Andhra Pradesh Technology Services Ltd. BRKR Bhavan, B-Block

21
Page 1 of 21 Lr.No APTS/IIP/335/GHMC-HTRIMS/2011 Dated : 03.09.2011 To The Prospective Bidders Sir, Sub: APTS – HWP Division – HRIMS Project GHMC-Traffic & Transportation – Hyderabad Traffic Integrated Management System (HTRIMS ) – Request for Expression of Interest (RFEI) and Request for Proposal (Pre-qualification) issued on 27-07-2011 under Open Competitive Bidding Procedures –Pre-bid minutes communicated - Intimation – Reg. Ref: 1. APTS RFEI Ref. No: APTS/IIP/335/GHMC-HTRIMS/2011, dt 27-07-201 2. Pre-bid conference held on 05-08-2011. ***** APTS has invited Request for Expression of Interest and Request for Proposal (Pre- qualification) on 27-07-2011 under Open Competitive Bidding Procedures for “Supply of Traffic Signal Hardware, Networking, Installation, Commissioning and Maintenance & Operations of the H-TRIMS Project for Hyderabad Traffic Police” for a period of five years on BOOT model under the Hyderabad Traffic Police and Greater Hyderabad Municipal Corporation.. Pre-bid meeting for the same was held on 05-08-2011. The specifications, terms and conditions of the bid document were discussed during Pre-bid meeting. Following are the clarifications/amendments given to the RFEI & RFP(PQ) document after discussions. No Page No Section & clause No. As per document Amendment issued 1 5 Sec-A- 1.1.3 Submission of Response to RFEI & PQ (Receiving EoI) 19.08.2011 at 03:00 PM Opening of the Response to RFEI & Prequalification bids 19.08.2011 at 03:30 PM Submission of Response to RFEI & PQ (Receiving EoI) 13.09.2011 at 03:00 PM Opening of the Response to RFEI & Prequalification bids 13.09.2011 at 03:30 PM 2 6 Format for submitting EMD/Bid Security through Bank Guarantee is enclosed as Annexure – I. 3 6 1.1.3 The Business model for the Project: Build Own Operate & Transfer (BOOT) on equated quarterly installment (EQI) model. 75% of capital cost to be paid on completion of Acceptance Test. The balance capital cost and O&M cost to be paid in equal quarterly installments. The Business model for the Project: Build Own Operate & Transfer (BOOT) on equated quarterly installment (EQI) model. 75% of capital cost ( Capital cost of Central Control Room + 50% of Traffic Junctions) to be paid on completion of Acceptance Test of Central Control Room & 50% of Traffic Junctions. 75% of Capital Cost of remaining junctions will be paid after Acceptance Test on prorata basis. Andhra Pradesh Technology Services Ltd. BRKR Bhavan, B-Block, Tankbund Road Hyderabad – 500063, Andhra Pradesh, India Phone: (40) 2322 4289, 23221760; Fax: 23227458 Web site: http://www.apts.gov.in

Transcript of Andhra Pradesh Technology Services Ltd. BRKR Bhavan, B-Block

Page 1: Andhra Pradesh Technology Services Ltd. BRKR Bhavan, B-Block

Page 1 of 21

Lr.No APTS/IIP/335/GHMC-HTRIMS/2011 Dated : 03.09.2011

To

The Prospective Bidders

Sir, Sub: APTS – HWP Division – HRIMS Project – GHMC-Traffic & Transportation – Hyderabad

Traffic Integrated Management System (HTRIMS ) – Request for Expression of Interest

(RFEI) and Request for Proposal (Pre-qualification) issued on 27-07-2011 under Open

Competitive Bidding Procedures –Pre-bid minutes communicated - Intimation – Reg.

Ref: 1. APTS RFEI Ref. No: APTS/IIP/335/GHMC-HTRIMS/2011, dt 27-07-201

2. Pre-bid conference held on 05-08-2011.

*****

APTS has invited Request for Expression of Interest and Request for Proposal (Pre-

qualification) on 27-07-2011 under Open Competitive Bidding Procedures for “Supply of

Traffic Signal Hardware, Networking, Installation, Commissioning and Maintenance & Operations of the H-TRIMS Project for Hyderabad Traffic Police” for a period of five

years on BOOT model under the Hyderabad Traffic Police and Greater Hyderabad Municipal

Corporation.. Pre-bid meeting for the same was held on 05-08-2011. The specifications,

terms and conditions of the bid document were discussed during Pre-bid meeting. Following

are the clarifications/amendments given to the RFEI & RFP(PQ) document after discussions.

No Page

No

Section &

clause

No.

As per document Amendment issued

1 5 Sec-A-

1.1.3

Submission of

Response to RFEI &

PQ (Receiving EoI)

19.08.2011 at

03:00 PM

Opening of the

Response to RFEI &

Prequalification bids

19.08.2011 at

03:30 PM

Submission of

Response to RFEI &

PQ (Receiving EoI)

13.09.2011 at

03:00 PM

Opening of the

Response to RFEI &

Prequalification bids

13.09.2011 at

03:30 PM

2 6 Format for submitting EMD/Bid

Security through Bank Guarantee is

enclosed as Annexure – I.

3 6 1.1.3 The Business model for the Project:

Build Own Operate & Transfer (BOOT)

on equated quarterly installment (EQI)

model.

75% of capital cost to be paid on

completion of Acceptance Test. The

balance capital cost and O&M cost to be

paid in equal quarterly installments.

The Business model for the Project:

Build Own Operate & Transfer (BOOT)

on equated quarterly installment (EQI)

model.

75% of capital cost ( Capital cost of

Central Control Room + 50% of Traffic

Junctions) to be paid on completion of

Acceptance Test of Central Control Room

& 50% of Traffic Junctions.

75% of Capital Cost of remaining

junctions will be paid after Acceptance

Test on prorata basis.

Andhra Pradesh Technology Services Ltd. BRKR Bhavan, B-Block, Tankbund Road

Hyderabad – 500063, Andhra Pradesh, India

Phone: (40) 2322 4289, 23221760; Fax: 23227458

Web site: http://www.apts.gov.in

Page 2: Andhra Pradesh Technology Services Ltd. BRKR Bhavan, B-Block

Page 2 of 21

The balance capital cost and O&M cost to

be paid in equal quarterly installments

from the date of successful completion of

respective Acceptance Tests.

4 7 Sec-A-

1.1.10

1.1.10 Evaluation of received proposals: To be read as

1.1.9 Evaluation of received proposals

5 9 Sec-B-1.1

Table

Row

S.No.5

The Prime bidder or any member of the

consortium should have executed

minimum one project consisting 15

signals with microprocessor based

controller, in any city of India, for

supply, installation, FM & Maintenance

in any one of the last five financial years

(2006-07, 2007-08, 2008-09, 2009-10

and 2010-11).

The Prime bidder or any member of the

consortium should have executed

minimum one project consisting 15 signals

with centrally controlled microprocessor

based controller, in any city of India, for

supply, installation, FM & Maintenance in

any one of the last five financial years

(2006-07, 2007-08, 2008-09, 2009-10 and

2010-11).

6 13 Sec-C-

1.6.1

Table

Row

S.No.3

Power backup - Yes/No Power backup - Yes/No

(With 4 hours battery backup)

7 13 Sec-C-

1.6.1

Table

Row

S.No.4

Countdown timers - Yes/No: To be

Yes (All junctions)

All junctions will have countdown timers

except ( 02 ) vehicle actuated (VA) system

signals, these timers will run through VA

system Software.

8 13

1.6.4

Existing Traffic Signals in Hyderabad Revised Junction list is enclosed as

Annexure – II.

9 20 1.6.6 Hyderabad – New locations where new

signals to be installed

Revised Junction list is enclosed as

Annexure – III.

10 19 1.6.5 Existing Traffic Signals in Cyberabad Revised Junction list is enclosed as

Annexure – IV.

11 22 1.6.7 Cyberabad –New locations where new

singles to be installed

Revised Junction list is enclosed as

Annexure – V.

12 23 1.6.8 Installation of New Signals –

ABSTRACT

Revised ABSTRACT enclosed as

Annexure - VI

Page 3: Andhra Pradesh Technology Services Ltd. BRKR Bhavan, B-Block

Page 3 of 21

Clarifications given to the RFEI & RFP (PQ) Ref. No. APTS/IIP/335/GHMC-HTRIMS/2011, dt. 27-07-2011

No Page

No

Section &

clause

No.

As per document Clarification sought Clarified as

1 6 Sec-A-

1.1.3

Build Own Operate & Transfer (BOOT) on

equated quarterly installment (EQI) model.

75% of capital cost to be paid on completion of

Acceptance Test. The balance capital cost and

O&M cost to be paid in equal quarterly

installments.

1. As the payment term is 75% against

Acceptance Test and balance 25% & O&M

cost on EQI, we would like to understand

the relevance of BOOT Model.

2. Authority for Acceptance Test and

Acceptance Test parameters to be made

clear in RFQ.

3. BEL Recommendation: payment terms –

capital cost 80% advance, 10% after

acceptance test and balance 10% on EQI on

Prorata basis. O&M also on EQI from the

date of completion and on pro-rata basis.

4. What are the stages in the project, this

acceptance test will be conducted

1. The solution required from the bidder

contains Operations and Maintenance

service component also in addition to

supply and installation of traffic signal

monitoring system for a period of 5 years.

Hence BOOT is the suitable model for this

requirement.

2. Details regarding Acceptance Test will

be provided in the Request for Proposal

(technical & financial).

3. Payment terms in detail will be issued in

the Request for Proposal (technical &

financial).

4. Please refer to Section-A, Clause 1.1.8

& 1.1.10. In the first stage pre-qualification

bids will be evaluated. The bidders

complied with Pre-qualification criteria

will be shortlisted and are eligible for

receiving the Request for Proposal

(Technical & Financial). The short listed

bidders should give a presentation on their

proposed solution to the Technical

Evaluation Committee on the specified

date/time. Presentations are one at a time

and while a bidder is presenting his

solution other bidders will not be allowed.

The received proposals/solutions will be

examined and evaluated for its operational

& technical feasibility. No bidder will be

disqualified based on his solution.

The RFP (Technical & Financial) will be

prepared based on examination of all the

Page 4: Andhra Pradesh Technology Services Ltd. BRKR Bhavan, B-Block

Page 4 of 21

proposed solutions and will be issued to

the pre-qualified bidders. The RFP

(Technical & Financial) will be a complete

document covering all the technical and

financial details.

2 9 Sec B-1.1 Payments will be released to Prime bidder by

GHMC as per the certification of

Hyderabad Traffic Police Department, Government of Andhra Pradesh.

Certifying Authority to be mentioned:

BEL Recommendation: Completion

certificate to be obtained from the concerned

Traffic Police In-charge and same will be

submitted to GHMC for payment.

Payment terms in detail will be issued in

the Request for Proposal (technical &

financial).

3 12 Sec C- 1.2 Objective of the Project:

Operate the signaling parameters manually

from the central control room based on the

existing traffic information from the online

real-time cameras installed in the traffic

junctions. The surveillance cameras are not

part of this project.

1. O&M of existing third party camera is not

considered in BEL scope.

2. Please clarify the number of locations we

want to operate manually from the control

room based on the existing traffic

information from the online real-time

cameras

3. We understand that signaling parameters

such as sequencing of operation, time slots,

directions etc. that are to be modified

centrally. Further to this conditions like

a) Issuing of Group Command to set a Route

for a group of junctions .

b) Setting of blinkers for a single or a group

of junctions.

c) Altering Signalling parameters for an

individual junction from Central Control

Roometc.

If not pl. clarify.

1. O&M of existing third party cameras are

part of this project.

2. All the 221(Included 15(SCB) signals

are to be operated manually and through

automated software from the central

control room, it is based on the existing

live traffic information from the online

and real-time cameras

3. Bidder is free to propose his solution on

these issues keeping in view of the

objectives of this project. The Committee

will examine all the solutions and arrive at

a conclusion.

4 12 Sec C –

1.4 • It is proposed to install new signals in all

locations.

• Traffic department identified

location/signals will have Countdown

timers other than the (20) vehicle Actuated

traffic signals.

1. All 233 (188 existing + 45 new) junctions

will have new signal system.

2. All 233 junctions will have count down

timers except 2 vehicle actuated junctions.

The vehicle actuated technology to be

mentioned in the RFQ. BEL doesn’t

recommend inductive loop vehicle actuation

technology.

1.Total 221(180 existing + 41 new) will have

New Signal system. (15) Secunderabad

Cantonment Board area are also included under

the scope of this project.

2. All junctions will have countdown timers

except ( 02 ) vehicle actuated (VA) system

signals, these timers will run through VA

system Software.

Page 5: Andhra Pradesh Technology Services Ltd. BRKR Bhavan, B-Block

Page 5 of 21

3.

a) It is been asked to replace all the

countdowns in all the junctions except at 9

SCB junctions. 20 Vehicle actuated traffic

signals are not defined in the scope. Please

clarify.

b) Please specify interfacing details of the

vehicle actuated sensors.

c) Please specify no. of countdowns per

junction/ per one approach road at a

junction.

3. Refer to Annexure VII.

5 12 Sec C- 1.2 Objective of the Project:

Monitor health of every signal point from the

Central control room to attend the failure/

breakdowns.

The parameters to be monitored are to be

indicated.

The bidder has to propose the parameters

in his solution.

6 12 Sec C- 1.2 Objective of the Project:

Create a centralized Management Information

System (MIS) for Faster decision making in

traffic emergency

1.MIS report format to be provided by the

customer. BEL will implement as per the

format.

2. What is traffic emergency? What is

required as MIS during Traffic Emergency

1.The bidder has to propose his MIS in his

solution.

2. Traffic emergency is that, heavy Rain

fall, accidents, Terrorist attack, VVIP

Movements etc.

7 12 Sec C- 1.3 Key Performance Indicators: The system is to be made available round the

clock

1.How the down time is

considered/measured during Force Majure

and System Failures.

2. Force Majure (Like Thunders,

Accidents,Processions, damage due to

riots/disturbances, AP Transco Power

Supply breakdowns etc.) can not be taken in

to system downtime. Also for this,

rectification time depends on the severity of

failure.

3. System failures like controlling system,

lamps, control unit failure, communication

failure.

4. Restoration during partial failure of

system like lamps on the cantilever etc. may

These issues are part of and will be

covered in Request for Proposal (Technical

& financial)

Page 6: Andhra Pradesh Technology Services Ltd. BRKR Bhavan, B-Block

Page 6 of 21

not be possible to attend immediately due to

traffic conditions on site.

5. Minimum downtime allowed for

periodical maintenance of the system.

7 12 Sec C- 1.3 Key Performance Indicators:

Central command to eliminate the traffic jams

1.Clarification required on the technical

aspect of eliminating traffic jam from

Central command.

2. To be elaborated further.

This is part of bidders proposed solution.

8 12 Sec C-1.3 Key Performance Indicators: Availability of the traffic information online

in the portal

1. Technical clarification required. Portal

format to be provided.

2. Please clarify, is there any separate

website required for availing the traffic

information online.

3. If the traffic information means the

density at particular junction – This is not

possible as the present scope does not cover

the measurement of traffic density. If not

please clarify. Establishment and

Maintaining the portal is not in the present

scope.

1. This is part of bidders proposed solution.

2. In the existing traffic website and it

should be web based technology.

3. Traffic information means live status

and health of the signals and daily abstract

of signal functioning is to be developed in

3D Microsoft / Silver Lite software.

9 12 Sec C-1.3 Key Performance Indicators:

Remote management for fast decisions for

diversion of the traffic in emergency

1.Technical clarification with example

required.

2. Group command for a series of junctions

in a route or to a particular junction from

central place can be given. Please clarify if

there is any further scope to be covered.

1. This is part of bidders proposed solution.

2. Corridor-wise stretches will be given.

Group Command signal for the Corridor or

stretches, should work in the traffic

emergency.

10 12 Sec C –

1.4

Create a Backup Server for the central control

room server at the Cyberabad Traffic control

room which will store entire data. Two

workstations for controlling the Cyberabad

signals to be installed at Cyberabad Traffic

control room

1.Equipment to be placed at the Cyberabad

Traffic Control to be defined. Equipments,

Servers, and number of work stations

required at central Control room are not

defined in the Scope.

2. Distance/Place and connectivity details

between Main Server at Central Control

Room to the Backup Server to be defined in

the scope.

1. Bidder has to propose the Bill of

Material & Bill of quantity as part of his

solution keeping in view of the scope of

work and objectives of the project.

2. We have mentioned two main central

control rooms. One at Hyderabad City

Police, second is at Cyberabad Police.

Remaining all destinations points

mentioned in the location list.

Page 7: Andhra Pradesh Technology Services Ltd. BRKR Bhavan, B-Block

Page 7 of 21

11 13 Sec C –

1.6.1 Power backup 1. For how many Hours power backup need

to be mentioned.

2. Source of Power to be mentioned-

conventional or solar.

3. Under whose scope provision of power

supply point from APSEB along with

energy meter and the monthly power bill

payment need to be considered.

4. 24V DC overhead power cable for control

unit to the poles can be allowed or not.

1. 4 Hours.

2. conventional power

3. GHMC provides the power connection

and pays the power bills.

4. Over head cable is not allowed

12 18 Sec C –

1.6.4 New Signals only the required connectivity

components shall be added to the controller.

Each controller operates on its own protocol.

Incompatibility of controller protocol will

not allow the existing controller to integrate

with the new system.

Bidder may propose replacement of

controllers in his solution.

13 18 Sec C –

1.6.4

Only 126 Junctions out of total existing 137

junctions names is given

1. 11 Junction names to be provided.

2. If 9 SCB signals are not part of the scope

then the signals under the scope will be 137-

9=128. Please clarify

3. Please specify the junctions with island

which result in more number of poles and

lamp aspects.

1.Revised list of names is provided as

Annexure - II

2. SCB Locations also included in the

scope of work.

3. Details are provided at Annexure – VII.

14 20 Sec C –

1.6.5

Only 49 junctions out of total existing 51

junctions names is given

2 Junction names to be provided. Revised Junction list is enclosed as

Annexure – IV.

15 Project Duration Realistic project duration should be

mentioned in the RFQ

Project duration will be given in RFP

(technical & financial). However, bidder

can propose his project plan in his solution.

16 Connectivity 1. Connectivity to the junction and control

room through leased line to be provided by

GHMC/Hyderabad Traffic Police

2. Dedicated leased line required for each

junction or not.

1. Connectivity wired/wireless has to be

arranged by the bidder

2. Bidder can propose wired/wireless

connectivity in his solution.

3. Connectivity Charges (both initial and

Page 8: Andhra Pradesh Technology Services Ltd. BRKR Bhavan, B-Block

Page 8 of 21

3. For wired/wireless communication,

monthly charges to the service provider

come under whose scope

recurring) are to be borne by the bidder

which will be reimbursed in Equated

Quarterly Installments.

17 Road cutting permission Road cutting permission to be provided by

GHMC/Hyderabad Traffic Police

Getting Road cutting Permission is the

bidder’s responsibility. However

GHMC/Hyderabad traffic police will

provide necessary assistance in getting the

required permissions.

18 Downtime Accident and theft cases will not come

under downtime. Damages caused by third

party during road widening, flyover works,

underpass works, drainage works etc. also

will not come under downtime.

These instances will be covered under

force majure in RFP (technical and

financial)

19 Complaint monitoring software and Facility

Management Services (FMS)

To be clearly defined in the RFQ. This is part of bidders proposed solution.

20 Blinker 1.Locations where the Blinkers to be

installed to be provided.

2. BEL provides single head and double

head solar blinker

3. BEL recommends SMS interface for

monitoring blinker status.

4. The number of poles and lamp aspects to

be placed at junction.

1. Location list for Blinkers will be

provided in the RFP (Technical &

Financial).

2. Give the specific proposal in the EOI

documents.

3. This is part of bidder’s solution.

4. Details enclosed as Annexure – VII

21 Junction signalization layout drawing and

configuration approval

Who will provide and approve the junction

layouts drawing and configurations

GHMC will provide the junction layout

drawing and configuration.

22 Single Point of contact/nodal agency A single nodal agency with officials drawn

from traffic police, Cyberabad Police, Law

and Order Police is required to co-ordinate

the project. Information to be provided.

This subject will be taken care during the

implementation phase of the project.

Page 9: Andhra Pradesh Technology Services Ltd. BRKR Bhavan, B-Block

Page 9 of 21

23 Does it required to give free left signal

lamp?Does it require LEFT & RIGHT

directions controlling independently

Yes. Details enclosed as Annexure V.

Whether the existing poles to be used or not Total new poles should be erected and old

poles may be taken back in the buyback

mode.

Specifications of Cantilever Pole and

standard Pole (Height, Horizontal length of

the cantilever, foundation depth etc.)

Specifications for Standard Poles &

Cantilever Poles (Height, Horizontal length

of the cantilever, foundation depth etc.) are

provided as Annexure VIII

Should we provide primary and secondary

signals to be provided wherever it is

possible?

Junction by junction details will be issued

in the RFP (Technical & Financial)

Roles, Responsibilities of GHMC, Traffic

Police Department, Hyderabad and APTS

and also the methodology for accepting,

monitoring, testing, & certifying and passing

the bills for payments etc.

These will be provided in the RFP

(technical & financial) Document

How the security for the installation ensured Installation security is the responsibility of

Bidders only Department will be Co-

ordinate with them.

Will the user is providing any infrastructure

like mobile ladder, vehicles for monitoring

etc. during installation and maintenance of

the system.

The Bidder has to provide all arrangements

work his own.

We request you to give at least 4 weeks time

from the date of clarifying the issues as we

need to do the site inspection for further

process

Enough time was provided, hence further

extension is not possible.

Page 10: Andhra Pradesh Technology Services Ltd. BRKR Bhavan, B-Block

Page 10 of 21

All other terms and conditions of the RFEI & RFP (PQ) remain un-altered.

Yours sincerely,

Sd/-

Manager (HWP-SS)

Suggestions 1. We propose to allow quoting Schedule of

Items separately i.e. Supply of Items,

software, Installation and commissioning

costs separately. Supply of Items inclusive

of taxes like Central excise and other duties

+ VAT.

2. Installation and commission charges +

Service tax – for better comparison and

finalization.

Bidder can propose their recommendations

in detail in their proposal.

Page 11: Andhra Pradesh Technology Services Ltd. BRKR Bhavan, B-Block

Page 11 of 21

Annexure - I

APTS Ref. No.....

Bid Security (EMD) Form

(To be issued by a bank scheduled in India and having at least one branch in Hyderabad)

Whereas...................................... (Here in after called "the Bidder") has submitted its bid

Dated ……........ (Date) for the execution of........................ (Here in after called "the Bid")

KNOW ALL MEN by these presents that WE ................... of ........................ having our

registered office at........................ (hereinafter called the "Bank") are bound unto the Andhra

Pradesh Technology Service Ltd. (hereinafter called "The APTS") in the sum of ................

for which payment well and truly to be made to the said APTS itself, its successors and

assignees by these presents.

The conditions of this obligation are:

1. If the bidder withdraws its bid during the period of bid validity or

2. If the bidder, having been notified of the acceptance of its bid by the APTS during the

period of bid validity:

a. fails or refuses to execute the contract form if required; or

b. fails or refuses to furnish the performance security, in accordance with the bid

requirement;

We undertake to pay the APTS up to the above amount upon receipt of its first written

demand, without the APTS having to substantiate its demand, provided that in its demand the

APTS will note that the amount claimed by it is due to it, owing to the occurrence of one or

both of the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to and including 45 days after the period of the bid

validity, and any demand in respect thereof should reach the Bank not later than the above

date.

Place:

Date:

Signature of the Bank

and seal.

Page 12: Andhra Pradesh Technology Services Ltd. BRKR Bhavan, B-Block

Page 12 of 21

Annexure – II

LIST OF EXISTING LOCATIONS FOR INSTALLATION OF TRAFFIC SIGNALS

Sl.No. Police Station Signal Name Type of Jn Remarks

1. Mahankali Ghosmandi X Roads 4 Way

2. Mahankali Patny X Roads 4 Way

3. Mahankali SBH X Roads 4 Way

4. Mahankali Delight X Roads 3 Way

5. Gopalapuram YMCA X Roads 4 Way

6. Gopalapuram St.John’s rotary 4 Way

7. Gopalapuram Sangeeth X Roads 4 Way

8. Gopalapuram Alugaddabavi T-jn. 3 Way

9. Gopalapuram Mettuguda X Roads 4 Way

10. Gopalapuram Padmaraonagar T junction 3 Way

11. Thirumalgherry Sweekar upakar X Rd 4 way

12. Thirumalgherry MCEME x Rd 4 way

13. Thirumalgherry Tadban X Rd 4 way

14. Thirumalgherry Y Junction at Mess pump House 3 way

15. Thirumalgherry Bowenpally X Rd 4 way

16. Thirumalgherry Tivoli 4 way

17. Thirumalgherry Sec’bad Club 4 way

18. Thirumalgherry Ratnaih Petrolpump 4 way

19. Thirumalgherry Picket 3 way

20. Begumpet Bible House 4 Way

21. Begumpet Karbala Maidan 4 Way

22. Begumpet Ranigunj 4 Way

23. Begumpet Nallagutta 3 Way

24. Begumpet Paradise 4 Way

25. Begumpet CTO 4 Way

26. Begumpet Rasoolpura 4 Way

27. Panjagutta NFCL 3 Way

28. Panjagutta Punjagutta junction 4 Way

29. Panjagutta Shalimar junction 3 Way

30. Panjagutta Maitrivanam 4 Way

31. Panjagutta S.R. Nagar 4 Way

32. Panjagutta Kalyan Nagar 4 Way

33. Panjagutta Balkampet T junction 3 Way

34. Panjagutta Yellamma Temple 3 Way

35. Panjagutta Dharam Karam Road 3 Way

36. Panjagutta Greenland junction 3 Way

37. Panjagutta Rajiv Gandhi Statue 3 Way

38. Panjagutta VV Statue junction 5 Way

39. Panjagutta KCP junction 3 Way

40. Panjagutta Taj Krishna 3 Way

41. Panjagutta Road.No.1/10 B/Hills 3 Way

42. Panjagutta Road.No. 1/12 3 Way

43. Banjara Hills Rd.No.36/10 junction J/Hills 3 Way

44. Banjara Hills Peddamma Temple junction 3 Way

45. Banjara Hills Jubilee Hills Check post junction 4 Way

46. Banjara Hills KBR Park junction 4 Way

47. Banjara Hills Sagar Society 3 Way

48. Banjara Hills Srinagar “T” junction 3 Way

49. Banjara Hills Yousuf guda Checkpost junction 3 Way

50. Chikkadpally Kattamaisamma 3 Way

51. Chikkadpally Indira Park 4 Way

52. Chikkadpally Ashoknagar 4 Way

Page 13: Andhra Pradesh Technology Services Ltd. BRKR Bhavan, B-Block

Page 13 of 21

53. Chikkadpally RTC X Roads 4 Way

54. Chikkadpally VST X Roads 4 Way

55. Chikkadpally Azamabad X Roads 4 Way

56. Chikkadpally Musheerabad Roads 4 Way

57. Chikkadpally Kawadiguda Roads 4 Way

58. Chikkadpally Children’s Park 3 Way

59. Saifabad Liberty 4 Way

60. Saifabad Amberdkar Statue 4 Way

61. Saifabad Telugutalli 4 Way

62. Saifabad Ravindra Bharathi 3 Way

63. Saifabad Old PS Saifabad 4 Way

64. Abids GPO 4 Way

65. Abids Bata “T” junction 3 Way

66. Abids Tajmahal junction 3 Way

67. Abids SBH Gunfoundry signal 3 Way

68. Abids BJR Statue 3 Way

69. Abids Basheer Bagh junction 5 Way

70. Abids Old MLA Qrts., junction 3 Way

71. Abids Himayathnagar Y junction 3 Way

72. Abids Narayanguda X Roads 4 Way

73. Abids King Koti X Roads 4 Way

74. Goshamahal Taj Island 4 Way

75. Goshamahal M.J.Market 4 Way

76. Nampally PCR junction 5 Way

77. Nampally Chapel Road 3 Way

78. Nampally A1 Nampally 4 Way

79. Asifnagar Khaja Mansion 3 Way

80. Asifnagar Masab Tank 4 Way

81. Asifnagar Meraj Café 4 Way

82. Asifnagar Nanal Nagar 3 Way

83. Asifnagar Toli Chowki 4 Way

84. Asifnagar Mogal-Ka-Nala 4 Way

85. Asifnagar Laxmi Nagar 4 Way

86. Asifnagar Rethibowli 3 Way

87. Charminar Madina X Roads 3 Way

88. Charminar City college X Roads 4 Way

89. Charminar Bahadurpura X Roads 4 Way

90. Falaknuma DMRL X Roads 4 Way

91. Falaknuma Old Chandrayangutta 4 Way

92. Falaknuma MBNR X Roads 4 Way

93. Falaknuma Nagulchinta 3 Way

94. Falaknuma Himmathpura 4 Way

95. Mirchowk Etebar Chowk X Roads 4 Way

96. Mirchowk Bibi Bazar X Roads 4 Way

97. Kachiguda Amberpet T junction 3 Way

98. Kachiguda Road.No.6, Amberpet 4 Way

99. Kachiguda Tilaknagar X Road 4 Way

100. Kachiguda Nimboliadda Y junction 4 Way

101. Kachiguda Chaderghat X Road 3 Way

102. Kachiguda Chaderghat cause way 4 Way

103. Kachiguda Tourist Hotel 3 Way

104. Kachiguda Lingampally X Road 4 Way

105. Kachiguda Kachiguda X Road 4 Way

106. Kachiguda Barkathpura Post Office 4 Way

107. Kachiguda Crown Café X Road 4 Way

108. Kachiguda A.Y. Mandali (Barkathpura) 4 Way

109. Kachiguda Fever Hospital 4 Way

110. Kachiguda Hindi Mahavidyalay 3 Way

Page 14: Andhra Pradesh Technology Services Ltd. BRKR Bhavan, B-Block

Page 14 of 21

111. Kachiguda N.C.C. junction 3 Way

112. Kachiguda Tarnaka X Road 4 Way

113. Kachiguda Habsiguda X Road 4 Way

114. Sulthanbazar Andhra Bank 4 Way

115. Sulthanbazar DM & HS 4 Way

116. Sulthanbazar P/Bowli X Roads 4 Way

117. Sulthanbazar Rangmahal Y junction 3 Way

118. Sulthanbazar S.J. Bridge 4 Way

119. Malakpet Gaddiannaram X Roads 4 Way

120. Malakpet Moosaram Bagh X Roads 4 Way

121. Malakpet Saleem Nagar X Roads 4 Way

122. Malakpet Chenchalguda Rotary 3 Way

123. Malakpet Saidabad “T” junction 3 Way

124. Malakpet Dhobighat X Roads 4 Way

125. Malakpet I.S. Sadan X Roads 4 Way

126. Malakpet Chempapet X Roads 4 Way

Page 15: Andhra Pradesh Technology Services Ltd. BRKR Bhavan, B-Block

Page 15 of 21

Annexure – III

STATEMENT OF TRAFFIC SIGNALS PROPOSED FOR NEW LOCATIONS IN HYDERABAD.

S.No. Name of the Tr.

Police Stations

Name of the Junction Type of Jn Remarks

1. Flim Nagar 3 Way

2. BVB Junction 3 Way

3. Road No.45 J/Hills 3 Way

4. Journalist Colony 3 Way

5. Madapur Kaman 4 Way

6.

Jubilee Hills

Rd No 36/31 3 Way

7. Begumpet HPS Out Gate 3 Way

8. Mahankali Bata X Road Secunderabad 4 Way

9. Charminar Tadban 4 Way

10. Asif Nagar Humayunnagar 4 Way

11. Chikkadpally Praga Tools 3 Way

12. DSNR X Road 4 Way

13. Chaderghat Rotary 3 Way

14.

Malakpet

Nalagonda X Road 4 Way

15. Mothi Nagar 4 Way

16. S R Nagar

Rajiv Nagar 4 Way

17. Ajantha Gate 4 Way

18. Bazar Ghatt 4 Way

19.

Nampally

Eake Minar X Roads 4 Way

20. Thirumalgherry NCC 4 Way

21. Thirumalgherry Sec-bad club Gate No.2 (Airtel

office)

4 Way

22. Thirumalgherry Rythubazar 4 Way

23. Thirumalgherry Lothu kunta 3 Way

24. Thirumalgherry Diamond Point 5 Way

25. Thirumalgherry Priyadarshini Hotel 3 Way

26. Gopalapuram Chilakalguda X Roads 5 Way

27. Gopalapuram Keyes High School 3 Way

28. Panjagutta S.R.Nagar Community Hall 4 Way

29. Kachiguda Ali Café 4 Way

30. Sulthanbazar Ramkoti X Roads 4 Way

31. Goshamahal Malakunta 3 Way

Page 16: Andhra Pradesh Technology Services Ltd. BRKR Bhavan, B-Block

Page 16 of 21

Annexure – IV

Existing Traffic Signals in Cyberabad

Sl.No. Junction Name Type of Junction

1 Radhika X Road 4-Way

2 Sainikpuri XRoad 3-Way

3 Neredmet X Road 3-Way

4 Anand Bagh 4-Way

5 ECIL X Road 3-Way

6 ZTC 3-Way

7 Vinayak Nagar 3-Way

8 LFJ Uppal 3-Way

9 Nacharam 4-Way

10 Uppal X Road 4-Way

11 Ramanthapur X Road 3-Way

12 Chaitanyapuri X Road 3-Way

13 Fruit Market 4-Way

14 HUDA Complex 3-Way

15 Nagole X Road 4-Way

16 Bairamalguda 4-Way

17 Kharmanghat 4-Way

18 Hastinapuram 3-Way

19 L.B.Nagar Ring Road 4-Way

20 Kamineni Hospital 4-Way

21 Astalaxmi Temple 3-Way

22 Manda Malamma Temple 3-Way

23 Alkapuri Junction 3-Way

24 Auto Nagar 4-Way

25 Panama Jn. 3-Way

26 Sushma 3-Way

Page 17: Andhra Pradesh Technology Services Ltd. BRKR Bhavan, B-Block

Page 17 of 21

27 Madhapur PS Building 3-Way

28 Botanical garden 3-Way

29 Khajaguda 4-Way

30 Kothaguda 3-Way

31 Gachibowli 4-Way

32 ISB Junction 4-Way

33 Vittal Rao Nagar Junction 3-Way

34 Kondapur 3-Way

35 Raidurgam Junction 3-Way

36 Erragadda Junction 4-Way

37 Bharath Nagar Junction 3-Way

38 Moosapet 3-Way

39 Mothi Nagar Junction 4-Way

40 Narsapur Junction 4-Way

41 Balanagar Junction 3-Way

42 Godrej Junction 4-Way

43 V.V.Nagar 3-Way

44 G.T.Bank 3-Way

45 JNTU Junction 3-Way

46 Nizampet 3-Way

47 Miyapur Junction 3-Way

48 Hafeezpet Junction 3-Way

49 Malaysian Town Ship 3-Way

50 Gudenmet 3-Way

51 Gajularamaram 3-Way

52 Aramghar 4-Way

53 PDPC 3-Way

54 Hyder guda 4-Way

3 Way -->34, 4 Way --> 20

Page 18: Andhra Pradesh Technology Services Ltd. BRKR Bhavan, B-Block

Page 18 of 21

Annexure – V

Cyberabad – Proposed New Signals

Sl.No. Junction Name Type of Junction

1 Gachi Bowli (HKC) 3-Way

2 Cyber Gate way 3-Way

3 Wipro Nanakramguda 4-Way

4 Gandi Maisamma 4-Way

5 Suchitra Junction 4-Way

6 Chanda Nagar 3-Way

7 Hyder Nagar 3-Way

8 Cyber Towers 4-Way

9 NAC Junction (near Shilparamam 3-Way

10 Silicon Towers, Madhapur 4-Way

3 Way -->05

4 Way --> 05

Page 19: Andhra Pradesh Technology Services Ltd. BRKR Bhavan, B-Block

Page 19 of 21

Annexure – VI

ABSTRACT

S.No. Particulars Total Remarks

1. Hyderabad list of existing and proposed

location for installation of traffic signals

126

2. List of traffic signals proposed for new

locations in Hyderabad.

31

3. Cyberabad list of existing and proposed

location for installation of traffic signals

54

4. List of traffic signals proposed for new

locations in Cyberabad.

10

TOTAL:

221

SIGNAL TYPES

3 Way 4 Way 5 Way Total

Hyderabad 57 95 5 157

Cyberabad 37 24 0 64

Grand Total 221

Page 20: Andhra Pradesh Technology Services Ltd. BRKR Bhavan, B-Block

Page 20 of 21

Annexure – VII

Traffic Signaling System Configuration for 3-Way / 4-Way/5-Way Roads for

installation of new signals

SNo Item Description Quantity

3-Way 4-Way 5-Way

1 Controller 32 bit Microcontroller GPS enabled with

Remote monitoring and control features. 1 1 1

2 Cantilever Pole For all Roads 3 4 5

3 Standard Pole For all Roads 4 4 5

4 Signal Aspects -

a Red 12/15* 16/20* 20/25*

b Amber 12/15* 16/20* 20/25*

c Green 36/45* 48/60* 60/75*

5 Pedestrian Aspects One set of Pedestrian Signals per road.

a Pedestrian Red 8 8 10

b Pedestrian Green 8 8 10

6 UPS Battery 4 Hours Backup 1No. 1No. 1No.

7 Underground Cabling ISI Approved Cable. ** ** **

8 Count Down Timer One Count Down timer per road.

Applicable wherever timer is required 3 4 5

9 Alarms Audible Alarm System for Pedestrian

crossings 3 4 5

* ���� In case of Cantilever used as Left Primary.

** ���� As per the site requirement

Page 21: Andhra Pradesh Technology Services Ltd. BRKR Bhavan, B-Block

Page 21 of 21

Annexure – VIII

SPECIFICATION FOR STANDARD POLE

A. DIMENSION

Length - 5000 MM / 6000 MM

Diameter - 115 MM

Wall thickness - 4.5 MM

B. MATERIAL

Mild Steel (M.S) Tubular Pipe ( B-Class) as per IS-1239 (Part-1)-193

C. BASE PLATE

Size 200 MM x 200 MM x 12 MM thick welded to the bottom of the signal pole.

D. PAINT

Pole painted with two coats of primer and in addition bituminous painting for the bottom 1.5

M portion of pole.

SPECIFICATIONS FOR CANTILEVER POLES

DIMENSION

Length - 9000 MM

Wall thickness - 4.5 MM

Over hang - 3 M

MATERIAL

Mild Steel (M.S) Tubular Pipe ( B-Class) as per IS-1239 (Part-1)-193

BASE PLATE

Size 400 MM x 400 MM x 16 MM thick welded to the bottom of the signal pole.

PAINT

Pole painted with two coats of primer and in addition bituminous painting for other bottom

1.5 M portion of pole.