2019 Network Infrastructure RFP
2019 Network Infrastructure RFP
NETWORK INFRASTRUCTURE
Issued December 28th, 2018
Responses due February 22nd, 2019
Justin Abbott
jabbott@pershingcounty.net
1 Contents
2 General Information...............................................................................................................................3
2.1 Objective........................................................................................................................................3
2.2 Pershing County Background ........................................................................................................3
2.3 Pershing County Technology Environment ...................................................................................3
3 Proposal Overview .................................................................................................................................4
3.1 Project Overview ...........................................................................................................................4
3.2 RFP Official Contact .......................................................................................................................6
3.3 Proposal Schedule .........................................................................................................................7
3.3.1 Project Deadlines .......................................................................................................................7
3.3.2 Deadline for Proposals ..............................................................................................................7
3.4 Letter of Intent ..............................................................................................................................7
3.5 Questions Regarding the RFP ........................................................................................................7
3.6 Confidential and Proprietary Information .....................................................................................8
3.7 Worksite Examination ...................................................................................................................8
3.8 Proposal Preparation .....................................................................................................................8
3.8.1 General information ..................................................................................................................8
3.8.2 Proposal Preparation Costs .......................................................................................................9
3.8.3 Right to Request Additional Information ..................................................................................9
3.8.4 Ownership of Responses ...........................................................................................................9
3.9 Selection Criteria ...........................................................................................................................9
3.9.1 Compliance to Specifications.................................................................................................. 10
3.9.2 Experience .............................................................................................................................. 10
3.9.3 Proposal Price and Value ........................................................................................................ 10
3.9.4 Federal or State Sales, Excise or Use Taxes, and Permits ....................................................... 10
3.9.5 Selection Process .................................................................................................................... 10
3.9.6 Right of Refusal....................................................................................................................... 10
3.9.7 Turnkey Solution and Right to Negotiate Price ...................................................................... 11
3.9.8 Proposal to Become Part of Agreement................................................................................. 11
3.9.9 Approval by Board of Commissioners .................................................................................... 11
4 Work Description ................................................................................................................................ 12
4.1 Scope of Work ............................................................................................................................ 12
1
4.1.1 Phase 1: Discovery and Direction............................................................................................ 12
4.1.2 Phase 2: Network Design ........................................................................................................ 13
4.1.3 Phase 3: Procurement Assistance and Implementation ......................................................... 14
5 Budget & Schedule .............................................................................................................................. 15
5.1 Fee Proposal................................................................................................................................ 15
5.2 Schedule ...................................................................................................................................... 16
5.3 Invoicing ...................................................................................................................................... 16
6 Additional Information ........................................................................................................................ 16
6.1 Personal Information .................................................................................................................. 16
6.1.1 General .................................................................................................................................... 16
6.1.2 Consent for Criminal Justice Information Background Checks and Training .......................... 16
6.2 Governing Law ............................................................................................................................ 16
6.3 Statement of Liability .................................................................................................................. 17
6.4 Entire RFP .................................................................................................................................... 17
6.5 Attachments................................................................................................................................ 18
6.5.1 Service Locations Map ............................................................................................................ 18
6.5.2 Non-Disclosure Agreement ..................................................................................................... 18
6.5.3 Professional Services Agreement............................................................................................ 18
6.5.4 US-DOJ/NV-DPS Security Standards........................................................................................ 18
6.6 Appendices .................................................................................................................................. 18
6.6.1 Appendix A: Fiber Construction Guidelines ............................................................................ 18
6.6.2 Appendix B: Transport Medium Maintenance Specifications ................................................ 24
2
2 General Information
2.1 Objective
The purpose for this Request for Proposal (RFP) is to solicit proposals from qualified Vendors to
perform a complete Network Infrastructure upgrade for Pershing County Government Information
Technology Department (PCIT).
PCIT is seeking proposals that includes all elements of the design, build, install, provisioning and
some aspects of the technical support for the wide area information network that connects all
County offices. Vendor proposals should include:
A specification and quote for the emergency maintenance, repair or replacement of the network
equipment. This can be included in the warranty maintenance section of the equipment proposal.
Proposals from a single Vendor or from multiple Vendors working as a team will be considered. The
preference of PCIT is to award a single contract and to have a multiple vendor solution provide a
single point of contact for management of this Equipment and Network Infrastructure upgrade. The
ideal Vendor(s) will also have qualified network security staff assigned to this project and have
experience (within the last 2 years) performing network design and implementation for businesses
and/or local government agencies of similar size or larger to Pershing County.
3
PCs are primarily Dell OptiPlex desktop models ranging from 3 to 10 years of age, and HP All-In-One
Business PCs. The standard operating systems are Windows 7 Pro 64-bit and Windows 10 Pro 64-bit.
Server locations are split between four small server rooms at different county buildings (See map for
details):
They consist of a mix of rack mounted Dell PowerEdge and HPE ProLiant DL380 and DL360 servers
with redundant power supplies, and direct attached storage arrays. The environment is completely
physical with no virtual machine guests. The typical storage configuration consists of a RAID 1 array
(OS) and a RAID 5 array (DATA). The network is an unmanaged TCP/IP switch Ethernet flat network
with IPSec site-to-site VPNs connecting certain geographically dispersed locations. Critical servers
are backed up with Symantec Backup Exec and Unitrends Backup and Disaster Recovery.
3 Proposal Overview
• All ordering, delivery, and warehousing of equipment. PCIT will provide storage space but
the vendor should be present for the delivery and acceptance of the equipment.
• Furnishing, installation, testing, and configuration of selected network components. Then
vendor should describe the test data it will supply to PCIT prior to acceptance of the
equipment and configuration. This description should include adherence to the security,
VLAN, QoS, diagram, and logistics standards set forth in this section.
• Strict inter-VLAN access rules to improve network and data security (identification, isolation
and control of illegitimate traffic or system anomalies).
• Segregated and hardened network segments for NCJIS and DMV access complying with
state and federal standards (See Section 6.5.4).
• QoS controls to guarantee bandwidth allocation and prioritization for mission critical
application traffic, de-prioritization of less critical network traffic, and VoIP capability.
4
• Necessary, scalable network capacity to support future technologies including hybrid cloud
services and internet bandwidth transfer support of 1 Gb and internal 10 Gb internal
network traffic support.
• Network resilience with 99.99999% uptime
• Detailed bill of materials (BOM) of equipment and services to upgrade the entire system of
all buildings at all locations.
• Spare parts inventory that supports an appropriate balance of downtime risk, investment
cost, and procurement latency of warranty replacement components. PCIT desires to have
at least one complete spare switch (include cables and modules) for any switch model that
has more than four switches in the network design. PCIT also desires vendor to carry
replacement inventory of any switches in the network design within a four-hour drive of
Lovelock.
• A specification and quote for the construction and/or lease of the layer one infrastructure
(fiber, fixed wireless or alternative transport medium) that will interconnect county
government sites.
• A specification and quote for the operation and maintenance or the layer one infrastructure
(fiber, fixed wireless, or alternative transport medium).
• A specification and quote for the emergency maintenance, repair or replacement of the
network equipment. This can be included in the warranty maintenance section of the
equipment proposal.
• Diagrams, in printed and electronic formats, of physical network interconnections
• Diagrams, in printed and electronic formats, of logical network interconnections
Services are expected to be delivered from the county hub, the Pershing County Administration
Building (or another suitable County location) at:
Pershing County Sheriff’s Office 355 9th Street, Lovelock, NV 89419 40.17923, -118.47622
Service is expected to be delivered to the eligible service locations from the county hub at the
following locations. The preference is for these sites, in Lovelock, to be served by a fiber connection
between the hub and the endpoint for direct connection and LAN/VLAN management.
Pershing County Courthouse 400 Main Street, Lovelock, NV 89419 40.18098, -118.47661
Pershing County Administration 400 Main Street, Lovelock, NV 89419 40.18098, -118.4758
Building
Pershing County Annex Building 535 Western Avenue, Lovelock, NV 40.18004, -118.47794
89419
Pershing County Senior Center 630 Western Avenue, Lovelock, NV 40.18057, -118.4795
89419
Pershing County Road 1075 Arobio Lane, Lovelock, NV 89419 40.17979, -118.49667
Department
5
Pershing County Community 820 6th Street, Lovelock, NV 89419 40.176371, -
Center 118.48127
Pershing County Buildings & 795 Western Avenue, Lovelock, NV 40.17995, -118.4828
Grounds Shop 89419
Lovelock Fire Department 1180 Cornell Ave, Lovelock, NV 89419 40.18143, -118.4727
Optionally, service to these locations can be included for Internet connectivity. For these sites,
outside of Lovelock (or a distance away from the center of Lovelock), the transport medium can be
fiber, fixed wireless, or other option that meets the bandwidth and service standards.
Imlay Fire Department 850 Pacific Avenue, Imlay, NV 89418 40.6575, -118.16178
Rye Patch Fire Department Old Victory Highway, Lovelock, NV 89419 40.44616, -118.2688
Grass Valley Fire Department 5505 Katrena Drive, Grass Valley, NV 40.83135, -117.74658
89445
Derby Field Airport 1 Derby Field Road, Lovelock, NV 89419 40.07044, -118.56932
E-mail: jabbott@pershingcounty.net
6
3.3 Proposal Schedule
The procurement schedule for this project is as follows:
Note: Pershing County reserves the right to adjust this schedule as necessary.
Milestone Date
Release of RFP to Vendors December 28th, 2018
Optional walkthrough of County facilities January 4th, 2018
Vendor questions (if any) and letters of intent due January 11th, 2019
Responses to Vendor questions (if any) January 18th, 2019
Proposal responses due February 22nd, 2019
Vendor selection during regular meeting of the Pershing County Board July 3rd, 2019
of Commissioners
Proposals sent via Postal Service must arrive by the published deadline to be considered.
A letter of intent is required for the County to provide interested Vendors with a list of any
questions received and the County’s answers to those questions. Those providing a letter of intent
will also be notified of any addenda that are issued.
7
Pershing County reserves the right to deny access of this information to individuals it cannot
authenticate as a legitimate contractor or service firm. This is not a process to deny any firm from
responding to the RFP, but to ensure that the information remains only in the hands of qualified
bidders and limit risk.
1) Cover Letter
a) “Proposal may be released in total as public information in accordance with the
requirements of the laws covering same.” (Proprietary information must be clearly marked)
b) “Proposal and cost schedule shall be valid and binding for three hundred and sixty (360)
days following proposal due date and will become part of the project that is negotiated with
Pershing County.”
c) Name, title, address, e-mail address, and telephone number of the person or persons to
contact who are authorized to represent the firm and to whom correspondence should be
directed.
d) Proposals must state proposer’s federal and state taxpayer identification numbers
e) Please complete and attach the following documents from Section 6.5 of this RFP
i) Non-Disclosure Agreement
ii) Professional Services Agreement
2) Proposal Summary
3) General Supplier Information
4) Scope of Services. The scope of services section should include the following:
a) The scope should include development and design objectives for the County network
design. The objectives must be defined sufficiently to direct network designs for 10 to 15
8
years and will include such objectives as increased reliability of County administrative
computing functions and data storage, increased protection against cyber security threats,
increased accessibility, flexibility, and expansion, increased use of cloud-based services and
enhanced network security for both business and NCJIS-standards restricted networks.
b) A detailed view of the tasks included in the current network assessment; the new network
design, network construction, and network equipment acquisition/provisioning
i) A timeline for the current network assessment
ii) A timeline for the new network design
iii) a timeline for test and eventual turnover of the infrastructure/transport medium to
Pershing County.
c) The transport medium fiber/fixed wireless or other transport medium proposed to service
each Pershing County location.
d) The terms and conditions of access to the transport medium used to serve each location,
namely will the transport medium be:
i) Built for and owned by Pershing County
ii) Built for and owned by a third-party service provider and leased to Pershing County
e) The timeline for order, receipt, test, and installation of the equipment necessary to
provision the new Pershing County Government Network
f) The scope of work included in the ongoing maintenance and operation of the transport
medium.
g) The scope of work included in the ongoing technical support of the network equipment.
5) Price Proposal
6) Customer Reference
7) Examples of Prior Work
8) Key Project Staff Background Information
NOTE: In addition to the included forms, Vendor must provide at least one example report from
previous similar work. Sensitive customer information may be redacted if necessary.
9
3.9.1 Compliance to Specifications
a) Submission deadline compliance.
b) Proposal format.
c) Completeness of information supplied.
3.9.2 Experience
a) Success with similar projects. Vendor should include reference contact information.
b) Experience with similar tools and applications.
c) Pertinent experience, qualifications, certifications, and past performance of proposed
personnel that will be directly involved in providing services, including Subcontractors.
d) Experience in similar government environments.
e) Ability to provide timely on-site services, problem resolution, and telephone support.
f) Overall capacity of Vendor to successfully provide the required services.
g) Credentials of installation team members.
10
3.9.7 Turnkey Solution and Right to Negotiate Price
The proposal price will be the total dollar amount of all services, materials, taxes, shipping,
travel/lodging/meals and labor described herein inclusive of warranties and shipping. The
proposal amount is to be held firm for at least 360 days from the proposal opening date.
1. All costs related to the completion of the current network assessment and completion
of the proposed new network design.
2. All costs of the proposed equipment necessary to make the system specified fully
operational for the intended function and purposed stated herein.
a. All costs related to network design and engineering of the equipment
b. All costs related to the order, receipt, storage, test, installation, provisioning
and transition from current network to new network.
3. All costs in fiber/fixed wireless or other transport medium construction or lease. If
Pershing County will own the transport medium that creates the Pershing County hub
and spoke network. Costs should include:
a. All labor and materials.
b. All permitting, pole attachment fees, easement fees.
c. All project management costs.
d. All engineering costs including any environmental assessments.
e. All other costs related to construction preparation, construction planning, and
construction work.
4. All costs involved in lease of fiber/fixed wireless or other transport medium if a third-
party will own the proposed transport medium and will lease the transport medium to
Pershing County Government.
5. All costs related to ongoing maintenance of the transport medium to each site for at
least the first 5 years of operation. Specifications for maintenance and operation of the
transport media are in Appendix B.
6. All costs related to ongoing technical support of the network equipment for at least the
first five years of Pershing County ownership.
7. All costs of other activities proposed by the vendor as part of this project.
Pershing County reserves the right to negotiate all final terms of the proposal, including price.
11
4 Work Description
Vendor proposals should address how each phase of work and each task will be undertaken
All decommissioning work should describe the transition of equipment and services (including voice,
firewall, and other security) from the previous network environment to the new network
environment.
Phase 2 will be engineering, design, and construction of the new network transport medium.
For the new network environment, PCIT proposes that the following network equipment or
equivalent makes and models be considered for use in the network design:
For construction of fiber/fixed wireless or any new transport medium, Pershing County requests that
the aerial and buried fiber construction standards listed in 6.6.1 Appendix A of the RFP be used as
standards to determine a cost to design, engineer, manage the project, and construct the new
network.
Phase 3 will involve ordering, receiving, preparing and deploying the core switching, including any
outside plant construction preparing and deploying distribution switches and devices, including
support for a VoIP phone system, preparing and deploying the access layer devices and performing
server and workstation cutover to new network infrastructure, and training PCIT personnel to
manage and maintain new network infrastructure.
Currently, each county facility contains its own flat network or networks. There are no
interconnections between facilities. The telephone is based on the out-of-service Nortel NORSTAR
MICS PBX system.
12
Considerations to review in the Discovery phase include:
13
• Spreadsheet – Proposed Bill of Materials
• Electronic Vendor Datasheet for each piece of equipment proposed
• Outline specifications covering products and installation
• Estimate of probably construction cost
• Cloud-based storage of draft and final deliverables
This task covers the equipment procurement along with the implementation costs for the
recommended equipment and infrastructure. Notice to proceed may be given for this task only after
Phase 2 Network Design Deliverables has been approved and associated costs have been agreed
upon.
Feature Guidelines
• DHCP Snooping
• ARP Protection/Inspection
• Stacking Capability
• GUI Management
• Layer 2 Encryption (MACSec) on Distribution layer conforming to FIPS 140-2
• Layer 3 Encryption (IPSec) on Core layer conforming to FIPS 140-2
• Quality of Service controls for VoIP
• 802.1X Authentication
• Automatic Roaming
• Guest Wireless access with temporary passwords
• GUI Management
• High Availability
• FIPS 140-2 Compliant
• Intrusion Detection and Prevention
• Botnet Prevention
• Command & Control Prevention
• Deep Packet Inspection
• Content Filtering (quota time features optional but preferred)
• Application awareness and quality of service controls
• Multi-factor authentication for client-based, clientless, and/or site-to-site VPN connections
• Multiple VLAN support
14
• VoIP compatibility controls
Quoting Guidelines
Actual equipment procurement will be based on previous tasks. For this phase, prepare a quotation
for equipment based on the final network design from Phase 2. The quotation should include a per-
device implementation cost.
4.1.3.2 Training
Provide the cost for the following onsite training time:
Provide cloud-based storage of drafts and finals for all drawings, training syllabi, equipment
manuals, and all other printed material developed for this task.
15
Phase Description Hours Rate Subtotal Expenses Total
Project Cost Totals
5.2 Schedule
All Vendors must provide a project schedule in GANNT chart form for all tasks.
5.3 Invoicing
The winning Vendor will be paid monthly for services completed during the previous month. The
monthly invoice will include a progress report and a billing report showing hours billed by individual
hourly rates, labor subtotal, and other expenses. These expenses will be summarized per task and
must support the budget summary in the progress report.
6 Additional Information
Any personal information that is requested from this RFP by Pershing County shall only be used to
consider the qualified individuals to undertake the project/services and to confirm that the work
performed is consistent with these qualifications. It is the responsibility of the Vendor to obtain the
consent of such individuals prior to providing the information to Pershing County. Pershing County
will assume that the appropriate consents have been obtained for the disclosure to and use by
Pershing County of the requested information for the purposes described.
6.1.2 Consent for Criminal Justice Information Background Checks and Training
In accordance with state and federal policies, the winning Vendor must sign a security addendum
which specifically authorizes and restricts access to those systems. In addition, any employees which
will work on CJIS-Restricted systems must consent to the following:
16
6.3 Statement of Liability
Pershing County shall not be liable to any person or entity for any losses, expenses, costs, claims, or
damages of any kind:
• Arising out of, by reason of, or attributable to, the Vendors responding to this RFP; or
• As a result of the use of any information, error, or omission contained in this RFP document
or provided during the RFP process
17
6.5 Attachments
6.5.1 Service Locations Map
A map of public facilities in Pershing County can be accessed at:
6.6 Appendices
6.6.1 Appendix A: Fiber Construction Guidelines
18
• Fiber must be single-mode with the following specifications:
o TU-T G.652.C/D compliant
o Maximum attenuation @ 1310nm: 0.34 dB/km
o Maximum attenuation @ 1385nm: 0.31 dB/km
o Maximum attenuation @ 1550nm, 0.22 dB/km
• Connector types should be LC unless otherwise specified by PCIT.
• Any warranties associated with the fiber and any other outside plant materials must revert
to PCIT as the fiber owner upon completion of construction.
6.6.1.2 Specifications
Survey
• Comply with all ordinances and regulations. Where required, secure permits before placing
or excavating on private property, crossing streams, pushing pipe, or boring under streets
and railways. Pre-survey shall be done prior to each job.
• If a buried proposal, respondent will locate underground lines of third-parties in cable route
area.
• The respondent must adhere to all applicable laws, rules, and requirements and must
apply for permits to place infrastructure per specification per county or city ordinance
applicable to where the infrastructure is being placed.
• All traffic control, in accordance with local, state, county, or permitting agency laws,
regulations, and requirements, will be the respondent’s responsibility. The respondent’s
construction schedule will take into consideration enough time for the development and
approval of a traffic control plan.
• If a buried proposal, tracer wire shall be placed with all conduit installed unless armored or
traceable cable is used. The respondent will provide the tracer wire and shall install, splice,
and test (for continuity) the tracer wire. If the tracer wire is broken during installation, the
wire should be repaired and tested for continuity after repair.
• If a buried proposal, for multi-duct installation, install a 5/8” x 8” copper-clad ground rod in
the hand-hole located on public right-of-way. Place a #12 insulated copper locate wire from
the ground rod to the fiber optic termination room or place a ground rod on the outside of
the building. Locate block in an accessible location. This is for “locate purposed only,” not
for grounding purposes. Not on as-built where ground is placed, and tag located wire as
“locate wire.”
• Except where otherwise specified, the cable shall be placed to a minimum depth of 36”
along roadways and 24” on private property. Greater cable depth will be required at the
following locations:
19
o Where cable route crosses roads, the cable shall be placed at a minimum depth of
48” below the pavement or 36” below the parallel drainage ditch, whichever is
greater, unless the controlling authority required additional depth, in which case the
greatest depth will be maintained.
o Where cable crosses existing sub-surface pipes, cables, or other structures: at
foreign object crossings, the cable will be placed to maintain a minimum of 12”
clearance from the object or the minimum clearance required by the object’s
owner, whichever is greater.
• All crossing of state or federal highways and railroads right-of-way shall be made by boring
and placing a pipe casing. The cable shall be placed through the pip casing. Country road and
other roadways shall be bored, trenched, or plowed as approved by the appropriate local
authority.
• All work performed on public right-of-way or railroad right-of-way shall be done in
accordance with requirements and regulations of the authority having jurisdiction there
under.
• Respondent shall give all notices and comply with all laws, ordinances, rules and regulations
bearing on the conduct of the Work as drawn.
• Where the cable route crosses railroad right-of-way, the cable shall be placed at a minimum
depth of 60” below the railroad surface or 36” below the parallel drainage ditch, whichever
is greater, unless the controlling authority requires additional depth, in which case the
greatest depth will be maintained.
• Hand holes will be placed in accordance with standard industry practice following the
specifications provided in the construction plans, typical drawings, and detail drawings.
Special attention and planning must be exercised to ensure accessibility by other groups
after construction has finished.
• All hand holes, unless otherwise stipulated by the drawings, will be buried with 12” to 18” of
cover at final grade.
• Immediately after placement, the soil around and over the hand hole will be tamped and
compacted. Should a wash-outs occur, the respondent will be responsible for correcting the
problem immediately without additional cost to PCIT.
• After cable placement, all ducts will be sealed.
• All splice hand holes/manholes will be grounded.
20
• A minimum of 1—’ coil of cable shall be left in each hand hole/building for splicing use.
• Fiber to fiber fusion splicing of optical fibers at each point, including head ends, is required.
• Complete testing services, such as end to end, reel testing, and splice loss testing, ORL,
power meter/laser source testing and WDM testing is required.
• Individual splice loss will be 0.10 dB for single-mode unless after 3 attempts these values
cannot be achieved, then the fibers will be re-spliced until a splice loss within 0.05 dB of the
lowest previous attempts is achieved. Splice loss acceptance testing will be based on the
fusion splicer’s splice loss estimator.
• All cables to buildings shall be fusion spliced within a minimum of 50’ of entering a building
at a location to be determined by the owner with an existing single-mode fiber and
terminated at customer’s rack.
Aerial Plant
• PCIT is open to aerial fiber runs using existing utility poles, but respondent must adhere to
pole owners’ requirements for clearances, spans, grounding, guys, and attachments.
• The respondent shall be responsible for on-reel verification of cable quality prior to
placement.
• Completed test forms on each reel shall be submitted to PCIT.
• Respondent assumes responsibility for the cable after testing. This responsibility covers
all fibers in the cable.
• The respondent shall supply all tools, test equipment, consumables, and incidentals
necessary to perform quality testing.
• The cable ends shall be sealed upon completion of testing.
• In addition to splice loss testing, selected respondent will perform end-to-end insertion
loss testing of single-mode fibers at 1310nm and 1550 nm from one direction for each
terminated fiber span in accordance with TIA/EIA-526-7 (OFSTP 7). For spans greater
than 300 feet, each tested span must test to a value less than or equal to the value
determined by calculating a link loss budget.
• All work sites will be restored to as near their original undisturbed condition as possible. All
cleanup will be to the satisfaction of PCIT and any permitting agencies.
• Respondent shall provide a brief description of restoration plans in the response, with the
expectation that a more detailed restoration plan will be delivered prior to beginning
construction.
• Work site restoration will include the placement of seed, mulch, sod, water, gravel, soil,
sand, and all other materials as warranted.
21
• Backfill material will consist of clean fill. Backfilling, tamping, and compaction will be
performed to the satisfaction of PCIT, the representative of any interested permitting
agency, and/or the railroad representative.
• Respondent will be responsible for any restoration complaints arising within one year after
PCIT’s final acceptance.
• Excess material will be disposed of properly.
• Debris from clearing operations will be properly disposed of by the
respondent/subcontractors as required by permitting agencies or the railroad. Railroad ties,
trees, stumps, or any foreign debris will be removed, stacked, or disposed of by the
respondent as per requirements by other interested permitting agencies, and/or PCIT.
• Road shoulders, roadbeds, and railroad property will be dressed up at the end of each day.
No payment for installation will be permitted until cleanup has been completed to the
satisfaction of any permitting agencies, and/or PCIT.
• Site clean-up will include the restoration of all concrete, asphalt, or other paving materials
to the satisfaction of the other interested permitting agencies, and/or PCIT.
22
o Fiber attenuation per kilometer
o Fiber bandwidth and dispersion
o Index of refraction
• OTDR documentation will include:
o Each span shall be tested bi-directionality from endpoint to endpoint
o Each span’s traces shall be recorded and mapped. Each splice loss from each
direction and the optical length between splices as well as any of the information
required by Span Map
o Reel acceptance
o Individual fiber traces for complete fiber length
o Paper and computer disk records of all traces
o Losses of individual splices
o Anomalies
o Wavelength tests and measurement directions
o Manufacturer, model, serial number, and date of last calibration of OTDR
• Power Meter documentation will include:
o Total link loss of each fiber
o Wavelengths tested and measurement directions
o Manufacturer, model, serial number, and date of last calibration for all equipment
used
It is required that the respondent be thoroughly familiar with the content and intent of these
references, standards, and codes and that the respondent be capable of applying the content and
intent of these references, standards, and codes to all outside plant communications system designs
executed in behalf of PCIT.
Listed in the table below are references, standards and codes applicable to outside plant
communications systems design. If questions arise as to which reference, standard, or code should
apply in a given situation, the more stringent shall prevail. As each of these documents are modified
over time, the latest edition and addenda to each of these documents is considered to be definitive.
23
Table 1 — References, Standards, and Codes
Standard/Reference Name/Description
IEEE 802.3 (series) Local Area Network Ethernet Standard, including the IEEE
802.3z Gigabit Ethernet Standard
Respondent shall maintain the applicable fiber or other transport medium seven days per week,
twenty-four hours per day for at least the first 60 months of use. Upon notification from PCIT of a
malfunction relating to the applicable fiber or other transport medium, respondent shall respond to
such malfunction within two (2) hours and thereafter proceed to correct the malfunction with
reasonable diligence. When pricing maintenance, the respondent should include an overview of
maintenance practices including:
24
• Marker and hand-hole inspection and repair (fiber only)
• Handling of unscheduled outages and customer problem reports
• What service level agreement is included and what alternative service levels may be
available at additional cost
• What agreements are in place with applicable utilities and utility contractors for emergency
restoration
• Repair of fiber breaks (fiber only)
• Mean time to repair
• Replacement of damaged fiber (fiber only) or other transport medium
• Post repair testing
• Replacement of fiber or other transport medium that no longer meets specifications (fiber
only)
• Policies for customer notification regarding maintenance
• Process for changing procedures, including customer notification practices
• Process for moves, adds, and changes
• Process for and costs related to responding to locate requests (fiber and/or other in-ground
transport medium)
25