web viewannex nº 8-a bid terms. technical specifications. transport network (referenc. e to...

95
ANNEX Nº 8-A BID TERMS TECHNICAL SPECIFICATIONS TRANSPORT NETWORK (Reference to Paragraphs 1.3.43 and 1.3.98 of the BID TERMS) For the preparation of the TECHNICAL PROPOSAL, the QUALIFIED BIDDERS must comply strictly with the contents of this Annex. In this regard, the QUALIFIED BIDDERS must assume the obligations of the CONTRACTED PARTY, on the understanding that anyone of them shall be declared the AWARDEE. 1. GENERAL 1.1 For COMPLIANCE MONITORING, the CONTRACTED PARTY shall give access to its facilities to authorized personnel by FITEL at its request. For this, the CONTRACTED PARTY must present an access protocol as part of their FINAL TECHNICAL PROPOSAL. This protocol will relate solely to the infrastructure, facilities in the nodes, buildings, roads for laying fiber optics, among others, pertaining to the FINAL TECHNICAL PROPOSAL presented. FITEL will review the access protocol and decide on their approval together with the mentioned technical proposal, and it may propose amendments to the protocol it deems necessary. 1.2 To prepare document No. 3 of paragraph 7.1 of the Basis, TECHNICAL PROPOSAL, the BIDDERS must review and consider the Peruvian APPLICABLE LAWS and regulations governing the telecommunications and related sectors related to the implementation of fiber optics networks. 1.3 The CONTRACTED PARTY is responsible for managing the actions to negotiate agreements regarding the sharing of infrastructure with utility companies; as well as, obtaining permits, rights of way, rights of passage and use that are necessary to install poles and infrastructure that is necessary for the deployment of the TRANSPORT NETWORK; it must be considered that in the case of utilities, the CONTRACTED PARTY shall inform FITEL of the agreements entered with those companies. 1.4 All references herein to "Paragraph", "Sub-paragraph" and "Appendix" should be understood as referring to the Página 1

Upload: lebao

Post on 31-Jan-2018

217 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

ANNEX Nº 8-A BID TERMS

TECHNICAL SPECIFICATIONSTRANSPORT NETWORK

(Reference to Paragraphs 1.3.43 and 1.3.98 of the BID TERMS)

For the preparation of the TECHNICAL PROPOSAL, the QUALIFIED BIDDERS must comply strictly with the contents of this Annex. In this regard, the QUALIFIED BIDDERS must assume the obligations of the CONTRACTED PARTY, on the understanding that anyone of them shall be declared the AWARDEE.

1. GENERAL

1.1 For COMPLIANCE MONITORING, the CONTRACTED PARTY shall give access to its facilities to authorized personnel by FITEL at its request. For this, the CONTRACTED PARTY must present an access protocol as part of their FINAL TECHNICAL PROPOSAL. This protocol will relate solely to the infrastructure, facilities in the nodes, buildings, roads for laying fiber optics, among others, pertaining to the FINAL TECHNICAL PROPOSAL presented. FITEL will review the access protocol and decide on their approval together with the mentioned technical proposal, and it may propose amendments to the protocol it deems necessary.

1.2 To prepare document No. 3 of paragraph 7.1 of the Basis, TECHNICAL PROPOSAL, the BIDDERS must review and consider the Peruvian APPLICABLE LAWS and regulations governing the telecommunications and related sectors related to the implementation of fiber optics networks.

1.3 The CONTRACTED PARTY is responsible for managing the actions to negotiate agreements regarding the sharing of infrastructure with utility companies; as well as, obtaining permits, rights of way, rights of passage and use that are necessary to install poles and infrastructure that is necessary for the deployment of the TRANSPORT NETWORK; it must be considered that in the case of utilities, the CONTRACTED PARTY shall inform FITEL of the agreements entered with those companies.

1.4 All references herein to "Paragraph", "Sub-paragraph" and "Appendix" should be understood as referring to the paragraphs, sub-paragraphs or Appendices to this Annex, respectively, unless specifically stated otherwise.

2. CONSTRUCTION SCHEDULE FOR THE TRANSPORT NETWORK

2.1 The CONTRACTED PARTY will submit within thirty (30) calendar days from the signing of the FINANCING AGREEMENT for approval of FITEL, the GENERAL TECHNICAL PROPOSAL for the implementation of the TRANSPORT NETWORK, according to the established in paragraph Error: Reference sourcenot found .

2.2 The CONTRACTED PARTY must submit the FINAL TECHNICAL PROPOSAL, according to the Construction Schedule of the TRANSPORT NETWORK as shown in the following table. The content of the FINAL TECHNICAL PROPOSAL resides in paragraph Error: Reference source not found of this Annex.

Página 1

Page 2: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

Table N° 1: Construction Schedule of the TRANSPORT NETWORK and FINAL TECHNICAL PROPOSAL

Construction Schedule of the Transport Network Delivery of the

FINAL TECHNICAL PROPOSAL(Deadline)Deadline

Distribution, Connection

and Core Nodes

Aggregation Nodes

a. Start of facilities Month 5 -b. Completion of first

step Month 12 63 06 Month 4

c. Total delivery of the TRANSPORT NETWORK

Month 15 51 06 Month 9

Total 114 12Prepared by: FITEL, 2015.

The schedule presented in Table No. 1, if applicable, shall comply with what is offered by the CONTRACTED PARTY in regard to the time for the INSTALLATION STAGE.

In order to carry out the disbursement corresponding to the completion of the first step of the TRANSPORT NETWORK, the CONTRACTED PARTY must have implemented all the Nodes (Aggregation, Distribution, Connection and Core) and the optical fiber associated with these nodes, so that the SUPERVISOR verifies the functionality of what has been implemented. To fulfill each delivery, the installed nodes must have as a minimum optical fiber connection with the requested aggregation node, with the links having to be able to operate according to the technical quality features requested in this Annex.

2.3 FITEL will have a term not to exceed thirty (30) DAYS for evaluation and, if applicable, for the approval of the GENERAL TECHNICAL PROPOSAL and another thirty (30) DAYS for the FINAL TECHNICAL PROPOSAL. FITEL may place observations on the proposal, having the CONTRACTED PARTY ten (10) DAYS to rectify the established observations.

2.4 Each QUALIFIED BIDDER must submit in Document No. 3, the TECHNICAL PROPOSAL, the Preliminary Schedule of the TRANSPORT NETWORK, taking into account what is described in the preceding paragraphs and in Table No. 1. Also, this schedule must include all compliance time limits stipulated herein.

2.5 The CONTRACTED PARTY shall forward the FINAL SCHEDULE OF ACTIVITIES FOR THE TRANSPORT NETWORK, printed and in electronic format (developed in project management software coordinated with FITEL), as part of its GENERAL TECHNICAL PROPOSAL and shall replace the Preliminary Schedule of the TRANSPORT NETWORK presented in the bid. For this presentation, the FINAL SCHEDULE OF ACTIVITIES FOR THE TRANSPORT NETWORK will include at least

Página 2

Page 3: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

• Start and completion date of activities related to the installation of the TRANSPORT NETWORK, if applicable contemplating the effect of advance facilities offered during the bid by the CONTRACTED PARTY.

• Milestones of all time limits specified in this Annex as well as those covered by the FINANCING AGREEMENT for compliance with all activities related to the INVESTMENT PERIOD FOR THE TRANSPORT NETWORK.

In addition, as part of the presentation of each FINAL TECHNICAL PROPOSAL, the CONTRACTED PARTY shall present the final SCHEDULE OF ACTIVITIES FOR THE TRANSPORT NETWORK, similarly to that indicated in the first paragraph of this paragraph, which shall additionally include as a minimum:

• Advance of implementation of the FINAL SCHEDULE OF ACTIVITIES FOR THE TRANSPORT NETWORK, compared to the previously submitted.

• Date of start and completion of specific activities for the implementation of the installations to be made, corresponding to the submitted FINAL TECHNICAL PROPOSAL.

• Weekly detail of scheduled installations by district, corresponding to the FINAL TECHNICAL PROPOSAL.

• Details of key personnel responsible for each activity or deliverable, and their roles. With regard to field staff, it must detail the amount and distribution of resources for the fulfillment of the installations per the timeline. All of this in relation to the submitted FINAL TECHNICAL PROPOSAL.

2.6 The disaggregated and detailed costing of the ECONOMIC PROPOSAL for the implementation of the TRANSPORT NETWORK must be provided by the CONTRACTED PARTY thirty (30) DAYS after the signing of the FINANCING AGREEMENT (see Appendix No. 6).

3. PROVISIONS FOR TRANSPORT NETWORK

3.1 Basic Requirements

3.1.1 QUALIFIED BIDDERS should develop, propose and describe a network architecture that maximizes the capabilities and performance of their systems and equipment, complying with the TECHNICAL SPECIFICATIONS of the TRANSPORT NETWORK. To this end the QUALIFIED BIDDERS must attach the data sheets for the optical fiber and the active equipment proposed in Document No. 3, TECHNICAL PROPOSAL.

3.1.2 QUALIFIED BIDDERS shall also describe the locations and configurations of the nodes and links associated with the TRANSPORT NETWORK in Document No. 3 of paragraph 7.1 of the BID TERMS, TECHNICAL PROPOSAL. In the case of the GENERAL TECHNICAL PROPOSAL and the FINAL TECHNICAL PROPOSAL, the CONTRACTED PARTY shall include support information for these.

3.1.3 The CONTRACTED PARTY must implement a router and redundancy that performs the functions of an edge and core router, which must be located in the NOC and this in turn, in the capital of the Cajamarca region (urban center of that locality)

Página 3

Page 4: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

3.1.4 The CONTRACTED PARTY shall implement the TRANSPORT NETWORK with redundancy mechanisms, forming logical rings and physical rings by various routes, establishing routes to two (02) different aggregation nodes (if possible). THE CONTRACTED PARTY undertakes to implement at least four (04) physical rings containing at least twenty-six (26) nodes of Appendix No. 1 – B, List of optical nodes with physical redundancy by various routes, avoiding exceeding the latency value indicated in paragraph 5.

The CONTRACTED PARTY can suggest improvements in the design of the nodes and layout of the TRANSPORT NETWORK, which will be evaluated by FITEL, who will ultimately determine its implementation; this will be done within a period of thirty (30) DAYS from the presentation these suggested improvements.

3.1.5 The Connection Nodes and Distribution Nodes of the TRANSPORT NETWORK must be prepared in a way so that operators of the public telecommunications services may interconnect their networks.

3.1.6 The CONTRACTED PARTY will acquire and complete, if appropriate, the legal delivery of clear title of all the areas or facilities necessary for the installation of the different nodes, MAINTENANCE CENTERS and NOC of the TRANSPORT NETWORK, except in cases referred to in paragraph 3.2.3. Therefore the CONTRACTED PARTY cannot lease property. The purchasing of land or lots must be completed during the INVESTMENT PERIOD OF THE TRANSPORT NETWORK.

3.2 Aggregation Nodes of the TRANSPORT NETWORK

3.2.1 The CONTRACTED PARTY should consider that each Aggregation Node of the TRANSPORT NETWORK will be located in the respective provincial capital (within the urban area). Each Node must have a router to group all the traffic from the Distribution Nodes and route it to the Distribution Nodes of the RDNFO or towards the router indicated in paragraph 3.1.3 above.

It has been considered that some Aggregation Nodes of the TRANSPORT NETWORK co-locate in Connection Node of the RDNFO (see Table No. 2).

3.2.2 The effective bandwidth of the uplinks between the Aggregation Nodes of the TRANSPORT NETWORK and the Distribution Nodes of RDNFO must have an initial capacity of 1 Gbp/s and must be increased according to demand.

3.2.3 The CONTRACTED PARTY may co-locate the equipment of the Aggregation Nodes of the TRANSPORT NETWORK in the Nodes of the RDNFO shown in Table No. 2. Otherwise, the CONTRACTED PARTY undertakes to implement the appropriate interconnection link to those Nodes for which the mentioned Aggregation Node must meet the specifications set forth in Paragraph 3, Section V of Appendix No. 3, with regard to the Distribution Node.

Table Nº 2: Nodes of the RDNFO

No. DEPARTAMENT PROVINCE DISTRICT CITY or TOWN TIPE OF NODE

1 CAJAMARCA CAJAMARCA CAJAMARCA CAJAMARCA DISTRIBUTION

2 CAJAMARCA CAJABAMBA CAJABAMBA CAJABAMBA DISTRIBUTION

Página 4

Page 5: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

3 CAJAMARCA CELENDIN CELENDIN CELENDIN DISTRIBUTION

4 CAJAMARCA CHOTA CHOTA CHOTA DISTRIBUTION

5 CAJAMARCA CONTUMAZA CONTUMAZA CONTUMAZA DISTRIBUTION

6 CAJAMARCA CUTERVO CUTERVO CUTERVO DISTRIBUTION

7 CAJAMARCA HUALGAYOC BAMBAMARCA BAMBAMARCA DISTRIBUTION

8 CAJAMARCA JAEN JAEN JAEN DISTRIBUTION

9 CAJAMARCA SAN IGNACIO SAN IGNACIO SAN IGNACIO DISTRIBUTION

10 CAJAMARCA SAN MARCOS PEDRO GALVEZ SAN MARCOS DISTRIBUTION

11 CAJAMARCA SAN MIGUEL SAN MIGUEL SAN MIGUEL DE PALLAQUES DISTRIBUTION

12 CAJAMARCA SAN PABLO SAN PABLO SAN PABLO DISTRIBUTION

13 CAJAMARCA SANTA CRUZ SANTA CRUZ SANTA CRUZ DE SUCCHABAMBA DISTRIBUTION

Source: FITEL, 2015.

3.3 Distribution Nodes of the TRANSPORT NETWORK

3.3.1 The CONTRACTED PARTY should consider that the Distribution Nodes of TRANSPORT NETWORK are to be located in each district capital (within the urban center), according to the list shown in Appendix No. 1-A and will interconnect with each other forming redundant optical rings by means of different physical paths in accordance with the provisions in Paragraph 3.1.4. Each Node must contain a router that will the function to add all the traffic coming from another Distribution Node and / or Connection Nodes and route it to the Aggregation Nodes.

The physical routes that serve to link the Distribution Nodes must be connected to the Aggregation Nodes through different physically routes. Exceptionally, a Distribution Node can be connected to an Aggregation Node in a neighboring regional capital.

3.3.2 The effective bandwidth of the uplinks between the Distribution Nodes and the Aggregation Nodes of the TRANSPORT NETWORK must have an initial capacity of 1 Gbp/s and must be increased according to the demand.

3.3.3 The CONTRACTED PARTY must take necessary measures so that, with increases in demand, there is availability of electrical and optical ports and bandwidth to connect with the operators of public telecommunications services.

3.4 Connection Nodes, if the case may be, of the TRANSPORT NETWORK

3.4.1 The Connection Nodes make it possible to extend the capabilities of Distribution Nodes to the towns that are not district capitals.

3.4.2 The CONTRACTED PARTY must take into account that the Connection Node of the TRANSMISSION NETWORK will be located in the city (within the urban area) set out in Appendix No. 1. Each node must consist of a switch that will add all the traffic from clients (public telecommunications services operators) to the Distribution Nodes of the TRANSPORT NETWORK.

3.4.3 The effective bandwidth of the uplinks between the Connection Nodes and Distribution Nodes of the TRANSPORT NETWORK must have an initial capacity of 1 Gbp/s and must be increased according to the demand.

Página 5

Page 6: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

3.4.4 The CONTRACTED PARTY must take the necessary measures to that, with increases in demand, there is availability of electrical and optical ports and bandwidth to connect with the public telecommunications services operators.

3.4.5 The CONTRACTED PARTY must install and equip the Connection Nodes of the TRANSPORT NETWORK outlined in Appendix No.1..

3.5 Amplification Nodes

If necessary, the CONTRACTED PARTY may deploy the TRANSPORT NETWORK using Amplification Nodes. The Amplification Node must be located in the Nodes of the TRANSPORT NETWORK.

4. ADMINISTRATIVE ARRANGEMENTS TO CONSIDER

4.1 Permits

The CONTRACTED PARTY must consider the appropriate measures to obtain all permits, licenses, approvals, etc. required by the authorities at the local, regional, or national level or required from other competent authority for the INSTALLATION STAGE. Exceptionally, upon written request from the CONTRACTED PARTY, FITEL will assist to obtain such permits, licenses, approvals, etc.

4.2 Rights and Easements

The CONTRACTED PARTY must take the appropriate steps to obtain all the rights, easements and use permits required from private landowners and local, regional, national authorities or other competent authority that are required for the construction of the TRANSPORTATION NETWORK during the INSTALLATION STAGE. Exceptionally, upon written request from the CONTRACTED PARTY, FITEL will assist to secure those rights of way or use permits.

4.3 Technical Standards, Building Codes and Compliance

4.3.1 The CONTRACTED PARTY is responsible for complying with national and international technical standards applicable in the field of telecommunications, electricity, civil works and related sectors for the installation of the TRANSPORT NETWORK..

4.3.2 E The CONTRACTED PARTY must install all systems, equipment and outside plant, in accordance with applicable national and international standards and best practices in the industry, in that order.

4.3.3 The CONTRACTED PARTY is responsible for compliance with regulation applicable to the construction at the local, regional and national level, especially as indicated in the current National Building Regulations and National Electrical Code.

4.3.4 The CONTRACTED PARTY must meet all applicable safety standards and best practices in the industry to ensure the safety and integrity of all goods and personnel associated with the construction of the TRANSPORT NETWORK.

5. SERVICE LEVELS (Service Level Agreement - SLA)

Página 6

Page 7: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

5.1 The CONTRACTED PARTY must design and implement the TRANSPORT NETWORK, so as to ensure availability of the links 1 of the fiber optic network with a variety of routes linking the Distribution Nodes with the Aggregation Nodes ninety nine point ninety nine hundredths percent (99.99%), measured on an annual basis. These Distribution Nodes are listed in Appendix No. 1-A.

5.2 The availability of the links 2 of the fiber optic network without diversity of routes for the Distribution Nodes will be ninety nine point nine-tenths percent (99.9%) measured on an annual basis. These Distribution Nodes are listed in Appendix No. 1-A.

5.3 The CONTRACTED PARTY must design and implement the TRANSPORT NETWORK, so as to ensure availability of the links 3 of the Connection Nodes of ninety nine point six-tenths percent (99.6%) measured on an annual basis..

5.4 The average latency of the TRANSPORT NETWORK must be less than thirty (30) ms. The latency is defined as the amount of time it takes a packet to travel from its origin to its destination and vice versa, ie, "there and back". This indicator will be measured between Nodes.

5.5 The monthly average packet loss throughout the TRANSPORT NETWORK must be less than zero point three tenths percent (0.3%). This indicator will be measured between Nodes.

5.6 The average jitter of the TRANSPORT NETWORK must be less than ten (10) ms. This indicator will be measured between Nodes.

5.7 The maximum jitter in the TRANSPORT NETWORK must be less than twenty (20) ms.. This indicator will be measured between Nodes.

5.8 The CONTRACTED PARTY shall ensure that the transmitted optical signals have an accuracy of ± 20 ppm.

5.9 The TRANSPORT NETWORK is synchronized using signals from the RDNFO.

6. PHYSICAL ARCHITECTURE OF THE NETWORK

6.1 Use of the Power Company Infrastructure

Para For the use of power company infrastructure, the CONTRACTED PARTY is responsible for ensuring the adequacy (make-ready) of high and medium voltage towers as well as the posts, before the optical fiber is installed. It also requires defraying the costs associated with repairing these problems. For further details see Paragraphs 9.6.5 and 9.6.6.

6.2 Road Network / Purpose-Built Posts

The posts to be installed as part of the TRANSPORT NETWORK shall be of centrifuged reinforced concrete, twelve (12) meters in height or different heights (duly documented). The CONTRACTED PARTY must design routes, obtain permits and rights of way from the relevant authorities and install posts

1 Includes active and passive components.2 Includes active and passive components.3

Página 7

Page 8: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

according to the industry best practices. These posts must meet all regional, national and international anchoring requirements (setback), and the respective construction codes and standards. These posts must be made only of centrifuged reinforced concrete and designed for a service life of at least twenty (20) years.

6.3 Underground Pipeline

If the CONTRACTED PARTY is required to build pipeline systems in some areas, such ducts must be designed to meet the local conditions using the industry best practices. In addition, all local and national building codes and standards must be followed.

7. FACILITIES

7.1 If the CONTRACTED PARTY hires subcontractors to perform certain functions associated with the implementation, the CONTRACTED PARTY is responsible for the implementation of the TRANSPORT NETWORK. FITEL reserves the right to request relevant information in order to perform its functions.

7.2 All sites, whether or not staffed, that are equipped with backup power facilities must have the ability to remote monitoring the state of the power supply (eg active / inactive mains electrical supply, active / inactive generator, active / inactive UPS). Backup generators on such sites must have undergone full operating tests (activation / transition of the generator and generator on / off), such tests must be carried out and to be monitored remotely, without the need for human intervention, although they can be performed manually on sites that are staffed.

7.3 Nodes

7.3.1 General Provisions

7.3.1.1 The CONTRACTED PARTY is responsible for selecting the site, building and equipping the Nodes of the TRANSPORT NETWORK, and undertakes to assume all the associated costs. Also, the CONTRACTED PARTY must consider that all the Nodes of the TRANSPORTAT NETWORK that are not co-located with the RDNFO Nodes must be new constructions.

7.3.1.2 The CONTRACTED PARTY undertakes to design the TRANSPORT NETWORK Nodes to withstand earthquakes affecting the Peruvian territory, meeting at least the standard E.30 of the National Building Regulations. The CONTRACTED PARTY undertakes to the following:

7.3.1.2.1 That all buildings, structures, or both will have to incorporate a steel door frame and a steel door for security and seismic integrity.

7.3.1.2.2 That all storage cabinets be capable of being securely closed and being securely attached to the walls.

7.3.1.3 The buildings or structures for equipment must be built on high ground with low probability of flooding or on support pylons when such buildings or structures are located in areas subject to flooding.

Página 8

Page 9: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

7.3.1.4 The Nodes construction activities must comply with all national, regional, provincial, district and local environmental regulations.

7.3.1.5 The CONTRACTED PARTY must design all the TRANSPORT NETWORK Nodes so as to ensure the temperature and relative humidity indicated in Appendix No. 3.

7.3.1.6 The CONTRACTED PARTY must acquire portable fire extinguishers according to the characteristics described in Appendix No. 3.

7.3.1.7 The energy system of the Nodes must include at least one generator, a charger/rectifier, a transfer / control board and a battery bank, according to the characteristics listed in Appendix No. 3. To determine the capacity of the generator motor, the CONTRACTED PARTY must consider the following:

7.3.1.7.1 Expansion of future loads and loss of capacity when operating in locations in excess of 1000 MASL.

7.3.1.7.2 Facility with large enough capacity to accommodate the motor generator, with adequate ventilation and floor space.

7.3.1.7.3 A design to reduce the noise produced by the motor generator and an installation system that minimizes vibration of said generator.

7.3.1.7.4 The load transfer to / from the motor generator must run automatically, and always without interruption. Both the control panel and the transfer panel must be able to be monitored and controlled remotely.

7.3.1.8 The CONTRACTED PARTY must consider battery bank autonomy of eight (08) hours for the system. These batteries must meet at least the characteristics listed in Appendix No. 3.

7.3.1.9 El The CONTRACTED PARTY must consider the characteristics indicated in Appendix No. 3 for the design of the rectifier / charger system (R / C); so their remote monitoring is possible from the NOC.

Página 9

Page 10: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

7.3.2 TRANSPORT NETWORK NODES

7.3.2.1 The CONTRACTED PARTY must build the Distribution and Connection Nodes in accordance with the provisions of Appendix No. 3.

7.3.2.2 The CONTRACTED PARTY shall implement the Nodes of the TRANSPORT NETWORK with a climate control system in accordance with the provisions of Appendix No. 3.

7.3.2.3 The CONTRACTED PARTY shall install the Nodes with devices that feed on the commercial power grid and / or alternative sources, according to what is indicated in Appendix No. 3.

7.3.2.4 The CONTRACTED PARTY shall consider that all Nodes in the TRANSPORT NETWORK must have at least one generator, a rectifier charger, a transfer / control board and a battery bank. The generators must have sufficient generating capacity and fuel to support critical network and HVAC equipment for a minimum of three (03) DAYS after a failure of the primary electrical system. After this period there is a back-up of eight (08) hours of the batteries.

7.3.2.5 Fuel tanks for motor generators must comply with all applicable national, regional, provincial, district and local construction regulations as well as with environmental and safety regulations for fuel facilities, maximum tank size and noise pollution..

7.3.2.6 The CONTRACTED PARTY must locate generators in an engine shed that is suitable to the external environment and to protect them from the weather and improper handling.

7.3.2.7 The CONTRACTED PARTY must provide that all Nodes have an alarm system that, as a minimum, is reported and remote controlled via the NOC. This system can be part of the Network Management System (NMS) or may be a separate system. This system must have the following capabilities at a minimum:

Intrusion detection / open door (see Paragraph numeral Error: Referencesource not found).

High and low temperatures (outside the set limits). High and low humidity (outside the set limits). Water on the ground. Shut off of commercial energy. "Generator on" condition (see Paragraph 7.2). Indication of active power source (commercial, UPS or generator) Active / inactive UPS (see also paragraph 7.2). UPS power level. Generator Load. Fuel gauges. Heat / smoke detection.

7.3.3 MAINTENANCE CENTERS

7.3.3.1 The CONTRACTED PARTY must place three (03) MAINTENANCE CENTERS in a representative village, chosen by the CONTRACTED PARTY, in the provinces of the Cajamarca region indicated in Appendix No. 1 - C. The

Página 10

Page 11: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

minimum equipment that the CONTRACTED PARTY must include in each MAINTENANCE CENTER is as follows:

Two (02) fiber optic transmission cards. One (01) router with the same characteristics as the Aggregation Node, as

described in Paragraph 8.4. Two (02) routers with the same characteristics as the Distribution Node, as

described in Paragraph 8.5. One (01) reel of at least 4 Km of optical fiber, according to the

characteristics listed in Paragraph 9. Optical fiber measuring instruments and tools. Minimum five (5) centrifuged reinforced concrete posts 12m. Minimum two (2) battery banks with the characteristics described in

Appendix No. 3. A double cabin pickup truck with at least a mechanical transmission, 4x4

all-terrain four-wheel drive, 2,400 cc, turbo intercooler diesel engine, emergency lights, undercoating, spot light, fog lights, metallic roll-bars safety cage, airbags (driver and passenger) , minimum load of 1000 kg, 16" rims, 50,000 Km warranty. It must also have the appropriate insurance and a set of safety accessories (fire extinguisher, wheel wrench, hydraulic jack, security triangle and first aid kit) and a spare tire.

7.3.4 Network Operations Center (NOC)

7.3.4.1 All active equipment whether or not located in staffed sites must be able to be controlled and managed from the NOC. This includes the configuration and updates. The details of the physical space where the CONTRACTED PARTY is to implement the NOC are in Appendix No. 3.

7.3.4.2 The CONTRACTED PARTY must design the NOC with the following considerations:

7.3.4.2.1 The fiber connections of the Nodes of the TRANSPORT NETWORK must use the physical paths established in Appendix No.1.

7.3.4.2.2 Must have at least ten (10) working positions for the NOC monitoring center.

7.3.4.2.3 Must have at least two (02) routers and two (02) switches. Each router will perform the functions of Edge and Core in order to guarantee the efficiency of the protocols, the reliability and redundancy of the network.

In order to meet demand, these functions will be separated on dedicated routers, having at least two (02) Edge routers and two (02) Core routers to ensure the efficiency of protocols, the reliability and redundancy of the network.

These routers must have upstream ports of up to 10 Gbit / sec and downstream ports with an initial capacity of 1 Gbit / s to meet the demand during the operational life of the TRANSPORT NETWORK.

7.3.4.2.4 Must include three (03) data networks and fiber managing servers. The servers must be of high quality. The minimum characteristics of the servers are:

ITEM N° 01

Página 11

Page 12: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

RAM Memory Minimum Capacity of 128 GBProcessor Minimum 4 physical processors

Each physical processor must operate with 6 cores.

Operating frequency of 3 GHzData Transfer Interface Minimum Serial Attached SCSI 2 (SAS)Memory cache Minimum 30 MB L3Distribution Minimum The server must be mountable and scalableOperating Procedure Minimum Hot – swapEnergy (Server) Minimum Power: AC 100 - 240 V 50 / 60 HzStorage capacity Minimum 8 TB CapacityData Transfer interface Minimum Serial Attached SCSI 2 (SAS)Network connection Minimum Two (2) ports Giga ethernet (One active and

one backup)Connectivity ports Minimum Four (4) ports USBVentilation system Minimum Each processor must have its own ventilation

cooler. Ventilation installed in the case.

Monitor Minimum Led Technology, 21 inches Power: AC 220 V 50 / 60 Hz

Peripherals Minimum Mouse, keyboardWarranty Minimum Three (03) years. The warranty must be

certified by the equipment manufacturer.Operating System Minimum Microsoft Windows Server 2012 R2 (english)

7.3.4.3 The NOC must operate 24/7/365. It must include areas for equipment, offices, meeting rooms, storage, among others, according to what is stated in Appendix No. 3.

7.3.4.4 The CONTRACTED PARTY must design and implement the NOC in a way that allows monitoring, management, network administration and enforcement of the availability objectives set out in the technical specifications of the TRANSPORT NETWORK, including implement it with redundancy equipment.

7.3.4.5 The NOC will make effective use of advanced tools for monitoring, diagnosis and management of the network, in particular diagnostic and remote management automated systems, supporting, among others, remote diagnostics, polling, alarm reporting, fault management, etc. as well as the ability to collect, process and report relevant data on the availability and performance of the systems network..

7.3.4.6 The CONTRACTED PARTY shall install the NOC so that it has a raised floor to facilitate wiring, the distance shall be not less than 40 cm. The CONTRACTED PARTY is responsible for selecting the location, construction and equipment of the NOC, according to what is stated in Appendix No. 3 and undertakes to assume all the associated costs.

7.3.4.7 El The NOC must have a video wall or screen matrix whose overall dimension is at least the established for the video Wall as described in Appendix No. 3, is able to show diagrams of the network management system, alerts and other content provided by computers, video sources local television networks and video streaming from the Internet. For more details, see Appendix No. 3.

7.3.4.8 The HVAC of the NOC must operate 24/7/365. The temperature where the NOC equipment is located must be maintained at between 16 ° C and 24 ° C, and must be maintained at between 16 ° C and 26 ° C where the staff is

Página 12

Page 13: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

located, controlled by the direction of the NOC. The relative humidity must be maintained at between 40% and 50%.

7.3.4.9 The NOC must have an emergency power system provided by a motor generator. This motor generator must have sufficient capacity to supply power to all equipment in the NOC, including lighting, workstations, video screens and the HVAC system and enough fuel capacity to operate for at least three (03) DAYS after failure of the primary electrical system.

7.3.4.10 The tanks that supply fuel to the motor generator and the sheds where they are located must comply with all the of national, regional, provincial, district and local construction regulations and with all current environmental and safety regulations for fuel facilities, maximum tank size and noise pollution.

7.3.4.11 The CONTRACTED PARTY is responsible for implementing safeguards to all motor generators against the effects of inclement weather and improper handling.

7.3.4.12 The CONTRACTED PARTY must implement an Integrated Fire Detection and Suppression System for the NOC under the industry standards for such facilities, according to local regulations.

The minimum characteristics Detection System are:

1. It must be calibrated to detect real fires and not other faults such as leaks in the HVAC system, for example.

2. It must have loud audible alarms and alarm blinking lights.3. It must have an emergency power switch.4. It must have the ability to delay or cancel the activation of the Suppression

System.

The minimum Suppression System characteristics include:

1. The suppression agent must be environmentally friendly and must conform to local regulations.

2. The suppression agent must not present a toxic hazard to staff.3. The suppression agent must not present a risk of damaging the equipment.4. In the case of a system discharge, it must be possible to eliminate the

suppression agent quickly and efficiently.

Additionally, the CONTRACTED PARTY must place the appropriate type of portable fire extinguishers at critical places in the NOC.

7.3.4.13 El The CONTRACTED PARTY must include as part of the list of minimum spare parts for the NOC of its FINAL TECHNICAL PROPOSAL, the following::

1 router and switches spare parts kit. 1 server spare parts kit. 1 battery spare parts kit. 1 spare parts kit for the generator.

8. ACTIVE ELECTRONIC DEVICES

8.1 General Requirements

Página 13

Page 14: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

8.1.1 All active electronic equipment must be new of the "carrier-grade" type and must comply with the ITU-T recommendations and other recognized international standards. Also, the applicable national regulations for the importation of such equipment must be observed.

8.1.2 All active electronics of the Network must be the latest generation in the commercial products line of the manufacturer.

8.1.3 All active electronic equipment of the Network must have a mean time between failures (MTBF), certified by the manufacturer, of 65,000 hours or more.

8.1.4 All active electronic equipment of the Network must be capable of operating at altitudes of up to five thousand (5,000) meters, considering the different geographical conditions.

8.1.5 The routers used on the Network must have the Carrier Ethernet 2.0 certification.

8.2 Edge and Core Routers

8.2.1 The routers which function as Edge and Core must be software controlled and have at least twenty-four (24) downstream ports of 1 Gbit / s optical SFP, two (02) upstream ports of 10 Gbit / s Optical SFP. They must have a processor, power supply and redundant fans.

8.2.2 The Edge and Core routers must support QoS, MPLS, MPLS VPN.

8.2.3 The Edge and Core routers must support the Simple Network Management Protocol (SNMP).

8.3 Core Switches

Core switches must be redundant and controlled by software and have at least thirty-two (32) ports of 10 Gbit / s optical SFP, with Core functionality. They must have a processor, power supply and redundant fans.

8.3.1 The Core switches must consider at least one (01) expansion module for growth.

8.3.2 The Core switches must support the Simple Network Management Protocol (SNMP).

8.4 Aggregation Routers

8.4.1 The Aggregation Routers route traffic to the RDNFO Distribution routers. Exceptionally it has been planned that the Aggregation routers, rout the traffic to the Connection Nodes of the RDNFO.

8.4.2 The Aggregation Routers must be controlled by software and must have at least sixteen (16) downstream ports of 10, 100, 1000 Mbit / s SFP with optical and electrical support, enabled with optical modules, according to the technological capabilities of the public telecommunications services operators in accordance with the regulations issued by OSIPTEL, two (02) upstream ports of 1 Gbit / s expandable to 10 Gbit / s. They must have a processor, power supply and redundant fans. In the case of the exception stated in paragraph 3.2.1, the

Página 14

Page 15: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

aggregation router must adapt to the services offered by the Connection Nodes of the RDNFO.

8.4.3 The Aggregation Routers must support Carrier Ethernet services, including Ethernet Virtual Connections (EVCs), flexible, IEEE Bridging, G.8032, IEEE 802.3ad Link Aggregation, Layer 2 Tunneling Protocol (L2TP) EoMPLS / H-VPLS pseudowire redundancy, Virtual Private LAN Services (VPLS), Layer 3 Routing, routing protocols: OSPF, IS-IS, BGP; Bidirectional Forwarding Detection (BFD), RFC 3768 Virtual Router Redundancy Protocol (VRRP), MPLS L3VPN, MPLS LDP, MPLS TE, Multicast, PIMv2, PIM-SSM, IGMPv1, v2, v3, IGMP Snooping, Anycast RP, IPv6 Static & Dynamic IPv6 over MPLS, IEEE 802.1p QoS, IP Precedence, Hierarchical QoS, Ethernet over MPLS and pseudowire multisegment switching, IEEE 802.3ah, Ethernet Local Management Interface (E-LMI).

8.4.4 The Aggregation Routers must support Layer 3 services, IPv4 and IPv6 services, routing protocols and MPLS-based services, among others.

8.4.5 The Aggregation Routers must support the Simple Network Management Protocol (SNMP).

8.5 Distribution Routers

8.5.1 The Distribution Routers route traffic to the Aggregation Routers.

8.5.2 The Distribution Routers must be controlled by software and equipped with at least twenty-four (24) downstream ports 10, 100, 1000 Mbit / s SFP with optical and electrical support, enabled with twelve (12) optical modules and twelve (12) electrical modules, according to the technical capabilities of the operators of the public telecommunications services in accordance with the regulations issued by OSIPTEL, two (02) upstream ports of 10 Gbit / s optical SFP to the Aggregation Routers and dual power supplies.

8.5.3 The Distribution Routers must support Carrier Ethernet services, including Ethernet Virtual Connections (EVCs), flexible, G.8032, IEEE 802.3ad link Aggregation, Layer 2 Protocol Tunneling (L2PT), EoMPLS / H -VPLS, pseudowire redundancy, Layer 3 Routing, routing protocols: OSPF, IS-IS, BGP; Bidirectional Forwarding Detection (BFD), RFC 3768 Virtual Router Redundancy Protocol (VRRP), MPLS L3VPN, MPLS LDP, MPLS TE, Multicast, PIMv2, PIM-SSM, IGMPv1, v2, v3, IGMP Snooping, Anycast RP, IPv6 Static & Dynamic IPv6 over MPLS, IEEE 802.1p QoS, IP Precedence, Hierarchical QoS, Ethernet over MPLS and pseudowire multisegment switching, IEEE 802.3ah, Ethernet Local Management Interface (E-LMI).

8.5.4 The Distribution Routers must support Layer 3 services, IPv4 and IPv6 services, routing protocols and MPLS-based services, among others.

8.5.5 The Distribution Routers must support the Simple Network Management Protocol (SNMP).

8.6 Connection Switches

8.6.1 The Connection switches must consist of at least twenty-four (24) downstream electrical ports 10, 100, 1000 Mbit / s, according to the technical capabilities of the operators of the public telecommunications services in accordance with the

Página 15

Page 16: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

regulations issued by OSIPTEL, two (02) upstream ports of 10 Gbit / s optical SFP and dual power supplies.

8.6.2 These switches must support the Simple Network Management Protocol (SNMP).

8.6.3 Connection switches must support IEEE Bridging, G.8032, IEEE 802.3ad link aggregation, Layer 2 Protocol Tunneling (L2PT), Layer 3 Routing, OSPF routing protocols, RFC 3768 Virtual Router Redundancy Protocol (VRRP), IGMP Snooping, Static & Dynamic IPv6, IEEE 802.1p QoS, IP Precedence, Hierarchical QoS, IEEE 802.3ah, Ethernet Local Management Interface (E-LMI).

8.7 Amplifiers

8.7.1.1 Los The equipment of the TRANSPORT NETWORK if necessary may include Erbium Doped Fiber Amplifiers (EDFAs) or equivalent to regenerate the optical signals according to the corresponding span.

8.7.1.2 All amplifiers must support the Simple Network Management Protocol (SNMP)..

9. FIBER OPTIC

9.1 General Provisions

9.1.1 The CONTRACTED PARTY must acquire the fiber optic cable directly from the manufacturers, who must demonstrate:

9.1.1.1 Being dedicated to the manufacture and supply of quality fiber optic cable for a minimum of five (05) years;

9.1.1.2 Being able to produce a minimum of twenty-five thousand (25,000) km of fiber optic cable per year and,

9.1.1.3 Possess ISO 9001: 2008 and TL9000 (Quality Management System)..

9.1.1.4 The CONTRACTED PARTY must meet the considerations outlined in Appendix No. 2, regarding fittings, brackets and hardware for fiber optic cables.

9.2 Characteristics of the optical fiber

9.2.1 The type, physical parameters, tolerances, characteristics, etc. of the optical fiber used for the Network must comply with all the requirements in the TECHNICAL SPECIFICATIONS of the TRANSPORT NETWORK. Moreover, these must be equal to or superior than those indicated in the G.652.D Recommendations of the ITU-T for single mode fiber.

9.2.2 The optical fiber must have a polarization mode dispersion (PMD) less than or equal to zero point one (0.1).

Página 16

Page 17: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

9.2.3 The attenuation of all the installed fiber must be less or equal to zero point thirty-five (0.35) dB per km at 1310 nm and zero point twenty-five (0.25) dB per km at 1550 nm.

9.3 Features of the fiber optic cable

9.3.1 The CONTRACTED PARTY must install All-Dielectric Self-Supporting (ADSS) type fiber optic cables.

9.3.2 The ADSS cable must be Dry Core type, with gel filler in the tubes containing the fiber yarns.

9.3.3 This cable must be double cover to withstand tensile load, considering an average wind speed of sixty (60) km / hour and an additional load of ten (10) mm of ice cover.

9.3.4 The cable must have a crush resistance of 3000 N / 100 mm and a performance temperature at installation, operation and storage of between -40 ° C and 70 ° C.

9.3.5 The CONTRACTED PARTY shall take into account the environmental conditions where it will install and operate the fiber optic cable so that the physical characteristics of the ADSS Cable are adequate. The cable installed along high voltage transmission lines must withstand greater spans between towers, compared to the cable used in the spans between medium voltage line towers or posts.

9.3.6 The CONTRACTED PARTY must meet the requirements of the TRANSPORT NETWORK through the minimum use of two types of ADSS Cable, whose strength depends on the length of each span. The maximum admissible span for high voltage is six hundred (600) meters, considering what is stated in Appendix No. 2. For exceptions to this, see Paragraph Error: Referencesource not found.

9.3.7 The CONTRACTED PARTY must use a type of fiber optic cable with a lifespan of at least twenty (20) years. To do this, the recommendations provided by the manufacturer must be taken into consideration, so as to ensure its lifespan.

9.3.8 The CONTRACTED PARTY shall considered installing fiber optic cable at a distance of (01) m. from power lines of 23 kV and up. Further specifications of the cable and its installation are given in Appendix # 2.

9.4 Pre-Installation Packing and Marking

The CONTRACTED PARTY must ensure that it complies with standard methods in the industry for packing and marking of reels of fiber optic cable. A single cable segment, without joints, must be placed on each reel; the ends of the cable must be readily available for testing, and the CONTRACTED PARTY is obliged to take all appropriate measures to prevent damage to the cable during the process of transportation, storage and delivery to the installation site.

9.5 Testing

The CONTRACTED PARTY must follow the standard methods in the industry (eg. ITU, EIA / TIA, IEEE, IEC) for testing before and after the installation of the

Página 17

Page 18: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

fiber optic cable. At a minimum, these tests must include reel tests, post-splicing, post-connection; and acceptance. The CONTRACTED PARTY must report the testing schedule and protocol to FITEL with an anticipation of fifteen (15) BUSINESS DAYS prior to the date, so they can participate in the tests at their discretion. This information must be updated as part of each FINAL TECHNICAL PROPOSAL and GENERAL TECHNICAL PROPOSAL.

9.6 Installation Methods

9.6.1 All construction and installation activities must meet the (national, regional, provincial, district and local) applicable environmental regulations.

9.6.2 The CONTRACTED PARTY shall use the installation method according to the particular environment (high voltage power line / medium voltage power line / centrifuged reinforced concrete poles / others), in which the fiber optic cable, terrain, accessibility, characteristics, features and configurations of the towers and support structures, among others, provided it is in accordance with the standard practices and procedures in the industry for the installation of ADSS cable. They must also provide through the FINAL TECHNICAL PROPOSAL, the detailed description of the method of installation, including amendments if so made (see paragraph 6.1), electric field studies and tower and pole structure study where the optic fiber is to be laid.

9.6.3 The laying through long spans (see paragraph Error: Reference source notfound of the TECHNICAL SPECIFICATIONS of the TRANSPORT NETWORK) may require special or non-standard techniques and equipment. In this case the CONTRACTED PARTY must provide FITEL a detailed description for each of these cases in their FINAL TECHNICAL PROPOSAL.

9.6.4 The CONTRACTED PARTY must perform FIELD STUDIES, that is to say it is responsible for collecting and analyzing the necessary information related to the environment of the installation site, as well as performs preliminary inspections (walk-downs) and route survey that may be required. FITEL must have access to such information upon request. Notwithstanding that, this information must be recorded in the Technical File (refer to paragraph 14.1).

9.6.5 In places where the CONTRACTED PARTY lays ADSS cable along existing power transmission infrastructure, the CONTRACTED PARTY is responsible that the adequacy of the infrastructure takes place ("make-ready"), to ensure that they have the integrity or capacity to correctly handle the cable. The CONTRACTED PARTY is responsible for ensuring that all the necessary preparation operations are properly carried out.

9.6.6 The CONTRACTED PARTY must observe the installation guidelines for ADSS cable provided in standard IEEE 1222 (version 2004 or newer), as well as the installation procedures recommended by the cable manufacturer. In case of a discrepancy, the manufacturer's procedures must have priority and the fact documented in the Technical File (refer to paragraph 14.1).

9.6.7 In case the CONTRACTED PARTY installs ADSS cable on dedicated posts along a road, they are responsible for selecting the location and installation of such posts.

9.6.8 The CONTRACTED PARTY may lay fiber optic cable in buried pipeline along roads that may be available, in this case the CONTRACTED PARTY shall

Página 18

Page 19: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

communicate the fact to FITEL for their approval and incorporate the relevant documentation in the Technical File (refer to paragraph 14.1). In these cases, the CONTRACTED PARTY agrees to comply with the requirements of paragraph 9 as applicable.

9.7 Ground Clearance, Sag and Tension Requirements

9.7.1 The free height above the ground of the ADSS cable must comply with relevant local and national regulations and construction standards observed by the various electric utilities in whose infrastructure the cable will be supported. In the absence of such regulations and standards, the minimum ground clearance must be five (05) meters nominally.

9.7.2 The requirements for sag and tension depend on the particular type of cable laid, the clearance requirements and meteorological load parameters. The CONTRACTED PARTY is responsible for ensuring compliance with these requirements, according to the information provided by the cable manufacturer.

9.8 Long Spans

9.8.1 El CONTRATADO podrá optar por soluciones que no requieren la instalación de cable ADSS en la zona de potencia sobre las que así lo requieren. Por ejemplo, como regla general, una solución en la que se lleva al cable ADSS sobre postes intermedios construidos para tal fin sería preferible a una solución en la cual el cable está atado o soportado por un conductor eléctrico.

9.8.2 In all cases involving long spans, the type of fiber optic cable must be suitable and certified for the type of situation that occurs, it must comply with the requirements of paragraphs, Error: Reference source not found, Error:Reference source not found, and 9.3.7.

Página 19

Page 20: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

9.9 Service Loops

The CONTRACTED PARTY must provide sufficient cable service loops (to avoid the need to replace entire sections of cable in case of the occurrence of further problems). Service loops must be at least 40 m. in length, and it must be located at each reel splicing, branch splicing, and before each ODF.

9.10 Estimates of fiber and sections loss

9.10.1 The CONTRACTED PARTY is responsible for ensuring that each segment of optical fiber path is designed and implemented in order to meet the loss budget requirements necessary for that segment.

9.10.2 It is possible that in some segments of the path the maximum length over which the fiber can be laid without amplifiers (repeaters) is exceeded successfully. In such situations, the CONTRACTED PARTY is responsible for the design, construction and implementation of the necessary repeater devices and associated equipment.

9.11 Number of Fibers

The minimum number of strands of optical fiber for the TRANSPORT NETWORK is forty-eight (48) strands.

9.12 Splicing Technique

The CONTRACTED PARTY must use the state of the art of the procedure techniques and fiber splicing techniques, both during the installation and all maintenance processes and subsequent repair to maximize the integrity of splices and minimize the resulting splice losses.

10. NETWORK AND SYSTEMS DESIGN

10.1 The CONTRACTED PARTY must develop its GENERAL TECHNICAL PROPOSAL that contains more details than its TECHNICAL PROPOSAL (paragraph 7.1 of the basis) and that includes the comprehensive design of the entire system (optical fiber, active electronic devices, Nodes, NOC and other components identified in the TECHNICAL SPECIFICATIONS of the TRANSPORT NETWORK) and get the approval of FITEL; the CONTRACTED PARTY may make purchase orders, as long as it has this approval..

The GENERAL TECHNICAL PROPOSAL must include at least the following items:

Schedule of Activities of the TRANSPORT NETWORK. Network Scheme. Location and description of each type of Node containing active equipment. Location and description of any facility other than a Node containing active

equipment. Description of the system components, indicating their location in the

network hierarchy, including manufacturer, model, versions of all components, attaching the relevant manuals.

Physical requirements of the sites. Description of activities to be followed for obtaining the Environmental

Impact Assessment, as well as a schedule

Página 20

Page 21: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

Description of the method of installation of towers and posts along the way where the optical fiber is installed.

10.2 At delivery of the GENERAL TECHNICAL PROPOSAL, FINAL TECHNICAL PROPOSAL and Technical File (refer to paragraph 14.1), the CONTRACTED PARTY must provide three (03) color copies of detailed design documents both electronically and hard copy (of the size required). Electronic files must be in their original formats (eg AutoCAD, Shape, MS-Excel, MS-Word, MS-Visio, .pdf, etc.).

10.3 The FINAL TECHNICAL PROPOSAL submitted in accordance with the FINAL SCHEDULE OF ACTIVITIES OF THE TRANSPORT NETWORK shall include at least the following elements:

Updates to the FINAL SCHEDULE OF ACTIVITIES OF THE TRANSPORT NETWORK.

Network Scheme. Location and description of each Node or other facility containing active

equipment. Indicate the physically different connections and which share common

routes from the Distribution and Connection Nodes to the Aggregation Nodes, and the criteria used for the design.

Inventory of equipment, specifying location, including manufacturer, model, versions of all components and manuals.

Software (name, version, requirements and licensing fees, amount, expiration date, acquisition mode and other relevant details) to be provided.

Rack configuration drawings and plans for all the facilities containing active equipment and materials used at the facility.

Physical requirements of the sites. Power requirements including UPS and generators. HVAC requirements. Safety and Environmental Monitoring Plans. Network addressing scheme. Inventory of spare parts for the equipment. TEST PROTOCOLS AND COMMISSIONING PROTOCOLS. Information referred to in paragraph 9.6.2 of this document. Documentation related to the field study, with the gathered information that

allowed defining the Network designs to be implemented. Proposal to be implemented to fulfill what is stated in paragraph 15.7 of this

document.

FITEL reserves the right to request additional information from the CONTRACTED PARTY that it deems pertinent.

10.4 The CONTRACTED PARTY has until the date of completion of the INSTALLATION PHASE of the TRANSPORT NETWORK to submit a document containing:

10.4.1 The recommendations of the manufacturers and suppliers of infrastructure, equipment and software, as well as their own experience so that the infrastructure, equipment, fiber optics, hardware, software, surveillance systems, etc. operate normally and the services may be provided under the quality specifications established in this Annex.

Página 21

Page 22: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

10.4.2 The monitoring protocols, diagnostics, network management recommended, and the tests to be performed to verify compliance with Service Level indicated in paragraph 5.

11. OPERATIONS SUPPORT SYSTEMS / BUSINESS SUPPORT SYSTEMS, OSS / BSS

11.1 General Requirements

11.1.1 The CONTRACTED PARTY must obtain, configure and install a set of Operations Support Systems and Business Support Systems (collectively, OSS / BSS). Overall, the OSS / BSS must have the proper capabilities and functionalities to ensure the efficient, effective and responsive network performance.

11.1.2 The CONTRACTED PARTY must provide, in its GENERAL TECHNICAL PROPOSAL to FITEL an overview of the proposed collective OSS / BSS and its capabilities and features.

11.1.3 The CONTRACTED PARTY must give FITEL, in their FINAL TECHNICAL PROPOSAL, a proposed spare parts management strategy adequately detailed, with capabilities and functionality required for each situation.

11.2 Network Management

11.2.1 Overall, the CONTRACTED PARTY must design, implement and maintain a Network Management System (NMS) with adequate capabilities and functionality to ensure management and administration of the network that is maximally effective and sensitive, particularly for active equipment management (routers, switches, etc.) and include remote monitoring of the optical fiber, so as to detect cuts and facilitate location of the fault, detect damage and decreased quality of links between Nodes (including passive and active components). This system must be modular and scalable; whoever operates the TRANSPORT NETWORK must be able to update and modify reports or functionalities of the software at his discretion, without having to make any payment to the CONTRACTED PARTY or a third party. This system must be able to issue reports and statistics on a regular basis (daily, weekly, monthly or annually) at the request of the person who operates the TRANSPORT NETWORK. For further details see Appendix No. 4.

11.2.2 The CONTRACTED PARTY must provide FITEL, as part of the first FINAL TECHNICAL PROPOSAL, a detailed description of the NMS, with at least specific reference to each of the functional areas listed below:

11.2.2.1 Fault Management, comprising the set of processes and procedures to detect, isolate and correct deficiencies of any kind in the Network. These processes and procedures include keeping records of failures, process failures, the actions in response to notifications of fault detection, fault identification and tracking, diagnostic testing sequences, fault reports and their status, localization and correction of faults. The proposed fault management system must use filtering algorithms that assign severity levels to the alarms (in accordance with ITU-T X.733 Recommendation or other) and include regulations and escalation procedures to solve faults and unambiguously.

Página 22

Page 23: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

11.2.2.2 Availability Management, which aims to maintain adequate levels of availability of the TRANSPORT NETWORK and its links AND individual components, and monitor and maintain compliance with the requirements of the TECHNICAL SPECIFICATIONS, particularly SLA and of performance of the TRANSPORT NETWORK.

11.2.2.3 Configuration Management, which comprises, among others, processes and procedures for the making of configurations, network reviews and updates.

11.2.2.4 Capacity Management, to generate information for the design, modeling, capacity planning and management of the resources of the TRANSPORT NETWORK.

11.2.2.5 Continuity Management, which comprises, among others, processes and procedures that support and guarantee the continuity of operations of the TRANSPORT NETWORK, aimed at reducing the incidence of failures, and ensure that the recovery procedures are efficient and effective.

11.2.2.6 Performance Management, which provides information and structured processes for monitoring and managing the performance of the TRANSPORT NETWORK and procedures to maintain performance in accordance with the requirements of the level of service and performance of the TRANSPORT NETWORK.

11.2.2.7 Changes or Modifications Management comprising structured and standardized processes for efficient change management, configuration changes and hardware / software updates procedures, and to ensure that they perform with minimal disruption or degradation related to service provision.

12. SAFETY, SURVEILLANCE AND PHYSICAL INTEGRITY REQUIREMENTS

12.1 Network Security

12.1.1 The CONTRACTED PARTY must submit to FITEL proposed procedures and security policies in response to the requirements of the TRANSPORT NETWORK and technological developments, pointing out how their policies, security processes and procedures comply with laws, standards and best confidentiality and security practices applicable at the local, national and international levels; this proposals must include physical and logical segregation schemes and must contain at least the following provisions and policies::

Authentication: a user name and password. Access Policy: Three levels of access shall be established: User, Supervisor

and system Manager. User Level: May only access network resources directly related to their

work. Supervisor Level: will access network resources of a user group. System Manager Level: will have access to all network resources and

may install new software and device drives. Access Log: All entries to the network will be recorded, indicating: Users,

Start Time, End Time, commands entered. These records logs are stored for six months in at least one of the servers described in paragraph 7.3.4.2.4.

Firewall Installation.

Página 23

Page 24: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

Installation of anti-virus software to help detect and inhibit the action of malware, worms or Trojans.

Install an intrusion detection system based on anomalies, whose records are used for audit purposes and for further high-level analysis.

Deploy honeypots. Honeypots are network resources that act as decoys, because honeypots are not accessible for legitimate purposes, they can be deployed on the network as tools for monitoring and early warning. The techniques used by attackers who try to access these decoy resources are studied during and after an attack to keep an eye on new exploitation techniques. A honeypot may also direct the attacker attention away from the legitimate servers.

Communication between two hosts using a network must be encrypted for privacy.

12.1.2 The CONTRACTED PARTY must indicate which protection system will be implemented in order for the TRANSPORT NETWORK to be protected against the introduction of viruses and against inappropriate access (eg hackers).

12.1.3 The CONTRACTED PARTY must describe the systems and processes to be used to provide basic services related to security within the network infrastructure.

12.1.4 The CONTRACTED PARTY must consider the following aspects for filing what is indicated in sections 12.1.1 and 12.1.3:

Availability. On how to protect the Network against malicious threats that deny the service and / or reduce the availability of network services, indicating mechanisms to protect the routing systems, switching and network management against denial of service attacks, internal threats, unexpected or unauthorized actions from users, unauthorized intrusions and other threats.

Confidentiality. Regarding the protection of all information (such as subscriber profile or network performance statistics), during transmission, from its disclosure to unauthorized persons.

Integrity. Regarding the protection of all information during transmission against unauthorized modification.

Identification and authentication. Regarding the proposed mechanisms to identify and authenticate the Network operator personnel and other personnel who have authorized access the network.

Alarms and audit trails. Regarding auditing mechanisms and alarms that can record all events related to security.

Fraud Control. Regarding the active fraud control service that must operate 24x7 and that is focused on automatically monitoring usage patterns and detecting potential fraudulent use of the services.

12.2 Physical Security

12.2.1 All Nodes and the NOC must have physical access controls that require authentication, as described in Appendix No. 3.

12.2.2 The exit process from the installations where the Nodes and the NOC are located must require the use of authentication factors described in Appendix No. 3. Any act of leaving such facilities, including emergency departures, not associated with authentication of such factors must be considered as unauthorized and must trigger an alarm.

Página 24

Page 25: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

12.2.3 The CONTRACTED PARTY must implement a centralized system that records all entries, entry attempts and exits as well as the storage system of such events so that they are available for not less than twelve (12) months.

12.3 Physical Intrusion Detection

All facilities where Nodes and the NOC are located must have automatic intrusion detection and open door alarms. These must be activated at any time any entry door has been opened, including emergency exits, without performing the authoritative identification with the factors listed in Appendix No. 3. The system must also generate an alarm whenever a door has remained open for longer than one (01) minute.

12.4 Motion Detectors

All installations must be equipped with motion detection alarms, which must be activated whenever motion is detected inside the premises without an authorization (see paragraph 12.2.1).

12.5 CCTV

The CONTRACTED PARTY shall provide a video surveillance system for monitoring the entrances to the facilities of the Nodes and the NOC. This system must be monitored by the NOC and it includes IP cameras with exterior covers that meet the IP66 classification. This system must have a capacity of 3 TB at each Node and minimum capacity of 10 Tb of storage at the NOC to record and maintain all videos for at least a period of thirty (30) days. The system must include the software with the ability to simultaneously display all cameras selected and archive video segments for a time of at least twelve (12) months.

13. TESTING AND COMMISSIONING

13.1 General

13.1.1 In complex systems, procedures and appropriate testing protocols and commissioning are essential to ensure that the system in question and their subsystems and components work as designed once it has been installed..

13.1.2 TEST PROTOCOLS and COMMISSIONING PROTOCOLS must be coordinated with FITEL who give their agreement for their implementation. Therefore, FITEL may request any changes it deems appropriate until the approval of the final versions of the protocols used. Likewise, once approved they may be subsequently amended at the request of FITEL.

13.1.3 The CONTRACTED PARTY must develop and properly implement a comprehensive, consistent and standardized approach for testing and commissioning activities to ensure that the transition to operational status is carried out in an efficient and effective manner.

13.2 TESTING PROTOCOL

Testing processes and protocols must include, among others, the following:

Página 25

Page 26: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

Testing types by network characteristics (including certification of the optical network, Nodes, NOC, MAINTENANCE CENTERS infrastructure and general civil works related to the TRANSPORT NETWORK).|.

Adequate equipment. Testing Procedure. Reference values based on the manufacturer's recommendations and / or

international standards.13.3 COMMISSIONING PROTOCOL

Commissioning processes and protocols must meet the following points, among others:

Tests to be performed to verify compliance with the minimum required parameters set out in section 5 of this document.

Pre-commissioning checks. Reverse operations in the event of the presence of failures that impede

starting operations.

13.4 Training

The CONTRACTED PARTY must train staff designated by FITEL in aspects related to the proposed technological solution. Depending on the subjects to be included in the courses, training will take place in Peru and in the country of manufacture of the optical fiber installed and the main active equipment (NOC, Aggregation Nodes and Distribution Nodes equipment) that make up the TRANSPORT NETWORK and the NMS.

The QUALIFIED BIDDER shall indicate the minimum professional or technical profile required for each course. The CONTRACTED PARTY shall submit to FITEL the detailed content of these courses with the timely delivery of the GENERAL TECHNICAL PROPOSAL (see paragraph 2.1). FITEL reserves the right to monitor and modify the proposal, within a period of fifteen (15) DAYS.

The number of participants for factory training shall be a minimum of eight (08) people and the training shall consist of a minimum of ninety (90) effective hours.

Training in the country will be for a minimum of thirty-five (35) people and shall consist of a minimum of one-hundred-sixty (160) effective hours.

Both factory training and in-country training must focus on the equipment and systems installed by the CONTRACTED PARTY. In the case of in-country training, it must contemplate further training on subjects of design, implementation, management, network management, among others.

Factory training must be scheduled so that it takes place within the INVESTMENT PERIOD. The CONTRACTED PARTY will conduct the in-country training within the INVESTMENT PERIOD.

In addition, as part of the factory training, the CONTRACTED PARTY shall coordinate study visits to the factory where the optical fiber and active equipment to be installed is made and tested for designated staff and mentioned in the first sub-paragraph above, even when testing of the optical fiber and active equipment are carried out at different locations (districts, provinces, countries).

Página 26

Page 27: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

The courses to be developed in both trainings will be coordinated with FITEL.

The CONTRACTED PARTY shall bear all costs involved in factory training (fares, accommodation, meals, local transportation, departure taxes, instructors, materials, support documents necessary for processing of visas, travel insurance, etc.) and any other related to the in-country training. All participants will be awarded training certificates at the end of the course, according to the model presented by FITEL. The training does not lead to payment for these services from FITEL or designated participants; all of the relevant costs are incurred by the CONTRACTED PARTY.

13.5 Other

13.5.1 The CONTRACTED PARTY is responsible for ensuring that all equipment imported into Peru, or acquired in Peru, have been certified to meet all compliance requirements and other applicable certification requirements.

13.5.2 The CONTRACTED PARTY is responsible for ensuring that all requirements (including tests, measurements and any other procedures) related to compliance with Peruvian environmental impact standards are properly met.

14. DOCUMENTATION

14.1 Technical File

The CONTRACTED PARTY must prepare and provide the Technical File of the TRANSPORT NETWORK to FITEL, within no more than forty-five (45) DAYS, after the completion of the INSTALLATION STAGE. The CONTRACTED PARTY shall coordinate with FITEL the content of the Technical File.

Notwithstanding the above, the Technical File must include documentation set out in paragraphs Error: Reference source not found and 14.1.2.

Additionally, all documentation included in the Technical File must be delivered in their original file formats.

14.1.1 "As designed" documentation

The CONTRACTED PARTY must draw up diagrams, descriptions, lists of materials and other relevant information describing the original design of the network, including network diagrams, site plans, plans and configurations of racks, HVAC equipment, electrical power equipment, types of electronic equipment, software and software versions used, types of cables, cable routes, and so on.

14.1.2 "As-built" documentation

The CONTRACTED PARTY must have diagrams, documents, descriptions, and other additional relevant information and any other that may be requested by FITEL, describing the final construction of the TRANSPORT NETWORK. This includes network diagrams, location of the Nodes and other geo-referenced sites, real plans of the sites, drawings and configurations of racks, HVAC equipment, electrical power equipment, electronic equipment types, types of plug-ins, configuration of cross-connection devices, software and software versions used, copies of software licenses, types of cables, cable routes, point

Página 27

Page 28: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

out the physically diverse connections and which share common routes of the Distribution and Connection Nodes to the Aggregation Nodes, and the logical mapping of the implemented network and other information that may be relevant to document the construction of the network.

15. MONITORING DURING THE INVESTMENT PERIOD

15.1 The CONTRACTED PARTY shall put a work team together for the INVESTMENT PERIOD OF THE TRANSPORT NETWORK, which will work together with the staff appointed by FITEL. The work team of the CONTRACTED PARTY shall be made up of at least a professional in legal issues, one for technical and / or engineering issues and another for trade issues. FITEL must have direct contact with each of them during the SUPERVISION. The CONTRACTED PARTY must submit to FITEL the makeup of each team within the first fifteen (15) DAYS of the beginning of the INVESTMENT PERIOD.

The CONTRACTED PARTY is required to notify FITEL in writing of any changes in the makeup of the work team, in no more than seven (07) DAYS of producing such modification, without altering the distribution of the personnel required for this team as noted in the preceding paragraph.

15.2 FITEL shall perform the appropriate SUPERVISION during the INVESTMENT PERIOD OF THE TRANSPORT NETWORK, to this end, the CONTRACTED PARTY shall allow the personnel designated by FITEL to perform its supervisory role, in situ and / or remotely. Also, the CONTRACTED PARTY must send, at the request of FITEL, any information that they consider relevant to exercise their SUPERVISORY functions, in the time it is requested. In case of default, FITEL shall apply the penalties that apply, according to the FINANCING AGREEMENT.

15.3 FITEL reserves the right to request any information of a technical nature related to the network during the term of the FINANCING AGREEMENT, with the CONTRACTED PARTY having to send the information requested under application of a penalty.

15.4 Upon completion of the INSTALLATION STAGE, FITEL will proceed with the SUPERVISION, specifically in order to approve the TRANSPORT NETWORK.

However, FITEL may provide partial approval to the progress made during the INSTALLATION STAGE. In the latter case, partial compliance of progress will be provided through a TRANSPORT NETWORK SUPERVISION REPORT with a favorable opinion, although it may include any OBSERVATIONS, provided that the OBSERVATIONS do not compromise the network performance or the SERVICE LEVELS. Each OBSERVATION must be remedied by the CONTRACTED PARTY within a period of thirty (30) DAYS from the notification of the observation and up to the signing of the COMPLIANCE CERTIFICATE OF FACILITIES AND SERVICES TEST OF THE TRANSPORT NETWORK.

15.5 The COMPLIANCE CERTIFICATE OF FACILITIES AND SERVICES TEST OF THE TRANSPORT NETWORK will only be subscribed in a maximum of thirty (30) DAYS from the issuance of the TRANSPORT NETWORK SUPERVISION REPORT, corresponding to the entire TRANSPORT NETWORK, only when this has a positive opinion and without any OBSERVATIONS. Appendix No. 5

Página 28

Page 29: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

shows the referential content of the COMPLIANCE CERTIFICATE OF FACILITIES AND SERVICES TEST OF THE TRANSPORT NETWORK.

15.6 Signing of the COMPLIANCE CERTIFICATE OF FACILITIES AND SERVICES TEST OF THE TRANSPORT NETWORK is necessary for the signing of the CERTIFICATE OF AWARD OF GOODS OF THE TRANSPORT NETWORK.

15.7 For the signing of the CERTIFICATE OF AWARD OF GOODS OF THE TRANSPORT NETWORK, FITEL may request from the CONTRACTED PARTY to again perform the following:

An inventory of infrastructure, equipment, licenses, permits, easements, contracts, patents, studies, reports, plans, insurance, and in general of all movable or fixed property, installed, made, obtained or acquired that are part of the TRANSPORT NETWORK.

Perform the tests according to protocols outlined in paragraphs 13.2 and 13.3 of this document as well as additional tests that it sees fit.In this regard, the CONTRACTED PARTY shall provide all the respective necessary facilities and support to implement them

15.8 TRANSPORT NETWORK INSTALLATION CERTIFICATE

15.8.1 The CONTRACTED PARTY shall prepare and sign a TRANSPORT NETWORK INSTALLATION CERTIFICATE for each Node, MAINTENANCE CENTER and Network Operations Center, according to what is stated in these TECHNICAL SPECIFICATIONS.

15.8.2 The CONTRACTED PARTY shall submit to FITEL the TRANSPORT NETWORK INSTALLATION CERTIFICATE format that it will use as part of its GENERAL TECHNICAL PROPOSAL. FITEL must approve this format, so it may require any changes it deems necessary for use in the final version.

15.8.3 Each TRANSPORT NETWORK INSTALLATION CERTIFICATE must be filled out with complete information and must be signed and endorsed by a representative of the CONTRACTED PARTY. By this act, the undersigned certify the implementation facilities and of correct operation of the equipment..

15.8.4 Each TRANSPORT NETWORK INSTALLATION CERTIFICATE must include at least:

Data of location and geographical coordinates. Inventory of installed goods and equipment. Parameters configured in the equipment installed. At least two (02) photographs of the completed facilities, as follows:

o For Nodes: perimeter fence, civil works, energy system, measurements of grounding system, climate control system, and data transmission equipment, toilets.

o For NOC: civil works, power system measurements of grounding system, climate control system, and data transmission equipment, operations room, equipment room, power room, store, meeting room, toilets.

o For the MAINTENANCE CENTER: civil works, store, tools, warehouse, spare parts stock, 4x4 truck.

Página 29

Page 30: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

The CONTRACTED PARTY must note that photos will be taken with a camera of at least five (05) Mega pixels, so as to allow its expansion to about a size of 20 x 25 cm. with no image distortion and clearly seen at said size.

Data of field personnel in charge of the premises.

15.8.5 The CONTRACTED PARTY shall deliver the TRANSPORT NETWORK INSTALLATION CERTIFICATE, photographs and physical inventory document (printed) and electronic file (digital) with information from all fields of the acts. The costs associated with this requirement are borne by the CONTRACTED PARTY.

15.8.6 The CONTRACTED PARTY shall deliver all TRANSPORT NETWORK INSTALLATION CERTIFICATES to FITEL within a maximum period of ten (10) DAYS from the completion of the INSTALLATION STAGE, regardless if these are progressively delivered before this date, as the installations progress.

Additionally, within the same period, the CONTRACTED PARTY shall send FITEL an electronic file in a spreadsheet format that contains all the tabulated fields in each TRANSPORT NETWORK INSTALLATION CERTIFICATE. The tabulated field format to be presented will be coordinated with FITEL, as part of the approval of the GENERAL TECHNICAL PROPOSAL format.

The reception of all TRANSPORT NETWORK INSTALLATION CERTIFICATES and the electronic file stated in the preceding paragraph are requirements in order for the CONTRACTED PARTY to receive the corresponding disbursement, prior SUPERVISION and compliance approval by FITEL of the completed installations.

15.8.7 For purposes of complete acceptance of the TRANSPORT NETWORK during SUPERVISION:

The CONTRACTED PARTY must accredit the total installation of infrastructure and equipment as well as the proper operation of the TRANSPORT NETWORK.

FITEL will perform OPERATIONAL TESTS of the TRANSPORT NETWORK, according to the TESTING PROTOCOL and the COMMISSIONING PROTOCOL. The results of these tests will be used as input for each TRANSPORT NETWORK SUPERVISION REPORT noted in paragraphs 15.4 and 15.5 of this document.

15.8.8 The CONTRACTED PARTY must give FITEL a Quality Guarantee for every manufacturer of the main power, data and transmission equipment as well as optical fiber through which it guarantees their quality and performance, for one year from the signing of the COMPLIANCE CERTIFICATE OF FACILITIES AND SERVICES TEST OF THE TRANSPORT NETWORK. This document is a prerequisite for the signing of the said certificate.

15.8.9 The COMPLIANCE CERTIFICATE OF FACILITIES AND SERVICES TEST OF THE TRANSPORT NETWORK signed by the PARTIES does not invalidate FITEL the right to claim for defects, failures or breaches not realized at the time of its subscription. This is complemented with the provisions of Articles 1484 and those that follow of the Civil Code and with the Quality Guarantee established in paragraph 15.8.8 of this Annex..

Página 30

Page 31: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

15.8.10 The CONTRACTED PARTY is responsible for ensuring that all requirements (including tests, measurements and any other procedure) related to compliance with Peruvian environmental impact standards are properly met.

15.9 REMOTE MONITORING OF THE NETWORK

15.9.1 The CONTRACTED PARTY shall provide an Internet online monitoring system via web or client NMS, accessible in read mode from the offices of FITEL, to all alarm logs, additional parameters and other various reports indicated in Appendix No. 4. All the aforementioned information and data must be exported in csv, Excel or Txt format from the offices of FITEL. This connection must have the security and authentication mechanisms for safe remote access.

For this, the CONTRACTED PARTY shall provide FITEL an access terminal to said monitoring system that has as a minimum the following characteristics:

Processor core i7. Memory RAM DDR 16 GB Hard Disk 1 TB Monitor 21” LCD Three (03) ports USB v3.0 One (01) port HDMI Peripherals (mouse, keyboard)

15.9.2 The CONTRACTED PARTY shall provide a server for exclusive use of FITEL, which will be installed inside the contracted facilities, with the following characteristics:

RAM Memory Minimum Capacity of 128 GBProcessor Minimum 4 physical processors

Each physical processor must operate with 6 cores.

Operating frequency of 3 GHzData Transfer Interface Minimum Serial Attached SCSI 2 (SAS)Memory cache Minimum 30 MB L3Distribution Minimum The server must be mountable and scalableOperating Procedure Minimum Hot – swapEnergy (Server) Minimum Power: CA 100 - 240 V 50 / 60 HzStorage capacity Minimum Capacity of 8TBData Transfer interface Minimum Serial Attached SCSI 2 (SAS)Network connection Minimum 2 ports Giga Ethernet (One active plus one

backup) and 2 Network Ethernet ports 10Base-T/100Base-TX/1000Base-T or higher.

Connectivity ports Minimum Four (4) USB portsVentilation system Minimum Each processor must have its own ventilation

cooler. Ventilation installed in the case.

Drives Minimum DVD-ROM

This server must be able to monitor the Internet output ports of the TRANSPORT NETWORK in order to process the IP packet traffic generated on the network and store all relevant information. Also, the Network Management System (NMS) must have interconnection capacity or periodic sending of data to this server (using standard protocols such as FTP, SNMP, SYSLOG, NFS) of the variables, KPI, counters, alarms or parameters that allow generating logs for all alarms, additional parameters and various other reports indicated in Appendix No. 4. For the KPI, counters, alarms or parameters to be stored on the before mentioned server, it must be made clear that:

Página 31

Page 32: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

They may be proposed based on the manufacturer's recommendations, international and national standards and the requirements of FITEL.

They may be modified or expanded by others at any other time at the request of FITEL up to the signing of the COMPLIANCE CERTIFICATE OF FACILITIES AND SERVICES TEST OF THE TRANSPORT NETWORK.

They must be clearly stated and explained by the CONTRACTED PARTY.

All software installed on the server, including the operating system, will be installed with the presence of FITEL, for which the CONTRACTED PARTY shall provide all facilities for access to the facilities for that case. All licensing costs for the operating system and software development and database will be borne by the CONTRACTED PARTY.

The indicated server must be accessible from FITEL via Internet going through a public IP address through a VPN.

For the acquisition and installation of the server it must be provided that it can support an availability of 99.98%.

15.9.3 For FITEL to access, as referred to in paragraphs 15.9.1 and 15.9.2, the CONTRACTED PARTY must provide at no cost to FITEL a dedicated Internet connection of 5 Mbit / s minimum.

15.9.4 The proposal of features to be implement for what is requested in paragraphs 15.9.1, 15.9.2 and 15.9.3 shall be submitted by the CONTRACTED PARTY as part of their FINAL TECHNICAL PROPOSAL. FITEL may make changes to the proposal presented, in order to give the respective approval for implementation.

APPENDIX

Appendix Nº 1-A : LIST OF TRANSPORT NETWORK NODES

Appendix N° 1-B : LIST OF OPTICAL NODES WITH PHYSICAL REDUNDANCY BY DIVERSE ROUTES

Appendix N° 1-C : LIST OF TRANSPORT NETWORK SERVICE CENTERS

Appendix N° 2 : CONSIDERATIONS FOR THE OPTICAL FIBER CABLE AND ITS INSTALLATION

Appendix N° 3 : TECHNICAL CONSIDERATIONS FOR TRANSPORT NETWORK NODES

Appendix N° 4 : NETWORK MANAGEMENT SYSTEM (NMS)

Appendix N° 5 : COMPLIANCE CERTIFICATE OF FACILITIES AND SERVICES TEST OF THE TRANSPORT NETWORK

Appendix N° 6 : DETAILS OF COSTS ASSOCIATED TO THE IMPLEMENTATION OF THE TRANSPORT NETWORK THAT JUSTIFY THE FINANCING OF TRANSPORT NETWORK

Página 32

Page 33: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

Appendix N° 7 : TRANSPORT NETWORK INSTALLATION CERTIFICATE

Página 33

Page 34: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

ANEXO Nº 8-A DE LAS BASES

APÉNDICE Nº 1-A

LISTADO DE LOS NODOS DE LA RED DE TRANSPORTE

Nro CodINEI2010 DEPARTAMENTO PROVINCIA DISTRITO LOCALIDAD CAPITAL TIPO DE NODO ÓPTICO (PROYECTO REGIONAL)

NODOS ÓPTICOS CON DIVERSIDAD DE RUTAS FISICAS

DATA DE UBICACIÓN

FUENTE LONGITUD LATITUD Altura (m.s.n.m.)

1 0601010001 CAJAMARCA CAJAMARCA CAJAMARCA CAJAMARCA SI NODO DE AGREGACIÓN - NODO DISTRIBUCION RDNFO SI MED-GPS -78.517500 -7.157070 2724

2 0601020001 CAJAMARCA CAJAMARCA ASUNCION ASUNCION SI NODO DE DISTRIBUCION SI IGN -78.518400 -7.323300 2228

3 0601030001 CAJAMARCA CAJAMARCA CHETILLA CHETILLA SI NODO DE DISTRIBUCION SI IGN -78.674000 -7.146840 2785

4 0601040001 CAJAMARCA CAJAMARCA COSPAN COSPAN SI NODO DE DISTRIBUCION NO ESTUDIO DE CAMPO -78.542690 -7.426870 2477

5 0601050001 CAJAMARCA CAJAMARCA ENCAÑADA ENCAÑADA SI NODO DE DISTRIBUCION SI INEI -78.345010 -7.086560 3123

6 0601060001 CAJAMARCA CAJAMARCA JESUS JESUS SI NODO DE DISTRIBUCION SI MED-GPS -78.379400 -7.249020 2559

7 0601070001 CAJAMARCA CAJAMARCA LLACANORA LLACANORA SI NODO DE DISTRIBUCION SI MED-GPS -78.426700 -7.193590 2615

8 0601080001 CAJAMARCA CAJAMARCA LOS BAÑOS DEL INCA LOS BAÑOS DEL INCA SI NODO DE DISTRIBUCION SI MED-GPS -78.464800 -7.163820 2660

9 0601090001 CAJAMARCA CAJAMARCA MAGDALENA MAGDALENA SI NODO DE DISTRIBUCION NO IGN -78.659300 -7.251300 1288

10 0601100001 CAJAMARCA CAJAMARCA MATARA MATARA SI NODO DE DISTRIBUCION NO MED-GPS -78.259800 -7.254730 2825

11 0601110001 CAJAMARCA CAJAMARCA NAMORA NAMORA SI NODO DE DISTRIBUCION SI MED-GPS -78.325300 -7.202230 2738

12 0601120001 CAJAMARCA CAJAMARCA SAN JUAN SAN JUAN SI NODO DE DISTRIBUCION SI ESTUDIO DE CAMPO -78.499470 -7.293310 2291

13 0602010001 CAJAMARCA CAJABAMBA CAJABAMBA CAJABAMBA SI NODO DE AGREGACIÓN - NODO DISTRIBUCION RDNFO NO INEI -78.047260 -7.622500 2651

14 0602020001 CAJAMARCA CAJABAMBA CACHACHI CACHACHI SI NODO DE DISTRIBUCION NO IGN -78.269000 -7.448100 3233

15 0602030001 CAJAMARCA CAJABAMBA CONDEBAMBA CAUDAY SI NODO DE DISTRIBUCION NO IGN -78.070700 -7.574350 2811

16 0602040001 CAJAMARCA CAJABAMBA SITACOCHA LLUCHUBAMBA SI NODO DE DISTRIBUCION NO IGN -77.968800 -7.520390 3199

17 0603010001 CAJAMARCA CELENDIN CELENDIN CELENDIN SI NODO DE AGREGACIÓN - NODO DISTRIBUCION RDNFO NO MED-GPS -78.145600 -6.865530 2629

18 0603020001 CAJAMARCA CELENDIN CHUMUCH CHUMUCH SI NODO DE DISTRIBUCION NO MED-GPS -78.200300 -6.602970 2187

19 0603030001 CAJAMARCA CELENDIN CORTEGANA CHIMUCH (CORTEGANA) SI NODO DE DISTRIBUCION NO ESTUDIO DE CAMPO -78.329680 -6.511930 2351

20 0603040001 CAJAMARCA CELENDIN HUASMIN HUASMIN SI NODO DE DISTRIBUCION NO ESTUDIO DE CAMPO -78.243780 -6.838090 2541

21 0603050001 CAJAMARCA CELENDIN JORGE CHAVEZ LUCMAPAMPA SI NODO DE DISTRIBUCION NO IGN -78.091900 -6.941530 2628

22 0603060001 CAJAMARCA CELENDIN JOSE GALVEZ HUACAPAMPA SI NODO DE DISTRIBUCION NO ESTUDIO DE CAMPO -78.133000 -6.925920 2601

Página 34

Page 35: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

Nro CodINEI2010 DEPARTAMENTO PROVINCIA DISTRITO LOCALIDAD CAPITAL TIPO DE NODO ÓPTICO (PROYECTO REGIONAL)

NODOS ÓPTICOS CON DIVERSIDAD DE RUTAS FISICAS

DATA DE UBICACIÓN

FUENTE LONGITUD LATITUD Altura (m.s.n.m.)

23 0603070001 CAJAMARCA CELENDIN MIGUEL IGLESIAS CHALAN SI NODO DE DISTRIBUCION NO MED-GPS -78.232100 -6.649910 2796

24 0603080001 CAJAMARCA CELENDIN OXAMARCA OXAMARCA SI NODO DE DISTRIBUCION NO ESTUDIO DE CAMPO -78.067400 -7.042300 2813

25 0603090001 CAJAMARCA CELENDIN SOROCHUCO SOROCHUCO SI NODO DE DISTRIBUCION NO IGN -78.254800 -6.910950 2657

26 0603100001 CAJAMARCA CELENDIN SUCRE SUCRE SI NODO DE DISTRIBUCION NO IGN -78.135800 -6.941550 2615

27 0603110001 CAJAMARCA CELENDIN UTCO UTCO SI NODO DE DISTRIBUCION NO ESTUDIO DE CAMPO -78.064450 -6.896640 2203

28 0603120001 CAJAMARCA CELENDIN LA LIBERTAD DE PALLAN LA LIBERTAD DE PALLAN SI NODO DE DISTRIBUCION NO IGN -78.282100 -6.723090 2926

29 0604010001 CAJAMARCA CHOTA CHOTA CHOTA SI NODO DE AGREGACIÓN - NODO DISTRIBUCION RDNFO NO MED-GPS -78.650200 -6.561570 2395

30 0604020001 CAJAMARCA CHOTA ANGUIA ANGUIA SI NODO DE DISTRIBUCION NO IGN -78.604100 -6.341940 2581

31 0604030001 CAJAMARCA CHOTA CHADIN CHADIN SI NODO DE DISTRIBUCION NO ESTUDIO DE CAMPO -78.420000 -6.469700 2478

32 0604040001 CAJAMARCA CHOTA CHIGUIRIP CHIGUIRIP SI NODO DE DISTRIBUCION NO IGN -78.720800 -6.428750 2619

33 0604050001 CAJAMARCA CHOTA CHIMBAN CHIMBAN SI NODO DE DISTRIBUCION NO ESTUDIO DE CAMPO -78.474090 -6.251570 1726

34 0604060001 CAJAMARCA CHOTA CHOROPAMPA CHOROPAMPA SI NODO DE DISTRIBUCION NO ESTUDIO DE CAMPO -78.412180 -6.372140 2208

35 0604070001 CAJAMARCA CHOTA COCHABAMBA COCHABAMBA SI NODO DE DISTRIBUCION NO MED-GPS -78.885500 -6.474170 1671

36 0604080001 CAJAMARCA CHOTA CONCHAN CONCHAN SI NODO DE DISTRIBUCION NO IGN -78.655800 -6.444630 2296

37 0604090001 CAJAMARCA CHOTA HUAMBOS HUAMBOS SI NODO DE DISTRIBUCION NO IGN -78.961400 -6.451720 2290

38 0604100001 CAJAMARCA CHOTA LAJAS LAJAS SI NODO DE DISTRIBUCION NO MED-GPS -78.734800 -6.560320 2137

39 0604110001 CAJAMARCA CHOTA LLAMA LLAMA SI NODO DE DISTRIBUCION NO MED-GPS -79.120100 -6.514680 2097

40 0604120001 CAJAMARCA CHOTA MIRACOSTA MIRACOSTA SI NODO DE DISTRIBUCION NO MED-GPS -79.284100 -6.404650 2971

41 0604130001 CAJAMARCA CHOTA PACCHA PACCHA SI NODO DE DISTRIBUCION NO ESTUDIO DE CAMPO -78.421150 -6.499600 2153

42 0604140001 CAJAMARCA CHOTA PION PION SI NODO DE DISTRIBUCION NO ESTUDIO DE CAMPO -78.480430 -6.179570 1845

43 0604150001 CAJAMARCA CHOTA QUEROCOTO QUEROCOTO SI NODO DE DISTRIBUCION NO MED-GPS -79.034500 -6.359310 2415

44 0604160001 CAJAMARCA CHOTA SAN JUAN DE LICUPIS LICUPIS SI NODO DE DISTRIBUCION NO ESTUDIO DE CAMPO -79.242300 -6.425010 3019

45 0604170001 CAJAMARCA CHOTA TACABAMBA TACABAMBA SI NODO DE DISTRIBUCION NO IGN -78.610000 -6.392630 2047

46 0604180001 CAJAMARCA CHOTA TOCMOCHE TOCMOCHE SI NODO DE DISTRIBUCION NO MED-GPS -79.360800 -6.413010 1283

47 0604190001 CAJAMARCA CHOTA CHALAMARCA CHALAMARCA SI NODO DE DISTRIBUCION NO ESTUDIO DE CAMPO -78.478280 -6.504520 2672

48 0605010001 CAJAMARCA CONTUMAZA CONTUMAZA CONTUMAZA SI NODO DE AGREGACIÓN - NODO DISTRIBUCION RDNFO NO MED-GPS -78.804600 -7.366130 2677

49 0605020001 CAJAMARCA CONTUMAZA CHILETE CHILETE SI NODO DE DISTRIBUCION SI MED-GPS -78.839800 -7.221110 848

50 0605030001 CAJAMARCA CONTUMAZA CUPISNIQUE TRINIDAD SI NODO DE DISTRIBUCION SI MED-GPS -79.030000 -7.349000 1884

Página 35

Page 36: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

Nro CodINEI2010 DEPARTAMENTO PROVINCIA DISTRITO LOCALIDAD CAPITAL TIPO DE NODO ÓPTICO (PROYECTO REGIONAL)

NODOS ÓPTICOS CON DIVERSIDAD DE RUTAS FISICAS

DATA DE UBICACIÓN

FUENTE LONGITUD LATITUD Altura (m.s.n.m.)

51 0605040001 CAJAMARCA CONTUMAZA GUZMANGO GUZMANGO SI NODO DE DISTRIBUCION NO MED-GPS -78.896300 -7.384980 2562

52 0605050001 CAJAMARCA CONTUMAZA SAN BENITO SAN BENITO SI NODO DE DISTRIBUCION NO MED-GPS -78.927200 -7.425090 1363

53 0605060001 CAJAMARCA CONTUMAZA SANTA CRUZ DE TOLED SANTA CRUZ DE TOLED SI NODO DE DISTRIBUCION SI ESTUDIO DE CAMPO -78.837570 -7.344360 2402

54 0605070001 CAJAMARCA CONTUMAZA TANTARICA CATAN SI NODO DE DISTRIBUCION SI MED-GPS -78.933200 -7.300420 2767

55 0605080001 CAJAMARCA CONTUMAZA YONAN TEMBLADERA SI NODO DE DISTRIBUCION NO MED-GPS -79.130800 -7.253130 437

56 0606010001 CAJAMARCA CUTERVO CUTERVO CUTERVO SI NODO DE AGREGACIÓN - NODO DISTRIBUCION RDNFO NO IGN -78.817900 -6.378980 2629

57 0606020001 CAJAMARCA CUTERVO CALLAYUC CALLAYUC SI NODO DE DISTRIBUCION NO MED-GPS -78.910200 -6.180960 1529

58 0606030001 CAJAMARCA CUTERVO CHOROS CHOROS SI NODO DE DISTRIBUCION NO ESTUDIO DE CAMPO -78.693620 -5.899920 462

59 0606040001 CAJAMARCA CUTERVO CUJILLO CUJILLO SI NODO DE DISTRIBUCION NO MED-GPS -78.574200 -6.107190 1583

60 0606050001 CAJAMARCA CUTERVO LA RAMADA LA RAMADA SI NODO DE DISTRIBUCION SI MED-GPS -78.575800 -6.253270 2106

61 0606060001 CAJAMARCA CUTERVO PIMPINGOS PIMPINGOS SI NODO DE DISTRIBUCION NO ESTUDIO DE CAMPO -78.757160 -6.061610 1775

62 0606070001 CAJAMARCA CUTERVO QUEROCOTILLO QUEROCOTILLO SI NODO DE DISTRIBUCION NO MED-GPS -79.038200 -6.273620 1957

63 0606080001 CAJAMARCA CUTERVO SAN ANDRES DE CUTERVO SAN ANDRES DE CUTERVO SI NODO DE DISTRIBUCION NO ESTUDIO DE

CAMPO -78.711060 -6.239630 2094

64 0606090001 CAJAMARCA CUTERVO SAN JUAN DE CUTERVO SAN JUAN DE CUTERVO SI NODO DE DISTRIBUCION SI MED-GPS -78.597900 -6.163480 1632

65 0606100001 CAJAMARCA CUTERVO SAN LUIS DE LUCMA SAN LUIS DE LUCMA SI NODO DE DISTRIBUCION SI MED-GPS -78.603500 -6.294150 1892

66 0606110001 CAJAMARCA CUTERVO SANTA CRUZ SANTA CRUZ SI NODO DE DISTRIBUCION NO MED-GPS -78.852800 -6.095070 1695

67 0606120001 CAJAMARCA CUTERVO SANTO DOMINGO DE LA CAPILLA

SANTO DOMINGO DE LA CAPILLA SI NODO DE DISTRIBUCION SI MED-GPS -78.855300 -6.244520 1744

68 0606130001 CAJAMARCA CUTERVO SANTO TOMAS SANTO TOMAS SI NODO DE DISTRIBUCION NO MED-GPS -78.682200 -6.151280 2147

69 0606140001 CAJAMARCA CUTERVO SOCOTA SOCOTA SI NODO DE DISTRIBUCION SI ESTUDIO DE CAMPO -78.703350 -6.315900 1871

70 0606150001 CAJAMARCA CUTERVO TORIBIO CASANOVA LA SACILIA SI NODO DE DISTRIBUCION SI MED-GPS -78.699800 -6.006550 1483

71 0607010001 CAJAMARCA HUALGAYOC BAMBAMARCA BAMBAMARCA SI NODO DE AGREGACIÓN - NODO DISTRIBUCION RDNFO NO MED-GPS -78.519100 -6.679540 2532

72 0607020001 CAJAMARCA HUALGAYOC CHUGUR CHUGUR SI NODO DE DISTRIBUCION NO MED-GPS -78.738500 -6.670680 2752

73 0608010001 CAJAMARCA JAEN JAEN JAEN SI NODO DE AGREGACIÓN - NODO DISTRIBUCION RDNFO NO MED-GPS -78.807800 -5.708800 731

74 0608020001 CAJAMARCA JAEN BELLAVISTA BELLAVISTA SI NODO DE DISTRIBUCION SI MED-GPS -78.679200 -5.665170 437

75 0608030001 CAJAMARCA JAEN CHONTALI CHONTALI SI NODO DE DISTRIBUCION NO GOOGLE EARTH -79.074624 -5.652425 2058

76 0608040001 CAJAMARCA JAEN COLASAY COLASAY SI NODO DE DISTRIBUCION NO MED-GPS -79.068600 -5.978860 1784

77 0608050001 CAJAMARCA JAEN HUABAL HUABAL SI NODO DE DISTRIBUCION NO MED-GPS -78.899800 -5.612660 1370

78 0608060001 CAJAMARCA JAEN LAS PIRIAS LAS PIRIAS SI NODO DE DISTRIBUCION NO MED-GPS -78.852700 -5.627050 1601

79 0608070001 CAJAMARCA JAEN POMAHUACA POMAHUACA SI NODO DE DISTRIBUCION NO MED-GPS -79.229700 -5.932090 1075

Página 36

Page 37: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

Nro CodINEI2010 DEPARTAMENTO PROVINCIA DISTRITO LOCALIDAD CAPITAL TIPO DE NODO ÓPTICO (PROYECTO REGIONAL)

NODOS ÓPTICOS CON DIVERSIDAD DE RUTAS FISICAS

DATA DE UBICACIÓN

FUENTE LONGITUD LATITUD Altura (m.s.n.m.)

80 0608080001 CAJAMARCA JAEN PUCARA PUCARA SI NODO DE DISTRIBUCION NO MED-GPS -79.128800 -6.039840 904

81 0608090001 CAJAMARCA JAEN SALLIQUE SALLIQUE SI NODO DE DISTRIBUCION NO MED-GPS -79.315500 -5.658320 1676

82 0608100001 CAJAMARCA JAEN SAN FELIPE SAN FELIPE SI NODO DE DISTRIBUCION NO MED-GPS -79.313700 -5.770460 1840

83 0608110001 CAJAMARCA JAEN SAN JOSE DEL ALTO SAN JOSE DEL ALTO SI NODO DE DISTRIBUCION NO MED-GPS -79.017600 -5.465060 1374

84 0608120001 CAJAMARCA JAEN SANTA ROSA SANTA ROSA SI NODO DE DISTRIBUCION SI ESTUDIO DE CAMPO -78.569540 -5.433170 1263

85 0609010001 CAJAMARCA SAN IGNACIO SAN IGNACIO SAN IGNACIO SI NODO DE AGREGACIÓN - NODO DISTRIBUCION RDNFO NO ESTUDIO DE

CAMPO -79.001090 -5.147000 1253

86 0609020001 CAJAMARCA SAN IGNACIO CHIRINOS CHIRINOS SI NODO DE DISTRIBUCION NO MED-GPS -78.898500 -5.305630 1829

87 0609030001 CAJAMARCA SAN IGNACIO HUARANGO HUARANGO SI NODO DE DISTRIBUCION NO MED-GPS -78.775700 -5.272810 757

88 0609040001 CAJAMARCA SAN IGNACIO LA COIPA LA COIPA SI NODO DE DISTRIBUCION NO MED-GPS -78.906100 -5.392990 1485

89 0609050001 CAJAMARCA SAN IGNACIO NAMBALLE NAMBALLE SI NODO DE DISTRIBUCION NO ESTUDIO DE CAMPO -79.086920 -5.003470 708

90 0609060001 CAJAMARCA SAN IGNACIO SAN JOSE DE LOURDES SAN JOSE DE LOURDES SI NODO DE DISTRIBUCION NO MED-GPS -78.914000 -5.103250 1124

91 0609070001 CAJAMARCA SAN IGNACIO TABACONAS TABACONAS SI NODO DE DISTRIBUCION NO ESTUDIO DE CAMPO -79.283260 -5.316040 1898

92 0610010001 CAJAMARCA SAN MARCOS PEDRO GALVEZ SAN MARCOS SI NODO DE AGREGACIÓN - NODO DISTRIBUCION RDNFO NO ESTUDIO DE

CAMPO -78.171370 -7.333510 2276

93 0610020001 CAJAMARCA SAN MARCOS CHANCAY CHANCAY SI NODO DE DISTRIBUCION NO ESTUDIO DE CAMPO -78.126880 -7.391750 2664

94 0610030001 CAJAMARCA SAN MARCOS EDUARDO VILLANUEVA LA GRAMA SI NODO DE DISTRIBUCION NO ESTUDIO DE CAMPO -78.131120 -7.466970 2005

95 0610040001 CAJAMARCA SAN MARCOS GREGORIO PITA PAUCAMARCA SI NODO DE DISTRIBUCION NO ESTUDIO DE CAMPO -78.158840 -7.272420 2685

96 0610050001 CAJAMARCA SAN MARCOS ICHOCAN ICHOCAN SI NODO DE DISTRIBUCION NO ESTUDIO DE CAMPO -78.130970 -7.373160 2589

97 0610060001 CAJAMARCA SAN MARCOS JOSE MANUEL QUIROZ SHIRAC SI NODO DE DISTRIBUCION NO ESTUDIO DE CAMPO -78.045050 -7.348970 2858

98 0610070001 CAJAMARCA SAN MARCOS JOSE SABOGAL VENECIA SI NODO DE DISTRIBUCION NO ESTUDIO DE CAMPO -78.036670 -7.252310 3320

99 0611010001 CAJAMARCA SAN MIGUEL SAN MIGUEL SAN MIGUEL DE PALLAQUES SI NODO DE AGREGACIÓN -

NODO DISTRIBUCION RDNFO SI ESTUDIO DE CAMPO -78.848660 -7.001920 2573

100 0611020001 CAJAMARCA SAN MIGUEL BOLIVAR BOLIVAR SI NODO DE DISTRIBUCION NO MED-GPS -79.178300 -6.976880 929

101 0611030001 CAJAMARCA SAN MIGUEL CALQUIS CALQUIS SI NODO DE DISTRIBUCION NO ESTUDIO DE CAMPO -78.850880 -6.980080 2882

102 0611040001 CAJAMARCA SAN MIGUEL CATILLUC CATILLUC SI NODO DE DISTRIBUCION NO ESTUDIO DE CAMPO -78.779650 -6.801820 2851

103 0611050001 CAJAMARCA SAN MIGUEL EL PRADO EL PRADO SI NODO DE DISTRIBUCION NO MED-GPS -79.011200 -7.033710 2842

104 0611060001 CAJAMARCA SAN MIGUEL LA FLORIDA LA FLORIDA SI NODO DE DISTRIBUCION NO MED-GPS -79.122000 -6.869620 1026

105 0611070001 CAJAMARCA SAN MIGUEL LLAPA LLAPA SI NODO DE DISTRIBUCION SI ESTUDIO DE CAMPO -78.806840 -6.979990 2930

Página 37

Page 38: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

Nro CodINEI2010 DEPARTAMENTO PROVINCIA DISTRITO LOCALIDAD CAPITAL TIPO DE NODO ÓPTICO (PROYECTO REGIONAL)

NODOS ÓPTICOS CON DIVERSIDAD DE RUTAS FISICAS

DATA DE UBICACIÓN

FUENTE LONGITUD LATITUD Altura (m.s.n.m.)

106 0611080001 CAJAMARCA SAN MIGUEL NANCHOC NANCHOC SI NODO DE DISTRIBUCION NO MED-GPS -79.242800 -6.959550 394

107 0611090001 CAJAMARCA SAN MIGUEL NIEPOS NIEPOS SI NODO DE DISTRIBUCION NO MED-GPS -79.129600 -6.926450 2446

108 0611100001 CAJAMARCA SAN MIGUEL SAN GREGORIO SAN GREGORIO SI NODO DE DISTRIBUCION NO MED-GPS -79.095100 -7.057140 1839

109 0611110001 CAJAMARCA SAN MIGUEL SAN SILVESTRE DE COCHAN

SAN SILVESTRE DE COCHAN SI NODO DE DISTRIBUCION NO ESTUDIO DE

CAMPO -78.774580 -6.977210 2925

110 0611120001 CAJAMARCA SAN MIGUEL TONGOD TONGOD SI NODO DE DISTRIBUCION NO ESTUDIO DE CAMPO -78.824100 -6.755270 2620

111 0611130001 CAJAMARCA SAN MIGUEL UNION AGUA BLANCA AGUA BLANCA SI NODO DE DISTRIBUCION NO MED-GPS -79.060600 -7.046600 2911

112 0612010001 CAJAMARCA SAN PABLO SAN PABLO SAN PABLO SI NODO DE AGREGACIÓN - NODO DISTRIBUCION RDNFO SI ESTUDIO DE

CAMPO -78.823650 -7.119410 2368

113 0612020001 CAJAMARCA SAN PABLO SAN BERNARDINO SAN BERNARDINO SI NODO DE DISTRIBUCION SI ESTUDIO DE CAMPO -78.831700 -7.166380 1415

114 0612030001 CAJAMARCA SAN PABLO SAN LUIS SAN LUIS GRANDE SI NODO DE DISTRIBUCION NO ESTUDIO DE CAMPO -78.868300 -7.156470 1374

115 0612040001 CAJAMARCA SAN PABLO TUMBADEN TUMBADEN SI NODO DE DISTRIBUCION NO ESTUDIO DE CAMPO -78.738930 -7.025700 3031

116 0613010001 CAJAMARCA SANTA CRUZ SANTA CRUZ SANTA CRUZ DE SUCCHABAMBA SI NODO DE AGREGACIÓN -

NODO DISTRIBUCION RDNFO NO MED-GPS -78.944400 -6.626140 2023

117 0613020001 CAJAMARCA SANTA CRUZ ANDABAMBA ANDABAMBA SI NODO DE DISTRIBUCION NO MED-GPS -78.817300 -6.662800 2540

118 0613030001 CAJAMARCA SANTA CRUZ CATACHE CATACHE SI NODO DE DISTRIBUCION NO MED-GPS -79.032600 -6.673960 1335

119 0613040001 CAJAMARCA SANTA CRUZ CHANCAYBAÑOS CHANCAYBAÑOS SI NODO DE DISTRIBUCION NO ESTUDIO DE CAMPO -78.867080 -6.575080 1637

120 0613050001 CAJAMARCA SANTA CRUZ LA ESPERANZA LA ESPERANZA SI NODO DE DISTRIBUCION NO MED-GPS -78.895800 -6.593030 1708

121 0613060001 CAJAMARCA SANTA CRUZ NINABAMBA NINABAMBA SI NODO DE DISTRIBUCION NO MED-GPS -78.787600 -6.650360 2172

122 0613070001 CAJAMARCA SANTA CRUZ PULAN PULAN SI NODO DE DISTRIBUCION NO ESTUDIO DE CAMPO -78.920640 -6.738090 2056

123 0613080001 CAJAMARCA SANTA CRUZ SAUCEPAMPA SAUCEPAMPA SI NODO DE DISTRIBUCION NO ESTUDIO DE CAMPO -78.916390 -6.691950 1931

124 0613090001 CAJAMARCA SANTA CRUZ SEXI SEXI SI NODO DE DISTRIBUCION NO ESTUDIO DE CAMPO -79.052420 -6.562960 2482

125 0613100001 CAJAMARCA SANTA CRUZ UTICYACU UTICYACU SI NODO DE DISTRIBUCION NO MED-GPS -78.794000 -6.606600 2332

126 0613110001 CAJAMARCA SANTA CRUZ YAUYUCAN YAUYUCAN SI NODO DE DISTRIBUCION NO ESTUDIO DE CAMPO -78.818790 -6.674650 2497

Página 38

Page 39: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

ANEXO Nº 8-A DE LAS BASES

APÉNDICE Nº 1-B

LISTA DE NODOS ÓPTICOS CON REDUNDANCIA FÍSICA POR RUTAS DIVERSAS

Nro CodINEI2010 DEPARTAME

NTO PROVINCIA DISTRITO LOCALIDAD CAPITAL TIPO DE NODO ÓPTICO (PROYECTO REGIONAL)

1 0601010001 CAJAMARCA CAJAMARCA CAJAMARCA CAJAMARCA SINODO DE AGREGACIÓN - NODO DISTRIBUCION RDNFO

2 0601020001 CAJAMARCA CAJAMARCA ASUNCION ASUNCION SI NODO DE DISTRIBUCION

3 0601030001 CAJAMARCA CAJAMARCA CHETILLA CHETILLA SI NODO DE DISTRIBUCION

4 0601050001 CAJAMARCA CAJAMARCA ENCAÑADA ENCAÑADA SI NODO DE DISTRIBUCION

5 0601060001 CAJAMARCA CAJAMARCA JESUS JESUS SI NODO DE DISTRIBUCION

6 0601070001 CAJAMARCA CAJAMARCA LLACANORA LLACANORA SI NODO DE DISTRIBUCION

7 0601080001 CAJAMARCA CAJAMARCA LOS BAÑOS DEL INCA LOS BAÑOS DEL INCA SI NODO DE DISTRIBUCION

8 0601110001 CAJAMARCA CAJAMARCA NAMORA NAMORA SI NODO DE DISTRIBUCION

9 0601120001 CAJAMARCA CAJAMARCA SAN JUAN SAN JUAN SI NODO DE DISTRIBUCION

10 0605020001 CAJAMARCA CONTUMAZA CHILETE CHILETE SI NODO DE DISTRIBUCION

11 0605030001 CAJAMARCA CONTUMAZA CUPISNIQUE TRINIDAD SI NODO DE DISTRIBUCION

12 0605060001 CAJAMARCA CONTUMAZA SANTA CRUZ DE TOLED

SANTA CRUZ DE TOLED SI NODO DE DISTRIBUCION

13 0605070001 CAJAMARCA CONTUMAZA TANTARICA CATAN SI NODO DE DISTRIBUCION

14 0606010001 CAJAMARCA CUTERVO CUTERVO CUTERVO SINODO DE AGREGACIÓN - NODO DISTRIBUCION RDNFO

15 0606050001 CAJAMARCA CUTERVO LA RAMADA LA RAMADA SI NODO DE DISTRIBUCION

16 0606090001 CAJAMARCA CUTERVO SAN JUAN DE CUTERVO

SAN JUAN DE CUTERVO SI NODO DE DISTRIBUCION

17 0606100001 CAJAMARCA CUTERVO SAN LUIS DE LUCMA SAN LUIS DE LUCMA SI NODO DE DISTRIBUCION

18 0606120001 CAJAMARCA CUTERVO SANTO DOMINGO DE LA CAPILLA

SANTO DOMINGO DE LA CAPILLA SI NODO DE DISTRIBUCION

19 0606140001 CAJAMARCA CUTERVO SOCOTA SOCOTA SI NODO DE DISTRIBUCION

20 0606150001 CAJAMARCA CUTERVO TORIBIO CASANOVA LA SACILIA SI NODO DE DISTRIBUCION

21 0608020001 CAJAMARCA JAEN BELLAVISTA BELLAVISTA SI NODO DE DISTRIBUCION

22 0608120001 CAJAMARCA JAEN SANTA ROSA SANTA ROSA SI NODO DE DISTRIBUCION

23 0611010001 CAJAMARCA SAN MIGUEL SAN MIGUEL SAN MIGUEL DE PALLAQUES SI

NODO DE AGREGACIÓN - NODO DISTRIBUCION RDNFO

24 0611070001 CAJAMARCA SAN MIGUEL LLAPA LLAPA SI NODO DE DISTRIBUCION

25 0612010001 CAJAMARCA SAN PABLO SAN PABLO SAN PABLO SINODO DE AGREGACIÓN - NODO DISTRIBUCION RDNFO

26 0612020001 CAJAMARCA SAN PABLO SAN BERNARDINO SAN BERNARDINO SI NODO DE DISTRIBUCION

Página 39

Page 40: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

ANNEX Nº 8-A THE BID TERMS

APPENDIX Nº 1-C

LIST OFMAINTENANCE CENTERS OF THE TRANSPORT NETWORK

No CodINEI2010 DEPARTAMENT PROVINCE

1 0601010001 CAJAMARCA CAJAMARCA

2 0604010001 CAJAMARCA CHOTA

3 0608010001 CAJAMARCA JAEN

Página 40

Page 41: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

ANNEX Nº 8-A THE BID TERMS

APPENDIX Nº 2

CONSIDERATIONS FOR THE OPTICAL FIBER CABLE AND ITS INSTALLATION

Details of the optical fiber cable to be installed by the CONTRACTED PARTY

Type of fittings, brackets and hardware for optic fiber cables

a. Terminal Hardware: hardware used at the beginning, at the end of the section and change of direction of routing of the cable must be especially made for dielectric self-supporting fiber optic cable. Preferably it must consist of two components: preformed protector and preformed retention.

b. Intermediate Hardware: alternative hardware to support the intermediate cable sections. It must be especially made for dielectric self-supporting fiber optic cables, preferably of the preformed type and of dielectric accessories.

The CONTRACTED PARTY must specify the hardware used by span and cable diameter of cable to support.

c. Vibration damper: element used in sections where there is a high presence of wind, so as to provide the following advantages: Response in all resonant frequencies Greater efficiency at high frequencies Deconcentration of efforts in the grip section Ease of application.

The CONTRACTED PARTY must consider: (i) Two (02) helical shock absorbers per infrastructure when the span is of up to

200m.(ii) Four (04) helical shock absorbers per infrastructure when the span is greater

than 200 m and up to 400 m.(iii) Six (06) helical shock absorbers per infrastructure when the span is greater

than 400m.

Página 41

Page 42: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

d. Reverse arm for fiber optic cable. The CONTRACTED PARTY will use them on the optical fiber cable reel splices and in all branches of the network. The cable slack must be between 25 and 30 m..

e. Junction box

Página 42

Page 43: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

ANNEX Nº 8-A THE BID TERMS

APPENDIX Nº 3

TECHNICAL CONSIDERATIONS FOR THE NODES OF THE TRANSPORT NETWORK

I. Physical security

External Security

Perimeter fence

1. The perimeter fence shall have a minimum height of 2.40 m.2. Concertina of a height of 0.5 m will be installed on the perimeter fence.

Interior Security

Intelligent Alarm System

Each Node will have a smart alarm system which will include at least 16 ports for sensors, 4 remotes and Flash siren. The alarms must be activated or deactivated from the NOC.

The system will include the following modules:

Video surveillance

1. A video camera will be installed in the equipment room. 2. A video camera shall be installed at the entry gate to identify the person wishing to

enter. 3. The video cameras shall be HD quality and use IP technology. These cameras will

be inside IP type, resolution better than 2 Megapixels, with dome and infrared, continuous horizontal 360° coverage and 220 ° tilt; they will deliver a compressed signal in MPEG4.

4. The video signals from the cameras will be monitored from the NOC.

Physical Intrusion Detection

A contact sensor shall be installed in the entry door. This contact sensor will generate an open door alarm. This alarm will be sent to NOC by the intelligent alarm system.

Motion detectors

1. Motion detectors are to be installed in the equipment room and other rooms in the building (other rooms, hallways, patio, garden, etc.)

2. The motion detectors will activate the siren with flash, and will send an intrusion alarm to the NOC that can be turned off from this location.

3. The motion detectors shall have the following characteristics:

Power supply 220 VAC - 60 Hz. Ceiling mounted sensors of 360 ° coverage. Led on indicator, swivel ceiling mount, sensitivity, time control and monitoring of

day or night detection knobs.

Página 43

Page 44: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

Detection distance greater than 10 m. Light control: <3 Lux - daylight (adjustable). High level of 2.2 to 4m. High impact casing Anti-Masking; ability to detect masking of the lens. Proximity Anti-Sabotage, ability to issue an alert before the detector is

sabotaged or masked.

Smoke detectors and fire extinguishers

1. The equipment room shall have a smoke detector that includes a siren with flash and be capable to send an alarm the NOC. The equipment room will also have a fire extinguisher.

2. The generator shed will have a fire extinguisher.3. The fire extinguishers shall be the specialized type to control electrical fires such

as Carbon Dioxide (CO2)

Building access control

Access door

1. The door to the Node will be metallic and have an electromagnetic and electric lock.

2. The electromagnetic and electric lock will open by action of Biometric reader and entry clearance card.

Biometric reader and authorization cards.

The biometric reader shall have as a minimum the capability of fingerprint recognition. Access authorization cards (RFID) will also be used.

The biometric reader will be able to store and recognize more than 1,500 fingerprints, and an equal number of facial features, if it has facial recognition capability.

The biometric reader shall have RFID (radio signals Identification) capability of the access card. Access cards come with their RFID tags or labels to be recognized at entry to the Node.

The biometric reader must be able to be managed remotely.

II.Power Systems

A power system for the nodes of the TRANSPORT NETWORK will be planned with the following equipment:i) Commercial energyii) Backup Generator andiii) Rectifier / charger and battery bank.

Below are the minimum specifications for each component:

1. Commercial Energy 220 VAC, single phase system

2 Generator, noiseless (GE)Listed below are the minimum specifications of the motor, generator, and automatic transfer and control board.

Página 44

Page 45: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

4-stroke diesel engine with the following features:Refrigeration

- Water cooling with radiator, water pump, thermostat, blower fan, low water level sensor in the radiator, water jacket heater and thermostat (high reliability) to facilitate cold starts.

- Air cooling mainly for groups of 20kV or higher.Lubrication

- Built-in oil pump for pressure lubrication. Equipped with cooler and filters.

Fuel- No 2 diesel, with filters, and tank.

Gas Emissions Level- The motor shall meet the requirements of the US EPA standard, Tier 2

or similar in the country of manufacture, for loads from 30% of capacity.

Fuel injection- Use of high performance direct injectors.

Suction System- Natural or turbocharged, with air filter for heavy load and restriction

indicator.

Starting System- At 12 VDC electric with solenoid, manual and remote command.

Charge acceptance time- Máximo 01 minuto, medido desde el aviso de arranque hasta que

asuma la carga con el comando remoto.- Charge acceptance time: 30 s on average- Motor protection.- Automatic stop during abnormal conditions of: oil pressure, water

temperature, water level, over speed, start.

Useful life- 50 000 hours of operation

Generator- Self-regulated, brushless type (carbon).- Insulation: Class H, rotor and stator with tropicalisation treatment for

operation in harsh environmental conditions.- Dehumidifying resistance of the alternator.- Nominal voltage: 220 VAC - Frequency: 60 Hz +/- 10 %- Excitation: brushless static type (carbon), permanent magnet type - Stationary variation: +/- 1% with maximum and minimum load- Transient variation: +/- 5% recoverable in up to 02 seconds- Waveform: Sine, distortion less than 5%.- Handling of non-linear loads: Operation with non-linear loads without

exceeding the values of stability and distortion of the output voltage.- Anti-vibration supports.- Residential type silencer, critical (Included in soundproof GEN)

Transfer Board and Automatic Control (TTA by its Spanish acronym)

Página 45

Page 46: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

The TTA will perform monitoring operations, the start / stop control of the GE and the manual or automatic load transfer between the commercial network and the GE and vice versa.The TTA must have elements and devices for measuring, monitoring and control to perform the transfer operation when, for example, it detects failures in voltage, frequency variation of the network, phase loss or complete outage of the commercial network. The control board and the transfer board can be monitored and controlled both locally and remotely from the NOC.

GEN Monitoring and Control

The following basic features must be available for monitoring and control:- ON/OFF switch- Key to select auto or manual start.- Contacts for alarms- Voltage meter- Current meter- Indication of normal commercial energy- Indication of generator operating, generator fault- Indication of commercial network outage, overvoltage, undervoltage,

frequency change- Indication of oil pressure, temperature- Indication of fault at startup.

Wall Panel

Must contain information related to:- Operation and maintenance scheduling of the GEN,- Operation of the automatic transfer panel- The diagram is to be protected with double clear glass.

It will be provided with its own: single-line diagram of power, single-line control diagram, Parts Manual, Operating Manual, Service Manual, Staff Training, Communications Accessories, Software, etc.

3 Rectifier / Charger / Battery Bank System (R/C/B)

The R/C/B will provide autonomy of 8 hours and will be powered by an AC (220Vac) voltage and will provide the DC output voltage load of 48VDC.

RECTIFIER / CHARGER (R/C)The R / C must be of modular architecture, in N + 1 configuration; the initial configuration is 1 + 1. Future extensions of modules must not involve any outage mode. It must be easy to operate and maintain.

In normal configuration conditions 1 + 1 of the R / C, implies that each module will assume half the load, if one module fails, the operating module will assume full load.

The R / C must have a monitoring and control unit, the basic functions are:

- Monitoring each of the R / C units - Adjusting float voltages, equalization, etc.

Página 46

Page 47: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

- Current limitation to batteries.- Current limit alarm- Damaged Rectifier alarm- AC power failure alarm- Battery failure alarm.- DC high voltage alarm.- DC low voltage alarm.

Alarms must provide visual and remote indication through dry contacts. As for measurements the R / C must be able to monitor the following items:

- System voltage- Current consumption- Battery charge or discharge current- Current for each rectifier

Battery Bank

- The battery bank must be comprised of batteries of the same type, of the same make, model and year of manufacture.

- The batteries must be in an array of 48V, that is, 4 units of 12V in series.- They must be sealed batteries free of maintenance of gelled electrolyte

type.- The battery bank must have a minimum nominal capacity of 90 Ah / 48

VDC 20 ° C.- The battery bank must support at least 5,000 cycles of charge and

discharge at a depth of daily discharge of 20%.- The actual capacity of each battery shall not be less than 95% of the

rated capacity required, and the initial battery capacity must exceed 80% of the nominal capacity required.

- The capacity of the fully charged batteries must not decrease by more than 6% over a period of one month by self-discharge effect.

- Batteries must be for stationary use.- They must be capable of operating at 5000 masl.- Service life must not be less than ten (10) years.- The battery holder must be hardened plastic, of high mechanical

strength.- They must have a safety valve that allows the exhaust gas to release

when the internal pressure is critical.- Each battery must be properly labeled and clearly identify the polarity of

each terminal either in high or low relief and - The date of manufacture of the batteries must be less than six (06)

months.

In Other technical information to be submitted by the CONTRACTED PARTY- Number of cycles vs. depth of discharge.- Reduction in battery capacity vs. storage time.- Behavior of the battery capacity vs. room temperature.- Installation manual.- Maintenance manual.

4. Uninterruptible Power Supply System (UPS)

Página 47

Page 48: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

These are devices whose purpose is to provide electricity after a commercial energy outage, continuing to supply the equipment operating on AC power while the AC power is transferred to the generator.

III. Grounding systems (PAT by its Spanish acronym)

III.1 NOCThe resistance of the grounding system must not exceed two (2) Ohms.The PAT must be designed so that it adequates to the performance (response) of the protections and short circuit currents of the installation.

All materials used for the PAT must be specifically designed for that purpose.

Reference standards and regulations:- National Electrical Code NTP 370.304, NTP 370 305, NTP 370.306 (among

others).- International Organization for Standardization (ISO).- International Electrotechnical Commission (IEC)

Everything will be in accordance with the technical standards (NTP 370.053, NTP 370.055): Connection of nonconductive metal parts of panels, light fixtures, motors and various equipment as well as cable trays, metal piping in general.

III.2 NodesThe grounding system for equipment, towers and lightning rods must ensure a grounding resistance value of less than five (05) Ohms.

IV. Climate Control System

IV.1 NOCThe NOC must have a redundant HVAC cooling type (Heat, Ventilating, and Air Conditioning) with the following main conditions:- Must operate 24x7x365- Maintain an ambient temperature between 16 ° C - 24 ° C degrees

centigrade.- Maintain a relative humidity of 40% -90%.

The HVAC system must:- Adjust adequately to provide proper air flow, and meet calculated loads for

heating and cooling from room to room.- Be installed so that the low static air pressure across the handler is within

manufacturer's specifications and design.- Have sealed supply lines that will provide adequate airflow,- Be installed with a return system adjusted to provide a correct return of air

flow.- Have the return ducts sealed to provide adequate air current to the fan and

prevent that air from contaminated areas enters the HVAC system (for example, smoke from cars and chemicals, stored, and particles from the attic).

- Have air currents balanced between the supply and return systems to maintain a neutral pressure in the room.

- Minimize the gain or loss of air temperature of the ducts between the air handler and the vents in the rooms, and between the return vents and air management.

Página 48

Page 49: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

- Be properly charged with refrigerant. - Have a proper burner operation and adequate air flow.

Recommended minimum material specifications:

All Materials• Must have a minimum temperature rating of performance for UL181

(ducts), UL181A (closure systems for rigid fiberglass ducts), UL181B (closure systems for flexible ducts) and / or UL181BM (masking tape); butyl tape can also be used for sealing ducts, and metal.

• Must have a classification of flame spread index of not more than 25 and a maximum smoke developed index of 50 (ASTM E 84);

Factory Manufactured Duct Systems • All factory manufactured duct systems will include UL 181 listed ducts with

approved closure systems including collars, connections and splices.• All pressure sensitive tape that is heat activated that is used in the

manufacture of rigid fiberglass ducts are to be UL 181A listed.• All pressure sensitive tapes and mastics used in the manufacture of flexible

ducts will be UL 181B (tape) or UL 181BM (mastic) listed..

Field Fabricated Duct Systems • Ducts:

- Los The factory manufactured ducts for field fabricated duct systems UL 181 listed.

• Mastic and mesh seals:- Sealants must be UL 181BM listed, non-toxic and water-resistant,- Sealants for interior applications shall pass ASTM tests C 731 (extraction

after aging) and D 2202 (crash test on vertical surfaces),- Sealants and meshes shall be rated for outdoor use,- Sealants for exterior applications shall pass ASTM tests C 731, C 732

(artificial climate test) and D 2202.

• Pressure sensitive tapes:- The fabric and elastic adhesive tapes (typical duct tape) will not be used

even if they are UL 181B classified,- The tape used for flexible duct must be UL 181B listed or be aluminum

butyl tape (15mil Minimum.)- Tape used for duct board shall be UL 181A listed and so indicated with a

mark UL 181A or aluminum butyl tape (15 mil Minimum).

• Clamps:- They will either be stainless steel worm screw hose clamps or UV

resistant nylon ducts ties,- They will have a minimum temperature performance rating of 165 degrees

Fahrenheit (continuous, by one type of UL 181A test) and a classification of minimum tensile strength of 50 pounds.

- They will be tightened as recommended by the manufacturer with an adjustable tension tool.

IV.2 Nodes

Página 49

Page 50: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

HVAC equipment, type HIROSS 08M or similar of 6.2Kw power sensitive to maintain the environmental conditions necessary for the proper functioning of the equipment installed in the shed will be installed in each distribution Node and connection Node.

Equipment will be designed to maintain the necessary environmental conditions:- Must operate 24x7x365.- Maintain an ambient temperature between 16 ° C - 24 ° C degrees centigrade.- Maintain a relative humidity of 40% - 90%.

It must have an automatic and manual control in order to comply with the detailed conditions.

The equipment will be installed on the wall. To do this two holes are made in the wall; one for air delivery and one for return, the dimensions will be determined by the equipment manufacturer. These holes will be covered with protective guards.

V. Civil works

V.1 Sheds and Nodes: General obligations The CONTRACTED PARTY is responsible for compliance with the norms

applicable to construction of the local, regional and national legislation, especially as indicated in the current National Building Regulations and National Electrical Code.

The CONTRACTED PARTY will obtain and complete, if appropriate, the corresponding clearing of titles of the lots for the facilities for the different Nodes or their extension.

The CONTRACTED PARTY is responsible for selecting the location, construction and equipment of the Nodes of network active equipment, and undertakes to bear all the associated costs.

The CONTRACTED PARTY undertakes to design the Network Nodes to withstand earthquakes affecting Peru. It binds itself to:o Ensure that all buildings, structures, or both will have to incorporate a

steel door frame and a steel door for security and seismic integrity. Buildings or structures for equipment must be built on high ground with

low probability of flooding or on pylons when such buildings or structures are located in areas subject to flooding.

Construction activities of Nodes must comply with all national, regional, provincial, district and local environmental regulations.

V.2 NOC A constructed area of 145 square meters (145 m2) is considered within an

area of land of one hundred eighty square meters (180 m2) The internal height from the finished floor to the ceiling will be of 3.20

meters. The technical floors must be fixed to the floor and have a carrying

capacity to ensure the stability of the equipment to be installed and must have a coverage of insulating material and be properly grounded.They must have a minimum height of 40 cm.

At a minimum, the NOC must have the following: room for ten (10) work stations, an area of equipment, an office for the supervisor, a meeting room, storage and two toilets.

The room for the NOC must be independent of any other equipment room, even if it is co-located.

Página 50

Page 51: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

The NOC must have a wall to install a Video Wall, which will consist of a minimum of eight (08) displays of at least 49 "for the supervision and monitoring of data equipment, radio and other equipment TRANSPORT NETWORK.

A separate room for the generator must be considered. This room will have at least the following areas and equipment:

Operation room Technical floor of at least 40 cm. Space for ten (10) work stations. Video Wall

Equipment Room (Data Center) Technical floor of at least 40 cm. Routers, Switches, Firewall, Servers, Rectifiers and Batteries

Power room Generator

Air conditioner. Storage area Meeting room and office Two (02) toilets of 1.6 x 1.8 m each.

Página 51

Page 52: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

Graph N° 1: Distribution in the NOC

Source and preparation: FITEL, 2014.

V.3 Distribution Node

Land area: 60 m2. A minimum built area of 30 m2 is planned. The internal height from the finished floor to ceiling will be of 3.20 meters. The room considered for this model will house the following equipment:

o Data equipment: Routers, Switches.o Rectifiers and batteries with 8 hour autonomy.

The Transport Network node room will not have technical floor (false floor), because the installation of 40 cm wide aerial ladders is being planned for entry and exit wire support of the Transport Network Node.

The toilet must have an área of 4 m2. A separate area must be planned for the generator.

Página 52

Page 53: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

Graph N° 2: Distribution in the Distribution Node

Source and preparation: FITEL, 2014.

V.4 Connection Node

Land area: 60 m2. A minimum built area of 12 m2 is planned. The internal height from the finished floor to the ceiling is 3.20 meters. The room considered for this model will house the following equipment:

o Data equipment: Routers, Switches.o Rectifiers and batteries.

The Transport Network node room will not have technical floor (false floor), because the installation of 40 cm wide aerial ladders is being planned for entry and exit wire support of the Transport Network Node.

The toilet shall have an area of 4 m2. A separate area must be planned for the generator.

Página 53

Page 54: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

Graph N° 3: Distribution in the Connection Node

Source and preparation: FITEL, 2014.

VI. Fiber optic distributors and other

The CONTRACTED PARTY is obliged to install an ODF 19" in the Distribution Nodes to be fixed to the wall (wall box) only for managing fiber optic cables; that allow administering the fiber optic trays of 12 or 24 SC or LC adapters and that ODF may support a minimum of 12 trays.

The CONTRACTED PARTY is obliged to install a polypropylene portable box in the Connection Nodes to be fixed to the wall having a minimum of 8 splicing ACS cassettes, allowing 16 SC adapters or 32 LC adapters. This portable wall box must have environmental protection IP 54/65..

The active equipment racks must be 19 "standard size that allows access to any brand of optical equipment. Importantly, there must be racks available for active equipment and racks only to manage the fiber optic cables.

In the ODF that is only for managing fiber optic cables there must be a PATH PANEL or also known as PARKING PANEL for at least 48 LC connectors or 24 SC connectors that allow connectivity to the rack where the Optical Active Equipment is (switch, router, etc.).

Página 54

Page 55: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

ANNEX Nº 8-A THE BID TERMS

APPENDIX Nº 4

NETWORK MANAGEMENT SYSTEM (NMS)

I. FUNCTIONS

The NMS must have at least the following functions:

Network Managemento Automatic discovery of network topologyo Configuration and software management

Network Monitoring Log of sensors and transducers of the telecommunications networks Alarm Log Measurements Preparation of reports of malfunctions, traffic Preparation of reports in graphic form

The description of the minimum features that the NMS must have are indicated below:

I.1 ALARMA DETECTION

Alarms must be displayed in real time and the information stored on the server for a period of three (03) months. These alarms are classified according to their severity:

Critical: requires immediate attention. Major: failure that requires prompt attention. Minor: minor failure. Warning: precauction.

These alarms must provide information of date and time of start and end, besides indicating the cause that originates it, so that FITEL knows of all the occurrences of network failures, the duration and the response time to correct them.

I.2 REPORTS

The NMS must generate the reports necessary for the required evaluations, such as:

Availability.- down time of the service and its causes (including the report of alarms).

Service use.- Traffic consumed by time intervals (minimum to the minute) of the elements of the TRANSPORT NETWORK, so that FITEL becomes aware of the behavior of the network and may analyze the demand curve. These reports must consider the type of protocols used, so that they discriminate the type of applications that are used in the TRANSPORT NETWORK.

Quality Reports.- latency, jitter, packet loss, bandwidth consumption (per minute), percentage of congestion, simultaneity, upstream and downstream speed in the Nodes, among others.

Página 55

Page 56: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

I.3 ADDITIONAL PARAMETERS

The NMS must also monitor the following parameters: Optical power levels SNR Total loss of power Peak values of optical power Interruptions Power outage. Transmission rate Packet loss rate.

Página 56

Page 57: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

ANNEX Nº 8-A THE BID TERMS

APPENDIX Nº 5

COMPLIANCE CERTIFICATE OF FACILITIES AND SERVICES TEST OF THE TRANSPORT NETWORK

PROJECT: …..

OPERATOR: …..

START OF THE INVESTMENT PERIOD OF THE TRANSPORT NETWORK: …..

END OF THE INVESTMENT PERIOD OF THE TRANSPORT NETWORK: …

The undersigned, representatives of the Technical Secretariat of FITEL and company representatives ... .., do hereby stated the following:

1. It is understood that the INVESTMENT PERIOD OF THE TRANSPORT NETWORK, corresponding to the Project "... .." has ended on ......

2. It is understood that the company installed ........., whose location is detailed in Annex A and the list of equipment is detailed in Annex B.

3. It is understood that the monitoring process of the INVESTMENT PERIOD has ended, with the issuance of Report No. ...... which concludes.......

4. According to what is stated in paragraph ..... of the TECHNICAL SPECIFICATIONS, the signing of the COMPLIANCE CERTIFICATE OF FACILITIES AND SERVICES TEST OF THE TRANSPORT NETWORK entails ......

5. In accordance with what is stated in paragraph ..... of TECHNICAL SPECIFICATIONS, the company receives............ the documentation corresponding to ……... This documentation is attached as Annex C.

6. (The company) …………………is further committed to .......7. ……………………….

As evidence and acquiescence to the above, we issue and sign the present certificate in the city of Lima on the ..... day of ....... of 20 ....

FOR FITEL

Technical Secretary of FITEL Project Supervision Area

Chief

ProjectCoordinator

FOR THE COMPANY ………..….

Legal Representative Legal Representative

Página 57

Page 58: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

Annex A

List of Nodes of ……

UBIGEO

DEPARTAMENT

PROVINCE

DISTRICT

LOCALITY

COORDINATES

…………

Relación de CENTROS DE MANTENIMIENTO y Centro de Operaciones de Red

UBIGEO

DEPARTAMENT

PROVINCE

DISTRICT

LOCALITY

COORDINATES

…………

Annex B

Equipping of Nodes of ……

N° NODE BRAND MODEL QUANTIT

Y ………

Equipping of MAINTENANCE CENTERS

CENTER BRAND MODEL QUANTIT

Y ………

Equipping of Network Operations Center

N° BRAND MODEL QUANTITY ………

Annex C

Documentation required at the signing of the conformity Act

Página 58

Page 59: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

ANNEX Nº 8-A OF THE BID TERMS

APENDIX Nº 6

DETAIL OF THE COSTS RELATED TO THE IMPLEMENTATION OF THE TRANSPORT NETWORK THAT JUSTIFY THE FINANCING OF THE TRANSPORT

NETWORK

Item Description Unit QuantityUnit

Price $Unit

Price S/.Total

Price $

Total Price

S/.

I ASSOCIATED CIVIL WORKS

Perimeter Fence

Physical perimeter security

Other

II LABOR

Associated Civil Works

Material hauling

Equipment hauling

other

III LICENSES AND PERMITS

Municipal Permits

SERNANP

CIRA

others

IVEnergy system and security of the Nodes and NOC

Site Conditioning

Battery Bank

UPS

Generators

Fuel tank

Electrical panels

Rectifiers

Grounding

Beacon Lights

Lightning rod

Solar panels

Grounding Installation

Mains Installation

other

Página 59

Page 60: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

Item

Description Unit Quantity Unit Price $Unit Price

S/.

Total Price

$

Total Price

S/.

I Optical EquipmentSwitches and Routers of Connection to Transport Network

Connectors

other

II Management Center

Optical network system management

Electrical sector system management

Security system and alarms management

Servers

other

Item Optical Fiber Unit QuantityUnit Price

$Unit

Price S/.Total

Price $Total

Price S/.

I Acquisition

Optical Fiber x spool

Optical Equipment (detail by type)

Switches

Connectors

Other

II Nodes

Conditioning

Cabinets

Air conditioning system

Fire protection system

Cables

Security system

Other

III Labor

Installation of Fiber

Installation of equipment

Other

Página 60

Page 61: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

ANNEX Nº 8-A OF THE BID TERMS

APPENDIX Nº 7

CERTIFICATE OF TRANSPORT NETWORK INSTALLATION

1. LOCATION OF NODE OR NOC OR MC:Type of Node, NOC or MC:

Distribution NodeConnection Node  Core Node

Aggregation Node NOC Maintenance Center (MC)

Network ID or Node reference

City Name UBIGEO Code

Department Province District

Station geo location (Datum WGS84)

South Latitude West Longitude e.g. -04.02328º e.g.: -74.19286º

Address location of equipment, including references:

2. INSTALLED EQUIPMENT 2.1.- DC Power SystemEquipment Brand Model Series Observations

2.2.- Transmission Equipment Equipment Brand Model Series Observations

2.3.- Distribution Equipment Equipment Brand Model Series Observations

Página 61

Page 62: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

2.4.- Backup System Equipment Brand Model Series Observations

2.5.- Climate Control System Equipment Brand Model Series Observations

2.6.- Intelligent alarm SystemEquipment Brand Model Series Observations

2.7.- Automatic transfer and control panel system (TTA)

Equipment Brand Model Series Observations

2.8.- Rectifier/Charging/ Battery Bank System (R/C/B)Equipment Brand Model Series Observations

2.9.- Grounding systems (SPAT by its Spanish acronym)Equipment Installed (Yes/No) Observations

Grounding System

Lightning rod2.10.- Inspection of optical Node:

Description Yes No CommentsThe equipment is physically complete and undamagedCheck of the grounding wiring without problemsSite Safety Check

Página 62

Page 63: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

Verification of site cleanupFiber routing inspection

3. PARAMETERS CONFIGURED IN THE INSTALLED EQUIPMENT3.1.- DC Power SystemEquipment Parameter ValueRectifier Power (KW)

BatteriesAutonomy (AH)No. of batteries per bankBattery Voltage (V)

3.2.- Transmission EquipmentEquipment Parameter Value

Installed bandwidth (BPS)

Installed bandwidth (BPS)

Installed bandwidth (BPS)

3.3.- Distribution EquipmentEquipment Parameter Value

Installed bandwidth (BPS)

Installed bandwidth (BPS)

Installed bandwidth (BPS)

3.4.- Backup systemEquipment Parameter Value

GeneratorPower (KVA)

Autonomy (hrs)

TTA Maximum transfer time (sec)

3.5.- Climate Control SystemEquipment Parameter Value

Temperature Range (°C)

3.6.- Distribution EquipmentEquipment Parameter Value

3.7.- Grounding Systems

Measured value of the grounding system (Ohms) :

Página 63

Page 64: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

4. HARDWARE Approx. distance covered. (Km) : _____________________ Optical cable type : _____________________ No. of high voltage towers and poles : ___________/_________ No. of MV towers and poles : ___________/_________ N Number of cameras : _____________________ N° of ODF : _____________________ Number of optical fiber reserves, according to the following category:

Maintenance : _______ Splice : _______ Termination : _______

No. of splices : ____________________

Parameter Mark ( X )The required hardware features were met, according to the format of Annex 1 Yes ( ) No ( )

5. OPTICAL MEASUREMENTS Parameter Mark ( X )

The requested optical measurements were met, according to the format of Annex 2 Yes ( ) No ( )The image capture of each test of the requested optical measurements was met, according to the format of Annex 2 Yes ( ) No ( )

6. Personnel responsible for O & M CenterFull Name DNI Position Cellular Mail

Verification of the number of staff at the O & M Center according to the MAINTENANCE CENTERS LISTING

Ord. Full Name DNI Position Cellular Mail

7. Personnel responsible for the NOC

Full Name DNI Position Cellular Mail

8. DIGITAL PHOTOS OF FACILITIES

N° Applies to Complied Photographs (2 each)

1 Nodes / NOC YES ( )NO ( ) Perimeter fence

2 Nodes / NOC/ MC

YES ( )NO ( )

Panoramic Photography of interior of the facility

3 Nodes / NOC YES ( )NO ( ) Power System

4 Nodes / NOC YES ( )NO ( ) Grounding Measuring

5 Nodes / NOC YES ( ) Climate control system

Página 64

Page 65: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

N° Applies to Complied Photographs (2 each)NO ( )

6 Nodes / NOC YES ( )NO ( ) transmission and data equipment

7 Nodes / NOC YES ( )NO ( ) Toilets

8 Nodes YES ( )NO ( )

Hardware (Four (04) pictures in the format of Annex 1)

9 Nodes YES ( )NO ( ) Optical measurements made

10 Nodes YES ( )

NO ( ) Pptical fiber through cameras10 NOC YES ( )

NO ( ) Operation room11 NOC YES ( )

NO ( ) Equipment Room12 NOC YES ( )

NO ( ) Power Room13 NOC/ MC YES ( )

NO ( ) Strore14 NOC YES ( )

NO ( ) Meeting Room15 CM YES ( )

NO ( ) Tools16 CM YES ( )

NO ( ) Spare equipment17 CM YES ( )

NO ( ) 4x4 truck

Página 65

Page 66: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

9. GENERAL COMMENTS

10. SIGNATURES

Full Name DNI N° Signature Cellular (if applicable)

Authority or representative, where the NODE is located

Position:

Operator representative Position:

The undersigned, on…….. of …………. of 201…

Página 66

Page 67: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

Acts Annexes

Initial stretch

N° Start thread

Final stretch N° final threadlink Attenuation

(dB)

Attenuation per kilometer of fiber (dB)

Insertion loss - splicing (dB)

Insertion loss - connectors

(dB)

Loss of optical power link

(dB)

Reflectance (dB)

ORL (dB)Chromatic Dispersion

(ps/nmxKm)

PMDps/sqr(Km)

Macro curvatures (dB)

Página 67

Item

ID(Tn:Towe

r, Pn:Post)

SPAN OF FIBER OPTIC BACKBONE

(In which span it is located),

INFRASTRUCTURE IDENTIFICATION CODE

(If applicable)

SUPPORT INFRASTRUCTURE (PM:Wooden post / PC:

Concrete Post /T:Electrical Tower)

LOCATION(Address or reference)

COORDINATES

POWER OF ELECTRICAL INFRASTRUCTURE

(- AT: 60.00 KV- MT: 22.90 KV- BT: 00.22 KV)

Type of hardware (suspension,

retention, other)Accessories

LONGITUD( -99.99999)

LATITUD (-99.99999)

ALTITUD

(MASL)

Page 68: Web viewANNEX Nº 8-A BID TERMS. technical specifications. TRANSPORT NETWORK (Referenc. e to Paragraphs . 1.3. 4. 3. and. 1.3. 9. 8. of the. BID TERMS) For the preparation of

Important notice: This is an unofficial translation. In case of divergence between the English and Spanish text, the version in Spanish shall prevail

Página 68