Download T-111 Prequalification Package

Survey
yes no Was this document useful for you?
   Thank you for your participation!

* Your assessment is very important for improving the work of artificial intelligence, which forms the content of this project

Document related concepts
no text concepts found
Transcript
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