Survey
* Your assessment is very important for improving the work of artificial intelligence, which forms the content of this project
* Your assessment is very important for improving the work of artificial intelligence, which forms the content of this project
PROJECT: T111 األنظمة المرورية الذكية إلمارة دبي – مشروع التوسعة Intelligent Traffic Systems (ITS) for Dubai, ITS Expansion Project CONTRACTOR PREQUALIFICATION PACKAGE Client: ITS Department Roads And Transport Authority P.O. Box 118899 Dubai 493718312 – U.A.E. 10 February 2009 Page 1 of 14 INTRODUCTION The Roads and Transport Authority (RTA) of the Emirate of Dubai is undertaking a massive and high profile expansion project of the Intelligent Traffic Systems (ITS) infrastructure on Dubai’s Freeways, Expressways and Arterial Road Network. The main objective of this project is to build upon the already successful and operational ITS sub-systems centrally controlled from the Dubai Traffic Management Centre (TMC). Exhibit 1 on Page 14 shows the existing and proposed ITS coverage to date. Works carried out under this project will contribute towards the improvement of the performance of the road network by improving mobility, safety, traffic control operations and traveler information for all road users in Dubai. The current central management system installed in the TMC is known as FALCON. It is based on the Siemens CONCERT product line. The FALCON Management System provides an integrated platform to control and exchange information with various ITS subsystems that include but not limited to: Dynamic Message Signs Subsystem (DMS) Video Traffic Monitoring - CCTV Subsystem Lane and Speed Control Signs (LSCS) Radar Vehicle Detection Systems (RVD) The various subsystems consist of outstation (field) devices installed on the road network and a controlling management instation installed in the traffic management centre. The field devices are linked to the TMC via a Gigabit Ethernet Fibre Optic communication backbone network. The various subsystems then integrated into a single central management system platform known as FALCON. The aim of this T111-ITS Expansion project is to provide open architecture based on the international transportation protocols such as NTCIP or UTMC to allow ease of integration and management of various ITS devices and services applications. Some of the existing central systems that will need to communicate and share information with are listed here: Traffic Management System – UTC / SCOOT System Dynamic Navigation System (DINS or Dalili) Airport Tunnel SCADA Management System (mainly the CCTV subsystem) Electronic Toll Collection System (SALIK) Other system may be introduced in the near future such as: The Dubai Metro Floating Car Data from Dubai Taxis 493718312 10 February 2009 Page 2 of 14 Due to the complexity of the systems that is intended to be provided under the T111 Expansions project, the works are divided into clear and distinct contract packages as listed below. General description of works involved in each package is provided in later sections of this document. Contract Package 1A Provision of the IP based Video Traffic Surveillance (CCTV) Subsystem Provision of the Radar Vehicle Detection (RVD) Subsystems Integration of legacy CCTV and RVD sub-systems into the new IP based Video system. Contract Package 1B Provision of full matrix dual color (red & amber) with Arabic language support, and full matrix full color Dynamic Message Signs Subsystem with Arabic language support. Provision of mounting structures, support foundations, and cabling to the outstation controller cabinets Contract Package 1C Provision of the complete Fiber Optic Communication Backbone required for the T111 ITS expansion works and includes the provision of wireless communications where fiber optic cables are not available. Contract Package 1D Central Control Management Systems Expansion and Enhancement, including the integration of the various subsystem deployed under T111 contract packages listed above to the central system NOTES: Contract packages 1A, 1B and 1C will provide a fully functional stand alone subsystem managed from the TMC and which can also be easily integrated into the existing central system Contract packages 1A, 1B and 1C will involve major civil and metal structure works and limited integration works All contract packages 1A to 1D will require a close co-ordination with each other as well as with other ongoing or under design RTA Roads and ITS projects All contract packages 1A to 1D will require obtaining NO OBJECTION CERTIFICATES (NOC) from the services authorities and a number of government agencies. All contract packages 1A to 1D will require obtaining underground statuary services details from the services authorities and from the ongoing road construction project consultants 493718312 10 February 2009 Page 3 of 14 T-111 Prequalification Requirements I. General The Road and Transport Authority (RTA) require prequalification of prospective bidders. This prequalification is for Main Contractors only and is not required for the subcontractors. On Tuesday, 31st March 2009, until 02:00 P.M. completed Prequalification Questionnaire (three (3) sets) will be received at: Director of Contracts and Purchasing Authority Roads and Transport Authority P.O. Box 118899 Dubai, United Arab Emirates (NOTE: Oral, telephonic, facsimile or telegraphic qualifications are invalid and will not be accepted.) No prequalification documents will be accepted after the time stated above. However, the RTA reserves the right to request, receive, and evaluate supplemental information after the above time and date at its sole determination. Contractors will be notified by letter within 30 days of submission, whether or not they are prequalified. The exact dates, times, and location of bidding documents and bid timeline will be announced later to prequalified bidders. The evaluation is solely for the purpose of determining, in a timely manner, Contractors who are deemed qualified to successfully perform the type of Work included in this Project. The RTA may request a Contractor to submit additional information pertinent to the Application. The RTA also reserves the right to investigate other available sources in addition to any documents or information submitted by the Contractor. If the RTA deems there is not a sufficient pool of Contractors for the prequalification process the RTA reserves the right to withdraw the prequalification requirements. The RTA reserves the right to reject any or all responses to prequalification requirements and to waive irregularities in any response received. All information submitted for prequalification evaluation will be considered official information acquired in confidence, and the RTA will maintain its confidentiality to the extent permitted by law. 493718312 10 February 2009 Page 4 of 14 II. General Prequalification Requirements The RTA has determined that Contractors who submit bids on this project, T-111 ITS Expansion for Dubai, Phase 1, must be pre-qualified under one or more categories. The main qualification categories are as follows: 1) 2) 3) 4) 5) 6) 7) System Integrator Video Surveillance Subsystem (CCTV) Manufacturer Radar Vehicles Detectors Manufacturer Dynamic Message Signs and System Manufacturer Lane and Speed Control Signs and System Manufacturer ITS Communications Contractor Local Electrical Contractor Contractors must clearly state on the completed prequalification form which category they wish to qualify for. Contractors who wish to qualify for more than one category must complete and submit a separate pre-qualification form for each category they want to qualify for with appropriate qualification details. Contractors are required to complete the enclosed Prequalification Form. The RTA’s decision on Prequalification will be based on the evaluation of several factors including but not limited to the following: 1. Company Profile 2. Construction Experience on Comparable Projects 3. Contractor’s Understanding of the Project Requirements 4. Contractor’s License 5. Work History 6. Quality Assurance/Quality Control Policy 7. Adherence to Health, Safety, and Environment (HSE) Procedures 8. Ability to execute the RTA Standard Form of Construction Contract 9. Project Personnel 10. Schedule of Plant and Equipment 11. Financial Information Each Contractor will be evaluated and analyzed individually based on his compliance with each of the evaluation criteria. If a Contractor’s firm does not meet the RTA’s criteria, it may be disqualified. In addition, a Contractor may be disqualified for any one of the following: 1. 2. 3. 4. Omission of requested information Falsification of information Lack of valid Contractor’s license Inability to secure surety and bonds 493718312 10 February 2009 Page 5 of 14 5. Inability to provide evidence of required insurance coverage 6. Inability to execute the RTA’s Standard Form of Construction Contract 7. Lack of Declaration under penalty of perjury of Application by a duly authorized officer of the firm. 8. Lack of experience in constructing comparable projects 9. Lack of personnel certified to install, test, and commission and maintain the equipment and systems required by the Tender Package. 10. Lack of experience in obtaining No Objection Certificates (NOCs) 11. Lack of experience in managing, deploying projects of a similar size. The Contractor shall demonstrate its qualification, expertise and experience in areas directly related to the provision of the ITS solutions related to the qualification categories listed above. Contractors must provide references for, at least, the number of Contracts specified herein, as applicable to the relevant category for which the Pre-qualification is being submitted. References shall include the name, telephone number and email address of the purchaser Client, value of the project and value of the work performed by contractor. The contractor shall also provide a concise description of the project and the responsibilities for each referenced contract. Systems Integration - Two (2) contracts involving the furnishing, installation and systems integration (including testing) of a major transportation management and control system involving the integration of several subsystems onto a real-time, multi-faceted integrative, data acquisition and control, computer system covering a large and complex roadway network. The integrated systems shall include at least four (4) out of five (5) listed subsystems below: a. b. c. d. e. Traffic management systems (i.e., freeway or surface street) Fiber-optic communications network Closed circuit TV (CCTV) systems Dynamic Message Signs (DMS) Lane and Speed Control Signs (LSCS) Software Development - Two (2) contracts involving the systems management of the development of or development, installation and testing of real-time application software, and integrated into an existing real-time application software along with an existing real-time, interactive data acquisition and control system. This experience should include CORBA interfaces with legacy systems. Application of GIS to development of a map-based system interface - Two (2) contracts involving the use of an existing enterprise GIS in the development of a map-based interface to be used for workstation and other display activities, including definition of attributes such as lane width, route name, travel movement characteristics. Field Device Integration - Two (2) contracts involving the furnishing, installation, testing, and successful operation of communications and field monitoring and control devices such as CCTV, 493718312 10 February 2009 Page 6 of 14 DMS, LSCS, RVD, that must operate in hot weather and in other harsh environmental conditions. Traveler Information Kiosks - One (1) contract involving the development, design and successful deployment of an Internet-based traveler information kiosk using touch-screen user interface technology and providing real-time traffic information using GIS-based maps, text and streaming video or photo snapshots. Traveler Information Web Site - One (1) contract involving the development, design and successful deployment of an HTML or XML-based Internet web site providing real-time traffic information using GIS-based maps, text and streaming video or photo snapshots. Wireless Traveler Information Service - One (1) contract involving the development of an SMS or WAP-based traveler information service using mobile phone and/or personal digital assistant (PDA) technologies using GSM-based wireless services Experience in the Fabrication, Development, Integration and Testing of DMS and LSCS– Two (2) contracts involving Dynamic Message Signs (DMS) and Lane Speed Control Signs (LSCS). The Dynamic Message Signs (DMS) and Lane Speed Control Sign (LSCS) Manufacturer shall demonstrate experience in the fabrication, development, integration and testing of DMS using Light-Emitting Diode (LED) technologies, along with text and graphical displays, including both “pre-defined” messages and automated message development based on traffic conditions and response planning activities. Experience in Presentation of Both English and Arabic Text on DMS – The DMS Manufacturer shall describe the experience in presentation of both English and Arabic text and pictograms on Dual Color and Full Color DMS. Familiarity and Experience in the Use of Pertinent NTCIP and/or European Standards for DMS and LSCS- The DMS and LSCS Manufacturer shall demonstrate familiarity and experience in the use of pertinent NTCIP and/or UTMC standards for DMS interfaces. Description of and adherence to rigid quality control / quality assurance regimen for DMS and LSCS – The DMS and LSCS Manufacturer shall describe the LSCS Manufacturer’s rigid quality control / quality assurance regimen, including documented ISO 9000 series compliance. Experience in Digital Video Management Systems and IP Video Networks – Two (2) contracts involving Digital Video Management Systems and IP Video Networks. The Contractor shall demonstrate familiarity and experience in the development, installation and testing of a standalone Digital Video Management system capable of both independent and integrated operations under the control of a central system. The system shall accept encoded video over a distributed IP based Wide Area Network using standards such as H.264 (MPEG4 Part 10) or equivalent. 493718312 10 February 2009 Page 7 of 14 Experience in Radar Vehicle Detection Systems (RVDS) – Two (2) contracts involving RVDS. The Contractor shall demonstrate familiarity and experience in the development, integration and testing of an RVDS with a higher facility management system. The system shall be capable of both independent and integrated operations under the control of a central system. Experience in Electrical Construction within Dubai and the UAE – Two (2) contracts involving Electrical Construction within Dubai and the UAE. The Local Electrical Subcontractor shall demonstrate experience in electrical construction within Dubai and the UAE, including traffic control device installations, installation of fiber optic and other communications cables, video cameras, poles and cabling, detection systems. Familiarity with Installation and Field Testing / Approval Needs for DMS and LSCS – Two (2) contracts involving the Installation and Field Testing / Approval Needs for DMS and LSCS. The Local Electrical Sub-contractor shall demonstrate familiarity with installation and field testing / approval needs for DMS and LSCS either directly or through subcontractors to the Local Electrical Sub-contractor. International Background in Installation of Outstation Systems – Two (2) contracts involving the Installation of Outstation Systems. The Local Electrical contractor shall demonstrate familiarity and experience, either directly or through sub-contractors to the Local Electrical contractor, with international electrical construction, field installation and operational integration 493718312 10 February 2009 Page 8 of 14 General Description of T-111 Works a. Video Surveillance and Radar Vehicle Detector Package Provide all labor, materials, equipment, tools, transportation, and services for expansion of existing Intelligent Traffic System (ITS) services (video surveillance system) and Radar Vehicle Detector (RVD) in Dubai. The video surveillance system shall provide Traffic Management Center (TMC) operators with a means for identifying congestion causes. Through identification by an operator of congestion causes, (e.g., accidents, unbalanced traffic volumes, lane closures, etc.) the operator can manually modify traffic control systems to alleviate the congestion The RVD provides true presence detection of vehicles in single and multiple zones (lanes) and generates various roadway parameters such as presence, passage, speed, occupancy and classification of vehicles. The existing CCTV Surveillance System is comprised of the following major subsystems: 1. CCTV field subsystem 2. Traffic Management Center (TMC) subsystem 3. Communications subsystem The existing CCTV surveillance system is based on analogue camera technology with point-topoint analogue (PAL) video signal transmission to the TMC video management system. The new video surveillance system will be based on IP video transmission using either analogue cameras equipped with external encoders or integrated IP camera technology dependent upon the specifications. The Contractor shall migrate the existing CCTV-surveillance system to the IP-based video surveillance system as part of these works. There are two parts to the migration: a. Migration of the field analogue CCTV transmission system to an IP based CCTV transmission system. b. Migration of the central system’s analogue video distribution system to an IP-based distribution system. The migration of the central system’s video distribution and field system video transmission shall not disrupt operation of the overall surveillance system during the transition period. The new video management system shall be able to manage, record, and retrieve all cameras with spare capacity for future video expansions. In addition the video management system must interface field and central alarms, communications alarms and the emerging alerts and messages from video analytics. 493718312 10 February 2009 Page 9 of 14 The existing RVD system is based on the EIS (now ISS) Model RTMS X3 technology equipped with a serial port converted to an IP input on an external data network to the TMC. The new RVD system shall be based on EIS (ISS) Model RTMS G4 technology equipped with IP communication architecture to the TMC. These units may be required to be supplied with integral IP fixed-camera technology. The Contractor shall deploy a new RVD data management system at TMC in lieu of the current system at TMC with the ability to handle all existing RVD system transactions as well. The new RVD management system shall be able to manage, record, and retrieve all subsystem data with spare capacity for future RVD expansions. The Contractor shall migrate the current RVD system at TMC to the new one installed under this project. The Contractor supplied RVD management system shall communicate with the central system utilizing a SOAP/XML published protocol. All data capabilities of the RVD units shall be interfaced using SOAP/XML, whether the data is currently in use or not. Data includes: average volumes, occupancy and speeds for the reporting period, headway, vehicle classifications, etc. The Contractor shall indicate in his response all the factors that he believes qualify him to bid on this package from a technical and financial standpoint. 493718312 10 February 2009 Page 10 of 14 b. Dynamic Message Signs and Lane Speed and Control Signs Provide all labor, materials, equipment, tools, transportation, and services for expansion of existing Intelligent Traffic System (ITS) services (dynamic message signs, DMS, and lane speed control signs, LSCS) in Dubai. The DMS and LSCS system shall provide Traffic Management Center (TMC) operators with a means for providing motorists reliable and real time information about road conditions and expected they may experience to their potential destinations. Through identification by an operator of congested roadway segments due to traffic conditions (incidents, events, emergencies, etc) the operator can confirm display of prestored messages or manually introduce special messages to inform the motorists accordingly. The existing DMS and LSCS Systems are comprised of the following major subsystems: 4. DMS/LSCS field subsystem 5. Traffic Management Center (TMC) subsystem 6. Communications subsystem The existing DMS/LSCS system is based on LED message display technology with NTCIP communications protocols over fibre optic backbone connection to the TMC DMS/LSCS management system. The new DMS/LSCS system shall be based on TCP/IP communications architecture as well as NTCIP protocols. In the event a DMS protocol is nominated for use by a DMS supplier, and accepted by the Engineer, the protocol must be fully documented and made available without restriction to third party developers. The new DMS signs types that are included in the project are two colour (Red and Amber) full graphics matrix capability including Arabic language support, and full color display with full matrix capability including Arabic language support. The new DMS management system shall be able to manage, record, index, search and retrieve all DMS/LSCS messages with spare capacity for future expansions. The Contractor shall indicate in his response all the factors that he believes qualify him to bid on this package from a technical and financial standpoint. 493718312 10 February 2009 Page 11 of 14 c. Communication System Package Provide all labor, materials, equipment, tools, transportation, and services for installation of new and expansion of existing Communication Systems for Intelligent Traffic System (ITS) services in Dubai. The new Communication System shall be based on a single mode (SM) fibre optic backbone communication system. The backbone shall be compliant with communications industry international standards and shall provide PAL video, 10/100/1000 Mbps Ethernet, and low speed asynchronous serial communication RS-232 and ANSI/TIA/EIA-422-B (RS-422). Ethernet switches shall be installed in the RTA Traffic Management Center (TMC) as well as at field locations to support roadside units that collect and distribute traffic information for TMC operators and the travelling public. Devices that require serial communications protocols shall be accommodated on the IP communication system via serial port servers. The Contractor shall install a backbone communications system based on active access nodes linked by optical fibres forming a highly available, reliable and redundant high speed medium for the transparent transport of voice, data, LAN and video services. The Contractor shall be responsible to install all lateral cabling from the backbone to the field device outstation cabinets. Where fiber optic cable installation is not feasible, communication links shall be completed via point-to-point or point-to-multipoint wireless Ethernet bridges. Cables shall be installed in existing ducts or the Contractor shall install new ducts under this work, as indicated by the contract documents. The system shall be implemented using two physically independent cable routes. In case of a partial network failure, this will ensure that the remaining part is not affected. The network shall be logically configured by VLANs (Virtual Local Area Network) to allow separation of the various types of flow (video, voice, data, etc.) and to allow configuration of different priority levels to them so that there is no disturbance in the transfer of information. The communications network shall be monitored using a Graphical User Interface (GUI-based) Network Management System which shall detect all components on the network and map and display a full network topology with diagnostics and management capabilities. The Contractor shall provide WiFi (wireless fidelity) and internet communications facilities at the TMC. The Contractor shall implement physical and logical security measures to protect all communication channels, nodes, and ITS devices. The Contractor shall indicate in his response all the factors that he believes qualify him to bid on this package from a technical and financial standpoint. 493718312 10 February 2009 Page 12 of 14 d. Central System Expansion Package The Contractor shall supply the following components as part of the Central System Expansion Package: 1. Travel Time Module running on a dedicated server based on the new RVD installations. 2. Integration of 16 channels of CCTV video images from the Airport Tunnel System (Beirut Tunnel) to the TMC 3. Improvement of current DMS central system (FALCON) interface, within the current central system (Siemens CONCERT COMO subsystem). 4. The Contractor shall supply incident and congestion response plans using the current FALCON central system response plan capabilities. 5. The Contractor will integrate the standalone CCTV sub-system provided by the T`111/1A contractor into the existing FALCON central system. 6. The Contractor shall improve the TMC control room’s video display capability (Video Wall) 7. The development and deployment of Traveler information through map-based websites and kiosks with touch screen navigation will be provided in this expansion package. 8. Enhancement of the current functionality of the Concert system to provide seamless integration of all the new sub-systems such as Arabic text support for DMS and GIS capability based on International Standard platforms. 9. General Central System Items such as UPS, consoles, platforms, testing, training, and documentation. The Contractor shall indicate in his response all the factors that he believes qualify him to bid on this package from a technical and financial standpoint. 493718312 10 February 2009 Page 13 of 14 Exhibit 1: ITS coverage in T-111 Phase 1 493718312 10 February 2009 Page 14 of 14