You are on page 1of 38

Request for Proposal 3064

For
Leasing Dark Fiber and
Accompanying Professional Services

A pre-proposal vendor conference will be held on Tuesday, June 24, 2014 at 9:30
a.m. EDT. The conference will be held at the CCAC - Office of College Services
building, 800 Allegheny Avenue, Pittsburgh, Pennsylvania. Teleconferencing will
be available for those wishing to participate remotely:
Join by phone by dialing 412-237-3008, Conference ID: 10450.

RESPONSES TO THIS REQUEST FOR PROPOSAL


MUST BE DELIVERED TO THE PROCUREMENT DEPARTMENT OF THE
COMMUNITY COLLEGE OF ALLEGHENY COUNTY
800 ALLEGHENY AVENUE, PITTSBURGH, PA 15233
NO LATER THAN:

Tuesday, July 1, 2014, at 2:00 p.m.


No fax or e-mail proposals will be accepted.

The CCAC Procurement Department publishes all Invitations to Bid and Requests for Proposals (Bids and RFP’s) via
the CCAC Procurement website at http://www.ccac.edu/default.aspx?id=153022 (see “Bid and RFP Opportunities”).
It will be each vendor’s responsibility to monitor the Bid/RFP activity within the given website and/or verify they are
on the CCAC vendor list for this particular Bid/RFP in order to ensure receipt of and compliance with all applicable
documents inclusive of any issued addenda. Failure to incorporate any applicable addenda in the final submittal may
result in the rejection of your bid or proposal.
Interested parties may obtain further information from: mcvetic@ccac.edu.

Page | 1
Request for Proposal 3064 For Leasing Dark Fiber and Accompanying Professional Services

Contents
1.0 PURPOSE .................................................................................................................................................. 4
2.0 PROJECT BACKGROUND ........................................................................................................................... 4
2.1 Current Environment............................................................................................................................................................ 4
2.2 Business Objectives ............................................................................................................................................................. 4
2.3 Solution Vision ...................................................................................................................................................................... 5
3.0 SOLUTION REQUIREMENTS ...................................................................................................................... 5
3.1 Infrastructure Requirements ................................................................................................................................................ 5
3.2 Fiber Ring Locations ............................................................................................................................................................ 6
3.3 Vendor Requirements .......................................................................................................................................................... 6
3.4 Functional Requirements and Specifications for the Fiber Optic Network .......................................................................... 7
3.4.1 Introduction To Fiber Optic Issues ................................................................................................................................ 7
3.4.2 Basic Support for Fiber Optic Infrastructure ................................................................................................................. 8
3.4.3 Fiber Optic Infrastructure.............................................................................................................................................. 8
3.4.4 Core Backbone Optical Components............................................................................................................................. 8
3.4.5 Data Infrastructure – Background Information ............................................................................................................. 8
3.4.6 Vendor Management Services ...................................................................................................................................... 9
3.4.7 Fiber Delivery Compliance Standards ......................................................................................................................... 12
3.4.8 Fiber Testing ................................................................................................................................................................ 12
3.5 Software ............................................................................................................................................................................. 13
3.6 Integration .......................................................................................................................................................................... 13
3.7 Security and Audit .............................................................................................................................................................. 13
3.8 Training and Support .......................................................................................................................................................... 13
3.8.1 Training (Listed as an optional line item) .................................................................................................................... 13
3.8.2 Support ........................................................................................................................................................................ 14
4.0 SCHEDULE OF EVENTS ............................................................................................................................ 14
5.0 INSTRUCTIONS TO VENDORS ................................................................................................................. 14
5.1 RFP Questions and Clarifications ........................................................................................................................................ 14
5.2 RFP Response Format ......................................................................................................................................................... 14
5.3 Covering Letter ................................................................................................................................................................... 15
5.4 Vendor Profile and Demographics ..................................................................................................................................... 15
5.5 Financial Information ........................................................................................................................................................ 15
5.6 Proposal Submission .......................................................................................................................................................... 15
5.7 Proposal Evaluation ............................................................................................................................................................ 15
5.8 Preliminary Examination .................................................................................................................................................... 16

Page | 2
Request for Proposal 3064 For Leasing Dark Fiber and Accompanying Professional Services

5.9 Detailed Technical Evaluation ............................................................................................................................................ 16


5.10 References ....................................................................................................................................................................... 16
5.11 Logistics ............................................................................................................................................................................ 16
5.12 Treatment of Information ................................................................................................................................................ 16
6.0 VENDOR REQUIREMENTS: ..................................................................................................................... 16
6.1 Operational requirements: ................................................................................................................................................ 16
6.2 Vendor’s Response ............................................................................................................................................................ 18
6.3 Project Deliverables........................................................................................................................................................... 19
7.0 VENDOR COMPLIANCE MATRIX ............................................................................................................. 19
8.0 REQUIRED SUBMITTALS .......................................................................................................................... 19
9.0 GENERAL SUBMITTAL REQUIREMENTS ................................................................................................... 20
10.0 TERMS AND CONDITIONS OF THE AWARDED CONTRACT .................................................................... 21
11.0 INSURANCE AND INDEMNIFICATION REQUIREMENTS ........................................................................ 21
12.0 EVALUATION AND AWARD OF PROPOSALS ......................................................................................... 21
13.0 FORM B ................................................................................................................................................. 22
14.0 SUBMITTAL FORM ................................................................................................................................. 23
15.0 PRICING PAGE ....................................................................................................................................... 26
16.0 PRICING PAGE ....................................................................................................................................... 27
17.0 PRICING PAGE ....................................................................................................................................... 28
18.0 PRICING PAGE ....................................................................................................................................... 29
19.0 PERFORMANCE BOND REQUIRMENTS.................................................................................................. 30
20.0 PERFORMANCE BOND........................................................................................................................... 31
21.0 APPENDIX A ........................................................................................................................................... 32
22.0 APPENDIX B .......................................................................................................................................... 33
23.0 APPENDIX C .......................................................................................................................................... 35
24.0 APPENDIX D........................................................................................................................................... 38

Page | 3
Request for Proposal 3064 For Leasing Dark Fiber and Accompanying Professional Services

1.0 PURPOSE
The purpose of this Request for Proposal (RFP) is to solicit proposals from qualified vendors for leasing dark fiber for the
deployment of a High Speed Optical Network accommodating speeds of 10, 40 Gigabit Ethernet, 10 Gigabit SONET, 1, 40,
100 Gbps/wavelength, utilizing Dense Wave Division Multiplexing (DWDM) transport technologies over multiple wavelengths
between its West Hill Center and other college locations and acquisition of optional professional services for the Community
College of Allegheny County.
The RFP contains sufficient information and instructions to enable qualified bidders to prepare and submit proposals and
supporting material. To be considered responsive, vendors must submit a complete bid that substantially satisfies all
requirements as stated in this RFP. This RFP also contains all major terms and conditions that the successful vendor will be
expected to accept.
The Information Technology Services Department (ITS) expects this project to be completed in October 2014.

2.0 PROJECT BACKGROUND


The Community College of Allegheny County is one of the largest institutions of postsecondary higher education in
Pennsylvania. The college serves 30,000 credit students through 170 degree and certificate programs and offers thousands of
lifelong learning non-credit and workforce development courses to 35,000 students annually.
Incorporating a learning-centered environment committed to the future of the region, CCAC continues to expand its reach
through innovative programming and accessible instruction offered via convenient day, evening, weekend and online
courses. With four campuses and four centers serving Allegheny County and surrounding communities, CCAC endeavors to
fulfill its mission to provide affordable access to quality education and offer a dynamic, diverse and supportive learning
environment that prepares the region’s residents for academic, professional and personal success in our changing global
society. More information about CCAC can be found at http://www.ccac.edu/default.aspx?id=137107.

2.1 Current Environment


Currently, the West Hills Center (WHC) is connected to the college networks via 100 Mbps layer 2 circuit procured
through Verizon metro services. This point-to-point connection is terminated at the Office of College Services (OCS).

2.2 Business Objectives


The college’s primary purpose is serving current students and prospective students—from those selecting a college while
in high school to those finding themselves in a midlife career transition—as well as important secondary markets of
parents, funders, legislators, community leaders, partner institutions and the like. In support of this, providing ample
bandwidth and technology solutions to utilize this bandwidth are a critical component of IT strategy. For that reason, all
proposed solutions must be business class solutions in order to ensure the technology is utilized as a tool to facilitate and
enhance teaching and learning and to help reach a larger, more diverse student population. The technology to be
implemented must enable or assist the college to achieve the following business objectives (the order of the list doesn’t
reflect the importance or the priority of the objectives):

a. Support the College’s mission. Please see the College’s Vision, Mission and Goals for more information.
b. Lower the college’s recurring connectivity cost while providing virtually limitless bandwidth capacity to carry the
college’s mission critical network traffic.
c. Improve the college’s operational efficiency
d. Provide scalable connectivity and infrastructure services for the West Hills Center
e. Improve the college’s responsiveness to changing business conditions
f. Lower the college’s ownership cost over the lifetime of the proposed solution
g. Improve network and business application security posture without injecting transmission delay and significant
operational complexity.
h. Accommodate future bandwidth growth without replacement or modification of the existing fiber infrastructure
components

Page | 4
Request for Proposal 3064 For Leasing Dark Fiber and Accompanying Professional Services

i. Improve system availability, resiliency and capacity without being cost prohibitive
j. Improve the system availability by continuously monitoring the fiber infrastructure against service interrupting
incidents and providing the college timely notifications in cases of such incidents.

CCAC invites interested parties that meet the qualifications listed in this document to submit proposals regarding their
product and related service offerings. All information shall be submitted in the format stipulated in this RFP.

Interested parties may obtain further information from: mcvetic@ccac.edu.

2.3 Solution Vision


The college envisions partnering with a qualified dark fiber provider to connect the West Hills Center to Allegheny
Campus through a pair of dark fibers as the first phase of this initiative (point-to-point).

Optionally, the college may also consider connecting the West Hills Center to another college campus to establish a
redundant ring topology to improve the survivability of this site.

3.0 SOLUTION REQUIREMENTS


3.1 Infrastructure Requirements

a. Vendor to provision for leasing a single point-to-point connection or optional dual fiber rings to include
locations listed in Section A. Single or dual ring design must consist of two pairs of fiber per node on each
ring.

b. Vendor is responsible for any construction (and all construction clean-up) to connect each site to the
vendor’s existing fiber ring (s). The College reserves the right to approve or disapprove in writing any
companies hired by the vendor for sub-contracted work. All construction work will be conducted with the
pre-approval of appointed College staff (technical and facilities). All right of ways, clearances and
associated costs to lay fiber are the responsibilities of the vendor.

c. Vendor is responsible for OSI Layer 1 management of the fiber ring (s) and all local loops.

d. Vendor must monitor and provide timely notification of the health of the fiber to the college for the life of
the agreement.

e. Vendor must respond to pricing utilizing the requirements set forth herein and as detailed on the pricing
pages.

f. Vendor to complete this Dark Fiber Leasing project including installation, testing and all construction by
September 30, 2014.

g. Vendor to work with CCAC and the vendor selected by CCAC from whom CCAC will procure communications
gear, to test and run a parallel network for CCAC during the months of August and September at no
additional cost to CCAC.

Page | 5
Request for Proposal 3064 For Leasing Dark Fiber and Accompanying Professional Services

3.2 Fiber Ring Locations

Demarcations will be specified (See Vendor Requirements Section 3.3)


Mandatory configuration (point-to-point connection):

West Hills Center Allegheny Campus


1000 McKee Road 808 Ridge Avenue
Oakdale, PA 15071 Pittsburgh, PA 15212-6097
(412) 237-2525

Option 2 (point-to-point connection):

West Hills Center North Campus


1000 McKee Road 8701 Perry Highway
Oakdale, PA 15071 Pittsburgh, PA 15237
(412) 366-7000

Option 3 (point-to-point connection):

West Hills Center South Campus


1000 McKee Road 1750 Clairton Road
Oakdale, PA 15071 West Mifflin, PA 15122
(412) 469-1100
Option 4 (Single ring topology):

West Hills Center South Campus


1000 McKee Road 1750 Clairton Road
Oakdale, PA 15071 West Mifflin, PA 15122
(412) 469-1100
Allegheny Campus
808 Ridge Avenue
Pittsburgh, PA 15212-6097
(412) 237-2525

3.3 Vendor Requirements

a. It is recommended to that the vendor attend a pre-bid meeting on June 24 at Office of College Services building
(or by teleconference) and subsequently visit all specified college fiber installation locations to survey
demarcation.

b. Vendor must submit detailed diagrams showing the proposed fiber path(s) with clearly delineated total fiber
length in miles from college demarcation to college demarcation and budgeted optical loss between these
locations as part of the vendor’s response to this RFP.

c. Vendor must provide the College with a presentation on the proposed design.

Page | 6
Request for Proposal 3064 For Leasing Dark Fiber and Accompanying Professional Services

d. As part of their response to this RFP, Vendor must submit a Project Plan with detailed tasks and dates for task
completion delineating the vendor’s expectation from the college in order to successfully complete this project.

e. Vendor must provide a single point of contact to meet on a weekly basis with the College’s ITS and Facilities
staff to discuss Project progress.

f. CCAC reserves the right to connect other CCAC locations and other organizations with whom CCAC partners to
CCAC’s fiber ring (s). CCAC reserves the right to charge said organizations for managed network services (Layers
2 & above).

g. Vendor must detail any installation requirements and costs for new sites as part of the Vendor’s response to this
RFP.

h. CCAC will manage the network deployed by the vendor and CCAC reserves the right at any future time to secure
the services of a provider to manage Layer 2 and above.

i. The Network must be able to carry all current and future network protocols in a vendor independent, industry
standards-based manner.

j. The Vendor in conjunction with CCAC, will develop and maintain disaster recovery plans for the leased fiber
network. Vendor and CCAC must review the disaster recovery plans annually as agreed.

k. During the term of this contract, any changes in the routing of the fiber cable due to city, county or any external
infrastructure changes and/or requirements (street widening, new underground cabling requirements, etc.) will
be the responsibility of the service provider at no expense to the CCAC.

l. The vendor is responsible for securing the leased fiber network against unauthorized access.

m. The vendor must adhere to the stipulation that no non-CCAC authorized communications can pass through
CCAC’s leased fiber network.

n. The vendor will track unauthorized access attempts to CCAC’s leased fiber network and immediately report such
occurrences to CCAC contacts via telephone and email.

o. CCAC will take ownership of the fiber network which resides within CCAC property (section of the local loop on
CCAC property) at the conclusion of the lease.

3.4 Functional Requirements and Specifications for the Fiber Optic Network
3.4.1 Introduction to Fiber Optic Issues

a. The target model for core backbone services is one that will be optimized to allow for faster development
of new and enhanced services, expanded access, open architecture, and some forms of direct customer
management.

b. The core backbone infrastructure will be based on an all-optical network, comprised of components
optimized for metro areas as opposed to those that are retrofitted from designs originally aimed at long-
haul services.

Page | 7
Request for Proposal 3064 For Leasing Dark Fiber and Accompanying Professional Services

c. Many core backbone services will be those based on IP over wavelength, with appropriate framing, and will
include capabilities for provisioning light path meshes and for managing through direct and immediate
computer based provisioning.

d. The core backbone will be based primarily on an architecture that provides for IP management of optical
components and for Layer 1 signaling to Layer 3 for management processes.

3.4.2 Basic Support for Fiber Optic Infrastructure

a. Architecture for physical infrastructure will conform to College standards, related to materials used,
component thickness, horizontal and vertical depths, environmental tolerances, support structures, conduit
materials and galvanization practices, steel conduit linking methods, conduit placements, access methods
(e.g., vaults coverings, manholes, etc.), specialized routes, such as across bridges, etc.

b. Testing procedures will follow College guidelines including the use of an OTDR (Optical Time Domain
Reflectometer), chromatic dispersion measurements and ANSI/EIA/TIA-455.

3.4.3 Fiber Optic Infrastructure

The fiber optic infrastructure from the Vendor’s POPs to the College will be constructed using quality fiber (vendor
will provide either non-zero dispersion shifted fiber, NZDSF - ITU G.655, or non-dispersion compensated fibers, NDSF
- ITU G.652 (G.652.D preferred)) optic cable. The fiber shall be single mode and capable of supporting these
transport technologies: Gigabit Ethernet, 10, 40 and 100 Gigabit Ethernet, SONET, 10, 40 and 100 Gbps/wavelength
capable DWDM. All links shall be tested from both ends with an OTDR (Optical Time Domain Reflectometer) with
testing results recorded for review. Fiber performance and physical characteristics are listed in Appendix C.

3.4.4 Core Backbone Optical Components

a. Core backbone narrative description can be found in Appendix D.

3.4.5 Data Infrastructure – Background Information

CCAC will manage the infrastructure based upon the following requirements:

a. The data communication infrastructure will be particularly important given that core backbone services will
be based on IP over wavelength that management processes will include Layer 3 control and Layer 1
signaling to Layer 3, and that it will include capabilities for provisioning light path meshes and for managing
through direct and immediate computer-based provisioning.

b. Many basic architectural approaches will be derived from IETF concepts, e.g., autonomous peering meshes
and connectionless paths versus connection/circuit-oriented and linked paths, protection via redundancy
verses rings, re-routing for optimal performance and fault recovery, IP signaling, performance and
management techniques.

c. Standard IP management tools will be supported, e.g. SNMP and RMON.

d. The Layer 3 components will provide for high-performance implementations of IETF standards for
customization and classification of services, particularly DiffServ, with advanced Quality of Service (QoS)
functions enabled.

Page | 8
Request for Proposal 3064 For Leasing Dark Fiber and Accompanying Professional Services

3.4.6 Vendor Management Services

a. The Vendor must monitor the health of the Layer 1 Network, 24 hours a day and 7 days a week and must
provide notice of outages via telephone calls and email CCAC’s technical staff or any other method as
required. Maintenance outages must be scheduled with and approved by the CCAC’s technical staff.

b. Vendor Change Management


I. Vendor changes are assessed for risk to CCAC and back-out plans are developed.
II. Vendor will provide CCAC at least two weeks’ notice of any proposed changes, network
maintenance, or upgrade activity.
III. The vendor together with CCAC will review and approve all changes to the leased fiber network
IV. Emergency change management requires at least 24 hours notification.

c. Vendor Performance and Reliability Requirements


Service Level Agreements for Leased Fiber Network
The Service Level Agreements (“SLA”) for Leased Fiber Network are set forth in Service Level Commitments
Table 3.4.6.c-1. Table 3.4.6.c-1 also contains references to metric definitions and SLA remedies described
within this document.

Table 3.4.6.c-1 Service Level Commitments


Metric Metric Described SLA Commitment SLA Failure Condition SLA Remedy
in Section Described in
Section
1 Time to Restore 3.4.6.c.iii <= 4 hours during CCAC Refer to Section 3.4.6.c.iii 3.4.6.c.iii
business hours
<= 6 hours during CCAC
non-business hours
2 Fiber Network 3.4.6.c.iv >= 99.86 % (CCAC demarc Refer to Section 3.4.6.c.iv 3.4.6.c.iv
Availability to CCAC demarc)
3 Installation 3.4.6.c.v Actual installation date will Actual installation date is 3.4.6.c.v
Intervals coincide with project plan. beyond project plan
Final project completion
date shall not go beyond
October 15, 2014
4 Latency 3.4.6.c.vi Maximum Delay SLA Failure 3.4.6.c.vi
=10ms >10ms resolution within 7
calendar days
=>50ms resolution within 1
calendar day

i. Measurement Period
SLA’s are measured on a consecutive thirty (30) day period.

ii. Commencement of SLA Credits


The leased fiber network requires a full thirty (30) consecutive days of measurable activity.

Page | 9
Request for Proposal 3064 For Leasing Dark Fiber and Accompanying Professional Services

iii. Time to Restore


Time to Restore (“TTR”) shall be the cumulative amount of time between the opening of a trouble
ticket and the completion of the trouble ticket closeout process. A trouble ticket is opened
immediately upon vendor’s discovery of the outage, or notification to Vendor by CCAC.
1. If the vendor discovers the problem, it is the vendor’s responsibility to notify CCAC by
telephone and electronic mail to CCAC contacts or another mutually agreed upon
method.
2. If CCAC discovers the problem, CCAC will open an internal ticket and notify vendor by
telephone and email to predetermined vendor contacts.
The incident is only considered closed upon verification by CCAC of service restoration.
Time to Restore is calculated based on the overall restoration of the leased fiber service, including
the fiber network from CCAC demarcation points to vendor’s fiber network, as specified in this
document and addendums.

Table 3.4.6.c-2 Time to Restore SLA Credits

CCAC fiber demarcation to CCAC fiber demarcation points

Service Outage Duration during CCAC business hours SLA Credit


0<=4 hours $0
>4 hours 1/30 Monthly Recurring Costs for the whole of CCAC’s
leased fiber network per incident.

Service Outage Duration during CCAC non-business SLA Credit


hours
0<=6 hours $0
>6 hours 1/30 Monthly Recurring Costs for the whole of CCAC’s
leased fiber network per incident

The vendor’s cumulative fiber network maintenance time will not exceed 2 hours in a consecutive 30-day period.

iv. Fiber Network Availability Calculation


The actual availability is calculated by subtracting unavailability hours of any consecutive thirty
days from the maximum availability of thirty days (720 hours) divided by thirty days (720 hours).

Table 3.4.6.c-3 Fiber Network Availability SLA Credits

CCAC fiber demarcation to CCAC fiber demarcation points

Actual Fiber network Availability SLA Credit

Greater than or equal to 99.86% $0

Less than 99.86%

a. up to 0.01% difference between actual For each hundredth percent difference between
availability and committed SLA availability actual and committed availability the credit 1/60
Monthly Recurring Costs for the whole of CCAC’s
leased fiber network per incident*

Page | 10
Request for Proposal 3064 For Leasing Dark Fiber and Accompanying Professional Services

b. greater than 0.01% and less than 0.03% For each hundredth percent difference between
difference between actual availability and actual and committed availability the credit 1/45
committed SLA availability Monthly Recurring Costs for the whole of CCAC’s
leased fiber network per incident*

c. greater than or equal to 0.03% difference For each hundredth percent difference between
between actual availability and committed SLA actual and committed availability the credit 1/30
availability Monthly Recurring Costs for the whole of CCAC’s
leased fiber network per incident*

*For Percentage calculations, three decimal point precision is required

Circuit Availability SLA Credit/Remedy - Chronic Outages


CCAC may declare the leased fiber network has a chronic problem in the event that a single fiber loop experiences
three (3) or more Service Outages in any thirty (30) day period.
Upon written notice from CCAC, vendor will have thirty (30) days to correct the chronic problem. In the event that
the problem is not corrected within thirty (30) days of vendor’s receipt of written notice, CCAC may cancel any or all
portions of the leased fiber network without any additional charges or any further liability

Should the vendor be unable to meet the requirements of the College as set forth herein, the College shall seek to
recoup any and all funds that may have already been expended, including the cost of installation, from the vendor’s
bonding company.

v. Installation Intervals SLA Credit/Remedy


The leased fiber network must be completed to coincide with the project plan. If the completion
date is not meet, CCAC will be credited the installation costs or the first month’s services costs if
the former is not applicable.

vi. Latency SLA


The vendor fiber network service is to meet the latency requirements as shown in Table 3.4.6.c-1.
Latency is a function of fiber miles traversed. The round-trip latency is measured from the
demarcation point of a CCAC location to demarcation point of an adjacent CCAC location and back.
The vendor will test latency on any circuit upon written request from CCAC at no cost to CCAC. If
the latency constitutes an SLA failure,
1. If the latency is greater than 10ms but less than 50ms, the vendor shall have seven (7)
days from the date of test completion to make the leased fiber network SLA compliant.
2. If the latency is equal to or greater than 50ms, the vendor shall have one (1) calendar day
from the date of test completion to make the leased fiber network SLA compliant.
If vendor is unable to bring the non-compliant fiber network into compliance with the
latency SLA within period stated above, CCAC may:
a. Terminate the applicable leased fiber network contract without being subject to
early termination fees. OR
b. Request an SLA credit as outlined in the Time to Restore SLA credits table 3.4.6.c-2

Page | 11
Request for Proposal 3064 For Leasing Dark Fiber and Accompanying Professional Services

vii. SLA Credit Policies


SLA credit requests shall be initiated by CCAC’s written submission to vendor within thirty (30)
days of the incident of SLA non-compliance. CCAC will be credited for vendor verified outages.
Vendor is responsible for verifying the SLA non-compliance and crediting CCAC account within
thirty (30) days of receipt of written request.

viii. SLA Compliance and Arbitration


CCAC Reserves the right to acquire independent services to investigate SLA compliance. In the
case where services are SLA compliant, CCAC takes responsibility for costs of independent
services. In the case where services are not SLA compliant, the Vendor is responsible for the
costs of the independent services.

d. The vendor is expected to provide two hour response time during these business hours, Monday thru Friday
8:00 AM to 10:00 PM and between the hours of 8:00 AM and 4:00 PM on Saturdays.

e. The Vendor is expected to have a Service Engineer on site at the fiber break within two hours and to
provide problem resolution within 4 hours during normal business hours.

f. The Vendor is expected to have a Service Engineer on site at the fiber break within four hours and to
provide problem resolution within 6 hours during non-business hours.

g. The Vendor shall provide CCAC with “view only” access to the Vendor’s monitoring devices (example
SNMP).

3.4.7 Fiber Delivery Compliance Standards

Bidders must identify the fiber type used in their response. If the Vendor is not in compliance with the standards set
by the following organizations, this will serve as grounds for bid disqualification and immediate termination of the
agreement:

a. Bellcore

b. American National Standards Institute

c. American Society for Testing of Materials

d. Electronics Industry Alliance

e. Telecommunications Industry Association

f. Institute of Electrical and Electronics Engineers

g. Building Industry Consulting Service International.

3.4.8 Fiber Testing

a. Insertion loss testing measuring end-to-end attenuation (including all fiber, splices, and connectors) shall be
conducted on all the fiber links. Insertion loss testing shall be done in both directions at the operating
wavelengths of 1310 nm and 1550 nm. The double-ended loss test methodology shall be used.

Page | 12
Request for Proposal 3064 For Leasing Dark Fiber and Accompanying Professional Services

b. The Service Provider shall record all optical power measurements to the nearest tenth of a unit of measure
(to one significant digit in the decimal place, i.e., -13.4 dB) and report.

c. Test results must be permanently recorded and presented in both hard copy and computer-readable format
for review. Any fiber link failing to meet the Link Loss Budget standards will be removed and replaced at no
cost to CCAC with an installation that proves through testing to meet the standards. The Fiber Network will
not be accepted until all fibers meet the appropriate standards.

d. The vendor is required to provide documentation of their fiber testing procedures, including referencing
procedures for fiber optic testing, prior to testing. This document must list equipment to be used
(manufacturer and model number) and the date when it was last calibrated.

e. All test equipment used will have been factory calibrated (or by an approved calibration service provider)
within the past two years.

3.5 Software

If additional software is required and is not included in the solution, it must be listed and priced out in the response.

3.6 Integration

Install and test all equipment and software necessary to interconnect and interoperate the newly installed dark fiber and
the college’s network infrastructure. Ensure the interoperability between the new vendor provided dark fiber
infrastructure solution and the college’s information technology resources.

3.7 Security and Audit

The system (hardware and software) that is installed, in and of itself, must not pose vulnerabilities or security threats to
CCAC’s network.

3.8 Training and Support


3.8.1 Training (Listed as an optional line item)

a. If there is any hardware or software required to operate the proposed solution, provide manufacturer
certified training for three CCAC employees to be trained to configure, operate and maintain the proposed
solutions and any college requested technology. The assumptions about the proficiency of the CCAC
personnel must be noted. CCAC may use these vouchers at any point in time.

b. Provide a list of the printed documentation provided for installation, operation, use, and administration of
the whole solution.

c. In addition to formal classroom training, the college requires the vendor to provide on-site training of key
concepts which are specific to the proposed solution. The vendor must specify the type of training
provided.

d. Specify and describe any help files provided by the system, and whether they can be customized for CCAC.

Page | 13
Request for Proposal 3064 For Leasing Dark Fiber and Accompanying Professional Services

3.8.2 Support

a. Describe if and how you will provide 24 x 7 support and the time frame of guaranteed initial response time.

b. Specify whether you will provide on-site support of initial installation.

c. Describe other services for maintaining the solution in a supported state.

d. Maintenance costs for subsequent years must not exceed the generally accepted standard of 5% per year.

4.0 SCHEDULE OF EVENTS


A pre-proposal vendor conference will be held on Tuesday, June 24, 2014 at 9:30 a.m. EDT. Teleconferencing will be
available for those wishing to participate remotely: Join by phone by dialing 412-237-3008, Conference ID: 10450.

The purpose of this conference is to discuss the requirements and objectives of this RFP. During the conference, the
college representatives will attempt to answer questions submitted prior to and during the conference and also provide
information about the basic functionality of the existing CMS system. A summary of the questions and answers, as well
as a list of all attendees, will be made available in the form of an amendment to this RFP and forwarded to all individuals
or companies that attended this event.
Potential solution providers may wish to conduct a physical tour of the college’s Network Operations Center (NOC).
Tours of the NOC facility will be conducted immediately following the vendor conference. That will be the only time
available for touring the NOC facility.

Pre-Proposal Vendor Conference ........................................................................June 24, 2014 at 9:30 am


Close date for RFP questions .............................................................................. June 27, 2014 at 2:00 pm
Proposal due 2:00 PM .............................................................................................................. July 1, 2014
RFP evaluation begins .............................................................................................................. July 2, 2014
Contract negotiations start (estimated) ................................................................................. July 15, 2014
First vendor meeting (estimated) ......................................................................................................... TBD
Implementation to begin (estimated)................................................................................................... TBD
Configuration of Level 1 to be completed (estimated) ......................................................................... TBD
The pilot/project is live/completed on (estimated) ........................................................ October 15, 2014

5.0 INSTRUCTIONS TO VENDORS


5.1 RFP Questions and Clarifications
Vendors shall aggregate their requests for clarification and submit them via e-mail to mcvetic@ccac.edu. Contact should
be no later than 2:00 p.m. on June 27, 2014. Such requests for clarification, and CCAC's response, will be supplied in
writing to all parties that have received copies of the RFP, without identifying the source of the inquiry.

5.2 RFP Response Format


Vendors must address all information specified by this RFP. All questions must be answered completely. CCAC reserves
the right to verify any information contained in the vendor's RFP response, and to request additional information after
the RFP response has been received. Any supplemental information that you provide must be in writing and will become
part of your proposal.

Marketing brochures included as part of the main body of the bid response shall not be considered. Such material must
be submitted only as attachments and must not be used as a substitute for written responses. In case of any conflict
between the content in the attachments and a vendor's answers in the body of the proposal, the latter will prevail.

Page | 14
Request for Proposal 3064 For Leasing Dark Fiber and Accompanying Professional Services

5.3 Cover Letter


The proposal must be accompanied by a covering letter, signed by an individual authorized to bind the proposed entity.

5.4 Vendor Profile and Demographics


Provide a statement giving a brief history of your company, how it is organized, and how its available products and
resources will be used to meet CCAC's requirements and help achieve the business objectives stated above. The vendor
shall submit the following information:

a. The company's official name and address. The vendor shall also indicate what type of entity it is (i.e. a
corporation or a partnership).
b. The name, address and telephone number of the person who receives correspondence and who is
authorized to make decisions or represent the vendor. Please state his or her capacity within the company.
c. The total number of years the vendor has been in business and offering Dark Fiber products and, if
applicable, the number of years under the present business name.
d. The number of years that the vendor has been providing the specific Dark Fiber software and software that
forms part of its current proposal.
e. A description of the vendor's operations: facilities, business and objectives, and the number of employees.

5.5 Financial Information


The vendor shall submit a copy of its corporate annual report with its response to this RFP.

Within 24 hours upon request by the College, the vendor shall also provide a complete set of audited financial
statements for the past three years. All financial statements should be prepared to generally accepted accounting
principles. Each vendor should note that CCAC reserves the right to obtain credit reports and additional financial
information as it deems necessary.

5.6 Proposal Submission


Vendors' proposals should be mailed/delivered to the following address:

Mr. Michael Cvetic


Assistant Director of Purchasing
Community College of Allegheny County
800 Allegheny Avenue
Pittsburgh, PA 15233-1895

Please note that it is the vendor's responsibility to ensure that the proposal and all other required documents are
received at the address named above by the closing date specified above. CCAC will be the sole judge of the
qualifications of all prospective candidates, and reserves the right to reject any and all submittals without recourse.

Vendors shall bear all costs associated with preparing and submitting responses to this RFP and the subsequent
evaluation phase. CCAC will, in no way, be responsible for these costs, regardless of the conduct or outcome of the
prequalification process.

5.7 Proposal Evaluation


The evaluation process will comprise:

a. A preliminary examination to determine substantial commercial and technical responsiveness and relevant
experience.
b. A detailed technical evaluation to determine conformity to the requirements.
c. A demonstration of proof of concept and usage scenarios.

Page | 15
Request for Proposal 3064 For Leasing Dark Fiber and Accompanying Professional Services

d. After completing the evaluation phase of the process, CCAC will enter into contract/financial negotiations
with identified vendors. The final selection will be based on the satisfactory outcome of these negotiations.

5.8 Preliminary Examination


CCAC will examine the proposals to determine whether they are complete, that the documents have been properly
signed and that they are compliant with the general bid requirements.

5.9 Detailed Technical Evaluation


An evaluation of proposed products will generally include an assessment of the viability of those products in the Dark
Fiber market. These assessments will be based on an established installed base, market share and growth trends, for
which vendors must provide supporting information.

Evaluation will also include the fit and integration with related CCAC infrastructure, system environments and business
applications. Technical merits and features will be reviewed against the requirements identified in the vendor and
technical requirements sections of this document.

5.10 References
The vendor should provide details of three (3) customers for reference. References should be for customers with
successfully completed comparable projects with objectives and requirements similar to those of CCAC. References
should include information about the contract (specific products in use, date of contract execution, "go live" date and
any services provided), as well as contact information for the client's project manager or other senior staff members
familiar with the project. CCAC reserves the right to contact these references and discuss the client's level of satisfaction
with the vendor and its products.

5.11 Logistics
All vendors selected for the proof-of-concept phase will be given detailed requirements for the testing in advance of the
start of that phase. For that purpose, instructions for demonstration of proof of concept and intended goals will be
provided in writing a week of advance of the meeting. A CCAC agent will be the key contact for any questions relating to
the proof-of-concept phase.

5.12 Treatment of Information


All information about CCAC provided during the RFP process shall remain under nondisclosure and cannot be released
without the express permission of CCAC. The vendor may not make any public announcements or news releases
pertaining to the vendor’s intent to enter into an agreement without CCAC's prior written consent.

6.0 VENDOR REQUIREMENTS:


6.1 Operational requirements:
a. The vendor must be flexible in modifying their project plan timeframe to meet the College’s project demands.
b. Vendor must provide a single point of contact (project manager) to meet on a weekly basis with the College’s
project implementation team and the College’s consultant to review project progress.
c. As part of their response to this RFP, vendor must submit a project plan with detailed tasks, milestones and
dates for task completion based on the provided scheduled events.
d. Vendor must submit resumes of the applicable personnel implementing the project and their anticipated role.
The resumes must indicate the address of the corresponding office locations and pertinent contact information.
e. During the implementation, all consulting work must be done under the supervision of a manufacturer certified
expert. The overall technical responsibility of the project is to be carried out by this expert. At project

Page | 16
Request for Proposal 3064 For Leasing Dark Fiber and Accompanying Professional Services

completion, this expert must provide a sign-off on the final document(s) to acknowledge the conformity of the
work completed by the vendor.
f. The vendor and their project expert shall furnish acceptable evidence of having installed a minimum of three (3)
systems in the U.S.A. similar to that proposed under these specifications. The reference information must
include the following for each project:
i) Project Name
ii) Primary IT Contact
iii) Primary Contact’s Phone Number
iv) Primary Contact’s Email Address
v) Description of the Project
vi) Amount of Project Contract
g. Any specific CCAC network information, including, but not limited to that which pertains to the College’s
network security, as gathered by vendor during the RFP process and as applicable, the resulting project, is to be
considered strictly confidential and shall not be disclosed to third parties.
h. Any information exchanged between CCAC and any vendor prior to the release of this RFP, verbally or in writing,
is considered preliminary and is not binding for CCAC or the vendor.
i. No interpretation of the meaning of the specifications or other bidding documents, or correction of any
apparent ambiguity, inconsistency, or error therein will be made orally to any vendor. Every request for such
interpretation or correction must be in writing, addressed to the applicable CCAC agent. In case CCAC finds it
expedient to supplement, modify, or interpret any portion of the bidding documents prior to the proposal due
date, such procedure will be accomplished by the issuance of written addenda to the RFP which will be e-
mailed, mailed, faxed, or delivered to all prospective vendors at the respective address or contact information
furnished for such purpose.
j. All addenda must be acknowledged (signed) and included within the proposal documents submitted by the
vendor.
k. The optional application integration and interoperation may necessitate some changes on the College’s existing
information technology systems. In such case, the proposed changes have to be reviewed and approved by the
appropriate CCAC staff.
l. Clarification and interpretation of RFP:
i) The words “must”, “will”, “should”, or “shall” in this RFP indicate mandatory requirements. Taking
exception to any mandatory requirement may be grounds for rejection of the proposal.

m. A proposal, which is in any way incomplete, irregular, or conditional, may not be considered by the College
unless such differences are approved in advance by CCAC. Vendors may submit an alternative proposal;
however, the College cannot guarantee consideration of any proposal that does not meet the requirements of
the RFP.

n. The College, at its discretion, may require vendor(s) to meet at the College Office to explain the designs
considerations and/or answer any question related to their response.

o. Time is of the essence with respect to the completion of the work required herein as relative to the stated
schedule. The College expects the selected vendor (Contractor) to complete the installation, configuration
and initial testing of the procured system by October 15, 2014. Changes to this schedule may be made to
accommodate CCAC’s requirements, at its own discretion.

Once the installation, configuration and initial testing is completed and all facets are deemed fully
operational, 75% of the award will be remitted to the Contractor.

Page | 17
Request for Proposal 3064 For Leasing Dark Fiber and Accompanying Professional Services

p. THE VENDOR MUST ENSURE INTEGRATED OPERABILITY BETWEEN THE NEWLY INSTALLED SOLUTION AND THE
COLLEGE’S EXISTING INFORMATION RESOURCES FOR A 60-DAY PERIOD FOLLOWING THE NEW SOLUTION
INSTALLATION BEFORE THE COLLEGE SHALL PROVIDE THE PROJECT SIGN-OFF. ONCE THE SIGN-OFF IS MADE,
THE REMAINING BALANCE (25% OF THE AWARD) WILL BE REMITTED TO THE VENDOR.

q. The vendor must address all of the design objectives and technical and functional requirements delineated
herein this RFP. After the award of the contract, the Contractor is responsible for any necessary item not
brought to the attention of CCAC before the award in order to complete the project.

r. It is not the intent of this specification to describe all technical requirements essential to operation, installation,
and management of the solution, nor to set forth those requirements adequately covered by applicable codes,
industry standards, and accepted trade practices. It’s the vendor’s responsibility to implement and deliver a
fully functioning, complete, optimized system that meets the criteria of all objectives, technical and functional
requirements.

s. The vendor must have an office within 2 hours of driving time of one of the CCAC locations. The vendor must
employ at least one engineer, with manufacturer certification(s) on proposed technology, at this office. Bidder
must submit resumes of the appropriate personnel and indicate location & address of office.

t. During the implementation, all consulting work must be done under the supervision of a dedicated,
manufacturer certified networking expert (utilizing the resources of other less qualified technical personnel
when it’s necessary and/or appropriate). The overall project technical responsibility must be carried out by this
dedicated/certified network engineer. At project completion, this dedicated engineer must provide sign-off on
the final document(s) to acknowledge the conformity of the work which has been completed by the vendor.

6.2 Vendor’s Response


Vendors are cautioned to be sure that the following items are incorporated into their response to this RFP, in
addition to any other RFP submittal requirements:
a. Submit technical data on all equipment and component parts.
b. Submit list of technical personnel, their credentials and their anticipated role in this project.
c. Submit a project plan for the preparation, implementation, and testing of this project and related technologies.
The project plan should include but not be limited to the following;
i) The training of CCAC personnel and the verification/testing of all project related technologies.

a. Vendors are to include a project plan that benchmarks major activities and deadlines. Once the contract is
awarded, CCAC expects a detailed project plan to immediately follow.

f. Submit acceptance-testing procedures to be conducted upon completion of installation to demonstrate the


functionality of the system and compliance with the specifications & design objectives.
g. Each solution and its options must be accompanied by a detailed materials list including maintenance options,
installation and configuration, a narrative explaining the functionality, expandability, and resiliency and a
detailed Visio drawing depicting the design.
h. Each solution and its options must be submitted with a list of technical design elements and their compliance
with the RFP’s design objectives and technical requirements (refer to Attachment 1 – Vendor Compliance Matrix
form attached herein). Compliance and non-compliance must be explicitly noted.
i. Submit a plan to transfer knowledge of basic operation of proposed solutions specific to CCAC’s network on site
at no additional cost.

Page | 18
Request for Proposal 3064 For Leasing Dark Fiber and Accompanying Professional Services

6.3 Project Deliverables


a. A fully functional solution that complies with design objectives, technical and functional requirements,
standards and best industry practices for the proposed solution. The selected Contractor will be solely
responsible in delivering a fully functional solution that meets the specifications and requirements described
herein this RFP.
b. Technical data on all equipment and component parts.
c. A detailed project plan for the preparation, implementation, training, testing and acceptance phases of this
project and related technologies.
d. A list of acceptance-testing procedures to be followed upon completion of installation to demonstrate the
functionality of the system and compliance with these specifications & design objectives.
e. A detailed final documentation (upon completion of the project), containing installation, configuration, contact
information, best practices and recommended operating, protocol, and procedural guidelines.
f. Provide as-configured documentation to include comprehensive, logical and physical layout diagrams in paper
and electronic format (as a Visio drawing).
g. All software required must be integrated with the hardware procured by this proposal and the previously
deployed network equipment.
h. Create detailed topology views of the network on system specific network management system.
i. Create and configure topology status indications to visually help to diagnose system/device faults. Demonstrate
the capability to trace Layer 2 and Layer 3 connectivity between two points (devices, servers, etc).
j. Install, configure and test all equipment and software included in the proposed solution and awarded contract
between CCAC and the Contractor. Ensure the interoperability between the new equipment and the existing
network.
k. Provide all required knowledge transfer on-site and documentation on the new equipment and software.
l. The system (hardware and software) that is installed, in and of itself, must not pose vulnerabilities or security
threats to CCAC’s network.

7.0 VENDOR COMPLIANCE MATRIX


The accompanying Vendor Compliance Matrix must be completed by each respondent (Attachment 1).

8.0 REQUIRED SUBMITTALS

The College requires that responses to this solicitation contain the following information:

 SUBMITTAL FORM: Vendor must complete, sign, and submit this form with their proposal response.

 PRICING PAGE: Submit the designated Pricing Page (and attach detailed pricing breakdown).

 VENDOR COMPLIANCE MATRIX – (see Attachment 1): Vendor must complete, sign, and submit this form with
their proposal response.

 REQUIRED DOCUMENTATION: Submit all documentation and support materials as described throughout this
RFP.

 REFERENCES – submit at least three customer references for similar services.

Page | 19
Request for Proposal 3064 For Leasing Dark Fiber and Accompanying Professional Services

 MBE/WBE PARTICIPATION: CCAC encourages the participation of minority and women-owned businesses in
all of its contracts and is committed to providing maximum opportunities for qualified minority and/or
women-owned business enterprises ("MBE/WBEs") to participate in its work. Bidder agrees (1) if qualified, to
take reasonable and timely steps to obtain appropriate certification as an MBE and/or WBE, (2) to ensure that
MBE and/or WBEs are appropriately considered as subcontractors and/or suppliers under this Agreement;
and (3) to report moneys spent for MBE and/or WBE subcontractors and/or suppliers for work as CCAC may
from time to time reasonably request. CCAC’s goal for MBE/WBE participation is 15%. Please provide
documentation as to your firm’s good faith effort to reach this goal by describing all applicable details of
MBE/WBE participation that may be included in the resulting agreement.

9.0 GENERAL SUBMITTAL REQUIREMENTS


 All proposal responses, inclusive of the required submittals and all other documentation required by this RFP,
must be submitted in hard copy and either mailed, delivered by private carrier, or hand-delivered (no fax or
electronic responses).

 PROPOSAL DEADLINE: Proposals are due by 2:00 p.m. on Tuesday, July 1, 2014 (Proposals received late will
not be considered by the College.)

One original and five (5) copies and a digital copy of such shall be appropriately identified and delivered to:
Community College of Allegheny County, Purchasing Department - Attn: Michael Cvetic, 800 Allegheny
Avenue, Pittsburgh, PA 15233

 Proposals shall clearly indicate company name, full address, contact person, phone number, fax number and
e-mail address.

 Proposals must contain the original signature of a duly authorized officer or agent of the company submitting
the proposal.

 Any/all information/language that is proposed to be incorporated into any final agreement shall be submitted
with the vendor’s response.

 All costs incurred in preparing a response shall be at the vendor’s expense.

 VENDOR REPRESENTATION / WARRANTY

Any responding vendor, by submitting a proposal, specifically represents and warrants that it has and shall
possess, and that its employees, agents and subcontractors have and shall possess, the required education,
knowledge, experience and character necessary to qualify them individually for the particular duties they
perform. CCAC shall reserve the right to inspect and/or evaluate any potential awardee’s facility, physical
equipment, staff, and all matters that may bear upon the ability to successfully perform the scope of work.
CCAC shall conduct interviews of vendors as needed to evaluate qualifications. Should CCAC reasonably find
that any vendor does not have the capacity to perform the work, CCAC may reject the vendor’s proposal.

 CONTRACTOR INTEGRITY PROVISIONS

The awarded Contractor must agree and abide by the following integrity, confidentiality and non-disclosure
provisions:

 COLLEGE’S INTERESTS: Contractor agrees that it will not during the term of the resulting agreement
engage in any activity which is contrary to and in conflict with the best interests, goals and purposes of
the College.

 CONFIDENTIALITY: The Contractor shall not disclose to others any confidential information gained by
virtue of the proposal process and the resulting contract.

Page | 20
Request for Proposal 3064 For Leasing Dark Fiber and Accompanying Professional Services

 COMPLIANCE WITH APPLICABLE LAW: The Contractor shall maintain the highest standards of integrity in
the performance of the contract and shall take no action in violation of state or federal laws, regulations,
or any other requirements that govern contracting with the College.

 PREVIOUS PERFORMANCE CONSIDERATIONS: Contracts will not be awarded by the College to any
corporation, firm or individual that has failed in any former contract with the College to perform or
complete work or, in the College’s sole judgment, to satisfactorily deliver or provide the quality of
materials, fulfill any guarantee(s) or complete work in accordance with the schedule for such prior
contract.

10.0 TERMS AND CONDITIONS OF THE AWARDED CONTRACT

Execution of a written contract, with terms and conditions in such form attached hereto under Appendix B (Master
Service Agreement), will be required by any company selected to perform the work that is the subject of this RFP.
The final, executed contract will incorporate this RFP document, any addenda to the RFP issued by the College, and
those portions of the selected vendor’s proposal designated as accepted by College.

The Master Service Agreement (MSA) and any documents referred to or incorporated therein and/or attached
thereto shall be complementary, and what is called for by any one shall be as binding as if called for by all. If, with
respect to any subject, the terms and conditions set forth in such documents and attachments are consistent with
the terms and conditions of the MSA, then their provisions and requirements shall be deemed cumulative and Seller
shall comply with each provision and requirement. However, to the extent that any provision in such documents is,
or may be, inconsistent with a provision therein, on the same subject or a part of a subject, then the Contractor shall
comply with the provision which is most favorable to College, as determined by College.

Any terms and conditions of a responding vendor that are in conflict with the College’s terms and conditions,
inclusive of any specific contractual requirements, must be identified within the vendor’s response. CCAC, at its sole
discretion, may negotiate the inclusion, exclusion, or alteration of any language, terms, pricing or conditions prior to
the issuance of a signed contract or, if applicable, throughout the term of the contract.

11.0 INSURANCE AND INDEMNIFICATION REQUIREMENTS


The awarded Contractor agrees to comply with the College’s insurance and indemnification requirements as stated
in Form B attached and incorporated herein. An insurance certificate that meets all requirements must be
submitted by the Contractor prior to any work being performed.

12.0 EVALUATION AND AWARD OF PROPOSALS


While each proposal shall be considered objectively, CCAC reserves the right to accept or reject any proposal and to
waive any formalities, informalities or technicalities in the RFP process at its own discretion.

CCAC will not be bound by oral explanations or instructions given by any CCAC employee or agent at any time during
the competitive proposal process or after award. Only modifications to specifications issued in writing by way of an
addendum shall be valid.

Page | 21
Request for Proposal 3064 For Leasing Dark Fiber and Accompanying Professional Services

13.0 FORM B
COMMUNITY COLLEGE OF ALLEGHENY COUNTY
INSURANCE AND INDEMNIFICATION REQUIREMENTS
FORM B
Indemnification. To the fullest extent permitted by law, Contractor shall defend, indemnify and hold
harmless the Community College of Allegheny County (CCAC), its agents, officers, employees, and
volunteers from and against all claims, damages, losses, and expenses (including but not limited to attorney
fees and court costs) to the extent directly arising from the acts, errors, mistakes, omissions, work or
service of Contractor, its agents, employees, or any tier of its subcontractors in the performance of this
Contract. The amount and type of insurance coverage requirements of this Contract will in no way be
construed as limiting the scope of indemnification in this Paragraph.

Insurance. Contractor shall maintain during the term of this Contract insurance policies described below
issued by companies licensed in Pennsylvania with a current A.M. Best rating of A- or better. At the signing
of this Contract, and prior to the commencement of any work, Contractor shall furnish the CCAC
Procurement Department with a Certificate of Insurance evidencing the required coverages, conditions, and
limits required by this Contract at the following address: Community College of Allegheny County,
Procurement Department, 800 Allegheny Avenue, Pittsburgh, PA 15233.
The insurance policies, except Workers’ Compensation and Professional Liability (as applicable), shall be
endorsed to name Community College of Allegheny County, its agents, officers, employees, and volunteers
as Additional Insureds with the following language or its equivalent:
Community College of Allegheny County, its agents, officers, employees, and volunteers are hereby named
as additional insureds as their interest may appear.
All such Certificates shall provide a 30-day notice of cancellation. Renewal Certificates must be provided for
any policies that expire during the term of this Contract. Certificate must specify whether coverage is
written on an Occurrence or a Claims Made Policy form.

Insurance coverage required under this Contract is:

1) Commercial General Liability insurance with a limit of not less than $1,000,000 per occurrence for
bodily injury, property damage, personal injury, products and completed operations, and blanket
contractual coverage, including but not limited to the liability assumed under the indemnification
provisions of this Contract.
2) Automobile Liability insurance with a combined single limit for bodily injury and property damage of
not less than $1,000,000 each occurrence with respect to Contractor’s owned, hired, and non-owned
vehicles.
3) Workers’ Compensation insurance with limits statutorily required by any Federal or State law and
Employer’s Liability insurance of not less than $100,000 for each accident, $100,000 disease for each
employee, and $500,000 disease policy limit.

Page | 22
Request for Proposal 3064 For Leasing Dark Fiber and Accompanying Professional Services

14.0 SUBMITTAL FORM

SUBMITTAL FORM - page 1 of 3


(Must be returned with
All responses must be typewritten or printed. If an explanation is requested or additional space is required, please
include additional pages as required and sign each additional page. The signatory represents and warrants the
accuracy of all information and responses provided on this form. Failure to submit a fully completed Submittal
Form may cause the proposal to be deemed non-responsive and disqualified from further review. If a change
occurs which would necessitate a modification of any response, the proposer should submit an updated form to the
CCAC Procurement Department within thirty (30) calendar days.

GENERAL INFORMATION

1. Legal Name of Organization:

2. Principal Office/Business Address:

Street Address:

City/State:
Zip Code:

3. Business Phone Number:

4. Fax Number:

5. Website Address:

6. Location of Branch Offices:

7. Years in Business:

8. Number of Employees:

9. Federal Employer Tax ID No.:

ORGANIZATION STRUCTURE

1. Type of Business Entity (check one):

 Corporation  Partnership  Other (please attach document describing ownership structure)

Page | 23
Request for Proposal 3064 For Leasing Dark Fiber and Accompanying Professional Services

SUBMITTAL FORM – page 2 of 3

2. Corporation Information (if applicable):

Date of Incorporation:
State of Incorporation:
President:
Vice-President(s):
Secretary:
Treasurer:

3. Partnership Information (if applicable):

Date of Organization:
Type (limited; general):
Name/Addresses of Partners:

4. Are you a certified M/W/DBE?

If “YES”, list certification number and classification:

7. Indicate whether you anticipate subcontracting any portion of these services, and the names and addresses of any
proposed subcontractors:

8. List any and all other legal and DBA names under which your firm has operated during the past ten (10) years,
including dates when used and the reasons for the subsequent change in name(s):

9. State whether any firm owner, partner or officer has operated a similar business in the past ten (10) years. Include
the names and addresses of each such business:

Page | 24
Request for Proposal 3064 For Leasing Dark Fiber and Accompanying Professional Services

SUBMITTAL FORM – page 3 of 3

CONTACT INFORMATION FOR RFP RESPONSE

Please provide the requested information for the individual(s) responsible for preparing your organization’s response to this
RFP and/or to whom requests for additional information or clarification should be directed:

Name:
Title:
Address:

City/State/Zip:
Phone Number:
Fax Number:
Email:

ACKNOWLEDGMENT AND SIGNATURE

The undersigned, having carefully examined all sections and attachments to this Request for Proposal (RFP), does hereby offer
to furnish all labor, materials, equipment, supplies, insurance and any bonds specified, and all services necessary to fulfill the
requirements set forth in the RFP. The undersigned further represents and warrants by its signature below that it has fully
reviewed and understands all elements of the RFP, that all information submitted by it or included with its proposal, including
all responses on this Submittal Form, is truthful and accurate, and that it agrees to be bound by all terms and conditions set
forth in the RFP, any resulting addenda, and its attachments.

STATEMENT OF NON-COLLUSION
The undersigned also certifies that this proposal is made without previous understanding, agreement or connection with any
person, firm, or corporation making a proposal on this same service and is in all respects, fair and without collusion or fraud.

Company Name:
Signature of
Representative:
Printed Name of
Representative:

Title:

Date:

(must be signed by a duly authorized officer or agent of the responding company)

Page | 25
Request for Proposal 3064 For Leasing Dark Fiber and Accompanying Professional Services

15.0 PRICING PAGE


MANDATORY CONFIGURATION (Point to Point Connection)
PRICING PAGE
Any vendor responding to this Request for Proposal (RFP) must complete and submit this Pricing Page. In
addition, vendors must submit complete and itemized listings of all charges as relative to the proposed total cost
of the solution, such as shipping, labor, installation, integration, maintenance, etc. The College does not provide
vendors per diem. Any and all costs must be factored into the total cost presented below (the “Solution Total”).
By submitting a response, the vendor assumes total responsibility for any cost overages due to any assumptions
or cost omissions made by the vendor. Thus, it is highly recommended that the vendor contact the College to
clarify any questionable information or assumptions before submitting their response.

Quantity Part Number Part Description Unit Price Discount Extended Price

Labor $

SOLUTION TOTAL $

* Two (2) modules are to be installed as part of the solution; the third module is being procured as a spare unit.

Company Name:

Signature:

Page | 26
16.0 PRICING PAGE
OPTION 2 (Point to Point Configuration)
PRICING PAGE
Any vendor responding to this Request for Proposal (RFP) must complete and submit this Pricing Page. In
addition, vendors must submit complete and itemized listings of all charges as relative to the proposed total cost
of the solution, such as shipping, labor, installation, integration, maintenance, etc. The College does not provide
vendors per diem. Any and all costs must be factored into the total cost presented below (the “Solution Total”).
By submitting a response, the vendor assumes total responsibility for any cost overages due to any assumptions
or cost omissions made by the vendor. Thus, it is highly recommended that the vendor contact the College to
clarify any questionable information or assumptions before submitting their response.

Quantity Part Number Part Description Unit Price Discount Extended Price

Labor $

SOLUTION TOTAL $

* Two (2) modules are to be installed as part of the solution; the third module is being procured as a spare unit.

Company Name:

Signature:

Page | 27
17.0 PRICING PAGE
OPTION 3 (Point to Point Configuration)
PRICING PAGE
Any vendor responding to this Request for Proposal (RFP) must complete and submit this Pricing Page. In
addition, vendors must submit complete and itemized listings of all charges as relative to the proposed total cost
of the solution, such as shipping, labor, installation, integration, maintenance, etc. The College does not provide
vendors per diem. Any and all costs must be factored into the total cost presented below (the “Solution Total”).
By submitting a response, the vendor assumes total responsibility for any cost overages due to any assumptions
or cost omissions made by the vendor. Thus, it is highly recommended that the vendor contact the College to
clarify any questionable information or assumptions before submitting their response.

Quantity Part Number Part Description Unit Price Discount Extended Price

Labor $

SOLUTION TOTAL $

* Two (2) modules are to be installed as part of the solution; the third module is being procured as a spare unit.

Company Name:

Signature:

Page | 28
18.0 PRICING PAGE
OPTION 4 (Single Ring Topology)
PRICING PAGE
Any vendor responding to this Request for Proposal (RFP) must complete and submit this Pricing Page. In
addition, vendors must submit complete and itemized listings of all charges as relative to the proposed total cost
of the solution, such as shipping, labor, installation, integration, maintenance, etc. The College does not provide
vendors per diem. Any and all costs must be factored into the total cost presented below (the “Solution Total”).
By submitting a response, the vendor assumes total responsibility for any cost overages due to any assumptions
or cost omissions made by the vendor. Thus, it is highly recommended that the vendor contact the College to
clarify any questionable information or assumptions before submitting their response.

Quantity Part Number Part Description Unit Price Discount Extended Price

Labor $

SOLUTION TOTAL $

* Two (2) modules are to be installed as part of the solution; the third module is being procured as a spare unit.

Company Name:

Signature:

Page | 29
19.0 PERFORMANCE BOND REQUIRMENTS

Performance Bond Required of Awarded Vendor – $25,000.00

Must use the college’s form on the next page.

In lieu of a performance bond, the awarded vendor may submit either a certified or cashier’s check or an Irrevocable
Letter of Credit in the amount of $25,000.00.

Irrevocable Letter of Credit shall be as follows:

A contractor or supplier to the Community College of Allegheny County may substitute an Irrevocable Letter of
Credit in lieu of a Performance Bond. If this option is chosen by the contractor or supplier, the Irrevocable
Letter of Credit must include the following terms.

a. The terms of payment must be stated as follows:

“The drafts must be accompanied by your (CCAC) signed statement certifying that the contractor has
not performed satisfactorily in accordance with the specifications and conditions of the contract.
Unsatisfactory performance will be determined solely by the Community College of Allegheny County”.

b. The Irrevocable Letter of Credit must be payable and confirmed through a correspondent bank
headquartered within the United States and which has total assets of at least $5 billion.

Any performance bond, certified/cashier’s check, or Irrevocable Letter of Credit submitted by the awarded vendor shall
remain in effect (certified/cashier’s check held by CCAC) for a period of ninety days beyond the final date of acceptance
and signoff by CCAC.

Page | 30
Request for Proposal 3064 For Procurement of 3064 and Accompanying Professional Services

20.0 PERFORMANCE BOND

COMMUNITY COLLEGE OF ALLEGHENY COUNTY

800 Allegheny Avenue, Pittsburgh, Pennsylvania 15233

BOND NUMBER____________

PERFORMANCE BOND

Know all men by these Presents that we_____________________________________________________

(hereinafter called “Principal”) as Principal, and______________________________________________________

authorized to do business in the Commonwealth of Pennsylvania (hereinafter called “Surety”) as Surety, are held and
firmly bound unto the Community College of Allegheny County, through its Board of
Trustees,_______________________

in the sum of____________________________________________

to be paid to the said College aforesaid, its certain attorney, or assigns. To which payment will and truly be made, said
principal and said surety to bind themselves, their respective successors or assigns jointly and severally, firmly by these
presents.

WITNESS our hands and seals, the ____________day of ________________________ the year of our Lord
2009.

WHEREAS the above bounded____________________________________________________________

has filed with the Community College of Allegheny County proposals for the________________

____________________________________The Condition of the above Obligation is such that if the


said____________________________shall perform_____________________________________________

In accordance with the agreement between____________________________________________________

and the Community College of Allegheny County of even date herewith and the specifications and proposals attached
to and made part of the agreement, shall indemnify and save harmless the said Community College of Allegheny
County from all liens, charges, demands, losses and damages of every kind and nature, whatsoever. Then this
obligations to be void, otherwise to be and remain in full force and virtue.

Attest: CONTRACTOR

(SEAL)

SECRETARY PRESIDENT

Signed, Sealed, and Delivered in presence of:

(SEAL) SURETY COMPANY

WITNESS ADDRESS

TITLE

Page 31
Request for Proposal 3064 For Procurement of 3064 and Accompanying Professional Services

21.0 APPENDIX A

CCAC site locations (6 sites):


Office of College Services
800 Allegheny Avenue
Pittsburgh, PA 15233
(412) 323-2323

Allegheny Campus
808 Ridge Avenue
Pittsburgh, PA 15212-6097
(412) 237-2525

Boyce Campus
595 Beatty Road
Monroeville, PA 15146
(724) 327-1327
(412) 371-8651

North Campus
8701 Perry Highway
Pittsburgh, PA 15237
(412) 366-7000

South Campus
1750 Clairton Road
West Mifflin, PA 15122
(412) 469-1100

West Hills Center


1000 McKee Road
Oakdale, PA 15071-1099
(412) 788-7500

Page | 32
Request for Proposal 3064 For Procurement of 3064 and Accompanying Professional Services

22.0 APPENDIX B

MASTER SERVICES AGREEMENT

THIS MASTER SERVICES AGREEMENT ("Agreement") is made and entered into as of this ____ day of
_____________, 2014, by and between Community College of Allegheny County, with a business office located
at 800 Allegheny Avenue, Pittsburgh, PA 15233 (hereinafter referred to as the “College”), and the company or
business listed on the signature page hereto (hereinafter referred to as “Contractor”).

RECITALS

WHEREAS, the College has issued a Request for Quotation, Bid Solicitation, Request for Proposal, and/or
a Purchase Order (hereinafter individually and collectively referred to as the “Order”), pursuant to

RFP 3064

which College seeks to procure certain work and services, as more fully described on the Order; and

WHEREAS, Contractor has submitted a proposal to the College to provide the services described in the
Order, a copy of which is attached hereto as Exhibit A (hereinafter the “Proposal”) and incorporated by reference;

WHEREAS, the College desires to engage Contractor to provide the services, pursuant to and in
accordance with the terms and conditions that this Agreement set forth herein.

NOW, THEREFORE, in consideration of the premises and covenants that this Agreement contains, the
receipt and adequacy of which are hereby acknowledged, the parties, intending to be legally bound, agree as
follows:

1. Term. The term of this Agreement shall be as specified in the Order unless otherwise stated in the
section below. If no date is specified, this Agreement shall begin with the date first stated above and terminate
upon satisfactory completion of the services described herein.

2. Services. Contractor shall fully and faithfully perform the work and services described in the
Order and the Proposal and any specifications, scope of work or other documentation attached thereto. Contractor
warrants that all work and services performed by or on behalf of it under this Agreement will conform to all terms
and specifications set forth in the Order and in the Proposal.

2. Price/Fees: The College shall pay Contractor for the services and work
performed by Contractor in accordance with the fees and/or prices set forth
in the Proposal.

Page | 33
Request for Proposal 3064 For Procurement of 3064 and Accompanying Professional Services

4. Terms and Conditions: This Agreement, and the services to be performed by Contractor
hereunder, will be subject to and governed by College’s Standard Terms and Conditions for the Purchase of Goods
and Services (“Master Terms”), which are incorporated herein by reference. The Master Terms can be viewed and
downloaded at http://www.ccac.edu/default.aspx?id=149304. By signing below, Contractor acknowledges its
receipt and acceptance of the Master Terms.

5. Insurance Requirements: In addition to the Master Terms, Contractor shall comply with the
insurance and indemnification requirements set forth on Exhibit B, which are incorporated herein by reference.
Prior to commencing performance of the Services, Contractor shall furnish to the College a properly executed
certificate(s) of insurance which evidence all insurance required by Exhibit B. Said certificate(s) of insurance shall
be attached herein as Exhibit C.

6. Assignment. Contractor may not assign or subcontract this Agreement or its performance thereof,
in whole or in part, without the College’s prior written consent.

7. Entire Agreement; Modification. This Agreement, together with the Exhibits and other documents
referenced and incorporated herein, sets forth the entire agreement of the parties on the subject matter hereof and
supersedes all previous or concurrent agreements between them, whether oral or written. Any proposal, quotation,
acknowledgment, confirmation or other writing submitted by Contractor to the College shall not be deemed to amend
or modify this Agreement, and will be of no legal effect except to the extent that it serves to identify the work and
services to be performed by the Contractor. This Agreement, and the terms set forth in the Master Terms, will
control over any conflicting terms or provisions contained in any proposal, invoice or other documentation submitted
by Contractor to College. The terms of this Agreement may not be modified or changed except by a writing that both
parties sign. This Agreement shall inure to the benefit of the College and Contractor and the College’s successors
and assigns.

IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above
written.

CONTRACTOR: COMMUNITY COLLEGE


OF ALLEGHENY COUNTY:

By: __________________________ By: _____________________________

Signature: __________________________ Signature: _______________________________

Title: __________________________ Title: _______________________________

Date: Date: ___________________________ Date: _____________________________

EXHIBITS - The following Exhibits are attached hereto and made a part of this Agreement for all purposes:
 Exhibit A - Contractor’s Proposal Response
 Exhibit B - Contractor’s Certificate(s) of Insurance.
 Exhibit C – Performance Bond

Page | 34
Request for Proposal 3064 For Procurement of 3064 and Accompanying Professional Services

23.0 APPENDIX C

A. Fiber Optic Performance

1. The following fiber characteristics shall apply to all cable used:

a. Connections shall provide for optimal performance, minimal loss, with the specification
for splices at x equal or less than 0.5 dB insertion loss.

b. Single mode 1550 nm low dispersion fiber, e.g. SMF-28 (metro)

c. No point discontinuity greater than 0.1 dB at 1310 nm and 1550 nm

d. Attenuation at 1310 nm no greater than 1.5 dB/Km

e. Attenuation variances relative to wavelength shall not exceed:

f. 1285-1310 less than or equal to 0.035

g. 1330-1310 less than or equal to 0.03

h. 1525-1550 less than or equal to 0.03

i. 1550-1575 less than or equal to 0.03

2. Attenuation with bending shall not exceed:

a. 100 turns 50 mm, 60 mm diameter less than or equal 0.05 dB/Km at 1310 nm

b. 100 turns 50 mm, 60 mm diameter less than or equal 0.1 dB/Km at 1550 nm

c. Zero dispersion wavelength at 1310 nm plus or minus 10 nm

d. Zero dispersion slope less than or equal to 0.092 ps/(nm2*Km)

e. Cutoff wavelength shall be less than or equal to 1260 nm

f. Polarization Mode Dispersion (link quadrature average) values (as defined by EIA RS-
455-133), for concatenated fiber lengths should be optimized for the highest possible
performance, even after cabling. Pre-cabling PMD link value less than or equal to 0.1
with the maximum for individual fiber less than or equal to 0.2.

3. Fiber dimensional specifications shall be:

a. A variety of standard lengths will be required

b. Fiber curl shall be greater than or equal to the radius of curvature cladding diameter of
125.0 Fm plus or minus 1.0 Fm

c. Core-clad concentricity of less than or equal to 0.5 Fm

Page | 35
Request for Proposal 3064 For Procurement of 3064 and Accompanying Professional Services

d. Coating diameter of 245 Fm plus or minus 5 Fm

e. Coating/cladding concentricity less than or equal to 12 Fm (fiber coating geometry


based upon EIA RS-455-173)

4. General values for the fiber shall be:

a. Core diameter ~8 Fm to 8.8 Fm

b. Numerical aperture measured at a one percent power level at 1310 nm equals 0.12

c. Zero dispersion wavelength 1310 nm, 1312 nm

d. Zero dispersion slope 0.086 to 0.090 ps/(nm2*Km)

e. Dynamic fatigue Nd equal or greater than 20 with 2 point bend (testing parameters
based upon EIA RS-455-76)

f. Static fatigue Nd equal or greater than 20 (testing parameters based upon EIA RS-
455-97) Coating strip force 0.6 lbs dry (testing parameters based upon EIA RS-455-
178A)

g. Environmental Specifications with operating temperature ranging from minus 60


degrees C to plus 85 degrees C shall have induced attenuation less than or equal to
0.05 at 1310 nm and 1550 nm including heat aging at 85 degrees C, (based upon EIA
RS-455-3A, EIA RS-455-73,EIA RS-455-75 for temperature cycling, temperature,
humidity cycling, and fluid immersion).

B. Physical Cable Requirements

1. The cable shall meet, as a minimum, the following specifications and shall conform with the latest
issue of Bellcore TRTSY-O00020: Generic Requirement for Optical Fiber and Optical Fiber Cables,
and ANSl/EIA-472: Generic Specification of Fiber Optic Cables, and appropriate Sectional
Specifications thereof.

a. Cable Construction. Cable construction, other than as specified, must be approved by


the College. The cable shall be constructed entirely from dielectric material.

b. A cable suitable for either direct installation into a duct bank or innerduct/conduit
affixed directly to walls, or installation into an innerduct for self-supported suspension
between poles, or supported from elevated structures, (e.g., within an aerially self-
supported or figure eight innerduct) shall be supplied.

c. The cable shall be of gel-filled, loose tube construction with up to twenty four (24)
buffer tubes wrapped around a dielectric central strength member. All fiber(s) shall be
contained within buffer tubes, and each buffer tube shall have an inside diameter much
greater than the total diameter(s) of the fiber(s) it supports. All fiber(s) shall be
contained within buffer tubes, and each buffer tube shall have an inside diameter much
greater than the total diameter(s) of the fiber(s) it supports.

Page | 36
Request for Proposal 3064 For Procurement of 3064 and Accompanying Professional Services

d. Each fiber or group of fibers shall be free-floating within the tubes such that all
mechanically or environmentally induced stress placed upon the cable is de-coupled
from the fibers. The air within the buffer tubes shall be displaced with a gel to prevent
entry by water and to facilitate free movement of the fiber(s) within.

e. The fiber optic cable shall conform with the latest issue of EIA/TIA-598, for color
coding. Identification of buffer tubes and fiber strands shall be such that they can be
easily identified by field forces without the use of special equipment or tools.

f. Cables constructed of less than six fibers shall have a buffer tube provided for each
fiber; cables constructed of more than six fibers may have several fibers occupy a
buffer tube, with equal distribution of fibers as far as practicable. When more than one
fiber occupies a buffer tube, the fibers shall be color coded for identification.

g. The cable shall have an interstitial filling between the buffer tubes and throughout the
remainder of the cable to prevent entry of water.

h. A binder wrapping strength member of Kevlar, or approved equal, fibers shall be


provided as a final layer prior to application of the outer jacket.

i. The cable shall be provided in continuous lengths. Each fiber shall be pulled from the
same optical waveguide form and shall be free of splices. Optical fibers are to be made
from silica; the use of any other material must be approved by the Engineer.

j. A permanent marking shall be employed on the outer jacket of the cable which shall
show the date of manufacture, the Manufacturer’s name, and the words ‘FIBER OPTIC
CABLE’. A numerical sequence shall be marked on the outer jacket, at intervals no
greater than ten (10) feet, to facilitate determination of length of cable and amount of
cable remaining on the reel.

k. All optical fibers shall be proof tested by the fiber manufacturer at a minimum load of
100 kpsi.

l. The outer jacket shall be constructed of medium density polyethylene, minimum jacket
thickness of 1.4 mm. Jacketing material shall be applied directly over the tensile
strength members and flooding compound. The outer jacket shall be ultra-violet ray
and fungus resistant.

m. The cable where specified on drawings shall be of low smoke, zero halogen, fire
retardant manufacture that meets or exceeds National Fire Protection Association
Standard 1 30.

Page | 37
Request for Proposal 3064 For Procurement of 3064 and Accompanying Professional Services

24.0 APPENDIX D

A. CORE BACKBONE REQUIREMENTS

1. The core backbone shall support the following:

a. Core systems that support between eighty (80) to one hundred fifty (150) wavelengths
where wavelengths can be added incrementally within each single fiber.

b. These wavelength channels should be able to scale to multiple Tbps and to support
ten (10) to thirty (30) Gigabits per second each with capabilities for incremental
addition of capacity.

c. Channels should support a wide range of protocols including native Gigabit Ethernet,
10 and 40 Gigabit Ethernet, SONET, DWDM. These links should be provisioned with
optimal performance at or near wirespeed.

2. The backbone infrastructure will be developed in part with high- performance passive optical
switches, which will include high-precision scanning mirrors and high-performance, highly scalable
OXCs that can support mesh lightpath configurations. The OCXs will be protocol and wavelength
independent, with a small form factor, with maximul N*N scalability and capability to support
multiple terabits with almost no loss and with minimal power.

3. Capabilities for adding high performance repeaters where required (although the network will be
designed to minimize the number of repeaters).

4. High performance optical amplification components.

5. High performance chromatic dispersion compensators.

6. High precision wavelength spacing capabilities.

7. High precision wavelength controlled lasers.

8. All individual core components must have reliability that meets or exceeds 99.999%.

9. All individual core components must be high performance even on links with multiple wavelengths
with multiple Gbps per wavelength.

10. Network performance will include measurements for related server systems, e.g., DNS servers,
and routers, as well as for the network core.

11. WDM Interconnections must provide the capabilities for interconnections with traditional Optical
Cross-connect infrastructure.

Page | 38

You might also like