traffic Controller work stations shall be responsibility of Lead Contractor for which RS and Lead Contractor shall interface.”
WITH “ Rolling Stock and Signalling Contractors shall interface to ensure that at least but not
limited to following emergency conditions should result in the event based auto popup of CCTV images via CCTV network on RS Controller Terminal. The detail implementation shall be finalized during interface with the approval of Engineers. The utilization of bandwidth of CCTV network shall be managed dynamically.
- PAD activation - Detrainment Door Activation - ODD activation - Side Door Obstacle detection - Fire/Smoke Detection - CCTV Emergency Button Activation - Driving console cover open - ADD (Auto-Dropping Device) /track/catenary/infrastructure related events
etc. (Refer ERTS Clause 12.2.1(B)(k).
Addendum No. 4 Page 24 of 25
Bidding Document for 'MRS1' Single-Stage: Two-Envelope
Transfer and display of such images from CCTV Server to LVS and Traffic Controller work stations shall be responsibility of Lead Contractor for which RS and Lead Contractor shall interface.”
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Appendix TD • Clause TD 3.7.1 • Last Paragraph • Page 222 of 240
REPLACE
“During design stage, RS and Signalling contractors may have to interface to integrate TCMS/DMI inputs, if considered necessary to optimise the driving console in the cab for operation under GoA3/GoA4 keeping in mind that there will be 2 stages of commissioning. Also, Signalling Contractor shall interface with RS Contractor, to provide required inputs, like current speed, target speed, advisory speed, target distance and mode of the train, as a minimum, to RS HMI for display purposes.”
WITH
“During design stage, RS and Signalling contractors may have to interface to integrate TCMS/DMI inputs, if considered necessary to optimise the driving console in the cab for operation under GoA3/GoA4 keeping in mind that there will be 2 stages of commissioning. Also, Signalling Contractor shall interface with RS Contractor, to provide required inputs, like current speed, target speed, advisory speed, Normal Stopping Point (NSP) distance and mode of the train, as a minimum, to RS HMI for display purposes.”
• Part-II: Supply
Requirements, • Section-6C:
ERTS • Appendix TD • Annexure 1/TD • Table TDA1.1:
Rolling Stock Characteristics
• Page 230 of 240
REPLACE “
Tare weight of a unit 123T for 3-car unit with weight of any car not exceeding 42T.
”
WITH “
Tare weight of a unit 126T for 3-car unit with weight of any car not exceeding 42T.
”
Addendum No. 4 Page 25 of 25
Bidding Document for 'MRS1' Single-Stage: Two-Envelope
• Part-II: Supply Requirements,
• Section-6C: ERTS
• Appendix TE: Drawings and Documents
• Table TE.1: S.No. 2(ii)
• General Alignment drawings Dahisar East to Andheri East
• Page 232 of 240
REPLACE “DRG. No. 8217-C-LINE7-CA01-GAL-001” and “DRG. No. 8217-C-LINE7-CA01-GAL-013” WITH Revised “DRG. No. 8217-C-LINE7-CA01-GAL-001” and “DRG. No. 8217-C-LINE7-CA01-GAL-013” are attached as Annexure-II to this Addendum.
• Part-II: Supply Requirements,
• Section-6D: Bid Drawings
• Figure No. MMWSG-1A and Figure No. MMWSG-1A (TNL)
• Notes: S. No. 6
“Clause 2.2 of CHAPTER 2 of SOD” applicable on date, is attached as Annexure-III to this Addendum.
• Part-II: Supply Requirements,
• Section-6C: ERTS
• APPENDIX TE • Clause TE 1.3 • Page 232 of 240
Add the Clause TE1.3 at the end of APPENDIX TE “TE1.3 In case speed restrictions are not mentioned in the General Alignment
Drawings, Bidders may refer Appendix-1 of SOD: Permissible Speed, Cant and Minimum Track Spacing on Curves.”
Appendix-1 of SOD: Permissible Speed, Cant and Minimum Track Spacing on Curves, is attached as Annexure-IV to this Addendum.
Annexure-I Section 6B – Appendix to Employer’s Requirements: General Specifications Page 1 of 7
Bidding Document for 'MRS1' Single-Stage: Two-Envelope
APPENDIX – 9
1.0 SIMULATOR 1.1 DRIVING SIMULATOR
1.1.1 Scope of Supply: Driving Simulator package shall include the following:
a1. Motion Based Driving Simulator - 1 No.
a2. Driving Simulator Workstation (DSW) - 1 No.
b. Driving Instructors /Controller Workstations (IWS) for Motion - 2 Nos.
Based Driving Simulator and for DSW
c. Observer Workstations for Motion Based Driving Simulator - 2 Nos.
and for DSW
1.1.2(A) Motion Based Driving Simulator: Main components in Motion Based Driving Simulator shall include but not limited to the following:
a. Driving console – Exact replica of driving console with full cab structure as provided in the train shall be provided and shall be capable of representing vibration, jerks, acceleration, braking, curves etc.
Driving Simulator shall have 6 Degrees of Freedom (DOF) motion system not surpassing the following DOF. (i) surge to represent variations in accelerations (start-up, oscillation at end of braking,
start of braking, coupling).
(ii) pitch to represent sustained longitudinal accelerations.
(iii) sway to represent lateral impacts on entering bends and points.
(iv) roll to represent the centrifugal force/cant result and in the bends.
(v) heave to represent the heaving motion of the train as well as track defects such as subsidence.
(vi) Yaw to represent swivels left & right.
The motion system will need to represent the following particular movements:
(i) speeds of up to 100 km/h.
(ii) longitudinal and lateral steady state accelerations.
(iii) bounce in cross over, low joints
(iv) Longitudinal shocks from on-set of acceleration.
(v) lateral in the gage and entering a curve.
(vi) bump from collision or coupling.
(vii) y and z axis Driving Console vibrations including random phases.
The motion system shall have at least an overall frequency range and an acceleration as that of real train.
Annexure-I Section 6B – Appendix to Employer’s Requirements: General Specifications Page 2 of 7
Bidding Document for 'MRS1' Single-Stage: Two-Envelope
The motion system shall include an emergency stop button bringing the system to a stable state.
If mounted on a motion platform, the LED monitor (size at least 72”) for the track view must be mounted so that the position of the image relative to the driver’s eyes remains fixed. To achieve this in the simplest way, the LED monitor should be mounted on the body of the Driving Console itself, or on a frame directly attached to this.
The mounting should include anti-vibration and anti-shock features to protect the LED monitor from potential damage caused by the motion platform itself. With the LED monitor mounted on the Driving Console, any pitch and roll effects will have to be reproduced by software control of the image.
b. At least 72” LED monitor, suitable for displaying Computer Generated Graphic Images (CGI) duly depicting the track, signals, PSDs, Overhead traction and stations etc. of the actual route of Line 2 and 7. On CGI, there shall also be realistic depiction of passengers movement on platform, announcements and door closing/opening etc. The forward view shall include a minimum horizontal field of view of 40 degrees. The forward view screen shall be placed as far away as possible to enhance and assist the driver’s view, approximately 3 meters.
c. Programmable sound system to simulate the train movements.
d. HD video camera with recorder for recording video of the trainee on Driving Simulator. Provision for indexing and storage of the video footage of the trainee in suitable compact state-of-the-art (both fixed and portable) storage devices.
e. Provision for voice as well as text communication with Instructor Workstation (IWS).
f. Workstation Controller shall record not only the video images/files but shall also create “Response” file with log of the actions initiated by the trainee in response to each fault/condition loaded on the workstation either from the IWS or directly from Motion Based Driving Simulator.
g. Motion Based Driving Simulator Cab: The Driving Simulator Cab shall have an interior, which is highly realistic.
The Driving Simulator Cab shall be strong and robust enough to provide a reasonable service life of 35 years while attached to the motion system.
The exterior shall be painted in MMRDA livery and shall be discussed detailed during design stage. Design of the exterior can include a loss in realism in favour of light-weight and optical design issues.
The Driving Simulator Console shall have a ventilation and air-conditioning system required to maintain the Driving Console at a reasonable temperature and humidity (for at least 4 people in the Driving Console at any point of time).
h. A “Virtual Train Navigator” (VTN) to simulate actions of the trainee in other cars, or out of the cab. This "virtual" access shall be capable to operate train equipment located outside the cab.
1.1.2(B) Driving Simulator Workstation (DSW): Main components in DSW shall include but not limited
to the following:
a. Driving console – Exact replica of driving console with enclosure as provided in the train shall be provided on the Workstation desk.
b. 46” LED monitor, suitable for displaying Computer Generated Graphic Images (CGI).
Annexure-I Section 6B – Appendix to Employer’s Requirements: General Specifications Page 3 of 7
Bidding Document for 'MRS1' Single-Stage: Two-Envelope
c. Programmable sound system to simulate the train movements. High quality headset shall be provided separately for Workstation with volume control.
d. HD video camera with recorder for recording video of the trainee on workstation. Provision for indexing and storage of the video footage of the trainee in suitable compact state-of-the-art (both fixed and portable) storage devices.
e. Provision for voice as well as text communication with Instructor Workstation (IWS).
f. Workstation Controller shall record not only the video images/files but shall also create “Response” file with log of the actions initiated by the trainee in response to each fault/condition loaded on the workstation either from the IWS or directly from DSW.
g. A “Virtual Train Navigator” (VTN) to simulate actions of the trainee in other cars, or out of the cab. This "virtual" access shall be capable to operate train equipment located outside the cab.
1.1.3 Instructor Workstations (IWS) for Motion Based Driving Simulator and Driving Simulator Workstation (DSW): Two dedicated IWS one each for Motion Based Driving simulator and Driving Simulator Workstation (DSW) shall include but not limited to the following:
a. All equipment as provided in driving console of the Motion Based Driving Simulator/ DSW.
b. An additional LED touch screen monitor.
c. Soft select option for viewing the footage of trainee on one screen.
d. Menu driven option for loading different troubleshooting scenarios from IWS to the Motion Based Driving Simulator/ DSW.
e. Facility for communication with the Motion Based Driving Simulator/ DSW.
f. Workstation Controller shall be equipped with suitable software incorporating detailed modeling of the cab, under-frame, roof etc. In addition, exhaustive fault troubleshooting directory (programmable with facility for augmentation/editing of different scenarios) shall be available.
Evaluation of response file of the trainee with respect to the loaded troubleshooting scenario(s) shall be reasonably automated (by comparing with standard response file) to aid the instructor and to highlight the non-conforming response(s).
g. Suitable facility in IWS to enable video calling between IWS and Trainee on the Motion Based Driving Simulator/ DSW.
h. Suitable training facility in IWS for the Rolling Stock Controller of OCC for assigned duties in GoA2 and GoA4 mode of operation.
1.1.4 Observer Stations for Motion Based Driving Simulator and DSW: Two dedicated
observer stations one each for Motion Based Driving Simulator and Driving Simulator Workstation (DSW) shall include but not limited to the following:
a. 46” LED screen, suitable for display of Motion Based Driving Simulator/ DSW and IWS of Motion Based Driving Simulator/DSW.
b. Suitable furniture for the observer stations.
Annexure-I Section 6B – Appendix to Employer’s Requirements: General Specifications Page 4 of 7
Bidding Document for 'MRS1' Single-Stage: Two-Envelope
1.1.5 Deleted.
1.1.6 General Provisions: The following shall be included:
a. The Contractor shall be responsible to provide electrical power connections from the power mains to the Motion Based Driving Simulator, DWS, IWS and Observer Stations.
b. Suitable capacity UPS for at least back up of 1 hour.
c. Exhaustive library of images for generating CGI. The library shall be expandable.
d. Exhaustive troubleshooting directory covering all major equipment, complete with standard expected response for faults up to two hundred (200) Nos. to be included. Provision shall be available with increasing the number of faults with facility for editing/augmenting the fault scenario.
e. Suitable package with Interactive graphics shall be provided for indicating the exact location of any component on the train. Detailed instructions (with graphics interface) shall be provided to enable access to the specified component.
f. Computer Based Tutorials (CBT) covering up to 15 different scenarios such as rescue operation, isolation of doors, isolation of bogie brakes, evacuation of passengers in the section etc. shall be provided with graphics and simple to explain instructions. Each CBT package shall be of approximate 30 minutes duration. Such CBT packages shall be designed to operate on any workstation/window based desk computer. Commentary of the CBT packages shall be submitted to Engineer for approval.
g. Data Base Management System for organizing the detailed record trainee’s response and evaluation thereof.
h. Power Shut Down button at all Instructor Workstations (IWS) for shut down the complete Simulator Module in case of emergency.
1.1.7 Deleted.
1.1.8 Training: Training of Project Owner personnel for suitable duration shall be included either at Project Owner premises and at the premises of the firm engaged for developing the CGI, Troubleshooting directories, Data Base Management System and CBTs etc.
1.1.9 The contractor shall provide the optimized layout of the Motion Based Driving Simulator and other auxiliary rooms required to house the simulator. Adequate rooms and space shall be incorporated in the same layout for classroom for the trainees, rest rooms, pantry, chamber of instructor and office for the Project Owner’s engineers. The building shall be built by the Project Owner at its expense as per the broad details and layout provided by the Contractor.
1.2 MAINTENANCE SIMULATOR MODULES (MSM) 1.2.1 Scope of Supply
1.2.1.1 Sub-system Maintenance Simulator Module (SSMSM): The Contractor shall supply working Sub-System Maintenance Simulator Module (SSMSM) for each of the following sub-systems:
a. HVAC
b. Doors including detrainment door
c. TCMS
d. Converter inverter and auxiliary converter-inverter
e. Traction Motors and gear case
f. Brake and pneumatics
g. Bogies, suspension and wheel sets
Annexure-I Section 6B – Appendix to Employer’s Requirements: General Specifications Page 5 of 7
Bidding Document for 'MRS1' Single-Stage: Two-Envelope
h. PA/PIS and CCTV
i. Vehicle Control Circuit
j. Couplers
k. Gangways
l. System integration and interface (including signaling and communication)
of above items for UTO.
1.2.1.2 All equipment such as UPS etc. for installation and commissioning of above items.
1.2.2 Salient features of SSMSM: a. Each module shall be fully equipped with replica/original equipment of the sub-systems.
The modules shall be fabricated to provide hands-on experience for the maintenance personnel for both preventive and corrective maintenance.
b. Wherever feasible, 3D cut sections of the equipment shall also be provided.
c. Detailed instructions with video graphics on 46” LED touch screen monitor for assembling / dismantling for each subsystems as mentioned in clause 1.2.1.1 above and any other sub-system(s) as suggested by the Engineer during design stage.
d. Detailed instructions of e-learning with audio and video graphics for carrying out preventive and corrective maintenance actions with linked tools and spares.
e. Detailed data base (including part nos., drawing nos., vendor details etc.) of the various parts/components
f. Detailed description and function of each part including electronic cards in text, graphics, logic diagrams etc.
g. Detailed description of the software with graphics, detailed flow diagrams, logic diagrams etc. with detailed narrative explanation.
h. Extensive library of faults and standardized response for rectification of faults. The number of faults in the library of each module would be average 250 or as agreed by the Engineer during design stage. Provision shall also be available for recording of the actions initiated by the trainee for rectification of the faults.
i. Detailed Testing procedure of different equipment (including provisions in the relevant standards) with graphics.
j. Any other feature that would assist in training of the maintenance personnel.
k. Data Base Management System for organizing the detailed record trainee’s response and evaluation thereof.
1.2.3 General Maintenance Simulator Modules (GMSM): The Contractor shall supply 6 nos. of GMSM Modules. Each module shall include the following:
a. 46” LED touch screen monitor with controller and associated power connection equipment and associated furniture.
b. Computer based tutorials (CBTs) for various major subsystems, including systems for which SSMSM are specified above in clause 1.2.1.1.
c. Complete software package of all the functions covering list of faults and fault activation & response thereon, assembling/dismantling instructions, testing procedure, maintenance schedule etc. of each SSMSM.
1.3 TRAINING OF PROJECT OWNER’S ENGINEERS:
Annexure-I Section 6B – Appendix to Employer’s Requirements: General Specifications Page 6 of 7
Bidding Document for 'MRS1' Single-Stage: Two-Envelope
The Rolling Stock Contractor shall also impart training to 04 Project Owner’s Engineers in the mathematical modeling and computer simulation programming and photographic techniques required for use in the Simulator hardware and software maintenance of the simulator for a minimum period of 10 working days. After completion of this training these Project Owner’s Engineers will be authorized and provided with all necessary hardware/software tools for minor modifications and additions in modeling in close coordination with Simulator contractor, up to the completion of DLP.
The Contractor shall provide full descriptive manuals for Operation, Maintenance and Training in the use of the Motion Based Driving Simulator, Driving Simulator Workstation (DSW), Maintenance Simulator and associated equipment. The Contractor shall also supply a catalogue of spare parts for the equipment. All supplied documentation shall be in English language.
1.4 WARRANTY 1.4.1 The defect liability period of simulator and other equipment supplied shall be 24 months from date
of acceptance or expiry of the defect liability period of trains, whichever is later.
1.4.2 All modifications done on actual train must be reflected on simulators within 6 months i.e. modification up gradation should be done twice in a year.
1.4.3 All observations raised by Project Owner and within the scope should be corrected within 90 days i.e. observation correction up gradation should be done on quarterly basis in each year.
1.4.4 Contractor shall ensure that the local technical support for the complete Simulator Module till the end of DLP shall me made available for meeting DLP obligations.
1.5 SUMMARY OF REQUIREMENTS: Items included in one set of “Trouble Shooting & Driving Simulator”, for which prices are to be
quoted against item ‘G7’ of Cost Centre ‘G’ are detailed above at 1.1.1 and 1.2.1. The modules included in the above said one set is summarized below:
S.No. Description Quantity
A Driving Simulator package will include the following:
1 Motion Based Driving Simulator with cab & driving console complete
1 No.
2 Driving Simulator Workstation (DSW)
1 No.
3 Driving Instructors /Controller Workstations (IWS) for Motion Based Driving Simulator and for DSW
2 Nos.
4 Observer Workstations for Motion Based Driving Simulator and for DSW
2 Nos.
B. I Sub-system maintenance Simulator Module (SSMSM) include the following sub-systems
1 HVAC 1
2 Doors including detrainment door 1
3 TCMS 1
4 Converter Inverter and Auxiliary Converter-Inverter 1
Annexure-I Section 6B – Appendix to Employer’s Requirements: General Specifications Page 7 of 7
Bidding Document for 'MRS1' Single-Stage: Two-Envelope
5 Traction Motor and gear case 1
6 Brake and pneumatics 1
7 Bogies, Suspension and wheel sets 1
8 PA/PIS and CCTV 1
9 Vehicle Control Circuit 1
10 Couplers 1
11 Gangways 1
12 System integration and interface (including signaling and communication) of above items for UTO
1
B. II General Maintenance Module (GMSM) 6 Nos.
1.6 SPARES, SPECIAL TOOLS & TEST EQUIPMENT
(i) Spares for maintenance up to DLP is also required to be delivered as part of the Contract.
(ii) The Contractor will recommend a suitable spares inventory to be held for first-line repairs.
(iii) The Contractor will provide a recommended set of spare parts for emergency replacement, to be held on-site with the simulator. The Contractor will ensure that the local holding of spare parts is promptly replenished and maintained at the level agreed in the contract.
(iv) Any special tools and test equipment required for normal operation of the simulator will be provided by the Contractor and handed over along with the simulator.
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
KM
KM
SIGN BOARD
SIGN BOARD
SIGN BOARD SIGN BOARD
SIGN BOARD
SIGN BOARD SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
Bus Stop
AN
DH
ER
I E
AS
T F
LY
OV
ER
Bus Stop
BRIDGE END
BRIDGE END
GANTRY
SIGN BOARD SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD SIGN BOARD
W
ES
TE
RN
E
XP
RE
SS
H
IG
HW
AY
SIGN BOARD
VER.CLE=2.395
VER.CLE=2.958
SIGN BOARD
VER.CLE=4.480
SIGN BOARD
SIGN BOARD
KM
VER.CLE=4.480
SIGN BOARD
SIGN BOARD
SIGN BOARD
KM
SIGN BOARD
NALLAH
SIGN BOARD
SIGN BOARD
SIGN BOARD
KM
KM
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
KM
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
WES
TERN
EXP
RESS
HIG
HWAY
WES
TERN
EXP
RESS
HIG
HWAY
NALLAH
NALLAHSIGN BOARD
VER.CLE=2.400
VER.CLE=6.685
VER.CLE=3.971
SIGN BOARD
SIGN BOARD SIGN BOARD
SIGN BOARD
JAY
COAC
H FL
YOVE
R
BRIDGE START
SIGN BOARD
SIGN BOARD KM
SIGN BOARD
SIGN BOARD SIGN BOARD
SIGN BOARD
SIGN BOARD SIGN BOARD
VER.CLE=5.672
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
KM
KM
KM
KM
KM
KM
KM
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
KM
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
WES
TERN
EXP
RESS
HIG
HWAY
WES
TERN
EXP
RESS
HIG
HWAY
W
ESTE
RN
EXP
RESS
H
IG
HW
AY
W
ESTE
RN
EXP
RESS
H
IG
HW
AY
MRINAL GORE FLYOVER
MR
INA
L G
OR
E F
LY
OV
ER
VER.CLE=8.496
VER.CLE=8.320
VER.CLE=6.172
VER.CLE=2.900
BRIDGE END
H.T.LINE CROSSING AT CH:3920.00MGL=13.813
RAIL LEVEL =25.611 TO BE CABLED
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
KM
SIGN BOARD
NALLAH
W
ES
TE
RN
E
XP
RE
SS
H
IG
HW
AY
W
ES
TE
RN
E
XP
RE
SS
H
IG
HW
AY
W
ES
TE
RN
E
XP
RE
SS
H
IG
HW
AY
W
ES
TE
RN
E
XP
RE
SS
H
IG
HW
AY
VER.CLE=2.412
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD SIGN BOARD
SIGN BOARD
SIGN BOARD SIGN BOARD
SIGN BOARD
SIGN BOARD SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
KM
NALLAH
AA
RE
Y FL
YO
VE
R
AA
RE
Y FL
YO
VE
R
AA
RE
Y F
LY
OV
ER
AA
RE
Y F
LY
OV
ER
BRIDGE START
VER.CLE=3.993
Bus Stop
AARE
Y FLY
OVER
AA
RE
Y F
LY
OV
ER
BRIDGE END
MAHANANDA START
MAHANANDA END
JVLR START
JVLR END
AN
DH
ER
I E
AS
T F
LY
OV
ER
AN
DH
ER
I E
AS
T F
LY
OV
ER
W
ES
TE
RN
E
XP
RE
SS
H
IG
HW
AY
WES
TE
RN
EX
PR
ES
S H
IG
HW
AY
W
ES
TE
RN
E
XP
RE
SS
H
IG
HW
AY
WES
TERN
EXP
RESS
HIG
HWAY
WES
TERN
EXP
RESS
HIG
HWAY
WES
TERN
EXP
RESS
HIG
HWAY
WES
TERN
EXP
RESS
HIG
HWAY
WES
TERN
EXP
RESS
HIG
HWAY
WES
TERN
EXP
RESS
HIG
HWAY
WES
TERN
EXP
RESS
HIG
HWAY
WES
TERN
EXP
RESS
HIG
HWAY
JAY
COAC
H FL
YOVE
R
JA
Y C
OA
CH
FL
YO
VE
R
JA
Y C
OA
CH
FL
YO
VE
R
JAY
CO
ACH
FLYO
VER
AARE
Y FL
YOVE
R
AA
RE
Y FL
YO
VE
R
END OF FLYOVER CH: 510.000m
START OF FLYOVER
CH:2659.56
END OF FLYOVER
CH:3778.27
START OF FLYOVER CH:2580.38m
CH= 4700.000 m
CH= 4800.000 m
CH= 4900.000 m
CH= 5000.000 m
CH= 5400.000 m
CH= 5600.000 m
CH= 5800.000 m
TS291.487 m
SC661.927 m
CS1411.027 m
CS1721.109 m
CS2541.788 m
SS2581.788 m
SC2621.788 m
TS2892.327 m
SC2942.327 m
CS3008.455 m
ST3058.455 m
SC3357.910 m
CS3469.170 m
CS3821.824 m
ST3851.824 m
TS3958.227 m
SC3988.227 m
CS5121.273 m
ST5151.273 m
SC5570.828 m
ST5621.386 m
POE5800.160 m
CH. =1391.000
ELE. 39.900
G=
2.
44
4%
G= 0.
000%
CH. =1710.000
ELE. 39.900
G= 0.
000%
G= -0
.819%
CH. =1942.000
ELE. 38.000
G= -0
.819%
G= -0
.106%
CH. =2287.000
ELE. 37.634
G= -0
.106%
G= -1
.150%
CH. =2977.000
ELE. 29.700
G=
-1
.15
0%
G= -0
.000%
CH. =3285.000 ELE. 29.700
G=
-0
.00
0%
G=
-1
.75
2%
CH. =3725.000
ELE. 21.990
G=
-1
.75
2%
G= 2.
165%
CH. =4095.000 ELE. 30.000
G=
2.16
5%
G= -0
.000%
CH. =4377.000 ELE. 30.000
G= -0
.000%
G=
-1
.99
0%
CH. =4783.000
ELE. 21.920
G=
-1
.99
0%
G= 1.
203%
CH. =5110.000 ELE. 25.855
G= 1.
203%
G= 0.
721%
CH. =5302.000 ELE. 27.238
G= 0.
721%
G=
2.99
8%
CH. =5652.000 ELE. 37.730
G= 2.
998%
G= 0.
000%
Cu
rve
No
. =
1
De
lta
= 4
°17
'20
.05
2"
R=
10
10
.00
0 m
D=
1
°08
'04
.45
"CL
= 50
.60
4 m
TL
= 50
.32
1 m
TR
L =
25
.00
0 m
VM
ax
=8
0 K
mp
h
Ca=0
m
m
HIP
Ch
: -7
2.9
02
m
E =
27
43
58
.74
9
N =
21
14
84
5.8
03
Cu
rve
No
. =
2
Delta
= 3°2
5'06.6
66"
R=
15
00
.00
0 m
D=
0
°45
'50
.20
"
CL
= 64
.49
7 m
TL
= 57
.26
2 m
TR
L =
25
.00
0 m
VM
ax
=8
0 K
mp
h
Ca
=3
0 m
m
HIP
Ch
: 3
48
.74
9 m
E =
27
44
17
.21
7
N =
21
15
26
3.4
18
Curve
No. =
3
Delta
= 7
°02'14
.652"
R= 70
0.000
m
D=
1
°38
'13
.28
"CL
= 30
.97
8 mTL
= 70
.55
3 m
TR
L =
55
.00
0 m
VM
ax
=8
0 K
mp
h
Ca
=6
5 m
m
HIP
Ch: 5
36.50
2 m
E = 27
4454
.295
N =
21
15
44
7.5
02Cu
rve N
o. = 4
Delta
= 8°
46'12
.364"
R=
70
0.0
00
mD=
1
°3
8'1
3.2
8"
CL
= 52
.14
7 mTL
= 81
.19
1 mTR
L =
55
.00
0 mVM
ax
=8
0 K
mp
hCa
=65 m
m
HIP
Ch: 6
88.11
8 mE
= 2
74
46
5.8
08
N = 2
11
55
98
.80
8
Cu
rve
N
o. = 5
De
lta
= 44
°2
2'2
7.2
49
"
R=
31
5.0
00
m
D=
3
°3
8'1
6.1
8"
CL
= 19
8.9
60
m
TL =
151.0
72 m
TRL =
45.00
0 m
VM
ax
=7
0 K
mp
h
Ca
=1
00
m
m
HIP
Ch
: 1
08
6.7
78
m
E = 2
74
55
6.3
60
N = 2
11
59
87
.28
9
Cu
rve
N
o. = 6
De
lta
= 30
°4
8'2
5.7
50
"
R=
30
0.0
00
m
D=
3
°4
9'1
0.9
9"
CL
= 10
6.3
06
m
TL
= 11
0.2
62
m
TR
L =
55
.00
0 m
VM
ax
=6
5 K
mp
h
Ca
=9
0 m
m
HI
P C
h:
13
59
.98
3 m
E =
27
44
07
.77
6
N
= 2
11
62
32
.11
7
Curve
No. =
7
Delta
= 0
°32'32
.478"
R= 55
00.00
0 m
D= 0
°12'30
.05"
CL =
27.06
2 m
TL =
38.53
1 m
TRL =
25.00
0 m
VMax
=80 K
mph
Ca=1
0 mm
HIP Ch
: 170
7.578
m
E = 27
4405
.037
N = 21
1658
3.920
Curve
No. =
8
Delta
= 1
°00'13
.830"
R= 30
00.00
0 m
D= 0
°22'55
.10"
CL =
27.56
1 m
TL =
38.78
1 m
TRL =
25.00
0 m
VMax
=80 K
mph
Ca=1
5 m
m
HIP Ch
: 203
3.208
m
E = 27
4399
.420
N = 21
1690
9.502
Curve
No. =
9
Delta
= 9
°14'59
.072"
R= 61
0.000
m
D= 1
°52'42
.78"
CL =
58.47
7 m
TL =
69.35
4 m
TRL =
40.00
0 m
VM
ax
=8
0 K
mp
h
Ca=7
0 m
m
HIP
Ch: 2
512.6
65 m
E = 27
4382
.752
N = 21
1738
8.670
Cu
rve
N
o. = 1
0
Delta
= 8°
33'15
.117"
R=
61
0.0
00
m
D=
1
°5
2'4
2.7
8"
CL =
51.07
2 m
TL =
65.62
8 m
TRL =
40.00
0 m
VMax
=80 K
mph
Ca=7
0 m
m
HIP
Ch: 2
647.4
16 m
E = 2
74
35
6.4
37
N = 2
11
75
21
.06
3
Curve
No. =
11
Delta
= 20
°28'21
.823"
R= 32
5.000
m
D=
3
°31
'33
.22
"CL
= 66
.12
8 m
TL
= 83
.74
3 m
TRL =
50.00
0 m
VMax
=70 K
mph
Ca=1
00 m
m
HIP
Ch: 2
976.0
69 m
E =
27
43
41
.01
7N =
21
17
84
9.5
38
Cu
rve
No
. =
12
De
lta
= 11
°58
'17
.45
0"
R=
70
0.0
00
m
D=
1
°38
'13
.28
"CL
= 11
1.2
60
m
TL
= 90
.90
4 m
TR
L =
35
.00
0 m
VM
ax
=8
0 K
mp
hCa
=6
5 m
m
HIP
Ch
: 3
41
3.8
14
m
E =
27
44
75
.13
9
N =
21
18
26
7.6
56
Curve
No.
= 13
Delta
= 0°
27'35
.539"
R= 70
00.00
0 m
D= 0
°09'4
9.33"
CL
= 26
.18
4 mTL
= 43
.09
2 mTR
L = 30
.000 m
VMax
=80 K
mph
Ca=1
0 m
m
HIP
Ch: 3
808.7
32 m
E = 2
7451
5.195
N = 2
11
86
61
.08
9
Curve
No. =
14
Delta
= 0
°50'18
.130"
R= 40
00.00
0 m
D= 0
°17'11
.32"
CL =
28.52
9 m
TL
= 44
.26
5 m
TRL =
30.00
0 m
VMax
=80 K
mph
Ca=1
5 m
m
HIP Ch
: 400
2.492
m
E = 27
4536
.368
N = 21
1885
3.689
Curve
No. =
15
Delta
= 4°2
8'21.2
17"
R= 18
00.00
0 m
D= 0
°38'11
.83"
CL
= 11
0.5
10
m
TL
= 85
.29
1 m
TR
L =
30
.00
0 m
VM
ax
=8
0 K
mp
h
Ca
=2
5 m
m
HIP
Ch: 4
411.9
03 m
E = 27
4575
.145
N = 21
1926
1.260
Curve
No. =
16
Delta
= 1
°11'02
.622"
R=
30
00
.00
0 m
D=
0
°22
'55
.10
"
CL
= 31
.99
7 mTL
= 46
.00
0 m
TR
L =
30
.00
0 m
VM
ax
=8
0 K
mp
hCa
=1
5 m
m
HIP
Ch
: 4
59
0.6
22
m
E = 27
4605
.908
N =
21
19
43
7.3
86
Curve
No. =
17
Delta
= 1
°19'56
.277"
R= 25
00.00
0 m
D=
0
°27
'30
.12
"CL
= 28
.13
3 m
TL
= 44
.06
8 m
TR
L =
30
.00
0 m
VM
ax
=8
0 K
mp
h
Ca
=2
0 m
m
HIP
Ch: 5
107.2
08 m
E = 27
4684
.256
N =
21
19
94
7.9
99
Curve
No. =
18
Delta
= 0°2
0'26.8
52"
R=
85
00
.00
0 m
D=
0
°08
'05
.33
"
CL
= 25
.55
8 m
TL =
37.77
9 m
TRL =
25.00
0 m
VMax
=80 K
mph
Ca=5
m
m
HIP
Ch: 5
583.6
07 m
E =
27
47
45
.54
2
N =
21
20
42
0.4
42
CH= -520.000 m CH= -510.000 m
CH= -500.000 m
CH= -490.000 m
CH= -480.000 m
CH= -470.000 m
CH= -450.000 m
CH= -440.000 m CH= -430.000 m
CH= -420.000 m CH= -410.000 m
CH= -400.000 m
CH= -390.000 m CH= -380.000 m
CH= -370.000 m
CH= -360.000 m
CH= -350.000 m
CH= -340.000 m CH= -330.000 m
CH= -320.000 m
CH= -310.000 m CH= -300.000 m
CH= -290.000 m
CH= -280.000 m CH= -270.000 m
CH= -260.000 m CH= -250.000 m
CH= -240.000 m
CH= -230.000 m CH= -220.000 m
CH= -210.000 m
CH= -200.000 m CH= -190.000 m
CH= -180.000 m CH= -170.000 m
CH= -160.000 m
CH= -150.000 m
CH= -140.000 m
CH= -130.000 m CH= -120.000 m
CH= -110.000 m
CH= -100.000 m
CH= -90.000 m
CH= -80.000 m
CH= -70.000 m
CH= -60.000 m
CH= -50.000 m
CH= -40.000 m
CH= -30.000 m
CH= -20.000 m
CH= -10.000 m
CH= 0.000 m
CH= 10.000 m
CH= 20.000 m
CH= 30.000 m
CH= 40.000 m
CH= 50.000 m
CH= 60.000 m
CH= 70.000 m
CH= 80.000 m
CH= 90.000 m
CH= 100.000 m
CH= 110.000 m
CH= 120.000 m
CH= 130.000 m
CH= 140.000 m
CH= 150.000 m
CH= 160.000 m
CH= 170.000 m
CH= 180.000 m
CH= 190.000 m
CH= 200.000 m
CH= 210.000 m
CH= 220.000 m
CH= 230.000 m
CH= 240.000 m
CH= 250.000 m
CH= 260.000 m
CH= 270.000 m
CH= 280.000 m
CH= 290.000 m
CH= 300.000 m
CH= 310.000 m
CH= 320.000 m
CH= 330.000 m
CH= 340.000 m
CH= 350.000 m
CH= 360.000 m
CH= 370.000 m
CH= 380.000 m
CH= 390.000 m
CH= 400.000 m
CH= 410.000 m
CH= 420.000 m
CH= 430.000 m
CH= 440.000 m
CH= 450.000 m
CH= 460.000 m
CH= 470.000 m
CH= 480.000 m
CH= 490.000 m
CH= 500.000 m
CH= 510.000 m
CH= 520.000 m
CH= 530.000 m
CH= 540.000 m
CH= 550.000 m
CH= 560.000 m
CH= 570.000 m
CH= 580.000 m
CH= 590.000 m
CH= 600.000 m
CH= 610.000 m
CH= 620.000 m
CH= 630.000 m
CH= 640.000 m
CH= 650.000 m
CH= 660.000 m
CH= 670.000 m
CH= 680.000 m
CH= 690.000 m
CH= 700.000 m
CH= 710.000 m
CH= 720.000 m
CH= 730.000 m CH= 740.000 m CH= 750.000 m
CH= 760.000 m
CH= 770.000 m
CH= 780.000 m CH= 790.000 m CH= 800.000 m
CH= 810.000 m CH= 820.000 m
CH= 830.000 m
CH= 840.000 m
CH= 850.000 m
CH= 860.000 m CH= 870.000 m
CH= 880.000 m
CH= 890.000 m CH= 900.000 m CH= 910.000 m CH= 920.000 m CH= 930.000 m
CH= 940.000 m CH= 950.000 m
CH= 960.000 m
CH= 970.000 m
CH= 980.000 m
CH= 990.000 m
CH= 1000.000 m
CH= 1010.000 m
CH= 1020.000 m
CH= 1030.000 m
CH= 1040.000 m
CH= 1050.000 m
CH= 1060.000 m
CH= 1070.000 m
CH= 1080.000 m
CH= 1090.000 m
CH= 1100.000 m
CH= 1110.000 m
CH= 1120.000 m
CH= 1130.000 m
CH= 1140.000 m
CH= 1150.000 m
CH= 1160.000 m
CH= 1170.000 m
CH= 1180.000 m
CH= 1190.000 m
CH= 1200.000 m
CH= 1210.000 m
CH= 1220.000 m
CH= 1230.000 m
CH= 1240.000 m
CH= 1250.000 m
CH= 1260.000 m
CH= 1270.000 m
CH= 1280.000 m
CH= 1290.000 m
CH= 1300.000 m
CH= 1310.000 m
CH= 1320.000 m
CH= 1330.000 m
CH= 1340.000 m
CH= 1350.000 m
CH= 1360.000 m
CH= 1370.000 m
CH= 1380.000 m
CH= 1390.000 m
CH= 1400.000 m
CH= 1410.000 m
CH= 1420.000 m
CH= 1430.000 m
CH= 1440.000 m
CH= 1450.000 m
CH= 1460.000 m
CH= 1470.000 m
CH= 1480.000 m
CH= 1490.000 m
CH= 1500.000 m
CH= 1510.000 m
CH= 1520.000 m
CH= 1530.000 m
CH= 1540.000 m
CH= 1550.000 m
CH= 1560.000 m
CH= 1570.000 m
CH= 1580.000 m
CH= 1590.000 m
CH= 1600.000 m
CH= 1610.000 m
CH= 1620.000 m
CH= 1630.000 m
CH= 1640.000 m
CH= 1650.000 m
CH= 1660.000 m
CH= 1670.000 m
CH= 1680.000 m
CH= 1690.000 m
CH= 1700.000 m
CH= 1710.000 m
CH= 1720.000 m
CH= 1730.000 m
CH= 1740.000 m
CH= 1750.000 m
CH= 1760.000 m
CH= 1770.000 m
CH= 1780.000 m
CH= 1790.000 m
CH= 1800.000 m
CH= 1810.000 m
CH= 1820.000 m
CH= 1830.000 m
CH= 1840.000 m
CH= 1850.000 m
CH= 1860.000 m
CH= 1870.000 m
CH= 1880.000 m
CH= 1890.000 m
CH= 1900.000 m
CH= 1910.000 m
CH= 1920.000 m
CH= 1930.000 m
CH= 1940.000 m
CH= 1950.000 m
CH= 1960.000 m
CH= 1970.000 m
CH= 1980.000 m
CH= 1990.000 m
CH= 2000.000 m
CH= 2010.000 m
CH= 2020.000 m
CH= 2030.000 m
CH= 2040.000 m
CH= 2050.000 m
CH= 2060.000 m
CH= 2070.000 m
CH= 2080.000 m
CH= 2090.000 m
CH= 2100.000 m
CH= 2110.000 m
CH= 2120.000 m
CH= 2130.000 m
CH= 2140.000 m
CH= 2150.000 m
CH= 2160.000 m
CH= 2170.000 m
CH= 2180.000 m
CH= 2190.000 m
CH= 2200.000 m
CH= 2210.000 m
CH= 2220.000 m
CH= 2230.000 m
CH= 2240.000 m
CH= 2250.000 m
CH= 2260.000 m
CH= 2270.000 m
CH= 2280.000 m
CH= 2290.000 m
CH= 2300.000 m
CH= 2310.000 m
CH= 2320.000 m
CH= 2330.000 m
CH= 2340.000 m
CH= 2350.000 m
CH= 2360.000 m
CH= 2370.000 m
CH= 2380.000 m
CH= 2390.000 m
CH= 2400.000 m
CH= 2410.000 m
CH= 2420.000 m
CH= 2430.000 m
CH= 2440.000 m
CH= 2450.000 m
CH= 2460.000 m
CH= 2470.000 m
CH= 2480.000 m
CH= 2490.000 m
CH= 2500.000 m
CH= 2510.000 m
CH= 2520.000 m
CH= 2530.000 m
CH= 2540.000 m
CH= 2550.000 m
CH= 2560.000 m
CH= 2570.000 m
CH= 2580.000 m
CH= 2590.000 m
CH= 2600.000 m
CH= 2610.000 m
CH= 2620.000 m
CH= 2630.000 m
CH= 2640.000 m
CH= 2650.000 m
CH= 2660.000 m
CH= 2670.000 m
CH= 2680.000 m
CH= 2690.000 m
CH= 2700.000 m
CH= 2710.000 m
CH= 2720.000 m
CH= 2730.000 m
CH= 2740.000 m
CH= 2750.000 m
CH= 2760.000 m
CH= 2770.000 m
CH= 2780.000 m
CH= 2790.000 m
CH= 2800.000 m
CH= 2810.000 m
CH= 2820.000 m
CH= 2830.000 m
CH= 2840.000 m
CH= 2850.000 m
CH= 2860.000 m
CH= 2870.000 m
CH= 2880.000 m
CH= 2890.000 m
CH= 2900.000 m
CH= 2910.000 m
CH= 2920.000 m
CH= 2930.000 m
CH= 2940.000 m
CH= 2950.000 m
CH= 2960.000 m
CH= 2970.000 m
CH= 2980.000 m
CH= 2990.000 m
CH= 3000.000 m CH= 3010.000 m CH= 3020.000 m CH= 3030.000 m CH= 3040.000 m
CH= 3050.000 m CH= 3060.000 m CH= 3070.000 m CH= 3080.000 m CH= 3090.000 m CH= 3100.000 m CH= 3110.000 m CH= 3120.000 m CH= 3130.000 m CH= 3140.000 m CH= 3150.000 m CH= 3160.000 m CH= 3170.000 m CH= 3180.000 m CH= 3190.000 m CH= 3200.000 m CH= 3210.000 m CH= 3220.000 m CH= 3230.000 m CH= 3240.000 m CH= 3250.000 m CH= 3260.000 m CH= 3270.000 m CH= 3280.000 m CH= 3290.000 m CH= 3300.000 m CH= 3310.000 m CH= 3320.000 m CH= 3330.000 m CH= 3340.000 m CH= 3350.000 m CH= 3360.000 m CH= 3370.000 m
CH= 3380.000 m CH= 3390.000 m
CH= 3400.000 m
CH= 3410.000 m
CH= 3420.000 m
CH= 3430.000 m
CH= 3440.000 m
CH= 3450.000 m
CH= 3460.000 m
CH= 3470.000 m
CH= 3480.000 m
CH= 3490.000 m
CH= 3500.000 m
CH= 3510.000 m
CH= 3520.000 m
CH= 3550.000 m
CH= 3560.000 m
CH= 3570.000 m
CH= 3580.000 m
CH= 3590.000 m
CH= 3600.000 m
CH= 3610.000 m
CH= 3620.000 m
CH= 3630.000 m
CH= 3640.000 m
CH= 3650.000 m
CH= 3660.000 m
CH= 3670.000 m
CH= 3680.000 m
CH= 3690.000 m
CH= 3700.000 m
CH= 3710.000 m
CH= 3720.000 m
CH= 3730.000 m
CH= 3740.000 m
CH= 3750.000 m
CH= 3760.000 m
CH= 3770.000 m
CH= 3780.000 m
CH= 3790.000 m
CH= 3800.000 m
CH= 3810.000 m
CH= 3820.000 m
CH= 3830.000 m
CH= 3840.000 m
CH= 3850.000 m
CH= 3860.000 m
CH= 3870.000 m
CH= 3880.000 m
CH= 3890.000 m
CH= 3900.000 m
CH= 3910.000 m
CH= 3920.000 m
CH= 3930.000 m
CH= 3940.000 m
CH= 3950.000 m
CH= 3960.000 m
CH= 3970.000 m
CH= 3980.000 m
CH= 3990.000 m
CH= 4000.000 m
CH= 4010.000 m
CH= 4020.000 m
CH= 4030.000 m
CH= 4040.000 m
CH= 4050.000 m
CH= 4060.000 m
CH= 4070.000 m
CH= 4080.000 m
CH= 4090.000 m
CH= 4100.000 m
CH= 4110.000 m
CH= 4120.000 m
CH= 4130.000 m
CH= 4140.000 m
CH= 4150.000 m
CH= 4160.000 m
CH= 4170.000 m
CH= 4180.000 m
CH= 4190.000 m
CH= 4200.000 m
CH= 4210.000 m
CH= 4220.000 m
CH= 4230.000 m
CH= 4240.000 m
CH= 4250.000 m
CH= 4260.000 m
CH= 4270.000 m
CH= 4280.000 m
CH= 4290.000 m
CH= 4300.000 m
CH= 4310.000 m
CH= 4320.000 m
CH= 4330.000 m
CH= 4340.000 m
CH= 4350.000 m
CH= 4360.000 m
CH= 4370.000 m
CH= 4380.000 m
CH= 4390.000 m
CH= 4400.000 m
CH= 4410.000 m
CH= 4420.000 m
CH= 4430.000 m
CH= 4440.000 m
CH= 4450.000 m
CH= 4460.000 m
CH= 4470.000 m
CH= 4480.000 m
CH= 4490.000 m
CH= 4500.000 m
CH= 4510.000 m
CH= 4520.000 m
CH= 4530.000 m
CH= 4540.000 m
CH= 4550.000 m
CH= 4560.000 m
CH= 4570.000 m
CH= 4580.000 m
CH= 4590.000 m
CH= 4600.000 m
CH= 4610.000 m
CH= 4620.000 m
CH= 4630.000 m
CH= 4640.000 m
CH= 4650.000 m
CH= 4660.000 m
CH= 4670.000 m
CH= 4680.000 m
CH= 4690.000 m
CH= 4700.000 m
CH= 4710.000 m
CH= 4720.000 m
CH= 4730.000 m
CH= 4740.000 m
CH= 4750.000 m
CH= 4760.000 m
CH= 4770.000 m
CH= 4780.000 m
CH= 4790.000 m
CH= 4800.000 m
CH= 4810.000 m
CH= 4820.000 m
CH= 4830.000 m
CH= 4840.000 m
CH= 4850.000 m
CH= 4860.000 m
CH= 4870.000 m
CH= 4880.000 m
CH= 4890.000 m
CH= 4900.000 m
CH= 4910.000 m
CH= 4920.000 m
CH= 4930.000 m
CH= 4940.000 m
CH= 4950.000 m
CH= 4960.000 m
CH= 4970.000 m
CH= 4980.000 m
CH= 4990.000 m
CH= 5000.000 m
CH= 5010.000 m
CH= 5020.000 m
CH= 5030.000 m
CH= 5040.000 m
CH= 5050.000 m
CH= 5060.000 m
CH= 5070.000 m
CH= 5080.000 m
CH= 5090.000 m
CH= 5100.000 m
CH= 5110.000 m
CH= 5120.000 m
CH= 5130.000 m
CH= 5140.000 m
CH= 5150.000 m
CH= 5160.000 m
CH= 5170.000 m
CH= 5180.000 m
CH= 5190.000 m
CH= 5200.000 m
CH= 5210.000 m
CH= 5220.000 m
CH= 5230.000 m
CH= 5240.000 m
CH= 5250.000 m
CH= 5260.000 m
CH= 5270.000 m
CH= 5280.000 m
CH= 5290.000 m
CH= 5300.000 m
CH= 5310.000 m
CH= 5320.000 m
CH= 5330.000 m
CH= 5340.000 m
CH= 5350.000 m
CH= 5360.000 m
CH= 5370.000 m
CH= 5380.000 m
CH= 5390.000 m
CH= 5400.000 m
CH= 5410.000 m
CH= 5420.000 m
CH= 5430.000 m
CH= 5440.000 m
CH= 5450.000 m
CH= 5460.000 m
CH= 5470.000 m
CH= 5480.000 m
CH= 5490.000 m
CH= 5500.000 m
CH= 5510.000 m
CH= 5520.000 m
CH= 5530.000 m
CH= 5540.000 m
CH= 5550.000 m
CH= 5560.000 m
CH= 5570.000 m
CH= 5580.000 m
CH= 5590.000 m
CH= 5610.000 m
CH= 5620.000 m
CH= 5630.000 m
CH= 5640.000 m
CH= 5650.000 m
CH= 5660.000 m
CH= 5670.000 m
CH= 5680.000 m
CH= 5690.000 m
CH= 5700.000 m
CH= 5710.000 m
CH= 5720.000 m
CH= 5730.000 m
CH= 5740.000 m
CH= 5750.000 m
CH= 5760.000 m
CH= 5770.000 m
CH= 5780.000 m
CH= 5790.000 m
CH= 5800.000 m
POB-525.903 m
TS-123.223 m
SC-98.223 m
CS-47.619 m
ST-22.619 m
SC316.487 m
CS380.983 m
ST405.983 m
TS465.949 m
SC520.949 m
CS551.927 m
SS606.927 m
CS714.074 m
ST769.074 m
TS935.707 m
SC980.707 m
CS1179.667 m
ST1224.667 m
TS1249.721 m
SC1304.721 m
ST1466.027 m
TS1669.047 m
SC1694.047 m
ST1746.109 m
TS1994.427 m
SC2019.427 m
CS2046.988 m
ST2071.988 m
TS2443.310 m
SC2483.310 m
CS2672.860 m
ST2712.860 m
TS3322.910 m
ST3504.170 m
TS3765.640 m
SC3795.640 m
CS4016.756 m
ST4046.756 m
TS4326.611 m
SC4356.611 m
CS4467.121 m
ST4497.121 m
TS4544.623 m
SC4574.623 m
CS4606.620 m
ST4636.620 m
TS5063.140 m
SC5093.140 m
TS5545.828 m
CS5596.386 m
CH: -275.903 X CROSSOVER SRJ 1 IN 9 R300
CH: -195.903 X CROSSOVER SRJ 1 IN 9 R300
SRJ (RHS) 1 IN 9 R300
CH: 266.038
SRJ (RHS) 1 IN 9 R300
CH: 186.038
CH= -460.000 m
CH. =74.824 ELE. 32.483
G= 0.
000%
G=
-2
.30
0%
CH. =152.881 ELE. 30.688
G=
-2
.30
0%
G= 0.
000%
CH. =362.988 ELE. 30.688
G=
0.00
0%
G= 0.
476%
CH. =866.000 ELE. 33.080
G=
0.47
6%
G=
-1
.11
2%
CH. =1035.000
ELE. 31.200
G= -1
.112%
G=
2.44
4%
CH= 3530.000 m
CH= 3540.000 m
START OF STATION CH= 1472.757m
END OF STATION CH= 1657.757 m
START OF STATION CH= 3064.379 m
END OF STATION CH= 3249.379 m
START OF STATION CH= 4125.989m
END OF STATION CH= 4310.989 m
M
AH
AN
AN
DA
STA
TIO
N
A
N
D
H
E
R
I S
TA
TIO
N
SH
AN
KA
RW
AD
I STA
TIO
N
JV
LR
S
TA
TI
O
N
START OF STATION AT CH: -159.903
END OF STATION CH= 154.097
AT
CH
: 156
5.25
7M
A
T
C
H
: 3
15
6.
87
9M
A
T C
H
:421
8.48
9M
AT
CH
: -4
.403
M
4.7481
6.8739
START OF PLATFORM AT CH:-129.903
END OF PLATFORM AT CH:55.097
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
SIGN BOARD
B
u
s
S
to
p
ANDHERI EAST F
LYOVER
B
u
s
S
to
p
ANDHERI EAST FLYOVER
Curve No. = 1
Delta = 4°17'20.052"
R= 1010.000 m
D= 1°08'04.45"
CL = 50.604 m
TL = 50.321 m
TRL = 25.000 m
VMax=80 Kmph
Ca=0 mm
HIP Ch: -72.902 m
E = 274358.749
N = 2114845.803
CH
= -5
20
.0
00
m
CH
= -5
10
.0
00
m
CH
= -5
00
.0
00
m
CH
= -4
90
.0
00
m
CH
= -4
80
.0
00
m
CH
= -4
70
.0
00
m
CH
= -4
50
.0
00
m
CH
= -4
40
.0
00
m
CH
= -4
30
.0
00
m
CH
= -4
20
.0
00
m
CH
= -4
10
.0
00
m
CH
= -4
00
.0
00
m
CH
= -3
90
.0
00
m
CH
= -3
80
.0
00
m
CH
= -3
70
.0
00
m
CH
= -3
60
.0
00
m
CH
= -3
50
.0
00
m
CH
= -3
40
.0
00
m
CH
= -3
30
.0
00
m
CH
= -3
20
.0
00
m
CH
= -3
10
.0
00
m
CH
= -3
00
.0
00
m
CH
= -2
90
.0
00
m
CH
= -2
80
.0
00
m
CH
= -2
70
.0
00
m
CH
= -2
60
.0
00
m
CH
= -2
50
.0
00
m
CH
= -2
40
.0
00
m
CH
= -2
30
.0
00
m
CH
= -2
20
.0
00
m
CH
= -2
10
.0
00
m
CH
= -2
00
.0
00
m
CH
= -1
90
.0
00
m
CH
= -1
80
.0
00
m
CH
= -1
70
.0
00
m
CH
= -1
60
.0
00
m
CH
= -1
50
.0
00
m
CH
= -1
40
.0
00
m
CH
= -1
30
.0
00
m
CH
= -1
20
.0
00
m
CH
= -1
10
.0
00
m
CH
= -1
00
.0
00
m
CH
= -9
0.0
00
m
CH
= -80.000 m
CH
= -70.000 m
CH
= -60.000 m
CH
= -50.000 m
CH
= -40.000 m
CH
= -30.000 m
CH
= -20.000 m
CH
= -10.000 m
CH
= 0.000 m
CH
= 10.000 m
CH
= 20.000 m
CH
= 30.000 m
CH
= 40.000 m
CH
= 50.000 m
CH
= 60.000 m
CH
= 70.000 m
CH
= 80.000 m
CH
= 90.000 m
PO
B-5
25
.9
03
m
TS
-1
23
.2
23
m
SC
-9
8.2
23
m
CS
-47.619 m
ST
-22.619 m
CH
: -275.903
X C
RO
SS
OV
ER
S
RJ 1 IN
9 R
300
CH
: -195.903
X C
RO
SS
OV
ER
S
RJ 1 IN
9 R
300
CH
= -4
60
.0
00
m
CH
. =
74.824
ELE
. 32.483
G=
0.0
00% G
=
-2
.3
0
0
%
AN
DH
ER
I ST
AT
ION
ST
AR
T O
F S
TA
TIO
N A
T C
H: -1
59
.9
03
AT
CH
: -4
.403M
ST
AR
T O
F P
LA
TF
OR
M A
T C
H:-1
29
.9
03
EN
D O
F P
LA
TF
OR
M A
T C
H:55.097
Cant = 0.00 Cant Def =0.00
Speed =80.00
Cant = 0.00 Cant Def =0.00
-430.000
-410.000
-390.000
-370.000
-330.000
-310.000
-290.000
-270.000
-210.000
-190.000
-170.000
-150.000
-90.000
-70.000
-10.000
10.000
30.000
50.000
CHAINAGE
LEVELS (M)
PROPOSED RAIL
EXISTING GROUND
LEVELS (M)
VERTICAL
HORIZONTAL
ALIGNMENT
ALIGNMENT
DATUM=-25.000m.
DIFFERENCE
LEVEL
CANT ALIGNMENT
C
H
:
-
1
9
5
.
9
0
3
X
C
R
O
S
S
O
V
E
R
S
R
J
1
I
N
9
R
3
0
0
C
H
:
-
2
7
5
.
9
0
3
X
C
R
O
S
S
O
V
E
R
S
R
J
1
I
N
9
R
3
0
0
S
T
A
R
T
O
F
S
T
A
T
I
O
N
A
T
C
H
:
-
1
5
9
.
9
0
3
M
ANDHERI STATION
AT CH: -4.403m
S
T
A
R
T
O
F
P
L
A
T
F
O
R
M
A
T
C
H
:
-
1
2
9
.
9
0
3
M
E
N
D
O
F
P
L
A
T
F
O
R
M
A
T
C
H
:
5
5
.
0
9
7
M
Cant = 0.00 Cant Def =74.89
Speed =80.00
PV
I -525.903
Ele=
32.483
G= 0.000%
L= 583.482m
-283.903
-204.000
-525.903
16.934
32.483
15.549
-500.903
17.252
32.483
15.231
-475.903
17.707
32.483
14.756
-450.903
18.393
32.483
14.776
-425.903
18.818
32.483
13.665
-400.903
19.243
32.483
13.240
-375.903
19.518
32.483
12.965
-350.903
20.103
32.483
12.380
-325.903
20.310
32.483
12.173
-301.903
20.276
32.483
12.207
20.334
32.483
12.149
-258.903
20.472
32.483
12.011
-235.903
20.739
32.483
11.744
-212.903
21.109
32.483
11.374
-184.903
21.055
32.483
11.428
-159.903
21.084
32.483
11.399
-129.903
21.001
32.483
11.482
-112.903
20.819
32.483
11.664
-96.903
20.636
32.483
11.847
-80.903
20.449
32.483
12.034
-63.903
20.196
32.483
12.287
-46.903
19.896
32.483
12.587
-29.903
19.492
32.483
12.991
-12.903
19.162
32.483
13.321
4.097
18.831
32.483
13.652
21.097
18.581
32.483
13.902
38.097
18.22
32.483
14.263
55.097
17.983
32.483
14.500
72.097
17.811
32.413
14.602
88.097
17.646
32.172
14.526
L =583.482 m
G= 0.000%
L =34.485 m
R=1500.000
Straight =402.679m
TRL =25.000m
R =-1010.000m
CL =50.604mTRL =25.000m
PV
I74.824
Ele=
32.483
57.580
92.064
-123.223
-98.223
-47.619
-22.619
NOTES:
AAREY
ANDHERI (E)
KEY PLAN
N
PLAN
TOWARDS AAREYTOWARDS ANDHERI (E)
N
LONGITUDINAL PROFILE
DECK CONTINUITY TO BE PROVIDED
FOR SPANS BETWEEN P6 TO P10
DRG. NO. :-
REV. DATE PREP. APPROVED DESCRIPTION
TITLE :-
PROJECT :-
GENERAL CONSULTANT
OWNER
DETAILED DESIGN CONSULTANT : TO CONTRACTOR
Mumbai Metropolitan region Development
Authority (MMRDA)
8217-C-LINE7-CA01-GAL-001 R11 TO 008 R11, 009 R13 TO 011 R13, 12 R14, 13 R5 & 14 R3.dwg
PROOF CHECKER'S / DDC CERTIFICATE
ADD.Unit Nos. 3 and 4A, The Centrium,3rd Floor,
Phoenix Market City, L.B.S. Road,
Kurla (West),Mumbai 400 070
AICA Consortium (GC)
NOTICE OF 'NO OBJECTIONS' FROM EMPLOYER IS BEING ACCORDED FOR DESIGN
PRINCIPLES. HOWEVER, THE OVERALL RESPONSIBILITY FOR THE DETAILING AND DESIGN
ACCURACY LIES WITH THE DESIGN AND BUILD CONTRACTOR.
NAMESIGN
DESIGNATIONDATE
NAMESIGN
DESIGNATIONDATE
NAMESIGN
DESIGNATIONDATE
CONTRACTOR CLIENT: DETAIL DESIGN CONSULTANT
THIS DRAWING HAS
BEEN PROOF
CHECKED IN
ACCORDANCE
WITH THE
REQUIREMENTS OF
CONTRACT NO.
CA01/ LINE 7 AND
FOUND SUITABLE
FOR EXECUTION
PURPOSE
CONSORTIUM / GC CERTIFICATE
NAME SIGNDESIGNATION
DATE
A.F.SHEVAREOSD (CIVIL)
OSD (C&S)
ASHOK KUMAR
OSD (ELE)
P.R.K MURTY
DIR (PROJECT)
T.K. BHOSLE CE (CIVIL)
G.S.TUTEJA
NAMESIGN
DESIGNATION NAMESIGN
DESIGNATION
PART DESIGN AND CONSTRUCTION OF ELEVATED VIADUCT
AND FOUR ELEVATED STATIONS VIZ., ANDHERI METRO(E),
SHANKARWADI, JVLR JUNCTION AND MAHANAND [EXCLUDING
ARCHITECTURAL FINISHING AND PRE-ENGINEERED STEEL
ROOF STRUCTURE OF STATIONS] FROM CHAINAGE (-) 450 TO
5801.40 OF ANDHERI (E) - DAHISAR (E) CORRIDOR OF MUMBAI
METRO RAIL PROJECT OF MMRDA
DRAWN BY
DESIGN BY
CHECKED BY
APPROVED BY
PROCESS
APPROVED BY
PROCESS
REVIEWED BY
PROCESS
APPROVED BY
REVIEWED BY
PROCESS
APPROVED BY
CHECKED BY
STUP Consultants Pvt. Ltd.
REGISTERED OFFICE: 1004-5 RAHEJA
CHAMBERS NARIMAN POINT MUMBAI – 400 021
SIMPLEX INFRASTRUCTURES LIMITED
502-A, Poonam Chambers,
Shiv Sagar Estate
A wing, Dr. A.B. Road
Worli, Mumbai – 400 018
Approved
Preliminary Design
As Built
Issue
for Issue
Design Development
Definitive Design
Working Drawing
Record
Construction Reference
Drawing
SCALE:DATE:STATUS:
REV.
THIS DRAWING HAS
BEEN VERIFIED AS
PER REQUIREMENTS
OF CONTRACT NO.
CA01/LINE 7 AND
FOUND SUITABLE
FOR EXECUTION
PURPOSE.
R11
DCA
RR
DS05/10/2017
05/10/2017
05/10/2017
05/10/2017
8217-C-LINE7-CA01-GAL-001
(SHEET 1 OF 13)
GENERAL ARRANGEMENT DRAWING
25/08/2016 AS SHOWN CONSTRUCTION REFERENCE DRAWING
ASG
DM
SM
APM
JVP
AB
HC
GM
DGM
05/10/2017
05/10/2017
R6 04/04/17 RR ASG REVISED AS PER COMMENTS GIVEN BY GEC'S
R7 17/04/17 RR ASG GENERALLY REVISED
R8 28/06/17 RR ASG TITLE SHEET MODIFIED
R9 27/09/17 RR ASG REVISED AS PER GEC'S COMMENTS
LEGEND:
R10 05/10/17 RR ASG REVISED AS MARKED
Annexure-II
NOTES:
CANT CALCULATION TABLE
DETAILS OF HORIZONTAL ALIGNMENT
LEGEND:
DRG. NO. :-
REV. DATE PREP. APPROVED DESCRIPTION
TITLE :-
PROJECT :-
GENERAL CONSULTANT
OWNER
DETAILED DESIGN CONSULTANT : TO CONTRACTOR
Mumbai Metropolitan region Development
Authority (MMRDA)
8217-C-LINE7-CA01-GAL-001 R11 TO 008 R11, 009 R13 TO 011 R13, 12 R14, 13 R5 & 14 R3.dwg
PROOF CHECKER'S / DDC CERTIFICATE
ADD.Unit Nos. 3 and 4A, The Centrium,3rd Floor,
Phoenix Market City, L.B.S. Road,
Kurla (West),Mumbai 400 070
AICA Consortium (GC)
NOTICE OF 'NO OBJECTIONS' FROM EMPLOYER IS BEING ACCORDED FOR DESIGN
PRINCIPLES. HOWEVER, THE OVERALL RESPONSIBILITY FOR THE DETAILING AND DESIGN
ACCURACY LIES WITH THE DESIGN AND BUILD CONTRACTOR.
NAMESIGN
DESIGNATIONDATE
NAMESIGN
DESIGNATIONDATE
NAMESIGN
DESIGNATIONDATE
CONTRACTOR CLIENT: DETAIL DESIGN CONSULTANT
THIS DRAWING HAS
BEEN PROOF
CHECKED IN
ACCORDANCE
WITH THE
REQUIREMENTS OF
CONTRACT NO.
CA01/ LINE 7 AND
FOUND SUITABLE
FOR EXECUTION
PURPOSE
CONSORTIUM / GC CERTIFICATE
NAME SIGNDESIGNATION
DATE
A.F.SHEVAREOSD (CIVIL)
OSD (C&S)
ASHOK KUMAR
OSD (ELE)
P.R.K MURTY
DIR (PROJECT)
T.K. BHOSLE CE (CIVIL)
G.S.TUTEJA
NAMESIGN
DESIGNATION NAMESIGN
DESIGNATION
PART DESIGN AND CONSTRUCTION OF ELEVATED VIADUCT
AND FOUR ELEVATED STATIONS VIZ., ANDHERI METRO(E),
SHANKARWADI, JVLR JUNCTION AND MAHANAND [EXCLUDING
ARCHITECTURAL FINISHING AND PRE-ENGINEERED STEEL
ROOF STRUCTURE OF STATIONS] FROM CHAINAGE (-) 450 TO
5801.40 OF ANDHERI (E) - DAHISAR (E) CORRIDOR OF MUMBAI
METRO RAIL PROJECT OF MMRDA
DRAWN BY
DESIGN BY
CHECKED BY
APPROVED BY
PROCESS
APPROVED BY
PROCESS
REVIEWED BY
PROCESS
APPROVED BY
REVIEWED BY
PROCESS
APPROVED BY
CHECKED BY
STUP Consultants Pvt. Ltd.
REGISTERED OFFICE: 1004-5 RAHEJA
CHAMBERS NARIMAN POINT MUMBAI – 400 021
SIMPLEX INFRASTRUCTURES LIMITED
502-A, Poonam Chambers,
Shiv Sagar Estate
A wing, Dr. A.B. Road
Worli, Mumbai – 400 018
Approved
Preliminary Design
As Built
Issue
for Issue
Design Development
Definitive Design
Working Drawing
Record
Construction Reference
Drawing
SCALE:DATE:STATUS:
REV.
THIS DRAWING HAS
BEEN VERIFIED AS
PER REQUIREMENTS
OF CONTRACT NO.
CA01/LINE 7 AND
FOUND SUITABLE
FOR EXECUTION
PURPOSE.
R3
DCA
RR
DS05/10/2017
05/10/2017
05/10/2017
05/10/2017
8217-C-LINE7-CA01-GAL-013
(SHEET 13 OF 13)
GENERAL ARRANGEMENT DRAWING
25/08/2016 AS SHOWN CONSTRUCTION REFERENCE DRAWING
ASG
DM
SM
APM
JVP
R0 11/01/17 RR ASG FOR APPROVAL
AB
HC
GM
DGM
05/10/2017
05/10/2017
R1 17/04/17 RR ASG GENERALLY REVISED
R2 19/05/17 RR ASG REVISED AS MARKED
R3 05/10/17 RR ASG TITLE SHEET MODIFIED
I' ~· . I
CHAPTER- 2
STATION
2.1 SPACING OF TRACKS AT STATIONS
/lnne,rwe - ?II.
Minimum spacing of tracks at station on straight and on curve of radius of 1000m
.. ?nd 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 :t. 5 for Under Ground Stations • 1785 :t. 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
(a) At-Grade ... ... .... .. .. ... .. .. ... 1085 mm
( · Elevated/Under Ground ... .. 1095 mm
Minimum 1075 mm 1085 mm
2.2.4 (i Minimum horizontal distance of any isol.ated structure on a passenger platform from "the edge of coping except Platform Gates
ii)I Minimum ):lorizontal distance of any continuous · structure on a passeng~r platform from the edge
, of coping except Platform Gates . ____ ., llCl,..O .,, :-c~.
4<"~ '1, ~
~ g!~ , a, ,?)
q,~ .~ ~. I) ~ot,,--s <f. ,.. f)IJ\\)
2500 mm
t f t
I RADIUS OF
CURVE
metres
3000 2800 2400 2000 1600 1500 1200 1000 800 600 500 450 400 350 300 200 150 150 120 120
Notes:
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 PERMISSIBLE ADJACENT TRACKS
CANT SPEED See note (al
UNDER GROUND ELEVATED AND AT-
GRADE mm kmph mm mm 0 85 3800 3900 15 85 · 3800 3900 20 85 3800 3900 20 85 3800 3900 25 85 3800 3950 30 85 3800 3950 35 85 3800 3950 45 85 3800 3950 55 85 3850 3950 70 85 3850 4000 85 85 3900 4000
105 · 85 3900 4050 105 80 3900 4050 110 75 3950 4050, 110 70 3950 41 00 11 0 55 4100 4200 110 50 4200 4300 0 30 4200 4300
110 45 4300 4400 0 30 4300 4400
(a) The track spacing shown in the table abo~e 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 ls 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 lo desirable value of 110 mm
e) Maximum ' nt defficiency 1s 85 mm.
24