LOUDOUN COUNTY PUBLIC SCHOOLS Business and Financial Services Procurement Services 21000 Education Court, Suite 301 Ashburn, 20148 Telephone: 571-252-1270 Fax: 571-252-1432

RFP # R19216 LIT OR DARK FIBER CONNECTIVITY FROM WAN TO DATA CENTER

ISSUE DATE: Tuesday, January 15, 2019

ACCEPTANCE DATE: Friday, February 22, 2019 at 2:00 PM

ACCEPTANCE PLACE: Loudoun County Public Schools Business and Financial Services Procurement Services 21000 Education Court, Suite 301 Ashburn, VA 20148 Tel: 571-252-1270 Fax: 571-252-1432

➢ Requests for information related to this Proposal should be directed to Hind Zegoud, Procurement Supervisor at [email protected] and Andrea Philyaw, Procurement Director at [email protected]

➢ This document can be downloaded from our website: www.lcps.org; click on Procurement, then “Current Solicitations”.

IF YOU NEED ANY REASONABLE ACCOMMODATION FOR ANY TYPE OF DISABILITY IN ORDER TO PARTICIPATE IN THIS PROCUREMENT, PLEASE CONTACT ANDREA PHILYAW AT 571-252-1270 OR [email protected]

LOUDOUN COUNTY PUBLIC SCHOOLS Ashburn, VA 20148

TO WHOM IT MAY CONCERN:

Loudoun County School Board d/b/a Loudoun County Public Schools and/or LCPS is extending a Request for Proposal to your company. We hope that you will consider entering a proposal. The information necessary to submit a proposal is here within contained.

Pursuant to and in compliance with this document and its enclosures hereinafter referred to as the Contract Documents for: RFP# R19216 LIT OR DARK FIBER CONNECTIVITY FROM WAN TO DATA CENTER ; the undersigned, having become thoroughly familiar with the terms and conditions of this document and with the local conditions which may affect performance and costs, hereby proposes and agrees to furnish all services hereinafter specified, and to fulfill the intent of this agreement in accordance with this document as interpreted by Loudoun County Public Schools. The proposer hereby designates as his office to which correspondence shall be delivered.

Company Name:

Federal Identification Number or Social Security Number:

Authorized Agent (TYPED NAME):

Signature (IN BLUE INK):

Address:

Telephone Number/Toll Free (if available): Extension:

Fax Number:

E-Mail Address:

Date:

VA SCC Number:

2 Loudoun County Public School RFP# R19216 Lit or Dark Fiber Connectivity from WAN to Data Center

TABLE OF CONTENT

1. PURPOSE ...... 4 2. CONTRACT PERIOD ...... 4 3. COMPETITION INTENDED ...... 4 4. BACKGROUND ...... 4 5. GENERAL REQUIREMENTS ...... 5 6. SERVICES REQUESTED ...... 12 7. INSTRUCTIONS FOR PREPARING AND SUBMITTING PROPOSALS ...... 27 8. EVALUATION CRITERIA: ...... 29 EXHIBIT A – VENDOR DATA SHEET ...... 32 EXHIBIT B: PROPOSAL EXCEPTIONS ...... 33 EXHIBIT C: PROPRIETARY CONFIDENTIAL INFORMATION IDENTIFICATION ...... 34 EXHIBIT D: COMPLIANCE WITH VIRGINIA LAW FOR TRANSACTING BUSINESS IN VIRGINIA...... 35 EXHIBIT E – PRICING SCHEDULE ...... 36 EXHIBIT F – DEFINITIONS AND SPECIFIC TERMINOLOGY ...... 42 EXHIBIT G – STANDARD CONTRACT ...... 42 9 GENERAL PROVISION ...... 44 10 APPENDIX ...... 56

3 Loudoun County Public School RFP# R19216 Lit or Dark Fiber Connectivity from WAN to Data Center

1. PURPOSE The purpose of this Request for Proposals (RFP) is to establish a multiple term contract through competitive negotiations with qualified source(s) to provide a fiber-based network infrastructure from LCPS Wide Area Network (WAN) for all campuses and facilities to the newly established District Data Center located in the QTS Dulles (IAD2) Virginia Data Center, 1506 Moran Road, Dulles, VA 20166. Loudoun County Public Schools hereinafter referred to as “LCPS” or “District” will issue a Notice to Proceed prior to evoking the contract start date. Specific project schedules will be coordinated with the successful proposer following contract award.

2. CONTRACT PERIOD A Lit fiber service contract shall be for a period of five (5) years with the option to renew for one (1) additional five (5) years period. A Leased Lit fiber service contract shall be for a period of five (5) years with the option to renew for one (1) additional five (5) years period with the ability to upgrade to additional bandwidth. A Dark Fiber Lease or Irrevocable Right of Usage (IRU) Fiber contract shall be for five (5) years with the option to renew for one (1) additional five (5) years period. This contract may be renewed at the expiration of its term by agreement of both parties. Contract renewals must be authorized by and coordinated through the Office of Procurement Services. LCPS reserves the right to extend the contract after the final term for one (1) additional one-year period.

3. COMPETITION INTENDED Nothing herein is intended to exclude any responsible service provider or in any way restrain or restrict competition. On the contrary, all responsible service providers are encouraged to submit proposals. In signing this proposal, offerors are certifying that this proposal is made without any previous understanding, agreement or connection with any person, firm or corporation making a proposal for the same materials, supplies or equipment and/or services and is in all respects fair without collusion or fraud.

LCPS will follow the procurement processes of LCPS and the E-Rate Rules of open and fair competitive negotiation process.

4. BACKGROUND LCPS has a fiber based Wide Area Network (WAN) made up of five (5) 10 GbE at NOC, Briar Woods HS, Dominion HS, Academy of Loudoun and Department of Information Technology (DIT), 62 1Gb and 33 100Mb services provided by Verizon Virginia LLC.

The District plans to replace the current WAN and build a long-term fiber infrastructure for the District. The proposed solution provides a Super Ring Design with 8 Hub/Aggregation Sites and 8 Sub Rings. Each campus will be connected on a subring with a pair of fiber allocated to each facility. TABLE DISTRICT HUB SITES Hub Sites Entity Address City State Zip NETWORK OPERATION CENTER 16052564 21000 Education Court ASHBURN VA 20148 BRIAR WOODS HIGH SCHOOL 16028063 22525 Belmont Ridge Rd ASHBURN VA 20148 4 Loudoun County Public School RFP# R19216 Lit or Dark Fiber Connectivity from WAN to Data Center

42075 Loudoun Academy ACADEMIES OF LOUDOUN TBD Drive LEESBURG VA 20175 235196 21326 Augusta Dr. STERLING VA 20164 FREEDOM HIGH SCHOOL 16028064 25450 Riding Center Dr. SOUTH RIDING VA 20152 POTOMAC FALLS HIGH SCHOOL 21895 46400 Algonkian Pkwy STERLING VA 20165 RIVERSIDE HIGH SCHOOL 16084324 19019 Upper Belmont Pl LEESBURG VA 20176 TUSCARORA HIGH SCHOOL 16066077 801 N King St LEESBURG VA 20176 16065992 36811 Allder School Rd PURCELLVILLE VA 20132

LCPS’s current NOC, Internet Point of Presence and Data Center are located at 21000 Education Court, Ashburn, VA 20148. Additional Data Center services and Internet POP are located at DIT. LCPS is migrating and consolidating the Data Center Services to the QTS Dulles (IAD2) Virginia Data Center, 1506 Moran Road, Dulles, VA 20166 and migrate from the current service points of presence (NOC and DIT) starting in the Spring 2019.

It is the intent of this request for proposals to implement a Lit or Dark fiber network connectivity solution to connect the District WAN and all WAN-connected facilities to the new Data Center. The fiber-based Data Center Connectivity solution will provide a scalable, reliable and high-performance network infrastructure that provides the bandwidth for all campuses to connect to the Data Center and Internet.

The solution will be implemented in Three Phases: 1) Phase 1 in the Spring 2019 - 40 Gb Ethernet (40 GbE) from the LCPS Network Operation Center NOC at the Administration Building at 21000 Education Court, Ashburn, VA 20148 to the Data Center; 2) Phase 2 in the Summer 2019 - 40 GbE Briar Woods Network Aggregation Site (NAS) at 22525 Belmont Ridge Rd., Ashburn, VA 20148 to Data Center , 3) Optional Phase 3 in Spring 2020 – Upgrade to 100 Gb connectivity from NOC, NAS - Briar Woods HS and add a connection as an optional/alternative NAS #2 planned at Loudoun Academy to the contracted Data Center. The proposal requests a comprehensive solution. The District would consider a consolidated Phase 1 and Phase 2 if both services can be available by Spring 2019.

LCPS request proposal for leased lit and/or leased dark fiber broadband networks as described in the 2014 Second E-rate Order (FCC 14-189). LCPS will evaluate proposal that include all eligible costs include monthly charges, special construction, installation and activation charges, modulating electronics and other equipment necessary to make a Category One broadband service functional (“Network Equipment”), and maintenance and operation charges. All equipment and services, including maintenance and operation, will be competitively solicited. This proposal request leased lit or leased dark fiber and all associated cost including maintenance and operation in a competitively negotiation process.

LCPS will seek offers for leased lit or dark fiber and will fully consider proposals for total cost of ownership over the evaluation period. LCPS will seek special construction funding for the upfront, non-recurring costs for the deployment of new or upgraded facilities. The eligible components of special construction are construction of network facilities, design and engineering, and project management.

5. GENERAL REQUIREMENTS

LCPS request proposals for a comprehensive solution that provides fiber-based connectivity from the district Wide Area Network (WAN) to the District newly established Data Center Location at QTS Dulles (IAD2) Virginia Data Center, 1506 Moran Road, Dulles, VA 20166. The District will accept proposals for a Lit Fiber 5 Loudoun County Public School RFP# R19216 Lit or Dark Fiber Connectivity from WAN to Data Center

Services based on a service provider public network service, a Lit Fiber Service with special construction and equipment specifically implemented to the LCPS initiative and a Dark Fiber Service based on existing and/or with special construction specifically implemented for LCPS. It is not the intent of the RFP to build a private fiber network that is built and used exclusively by LCPS but instead to contract for a fiber service from an existing or fiber-based network, or to contract for a leased lit or Leased or Irrevocable Right of Usage Dark Fiber network that is part of a fiber network solution from a provider that LCPS’s Data Center Connectivity project is the foundation. LCPS request a lit optical Ethernet service or a dark fiber lease solution that will support a baseline of 40 Gb of bandwidth from the Admin/NOC location to the data center that will increase bandwidth through with an additional 40 Gb bandwidth from the Briar Woods Network Aggregation Site #1 (NAS#1) to the data center. LCPS request the ability to upgrade bandwidth from each contracted site with an additional 40 GbE or 1 x 100 GbE from each site within the term of the contract. LCPS request an option to add an additional site to the solution at the Network Aggregation Site #2 at the Academies of Loudoun with a connection, 40 GbE or dark fiber, to the data center with the ability to upgrade to 100 GbE within the term of the contract. This RFP request lit or fiber optical services that can be implemented in Phases. LCPS request immediate (Spring 2019) connectivity from the existing WAN Network Operation Center at the Administration Building to the Data Center to begin the move of the existing Data Center at 21000 Education Court and DIT to the new contracted Data Center. Phase 1 will require 40 Gb of bandwidth and can be either a 40 Gb Ethernet connection or 4 x 10 Gb Ethernet Connections or a dark fiber service that LCPS will light with 40 Gb QSFP+ optics. Phase 2 will connect the existing Network Aggregation Site #1 at Briar Woods High School to the Data Center. The optional Phase 3 to connect the will be implemented after the new fiber network is completed. The provider can recommend and provide an alternative offer in Phase 3 of an alternative hub site for connectivity (ANAS) if the alternative is a better solution based on the providers network and provides LCPS a better solution based on the solution design, cost and provides service. LCPS expects to contract Phase 1 for implementation in the Spring of 2019 and full cut-over to the contracted data center by July 1, 2019 with Phase 1 and Phase 2 connectivity. TABLE: DISTRICT SITES BASE offer: PHASE 1 NOC NETWORK OPERATION CENTER 21000 EDUCATION COURT ASHBURN VA 20148 NOC PHASE 2 NAS BRIAR WOODS HIGH SCHOOL 22525 BELMONT RIDGE RD ASHBURN VA 20148 Hub OPTIONAL/ALTERNATIVE SOLUTIONS NAS2 ACADEMIES OF LOUDOUN 42075 Loudoun Academy Drive LEESBURG VA 20175 Hub ANAS OTHER HUB LOCATIONS

The proposal will provide connectivity from the NOC AND NAS(s) to the district data center. For a lit fiber solution, the proposal should provide connectivity from the NOC and NAS1 to a Data Center(s) with 40 Gb bandwidth scalable to 100 Gb bandwidth within the initial term of the contract from each site. The solution can provide the 40 Gb bandwidth with 40 GbE or 4 x 10 GbE. The proposal will provide a 40 GbE and/or 100 Gb bandwidth from NOC and NAS1 to the Data Center as an upgrade option. A proposer can provide a solution that will provide 100 Gb connectivity from any alternative hub sites to the Data Center. LCPS currently has 10 GbE and 40 GbE interfaces in the core router. The proposal should include the type of SFP or QSFP required to connect to the service. 6 Loudoun County Public School RFP# R19216 Lit or Dark Fiber Connectivity from WAN to Data Center

For a dark fiber solution, the proposal should provide a Single Mode pair of fiber from the NOC and NAS1. A proposer can provide a solution that will provide a Single Mode Fiber Pair from any alternative hub site to the Data Center. The proposal should provide the option for the District to lease an additional pair of fiber from the defined locations. The following diagrams represent a high-level design model of the requested services. It is the intent of the district to light the dark fiber with DWDM optical equipment with 100 Gb scalable from 200 Gb. For equipment to light dark fiber, the proposal should design and plan for a geographically route protected solution by utilizing an existing pair of single mode dark fiber between the NOC and Briar Woods NAS sites. The proposal should also include an option for an optical protection switch to add further resiliency to the solution. The provider should estimate the distance and document the assumed/required fiber characteristics supported by the proposed equipment.

DESIGN MODEL FOR LCPS DATA CENTER INTERCONNECT NETWORK DESIGN PLAN PHASE 1 – Spring 2019

7 Loudoun County Public School RFP# R19216 Lit or Dark Fiber Connectivity from WAN to Data Center

DESIGN MODEL FOR LCPS DATA CENTER INTERCONNECT NETWORK DESIGN PLAN PHASE 2 – Summer 2019

DESIGN MODEL FOR LCPS DATA CENTER INTERCONNECT NETWORK DESIGN PLAN FULL DEPLOYMENT OPTION – Summer 2020

8 Loudoun County Public School RFP# R19216 Lit or Dark Fiber Connectivity from WAN to Data Center

5.1 Priority Design Requirements The proposal will provide a solution that meets the near term and long-term priority design requirements of the district including: • Capacity: WAN to Data Center Bandwidth Requirements: Minimum Bandwidth is 2 x 40 GB Ethernet lit fiber for 40 Gb from NOC and 40 Gb from NAS1 or a dark fiber solution that will be lit with a Dense Wave Optical Solution (DWDM) with 40/100 Gb. • Scalable: must show a clear solution with associated cost to meet the immediate needs of the district, 40 Gb from NOC and NAS1, with the ability to upgrade to 100 Gb or to add additional HUB sites to the data center connection for additional bandwidth. • Reliable: Utilize multiple connections – 2 sites used as aggregation sites to connect to the data center to provide the connectivity bandwidth requirements and to increase the reliability and resiliency of the network. The solution provides high availability through geographic diverse routes, optical protection or other solutions. • Sustainable: The solution will be evaluated on a 5 Year total cost of ownership with consideration of the proposed service cost and the district’s equipment, support and maintenance cost to fully utilize the proposed solution. • Performance: Leverage the District fiber WAN design fully to provide the optimal campus connectivity. Performance will be evaluated both on the solution provided and the performance from the Campus to Data Center Services with the proposed link.

TABLE BANDWIDTH REQUIREMENTS SETDA, FCC WAN AND INTERNET TARGETS Recommendations for Designing and Building Networks Current LCPS Services WAN RECOMMENDATIONS TARGETS INTERNET RECOMMENDATIONS TARGETS Connections to each school to link to the internet via a district aggregation point and for Circuit based. in-house administrative functions 2017-18 Targets 2017-18 Targets 20 Gb At least 10 Gbps per 1,000 users At least 0.7 Gbps per 1,000 users^ 2020-21 Targets 2020-21 Targets Approximately 115 Gb At least 10 Gbps per 1,000 users At least 2.0 Gbps per 1,000 users *User: students, teachers, administrators, staff, and guests LCPS CURRENT NETWORK IN GB 115 Gb 20 Gb LCPS BASE TARGETS IN Gb from SETDA 932.37 89.637 REQUESTED CONNECTIVITY 200 Gb Scalable Additional 10 Gb (separate RFP)

The proposal will provide a solution that meets the near term and long-term priority design requirements of the district including:

DESIGN REQUIREMENT SERVICE OBJECTIVE

Capacity for WAN Connectivity to each campus See near and long-term targets per campus in Table 1.0.8.

9 Loudoun County Public School RFP# R19216 Lit or Dark Fiber Connectivity from WAN to Data Center

Access to Service Points within the District Campus has access to both the NOC and to the Network Aggregation Site for services.

Security Not accessible to outside access.

For Lit Fiber or Equipment to Light Dark Fiber, Encryption available without degradation of network performance.

Reliability Available to provide access to multiple District Hub Sites.

No or few collapsed laterals for fiber routes.

Service and Response solution is local.

Campus connectivity is not affected by other campus site for access to Service Points.

Scalability Aggregate bandwidth locations – Hubs to NOC, NAS and Data Center Connectivity – can scale bandwidth as needed within the term of the contract.

For dark fiber, additional fiber pair is available.

Sustainability Cost effective solution to meet the design requirements over an extended evaluation time line.

Low maintenance and low upgrade cost.

Low operations cost.

Fiber infrastructure design is flexible to allow for growth, maintenance,

Performance Meets target technical specifications. Low latency, protocol independent transport, minimum routing layers.

10 Loudoun County Public School RFP# R19216 Lit or Dark Fiber Connectivity from WAN to Data Center

5.1.1 E-Rate Requirements: It is anticipated that some or all of the costs associated with this proposal shall be eligible for the E-Rate discount under the Federal Communications Commission (FCC) Universal Service Provision (FCC 97‐157); therefore, the selected Proposer must understand and comply with all FCC rules and regulations relative to E‐Rate. The selected Proposer must also have a valid 498 ID (Service Provider Identification Number – SPIN). E‐Rate discounts can be applied to special construction charges in the first year of the contract. If special construction charges are solicited, please provide an installment plan for LCPS’S non‐discount share for annual payments over four years. For the purposes of the E-rate Program, special construction charges are the upfront, non-recurring costs of deploying new fiber or upgraded facilities to E-rate eligible entities. Special construction consists of three components: Construction of network facilities; Design and engineering; and Project management. The district will consider terms of 5 years for the proposals. E‐rate rules require comparing the cost of the Leased dark fiber network to Leased Lit fiber network option and awarding the most cost‐effective network solution. 5.1.1.1 Notice for Special Construction Proposals All E‐rate applications including special construction that includes fiber are subject to review and detailed questioning. Proposals that include special construction should provide or be prepared to promptly provide the following information: 1. A map file of the proposed fiber route in KMZ or JSON format 2. The cost per foot of fiber 3. The cost per foot of fiber installation (splicing, pulling through conduit, hanging on poles) 4. The cost per foot of outside plant materials (conduit, handholes, aerial make ready materials) 5. The cost per foot of outside plant (trenching, handhole and marker installation, installation of aerial makes ready materials) Proposers should allocate only the eligible cost of special construction to LCPS for fiber strands and associated services if additional fiber is installed as part of the project. 5.1.1.2 Required Notice to Proceed and Funding Availability and E-Rate Reimbursement: LCPS will follow the purchasing policies of the Loudoun County School Board and requirements and procedures of the FCC’s E‐Rate program as administered by the Universal Service Administrative Company to be eligible for all available funding. The implementation of any associated contracts resulting from this competitive solicitation process will be dependent on the district's’ issuance of a written Notice to Proceed. Vendors wishing to submit a proposal response must be a Certified Telecommunications Utility (CTU), as defined by the Public Utility Commission (PUC), and/or have been authorized to provide basic local telecommunications services pursuant to a Certificate of Convenience and Necessity (CCN), a Certificate of Operating Authority (COA), or a Service Provider Certificate of Operating Authority (SPCOA) issued by the PUC. In addition, vendors wishing to submit a proposal response must have been granted Right-of-Way use pursuant to an executed agreement for Joint Use of Utility Poles with any company that the proposal includes use of the Right-of-Way or Joint Use of Utility Poles. Final authorization by LCPS for the purchase of any or all goods and/or services, hereafter described in this document, MAY be contingent upon the award of funding (a Funding Commitment Decision Letter) from the Schools and Libraries Division of USAC for the 2019 E‐Rate Funding Year.

11 Loudoun County Public School RFP# R19216 Lit or Dark Fiber Connectivity from WAN to Data Center

LCPS may at its discretion and prior to any notice to proceed, cancel the agreement due to lack of funding appropriations including E-Rate funding or State and E-Rate Match. All requests for payment by the selected Proposer must be made by written invoice to LCPS. Goods and/or services may not be delivered to LCPS before a written Notice to Proceed. Proposer may not issue written invoices before July 1, 2019. Invoices must show the full amount of the cost of goods and/or services provided to LCPS for the invoice period. Invoices must also provide the following: 1. An itemization of those goods and/or services that are eligible for E‐Rate reimbursements, and those that are not eligible for E‐Rate reimbursement. (The itemization could include a bill of materials for any eligible special construction costs if the proposer requests special construction reimbursement for new build segments necessary to deliver leased lit service or leased dark fiber.) 2. An itemization of invoice amounts that are allocated for payment through E‐Rate, and those that are to be paid directly by LCPS. LCPS shall pay only the invoice amounts, not otherwise disputed by LCPS, allocated on the invoice for payment directly by LCPS. By submitting a proposal, the selected Proposer understands, acknowledges and agrees that LCPS will not pay any invoice amounts identified and allocated for payment through E‐Rate. The selected Proposer shall be responsible to prepare and file with the FCC a Form 474 (SPI Form) to request payment of those invoice amounts allocated for payment through the E‐Rate program. The selected Proposer will be paid for the E‐rate eligible goods and/or services through the E‐Rate program only after a Funding Commitment Decision Letter has been issued through the E‐Rate program. Prices quoted shall be all‐inclusive and represent complete installation and operation at the sites listed in the attached specifications. The Vendor shall be responsible for all equipment, software, parts, labor, and all other associated apparatus necessary to completely install, test, and turnover for acceptance of the fiber optic WAN detailed herein. E‐rate funding notification alone will not signify Notice to Proceed. The district will have the right to allow the contract to expire without implementation if appropriate funding does not come available. 6. SERVICES REQUESTED 6.0 SERVICES REQUESTED 6.1 Lit Fiber Network Service Proposal Requirements: The objective of this Proposal option is to obtain a proposal for high‐speed broadband data and network connectivity from the LCPS WAN to the District data center. The District request a robust Data Center Interconnect solution. The proposer will provide all materials, labor, easements, permits, right of ways, pole attachments, technical support, maintenance and operations of the fiber infrastructure for this service. The proposer will abide by all local, home owner, municipal, county and state easement and right of way ordinances. The proposer is responsible for obtaining the appropriate authorization for the easements, permits, right of ways, pole attachments and maintaining said agreements. The proposer is responsible for survey, inspection and associated make-ready for any components used to deliver the fiber network. The proposer will provide all equipment, technical support, maintenance and operations of both the equipment and fiber infrastructure for this service. It is the responsibility of the proposer for quality assurance, testing, and inspection of the service upon delivery to LCPS. LCPS will require 40 Gb, 1) 40 Gb fully-managed, protected optical wavelength-based service circuits with the ability to scale to 100 Gb within the term of the contract from the NOC to the data center and from NAS 1 to data center or 2) an alternative MPLS service, or 3) an alternative Metro Ethernet for each proposed connection. The proposals will be evaluated for meet the needs of the district based on these tiers.

12 Loudoun County Public School RFP# R19216 Lit or Dark Fiber Connectivity from WAN to Data Center

LCPS request proposals for optional/additional phases of the project that would connect NAS2 and/or alternative hub sites to the data center options. The proposal should provide detailed technical descriptions of the service. LCPS will give additional evaluation point for an optical wavelength solution due to the ability for the solution to meet the District’s needs in the area of Design Requirements. LCPS will evaluate the solutions that meet the District’s needs in the most cost-effective solution over a long- term contract evaluation. The proposal for a Layer 2 solution should provide evidence and explanations of how a Layer 2 solution will provide comparable or better services to meet the design requirements over an optical solution. The fiber network that supports the lit service have a robust design that provides a high level of service availability and lack of down time and maintenance. The underlying fiber network will have diverse, non-collapsed public routes when possible to meet the design requirements and to provide the most cost-effective overall design. Total cost of ownership is the highest weighted criteria for selection. LCPS consider this service as a foundational infrastructure component of the overall information technology system. LCPS will consider and evaluate multiple terms and contract vehicles for the solutions. For a lit fiber service, a five-year service contract with an additional five (5) year term option with a two (1) year optional voluntary extension after the final term. The proposal will provide for one-time cost including but not limited to, easements, routes, pole attachments, project management, engineering, capital expenditures, network resource allocation and/or build out. All non- recurring cost should be specified as installation or special construction within the definition of E-Rate rules. The monthly recurring charges should reflect maintenance and operations of the network for the district. The acceptable lit fiber solution should provide for a one-time cost for to upgrade to 100 Gb per site or a one- time cost to increase the 40 Gb services to higher bandwidth. 6.1.1 Lit Fiber NAS Connectivity Technical Specifications The proposed Leased Lit Fiber Network solution must provide a network design in which: 1. The proposal must provide the base bandwidth of 40 Gb Ethernet connection at the NOC and NAS1 for a total of 80 Gb WAN connectivity to the Data Center for the District. 2. The proposal may provide an additional service for connectivity from NAS 2 and/or at alternative hub sites as defined by the provider based on optimizing the providers network to the Data Center. 3. The proposal must provide the ability to upgrade additional bandwidth with an additional 40 GbE or 1 x 100 GbE. At each site, the solution should scale to 100 Gb bandwidth. 4. The proposal must provide connectivity from the two identified sites to the data center options. Within the solution, these connections will not utilize the same network routes or have collapsed fiber segments. Additional value if there are no shared facilities or services for each transport from the site to data center facility. 5. The proposal must provide a solution that meets the near term and long-term design components of the district including the priority requirements. 4 Acceptable lit fiber-based solution must include, but are not limited to, optical networking using wavelength- division multiplexing (WDM), Layer 2 Multi-Protocol Label Switching (MPLS) or Layer 2 Metro Ethernet. 5 Ethernet frames containing a 1500‐byte payload (for a total minimum supported Ethernet frame size of 1542 bytes), must be allowed and flow as a single complete frame without any fragmentation by the provider’s equipment. 13 Loudoun County Public School RFP# R19216 Lit or Dark Fiber Connectivity from WAN to Data Center

6 Protocols and network configurations including but not limited to, QoS, Multicast, Unicast, Layer 3 routing, 802.1q tagged frames, 802.1ad provider bridging, VLAN will be passed through the provider untouched and delivered according to LCPS. These services will follow open standard and industry best practices. 7 WAN performance must support jitter and latency sensitive applications and services including but not limited to, Video over IP, VOIP, and multi-Data Center Synchronous Applications. The included service level agreement should include the average jitter values and network latency between points within the network and the disclosure by what method these values will be calculated. For example, IETF standards for RTP such as RFC 3550 and RFC 3611 defines some methods such as Mean packet to packet delay variation, Mean absolute packet delay variation, Packet delay variation histograms and Y.1541 IPDV Parameter. 8 The network latency target must be less than 2 millisecond (ms) between sites. This is the performance the district could lit the fiber with Ethernet Transceivers or DWDM optical equipment with dark or self- provisioned fiber. 9 The proposed network will be capable of transparently transporting all aspects of Ethernet LAN protocols. 10 The network interface to the customer’s CPE may be a 10 GbE and 40 GbE. The proposal will clearly define the Ethernet transceiver interface type required for each service connection. 11 Performance metrics on contracted circuits must be provided to LCPS staff within 24 hours of request. 12 LCPS must be notified a minimum of one week of any network changes or planned network maintenance including QoS changes, network monitoring changes or any other network changes that may have a positive or negative effect on performance as outlined in the RFP and a minimum of 24 hours on network changes due to emergency incidents. 13 The provided connection must be tested to prove performance before it will be considered complete and usable. Testing according to ITU‐T Y.156sam or RFC‐2544 for performance, frame‐loss and latency is preferred but detailed performance, frame‐loss, latency and QOS test disclosure is also acceptable. Testing must validate the minimum frame size specified is supported. 14 Every connection receives AND transmit capacity must each meet or exceed the bandwidth amount that is proposed. Testing must validate that capacity meets the amount purchased before the connection will be considered complete and usable. 15 Interface to proposed network will be at the main distribution frame (MDF) in each site, and termination equipment shall be wall mounted in the building designated MDF closet. Demarcation of Vendor's network will be a clear and well‐defined physical interface and be located at the site’s Main Distribution Facility as identified by the District designated person. 16 Equipment needing to be rack mounted will be mountable in industry‐standard rack facilities. 17 Proposal will include dimensional and environmental requirements of equipment selected for installation at "District" sites. The proposal shall include the termination requirements for space and power. 18 Vendors are encouraged to provide a lit fiber solution that provides scalability and reliability. The Vendor will describe the network design and typology that supports these technical design evaluation criteria. 19 The dedicated bandwidth must not be affected by other customer network load on the service provider network. Fiber Terminations, Cross Connect and End to End Service: The service will be terminated in the facilities Main Communication (MC) closet in the network rack. The service will be terminated on a new fiber panel provided with the project. The proposal should detail the termination requirements including space and power for the service. The proposal will document the interface that will be provided to LCPS from the service.

14 Loudoun County Public School RFP# R19216 Lit or Dark Fiber Connectivity from WAN to Data Center

The service would be terminated in the Carrier Meet Me Rooms of the contracted data center. LCPS request the proposal include the data center cross connects from the MMR to the LCPS rack. It is the responsibility of the service provider to plan for route and access into the NOC, NAS1, NAS2 and Data center facilities. 6.1.2 Lit Fiber Proposal Cost Proposals will address the impact of normal growth, as well as planned and unplanned network expansion or service enhancement. All prices shall be proposed as an individual location/school cost on a recurring or non‐ recurring basis. All Proposer costs must be reflected in either the monthly recurring or non‐recurring charges. All fees, taxes and pass‐through charges such as USF must also be included in the cost. Estimated fees are acceptable but no fees may be omitted from the proposal. No additional charges will be accepted. The quantities provided are for the sole purpose of assisting the Proposers in preparation of their proposals and for LCPS to consider the feasibility of the proposed network solutions. LCPS shall not be responsible for any cost that is not identified in the Proposer’s cost proposal. LCPS will not consider proposals that offer discounts based upon the number of network locations that join the network. Any costs which are not eligible for E‐rate discounts must be identified. The proposal prices listed must include the cost of doing business as indicated below. Simply placing a cost number in the appropriate cell is all that is needed. 6.1.2.1 Circuit Cost Circuit costs will be bundled costs and must include all necessary components needed to utilize the circuit at the bandwidth proposal. Network equipment and hardware (non‐CPE) will be part of and included in the itemized circuit costs. The Proposer will include costs for software, warranty, and maintenance of the provided circuits in the service rates. Software includes any initial or upgraded software required by each item of equipment proposed for the network to perform as a fully functional, integrated part of the Proposer’s network and associated service rates. The software costs shall include all of the following applicable costs:

i. Initial purchase and installation costs. ii. Use and licensing fees. iii. Software maintenance costs, including upgrades. iv. All other costs relative to the network such as acquiring and using the software for the life of the network. v. Costs and procedures related to the transfer of the software from damaged or out of service equipment to new equipment and the reprogramming of the software to place equipment spares into service and to meet changing network needs.

6.1.2.2 Installation Charges Non-recurring installation charges including but limited to, installation/set‐up, provisioning, network configuration cost shall be delineated in the cost portion of the proposal. All fees that would be incurred for a fully functioning end‐to‐end connection, whether recurring or non‐recurring, must be included in the cost. All cross-connect, and facilities related charges that would be incurred to physically connect the circuit to LCPS equipment on both ends must be included in the cost. 6.1.2.3 Special Construction Charges

15 Loudoun County Public School RFP# R19216 Lit or Dark Fiber Connectivity from WAN to Data Center

E‐rate discounts can be applied to special construction charges in the first year of the contract. If special construction charges are offered, please provide an installment plan for LCPS’S non‐discount share for annual payments over four years. For the purposes of the E-rate Program, special construction charges are the upfront, non-recurring costs of deploying new fiber or upgraded facilities to E-rate eligible entities. Special construction consists of three components: Construction of network facilities; Design and engineering; and Project management. 6.1.2.4 Quantity LCPS has the option of adding additional services to a site as needed. LCPS reserves the right to purchase any quantity of service above the base proposal. LCPS reserves the right to add sites, remove sites, move connections, increase or decrease bandwidth during the life of the contract. Proposer should include costs for implementing site changes during the contract term. 6.1.2.5 Proposal Cost Tabulation The proposal cost will be tabulated with an intent to award made based on the monthly recurring costs multiplied by the applicable length of service in months, not to include extensions, plus the one‐time non‐recurring costs including installation plus the special construction cost. The proposal will be tabulated with the impact of available funding, including E-rate and State Match, for the total cost to the District.

16 Loudoun County Public School RFP# R19216 Lit or Dark Fiber Connectivity from WAN to Data Center

6.2 Leased Dark Fiber Network 6.2.1 Leased Dark Fiber Service Proposal Requirements: LCPS request leased dark fiber solutions for robust fiber connectivity from the District WAN to the contracted District Data Center. This connectivity will be provided by a pair of Single Mode Fiber from the Network Aggregation Sites for the WAN NOC in Phase 1 of the service; and Briar Woods High School, NAS1 in Phase 2 of the service. An additional/optional proposal will be accepted for fiber connectivity from NAS2 and/or an alternative NAS site as determined by the provider based on optimizing the providers fiber network considered secondarily to requested NAS locations. The District has single mode fiber connectivity between the NOC and NAS1 – Briar Woods High School. The proposer will provide all materials, labor, easements, permits, right of ways, pole attachments, technical support, maintenance and operations of the fiber infrastructure for this service. The proposer will abide by all local, home owner, municipal, county and state easement and right of way ordinances. The proposer is responsible for obtaining the appropriate authorization for the easements, permits, right of ways, pole attachments and maintaining said agreements. The proposer is responsible for survey, inspection and associated make-ready for any components used to deliver the fiber network. The proposer will provide all technical support, maintenance and operations of the fiber infrastructure for this service. It is the responsibility of the proposer for quality assurance, testing, and inspection of the service upon delivery to LCPS. The dark fiber network solution will provide a highly available network that meets the design requirements objectives. It is estimated that a sub ring design fiber network will be that most cost-effective solution to meet the design requirements. The solution will use diverse, non-collapsed routes when possible. Total cost of ownership is the highest weighted criteria for selection. LCPS will consider the added cost to light the dark fiber solution of a proposed dark fiber solution verses a lit optical solution. LCPS will light the fiber with a DWDM Optical Transport Network and Layer 3 Solution. The proposal may include the equipment to light dark fiber as specified below. The Proposer shall provide a dark fiber network solution to meet the District’s immediate and long-term connectivity needs as recommended in the FCC E-Rate Modernization Order. The proposal may be provided as a leased dark fiber or an IRU (Irrevocable right of usage) agreement for the allocated dark fiber strands of the providers network and the fiber network facilities required for the District. The proposal will include all non‐recurring costs (NRC) for installation, provisioning and allocation of existing fiber network and, as defined by E-Rate 2.0 rules, any special construction cost for project management, design and engineering and construction of new network facilities required for the District dark fiber network solution. The proposal will provide the cost of the maintenance and operations of the network as part of the agreement, with yearly cost or a term cost for the term for the full term, any additional terms or optional voluntary extensions. The Proposer shall provide all Fiber Optic cables, Pigtail assemblies, Outdoor Splice Cases and Trays, Handholes, Ducts, Locate Wire, Pull Boxes, and any other consumables and installation hardware necessary to construct and terminate the leased dark fiber network. In addition, the Proposer shall perform all Fusion Splicing, Indoor Fiber Terminations, Cable Testing, and Test Documentation. The Proposer shall provide interior Pull Boxes and EMT conduits to the Main Wiring Closet (MDF), if none are available, at each site. The proposer shall provide comprehensive specifications for their proposed solution and special construction cost detailed as defined below: 1. Route assessment, maps, ROW access and/or easement requirements. 2. Whether fiber will be buried, strung through conduit (existing or newly installed), and/or strung aerially on poles (existing or newly installed), and any associated terms and costs (e.g., pole attachment agreements imposing make‐ready costs, trenching and/or boring costs). 17 Loudoun County Public School RFP# R19216 Lit or Dark Fiber Connectivity from WAN to Data Center

Notice for Special Construction Proposals for Dark Fiber Proposals All E‐Rate applications including special construction that includes fiber are subject to review and detailed questioning. Respondents for special construction should provide or be prepared to promptly provide the following information: 1. A map file of the proposed fiber route in KMZ or JSON format 2. The cost per foot of fiber 3. The cost per foot of fiber installation (splicing, pulling through conduit, hanging on poles) 4. The cost per foot of outside plant materials (conduit, handholes, aerial make ready materials) 5. The cost per foot of outside plant (trenching, handhole and marker installation, installation of aerial make ready materials)

6.2.2 Leased Dark Fiber Technical Requirements: The proposed Leased Dark Fiber Network solution must provide a network design in which: 1. The fiber termination in the site MDF will be in fiber distribution panels. The fiber should be industry standard OSP Single Mode Fiber. All fiber segments installed on the district property from the network splice point to the site MDF should the standard on-premise OSP SMF fiber strand count for the provider or a minimum of 12 strands of SMF. The termination type should be the providers standard type termination but LC connectors are preferred by the district. 2. Any collapsed segments laterals from the providers network to the NOC, NAS1 or NAS2 should be identified. 3. The proposal should include the site entries. 4. Each site should have a pair of fiber allocated to the site. 5. The solution should allow for additional fiber availability within the terms of the contract for LCPS use. Fiber pair should be available upon request based on need and with the intent to light the fiber upon availability to the Districts. Any additional fiber pair would follow the same route as the original pair provided. 6. The fiber design and overall solution will support up to 100 Gb ethernet over a single wavelength connection with the ability to support 200 Gb Ethernet framed connection without additional construction requirements. The estimated distance between each site and the Data Center must be defined. 7. Estimated Cable Performance of the Proposed Solution. LCPS will evaluate the goods and services based on the estimated Link Power Budget of the proposed cable network. The Vendor will provide the estimated Operating Distances of each link. The Vendor will provide an Estimated Link Performance at 1310 nm and 1550 nm based on Splice Losses and two (2) termination connections with the minimum information and in a similar format listed in the table below. 1310nm 1550nm

Originating Destination No Cum. Cum. Cum.

18 Loudoun County Public School RFP# R19216 Lit or Dark Fiber Connectivity from WAN to Data Center

NAS Frame Fiber Length dB Loss dB Loss JHS FR-00287 45-46 69,879 8.99 6.58 BHS FR-00211 61-62 24,087 6.81 5.69

8. The proposal will feature a network typology that utilizes the providers network and infrastructure and the required special construction in the most efficient and effective solution that meets the design requirements, cost, long term maintenance and operations. 9. Additions, Deletion, Move of Sites on the Fiber Network. The proposal will provide a solution to move the data center location within the term of the contract within the metro area. Associated cost to move should be included. 10. This proposal is comprehensive and the service must be provided to both the NOC and NAS1 for an acceptable proposal. Leased Dark Fiber will be the allocation of two strands of single mode fiber from a vendor’s fiber network to connect to the designated service locations. All fiber pairs will be lit and utilized fully to provide bandwidth and access to services. 11. The service provider will provide the conduit and routing from the public right of way onto LCPS facility. The cable will terminate at the LCPS Main Communication closets. The service will be terminated in the facilities Main Communication (MC) closet in the network rack. The service will terminate on a new, provider provided and installed rack mounted fiber distribution panel. The proposal should detail the termination requirements including space and power for the service. The proposal will document the dark fiber or the Ethernet media type that will be provided to LCPS from the service. 12. The provided connection must be tested to prove performance before it will be considered complete and usable. 13. Proposers should provide information on the age, type, and performance of the fiber they are proposing to lease, including a description of all applicable splice loss budgets compared to actual OTDR test results of each fiber strand in both directions. 14. Termination equipment needing to be rack mounted will be mountable in industry‐standard racks. The proposal should include the dimensional and environmental requirements of equipment. 15. The Vendor should generate a GIS map(s) with the fiber optic cable identified. 16. The proposal will provide a solution that meets the near term and long-term design components of the district including the priority requirements. 17. The service would be terminated in the Carrier Meet Me Rooms of the contracted data center. LCPS request the proposal include the data center cross connects from the MMR to the LCPS rack.

6.2.3 Leased Dark Fiber Maintenance Requirements: It is assumed that the proposed network solution is part of a more comprehensive fiber infrastructure of the service provider. The vendor will include only the portion of maintenance that is required to support the LCPS fiber segments verses overall network maintenance. If the fiber serves multiple customers, the cost of maintenance should be shared among all the recipients. Twenty-Four by Seven: Vendor shall maintain the Applicable Fiber seven days per week, twenty-four hours per day, at no additional cost to The District. Maintenance services will be provided either by Vendor or by affiliates or contractors. Response Time: Upon notification from The District of a malfunction relating to the Applicable Fiber, Vendor shall respond to such malfunction within two (2) hours 19 Loudoun County Public School RFP# R19216 Lit or Dark Fiber Connectivity from WAN to Data Center

and thereafter proceed to correct the malfunction with reasonable diligence. Malfunction Defined: As used herein, a “malfunction” shall mean the failure of the Fiber Network or any portion thereof to meet the specifications agreed upon in contract. Other maintenance cost must be identified and categorized as E-Rate eligible or ineligible. When planned network maintenance activities are conducted by the Proposer which entails the risk of interrupting or diminishing service to LCPS or its participants, LCPS Technology Services must be notified at least three (3) business days in advance of the maintenance planned. Additionally, the Proposer must agree to work with LCPS to find an alternate date and time of maintenance, if the proposed time would be particularly detrimental to LCPS business needs. An acceptable planned maintenance period would be from 10:00 p.m. to 6:00 a.m. The Proposer will provide routine maintenance and inspection of the fiber infrastructure, proactive monitoring of fiber operation, repair of fiber breaks, and replacement of damaged fiber or fiber that no longer meets specifications, locate services, registration of the fiber with 811 service, and other support necessary to ensure operation of the network. Operations and Maintenance Practices: LCPS will require on‐going maintenance and operations of the fiber for the term of the lease. When pricing maintenance and operations, the respondent should include an overview of fiber maintenance practices including: • Call before you dig locate services; • Routine maintenance and inspection • Scheduled maintenance windows and scheduling practices for planned outages • Fiber monitoring including information on what fiber management software is used, what fiber monitoring system is used, and who performs the monitoring • Handling of unscheduled outages and customer problem reports? What service level agreement is included, and what alternative service levels may be available at additional cost • What agreements are in place with applicable utilities and utility contractors for emergency restoration • Repair of fiber breaks • Replacement of damaged fiber • Replacement of fiber which no longer meets specifications • Policies for customer notification regarding maintenance The Proposer must operate its own Network Operations Center(s) and provide a centralized trouble reporting and maintenance system that is staffed 24 hours a day, seven days a week. The Proposer shall provide sufficient staff for peak and critical hours. The Proposer shall provide LCPS with a local and toll‐free number or equivalent dedicated connection for trouble reporting. The Proposer must respond to trouble reports within two (2) hour of notification. The Proposer must also provide an escalation procedure and contact list to be used for unresolved issues, including names, titles and phone numbers of contact persons in the escalation chain. Major service‐affecting problems that are not resolved within four (4) hours of time after the notification of trouble shall constitute a prolonged outage and must be escalated. SERVICE LEVEL AGREEMENT This Leased Dark Fiber Network must support production applications that require a high degree of reliability and must operate with little or no service disruptions for twenty‐four (24) hours a day, seven (7) days a week. Proposer(s) must have the necessary staff for the installation, operation, and maintenance of their network. The

20 Loudoun County Public School RFP# R19216 Lit or Dark Fiber Connectivity from WAN to Data Center

Proposer will conform to these service level agreements, and include details concerning restoration procedures and goals and escalation procedures. Service Level Agreement Vendor will provide a description of the proposed services and the Service Levels for the proposed services during the term of the contract. The vendor will provide a proposed Service Level Agreement (SLA) with the RFP response. The proposal should include, but not be limited to, the following services. Network Availability: the provider will make all reasonable efforts to ensure 99.9% network availability of the Applicable Fiber. Network Operations Center: Solution will provide customer support functions including problem tracking, resolution and escalation support management on a 24x7x365 basis. Customer has the right and is encouraged to call concerning any problems that may arise relative to its connection with Vendor provided services. Trouble Reporting and Response: Upon interruption, degradation or loss of service, Customer may contact Vendor by defined method with a response based on trouble level. Upon contact from the Customer, the Vendor support team will initiate an immediate response to resolve any Customer issue. Customer will receive rapid feedback on trouble resolution, including potential resolution time. Escalation: In the event that service has not been restored in a timely manner, or the Customer does not feel that adequate attention has been allocated, the Customer can escalate the trouble resolution by request. A list of escalation contacts will be provided when implementation schedule is completed. Resolution: The Customer will be notified immediately once the problem is resolved and will be asked for verbal closure of the incident. Trouble Reporting, Escalation and Resolution: A detail trouble reporting, escalation and resolution plan will be provided to the district. Measurement: Vendor stated commitment is to respond to any outage within two (2) hours and a four (4) hour restoration of service. Time starts from the time the Customer contacts Vendor and identifies the problem. Credits for Outages of shortage will be identified. Reports: Upon request, an incident report will be made available to the Customer within five (5) working days of resolution of the trouble. Link Performance: The service will maintain the proposed Link Performance throughout the term of the contract. 6.2.4 Leased Dark Fiber Implementation Requirements: The Proposer should submit with their proposal response, and must provide prior to award, an implementation plan for the deployment of the services, that reflect the services to be included in the associated contract. The plan must clearly represent the constraints of time, scope and cost. At a minimum the implementation plan must include the project approach, scope of work, work breakdown structure (WBS), Schedule, milestones, deliverables, risk assessment, mitigation strategies, resource planning and communication plans. The Proposer will adhere to the implementation plan for deployment of services submitted as a requirement of this RFP. DEPLOYMENT STATUS REPORTS The Proposer’s designated project manager will provide weekly progress reports of the status of any deployment schedule to LCPS’s designated project manager. The weekly progress report must include identification of any issues affecting the deployment schedule, and include recommended resolution(s) to any identified barriers to network deployment.

21 Loudoun County Public School RFP# R19216 Lit or Dark Fiber Connectivity from WAN to Data Center

During the project installation period, the Proposer’s designated project manager shall host weekly conference calls with appropriate technical and project management personnel and LCPS’s designated WAN deployment team.

PROJECT PLANNING AND MANAGEMENT LCPS acknowledges that project management and implementation procedures will require alignment and adjustment of work processes for the Proposer’s organizations and LCPS. The alignment will be part of the contract finalization. However, the Proposer will respond to this RFP assuming the following responsibilities. LCPS MANAGEMENT STAFF LCPS management staff will: 1. Provide overall project direction and management. 2. Review and approve all project plans and deliverables. 3. Ensure that technical assistance and support are provided during the Proposer’s implementation phases and ongoing upgrade design of this project. 4. Establish project management guidelines by meeting with the Proposer’s project management team as needed. 5. Review and approve all project specific documentation standards and requirements for the various types of reports, technical/procedural documentation, and management materials that will be produced during the project. 6. Coordinate other resources as needed to support the implementation process. 7. Provide on‐site assistance, as needed during the implementation phases of the project. 8. Assist the Proposer in identifying eligible participants in the network as well as establishing guidelines with the Proposer for ordering, moving, adding or changing services.

PROPOSER TECHINCAL STAFF Proposer technical staff will: 1. Coordinate and administer the requirements of the network service(s) that are proposed. 2. Provide upon request, technical information, graphs, charts, maps, photographs, block diagrams, operating manuals, and other information that will clearly show that the services offered are in full compliance with the minimum requirements of this RFP. In the event that the documentation furnished is at variance with the requirements of this RFP, the Proposer will explain in detail, with full engineering support data, the reasons why the proposed services meet the RFP requirements and should not be considered an exception. 3. Provide upon request, detailed network diagrams and drawings that clearly illustrate the network configuration and the functional relationships, as they are associated with the proposed services. These network diagrams will be available to LCPS electronically in a format agreed upon by the Proposer and LCPS to allow for import into various computer programs. 4. Provide upon request, basic technical specifications for each item of equipment included in the proposal. The information to be provided will be in the form of published specification sheets or other illustrative literature. 22 Loudoun County Public School RFP# R19216 Lit or Dark Fiber Connectivity from WAN to Data Center

If the Proposer intends to Subcontract any part of its performance hereunder, the Proposer must provide: a. name, address, and telephone number of the Subcontractor(s) b. specific tasks for each Subcontractor(s) c. percentage of performance hours intended for each Subcontract; and d. total percentage of Subcontractor(s) performance hours.

6.2.5 Leased Dark Fiber Proposal Cost Requirements: 6.2.5.1 Dark Fiber Lease or Irrevocable Right of Usage (IRU) Cost Costs shall be all‐inclusive, meaning all non‐recurring costs (NRC) required by the Proposer to commence service are separately listed, clearly indicating any NRCs associated with installation, special construction, and all monthly recurring costs (MRC) for the corresponding segments shall be included in the pricing sheets. No increased pricing will be allowed during the term of the contract, or extensions. All prices shall be proposed as an individual location/school cost on a recurring or non‐recurring basis. All Proposer costs must be reflected in either the monthly recurring or non‐recurring charges. All fees, taxes and pass‐through charges such as USF must also be included in the cost. Estimated fees are acceptable but no fees may be omitted from the proposal. No additional charges will be accepted. LCPS shall not be responsible for any cost that is not identified in the Proposer’s cost proposal. Any costs which are not eligible for E‐rate discounts must be identified.

6.2.5.2 Installation Cost Non-recurring installation charges including but limited to, installation/set‐up, provisioning, splicing of existing fiber, fiber allocation cost (lease) shall be delineated in the cost portion of the proposal. All fees that would be incurred for a fully functioning end‐to‐end connection, whether recurring or non‐recurring, must be included in the cost. All cross-connect, and facilities related charges that would be incurred to physically connect the fiber to LCPS’s termination location should be included. 6.2.5.3 Special Construction Cost E‐Rate discounts can be applied to special construction charges in the first year of the contract. If special construction charges are offered, please provide an installment plan for LCPS’S non‐discount share for annual payments over four years. For the purposes of the E-Rate Program, special construction charges are the upfront, non-recurring costs of deploying new fiber or upgraded facilities to E-rate eligible entities. Special construction consists of three components: Construction of network facilities; Design and engineering; and Project management.

6.2.5.4 Maintenance and Operation Cost The Maintenance and Operational of the fiber network is the responsibility of the provider. The proposal should include an agreement that includes the M&O of the District’s allocated fiber of the overall provider’s network and the District’s special construction fiber. It is assumed that the Fiber Network is part of a more comprehensive fiber infrastructure of the service provider. The vendor will include only the portion of maintenance that is

23 Loudoun County Public School RFP# R19216 Lit or Dark Fiber Connectivity from WAN to Data Center required to support the LCPS fiber segments verses overall network maintenance. If the fiber serves multiple customers, the cost of maintenance should be shared among all the recipients.

6.2.5.5 Quantity Cost LCPS request the option within the life of the contract to request additional pairs of fiber on a per NAS basis based on need with the intent to light the fiber upon availability. The proposal should include the additional cost to lease additional fiber pairs for a site and the total fiber pairs (sites) per sub ring that can be allocated additional pairs.

6.2.5.6 Proposal Cost Tabulation The proposal cost will be tabulated based on all non-recurring cost (NRC) including but not limited to installation, provisioning, special construction, lease cost, plus the sum of the monthly recurring cost if any and the maintenance agreement cost for the term of the contract and for the 10-year evaluation.

24 Loudoun County Public School RFP# R19216 Lit or Dark Fiber Connectivity from WAN to Data Center

6.3 Equipment to Light Dark Fiber

The proposal can provide the equipment to light the dark fiber proposal. The district requests a Dense Wave Division Multiplexing (DWDM) solution to light the dark fiber solution from the NOC and NAS1 to the Data Center. The DWDM solution should provide 100 Gb bandwidth on the network transport and 10 GbE or 40 GbE on the client side (LCPS interfaces). The solution will provide a node for the NOC at the Administration Building, 21000 Education Court, Ashburn, VA and NAS1 at Briar Woods High School and the data center. The equipment will be located in the LCPS cage and rack within the data center facility.

The proposal can provide the option to add an NAS2 and the associated cost.

The DWDM should be optimized for a data center interconnect solution with turn key implementation, compact, low power, scalable, and low engineering, design and maintenance.

The Network Equipment should provide the minimum 100 Gb aggregate bandwidth with the ability to scale to 200 Gb aggregate bandwidth. The equipment should be the same platform management, operations and scale at each site.

The solution will enable capacity and density to meet LCPS needs —100 Gb/s of line capacity and 100 Gb/s of client Ethernet ports in a compact RU formfactor.

The solution will support flexible modulation: QPSK, 8QAM, and 16QAM for 100 Gb transport at extended distance for metro long-haul requirements.

The solution will provide a business and operational model for deploying the data center interconnect (DCI) solution with simplified planning, ordering, installation, operation, and maintenance.

The solution will provide a Zero-Touch Provisioning (ZTP) to simplify onsite commissioning and service provisioning to lower cost of implementation, support and increase sustainability.

The solution will offer an option for ultra-low-latency, AES-256-GCM wire-speed encryption solution for highly secure in-flight data protection.

The solution will offer an option for optical protection switching on all transport services.

The solution will provide management and operation tools that support an enterprise network such as fiber characteristic and insight tools, service level monitoring, web-based management tools.

The proposal will include the documentation that describes the design, the bill of materials and the line item cost for the total solution of the equipment.

The proposal will also include the cost of installation and implementation with the district’s network.

The proposal will also include a service and maintenance solution for the district that provides a 4-hour response. This should be based on the most effective use of spares, 4-hour response and next day response.

25 Loudoun County Public School RFP# R19216 Lit or Dark Fiber Connectivity from WAN to Data Center

6.4 PROPOSAL COST AND ASSOCIATED BILLING The Proposer must comply with all applicable E‐rate requirements for cost and associated billing. Vendor Provided Information a) The Vendor will provide the following summary information proposed within the RFP response. This summary information should be accompanied with the detail cost proposals as specified within the RFP. b) All offers should include a technical description of services proposed. c) All offers should include a Bill of Materials if network electronics are included in the non-recurring charge. d) All offers should include e-rate information for evaluation including the service type: telecommunications, internet access or internal connection, a break down into eligible and ineligible e- rate cost and the providers Service Provider Information Number (SPIN). e) A detailed price breakdown associated to the provider billing, cost model and maintenance model. f) A detailed timeline of the work to be completed and an estimated completion date. g) A physical and logical diagram of the proposed solution. h) A Service Description of the proposed network solution as: a. Layer 1 Plus Lit Fiber Service - DWDM or Optical Equipment with Dark Fiber b. Layer 2/3 Ethernet Lit Fiber Service, c. Dark Fiber Service d. Equipment to Light Dark Fiber i) The provider will make available for evaluation a presentation of the physical fiber plant of the service provider within the District. j) The percent of the proposed network that is underground fiber and the percent that is aerial fiber. k) The total fiber strand miles proposed in the solution. l) A description of services included in the One-Time (Non-recurring) cost to the District. m) The details required for Special Construction Charges.

26 Loudoun County Public School RFP# R19216 Lit or Dark Fiber Connectivity from WAN to Data Center

7. INSTRUCTIONS FOR PREPARING AND SUBMITTING PROPOSALS 7.1 General Instructions: 1. RFP Response: In order to be considered for selection, offerors must submit a complete response to this RFP. One (1) original and three (3) duplicate copies of the proposal along with an electronic copy of the proposal on digital media in either Microsoft Word or PDF all in a sealed envelope marked Loudoun County Public Schools: RFP# R19216 Lit or Dark Fiber Connectivity from WAN to Data Center . Should the proposal contain proprietary information, provide one (1) redacted hard copy and one electronic with proprietary portions removed or blacked out. This copy should be clearly marked “Redacted Copy”. The classification of an entire proposal document, line item prices and/or total proposal prices as proprietary or trade secrets is not acceptable. LCPS shall not be responsible for the Contractor’s failure to exclude proprietary information from this redacted copy. 2. Proposal Preparation: a. Proposals shall be signed by an authorized representative of the offeror. All information requested should be submitted. Failure to submit all information requested may result in LCPS requiring prompt submission of missing information and/or giving a lowered evaluation of the proposal. Proposals which are substantially incomplete or lack key information may be rejected by LCPS. Mandatory requirements are those required by law or regulation or are such that they cannot be waived and are not subject to negotiation.

b. Proposals should be prepared simply and economically, providing a straightforward, concise description of capabilities to satisfy the requirements of the RFP. Emphasis should be placed on completeness and clarity of content.

c. Proposals should be organized in the order in which the requirements are presented in the RFP. All pages of the proposal should be numbered. Each paragraph in the proposal should reference the paragraph number of the corresponding section of the RFP. It is also helpful to cite the paragraph number, sub letter, and repeat the text of the requirement as it appears in the RFP. If a response covers more than one page, the paragraph number and sub letter should be repeated at the top of the next page. The proposal should contain a table of contents which cross-references the RFP requirements. Information which the offeror desires to present that does not fall within any of the requirements of the RFP should be inserted at an appropriate place or be attached at the end of the proposal and designated as additional material. Proposals that are not organized in this manner risk elimination from consideration if the evaluators are unable to find where the RFP requirements are specifically addressed.

d. As used in this RFP, the terms "must", "shall", "should" and “may” identify the criticality of requirements. "Must" and "shall" identify requirements whose absence will have a major negative impact on the suitability of the proposed solution. Items labeled as "should" or “may” are highly desirable, although their absence will not have a large impact and would be useful, but are not necessary. Depending on the overall response to the RFP, some individual "must" and "shall" items may not be fully satisfied, but it is the intent to satisfy most, if not all, "must" and "shall" requirements. The inability of an Offeror to satisfy a "must" or "shall" requirement does not automatically remove that Offeror from consideration; however, it may seriously affect the overall rating of the Offerors’ proposal.

e. Ownership of all data, materials, and documentation originated and prepared for LCPS pursuant to the RFP shall belong exclusively to LCPS and be subject to public inspection in accordance with the Virginia Freedom of Information Act. Trade secrets or proprietary information submitted by an 27 Loudoun County Public School RFP# R19216 Lit or Dark Fiber Connectivity from WAN to Data Center

offeror shall not be subject to public disclosure under the Virginia Freedom of Information Act; however, the offeror must invoke the protections of Virginia Code § 2.2-4342(F), in writing, either before or at the time the data or other material is submitted. The written notice must specifically identify the data or materials to be protected and state the reasons why protection is necessary. The proprietary or trade secret material submitted must be identified by some distinct method such as highlighting or underlining and must indicate only the specific words, figures, or paragraphs that constitute trade secret or proprietary information. The classification of an entire proposal document, line item prices, and/or total proposal prices as proprietary or trade secrets is not acceptable.

f. All costs of proposal preparation and presentation shall be borne by the offeror. LCPS is not liable for any cost incurred by the offeror prior to issuance of a contract.

3. Oral Presentation: Offerors who submit a proposal in response to this RFP may be required to give an oral presentation of their proposal to LCPS. This provides an opportunity for the offeror to clarify or elaborate on the proposal. This is a fact finding and explanation session only and does not include negotiation. LCPS will schedule the time and location of these presentations. Oral presentations are optional and may or may not be conducted.

7.2 SPECIFIC PROPOSAL INSTRUCTIONS:

Proposals shall be as thorough and detailed as possible so that LCPS may properly evaluate offerors capabilities to provide the required goods/services. Offerors are required to submit the following items as a complete proposal:

Provide a specific plan for providing the service including:

1. Section 1 –Fiber Services Proposal (Lit or Dark): Provide a description of the WAN services proposed to meet the requirements of the Services Requested and incorporating the extent the colocation service provides the network and facility requirements as specified within this request.

2. Section 2 – Corporate Experience and References: Provide a written narrative statement to include:

a) The firm’s previous experience in providing the services described herein on projects of similar scope and complexity, for other governmental agencies. Provide any information regarding schedule adherence. Provide details of problems encountered and the firm’s methods to overcome the problems. b) References: Provide at least three (3) references for which work of a similar nature to that described herein was performed within the past three years. The work shall be similar in scope and complexity of the work specified herein. The reference should include the name, title, address, phone number, and email for the person on the owner’s team most intimate with the details of project being referenced. (Reference Attachment A - Offeror Data Sheet)

3. Section 3 - Personnel and Management Plan:

a) Staffing: Provide the names, qualifications, degrees, certifications, experience and licenses of key employees, consultants, and sub-consultants to be assigned to the project. Provide the length (time and number of projects) of relationship the offeror has 28 Loudoun County Public School RFP# R19216 Lit or Dark Fiber Connectivity from WAN to Data Center

with the proposed employees, consultants, and sub-consultants. Provide a description of what LCPS can expect regarding the firm’s Project management and Project Manager commitment to the goals, schedule, and timely progress of the entire project. b) Provide Resumes of key management staff to be assigned to the project. Resumes shall be limited to no more than one and one-half (1-1/2) pages in length and prepared in no smaller than a 10point font. 4. RFP Forms: Return the RFP cover sheet and all addenda acknowledgments, if any, signed and filled out as required. a) Exhibit A – Vendor Data Sheet b) Exhibit B – Proposal Exception c) Exhibit C – Proprietary Confidential Information Identification d) Exhibit D–Compliance with Virginia Law for Transacting Business in Virginia. e) Exhibit E – Pricing Schedule

8. EVALUATION CRITERIA:

Proposals will be evaluated by LCPS using the following criteria.

Evaluation Criteria Max Point

1. The Fiber Services Quality and Extent the Proposal meets the 30 Specifications.

2. Capability and Services to Provide Solution. 20

3. Compliance with the Services Requested Option 5

4. Experience / Reference 10

5. Price 35

a. Acceptance or Rejection: LCPS reserves the right to accept or reject any or all proposals, in whole or in part, to take exception to any RFP specifications, to make an award based solely on the proposals received or to negotiate further with one or more offers. In addition, LCPS reserves the right to negotiate a contract with the selected offeror(s), which is at variance with the RFP initially prepared by LCPS and/or responded to by the offeror. Failure to comply with the RFP by an offeror, as determined by LCPS, may be grounds for the exclusion of such offeror from further consideration by LCPS.

b. Selection: The selection by LCPS of any proposal as ultimately negotiated will be at LCPS’ entire discretion, which discretion shall extend to purely subjective considerations solely exercisable by LCPS without regard to a claimed lowest cost by any proposed vendor. LCPS is not required to furnish a statement of the reason why a particular proposal was not deemed to be the most advantageous (Code of Virginia, § 2.2-4359D). . c. Price. Scoring relative to this criterion will be assigned as follows:

29 Loudoun County Public School RFP# R19216 Lit or Dark Fiber Connectivity from WAN to Data Center

The price proposal per service request – Lit, Dark - will be tabulated with the total cost of ownership of the e-rate eligible services for the evaluation period of 10 years for the primary evaluation. Secondary evaluation will be the purchase price per service request – Lit, Dark – as the secondary evaluation. The highest percentage commitment shall be scored the maximum number of allocated points. Lowest Price Offered for TCO = % Factor X Maximum Available = Points Price of Offer being Evaluated for Base Services Points Assigned

Lowest Price Offered for Purchase Price (Year One) = % Factor X Maximum Available = Points Price of Offer being Evaluated for Base Services Points Assigned

Leased Lit Fiber Verses Leased or IRU Dark Fiber Cost Comparison. When comparing the cost effectiveness of the three fiber service offerings – leased lit fiber and leased dark fiber, – the expected useful life of the asset is a key consideration when comparing the combined upfront and recurring costs. LCPS will determine a defensible period of time for the comparison, based on their anticipated use of the assets of 20 years. LCPS will identify a specific and comprehensive total cost for each of the responsive proposals received:

• Leased Dark Fiber: Consider all of the costs of leasing, lighting, maintaining, and/or operating the dark fiber. • Leased Lit Fiber: Comparison should project demand for bandwidth over the comparison period and how costs of bandwidth will vary over time.

LCPS will divide the total cost for each option by the number of years in their comparison period to determine annual cost. LCPS will compare that annual cost against the annual cost of other responsive proposals received over the duration of the defensible time period. d. Capability and Services to Provide Solution: Scoring relative to this criterion will be assigned as follows: LCPS will evaluate the proposals by the proposed services as reflected in the price matrix for the Capability and Services to Provide the Solution. The specific services provided in additional to the quantity and quality of the additional services will be evaluated as to the extend the proposal provides the capability and service to provide a total, comprehensive solution.

30 Loudoun County Public School RFP# R19216 Lit or Dark Fiber Connectivity from WAN to Data Center

8.1 Selection Procedures and Award The General Contract Terms and Conditions set forth certain criteria which will be used in the receipt of proposals and selection of the successful firm. In addition, the criteria set forth below will be considered. 8.1.1 Evaluation Process 1. LCPS will compare any proposals against the cost of proposed service to evaluate the total cost of ownership over a 10 year total cost of ownership. Preference will be given to the vendor that provides a comprehensive, cost effective solution for current specifications, future capacity requirements, and ongoing service and support that best meets LCPS’ needs. 2. Award shall be made to the offeror whose proposal is determined to be the most advantageous, “Best Value” to LCPS after taking into consideration the evaluation factors set forth in the RFP’s. The award of a contract shall be at the sole discretion of LCPS. The award shall be based on the evaluation of all information as LCPS may request. LCPS reserves the right to accept or reject any or all proposals in whole or in part, even with the Schools and Library Division (SLD) of the Universal Service Administrative Company (USAC) funding approval, and to waive any informality in the proposal if determined to be in the best interests of LCPS. Further, LCPS reserves the right to enter into a contract deemed to be in its best interest. 3. Evaluation of the offerors responding shall be based upon the criteria listed above, when determining the “Best Value” proposal.

8.1.2. Notice of Award A Notice of Award will be posted on the LCPS internet web site (www.lcps.org) and all offerors will receive email notification of award.

8.1.3 Notice to Proceed The District will issue a Notice to Proceed prior to evoking the contract start date. Specific project schedules will be coordinated with the successful proposer following contract award

31 Loudoun County Public School RFP# R19216 Lit or Dark Fiber Connectivity from WAN to Data Center

EXHIBIT A – VENDOR DATA SHEET

1. Qualification: The vendor must have the capability and capacity in all respects to satisfy fully all of the contractual requirements.

2. Vendor’s Primary Contact: Name: ______Title: ______Phone: ______email: ______

3. Years in Business: Indicate the length of time you have been in business providing this type of good or service: ______Years ______Months

4. Indicate below a listing of at least three (3) current or recent accounts, either commercial or governmental, that your company is servicing, has serviced, or has provided similar goods/services. Include the length of service and the name, address, and telephone number of the point of contact. In addition to this section, please submit a more detailed list of references including description of the scope of services provided and email address of the contact person.

A. Company: ______Contact: ______Phone :(_____) ______Fax: (_____) ______Email: ______Project: ______Dates of Service: ______$ Value: ______B. Company______Contact: ______Phone :(_____) ______Fax: (_____) ______Email: ______Project: ______Dates of Service: ______$ Value: ______

C. Company: ______Contact: ______Phone :(_____) ______Fax :(_____) ______Email: ______Project: ______Dates of Service: ______$ Value: ______

I certify the accuracy of this information.

Signed: ______Title: ______Date: ______

32 Loudoun County Public School RFP# R19216 Lit or Dark Fiber Connectivity from WAN to Data Center

EXHIBIT B: PROPOSAL EXCEPTIONS

Any exceptions from the proposal conditions must be noted on this page. If no exceptions are noted, it will be our understanding that the vendor is in agreement with the preceding conditions.

Vendor Name:

Authorized Signature:

33 Loudoun County Public School RFP# R19216 Lit or Dark Fiber Connectivity from WAN to Data Center

EXHIBIT C: PROPRIETARY CONFIDENTIAL INFORMATION IDENTIFICATION

Trade secrets or proprietary information submitted by an offeror shall not be subject to public disclosure under the Virginia Freedom of Information Act; however, the offeror must invoke the protections of § 2.2- 4342F of the Code of Virginia, in writing, either before or at the time the data or other material is submitted. The written notice must specifically identify the data or materials to be protected including the section of the proposal in which it is contained and the page numbers, and state the reasons why protection is necessary. The proprietary or trade secret material submitted must be identified by some distinct method such as highlighting or underlining and must indicate only the specific words, figures, or paragraphs that constitute trade secret or proprietary information. In addition, a summary of proprietary information submitted shall be submitted on this form. The classification of an entire proposal document, line item prices, and/or total proposal prices as proprietary or trade secrets is not acceptable. If, after being given reasonable time, the offeror refuses to withdraw such a classification designation, the proposal will be rejected.

Name of Firm/Offeror: ______, invokes the protections of § 2.2-4342F of the Code of Virginia for the following portions of my proposal submitted on ______. Date Signature: ______Title: ______

DATA/MATERIAL TO BE SECTION NO., & PAGE NO. REASON WHY PROTECTION I PROTECTED NECESSARY

34 Loudoun County Public School RFP# R19216 Lit or Dark Fiber Connectivity from WAN to Data Center

EXHIBIT D: COMPLIANCE WITH VIRGINIA LAW FOR TRANSACTING BUSINESS IN VIRGINIA.

The undersigned hereby agrees, if this Offer is accepted by LCPS, for such services and/or items that the undersigned has met the requirements of the Virginia Public Procurement Act § 2.2-4311.2.

Please complete the following by checking the appropriate box:

A. offeror is a corporation or other business entity with the following Virginia SCC identification number: ______.

B. offeror is not a corporation, limited liability company, limited partnership, registered limited liability partnership, or business trust –OR-

C. is an out-of-state business entity that does not regularly and continuously maintain as part of its ordinary and customary business any employees, agents, offices, facilities, or inventories in Virginia (not counting any employees or agents in Virginia who merely solicit orders that require acceptance outside Virginia before they become contracts, and not counting any incidental presence of the offeror in Virginia that is needed in order to assemble, maintain, and repair goods in accordance with the contracts by which such goods were sold and shipped into Virginia from offeror’s out-of-state location) –OR-

D. is an out-of-state entity that is including with this offer an opinion of legal counsel which accurately and completely discloses the undersigned offeror’s current contacts with Virginia and describes why those contacts do not constitute the transaction of business in Virginia within the meaning of §13.1-757 or other similar provisions in Titles 13.1 or 50 of the Code of Virginia.

E. Check this box if you have not completed any of the foregoing options but currently have pending before the VA SCC an application for authority to transact business in the Commonwealth of Virginia and wish to be considered for a waiver to allow you to submit the SCC identification number after receiving proposals due date (LCPS reserves the right to determine in its sole discretion whether to allow such waiver). Attach proof of application.

______Legal Name of Company (as listed on W-9)

______Legal Name of Offeror

______Date

______Authorized Signature

______Print or Type Name and Title

35 Loudoun County Public School RFP# R19216 Lit or Dark Fiber Connectivity from WAN to Data Center

EXHIBIT E – PRICING SCHEDULE The offeror shall provide a proposed pricing schedule below to include all costs. Offeror may submit multiple configurations and pricing structures, each on a separate pricing form to include a firm fixed price with a line item budget that, at a minimum, description of type of work performed by each category. Offeror also may submit “Added Value” services and/or options on a separate pricing form.

1.1 Lit Fiber Price Sheets: 1.1.1 PHASE 1 AND 2: Lit Fiber Price Proposal for Requested Service Locations at Network Operation Center and Briar Woods Hub to contracted data center at 1405 Moran Rd, Dulles, VA.

Ln Service Cost Unit One Time non-recurring cost for lit fiber solution from the Network Operation Center (NOC) at 21000 Education Court, Ashburn, VA 20148 to the contracted Data Center for 5- 1 year contract. EA Special Construction cost for lit fiber solution from the Network Operation Center (NOC) at 21000 Education Court, Ashburn, VA 20148 to the contracted Data Center for 5-year 2 contract. EA Monthly recurring cost for lit fiber solution from the Network Operation Center (NOC) at 21000 Education Court, Ashburn, VA 20148 to the contracted Data Center for 5-year PER 3 contract. MONTH Monthly recurring cost for lit fiber solution from the Network Operation Center (NOC) at 21000 Education Court, Ashburn, VA 20148 to the contracted Data Center for optional PER 4 additional 5-year term contract. MONTH Monthly recurring cost for lit fiber solution from the Network Operation Center (NOC) at 21000 Education Court, Ashburn, VA 20148 to the contracted Data Center for optional one- PER 5 year extension. MONTH One Time non-recurring cost for lit fiber solution from Briar Woods High School, 22525 Belmont Ridge Rd, Ashburn, VA 20148 (NAS#1) to the contracted Data Center for 5-year 6 contract. EA Special Construction cost for lit fiber solution from Briar Woods High School, 22525 Belmont Ridge Rd, Ashburn, VA 20148 (NAS#1) to the contracted Data Center for 5-year 7 contract. EA Monthly recurring cost for lit fiber solution from Briar Woods High School, 22525 Belmont PER 8 Ridge Rd, Ashburn, VA 20148 (NAS#1) to the contracted Data Center for 5-year contract. MONTH Monthly recurring cost for lit fiber solution from Briar Woods High School, 22525 Belmont Ridge Rd, Ashburn, VA 20148 (NAS#1) to the contracted Data Center for optional 5-year PER 9 contract term. MONTH Monthly recurring cost for lit fiber solution from Briar Woods High School, 22525 Belmont Ridge Rd, Ashburn, VA 20148 (NAS#1) to the contracted Data Center for optional one- PER 10 year extension. MONTH

1.1.2 Option for Additional Network Site: Lit Fiber Price Proposal for Network Aggregation Site #2 at Academies of Loudoun to contracted data center at 1405 Moran Rd, Dulles, VA.

Ln Service Cost Unit One Time non-recurring cost for lit fiber solution from NAS#2 at Academies of Loudoun to 1 the Data Center for 5-year contract. EA Special Construction cost for lit fiber solution from NAS#2 at Academies of Loudoun to the 2 Data Center for 5-year contract. EA Monthly recurring cost for lit fiber solution from NAS#2 at Academies of Loudoun to the PER 3 Data Center for 5-year contract. MONTH Monthly recurring cost for lit fiber solution from NAS#2 at Academies of Loudoun to the PER 10 Data Center for optional one-year renewal year 6 of the contract. MONTH Monthly recurring cost for lit fiber solution from NAS#2 at Academies of Loudoun to the PER 4 Data Center for optional five renewal year 6 - 10 of the contract. MONTH Monthly recurring cost for lit fiber solution from NAS#2 at Academies of Loudoun to the PER 5 Data Center for optional one renewal year 11 of the contract. MONTH

1.1.3 Optional/Alternative Network Site: Lit Fiber Price Proposal for Alternative Service Locations for Alternative Network Aggregation Site to Data Center at 1405 Moran Rd., Dulles, VA. Provide the Alternative NAS Hub Site Name and Address below such as Dominion High School.

Alternative Network Aggregation Location (ANAS): ______

Ln Service Cost Unit One Time non-recurring cost for lit fiber solution from ANAS to the newly established Data 1 Center for 5 year contract. EA Special Construction cost for lit fiber solution from ANAS to the newly established Data 2 Center for 5 year contract. EA Monthly recurring cost for lit fiber solution from ANAS to the newly established Data PER 3 Center for 5 year contract. MONTH Monthly recurring cost for lit fiber solution from ANAS to the newly established Data PER 4 Center for optional one- year renewal year 6 of the contract. MONTH Monthly recurring cost for lit fiber solution from ANAS to the newly established Data PER 5 Center for optional five renewal year 6 - 10 of the contract. MONTH Monthly recurring cost for lit fiber solution for lit fiber solution from ANAS to the newly 6 established Data Center) for optional one renewal year 11 of the contract.. EA

37 Loudoun County Public School RFP# R19197 Carrier Neutral Data Center Co-Location Services

1.2 Dark Fiber Price Sheets 1.2.1 PHASE 1 AND 2: Dark Fiber Price Proposal for Requested Service Locations at Network Operation Center and Briar Woods Hub to Data Center at 1405 Moran Rd., Dulles, VA.

Ln Service Cost Unit One Time non-recurring cost for dark fiber solution from the Network Operation Center (NOC) at 21000 Education Court, Ashburn, VA 20148 to the proposed Data Center for 5 1 year contract. EA Special Construction cost for dark fiber solution from the Network Operation Center (NOC) at 21000 Education Court, Ashburn, VA 20148 to the proposed Data Center for 5 year 2 contract. EA Monthly recurring cost for dark fiber solution from the Network Operation Center (NOC) at 21000 Education Court, Ashburn, VA 20148 to the proposed Data Center for 5 year PER 3 contract. MONTH Monthly recurring cost for dark fiber solution from the Network Operation Center (NOC) at 21000 Education Court, Ashburn, VA 20148 to the proposed Data Center for optional one PER 4 year extension year 6. MONTH Monthly recurring cost for dark fiber solution from the Network Operation Center (NOC) at 21000 Education Court, Ashburn, VA 20148 to the proposed Data Center for optional PER 5 additional 5 year term contract year 6-10. MONTH Monthly recurring cost for dark fiber solution from the Network Operation Center (NOC) at 21000 Education Court, Ashburn, VA 20148 to the proposed Data Center for optional one PER 6 year extension year 11. MONTH One Time non-recurring cost for dark fiber solution from Briar Woods High School, 22525 Belmont Ridge Rd, Ashburn, VA 20148 (NAS#1) to the proposed Data Center for 5 year 7 contract. EA Special Construction cost for dark fiber solution from Briar Woods High School, 22525 Belmont Ridge Rd, Ashburn, VA 20148 (NAS#1) to the proposed Data Center for 5 year 8 contract. EA Monthly recurring cost for dark fiber solution from Briar Woods High School, 22525 Belmont Ridge Rd, Ashburn, VA 20148 (NAS#1) to the proposed Data Center for 5 year PER 9 contract. MONTH Monthly recurring cost for dark fiber solution from Briar Woods High School, 22525 Belmont Ridge Rd, Ashburn, VA 20148 (NAS#1) to the proposed Data Center for optional PER 10 1 year contract term year 6. MONTH Monthly recurring cost for dark fiber solution from Briar Woods High School, 22525 Belmont Ridge Rd, Ashburn, VA 20148 (NAS#1) to the proposed Data Center for optional PER 11 five year extension year 6-10. MONTH Monthly recurring cost for dark fiber solution from Briar Woods High School, 22525 Belmont Ridge Rd, Ashburn, VA 20148 (NAS#1) to the proposed Data Center for optional PER 11 one year extension year 11. MONTH

38 Loudoun County Public School RFP# R19197 Carrier Neutral Data Center Co-Location Services

2.2.2 OPTIONAL ALTERNATIVE LOCATIONS: Dark Fiber Price Proposal for Alternative Service Locations for NAS1 and/or NAS2: Provide the Alternative NAS Hub Site Name and Address below such as Briar Woods High School. If NAS1 or NAS2 are not altered (using the requested service), list the NAS name and address in the associated location and provide the pricing in the table below.

2.2.2.1 LIST HUB LOCATIONS FOR NAS#2

NAS#2 Location: ______

3.0 Ln Service Cost Unit One Time non-recurring cost for dark fiber solution from the Alternate NAS#1 to the 1 proposed Data Center for 5 year contract. EA Special Construction cost for dark fiber solution from the Alternate NAS#1 to the proposed 2 Data Center for 5 year contract. EA Monthly recurring cost for dark fiber solution from the Alternate NAS#1 to the proposed PER 3 Data Center i for 5 year contract. MONTH Monthly recurring cost for dark fiber solution from the Alternate NAS#1 to the proposed PER 4 Data Center for optional additional 5 year term contract. MONTH Monthly recurring cost for dark fiber solution from the Alternate NAS#1 to the proposed PER 5 Data Center for optional one year extension. MONTH One Time non-recurring cost for dark fiber solution from Alternate NAS#2 to the proposed 6 Data Center for 5 year contract. EA Special Construction cost for dark fiber solution from Alternate NAS#2 to the proposed 7 Data Center for 5 year contract. EA Monthly recurring cost for dark fiber solution from Alternate NAS#2 to the proposed Data PER 8 Center for 5 year contract. MONTH Monthly recurring cost for dark fiber solution from Alternate NAS#2 to the proposed Data PER 9 Center for optional 5 year contract term. MONTH Monthly recurring cost for dark fiber solution from Alternate NAS#2 to the proposed Data PER 10 Center for optional one year extension. MONTH

39 Loudoun County Public School RFP# R19197 Carrier Neutral Data Center Co-Location Services

PHASE 2: DARK Fiber Price Proposal for Alternative Service Locations for NAS1 and/or NAS2 Provide the Alternative NAS Hub Site Name and Address below such as Briar Woods High School. If NAS1 or NAS2 are not altered (using the requested service), list the NAS name and address in the associated location and provide the pricing in the table below.

NAS#1 Location: ______

NAS#2 Location: ______

Ln Service Cost Unit One Time non-recurring cost for dark fiber solution from NAS#1 to the newly established 1 Data Center at Ashburn Data Center Corridor (ADCC) for 5 year contract. EA Special Construction cost for dark fiber solution from NAS#1 to the newly established Data 2 Center at Ashburn Data Center Corridor (ADCC) for 5 year contract. EA Monthly recurring cost for dark fiber solution from Briar Woods High School, 22525 Belmont Ridge Rd, Ashburn, VA 20148 (NAS#1) to the newly established Data Center at PER 3 Ashburn Data Center Corridor (ADCC) for 5 year contract. MONTH Monthly recurring cost for dark fiber solution NAS#1 to the newly established Data Center PER 4 at Ashburn Data Center Corridor (ADCC) for optional renewal year 6 of the contract. MONTH Monthly recurring cost for dark fiber solution NAS#1 to the newly established Data Center PER 5 at Ashburn Data Center Corridor (ADCC) for optional renewal year 7 of the contract. MONTH One Time non-recurring cost for dark fiber solution from NAS #2 to the established Data 6 Center at Ashburn Data Center Corridor (ADCC) for 5 year contract. EA Special Construction cost for dark fiber solution from NAS #2 to the established Data 7 Center at Ashburn Data Center Corridor (ADCC) for 5 year contract. EA Monthly recurring cost for dark fiber solution from NAS #2 to the established Data Center PER 8 at Ashburn Data Center Corridor (ADCC) for 5 year contract. MONTH Monthly recurring cost for dark fiber solution NAS #2 to the established Data Center at PER 9 Ashburn Data Center Corridor (ADCC) for optional renewal year 6 of the contract. MONTH Monthly recurring cost for dark fiber solution NAS #2 to the established Data Center at PER 10 Ashburn Data Center Corridor (ADCC) for optional renewal year 7 of the contract. MONTH

40 Loudoun County Public School RFP# R19197 Carrier Neutral Data Center Co-Location Services

2.3 Equipment to Light Dark Fiber Price Sheets

Ln Service Cost Unit Total cost of Equipment to light Dark Fiber at all sites including NOC, NAS1 and 1 the Data Center. EA Total cost of Services to include configuration, installation and implementation at 2 all sites. EA 3 Total cost of proposed maintenance and support solution for five year contract. EA Total cost of additional year maintenance and support solution for one year 4 contract. EA 5 Cost of equipment to light dark fiber at Data Center site. EA 6 Cost of equipment to light dark fiber at NOC. EA 7 Cost of equipment to light dark fiber at NAS1. EA 8 Optional Cost of equipment to light dark fiber at NAS2. EA * Include detailed bill of materials and line item costs

41 Loudoun County Public School RFP# R19197 Carrier Neutral Data Center Co-Location Services

EXHIBIT F – DEFINITIONS AND SPECIFIC TERMINOLOGY

Lit Fiber: Further delineation of the leased lit fiber category of a fiber-based broadband service for this solicitation of services, The lit fiber services is a broadband service from an existing providers transport service where there is no specific equipment or special construction charges to build the fiber or associated providers service equipment. Leased Lit Fiber: A fiber-based broadband service where the service provider owns and manages the network, and the District pays a recurring fee to have data transported over the network. The eligible charges also include basic installation and special construction. Leased Dark Fiber: The District leases capacity (i.e. a specific number of fiber strands) on a provider-owned and maintained fiber network. The eligible charges also include basic installation, special construction and maintenance and operations (M&O) and equipment to light the fiber. The maintenance and operations (M&O) charges related to leased dark fiber service will be the responsibility of the service provider. LCPS will procure the network equipment to light the fiber on a separate request for proposal listed on the FCC 470. LCPS Network Operation Center: The aggregation site for the existing network and the proposed fiber network for access to the Internet and WAN Core. The current Network Operation Center (NOC) is located in the Administration Building at 21000 Education Court, Ashburn, VA 20148. The NOC is also the Internet Point of Presence (IPOP) for the District. LCPS Data Center: The location that applications (Compute, Storage and Network) are maintained and delivered to the District and the location where Internet, Peering and Cloud connectivity is delivered for the District. It is the intent of LCPS to move the existing data center location to a contracted Carrier Neutral Data Center (CNDC) from the current NOC location. The District Network Aggregation Site(s) and the NOC will be connected to the Data Center for campus access. The Data Center (DC) is also the Internet Point of Presence for the District. LCPS Network Aggregation Site(s) (NAS): The network site within the District that provides Network Aggregation Services for the Hubs. to the Data Center for Applications, Peering, Internet and Cloud services. The Network Aggregation Site is at Academies of Loudoun and/or Briar Woods High School. The Network Aggregation Site(s) serves as additional Aggregation Nodes for the hubs. The primary Network Access Aggregation Site is the existing Technology Center (NOC). LCPS Hub Sites: Locations within LCPS that serve as aggregation sites for campus connectivity and form the LCPS Backbone. The hub sites are located throughout the District to support geographic areas. The hubs sites are located within high school campuses. The hub sites form a physical ring around the District. LCPS WAN Backbone Network: The fiber network that provide connectivity throughout the District to the Hub Sites. The LCPS WAN Backbone is made up of the District Hub Sites. All Hub Sites should have connectivity to the NOC/IPOP and to the DC Aggregation Site. LCPS Subrings: The fiber network that connects groups of campuses within a geographical area to the LCPS Backbone Hub Network. The Subring start point, LocA, should be at one Backbone Hub, the East Hub and the end point, LocZ, at a different Backbone Hub, the West Hub. A dedicated pair of fiber should be allocated on the subring per campus. See Campus Connectivity Graphic in Appendix B. Diverse, Non-Collapsed Fiber Routes: LCPS request fiber network solutions that are based on diverse, non-collapsed fiber route design when possible based on the fiber provider’s existing network or proposed network. This references the public fiber network routes beyond the sites’ on-premise fiber segment and the path to from the campus to the fiber backbone.

Indefeasible Right of Use (IRU) is a long-term lease agreement, mostly found within the telecommunications industry, for a portion of a cable or fiber capacity. http://www.fcscfg.com/index.php/terminology/indefeasible-right-of-use

Point of Presence: (POP) is the point at which two or more different networks or communication devices build a connection with each other

42 Loudoun County Public School RFP# R19197 Carrier Neutral Data Center Co-Location Services

EXHIBIT G: STANDARD CONTRACT Sample

Loudoun County Public Schools Procurement Services A Division of Department of Business and Financial Services 21000 Education Court, Suite 301 Ashburn, Virginia 20148 : 571-252-1270 :571-252-1432 : [email protected] : http://www.lcps.org

This contract entered into this day of 20 , by hereinafter called the “Contractor” and Loudoun County Public Schools (LCPS), the “Purchasing Agency.” WITNESSETH that the contractor and LCPS, in consideration of the mutual covenants, promises and agreements herein contained, agree as follows: SCOPE OF CONTRACT: The Contractor shall provide the goods/Services to LCPS as set forth in the Contract Documents. PERIOD OF PERFORMANCE: From through . The contract documents shall consist of: 1) This signed form 2) The following portions of the Request for Proposal dated : a. The Statement of Needs, b. The Special Terms and Conditions together with ant negotiated modifications of those Special Conditions; c. Pricing Schedule; d. Attachments: Attachment , Date Attachment , Date Attachment , Date

3) The contractor’s Proposal dated Proposal, all of which documents are incorporated herein. This signed Agreement constitutes the complete and exclusive statement of the agreement of the parties with respect to the subject matter hereof and supersedes all prior proposals, understandings, and agreements, whether oral or written, between the parties with respect to the subject matter hereof. IN WITNESS WHEREOF, the parties have caused this contract to be duly executed intending to be bond thereby.

CONTRACTOR: LOUDOUN COUNTY PUBLIC SCHOOLS

By: By: Title: Title:

43 Loudoun County Public School RFP# R19197 Carrier Neutral Data Center Co-Location Services

9. GENERAL PROVISION

9.1 Questions, Comments and Inquiries: Questions, comments and inquiries, both verbal and written, will be accepted from any and all firms, and must be received on January 18, 2019 at 1:00PM. LCPS will not be obligated to answer those questions submitted after January 18, 2019 at 1:00PM Answers to material questions will be answered in the form of addenda which will be posted on the LCPS website in accordance with paragraph 9.2. 9.2 Addendum and Supplement to Request: If it becomes necessary to revise any part of this request or if additional data are necessary to enable an exact interpretation of provisions of this request, an addendum will be issued. It is the responsibility of the offeror to ensure that he has received all addenda prior to submitting a proposal. It is the Offeror’s responsibility to check LCPS’ website listing frequently for any addenda, and to ensure that all solicitation information is complete and accurate. Access to all addenda is as follows: go to www.lcps.org, click on “Procurement,” then “Current Solicitations.” 9.3 Authority to Bind Firm in Contract: Proposals MUST give full firm name and address of offeror. Failure to manually sign proposal may disqualify it. Person signing proposal should show TITLE or AUTHORITY TO BIND HIS FIRM IN A CONTRACT. To satisfy this requirement, the Professional Services proposal form shall be completed and included with the proposal. 9.4 Preparation and Submission of Proposals a. All proposals shall be signed in blue ink by authorized representatives of the Firm submitting the proposal. b. Complete all attachments to the Request for Proposal (except as noted) and include in the proposal submission. c. Proposals are to be submitted in a sealed container. The face of the container shall indicate the name of the firm, the RFP number, time and date of public acceptance, and the title of the proposal. d. Proposals must be received by Procurement Services not later than the date and time indicated in the RFP. 9.5 Withdrawal of Proposals a. All proposals submitted shall be valid for a minimum period of one year or (365) calendar days following the date established for acceptance. b. Proposals may be withdrawn on written request from the offeror at the address shown in the solicitation prior to the time of acceptance. c. Negligence on the part of the offeror in preparing the proposal confers no right of withdrawal after the time fixed for the acceptance of the proposals. 9.6 Loudoun County Public Schools Furnished Support/Items: The offeror shall indicate the necessary telephones, office space and materials the offeror requires. LCPS may furnish these facilities if it considers them reasonable, necessary, and available for the offeror to complete their task. 9.7 Subconsultants: Offerors shall include a list of all subconsultants in their proposal. Proposals shall also include a statement of the subconsultant’s qualifications. LCPS reserves the right to reject the successful firm's selection of subconsultants. 9.8 References: All offerors shall include, with their proposals, a list of at least three (3) current references for whom comparable work has been performed in the past three years. This list shall include company name, person to contact, address, email address and telephone number. Failure to include references may be ample cause for rejection of proposal as non-responsive.

44 Loudoun County Public School RFP# R19197 Carrier Neutral Data Center Co-Location Services

9.9 Late Proposals: Late proposals will not be accepted after the date and time specified. 9.10 Rights of Loudoun County Public Schools: LCPS reserves the right to accept or reject any and all proposals received by reason of this request, or to negotiate separately in any manner necessary to serve the best interests of LCPS. Offerors whose proposals are not accepted will be notified in writing. 9.11 Prohibition as Subcontractors: No offeror who is permitted to withdraw a proposal shall, for compensation, supply any material or labor to or perform any subcontract or other work agreement for the person or firm to whom the contract is awarded or otherwise benefit, directly or indirectly, from the performance of the project for which the withdrawn proposal was submitted. 9.12 Miscellaneous Requirements A. LCPS will not be responsible for any expenses incurred by a firm in preparing and submitting a proposal. All proposals shall provide a straightforward, concise delineation of the firm's capabilities to satisfy the requirements of this request. Emphasis should be on completeness and clarity of content. B. The contents of the proposal submitted by the successful offeror and this RFP will become part of any contract awarded as a result of the Scope of Services contained herein. The successful firm will be expected to sign a contract with LCPS. 9.13 Debarment: By submitting their offers, offerors certify that they are not currently debarred by the Commonwealth of Virginia or the federal government from submitting proposals on contracts for the type of goods and/or services covered by this solicitation, nor are they an agent of any person or entity that is currently so debarred. 9.14 Procedures: The extent and character of the services to be performed by the firm shall be subject to the general control and approval of the Assistant Superintendent for Digital Innovation and/or their authorized representative(s). The firm shall not comply with requests and/or orders issued by other than the Assistant Superintendent of Digital Innovation and/or their authorized representative(s) acting within their authority for LCPS. Any change to the contract must be approved in writing by the Purchasing Agent and the successful offeror. The successful offeror is prohibited from assigning, transferring, conveying, subletting, or otherwise disposing of this agreement or its rights, title or interest therein or its power to execute such agreement to any other person, company or corporation without the prior consent and approval in writing by LCPS. 9.15 Contract Quantities and Procedures for Distributing Multiple Projects A. Contract Quantities The potential assignments identified in this RFP are for information to the offeror and for proposal evaluation purposes only. They do not necessarily indicate the actual assignments that will be ordered since such tasks will depend upon requirements that develop during the contract period. Tasks or quantities shown shall not be construed to represent any amount which LCPS shall be obligated to purchase under the contract, or relieve the successful offeror of his obligation to fill all orders placed by LCPS. NO PROPOSAL WILL BE CONSIDERED WHICH STIPULATES THAT LOUDOUN COUNTY PUBLIC SCHOOLS SHALL GUARANTEE A MINIMUM NUMBER OF PROJECT ASSIGNMENTS. 9.16 Loudoun County Public Schools Reserved Rights: LCPS reserves the right, at its sole discretion, to issue RFP’s for similar work and other projects as the need may occur. LCPS also reserves the right to issue Purchase Orders, and to expand or otherwise modify existing Purchase Orders, to other Open-End consultants based on its sole discretion, in consideration of its knowledge and/or evaluation of each 45 Loudoun County Public School RFP# R19197 Carrier Neutral Data Center Co-Location Services

consultant’s qualifications, expertise, capabilities, performance record, current ability to perform, location and/or distance to the project, and any and all other factors as may be pertinent to the particular project and for the convenience of LCPS. 9.17 Delays: If delay is foreseen, the successful offeror shall give thirty (30) days prior written notice to Procurement Services. LCPS has the right to extend the completion date if reasons appear, in the sole discretion of LCPS, to be valid. The successful offeror must keep LCPS advised at all times of status of order. Default in promised completion (without accepted reasons) or failure to meet specifications, authorizes Procurement Services to purchase services elsewhere and charge full increase in cost and handling to defaulting offeror. 9.18 Safety Data Sheets: By law, LCPS will not receive any materials, products, or chemicals, which may be hazardous to an employee’s health unless accompanied by a Safety Data Sheet when received. 9.19 License Requirement: All firms doing business with LCPS is required to be licensed in accordance with the County's "Business, Professional, and Occupational Licensing (BPOL) Tax" Ordinance. Wholesale and retail merchants without a business location in Loudoun County are exempt from this requirement. Questions concerning the BPOL Tax should be directed to the Office of Commissioner of Revenue, telephone (703) 777-0260. The BPOL license number must be indicated on the Professional Services proposal form of this Request for Proposal. 9.20 SCC Information Effective July 1, 2010, the Code of Virginia was amended to require that an offeror organized or authorized to transact business in the Commonwealth of Virginia pursuant to Title 13.1 or Title 50 of the Code of Virginia, as amended or otherwise required by law, shall include in its proposal the Identification Number issued to such offeror by the Virginia State Corporation Commission (SCC). Furthermore, any offeror that is not required to be authorized to transact business in the Commonwealth of Virginia as a domestic or foreign business entity under Title 13.1 or Title 50 or as otherwise required by law, shall include in its proposal a statement describing why the offeror is not required to be so authorized. The offeror’s SCC number must be included on the Proposal Form (pg. 2) where indicated. For more information on this requirement, vendors should consult with their attorney and/or contact the Virginia State Corporation Commission at (804) 371-9967; or email at [email protected]. Their website is: www.scc.virginia.gov/index.aspx. 9.21 Payment of Taxes: All successful offerors located or owning property in Loudoun County shall assure that all real and personal property taxes are paid. 9.22 Insurance A. The successful offeror shall provide the requirements of this section to their insurance agent or broker and obtain at their own expense all of the insurance called for hereunder. All required insurance coverages must be acquired from insurers Best Rated A-IV or better, licensed and authorized to do business in the Commonwealth of Virginia and acceptable to LCPS. The insurance coverages shall have a minimum forty-five (45) day written notice to LCPS of any cancellation, non-renewal, or material change in coverage. No acceptance and/or approval of any insurance by LCPS shall be construed as relieving or excusing the successful offeror from any liability or obligation imposed upon them by the provisions of the RFP and resulting contract documents. B. The successful offeror assumes all risk for direct and indirect damage or injury to the property or persons used or employed on or in connection with the work, services or products contracted for, and of all damage or injury to any person or property wherever located, resulting from any action,

46 Loudoun County Public School RFP# R19197 Carrier Neutral Data Center Co-Location Services

omission, commission or operation under the contract, or in connection in any way whatsoever with the successful offeror’s work, services or products. C. The successful offeror shall provide LCPS with an original, signed Certificate of Insurance stating that LCPS is the Certificate Holder and Additional Insured as its interests may appear in the contracted services, and identifying the RFP Number and Title. Copies of policies and endorsements shall be made available to LCPS upon request. The Certificate of Insurance shall be sent to the Procurement Office, Loudoun County Public Schools, 21000 Education Court, Suite 301, Ashburn, VA 20148 prior to the start of work. The requested policies and insurance certificate shall provide evidence of the following minimum insurance coverage and limit requirements: 1. Workers’ Compensation—Statutory Benefits including broad form coverage for all states. Where appropriate, coverage is to be included for the United States Longshoreman and Harbor Workers' Compensation Act, Maritime including Jones Act, Federal Employers Liability Act and any other applicable federal or state law. 2. Employers’ Liability Insurance—shall be $1,000,000 bodily injury by accident/each accident, $1,000,000 bodily injury by disease each employee, and $1,000,000 bodily injury by disease policy limit. 3. Commercial General Liability Insurance naming Loudoun County Public Schools and the County of Loudoun as additional insureds—$1,000,000 each occurrence and aggregate limit shall be designated to apply per project and per premises. The successful offeror shall continue to maintain Products/Completed Operations coverage for a period of three years after the contract completion date. 4. Business Auto Liability Insurance—combined single limit of $1,000,000 per accident with Coverage including owned, non-owned and hired autos. 5. Umbrella or Excess Liability Insurance over the above listed coverages naming Loudoun County Public Schools and the County of Loudoun as additional insureds as per the underlying or primary Liability insurance—$2,000,000 each occurrence and aggregate limit shall be designated to apply per project and per premises. 6. Professional Liability (Errors and Omissions) Insurance—$2,000,000 each occurrence covering Construction Design and Management Services, Architects and Engineers services, Professional Consulting services, and any other professional or certified services required to fulfill the requested scope of work on behalf of LCPS and the County. The coverages afforded by the Professional Liability E&O Policy (or umbrella or excess policy with respect to it) shall apply to the offerors’ officials, officers, agents and employees for claims arising out of or in connection with the work or services provided under this contract. The E&O Policy shall include the successful offeror and the offeror's subcontractors and subconsultants of every tier as the offeror designates in the declarations. The successful offeror shall continue to maintain professional liability insurance in the required amount for a period of five (5) years after final completion of the projects for which it provides professional services. 7. Contractor’s Pollution Legal Liability Insurance, if applicable, with a limit of liability not less than $1,000,000 each occurrence and $2,000,000 annual aggregate. The Contractor agrees the policy shall include a minimum three (3) year discovery (tail) reporting period, and a retroactive date that equals or precedes the effective date of the contract or the performance of work hereunder. 8. Inland Marine Builder’s Risk/Installation Insurance. The Contractor, prior to notice to proceed or commencement of work, whichever occurs first, agrees to maintain an inland marine builder’s risk insurance coverage form with an amended policy period of no less than 22 months, if available, providing coverage to protect the interests of the Owner, Contractor, Sub-Contractors, including property acquired, property in transit, and property on or off-premises, which shall become part of the work.

47 Loudoun County Public School RFP# R19197 Carrier Neutral Data Center Co-Location Services

Coverage shall be written on an all-risk, replacement cost, and completed value form basis in an amount at least equal to one-hundred 100% of the projected completed value of the work, as well as subsequent modifications of that sum due to Change Orders. This policy shall also include Delay Cost coverage for soft costs, which shall at a minimum include additional expenses for interest, legal, consulting, insurance, architectural and engineering, contractor’s overhead and general conditions and equipment rental. The period of indemnity shall not be less than twelve (12) months and the limit of Delay Cost coverage not be less than ten (10) percent of the projected completed value of the work and shall be a scheduled limit on the policy in addition to a scheduled limit on the policy for the hard cost coverage. The waiting period for Delay Cost coverage may not exceed 30 days. Collectively, the scheduled soft cost limit and hard cost limit may equal one- hundred percent of the projected value of the work, unless the builder’s risk carrier requires the Delay Cost coverage to be in addition to the 100% projected value of the work. Contractor agrees to be responsible for reporting increases in the projected completed value of the work due to Change Orders to its insurance carrier. D. Subcontractor or Subconsultant Insurance—Nothing contained in the specifications shall be construed as creating any contractual relationship or liability between any subcontractor or subconsultant and LCPS. The successful offeror shall be as fully responsible to LCPS for the injuries, damages, acts and omissions of the subcontractors/subconsultants and/or persons employed by them as it is for persons directly employed by it. E. Safety and Health Regulations—The successful offeror and all subconsultants are to comply with the Occupational Safety and Health Act of 1970, Public Law 91-956, as well as any local and state Safety and Occupational Health Standards and any other rules and regulations as they may apply to this contract. Also, the successful offeror and subconsultants shall be held responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site areas under this contract. F. Contract Control of All Tasks—Contractual and other liability insurance provided under this contract shall not contain a supervision or inspection exclusion that would preclude LCPS from supervising and/or inspecting the services provided. The successful offeror’s firm shall assume all on-the-job responsibilities as to the control of persons directly employed by it and of the subconsultants and any persons employed by the subconsultants. G. Coverage shall be Primary—The insurance provided by the successful offeror pursuant to the resulting contract shall apply on a primary basis and any other insurance or self-insurance maintained by LCPS, Loudoun County School Board, or its officials, officers, agents or employees shall be excess of and not contributing with the insurance provided by or on behalf of the successful offeror. H. Claims Made Coverage Forms—The coverages other than Workers' Compensation may be either on an occurrence or a claims-made basis. Provided, however, that claims made coverage for other than the Products/Completed Operations shall respond to claims arising out of accidents, occurrences, incidents and offenses happening after the commencement of the resulting contract but before the end of the contract completion date provided that the claim is made within five years after the contract completion date. Provided further, that claims-made arising out of accidents, occurrences, incidents and offenses happening after the commencement of the resulting contract but before the end of three years after the contract completion date provided that the claim is made within eight years after the contract completion date. 9.23 Indemnity and Hold Harmless Provision: The successful offeror shall indemnify, defend, and hold harmless LCPS, Loudoun County School Board, its officials, employees, agents, and representatives, County, its officials, employees, agents and representatives thereof from all suits, actions, or claims of any kind, including attorney's fees, brought on account of any personal injuries, damages, or violations of rights, sustained by any person or property in consequence of any neglect in safeguarding contract work or on account of any act or omission by the successful offeror or his employees, or from any claims

48 Loudoun County Public School RFP# R19197 Carrier Neutral Data Center Co-Location Services

or amounts arising from violation of any law, bylaw, ordinance, regulation or decree. The successful offeror agrees that this clause shall remain in effect during the term of the contract including any warranty period and shall include claims involving infringement of patent or copyright. 9.24 Cooperative Procurement: As authorized in Section 2.2-4304 of the Code of Virginia, if applicable, this procurement is being conducted on behalf of and may be used by public bodies, agencies, institutions, and localities of the several states, territories of the United States, and the District of Columbia with the consent of the contractor. 9.25 Notice of Required Disability Legislation Compliance: LCPS is required to comply with state and federal disability legislation: The Rehabilitation Act of 1993 Section 504, The Americans with Disabilities Act (ADA) for 1990 Title II and The Virginians with Disabilities Act of 1990. Specifically, LCPS, may not, through its contractual and/or financial arrangements, directly or indirectly avoid compliance with Title II of the Americans with Disabilities Act, Public Law 101-336, which prohibits discrimination by public entities on the basis of disability. Subtitle A protects qualified individuals with disability from discrimination on the basis of disability in the services, programs, or activities of all State and local governments. It extends the prohibition of discrimination in federally assisted programs established by the Rehabilitation Act of 1973 Section 504 to all activities of State and local governments, including those that do not receive Federal financial assistance, and incorporates specific prohibitions of discrimination on the basis of disability in Titles I, III, and V of the Americans with Disabilities Act. The Virginians with Disabilities Act of 1990 follows the Rehabilitation Act of 1973 Section 504. 9.26 Ethics in Public Contracting The provisions contained in Sections 2.2-4367 through 2.2-4377 of the Virginia Public Procurement Act as set forth in the 1950 Code of Virginia, as amended, shall be applicable to all contracts solicited or entered into by Loudoun County Public Schools. A copy of these provisions may be obtained from the Procurement Agent upon request. The provisions of this article supplement, but do not supersede, other provisions of law including, but not limited to, the Virginia Conflict of Interest Act (§2.1-348 et. seq.), the Virginia Governmental Frauds Act (§18.2-498.1 et. seq.) and Articles 2 and 3 of Chapter 10 of Title 18.2. The provisions apply notwithstanding the fact that the conduct described may not constitute a violation of the Virginia Conflict of Interests Act. 9.27 Employment Discrimination by Successful Offerors Prohibited Every contract of over $10,000 shall include the following provisions: A. During the performance of this contract, the successful offeror agrees as follows: 1. The successful offeror will not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, age or disability, or any other basis prohibited by state law relating to discrimination in employment, except where there is a bona fide occupational qualification reasonably necessary to the normal operation of the successful offeror. The successful offeror agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. 2. The successful offeror, in all solicitations or advertisements for employees placed by or on behalf of the successful offeror, shall state that such successful offeror is an equal opportunity employer.

49 Loudoun County Public School RFP# R19197 Carrier Neutral Data Center Co-Location Services

3. Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient to meet this requirement. B. The successful offeror will include the provisions of the foregoing paragraphs (1, 2, and 3) in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subconsultant or vendor. 9.28 Drug-free Workplace Every contract of over $10,000 shall include the following provisions: A. During the performance of this contract, the successful offeror agrees to: 1. Provide a drug-free workplace for the successful offeror’s employees; 2. Post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the successful offeror’s workplace and specifying the actions that will be taken against employees for violations of such prohibition; 3. State in all solicitations or advertisements for employees placed by or behalf of the successful offeror that the successful offeror maintains a drug-free workplace; and B. The successful offeror will include the provisions of the foregoing clauses in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subconsultant or vendor. For the purpose of this section, “drug-free workplace” means a site for the performance of work done in connection with a specific contract awarded to a successful offeror in accordance with this chapter, the employees of whom are prohibited from engaging in the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana during the performance of the contract. 9.29 Faith-Based Organizations: LCPS does not discriminate against faith-based organizations. 9.30 Best Pricing: Successful offeror agrees that the pricing offered is equal to or less than prices offered on other contracts with similar terms and conditions. 9.31 Substitutions: NO substitutions, including key personnel, or cancellations will be permitted after award without written approval by Procurement Services. 9.32 Invoicing and Payment: The successful offeror shall submit invoices on a monthly basis and shall include a detailed breakdown of all charges for that monthly period. Incomplete invoices may be returned, resulting in processing delays. The following information shall be included in all invoices: A. General ● Firm Name, Address and Phone No. ● Brief Contract Description ● Contract Number (LCPS RFP No.) ● Firm Job Number ● Unique Invoice Number ● Federal ID No. ● Invoice Date ● Invoice Period ● Date of Original Agreement ● Agreement Expiration Date B. Contract Cost Summary Information:

50 Loudoun County Public School RFP# R19197 Carrier Neutral Data Center Co-Location Services

● Contract Budget ● Approved Change Orders to Date ● Billed this Invoice ● Previously Billed ● Contract-to-Date Billed ● Amount Remaining ● Percent (%) of Budget Expended ● Signature Certification that the information submitted is accurate ● Signature Date ● Owner (LCPS) Signature Certification and Date Subconsultants are required to provide the same information to the prime consultant. Invoices shall be based upon completion of tasks and deliverables. All approved invoices will be paid promptly by LCPS unless any items thereon are disputed, in which event payment will be withheld pending verification of the amount claimed and the validity of the claim. The successful offeror shall provide complete cooperation during any such investigation. All invoices shall be forwarded to the following address: Loudoun County Public Schools Digital Innovation 21000 Education Court Ashburn, Virginia 20148 Attention: Aaron Smith, Director of Systems and Applications

Individual consultants shall provide their social security numbers, and proprietorships, partnerships, and corporations shall provide their federal employer identification number on the pricing form/invoice. 9.33 Payments to Subconsultants: Within seven days after receipt of amounts paid by LCPS for work performed by a subconsultant under this contract, the successful offeror shall either: A. Pay the subconsultant for the proportionate share of the total payment received from LCPS attributable to the work performed by the Subconsultant under this contract; or B. Notify LCPS and subconsultant, in writing, of his intention to withhold all or a part of the subconsultant's payment and the reason for non-payment. The successful offeror shall pay interest to the subconsultant on all amounts owed that remain unpaid beyond the seven-day period except for amounts withheld as allowed in item B. above. Unless otherwise provided under the terms of this contract, interest shall accrue at the rate of one percent per month. The successful offeror shall include in each of its subcontracts a provision requiring each subconsultant to include or otherwise be subject to the same payment and interest requirements as set forth above with respect to each lower-tier subconsultant. The successful offeror's obligation to pay an interest charge to a subconsultant pursuant to this provision may not be construed to be an obligation of LCPS. 9.34 Prime Successful Offeror Responsibilities: The successful offeror(s) shall be responsible for completely supervising and directing the work under the resulting contract(s) and all subconsultants that they may utilize. Subconsultants who perform work under the resulting contract shall be responsible to the prime successful offeror. The successful offeror agrees to be fully responsible for the acts and omissions of their subconsultant and of persons employed by them. 9.35 Competitive Negotiation, Cost Proposals and Response Time: LCPS will assign work in accordance with Section 9.15.B and notify the successful offeror when work is required. The successful offeror shall respond to LCPS within twenty-four hours after notification. LCPS will schedule a meeting with the successful offeror and the proper LCPS representatives to discuss the

51 Loudoun County Public School RFP# R19197 Carrier Neutral Data Center Co-Location Services

work required. Based upon those discussions, the successful offeror shall submit to LCPS a lump sum proposal to perform the work based upon fixed hourly rates or firm fixed price as agreed by both parties to remain in effect for the contract year. The estimate shall contain the estimated number of hours broken out by category of service, firm hourly rates for each category, a narrative describing work to be performed and estimated time for completion. After review and acceptance of the proposal, LCPS will issue a Purchase Order to perform the work. The proposals shall be prepared at no cost to LCPS. When the scope of services involves work of such nature that the successful offeror cannot reasonably estimate the time which would be required to provide the services, LCPS may agree to an Hourly Rate Purchase Order based on the actual hours worked times the hourly rates indicated in the successful offeror's binding fee schedule and other approved expenses. A maximum Purchase Order fee or cost not to exceed limitation shall be agreed upon for Hourly Rate Purchase Orders. When an Hourly Rate Purchase Order is used, the successful offeror shall submit detailed time records, documentation for other expenses, and such other evidence as LCPS may require to support his billing request. In the event of a catastrophic event or other condition where the Assistant Superintendent of Digital Innovation or designee(s) has declared an emergency and there exists a need to use professional services to assist in resolving the emergency, the successful offeror shall respond within two (2) hours of notification. 9.36 Ownership of Documents: Any reports, specifications, blueprints, negatives or other documents prepared by the successful offeror in the performance of its obligations under the resulting contract shall be the exclusive property of LCPS, and all such materials shall be returned to LCPS upon completion, termination, or cancellation of this contract. The successful offeror shall not use, willingly allow, or cause such materials to be used for any purpose other than performance of all successful offeror’s obligations under the resulting contract without the prior written consent of LCPS. Documents and materials developed by the successful offeror under the resulting contract shall be the property of LCPS; however, the successful offeror may retain file copies, which cannot be used without prior written consent of the Owner. LCPS agrees that the successful offeror shall not be liable for any damage, loss, or injury resulting from the future use of the provided documents for other than the project specified, when the successful offeror is not the firm of record. 9.37 Submissions: All project correspondence, design/review documents, reports, etc. prepared by the successful offeror shall be distributed to the appropriate LCPS representative for each task in the format and number of copies as directed by the task statement of work. Within thirty (30) days of project completion, the successful offeror shall prepare and submit a Project Completion Report with project closeout documents and submit to the appropriate LCPS representative. 9.38 Assignment of Contract: This contract may not be assigned in whole or in part without the written consent of the Purchasing Agent. 9.39 Termination, Extension Waiver of Consequential Damages and Lost Profits, and Survival A. Termination by Loudoun County Public Schools 1. LCPS may terminate this Contract at any time, with or without cause, for its convenience, in its sole discretion, by giving successful offeror written notice of such termination. Payment due from LCPS as the result of such termination shall be as follows: (a) If LCPS provides 30 days or more advance notice, then successful offeror shall only be entitled to payment for authorized work actually performed until the date of termination at the rates specified by the Contract. (b) If LCPS provides less than 30 days advance notice, then successful offeror shall be entitled to (i) payment for authorized work actually performed until the date of 52 Loudoun County Public School RFP# R19197 Carrier Neutral Data Center Co-Location Services

termination at rates specified by the Contract, and (ii) the reasonable amount of additional costs, if any, incurred by successful offeror during the period of time between its receipt of the notice and the expiration of 30 days that are direct costs arising from performance of the Contract and that are reasonable and unavoidable, despite diligent efforts to mitigate. Such costs payable under (ii) shall not include any profit or any indirect costs, such as overhead. (c) Payments by LCPS under 9.40.A.1 shall be conditioned on successful offeror first having delivered all Work performed for LCPS. 2. LCPS may terminate this Contract for cause if successful offeror breaches this Contract, fails to provide any of the Work in a reasonably prompt and diligent manner, fails to obey lawful direction by LCPS, or fails to meet the standards of its profession. LCPS may make such termination by giving the successful offeror written notice of such termination. Upon such termination, successful offeror shall promptly deliver all Work performed and shall be liable to LCPS for all damages caused by successful offeror. 3. If a termination for cause by LCPS is subsequently determined to be erroneous by a Court or otherwise, the measure of successful offeror’s damages shall be limited to amounts payable under 9.40.A.1 for a termination without cause. 4. Any Work and payment under this Contract for any fiscal year subsequent to the fiscal year of initial entry into it are subject to appropriation of funds, and if funds are not appropriated, then, to the extent not funded, the Contract shall be void and ineffective. 5. LCPS may extend this Contract by written notice until any of the Work to which it relates has been completed and accepted. B. Termination by Successful Offeror The successful offeror may terminate this Contract if LCPS (i) commits a material breach of the Contract, and (ii) following receipt of written notice from the successful offeror of such material breach, fails either to (a) cure or take reasonable steps to cure such breach, or (b) disputes such breach. If LCPS disputes the successful offeror’s right to terminate, successful offeror shall continue to perform diligently under the Contract pending successful offeror’s pursuit as a dispute under 9.40 of its right to terminate. C. Successful Offeror’s Waiver of Consequential Damages and Lost Profits The successful offeror waives any claim against LCPS for lost profits or consequential damages. D. Survival of Successful Offeror’s Indemnification and Insurance Obligations Successful offeror’s indemnification and insurance obligations toward LCPS shall survive any termination of the Contract. 9.40 Contractual Disputes/Claims A. Successful offeror shall give Purchasing Agent written notice of successful offeror’s intent to make any claim within ten (10) days of the beginning of the occurrence of the event leading to the claim or beginning of the work upon which the claim is based. The written notice shall be a document from the successful offeror addressed to Purchasing Agent. The written notice shall clearly state the successful offeror's intention to make a claim, shall describe the occurrence involved, and shall be transmitted in a manner to ensure receipt by Purchasing Agent within the ten (10) days. B. The successful offeror shall submit the claim and any supporting data to Purchasing Agent as soon as practicable after the occurrence giving rise to the claim ends and in no event not later than 60 days after final payment. The burden shall be on the successful offeror to substantiate that it has given written notice and submitted its claim in accordance with this provision. C. The claim must (i) be certified under oath as true and correct by a principal of successful offeror; (ii) must be for specific relief; (iii) if any money is sought, must specify the dollar amount sought; and (iv) must contain sufficient supporting documentation to reasonably allow its consideration,

53 Loudoun County Public School RFP# R19197 Carrier Neutral Data Center Co-Location Services

including without limitation, any documentation required by the Contract. The burden shall be on the successful offeror to substantiate the claim. D. The successful offeror shall comply with all other terms and conditions of the Contract. E. Following initial, informal consideration by Purchasing Agent or his designee(s), the parties shall endeavor to resolve any claim through direct negotiations, and if such direct negotiations fail, and if LCPS so requests, by non-binding mediation conducted pursuant to the Rules of the American Arbitration Association, with the site of the mediation being Ashburn, Virginia. F. Should the claim remain unresolved for more than 60 days after it is submitted, then LCPS Superintendent or his designee shall, within no later than 90 days after the claim's submission, render a written decision on the claim on behalf of the LCPS. The successful offeror may not institute any legal action with respect to the claim until after LCPS Superintendent or his designee renders his written decision or 90 days from its receipt by Purchasing Agent has passed, whichever comes first. The only effect of the failure by LCPS Superintendent or his designee to render a decision within this 90-day period is to allow the successful offeror to institute a legal action pursuant to this provision without having to wait for a decision on the claim concerned. G. If LCPS denies in whole or part a claim by successful offeror or more than 90 days have passed since the claim was received by Purchasing Agent but no written decision has been issued, the successful offeror may appeal denial of the claim by instituting an action in the Loudoun County Circuit Court, Leesburg, Virginia, or if the subject or amount in controversy is within its jurisdiction, the Loudoun County General District Court, Leesburg, Virginia, and may thereafter pursue all available appeals in Virginia state courts, to the extent they have jurisdiction, this being successful offeror’s sole remedy allowed. H. For purposes of 9.50, “claim” means any demand or assertion by the successful offeror, seeking as a matter of right, adjustment or interpretation of Contract terms, payment of money, extension of time, or other relief with respect to the terms of the Contract. “Claim” also includes other disputes and matters in question between the successful offeror and LCPS arising out of or relating to the Contract. 9.41 Severability: In the event that any provision shall be adjudged or decreed to be invalid, such ruling shall not invalidate the entire Agreement but shall pertain only to the provision in question and the remaining provisions shall continue to be valid, binding and in full force and effect. 9.42 Applicable Laws: This contract shall be governed in all respects by the laws of the Commonwealth of Virginia. 9.43 Federal Immigration Law: The contractor does not, and shall not during the performance of the contract for goods and services in the Commonwealth, knowingly employ an unauthorized alien as defined in the federal Immigration Reform and Control Act of 1986. 9.44 Protest: Offerors may refer to Sections 2.2-4357 through 2.2-4364 of the Code of Virginia to determine their remedies concerning this competitive process. 9.45 Applicable Laws and Courts: This resulting contract shall be governed in all respects by the laws of the Commonwealth of Virginia, without regard to its choice of law provisions, and any litigation with respect thereto shall be brought in the circuit courts of the Commonwealth. LCPS and the contractor are encouraged to resolve any issues in controversy arising from the award of the contract or any contractual dispute using Alternative Dispute Resolution (ADR) procedures (Code of Virginia, § 2.2-4366). The contractor shall comply with all applicable federal, state and local laws, rules and regulations.

54 Loudoun County Public School RFP# R19197 Carrier Neutral Data Center Co-Location Services

9.46 Continuity of Service: a.) The Contractor recognizes that the services under this contract are vital to LCPS and must be continued without interruption and that, upon contract expiration, a successor, either the LCPS or another contractor, may continue them. The Contractor agrees: (i) To exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor; (ii) To make all LCPS owned equipment, and data available to any successor at an appropriate time prior to the expiration of the contract to facilitate transition to successor; b) The Contractor shall, upon written notice from the Purchasing Agent, furnish phase-in/phase- out services for up to ninety (90) days after this contract expires and shall negotiate in good faith a plan with the successor to execute the phase-in/phase-out services. This plan shall be subject to the Purchasing Agent’s approval. 9.47 Precedence of Terms: The following General Provisions shall apply in all instances. In the event there is a conflict between any of the other Terms and Conditions, the General Provisions shall apply.

55 Loudoun County Public School RFP# R19197 Carrier Neutral Data Center Co-Location Services

10 APPENDIX Bandwidth Targets

81237 128.66 812.37 Entity Name BEN Enroll IA WAN EL ALDIE ELEMENTARY SCHOOL 21781 157 0.16 Gb 1.57 Gb EL ALGONKIAN ELEMENTARY 21894 486 0.49 Gb 4.86 Gb EL ARCOLA ELEMENTARY 16042745 1029 2.06 Gb 10.29 Gb EL ASHBURN ELEMENTARY 21865 640 0.64 Gb 6.40 Gb EL BALL'S BLUFF ELEMENTARY 21932 633 0.63 Gb 6.33 Gb EL BANNEKER ELEMENTARY 21835 165 0.17 Gb 1.65 Gb MS BELMONT RIDGE MIDDLE 235197 1274 2.55 Gb 12.74 Gb EL BELMONT STATION 16021589 718 0.72 Gb 7.18 Gb MS BLUE RIDGE MIDDLE SCHOOL 21859 930 0.93 Gb 9.30 Gb MS BRAMBLETON MIDDLE SCHOOL 17016868 1119 2.24 Gb 11.19 Gb HS BRIAR WOODS HIGH SCHOOL 16028063 1763 3.53 Gb 17.63 Gb HS 21867 1557 3.11 Gb 15.57 Gb EL BUFFALO TRAIL ELEMENTARY 16066078 1325 2.65 Gb 13.25 Gb EL CARDINAL RIDGE 16080363 986 0.99 Gb 9.86 Gb EL CATOCTIN ELEMENTARY 21921 674 0.67 Gb 6.74 Gb EL CEDAR LANE ELEMENTARY 205428 810 0.81 Gb 8.10 Gb EL COOL SPRING ELEMENTARY 21924 618 0.62 Gb 6.18 Gb EL COUNTRYSIDE ELEMENTARY 235198 753 0.75 Gb 7.53 Gb EL CREIGHTON'S CORNER 16060152 976 0.98 Gb 9.76 Gb EL DISCOVERY ELEMENTARY 16074384 876 0.88 Gb 8.76 Gb HS DOMINION HIGH SCHOOL 235196 1581 3.16 Gb 15.81 Gb EL DOMINION TRAIL 21868 729 0.73 Gb 7.29 Gb EL DOUGLASS COMMUNITY 21931 167 0.17 Gb 1.67 Gb NIF DOUGLASS SUPPORT FACILITY 16052563 0 0.00 Gb 0.00 Gb MS EAGLE RIDGE MIDDLE SCHOOL 229699 1275 2.55 Gb 12.75 Gb EL EMERICK ELEMENTARY 21858 487 0.49 Gb 4.87 Gb EL EVERGREEN MILL 191740 554 0.55 Gb 5.54 Gb NIF FACILITY SERVICES 16064273 0 0.00 Gb 0.00 Gb MS FARMWELL STATION MIDDLE 21864 1161 2.32 Gb 11.61 Gb EL FOREST GROVE ELEMENTARY 235132 589 0.59 Gb 5.89 Gb EL FRANCES HAZEL REID 235199 708 0.71 Gb 7.08 Gb EL FREDERICK DOUGLASS 16070691 750 0.75 Gb 7.50 Gb HS FREEDOM HIGH SCHOOL 16028064 1930 3.86 Gb 19.30 Gb EL GUILFORD ELEMENTARY 21892 596 0.60 Gb 5.96 Gb EL HAMILTON ELEMENTARY 21880 174 0.17 Gb 1.74 Gb MS HARMONY MIDDLE SCHOOL 235131 1058 2.12 Gb 10.58 Gb MS HARPER PARK MIDDLE SCHOOL 205429 1094 2.19 Gb 10.94 Gb HS HERITAGE HIGH SCHOOL 235129 1449 2.90 Gb 14.49 Gb EL HILLSBORO ELEMENTARY 21856 0 0.00 Gb 0.00 Gb EL HILLSIDE ELEMENTARY 189283 791 0.79 Gb 7.91 Gb EL HORIZON ELEMENTARY 167065 684 0.68 Gb 6.84 Gb EL HUTCHISON FARM 235133 848 0.85 Gb 8.48 Gb MS JL SIMPSON MIDDLE SCHOOL 21923 1068 2.14 Gb 10.68 Gb MS JM LUNSFORD MIDDLE SCHOOL 16066079 1653 3.31 Gb 16.53 Gb HS 16070690 2056 4.11 Gb 20.56 Gb EL KENNETH CULBERT 16060156 523 0.52 Gb 5.23 Gb EL LEESBURG ELEMENTARY 21929 514 0.51 Gb 5.14 Gb EL LEGACY ELEMENTARY 16028065 1050 2.10 Gb 10.50 Gb EL LIBERTY ELEMENTARY 16060157 1072 2.14 Gb 10.72 Gb 56 Loudoun County Public School RFP# R19197 Carrier Neutral Data Center Co-Location Services

EL LINCOLN ELEMENTARY 21860 100 0.10 Gb 1.00 Gb EL LITTLE RIVER ELEMENTARY 229701 807 0.81 Gb 8.07 Gb HS LOUDOUN COUNTY HIGH 21920 1516 3.03 Gb 15.16 Gb HS LOUDOUN VALLEY HIGH 21857 1379 2.76 Gb 13.79 Gb EL LOVETTSVILLE ELEMENTARY 21936 545 0.55 Gb 5.45 Gb EL LOWES ISLAND ELEMENTARY 21893 651 0.65 Gb 6.51 Gb EL LUCKETTS ELEMENTARY 21933 306 0.31 Gb 3.06 Gb EL Madisons Trust EL SCHOOL 17010306 1004 2.01 Gb 10.04 Gb EL MEADOWLAND ELEMENTARY 21881 463 0.46 Gb 4.63 Gb MS MERCER MIDDLE SCHOOL 16021590 1889 3.78 Gb 18.89 Gb EL MIDDLEBURG ELEMENTARY 21837 0 0.00 Gb 0.00 Gb EL MILL RUN ELEMENTARY 229702 916 0.92 Gb 9.16 Gb HS MONROE VOC-TECH CENTER 21919 0 0.00 Gb 0.00 Gb EL MOOREFIELD STATION 16074385 923 0.92 Gb 9.23 Gb EL MOUNTAIN VIEW 235200 666 0.67 Gb 6.66 Gb EL NEWTON-LEE ELEMENTARY 16028067 794 0.79 Gb 7.94 Gb NIF PARENT RESOURCE CENTER 16067888 0 0.00 Gb 0.00 Gb HS PARK VIEW HIGH SCHOOL 21888 1514 3.03 Gb 15.14 Gb EL PINEBROOK ELEMENTARY 16028068 999 1.00 Gb 9.99 Gb HS POTOMAC FALLS HIGH SCHOOL 21895 1681 3.36 Gb 16.81 Gb EL POTOWMACK ELEMENTARY 21897 614 0.61 Gb 6.14 Gb MS RIVER BEND MIDDLE SCHOOL 235130 1227 2.45 Gb 12.27 Gb HS RIVERSIDE HIGH SCHOOL 16084324 1598 3.20 Gb 15.98 Gb HS ROCK RIDGE HIGH 16080365 1948 3.90 Gb 19.48 Gb EL ROLLING RIDGE ELEM SCHOOL 21884 637 0.64 Gb 6.37 Gb EL ROSA LEE CARTER 16042744 958 0.96 Gb 9.58 Gb EL ROUND HILL ELEMENTARY 21863 557 0.56 Gb 5.57 Gb EL SANDERS CORNER 21866 565 0.57 Gb 5.65 Gb NIF SCHOOL BOARD OFFICE 16052564 0 0.00 Gb 0.00 Gb EL SELDENS LANDING 229703 785 0.79 Gb 7.85 Gb MS SENECA RIDGE MIDDLE 21882 1009 2.02 Gb 10.09 Gb MS SMART'S MILL MIDDLE SCHOOL 16021591 1101 2.20 Gb 11.01 Gb NIF STAFF TRAINING CENTER 16067887 0 0.00 Gb 0.00 Gb EL STERLING ELEMENTARY 21889 472 0.47 Gb 4.72 Gb MS STERLING MIDDLE SCHOOL 21890 1007 2.01 Gb 10.07 Gb EL STEUART W WELLER 16060158 797 0.80 Gb 7.97 Gb HS 229704 1675 3.35 Gb 16.75 Gb MS STONE HILL MIDDLE SCHOOL 16042746 999 1.00 Gb 9.99 Gb EL SUGARLAND ELEMENTARY 21883 589 0.59 Gb 5.89 Gb EL SULLY ELEMENTARY SCHOOL 21886 487 0.49 Gb 4.87 Gb EL SYCOLIN CREEK ELEMENTARY 16042743 753 0.75 Gb 7.53 Gb EL TOLBERT ELEMENTARY 229708 733 0.73 Gb 7.33 Gb MS TRAILSIDE MIDDLE 16080364 1221 2.44 Gb 12.21 Gb NIF TRANSPORTATION OFFICE 16052562 0 0.00 Gb 0.00 Gb HS TUSCARORA HIGH SCHOOL 16066077 1496 2.99 Gb 14.96 Gb EL WATERFORD ELEMENTARY 21970 166 0.17 Gb 1.66 Gb HS WOODGROVE HIGH SCHOOL 16065992 1640 3.28 Gb 16.40 Gb

57 Loudoun County Public School RFP# R19197 Carrier Neutral Data Center Co-Location Services

Campus Address Ln Name Address City State Zip 1 ALDIE ELEMENTARY SCHOOL 23269 MEETINGHOUSE LN ALDIE VA 20105 2 ALGONKIAN ELEMENTARY SCHOOL 20196 CARTER CT STERLING VA 20165 3 ARCOLA ELEMENTARY SCHOOL 41740 TALL CEDAR PKWY ALDIE VA 20105 4 ASHBURN ELEMENTARY SCHOOL 44062 FINCASTLE DR ASHBURN VA 20147 5 BALL'S BLUFF ELEMENTARY 821 BATTLEFIELD PKWY NE LEESBURG VA 20176 6 BANNEKER ELEMENTARY SCHOOL 35231 SNAKE HILL RD MIDDLEBURG VA 20117 BELMONT STATION ELEMENTARY 7 SCHOOL 20235 NIGHTWATCH ST ASHBURN VA 20147 8 BUFFALO TRAIL ELEMENTARY 42190 SEVEN HILLS DR ALDIE VA 20105 21655 BULL RUN POST OFFICE 9 CARDINAL RIDGE ELEMENTARY ROAD CENTREVILLE VA 20120 10 CATOCTIN ELEMENTARY SCHOOL 311 CATOCTIN CIR SW LEESBURG VA 20175 11 CEDAR LANE ELEMENTARY 43700 TOLAMAC DR ASHBURN VA 20147 12 COOL SPRING ELEMENTARY SCHOOL 501 TAVISTOCK DR SE LEESBURG VA 20175 13 COUNTRYSIDE ELEMENTARY SCHOOL 20624 COUNTRYSIDE BLVD STERLING VA 20165 14 CREIGHTON'S CORNER ELEMENTARY 23171 MINERVA DR ASHBURN VA 20148 15 DISCOVERY ELEMENTARY 44020 GRACE BRIDGE DR ASHBURN VA 20147 16 DOMINION TRAIL ELEMENTARY SCH 44045 BRUCETON MILLS CIR ASHBURN VA 20147 17 DOUGLASS SCHOOL 407 E MARKET ST LEESBURG VA 20176 18 EMERICK ELEMENTARY SCHOOL 440 S NURSERY AVE PURCELLVILLE VA 20132 19 EVERGREEN MILL ELEMENTARY 491 EVERGREEN MILL RD SE LEESBURG VA 20175 FOREST GROVE ELEMENTARY 20 SCHOOL 46245 FOREST RIDGE DR STERLING VA 20164 FRANCES HAZEL REID ELEMENTARY 21 SCHOOL 800 N KING ST LEESBURG VA 20176 FREDERICK DOUGLASS ELEMENTARY 510 PRINCIPAL DRUMMOND 22 SCHOOL WAY SE LEESBURG VA 20175 23 GUILFORD ELEMENTARY SCHOOL 600 W POPLAR RD STERLING VA 20164 24 HAMILTON ELEMENTARY SCHOOL 54 S KERR ST HAMILTON VA 20158 25 HILLSBORO ELEMENTARY SCHOOL 37110 CHARLES TOWN PIKE PURCELLVILLE VA 20132 26 HILLSIDE ELEMENTARY 43000 ELLZEY DR BROADLANDS VA 20148 27 HORIZON ELEMENTARY SCHOOL 46665 BROADMORE DR STERLING VA 20165 HUTCHISON FARM ELEMENTARY 28 SCHOOL 42819 CENTER ST SOUTH RIDING VA 20152 29 KENNETH CULBERT ELEMENTARY 38180 W COLONIAL HWY HAMILTON VA 20158 30 LEESBURG ELEMENTARY SCHOOL 323 PLAZA ST NE LEESBURG VA 20176 31 LEGACY ELEMENTARY SCHOOL 22995 MINERVA DR ASHBURN VA 20148 32 LIBERTY ELEMENTARY 25491 RIDING CENTER DR CHANTILLY VA 20152 33 LINCOLN ELEMENTARY SCHOOL 18048 LINCOLN RD PURCELLVILLE VA 20132 34 LITTLE RIVER ELEMENTARY SCHOOL 43464 HYLAND HILLS ST SOUTH RIDING VA 20152 LOVETTSVILLE ELEMENTARY 35 SCHOOL 49 S LOUDOUN ST LOVETTSVILLE VA 20180 LOWES ISLAND ELEMENTARY 36 SCHOOL 20755 WHITEWATER DR STERLING VA 20165 37 LUCKETTS ELEMENTARY SCHOOL 14550 JAMES MONROE HWY LEESBURG VA 20176 38 Madisons Trust ES 42380 Creighton Road Ashburn VA 20148 MEADOWLAND ELEMENTARY 39 SCHOOL 729 SUGARLAND RUN DR STERLING VA 20164 40 MIDDLEBURG ELEMENTARY SCHOOL 101 N MADISON ST MIDDLEBURG VA 20117 41 MILL RUN ELEMENTARY SCHOOL 42940 RIDGEWAY DR BROADLANDS VA 20148 42 MOOREFIELD STATION ELEMENTARY 22325 MOOREVIEW PKWY ASHBURN VA 20148 43 MOUNTAIN VIEW ELEMENTARY 36803 ALLDER SCHOOL RD PURCELLVILLE VA 20132 44 NEWTON-LEE ELEMENTARY SCHOOL 43335 GLOUCESTER PKWY ASHBURN VA 20147 58 Loudoun County Public School RFP# R19197 Carrier Neutral Data Center Co-Location Services

45 PINEBROOK ELEMENTARY 25480 MINDFUL CT ALDIE VA 20105 46 POTOWMACK ELEMENTARY SCHOOL 46464 ESTERBROOK PKWY STERLING VA 20165 47 ROLLING RIDGE ELEM SCHOOL 500 E FREDERICK DR STERLING VA 20164 ROSA LEE CARTER ELEMENTARY 48 SCHOOL 43330 LOUDOUN RESERVE DR ASHBURN VA 20148 49 ROUND HILL ELEMENTARY SCHOOL 17115 EVENING STAR DR ROUND HILL VA 20141 50 SANDERS CORNER ELEMENTARY SCH 43100 ASHBURN FARM PKWY ASHBURN VA 20147 SELDENS LANDING ELEMENTARY 51 SCHOOL 43345 COTON COMMONS DR LEESBURG VA 20176 52 STERLING ELEMENTARY SCHOOL 200 W CHURCH RD STERLING VA 20164 53 STEUART W WELLER ELEMENTARY 20700 MARBLEHEAD DR ASHBURN VA 20147 54 SUGARLAND ELEMENTARY SCHOOL 65 SUGARLAND RUN DR STERLING VA 20164 55 SULLY ELEMENTARY SCHOOL 300 CIRCLE DR STERLING VA 20164 SYCOLIN CREEK ELEMENTARY 56 SCHOOL 21100 EVERGREEN MILLS RD LEESBURG VA 20175 57 TOLBERT ELEMENTARY SCHOOL. 691 POTOMAC STATION DR NE LEESBURG VA 20176 58 WATERFORD ELEMENTARY SCHOOL 15513 LOYALTY RD WATERFORD VA 20197 59 BRIAR WOODS HIGH SCHOOL 22525 BELMONT RIDGE RD ASHBURN VA 20148 60 BROAD RUN HIGH SCHOOL 21670 ASHBURN RD ASHBURN VA 20147 61 DOMINION HIGH SCHOOL 21326 AUGUSTA DR STERLING VA 20164 62 FREEDOM HIGH SCHOOL 25450 RIDING CENTER DR SOUTH RIDING VA 20152 63 HERITAGE HIGH SCHOOL 520 EVERGREEN MILL RD SE LEESBURG VA 20175 64 JOHN CHAMPE HIGH SCHOOL 41535 SACRED MOUNTAIN ST ALDIE VA 20105 65 LOUDOUN COUNTY HIGH SCHOOL 415 DRY MILL RD SW LEESBURG VA 20175 66 LOUDOUN VALLEY HIGH SCHOOL 340 N MAPLE AVE PURCELLVILLE VA 20132 67 MONROE VOC-TECH CENTER 715 CHILDRENS CENTER RD SW LEESBURG VA 20175 68 PARK VIEW HIGH SCHOOL 400 W LAUREL AVE STERLING VA 20164 69 POTOMAC FALLS HIGH SCHOOL 46400 ALGONKIAN PKWY STERLING VA 20165 70 RIVERSIDE HIGH SCHOOL 19019 UPPER BELMONT PL LEESBURG VA 20176 71 ROCK RIDGE HIGH 43460 LOUDOUN RESERVE DR ASHBURN VA 20148 72 STONE BRIDGE HIGH SCHOOL 43100 HAY RD ASHBURN VA 20147 73 TUSCARORA HIGH SCHOOL 801 N KING ST LEESBURG VA 20176 74 WOODGROVE HIGH SCHOOL 36811 ALLDER SCHOOL RD PURCELLVILLE VA 20132 75 BELMONT RIDGE MIDDLE SCHOOL 19045 UPPER BELMONT PL LEESBURG VA 20176 76 BLUE RIDGE MIDDLE SCHOOL 551 E A ST PURCELLVILLE VA 20132 77 BRAMBLETON MIDDLE SCHOOL 23070 LEARNING CIR ASHBURN VA 20148 78 EAGLE RIDGE MIDDLE SCHOOL 42901 WAXPOOL RD BROADLANDS VA 20148 79 FARMWELL STATION MIDDLE SCHOOL 44281 GLOUCESTER PKWY ASHBURN VA 20147 80 HARMONY MIDDLE SCHOOL 38174 W COLONIAL HWY HAMILTON VA 20158 81 HARPER PARK MIDDLE SCHOOL 701 POTOMAC STATION DR NE LEESBURG VA 20176 82 JL SIMPSON MIDDLE SCHOOL 490 EVERGREEN MILL RD SE LEESBURG VA 20175 83 JM LUNSFORD MIDDLE SCHOOL 26020 TICONDEROGA RD CHANTILLY VA 20152 84 MERCER MIDDLE SCHOOL 42149 GREENSTONE DR ALDIE VA 20105 85 RIVER BEND MIDDLE SCHOOL 46240 ALGONKIAN PKWY STERLING VA 20165 86 SENECA RIDGE MIDDLE SCHOOL 98 SENECA RIDGE DR STERLING VA 20164 87 SMART'S MILL MIDDLE SCHOOL 850 N KING ST LEESBURG VA 20176 88 STERLING MIDDLE SCHOOL 201 W HOLLY AVE STERLING VA 20164 89 STONE HILL MIDDLE SCHOOL 23415 EVERGREEN RIDGE DR ASHBURN VA 20148 90 TRAILSIDE MIDDLE 20325 CLAIBORNE PKWY ASHBURN VA 20147 91 Academies of Loudoun 42075 Loudoun Academy Drive LEESBURG VA 20175 92 Goshen Post Elementary School 24945 Lobo Drive ALDIE VA 20105 93 Independence High School 23115 Learning Circle ASHBURN VA 20148 94 41025 Collaboration Drive ALDIE VA 20105 95 Waxpool Elementary School 42560 Black Angus Drive ASHBURN VA 20148 59 Loudoun County Public School RFP# R19197 Carrier Neutral Data Center Co-Location Services

96 Willard Middle School 40929 Braddock Road ALDIE VA 20105 97 DOUGLASS SUPPORT FACILITY 55 PLAZA STREET SOUTHEAST LEESBURG VA 20175 98 FACILITY SERVICES 1002-C SYCOLYN RD SE LEESBURG VA 20175 99 PARENT RESOURCE CENTER 20 UNION STREET LEESBURG VA 20176 100 SCHOOL BOARD OFFICE 21000 EDUCATION COURT ASHBURN VA 20148 101 STAFF TRAINING CENTER 43711 PARTLOW ROAD ASHBURN VA 20147 102 TRANSPORTATION OFFICE 42000 LOUDOUN CENTER PLACE LEESBURG VA 20175

60 Loudoun County Public School RFP# R19197 Carrier Neutral Data Center Co-Location Services