florida department of transportation · florida department of transportation . addendum no. ... rfp...

16
FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 3 DATE: 04/21/2016 RE: RFP-DOT-15/16-9047-GH RFP TITLE: FLORIDA KEYS ITS MICROWAVE SYSTEM Subject: Sheet IT-42, Ex. A pg. 17, Revision and Replacement of originals Notice is hereby given of the following change to the referenced RFP: Attached is the revised Appendix “A”, Sheet IT-42 Keys Microwave Site Location List, which now lists the correct coordinates for Site 2 Sugarloaf Key. This Appendix “A”, Rev1 Sheet IT-42 replaces the original Sheet IT-42. The last paragraph of Exhibit A, Section 5, page 17 of 35, is revised to delete the sentence that references the Contract Plans in Appendix A, in its entirety. Additional Questions and Answers enclosed Please acknowledge receipt of this Addendum by completing and including in your bid submittal, by no later than the time and date of the bid/proposal opening. Failure to do so may subject the bidder/proposer to disqualification. _____________________________________Proposer _____________________________________Address _____________________________________ _____________________________________Submitted by (Signature) Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes.

Upload: truongnhi

Post on 30-May-2018

215 views

Category:

Documents


0 download

TRANSCRIPT

FLORIDA DEPARTMENT OF TRANSPORTATION

ADDENDUM NO. 3 DATE: 04/21/2016 RE: RFP-DOT-15/16-9047-GH RFP TITLE: FLORIDA KEYS ITS MICROWAVE SYSTEM

Subject: Sheet IT-42, Ex. A pg. 17, Revision and Replacement of originals

Notice is hereby given of the following change to the referenced RFP:

• Attached is the revised Appendix “A”, Sheet IT-42 Keys Microwave Site Location List, which now lists the correct coordinates for Site 2 Sugarloaf Key. This Appendix “A”, Rev1 Sheet IT-42 replaces the original Sheet IT-42.

• The last paragraph of Exhibit A, Section 5, page 17 of 35, is revised to delete the sentence that references the Contract Plans in Appendix A, in its entirety.

• Additional Questions and Answers enclosed

Please acknowledge receipt of this Addendum by completing and including in your bid submittal, by no later than the time and date of the bid/proposal opening. Failure to do so may subject the bidder/proposer to disqualification. _____________________________________Proposer _____________________________________Address

_____________________________________

_____________________________________Submitted by (Signature) Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes.

Site ID ITS Name Facility Name Latitude LongitudeCoordinate

Site ID

Antenna

Diameter

(ft.)

Antenna

Gain

(dBi)

Antenna

Height

(ft.)

Path

Length

(mi).

Azimuth

(Degrees

From

North)

Frequency

Band

(GHz)

Required

Polarization

(V/H)

Minimum One-Way

Data Rate (Mbps) at

99.999% Annual Rain

Reliability

Q CCTV 315 POLE-US1-48.0-SB-C 24:42:31.7N 081:06:23.3W P 4 41 99 7.0 72.1 11 - 190

Q CCTV 315 POLE-US1-48.0-SB-C 24:42:31.7N 081:06:23.3W Q1 2 38.6 93 1.9 74.9 18 - 100

Q CCTV 315 POLE-US1-48.0-SB-C 24:42:31.7N 081:06:23.3W R 6 38.9 99 8.1 256.3 6 - 190

Q1 CCTV 316 POLE-US1-50.0-SB-A 24:42:57.9N 081:04:36.9W Q 2 38.6 52 1.9 254.9 18 - 100

R CCTV 314 POLE-US1-39.8-NB-A 24:40:51.5N 081:13:52.8W Q 6 38.9 62 8.1 76.3 6 - 190

R CCTV 314 POLE-US1-39.8-NB-A 24:40:51.5N 081:13:52.8W R1 1 35.3 52 0.5 238.5 23 - 100

R CCTV 314 POLE-US1-39.8-NB-A 24:40:51.5N 081:13:52.8W S 6 43.4 62 7.1 263.3 11 - 190

R1 CCTV 312, 313/ DMS68, 69 POLE-US1-39.0-SB-A 24:40:39.0N 081:14:15.0W R 1 35.3 20 0.5 58.5 23 - 100

S CCTV 310 POLE-US1-31.3-NB-A 24:40:08.3N 081:20:36.0W R 6 43.4 73 7.1 83.3 11 - 190

S CCTV 310 POLE-US1-31.3-NB-A 24:40:08.3N 081:20:36.0W S1 2.5 37.4 68 2.3 125.8 11 - 100

S CCTV 310 POLE-US1-31.3-NB-A 24:40:08.3N 081:20:36.0W T 4 41 78 6.1 264.8 11 - 190

S CCTV 310 POLE-US1-31.3-NB-A 24:40:08.3N 081:20:36.0W 1 2 38.6 60 1.2 290.7 18 - 180

S1 CCTV 311 POLE-US1-34.0-SB-A 24:38:58.8N 081:18:50.6W S 2.5 37.4 48 2.3 305.8 11 - 100

T CCTV 308 POLE-US1-25.2-NB-A 24:39:39.6N 081:26:22.0W S 4 41 93 6.1 84.8 11 - 190

T CCTV 308 POLE-US1-25.2-NB-A 24:39:39.6N 081:26:22.0W T1 2 38.6 55 1.7 89.8 18 - 100

T CCTV 308 POLE-US1-25.2-NB-A 24:39:39.6N 081:26:22.0W U 4 40.8 85 5.5 268.3 11 - 190

T1 CCTV 309 POLE-US1-27.0-SB-A 24:39:39.9N 081:24:44.7W T 2 38.6 52 1.7 269.9 18 - 100

U CCTV 307 POLE-US1-19.6-NB-A 24:39:31.3N 081:31:35.5W T 4 40.8 53 5.5 88.3 11 - 190

U CCTV 307 POLE-US1-19.6-NB-A 24:39:31.3N 081:31:35.5W V 2.5 37.4 58 5.6 242.6 11 - 190

U CCTV 307 POLE-US1-19.6-NB-A 24:39:31.3N 081:31:35.5W 2 2 40.2 53 0.2 342.2 23 - 180

V CCTV 305 POLE-US1-14.0-NB-A 24:37:15.4N 081:36:21.6W U 2.5 37.4 70 5.6 62.5 11 - 190

V CCTV 305 POLE-US1-14.0-NB-A 24:37:15.4N 081:36:21.6W V1 2 38.6 64 2.0 55.8 18 - 100

V CCTV 305 POLE-US1-14.0-NB-A 24:37:15.4N 081:36:21.6W W 6 38.9 73 8.6 248.5 6 - 190

V1 CCTV 306 POLE-US1-16.0-SB-A 24:38:14.1N 081:34:47.1W V 2 38.6 48 2.0 235.8 18 - 100

W CCTV 301 POLE-US1-5.2-SB-A 24:34:31.2N 081:43:57.9W V 6 38.9 93 8.6 68.5 6 - 190

W CCTV 301 POLE-US1-5.2-SB-A 24:34:31.2N 081:43:57.9W W1 1 34.2 72 1.3 253.7 18 - 100

W CCTV 301 POLE-US1-5.2-SB-A 24:34:31.2N 081:43:57.9W W2 2.5 37.4 84 2.3 72.2 11 - 100

W1 CCTV 300 POLE-US1-4.0-SB-A 24:34:12.7N 081:45:07.2W W 1 34.2 48 1.3 73.7 18 - 100

W2 CCTV 302, 303/DMS70, 71 POLE-US1-7.6-M-A 24:35:07.9N 081:41:53.1W W 2.5 37.4 40 2.3 252.2 11 - 100

W2 CCTV 302, 303/DMS70, 71 POLE-US1-7.6-M-A 24:35:07.9N 081:41:53.1W W3 2 34.9 38 1.6 78.4 18 - 100

W3 CCTV 304 POLE-US1-9.2-SB-A 24:35:23.9N 081:40:25.7W W2 2 34.9 54 1.6 254.8 18 - 100

1 Big Pine Key Big Pine Key 24:40:30.0N 081:21:39.0W S 2 38.6 75 1.2 110.7 18 - 180

2 Sugarloaf Key Sugarloaf Key 24:39:42.0N 081:31:38.0W U 2 40.2 75 0.2 162.2 23 - 180

CR Coral Reef Coral Reef 25:37:53.8N 080:23:7.5W HEFT - - - 13.5 - - - F.O.

CR Coral Reef Coral Reef 25:37:53.8N 080:23:7.5W RTMC - - - 10.3 - - - F.O.

RTMC District 6 RTMC District 6 RTMC 25:46:48.8N 080:22:35.7W CR - - - 10.3 - - - F.O.

RTMC District 6 RTMC District 6 RTMC 25:46:48.8N 080:22:35.7W GG - - - 14.5 - - - F.O.

GG Golden Glades Golden Glades 25:55:38.2N 080:12:38.6W RTMC - - - 14.5 - - - F.O.

FLORIDA DEPARTMENT OF TRANSPORTATION605 SUWANNEE ST. MS 90TALLAHASSEE, FL 32399-0450PH.(850)-410-5600FAX.(850)-410-5501

T:\Public\ITS\Telecommunications\Keys Microwave System\Plans Package\KeysMW_PlansPackage_20160419-Rev1.vsd

IT-42

SHEET NO.STATE OF FLORIDA

DEPARTMENT OF TRANSPORTATION

PROJECT-WIDE

SITE NAME

424401-2-93-01

FINANCIAL PROJECT IDCOUNTY

MONROE, MIAMI-DADE

CONTRACT PLANS RECORD

1

REV.4/19/2016

DATEUPDATE LATITUDE AND LONGITUDE OF SUGARLOAF KEY

DESCRIPTION REV.DATE DESCRIPTION

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA KEYS ITS MICROWAVE RADIO SYSTEM

Page 17 of 35

There is a transition of technology at the HEFT site. This is where the CE services will

terminate and connect into an OTN technology. The OTN service will proceed north on

Florida Turnpike Enterprise (FTE) fiber to the Coral Reef Site. Appropriate CE

terminations are needed at all sites. The OTN service will continue north on FTE fiber to

the SR-836 interchange and connect into the District 6 RTMC. Presume the optical path

has continuity from HEFT to Coral Reef to District 6 RTMC. The Vendor will be

responsible to provide a fiber characterization report to verify the OTN technology

functionality on the FDOT fiber.

Please refer to Contract Plans in Appendix A for a general description of the rings and

primary redundant data paths. Carrier Ethernet services, design, and provisioning will be

required.

5.1 General Requirements

Carrier Ethernet devices should provide but not be limited to the following functionality:

Environmental and physical" Supports AC or DC power" Redundant power supplies" 2 RU or smaller form factor" Temperature hardened for outdoor deployment - Operational characteristics

support installation in a -40C to +65C environment." Alarm connectors" Management port" Console port

Interfaces:

" Minimum four (4) 10/100/1000 SFP/SFP+ ports" Minimum four (4) 10/100/1000 copper RJ-45 ports" 10G SFP+ or equivalent ports" PoE/PoE+ support" Pseudo-wire functionality

Carrier Ethernet

" MEF CE 2.0 Certified" Carrier Ethernet Services: E-Line, E-LAN, E-Tree, E-Access" Synchronization: Sync-E (ITU-T G.8261, G.8262, G.8264, G.781) and

1588v2" 802.1Q VLAN tagging, filtering and VID translation" G.8032V2 Ethernet ring protection switching" Protection switching times shall be less than 100 ms.

Revision 1

Addendum 3 Technical Q’s & A’s

1

1. Section 15 of Exhibit A:’ states Because of security requirements of the FDOT’s system, all upgrades to the

system must be accomplished without access to the public Internet. The Vendor shall provide procedures for performing upgrades and updates as needed to the equipment without access to the Internet. Does this assume that FDOT expects onsite support for performing all upgrades and updates? Also bulletins and status reports could be affected by this issue. This means that FDOT does not have, and will not provide Internet access outbound from within the FDOT ITS network for the purposes of performing software upgrades. FDOT can provide remote inbound access via secure VPN, where authorized technicians can access equipment for the purposes of firmware upgrades and maintenance.

2. The RFP asks for a system capable of 96 channels with OTN high/low order switching, but the drawings do not show adequate rack space for this configuration. Are there additional racks available for the Optical Transport Network Switch? See response to Question 3, below.

3. How much Rack space is available for the initial deployment of the Optical Transport Network Switch at the District 6, Equipment Shelter – HVAC, and Outdoor Cabinet? The District 6 location has 7 rack units available. The Coral Reef site has at least half a rack of space. The HEFT site has at least 5 rack units available.

4. What is the fiber type between District 6, Equipment Shelter – HVAC, and Outdoor Cabinet that the Transport Network Switch should use? (Exhibit B Contract Plans PDF page 9) Single mode

5. The loss between the sites seems high per km of fiber deployed, what frequency was this loss taken at? FDOT is not aware of any losses measured on the span between the HEFT and Coral Reef sites, and Coral Reef to the District 6 RTMC. The vendor should presume that they are responsible for testing the fiber and measuring losses, and furnishing equipment

6. Is the requirement for the Optical Transport Network Switch just between these 3 sites as detailed in (Exhibit B Contract Plans PDF page 9)? Yes

7. What is the maximum and minimum temperature achieved in the District 6, Equipment Shelter – HVAC, and Outdoor Cabinet where Optical Transport Network Switches will be located? FDOT has not taken these measurements. The District 6 RTMC can be considered a data center. The Coral Reef site is an HVAC equipped RF shelter, similar to Everglades Academy, although more populated. The Outdoor Cabinet at the HEFT site is exactly that. Proposers should offer

Addendum 3 Technical Q’s & A’s

2

equipment that is ETR capable, pursuant to NEBS Level 3, regardless of where equipment is being installed. Please refer to Section 4.3.2 and Section 5.1 of the RFP specifications.

8. What are the client port requirements for the Optical Transport Network Switch? Client ports, where required, could be either copper RJ-45, SM FOC, or MM FOC.

9. Does the Optical Transport Network Switch also contain the Carrier Ethernet Layer 2 switch? Preferably, yes, it does.

10. It seems there is a single Ethernet handoff/interface between the CE SERVICE ACCESS SWITCH – ETR and CISCO 3650.

a. Please specify the interface requirement: data rate, RJ45 or Optical (single mode or multimode). The interface could be either MM FOC or 10/100/1000 copper Ethernet.

11. It seems there is a single Ethernet handoff/interface between the CE SERVICE ACCESS SWITCH – ETR and CISCO 2955.

a. Please specify the interface requirement: data rate, RJ45 or Optical (single mode or multimode). The interface could be either MM FOC or 10/100/1000 copper Ethernet.

12. It seems there is a single Ethernet handoff/interface between the CE SERVICE ACCESS SWITCH – ETR and ETHERWAN.

a. Please specify the interface requirement: data rate, RJ45 or Optical (single mode or multimode). The interface could be either MM FOC or 10/100/1000 copper Ethernet.

13. It seems there is a single Ethernet handoff/interface between the MW SERVICE SWITCH - ODU and CISCO 2955.

a. Please specify the interface requirement: data rate, RJ45 or Optical (single mode or multimode). The interface will be 1Gbps copper Ethernet.

14. It seems there is a single Ethernet handoff between the MW SERVICE SWITCH - ODU and ETHERWAN. a. Please specify the interface requirement: data rate, RJ45 or Optical (single mode or multimode).

The interface will be 1Gbps copper Ethernet.

15. It seems there is a single Ethernet physical interface between the MW SERVICE SWITCH - ODU and DAKTRONICS.

a. Please specify the interface requirement: data rate, RJ45 or Optical (single mode or multimode). DAKTRONICS refers to a dynamic variable message sign. This equipment is controlled by the district and will connect to the District 6 network equipment. It will not directly interface with the transport equipment.

Addendum 3 Technical Q’s & A’s

3

16. To size the UPS, please provide the estimated total wattage information of the existing hardware (Cisco 2955, Cisco 3960, EtherWan, Vbrick, RTMS X2, Daktronics, etc.) at each Outdoor Cabinet and Equipment Shelter. The proposer is responsible for performing all calculations associated with their RFP response.

17. Is vendor responsible for extending District 6 RTMC connection to the off-net sites Golden Glades Whatley Hub and the NAP of the Americas (Teramark)? If yes, please describe the requirements. No. District 6 already has and maintains these fiber optic connections. By depicting these connections within the RFP documents, FDOT gives proposers an idea of how ERPS rings can be utilized for redundancy. Collaboration with District 6 personnel will be required to employ these features during implementation. Sheet IT-8, KEYS ITS CARRIER ETHERNET ARCHITECTURE, was deleted from this RFP in its entirety.

18. At District 6 RTMC site, what is the handoff/interface requirement between Photonic Service Switch OTN with Carrier Ethernet to the following equipment:

a. Avaya (Nortel) ERS-8606ITS WAN Router b. Firewall c. Others, if applicable?

a. Yes b. Yes c. No

19. At Site A Florida City Hub, please specify the handoff/interface requirement to AT&T Metro Ethernet. The Metro Ethernet handoff at Florida City Hub to the microwave system will be via 10/100 copper Ethernet, from the Canoga Perkins shelf.

20. At Site W, please specify the handoff/interface requirement to AT&T Metro Ethernet. See answer to Question 19

21. At Site M Tea Table Fill, please specify the handoff/interface requirement to AT&T Metro Ethernet. See answer to Question 19

22. At Heft site, will Photonic Service Switch OTN with Carrier Ethernet be connected to Brocade 6910 Ethernet Access Switch? If yes, please specify the interface requirement. The vendor should anticipate, at a minimum, a 1Gbps optical interface via MM.

23. Is there a format on how we should list any exceptions we may have to the technical requirements or Terms and Conditions? The RFP’s SPECIAL CONDITIONS, Section 39) – Product Requirements/Specifications, provide a mechanism for indicating deviation from the specifications. However, proposers must be aware

Addendum 3 Technical Q’s & A’s

4

that the Technical Evaluation of proposals will be done referenced to compliance with the RFP’s specifications. The FDOT does not allow exceptions to the solicitations Terms and Conditions.

24. Are any point by point responses expected to be included in Part 1 Technical response or just the write ups requested? The RFP’s Proposal Format Instructions, Section 2.2 outlines the required Technical Proposal (Part 1) format.

25. What is AT&T Metro-E demarcation router/switch brand and model? At sites Florida City Hub, M and W, the demarcation device is a Canoga Perkins 9145 NID.

26. Exhibit A Technical Specifications section 7.1 specifies the new UPS to be equipped for an extended run time of 6 hours with an ambient operating temperature range of +50 to +130 Fahrenheit.

a. Can the manufacture or equipment model be disclosed for which the temperature specifications are based? Please advise if there is a UPS in FDoT qualified product list that can be used for this application. Temperature specifications are based upon the environment in which the equipment is being installed. The FDOT Approved Products List (APL) can be found online, at https://fdotwp1.dot.state.fl.us/ApprovedProductList/Specifications

b. Is it possible to add a cabinet to accommodate the 6 hour extended runtime due to the battery space and weights? It is the proposers’ responsibility to propose equipment configurations which satisfy the RFP specifications.

27. Should the following requirements be under the Microwave Service Switch Outdoor Unit and not Carrier Ethernet Service Access Switch?

5.1 General Requirements: Throughput acceleration with inter-frame gap (IFG) and preamble stripping and re-insertion 5.3 Carrier Ethernet Service Access Switch: Throughput acceleration with inter-frame gap (IFG) and preamble stripping and re-insertion

5.1 and 5.3 are sufficient as written.

28. Based on Exhibit A Technical Specification - 3.1 FDOT 2.4/5.8 Ghz Microwave system -"A NEMA-rated enclosure is mounted to the pole at its base and contains the networking, microwave, surge protection and UPS power equipment."

What is the NEMA outdoor cabinet type rating for the FDOT outdoor cabinets? For example: 3, 3x, 4, 4X, 6, 6P, etc..

The cabinets proposers will encounter are all FDOT APL certified Type 336S ITS Field Cabinets. Cabinet specifications on various manufacturers’ offerings of this product can be found at https://fdotwp1.dot.state.fl.us/ApprovedProductList/ProductTypes/Index/558

Addendum 3 Technical Q’s & A’s

5

• Will FDOT provide any MOT plans or is contractor solely responsible for all MOT issues and lane closures

etc..? The successful Vendor w ill be responsible for providing any Maintenance Of Traffic (MOT) plans that may be

necessary. MOT plans are subject to FDOT approval. The Vendor w ill be responsible for implementing approved

MOT plans. The FDOT w ill determine the type and level of MOT prior to authorizing commencement of work

done near a roadway.

• Is there a specific microwave vendor that FDOT prefers?

No.

• What is the overall project duration from NTP? Are there calendar day requirements for completion of each milestone? Time is of the essence. Proposers’ Technical Proposals will be evaluated and graded with consideration of the best interests of the FDOT.

• Exhibit A "Technical Specifications" The installation of all new equipment (antennas, mounting equipment, conduits, cables, etc...) will occur on existing structures (poles, towers, and support structures). These structures have fixed locations and mounting heights. If, during the path analysis and design services, it is determined that additional repeater sites are required to provide 99.999% reliability, will the Department provide additional compensation to ensure that this level of reliability is achieved? In addition, what is process for remedying a microwave path found to be obstructed? The FDOT is responsible for the path engineering and FCC licensing of the microwave links specified in the RFP. In the unlikely event that a microwave path is found to be obstructed, the FDOT will be responsible for remedying the obstructed path.

• Plans IT-2 'General Notes' Note 7 states "All tower and antenna installation work shall be done by tower climbers certified by Comtrain, or approved equivalent." Is it the intent of the Department to limit all equipment installation to tower climbers? During site visits, peg and cable conditions at several locations raised concerns regarding climbing safety. Will the department approve the use of lift or crane equipment to access the removal and installation points on the structures? Any tower and antenna work done by climbers, shall be performed by Comtrain certified tower climbers. Man lifts or crane equipment may be used subject to FDOT approval of Maintenance Of Traffic plans.

• Exhibit A "Technical Specifications" Section 15 'Hardware And Software Technical Support'. Is it the intent of the Department to enter into a depot maintenance contract with the vendor and not a field service agreement? Exhibit A “Technical Specifications” Section 15 ‘Hardware And Software Technical Support’ specifies the expected standard support requirements, including Advanced replacement of failed parts and equipment, Call Center Technical Support, and Remote assistance via the FDOT VPN client. The Vendor shall provide OEM warranty on-site support for all commercial off the shelf computer platforms.

Addendum 3 Technical Q’s & A’s

6

The OTN equipment is required at the Coral Reef and the RTMC sites for future optical network expansions.

The proposers are responsible for including all licensing fees that are necessary with the equipment and services being proposed.

Yes. The FDOT will determine the type and level of Maintenance Of Traffic prior to authorizing commencement of work done near a roadway. The successful Vendor will be responsible for providing any MOT plans that may be necessary and be subject to FDOT approval.

• In the addendum N0 2 Dated 04-15-16 its states we should remove Sheet IT-8 from Exhibit B. Does this also eliminate Section 5 in the exhibit A documentation? No. The last paragraph of Exhibit A, Section 5, page 17 of 35, is revised to delete the sentence that references the Contract Plans in Appendix A, in its entirety.

• Is there an expectation for the amount of time this project should take? Time is of the essence. Proposers’ Technical Proposals will be evaluated and graded with consideration of the best interests of the FDOT.

• Is there an expectation for how many MW hops are to be cutover per night? (Minimum? Or Maximum?)

No.

• Much of the new MW equipment will mount in the same manner as the existing equipment is already mounted. Do you want all the mounts replaced with the new equipment install?

The awarded Vendor shall provide all new equipment and hardware to be installed onto existing poles/towers and into existing equipment cabinets/racks.

Addendum 3 Technical Q’s & A’s

7

• Is the intent to recycle existing IP addresses, or will all-new IP space be used/engineered?

The Technical Specifications and the Contract Plans provide guidance on IP addresses and IP address space. The awarded Vendor will be responsible for the detailed system design and configuration, subject to FDOT approval.

• Is FLDOT’s expectation to install all of the new hops, Turn them up, verify the Performance and then once performance has been verified remove all the old equipment? Or will be removing each piece of old equipment as we install each piece of new equipment? The existing microwave equipment must be removed to create vacant cabinet and pole space for the installation of the new equipment.

• Are we responsible for Traffic control / Lane closures or will FL DOT assist?

The successful Vendor will be responsible for providing any Maintenance Of Traffic (MOT) plans that may be necessary. MOT plans are subject to FDOT approval. The Vendor will be responsible for implementing approved MOT plans. The FDOT will determine the type and level of MOT prior to authorizing commencement of work done near a roadway.

• How does FDOT feel about the use of a Wi-Fi O&M adapter in the microwave radio vs. a physical cable

that would be susceptible to EMI and thus require an additional Lightening Arrestor?

The FDOT will evaluate and grade all Technical Proposals referenced to the RFP’s specifications and requirements.

• Is FDOT totally against chassis style split-mount microwave solutions that could aggregate multiple Hops?

The FDOT will evaluate and grade all Technical Proposals referenced to the RFP’s specifications and requirements

• Are there any work hour restrictions? No work shall be done without an FDOT approved schedule. Maintenance Of Traffic concerns may impact scheduled work hours. Emergency situations and storm events may impact work schedules.

• Will all work need to be performed in a maintenance window? If so, what is the window? No maintenance window is in effect at this time. No work shall be done without an FDOT approved schedule. Maintenance Of Traffic concerns may impact scheduled work hours. Emergency situations and storm events may impact work schedules.

• There are existing chain mounts, are new chain mounts acceptable? The awarded Vendor shall provide all new equipment and hardware to be installed onto existing poles/towers and into existing equipment cabinets/racks.

Addendum 3 Technical Q’s & A’s

8

• When the cut over time comes, are we able to take the existing link down and install the new link or will we have to maintain the link, bring up the new link and decom the existing link after the new link is up?

The existing microwave equipment must be removed to create vacant cabinet and pole space for the installation of the new equipment.

• Do you have a list of climb vs no climb sites? The Vendor is responsible for determining installation techniques.

• In reviewing scope and drawings I know we are supplying and installing all new cable, conduits, dishes, radios mounts, grounding , etc.. on all towers. Is it FDOT intention to install new buried conduit between the site equipment cabinet to every CCTV tower for the new antenna cable?

All cables must be installed in conduit. Existing buried conduit may be used if the conduit is in good condition, serviceable, and if the cable fill-capacity is not exceeded.

• In document F9689_ExhibitA_KeysMW_TechnicalSpecifications_20160328, section 2 specifies the use of Category A rating antennas for the backbone system. However document F24885_ExhibitB_AppendixA_KeysMW_ContractPlansPackage_Add2, lists 2.5ft 11GHz antennas in the tables on sheet IT-40 to IT-42. In our exhaustive research, 2.5ft Category A antennas at 11GHz are no longer commercially available. Does FDOT want Category A antennas of 3ft size or 2ft Category B antennas for the 11GHz backhaul paths?

The FDOT will evaluate and grade all Technical Proposals referenced to the RFP’s specifications and requirements.

• In document F9689_ExhibitA_KeysMW_TechnicalSpecifications_20160328, section 13 specifies factory

acceptance testing of the complete network. The requirement to provide and execute a cutover plan which minimizes outage will require different configuration than a complete network test. Does FDOT support removing the requirement for factory acceptance testing and substituting bench testing of a path prior to cutover?

The FDOT will evaluate and grade all Technical Proposals referenced to the RFP’s specifications and requirements.

• Do any of the post-Acceptance vendor responsibilities include site visits, or equipment changes at the sites? If so, please provide a clear list.

The Vendor is responsible for Warranty of all equipment and services furnished by the Vendor, as specified in Exhibit A, Technical Specifications, Section 1.10, for a period of at least 12 months from the date of final systems acceptance.

Addendum 3 Technical Q’s & A’s

9

• Will you please provide more detail on the DS1 requirements at sites 1, 2, CR, B, and M? For example, is

DS1-1 simply a connection between B and CR? Yes. DS1-1 is a channelized DS-1 (T-1) circuit between CR and B. Dedicated DS-1 physical interface terminations must be provided at CR and B. DS1-2 is a channelized DS-1 (T-1) circuit between B and M. Dedicated DS-1 physical interface terminations must be provided at B and M. DS1-3 is a channelized DS-1 (T-1) circuit between M and 1. Dedicated DS-1 physical interface terminations must be provided at M and 1. DS1-4 is a channelized DS-1 (T-1) circuit between 1 and 2. Dedicated DS-1 physical interface terminations must be provided at 1 and 2.

• Are the cabinets equipped with filters compliant with GR-487-Core Section 3.34.1? The Telcordia GR-487-Core Section 3.34.1 is not a specific requirement for FDOT ITS cabinets. Precisionaire Series ST5, Arrestance 60-80%, Merv-4, Disposable filter is used within the FDOT ITS cabinets, and these filters are serviced on a scheduled preventative maintenance cycle. • Is there a published budget or target overall price? No. • Is there an anticipated or expected project start and end date? No. • Will FDOT share the full preliminary microwave design with proposers? The full preliminary microwave design is embodied in this RFP’s Technical Specifications and Contract Plans. • Exhibit B indicates that existing antennas must be removed prior to installation of the new antennas at multiple sites. This will require a hard cutover to the new radios, and thus system down time. How much down time is allowable? Would it require that work be done during a maintenance window (e.g. at night)? The Vendor will be responsible for developing and submitting a detailed cut-over plan for FDOT approval. No maintenance window is in effect at this time. No work shall be done without an FDOT approved schedule. Maintenance Of Traffic concerns may impact scheduled work hours. Emergency situations and storm events may impact work schedules. • Has FDOT conducted any structural analyses for the assumed loading on the concrete poles? If so, are results available? The FDOT is responsible for all antenna support structure designs.

Addendum 3 Technical Q’s & A’s

10

• Is there sufficient space at all pole sites for man-lifts and/or cranes? The successful Vendor is responsible for determining installation techniques to performing all installation work in an effective and safe manner. The successful Vendor will be responsible for providing any Maintenance Of Traffic (MOT) plans that may be necessary. MOT plans are subject to FDOT approval. The Vendor will be responsible for implementing approved MOT plans. The FDOT will determine the type and level of MOT prior to authorizing commencement of work done near a roadway. • Is the FDOT exempt from permit requirements in local jurisdictions? Or will vendor be required to obtain any necessary permits? The FDOT will provide FDOT permits for work to be performed on the roadway. The FDOT does not anticipate any permit requirements from local jurisdictions. The Vendor is responsible for obtaining all necessary permits that may be required. • Specification states that all outdoor radios shall be powered over ethernet cable. Is power over coax also acceptable? The specification requires outdoor radios to be powered over Ethernet cable. • Specification section 5.1/5.3 - is the list of interface ports for carrier ethernet devices required on ALL devices, or will actual interface requirements be site specific? Section 5.1, General Requirements, list the general interface requirements for Carrier Ethernet devices. The successful Vendor will be responsible for delivering a system in accordance with this RFP’s Technical Specifications and Contract Plans. • Are any dedicated terminals required for the network management system? No. • Will it be necessary to connect to the Network management system over the internet? No. • Is there any requirement for integration of external alarms at the sites? (e.g. cabinet door, power failure, high temperature, etc) No. • Is training to be conducted in Florida? If so, will FDOT provide a suitable location? Yes. The successful Vendor shall provide a suitable venue.

Addendum 3 Technical Q’s & A’s

11

• Does removal of the Carrier Ethernet Architecture from the plans package mean that carrier ethernet data transport network design is no longer required? No. • Section 1.2 Can you clarify "provide security"? Does this simply mean that equipment must be safe and secure throughout the project? Or does it mean that security personnel are or may be required on site? The Vendor shall provide security for his/her equipment as required by the FDOT. The Vendor is responsible for providing whatever security measures may be necessary to protect materials and personnel against theft, vandalism, loss, damage, etc. The Vendor is also responsible to secure equipment so that its presence complies with MOT requirements, and at no time shall equipment present a hazard to the motoring public. • Section 1.3 What is the desired format for drawings? E.g. PDF electronic copy, actual drawing file (i.e. CAD)? The FDOT desires professionally executed drawings presented in industry standard media: print, PDF electronic, and CAD source files. • Section 1.14 Submittals are on a per site basis? Or one time for entire network? The successful Vendor will be responsible for the submittals as specified in detail in Section 1.14, Submittals. • Section 1.15.1 references workmanship bonds. This is not mentioned in other places in the RFP. Please clarify what bonds are required and in what amounts. The intended award proposer shall provide the Department with a Performance Band in the amount of $”the full amount of the proposal”. Please refer to SPECIAL CONDITIONS, Section 12, PERFORMANCE BOND. • Is replacement of existing NEMA-rated enclosures an option? No. • Section 9 Please clarify - Any damage caused by vendor or its contractors shall be repaired? Any damage to the existing facilities shall be repaired by the Vendor at no additional cost to the FDOT. • What is the data rate of the current system? This is a possible concern once new links are added amongst existing links. The Contract Plans indicate the existing equipment that makes-up the current system. Technical specifications for that equipment is available from the original equipment manufacturers.

Addendum 3 Technical Q’s & A’s

12

• Is 2048 QAM an immediate requirement? Or can it be added in the near future with a software upgrade? 2048 QAM is an immediate requirement and specification. • Is it required that the new microwave network design maintain the frequency band, antenna size and height from the FDOT preliminary design? Yes. • Will FDOT provide a copy of their grounding requirements? The grounding details are part of this RFP’s Technical Specifications and Contract Plans. • Is the 99.999% path reliability one-way or two-way? As indicated on the Contract Plans sheets: “One-Way”. • Section 13.2 Performance Testing - Please confirm "failure" is defined as an equipment failure or network outage due to an equipment or design flaw. Any failure or event beyond vendor's control (extended commercial power outages, acts of God, etc) are excluded? Any failure or event beyond the Vendor’s control (e.g.: extended commercial power outages, acts of God, etc.) are excluded. • Section 15 Technical support - please clarify "off the shelf computer platforms". What equipment is implied? The Vendor shall provide Original Equipment Manufacturer (OEM) warranty on-site support for a minimum of seven (7) years, for all commercial off the shelf computer platforms. “off the shelf computer platforms” means standard computer hardware equipment such as rack mount server computers that is generally sold and supported in the industrial market. • Section 15 Technical support - 7 year warranty beginning after system acceptance? Yes. • Section 10.1 What is the distance (fiber length) of the RTMC-Coral Reef- HEFT path? Is it dark fiber or lit fiber? Refer to Contract Plans, Sheet IT-9, Keys Microwave Station Equipment Configurations, which illustrates the fiber spans (distances) of the RTMC-Coral Reef-HEFT path, and specifications for equipment to be installed on that path.

Addendum 3 Technical Q’s & A’s

13

• Section 5.4 Is the Microwave Services switch actually mounted outdoors? i.e outside of any enclosure or cabinet? The microwave services switch is intended to be mounted in the interior of the outdoor equipment cabinets. • How many 120VAC circuits exist at each pole site? What are the breaker sizes? The Vendor is required to provide UPS equipment and multi-outlet power distribution units. Adequate 120VAC service exists at each site. • The FL-DOT answer regarding the OTN equipment is required at the Coral Reef and the RTMC sites for future optical network expansions; implies that we could use a 7210 SAS-T HEFT to get the Keys radio traffic from HEFT to an Photonic Switch end terminal at CR, and that the future growth of the DWDM system will not involve HEFT as a site. The 1830 design then becomes two end terminals, one at CR and one at RTMC. That being said, will the future DWDM growth requirements on the Photonic Switch system not involve the HEFT site, so that the initial design on this RFP can be reduced to Photonic switch equipment at the CR and RTMC sites, only, with the Keys Ethernet traffic optically backhauled from HEFT to CR using an Ethernet switch at HEFT instead of a photonic switch terminal? The OTN equipment is required at the Coral Reef, RTMC, and HEFT sites for future optical network expansions. • If additional cabinet space is needed to accommodate all the new equipment, do we spec the cabinet or does FDOT have a source? The FDOT anticipates that the proposed equipment can be accommodated and installed in the existing cabinets and racks. However, it is the Proposers’ responsibility to propose equipment configurations which satisfy the RFP specifications. The FDOT has approved specific cabinets which can be found online on the Approved Products List (APL), at https://fdotwp1.dot.state.fl.us/ApprovedProductList/Specifications