103
Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail. Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network 1 ANNEX No. 8-A OF THE BIDDING TERMS AND CONDITIONS TECHNICAL SPECIFICATIONS Reference: Section 1.3.40 of THE BIDDING TERMS AND CONDITIONS TECHNICAL SPECIFICATIONS OF THE TRANSPORT NETWORK For the preparation of the TECHNICAL PROPOSAL, the QUALIFIED BIDDERS shall comply strictly with the contents of this Annex. In this regard, the QUALIFIED BIDDERS shall assume the obligations of the CONTRACTED PARTY, on the understanding that any of them shall be declared the AWARDEE. This document presents detailed information on the technical characteristics the TRANSPORT NETWORK shall have. In case one of the equipment or infrastructures is not specified, the CONTRACTED PARTY shall follow the good industry practices and applicable international recommendations. 1 OVERVIEW 1.1 The INVESTMENT PERIOD of the TRANSPORT NETWORK is comprised of the INVESTMENT STAGE and TESTING STAGE. PROJECT INVESTMENT PERIOD OF TRANSPORT NETWORK (in months) INSTALLATION STAGE OF TRANSPORT NETWORK (in months) TESTING STAGE OF TRANSPORT NETWORK (in months) Lima 20 18 2 Ica 17 15 2 Amazonas 20 18 2 1.2 The CONTRACTED PARTY is responsible for managing the actions to negotiate agreements regarding the sharing of infrastructure as set out in Section 2.2.6; as well as obtaining permits and rights of way that are necessary to install the poles and infrastructure that are necessary for the deployment of the TRANSPORT NETWORK. 1.3 References in this document to Node or Nodes should be understood as the Aggregation Nodes, Distribution Nodes and Connection Nodes of the TRANSPORT NETWORK. 1.4 The CONTRACTED PARTY is responsible for complying with national and international technical regulations relating to telecommunications, electricity, civil works and other related sectors for the installation of the TRANSPORT NETWORK. 1.5 The CONTRACTED PARTY is responsible for complying with national and international regulations and standards relating to telecommunications for installation, testing, documentation, operation and maintenance, as well as with ITU standards: G.650.3, G.652D, G.650.3, G.671, L.12, L.26; IEC: 60794-4-20, 61300-3-25; IEEE: P1222, TIA: 526-7, 455-61; among others. 1.6 The CONTRACTED PARTY is responsible for complying with the regulations relating to construction -at the local, regional and national level- particularly as

ANNEX No. 8-A OF THE BIDDING TERMS AND CONDITIONS TECHNICAL SPECIFICATIONS … · 2017-09-29 · Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The

Embed Size (px)

Citation preview

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

1

ANNEX No. 8-A OF THE BIDDING TERMS AND CONDITIONS

TECHNICAL SPECIFICATIONS Reference: Section 1.3.40 of THE BIDDING TERMS AND CONDITIONS

TECHNICAL SPECIFICATIONS OF THE TRANSPORT NETWORK

For the preparation of the TECHNICAL PROPOSAL, the QUALIFIED BIDDERS shall comply strictly with the contents of this Annex. In this regard, the QUALIFIED BIDDERS shall assume the obligations of the CONTRACTED PARTY, on the understanding that any of them shall be declared the AWARDEE. This document presents detailed information on the technical characteristics the TRANSPORT NETWORK shall have. In case one of the equipment or infrastructures is not specified, the CONTRACTED PARTY shall follow the good industry practices and applicable international recommendations.

1 OVERVIEW

1.1 The INVESTMENT PERIOD of the TRANSPORT NETWORK is comprised of the INVESTMENT STAGE and TESTING STAGE.

PROJECT INVESTMENT PERIOD OF

TRANSPORT NETWORK (in months)

INSTALLATION STAGE OF

TRANSPORT NETWORK (in months)

TESTING STAGE OF TRANSPORT

NETWORK (in months)

Lima 20 18 2

Ica 17 15 2

Amazonas 20 18 2

1.2 The CONTRACTED PARTY is responsible for managing the actions to negotiate agreements regarding the sharing of infrastructure as set out in Section 2.2.6; as well as obtaining permits and rights of way that are necessary to install the poles and infrastructure that are necessary for the deployment of the TRANSPORT NETWORK.

1.3 References in this document to Node or Nodes should be understood as the Aggregation Nodes, Distribution Nodes and Connection Nodes of the TRANSPORT NETWORK.

1.4 The CONTRACTED PARTY is responsible for complying with national and international technical regulations relating to telecommunications, electricity, civil works and other related sectors for the installation of the TRANSPORT NETWORK.

1.5 The CONTRACTED PARTY is responsible for complying with national and international regulations and standards relating to telecommunications for installation, testing, documentation, operation and maintenance, as well as with ITU standards: G.650.3, G.652D, G.650.3, G.671, L.12, L.26; IEC: 60794-4-20, 61300-3-25; IEEE: P1222, TIA: 526-7, 455-61; among others.

1.6 The CONTRACTED PARTY is responsible for complying with the regulations relating to construction -at the local, regional and national level- particularly as

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

2

specified in the National Building Regulations and National Electrical Code in force.

1.7 The CONTRACTED PARTY will carry out the necessary administrative tasks to obtain rights of way and permits for the use of private parties from local, regional and national authorities or any other relevant authority, as required for the construction of the TRANSPORT NETWORK during the INSTALLATION STAGE.

1.8 The CONTRACTED PARTY is responsible for designing the TRANSPORT NETWORK with facilities to allow sharing the telecommunications infrastructure implemented with other public telecommunications concessionaires.

1.9 The CONTRACTED PARTY is responsible for acquiring and carrying out the remediation and disencumbrance of all lands or plots required for the construction of nodes, MAINTENANCE CENTERS and NOC of the TRANSPORT NETWORK, according to the conditions and procedures set out in Appendix No. 5 of this Annex: “Land Acquisition Procedure”.

1.10 The CONTRACTED PARTY shall comply with the Occupational Safety and Health Act and best industry practices to ensure the safety and integrity of all assets and personnel associated with the construction of the TRANSPORT NETWORK.

2 FIBER OPTIC NETWORK

2.1 GENERAL PROVISIONS

The CONTRACTED PARTY shall acquire fiber optic cables from manufacturers, who shall certify that they:

2.1.1 Have been engaged in the manufacture of high-quality fiber optic cables for at least ten (10) years. In case of selecting a supplier that gets the fiber optic strands from a different manufacturer, the latter shall also comply with this condition.

2.1.2 Have a local distributor authorized to have a stock in the country.

2.1.3 Have the capacity to produce a minimum of twenty-five thousand (25,000) km of optic fiber cable per year.

2.1.4 Have an ISO 9001 and TL9000 certification (Quality Management System). This requirement is also applicable to the fiber optic strand manufacturer in case they are not manufactured by the cable supplier.

2.1.5 Have a certification that ensures the raw materials used for the products provided are free of the hazardous substances listed in ROHS1.

2.2 FIBER OPTIC NETWORK DESIGN

2.2.1 The CONTRACTED PARTY shall implement the TRANSPORT NETWORK with redundancy mechanisms: forming logical rings and physical rings by various routes, establishing virtual routes to two (02) different aggregation nodes (if possible). THE CONTRACTED PARTY undertakes to implement at least the physical rings and the number of nodes indicated in Appendix No. 1-B: List of optical nodes with physical redundancy by various routes, obtaining the latency indicated in Section 7.1.2, taking into consideration protocols with

1 RoHS (Restriction of Hazardous Substances) refers to guideline 2002/95/CE for the Restriction of certain Hazardous

Substances in electrical and electronic equipment, adopted in February 2003 by the European Union.

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

3

flexible and efficient convergence times.

2.2.2 For the implementation of the fiber optic network, the CONTRACTED PARTY may use the supporting infrastructure and routes indicated in Appendix No. 1-C “Scheme of the transport network, supporting infrastructure nodes”, or propose an alternative, which will be assessed and approved by FITEL. It should be noted that FITEL will not approve any proposal for amendments that include requests for increased financing.

2.2.3 The CONTRACTED PARTY shall carry out engineering studies to support the design and implementation of fiber backbone, which shall include:

2.2.3.1 Technical studies and mechanical calculations of fiber optic cables, according to the loading zones established in the National Electrical Code (2011 Supply).

2.2.3.2 Technical studies of electrical fields (spatial electric potential and electric potential gradient) to support the type of fiber optic cable sheath to be used in order to prevent dry- band arcing and corona discharge, as set out in the latest version of standard IEEE-1222.

2.2.3.3 Technical specifications of the type of fiber optic and cable.

2.2.3.4 Calculation of the amount of fiber optic per optical node.

2.2.3.5 Calculation of total length and by links of fiber optic cable and number of spans.

2.2.3.6 Calculation of the number of splices by links and spare fiber optic distance.

2.2.3.7 Calculation of the number of retention, suspension and wind damping elements by links.

2.2.3.8 Detailed description of the installation method, which includes the adaptation of poles and towers, as the case may be, and sizing of materials.

2.2.4 Upon completion of the works related to the laying of cables, terminations, splices, measurements and commissioning of the fiber optic link, the following documentation will be submitted as part of the TECHNICAL FILE (see Appendix No. 3 of this Annex), both on physical and digital format:

2.2.4.1 Studies and calculations supporting the proposed fiber optic backbone design, in accordance with the provisions of Section 2.2.3.

2.2.4.2 Work specifications.

2.2.4.3 Installation drawings and diagrams.

2.2.4.4 Optical measurement recording and reporting.

2.2.5 The CONTRACTED PARTY may use the infrastructure indicated in Law No. 29904, Broadband and Fiber Optic National Backbone Network Construction Act and regulations, approved by Supreme Decree No. 014-2013-MTC, for the deployment of fiber optic cable. In this case, the CONTRACTED PARTY shall inform about it and submit to FITEL information relevant for its corresponding assessment and approval. The CONTRACTED PARTY undertakes to comply with the requirements set out in this Annex, where applicable.

2.2.6 Use of infrastructure of Electric Power Concessionaries. The CONTRACTED PARTY shall lay the fiber optic on electric infrastructures, such

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

4

as high, medium- and low voltage towers and poles, as the case may be. To this end, it shall obtain permits and conclude the corresponding infrastructure sharing agreements. The CONTRACTED PARTY may also use the electrical infrastructure installed by regional or municipal governments, upon FITEL’s approval, for which the CONTRACTED PARTY shall communicate and proof in a reliable way that this infrastructure will be transferred to an electric power concessionaire. In this case, for determining the consideration for the access and use of the infrastructure stipulated in the infrastructure sharing agreement or equivalent, the methodology set out in the regulations of Law No. 29904, approved by Supreme Decree No. 014-2013-2013-MTC and amendments thereto, shall be applied to the extent no specific regulations applicable to this case are issued.

The CONTRACTED PARTY may use the supporting infrastructure of other public utility concessionaries, providing that it does not increase the costs related to the lease or installation times set out in the FINANCING AGREEMENT. In all cases, the CONTRACTED PARTY shall previously obtain FITEL’s approval.

2.2.7 The CONTRACTED PARTY is responsible for adapting the infrastructure before fiber optic installation in order to ensure they have enough integrity and capacity to properly support the cable. The CONTRACTED PARTY is responsible for ensuring all necessary preparation operations are performed according to industry standards and it also binds itself to cover the costs associated with such adaptation.

2.2.8 Pole installation in the “dedicated pole” road system. In case the CONTRACTED PARTY installs dedicated poles along the roads, it is responsible for selecting the design, location, obtainment of rights of way and installation of such poles, in accordance with the best industry practices and road safety standards applicable.

2.2.9 Dedicated poles may be made of centrifuged reinforced concrete or polyester concrete reinforced with fiberglass compliant with the standards ANSI C136.20-2018 and ASTM D4923-01 in the manufacturing process. Also, they shall comply with performance tests, according to standard ASTM G154 for over five thousand (5000) hours; mechanical tests, according to standard ASTM D790 and fire-resistance tests, according to standard ASTM D635 and UL-94 HB. Poles will be twelve (12) meters high and have a minimum lifespan of thirty (30) years. The CONTRACTED PARTY shall design the routes, obtain permits and rights of way and install the poles in accordance with the best industry practices. These poles shall comply with all technical installation conditions, following the standards and recommendations at regional, national and international level, as well as with the corresponding codes and standards. Exceptionally, in cases where municipal restrictions are given, the CONTRACTED PARTY may use different pole heights in specific sections, for which it shall submit to FITEL due accreditation and obtain its approval. The CONTRACTED PARTY shall provide in its GENERAL TECHNICAL PROPOSAL (see Appendix No. 3 in this Annex), the characteristics of the pole to be used and communicate to FITEL’s personnel when pole’s performance tests are performed. Polyester poles reinforced with fiberglass are warranted against manufacturing defects for a five (05) years period, and any other defects indicated in THE BIDDING TERMS AND CONDITIONS. The warranty shall cover the appearance of cracks larger than 0,1 mm and the degradation of the polyester surface mass that makes up the pole. In such cases, the

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

5

CONTRACTED PARTY shall replace such poles, at its own cost. Finally, the CONTRACTED PARTY shall have a stock of poles stored in MAINTENANCE CENTERS.

2.2.10 The CONTRACTED PARTY shall inspect -at any time- directly or through an entity or designee, the quality of the materials and work process in the manufacturer’s plant. The tests carried out are intended to define the acceptance of any given batch and will be performed at the place of production.

2.3 FIBER OPTIC CONSTRUCTION CHARACTERISTICS

2.3.1 The fiber optic shall have technical characteristics that are equivalent or exceed the characteristics indicated in the recommendations G.652.D (latest version) of the ITU-T for single mode standard dispersion fiber.

2.3.2 Without prejudice to the above section, the attributes indicated in Table No. 1, the fiber optic installed by the CONTRACTED PARTY shall meet the following values:

Table No. 1: Fiber Optic Attributes

Attribute Data Value

Mode field diameter

Wave length 1310 m 9.2 μm

Wave length 1550 m 10.4 μm

Tolerance at 1310 nm ± 0.4 μm

Tolerance at 1550 nm ± 0.5 μm

Core concentricity error Maximum 0.5 μm

Non-circularity of core Maximum 0.7 μm

Cable shear wave length Maximum 1260 nm

PMDQ coefficient of unwired fiber

Maximum 0.1 ps/ √km

Attenuation coefficient Maximum wave length 1310 nm 0.35 dB/km

Maximum wave length 1550 nm 0.20 dB/km

2.4 FIBER OPTIC CABLE CHARACTERISTICS

2.4.1 The minimum number of strands of the optical fiber cable for the TRANSPORT

NETWORK is forty-eight (48) strands.

2.4.2 The CONTRACTED PARTY shall install All-Dielectric Self-Supporting (ADSS)

type fiber optic cables, with double polyethylene sleeve and aramid reinforcements, and arrange the fiber strands in loose tubes filled with a waterproofing compound.

2.4.3 Loose tubes shall be made of thermoplastic material, PBT or similar, with high

mechanical strength, high impact resistance, low friction coefficient of the surface in contact with the fibers, low moisture absorption and hydrolysis stability. Likewise, they shall be resistant to strangling or breakage during handling.

2.4.4 The ADSS cable shall be Dry Core type, with gel filler in the tubes containing

the fiber strands. The gel materials shall not be toxic or cause irritation or any kind of type of harm during handling; they shall not emit foul odors; and should not endanger people’s health. Materials shall be easily disposed of without needing to use other materials that could pose risks or hazards.

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

6

Figure No. 1 – Optic fiber cable characteristics

2.4.5 The cable shall be capable of withstanding the environmental conditions of each region, with special consideration to the maximum wind speeds recorded and ice layers building up in each zone. The CONTRACTED PARTY shall make sure the fiber optic cable has mechanical characteristics that ensure it will withstand maximum mechanical loads, according to the loading zones set out in Rule 250.B of the National Electrical Code -Supply 2011.

2.4.6 In the cases where medium and high voltage infrastructure is used, the CONTRACTED PARTY shall consider using the outer sheath of the anti-tracking fiber optic cable, according to the electromagnetic field study carried out, in which case the anti-tracking fiber optic shall be installed on supporting points subjected to electric potentials in the range of 12 kV to 25 kV.

2.4.7 The cable shall have a crush resistance as set out in standard IEC 60794-1-2

and a performance temperature at installation, operation and storage of between -40 ° C and 70 ° C.

2.4.8 Each fiber optic and loose tube shall be distinguished by color coding TIA/EIA-

598B, “Color Coding of Fiber Optic Cables”.

2.4.9 The CONTRACTED PARTY shall make sure the cable sleeves are marked with FITEL-MTC and the manufacturer’s name, month and year of manufacture, sequential marks in meters, span, telephone icon for telecommunications, numbers and type of fibers, as required by Section 350G of the National Electrical Safety Code (NESC).

2.4.10 The CONTRACTED PARTY shall make sure the fiber optic cable manufacturer has manufactured the fiber optic cable with non-recycled material.

2.4.11 The CONTRACTED PARTY shall 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 shall be taken into consideration, so as to ensure its lifespan.

2.5 COMPONENT CHARACTERISTICS

2.5.1 Junction boxes

Black outer sleeve, made of polyethylene with

UV protection

Aramid stranding for peripheral reinforcement to

meet the tension required

Core protective cover with water

impermeability

Center reinforcement element reinforced with fiber to provide tensile strength and antishudder

properties

Loose tube with fibers and gel, made of thermoplastic material with tixotropic gel to

prevent water entry

Water absorbent strands, prevent water from

entering the cable core

Black outer sleeve, made of polyethylene with

UV protection

Rip cord, twisted strands that allow tearing the

protective sleeve

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

7

2.5.1.1 The geometric form of the closure will be like a “dome” with oval or circular base.

2.5.1.2 The junction box shall have a color and logo characteristic of the AWARDED PROJECT. The color and design will be defined by FITEL at the time the FINANCING AGREEMENT is concluded.

2.5.1.3 The junction box shall have the capacity to house at least forty-eight (48) fusion splices. This will be achieved through the installation of several compartmentalized trays until the required capacity is reached.

2.5.1.4 Depending on the design, its basic components will be:

a) A tray rack support. b) Compartmentalized trays of fold-down and removable splices, where fibers

and corresponding fusion splice protectors will be housed. They shall have translucent covers.

c) A platform where the above-mentioned elements will be mounted. d) Elements for anchoring the incoming cables. e) A lid or cover tightly sealed, to protect all elements inside. The degree of

protection of the assembly will depend on its installation. Likewise, for airborne installation, it will be IP65 and shall be comprised of UV-ray stabilizer materials, for installation in underground chambers it will be of IP 67.

f) One pressurization valve to check for tightness. g) Frame or system to store spare buffer tubes. A minimum of 6 tubes set up

in loops. The lengths of the tubes stored per loop shall be of approximately 150 cm.

2.5.1.5 The CONTRACTED PARTY shall request the junction box manufacturer tightness tests validated in national or international laboratories for each batch received and submit such tests to FITEL.

2.5.1.6 The trays or pans shall be supported by a support fixed to the junction box, which will allow removing them independently, without having to remove other tray(s) in order to handle them outside the closure distance. Likewise, all trays will have an individual mechanism that will allow them to spin up to approximately 60° from its initial position to facilitate access to the splices contained in it. The design shall prevent the fibers to be subjected to a bend radius smaller than the minimum radius accepted (30 mm) and prevent buffer tubes for second protection of fiber optic cables from suffering torsions greater than 90°, when handling the trays to access the splices. The lid and base will be highly impact-resistant and preferably strengthened with ribs.

2.5.2 Hardware

2.5.2.1 The CONTRACTED PARTY shall specify in the GENERAL TECHNICAL PROPOSAL the type and number of retention and rigging metal fittings, buffers and hardware in general, according to the type of span and diameter of fiber optic cables to be used in compliance with the industry standards.

2.5.2.2 The CONTRACTED PARTY shall ensure the hardware manufacturer (cable retention and rigging metal fittings, junction boxes, crosshead boxes and buffers) has the ISO 9001 certification for its manufacturing process; that the material used for manufacturing the product is not recycled; and that the product meets the specifications of standards ASTM 123 or ASTM 153 and

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

8

ASTM B6. The CONTRACTED PARTY shall submit to FITEL, with the GENERAL TECHNICAL PROPOSAL, a copy of the manufacturer’s certificates.

2.5.2.3 The CONTRACTED PARTY shall request the hardware manufacturer aging and tensile tests validated in national or international laboratories for each batch received and submit them to FITEL.

2.5.2.4 The assembly or crosshead to store the spare fiber optic cable shall be metallic and capable of storing at least 50 m of cable, at least allowing the bend radius indicated in the TECHNICAL SPECIFICATIONS of the fiber optic cable. The CONTRACTED PARTY will install them in poles and/or towers, therefore, it shall come with a mounting bracket.

2.5.2.5 Hardware shall have a recessed mark showing the hardware codes and manufacturer’s name.

2.5.2.6 The hardware manufacturer shall have a local authorized distributor to keep a stock in the country and properly store the materials.

2.5.2.7 The CONTRACTED party shall acquire the hardware from manufacturers with experience in the market. In order to prove the manufacturer’s experience, the CONTRACTED PARTY shall submit at least five (05) agreements or purchase orders from the last three (03) years in the GENERAL TECHNICAL PROPOSAL.

2.5.2.8 None of the materials used for the installation will be harmful to people’s health or the environment.

2.6 CONSIDERATIONS FOR INSTALLATION

2.6.1 The CONTRACTED PARTY shall 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 splices, shall be placed on each reel; the ends of the cable shall 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.

2.6.2 The CONTRACTED PARTY shall 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 for performing preliminary inspections (walk-downs) and route surveys that may be required. FITEL shall have access to such information upon request. Notwithstanding that, this information shall be recorded in the TECHNICAL FILE.

2.6.3 All construction and installation activities shall meet the (national, regional, provincial, district and local) applicable environmental regulations

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

2.6.5 The laying through long spans may require special or non-standard techniques

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

9

and equipment. In this case the CONTRACTED PARTY shall provide FITEL a detailed description for each of these cases in the FINAL TECHNICAL PROPOSAL (see Appendix N° 3 herein).

2.6.6 In places where the CONTRACTED PARTY lays fiber optic cables along existing power transmission infrastructure, the CONTRACTED PARTY is responsible that the adequacy of the infrastructure takes place, to ensure that they have the capacity to correctly withstand the cable and its hardware.

2.6.7 The CONTRACTED PARTY shall observe the installation guidelines for ADSS cable provided in standard IEEE 1222 (version 2011 or newer), as well as the installation procedures recommended by the cable manufacturer. In case of a discrepancy, the manufacturer's procedures shall have priority and the fact shall be documented in the TECHNICAL FILE.

2.6.8 The CONTRACTED PARTY shall use the installation method according to the particular environment (high voltage power line / medium voltage power line / low voltage power line / centrifuged reinforced concrete poles / glass fiber reinforced polyester poles), in which the fiber optic cable is laid out, and taking into consideration the terrain, accessibility, features and configurations of the towers or support structures, provided it is in accordance with the standard practices and procedures in the industry for the installation of ADSS cable.

2.6.9 For laying the fiber optic cable, the CONTRACTED PARTY shall follow the following minimum specifications:

2.6.9.1 Retention and suspension assemblies adequate to the type of ADSS cable and appropriate for the supporting infrastructure will be used.

2.6.9.2 The CONTRACTED PARTY will install the fiber optic cable beneath electrical power lines, at a minimum vertical distance of:

a) 1.00 m in lines of up to 750 volts. b) 1.80 m in lines over 750 and up to 11 kV. c) For power greater than 11 kV and up to 550 kV, the vertical distance will

increase at a ratio of 10 mm for every kV, starting from 1.80 m.

2.6.9.3 The minimum vertical distance of the fiber optic cable with respect to the ground level will be as set out in Table 232-1 of the National Electrical Code (Supply 2011).

2.6.9.4 A suitable pulley system will be established in the tower or pole where the cable starts being laid and the tower or pole where the traction will take place, to avoid damaging the fiber optic cable.

2.6.9.5 The cable reel will be placed on a reel holder, which will be located leveled and aligned with the feed tower, at a minimum distance equivalent to twice the cable fixing height. Likewise, at the moment of unwinding the cable, it cable will come out by the upper side of the reel, thus, the cable will not be subject to excessive bending.

2.6.10 The CONTRACTED PARTY is responsible for choosing the site, obtaining the permit and installing the poles, when required for laying the optic fiber.

2.6.11 The CONTRACTED PARTY shall provide sufficient cable service loops (to avoid the need to replace entire sections of cable in case of the occurrence of

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

10

further problems), and shall consider the following:

2.6.11.1 A reserve for changes of slope and catenary, equivalent to two percent (2%) of the route’s distance.

2.6.11.2 A minimum reserve of 25 m for each cable end that will be spliced.

2.6.11.3 A minimum reserve of 25 m at the ends of the cable, at each end of the link, to facilitate the future relocation of fiber optic distribution units.

2.6.11.4 A reserve of 50 m in approximately every three thousand meters of overhead cable installed for future corrective maintenance purposes.

2.6.12 Loss budgets in links and fiber sections:

2.6.12.1 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, in such a way all links between nodes reach the speed of 10 Gbps.

2.6.12.2 The CONTRACTED PARTY is responsible for the design, location and implementation of repeater devices, amplifiers or any other equipment necessary to help the links between nodes reach the speed of 10 Gbps, regardless of the length of the link.

2.6.13 The CONTRACTED PARTY shall use the state of the art of the procedure and fiber optic 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; to that end, it shall use -to a minimum extent- splicers to align the optic fiber based on their cores. Splicer shall have proved to be suitable to work in the heights requested by the AWARDED PROJECT.

2.6.13.1 The average attenuation per splice shall be according to Section 6.1 of recommendation L.12 of ITU.

2.6.13.2 The CONTRACTED PARTY shall assemble and install the junction boxes in accordance with the manufacturer’s instructions.

2.6.14 The fiber optic cable installed shall be identified in each tower and pole with a plastic label detailing, at least, the following information:

2.6.14.1 Type of cable. 2.6.14.2 Type and number of optic fibers. 2.6.14.3 Cable designation. 2.6.14.4 Start and end points (Nodes or junction points). 2.6.14.5 Contractor’s name. 2.6.14.6 Date of installation. 2.6.14.7 On the back of the label should be stated that the cable is property of MTC.

2.6.15 The distribution of the optic fibers in the junction box will be identified by adhesive labels attached to splice trays.

2.6.16 All optic fibers ending in the ODF will be labeled indicating the number of fibers and cable designation.

2.7 FIBER OPTIC CABLE MEASUREMENTS

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

11

2.7.1 The CONTRACTED PARTY will measure the fiber optic cable in three stages: on reel, upon completion of the layout and upon completion of the works related to the splices and terminations.

2.7.2 The measurements of the fiber optic cable on reel will consist of backscattering measurements carried out by the CONTRACTED PARTY using OTDR (Optical Time Domain Reflectometer) equipment in a unidirectional way. This test may be performed on a minimum sample of two strands per each buffer in each reel.

2.7.3 The measurements of the fiber optic cable upon completion of the layout will consist of backscattering measurements carried out by the CONTRACTED PARTY with OTDR equipment in a unidirectional way. This test may be performed on a minimum sample of two strands per each cable buffer of the entire layout.

2.7.4 The measurements of 100% of the strands of the fiber optic cable finished and spliced will consist of:

2.7.4.1 Two-way reflectometric measurements to measure the quality of each link. The measurements will be carried out with OTDR in windows of 1310nm and 1550nm in order to detect macrobending. As a result of the measurements, the values obtained in the window of 1550nm will be considered, recording fiber optic link attenuation parameters, insertion loss and reflectance of the first link connector and optical return loss (ORL) of the fiber optic link.

2.7.4.2 Two-way measurement of insertion losses in each link. Measurements will be carried out with OLTS (Optical Loss Test Set) equipment in a window of 1550nm, comparing the results obtained with the theoretical budget of link losses.

2.7.4.3 Measurements of polarization mode dispersion and chromatic dispersion. The CONTRACTED PARTY shall measure 100% of the fiber optic strands in a bidirectional way and at a wave length of 1550nm. These tests shall be carried out between 12:00 p.m. and 5 p.m., trying to reach the highest ambient temperature.

2.7.4.4 The CONTRACTED PARTY shall submit its measurement methodology, equipment and corresponding calibration certificates, as well as the formats to be used for delivering the results.

2.8 PERMITS AND FORMALITIES

2.8.1 For the installation of the fiber optic network on the infrastructure indicated in Law No. 29904, Broadband and Fiber Optic National Backbone Network Construction Act and regulations, approved by Supreme Decree No. 014-2013-MTC, the CONTRACTED PARTY is obliged to pay for all the expenses associated with undertaking the following responsibilities:

2.8.1.1 Requesting the sharing of infrastructure.

2.8.1.2 Negotiating the rental costs of the infrastructure.

2.8.1.3 Requesting the corresponding mandates to OSIPTEL (Supervisory Agency for Private Investment in Telecommunications) when an agreement is not reached, according to the procedure set out in Law No. 29904, Broadband and Fiber Optic National Backbone Network Construction Act and regulations,

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

12

approved by Supreme Decree No. 014-2013-MTC.

2.8.1.4 Requesting to FITEL its conformity with the Infrastructure Sharing Agreement, before the agreement is concluded.

2.8.1.5 Carrying out the necessary studies to determine if the poles or towers to be used will need reinforcement.

2.8.1.6 For the installation of the fiber optic network on the poles installed for implementing the TRANSPORT NETWORK, the CONTRACTED PARTY is responsible for managing and obtaining the right of way and/or easements, as appropriate, from the competent bodies, in compliance with the requirements demanded by each one of these bodies. To this end, the CONTRACTED PARTY shall assume all associated costs.

3 NODES OF THE TRANSPORT NETWORK

3.1 GENERAL PROVISIONS

3.1.1 The CONTRACTED PARTY is responsible for acquiring the land for the node construction and carrying out the remediation and disencumbrance of the property, according to the conditions and procedures set out in Appendix No. 5 of this Annex: “Land Acquisition Procedure”.

3.1.2 The CONTRACTED PARTY is responsible for selecting the site, building and equipping the Nodes of the TRANSPORT NETWORK (active network equipment), and undertakes to assume all the associated costs. Also, the CONTRACTED PARTY shall consider that the Nodes of the TRANSPORT NETWORK that are not co-located with the RDNFO Nodes shall be new constructions.

3.1.3 The list of nodes is indicated in Appendix N° 1-A “List of nodes of the TRANSPORT NETWORK”.

3.2 GENERAL CONSTRUCTION CHARACTERISTICS

3.2.1 The CONTRACTED PARTY undertakes to design and build the TRANSPORT NETWORK Nodes to withstand earthquakes affecting the Peruvian territory, meeting the standard E.30 of the National Building Regulations for seismic-resistant designs, in accordance with the seismic microzoning studies and site surveys performed that are applicable for the “Category A” of essential facilities with a U Factor of 1,5, as well as with all other applicable regulations in force.

3.2.2 The CONTRACTED PARTY shall build the nodes following the standard EM.020 of the National Building Regulations of the National Building Regulations for the design of networks and installations in telecommunications. The CONTRACTED PARTY shall also consider the best industry practices regarding the implementation of the Datacenter and structured cabling.

3.2.3 The buildings or structures for equipment shall be built on the ground with low probability of flooding or on support pylons, as set out in the current regulations.

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

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

13

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

3.2.6 All materials and metal fittings such as screws, bolts, supports, anchorage, clamps and any other hardware used for the implementation of nodes shall be made of stainless steel.

3.3 CONSIDERATIONS FOR SITE SELECTION

3.3.1 The CONTRACTED PARTY is responsible for selecting the location of the lands where the nodes will be implemented, taking into consideration that such location should preferably have electricity, water and sewage services; free access for vehicle and pedestrian traffic; and not be located in areas vulnerable to risks and natural disasters. The remediation and disencumbrance of the lands where the optical nodes will be installed is the responsibility of the CONTRACTED PARTY. In case it is not possible to enable the water or sewage connections in the node, the CONTRACTED PARTY shall install a biodigester in case of lacking sewage connections and present an alternative for storing water in the cases where there is no connection to the drinking water network.

3.3.2 The CONTRACTED PARTY is responsible for choosing the land to build the node, with pedestrian access. To this end, the CONTRACTED PARTY shall install stairs or any other solution necessary to facilitate access to the node.

3.3.3 The CONTRACTED PARTY shall build the NOC in the district capital of the Region (except for Lima, which will be located in Huacho, District of Huacho, Province of Huaura, in the Lima Region). The CONTRACTED PARTY may build the MAINTENANCE CENTER at the same place the NOC is built, considering the dimensions required for both of them.

3.3.4 Minimum node dimensions 3.3.4.1 Aggregation nodes: the minimum site area will be of thirty (30) m2. The

CONTRACTED PARTY is obliged to build the Aggregation Node. Exceptionally, this node may be co-located in the distribution nodes of the RDNFO, where possible and provided this does not affect the time limit set to finish the INSTALLATION STAGE OF THE TRANSPORT NETWORK. In the event the CONTRACTED PARTY decides to co-locate the node, it shall submit to FITEL a copy of the document certifying the agreement of co-location with the RDNFO, within four (04) months prior to completion of the INSTALLATION STAGE OF THE TRANSPORT NETWORK; otherwise, it shall comply with the provisions of Section 1.9 of these technical specifications.

3.3.4.2 Distribution nodes: the minimum site area will be of fifty (50) m2.

3.3.4.3 Connection nodes: the minimum site area will be of thirty (30) m2.

3.4 CIVIL WORKS

3.4.1 For the purposes of this document, masonry should be understood as the mixture that uses concrete and sand as its main materials. Masonry may also include additional materials such as bricks, rocks and/or steel in order to increase the strength of the mixture. Likewise, the CONTRACTED PARTY shall meet the standard E.070 – Masonry, of the National Building Regulations, where applicable.

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

14

3.4.2 Perimeter fence. The CONTRACTED PARTY shall comply with the following construction characteristics for all nodes:

3.4.2.1 The whole perimeter (considering the minimum area required for each node) shall be fenced with masonry.

3.4.2.2 The perimeter fence shall have a minimum height of three (03) meters, measured from the floor outside the node.

3.4.2.3 The columns, stem walls and beams built shall be finished with semi-polishing (or polishing) and covered with waterproof paint, plastic paint, acrylic paint, cement paint, polixane paint, siloxane paint or any other type of paint that is highly resistant to rain and humidity.

3.4.2.4 The walls shall be covered inside and out with waterproof paint, plastic paint, acrylic paint, cement paint, polixane paint, siloxane paint or any other type of paint that is highly resistant to rain and humidity. The paint color will be determined by FITEL.

3.4.2.5 The CONTRACTED PARTY will install a stainless steel concertina of a height of at least 0.40 m (specified in factory) on the entire perimeter fence. The CONTRACTED PARTY shall follow the manufacturer’s recommendations for the concertina installation, in such a way it meets the length for which it was designed and additional fastening elements are added, which shall be manufactured with stainless material.

3.4.3 Equipment room

3.4.3.1 The equipment room design shall be thermally insulated, in such a way its construction prevents the entry of air and dust from the outside.

3.4.3.2 The equipment room will be built with masonry (walls and ceiling). The minimum useful area (measured inside) of each type of node will be:

a. Aggregation node, 10 m2. b. Distribution node, 14 m2. c. Connection node, 10 m2.

3.4.3.3 The internal height from the finished floor to the ceiling will be at least 3.20 meters (the internal height shall be the same in the entire room).

3.4.3.4 The equipment room floor will have a height of least twenty (20) cm with respect to the yard’s floor.

3.4.3.5 The equipment room ceiling will be made of masonry, preferably with composite plates, and shall have a slope between eight (08) and fifteen (15) degrees.

3.4.3.6 The CONTRACTED PARTY will install an asphaltic mat on the ceiling or any other element proposed that performs the same function (upon FITEL’s approval). This protection shall cover an area larger than the ceiling’s area and will be installed with a system of chutes to drain water to the sewage (chutes shall be manufactured specifically to that end); this will prevent water from dampening the outside of the walls.

3.4.3.7 The columns, stem walls and beams shall be finished with semi-polishing (or polishing). The equipment room walls, as well as columns, stem walls and beams shall be covered inside and out with waterproof paint, plastic paint,

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

15

acrylic paint, cement paint, polixane paint, siloxane paint or any other type of paint that is highly resistant to rain and humidity.

3.4.3.8 The equipment room shall have a hermetic door manufactured with two steel sheets (stainless or galvanized steel covered with a layer of epoxy paint) and filled inside with insulating material. It shall also have a hydraulic arm and panic lock. The CONTRACTED PARTY shall make sure the door, frame, lock and hydraulic arm are stainless.

3.4.3.9 The equipment room shall have an antistatic floor.

3.4.3.10 The equipment room may use a false floor or aerial ladders. In both cases, the alternating current wiring shall be placed on cable trays or other ladders different to the data or direct current wiring.

3.4.4 Power room

3.4.4.1 The power room is the room where the generator set will be located.

3.4.4.2 The walls and door of this room may be built with stainless steel meshes. The minimum useful area (measured inside) for all types of nodes will be of ten (10) m2:

3.4.4.3 The power room floor will have gravel (ripping) of at least ten (10) cm high.

3.4.4.4 The ceiling shall have a slope between eight (08) and fifteen (15) degrees and will be installed with a system of chutes to drain the water to the sewage.

3.4.4.5 The power room shall have a vent stack to discharge the fumes from the generator set, with a minimum cross-sectional area of 0.18 m2.

3.4.4.6 The power room shall have a concrete slab of at least (20) cm. high to provide a base for the generator set. This slab shall be finished with polished concrete. The CONTRACTED PARTY shall consider the damping techniques during the room construction to reduce vibration.

3.4.5 Bathroom

3.4.5.1 The minimum bathroom area for the distribution and connection nodes will be of two (02) m2 measured inside (the construction of a bathroom is not required in the aggregation nodes).

3.4.5.2 The bathroom floor may be of polished concrete or tiles, inner baseboards shall be made of ceramic material.

3.4.5.3 The ceiling shall be made of masonry and have a slope between eight (8) and fifteen (15) degrees.

3.4.5.4 The CONTRACTED PARTY will install an asphaltic mat on the ceiling or any other element proposed that performs the same function. This protection shall cover an area larger than the ceiling and be installed with a system of chutes to drain the water to the sewage, this will prevent water from dampening the outside of the walls.

3.4.5.5 The columns, stem walls and beams built shall be finished with semi-polishing (or polishing). The bathroom walls, as well as columns, stem walls and beams shall be covered inside and out with waterproof paint, plastic paint, acrylic

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

16

paint, cement paint, polixane paint, siloxane paint or any other type of paint highly resistant to rain and humidity.

3.4.5.6 The bathroom shall include a sewage discharge point by the roof.

3.4.5.7 The bathroom shall have a washbasin and fixtures.

3.4.5.8 The bathroom shall have a door and window.

3.4.6 Open Area

3.4.6.1 The floor in the open area of the nodes will have gravel (ripping) of at least ten

(10) cm high.

3.5 PASSIVE NODE COMPONENTS

3.5.1 General considerations

3.5.1.1 Each node will use a cable management cabinet to separate the internal plant from the external plant (ODF2 and DDF3).

3.5.1.2 Each node will have the cable management cabinet connected to two (02) communications equipment cabinets, with the connections fully implemented to each one of them, in order to have infrastructure available for future development. In the case of connection nodes, the CONTRACTED PARTY may install a single communication equipment cabinet.

3.5.1.3 In each node, the CONTRACTED PARTY shall implement an internal plant with a cross-connection patching system (interconnection between the ODF and the reflective module within the same cabinet, DDF). Therefore, each communication equipment cabinet shall contain a MPO/MTP fiber optic tray, which will interconnect the cabinet of the ODF with the communication equipment cabinet. Connections may be made according to the referential graph below, taking into account that the design will be the same for each type of node, in order to maintain a standard solution.

2 Optical Distribution Frame. 3 Digital Distribution Frame.

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

17

Figure N° 2: Design of fiber optic processors

3.5.2 Cable management cabinet

3.5.2.1 19-inch, closed, floor cabinet with at least 42 RU (rack units), enabling transition between the outdoor ADSS cable and indoor cable inside the node.

3.5.2.2 Cabinet with a minimum of eight (08) fastening points to the floor.

3.5.2.3 Routing plates, tracks, routing clips, to allow for adequate fiber optic cable management during the arrangement.

3.5.2.4 It shall have a minimum of 6 ODF trays inside. Each tray will have the capacity to integrate up to 48 strands. That is, a tray will be assigned for each 48-strand ADSS cable.

3.5.2.5 It shall support the entry of cables at the top and bottom, for which it will have sealing kits with stuffing box for the entry of cables. The cabinet shall be prepared to protect fiber optic connections from dust.

3.5.2.6 It shall have two (2) independent tempered glass doors to separate the ODF from the DDF.

3.5.2.7 For each ODF tray, the cabinet shall include one reflective tray at the bottom of the cabinet (DDF tray), from where it will be connected to the communication equipment cabinet by means of a trunking cable.

3.5.3 ODF tray

3.5.3.1 This tray will use SC or LC connection ports at the front.

3.5.3.2 It shall support at least one (01) cable of forty-eight (48) strands per fiber optic tray in 1 RU.

3.5.3.3 Each ODF tray shall include a minimum of two splice-holder cassettes, each

ODF / DDF

TRUNKING MPO/MTP of 48 STRANDS PER TRAY

48-STRAND ADSS CABLES TRUNKING MPO/MTP of 48 STRANDS PER TRAY

VERTICAL PROCESSOR VERTICAL PROCESSOR

UPPER MODULES FOR ADSS CABLE

MODULES FOR

ADSS CABLE

FUSION

TRAY 1

TRAY 2

TRAY 3

TRAY 1

TRAY 2

TRAY 3

1RU TRAY FOR 48

STRANDS WITH FRONT END

PROCESSOR

1RU TRAY FOR 48

STRANDS WITH FRONT END

PROCESSOR

LOWER MODULES FOR TRUNCKING

CABLES

VERTICAL PROCESSOR VERTICAL PROCESSOR VERTICAL PROCESSOR CABINET 1 CABINET 2

MPO/MTP MODULES

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

18

shall be made for 24 fusions and include transparent splice protectors.

3.5.3.4 It shall be a sliding tray (using rails) and allow a minimum inclination of sixty degrees (60°).

3.5.3.5 The tray shall integrate the front-end processor for the entry of patch cords.

3.5.3.6 It shall be rackable, of 1 RU, and meet the standard EIA-310-E.

3.5.3.7 The tray shall comply with EIA/TIA 568 and flammability requirements UL 94-V0.

3.5.3.8 It will comply with standard EIA/TIA 606 for identification and labeling.

3.5.4 DDF tray

3.5.4.1 It shall be a sliding tray (using rails). The tray will have a minimum inclination of sixty degrees (60°) and allow front-end connections.

3.5.4.2 It will use modules of 12 single mode LC or SC connectors at the front and MPO/MTP on the back.

3.5.4.3 Each tray will manage one (01) cable of forty-eight (48) strands per RU and include a front-end processor for the entry of patch cords.

3.5.4.4 The tray shall be rackable, of 1 RU, and meet the standard EIA-310-E.

3.5.4.5 It shall comply with standard EIA/TIA 568 and flammability requirements UL 94-V0.

3.5.5 Multifiber cable

3.5.5.1 Each module of the ODF tray will be connected to its reflection in the DDF tray using multifiber cables.

3.5.5.2 The cable shall be an OS2 single mode type cable, the sleeve of each strand will be of three (03) mm, and it will have a LSZH sheath and meet the provisions of standard IEC-60332-3.

3.5.5.3 The cable fiber shall meet at least the provisions of standard ITU G652.D.

3.5.6 Trunking Cable

3.5.6.1 It is the cable used to connect the fusion splicing cable management cabinet with the communication equipment cabinet that will use plug and play connections.

3.5.6.2 It shall be trunking for 48-strand interiors, OS2 single mode, with four (04) MPO/MTP 12-strand connectors provided from factory.

3.5.6.3 LSZH sheath and in compliance with standard IEC-60332-3.

3.5.6.4 It has been considered to use one trunking cable for every ADSS cable ending at the node.

3.5.6.5 The cable fiber shall comply at least with the provisions of standard ITU G652.D.

3.5.6.6 It shall withstand tensile forces of up to four hundred and fifty (450) N.

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

19

3.5.6.7 It shall withstand operating temperatures from 0°C to 60°C.

3.5.7 Fiber tray for communication equipment cabinet

3.5.7.1 1 RU and rackable tray, meeting the provisions of standard EIA-310-E.

3.5.7.2 One of these trays will be used in each communication equipment cabinet installed. The connection will be by means of trunking cables with MPO/MTP connectors.

3.5.7.3 Each of these trays shall use four (04) MPO/MTP module arrangements installed horizontally and connected in their entirety to the MPO/MTP module of the DDF of the cable management cabinet by means of trunking cables.

3.5.7.4 Each MPO/MTP module with have twelve (12) single mode LC connectors, in such a way that there may be up to ninety-six (96) strands in one (01) RY per tray.

3.5.7.5 It shall be a sliding tray (using rails). The tray will have a minimum inclination of sixty degrees (60°) and allow front-end connections.

3.5.7.6 It shall integrate the front-end processor for the entry of patch cords.

3.5.7.7 It shall comply with EIA/TIA 568 and flammability requirements UL 94-V0.

3.5.7.8 It will have the fastening accessories necessary for the trunking cables.

3.5.7.9 It will comply with standard EIA/TIA 606 for identification and labeling.

3.5.8 MPO/MTP module to LC

3.5.8.1 For twelve (12) strands of one (01) MPO/MTP port for back entry to front-end LC connectors.

3.5.8.2 They may have twelve (12) simple LC connectors or 6 duplex LC connectors.

3.5.8.3 Maximum insertion loss of one (01) dB.

3.5.9 Fiber patch cords

3.5.9.1 They will be used to connect the fiber optic trays to active communication equipment.

3.5.9.2 They shall be for internal applications and yellow (TIA-568-C).

3.5.9.3 It shall be an OS2 single mode cord and the fiber shall comply at least with the provisions of standard ITU G652.D.

3.5.9.4 Two (02) strands shall be considered with “unibota” connectors that allow exchanging polarity in the connector.

3.5.9.5 Patch cords shall have a length of at least three (03) meters.

3.5.10 Communication equipment cabinets

3.5.10.1 In each distribution node, the CONTRACTED PARTY shall install two (02) floor cabinets of forty-two (42) RU, for communication applications, while for connection and aggregation nodes, one (01) cabinet of forty-two (42) RU will be installed.

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

20

3.5.10.2 Minimum cabinet dimensions will be based on the size of the equipment and cable arrangement, according to the design made by the CONTRACTED PARTY.

3.5.10.3 The cabinet will have a welded frame structure and support up to one thousand three hundred and sixty (1360) Kg static load.

3.5.10.4 For ensuring the cooling efficiency, it shall support between seventy (70%) and eighty percent (80%) of drilling in front and back doors.

3.5.10.5 All the doors of these cabinets -front door, back doors and side walls- shall be removable.

3.5.10.6 The upper panel shall allow the access of cables with a minimum of four (04) entries of brush type cables for protection and thermal insulation.

3.5.10.7 They shall have depth-adjustable equipment supporting rails for nuts with square capsules and specified in RU from the bottom.

3.5.10.8 They shall meet standard EIA-310-E and have the UL2416 certification.

3.5.10.9 All blind panels of one (01) RU shall be considered for covering the empty spaces of each cabinet.

3.5.10.10 They shall consider one (01) earthing busbar per cabinet for grounding the equipment.

3.5.10.11 They shall consider two (02) vertical finger-type processors per cabinet.

3.5.10.12 When using vertical pass-through cables with cable lead-throughs, these pass-through cables shall be sealed.

3.6 PHYSICAL SAFETY SYSTEM

3.6.1 Policies to access the node

3.6.1.1 The CONTRACTED PARTY shall implement a centralized system to record all entrances, attempts to entry and exits; as well as a system to save this type of events, in such a way the information will be available at least for twelve (12) months.

3.6.1.2 All nodes shall have physical access controls that require authentication.

3.6.1.3 The exit process from the installations where the Nodes are located shall require the use of authentication. Any act of leaving such facilities, including emergency departures, not associated with authentication of such factors shall be considered as unauthorized and shall trigger an alarm.

3.6.2 Access door

3.6.2.1 For the entry to the node, the CONTRACTED PARTY will install a stainless steel or galvanized steel frame and door covered with epoxy paint.

3.6.2.2 The access door to the Node will have an electromagnetic and electric mechanical lock.

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

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

21

3.6.3 Biometric reader and authorization cards

3.6.3.1 The biometric reader shall have as a minimum the capability of fingerprint and facial recognition.

3.6.3.2 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.

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

3.6.3.4 The biometric reader shall be able to be managed remotely.

3.6.4 Physical intrusion detection

3.6.4.1 All the installations where nodes are located shall have an automatic intruder detection system and open door alarms. These alarms will be triggered whenever the entrance doors open (doorway to the node and doorway to the equipment room) without providing authorized identification.

3.6.4.2 The system shall also trigger an alarm every time the door remains open for more than one (01) minute. The triggering of the intruder alarm shall activate the recording feature of the surveillance cameras installed on the node.

3.6.4.3 Each node will have an intelligent alarm system, which will include at least sixteen (16) ports for detectors, four (04) remote controllers, a siren with Flash and a megaphone system to interact with visitors or use it as a deterrent mechanism in case of vandalism. The alarm system shall be managed from the NOC. Alarm management will include a user-friendly graphical interface.

3.6.5 Motion detectors

3.6.5.1 Motion detectors are to be installed on the equipment room, open space and power room.

3.6.5.2 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.

3.6.5.3 The motion detectors shall have the following characteristics:

a) Use several processing techniques to avoid triggering false alarms, such as PIR technology with microwaves for the detector’s reliability, allowing its installation in a 2.4 m to 5.5 m ceiling, or passive infrared detectors with microwaves to trigger an alarm, in both cases they will have simultaneous protection. The PIR sensitivities and microwaves shall be adjustable.

b) Use multiple time thresholds and windows to analyze the frequency, extent, duration and polarity of the signals in order to decide whether to trigger the alarm or not. The motion detector will have two sensitivity adjustments.

c) Have two high luminosity exit alarm leds for a clear view from any angle and blink to indicate a problem.

d) Ceiling mounted sensors of 360 ° coverage. In the case of open areas, 90° and 180° sensors may be used so the entire area of the equipment room, power room and open area is covered.

e) Led on indicator, swivel ceiling mount lid, sensitivity, time control and

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

22

monitoring of day or night detection knobs (only for roofed areas). f) Detection distance greater than 10 m. g) Height level of 2.2 to 4m. h) High impact casing. i) Anti-Masking; ability to detect masking of the lens. j) Proximity Anti-Sabotage, ability to issue an alert before the detector is

sabotaged or masked.

3.6.6 Occupational sensor for equipment room with the following characteristics:

3.6.6.1 Light control: <3 Lux - daylight (adjustable).

3.6.6.2 Detection distance greater than ten (10) m.

3.6.6.3 Height level of 2.2 to 4m.

3.6.7 Smoke detector and fire extinguishers

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

3.6.7.2 The fire extinguishers shall be portable and of the specialized type to control electrical fires. The chemicals contained in the fire extinguishers should not damage the equipment electronics and shall be easy to clean.

3.6.8 System of supplementary sensors

3.6.8.1 This system is to be managed from the NOC and will interact with other elements of the nodes, allowing for remote monitoring, control, administration and action. The following sensors should be available, as a minimum:

a) Temperature sensor, adjustable to the desired range. A sufficient number of sensors shall be considered to cover the equipment room. Temperature sensors shall be located nearby the data equipment, battery bank and interact with the room HVAC(heating, ventilation and air conditioning) system.

b) Humidity sensor, adjustable to the desired range. c) Flooding sensor, to detect water on the ground inside the equipment room. d) Commercial power outage. e) “Active generator” condition. f) Active power source (commercial or from the generator) indication. g) Generator load. h) Fuel levels. i) Battery charging levels.

3.6.9 Video System

3.6.9.1 The CONTRACTED PARTY shall provide a video surveillance system for monitoring the entrances to the facilities of all Nodes, managed centrally from the NOC.

3.6.9.2 The design of the video surveillance system shall cover a range of vision that allows monitoring the clarity of the following rooms:

a) Outside the node. For viewing those trying to enter the node. b) Entry to the node. Mainly to view the face of those entering the node.

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

23

c) Inside the equipment room. d) Power room.

3.6.9.3 Depending on the solution chosen, the camera selection shall be standard for all nodes and meet the following specifications:

a) Indoor cameras

a.1. Tamper-resistant casing. a.2. Temperature range from 0°C to 45°C. a.3. Progressive scan CMOS image sensor and images at 0,25 lux color

and 0,05 lux in black and white. a.4. Optical zoom of 12X, minimum. a.5. Video sequences with HDTV 720p (1280x720) resolution at thirty (30)

frames per second, at a minimum. a.6. Video streaming by multiple sequences individually configurable in

Motion, JPEG and H.264. a.7. Ethernet port RJ45 10BASE-T/100BASE-TX POE. a.8. Support static IP addresses as DHCP server addresses and support

IPv4 and IPv6. a.9. The camera shall be fully supported by an open and public API

(Application Programming Interface). a.10. IR (infrared) led with adjustable light and intensity angle with IR range

of up to ten (10) m. a.11. Support the S profile of ONVIF (Open Network Video Interface

Forum). a.12. Three (03) years of manufacturer’s warranty. a.13. Comply with safety standards IEC/EN/UL 60950-1. a.14. Comply with standard ISO/IEC 14496-10, advanced video coding

(H.264).

b) Outdoor cameras

b.1. Housing with IP66, NEMA 4X and IK10 rating, manufactured with UV resistant polymer with adjustable sun shade.

b.2. Temperature range between -20°C and 50°C and relative moisture of 10%-100%.

b.3. Progressive scan CMOS image sensor and images at 0,25 lux color and 0,05 lux in black and white.

b.4. Optical zoom of 30X, at a minimum. b.5. Video sequences with HDTV 720p (1280x720) resolution at thirty (30)

frames per second, at a minimum. It will also incorporate automatic and manual white balance with exposure areas that can be defined automatically and manually.

b.6. Video streaming by multiple sequences individually configurable in Motion, JPEG and H.264.

b.7. Ethernet port RJ45 10BASE-T/100BASE-TX POE. b.8. Support static IP addresses as DHCP server addresses, it shall also

support IPv4 and IPv6. b.9. The camera shall be fully supported by an open and public API

(Application Programming Interface). b.10. IR (infrared) led with adjustable light and intensity angle, with IR range

of up to fifteen (15) m. b.11. Support the S profile of ONVIF (Open Network Video Interface

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

24

Forum). b.12. Three (03) years of manufacturer’s warranty. b.13. Meet the safety standards IEC/EN/UL 60950-1, IEC/EN/UL 60950-

22. b.14. Meet standard ISO/IEC 14496-10, advanced video coding (H.264) b.15. The camera shall have a wide dynamic range (WDR) with dynamic

contrast. b.16. Provide backlight compensation and incorporate a function to

optimize the behavior at low light. b.17. Video in wide format 4:3 and 16:9. b.18. The implementation of H.264 shall include the unicast and multicast

functionality and support as much constant bit rate (CBR) as variable bit rate (VBR).

c) Camera of doorway to the node

This camera will have the same characteristics as the outdoor camera, adding the PTZ functionality according to the following:

360° horizontal movement. 220° vertical movement. 36X optical zoom. Likewise, this camera will have video motion detection functionality and autotracking.

3.6.9.4 In addition, each node will have a video recorder installed inside with a minimum storage capacity of three (03) TB, which may be installed inside the communication equipment cabinet and always in compliance with the manufacturer’s recommendations.

3.7 Grounding system (SPAT, by its Spanish initials)

3.7.1.1 THE CONTRACTED PARTY shall design the grounding systems according to the recommendations of the equipment manufacturers and applicable regulations, such as: National Electrical Code NTP 370.304, NTP 370.305, NTP 370.306 (among others), International Organization for Standardization (ISO) and International Electrotechnical Commission (IEC).

3.7.1.2 THE CONTRACTED PARTY shall implement independent grounding system for communication equipment and machines/motors.

3.7.1.3 The SPAT shall be designed to be consistent with the performance (response) of the protections and short circuit currents of the installation.

3.7.1.4 All materials used for the SPAT shall be specifically designed for that purpose.

3.7.1.5 Everything will be in accordance with the technical standards (NTP 370.053, NTP 370.055): connection of non-conductive metal parts of panels, light fixtures, motors and various equipment, as well as cable trays, and metal pipes in general. The grounding system shall not exceed five (05) ohms for electronic equipment protection; in the case of motors, panels and others, the value may increase up to ten (10) ohms, at the most.

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

25

3.8 POWER SUPPLY

3.8.1.1 The CONTRACTED PARTY shall size the capacity of the generator set, panels, tanks, rectifiers and everything that is not specified, as required by the Technical Specifications of the AWARDED PROJECT, the load, the manufacturer’s recommendations and good installation practices, considering the full load of the node and adequate safety margins, as well as losses or efficiency reductions generated by environmental factors.

3.8.2 Soundless generator set

3.8.2.1 Motor, with the following characteristics:

a) Diesel, 4-stage. b) Cooling: water cooling with radiator, water pump, thermostat, blower fan,

low water level sensor in radiator, jacket water heater and thermostat (high reliability) to facilitate cold starts.

c) Lubrication: built-in oil pump, for pressure lubrication. Equipped with cooler and filters.

d) Fuel: No 2 diesel, with filters and tank. The node design shall provide facilities for fueling.

e) Gas emission 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. Likewise, an air duct shall be included, properly sized for dissipating the fumes outside the node.

f) Suction system: Natural or turbocharged, with air filter for heavy load and restriction indicator.

g) Starting system: At 12 VDC electric with solenoid, manual and remote command.

h) Useful life, 50 000 operating hours, at a minimum.

3.8.2.2 Charge acceptance time

a) Maximum of one (01) minute, measured from the start notification until the load is assumed with the remote command.

b) Charge acceptance time: 30 s on average. c) Motor protection. d) Automatic stop during abnormal conditions of: oil pressure, water

temperature, water level, over speed, start.

3.8.2.3 Fuel tank

a) Fuel tanks for engine generators shall comply with all national, regional, provincial, district and local construction regulations, as well as with current environmental and safety regulations for fuel installations, maximum tank size and noise pollution.

b) In addition, the CONTRACTED PARTY shall follow the manufacturer’s recommendations for fuel tank construction.

3.8.2.4 Generator

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

operation in harsh environmental conditions. c) Dehumidifying resistance of the alternator. d) Nominal voltage: 220 VAC.

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

26

e) Frequency: 60 Hz +/- 10 %. f) Excitation: brushless static type (carbon), AREP or permanent magnet

type, the latter for capacities below 20 Kw. g) Stationary variation: +/- 1% within the maximum and minimum load. h) Transient variation: +/- 5% recoverable in up to 02 seconds. i) Waveform: Sine, distortion less than 5%. j) Handling of non-linear loads: Operation with non-linear loads without

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

3.8.2.5 Transfer board and automatic control (TTA by its Spanish acronym)

a) 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.

b) The TTA shall 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.

c) The control board and the transfer board can be monitored and controlled both locally and remotely from the NOC.

3.8.2.6 GEN monitoring and control

a) ON/OFF switch b) Key to select auto or manual start. c) Contacts for alarms. d) Voltage meter. e) Current meter. f) Indication of normal commercial energy. g) Indication of generator operating, generator fault. h) Indication of commercial network outage, overvoltage, under voltage,

frequency change. i) Indication of oil pressure, temperature. j) Indication of fault at startup.

3.8.2.7 Wall panel

a) The wall panel is to be protected with glass or inside a double clear light cover.

b) It shall contain information regarding the operation and maintenance schedule of the generator and automatic transfer board operation.

c) The CONTRACTED PARTY will provide it with its own single-line diagram of power, single-line control diagram, parts manual, operating manual, service manual, staff training, communications accessories, software (in devices such as, Universal Serial Bus - USB or CD).

3.8.3 Rectifier / Charger / Battery Bank System

3.8.3.1 RECTIFIER / CHARGER (R/C)

a) The CONTRACTED PARTY shall design and size the R/C taking into consideration the temperature conditions, operating height, etc.

b) The R/C is to be powered by AC voltage (220Vac) and will give the load a rated DC output voltage of -48V.

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

27

c) The R/C shall be of modular architecture, in N + 1 configuration; the initial configuration will be 1 + 1. Future extensions of modules shall not involve any outage. It shall be easy to operate and maintain.

d) In normal conditions, the configuration 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.

e) The R/C shall have a monitoring and control unit, the basic functions of

which are:

e.1. Monitoring each of the R/C units. e.2. Adjusting float voltages in relation to the temperature. e.3. Adjusting current limitation to batteries, equalization, etc. e.4. Current limit alarm. e.5. Damaged rectifier alarm. e.6. AC power failure alarm. e.7. Battery failure alarm. e.8. DC high voltage alarm. e.9. DC low voltage alarm.

f) Alarms shall provide visual and local indication through the display and be

managed remotely through dry contacts. As for measurements the R/C shall be able to monitor the following items:

f.1. System voltage. f.2. Current consumption. f.3. Battery charge or discharge current. f.4. Current for each rectifier.

g) The R/C shall have LVBD4 for disconnecting batteries for low voltage.

3.8.3.2 Battery Bank

a) The technical characteristics required shall be met for the operating conditions of each node, such as pressure, temperature and humidity. For compliance with this section, the CONTRACTED PARTY shall consider an operating temperature of 25°C in all its calculations.

b) The battery bank will provide autonomy of eight (08) hours and provide the load a DC output voltage of -48V.

c) The battery bank shall be comprised of batteries of the same type, of the same make, model and year of manufacture.

d) They shall be sealed batteries free of maintenance of gelled electrolyte, alkaline, nickel-cadmium, lithium-ion type, or other alternatives tested in the market, which shall be approved by FITEL.

e) The battery bank shall support at least 5,000 cycles of charge and discharge at a discharge depth of 20% at operating temperature.

f) The actual capacity of each battery shall not be less than 95% of the rated capacity required.

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

h) Batteries shall be for stationary use. i) Service life in flotation (useful life) shall not be less than fifteen (15) years.

4 Low voltage battery disconnect.

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

28

j) The battery holder shall be fireproof hardened plastic, of high mechanical strength.

k) They shall have a safety valve that allows the exhaust gas to be released when the internal pressure is critical, where applicable.

l) Each battery shall be properly labeled and clearly identify the polarity of each terminal either in high or low relief.

m) The date of manufacture of the batteries shall be less than six (06) months since placing the purchase order.

n) Should any technical characteristic requested in this section not be applicable for the type of battery to be installed, this characteristic will not be assessed by FITEL.

o) In other technical information to be submitted by the CONTRACTED

PARTY

o.1. Number of cycles vs. depth of discharge. o.2. Reduction in battery capacity vs. storage time. o.3. Behavior of the battery capacity vs. room temperature. o.4. Installation manual. o.5. Maintenance manual.

3.8.4 HVAC equipment

3.8.4.1 The CONTRACTED PARTY shall design a solution to maintain the appropriate temperature for the most sensitive components located in the Equipment Room, considering in the design the heat released by the equipment, machines and people within the rooms. Capacitors shall be necessarily located in the building ceiling, unless a self-contained solution is selected. For the particular case of batteries, they shall be operated at their optimal working temperature within the temperature range of the Equipment Room. In the case of the rest of the equipment, it will depend on the operating temperature recommended by the manufacturer.

3.8.4.2 HVAC equipment shall have, at least, the following:

a) Precision VAC (Ventilation Air Conditioning) system. b) 24x7x365 operation. c) Adjustable temperature control in a minimum range of 16° C and 26° C. d) Adjustable relative humidity control in a minimum range of 40% and 70%. e) Control panel with temperature and humidity indicator.

f) HVAC equipment shall include a soft start system to economize power consumption.

g) The HVAC system shall have a sufficient number of sensors to monitor the temperature of routers, switches and mainly the battery bank, automatically activating, when necessary, the cooling system and generating the alarms to the NOC (in case the desired temperature cannot be achieved).

4 TRANSPORT NOC

4.1 GENERAL PROVISIONS

4.1.1 The CONTRACTED PARTY is responsible for designing the NOC with the following considerations:

4.1.1.1 The CONTRACTED PARTY is responsible for selecting the NOC location, construction and equipment and it assumes all associated costs.

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

29

4.1.1.2 The CONTRACTED PARTY shall develop the NOC architecture design including a single aisle to access all rooms.

4.1.1.3 The CONTRACTED PARTY is responsible for implementing mechanisms to protect all engine generators from weather conditions and mishandling.

4.1.1.4 Where it is not possible to build the NOC in the district capital – due to urban planning issues or if so determined by the Ministry of Culture- the NOC may be located not more than 5 km from the district capital, within the urban area, and shall be provided with all basic water, electricity and sewage services, as well as access to free vehicular transit to the doorway to the NOC. Likewise, the NOC location shall be approved by FITEL.

4.1.1.5 The NOC shall be built according to standard E.030 of the National Building Regulations for earthquake-resistant designs, in accordance with the seismic microzoning studies and other site studies made and appropriate for the “Category A” of essential buildings with a U factor of 1,5.

4.2 CIVIL WORKS

4.2.1 General considerations

4.2.1.1 The CONTRACTED PARTY shall implement the NOC in a built area of at least ninety square meters (90 m2). The NOC shall have an equipment room, operating room, energy room and power room. All rooms shall be built with masonry, except for the power room ceiling, which may be made of a different material, at the discretion of the CONTRACTED PARTY. All NOC external walls shall be covered with waterproof paint, plastic paint, acrylic paint, cement paint, polixane paint, siloxane paint or any other type of paint highly resistant to rain and humidity.

4.2.2 Equipment room

4.2.2.1 Room housing the data center and network core. The main network and IT equipment will be housed in this room.

4.2.2.2 Technical floor. The CONTRACTED PARTY shall install a technical floor with the following characteristics:

a) The internal height from the finished floor (technical floor) to the ceiling will be of 3.20 meters.

b) Technical floors shall be attached to the floor and have a bearing capacity that ensures the stability of the equipment to be installed (cabinets, batteries, rectifier, servers, data equipment and others) and be covered with insulating material and duly grounded.

c) Technical floors shall have a minimum height of forty (40) cm. from the floor where it is supported, which shall be made of concrete and comply with the CISCA certification.

d) The technical floor is applicable both for the equipment room and energy and operating room.

4.2.2.3 Cable tray system. The CONTRACTED PARTY may use cable trays to fix, support and/or attach cables and fiber optic, power or data cable troughs inside the equipment room. This system will be comprised of:

a) Mesh or grid type trays, of at least forty (40) cm. wide, with rounded ends, and made of Z3 electrolytic zinc or hot galvanized material.

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

30

b) Hardware and steel supports approved by the tray manufacturer. c) For dismounting or mounting cables, vertical and curved trays shall be

considered to respect the cable protection curvature. d) Power cable trays and telecommunication cable trays shall be different. e) Materials shall comply with the basic requirements of the Restriction of

Certain Hazardous Substances Council Directive, known also as RoHS Directive.

4.2.2.4 Walls shall be primed and painted to prevent the spread of dust.

4.2.3 Power room

4.2.3.1 Space where the electric generator and electric substation will be located, if required.

4.2.3.2 The power room floor may be prepared to prevent the vibrations generated by the equipment installed on it.

4.2.3.3 It shall include a gas discharge system to the outside.

4.2.3.4 Stuccoed walls painted with non-flammable paint.

4.2.3.5 Ceiling preferably made of fiberglass for protection against rain.

4.2.4 Energy Room

4.2.4.1 This room will house the electrical panels, battery banks, controllers, rectifiers, isolating transformers and UPS.

4.3 PASSIVE NOC ELEMENTS

4.3.1 Floor cabinets for the NOC. The CONTRACTED PARTY shall consider in its design the cabinets necessary for each network element, such as:

4.3.1.1 ODF/DDF cabinet.

4.3.1.2 Server cabinets.

4.3.1.3 Communication equipment cabinets.

4.3.1.4 Battery cabinets.

4.3.1.5 Rectifier cabinets.

4.3.2 Cabinets shall have the same size to make sure the air flows.

4.3.3 ODF/DDF, equipment and battery cabinets shall have the characteristics indicated in the description of passive node elements.

4.3.4 Server cabinets shall have the characteristics to house the servers required, in accordance with the recommendations of the server manufacturer selected. To this end, the cabinet shall be manufactured, certified, approved or supported by the server manufacturer by a letter sent by its representative.

4.3.5 Cabinets shall be distributed taking into consideration the HVAC design, in order to achieve greater efficiency. The use of cold and hot aisles is recommended, using PVC curtains to improve isolation. The air will enter from the bottom of the cold aisle, from the technical floor and will be extracted

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

31

through the ducts located in the upper part of the hot aisle.

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

32

4.4 VIDEO SURVEILLANCE SYSTEM

4.4.1 The CONTRACTED PARTY shall provide a video surveillance system for monitoring the entrance to the NOC installations.

4.4.2 This system shall be monitored by the NOC. The system shall have the capacity to record and maintain all videos for at least a period of thirty (30) days. The system shall 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.

4.4.3 Camera characteristics

4.4.3.1 The maximum number of cameras possible shall be installed to cover the outer perimeter of the NOC and all rooms.

4.4.3.2 The technical characteristics of the cameras, depending on the installation site, will be as those described for the TRANSPORT NETWORK nodes.

4.4.4 Recording system characteristics

4.4.4.1 The CONTRACTED PARTY will install a video recorder with a minimum capacity of (10) Tb of storage.

4.4.4.2 For managing all the cameras of the nodes, the CONTRACTED PARTY will implement a system to adapt the video streaming quality from the nodes to the NOC without affecting the recording quality locally stored in each node.

4.4.4.3 The video recorded shall allow segmentation of its capacity so it constantly records the recordings of local cameras while storing in a different segment the recordings of the events taking place in the nodes for a period of no less than (06) months.

4.5 BUILDING ACCESS CONTROL

4.5.1 The CONTRACTED PARTY shall implement a centralized system to record all entries, attempts to enter and exits, as well as the storage system of such events in such a way they are available for not less than twelve (12) months.

4.5.2 The NOC shall have physical access controls that require authentication.

4.5.3 The exit process from the installations where the NOC is located shall require the use of authentication. Any act of leaving such facilities, including emergency departures, not associated with authentication of such factors shall be considered as unauthorized and shall trigger an alarm.

4.5.4 NOC Access Door

4.5.4.1 The CONTRACTED PARTY will install a stainless steel or galvanized steel metallic door covered with epoxy paint. The door will have an electromagnetic and electric lock, which will open by action of biometric reader.

4.5.4.2 For leaving the NOC there will be a RFID system with the use of cards implemented.

4.5.5 Entrance door to equipment room

4.5.5.1 The equipment rooms will be entered and left by biometric reader and RFID

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

33

card.

4.5.5.2 The CONTRACTED PARTY shall install a door to provide room tightness and have a panic lock with bar handle inside.

4.5.5.3 The access door to the equipment room shall be manufactured with a type of material that ensures thermal insulation.

4.5.6 Biometric reader

4.5.6.1 The biometric reader shall have as a minimum the capability of fingerprint recognition.

4.5.6.2 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.

4.5.7 RFID reader

4.5.7.1 The RFID (radio signals identification) reader shall have access cards that come with their corresponding RFID tags or labels to be recognized at the entry to the Node.

4.5.7.2 The biometric reader shall be able to be managed remotely.

4.5.8 Centralized access control

4.5.8.1 Access to all nodes is managed remotely from the NOC, in such a way the access is generated without the need to have a previous record.

4.6 ALARM MANAGEMENT SYSTEM

4.6.1 The NOC will have a smart alarm system with graphic interface that will control all the security alarms of the nodes described in Section 3.6 herein, such as sensors, alarms, cameras and actuators.

4.7 INTEGRATED FIRE DETECTION AND SUPPRESSION SYSTEM

4.7.1 The CONTRACTED PARTY shall implement an Integrated Fire Detection and Suppression System for the NOC under the industry standards for such facilities.

4.7.2 Detection system characteristics

4.7.2.1 It shall be calibrated to detect real fires and no other faults such as leaks in the HVAC system, for example.

4.7.2.2 It shall have loud audible alarms and alarm blinking lights.

4.7.2.3 It shall have an emergency power switch.

4.7.2.4 It shall have the ability to delay or cancel the activation of the Suppression System.

4.7.3 Suppression system characteristics

4.7.3.1 The suppression agent shall be environmentally friendly.

4.7.3.2 The suppression agent shall not present a toxic hazard to staff.

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

34

4.7.3.3 The suppression agent used in the equipment room shall not present a risk of damaging the equipment.

4.7.3.4 In the case of a suppression system discharge, it shall be possible to eliminate the fire suppression agent quickly and efficiently.

4.7.3.5 Additionally, the CONTRACTED PARTY shall place portable fire extinguishers at the power room, operating room and warehouse.

4.8 SENSOR SYSTEMS

4.8.1 The CONTRACTED PARTY shall implement in the entire building sensors that allow proper operation of the NOC, centrally managed and interacting with other network elements, such as:

4.8.1.1 Fire suppression system.

4.8.1.2 Alarms and video surveillance cameras.

4.8.2 Types of sensors:

4.8.2.1 Flooding sensor installed on equipment and energy rooms.

4.8.2.2 Smoke sensors installed on all rooms, offices and warehouse.

4.8.2.3 Temperature sensor in equipment and energy rooms.

4.8.2.4 Motion sensors in the equipment room.

4.9 Grounding system (SPAT by its Spanish acronym)

4.9.1 The CONTRACTED PARTY shall design and build the grounding system in compliance with the standards and good practices; therefore, these systems shall be independent for the: i) electrical substation, ii) electrical equipment and motors, iv) electronic equipment, such as servers, computers, video wall and telecommunication equipment.

4.9.2 The CONTRACTED PARTY shall design the grounding system according to the recommendations of the equipment manufacturers and applicable regulations, such as: National Electrical Code NTP 370.304, NTP 370.305, NTP 370.306 (among others), International Organization for Standardization (ISO) and International Electrotechnical Commission (IEC).

4.9.3 The SPAT shall be designed to be consistent with the performance (response) of the protections and short circuit currents of the installation.

4.9.4 All materials used for the SPAT shall be specifically designed for that purpose.

4.9.5 The SPAT shall not exceed three (03) ohms for electronic equipment protection; in the case of motors, panels and others, this value may increase up to ten (10) ohms.

4.10 ELECTRIC POWER

4.10.1 The CONTRACTED PARTY shall size the capacity of the generator set, boards, tanks, rectifiers and other elements, as required to comply with the provisions herein.

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

35

4.10.2 Commercial power. If required, the CONTRACTED PARTY shall install a three-phase system with its corresponding adjustments for the proper operation of the equipment located in the NOC, including the electric substation at 220 VAC single phase current.

4.10.3 Soundless generator set (GEN). The technical characteristics of the generator will be the same as those of nodes. The CONTRACTED PARTY shall size the generator capacities to feed the entire load of the NOC, with fuel tank capacity to provide autonomy of 48 hours.

4.10.4 Rectifier/charger/battery bank system. The technical characteristics of the rectifier and charger of the battery bank shall comply, at least, with the characteristics described for the nodes. Batteries shall comply with the same technical characteristics described for the nodes. The design calculations will be made at a temperature of 25°C and a minimum autonomy of eight (08) hours for a load that includes the electronic equipment of the Equipment Room.

4.10.5 UPS and isolating transformers to keep all electronic equipment in the equipment room operational until commissioning of the generator set.

4.10.6 The CONTRACTED PARTY shall propose a redundant power solution in Sections 4.10.4 and 4.10.5 above.

4.11 HVAC EQUIPMENT

4.11.1 The CONTRACTED PARTY shall design a solution to keep the appropriate temperature in the Equipment Room, considering for the design the heat released by the equipment in it. Capacitors shall be necessarily located in the ceiling of the building.

4.11.1.1 The CONTRACTED PARTY shall implement a precision and redundant HVAC system in the Equipment Room to control the temperature and relative humidity, meeting at least the technical characteristics described for the Equipment Room of the nodes.

4.11.1.2 The Energy Room shall have its own HVAC system with 24x7x365 operation and ensure a temperature below 25⁰C.

4.12 COMMUNICATION SERVERS

4.12.1 The CONTRACTED PARTY shall include four (04) data networks and fiber network managing servers. The servers shall be of high quality. The minimum characteristics of the servers will be:

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

36

Table N°2: Technical characteristics of servers

ITEM N° 01

RAM Memory Minimum Capacity of 1 TB Processor Minimum 4 physical processors at 2.1 GHz

Each physical processor shall operate with 16 cores. Data Transfer Interface Minimum Serial Attached SCSI 2 (SAS)

Memory cache 30 MB L3 Distribution Minimum The server shall be mountable and scalable

Operating Procedure Hot – swap

Energy (Server) Power: CA 100 - 240 V 50 / 60 Hz

Redundant power source Storage capacity Minimum 20 TB capacity

Data Transfer interface Serial Attached SCSI 2 (SAS) Network connection Minimum Two (2) 10G Ethernet ports Connectivity ports Minimum Four (4) USB ports Ventilation system Minimum Each processor shall have its own ventilation cooler.

Ventilation installed on the case.

Monitor Minimum Led technology, 21 inches

Power: CA 220 V 50 / 60 Hz

Peripherals and accessories Keyboard, mouse and 21-inch LED monitor.

Support connections by KVM Warranty Minimum Three (03) years. The warranty shall be certified by

the equipment manufacturer. Operating System Minimum License for Microsoft Windows Server 2016 R2

(English)

5 MAINTENANCE CENTERS

5.1 IMPLEMENTATION CONDITIONS

5.1.1 The CONTRACTED PARTY is responsible for selecting the location and building the MAINTENANCE CENTER(S) and assumes all associated costs.

5.1.2 The CONTRACTED PARTY shall design the MAINTENANCE CENTER according to the following considerations.

5.1.2.1 The MAINTENANCE CENTER shall be located within the city limits and have basic electricity, water and sewage services, as well as free access for vehicle traffic. The number and location of MAINTENANCE CENTERS are listed in Appendix N°2 “List of MAINTENANCE CENTERS”.

5.1.2.2 The MAINTENANCE CENTER shall be built according to standard E.030 of the National Building Regulations for earthquake-resistant design, according to seismic microzoning studies and other site studies made by the CONTRACTED PARTY.

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

37

5.1.2.3 The minimum area required is of 120 m2, fully fenced with masonry. The fence height will be at least three (03) m, measured from the floor to the outside of the node.

5.1.2.4 The open area is mainly intended to be used as a garage for the truck and for storing spare poles; therefore, the CONTRACTED PARTY shall design and build a suitable floor to withstand the weight of the truck and other equipment stored in there. Likewise, it shall consider the installation of a ceiling with material suitable to withstand the winds and rain characteristic of the area, covering at least ninety percent (90%) of the open area.

5.1.2.5 The CONTRACTED PARTY will install a metal door properly sized for easy entry of the truck.

5.1.2.6 The CONTRACTED PARTY will include an office with an area of at least ten (10) m2 and a warehouse of at least forty (40) m2, with a minimum height of 3.20 meters and floor suitable to withstand the weight of fiber reels and other spare parts.

5.1.2.7 The warehouse door shall be made of steel and reinforced plate to provide added security.

5.1.2.8 It shall have a bathroom with an area of approximately three (03) m2, implemented with water, sewage and lighting services.

5.1.3 Basic equipment

5.1.3.1 The minimum equipment to be included by the CONTRACTED PARTY in each MAINTENANCE CENTER is listed in Appendix N° 6 “Minimum content of spare parts of each MAINTENANCE CENTER”.

6 NETWORKING

6.1 GENERAL PROVISIONS

6.1.1 The AWARDED PROJECT network shall be designed and implemented in such a way it meets the degree of availability required in this Annex.

6.1.2 Active network equipment shall be configured so as to form the rings according to the design.

6.1.3 Edge and core routers, as well as core switches, are electronic equipment that will be located in the Equipment Room of the NOC.

6.1.4 Aggregation routers are electronic equipment to be located in the aggregation nodes. Their function is to add the traffic from distribution nodes to the RDNFO for transport to the Core Node.

6.1.5 Distribution routers are electronic equipment to be located in the distribution nodes. Their function is to give access to the transport network in those locations that -without being district capitals- potentially have high traffic demand.

6.1.6 Connection switches are electronic equipment to be located in the connection nodes. Their function is to offer access to the transport network in each district capital.

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

38

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

39

6.2 IP NETWORK DESIGN

6.2.1 The CONTRACTED PARTY shall implement the TRANSPORT NETWORK with redundancy mechanisms, forming logical rings and physical rings by various routes.

6.2.2 The CONTRACTED PARTY shall use a sufficient amount of amplifiers and determine the physical location of the nodes so each ring has up to ten (10) nodes at a logical level. This will ensure a consistent performance along the rings and congruence and logical jumps of routing protocols as part of the proposed architecture.

6.2.3 The CONTRACTED PARTY may propose improvements to the design of the TRANSPORT NETWORK, which will be assessed by FITEL, which will finally determine its implementation. The CONTRACTED PARTY will submit this proposed amendment within the GENERAL TECHNICAL PROPOSAL, the same that cannot be implemented without FITEL’s approval.

6.2.4 The TRANSPORT NETWORK will have its own NTP synchronization signal. The main synchronization signal will be taken from a server that is part of the basic services of the TRANSPORT NETWORK; the secondary signal may be taken from the RDNFO.

6.3 EQUIPMENT CHARACTERISTICS

6.3.1 This section describes the technical characteristics of the data routers and switches of all nodes.

6.3.2 Core and aggregation routers shall ensure a “lookup performance” parameter of at least 300 Mpps (million packets per second); this determines the maximum number of packages per second that may be processed by network devices.

6.3.3 Distribution routers and connection switches shall ensure a “lookup performance” parameter of at least sixty (60) Mpps (million packets per second); this determines the maximum number of packages per second that may be processed by network devices. Core and aggregation routers shall have a minimum MTBF (Mean Time Between Failure) parameter of 200,000 hours; the equipment of distribution routers and connection switches shall have a minimum MTBF parameter of 180,000 hours.

6.3.4 All the equipment described above shall support mechanisms to allow self-provisioning of the equipment.

6.3.5 All node equipment described in this section shall support IEEE 802.1ag (connectivity fault management), Y.1731 (performance management) and MPLS OAM, in order to comply with the entire OAM framework.

6.3.6 All active electronic equipment of the nodes described in this section shall be new of the "carrier-grade" type and shall comply with the ITU-T recommendations and other national and international standards.

6.3.7 All active electronics of the nodes described in this section shall be the latest generation in the commercial products line of the manufacturer.

6.3.8 All active electronic equipment of the nodes described in this section shall be capable of operating at altitudes of up to four thousand (4,000) meters,

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

40

considering the different geographical conditions.

6.3.9 All active electronic equipment of the nodes described in this section shall have the MEF Carrier Ethernet 2.0 certification.

6.3.10 Edge and Core Routers

6.3.10.1 All ports shall be fully implemented with 10 Gbps transceivers.

6.3.10.2 The edge and core routers shall support QoS, MPLS, MPLS VPN.

6.3.10.3 The equipment shall support the Simple Network Management Protocol, SNMP, in version 3.

6.3.10.4 At least two (02) equipment of high availability shall be considered. This equipment will perform the specific core and edge functionalities simultaneously, in compliance with the specifications requested in this section for core routers and, in addition, the functions recommended by the bidder for the edge function.

6.3.11 Core switch

6.3.11.1 Core switches shall be redundant and controlled by software remotely from the NOC and have at least forty-eight (48) ports of 10 Gbps according to the interfaces of the equipment and servers required with core functionalities. They shall have a processor, power source and redundant fans. The core switches shall consider at least one (01) expansion module for growth.

6.3.11.2 The Core switches shall support the Simple Network Management Protocol (SNMP), in version 3.

6.3.12 Aggregation Router

6.3.12.1 The Aggregation Routers route traffic to the RDNFO Distribution routers.

6.3.12.2 The effective band width of uplinks between the Aggregation Nodes of the TRANSPORT NETWORK and Distribution Nodes of the RDNFO shall have an initial capacity of 10 Gbps. The equipment shall be capable of doubling the number of links initially proposed, the slot shall support 1/10 Gbps interfaces by only changing the transceivers and not the module or line card (uplink).

6.3.12.3 The Aggregation Routers shall be controlled by software remotely from the NOC and shall have at least sixteen (16) downstream ports of 1/10 Gpps with optical and electrical support, enabled with optical modules, according to the technological capabilities of the public telecommunications service operators in accordance with the regulations issued by OSIPTEL, two (02) upstream ports of 1 Gbps enabled with optical modules. They shall have a processor redundancy and power sources.

6.3.12.4 All downstream ports shall be fully implemented with transceivers (optical and electrical modules) of 10 Gbps.

1.1.1 The Aggregation Routers shall 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

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

41

(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).

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

6.3.12.6 The Aggregation Routers shall support the Simple Network Management Protocol (SNMP), in version 3.

6.3.13 Distribution Routers

6.3.13.1 The Distribution Routers shall be controlled by software remotely from the NOC and equipped with at least twenty-four (24) downstream ports with optical and electrical support, enabled with twelve (12) optical modules 1/10 Gbps and twelve (12) electrical modules at 100/1000 Mbps, according to the technological capabilities of the operators of the public telecommunications services in accordance with the regulations issued by OSIPTEL, two (02) upstream ports of 10 Gbps, enabled with optical modules to the Aggregation Routers, fully enabled and with dual power source.

6.3.13.2 Distribution routers shall have all ports fully implemented, including the transceivers required, considering that at least four (04) ports will work at 10 Gbps.

6.3.13.3 The Distribution Routers shall 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).

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

6.3.13.5 The Distribution Routers shall support the Simple Network Management Protocol (SNMP), in version 3.

6.3.14 Connection switches

6.3.14.1 The Connection switches shall consist of at least twenty-four (24) downstream ports of 10/1000 Mbps with optical and electrical support, according to the technological capabilities of the operators of the public telecommunications services in accordance with the regulations issued by OSIPTEL, two (02) upstream ports of 10 Gbps, enabled with optical modules and dual power sources.

6.3.14.2 The ports will be distributed as follows: twelve (12) optical ports and (12) electrical ports at 100/1000 Gbps for the downlink, which shall be fully

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

42

implemented, including the transceivers.

6.3.14.3 Connection switches shall support the Simple Network Management Protocol (SNMP), in version 3.

6.3.15 Connection switches shall 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).

6.3.16 Amplifiers

6.3.16.1 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 section.

6.3.16.2 All amplifiers shall support the Simple Network Management Protocol (SNMP), in version 3.

7 SERVICE LEVELS (Service Level Agreement - SLA)

7.1 NETWORK AVAILABILITY

7.1.1 The CONTRACTED PARTY shall implement the TRANSPORT NETWORK, so as to ensure availability required according to the type of Node and link, considering all network elements, both active and passive.

7.1.1.1 Distribution nodes with route diversity. - An availability of ninety-nine point nine-tenths percent (99.9%) measured on an annual basis is required, measured between the distribution node and aggregation node or core node equipment, without counting the downtime scheduled for maintenance and communicated in advance to FITEL or OSIPTEL, as appropriate.

7.1.1.2 Distribution nodes without route diversity. - An availability of ninety-nine point nine-tenths percent (99.9%) measured on an annual basis is required, measured between the distribution node and aggregation node or core node equipment, without counting the downtime scheduled for maintenance and communicated in advance to FITEL or OSIPTEL, as appropriate.

7.1.1.3 Connection nodes with route diversity. - An availability of ninety-nine point six-tenths percent (99.6%) measured on an annual basis is required, measured between the connection node and aggregation node or core node equipment, without counting the downtime scheduled for maintenance and communicated in advance to FITEL or OSIPTEL, as appropriate.

7.1.2 Latency: The average latency of the TRANSPORT NETWORK shall be less than thirty (30) ms, measured from node to node. The latency is defined as the amount of time it takes a packet to travel from its origin to its destination and vice versa, i.e., "there and back".

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

7.1.4 Jitter: The average jitter of the TRANSPORT NETWORK shall be less than ten

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

43

(10) ms and the maximum jitter shall not exceed twenty (20) ms. This indicator will be measured between Nodes.

7.1.5 Accuracy: The transmitted optical signals shall have an accuracy of at least ± 20 ppm.

8 NETWORK MANAGEMENT SYSTEM (NMS)

8.1 The management system shall allow managing the entire network remotely, including sensors, alarms and actuators. All systems shall be provided by the corresponding major equipment manufacturers.

8.2 IP NETWORK MANAGEMENT SYSTEM

8.2.1 This system shall manage the entire data network and will be provided by the equipment manufacturer itself.

8.2.2 NMS functions.

8.2.2.1 Network Management.

8.2.2.2 Automatic discovery of network topology.

8.2.2.3 Configuration and software management.

8.2.2.4 Network Monitoring.

8.2.2.5 Log of sensors and transducers of the telecommunications networks.

8.2.2.6 Alarm Log.

8.2.2.7 Stoppage log.

8.2.2.8 Measurements.

8.2.2.9 Preparation of reports of malfunctions, traffic.

8.2.2.10 Preparation of reports in graphic form.

8.2.3 The description of the minimum features that the NMS shall have is indicated below:

8.2.3.1 Alarm detection

a) Alarms shall be displayed in real time and the information stored on the server for a period of at least three (03) months.

b) These alarms shall 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.

8.2.3.2 Reports

a) Availability. - service downtime and its causes (including the alarm log) for each equipment.

b) Use of the service. - 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

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

44

curve. These reports shall consider the type of protocols used, so that they discriminate the type of applications used in the TRANSPORT NETWORK.

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

8.3 FIBER OPTIC NETWORK MONITORING SYSTEM IN THE PHYSICAL LAYER

8.3.1 It shall allow the monitoring of the fiber optic network in the physical layer, providing the following features:

8.3.1.1 Optical power levels.

8.3.1.2 SNR.

8.3.1.3 Total loss of power.

8.3.1.4 Peak values of optical power.

8.3.1.5 Identify the location (georeferenced) of a fiber cut.

8.3.1.6 Monitor changes in optical power values.

8.3.1.7 Modular and scalable system.

8.3.1.8 The equipment used shall monitor at least one strand within the same active strand buffer.

8.4 MONITORING SYSTEM AND ALARM MANAGEMENT

8.4.1 The system shall manage remotely the elements of the NOC, MAINTENANCE CENTERS and Nodes, such as:

8.4.1.1 Sensor systems a) Temperature. b) Humidity. c) Door. d) Occupational. e) Flooding. f) Power outage. g) Active generator set. h) Battery charge levels. i) Fuel levels. j) Smoke detection.

8.4.1.2 Actuators a. Management of remote alarms generated by sensors. b. Camera control. c. Fire suppression system.

9 OPERATIONS SUPPORT SYSTEMS / BUSINESS SUPPORT SYSTEMS, OSS / BSS

9.1 GENERAL PROVISIONS

9.1.1 The CONTRACTED PARTY shall obtain, configure and install a set of Operations Support Systems and Business Support Systems (collectively,

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

45

OSS / BSS). Overall, the OSS / BSS shall have the proper capabilities and functionalities to ensure the efficient, effective and responsive network performance.

9.1.2 The CONTRACTED PARTY shall provide, in its GENERAL TECHNICAL PROPOSAL, an overview of the proposed collective OSS / BSS and its capabilities and features.

9.1.3 The CONTRACTED PARTY shall present in its FINAL TECHNICAL PROPOSAL, a proposed spare parts management strategy adequately detailed, specifying the capabilities and functionalities required for each situation.

9.1.4 The OSS makes reference to the information system that describes all network systems directly related to the entire TRANSPORT NETWORK. The OSS shall integrate the whole management of the components indicated in Section 8 herein, referred to the NETWORK MANAGEMENT SYSTEM (NMS).

9.1.5 The BSS shall have at least the following:

9.1.5.1 Module to manage customer relations with capacity to execute all actions necessary with the client (service orders requested, contracted service, etc.), keep traceability of all of the client’s contacts, manage the profile of different clients, centralized management of offers (service catalogue, analysis at commercial level) and hierarchy of clients (different service and billing accounts).

9.1.5.2 Billing module to control downtimes, manage billing cycles and calculating discounts.

9.1.5.3 Reporting module to display client reports, contracts, stations or installed sites, tickets (troubleshooting), service orders, work orders, audit, etc.

9.2 ACCESS POLICIES

9.2.1 The CONTRACTED PARTY shall 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 and security processes and procedures comply with laws, standards and best confidentiality and security practices applicable at the local, national and international levels; this proposal shall include physical and logical segregation schemes and shall contain at least the following provisions and policies:

9.2.1.1 Authentication: a user name and password.

9.2.1.2 Access Policy: Three levels of access shall be established: User, Supervisor and System Manager.

9.2.1.3 User Level: May only access network resources directly related to their work.

9.2.1.4 Supervisor Level: will access network resources of a user group.

9.2.1.5 System Manager Level: will have access to all network resources and may install new software and device drives.

9.2.1.6 Access Log: All entries to the network will be recorded, indicating: users, start Time, end time and commands entered. The records of these logs are stored

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

46

for six (06) months in at least one of the management servers of data and fiber networks.

9.2.1.7 Firewall Installation for the NOC and the Nodes of the TRANSPORT NETWORK.

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

9.2.1.9 Deploy honeypots simulating, at least, main servers and equipment. 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.

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

9.2.3 The CONTRACTED PARTY shall consider the following aspects:

9.2.3.1 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.

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

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

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

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

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

10 TRAINING

10.1 GENERAL PROVISIONS

10.1.1 The CONTRACTED PARTY shall submit to FITEL a detailed content of the topics to be discussed during the training in the GENERAL TECHNICAL PROPOSAL. FITEL reserves the right to monitor and modify the content.

10.1.2 Both factory training and in-country training shall focus on the equipment and systems installed by the CONTRACTED PARTY in the TRANSPORT

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

47

NETWORK.

10.1.3 Factory training shall be scheduled so that it takes place within the INVESTMENT PERIOD of the TRANSPORT NETWORK and the dates shall be coordinated with FITEL.

10.1.4 The CONTRACTED PARTY shall bear all costs involved in training: national and international fares, accommodation, meals, local transportation, departure taxes, instructors, materials, support documents necessary for processing of visas, travel insurance, etc.

10.1.5 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.

10.2 FACTORY TRAINING

10.2.1 The CONTRACTED PARTY shall train staff designated by FITEL in aspects related to the proposed technological solution: fiber optic cable and networking equipment.

10.2.2 The course content shall be prepared and submitted by the CONTRACTED PARTY up to the seventh (07) months, counted from the day following the CLOSURE DATE. Likewise, courses shall discuss mainly design and sizing topics related to the TRANSPORT NETWORK.

10.2.3 Training will be carried out in the training centers provided by the CONTRACTED PARTY or authorized by the manufacturer, and delivered by certified instructors.

10.2.4 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, considering a maximum of eight (08) daily hours.

10.2.5 In addition, as part of the factory training, the CONTRACTED PARTY shall coordinate study visits to the factory where the optical fiber and networking equipment is made and tested, even when testing of the optical fiber and active equipment are carried out at different locations (districts, provinces, countries).

10.3 TRAINING IN PERU

10.3.1 Local Theoretical Training

10.3.1.1 In-country training shall have a minimum of thirty-five (25) participants and shall consist of a minimum of one-hundred-forty (140) effective hours and for a maximum of four (04) daily hours, except in a few cases upon FITEL’s requests and the technical visits proposed by the CONTRACTED PARTY.

10.3.1.2 The CONTRACTED PARTY shall train the personnel designated by FITEL in aspects related to:

a) Fiber optic network, characteristics, sizing and design of the deployed network.

b) Analysis of electromagnetic interference for laying the fiber on electric towers.

c) Networking equipment, characteristics, sizing and design of the deployed

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

48

network. d) NMS, characteristics and use. e) Characteristics and design of the physical security system (cameras,

sensors and access control). f) Servers and firewall characteristics. g) Construction characteristics and civil works strength calculations. h) Characteristics and sizing of the electrical part (HVAC and motor).

10.3.2 Practical in-country training

10.3.2.1 The practical training will be developed in situ, in the same deployed network, for a minimum of fifteen (15) people and will have a minimum duration of thirty-two (32) effective hours.

10.3.2.2 The topics that shall be necessarily addressed are:

a) Field measurements using OTDR, PMD/CD analyzer, missed link determination. This test will be made in groups, for a maximum of five (05) people per group.

b) Review of the networking equipment installed on the Nodes and NOC, to complement local theoretical training.

10.3.2.3 For field measurement on the fiber optical network, instructors shall have at least two-hundred (200) hours of experience in each topic to be discussed in the lessons, which shall be verified by the corresponding certification. The certificate will be admitted if it is issued by the equipment manufacturer, a company representing the manufacturer or an instructor with international certification given by BICSI.

11 MONITORING DURING THE INVESTMENT PERIOD OF THE TRANSPORT NETWORK

11.1 GENERAL PROVISIONS

1.2 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 shall have direct contact with each of them during the INVESTMENT PERIOD of the TRANSPORT NETWORK. The CONTRACTED PARTY shall submit to FITEL the makeup of each team within the first fifteen (15) DAYS of the beginning of the INVESTMENT PERIOD.

11.1.1 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.

11.1.2 FITEL, or its representative, shall perform the appropriate SUPERVISION during the INVESTMENT PERIOD OF THE TRANSPORT NETWORK on the date established by FITEL. To this end, the CONTRACTED PARTY shall give the personnel designated by FITEL all the facilities to perform its supervisory role, in situ and/or remotely; besides, the CONTRACTED PARTY will appoint technical personnel to facilitate the execution of this activity. Also, the CONTRACTED PARTY shall send, at the request of FITEL, any information

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

49

that they consider relevant to exercise their SUPERVISORY functions, in the time it is requested. In case of default, FITEL shall apply the corresponding penalties, according to the FINANCING AGREEMENT.

11.1.3 FITEL reserves the right to request any information of a technical nature related to the TRANSPORT NETWORK during the term of the FINANCING AGREEMENT, with the CONTRACTED PARTY having to send the information requested within the time limit given to that end.

11.1.4 FITEL may monitor the installation process of the TRANSPORT NETWORK, during the term of the FINANCING AGREEMENT, with the CONTRACTED PARTY having to address the OBSERVATIONS reported and notified by FITEL.

11.1.5 Upon completion of the INSTALLATION STAGE of the TRANSPORT NETWORK, FITEL -or its representative- will proceed with the SUPERVISION, specifically in order to approve the conclusion of the INVESTMENT PERIOD of the TRANSPORT NETWORK.

11.1.6 FITEL may provide partial approval to the progress made during the INSTALLATION STAGE OF THE TRANSPORT NETWORK. 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 performance of the TRANSPORT NETWORK. Each OBSERVATION shall be remedied by the CONTRACTED PARTY by preparing a detailed report of the activities carried out and, where appropriate, attaching the calibration certificates of the equipment used to that end.

11.1.7 The COMPLIANCE CERTIFICATE OF FACILITIES AND SERVICES TEST OF THE TRANSPORT NETWORK will only be subscribed in a maximum of twenty (20) DAYS from the notification made by FITEL to the CONTRACTED PARTY informing it has rectified all the OBSERVATIONS that might be consigned in the FINAL TRANSPORT NETWORK MONITORING REPORT.

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

11.1.9 If necessary, during the INTERIM PERIOD of the TRANSPORT NETWORK, FITEL may at any time during its execution:

11.1.9.1 Verify the operation of the TRANSPORT NETWORK.

11.1.9.2 Carry out personal or remote supervision.

11.1.9.3 Request any type of technical or economic information, etc., related to the TRANSPORT NETWORK.

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

11.1.10.1 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.

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

50

FITEL will perform the tests to verify the TRANSPORT NETWORK condition, according to the TESTING PROTOCOL and COMMISSIONING PROTOCOL. In this regard, the CONTRACTED PARTY shall provide all the respective necessary facilities and support to implement them.

11.2 REMOTE NETWORK MONITORING

11.2.1 The CONTRACTED PARTY shall provide an Internet online monitoring system via web or client NMS, accessible in reading mode from the offices of FITEL, to all alarm logs, additional parameters and other various reports. All the aforementioned information and data shall be exported in csv, Excel or Txt format from the offices of FITEL. This connection shall have the security and authentication mechanisms for safe remote access.

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

11.2.2.1 core i7 processor, latest generation.

11.2.2.2 DDR 64 GB RAM Memory.

11.2.2.3 1 TB Hard Disk.

11.2.2.4 21” LED Monitor.

11.2.2.5 Three (03) USB v3.0 ports.

11.2.2.6 One (01) HDMI port.

11.2.2.7 Peripherals (mouse, keyboard).

11.2.2.8 Operating system Windows 10.

11.2.2.9 Suite Microsoft Office.

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

Table N° 3: Monitoring servers

RAM Memory Minimum Capacity of 1TB

Processor Minimum 4 physical processors of 2.1 GHz

Each physical processor shall operate with 16 cores.

Data Transfer Interface Minimum Serial Attached SCSI 2 (SAS)

Cache Memory 30 MB L3

Distribution Minimum The server shall be mountable and scalable

Operating Procedure Hot – swap

Energy (Server) Power: CA 100 - 240 V 50 / 60 Hz

Storage capacity Minimum Capacity of 8TB

Data Transfer interface Serial Attached SCSI 2 (SAS)

Network connection Minimum Two (2) 10G Ethernet ports

Connectivity ports Minimum Four (4) USB v3.0 ports

Ventilation system Minimum Each processor shall have its

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

51

RAM Memory Minimum Capacity of 1TB

own ventilation cooler.

Ventilation installed on the case.

Drives Minimum DVD-ROM

11.2.4 This server shall be able to monitor the 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) shall 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, counters, alarms or parameters to be stored on the aforementioned server. It shall be made clear that:

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

11.2.4.2 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.

11.2.4.3 They shall be clearly stated and explained by the CONTRACTED PARTY.

11.2.5 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 during the term of the FINANCING AGREEMENT.

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

11.2.7 For the acquisition and installation of the server it shall be provided that it can support an availability of ninety-nine point ninety-eight hundredths percent (99.98%), measured on an annual basis.

11.2.8 For FITEL’s access, as referred to in this section, the CONTRACTED PARTY shall provide at no cost to FITEL a dedicated Internet connection of ten (10) Mbps minimum.

11.2.9 The proposal of features to be implemented for what is requested in this section 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.

11.2.10 During the INTERIM PERIOD execution, the CONTRACTED PARTY shall be in charge of the operation of systems, equipment and access.

12 Supplementary documentation

12.1 General provisions

12.1.1 This section refers to the documents and deadlines the CONTRACTED PARTY has to deliver the documentation FITEL needs to properly monitor and supervise the AWARDED PROJECT, as set out in Appendix N° 2: terms and

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

52

obligations of supplementary documents. Failure to submit the documents indicated in Appendix No. will result in a penalty under the FINANCING AGREEMENT.

12.1.2 The CONTRACTED PARTY shall submit its proposal for the procurement of the goods necessary to implement the TRANSPORT NETWORK. FITEL will approve such proposal within a maximum period of seven (07) DAYS.

12.1.3 The topics contained in the GENERAL TECHNICAL PROPOSAL may be approved progressively as needed by the CONTRACTED PARTY. FITEL reserves the right to present an observation to the deliverables in case they are incomplete or contain inaccurate or vague information, and will give a maximum of fifteen (15) DAYS to remedy the observation. After this period, in the event the CONTRACTED PARTY has failed to remedy the observation, FITEL will consider a non-compliance and apply the corresponding penalty, as set out in the FINANCING AGREEMENT. FITEL may request to the CONTRACTED PARTY additional information for its assessment and will give the CONTRACTED PARTY a reasonable period of time for its submittal.

12.1.4 The CONTRACTED PARTY will notify FITEL about contracts with third parties for the execution of the activities associated with the TRANSPORT NETWORK implementation, within a maximum period of five (05) DAYS after contracting with such third party.

12.1.5 Failure to submit any of the supplementary documents will be subject to penalty, as set out in the FINANCING AGREEMENT, and such penalty does not exempt the CONTRACTED PARTY from compliance with this requirement; therefore, the penalty may increase every month the supplementary documents are not submitted.

13 APPENDICES

o Appendix No. 1-A: LIST OF TRANSPORT NETWORK NODES.

o Appendix No. 1-B: LIST OF OPTICAL NODES WITH PHYSICAL REDUNDANCY BY DIVERSE ROUTES.

o Appendix No. 1-C: LIST OF TRANSPORT NETWORK MAINTENANCE

CENTERS.

o Appendix No. 1-D: DIAGRAM OF THE TRANSPORT NETWORK, SUPPORTING INFRASTRUCTURE NODES.

o Appendix No. 2: SUPPLEMENTARY DOCUMENTS TERMS AND

OBLIGATIONS.

o Appendix No. 3: MINIMUM CONTENT OF GENERAL TECHNICAL PROPOSAL, FINAL TECHNICAL PROPOSAL AND TECHNICAL FILE.

o Appendix No. 4: COMPLIANCE CERTIFICATE OF FACILITIES AND

SERVICES TEST OF THE TRANSPORT NETWORK. o Appendix No. 5: LAND ACQUISITION PROCEDURE.

o Appendix No. 6: MINIMUM SPARE PARTS CONTENT FOR EACH

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

53

MAINTENANCE CENTER.

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

51

ICA

Appendix No. 1-A LIST OF TRANSPORT NETWORK NODES

Nro CodINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY PROVINCIAL

CAPITAL DISTRICT CAPITAL

TYPE OF OPTICAL NODE (REGIONAL PROJECT)

OPTICAL NODES WITH

DIFFERENT PHYSICAL ROUTES

LOCATION DATA – (REFERENTIAL)

SOURCE LONGITUD

E LATITUDE

Height (m.a.s.l.)

1 1101010001 ICA ICA ICA ICA YES YES CORE NODE (CONNECTION

WITH RDNFO) FIELD STUDY -75.74089 -14.07698 370

2 1101020001 ICA ICA LA TINGUIÑA LA TINGUIÑA NO YES DISTRIBUTION NODE FIELD STUDY -75.70694 -14.0396 415

3 1101030001 ICA ICA LOS AQUIJES LOS AQUIJES NO YES DISTRIBUTION NODE FIELD STUDY -75.67887 -14.102 435

4 1101040001 ICA ICA OCUCAJE OCUCAJE NO YES DISTRIBUTION NODE FIELD STUDY -75.67239 -14.34701 325

5 1101050001 ICA ICA PACHACUTEC PAMPA DE TATE NO YES DISTRIBUTION NODE FIELD STUDY -75.69078 -14.15032 412

6 1101060001 ICA ICA PARCONA PARCONA NO YES DISTRIBUTION NODE FIELD STUDY -75.70527 -14.04751 446

7 1101070001 ICA ICA PUEBLO NUEVO PUEBLO NUEVO NO YES DISTRIBUTION NODE FIELD STUDY -75.70654 -14.1267 407

8 1101080001 ICA ICA SALAS GUADALUPE NO YES DISTRIBUTION NODE FIELD STUDY -75.7721 -13.98744 437

9 1101090001 ICA ICA SAN JOSE DE LOS MOLINOS

SAN JOSE DE LOS MOLINOS

NO YES DISTRIBUTION NODE FIELD STUDY -75.67014 -13.9308 535

10 1101100001 ICA ICA SAN JUAN BAUTISTA SAN JUAN BAUTISTA

NO YES DISTRIBUTION NODE FIELD STUDY -75.7352 -14.01525 431

11 1101110001 ICA ICA SANTIAGO SANTIAGO NO YES DISTRIBUTION NODE FIELD STUDY -75.71471 -14.19493 383

12 1101110035 ICA ICA SANTIAGO LA VENTA BAJA (LA VENTA)

NO NO CONNECTION NODE FIELD STUDY -75.67987 -14.2861 353

13 1101120001 ICA ICA SUBTANJALLA SUBTANJALLA NO YES DISTRIBUTION NODE FIELD STUDY -75.75352 -14.02029 450

14 1101130001 ICA ICA TATE TATE DE LA CAPILLA

NO YES DISTRIBUTION NODE FIELD STUDY -75.70769 -14.15496 417

15 1101140001 ICA ICA YAUCA DEL ROSARIO PAMPAHUASI NO YES DISTRIBUTION NODE FIELD STUDY -75.4777 -14.09928 844

16 1102010001 ICA CHINCHA CHINCHA ALTA CHINCHA ALTA YES YES AGGREGATION NODE

(CONNECTION WITH RDNFO) YES FIELD STUDY -76.12984 -13.41771 109

17 1102020001 ICA CHINCHA ALTO LARAN ALTO LARAN NO YES DISTRIBUTION NODE YES FIELD STUDY -76.07992 -13.44396 158

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

52

Nro CodINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY PROVINCIAL

CAPITAL DISTRICT CAPITAL

TYPE OF OPTICAL NODE (REGIONAL PROJECT)

OPTICAL NODES WITH

DIFFERENT PHYSICAL ROUTES

LOCATION DATA – (REFERENTIAL)

SOURCE LONGITUD

E LATITUDE

Height (m.a.s.l.)

18 1102030001 ICA CHINCHA CHAVIN CHAVIN NO YES DISTRIBUTION NODE FIELD STUDY -75.91273 -13.07563 3039

19 1102040001 ICA CHINCHA CHINCHA BAJA CHINCHA BAJA NO YES DISTRIBUTION NODE YES FIELD STUDY -76.16106 -13.45636 42

20 1102050001 ICA CHINCHA EL CARMEN EL CARMEN NO YES DISTRIBUTION NODE FIELD STUDY -76.05527 -13.50304 161

21 1102060001 ICA CHINCHA GROCIO PRADO SAN PEDRO NO YES DISTRIBUTION NODE FIELD STUDY -76.15833 -13.40077 101

22 1102070001 ICA CHINCHA PUEBLO NUEVO PUEBLO NUEVO NO YES DISTRIBUTION NODE FIELD STUDY -76.13428 -13.39551 154

23 1102080001 ICA CHINCHA SAN JUAN DE YANAC SAN JUAN DE YANAC

NO YES DISTRIBUTION NODE FIELD STUDY -75.78699 -13.2106 2533

24 1102090001 ICA CHINCHA SAN PEDRO DE HUACARPANA

SAN PEDRO DE HUACARPANA

NO YES DISTRIBUTION NODE FIELD STUDY -75.64822 -13.04939 3785

25 1102090017 ICA CHINCHA SAN PEDRO DE HUACARPANA

LISCAY NO NO CONNECTION NODE MED-GPS -75.746 -13.0872 3681

26 1102100001 ICA CHINCHA SUNAMPE SUNAMPE NO YES DISTRIBUTION NODE YES FIELD STUDY -76.16947 -13.42595 68

27 1102110001 ICA CHINCHA TAMBO DE MORA TAMBO DE MORA

NO YES DISTRIBUTION NODE YES FIELD STUDY -76.18439 -13.4581 2

28 1103010001 ICA NAZCA NAZCA NAZCA YES YES AGGREGATION NODE

(CONNECTION WITH RDNFO) FIELD STUDY -74.94589 -14.82728 592

29 1103020001 ICA NAZCA CHANGUILLO CHANGUILLO NO YES DISTRIBUTION NODE FIELD STUDY -75.22159 -14.66387 257

30 1103030001 ICA NAZCA EL INGENIO EL INGENIO NO YES DISTRIBUTION NODE FIELD STUDY -75.06055 -14.64504 460

31 1103040001 ICA NAZCA MARCONA SAN JUAN NO YES DISTRIBUTION NODE FIELD STUDY -75.157653 -15.371487 33

32 1103050001 ICA NAZCA VISTA ALEGRE VISTA ALEGRE NO YES DISTRIBUTION NODE FIELD STUDY -74.95319 -14.852 578

33 1104010001 ICA PALPA PALPA PALPA YES YES AGGREGATION NODE

(CONNECTION WITH RDNFO) FIELD STUDY -75.18595 -14.5304 361

34 1104020001 ICA PALPA LLIPATA LLIPATA NO YES DISTRIBUTION NODE FIELD STUDY -75.20567 -14.56474 332

35 1104030001 ICA PALPA RIO GRANDE RIO GRANDE NO YES DISTRIBUTION NODE FIELD STUDY -75.20113 -14.52122 389

36 1104040001 ICA PALPA SANTA CRUZ SANTA CRUZ NO YES DISTRIBUTION NODE FIELD STUDY -75.24542 -14.48317 550

37 1104050001 ICA PALPA TIBILLO TIBILLO NO YES DISTRIBUTION NODE FIELD STUDY -75.1731 -14.09311 2191

38 1105010001 ICA PISCO PISCO PISCO YES YES AGGREGATION NODE

(CONNECTION WITH RDNFO) FIELD STUDY -76.20992 -13.70732 23

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

53

Nro CodINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY PROVINCIAL

CAPITAL DISTRICT CAPITAL

TYPE OF OPTICAL NODE (REGIONAL PROJECT)

OPTICAL NODES WITH

DIFFERENT PHYSICAL ROUTES

LOCATION DATA – (REFERENTIAL)

SOURCE LONGITUD

E LATITUDE

Height (m.a.s.l.)

39 1105020001 ICA PISCO HUANCANO HUANCANO NO YES DISTRIBUTION NODE FIELD STUDY -75.61659 -13.60002 1033

40 1105030001 ICA PISCO HUMAY HUMAY NO YES DISTRIBUTION NODE FIELD STUDY -75.88718 -13.72351 410

41 1105040001 ICA PISCO INDEPENDENCIA INDEPENDENCIA NO YES DISTRIBUTION NODE FIELD STUDY -76.01972 -13.69552 235

42 1105050001 ICA PISCO PARACAS PARACAS NO YES DISTRIBUTION NODE FIELD STUDY -76.24024 -13.80886 24

43 1105060001 ICA PISCO SAN ANDRES SAN ANDRES NO YES DISTRIBUTION NODE FIELD STUDY -76.223541 -13.731292 27

44 1105070001 ICA PISCO SAN CLEMENTE SAN CLEMENTE NO YES DISTRIBUTION NODE FIELD STUDY -76.15964 -13.68349 76

45 1105080001 ICA PISCO TUPAC AMARU INCA TUPAC AMARU NO YES DISTRIBUTION NODE FIELD STUDY -76.14799 -13.71301 100

ICA

Appendix No. 1-B LIST OF OPTICAL NODES WITH PHYSICAL REDUNDANCY BY DIFFERENT ROUTES

Nro CodINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY PROVINCIAL

CAPITAL DISTRICT CAPITAL

TYPE OF OPTICAL NODE (REGIONAL PROJECT) PHYSICAL RING

1 1102010001 ICA CHINCHA CHINCHA ALTA CHINCHA ALTA YES YES AGGREGATION NODE (CONNECTION WITH RDNFO) RING 1

2 1102020001 ICA CHINCHA ALTO LARAN ALTO LARAN NO YES DISTRIBUTION NODE RING 1

3 1102040001 ICA CHINCHA CHINCHA BAJA CHINCHA BAJA NO YES DISTRIBUTION NODE RING 1

4 1102100001 ICA CHINCHA SUNAMPE SUNAMPE NO YES DISTRIBUTION NODE RING 1

5 1102110001 ICA CHINCHA TAMBO DE MORA TAMBO DE MORA NO YES DISTRIBUTION NODE RING 1

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

54

ICA

Appendix No. 1-C LIST OF A TRANSPORT NETWORK MAINTENANCE CENTERS

Nro CodINEI2015 DEPARTMENT PROVINCE

1 1101010001 ICA ICA

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

55

ICA

Appendix No. 1-D DIAGRAM OF TRANSPORT NETWORK, SUPPORTING INFRASTRUCTURE

NODES

LEGEND

PR Core Node (Regional Capital)

PR Aggregation Node – Distribution Node RDNFO

PR Distribution Node

PR Access Node

High voltage

Medium voltage

Road system

PR: regional project

RDNFO: NATIONAL FIBER OPTIC BACKBONE NETWORK

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

56

LIMA

Appendix No. 1-A LIST OF TRANSPORT NETWORK NODES

Nro CodINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY PROVINCIAL

CAPITAL DISTRICT CAPITAL

TYPE OF OPTICAL NODE (REGIONAL PROJECT)

OPTICAL NODES WITH DIFFERENT

PHYSICAL ROUTES

LOCATION DATA - (REFERENTIAL)

SOURCE LONGITUDE LATITUDE Height

(m.a.s.l.)

1 1502010001 LIMA BARRANCA BARRANCA BARRANCA YES YES AGGREGATION NODE

(CONNECTION WITH RDNFO) FIELD STUDY -77.76096 -10.75733 53

2 1502020001 LIMA BARRANCA PARAMONGA PARAMONGA NO YES DISTRIBUTION NODE FIELD STUDY -77.82014 -10.67066 36

3 1502030001 LIMA BARRANCA PATIVILCA PATIVILCA NO YES DISTRIBUTION NODE FIELD STUDY -77.78368 -10.69026 86

4 1502040001 LIMA BARRANCA SUPE SUPE NO YES DISTRIBUTION NODE FIELD STUDY -77.71634 -10.79758 58

5 1502050001 LIMA BARRANCA SUPE PUERTO SUPE PUERTO NO YES DISTRIBUTION NODE GOOGLE EARTH -77.74047 -10.80566 4

6 1503010001 LIMA CAJATAMBO CAJATAMBO CAJATAMBO YES YES AGGREGATION NODE

(CONNECTION WITH RDNFO) FIELD STUDY -76.99514 -10.47278 3361

7 1503020001 LIMA CAJATAMBO COPA COPA NO YES DISTRIBUTION NODE GOOGLE EARTH -77.07906 -10.38579 3418

8 1503030001 LIMA CAJATAMBO GORGOR GORGOR NO YES DISTRIBUTION NODE FIELD STUDY -77.04058 -10.622 3039

9 1503040001 LIMA CAJATAMBO HUANCAPON HUANCAPON NO YES DISTRIBUTION NODE FIELD STUDY -77.11237 -10.54915 3119

10 1503050001 LIMA CAJATAMBO MANAS MANAS NO YES DISTRIBUTION NODE FIELD STUDY -77.16761 -10.59619 2435

11 1504010001 LIMA CANTA CANTA CANTA YES YES AGGREGATION NODE

(CONNECTION WITH RDNFO) FIELD STUDY -76.6252 -11.4671 2865

12 1504020001 LIMA CANTA ARAHUAY ARAHUAY NO YES DISTRIBUTION NODE GOOGLE EARTH -76.674605 -11.623935 2569

13 1504030001 LIMA CANTA HUAMANTANGA HUAMANTANGA NO YES DISTRIBUTION NODE GOOGLE EARTH -76.749 -11.49984 3384

14 1504040001 LIMA CANTA HUAROS HUAROS NO YES DISTRIBUTION NODE FIELD STUDY -76.57548 -11.40738 3576

15 1504050001 LIMA CANTA LACHAQUI LACHAQUI NO YES DISTRIBUTION NODE FIELD STUDY -76.62588 -11.55232 3647

16 1504060001 LIMA CANTA SAN BUENAVENTURA SAN BUENAVENTURA NO YES DISTRIBUTION NODE FIELD STUDY -76.66035 -11.48938 2728

17 1504070001 LIMA CANTA SANTA ROSA DE QUIVES

YANGAS NO YES DISTRIBUTION NODE FIELD STUDY -76.84454 -11.69534 948

18 1504070039 LIMA CANTA SANTA ROSA DE QUIVES

SANTA ROSA DE MACAS

NO NO CONNECTION NODE GOOGLE EARTH -76.92673 -11.68074 696

19 1505010001 LIMA CAÑETE SAN VICENTE DE CAÑETE

SAN VICENTE DE CAÑETE

YES YES AGGREGATION NODE

(CONNECTION WITH RDNFO) YES MED-GPS -76.387429 -13.07775 42

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

57

Nro CodINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY PROVINCIAL

CAPITAL DISTRICT CAPITAL

TYPE OF OPTICAL NODE (REGIONAL PROJECT)

OPTICAL NODES WITH DIFFERENT

PHYSICAL ROUTES

LOCATION DATA - (REFERENTIAL)

SOURCE LONGITUDE LATITUDE Height

(m.a.s.l.)

20 1505020001 LIMA CAÑETE ASIA ASIA NO YES DISTRIBUTION NODE YES MED-GPS -76.556606 -12.779471 47

21 1505030001 LIMA CAÑETE CALANGO CALANGO NO YES DISTRIBUTION NODE MED-GPS -76.5436 -12.5263 307

22 1505040001 LIMA CAÑETE CERRO AZUL CERRO AZUL NO YES DISTRIBUTION NODE YES MED-GPS -76.47925 -13.024818 6

23 1505050001 LIMA CAÑETE CHILCA CHILCA NO YES DISTRIBUTION NODE MED-GPS -76.738211 -12.518595 13

24 1505060001 LIMA CAÑETE COAYLLO COAYLLO NO YES DISTRIBUTION NODE YES MED-GPS -76.4598 -12.7275 278

25 1505070001 LIMA CAÑETE IMPERIAL IMPERIAL NO YES DISTRIBUTION NODE YES MED-GPS -76.352877 -13.061026 86

26 1505080001 LIMA CAÑETE LUNAHUANA LUNAHUANA NO YES DISTRIBUTION NODE YES MED-GPS -76.140015 -12.962912 480

27 1505080005 LIMA CAÑETE LUNAHUANA SAN JERONIMO NO NO CONNECTION NODE MED-GPS -76.1608 -13.0034 405

28 1505090001 LIMA CAÑETE MALA MALA NO YES DISTRIBUTION NODE MED-GPS -76.632363 -12.657762 34

29 1505100001 LIMA CAÑETE NUEVO IMPERIAL NUEVO IMPERIAL NO YES DISTRIBUTION NODE YES MED-GPS -76.317839 -13.076167 152

30 1505110001 LIMA CAÑETE PACARAN PACARAN NO YES DISTRIBUTION NODE YES MED-GPS -76.0544 -12.8661 701

31 1505120001 LIMA CAÑETE QUILMANA QUILMANA NO YES DISTRIBUTION NODE MED-GPS -76.38335 -12.949589 161

32 1505130001 LIMA CAÑETE SAN ANTONIO SAN ANTONIO NO YES DISTRIBUTION NODE MED-GPS -76.651577 -12.643716 43

33 1505140001 LIMA CAÑETE SAN LUIS SAN LUIS NO YES DISTRIBUTION NODE YES MED-GPS -76.430588 -13.051204 26

34 1505150001 LIMA CAÑETE SANTA CRUZ DE FLORES

SANTA CRUZ DE FLORES

NO YES DISTRIBUTION NODE MED-GPS -76.6416 -12.6196 89

35 1505160001 LIMA CAÑETE ZUÑIGA ZUÑIGA NO YES DISTRIBUTION NODE YES MED-GPS -76.0226 -12.86 804

36 1506010001 LIMA HUARAL HUARAL HUARAL YES YES AGGREGATION NODE

(CONNECTION WITH RDNFO) GOOGLE EARTH -77.205802 -11.491495 186

37 1506020001 LIMA HUARAL ATAVILLOS ALTO PIRCA NO YES DISTRIBUTION NODE FIELD STUDY -76.65594 -11.23364 3230

38 1506030001 LIMA HUARAL ATAVILLOS BAJO SAN AGUSTIN DE HUAYOPAMPA

NO YES DISTRIBUTION NODE FIELD STUDY -76.82368 -11.35535 1876

39 1506040001 LIMA HUARAL AUCALLAMA AUCALLAMA NO YES DISTRIBUTION NODE FIELD STUDY -77.17683 -11.55789 167

40 1506050001 LIMA HUARAL CHANCAY CHANCAY NO YES DISTRIBUTION NODE FIELD STUDY -77.27389 -11.5624 51

41 1506060001 LIMA HUARAL IHUARI IHUARI NO YES DISTRIBUTION NODE FIELD STUDY -76.95174 -11.1886 2838

42 1506070001 LIMA HUARAL LAMPIAN LAMPIAN NO YES DISTRIBUTION NODE FIELD STUDY -76.83934 -11.23872 2431

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

58

Nro CodINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY PROVINCIAL

CAPITAL DISTRICT CAPITAL

TYPE OF OPTICAL NODE (REGIONAL PROJECT)

OPTICAL NODES WITH DIFFERENT

PHYSICAL ROUTES

LOCATION DATA - (REFERENTIAL)

SOURCE LONGITUDE LATITUDE Height

(m.a.s.l.)

43 1506080001 LIMA HUARAL PACARAOS PACARAOS NO YES DISTRIBUTION NODE FIELD STUDY -76.64668 -11.18539 3352

44 1506090001 LIMA HUARAL SAN MIGUEL DE ACOS ACOS NO YES DISTRIBUTION NODE GOOGLE EARTH -76.82161 -11.27363 1594

45 1506100001 LIMA HUARAL SANTA CRUZ DE ANDAMARCA

SANTA CRUZ DE ANDAMARCA

NO YES DISTRIBUTION NODE GOOGLE EARTH -76.63379 -11.19498 3522

46 1506110001 LIMA HUARAL SUMBILCA SUMBILCA NO YES DISTRIBUTION NODE FIELD STUDY -76.81829 -11.40583 34.13

47 1506120001 LIMA HUARAL VEINTISIETE DE NOVIEMBRE

CARAC NO YES DISTRIBUTION NODE FIELD STUDY -76.77801 -11.18997 2647

48 1507010001 LIMA HUAROCHIRI MATUCANA MATUCANA YES YES AGGREGATION NODE

(CONNECTION WITH RDNFO) YES MED-GPS -76.386064 -11.844764 2386

49 1507020001 LIMA HUAROCHIRI ANTIOQUIA ANTIOQUIA NO YES DISTRIBUTION NODE GOOGLE EARTH -76.507574 -12.080687 1555

50 1507030001 LIMA HUAROCHIRI CALLAHUANCA CALLAHUANCA NO YES DISTRIBUTION NODE MED-GPS -76.6186 -11.8265 1763

51 1507040001 LIMA HUAROCHIRI CARAMPOMA CARAMPOMA NO YES DISTRIBUTION NODE MED-GPS -76.5165 -11.6562 3441

52 1507050001 LIMA HUAROCHIRI CHICLA CHICLA NO YES DISTRIBUTION NODE MED-GPS -76.2682 -11.7061 3696

53 1507060001 LIMA HUAROCHIRI CUENCA SAN JOSE DE LOS CHORRILLOS

NO YES DISTRIBUTION NODE YES MED-GPS -76.4354 -12.1322 2757

54 1507070001 LIMA HUAROCHIRI HUACHUPAMPA SAN LORENZO DE HUACHUPAMPA

NO YES DISTRIBUTION NODE FIELD STUDY -76.58667 -11.72149 2994

55 1507080001 LIMA HUAROCHIRI HUANZA HUANZA NO YES DISTRIBUTION NODE MED-GPS -76.5034 -11.656 3407

56 1507090001 LIMA HUAROCHIRI HUAROCHIRI HUAROCHIRI NO YES DISTRIBUTION NODE YES MED-GPS -76.2325 -12.1371 3139

57 1507100001 LIMA HUAROCHIRI LAHUAYTAMBO LAHUAYTAMBO NO YES DISTRIBUTION NODE YES MED-GPS -76.3889 -12.0966 3327

58 1507110001 LIMA HUAROCHIRI LANGA LANGA NO YES DISTRIBUTION NODE YES MED-GPS -76.4213 -12.1257 2855

59 1507120001 LIMA HUAROCHIRI LARAOS LARAOS NO YES DISTRIBUTION NODE MED-GPS -76.54 -11.6646 3659

60 1507130001 LIMA HUAROCHIRI MARIATANA MARIATANA NO YES DISTRIBUTION NODE MED-GPS -76.3258 -12.2373 3535

61 1507140001 LIMA HUAROCHIRI RICARDO PALMA RICARDO PALMA NO YES DISTRIBUTION NODE MED-GPS -76.66512 -11.923734 945

62 1507150001 LIMA HUAROCHIRI SAN ANDRES DE TUPICOCHA

SAN ANDRES DE TUPICOCHA

NO YES DISTRIBUTION NODE FIELD STUDY -76.47404 -11.99988 3309

63 1507160001 LIMA HUAROCHIRI SAN ANTONIO CHACLLA NO YES DISTRIBUTION NODE MED-GPS -76.6499 -11.7434 3430

64 1507170001 LIMA HUAROCHIRI SAN BARTOLOME SAN BARTOLOME NO YES DISTRIBUTION NODE MED-GPS -76.529242 -11.911786 1615

65 1507180001 LIMA HUAROCHIRI SAN DAMIAN SAN DAMIAN NO YES DISTRIBUTION NODE YES MED-GPS -76.3918 -12.0174 3231

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

59

Nro CodINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY PROVINCIAL

CAPITAL DISTRICT CAPITAL

TYPE OF OPTICAL NODE (REGIONAL PROJECT)

OPTICAL NODES WITH DIFFERENT

PHYSICAL ROUTES

LOCATION DATA - (REFERENTIAL)

SOURCE LONGITUDE LATITUDE Height

(m.a.s.l.)

66 1507190001 LIMA HUAROCHIRI SAN JUAN DE IRIS SAN JUAN DE IRIS NO YES DISTRIBUTION NODE MED-GPS -76.5249 -11.6832 3415

67 1507200001 LIMA HUAROCHIRI SAN JUAN DE TANTARANCHE

SAN JUAN DE TANTARANCHE

NO YES DISTRIBUTION NODE YES FIELD STUDY -76.18307 -12.11333 3448

68 1507210001 LIMA HUAROCHIRI SAN LORENZO DE QUINTI

SAN LORENZO DE QUINTI

NO YES DISTRIBUTION NODE YES MED-GPS -76.2126 -12.1451 2679

69 1507220001 LIMA HUAROCHIRI SAN MATEO SAN MATEO NO YES DISTRIBUTION NODE YES MED-GPS -76.300499 -11.760126 3155

70 1507230001 LIMA HUAROCHIRI SAN MATEO DE OTAO SAN JUAN DE LANCA NO YES DISTRIBUTION NODE FIELD STUDY -76.54365 -11.87004 2097

71 1507240001 LIMA HUAROCHIRI SAN PEDRO DE CASTA SAN PEDRO DE CASTA NO YES DISTRIBUTION NODE MED-GPS -76.5964 -11.759 3187

72 1507250001 LIMA HUAROCHIRI SAN PEDRO DE HUANCAYRE

SAN PEDRO NO YES DISTRIBUTION NODE YES FIELD STUDY -76.21717 -12.12976 3143

73 1507260001 LIMA HUAROCHIRI SANGALLAYA SANGALLAYA NO YES DISTRIBUTION NODE YES MED-GPS -76.229 -12.161 2737

74 1507270001 LIMA HUAROCHIRI SANTA CRUZ DE COCACHACRA

COCACHACRA NO YES DISTRIBUTION NODE MED-GPS -76.5396 -11.9115 1432

75 1507270009 LIMA HUAROCHIRI SANTA CRUZ DE COCACHACRA

CORCONA NO NO CONNECTION NODE MED-GPS -76.5804 -11.9099 1243

76 1507280001 LIMA HUAROCHIRI SANTA EULALIA SANTA EULALIA NO YES DISTRIBUTION NODE MED-GPS -76.664095 -11.90132 1024

77 1507290001 LIMA HUAROCHIRI SANTIAGO DE ANCHUCAYA

SANTIAGO DE ANCHUCAYA

NO YES DISTRIBUTION NODE FIELD STUDY -76.23148 -12.09469 3384

78 1507300001 LIMA HUAROCHIRI SANTIAGO DE TUNA SANTIAGO DE TUNA NO YES DISTRIBUTION NODE MED-GPS -76.5254 -11.9835 2905

79 1507310001 LIMA HUAROCHIRI SANTO DOMINGO DE LOS OLLEROS

SANTO DOMINGO DE LOS OLLEROS

NO YES DISTRIBUTION NODE FIELD STUDY -76.51465 -12.21912 2852

80 1507320001 LIMA HUAROCHIRI SURCO SURCO NO YES DISTRIBUTION NODE YES FIELD STUDY -76.44225 -11.88272 2033

81 1508010001 LIMA HUAURA HUACHO HUACHO YES YES CORE NODE (CONNECTION

WITH RDNFO) MED-GPS -77.610402 -11.108553 35

82 1508020001 LIMA HUAURA AMBAR AMBAR NO YES DISTRIBUTION NODE FIELD STUDY -77.27099 -10.75776 277

83 1508030001 LIMA HUAURA CALETA DE CARQUIN CALETA DE CARQUIN NO YES DISTRIBUTION NODE MED-GPS -77.62834 -11.091859 19

84 1508040001 LIMA HUAURA CHECRAS MARAY NO YES DISTRIBUTION NODE FIELD STUDY -76.82346 -10.91674 3317

85 1508050001 LIMA HUAURA HUALMAY HUALMAY NO YES DISTRIBUTION NODE MED-GPS -77.612884 -11.096653 43

86 1508060001 LIMA HUAURA HUAURA HUAURA NO YES DISTRIBUTION NODE MED-GPS -77.599302 -11.070199 73

87 1508060034 LIMA HUAURA HUAURA HUMAYA NO NO CONNECTION NODE GOOGLE EARTH -77.407811 -11.097257 0

88 1508070001 LIMA HUAURA LEONCIO PRADO SANTA CRUZ NO YES DISTRIBUTION NODE FIELD STUDY -76.9296 -11.05869 3310

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

60

Nro CodINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY PROVINCIAL

CAPITAL DISTRICT CAPITAL

TYPE OF OPTICAL NODE (REGIONAL PROJECT)

OPTICAL NODES WITH DIFFERENT

PHYSICAL ROUTES

LOCATION DATA - (REFERENTIAL)

SOURCE LONGITUDE LATITUDE Height

(m.a.s.l.)

89 1508080001 LIMA HUAURA PACCHO PACCHO NO YES DISTRIBUTION NODE FIELD STUDY -76.93275 -10.95739 3255

90 1508090001 LIMA HUAURA SANTA LEONOR JUCUL NO YES DISTRIBUTION NODE FIELD STUDY -76.74373 -10.95132 3638

91 1508100001 LIMA HUAURA SANTA MARIA CRUZ BLANCA NO YES DISTRIBUTION NODE MED-GPS -77.594933 -11.096383 63

92 1508110001 LIMA HUAURA SAYAN SAYAN NO YES DISTRIBUTION NODE MED-GPS -77.192143 -11.134901 675

93 1508110146 LIMA HUAURA SAYAN LA VILLA NO NO CONNECTION NODE FIELD STUDY -77.378294 -11.234027 401

94 1508120001 LIMA HUAURA VEGUETA VEGUETA NO YES DISTRIBUTION NODE MED-GPS -77.64421 -11.023317 18

95 1509010001 LIMA OYON OYON OYON YES YES AGGREGATION NODE

(CONNECTION WITH RDNFO) GOOGLE EARTH -76.777694 -10.660828 3652

96 1509020001 LIMA OYON ANDAJES ANDAJES NO YES DISTRIBUTION NODE FIELD STUDY -76.90932 -10.79238 3510

97 1509030001 LIMA OYON CAUJUL CAUJUL NO YES DISTRIBUTION NODE FIELD STUDY -76.97971 -10.8056 3187

98 1509040001 LIMA OYON COCHAMARCA COCHAMARCA NO YES DISTRIBUTION NODE FIELD STUDY -77.12864 -10.86327 3406

99 1509050001 LIMA OYON NAVAN NAVAN NO YES DISTRIBUTION NODE FIELD STUDY -77.01217 -10.83636 3044

100 1509060001 LIMA OYON PACHANGARA CHURIN NO YES DISTRIBUTION NODE GOOGLE EARTH -76.87465 -10.81275 2258

101 1510010001 LIMA YAUYOS YAUYOS YAUYOS YES YES AGGREGATION NODE

(CONNECTION WITH RDNFO) FIELD STUDY -75.91757 -12.46044 2904

102 1510020001 LIMA YAUYOS ALIS ALIS NO YES DISTRIBUTION NODE GOOGLE EARTH -75.78647 -12.28034 3249

103 1510030001 LIMA YAUYOS ALLAUCA AYAUCA NO YES DISTRIBUTION NODE YES FIELD STUDY -76.03739 -12.59245 3175

104 1510040001 LIMA YAUYOS AYAVIRI AYAVIRI NO YES DISTRIBUTION NODE FIELD STUDY -76.13684 -12.38245 3257

105 1510050001 LIMA YAUYOS AZANGARO AZANGARO NO YES DISTRIBUTION NODE FIELD STUDY -75.8366 -12.9999 3443

106 1510060001 LIMA YAUYOS CACRA CACRA NO YES DISTRIBUTION NODE FIELD STUDY -75.78298 -12.81307 2804

107 1510070001 LIMA YAUYOS CARANIA CARANIA NO YES DISTRIBUTION NODE FIELD STUDY -75.87177 -12.34397 3829

108 1510080001 LIMA YAUYOS CATAHUASI CATAHUASI NO YES DISTRIBUTION NODE YES FIELD STUDY -75.8917 -12.7989 1188

109 1510090001 LIMA YAUYOS CHOCOS CHOCOS NO YES DISTRIBUTION NODE FIELD STUDY -75.86295 -12.91443 2750

110 1510100001 LIMA YAUYOS COCHAS COCHAS NO YES DISTRIBUTION NODE FIELD STUDY -76.1576 -12.29416 2847

111 1510110001 LIMA YAUYOS COLONIA COLONIA NO YES DISTRIBUTION NODE FIELD STUDY -75.89013 -12.63426 3289

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

61

Nro CodINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY PROVINCIAL

CAPITAL DISTRICT CAPITAL

TYPE OF OPTICAL NODE (REGIONAL PROJECT)

OPTICAL NODES WITH DIFFERENT

PHYSICAL ROUTES

LOCATION DATA - (REFERENTIAL)

SOURCE LONGITUDE LATITUDE Height

(m.a.s.l.)

112 1510120001 LIMA YAUYOS HONGOS HONGOS NO YES DISTRIBUTION NODE GOOGLE EARTH -75.76493 -12.811 3182

113 1510130001 LIMA YAUYOS HUAMPARA HUAMPARA NO YES DISTRIBUTION NODE FIELD STUDY -76.16682 -12.35991 2502

114 1510140001 LIMA YAUYOS HUANCAYA HUANCAYA NO YES DISTRIBUTION NODE MED-GPS -75.7994 -12.2034 3568

115 1510150001 LIMA YAUYOS HUANGASCAR HUANGASCAR NO YES DISTRIBUTION NODE GOOGLE EARTH -75.83117 -12.89982 2519

116 1510160001 LIMA YAUYOS HUANTAN HUANTAN NO YES DISTRIBUTION NODE FIELD STUDY -75.8124 -12.45515 3334

117 1510170001 LIMA YAUYOS HUAÑEC HUAÑEC NO YES DISTRIBUTION NODE FIELD STUDY -76.1392 -12.29311 3214

118 1510180001 LIMA YAUYOS LARAOS LARAOS NO YES DISTRIBUTION NODE FIELD STUDY -75.78596 -12.34625 3486

119 1510190001 LIMA YAUYOS LINCHA LINCHA NO YES DISTRIBUTION NODE FIELD STUDY -75.66704 -12.79948 3432

120 1510200001 LIMA YAUYOS MADEAN MADEAN NO YES DISTRIBUTION NODE GOOGLE EARTH -75.77756 -12.94527 3275

121 1510210001 LIMA YAUYOS MIRAFLORES MIRAFLORES NO YES DISTRIBUTION NODE FIELD STUDY -75.85011 -12.2745 3623

122 1510220001 LIMA YAUYOS OMAS OMAS NO YES DISTRIBUTION NODE GOOGLE EARTH -76.29045 -12.5175 1549

123 1510230001 LIMA YAUYOS PUTINZA SAN LORENZO DE PUTINZA

NO YES DISTRIBUTION NODE YES FIELD STUDY -75.95122 -12.66905 1969

124 1510240001 LIMA YAUYOS QUINCHES QUINCHES NO YES DISTRIBUTION NODE GOOGLE EARTH -76.14245 -12.30767 2963

125 1510250001 LIMA YAUYOS QUINOCAY QUINOCAY NO YES DISTRIBUTION NODE MED-GPS -76.226862 -12.362052 2656

126 1510260001 LIMA YAUYOS SAN JOAQUIN SAN JOAQUIN NO YES DISTRIBUTION NODE GOOGLE EARTH -76.146089 -12.284213 2938

127 1510270001 LIMA YAUYOS SAN PEDRO DE PILAS SAN PEDRO DE PILAS NO YES DISTRIBUTION NODE FIELD STUDY -76.22733 -12.45534 2665

128 1510280001 LIMA YAUYOS TANTA TANTA NO YES DISTRIBUTION NODE FIELD STUDY -76.01189 -12.12298 4310

129 1510290001 LIMA YAUYOS TAURIPAMPA TAURIPAMPA NO YES DISTRIBUTION NODE YES FIELD STUDY -76.16168 -12.61728 3530

130 1510300001 LIMA YAUYOS TOMAS TOMAS NO YES DISTRIBUTION NODE FIELD STUDY -75.74593 -12.23783 3565

131 1510310001 LIMA YAUYOS TUPE TUPE NO YES DISTRIBUTION NODE FIELD STUDY -75.80978 -12.74097 2805

132 1510320001 LIMA YAUYOS VIÑAC VIÑAC NO YES DISTRIBUTION NODE FIELD STUDY -75.78004 -12.93109 3278

133 1510330001 LIMA YAUYOS VITIS VITIS NO YES DISTRIBUTION NODE MED-GPS -75.8078 -12.2239 3604

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

62

LIMA

Appendix No. 1-B LIST OF OPTICAL NODES WITH PHYSICAL REDUNDANCY BY DIFFERENT ROUTES

Nro CodINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY PROVINCIAL

CAPITAL DISTRICT CAPITAL

TYPE OF OPTICAL NODE (REGIONAL PROJECT) PHYSICAL RING

1 1505010001 LIMA CAÑETE SAN VICENTE DE CAÑETE SAN VICENTE DE CAÑETE YES YES AGGREGATION NODE (CONNECTION WITH RDNFO) RING 2

2 1505020001 LIMA CAÑETE ASIA ASIA NO YES DISTRIBUTION NODE RING 2

3 1505040001 LIMA CAÑETE CERRO AZUL CERRO AZUL NO YES DISTRIBUTION NODE RING 2

4 1505060001 LIMA CAÑETE COAYLLO COAYLLO NO YES DISTRIBUTION NODE RING 2

5 1505070001 LIMA CAÑETE IMPERIAL IMPERIAL NO YES DISTRIBUTION NODE RING 2

6 1505080001 LIMA CAÑETE LUNAHUANA LUNAHUANA NO YES DISTRIBUTION NODE RING 2

7 1505100001 LIMA CAÑETE NUEVO IMPERIAL NUEVO IMPERIAL NO YES DISTRIBUTION NODE RING 2

8 1505110001 LIMA CAÑETE PACARAN PACARAN NO YES DISTRIBUTION NODE RING 2

9 1505140001 LIMA CAÑETE SAN LUIS SAN LUIS NO YES DISTRIBUTION NODE RING 2

10 1505160001 LIMA CAÑETE ZUÑIGA ZUÑIGA NO YES DISTRIBUTION NODE RING 2

11 1507010001 LIMA HUAROCHIRI MATUCANA MATUCANA YES YES AGGREGATION NODE (CONNECTION WITH RDNFO) RING 1

12 1507060001 LIMA HUAROCHIRI CUENCA SAN JOSE DE LOS CHORRILLOS NO YES DISTRIBUTION NODE RING 1

13 1507090001 LIMA HUAROCHIRI HUAROCHIRI HUAROCHIRI NO YES DISTRIBUTION NODE RING 1

14 1507100001 LIMA HUAROCHIRI LAHUAYTAMBO LAHUAYTAMBO NO YES DISTRIBUTION NODE RING 1

15 1507110001 LIMA HUAROCHIRI LANGA LANGA NO YES DISTRIBUTION NODE RING 1

16 1507180001 LIMA HUAROCHIRI SAN DAMIAN SAN DAMIAN NO YES DISTRIBUTION NODE RING 1

17 1507200001 LIMA HUAROCHIRI SAN JUAN DE TANTARANCHE SAN JUAN DE TANTARANCHE NO YES DISTRIBUTION NODE RING 1

18 1507210001 LIMA HUAROCHIRI SAN LORENZO DE QUINTI SAN LORENZO DE QUINTI NO YES DISTRIBUTION NODE RING 1

19 1507220001 LIMA HUAROCHIRI SAN MATEO SAN MATEO NO YES DISTRIBUTION NODE RING 1

20 1507250001 LIMA HUAROCHIRI SAN PEDRO DE HUANCAYRE SAN PEDRO NO YES DISTRIBUTION NODE RING 1

21 1507260001 LIMA HUAROCHIRI SANGALLAYA SANGALLAYA NO YES DISTRIBUTION NODE RING 1

22 1507320001 LIMA HUAROCHIRI SURCO SURCO NO YES DISTRIBUTION NODE RING 1

23 1510030001 LIMA YAUYOS ALLAUCA AYAUCA NO YES DISTRIBUTION NODE RING 2

24 1510080001 LIMA YAUYOS CATAHUASI CATAHUASI NO YES DISTRIBUTION NODE RING 2

25 1510230001 LIMA YAUYOS PUTINZA SAN LORENZO DE PUTINZA NO YES DISTRIBUTION NODE RING 2

26 1510290001 LIMA YAUYOS TAURIPAMPA TAURIPAMPA NO YES DISTRIBUTION NODE RING 2

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

63

LIMA

Appendix No. 1-C LIST OF A TRANSPORT NETWORK MAINTENANCE CENTERS

Nro CodINEI2015 DEPARTMENT PROVINCE

1 1507010001 LIMA HUAROCHIRI

2 1508010001 LIMA HUAURA

Prepared by: FITEL

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

64

LIMA

Appendix No. 1-D

DIAGRAM OF TRANSPORT NETWORK, SUPPORTING INFRASTRUCTURE

NODES

LEGEND

PR Core Node (Regional Capital)

PR Aggregation Node – Distribution Node RDNFO

PR Distribution Node

Connection Node RDNFO

High voltage

Medium voltage

Road system

PR: regional project RDNFO: NATIONAL FIBER OPTIC BACKBONE NETWORK

Connection Node PR

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

65

AMAZONAS

Appendix No. 1-A LIST OF TRANSPORT NETWORK NODES

Nro CodINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY PROVINCIAL

CAPITAL DISTRICT CAPITAL

TYPE OF OPTICAL NODE (REGIONAL PROJECT)

OPTICAL NODES WITH DIFFERENT

PHYSICAL ROUTES

LOCATION DATA - (REFERENTIAL)

SOURCE LONGITUDE LATITUDE Height

(m.a.s.l.)

1 0101010001 AMAZONAS CHACHAPOYAS CHACHAPOYAS CHACHAPOYAS YES YES CORE NODE

(CONNECTION WITH RDNFO)

YES FIELD STUDY -77.87934 -6.2251 2457

2 0101020001 AMAZONAS CHACHAPOYAS ASUNCION ASUNCION NO YES DISTRIBUTION NODE YES MED-GPS -77.7105 -6.03219 2809

3 0101030001 AMAZONAS CHACHAPOYAS BALSAS BALSAS NO YES DISTRIBUTION NODE MED-GPS -78.0184 -6.83551 851

4 0101040001 AMAZONAS CHACHAPOYAS CHETO CHETO NO YES DISTRIBUTION NODE MED-GPS -77.7003 -6.25525 2121

5 0101050001 AMAZONAS CHACHAPOYAS CHILIQUIN CHILIQUIN NO YES DISTRIBUTION NODE FIELD STUDY -77.73759 -6.07843 2886

6 0101060001 AMAZONAS CHACHAPOYAS CHUQUIBAMBA CHUQUIBAMBA NO YES DISTRIBUTION NODE FIELD STUDY -77.85399 -6.93595 2808

7 0101070001 AMAZONAS CHACHAPOYAS GRANADA GRANADA NO YES DISTRIBUTION NODE FIELD STUDY -77.62855 -6.10653 3029

8 0101080001 AMAZONAS CHACHAPOYAS HUANCAS HUANCAS NO YES DISTRIBUTION NODE FIELD STUDY -77.86081 -6.17518 2600

9 0101090001 AMAZONAS CHACHAPOYAS LA JALCA LA JALCA NO YES DISTRIBUTION NODE FIELD STUDY -77.8144 -6.48525 2873

10 0101100001 AMAZONAS CHACHAPOYAS LEIMEBAMBA LEIMEBAMBA NO YES DISTRIBUTION NODE FIELD STUDY -77.80534 -6.71122 2306

11 0101110001 AMAZONAS CHACHAPOYAS LEVANTO LEVANTO NO YES DISTRIBUTION NODE FIELD STUDY -77.89923 -6.30758 2678

12 0101120001 AMAZONAS CHACHAPOYAS MAGDALENA MAGDALENA NO YES DISTRIBUTION NODE FIELD STUDY -77.90159 -6.3732 1884

13 0101130001 AMAZONAS CHACHAPOYAS MARISCAL CASTILLA DURAZNOPAMPA NO YES DISTRIBUTION NODE FIELD STUDY -77.80901 -6.59535 2200

14 0101140001 AMAZONAS CHACHAPOYAS MOLINOPAMPA MOLINOPAMPA NO YES DISTRIBUTION NODE FIELD STUDY -77.66947 -6.20787 2406

15 0101150001 AMAZONAS CHACHAPOYAS MONTEVIDEO MONTEVIDEO NO YES DISTRIBUTION NODE FIELD STUDY -77.8017 -6.61724 2437

16 0101160001 AMAZONAS CHACHAPOYAS OLLEROS OLLEROS NO YES DISTRIBUTION NODE FIELD STUDY -77.64725 -6.05349 3049

17 0101170001 AMAZONAS CHACHAPOYAS QUINJALCA QUINJALCA NO YES DISTRIBUTION NODE YES FIELD STUDY -77.67879 -6.09196 3162

18 0101180001 AMAZONAS CHACHAPOYAS SAN FRANCISCO DE DAGUAS

DAGUAS NO YES DISTRIBUTION NODE FIELD STUDY -77.74004 -6.22852 2233

19 0101190001 AMAZONAS CHACHAPOYAS SAN ISIDRO DE MAINO

MAINO NO YES DISTRIBUTION NODE FIELD STUDY -77.88033 -6.33759 2337

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

66

Nro CodINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY PROVINCIAL

CAPITAL DISTRICT CAPITAL

TYPE OF OPTICAL NODE (REGIONAL PROJECT)

OPTICAL NODES WITH DIFFERENT

PHYSICAL ROUTES

LOCATION DATA - (REFERENTIAL)

SOURCE LONGITUDE LATITUDE Height

(m.a.s.l.)

20 0101200001 AMAZONAS CHACHAPOYAS SOLOCO SOLOCO NO YES DISTRIBUTION NODE YES FIELD STUDY -77.74456 -6.26068 2385

21 0101210001 AMAZONAS CHACHAPOYAS SONCHE SAN JUAN DE SONCHE

NO YES DISTRIBUTION NODE FIELD STUDY -77.77498 -6.22009 2059

22 0102010001 AMAZONAS BAGUA BAGUA BAGUA YES YES AGGREGATION NODE (CONNECTION WITH

RDNFO) YES FIELD STUDY -78.52728 -5.63734 438

23 0102020001 AMAZONAS BAGUA ARAMANGO ARAMANGO NO YES DISTRIBUTION NODE MED-GPS -78.438 -5.41653 490

24 0102030001 AMAZONAS BAGUA COPALLIN COPALLIN NO YES DISTRIBUTION NODE YES MED-GPS -78.4229 -5.67484 696

25 0102040001 AMAZONAS BAGUA EL PARCO EL PARCO NO YES DISTRIBUTION NODE YES MED-GPS -78.4756 -5.62525 605

26 0102050001 AMAZONAS BAGUA IMAZA CHIRIACO NO YES DISTRIBUTION NODE FIELD STUDY -78.28881 -5.15938 348

27 0102060001 AMAZONAS BAGUA LA PECA LA PECA NO YES DISTRIBUTION NODE MED-GPS -78.4377 -5.61223 872

28 0103010001 AMAZONAS BONGARA JUMBILLA JUMBILLA YES YES AGGREGATION NODE (CONNECTION WITH

RDNFO) YES FIELD STUDY -77.79751 -5.9042 2075

29 0103020001 AMAZONAS BONGARA CHISQUILLA CHISQUILLA NO YES DISTRIBUTION NODE YES FIELD STUDY -77.78596 -5.89784 2013

30 0103030001 AMAZONAS BONGARA CHURUJA CHURUJA NO YES DISTRIBUTION NODE YES FIELD STUDY -77.95547 -6.0139 1378

31 0103040001 AMAZONAS BONGARA COROSHA COROSHA NO YES DISTRIBUTION NODE YES FIELD STUDY -77.8226 -5.84343 1823

32 0103050001 AMAZONAS BONGARA CUISPES CUISPES NO YES DISTRIBUTION NODE INEI -77.93927 -5.92372 1937

33 0103060001 AMAZONAS BONGARA FLORIDA FLORIDA (POMACOCHAS)

NO YES DISTRIBUTION NODE YES FIELD STUDY -77.9676 -5.8224 2266

34 0103070001 AMAZONAS BONGARA JAZAN PEDRO RUIZ GALLO NO YES DISTRIBUTION NODE YES FIELD STUDY -77.97723 -5.9433 1318

35 0103080001 AMAZONAS BONGARA RECTA RECTA NO YES DISTRIBUTION NODE YES FIELD STUDY -77.78877 -5.91779 2147

36 0103090001 AMAZONAS BONGARA SAN CARLOS SAN CARLOS NO YES DISTRIBUTION NODE FIELD STUDY -77.94657 -5.96512 1923

37 0103100001 AMAZONAS BONGARA SHIPASBAMBA SHIPASBAMBA NO YES DISTRIBUTION NODE YES FIELD STUDY -77.98083 -5.90989 2083

38 0103110001 AMAZONAS BONGARA VALERA VALERA (SAN PABLO)

NO YES DISTRIBUTION NODE YES INEI -77.91391 -6.04263 1978

39 0103120001 AMAZONAS BONGARA YAMBRASBAMBA YAMBRASBAMBA NO YES DISTRIBUTION NODE YES FIELD STUDY -77.92487 -5.73554 1995

40 0104010001 AMAZONAS CONDORCANQUI NIEVA SANTA MARIA DE NIEVA

YES YES

AGGREGATION NODE (CONNECTION WITH

RDNFO) / DISTRIBUTION NODE

MED-GPS -77.8645 -4.59235 189

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

67

Nro CodINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY PROVINCIAL

CAPITAL DISTRICT CAPITAL

TYPE OF OPTICAL NODE (REGIONAL PROJECT)

OPTICAL NODES WITH DIFFERENT

PHYSICAL ROUTES

LOCATION DATA - (REFERENTIAL)

SOURCE LONGITUDE LATITUDE Height

(m.a.s.l.)

41 0104010068 AMAZONAS CONDORCANQUI NIEVA TAYUNTSA NO NO CONNECTION NODE FIELD STUDY -77.94939 -4.8365 210

42 0105010001 AMAZONAS LUYA LAMUD LAMUD YES YES AGGREGATION NODE (CONNECTION WITH

RDNFO) FIELD STUDY -77.95143 -6.14492 2312

43 0105020001 AMAZONAS LUYA CAMPORREDONDO CAMPORREDONDO NO YES DISTRIBUTION NODE FIELD STUDY -78.31935 -6.21362 1762

44 0105030001 AMAZONAS LUYA COCABAMBA COCABAMBA NO YES DISTRIBUTION NODE FIELD STUDY -78.00507 -6.6143 2576

45 0105040001 AMAZONAS LUYA COLCAMAR COLCAMAR NO YES DISTRIBUTION NODE FIELD STUDY -77.97336 -6.29921 2333

46 0105050001 AMAZONAS LUYA CONILA COHECHAN NO YES DISTRIBUTION NODE FIELD STUDY -78.01882 -6.18796 2738

47 0105060001 AMAZONAS LUYA INGUILPATA INGUILPATA NO YES DISTRIBUTION NODE FIELD STUDY -77.95382 -6.23972 2395

48 0105070001 AMAZONAS LUYA LONGUITA LONGUITA NO YES DISTRIBUTION NODE FIELD STUDY -77.96829 -6.41319 2785

49 0105080001 AMAZONAS LUYA LONYA CHICO LONYA CHICO NO YES DISTRIBUTION NODE FIELD STUDY -77.95384 -6.23046 2304

50 0105100001 AMAZONAS LUYA LUYA VIEJO LUYA VIEJO NO YES DISTRIBUTION NODE FIELD STUDY -78.02896 -6.13879 2961

51 0105110001 AMAZONAS LUYA MARIA MARIA NO YES DISTRIBUTION NODE FIELD STUDY -77.96096 -6.42863 2746

52 0105120001 AMAZONAS LUYA OCALLI OCALLI NO YES DISTRIBUTION NODE FIELD STUDY -78.26703 -6.23327 1816

53 0105130001 AMAZONAS LUYA OCUMAL COLLONCE NO YES DISTRIBUTION NODE MED-GPS -78.2137 -6.28115 1855

54 0105140001 AMAZONAS LUYA PISUQUIA YOMBLON NO YES DISTRIBUTION NODE MED-GPS -78.0922 -6.45302 2024

55 0105150001 AMAZONAS LUYA PROVIDENCIA PROVIDENCIA NO YES DISTRIBUTION NODE FIELD STUDY -78.24012 -6.29805 1752

56 0105160001 AMAZONAS LUYA SAN CRISTOBAL OLTO NO YES DISTRIBUTION NODE FIELD STUDY -77.96393 -6.10211 2630

57 0105170001 AMAZONAS LUYA SAN FRANCISCO DEL YESO

SAN FRANCISCO DEL YESO

NO YES DISTRIBUTION NODE FIELD STUDY -77.81242 -6.64844 2387

58 0105190001 AMAZONAS LUYA SAN JUAN DE LOPECANCHA

SAN JUAN DE LOPECANCHA

NO YES DISTRIBUTION NODE FIELD STUDY -77.86148 -6.49689 2151

59 0105200001 AMAZONAS LUYA SANTA CATALINA SANTA CATALINA NO YES DISTRIBUTION NODE FIELD STUDY -78.06124 -6.11348 2574

60 0105210001 AMAZONAS LUYA SANTO TOMAS SANTO TOMAS NO YES DISTRIBUTION NODE FIELD STUDY -77.86567 -6.57333 2832

61 0105220001 AMAZONAS LUYA TINGO TINGO NO YES DISTRIBUTION NODE FIELD STUDY -77.90916 -6.3741 1973

62 0105230001 AMAZONAS LUYA TRITA TRITA NO YES DISTRIBUTION NODE FIELD STUDY -78.01246 -6.14712 2903

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

68

Nro CodINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY PROVINCIAL

CAPITAL DISTRICT CAPITAL

TYPE OF OPTICAL NODE (REGIONAL PROJECT)

OPTICAL NODES WITH DIFFERENT

PHYSICAL ROUTES

LOCATION DATA - (REFERENTIAL)

SOURCE LONGITUDE LATITUDE Height

(m.a.s.l.)

63 0106010001 AMAZONAS RODRIGUEZ DE MENDOZA

SAN NICOLAS MENDOZA YES YES AGGREGATION NODE (CONNECTION WITH

RDNFO) YES FIELD STUDY -77.48379 -6.3937 1582

64 0106020001 AMAZONAS RODRIGUEZ DE MENDOZA

CHIRIMOTO CHIRIMOTO NO YES DISTRIBUTION NODE FIELD STUDY -77.44637 -6.51745 1651

65 0106030001 AMAZONAS RODRIGUEZ DE MENDOZA

COCHAMAL COCHAMAL NO YES DISTRIBUTION NODE YES FIELD STUDY -77.57642 -6.40804 1582

66 0106040001 AMAZONAS RODRIGUEZ DE MENDOZA

HUAMBO HUAMBO NO YES DISTRIBUTION NODE YES FIELD STUDY -77.53658 -6.43114 1727

67 0106050001 AMAZONAS RODRIGUEZ DE MENDOZA

LIMABAMBA LIMABAMBA NO YES DISTRIBUTION NODE FIELD STUDY -77.49903 -6.49824 1673

68 0106060001 AMAZONAS RODRIGUEZ DE MENDOZA

LONGAR LONGAR NO YES DISTRIBUTION NODE FIELD STUDY -77.54453 -6.38506 1582

69 0106070001 AMAZONAS RODRIGUEZ DE MENDOZA

MARISCAL BENAVIDES

MARISCAL BENAVIDES

NO YES DISTRIBUTION NODE FIELD STUDY -77.50549 -6.38724 1572

70 0106080001 AMAZONAS RODRIGUEZ DE MENDOZA

MILPUC MILPUC NO YES DISTRIBUTION NODE YES FIELD STUDY -77.43655 -6.49986 1656

71 0106090001 AMAZONAS RODRIGUEZ DE MENDOZA

OMIA OMIA NO YES DISTRIBUTION NODE YES FIELD STUDY -77.39565 -6.46775 1365

72 0106100001 AMAZONAS RODRIGUEZ DE MENDOZA

SANTA ROSA SANTA ROSA DE HUAYABAMBA

NO YES DISTRIBUTION NODE YES FIELD STUDY -77.45509 -6.45351 1757

73 0106110001 AMAZONAS RODRIGUEZ DE MENDOZA

TOTORA TOTORA NO YES DISTRIBUTION NODE YES FIELD STUDY -77.47168 -6.49292 1661

74 0107010001 AMAZONAS UTCUBAMBA BAGUA GRANDE BAGUA GRANDE YES YES AGGREGATION NODE (CONNECTION WITH

RDNFO) FIELD STUDY -78.4544 -5.76947 586

75 0107020001 AMAZONAS UTCUBAMBA CAJARURO CAJARURO NO YES DISTRIBUTION NODE YES FIELD STUDY -78.42872 -5.73656 458

76 0107030001 AMAZONAS UTCUBAMBA CUMBA CUMBA NO YES DISTRIBUTION NODE YES FIELD STUDY -78.66237 -5.93641 468

77 0107040001 AMAZONAS UTCUBAMBA EL MILAGRO EL MILAGRO NO YES DISTRIBUTION NODE YES FIELD STUDY -78.55829 -5.63719 403

78 0107050001 AMAZONAS UTCUBAMBA JAMALCA JAMALCA NO YES DISTRIBUTION NODE YES FIELD STUDY -78.2389 -5.89503 1192

79 0107060001 AMAZONAS UTCUBAMBA LONYA GRANDE LONYA GRANDE NO YES DISTRIBUTION NODE YES FIELD STUDY -78.42195 -6.09695 1256

80 0107070001 AMAZONAS UTCUBAMBA YAMON YAMON NO YES DISTRIBUTION NODE GOOGLE EARTH -78.5285 -6.05066 950

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

69

AMAZONAS

Appendix No. 1-B LIST OF OPTICAL NODES WITH PHYSICAL REDUNDANCY BY DIFFERENT ROUTES

Nro CodINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY PROVINCIAL

CAPITAL DISTRICT CAPITAL

TYPE OF OPTICAL NODE (REGIONAL PROJECT)

PHYSICAL RING

1 0101010001 AMAZONAS CHACHAPOYAS CHACHAPOYAS CHACHAPOYAS YES YES CORE NODE (CONNECTION WITH

RDNFO) RING 2

2 0101020001 AMAZONAS CHACHAPOYAS ASUNCION ASUNCION NO YES DISTRIBUTION NODE RING 2

3 0101170001 AMAZONAS CHACHAPOYAS QUINJALCA QUINJALCA NO YES DISTRIBUTION NODE RING 2

4 0101200001 AMAZONAS CHACHAPOYAS SOLOCO SOLOCO NO YES DISTRIBUTION NODE RING 2

5 0102010001 AMAZONAS BAGUA BAGUA BAGUA YES YES AGGREGATION NODE

(CONNECTION WITH RDNFO) RING 1

6 0102030001 AMAZONAS BAGUA COPALLIN COPALLIN NO YES DISTRIBUTION NODE RING 1

7 0102040001 AMAZONAS BAGUA EL PARCO EL PARCO NO YES DISTRIBUTION NODE RING 1

8 0103010001 AMAZONAS BONGARA JUMBILLA JUMBILLA YES YES AGGREGATION NODE

(CONNECTION WITH RDNFO) RING 2

9 0103020001 AMAZONAS BONGARA CHISQUILLA CHISQUILLA NO YES DISTRIBUTION NODE RING 2

10 0103030001 AMAZONAS BONGARA CHURUJA CHURUJA NO YES DISTRIBUTION NODE RING 2

11 0103040001 AMAZONAS BONGARA COROSHA COROSHA NO YES DISTRIBUTION NODE RING 2

12 0103060001 AMAZONAS BONGARA FLORIDA FLORIDA (POMACOCHAS) NO YES DISTRIBUTION NODE RING 2

13 0103070001 AMAZONAS BONGARA JAZAN PEDRO RUIZ GALLO NO YES DISTRIBUTION NODE RING 2

14 0103080001 AMAZONAS BONGARA RECTA RECTA NO YES DISTRIBUTION NODE RING 2

15 0103100001 AMAZONAS BONGARA SHIPASBAMBA SHIPASBAMBA NO YES DISTRIBUTION NODE RING 2

16 0103110001 AMAZONAS BONGARA VALERA VALERA (SAN PABLO) NO YES DISTRIBUTION NODE RING 2

17 0103120001 AMAZONAS BONGARA YAMBRASBAMBA YAMBRASBAMBA NO YES DISTRIBUTION NODE RING 2

18 0106010001 AMAZONAS RODRIGUEZ DE MENDOZA SAN NICOLAS MENDOZA YES YES AGGREGATION NODE

(CONNECTION WITH RDNFO) RING 3

19 0106030001 AMAZONAS RODRIGUEZ DE MENDOZA COCHAMAL COCHAMAL NO YES DISTRIBUTION NODE RING 3

20 0106040001 AMAZONAS RODRIGUEZ DE MENDOZA HUAMBO HUAMBO NO YES DISTRIBUTION NODE RING 3

21 0106080001 AMAZONAS RODRIGUEZ DE MENDOZA MILPUC MILPUC NO YES DISTRIBUTION NODE RING 3

22 0106090001 AMAZONAS RODRIGUEZ DE MENDOZA OMIA OMIA NO YES DISTRIBUTION NODE RING 3

23 0106100001 AMAZONAS RODRIGUEZ DE MENDOZA SANTA ROSA SANTA ROSA DE HUAYABAMBA NO YES DISTRIBUTION NODE RING 3

24 0106110001 AMAZONAS RODRIGUEZ DE MENDOZA TOTORA TOTORA NO YES DISTRIBUTION NODE RING 3

25 0107020001 AMAZONAS UTCUBAMBA CAJARURO CAJARURO NO YES DISTRIBUTION NODE RING 1

26 0107030001 AMAZONAS UTCUBAMBA CUMBA CUMBA NO YES DISTRIBUTION NODE RING 1

27 0107040001 AMAZONAS UTCUBAMBA EL MILAGRO EL MILAGRO NO YES DISTRIBUTION NODE RING 1

28 0107050001 AMAZONAS UTCUBAMBA JAMALCA JAMALCA NO YES DISTRIBUTION NODE RING 1

29 0107060001 AMAZONAS UTCUBAMBA LONYA GRANDE LONYA GRANDE NO YES DISTRIBUTION NODE RING 1

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

70

AMAZONAS

Appendix No. 1-C LIST OF A TRANSPORT NETWORK MAINTENANCE CENTERS

Nro CodINEI2015 DEPARTMENT PROVINCE

1 0101010001 AMAZONAS CHACHAPOYAS

2 0102010001 AMAZONAS BAGUA

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

71

AMAZONAS

Appendix No. 1-D DIAGRAM OF TRANSPORT NETWORK, SUPPORTING INFRASTRUCTURE

NODES

LEGEND

PR Core Node (Regional Capital)

PR Aggregation Node – Distribution Node RDNFO

PR Distribution Node

Connection node RDNFO

High voltage

Medium voltage

Road system

PR: regional project RDNFO: NATIONAL FIBER OPTIC BACKBONE NETWORK

Connection node PR

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

72

APPENDIX No. 2

SUPPLEMENTARY DOCUMENTS TERMS AND OBLIGATIONS LIMA AND AMAZONAS

Topic Obligation

Deadline for submission,

counted as of the day

following the conclusion

of the agreement

Work team

Present the work team.

15 DAYS

Final schedule of the

TRANSPORT NETWORK

activities

Submit a detailed report, in digital and hard copy; it

shall have attached the file in *.mpp format, which

will include the following:

i. Start and end dates of the activities

concerning the TRANSPORT NETWORK

installation, as well as the resources

requested.

ii. Milestones of the deadlines envisaged in

these specifications, as well as the deadlines

set out in the FINANCING AGREEMENT to

comply with all the activities related to the

INVESTMENT PERIOD OF THE

TRANSPORT NETWORK.

1 MONTH

Disaggregated costing

Submit the disaggregated costing that resulted in

the economic proposal, including profit margin,

taxes and administrative expenses.

30 DAYS

FIELD STUDIES

Report in KMZ or KML format, indicating the

envisaged layout of the fiber optic cable route and

the location of poles and towers, including

photographs, as well as the layout, number of poles

or towers and the symbology of elements in CAD or

SHP format.

2 MONTHS

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

73

Topic Obligation

Deadline for submission,

counted as of the day

following the conclusion

of the agreement

Land search methodology and monthly land search

progress report per locality. This report will be

updated on a monthly basis.

2 MONTHS

Fiber optic cable studies

and calculations

Electrical field calculation and study worksheets

(spatial electric potential and electric potential

gradient),

Mechanical load calculation and study worksheet,

with arrow and voltage tables.

Technical specifications of the fiber optic cable

proposed based on electrical field and mechanical

loading studies.

2 MONTHS

Site Acquisition

Site acquisition methodology and land acquisition

and registration status report. This report will be

updated on a monthly basis.

3 MONTHS

Submittal of purchase

orders to FITEL

(part 1)

Optic fiber

3 MONTHS

Poles

4 MONTHS

Junction boxes and hardware (retention,

suspension, crossbeams, dampers)

4 MONTHS

Cabinets

6 MONTHS

Patch panel and accessories 6

MONTHS

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

74

Topic Obligation

Deadline for submission,

counted as of the day

following the conclusion

of the agreement

Sizing

Requirements and calculations regarding the sizing

of elements such as networking, HVAC, generator

set, battery bank, boards, power cables, cameras,

sensors, both in quantity and capacity, as the case

may be.

5 MONTHS

GENERAL TECHNICAL

PROPOSAL

Minimum content, as set out in Appendix No. 3.

7 MONTHS

FINAL TECHNICAL

PROPOSAL

Minimum content, as set out in Appendix No. 3.

9 MONTHS

Civil work construction

drawings and studies

Drawings (civil, architectural, electrical, sanitation)

and soil and resistivity study for each specific

NODE, NOC and MAINTENANCE CENTER. This

report will be updated on a monthly basis.

9 MONTHS

Submittal of purchase

orders to FITEL

(part 2)

HVAC 10

MONTHS

Generator set

10

MONTHS

Batteries and driver

12

MONTHS

Sensors and driver

12

MONTHS

Cameras and NVR

12

MONTHS

Servers 13

MONTHS

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

75

Topic Obligation

Deadline for submission,

counted as of the day

following the conclusion

of the agreement

Switches

13

MONTHS

Routers

13

MONTHS

Fiber test results

Reel tests

5

MONTHS

Laying tests

15

MONTHS

Post-connection tests

18

MONTHS

Reports

- Weekly progress reports according to the format.

- Updates to the FINAL SCHEDULE OF

TRANSPORT NETWORK ACTIVITIES.

Regular WEEKLY

Submittal of the log of

installation certificates

Installation certificates per infrastructure, including

photographic report and inventory of components,

drawings and diagrams.

18

MONTHS

TECHNICAL FILE

Minimum content, as set out in Appendix No. 3.

19 MONTHS

Request for information

Submit the information requested at the discretion

of FITEL and within the period of time stipulated.

5 to 15 DAYS

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

76

APPENDIX No. 2

SUPPLEMENTARY DOCUMENTS TERMS AND OBLIGATIONS ICA

Topic Obligation

Deadline for submission,

counted as of the day

following the conclusion

of the agreement

Work team

Present the work team.

15 DAYS

Final schedule of

TRANSPORT NETWORK

activities

Submit a detailed report, in digital and hard copy; it

shall have attached the file in *.mpp format, which will

include the following:

i. Start and end dates of the activities

concerning the TRANSPORT

NETWORK installation, as well as the

resources requested.

ii. Milestones of the deadlines envisaged in these

specifications, as well as the deadlines set out in

the FINANCING AGREEMENT to comply with all

the activities related to the INVESTMENT

PERIOD OF THE TRANSPORT NETWORK.

1 MONTH

Disaggregated costing

Submit the disaggregated costing that resulted in the

economic proposal, including profit margin, taxes and

administrative expenses.

30 DAYS

FIELD STUDIES

Report in KMZ or KML format, indicating the envisaged

layout of the fiber optic cable route and the location of

poles and towers, including photographs, as well as the

layout, number of poles or towers and the symbology

of elements in CAD or SHP format.

2 MONTHS

Land search methodology and monthly land search 2 MONTHS

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

77

Topic Obligation

Deadline for submission,

counted as of the day

following the conclusion

of the agreement

progress report per locality. This report will be updated

on a monthly basis.

Fiber optic cable studies

and calculations

Electrical field calculation and study worksheets

(spatial electric potential and electric potential

gradient),

Mechanical load calculation and study worksheet, with

arrow and voltage tables.

Technical specifications of the fiber optic cable

proposed based on electrical field and mechanical

loading studies.

2 MONTHS

Site Acquisition

Site acquisition methodology and land acquisition and

registration status report. This report will be updated on

a monthly basis.

3 MONTHS

Submittal of purchase

orders to FITEL

(part 1)

Fiber optic

3 MONTHS

Poles

3 MONTHS

Junction boxes and hardware (retention, suspension,

crossbeams, dampers)

4 MONTHS

Cabinets

5 MONTHS

Patch panel and accessories

5

MONTHS

Sizing 4 MONTHS

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

78

Topic Obligation

Deadline for submission,

counted as of the day

following the conclusion

of the agreement

Requirements and calculations regarding the sizing of

elements such as networking, HVAC, generator set,

battery bank, boards, power cables, cameras, sensors,

both quantity and capacity, as the case may be.

GENERAL TECHNICAL

PROPOSAL

Minimum content, as set out in Appendix No. 3.

5 MONTHS

FINAL TECHNICAL

PROPOSAL

Minimum content, as set out in Appendix No. 3.

7 MONTHS

Civil work construction

drawings and studies

Drawings (civil, architectural, electrical, sanitation) and

soil and resistivity study for each specific NODE, NOC

and MAINTENANCE CENTER. This report will be

updated on a monthly basis.

8 MONTHS

Submittal of purchase

orders to FITEL

(part 2)

HVAC

8

MONTHS

Generator set

8

MONTHS

Batteries and driver

9

MONTHS

Sensors and driver

9

MONTHS

Cameras and NVR

9

MONTHS

Servers

10

MONTHS

10 MONTHS

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

79

Topic Obligation

Deadline for submission,

counted as of the day

following the conclusion

of the agreement

Switches

Routers

10

MONTHS

Fiber test results

Reel tests

5

MONTHS

Laying tests

12

MONTHS

Post-connection tests

14

MONTHS

Reports

- Weekly progress reports according to the format.

- Updates to the FINAL SCHEDULE OF TRANSPORT

NETWORK ACTIVITIES.

Regular WEEKLY

Submittal of the log of

installation certificates

Installation certificates per infrastructure, including

photographic report and inventory of components,

drawings and diagrams.

15

MONTHS

TECHNICAL FILE

Minimum content, as set out in Appendix No. 3.

16 MONTHS

Request for information

Submit the information requested at the discretion of

FITEL and within the period of time stipulated.

5 to 15 DAYS

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

80

APPENDIX NO. 3

MINIMUM CONTENT OF GENERAL TECHNICAL PROPOSAL, FINAL TECHNICAL PROPOSAL AND TECHNICAL FILE

I. GENERAL TECHNICAL PROPOSAL

The CONTRACTED PARTY shall develop the GENERAL TECHNICAL PROPOSAL that contains more details and includes the comprehensive design of all systems (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 shall be submitted in a hard copy in color (02 sets) and a scanned digital copy, and include original kmz, excel, Word, shapes, autocad files. Also, it shall be ordered according to the proposed systems. The GENERAL TECHNICAL PROPOSAL shall include at least the following items:

a. Schedule of activities of the TRANSPORT NETWORK.

b. Network design: maps, schemes and network topology.

c. Location and description of each type of Node containing active equipment.

d. Location and description of any facility other than a Node containing active

equipment.

e. Specifications per system.

Description of the components proposed by system, indicating the characteristics and features of their location in the network hierarchy, including the amount, manufacturer, model, versions of all components, and attaching letters from the manufacturer, certification of experience, data sheets and relevant manuals.

i. Fiber optic cables and hardware. ii. Active devices. iii. Equipment Room implementation. iv. Generator set, rectifier, battery bank and UPS. v. HVAC equipment. vi. Grounding systems. vii. Security and alarm system. viii. Network management and security.

f. Specifications of the OSS / BSS proposed, as well as of their capacities and

features.

g. Physical requirements of sites; preliminary studies on site characteristics.

h. Architectural drawings and civil works specifications regarding the node

design; they may include three-dimensional models.

i. Description of the activities to be performed for obtaining the Environmental

Impact Assessment, as well as their schedule.

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

81

j. Main installation procedures:

k. Description of the method of installation of towers and poles along the way

where the optical fiber is installed.

l. Detailed presentation of national and factory training courses.

m. Format of the transport network installation certificate to be used.

II. FINAL TECHNICAL PROPOSAL

The FINAL TECHNICAL PROPOSAL shall be submitted in a hard copy in color (02 sets) and a scanned digital copy, and include original kmz, excel, Word, shapes, autocad files. Also, it shall be ordered according to the proposed systems.

The FINAL TECHNICAL PROPOSAL shall include at least the following elements: a. Protocol to enter the infrastructure, node installations and others.

b. THE FINAL SCHEDULE OF ACTIVITIES FOR THE TRANSPORT NETWORK

shall contain at least the following:

Progress of implementation of the FINAL SCHEDULE OF ACTIVITIES

FOR THE TRANSPORT NETWORK, compared to the one submitted in

the GENERAL TECHNICAL PROPOSAL (baseline).

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 submitted.

c. Details of key personnel responsible for each activity or deliverable, and their

roles. With regard to field staff, it shall 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.

d. List of minimum spare parts for the NOC, with a proposal for detailed

management strategy, with the capabilities and features required for each

situation.

e. List of components comprising the corresponding spare part kits for M&O,

attaching a letter from the manufacturer.

f. Detailed description of the installation method for laying the optic fiber.

g. Updates to the FINAL SCHEDULE OF ACTIVITIES FOR THE TRANSPORT

NETWORK.

h. Updated network design: maps, schemes and network topology.

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

equipment.

j. 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.

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

82

k. Engineering studies for laying the optic fiber: Technical studies of electromechanical stresses. Technical studies of electromagnetic interferences on the tower and pole

structures where the fiber optic cable will be laid out. Technical specifications regarding the type of optic fiber and cable. Calculation of the number of optic fibers per optical node. Calculation of total length and per link of fiber optic cable and number of

spans. Calculation of the number of splices per link and backup optic fiber distance. Calculation of the number of retention, suspension and wind dampening

elements per link. Detailed description of the installation method, including the adaptation of

poles and towers, in case the materials were sized.

l. High level design per system - Rack configuration drawings and plans for all the facilities

containing active equipment and materials used at the facility.

- IP addressing scheme.

- Network management and security scheme.

- Power requirements including UPS and generators.

- HVAC requirements.

- Perimeter security.

m. Inventory of equipment per system, specifying the location, including

manufacturer, model, versions of all components and manuals.

n. Software (name, version, requirements and licensing fees, amount, expiration

date, acquisition mode and other relevant details) to be provided.

o. Physical requirements of the sites.

p. Safety and Environmental Monitoring Plans.

q. Test protocols and commissioning protocols.

r. Documentation related to the field study, with the gathered information that

allowed defining the Network designs to be implemented.

s. 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.

t. 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 is deployed, 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.

u. Detailed description for laying through long spans. III. TECHNICAL FILE

The CONTRACTED PARTY shall 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.

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

83

The CONTRACTED PARTY shall coordinate with FITEL the content of the Technical File. The TECHNICAL FILE shall strictly include the technical documentation of the AWARDED PROJECT related to “as designed” and “as built” documentation, the same that shall be submitted in a hard copy in color in two (02) sets and scanned digital copy, and include original kmz, excel, Word, shapes, autocad files. Also, the documents shall be in order: (1) with respect to the systems installed and according to the type of node, (2) details of optical node installation per locality, and (3) details of installation per fiber optic section. Notwithstanding the above, the Technical File shall include at least the following documentation:

1. CIVIL WORK

1.1 Technical documents at project level (“as designed” documentation)

Before the beginning of node construction and furnishing works, the following documentation shall be available: 1. Location of built nodes (excel, kmz, shapes).

2. Project specifications per specialty.

3. TECHNICAL SPECIFICATIONS by specialty.

4. Soil studies for foundation purposes.

5. Electrical resistivity study.

6. Building calculation design.

7. Mix design report.

8. Project drawings in PDF and AutoCad, duly approved by the professional in

charge of the following specialties:

i. Location and perimeter drawing.

ii. Architectural and detailed drawings.

iii. Foundation and detailed drawings.

iv. Structural drawings: ceiling and/or slab of the system used, flooring,

columns, beams, perimeter fence, fiber optic passthrough box,

retaining walls, chutes, drainage, etc.

v. Metallic carpentry drawings used (doors, panels, gates, concertinas,

ladders, etc.).

vi. Drawings of electrical installations.

vii. Drawings of sanitary facilities.

viii. Drawings of security and video surveillance system, motion detector,

smoke detector and flooding detector.

9. Building authorization or license from the corresponding municipality.

1.2 Technical documents upon work completion (“as built” documentation)

Upon completion of node construction and furnishing works, the CONTRACTED PARTY shall have the following documentation available:

1. Specifications of the work completed, indicating the modifications made.

2. Test tube breakage certificate.

3. Brick breakage certificate.

4. 24-hour hydraulic test protocol.

5. Drawings of finished infrastructure in PDF y AutoCad, including the

modifications made, approved by the professional responsible of the following

specialties:

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

84

i. Location and perimeter drawing.

ii. Architectural and detailed drawings.

iii. Drawings of electrical installations.

iv. Drawings of sanitary facilities.

v. Drawings of security and video surveillance system, motion detector,

smoke detector and flooding detector.

6. Copy of the site’s deed.

7. Original construction logbook, and work progress photographic record per

node.

8. Authorization for the use of electricity.

9. Authorization for the use of the water and sewage system, if applicable.

10. Works Acceptance Certificate.

2. ELECTRICAL, ELECTROMECHANICAL AND HVAC INSTALLATIONS

2.1 Technical documents at project level

1. Location drawing – As Built.

2. Drawings of electrical and electromechanical installations – As Built.

1. Descriptive report and technical specifications of electrical and

electromechanical installations (they include the supporting calculations).

2. Resistivity study.

3. Power supply request or power supply installation certificate and/or supply

agreements issued by electricity companies.

4. Medium and/or low voltage line project submitted to the electricity company or,

where applicable, the layout technical file and work acceptance.

2.2 Generator set technical documents

a) Work completion drawings (As-Built)

b) Technical dossier:

Equipment specifications.

Mounting instructions manuals.

Care and maintenance manuals.

Internal electrical diagrams

Dimensional and detailed drawings of all elements.

Configuration record.

Photographic installation record.

Specifications for the installation and connection.

Equipment warranty.

Record of component inventory by node.

c) Quality dossier: It consists of all information regarding the quality of the

installation and assembly works that are part of the solution, including material

quality certificates, factory testing certificates, materials work controls,

inspection plans, testing protocols, commissioning tests, statutory reports, non-

compliances, audits, etc.

Inspection plans.

Commissioning tests – statutory testing reports.

Non-compliances.

Others.

2.3 Rectifier, battery bank and UPS technical specifications and manuals

1. Work completion drawings (As-Built).

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

85

2. Technical dossier.

3. Quality dossier.

2.4 Air-conditioning equipment technical specifications and manuals

2.4.1 Work completion drawings (As-Built)

2.4.2 Technical dossier.

2.4.3 Quality dossier.

2.5 Security and alarm system devices and/or components technical

specifications and manuals

2.5.1 Work completion drawings (As-Built)

2.5.2 Technical dossier.

2.5.3 Quality dossier.

2.6 Grounding system

2.6.1 Work completion drawings (As-Built)

2.6.2 Technical dossier.

2.6.3 Quality dossier

2.6.3.1 Measurement of mesh earthing resistance.

2.6.3.2 Measurement of forward and contact voltages applied.

3. SECURITY, SURVEILLANCE AND PHYSICAL INTEGRITY INSTALLATIONS

3.1 Technical documents at project level

1. Location drawing – As Built.

2. Drawings of electrical and electromechanical installations – As Built.

3. Drawings of video surveillance, intrusion, fire protection, etc.

4. Descriptive report and technical specifications of electrical and

electromechanical installations (they include the supporting calculations).

3.2 Technical documents

Technical dossier: Equipment specifications.

Mounting instructions manuals.

Care and maintenance manuals.

Internal electrical diagrams.

Dimensional and detailed drawings of all elements.

Configuration log.

Photographic record of the installation.

Specifications for installation and connection.

Equipment warranty.

Record of component inventory by node.

Quality dossier: All the information concerning the quality of the installation and assembly works that are part of the solution. It includes material quality certificates, factory testing certificates, materials on-site controls, inspection plans, testing protocols, commissioning tests, statutory reports, non-compliances, audits, etc.

Inspection plans.

Commissioning tests – statutory testing reports.

Non-compliances.

Others.

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

86

4. FIBER OPTIC NETWORK INSTALLATION

4.1 Technical documents at project level

1. Executive summary of the project.

2. Description of fiber optic links.

2.1 List of fiber optic rings.

2.2 List of segments and kilometers between them.

2.3 Physical characteristics of the route.

2.4 Number of strands.

2.5 As-built documentation with all installation details.

3. Deployment schedule.

3.1 Gantt diagram.

3.2 List of activities.

4. Diagrams.

4.1 Network topology diagram.

4.2 Wiring diagram (As-built).

4.3 Splicing and shunting diagram (As-built).

4.3 Optic fiber laying single line diagram. 5. Drawings

5.1 As-built drawings (hard copy and in Autocad).

5.2 KMZ file: list of support points with georeferenced coordinates of the

places where the fiber was deployed.

6. Theoretical calculation of attenuation in total and per link.

Including the optic fiber technical specifications:

Rayleigh coefficient (RBS)

Helical factor

RI (refraction index) 7. Technical report of the protocols and tests performed for the optic fiber

verification:

7.1 Reel testing protocol Native or factory test.

7.2 Measurements protocols for 100 % of optic fiber sections. Bidirectional protocol.

Total link attenuation protocol.

Insertion protocol – PC and reflectance.

ORL protocol.

Graphs of OTDR strands (TRC and PDF).

PMD/CD

7.3 Measuring equipment calibration certificates. 7.4 Inventory of materials used by link (hardware, terminal joints, crossbeams, poles, etc.)

8. Electrical field study.

9. Optic fiber installation procedure according to IEEE regulations, the

manufacturer’s specifications and the project’s characteristics.

10. Tower and pole structure studies.

11. Field studies.

12. Photographic report.

9.1 Photographic record showing the route of the section (poles,

optical fiber, hardware, terminal joints, crossbeams, etc.)

9.2 Photographic record showing the location of risk points.

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

87

9.3 Daily work report (construction logbook).

13. Conclusions and recommendations.

5. ACTIVE ELECTRONIC EQUIPMENT AND MANAGEMENT SOFTWARE

5.1 Technical documents

1. Network topology diagram

2. Technical dossier:

Equipment specifications.

Node programming and configuration manual (As built)

IP addressing scheme.

Maintenance manual.

Photographic record of the installation.

Record of component inventory by node

Installation and connection specifications

Equipment warranty.

Licenses

3. Quality dossier: All information concerning the quality of the installation

and assembly works that are part of the solution. It includes material quality

certificates, factory testing certificates, materials work controls, inspection

plans, testing protocols, commissioning tests, statutory reports, non-

compliances, audits, etc.

Inspection plans.

Commissioning tests – statutory testing reports.

Non-compliances.

Others

6. ENVIRONMENTAL IMPACT

6.1 Technical documents at project level

a) Environmental dossier

i. Environmental certifications.

ii. Environmental commitments in buffer zones.

iii. Photographic record of waste management.

APPENDIX No. 4

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 representatives of the company ... .., do hereby state the following:

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

88

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 the provisions of 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 the provisions of 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 this certificate in the city of Lima on the ..... day of ....... of 20 ....

FOR FITEL

Technical Secretary of FITEL

Project Supervision Area Chief

Project Coordinator

FOR THE COMPANY ………..….

Legal Representative

Legal Representative Annex A List of Nodes of ……

No. UBIGEO DEPARTMENT PROVINCE DISTRICT LOCALITY COORDINATES …………

List of MAINTENANCE CENTERS and NETWORK OPERATIONS CENTER

No. UBIGEO DEPARTMENT PROVINCE DISTRICT LOCALITY COORDINATES …………

Annex B Equipping of nodes of ……

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

89

No. NODE BRAND MODEL QUANTITY ………

Equipping of MAINTENANCE CENTERS

No. CENTER BRAND MODEL QUANTITY ………

Equipping of Network Operations Center

No. BRAND MODEL QUANTITY ………

Annex C Documentation required at the signing of the compliance certificate

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

90

APPENDIX No. 5

LAND AND/OR PROPERTY ACQUISITION PROCEDURE In accordance with the provisions of the FINANCING AGREEMENT, the CONTRACTED PARTY shall acquire the property of the GOODS OF THE TRANSPORT NETWORK for subsequently transferring and registering it them in the public records under the name of the Ministry of Transport and Communications (MTC). FITEL reserves the right to approve the execution of alternatives to the acquisition through a buying and selling process. 1. LAND AND/OR PROPERTY ACQUISITION THROUGH PURCHASE It is hereby established that the acquisition through purchase will prevail in the FINANCING AGREEMENT. In that regard, the CONTRACTED PARTY is obliged to exhaust all efforts in order to buy the lands, and will present to FITEL proof of this. The CONTRACTED PARTY is responsible for carrying out all proceedings regarding the purchase and registration of the lands that are part of the GOODS OF THE TRANSPORT NETWORK before the National Superintendence of Public Registries (SUNARP, by its Spanish acronym), informing FITEL about their progress on a monthly basis, and submitting to FITEL any other relevant documentation until the CERTIFICATE OF AWARD OF GOODS OF THE TRANSPORT NETWORK is signed, as set out in the FINANCING AGREEMENT. 2. ACQUISITION THROUGH A DONATION The acquisition of lands and/or property through donation is applicable, exceptionally, in the case the land is donated by a private party or public entity in order to use it for the AWARDED PROJECT. For the exceptional application of this alternative, the CONTRACTED PARTY shall submit a report with all the support documentation and certificates necessary for each land that could not be acquired through purchase, and thus obtain FITEL’s approval to start the formalities for carrying out the transfer between entities or from a private party. In the case of peasant communities, if their bylaws do not allow the purchase-sell modality, it is specifically stated that the CONTRACTED PARTY is obliged to:

a) Notify the peasant community about its obligation to acquire the land through a buying and selling process in order to build the TRANSPORT NETWORK node.

b) Inform that the costs associated with such purchase will be assumed by the

CONTRACTED PARTY. For the approval of the acquisition through purchase in the case of peasant communities, the CONTRACTED PARTY shall submit to FITEL reports indicating the boundaries of the site in georeferenced files. These reports shall verify the area that belongs to the peasant community, the peasant community bylaws and the agreement reached between the community and the CONTRACTED PARTY, indicating in writing in such agreement that: “the CONTRACTED PARTY is obliged to acquire the lands through

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

91

purchase and that the property will be used for the construction of nodes as part of the AWARDED PROJECT implementation”. After all information has been submitted to FITEL, it will assess such information and, if it deems it advisable, give its approval for the CONTRACTED PARTY to proceed with the management of the donation, provided it is concluded that this is the only possible alternative. The CONTRACTED PARTY shall follow a similar procedure for the donations from public or private entities. Likewise, if the transfer process extends beyond the deadline (signing of the CERTIFICATE OF AWARD OF GOODS OF THE TRANSPORT NETWORK) and the CONTRACTED PARTY has not been able to deliver the deeds duly registered, they will be taken into account to calculate the letter of guarantee indicated in Section 4 herein. In all cases, if this alternative is approved, the CONTRACTED PARTY is responsible for carrying out the necessary administrative tasks in order to formalize the donation and achieve its disencumbrance and registration, in accordance with the legal system in force. 3. PROCEDURE TO DETERMINE THE AMOUNT TO BE DISCOUNTED BY THE

ACQUISITION OF LANDS THROUGH DONATION In the event the CONTRACTED PARTY obtains the land to build the nodes through a donation, the CONTRACTED PARTY will no longer receive as part of the AWARDED FINANCING the amount corresponding to the value of the land obtained under such modality. The CONTRACTED PARTY shall take into consideration that the acquisition through shall not exceed thirty percent (30%) of all the lands intended for the construction of the TRANSPORT NETWORK nodes. For calculating the amount to be discounted, FITEL will use the following formula:

MDT = PPN x ND Where:

MDT: Amount to be discounted corresponding to the TRANSPORT NETWORK. PPN: Average price of the property for the node. ND: Number of lands intended for the construction of aggregation, distribution

and connection nodes that have not been obtained under a buying and selling process.

FITEL will discount the MDT from the last disbursement corresponding to the TRANSPORT NETWORK implementation. 4. EXCEPTIONAL PROCEDURE IN CASE THE TOTALITY OF DEEDS COULD

NOT BE REGISTERED IN SUNARP BEFORE SIGNING THE CERTIFICATE OF AWARD OF GOODS OF THE TRANSPORT NETWORK.

In case it was not possible to register all deeds in SUNARP within the timeframe indicated in Section 1 herein, the CONTRACTED PARTY may request FITEL, with the

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

92

corresponding accreditation, the extension of the deadline up to five (05) years counted from the date the CERTIFICATE OF AWARD OF GOODS OF THE TRANSPORT NETWORK 5 was signed, provided the following requirements are complied with:

a. One hundred percent (100%) of the property for the construction of the nodes (aggregation, distribution and connection) has been acquired; and,

b. At least, seventy percent (70%) of the property referred to in paragraph a., shall

be duly registered in SUNARP in favor of the MTC. Subsequently, with the favorable opinion of FITEL, the corresponding addendum will be signed, according to which the CONTRACTED PARTY -without prejudice to its obligations under the financing agreement- will have the following obligations:

Continue with all administrative tasks until registering all lands in favor of the MTC and report on a monthly basis the progress of the proceedings concerning the disencumbrance.

In the event it is not possible to register one or more properties in SUNARP for reasons duly accredited by the CONTRACTED PARTY, at FITEL’s satisfaction, the CONTRACTED PARTY is obliged to transfer, at its own cost and risk, the GOODS OF THE TRANSPORT NETWORK installed on the property that could not be registered to the property indicated by FITEL, in coordination with the MTC. This transfer will be carried out in compliance -at FITEL’s satisfaction- with all TECHNICAL SPECIFICATIONS, TECHNICAL PROPOSAL or FINAL TECHNICAL PROPOSAL, making sure this last document is in force.

Deliver a letter of guarantee in favor of FITEL, which shall be issued by a LOCAL BANKING COMPANY or LOCAL INSURANCE COMPANY duly authorized by the Superintendence of Banking and Insurance and Pension Funds (SBS, by is Spanish acronym) or by an INTERNATIONAL FINANCIAL INSTITUTION. In case the guarantee has been issued by an INTERNATIONAL FINANCIAL INSTITUTION, it shall be confirmed by a LOCAL BANKING COMPANY, as set out in Annex No. 2 of THE BIDDING TERMS AND CONDITIONS, which shall be a joint, irrevocable, unconditional bond without benefit of excussion or division and automatically enforceable at FITEL’s request, without need to legally demand its payment or execution, the same that shall be in force until all properties are delivered in favor of the MTC, duly registered.

Exercise the extrajudicial protection of possession applied to repel the force used against the CONCESSIONAIRE and be able to recover the asset, without a period of time, in the event that it is dispossessed, but always abstaining from the use on a de facto basis of means which are justifiable by the circumstances.

Exercise the judicial protection of possession, so that the CONTRACTED PARTY can, in case any damage, dispossession, occupation, usurpation, among others fall upon the lands, inform FITEL and the MTC about those facts and use the mechanisms and judicial resources that hold the rights of MTC on the lands harmless.

5 Before signing the certificate, the CONTRACTED PARTY must deliver to FITEL all the documentation corresponding to

each property that will be transferred to the MTC, as well as the documentation corresponding to all the actions performed on each node where the ownership of the property has not yet been obtained.

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

93

Hold FITEL, and particularly the MTC, harmless regarding and against any legal, administrative, arbitral or contractual claim or exception regarding the lands.

It shall pay all taxes, levies, contributions and any other duties that apply, according to the APPLICABLE LEGISLATION AND REGULATIONS referred to in the FINANCING AGREEMENT, considering among those regulatory standards the provisions of the Single Revised Text of the Municipal Taxation Act, approved by Supreme Decree No. 156-2004-EF or subsequent amending standard until all lands are transferred in favor of the MTC.

The letter of guarantee will have a duration of at least six (06) months, and its amount will be calculated according to the following procedure: 4.1. Determination of average price of the property for each optical node (PPN in

Spanish)

a) Determination of unit prices per square meter For determining the unit price of each property per square meter, the price paid for the property will be divided by the total area of the property in square meters. Unit prices are estimated per square meter of the property of the TRANSPORT NETWORK nodes bought until the date the CERTIFICATE OF AWARD OF GOODS OF THE TRANSPORT NETWORK was signed.

b) Determination of sample size

From the set of unit prices per square meter obtained in the previous step, all unit prices above the third quartile are taken. These unit prices will comprise the sample to be used.

c) Calculation of average price per square meter

All values comprised in the sample will be arithmetically averaged in order to determine an average price per square meter of the property of the TRANSPORT NETWORK in the region being analyzed.

d) Calculation of the average price of the property

It corresponds to the multiplication of the average price per square meter obtained in the previous step by the minimum area required for Distribution Nodes.

4.2. Determination of the estimated price of the property for the MAINTENANCE

CENTER

The estimated price of the property for the MAINTENANCE CENTER will be the amount indicated in the purchase agreement. In this case, all the amounts indicated in the purchase agreements of the land will be added to the area acquired (SMtto).

4.3. Calculation of the amount of the letter of guarantee

The value of the letter of guarantee will be estimated in terms of: i) the number of properties whose registration in SUNARP under the name of the MTC is still pending, before signing the CERTIFICATE OF AWARD OF GOODS OF THE TRANSPORT NETWORK, ii) the prices of the premises properties set out in the preceding sections of this procedure are as indicated below:

MCF = (PPN x NT + SMtto) x 4

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

94

Where:

MCF : Amount of letter of guarantee. PPN : Average price of the property for the node. NT : Number of properties intended for the construction of aggregation,

distribution and connection nodes that are pending registration under the name of the MTC.

SMtto : The sum of the prices of the lands acquired for the construction of MAINTENANCE CENTERS, which are pending registration under the name of the MTC.

4.4. Opportunity to calculate the amount of the letter of guarantee

The amount of the letter of guarantee will be calculated upon completion of the INSTALLATION STAGE OF THE TRANSPORT NETWORK and before signing the CERTIFICATE OF AWARD OF GOODS OF THE TRANSPORT NETWORK.

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

95

APPENDIX No. 6

MINIMUM CONTENT OF SPARE PARTS FOR EACH MAINTENANCE CENTER

LIMA

MAINTENANCE CENTER

MINIMUM EQUIPMENT

Located in the Province of Huaura

o Two (02) fiber optic transmission cards with the same characteristics used in the Core Node.

o Two (02) routers with the same characteristics of the one installed on the Aggregation Nodes.

o Three (03) routers with the same characteristics of the one installed

on the Distribution Nodes. o One (01) server with the same characteristics of the one installed

on the NOC for data management.

o One (01) battery bank with the same technical characteristics used in the Equipment Room of the NOC.

o Dos (02) battery banks with the same technical characteristics used in optical nodes.

o OTDR (Optical Time Domain Reflectometer) measuring devices

including the launch cable and pathcords. These devices will have, at least, the following characteristics: - Minimum dynamic range of 40 dB. - Measurement report in graphic environment and reflectometric

trace. - Measurement module for single mode optical fiber G652.D. - Minimum measurement capacity in the O and C band. - Capacity to analyze the results in both directions and show an

average as a result. o Fusion splicer to align the optical fibers based on their cores,

including an automatic cutter and scanning probe to determine the cleanliness of connectors.

o One fiber optic cable reel for each one of the two types of spans

most used when laying the transport network.

o Five (5) centrifuged reinforced concrete or fiberglass reinforced polyester poles with the technical characteristics used in the transport network.

o A sufficient number of cabinets suitable for storing the routers,

servers, and measuring devices and tools.

o A double cabin pickup truck with, at least, mechanical transmission, 4x4 all-terrain four-wheel drive, 2,400 or 2,700 cc, turbo intercooler diesel engine, ABS brakes with EBD, emergency lights, undercoating, spot light, fog lights, metallic roll-bars safety cage, airbags (driver and passenger), electric windows and latches, minimum load of 820 Kg, 17” rims with AT tires for all kind of ground, 150,000 Km warranty. It shall also have the appropriate insurance

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

96

and a set of safety accessories (fire extinguisher, wheel wrench, hydraulic jack, security triangle, first aid kit, etc.) and a spare tire.

Located in the Province of Huarochirí

o At least two (02) battery banks with the same technical characteristics used in optical nodes.

o Fusion splicer to align the optical fibers based on their cores, including an automatic cutter and scanning probe to determine the cleanliness of connectors.

o Five (5) centrifuged reinforced concrete or fiberglass reinforced polyester poles with the same technical characteristics used in the transport network.

o One fiber optic cable reel for each one of the two types of spans most used when laying the transport network.

o A double cabin pickup truck with, at least, mechanical transmission, 4x4 all-terrain four-wheel drive, 2,400 or 2,700 cc, turbo intercooler diesel engine, ABS brakes with EBD, emergency lights, undercoating, spot light, fog lights, metallic roll-bars safety cage, airbags (driver and passenger), electric windows and latches, minimum load of 820 Kg, 17” rims with AT tires for all kind of ground, 150,000 Km warranty. It shall also have the appropriate insurance and a set of safety accessories (fire extinguisher, wheel wrench, hydraulic jack, security triangle, first aid kit, etc.) and a spare tire.

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

97

APPENDIX No. 6

MINIMUM CONTENT OF SPARE PARTS FOR EACH MAINTENANCE CENTER

ICA

MAINTENANCE CENTER

MINIMUM EQUIPMENT

Located in the region’s capital

o Two (02) fiber optic transmission cards with the same characteristics used in the Core Node.

o Two (02) routers with the same characteristics of the one installed on the Aggregation Nodes.

o Three (03) routers with the same characteristics of the one installed

on the Distribution Nodes. o One (01) server with the same characteristics of the one installed

on the NOC for data management.

o One (01) battery bank with the same technical characteristics used in the Equipment Room of the NOC.

o Two (02) battery banks with the same technical characteristics used in optical nodes.

o OTDR (Optical Time Domain Reflectometer) measuring devices

including the launch cable and pathcords. These devices will have, at least, the following characteristics: - Minimum dynamic range of 40 dB. - Measurement report in graphic environment and reflectometric

trace. - Measurement module for single mode optical fiber G652.D. - Minimum measurement capacity in the O and C band. - Capacity to analyze the results in both directions and show an

average as a result. o Fusion splicer to align the optical fibers based on their cores,

including an automatic cutter and scanning probe to determine the cleanliness of connectors.

o One fiber optic cable reel for each one of the two types of spans

most used when laying the transport network.

o Five (5) centrifuged reinforced concrete or fiberglass reinforced polyester poles with the technical characteristics used in the transport network.

o A sufficient number of cabinets suitable for storing the routers,

servers, and measuring devices and tools.

o A double cabin pickup truck with, at least, mechanical transmission, 4x4 all-terrain four-wheel drive, 2,400 or 2,700 cc, turbo intercooler diesel engine, ABS brakes with EBD, emergency lights, undercoating, spot light, fog lights, metallic roll-bars safety cage, airbags (driver and passenger), electric windows and latches, minimum load of 820 Kg, 17” rims with AT tires for all kind of ground, 150,000 Km warranty. It shall also have the appropriate insurance

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

98

and a set of safety accessories (fire extinguisher, wheel wrench, hydraulic jack, security triangle, first aid kit, etc.) and a spare tire.

Located in the province capitals

o At least two (02) battery banks with the same technical characteristics used in optical nodes.

o Fusion splicer to align the optical fibers based on their cores, including an automatic cutter and scanning probe to determine the cleanliness of connectors.

o Five (5) centrifuged reinforced concrete or fiberglass reinforced polyester poles with the technical characteristics used in the transport network.

o One fiber optic cable reel for each one of the two types of spans most used when laying the transport network.

o A double cabin pickup truck with, at least, mechanical transmission, 4x4 all-terrain four-wheel drive, 2,400 or 2,700 cc, turbo intercooler diesel engine, ABS brakes with EBD, emergency lights, undercoating, spot light, fog lights, metallic roll-bars safety cage, airbags (driver and passenger), electric windows and latches, minimum load of 820 Kg, 17” rims with AT tires for all kind of ground, 150,000 Km warranty. It shall also have the appropriate insurance and a set of safety accessories (fire extinguisher, wheel wrench, hydraulic jack, security triangle, first aid kit, etc.) and a spare tire.

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

99

APPENDIX N° 6

MINIMUM CONTENT OF SPARE PARTS FOR EACH MAINTENANCE CENTER

AMAZONAS

MAINTENANCE CENTER

MINIMUM EQUIPMENT

Located in the region’s capital

o Two (02) fiber optic transmission cards with the same characteristics used in the Core Node.

o Two (02) routers with the same characteristics of the one installed on the Aggregation Nodes.

o Three (03) routers with the same characteristics of the one installed

on the Distribution Nodes. o One (01) server with the same characteristics of the one installed

on the NOC for data management.

o One (01) battery bank with the same technical characteristics used in the Equipment Room of the NOC.

o Two (02) battery banks with the same technical characteristics used in optical nodes.

o OTDR (Optical Time Domain Reflectometer) measuring devices

including the launch cable and pathcords. These devices will have, at least, the following characteristics: - Minimum dynamic range of 40 dB. - Measurement report in graphic environment and reflectometric

trace. - Measurement module for single mode optical fiber G652.D. - Minimum measurement capacity in the O and C band. - Capacity to analyze the results in both directions and show an

average as a result. o Fusion splicer to align the optical fibers based on their cores,

including an automatic cutter and scanning probe to determine the cleanliness of connectors.

o One fiber optic cable reel for each one of the two types of spans

most used when laying the transport network.

o Five (5) centrifuged reinforced concrete or fiberglass reinforced polyester poles with the technical characteristics used in the transport network.

o A sufficient number of cabinets suitable for storing the routers,

servers, and measuring devices and tools.

o A double cabin pickup truck with, at least, mechanical transmission, 4x4 all-terrain four-wheel drive, 2,400 or 2,700 cc, turbo intercooler diesel engine, ABS brakes with EBD, emergency lights, undercoating, spot light, fog lights, metallic roll-bars safety cage, airbags (driver and passenger), electric windows and latches, minimum load of 820 Kg, 17” rims with AT tires for all kind of ground, 150,000 Km warranty. It shall also have the appropriate insurance

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

Special Public Bid – Private Investment Promotion Process for the Execution of the Installation Projects of Broadband for the Comprehensive Connectivity and Social Development in the Amazonas, Ica and Lima Regions Annex No 8-A of the BIDDING TERMS AND CONDITIONS - Technical Specifications of The Transport Network

100

and a set of safety accessories (fire extinguisher, wheel wrench, hydraulic jack, security triangle, first aid kit, etc.) and a spare tire.

Located in province capitals

o At least two (02) battery banks with the same technical characteristics used in optical nodes.

o Fusion splicer to align the optical fibers based on their cores, including an automatic cutter and scanning probe to determine the cleanliness of connectors.

o Five (5) centrifuged reinforced concrete or fiberglass reinforced polyester poles with the technical characteristics used in the transport network.

o One fiber optic cable reel for each one of the two types of spans most used when laying the transport network.

o A double cabin pickup truck with, at least, mechanical transmission, 4x4 all-terrain four-wheel drive, 2,400 or 2,700 cc, turbo intercooler diesel engine, ABS brakes with EBD, emergency lights, undercoating, spot light, fog lights, metallic roll-bars safety cage, airbags (driver and passenger), electric windows and latches, minimum load of 820 Kg, 17” rims with AT tires for all kind of ground, 150,000 Km warranty. It shall also have the appropriate insurance and a set of safety accessories (fire extinguisher, wheel wrench, hydraulic jack, security triangle, first aid kit, etc.) and a spare tire.